The City of Lake City, in accordance with Florida Statutes 287.055, is seeking to retain the services of qualified and experienced Contractors for Emegency Debris Management and Removal on an “as needed” basis, as specified in the Detailed Scope of Services and Requirements Section of this RFP document. The successful proposer shall prove by their qualifications, experience, and plan for the work, that they will best serve the overall needs of the City. The selection of the successful proposers shall be at the City’s discretion and shall be made in a prompt manner after receipt and evaluation of all responses. • The CONTRACTOR is required to process a minimum quantity of debris (cubic yards or tons) per calendar day, to be determined by the CITY after the disaster based on location and size of debris field. The minimum required reduction/disposal rate shall be achieved no later than the third calendar day after the first load of debris is accepted into the Temporary Debris Storage and Reduction (TDSR) site for processing. Liquidated damages shall be assessed at $1,000 per calendar day for any day in which the minimum processing rate is not met, unless noncompliance is due to insufficient debris quantities being delivered to the site. The production rates for reduction will be determined during the initial seven (7) day planning stage following the disaster. • Disaster-related debris shall be separated into clean vegetative, construction and demolition (C&D), white metal, or hazardous waste at the collection sites and hauled separately to the TDSR site to ensure a smooth flow of traffic at the TDSR site. • All debris shall be mechanically loaded and reasonably compacted. “Hand loading” is not permitted under this contract without the approval of the CITY. • Once road priorities are established by the CITY or its representative, crews shall be required to complete entire sectors and/or corridors prior to moving on to other areas. No streets should be bypassed based on quantity of debris alone. • Provide labor, equipment, and materials necessary to remove all stumps authorized by the CITY, FHWA and FEMA. Stump removal operations shall be in accordance with FHWA and FEMA guidelines. • Work shall include the removal and disposal of hazardous hanging limbs in public rights-of-way and/or on private property at the direction of the CITY. The CONTRACTOR shall provide all management, supervision, labor, machines, tools, and equipment necessary to safely perform the removal of hanging limbs. • Coordinate with utility companies, as required, to permit safe removal of debris. • Provide a means for the CITY or their designated representative to measure and certify all trucks. All TDSR sites shall be equipped with at least one tower from which monitors can safely view contents on each load and determine capacities of each load entering and exiting the TDSR. • Provide traffic control (day and/or night). The CONTRACTOR shall be responsible for the control of pedestrian and vehicular traffic in the work area (Maintenance of Traffic - MOT). This includes the entrance and exit at any TDSR site. At a minimum, one flag person should be posted at each approach to the work area. • Provide a means for securing all TDSR sites, throughout the life of the contract, to ensure no unauthorized or illegal dumping can occur at the site. • Vacuum inlets and sweep curb and gutter sections.