Loading...
08-6486 Disaster Debris Management PlanRESOLUTION NUMBER 08-6486 A RESOLUTION ADOPTING THE "CITY OF SALINA DISASTER DEBRIS MANAGEMENT PLAN." a w WHEREAS, FEMA has implemented a Public Assistance Pilot Program; and N ' o WHEREAS, the City of Salina must adopt a Disaster Debris Management Plan prior to the President signing the Presidential Disaster Declaration in order to qualify for additional Federal funding. U SO NOW THEREFORE BE IT RESOLVED by the Governing Body of the City of Salina, Kansas: Section 1. The "City of Salina Disaster Debris Management Plan" dated January 30, 2008 and attached hereto is hereby adopted. Section 2. The Director of Public Works is hereby authorized to submit the "City of Salina Disaster Debris Management Plan" to FEMA for approval. Section 3. This resolution allows for limited editing discretion by City Staff for future modifications that do not affect specific processes or the overall intent of the Plan. Section 4. Any substantive deviation from this Plan will be reviewed by the Governing Body and requires their concurrence. Section 5. That this resolution shall be in full force and effect from and after its adoption. Adopted by the Board of Commissioners and signed by the Mayor this 30`h day of January, 2008. c L i o , Acting Mayor (SEAL) ATTEST: Lieu Ann Elsey, CMC, Clerk G City of Salina Disaster Debris Management Plan APPROVED JANUARY 30, 2008 TABLE OF CONTENTS SECTIONI — OVERVIEW 4 A. Purpose 4 B. Scope 4 C. Enforcement 4 D. Health and Safety 4 SECTIONII - DEBRIS MANAGEMENT CENTER ORGANIZATIONAND STAFF 5 A. General 5 B. Debris Management Center Organization 5 C. City of Salina Debris Manager (Director of Public Works) 6 D. Debris Management Center 6 E. Administrative Support Staff 9 F. Debris Management Center Liaison Officer 9 G. Public Information 9 H. Public Works Debris Coordinator (Street Superintendent) 9 I. Parks Debris Coordinator (Parks Superintendent) 10 J. Utilities (Water Superintendent) 10 K Other Agency Liaison Officers 10 L. Establishment and Operations Planning 11 M. City of Salina Safety Officer 11 SECTION III — RESPONSE 12 A. General 12 B. Damage Assessment Team 13 C. Debris Operational Phases 13 D. Safety and Emergency Response 14 SECTIONIV — RECOVERY 16 A. General 16 B. Debris Contractor Oversight Team 17 C. Debris Monitor Training Workshop 20 D. Close -Out for Federally Declared Disasters 21 SECTION V — COMMUNICATIONS 22 A. Debris Management Center Staff Communications 22 B. Public Communications 22 C. Information Technology 22 SECTION VI— DEBRIS STORAGE AND REDUCTION SITE FIELD GUIDES 23 A. General 23 B. Land Application of Wood Ash from Storm Debris Burn Sites Guide 23 2 C. Reducing the Potential for Spontaneous Combustion in Compost or Mulch 24 Piles Guide D. Recycling 24 Section VII — Contracted Services 25 A. Notice to Bidder 26 B. General Contract Provisions 26 C. Qualifications Requirements 27 D. Prequalified Contractors 27 E. Solicitation of Contractors 27 Figures Figure 1. Debris Management Center Organizational Diagram 8 Figure 2. Debris Estimating Formulas 19 Appendix 1. Temporary Debris Storage and Reduction Sites (IDSR) 28 2. Emergency Response Site Safety Plan 29 3. City of Salina Are of Collection Map Including Landfill 32 4. Landfill including the Burn Pit Area 33 5. Information for Bidders 34 5.1 2007 Ice Storm General Transport Quotation 36 5.2 Ice Storm General Transport Bid Tabulations 38 5.3 Agreement Regarding Ice Storm General Transport 39 5.4 Agreement Regarding Ice Storm Self -Loading Transport 43 6.1 2007Ice Storm Markley Road Load/Transport Quotation 47 6.2 Ice Storm Load/Transport for Markley Bid Tabulations 51 6.3 Agreement Regarding Ice Storm Loader/Transport 52 7.1 2008 Ice Storm Right -of -Way Tree Trimming Quotation 56 7.2 Street Tree With Hangers Removal Bid Results 58 7.3 Agreement Regarding Ice Storm Street Trees With Hangers 60 8.1 2008 Ice Storm Right -of -Way Tree Removal Quotation 64 8.2 Street Tree Removal Bid Results 66 8.3 Agreement Regarding Ice Storm Right -of -Way Tree Removal 68 9. Prequalified Contractors 72 t City of Salina Disaster Debris Management Plan SECTION 10 PER VIE W A. Purpose The City of Salina will. adhere to the Disaster Debris Management Plan to respond to a natural or manmade debris generating event. This plan is designed to identify agencies and activities that are involved in debris operations to ensure a coordinated response which achieves removal, storage, and final disposition of debris deposited along or immediately adjacent to public rights-of-way in the City of Salina. B. Scope This Standard Operating Guidelines (SOG) provides organizational structure, guidance, and standardized guidelines for field operations in the clearance, removal, and disposal of debris caused by a major debris -generating event. This SOG shall apply to all City of Salina departments and agencies. This SOG is designed to assist the City of Salina staff in implementing and coordinating public and private sector debris removal and disposal operations to maximize cleanup efficiencies. Expeditious debris removal and disposal actions will mitigate the threat to the health, safety, and welfare of Salina residents. C. Enforcement Any person deviating from the provisions of this guideline may be required, at the discretion of the City of Salina City Manager, to submit in writing, within five (5) calendar days, an explanation for such deviation. The written explanation will be forwarded to the City of Salina City Manager for final resolution if required. D. Health and Safety The main focus of this plan is to provide access by clearing debris from roadways as quickly as possible with the resources available. To provide emergency road repairs to support immediate health and safety needs. To properly dispose of debris in the most economical and efficient method possible complying with all policies and ordinances established by local jurisdictions. The first priority for the removal of debris will be those that deny entry and exit for emergency services, public health and safety. The second priority will be for the removal of debris that poses a significant threat to life and safety. This includes the threat of damage to public structures, bridges and roadways. 4 SECTION II DEBRIS MANAGEMENT CENTER ORGANIZATION AND STAFF A. General The City of Salina Debris Management Plan provides the framework to unify the efforts of the City of Salina Public Works Department, other departments, agencies, local governments, non-governmental and voluntary organizations, and regional and federal partners involved in emergency debris cleanup operations. When properly implemented, the result will be a coordinated and comprehensive effort to reduce debris -related impacts of an emergency or disaster. The Director of Public Works will be designated as the City of Salina Debris Manager for the duration of the disaster response and recovery operation. The City of Salina Debris Manager will be responsible for managing all Debris Clearing Operations (Phase I and Debris Removal and Disposal Operations (Phase II) from a centralized Debris Management Center (DMC) located at the City of Salina, General Services Office, 412 E Ash Street, Salina, Kansas 67401. The City of Salina Debris Manager is responsible for managing debris clearance (Phase I) from emergency evacuation routes, access routes to critical facilities, and all other streets throughout the City of Salina and the permanent removal and disposal (Phase II) of all debris deposited along or immediately adjacent to public rights-of-way throughout the City of Salina. The City of Salina Debris Manager will provide overall supervision of a joint debris staff made up of personnel from the Department of Public Works as well as supplemental personnel from the Parks and Utilities Departments. The City of Salina Debris Manager will be the single point of contact responsible for routine disaster debris removal and disposal operations and will interface with representatives from other local, county, state, and federal agencies on a regular basis. The City of Salina Debris Manager will resolve any debris issues between the City of Salina and the state pertaining to FEMA policy and regulations. B. Debris Management Center Organization The City of Salina Debris Management Center (DMC) is organized to provide a central location for the coordination and control of all debris management requirements. To accomplish this mission the DMC will require the following positions: ➢ Debris Manager -- Director of Public Works ➢ General Services (Operations Manager) ➢ General Services (Street Superintendent) ➢ General Services (Landfill Superintendent) ➢ Parks Department (Parks Superintendent) ➢ Utilities Department (Utilities Division Superintendent) ➢ Contract Monitors ➢ Contractor Representative(s) ➢ Administrative Staff ➢ Westar Energy Representative One of the primary functions of this SOG is to clearly delineate a basic organization and assign specific responsibilities. Many issues will arise that are not specifically mentioned in this SOG during the conduct of debris operations. However, responsibilities are sufficiently defined so that unexpected issues can be assigned and resolved efficiently. C. City of Salina Debris Manager (Director of Public Works) The Director of Public Works will function as the City of Salina Debris Manager. The City of Salina Debris Manager's responsibilities include the following with respect to all debris management activities: 1. Communicating timely information to the City of Salina Management Team and EOC staff regarding the status of the debris clearing, removal, and disposal operations. 2. Assuring that the City of Salina is represented at all meetings with other government and private agencies involved with the debris cleanup operation. 3. Coordinating with appropriate local, county, state, federal agencies (FEMA, USACE, etc.), and others as appropriate. 4. Developing and implementing a system to rapidly notify appropriate staff as to where and when to report for duty. This system must be kept up-to-date to ensure key staff can readily be reached. The notification system should be maintained in such a manner that notification can be made at any time. 5. Convene emergency debris coordinating meetings. 6. Responsible for daily operation control of the DMC. 7. Ensure that the DMC is provided all needed administrative staff support. 8. Provide media relations and timely updates... 9. The City of Salina Debris Manager will assign a Liaison Officer to the EOC to coordinate and respond to any requests from the EOC staff with regards to debris management activities. Actions will focus on keeping track of Debris Management Zone assignments and progress of the initial debris clearance (Phase I) from emergency evacuation routes and critical facilities. The Liaison Officer will keep the EOC staff informed of any problems encountered or expected. 10. Ensure all necessary local, state, and federal regulatory permits are current and on file. 11. Coordinating with the county on debris issues affecting both the City of Salina and neighboring municipalities. 12. Coordinating City of Salina debris removal and disposal operations with the county and state solid waste managers and environmental regulators. 13. Coordinate with the following Federal agencies in the event of a major natural or manmade debris -generating disaster: ➢ Federal Emergency Management Agency (FEMA) ➢ U.S. Army Corps of Engineers (USACE) Local Office of the Federal Bureau of Investigation (FBI) US Environmental Protection Agency (USEPA) 14. Coordinate debris removal and disposal of Federal Aid Roads with the State and County. D. Debris Management Center The DMC is organized to provide a central location for the coordination and control of all debris management requirements. The DMC will be located at the City of Salina, General Services office, 412 E Ash, Salina, Kansas 67401. The DMC organizational diagram shown in Figure 1 on page 8 identifies the DMC staff positions required to coordinate the actions necessary to remove and dispose of debris using both City of Salina and Contractor assets. The DMC staff will be under the direction of the City of Salina City Debris Manager. Staff actions may include the following: 1. Making recommendations for City of Salina and Contractor work assignments and priorities based on the City of Sauna's Debris Management Zones. 2. Reporting on debris removal and disposal progress, and preparing of status briefings. 3. Providing input to the City Manager's office on debris removal and disposal activities. 4. Coordinate with Westar Energy Debris Coordinator DS&O and other utility companies (telephone and cable TV) as appropriate to ensure that power lines do not pose a hazard to emergency work crews. 5. Coordinate City of Salina debris removal and disposal operations with solid waste managers and environmental regulators from Saline County and the state. Figure 1— DMC Organizational Diagram Emergency Operations Center Debris FEMA Management DMC Liaison Officer Center Assigned to the EOC Public Assistance Officer g City of Salina Debris Manauer Debris Contractor USACE Oversight Team Mission Assignment City of Salina Roving Landfill Monitors Monitors Risk Managers (Loading) (Disposal) Other Debris Liaison Officers Removal & Disposal or Cities Contractors Public Works Utilities Police Fire Parks Development Department Dept Dept Dept Department Services Department E. Administrative Support Staff A minimum of 3-4 personnel with administrative skills are required to handle the routine DMC office procedures. Their primary responsibility will be to: ➢ Enter information into a Debris Management database. ➢ Keep track of citizen complaints against the City of Salina's debris removal contractors. 8 ➢ Assist with letters and/or information dissemination. ➢ News releases. F. Debris Management Center Liaison Officer (General Services Operations Manager) The Debris Management Center Liaison Officer will be located at the General Services Office, 412 E Ash, Salina, Kansas 67401. The liaison officer will be responsible for coordinating with the DMC staff all requests for debris activities initiated by the City of Salina staff. G. Public Information The City of Salina Director of Public Works (Debris Manager) 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 will be used to encourage public cooperation for such activities as: ➢ Separating burnable and non -burnable debris; ➢ Segregating Household Hazardous Waste (HHV,); ➢ 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; ➢ Segregating recyclable materials; and ➢ Disseminate debris route clearing and pickup schedules through the local news media, City of Salina Web postings. Primary Point of Contact: Director of Public Works, 412 E Ash, Salina, Kansas 67401, 785-309-5750. H. Public Works Debris Coordinator (Street Superintendent) The Public Works Debris Coordinator's responsibilities will include, but not be limited to, the following: ➢ Coordinate all Public Works debris assignments. ➢ Coordinate debris clearance from evacuation routes and access to critical facilities and other roadways within the City of Salina (Phase 1). ➢ Provide personnel and equipment to assist in the removal and dispose of debris (Phase I1) as directed by the City of Salina Debris Manager. ➢ Inform the City of Salina Debris Manager of cleanup progress and any problems encountered or expected. ➢ Maintain a listing of all available Public Work's equipment and staff identified for possible debris removal and disposal missions. ➢ Coordinate all Public Work's debris assignments approved by the City of Salina Debris Manager. ➢ Ensure that required logistical support is available, including cell phone, transportation, etc. I. Parks Debris Coordinator (Parks Superintendent) 9 The Parks Debris Coordinator's responsibilities will include, but not be limited to: ➢ Coordinate all Parks debris assignments. ➢ Provide personnel and equipment to clear, remove and dispose of debris as directed by the City of Salina Debris Manager. ➢ Provide specialized equipment and trained operators to assist in the clearing and removal of woody vegetation from along critical rights-of-way. ➢ Ensure that debris removal from parks and recreational facilities is coordinated and approved by the City of Salina Debris Manager. ➢ Inform the City of Salina Debris Manager of cleanup progress and any problems encountered or expected. ➢ Coordinate with the City of Salina Debris Manager for the removal, storage, burning, and disposal of debris at debris collection/management sites at parks. ➢ Maintain a listing of all available parks and recreation equipment and staff identified for possible debris removal and disposal missions. ➢ Coordinate all parks and recreation debris assignments approved by the City of Salina Debris Manager. ➢ Ensure that required logistical support is available, including cell phone, transportation, etc. J. Utilities (Water Superintendent) The Utilities Debris Coordinator's responsibilities will include, but not be limited to, the following: ➢ Maintain a listing of all available Utilities equipment and staff identified for possible debris clearing and disposal missions. ➢ Coordinate all Utilities debris assignments approved by the City of Salina Debris Manager. ➢ Track debris clearing personnel assignments and progress of the initial debris clearance (Phase I) from emergency evacuation routes and critical facilities. ➢ Ensure that required logistical support is available, including cell phone, transportation, etc. ➢ Ensure that the City of Salina Debris Manager is kept informed of cleanup progress and any problems encountered or expected. K. Other Agency Liaison Officers Westar Energy will be requested to designate a representative from their company to be a point of contact to assist with coordinating debris removal efforts between the power company and the City of Salina. The Westar Energy Debris Coordinator's responsibilities will include, but not be limited to, the following: ➢ Coordinating with the City of Salina Debris Manager with regards to debris removal along electrical easements and rights-of-way to ensure that all lines are de -energized. ➢ Coordinate with the City of Salina Debris Manager and/or the City Manager's officer regarding restoration of power to City customers. The following agency should provide, if required, a Liaison Officer to the DMC to provide advice and assistance in coordinating specific debris removal and disposal issues: Kansas Department of Health and Environment (KDHE) ➢ USACOE 10 L. Establishment and Operations Planning Depending upon the type of debris removal four potential disposal options will be implemented. 1. For tree debris removal only, the City landfill will be the primary disposal site where tree debris only will be transported and piled by City personnel and burned in accordance with their burn permit. The City landfill is located on 4292 S. Burma Road. 2. For construction and demolition debris, Blixt C & D permitted landfill located on old Highway 40 East of Chapman, Kansas is an option as well as the City landfill. 3. For wastes containing household garbage type waste, disposal must be taken to the City landfill located at 4292 S. Burma Road, Salina, Kansas. 4. For Household Hazardous type wastes, disposal will be at the City of Salina Household Hazardous Waste Facility located at 315 E. Elm, Salina, Kansas. The following sites have been identified should they be necessary: 1. Markley Free Yard Waste Site on the old runway location on Markley Road (south of Dean Evans Stadium, 1301 S. Marley Road) 2. Various City Parks could be used (located in Appendix 1) Permits for each of the disposal facilities are held by the following- 1. ollowing1. City of Salina Landfill 2. City of Salina Household Hazardous Waste Operations 3. Blixt C&D Landfill — Blixt Construction Site Operations: 1. City of Salina Landfill a. Maintained, operated and manned by City of Salina personnel b. Open for normal hours of operation; Monday -Friday 7 AM -4:30 PM; Saturday 7 AM -2 PM 2. Blixt C & D Landfill a. Maintained, operated by Blixt Construction in Dickenson County 3. City of Salina Household Hazardous Waste (315 E. Elm, Salina, Kansas 67401) a. Operated by City of Salina personnel b. Normal hours of operation; Thursday 7:30 AM -7:00 PM; First Saturday of each month 8 AM -12 Noon M. City of Salina Safety Officer The Risk Manager will function as the City of Salina Safety Officer. The City of Salina Safety Officer's responsibilities include the following with respect to all debris management activities: 1. Communicating timely information to the City of Salina Management Team and EOC staff regarding the safety status of the debris clearing, removal, and disposal operations. 2. Assuring the City of Salina is represented at all meetings with other government and private agencies involved with debris cleanup operation. 3. Assess and report status of the debris removal operations in regard to regulations; 29 CFR 1910.1200 (HazCom), 29 CFR 1910.120 (Hazoper), 29 CFR 1910.134 (Respiratory Protection), 29 CFR 1910.146 (Confined Spaces), 29 CFR 1910.1030 (BBP), and 29 CFR 1926.20-35 (General Construction) 4. Coordinate with the Debris Manager to assure the appropriate Responder Safety Training is provided. 5. Coordinate with the Debris Manager to assure that measures for assuring personnel safety, and to monitor and/or anticipate hazardous and unsafe situations. 11 G. Coordinate with the Debris Manager to assure that a site-specific Safety and Health Plan and publish Site Safety Plan Summary is prepared. 7. Convene safety coordinating meetings. 8. Provide media relations information regarding safety concerns with the City of Salina Director of Public Works. 9. Coordinate with the Debris Manager to insure that the Emergency Response Site Safety Plans are completed for each debris removal site. SECTIONIII RESPONSE A. General Ongoing, advanced planning is an important part of a debris removal plan. Preparedness actions taken far in advance of an actual event allow implementation of the plan to occur more easily during an actual event. The following paragraphs define three operational levels. Operational Level 1— Alert. During Operational Level 1, the City of Salina Debris Manager should do the following. ➢ Notify essential personnel of change in Operational Levels. ➢ Review emergency operations plan. ➢ Check emergency equipment and supplies. ➢ Conduct radio/cell phone communications checks. ➢ Extend work shifts of emergency crews. ➢ Monitor events. Operational Level 2 — Heightened Alert. During Operational Level 2, the City of Salina City Manager and City of Salina Debris Manager and Debris Management Center personnel should do the following: ➢ Activate the Debris Management Center. ➢ Notify the EOC that the Debris Management Center has been activated. ➢ Notify essential personnel of change in Operational Levels. Ask essential personnel to report to DMC. ➢ Test communications plan. ➢ Review Debris Management Plan. Operational Level 3 — Event Imminent or Occurring. During Operational Level 3, the City of Salina City Manager and City of Salina Debris Manager should do the following: ➢ Initiate call-up of stand-by and extra (off-duty) personnel. Implement Debris Management Plan B. Damage Assessment Teams The Building Services Division is responsible for coordinating impact assessment for all public structures, equipment, and building and structure related debris clearance requirements immediately following a large- scale disaster. Impact assessments are performed by Damage Assessment Teams (DAT) and used to prioritize impacted areas and resource needs. The teams will be composed of Building Services Division personnel. 12 Public Works personnel also need to serve as a DAT identify debris impacts on critical roads (in close coordination with designated representatives of the Police Department and Fire Department) and make initial estimates of debris quantities as part of their duties. Based on information provided by the DAT, the City of Salina Debris Manager will set priorities and will issue urgent assignments to clear debris from at least one lane on all evacuation routes and identified primary and secondary roads to expedite the movement of emergency service vehicles such as fire, police, and medical responders. DAT personnel will conduct initial zone -by -zone windshield surveys to identify the type of debris and to estimate amounts of debris on the roadways and on private and public property. The results of the windshield surveys will be provided to the City of Salina Debris Manager. The City of Salina Debris Manager will establish initial priorities for debris clearance based upon the following ranking as provided by the DAT: 1. Extrication of people. 2. Egress for fire, police, and Emergency Operations Center personnel. 3. Ingress to hospitals, jail, and public shelters. 4. Major traffic routes. 5. Major flood drainage ways. 6. Supply distribution points and mutual aid assembly areas. 7. Government facilities. 8. Public Safety communications towers. 9. American Red Cross shelters. 10. Secondary roads. 11. Access for utility restoration. 12. Neighborhood streets. 13. Private property adversely affecting public welfare. During the debris clearance and removal process, the DMC staff will be responsible for coordinating with the Westar Energy Debris Coordinator and other utility companies (telephone and cable TV) as appropriate to ensure that power lines do not pose a hazard to emergency work crews. C. Debris Operational Phases Phase I — Initial Response The City of Salina Debris Manager will assign crews to each of the identified areas to begin the road clearance process. This operation usually occurs during the first 24 to 72 hours following an event. (Note: Contractor clearing operations under a time and material contract must be limited to no more than 70 hours to comply with current FEMA guidance.) Based on the feedback received from field personnel, the City of Salina Debris Manager will determine if the City of Salina's in-house capabilities are sufficient to remove the quantity of debris generated by the event. If the City of Salina Debris Manager determines that the quantity of debris generated exceeds the City of Salina's capacities to clear, remove and dispose of it, then the City of Salina Debris Manager may elect to activate a pre -positioned contract with a qualified Contractor to assist with debris operations. The City of Salina Debris Manager will notify the City of Salina Director of Finance and Administration to activate the contract. 13 If a Presidential disaster declaration is made and the City of Salina Debris Manager determines that the quantity of debris generated exceeds the City of Salina 's capabilities to clear, remove and dispose of it, then the City of Salina Debris Manager may elect to request State/Federal assistance for debris removal operations. The City of Salina Debris Manager will submit a request for State/Federal assistance to Saline County, who will in turn request to the State of Kansas EOC. The City of Salina Debris Manager will identify temporary debris storage and reduction sites (IDSRS) for debris. The City of Salina Debris Manager will be assisted with this task by the staff of the City. The DMC Staff will notify the Saline County EOC of the identified TDSR sites so that the site locations can be communicated to other government agencies and the public. Phase II — Recovery Phase II will normally be implemented within two to five days following a major debris -generating event, and will encompass the processes of debris removal and disposal. This delay is normal and allows time for affected citizens to return to their homes and begin the cleanup process. Debris must be brought to the right-of-way or curb to be eligible for removal at public expense. The City of Salina Debris Manager will be responsible for implementing all Phase II activities with support as required from City Departments and possibly private contractors. All debris removal and disposal operations will be coordinated by the City of Salina Debris Manager located at the DMC. Phase II may be quite lengthy as disaster recovery continues until pre -disaster conditions are restored. Requests for additional assistance beyond the City of Salina's resources will be submitted to Saline County EOC for action. Phase II activities include: ➢ Notification to citizens of debris removal procedures ➢ Possible activation of pre -positioned contracts Activation of TDSR site locations ➢ Removal of debris from rights-of-way and critical public facilities ➢ Movement of debris from TDSR site locations to permanent landfills D. Safety and Emergency Response 1. The City of Salina is dedicated to providing the safest and most healthful working conditions possible for its employees. It is also dedicated to discovering, correcting, and preventing safety and environmental health hazards that could affect employees and the general public, and encourages employee initiative and involvement in promoting safe and healthful operations. In designing safety measures, the City will comply with or exceed applicable Federal and State Regulations that directly concern its facilities and operations. 2. Potential Hazards that may be faced include: Unstable work surfaces Carbon monoxide Structural integrity Flying debris, eye injuries Heavy equipment Electrical Excessive noise Smoke inhalation Potential chemical exposures Molds Bites and stings Blood-borne diseases 14 Falls from heights Water and food sanitation Roadside work Personal sanitation and Hygiene Driving Traumatic stress Breathing dust Confined spaces Falling Ice & Debris 3. The City of Salina assures the emergency plan anticipates Personal Protective Equipment (PPE) needs, provides the required PPE, and verifies that training was completed on use, maintenance and limitations of PPE. 4. The hazards and issues are dynamic and require vigilance and flexibility. The key to a safe response is attention to the safety issues of the environment. The physical hazards are similar to any construction or demolition site. The health hazards include the hazards associated with the environment. 5. The City of Salina Debris Manager of his/her designee will complete the Emergency Response Site Safety Plan for the debris removal sites. A copy of the Emergency Response Site Safety Plan is located in Appendix 2. 15 SECTION IV RECOVERY A. General Recovery operations will begin after primary streets and evacuation routes are cleared by pushing debris from the traveled way to the curb or right -of way. Recovery operations involve the removal and disposal of curbside or right-of-way debris by City of Salina crews and Contractor crews. All Contractor operations will be overseen by the Debris Contractor Oversight Team (DCOT). Phase H Debris Removal and Disposal Operations The City of Salina Debris Manager and staff will coordinate debris removal and disposal operations for all portions of the City of Salina. Phase II operations involve the removal and disposal of curbside debris by City of Salina and private Contractor crews. Clearing Debris from public right-of-way and public property where and if authorized. Work shall consist of a minimum of one (1) pass through the community. The City of Salina mal elect to make a second (2) pass through the community depending on the specific circumstances of the event and the extent and distribution of the debris. Unless otherwise directed by the City of Salina Debris Manager, to collect all of the brush, tree parts, mixed debris set out by residents for collection within the right-of-way from both sides of the roadway. City departments will provide oversight of their own removal operations. Private contractor operations will be overseen by the DCOT contract monitors. Mixed debris will be collected and hauled from assigned Debris Management Zones to the City landfill. Tree debris will be hauled to the nearest designated burn site. Construction and demolition (C & D) and mixed debris will be hauled to the City landfill or a C & D landfill. City of Salina departments will provide oversight of their own removal operations. Private contractor operations will be overseen by the DCOT contract monitors. Mixed debris will be collected and hauled from assigned Debris Management Zones to the City landfill. Tree Debris will be hauled to the nearest burn site. Construction and Demolition (C&D) and mixed debris will be hauled to the nearest designated landfill or C&D TDSR site A listing of TDSR sites and approved landfill sites can be found at Appendix 1. The primary tracking mechanism for all debris loaded, hauled, and disposed of under this Plan will be the weighing of trucks at the landfill. Debris from contractor vehicles as well as City force account vehicles will be weighed and their tonnage recorded. When possible, public vehicles disposing of debris will be weighed to provide a full accounting of the amount of debris processed. Landfill weight computer printouts will serve as supporting documentation for Private Contractor payment as well as for requests for FEMA reimbursement. Westar Energy, DS&O and other utility crews will remove and dispose of all utility related debris such as, power transformers, utility poles, cable, and other utility company material. Estimating staff, procedures and assigments: During debris removal events, Public Works crews will be the first employees utilized as directed by the Debris Manager. Crew assignments will be based upon needs and will be diverted from routine public works operations as necessary and where needed. Outside contractors will be utilized to assist the local workforce as needed. Collecting Hazardous Waste and White Goods: Any hazardous household wastes will need to be transported to the City of Salina Household Hazardous Waste facility Located at 315 E. Elm for proper disposal. White goods that need disposing can either be taken to the City Landfill located at 4292 S. Burma Road, or if the Freon is properly removed and the white goods tagged, can be picked up as part of a City Sanitation Special Pick-up Service. If the extent of the 16 event generates an excessive amount of white goods, special pickup arrangements will be made for a community pickup. B. Debris Contractor Oversight Team (General Services Division of Public Works Department) The Debris Contractor Oversight Team (DCOT) is responsible for the coordination, oversight, and monitoring of all debris removal and disposal operations performed by City of Salina debris removal and disposal Contractors. The DCOT supervisor and team members will be detailed from City of Salina personnel initially. The DCOT team may also be supplemented with other City personnel or contracted inspectors as needed. The DCOT team supervisor will be located at the Debris Management Center (DMC) located at the City of Salina, General Services office, 412 E. Ash, Salina, Kansas will provide overall supervision of the two field- based monitoring elements as described below. Specific responsibilities include the following: ➢ Plan debris management site inspection, quality control, and other Contractor oversight functions. ➢ Make recommendations to the City of Salina Debris Manager regarding distribution of municipal and Contractor work assignments and priorities. ➢ Report on progress and preparation of status briefings. ➢ Provide input to the City of Salina Debris Manager on debris removal and disposal activities and pickup schedules. ➢ Develop a Debris Removal and Disposal Monitoring Plan that details how the DCOT will accomplish its mission based on the current debris -generating event. The DCOT Supervisor will oversee the activities of three types of field monitors. The functions and responsibilities of the field monitors are described below. The DCOT will be responsible for the following: ➢ Work with the DMC Debris Coordinators to identify a debris reduction site within each debris management zone and a final disposal site and then notify debris Contractor of locations. ➢ Meet with the Roving Monitors, Load Site Monitors and Disposal Site Monitors to review the terms of any activated contracts, the locations of temporary and final disposal sites, and review overview of debris removal operations. 1. Roving Monitors The DCOT Supervisor will assign Roving Monitor teams to each Contractors debris management zone. Once assigned, Roving Monitors will monitor debris operations on a fizll-time basis and make unannounced visits to all loading and disposal sites within their assigned debris management zone(s). In addition, Roving Monitors will do the following: ➢ Assist in the measuring of all Contractor trucks and trailers with the Contractor s representative. Also take photographs of all trucks and trailers. ➢ Obtain and become familiar with all debris removal and disposal contracts for which they are providing oversight. ➢ Drive around their assigned debris management zone to observe Contractor operations. 17 ➢ Periodically measure curbside debris using the estimating formulas in Table 1. ➢ For each loading site visited (in the field and at temporary storage sites), complete a Debris Loading Site Monitoring Checklist. ➢ Complete a Debris Disposal Site Monitoring Checklist for every site visited. A reproducible checklist is at page 27. Ensure that operations are being followed as specified in the applicable Debris Removal and Disposal Contract with respect to City of Salina, state, and federal regulations. ➢ Prepare a daily written report of Contractor activities observed, including photographs of activities and sites visited. The reports will also include all checklists. ➢ Complete the Stockpiled Debris Field Survey Form at least weekly at all TDSRS to determine estimated quantities of debris stockpiled. Roving Monitors will submit their written daily reports at the end of each day to the DCOT supervisor. The report will outline 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 soil 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 in accordance with the plans and requirements as stated in the contract? ➢ Has the Contractor establish procedures 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 — Does the TDSRS have a suitable layout for ingress and egress to help traffic flow? Reports will also include observations at loading sites, disposal sites, and the locations of any illegal dumping sites. 18 Figure 2- Debris Estimating Formulas Estimating Rule of Thumb • 15 trees, 8 inches in diameter = 40 CY • Single wide mobile home = 290 CY • Double wide mobile home = 415 CY • Rootsystem (8'-10' dia.) = One flat bed trailer to move • Treat debris piles as a cube, not a cone, when performing estimates. • Average pace = 2'6" Formulas Conversions: • 27 cubic feet=l cubic yard • One mile=5280 feet or 1760 yards • Building formula: 0.2 x totalsquare feet (footprint x number of stories = Cubic Yards of debris • Debris pile formula: L' x W x H'= Cubic Yards of debris. 27 Conversion Factors from Cubic Yards to Tons • Mixed Construction & Demolition Debris = 500 LBS/CY or CY x 0.25 = Tons • Yard Vegetation = 300 LBS/CY or CY x 0.15 = Tons • Mulch = 500 LBS/Cy or CY x 0.25 = Tons • Regular Trash = 300 LBS/CY or CY x 0.15 = Tons • Concrete = 2000 LBS/CY LBS/Cor CY x 1.0 = Tons • Sand = 2600 LBS/CY or CY x 1.3 = Tons • Land Clearing (Root balls with dirt) 1500 LBS/CY or CY x 0.75 = Tons 2. Load Site Monitors The DCOT Supervisor will assign Load Site Monitors to loading site locations. Load Site Monitors will be responsible for observing and documenting debris removal activities at loading sites in the field and at temporary loading sites. Load Site Monitors will do the following: ➢ Coordinate with the Contractor's representative at the DMC to verify the location of the loading sites each day. ➢ Assist in the measurement each truck at the beginning of debris removal operations. Document the truck dimensions, note the truck number and take a picture of each truck. ➢ Document the type of debris loaded (e.g., vegetative, construction and demolition, etc.) 19 3. Disposal Site Monitors The DCOT Supervisor will assign Disposal Site Monitors to each Disposal Site being used by the City of Salina. Disposal Site Monitors will be responsible for doing the following. ➢ Report to their assigned locations. ➢ Obtain weight ticket information on the quantity of debris contained in each truck entering the disposal site. The DCOT Supervisor will identify DMC Steri person(s) to enter information from the landfill weight tickets each day into a database. 4. Contractor Payment: The Contractor will be paid based on the number of tons of eligible debris hauled per truckload to the landfill. Payment for hauling debris will only be approved upon a review of eligible tons. The rate per ton will be determined by competitive bidding. Payment to contractors will follow the prescribed procedures. a. By 12:00 noon on each Monday during the term of this Agreement, Contractor will submit a bill to a designated representative of the General Services Division of the City's Public Works Department for the number of tons of tree limb debris hauled to the City landfill by each unit of equipment during the prior week. b. The City will match the bill to City landfill weight tickets and submit the bill (as either confirmed or modified based upon discussions with an authorized representative of the contractor) to the City's Finance Department for payment. Payment will be authorized for tons hauled by the contractor to the City landfill. c. The City's Finance Department will mail checks to the contractor each Friday following the submissions of the bill as approved by the City's General Services Division for contract services. Payment to the contractor will be mailed to the address provided by the contractor. C. Debris Monitor Training Workshop The City of Salina Debris Manager will be responsible for coordinating an annual and refresher training workshop for all assigned DCOT personnel. The purpose of the workshop is to review the Debris Management Plan procedures and to ensure that the DCOT operation works smoothly. Items of discussion will include: ➢ Contractor responsibility ➢ Mobilization sites ➢ Logistical support ➢ Pre -storm mobilization ➢ Procedures for call-up of Contractor personnel and equipment ➢ Haul routing ➢ Contractor vehicle identification and registration 20 ➢ Debris hauling load ticket administration ➢ Mobilization and operation of the TDSRS ➢ Contractor payment request submission, review, and verification ➢ Special procedures for Household Hazardous Waste ➢ TDSRS closure requirements Annual training should be scheduled to take place in February, which is before the start of the Severe Weather/Tornado Season. Refresher training should also be scheduled immediately following any major debris -generating event. The Debris Manager will also be responsible for coordinating an annual training workshop for DMC Staff. D. Close -Out for Federally Declared Disasters When the event becomes a federally declared disaster, the City of Salina Debris Manager will need to prepare and submit a claim to the Federal Emergency Management Agency (FEMA) for reimbursement of expenses associated with the response to and recovery from the event. ➢ The City of Salina Debris Manager will request the DMC Staff to generate a cost report from the debris database. ➢ The City of Salina Debris Manager will request an invoice and associated backup documentation from the debris Contractor. ➢ The City of Salina Debris Manager will assign a DMC Staff person to reconcile the cost report from the debris database with the Contractor's report. ➢ The City of Salina Debris Manager will determine the appropriate cost of contract debris removal based on the reconciliation. ➢ The City of Salina Debris Manager will provide copies of the reconciled reports and final cost to FEMA. ➢ The City of Salina Debris Manager and his/her staff will assemble payroll records for in-house personnel performing disaster -related debris removal work. The City of Salina Debris Manager (or DMC Staff, as assigned) will calculate the number of hours of Overtime worked by in-house staff. ➢ The City of Salina Debris Manager and his/her staff will determine the cost (including fringe benefits) of overtime for in-house staff. The City of Salina Debris Manager will prepare a summary of in-house staff persons, job title, number of overtime hours worked, pay rate, fringe benefit rate and total overtime cost, and supply this report and accompanying back-up documentation to FEMA. ➢ The City of Salina Debris Manager and his/her staff will assemble a report for in-house equipment usage for disaster -related work. The report will include a description of the equipment, equipment ID number/tag number, operator name, number of hours/miles used, unit cost, and total cost The City of Salina Debris Manager will submit this report and the accompanying backup documentation to FEMA. ➢ The City of Salina Debris Manager and his/her staff will contact the City of Salina Director of Administration & Finance to obtain a copy of the list of supplies purchased related to the debris removal effort. The City of Salina Debris Manager will prepare a report containing a description of the supplies, number of units, unit prices, total cost, and purpose of use. This report will also include supplies removed from pre-existing stockpiles. ➢ The Salina Debris Manager will work with FEMA to develop the project worksheet. 21 SECTION V COMMUNICATIONS A. Debris Management Center Staff Communications Under most emergencies/disasters, communications will be primarily by land telephone lines, cellular telephones, or computer; however, the municipality recognizes that as a result of some disasters, such communications may not be operable. ➢ All members of the debris team will have access to a cell phone. Field personnel and all DMC Staff will use land telephone lines as their primary means of communication. ➢ If land telephone lines are not operable, DMC Staff and field personnel will try to use cellular telephone service to communicate. ➢ If land lines are not operable, then DMC Staff and field personnel will use "runners" to relay information between the DMC and other operations centers and the field. B. Public Communications The City of Salina Director of Public Works will: ➢ Develop press releases about the status of debris clearance and removal operations. Press releases will also contain information for the public about any measures that they can take to facilitate debris clearance and removal operations. ➢ Coordinate the content and timing of the press releases. ➢ Provide accurate status updates about debris clearance and removal operations. ➢ Work with the DMC staff to assemble debris clearance and removal data and other information requested by the press. C. Information Technology ➢ DMC Staff will utilize e-mail to communicate written information. ➢ The DMC Staff will track debris locations and clearance/removal operations using the GIS Debris Removal application. If this is not available, standard maps will be used. 22 SECTION VI DEBRIS STOR,4GEAND REDUCTIONSITE FIELD GUIDES A. General The City landfill will establish burn pits for reducing tree debris (Appendices 3 and 4.) Permits for operation of this burning area will be obtained from the Kansas Department of Health and Environment and the Salina Fire Department. The following procedures will be followed: Open Burning K.A.R. 28-19-647(e) Each open burning operation for which the department issues an approval shall be subject to the following conditions as provided in Kansas Administrative Regulation (K-A.R.) 28-19-647(e), as follows: 1. The person conducting the burn shall stockpile the materials to be burned, dry it to the extent possible before it is burned, and assure the pile is free of matter that will inhibit good combustion. 2. A person shall not bum heavy smoke producing materials including heavy oils, tire and tarpaper. 3. A person shall not initiate burning during the nighttime, which for the purposes of this regulation shall be defined as the period from two hours before sunset until one hour after sunrise. A person shall not add material to a fire after two hours before sunset. 4. A personal shall not burn during inclement weather or foggy conditions or on a very cloudy day which are defined as days with more than 0.7 cloud cover and with a ceiling less than 2,000 feet. 5. A person shall not burn during periods when surface wind speed is less than 5 mph or greater than 15 mph. 6. A person shall not bum within 1,000 ft of any occupied dwelling, unless the occupant of that dwelling has been notified before the burn is initiated. 7. A person will not conduct a burn which creates a traffic hazard. If burning is to take place within 1,000 feet of a roadway, the person conducting the burning will notify the Highway Patrol, sheriff's office, or other appropriate state or local traffic control authority before burning begins. If burning is to take place within one mile of an airport, the person conducting the burn will notify the airport authority before burning begins. 8. The person conducting the burn will insure that the burning is supervised until the fire is extinguished. B. Land Application of Wood Ash from Storm Debris Burn Sites Guide ➢ Whenever possible, soil test data and waste analysis of the ash should be available to determine appropriate application rate. ➢ 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. ➢ Ash should be land applied in a similar manner as agricultural limestone. ➢ Ash should not be land applied during periods of high wind to avoid the ash blowing off the application sites. ➢ Ash should not be land applied within 25 feet of surface waters or within 5 feet of drainage ways 23 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. Records should be maintained to indicate where ash is applied and the approximate quantities of ash applied. As an option to land application, ash may be managed at a permitted municipal solid waste landfill after cooled to prevent possible fire. Assistance in obtaining soil test data and waste analysis of ash should be available through K - State Research and Extension Saline County, 300 W. Ash, Room 111, Salina, Kansas 67401, 785-309-5850. C. Reducing the Potential for Spontaneous Combustion in Compost or Mulch Piles Guide ➢ 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. ➢ 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. ➢ 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. ➢ 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. D. Recycling The City of Salina will recycle material when it is considered practical or financially reasonable. Such items as tree debris will be diverted to burning areas. White goods will be considered for recycling at the landfill. Household hazardous waste items will be targeted for recycling through the City Household Hazardous Waste Facility. However, the public may recycle at various locations in the City. Images Recycling Center will be open to the public to recycle the following items: newspaper, magazines, cardboard, plastic, glass, tin cans, aluminum cans, plus many others items. The Images is open at no cost to City and County residents. In addition to Images, there are a number of other companies in the community that recycle various materials. These businesses can be found in the City of Salina brochure "Energy and Material Conservation." 24 SECTION VII CONTRACTED SERVICES General Purchasing; Documentation (Ref Resolution 97-5138) Also see City Code, Chapter 2, and Article 12 for Public Improvement Projects Special Authorization: In emergency situations, the City Commission can extend to the City Manager additional purchasing authorization as necessary to address the circumstances Purposes: Encourage procurement of goods and services for use by the City of Salina on the basis of the best necessary quality at least cost (best value). Provide for ready availability of goods and services to support timely and effective service delivery, with a minimum of cumbersome procedure. Maintain a competitive private sector purchasing environment for the City of Salina. Provide for appropriate budgetary control and financial oversight of the procurement process. General: In the interests of eliminating delays in service provision, the City will use a de -centralized purchasing system subject to the control of this policy, and , within that, at the discretion of the Department Head. Departments of the City are encouraged and expected to coordinate the purchase of similar items. Bulk or large quantity purchasing is encouraged in those areas where storage space is available, and inventory can be controlled. Any purchases made are to be approved by the Department Head, and are subject to the further general oversight of the Director of Finance and the City Manager. The Department Head's signature on the edit listing shall be considered as an affirmative statement that they have reviewed all invoices entered on that listing. As such, the edit listing is required to be signed by the Department Head in all cases. Staff involved in purchasing are expected to use common sense and good judgment in the application of these guidelines. All goods must be verified as received prior to processing invoices for payment. Packing slips which are received and sent to the Department Secretary are regarded as acknowledgment that the goods were received. Initials on the invoice, and the Department Heads signature on the entry edit listing is an affirmative statement that the goods or services were properly ordered and received for City services. Goods and services purchased by the City are intended to provide services to the public. Diversion of materials or services purchased by the City to personal or private use (without public purpose) is considered to be mis-use, and will result in administrative and/or criminal justice system consequences. Local Preference: In order to maintain the most competitive environment, a formal local preference option is not provided. Specifically, there is no percentage price preference in bids or other competitive processes. However, local service, city efficiency, and other similar judgment factors may be used in determining whether a purchase provides the best value. Competitive Bidding_ Written competitive bids or price quotations are encouraged for the purchase of any capital item; or minor construction or repair contract. Normally, a minimum of 3 bids should be solicited. Bid tabulation should be attached to the invoice prior to payment and filing. Capital Items (Vehicles and Equipment, Buildings) that are specifically scheduled in the annual budget, and for which the cost exceeds $10,000, shall be purchased in groups, with bids opened by the City Clerk or designee. The award of bids for these items shall be approved by the City Commission. Operating capital items of less than $10,000 in value which have been included in the annual budget may be 25 purchased on the authority of the City Manager. Competitive price quotations, written or verbal, from at least three vendors are encouraged. If bids have been received, a copy of the bid tabulation should be attached to the invoice prior to payment and filing. In accordance with Charter Ordinance Number 27 and Salina City Code Sections 2-233 through 2-239 construction contracts for capital improvements shall be approved by the City Commission prior to execution, as should change orders to existing contracts. In all construction contracts, a final architects or engineers estimate shall be obtained based on final design parameters, immediately prior to distributing the invitation to bid. (RF 1/12/2006) Contracts for professional services, or similar services or items of a nature which render development of detailed specifications difficult or impossible; may be procured through the use of Requests for Proposals and negotiation of those proposals. The City uses a qualifications based selection process for professional services. (See Professional Services Selection Guidelines, February 23, 2007) (RF 3/29/2007) Operational Purchasing Generally, purchases of less than $10,000 may be authorized by the City Manager or designee. Departmental Managers remain responsible for compliance with the annual operating budget for his or her own department. Staff is encouraged to use informal quotes or written competitive bidding for supplies or materials acquired in bulk, or whenever appropriate in their best judgment. If taken, a tabulation of quotes should be attached to the invoice. Purchases of small items needed in the routine course of work may be made by employees subject to the discretion and review of supervisory staff. The Department head has the discretion of assigning parameters for such purchasing authorization within individual departments. Invoices for such material shall be reviewed and approved by the initial of the Department Head prior to payment being rendered. The Department Secretary or other staff authorized by the Department Head may initial the invoices; however, the Department Head must sign the entry edit listing. Purchases of items or material that exceed $10,000 in value, or when purchases of groups of items exceed $10,000 in value, which items are of a routine operational nature and are regularly purchased by the Department, may be made by the Department Head, without prior approval of the City Manager. This specifically excludes equipment purchases, or purchases that are not routine needs of the Department. The City Manager shall receive regular reports on such operational purchases. Non -routine, non -budgeted purchases shall require the prior approval of the City Manager, and, at his discretion, may be submitted to the City Commission for approval. A. Notice to Bidder 1. Information provided to bidders on City Contracts can be found on the City Website at www.salina-ks.us.gov. B. General Contract Provisions 1. The terms of the General Transportation Agreement including Quotation Form, Bid Results, and Sample Contract, plus Self Loading Transport Agreement are included. 2. The terms of the Markley Road/Transportation Agreement including Quotation Form, Bid Results, and Sample Contract are included. 3. The terms of the Right -of -Way Tree Trimming Agreement including Quotation Form, Bid Results, and Sample Contract are included. 4. The terms of the Tree Removal Agreement including Quotation Form, Bid Results, and Sample Contract are included. 26 C. Qualifications Requirements 1. The qualification requirements are outlined in the Instruction to Bidders and in the Scope of Work/Proposal. D. Prequalified Contractors 1. The list of City of Salina prequalified contractors can be found in Appendix 9. E. Solicitation of Contractors 1. A list of prospective bidders shall be kept on file in the office of Public Works Department. Bidder lists specific to job type will be kept on file in both offices. These lists shall be updated on a regular basis. 2. The bidder list for tree debris removal is attached. 3. Instructions to Bidders were provided on the City of Salina website (www.salina-ks.gov.) 27 d'a ui� Appendix 2 EMERGENCY RESPONSE SITE SAFETY PLAN SITUATION Incident Name: Date/Time Plan Prepared: Operational Period: Attachments (e.g., Specific Hazard, MSDS): Supervisor: Entry Team: Backup Team: Decon Team.-- Site eam:Site Security Personnel: E-e-enGy Medical Personnel: Radio or Phone Communications to Medical Personnel: First -Aid Equipment On-site: PHYSICAL HAZARDS Activity that entails potential exposure to physical hazard: TYPE OF PHYSICAL HAZARD ❑ Confined space ❑ Lightening ❑ Noise ❑ Fire ❑ Heat Stress o Explosion ❑ Cold Stress ❑ Water ❑ Electrical Shock o Violence ❑ Animal/Plant/Insect ❑ Excavation ❑ Ergonomic ❑ Biomedical waste/needles ❑ Ionizing Radiation ❑ Fatigue ❑ Slips/Trips/Falls ❑ Other _ Specify: Activity that entails potential exposure to physical hazard: ER Site Safety Plan 29 RI DEM ERP 4-2-9, p. 1 PROTECTION FROM PHYSICAL HAZARD ❑ Entry Permit ❑ Fluids (amt ;/time: ❑ Ventilate ❑ Signs/Barricades ❑ Hearing Protection ❑ Fall Protection ❑ Protective Shoes/Boots j ❑ Guards Posted ❑ Hard Hat I ❑ Flash Protection ❑ Protective clothing ❑ Work Gloves ❑ Life Jacket ❑ Other ❑ Rest period eve hrs Specify: Safe distance for evacuation: Number of alarm blasts or rings to call for evacuation: ER Site Safety Plan 29 RI DEM ERP 4-2-9, p. 1 Appendix 2 CHEM I CAUMATERIAL HAZARDS CHEMICAL TYPE OF CHEM ICAUMATERIAL HAZARD o Explosive a Radioactive ❑ Flammable a Carcinogenic ❑ Reactive o Oxidizer o Biomedical ❑ Corrosive o Toxic o Other ❑ Throat ❑ Specify: CHEMICAL ORGANS AT RISK THROUGH EXPOSURE NAME AND PROPERTIES LEUUEL Odor Chemical M Thres I (ppm) Ceiling/ ILDH STEU TLV Flash or Ignition Point ('ForC Vapor Pressure (mm) Vapor Denstty Specific Boiling Gravity Point ('F pr C. i ❑ Kidney o Ears a Blood I Central -Nervous System ❑ Gastrointestinal tract ❑ Throat ❑ i ❑ Extremities ❑ Other 1 Specify, Activity that entails potential exposure to hazardous material or chemical: MONITORING HAZARDOUS MATERIALS/CHEMICALS Instrument Action Level ❑ 02 I o CGI o Radiation o Total HCs o Colorimetric ❑ Thermal o Other j Specify: ER Site Safety Plan 30 RI DEM ERP 4-2-9, p. 2 ORGANS AT RISK THROUGH EXPOSURE o Eyes ❑ Lungs ❑ Nose o Heart ❑ Skin ❑ Kidney o Ears a Blood ❑ Central -Nervous System ❑ Gastrointestinal tract ❑ Throat ❑ Bone ❑ Extremities ❑ Other Specify, Activity that entails potential exposure to hazardous material or chemical: MONITORING HAZARDOUS MATERIALS/CHEMICALS Instrument Action Level ❑ 02 I o CGI o Radiation o Total HCs o Colorimetric ❑ Thermal o Other j Specify: ER Site Safety Plan 30 RI DEM ERP 4-2-9, p. 2 Attachment 2 F- . DECONTAMINATION I ❑ PERSONAL PROTECTIVE EQUIPMENT (PPE): ❑ Face Shield ❑ Fire Resistance ❑ Goggles ❑ SCBA ❑ Safety glasses ❑ APR ❑ Gloves ❑ SAR ❑ Inner Suit ❑ Cartridges ❑ Splash Suit ❑ Other ❑ Level A Suit Specify: F- . DECONTAMINATION I ❑ Instrument/Tools ❑ Cartridges ❑ Outer Suit ❑ SCBA/Mask ❑ Outer Boots ❑ Body Shower ❑ Gloves ❑ Other ❑ Inner Suit Specify: Decon Agent: ❑ Water o Other NOTE: Attachments to this document should include: ❑ A site map and/or aerial photo that indicates relevant: o Work zones; o Locations of hazards; o Security perimeter; o Places of refuge; o Decontamination line; o Evacuation routes; o Assembly point: o Direction of north. ❑ Directions and/or a map to the nearest emergency medical facility. ❑ Specific Hazard Attachments, including: o An attachment for all hazards (ERP 7C-1); o Attachments for other anticipated hazards (See ERP 7C). Everyone on-site must be briefed about site safety and given an opportunity to read the site safety plan. (See Worker Acknowledgement Form, ERP 10-2). During operations, the Site Safety Plan should be posted on-site. SUPERVISOR'S SIGNATURE: ER Site Safety Plan 31 RI DEM ERP 4-2-9. p. 3 1� ld� _,wl K s-- rf --�F. -• — •ter �a�. ,'1 0 w4*1 Appendix 5 INFORMATION FOR BIDDERS 1. The work to be done under this contract is shown on the drawings and described in the technical specifications. 2. The contract documents include the drawings and specifications on file with the official representative of the Owner, the advertisement for bids, this information for bidders, the proposal and contract forms, and the bonds and securities to be furnished by the Contractor. 3. Each bidder shall be acquainted with all conditions pertaining to the proposed work, and shall personally examine the site. Any prospective bidder in doubt as to the meaning of any part of the contract documents may submit to the Engineer a written request for an interpretation thereof. The person submitting such request shall be responsible for its prompt delivery. Official interpretation, modification, or revision of the contract documents will be made only by addendum duly issued and mailed or delivered to each party having a set of contract documents. The Engineer assumes no liability for any other explanations or interpretations of the documents. 4. Bids shall be based on materials and equipment fully complying with the drawings and specifications. The Contractor shall be responsible, under this contract price or prices, for furnishing and installing materials and equipment conforming to the stipulated requirements, even though he names in his proposal other kinds or types of materials and equipment. 5. No bidder shall be interested in more than one bid. Submission of more than one bid by any firm or individual under different names, or collusion among bidders, shall be cause for rejection of all such bids without consideration. 6. The attached proposal form shall be filled out in full. Proposals for less than all the work will not be considered, except if the work were divided into two or more parts, in which case each part covered by the bid shall be filled out in full. Extensions and totals submitted in the bid will be subject to audit and verification; unit prices shall govern in event of discrepancies between unit prices and extensions or totals. Each proposal shall bear the bidder's name, exact post office address, and the names and addresses of all persons and parties interested with him therein. Any person signing as an agent shall submit acceptable evidence of his authority. 7. The unit price for each of the items in the proposal of each bidder shall include its prorate share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this requirement will be rejected. The Owner may make changes in the scope of the work required to be performed by the Contractor under the contract by making additions thereto, or by omitting work therefrom, without invalidating the Contract, and without relieving or releasing the Contractor from any of his obligations under the contract or any guarantee given by him pursuant to the contract provisions, and without affecting the validity of the guaranty bonds, and without relieving or releasing the surety or sureties of said bonds. No limit will be fixed and no change order will be required for such increased or decreased quantities nor shall any adjustment in unit prices be allowed, provided the net monetary value of all such additive and subtractive change in quantities of such items of work shall not increase or decrease the original total contract amount by more than twenty-five percent (25%). 8. Each bidder shall submit with his proposal a certified check, cashier's check on a solvent bank, or an acceptable bidding bond, in the amount of five per cent of the total bid shown on the proposal. This security shall be made payable to the Owner and will serve as a guarantee that he will file all bonds and securities required and enter into any contract awarded him, in accordance with the terms of his bid, within ten (10) days after certification of award. Should the successful bidder fail to enter into contract with the Owner; said bid security shall be forfeited as liquidated damages; and the money derived therefrom will be turned to the use of the Owner. 34 9. Bids shall be sealed, the outside of the envelope marked with the title of the improvements, and addressed to the Owner. The Owner's name and address, and the time and place for submission of bids, are shown in the "Request for Bids." Bids received after the specified time will be returned, unopened, to the bidder. Bids submitted by "FAX" will not be accepted. 10. Bidders are requested to be present at the opening of bids. All proposals shall be made and received with the express understanding that the bidder accepts the terms and conditions set forth in these instructions and the attached specifications, contract, and bond forms. 11. Before award of the contract, the successful bidder will be required to satisfy the Owner as to his experience and competence to construct the work, his integrity and reliability in carrying out the provisions of his performance bond, and his resources for the vigorous prosecution of the work. 12. All bids must be regular in every respect and no interlinations, excisions, additions, deletions, alterations or special conditions shall be made on or included with the proposal form. If the work is divided into two or more parts, the bidder shall not tie the bids for the various parts of the work together in any manner. Any bid not conforming to these requirements will be rejected. 13. Contracts for work under the proposal will obligate the Contractors and Subcontractors not discriminate in employment practices, in accordance with the President's Executive Order No. 11246, the Kansas nondiscrimination law and the Salina Code regarding equal opportunity and affirmative action. 14. No proposal will be accepted from any person or firm who is in arrears to the City of Salina, Kansas upon debt of contract, who is in default as surety or otherwise upon any obligation to the City, or who has failed in previous contracts to comply with the requirements of the specifications and to fulfill his contracts. 15. Questions regarding the CONTRACT DOCUMENTS shall be submitted in writing to the Director of Public Works no later than seven (7) days prior to the opening of bids. The Director of Public Works shall respond in writing, via fax, to all plan holders in an expeditious manner, and no later than three (3) days prior to the opening of bids. 35 CRYOC Appendix 5.1 2007 Ice Storm General Transport Quotation This Quotation Sheet must be returned to the City of Salina City Clerk's Office prior to the bid opening at 10:00 am on Friday, January 18, 2008 Scope of Work • Provide equipment and driver to transport tree limb debris to City Landfill from various areas within the City of Salina. Required by Contractor • Tandem axle dump truck with minimum 10 cubic yard capacity (with a lowered tail gate and no vertically extended sideboards) or semi truck with trailer • Legally licensed CDL operator to drive the vehicle • Insurance coverage requirements - See attached Exhibit A • Enter into a contract including all terms under attached document marked as Exhibit A (proof of insurance must be submitted with the bid or bidder will be disqualified) Conditions • Working hours 8:00 am to 5:00 pm (Monday — Friday) • Working hours might expand as days become longer and more daylight available • Contractor pays for all fuel and vehicle maintenance • City has no liability for accidents or injuries • Contractor agrees to indemnify the City of Salina • Intention to utilize services continually throughout the day, but disruptions not guaranteed (weather conditions may halt collection operations until a future date) General Estimated Information • City crews have found roundtrip cycle times (including loading) to and from the Landfill from loading locations in the center portion of the city nun about 1'/ hours • The City has experienced that their fully loaded 6 yard single axle dump trucks are weighing in at the Landfill on average at about 2 tons per truck load • City crew will have a 30 minute lunch break Termination • Either the Contractor or the City of Salina can terminate in writing this debris transportation agreement at any time and for any reason. Quote: Per Ton Cost for Contractor to Transport Tree Limb Debris to the City Landfill $ (amount) List of trucks available and capacity (attach additional list if necessary) 1. 2. (words) Tandem Truck Make Model Engine HP C.Y. Capacity 36 3. 4. 5. 6. 7. Semi Truck Make Model Engine HP Trailer Capacity C.Y 1. 2. 3. 4. 5. Note: 1. Proof of Insurance as specified in Exhibit A must accompany the bidder's proposal. Failure to submit the proof of insurance as specified with the bid will disqualify the bidder. 2. Contractor must provide written references of the types of work they have performed and the location of these jobs. Failure to submit this information with the bid will disqualify the bidder. Bidder Information Company Name: Address: Phone Number: Email Address: Authorized Representative name / title (print): Authorized Representative Signature: Date: Please mail or deliver to the Salina City Clerk's office, P.O. Box 736, 300 W. Ash Street, Salina, KS 67402-0736 prior to the bid opening. The bid opening date has been set for 10:00 am on Friday, January 18, 2008 in Room #107 of the Ci , /County Building in Salina, Kansas. 37 Appendix 5.2 ICE STORM GENERAL TRANSPORT BID TABULATIONS January 18, 2008 38 TRUCKS BIDDER PER CUBIC YARD PER TON BID 1 APAC-Kansas, Inc. Shears Division 1-12 $21.75 Salina, KS 2-12.5 823-5537 2-17.5 2 Holmquist Construction 1-12 $24.00 Smolan, KS 826-5558 3 Ferco Rental 1-18 $38.00 Salina, KS 4-28 $35.00 825-6380 4 Tri Rivers Logging, Inc. 5-100 $62.00 Cameron, MO Self Loading 816-632-6283 5 Asplundh Environmental Services, Inc. Various General $65.00 Fairhope, AL Listing 770-361-5427 6 James Keller Trucking 1-15 $70.00 per hour Salina, KS 827-1349 7 Young's General Contracting, Inc. 8-40-95 $91.00 Poplar Bluff, MO Self Loading 573-785-1501 8 Arbor Masters Tree Service 12-40-100 $94.00 Wichita, KS Self Loading 316-838-3111 9 DRC Emergency Services 12-40-60 $118.86 Mobile, AL 35-45-100 251-343-3581 Self Loading 10 Quality Timber Products Grinding Services $2,500 set up Rosehill, KS + $550 per hr 316-641-2309 11 Late bid — not opened 38 Appendix 5.3 AGREEMENT BETWEEN THE CITY OF SALINA, KANSAS and regarding ICE STORM GENERAL TRANSPORT This Agreement is entered into this _ day of January, 2008 by and between the City of Salina, Kansas (the "City") and ("Contractor"). Recitals A. The City of Salina experienced an extraordinary ice storm which resulted in extensive damage to trees throughout the community. B. The Contractor owns and operates equipment which has been determined to be necessary in transporting tree limb debris from residential areas within the City to the City Landfill. C. The City desires to contract for and the Contractor desires to provide equipment and driver for the purpose of transporting tree limb debris. The parties therefore agree and covenant: Duties of Contractor. Contractor agrees to provide the following equipment Tandem Truck Make Model Engine HP C.Y. Capacity a. b. C. in well-maintained condition along with a qualified, CDL -licensed operator to drive each unit of equipment for the purpose of transporting tree limb debris, loaded by City loading crews, from residential areas within the City to the City Landfill, subject to the following conditions: a. Location and scheduling of loading by City crews shall be determined by the City; b. Working hours will be from 8:00 a.m. to 5:00 p.m., Monday through Friday, but may expand, at the discretion of the City, based upon available daylight; C. Contractor pays for all fuel and equipment maintenance; d. Disruptions in loading operations may occur based upon weather conditions or other matters affecting availability of City loading crews; and e. City loading crews will have a 30 minute lunch break. 2. Compensation. The City agrees to compensate the Contractor at the rate of $ per ton of tree limb debris delivered to the City Landfill, as follows: a. By 12:00 noon on each Monday during the term of this Agreement, Contractor will submit a bill to a designated representative of the General Services Division of the City's Public Works Department for the number of tons of tree limb debris hauled to the City Landfill by each unit of equipment during the prior week. b. The City will match the bill to City Landfill weight tickets and submit the bill (as either confirmed or modified based upon discussions with an authorized representative of the contractor) to the City's Finance Department for payment. Payment will be authorized for tons hauled by the Contractor to the City Landfill. C. The City's Finance Department will mail checks to the Contractor each Friday following the submission of the bill as approved by the City's General Services Division for 39 contract services. Payment to the Contractor will be mailed to the address provided by the Contractor. 3. Term. This Agreement shall commence January _, 2008, and shall terminate upon completion of the tree limb debris removal project, subject to termination pursuant to paragraph 5 below. 4. Nonperformance. If either party fails to comply with any term of this Agreement within 2 business days after written notice to comply has been mailed by the non -defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement. In such case, the non -defaulting party may pursue against the defaulting party such remedies as provided by law or in equity, including without limitation, the right to specifically enforce this Agreement. In addition, the non -defaulting party may recover its costs and reasonable attorneys' fees incurred in any action related to such breach. 5. Termination. Either party may immediately terminate this Agreement at any time and for any reason. 6. Relationship. It is expressly understood that the Contractor in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which the Contractor performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. The Contractor shall be exclusively responsible for all taxes, withholding payments, employment -based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. 7. Contractor Responsibility for and Self -reporting of Injury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 8. Release of Claims by Contractor. The Contractor releases the City from any claims for injury to its agents or employees or damage to its property arising from the work to be performed under this Agreement. 9. Indemnification. The Contractor agrees to indemnify and save harmless the City, its officials, agents, servants, officers, directors and employees from and against all claims, expenses, demands, judgments and causes of action for personal injury or death or damage to property where, and to the extent that, such claims, expenses, demands judgment or causes or action arise from intentional or negligent acts of the Contractor's agents or employees. 10. Insurance Requirements. The Contractor shall maintain the following insurance coverages without interruption from the date of the commencement of this agreement until date of final payment and termination of any coverage required to be maintained after final payment Commercial General Liability Insurance The Contractor shall provide public liability insurance coverage in an amount no less than $500,000 covering the liability of the Contractor and any and all consultants, agents, independent contractors, etc. which are employed or retained by the Contractor, on an occurrence basis. In lieu of the above coverage, the Contractor may provide coverage for its own firm in the above amount or an additional amount and submit proof all its consultants, agents and independent contractors have insurance deemed adequate by the City of Salina. Automobile Liability The Contractor shall provide coverage protecting the Contractor against claims for bodily injury 40 and/or property damage arising out of the ownership or use of any owned, hired and/or non - owned vehicle. Required minimum limits: $500,000 each accident, combined single limits, bodily injury and property damage. Worker's Compensation Before beginning any work, the Contractor shall furnish to the City satisfactory proof that he has taken out, for the period covered by the work under this contract, full workers' compensation coverage as required by state law for all persons who he may employ directly, or through subcontractors, in carrying out the work contemplated under this contract, and shall hold the City free and harmless for all personal injuries of all persons who the contractor may employ directly or through subcontractors. Certificate(s) of Insurance Certificate(s) of Insurance acceptable to the City shall be filed with the City at the time this Agreement is executed. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled or substantially changed until at least thirty (30) days prior written notice has been given to the City and acknowledged. Notice of Claim The Contractor, upon receipt of notice of any claim in excess of $1,000 in connection with this Agreement shall promptly notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 11. Compliance with Applicable Law. Contractor shall comply with all applicable federal, state, and local law in the performance of its duties under this Agreement. 12. Non -assignable. Due to the unique qualifications and circumstances of the parties, neither the rights nor the responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 13. Feminine -Masculine, Singular -Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 14. Kansas Law Applies. This Agreement and its validity, construction and performance shall be governed by the laws of Kansas. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 15. Severability. The unenforceability, invalidity, or illegality of any provision of this Contract shall not render the other provisions unenforceable, invalid, or illegal. 16. Time. Time is of the essence of this Agreement. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday, that time period shall extend to 5:00 p.m. of the next full business day. 17. Persons Bound -Conies. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and assigns of the parties hereto, and may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one agreement. 41 18. Notices. All notices and demands shall be given in writing either by personal service or by registered or certified mail, postage prepaid, and retum-receipt requested. Notice shall be considered given when received on date appearing on the return receipt, but if the receipt is not returned within five (5) days, then forty-eight (48) hours after deposit in the mail. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: 19. Typewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached shall supersede all conflicting printed provisions. 20. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. Any amendment to this Contract, including an oral modification supported by new consideration, must be reduced to writing and signed by both parties before it will be effective. Executed by the duly authorized officers of the parties as of the date fust above written. ATTEST: Lieu Ann Elsey, City Clerk, CMC 42 CITY OF SALINA, KANSAS Lo Lo Mike Fraser, Public Works Director Appendix 5.4 AGREEMENT BETWEEN THE CITY OF SALINA, KANSAS and regarding ICE STORM SELF -LOADING TRANSPORT This Agreement is entered into this (the "City") and day of January, 2008 by and between the City of Salina, Kansas _ ("Contractor"). Recitals A. The City of Salina experienced an extraordinary ice storm which resulted in extensive damage to trees throughout the community. B. The Contractor owns and operates equipment which has been determined to be necessary in transporting tree limb debris from residential areas within the City to the City Landfill. C. The City desires to contract for and the Contractor desires to provide equipment and driver for the purpose of transporting tree limb debris. The parties therefore agree and covenant: Duties of Contractor. Contractor agrees to provide the following self -loading equipment: Tandem or Semi Truck Make Model Engine HP C.Y. Capacity a. b. C. in well-maintained condition along with a qualified, CDL -licensed operator to operate and drive each unit of equipment for the purpose of loading and transporting tree limb debris from residential areas within the City to the City Landfill, subject to the following conditions: f. Location and scheduling of loading and hauling shall be determined by the City; g. Working hours from 8:00 a.m. to 5:00 p.m., Monday through Friday, but may expand, at the discretion of the City, based upon available daylight; h. Contractor pays for all fuel and equipment maintenance; and i. Disruptions in operations may occur based upon weather conditions. 2. Compensation. The City agrees to compensate the Contractor at the rate of $ per ton of tree limb debris loaded and delivered to the City Landfill, as follows: d. By 12:00 noon on each Monday during the term of this Agreement, Contractor will submit a bill to a designated representative of the General Services Division of the City's Public Works Department for the number of tons of tree limb debris hauled to the City Landfill by each unit of equipment during the prior week. e. The City will match the bill to City Landfill weight tickets and submit the bill (as either confirmed or modified based upon discussions with an authorized representative of the contractor) to the City's Finance Department for payment. Payment will be authorized for tons hauled by the Contractor to the City Landfill. f. The City's Finance Department will mail checks to the Contractor each Friday following the submission of the bill as approved by the City's General Services Division for contract services. Payment to the Contractor will be mailed to the address provided by the Contractor. 43 3. Term This Agreement shall commence January _, 2008, and shall terminate upon completion of the tree limb debris removal project, subject to termination pursuant to paragraph 5 below. 4. Nonperformance. If either party fails to comply with any term of this Agreement within 2 business days after written notice to comply has been mailed by the non -defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement. In such case, the non -defaulting party may pursue against the defaulting party such remedies as provided by law or in equity, including without limitation, the right to specifically enforce this Agreement. In addition, the non -defaulting party may recover its costs and reasonable attorneys' fees incurred in any action related to such breach. 5. Termination. Either party may immediately terminate this Agreement at any time and for any reason. 6. Relationship. It is expressly understood that the Contractor in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which the Contractor performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. The Contractor shall be exclusively responsible for all taxes, withholding payments, employment -based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. 7. Contractor Responsibility for and Self -reporting of InInjury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 8. Release of Claims by Contractor. The Contractor releases the City from any claims for injury to its agents or employees or damage to its property arising from the work to be performed under this Agreement. 9. Indemnification. The Contractor agrees to indemnify and save harmless the City, its officials, agents, servants, officers, directors and employees from and against all claims, expenses, demands, judgments and causes of action for personal injury or death or damage to property where, and to the extent that, such claims, expenses, demands judgment or causes or action arise from intentional or negligent acts of the Contractor's agents or employees. 10. Insurance Requirements. The Contractor shall maintain the following insurance coverages without interruption from the date of the commencement of this agreement until date of final payment and termination of any coverage required to be maintained after final payment Commercial General Liability Insurance The Contractor shall provide public liability insurance coverage in an amount no less than $500,000 covering the liability of the Contractor and any and all consultants, agents, independent contractors, etc. which are employed or retained by the Contractor, on an occurrence basis. In lieu of the above coverage, the Contractor may provide coverage for its own firm in the above amount or an additional amount and submit proof all its consultants, agents and independent contractors have insurance deemed adequate by the City of Salina. Automobile Liability The Contractor shall provide coverage protecting the Contractor against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired and/or non - owned vehicle. Required minimum limits: $500,000 each accident, combined single limits, bodily injury and property damage. 44 Worker's Compensation Before beginning any work, the Contractor shall furnish to the City satisfactory proof that he has taken out, for the period covered by the work under this contract, full workers' compensation coverage as required by state law for all persons who he may employ directly, or through subcontractors, in carrying out the work contemplated under this contract, and shall hold the City free and harmless for all personal injuries of all persons who the contractor may employ directly or through subcontractors. Certificate(s) of Insurance Certificate(s) of Insurance acceptable to the City shall be filed with the City at the time this Agreement is executed. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled or substantially changed until at least thirty (30) days prior written notice has been given to the City and acknowledged. Notice of Claim The Contractor, upon receipt of notice of any claim in excess of $1,000 in connection with this Agreement shall promptly notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 11. Compliance with Applicable Law. Contractor shall comply with all applicable federal, state, and local law in the performance of its duties under this Agreement. 12. Non -assignable. Due to the unique qualifications and circumstances of the parties, neither the rights nor the responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 13. Feminine -Masculine, Singular -Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 14. Kansas Law Applies. This Agreement and its validity, construction and performance shall be governed by the laws of Kansas. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 15. Severability. The unenforceability, invalidity, or illegality of any provision of this Contract shall not render the other provisions unenforceable, invalid, or illegal. 16. Time. Time is of the essence of this Agreement No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday, that time period shall extend to 5:00 p.m. of the next full business day. 17. Persons Bound -Copies. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and assigns of the parties hereto, and may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one agreement. 45 18. Notices. All notices and demands shall be given in writing either by personal service or by registered or certified mail, postage prepaid, and return -receipt requested. Notice shall be considered given when received on date appearing on the return receipt, but if the receipt is not returned within five (5) days, then forty-eight (48) hours after deposit in the mail. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: 19. Typewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached shall supersede all conflicting printed provisions. 20. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. Any amendment to this Contract, including an oral modification supported by new consideration, must be reduced to writing and signed by both parties before it will be effective. Executed by the duly authorized officers of the parties as of the date first above written ATTEST: Lieu Ann Elsey, City Clerk, CMC 46 CITY OF SALINA, KANSAS LIM LIM Mike Fraser, Public Works Director Mar SAppendix 6.1 2007 Ice Storm Markley Road Load/Transport Quotation This Quotation Sheet must be returned to the City of Salina City Clerk's Office prior to the bid opening at 10:00 am on Friday, January 18, 2008 Part 1 Scope of Work • Provide loader with ability to load your own dump trucks with tree limb debris and then transport those loads to City Landfill from the Markley Site which is 10.3 miles away. Required by Contractor • Minimum five (5) tandem dump trucks (with a lowered tail gate) or semi truck with trailer *Note: Contractor loads their own trucks • Loader with ability to load tree limbs into Contractor's own dump trucks • Legally licensed CDL operator to drive dump trucks, and a front-end loader operator • Insurance Coverage Requirements - See attached Exhibit A • Enter into a contract including all terms under attached document marked as Exhibit A (proof of insurance must be submitted with the bid or bidder will be disqualified) Conditions • Working hours 8:00 am to 5:00 pm (Monday — Friday) • Landfill hours may be extended as more daylight is available • Contractor pays for all fuel and vehicle maintenance • City has no liability for accidents or injuries • Contractor agrees to indemnify the City of Salina • Intention to utilize services continually throughout the day, but disruption are not guaranteed General Estimated Information • City crews have found roundtrip cycle times (including loading) to and from the Landfill from loading locations in the center portion of the city run about 1'/ hours • The City has experienced that their fully loaded 6 yard single axle dump trucks are weighing in at the Landfill on average at about 2 tons per truck load • City crew will have a 30 minute lunch break Termination • Either the Contractor or the City of Salina can terminate in writing this debris transportation agreement at any time and for any reason. Quote: Per Ton Cost for Contractor to Transport Tree Limb Debris to the City Landfill $ (amount) (words) List of trucks available and capacity (attach additional list if necessary) Tandem Truck Make 1. 2. 3. 4. Model Engine HP C.Y. Capacity 47 5. Semi Truck Make Model Engine HP Trailer Capacity C.Y 1. 2. 3. 4. 5. Loader Make Model Engine HP Bucket Size 1. Part 2 Contractor will be asked once the work at the Markley Site is finished to work as an additional crew with loader and trucks to haul materials out of various residential areas in the City of Salina. This second part of the bid provides for this additional service. Scope of Work • Provide loader, five (5) trucks, and drivers to transport tree limb debris to City Landfill from various residential areas within the City of Salina. Required by Contractor • Tandem axel dump truck (with a lowered tail gate) or semi truck with trailer *Note: Contractor loads their own trucks • Legally licensed operators to drive the vehicles • Insurance coverage requirements - See attached Exhibit A • Enter into a contract including all terms under attached document marked as Exhibit A (proof of insurance must be submitted with the bid or bidder will be disqualified) Conditions • Working hours 8:00 am to 5:00 pm (Monday — Friday) • Contractor pays for all fuel and vehicle maintenance • City has no liability for accidents or injuries • Contractor agrees to indemnify the City of Salina • Intention to utilize services continually throughout the day, disruptions not guaranteed (weather conditions may halt collection operations until a future date) General Estimated Information • City crews have found roundtrip cycle times (including loading) to and from the Landfill from loading locations in the center portion of the city run about 1'/4 hours • The City has experienced that their fully loaded 6 yard single axle dump trucks are weighing in at the Landfill on average at about 2 tons per truck load • City crews will have a 30 minute lunch break Termination • Either the Contractor or the City of Salina can terminate in writing this debris transportation agreement at any time and for any reason. 48 Quote: Per Ton Cost for Contractor to Transport Tree Limb Debris to the City Landfill $ (amount) (words) List of trucks available and capacity (attach additional list if necessary) Tandem Truck Make Model Engine HP C.Y. Capacity 1. 2. 3. 4. 5. Semi Truck Make Model Engine HP Trailer Capacity C.Y 1. 2. 3. 4. 5. Loader Make Model Engine HP Bucket Size Note: 3. Proof of Insurance as specified in Exhibit A must accompany the bidder's proposal. Failure to submit the proof of insurance as specified with the bid will disqualify the bidder. 4. Contractor must provide written references of the types of work they have preformed and the location of these jobs. Failure to submit this information with the bid will disqualify the bidder. 49 Bidder Information Company Name: Address: Phone Number: Email Address: Authorized Representative name / title (print): Authorized Representative Signature: Date: Please mail or deliver to the Salina City Clerk's office, P.O. Box 736, 300 W. Ash Street, Salina, KS 67402-0736 prior to the bid opening. The bid opening date has been set for 10:00 am on Friday, January 18, 2008 in Room #107 of the Ci , /County Building in Salina, Kansas. 50 Appendix 6.2 ICE STORM LOAD/TRANSPORT FOR MARKLEY BID TABULATIONS January 18, 2008 51 BIDDER TRUCKS / SEMI PART 1 PART 2 PER CUBIC YARD PER TON PER TON 1 APAC-Kansas, Inc. 1-12 $33.95 $73.10 Shears Division 2-12.5 Salina, KS 2-17.5 823-5537 2 Connelly Enterprises 4-38-45 $48.00 $53.00 Tescott, KS 1-66 452-8591 3 Kansas General Maintenance 3-41 $50.00 $62.00 Salina, KS 3-21 822-7720 4 Johnson Farms, Inc. 1-12 $52.75 $64.50 Salina, KS 3-14 493-4839 2-24-30 5 Tri Rivers Logging, Inc. 5-100 $57.00 $57.00 Cameron, MO 816-632-6283 6 Asplundh Environmental Services, Various General $65.00 $65.00 Inc. Listing Fairhope, AL 770-361-5427 7 T&R Dirt Construction 1— 15 $70 haul chips $160 Salina, KS 1-40 $120 haul limbs 820-9542 5-30-40 8 Arbor Masters Tree Service 2-40 $79.00 $79.00 Wichita, KS 1-50 316-838-3111 2-100 Self Loading 9 DRC Emergency Services 35-45-100 $96.82 $118.62 Mobile, AL Self Loading 251-343-3581 10 Young's General Contracting, Inc. 8-40-95 $118.00 $153.00 Poplar Bluff, MO Self Loading 573-785-1501 11 Late bid — not opened 51 Appendix 6.3 AGREEMENT BETWEEN THE CITY OF SALINA, KANSAS and regarding ICE STORM LOADER/TRANSPORT This Agreement is entered into this _ day of January, 2008 by and between the City of Salina, Kansas (the "City") and ("Contractor"). Recitals A. The City of Salina experienced an extraordinary ice storm which resulted in extensive damage to trees throughout the community. B. The Contractor owns and operates equipment which has been determined to be necessary in loading and transporting tree limb debris from the Markley Road collection site to the City Landfill. C. The City desires to contract for and the Contractor desires to provide loading and hauling equipment, with operators, for the purpose of transporting tree limb debris. The parties therefore agree and covenant: 1. Duties of Contractor. Contractor agrees to provide the following loading and hauling equipment: Equipment Model Engine HP C.Y. Capacity a. b. C. d. e. in well-maintained condition along with a qualified, CDL -licensed operator to operate each unit of equipment for the purpose of loading and transporting tree limb debris from the Markley Road collection site to the City Landfill, subject to the following conditions: j. Working hours from 8:00 a.m. to 5:00 p.m., Monday through Friday but may expand, at the discretion of the City, based upon available daylight; k. Contractor pays for all fuel and equipment maintenance; and 1. Disruptions in operations may occur based upon weather conditions. 2. Compensation. The City agrees to compensate the Contractor at the rate of $ per ton of tree limb debris loaded and delivered to the City Landfill, as follows: g. By 12:00 noon on each Monday during the term of this Agreement, Contractor will submit a bill to a designated representative of the General Services Division of the City's Public Works Department for the number of tons of tree limb debris hauled to the City Landfill by each unit of equipment during the prior week. h. The City will match the bill to City Landfill weight tickets and submit the bill (as either confirmed or modified based upon discussions with an authorized representative of the contractor) to the City's Finance Department for payment. Payment will be authorized for tons hauled by the Contractor to the City Landfill. i. The City's Finance Department will mail checks to the Contractor each Friday following the submission of the bill as approved by the City's General Services Division for contract services. Payment to the Contractor will be mailed to the address provided by the Contractor. 52 3. Term. This Agreement shall commence January _, 2008, and shall terminate upon completion of the tree limb debris removal project, subject to termination pursuant to paragraph 5 below. 4. Nonperformance. If either party fails to comply with any term of this Agreement within 2 business days after written notice to comply has been mailed by the non -defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement. In such case, the non -defaulting party may pursue against the defaulting party such remedies as provided by law or in equity, including without limitation, the right to specifically enforce this Agreement. In addition, the non -defaulting party may recover its costs and reasonable attorneys' fees incurred in any action related to such breach. 5. Termination. Either party may immediately terminate this Agreement at any time and for any reason. 6. Relationship. It is expressly understood that the Contractor in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which the Contractor performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. The Contractor shall be exclusively responsible for all taxes, withholding payments, employment -based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. 7. Contractor Responsibility for and Self -reporting of Injury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 8. Release of Claims by Contractor. The Contractor releases the City from any claims for injury to its agents or employees or damage to its property arising from the work to be performed under this Agreement. 9. Indemnification. The Contractor agrees to indemnify and save harmless the City, its officials, agents, servants, officers, directors and employees from and against all claims, expenses, demands, judgments and causes of action for personal injury or death or damage to property where, and to the extent that, such claims, expenses, demands judgment or causes or action arise from intentional or negligent acts of the Contractor's agents or employees. 10. Insurance Requirements. The Contractor shall maintain the following insurance coverages without interruption from the date of the commencement of this agreement until date of final payment and termination of any coverage required to be maintained after final payment Commercial General Liability Insurance The Contractor shall provide public liability insurance coverage in an amount no less than $500,000 covering the liability of the Contractor and any and all consultants, agents, independent contractors, etc. which are employed or retained by the Contractor, on an occurrence basis. In lieu of the above coverage, the Contractor may provide coverage for its own firm in the above amount or an additional amount and submit proof all its consultants, agents and independent contractors have insurance deemed adequate by the City of Salina. Automobile Liability The Contractor shall provide coverage protecting the Contractor against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired and/or non - owned vehicle. Required minimum limits: $500,000 each accident, combined single limits, bodily injury and property damage. 53 Worker's Compensation Before beginning any work, the Contractor shall furnish to the City satisfactory proof that he has taken out, for the period covered by the work under this contract, full workers' compensation coverage as required by state law for all persons who he may employ directly, or through subcontractors, in carrying out the work contemplated under this contract, and shall hold the City free and harmless for all personal injuries of all persons who the contractor may employ directly or through subcontractors. Certificate(s) of Insurance Certificate(s) of Insurance acceptable to the City shall be filed with the City at the time this Agreement is executed. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled or substantially changed until at least thirty (30) days prior written notice has been given to the City and acknowledged. Notice of Claim The Contractor, upon receipt of notice of any claim in excess of $1,000 in connection with this Agreement shall promptly notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 11. Compliance with Applicable Law. Contractor shall comply with all applicable federal, state, and local law in the performance of its duties under this Agreement. 12. Non -assignable. Due to the unique qualifications and circumstances of the parties, neither the rights nor the responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 13. Feminine -Masculine, Singular -Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 14. Kansas Law Applies. This Agreement and its validity, construction and performance shall be governed by the laws of Kansas. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 15. Severability. The unenforceability, invalidity, or illegality of any provision of this Contract shall not render the other provisions unenforceable, invalid, or illegal. 16. Time. Time is of the essence of this Agreement. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday, that time period shall extend to 5:00 p.m. of the next full business day. 17. Persons Bound -Copies. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and assigns of the parties hereto, and may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one agreement. 54 18. Notices. All notices and demands shall be given in writing either by personal service or by registered or certified mail, postage prepaid, and return -receipt requested. Notice shall be considered given when received on date appearing on the return receipt, but if the receipt is not returned within five (5) days, then forty-eight (48) hours after deposit in the mail. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: 19. Typewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached shall supersede all conflicting printed provisions. 20. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. Any amendment to this Contract, including an oral modification supported by new consideration, must be reduced to writing and signed by both parties before it will be effective. Executed by the duly authorized officers of the parties as of the date first above written. ATTEST: Lieu Ann Elsey, City Clerk, CMC 55 CITY OF SALINA, KANSAS By: LM Mike Fraser, Public Works Director Appendix 7.1 2008 Ice Storm Right -of -Way Tree Trimming Quotation This Quotation Sheet must be returned to the City of Salina City Clerk's Office prior to the bid opening at 10:00 a.m. on Tuesday, January 22, 2008 Scope of Work The successful contractor will be responsible for removing hazardous conditions resulting from hanging branches, widow makers and broken branches (hangers) within public street right- of-way resulting from the recent ice storm. Broken jags and stubs shall be removed through proper pruning practices to help instill good health and proper form. Each location must be left in a sightly manner and contractors are not authorized to perform work on private property under this contract. All debris trimmed/removed from the trees by the contractor shall be chipped and/or hauled away. Chips and limbs may be hauled by the contractor and dumped at the City of Salina Landfill at no cost. In the event a contractor discovers a hanger he feels needs to be removed and it was not previously marked the City will review these on a tree by tree basis. The contractor must notify the City Parks and Forestry Division to obtain approval for the complete removal prior to the task in order to receive payment. Contractors must be available to begin working immediately upon receipt of notice to proceed. No subcontractors will be allowed without prior written approval by the City of Salina. Required by the Contractor 1. Insurance coverage requirements — see attached exhibit A 2. Enter into a contract including all terms under attached document marked as exhibit A (proof of insurance must be submitted with the bid or bidder will be disqualified). 3. Must be a licensed Tree Trimmer through the City of Salina. Conditions 1. Contractor pays for all fuel and vehicle maintenance 2. City of Salina has no liability for accidents or injuries 3. Contractor agrees to indemnify the City of Salina 4. Weather (snow, ice, etc.) conditions may halt the trimming operations until a future date. 5. The City will provide a detailed list of locations where hangers are located. The City of Salina will be divided into (3) three areas for bidding. The areas are as follows: 1. North — area of the city north of South Street. 56 2. Center — area between South Street and Cloud Street. 3. South — area south of Cloud Street. The North area contains approximately (390) trees with hangers The Center area contains approximately (442) trees with hangers The South area contains approximately (109) trees with hangers Bids will be awarded based on the cost per tree with hangers for each area. A different contractor may be awarded the work for each area. The time to complete each area should not be contingent upon completion of another area. Meaning the contractor should be able to perform work concurrently in all areas bid out. Quote Per Tree with Hangers North Area - $ per tree with hangers, Time to Complete Center Area - $ per tree with hangers, Time to Complete South Area - $ per tree with hangers, Time to Complete. Bidder Information Company Name: Address: Phone Number: Email Address: Authorized Representative name / title (print) Authorized Representative Signature: Please mail or deliver to the Salina City Clerk's Office, P.O. Box 736, 300 W. Ash St., Salina, KS 67401-0736 prior to the bid opening. The bid opening date has been set for 10:00 a.m. on Tuesday, January 22, 2008 in room #105 of the City/County Building in Salina, Kansas. 57 00 tn tn O O o 0 a� H W5o o y sZ O b9 b4 b9 b9 loft1 00 po a N C> a aAN M o c>;3, o -It +N) Gn H � W N M b S.I O Mkn bq bq to bq kn bq O z U H o � b � ° ^'cd 00 tn d' O O 00 b4 tn 00 �n N � O b � 6q 6q �O 64 N 64 .b .b NIt M 1-4 00 6q N 6q N U N •� cC V1 N N N O `n W l-� b 00 b tn Appendix 7.3 AGREEMENT BETWEEN THE CITY OF SALINA, KANSAS and Salina Tree, Inc. regarding ICE STORM STREET TREES WITH HANGERS TRIMMING This Agreement is entered into this _ day of January, 2008 by and between the City of Salina, Kansas (the "City") and Salina Tree, Inc. ("Contractor"). Recitals A. The City of Salina experienced an extraordinary ice storm which resulted in extensive damage to trees throughout the community. B. The Contractor owns and operates equipment which has been determined to be necessary in trimming street trees with hangers from residential areas within the City. C. The City desires to contract for and the Contractor desires to provide equipment and operators to trim street trees with hangers. The parties therefore agree and covenant: 1. Duties of Contractor. Contractor agrees to the following: a. Remove all hangers within each street tree identified by the City within 45 days from the starting date. ( a hanger is defined as any limb over 2" in diameter and 3' long that is broken and still hanging in the tree, attached or not). b. If a hanger is cut off the tree the limb must be properly pruned back to a larger branch. C. Each location must be left in a sightly manner and the contractor is not authorized to perform work on private property. d. All debris trimmed/removed from the trees by the contractor shall be chipped and/or hauled away. Limbs may be hauled to the City of Salina Landfill and chips may be hauled to the Markley yard waste site at no e. In the event that the contractor discovers a tree with hangers they feel needs to be removed and it was not previously identified by the City or if the City would like to add additional trees with hangers, these trees will be reviewed on a tree by tree basis. The contractor must notify the City Parks Forestry Division to obtain approval prior to the task in order to f. The contractor must be available to begin working immediately upon receipt of notice to proceed. g. No subcontractors will be allowed without prior written approval by the City of Salina. h. The contractor must follow standard safety procedures for traffic contro while working on public streets. 2. Compensation. The City agrees to compensate the Contractor at the rate of $32.50 per tree trimmed with hangers., as follows: cost. and receive payment. By 12:00 noon on each Monday during the term of this Agreement, Contractor will submit a bill to a designated representative of the Parks and Forestry Division of the Parks and Recreation Department for the number of trees trimmed with hangers in each area during the prior week. 60 k. The City will match the bill to the City's list of street trees with hangers and submit the bill (as either confirmed or modified based upon discussions with an authorized representative of the contractor) to the City's Finance Department for payment. Payment will be authorized for the number of street trees trimmed with hangers by the Contractor. 1. The City's Finance Department will mail checks to the Contractor each Friday following the submission of the bill as approved by the City's Parks and Forestry Division for contract services. Payment to the Contractor will be mailed to the address provided by the Contractor. 3. Term. This Agreement shall commence January _, 2008, and shall terminate upon completion of the tree limb debris removal project, subject to termination pursuant to paragraph 5 below. 4. Nonperformance. If either party fails to comply with any term of this Agreement within 2 business days after written notice to comply has been mailed by the non -defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement. In such case, the non -defaulting party may pursue against the defaulting party such remedies as provided by law or in equity, including without limitation, the right to specifically enforce this Agreement. In addition, the non -defaulting party may recover its costs and reasonable attorneys' fees incurred in any action related to such breach. 5. Termination. Either party may immediately terminate this Agreement at any time and for any reason. 6. Relationship. It is expressly understood that the Contractor in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which the Contractor performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. The Contractor shall be exclusively responsible for all taxes, withholding payments, employment -based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. 7. Contractor Responsibility for and Self -reporting of Iniury to Persons or Damage to Property. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 8. Release of Claims by Contractor. The Contractor releases the City from any claims for injury to its agents or employees or damage to its property arising from the work to be performed under this Agreement. 9. Indemnification. The Contractor agrees to indemnify and save harmless the City, its officials, agents, servants, officers, directors and employees from and against all claims, expenses, demands, judgments and causes of action for personal injury or death or damage to property where, and to the extent that, such claims, expenses, demands judgment or causes or action arise from intentional or negligent acts of the Contractor's agents or employees. 10. Insurance Requirements. The Contractor shall maintain the following insurance coverages without interruption from the date of the commencement of this agreement until date of final payment and termination of any coverage required to be maintained after final payment Commercial General Liability Insurance The Contractor shall provide public liability insurance coverage in an amount no less than $500,000 covering the liability of the Contractor and any and all consultants, agents, independent contractors, etc. which are employed or retained by the Contractor, on an occurrence basis. In lieu of the above coverage, the Contractor may provide coverage for its own firm in the above 61 amount or an additional amount and submit proof all its consultants, agents and independent contractors have insurance deemed adequate by the City of Salina. Automobile Liability The Contractor shall provide coverage protecting the Contractor against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired and/or non - owned vehicle. Required minimum limits: $500,000 each accident, combined single limits, bodily injury and property damage. Worker's Compensation Before beginning any work, the Contractor shall furnish to the City satisfactory proof that he has taken out, for the period covered by the work under this contract, full workers' compensation coverage as required by state law for all persons who he may employ directly, or through subcontractors, in carrying out the work contemplated under this contract, and shall hold the City free and harmless for all personal injuries of all persons who the contractor may employ directly or through subcontractors. Certificate(s) of Insurance Certificate(s) of Insurance acceptable to the City shall be filed with the City at the time this Agreement is executed. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled or substantially changed until at least thirty (30) days prior written notice has been given to the City and acknowledged. Notice of Claim The Contractor, upon receipt of notice of any claim in excess of $1,000 in connection with this Agreement shall promptly notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 11. Compliance with Applicable Law. Contractor shall comply with all applicable federal, state, and local law in the performance of its duties under this Agreement. 12. Non -assignable. Due to the unique qualifications and circumstances of the parties, neither the rights nor the responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 13. Feminine -Masculine, Singular -Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 14. Kansas Law Applies. This Agreement and its validity, construction and performance shall be governed by the laws of Kansas. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 15. Severability. The unenforceability, invalidity, or illegality of any provision of this Contract shall not render the other provisions unenforceable, invalid, or illegal. 16. Time. Time is of the essence of this Agreement. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday, that time period shall extend to 5:00 p.m. of the next full business day. 17. Persons Bound -Copies. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and assigns of the parties hereto, and may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one agreement. 18. Notices. All notices and demands shall be given in writing either by personal service or by registered 62 or certified mail, postage prepaid, and return -receipt requested. Notice shall be considered given when received on date appearing on the return receipt, but if the receipt is not returned within five (5) days, then forty-eight (48) hours after deposit in the mail. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: 19. Typewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached shall supersede all conflicting printed provisions. 20. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. Any amendment to this Contract, including an oral modification supported by new consideration, must be reduced to writing and signed by both parties before it will be effective. Executed by the duly authorized officers of the parties as of the date first above written. ATTEST: Lieu Ann Elsey, City Clerk, CMC 63 CITY OF SALINA, KANSAS Director 0 Steve Snyder, Parks and Recreation Appendix 8.1 2008 Ice Storm Right -of -Way Tree Removal Quotation This Quotation Sheet must be returned to the City of Salina City Clerk's Office prior to the bid opening at 10:00 a.m. on Tuesday, January 22, 2008 Scope of Work The successful contractor will be responsible for removing trees within public street right-of-way damaged from the recent ice storm. Each tree shall be completely removed down to the ground. Each location must be left in a sightly manner and contractors are not authorized to perform work on private property under this contract. The contractor must make an attempt to notify the abutting landowner prior to removing a tree in front of their property. All debris trimmed/removed from the trees by the contractor shall be chipped and/or hauled away. Chips and limbs may be hauled by the contractor and dumped at the City of Salina Landfill at no cost. In the event a contractor discovers a tree he feels needs to be removed and it was not previously marked the City will review these on a tree by tree basis. The contractor must notify the City Parks and Forestry Division to obtain approval for the complete removal prior to the task in order to receive payment. Contractors must be available to begin working immediately upon receipt of notice to proceed. No subcontractors will be allowed without prior written approval by the City of Salina. Required by the Contractor 4. Insurance coverage requirements — see attached exhibit A 5. Enter into a contract including all terms under attached document marked as exhibit A (proof of insurance must be submitted with the bid or bidder will be disqualified). 6. Must be a licensed Tree Trimmer through the City of Salina. Conditions 6. Contractor pays for all fuel and vehicle maintenance 7. City of Salina has no liability for accidents or injuries 8. Contractor agrees to indemnify the City of Salina 9. Weather (snow, ice, etc.) conditions may halt the removal operations until a future date. 10. The City will provide a detailed list of locations where trees are located and mark each tree for removal. 64 The City of Salina will be divided into (3) three areas for bidding. The areas are as follows: 4. North — area of the city north of South Street. 5. Center — area between South Street and Cloud Street. 6. South — area south of Cloud Street. The North area contains approximately (61) trees The Center area contains approximately (66) trees The South area contains approximately (15) trees Bids will be awarded based on the cost per tree removed for each area. A different contractor may be awarded the work for each area. The time to complete each area should not be contingent upon completion of another area. Meaning the contractor should be able to perform work concurrently in all areas bid out. Quote Per Tree North Area - $ per tree, Time to Complete Center Area - $ per tree, Time to Complete. South Area - $ per tree, Time to Complete Bidder Information Company Name: Address: Phone Number: Email Address: Authorized Representative name / title (print) Authorized Representative Signature: Please mail or deliver to the Salina City Clerk's Office, P.O. Box 736, 300 W. Ash St., Salina, KS 67401-0736 prior to the bid opening. The bid opening date has been set for 10:00 a.m. on Tuesday, January 22, 2008 in room #105 of the City/County Building in Salina, Kansas. 65 Im Okn ♦, N r --q O N O M O M H o O CA >% o Cd co 'd rg W) 00 CDb M M � O r•� W 00 000O N ed � � O o � O kn O o � O N 00 N "d .--i M N "d kn kri en N kn el w �, H o o o Cd 1.0 00 N , d M N 'd .--i � M M N ,�_ M O z O p to m Cd U c °' �bP4 UbU P4 rig v� � O >U b b b Im 0 00 O opo E04 O O 64 Cd b O O O 69 O M N 64 cd i O �O M E c O O t O M En cd CIN O OI En b O p O tf) N tf) M oo •-- n En Cd 'b O •-- 64 N U En 3� o En En 00 En En b b b b Appendix 8.3 AGREEMENT BETWEEN THE CITY OF SALINA, KANSAS And United Disaster Response, LLC regarding ICE STORM RIGHT-OF-WAY TREE REMOVAL This Agreement is entered into this _ day of January, 2008 by and between the City of Salina, Kansas (the "City") and United Disaster Response, LLC ("Contractor"). Recitals A. The City of Salina experienced an extraordinary ice storm which resulted in extensive damage to trees throughout the community. B. The Contractor owns and operates equipment which has been determined to be necessary in removing right-of-way trees from residential areas within the City. C. The City desires to contract for and the Contractor desires to provide equipment and operators in removing right-of-way trees. The parties therefore agree and covenant: Duties of Contractor. Contractor agrees: a. Remove each street tree, marked by the City, within 21 working days from starting date. b. The trees are to be removed completely within 4" of ground level. Each location must be left in a sightly manner and the contractor is not authorized to perform work on private property. C. All debris trimmed/removed from the trees by the contractor shall be chipped and/or hauled away. Limbs may be hauled to the City of Salina Landfill and chips may be hauled to the Markley yard waste site at no cost. d. In the event that the contractor discovers a tree they feel needs to be removed and it was not previously marked by the City or if the City would like to add additional trees, these trees will be reviewed on a tree by tree basis. The contractor must notify the City Parks and Forestry Division to obtain written approval prior to the task in order to receive payment. e. The contractor must be available to begin working immediately upon receipt of notice to proceed. f. No subcontractors will be allowed without prior written approval by the City of Salina. g. Obtain a City of Salina Tree Trimming license. h. The contractor must follow standard safety procedures for traffic control while working on public streets. i. The contractor must make an attempt to notify the abutting property owner prior to removing a street tree in front of their property. 2. Compensation. The City agrees to compensate the Contractor at the rate of $228.50 per tree removed in the North and Center areas and $164.50 per tree removed in the South area as follows: M. By 12:00 noon on each Monday during the term of this Agreement, Contractor will submit a bill to a designated representative of Parks and Forestry Division of the Parks and Recreation Department for the number of trees removed in each area during the prior week. n. The City will match the bill to City list of street tree removals and submit the bill (as either confirmed or modified based upon discussions with an authorized representative of 68 the contractor) to the City's Finance Department for payment. Payment will be authorized for number of street trees removed. o. The City's Finance Department will mail checks to the Contractor each Friday following the submission of the bill as approved by the City's Parks and Forestry Division for contract services. Payment to the Contractor will be mailed to the address provided by the Contractor. 3. Term. This Agreement shall commence January _, 2008, and shall terminate upon completion of the tree limb debris removal project, subject to termination pursuant to paragraph 5 below. 4. Nonperformance. If either party fails to comply with any term of this Agreement within 2 business days after written notice to comply has been mailed by the non -defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement. In such case, the non -defaulting party may pursue against the defaulting party such remedies as provided by law or in equity, including without limitation, the right to specifically enforce this Agreement. In addition, the non -defaulting party may recover its costs and reasonable attorneys' fees incurred in any action related to such breach. Termination. Either party may immediately terminate this Agreement at any time and for any reason. 6. Relatiomh.iU. It is expressly understood that the Contractor in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which the Contractor performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. The Contractor shall be exclusively responsible for all taxes, withholding payments, employment -based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. 7. Contractor Responsibility for and Self-remnina of Iniury to Persons or Damaee to Property. The Contractor acknowledges responsibility for any injury to person(s) or damage to property caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 8. Release of Claims by Contractor. The Contractor releases the City from any claims for injury to its agents or employees or damage to its property arising from the work to be performed under this Agreement. 9. Indemnification. The Contractor agrees to indemnify and save harmless the City, its officials, agents, servants, officers, directors and employees from and against all claims, expenses, demands, judgments and causes of action for personal injury or death or damage to property where, and to the extent that, such claims, expenses, demands judgment or causes or action arise from intentional or negligent acts of the Contractor's agents or employees. 10. Insurance Requirements. The Contractor shall maintain the following insurance coverages without interruption from the date of the commencement of this agreement until date of final payment and termination of any coverage required to be maintained after final payment Commercial General Liability Insurance The Contractor shall provide public liability insurance coverage in an amount no less than $500,000 covering the liability of the Contractor and any and all consultants, agents, independent contractors, etc. which are employed or retained by the Contractor, on an occurrence basis. In lieu of the above coverage, the Contractor may provide coverage for its own firm in the above amount or an additional amount and submit proof all its consultants, agents and independent contractors have insurance deemed adequate by the City of Salina. 69 Automobile Liability The Contractor shall provide coverage protecting the Contractor against claims for bodily injury and/or property damage arising out of the ownership or use of any owned, hired and/or non - owned vehicle. Required minimum limits: $500,000 each accident, combined single limits, bodily injury and property damage. Worker's Compensation Before beginning any work, the Contractor shall furnish to the City satisfactory proof that he has taken out, for the period covered by the work under this contract, full workers' compensation coverage as required by state law for all persons who he may employ directly, or through subcontractors, in carrying out the work contemplated under this contract, and shall hold the City free and harmless for all personal injuries of all persons who the contractor may employ directly or through subcontractors. Certificate(s) of Insurance Certificate(s) of Insurance acceptable to the City shall be filed with the City at the time this Agreement is executed. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled or substantially changed until at least thirty (30) days prior written notice has been given to the City and acknowledged. Notice of Claim The Contractor, upon receipt of notice of any claim in excess of $1,000 in connection with this Agreement shall promptly notify the Risk Management Department, (785) 309-5705, providing full details thereof, including an estimate of the amount of loss or liability. 11. Compliance with Applicable Law. Contractor shall comply with all applicable federal, state, and local law in the performance of its duties under this Agreement. 12. Non -assignable. Due to the unique qualifications and circumstances of the parties, neither the rights nor the responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 13. Feminine -Masculine, Singular -Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 14. Kansas Law Applies. This Agreement and its validity, construction and performance shall be governed by the laws of Kansas. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 15. Severability. The unenforceability, invalidity, or illegality of any provision of this Contract shall not render the other provisions unenforceable, invalid, or illegal. 16. Time. Time is of the essence of this Agreement. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday, that time period shall extend to 5:00 p.m. of the next full business day. 17. Persons Bound -Copies. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and assigns of the parties hereto, and may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one agreement. 18. Notices. All notices and demands shall be given in writing either by personal service or by registered or certified mail, postage prepaid, and return -receipt requested. Notice shall be considered given when received on date appearing on the return receipt, but if the receipt is not returned within five (5) days, then forty-eight (48) hours after 70 deposit in the mail. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk P.O. Box 736 Salina, KS 67402-0736 CONTRACTOR: 19. DMewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached shall supersede all conflicting printed provisions. 20. Merger Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. Any amendment to this Contract, including an oral modification supported by new consideration, must be reduced to writing and signed by both parties before it will be effective. Executed by the duly authorized officers of the parties as of the date first above written. ATTEST: Lieu Ann Elsey, City Clerk, CMC CITY OF SALINA, KANSAS In Director Appendix #10 Appendix #2 Appendix #2 71 Steve Snyder, Parks and Recreation 0 Appendix 9 PREQUALIFIED CONTRACTORS Prequalified contractors have met the City of Salina's qualifications for performing debris removal. These companies have supplied documentation to the City of Salina which confirms that they have the type and quantity of equipment required for debris removal plus licensed drivers to operate the equipment. In addition, they have shown a willingness to meet our standards. APAC-Kansas, Inc. Shears Division 1329 W. North Street Salina, KS 67401 Ferco Rental 264 S Broadway Salina, KS 67401 72 Tri Rivers Logging, Inc. PO Box 317 Cameron, MO 64429 Appendix 10 BIDDERS LIST Arbor Masters Tree Service Corporate office in Shawnee Mission Arlan Bebermeyer Locations: 3428 N Emporia Street Oklahoma City Wichita, KS 67219 Kansas City 316-838-3111 Tulsa 316-761-0372 Wichita arlanb _,arbormasters.com www.arbormasters.com Arbor Masters Corporate office in Shawnee Mission Jerry Day Locations: 8405 SW 15 Street Oklahoma City — 405-495-8746 Oklahoma City, OK 73128 Kansas City 913-441-888 404495-5295 Tulsa — 918-258-3444 'e arbormasters.com Wichita — 316-838-3111 Asplin Environmental Services Rick Good 217 Fairhope Avenue Fairhope, AL 36532 770-361-5427 Blue Heron Tree Company Licensed & Insured 518 N Santa Fe Avenue Salina, KS 67401 820-8200 Cell 493-4893 Brown's Tree Service Licensed & Insured Troy Brown 5723 SW 21St Street Topeka, KS 66604 785-925-0001 Ceres Environmental Services, Inc. 3825 85'h Avenue North Brooklyn Park, MN 55423 800-2184424 601-297-5939 Fax 866-228-5636 Coxwell Disaster Recover Services Well versed in FEMA recovery rules and Robert Patterson, Director guidelines. 6741 Lloyd Road West Jacksonville, FL 32254 904-786-1120, ext. 147 Cell 904-334-9690 chipp@jbcoxwell.com 73 74 Custom Tree Care, Inc. Greg Gathers 5525 SW Auburn Road Topeka, KS 66610-9004 785478-9805 Cell 785-221-7550 Cell 913-206-1718 Fax 785478-4195 customtreecare@hotmail.com Davis & Associates Bill Davis 915 Burr Oak Lane Salina, KS 67401 819-2773 davisandassoc@cox.net Disaster Recovery Group Jessica Harmon 556 Long Shoals Rd Arden, NC 28704 Office 828-684-3961 Fax 828-681-2946 Ricky McElrath 251-379-1081 DRC Emergency Services, LLC 740 Museum Drive Mobile, AL 36608 251-343-3581 Fax 251-343-5554 Eager Beavers Tree Services City Licensed & Insured Tobby Boyer 2435 Simmons Road Salina, KS 67401 342-7874 Earthcare Services Larry Gapter 1777 East Old Hiway 40 New Cambria, KS 67470 822-4869 Martin Gillespie Licensed 228 N Phillips Salina, KS 67401 493-0427 74 Gary Johnson Trucking Gary Johnson 1265 W Diamond Drive Salina, KS 67401 493-4839 Holmquist Construction Allan Holmquist 7028 S Halstead Road Smolan, KS 67456 Cell 826-5558 Home Resort, Inc. Registered Class B Contractor Chuck Maltbie 400 Forest Salina, KS 67401 Office 825-8888 Fax 823-8882 chuck@spa4u.com J&J Tree Service John Pieschl 424 Spruce Street Minneapolis, KS 67467 785-392-2526 James Keller Trucking 2202 Leland Way Salina, KS 67401 827-1349 Kansas General Maintenance Kirby Winslow PO Box 2240 Salina, KS 67402 822-7720 Kansas Tree Services Licensed, Bonded, Insured Staton Diehl 2278 N Gerard Road Salina, KS 67401 825-2481 KAPE Roofing Chuck Cooper 315 W Pacific Salina, KS 67401 643-3760 chuck@kaperoofing.com 75 Kochs Fencing 440 N Broadway Salina, KS 67401 822-8719 577-1765 Fax 785-225-6977 Kris Luck 905 Merrill Street Salina, KS 67401 826-9622 Jeffrey Pfliegier 318 N Penn Salina, KS 67401 819-3655 PMTS (Poo Monkey Tree Service) Dale Krusen RR#1, Box 1428A Thayer, MO 65791 254-223-2827 L&S Builders Joe Stein 2141 Centennial Road Salina, KS 67401 452-5526 Fax 826-6676 Magill Truck Lines Fritz Walter 1201 E Minneapolis Salina, KS 67401 Cell 643-0466 Man & Truck Tree Service Licensed, Bonded, Insured Bill 1568 N 5`h Salina, KS 67401 822-5529 Natco, Inc. Russell Nuzzo, Project Manager 1410 Hwy. 11 W Bristol, TN 37620 Office 423-878-0257 Cell 423-914-1243 Fax 423-878-6667 Scott Parson Not bonded 227 N Oakdale Salina, KS 67401 577-4966 76 Quality Timber Products, Inc. Also has a huge grinder Paul Sterns 14485 S W 173`d Street Rosehill, KS 67133 316-641-2309 Fax 316-794-8904 RC Holding Company Tyler Hartmann 1503 N Chambers Court Wichita, KS 67212 913-302-6449 hartmann ler ahoo.com Richmond Tree Service Pat Richmond 59 Brown Avenue Marietta, GA 30064 678-362-1914 Fax 678-398-7712 RJ Fencing LLC Ray Swearingen PO Box 158 Bennington, KS 67422 452-8498 John Roudybush 2136 W. North St Salina, KS 67401 827-3826 Salina Tree Inc Don Detherage 2681 W State Street Salina, KS 67401 819-1842 Salina Tree Service Staton Diehl 2278 N Gerard Road Salina, KS 67401 825-2481 Seim Construction Larry Seim 5512 E Farrelly Road Gypsum, KS 67448 452-8037 Smoky Hill Construction Kim Brown 645 E Crawford Salina, KS 67401 825-1224 77 SRS_Inc. Cliff Barnett 1442 W. Interstate 65 Service Road South Mobile, AL 36693 251445-5500 TJ Allen Company Licensed; Insured Todd Betlejewski 4824 W 143rd Terrace Overland Park, KS 66224 913-814-9555 Cell 913-484-3034 todd 'allen.biz Tri-Rivers Logging Mark or Kim Dotson PO Box 317 Cameron, MO 64429 Office 816-632-6283 Cell 816-215-2297 United Disaster Response, LLC Zach Johnson PO Box 2074 Shawnee Mission, KS 66201 Office 913-963-8403 Cell 913-963-9066 1 Fax 888-390-6512 -LJDRLLC@e_verestkc.net Young's General Contracting, Inc. Dennis Young 5100 Hwy PP Poplar Bluff, MO 63901 573-785-1501 573429-7951 Fax 573-785-6314 youngsnWcjtycable.corn 78