Loading...
2010-35 Hurricane/Disaster Debris Removal ContractRESOLUTION 2010-35 • A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA, APPROVING AN AGREEMENT WTI'H PHILLIPS AND JORDAN, INC. FOR HURRICANE/DISASTER DEBRIS REMOVAL WITHIN THE VILLAGE BY PIGGY BACKING AN EXISTING AGREEMENT BETWEEN PHILLIPS AND JORDAN, INC. AND THE SOLID WASTE AUTHORITY OF PALM BEACH COUNTY; AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE THE AGREEMENT ON BEHALF OF THE VILLAGE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village wishes to provide for debris removal within the Village in the event of a hurricane or other disaster; and WHEREAS, in providing for such debris removal, the Village wishes to piggy-back an existing agreement between Philips and Jordan, Inc. ("Contractor") and the Solid Waste Authority of Palm Beach County (Contract No. 07-240) ("SWA Contract"), as amended and extended; and WHEREAS, Contractor has agreed to provide the Village with debris removal services under the same terms and conditions as the SWA Contract; and WHEREAS, the Village determines that the execution of an Agreement with Contractor, incorporating the terms and conditions of the SWA Contract, is in the best interests of the public health, safety and welfare. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA, as follows: Section 1. The Village Council of the Village of North Palm Beach, Florida, does hereby approve an agreement between the Village and Phillips and Jordan, Inc. ("Agreement") to provide for hurricane/disaster debris removal within the Village and authorizes the Mayor and Village Clerk to execute the Agreement on behalf of the Village. A copy of the Agreement is attached hereto as Exhibit "A." Section 2. The Agreement incorporates the terms and conditions of an existing contract between Phillips and Jordan, Inc. and the Solid Waste Authority of Palm Beach County, effective June 14, 2010 through June 13, 2013. A copy of the SWA Contract is attached to the Agreement as Exhibit ~"1." Section 3. This Resolution shall take effect immediately upon adoption. PASSED AND ADOPTED THIS 24th DAY OF JUNE, 2010. (Village Seal) G'L MAYO • ATTEST: VILLAGE CLERK AGREEMENT FOR HURRICANE/DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL IN THE VILLAGE OF NORTH PALM BEACH THIS AGREEMENT is made as of this ~S~t~ day of ~~~/~ , 2010, by and between the VILLAGE OF NORTH PALM BEACH, 501 U.S. Highway One, North Palm Beach, Florida, 33408, a Florida municipal corporation ("VILLAGE"), and Phillips and Jordan, Inc., 191 P and J Road, Robbinsville, North Carolina 28771, a North Carolina corporation ("CONTRACTOR"), whose Federal Employer Identification Number is 56-0694573. RECITALS WHEREAS, the VILLAGE is in need of a contractor to remove, reduce or dispose of hurricane/disaster debris within the Village of North Palm Beach; and WHEREAS, the Solid Waste Authority of Palm Beach County ("SWA"), through its competitive selection process, awarded County Contract No. 07-240 to CONTRACTOR for the County's removal, reduction and disposal of hurricane/disaster debris ("SWA Contract"}; and WHEREAS, through the execution of Amendment #2, the term of the SWA Contract has been extended through June 13, 2010; and WHEREAS, at the VILLAGE's request, CONTRACTOR agreed to provide such services within the VILLAGE based on the terms and conditions, including pricing, set forth in the SWA Contract; and WHEREAS, the VILLAGE desires to accept CONTRACTOR's proposal by piggy- backing the SWA Contract as authorized by the VILLAGE's purchasing policies and procedures. NOW THEREFORE, in consideration of the mutual promises set forth herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: I. Recitals. The parties agree that the recitals set forth above are true and correct and are fully incorporated herein by reference. 2. Solid Waste Authority of Palm Beach County Contract. The parties agree and acknowledge that this Agreement incorporates and includes all of the terms and conditions, including pricing, set forth in Contract for Professional Services No. 07-240 dated June 25, 2007 between the Solid Waste Authority of Palm Beach County and CONTRACTOR ("SWA Contract"}, as amended and extended, a copy of which is attached hereto as Exhibit "1" and incorporated herein by this reference. Page 1 of 4 3. CONTRACTOR's Performance CONTRACTOR shall provide those services set forth in the Scope of Services incopororated into the SWA Contract as maybe specifically requested upon written notice from the VILLAGE. 4. Compensation to CONTRACTOR. A, Payments by the VILLAGE to CONTRACTOR under this Agreement shall not exceed the Fee Schedule set forth in the SWA Contract. B. For work performed pursuant to this Agreement, CONTRACTOR shall submit invoices to the VILLAGE on at least a monthly basis for review and approval by the VILLAGE'S representative, indicating that the services have been provided and rendered in conformity with this Agreement. The invoices shall be transmitted to the Finance Department for payment. C. Invoices will normally be paid within thirty (30) days following the VILLAGE representative's approval. CONTRACTOR waives consequential or • incidental damages for claims, disputes or other matters in question arising out of or relating to this Agreement. In order for both parties herein to close their books and records, CONTRACTOR will clearly state "final invoice" on CONTRACTOR'S final/last billing to the VILLAGE. This certifies that all services have been properly performed and all charges have been invoiced to the VILLAGE. Since this account will thereupon be closed, any and other further charges if not properly included in this final invoice are waived by CONTRACTOR. The VILLAGE will not be liable for any invoice from CONTRACTOR submitted thirty (30) days after the provision of all services. D. The VILLAGE reserves the right to retain five percent (5%) of each invoice until such time as the project is complete and all subcontractors and any material suppliers verify that they have been paid. 5. Period and Renewals. This Agreement shall be for the term as indicated in the SWA Contract. Extensions or renewals to the SWA Contract or any modification including new products, terms, or price changes to the SWA Contract shall be submitted by CONTRACTOR to the VILLAGE for approval. In the SWA Contract expires and no new contract is let by the County, the VILLAGE reserves the right, upon written agreement with CONTRACTOR to renew this Agreement under the same terms and conditions for an additional period of one (I) year. 6. Insurance. CONTRACTOR shall obtain and maintain during the term of this Agreement all insurance required under the SWA Contract, with the VILLAGE named as an additional insured. Page 2 of 4 7. Contract Administration. Services of CONTRACTOR shall be under the general direction of the VILLAGE'S Director of Public Works, who shall act as the VILLAGE'S representative during the terms of this Agreement. 8. Conflict of Terms and Conditions. In the event of any conflict between the terms and conditions of this Agreement and the terms and conditions of the SWA Contract, the terms and conditions of this Agreement shall control, 9. Miscellaneous Provisions. A. Failure of a party to enforce or exercise any of its right(s) under this Agreement shall not be deemed a waiver of that parties' right to enforce or exercise said right(s) at any time thereafter. B. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. C. If any Iegal action or other proceeding is brought for the enforcement of this Agreement, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, the successful or prevailing party or parties shall be entitled to recover reasonable attorney's fees, court costs and all expenses (including taxes) even if not taxable as court awarded costs (including, without limitation, all such fees, costs and expenses incident to appeals}, incurred in that action or proceeding, in addition to any other relief to which such party or parties may be entitled. D. All notices, demands, communications or requests required or permitted under this Agreement shall be in writing and delivered in person or sent by certified mail, postage prepaid, to the addresses appearing on the first page of this Agreement. E. The VILLAGE and CONTRACTOR agree that this Agreement sets forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the provisions, terms and conditions contained in this Agreement may be added to, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. Any provision of this Agreement which is of a continuing nature or imposes an obligation which extends beyond the term of this Agreement shall survive its expiration or earlier termination. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Page 3 of 4 IN WITNESS WHEREOF, the VILLAGE and CONTRACTOR hereto have made and executed this Agreement for Hurricane/Disaster Debris Removal, Reduction and Disposal for the Village of North Palm Beach as of the day and year first above written. Position: ~ 1C~ ~ ~~ VILLAGE: VILLAGE OF NORTH PALM BEACH BY: WILLIAM L. MAN MAYOR ATTEST: BY: '' I~d1ELI SA TEAL, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY: 0 BY: LEONARD G. RUBIN VILLAGE ATTORNEY Page 4 of 4 s Jo ,I~rc, June 15, 2010 Wiley Livingston Village of North Palm Beach 501 US Hwy 1 North Palm Beach, FL 33408 RE: AGREEMENT FOR EMERGENCY DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES BETWEEN PALM BEACH COUNTY, FLORDIA SOLID WASTE AUTHORITY AND PHILLIPS AND JORDAN, INCORPORATED Dear Sir/Madam: Phillips and Jordan, Incorporated's (P&J) Contract for Emergency Debris Removal and Disaster Recovery Services (No. 07-240) for the Solid Waste Authority of Palm Beach County (PBSWA) has been renewed for an additional three (3) years. A copy of Amendment #2 stating such is attached for your records. Part 1-20 (Agreements With Other Governmental Entities) of RFP No. 07-224/JMD states: All PROPOSERS submitting a response to this RFP agree that such response also constitutes a response to all State Agencies and Political Subdivisions of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this RFP; should the successful PROPOSERS) deem it in the best interest of their business to do so. The agreement resulting from this RFP in no way restricts or interferes with any State Agency or Political Subdivision of the State of Florida from re-solicitation for any or all items specified in this RFP. I would like to extend the offer to the Village of North Palm Beach, Florida to enter into an exclusive agreement with P&J as allowed under the aforementioned Part 1-20 of said RFP. This offer is made at the same terms and conditions stated in the referenced Contract. The term of the agreement between our firms is effective beginning the date of acceptance (below) through June 13, 2013. Additionally, the attached information sheet is to ensure that P&J has the most recent information for the Village of North Palm Beach on file. Please return one fully executed (original) letter and the information si-~eet to my attention upon acceptance. Sincerely, PHILLIPS AND JORDAN, INC. d Carrie Zitzman Contracts Administrator Accepted:Ji/illage of North Palm Bach, Florida Printed Name ®. l3os~ 52®5®®)~®~a9te, 7f'cv~rrnc~s~ce 375®-2®~® ~~2~ Wi!-lba~rn)ks ~oa~l ©~®a~viIlIle, ~'ca~ncs~ce 3'/~b2 ®(855 X88-t~342 ~ 1F'~ (8~5~ ~a~1~-83~~ ~ .~~m~~DD.co~n 1 CONTRACT FOR HURRICANE /DISASTER DEBRIS REMOVAL, RED UCTION AND DISPOSAL BET ~YEEN THE SOLID WASTE A UTHORITY OF PALM BEACH COUNTY AND PHILLIPS AND JORDAN, INC. CONTRACT NO. 07-240 TART F O F CONTENTS ARTICLE PAGE 1. Effective Date/Term .............................................................1 2. Services to be Performed by Contractor ............................ ..1 3. Compensation .....................................................................:2 4. Insurance .......................:...................:...........................:......2 S. Standard of Care ..................................................................3 6. Indemnification .................................................................. ..4 7. Independent Contractor ...................................................... ..4 8. Authority to Practice .......................................................... ..4 9. Compliance with Laws ...........:.............:.....:.:.:.:...:............ ..5 10. Sub-contracting .................................................................. ..5 11. Federal and State Taxes ..................................................... ..5 12. Availability of Funds ......................................................... ..5 13. Authority's Responsibilities ............................................... ..5 14. Termination of Contract ...............».»................,.,..»............. ..5 1S. Uncontrollable Forces ........................................................ ..6 16. Governing Law and Venue ................................................ ..6 17. Non-Discrimination ........................................................... ..6 18. Waiver ................................................................................ ..7 19. Severability ..........................................................»»..,......... ..7 20. Entirety of Contract ............................................................ ..7 21. Modification ....................................................................... ..7 22. Successors and Assigns ...................................................... ..7 23. Contingent Fees ................................................................. ..8 24. Truth-in-Negotiation Certificate ....................................:... ..8 2S. Ownership of Documents ...........................................:...... ..8 26. Access and Audits .............................................................. ..8 27. Notice ................................................................................. ..9 28 Contract Adininistration ..................................................... ..9 29. Key Personnel ...............................»....................:,,....»........ ..9 30. Minority/Women/Small Business Enterprise (M/W/SBE) 10 31. Confidentiality ................................................................... 10 32. Escalation Clause ............................................................... 10 33. Order of Contract Activation ............................................. 10 34. Taslc OrderlPerformance ...................................:................ 11 3S. Bonds ................................................................................. 11 Contract Execution ............................................................. i2 EXHIBITS A. Scope of Work B. Fee Schedule C. Palm Beach County Debris Management Plan (includes sample Load Ticket) D. Palm Beach County Debris Zone Map/Franchise Service Areas E. Location of Publicly Owned Debris Management Sites F. M/W/SBE Plan G. Task Order H, FEMA 322 Public Assistance Guides page 114 I. Mobilization Schedule Contract No.: 07x240 TOC-1 Contract for Professional Seri~~ces Contract No. 07--240 This Contract, between the Solid Waste Authority of Palm Beach County, a special district created by Chapter 2001-331, Laws of Florida, as amended, (hereinafter referred to as AUTHORITY) and Phillips and Jordan, Inc, (hereinafter referred to as CONTRACTOR), a North Carolina Corporation, whose Federal Employer Identification Number is 56-0694573: Whereas, AUTHORITY requires the removal, reduction, and disposal of hurricane/disaster debris. Whereas, CONTRACTOR represents it is capable and prepared to provide such services. Now, therefore, in consideration of the promises contained herein, the parties hereto agree as follows: ARTICLE 1-EFFECTIVE DATE/TERlO~I The effective date of this Contract shall be June 14, 2007. Term of Contract shall be for a three (3) year period, unless otherwise terminated as provided herein. The AUTHORITY shall have the option of extending the Contract far one (1) additional three (3) year period at the same terms and conditions with approval from the AUTHORITY'S Governing Board. Such extension shall be in the form of a written Amendment to the Contract executed by both parties. The continuance of this Contract from year to year is contingent upon successful annual recertification of the CONTRACTOR'S capabilities. The recertification. process will be a review of the fiscal (bankruptcy, etc), logistical (equipment availability, etc.), and moral (conviction for environmental crime, conviction for crime against a public entity, etc.) responsibility of the CONTRACTOR and a determination by the AUTHORITY, based an this review, of whether or not the CONTRACTOR continues to be a viable firm to provide the services described in this Contract. ARTICLE 2 -SERVICES TO BE PERFORMED BY CONTRACTOR CONTRACTOR shall perform the services as stated in the Scope of Work, Exhibit A, as may be specifically authorized by the AUTHORITYo Such. authorizations will be referred to as Task Orders. Each Task Order will set forth a specific scope of services, rate/amount of compensation, completion date, and other pertinent details of the task being authorized. The AUTHORITY, by virtue of this contract, gives the CONTRACTOR no guarantee of any work/services or any specific amount of work/services that may be accomplished during the period this contract is in full force and effect. Contract No. 07-240 _1 _ ARTICLE 3 -COMPENSATION 3.1 -GENERAL AUTHORITY shall pay CONTRACTOR in accordance with Fee Schedule, Exhibit B, which is attached hereto and incorporated by reference as part of this Contract. If needed, compensation may be negotiated as a lump sum or not-to-exceed amount for any Task Order containing a task covered by the scope of work of this Contract but to which the Fee Schedule cannot readily be applied. CONTRACTOR shall submit semi-monthly invoices for services rendered. Invoices must reference the Task Order number. Invoices shall include a statement of progress and appropriate audit quality detail to satisfy FEMA requirements. Payment of CONTRACTOR by AUTHORITY is not contingent upon the AUTHORITY being reimbursed by the Federal Emergency Management Agency. Payment to CONTRACTOR will be made for any work directed by the AUTHORITY which is determined by Federal and State agencies to be ineligible for reimbursement. Each individual invoice shall be due and payable thirty (30) days after receipt of correct, fully documented, invoice by the AUTHORITY. All invoices shall be delivered to: Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, Florida 33412 Attn: Accounts Payable In order for both parties herein to close their books and records, the CONTRACTOR will clearly state "Final Invoice" on the CONTRACTOR'S final/last billing to the AUTHORITY. This certifies that all services have been properly performed and all charges and costs have been invoiced to the AUTHORITY. Since this account will. thereupon be closed, any and other further charges if not properly included on this final invoice are waived by the CONTRACTOR. The AUTHORITY will retain 5°l0 of the payment under each Task Order until such time as the entire project is completed to the AUTHORITY'S satisfaction and all sub-contractors and any material suppliers verify that they have been paid. ARTICLE 4 -INSURANCE During the performance of the services. under this Contract, CONTRACTOR shall maintain the following insurance policies, and be written by an insurance company authorized to do business in Florida.. General Liability Insurance with bodily injury limits of not less than $1,000,000 for each occurrence, and with property damage limits of not less than $1,000,000 for each occurrence. Contract No. 07-240 -2- 2. Automobile Liability Insurance with bodily injury limits of not less than $1,000,000 for each person and not less than $1,000,000 for each accident and with property damage limits of not less than $1.,000,000 for each accident. 3. Workers' Compensation Insurance in accordance with statutory requirements and Employer's Liability Insurance with limits of not less than $500,000 for each accident, $500,000 for each disease, and $500,000 aggregate. 4. Excess Liability Insurance with limits of not less than $10,000,000 for each occurrence and annual aggregate. Deductible amounts shall not exceed S% of the total amount of required insurance in each. category. Should any policy contain any unusual exclusions, said exclusions shall be so indicated on the certificate(s) of insurance. CONTRACTOR shall furnish AUTHORITY certificates of insurance which shall include a provision that policy cancellation, non-renewal or reduction of coverage will not be effective until at least thirty (30) days written notice has been made to the AUTHORITY. CONTRACTOR shall include AUTHORITY as an additional insured on the General Liability and Automobile Liability insurance policy required by the Contract. All of CONTRACTOR'S sub-contractors shall be required to include AUTHORITY and CONTRACTOR as additional insured on their General Liability insurance policies. In the event that sub-contractors used by the CONTRACTOR do not have insurance, or do not meet the insurance limits, CONTRACTOR shall indemnify and hold harmless the AUTHORITY for any claim in excess of the sub-contractor's insurance coverage. The CONTRACTOR shall not commence work under this Contract until all insurance required as stated herein has been obtained and such insurance has been approved by the AUTHORITY. ARTICLE 5 -STANDARD OF CARE CONTRACTOR shall exercise the same degree of care, skill, and diligence in the performance of the services as is ordinarily provided by a comparable professional under similar circumstances and CONTRACTOR shall, at no additional cost to AUTHORITY, re-perform services which fail to satisfy the foregoing standard of care. The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. Contract No. 07-240 -3- ARTICLE 6 -INDEMNIFICATION 6.1 GENERAL Having considered the risks and potential liabilities that may exist during the performance of the services and in consideration of the promises included herein, AUTHORITY and CONTRACTOR agree to allocate such liabilities in accordance with this Article 6. 6.2 INDENINIFICATION CONTRACTOR agrees to protect, defend, indemnify, and hold harmless the AUTHORITY, its employees and representatives, from any and all claims and Liabilities including all attorney's fees and court costs, including appeals, for which the AUTHORITY, its employees and representatives, can or may be held liable as a result. of injury (including death) to persons or damage to property occurring by reason of any acts or omissions of the CONTRACTOR, its employees, or agents, arising out of or connected with this Contract. The CONTRACTOR shall not be required to indemnify the AUTHORITY or its agents, employees, or representatives, when an occurrence results solely from the wrongful acts or omissions of the AUTHORITY, or its agents, employees or representatives. 6.3 SuRVIVAI, Upon completion of all services, obligations and duties provided for in this Contract, or in the event of termination of this Contract far any reason, the terms and conditions of this Article 6 shall survive. ARTICLE 7 -INDEPENDENT CONTRACTOR CONTRACTOR undertakes performance of the services as an independent contractor and- shall be wholly responsible for the methods of perfor~rnance. AUTHORITY shall have no right to supervise the methods used, but AUTHORITY shall have the right to observe such performance. CONTRACTOR shall work closely with AUTHORITY in performing services under this Contract. The CONTRACTOR shall not pledge the AUTHORITY'S credit or make it a guarantor of payment of surety for any Contract, debt, obligation, judgment, lien or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Contract. ARTICLE 8 e AUTHORITY TO PRACTICE The CONTRACTOR hereby represents and warrants that it has and will continue to maintain all licenses and approvals required to conduct its business, and that it will at all times conduct its business activities in a reputable manner. ARTICLE 9 -COMPLIANCE WITH LAWS In performance of the services, CONTRACTOR will comply with applicable regulatory requirements including federal, state, special district, and local laws, rules, regulations, orders, codes, criteria and standards. Contract No. 07-240 -4- ARTICLE 10 -SUB-CONTRACTING The AUTHORITY reserves the right to accept the use of asub-contractor or to reject the selection of a particular sub-contractor and to review the capabilities of any sub-contractor to perform properly under this Contract. Rejection of any sub-contractor will be based on, but not limited to, negative references, insufficient resources, or conviction of a Public Entity Crime. If asub-contractor fails to perform or make progress, as required by this Contract, and it is necessary to replace the. sub-contractor to complete the work in a timely fashion, the CONTRACTOR shall promptly do so, subject to acceptance of the new sub-contractor by the AUTHORITY. ARTICLE 11 -FEDERAL AND STATE TAXES The AUTHORITY is exempt from Federal Tax and State Sales and Use Taxes. Upon request, the AUTHORITY will provide an exemption certificate to CONTRACTOR. The CONTRACTOR shall not be exempted from paying sales tax to its suppliers for materials to fulfill contractual obligations with the AUTHORITY, nor shall the CONTRACTOR be authorized to use the AUTHORITY' S Tax Exemption Number in securing such materials. ARTICLE 12 -AVAILABILITY OF FUNDS The obligations of the AUTHORITY under this Contract are subject to the availability of funds lawfully appropriated for its purpose by the Governing Board of the AUTHORITY. ARTICLE 13 - AUTHORITY'S RESFONSIBILITIES AUTHORITY shall be responsible for providing access to all project sites, and providing information required by CONTRACTOR that is available in the files of the AUTHORITY. ARTICLE 14 -TERMINATION OF CONTRACT This Contract may be terminated by the CONTRACTOR upon thirty (30} days prior written notice to the AUTHORITY in the event of substantial failure by the AUTHORITY to perform in accordance with the terms of the Contract through no fault of the CONTRACTOR. It may also be terminated by the AUTHORITY with or without cause immediately upon. written notice to the CONTRACTOR. Unless the CONTRACTOR is in breach of this Contract, the CONTRACTOR shall be paid for services rendered to the AUTHORITY'S satisfaction through the date of termination. After receipt of a Termination Notice and except as otherwise directed by the AUTHORITY, the CONTRACTOR shall: a. Stop work on the date and to the extent specified. b. Terminate and settle all orders and subcontracts relating to the performance of the terminated work. c. Transfer all. work in process, completed work, and other material related. to the terminated work to the AUTHORITY. Contract No. 07-240 -5- d. Continue and complete all parts of the work that have not been terminated. The CONTRACTOR shall be paid for services actually rendered to the date of termination and for any reasonable costs incurred. ARTICLE 15 -UNCONTROLLABLE FORCES Neither the AUTHORITY nor CONTRACTOR shall be considered to be in default of this Contract if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid.. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Contract and which. is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions, with the exception of those events that trigger the activation of this Contract. Neither party shall, however, be excused from performance if nonperformance is due to farces which are preventable, removable, or remediable and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written. notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Contract. ARTICLE 16 -GOVERNING LAW AND VENUE This Contract shaI1 be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Contract will be held in Palm Beach County and the Contract will be interpreted according to the laws of Florida. ARTICLE 17 -NON-DISCRIMINATION The CONTRACTOR warrants and represents that all of its employees are treated equally during employment without regard to race, color, religion, gender, age or national origin. ARTICLE 18 -WAIVER A waiver by either AUTHORITY or CONTRACTOR of any breach of this Contract shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed. to operate as a waiver of any subsequent default or breach. ARTICLE 19 - SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Contract, or the occurrence of any event rendering any portion or provision of this Contract void, shall in no way affect the validity or enforceability of any other portion or provision of the Contract. Any void provision Contract No. 07-240 -b- shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did not contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Contract from being void should a provision which is of the essence ofthe Contract be determined to be void. ARTICLE 20 -ENTIRETY OF CONTRACT The AUTHORITY and the CONTRACTOR agree that this Contract sets forth the entire Contract between the parties, and that there are no promises or understandings other than those stated herein. This Contract supersedes all prior contracts, proposals, representations, negotiations, letters or other communications between the AUTHORITY and CONTRACTOR pertaining to the services, whether written or oral. None of the provisions, terms and conditions contained in this Contract may be added to, modified, superseded ar otherwise altered except by written instrument executed by the parties hereto. ARTICLE 21 -MODIFICATION The Contract may not be modified unless such. modifications are evidenced in writing signed by both AUTHORITY and CONTRACTOR. Such modifications shall be in the form of a written Amendment executed by both parties. ARTICLE 22 -SUCCESSORS AND ASSIGNS AUTHORITY and CONTRACTOR each binds itself and its partners, successors, assigns and legal representatives to the other party to this Contract and to the partners, successors, executors, administrators, assigns, and legal representatives. CONTRACTOR shall not assign this Contract without the express written approval of the AUTHORITY via executed amendment. ARTICLE 23 -CONTINGENT FEES The CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Contract and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONTRACTOR, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Contract. ARTICLE 24 -TRUTH-IN-NEGOTIATION CERTIFICATE Execution of this Contract by the CONTRACTOR shall act as the execution of a truth-in- negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract are accurate, complete, and current as of the date of the Contract. Contract No. 07-240 -7- The said rates and costs shall. be adjusted to exclude any significant sums should the AUTHORITY determine that the rates and costs were increased due to inaccurate, incomplete or noncurrent wage rates or due to inaccurate representations of fees paid to outside contractors. The AUTHORITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 25 -OWNERSHIP OF DOCUMENTS CONTRACTOR shall be required to cooperate with other contractors relative to providing information requested in a timely manner and in the specified form. Any and all documents, records, disks, original drawings, or other information shall become the property of the AUTHORITY for it's use and/or distribution as may be deemed appropriate by the AUTHORITY. ARTICLE 26 -ACCESS AND AUDITS CONTRACTOR shall maintain financial and program records to justify all charges and costs incurred in performing the work for at least three (3) years following final payment by the AUTHORITY as Federal Emergency Management Agency sub-grantee as required by FEMA' S 322 Public Assistance Guide, page 114, as amended, incorporated in this Contract as Exhibit H. The AUTHORITY shall have access to such books, records, and documents as required in this section for the purpose of inspection or audit during normal working business hours at the CONTRACTOR'S place of business. REMAINDER OF PAGE INTENTIONALL YLEFT B.L,A.NK Contract No. 07-240 -$- ARTICLE 27 -NOTICE Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person or sent by certified mail, postage prepaid as follows: As '1'o AUTIIOIZITY Solid Waste Authority of Palm Beach County 7501 North Jog Road West Palm Beach, Florida 33412 Attention: Executive Director Office No.: 561-640-4000 Fax. No.: 561-640-3400 As To CONTRACTOR Phillips and Jordan, Inc. P,O. Drawer 604, 191 P&J Road Robbinsville, North Carolina 28771 Attention; Dudley Orr, Vice President Office No.: $2$-479-3371 /Mobile No.: 82$-735-0947 Fax. No.: 82$-479-3010 Notices shall be effective when received at the addresses as specified above. Changes in the respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other party. Facsimile transmission is acceptable notice effective when received, however, facsimile transmissions received (i.e.; printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of CONTRACTOR and AUTHORITY. ARTICLE 28 -CONTRACT ADMINISTRATION Services of CONTRACTOR shall be under the general direction of Mark Eyeington, Chief Operations Officer, or his successor, who shall act as the AUTHORITY'S representative during the term of the Contract. ARTICLE 29 -KEY PERSONNEL CONTRACTOR shall notify AUTHORITY in the event of key personnel changes which might affect this Contract. Notification shall be made within five (5) days of said changes. AUTHORITY has the right to reject proposed changes in key personnel and rescind this Contract. The following personnel shall be considered key personnel: Dudley Orr Paul Meckes Contract No. 07-240 -9- ARTICLE 30 - 1VIINORITY/WOMEN/SMALL BUSINESS ENTERPRISE (M/W/SBE} AFFIRMATIVE ACTION PROGRAM The Governing Board of the AUTHORITY has set 15% as the AUTHORITY'S goal for minority participation in contracts and purchases. CONTRACTOR'S plan is to, at a minimum, utilize to the greatest extent practicable the sub-contractors listed in Exhibit F and any other lVI/WJSBE contractors identified as the services are performed. The AUTHORITY will require documentary proof of the implementation and progress of the proposed plan. The CONTRACTOR understands that any minority/smalUwomen-owned firm utilized pursuant to this Contract to meet the AUTHORITY M/W/SBE goals must be certified by a governmental entity. Certificates shall be submitted for specific M/W/SBE'S listed in the plan. The AUTHORITY does not certify vendors but will assist the CONTRACTOR by providing. listings of certified vendors in the area from other gavernmental entities. The AUTHORITY accepts uncertified M/W/SBE'S to count towards its M/W/SBE goal provided they can be confirmed as such and execute an affidavit for the AUTHORITY to that effect. ARTICLE 31 -CONFIDENTIALITY No reports, information, computer programs, documentation, and/or data given to, or prepared or assembled by the CONTRACTOR. under this Contract shall be made available to any individual or organization by the CONTRACTOR without prior written approval of the AUTHORITY. ARTICLE 32 -ESCALATION CLAUSE The AUTHORITY acknowledges the fluctuating nature of prices. Therefore, on each annual anniversary date of the Contract, the unit prices may be adjusted upward based on the following formula of indices: Fifty (50) percent of the price will be adjusted by the average monthly percentage change over the twelve (12) month period ending the May immediately preceding the date for which the price index adjustment is effective in the Consumer Price Index -Urban Wage Earners and Clerical Workers - U.S. City Average -Private Transportation (Series ID CWUROOOOSATI, not seasonally adjusted) as published by the Bureau of Labor Statistics of the U.S. Department of Labor. Fifty (50) percent of the price will be adjusted by the percentage change in the Average Hourly Earnings of Production Workers {Series ID CEU2000000008) as published by the Bureau of Labor Statistics of the U.S. Department of Labor aver the one year period ending the May immediately preceding the date for which the price index adjustment is effective. In the event that either of these indices is no longer available the parties shall mutually agree to a replacement index. The value of the adjustment will be determined by the AUTHORITY. Contract No. 07-240 -10- ARTICLE 33 -ORDER OF CONTRACT ACTIVATION/LOCATION ASSIGNMENT This contract is one of the four (4) contingent contracts the AUTHORITY has entered into for HLIRRICANE/DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL. The contracts awarded will be activated on an as needed basis as solely determined by the AUTHORITY. The AUTHORITY intends to activate the firm(s) in the order of the selection committee ranking, as best meets the needs of the AUTHORITY. Two firms tied and were both ranked number one in the selection process - Ashbritt, Inc. and Phillips & Jordan, Inc. The AUTHORITY has deemed it to be in its best interest, at least initially, to divide Palm Beach County North and South with Lake Worth Road being the dividing line. The AUTHORITY has assigned Ashbritt, Inc. to all locations South of Lake Worth Road and Phillips and Jordan, Inc. to all locations North of Lake Worth Road. Ceres Environmental Services and Crowder Gulf were ranked second and third respectively. If activated they will be assigned to the location(s) deemed appropriate by the AUTHORITY at its sole discretion. The AUTHORITY reserves the sole right to assign/reassign any or all CONTRACTORS at any time as may be deemed appropriate depending upon the circumstance(s), the event, or any other condition which riaay warrant such action. ARTICLE 34 -TASK ORDER/PERFORMANCE Task Orders shall be executed bilaterally and the scope of services and format of Task Order shall be mutually agreed to by the CONTRACTOR and AUTHORITY. Performance will be measured by the metrics established in each Task Order. After 1/3 and again after 2/3 of the stipulated number of days of work in the Task Order have elapsed, the CONTRACTOR(s) shall provide a written progress report to the AUTHORITY for review and acceptance. The AUTHORITY shall have the right to correct for vendor default or underperformance by any means it deems in its best interest. CONTRACTOR will be required to provide a daily report of quantity of work performed under each Task Order. The daily report shall be submitted by 11:00 a.m. or earlier the following morning. ARTICLE 35 -BONDS CONTRACTOR shall maintain a Proposal Bond in the sum of $500,000. The CONTRACTOR'S Proposal Bond will be returned to the Contractor in exchange for and acceptance of an appropriate size bond as determined by the AUTHORITY after assessment of damage and definition of the CONTRACTOR'S scope of service. In case of hurricane caused damage, a Category I storm would require a $2,000,000 Bond, a Category II would require a $4,000,000 Bond, a Category III would require a $6,000,000 Bond, a Category IV would require a $8,000,000 Bond, and a Category V would require a $10,000,000 Bond. The Bond required would be a Performance and Payment Bond. The cost of the Bond is included in the unit rates in the Fee Schedule, Exhibit B. The CONTRACTOR shall maintain the Proposal Bond in effect until the Performance and Payment Band is submitted to and accepted by the AUTHORITY. If the CONTRACTOR fails to supply a Performance and Payment Bond, the AUTHORITY shall be entitled to retain the Proposal Band to rectify the CONTRACTOR'S unacceptable performance. Pending successful annual CONTRACTOR re-certification, the Proposal Bond shall be in effect for the entire term of the Contract except for the period(s) of time when a Performance and Payment Bond is in effect. Contract No. 07-240 -ll- In Witness Whereof, the Solid Waste ~ Authority of Palm Beach County, and Phillips and Jordan, Inc. have executed this Contract all as of the day and year first above written. SOLID WASTE AUTHORITY OF PALM BEACH COUNTY: By: Mark Hammond Executive Director Approved as to Form and Legal Sufficiency: V By: General Counsel to the Authority PS 6 -''''r"w PHILLIPS AND JORDAN, INC.: ~ ~ `fCORPpg9T~ _~~ 7D ~~ ,=rs~ ~ Attest: ~Q~`~iy'••..~ ~~jG 4 S ~HNHiNM By: Corporate Secretary (Corporate Seal) Witness: Name: 1. Title: V ~~ ~1('Q~l~~ 2. Contract No.: 07-240 -i2- EXIIIBIT A 'ST~1TE[YIENTOr WORK-OVERALL I. PROJECT DESCRIPTION AND REQUIREMENTS The CONTRACTOR shall remove and lawfully dispose of disaster-generated debris (other than hazardous materials and household putrescible garbage) from public property and public right-of- ways, and to setup and operate Temporary Debris Sites in Palm Beach County, Florida, immediately after a hurricane or other disaster. The CONTRACTOR submits he is capable of efficiently removing large volumes of disaster-generated debris from a large area in a timely and cost-effective manner and lawfully disposing of all debris. The CONTRACTOR shall assemble, direct, and manage a work force that can complete the debris management operations in a maximum of 120 days. The duration of effort/completion dates of all tasks will be determined jointly by the AUTHORITY and CONTRACTOR. This determination will be set in writing in the appropriate Task Order(s). The CONTRACTOR shall perform all work in accordance with FEMA guidelines in order to maximize recovery of reimbursable expenses. This task shall include the provision of audit quality documentation as required by and acceptable to FEMA for all work accomplished. The CONTRACTOR may be required, at the AUTHORITY'S discretion, to be under the direction of an agent of the AUTHORITY. While intended to cover debris management needs in any major disaster scenario, the primary focus of this Contract is on the work resulting from hurricane damage to Palm Beach County. II. BACKGROUND A. Introduction The AUTHORITY has developed a Debris Management Plan that describes the general needs and approaches for handling large volumes of debris after a major disaster. It provides general information on debris classifications, local hauling, and disposal capabilities and capacities, and considerations far Temporary Debris Sites. That plan will provide general guidance for the CONTRACTOR and is part of contract, Exhibit C. The AUTHORITY'S disaster recovery planning includes considerations for removing and processing the volumes and types of debris expected to be generated by a major disaster such as a hurricane and the procedures for disposing of that debris. The planning approach is formulated in part on the concept of strategic pre-positioning of plans and resources necessary for timely, coordinated recovery operations, including removal of debris from public property and right-of--ways throughout Palm Beach County using a combination of county, municipal, and contractor forces. Contract No. 07-240 SOW-1 The AUTHORITY will execute multiple contracts to carry out the debris removal and disposal work throughout Palm Beach County based on a Category 2 Hurricane. The CONTRACTOR must have the capacity to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial AUTHORITY payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance. The CONTRACTOR must also have an established management team, an established network of resources to provide the necessary equipment and personnel, comprehensive debris removal and volume reduction operations plans, and demonstrable experience in major disaster recovery projects. The contract will be a contingency contract that will be activated only in the face of an emergency. As such, no compensation will accrue to the CONTRACTOR unless. and until the contract is activated either in anticipation of a natural disaster or immediately after such disaster. The CONTRACTOR will be required to participate in certain AUTHORITY directed disaster recovery training and/or exercises, 1 to 2 days each year, at no cost to the AUTHORITY. B. Planning Standard for Debris Removal and Disposal The AUTHORITY'S goal is to complete the debris removal and disposal process in 120 days. This assumes that the entire area of the county will be accessible within that period. Due to the low elevation and potential for flooding, some areas might not be accessible for several weeks . after a major natural disaster. The CONTRACTOR must be aware that it might not be possible to initiate operations in all parts of the county simultaneously immediately after a storm. If these hindrances occur, the 120 day timeframe may be extended by mutual agreement. The duration and completion date of any other related tasks will be determined jointly between the AUTHORITY and CONTRACTOR. C. Debris Management Planning for debris management operations is a function of the AUTHORITY as a supporting agency to the Palm Beach County Department of Engineering and Public Works. The AUTHORITY'S Emergency Management Coordinator will direct the debris removal and disposal operations. Each CONTRACTOR holding a debris removal and disposal contract will serve as a General Contractor for the purpose of debris removal and disposal operations, and will be able to use his/her own and subcontractor resources to meet the obligations of the contract. It is anticipated that the CONTRACTOR will use both local and non-local subcontractors. Notwithstanding, the CONTRACTOR will make every effort to use fully qualified and properly equipped local firms, including Minority/Women/Small Business Enterprises, to the maximum extent practicable. To facilitate management of the debris removal operations, the county has been divided into nine (9) Collection Service Areas, which reflect our service area boundaries. See the attached County map, Exhibit D. Number of zones will change to eleven (11) effective, 10/01/2008. When a major disaster occurs or is imminent, the AUTHORITY will contact the firm(s) holding Debris Removal and Disposal Contracts to advise them of the AUTHORITY'S intent to activate the contracts. Debris removal will generally be limited to debris in, upon, or brought to county Contract i~o. 07-240 SOW-2 residential private and public streets and roads, right-of--ways, municipal properties and facilities, and other public sites. (This includes debris from customers assessed for residential solid waste and recycling collection services by the AUTHORITY}. The CONTRACTOR will be responsible for determining the method and manner of debris removal and lawful disposal operations, consistent with the AUTHORITY'S Debris Management Plan. Disposal of debris will be at AUTHORITY approved Temporary Debris Sites or landfill sites. The CONTRACTOR will be responsible for the lawful disposal of all debris and debris-reduction by-products generated at all Temporary Debris Sites. When a major disaster occurs or is imminent, the AUTHORITY will initially send out an Alert to the selected CONTRACTORS}. This Alert will serve to activate the lines of communication between the CONTRACTOR representatives and the AUTHORITY. Subsequently, the AUTHORITY will issue the first Task Order which will authorize the CONTRACTOR to send an Operations Manager to the AUTHORITY within 24 hours of receiving such Task Order to begin planning for the operations and mobilizing the personnel and equipment as necessary to perform the stipulated work. This first Task Order will also direct the CONTRACTOR to execute the required Performance and Payment Bond. The CONTRACTOR should anticipate receiving this first Task Order 24 to 72 hours before projected landfall of a hurricane. The general concept of debris removal operations includes multiple, scheduled passes of each site, location, or right-of--way. This will allow residents to return to their properties and bring debris to the private and public right-of--way as recovery progresses. The AUTHORITY will prescribe the specific schedule to be used after ascertaining the scope and nature of the disaster's impacts. The AUTHORITY will make every effort to identify strategically located Temporary Debris Sites throughout the county prior to a natural disaster. Depending upon the severity of the natural disaster, additional Temporary Debris Sites will be identified as needed. The CONTRACTOR will operate the Temporary Debris Sites and only CONTRACTOR vehicles and others specifically authorized by the AUTHORITY will be allowed to use the sites. Only one (1) level of subcontractor will be allowed to operate the sites. There will be no multi- tiered subcontractors (sub of a sub) allowed to operate temporary debris sites. The CONTRACTOR is responsible for all activity at any temporary debris site operated by their subcontractor and must have an employee on site at all times to oversee daily operations. The locations of publicly owned sites currently under consideration are shown on Exhibit E. Additional sites (privately owned mostly) may become available as plans develop. The AUTHORITY may also establish designated homeowner drop-off sites. The CONTRACTOR will be responsible for removing all eligible debris from those sites daily at the direction of the Emergency Management Coordinator or designee. Curbside segregation of debris and disaster-.generated or related wastes will be an element of the AUTHORITY'S disaster recovery program. The debris removal and disposal CONTRACTOR will be required to aid in the segregation and waste stream management processes. Any Household Hazardous Waste (Hf1W) encountered by the debris removal CONTRACTOR is to Contract No. 07-240 SOW-3 be set aside. HHW disposal will be the responsibility of the resident. The AUTHORITY will designate HHW drop-off locations. The following items are considered FII1W for the purpose of this contract: • Used Oil • Batteries • Paint • Aerosol spray cans • Pesticides • Antifreeze • Fluorescent light bulbs • Propane tanks (household size) The CONTRACTOR will setup a lined containment area and separate any HHW inadvertently delivered to a Temporary Debris Site. Commercial and industrial hazardous waste such as chemicals, gas containers, transformers, and any other form of hazardous or toxic matter will be set aside for collection and disposal by a Hazardous Materials Removal and Disposal Contractor who will be selected by the AUTHORITY. Putrescible residential garbage will be collected by AUTHORITY franchise waste haulers and is not to be collected or transported by CONTRACTOR forces. III. DETAILED SCOPE OF WORK Overview The scope of work under this contract is divided into three {3) parts. Part 1 is for Debris Removal and Disposal Operations of debris from residential public and private streets, roads and right-of--ways. Part 2 is for Temporary Debris Site Operations which includes daily operations as well as reclamation of the site to its pre-storm condition or as directed by the AUTHORITY Emergency Management Coordinator. Part 3 is the Processing, Loading and Hauling Material from Temporary Debris Site to final destination. Specific work authorizations by the Authority will be through written Task Orders, Exhibit G. Task Orders will. defime the job to be accomplished, location of job, time-frame for completion, rates to be used, etc. Any job with requirements or rates not covered by this Proposal will be negotiated. The Authority reserves the right to extend operations on a weekly basis. The CONTRACTOR shall commence mobilization immediately upon receipt of the mobilization Task Order meeting the following progress patterns: 48 hours- collection activity within assigned Collection Service Area. Within ten (10) calendar days CONTRACTOR shall have 100% of all necessary equipment operating within all Collection Service Areas. This represents a minimum response schedule and does not restrict an earlier response. Subsequently, the AUTHORITY may issue additional Task Orders to define more precisely the work to be accomplished or to Contract No. 07-240 SOW-4 authorize additional work. The CONTRACTOR shall perform in accordance with each Task Order in all designated Collection Service Areas established by the AUTHORITY. Each Task Order will be uniquely and sequentially numbered. The CONTRACTOR is authorized to collect debris during daylight hours, 7 days per week. Any deviations from this schedule will require AUTHORITY approval. The CONTRACTOR must be duly licensed to perform the work in accordance with the State of Florida statutory requirements. The CONTRACTOR shall obtain all permits necessary to complete the work. The CONTRACTOR shall be responsible for determining what permits are necessary to perform under the contract. Copies of all permits shall be submitted to the AUTHORITY Emergency Management Coordinator prior to issuance of the first Task Order. The quantity of work required to complete this contract is estimated. The actual effort required may be more or less than the estimated amount reflected in the RFP document. Payment will be made at the unit rates in the contract. The output will be verified by the AUTHORITY Emergency Management Coordinator in the daily operational report. Should hourly rates be used to pay far certain equipment then preventative maintenance not in excess of fifteen (1S) minutes in a normal workday will be paid at the regular hourly rate. Preventative maintenance or down time resulting from equipment failure, routine maintenance and fueling that exceeds fifteen (15) minutes will be considered unacceptable work and non-payment of that time will be rounded off to the half hour of all hours where delays occur. Preventative maintenance is defined as the usual field maintenance to keep equipment in operating condition without the use of extensive shop equipment. Fueling of equipment will be considered as part of preventative maintenance. The CONTRACTOR shall be responsible for correcting any notices of violations issued as a result of the contractor's or any subcontractor's actions or operations during the performance of this contract. Corrections far any such violations shall be at no additional cost to the AUTHORITY. The CONTRACTOR shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state or local governments or agencies, or of any public utilities or other private contractor. The CONTRACTOR shall provide contact information for all key personnel to the AUTHORITY that shall include name, phone number, cellular phone number and email address. The CONTRACTOR and its agents shall respond in a timely manner to all AUTHORITY inquiries at all times, PART 1 -DEBRIS REMOVAL AND DISPOSAL OPERATIONS General The purpose of Part 1 of this scope of work is to define the requirements for debris removal and disposal operations after any catastrophic disaster within Palm Beach County. Far work performed on a Time and Materials basis, all hourly equipment rates shall include the cost of the maintenance, fuel, repairs, overhead, profit, insurance, and any other casts associated with the equipment including labor and operator. Contract No. 07-240 SOW-5 Services The CONTRACTOR shall provide equipment, operators and laborers for debris removal operations. The CONTRACTOR. shall provide all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, and repairs) all equipment under this contract. All rates are to include the cost of protective clothing (to include hardhats and steel-toed boots), fringe benefits, hand tools, supervision, transportation, lodging and any other costs. The work shall consist of clearing and removing disaster generated debris as directed by the AUTHORITY Emergency Management Coordinator. CONTRACTOR shall provide collection equipment the day following a natural disaster or as directed by the AUTHORITY and shall provide equipment sufficient to collect a minimum of 50,000 cubic yards of debris per day within ten {10) calendar days of collection commencement. (Past AUTHORITY natural disaster cleanup records show that ten (10) days' following disaster, 95,000-126,000 cubic yards of debris was collected per day}. Failure to provide sufficient equipment necessary to collect required amount may result in the AUTHORITY entering into a separate Contract with another contractor far collection services. I. Collection of Storm Generated Residential Vegetation and Construction and Demolition Debris. Work may include: • Clearing debris from residential private and public roadways • Loading the debris • Hauling the debris to an approved Temporary Debris Site or an authorized landfill • Dumping the debris at the Temporary Debris Site or at an authorized landfill Debris delivered to a Temporary Debris Site or authorized landfill will be paid based on the per cubic yard price according to the Fee Schedule. II. Hourly Rate Clearing From 0-70 hours following a disaster CONTRACTOR shall provide the clearing services on an hourly rate that shall include the following: • Clear debris from emergency evacuation routes, access roads to critical facilities, and primary roadways • Perform emergency removal of debris if needed for life-saving measures Conduct daily briefings with debris managers and other officials to update progress and discuss issues • Develop a traffic control plan along potential haul routes and at debris management and disposal sites The CONTRACTOR shall not move from one designated Collection Service Area to another area without prior approval from the AUTHORITY Emergency Management Coordinator or designee. CONTRACTORS and/or subcontractors that move to a designated Collection Service Area without prior AUTHORITY approval may be terminated immediately. The AUTHORITY reserves the right to relocate CONTRACTOR to other Collection Service Areas based on need Contract No. 07-240 SOW-6 and ability to perform required work at an acceptable level. The AUTHORITY reserves the right to immediately terminate CONTRACTOR and any subcontractor who fails to provide service in accordance to guidelines set forth by FEMA and the AUTHORITY. The AUTHORITY or designee shall forward all claims of damage to the CONTRACTOR daily. CONTRACTOR shall provide alI contact information, including name, phone number, cellular phone number, fax number and email address, for personnel responsible for resolving all claims of damage. CONTRACTOR must respond to all claims of damage within 24 hours and resolve within ten {10) calendar days. In the event the CONTRACTOR fails to repair damages as a result of the Contractor's equipment failure or negligence within the time provided within this Contract, the AUTHORITY or designee may arrange for the repairs and assess the COI~I'IRACTOR for the cost of the repairs and any applicable administrative charges. Any disputes as to damage responsibility will be presented to the Emergency Management Coordinator or designee for review. The decision of the Emergency Management Coordinator or designee will be final. Equipment All trucks and equipment must be in compliance with all applicable federal, state, and local rules and regulations. Trucks used to haul debris must be capable of rapidly dumping their Load without the assistance of other equipment, be equipped with a tailgate that will effectively contain the debris during transport that will permit the trucks to be filled to capacity. Cyclone fence may be used as temporary tailgates if they comply with the following specifications: Fencing must be permanently attached to one side of the truck bed. • After loading, the fencing must be tied to the other side of the truck bed at two places with. heavy gauge wire, • Fencing must extend to the bottom of the bed. + After loading, bottom of fencing shall be tight against the bed of the truck and secured at a minimum of two locations. • Solid iron metal bars must be secured to both sides of the fencing. • There shall be no hand loaded equipment allowed. The AUTHORITY or designee shall complete certifications indicating the type of vehicle, make and model, license plate number, equipment number, and measured maximum volume, in cubic yards, of the load bed of each piece of equipment utilized to haul debris. The measured volume of each piece of equipment shall be calculated from actual internal physical measurement performed and certified by the CONTRACTOR. Maximum volumes may be rounded up to the nearest cubic yard, The reported measured maximum volume of any load bed shall be the same as shown on the placards affixed to each piece of equipment. The AUTHORITY reserves the right to re-measure trucks and trailers at any time to verify reported capacity. If a truck and/or trailer are re-treasured and the yardage capacity is determined to be lower, the lower yardage volume will be retro to the initial load and total volume adjusted accordingly. All trucks and trailers utilized in hauling debris shall be equipped with a tailgate that will permit the vehicle to be loaded to capacity and effectively contain the debris on the vehicle while hauling. if installed, all sideboard extensions must remain in place throughout the operation, or Contract No. 07-240 SOW-7 the vehicle must be re-measured and remarked. All extensions to the bed are subject to acceptance or rejection by the AUTHORITY Inspector. Trucks or equipment designated for use under this contract shall not be used for any other work during working hours. The CONTRACTOR shall not solicit work from private citizens or others to be performed in the designated Collection Service Area during the period of this contract. Under no circumstance will the CONTRACTOR mix debris hauled for others with debris hauled under this contract. Failure to comply will result in no payment to CONTRACTOR and operator and vehicle will be declared ineligible to provide any additional emergency debris collection services. Any and all unapproved changes to placard will result in no payment to CONTRACTOR and operator and vehicle will be declared ineligible to perform any additional emergency debris collection services. Securing Debris The CONTRACTOR shall be responsible for properly and adequately securing debris on each piece of equipment utilized to haul debris. Prior to leaving the loading site, the CONTRACTOR shall ensure that each load is secure and trimmed so that na debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted during loading and secured during transport. Tarps or other coverings shall be provided by the CONTRACTOR to prevent materials from falling or being blown from the bed. Loads not properly tarped or otherwise covered will not be allowed to dispose at any AUTHORITY approved temporary debris site which may result in non-payment to CONTRACTOR Equipment Si~nage Prior to commencing operations, the AUTHORITY or designee shall affix to each piece of equipment, signs or markings indicating the Owner Operator`s name and a unique equipment identification number. One sign shall be placed on each side of the equipment. For those trucks, trailers and other equipment intended to haul debris, the maximum volume, in cubic yards, of the load bed shall also be shown. Each operator shall keep AUTHORITY certification with them at all times. Placards must remain on both sides of equipment. Other Considerations The CONTRACTOR shall assign and provide an Operations Manager (OM) to the AUTHORITY Debris Management Center to serve as the principal liaison between the AUTHORITY Emergency Management Coordinator or designee and the CONTRACTOR' S farces. The assigned OM must be knowledgeable of all facets of the CONTRACTOR'S operations and have authority in writing to commit the CONTRACTOR. The OM shall be on call 24 hours per day, seven days per week and shall have electronic linkage capability for transmitting and receiving relevant contractual information and make arrangements for on site accommodations. This linkage shall provide immediate contact via cell phone, Fax machine, and have Internet capabilities. The OM will participate in daily meetings and disaster exercises, functioning as a source to provide essential element information. The OM will report to the AUTHORITY Emergency Management Coordinator or designee. This position will not require constant presence; rather the OM will be required to be physiealIy capable of responding to the AUTHORITY Emergency Management Coordinator within 30 minutes of notification. Contract No. 07-240 SOW-8 The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area. At a minimum, one flag person should be posted at each approach to the work area. The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the contractor's personnel and equipment is the responsibility of the CONTRACTOR. Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. Payment for debris hauled will be based on the quantity of debris hauled in cubic yards. Debris hauled to a Temporary Debris Site will require a validated load ticket. Drivers will be given load tickets at the loading site by an AUTHORI'Z'Y loading site monitor. The quantity of debris hauled will be estimated in cubic yards at the Temporary Debris Site by an AUTHORITY Temporary Debris Site monitor. The estimated quantity will be recorded on the load ticket. The AUTHORITY Temporary Debris Site monitor will retain one copy of the load ticket and the driver will retain two copies of the load ticket. Debris being hauled to a permanent landfill will be paid based on cubic yards recorded on an approved load ticket. Payment will be made against the CONTRACTOR'S invoice once site monitor and contractor load tickets and/or scale tickets match. Load tickets not properly completed and signed will not be paid. PART 2 - TEMPORr1RY DEBRIS SITE OPERATIONS General The purpose of Part 2 of this scope of work is to define the requirements for Temporary Debris Site Operations after any catastrophic disaster within Palm Beach County. The CONTRACTOR shall use only Temporary Debris Sites designated by the AUTHORITY Emergency Management Coordinator. The Temporary Debris Site foreman shall direct all dumping operations. Different types of debris shall be kept in separate piles at the Temporary Debris Site. At a minimum, one flag person shall be posted at each Temporary Debris Site for traffic control and to direct unmixed loads to proper location (by debris type) to be dumped. CONTRACTOR shall be responsible for sorting and proper placement of all loads not dumped in appropriate location which results in mixing the once separated debris at no charge to the AUTHORITY. The CONTRACTOR shall begin grinding vegetative debris within five (5) calendar days of temporary debris site opening date and removing mulch/wood chips within ten (10) calendar days of site opening date. The CONTRACTOR shall begin removal of Construction and Demolition/mixed debris from Temporary Debris Site within five (5) days of site opening date. Services The scope of work consists of two parts. The first part includes site setup/preparation and site closeout/restoration and shall be compensated on a time and materials basis in accordance with the hourly rates provided in the Fee Schedule, Part B. Site set-up/preparation/closeout/restoration includes: clearing, stripping, hauling, fill placement, constructing/deconstructing processing pads, limerock or crushed Contract No. 07-240 SOW-9 concrete access roads, sodding, and any other similar activity necessary to make the site usable for its intended purposes and to return the site to its original condition. [Part B rates need to be usable by the County as well as other governmental entities that may choose to "piggyback" this contract award and must not be encumbered by components extraneous. to their needs such as Authority Temporary Debris Site material casts.] The second part consists of Temporary Debris Site operations and material processing and shall be compensated in accordance with the unit prices provided in the Fee Schedule, Part A. I. The CONTRACTOR shall provide equipment, operators, and laborers for Temporary Debris Site operations as specified by Task Order. Unit prices provided in the Fee Schedule, Part A, shall include all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, repairs, operator, mobilization, demobilization, overhead, profit, lodging and insurance) all equipment under this contract. In addition,. materials needed for site setup/preparation/closeout/restoration (including rental or construction of the Inspection Tower) are included in the rates in Fee Schedule, Part A. Each Inspection Tower shall be equipped with two (2) portable toilets. Toilets shall be provided immediately upon completion of tower assembly. CONTRACTOR shall. provide a water truck for the purpose of applying to site surface to minimize dust. The AUTHORITY shall provide afront-load garbage container and collection service of the container at each Temporary Debris Site. CONTRACTOR shall be responsible for cleaning up all. trash and litter generated on the site from daily operations and depositing into the container for collection. The entrance roadway and surrounding area within IZ mile of the site's entrance shall be cleaned daily by the CONTRACTOR All pre-storm identified sites shall be opened within three (3) calendar days of natural disaster. Failure to open sites with proper equipment and necessary personnel will result in a $10,000 fine per day. All rates shall include the cost of protective clothing (ta include hardhats and steel-toed boots), fringe benefits, hand tools, supervision, transportation, lodging, and any other costs.. II. The work shall consist of managing the operations of a Temporary Debris Site and performing debris reduction by air curtain incineration and/or grinding. of storm generated debris as directed by the AUTHORITY Emergency Management Coordinator. The AUTHORITY plans to use two types of Temporary Debris Sites. • Vegetative Temporary Debris Sites will be devoted to the reduction of clean woody debris by either burning or grinding. • Mixed debris and Construction & Demolition (C&D) Temporary Debris Sites will be operated as transfer points. Mixed and C&D debris will be deposited at these sites and then reloaded for final transport to an authorized landfills Material coming into the Vegetative or C&D Temporary Debris Sites will be measured and paid for by the cubic yard according to the Fee Schedule, Part A. Material removed and transported from a C&D Temporary Debris Site will be measured and paid by the cubic yard according to the Fee Schedule. Contract No. 07-240 SOW-10 Locations of all Temporary Debris Sites will be provided by the AUTHORITY. The AUTHORITY Emergency Management Coordinator must approve site improvements before work begins and any costs, other than those in the Fee Schedule, that might have been negotiated under a Task Order shall be documented for payment. Material processed at a Temporary Debris Site by either grinding or burning will be measured using cubic yards from incoming load tickets. Material entering a Debris Management Site will be deposited in manageable piles. Re~ortin~ The CONTRACTOR shall submit a report to the AUTHORITY Emergency Management Coordinator or designee by close of business each day of the term of the Task Order. Each report shall contain, at a minimum, the following information: + Contractor's Name • Contract Number + Daily and cumulative hours for each piece of equipment, if appropriate + Daily and cumulative hours for personnel, by position, if appropriate * Volumes of debris handled Failure to provide audit quality information by 5:00 p.m. of the following day of operation will subject CONTRACTOR to non-payment in each instance at the sole discretion of the AUTHORITY. Other Considerations The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the responsibility of the CONTRACTOR. Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area. In the event a Temporary Debris Site must be closed due to CONTRACTOR equipment or operational failures, CONTRACTOR shall be fined $25,000.00 per day for every day the site has to remain closed. Debris Clearance (for access) from Right-of--Ways and Public Property The Authority provides support to Palm Beach County Government for Debris Management, including the clearance (moving debris from the middle of the road, etc.) of debris from right-of- ways and public property. Palm Beach County intends to perform debris clearance for access with its own forces or under existing contractual agreements 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. Contract No. 07-240 SOW-11 This debris clearance is to be considered supplemental and optional. service. It is anticipated that debris clearance activities would be conducted, if needed, on a time and material basis using the rates in the Fee Schedule, Part B. PART 3 -PROCESSING, LOADING AND HAULING MATERIAL CONTRACTOR shall provide ail necessary labor, material and equipment to process, load and haul woad chips and construction and/or mixed debris from Temporary Debris Sites in Palm Beach County to final destination for disposal as directed by the AUTHORITY. The AUTHORITY reserves the right to contract with other firms to process, load and haul wood chips and construction and/or mixed debris to a final destination as may best meet the needs of the AUTHORITY. All wood chips, construction and/or mixed debris shall be disposed of in accordance with all Local, State of Florida and Federal guidelines. IV. MISCELLANEOUS REQUIREMENTS Temporary Debris Site Foreman The Temporary Debris Site foreman must be an employee of the CONTRACTOR and is responsible for management of all operations of the site to include, traffic control, dumping operations, segregation of debris, burning, grinding, and safety. The Temporary Debris Site foreman will be responsible far monitoring and documenting equipment and labor time and providing the daily operational report to the AUTHORITY Emergency Management Coordinator or designee. Temporar~Debris Site Night Foreman The Temporary Debris Site night foreman must be an employee of the CONTRACTOR and is responsible for managing all night operations approved by the AUTHORITY that will be limited primarily to burning. The Temporary Debris Site night foreman will be responsible for monitoring and documenting equipment and labor. time and providing the daily operational report to the AUTHORITY Emergency Management Coordinator ar designee. Temporary Debris Site Management Plan Once the Temporary Debris Site is identified by the AUTHORITY, the CONTRACTOR will provide a Site Management Plan. Three (3) copies of the plan are required. The plan shall be drawn to a scale of 1" = 50' and address the following functions: • Access to site • Site preparation -clearing, erosion control, and grading • Traffic control procedures • Safety $ Segregation. of debris • Location of ash disposal area, hazardous material containment area, contractor work area, and inspection tower Contract No. 07-240 SGW-12 • Location of incineration operations, grinding operation (if required). Burning operations require a 100-foot clearance from the stockpile and a 1000-foot clearance from structures • Location of existing structures or sensitive areas requiring protection Inspection Tower The CONTRACTOR shall construct an inspection tower at each Temporary Debris Site within three (3) calendar days of natural disaster. The tower shall be constructed using pressure treated wood or steel scaffold. The floor elevation of the tower shall be 10-feet above the existing ground elevation. The floor area shall be a minimum 8' by 8', constructed of 2"x 8" joists, 16" O.C. with 3/4" plywood supported by a minimum of four 6" x 6" posts. A 4-foot high. wall constructed of 2" x 4" studs and %2" plywood shall protect the perimeter of the floor area. The floor area shall be covered with a roof. The roof shall provide a minimum of 6'-6" of headroom below the support beams. Steps with a handrail shall provide access to the tower. Inspection towers must provide a dry area far employees and meet all FEMA OSHA requirements. Grinding Operation The CONTRACTOR shall have grinders on site and in operation within 72 hours of natural disaster. Failure to provide grinder(s) on site in operation within 72 hours shall result in a $10,000 per day fine. There shall be no period longer than 24 hours in which grinding activity may stop due to equipment or operational failure. Failure to provide back-up equipment within 24 hours shall result in a $2,000 fine per hour per approved hours of grinding operation per day until grinding activity resumes. Household Hazardous Waste Containment Area The CONTRACTOR shall construct a hazardous material containment area at each Temporary Debris Site. The area shall be 30' x 30'. The perimeter shall be lined with hay bales and staked in place. The area shall be lined with a heavy gage plastic to provide a waterproof barrier. Additional plastic sufficient to cover the area is required to prevent rain from entering the containment area. Site run-off must be redirected from the containment area by site grading. V. PERFORMANCE OF CONTRACTOR It is the intent of this Contract to ensure that the CONTRACTOR provides a quality level of services. To this end, all complaints received by the Emergency Management Coordinator or designee, and reported to the CONTRACTOR shall be promptly resolved pursuant to the provisions of this Contract. The Emergency Management Coordinator or designee may levy administrative charges for the following infractions: 1. Failure to open pre-storm identified sites within three {3) calendar days of natural disaster - $10,000 per day for each day not opened 2. Closure of Temporary Debris Site due to CONTRACTOR equipment or operational failures - $25,000 per day, for each day site must remain closed Contract No. 07-240 SOVt~-13 Failure to provide back-up grinders within 24 hours of equipment breakdown - $2,000 per hour per approved grinding hours of operation per day. CONTRACTOR may also be subject to non-payment and a fine of $200 for each of the following infractions: 1. Failure to provide audit quality information by 5:00 p.m. of the following. day of operation 2. Loads not properly tarped or otherwise covered 3. Mixing debris hauled from other sources with debris hauled under this contract 4. Mixing vegetation debris with C & D material CON'T'RACTOR may be immediately terminated and also subjected to non-payment for the following: 1. Collection of any non-eligible,. non-AUTHORITY approved stumps or debris 2. Moving to another designated Collection Service Area without prior AUTHORITY approval 3. Failure to provide service in accordance to guidelines set forth by FEMA and the AUTHORITY 4. Soliciting work from private citizens or others to be performed in the designated Collection Service Area during the period of this contract 5. Alteration of placards placed on certified trucks and/or trailers Any disputes regarding Performance of Contractor will be presented to the Emergency Management Coordinator or designee for review. The Emergency Management Coordinator or designee shall complete review and make determination within 10 calendar days. Decisions of the Emergency Management Coordinator or designee shall be~nal. Contract No. 07-240 SOW-14 PHILLIPS AND JORDON EXHIBIT B FEE SCHEDULE HURRICANE/DISASTERDEBRTS REMOVAL, REDUCTION, AND DISPOSAL CONTRACT N0.07-240 PART A -VOLUME BASED PRICWG FOR 3,000,000 CUBIC YARD DEBRIS DISASTER I D i i Estimated i P i U tem/ escr pt on r ce n t Quanti Unit 1.0 Public Property and Right of Way Collection, Loading and Hauling to a designated Temporary Debris S'rte or Authority 3000,000 CY 10.25 approved Disposal Facility 2.0 'T'emporary Debris Site operation to include placement of monitoring towers, portable toilets, keeping area clean of 2 00 trash, debris acceptance, pile management, and phase I 3,000,000 CY . reclamation. 3.0 Processing of debris through grinding andlor chipping. 2,500,000 CY 2.50 4.0 Loading, hauling and disposing wood chips to final 000,000 1 CY 9.$0 destination. , 5.0 Loading, transporting and final disposition {disposal) of construction and/or mixed debris from Temporary Debris 500 000 CY I4.75 Site hauling to a permitted C&D recycling facility or any , other approved non-Authority Disposal Facility. Loading and transporting only of construction and/or mixed debris from Tem ora Debris Site to one of the followin A. Okeechobee County Landfill 400,000 CY 9.50 B. Pompano Beach Landfill 100,000 CY 9.50 6.0 Volume reduction through air curtain incineration or open 2,500 000 CY 2.00 burning. , Unit Prices, unless otherwise indicated, shall include all labor {operators, laborers, supervisors) and materials including but not limited to: supplies, equipment maintenance, repairs, repair parts, fuels, lubricants, cellular phones, transportation, and housing, if required, necessary to accomplish the project. The quantities and distributions are estimated for the purpose of making an award. Locations of sites, debris quantities, destinations, material densities, etc. may differ substantially in an actual disaster. Assumptions: 3,000,000 cubic yards of debris consisting of 2,500,000 cubic yards of vegetation debris and 500,000 cubic yards of mixed debris. Contract No. 07-240 Page 1 of 2 PHILLIPS AND JORDON FEE SCHEDULE PART B -HOURLY RATES EXIIIBIT B DEBRIS MANAGEMENT SITE SET-UP AND CLOSURE DEBRIS CLEARANCE FOR ACCESS OPTIONAL C1SE BY COUNTY AND OTHER GOVERNMENTAL ENTITIF,S EQUIPMENT AND LABOR RATES Equipment Type Hourly Equipment Rafe Hourly Labor Rate Total Hourly Rate Bobcat Loader $ 60,00 $ 35.00 $ 95,00 Crew Foreman w/ Cell Phone and Pickup 15.00 60.00 75A0 Dozer, Tracked, D5 or similar 65.00 35.00 100.00 Dozer, Tracked, D6 ar similar 85.00 35.00 120.00 Dozer, Tracked, D7 or similar 105.00 35.00 140.00 Dozer, Tracked, D8 or similar 145.00 35.00 180.00 Dump Truck, 18 CY-20 CY 35.00 35.00 70.00 Dump Truck, 21CY-30 CY 35.00 35.00 70.00 Generator and Lighting 20.00 -0- 20.00 Grader w/ 12' Blade 75,00 35.00 110.00 Hydraulic Excavator, 1.5 CY 80.00 35.00 115.00 Hydraulic Excavator, 2.5 CY 90.00 35.00 125.00 Knuckleboom Loader 115.00 35.00 150.00 Laborer w/ Chain Saw -0- 45,00 45.00 Laborer w/small tools, traffic control, flag person -0- 32.00 32.00 Lowboy Trailer w/ Tractor 75.00 35.00 110.00 Operations Manager w! Cell Phone and Pickup 15.00 70.00 85.00 Pickup Truck, .5 Ton 115.00 -0- 15.00 Soil Compactor 81 HP+ 45.00 35.00 80.00 Soil Compactor to 80 HP 40.00 35.00 75.00 Soil Compactor, Towed Unit 35.00 35.00 70.00 Truck, Flatbed 25.00 35.00 60.00 Tub Grinder, 800 to 1,000 HP 550.00 -0- 550.00 Water Truck 45.00 35.00 80.00 Wheel Loader, 2.5 CY, 950 or similar 60.00 35.00 95.00 Wheel Loader, 3.5-4.0 CY, 966 or similar 75.00 35.00 110.00 Wheel Loader, 4.5 CY, 980 or similar 95.00 35.00 130.00 Wheel Loader-Backhoe, 1.0-1.5 CY 60.00 35.00 95A0 Contract No. 07-240 Page 2 of 2 PALM BEACH COUNTY DEBRIS MANAGEMENT PLAN Revised February 2007 TABLE OF CONTENTS ACI{NOWLEDGEMENTS ............................................................................................................. i ACRONYMS USED IN THIS PLAN .......................................................................................... ... ii DEFINITIONS ............................................................................................................................ ... ii AUTHORITY .............................................................................................................................. ...1 GENERAL ................................................................................................................................. ...1 PURPOSE ....................................................................................................._....,.._......................1 SITUATION AND ASSUMPTIONS ........................................................................................... ...1 Situation ...................................................................................................................................1 ..,.. Assumptions ............................................................................................................. .......... 2 CONCEPT OF OPERATIONS ................................................................................................... ...2 Pre-Event Actions .................................................................................................................... 2 Post-Event Actions ................................................................................................................... 2 Palrn Beach County Debris Manager ..................................................................................... ..2 Solid Waste Authority Executive Director ................................................................................ 3 Palrn Beach County Director of Parks and Recreation .......................................................... .. 3 Debris Management Center Staff Responsibilities ..................................................................6 SWA Emergency Management Coordinator .................................................................... ...6 SWA EOC Representative_, ................................................................................................6 Risk Management ...............................................................................................................6 Public Information Officer ....................................................................................................6 Reimbursement Coordinator ......................................................................_........................ 7 Environmental Programs ....................................................................................................7 SWA Customer Information Services .................................._..............................................7 Composting and Vegetation Services .................................................................................7 Hazardous Waste Services ............................................................................................... ..7 Land Management Services ............................................................................................. .. 7 Transfer Stations..........._ ................................................................................................... ..8 Debris Management Phases .................................................................................................. ..8 Phase 1: Debris Clearance Operations ................_..._....................................................... ..8 Phase 2: Debris Removal and Disposal ........................................................................... ..8 SWA Debris Removal and Disposal Operations ............................................................... 13 Contractor Debris Removal and Disposal Operations ...................................................... 14 Loading Site Monitors ....................................................................................................... 15 Disposal Site Monitors ...................................................................................................... 15 Load Ticket Disposition ................................................._....,........................................._.,.. 15 Field Inspection Team ....................................................................................................... 18 Debris Management Site Setup and Closeout Procedures ............................................... 18 Hazardous Structures -Removal ................................................................................_._._.. 18 ORGANIZATION AND RESPONSIBILITIES ............................................................................. 19 PBC Engineering and Public Works Department .................................................................. 19 SWA of Palm Beach County ................................................................................................. 19 PBC Parks and Recreation Department ................................................................................ 20 Debris Contract Administrative Team .................................................................................... 20 Pre-Storm Administrative Actions ......................................._............................................, 20 Pre-Storm Activation Actions ............................................................................................ 21 Post-Storm Actions ........................................................................................................... 21 PBC DEPARTMENT AND AGENCY RESPONSIBILITIES ....................................................... 22 PBC Information Systems Services ....................................................................................... 22 PBC Engineering and Public Works Department, Geoprocessing Section ............................ 22 PBC Engineering and Public Works Department ................................................................... 22 PBC Engineering and Public Works Department, Road and Bridge Division ........................ 22 PBC Department of Airports .................................................................................................. 22 PBC Fire-Rescue Department ............................................................................................... 22 PBG Public Safety Department ..........................................................................,................... 22 PBC Sheriffs Department ..............................................................................._....................,.. 23 PBC Health Department ........................................................................................................ 23 PBC Parks and Recreation Department ................................................................................ 23 PBC Code Enforcement Department ............................................................._....................... 23 PBC Planning, Zoning, and Building Department .................................................................. 23 PBC Facilities Development and Operations Department ..................................................... 23 PBC Water- Utilities Department ............................................................................................. 23 ADMINISTRATION AND LOGISTICS ........................................................................................23 REFERENCES ...........................................................................................................................23 ENCLOSURES ........................................................................................................................... 23 Enclosure 1-Debris Zone Index Map ........................................................................................ Enclosure 2-Critical Facilities and Primary Road Clearance List Enclosure 3- Debris Management Sites .................................................._..,.....................,.,.._... Enclosure 4_ Palm Beach County Debris Clearing, Removal, and Disposal Guidelines............ Right of Entry Agreement ...............................................................................................4-1 Debris Management Site Setup and Closeout Guidelines .............................................4-2 Temporary Construction and Demolition Staging /Transfer Site Guidelines .................4-6 Temporary Vegetative Debris Management Site Guidelines .........................................4-9 Environmental Checklist for Air Curtain Pit Burners .....................................................4-13 Land Application of Wood Ash from Storm Debris Burn Sites Guidelines ...................4-14 Reducing the Potential for Spontaneous Combustion in Compost or Mulch Piles Guidelines ....................................................................................................................4-15 FIGURES Figure 1 -Palm Beach County Debris Management Organization ..............................................4 Figure 2 -Debris Management Center Organization Chart ......................................................... 5 Figure 3 - SWA Load Ticket Sample ..........................................................................................17 TABLES Table 1 -Debris Zone Estimates ................................................................................................10 Table 2 -Municipal Debris Estimates............_ ............................................................................11 Table 3 -Incorporated Vs. Unincorporated Debris Estimates ....................................................12 ACKNOWLEDGEMENTS Palm Beach County Engineering and Public Works (PBCENG} Department is the lead agency responsible for emergency debris clearance on essential- transportation routes and for coordinating the permanent removal and disposal of all debris deposited along or immediately adjacent to public rights-of--way. This Debris Management Plan identifies the actions required to plan for and respond to a natural debris-generating event. The Road and Bridge Division of PBCENG is responsible for emergency debris clearance from essential transportation routes based on pre-established priorities identified in the Emergency Support Function (ESF) 3 Annex to the County Comprehensive Emergency Management Plan (CEMP). PBCENG is also responsible far clearing debris for egress from specified critical facilities The Solid Waste Authority of Palm Beach County is responsible for coordinating the permanent removal, storage, and disposal of all debris deposited along or immediately adjacent to public rights-of--way in consultation with the lead agency and through private vendor resources as specified in the ESF3 Annex to the CEMP. PBCENG recognizes the cooperation from the other PBC departments and agencies identified in this Debris Management Plan. Your understanding of the importance of having a coordinated debris management plan in place prior to a natural disaster will contribute to the safety and well being of all residents of PBG. George Webb Director Palm Beach County Engineering and Public Works Department ACRONYMS USED IN THIS PLAN CADD - Computer Aided Drafting and Design CEMP -County Comprehensive Emergency Management Plan DCAT - Debris Contract Administrative Team DMC -Debris Management Center EMC - Emergency Management Coordinator EMT -Emergency Management Team EOC -Emergency Operations Center EOCREP - .Emergency Operations Center Representative PBCENG -Engineering and Public Works Department ESF3 - Emergency Suppor# Function 3 (Engineering) GIS -Geographic Information System PBC -Palm Beach County P&R -Department of Parks and Recreation P[O -Public Information Officer SWA - Salid Waste Authority of Palm Beach County DEFINITIONS Construction, Demolition and Land- Clearing Wastes. Any type of solid waste resulting from land-clearing operations, the construction of new buildings or remodeling structures, or the demolition of any building or structure. Garbage: All organic waste, consisting of the residue of animal, fruit or vegetable matter, resulting from the preparation, cooking, handling or storage of food, exclusive of human or animal feces. It shall also include all household solid waste materials, tree cuttings, leaves, garden vegetation, trimmings, and other types of trash. Hazardous Waste: Any waste or combination of wastes of a solid, liquid, contained gaseous or semisolid form which because of its quantity, concentration or physical, chemical or infectious characteristics may: • Cause or significantly contribute to an increase in mortality or an increase in serious irreversible or incapacitating reversible illness; or • Pose a substantial present or potential hazard to human health or the environment when improperly treated, stored, transported or disposed of, or otherwise managed. Such wastes may include, but are not limited to, those that are persistent in nature, assimilated, or concentrated in tissue or which generate pressure through decomposition, heat, or other means. The term does not include solid or dissolved materials in domestic sewage or solid dissolved materials in irrigation return flows, or industrial discharges, which are point sources subject to state or federal permits. Industrial Waste: Any liquid, gaseous, solid, or other waste substance, or a combination thereof, resulting from any process of industry, manufacturing, trade or business or from the development of any natural resources. Recycling: The County encourages the voluntary participation of all of its residents to reduce the waste stream through recycling. Residents are strongly encouraged to recycle all items that are recyclable and throw away for ultimate landfill disposal only those items, which cannot be recycled. Special containers are provided at numerous manned recycling and solid waste centers for the storage and collection of • Newspapers • Green glass • Brown glass • Clear glass • Aluminum and bi-metal beverage cans • PET plastic milk jugs • HDPE plastic drink bottles • Used motor oil • Lead acid batteries • Scrap metals and appliances including refrigerators, stoves, water heaters, etc. ~i • Composts including leaves, limbs, brush, and yard wastes Illegal Dumping: Dumping garbage and rubbish, etc., on open lots prohibited. No garbage, refuse, abandoned junk, solid waste or other offensive material shall be dumped, thrown onto or allowed to remain on any lot or space within the unincorporated portions of Palm Beach County. This includes those defined materials that were in place before enactment of-this article. PALM BEACH COUNTY DEBRIS MANAGEMENT PLAN AUTHORITY Emergency Support Function 3 (ESF 3) Public Works Annex to the County Comprehensive Emergency Management Plan (CEMP). GENERAL Palm Beach County Engineering and Public Works (PBCENG} Department is the primary agency responsible for the restoration of the public infrastructure following a disaster. PBCENG's Road and Bridge Division is responsible for emergency debris clearance of essential transportation routes and other critical public facilities based on recommendations from the Rapid Impact Assessment Team. The Solid Waste Authority (SWA) is a supporting agency responsible for implementing debris removal and disposal actions in order to save lives .and .protect property. PBCENG will coordinate with and support SWA in the permanent removal, storage, grinding, and disposal of all disaster-related debris from public property. Private property debris must be placed on or immediately adjacent to the public rights-of- way to be eligible for pickup and disposal. PURPOSE To provide organizational structure, guidance, and standardized procedures for the clearance, removal and disposal of debris caused by a major debris-generating event. To establish the most efficient and cost effective methods to resolve disaster debris removal and disposal issues. To expedite debris removal and disposal efforts that provide visible signs of recovery designed to mitigate the threat to the health, safety and welfare of PBC residents. To coordinate partnering relationships through communications and pre-planning with local, State and Federal agencies involved with debris management responsibilities. To implement and coordinate private sector Debris Removal and Disposal contracts to maximize cleanup efficiencies. SITUATION AND ASSUMPTIONS Situation Natural disasters such as hurricanes, tornadoes, and flooding precipitate a variety of debris that include, but are not limited to, such things as trees and other vegetative organic matter, building/construction material, appliances, personal property, mud, and sediment. The quantity and type of debris generated from any particular disaster will be a function of the location and kind of event experienced, as well as its magnitude, duration, and intensity. This plan is based on the debris-generating capacity of a Category 4 Hurricane with wind speeds in excess of 131 miles per hour and heavy rainfall. A Category 4 Hurricane will cause extensive damage to large trees and shrubs in addition to substantial structural damage to homes and commercial property. Mobile homes will be destroyed. Storm surge will push sea levels 13-18 feet above normal resulting in flooding of areas less than 10 feet above sea level 6 miles inland. The quantity and type ofi debris generated, its location, and the size of the area over which it is dispersed will have a direct impact on the type of removal and disposal methods utilized to address the debris problem, associated costs incurred, and how quickly the problem can be addressed. Assumptions A major natural disaster that requires. the removal of debris from public or private lands and waters could occur at any time. The amount of debris resulting from a major natural disaster will exceed the SWA's removal and disposal capabilities. The SWA will contract for additional resources to assist in the debris removal, reduction, and disposal process. The Governor will declare a State of Emergency that will authorize State resources to assist in removal and disposal of debris. The Governor will request a Presidential Disaster Declaration if the disaster exceeds both local and State resources. CONCEPT OF OPERATIONS Pre-Event Actions The County Emergency Management Director will notify County Departments and Agencies upon notice of a Category 1 or above hurricane or other situation that could generate large volumes of debris. Personnel assigned to the Debris Management Center (DMC) staff will establish presence at the Authority Administrative Office located at 7501 North Jog Road, West Palm Beach, FL 33412 and await. specific instructions from the County Debris Manager. The DMC staff should be knowledgeable of their specific responsibilities identified in the Palm Beach Coun#y Comprehensive Emergency Management Plan, standing operating procedures and this Plan. Post-Event Actions The Director of Engineering and Public Works will be designated the County Debris Manager. The Solid Waste Authority Executive Director will be responsible for establishing and staffing the Debris Management Center. The SWA Emergency Management Coordinator will exercise daily operational control of the DMC staff. The DMC staff will coordinate the actions necessary to remove and dispose of debris in unincorporated areas of Palm Beach County using both Authority and contractor assets. Specific actions will include the following: • Make recommendations on Authority and contractor work assignments and priorities based on the nine (9) County Debris Zones. (See Enclosure 1) • Report on progress and prepare status briefings. • Provide input to the County Public Information Officer (PIO) on debris removal and disposal activities. • Coordinate county debris removal and disposal operations with those of the participating municipalities, State, and Federal responders. Palm Beach County Debris Manager The Director of Palm Beach County Engineering and Public Works (PBCENG) will be designated as the Palm Beach County Debris Manager. The PBC Debris Manager will be responsible for, but not limited to, the following. with respect to any and all debris. management issues: • Keep the PBC Commissioners briefed on the status of the debris clearing, removal, and disposal operations. • Assure that PBC is represented at all meetings with other government and 2 private agencies involved with the debris cleanup operation. The county has been divided into 9 Debris Management Zones (See Enclosure 1) to facilitate and coordinate the rapid and economic clearing and eventual removal and disposal of disaster-generated debris. The 9 Debris Zones coincide with the 9 SWA service areas used for solid waste collection. The PBC Debris Manager will assign a PBCENG Debris Coordinator to the Emergency Operations Center {EOC) with the responsibility for coordinating all debris clearance and cleanup actions involving PBCENG Road and Bridge Division personnel and equipment, SWA, and PBC Parks and Recreation (P&R} Department personnel and equipment. (See Figure 1) Actions will focus on keeping track of progress of the initial debris clearance from public roadways and critical facilities, The PBCENG Debris Coordinator will keep the SWA EOC Representative and other department debris coordinators informed of cleanup progress and any problems encountered or expected, The PBC Debris Manager will be supported by a joint debris staff made up of personnel from the Solid Waste Authority staff and representatives from other supporting departments and agencies under direct control of the Executive Director of the Solid Waste Authority. {See Figure 2} The Debris Management Center (DMC) that will be located at the Solid Waste Authority Administration Building located at 7501 North Jog Road, West Palm Beach, FL 33412. Solid Waste Authority Executive Director The Executive Director of the Solid Waste Authority will be responsible for, but not limited to, the following with respect to any and all debris management issues: • Keep the PBC Debris Manager briefed on the status of debris removal and disposal operations. • Provide a DMC representative at all meetings with other government and private agencies involved with the debris cleanup operation. • Appoint a SWA Emergency Management Coordinator (EMC) responsible for daily operational control of the DMC. • Appoint a Public Enformation Officer (PIO) to coordinate media reports on debris operations with the EOC's PIO • Coordinate with affected cities within PBC an all debris clearance, removal and disposal issues through EOC conference calls. • Convene emergency debris coordinating meetings at the DMG as appropriate. • Ensure that the DMC is provided all needed administrative staff support. Palm Beach County Director of Parks and Recreation The Director of PBC Pi~R will provide a representative to the EOC to coordinate all P&R debris missions. The P&R Debris Coordinator will be responsible for coordinating all P&R debris cleanup actions involving P&R and contractor personnel and equipment. Actions will focus on supporting PBCENG with debris removal from PBC parks and recreational facilities. The P&R Debris Goordinator will keep track of progress of park debris cleanup operations. The P&R Debris Coordinator will also keep other department debris coordinators informed of cleanup progress and any problems encountered or expected. 3 Palm Beach County Debris Management Organization PBC County Debris Manager EOC/ ESF3 PBCENG Debris Caordinator George Webb Director, PBCENG TBD P8~R EOC Debris Representative SWA EOC Representative TBD -- Marc Bruner Solid Waste Authority Debris Management Center John D. Booth SWA Executive Director Mark Hammand ________________________________________ Managing Director Mark Eyeington Emergency Management Coordinator Figure 1 4 Debris Management Center Organization Chart Risk Management John Williams Solid Waste Authority Debris Il~anagernent Center John D. Booth SWA Executive Mark Hammond Managing Director Mark Eyeington Emergency Management Coordinator SWA EOC Representative _ _ _ _ _ _ Marc Bruner Debris Management ConsultanE Debris Contract Administrative Team (Team Manager) (Assistant Team Manager) (Contracting Specialist) ((Field Inspectors) (sea) (Contractor Representative) Public Information Officer Linda Hodgkins Reimbursement Coordinator John Green Debris Removal $~ Disposal Contrac#ors Environmental Compliance Mark McLean SWA Collections John Archambo Composting & Vegetation Services Engineering Rav Schauer Hazardous Waste Services I Land Mgmt Services Robert J. Madden Keith Kinley Transfer Stations Michael Berg Figure 2 5 Debris Management Center Staff Responsibilities SWA Emergency Managemen# Coordinator The SWA Emergency Management Coordinator (EMC} is responsible for daily operational control of the DMC staff. The SWA EMC will receive current information on the severity of the disaster from the SWA EOC Representative located at the PBC EOG. All requests for debris removal or disposal from the EOC staff will go through the SWA EOC Representative to the SWA EMC. Requests for debris clearing from public facilities and roadways will be directed to the PBCENG Debris Coordinator. The SWA EMC will determine the extent of damage and resulting debris and issue appropriate directives to the appropriate SWA Emergency Management Team (EMT) leaders. The EMT leaders, in turn, will execute their Team's debris missions as defined in this plan and SWA Standard Operating Procedures. The SWA EMC will coordinate with the SWA Collections Director and Debris Management Consultant on Debris Removal and Disposal Contract activities. The SWA EMC will keep the PBC Debris Manager informed on all ongoing debris management operations through meetings andlor reports. SWA EOC Representative The SWA EOC Representative is located at the PBC EOC and is responsible for coordinating all requests for debris removal activities initiated by the EOC staff involving SWA's debris removal and disposal mission. Debris Management Consultant The Debris Management Consultant will implement a unified system of truck bed volume measurement, placarding and auditing of truck volumes through random checking throughout the debris collection and disposal process. The Debris Management Consultant will conduct a pre and post event environmental assessment of each temporary debris storage site. The Debris Management Consultant will keep the SWA EMC informed of Debris Removal and Disposal Contractor cleanup progress and problems encountered at any of the debris sites. The Debris Management Consultant will train and supervise the activities of the debris field monitors, debris site monitors as well as the assignment of load tickets by field monitors and collection of load tickets from the county debris sites. Risk Management The SWA Risk Manager (Risk) will be responsible for compiling all damage reports for SWA facilities using FEMA's Project Worksheet forms and coordinate the submission of these forms with the SWA Reimbursement Coordinator and EMC. Risk will also coordinate with the DCAT, as required, to assure that debris management contractors establish and maintain insurance coverage as required by the contract. Public Information Officer The SWA Public Information Officer {PIO) will serve as the DMC's liaison to the EOC's PIO. The PIO will develop a proactive information management plan. Emphasis will be placed on actions that the public can perform to expedite the cleanup process. Flyers, newspapers, radio and TV public service announcements should be used to obtain the public's cooperation by separating 6 garbage from storm debris; segregating household hazardous waste; placing disaster debris at the curbside; keeping debris piles away from fire hydrants and valves; reporting locations of illegal dump sites or incidents of illegal dumping, and segregating recyclable materials. Pickup schedules will be disseminated in the local news media and the SWA Emergency Information Hotline 569-640-4000. Reimbursement Coordinator The SWA Reimbursement Coordinator will provide for the collection and compilation of al[ labor, equipment hours, ma#erials/supplies and expenditures related to disaster response and recovery. The Reimbursement Coordinator will also manage the receipt and submission of all Debris Contractor payables via load tickets and load ticket data base information. Environmental Programs The SWA Environmental Programs (Environmental) will assist with the coordination with federal, state, and local environmental regulatory agencies, the DCAT and the debris management contractors.. Environmental shall also assist with compliance monitoring for all Debris Management Sites based on applicable regulations or Emergency Orders issued by the Florida Department of Environmental Protection (FDEP) and debris management contracts. SWA Customer Information Services The SWA Customer Information Services (CIS) shall be responsible for the coordination with franchise waste haulers to reestablish garbage collection in the unincorporated areas of the county and in cities through contact and municipal public works departments. CIS will provide a communication link between the general public, waste haulers and the DCAT. CIS will coordinate their activities with Emergency Management Coordinator in mattet~s regarding storm debris collection, transportation, and disposal. CIS will provide support in the monitoring of Debris Contractors, load inspections at DMs and other off-site areas and the preparation of Load Sheets at Debris Management sites, choke points, or other public right-of--ways in impacted areas. Composting and Vegetation Services Composting and Vegetative Services will provide support, as available, to the DCAT in the monitoring of the yard trash Debris Management sites located in various places throughout the county. Hazardous Waste Services SWA Household Hazardous Waste Services (Hazwaste) shall be responsible far the coordination of inspections, notifications, and if necessary, cleanup or mitigation of any hazardous waste releases at SWA facilities. Hazwaste will resume operation of household hazardous waste collection centers as soon as conditions allow. In coordination with the Debris Management Consultant and the DCAT, Hazwaste will identify household hazardous waste (HHW) drop-off locations within Debris Zones as needed. Hazwaste will monitor these HHW drop-off points for compliance with appropriate regulations and provide for the timely removal and disposal of any and all hazardous waste brought to these sites. At the request of the DCAT, Hazwaste will coordinate the removal any household hazardous waste left at any of the Debris Management sites located through the county. Land Management Services SWA Land Management Services (Land Management) shall be responsible for storm debris cleanup at SWA facilities. Land Management will provide a status report to 7 the DCAT on the availability of disposal capacity and the types and quantities of storm debris being delivered to the SWA Jog Road landfill facilities for processing or storage. Transfer Stations The SWA Transfer Stations shall be responsible for accepting and transferring garbage from municipalities and the unincorporated areas of Palm Beach County to the SWA Jog Road WTE Plant, landfill or other disposal facilities as necessary. All non-garbage storm debris will be directed to a selected Debris Management site for storage, processing or shipment to an SWA designated landfil( for disposal. Transfer Stations shall communicate with the EMC to identify and resolve any capacity, transportation,. debris contractor or waste handling situations that arise at any of the Transfer Stations. Debris Management Phases Phase I: Debris Clearance Operations PBCENG Department is the lead agency responsible for coordinating impact assessment for a[I PBC public structures, equipment, and debris clearance immediately following a large scale disaster in order to prioritize the impacted areas and resource needs. Debris clearance from PBC roadways and PBC public property will. be accomplished using PBCENG crews and equipment, mutual aid providers, and private cantractor resources. PBCENG Road and Bridge Division's primary mission is to clear debris from at least one lane on all primary and secondary roads to expedite the movement of emergency service vehicles such as fire, police and medics[ responders. A listing of critical facilities and primary road clearance list is at Enclosure 2. PBCENG's Damage Assessment Teams will conduct initial zone by zone windshield surveys to identify the type of debris and to estimate amounts of debris on the roadways. The results of the windshield surveys will also be provided to the SWA EOC Representative: located at the EOC. Priority for debris clearance will be based upon the following criteria: 1. Extricate people 2. Major flood drainage arteries 3. Egress for fire, police, and Emergency Operations Center 4. Communications tower at Forest Hill Boulevard. 5, Ingress to hospitals, jail, and special care unit 6. Major traffic routes 7. Egress for Belvedere Road complex for fleet, traffic, road and bridge, and designated remote locations $. Supply distribution paints and mutual aid assembly areas 9. Government facilities 10. Public Safety communications towers 11. American Red Cross shelters 12. Secondary roads to neighbor collection points 13. Access for utility restoration 14. Neighborhood streets 15. Private property adversely effecting public welfare. During the debris clearance and removal process, PBCENG will be responsible to ensure that power lines do not pose a hazard to emergency work crews and to coordinate the response effort with Florida Power and Light and other utility companies as appropriate. Phase I1: Debris Removal and Disposal Unincorporated The general concept of debris removal operations includes multiple, scheduled passes of each critical site, location, or rights-of-way as directed by the DMC staff. 8 This manner of scheduling debris removal allows residents to return to their properties and bring debris to the edge of the rights-of- way as .property restoration progresses. PBC has been divided into nine (9) Debris Zones to control and expedite debris- removal and disposal operations (See Enclosure 1) The quantity of potential debris generated by a Category 4 Hurricane for each Debris Zone is shown in Table 1. The SWA uses a Debris Prediction Model based on the Army Corps of Engineer's Debris Model to calculate the approximate amount of storm debris that will be generated as a result of a category 1 hurricane ar above. Phase II: Debris Removal and Disposal - Municipal Each municipality is responsible for coordinating the permanent removal, storage, and disposal of all debris deposited along or immediately adjacent to public rights-of--way in the municipality. The SWA has entered into Interlocal Agreements with municipalities in Palrr Beach County to allow for a cooperative effort in the management of disaster debris and securing reimbursement for eligible debris management costs from appropriate Federal, State and Local agencies. The SWA has printed pre numbered load tickets and numbered truck placards, available to the municipalities to use at SWA Debris Management Sites. Any municipality choosing to use SWA Debris Management Sites, must certify and placard the trucks used by their contractors to haul debris to the debris site. Each load of debris brought to the debris site must be accompanied by a valid and properly completed SWA issued load ticket. * includes special district or other eligible applicants 9 Debris Zone Estimates Debris Zones Single Family Condo Units Mobile Homes Estimated Debris Temporary Debris Mgmt Site 1 47,761 20,962 1,675 2,825,237CY 291 Acres 2 28,447 27,510 3,395 2,032,81.7 CY 209 Acres 3 29,914 11,344 3,579 1,870,637 CY 193 Acres 4 68,897 34,464 5,951 4,338,997 CY 445 Acres 5 58,925 39,974 4,732 3,835,414 CY 395 Acres 6 46,329 55,532 191 3,203,206 CY 330 Acres 7 28,297 13, 696 1,851 61,140 CY 6 Acres 8 29,517 1,699 77 1,526,258 CY 157 Acres 9 4,665 2,242 1,722 357,922 CY 37 Acres Total 342,752 207,423 23,173 20,031,628 CY 2,063 Acres Table 1 Note: Estimated debris based on 50% of single family homes, condo units, and mobile homes Estimated debris totals include all municipalities within each debris zone 10 Municipal Debris Estimates Municipalities (Debris Zone) Single Family Condo Units Mobile Homes Estimated Debris Temporary Debris Site Atlantis 4) 959 236 0 52,21 i CY 5 Acres Belle Glade (9) 2340 610 435 149;971 CY 15 Acres Boca Ratan (6) 22,609 18,559 41 1,430,637 CY 147 Acres Bo nton Beach 5 16,862 12,979 205 1,062,708 CY 109 Acres Brin Breezes 5 7 0 259 13,486 CY 1 Acre Cloud Lake 3) 53 0 0 2,687CY 1 Acre Delra Beach 5/6) 14,810 15,795 416 1,012,200 CY 104 Acres Glen Ride 3 80 0 0 4,056 CY 1 Acre Golf (5} 164 0 0 8,315 CY 1 Acre Greenacres (3/4) 8,243 6,690 822 561.,350 CY- 58 Acres Gulf Stream 5) 321 193 0 19,210 CY 2 Acres Haverhill 3 524 0 0 26,567 CY 3 Acres Hi hland Beach (6) 413 3,661 0 76,623 CY 8 Acres H poluxo (5) 594 1,376 62 54,188 CY 6 Acres Juno Beach 1 559 2,175 120 67,507 CY 7 Acres Ju iter {1) 15,971 6,748 339 929,453 CY 96 Acres Ju iter Inlet Colon 1 241 0 0 1.2,219 CY 1 Acre Lake Clark Shores 3/4 1,407 11 0 71,502 CY 7 Acres Lake Park (2) 1,554 844 0 91,625 CY 9 Acres Lake Worth 4 8,497 1,911 859 503,416 GY 52 Acres Lantana 4 2,702 1,351 164 165,804 CY 17 Acres Man Dina Park 2 229 384 0 17,451 CY 2 Acres Manalapan (4/5) ~ 187 108 0 11,124 CY 1 Acre North Palm Beach 1 2,729 4,611 0 208,494 CY 21 Acres Ocean Ride 5 629 797 0 44,013 CY 5 Acres Pahokee 9 1,128 281 317 77,536 CY 8 Acres Palm Beach 2/3/4 8,991 2,470 , 0 224,413 CY 23 Acres Palm Beach Gardens 1/2/8} 16,934 3,696 333 931.,653 CY 96 Acres Palm Beach Shores 2) 372 514 0 26,678 CY 3 Acres Palm S rin s 4 3,638 2,900 36 230,381 CY 24 Acres Riviera Beach 2) 8;010 5,406 1,317 555,104 CY 57 Acres Ra al Palm Beach (3/8) 9,875 1,431 0 522,428 CY 54 Acres South Ba (9) 691 159 39 39,429 CY 4 Acres South Palm Beach (4) 19 1,727 0 24,231 CCY 3 Acres Te uesta 1 1,825 1,352 0 113,091 GY 12 Acres Wellin ton 3/4/8 16,125 1,936 10 847,491 CY 87 Acres West Palm Beach (2/3/418) 24,995 11,719 264 1,458,877 CY 150 Acres Total 195,287 112,630 6038 11,648,129GY 1,200Acres Table 2 Note: Estimated Debris based on 50% of single family homes, condo units, and mobile homes 11 Incorporated vs. Unincorporated Debris Estimates Debris Municipalities Incorporated Unincorporated Totaf Debris Zone Debris Est. Debris Est. Est. 1 Jupiter, Jupiter Inlet Colony, 2,207,665 CY 617;572 CY 2,825,237 CY Tequesta, Juno Beach, North Palm Beach, Palm Beach Gardens, Riviera Beach, West Palm Beach,. Lake Park 2 Lake Park, Mangonia Park, 1,592,388 CY 440,428 CY 2,032,817 CY Riviera Beach,. West Palm Beach, Paim Beach Shores, Palm Beach Gardens, Palm Beach, North Palm Beach 3 Cloud Lake, Glen Ridge, Haverhill, Greenacres, Lake 812,165 CY 1,058,472 CY- 1,870,637 CY Clark Shores, Palm Beach, Royal Palm Beach, Wellington, West Palm Beach, Palm S rin s 4 Atlantis, Greenacres, Lake Clark 2,423,464 CY 1,895,527 GY 4,318,991 CY Shores, Lake Worth, Lantana,. Manalapan, Palm Beach, Palm Springs, South Palm Beach, Wellington, West Palm Beach, H oluxo, Bo nton Beach 5 Boynton Beach, Briny Breezes, Delray Beach, Golf,. Gulf Stream, 1,654,081 CY 2,181,333CY 3,835,414 CY Hypoluxo, Manalapan, Ocean , Rid e, Lantana 6 Boca Raton, Delray Beach, 2,052,603 CY 1,150,603 GY 3,203,206 CY Hi hland Beach 7 None 0 CY 1, 736, 820 CY 1, 736, 820 CY 8 Palm Beach Gardens, Royal Palm Beach, Wellington, West 600,836 CY 925,422 CY 1,526,258 CY Palm Beach, Ju iter 9 Belle Glade, Pahokee, South Ba 245,647 CY 112,275 CY 357,922 CY Total 11,588,849 CY 10,11$,452 CY 21,707,502 CY Table 3 12 Phase II operations involve the removal and disposal of curbside debris by the Municipalities, PBCENG, SWA, P&R, and contractor crews. Contractor operations will require the Municipalities, PBCENG, and SWA to provide Field Monitoring Teams as well as Load Site and Debris Site Monitors to oversee contractor operations. SWA Debris Removal and Disposal Operations The SWA EMC and staff wilE coordinate debris removal and disposal operations for all unincorporated portions of PBC from the DMC. SWA debris contractors will collect and haul mixed debris from their assigned Debris Zones through monitored choke points to SWA designated C&D Debris Management sites or to designated private landfill sites. Clean vegetative debris will be hauled to the nearest SWA designated vegetative Debris Management site for processing. (.See Enclosure 3) Should human remains be discovered during the collection of storm debris, the debris collection sub-contractor will immediately notify the loading site monitor who will call the PBSO at 561-688-3000, the SWA Coiiections Director and the SWA EMC. Municipality contractors will focus on the removal of mixed debris from within their assigned municipal boundaries and haul it to a municipal designated Debris Management site or to an approved SWA C&D Debris Management site. Clean woody debris will be hauled to the nearest municipal Debris Management site or approved SWA vegetative Debris Management site. (See Enclosure 3) PBC P&R Department will provide support to PBCENG with specialized equipment and operators as required. P&R will collect debris from parks and recreation facilities within their assigned Debris Zones based on priorities established by the overall PBC Emergency Management Plan. Mixed debris will be hauled to SWA designated C&D Debris Management sites or to designated private landfill sites. Clean vegetative debris will be hauled to the nearest SWA designated vegetative Debris Management site for processing (See Enclosure 3). All vehicles hauling debris to SWA debris sites will be certified and obtain a load ticket far each load of debris deposited at a private landfill or DMS. The contractors scale ticket/load tickets will be turned into their supervisor at the end of each day. The supervisor will forward the scale tickets daily to the SWA EMC. The scale tickets/load tickets will be the verification documentation for private [andfill invoices, contractor payment, and FEMA documentation for reimbursement. SWA franchise contractors will pickup garbage according to current procedures, routes, and removal schedules. SWA Hazardous Waste Services will identify household hazardous waste (HHW) drop-off locations according to Debris Zones. Municipality, SWA, and PBCENG contractors will be encouraged to separate HHW at the curb and not haul it to a Debris Management site. Residents will be encouraged to separate and transport HHW to pre-identified drop-off points. SWA Hazardous Waste Services will coordinate the collection of eligible industrial or commercial hazardous waste resulting from the disaster. Florida Power and Light and other utility crews will handle all utility related debris such as, power transformers, utility poles, cable, and other utility company material. 13 Contractor Debris Removal and Disposal Operations The SWA EMC or his/her authorized representative will be in contact with the firm(s) holding pre-event Debris Removal and Disposal Contract(s) and advise theme of impending conditions. The pre-event contract is designed to have a qualified Contractor(s) remove and lawfully dispose of all natural: disaster-generated debris, excepting household, industrial or commercial hazardous waste. Debris removal will be limited to unincorporated PBG streets, roads, and other public rights- of-way based on the extent of the disaster. Debris removal will be limited to disaster related material place at or immediately adjacent to the edge of the rights-of--way by residents within designated Debris Zones. The Contractor, upon Notice to Proceed,. will mobilize such personnel and equipment as necessary to conduct all debris removal and disposal operations as were previously detailed in the Contractor's General Operations Plan as required by the Debris Removal and Disposal Contract. All contractor operations will be subject to review by the SWA EMC. The Contractor will make multiple, scheduled passes of each site, location, or area impacted by the disaster according to assigned Debris Zones. This manner of debris removal will allow residents to return to their properties and bring all debris to the edge of the rights-of--way adjacent to their property. The number and schedule of passes shall be as directed by the SWA EMC. Sufficient time shall be scheduled between subsequent passes to accommodate reasonable recovery by residents. Schedules will be provided to the PIO for publication and notification by the news media and the SWA Emergency Information Hotline {561-640-4000). SWA recognizes the economy of disaster debris disposal through the use of local vegetative Debris Management sites designated for volume reduction of clean vegetative debris. The SWA has pre- designated vegetative Debris Management sites for the sole purpose of temporarily storing and reducing clean vegetative debris through grinding. The Contractor will operate the Debris Management sites made available by the SWA. The Contractor will be responsible for all site setup, site operations, rodent control, closeout and remediation casts. The Contractor is also responsible for the lawful disposal of all debris reduction by-products as his/her operations may generate at a Debris Management sites. A listing of all Designated SWA Debris Management sites will be provided to the Contractor at the onset of debris management operations. Separate Debris Management sites will be established for mixed debris. These sites will be centrally located to handle construction and demolition (C&D) material. These C&D Debris Management sites will be used to expedite the removal of mixed and C&D material from rights-of--way within the unincorporated portions of PBC. Municipalities will be allowed to use these sites upon approval of the SWA EMC. A valid pre numbered (supplied by the SWA) load ticket must accompany all material delivered to a SWA C&D Debris Management sites by SWA contractors. All material deposited at C&D Debris Management sites will eventually be taken a properly permitted landfill far final disposal. The SWA EMC may direct contractors to bypass C&D Debris Management sites and approve the hauling of mixed C&D debris directly to a properly permitted landfill for disposal. The SWA Collections Director will assist the SWA EMC by monitoring the Contractor's performance for debris removal and disposal operations in each Debris Zone. The SWA Director of Engineering will provide Field 14 Monitoring Teams. The Field Monitoring Teams will monitor all Contractor operations. The Contractor will keep the DCAT staff informed of cleanup progress and any problems encountered or expected at daily/weekly DCAT meetings. Residents will be encouraged to segregate HHW at curbside. However, small amounts of HHW may be mixed in with material deposited at the Debris Management sites. Therefore, the Contractor must be prepared to place any HHW in a separate enclosed and lined area for temporary storage. The Contractor will report any accumulation of HHW at the Debris Management sites to the DCAT staff. The DCAT staff will notify the SWA's Hazardous Waste Services who will coordinate for removal and disposal. The Contractor will restore the Debris Management sites as close to the original condition as is practical so that it does not impair future land uses. All sites are to be restored to the satisfaction of the site owner with the intent of maintaining the utility of each site. Loading Site Monitors Loading Site Monitors will be provided by either the SWA or from other PBC sources and from the DCAT, if activated. The Loading Site Inspectors will be assigned to each Contractor loading site within designated Debris Zones. The Loading Site Monitor will initiate the load tickets (See Enclosure 4) that verify that the debris being picked up is eligible under the terms of the contract. Debris Site Monitors .Disposal Site Monitors will be provided by either the SWA or from other PBC sources and from the DCAT, if activated. The Disposal Site Monitors will be stationed at all Debris Management sites and landfill disposal site far the purpose of verifying the quantity of material being hauled by the Disaster Debris Removal and Disposal Contractor through the use of load tickets. The Contractor shall construct and maintain Inspection Towers at each Debris Management site and landfill disposal site. The inspection stations will consist of an inspection tower with furniture and portable sanitary facilities. The Contractor will construct the inspection towers of pressure treated wood with a floor elevation that affords the Disposal Site Monitor a complete view of the load bed of each piece of equipment being utilized to haul debris. A Disposal Site Monitor will be located at each inspection station to verify the load and estimate the volume in cubic yards. The Disposal Site Monitors will estimate the cubic yards of debris in each truck entering the Contractor's selected Debris Management sites or landfill disposal site and will record the estimated quantity on pre-numbered debris load tickets. The Contractor wi[I only be paid based on the number of cubic yards of material deposited at the disposal site as recorded on the debris load tickets. The SWA will provide pre numbered load tickets to all users of SWA Debris Sites. Load Ticket Disposition The Load Ticket will be a 5-part form. The following is the disposition of each ticket part: Part 1 - (White) Load Site Monitor {SWA or Municipality) Part 2 - (Green) Disposai Site Monitor (SWA) Part 3 - (Canary) Debris Site Client's Representative {Municipality) Part 4 - (Pink) Prime Contractor Part 5 - (Gold) Subcontractor/Driver The Load Site Monitor will retain Part 1 (White) and the Disposal Site Monitor will retain Part 2 (Green). Part 1 and Part 2 will be turned in daily to the DCAT manager. 15 Part 3 (Canary) will be given to the Debris Site Client's Representative (Municipality). The Contractor will be paid- based on the number of cubic yards of eligible debris hauled per truckload. Part 4 (Pink) will be given to the Prime Contractor and Part 5 (Gold) to the truck driver. Payment for hauling debris wi[[ only be approved upon presentation of Part 4 (Pink} with the Contractor's invoice. 16 City Name LOAD TICKET Ticket Number: 000001 Prime Contractor: Sub-Contractor: Date: Driver's Name: Truck License Number: Measured Bed Capacity (cu yds): Debris Pickup Site Location: Debris Type: (check one) Vegetation 0 C&D Mixed ~ Other 0 De aature Time: Distance to Debris Dis osal Site Loading Site Monitor: Print Name Si nature Debris Disposal Site Location: Arrival Time: Estimated Debris Quantity {cu yds) Disposal Site Monitor: Print Name Si nature White -Load Site Green - SWA Canary -Debris Site Pink & Gold -Driver Notes: Figure 3 17 Debris deposited at a Debris Management Site by a municipality or the County will be charged the established disposal rate and will be billed by the SWA. Part 3 will be the municipality's record copy of material deposited at the SWA Debris Management Site. Municipalities will be responsible for claiming reimbursement. Field Inspection Team The DCAT, SWA and contracted monitors will provide Field Inspection Team personnel responsible for monitoring all Contractor debris removal and disposal operations. The Field Inspection Teams will periodically inspect each Debris Management site to ensure that operations are being followed as specified in the Debris Removal and Disposal Contract with respect to local, State and Federal regulations and the Debris Management site Baseline Checklist (See Enclosure 4). Each Field Inspection Team will submit a daily written report to the DCAT manager outlining their observations with respect to the following: • Is the Contractor using the site properly with respect to layout and environmental considerations? • Has the Contractor established lined temporary storage areas for ash, household hazardous wastes and other materials that can contaminate soils and groundwater? • Has the Contractor established environmental controls in equipment staging areas, fueling and equipment repair areas to prevent and mitigate spills of petroleum products and hydraulic fluids? • Are plastic liners in place under stationary equipment such as generators and mobile lighting plants? • Has the Contractor established appropriate rodent control measures? • Are burn sites constructed and operating according to Enclosure 4? • Has the Contractor establish procedure to mitigate: • Smoke -Are the incineration pits constructed properly and being operated according to the contract statement of work? • Dust -Are water trucks employed to keep the dust down? • Noise -Have berms or other noise abatement procedures been employed? • Traffic - Daes the Debris Management sites site have a suitable layout for ingress and egress to help traffic flow? Field Inspection reports will also include observations at loading sites and the locations of any illegal dumping sites. Debris Management Site Setup and Closeout Procedures The Contractor will be responsible for preparing and closing out a Debris Management site according to specification in the Debris Removal and Disposal Contract and guidance contained in Enclosure 4 Hazardous Structures -Removal Dangerous structures should be the responsibility of the owner to demolish in order to protect the health. and safety of adjacent residents. However, experience has shown that unsafe structures will remain because of the lack of insurance or absentee .landlords. Gore must be exercised to ensure that the PBC Building Inspection Department properly identifies structures. The SWA EMC will coordinate with the PBC Building Inspection Department regarding: • Demolition of private structures. • Removing debris from private property. • Local [aw and/or code enforcement agencies. Historic and archaeological sites. Qualified- environmental Contractors to remove hazardous waste such as asbestos and lead-based paint. Abandoned vehicles. 18 Receipt of Right of Entry Agreements with landowners. (See Enclosure 4) ORGANIZATION AND RESPONSIBILITIES PBC Engineering and Public Works Department The Director of PBC Engineering and Public Works will be designated as the Palm Beach County Debris Manager. The PBC Debris Manager will be responsible for, but not limited to, the following with respect to any and all debris management issues: Keep the Palm Beach County Commissioners briefed on the status of the debris removal and disposal operation. Assure that PBC is represented at all meetings with other government and private agencies involved with the debris cleanup operation. The CEMP and Annexes are based upon the concept that the emergency functions for various functional areas of PBCENG involved in emergency management and operations will generally parallel day-to-day functions. Therefore, it is essential for PBCENG to be prepared to carry out disaster response and short-term actions that are assigned by the PBCENG Debris Coordinator located at the EOC. (See Figure 1) PBCENG will assign a PBCENG Debris Coordinator to the EOC using established procedures. All information pertaining to debris clearing (Phase I) will be forwarded through the PBCENG Debris Coordinator. The PBCENG Debris Coordinator will represent the PBCENG Director at all DMC meetings. The purpose of the PBCENG Debris Coordinator is to coordinate and direct the use of PBCENG debris clearing and cleanup personnel and equipment according to existing standard operating procedures. SWA and P&R will supplement PBCENG with personnel and equipment to assist in the Phase I debris clearance operations as required. PBCENG Debris Coordinator will focus on assigning crews to clear debris according to established priorities in specific Debris Zones. Personnel and equipment from SWA, P&R, and local contractors will supplement PBCENG forces. Phase I debris clearance operations will be executed by PBCENG crews. Crews and equipment may be relocated to other locations based on the type of disaster. Supporting elements from either SWA or P&R will report to the designated PBCENG locations as directed by the PBCENG Debris Coordinator: PBCENG will provide GIS/CADD support to the DMC staff as required. PBCENG will identify 20 staff members for Debris Management Site Monitoring and forward to SWA. SWA of Palm Beach County The Solid Waste Authority Executive Director will be required to support PBCENG debris operations by staffing a Debris Management Center (DMC) following a major natural debris-generating event. {See Figure 2) The SWA Executive Director will appoint a SWA Emergency Management Coordinator (EMC) who will be responsible for daily operational control of the DMC. The SWA Executive Director will assign a SWA EOC Representative to the PBC EOC using established procedures. All information pertaining to debris clearing, removal, reduction or disposal will be forwarded from the EOC staff through the 19 SWA EOC Representative directly to the SWA EMC. The SWA EMC will exercise operational control. over outside agencies assigned to the DMC with respect to debris clearing, removal and disposal operations in coordination with the PBCENG Debris Coordinator. This staff constitutes the operating element of the DMC and will be located at the SWA Administration Building, 7501 North Jog Road, West. Palm Beach, FL. The SWA is responsible for providing communications and logistic support to the DMC staff. The SWA Executive Director will be responsible for, but not limited to, the following with. respect to all debris management issues: • Keep the PBC Debris Manager and EOC staff briefed an the status of the debris cleanup operation. • Represent the SWA in all meetings with other government and private agencies involved with the debris cleanup operation. • Call any needed emergency debris coordinating meetings. • Ensure that the DMC is provided all required staff support. Key SWA staff members will be assigned to the DMC staff for the sole purpose of coordinating and directing the use of SWA personnel and equipment according to existing standard operating procedures. SWA will supplement PBCENG with contractors to assist in the Phase I debris clearance operations as required. SWA will provide CADD support to the DMC staff. The SWA Managing Director will coordinate all non-emergency solid waste management activities through the existing SWA. organizational structure. Coordinate with Code Enforcement for Debris Site Monitors and training Coordinate- with Airports on debris removal priorities. PBC Parks & Recreation Department The PBC P&R Department will play a supporting role to both SWA and PBCENG by providing specialized equipment and personnel to assist in Phase I and Phase II debris cleanup operations. PBC P&R will assign a P&R Debris Coordinator to work at the EOC for the sole purpose of coordinating requests for P&R personnel and equipment. Actions will focus on supporting PBCENG and SWA with specialized equipment and debris removal from PBC parks and recreational facilities. The P&R Debris Coordinator will keep the SWA EOC Representative and other department coordinators informed of cleanup progress and any problems encountered or expected. Debris Contract Administrative Team The Debris Contract Administrative Team (DCAT) is a contractor operation under the SWA's Debris Management Contract. The SWA will activate this team by Task Order for training and in advance of a potential debris-generating event. Pre-Storm Administrative Actions. A Debris Management Consultant will conduct an annual Debris Management Workshop with the Contractors and other DMC staff to review the Debris Management Plan procedures and to ensure that the DCAT operation works smoothly. Items of discussion will include: • Contractor responsibility • Mobilization sites • Logistical support • Pre-storm mobilization 20 • Procedures for call-up of Contractor personnel and equipment • Haul routing • Contractor vehicle identification, registration .and placarding • Debris hauling Toad ticket administration • Mobilization and operation of the Debris Management sites • Contractor payment request submission, review, and verification • Special procedures for HHW • Debris Management sits opening, operation and closure requirements Pre-Storm Activation Actions. The SWA, should the situation dictate, will activate the DCAT. The DCAT will function as part of the DMC located at SWA Administration Building, 7501 North Jog Road, West Palm Beach, FL. Post-Storm Actions. The SWA Emergency Coordinator Management will provide overall supervision of the DCAT. A DCAT liaison officer will locate at the PBC EOC and will work directly with the SWA EOC Representative if required. The DCAT staff will recommend assignment of disaster Debris Removal and Disposal Contractors based on PBC's nine (9) Debris Zones (See Enclosure 1) according to information received from the SWA EOC Representative [ocated at the EOC and directions from the SWA EMC. The DCAT staff will administer and provide oversight of the disaster Debris Removal and Disposal Contractor's efforts. Specific actions will include the following: • Planning, Debris Management sites inspection, quality control and other contract administration functions. • Receive and review all SWA Disposal Site Monitors' verified debris load tickets. • Make recommendations on SWA, PBCENG and Contractor work assignments and priorities based on the 9 Debris Zones. Report on progress and prepare status briefings. Provide input to the PIO on debris removal and disposal activities. Ensure that debris clearance, removal, and disposal operations are in keeping with the Hurricane Glean Up Emergency Guidelines. (See Enclosure 9) The DCAT will coordinate with the SWA's Purchasing Agent on all contracting questions. The DCAT will have a qualified hazardous materials specialist available with extensive experience in post-disaster cleanup of HHW and facilities with lead-based paint and/or asbestos if required. The DCAT will supervise Field Inspection Trams made up of DCAT and SWA personnel to observe contractor activities. The Field Inspection Teams will act as the "eyes and ears" for the DCAT to ensure that safety requirements stated in the contracts are closely monitored. The DCAT will also provide training for the Load Sits Monitors and Disposal -Site Monitors to ensure that accurate load quantities are being properly recorded on pre-printed load tickets. The intenf is to utilize SWA and County Staff as the initial trained cadre of monitors. If the cleanup period extends for a long period of time, the intent is fo hire temporary employees to replace SWA and County Staff; and to allow them to return to their regular duties. The DCAT Contract Specialist will maintain daily contact with appropriate counterparts in the SWA with respect to reporting requirements and ongoing Contract matters. The DCAT staff will assist the DMC staff with respect to reconciling Contractor load tickets against load tickets submitted by the SWA's Disposal Site Monitors. The results will be 21 submitted to the EMC within seven days of receipt. PBG DEPARTMENT AND AGENCY RESPONSIBILITIES PBC Information Systems Services • Provide GIS/CADD backup support on a priority as needed basis. • Point of Contact: Kelly W. Ratchinsky, Countywide GIS Coordinator {561) 355- 4275 or Penny L. Anderson, {561) 355- 4371. PBC Engineering and Public Works Department, Geoprocessing Section • Provide GIS/CADD support on a priority as needed basis. • Point of Contact: Ken Rogers {561) 684- 4090 PBC Engineering and Public Works Department • Identify 20 staff members for Debris Management Site monitoring duties and provide list of names to SWA. • Coordinate with SWA for Debris Management Site monitoring training. PBC Engineering and Public Works Department, Road and Bridge division • Provide PBCENG Debris Coordinator to the PBC EOC. • Provide a prioritized listing of critical facilities and routes that PBCENG will concentrate their debris clearing (Phase I} operations. {See Enclosure 2) • Provide locations of PBCENG equipment staging sites. PBC Department of Airports • Provide space for a possible C&D Debris Management site on a parcel of land near the Palm Beach International Airport. Burning will not take place on this site. • Coordinate with SWA on debris removal priorities from airport facilities. • Respond to fire at Debris Management sites. • Respond to request to investigate and handle hazardous materials incidents, • Approve Debris Management burn sites in accordance with appropriate state and local requirements to ensure safe burning. • Issue bans on open burning based upon assessment of [Deal conditions countywide and ensures information dissemination. • Supervise burn sites in accordance with all appropriate state and (Deal requirements to ensure safe burning, subject to amendments by the Health Department and/or Fire Marshal PBC Public Safety Department • Assist in monitoring illegal dumping activities. • Assist in monitoring Debris Management sites to ensure compliance with local and state safety regulations. PBC Sheriffs Department. • Assist in monitoring illegal dumping activities. • Coordinate traffic control at all loading sites and at entrances to and from Debris Management sites. PBC Fire-Rescue Department ~ 22 PBC Health Department • Assists in monitoring Debris Management sites operations and closeout activities. • Assistance as necessary on all environmental and health issues. • Regulate the burning at debris management/collection sites. PBC Parks and Recreation Department • Assist in Debris Management site investigations. • Provide digital map files of all identified P&R Debris Management sites. • Coordinate with SWA for the removal, storage, .burning, and disposal of debris at debris collection/management sites at county parks. • Point of Contact: Eric Cail (561) 966- 6613 • Coordinate with SWA for the removal of debris from county parks and recreational facilities. • Point of Contact for digital maps: Bob Hamilton (561} 966-6667 PBC Code Enforcement Department • Coordinate with SWA to provide Debris Loading Site monitors • Coordinate with SWA for Debris Loading Site Monitor Training. PBC Planning, Zoning, and Building Department • Coordinate with PBCENG and SWA on debris collection and reporting procedures following a large scale disaster. PBC Facilities Development and Operations Department • Coordinate debris removal requirements on public facilities with SWA. PBC Water Utilities Department • Coordinate debris removal requirement on Water Utilities facilities with SWA. ADMINISTRATION AND LOGISTICS All Palm Beach County departments and agencies will document personnel, equipment, load tickets, and material resources used to comply with this plan. Documentation will be used to support reimbursement from any Federal assistance that may be requested or required. All PBG departments and agencies supporting debris operations will ensure 24- hour staffing capability during implementation of this plan, if the emergency or disaster requires. PBCENG is responsible for the annual review and of this Debris Management Plan in conjunction with the SWA and P&R. It will be the responsibility of each tasked department and agency to update its respective portion of the plan and ensure any limitations and shortfalls are identified and documented, and work-around procedures developed, if necessary. REFERENCE Emergency Support Function (ESF) 3 Annex to the PBC Comprehensive Emergency Management Plan (CEMP). ENCLOSURES Enclosure 1: Debris Zone Index Map Enclosure 2: Critical Facilities and Primary Road Clearance List Enclosure 3: Debris Management Sites Enclosure 4: Palm Beach County Debris Clearing, Removal, and Disposal Guidelines 23 PALM BEACH COUNTY DEBRIS ZONE INDEX MAP Enclosure 1 ATLANTIC OCEAN ir:vl 4__ c _ ? +- _ j~ 3 - - - -_ - ~_... _ _ -_ _. Y -.. ~: ce -r_. ~~~ '... . _ g 7 +~, N ..~ __.,., ~° a~ bA , l~~ ~ f,~` ~~ _~'f ( i I~ mfr ~ N - `~ f ,/° .! ~ ~~ ~ o .:, ~N~. _: .,:: ~ ,: w ~,~____,_._.. _..._.___ _: f w w E~ x a w ,~ o .~l' ~f r p Sm ~`- y ~ ~@s'~~~~ G ~wa~ F~~a ~ cgs o ~a~ss"~'s' ~a ~e~ i ~ Q$~y4~a ~ Asa"s~~ ~ ® eme~~g$~ ~~~s~g s ~€g8~~~z ~ ~~€ PALM BEACH COUNTY CRITICAL FACILITIES and PRIMARY ROAD CLEARANCE LIST Enclosure 2 CRITICAL FACILITIES PBC FIRE -RESCUE STATIONS PB County Fire Station #14 Tequesta Fire Department PB County Fire Rescue Station #11 PB County Fire Rescue Station #19 PB County Fire Rescue Station #15 PB County Fire Rescue Station #16 PB County Fire Rescue Station #64 PB County Fire Rescue Station #1 PB County Fire Rescue Station #62 North Palm Beach Fire Department Riviera Beach Fire Department Station #3 Lake Park Fire Department Riviera Bach Fire Department Station #4 Riviera Beach Fire Department Station #2 Riviera Beach Fire Department Station #1 Palm Beach Shores Fire Department 16749 Jupiter Farms Rd, Jupiter 357 Tequesta Drive, Tequesta 465 Seabrook Rd, Tequesta 322 N. Central Blvd, Jupiter 12870 U.S. Highway 1, Juno 12179 Alt A1A, Palm Beach Gardens 7025 Fairway Dr, Palm Beach Gardens 10500 N. Military Trail, Palm Beach Gardens 11025 Campus Rd, Palm Beach Gardens 560 lJ.S Highway 1, North Palm Beach 5010 N. Ocean Dr, Riviera Beach 1000 Park Ave, Lake Park 7501 N. Military Trail, Riviera Beach 1663 W. Blue Heron Blvd, Riviera .Beach 600 W. Blue Heron Blvd, Riviera Beach 247 Edwards Ln., Palm Beach Shores PB County Fire Rescue Station #26 PB County Fire Rescue Station #21 PB County Fire Rescue Station #28 PB County Fire Rescue Station #29 PB County Fire Rescue Station #17 PB County Fire Rescue Station #23 PB County Fire Rescue Station #24 Fire Fleet & Facility Maintenance WPB Fire Dept. Mangonia Park Station West Palm Beach Fire -Dept. Station #1 West Palm Beach Fire Dept. Station #2 West Palm Beach Fire Dept. Station #3 West Palm Beach Fire Dept. Station #4 West Palm Beach Fire Dept. Station #5 West Palm Beach Fire Dept. Station #6 Palm Beach Fire Department Station #1 Paim Beach Fire Department Station #2 Palm Beach Fire Department Station #3 PB County Fire Rescue Station #27 PB County Fire Rescue Station #25 PB County Fire Rescue Station #34 PB County Fire Rescue Station #33 PB County Fire Rescue Station #32 PB County Fire Rescue Station #31 PB County Fire Rescue Station #37 PB County Fire Rescue Station #35 PB County Fire Rescue Station #43 6085 Avocado Blvd, Laxahatchee 14200 Okeechobee Blvd, Loxahatchee 1050 Royal Palm Beach Blvd, Royal Palm Beach 10055 Belvedere Rd, Royal Palm Beach 8130 N. Jog Rd, West Palm Beach 5471 Okeechobee Blvd, West Palm Beach 1734 Seminole Bivd, West Palm Beach 3323 Belvedere Rd, West Palm Beach 5000 N. Australian Ave, Mangonia 500 N. Dixie Highway, West Paim Beach 415 Southern Blvd, West .Palm Beach 3601 Poinsetta Ave, West Palm Beach 1718 Parker Ave, West Palm Beach 700 N. Congress Ave, West Palm Beach 3033 Cumberland Dr, West Palm Beach 360 S. County Rd, Palm Beach 300 N. County Rd, Palm Beach 2185 S. Ocean Blvd, Palm Beach 3411 South Shore Blvd, Wellington 1060 Wellington Trace, Wellington 231 Benoist Rd, West Palm Beach 830 Kirk Rd, West Palm Beach 4022 Charleston St, Lake Worth 3484 Lake Worth Rd, Lake Worth 500 Greynolds Circle, Lantana 2501 W. Lantana Rd, Lantana 5970 Military Trail, Atlantan Paim Springs Fire Department Lake Worth Fire Department South Palm Beach Fire Department Greenacres Fire Department PB County Fire Rescue Station #46 PB County Fire Rescue Station #41 PB County Fire Rescue Station #47 Boynton Beach Fire Station #3 Manalapan Fire Department Ocean Ridge Fire Department Boynton Beach Fire Dept. Station #1 Boynton Beach Fire Dept. Station #2 PB County Fire Rescue Station #42 PB County Fire Rescue Station #45 PB County Fire Rescue Station #52 Delray Beach Fire Dept. Station #1 Delray Beach Fire Dept. Station #2 Delray Beach Fire Dept. Station #3 Delray Beach Fire Dept. Station #4 Delray Beach Fire Dept. Station #5 PB County Fire Rescue Station #51 PB County Fire Rescue Station #55 Boca Raton Fire Dept. Station #1 Boca Raton Fire Dept. Station #2 Boca Raton Fire Dept. Station #3 Boca Raton Fire Dept. Station #4 Boca Raton Fire Dept. Station #5 Boca Raton Fire Dept.. Station #6 Boca Raton Fire Dept. Station #7 Delray Beach Fire Dept. Station #6 PB County Fire Rescue Station #72 Belle Glade Fire Department South Bay Fire Department 400 Davis Rd, Palm Springs 120 N. G Street, Lake Worth 3577 Ocean Blvd, South Palm Beach 2995 Jog Rd, Greenacres 7550 Jog Rd, Lake Worth 5105 Woolbright Rd, Boynton Beach 10301 Hagen Ranch Rd, Suite 120, Boynton Beach 3501 N. Congress Ave, Boynton Beach 600 S. Ocean Blvd, Manalapan 6450 N. Ocean B[vd, Ocean Ridge 100 E. Boynton Beach Blvd, Boynton Beach 2210 S. Congress Ave, Boynton Beach 14276 Hagen Ranch Rd, Delray Beach 15450 Jog Rd, Delray Beach 4651 Pheasant Way, Boca Raton 501 W. Atlantic Ave, Delray Beach 35 Andrews Ave, Delray Beach 651 Linton Blvd, Delray Beach 4321 Lake Ida Rd, Delray Beach 4000 Old Germantown Rd, Delray Beach 10050 Oriole County Rd, Boca Raton 6787 Palmentto Circle N, Boca Raton 1151 N. Federal Highway, Boca Raton 1 SW 12t" Ave, Boca. Raton 100 S. Ocean Blvd, Boca Raton 351 NW 51 Street, Boca Raton 2333 Glades Rd, Boca Ratan 1901 Clint Moore Rd, Boca Raton. 3001 NW 51St Street, Boca Raton 361.4 S. Ocean Blvd, Highland Beach 171 N. Lake Ave, Pahokee 525 SW 2°d Street, Belle Glade 335 SW 2"d Avenue, South Bay PBC POLICE DEPARTMENT SUBSTATIONS Tequesta Police Department Jupiter Inlet Coloney Police Dept. Jupiter Police Department Juno Beach Police Department Palm Beach Gardens Palice Department North Palm Beach Police Department Lake Park Police Department Riviera Beach Police Department Paim Beach Shores Police Department Palm Beach County Sheriff Dist ill Royal Palm Beach Police Department 57 Tequesta Dr, Tequesta 1 Colony Rd, Jupiter Inlet Coloney 210 N. Military Trail, Jupiter 340 Ocean Dr, Juno Beach 10500 N. Military Trail, Palm Beach Gardens 560 US Highway 1, North Palm Beach 700 6t" Street, Lake Park 600 W. Blue Heron Blvd, Riviera Beach 247 Edwards Lane, Palm Beach Shores 8130 Jog Rd, West Palm Beach 11498 Okeechobee Blvd, Royal Palm Beach Magnolia Park Police Department West Palm Beach Police Department Palm Beach Police Department Paim Beach County Sheriff Dist 11 Sherifr"s Substation PB County Sheriff Headquarters Lake Clarke Shores Police Department Palm Springs Poiice Department Greenacres Police Department Lake Worth Police Department Atlantis Police Department South Palrn Beach Police Department Manalapan Police Department Lantana Police Department Ocean Ridge Police Department Boynton Beach Police Department Gulf Stream Police Department Delray Beach Police Department Palm Beach County Sheriff Dist. IV Palm Beach County Sheriff Dist. VII M Highland Beach Police Department Palm Beach County Sheriff Dist VII Baca Raton Police Department Pahokee Police Department Palm Beach County Sheriff Dist. V Belle Glade Police Department South Bay Police Department HOSPITALS Jupiter Hospital Palm Beach Gardens Medical Center VA Medical Center Palms West Hospital Wellington Regional Medical Center JFK Memorial Hospital A.G. Holly Hospitai Bethesda Memorial Hospital Delray Community Hospital Baca Raton Community Hospital West Baca Medical Center Everglades Memorial Hospital Glades General Hospital 1755 E. Tiffany Dr, Magnolia Park 600 Banyan Blvd, West Palm Beach 345 S. County Rd, Palm Beach 1000Turnage Blvd, West Palm Beach 12794 W. Forest Hill Blvd, Wellington 3228 Gun Club Rd, West Palm Beach 1701 Barbados Rd, Lake Clarke Shores 400 Davis Rd, Palm Springs 2995 Jog Rd, Greenacres 120 N.G Street, Lake Worth 260 Orange Tree Dr, Atlantis 3577 Ocean Blvd, South Palm Beach 600 S. Ocean Blvd, Manalapan 500 Greynolds Gircle, Lantana 6450 N. Ocean Blvd, Ocean Ridge 100 NW 2"d Ave, Boynton Beach 246 Sea Rd, Gulf Stream 300 W. Atlantic Ave, Delray Beach 345 S. Congress Ave, Delray Beach 18069 State Rd 7, Boca Raton 3614 S. Ocean Blvd, Highland Beach 19960 Lyons Rd, Boca Raton 100 NW Boca Raton Blvd, Boca Raton 171 N. Lake Ave, Pahokee 38840 State Road 80, Belle Glade 40 West Canal Street S., Belle Glade 335 SW 2"d Ave, South Bay 1210 S. Old Dixie Highway, Jupiter 3360 Burns Rd, Palm Beach Gardens 7305 N. Military Trail, West Palm Beach 13001 State Route 80, Loxahatchee 10101 Forest Hill Blvd, Wellington 4800 Congress Ave, Atlantis 1199 W. Lantana Rd, Lantana 2815 Seacrest Blvd, Boynton Beach 5352 Linton Blvd, Delray Beach 800 Meadows Rd, Boca Raton 21644 State Road 7, Boca Raton 200 S. Barfield Highway, Pahokee 1201 S. Main St, Belle Glade ELECTRICAL POWER PLANT FP&L Power Plant Lake Worth Municipal Power Plant Broadway, Rivera. Beach 11.0 College Dr, Lake Worth CITY HALL Village of Tequesta Town of Jupiter Town of Juno Beach City of Palm Beach Gardens Village of North Palm Beach Town of Lake Park City of Riviera Beach Palm Beach Shores Town of Royal Paim Beach Town of Mangonia Park West Palm Beach Town of Haverhill Town of Glen Ridge Town of Lake Clarke Shares Village of Palm Springs City of Greenacres City of Lake Worth City of Atlantis South Palm Beach Town of Manalapan City of Lantana Town of Hypoluxo City of Boynton Beach Town of Ocean Ridge Town of Briny Breezes Town of Gulfstream City of Delray Beach Town of Highland Beach City of Boca Raton City of Pahokee City of Belle Glade City of South Bay 357 Tequesta Dr, Tequesta 210 Military Trail, Jupiter 340 Ocean Drive, Juno Beach 10500 N. Military Trail, Palm Beach Gardens 501 U.S. Highway 1, North Palm Beach 535 Park Ave, Lake Park 600 W. Blue Heron Blvd, Riviera- Beach 247 Edwards Lane, Palm Beach Shores 1050 Royal Palm Beach Blvd, Royal Palm Beach 1755 E. Tiffany Dr, Mangonia Park 201. Olive Ave, West Palm Beach 4585 Charlotte St, Haverhill 1660 C Southern Blvd, Glen Ridge 1701 Barbados Rd, Lake Clarke Shores 226 Cypress Lane, Palm Springs 5985 10th Ave N, Greenacres 7 North Dixie Highway, Lake Worth 260 Orange Tree Drive, Atlantis 3577 S. Ocean Bivd, South Palm Beach 600 S. Ocean Blvd, Manalapan 500 Greynolds Circle, Lantana 7010 S. U.S. Highway 1, Hypoluxo Boynton Beach 6450 N. Ocean Blvd, Ocean Ridge 500 N. Ocean Blvd, Briny Breezes 100 Sea Road, Gulfstream 100 N.W. 1St Ave, Delray Beach 3614 S. Ocean Blvd, Highland Beach 210 W. Palmetto Park Rd, Boca Raton 171 N. Lake Ave, Pahokee 110 SW Ave E, Belle Glade 335 SW 2"d Ave, South Bay EMERGENCY OPERATION GENTER North Palm Beach EOC 560 Federal Highway, North Palm Beach Emergency Operations Center 14000 Greenbrier Blvd, Wellington PB County Emergency Management EOC 50 Southern Blvd !Military Trail, West Palm Beach Emergency Operations Center 2500 NW 1St Ave, Boca Raton SPECIAL CARE UNIT Special Care Unit SHELTERS Abacoa Middle School Bear Lakes Middle School Bethune Elementary School Boynton Beach High School Carver Middle School Christa McAuliffe Middle School Discovery Key Elementary Duncan Middle School Dwyer High School Frontier Elementary Glades Central High School Lake Worth Middle School Lakeshore Middle School North Grade Elementary School Odyssey Middle School Olympic High School Omni Middle School Wellington Landings Middle School Westgate Elementary School 9067 Southern Blvd. West Palm Beach 4001 Greenway Dr. Jupiter 3505 Shenandoah Dr. West Palm Beach 1501 Avenue U, Baca Raton 4975 Park Ridge Blvd. Boynton Beach 101 Barwick Rd. Delray Beach 6500 Le Chalet Dr. Boynton Beach 3550 Lyons Rd. Lake Worth 5150 117t" Ct N, Palm Beach Gardens 13601 N. Military Trail, Palm Beach Gardens 6701 180t" Ave N, Loxahatchee 5100 Melaleuca Ln, Greenacres 1300 Barnett Dr. Lake Worth 425 W. Canal St N, Belle Glade 824 N. K St. Lake Worth 6161 Woolbright Rd. Boynton Beach 20101 Lyons Rd. Boca Raton 5775 Jog Rd. Boca Raton 1100 Aero Club Dr. Wellington 1545 Loxahatchee Dr. West Palm Beach PRIMARY ROAD CLEARANCE LIST This list of priorit}r road clearance is based on the Palm Beach County 2002 Hurricane Atlas. Count Res onsibili State Res onsibili Map Section H1 Map Section H1 Beach Road Alt A1A Old Dixie Highway U.S. Highway 1 Ocean Blvd Indiantown Rd Military Trai] Central Blvd Indian Creek Parkwa Map Section H2 Map Section H2 Ju iter Farms Rd Indiantown Rd Map Section H3 Map Section H3 Seminole Pratt Whitney Rd Indiantown Rd Bee Line Hwy Map Section H4 Map Section H4 Ocean Drive U.S. Highway 1 Old Dixie Hwy PGA Blvd Military Trail Small Rd Donald Ross Rd Central Blvd Map Section H5 Map Section H5 None Bee Line H Map Section H6 Map Section H6 Seminole Pratt Whitne Rd Bee Line H Map Section H7 Map Section H7 Haverhill Rd Ocean Blvd N. Congress Ave Heron Blvd Silver Beach Rd Bee Line Hwy Norkhlake Blvd PGA Blvd RCA Blvd Jo Rd Map Section H8 Map Section H8 Northlake Blvd Bee Line Hwy Jo Rd Map Section H9 Map Section H9 Northlake Blvd None Seminole Pratt Whitne Rd Map Section H10 Map Section H10 45`h St Broadway - US 1 Australian Ave Martin Luther King Jr. Blvd Palm Beach Lakes Blvd Military Trail Royal Poinciana N Olive Ave Map Section H11 Map Section H11 N. Jog Rd None Ro al Palm Beach Blvd Map Section H12 Map Section H12 Seminole Pratt Whitne Rd None Map Section H13 Map Section H13 None Connors Hwy SR80/US98/US441 Map Section H14 Map Section H14 Westgate Ave Okeechobee Blvd Gongress Ave County Rd Belvedere Rd Southern Blvd Australian Ave Military Trail Gun Club Rd Forest Hill Blvd Kirk Rd Royal Palm Wy Summit Blvd N. Olive Ave Haverhill Rd Dixie Hwy Ocean Blvd Map Section H15 Map Section H15 Okeechobee Blvd Okeechobee Blvd Belvedere Rd Southern Blvd Forest Hilis Blvd SR7/US441 Jog Rd Forest Hill Blvd Summit Blvd Map Section H16 Map Section H16 Forest Hil( Blvd Southern Blvd Okeechobee Blvd Seminole Pratt Whitne Rd Map Section H17 Map Section H17 CR880 Southern Blvd Map Section H18 Map Section H18 Florida Mango Rd Federal Highway 10~" Ave Lucerne Ave Kirk Rd Lake Ave Melaleuca Ln Ave Ocean Blvd Lantana Rd S. Dixie Hwy Cresthaven Blvd Lake Worth Rd Purdy Ln Forest Hill Blvd Haverhill Rd Military Trail Military Trail Congress Ave Haverhill Rd Ext Map Section H19 Map Section H19 Lake Worth Rd Lake Worth Rd Lantana Rd US441/SR7 Jog Rd Melaleuca Ln Ave 10t" Ave Cresthaven Purd Ln Forest Hill Blvd Map Section H2O Map Section H2O None None Map Section H21 Map Section H21 Jog Rd Boynton Beach Hypoluxo Rd Ocean Ave Congress Ave Ocean Blvd Seacrest Blvd Federal Hwy High Ridge Rd E. Ocean Ave Lantana Rd Military Trail Le Chalet Blvd Map Section H22 Map Section H22 Jog Rd Boynton Beach Blvd H oluxo Rd SR7/US441 Map Section H23 Map Section H23 Woolbright Rd W. Atlantic Ave Golf Rd NE 6'" Ave Lake Ida Rd NE 5t" Ave Seacrest Blvd Ocean Blvd Congress Ave E. Atlantic Ave Barwick Rd SW 23 Ave Map Section H24 Map Section H24 Hagen Ranch Rd US441/SR7 Lake Ida Rd Map Section H25 Map Section H25 Linton Blvd Federal Hwy Pheasant Wy Ocean Blvd Clint Moore Rd SE 5th Ave Military Trail SE 6t" Ave `Congress Ave Yamato Rd Jog Rd Atlantic Ave Ha en Ranch Rd Map Section H26 Map Section H26 Clint Moore Rd US441/SR7 Cain Blvd W. Atlantic Ave Lyons Rd Yamato Rd Map Section H27 Map Section H27 Dixie Hwy Ocean Blvd Military Trail Federal Hwy Camino Real Rd Glades Rd Palmetto Park Rd Power Line Rd Palmetto Gir N. Toledo Rd Map Section H28 Map Section H28 Palmetto Park Rd Glades Rd Lyons Rd University Dr Glades Rd Yamato Rd Map Section H29 Map Section H29 Military Trail S. Ocean Blvd Camino Real Rd Federal Hwy Old Dixie H Power Line Rd Map Section H30 Map Section H30 L ons Rd US441/SR7 Map Section H31 Map Section H31 Connors Hwy Connors Hwy Everglades St E. Main St Bacom Point Rd US441/SR15 Map Section H32 Map Section H32 None Belle Glade Rd SR715 Map Section H33 Map Section H33 E. Canal St S. SR80/SR15 Hooker Hwy SR715 SR880 SR8Q/US441 Map Section H34 Map Section H34 None SR80/US27 Map Section H35 .Map Section H35 None SRBQ/US27 Map Section H36 Map Section H36 E. Canal St S, SR25/SR27 S R80 PALM BEACH COUNTY POTENTIAL DEBRIS MANAGEMENT SITES (available each storm season) Enclosure 3 POTENTIAL DEBRIS MANAGEMENT SITES SITE SITE LOCATION Acme Dairy Boynton Beach SWA Site 7 Jog Road South County Regional Park- between Yamato Road and Glades Road, bordering Loxahatchie National Wildlife Refu e Hooker Hwy -Southeast Corner of Hwy 71 ~ & Hwy 80 Cholee Park -Forest Hill and FI Turnpike Airport Site -- Wallis Road 20 Mile Bend Abacoa Mecca Farms PALM BEACH COUNTY DEBRIS CLEARING, REMOVAL, AND DISPOSAL GUIDELINES Enclosure 4 Table of Contents Right of Entry Agreement ............................................................................................. 4-1 Debris Management Site Setup and Closeout Guidelines ............................ ................ 4-2 Temporary Construction and Demolition Staging /Transfer Site Guidelines ................ 4-6 Temporary Vegetative Debris Management Site Guidelines ........................................4-9 Environmental Checklist for Air Curtain Pit Burners ................................................... 4-13 Land Application of Wood Ash from Storm Debris Burn Sites Guidelines ......._..........4-14 Reducing the Potential for Spontaneous Combustion in Compost or Mulch Piles Guidelines ..................................................................................................................4-15 Right of Entry Agreement I/We property commonly identified as the owner(s) of the (street) ,State of (city/town) (county) do hereby grant and give freely and without coercion, the right of access and entry to said property in the County/City of ,its agencies, contractors, and subcontractors thereof, for the purpose of removing and clearing any or all storm-generated debris of whatever nature from the above described property. It is fully understood that this permit is not. an obligation to perform debris clearance. The undersigned agrees and warrants to hold harmless the City/County of , State of ,its agencies, contractors, and subcontractors, far damage of any type, whatsoever, either to the above described property or persons situated thereon and hereby release, discharge, and waive any action, either legal ar equitable that might arise out of any activities on the above described property. The property owner(s) will mark any storm damaged sewer lines, water lines, and other utility lines located on the described property. I/We (have ,have notes (will ,will not) received any compensation for debris removal from any other source including SBA, ASCS, private insurance, individual and family grant program or any other public assistance program. [will report for this properly any insurance settlements to me or my family for debris removal that has been performed at government expense. For the considerations and purposes set forth herein, I set. my hand this day of , 19_. Witness Owner Owner Telephone Number and Address 4-1 Debris Management Site Setup and Closeout Guidelines Debris Management Site Setup The topography and soil/substrate conditions should be evaluated to determine best site layout. When planning site preparation, think of ways to make restoration easier. For example, if the loco( soils are very thin, the topsoil can be scraped to bedrock and stockpiled in perimeter berms. Upon site closeout, the uncontaminated soil can be spread to preserve the integrity of the tillable soils. The following site baseline data checklist should be used to evaluate a site before a contractor begins operations and used daring and after to ensure that site conditions are properly documented. Debris Management Site Baseline Data Checklist Before Activities Begin ^ Take ground or aerial photographs andl or video. ^ Note important features, such as structures, fences, culverks, and landscaping. ^ Take random soil samples. ^ Take random groundwater samples. ^ Take water samples from existing wells. ^ Check the site for volatile organic compounds. After Activities Begin ^ .Establish groundwater-monitoring wells. ^ Take groundwater samples. ^ Take spot soil samples at household hazardous waste, ash, and fuel storage areas. 4-2 Progressive Updates ^ Update videos/photographs. ^ Update maps/sketches of site layout. ^ Update quality assurance reports, fuel spill reports, etc. Debris Management Site Operations Lined temporary storage areas should be established for ash, household hazardous waste, fuels, and other materials that may contaminate soils and groundwater. Plastic liners should be placed under stationary equipment such as generators and mobile lighting plants. These actions should be included as a requirement in the contract scope of work. if the site is also an equipment storage area, fueling and equipment repair should be monitored to prevent and mitigate spills of petroleum products and hydraulic fluids, Be aware of and lessen the effects of operations that might irritate occupants of neighboring areas, Establishment of a buffer zone can abate concerns over smoke, dust, noise, and traffic. Consider on-site traffic patterns and segregate materials based on planned volume reduction methods. Operations that modify the landscape, such as substrate compaction and over excavation of soils when loading debris for final disposal, will adversely affect landscape restoration. Debris removal/disposal should be viewed as amulti-staged operation with continuous volume reduction. There should be no significant accumulation of debris at temporary storage sites. Instead, debris should be constantly flowing to burners and grinders, or recycled with the residue and mixed construction and demolition materials going to a landfill. Debris Management Site Closeout Inspection Each Debris Management sites will eventually be emptied of ail material and be restored to its previous condition and use. The Contractor is required to remove and dispose of all mixed debris, construction and demolition debris, and debris residue to approved landfills. Appropriate PBC inspectors will monitor all closeout activities to ensure that the Contractor complies with the Debris Removal and Disposal Contract. Additional measures may be necessary to meet local, State, and Federal environmental requirements because of the nature of the Debris Management sites operation. Debris Management Site Closeout Planning The Contractor must assure the SWA that all Debris Management sites are properly remediated. There will be significant costs associated with this operation as well as close scrutiny by the local press and environmental groups. Site remediation will go smoothly if baseline data collection and site operation procedures are followed. Debris Management Site Closeout Steps 4-3 1. Contractor responsible for removing all debris from the site. ~. Contractor conducts an environmental assessment with SWA and landowner. 3. Contractor develops a restoration plan. 4. Restoration plan reviewed by SWA, landowner, and appropriate environmental agency. 5. Restoration plan approved by the appropriate environmental agency. 6. Contractor executes the plan, 7. Contractor obtains acceptance from SWA, appropriate environmental agency, and the landowner. Debris Management Site Remediation (as appropriate} During the debris removal process and after the material has been removed from each of the Debris Management sites, environmental monitoring will be needed to close each of the sites. This is to ensure that no long-term environmental contamination is left on the site. The monitoring should be done on three different media: ash, soil, and groundwater. • Ash. The monitoring of the ash should consist of chemical testing to determine the suitability of the material for either agricultural use or as a landfill cover material. • Soil. Monitoring of the soils should be by portable inspection methods to determine if any of the soils are contaminated by volatile hydrocarbons. The Contractors may do this if it is determined that hazardous material, such as oil or diesel fuel was spilled on the site. This phase of the monitoring should be done after the stockpiles are removed from the site. • Ground Water. The monitoring of the groundwater should be done to determine the probable effects of rainfall leaching through either the ash areas or the stockpile areas. Debris Management Site Closeout Coordination The Contractor will .coordinate the following closeoutrequirements through the DCAT-staff: • Coordinate with local and State officials responsible for construction, real estate, contracting, project management, and legal counsel regarding requirements and support for implementation of a site remediation plan, • Establish an independent testing and monitoring program. The Contractor is responsible for environmental restoration of both public and leased sites. The Contractor will also remove all debris from sites for final disposal at landfills prior to closure. • Reference appropriate and applicable environmental regulations. • Prioritize site closures. • Schedule closeout activities. • Determine separate protocols for ash, soil and water testing. • Develop decision criteria for certifying satisfactory closure based on limited baseline information. • Develop administrative procedures and contractual arrangements far closure phase. • Inform local and State environmental agencies regarding acceptability of program and established requirements. • Designate approving authority to review and evaluate Contractor closure activities and progress. • Retain staff during closure phase to develop site-specific remediation far sites, as needed, based on information obtained from the closure checklist shown below. 4-4 Debris Management Site CI©sure Checklist ^ Site number and location. ^ Date closure complete. ^ Household hazardous waste removed. ^ Contractor equipment and temporary structures removed ^ Contractor petroleum spills remediated. ^ Ash piles removed. ^ Comparison of baseline information to conditions after the contractor has vacated the temporary site. ^ Appendices. • Closure documents. • Contracting status reports. • Contract. • Testing results. • Correspondence. • Narrative responses. Site Closeout Once a site is no longer needed, it should be closed in accordance with the following guidelines. Closeout is not considered complete until the following occurs: Material Removal 1. Ail processed and unprocessed vegetative material and inert debris shall be removed to a properly approved solid waste management site. 2. Tires must be disposed of at a-scrap tire collection/processing facility; white goods and other metal scrap should be separated for recycling. 3. Burn residues shall be removed to a properly approved solid waste management site or land applied in accordance with these guidelines. 4. All other materials, unrecoverable metals, insulation, wall board, plastics, roofing material, painted wood, and other material from demolished buildings that is not inert debris (see- #1 above) as well as inert debris that is mixed with such materials shall be removed to a properly permitted C & D recycling facility, C & D landfill, or municipal solid waste landfill. 4-5 Temporary Construction and Demolition Staging /Transfer Site Guidelines General The following guidelines should be considered when establishing staging/transfer sites for Construction & Demolition (C&D} and C&D recycling treatment and processing facilities. These guidelines apply only to sites for staging/transferring C&D storm debris {roof shingles/roofing materials, carpet, insulation, wallboard, treated and painted lumber, etc.). Arrangements should be made to screen out unsuitable materials, such as household garbage, white goods, asbestos containing materials (ACM's), and household hazardous waste. Selecting Temporary Staging 1 Transferring Sites Locating sites for staging/transferring C&D waste can be accomplished by evaluating potential sites and by revisit sites used in the past to see if site conditions have changed or if the surrounding areas have changed significantly to alter the use of the site. The following guidelines are presented in locating a site for "stagingltransferring" and are considered "minimum standards" for selecting a site for use: Sites should be located outside of identifiable or known f[oodplain and flood prone areas; consult the Flood Insurance Rate Map for the location in your county to verify these areas. Due to heavy rains associated with hurricanes and saturated conditions that result, flooding may occur mare frequently than normally expected. 2, Unloading .areas for .incoming C&D debris material should be at a .minimum 100 feet from all surface waters of the state. "Waters of the state" includes but is not limited to small creeks, streams, watercourses, ditches that maintain seasonal groundwater levels, ponds, wetlands, etc. 3. Storage areas for incoming C&D debris shall be at least 100 feet from the site property boundaries, on-site buildings, structures, and septic tanks with leach fields or at least 250 feet from off-site residential dwellings, commercial or public structures, and potable water supply wells, whichever is greater. 4. Materials separated from incoming C&D debris (white goods, scrap metal, etc.) shall be at [east 50 feet from site property lines. Other non-transferable C&D wastes (household garbage, larger containers of liquid, household hazardous waste shall be placed in containers and transported to the appropriate facilities as soon as possible. 5. Sites that have identified wetlands should be avoided, if possible. If wetlands exist or wetland features appear at a potential site, verification by the local Corps of Engineers office will be necessary to delineate areas of concern. Once areas are delineated, the areas shall be flagged and a 100-foot buffer shall be maintained for all activities on-going at the site. 4-6 6. Sites bisected by overhead power transmission lines need careful consideration due to large dump body trucks/trailers used to haul debris, and underground utilities need to be identified. due to the potential for site disturbance by truck/equipment traffic and possible site grading. 7. Sites shall have an attendant(s) during operating hours to minimize the acceptance of unapproved materials and to provide directions to haulers and private citizens bringing in debris. 8. Sites should be secure after operating hours to prevent unauthorized access to the site. Temporary measures to limit access to the site could be the use of trucks or equipment to block entry. Gates, cables, or swing pipes should be installed as soon as possible for permanent access control, if a site is to be used longer than two weeks. 9. When possible, signs should be installed to inform. haulers and the general public on types of waste accepted, hours of operation, and who to contact in case of after hours emergency. 10. Final written approval is required to consider any debris management site to be closed. Closeout of processing/recycling sites shall be within one {1) year of receiving waste. if site operations will be necessary beyond this time frame, permitting. of the site by the State may be required. If conditions at the site become injurious to public health and the environment, then the site shall be closed until conditions are corrected or permanently closed. Closeout of sites shall be in accordance with the closeout and restoration of temporary debris management sites guidelines. C&© Treatment & Processing/Recycling Sites Management of C&D debris and source separated materials to be recycled shall be in accordance with the following additional conditions: 1. Contact the PBC Health Department for information on managing asbestos containing materials (ACM's) or materials that are considered regulated asbestos containing materials. 2. Sites should be located outside of identifiable or known floodplain and flood prone areas; consult the Flood Insurance Rate Map for the location in your county to verify these areas. Due to heavy rains associated with hurricanes and saturated conditions that result, flooding may occur more frequently than normally expected. 3. Storage areas for incoming debris should be at a minimum 100 feet from all surface waters of the state. "Waters of the state" includes but is not limited to small creeks, streams, watercourses, ditches that maintain seasonal groundwater levels, ponds, wetlands, etc. 4. Storage areas for incoming debris shall be located at least. 100 feet from property boundaries and on-site buildings/structures. 5. Sites that have identified wetlands should be avoided, if possible. If wetlands exist or wetland features appear at a potential site verification by the local Corps of Engineers office or will be necessary to delineate areas of concern. Once areas are delineated, the areas shall be flagged and a 100-foot buffer shall be maintained for all activities on-going at the site. ~-'l 6. Storage areas for incoming C&D debris shall be at least 100 feet from the site property boundaries, on-site buildings, structures, and septic tanks with leach fields or at least 250 feet from off-site residential dwellings, commercial or public structures, and potable water supply wells, whichever is greater. 7. Sites bisected by overhead power transmission lines need careful consideration due to large dump body trucks /trailers used to haul debris and the intense heat generated by the ACB device. Underground utilities need to be identified prior to digging pits for using the ACB device. 8. Provisions should be made to prevent unauthorized access to facilities when not open for use. As a temporary measure, access can be secured by blocking drives or entrances with trucks or other equipment when the facilities are closed. Gates, cables, or other more standard types of access control should be installed as soon as possible. 9. When possible, post signs with operating hours and information about what types of clean up waste may be accepted. Also include information as to whether only commercial haulers or the general public may deposit waste. 10. Final written approval is required to consider any debris management site to be closed. Closeout of .processing % recycling sites shall be within six (6) months of receiving waste. If site operations will be necessary beyond this time frame, permitting of the site by the State may be required. If conditions at the site become injurious to public health and the environment, then the site shall be closed until conditions are corrected or permanently closed. ~-8 Temporary Vegetative Debris Management Site Guidelines General When preparing temporary facilities for' handling debris resulting from the clean up efforts due to hurricane damage, the following guidelines should be considered when establishing Temporary Debris Management sites, These guidelines apply only to sites for staging or burning vegetative storm debris (yard waste, trees, limbs, stumps, branches, and untreated- or unpainted wood). Arrangements should be made to screen out unsuitable materials. The two method (s} of managing vegetative and land clearing storm debris is "chipping/grinding" for use in landscape mulch, compost preparation, and industrial boiler fuel or using an "air curtain burner (ACB)", with the resulting ash being land applied as a liming agent- or incorporated into a finished compost product as needed. Chipping and Grinding Sites Locating sites for chipping/grinding of vegetative and land clearing debris will require a detailed evaluation of potential sites and- possible revisits at future dates to see if site conditions have changed or if the surrounding areas have changed significantly to alter the use of the site. The following guidelines are presented in locating a site for "chippinglgrinding" and are considered "minimum standards" for selecting a site for use: 1. Sites should be located outside of identifiable or known floodplain and flood prone areas; consult. the Flood Insurance Rate Map for the location in your county to verify these areas. Due to heavy rains associated with hurricanes and saturated conditions that result, flooding may occur more frequently than normally expected. 2. Storage areas for incoming debris and processed material should be at a minimum 100 feet from all surface waters of the state. "Waters of the state" includes but is not limited to small creeks, streams, watercourses, ditches that maintain seasonal groundwater levels, ponds, wetlands, etc. 3. Storage areas for incoming debris and processed material shall be at least 100 feet from the site property boundaries and on-site buildings/structures. Management of processed material shall be in accordance with the guidelines for reducing the potential for spontaneous combustion in composfi/mulch piles. 4. Storage areas for incoming debris shall be located at [east 100 feet from residential dwellings, commercial or public structures, potable water supply wells, and septic tanks with leach fields. 4-9 5. Sites that have identified wetlands should be avoided, if possible. If wetlands exist or wetland features appear at a potential site, verification by the local Corps of Engineers office will be necessary to delineate areas of concern. Once areas are delineated, the areas shall be flagged and a 100-foot buffer shall be maintained for all activities on-going at the site. 6. Sites bisected by overhead power transmission lines need careful consideration due to large dump body trucks/trailers used to haul debris, and underground utilities need to be identified due to the potential for site disturbance by truck/equipment traffic and possible site grading. 7. Sites shall have an attendant(s) during operating hours to .minimize the acceptance of unapproved materials and to provide directions to haulers and private citizens bringing in debris. 8. Sites should be secure after operating hours to prevent unauthorized access to the site. Temporary measures to limit access to the site could be the use of trucks ar equipment to block entry. Gates, cables, or swing pipes should be installed as soon as possible for permanent access control, if a site is to be used longer than two weeks, Sites should have adequate access that prohibits traffic from backing onto public rights-of-way or blocking primary and/or secondary roads to the site. 9. When possible, signs should be installed to inform haulers and the general public on types of waste accepted, hours of operation, and who to contact in case of an after hours emergency. 10. Grinding of clean wood waste such as pallets and segregated non-painted/non-treated dimensional lumber is allowed. 11. Final written approval is required to consider any debris management site to be closed. Closeout of staging and processing sites shall be within six {6) months of receiving waste. If site operations will be necessary beyond this time frame, permitting of the site may be required. If conditions at the site become injurious to public health and the environment, then the site shall be closed until conditions are corrected or permanently closed. Closeout of sites shall be in accordance with the closeout and restoration guidelines for temporary debris management sites. Air Curtain Burner Site Location and Operations Locating sites that are intended for air curtain burning (ACB) operations is a coordinated effort between the Solid Waste Authority and SC Department of .Health and Environmental Gontrol staff for evaluating the surrounding areas and to reevaluate potential sites used in the past. The following guidelines are presented for selecting an ACB site and operational requirements once a site is in use: 1. Contact the [oval fire marshal or fire department for input into site selection in order to minimize the potential for fire hazards, other potential problems related to fire fighting that could be presented by the location of the site, and to ensure that adequate fire protection resources area available in the event of an emergency. 4-10 2. The requirements for ACB device(s), [n accordance with Air Quality rules require the following buffers: a minimum of 500 feet from the ACB device to homes, dwellings and other structures and 250 feet from roadways. Contact the SC Department of Health and Environmental Control for updates or changes to their requirements. 3. Sites should be located outside of identifiable or known floodplain and flood prone areas; consult the Flood Insurance Rate Map for the location in your county to verify these areas. Due to heavy rains associated with hurricanes and saturated conditions that result, flooding may occur more frequently than. normally expected. If ACB pit devices are utilized, a minimum two-foot separation to the seasonal high water table is recommended. A larger buffer to the seasonal high water table may be necessary due to on-site soil conditions and topography. 4. Storage areas for incoming debris should be at a minimum 100 feet from all surface waters of the state. "Waters of the state"' includes but is not limited to small creeks, streams, watercourses, ditches that maintain seasonal groundwater levels, ponds, wetlands, etc. 5. Storage areas for incoming debris shall be located at least 100 feet from property boundaries and on-site buildings/structures. 6. Air Curtain Burners in use should be located at least 200 feet from on-site storage areas for incoming debris, on-site dwellings and other structures, potable water supply wells, and septic tanks and leaching fields. 7. Wood ash stored on-site shall be located at least 200 feet from storage areas for incoming debris, processed mulch or tub grinders (if a grinding site and. ACB site is located on the same property). Wood ash shall be wetted prior to removal from the ACB device or earth pit and placed in storage. If the wood ash is to be stored prior to removal from the site, then rewetting may be necessary to minimize airborne emissions. Wood ash to be [and applied on site or off site shall be managed in accordance with the guidelines for the land application of wood ash from storm debris burn sites. The ash shah be incorporated into the soil by the end of the operational day or sooner if the wood ash becomes dry and airborne. Sites that have identified wetlands should be avoided, if possible. If wetlands exist or wetland features appear at a potential site, verification by the local Gorps of Engineers office will be necessary to delineate areas of concern. Once areas are delineated, the areas shall be flagged, and a 100-foot buffer shall be maintained for all activities on-going at the site. 9. Sites bisected by overhead power transmission lines need careful consideration due to large dump body trucks/trailers used to haul debris and the intense heat generated by the ACB device. Underground utilities need to be identified prior to digging pits for using the ACB device. 10. Provisions should be made to prevent unauthorized access to facilities when not open for use. As a temporary measure, access can be secured by blocking drives or entrances with 4-11 trucks or other equipment when the facilities are closed. Gates, cables, or other more standard types of access control should be installed as soon as possible. 11. When possible, post signs with operating hours and information about what types o€ clean up waste may be accepted. Also include information as to whether only commercial haulers or the general public may deposit waste. 12. Closeout of air curtain burner sites shall be within six (6} months of receiving waste. If site operations will be necessary beyond this time frame, permitting of the site may be required. If conditions at the site become injurious to public health and the environment, then the site shall be closed until conditions are corrected or permanently closed. management sites ~-12 Overview of an Air Curtain Operation NOZZLE C m N AIR CURTA(; -\`'/ r L ~, , b, ~. n ~~~ ~- ~~ IMPERVIOUS LAYER A powers ce, edher elec[rw motor oc diesel power unit, doves a fav which m turv eater a curmm by Fo rcmg air through a plenum and nozzle. This high velomty a,r travels acrossr the top of the pit which a fire has been started. The na curtnm traps smoke and small par«cles and rec culates Them to enhance om bastion and reduce smoke. Thu very Iarge volume,af n eelerates c mbustion and provides for high pit tem pera lures be« vicen 1800 degrees F avd 2200 degrees F. The pit provides a safe combustion chamber whieh helps prevent heat loss. 4-13 E-PIT WALL, EITHER DIRT OR PRE-MANUFACTURED Environmental Checklist for Air Curtain Pit Burners Incineration site inspections will also include an assessment of the environmental controls being used by the Contractor. Environmental controls are essential for all incineration methods, and the following will be monitored. ^ A setback of at least 1,000 feet should be maintained between the debris piles and the incineration area. Keep at least 1,000 feet between the incineration area and the nearest building. Contractor should use fencing and warning signs to keep the public away from the incineration area. ^ The fire should be extinguished approximately two hours before anticipated removal of the ash mound. The ash mound should be removed when it reaches 2 feet below the lip of the incineration pit. ^ The incineration area should be placed in an aboveground or below ground pit that is no wider than 8 feet and between 9 and 14 feet deep. ^ Above ground incineration pits should be constructed with limestone and reinforced with earth anchors or wire mesh to support the weight of the loaders. There should be a 1- foot impervious layer of clay or limestone on the bottom of the pit to seal the ash from the aquifer. ^ The ends of the pits should be sealed with dirt or ash to a height of 4 feet. ^ A 12-inch dirt seal should be placed on the lip of the incineration pit area to seal the blower nozzle. The nozzle should be 3 to 6 inches from the end of the pit. ^ There should be 1-foot high, unburnable warning stops along the edge of the pit's length to prevent the loader from damaging the lip of the incineration pit. ^ Hazardous or contaminated ignitable material should not be placed in the pit. This is to prevent contained explosions. ^ The airflow should hit the wall of the pit about 2 feet -below the top edge of the pit, and the debris should not break the path of the airflow except during dumping. ^ The pit should be no longer than the length of the blower system and the pit should be loaded uniformly along its length. ~--13 Land Application of Wood Ash from Storm Debris Burn: Sites Guidelines 1. Whenever possible, soil test data and waste analysis of the ash should be available to determine appropriate application rate. 2. In the absence of test data to indicate agronomic rates, application should be limited to 2 to 4 tons per acre/one time event. If additional applications are necessary, due to the volume of ash generated and time frame in which the ash is generated, then an ash management plan will be needed. 3. Ash should be land applied in a similar manner as agricultural limestone. 4. Ash should not be land applied during periods of high wind to avoid the ash blowing off the application sites. 5. Ash should not be land applied within 25 feet of surface waters or within 5 feet of drainage ways or ditches on sites that are stabilized with vegetation. These distances should be doubled on sites that are not vegetated and the ash should be promptly incorporated into the soil. 6. Records should be maintained to indicate where ash is applied and the approximate quantities of ash applied. 7. As an option to land application, ash may be managed at a permitted municipal solid waste landfill after cooled to prevent possible fire. 8. Assistance in obtaining soil test data and waste analysis of ash should be available through county offices of the Extension Service. 4-14 Deducing the Potential for Spontaneous Combustion in Compost or Mulch Piles Guidelines 1. When ground organic debris is put into piles, microorganisms can very quickly begin to decompose the organic materials. The microorganisms generate heat and volatile gases as a result of the decomposition process. Temperatures in -these piles can easily rise to more than 160 degrees Fahrenheit. Spontaneous combustion can occur in these situations. 2. Spontaneous combustion is more likely to occur in larger piles of debris because of a greater possibility of volatile gases building up in the piles and being ignited by the high temperatures. If wind rows can be maintained 5 feet to 6 feet high and 8 feet to 10 feet wide, volatile gases have a better chance of escaping the piles; and the possibility of spontaneous combustion will be reduced. 3. Turning piles when temperatures reach 160 degrees can also reduce the potential for spontaneous combustion. Pile turning provides an opportunity for gases to escape and for the contents of the pile to cool. Adding moisture during turning will increase cooling. Controlling the amount of nitrogen-bearing (green) wastes in piles will also help to reduce the risk of fire. The less nitrogen in the piles the slower the decomposition process and consequently the less heat generated and gases released. 4. Large piles should be kept away from wooded areas and structures and should be accessible to fire fighting equipment, if a fire were to occur. Efforts should be made to avoid driving or operating heavy equipment on large piles because the compaction will increase the amount of heat build-up, which could increase the possibility of spontaneous combustion. ~-15 P _ .. .~~. ~,%1~ i i~'. ( ( 1,.~~'~' ~ •:~ ~ ~ _ ~ -~ , ..~ -,. ', - ~ or~~ia~ __ O O / J .. ee4 .IN _ v _ o p J I x 4 .`i/F~ bsu l ~ Yb 7 ~___ / -__ •. ....3~ ~ - 1 LG3ni324ei5S _ - .. .. __~ - _ I 1 ii V ~ `x~.t' ~ ~~'~ I ~ ~ ~ ~ ~ 4++ ®®// , Cs I. J d ~ b9 L r U Pt,~:Y, a=~d a~~c,-vag ~ C Z PY. ~eJe~ ,A~~~ .: 2 X W h~ Ns 1~ W H v ~a ,q~ w 1~ a ill U N ~ :n ~ - ~ ~ ~ C C ~ l~ N L ~ Z U _ tl) ~ ~ ~ ~ t ~ to ~J n~ mil' u~ (L f V ,~ ' ~' LL y ^ ^ O r~ J ~ O ~7 O 'r, 11 -- H u G j ~. O L m N a O T, m m ~~nn 6c ~~NppQ Wp_22W iy~j pWaq 8¢2¢~WQH FZ ~ WZC JK~gg3FYp~ ~ ~u~~p U~Y020wfq 2 NUFO < ~d p~irc~- ~OK~w2wF~p~u~upOK 1-p - ~Jp~uw afJ2F06~Zd~maN¢T~ zQ~"ZQ Q?wF q ~= JpK G= ~aw~~pgzw~~z QQ°o QOZJ~~UKW2W ¢7W =pNON~o~o~°~~~ ~p JJy ~ DOJJ Q22WO~~~~Q't u(~~¢~J y ¢N~ZW„KK~wZ p1-~~aO~w~u LL ~_ 3~~,W~w<~ 3Nffiap= ~~3 oy iNN€u~°->o3w $ Y~ow Y~~p u~an € 4pa¢ EXHIBIT E LOCATION OF PUBLICLY OWNED DEBRIS MANAGEMENT SITES SWA Temporary Debris Disposal Sites SITE LOCATION 20 Mile Bend/Palm Beach Aggregates North side of Southern Blvd approximately 4 miles west of Lion Country Safari 441/Boynton Beach Blvd West side of 441 approximately 1-'/ miles north of Boynton Beach Blvd Abacoa Approximately'h mile west of Central Blvd on the north side of Dakota Road in Jupiter Located at SWA's landfill site - 6554 N. Jog Ashfill Rd, West Palm .Beach -west of the Florida Turn ike between 45th St and Beeline Hw West of Jog Road on the south side of Forest Cholee Park Hill Blvd across from the entrance to Okeeheelee Park South side of Hooker Highway approximately Hooker Highway 1 mile west of the intersection of State Raad 80 and 441 Mecca Farms Approximately 1 mile north of Northlake Blvd on the east side of Seminole Pratt Whitney Rd Take Glades Road west of 441 approximately South County Regional Park 2 miles to Ponderosa Drive and turn north to the site Wallis Road Located on the north side of Wallis Road between Haverhill Road and Military Trail EXHIBIT F 1'LI/W/SBE PLAN Phillips & Jordan, Inc. (F&J) have historically been successful in achieving targeted subcontracting goals for small (SB), small disadvantaged business (SDB) concerns (including Minority Business Enterprise (MBE) and, women-owned small business (WOSB) concerns, HUB Zone small business (HUB Zone SB), veteran-owned small business {VOSB) concerns, and service-disabled veteran-owned (SDVOSB) concerns on previous disaster response efforts. Subcontractor Agreements In addition to our own crews, P~J has a vast network of specialized subcontractors who have signed up to assist us on .disaster recovery projects. We maintain a database of these subcontractors, the regions in which they are willing to work, and what there areas of expertise are. The subcontractors that we utilize are familiar with our methods and means of operation, and are willing to drop what they are doing and come when we calk The skill level required to work under intense and difficult conditions is not an everyday commodity, but is a hallmark of the specialized subcontractors that assist us on our projects. Depending on the magnitude and scope of an event, aspects of a disaster recovery project that P&J may utilize subcontractors for include: debris removal, debris transportation, equipment transport, HazMat, environmental, traffic control, electrical, and demolition. To meet any goals, we propose to use the contractors who have performed at a high level for Phillips & Jordan in past recovery efforts. Each of these contractors will have the opportunity to provide services to meet or exceed the goals. Phillips & Jordan, Inc will strive to utilize as many local MBE concerns as possible. Administration of any P&J's Subcontracting Plan for Minority Business Enterprise (MBE) business concerns will be the responsibility of Susan Williams, the designated Equal Employment Opportunity (EEO) officer for the project. Ms. Williams is the overall corporate EEO officer. Her responsibilities in this area include: • Overseeing subcontracting to Minority Business Enterprise (MBE) and monitoring the progress of the company towards meeting its stated goals; • Maintaining bidding lists of minority business enterprise (MBE) concerns from all possible sources; • Ensuring that procurements are structured to allow minority business enterprise (MBE) concerns to participate to the maximum extent possible and assuring inclusion in all solicitations for products or services that they are capable of providing; • Attendance at Business Opportunity Workshops, Minority Business Enterprises Seminars, and Trade Shows; • Arranging for motivational training for purchasing personnel. Contract No. 07-240 SOLID WASTE A UTHO~ZITY OF PALM BEACH COUNTY EXHIBIT G 7501 North Jog Road West Palm Beach, Florida 33412 Telephone: 561-640-4000 + Fax: 561-640-3400 TA5K ORDER DISASTER DEBRIS MANAGEMENT TO~ Task Order No. in accordance with (Contractor} contract, with the Solid Waste Authority of PBC, Florida, (AUTHORITY) Agreement No. for Hurricane/Disaster Debris Removal, Reduction, and Disposal dated the AUTHORITY hereby requests and authorizes the services to be performed on the project as described below: Project: Specific Work to be performed: Duration of Work (Include Start Date, End Date and Total Calendar Days): Method of Payment: Estimated Cost of this Task Order: $ Contractor Signature: Date: AUTHORITY Signature: Date: White/SWA Contract File Green/Purchasing Yellow/I}ebris Contractor l?ink/Debris Consultant Gold/Finance File EXHIBIT H FNMA 322 PUBLICASSISTf11VCE fiUIDE CHAPTER 5 PROJECT MANAGEMENT Project management begins when a disaster occurs and does not end until an applicant has received final payment. for the project. Good project management ensures successful recovery from the disaster, expedited payment of funds, and more efficient close-outs of PA Program grants. Record Keeping It is critical that the applicant establish and maintain accurate records of events and expenditures related to disaster recovery work. The information. required for documentation describes the "who, what, when, where, why, and how much" for each item of disaster recovery work. The applicant should have a financial and record keeping system in place that can be used to track these elements. The importance of maintaining a complete and accurate set of records for each project cannot be over- emphasized. Good documentation facilitates the project formulation, validation, approval, and funding processes. All of the documentation pertaining to a project should be filed with the corresponding PW and maintained by the applicant as the permanent record of the project. These records become the basis for verification of the accuracy of project cost estimates during validation of small projects, reconciliation of costs for large projects, and audits. Applicants should begin the record keeping process before a disaster is declared by the President. To ensure that work performed both before and after a disaster declaration is well- documented, potential applicants should: • designate a person to coordinate the compilation and filing of records; • establish a ale for each site where work has been or will be performed; and • maintain accurate disbursement and accounting records to document the work performed and the costs incurred. The Federal Office of Management and Budget requires grant recipients to maintain financial and program records on file for three years following final payment. Records of grant recipients may be subject to the provisions of the Single Audit Act, as described on page 11 y of this guide. Applicants may refer to the Applicant Handbook, FEMA 323, for additional information regarding record-keeping. EXHIBIT I MOBILIZATION SCHEDULE CONTRACTOR shall commence mobilization of equipment, operators, and laborers immediately upon receipt of a Mobilization Task Order to meet the progress pattern set belowe Category 1& 2 Category 3 Category 4 Category 5 Within 24 hours 40% 25% 20% 15% Within 48 hours 80°l° 40% 35% 25% Within 72 hours 100% 75% SO% 45% Within 96 hours 100% 70% 60% Within 7 days 90% 80% Within 10 days 1.00% 90% Within 14 days 100%