Loading...
Disaster Recovery Services Agreement with DRC Emergency Services, LLC aoI g 30L/3 G miAmi BEACH DISASTER RECOVERY SERVICES AGREEMENT BY AND BETWEEN THE CITY OF MIAMI BEACH AND DRC EMERGENCY SERVICES, LLC 1 TABLE OF CONTENTS SECTION CONTENT PAGE 1 Recital and Incorporations 1 1 Definitions 2 2 Scope of Services 2 3 Contract Term 2 4 Fee/ Payment Terms 2 5 Termination for Cause 4 5 Termination for Convenience of the City 5 5 Termination for Insolvency 5 6 Indemnification 5 6 Insurance 6 7 Litigation Jurisdiction/Venue/Jury Trial Waiver 6 8 Limitation of Liability 7 9 Duty of Care/Compliance with Applicable Laws/Patent Rights; Copyright; and 7 Confidential Findings 10 General Provisions 8 11 Notices 11 12 Miscellaneous Provisions 11 • EXHIBITS /ATTACHMENTS / APPENDICES Exhibit A—Scope of Services Exhibit B—Consultant Service Order Exhibit C—BAFO Price Form Exhibit D—City of Miami Beach Request for Proposal Exhibit E—Insurance Requirements Exhibit F—Resolution Commission Items and Commission Memorandum Attachment A—Resolution and Commission Memorandum Attachment B—RFP and Addendums Attachment C—Contractor's Response to the RFP Attachment D—Insurance Requirements I I PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH DRC EMERGENCY SERVICES, LLC FOR DISASTER RECOVERY SERVICES (CO-PRIMARY CONTRACTOR), PURSUANT TO RFP 2018-002-JC This Professional Services Agreement (Agreement) is entered into this 5/1-1 day of February , 20 If , between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporate n organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the City), DRC EMERGENCY SERVICES, LLC, an Alabama LLC, whose address is 6702 Broadway Street Galveston, TX 77554 (CONTRACTOR). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and CONTRACTOR, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Public Works Department Director. Contractor: For the purposes of this Agreement, CONTRACTOR shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the CONTRACTOR performedor undertaken pursuant to the Agreement. Fee: Amount paid to the CONTRACTOR as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach RFP No. 2018-002- JC for DISASTER RECOVERY SERVICES, together with all amendments thereto, issued by the City in contemplation of this Agreement, RFP, and the CONTRACTOR's proposal in response thereto (Proposal), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305) 673-7000, Ext. 6435; and fax number(305) 673-7023. 1 SECTION 2 SCOPE OF SERVICES 2.1 CONTRACTOR shall serve as a Co-Primary Contractor, pursuant to the BAFO award, and shall provide the work and Services described in Exhibit"A" hereto (the Services). 2.2 In consideration of the Fee to be paid to CONTRACTOR by the City, CONTRACTOR shall provide the work and Services described in Exhibit "A" hereto (the Services). Although CONTRACTOR may be provided with a schedule of the available hours to provide its services, the City shall not control nor have the right to control the hours of the services performed by the CONTRACTOR; where the services are performed (although the City will provide CONTRACTOR with the appropriate location to perform the services); when the services are performed, including how many days a week the services are performed; how the services are performed, or any other aspect of the actual manner and means of accomplishing the services provided. Notwithstanding the foregoing, all services provided by the CONTRACTOR shall be performed in accordance with the terms and conditions set forth in Exhibit "A" and to the reasonable satisfaction of the City Manager. If there are any questions regarding the services to be performed, CONTRACTOR should contact the following person: Roy Coley Public Works Director 1700 Convention Center Drive (305) 673-7000 x7380 2.3 CONTRACTOR's Services, and any deliverables incident thereto, shall be completed in accordance with the Scope of Services attached hereto as Exhibit A. SECTION 3 TERM The term of this Agreement (Term) shall commence upon execution of this Agreement by all parties hereto, and shall have an initial term of THREE (3) YEARS with TWO (2) renewal options of one (1) year each, to be exercised at the City Manager's sole option and'discretion, by providing CONTRACTOR with written notice of same no less than thirty(30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, CONTRACTOR' shall adhere to the Scope of Services for completion and delivery of the Services, attached hereto as Exhibit A. SECTION 4 FEE 4.1 In consideration for performance of the services, the CONTRACTOR'S sole compensation shall be limited to Disaster Debris Eligible materials under FEMA and FHWA 2 programmatic guidelines including but not limited to current FEMA PA Guides, and in accordance with the prices established in the BAFO Price Form, attached hereto as Exhibit C. If any load is determined to contain material other than Eligible Debris, the load will not be accepted, and the CONTRACTOR will not be paid for removing, hauling, disposing or processing that load. If the City representative or City monitoring firm directs CONTRACTOR to remove and haul debris, in writing, as evidence by a load ticket (Load Ticket(s)), then CONTRACTOR will be paid for such service. In consideration of the Services to be provided, CONTRACTOR shall be awarded and compensated for all work through individual Consultant Service Orders (Exhibit "B") issued for a particular project, on a "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issuedfor a particular Project, subject to negotiation between City and Contractor, in accordance with the established BAFO Price Form, attached hereto as Exhibit C. Notwithstanding the preceding, the total fee paid to CONTRACTOR pursuant to this Agreement shall be subject to funds availability approved through the City's budgeting process. 4.2 Payment for work completed by the CONTRACTOR shall be invoiced on a monthly basis, commencing with the first day of the month following the first full month of service. (A) Invoices shall be based on verified and approved cubic yard/tonnage quantities from the daily operational reports and valid Load Tickets signed by the City's,;jauth'grized representative. (B) Payment for verified and authorized work completed 'shall be made ,to;,the CONTRACTOR within forty-five (45) calendar days after the date on which a proper invo'ice,`is received by the City. { in �.: n iY1;1 (C) The CONTRACTOR shall invoice the City pursuant to the cost schedule,)attached hereto as Exhibit"C". In (0) Travel and per diem costs incurred by the CONTRACTOR, or any employees/subcontractors of the CONTRACTOR, during the term of this Contract shall be paid by the CONTRACTOR. The City will not pay any travel or per diem costs incurred by the CONTRACTOR. (E) Other than the rates described herein, the CONTRACTOR shall not beientitled,to payment or expenses, fees or other costs incurred at any time and in any connection with performance of work under this Agreement, except for pass through tipping fees. (F) Any CONTRACTOR or subcontractor that is identified on the List of Parties Excluded from Federal Procurement and Non-procurement Programs shall not be authorized to perform services as outlined in the Scope of Service and the said CONTRACTOR/subcontractor shall not bepaid for any services performed. 4.3 The CONTRACTOR shall be entitled to invoice the City for 90% of the line items, after work is completed, on a monthly basis (the first of each month). The remaining 10% wil,l,become due after all Eligible Debris is properly processed and disposed of at the final disposition,site, the TDSRS final closure and remediation process is approved by the City, and the CONTRACTOR submits a proper, final invoice. Final payment shall be released to the n. CONTRACTOR upon approval by the City. 3 4.4 Any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). CONTRACTOR shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the CONTRACTOR shall be invoiced, without any markups and/or additions. 4.5 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable Division Finance Department City of Miami Beach 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 SECTION 5 r . TERMINATION 5.1 TERMINATION FOR CAUSE If the CONTRACTOR shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the CONTRACTOR of its violation of the particular term(s) of this Agreement, and shall grant CONTRACTOR ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to CONTRACTOR. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the CONTRACTOR. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against CONTRACTOR. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 4 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONTRACTOR, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the CONTRACTOR is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit'of'. creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION CONTRACTOR agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or,in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the CONTRACTOR, its officers, employees, agents, contractors, or Zany other person or entity acting under CONTRACTOR's control or supervision, in connection with, related to, or as a result of the CONTRACTOR's performance of the Services pursuant to Ills is Agreement. To that extent, the CONTRACTOR shall pay all such claims and losses andshall pay all such costs and judgments which may issue from any lawsuit arising from such claim's and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The CONTRACTOR expressly understands,'and agrees that any insurance protection required by this Agreement or otherwise provided by the CONTRACTOR shall in no way limit the CONTRACTOR's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities'a$ herein provided. The parties agree that one percent (1%) of the total compensation to CONTRACTOR for performance of the Services under this Agreement is the specific consideration from the City to 5 the CONTRACTOR for the CONTRACTOR's indemnity agreement. The provisions"of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The CONTRACTOR shall maintain and carry in full force during the Term, the following insurance: 1. CONTRACTOR General Liability, in the amount of$1,000,000; 2. CONTRACTOR Professional Liability, in the amount of$1,000,000; and 3. Workers Compensation & Employers Liability, as required pursuant to Florida Statutes. The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition, of Bests Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent.. All of CONTRACTOR's certificates shall contain endorsements providing that written 'notice shall be given to the City at least thirty(30) days prior to termination, cancellation or reduction:in coverage in the policy. The insurance certificates for General Liability shall include the City,a's an additional insured and shall contain a waiver of subrogation endorsement. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the CONTRACTOR specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The CONTRACTOR is also solely responsible for obtaining and submitting all,'insurance certificates for any sub-contractors. ; Compliance with the foregoing requirements shall not relieve the CONTRACTOR of the liabilities and obligations under this Section or under any other portion of this Agreement:;,,', ri:: The CONTRACTOR shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. , SECTION 7 LITIGATION JURISDICTION/VENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. 'By entering into this Agreement, CONTRACTOR and the City expressly waive any rights,either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. h i 6 L' ' ' lr SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit City's liability for any cause of action, for money damages due to an alleged breach by.;the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10;000. CONTRACTOR hereby expresses its willingness to enter into this Agreement with CONTRACTOR's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, CONTRACTOR hereby agrees that the City shall not be liable to the CONTRACTOR for damages in an amount in excess of$10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended ,to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.2Florida Statutes. ' (a;i,; °'i SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS; COPYRIGHT; AND CONFIDENTIAL FINDINGS ''' 9.1 DUTY OF CARE With respect to the performance of the work and/or service contemplated I herein; CONTRACTOR shall exercise that degree of skill, care, efficiency and diligence'normally exercised by reasonable persons and/or recognized professionals with respect I ;to''the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the work and/or services, CONTRACTOR shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, the State of Florida; and the federal government, as applicable. 9.3 PATENT RIGHTS; COPYRIGHT; CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not;otherwise be made public and/or disseminated by CONTRACTOR, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in part under, this Agreement are intended to be the sole and exclusive property of the City, and shall,not. be subject to any application for copyright or patent by or on behalf of the CONTRACTOR or ,its 7 employees or sub-contractors, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to CONTRACTOR, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. CONTRACTOR shall maintain any and all such records at its: place of. business at the address set forth in the "Notices" section of this Agreement. 10.2 [INTENTIONALLY DELETETD] 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING CONTRACTOR shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager;,,whiclq,. consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the CONTRACTOR shall file a State of Florida,Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. i 10.5 NO DISCRIMINATION !' In connection with the performance of the Services, the CONTRACTOR shall not exclude from,; participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, CONTRACTOR shall comply fully with the City of Miami Beach Human Rights, Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to..time,, prohibiting discrimination in employment, housing, public accommodations, and., public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status; age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST 8 CONTRACTOR herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter j and Code, as may be amended from time to time; both of which are incorporated by.referencei as if fully set forth herein. I i CONTRACTOR covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. CONTRACTOR further covenants that in the performance of this Agreement, CONTRACTOR shall not employ any person having any such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) CONTRACTOR shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical.'form, characteristics, or means of transmission, made or received pursuant 'to,,rlew.l or ordinance or in connection with the transaction of official business of the City. r , 1;,' (C) Pursuant to Section 119.0701 of the Florida Statutes, if the CONTRACTOR meets the definition of"Contractor" as defined in Section 119.0701(1)(a), the CONTRACTOR shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the,City with a copy of the requested records or allow the records to be inspected orr;copied within a reasonable time at a cost that does not exceed the cost providedi,in Chapter 119, Florida Statutes or as otherwise provided by law; • (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion?of, ;the Agreement if the CONTRACTOR does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the CONTRACTOR or keep and maintain public records required by the City to perform the service. If the CONTRACTOR transfers all public records to the City upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential rand exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City; upon request from the City's custodian of public records, in a format that is(compatible with the information technology systems of the City. (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the CONTRACTOR of the ,, 9 request, and the CONTRACTOR must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) CONTRACTOR's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or(3) avail itself of any available remedies at law or in equity. (3) A CONTRACTOR who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a CONTRACTOR to compel production of public records relating to the City's contract for services, the court shall assess and award against the CONTRACTOR the reasonable costs of enforcement, including reasonable attorney fees, if: a. The court determines that the CONTRACTOR unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the CONTRACTOR has not complied with the request, to the City and to the CONTRACTOR. (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the CONTRACTOR at the CONTRACTOR's address listed on its contract with the City or to the CONTRACTOR's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A CONTRACTOR who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADOaMIAMIBEACHFL.GOV PHONE: 305-673-7411 SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the CONTRACTOR and the City listed below or may be 10 mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice, in writing, all'such notices and communications shall be addressed as follows: TO CONTRACTOR: DRC EMERGENCY SERVICES, LLC 6702 Broadway Street r ;� Galveston, TX 77554 TO CITY: City Manager's Office City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 Attn: Jimmy L. Morales, City Manager WITH A COPY TO: City of Miami Beach, Public Works Department 1700 Convention Center Drive Miami Beach, FL 33139 Attn: Roy Coley, Public Works Director Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases, on the date of receipt or refusal. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent'of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 11 12.3 ENTIRETY OF AGREEMENT The City and CONTRACTOR agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.4 NON-EXCLUSIVITY Contractor acknowledges and agrees that, as a Co-Primary Contractor, this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor or as secondary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. [Remainder of Page Intentionally Left Blank] 12 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall.not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and CONTRACTOR agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: r 1116 By: Wir Cit Clerk Mayor 2 ri " Date: ll 3 yep; .... Cit c, i - ,A ..� INCORp -1 CRATED FOR CONTRACTOR: I '• c. ::DRP MERGENCY SERVICES, LLC ATTEST: V4 oL ...[.r...• '• ��..'. By: �U J. At_ ji .jr VT tat ar11114 , (06 4150 u�►I V P Print Name and Title , l Print Name and Title APPROVED AS TO Date: ' I lL1 i� FORM &LANGUAGE &FOR EXECUTION -WI - 12 City Attorney 62.443Date EXHIBIT A SCOPE OF SERVICES C3.TECHNICAL SPECIFICATIONS 3.1 Minimum Staffing Requirements. Proposers must familiarize themselves with City's Debris Management Plan (to be provided at pre-proposal conference), including but not limited to the City's division of its geographic area into 16 work zones. The Contractor must be able to expand or contract operations based on the size and nature of the disaster and in consultation with the City. However, the contractor must, within 48 hours of written authorization to proceed by the City, deploy no less than one(1)full debris removal crew in each of the 16 zones, capable of removing a minimum of 200 yards per day to the TDSR (see current FEMA guidance on debris removal crew and equipment makeup). Contractor must provide all labor,equipment and materials required to complete any tasks under this contract. 3.2 Debris Removal and Management. Contractor shall be responsible for the removal and proper management of disaster-related debris posing a threat to life or property. Contractor shall proceed under individual work authorizations approved by the City.Work shall be limited to eligible debris within the scope of work as defined by the RFP and by relevant FEMA guidelines and regulations. 3.3 Supervision by Successful Proposer. Under the general oversight of the City, Contractor shall supervise and direct all of its •work, workers, subcontractors, and equipment. Contractor is solely responsible for the means, methods,. techniques, sequences, safety programs, and procedures utilized. Contractor shall employ and maintain on the work sites a qualified Supervisor(s)who shall have full authority to act on behalf of Contractor, and all communications given to the supervisor in writing by the City shall be as binding as if given to Contractor. 3.4 Technical Assistance. Contractor shall provide disaster recovery technical assistance to City's Administration. This service shall include debris documentation and management for the FEMA public assistance program, including planning, training, and exercise development. 3.5 Quality Assurance. Contractor shall provide sufficient supervision and programmatic controls to ensure compliance with procedural and regulatory standards established by FEMA, State of Florida,and the City of Miami Beach. 3.6 Emergency Road Clearance. Contractor shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by the City. The debris shall be stacked on the right-of-way to allow passage of vehicles along the primary transportation routes. To the extent permissible under controlling FEMA debris monitoring guidelines,this work shall be accomplished using the hourly labor and equipment rates provided in the Cost Proposal of this RFP. 3.7 Operation of Temporary Debris Storage and Reduction Sites("TDSR"). The City currently has one site approved for use as a TDSR, which is located at 2800 Meridian Avenue, Miami Beach, FL 33139. In the event an additional TDSR is required, the City of Miami Beach will coordinate site 13 establishment and permitting activities. The Meridian Avenue site is currently permitted for use as a green waste facility. The Florida Department of Environmental Protection (DEP) has approved its use as a TDSR in prior tropical storms and hurricanes. The City makes available any TDSR site to the Contractor at no lease/rent charge; however,the Contractor is responsible for all TDSR'operations (including development, preparation and maintenance of the site during debris operations, • including maintaining daily logs, preparing site progress reports, and enforcing safety and permitting requirements during site operations) and Contractor shall be responsible for site closure to pre-use conditions in accordance with DEP requirements. Contractor's TDSR site development, preparation and facilities maintenance includes installation of entry and exit roads, and interior road(s), placement of temporary facilities such as office space,towers,security and traffic control devices for the entire,period of debris operations through site restoration. . If necessary, Contractor shall provide for gravel/lime rock placement for TDSR roads that require stabilization for ingress and egress and all other site developments in accordance with the attached unit cost bid breakdown. Payment for Contractor's operation, management, restoration and closure of TDSR shall be a per-cubic-yard price based on the volume of unprocessed vegetative and C&D debris entering the TDSR. 3.8 Vegetative Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible vegetative debris from City owned properties and public ROW to a TDSR within the City limits (see information above regarding approved and potential TDSR locations).This includes fallen tree and limb debris that is located on public property and ROW as well as hazardous limbs and trees removed by the Proposer under pay items below and placed on public property or ROW. Payment shall be on a per cubic yard basis. 3.9 Reduction of Vegetative Debris by Grinding at TDSR. The Contractor may, at City's option, be required to reduce vegetative debris by grinding. Price shall be on a per cubic yard basis(volume prior to reduction). 3.10 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Central Transfer Station located at 1150 NW 20th Street in the City of Miami, or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.11 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade North Dade Landfill located at 21500 NW 47 Avenue, Miami, FL 33055 in the City of Miami, or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.12 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Resource Recovery Center. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Resource Recovery Center located at 6990 NW 97th Ave, Doral, FL or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.13 Vegetative Debris Removal from Rights-of-Way(ROW)directly to Final Disposal Location. As directed by the City, and if a TDSR is not utilized, Contractor shall load and haul all eligible vegetative debris from ROW to final disposal to the facilities identified or other approved location(s). Price for this line item 14 shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.14 Removal of Hazardous Stumps. Contractor shall remove hazardous stumps as identified and directed by the City. Stumps must measure greater than 24" in diameter (measured 2 feet from the ground). Stump removal shall include backfilling the void with appropriate fill material and hauling the stumps to the TDSR. Payment is for stump removal and backfill only. For hauling purposes, stumps will be converted to cubic yards measurement per current FEMA debris management guidelines and hauled under appropriate line items for vegetative debris. For reduction and disposal purposes, stumps will be considered vegetative debris and handled as such under separate line items. 3.15 Removal of Hazardous Hanging Limbs. Contractor shall remove hazardous hanging limbs over 2" in diameter(measured as close as possible to the break) from trees,on public property and ROW, as identified by the City. The Citymust identify and approve trees with eligible hazardous limbs prior to removal by the Proposer in order for this work to be eligible for payment. Limbs shall be cut as close as possible to the first healthy lateral limb or trunk to preserve the health of the tree and avoid future hazardous conditions. Hazardous limbs shall be removed and placed on public property or ROW for pickup. Payment for this item shall be per tree. Payment for hauling, reduction and disposal of the hazardous limbs removed and placed on ROW will be handled separately under appropriate line items for loading, hauling, reduction and disposal of vegetative debris. 3.16 Removal of Hazardous Trees. Contractor shall remove hazardous leaning trees (leaners) 6" or greater in diameter(measured 54" above ground) from public property and ROW, as identified by the City. Disaster damaged trees leaning more than 30 degrees from vertical and trees with more than 50% of the canopy damaged shall be considered hazardous trees. Hazardous trees shall be removed and placed on public property or ROW for pickup, removal and disposal under appropriate line items. The City must identify hazardous trees prior to removal to be eligible for payment. Payment for this item shall be on a per tree basis. In the event that the root ball of an eligible hazardous tree is more than 50% exposed, the removal, disposal and backfill of the stump will be performed and paid under the line item for Removal of Hazardous Stumps upon,approval by City. 3.17 C&D Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible construction and demolition debris from ROW to ' a TDSR within the City limits (see information above regarding approved and potential TDSR locations). 3.18 C&D Removal from TDSR to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in line items 4 — 6. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.19 C&D Removal from Rights-of-Way(ROW)directly to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in line items 4 — 6. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.20 Sand Removal,Screening and Replacement(Beach Renourishment). As directed by the City, Contractor shall screen sand to remove all eligible debris deposited by the event. This process includes the collection of debris laden sand,transporting the sand to the processing screen located in the beach, processing the debris-laden sand through the screen and returning the sand to the appropriate beach location as directed by City. Debris removed from the sand will be collected,hauled,and processed as ROW debris. 15 3.21 White Goods Requiring Freon Removal. Contractor shall remove,transport, and recycle(or dispose of, at Contractor's discretion) all white goods that contain or use Freon, including but not limited to refrigerators, freezers, HVAC units, etc., from public property and ROW. Contractor shall be responsible for any disposal costs. Payment under this item will be per unit. White goods not containing Freon shall be loaded and hauled under applicable line items for C&D debris removal. 3.22 Freon Removal. Contractor shall, as directed by the City, remove Freon from refrigerators, freezers, and HVAC units. Freon capture must be performed by a licensed technician. White goods may be transported to a storage area before decontamination as long as Freon is not released during the removal, hauling, or recycling. Payment under this item will be per each unit. 3.23 Hazardous Waste Removal and Transport. As directed by City, Contractor shall remove and transport any Hazardous Waste identified by the City or its representative to the TDSR or other central collection site identified by the City. Contractor must follow all applicable local, state and federal laws and regulations in connection with this work. No disposal fee is to be included in this line item. To the extent practicable the Hazardous Waste will be segregated in the field and hauled in concentrated loads. Payment under this item will be per pound. 3.24 Removal, Hauling,and Disposal of Dead Animal Carcasses. The Contractor shall remove haul and dispose of dead animal carcasses as directed by the City. Disposal must be in accordance with federal,state,and local regulations. 3.25 Hauling Reduced Vegetative Debris to Alternative Sites. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at TDSR to alternative disposal locations determined by the City. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. C4. HOURLY LABOR AND EQUIPMENT RATES Immediately following a disaster during the term of the contract, it may be necessary to perform emergency clearance of primary transportation routes as directed by the City. (Refer to City's Debris Management Plan.) Payment under this item, at City's option and subject to FEMA guidelines, may be on an hourly basis for manpower and equipment as listed in Group 6, Appendix E, Cost Proposal Form, and in accordance with the submittal instructions therein. This hourly work will only be conducted through the first 70 hours following authorization to proceed and as agreed in writing pending the development of fixed fee/lump work scopes. 16 EXHIBIT B CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: DRC Emergency Services, LLC PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Contractor for Disaster Recovery Services of the City of Miami Beach (RFP No. 2018-002-JC) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Project Administrator- Date Contractor Date Assistant Director Project Administrator-Director Date 17 EXHIBIT C BAFO Price Form [See next page] 18 BAFO FORM (REVISED) Failure to submit the 13AFO Forth, in Its entirety afld fully executed, by the deadline established for the receipt ofi propasafs,wrll result in:proposal being:deemed nonresponsive and being rejected, , Proposer affirms that the prices stated on the BAFO Form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions,specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The BAFO Form shall be completed mechanically or, if manually, in ink. BAFO Forms completed in pencil shall be deemed non- responsive.All corrections on the BAFO Form shall be initialed. ** PRICING FOR EACH LINE ITEM OF GROUPS 1-6 SHALL BE BASED ON THE AMOUNT OF DEBRIS LIKELY GENERATED BY A CATEGORY 3 STORM EVENT INFLICTED UPON THE CITY OF MIAMI BEACH. THE ESTIMATED QUANTITIES ARE BASED ON U.S. ARMY CORPS OF ENGINEERS MODEL, AND ARE BEING USED HEREIN FOR COMPARATIVE EVALUATION PURPOSES. GROUP 1: TDSR OPERATIONS: f.h `'4:Y-a '"�S' .:rt ...L Y'x to .. .i¢x.61<S L.-..#,'y., i""tY a ::.G _ ..F, a :,i >t v •;nc �'+ x..,,. st 5k r'- " -:a r a '"+� x .� :> r c - $}z. u s .;„` ..a....__ r ::#.s..„x Sx s t --r.,ii-'.c't.x` t "z• � ,-. ';' t5nne .' .- a .. . ,t -. * gar. } .z; k�3 z'. \.-'- ,. cr- � ` Ev,.+. "S'- ^x ;. t;_ x,. ' SYf - -c-- .;r s i x�` ,f5, < .. ' .,,f,._c` `p''ta ' 1 th,.x 2--11 .k-3f1111,1114C0-13, , .� .,-- ='El �:: w u '`.'�v -:s ,-9'- s a „� a a" _':� 7.z, ga-.= - -, R y s ".� ` -ags 1111 t1. -i G?: �} .: 11' i r ;�j lJ Cpm tK gentle Cost Rr ., �-; a rt'��,� ,n.x.�'Gr.,�i:`r .,,-r w�,.�"Sr�... ,..."s:..Y„�''r.' .hi F.3i�.. �c�`-A�»�:� -�?.c ,..,��`,^s�'S�'�.,�� ca u ,..acd� [ � 9 a, •s�x 1. Operation of Temporary Debris Storage and 875000 Reduction Sites("TDSR") CY 1.95 $ 1,706,250.00 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY 600 $ 16.50 $ 9,900.00 3. Installing 8 foot chain link fence with wind screen with 20 foot entry gate(s), LF 6000 $ 11.95 $ 71,700.00 4. installation of 4 foot protective chain link fence for interior site protection (trees, etc.) LF 200 $ 8.25 •$. 1,650.00 5. Furnishing and installation of inspection tower-3 sites Per Tower 6 $ 0.00 $ 0.00 Y ' r};� k • : 1' t �6: ..f .a�' 'lj„...ry'f ✓?ra,�:+r ...�e9 Wk -H , P� 4 » M , �r �fm Mz ,,,15 . 1 c ryxr"t�7 ��6 Lr� utx� ruu � � .'.$ 1 789 500.00 Mr tix -« k— . 3 • • • • • GROUP 2: VEGETATIVE DEBRIS MANAGEMENT: g7�t:fF".fi'.:e o x,�.;.i y e "s�.t�^,scM2tx_�..,�a:•'�,`^t��,R"�`+ -a 0+`S h�F+� .�.�yi� l"-� t1t,�rtr Ef4.3?�sYrt 145.: A-0, fcpSvut ���Vg.faV ,Wr � 4r13�.}.wLdS .%,ma�a1c`� ,.I gc^t^k erck>. 7rS�l.vK*zio�sttia�a`,zrtr.'tc.i45044* i : ,N..F >.Fq On.a,k ax-.034k; M1+'aKx:+.Z, 6. Vegetative Debris Removal from Rights-of- • Way to a TDSR within City Limits CY 225000 ,$ 8,74 $ 1,966,500,00 7 Reduction of Vegetative Debris by Grinding at TDSR 4 to- 1 reduction ratio CY 225000 $ 2.95 $ 663,750.00 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Up to 15 miles CY 18750 $ 5.95 $ 111,562.50 9' • Hauling Vegetative Debris Reduced by Grinding from TDSR to 15 to 25 miles CY 18750 $ 6.95 $ 130,312.50 Hauling Vegetative Debris Reduced by Grinding from TDSR to 25 to 40 miles • 10. CY 18750 $ 6.95 $ 130,312.50 Vegetative Debris Removal from Rights-of- • 11. Way(ROW)directly to Up to 15 miles CY 35000 $ 8.74 $ 305,9.00.00 Vegetative Debris Removal from Rights-of- 12. Way(ROW)directly to 15 to 25 miles CY 35000 $ 10.95 $ 383,250.00 13. Vegetative Debris Removal from Rights-of- 428,,945.25 Way(ROW)directly to 25 to 40 miles CY 35895 $ 11.95• $ ,3 K '� is t, }'(ti t -.`. � , -`"'�1ip'=3 .N -M u ti�h .�' n. y - x.+y l�,x*,T 5'\ x,.�. r+' .y ,sk,+ �'1. :',"Rv y. ,-a" -; ,"' , ,k .,w-� ..,��;.'^Li`ees.� � �+e ` `it - a;gx - " �J't.y' tr'"i5 ^.�``:3F�..p .l^ ,,,,{ ., t}i,s tr_.;t�n. `�y,'i� .,U....�;.*,.. X •.i:"�i�. k t,� x',�iJ` ,w.,v�Y 4.iM'ss.°v d.f's� a• c: �' ..25 ��at�,s..t" ,a=, �?�xr�-+, �iG ae. ,.{� ,� ¢ � . •,�.'�� A` :k �-. s`'Lh`'r t a sr'ss4x. .r r a w 4 fix+ n r,. xM ,,y,,.;� :�ti. . .�,,,��.�.:� n �`��,t: � . i ate_ ..�;.:�Aid.�.r," „r�:<.��2'� ;s�,` �t .,� � i:A� .� y. �� � � dee:: L t'" �S • { Nr s ry Gti:� 14. Removal of Hazardous Stumps Greater than Per Stump 24"to 36"diameter • 50 $ 200.00 $ 10,000.00 15. Removal of Hazardous Stumps Greater than Per Stump • 36"to 48"diameter 25 $ 300.00 $ 7,500.00 16. Removal of Hazardous Stumps Greater than Per Stump 48"diameter 10 $ 400.00 $ 4,000.00 17. Removal of Hazardous Hanging Limbs Per Tree 1200 $ 95.00 $ 114,000.00 •wx';¢-, ++:� 4..S^-- :,>k :- Asa;: .:•#E s„ k�'-�' ^s.t ' 5 's`''i ' v e:,r,f rF".. 'a r Ys�e -VI "3 pv:. x tr »' x t s ar w ..: e� ,u.,.y^, C e-c.w. `- 'w .a. •rx: +vim :. i,..,U sn :.kr '°•�w t '. t,i��.%, le.,,st- Fta� #:ti �1 �'•a xy � �3��4" c .f � � .�� � � �" z3.-, tom'• pa^��.s^'.".,5•°-_w ,ems, Y�. r ,.. 3 rz7,_.ta y g^! ,x"1.;,,..xr, 'f"- 4i2p. gq,, T� ,t,., y . '+ xa:" .i..,:. ,., r :.i#'`.i?rr',�} Q} _�abt:.3`,vt2 ..ifs..,+_It" ;•l. v'.i "'.c, 1 zn� �` .e , �.`°.0 F .''.. „a3.a•: Y•r k'�_`y�.cf.� ytS-..a5J ...�,�:. �' _'.. ._ � � � fi-T P: ^K5'� '�S^��%�' 't¢.'u...j.. y)rh;�,...ii.' .uhf �'.E'?R'-�}'ll^"3(��.,2,�1 A'S 5 ��� "K. t,5�..i�� �': ",C>�1...«-..}^3„-.�'.,.. '" rte,-y.;...'� r r �.... y.;y i't,..,?it.•y x:a:�.n �k'x;. t'._.o,Ki;-4=.• .$. , 7,,, - s ?r.'c- +,v�-,.,. x amu,,:t� •' 's xrr. .W •F.a,'t-• ..q x..)"✓rl:r: "R: ,a `s' a .rtyK+ i6 , ,s..€'bt �• " •.^w.,t., `r s. x '� s, a `t§✓ S Y t Nti ,�s4:E a. s si .�+ 3 u• r�. ,_* ,� ''r3.y4: r,;L.st_.^;;5x?. ;z< -) `. _.¢:a�ssa,.., �. rs::.,.k:�....,*il...�0.+..iGxt:�:z:�n�,.�rs .i,�`�a�uY....,,n�n.,x�,`•x�:aa.3 r,:�':r-'�k!a+ �r"f ;_r'•'����3,+�+ St, 1,. ,� i.��� "^:r.ti;-e.,#. ,,,YAU xS. ��y.�'d���3-y+'•�m� �.�.ag7^a• � d,.�F �c.at� �f R L�4'a-e�,P:� ''%. .b •Removal of Hazardous Trees Greater than 6" • 18. to 12" diameter Per Tree • 100 $ 50.00 $ 5,000.00 Removal of Hazardous Trees Greater than 12" Per Tree 19. to 24"diameter 75 $ 100.00 $ 7,500.00 Removal of Hazardous Trees Greater than 24" Per Tree 20. to 36"diameter 50 $ 175.00 $ 8,750.00 Removal of Hazardous Trees Greater than 36" Per Tree 21. to 48"diameter .15 $ 275.00 $ 4,125.00 Removal of Hazardous Trees Greater than 48" Per Tree 22. diameter 10 $ 450.00 $ 4,500.00 ,4. 1 ro� ,,now. A s,:Z ., � oa 4 's :' fRd00, iuIa w"� M fa , y '::*, ::v.,, 'r-,:e :- e . rOMW..44 fv?)'" g : 4qd'A, Nal ` S p.42Yi ' hN�a3aiv t imektht �0F bn1y °•• q '„ � trlm ; $ 4 285 907.75; rt4e- s - : 1yC3a,1,4 : € o- -6 ;�,Weli-4rw,toMh4, Wnkir , ' i • GROUP 3: C&D DEBRIS MANAGEMENT: + �."a` s.•.• z.,�x`%."-"r'� "".�N.,.rt,�g+ '.'.ax�;gt r� ts�.�vr«z.t�,� a .#a���f �.� ,�,':„,„;_ e. v�. Y.•. } r +..rie.� ,,+:r,�:;z ri"i;:ai I,' s { . 'g' .5 VAlc-M�ee°2 k TA i4,3 1 s3 y�.t - t' 'ii 4 r r-* z 1 tr y r ., y t "s , r :✓�< �q�f. 4 fi rµa l Lei a F„ ,�,� $� `",��k�,.H�� .��y�y}� >f^_ �>+rc ,� .F. fK,t,. °z'��c `' "',�. '..'�'a� ��t�m�Y..;, a�I .�c '3`'�`��.�''fs� '�` 3`, 'lisi� �,'?�4� .y •,�+ ..»�1, LJ ` 4'IS' '1Q 'tom`4�•iM 4`�+'a OAF, -:U�"'/ V;r �i�Osl ua p` b9F., :w' „.43:.':>x._�..;;,•:'. s'°,,s ` ..�x.. G."'.S>`t"`3 .^u<^.A., ;: w F};.'k',.c ftv ?„"'f�'��.._.�:o;. z 4'„ �.Si',1 c,. �, ' - �?a^`- C&D Debris Removal from ROW / 23. to a TDSR within City Limits CY 650000 $ 10.75 $ 6,987,500.00 C&D Debris Removal from 24. TDSR 20 to 30 miles CY 200000 $ 5.95 $ 1,190,000.00 C&D Debris Removal from 25. TDSR.30 to 40 miles CY 200000 $ 6.95 $ 1,390,000:00 C &D Debris Removal from 26. TDSR 40 to 50 miles CY 150000 $ 6.95 $ 1,042,500.00 C&D Debris Removal from 27. TDSR 50 to 60 miles CY 50000 $ 6.95 $ 347,500.00 C&D Debris Removal from 28. TDSR 60 to 70 miles. CY 50000 $ 6.95 $ 347,500.00 C&D Debris Removal from ROW 29. 20 to 30 miles CY 50000 $ 5.95 $ 297,500.00 C &D Debris Removal from ROW CY 30. 30 to 40 miles 25000 $ 6.95 $ 173,750.00 C & D Debris Removal from ROW. CY 31. 40 to 50 miles 25000 $ 6.95 $ 173,750.00 C &D Debris Removal.from ROW CY 32. 50 to 60 miles 12088 $ 6.95 $ 84,011.60 C& D Debris Removal from ROW CY • 33. 60 to 70 miles 10000 $ 6'95 $ 69,500.00 � �..' v�r'r'"a^^' 'r'tx °,�,d Rik:sfi.�5 '44, �1 �y �. �.•rys's^s�n�r.aa �, Fi, o rL, �-r.: s t"�4 'a€'k3' ��" ° , yA.F,+ '" /,��"11fi�.'}'('a., s rg Rg rk4(',y.1 ��ti r R'�'' "„'7' v. +�' r �� Ka'b�rj 4�%2-�'�ss_rS�"�r� tc, 2� u �7 r 3 �E 1 a f�� '�9 7 y.,, sas .ta�,�'• �" �� 9,�, ' vuvksjmgifge:oft,dopsfvdokwti.:akwt-Avqtf-,Axoz*S ---rztdo ' : k � .Gfpr;h. f-Ax?,z, .i,,. r 5 4n,...,xi..r,}f`p` .,:w� 3 to,�.....-go ' ,. �x�z R(5 ha-Sll ^0t'r/,., - rw a $ 12103511.60 � ���+'.�.Ma� �`s;F,.F'..��x��aC,� '� 'n"°M'a�`� ,.e�'ti5 .;'.'".��'�."?a.ir�; �;�����>.y-� i�L� 2.'^,•-��.'��kY�'��,�Y°'.:s6nX�t' d �+'�.7-Tri,`-1�1s°,,d..->A 5 , GROUP 4: OTHER SERVICES {,r N�. °'r i s. ,.'WR c�. ,s. ., :.. P k¢K 1 j.,•. r. max"'""+"t r: :n•: '"fr• ii �ti `-:. r -,,,m, II f i�a-:'gUII . �Y s. t ,,<,-., n t1�'. +t% ��.� ., ��r w',�c,< :�'��,s, .fi;r�"� :. ':� '^1 �st,S E`t' �. tiTI r trt 're r �b' ,V sviti�Y �n�.....te��k. # o-,r. 5 a�^3'..#�K 7 �a# Sand removal, screening and replacement $ 17.05 $ 767,250,00 34. (beach restoration) CY 45000 Loading and Hauling White Goods $ 35.00 35. Requiring Freon Removal Per Unit 4419 $ 154,665.00 36. Freon Removal by Qualified Technician Per Unit 4419 $ 35.00 $ 154,665.00 37. Hazardous Waste Removal and Transport Per Pound 331425 $ 4.95 $ 1,640,553.75 • Removal, Hauling and Disposal of Dead $ 0.25 38. Animal Carcasses Per Pound 2209.5 $ 552.38 39. Bulk Ice, Delivered Per Pound 12000 $ 0.60 $ 7,200.00 T`Y<!`TE y',h r�.�, !J 3 .Y• F"'Y'><5. s6� N 9 t 1 � ih,. V 1 2 }F' n`��' a�' ay'qtr ,-1 n.:jm ` .1,ta .v;;('^-sl-f- vr�,+.' '.'F,.: t '° ;.%+fi'� ui� 4'i t f'c s' •w.i t° F. ..4 M. 4 r-f �'"w f� c '3?:- `>9{ y ` A '"�, � 'r: -'�t�fi'st moi`. x trY d� ��,��7 y�.F�a.�'.. .:�,fJ� �t`�s N�,y _p::^� 3' a;Isg�"�` �, ,t `at '+� 43� � �a-.,ffi,p i�.}',S. ,'i�`d.. '� �' ^c�3r's't.rFa r;9:aft-�.� ��i SVr 3 s'7r4w4 .y? -r-' r,,0 o°°. 'L"r.: `` r N g ,yap;� ^ •; j^.'i' . ..�.' -iii,ty riE3#3 s✓'.8tg,�Va.YF Cs„.[�x 0.074.40-104-'" �^,:.`'�v�-�^",K�`•''�°4"�o Y `'� '�d��.� ,��Cr''s'i �w�._ Y e �{PuW'��' a • '.hx�r; 'i' ��?�:'�,z� '�£�4-.-fs' tt� F � ,ea`� 3`-F, % "4 r 1e'� 0 $ & ..�..~ . vi s 4r- `l.im$ 2,724,886.13 szk ��kra x a 7 L ; c� v yS T ,t � a�waYr�wikir, 7 r'>k .r.--i..r! _"�.n.?..x^-.*.' v s: .=c.-tio,.#. Ti�%t..,x.a .....?i iff.�,.a '6,•s"ca 2,'��.+.,aret.,f':+,k'ul' e-' �,:t $--Mg: .. =n or,.-'$55.{#",t.j-04:w- a' -�..,. GROUP 5: HAULING REDUCED VEGETATIVE DEBRIS TO ALTERNATIVE LOCATIONS r� i Ptg €^S iv3'Yy'`� "a `x= 7.: .{st°c• 4 %k._ - 'a ,T.«;t kc:J _:,�,ar-t k k". ;� i tease x s'gx>�iY, .. :.e+s.. „x m ill AM ice` $.k, -..p, 5 4 i.�'v�i,,p�fh F�h' �S �F> 's •. "� 4p �r'i ���x�,x" q.�mrY�r� rr.*t'ifs a�'k�N� q -`,�'`'sr�•��,. v°5'�'-^: �.2v 1 s F.'k ' fi„' - ,-, 4e s r.k '�` ' e ....rs t�' .!It 'Nr�� e V s; - � Re.,��^^ x � ''�' s ro y; e '� *' *4 � .1pir. ..c' Lir"","-y "� ^'a � 'Sl `�� i i. C�. tys, 1 ��i„Sy: x�. '�'�.a ,'�. .4 IE ,& ,,Ietrt� ,f a) t�PC�o 4 a, el ,.F kr at}be +ta y 1 xc e -a s 3"' gr," ,4, ° '^,',W5 '".X .. ...., '10-4A41VN . €`4-,: .'4�. ale-uilw..ex✓. .a.„di..rd?4tk,w E 3�Lsv 1i • 4,...;;:- ,`K.' .;,X-. s _ .@tg"• .. r tt eg, ,ti»..t�, 40. Greater than 40 Miles-50 Miles CY 18750 $ 6.95 $ 1$0,31.2.50 41. Greater than 50 Miles-60 Miles CY 18750 $ 7.45 $ 139,687.50 42. Greater than 60 Miles-70 miles CY 18750 $ 7.95 $ 125,212.50 my'k fs`"'zi,Y j..y.� -� rs�£.4::; -V.ss,s-,ctz..,'i V- v- _ Irikg 2% a 1 --.-,.,,,V4,20'4:-4'.(01.=-1. . "W,'1,04),•,,kq----h° .A t��� N,. Y y e� >r 9 1 1'1 ^ A '. 4 ,, "{, ,-",11:41.-&, `t� 'ins sk', n > '�� 3`�Y �.;.i �3 > � { .44-i14?' d� �� s'� �i��k . � s,*, ,` T , x r; o t '0,..1k194?-.If ,. -W „ j C* i - � --:4$ 395,212.50 amr, .4k: ;Z�A.:a4--i4iaA. ,, .., ;46, _..L.,1,-P.: '. NWit--'"k.. ,xw` ....ash,. $t +:�s.x r . :t atMcMer0. _` * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: "" T ' z s': r ' „ `" gao �a l� #'v+af c: 4 'sr,., 314 ,:.400,5f }1 elI- T .` 'x0,' i}io,,,, cr 'c - . 4 ^;� T " `,- ssli�u �r . gszfP „�4 �x d ' -_.44 P "-- ItiOtattfai sS :K � i ; $ 21,299,017.98�f,,L- nT _ " s,74 :c ' ti-tr,_ : k�. a*mi5riv;,A' Yswr NOTE-Based on disposal limitations and restrictions experienced during Hurricane Irma in 2017, DRC sought additional or competitive sources of final disposal for reduced vegetative debris. As a result of our extensive search,we signed letters of intent with certain permitted and certified mulch recyclers in the state of Florida that will provide a significant reduction in overall disposal costs relative to the disposal rates experienced in 2017. These are exclusive contractual agreements and we would like to offer these savings to the city of Miami Beach. Based on an estimation of 30,000 tons-of mulch disposed to North or South Dade Landfi with an approximate disposal cost of$85.00/ton, DRC feels we can save the City over$2,000,000.00 with our new disposal terms. 6 GROUP 6: HOURLY LABOR AND EQUIPMENT RATES (*All equipment rates include the cost of the operator,fuel,and maintenance.All labor rates include the cost of personal protective equipment, including but not limited to:hardhat,traffic safety vest,steel toed shoes,gloves,leggings and. protective eyewear.) lata f g"rm ,`2A.113eNtitelntga#nlit � 43. JD 544 Wheel Loader with debris grapple 70 $ 125.00 $ 8,750.00 44. JD 644 Wheel Loader with debris grapple 70 $ 135.00 $ 9,450.00 45. Extendaboom Forklift with debris grapple 70 $ 135.00 $ 9,450.00 46. 753 Bobcat Skid Steer Loader with debris grapple 70 $ 50.00 $ 3,500.00 47. 753 Bobcat Skid Steer Loader with bucket 70 $ 50.00 $ 3,500.00 48. 753 Bobcat Skid Steer Loader with street sweeper 70 $ 50.00 $ 3,500.00 49. 30-50 H Farm Tractor with box blade or rake 70 $ 25.00., $ 1,750.00 50. 2-2'/cu. yd.Articulated Loader with bucket 70 $ 175.00 $ 12,250.0n 51. 3-4 cu. yd.Articulated Loader with bucket 70 $ 175.00 $ 12,250.00 52. JD 648E Log Skidder or equivalent 70 $ 175 00 $ 8.750.00 53. CAT D4 Dozer 70 $ 165 On $ 11,550.00 54. CAT D5 Dozer 70 $ 200.00. $ 14.000,00 55. CAT D6 Dozer 70 $ 200.00 $ 14,000.00 56. CAT D7 Dozer 70 $ 219 nn. $ 14,700.00 57. CAT D8 Dozer 70 $ 910 00 $ 14,700.00 58. CAT 125-140 HP Motor Grader 70 $ 100.00 $ 7.000,00 59. JD 690 Trackhoe with debris grapple 70 $ 155.00 . $ 10,850.00 60. JD 690 Trackhoe with bucket and thumb 70 $ 155.00 $ 10,850.00 61. Rubber Tired Excavator with debris grapple 70 $ 125 na $ 8.750.00 62. JD 310 Rubber Tired Backhoe with bucket and hoe 70 $ 125,00 $ 8.750.00 63. 210 Prentiss Knuckleboom with debris grapple 70 $ 700 00 $ 14,000.00 64. CAT 623 Self-Loader Scraper 70 $ 100.00 $ 7.000.00 65. Hand-Fed Debris Chipper 70 $ 250.00' $ 17,500.00 66. 30 Ton Crane 70 $ 250.00 $ 17,500 00 67. 50 Ton Crane 70 $ 750 on $ 17,500.00 68. 100 Ton Crane 70 $ 4R5 on $ 33,950..00 69. 40-60' Bucket Truck 70 $ 'inn nn $ 7,000.00 70. Greater than 60' Bucket Truck 70 $ 150.00 $ 10,500.00 71. Fuel/Service Truck 70 $ 50.00 $ 3,500.00 72. Water Truck 70 $ sn no $ 3,500.00 73. Portable Light Plant 70 $ 25.00 $ 1,750.00 74. Lowboy Trailer with Tractor 70 $ 100.00 $ 7,000.00 75. Flatbed Truck 70 $ 50.00 $ 3,500.0b 7 . J 76. Pick-up.Truck (unmanned) 70 $ 5 on $ 350.00 77. Self-Loading Dump Truck with debris grapple 70 $ 75.00 $ 5,250.00 ' 78. Single Axle Dump Truck, 5-12 cu.'yd. 70 $ 25.00 $ 1.750,00 79. Tandem Axle Dump Truck, 16-20 cu.yd, 70 $ .50.00 $ 3,500.00 80. Tandem Axle Dump Truck, 21 -30 cu. yd. 70 $ 75.00 $ 5,250.00 81. Tandem Axle Dump Truck, 31 _50 cu.yd. 70 $ 100.00 $ 7,000.00 82. Tandem Axle Dump Truck, 51 -80 cu. yd. 70 $ 100.00 $ 7,000.00 83. Chainsaw(without operator) 70 $ 5.00 $ 350.00 84. Temporary Office Trailer 70 r $ 50.00 $ 3,500.00 85. Mobile Command and Communications Trailer 70 $ 50.00 $ 3,500.00 86. Laborer,with small hand tools 70 $ 25.00 $ 1,750.00 87. Skilled Sawman 70 $ 25.00 . $ 1,750.00 88. Crew Foreman.with cell phone 70 $ 25.00 $ 1,750.00 89. Tree Climber 70 $ 50.00 $ 3,500 00 90. LF of Security Fencing 70 $ 7.50 $ 525.00 91. Ton of Crushed Stone Placed and Graded 70 $ 78"00 $ 5.460.00 92. Sand Screening Apparatus 70 $ 75.00 $ 5,250.00 93. Traffic Control Devices 70 $ 25 00 $ 1,750.00 94. Temporary Light Tower 70 $ 25.00 $ 1,7A0 n0 95. Site Security Systems(camera etc.) 70 $ 50.00 $ 3,500.00 +` "x-r iPUA 4 Gxi. 3rtir -.'. x 3! c + ravler ' ° a yAesa wfs vsx r ' � �iotl0 O:6.5 Bp ii �Y4; ,v � - & 396 935.00 ''• ;'.. ; ; t4: I -%0W-12,e7 -V4 . �a: 4 ?4, -k$ t .-D .. *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: �i'"� red. f�+': S.F �ga�z�-"" �er°`�"e'�t'r - it ; ,-,��n`�'a�`kz�'� g' ��� ���3�� PPV i� , 'Y.ai'. .. •-y P}a�r�, ,�,+'�'- "- ew' `'.'ita''i.#�5 .'&��`�`�A` s 24: �4� s' �'� ty tis."fire �� �3"' 7:• 'x-- ttyF3' Y °Y' r:��aL,�� �� 4 q�,t`'�y#."'.ts'�sa R e � �`��5�'�y,�A ^�k.�c�r. .c. T,� a3» 'c t''4 ig 1ti" .ter _ r, .ti._ T. �i', rtr �x�.v 1 i;, ' ;T.", 14 OJ '' b Vipb.-� Fb�n '1i '4".11 �° �; IN 4 _,0 5 1 $40-1." �yvs#e .. . .- � ,,,:; .01 , ,,A ®w _..,.. x �. �.r 21,695,952.98 Bidders Affirmation... .. Company: DRC Emergency Services,LLC Authorized Representative: Kristy Fuentes Address: 110 Veterans Boulevard,Suite 515,Metairie, LA 70005 Telephone: (888) 721-4372 Email: I(fuentesPdreusa.c'•,r . Authorized Representative's Signature: ;e. ; /'�� tva • 8 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM RESOLUTION NO. 2018-30436 • A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, PURSUANT TO REQUEST FOR PROPOSALS (RFP),NO. 2018-002-JC, DISASTER RECOVERY SERVICES, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE FOLLOWING FOUR' PROPOSERS: (I) CERES ENVIRONMENTAL SERVICES, INC., THE 1ST RANKED PROPOSER; (II) CROWDER-GULF JOINT VENTURE, INC., THE 2ND RANKED PROPOSER; (III) D& J, ENTERPRISES, INC. D/B/A D & J OF ALABAMA, INC., THE 3RD RANKED PROPOSER; .AND (IV) DRC EMERGENCY SERVICES, LLC, THE 4TH RANKED PROPOSER; AUTHORIZING THE CITY MANAGER TO SELECT THE TWO (2) PROPOSERS OFFERING THE BEST PRICING TO THE CITY, AS THE CO-PRIMARY CONTRACTORS, AND THE REMAINING TWO (2) PROPOSERS AS THE CO.SECONDARY CONTRACTORS; AND, FURTHER, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE FINAL AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, in the event of an emergency,such as a hurricane, the City lacks sufficient resources to undertake debris recovery operations without additional resources; and WHEREAS, the City's current contract No. 27-11/12 for disaster recovery services expires on August 27, 2018; and WHEREAS, because disaster events often result in significant quantities of disaster debris, which can pose a. threat to life and property, the Cityy has decided to re-award, in advance of any disaster, a standby, pre-event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency (FEMA); and WHEREAS, the Administration prepared, with the assistance of the City's disaster recovery consultant, Tidal Basin, a Request for Proposals (RFP) 2018.002-JC to seek proposals from qualified contractors to provide disaster recovery services to the City in order to replace the expiring City contract; and WHEREAS, on March 7, 2018, the Mayor and City Commission approved the issuance of RFP No. 2018-002-JC, Disaster Recovery Services (the "RFP"), which was issued on March 12, 2018;. and WHEREAS, the Procurement Department issued solicitation notices to 340 firms utilizing www.publicpurchase.com, and 107 prospective proposers accessed the advertised solicitation; and WHEREAS, a voluntary pre-proposal conference was held on April 4, 2018 to provide information to the proposers submitting a response; and WHEREAS, on May 7, 2018, the City Manager appointed the Evaluation Committee via LTC # 250-2018, which was comprised of Jay Fink, Assistant Director, Public Works Department; Omar Leon, Urban Forester, Environment and Sustainability Department; Juan Mestas, Assistant Fire Chief, Fire Department; Adrian Morales, Director, Property Management Department; and Albert Zamora, Sanitation Director, Sanitation Division; and Services, LLC, the 3rd and 4th ranked proposers, respectively, as the secondary contractors; and ' WHEREAS, on July 25, 2018, after considering the City Manager's recommendation, pursuant to Request For Proposals (RFP) No. 2018-002-JC, Disaster Recovery Services, the Mayor and City Commission authorized the Administration to enter into negotiations with the • following top-ranked proposers (when considering the factors associated with a category 3 hurricane): Ceres Environmental Services, Inc., the 1st ranked proposer, Crowder-Gulf Joint Venture, Inc., the 2nd ranked proposer, D.&J, Enterprises, Inc. d/b/a D & J of Alabama, Inc., the 3rd ranked proposer, and DRC Emergency Services, LLC, the 4th ranked proposer, in order to determine the best price for the City, and further authorized the City Manager to select the two (2) proposers offering the best pricing, as the co-primary contractors, and the remaining two (2) proposers, as the co-secondary contractors. NOW, THEREFORE, BE IT DULY,RESOLVED THAT BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,, pursuant to Request for Proposals (RFP) No. 2018-002-JC, Disaster Recovery Services, hereby authorize the Administration to enter into negotiations with the following proposers: (i) Ceres Environmental Services, Inc., the 1st ranked proposer; (ii) Crowder-Gulf Joint Venture, Inc., the 2nd. ranked proposer, (iii) D & J, Enterprises, Inc. d/b/a D & J of Alabama, Inc., the 3rd ranked proposer; and (iv) DRC Emergency Services, LLC, the 4th ranked proposer; authorize the City Manager to select the two (2) proposers offering the best pricing to the City, as the co-primary contractors, and the remaining two (2) proposers as the co-secondary contractors; and,further, authorize the Mayor and City Clerk to execute thefinal agreements upon conclusion of successful negotiations by the Administration. 1 PASSED AND ADOPTED this a?S day, of J 1. -2018.. Dan Gelber, Mayor ATTEST: Psts-c. 3t 'Lm = ,` .................' yes Rafael E. Granado, City Clerk :1.1:71.NSCORP\12.0"/RATEDY-**-- : 0 , 411 CH : 411. 264 44' APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Atto"_y yJ `lam Dote WHEREAS, on May 11, 2018, the City received a total of eight (8) proposals from the following firms: • Arbor Tree & Land, Inc.; • Ashbritt, Inc.; • Ceres Environmental Services, Inc.; • Crowder-Gulf Joint Venture,_Ina; • D. &J., Enterprises, Inc. d/b/a D &J of Alabama, Inc.; • DRC Emergency Services, LLC; • RAS Investments, Corporation d/b/a RAS Construction; and • TFR Enterprises, Inc.; and WHEREAS, the Evaluation Committee convened on June 13, 2018 to consider proposals received in accordance with the criteria established in the RFP, considered the proposers'qualifications and initial costs, and ranked the proposals, as follows: 1st- Ceres Environmental Services, Inc.; 2"d- DRC Emergency Services, LLC; 3rd- Crowder-Gulf Joint Venture, Inc.; 4th - Arbor Tree & Land, Inc,; 5th—Ashbritt, Inc.; 6t" - D. & J., Enterprises, Inc. d/b/a D &J of Alabama, Inc.; 7th -TFR Enterprises, Inc.; and 8th- RAS Investments, Corporation d/b/a RAS Construction; and WHEREAS, the RFP also contemplated that pricing be considered based upon the amount of debris to be collected or services required during a Category 3 Hurricane; and WHEREAS, when using estimates provided by Tidal Basin, which were obtained using an:Army Crop of Engineers model, as a more realistic indicator of the costs that the City could experience during a Category.3 Hurricane, instead of just considering the sum of all unit costs, and without altering the scores for qualifications and proposals, the ranking of the proposals is as follows: 1st- Ceres Environmental Services, Inc.; 2"d- Crowder-Gulf Joint.Venture, Inc.; 3rd- D. & J., Enterprises, Inc. d/b/a D'&J of Alabama, Inc.; 4th- DRC Emergency Services, LLC; 5th—Arbor Tree & Land, Inc.; 6th-Ashbritt, Inc.; 7th-TFR Enterprises, Inc.; and 8th-RAS Investments, Corporation d/b/a RAS Construction; and WHEREAS, pursuant to the recommendation of Tidal Basin and the City's Public Works Department, in order to ensure that the City has the necessary resources to be able to deploy services to multiple areas of the City, simultaneously, during a category 3 Hurricane, the Administration recommends creating a pool of contractors, to include two (2) primary, contractors, as well as two (2) secondary contractors, with each providing back-up in the event of a default by either or both co-primary contractors; and WHEREAS, having reviewed the proposals received, the results of the Evaluation Committee process and the recommendations of Tidal Basin and staff, the City Manager exercised his due diligence and recommended the ranking of the proposals which include the cost estimate criteria for a Category 3 Hurricane; and recommended that the Administration be authorized to enter into negotiations with Ceres Environmental Services, Inc. and Crowder- Gulf Joint Venture, Inc., the 1st and 2"d ranked proposers, respectively, as the primary , contractors, and D. & J., Enterprises, Inc. d/b/a D & J of Alabama, Inc. and DRC Emergency Agenda Item R7 0 Date MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Dan Gelber and Members oft City Corn ission FROM: Jimmy L. Morales, City Manager DATE: July 25, 2018 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2018-002- JC, DISASTER RECOVERY SERVICES. ADMINISTRATION RECOMMENDATION Adopt the Resolution. FUNDING Grant funding will not beutilized for this project. BACKGROUND In the event of an emergency, such as a hurricane, the City lacks sufficient resources to undertake debris recovery operations. While assistance may be available from the County, State and Federal government, these are not sufficient to restore a community that has suffered a catastrophic disaster. Also, the resources of the various governments are spread thin over the affected areas necessitating contracted private sector assistance. Disaster recovery services include, but are not limited to the following: vegetative debris removal, construction and demolition removal (C&D), road clearance, staging, disposal, hazardous waste removal, labor, supervision, equipment, materials, facilities, power, communications, and other services and supplies necessary for, or incidental to, the performance of the debris removaland disposal.services. Because disaster events often result in significant quantities of disaster debris, which can pose a threat to life and property, the City has decided to procure, in advance of any disaster, a standby, pre-event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency (FEMA).. It is in the City's best interest to enter into agreements with firms that have the capability and flexibility to provide disaster recovery services in the event of a declared emergency that is of a magnitude that would require professional services to supplement City resources. FEMA provides public assistance funds for debris clearance, removal and disposal operations. Eligible applicants include State and local governments. On September 5, 2017, FEMA determined that the damage in certain areas of the State of Florida resulting from Hurricane Irma beginning on September 4, 2017, was sufficient in severity and magnitude to warrant a major disaster, declaration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act, 42 U.S.C. §§5121-5206(the Stafford Act). • Currently, under Contract No. 27-11/12, the City has coverage to provide for disaster recovery services. The existing contract has been extended through August 27, 2018. In consideration of the above, the Administration prepared Request for Proposals (RFP) 2018-002-JC to seek proposals from qualified contractors to provide disaster recovery services to the City in order to replace the expiring City contract. The RFP was developed with the assistance of the City's disaster recoveryconsultant, Tidal Basin. RFP PROCESS On March 7, 2018, the City Commission approved the issuance of the RFP No. 2018-002-JC, Disaster Recovery Services, which was issued on March 12, 2018. The Procurement Department issued solicitation notices to 340 firms utilizing www.publicpurchase.comn. 107 • prospective proposers accessed the advertised solicitation. A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on April 4, 2018. RFP responses were due and received on May 11, 2018. The City received a total of eight(8) proposals from the following firms: • Arbor Tree & Land, Inc. • Ashbritt, Inc. • Ceres Environmental Services, Inc. • • CrowderGulf Joint Ventures, Inc. • D&J Enterprises, Inc. • DRC Emergency Services, LLC • RAS Investments, Corporation d/b/a RAS Construction • TFR Enterprises, Inc. On May 7, 2018, the City Manager appointed the Evaluation Committee via LTC #250-2018. The Evaluation Committee convened on June 13, 2018 to consider proposals received. The • Committee was comprised of the following: Jay Fink, Assistant Director, Public Works Department; Omar Leon, Urban Forester, Environment and. Sustainability Department; Juan Mestas, Assistant Fire Chief, Fire Department; Adrian Morales, Director, Property Management Department; and Albert Zamora, Sanitation Director, Sanitation Division. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on,the scope of services and a copy of each proposal. The Committee was instructed to score each proposal pursuant to the qualitative evaluation criteria , established in the RFP. The RFP stipulated that points for cost would be added to the qualitative scores established by the Evaluation Committee to determine an overall ranking'for all proposals evaluated. The evaluation process (qualitative and initial costs as stipulated in the RFP) resulted in the ranking of proposers.as indicated in Attachment A, in the following order: 18t- Ceres Environmental Services, Inc. 2nd- DRC Emergency Services, LLC 3rd- CrowderGulf Joint Ventures, Inc. 4th Arbor Tree & Land, Inc. 5th—Ashbritt, Inc. 6th-D&J Enterprises, Inc. 7th—TFR Enterprises, Inc. 8th—RAS Investments, Corporation d/b/a RAS Construction CITY MANAGER'S RECOMMENDATION I havereviewed the proposals received and the results of the Evaluation Committee process. have also considered the recommendations of Tidal Basin, the City's disaster recovery consultant. 'Tidal Basin was requested to provide its analysis and recommendation based on the proposals received in response to the RFP. Tidal Basin's expertise is critical as the firm acts as consultant to many municipalities-around the country and, in that regard, is well aware of all relevant industry issues regarding the contracting of disaster recovery consultants, including the ability of contractors to deploy resources, regulatory or compliance issues, pricing trends, as well as FEMA expectations and requirements in contracting for these services. Considering FEMA expectations and requirements is critical in assuring that the City is reimbursed to the furthest extent possible and in an expeditious manner. Tidal Basin's analysis is attached hereto as Attachment B. In my due diligence regarding the award of the RFP, I find as follows. I believe that the City is fortunate to have received eight (8) responses to the RFP. All of thecompanies that responded appear to have the qualifications and background to assist the City with recovery in the event of a disaster. However, it is not feasible to retain eight (8) contractors as there is a risk to the City that unless contractors believe they have a reasonable chance of being • deployed in the event of a disaster, they will not allocate the necessary resources. This is especially true in times when a disaster affects multiple areas as contractors will likely deploy resources to areas in which they serve as primary contractors and have some assurance of being deployed. Selecting a smaller pool of primary contractors increases the likelihood that the primary contractors will be ready to deploy resources to the City as soon as they are needed. • In considering the qualifications and proposals (without considering costs) submitted by the •• eight (8)respondents to the RFP, I find that the Evaluation Committee scored the respondents in the following rank order. 1st Ranked -Ceres Environmental 2"d Ranked -Arbor Tree 3rd Ranked - Crowdergulf 4th Ranked -D&J Enterprises (tied) 4th Ranked =DRG(tied) 6th Ranked -Ashbritt 7th Ranked -TFR Enterprises 8th Ranked - RAS The RFP requested unit pricesfrom the proposers for various items and services that would normally be required in the City's response to a storm or disaster, including debris removal, removal of hazardous trees and stumps, and miscellaneous items such as ice. When only unit prices are added to the Evaluation Committees scores for qualifications and proposals, the ranking of proposers is modified as indicated below. 1st Ranked -Ceres Environmental • 2nd Ranked -DRC 3rd Ranked-Crowderguif 4th Ranked -Arbor Tree 55th Ranked -Ashbritt 6th Ranked - D&J Enterprises 7th Ranked,-TFR Enterprises 8th Ranked- RAS The RFP also contemplated that pricing be considered on the amount of debris to,be collected or services required resulting from the City being exposed to a Category 3 Hurricane. The estimates resulting from a Category 3 Hurricane, estimated by Tidal Basin using an Army Corp of Engineers model, are included in Attachment C. A consideration of costs based on estimated or projected actual quantities is a much more realistic indicator of the costs that the City could experience than just considering the sum of all unit costs. Accordingly, the RFP specifically stated that a Category 3 Hurricane experience would be considered. When those estimated or projected costs are taken into consideration, without altering the scores for qualifications and proposals, the ranking of proposers is as indicated below. 19t Ranked-Ceres Environmental 2nd Ranked -Crowdergulf 3`d Ranked- D&J Enterprises 4th Ranked -DRC 5th Ranked -Arbor Tree 6th Ranked Ashbritt • • 7th Ranked -TFR Enterprises - 8th Ranked- RAS • In considering the number of firms to be awarded, I agree with Tidal Basin and the recommendations of the Public Works Department that it would be in the best interest of the City to award to four firms to assure that the resources necessary are readily available when • • needed. I also agree with Tidal Basin that identifying two co-primary contractors will be important to provide the assurances that contractors are seeking so that they are willing to deploy resources quickly to the City. Having two (2) co-primary contractors will allow the deployment of services to multiple areas of the City simultaneously. During the negotiation • process, the City and the contractors can agree to the geographic responsibilities of each co- primary contractor. I also agree that having two (2) secondary contractors will provide a back- up in the event of a default by either or both co-primary contractors. • In the previous, most realistic scenario, I find that both Ceres Environmental and Crowdergulf have the best overall combination of qualifications and costs, although there are some cost outliers in all proposals that will need to be negotiated to determine fair market value. As a result, I recommend that Ceres Environmental and Crowdergulf be awarded co-primary contractor contracts upon successful negotiations of final costs by. the Administration, Additionally, I recommend that D&J Enterprises and DRC be awarded secondary contracts, alsoupon successful negotiations by the Administration. A brief bio of each firm is included in Attachment D. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Ceres Environmental and Crowdergulf, the 1st and rt ranked proposers, respectively, when the costs for a Category 3 Hurricane response is considered. Additionally, I recommend that the Administration be authorized to negotiate secondary contracts with D&J Enterprises and .DRC, the 3`d and 4th ranked proposers, respectively, when the costs for a Category 3 Hurricane response is considered. Finally, to expedite contracts given that the City is in hurricane season, recommend that the Mayor and City Clerk be authorized to execute contracts upon successful negotiations by the Administration. • JLM/fe4/JC • • • • • • • • • • • • • • • • • • • • • • • • • • • El EL SZ 05696.61 S 666166.6u9 iii]. 9 8 S9 00-96122 S $821 SZ SZ St ',AVOW!. S 0210 • 21 ZL SZ SY9Z9.51 S • 6061.0101931'90 OZ 09 06 55501.6 S 998/099013 91 91 SZ 6619L11 S 10N0m90N9960000 91 61 — SZ 170E1b1 S 701V46V • LL LL SO 961951'11.. S . 001110V1 r- • 1 ZEN �,_L OL 61. 1S L E9 CI S 68 EL 04 94 EL 69 L 95 El EV 605900/63 VA 61 jig 46 0£ 92 91 9 92 69 99 ZL 04 N EL ZL 9 96 09 69 N SZ 89 N06 SZ OL 419 SZ 99 0 x611619 u3 fF8 91 50 OZ - 59 93 OZ 99 •. OZ OL 59 09 E9 £ Z8 °OZ. Z9 17,1.9.663 09 9 91 99 58 91 69 9L 09 00 61 19 9 89 91 58 piW09191/11j69618 bZ ;� 98 6L .19 � 58 el 89 BL 09 09 61 9 9 49 61 E4 OIgYSV Ll r"i 19 L1 19 19 LL OL L1 .OL 59 Ll 99 L Z8 LL SL 0001••. Of .4i a k xY1. : �rxv 9„ a LS 4 sVIM r . ' ' �'� r1.a a �' d bra xr,nL.- ?•`0 e � i• a ' 1 01`4:;-so ^" 50..; �f �,r fir-- �t'.3s`15 yy�'fit � - I• • L .. ..�^ en � .... ,.,„,.. 0 :$S t•i;Es�l a acew •.!t. °fi .-1" .p.- �3 .^ '.. `�-�>. '','''r�`- r. �"�T "3:' —•r_'214 v ivauaypeuv . ATTACHMENT B • TIDL • BASIN„ To: Jimmy Morales, City Manger City of Miami Beach From: Daniel Craig,Senior en Date: July 17,2018 Re: Scoring the Cost Evaluation of Debris Contractor RFP and Recommendation Memorandum The City of Miami Beach Procurement Division requested an evaluation of the cost submittals of eight contractors for RFP 201.8-002-JC,Disaster Recovery Services.We were not requested and did not evaluatethe qualitative portion of the RFP which was done exclusively by the five members of Proposal Selection Committee. Method of Evaluation The most objective:and realistic method in which to.evaluate the eight cost proposals is to determine the amount of disaster related debris generated by a Category 3 Hurricane,,as contemplated in the RFP. We used U.S. Corps of Engineers Estimate Debris Generation Model as a basis for determining the amount of vegetative and construction and demolition debris generated in Miami Beach during a Category 3 storm.We also used current,censusdata and • empirical information.from City staff. This modeling(attached) determined that approximately 330,895 cubic yards(CY) of vegetative debris and 772,008 of mixed construction and demolition debris would be generated from a Category'3 storm. In working with City staff,we determined a reasonable expectation of the amount of debris which would be taken to TDSR sites,reduced by chipping, taken directly to landfills or other final disposal sites, along with using the 70hours push period for hourly line items. Attached is the an excel spreadsheet with inputs for each line item bid by the contractors, including their price and the quality used for evaluation.. 675 N.Washington Street—Suite 400 I Alexandria,VA 22314 I P:703/683-8551 I F:703/683-8555 I TidalBasinGroup.com TIDAL BASIN, • Ranking'of Proposers Pricing In calculating the pricing of more than 90 line items per contractor,below is the total cost estimate for each proposer in a Category 3 storm for removing debris in the City of Miami Beach. 1. D&J Enterprise- $20,976,261.25 2. Ceres Environmental- $22,925,936.25 3. Crowder Gulf- $24,682,670.75 • 4. DRC-.$25,403,933.17 5. TFR Enterprises - $26,559,609.00 6. AshBritt- $38,135,411.13 7. Arbor Tree $46,354,359.75 8. RAS Investment- $49,079,809.38 Based on the RFP method of evaluation, the lowest calculated price would receive 25 points and each subsequent proposer would receive points based on their pride in comparison with the lowest bidder. Lowest Proposers Price x 25 Proposer. Price Based on this scoring methodology bidders were awarded the following points 1. D&J Enterprise-25 2. Ceres Environmental- 23 3. Crowder Gulf- 23 4. DRC- 21 5. TFR Enterprises - 20 6. AshBritt- 17 7. Arbor Tree- 11 8. RASInvestment- 11 675 N.Washington Street—Suite 400 I Alexandria,VA 22314 I Pr 703/683-8551 I F:7031683.8555 I TidalBasinGroup.com Tir'AL EL5IN. • This methodology varies slightly with how the RFP Selection Committee evaluated the scoring for price submissions. The RFP selection committee used the straight-line method of evaluating the score in which they added each line item submitted by contractors together to get a total price. While this is a valid method for evaluation, it does not consider quantities which may be generated by debris in a Category 3 storm and or how single outlier line items by a proposer can skew the total price. In this proposal this was the case with a few line items and outlier prices. A more accurate method is to use the USACE model and calculate each line item based on potential generated debris and quantities for cost. While this is never completely accurate,it will give better representation-of cost-from-a--disaster Total Ranking of Scores We did not change the qualitative scores from the selection committee,and used their spreadsheet of scoring to develop'a new total ranking of qualitative and quantitative scores. The spreadsheet is attached and the top rank team remained the same with Ceres Environmental receivingthe top score. • 1. Ceres Environmental _ 2. Crowder Gulf 3. D&J Enterprises 4. DRC 5. Arbor Tree 6. AshBritt 7. TFR Enterprises 8. RAS Investment Recommendation Based on the total ranking of the qualitative and quantitative proposal evaluations,we recommend, the City of Miami Beach award the first four ranked proposers a contract with,the City to ensure proper capacity in case of a Category 3 storm. In.2017,while only a Category. 1 storm hit Florida,many contractors lacked proper capacity due to declared disasters in many other areas of the United States. Having four contracts will not guarantee capacity,but it will give the City of Miami Beach the proper expected capacity. Furthermore,The City should deem co-primary contractors to ensure each contractor provides the necessary resources to plan and prepare for an event in and with the.City of Miami Beach. Lastly it is recommended that the City of Miami Beach further negotiate cost line items and the contract of each awarded proposer to decrease line items costs that may be unreasonable. 675 N.Washington Street—Suite 400 1 Alexandria,VA 22314 I P:7031683`8551 I F:703/683-8555 I TidalBasinGroup.com • • G507500 00009 Mm 560 ISO WA 0.04 135C 00.013230.115 *4183417 m 030 13311400001 0011/00916 11351700310011 601705090. 1 00.003.4105,3010.6.1.5.00.00.0390130 5051-12601 U 275009 5 1.71$ 15575330 5 0.55 5 6513905 5 1.93 S.261790 5 100$ 3750=0 5 35 5 150420000 5 2.71 L 10515000 5 075 5 642437 5 475 5 435415600 2167.50.603,65.63.0666.503.41153013508 6.0.017.06.0/3tt /00$ 16.0 3 910000 5 4537$ 353600$ bm 6 7000$2300$ 1303020$ 7176 5 02650$ 19.00 5 2200600 3 5000 5 25000 S 2550 5. 15.90103 550/165 010002610 00 00.60.0007.001200210,020601 30051U• 690 5 1134 5 75000 5 *00.7. 52099 5 Som 5 50..5 103$. 17210520$ 5671 5 30;6000$ 19.00$ 30000000$ 1990$ 124000$ 5225 5 2040600 4050003500(4103901.60.011.150/01000114 9106100 12.5 594 If 50 5 513 5 1,1303 5 600 0 170000 3 406 5 7.030 5 025 5 5010$ 1615$ 335040 6 1200$ 0.30203$ 1800$ .3000$ 1130 5. 112009 5 F0316.07W5u'0modimpm0.05.-33403 haft. 65 - 5 • f $ - $ 1000$ 60001$ - 5 - 5 10430 3 100000 5 315000 5 1160000$ 65000 5 5400100 5, - $ -1--1:31.5553- 1-040303.90 5 150.210.97 -5-1711--37171916331- T-0 -1-0300 T -1�17� �� 3`�. 3 • �� tea® > - SS �� 61002 W55OW00150415000 69.5564400.1140.531366730260001.1136600b3021011-50.5 LT 2250065 975 2111500$ 1015 5 1$3175000 L 318 5 3137.20000 3 1200 5 11140000$ 1072 3 1506530 5 000 5 10100000$5 1035 7.5412303$ 1475 S .191;7500 7009490,405.10.0344130/026036332 6561040105643 0 174015 215$ 6107913$ 323 5 71171080$5 1.$ 490.1 $ 350 7370035 9 234 5 554004=5 115 3 70175937 5 323 534750.5 673 5 32171400 f 334011500.35111502.6f.6.75001051205501ry3036016.71 364505 633$5 1ID7nm S 590 5 761x0000$ .0 f 103=00$2300$ 5415307 5 156$ 74030 5 790 S. 71123040 1.1$ 39000 5 740$ 14439000 9109401 p0006404302005760m501 010515W6556M30 Wb0 18'750 5 559 5 113}1150$ 690 3 11113'..00 5 625 5 1X01130$1430 5 40055000$5 490 S 9137400$5- 53$ 5375050$ 425 7.05*0 5 Ifo 5 16375337 3012.30638183450?664600+53536020 5m05W65141o5600m4.a0A 153 4 415$ +15!000 5 630$9 555.800 5 790 3 1313030 5 5100 5 0430000$ 492 S 530500$ 736$ 1!5300 5 425 79.303$ 900 5 1413593 534220309 55665a0314a094104W0(6020 100206 000161081®210 3500$ 1414 5 4919090$ 5.135$ 355530 3 15.0037$ OVUM•5 1107 0 5450637$ 127 5 43437400$ 1130$ 57500000 S 1041 7547503 9 3475$ 61435600 321'091304 040074005164/62205010000.71 4.01355 0425th 0 2560$ 106$ 2956.10$ 1595$ 55525600 5 103$ 700.006 6 1300 5 4••30090$ 1474 f 45303$ 1530$ 561,05010 5$ 3123 3917563 5- 1475 5 51439000. 15921513th 0001506.1020100260003th010 016 0,534 040610amp 330955 3554$ 13100)$ SUS$5 1745437$ 153$ 0 0500 CO$163 S 4687009 3 1108 6 4151000$ 1000 5 52675040$ 1125 41,3474 5 475 5 61.5-75 Mime1d11•703550r0.- .146.mW 00390.5.4.02.1.00035036.5350 3V32xp 305 15909 5 4337ID 405 39505'5 142210 5 173.3 3 1575990 7.72637$ 1090000$•3050 S 97020$ 71303 5 533510 5 3503 35mm$3 1750 5 .50.0 '15$0mdd5050bo10mpaOmar 0031Cbtl•dam6® 9000000 15 3 390$ yam 5 59500$ 5,45000$.3E0$ 357500$3000$ 7040$ 05500 5 417550 5 0300 6 43730 5 35000 6,13000$ 4400 f 54033 13* 60dnas*.04o.p 4s..4x f1m45`dm4r 535mr 10 5 5600 5 55003$ 5X40 5 4930=$ -5754$ 40640 60020 5 390 5 396.0 5 39163 0 333 5 5300.10 5 27535 47340 3 21090 5 140090 Bm040*511 1310051of1 117500d3Wbh8001f.1 Pang. 1501 5190 5 510.0.5 13020 9 15400007$ 19503$ 10.3010 5 5000 5 052000 5 00 5 00(0000 1 363 5 194000 6 1900 3540001 5 7500 5 94050 20601d301s557[5s• 530477001031.0.5.03.000/41.1.11•2545*5 50.6a14l 515206 605 4.00$ 43000 3 700$ 51067 S 4000 5 00.3411 313330$5 14500.0 j 030$ 1.5000 5$ 11090 3 11063 5 1500 . 750003 5 75000 S 2100006 190.51 d)aQSTa55 151010020 doom, 6.505 75 7. 9000 5 77900 5 nom S 141900 5 15100 3 1175640 573900 S 3935000$ 6100 5 47850$ 2353 5 3257520 5 7130 31390 5 17500 5 7475506 117sdd5a66047re.3000.06u3T015•60v 935105 13 3 1640$ 773000 5 5000 1 115500 5 1150 9 11396 520000 i 5.000$ 0500 6 5.137$ 1090 5 wpm$ 1153 439640 5- 00.80 6 143000 217003781 40.6007$30.038WXm0'Orvc 601x0 13 5 2.10 3 197030 5 1000 5 37000 50 2210 5 345.0 3490$ 6760$ 13132 3 4.790 S 57502 5 6.51500$ 7000 1600.5 57250$ 3447390 22300001d15.022T3a00a050a4r6wOr 76100 105 2920 L 195000 5 45000 5 4.003 3 4000$ 40000$9103$ 900040 1 19100$ 19930 5 7300$ 5.0000 5 4300 4194 5 34100 5 11153. S .06.130 -SSS• "S -S'- f-Tl4TFe�" 7 - "S-S -5 -5-.-117111=13- -L--- 68- • 610r50066555504367u1 13u0001305206004/2227363.307021103•2n0510001530 0 69605 1122$ 120400.01 5 3035 5 {5030000$5 143 5 4110.056¢31100 5 3734®.$ 1003 SyH.f®3 5 090 34500904 5 3415 722.9000 5 1175$I 95153000 74210460 09i5M15m4W2515so7000616364/065 Cr ' 22309 3 656 5 114750.00 S 05 5 15370600$ 405 5 1339.033$x650 5. 7535..5 Lw 39'390000$5 CW ;3307003 6 415 0453 0 3 15ri 5 175475520 251!5056404001500T2794Nm10095Ro0170 410541 Cr 1365 5 375 3 11901.00 5 200 3 110001000$ 60 5 15.535010 5 1190 5 4$38010 5 119 1000400 5 700 14000110 5 403 390037 5 '1673 5 7095390 161h4s6556604.00 T®m 4.0Wa08334/000 Cr 2750005 595 5 1$07540$ 700 5 170400040$ 70 5 1339;000 51530 5 ;7115600 5 1. 16535000 3 am ;6060030 5 423 5547300$ 1125$ 776451000 1711544940054430m050WW@00.33.a3 $053450000 Cl 3/00 5 106$ 250605 5 0494$ 22750000$ nm$ 3540005$3750$ 47556100$1 1126 9700000$ 15. 750,0.20 5 1010 30007$ 1175$ 2370240 215$60Wo940.01604l0W22 001.0t06i52000087a1osn Cr 500055 15.91 5 1485122$ Iam G 1%3000$ 1150 f 55.43700$1730$ 35413.$ 1394 1046432$ 400 amp.3 330 ammo;5 1073$ 959J74W 29C4 6000 7®5d103SOW 3rs450150m5W6.0.m5m8cm07f0a 0 060.5 1436$5 75003700$ 1595 S 74000 5 4='$ 530,00002 3 783 5 /3900000$ 1195 5324040$ 1500 5000000 3 .25 92500.)3 7675$ 007.4000 5 3150031113 5 7.nn.13/ 6 13,.,.13,.,. 6 08..1.0:.. u 25163,4960 107834/000 5 72313574.00 .5 ^ 55 = ® • 6051.40105e651. 733 117005*.019*os3000000o00at50501.0.500 a 45000 5 1711$ 707900$ 5334$ 61.2500$ 610 5 15555253$400$ W.A.1, 1733 06430007 6 2030 1040031 5 2400$ 7540600$ 3296 S 75335990 51153{• 005/0950 1.403450!100bm'1®.d0%077.20 207060 4413$5 500 f 39200 703 5 7003900 3 399 3 1110500$0560$ 2017530$ 600 67104137 5/ 4004 6757$0)5 55.5 4,55059 5 3300 5 SS W500 05009oWa1290135o5I445 6 500,7 409$ 0400 1 109216$ 43.33$ 24761.3 1010 f 15.400$600 3 8732500$ 793 17754130$ 6100 5033330 1 2$00..5 1546590.5 9690 5 66;9000 $$460m0WO 55**S07o5p36®255 bmM 05505 po�l46267000 311455 9:5 S 42425.E$5 723$ 36001115.5 139$ 16355031E.$3900 S 00,1114)5 455 104669 5 100 53137310 5 506 5 26533090$ 1115 5 3133971135 34 1045010440 3551600303.1744.40.0. 55616660611.0036 hen50 73105 035 5 55235$ 150$ 731423$5 4.5 .3.35$ 459 5 4150$ 059 ;5631$ 400 52305$5 395 3 31.0.50 5 425 G 3119$6 35334066d5ripb 055000.30.5300 6011. 17Wa 5 900$ 27013 5 435 S 100 5 6.5 530003 1 440$ 41320 5 110 1524065)5 23 23,196.00$ 120 5 34007.5 63 5 7{.p0 5 553.0.0 / 30075550 s 12313060 S 11297/475 339134643 3.267536a 5 19071230 5 11500103 003051pi5140390565a1 0 3520-3300 0 25005 733 5 102910-$ 595 5 70115000$ 691 s 123$5000 52.5 713000.5 496$ 78440)7$ 600 14.W.$ 623 5 111730.S 106 5 153;100 544 -.455 0 0 5 021 0 - 5 050 f . $0 4.S - 7 7100 1 - $ 48 8 $ - 3 37$5 - 5 1.10 6 - 0am9r5bo45d0-$0915 a 0$ 491 G - 5 000 5 - $ 7.37 L • 3 000 6 - $ 695 3 - 5 500 $ lis 5 • 5 u0(5 - 39G530ma9690-00010 0 05 415$5 5 1100 i • 5 750 L 51020 f • $ 7.34 9 S 90 S 5X 3 • 5 1575 6 405 6 359143-70015 0 317505 73.6$ 2743435 5 1600 1 745094$ 49 9 050537 5 Dm 5 03790 5 796 5 '1115710 5 045 7450090 3 515 5 43550 5 15.75 6 110.0730 6034030 563151.1• 7 3330 =50 9 230207 7667'.3 5 454 , 900 3 224585 $250 $ 3030 .00510W2450r44py0y054 6514654130$ 464!6101155 20.1151 '795 5X00 479. 0300 118000 3 0'77. 00. 020 125110 3123940 13100 42000 5 5553 5 11743 ism 4510= '0500 5- 1175690 42 01441 5211a005®Lm$Y p0 153321500 70 S LA0 53540 2500 153 050 5 103 1330) 3160 5,0520 7506 99400 5 1600 6 0935006 saw 6440 0100 S. 157000 a Wd5307a54501.50005505 820070.52 705 10037 4x0090 nom 5103$ 5760. 47560 130= 27703 7503 553600 4$ 36.3 5935390 63 499.0 27310 5 113900 43953 m105YH5215W0009660W0165333 120710573357 765 990 . 3.50590 5500 010 D0 f 3500 7100 50 529) 7200 4751.5 146E 6 1925509 7000 490001 2500 S. 0138419 457134500090453Io.0..11.. 100252 70 5 900 1" 3300 .9100 S 15. 7;600 0606 62). Tim 51340E 5 as.5 1035990 7000 495000 2733$ 13)900 /1157 lob=5T,00s.0rr000mwpa 00047 MT 70$ 000 1,30041 500 00000 5 10.0 75000 1090 17000 723 34000 5 Is90 3 1089016 1010 30=0 75590 5 037.010 02060016. 50501330tWC5mn0` 10.1T/0T 705 83 075020 $$00 6400$ *37 5.5000 7540 1700 500 15600 5 11000 5 77003 600 40101 2S00 5 1353000 752T05495.20 4045.41200.041 2003102 105 $5509 026506 2595 $011000 5 1800 147300 021. 577990 • 3500 7,535690 3 1050 3 0290.0 5900 19910 5000 S '149000 034 a.36Mm42431000r315i30 40037$17 70$LISA 177420 2504 116090$ 11503 013500 75040 203000 2300 72000 5 0000 6• 143400 020 4370 3900$ 2450000 $5 53 517541205065 W 320)11787 70 5 800 129. 11500 415000 5 17500 11803 13105 152503 1310 .8.7060 3$ 1000 S 70000 9000 0303 47500 3 *13000 53 ca0005. 1100476.7 705 16605 31340 50500 775600 0 .1610 0390 14320 9750.00 13000 24006$ 100.i 730.0 1390 $5X80 $5503 6 140900 514003000 01019157 70 S 10000 1400130 16600 1100.$ 17120 1150) 13000 - 1030)9 140. 992400 S' 51000 5 770590 5601 39400 17500 5 23203 • .516005Omar 1000167 70 3 2500 140090 57500 1125400 S 16.0 1165000 15540 1025000 11404 149400 5 0000 S 40220 1003 10510 47500 S 3375602 640200004 100617451 70 5 2000 127.. 8000 1400600.5 20410 1440001 17501 3175007 514.40 0173000 5 13700 S 24000 53500 475900 OSLO 6 3103606 5CAT Ot96Tr014152 Al 3 1400 103900 35090 130620 5 79.10 00407 1906 . 26 1126232335000 1 55030 5 129437 40500 17.9500 0530t 313900 54 07 11.54631011054 Char 26 5Y725T .70 3 106= 7030- 111000 0 1400 3 1600 165000 11000 77.00 0 2500 4756146.s 192493 9000 4400) 4500$} 1339430 1010707Map505p5 1005.7542 70$050= 420003 5,00 161155400 5 13990 122910 1150.0 0600.90 9 2343000$5 160 f 10303 11000 4160 IAM 47390$ S 1.13715070.050335003.3.150701.13715070.050335003.3.1507040 50WN81=01200M0 31010/57 705 1530 02010 500 770 11550 S 1753 12,34) DW 52421040 40100 240010 00 5 00 3 21350 0.17490000 4753$ 337500 55100/94.100,6000.320007.971. 000357507545* 70 6 /7400 20 61135000$ 17000 5339 =400 333152940 5540 09 $1330 $ 0 )) 60{ 11210380 00 7. 147604 5 333009 1 60 AM)15.1367233 4654356165059105 0003050 783 7503 17990 '9090 40000 5 13910 279006 150. 450455 11109 14930$ 102 7. 0000 500 15003 0504 3 075700 51 O47W0W 42.*o1 07W04M055p010 4001130 70 5 NO 03 16103 1900 109000 6 15553 112500 27100 157941 11346 473000 5 Lam f 2900.53 M00 7$ 00 4510 5 331400 it CR/74i414 014950 /05611707 70 5 1565 30010 7000 54600 5 7020 039) 10100 50505 29300 34340$ 1453 f 31' S3 10000 700110 0500$ 218000 05454900x101.0 404L15T 70 5 2010 23000 475 371000 3 tlm 11540 1090 192503 920 441300$ 403 ' 600 7000 40090 5300$ 148600 445504Qum 120037547 70$ 7590 2549310 21000 1446)5 15. 2.63010 19500 169= 2550 21'860 5 • 0060 1419200 1920 163440 6409 1550030 5505ao.. 000057 70 .3020 511920 372000 14040 2380 5 17509 00 30629 60 1500 54100 1,43700 5 40000 1000005 2003 01 41 14008 .00$5 4720 00 6010074000. 301170.15.3T301170.15.3T $T TO 5 454 23.340 16900 141000$ 41500 .7176010 37500. 675003 4500 515440 5 1504 010030 6000 2401.00 0100 1 535606 040.05070.0'10. 504114507, 70 3 103.0 700100 17000 113400 3 1396 2373000 7890 575000 3740 3111410$ 21000 075)00 260 317560 0500$0 02300 41 42.0321.01442,3590 001515741 45 5 1900. 410600 200$ 345030 5 1510 560.0 39500 17300.0 15130 135000 5 0000 1771000 Sam 2 0500)- 6090 5 00.00 a10W 74490 3417110 70 i3•,..•�,,,: 70090 9600 40000 5 USW 7350) 14. 77053 4100 41000$ 14.0 93)53 *060 7.64. 75590 1 2075400 70590545 14517887 79 0 30 70053 9500 440.00 1000 1703 900' 7}0000 3100 575010 5 1400 77)90 034$ 4990 850 5 1355500 73 9.0514•09.04 00547! 70 5 2400 20050 1400 14000 310 -210020 239 1.76000 MO 217030 i 450 19000 1600 105040 1000 5 2.5000 72133007035.020001 oda7167 TO 5 15001 7560115 4000 9001 115. 1600 2103 167500 1500 77560 5 Imo 0400 NOW 7)0020 540 10= 43 73 300 Tn. • 20011547 79 5 "3"' 500. 4000 44600 520 46010 000 7 65310 500 1090.0 09$ 5660 237503 404020 $17500$ 135500 74050765$00 1900 0003557 70 5 506 103 0100 20000 3340 ;®4) 309 13620 5700 115003 f 550 MOM .000 150.01 7500 5 5.050 75Yµ05 03014050140 0/1904 0030 L. 701 753 535000 311) 50800 2350 lissom 0200 567003 3500 115037 f 25570 MN:. =510 )0100 51300$ 71390 75L01..... 323335743474 E15T5T 755 750 12900 4500 456600 . 7503 475000 606 33403 740 33003 5 lam 103400 7500 3195.0 32500$ 1239600 777.5oA 00510Tm6120.08a3 00141157 TO S 053 3.3390 5100 5900 13553 17093 5100 72300 793 5900$ 4600 115990 5544 1990 2500$ 5474049 735mu02P.pTo*421.30a 54 1046157 A$ 890 7160.E 4520 7X000 •120110 303 11001 720.3 1200 11100$ 17300 7079. 003 7,952 0 260$ 14)929 MLadu3465y14da 0.50036 0n475T 70 6 IW00 709090 10200 050 1553 1020040 000 4000 4530 0004$ 1590 1799. 1503 7340 5900 5 140000 3TW.0 0 067 9704 0ocq 5150052 70 i 1=0 7.4000 0903 144009 161. 11:000 1000 113.03 500 690.20 5 150 7)29.0 49.0 520030 114.0 5 ?1900 51 050.060163 74.701 30017647 70 5 SA 3400 1301 70000 000 14000 600 5300 700 2.903$ 1000 13006 4180 31337 153$ 2440 m Tmp00700010. 00002042 705 700 70310 6520 660. 750 50= 1590 13600 1530 33000 7 000 600110 10037 730(0 100$ 47930 01.000.560343(am1o90t7aW 40511103 703 500 230303 55111 5950E 40.00 77013 133356 119900 WO 26000 5 1000 790106 10000 10607 1550 5 1439060 iH 'Pt I WPM EIMalid R1 eggillalll ✓ . Iiiiiiiiiiii IIs€it n re i Ihigihffil • .1 iiiiiiiiiii 'Ai minim y r ep1;1K1Rs s ans u i kinin to ------- . - 'S'. 8885865168 pi i IL iiiiiiiiiii 3 6 tiimits . ,. Iiiiiiiiiiii , g e m p jIHhiiiiiiiiii 2018-002-JC Disaster Recovery Services • Attachment D • Bios of Recommended Firms • Ceres Environmental According to the information contained in its proposal, Ceres Environmental is an experienced disaster recovery firm, established in 19.76 and operating offices in Sarasota, FL, Houston, TX, and Brooklyn Park, MN. Ceres believes it has provided exemplary performance on over $1.8 • billion dollars of emergency debris management contracts over the past 25 years. In 2017, Ceres responded to over 30 jurisdictions in the state of Florida following Hurricane Irma. Ceres has earned numerous recognitions for their disaster services management. In 2008, Ceres received an "Outstanding" performance review from the U.S. Army Corps of Engineers for work • performed following Hurricane Katrina. Over the past 10 years, Ceres has been responsible for removing more than 18 million cubicyards of disaster. debris resulting from natural disaster events. Crowder Gulf According to the information contained in its proposal, Crowder Gulf has been providing disaster debris management services to cities, counties, and municipal governments for over forty-nine (49).years. Crowder Gulf has managed over 400 disaster recovery projects in 15 states and has • successfully removed, reduced and disposed of over 350 million cubic yards of related debris. Crowder Gulf has recently provided disaster recovery services to several Florida government • agencies, including City of Fort Myers, Polk County, and City of Ocala. Additionally, Crowder Gulf states that in all of its years of service, no lawsuits, liens, or judgments by clients have ever been filed, nor are there any pending proceedings. Crowder Gulf was bestowed the Contractor of the Year Award from the Florida Chapter of the America Public Works Association .(APWA), following work completed for Hurricane Irma in 2017. D&J Enterprises According to the information contained in its proposal, D & J Enterprises, Inc., was incorporated in 1987 in Auburn, Alabama. According to its proposal, D&J has been in the disaster debris removal field for fifty-two years. D&J has done several large scale debris projects across the United States, Caribbean, and Japan for cities, counties, and the U.S..Army Corps of Engineers. Demonstrated by past experience, D&J is capable of handling any size of disaster related removal. D&J has removed and processed over 40,000,000 cubic yards of debris, and performed over $750,000,000 of work throughout its company history. D&J was the prime contractor for. 1.4 counties and. 4 municipalities in Texas following Hurricane Rita. D&J has operated as many as 15 contracts simultaneously. At any given time, it has employed as many as 600 employees directly and indirectly through strong subcontractor relationships. DRC Emergency Services, LLC According to the information contained in its proposal, DRC Emergency Services, LLC currently has disaster relief contracts with North Miami, Miami-Dade County, Miami-Dade Public Schools, and the City of Miami. DRC is among the leading disaster management companies in the United States. Its range of disaster services include, emergency debris removal, disaster management—including temporary housing, workforce housing and life support—as well as required FEMA documentation, debris management, right-of-way maintenance, marine debris, salvage and recovery, and landfill management. Following • Hurricane Ike in 2008, DRC established a single-day productivity record for post-disaster debris removal in the City of Houston, as recognized by FEMA. DRC also holds a 29-year record of 100% federal reimbursement for eligible work performed. Over the past 10 years, DRC has been responsible for removing more than 30 million cubic yards of disaster debris resulting from natural disaster events. THIS PAGE INTENTIONALLY LEFT BLANK Resolutions- R7 Q MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: July 25, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2018-002- JC, DISASTER RECOVERY SERVICES. • (ITEM TO BE SUBMITTED IN SUPPLEMENTAL) • • RECOMMENDATION Memorandum to be submitted in the Supplemental.. ANALYSIS CONCLUSION Legislative Tracking Emergency Management/Procurement • Page 1181 of 1464 ATTACHMENT B INVITATION TO BID (RFP) AND ADDENDUMS • _ • • MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachflmov PROCUREMENT DEPARTMENT Tel: 305-673-7490. • ADDENDUM NO. 4 RFP 2018-002-JC DISASTER RECOVERY SERVICES May 4, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISED MINIMUM ELIGIBILITY REQUIREMENTS. The following revisions have been made to the RFP, Section Cl of Appendix C. 1. Proposer must have a minimum of five (5) years' of experience providing debris removal services, and shall demonstrate that it has performed at least three (3) debris removal projects, as prime contractor, during the past ton (10) fifteen (15) years, on projects involving a minimum resulting in of 250,000 cumulative cubic yards of debris. II. NEW ATTACHMENTS. The following attachments have been added to the RFP, and incorporated as requirements to the RFP. Exhibit A: Citywide Procedure No. 16.06 for Procurement Requirements for Federally Funded Grants and Projects. III. ANSWERS TO QUESTIONS RECEIVED. • Q1: Does the City anticipate, in addition to the listed scope of work, any of the following work: Remediation or Restoration work, Records Management work, Asset Management, major IT Recovery work, or City Management work, Financial or Budget work,etc.? Specifically, these services being defined as data recovery, hard copy recovery in the event of flooding or • major disasters, or data recovery from IT based systems/replacement of major systems during some type of zero-day. If so, what are examples of the key components that the City would like to utilize these additional services under or should we specify how we can utilize these services? Al: Data recovery is not part of this RFP. 1 ADDENDUM NO.4 RFP 2018-002-JC Q2: Is there or are there current incumbents working in any of the areas specified within the RFP or is this a fresh bid processes? A2: The City's current contract for disaster recovery services expires in October 2018. Q3: Are there any physical or cyber relatedsecurity portions of this RFP that we should pay specific attention too? Specifically, as we perform the needed scope of work, are we to also provide physical security to our sites, to specific City Assets, or to any software, systems or networks that are considered vital to the city? Also., for the physical security portions, what level security may be needed and if they are armed or unarmed? A3: The scope of work is defined in Appendix C, Minimum Requirements and Specifications. Q4: Many of our projects working with all levels of government have various levels of clearance, do you anticipate that extended clearance levels for specific sites will have any security clearance levels that require additional screening for our consultants? If so, for the selected contractor(s) how will the background screening activities go and how should we prepare our staff? A4: TBD. Q5: We see that there is a veteran owned company set aside but is there a MBE requirement as well? A5: There is noset aside. A veteran business enterprises preference is applied, as stipulated in the RFP. Q6: Will there be some type of site visits for the pre-bid or will the conference be . relegated to one location? A6: No site visits will be conducted at this time. Q7: Can the City tell the proposers what the amount of debris likely generated by a category 3 storm event would be? A7: Unable to determine. Q8: Approximately how many cubic yards of debris were taken to. the TDRS after Irma? A8: 160,000 Cubic Yards (CY) Q9: Approximately how many cubic yards of debris was reduced and hauled to. final resting site? A9: 45,000 Cubic Yards (CY) hauled to Final Q10: Has the City identified the TDRS? If so, where is it located? A10: No, however the TDRS site will be located within the City limits, each one way haul not to exceed 15 Miles. 2 ADDENDUM NO.4 RFP 2018-002-JC Q11: How many contracts will be awarded? Al1: Unknown at this time. Q12: Will tipping,fees get reimbursed by the City? Al2: Yes. Q13: Will tipping fees from fihal resting site of debris get reimbursed? • A13: See Al2. Q14: If debris is loaded with a machine (grapple truck, loader, backhoe, etc.) and the hauling truck/trailer seems to be full at 100%, what % will be deducted from the load? A14: Assume 0% for self-loader/grapple with. 100% compaction, assume 20% (minimum) for non-compacted loads. Q15: Who will provide load tickets, truckcertification forms, and time and material sheets? A15: Both the City and the contracted Monitoring Firm(s). Q16: Who will monitor the debris loaded, hauled and grinded?' A16: Contracted Monitoring Firm(s). Q17: Who will determine the load call percentage? A17: Contracted Monitoring Firm(s). Q18: Who will provide the load tickets? A18: See A15. Q19: Can the City clarify that the SQR report is not required to be included in the proposer's submittal and that it is only required at the request of the City per the above excerpt? A19: Correct, pursuant to Section 0300,Tab 2, Subsection 2.3, of the RFP. Q20: In regards to the RFQ mentioned .in the subject line, I want to verify the exact address and name that the City of Miami Beach would like to see listed as an additional insured under the applicable insurances? A20: The City of Miami Beach, 1700 Convention Center Drive, Miami Beach, FL 33139, Attn: Risk Management Department. Q21: Are the rates fixed for the contract term? Will a CPI (Consumer Price Index) inflation allowance be assessed for pricing after the initial term of the contract? A21: Prices proposed by the vendor shall remain fixed for the term of the contract. The only exception in this regard is that fixed price may be adjusted upward or downward based, with prior written approval of the vendor and the. City, through its City Manager, based on changes in the applicable Bureau of Labor Statistics (www.bls.gov), Consumer Price Index— Urban for the Miami area. 3 ADDENDUM NO.4 RFP 2018-002-JC i Q22: Who should be listed as an additional insured under the any related insurance coverage? A22: See A20. Q23: Could the City please clarify whether or not a Performance Bond will be required for the project? A23: The City requires a performance bond from the Contractor(s) in the amount of$500,000 for this project. Bond shall be provided to the City within three (3) days of activation pursuant to a declared storm event. The Contractor's bond costs will be paid in full by the City in the first payment under the contract after the occurrence of a storm event. Q24: Appendix H, 2CFR Appendix II to Part 200, provision B states that all contracts in excess of $10,000 must address termination for cause and for convenience, but the terms are not included in the RFP? A24: Compliance with the CFR is a requirement of this RFP. As such, any CFR requirements are incorporated in the RFP. Additional questions received will be answered in a forthcoming addendum. Any questions, regarding this Addendum should be submitted in writing to the Procurement Department to the attention , of the individual named below, with a copy to the City Clerk's Office at RafaelGranado c©miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sincerely, 1;:< Ale is Pro urement Director • 4 ADDENDUM NO.4 RFP 2018.002-JC . Exhibit A Citywide Procedure No. 16.06 for Procurement Requirements for Federally Funded Grants and Projects • • 6 ADDENDUM NO.4 RFP 2018-002-JC / I DATE ISSUED: Page: 1 SEQUENCE M I M IBEACH MARCH 2018 DATEUMBER: UPDATED: Of: 8 NP0116.06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS, RESPONSIBLE DEPARTMENT: PROCUREMENT I. PURPOSE. The purpose of this procedure is to implement the procurement requirements of the "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards" (2 CFR Part 200) adopted by the United States Office of Management and Budget. II. APPLICABILITY. This procedure is applicable to the expenditure of any funds, pursuant to awards or funding agreements, to which the 2 CFR, Part 200, requirements are applicable. The requirements stated herein shall be strictly adhered to by all employees, regardless of department, who are involved in the procurement of goods and services to which the aforementioned federal regulations are applicable. In addition, requirements stated herein shall be strictly adhered to by all employees involved in the administration of a City contract to which the procedures apply, including (but not limited to); representatives of the City department or division requesting the procurement activity or contract; evaluation committee members; consultants and technical advisors; specification writers, and project managers overseeing administration of the contract and the provision of the goods or services acquired with applicable state or federal funds. A.City's Procurement Code. Other than those requirements stipulated in this procedure or in the terms and conditions of a particular State or federal'financial assistance agreement (or in any applicable rules and regulations of the awarding State or federal agency), procurements funded with State and federal financial assistance agreements shall be conducted utilizing the City's own procurement regulations. Ili. CONFLICTS OF INTEREST. City employees and agents engaged in the selection, award, and administrationof contracts funded in part or in whole by State or federal financial assistance shall observe the highest, ethical standards, No employee, officer, or agent of the City may participate in the selection, award, or administration of a contract supported by State or federal financial assistance if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer,or agent, any member of his or her immediate. family, his or her partner, or an organization which employs or is about to employ any of the parties'indlcated herein, has a financial or other interest in or a tangiblepersonal benefit from a firm considered for a contract. Employees, officers, and agents of the City may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. Violations of these provisions may result in adverse employment action(s) and; in some cases,criminal penalties including imprisonment. • A. Organizational Conflicts of Interest. No bidder may be considered for award if the bidder, or its parent company, affiliate or subsidiary organization, has participated in the preparation of the City's specifications for the particular solicitation under consideration. ' • DATE ISSUED: Page: 2 SEQUENCE • MIAMI Ar 1I cA _t MARCH 2018 Of: 8 NUMBER: DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND , PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT IV. ALLOWABLE FEDERAL PROCUREMENT METHODS (2 CFR§200.320). Absent specific approval from the awarding federal agency (which may also be in the financial assistance agreement or funding agency program regulations), only the following five (5) methods of procurement may be used: 1. Micro Purchase. Micro purchases are small purchases made without the need for competition where the purchase price does not exceed$3,000 in the aggregate (or $2,000 for construction services covered by the Davis-Bacon Act). • 2. Small Purchase Procedures (Quotes). While quotes are normally allowed for . purchases purchases,under $100,000; City policy, being more stringent, only allows the .small purchase procedure for purchases up to $50,000. Federal regulation requires an "adequate" number of quotes, but as guidance, it is recommended that • a minimum of three (3) quotes should:be obtained. A no-bid or no-response does not count as a quote for obtaining multiple competitive quotes. 3. Formal Sealed Invitations to Bid (ITB).. For the purchase of goods where cost is the primary determinant for award, an ITB may be used. City ITB procedures and standard practices apply. 4. Requests for Proposals (RFP). For the purchases of goods or services where a combination of qualifications;:proposed scope and cost are the determinants for the award, an RFP may be utilized. City RFP procedures and standard practices apply.. 5. Requests for Qualifications (RFQ). For the purchases of architectural, engineering, landscape architectural, and surveying services where qualifications is primary the determinant for the award, an RFQ may be utilized. City RFQ procedures and standard practices apply. For other goods or services,an RFQ may,not be utilized. 6. Non-Competitive Proposals. Non-competitive proposals are allowed only where (i) the item is available from only one source, (ii) public exigency (urgency) or emergency will not allow the delay for a competitive solicitation, (ill) the federal awarding agency approves a written request, or(iv) after solicitation of a number of sources, competition is not obtained. The awarding agency should be notified for approval any time the City intends to enter into a non-competitive contract. • V. ADVERTISEMENT(2 CFR §200.320). Formal solicitations(Le., ITB, RFP, RFQ) issued pursuant. to,this procedure, not exceeding an estimated value of$500,000,shall be publically advertised at least once in a newspaper of general circulation at least 21 days prior to the deadline for receipt of bids or proposals. Formal solicitations (i.e., ITB, RFP, RFQ) Issued pursuant to this procedure, exceeding an estimated value greater than$500,000,shall be publically advertised at least once in a newspaper of general circulation at least 30 days prior to the deadline for receipt of bids or proposals. • DATE ISSUED: Page: 3 SEQUENCE IA;�� \I ': MARCH 2018 Of: 8• NUMBER: DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT:. PROCUREMENT VI. LOCAL PREFERENCES PROHIBITED (2 CFR §200.320). The use of statutorily or administratively imposed state or local geographical preferences in the evaluation of bids or proposals is prohibited except where applicable federal statutes expressly mandate or encourage such a preference. VII. COST PLUS A PERCENTAGE OF COST METHOD OF CONTRACTING PROHIBITED (2 CFR • 200.323). The cost plus a percentage of cost and percentage of construction cost methods of contracting may not be used. VIII.TIME AND MATERIALS.METHOD OF CONTRACTING DISCOURAGED (2 CFR 200.3180)(1)). The City may use time and material type contracts only after a determination that no other contract is suitable and if the contract includes a ceiling price that the contractor exceeds at its own risk. IX. BOND REQUIREMENTS.(2 CFR§200.325). Notwithstanding Florida law or City practice,at a minimum for construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold (currently $150,000), the following requirements must be met: A. A bid guarantee from each bidder equivalent to five percent (5%) of the bid price.The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified. B. A performance bond on the part of the contractor for 100 percent of the contract price. C. A payment bond on the part of the contractor for 100 percent of the contract price. X. FULL AND OPEN COMPETITION (2 CFR §200.319). Federal regulations regarding procurement transactions funded with federal financialassistance require such transactionsto be conducted in a manner that provides full and open.competition.This means: A. As provided in Section 7.401 of the.City's Procurement Code and 2 CFR §200.319(a), in order to ensure objective contractor performance and eliminateunfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, and invitations for bids or requests for proposals shall be excluded from competing for such procurements, DATE ISSUED: Page: 4 SEQUENCE MARCH 2018 i r ,�� t f AC, DATE UPDATED: Of: 8 •NP0.116.06 CITYWIDE PROCEDURE • SUBJECT: PROCUREMENT REQUIREMENTS FOR ' FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT B. Solicitations shall incorporate a clear and accurate description of the technical • requirements for the material, product, or service to be procured. Such description. must not, in competitive procurements, contain features which unduly restrict competition. The following situations are specifically listed In federal regulations as situations considered to be restrictive of competition and must be avoided: 1. Placing unreasonable requirements on firms in order for them to qualify to do business; 2. Requiring unnecessary experience and excessive bonding; 3. Noncompetitivepricing practices between firms or between affiliated companies; 4. Noncompetitive contracts to consultants that are on retainer contracts; 5. Organizational conflicts of interest; 6. Specifying only a "brand name" product instead of allowing'an equal" product to be offered and describing the performance or other relevant requirements of the procurement;and 7. Any other arbitrary action in the procurement process.. C. The solicitation shall identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. D. When a Request for Proposals (RFP) method of solicitation is used, the RFP must identify all evaluation factors and their relative importance..The RFP solicitation shall contain in writing the method for conducting the technical evaluation and any other necessary evaluations'of the proposals received. These evaluations may be conducted by the advisory committee appointed to review the proposals (or by a subcommittee thereof)or by a_separate technical committee, as set forth in the RFP. Xl. SPECIFICATION REVIEW. Specifications for the purchase of materials, supplies, equipment and services should permit open and .competitive bidding. The purchase of unnecessary or duplicative items shall be avoided. Consideration will be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives, and any other appropriate analysis to determine the most economical approach. • • • DATE ISSUED: Page: 5 SEQUENCE A/``(rt!J ' DATE UPDATED: Of: 8 NPO B5 06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY.FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XII. CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS. (2 CFR §200.321). The City must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible.Affirmative steps must include: A. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; B. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources;. C. Dividing total requirements,when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; D. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; E. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and j F. Requiring the prime contractor, if subcontracts are to be let,to take the affirmative steps listed in paragraphs(1)through(5)of this section. XIII. RESOURCE CONSERVATION AND RECOVERY ACT (2 CFR §200.322), The City and its . contractors shall comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materialsidentified in the EPA guidelines. The United States Environmental Protection Agency (EPA) maintains a list of items which can be made with or use recovered (recycled) materials. :(40 CFR, Part 247). For solicitations regarding the purchase or acquisition of those items for which guidelines have been adopted by the EPA,the requesting City department or division shall specify in its specifications the use of recovered materials and the highest percentage of recovered materials that reasonably may be required consistent with maintaining a satisfactory level of competition. Federal law doesnot require the procurement of goods that (i) 'are not reasonably available within a reasonable amount of time, (ii).fail to meet reasonable performance standards, or(iii) are only available at an unreasonable price. Upon the conclusion of any contract requiring the use of recovered materials of an EPA listed item, the project manager from the requesting City department or division shall obtain a statement from the. Contractor regarding the actual percentage of recovered materials utilized in the completion of the contract. DATE ISSUED: Page: 6 SEQUENCE MARCH 2018 Of: 8 NUMBER: • ' t 1 r\ !, L. DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE • SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XIV. CONTRACT COST AND PRICE (2 CFR§200.323). A. Cost or Price Analysis. A cost or price analysis inconnection with every procurement • action in excess of the federal Simplified Acquisition Threshold (currently $150,000) shall be completed. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the requesting department must make or receive independent estimates before receiving bids or proposals. B. Negotiation of Profit.The City must negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed,the risk borne by the contractor,. the contractor's investment,the amount of subcontracting,the.quality of its record of past performance, and industry profit rates in the,surrounding geographical area for similar work. XV. AWARD TO RESPONSIBLE CONTRACTORS (2 CFR §200.318). Consistent with Section 2-369 of the City Code, the City may only award contracts to responsible contractors possessing the ability to perform successfully under the terms and conditions of the proposed procurement. In determining whether a contractor is responsible, consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. A contract may not be awarded to a party listed on the government- wide Excluded Parties List System in the System for Award Management (SAM) or to a party • listed on the State of Florida's or City's suspended or debarred lists. XVI. CONTRACT PROVISIONS. All agreements awarded pursuant to this procedure shall, at a minimum, contain the contract provisions in Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts under Federal Awards(See Exhibit A). In addition,the requesting City department or division shall provide the Procurement Department with any additionally required State or federal terms and conditions that must beincluded in the solicitation and the contract pursuant to a particular grant or award. XVII. CONTRACT OVERSIGHT.The City department or division which requested a solicitation or contract be issued or entered into by the Procurement Department shall be primarily responsible for maintaining diligent oversight over the contract and the contractor to ensure that the contractor performs In accordance with the terms, conditions, and specifications of its contract or purchase order. Written notice shall be provided to the Procurement Department of any situation in which a contractor is not'performing in accordance with the terms, conditions, and specifications of its contract or purchase order for appropriate action, which • action may beup to and include contract termination. DATE ISSUED: Page: 7 SEQUENCE MIAMI B EACH MARCH 2018 Of: 8 NUMBER: DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE - SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XVIII. PROCUREMENT FILE (2 CFR §200.318). For contracts awarded which are funded inpart or in whole by State or federal financial assistance,the Procurement and Contracts Division project. file shall contain the history of the procurement to include: A. A copy of the solicitation and all addenda thereto, if any; B. A copy of the publication,or advertisementof the solicitation (if applicable.); C. Copies of the quotes, bids, proposals or responses received; D. A copy of the Quote/Bid tabulation-or selection committee meeting minutes; E. A copy of the Council Agenda item approving the contract(if required); F. A copy of the resulting contract and/or purchaseorder; • G. Copies of any required bonds and/or certificates of insurance; and H. For federally funded procurements and contracts, the rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract pricer • I, A screenshot or other documentation reflecting that the party awarded a contract was not listed on the government-wide Excluded Parties List System in the System for Award Management (SAM)or on the State of Florida's or City's suspended or debarred lists. 5. REFERENCE.. This procedure is based on the requirements of the "Procurement Standards" (2 CFR §200.317 through §200.326, and Appendix II) of the "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards" (2 CFR Part 200) adopted by the Office:of Management and Budget,available via the following link: https://www.ecfr. oy/c�i-bin/text-idx?to ecfrbrowse/TitIe02/�cfr200 main 02.tp1 In the event of any conflict between standard City policy or practice and the federal Procurement Standards (now or as may be amended in the future), the federal Procurement Standards shall control for any procurement involving federal financial assistance. { DATE ISSUED: Page: 8 SEQUENCE iNvAlto\MI BEACH MARCH 2018 Of: 8 NUMBER: DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE • SUBJECT: PROCUREMENT REQUIREMENTS.FOR FEDERALLY FUNDED GRANTS AND • PROJECT& . RESPONSIBLE DEPARTMENT: PROCUREMENT Prepared b Procurernen D1retror • Reviewed by: • Internal Auditor • Chieflj ) Offi er Assistant City Manager • Approvei by:- fr A • Nill./1111.1110.--*ViatIM 31134- city m,nager Date , EXHIBIT A Appendix II to Part 200 Contract Provisions for Non-Federal.Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Feder`aI award must contain provisions covering the following,as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition.Council and the Defense,:Acquisition Regulations. Council (Councils).as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the. equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive. Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "AmendingExecutive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction. contracts in 'excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering'Federally Financed and Assisted Construction"). In accordance with the statute, contractors must berequired to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required • to pay wages not less than once a week. The non-Federal entity must place a copy.of the ' l current prevailing wage determination issued by.the Department of Labor in each solicitation. The decision to award a'contract.or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C, 3145), as supplemented by Department of Labor regulations '(29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or 'Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public'work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. • � E EXHIBIT A (E) Contract Work Hours and Safety Standards Act (40 U.S.C.. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a-rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market,or contracts for transportation.or transmission of intelligence. (F) Rights to Inventions Made Under a Contract.or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a)and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirement of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. • (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 .U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (H) Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with -the Energy Policy and Conservation Act(42 U,S.C. 6201). (I) Debarment and Suspension (Executive Orders 12549 and 12689).—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwicle exclusions in the System for Award Management(SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension:" SAM Exclusions. contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (J) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that applyor bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or • organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of EXHIBIT A • • • • • Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier up to the non-Federal award. (K) Procurement Of Recovered Materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.The • requirements of Section 6002 include procuring only items designated in guidelines of the • Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent withmaintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified In the EPA guidelines. • • • • • • • •• • • • ' {jjt`` 1 . City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ' ADDENDUM NO. 3 RFP 2018-002-JC DISASTER RECOVERY SERVICES April-27, 2018 This Addendum to the above-referenced RFP is issued in response to questions from . prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions . are underlined). I. MODIFICATIONS. RFP DUE DATE AND TIME. The deadline for the •receipt of proposals is I extended until 3:00 PM, on Friday, May 11, 2018, at the following location: • City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. • Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. S` cer l a....v.. , Anz-' Al De P cure ent Director ADDENDUM NO.3 13 RFP 2018-002-JC IVi •At.E; EACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 2 RFP 2018-002-JC • DISASTER RECOVERY SERVICES April 20, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). • I. MODIFICATIONS. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Friday, May 4, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, • Miami Beach, FL 33139. • • Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadona miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov • Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. in • rely, e..lex . nis roc ement Director ....__9 . ADDENDUM NO.2 - RFP 2018-002-JC IAM1 EACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor,Miami Beach, Florida 33139, www.miamibeachfl.aov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 1 RFP 2018-002-JC DISASTER RECOVERY SERVICES March 21, 2018 This Addendum to the above-referenced RFP is issued in response to questions from ' prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). ' I. MODIFICATIONS: 1. PRE-PROPOSAL MEETING DATE AND TIME. The pre-proposal meeting has been rescheduled for 10:00 AM, on Wednesday, April 4, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered In a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado c@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. ,,/c rely 74 J."1 Ale enis rok Pro urement.Director I . ADDENDUM NO.1 • RFP 2018-002-JC REQUEST FOR PROPOSALS ( RFP) Disaster Recovery Services 2018-002-JC • RFP ISSUANCE DATE: MARCH 12, 2018 PROPOSALS DUE: APRIL 26, 2018 @ 3:00 PM ISSUED BY: MIAMI BEACH Jason Crouch, Procurement Contracting Officer DEPARTMENT OF PROCUREMENT MANAGEMENT 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6694 I jasoncrouch@miamibeachfl.gov I www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO PROPOSERS &GENERAL CONDITIONS 3 0300 PROPOSAL SUBMITTAL INSTRUCTIONS& FORMAT 12 0400 PROPOSAL EVALUATION 15 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO PROPOSAL" FORM 24 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 26 APPENDIX D SPECIAL CONDITIONS 32 APPENDIX E COST PROPOSAL FORM 34 APPENDIX F INSURANCE REQUIREMENTS 41 APPENDIX G DISASTER DEBRIS MANAGEMENT PLAN 43 APPENDIX H 2CFR APPENDIX II TO PART 200 71 2018-002-IC 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and,subsequently,the successful Proposer(s)(the"contractor[s]") if this RFP results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this RFP by any means other•than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. - The City of Miami Beach is seeking proposals from qualified disaster recovery contractors to provide technical expertise and guidance, to support the City during emergency recovery efforts following declared disaster event(s). Such services includes, but is not limited to the following: vegetative debris removal, construction and demolition removal (C&D), road clearance, staging, disposal, hazardous waste removal, labor, supervision, equipment, materials, facilities, power, communications, and other services and supplies necessary for, or incidental to, the performance of the debris removal and disposal services described herein. Because disaster events often result in significant quantities of disaster debris,which can pose a threat to life and property, the City has decided to procure, in advance of any disaster, a standby, pre-event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency. 3.ANTICIPATED RFP TIMETABLE.The tentative schedule for this solicitation is as follows: RFP Issued March 12,2018 Pre-Proposal Meeting March 28,2018 at 10:00 AM Deadline for Receipt of Questions April 16,2018 at 5:00 PM Responses Due April 26,2018 at 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 2018-002-JC 3 MIAMI BEACH 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department,3rd Floor V 1755 Meridian Ave Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal.Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 2018-002-JC 4 MIAMI BEACH 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: htt0://web.miamibeachfl.gov/procurement/scroll.asDx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S-CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics("Code").and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 2018-002-JC 5 MIAMI BEACH 14.AMERICAN WITH DISABILITIES ACT(ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters(five(5)days in advance when possible),or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. PERFORMANCE BOND.TBD 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to.City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 2018-002-JC 6 1 MIAMI BEACH 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Rejection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from.the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation andsubmission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is consideredto be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will 2018-002-JC 7 MIAMI BEACH be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications,free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS&ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors,and/or agents,from liability of any nature or kind, including cost and expenses for,or on account of, any copyrighted, patented, or unpatented invention, process,or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer,or its officers,employees, contractors, and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal — employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation,marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City,including: 2018-002-JC 8 J MIAMI BEACH A.Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which areregularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E.The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance(experience), in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35._ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38.VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other,governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer 2018-002-JC 9 MIAMI BEACH expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public. agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with,all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the 'part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent,or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATIONIWITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 46. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, 2018-002-JC 10 MIAMI BEACH may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City'shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to(as said term and/or condition was originally set forth on the RFP). 47.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities,favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 48. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process, unless otherwise noted herein. 49. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank 2018-002-JC 11 MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which ttie proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contentsmith page references. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and.Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements.Submit verifiable information documenting compliance with the minimum •ualifications re,uirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone&email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications.A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. • Provide a listing of in-house personnel to be used on the project and their qualifications for performing, managing, directing or documenting disaster debris removal work.. A resume including education, experience, licenses and any other pertinent information shall be included for each team member. 2.3 Financial Capacity. Each Proposer shall arrange, at the request of the City, for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein.The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: https:llsupplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 2018-002-JC 12 MIAMI BEACH Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun&Bradstreet at 800-424-2495. TAB 3 Approach and Methodology Submit detailed information on how proposer plans to accomplish the required scope of services, including detailed information which addresses, but need not be limited to: disaster mobilization plan, subcontractor resources, project timeline, phasing and staging considerations, and risk mitigation for assuring project is managed according to the needs of the City and its Debris Management Plan (DMP). The following shall be included in the proposal response: 3.1 The proposer's approach to subcontracting work, including but not limited to the respondent's processes for selecting and training subcontractors to manage disaster events. 3.2 A detailed plan for operating debris management sites for the City of Miami Beach, addressing any applicable State and Federal laws and regulations. 3.3 A detailed plan for disaster debris removal operations, to include proposer's approach to mobilization, a proposed schedule/timeline for operations, safety procedures, and project management approach. 3.4 Proposer's experience on past disaster projects in identifying and maximizing opportunities to recycle or reuse debris generated by a disaster event(s),with attention to how such opportunities would be implemented for the City of Miami Beach. i 3.5 A narrative on how the proposer intends to collaborate with City of Miami Beach agencies, departments, and other agencies before, during and following a disaster event including participation in andprovision of periodic drills and trainings. TAB 4 Cost Proposal Submit a completed Cost Proposal Form (Appendix E). 4. FINANCIAL CAPACITY. Within three (3) business days of request by the City, Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424.2495. 2018-002-IC 13 MIAMI BEACH 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability(including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). Th Balance of Page Intentionally Left Blank 2018-002-IC 14 MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1 -Qualitative Criteria Maximum Points Proposer Experience and Qualifications,including Financial Capability 40 Approach and Methodology 35 TOTAL AVAILABLE STEP 1 POINTS 75 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1,as follows. Step 2-Quantitative_Criteria Cost Proposal 25 Veterans Preference 5 TOTAL AVAILABLE STEP 2 POINTS' 30 Balance of Page Intentionally Left Blank 2018-002-JC 15 • MIAMI BEACH 4.Cost Proposal Evaluation.The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Vendor Vendor Example Maximum , Formula for Calculating Points Total Cost Allowable Points (lowest cost!cost of proposal . Points Proposal (Points noted are for being evaluated X maximum Awarded illustrative purposes only. allowable points=awarded Actual points are noted above.) points) Round to Vendor A $100.00 20 $1001$100 X 20=20 20 ' Vendor B $150.00 20 $1001$150 X 20=13 13 Vendor C $200.00 20 $100/$200 X 20=10 10 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C • Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 : Rank: 11 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 - - ------ Committee Total 101 100 84 Mani 6eT 2 Rank3 1l i 2 • 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 .- ------ Total 102 89 78 -i Committee: MembeT 2 r Rank: 1' 2 ; 3 • Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. • Balance of Page Intentionally Left Blank 2018-002-JC 16 APPENDIX A MIAMI BEACH Proposal Certification , Questionnaire & Requirements Affidavit Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-IC 17 Solicitation No: Solicitation Title: 2018-002-JC Disaster Recovery Services Procurement Contact: Tel: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: - CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Balance of Page intentionally Left Blank 2018-002-JC 18 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES II NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are'complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer,to comply • with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurementl. • Balance of Page intentionally Left Blank 2018-002-JC 19 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurementl. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. 2018-002-JC 20 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime,may not submit. a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North,Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.'Beginning on December 1,2016,the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies,practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 2018-0021C 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals,or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses.At that time,all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 2018-002-IC 22 • PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation,and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;all responses, data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: 2018-002-JC 23 APPENDIX B MIAMIBEACH " No Bid " Form Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 Nofe.. fri imporfdn-f-for fhose vendars wF1a fiave received nofiifLcati_on:ofi jfF rs soGcifdion, but have decided nafto respond to_ complete and submlijl `t_e affa°ched7"-Stafeime if:br o- Brd ''-die`Y`Sfafemenf of No Bid' provide fif e C� y:v�ith information-ori-mow-forampovefF-iesalFcttaffon process' !Failure fo subrrtif a ``Stafemenf:of NO Bicl may .1- 7s76-1Tin not being notified! hof future solicffations by the Cif ; ' 2018-002-IC • 24 , Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do_do not ,want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Jason Crouch PROPOSAL#2018-002-JC 1755 Meridian Ave, 3rd Floor MIAMI BEACH, FL 33139 2018-002-IC 25 APPENDIX C MIAMI BEACH Minimum Requirements & Specifications Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 26 Cl.MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to • include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Proposer must have a minimum of five (5)years'of experience providing debris removal services, and shall demonstrate that it has performed at least three (3) debris removal projects, as prime contractor,during the past ten(10)years, on projects involving a minimum of 250,000 cubic yards of debris. Required Submittals: For each client/project reference (minimum of 3), the following information is required: 1) client name, 2) contact individual name & title, 3) address, 4) telephone, 5) contact's email, 6) narrative on scope of services provided; 7) contract dates of removal services;8)total cubic yards responsible C2.STATEMENT OF WORK REQUIRED The City of Miami Beach is seeking proposals from qualified disaster recovery contractors to provide technical expertise and guidance, to support the.City during emergency recovery efforts following declared disaster event(s). Such services includes, but is not limited to the following: vegetative debris removal, construction and demolition removal (C&D), white goods, electronic debris, road clearance, staging, disposal, hazardous waste removal, debris separation, labor, supervision, equipment, materials, facilities, power, communications, security and other services and supplies necessary for, or incidental to, the performance of the debris removal and disposal services described herein. Because disaster events often result in significant quantities of disaster debris, which can pose a threat to life and property, the City has decided to procure,in advance of any disaster,a standby,pre-event contract for the removal,management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency. C3.TECHNICAL SPECIFICATIONS 3.1 Minimum Staffing Requirements. Proposers must familiarize themselves with City's Debris Management Plan (to be provided at pre-proposal conference),including but not limited to the City's division of its geographic area into 16 work zones. The Contractor must be able,to expand or contract operations based on the size and nature of the disaster and in consultation with the City. However, the contractor must,within 48 hours of written authorization to proceed by the City,deploy no less than one(1)full debris removal crew in each of the 16 zones,capable of removing a minimum of 200 yards per day to the TDSR (see current FEMA guidance on debris removal crew and equipment makeup). Contractor must provide all labor, equipment and materials required to complete any tasks under this contract. 3.2 Debris Removal and Management. Contractor shall be responsible for the removal and proper management of disaster-related debris posing a threat to life or property. Contractor shall proceed under individual work authorizations approved by the City.Work shall.be limited to eligible debris within the scopeof work as defined by the RFP and by relevant 2018-002-JC 27 • FEMA guidelines and regulations. 3.3 Supervision by Successful Proposer. Under the general oversight of the City, Contractor shall supervise and direct all of its work, workers, subcontractors, and equipment. Contractor is solely responsible for the means, methods, techniques, sequences, safety programs, and procedures utilized. Contractor shall employ and maintain on the work sites a qualified Supervisor(s) who shall have full authority to act on behalf of Contractor, and all communications given to the supervisor in writing by the City shall be as binding as if given to Contractor. 3.4 Technical Assistance. Contractor shall provide disaster recovery technical assistance to City's Administration. This service shall include debris documentation and management for the FEMA public assistance program, including planning,training,and exercise development. 3.5 Quality Assurance. Contractor shall provide sufficient supervision and programmatic controls to ensure compliance with procedural and regulatory standards established by FEMA,State of Florida,and the City of Miami Beach. 3.6 Emergency Road Clearance. Contractor shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by the City. The debris shall be stacked on the right- of-way,to allow passage of vehicles along the primary transportation routes. To the extent permissible under controlling FEMA debris monitoring guidelines, this work shall be accomplished using the hourly labor and equipment rates provided in the Cost Proposal of this RFP. 3.7 Operation of Temporary Debris Storage and Reduction Sites("TDSR"). The City currently has one site approved for use as a TDSR, which is located at 2800 Meridian Avenue, Miami Beach, FL 33139. In the event an additional TDSR is required, the City of Miami Beach will coordinate site establishment and permitting activities. The Meridian Avenue site is currently permitted for use as a green waste facility.The Florida Department of Environmental Protection (DEP) has approved its use as a TDSR in prior tropical storms and hurricanes. The City makes available any TDSR site to the Contractor at no lease/rent charge; however,the Contractor is responsible for all TDSR operations (including development, preparation and maintenance of the site during debris operations, including maintaining daily logs, preparing site progress reports, and enforcing safety and permitting requirements during site operations) and Contractor shall be responsible for site closure to pre-use conditions in accordance with DEP requirements. Contractor's TDSR site development, preparation and facilities maintenance includes installation of entry and exit roads,and interior road(s), placement of temporary facilities such as office space,towers, security and traffic control devices for the entire period of debris operations through site restoration. . If necessary, Contractor shall provide for gravel/lime rock placement for TDSR roads that require stabilization for ingress and egress and all other site developments in accordance with the attached unit cost bid breakdown. Payment for Contractor's operation, management, restoration and closure of TDSR shall be a per-cubic- yard price based on the volume of unprocessed vegetative and C&D debris entering the TDSR. 3.8 Vegetative Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City,.Contractor shall load and haul all eligible vegetative debris from City owned properties and public ROW to a TDSR within the City limits(see information above regarding approved and 2018-002-JC 28 potential TDSR locations). This includes fallen tree and limb debris that is located on public property and ROW as well as hazardous limbs and trees removed by the Proposer under pay items below and placed on public property or ROW. Payment shall be on a per cubic yard basis. 3.9 Reduction of Vegetative Debris by Grinding at TDSR. The Contractor may,at City's option, be required to reduce vegetative debris by grinding. Price shall be on a per cubic yard basis(volume prior to reduction). 3.10 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station. Contractor may,at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Central Transfer Station located at 1150 NW 20th Street in the City of Miami,or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.11 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill. Contractor may,at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade North Dade Landfill located at 21500 NW 47 Avenue, Miami, FL 33055 in the City of Miami,or other approved location. Price for this line item shall not include tipping_or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees."_ 3.12 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Resource Recovery Center. Contractor may,at City's option, be required under this line item to loadfand haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Resource Recovery Center located at 6990 NW • 97th Ave,Doral, FL or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.13 Vegetative Debris Removal from Rights-of-Way(ROW).directly to Final Disposal Location. As directed by the City, and if a TDSR is not utilized, Contractor shall load and haul all eligible vegetative debris from ROW to final disposal to the facilities identified or other approved location(s). Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.14 Removal of Hazardous Stumps. Contractor shall remove hazardous stumps as identified and directed by the City. Stumps must measure greater than 24"in diameter(measured 2 feet from the ground).Stump removal shall include backfilling the void with appropriate fill material and hauling the stumps to the TDSR. Payment is for stump removal and backfill only. For hauling purposes, stumps will be converted to cubic yards measurement per current FEMA debris management guidelines and hauled under appropriate line items for vegetative debris. For reduction and disposal purposes, stumps will be considered vegetative debris and handled as such under separate line items. 3.15 Removal of Hazardous Hanging Limbs. Contractor shall remove hazardous hanging limbs over 2" in diameter(measured as close as possible to the break) from trees on public property and ROW, as identified by the City. The City must identify and approve trees with eligible hazardous limbs prior to removal by the Proposer in order for this work to be eligible for payment. Limbs shall be cut as close as possible to the first healthy lateral limb or trunk to preserve the health of the tree and avoid future hazardous conditions. Hazardous limbs shall be removed and placed on public property or ROW for pickup. Payment for this,item shall be per tree. Payment for 2018-002-JC 29 hauling, reduction and disposal of the hazardous limbs removed and placed on ROW will be handled separately under appropriate line items for loading,hauling, reduction and disposal of vegetative debris. 3.16 Removal of Hazardous Trees. Contractor shall remove hazardous leaning trees (leaners) 6"or greater in diameter(measured 54"above ground) from public property and ROW, as identified by the City. Disaster damaged trees leaning more than 30 degrees from vertical and trees with more than 50% of the canopy damaged shall be considered hazardous trees. Hazardous trees shall be removed and placed on public property or.ROW for pickup, removal and disposal under appropriate line items. The City must identify hazardous trees prior to removal to be eligible for payment.Payment for this item shall be on a per tree basis. In the event that the root ball of an eligible hazardous tree is more than 50%exposed,the removal,disposal and backfill of the stump will be performed and paid under the line item for Removal of Hazardous Stumps upon approval by City. 3.17 C&D Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible construction and demolition debris from ROW to a TDSR within the City limits (see information above regarding approved and potential TDSR locations). 3.18 C&D Removal from TDSR to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in line items 4 —6. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.19 C&D Removal from Rights-of-Way(ROW)directly to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D-debris from ROW to final disposal to the facilities identified in line items 4 —6. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.20 Sand Removal,Screening and Replacement(Beach Renourishment). As directed by the City, Contractor shall screen sand to remove all eligible debris deposited by the event. This process includes the collection'of debris laden sand,transporting the sand to the processing screen located in the beach, processing the debris-laden sand through the screen and returning the sand to the appropriate beach location as directed by City. Debris removed from the sand will be collected,hauled, and processed as ROW debris. 3.21 White Goods Requiring Freon Removal. Contractor shall remove, transport, and recycle (or dispose of, at Contractor's discretion) all white goods that contain or use Freon, including but not limited to refrigerators,freezers, HVAC units, etc., from public property and ROW.Contractor shall be responsible for any disposal costs. Payment under this item will be per unit. White goods not containing Freon shall be loaded and hauled under applicable line items for C&D debris removal. 3.22 Freon Removal. Contractor shall,as directed by the City, remove Freon from refrigerators,freezers,and HVAC units. Freon capture must be performed by a licensed technician. White goods may be transported to a storage area before decontamination as long as Freon is not released during the removal,hauling,or recycling. Payment under this item will be per each unit. 2018-002-JC 30 3.23 Hazardous Waste Removal and Transport. As directed by City,Contractor shall remove and transport any Hazardous Waste identified by the City or its representative to the TDSR or other central collection site identified by the City. Contractor must follow all applicable local, state and federal laws and regulations in connection with this work. No disposal fee is to be included in this line item. To the extent practicable the Hazardous Waste will be segregated in the field and hauled in concentrated loads.Payment under this item will be per pound. 3.24 Removal,Hauling,and Disposal of Dead Animal Carcasses. The Contractor shall remove haul and dispose of dead animal carcasses as directed by the City. Disposal must be in accordance with federal,state,and local regulations. 3.25 Hauling Reduced Vegetative Debris to Alternative Sites. Contractor may,at City's option,be required under this line item to load and haul vegetative debris that has been reduced by grinding at TDSR to alternative disposal locations determined by the City. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. C4. HOURLY LABOR AND EQUIPMENT RATES Immediately following a disaster during the term of the contract, it may be necessary to perform emergency clearance of primary transportation routes as directed by the City. (Refer to City's Debris Management Plan.) Payment under this item,at City's option and subject to FEMA guidelines, may be on an hourly basis for manpower and equipment as listed in Group 6,Appendix E,Cost Proposal Form,and in accordance with the submittal instructions therein.This hourly work will only be conducted through the first 70 hours following authorization to proceed and as agreed in writing pending the development of fixed fee/lump work scopes. Balance of Page Intentionally Left Blank • 2018-002-JC 31 APPENDIX D MIAMI BEACH Special Conditions Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-IC 32 1.TERM OF CONTRACT. Three(3)years. 2.OPTIONS TO RENEW. Option to renew is at the discretion of the City Manager for two(2)additional one(1)year periods. 3.PRICES.Not Applicable. 4.EXAMINATION OF FACILITIES.Not Applicable. - 5.REQUIRED CERTIFICATIONS.Not Applicable. 6.SHIPPING TERMS.Not Applicable. 7.DELIVERY REQUIREMENTS. Not Applicable. 8.WARRANTY REQUIREMENTS. Not Applicable. 9. BACKGROUND CHECKS. The Contractor(s) shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this RFP or any resulting Agreement prior to the commencement of said services. No Contractor(s) employee shall be eligible to perform services, pursuant to this RFP or resulting Agreement, if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement;drug trafficking;forgery; burglary; robbery;theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2)has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor(s) shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorneys'fees)or claims for injury or damages arising out of its failure to comply with this requirement. 10. SUB-CONSULTANTS. The Vendor shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 11. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including final scope of services,deliverables and cost of services. 2018-002-JC 33 APPENDIX E MIAMI BEACH Cost Proposal Form Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 34 APPENDIX A COST PROPOSAL FORM Failure to submit the Cost Proposal Form, in its entirety and fully executed, by the deadline established for the receipt of proposals, will result in proposal being deemed non-responsive and being rejected. Proposer affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink. Cost Proposal Forms completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. ** PRICING FOR EACH LINE ITEM OF GROUPS 1-6 SHALL BE BASED ON THE AMOUNT OF DEBRIS LIKELY GENERATED BY A CATEGORY 3 STORM EVENT, INFLICTED UPON THE CITY OF MIAMI BEACH. Group 1: TDSR Operations ITEM DEscRIPTIoN UNIT COST 1. Operation of Temporary Debris Storage and Reduction Sites("TDSR") CY $ 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY $ 3. Installing 8 foot chain link fence with wind screen with 20 foot entry gate(s), LF 4. Installation of 4 foot protective chain link fence for interior site protection (trees, etc.) LF $ 5. Furnishing and installation of inspection tower Per Tower $ GROUP I.s.UB TOTALi $ 2018-002-JC 35 Group 2: Vegetative Debris Management ITEM DESCRIPTION UNIT COST 6. Vegetative Debris Removal from Rights-of-Way to a TDSR within City Limits CY $ 7. Reduction of Vegetative Debris by Grinding at TDSR CY $ 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station CY $ 9. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill CY $ Hauling Vegetative Debris Reduced by Grinding from TDSR to 10. Miami-Dade Resource Recovery Center CY $ Vegetative Debris Removal from Rights-of-Way (ROW)directly to Miami-Dade Central Transfer 11. Station CY $ Vegetative Debris Removal from Rights-of-Way 12. (ROW)directly to North Dade Landfill CY $ Vegetative Debris Removal from Rights-of-Way 13. (ROW)directly to Miami-Dade Resource Recovery Center CY $ Removal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $ 15. Greater than 36"to 48"diameter Per Stump $ 16. Greater than 48"diameter Per Stump $ 17. Removal of Hazardous Hanging Limbs Per Tree $ Removal of Hazardous Trees 18. Greater than 6"to 12"diameter Per Tree $ 19. Greater than 12"to 24"diameter Per Tree $ 20. Greater than 24"to 36"diameter Per Tree $ 21. Greater than 36"to 48"diameter Per Tree $ 2018-0021C 36 22. Greater than 48"diameter Per Tree $ GROUP 2 SUB TOTAI<i . $ Group 3: C&D Debris Management ITEM, DESCRIPTION UNIT DOST C&D Debris Removal from ROW to a TDSR within 23. City Limits CY $ Hauling C&D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $ Hauling C&D Debris from TDSR to 25. Miami-Dade North Dade Landfill CY $ Hauling C& D Debris from TDSR to 26. Miami-Dade Resources Recovery Center CY $ Hauling C&D Debris from ROW Directly to 27. Miami-Dade Central Transfer Station CY $ C&D Debris Removal from ROW directly to Miami- 28. Dade North Dade Landfill CY $ C&D Debris Removal from ROW directly to Miami- 29. Dade Resource Recovery Center CY $ ' GROUP 3 S1JBi TO.T L . . $ Group 4: Other Services 'ITEM DESCRIPTION UNIT COST Sand removal, screening and replacement(beach 30. restoration) CY $ Loading and Hauling White Goods Requiring Freon 31. Removal Per Unit $ 32. Freon Removal by Qualified Technician Per Unit $ 33. Hazardous Waste Removal and Transport Per Pound $ Removal, Hauling and Disposal of Dead Animal' 34. Carcasses Per Pound $ 35. Bulk Ice, Delivered Per Pound $ GROUP 4 SUBTOTAL. . $ 2018-002-IC 37 • Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT COST 36. 20—30 miles CY $ 37 Greater than 30 Miles—40 Miles CY 38. Greater than 40 Miles—50 Miles CY $ 39 Greater than 50 Miles—60 Miles CY 40.. Greater than 60 Miles—70 miles CY $ GROUP 5 SUB-TOTAL $ * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: GROUPS 1-5 SUBTOTAL Group 6: Hourly Labor and Equipment Rates (*All equipment rates include the cost of the operator,fuel,and maintenance.All labor rates include the cost of personal protective equipment,including but not limited to:hardhat,traffic safety vest,steel-toed shoes,gloves, leggings and protective eyewear.) ITEM DESCRIPTION HOURLY RATE 41. JD 544 Wheel Loader with debris grapple $ 42. JD 644 Wheel Loader with debris grapple $ 43. Extendaboom Forklift with debris grapple $ 44. 753 Bobcat Skid Steer Loader with debris grapple $ 45. 753 Bobcat Skid Steer Loader with bucket $ 46. 753 Bobcat Skid Steer Loader with street sweeper $ 47. 30-50 H Farm Tractor with box blade or rake $ 48. 2—2 1/2 cu. yd.Articulated Loader with bucket $ 49. 3—4 cu. yd.Articulated Loader with bucket $ 50. JD 648E Log Skidder or equivalent $ 51. CAT D4 Dozer $ 52. CAT D5 Dozer $ 53. CAT D6 Dozer $ 2018-002-JC 38 54. CAT D7 Dozer $ 55. CAT D8 Dozer $ 56. CAT 125-140 HP Motor Grader $ 57. JD.690 Trackhoe with debris grapple $ 58.-JD 690 Trackhoe with bucket and thumb $ 59. Rubber Tired Excavator with debris grapple $ 60. JD 310 Rubber Tired Backhoe with bucket and hoe $ 61. 210 Prentiss Knuckleboom with debris grapple $ 62. CAT 623 Self-Loader Scraper $ 63. Hand-Fed Debris Chipper $ 64. 30 Ton Crane $ 65. 50 Ton Crane $ 66. 100 Ton Crane $ 67. 40-60'Bucket Truck $ 68. Greater than 60' Bucket Truck $ 69. Fuel/Service Truck $ 70. Water Truck $ 71. Portable Light Plant $ _ 72. Lowboy Trailer with Tractor $ 73. Flatbed Truck $ 74. Pick-up Truck,(unmanned) $ 75. Self-Loading Dump Truck with debris grapple $ 76: Single Axle Dump Truck, 5 12 cu.yd. $ 77. Tandem Axle Dump Truck, 16-20 cu. yd. $ 78. Tandem Axle Dump Truck,21 -30 cu. yd. $ 79. Tandem Axle Dump Truck, 31 -50 cu. yd. $ 80. Tandem Axle Dump Truck, 51 -80 cu.yd. $ 81. Chainsaw(without operator) $. 82. Temporary Office Trailer $ 83. Mobile Command and Communications Trailer $ 84. Laborer,with small hand tools $ 85. Skilled Sawman $ 86. Crew Foreman with cell phone $ 87. Tree Climber $ 88. LF of Security Fencing $ 89. Ton of Crushed Stone Placed and Graded $ 90. Sand Screening Apparatus $ 91. Traffic Control Devices $ 92. Temporary Light Tower • $ 93. Site Security Systems(camera etc.) $ 2018-002-JC 39 GROUP 6:SUB-ILOTAL $ *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: GROUPS 1- 6 GRANDE TOTAL:CD r Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 2018-002-JC 40 APPENDIX F MIAMILEACH Insurance Requirements Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 41 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum'levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. XXX 6. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 7. Other Insurance as indicated: Builders Risk completed value $ .00 _Liquor Liability $- .00 Fire Legal Liability $ .00 _Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 Other $ .00 XXX 8. Thirty(30)days written cancellation notice required. XXX 9. i Best's guide rating B+:VI or better, latest edition. XXX 10. The certificate must state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. • • 2018-002-JC 42 APPENDIX G MIAMI BEA Debris Management Plan Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 • 2018-002-JC 43 ® MIAMI BEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139, www.miamibeachfl.gov CITY OF MIAMI BEACH DISASTER DEBRIS MANAGEMENT PLAN 2018-002-JC 44 City of Miami Beach MIAMI BEACH Debris Management Plan Table of Contents 1:0 GENERAL 4 1.1 Purpose 4 1.2 Scope 4 1.3 Existing Conditions 5 1.4 Priorities 5 2.0 SITUATIONS AND ASSUMPTIONS 6 2.1 Disaster Event Situations 6 2.2 Disaster Event Assumptions 7 2.3 Forecasting Debris 7 2.3.1 Debris Quantities 7 2.3.2 Residential Buildings 8 2.3.3 Outbuildings 9 2.3.4 Vegetation 10 2.3.5 Volume—Weight Conversion Factors 10 2.4 Concept of Operations 11 2.4.1 Overview - 11 2.4.2 Administrative Staff 11 2.4.3 Public Information Officer 12 2.4.4 Legal 13 2.4.5 Engineering/Planning 13 2.4.6 Contracting and Procurement 13 2.4.7 Reimbursement Coordinator 14 3.0 STANDARDIZATION 14 3.1 Attachment 5.10 - Sample "Load Ticket" Error! Bookmark not defined. 3.2 Attachment 5.11 - Sample Debris Truck Placard Error! Bookmark not defined. 3.3 Attachment 5.12-Disaster Debris Management "Notice to Proceed" Error! Bookmark not defined. 3.4 Attachment 5.13 -Disaster Debris Monitor "Task Authorization" Error! Bookmark not defined. 4.0 CERTIFICATIONS 14 5.0 OPERATIONS 15 5.1 Non-Event Operations - 15 5.2 Pre-Event Operations 15 5.3 Training&Exercises 16 5.4 Debris Management Phases 17 5.4.1 Priorities 17 5.5 Response Operations 18 September 2011 i 5.5.1 Phase I-Emergency Road Clearing 18 5.5.2 Phase II-Recovery Operations (Debris Removal,Reduction,Disposal, Recycling) 19 5.5.3 Estimating Staff,Procedures, and Assignments • 21 5.6 Debris Collection Methods 22 5.6.1 Curbside Collection 22 5.6.2 Collecting Hazardous Waste and White Goods 22 5.6.3 Hazardous Trees 23 5.6.4 Hazardous Limb Removal (Hangers) 23 5.6.5 Hazardous Limbs are as follows. 23 5.6.6 Hazardous Stumps 24 6.0 TEMPORARY DEBRIS STORAGE REDUCTION SITES (TDSRS) 25 6.1 Site Selection Priorities 25 6.2 TDSR Site Management 25 6.2.1 Site Manager 25 6.2.2 Monitoring Staff and Assignments 25 6.2.3 Safety Personnel_ 26 6.3 Operations Planning 26 6.3.1 Site Selection 26 6.3.2 Permits and Locations 27 6.3.3 TDSR Baseline Data Collection 27 ,6.3.4 Site Layout 28 6.3.5 Site Preparation 28 6.3.6 Volume Reduction Methods 29 6.3.7 Recycling 29 63.8 Environmental Monitoring Program 31 6.3.9 Site Closure 31 6.3.10 TDSR Site Close-out Planning 31 6.4 Post-Event Operations 32 6.5 Emergency Communications Plan 33 6.6 Health and Safety Plan and Procedures 33 7.0 MONITORING STAFF AND ASSIGNMENTS 33 7.1 Load Site Monitors 34 7.2 Disposal Site-TDSR Monitors 35 8.0 PLAN UPDATES 36 2018-002-JC 2 APPENDICES Appendix A. Debris Management Center Appendix B. Debris Managemetn staff Appendix C. FEMA guidelines Appendix D. FHWA guidelines Appendix E. Debris Contractor (s) Appendix F.Debris Monitor Contractor(s) Appendix G. Emergency Road Clearing ( Priority Roadways) Appendix H. Debris Zones Appendix I. Temporary Debris Storage Reduction.( TDSR) site location Appendix J. Truck Placard. Appendix K. Truck Certification list Appendix L. Debris.Load ticket example Appendix M. Debris Load Ticket Log example Appendix N. Debris Loading Site Monitor Checklist Appendix 0. Debris Disposal Site Monitor Checklist Appendix P.1. TDSR Baseline checklist Appendix P2.'TDSR Site Closure checklist Appendix Q. Potential Disposal Sites 2018-002-IC 3 1.0 GENERAL 1.1 Purpose The purpose of this plan is to provide for effective and efficient management of disaster- generated debris within the municipal boundaries of Miami Beach, Florida. The plan is intended to be an evolving document that provides a comprehensive approach to preparing for and implementing debris management operations following a major disaster. This Plan unifies the efforts of public and private organizations for a comprehensive and effective approach to: • Provide organizational structure, guidance, and standardized guidelines for the clearance, removal, and disposal of debris caused by a major debris- generating event. • Establish the most efficient and cost effective methods to resolve disaster debris removal and disposal issues. • Implement and coordinate private sector debris removal and disposal contracts to maximize clean-up efficiencies and minimize or control debris management costs. • Expedite debris removal and disposal efforts that provide visible signs of recovery designed to mitigate the threat to the health and safety of County residents. • Coordinate partnering relationships through communications and pre- planning with local, State, and Federal agencies that have debris management responsibilities. 1.2 Scope This plan is an integral component of the Miami Beach Comprehensive Emergency Operations Plan (CEOP). It is applicable to all debris operations following any type of ' disaster, and to all types of disaster-generated debris, including vegetative debris, construction and demolition debris, and household debris. The plan is intended to address disaster-generated debris that must be removed and disposed of because it poses a threat to public and private property, a potential threat to public health and 2018-002-IC 4 safety and/or would substantially interfere with the economic recovery of the community. 1.3 Existing Conditions The City of Miami Beach, Florida ("City") has a population'of 87,779 (2010 Population Census), a total area of approximately 7.1 square miles, and approximately 140 miles of paved roadways. The City is mostly developed, with few large tracts of as yet undeveloped land, numerous parks, playgrounds, green spaces and two (2) public and four(4)private golf courses. In recent years, hurricanes and major tropical storms have generated primarily vegetative debris, though about 5% of the debris generated by Hurricane Wilma in 2005 was construction and demolition or mixed materials. The City is responsible for maintaining a number of man-made canals, storm water basins and water bodies that are subject to significant impacts from debris deposited by major storms. 1.4 Priorities Operations to protect public health and safety will be given the highest priority. Similarly, debris management operations will not endanger the health and safety of individuals engaged in debris collection, transport, and handling, or to the public adjacent to debris collection sites, debris transportation routes or temporary debris storage sites. • Operations to ensure and/or restore the continuity of local government and protection of vital community infrastructure will be the next highest priority. • Operations to protect and/or prevent additional damage to public property will be the next highest property. Similar actions will be taken to protect private property when a failure to act would also endanger surrounding properties or public safety. • Operations to protect valuable environmental resources will be the next highest priority. • Operations to restore and enhance normal economic activity in the community will be the next highest priority. 2018-002-IC 5 2.0 SITUATIONS AND ASSUMPTIONS 2.1 Disaster Event Situations Natural disasters such as hurricanes, tornadoes, and flooding precipitate a variety of 1' debris scenarios which include,but are not limited to,trees and other vegetative organic matter, construction materials, appliances, personal property, mud, and sediment. Man- made disasters such as terrorist attacks may result in a large number of casualties and heavy damage to buildings and basic infrastructure. Crime scene access,human remains and contaminated debris will significantly complicate debris removal as well as necessitate special precautions and handling. These factors will necessitate close coordination with local, State, and Federal law enforcement, health and environmental officials. This Plan takes an all-hazards approach to identifying and responding to the following hazards that may pose a threat to the City of Miami Beach: • Natural Hazards — severe weather, hurricanes, tornadoes, flooding, hail or earthquakes; • Human-caused Events and Hazards — urban fires, special events, civil disorder,or transportation accidents; and • Terrorist Incidents — bomb threats or attacks, sabotage, hijacking, armed insurrection,or Weapons of Mass Destruction(WMD.) incidents. The quantity and type of debris generated, its location and the size of the area over which it is dispersed will have a direct impact on the type of removal and disposal methods utilized, the associated costs, and the speed with which the problem can be , addressed. Further, the quantity and type of debris generated from any particular disaster will be a function of the location and type of event experienced as well as its magnitude,duration, and intensity. For planning purposes and for pre-positioning response assets, this Plan assumes that the magnitude of the event exceeds the capacities of the City. This Plan assumes the magnitude of the event overwhelms the capabilities of the City of Miami Beach to perform debris removal and disposal with City assets alone. The fact that this Plan is based onan event that exceeds the City's capabilities in no way diminishes the value of the Plan for use in response to other types and categories of events.This Plan establishes a general framework that,with minor modifications, can be used in any debris-generating event. 2018-002-JC i 6 2.2 Disaster Event Assumptions This Plan addresses the clearing, removal and disposal of debris generated by the previously mentioned hazards based on the following assumptions: • A major natural or man-made disaster that requires the removal of debris from public or private lands and waters could occur at any time; • The amount of debris resulting from a major natural disaster will exceed the City's in-house removal and disposal capabilities; • The City will contract for additional resources to assist in the debris removal, reduction, and disposal processes; • Federal assistance will be requested to supplement the City's debris capabilities in coordination with the City's Debris Project Manager. 2.3 Forecasting Debris This section provides a review of generally accepted methodologies used throughout the industry to estimate the quantity of debris by type given a diaster of a defined magnitude and type. Table 1 details the estimated cubic yards of debris generated by hurricane categories according to debris type, density and precipitation before and during the event. Engineering/Building (ESF #3) will be responsible for damage assessments and estimates of construction/demolition(C&D) debris estimates associated with demolition of hazardous structures. Parks & Recreation handles all Emergency road clearing, including clearing of parks and estimating of woody and vegetative debris. 2.3.1 Debris Quantities Debris forecasting is crucial to determining the size of the response needed. In general, the following formula is used to estimate debris quantities: Q=Hx(C)x (V) x(B)x (S) H (Households) = Population/3 (3 persons per 2018-002-JC 7 household) C (Category of Storm) Factor = (See Below) V (Vegetative Multiplier)Factor= (See Below) B (Commercial Density Multiplier) = (See Below) S (Precipitation Multiplier) = (See Below) Hurricane Category Value of"C"Factor 1 2 CY 2 8CY 3 26 CY 4 50 CY 5 80CY Vegetative Cover Value of"V" Multiplier Light 1.1 Medium 1.3 Heavy 1.5 Commercial Density Value of'B"Multiplier Light 1.0 Medium 1.2 Heavy 1.3 Precipitation Value of"S" Multiplier None to Light 1.0 Medium to Heavy 1.3 2.3.2 Residential Buildings c The following formula for estimating the quantity of debris from a demolished single-family home will be utilized In the event demolition of single-family residential buildings is required: L x W x S x 0.20 x VCM=cubic yards of debris(cy) 27 '2018-002-JC 8 Where: L = length of building in feet W = width of building in feet S = height of building expressed in stories 0.20 = constant to account for the"air space"in the building 27 = conversion factor from cubic feet to cubic yards VCM = Vegetative Cover Multiplier The VCM is a measure of the amount of debris within a subdivision or neighborhood. The descriptions and multipliers are described as: • Light (1.1 multiplier) includes new home developments where more ground is visible than trees.These areas will have sparse canopy cover. • Medium (1.3 multiplier) generally has a uniform pattern of open space and tree canopy cover.This is the most common description for vegetative cover. • Heavy (1.5 multiplier) is found in mature neighborhoods and woodlots where the ground or houses cannot be seen due to the tree canopy cover. The following rule of thumb will be used to forecast debris quantities for totally destroyed single-family, single-story homes in the applicable vegetative cover category. The amount of personal property within an average flooded single-family home has been found to be 25-30 cy for homes without a basement and 45-50 cy for homes with a basement. 2.3.3 Outbuildings In the event city owned or private buildings that are a threat to the community require demolition, the following formula will be used to estimate the debris: L x W x H x 0.33 = cubic yards of debris 27 Where: L = length of building in feet W = width of building in feet H = height of building expressed in feet 0.33 and 27 are constants as noted in 2 above 2018-002-JC 9 2.3.4 Vegetation Vegetation is the most difficult to estimate due to the random sizes and shapes of trees and shrubbery. Based on historical events, U.S. Army Corps of Engineers (USACE) has established a few rules of thumb in forecasting and estimating vegetative debris. • Treat debris piles as a cube,not a cone,when estimating • 15 trees,8 inches in diameter=40 cy(average) • One acre of debris,3.33 yards high=16,117 cy 2.3.5 Volume-Weight Conversion Factors. These factors to convert woody debris from cubic yards to tons are considered reasonable and were developed by USACE. Softwoods 6 cubic yards = 1 ton Hardwoods 4 cubic yards = 1 ton Mixed debris 4 cubic yards = 1 ton C&D 2 cubic yards = 1 ton Several truckloads will be testedto verify these conversion factors in the field. Trucks should be well loaded, contain woody debris typical of that being removed, and truck capacities should be verified. Testing will be performed with all affected parties present —such as the Debris Project Manager, Debris Removal Contractor(s), Debris Monitoring Contractor,FEMA and a State representative. The City's contract with Crowder Gulf for Debris Removal is by the cubic yard.The City mandates all trucks performing debris removal hauling operations must be certified for cubic yard capacity per FEMA measurement guidelines prior to the beginning of hauling operations. Table 1—Disaster Debris Quantity Estimate(CY) Estimated Estimated Total Hurricane Vegetative Estimated C&D Debris(C&D+ Category Debris(CY) Debris(CY) Veg) (CY) • • 1 31,600 75,000 105,000 2018-002-IC 10 2 126,000 295,000 421,000 3 579,000 1,350,00 1,930,000 4 1,113,000 2,596,000 3,708,663 5 1,780,000 4,154,000 5,933,860 2.4 Concept of Operations 2.4.1 Overview In coordination with Debris Management and Removal contractor is responsible for coordination of inspections, notifications, if necessary clean-up and or mitigation of spills. Inspect drop-off points for the household hazardous materials for compliance with appropriate regulations and ensure timely pick-up. 2.4.2 Administrative Staff , 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 : Public Works Department/Sanitation Division 140 MacArthur Causeway,2nd floor, Miami Beach,Fl. 33139 Te1:305-673-7616;305-673-7627. ti In the event the DMC location is damaged by the disaster,the secondary location will be located at: Emergency Operations Center 1680 Meridian Ave. Miami Beach,F1 33139. Tel: 305-673-7120 ext 2804 Specific DMC staff actions include the following: 2018-002-JC 11 • Report on debris removal and disposal 'progress and preparing of status briefings relying on the- Debris Removal Contractor(s) for daily debris removal progress updates. • Provide input to the PIO on debris removal and disposal activities. • Coordinate with the State/County on debris issues affecting adjacent municipalities. • Coordinate with the following Federal agencies in the event of a major natural or man-made debris generating disaster that exceeds the City's capabilities: - Federal Emergency Management Association(FEMA) - U.S.Army Corps of Engineers (USACE) - U.S. Environmental Protection Agency (USEPA) - Local Office of Federal Bureau of Investigation(FBI) 2.4.3 Public Information Officer Nannette Rodriquez,Community Relations Officer,will assume the role of Public Information Officer. With regard'to debris removal, the Public Information Officer (PIO) places emphasis on actions the public can perform to expedite the clean-up"process. The following are some items that may be appropriate for a public awareness campaign and/or press release(s) through the media: • Separating burnable and non-burnable debris • Segregating Household Hazardous Waste (HHW) • Placing disaster debris at the curbside • Keeping debris piles away from fire hydrants and valves • Segregating recyclable materials • Updating pick-up schedules. 2018-002-IC 12 2.4.4 Legal The City's Legal attorney or staff leads the review process for all legal matters in the debris management planning process. In addition to advising the debris management planning staff,the following tasks are also performed by the legal department: • review all contracts; • review and/or establish a land acquisition process for temporary debris management sites; • review all insurance policies; ensure environmental and historic preservation compliance before, during, and after operations; ensure that site restoration and closure requirements are fulfilled; review and/or establish a building condemnation processes; • review and/or establish a legal process for private property demolition and debris removal;review right-of-entry and hold harmless agreements. 2.4.5 Engineering/Planning The Engineering staff supports all other debris management sections in a technical role. The Engineering department provides debris quantity assumptions, economic analysis, and feasible solutions for the debris operations. Also, the Engineering staff: pre-selects debris management sites and confirms their availability/suitability following the disaster; performs the design and layout of the site; identifies and coordinates environmental issues with the Florida Department of Environmental Protection (FDEP); and provides information to expedite the TDSR and burn permits. 2.4.6 Contracting and Procurement The Contracting and Procurement staff is responsible for coordinating bidding requirements, forms, advertisements for bids, emergency RFP's and instructions to bidders,andcontract development. 2018-002-JC 13 2.4.7 Reimbursement Coordinator The Reimbursement Coordinator,James Sutter, Internal Audit, provides for collection and compilation of labor,equipment,supplies,materials and all expenditures per FEMA Categories, other Federal reimbursement programs and supervision of reconciliation of Debris Removal ticket ledgers.The Reimbursement Coordinator manages all receipt and payables to Debris Removal Contractor and Monitoring Company. 3.0 STANDARDIZATION Important objectives of this plan are to expedite the initiation of debris management operations following a major disaster, to ensure effective coordination with other governmental/regulatory agencies, and to promote full compliance with applicable local, State and Federal requirements for post-disaster debris management. To achieve these objectives, this plan incorporates policies to, where feasible and practical; standardize documentation related to disaster debris recovery activities. The following standardized forms and documentation are included as Appendices Appendix J. Truck Placard Appendix K. Truck Certification Appendix L. Load Ticket Appendix M. Ticket Log Appendix N.Appendix Debris Loading Monitor Site Checklist Appendix O.Debris Disposal Site Monitor Checklist 4.0 CERTIFICATIONS Where feasible and practical, the City will work to qualify and update baseline information for TDSR locations. Trucks will be certified prior to participating in debris removal and hauling capacity. Copies of TDSRS certification information is included in Appendix K. 2018-0021C 14 5.0 OPERATIONS The operations described below are intended to be implemented with flexibility and to be adjusted to the specific needs of the debris planning and plan implementation processes as they may change through time. 5.1 Non-Event Operations During periods of normalcy, City staff will perform the following tasks to ensure preparation for disaster events: review and update this plan as appropriate; evaluate TDSRS availability and update locations and/or certifications, as necessary; ensure appropriate disaster debris management and monitoring contracts are in place;evaluate performance of disaster debris management and monitoring companies during prior events, if applicable; verify and communicate appropriate contact information for staff, contractors, and outside organizations; identify changes necessary to satisfy FEMA, FHWA, and other outside and regulatory agencies; and perform and participate in appropriate training and exercises. 5.2 Pre-Event Operations Upon notice of a Potential Disaster Event, Hurricane Category 1 or greater, that can generate large volumes of debris, the City Manager activates the Debris Management Staff to mobilize their respective positions at the Debris Management Center,Appendix A. The staff assigned responsibility for debris management activities will be knowledgeable of their specific responsibilities identified below and consistent with the CEOP. The DM Staff, and Debris Removal contractors meet during the first week of May each year to update, 24-hour on-call emergency telephone numbers, communications, in accordance with the CEOP. At the Planning meetings, the DM Staff address the following items including, but not limited to: • Review and or execute debris removal contracts and mutual aid agreements. • Review priority streets and routes with limited access 2018-002-JC 15 • Review State, Federal regulation revisions pertaining to Debris Management, and reimbursement criteria • Confirm availability and permit status of temporary debris staging and reduction sites(TDSRs) • Perform training and exercises, and review all DMC staff positions. • Update Debris Management Plan as needed,including. The designated location to meet immediate Post-Storm event. 5.3 Training & Exercises Appropriate City staff will participate in annual coordination and training exercise to ensure disaster preparedness. Such training may include meetings with Miami-Dade County and other local governments; FEMA, FHWA & FDOT; and disaster debris management and monitoring firms. This Debris Management Plan will be reviewed annually in order to maintain readiness to implement the Plan. The pre-event annual planning, Debris Management up date, and Debris Management Training Workshop will be scheduled between March and May of each year,prior to the beginning of hurricane season. This Workshop will ensure that all aspects of the Debris Management Plan are confirmed, understood, and updated as necessary.Items to be covered include: • Contractor identification and responsibility • Post-disaster location to meet • Back-up communications • Mobilization sites • Logistical support • Pre-storm mobilization • Procedures for call-up of Contractor personnel and equipment • Priority areas and Haul routes • Contractor vehicle identification and registration • Debris hauling load ticket administration • Mobilization and operation of the Temporary Debris Storage Sites(TDSRS) 2018-002-JC 16 • Contractor payment request submission,review,and verification • Special procedures for Household Hazardous Waste • TDSR closure requirements The Workshop also includes: • Changes in Mission • Changes in Concept of Operations • Changes in Organization • Changes in Responsibility • Changes in pre-positioned contracts • Changes in priorities • Changes to State and/or Federal rules, regulations and guidance pertaining to debris management and operations eligible for reimbursement following declared disasters. • Completing all training of key personnel • Conducting an exercise of this Plan • Confirming the availability of temporary debris management sites as well as permitting issues. 5.4 Debris Management Phases 5.4.1 Priorities Immediately following a disaster event, an impact assessment of all public structures, equipment, and debris clearance will be coordinated by the Debris Project Manager in order to prioritize the impacted areas and resource needs. Damage assessments need to be performed to identify debris impacts on critical roads and to make initial estimates of debris quantities. Based on this information, the Debris Project Manager sets priorities and issues urgent assignments for Emergency Road Clearing to dear 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. Initial priorities for debris clearance are based upon the following ranking: 2018-002-JC 17 • Extrication of people • Egress for fire,police,and Emergency Operations Center personnel • Ingress to hospitals,jail,and public shelters • Major traffic routes • Major flood drainage ways • Supply distribution points and mutual aid assembly areas • Government facilities • Public Safety communication towers • American Red Cross shelters • Secondary roads • Access for utility restoration • Neighborhood streets • Private property adversely affecting public welfare. 5.5 Response Operations 5.5.1 Phase I—Emergency Road Clearing The Debris Project Manager assigns 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. Based on the feedback received from field personnel, the Debris Project Manager determines if the City's in-house capabilities are sufficient to perform Emergency Road Clearing. If the quantity of debris generated exceeds the City's capacities to clear, remove and dispose of the debris, the Debris Project Manager may elect to activate the pre-positioned contract with the Debris Removal Contractor(s) to assist with debris operations. The Debris Project Manager notifies the Procurement Office to activate the contract. Debris Clearance from City roadways and/or property is accomplished by using City crews, equipment and/or private contractor resources. Areas of priority for Emergency Road clearing, and Debris Removal have been detailed. (See Appendix G.-Emergency Road Clearing(Priority Roadways). The primary mission of Emergency Road Clearing is to clear primary and secondary 2018-002-JC 18 roads for movement of emergency service vehicles. During the Emergency Debris Clearance, the Debris Project Manager assists the utility companies to identify power lines that are down,to ensure the safety of the emergency debris Clearance workers. The Debris Project Manager identifies and confirms the'temporary debris storage and reduction sites (TDSRS) for debris and the County EOC is notified of the TDSR site location. Phase I activities indude,and will be based on,the following criteria: • Implementation of the Debris Management Plan • Determination of incident-specific debris management responsibilities • Notification to Contractors • Establishment of priorities based on evacuation needs and prediction models - American Red Cross Shelters,other Emergency Shelters,Government facilities - Access for utility restoration - Private property adversely affecting public welfare - Identification and activating of the TDSR sites • Initiate emergency road clearing of priority areas • Activation of pre-positioned contracts, if necessary, to support Phase I clearance operations • Implementation of Public Information Plan • Damage assessments- for debris including,canal banks, and sand removal from storm drains, and road areas. • Coordination and tracking of resources • Formal documentation of costs. 5.5.2 Phase II-Recovery Operations(Debris Removal,Reduction,Disposal,Recycling) Phase II Recovery Operations are implemented as soon as FEMA and State have authorized Category A - Debris Removal/Disposal, usually within two to five days following a major debris-generating disaster event. However, in the event debris stockpiling on curbside is a safety or health hazard detriment to community the Debris 2018-002-JC 19 Manager may authorize for debris removal operations to initiate.t Phase II Operations begins immediately following the disaster with Damage Assessments. Following Phase I Emergency Road Debris Clearing (and estimation of woody-vegetativedebris for the Damage Assessments) Phase II activities begin with Debris Removal, Reduction, Recycling, and/or Disposal of curbside debris. Vegetative and non-vegetative(C&D,white goods, sand deposits...)Debris must be brought to the public right-of-way or public curbside to be eligible for removal at City's expense. During Phase II Debris Removal Operations, the City provides a Contractor for monitoring of all debris Removal Operations, including Load site monitors, TDSR monitors,monitoring the segregation of recyclables,and disposal site monitors. It is the City's intent to pursue Recycling of disaster debris as final disposition of all disaster generated debris and material. Due to experience,the City realizes there will be limitations on recycling outlets availability to accept, or process the debris, making recycling cost prohibitive not cost effective. The City has identified and selected a Temporary Debris Storage and Reduction site (TDSR) for volume reduction of clean vegetative debris, and to segregate recyclables(i.e. metals,C&D material,etc.).The TDSR site location is provided in Appendix I. The City includes in the debris removal contract, the TDSR set-up, operation, rodent control and'TDSR closure. The debris removal contractor is responsible for the legal disposal, and recycling of all debris reduction by-products. The debris removal contractor is responsible for canal and levee debris and sand removal form streets and storm drains,if necessary. Boat vessels are not included in the Debris Removal contract. Boat vessels are under a separate contract with another contractor specific contract to remove and properly dispose of vessels. The Debris Project Manager is responsible for implementing Phase II activities with support as required from the utility companies and private Contractors. All debris removal and disposal operations are coordinated by - the Debris Project Manager. Phase II activities include: Activate of pre-positioned contracts • Truck Certification,Truck Placarding • Prioritize Debris Removal Zones 2018-002-IC 20 • Identification of canals/levees that require cleanup and streets or storm drains that require Sand deposit removal. • Notification to citizens of debris removal procedures • Activation of TDSR site location(s)-verify permit status and layout • Removal of debris from rights-of-way and critical public facilities • Movement of debris from TDSR site locations to permanent landfills. • Assign location of load ticket turn-in at end of day • Review procedure for correcting damaged or lost tickets • Identifying leaners and hangers, and stumps that may require removal; and or + considered an safety hazard to the community. 5.5.3 Estimating Staff,Procedures,and Assignments The City recognizes that disasters may generate debris of types and quantities that exceed the City's capabilities, since the City does not maintain all the equipment, nor have personnel for debris removal activities. The City implements the pre-positioned contracting process to have qualified Contractors on stand-by to respond within the pre- determined period to assist in requested aspects of the debris operation. The City has also identified Bergeron as the second pre-qualified Debris Removal contractor. The Debris Project Manager or an authorized representative of the City contacts the firm(s)holding pre-positioned debris removal and disposal contract(s)and advises them of impending conditions. The scope of the pre-positioned contracts provide for the removal and lawful disposal of all natural disaster-generated debris, including household, industrial, and commercial hazardous waste. Debris removal will be limited to City-maintained streets, property, and other public right-of-way based on the extent of the disaster. Each Contractor, upon receipt of notice to proceed, mobilizes personnel and equipment within 24 hours, as necessary to conduct the debris removal and disposal operations.All Contractor operations will be reviewed by the Debris Project Manager. The Contractor makes multiple, scheduled passes in the City in areas impacted by the disaster as directed by the Debris Project Manager. Schedules will be provided to the PIO for publication and notification by the news media. 2018-002-JC 21 5.6 Debris Collection Methods 5.6.1 Curbside Collection The general concept of debris removal operations includes multiple, scheduled passes of the City rights-of-ways directed by the Debris Project Manager. Debris will be placed at the curb and/or public rights-of-way by the residents for collection. Garbage will not be collected by the debris removal contractor or commercial haulers and will continue to be collected by the City's contractor All Service Refuse. Florida Power and Light handles, and other utility crews handle, all elated utility debris such as utility poles,power transformers,cables and other utility company materials. Scheduled passes allow the residents to return to their properties, begin restoration process and bring debris to the curbside. The City has been divided into 17 debris zones, to control and expedite debris removal operations.Appendix 1 details the debris zones and priority areas of debris removal. The estimated total debris generated from a disaster,such as a Hurricane Category 1 and Hurricane Category 5, ranges from 105,000 cy to 5,993,860 cy, respectively ( See Appendix R.for Debris estimates).The City used the debris prediction model based on the Army Corp of Engineers model to calculate the amount of debris that will be generated as a result of Hurricane Category 1 or greater. 5.6.2 Collecting Hazardous Waste and White Goods Household Hazardous Waste (HHW) encountered by the debris removal Contractor is to be set aside. HHW disposal is the responsibility of the resident. The City designates HHW drop-off locations. The PIO informs the community of these drop-off location(s). The Debris Management Center coordinates with local Environmental Protection Agency (USEPA), and Florida Department of Environmental Protection (FDEP) officials for the collection of eligible industrial or commercial hazardous waste resulting from the disaster. • 2018-002-IC 22 5.6.3 Hazardous Trees A tree is considered hazardous if its condition was caused by the disaster and it is an immediate threat to lives, public health and safety, or improved property; it has a diameter chest height of six inches or greater; and one or more of the following criteria are met: • It has more than 50 percent of the crown damaged or destroyed; • It has a split trunk or broken branches that expose the heartwood; • It has fallen or been uprooted within a public-use area;and/or • It is leaning at an angle greater than 30 degrees. Trees determined to be hazardous and that have less than 50 percent of the root-ball exposed will be cut flush at the ground level. The cut portion of the tree will be included with regular vegetative debris. The Debris Project Manager ensures the Debris Removal Contractor cuts the tree trunk,as close to the ground as possible. Grinding of the resulting stump after the tree has been cut flush at the ground level will not be performed since grinding is not eligible for reimbursement. • 5.6.4 Hazardous Limb Removal (Hangers) Hazardous hanging (broken) limbs are identified by the Debris Project Manager, who will direct the Debris Removal Contractor to cut and remove. 5.6.5 Hazardous Limbs are as follows: • Greater than two inches in diameter at the point of breakage;and • Still hanging in a tree'and threatening a right-of way, and or public use area (i.e., trails,sidewalks,golf cart paths). Hazardous limbs will be cut during a scheduled event to coincide with debris removal operations scheduled passes.The Debris Project Manager may direct the cutting of a limb that present an unusually high risk to life safety, however, most hazardous limbs will be cut during a scheduled debris removal pass. If the canopy of a tree located on private property extends over the public right-of-way 2018-002-JC 23 such as a sidewalk, removal of hazardous limbs on the tree that extend over the public right-of-way will also be performed by the debris removal contractor. Daily, the Debris Project Manager reviews the following documentation regarding the removal and progress of the hazardous limb removal. • • Description of immediate threat,e.g.photos of hanging limbs or leaning trees; • The scope of work to remove the immediate threat; • Note the property location by recording the nearest building address and/or GPS location;and, • Denote date, labor (force account or contract), and equipment used to perform the work. 5.6.6 Hazardous Stumps The Debris Project Manager directs the Debris Removal Contractor to remove all hazardous stumps.A stump will be determined hazardous if it meets all of the following criteria: • It has 50 percent or more of the root-ball exposed (less than 50 percent of the root- ball exposed should be flush cut); • It is greater than 24 inches in diameter,as measured 24 inches above the ground; • It is'on improved public property or a public right-of-way;and • It poses an immediate threat to life, and public health and safety. The Debris Project Manager reviews daily all the below documentation regarding the removal and progress of: • Photographs and GPS coordinates that establish the location on public property; • Specifics of the threat; • Diameter of the stump 24 inches from the ground;and • Quantity of material needed to fill the resultant hole. The Debris Removal Contractor removes all stumps that are determined to be hazardous to public access and as directed by the City.Stumps will be hauled to TDSRS where they will be inspected and categorized by size. 2018-002-IC 24 6.0 TEMPORARY DEBRIS STORAGE REDUCTION SITES(TDSRS) The City has identified one Temporary Debris Storage and Reduction sites (TDSRs), and (one location for backup) for volume reduction of clean vegetative debris, and to segregate recyclables (i.e., metals, C&D material, etc.). Appendix I contains the TDSR location(s). The City has addressed in the Debris Removal and Monitoring contract/RFPS the TDSR set-up, operation, TDSR closure, and Monitoring of Operations. The debris removal contractor(s) are responsible for the legal disposal, and recycling of all debris reduction by-products. The Debris Management Representative is responsible for implementing Phase II activities with support as required from the utility companies and private Contractors. All debris removal and disposal operations are coordinated by the DMTF Project Manager, the Debris Management Representative. Phase II may be quite lengthy as disaster recovery continues until pre-disaster conditions are restored. 6.1 Site Selection Priorities After the amount of debris has been estimated, the next critical issue that the Debris Management Team must face is the determination of the number and size of the temporary sites and the number of temporary sites and location of these sites for the collection and processing of the debris. 6.2 TDSR Site Management 6.2.1 Site Manager The City's Debris Removal Contractor(s) are responsible for set-up, control, and day-to day operations of the Debris Management Site(s) including overall day-to-day operations, maintaining daily logs, preparing site progress reports, and enforcing safety and permitting requirements during site operations. The contractor is also responsible for scheduling environmental monitoring and updating the site layout. The Site Manager has oversight for monitoring the activities of the debris removal contractors and the onsite debris processing contractors to ensure they comply with the terms of their contracts. 6.2.2 Monitoring Staff and Assignments • The Debris Monitors (whether force account or Contractors) are placed at ingress and 2018-002-JC 25 egress points in order to quantify debris loads, issue load tickets, inspect and validate truck capacities, check loads for hazardous waste, and perform quality control checks. The specific duties of the monitors are dependent on how debris is collected. 6.2.3 Safety Personnel Contractor's Safety personnel are responsible for traffic control and ensuring that site operations are in compliance with State and Federal occupational safety regulations. 6.3 ' Operations Planning 6.3.1 Site Selection Pre-identifying Debris Management Sites in advance of a debris-generating event expedites response and recovery. The City uses the Debris Management Site (DMS) for Temporary Debris Storage and/or reduction (TDSR) of debris; therefore, for this Debris Management Plan, a DMS is the same as the TDSR. The City only utilizes a Debris Management Site, in the event of a major disaster, the disposal facilities cannot accept the debris or the quantity of debris is such that reduction is the most cost effective for final disposal. During identifying potential sites for the TDSR, the following site characteristics were considered: • Publicly owned land • Large open spaces—should be at least 10 acres;greater than 50 acres is ideal • Relatively flat topography • Good ingress and egress • Minimal effect on residential neighborhoods, educational facilities, health care facilities,and environmentally sensitive areas • Located near final disposal sites to reduce hauling distances,if possible • Does not contain wetlands, endangered species, rare ecosystems, or other environmental restrictions • Does not impact historic or archaeological sites • Can accommodate separation and reduction of types of debris: vegetative, construction and demolition, household hazardous waste, commercial hazardous waste,etc. 2018-002-JC 26 • Can accommodate types of site operations that may take place: chipping, grinding, air curtain burning,open pit burning,recycling 6.3.2 Permits and Locations The TDSR location is leased from the FDOT,and the City of Miami Beach will adhere to the baseline permiting requirements,and TDSR close out procedures (see Appendix P). The Debris Removal Services —Debris Removal Contractor prepares and maintains the TDSRs to accept and process all eligible debris within the timelines established in the work order. The City makes available all TDSRs to the Contractor at no charge; however, the Contractor is responsible for all TDSR operations and closure in accordance with DEP requirements. Preparation and maintenance of facilities includes maintenance of the TDSRs entry and exit roads, and interior road(s) for the entire period of debris hauling. The Debris Removal contract(s) also include a provision for gravel/lime rock placement for TDSR roads that require stabilization for ingress and egress. Each facility includes a roofed inspection tower sufficient for a minimum of three (3) inspectors for the inspection of all incoming and exiting loads. 6.3.3 TDSR Baseline Data Collection Baseline data collection information(see Appendix P1) is essential to documenting the condition of the land before it is used for a TDSR or DMS. Private and public land used as a DMS will be returned to its original condition following the end of all debris operations. The following will be included to document the baseline data on all sites: • Thoroughly videotape and/or photograph (ground or aerial) each site before beginning any activities. Periodically update video and photographic documentation to track site evolution. • Document Physical Features. Note existing structures, fences, culverts, irrigation systems, and landscaping that can help evaluate possible damage claims made later. • Investigation of Historic Significance. Research the past use and ownership of the property to document any issues regarding the existence of historic structures or archeological sites. • Sample Soil and Water. Soil and groundwater samples should be collected prior to use of the site.These samples must be provided to DEP in addition to being retained by the Debris Management Representative and Debris Removal Contractor. 2018-002-JC 27 In those cases where there are no samples collected, a copy of all baseline data collected shall ,be provided to DEP for review. Advance planning with community and State environmental agencies can establish requirements, chain of custody, acceptable sampling methods, certified laboratories, and testing parameters. If in-house assets are not available, the planning staff may utilize an environmental consulting firm that can respond rapidly. Planned HHW, ash, and fuel storage areas should be sampled prior to site setup.Appendix 17 provides the TDSR Baseline Data Checklist. 6.3.4 Site Layout The efficiency and the overall success of the TDSR, or DMS operation, are determined by how the site is designed. The Debris Removal contractor maintains that debris is constantly flowing to incinerators and grinders, or recycled with the residue and mixed construction and demolition materials going to a landfill. Significant accumulation of debris is not allowed to occur at the TDSR due to environmental and safety concerns, such as the risk of fire. Additional debris management sites may be required if the actual debris quantities flowing into the site are,greater than the site storage and processing capacity. Lined temporary storage areas are used for ash, household hazardous waste, fuels, and other materials that may otherwise contaminate soils and ground water. Plastic liners are placed under stationary equipment such as generators and mobile lighting plants. If the contractor uses the TDSR as anequipment storage area, fueling and equipment repair, the area is monitored to prevent and mitigate spills of fuel, hydraulic fluids and other petroleum-based products and chemicals. Consideration needs to be given to on-site traffic patterns and segregate materials based on planned volume reduction methods. Debris removal/disposal is viewed as a multi-staged operation with continuous volume reduction.There will be no significant accumulation of debris at temporary storage sites. Instead, debris should be constantly flowing to burners and grinders, or recycled with the residue and mixed construction and demolition materials going to a landfill. Appendix 15 shows a Sample Layout for a TDSR. 6.3.5 Site Preparation The topography and soil conditions will be' evaluated to determine best site layout. When planning site preparation,the City will consider making restoration easier. 2018-002-JC 28 6.3.6 Volume Reduction Methods Processing of debris will include, but not be limited to: reduction by tub grinding or chipping, and/or incineration when approved by the County. Prior to reduction, all debris shall be segregated between vegetative and clean,woody debris;construction and demolition debris; white goods; recyclable debris and household hazardous wastes. Construction and demolition debris may be directed to the nearest lawfully permitted landfill,bypassing the TDSRS. 6.3.7 Recyding It is the City's intent to pursue Recycling of disaster debris as final disposition of all disaster generated debris and material. Due to experience, the City realizes there will be limitations on recycling outlets availability to accept, or process the debris, making recycling cost prohibitive not cost effective. • • Post-disaster,the DMTF staff may find that marketing and selling the reduced debris is more financially attractive than hauling the unreduced debris to a local landfill. • The City thoroughly researches the market opportunities and establishes criteria to assist emergency DMTF staff in making decisions to recycle certain types of debris, post-disaster. • The City has identified various companies (see Appendix 8 Recycling Contractors) that will accept various types and quality of debris. • Large tornado outbreaks, ice storms may present opportunities to contract large- scale recycling operations and achieve an economic return from some of the Contractors who exercise their initiative to segregate and recycle debris as it arrives at the TDSR or landfill. • Specialized contractorswill be available to bid on disposal of debris by recycling,if it is well sorted. The DMTF staff ensures the recycling Contractors comply with local, tribal,City,and Federal environmental regulations,and are also monitored. 6.3.7.1 Common Recyclable Materials • Metals - Tornadoes can cause extensive damage to, sun porches, and covered pools houses. Most of the nonferrous and ferrous metal debris is suitable for recycling. Metal maulers and shredders may be used to shred trailer frames, trailer parts, appliances, and other metal items. Metals recycling companies are listed in Appendix 8. 2018-002-JC 29 • • Soil - Debris removal operations may include transporting large amounts of soil to the TDSR or DMS. At the TDSR, it may be combined with other organic materials that will decompose over time. This procedure can produce significant amounts of soil that can be sold, recycled back into the agricultural community, or stored onsite to be used as cover. • Concrete, Asphalt, and Masonry Debris - Concrete, asphalt, and masonry products can may be crushed and used as base material for certain road construction products or as a trench backfill. Debris targeted for base materials needs to meet certain size specifications as determined by the end user. The City will contract for concrete recycling in the event it is cost effective. 6.3.7.2 Recycling Reduced Debris(Chips) One of the biggest challenges is the open burning of biomass following ice storms, floods and other disasters is that they can produce huge-amounts of biomass debris. Hurricane Katrina was estimated to have produced as much as 900 million cubic yards of this type of debris. For years past debris was burned or dumped into a dwindling landfill space. This lead tohundreds of millions of tons of harmful particulate matter being pumped into the air and millions of feet of valuable landfill spacebeing utilized for this debris. The open burning of this is particularly harmful because of the following: • increased respiratory symptoms, such as irritation of the airways, coughing, or difficulty breathing; • decreased lung function; • aggravated asthma; • development of chronic bronchitis; • irregular heartbeat; • nonfatal heart attacks;and • premature death ih people with heart or lung disease. It is estimated that burning 9.5 yards of wood produces as many mutagenic particles as driving a car 130,000 miles at 20 miles per gallon. Providing logistics for transportation of reduced debris is cost effective, the reduced debris can be used for feedstock to coal-fired power plants that allow the reduction of CO2 by 50%; to the fabrication of versatile wood pellets as an alternate renewable fuel source;to the production of fertile topsoil from these wastes. 2018-002-JC 30 6.3.8 Environmental Monitoring Program During the debris removal process and after material has been removed from each of the debris sites, environmental monitoring is performed to close each of the sites. This is to ensure that no long-term environmental contamination is left on the site.The monitoring is for three different media: ash(for incineration only),soil, and groundwater. • Ash. The monitoring of the ash consists of chemical testing to determine the suitability of the material for either agricultural use or as a landfill cover material. • Soil. Monitoring of the soils is by portable inspection methods to determine if any of the soils are contaminated by volatile hydrocarbons.The Contractor(s)may do this if it is determined that hazardous material, such as oil or diesel fuel was spilled on the site. This phase of the monitoring will be after the stockpiles are removed from the site. • Ground (or surface) Water. In the event there exists proximal surface water feature the monitoring of the ground water and/or surface water will be performed if the TDSR permit requires. 6.3.9 Site Closure The TDSR will be closed, emptied of all material and be restored to its previous conditions and use as detailed in the TDSR Closure checklist Appendix (P2). Fill dirt and grading may be required to achieve the desired condition. The Contractor(s) are required to remove'and dispose of all mixed debris, construction and demolition debris, and debris residue to approved landfills. The DMTF Project Manager will monitor all close-out activities to ensure that the Contractor complies with the debris removal and disposal contract. Additional measures may be necessary to meet local, State, and Federal environmental requirements because of the nature of the TDSR site operation. 6.3.10 TDSR Site Close-out Planning The Contractor must assure the City Debris Management representative that the TDSR site is properly remediated. There will be close scrutiny potentially:by the local press and environmental groups, and the Debris Management representative will work closely with the Debris Removal Contractor(s)to achieve TDSR closure within 30 days of receiving the last load of debris 6.3.10.1 TDSR Site Close-out Steps 2018-002-JC 31 • Contractor is responsible for removing all debris from the site. • Contractor conducts an environmental assessment with the DMTF Project Manager and landowner. • Contractor develops a remediation plan. • Remediation plan is reviewed by DMTF Project Manager, landowner, and appropriate environmental agency. • Remediation plan approved by appropriate environmental agency. • Contractor executes the plan. • Contractor obtains acceptance from the DMTF Project Manager, appropriate environmental agency,and the landowner. 6.4 Post-Event Operations Following an actual disaster event, City staff will: complete a rapid assessment to identify the status of priority roadways and the general volume, type and location of debris generated; initiate the emergency push for priority roadways and other areas of City responsibility; notify and mobilize disaster debris management and monitoring \ contractors, as necessary; implement public information strategies; ensure that personnel time and expense tracking procedures are immediately implemented;prepare and initiate a debris management action plan; and take other such actions as necessary to coordinate citywide debris collection,processing and disposal operations. The designated the City's Debris Project Manager will make task assignments necessary to clear, remove, stage, reduce and dispose of debris are coordinated by the DMC staff.These actions include the following: • Implement and monitor the emergency road clearing to be conducted by City Parks &Recreation Department. • Make recommendations to contractor and authorize work assignments and priorities based on the Debris Zones. • Review contractor debris removal progress and prepare status briefings. • Provide input to Public Information Officer(PIO)on debris removal progress. • Coordinate debris removal and disposal with County, State and Federal agencies as needed. 2018-002-JC 32 • Coordinate receipt of Debris Removal documentation and information, receiving and reconciling load tickets applicable to City operations, and providing technical support to participating jurisdictions,e.g.,regarding eligible costs. • Coordination, Supervision, and terminating debris collection operations and the restoration and closing of TDSRs. 6.5 Emergency Communications Plan 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 must have access to a cell phone. Field personnel and all Debris Management Center (DMC) staff, and contractors will use Public Works radios to communicate. • List back-up communications will be supplied — i.e., 2-way radios, Communication Bridge apparatus (2 or 4 units). 6.6 . Health and Safety Plan and Procedures The Debris Removal Contractor(s) must have at least one Safety Officer on duty at all times. The Safety Officer is expected to be familiar with and properly trained to perform the assigned Safety Officer duties. Training includes,but is not be limited to, certification in the Department of Transportation Maintenance of Traffic Standards.All work zones shall conform to Standards and all work sites/conditions will conform to all applicable Federal, State and local safety standards. The Debris Removal Contractor(s) need to operate within the requirements of the Occupational Safety and Health Administration (OSHA) and Environmental Protective Agency(s) requirements to maintain a safe working environment.The Contractor(s) will provide such safety equipment,training and supervision as may be required by the City. 7.0 MONITORING STAFF AND ASSIGNMENTS The City may elect to outsource the oversight and monitoring (documentation) of all debris removal and disposal operations,to a private contractor,in the event the city does 2018-002-JC 33 not have the staff available. The Debris Project Manager contacts the firm(s) pre- qualified and/or who have pre-positioned monitoring services contract(s) and inform them of the mobilization requirements and impending conditions. Responsibilities of the monitoring company are: • Plan and conduct TDSR site inspections, quality control, and other Contractor oversight functions. • Provide- details for each load ticket, perform daily ticket ledger reconciliations (Appendix 5.12 represents a load ticket). • Make recommendations regarding distribution of City force account and Contractor work assignments and priorities. • Report on progress and preparationof status briefings. • Provide input to the PIO on debris clean-up activities and pick=up schedules. • Document all debris removal activities (leaner/hangers and stump removals, TDSR and final disposal). Provide monitors for each of the following: 7.1 Load Site Monitors Load Site Monitors are stationed at designated Contractor debris loading sites. The Load Site Monitors' primary function is to verify the quantity and type of the debris,verify location of the debris and that proper loading techniques are utilized to prevent settling of debris during transportation to the TDSR, and or disposal facility. Load Site Monitors will also do the following: • Coordinate with the Contractor's representative to verify the location of the number of crews and areas debris removal operations. • Assist in Truck certification (the measurement of each truck prior to"the truck hauling debris). Document the truck dimensions, note the truck number and take a picture of each truck. • Document the types of debris loaded (i.e. vegetative, construction and demolition, etc.) • Complete the loading portion of the debris load ticket and sign it. 2018-002-JC 34 • Retain a copy of the debris load ticket and give the remaining copies to the truck driver. • Copies of load tickets retained by the Load Site Monitors will be submitted to the monitoring Project Director, were the tickets will be separated (one copy each Data entry staff will enter each ticket into excel ticket ledgers for reconciliation each day. Load Site Monitors are assigned to each Contractor's debris loading site and will initiate and sign load tickets as verification that the debris being picked up is eligible. Appendix N. contains the Debris Loading site Monitor checklist. 7.2 Disposal Site-TDSR Monitors One person minimum for Disposal Site Monitor will be assigned to the TDSR and/or final disposal location. If TDSR has 2 separate entry and exits then 2 disposal site monitors will be required- one monitor for entry and truck load capacity verification and one monitor for exit approval of properly emptied trucks. Appendix 5.12 provides a checklist for the Disposal Site Monitor(s) and Debris Disposal Site Load Tracking Log to be completed by the monitors who are responsible for the following: • Report to their assigned locations. • Estimate the quantity of debris contained in each truck entering the disposal site. • • Complete the appropriate section of the ticket(Load ticket example Appendix L). • Sign the completed ticket and retain a copy. Give the remaining copies to the truck driver. • Record each load ticket on the Debris Disposal Site Load Tracking Log (Appendix M.). • Spot check truck measurements by periodically measuring the dimension of the trucks after they have unloaded the debris they were hauling. • Submit copies of the completed, signed load tickets at the end of the day. 2018-002-JC 35 8.0 PLAN UPDATES Appropriate City staff will update this plan annually in response to historical experience, operational changes, regulatory changes, and other factors that otherwise affect disaster debris management. - I. Staff Roles and Responsibilities A. Staffing Organizational Chart. 1. Responsibility for the execution of the City of Miami Beach Disaster Debris Management Plan (Debris Plan) shall reside with The Debris Project Manager and the monitoring company under contract during the disaster 2. The lead agency the Sanitation Divison Department, per the organizational structure of the City's emergency management group. B. Roles and Responsibilities. 1. Staffing Assignments and Duties. The size and composition of a staff organized to deal with debris clearance, removal and disposal issues will depend on the magnitude of the disaster. A pre-disaster debris planning staff may be quite small; however, following a major disaster, additional staff members may be required. Staff responsibilities shall be consistent with section 2.4 of the Debris Plan. 2. Administration. Issues related to administration, including policy decisions,finance,risk management, and personnel shall be in accordance with the City organizational procedures and section 2.4 of the Debris Plan, (as detailed in Appendix B. Debris Management Staff). 3. Contracting and Procurement. The Procurement Division shall ensure that appropriate City purchasing procedures are used for all contracting and procurements. 2018-002-JC 36 4. Legal. The City's Attorney's Office shall assist in matters requiring legal review,including: contract review, right of entry permits, condemnation of structures, and land acquisition/identification for temporary debris staging and reduction sites(TDSRS). 5. Operations. Operational responsibilities shall be in accordance with • section 2.3 of the Debris Plan. 6. Engineering. The City has engineering staff and consultants available in the event such services are required for environmental reviews or other disaster debris recovery efforts. C. Emergency Communications Plan. As described in section 2.4 of the Debris Plan and in section 6.5. D. Health and Safety Plan and Procedures. As described in section 2.3,2.4 of the Debris Plan, the Risk Management Division of the Human Resource Department shall be responsible in coordinating with staff charged with operations oversight, for the protection of health and safety related to disaster debris recovery efforts. E. Training Schedule. The development, coordination and conduct of training and exercise programs regarding activation and implementation of the DMP are the responsibility of the City's Office of Emergency Management, and Debris Project Manager and should be held annually. II. Situation and Assumptions A. Design Disaster Event. The most likely disaster events facing the City of Miami Beach and Miami-Dade County will be hurricanes and tropical storms. Hurricanes are primarily wind events buy may spawn tornados 2018-002-JC 37 and cause flooding in low-lying areas. For the sole purpose of a design reference for this Debris Plan, a Category 3 wet hurricane with winds in the range of 111 to 130 mph, is considered. Based on the City's experience with Hurricane Wilma in 2005, this category of hurricane resulted in approximately 300,000 cubic yards of debris placed on public property or in public rights of way. Historically, Category 1 hurricanes, with winds in the range of 75 to 95 mph,have resulted in approximately 40,000 cubic yards,of debris placed on public property or in public rights of way. • 2018-002-JC 38 B. Forecasted Debris. 1. Forecasted Types. Historically, vegetative debris has comprised approximately 75% of the debris generated by hurricanes in Miami Beach. The remainder has been comprised primarily of contraction and demolition debris (C&D). It is anticipated that future events would generate a similar disaster hazardous wastes, animal carcasses, and other debris can be expected. Debris may be sub-classified as burnable (vegetative),non-burnable(mixed), and recyclable. 2. Forecasted Locations. In a Category 3 hurricane, significant damage to the tree canopy and vegetation throughout the city is expected. In addition to public and private property, vegetative debris is likely to affect the City's storm water system, including canals and other water bodies. Severe structural damage would likely be most concentrated in areas of older constructions that pre-dated the Florida Building Code changes prompted by Hurricane Andrew in 1992. III. Debris Collection Plan A. Priorities. Recovery work shall be performed in accordance with Appendix G. Emergency Road clearing routes and Appendix H. Debris Zones,which will be assessed during the emergency road clearing. B. Response Operations. Following an actual disaster event, City staff will complete the rapid assesment to identify the status of priority roadways and the general volume, type and location of debris generated. 2018-002-JC 39 Staff will immediately initiate emergency push for priority roadways.. C. Recovery Operations.Disaster debris recovery operations shall be implemented in accordance with section 4.3 of the Debris Plan. 1. Estimating Staff,Procedures and Assignments. Damage assessment will initially be performed by staff in the major operating departments of the City: Public Works, Planning and Development, Building, Fire, and Utilities. These individuals are trained in debris estimating and damage assessments, and will be equipped with all necessary maps, - forms and equipment. The City's disaster debris management and monitoring contractors will provide additional damage assessment and debris estimating services as needed. 2. Collection Method. a. Curbside Collection. Curbside collection shall be the primary method used for the removal of disaster debris from the right of way. In the case of an event that is not a federally declared disaster, collection shall be the responsibility of the City's solid waste contractor. For federally declared disasters, the City shall determine if it requires the services of one or more disaster debris management contractors. b. Collection Centers. The public may not drop off debris from private property at the City's TDSRS. Any resident, business, community association or institution that wishes to deliver 2018-002-IC 40 its disaster debris to a disposal site may do so at any County or privately operated disposal site that accepts public debris. The City is not responsible for the disposal costs associated with such deliveries. 3. Collecting Hazardous Waste and White Goods. Hazardous waste generated by a natural disaster may consist of common household cleaning supplies, pesticides, motor oil, lubricants, transmission and brake fluid, gasoline, anti-freeze; paints, propane tanks, oxygen bottles, batteries, and various other materials. Because hazardous wastes require special handling, residents are asked not to commingle these items with other disaster debris and disaster debris management contractors are directed not to collect such materials. However, household hazardous waste may still become mixed with other debris and unknowingly collected; in such cases, hazardous materials delivered to the TDSRS must be segregated, handled appropriately by trained personnel, and disposed of properly. 4. Monitoring Staff and Assignments. In accordance with section 2.5 of the Debris Plan, the City will maintain pre-event standby contracts with at least one experienced contractor for disaster debris monitoring, who will be responsible if and when directed by the City for monitoring the collection of disaster debris, removal of hazardous trees, limbs and stumps, management of the TDSRS(s), and reduction • and disposal of disaster debris. All eligible work on public property,in the public ROW, and at the TDSRS will be monitored either by City staff or the contractor. 2018-002-JC 41 IV. Debris Management Sites A. Site Management. As detailed in section 6.2 of the Debris Plan and identified in Apendix I.TDSR Location, the City has limited undeveloped public land available for use as a TDSRS. Depending on the magnitude of the disaster event, the City may choose not to open a TDSRS and to deliver instead to a County- managed disposal site. 1. Site Manager. Based on the magnitude of the disaster event and the availability of staff,the City may elect to manage the TDSRS using trained City staff, or to assign primary responsibility for this function to a disaster debris management contractor while maintaining City oversight. 2. Monitoring Staff and Assignments. TDSRS operations will be monitored either by trained City staff or by contracted disaster debris monitors. Work assignments will be determined by the magnitude of the disaster event and the scope of TDSRS operations. 3. Safety Personnel.Disaster debris monitors will also be trained in safety procedures and will maintain general oversight of TDSRS operations. 'B. Establishment and Operations Planning. 1. Permits. The City will obtain necessary permits, as well as approval by the State of Florida Department of Environmental Protection, for any activated TDSRS identified in Apppendix I. 2. Locations. a. Baseline Data for Each Location. Private and public land used for TDSRS operations:should be returned to its pre-event condition following site closeout. The City will 2018-002-IC 42 work with appropriate local and State agencies to establish and document baseline data for each site as detailed in- Appendix P1 TDSR Baseline data, and Appendix P2 TDSR Closure checklist. b. Ingress/Egress for Sites. The City selects 'TDSRS , locations in part based on the availability of appropriate ingress/egress for the types and number of trucks and equipment used in disaster debris recovery. 3. Site Layout. Locations are selected in part based on the availability of land of sufficient size, shape, topography and soil/substrate conditions to establish a layout that is appropriate for TDSRS operations. 4. Site Preparation. Land shall be properly prepared to handle the activities associated with TDSRS operations. 5. Volume Reduction Methods. a. Incineration. There are no open sites in Miami Beach for which incineration would be appropriate or permissible. b. Grinding and Chipping. Grinding and chipping will be the primary debris volume reduction methods used by Miami Beach,using contracted equipment and labor. 6. Recycling. In accordance with section 2.10 of the Debris Plan, the City is committed to implementing appropriate measures, where feasible and practical, to recycle and/or reuse disaster- generated debris of all types. 7. Environmental Monitoring Program.Appropriate soil, groundwater and other environmental monitoring and testing procedures shall be implemented to determine that not long-term environmental contamination remains on land used for TDSRS operations. 8. Site Closure. It shall be the responsibility of the Site Manager, under the supervision of the Site Monitor, to close the TDSRS and restore the site to its pre-event condition. 1 , 2018-002-JC 43 V. Contracted Services A. Emergency Contracting/Procurement Procedures. Purchasing and contracting shall be performed in compliance with the City of Miami Beach procurement procedures for contracting and procurement during a state of emergency. B. Debris operations to be outsourced. The City shall maintain pre-event contract(s). with disaster debris management and monitoring contractor(s),in accordance with section 5.0 of the Debris Plan. C. General Contract Provisions. Contracts for debris removal shall generally indude time and materials pricing for phase I Immediate Response and unit pricing for Phase II Recovery Operations. D. Qualification Requirements. All disaster debris management and monitoring contractors used by the City must have experience in disaster recovery work and be qualified to perform the required work. E. Solicitation of Contractors. IN accordance with sections 2.4 and 2.5 of the Debris Plan, the selection of contractor(s) shall follow a competitive procurement process that complies with City purchasing requirements, and may include piggy backing when the original contract being piggybacked was entered into following a competitive procurement process and provides terms and pricing consistent with those provided elsewhere in South Florida. VI. Private Property Demolition and Debris Removal A. Condemnation Criteria and Procedures. The City's Building and Fire Departments will identify unsafe structures in accordance with the Florida Building Code and will take appropriate actions to remove the occupants of those structures. Demolishing or securing remaining structures that threaten the health and safety of adjacent residents should be the responsibility of the owner; however,,experience has shown that unsafe structures will remain because of lack of insurance, absentee landlords,and other reasons. Following identification of private property as an unsafe structure, and prior to taking action to demolish or remove the structure, the City must determine and document that the work is necessary to: eliminate an immediate threat to lives, public health and 2018-002-IC 44 safety; or eliminate immediate threats of significant damage to improved public or private property; or ensure the economic recovery of the affected community to be benefit of the community-at-large. 1. Legal Documentation. The City must document that it has the legal responsibility and authority to demolish the structure. To be considered eligible for FEMA reimbursement, the demolition work must be reviewed with and pre-approved by FEMA. To the degree applicable, possible and practical, the following documentation guidelines should be followed: a. Obtain copies of all ordinances that authorize the City to condemn privately owned structures. The authority to condemn privately owned structures might be different from the authority for the demolition of public owned structures. b. Coordinate use of adjacent land, easements and right-of-way necessary for accomplishing the approved work. c. Implement laws that reduce the time it takes to go from condemnation to demolition. d. Obtain copies of all applicable permits required for demolition ofsubject structure(s). e. Document the age of the structure to determine if eligible or on the National Registration of Historic Places with the SHPO. f. Obtain copies of pertinent temporary will-capping standards. g. Obtain executed right-of-entry and hold harmless agreements that have been signed by the owner and by renter, if rented. Right-of-entry should indicate any known intent by owner to rebuild to ensure foundation and utilities are not damaged. IF these agreements are not executed, document reason(s). h. Use radio, public meetings and newspaper ads to give notice to property owner and their renters to remove personal property in advance of demolition. i. Document name of owner on the title, the complete address and legal description of the property and the source of this information. Document name of renter,if available. 2018-002-JC • 45 j. Ensure property will be vacated by demolition date. k. Provide written notice to property owners that clearly and completely describe the structures designated for demolition. Additionally, provide a list that identifies related structures, trees, shrubs, fences and other items to remain on the respective property. 1. Notify mortgagor of record. m. Provide the property owner the opportunity to participate in the decision on whether the property can be repaired. n. Determine the existence and amount of insurance on the property prior to demolition. o. Specify procedures to determine when cleanup of a property prior to demolition. 2. Demolition permitting. Prior to starting demolition work, the City will obtain all applicable permits required for demolition of subject structure(s). 3. Inspections. To the degree applicable,possible and practical,the following inspection guidelines should be followed: a. Coordinate all pertinent site inspections with local, State and Federal inspection team(s). Identify asbestos and lead-based paint materials prior to demolition. b. Notify the owner and/or renter of all site inspections. c. Verify that all personal property has been removed from private structure(s). d. Immediately prior to demolition, verify that the building is unoccupied. e. Ensure that the property is properly posted. f. Obtain a clear, concise and accurate property description and demolition verification. g. Include a Public Health official on the demolition inspection team. 2018-002-IC 46 h. Evaluate the structural integrity of the building and also. demonstrate "imminent and impending peril" to public health and safety caused by the structure. i. Make arrangements to remove and transport all asbestos and lead-based paint materials to a permitted facility prior to building demolition. j. Obtain photographs of the property and verify the address. Provide additional photographs of the property taken immediately prior to and following demolition. k. Locate, mark, turn off and disconnect all water and sewer lines. 1. Locate, mark, turn off and disconnect all electrical, telephone and cable television services. m. Locate,mark,turn off and disconnected gas service. B. Mobile Home Park Procedures. The City of Miami Beach does not have any mobile home parks. C. Navigation Hazard Removal Procedures. The City of Miami Beach does not have any navigable waterways. Waterways are limited to engineered channels and basins that are part of the City's storm water system. VII. Public Information Plan A. Public Information Officer. The Office of Community Relation/Public Information is responsible for coordinating the communication of critical information to residents,the public and the media. This information includes debris removal activities and schedules. B. Pre-Scripted Information.The Office of Community . Relation/Public Information and other public contact operations of the City have produced information in response to prior disaster events. This information is also accessible for use in future events. C. Distribution plan. The office of Community Relation/Public Information has established numerous public information distribution channels in response to prior disaster events. This experience will be utilized for use in future events. 2018-002-IC 47 APPENDIX A. Debris Management Center: Public Works Department/Sanitation Division 140 MacArthur Causeway, 2nd floor, Miami Beach,Fl. 33139 Te1:305-673-7000;305-673-7627. Secondary Location: Emergency Operations Center 1680 Meridian Ave. Miami Beach,F1 33139. Tel:305-673-7120 ext 2804 2018-002-JC 48 APPENDIX B. Debris Management Plan Roles and Responsibilities: Debris Project Manager: Al Zamora(Sanitation Director) off: 305-673-7616 Email: azamora@miamibeachfl.gov cell:786-402-5974 Deputy Debris Proj.Mngr: George Ruiz (Sanitation Division Superintendent) off: 305-673-7616 Email: georgeruiz(cmiamibeachfl.gov cell:786-412-4245 Reimbursement Coordinator: James Sutter(Internal Auditor) off:305-673-7000 (ext:6174) Email:jamessutter@miamibeachfl.gov Public Information officer Nannette Rodriquez(Community Relations Office) off:305-673-7000 (ext:6417) Email: nrodriquez@miamibeachfl.gov ce11:305-332-3153 DMC Admin: Monitoring Co. • 2018-002-JC 49 APPENDIX C. FEMA Guidelines The City shall ensure that its debris removal activities, including documentation and field operations, are compliant with FEMA guidelines, as amended periodically. IN addition to any Disaster Specific Guidance (DSG) documents issued,'the following FEMA publications provide guidance for local disaster debris removal and management activities: A. Public Assistance Policy Digest(FEMA 321 and Appendix A of FEMA 321) B. Public Assistance Guide(FEMA 322) C. Public Assistance Application Handbook(FEMA 323) D. Public Assistance Debris Management Guide(FEMA 325) 2018-002-JC 50 E. D. FHWA/ FDOT District 4 Guidelines The City shall ensure that its debris removal activities, including documentation and field operations, are compliant with FHWA Emergency Relief(ER) Program guidelines, as described in 23 CFR Part 668 and the Emergency Relief Manual. The Florida Department of Transportation(FDOT), District 4,is responsible for administering the ER program in Florida. 2018-002-JC 51 Attachment 5.4-Other Guidelines Reserved for future use 2018-002-JC 52 APPENDIX E. List of Disaster Debris Management Contractor(s) APPENDIX F.- List of Disaster Debris Monitor(s) 2018-002-IC 53 APPENDIX G. Miami Beach Street Map — Emergency Road Clearing (Priority Roadways) 2018-002-JC 54 SS DFZ00-8 10Z 1 _ 1 = 2, IM. ELfrt. V.144 '_ ‘.,r,‘;'_, ii 5 [ ,, l' I DA , ' ' , Mg CI - II, I --- elli- a-1- LEHI jpEla I ' E- .-f-_ m 1 - h 1/ . i I ED , ,, , , UL„ „I Ej 00 i-- -92H1 IlEilAw!..E =1"--1.J1 di ii:m LIEfill 1-'s_m' ID I , I EUE10300 110 , g,' MOO -,Vrijou El 7. :: 1 ,_117/8800 I1 7::::11:: 000 I 7 • _:I 1 17100118 IIIMELUD118000 ------ I- --- -- 41i-----10,8 .„,..,VIIIIITI 10 EL II Eilausci .“--- ‘\ 00coug. Lio nal 7 i I:Faze \1111:110080,1 ,![11P180,011 liql Attachment 5.8 - Miami Beach Street Map— Priority Roadways (cont'd) Ozp � � ithirqi 0 .11.''- -,E)1_001, '' ) •.t 4 it§14". 4 I I r 1 1 1 ,1 t A•D="1: 1 .;,.--1.! n .. Doo * X000 oc). © x0001 iLle ,,,,„, 000D" �o ,,,,,,,,„,40 of ,O,®_ : , i a rr=„0 c76u - I / FRY, 1'9 D vit , 1 7©© :=::7 I � :o I 1 1 1 — 11 • 1 , \. l , ' c I r'Taw 1 -_-_1 to i© 01 Eli 10 01 'V , ©1 C A "C 01 ,n D 2018-002-JC 56 Appendix G. Miami Beach Street Map- Emergency Road Clearing J 4 /Thi' \ V—C7(7 ap \ ! 1 1 A 1) ‘ I n II 01_ wv•E____ •sli - - i ]i0_ 1 gilliii \svw I-DED=Lioo y - 1 7 111-11i7nP j 11 ; ; IELE . (----) ,• ., if' VF_ --/71 —If 11 11 .\ 2018-002-JC 57 Appendix H. Miami Beach Disaster Debris Collection Zone Map 2018-002-JC 58 • cri,arm 1 13. -- 10 14� i O 01.4 " id i f!, I/ ? . 9 1.4.1° > : d ■ 7 - 4 -� : ! a 2 3 EIS<} »\ �% ; «,y1� i,S c ss fes« ` : ' §§2 :$11r om '/ 1 't«\moi14it \ DEBRIS MANAGEMENT ZONES 16 CITY OF MIAMI BEACH 2018-002-)C 59 Appendix I. - Location of Temporary Debris Storage and Reduction Sites (TDSRS) The City currently has one approved for use as a TDSRS, which is leased thru FDOT and is located: 2800 Meridian Avenue Miami Beach,Fl. 33139 The site is currently permitted for use as a green waste facility. The Florida Department of Environmental Protection (DEP) has approved its use as a TDSR in prior tropical storms and hurricanes. In the event additional TDSR is required due to excessive debris quantities,a Miami Beach park can be utilized and is located: near 195 and Alton Rd. 2018-002-JC 60 Appendix J. Standardized Debris Truck Placard The debris truck placard used to identify collection vehicles shall generally incorporate the following format and information: City of Miami Beach Name of Contracting Jurisdiction Name of Prime Contractor Name of Truck Owner/ Operator Vehicle Registration/Tag Number Truck volume(cubic feet) Truck Certification Date 2018-002-JC 6 Appendix K.- Truck Certification List No trucks have been pre-certified as of this date. Trucks utilized for a major disaster event would generally be provided by the City's disaster debris management contractor or their subcontractors. Sample Truck Measurement Certification DISASTER EVENT: TRUCK MEASUREMENT CERTIFICATION TRUCK HEIGHT WIDTH LENGTH VOLUME TRUCKING NUMBER LICENSE PLATE (FT) (FT) (FT) (CY) COMPANY NUMBER 2018-002-JC 62 Appendix L. Standardized "Load Ticket" The "load ticket" used for documenting disaster debris collected and disposed of shall generally incorporate the following format and information: CITY OF MIAMI BEACH LOAD TICKET Date: Ticket No.: XX-XXXXX Prime Contractor: Subcontractor: Truck No: Certified Capacity(CY): Driver's Name: Loading Site: Debris Type: (Circle) Vegetative C&D Mixed Other Category: (Circle) Public Private FHWA Other Loading Site Departure Time: Loading Site Monitor(Print Name): ID No.: Loading Site Monitor Signature: Disposal Site Location: Disposal Site Arrival Time: Percent(%)Full/Weight: Disposal Site Monitor(Print Name): ID No.: Disposal Site Monitor(Signature): Notes: 2018-002-JC 63 Appendix M. Debris Removal load — Ticket log DEBRIS DISPOSAL SITE LOAD TRACKING LOG Date Supervisor's Name Debris Contractor's Site Representative's Name Weather Weather AM: P M: Location Monitor's Name (s) Truck Ticket Ticket Owner Estimated Quantity Monitor's Load Load Remarks No. No. (CY) Initials Accepted Denied 2018-002-JC 64 Appendix N. DEBRIS LOADING SITE MONITORING CHECKLIST Date: Arrival Time: Departure Time: Weather Conditions: Disposal Site Location: (Street Address or nearest intersection) GPS Location: N W Disposal Site Monitor's Name: (Print Name) Other Monitor's Name: (Print Name) (Signature) Loading Site 1. Is the Site Monitor filling out the Load Ticket properly? YES NO If NO, explain actions taken: 2. Is the Contractor loading eligible debris from the designated right-of-way(approx. 15' from curb)? YES NO If NO, explain actions taken: 3. Is the Contractor loading trucks to capacity? YES NO If NO, explain actions taken: 4. Identify Contractor's truck numbers observed while on site: 5. Were photographs taken at the loading site? YES NO photo log numbers: : : : • 2018-002-JC 65 Notes,Comments, Appendix O. DEBRIS DISPOSAL SITE MONITORING CHECKLIST Date: Arrival Time: Departure Time: Weather Conditions: Disposal Site Location: (Street Address or nearest intersection) GPS Location: N W Disposal Site Monitor's Name: (Print Name) Other Monitor's Name: (Print Name) (Signature) Disposal Site 1. Is the Disposal Monitor filling out the Load Ticket properly? YES NO If NO, explain actions taken: 2. Is the Disposal Monitor attaching a copy of the Weight Ticket to the Load Ticket? YES NO If NO, explain actions taken: 3. Are the Contractor's trucks loaded to capacity:? YES NO If NO, explain actions taken: 4. Identify Contractor's truck numbers observed while on site: • • 2018-002-JC 66 • • • • • 5. Were photographs taken at the loading site? YES NO If YES, list photo log numbers: • General Notes and Comments (Include observations of operations at the landfill.) Appendix P1. TDSR SITE BASELINE DATA CHECKLIST A. Before Activities Begin 1. Take ground or aerial photographs and/or video. 2. Note important features, such as structures, fences, culverts, and landscaping. 3. Take random soil samples. 4. Take random groundwater samples. 5. Take water samples from existing wells. 6. Check the site for volatile organic compounds. B. After Activities Begin 1. Establish groundwater-monitoring wells. 2. Take groundwater samples. 3. Take spot soil samples at household hazardous waste, ash, and fuel storage areas. C. Progressive Updates 1. Update videos/photographs. 2. Update maps/sketches of site layout. 3. Update quality assurance reports, fuel spill reports, etc. 2018-002-JC 67 Appendix P2. TDSR SITE CLOSURE CHECKLIST 1. Site number and location 2. Date closure complete 3. Household hazardous waste removed 4. Contractor equipment and temporary structures removed 5. Contractor petroleum spills remediated 6. Ash piles removed 7. Comparison of baseline information to conditions after the Contractor has vacated the temporary site. 2018-002-JC 68 Appendix Q. Potential Final Disposal Sites Miami-Dade County has developed the attached list and map of potential temporary and final disaster debris disposal sites within the County. The City has preliminarily identified the following sites as potential destinations for final disposal of disaster debris: • Miami-Dade County Central Transfer Station,Miami-Dade County • Miami-Dade North Dade Landfill, Miami-Dade County • Resource&Recovery Facility,Miami-Dade County Decisions concerning the actual disposal of debris will be made based upon the nature of the event and the types/quantities of debris produced, and in consultation with the City's disaster debris management contractor(s). The City's disaster debris monitor will oversee the final disposal of all debris. 2018-002-JC 69 Appendix R. Recent Hurricane & Tropical Storm Debris Estimates Storm Name Type or Date Est. CY Est. CY Est. CY Category1 Vegetative C&D/Mixed Total Frances & Cat 2/Cat 3 Sept 2004 22,000 0 22,000 Jeanne Katrina Cat 1 Aug 2005 5,660 0 5,660 Wilma Cat 2 Oct 2005 227,500 72,500 300,000 Future Cat 3 N/A 580,000 1,350,000 3,710,000 Estimate I Notes: • Hurricanes Frances and Jeanne made landfall in Martin County at the strengths indicated above. The impact on Miami-Dade County was significantly reduced due to the distance from the storm center and the location of the county on the "weak" side of the storm. Hurricane • Hurricane Katrina made landfall near Hallandale Beach close to the Miami- Dade/Broward County line at as a nominal Category 1 tropical cyclone as indicated above. • Hurricane Wilma was an overland tropical cyclone that crossed the State from West to East on a northeasterly track beginning near Marco Island, FL (on the west coast) crossing just south of Lake Okeechobee and entering the Atlantic Ocean at northern Palm Beach County. The impact on Miami-Dade County was unusually strong for a storm of this magnitude and distance away due in part to the county being on the "strong" side of the storm and the large wind field for an overland storm. 2018-002-)C 70 APPENDIX H MIAMI BEACH 2CFR Appendix II to Part 200 Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 71 APPENDIX II TO PART 200 CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60- 1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every 2018-002-JC 72 mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. (J) Procurement Of Recovered Materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 2018-002-JC 73 ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFP) 2/7/2018 Detail by Entity Name DIVISION OF CORPORATIONS 1� jar Divatori of 5ture of liututa w!bii:i apartment of State / Division of Corporations / Search Record§ / Detail By Document Number/ Detail by Entity Name Foreign Limited Liability Company DRC EMERGENCY SERVICES, LLC Filing Information Document Number M05000003946 FEI/EIN Number 63-1283729 Date Filed 07/18/2005 State AL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 09/29/2015 Event Effective Date NONE Principal Address 13 Evia Main Galveston, TX 77554 Changed:04/25/2016 Mailing Address 110 VETERANS MEMORIAL BLVD, SUITE 515 METAIRIE, LA 70005 Changed: 01/31/2018 Registered Agent Name&Address COGENCY GLOBAL INC. 115 North Calhoun St. Suite 4 Tallahassee, FL 32301 Name Changed: 10/29/2013 Address Changed: 07/07/2015 Authorized Person(s)Detail Name&Address Title Vice President/Secretary FUENTES, KRISTY 7 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityNameBdirectionType=lnitial&search NameOrder-DRCEMER... 1/3 2/7/2018 Detail by Entity Name 13 Evia Main Galveston, TX 77554 Title Exec. Vice President/General Manager Thormahlen, Kurt 13 Evia Main Galveston, TX 77554 Title VP Sullivan,William W 13 Evia Main Galveston, TX 77554 Title VP Sullivan, Todd P 13 Evia Main Galveston, TX 77554 Title President Sullivan, John R 13 Evia Main Galveston, TX 77554 Title VP Stafford, Mark 13 Evia Main Galveston, TX 77554 Annual Reports Report Year Filed Date 2016 04/25/2016 2016 04/28/2016 2017 04/14/2017 Document Imagga 04/14/2017--ANNUAL REPORT View image in PDF format 04/28/2016--AMENDED ANNUAL REPORT View image in PDF format 04/25/2016--ANNUAL REPORT View image in PDF format 04/29/2015--ANNUAL REPORT View image in PDF format 12/03/2014--LC Amendment View image in PDF format 06/10/2014--AMENDED ANNUAL REPORT View image in PDF format 01/13/2014--ANNUAL REPORT View image in PDF format 10/29/2013--Reg Agent Change View image in PDF format 01/21/2013--ANNUAL REPORT View image in PDF format 04/11/2012--ANNUAL REPORT View image in PDF format 03/15/2011--ANNUAL REPORT View imaae in PDF forms http://search.su nbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitial&searchNameOrder=DRCEM ER... 2/3 2/7/2018 Detail by Entity Name 10/15/2010--REINSTATEMENT View image in PDF format 93/27/2009--ANNUAL REPORT View image in PDF format 93/13/2008--ANNUAL REPORT View image in PDF format 04/02/2007--ANNUAL REPORT View image in PDF format 08/03/2006--ANNUAL REPORT View image in PDF format 03/16/2006--ANNUAL REPORT View image in PDF format 07/18/2005--Foreign Limited View image in PDF format 9 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqu irytype=EntityName&directionType=Initial&search NameOrder=DRCEM ER... 3/3 'Ile , / \i,1 _ \ \ • f., r' , .\ 4 DRC ,..&, . . - '..•,...,•PeNkt l•St. . . • ..".....' ei;71"....1:!rn'''7., -,*- j•,, .. ' ' ft*Pr-",-''''-'""!'erti-4.1:e:c.-_ _.i."1.:'''''..=e's, x.-- A,--...; ;,*.-..,r sfrt,.•,'-', "t" ) ,• EMERGENCY SERVICES ,..„„,.....?,.... „„),"-ii.... ,e). 1., , •-r --- -...'Z's-----..---.•—•-,....:,*.1, - .'-'.., -..7•••-''-.,....--:,---,Xi'4-T-...,;-•••--.17"-- Striking Back. ' —'----." -•' . .Nli •-. -,,,,',,it= ',.:-.,:e. fi-s*. ,`), '' 4 7--.,-;-_,._---,':-..----- - .. . -, 500 South Australian Ave • Suite 600 West Palm Beach,FL 33901 (888) 721-4372 • Fax: (504)482-2852 www.drcusa.com r •[ , ,Tv ' , —ii U -,i*,„ , .. .,-. '' ,s„;'•- ,: • . _ FL License No. CRC1331307 . .. IN ,- —. %,-:- Jy::-.:==‘ 1 ,...2.% .1, • ,.. _II s, 5-i„,•;„,,.. . r I .,:v24 , , --/__ ____ , • ....- 'r4 , REQUEST FOR PROPOSAL ___________ --. * . - Disaster Recovery Services RFP NO. 2018-002-JC -41,. 11 4.."41; • `4, -": 91 •-1,‘,... , ','?'"'r".. 4.22-"•-,..ii 7-.--„F' „„.. ' 7T , ,opoo..„), it irf .--;agi MAY 11, 2018 • 3:00PM ,i,---,. .-- -. „-..... / 1r• g - ORIGINAL --11-,:•;:, .-. - . ,_- _--,-. '--,-:- - t-- ..--., ----- __ ,410*- -4A, .7".-. ...44:i• ,.. - ....-- „,...„ ,- 5 i_..„____,_ _,_,_ - .., ; - - --.5..--i - , - CITY OF MIAMI BEACH - -,:-• -..7.1.4r*C-X.--'..i.-,. 1,- :72b:,1.4..- ,'•,},':-*..1,:rf. .::,-'4 A.,„, :::,tr, •--..7."....h-'.'+•• •,......"04-s..),,,- 1","".- ..- .....'• , , --,. ',. 1,""- ;.s, *..4(4.4...--.."`",'At -`"` ' - _.,t• •.,,;.,.. i,:-..•-2 --'• - :;_.'•• ... "INAkof."" .5-41 ' -4.0 1755 Meridian Ave • 3rd Floor ,-.1.:=.,_.1.-:--:,*-,..0t.'4 •, ---'= - ,,,.5,, - Miami Beach, FL 33139 ....1-4%-7... 14 , PREPARE•RESPOND•RECOVER , 4 1, 1 , jr //, . -ID ,- , I 0 ratzmv POINTS OF CONTAC1: __ Kristy Fuentes, Kfuentes©drcusa.com 1 0, ' ,lsy 0 , - V 1 t .... - ******:*:*: 7 ‘'.:::. $ ***** * * oacommi — , - A : *.**atialilligrat". , 4'" i•-. l' 'Z''. -L 1.s?"=,:. ' "V44 . ' --.. . x ' \ , * * *':* * * . .....aallIGIIMI __ - s- '''''- ••--.-- --'^-.... - .0",- .,„7,--"'" , I} ,,,W • . • - -_ ; ,-• - ` „ ,„,-.Z.-`4 1,.....Vios,„&„0 .• ',„ , , , - --,t :' ' -."-"''',. -- ''5---".i1:44/- `..,T''''''' .n 4-• ..._ ____ , - - . • - Mgr- - „ _,. . ai,„. , . ,,. :•,...- t.,...1..., -4.— r"-4,, '":1..,.."\--',5.1-, •„. „ : • --L ? ..... • ....., - -...'..: t It /..iiiim....-...ee. • - , t. ''‘' . .."'. PS\ "4"fti*' •.1:`•^ ' IM.4':''"" f'11""....."-,;'''-:.,..t.,--,-.-"r.,‘."': "-- ...'l'•• ""stP-. . r, . v, . — - - opitc EMERGENCY SERVICES Striking Back. 500 South Australian Avenue •Suite 600 •West Palm Beach,FL 33901 Phone:(888)7214372• Fax:(504)482-2852 www.drcusa.com May 11,2018 City of Miami Beach 1755 Meridian Ave,3rd Floor Miami Beach,FL 33139 Re: Disaster Recovery Services RFP No.2018-002-JC Dear Mr.Crouch, DRC Emergency Services, LLC, appreciates the opportunity to present to you and the City of Miami Beach our proposal to provide Disaster Recovery Services as required in the above referenced RFP. DRC is vastly familiar with the area and currently has disaster relief contracts with North Miami, Miami-Dade County, Miami-Dade Public Schools,and the City of Miami. DRC ES is among the leading disaster management companies in the United States. Our services include emergency debris removal; disaster management—including temporary housing, workforce housing and life support—as well as required FEMA documentation;debris management;right-of-way maintenance; marine debris, salvage and recovery; vehicle and vessel removal and processing; technical assistance and project management;construction and construction management;demolition;and landfill management. Following Hurricane Ike in 2008, DRC ES established a single-day productivity record for post-disaster debris removal in the City of Houston as recognized by FEMA. DRC ES also holds a 29-year record of 100% federal reimbursement for eligible work performed. DRC has an office in West Palm Beach,Florida,which is located less than two hours from the City of Miami Beach. Our additional office locations in Galveston,Texas,New Orleans,Louisiana,Semmes,Alabama,and Surf City,North Carolina provide us with geographical maneuverability along the Gulf Coast, and allow us to continue to provide services to the City of Miami Beach should any location be compromised during a disaster.DRC currently has dozens of reservists and hundreds of subcontractors ready to participate in any response effort. Depending on the size of an event which may strike the City of Miami Beach, DRC will dedicate all necessary manpower and equipment and in no case,will the project be understaffed. Corporate officers with legal signing authority to bind DRC ES to the terms and conditions of this proposal include: John Sullivan,President;Kristy Fuentes,Vice President/Secretary-Treasurer.Evidence of their authority is attached. The Point of Contact for the City of Miami Beach is Kristy Fuentes who can be reached at(888)7214372,by cell: (504) 220-7682 or by email:Kfuentes@drcusa.com. This proposal is in all respects fair and in good faith,without collusion or fraud and conforms to the specifications of your RFP. If we may offer any additional information or clarifications, please let us know. Thank you for the opportunity to offer our services and we look forward to working with the City of Miami Beach in the future. B. DRC 1 � EnE�4E�+C SEwCE5 Striking Back. Sincerely, /94(lit Xigf0 Ifristy F tes Vice President,Secretary,Treasurer 2 DRC Sbiiinp taek ACTION IN LIEU OF A MEETING OF THE MANAGER OF DRC EMERGENCY SERVICES, LLC This action is taken in accordance with Section 10-12-22 of the Alabama Limited Liability Company Act, as amended (the "Act"), in lieu of a meeting of the sole Manager of DRC EMERGENCY SERVICES, LLC, an Alabama limited liability company (the "Company"), and is made effective as of January' 19, 2016. WHEREAS, Section 4.2 of the Company's Second Amended and Restated Operating Agreement dated January 20, 2016 (as amended, the "LLC Agreement") and the Act permit the Manager of the Company to take the following actions; and WHEREAS, the undersigned, DRC Equity LLC, constitutes the sole Manager of the Company(the "Manager"). NOW, THEREFORE, the undersigned hereby makes the following resolutions and consents to the following actions in lieu of a meeting of the Manager of the Company: 1. The following persons, in their respective corporate capacities indicated below, are hereby authorized and empowered for the express limited purpose of signing documents for the submission of bids, proposals, offers, responses apd other related documents to, any federal, state or local government, including any governmental entity, organization, body, agency, department or political subdivision, for the transaction of business by or on behalf of the Company: Name Office/Capacity John R. Sullivan President Kristy Fuentes Vice President of Business Development, Secretary and Treasurer 2. The officers listed above after giving effect to this written consent are hereby authorized and directed on behalf of the Company to execute and deliver such agreements and instruments, make such filings and give such notices, and take any and all such other actions, and to do or cause to be done, such acts as such officers may deem necessary or advisable to accomplish or otherwise implement the purposes of the foregoing resolutions or to cause the Company to perform its obligations under any of the foregoing. 3. All actions taken by any officer of the Company in connection with any of the transactions contemplated by these resolutions are hereby authorized, approved, ratified and confirmed in all respects. 4. This written consent may be executed in counterparts, and all so executed shall constitute one action notwithstanding that all of the undersigned are not signatories to the original or to the same counterpart. This written consent shall be filed with the minutes of the proceedings of the Manager of the Company. [SIGNATURE PAGE FOLLOWS] it)DRC 3 FNCY TFuviCGT Striking BGek. Dated effective as of the date first written above. DRC EMERGENCY SERVICES LLC By: DRC EQUITY,LLC a Texas limited liability company Its: Manager Z. By: John R. Sullivan Its: President [Consent to Appoint Manager—DRC Emergency Services, LLC(January 2016)] 4 y D C ter . STATE OF FLORIDA ' = �� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION E -.11 INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 SMITH, HAMILTON BEVERIDGE DRC EMERGENCY SERVICES, LLC 6258 MARSHALL FOCH STREET NEW ORLEANS LA 70124 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range STATE OF FLORIDA DEPARTMENT OF BUSINESS AND yachtbarbeque � from architects to brokers, from boxers to restaurants, and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order CRC1331307 ISSUED 06/19/2016 to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more CERTIFIED RESIDENTIAL CONTRACTOR information about our divisions and the regulations that impact SMITH, HAMILTON BEVERIDGE you, subscribe to department newsletters and learn more about DRC EMERGENCY SERVICES, LLC the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly.We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS CERTIFIED under the provtsions of Ch 489 FS and congratulations on your new license! Eapirat on date AUG 31,2018 L1606190001450 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER • y � CRC1331307 .. �! The RESIDENTIAL CONTRACTOR '., Named below IS CERTIFIED ll � . Under the provisions of Chapter 489 FS. Expiration date AUG 31, 2018 SMITH, HAMILTON BEVERIDGE • •-A•� DRC EMERGENCY SERVICES, LLC " . . PO BOX 170 PO BOX 17017 GALVESTON TX 36608 •.=',; I.;*1 . ❑*, ' s 5 ISSUED: 06/19/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1606190001450 , State of Florida Department of State I certify from the records of this office that DRC EMERGENCY SERVICES, LLC is an Alabama limited liability company authorized to transact business in the State of Florida, qualified on July 18, 2005. The document number of this limited liability company is M05000003946. I further certify that said limited liability company has paid all fees due this office through December 31, 2014, that its most recent annual report was filed on June 10, 2014, and its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-seventh day of January,2015 i ION 044A . -: . Secretary of State COD Pig IlL1)-* Authentication ID:CU5800449263 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed. https://efile.sunbiz.org/certauthver.html 6 DISASTER RECOVERY SERVICES TAB 1-COVER LEIIER 1 A. SIGNING AUTHORITY 3 B. FLORIDA CONTRACTOR'S LICENSE 5 C. FLORIDA SECRETARY OF STATE LICENSE 6 D. SuNBIz 7 E. TABLE OF CONTENTS 10 F. APPENDIX A 11 G. MINIMUM QUALIFICATION REQUIREMENTS 18 TAB 2-EXPERIENCE AND QUALIFICATIONS -------. ..... 24 A. QUALIFICATIONS OF PROPOSING FIRM 24 B. QUALIFICATIONS OF PROPOSER'S TEAM 45 C. FINANCIAL CAPACITY 48 D. ORGANIZATIONAL CHART 49 E. RESUMES 50 F. PERSONNEL AND PROJECT EXPERIENCE MATRIX 66 G. BONDING CAPACITY LET l'ER. 71 H. BANK REFERENCE LETI ER 72 I. SAMPLE INSURANCE CERTIFICATE 73 TAB 3-APPROACH AND METHODOLOGY .....».. .... 75 A. PREPARE 75 B. RESPOND 79 C. EMPLOYMENT OF LOCAL AND MINORITY CONTRACTORS 96 D. AFFIRMATIVE ACTION/EQUAL OPPORTUNITY POLICY 98 TAB 4-COST PROPOSAL ..........................»»»»........ 99 A. APPENDIX E COST PROPOSAL FORM 100 B. BID BOND 106 DRC 10 ` F fwGEwCv if Avia k St, ,q 8xk. Solicitation No: Solicitation Title: 2018-002-JC Disaster Recovery Services Procurement Contact: Tel: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: DRC Emergency Services, LLC No of Years in Business: No of Years in Business Locally: 17 years 17 years OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 6702 Broadway Street CITY: Galveston STATE: Texas ZIP CODE: 77554 TELEPHONE NO.: (504)482-2848 TOLL FREE No.: (888)721-4372 FAX NO.: (504)482-2852 FIRM LOCAL ADDRESS: 110 Veterans Boulevard CITY: Metairie STATE: ZIP CODE: Louisiana 70005 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Kristy Fuentes ACCOUNT REP TELEPHONE NO.: (504)482-2848 ACCOUNT REP TOLL FREE NO.: (888)721-4372 ACCOUNT REP EMAIL: Kfuentes@drcusa.com FEDERAL TAX IDENTIFICATION NO.: 63-1283729 The City reserves the right to seek additional information from Proposer or other source(s),induding but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Balance of Page Intentionally Left Blank 2018-002-JC 18 11 1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status? YES N./ NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent,sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten(10%) percent or more in the Proposer entity or any of its affiliates 3 References& Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Please see attached 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. DRC is wholly owned by DRC Equity,LLC. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879. each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including. among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. DRC will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics. Balance of Page Intentionally Left Blank 2018-002-JC 19 12 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health yes yes Sick Leave yes yes Family Medical Leave yes yes• _ Bereavement Leave yes yes If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov,'procurement/. 2018-0021C 20 13 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes.as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal. or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals. proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor. supplier, subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 2 '! 7 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287,133, Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race.color,national origin,religion,sex.intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11 Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1,2016,the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt =v; Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 .kr Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 2018-QO2-JC 21 14 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials. shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 2018-0021C 22 15 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Kristy Fuentes / Vice President/Secretary/Treasurer Signature of sees Autho -d R-r --n(tile: `` Date: hid, State of FLDRfOA ) On this�j day of 20 1'(personally o [ ) appeared before me�rr .4o. who bt`eantgof,f4�ters - ) tated that (s)he is t e Jk.,14�-••-LF of N7c.;.�„ y" .1,,, a of,tnd�WO the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before e: o ry Public for the Stataef-Flefida--- My Commission Expires: . , ,.-- '[+. .'.,3. n,:.,-',.:3 UAii'j S UO T APY PUBLIC ...; :m L0►UP5:arta, Ear No. 19550 ornmis ;onm is for sie 2018-002-JC 23 16 APPENDIX A CONTINUED DRC Emergency Services,LLC was suspended by the U.S.Air Force in September 2014 for 22 business days relating to a project in Joplin,Missouri that occurred over five years ago when the company was operated under previous ownership. Following a detailed response at the direction of DRCs new ownership and management, the suspension was lifted. None of the individuals that were named in the suspension are currently employed by DRC Emergency Services, LLC. Moreover, the company implemented a robust corporate responsibility, compliance, safety and ethics program at all employment levels.DRC Emergency Services,LLC currently operates in good standing with all branches of Government. ''� DRC 17 EMERG4NCv lu:t V lack $vikrnq Sack. 4 2 11:11:111:1E rij 1:1111111 'i) z z to ,� '' n o 9 p n ' n ' n n n ,- '-'4 j S' 4 R I g _ 4 1 1 4 4 o n 5. . O o i n ° g i o .- Q ° o 2 o -'114E4 T R 8 vi qi y - (--.. 2f„ E , _F i ° o i a 0 i 1 1 " 1 o' r . ill i'-i 1 1 i E c; , ; '2' 2 g rci a g o - R. Q Q . Q QR i- o R rt R C tri N H Cr'1 Go 2 I f9 e Y w i1,,T I ir i i i p. E a Fif 5 %° 5 I. 0 5 ° ,g 5 • E 5" FFrid ,P21P21. -F3 i F 2 1- q.. 2 4 FpiifYlo kg- i ,g1 2 o a a a x -ii 1 o I 1 o 5 o = o g iIEEEiIrrr a� F i 'ct 4 c) 0 0 0 8.' c,- 5 'i'' p -g c ,i g ° th . n El I,.� V fEE 'DV 8 s � - � � R � 8 � nV do _ , n 2008 CONTRACTING AGENCY DESCRIPTION OF WORK CUBIC YARDS September Ibeiville,LA icy Push and Debris Removal- a32,586.58 Gustav September Lafayette,LA Emergency Push and Debris Removal-Hurricane 716,038.00 Gustav September Louisiana Department of Transportation and Debris Removal-Hurricane Gustav 3,000,746 Development-District 2,3,61,62 September Galveston,DC Debris Removal-Hurricane Ike 1,301,655.86 September Harris County,DC Debris Removal-Hurricane Ike 1,491,64722 September Port Arthur,DC Debris Removal-Hurricane Ike 299,44937 September Baytown,DC Debris Removal-Hurricane Ike 352,595.26 September Houston,DC Debris Removal-Hurricane Ike 5,035,439.18 June Macon,GA Debris Management and Removal Services 510,49023 19 • DRC ''O ancuccucv sc uv cas Striking Back. REFERENCES REFERENCES OWNER&TIMELINE DESCRIPTION OF WORK CONTRAcr CUBIC POINT OF CONTACT VALUE YARDS City of Fort Lauderdale Debris Removal and Disposal Project Project Melissa Doyle,Solid Waste Coordinator September 2017-Present Hurricane Irma(DR-4337) Closeout in Closeout Phone:(954)828-6111 Progress in mdoyle@fotlauderdale.gov Progress 100 N.Andrews Ave Fort Lauderdale,FL 33301 Miami,FL Debris Removal Estimated Estimated Mario Nunez,Director September 2017-Present Hurricane Irma(DR-4337) $7,700,000.00 314,000 Mfnunez@miamigov.com Phone:(305)960-2804 Fax:(305)960- 2850 1290 NW 20th Street Miami,FL 33142 City of Daytona Beach, Disaster Debris Removal and $3,861,220.75 310,124 David Waller,Deputy Director of Public FL Disposal Works October 2016-December Hurricane Matthew(DR-4283) Phone:(386)671-8681 2016 Wallerd@codb.us 950 Bellevue Avenue Daytona Beach,FL 32114 Leon County,FL Disaster Debris Removal $1,591,250.93 14,175.25 Tony Park,P.E.,Director September 2016-October Services Phone:(850)606-1500 2016 Hurricane Hermine(DR-4280) Parkt@leoncountyfl.gov 2280 Miccosukee Road Tallahassee,FL 32308 Ascension Parish, Disaster Debris Removal and $5,903,607.61 336,630 Mike Enlow,General Manager Louisiana Disposal Phone:(225)450-1326 Fax:(225)473- August 2016-July 2017 Louisiana Severe Storms and 9931 Flooding(DR-4277) Menlow@apgov.us 42077 Churchpoint Road Gonzales,LA 70737 20 ilDRC , Y=Fa�,«= Sbikiny Back. MINIMUM STAFFING REQUIREMENTS DRC will deploy no les than 1 full debris removal crew in each of the 16 zones witin 48 hours of written authorization. These crewws will be capable of removing a minimum of 200 yeards per day to the TDSRS. AVAILABILITY OF KEY PERSONNEL For the past 29 years, the DRC team has responded to major natural or man-made disasters occurring within the continental United States and its territories, in theatres r DRC's knowledge base, of U.S.-led troop operations,and in Central America.The DRC personnel are trained, experience, and ability to make motivated and available for immediate deployment in an emergency response. All experts available in the field assigned personnel will be available to the City as needed. Personnel are N.I.M.S- were instrumental in the certified and/or have specialized training in safety and asbestos management and are successful completion of this equipped with utility vehicles,digital,handheld,multi-state,two-way radios,cellular l lsoor ." Donald G. Donaldson,P.E.,Engineering communications,and handheld computers. DRC personnel will have the experience Director/County Engineer, and/or training to respond immediately to disasters and are provided with a DRC ES Martin County,FL supervisor handbook including required reports and forms for successful disaster ` J response and management thereof. AVAILABLE EQUIPMENT DRC Emergency Services,LLC and associated and affiliated companies and subcontractors,owns substantial trucks and specialized pieces of heavy equipment,attachments and support equipment specifically designed for emergency response. DRC owns dozens of cellular and radio telephones for use in an emergency. DRC and/or their subcontractors have national priority contracts with multiple national equipment leasing companies and subcontractors and/or independent contractors through which hundreds of trucks and/or pieces of heavy loading equipment are available to supplement DRCs and/or the subcontractor's fleets. In summary, DRC is capable of mobilizing all of the listed equipment and more,as needed,to meet the clearing requirements of a Notice to Proceed. DRC estimates that there are only between 1100 to 1500 self-loading double box,one hundred cubic yard plus rigs in the United States. All of our primary subcontractors operate this type of equipment which allows DRC to set industry standards for maximum capacity collected. DRC set a FEMA record by collecting over 400,000 cubic yards in a single day of operation. In addition to the equipment owned by DRC,we have national accounts with multiple equipment rental companies that offer us the capability to meet the equipment needs of the City DRC also has accounts with national and international Industrial supply warehouses,such as Aramsco and Grainger,who offer environmental safety,disaster response,surface preparation and restoration goods and services which includes fire safety and PPE of all types. SUBCONTRACTORS DRC maintains a cadre of hundreds of subcontractors of which approximately thirty are primary subcontractors that have been used in all of DRC's responses to major events within the last twenty-nine years. These subcontractors along with DRC's own personnel and equipment are capable of mobilizing an event of huge magnitude.For instance, in 2008 while responding to the aftermath of Hurricane Ike in Louisiana and Texas,DRC operated and managed over 2000 pieces of equipment. DRC's advanced team was imbedded in emergency operations centers throughout these two States and was functioning at eighty percent capacity within seventy-two hours of the notices to proceed. The event encompassed the collection,processing,recycling and disposal of over eleven million cubic yards of debris,all of which was performed in just ninety days. 4,0 DRC 21 Gf C SblmBilongBack ABILITY TO MANAGE MULTIPLE CONTRACTS DRC has implemented a comprehensive Corporate Level Advance Mobilization Plan to ensure a coordinated, expeditious and effective response to disasters by its personnel and resources. This plan has been utilized by DRC to respond quickly in the following contracts: 2017HU RRICANEIRMA • DRC was activated in 26 jurisdictions simultaneously while managing 13 debris management sites. DRC anticipates removing over debris over 4,000,000 cubic yards of debris. 2017 HURRICANE HARVEY • DRC was activated in 17 jurisdictions following Hurricane Harvey and simultaneously ran more than 16 debris management sites during this activation. • DRC has recovered and reduced over 2,750,000 cubic yards of debris to date. 2016 HURRICANE HERMINE • In Citrus County, Florida, DRC successfully removed and disposed of more than a thousand tons of residential flood debris and tens of thousands of cubic yards of vegetation in less than 30 days 2016 LOUISIANA SEVERE FLOODING DR4277 • DRC picked up 1 million cubic yards of debris over the course of 30 days in East Baton Rouge Parish, Louisiana. • DRC opened and operated two Temporary Debris Management Sites to compact and recycle C&D debris prior to haul out for final disposal. These sites operated with such efficiency that FEMA and the USAGE filmed the operation to use in training sessions. WINTER STORM JONAS 2016 • The snow from Winter Storm Jonas started the morning of January 22nd and by the evening DRC had started mobilizing in 5 different jurisdictions. Operations continued 24 hours a day and required two operators per piece of equipment, around the clock management and support personnel. The project was completed in 10 days. ICE STORM PAX 2014 • DRC was simultaneously activated in New Hanover County, NC, Pender County, NC, and the City of Wilmington,NC for debris removal and reduction of approximately 400,000 cubic yards of debris. • The South Carolina Department of Transportation contracted DRC to cut, remove and transport vegetative debris in 8 counties,totaling over 12,000 miles of roadway clearing and the trimming of over 225,000 trees. • DRC managed and operated over 15 Debris Management Sites reducing and recycling over 1.5 million cubic yards of debris. THE HURRICANE SEASON OF2012 • DRC simultaneously operated 14 contracts throughout the Southeast in response to Hurricane Isaac. DRC concurrently operated six TDSRS sites in Louisiana alone. THE HURRICANE SEASON OF 2009 • The Texas GLO requested assistance for the removal of marine debris that was generated as a result of Hurricane Ike in 2008. These services were performed in Trinity,Galveston,East and West Bay and have an approximate contractual value of$22,703,700.00. • DRC also provided services for areas such as Kentucky and Arkansas that were ravaged by severe ice storms. These services are valued at approximately$11,157,132.02. DRC 22 Stnking tma THE HURRICANE SEASON OF 2008 • DRC responded in service to 36 separate contracts, including the cities of New Orleans, Houston, and Galveston in response to Hurricanes Gustav and Ike devastating the Louisiana and Texas coastlines. DRC's work in these regions was nearly completed in a little over two months. • DRC established a single-day productivity record for post-disaster debris removal as recognized by FEMA by collecting 440,000 cubic yards of debris in a single day in the City of Houston. • In just ninety days,DRC collected more than 5.6 million cubic yards of debris from the City of Houston alone. • DRCs expedited operation using more than 2,000 pieces of collection equipment made it possible for the city of Houston to receive reimbursement in the greater than 80%range. • Following Hurricane Ike, DRC simultaneously operated seven TDSRS sites handling 11,000,000 CY of debris, recycling materials out of the waste stream in two of those facilities. THE HURRICANE SEASON OF 2005 • DRC is proud to have assisted in the recovery following the devastation of Hurricanes Katrina, Rita, Wilma, and Cindy affecting the Florida Keys, throughout Mississippi and Louisiana, and into Houston, Texas. To date,DRC has successfully completed over$130,000,000 in disaster remediation in the hardest hit parishes of Louisiana and in Monroe, Escambia, and Miami-Dade counties in Florida, as well as the eastern coastal counties of Texas. • Following Hurricane Wilma, DRC simultaneously operated five TDSRS sites in Louisiana,processing debris for the Louisiana DOTD.Also in 2005,DRC simultaneously operated six TDSRS sites for the Louisiana DOTD in two districts following Hurricane Katrina. THE HURRICANE SEASON OF 2004 • In the aftermath of Hurricanes Charley, Frances, Jeanne and Ivan, DRC and its teaming partners and/or subcontractors, performed 37 virtually simultaneous contracts and $150,000,000 in emergency work, including the removal of over 10,000,000 cubic yards of debris and the restoration of miles of beaches, throughout the state of Florida, from Monroe County to Escambia County, as well as projects in Virginia, South Carolina,and Texas. • DRC simultaneously operated more than ten TDSRS sites in Florida. 2000 WINTER ICE STORM • In January 2000, in the aftermath of the Winter Ice Storm, DRC performed debris removal and landfill management services in North and South Carolina and Georgia.Approximately 800,000 cubic yards of debris was removed and processed within approximately 90 days. TIME MANAGEMENT AND BUDGETING DRC understands the economic incentives associated with FEMA's accelerated debris removal(increased federal cost share on a sliding scale).Following Hurricane Ike in 2008,DRC established an industry standard for volume collected in a single day (as recognized by FEMA). During this operation more than 5.6 million cubic yards were collected, processed, and recycled in a little more than 60 days. While fragments of the project lasted slightly longer, DRC's expedited operation using more than 2,000 pieces of collection equipment made it possible for the city of Houston to receive reimbursement in the greater than 80%range. DRC 23 ` .n1«_ sem _ EXPERIENCE AND QUALIFICATIONS QUALIFICATIONS OF PROPOSING FIRM For over 29 years, DRC has provided extensive disaster recovery services, environmental services and civil construction to governments and private citizens alike. As a leader in the recovery industry, our passion is helping communities prepare for the worst while being prepared to deliver a rapid response when necessary, all to facilitate the most efficient recovery possible.Setting new industry standards is what our customers have come to expect,and DRC takes pride in our versatility and in our innovative approach to every job.Having successfully completed over $2 billion in contracts over the last 29 years alone, DRC employs scores of talented professionals ready to satisfy our client's needs.We are proven,and we are ready. The primary mission of DRC is to provide a professional,honest,and immediate response to natural and man-made disasters throughout the world. DRC has developed extensive experience and capabilities in emergency response and recovery over 29 years including,but not limited to: • Debris Management • Demolition • Marine Debris,Salvage,and Recovery • Vehicle and Vessel Removal and Processing • Technical Assistance and Project Management • Temporary Housing,Workforce Housing and Life Support • Construction and Construction Management • Landfill Management • Civil,Heavy,and Recovery Construction • Oil Spill Response and Mining • Right-of-way maintenance • Beach Renourishment • Canal Bank Stabilization • Drainage Improvement Projects • Hazardous Waste Segregation • Environmental Control • Traffic Control • Tree Trimming and Removal • Emergency Supplies and Support DRC is capable of handling all or part of any disaster remediation including the FEMA reimbursement process. DRC companies and affiliates have the experience,personnel,and equipment to mobilize immediately and are dedicated to providing professional,cost effective,responsive,high-quality service using our extensive experience and capabilities in emergency response and recovery as our guide. • Highly Qualified and Experienced Supervisors and Project Managers • Professional and Knowledgeable Administrative Personnel • Efficient and Professional Work Crews and Equipment Crews • Qualified,Experienced,and Licensed Subcontractors and Contract Reservists • Specialized and Maintained Knuckle-Booms Loaders and Bucket Truck Crews • Heavy Trucks and Hauling Equipment • Specialized Attachments and All Necessary Support Equipment 24 er Fnf Gf Htr SF.tviFS Sbyag ext. NOTABLE ACHIEVEMENTS AND EXPERIENCE • Following Louisiana Severe Storms and Flooding(DR-4277),DRC picked up 1 million cubic yards of debris over the course of 30 days in East Baton Rouge Parish. • Simultaneously mobilizing, staffing and successfully operating 39 individual projects throughout the Southeastern US valued in excess of two hundred million dollars • Providing, placing in service and simultaneously utilizing in excess of 4,000 pieces of specialized equipment Maintaining an experienced cadre of over fifty Program and Project Managers • Establishing a single-day productivity record for post-disaster debris removal as recognized by FEMA in 2008 for collecting 440,000 cubic yards in a single day • Earning recognition as one of the Top 50 Specialty Contractors by Engineering News-Record • Designing, implementing, managing and financing a 150-mile Gulf of Mexico shoreline protection system in response to the BP oil spill • Establishing industry standards for total volume recycled by recycling 100% of the volume collected in Houston,TX following Hurricane Ike • Designing and implementing new standards for moving work zones • A 29-year record of 100% federal reimbursement for eligible work performed HISTORY The company was formed in 1989 in response to Hurricane Hugo. In 2001 the company began operating as DRC Emergency Services, LLC. DRC has responded to numerous natural or man-made disaster events involving hundreds of contracts. DRC has collected over 200 million cubic yards of debris and established industry benchmarks for debris recycling and collection efficiencies. The 2008 hurricane season produced two devastating storms in Hurricane Ike and Hurricane Gustav in which DRC responded in service to 36 separate contracts,including the cities of New Orleans,Houston,and Galveston. DRC recycled 100% of the debris we collected in Houston,TX in the wake of Hurricane Ike,which amounted to over 5 million cubic yards.We also set an industry record for the most debris collected in a single day in 2008 and,according to FEMA officials,the record still stands today. During the 2004 Hurricane season alone, DRC worked 37 virtually simultaneous, separate contracts performing a total of over$150,000,000 in emergency work,and recovering over 10,000,000 cubic yards of debris in a four and half month period. In approximately 100 days DRC removed and disposed of approximately 10,000,000 cubic yards of debris. DRC also recovered, screened and restored tens of thousands of cubic yards of displaced sand and debris to restore 15 miles of beaches destroyed in Florida in the aftermath of Hurricane Ivan. During 2005 and 2006, DRC performed work on damages from Hurricanes Katrina, Rita and Wilma from the Florida Keys to Louisiana all the way to Houston,Texas.DRC Emergency Services,LLC possess extensive experience with disaster debris removal and therefore has an excellent understanding of the work to be performed. Having performed debris operations nearly all of the United States and internationally for over 29 years,DRC takes pride in bringing innovation and professionalism to each project undertaken. We've consistently demonstrated an ability to both self-perform work immediately and engage a network of over 5,000 subcontracting partners. This unique ability means that no matter the location or size of an event,we can respond immediately and effectively. r 25 �FMFaG F1 CY Stn*i kwing B.ck q . COMMITMENT TO COMPLIANCE AND ETHICAL BUSINESS CONDUCT DRC Emergency Services, LLC strives to provide the most dependable, honest, customer-centric services in the industry,while upholding the highest standards of ethical conduct and compliance at all times.To better ensure our continued compliance with law and rules and regulations, DRC's senior management has established a formal code of business conduct.By implementing these guidelines,DRC is fully demonstrating its commitment to adhere to the highest professional standards and to act as a trustworthy source of unique capabilities to our public and private contracting partners. In addition,we expect that all contractors and individuals that work with us while serving our public and private customers shall also adhere to the highest ethical business conduct standards. Kristy Fuentes, DRC's Chief Compliance Officer, oversees the Corporate Compliance Program, functioning as an independent and objective body that reviews and evaluates compliance issues/concerns within the organization as well as external issues relating to DRCs interaction with customers and environmental factors. The position ensures our management,employees and customers are in compliance with the rules and regulations of regulatory agencies; that company policies and procedures are being followed;and that behavior in the organization meets the company's Standards of Conduct. The Chief Compliance Officer acts as staff to the President and an independent reporter to management and General Richard Bednar (DRC's independent third-party compliance consultant) by monitoring and reporting results of the compliance/ethics efforts of the company and in providing guidance for senior management team on matters relating to compliance.The Chief Compliance Officer,together with General Bednar,is authorized to implement all necessary actions to insure achievement of the objectives of an effective compliance program.The Corporate Compliance Office exists: • As a channel of communication to receive and direct compliance issues to appropriate resources, including DRCs independent third-party compliance consultant,for investigation and resolution,and • As an independent conduit to management regarding Company activities • As a final internal resource with which concerned parties may communicate after other formal channels and resources have been exhausted. • As a resource to our individual customer base regarding contract compliance,environmental compliance and any and all issues involving contract performance. DRC's CORE VALUES • Tell the Truth. In all business matters,we are committed to finding the truth and telling the truth.Truth-telling is a fundamental obligation of the DRC Emergency Services,LLC executive leadership and all employees. • Use Common Sense and Good Judgment.We rely on the integrity of our employees and expect that they apply common sense and good judgment even when no one is watching. • Work Hard.We expect all employees to give the full measure of honest effort to their working responsibilities, while maintaining a healthy life balance with wholesome off-duty interests and activities. • Be Prepared. The nature of our emergency services work demands that all of us be in a continuing state of readiness. Responding to urgent calls for our help with the right personnel and equipment assets sets us apart from the competition. • Be Accountable.We are accountable for everything we do or fail to do. We take ownership of our actions and stand up to the consequences of those actions whether positive or harmful to our customers or our Company. • Show Courtesy and Respect. Our culture is built on the initiative, strengths and dedication of our people. We treat each other with respect, honesty, courtesy and fairness. We value the different skills, perspectives and experiences of our people. • Protect Privacy: The privacy and integrity of customer and employee records and information is part of showing respect. Personal or private information should be disclosed only after conferring with and receiving permission from the individual or customer. APPLICATION OF CORE VALUES • To our customers we place highest priority on the timeliness of our response,our practical effectiveness,and the quality of our services and solutions. RC Striking 26 FM6 GFNCv king k Back. • To our fellow employees we look out for their welfare, safety and health. We promote an environment that encourages new ideas,doing the right thing,enjoyment of work and equal opportunity for advancement. • To our suppliers and subcontractors, we are fair and professional in all our dealings. We honor our commitments to our business partners.We select business partners who will adhere to ethical standards. • To our neighbors wherever we work we are responsible citizens who respect the laws and customs of the communities in which we work. COMPLIANCE STANDARDS AND PROCEDURES DRC Emergency Services, LLC, by virtue of its preparedness, responsiveness, demonstrated comprehensive competency, ethical business conduct and fair pricing, aspires to be the "first in response" for natural and physical disasters requiring an urgent response team "I will say that I have not worked DRC is an organization of people who work as a team to provide solutions to our with a more committed group of people when it came to honoring customers urgent problems, while always doing the right thing. We recognize that the contract you had with our how we do our work is as important as what work we do.We will not tolerate any short county."—Henr} W Bertram, cuts when it comes to our ethical values and standards of conduct. Pendleton Judge/Executive, Commonwealth of Kentucky t / The senior management and key personnel of DRC are committed to the highest standard of ethical conduct and compliance. DRC is partnered with a nationally recognized government compliance and ethics firm and is committed to adhering to the highest professional standards and always acting as a trustworthy source of our unique capabilities to our public and private contracting partners. In addition, we expect that all contractors and individuals who work with us in serving our public and private clients shall also adhere to high ethical business conduct standards. DRC has also established a very detailed ethics program with procedures to detect some of the obvious and easier ways that fraud occasionally occurs. For instance, typically, no DRC or subcontractor employees are allowed to participate in the measurement of trucks; this is entrusted to local government, state EMA and/or FEMA officials. DRC uses a detailed measurement documentation program to ensure the integrity of the haul and vehicle measurements and the safety and integrity of the vehicles and their drivers. DRC has a detailed and specific program of ticketing and reconciliation verification that,we believe,meets or exceeds the FEMA requirements and has instituted additional programs and procedures to ensure protection to the greatest possible extent against fraud, waste and/or abuse. Our Project Managers, Supervisors and Foremen are typically trained in fraud reduction and detection and report any suspected instances thereof to Project Managers, assigned internal auditors and/or counsel. All of our executives and employees deal honestly and fairly with our customers, suppliers,competitors,regulators and with each other. In doing business with federal, state and local governments we adhere to their rules and regulations that touch our work and our business conduct. SAFETY PROCEDURES Through careful planning,hazard recognition and control,safety indoctrination and training and rigorous attention to safety procedures, DRC ensures the health and safety or personnel at our work sites and the public adjacent to our work sites. DRC's Corporate Safety Plan includes Safety Plans and Policies,an Accident Prevention Plan and a Substance Abuse Policy.It is the policy of this organization to provide and maintain work environments and procedures which will (1) safeguard public and Government personnel, property, materials, supplies, and equipment exposed to contractor operations and activities; (2) avoid interruptions of Government operations and delays in project completion dates; and(3)control costs in the performance of this contract. °� DRC n �, 27 EMFNGF MCY SFaV ICES Striking Beck. The key contractor responsibilities concerning safety include (1) providing all personnel a general safety and health indoctrination and a safety and health orientation/screening prior to the commencement of work(or any single phase of work); (2) the continuing instruction/monitoring of each contractor, subcontractor, supplier and employee in the safe operation of their specific area of responsibility using the proper tools and in accordance with the safety procedures and guidelines as outlined by the United States Army Corps of Engineers. A copy of DRC's Corporate Safety Plan is available for review upon request. p 1 QUALITY CONTROL PLAN "In eve}.occasion. DRC remained client oriented, The purpose of the Quality Control Plan is to promote efficient and safe operations responsive and delivered excellent and a quality product. DRCs approach to quality control consists of a series of tasks service to Escambia County" and processes tailored to suit the challenging circumstances facing the City of Miami -Keith Wilkins REP,Director of Community& Beach in the wake of a disaster event. Environmental Department, Escambia County,Florida A copy of the Quality Control Plan is available for review upon request. ` J EMPLOYEE PERFORMANCE AND TRAINING As one of the leading disaster response companies in the United States,we have developed one of the most capable recovery teams in the nation.Our permanent staff members are MMS-certified and fully knowledgeable of the FEMA reimbursement process, having insured that each and every client has received 100% reimbursement for all eligible disaster-related debris. All personnel records (management, supervisors, foremen and laborers) are reviewed prior to deployment of personnel,to ensure all personnel have current documentation of training for each position they could be assigned (in accordance with OSHA,EPA and other applicable regulations and standards). DRC, subcontractors, associates and contract reservist personnel have specialized training for emergency management and/or have attended multiple industry seminars and conferences. DRC, its subcontractors and/or personnel maintain membership in many professional organizations, including NEMA, APWA, SWANA and the Society of American Military Engineers. DRC and/or its' affiliates, associates and/or subcontractors are licensed General Contractors in the states in which DRC performs disaster response services and are familiar with USACE, FEMA and FHWA rules and regulations, the Stafford Act and 44CFR, as they pertain to emergency response, recovery and reimbursement. DRUG FREE WORKPLACE PROGRAM DRC is a community in which responsibilities and freedoms are governed by policies and codes of behavior, including penalties for violations of these standards as stated in your Employee Manual. DRC has a standard of conduct that prohibits the unlawful possession,use,or distribution of illicit drugs and alcohol by employees on DRC's site and/or client sites or as a part of DRCs activities. DRC will impose disciplinary sanctions on employees ranging from educational and rehabilitation efforts up to and including expulsion or termination of employment and referral for prosecution for violations of the standards of conduct. Each situation will be look at on a case-by-case basis. It is the goal of DRC to maintain a drug-free workplace. To that end,and in the spirit of the Drug-Free Workplace Act of 1988,DRC has adopted the following policies: 1. The unlawful manufacture, possession, distribution, or use of controlled substances is prohibited in the workplace. 2. Employees who violate this prohibition are subject to corrective or disciplinary action as deemed appropriate,up to and including termination. .. 28 ilFn6a G11C GFf ViCGS Stoking R.ck. 3. As an on-going condition of employment, employees are required to abide by this prohibition and to notify, in writing and within five(5)days of the violation,her/his supervisor or the Managing Director or Vice President of any criminal drug statute arrest or conviction they receive. 4. If an employee receives such a conviction DRC shall: take appropriate personnel action against the employee,up to and including termination. 5. DRC provides information about drug counseling and treatment. 6. DRC reserves the right to search and inspect for the maintenance of a safe workplace. TECHNICAL TRAINING AND EDUCATIONAL SERVICES DRC Emergency Services,LLC,by comprehensive planning and support,along with vigorous training,can help local government reach a level of readiness that will allow the government to address these contingencies with confidence. We are committed to helping our clients understand the principals and all hazard aspects of Emergency Management,and we have had overwhelming success with training programs and pre-event planning workshops. DRC has qualified personnel who are available to provide the City of Miami Beach with Exercises,Plans,Formulation or Training on eligibility issues,reimbursement procedures,documentation,etc. DRC will provide regular annual or more frequent training and feedback sessions to the City of Miami Beach as a service at no additional cost to the City. Training sessions will address planning and reimbursement issues,as well as any other concerns of the City,and are scheduled and led by DRC's Director of Training. Typically, training sessions also include DRC consultants and reservist personnel who are former FEMA personnel or who are intimately familiar with FEMA and other government regulations. DRC's Director of Training travels the Country providing Debris Management and Response Readiness training to various Jurisdictions.Workshops can be offered in the manner most suitable for the jurisdiction,such as: • Pre-Season Debris/Response Readiness Workshop • Scenario Based Tabletop Exercise • Debris Management Seminar • Debris Readiness Exercise • Discussion Based Debris Management Exercise • Disaster Debris Awareness Exercise When requested, DRC can offer a "Regional Debris Readiness Workshop" for smaller local government entities inviting neighboring jurisdictions for a combined training session. RECENT WORK EXPERIENCE HURRICANE IRMA In early September 2017, Hurricane Irma made history as the most intense Atlantic hurricane to strike the United States since Katrina in 2005. Hurricane Irma made landfall on the Florida Keys as a category 4 storm and triggered one of the biggest blackouts in U.S.history leaving over 13 million people without power. DRC met with the Florida Department of Transportation prior to Hurricane Irma's landfall and was pre-staged with Project Managers within 18 Counties including Taylor, Madison, Dixie, Levy, Gilchrist, Lafayette, Suwannee, Hamilton, Columbia,Union, Alachua, Bradford, Baker,Nassau, Duval, Clay, Putnam and St,Johns County. Following Irma, DRC simultaneously activated 8 PUSH contracts within these counties. Additionally, DRC provided food services to Palm Beach Gardens and Coconut Creek,prior to and after landfall. In the aftermath of Hurricane Irma, FEMA designated 48 counties within Florida as federal disaster areas. The majority of debris created by Hurricane Irma is vegetative debris. To date, DRC has removed over 27,000 kiio DRC 29 sm,Rack . hazardous trees within the Cities of Miami and Fort Lauderdale and has reduced over 650,000 cubic yards of vegetative debris,in both jurisdictions combined. DRC was activated in 26 jurisdictions simultaneously while managing 13 debris management sites. HURRICANE HARVEY In late August 2017, Hurricane Harvey hit southeast Texas as the ` 4, • -. I' , -., first Category 4 hurricane to make landfall in the United States 144 ..•,, ....` -$ '..• - since Hurricane Charley in 2004. Cities on the Southeast Coast of i. ' F - ,. Texas, such as Aransas Pass and Port Aransas,took the brunt of the • initial impact of this tremendous storm. DRC provided food, cots . ,� X.• ;y . f and logistical needs to Jefferson County, the City of Pasadena, and ..., the City of Port Arthur prior to landfall and in the initial aftermath •". • t of the storm. Seventy-two hours before the storm made landfall, + ` ' ' DRC personnel were stationed in Aransas Pass working with Novit ` e - - y"- officials to form a plan of action. Within 12 hours after the storm j:,,-;•• hit, DRC was mobilized. In a little over two months, DRC is 90% „` . ,t -,r - a complete and the project is coming to a close. ', - - As the first major hurricane (Category 3 or above) to make landfall - - - in the United States since Hurricane Wilma in 2005, Hurricane --' Harvey poured more than 19 trillion gallons of rainwater on the • `-" State of Texas causing FEMA to designate 41 counties within Texas as federal disaster areas. According to FEMA, the Houston area experienced 51.88 inches of rain - the largest amount of rainwater to ever be recorded in the continental United States from a single storm. To date, DRC has recovered and reduced over 1,500,000 cubic yards within Harris County and the City of Houston. Additionally, DRC has removed over 15,000 hazardous trees and counting. DRC was activated in 17 jurisdictions following Hurricane Harvey including the City of Texas City, Port Neches, Nederland, Groves, Humble, Taylor Lake Village, Cleveland, Bellaire, Piney Point Village and Waller County. Additionally,simultaneously ran more than 16 debris management sites during this activation. 2016 HURRICANE MATTHEW P W" -' •, - *• to,. Hurricane Matthew was a very powerful, long- t•- ong- � 1 lived and deadly tropical cyclone which became4 `t ° ��= the first Category 5 Atlantic hurricane since Hurricane Felix in 2007. Hurricane Matthew was • k I "11111111 0 _. the thirteenth named storm, fifth hurricane and ' .... le 7 second major hurricane of the active 2016 Atlantic - �T hurricane season. Before making landfall, the i ,f t: ' .;' storm weakened in intensity to a Category ' 3. Matthew wrought widespread destruction and - catastrophic loss of life during its journey across -: s 4 ;. : ' the Western Atlantic leaving extensive damage in - ` the coastal counties of the States of Florida, — Georgia and the Carolina's. - a• -,* - In the aftermath of the storm, DRC was activated in over 10 jurisdictions on the East Coast of the United States. The minute the winds ceased, our team was in ''� DRC 30 Striking 8.0 motion leading the way toward recovery in many of the most severely impacted cities. DRC's initial response was in the City of St. Augustine, City of Daytona and the surrounding areas. In Florida, DRC has disposed of over 500,000 cubic yards in Daytona Beach, Ormond Beach, DeLand, Debary, Orange City, St. Augustine, and Sebastian. Operations began on October 7th in most locations and some are still operational. As Matthew moved up the east coast to the State of North Carolina, DRC was activated in New Hanover County, City of Wilmington, Pender County, Hyde County, Greene County, and North Topsail Beach. DRC used hand labor to comb North Topsail Beach, picking up, recycling, and or disposing of over 200,000 cubic yards of all generated debris. Additionally, DRC was activated in Chatham County by the Georgia Department of Transportation for debris removal and hazardous tree trimming and removal. To date, DRC has removed approximately 20,000 hazardous trees and collected over 700,000 cubic yards of debris. 2016 HURRICANE HERMINE Carrying the designation"Florida's First Hurricane in more than a Decade," Hurricane Hermine hit the state's panhandle coast on Friday September 2nd and left a trail of damage and flooding in its wake. After receiving a Presidential "Major Disaster Declaration," DRC was activated to provide debris removal services in two of the most severely impacted counties. Citrus County was impacted heavily as storm surge waters inundated hundreds of homes, generating more than a thousand tons of residential flood debris,and tens of thousands of cubic yards of vegetation which DRC successfully removed and disposed of in less than 30 days. Leon County,home of Florida's capital city Tallahassee and one of the most severely impacted Counties in the state activated DRC's contract in a secondary capacity to augment the level of service being provided by their primary provider. DRC assisted in successfully bringing the program to completion by removing and disposing of 14,214.85 cubic yards of debris. 2016 LOUISIANA SEVERE FLOODING DR4277 The flood that affected South Louisiana in August of 2016 caused severe damage to E mm thousands of homes and businesses. DRC Emergency Services mobilized contracts in East Baton Rouge Parish, Lafayette Parish, St. Martin Parish, Ascension Parish, Iberville _� - _ — Parish, Tangipahoa Parish and the Town of get Baker La. This event required the use of over three hundred hauling vehicles collecting and -,4211•••• l' '4"--• > ' 1 ' processing and/or recycling over 2.5 million - 11 SHIM. t4t { t cubic yards of construction and demolition debris, over 250 tons of household hazardous *. _. waste and thousands of white goods. Many of jthe projects involved extended R.O.W. work 7"4 -- _.010 requiring the use of R.O.E. documentation and ,,,; - procedures. In East Baton Rouge, two '� - temporary Debris Management Sites (DMS) were opened and operated to compact and recycle C&D debris prior to haul out for final disposal. These sites operated with such efficiency that FEMA and the USACE filmed the operation to use in training sessions. °, DRC 31 ..6.11CV f.AMC. Wkkl§9xk. 2016 MULTIPLE SEVERE WEATHER EVENTS The severe weather in March resulted in flooding in all of Louisiana followed by April flooding in Texas. DRC responded to its standby customers in the City of Houston and Harris County,Texas while simultaneously working in Tangipahoa Parish, Louisiana. In Louisiana, the widespread flooding was mapped and prioritized from the air. DRC's crews provided immediate relief to impacted residents by removing water-soaked construction and demolition debris quickly and efficiently. Electronic waste, household hazardous waste and white goods were collected and processed separately. Tornadoes ravaged Texas and North Carolina in late April and early May. DRC was called upon for debris collection, processing and disposal in Smith County, Texas via a TXDOT contract and in New Hanover, N.C. by way of a "standby"contract. 2016 SNOW STORM JONAS The days of January 22nd through the 24th 2016 saw a blanket of snow across the Mid -Atlantic States primarily in areas unaccustomed and ill-prepared to deal with such massive quantities.Many areas experienced an accumulation in excess of three feet which caused a suspension of municipal services and massive cancellations of business operations. DRC's response team established operations in Washington D.C. on the evening of the 22nd and began mobilizing equipment and manpower in assistance to the Maryland Highway Authority, the Maryland Department of General Services, Prince Georges County, Maryland, the City of Baltimore and Loudoun County Virginia. Operations continued twenty-four hours per day for ten days which required two operators per piece of equipment and around the clock management and support personnel.As a result of DRCs quick response,a long-term contract was secured with one of the tasking jurisdictions. 2015 LOUISIANA STORM EVENT Following the April 2015 event,DRC was activated in response to Straight line winds affecting the City/Parish of East Baton Rouge. In as little as 30 days,crews had scoured the city and returned it to its pristine state. All of the debris collected was quickly processed by grinding and ultimately recycled and used as fuel. DRC emergency Services also responded with adequate resources to Ascension Parish for an efficient and timely debris removal and recovery process. 2015 TEXAS FLOOD EVENT DRC was activated under its existing City of Houston"Standby"contract to collect approximately 250,000 cubic yards of mostly construction and demolition debris.Additionally,DRC was tasked with tracking this debris from"cradle to grave"with an emphasis on recycling. The City of Bellaire also activated DRC under an existing Standby contract in response to the historic floods in May of 2015.While the volume produced in Bellaire was not significant,DRC mobilized rapidly to return the city to a normal state. Additionally, DRC responded to the needs of the Texas Department of Transportation by performing tree and debris removal with the Houston District as required by the department. 2014IcE STORMS The winter of 2014 wreaked havoc on the eastern seaboard. DRCs initial work began in Richmond, Virginia supporting the City with ice and snow removal on several occasions in the months of December and January. On February 10, 2014, Ice storm Pax impacted the States of North Carolina, South Carolina and Georgia. DRC Emergency Services' contract with the South Carolina Department of Transportation was activated in preparation of the event and as soon as weather permitted, DRCs crews began clearing roadways. This event damaged and destroyed millions of trees throughout the State of South Carolina. The South Carolina Department of Transportation contracted DRC to cut, remove and transport vegetative debris in 8 counties, totaling over 12,000 miles of roadway clearing and the trimming of over 225,000 trees. DRC managed and operated over 15 Debris Management Sites ''� RRC 32 ` FME GEN<x fEJVia k Striking Bxk. reducing and recycling over 1.5 million cubic yards of debris. Simultaneously, DRC's contracts in North Carolina, were activated in New Hanover County,Pender County,the City of Wilmington for debris removal and reduction of approximately 400,000 cubic yards of debris. The winter of 2014 ended with a late ice storm in the first week of March in the State of North Carolina. In response to the damage caused by this storm, DRC was contracted by the City of Thomasville and the City of Archdale. 2013 MIDWESTERN TORNADO OUTBREAK Beginning on May 20, 2013 and lasting nearly a week, severe thunderstorms that produced numerous devastating tornadoes swept through Texas, Oklahoma, Kansas and Missouri before moving on to the northeastern states. Widespread damage was reported, mainly throughout Oklahoma and Missouri. In response to these damaging tornadoes, DRC was contracted to perform debris removal and disaster recovery services in the City of Oklahoma City,Pottawatomie County,Oklahoma and St.Charles County,Missouri. 2012 SUPER STORM SANDY On October 29th of 2012, Super Storm Sandy made landfall over Northeastern United States,primarily affecting the States of New York and New Jersey.Its storm surge flooded streets,tunnels and subways and damaged and destroyed thousands of homes.DRC elk was hired to remove debris from the New York DOT roads on Long Island in Suffolk and Nassau Counties. In New Jersey, we were hired to clean up Piscataway. i 4.. ..:1..._____ ,..-. --../.t.. . -...i.k... • . : • ....., ",..,,, ......:_, „L._ _ ., . .- . \„......----- _ ••_,....k_l__... --. + ,,,7,-41:2...„;,_r• _ k`• . , 2012 HURRICANE ISAAC On August 29th of 2012, Hurricane Isaac made landfall over Southeastern Louisiana. This slow-moving storm spent nearly 48 hours pummeling the area with hurricane force winds, and also brought with it a significant storm surge. DRC was activated by 9 of our clients in Louisiana, including St. Charles Parish, New Orleans, East Baton Rouge Parish, St.John Parish,Jefferson Parish and the LADOTD. DRC responded to each of these activations immediately and independently. 2011 TORNADO OUTBREAK In early April 2011,a severe weather event culminated in easily the most prolific,active month for tornados on record. These tornados followed an unprecedented outbreak that had already affected much of the South East. DRC was contracted by more than five separate entities to perform debris removal services for more than 25 separate contracts. Some of the entities included the North Carolina Department of Transportation, the Alabama Department of Transportation,the Alabama Department of Conservation and Natural Resources,the City of Birmingham,USACE in Joplin,Missouri,as well as various other small cities and townships. 2011 FEMA SITE DEVELOPMENT Beginning in the later part of 2011,DRC broke ground on a Site Development project for the USACE in Minot,North Dakota.Thus far,work has consisted of developing a portion of the site,located in the northeast corner of Minot,for the installation of FEMA temporary group housing. This project has required constant coordination between several �') DRC 33 ` Striking Back. different agencies including FEMA,the USACE,and officials with the State of North Dakota as well as local utilities' representatives. Topsoil stripping, grading, excavation, sanitary sewer and water line services, and electrical power and services are just a few examples of DRC's responsibilities with this project. DEEPWATER HORIZON OIL SPILL DRC successfully performed in several contracts that were directly related to the oil spill in the Gulf of Mexico which flowed for three months in 2010. The company's depth of knowledge with debris handling in ecologically sensitive environments was a significant asset and provided the ability to be intimately familiar with the placement, management, and removal of oil containment boom. Personnel in this company had a personal interest in 4 protecting the Gulf Coast as they were among the affected residents. During this time, DRC was successfully classified as an Oil Spill Removal Organization (OSRO)by the United States Coast Guard.The company met several classifications e,, which were listed on the OSRO Classification Matrix. Participation in this program allowed DRC to provide professionally recognized services to Escambia County, Florida as well as Plaquemines Parish, Terrebonne Parish, and Lafitte Parish,Louisiana. THE HURRICANE SEASON OF 2009 Despite the unusual lull in hurricane activity for the 2009 hurricane season,DRC remained very much involved in the disaster remediation industry.DRC performed services for approximately 23 contracts that ranged from various types of debris removal to structural and slab demolition.In January of 2009,DRC responded with services and resources in a project funded by the Texas GLO that included debris removal and vessel recovery. The Texas GLO requested assistance for the removal of marine debris that was generated as a result of Hurricane Ike in 2008. These services were performed in Trinity, Galveston, East and West Bay and have an approximate contractual value of $22,703,700.00. DRC also provided services for areas such as Kentucky and Arkansas that were ravaged by severe ice storms. These services are valued at approximately$11,157,132.02. Also included in DRGs list of 2009 projects were residential demolition, structural and slab demolition, and barge removal. These contracts, performed for governmental agencies ranging from the Texas GLO to the town of North Topsail Beach, North Carolina, are all currently estimated at$43,285,257.75. HURRICANES GUSTAVAND IKE While DRC was actively responding to fifteen separate Louisiana contracts,Hurricane Ike struck the Texas Coast near Galveston.Our response was immediate,already having project managers imbedded in Emergency Operation Centers in each of our contracted jurisdictions throughout the impacted area. In Galveston,DRC provided meals to Government workers for weeks by utilizing our mobile kitchen.Tidal surge flooded much of the Island Community. DRC established massive DMS sites where construction and demolition debris was hauled in and separated into various categories(wood,metals,HEW,white goods,sheet rock,tires,batteries,oils etc.)and the process of recycling, compaction and reduction began.Surveys taken by Government officials showed that greater than ninety percent of all residents were more than satisfied with the efforts of DRC. In Houston,America's fourth largest metropolitan area,DRC responded with more than two-thousand pieces of rolling stock and yellow iron.In just ninety days,DRC collected more than 5.6 million cubic yards of debris from the DRC 34 ` ��,< =long k Striking BIN. City of Houston alone.A mandate from Mayor Bill White called for recycling of all debris collected in the City.With a partnership with Allied Services,all the woody debris was reused or recycled. During this event,DRC established a record that stands today by collecting 440,000 cubic yards of debris in a single day. Work continued for the Texas General Land Office as DRC contracted to remove sunken vessels and debris from four major bays and waterways in the affected area.Side scan sonar was used to identify targets in advance and in combination with a well-designed implementation plan,the complete marine operation was concluded in just over thirty days. In total,DRC successfully staffed,financed and managed thirty-nine virtually simultaneous contracts in Louisiana and Texas setting benchmarks for productivity and creative operating techniques along the way. HURRICANES KATRINA,RITA AM)WILMA During 2005, DRC performed work from the devastation .. _ caused by Hurricanes Katrina, Rita and Wilma. The affected area spanned from the Florida Keys to Louisiana and all the way to Houston, Texas. In Louisiana, DRC performed work for the State that included a car and vessel removal, remediation, notification and recycling program. This r •+ -� R program involved the removal of abandoned cars and vessels rte Statewide to aggregation sites operated by DRC. Protocol called for multiple legal notifications to the owners and the coordination with private insurance. Additionally, complete remediation was performed on each unit and ultimately the vehicles were recycled and auctioned with the proceeds • reverting back to the State of Louisiana. ,,, �e The Louisiana Department of Transportation and ._ at Development contracted with DRC to provide Debris _ • , ' 10. Management for all of South Louisiana where more than i . , thirty Parishes were affected. This program called for the r establishment and operation of fifteen or more debris management sites where several million cubic yards of collected debris was processed and prepared for recycling,waste to energy or disposal. In Plaquemines Parish Louisiana,DRC performed vast amounts of marine debris removal,silt removal from all of the Parish's numerous drainage canals and rapid repair to its Government buildings. In New Orleans,DRC began a massive commercial and residential demolition project that is still operating today. While work was being performed in Louisiana, DRC's operations in Florida included debris collection, processing, disposal and reuse in many major jurisdictions in South Florida including Miami and Miami Dade. In Monroe County Florida (Florida Keys),DRC performed debris removal which involved difficult task of siting and operating debris management sites in extreme environmentally sensitive locations. These temporary sites required lined portions in order to temporarily store HI-1W and other potentially hazardous substances. A separate contract called for the removal of sunken and abandoned vessels,and the processing and disposal of these retrieved vessels all in an ecologically sensitive area. �i 35 `` F�E �4� s «= Shlag wd. HURRICANES FRANCES,CHARLEY,IVAN AND JEANNE During the 2004 Hurricane season,DRC responded to four sequential events(Frances,Charley,Ivan and Jeanne)by working 37 simultaneous,separate contracts.This work totaled over$150,000,000 and DRC recovered,processed and disposed of over 10,000,000 cubic yards of debris in a three and half month period.DRC also recovered,screened and restored tens of thousands of cubic yards of displaced sand and debris in a successful effort to restore 15 miles of Florida beaches destroyed.in the aftermath of Hurricane Ivan.These projects spanned the entire State of Florida and required extreme quantities of manpower and equipment. In conjunction with these events,DRC operated a twenty four hour a day data processing center where tens of thousands of load tickets were continuously processed. Additionally, more than one hundred subcontractors provided services to DRC during these events including a significant number of local subcontractors as prescribed by the Robert T.Stafford Act. 5 YEAR PAST PERFORMANCE 2017 CONTRACTING AGENCY DESCRIPTION OF WORK CONTRACT AMOUNT Miami-Dade County,FL Site Management and Reduction of Temporary Debris October Natalya Vasilyeva p05)375-4725 Storage and Reduction Site-Hurricane Irma(DR- at.$5,000,000 Natalva.vasilveva@miamidade.gov 4337) North Miami Beach,FL October Meghan Cianelli(305)948-2946 Debris Management and Red ction-Hurricane Irma Est$1,100,000 Meghan.bennett@dtvnmb.com Monroe County,FL October Irene Toner(305)289-6066 Debris Removal-Hurricane Irma(DR-4337) Est.$8,900,000 Toner-irene@monroecountyfl.gov Florida Department of Environmental Protection in September Scott Woolam(850)245-2806 Marine Debris Removal-Hurricane Irma(DR-4337) Wo rkProgress Scott.Woolam@dep.state.fl.us September Brunswick CSA Rick Chamock(912)267-5572 Debris Removal-Hurricane Irma(DR-4338) Est$470,000 Orlando,FL September Michael Carroll(407)246-3050 Debris Removal-Hurricane Irma(DR-4337) Est.$490,000 Michael.carroll@citvoforlando.net South Pasadena,FL September Garry Anderson(727)384-0701 Debris Removal-Hurricane Irma(DR-4337) Est$10,000 Pworks@mysouthpasadena.com Piney Point Village,TX September Roger Nelson(713)2330-8703 Debris Removal-Hurricane Harvey(DR-332) Est.$21,000 Cityadmin@pineypt.org DeBary,FL September Alan Williamson(386)668-2040 Debris Removal-Hurricane Irma(DR-337) Est.$981,000 Awilliamsonsdebary.org Inverness,FL September Eric C Williams,GISP(352)726-2611 Ext.1011 Debris Removal-Hurricane Irma(DR-337) Est.$98,000 ewilliams@inverness-fl.Qov Indian Creek Village,FL September Sam Kissinger p05)865-4121 Debris Removal-Hurricane Irma(DR-4337) Est$143,000 Mlima@icvps.org Bellaire,TX September Michael Leech(713)662-8150 Debris Removal-Hurricane Harvey(DR4332) Est$1,100,000 Mleech(bellairetxgov Pembroke Pines,FL September Steven Buckland(954)437-1111 Debris Removal-Hurricane Irma(DR-4337) Est.$19,450 Sbucklandapines.com Daytona Beach,FL September David Waller(386)671-8681 Debris Removal-Hurricane Irma(DR-4337) Est.$816,000 Wallerdricodh.us 36 ,•� DRC Surfside,FL September Randy Stokes(305)777-2190 Debris Removal-Hurricane Irma(DR-4337) Est.$104,000 Rstokes@townofsurfsidefl.gov Orange City,FL September Migdalia Hernandez(386)775-5446 Debris Removal-Hurricane Irma(DR-4337) Est$428,000 Mhernandez@outorangeecity.com St.Augustine,FL September Martha Graham(904)209-4270 Debris Removal-Hurricane Irma(DR-4337) Est.$312,000 Mgraham@dtystaug.com Deland,FL September Demetris Pressley(386)626-7194 Debris Removal-Hurricane Irma(DR-4337) Est.$1,200,000 Presslevd©deland.org FL September Redmgton��' Debris Removal-Hurricane Irma(DR-4337) Est$5,000 Missy Clarke,CMC 7273913875 Waller County,TX September Tammy Peters(979)826-7670 Debris Removal-Hurricane Harvey(DR-4332) Est.$27,000 T.peters@wallercounty_us Cleveland,TX September Mike Ulbig(281)592-3501 Debris Removal-Hurricane Harvey(DR-4332) Est.$4,000 Mulbig@clevelenadtexas.com Doral,FL September Edward Rojas(305)593-6725 Debris Removal-Hurricane Irma(DR-4337) Est$48,800 Edward.rojas@tityofdoral.com Cutler Bay,FL September Alfredo Quintero(305)234-4262 Emergency Cut&Toss-Hurricane Irma(DR-4337) Est$98,500 iquintero@cutlerbay-R.gov September Fernandina Bead,FL Debris Removal-Hurricane Irma(DR-4337) Est.$805,000 Ty Silcox,MPA(904)277-7331 Coconut Creek,FL September Alexander Tergis(954)545-6623 Debris Removal-Hurricane Irma(DR-337) Est$1,300,000 Atergis@coconutcreek.net Largo,FL September Charles Jordan(727)586-7397 Debris Removal-Hurricane Irma(DR-4337) Est$525,000 Jordan@largo.com Fort Lauderdale,FL September Melissa Doyle(954)828-6111 Debris Removal-Hurricane Irma(DR-4337) Est.$6,400,000 Mdovle@fortlauderdale.gov Citrus County,FL September David Whitelaw(352)527-7610 Debris Removal-Hurricane Irma(DR4337) Est.$1,650,000 David.whitelaw@bocc.dtrus.fl North Miami,FL September Wisler Pierre-Louis(305)895-9831 Debris Removal-Hurricane Irma(DR4337) Est.$2A00,000 Jpierre-louis@northmiamifl.gov Miami,FL September Mario Nunez(350)960-2804 Debris Removal-Hurricane Irma(DR-4337) Est$7,700,000 Mfnunez@miami. cg_y September FDOT-District 2 Emergency Cut&Toss-Hurricane Irma(DR-4337) Est.$785,000 Coconut Creek,FL Project Closeout September Wayne Tobey(954)545-6676 Food Activation-Hurricane Irma(DR-4337) Progress Wtobey@coconutcreeknet m Palm Beach Gardens,FL September Km Ra Food Activation-Hurricane Irma(DR-4337) Project Closeout Kmra@pbafl.com Progress Taylor Lake Village,TX September Stacey Fields(281)326-2843 Debris Removal-Hurricane Harvey(DR4332) Est.$18,000 City secretary@tly-tx.us Humble,TX September Mark Martin(281)466-3061 Debris Removal-Hurricane Harvey(DR4332) Est.$126,000 Mmartin@dtvofhumble.net TX August GrovesDebris Removal-Hurricane Harvey(DR-4332) Est$719,000 D.E Sosa(40909)960-5788 '', DRC �J qr 37 EMENGF NCY f6RVICES Staring Beck. Dsosa@dgrovestx.com Nederland,TX August Gay Ferguson(409)723-1505 Debris Removal-Hurricane Harvey(DR-4332) Est.$195,000 Gferguson@ci.nederland.tx.us Port Neches,TX August Jamie Mendoza(409)7194208 Debris Removal-Hurricane Harvey(DR-4332) Est.$72,000 1ntendoza@ci.port-neches.tx.us August Port Arthur,TX Debris Removal-Hurricane Harvey(DR-4332) Est.$52,000 Clifton Williams(409)963.8160 Harris County,TX August Paige McInnis(713)p4-4427 Debris Removal-Hurricane Harvey(DR11332) Est.$33,500,000 Paige.mcinnis@pur.hctx.net Texas City,TX August Tom Munoz(409)739-4799 Debris Removal-Hurricane Harvey(DR-4332) $217,981.17 Tmunoz@texas-city-tx.org Houston,TX Work in August Richard Morris(713)247-1772 Debris Removal-Hurricane Harvey(DR-4332) ess Richard.morris@houstontx.goaogr August TXGLO,TX Beach Restoration-Hurricane Harvey(DR-4332) Est.$320,000 Jefferson County,TX August Greg Fountain(409)835-8757 Debris Removal-Hurricane Harvey(DR4332) Est.$4,5000,000 Gfountain@co.jeffersontx.us City of Port Aransas,TX Work in August David Parsons(361)749-4111 Debris Removal-Hurricane Harvey(DR4332) Progress David parsons@dtyofportaransas.ore City of Aransas Pass,TX August Lynn Pearce(361)758-5224 Debris Removal-Hurricane Harvey(DR-4332) Work in Progress Lpearce@ap-police.com City of Pasadena,TX Prciect August Karen Forbes(713)475-5532 Food Services-Hurricane Harvey(DR-4332) Closeout Progress Kforbes@d.pasadena.tx.us Chambers County,TX March Judge Jimmy Silva Building Restoration as a result of a Tornado $3,400.00 lsvlvia@co.chambers.tx.us Assumption Parish,LA January John Boundreaux(985)369-7386 Removal of C&D from DMS-February 2016 Tornado $94,646.55 ohnboundreaux@assum tioneo .com 2016 CONTRACTING AGENCY DESCRIPTION OF WORK CONTRACT AMOUNT Greene County,NC Disaster Debris Removal andHurricane November Berry Anderson(252)747-2544 Matthew(DR $160,943.04 -4295) Banderson@co.greene.nc.us GDOT-Chatham County Emergency Routine Maintenance-Hurricane November Joel Anderson(912)53036Matthew(DR-42E34) 393 ►oanderson@dot.ga.gov Pender County,NC Disaster Debris Removal and -H� November Tom Collins(910)259-1210 Matthew�R-4285) D>Slx�al $1,162,119.60 Tcollins@pendercountvnc.gov Sebastian,FL Disaster Debris Removal andHurricane October Joseph Griffen(772)589-5330 Matthew(DR-4283) $387820.47 Jgriffen@dtyofsebastiancom Hyde County,NC Disaster Debris Removal andHurricane October Bill Rich(252)926-5292 $344,248.99 Bill.rich@hvdecountvnc.gov Matthew(DR-4285) North Topsail Beach,NC Disaster Debris Removal and Disposal(Push&Load& October Justin Gibbs(252)542-0806 $148,682.78 lustin.gibbs@hvdecountvnc.gov Haul Operations)-Hurricane Matthew(DR-4285) New Hanover County,NC Disaster Debris Removal and Hurricane October Kim Rhoane(910)798-4402 Matthew(DR-1285) $89954829 KRoane@nhcgov.com DRC 38 .141.6\MCV.1V IC.. Sbkinq.9.<k. City of Wilmington,NC Disaster Debris Removal and Hurricane October Dave Burdick(910)341-0081 Matthew(DR-4285) $929,41468 Dave.Bundick@wilmingtonnc.gov City of Debary,FL Disaster Debris Removal andHurricane October Allan Williamson(386)668-2040 Disposal $253,680.85 Awilliamson@debary.org Matthew(DR 4283) City of Ormond Beach,FL Disaster Debris Removal andHurricane October Kevin Gray(386)316-7725 Matthew(DR-4283) $2,553,510.44 Kevin.gray@ormondbeach.org City of Deland,FL Disaster Debris Removal andHurricane October Demetris Pressley(386)626-7194 Matthew(DRQ $505,777.85 Pressley@deland.org Orange qty'FL Disaster Debris Removal andHurricane October Migdalia Hernandez(386)775-5446 D'�'0� $115 215_yl Mhernandez@ourorangedty.com Matthew(DR-4283) City of Daytona Beach,FL Disaster Debris Removal andHurricane October David Waller(386)671-8681I'O $3 861220.75 Wallerd@codb.us Matthew(DR4283) City of St.Augustine,FL October Rick Stevens(904)825-1049 Disaster Debris Removal and 4283Disposal-Hurricane Rstevens@citystaug.com Matthew(DR11283) Leon County,FL September Robert Mills(850)6614987 Debris Removal-Hurricane Hermine(DR4280) $1,591,250.93 Millsro@leoncountvfl.gov Citrus County,FL September David Whitelaw(352)527-7610 Debris Removal-Hurricane Hermine(DR-4280) $200,816.00 David.Whitelaw(@citrusbocc.com East Baton Rouge Parish/City of Baton • Rouge Disaster Debris Removal and Disposal-Louisiana August Adam Smith,P.E,(225)389.5623 Severe Storms and flooding(DR-277) 500'000'00 AMSmith@brgov.com Ascension Parish August Mike Enlow(225)450-1326 Disaster Debris Removal and Disposal-Louisiana $5,903,607.61 menlow@apRov.us Severe Storms and Flooding(DR-4277) Lafayette Parish August Terry Cordick(337)291-8502 Disaster Debris Removal and Disposal-Louisiana $975,79261 Setcordick@LafavetteLA.gov '�Storms and flooding(DR-4277) Au t Tangipahoa Parish Disaster Debris Removal and Disposal-Louisiana $468387 .73 Missy Cowart(985)748-3211 Severe Storms and flooding(DR-4277) St Martin Parish Disaster Debris Removal andLouisiana August Heath Babineaux(337)394-2200 Disposal $64,622.91 hbabineaux@stmartinparishnet Severe Storms and flooding(DR-4277) City of Baker,LA August Julie McCulloch(225)778-0300 Disaster Debris Removal and Disposal-Louisiana $413,15033 Imcculloch@dtvofbakerla.com Severe Storms and Flooding(DR-4277) Iberville Parish/City of St.Gabriel,IA August Brian Willis(225)692-0844 Disaster Debris Removal and Disposal-Louisiana $66,153.72 bwillis@ibervilleparish.com Severe Storms and flooding(DR 4277) Coastal Water Authority Houston,TX Lake Houston Dam Debris Removal and Road work in Progress August Joe Fanelli(281)838-1161 Restoration $1,624,32813 jfanelli@cwalps.org City of Desoto,TX Meadow Creek Park Remediation Resulting-May June Letitia Shelton(972)230-9635 $1,030,62.00 Lshelton@desototexas.gov Tornado Caldwell Parish,LA Marsh 2016 Flood-Louisiana Severe Storms and June Wanda Stowe(318)649-2681 flooding(DR-4263) $16,401.60 Wanda@cppi.attnet St.James Parish,LA June Ryan Donadieu Haul Out-February 2016 Tornado $91,104.64 Ryan.donadieo@stjamesla.com J Parish of East Baton Rouge/City of Baton May 2016 6 Wind Event $198,105.72 Rouge ri 0DRC DNC. 9 4 ,.a„,�.. William Patrick(225)389-5245 Wpatrick@brgove.com TXDOT Smith/Cherokee County May Louis Moe-Contract Inspector Debris Removal-April 2016 Tornado $558,910.69 (903)574-0501 New Hanover County May Kim Rhoane(910)798.4402 Debris Removal-May 2016 Tornado $41,351.56 kRoane(nhcgov.mm A Harris County,TX Debris Removal-Texas Severe Storm and Flooding $504,19886 P Alisa Max(713)956-3000 DR-4269 City of Houston,TX Debris Removal-Texas Severe Storm and Flooding April Vic Ayres(713)837-910(3 $2,718,74537 Swddirector@cityothouston.net DR-4269 TXDOT Dento0)n 323an1ty816 Tree Trimming&Tree and Brush Removal Maintenance April Kathy Harlan March Tangipahoa Parish,LA Debris Removal-Louisiana Severe Stomas and $72,22479 Missy Cowart(98.5)748-3211 Flooding(DR-4263) Prince George's County,MD January Gwendolyn T.Clerldey(301)499-8523 Snow Removal-Witter Storm Jonas $179,188.75 gtclerklev@co.pg.md.us Loudon County,VA January Ernest Brown(703)737-8924 Snow Removal-Winter Storm Jonas $223,113.50 Ernest.Brown@loudoungov Maryland Department of General Services January Teny Wade(410)480-7990 Snow Removal-Winter Storm Jonas $12,440.00 terry.wade@marvland.gov City of Baltimore,MD Preston Road Complex Snow Removal-Winter Storm January Doug Wehtneyer(513)678.2293 Jonas $122,5.50.00 Dwehmeye@brcert.org State of Maryland-Highway Authority January Colleen Robinson(410)582-5576 Snow Removal-Winter Storm Jonas $465,500.00 CRobinson@sha.statemdus 2015 CONTRACTING AGENCY DESCRIPTION OF WORK CONTRACT AMOUNT Jackson County,MS Landfill Services for Chipping,Grinding.Hauling,and July Susan Perry $67,200.00 Susanne Peny@co.jackson.ms.us Disposal of Vegetative Debris St.Louis County,MO Maintenance July Dave Mendetski(314)852-0964 Tree Removal Contract TXDOT-Waller and Montgomery County Disaster Debris Removal and Disposal-Texas Severe June Jim Hunt(713)802-5551 Storm and flooding(DR-4269) $87X1.60 Jim.hunt@txdotgov City of Bellaire,TXDisaster Debris Removal and Texas Severe May Brant Gary(713)662-8150 Storm and Flooding ) $12926.87 Bgary@bellairetxgov City of Houston,TX Disaster Debris Removal and Disposal-Texas Severe May Hany Hayes(713)837-0311 Storm and Flooding(DR-4269) $1.9x1,956.44 harrv.haves2@houstontx.gov Parish of Fast Baton Rouge,LA Disaster Street Clearing Debris Collection,Removal, May Bryan Harmon(225)389 3158 Processing,Disposal and Managerrrent Services 867.76 Bharmon@br_•v.com 2014 CONTRACTING AGENCY DESCRIPTION OF WORK CONTRACT AMOUNT Brazos County,TX November R Alan Munger(979)822-2127 x 3026 Tree Trimming and Removal $118,366.25 RAMunner@brazoscountyov Harris County,TX October Gene Rushing(713)684-4000 South Richey Storm Water Detention Basin Excavation Work in 23 Genenrshing@hcdcd.org August ALDOT-2nd Division District 3 Tree Trimming/Canopy Removal-District 3 $115,842.50 Bryan Matthews(334)242-7250 DRC 40 .1.016191C,s.av,ca BryanMatthews@purchasing alabama.gov_ Hyde County,NC July Justin Gibbs(252)542-0806 Debris Management Services-Hurricane Arthur $8,750.00 Justingibbs©hvdecountvnc.gov City of Archdale,NC July D.J.Seneres,PE,PWLF(336)434-7344 Winter Storm Debris Easement Removal $141,000.00 dseneres@archdale-ncgov City of Jonesboro,AR July Steve Kent(870)932-0740 Debris Removal $280,000.00 skent®ionesboro.org City of Archdale,NC May D.J.Seneres,PE,PWLF(336)434-7344 Winter Storm Debris Removal $147,203.51) dseenernes@amhdale-nc.Qov Gulf Breeze,FL May Steve Milford(850)934-5113 Emergency Debris Removal-April Rain Event $108,995.46 smilford@QtilRxeezel 1.Qov Okaloosa,FL May Joanne Kublick(850)689-9960 Emergency Debris Removal $5,816.78 jkublicle@co.okaloosa.fl.us Thomasville,NC Debris Removal and Disposal,Debris Management April Daryl Poole(336)475220 and $473,222.69 DarvLPoole@thomasville-nc.gov New Hanover,NC February Kim Rhoane(910)798-4402 Emergency Response,Management and Recovery $1,146756.55 kRoane4?nhcgov.com Wilmington,NC C&D Debris Removal and Vegetative Debris Removal February Dave Bundick(910)341-0081 and $1 555,2Z'3.85 Dave.Bundick@wilmingtonnc.gov Disposal Peruser County,NC February Tom Collins(910)259-1210 Debris Management and Site Disposal $66,447.07 trollins@nendercountvnc.gov South Carolina Department of Transportation Clearing Haulingdue toa February Mark Hunter(8013)737-1290 ROW,Debris $44233,66957 hu Huntermw@scdokorg rricane/storm event Richmond,VA January Bobby Vincent(804)646-6444 Snow Removal Services $36,855.00 Bobby.Vincent@RichmondGov.com LADOTD-Webster Parish January David North(318)371-3010 Tree Removal in Wehstcr Parish $458,785.00 davidnorth@la.••v 2013 CONTRACTING AGENCY DESCRIPTION OF WORK CONTRACT AMOUNT St Louis July Dave Mausas County,)61 1134 O nance Tree Removal&Stump Grinding Cc tract St.Charles County,MO Emergency Storm Debris Removal-Midwest Tornado JuneKurt Manderach(636)949-7900 ext.3876 Outbreak $923,10533 Bridgeton,MO June Donald Hood(314)739-7500 Emergency Storm Debris Removal-Midwest Tornado $38,91881 citvadmin@bridn_etonmo.com Outbreak Pottawatomie County,OK Emergency Storm Debris Removal-Midwest Tornado June Melissa Dennis(405)2734105 $418,256.75 mdennis-pottcountv@sbcglobal.com Outbreak City of Oklahoma City,OK Emergency Storm Debris Removal-Midwest Tornado June Jim Lewellyn(405)297-2830Outbreak $1,873,206.11 Jiimlewellyn@okc.gov Ocean City,NJ April John/Carolyn Z,ehetdner(816)797--7135 Marine Debris Removal-Super Sto m Sandy $912,750.50 carolynzdr@yahoo.com mm Subcontractor toZelteruler Di a+te.Retiej LLC 41 [M[RR[RCV t[RVIC[i EXPERIENCE WITH FEMA REIMBURSEMENT For the past 29 years,DRC has responded to emergency/disaster events for numerous government entities,almost all of which were under FEMA disaster declaration and were FEMA grant reimbursable.The maximum reimbursement rate was granted by FEMA to the customers for every event. Our permanent staff members are NIMS-certified and fully knowledgeable of the FEMA reimbursement process, having insured that each and every client has received 100% reimbursement for all eligible disaster-related debris. DRC can assist the jurisdiction in completing any and all forms necessary for reimbursements from state or federal agencies relating to eligible costs arising out of the disaster recovery effort.This may include,but is not limited to,the timely completion and submittal of reimbursement requests,preparation,and submittal of any and all necessary cost substantiations and preparing replies to any and all agency requests,inquiries or potential obligations,denials or de- obligations. COMPLETION WITHIN 180 DAYS DRC is cognizant of FEMA's Alternate Funding mechanism and the advantages to accelerated debris removal resulting in increased Federal cost sharing. As such, DRC has provided rapid response to recent events such as the Winter Storm Pax where we provided over fifty million dollars of debris collection to the SCDOT in fewer than ninety days and in the Houston Texas floods of 2015 where the eighty percent of the work was performed in the first thirty days. Our description of the storms of 2004 above details DRCs ability to collect, process and haul out to final disposal in excess of ten million cubic yards in one hundred days. Timeline for use of the sliding scale for debris removal Declaration Incident Debris removal operations 1115 30 days 4 60 days 0-4— 90 days —.► Extensions 4 0.4 0-4 must be ,, granted by 85%Federal 80%Federal share 75.7 Federal share FEMA shore for debris for debris removed for debris removed removed during during days 31 90 during days 91-180 dais 0.30 180 days Perhaps more importantly,DRC has extensive experience in serving the needs of the East Coast having responded to disasters in these areas over the past few years. DRC has thorough knowledge of the State,active and potential debris sites,collection routes,sand beach management issues,and policies and procedures. Moreover,DRC has developed strong relationships with local partners and officials involved in cleanup efforts. FEMA REIMBURSEMENT Compliance with federal and state guidelines is critical for recovery operations conducted under the auspices of the Federal Public Assistance Program. The reference materials that establish these guidelines are the Debris Management Guide(FEMA), the Policy Digest(FEMA), the Public Assistance Guide Act(US Congress),and 44 ` DRC42 ;S8. C.F.R. (Code of Federal Regulations). Non-compliance a contractor or subcontractor can jeopardize the client's reimbursement and, in extreme cases, result in an investigation by the Office of the Inspector General (OIG). DRC's compliance with these federal guidelines is critical to our reputation. DRC has a 29-year history of 100 % maximum reimbursement for its clients. DRC Emergency Services strives to continuously stay ahead of changes in FEMA policy and guidance, especially that policy which may impact our clients. One such policy change took place in December of 2014, this being the implementation of the FEMA "Super Circular" otherwise known as Uniform Guidance, 2 C.F.R. 200 Procurement & Documentation. At DRC, we took the time to read, discuss, and implement internal measures to be certain that our clients, or prospective clients, are on course to be fully compliant with this guidance. DRC carefully review scopes of service, terms of inclusion, evaluation, pricing models, and other key components for any items which may be called in to question following this recent guidance revision by FEMA. We see this as just another opportunity to assist the local government in their mission to attain full reimbursement for post-event activations and operations. PROJECT WORKSHEET AND APPLICATION PROCESS The Project Worksheet (PW) is the FEMA document used to request funding for specific recovery projects. A properly formatted PW will fully detail the necessity of a project, the scope of the project and will accurately forecast the costs associated with the project. Small projects (equal to or less than$120,000 after 2/24/2014) are written by local governments and large projects (greater than$120,000 after 2/24/2014) are written by FEMA. Debris removal projects, which make up the majority of all Public Assistance grants, are almost exclusively large projects. The FEMA PA Project Specialist (formerly known as the Project Officer) assigned to the local government will begin the process of gathering data and writing the debris removal PW within days or weeks after the event.Several sets of critical data are necessary to complete the PW. • Accurate estimates of the total amount of debris to be collected • Accurate estimates of the total cost of the debris removal project • Accurate database tracking of work completed to date • Invoices submitted by and payments to the contractor DRC can assist the Government entity in completing any and all forms necessary for reimbursements from state or federal agencies relating to eligible costs arising out of the disaster recovery effort. This may include, but is not limited to, the timely completion and submittal of reimbursement requests, preparation, and submittal of any and all necessary cost substantiation and preparing replies to any and all agency requests, inquiries or potential obligations, denials or de-obligations. INITIAL DAMAGE ESTIMATE In order to accurately populate information necessary for the FEMA project worksheet DRC routinely conducts initial damage estimates with the help of its municipal client. These assessments are calculated by taking a representative sample (typically four linear miles in various parts of the jurisdiction) and calculating the amount of debris within those sectors. This amount of debris is multiplied by the number of total street miles within the jurisdiction to determine preliminary damage (expressed in cubic yards). To reinforce this estimate it is also typical for DRC to provide a helicopter to determine if any anomalies are present within the affected jurisdiction. IMMEDIATE NEEDS FUNDING The purpose of Immediate Needs Funding is to provide applicants with funding for urgent needs, without burdening them with extensive paperwork during peak crisis operations. The maximum amount of INF an applicant can receive is 50% of the emergency work estimated in the Preliminary Damage Assessment (PDA). Eligible emergency work typically includes debris removal, emergency protective measures, and removal of ilDRC 43 FMEa G4H Cv SE.IV ICES SNlmq B.ck. health and safety hazards. INF is not intended for emergency work projects with Special Considerations or projects that will take more than 60 days to complete. INF is designated for emergency work costs such as overtime payroll, equipment expenses, temporary employee payroll, materials purchased, equipment rented, and contractor payments. INF is placed in the State's account within days of the disaster declaration and ensures that the immediate needs of the applicant are met. DRC has helped numerous applicants, over its 29- year history,obtain INF. FEMA TECHNICAL MANAGEMENT TRAINING Our permanent staff members are NIMS-certified and fully knowledgeable of the FEMA reimbursement process, having insured that each and every client has received 100% reimbursement for all eligible disaster- related debris. DRC can assist the jurisdiction in completing any and all forms necessary for reimbursements from state or federal agencies relating to eligible costs arising out of the disaster recovery effort. This may include,but is not limited to,the timely completion and submittal of reimbursement requests,preparation,and submittal of any and all necessary cost substantiations and preparing replies to any and all agency requests, inquiries or potential obligations,denials or de-obligations. DRC and/or DRC have on staff, or available through its extensive Reservist/Consultant Personnel Database, qualified personnel who are available to assist any client with Exercises, Plans Formulation, or Training of Government personnel on eligibility issues, reimbursement procedures, documentation,etc. DRC will provide regular annual or more frequent training and feedback sessions to the government as a service at no additional cost to the City. Training sessions are scheduled and led by the Director of Training and will address planning and reimbursement issues as well as any other concerns of the City. Typically, training sessions also include DRC consultant and reservist personnel who are former FEMA personnel or who are intimately familiar with FEMA and other government regulations. 44 ODRC _ Striking Beck. QUALIFICATIONS OF PROPOSER'S TEAM KEY PERSONNEL DRC, its subcontractors, and/or personnel list among their accomplishments, membership in many professional organizations including NEMA, APWA,SWANA and the Society of American Military Engineers. DRC and/or its' affiliates, associates and/or subcontractors are licensed General Contractors in the states in which DRC performs disaster response services. DRC is familiar with USACE,FEMA, and FHWA rules and regulations, the Stafford Act, and 44CFR as they pertain to emergency response,recovery and reimbursement John Sullivan,President Mr.Sullivan has vast experience in all aspects of the construction industry,ranging from marine construction and dredging,land development and infrastructure construction as well as the intricate completion of individual custom homes. Mr. Sullivan, along with Y his brothers, started Sullivan Land Services, Ltd. which provides comprehensive site services for disaster response and recovery,infrastructure,and commercial landscaping, while earning a degree at Texas A&M University in Construction Management. His ingenuity eventually led to the creation of Sullivan Interests, Ltd., a portfolio of companies that provides services and products to various industries. DRC ' With over 20 years of experience in the construction industry, Mr. Sullivan has gained both extensive knowledge and hands on experience with the recovery process. FEMA Certifications:IS-100.b,IS-100.pwb,IS-200.b Kurt Thormahlen,General Manager As a former United States Marine Major with worldwide command,and control oversight in - expeditionary and contingency operations,Mr.Thormahlen served as a Helicopter Pilot and Operations Manager in Hawaii, Iraq and Afghanistan. He currently serves as Division Manager, Response at Sullivan Land Services, Ltd. where he is responsible for seeking out - _.a...„ / and managing business development efforts related to immediate disaster response and recovery projects. Additionally, he is in charge of responding to the Request for Proposals . and negotiating contracts with city, county, and federal agencies for pre-event disaster response contracts. He received his Bachelor of Business Administration/Management from Texas A&M University. oft FEMA Certifications:IS-33.17,IS-35.17,IS-100.b,IS-100.pwb,IS-200.b,IS-632.a,IS-700.a,IS-2900 Mark Stafford,Vice President of Response and Recovery Mr. Stafford brings many years of experience in disaster and commercial/industrial waste management to DRC Emergency Services. He has participated in recovery following ice storms and hurricanes throughout the Southeast. Mark has overseen and operated landfills, recycling operations and transportation companies exceeding $200 million in annual revenues. He has managed teams of over 1,100 staff serving business, industry and municipalities. mil Prior to joining DRC, Mark was the president and regional director of Allied Waste for the State of Louisiana.He also worked in an executive capacity for Waste Management. He earned a B.S.in business from the University of Louisiana. ''� DRC 45 ., EM000GM CY IIRVICi{ FEMA Certifications: IS-5.a, IS-11.a, IS-33.17, IS-35.17, IS-100.pwb, IS-106.17, IS-200.b, IS-315, IS-317, IS-546.a, IS-547.a, IS-660,IS-700.a,IS-702.a,IS-706,IS-775,IS-800.b,IS-801,IS-802,IS-803,IS-806,IS-906,IS-907,IS-2900 Other Certifications:Hazwoper Kristy Fuentes,Vice President of Compliance and Administration Kristy Fuentes is the Vice President of Compliance and Administration for DRC Emergency Services, LLC (DRC ES) and Chief Ethics & Compliance Officer. Previously, Ms. Fuentes was Director of Business Development, leading the marketing, sales and communications functions. Since joining DRC in 2005, Ms. Fuentes has provided assistance to clients in planning,program management,disaster c response,demolition contracting and regulatory compliance. Following Hurricane Katrina, Ms. Fuentes managed expansive projects for the . .a Orleans Levee Board,St.Bernard Parish and the United States Corps of Engineers.Ms. 1 Fuentes has served as program manager for four , "They provided a service that contracts with the Louisiana Department of exemplifies the dedication of Environmental Quality, including the "Katrina Car and Vessel" contract and three DRC Emergency Services to its massive demolition projects in the City of New Orleans. Following Hurricane cusrome,s." 1 Gustav,Ms.Fuentes managed nine major disaster-response contracts across southern -Jason C.Eaton,Logistics Section Chief Commonwealth Louisiana with a cumulative contract value of over thirty million dollars.In response of Virginia to the BP MC 232 oil spill, Ms. Fuentes played a key role in the clean-up of lower J Jefferson, Terrebonne and Plaquemines Parishes through the employment and management of hundreds of local residents and vessels. Since November 2013,Ms.Fuentes has implemented changes and improvements to the methods and procedures for contract,licensing and pre-qualification processes,ensuring contractor compliance with Federal and State regulations. FEMA Certifications: IS-5.a, IS-10.a, IS-11.a, IS-29, IS-37.17, IS-42, IS-100, IS-100.b, IS-100.pwb, IS-106.17, IS-200.b, IS- 241.b, IS-244.b, IS-315, IS-317, IS-453, IS-546.a,IS-547.a, IS-632.a, IS-633,IS-634, IS-700,IS-702.a,IS-706,IS-775, IS-800.b, IS-801,IS-802,IS-803,LS-804,IS-906,IS-907,IS-909,IS-2900 Other Certifications:Hazwoper Joe Newman,Vice President of Operations With more than 12 years of experience in overseeing large-scale construction and Idisaster-related debris management projects,Mr. Newman has managed teams over AIN multiple disasters including Hurricanes Isabel,Dennis,Katrina and Ike. In 2008, Mr. Newman responded to the devastation in Galveston following • Hurricane Ike and as a Program Manager,he oversaw the collection,processing and recycling/disposal of over 1 million cubic yards of debris. He has been involved in projects in various capacities, including heavy equipment operation, planning and coordination of construction process, securing permits and licenses, delivery of materials and equipment, FEMA compliance, coordinating and operating with municipality officials,and estimating for contracts. In May of 2015, Mr. Newman responded to the historic floods meeting the needs of Texas Department of Transportation and the Houston Solid Waste Department. He was tasked with tracking all debris operations. FEMA Certifications:IS-33.17,IS-35.17,IS-100.b,IS-100.pwb,IS-632.a,IS-702.a,IS-2900 Other Certifications:Hazwoper ''� DRC 46 ` Streatta9 Back Sam Dancer,Project Manager After more than a decade in the military and law enforcement, Mr. Dancer became a Field Supervisor and Project Manager,handling contracts involving clean-up following Hurricanes Gustav and Ike; City of Fayetteville, AR ice storm; City of Nashville, r. Tennessee flooding;BP Oil Spill;and the Port Au Prince,Haiti earthquake. Most recently, his projects have included St. Louis Countyand the Cityof Bridgeton, Ytt MO, tornado debris removal; Tuscaloosa, AL (ALDOT) residential demolition of tornado-damaged residences;Terrebonne Parish,LA,St.Louis Bayou Cleanout project; and the City of New Orleans,LA,Strategic Demolition for Economic Recovery project. FEMA Certifications: IS-3, IS-5.a, IS-10.a, IS-11.a, IS-29, IS-33.17, IS-37.17, IS-42, IS-60.b, IS-75, IS-100.a, IS-100.b, IS- 100.fda,IS-100.fwa,IS-100.hcb, IS-100.he, IS-100.1eb, IS-100.pwb,IS-100.sca, IS-106.17, IS-200.a, IS-200.b,IS-200.hca,IS- 201, IS-230.d,IS-241.b,IS-244.b,IS-315,IS-317,IS-324.a,IS-325,IS-394.a,IS-405, IS-420,IS-421,IS-453,IS-546.a,IS-547.a, IS-632.a, IS-633, IS-634, IS-660, IS-700.a, IS-702.a, IS-703.a,IS-706, IS-775, IS-800.b, IS-801, IS-802, IS-803, IS-804, IS-807, IS-808,IS-809,IS-810,IS-811,IS-812,IS-813,IS-906,IS-907,IS-909,IS-914,IS-1150,IS-2900 OSHA Certifications: OSHA-105,OSHA-115,OSHA-150,OSHA-151,OSHA-152,OSHA-602,OSHA-603,OSHA- 605,OSHA-612,OSHA-700 Other Certifications:ADEM-QCI Certification,Hazwoper,Access to HSIN granted by the Department of Homeland Security for Louisiana,Mississippi,and the EM Site - Lisa Garcia,Contracts Manager Ms. Garcia has overseen DRC's contracts since 2010, maintaining contractual records and -- documentation, such as receipt and control of all contract correspondence. She's also _ - responsible for applying, renewing and activating general contractor licenses nationwide, and other authorizations and pre-qualifications. Projects on which she provided administrative assistance to the Chief Operating Officer, Regional Manager and several F Project Managers include the BP Oil Spill Clean Up and Hurricane Isaac Recovery,as well ` has numerous demolition and DOT jobs. Prior to joining DRC, Ms. Garcia provided administrative assistance for emergency response projects involving FEMA protocol.She is FEMA NIMS 300,400,700 certified. FEMA Certifications:IS-5.a,IS-10.a,IS-11.a,IS-37.17,IS-42,IS-100.a,IS-100.b,LS-100.pwb,IS-106.17,IS-200.b,IS-201,IS- 244,IS-315,IS-317,IS-324.a,IS-453,IS-546.a,IS-547.a,IS-632.a,IS-633,IS-634,IS-660,IS-700.a,IS-702.a,IS-706,IS-775,IS- 800.b,IS-801,IS-802,IS-803,IS-806,IS-906,IS-907 IS-909,IS-2900 Other Certifications:Hazwoper Please see Organizational Chart,Resumes and Project and Personnel Experience Matrix attached 47 keng is k $kuq BKA. FINANCIAL CAPACITY DRC is one of the most financially sound and stable companies in the disaster response industry. With a bonding capacity of over$150.0 million and access to dedicated cash and credit lines in excess of$100.0 million,DRC has the ability to manage and complete simultaneous projects without being hindered by a lack of operating capital. During multiple storms seasons over the past decade,DRC operated substantially out of pocket prior to client payment,yet remained fully capable of providing the critical services necessary to complete all contracts. DRC is managed and operated by the ownership SLSCO, L.P. (SLS),which is a very well-capitalized, privately-held family of companies specializing in disaster response, recovery and restoration. Prior to the acquisition of DRC and throughout its twenty-year history, SLS has never failed to meet an obligation due to financial instability. The ownership of SLS is dedicated to providing and sustaining the capital necessary to allow DRC to remain a leader in the disaster recovery industry. • DRC is capable of insuring projects of any size, with unlimited key coverage amounts. With the support of SLS, DRC has over $100.0 million of available working capital and has the financial ability to bid on and perform projects in excess of$250.0 million. • DRC has a bonding capacity of over$150.0 million. • In 2008, following Hurricanes Ike and Gustav, DRC provided debris removal services for 36 separate and simultaneous disaster management services contracts, including the cities of Houston, Galveston and New Orleans.The total value of these contracts was approximately$200.0 million. • In 2005-2006, DRC mobilized, performed and completed a contract valued at over $100.0 million for the Louisiana Department of Transportation and Development in response to Hurricane Katrina, while performing numerous other projects across the United States. • During the 2004 hurricane season, DRC worked 37 separate contracts totaling over $150.0 million in emergency work, recovering over 10.0 million cubic yards of debris in a four-and-a-half-month period. Throughout this period, all subcontractors were paid on a weekly basis regardless of the timing of DRCs receipt of interim client invoice payments. • DRC has never failed to complete any awarded work,has never defaulted on a contract and has never filed for bankruptcy.The Company has a 100% assignment completion record. BANKING SURETY Texas Capital Bank Bowen,Miclette&Britt Insurance Agency,LLC Mike Chryssikos Toby Miclette Senior Vice President Surety Bond Producer,Senior VP One Riverway,Suite 2100 1111 North Loop West,Suite 400 Houston,TX 77056 Houston,TX 77046 (832)308-7109 (713)880-7109 michael.chryssikos@texascapitalbank.com Tmiclette@bmbinc.com INSURANCE McGriff,Seibels&Williams Rob Harrison 818 Town&Country Blvd.,Suite 500 Houston,TX 77024 (713)940-6544 Rob.harrison@mcgriff.com DRC Br 48 � �.si Strungq Back DRC Emergency Services, LLC Organizational Chart President/Managing Principal John Sullivan Vice President&General Manager Kurt Thormahlen Vice President of Business Administration and Compliance Vlce President of Response Vice President of Operations and Recovery Kristy Fuentes Mark Stafford Accounting Admin Bids&Proposals Contracts Regional Managers Project Managers Maint/Engineering Controller Admin Assistance Chief Estimator Contracts Manager TEXAS State DOT/Maint.Proj. Project Engineer Jolie Bonvillion Hamilton Smith Patrol Proposal Writer Project Manager Project Engineer Jamie Lovitte • _ Tony Swain Sam Dancer IZEI Proposal Coordinator Vehicle Maint. Ben Bankston Chuck Havard IFERNE Gracie Weiss AL and Panhandle Ft Charles Kraft 49 JOHN SULLIVAN PRESIDENT • : �0 ,,1v 110 Veterans Boulevard,Suite 515•Metairie,LA 70005 4>,. 1 ' (888)721-4372•Jsullivan@sullivaninterests.com L riRc INTRODUCTION Mr. Sullivan has vast experience in all aspects of the construction industry, ranging from marine construction and dredging, land development and infrastructure construction as well as the intricate completion of individual custom homes. Mr.Sullivan,along with his brothers,started Sullivan Land Services,Ltd.which provides comprehensive site services for disaster response and recovery, infrastructure, and commercial landscaping, while earning a degree at Texas A&M University in Construction Management. His ingenuity eventually led to the creation of Sullivan Interests, Ltd.,a portfolio of companies that provides services and products to various industries.With over 20 years of experience in the construction industry, Mr. Sullivan has gained both extensive knowledge and hands on experience with the recovery process EDUCATION Texas A&M University-College Station,Texas Bachelor of Science-Construction Science OTHER CERTIFICATIONS OSHA Safety Certification USACE Contractor Quality Management NOTABLE PROJECTS Hurricane Maria-2017 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Irma-2017 Winter Storm Jonas-2015 Hurricane Harvey-2017 Houston,TX Flood-2015 Hurricane Matthew-2016 EXPERIENCE NYC Build It Back Program-City of New York,NY • Program/construction management for the reconstruction,rehabilitation and elevation of over 700 homes in Staten Island.CDBG-DR funded project for New York City restoring homes damaged by Hurricane Sandy. New York City Rapid Repairs Program-New York,NY • Repair of over 1,700 homes throughout the five boroughs of New York following Hurricane Sandy. All repairs performed in a four-month period and included mechanical,electric and plumbing. FEMA Galveston County Emergency Housing-Galveston County,TX • Involved the complete development of two former athletic fields into fully-functional manufactured home communities totaling 106 units.Both projects were completed in 28 days. USACE GIWW Willacy County Dredging-Harlingen,TX • Dredging of approximately 423,000 cubic yards of material in Gulf Intracoastal Waterway and disposal in designated USACE placement areas. Port of Harlingen Maintenance Dredging-Harlingen,TX 50 ��D � C •,Slnling Beck. • Maintenance dredging of Port of Harlingen dock facilities. Dredging of approximately 58,000 cubic yards of material and disposal in POH placement areas. Port of Galveston Maintenance Dredging-Galveston,TX • Annual contract for maintenance dredging of Port of Galveston dock areas and shipping channel. Dredging of approximately 70,000 cubic yards of material per dredging cycle. Port of Houston Maintenance Dredging-Houston,TX • Maintenance dredging of Bayport Wharf 3 facility. Dredging of approximately 53,000 cubic yards of material and disposal in POH placement areas. Galveston Pilots Association Dredging-Galveston,TX • Dredging of GPA facility to create proper draft for incoming vessels.The slips had not been dredged in over ten years, which allowed for a substantial amount of siltation. Over 10,000 cubic yards of material was removed to create 15-foot draft at vessel slips. Texas International Terminals Levee,Dredge&Bulkhead Construction-Galveston,TX • Creation of new placement areas,reconstruction&reinforcement of 25 acres of existing levees,dredging of over 150,000 cubic yards of material from facility basin and slips, repair and replacement of existing bulkheads, new fendering systems and dolphin installation. LBC Terminals Levee Construction&Dredging-Houston,TX • Creation of a new 10-acre dredge spoil placement area at Houston Ship Channel facility and dredging of 40,000 cubic yards of spoil material. ODRC 51 E E•4EN S SE,l V ICES Sbikinq Back. KURT THORMAHLEN GENERAL MANAGER 110 Veterans Boulevard,Suite 515•Metairie,LA 70005 (888)721-4372• Kthormahlen@drcusa.com oft INTRODUCTION As a former United States Marine Major with worldwide command, and control oversight in expeditionary and contingency operations, Mr. Thormahlen served as a Helicopter Pilot and Operations Manager in Hawaii, Iraq and Afghanistan. He currently serves as Division Manager,Response at Sullivan Land Services,Ltd.where he is responsible for seeking out and managing business development efforts related to immediate disaster response and recovery projects. Additionally,he is in charge of responding to the Request for Proposals and negotiating contracts with city, county, and federal agencies for pre-event disaster response contracts. He received his Bachelor of Business Administration/Management from Texas A&M University. EDUCATION United States Marine Corps Expeditionary Warfare School-Quantico,Virginia 2012 Naval Postgraduate School of Aviation Safety-Pensacola,Florida 2009 Texas A&M University-College Station,Texas Bachelor of Business Administration/Management-2003 Corps of Cadets,Company E-1 -1998-2002 PROMINENT CERTIFICATIONS FEMA IS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-100.pwb Introduction to the Incident Command Systems(ICS 100)for Public Works FEMA IS-00632.a Introduction to Debris Operations FEMA IS-700.a National Incident Management System(NIMS)An Introduction OTHER CERTIFICATIONS FEMA IS-33.17 FEMA IS-200.b FEMA IS-35.17 FEMA IS-2900 NOTABLE PROJECTS Hurricane Maria-2017 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Irma-2017 Winter Storm Jonas-2015 Hurricane Harvey-2017 Houston,TX Flood-2015 Hurricane Matthew-2016 EXPERIENCE DRC Emergency Services LLC-New Orleans,Louisiana Senior Vice President,General Manager-January 2016-Present SLSCO,Ltd.-Galveston,Texas Division Manager/Response-January 2015-Current /� �'� DRC 52 6M6NG6NCY IC65 St,dukhng,g Q.W. •Responsible for seeking out,and managing the business development efforts for SLS Response related to immediate and opportunistic disaster response and recovery projects. •In charge of responding to RFP's and negotiating contracts with city, county, and federal agencies for pre-event disaster response contracts. DYNCORP INTERNATIONAL-Kabul,Afghanistan Helicopter Pilot in Command/Air Mission Commander-December 2013-December 2014 • In charge of cross agency planning and the safe operation of the CH-46E helicopter in support of the United States Department of State,the U.S.Embassy Kabul,Afghanistan,and International Narcotics and Law Enforcement. • Planned,briefed,and executed large scale helicopter missions in Afghanistan while coordinating with U.S.Dept.of State,U.S.Drug Enforcement Agency,U.S.Dept.of Defense,Afghan National Army,Afghan National Police,and other government agencies. • Managed the training and currency of 20 pilots in Kabul,Kandahar,and Herat,Afghanistan • Led the aviation mission for the deactivation of the U.S.Consulate in Herat,Afghanistan. UNITED STATES MARINE CORPS Major/Pilot Marine Helicopter Squadron One(HMX-1)-May 2012-November 2013 • Served as the executive lift helicopter pilot for the President of the United States (Marine-1), The Vice President, Congressmen,arld other VIP's worldwide while maintaining a Top Secret Sensitive Compartmented Information Clearance(TS/SCI) • Operations Manager-Scheduled and tracked over 2000 flight hours with four different Type/Model/Series aircraft in support of the White House Military Office worldwide and in conjunction with the President of the United States travel. Operations liaison between squadron and the White House Military Office. • Aviation Safety Manager- Managed and led a team of 8 Marines that were the Commanding Officer's safety representative. Trained in mishap investigations and prevention. Commanding Officers sole point of contact for all issues involving aviation safety. Heavy Marine Helicopter Squadron 363(HMH-363)-June 2003-June 2011. • Operations Manager-Scheduled and tracked squadron flight operations while serving in Hawaii,Iraq,and Afghanistan. • CH-53 helicopter instructor pilot.Led logistics and direct-action operations in Afghanistan under strict timelines and intense pressure.Managed the maintenance,material condition,and mission readiness of 16 helicopters valued over$800M and over$2M of tools and support equipment.Led 250+employees encompassing 10 occupational fields and 8 work centers.Managed 40 aviation maintenance programs,including training,safety, and quality assurance. • Implemented Lean and process improvement to maximize efficiency and productivity.Achieved a 20%increase in mission readiness despite a decrease in resources. • Implemented a training plan that delivered an 83%increase in key personnel qualifications. • Led a department that accomplished 100%of assigned objectives in Afghanistan. • Decorated with the Air Medal for flight in combat and for superior performance in combat. • Planned,supervised,and executed movement of 11 helicopters and 280 Marines from Hawaii to Iraq for Operation Iraqi Freedom 08.2. • Aviation Safety Manager-Managed and led a team of 5 Marines that were the Commanding Officer's safety representative during a combat deployment to Iraq.Trained squadron members in accident prevention and investigation. Zero squadron accidents while serving as the Aviation Safety Manager. • Trained and developed 20+pilots for operations in Iraq.Managed 12 ground and aviation safety programs. Ensured unit operations complied with Marine,Navy,FAA,OSHA,and state of Hawaii regulations. • Achieved a 100%success rate for all programs during a Commanding General's readiness inspection,with one "model"program identified. ODRC 53 E f .E Sinking kin VICES MARK STAFFORD VICE PRESIDENT OF RESPONSE AND RECOVERY 110 Veterans Boulevard,Suite 515 •Metairie,LA 70005 (888)721-4372• Mstafford@drcusa.com DRC INTRODUCTION Mr. Stafford brings many years of experience in disaster and commercial/industrial waste management to DRC Emergency Services. He has participated in recovery following ice storms and hurricanes throughout the Southeast. Mark has overseen and operated landfills,recycling operations and transportation companies exceeding$200 million in annual revenues.He has managed teams of over 1,100 staff serving business,industry and municipalities. Prior to joining DRC,Mark was the president and regional director of Allied Waste for the State of Louisiana.He also worked in an executive capacity for Waste Management.He earned a B.S.in business from the University of Louisiana. EDUCATION University of Southwest Louisiana-Lafayette,Louisiana Bachelor of Science in Business Administration-1980 Media Training School-Dallas,Texas Advanced Management Program PROMINENT CERTIFICATIONS Hazardous Waste Operations Sr Emergency Response-Initial FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS-200.b ICS for Single Resources and Initial Action Incident,ICS-200 FEMA IS-700.a National Incident Management System(NIMS),An Introduction FEMA IS-702.a NIMS Public Information Systems OTHER CERTIFICATIONS FEMA IS-5.a FEMA IS-315 FEMA IS-706 FEMA IS-803 FEMA IS-11.a FEMA IS-317 FEMA IS-775 FEMA IS-806 FEMA IS-33.17 FEMA IS-546.a FEMA LS-800.b FEMA IS-906 FEMA IS-35.17 FEMA IS-547.a FEMA 15-801 FEMA IS-907 FEMA IS-106.17 FEMIA IS-660 FEMA IS-802 FEMA IS-2900 NOTABLE PROJECTS Hurricane Maria-2017 Hurricane Irene-2011 Hurricane Irma-2017 BP Cil Spill-2010 Hurricane Harvey-2017 Hurricane Gustav-2008 Hurricane Matthew-2016 Hurricane Ike-2008 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Wilma-2006 Winter Storm Jonas-2015 Hurricane Rita-2005 Houston,TX Flood-2015 Hurricane Ophelia-2005 Winter Storm Pax-2014 Hurricane Katrina-2005 Midwestern Tornado Outbreak-2013 Hurricane Dennis-2005 Hurricane Isaac-2012 ' 54 � DRC iM[iG(MCV i'iV lack Strohm;Back. EXPERIENCE DRC Emergency Services LLC-New Orleans,Louisiana Vice President of Response and Recovery-January 2016-Present Chief Executive Officer-December 2013-January 2016 Director-Business Development-January 2013-December 2013 Partner and Chief Operating Officer-September 2005-January 2013 Allied Waste Systems,Baton Rouge Louisiana District Manager-April 2002-September 2005 DRC,INC.-Mobile,Alabama/New Orleans,Louisiana Regional Manager-April 2000-April 2002 • Negotiated and managed local/FEMA-funded government contracts; developed and produced RFPs. Provided technical assistance to government entities.Advised government on 44CFR issues.Represented local government in handling FEMA issues. • Managed construction contracts in the Southern United States and Honduras. • Managed marketing and operations for disaster recovery work. Conducted negotiations and hired subcontractors. Provided volume and cost estimates. • Developed/managed incinerator projects,working closely with various political bodies. • Provided environmental consulting services for government and private industry. • Responsible for business development.Produced business models. • Negotiated with USAID relating to multiple construction contracts in Honduras to resolve contract disputes. • Gained the aid of U.S.embassy on behalf of company. • Designed company's marketing program. Waste Management,Inc.-New Orleans,Louisiana Division President/General Manager-August 1996-February 2000 Waste Management,Inc.-Baton Rouge and South Louisiana Division-Baton Rouge,Louisiana District Manager-July 1995-August 1996 • In final (New Orleans) assignment, held responsibility for commercial, residential, South Louisiana, and transfer divisions,with five satellite operations and a total of 500 personnel and 200+vehicles serving 470,000 residences and 5000+commercial and industrial accounts. • Directed a$70 million operation,with responsibility for profitability as well as administrative and financial structure and accountability; allocation of assets; financial projections and results; and other financial matters detailed previously for an operation providing a full array of environmental services,from industrial waste transportation and disposal to hospital and commercial waste collection and transportation to street sweeping services and disposal of municipal waste to leasing of modular offshore buildings. • Structured five-year profit enhancement plan establishing goals for commercial revenue growth, price increases, incentive-based productivity improvement (focus on target marketing and productivity increases), long-term fixed vendor pricing, and requirements for R.O.I. analysis on capital purchases, minimum return requirements, and conversion to incentive-based compensation to limit annual wage increases. • Oversaw sales and marketing efforts as well as daily operations and equipment maintenance;approved marketing plans; formulated and approved major bids/requests for proposals. Formulated and approved contract operating plans, acquisitions and mergers. Hired and worked closely with department managers to develop budgets and identify areas of potential cost savings. Purchased capital equipment. Negotiated favorable vendor pricing, maintenance labor agreements and contracts. • Taught seminars;conducted workout team training and Effective Supervision training(beginning and advanced)for supervisors and managers in two states.Served as facilitator for company-wide leadership development training. • Participated in grievance hearings and occasional arbitration hearings. ilDRC 55 EMEVGE„CV.,Ft ES • Established and maintained strong and lasting community,political,media and Teamster relationships.Initiated and authorized political activities and contributions.Lobbied state legislature on transportation and environmental issues; state and local officials to obtain municipal contracts. Participated in numerous public hearings statewide. Represented company before other public bodies and at political functions. Waste Management,Inc.-Commercial/Residential,New Orleans&St.Tammany Divisions-New Orleans,Louisiana General Manager-February 1989-July 1995 Assistant General Manager-March 1988-February 1989 Waste Management,Inc.-Acadiana-Lafayette,Louisiana Manager of Special Projects-January 1987-March 1988 Sales Manager-September 1985-January 1987 Camel Industries-Lafayette,Louisiana Co-founder/Manager-December 1980-September 1985 • Co-founded this commercial environmental services company. Built operation from its inception to $3 million in annual sales volume before its 1985 sale to Waste Management. 0 DRC 56 EnEa GEN<v SE.I V ICES Striking 8K1. -- -- KRISTY FUENTES "' VICE PRESIDENT OF COMPLIANCE AND ADMINISTRATION � 110 Veterans Boulevard,Suite 515 •Metairie,LA 70005 Wu µ �, ,+ .. (888)721-4372• Kfuentes@dreusa.corn r !4 INTRODUCTION Kristy Fuentes is the Vice President of Compliance and Administration for DRC Emergency Services,LLC(DRC ES)and Chief Ethics&Compliance Officer.Previously,Ms.Fuentes was Director of Business Development,leading the marketing, sales and communications functions.Since joining DRC in 2005,Ms.Fuentes has provided assistance to clients in planning, program management,disaster response,demolition contracting and regulatory compliance.Following Hurricane Katrina, Ms. Fuentes managed expansive projects for the Orleans Levee Board,St. Bernard Parish and the United States Corps of Engineers.Ms.Fuentes has served as program manager for four contracts with the Louisiana Department of Environmental Quality,including the"Katrina Car and Vessel"contract and three massive demolition projects in the City of New Orleans. Following Hurricane Gustav,Ms.Fuentes managed nine major disaster-response contracts across southern Louisiana with a cumulative contract value of over thirty million dollars.In response to the BP MC 232 oil spill,Ms.Fuentes played a key role in the clean-up of lower Jefferson,Terrebonne and Plaquemines Parishes through the employment and management of hundreds of local residents and vessels.Since November 2013,Ms.Fuentes has implemented changes and improvements to the methods and procedures for contract,licensing and pre-qualification processes,ensuring contractor compliance with Federal and State regulations. EDUCATION University of New Orleans-New Orleans,Louisiana Marketing-1993 Southeastern Louisiana University-Hammond,Louisiana Marketing-1992-1993 PROMINENT CERTIFICATIONS Hazardous Waste Operations&Emergency Response-Initial FEMA LS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS-632.a Introduction to Debris Operations FEMA IS-633 Debris Management Plan Development FEMA IS-634 Introduction to FEMA's Public Assistance Program FEMA IS-700 National Incident Management System(NIMS),An Introduction FEMA IS-702.a NIMS Public Information Systems OTHER CERTIFICATIONS FEMA IS-5.a FEMA IS-200.b FEMA IS-453 FEMA IS-802 FEMA IS-10.a FEMA IS-201 FEMA IS-546.a FEMA IS-803 FEMA IS-11.a FEMA IS-241.b FEMA IS-547.a FEMA IS-804 FEMA IS-29 FEMA IS-244.b FEMA IS-706 FEMA IS-906 FEMA IS-37.17 FEMA IS-315 FEMA IS-775 FEMA IS-907 FEMA IS-42 FEMA IS-317 FEMA IS-800.b FEMA IS-909 FEMA IS-106.17 FEMA IS-324.a FEMA IS-801 FEMA IS-2900 ODRC 57 fMEaGf C Fag ICES Sinking Beck. NOTABLE PROJECTS Hurricane Maria-2017 Hurricane Isaac-2012 Hurricane Irma-2017 Hurricane Irene-2011 Hurricane Harvey-2017 BP Oil Spill-2010 Hurricane Matthew-2016 Hurricane Gustav-2008 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Ike-2008 Winter Storm Jonas-2015 Hurricane Wilma-2006 Houston,TX Flood-2015 Hurricane Rita-2005 Winter Storm Pax-2014 Hurricane Ophelia-2005 Midwestern Tornado Outbreak-2013 Hurricane Katrina-2005 Super Storm Sandy-2012 Hurricane Dennis-2005 EXPERIENCE DRC Emergency Services,LLC-New Orleans,Louisiana Chief Executive Compliance Officer-October 2014-present • Overall day-to-day responsibility for directing the DRC ES ethics, business conduct and government contracting compliance programs("Programs").Ensure that all executives and employees have ethics training on an annual basis and that the Code provides compliance guidance appropriate to the size and nature of DRC ES business. Vice President of Business Development-2013-present • Management of DRC's marketing,sales and communications functions,providing client relations and assistance in the areas of planning,program management,disaster response,demolition contracting and regulatory compliance Regional Manager-2005-2013 • Management and oversight for all Louisiana projects since 2005,including Hurricanes Katrina,Gustav,Ike and Isaac recovery with state and local agency contracts. • Specialty project management including "Katrina Vehicle and Vessel" recovery in the State of Louisiana for the Department of Environmental Quality,South Shore Harbor Vessel Removal,debris removal,marine debris removal and demolition programs in four parishes,including asbestos removal • Managed contract and government relations in major disasters throughout the United States including but not limited to the Alabama tornados,Hurricane Irene in Maryland and New York,Hurricane Sandy,Ice Storm recovery in North and South Carolina • Coordination of multi-million-dollar shipment of all necessary materials and supplies to Haiti to erect a 350-man workforce housing facility in support of a US State Department work camp Lash Homes,Inc.-Chalmette,Louisiana Project Management-1998-2004 • Managed material,machinery and people for construction projects throughout New Orleans • Ensured the safety of the employees • Responsible for timely completion of projects Casey,Babin and Casey-New Orleans,Louisiana Real Estate Closing Coordinator-1998-2004 • Arranged and managed documents for the legal proceedings containing real estate transactions • Scheduled and orchestrated multiple real estate transactions daily ''� DRC 58 .. EMEaGF Cv VICES Striking Beck JOE NEWMAN • VICE PRESIDENT OF OPERATIONS 110 Veterans Boulevard,Suite 515•Metairie,LA 70005 (888)721-4372•Tnewman@dreusa.com /14 INTRODUCTION With more than 12 years of experience in overseeing large-scale construction and disaster-related debris management projects,Mr.Newman has managed teams over multiple disasters including Hurricanes Isabel,Dennis,Katrina and Ike. In 2008,Mr.Newman responded to the devastation in Galveston following Hurricane Ike and as a Program Manager,he oversaw the collection,processing and recycling/disposal of over 1 million cubic yards of debris. He has been involved in projects in various capacities, including heavy equipment operation, planning and coordination of construction process, securing permits and licenses, delivery of materials and equipment, FEMA compliance, coordinating and operating with municipality officials,and estimating for contracts.In May of 2015,Mr.Newman responded to the historic floods meeting the needs of Texas Department of Transportation and the Houston Solid Waste Department. He was tasked with tracking all debris operations EDUCATION Highschool Diploma PROMINENT CERTIFICATIONS Hazardous Waste Operations&Emergency Response-Initial FEMA LS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-00632.a Introduction to Debris Operations FEMA IS-702.a NIMS Public Information Systems OTHER CERTIFICATIONS FEMA I5-33.17 FEMA IS-100.pwb FEMA IS-35.17 FEMA IS-2900 NOTABLE PROJECTS Hurricane Maria-2017 Tornado Outbreak-2011 Hurricane Irma-2017 Hurricane Gustav-2008 Hurricane Harvey-2017 Missouri Ice Storm-2007 Hurricane Matthew-2016 New York Ice Storm-2006 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Katrina-2005 Houston,TX Flood-2015 Hurricane Dennis-2005 EXPERIENCE DRC Emergency Services,LLC-New Orleans,Louisiana Vice President of Operations-March 2017-Present Program Manager-2003-March 2017 • On-ground execution of projects • Crew oversight • Schedule adherence • Resource utilization ` t DRC 59 St„km9 a.c.. • Qualify/safety and regulatory compliance United States Army Army Ranger-1995-2000 • Ranger Indoctrination Program(RIP) • Primary Leadership Development Course(PLDC) • Airborne School 60 EME GENCY km VICES Strthog Bac*. SAM DANCER PROJECT MANAGER 110 Veterans Boulevard,Suite 515•Metairie,LA 70005 s> (888)721-4372 Sdancer@drcusa.com t =� ' i DRC }{ INTRODUCTION After more than a decade in the military and law enforcement, Mr. Dancer became a Field Supervisor and Project Manager, handling contracts involving clean-up following Hurricanes Gustav and Ike; City of Fayetteville, AR ice storm;City of Nashville,Tennessee flooding;BP Oil Spill;and the Port au Prince,Haiti earthquake.Most recently,his projects have included St. Louis County and the City of Bridgeton, MO, tornado debris removal; Tuscaloosa, AL (ALDOT) residential demolition of tornado-damaged residences; Terrebonne Parish, LA, St. Louis Bayou Cleanout project;and the City of New Orleans,LA,Strategic Demolition for Economic Recovery project. EDUCATION Southeastern Louisiana University-Hammond,LA Computer Science-Fall 1980,Fall 1981, Spring 1982 PROMINENT CERTIFICATIONS Hazardous Waste Operations&Emergency Response-Initial FEMA IS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS-632.a Introduction to Debris Operations FEMA IS-633 Debris Management Plan Development FEMA IS-634 Introduction to FEMA's Public Assistance Program FEMA IS-700 National Incident Management System(NIMS),An Introduction FEMA IS-702.a NIMS Public Information Systems OTHER CERTIFICATIONS FEMA IS-3 FEMA IS-100.fwa FEMA IS-317 FEMA IS-706 FEMA IS-812 OSHA-150 FEMA IS-5.a FEMA IS-100.hcb FEMA IS-324.a FEMA IS-775 FEMA IS-813 OSHA-151 FEMA IS-10.a FEMA IS-100.he FEMA IS-325 FEMA IS-800.b FEMA IS-906 OSHA-152 FEMA IS-11.a FEMA IS-100.1eb FEMA IS-394.a FEMA IS-801 FEMA IS-907 OSHA-602 FEMA IS-29 FEMA IS-106.17 FEMA IS-405 FEMA IS-802 FEMA IS-909 OSHA-603 FEMA IS-33.17 FEMA IS-200.b FEMA IS-420 FEMA IS-803 FEMA 15-912 OSHA-605 FEMA IS-36 FEMA IS-200.hca FEMA IS-421 FEMA IS-804 FEMA IS-914 OSHA-612 FEMA IS-37.17 FEMA IS-201 FEMA IS-453 FEMA IS-807 FEMA IS-1150 OSHA-700 FEMA IS-42 FEMA IS-230.d FEMA IS-546.a FEMA IS-807 FEMA IS-2900 OSHA-815 FEMA IS-60.b FEMA IS-241.b FEMA IS-547.a FEMA IS-809 OSHA-105 OSHA-852 FEMA IS-75 FEMA IS-244.b FEMA IS-660 FEMA IS-810 OSHA-115 FEMA IS-100.fda FEMA IS-315 FEMA IS-703.a FEMA IS-811 NOTABLE PROJECTS Hurricane Irma-2017 Winter Storm Pax-2014 Hurricane Harvey-2017 Midwestern Tornado Outbreak-2013 Louisiana Severe Storms and Flooding(DR-4277)-2016 Super Storm Sandy-2012 Houston,TX Flood-2015 Hurricane Isaac-2012 �' DRC 61 O [NGENCV SGNVIC65 Striking Beck. Hurricane Irene-2011 Hurricane Ike-2008 BP Oil Spill-2010 Hurricane Rita-2005 Hurricane Gustav-2008 Hurricane Katrina-2005 EXPERIENCE DRC Emergency Services LLC-New Orleans,Louisiana Project Manager-2013-Present . Manages all phases of assigned projects, ensuring contractual obligations are met and accountable for the personnel and equipment onsite. Projects include St.Louis County and the City of Bridgeton,MO,tornado debris removal; Tuscaloosa, AL (ALDOT) residential demolition of tornado-damaged residences; Terrebonne Parish, LA, St. Louis Bayou Cleanout project; City of New Orleans, LA, Strategic Demolition for Economic Recovery project. The Country Club-New Orleans,Louisiana Security Supervisor-2013 . Maintained a safe environment for employees and patrons at a high-profile restaurant and nightclub;monitored activity via recorded digital CCTV and through live indoor and outdoor surveillance; ensured security staff members were properly trained in all methods of surveillance,guest service,non-violent crisis intervention and documentation of events. Defcon 1-Pearl River,Louisiana Owner/Operator-2012-2013 • Managed all operations of a personally owned business which involved the retail sales of law enforcement and military apparel and equipment and provided contract security for private parties, events and VIP escort services. Cahaba Disaster Recovery(acquired by DRC)-Mobile,Alabama Project Manager-2008-2012 • Directed all phases of disaster-related projects from contract activation to final closeout; coordinated mobilization of subcontractors and ensured crews in the field operated in accordance with OSHA and DEQ regulations; maintain effective communication with local governing bodies, FEMA, Army Corps of Engineers and monitoring firms. Recovery projects included areas impacted by Hurricanes Gustav and Ike; City of Fayetteville, AR ice storm; City of Nashville, Tennessee flooding; BP Oil Spill; and Port au Prince,Haiti earthquake Bourbon Blues Company-New Orleans,Louisiana Security-2008 • Provided a safe environment for the employees and patrons by ensuring rules regarding the service of alcoholic beverages to patrons by the bar staff were followed; communicated effectively with NOPD in regard to serious incidents occurring at the bar and submitted written reports to law enforcement and management Omni-Pinnacle Emergency Response-Slidell,Louisiana Field Supervisor-2005-2008 • Managed the day-to-day activities of crews and employees in the field,including operations involving tree cutting, debris removal, debris disposal, waterway clearing and residential and commercial demolition; ensured that FEMA, OSHA, DEQ and contractual obligations are met; project involvement included Hurricanes Katrina and Rita in unincorporated St. Tammany Parish, LA and Wilma in Indian River County,FL Target Corporation(Mervyn's and Target)-Multiple Locations ''� DRC 62 FNCv SERVICES Spiking Back. Key Store Investigator,Field Assets Protection Team Leader,Executive Team Leader-Assets Protection-1994-2005 . Implemented company-directed safety and shortage plans as well as creating store-based plans in accordance with annual inventory results, local safety issues and theft trends; monitored and maintained overt and covert surveillance systems;initiated,investigated and resolved internal and external theft cases including organized theft and fraud;apprehended and interviewed individuals responsible for shortages; partnered with local, state and federal law enforcement agencies and communicated with other retailers; testified in court when necessary LAW ENFORCEMENT EXPERIENCE: Pearl River Police Department(Reserve Division)-Pearl River,Louisiana Officer-1990-1996 . Patrol the streets of Pearl River,protect citizens and their property while enforcing town,parish and state ordinances; participated in the initiation and resolution of investigations regarding the manufacturing transport,possession and distribution of controlled substances as a member of the Narcotics Task Force MILITARY EXPERIENCE: Louisiana Army National Guard(Infantry)-Houma,Louisiana Squad Leader-1989-1991 . Accountable for the proper training and the well-being of an eleven-person infantry squad; maintained combat readiness of the squad and all assigned weapons and equipment to ensure mission completion; unit was activated for Desert Storm United States Army(Infantry)-Multiple Locations Senior Custodial Agent,Fire Team Leader/Track Commander-1983-1986 • Controlled entry of US and German personnel into the limited and exclusion areas of a remote nuclear missile site and provide tactical response in the event of a perimeter breach;ensured that the soldiers in the fire team were properly trained and all assigned equipment was maintained;participated in Bright Star,Egypt(1985) '', DRC 63 EME GENCY SEaf V ICES LISA GARCIA WALSH CONTRACTS MANAGER 110 Veterans Boulevard,Suite 515•Metairie,LA 70005 {}. (888)721-4372• Lgarcia@drcusa.com INTRODUCTION Ms.Garcia has overseen DRC's contracts since 2010,maintaining contractual records and documentation,such as receipt and control of all contract correspondence.She's also responsible for applying,renewing and activating general contractor licenses nationwide, and other authorizations and pre-qualifications. Projects on which she provided administrative assistance to the Chief Operating Officer,Regional Manager and several Project Managers include the BP Oil Spill Clean Up and Hurricane Isaac Recovery, as well has numerous demolition and DOT jobs. Prior to joining DRC, Ms. Garcia provided administrative assistance for emergency response projects involving FEMA protocol. EDUCATION Our Lady of Holy Cross College-New Orleans,Louisiana Bachelor's Degree in Accounting-May 2015 Nunez Community College-Chalmette,Louisiana Associates Degree in Business Technology-2010 PROMINENT CERTIFICATIONS Hazardous Waste Operations&Emergency Response-Initial FEMA IS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS-632.a Introduction to Debris Operations FEMA IS-633 Debris Management Plan Development FEMA IS-634 Introduction to FEMA's Public Assistance Program FEMA IS-700 National Incident Management System(NIMS),An Introduction FEMA IS-702.a NIMS Public Information Systems OTHER CERTIFICATIONS FEMA IS-5.a FEMA IS-201 FEMA IS-547.a FEMA IS-803 FEMA IS-10.a FEMA IS-244.b FEMA IS-660 FEMA IS-806 FEMA IS-11.a FEMA IS-315 FEMA IS-706 FEMA IS-906 FEMA IS-37.17 FEMA IS-317 FEMA IS-775 FEMA LS-907 FEMA IS-42 FEMA IS-324.a FEMA IS-800.b FEMA IS-909 FEMA IS-106.17 FEMA LS-453 FEMA IS-801 FEMA IS-2900 FEMA IS-200.b FEMA IS-546.a FEMA IS-802 NOTABLE PROJECTS Hurricane Maria-2017 Houston,TX Flood-2015 Hurricane Irma-2017 Winter Storm Pax-2014 Hurricane Harvey-2017 Midwestern Tornado Outbreak-2013 Hurricane Matthew-2016 Super Storm Sandy-2012 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Isaac-2012 Winter Storm Jonas-2015 Hurricane Irene-2011 ODRC 64 Stang 8.,k. BP Oil Spill-2010 Hurricane Rita-2005 Hurricane Gustav-2008 Hurricane Ophelia-2005 Hurricane Ilse-2008 Hurricane Katrina-2005 Hurricane Wilma-2006 Hurricane Dennis-2005 EXPERIENCE DRC Emergency Services,LLC-New Orleans,Louisiana Contracts Manager-November 2013-present • Maintain contractual records and documentation such as receipt and control of all contract correspondence • Ensure that signed contracts are communicated to all relevant parties to provide contract visibility and awareness, interpretation to support implementation • Responsible for applying,renewing and activating general contractor's licenses nationwide;prequalification with Department of Transportation offices nationwide • Responsible for Secretary of State annual filings and authorizations to do business Project Administrator-July 2010-November 2013 • Provided administrative assistance to the Chief Operating Officer,Regional Manager and several Project Managers for projects in Louisiana including,but limited to: o MC52 BP Oil Spill Clean Up o St.Bernard Road Project o Orleans Parish Sheriff's Office o Hurricane Isaac Recovery-Assisted project managers in several contracts,coordinated and managed personnel to scan and submit tickets to Mobile office) • Project administrator for two demolition projects for the City of New Orleans;responsibilities included filing permits,making LA One Calls,review of all packets for demolition paperwork prior to demolition,attended monthly meetings with City of New Orleans and provided invoicing reconciliation • Researched bids and RFPs throughout the United States Law Offices of Christian D.Chesson-New Orleans,Louisiana ParalegaVOffice Manager-September 2006-January 2009 • Assisted in Chapter 7 Bankruptcy and Lemon Law documentation for clients • Provided overall office management,including: o Client relations o Accounts payable/receivable o Administrative support to ten attorneys in the New Orleans office location o Liaison between the New Orleans office and the Lake Charles office locations Advanced Cleanup Technologies,Inc.-Rancho Dominguez,California Administrative Manager-October 2005-May 2006 •Director of Human Resources for the Southeastern Branch of ACTI •Administrative office manager duties included:documentation and operational support for operations manager and project managers;invoicing for emergency response projects following FEMA protocol ODRC 65 ENE aGE NCY ki VICES z $. a. [ v v v u0 eyo 2 y 'Jt m Cp OD 0 KeyPersonnel b = c 5 ,... 'iw i Lii 4 `cn I d: 4,a" z c. .y z T x h 2 t ❑ ' U b .$ 1 I . g � m o c '66 a 6b it � c v 1 u 5 > a� '> g> ucAz E9. ,24-' ux , . u° °.< Years of Relevent Experience 22 15 38 20 16 17 12 16 2 13 13 7 Years Employed by DRC - 3 15 13 . 14 5 4 9 1 6 8 6 Disaster Event Experience Hurricane Irma • • • • • • • • • Florida Debris Removal-Palm Beach Gardens,Cocnut Creek,FDOT,Miami, North Miami,Citrus County,Ft.Lauderdale,Largo,Fernandina Beach,Cutler Bay,Doral,Redington Beach,Deland,St.Augustine,Orange City,Surfside, • • • • • • • • • Daytona Beach,Pembroke Pines,Indian Creek Village,Inverness,Debary,S. N. Pasadena,Orlando,Monroe County,Miami-Dade County t--1 NGeorgia Debris Removal-Brunswick • • • • • • • • Hurricane Harvey • • • • • • • • • • • • Texas Debris Removal-City of Pasadena,City of Aransas Pass,City of Port Aransas,Jefferson County,Houston,Texas City,Harris County,Port Arthur, Port Neches,Nederland,Groves,Humble,Taylor Lake Village,Cleveland, • • • • • • • • • • • • Waller County,Bellaire,Piney Point Village Hurricane Matthew • • • • • • • • North Carolina Debris Removal-Hyde County,North Topsail Beach,New • • • • • • • Hanover County,Wilmington,Pender County Florida Debris Removal-Palm Beach Gardens,Debary,Ormond Beach, Deland,Orange City,Daytona Beach,St.Augustine,Leon County,Citrus • • • • • • • County,City of Sebastian Georgia Debris Removal-GDOT Chatham County • • • • • • • Hurricane Hermine • • • • • • Florida Debris Removal-Leon County,Citrus County • • • • • • Louisiana Severe Storms and Flooding(DR-4277) • • • • • • • • • • • • Louisiana Debris Removal-East Baton Rouge Parish/City of Baton Rouge, Ascension Parish,Lafayette Parish,Tangipahoa Parish,St.Martin Parish, • • • • • • • • • • • • t-i Baker,Iberville Parish/City of St.Gabriel NLouisiana Flood Event • • • • • • • • • • Louisiana Debris Removal-Caldwell Parish,Tangipahoa Parish • • • • • • • • • • North Carolina Tornadoes • • • • • • • • North Carolina Debris Removal-New Hanover County • • • • • • • • Texas Tornadoes • • • • • • • • 0 0 a. I l m m w eo t t y Key Personnel 11 li`� _ r r °° c° ' o ,. ,"e Lrt 4 v ' t h 'ni p Cil y� v .g U M m o ' o si 0 ,, Ii u u n 0D c � = 65 ".7 �S�D p^ _ a ti JJi > . > > F5 � rix" E-' 0 Uz 12 38 ° ¢ Texas Debris Removal-TXDOT Smith/Cherokee County • • • • • • • • Texas Severe Storms and Flooding(DR-4269) • • • • • • • • Texas Debris Removal-Harris County,City of Houston, • • • • • • • • Winter Storm Jonas • • • • • • • • • Maryland Snow Removal-Maryland DGS,Maryland State Highway Authority,City of Baltimore,and Prince George's County • • • • • • • • • Virginia Snow Removal-Louden County • • • • • • • • • 2015 Louisiana Storm Event(Straight Line Winds) • • • • • • • • Louisiana Debris Removal-East Baton Rouge Parish,Ascension Parish • • • • • • • • NHouston Flood • • • • • • • • • N Texas Debris Removal -City of Houston,City of Bellaire,TXDOT Waller and N • • • • • • • • • Montgomery County Severe Storms,Straight-line Winds and Flooding(DR-4237) • • • Winter Storm Pax • • • • • • • South Carolina Road Clearing,Debris Removal and Processing-SCDOT • • • • • • • NNorth Carolina Winter Storm Debris Removal -City of Archdale,Pander County,City of Wilmington,New Hanover, Thomasville • • • • • • • 2013 Midwestern Tornado Outbreak • • • • • • en Missouri Storm Debris Removal-St.Charles County,St.Louis County, O Bridgeton • • • • • • N Oklahoma Storm Debris Removal-Pottawwatomie County,Oklahoma City • • • • • • Super Storm Sandy • • • • • • New York Debris Removal-NYDOT Nassua County,NYDOT Suffolk County • • • • • Maryland Debris Removal-Harford County • • • • • New Jersey Debris Removal-Ocean City,Piscataway • • • • • HHurricane Isaac • • • • • • • • NLouisiana Debris Removal-Ascension Parish,LADOTD District 62, Mandeville,St.John the Baptist,Jefferson Parish,East Baton Rouge,St. • • • • • • • Charles Parish,New Orleans Louisiana Emergency Food and Emergency Sand Provistions-State of • • • • • • • Louisiana Hurricane Irene • • • • • • Virginia Debris Removal-Virginia DOT,Richmond,VDEM • • • • • • r7' x 0 a a a i w t a 3 cn v m cvg'.0m m Gv Key Personnel �o r o .54 ii v N7, t ,t a z v 6b m ° ,,,o o .� 55 II 5 o c '® c E� ? '6h - c 2 i ifc3 > > _> u4 Ax Hx c0x cC v 6-,¢ Maryland Debris Removal-St.Mary's County,Harford County,Calvert • • • • • • County North Carolina Debris Removal-Havelock,North Topsail Beach,Pender County,New Hanover County,Pamlico County,Southern Shores • • • • • • 1-1 Rhode Island Debris Removal-Rhode Island DOT,Providence,Cumberland, • • • • • • O Narragansett,Cranston,Barrington el 2011 Tornado Outbreak • • • • • • • • North Carolina Debris Removal-Greene County,Wilson County and • • • • • • Johsnton County Alabama Debris Removal-Alabama DOT,Alabama Department of Conservation and Natural Resources,Franklin County,Town of Phil • • • • • • • • Campbell,Birmingham,Trussville,Calhoun County,Fultondale Mississippi Debris Removal-Clay County,Holmes County,Durant • • • • • • Snow Storm Recovery • • • • • Virginia Snow Push-Virginia Department of Emergency Management,Virginia DOT,Arlington County,Prince William County, • • • • • Alexandria,Richmond Maryland Snow Push-Anne Arundel County,City of Baltimore,Maryland O DOT • • • • • CHaiti Earthquake • • • • • • el Body Recovery,Debris Removal,Housing&Support Facility • • • • • • BP Oil Spill • • • • • • • Recovery Efforts in Louisiana Parishes of Plaquemines,Terrebonne,St. • • • • • • Bernard,Cities of Lafitte and Grand Isle Recovery efforts in State of Florida in Santa Rosa County,Okaloosa County, Escambia County • • • • • • Ice Storm • • • • • • Kentucky Debris Removal -Kentucky DOT Districts 18t2, ,Graves County, Lexington-Kentucky Urban County Government, • • • • • Arkansas Debris Removal-Fayetteville,Blytheville,Baxter County • • • • • pN Hurricane Ike • • • • • O Texas Marine Debris Removal -Texas General Land Office • • • • • • O , N Texas Bolivar Ditch Excavation-TXDOT Galveston County • • • • • • �f, t; 0 o. a ., "t v v W ivo ,2 Ke Personnel C C _G m +yT Key �& � C yCC �'`J � u) 0g50 � O > q � A 3 5 4 -0, , 2 w ,P vy v 2 � ,, 1 p U 1� Al i �c V i;` u 2 m Kb me 'b c a Sn G c 9: 2i u1 1 > 1 > g> . i ria ,,- vrz 12 3v 2 < Hurricane Gustav • • • • • Louisiana Sunken Barge Removal-Iberville Parish • • • • • Louisiana Debris Removal-Assumption Parish • • • • • Louisiana Land Trust Demolitions-St.Bernard,Jefferson,Orleans Parishes • • • • • Hurricane Ike • • • • • • Texas Debris Removal-Houston,Jefferson County,El Lago,Baytown,Port Arthur,Jamaica Beach,Humble,Nederland,Nassau Bay,Port Neches, 0 Bellaire,Taylor Lake Village,Piney Point,Harris County,Gavleston,Port of • • • • • • NGalveston,Groves,TXDOT Orange County,TXDOT Chambers County, TXDOT Hardin East Hurricane Gustav • • • • • Louisiana Debris Removal-LADOTD Districts 2,3,61&62 • • • • • Louisiana Debris Removal-New Orleans,Tangipahoa Parish,Iberia, Lafayette Parish,Iberville Parish,St.Landry Parish,St.John the Baptist • • • • • • a0 Parish,Kenner,Westwego,Bayou Lafourche Fresh Water District O O Hurricane Katrina • • • • • N Port of New Orleans,LA Wharf Demoltion and Removal • • • • • Plaquemines Parish Construction and Repairs to five Government Buildings • • • • • Missouri Ice Storm • • • • • Missouri Debris Removal-Springfield,Greene County,Marshfield,Webb 0 City, Duquesne,Alba • • • • • NHurricane Katrina • • • • Plaquemines Parish,LA-Canal Debris Removal,Cleaning of Ditches and Culverts, • • • • New York Ice Storm • • • • • New York Ice Storm Debris Removal -City of Amherst • • • • • Hurricane Katrina • • • • Lousiana DEQ Vehicle and Vessel Removal,Remediation and Disposal • • • • Louisiana FEMA Trailer Installation-St.Bernard Parish • • • • O Louisiana Demolition Project and Private Property Debris Removal-Jefferson O Parish • • • • N Louisiana Demolition Project-City of New Orleans • • • • Mississippi Debris Removal Removal-Gulfport • • • • x 0 G u '15o d en v . Key Personnel b r a a ' c 8a � 0 11 z .01 ; o4 .A1 ' A > b 11 1 z = b Mississippi Marine Debris Removal-USCG Jackson • • • • Hurricane Wilma • • Florida Marine Debris Removal-Monroe County • • • • Hurricane Wilma • • • • Florida Debris Removal-Monroe County,Plantation,North Miami,Miami, School Disrict of Palm Beach,Hollywood,Martin County,Miami Dade,Palm • • • • Beach,Deerfield Beach, c::'O Hurricane Rita • • • • • N Texas Debris Removal-Jefferson County • • • • Louisiana Debris Removal -West Lake • • • Hurricane Ophelia • • • • North Carolina Debris Removal-North Topsail Beach • • • • Hurricane Katrina • • • • • • • Florida DOT-Emergency Push Monroe County • • • • In Florida Debris Removal -Miami,Monroe County,Hollywood,Gulf Breeze • • • • O NLouisiana Debris Removal-Washington Parish,Louisiana DOT,Baton Rouge • • • • Hurricane Dennis • • • • • Florida Debris Removal-Gulf Breeze, Monroe County,Okaloosa County, Escambia County,Mary Esther,Milton,Shalimar,Santa Rosa • • • • 7 0 :14 I C L E T T E B()\\I,N,MIC1.1•; r1,&BRIT!'INsuR.\Nc AGI.Nc:\,LLC 1111 N<)RTI I Lo(fp V'1,:S r,Surri 400 �1Hous roN,Ti;S.\S 77008 ► : ) l'ia,tct'la)NIc(713)8807100 � g� F\(:SINni,F,(713)880-7149 Ld January 5,2018 DRC Emergency Services,LLC 13 Evia Main Galveston,TX 77554 Re:DRC Emergency Services,LLC Dear Sir or Madam: We are the surety bonding agent for DRC Emergency Services, LLC, of Galveston,TX. In this capacity,we have become very familiar with their financial,management,and operational capabilities. DRC Emergency Services,LLC is bonded through Hartford Fire Insurance Company(Hartford),which has an A.M. Best Rating of A+ Superior with a Financial Size Category of XV. Hartford has agreed to support performance and payment bonds for single projects up to$80,000,000 as long as these projects fit within a$150,000,000 aggregate work program. Please note that the decision to issue performance and payment bonds is a matter between DRC Emergency Services, LLC, and Hartford, and will be subject to the review and approval of the contract terms, conditions and related underwriting criteria at the time of the request. We assume no liability to third parties or to you if for any reason Hartford does not execute said bonds. We hold DRC Emergency Services, LLC in the highest possible regard and it is our pleasure and privilege to recommend them for your consideration. Very truly yours, BOWEN,MICLE L'I'E&BRITT INSURANCE AGENCY,LLC cJ� -/---i David T. Miclette Senior Vice President DT/rg INSVR.\\(:I:/13()\t)S/RISK M\\ \(;I.:\II{N'I 71 • iBERIARA \K 11 Greenway Plaza Suite 2900 Houston, Texas 77046 www.iberiabank.coin July 20,2016 DRC Emergency Services, LLC 13 Evia Main Galveston,TX 77554 Re: DRC Emergency Services,LLC To Whom It May Concern, This letter is in support of DRC Emergency Services,LLC("DRC"or the'Company'). I am writing on behalf of Iberia Bank Corporation("Iberia"),which is a publicly traded bank holding company. Iberia is the primary lender for DRC's owners and has banked their various entities for over 15 years.The relationship has resulted in loans in excess of over$25,000,000,which have always paid as required. Currently,the relationship has the capacity to borrow in excess of its existing credit due to its strong liquidity position and capital structure.The Company has the financial ability to bid on and perform contracts in excess of$100 million. The decision to commit to an expanded credit facility will be subject to the review and approval of contract terms,conditions and related underwriting criteria at the time of the request. We assume no liability to you if,for any reason, Iberia does not extend additional credit above what is already committed. We look forward to working with you and DRC Emergency Services,LLC on future project opportunities. Sincerely, nett Douglas jk,P--- EVP—Regional Group Manager IberiaBank STATE OF TEXAS COUNTY OF HARRIS The foregoing letter was acknowledged before me this 20th day of July,2016,by Bennett Douglas. (Al("---p..,(44,„z;. {e.- U". �_ o:�r:t;4 MARIA G. VASQUEZ 6 �I . Notary Public ,t,. .!; STATE OF TEXAS -""4,,'W My Comm.Exp.Juno 4.2019 ''� DRC 72 �' •M[RG(MCV SURVICIS ,4WRO® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 07/11/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MCGRIFF,SEIBELS&WILLIAMS OF TEXAS.INC. NAME` 818 Town&Country Blvd,Suite 500 (A/C No,Ext): 713-871.8975 (A/C,No):713-877.8974 Houston.TX 77024-4549 E-MAIL ADDRESS: INSURER`S)AFFORDING COVERAGE NAIC e INSURER A:Underwriters At Lkryd's,London _ I _ 15792 INSURED INSURER El:United States Fie Insurance Company i 21113 DRC Emergency Services,LLC P Y _..-------_-------7--- P.O .Box 17017 INSURER C:Texas Mutual Insurance Company 22945 Galveston,TX 77552 INSURER D:ArgO taut Insurance Company 19801 INSURER E:Crum&Faster SpeciaMRlr Insurance Company. 44520 INSURER F: COVERAGES CERTIFICATE NUMBER:2NNuzvuH REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR - — ?ADDLISUBRT----- --f POLICY EFF POLICY EXP I r TYPE OF INSURANCE ;NSD'.WVD POLICY NUMBER !pAWDD/YYYY)'(MSVDD/YYYY) LIMITS A X cowERClALPSD,RALUABLITY j 1 180621EMSSI000317 05/26/2017 05/26/2018 EACH OCCURRENCE S _ __11,000,000CLAIMSMADE a OCCUR _ I DAMAGE I ORENTL0 -'PREMISES(Ea occund enS 300,000 _; MID EXP(Any me person) S 10,000 X X PI RSONAL&ADV INJURY S 1,000,000 r,EML AGGREGATE LIMIT APPLIES PER: l :0151 RAI AGGRI GAF s 2,000.000 CPOLICYa j' Ei LOC PRODUCIS COMP/OPAGG S 2,000.000 OTHER: s B AUTOMOBILELMBIUTY 1337407101 05/26/2017 05/26/2018 COMBINTO DSINGLELIMIT nt S 1,000,000 X ANY AUTO I BODILY INJURY(Per person) S ~ OWNED �SCHEDULED X X BODILY INJURY(Per accdent)I S AUTOS ONLY AUTOS HIRED NON-OWNED j '••, " -• -•rr S _ AUTOS ONLY — AUTOS ONLY jPer accident) -- __-- _-- S A UMBRELLA LIAB X OCCUR 130621EMSSL000217 05/26/2017 05/26/2018 IAWIiOCCURRENCE s 5,000,000 X EXCESS LNB _CLAIMS MADE X X AGCkI(-AI ___ S 5,000,000 DEO 1 RI II NIPIN S j s C WORKERS COMPENSATION 'TSF0001307608 TX 05/26/2017 05/2612018 X 1!STATUTE I 1 ETR _ D AND EMPLOYERS'LIABILITY Y/N WC928318471754 ANYPROPRIETOR/FARTNER/EXECUTIVE I E.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? a NIA X ! — iIandaIery in NH) E.L.DISEASE,EA EMPLOYEE S 1.000,000 It)es,describe under : 1,000 000 DFSCRIP Il/N Of OPF RATIONS below :.F.L.DISEASE-POI.ICY LIMIT 5 E Contractors Pollution& 11KC105162 05/26/2017 05/26/2018 Contractor's Pollution S 1.000,000 Errors&Omissions Errors&Omissions s 1,000 000 X X Policy Aggregate s 2.000.000 s s DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is refired) Certificate Holder is included as an Additional Insured on the General Liability,Automobile Liability and Excess Liability policies.Waiver of Subrogation applies in favor of Certificate holder as respects General Liability,Automobile Liability,Workers'Compensation and Excess Liability.The General Liability Policy includes a Per Project Aggregate.Coverage is primary and non-contributory as respects to General Liability,Automobile Liability and Excess Liability policies. All as required by written contract subject to policy,terms,conditions,and exclusions. In the event of cancellation by the insurance companies the policies have been endorsed to provide 30 days Notice of Cancellation(except for non-payment)to the Certificate Holder shown below. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE "FOR INFORMATION ONLY" ( ,I .,T. Payr 1 oI 2 c. 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD ODRC 73 EME45111C,S.VICES Striking neck. AGENCY CUSTOMER ID: LOC*: A�RO® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 PRODUCER INSURED MCGRIFF,SEIBELS&WILLIAMS OF TEXAS,INC. DRC Emergency Services,LLC POLICY NUMBER CARRIER MAIC CODE ISSUE DATE: 07/11/2017 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: Contractors Equipment Coverage Carrier: Phoenix Insurance Company Policy 4QT6608076X50APHX17 Policy Period: 05/26/2017 to 05/26/2018 Leased/Rented/Borrowed Equipment Limits: $500,000 Per Item $997,000 Maximum Amount of Payment Blanket Loss Payee and Additional Insured as their interest may appear as required by written contract. ACORD 101 (2008101) e 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE NUMBER: 2NNUZVUH ODRC 74 .11..G.NC.siRVI«_ Sinking lack. APPROACH AND METHODOLOGY THE PRIMARY MISSION OF DRC EMERGENCY SERVICES,LLC IS TO PROVIDE A PROFESSIONAL,HONEST AND IMMEDIATE RESPONSE TO NATURAL AND MAN-MADE DISASTERS. One of the primary missions of any government agency is to protect lives; minimize the loss or degradation of resources; and continue, sustain, and restore operational capability after a disaster strikes in its area of responsibility. DRC Emergency Services,LLC by comprehensive planning support,along with vigorous training,can help local government reach a level of readiness that will allow the government to address these contingencies with confidence. We are committed to helping our clients understand the principals and all hazard aspects of Emergency Management.One of the basic principles of emergency management is that we can and should prepare for the hazard before it occurs and by doing so we are better postured to respond after the disaster-triggering event occurs. PREPARE Preparedness involves marshaling the resources needed to respond effectively as well as how to respond when an emergency or disaster occurs. These activities help save lives and minimize damage by preparing people to respond appropriately when an emergency is imminent or actually occurs. To respond properly, a jurisdiction must have a plan for response, trained personnel to respond, and necessary resources with which to respond. DRC can provide comprehensive employee training for plan implementation. This training may include disaster simulation and evaluation,as well as helping the agency modify their Emergency Management Plan(EMP)as needed. Training can also be used to test various plans such as the Comprehensive Emergency Management Plan,Continuity of Operations Plans, Field Operations Guides, etc. DRC is committed to providing the best training possible to its clients. Clients have made significant investments in equipping their first response units, but if the client, first responders and the public they serve have not prepared by training,then the investment will not pay off when it is needed most-during an actual event. ALERT When a potential storm arises,DRC personnel monitor the situation and a telephone cascade plan is initiated to alert the Regional Manager and other relevant personnel(see below).Local and area DRC offices are activated. 72 hours before impending impact,the Regional Manager makes contact with The City of Miami Beach to discuss the maximum response requirements for a 24-hour,48-hour and 72-hour response window,as well as potential TDSRS(if not pre-established in the contract).This information is reported to all vice presidents and senior project managers. PERSONNEL The Vice President(V.P.) is positioned at DRC headquarters. The V.P. directs and supervises all operational aspects of DRC and team partners in response to a Task Order. The V.P.serves as the primary contact between DRC and the client for all contracts and other communication. Upon Task Order,the V.P.initiates all corporate plans in fulfillment of contract requirements and activates all relevant departments,team partner relationships,subcontract relationships, and reservists. The V.P.supervises and directs mobilization of national corporate resources in response to Task Order until all performance targets are met and serves as corporate "responsible party" until all obligations of the contract are fulfilled. DRC's Project/Program Manager are responsible for overall management of day to day operations for a specific project. His duties primarily exist in the oversight of field operations although he serves as administrator of his supervisors and office personnel. All field supervisors, crew supervisors, QC managers, safety managers and site mangers report to the project manager throughout every day,7 days per week.The project manager shall hold daily meetings with staff to discuss all debris mission issues at a central location that is also open to The City of Miami Beach. Their duties also include the management of documentation and public relations for the specific project. ''� DRC 75 .. smlinq Back. The Operations Manager (O.M.) is a member of DRC Senior Management assigned as principal liaison to the client for each operation. The Operations Manager will henceforth be on call and available to respond to the point of contact 24 hours a day, 7 days a week throughout the life of the Task Order. The DRC Operations Manager will have full electronic linkage to the client via cell phone, satellite phone, internet, and/or two-way radios. The O.M. will have responsibility for successful completion of a Task Order and is responsible to the client as well as the DRC V.P. All Field Supervisors will be assigned sectors or zones within a specific debris area to manage. They will be responsible for supervising the daily activities of the collection crews working to remove debris. Those subcontractors/ crews within the sector or zone are to report directly to DRCs field supervisor with any and all issues. If these issues require upper management decisions, then the supervisor is to report to the project manager immediately. The field supervisor communicates with the project manager at a minimum twice per day to update the project manager of the activity in their particular zone or sector. The field supervisor works"hand in hand" with the sector safety manager and quality control manager to ensure a safe and compliant operation in the field. He answers directly to the project manager but is instructed to take action if the safety or QC manager raises any safety concerns and has the authority to stop work. Daily and QC reporting is a primary and important function of the field supervisor; they are to fill out and submit daily reports to the project manager for all activities within that zone on a daily basis. Crew Supervisor will be responsible for individual or a group of crews working within a specific debris zone. The Supervisor will oversee the actual collection and loading of all debris along with the proper segregation and identification of various waste streams such as Vegetative,C&D,White goods and HHW.Supervisors are tasked with directing the individual crews within the zones and their specific zone assignments and ensuring safe traffic control with the aid of the QC manager and Safety Manager.The crew supervisor handles all zone maps and sub-zone maps with individual crews. Subcontractors will be assigned zones and crews will subsequently be assigned sub zones; crew supervisors shall distribute these crew maps and manage their production and boundaries within these zones. Site Managers shall be assigned to each and every site located within any debris mission to include TDSRS,staging sites and final disposal sites. The Site Managers will oversee and direct all unloading, reduction, traffic control, inspection tower issues, site equipment and trucks. Site Managers report directly to the project manager, but also communicate with the crew and field supervisors. MOBILIZATION If the storm becomes a threat, 24-48 hours before impact, manpower and equipment are mobilized and staged in a safe location near the area of impact. Subcontractors are put on notice, and emergency communications are made available.Locations for a mobile command center are scouted and chosen based on factors such as proximity to major roads and severity of impact. Because DRC ES has partnered with major fuel companies and compiled a list of regional emergency diesel and gasoline suppliers, temporary shortages will not affect operations. Field maintenance/fuel personnel will prepare their assigned maintenance/fuel vehicles for deployment in accordance with the appropriate inventory and safety checklists. DRC personnel will ensure, that the command center,if utilized,contains all required equipment and supplies, that communications have had a full system check and that all required equipment/supplies are in order prior to departure. Portable power supplies will also be safety inspected and load tested prior to departure. DRC over-the- road equipment transports and operators will initially conduct equipment transportation. Additional equipment transportation will be contracted, as needed, by over-the-road equipment transporters and operators through pre- established standing agreements. 76 Striking Beck. COMPLIANCE MEASURES DRC's Safety Officer will conduct a safety briefing and safety equipment check prior to equipment operation to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. Within three days of Task Order/Notice to Proceed, DRC will furnish The City of Miami Beach with a site-specific Management/Operations plan,along with a Quality Control Plan and site-specific Safety Plan. All personnel records (management, supervisors, foremen and laborers) will be reviewed prior to deployment to ensure they have documentation of current training. TDSRS teams will also secure all necessary clearances,permits,and licenses to operate the site(s)and will submit Site Plans to The City of Miami Beach complete with Site Specific Safety and/or Accident Prevention Plans, a Traffic Control Plan to properly manage site ingress and egress,a Dust Control Plan,and/or a Fire Prevention Plan, plus a complete Subcontracting Plan listing all subcontractors. Within 48-72 hours, TDSRS location(s) will be fully operational, complete with ingress and egress points, inspection towers, water runoff protection, and containment berms and/or geotextile. CLIENT INTERACTION PROGRAM At DRC we take very seriously the faith placed in our team upon selection by the City of Miami Beach as the Disaster Debris Management Provider. Having been the primary provider of services on some of the largest and most destructive events to ever impact our country,we appreciate and recognize the amount of information and interaction necessary for us to be completely prepared to provide the most effective and proficient debris removal program for the City of Miami Beach. It is for this reason that the DRC Management and Operations Team spends as much as is necessary working with local government leaders in times of non-event to gain that essential,in-depth understanding of local issues,priorities, concerns, and objectives in order to provide a level of responsiveness that is unmatched in the industry. DRC's Regional Manager will meet regularly with the City of Miami Beach to discuss items such as Temporary Debris Management Site viability,priority roadways,critical access,infrastructure concerns,among other important issues. At no cost to the City, DRC will provide an annual "Pre-Season Debris Response&Readiness Workshop" whereby members of the City Debris Team,Public Works,and Finance&Administration can be updated on policy&guidance changes, roles & responsibilities of your debris management provider, and overall disaster debris educational training. These annual workshops/seminars/meetings have been immensely successful throughout the country, allowing the DRC Team to interact, share important information, and refresh local points of contact in the months leading up to hurricane season. DRC firmly believes in serving clients year round and not just at the time of an event or activation. Whether we are needed to respond to a minor contract activation or a large scale catastrophic event, DRC's believes that adequate planning&preparation is the key to a successful and fully reimbursable debris removal program. POST DISASTER COMMUNICATION WITH CITY STAFF In any post-event scenario,participation by select City Staff is critical.City employees,generally from Public Works or Solid Waste, provide direction and support pertaining to project approach, prioritization of push and collection routes, critical roadways & facilities, and physical nuances otherwise not know. DRC takes very seriously the responsibility of facilitating an effective disaster debris recovery operation and will begin to develop relationships with those responsible within the local government immediately upon contract award so as to establish and gain a deep understanding of the unique needs,concerns,and priorities of the City of Miami Beach.DRC believes that"pre- event planning&preparation"is essential,and will always result in a more successful post-event operation. During times of post-event activation DRC will engage City staff and seek input continually,by way of daily meetings with all project participants, field interaction, and comprehensive daily reporting. This consistent interaction has ''� DRC 77 ' Strektng 8,c. successfully proven on past activations to keep critical lines of communication in place, provide complete transparency in to the daily process, progress, challenges, and accomplishments, and provide early answers to the public and local government officials. 78 Seam iMCUG6 tv Si Veer SeamBM. RESPOND Responding to natural and man-made disasters and emergency clearing of debris is the core business of DRC ES and has been for twenty-seven years. We understand that a response is expected and needed immediately after the disaster occurs to help save lives and minimize loss. DEBRIS OPERATIONS PLAN RESPONSE TIME DRC Emergency Services (DRC ES) proposes the following time frames in which services can be provided without unwarranted delay or interference. DRC will mobilize the appropriate number of personnel and equipment crews as required immediately upon request. Advance deployments will be strategically staged in advance of a predicted weather event. DRC will have management personnel within the Emergency Services Center 24 - 48 hours prior to the arrival of a disaster. If the disaster could not be predicted, DRC will have management personnel within the Emergency Services Center within 24 hours after the event. DRC will commence mobilization of equipment, operators, and laborers immediately upon receipt of a Task Order Notice to Proceed that shall meet all requirements of The City of Miami Beach. • WITHIN 24 HOURS: DRC initiates Emergency Road Clearance(Push) operations with 15-20 crews or more as dictated by the events severity. When the initial assessment phase is complete DRC submits the required information such as site-specific safety plan, insurance,bonds,quality control plan, subcontracting plan with specific subcontractors and goals, location of staging area, location of TDSRS, final disposal sites and all applicable licenses,permits,organizational structure etc. • WITHIN 48 HOURS: Emergency Road Clearance is complete,TDSRS construction is underway,and DRCs projected management staff, including subcontractors and consultants, will be operational. At full mobilization,the average daily production rate for load and haul will be approximately 10-20,000 cubic yards (again depending upon the severity of the event). The hauling activity normally last approximately 60 days and an additional 30 days for reduction;site closure and project dose out. DRC Emergency Services proposes the following time frames in which services can be provided without unwarranted delay or interference: PROJECT MOBILIZATION TEAM DRC's Project Mobilization Team of Project Managers and administrative staff will be on site within 12 hours of Task Order notification prior to or immediately following a disaster event. The Team may be air lifted to the designated location by company and/or subcontractor aircraft. Management vehicles will provide transportation for other company personnel.The Team will then conduct an immediate disaster assessment in coordination with The City of Miami Beach staff to begin the staging and deployment of equipment,crews and logistical support. DRC staff will establish the site location(s) in the disaster area for the temporary field office/s, communication unit, lay-down yard and support systems,including potential emergency base camp.Evaluation surveys will be conducted by ground teams as well as by aerial survey using helicopters. RAPID DEPLOYMENT CREWS The DRC full project administrative staff will be on site within 24 hours of Task Order/Notice to Proceed, and commence debris removal operations with five or more Rapid Deployment Crews. As necessary to open key access roads, crews of saw men and loaders with grapples will augment the Rapid Deployment Crews. The Project Mobilization team will then rapidly escalate crew strength to meet The City of Miami Beach production rate targets. OPERATIONS MANAGER The Senior Management together with the Project Management Team will assign and provide a DRC Operations Manager to The City of Miami Beach. The Operations Manager will henceforth be on call and available to respond to 79 s.Hg Striking Backxk. the Contracting Officer 24 hours a day, 7 days a week throughout the life of the Task Order. The DRC Operations Manager will have full electronic linkage to City via cell phone,satellite phone,intemet,and/or two-way radios. OPERATIONAL PLANS Within 3 days of Task Order,DRC will furnish the contracting officer with a Management/Operations plan specific to the Task Order,with Site Specific Safety Plan. DRC will also furnish the client with a complete Subcontracting Plan listing all subcontractors. MEASUREMENT Beginning during Mobilization, trucks and trailers used for the purpose of transporting debris will be measured by The City of Miami Beach or representative thereof. DRC will provide appropriate measurement forms as specified by The City of Miami Beach. MOBILIZATION-EMERGENCY DEBRIS ROAD CLEARANCE(PUSH) This operation is accomplished when time is of the essence,normally within the first 70(plus or minus)hours after an event. Although this is a time critical operation, safety of personnel and the general public is paramount to a successful operation. Extreme caution must be exercised during this phase of the debris management operation to DRC Emergency Services, LLC avoid downed live electrical wires and other such dangerous Contract# ___ circumstances. Once this task is accomplished, or coinciding Location with the progress of this task, debris removal from public Cubic Yard Load Ticket easements,property and rights-of-way begins. No. 132191 As tasked by The City of Miami Beach, DRC will provide Agency initials Zone/Area Emergency Road Clearance which involves the emergency clearing, cutting, tossing and/or pushing of debris from the Date: _ primary transportation routes to the medians or sides of the public rights-of-way (ROW). Under direction of The City of Time. Miami Beach, DRC crews will work independently or in Crew No.: Locat on: conjunction with The City of Miami Beach crews to Cubic Yard Total: temporarily clear debris from pre-designated critical arteries to Truck facilitate the movement of emergency vehicles and other Truck No.: Capacity: critical traffic in the immediate aftermath of a disaster. Only a Materials: single lane is usually cleared at first with the additional lanes ❑ vegetative Miles ❑ C + El o- 15 being cleared according to the needs and requirements of the O White Goods ❑ 16-30 affected community. In addition, entrances and routes to ❑ OTHER ❑ 31-50 hospitals and emergency service facilities, such as fire and Comments: police departments, are given priority during this emergency debris and fallen tree clearance period.The equipment utilized in this operation can include,but is not limited to:large rubber Signatures: tired loaders with grapples or rakes; small bobcat type loaders Agency: to access narrow areas; and other specialized dearing DRC ES, LLC: equipment as may be required by local conditions. Additionally, service trucks for maintenance and/or fuel and vehicles for personnel transportation and supervision are required. Personnel, such as heavy equipment operators, truck drivers,and operators with chainsaws,general laborers with tools,flagmen,mechanics,supervisors,and project managers are usually required. OPERATIONS • Clear debris from roads in the order of and number of lanes as tasked by The City of Miami Beach. ''� DRC 80 ` Striking Beck. • Clear debris from parking lots,areas of ingress and egress and any other area of hospitals,shelters,emergency operations center,etc.as tasked by The City of Miami Beach. • Operators and hand crews will be instructed to perform in a workman like manner to prevent damage to salvageable and/or undamaged property and prevent personal injury to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. • Attempt to make roadways and intersections as safe as possible from sight and traffic obstructions to ensure compliance with the Accident Prevention Plan and Site-Specific Safety Plan. • All supervisors will maintain personnel and equipment hours on a per day basis. DEBRIS REMOVAL FROM PUBLIC RIGHTS OF WAY Within 24 hours of Task Order,DRC will commence debris removal operations with multiple Debris Removal Crews. Debris Removal Crews will typically consist of three to five hauling vehicles of 100 to 150 cubic yard capacity with operators, one front end loader with operator, one foreman, and three laborers/flagmen. In instances where conditions allow, self-loading equipment of similar capacity will be utilized in order to maximize efficiency. As necessary or directed by The City of Miami Beach,crews will be augmented by equipment and personnel in order to gain hauling efficiency. MULTIPLE SCHEDULED PASSES In order to allow citizens and municipal agencies to return to their properties and bring debris to the right-of-way as recovery progresses, DRC ES recommends multiple,scheduled passes of each site, location,or area impacted by the disaster. Typically,three or four passes over a multiple month period are performed to ensure a quality and complete performance of the work required. DRC and the City of Miami Beach will reach an agreement as to the number and schedule of passes will be reached as per FEMA concurrence and according to the volume of debris. Each location where debris collection is done shall be under the direction of a qualified supervisor. Electrical equipment or conductors in the vicinity shall be considered energized. Prior to collection operations, the employee shall consider: • Trees and the surrounding area for anything that may cause trouble when the trees are loaded. • Shape of the tree,the lean of the tree,and decayed or weak spots • Wind force • Location of people • Electrical hazards • Traffic control devices/personnel The work area shall be cleared to ensure safe working conditions. Brush and logs shall not be allowed to create a hazard at the work site. Logs and brush shall be securely loaded onto trucks in such a manner as not to obscure tail or brake lights and vision,or to overhang the side. PUBLIC NOTICES DRC will provide weekly public notices of the debris removal schedule. These notices will be advertised in local major newspapers and will be of sufficient size to be easily seen by readers.They will also be advertised on at least two local major radio stations which have markets in the City of Miami Beach. These announcements will be aired a minimum of four(4) times daily during the period with peak listeners for a minimum of thirty(30) seconds each and be run a minimum of three(3) days per week.DRC understands that all public notices must be approved by the City of Miami Beach prior to release.The notices will contain a description of the work,how debris should be placed on the right of way,what eligible debris is,and the schedule for removal. 81 Striking Back. LOADING AND HAULING OPERATIONS All field supervisors shall ensure that all debris disposal-hauling operators are licensed and/or certified to operate required equipment. All debris disposal operators will be given area maps designating assignment/authorized areas of operations as well as transport routes designated and/or approved by the Government. All debris disposal haul operators shall visibly display colored placards provided by DRC and, if applicable, the Government. Any signs provided by the government will be displayed on both sides of the forward most section of the vehicle bed, unless otherwise directed by the government task order. Colored paper signs/passes will be displayed , in the driver's side windshield of each vehicle. `i The color of the sign/pass is subject to change, without notice, to ensure quality control .�;�_ � b measures and regarding authority to exit - • work sites and enter disposal site(s). i All debris disposal haul operators shall 4111 maintain the numbered debris ; . .y hauling/transportation documentation/ *j verification form. Each form contains directions, which should be followed. All J 7 ' y•- supervisors will be responsible to ensure that dry„ all employees utilizing and/or inputting ,� ° 'r information on the form are procedurally trained. It will be each supervisor's responsibility to maintain a supply of the required number of forms. All debris disposal operators will maintain daily ticket/haul records to be turned into field supervisors, with copies of load tickets at close of business each day. All debris will be picked up and loaded into haul trucks in a safe and workman-like manner to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. Safety will not be compromised. All crew foreman and field supervisors will be responsible to ensure a rapid and cost effective as possible operation. Hand crews, to ensure maximum loading and safe transport of material, will size all vegetative debris. All construction and demolition materials will be sized using heavy equipment to ensure maximum loading and safe transport of materials within EPA and DOT standards. Obvious hazardous materials will be dealt with in accordance with the Government task order and the Corporate Environmental Protection Plan and in compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. Traffic control personnel,with appropriate traffic control safety equipment,will be stationed at each approach point of the work area to maintain traffic control and prevent personal injury to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. Additional traffic control personnel will be stationed throughout the area,as needed,to ensure safe operations. This operation specifically entails the recovery and removal (pick-up and hauling) of all eligible debris from public easements,property and rights-of-way to designated TDSRS and/or directly to a final disposal site. Eligible debris is typically that debris which was either generated directly by the event or as a result of the event,and is in the public Right of Way and not on private property: 1. Vegetative debris(stumps,logs and limbs) 2. Construction and demolition(C&D)debris 3. Metallic debris 4. White goods(refrigerators,air conditioners,washers and dryers,etc.) 5. Electronics .11 DRC 82 ` Strang Bxk. 6. Household Garbage 7. Hazardous and toxic wastes(HTW) (industrial,commercial and household) 8. Asbestos Containing Material(ACM) The equipment and personnel utilized for each operational phase will vary by the type, quantity and location and proposed disposal and/or reduction method of the debris.In all operations,regardless of type of debris,appropriate personal protective equipment for personnel is critical and will be employed. DRC will cover loads with tarpaulins to contain debris. Debris not defined as eligible by FEMA Publication 325 or State or Federal Disaster Specific Guidance or policies will not be loaded, hauled, or dumped under the contract unless written instructions are given to the DRC by the City Debris Manager or his authorized representative. PRIVATE PROPERTY DEBRIS REMOVAL FEMA may extend public assistance to private property debris removal when it poses a threat to the public. When requested, DRC will initiate and manage a Right of Entry (ROE) program to remove debris on private property and/or demolish private structures that present a public safety hazard. Access must be granted by the property owner prior to entering their property,unless there is an immediate threat to the lives,health and safety of the City's citizens. DRC will not enter onto private property during the performance of this the contract unless specifically authorized by the City Debris Manager or his authorized representative in writing. REMOVAL OF HAZARDOUS STUMPS Throughout its history, DRC has been activated on hundreds of contracts which require the removal of hazardous stumps. Typically the stump removal is included in the final pass of the ROW phase of the project. Stumps that are smaller than the minimum required to be billed under the stump line item will be hauled at the vegetative debris rate. For the stumps that qualify for billing under one of the stump line,the hazardous stump removal process begins by the monitoring firm or City representative measuring the stump and issuing a ticket with the stump measurement. DRC will then remove the stump and haul it utilizing the same equipment used to haul the vegetative debris. If the stump is too large to be hauled in this manner, a dedicated stump removal crew with a larger piece of loading equipment(typically a rubber tired front end loader) and a flatbed trailer will be used to load and haul these large hazardous stumps. All proper work zone safety and traffic control will be used during this process. After extracting the hazardous stumps,DRC crews will backfill the holes with the proper soil type. A stump may be determined to be hazardous and eligible for Public Assistance grant funding as a per-unit cost for stump removal if it meets all of the following criteria: • It has 50 percent or more of the root-ball exposed(less than 50 percent of the root-ball exposed should be flush cut); • It is greater than 24 inches in diameter,as measured 24 inches above the ground; • It is on improved public property or a public right-of-way;and • It poses an immediate threat to life,and public health and safety. HAZARDOUS TREE AND LIMB REMOVAL DRC Emergency Services has extensive experience in the removal of downed trees, felling damaged trees and clearing of vegetative debris. In all aspects of this work DRC ensures its employees work in a safe and efficient manner,utilizing the most appropriate equipment and best work practices. An eligibility determination shall be made by the jurisdiction or its representative using the following criteria: ODRC83 Sbnliny Bad. * A tree is considered"hazardous" if its condition was caused by the disaster;if it is an immediate threat to lives, public health and safety,or improved property;and if it is six inches in diameter or greater,when measured two feet from the ground;and one or more of the following criteria are met: • It has more than 50 percent of the crown damaged or destroyed. • It has a split trunk or broken branches that expose the heartwood. • It has fallen or been uprooted within a public use area. • It is leaning at an angle greater than 30 degrees. Trees determined by the jurisdiction to be hazardous and that have less than 50 percent of the root-ball exposed should be cut flush at the ground level. The cut portion of the tree will be included with regular vegetative debris. The eligible scope-of-work for a hazardous tree may include removing the leaning portion and cutting the stump to ground level. Right of way(ROW)removal of dangerous hanging limbs(hangers) Criteria for the removal of hangers will be determined by the jurisdiction using the following criteria: Limbs must be: • Greater than 2"in diameter • Still hanging in a tree and threatening a public-use area(trails,sidewalks,golf cart paths) • Located on improved public property All hazardous limbs in a tree should be cut at the same time, not in passes for particular sizes. DRC specialized equipment,such as Giraffes or circular telescoping trimming apparatus that is capable of making hundreds of cuts in a ten hour day. Downed trees will be removed utilizing a combination of ground crews and equipment,the exact mix of which will depend on the disposition of the debris material. For example, trees on roadways will first be moved to the right-of- way(ROW)with heavy equipment (e.g.front end loader,excavator,skid-steer loader)before being cut by a ground crew into portions which can be placed in self-loading knuckle-boom trucks. Eligible trees off the ROW will be pulled towards the roadway with heavy equipment before being reduced to an appropriate size and placed in self-loading trucks. Standing or leaning damaged trees will be felled to the ground before reduction and loading,as described above.The felling of trees will be by certified fallers with chainsaws or with tree felling equipment(e.g.Hydro-Ax) and on some occasion Feller-bunchers,depending on location,access and size. Vegetative debris on the ground will be handled as described for downed trees, with equipment used to pile the debris on the ROW where it can be accessed by self-loading trucks for removal and disposal. DRC places safety above all else in all its work and all employees on site will be trained for their specific tasks. Appropriate personal protective and safety equipment(PPSE) will be worn at all times(e.g.head, hearing and hand protection) on the job site. Chainsaw operators shall be required to wear approved leg(chaps) and foot protection in addition to the mandatory PPSE. Only designated,qualified personnel shall operate machinery and mechanized equipment. Machinery or equipment shall not be operated in a manner that will endanger persons or property,nor shall the safe operating speeds or loads be exceeded. All machinery and equipment shall be inspected daily to ensure safe operating conditions: Certified personnel will conduct the daily inspections and tests. Tests shall be made at the beginning of each shift during which the equipment is found to be unsafe,or whenever a deficiency which affects the safe operation of equipment is observed, the equipment shall be immediately taken out of service and its use prohibited until unsafe conditions have been '') DRC B. 84Strd* E_ mB Back. corrected. Records of tests and inspections shall be maintained at the site by the contractor, and shall be made available upon request of the designated authority,and shall become part of the project file. DRC Emergency Services, LLC and its subcontractors, own substantial trucks and specialized pieces of heavy equipment, attachments and support equipment specifically designed for emergency response. DRC and/or their subcontractors have national priority contracts with multiple national equipment leasing companies and subcontractors and/or independent contractors through which hundreds of trucks and/or pieces of heavy loading equipment are available to supplement DRC's and/or the subcontractor's fleets. MAJOR DEBRIS TYPES AND SPECIALIZED REQUIREMENTS All debris will be processed and segregated into the following five main categories: VEGETATIVE DEBRIS Vegetative debris operations equipment may include,but is not limited to:rubber tired loaders with buckets,rakes or grapples;rubber tired excavators with grapples or thumbs; tele-handlers; track type loaders with rakes, grapples (to be utilized only under certain permitted conditions);trailer or truck mounted knuckle booms with grapples or clam shells;self-loading trucks(knuckle boom with grapples or clam shells);farm type tractors with box blades,flat blades or brooms; bobcat type loaders; bucket trucks with 50' booms for hazardous tree and limb trimming (including Hanger and Leaners located on improved public property, overhanging and threatening a public use area or a possible threat to traffic); 30 ton or larger cranes to remove heavy stumps and or trunks;haul trucks ranging in size from 16 to 120 cubic yard capacity;roll-off dumpsters;flat-bed tractor trailers to transport equipment or stumps and oversized tree trunks,fuel and service trucks. Vegetative debris operations personnel requirements may include, but are not limited to, equipment operators; superintendents with trucks; foremen with trucks; operators with chainsaws; traffic control personnel; general laborers with tools; safety personnel; mechanics; hazardous materials technicians; documentation personnel; quality assurance personnel and project managers. CONSTRUCTION AND DEMOLITION(C&D)DEBRIS C&D debris operations may use the same equipment as for vegetative debris. Curbside separation by the contractor and public is important to ensure proper segregation of vegetative and C&D debris and to segregate any hazardous and/or household hazardous waste. A debris pick-up and haul operation that is primarily focused on C&D debris may also require equipment such as: D-6 or larger dozers; track-type excavators with impact hammers, electromagnets and/or concrete shears and/or grapples and other specialized equipment to segregate or prepare the debris for transport. The personnel requirements for C&D debris operations are similar, if not identical, to those of vegetative debris operations. DRC and its subcontractors own or have access to the equipment required for these services, including front-end loaders, excavators, rubber-tired backhoes, most with grapples, knuckle boom loaders, dump trucks,dump trailers and service trucks. METALLIC DEBRIS AND WHITE GOODS White goods can present a difficult dilemma to the recovery efforts. If white goods contain Freon, the Freon must be removed before it is accidentally released into the air in violation of the US. Environmental Protection Agency regulations.Typically,white goods are moved to TDSRS prior to Freon removal so the removal activities can be more effectively monitored and thoroughly controlled. Freon is then removed by a licensed Freon recycler and the white goods are crushed or shredded in the recycling program. White goods recovery(pick-up and haul),with the exception of white goods requiring Freon recovery,is treated and accomplished as though it were either C&D debris or recyclable debris, dependent upon the final disposal source. Each Freon containing piece of white goods should be hand or mechanically loaded in such a way as to not allow crushing of the Freon lines or premature release of the Freon. Equipment and personnel would also be treated as a '') DRC 85 ` Striking 8.th. C&D debris or recyclable debris operation, dependent upon the final disposal source. DRC has extensive experience with white goods and Freon recovery.DRC recovered,shred and removed an estimated 80,000 pieces of white goods in one major storm alone. Removal of Freon,chemicals,food, and/or fluids from white goods will be accomplished only by properly licensed and credentialed personnel. HOUSEHOLD HAZARDOUS WASTE AND HAZARDOUS TOXIC WASTE Hazardous and toxic waste (HTW and HHW) is a special operational aspect that must be accomplished with very precise, pre-established standards and regulations. Safety to the workers, government employees and the citizens of the area is paramount.With this in mind,DRC works with its specialized subcontractors to establish and implement proper handling procedures for HTW and HHW,including household hazardous waste,which,after a disaster,may become concentrated and no longer considered de minimis.These procedures include the segregation and removal of HTW and HHW from the debris stream at the curbside, prior to the recovery of other debris and sorting and additional recovery of HTW and HHW within each TDSRS. Recovered HTW and HHW is removed to a proper disposal site or temporarily stored in the HTW and HHW disposal areas constructed within each TDSRS as required. DRC will set up a lined containment area and separate any Household Hazardous Waste inadvertently delivered to a debris management site and will be responsible for the removal and disposal of this hazardous material. Commercial and industrial hazardous waste such as chemicals, gas containers,transformers,and any other form of hazardous or toxic matter will also be set aside for collection and disposal. HTW must be collected,handled and disposed of by specially trained HAZMAT technicians. In addition,DRC may utilize national or regional firms who are fully licensed and accredited to manage,handle and dispose of HTW.These firms may be utilized by DRC and/or DRC Environmental, Inc. for professional and immediate HTW recovery support on an emergency basis. ASBESTOS CONTAINING MATERIALS Known or suspect asbestos containing material will be segregated from other debris and handled only by licensed and certified asbestos contractor/supervisors, of which DRC has several on staff. ACMs will be encapsulated for hauling, in accordance with OSHA and EPA regulations, and brought directly to an asbestos accepting disposal facility. All special wastes will be handled according to the removal and disposal specifications of The City of Miami Beach, and will conform to all local, state, and federal environmental, legal, and transportation regulations and will be performed only by licensed,certified,and otherwise properly credentialed personnel and/or subcontractors. TEMPORARY DEBRIS STORAGE AND REDUCTION SITE OPERATIONS STAGING Within 24 hours of Task Order,personnel and equipment will be deployed to establish a TDSRS at locations identified in conjunction with The City of Miami Beach.The operation may include,but is not limited to the building of roads, erecting of fences, construction of containment areas,and placement of inspection towers. At minimum, the TDSRS equipment and crew may consist of: Air Curtain Incinerator, one trackhoe, two dozers, two towers,five 16-20 cubic yard dump trucks, one rubber tired loader, one water truck, one motor grader, tub grinder, one site manager, one- night manager, eight equipment operators, two supervisors, five laborers, light plants, and possibly a HTW containment systems. ''� DRC 86 r EME EtlCv SEa Striking fr.Back. f DRC shall provide all specified equipment, operators,and laborers for TDSRS management, debris reduction operations,and provision of an Automated Debris Management System. -3* ' .i R F r TDSRS teams will also secure all necessary clearances, permits, and licenses to operate the _ site(s) and will submit Site Plans to The City of " . N ." "" — Miami Beach complete with Site Specific Safety _ and/or Accident Prevention Plans, a Traffic 4. i„,.„,,tUlf I YT Control Plan to properly manage site ingress r !, ' and egress, a Dust Control Plan, and/or a Fire ---"' --°° -- '''-. . ' -- L,''s II Prevention Plan. Within 48-72 hours, TDSRS • =- t location(s) will be fully operational complete 'A _ti i with ingress and egress points, inspection T towers, water runoff protection, and containment berms and/or geotextile The inspection of every load,in and out,is critical to the documentation of the overall process.The TDSRS inspection towers provide a location for load verification and documentation programs of all incoming and outgoing debris. Once documented,all debris is processed in accordance with applicable local, state and federal rules,standards,and regulations. MAINTENANCE/FUEL VEHICLES AND PERSONNEL Maintenance/fuel vehicles will be assigned and manned as needed to provide an adequate supply of fuel to maintain equipment operations. Maintenance/fuel vehicles will be assigned and matured as needed to provide all metal roofing / required field maintenance. 6 -11---- -- id-iii SITE SAFETY PLAN The following information will be utilised to create a m ' I. location specific site management plan and site safety plan i C it• Site Access - Separate points of ingress and b �j egress should be established if possible. 4-0.40 Temporary acceleration and deceleration lanes should be established adjacent to the primary 1101.11111111.11".w- II road leading to and from site access points, approved by The City of Miami Beach. All DEBRIS INSPECTION TOWER temporaryleadingthrough roads to and the } 6.6" . t' " 6"x6"POST debris-staging site should be constructed and maintained for all weather use. °G Is 2"x 4"RAILING • Inspection Towers-Inspection towers shall be k constructed to facilitate observation and ' 2l4^PLYWOOD DECK 4 ON2"xa"JOIST16"O.C. -U"-- - quantification of debris hauled for storage at — — STAIRS w/2'x 4"RAIL debris staging sites. No less than two r---*_ inspections towers should be utilized at each o IIIIIIIIII DRC Emergency debris-staging site. One tower at point of ` !1 I I I I f I i 0 Services LLC s OD B') DRC 87 EMEpGF"CY SEaVICES Striking Back. ingress for use by company inspector and Government inspector,one tower at the point of egress to ensure all debris hauling trucks are in fact empty upon leaving the site,one tower may be utilized if ingress and egress point is the same.The egress tower shall be manned by at least a representative of DRC. • Traffic Controls - Traffic control personnel, with appropriate traffic control safety equipment, will be stationed at the ingress observation tower to maintain vehicular and pedestrian traffic control. Additional traffic control personnel will be stationed throughout the site, as needed, to enforce proper dumping and prevent personal injury to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. • Clearing and Grading - Clearing and grading of debris staging sites will be accomplished, to the level required,in accordance with the site management plan and task order from The City of Miami Beach. • Environmental Protection - DRC's "Environmental Protection Plan" will be followed to ensure compliance with required standards (Clean Water Act, Storm Water Act, Resource Conservation and Recovery Act, Superfund Amendments, Reauthorization Act and others).The plan outlines procedures concerning erosion control,hazardous and toxic wastes and dust and smoke control and is available for review upon request. DMS SITE MANAGEMENT EXPERIENCE DRC also has extensive experience managing staging and processing sites for all of the above materials. 1. Our most extensive experience in this regard came in our HHW contract with the City of Galveston, which was activated following Hurricane Ike. Adhering to the guidelines of FEMA 325, DRC established a secure Debris Management Site at 9228 Seawall Blvd. The process of separation for recycling was focused on the separation and recycling of metals, wood waste, tires, concrete, white goods, HHW, recyclable oils and fluids and electronics. DRC 's extensive collection and recycling program for these various waste streams, included over 1.7 million pounds of HHW, 3,073 units of electronic waste,45,566 units of white goods and 40,378 cubic yards of concrete. The remaining debris was reduced by compaction for a reduction of 3 to 1, and loaded for final disposal at Allied Waste Services 5301 Brookglen Dr.,Houston,TX. 2. In 2004,following Hurricanes Jeanne,Francis and Ivan, DRC simultaneously operated more than ten debris management sites in Florida. 3. In 2005,following Hurricane Wilma,DRC simultaneously operated five debris management sites in Louisiana, processing debris for the Louisiana DOTD. 4. Also in 2005, DRC simultaneously operated six debris management sites for the Louisiana DOTD in two districts following Hurricane Katrina. 5. In 2008 following Hurricane Ike, DRC simultaneously operated seven debris management sites handling 11,000,000 CY of debris,recycling materials out of the waste stream in two of those facilities. 6. In 2012, DRC simultaneously operated six debris management sites in Louisiana following Hurricane Isaac 7. In 2014,following Ice Storm Pax, DRC managed and operated over fifteen debris management sites and recycling over 1.5 million cubic yards of debris °� DRC 88 E.. Sbllinq Back. 8. In 2016 following the Louisiana Severe Flooding DR4277,two debris management sites were opened and operated in East Baton Rouge to compact and recycle C&D debris prior to haul out for final disposal. These sites operated with such efficiency that FEMA and the USAGE filmed the operation to use in training sessions. 9. In 2017 following Hurricanes Harvey and Irma, DRC was activated in 43 jurisdictions simultaneously while managing twenty-nine debris management sites. DEBRIS STORAGE AREA Debris will be segregated into 5 main areas of concern as follows unless otherwise instructed by the Government: VEGETATIVE DEBRIS Vegetative debris will be cleaned of C&D debris to the extent possible to facilitate compliance with requirements for reduction of vegetative debris. CONSTRUCTION AND DEMOLITION(C&D)DEBRIS C&D debris will be dampened prior to dumping and periodically as needed,to comply with Local,State and Federal EPA standards. RECYCLABLE/SALVAGE Recyclable/salvageable materials will be stock piled in accordance with Government task order. WHITE GOODS White goods will be stock piled in accordance with Government task order. HAZARDOUS AND/OR TOXIC WASTES(HTW) HTW will be segregated and stored in a Government approved containment area. All site personnel will receive a safety briefing regarding operations involving HTW to prevent personal injury and ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. HTW containment site perimeter will be posted and secured for personnel safety. DEBRIS REDUCTION METHODS GRINDING AND/OR CHIPPING OPERATIONS Grinding/Chipping is DRC's preferred debris reduction method,as it encourages resource conservation through the salvage of wood chips for renewable energy.All vegetative debris will be reduced through grinding and/or chipping, rather than by burning operations. Although this operation is preferred for environmental purposes,however,it is the most time consuming and costly reduction method due to material handling, hauling and disposal costs after grinding and/or chipping operations have been accomplished. Grinding and/or chipping operations of C&D materials are prohibited by and within numerous jurisdictions.Grinding and/or chipping operations will be accomplished on the type of debris(vegetative and/or C&D) as directed by government task order. Grinding and/or chipping of vegetative debris will be accomplished on the piles of vegetative debris as set out below. Vegetative debris will be placed into two separate piles. The first pile will be the dumping point until a sufficient quantity has been accumulated to commence a continuous reduction operation. The second pile will be started and accumulated until the reduction of the first pile has been completed at which time dumping of vegetative debris on the second pile will cease and the first pile will be replenished.This rotation will continue until reduction is complete. OPEN AIR BURNING Open air burning of disaster related debris is prohibited within numerous jurisdictions. Open air burning will be accomplished on vegetative debris and/or clean woody debris only when directed by government task order.Under °� DRC 89 `' Sblkrn B.,k. no circumstance will open air burning be conducted on C&D debris that is known,considered or suspected,by owner or DRC, to contain environmental/health hazardous materials (i.e. asbestos, arsenic, etc.). All appropriate fire protection measures will be established and maintained in accordance with the site management plan,site safety plan and the government task order. All personnel involved in open air burning operations will receive safety training pertaining to this to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan.Open air burning will be conducted above ground level.No open-air burning will be conducted within 1000 feet of a structure or within 100 feet of the debris pile.An area of not less than 100 feet surrounding each burn site will be cleared of all combustible materials and marked to delineate the area as restricted. AIR CURTAIN BURNING This method of burning will be used for reduction on vegetative debris and clean woody debris only, unless otherwise directed by government task order.Under no circumstance will air curtain burning be conducted on C&D debris that is known, considered or suspected, by owner or DRC, to contain environmental/health hazardous materials. All appropriate fire protection measures will be established and maintained in accordance with the site management plan, site safety plan and the government task order. All personnel involved in air curtain burning operations will receive safety training pertaining to this to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. Air curtain burning will be conducted below ground level in a below ground pit, and above ground when geographically necessary. If above ground burning is required it will be conducted in an approved container suitable for the operation. If a below ground pit is used it shall be at least 8 feet, and no more than 20 feet, in depth and will be no wider than 1.1 times the width of the air curtain nozzle and no longer than 10-12 feet(15 feet maximum). No air curtain burning will be conducted within 1000 feet of a structure or within 100 feet of the debris pile. An area of not less than 100 feet surrounding each burn site will be cleared of all combustible materials and marked to delineate the area as restricted. All burning will be accomplished as set out in the US Army Corps of Engineers"DISASTER GUIDEBOOK." ASH DISPOSAL AREA At the end of each burning cycle,the ash residue from the burning operations shall be removed from the burning area and placed in a pre-identified Ash Disposal Area.The burning operations personnel will use this area to temporarily store the ash material prior to final disposal.Ash residue will be tested in accordance with the soil testing procedures in DRC's Environmental Protection Plan (EPP) to determine if there is a need to install a ground-water protection barrier in the Ash Disposal Area.Should a liner be required, an impervious layer of clay and/or limestone should be utilized to protect the aquifer (ground water) from potential contamination. Control of dust produced as a result of handling and/or storage of ash residue will be accomplished in accordance with the appropriate requirements of the EPP.Once the ash residue has reached a quantity requiring disposal,samples of the ash will be taken and examined in accordance with the EPP to establish the requirements for disposal (Class I Subtitle D Landfill vs. Class III Landfill vs.agricultural recycling techniques). FINAL DEBRIS DISPOSAL DRCES normally conducts the final disposal of all debris,reduced debris,ash residue and other products of the debris management process in accordance with the applicable Federal,State and local laws,standards and regulations. The identification and acquiring of the final disposal locations will be at the direction of the contracting officials, with DRCES assistance if requested. Final disposal locations can vary from Class I to Class M landfills, to the above- mentioned after-market locations (metal recyclers, municipal recycling facilities, mulching operations, mulch incineration programs, co-generation plants etc.) DRCEs and the government's inspectors assigned to the final disposal site will maintain disposal records and documentation during the entire disposal process. RECYCLING STRATEGIES VEGETATIVE DEBRIS Vegetative debris such as trees, stumps, brush, and leaf and yard waste make up the largest portion of the debris produced during tornadoes, hurricanes, and other natural disasters. Vegetative debris can be collected, stockpiled, DRC 90 ss SMiking 9.,k. and processed to the specifications of a mulch or boiler fuel product. Although some local governments have purchased wood processing equipment,others find it more cost effective to contract out the services. AGGREGATES Large amounts of aggregate debris such as asphalt pavement and concrete may result from the destruction of roadways during disasters. These materials can be collected, stockpiled, and processed to the specifications for road base aggregate or solid fill material. CONSTRUCTION AND DEMOLITION DEBRIS Another large component of disaster debris is the construction and demolition (C&D) material that results from the destruction of homes,commercial and non-commercial buildings,and other structures.The materials produced from these sources may include wood, aggregates, metals, gypsum, plastics, and other miscellaneous components. These materials can be managed by using existing recycling facilities, and supplemented by establishing temporary C&D processing sites in areas where adequate recycling infrastructure does not exist. WHITE GOODS AND E-WASTE Electronic waste is devices or components thereof that contain one or more circuit boards and are used primarily for data transfer or storage, communication, or entertainment purposes. Televisions, computer monitors, DVD players, video cameras, fax and copy machines, video game consoles, radios, cell phones, etc. Electronics contain a hodgepodge of metals and materials that can be dangerous,given the large numbers that are likely to be thrown out in a hurricane's aftermath.Older electronics can contain lead,chromium,cadmium,mercury,nickel and zinc,all toxic to humans.However,a number of materials like metals and plastics in electronics can be recycled,reducing pollution while saving energy and resources. Freon and metals recovered from white goods are thoroughly recyclable and marketable. Revenue generated from the recycle of such wastes is typically returned to government entity following cost. Other innovative recycling strategies DRC will explore depending on the setting and scope of an event: COMPOSTING TO PRODUCE VALUABLE FINES AND TO DE-CONTAMINATED MATERIALS Wood chips, contaminated sediments, and other organic debris may be blended into windrows for thermal composting,such as is used to recycle green waste in many cities,and to decontaminate hydrocarbon-affected soils in remedial actions. Windrow turners mix and oxygenate the organic materials. Other, more-compact composting methods are also available using containerized systems. The end result is humus, which may be used for wetlands restoration,soil building,and mulch. SEGREGATION OF BRICKS AND AGGREGATE FOR LOW-GRADE STRUCTURAL USES Solid materials such as brick,fractured brick,cinder block,and aggregate may be segregated from the waste stream and used for structural applications such as erosion control, diversion features, landscape elements, and light-duty pavements. RECYCLING OF GLASS AND CERAMICS INTO DURABLE FINES Bottles, windows, and wall elements may be ground into sand-like fines for structural applications as described above,and for wetlands restoration and beach renewal. RECOVERY OF COPPER AND OTHER METALS Copper wire and other metals may be separated and profitably recycled into new wires, signs, and light-duty structures,as was done by Florida Power and Light after Hurricane Andrew. PRODUCTION OF BIOFUELS FOR DISTRIBUTED USE The organic fraction of the debris stream may be pulverized and fashioned into high-BTU pellets, or anaerobically digested into natural gas. The production and sale of refuse-derived energy is economically rewarded because renewable energy credits may be sold along with the energy produced. While this may involve an out-of-state '') DRC 91 : Wilton,Ssack. company with significant experience in this area, the Subcommittee is mindful that a local project developer should remain involved. ENVIRONMENTAL COMPLIANCE WILDLIFE SENSITIVE ENVIRONMENTS DRC has a twenty -seven year history of outstanding environmental compliance and involvement. The most vivid example of our understanding of working within a wildlife sensitive environment was our work in Florida and Louisiana following the BP oil spill in 2010. DRC was tasked with designing coastal protective systems and unique collection programs along more than one-hundred miles of estuaries in SW Louisiana. The programs involved intensive employee training relative to identification and protection of wildlife nesting and reproduction areas. DRC also played a role in setting up wildlife recovery and cleaning stations in Plaquemines Parish Louisiana where employees volunteered to help conduct rehabilitation and release programs. DRC has performed on many other occasions in environmentally sensitive environments such as on Galveston Island Texas in 2008. This operation involved employee training regarding the protection of the Kemp's Ridley Sea Turtle. COMMITMENT TO ENVIRONMENTAL SUSTAINABILITY DRC is one of the few companies in our industry to carry environmental insurance. While our operating procedures strictly adhere to environmental guidelines, the operation of Debris Management sites within a jurisdiction presents an element of potential exposure.The insurance held by DRC places an extra level of protection for the City of Miami Beach that goes beyond the protection already provided through sound operating practices. Additionally, all of DRC's key personnel maintain a current 40 hour Hazwoper certificate DRC has set goals regarding recycling for the City of Miami Beach through alliances with C&D recyclers and major full service recyclers. Additionally DRC intends to run source separation PSAs post event in order to facilitate the recycling process. The separation of C&D,vegetative,I*IW,white goods will facilitate the process. On route passes two and three,DRC will utilise the separate self-loader buckets for segregated material collection. TEMPORARY DEBRIS STORAGE AND REDUCTION SITE CLOSEOUT Restoration is conducted during the closing of each TDSRS. The scope of remediation is determined during operation and closure,by terms of the land lease (if any), or government directive or task order. Remediation consists of final removal of all debris (including residual debris),removal and remediation of HTW,abatement of any safety and/or environmental concerns (to include environmental testing and/or monitoring,if required),the removal of temporary structures(including any inspection towers), grading and leveling,removal of roads and fencing,if appropriate,and potentially grassing or seeding of the site,if required,to documented pre-use condition. DOCUMENTATION AND INSPECTION A narrative description shall be prepared for each site. Sketches and/or drawings (basic) shall be produced to illustrate the current condition of the site and its contents,as well as content location. Still photographs or video will be taken of each site, both ground level and aerial, to additionally illustrate the pre-use condition of the site and its contents. Environmental Sampling to include: • Random soil samples, surface and sub-surface, may be taken and sealed in containers for comparison with post-use samples taken at the time of site closure when possible contamination is evident. • Prior to sealing these samples, a small portion of each sample will be field tested to determine the presence of contaminants prior to use of the site. • On-site and off-site samples will be taken of any water source. • Water source samples will be stored and tested using the criteria stated above. • Samples of both water and soil will be taken in accordance with the above standards after operations have ended(post use samples). 92 ' DRC F"c v Sblmg8 k. • Post use samples and pre-use samples will be tested in the Corporate Laboratory and/or another Certified Laboratory to determine the presence of contaminants. Should contaminants be identified in the pre-use field test,a determination of whether or not a particular site or area of a site should be utilized will need to be made by DRC Senior Management and the client representative. Should contaminants be identified in post use test results that were not present in pre-use test results,remediation of the site or area of the site will be accomplished in accordance with Federal, State and local regulations as well as current industry standards. Storm debris management by DRC is subject to inspection by the governmental contracting entity and/or any Public Authority in accordance with generally accepted standards, to insure compliance with the contract and applicable local,state and federal laws.DRC will,at all times,provide the government access to all work sites and disposal areas and will cooperate completely with Government Inspectors.In addition,authorized representatives and agents of any participating Federal or state agency are encouraged to inspect all work and materials. DRC and the government shall have in place at the TDSRS,personnel to verify the contents and cubic yards of all vehicles entering the TDSRS. Records are maintained for each load entering the TDSRS, its cubic yardage is verified, and each vehide leaving the TDSRS is viewed to verify that the contents have been emptied. DRC and the government monitor the material to determine that the load consists of eligible storm debris. DRC and the government have in place at the pickup site, personnel to verify the contents, location, date and time of the vehicles departing for the TDSRS and issuance of the load ticket to ensure the eligibility of the debris. Prior to use, DRC recommends that the government, including FEMA,if possible,establish and record the certified cubic yard capacity and perform a safety inspection of each haul vehicle. DRC recommends that all measurements be conducted by government personnel or independent third parties,and not DRC or the subcontractor. DRC has in the past provided disposal tickets,field inspection reports,and other data and/or forms sufficient to provide substantiation for Federal (FEMA,etc.) and State reimbursement to its government clients. DRC personnel and subcontractors have worked closely with various State Emergency Management Agencies, the Federal Emergency Management Agency and other applicable State, local and Federal Agencies to ensure that eligible debris collection and the data documenting is sufficient and appropriately addressed. OPERATIONAL ENVIRONMENTAL PROTECTION All work performed at and/or in relation to a debris-staging site will be performed in a skilled and workman-like manner. All debris staging site operations shall be conducted in accordance with the Company's Environmental Protection Plan and to ensure compliance with the Corporate Accident Prevention Plan as part of the Corporate Safety Plan. CLOSURE PROCEDURES Pre-use inspection and documentation information shall be utilised as a guide to restore each site to pre-use condition. REMOVAL OF TEMPORARY STRUCTURES All temporary structures such as fencing, inspection towers, temporary offices, sanitary facilities, etc., shall be removed from each site. RESTORATION OPERATIONS Each site shall be graded, as required to return the topography to pre-use elevations, unless otherwise directed by Government task order. Each site will be restored to pre-use condition by seeding,fertilizing and laying of straw as well as replacement of agreed-upon shrubs and/or trees. CLOSURE DOCC MEWLATION The procedures described in Section F3 of this plan shall be followed for closure documentation. '', DRC 93 Strlmg Bxk. REMOVAL OF DEBRIS Debris residue, not taken to the appropriate disposal site during debris disposal operations, shall be collected, recorded and hauled to the appropriate disposal site. DRC or a licensed hazardous waste remediation company shall be retained to accomplish the removal of all hazardous and/or toxic waste from each site if not already accomplished under separate agreement by the Government. FINAL INSPECTION,RELEASED AND ACCEPTANCE OF GOVERNMENT AND/OR LANDOWNER DRC's Senior Management, the Supervisor responsible for a particular site, the Governments Representative and if applicable, the landowner shall constitute an inspection team. The Company Supervisor responsible for the applicable site shall have, for examination by all Inspection Team members, the documentation package to include pre-use and closure inspection documentation as well as all chronological documentation created during the operational period. After all inspection team members accept the post-closure condition of each site, a release and hold-harmless for the Company shall be signed by the Government and/or landowner,releasing DRC of any further responsibility and liability. ACCOUNTING AND DOCUMENT MANAGEMENT DRC's invoicing procedure is as follows: • Load tickets are received,logged,and then scanned into DRCs database system. Tickets are then entered and audited for accuracy. • Invoice is worked up along with the ticket data backup. • The reconciliation process then takes place with either the Monitoring Firm or the reconciliation contact with the municipality(if there isn't a Monitoring Firm). • Once the invoice and ticket data has been 100% reconciled,the Monitoring Firm,or the reconciliation contact with the municipality,then recommends the invoice to FEMA for payment. • Frequency: The invoicing is usually done on a weekly basis REQUIRED DOCUMENTATION DRC ES shall submit daily progress and quality control reports to the governing entity for all activities. Each report would contain,at a minimum,the following information: • Letterhead with DRC name and contact information • Report Date • Location of completed work • Location of work for next day • Daily and cumulative hours for each piece of equipment and crew(Emergency Clearance) • List of roads that were cleared(Emergency Clearance) • Number of Crews(including number of trucks and loading equipment) • Daily and cumulative totals of debris removed,by category • Daily and cumulative totals of debris processed,to include method(s)of processing and disposal location(s) • Daily estimate of hazardous waste debris segregated,and cumulative amount of hazardous waste placed in the designated holding area • Number of hazardous trees and hanging limbs removed. • Problems encountered or anticipated Typically,Daily Reports are co-signed by the governing entity's inspector to verify work performed. In addition,the governing entity receives an original copy of all load tickets and receives and verifies for co-signature, a Daily Reconciliation Sheet listing each load ticket, the truck number, crew number, street, truck volume, percent full, credited volume of debris removed and the total volume removed for the day. This Daily Reconciliation Sheet is typically verified by the governing entity and can become the invoicing document for the Contract. I� 94 ��E�Fa�E�� s «_ Striking B.ck. DOCUMENTATION AND RECOVERY PROCESS Prior to the beginning of the hurricane season, DRC will meet with the City of Miami Beach and the Debris Management Monitor to finalize and test the processes for inspection and documentation that are to be used during the response and recovery phase of debris removal.At all times, DRC will provide the City of Miami Beach access to all work sites and disposal areas. DRC, the City of Miami Beach and the Debris Management Monitor will have in place at the TDSRS personnel to verify and maintain records regarding the contents and cubic yards of the vehicles entering and leaving the TDSRS. The Debris Management Monitor will coordinate data recording and information management systems,including but not limited to: • Prepare detailed estimates and submit to FEMA for use in Project Worksheet preparation. • Implement and maintain a disaster debris management system linking load ticket and TDSRS information, including reconciliation and photographic documentation processes. • Provide daily, weekly or other periodic reports for the City of Miami Beach managers and the Debris Management Monitor, noting work progress and efficiency, current/revised estimates, project completion and other schedule forecasts/updates. DRC will provide the following assistance: • Recovery process documentation-create recovery process documentation plan • Maintain documentation of recovery process • Provide written and oral status reports as requested to the City of Miami Beach Debris Management Monitor • Review documentation for accuracy and quantity • Assist in preparation of claim documentation DRC will provide all requested information to the Debris Management Monitor that is necessary for proper documentation and understands that copies of complete and accurate records are required for the receipt of federal funds and must be supplied to the City. DRC will work closely with FEMA and other applicable State and Federal agencies to ensure that eligible debris collection and data documenting appropriately address concerns of the likely reimbursement agencies. PROMPT COMPLAINT RESOLUTION Within 24 hours of a damage report,an investigative team will be dispatched to determine the veracity and severity of the damage report. If validated, damages are repaired as quickly as physically possible, preferably commencing repairs on the day that the report is validated. If a subcontractor is involved,that subcontractor is asked to produce a plan to prevent further occurrences. f` , DRC 95 SMkonyBacks. EMPLOYMENT OF LOCAL AND MINORITY SUBCONTRACTORS DRC maintains one of the industry's largest network of pre-screened and fully qualified subcontractors, including local and preferred vendors. DRC's subcontractors are evaluated on many levels, including past performance, equipment and personnel availability,mobilization timeframes,insurance,and cost. PROPOSED SUBCONTRACTORS RPF EMERGENCY SERVICES,LLC Hunter Fuzzell 2903 7th street Tuscaloosa, AL 35401 404-936-4833 KDF ENTERPRISES Wade Kilpatrick,President 1101 W 34th St #211 Austin,TX 78705 512.800.6311 MMRS Robin Shipman 2510 South 2nd Ave Paragold,AR 72450 870-240-7199 Due to the unpredictable nature of natural disasters, DRC cannot know pre-event how much of the work will be subcontracted. CONAvHTMENT TO LOCAL RESOURCES The use of local resources is one of the most important aspects of successful disaster recovery operations. DRC is committed to ensuring that any emergency response business activity is shared by the entire community.That is why we have developed a vast network of subcontractors that are uniquely qualified to successfully meet any and all operational requirements envisioned under this RFP. Throughout its history, DRC has maintained strong relationships with local vendors and subcontractors. We pride ourselves on facilitating local involvement during recovery efforts and encourage local knowledge and experience whenever possible.As such,DRC has worked with thousands of subcontractors over our history including small and large subcontractors, DBE, MBE, WBE, HUB Zone, 8(a), and VOSB (including Service-Disabled VOSB) contractors. DRC has established nationally recognized procedures for community outreach as discussed below in our "Local S/M/WBE Resource Program." LOCAL S/M/WBE RESOURCE PROGRAM DRC reaches out to local subcontractors and small, minority and women-owned business enterprises (S/M/WBE) using a variety of sources. Although DRC maintains current, active subcontractor lists, we also have experience utilizing such sources as governmental databases, local, regional and national SBE compliance departments, client and vendor references and direct mail community outreach. Upon receipt of Notice of Award, ahead of a predicted weather event or annually for contingency contracts, DRC will make contact with local governments and SBE Resource offices to schedule an informational workshop for potential vendors and businesses. The DRC technical assistance workshops not only assist companies with identifying potential contract opportunities,but also assist those ODR96 Striking B.,k. interested with "teaming". The workshops provide "hands on" technical assistance to companies ranging from individuals owning dump trucks and loading equipment to office supply companies and small printers wishing to provide goods and services.This process matches S/M/WBE contractors with other companies in order to strengthen their competitive position and package of goods and services offered. DRC is committed to ensuring that local companies are made aware of all potential contracting and partnership opportunities. A direct mail program may be conducted in order to target potential companies and minority business organizations that are listed with the Office of Minority and Women Business Enterprise. The mailer will provide information as well as an 800 number for interested individuals and companies with bi-lingual assistance available when necessary. Subcontractors can also log on to www.drcusa.com to upload their experience, qualifications and certifications for inclusion in our subcontractor database. From our extensive experience with subcontractors, DRC knows the importance of establishing strict guidelines for performance and safety standards. All subcontractors will be screened for qualifications and safety compliance prior to entering into a contract with DRC. Additionally, at the discretion of the contracting agency,all subcontractors will be approved prior to beginning work. Our sample Subcontractor Agreement details the scope of work and responsibilities of each subcontractor. The Subcontractor Agreement also commits the subcontractor to all governmental regulations and requirements.All subcontractor equipment will be inspected and properly maintained and all personnel certifications and safety courses will be on file and renewed or updated as needed. In addition to stringent qualifications standards,DRC requires the following summarized items from subcontractors: • Compliance with all DRC safety plans • Ability to meet liability and automobile insurance requirements(these may vary from contract to contract) • Compliance with governmental employment regulations,unemployment compensation and workman's compensation laws • Completion of a subcontracting agreement specifying the scope of work,terms and conditions,pricing, liability requirements and any hold harmless agreements. Per the requirements of each awarded contract, DRC will meet or exceed project goals regarding small business participation. Rebuilding your community using local resources is the core mission of DRC. As such, DRC will continue to maintain a comprehensive list of qualified subcontractors ready for deployment should the need arise. PROMPT PAYMENT OF SMWSDVBs In addition to occasionally assisting SMWSDVBs with operating startup costs, DRC has a 20 plus year history of paying subcontractors on a weekly basis. It is our intention to both facilitate the involvement of these subcontractors and ensure their economic viability and profitability. UTILIZATION MONITORING As with previous practice,DRC intends to hire a SMWSDVB Facilitator/Monitor.This person will be tasked with the responsibility of recruitment and reporting. DRC views the existence of this person as crucial and has full intention to achieve the outlined goal for this contract. DRC 97 ` Stoking Back. AFFIRMATIVE ACTION/EQUAL OPPORTUNITY POLICY DRC is an equal employment opportunity employer. Employment decisions are based on merit and business need, and not on race, color, citizenship status, national origin, ancestry, gender, sexual orientation, age, religion, creed, physical or mental disability, marital status, veteran status, political affiliation, or any other factor protected by law. DRC complies with the law regarding reasonable accommodation for handicapped and disabled employees. DRC's President has issued the following policy: DRC is an Equal Opportunity Employer and recognizes the value of hiring a diverse group. Due to the nature of our work and the fact that we provide services worldwide,we find it necessary and advantageous to employ a number of persons from various countries who are of different races, religions and ethnic groups. Although our permanent work force is less than 50 employees, it is composed of a diverse population of men and women. In addition, we believe work force diversity provides a significant market advantage. It is the policy of DRC to comply with all the relevant and applicable provisions of the Americans with Disabilities Act (ADA). DRC will not discriminate against any qualified employee or job applicant with respect to any terms, privileges, or conditions of employment because of a person's physical or mental disability. DRC will also make reasonable accommodation wherever necessary for all employees or applicants with disabilities, provided that the individual is otherwise qualified to safely perform the essential duties and assignments connected with the job and provided that any accommodations made do not impose an undue hardship on DRC. Equal employment opportunity notices are posted as required by law. Management is primarily responsible for seeing that DRCs equal employment opportunity policies are implemented,but all members of the staff share in the responsibility for assuring that by their personal actions the policies are effective and apply uniformly to everyone. Any employee,including managers,involved in discriminatory practices will be subject to termination. � DRC 98 " "cs .;x: COST PROPOSAL Please see the following attached: • Appendix E Cost Proposal Form • Bid Bond O°� DRC 99 '` r sing ac Stroking Back. APPENDIX A COST PROPOSAL FORM Failure to submit the Cost Proposal Form, in its entirety and fully executed, by the deadline established for the receipt of proposals, will result in proposal being deemed non-responsive and bein• re'ected. Proposer affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink. Cost Proposal Forms completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. ** PRICING FOR EACH LINE ITEM OF GROUPS 1-6 SHALL BE BASED ON THE AMOUNT OF DEBRIS LIKELY GENERATED BY A CATEGORY 3 STORM EVENT, INFLICTED UPON THE CITY OF MIAMI BEACH. Group 1: TDSR Operations ITEM DESCRIPTION UNIT COST 1. Operation of Temporary Debris Storage and Reduction Sites("TDSR") CY $ 1.75 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY $ 16.50 3. Installing 8 foot chain link fence with wind screen with 20 foot entry gate(s), LF $ 11.95 4. Installation of 4 foot protective chain link $ 8 25 fence for interior site protection (trees, etc.) LF 5. Furnishing and installation of inspection tower Per Tower $ 0.00 GROUP 1 SUB-TOTAL $ 38.45 2018-002-JC 35 100 Group 2: Vegetative Debris Management ITEM DESCRIPTION UNIT COST 6. Vegetative Debris Removal from Rights-of-Way to a TDSR within City Limits CY $ 9.74 7. Reduction of Vegetative Debris by Grinding at TDSR CY $ 2.75 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station CY $ 6.95 9. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill CY $ 6.95 Hauling Vegetative Debris Reduced by Grinding from TDSR to 10. Miami-Dade Resource Recovery Center CY $ 6.95 Vegetative Debris Removal from Rights-of-Way (ROW)directly to Miami-Dade Central Transfer 11. Station CY $ 14.24 Vegetative Debris Removal from Rights-of-Way 12. (ROW)directly to North Dade Landfill CY $ 14.24 Vegetative Debris Removal from Rights-of-Way 13. (ROW)directly to Miami-Dade Resource Recovery Center CY $ 14.24 Removal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $ 250.00 15. Greater than 36"to 48"diameter Per Stump $ 350.00 16. Greater than 48"diameter Per Stump $ 500.00 17. Removal of Hazardous Hanging Limbs Per Tree $ 95.00 Removal of Hazardous Trees 18. Greater than 6"to 12"diameter Per Tree $ 45.00 19. Greater than 12"to 24"diameter Per Tree $ 90.00 20. Greater than 24"to 36"diameter Per Tree $ 155.00 21. Greater than 36"to 48"diameter Per Tree $ 225.00 2018-002-JC 36 101 22. Greater than 48"diameter 1 Per Tree $ 295.00 GROUP 2 SUB-TOTAL $ 2,081.06 Group 3: C&D Debris Management ITEM DESCRIPTION UNIT COST C& D Debris Removal from ROW to a TDSR within 23. City Limits CY $ 11.24 Hauling C&D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $ 6.95 Hauling C& D Debris from TDSR to 25. Miami-Dade North Dade Landfill CY $ 6.95 Hauling C&D Debris from TDSR to 26. Miami-Dade Resources Recovery Center CY $ 6.95 Hauling C& D Debris from ROW Directly to 27. Miami-Dade Central Transfer Station CY $ 14.98 C&D Debris Removal from ROW directly to Miami- 28. Dade North Dade Landfill CY $ 14.98 C&D Debris Removal from ROW directly to Miami- 29. Dade Resource Recovery Center CY $ 14.98 GROUP 3 SUB-TOTAL $ 77.03 Group 4: Other Services ITEM DESCRIPTION UNIT COST Sand removal, screening and replacement (beach 30. restoration) CY $ 17.15 Loading and Hauling White Goods Requiring Freon 31. Removal Per Unit $ 38.00 32. Freon Removal by Qualified Technician Per Unit $ 38.00 33. Hazardous Waste Removal and Transport Per Pound $ 9.95 Removal, Hauling and Disposal of Dead Animal 34. Carcasses Per Pound $ 0.25 35. Bulk Ice, Delivered Per Pound $ 0.60 GROUP 4 SUB-TOTAL $ 103.95 2018-002-JC 37 102 Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT COST 36. 20-30 miles CY $ 7.35 37 Greater than 30 Miles-40 Miles CY $ 8.15 38. Greater than 40 Miles-50 Miles CY $ 8.95 39 Greater than 50 Miles-60 Miles CY $ 9.75 40.. Greater than 60 Miles-70 miles CY $ 10.55 GROUP 5 SUB-TOTAL $ 44.75 * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: GROUPS 1-5 SUBTOTAL $ 2,345.24 Group 6: Hourly Labor and Equipment Rates (*All equipment rates include the cost of the operator,fuel, and maintenance.All labor rates include the cost of personal protective equipment, including but not limited to: hardhat,traffic safety vest,steel-toed shoes, gloves, leggings and protective eyewear.) ITEM DESCRIPTION HOURLY RATE 41. JD 544 Wheel Loader with debris grapple $ 125.00 42. JD 644 Wheel Loader with debris grapple $ 135.00 43. Extendaboom Forklift with debris grapple $ 135.00 44. 753 Bobcat Skid Steer Loader with debris grapple $ 50.00 45. 753 Bobcat Skid Steer Loader with bucket $ 50.00 46. 753 Bobcat Skid Steer Loader with street sweeper $ 50.00 47. 30-50 H Farm Tractor with box blade or rake $ 25.00 48. 2-2 1/2 cu. yd. Articulated Loader with bucket $ 175.00 49. 3-4 cu. yd. Articulated Loader with bucket $ 175.00 50. JD 648E Log Skidder or equivalent $ 25.00 51. CAT D4 Dozer $ 165.00 52. CAT D5 Dozer $ 200.00 53. CAT D6 Dozer $ 200.00 2018-002-JC 3 8 103 54. CAT D7 Dozer $ 210.00 55. CAT D8 Dozer $ 210.00 56. CAT 125- 140 HP Motor Grader $ 100.00 57. JD 690 Trackhoe with debris grapple $ 155.00 58. JD 690 Trackhoe with bucket and thumb $ 155.00 59. Rubber Tired Excavator with debris grapple $ 75.00 60. JD 310 Rubber Tired Backhoe with bucket and hoe $ 75.00 61. 210 Prentiss Knuckleboom with debris grapple $ 200.00 62. CAT 623 Self-Loader Scraper $ 50.00 63. Hand-Fed Debris Chipper $ 250.00 64. 30 Ton Crane $ 250.00 65. 50 Ton Crane $ 250.00 66. 100 Ton Crane 12 hour minimum $ 485.00 67. 40-60' Bucket Truck $ 100.00 68. Greater than 60' Bucket Truck $ 150.00 69. Fuel/ Service Truck $ 10.00 70. Water Truck $ 10.00 71. Portable Light Plant $ 25.00 72. Lowboy Trailer with Tractor $ 100.00 73. Flatbed Truck $ 5.00 74. Pick-up Truck (unmanned) $ 5.00 75. Self-Loading Dump Truck with debris grapple $ 75.00 76. Single Axle Dump Truck, 5- 12 cu. yd. $ 25.00 77. Tandem Axle Dump Truck, 16-20 cu. yd. $ 50.00 78. Tandem Axle Dump Truck, 21 -30 cu. yd. $ 75.00 79. Tandem Axle Dump Truck, 31 -50 cu. yd. $ 100.00 80. Tandem Axle Dump Truck, 51 -80 cu. yd. $ 100.00 81. Chainsaw(without operator) $ 5.00 82. Temporary Office Trailer $ 10.00 83. Mobile Command and Communications Trailer $ 50.00 84. Laborer, with small hand tools $ 25.00 85. Skilled Sawman $ 25.00 86. Crew Foreman with cell phone $ 25.00 87. Tree Climber $ 50.00 88. LF of Security Fencing $ 7.50 89. Ton of Crushed Stone Placed and Graded $ 78.00 90. Sand Screening Apparatus $ 75.00 91. Traffic Control Devices per device $ 25.00 92. Temporary Light Tower $ 25.00 93. Site Security Systems (camera etc.) $ 50.00 2018-002-JC 39 104 1 GROUP 6 SUB-TOTAL • .• : :; $ 5,255.50 *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: ". : GROUPS 1- 6 GRAND TOTAL COST " $ 7'600.74 Bidder's Affirmation company: DRC Emergenc'•Services,LLC Authorized Representative. Kristy Fuentes Vice President/Secretary/Treasurer Address:110 Veterans Boulevard,Suite 515,Metairie,LA 70005 Telephone: (888)7214372 Email: Kfuentes®dreusa.com (911121/ Authorized Representative's Signature ,� 1 2018-0021C 40 105 Bid Bond BOND NO. Bid Bond SURETY DEPARTMENT AA THE HARTFORD KNOW ALL MEN BY THESE PRESENTS, That we, DRC Emergency Services, LLC 6702 Broadway, Galveston, TX 77554 as papal, hereinafter called the Principal,and the Hartford Fire Insurance Company ,a corporation created and existing under the laws of the State of CT ,whose principal office is in Hartford, CI , as Surety,hereinafter called the Surety,are held and firmly bound unto City of Miami Beach, Florida 1755 Meridian Ave., 3rd Floor, Miami Beach, FL 33139 as obligee,hereinafter called the Obligee, in the sum of Five Percent of the Greatest Amount Bid Doman CS 5% G.A.B. ), for the payment of which sum,well and truly to be made,the said Principal and the said Surety,bind ourselves,ow heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these presents. Whereas,the Principal has submitted a bid for Disaster Recovery Services, RFP No.2018-002-JC NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract will the Obligee in accordance with the terns of such bid,and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material fuarished in the prosecution thereof or in the event of the failure of the Principal to enter such contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in Hill force and effect. Signed and sealed this 11th day of May A.D. 2018 Attest DRC Em •: cy Servi•. LLC (SEAL) By k-fat Vq* f- Atiak 3, ig, .1trifi.MAI Rae ShGYpv.•/soul.• y/I raastirQr (Mk) Witness _ Hartford Fire Insurance Company (SEAL) atm (7::4::-.0.-esJJ,�, 0ad...�-„e . i., , By 1 �� - 1e, David T. Miclette Attorney-in-Fact} Direct Inquiries/Claims to: THE HARTFORD POWER OF ATTORNEY Hartfard,Cor Pcutt06155 Bond.Claimsethehartford.com calf 666.266.3468 or fax.'11e0-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: BOWEN MICLE"TE & BRITT INS AGY LLC Agency Coda: 46-504809 & 61-613558 r---1 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut nTwin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the'Companies")do hereby make, constitute and appoint, up to the amount of Unlimited Joni Bowen Maness, Kristi Lovett, Ashley Britt, Robert C. Davis, Jennie Goonie, Rita G. Gulizo, Nikole Jeannette, Barry K. McCord, David G. Miclette, David T. Miclette, Tabitha Starkey, Susan Zapalowski of Fort Smith AR, New Orleans LA and of HOUSTON. Texas their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(les)only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. _.; 4 _ 41 t::,12:4 „,•-: . • •t'' rasa I% ■ a � )-• , I _ ..:.i. •. ... .. ..:_:,,,, /-/.. e „„,„,-_____„,____ John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 5th day of January,2018,before me personally came M. Ross Fisher,to me known,who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. T. Kathleen T.Maynard Notary Public CERTIFICATE My Commiaslion Expins July 31,2021 I,the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of May 11, 2018 Signed and sealed at the City of Hartford. ° `�;. :a 'an� taati �t + } ' I 41 6 ‘ . i p-,' � ir•e � • AI af t. • : iJk. _, liii \-sv. 1`:h..tMOJNovo � tel' � 7efAller; ykr + c ti. ,r 4r,In,..-44..-..-,....--______ K n Heckman,Assistant Vice President PVA 1-0I8 APPENDIX A COST PROPOSAL FORM Failure to submit the Cost Proposal Form, in its entirety and fully executed, by the deadline established for the receipt of proposals, will result in proposal being deemed non-responsive and bein. re'ected. Proposer affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink. Cost Proposal Forms completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. ** PRICING FOR EACH LINE ITEM OF GROUPS 1-6 SHALL BE BASED ON THE AMOUNT OF DEBRIS LIKELY GENERATED BY A CATEGORY 3 STORM EVENT, INFLICTED UPON THE CITY OF MIAMI BEACH. Group 1: TDSR Operations ITEM DESCRIPTION UNIT I COST 1. Operation of Temporary Debris Storage and Reduction Sites ("TDSR") CY $ 1.75 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY $ 16.50 3. Installing 8 foot chain link fence with wind screen with 20 foot entry gate(s), LF $ 11.95 4. Installation of 4 foot protective chain link fence for interior site protection (trees, etc.) LF $ 8.25 5. Furnishing and installation of inspection tower Per Tower $ 0.00 GROUP 1 SUB-TOTAL $ 38.45 2018-002-)C 35 100 Group 2: Vegetative Debris Management ITEM DESCRIPTION UNIT COST 6. Vegetative Debris Removal from Rights-of-Way to a TDSR within City Limits CY $ 9.74 7. Reduction of Vegetative Debris by Grinding at TDSR CY $ 2.75 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to 6.95 Miami-Dade Central Transfer Station CY $ 9. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill CY $ 6.95 Hauling Vegetative Debris Reduced by Grinding from TDSR to 10. Miami-Dade Resource Recovery Center CY $ 6.95 Vegetative Debris Removal from Rights-of-Way (ROW)directly to Miami-Dade Central Transfer 11. Station CY $ 14.24 Vegetative Debris Removal from Rights-of-Way 12. (ROW)directly to North Dade Landfill CY $ 14.24 Vegetative Debris Removal from Rights-of-Way 13. (ROW)directly to Miami-Dade Resource Recovery Center CY $ 14.24 Removal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $ 250.00 15. Greater than 36"to 48"diameter Per Stump $ 350.00 16. Greater than 48"diameter Per Stump $ 500.00 17. Removal of Hazardous Hanging Limbs Per Tree $ 95.00 Removal of Hazardous Trees 18. Greater than 6"to 12"diameter Per Tree $ 45.00 19. Greater than 12"to 24"diameter Per Tree $ 90.00 20. Greater than 24"to 36"diameter Per Tree $ 155.00 21. Greater than 36"to 48" diameter Per Tree $ 225.00 2018-002-JC 36 101 22. Greater than 48"diameter Per Tree $ 295.00 GROUP 2 SUB-TOTAL $ 2,081.06 Group 3: C&D Debris Management ITEM DESCRIPTION UNIT COST C& D Debris Removal from ROW to a TDSR within 23. City Limits CY $ 11.24 Hauling C& D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $ 6.95 Hauling C&D Debris from TDSR to 25. • Miami-Dade North Dade Landfill CY $ 6.95 Hauling C & D Debris from TDSR to 26. Miami-Dade Resources Recovery Center CY $ 6.95 Hauling C& D Debris from ROW Directly to 27. Miami-Dade Central Transfer Station CY $ 14.98 C& D Debris Removal from ROW directly to Miami- 28. Dade North Dade Landfill CY $ 14.98 C& D Debris Removal from ROW directly to Miami- 29. Dade Resource Recovery Center CY $ 14.98 GROUP 3 SUB-TOTAL $ 77.03 Group 4: Other Services ITEM DESCRIPTION UNIT COST Sand removal, screening and replacement(beach 17.15 30. restoration) CY $ Loading and Hauling White Goods Requiring Freon 31. Removal Per Unit $ 38.00 32. Freon Removal by Qualified Technician Per Unit $ 38.00 33. Hazardous Waste Removal and Transport Per Pound $ 9.95 Removal, Hauling and Disposal of Dead Animal 34. Carcasses Per Pound $ 0.25 35. Bulk Ice. Delivered Per Pound $ 0.60 GROUP 4 SUB-TOTAL $ 103.95 2018-002-JC 37 102 Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT COST 36. 20-30 miles CY $ 7.35 37 Greater than 30 Miles-40 Miles CY $ 8.15 38. Greater than 40 Miles-50 Miles CY $ 8.95 39 Greater than 50 Miles-60 Miles CY $ 9.75 40.. Greater than 60 Miles-70 miles CY $ 10.55 GROUP 5 SUB-TOTAL $ 44.75 * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: GROUPS 1-5 SUBTOTAL $ 2,345.24 Group 6: Hourly Labor and Equipment Rates (*All equipment rates include the cost of the operator,fuel,and maintenance.All labor rates include the cost of personal protective equipment, including but not limited to: hardhat, traffic safety vest, steel-toed shoes, gloves, leggings and protective eyewear.) ITEM DESCRIPTION HOURLY RATE 41. JD 544 Wheel Loader with debris grapple $ 125.00 42. JD 644 Wheel Loader with debris grapple $ 135.00 43. Extendaboom Forklift with debris grapple $ 135.00 44. 753 Bobcat Skid Steer Loader with debris grapple $ 50.00 45. 753 Bobcat Skid Steer Loader with bucket $ 50.00 46. 753 Bobcat Skid Steer Loader with street sweeper $ 50.00 47. 30-50 H Farm Tractor with box blade or rake $ 25.00 48. 2-2 %2 cu. yd.Articulated Loader with bucket $ 175.00 49. 3-4 cu. yd. Articulated Loader with bucket $ 175.00 50. JD 648E Log Skidder or equivalent $ 25.00 51. CAT D4 Dozer $ 165.00 52. CAT D5 Dozer $ 200.00 53. CAT D6 Dozer $ 200.00 2018-002-JC 38 103 54. CAT D7 Dozer $ 210.00 55. CAT D8 Dozer $ 210.00 56. CAT 125- 140 HP Motor Grader $ 100.00 57. JD 690 Trackhoe with debris grapple $ 155.00 58. JD 690 Trackhoe with bucket and thumb $ 155.00 59. Rubber Tired Excavator with debris grapple $ 75.00 60. JD 310 Rubber Tired Backhoe with bucket and hoe $ 75.00 61. 210 Prentiss Knuckleboom with debris grapple $ 200.00 62. CAT 623 Self-Loader Scraper $ 50.00 63. Hand-Fed Debris Chipper $ 250.00 64. 30 Ton Crane $ 250.00 65. 50 Ton Crane $ 250.00 66. 100 Ton Crane 12 hour minimum $ 485.00 67. 40-60' Bucket Truck $ 100.00 68. Greater than 60' Bucket Truck $ 150.00 69. Fuel/Service Truck $ 10.00 70. Water Truck $ 10.00 71. Portable Light Plant $ 25.00 72. Lowboy Trailer with Tractor $ 100.00 73. Flatbed Truck $ 5.00 74. Pick-up Truck(unmanned) $ 5.00 75. Self-Loading Dump Truck with debris grapple $ 75.00 76. Single Axle Dump Truck, 5- 12 cu. yd. $ 25.00 77. Tandem Axle Dump Truck, 16-20 cu. yd. $ 50.00 78. Tandem Axle Dump Truck, 21 -30 cu. yd. $ 75.00 79. Tandem Axle Dump Truck, 31 -50 cu. yd. $ 100.00 80. Tandem Axle Dump Truck, 51 -80 cu. yd. $ 100.00 81. Chainsaw(without operator) $ 5.00 82. Temporary Office Trailer $ 10.00 83. Mobile Command and Communications Trailer $ 50.00 84. Laborer, with small hand tools $ 25.00 85. Skilled Sawman $ 25.00 86. Crew Foreman with cell phone $ 25.00 87. Tree Climber $ 50.00 88. LF of Security Fencing $ 7.50 89. Ton of Crushed Stone Placed and Graded $ 78.00 90. Sand Screening Apparatus $ 75.00 91. Traffic Control Devices per device $ 25.00 92. Temporary Light Tower $ 25.00 93. Site Security Systems(camera etc.) $ 50.00 2018-0021C 39 104 - .. $ 5,255.50 • . .•,;.. = • • GROUP 6 SUB-TOTAL .. *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: GROUPS 1- 6 GRAND TOTAL COST - • , :. $ 7,600.74 Bidder's Affirmation company: DRC Emergency Services,LLC Authorized Representative: Kristy Fuentes Vice President/Secretary/Treasurer Mom:110 Veterans Boulevard,Suite 515,Metairie,LA 70005 Telephone: (888)721-4372 Email: Kfuentes®dreusa.comK Authorized Representative's Signature ';‘/Iitiia/P9:1-1‘ V 2018-002-JC 40 105 10, DRC EMERGENCY SERVICES Striking Back. 500 South Australian Avenue • Suite 600 • West Palm Beach,FL 33901 Phone: (888)721-4372 • Fax:(504)482-2852 www.drcusa.com May 11,2018 City of Miami Beach 1755 Meridian Ave,3rd Floor Miami Beach,FL 33139 Re: Disaster Recovery Services RFP No. 2018-002-JC Dear Mr.Crouch, DRC Emergency Services, LLC, appreciates the opportunity to present to you and the City of Miami Beach our proposal to provide Disaster Recovery Services as required in the above referenced RFP. DRC is vastly familiar with the area and currently has disaster relief contracts with North Miami, Miami-Dade County, Miami-Dade Public Schools, and the City of Miami. DRC ES is among the leading disaster management companies in the United States. Our services include emergency debris removal; disaster management—including temporary housing, workforce housing and life support—as well as required FEMA documentation;debris management;right-of-way maintenance; marine debris, salvage and recovery; vehicle and vessel removal and processing; technical assistance and project management;construction and construction management;demolition;and landfill management. Following Hurricane Ike in 2008, DRC ES established a single-day productivity record for post-disaster debris removal in the City of Houston as recognized by FEMA. DRC ES also holds a 29-year record of 100% federal reimbursement for eligible work performed. DRC has an office in West Palm Beach, Florida,which is located less than two hours from the City of Miami Beach. Our additional office locations in Galveston,Texas,New Orleans,Louisiana,Semmes,Alabama,and Surf City,North Carolina provide us with geographical maneuverability along the Gulf Coast, and allow us to continue to provide services to the City of Miami Beach should any location be compromised during a disaster.DRC currently has dozens of reservists and hundreds of subcontractors ready to participate in any response effort. Depending on the size of an event which may strike the City of Miami Beach, DRC will dedicate all necessary manpower and equipment and in no case,will the project be understaffed. Corporate officers with legal signing authority to bind DRC ES to the terms and conditions of this proposal include: John Sullivan,President;Kristy Fuentes,Vice President/Secretary-Treasurer.Evidence of their authority is attached. The Point of Contact for the City of Miami Beach is Kristy Fuentes who can be reached at(888) 721-4372,by cell: (504) 220-7682 or by email: Kfuentes@drcusa.com. This proposal is in all respects fair and in good faith,without collusion or fraud and conforms to the specifications of your RFP. If we may offer any additional information or clarifications, please let us know. Thank you for the opportunity to offer our services and we look forward to working with the City of Miami Beach in the future. 1 DRC eft MN tr I MIAMI BEAC PREPARE • RESPOND • RECOVER DRcEMERGENCY SERVICES A leader in response management for man-made and natural disasters worldwide CORPORATE OVERVIEW OWNERSHIP DRC Equity, LLC EXPERIENCE 29 years CAPACITY Hurricanes Irma, Harvey and Maria 2018 40 contract activations, still cleaning in Puerto Rico Hurricane Mathew 2018, Florida DIVERSE EXPERIENCE Hurricane Katrina 2005 • Statewide Vessel and Automobile Recovery • Debris, Waterway Debris, Marine Salvage in excess of$200,000,000.00 INDUSTRY BENCHMARKS Hurricane Ike 2008 • Set industry standard by collecting record single day debris volume, 400,000 cubic yards. (Houston,Texas) IMMEDIATE RESPONSE Haiti Earthquake 2010 • First U.S. disaster company present following earthquake (Day 2) • 200 pieces of heavy equipment operating (Day 5) • DMS Sites Established • Victim Recovery Projects BP Deepwater Horizon MC252 Oil Spill 2010 • Operated in five Louisiana Parishes, three Counties in Florida and the City of Mobile, Alabama • Managed more than 480 vessels • Employed more than 750 fisherman and oystermen • Deployed and managed over 100 miles of boom HISTORICAL STRIKE MAP . a e a rt is d tnsacola• Tallahassee t, _ J. k• wile F .1nrs lie. , Palm )r La ndo•' r� 4 4.Q ;Lr.. c and ,P,al m baY...t'Melbourne nda e t i.,. f Port k gun• 4iiilli ,-, ‘ `.C pee West Palm �* Co al .L b�a� Coral Por ` - Pato.' ,z,:.;.....‘ Son ngs Gulf of s' `* " !Pom;.ano ,. Mexico ' em • 4 r . .1/470.1 A . ... .. ,,,,i _ ., Straits of Florida PRODUCTS AND SERVICES Prepare DMS Site Selection Joint Planning and Training Disaster Identify Im act Project Manager Forecasting Permanent Disposal Assignment Facilities RESPOND RECOVER A A Identify Local Establishing Teaming Partners Identify Emergency Push Transfer& Recycling Priorities Local Vendor Facilities DBE/MBE Outreach Establishing Collection Grids JOINT PLANNING AND TRAINING PICKING UP THE PIECES . i ill CROSSING THE LINE PROPPING UP Following theses eciflc duidlines . from debris placed frothe Do not set debris against p za sidewalk toward your trees or poles.Doing so when hauling hurricane-related property will not be picked up. makes it harder for Contractors cannot collect cleanup crews to scoop debris and household garbage items on private property. up the items. to the curb will make for �, _ ;-4- : . - a speedier removal = .h .Y L'$` _ -. : - Te process _ •Ati >• I -- 0‘0r- ,-1- t .... 11 �' �.. Sources: —' .it, . _ .11 • �%► I Army Corps of '.A a- ---_, L • - Engineers. 4 ,�� - , . • � debrist removal �- - -�' contractors r - j STAFF GRAPHIC BY � .'4 a j ,,>,--, r !♦ DAN SWFNSON x i *i 3 , ••• :.a --,,,,,..;:.',%;--� HELPFUL HINTS • 0 Limit curbside garbage to two 32- ••• 0 gallon containers or eight trash bags 0 ' ♦• • 0 Share piles with neighbors 0 Refrigerator and Homeowners and businesses are being asked freezerBo must be secured withhduct rs tape to separate debris into the following categories: `J GARBAGELD ' (�+'DEBRIS CONSTRUCTION DEBRISVEGETA .J HAZARDOUS WASTE HOUSEHOLD ©WHITE' GOODS ELECTRONICS r Bagged trash y Building materials r Tree branches Oils A- Refrigerators Televisions > Discarded food > Drywall r Leaves A► Batteries .- Washers,dryers . Computers — Packaging,papers > Lumber r Logs Pesticides Freezers - Radios e- All garbage should be t Carpet - Paints Air conditioners Stereos placed curbside the night r Furniture Cleaning supplies > Stoves DVD players before the scheduled s- Mattresses Compressed gas > Water heaters Telephones weekly pickup. A- Plumbing I > Dishwashers FORECASTING Miami Beach, FLORIDA June 13, 2018 Model Based on 100% Estimated number of Households Impacted Model Assumptions: •Population — 91,917 w/ 59,723 Single Family •Heavy Vegetation Characteristic •Heavy Commercial Density •Heavy Precipitation Acres Required for Debris Management Storm Est.Clean Woody Debris Est.Mixed C&D Debris Category (CY) (CY) Total Cubic Yards (w/Roads&Butters) 1 270,000 30,000 300,000 15 2 1,089,000 121,000 1,210,000 60.5 3 3,546,000 394,000 3,940,000 197 4 6,813,000 757,000 7,570,000 379 5 10,889,000 1,211,000 12,110,000 606 TEMPORARY DEBRIS STORAGE AND REDUCTION SITES CRITERIA • Public versus Private Land Considerations • Phase One — Environmental Audit • Ingress and Egress • Storm Water Controls • Environmental Agency Approvals • Dust and Fire Mitigation • Security Features • Elevation • Sound Buffers and Fencing lekftliaggentaSite = _ , •_ _ •• rrror.w+rwu.ru.. .., ..'� / �.►r a .. DEBRIS SEGREGATION PLAN <£i 1 I .1 f yII n- �� i ' .40 I ♦ • ,•.%, .' / ,� t1, r -111* �. '04., �s I d fit+ ti R ;+ ti y+ • +�' - ti `1 • Vegetative • Construction & Demolition • Bulky Waste (Carpet, Furniture, Mattresses) • White Goods • F,-Waste (Appliances & Electronics) • HHW — Hazardous Waste — Oils • Soils & Sediment • Medical & Infectious Waste PRODUCTS AND SERVICES Respond -72 Hours +12 Hours Crew Alignment and Begin Emergency Partial Mobilization Push Day 2 Disaster Assign Collection -48 Hours Impact Zones Contact with Jurisdiction4i +12 Hours Mobilize DMS V PREPARE RESPOND RECOVER T t T +12 thru +24 -24 Hours Hours Day 1 Mobilize PM to Preliminary Damage Truck EOC Assessment Certifications Certifications Day 2 thru Day 60 ROW Debris Removal 70 HOUR EMERGENCY PUSH • First Priority of Debris Removal • Certify equipment • Provides safe passage for Medical, • Use unit rate tickets to log daily Power, Gas, Water, and Emergency activity Responders • Advanced coordination with DOT to • Typically performed on T&M basis manage priorities — hourly rates allowed for first 70 hours • i PRELIMINARY DAMAGE ASSESMENT , , .let • '�-,..1,,,.... fir •• `• -d s ... �• . • .a :,y s / r -*.+. + w ss -- . t .. C` RIGHT OF WAY DEBRIS COLLECTION • Load and haul storm generated debris in designated zones (ROW) • Typically a 30 -60 day process entailing multiple passes Eliminate immediate threats to life, public health, and safety Eliminate immediate threats of significant damage to improved public or private property Ensure economic recovery of community > Ar - ` ,� "re ^l. = , " • i.„'.,11',,` [ ~ilk. OPERATIONAL DMS • z � ' • y i -.. +F.t /.w hys , - - :. b f . m • �� ! _ - +f - Y My y€ • s r' . • — • • nr y*!J. t 7 j f' �•. i4 v .-s ' i-:::::. ' ":* Y. 4C+�► _ ir PRODUCTS AND SERVICES Recover Marine Debris Removal • Temporary Housing • Disaster Private Property Impact Debris Removal Marine Salvage 4F- RESPOND RECOVER Beach Restoration Demolition Canal and Waterway Community Restoration Involvement HAZARDOUS TREE REMOVAL -- Leaners and Hangers Leaners: Trees Must meet eligibility Hangers: Limbs must meet eligibility requirements: requirements: • At least 6" in dia. • At least 2" in diameter • On Improved Public Property • Leaning 30% into ROW p p Y • Still in tree • 50% crown destruction • Public threat • Exposed Heartwood • Fallen in public area • Falling is imminent • t r 1 � j, , syr kms. i a� • ► �,a1 .+1i ,4 1 a l4 y a • tar v -l `ply ra . •' • ,.. Y t DEMOLITION S14,_:",","::::--;,24,,4„..,,i/tt,,,,,i;*„.4.;i:1440,:tp,..11,724,431kiii:1;.....4$4.3774,4;,71:1.:4,:if4 - DRC has significant experience in performing `� �r ` e ` widespread demolition projects. p 1, _.-- R � �`t. 40. • Demolition of over 2,500 homes throughout ,`. 1 1 (. ,'' ,• P °4 . -, the State of Louisiana in the Parishes of , . = t„ A ), Washington, Jefferson, Terrebonne and Orleans \l' ,,1, ., , • FEMA demolition, Selective Salvage \ . * f ' ` e demolition and the Strategic Demolition I :, . . " 1 . projects in New Orleans is responsible for the . + • : 'g p -. - - - t elimination of over 2,000 blighted properties "t �mpe. 4. M N A � • Demolition services to the City of L •Birmingham following the devastating F ,� • . , tornadoes in April 2011. �, 1� ' } VEHICLE AND VESSEL REMOVAL , -X It - . 4 1 - ....- ' '''t.' -" 'r'•.• JI-A4 '',T,f;el ' • l''' • it , A.-...,4 , ,.." •s ',F•. •, '` ilte * 1;4,0 f •,,i, • •- . 1 If IP r‘tioll ''' *, • . - •: 4,ti ‘,.. ,a•-'.' ir I., :. - ° , • ,... ,.. A.. • 4F%Aar... ' tr .'t ' 1 ..... A, - '' ‘ I :' - - - ,..... ..".-.---" a I. .:• .... tt .l6.r * - '14 Iowa. ...Zw.,......., 7'.. -., •+ I -:-7.4 - AP si-.40 /441 • w f ' rtible det" 104 I 4444% • : e VP .,4,A • sde.OP .. 1 ...\ -...""-•••*...,„.4........ . , t!,..,, i... or. ,M.aflowies &AI% ,..., 1• 0 iNg,S 0 41. .1. "."',. ` 4 .11 ... ..-- 7.401. .-''X''''' '"--- I 11.1. • 4', * VI pm, eV dp ila ' _ .42 gos• ) lot tioo -- E V,.7" W.' 1111114filk VO11040-4 MIIP Ili r ... .. -, , -,111110r. 40.,Alkii'llo. -a iiii 111. prie ri,•,, • ., ,,,, 1111k 411* . . --- 91. oa. vl" 9. • 411. , . -A 11V : 111 i IP 4 ,.• ' .4 A. „r• . .''' r 0.0 N., e, 0. _ • . .... .4.:t?tylintilimPt ii 1lb ..... , Vs, it- lift lik li• ii,4 iii .,..,-. 4 - g, c" -elk elk 0 . in 104 1e, Pi is. 0 i go II \III k at 41.1' — .. .. rib 4., ' 't i ' 40. . 1 •. 4... ilk- irk ' It . r-- - - - ...... _ 111 „,........„ _______ .,_. ..._...... --...,--zr ---... „,...... / — an _ / ....,,. _ ... -.... ,i, . ....- ---;...,.----L..-- _4114r........ loweillillift ‘... - ...."'" Ems.— < . 44111t11.1111111111 lk '- ...A .., ire , -iori•P SPIV milishisis, BEACH RESTORATION .rw.•r "�.i*^*.r � .'' -sem--- 1,1‘..-;;,?_ • .' t 4. 4 wr i- � ' \ll .. .mss .. I ai:. j 11 r '''': is /' ,, _ 1r y. .._ �.� /tet 4-.r rt t' v,„),.-0— ,,,:,,.... ,s .. ,10,,,,,,-.2-4;+..- ....- , .Cf 2* \R MARINE '0 "1" — Iris 1 W i ir pi.oaf:P ��'�.�.r,,: , ..atiiii �- i lily g:` .. .1 ,,,,,,ii.r.,/ From the recoveryand removal xi, , ` w---i*t- .,,,,s% . M of hundreds of marine vessels for the State of Louisiana following Hurricane Katrina to the removal and recycling of massive multi-ton vessels and 4 . _ „. „.., ,,. ,,. barges in the bays surrounding µop„A,5o 'If /.�- Galveston after Hurricane Ike, ') tr . i , - A DRC's experience is -- z -: � : _ unsurpassed in this arena. d -' %ti . - . V 'ii � tIto - . t -1114 _ r ....__. _ _...liar...,»>. . CANAL AND WATERWAY DEBRIS REMOVAL AND RESTORATION t .. .44.7.7• ' .411141. 4 ‘ , ,_ , . ... ....7 ' e N,-,a,, , _a ' •Illit_4,A.,____...,,,.._---- * " 46 -_, . ic. / _h,a, ._ --• 1711,•er 7." •'. ' .1 ' , .,• 1 • i w I I 11 I • .. 011---! .%-.2- . •}AT:' ' - 444- • , fire -- -... . Iiikatt.• , ..., e "9 - 30111•-! . 4 I-is j ' '„I I • .. .a.......ppip-llrevii6 . -; .i--3- -,.•,:', , e -. •-.0.' -— — •-•- ., .1 . 1 A t'L- _ ASP I tr'Not _........ • .. _ - .... ,• . .... , , ,,, -i- - - •) - ... ,. ,_, _ ' '-:-.-t .:‘,4'..g ,',/,.• 7.-----""-•- _ '...;-_7...........7-.......r."..Z2e, _ -.--••• -;'• ••••ws.. -.. IP"' '' - -.-•v.Z.'........,2----4-0‘.• , . . . •,,,• -,, ••.•:.••4,...,' " • ..•i•z..r..... . .. .,411711P -. •..:..4.:ii, .olkik.: ii:Air''...4111ti..-t -'. * •- N 1 . :.. Iigs,-4"...•,..4..-:41''' . . . .I. 4•• . ' _ __ , • 1 --- . . 1 . ; ----:-...;. :NI i a i , - ., /4,1„. , •.1.: \ — .., . , ,--.. - - • :••••1- . i.•- • , .: . -'-•• ,. - --- - -....".............• "'...",t...e." ••.. . . . .---.•:.4% :.-2 •,• .. . .." ., .. .)... r-,. -, • •.• . • -`,...7k*.• - z•r" ...."-',. .•.•...--,4' -----:' . '''.....t..,-..."' ::..Z.i.,,,..- ,- - -k.',1 - •\ - .••• - '' -'1"-- "---'. '. -:--.T.AG-9-0".9e4a4ttl•-•- '4-,•:", '" ''''' -"' ' • • .,... ' • ... , ., 7.. -...14. • . ,.. - -- - - ,.:"-v,, ...--:-- .., ---. • ,,.. %. .- 4si:......:-- . ,, . -..,7*. •••:-. 4,,:-. .: i-!.4:,-... ...._.z.•f.. k.:,.....-I 4`; ''' . . •- ' . ' ....w. ? ,_ ,:-,,,.,,' 'so*- ',--- .. ." ..... - .__ --- MAN CAMPS and LOGISTICS • DRC's vast experience in providing emergency housing, life support and logistical services began in 1991 in Kuwait. This history includes: ➢ 1994 encampment for the U.S. Embassy compound in Somalia ➢ 1999 response to house Kosovar Refugees in Albania • DRC owns several major State contracts for the provision of logistical services such as temporary shelter, generation, ice, water and food services. • DRC provided logistical services under contract with the State of Louisiana for food services, the provision of sand and MRE's following Hurricane Isaac. - t, 41, Aoki 46 _ • Mw�-� _ �. _ ,.�,. "Lit 0 a� ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F MIAMI BEACH Insurance Requirements Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 41 '.4 , BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. XXX 6. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 7. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 _Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 _Other $ .00 XXX 8. Thirty(30)days written cancellation notice required. XXX 9. Best's guide rating B+:VI or better, latest edition. XXX 10. The certificate must state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 2018-002-IC 42