No preview available
 /
     
PSA with Ceres Environmental Services, Inc a 0 (S- 30 c13� PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CERES ENVIRONMENTAL SERVICES, INC FOR DISASTER RECOVERY SERVICES (CO-PRIMARY CONTRACTOR), PURSUANT TO RFP 2018-002-JC This Professional ervices Agreement (Agreement) is entered into this 4,./ day of bfaar ,, 20 ( between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation►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), CERES ENVIRONMENTAL SERVICES, INC, a Minnesota corporation, whose address is 6968 Professional Parkway East, Sarasota, FL 34240 (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 performed or 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 betweenithe 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. 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 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 issued for 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 Agreementshall 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 authorized 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 invoice is received by the City. (C) The CONTRACTOR shall invoice the City pursuant to the cost schedule, attached hereto as Exhibit "C". (D) 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 be entitled 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 be paid 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% will become due after all Eligible Debris is properly processed and disposed of at the final disposition site(s), 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 CONTRACTOR upon approval by the City. 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. K 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 ICenter Drive, 3rd Floor Miami Beach, FL 33139 SECTION 5 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. 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 any 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 this Agreement. To that extent, the CONTRACTOR shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims 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 as 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 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 Best's 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 as 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. -J 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 JURISDICTIONNENUE/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. • 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 on the 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 768.28, Florida Statutes. 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 herein, CONTRACTOR shall exercise that degree of skill, care, efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect 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 employees or sub-contractors, without the prior written-consent of the lCity 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, which 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. 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 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 and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. 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 law or ordinance or in connection with the transaction of official business of the City. (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 or copied within a reasonable time at a cost that does not exceed the cost provided 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 and 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 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: RAFAELGRANADO(c�MIAM IBEACHFL.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 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: CERES ENVIRONMENTAL SERVICES, INC 6968 Professional Parkway East Sarasota, FL 34240 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. 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] 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: By: Cit Clerk Mayor Date: 2 2 0 `:�•, s-.. t fir.-; ._..��: FOR CONTRACTOR: ; 1°���`�p \O�p,,6 EENVIRONMENTAL SERVICES, INC ATTEST: a By. 4/a 4 P Corp . SIGN btAnftoe 1 JCS iAttvie S'ecv-e fOy Print Name and Title Print Name and Title I Date: Z—IZ--'1 ci APPROVED AS TO FORM & LANGUAGE &FOR EXE UTION D^�l/ City Attorney 62 Date J 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 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 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 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 consideredhazardous 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. 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. EXHIBIT B CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: CERES ENVIRONMENTAL SERVICES, INC 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 EXHIBIT C BAFO Price Form [See next page BAFO FORM (REVISED) Failure b tilt'the'BAFO Paw M.its efitirety, aii felly executed, by'the deadline established for the FeOW Pi.0osals,will result.m_pYoposal being deemed norr;res)Sonsive.and.being rejected.., Proposer affirms that the prices stated on the BAFO Form below represents the entire cost of the items in full accordancewith 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: r-Tf14, R 10, 11 . 13 -• � ��A, :# _.. k � 14'y i M.d t 40t( e� �i Q � Vi ++Otr� EOI' Sol RSt a 4z4 a .�A «e . rY om S 1. Operation of Temporary Debris Storage and Reduction Sites("TDSR") CY 875000 $ 1.88 $ 1,645,000.00 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY 600 $ 29.48 $ 17,688.00 3. Installing 8 foot chain link fence with wind screen with 20 foot entry gate(s), LF 6000 $ 19.78 $ 118,680.00 4. Installation of 4 foot protective chain link fence for interior site protection (trees, etc.) LF 200 $ 16.75 $ 3,350.00 S• 5. Furnishing and installation of inspection tower -3 sites Per Tower 6 ' r,�s �' .'• : $ 2,600 .0 0 $ 15,600.00 < Nute�T ‘7 �� 1�� ��1 �� W )4140N- ZR N 1 rSC1 ,, � � , $ 1,800318.00 � id m x44 4 7 ,y��:4 , 3 f i : I i GROUP 2: VEGETATIVE DEBRIS MANAGEMENT: ci {. ' l x. r ^.tv. .. gyy?4E9iiV `? `G}'�»" ck k A. L^ T rty, ,or,: {e t d Y . �'� j:.e"",. H '.. kql .,l �tt "f- •, '+ A.`;� �� 'i raN at�' .�'�5 pr c .,,P10,54777"' �, ,'..: ,-4'sC ,a, �. +! s,s. x %, ys..�n4 ,• .441 A t :SI, ,tp 'E"� '1 yf '' `a , 1.,:e„,.,k `40� ,, }*�-,0704 7, 4h, ,: '',1'.7',1-1,E .„'', ,E a ?r.,4&,, „V;,- �.a ® b'..l'7R ` �:,( ISi ,;!i`'�t`i.� :0-* „, :' �*". .Am mire •;0 , p; of y r +1 A i�10.00§,``'fir,:lis xfe o e �'f7 '^to f y C,�. a�. .:�„r. '��k �.� , ,z•. .`x„fes',�,��s:�:����, �•„W ��.,«<m� Vst���:�>� � s�?t r_�.�,' . ' x�$.,��:�€�� � ,; &r•�K,�,,.: .+a,�w�'��5€, 6. Vegetative Debris Removal from Rights-of- Way to a TDSR within City Limits CY 225000 $ 9.95 $ 2,238,750.00 • 7 Reduction of Vegetative Debris by Grinding at TDSR 4 to 1 reduction ratio . CY 225000 $ 2.48 $ 558,000.00 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Up to 15 miles , CY 18750 $ 3.98 $ 74,625.00 9' Hauling Vegetative Debris Reduced by Grinding from TDSR to 15 to 25 miles CY 18750 $ 4.98 $ 93,375.00 4 Hauling Vegetative Debris Reduced by i Grinding from TDSR to 25 to 40 miles 10. CY 18750 $ 4.98 $ 93,375.00 i Vegetative Debris Removal from Rights-of- 11. Way(ROW)directly to Up to'15 miles CY 35000 $ 10.98 $ 384,300.00 ' Vegetative Debris Removal from Rights-of- 12. Way(ROW)directly to 15 to 25 miles CY 35000 $ 12.74 $ 445,900.00 13. Vegetative Debris Removal from Rights-of- Wa (ROW) directly to 25 to 40 miles CY 35895 $ 12.48 $ 447,969.60 SS iii,{y rctkr. r,tt ',3. k rir °7j! ��f y:. tP,- ” ::, AN'is i F4 ,a '.'.4." '''..5-A af ,,%u00 i ;:fie'v:..•-."r < u - f�'•`kr ._,, » ° : ,„-�3 j& g 2„,d,,..,Ti'. _ �'`,, ”' <W,, ?. o a,. �a _ ° a.«. ;r .c,. <?,,. ;, �"`='Ei(''-'''',W,'M ' 4:..4 k i a�'. 40 il,' ..-%tel A" i t , w�,I.,;.,�'�1�h1�'i�m' .»�,a ^'� U 7�' a. �,f 2��Y id'. ••�fi P,�'� .•'a�; �'{�,9 gs �,t:�i yy �j b�{..! Y �`ii �� 4�' r� a� M�...'A4,�5,,. 's' llk:P;. ? '4 "1 .� ,y.. �' 4�; ' $ �` .'' 4 alfa ,, .;.1 , .L.g —t''': •K"r q:r, � y c 1'F,' ' ,,' y, AL:, w , .r , ". 5 �,v.`x_ 4s 1 a" t, . +..w r` t"'' t.}. �' ,ti.,.Y file -.;, 1 xr, ...•���� .xx,..;.�eS, .�.��.?a,�.�1'ss��r.��s�' �k�s� � ,._„a, �?'h'�.r���«:�'a^ �S .z»:�sx�.�".., ��. s° ' �u r, y �..�, r�F��� a ��,e=1 .'��•�. �: .,��•�, �.�f m„� :�z:�s��x t.� 'a .a � n-a��r, �.�-�':� �:. x�a.”.ate r,-s��,;^ �M d s 14. Removal of Hazardous Stumps Greater than Per Stump 24”to 36"diameter 50 $185.00 $ 9,250.00 15. Removal of Hazardous Stumps Greater than Per Stump 1 36"to 48"diameter 25 $245.00 $ 6,125.00 1 i 16. Removal of Hazardous Stumps Greater than Per Stump 48"diameter 10 $395.00 $ 3,950.00 i i 17. Removal of Hazardous Hanging Limbs Per Tree 1200 $ 88.00 $ 105 600.00 '4,4yr .f ,' WA 'fn ' ;' ,s ' _; � is ;TO* 3' IAt./� �� 0�� .rf„Ti�� �� $ a' , ,ty„d 't � �1,4-.,:-.04,x10' �,.' qd' A,�; `: ��. }r � a �. a w� � a �� �� *# 9� � r 4� ��'� f ffi � , ,d.��.. � ra��x • ; a�za �. , � 1_: x�� d �� iwam` . hh�xo' -0$:4 1.' Removal of Hazardous Trees Greater than 6" 18, to 12"diameter Per Tree 100 $ 65.00 $ 6,500.00 , 4 Removal of Hazardous Trees Greater than 12" Per Tree 19. to 24"diameter 75 $ 120.00 $ 9,000.00 ' Removal of Hazardous Trees Greater than 24" Per Tree 20. to 36"diameter 50 $ 185.00 $ 9,250.00 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 $ 365,00 $ 3,650.00 a•� ,,, f :: `F1 h� P '1. `2. J r d ' rx *t"�t 4 c.°;eitb,,��'� � J fya� 14,4',04,4111,4- � '�' � st ,r Tz.`� T�, ; �4 �r a 1 ti$���' s stir@ I kyr 4 t 4 1+.'�i' � ` �F'�" �'rs�tl W ,t1S' O a_4 '• ' - t,:-, �•'"• .� :. x `' n vi 4,493,744.60 �k�ht' z air. t ( G � T rr: i. e', f•A+�lr `£gt '�y z v : , ""Miin4b 5 ,' y a� �' "' ar.`� 0t i' m 'fit aa; s-:naa �.a��,„,u .sr. 3��x.�,. �a,� . kk .� �i`�su4.�''S.-�..�'a�.;r k:�,-�v -;.v-kba':4� r::�?,:.` r,��A,� �� .i'M GROUP 3: C&D DEBRIS MANAGEMENT: , u � �, 5 i 5 sq r g' !IN ry J,'»_ g, a �� '¢"�i �y ,z r F " x: �a " p" -� rY#,,�a. `" ":� i �Pµ"�, ;..-,:i.,',5-��+�45��"� � M �� �...*;*4\t•'�} ,ti v',�'+�' ``'=";fin"x�,`" j4, r 'i f ^� 's'H,��ig A� R��-�Ls, tga,�n�- � r• �'. if i uq Ss�,q„' JV S".?�„,a "'`i ® r.S l I PT 0 ., o IT r , i `s``A $„'. n, O i' Xt� o e Co° tv , qY;AA 1 , T 4 Y r,,,,, - :&"%'va' .' .. t44-4"Wa '.$��v'"p, f:6, ...,. 'ar.2v' 'a� , st.: r" t: f..•'+, , A^ µt. k z. La:,,, ,zf 'm.. C&D Debris Removal from ROW ' 23. to a TDSR within City Limits CY 650000 $ 10.78 $ 7,007,000.00 C& D Debris Removal from 24. TDSR 20 to 30 miles CY 200000 $ 4.98 $ 996,000,00 C &D Debris Removal from 25. TDSR 30 to 40 miles CY 200000 $ 5,78 $ 1,156,000.00 C&D Debris Removal from 26. TDSR 40 to 50 miles CY 150000 $ 6.68 $ 1,002,000.00 1 C& 0 Debris Removal from i 27. TDSR 50 to 60 miles CY 50000 $ 7.58 $ 379,000.00 C&D Debris Removal from y 28. TDSR 60 to 70 miles CY 50000 $ 8.48 $ 424,000.00 I C& D Debris Removal from ROW j 29. 20 to 30 miles CY 50000 $ 11,89 $ 594,500.00 l C& 0 Debris Removal from ROW CY i 30. 30 to 40 miles 25000 $ 12.39 $ 309,750.00 C& D Debris Removal from ROW CY 1 31. 40 to 50 miles 25000 $ 12.89 $ 322,250.00 C&D Debris Removal from ROW CY i 32. 50 to 60 miles 12088 $ 13.39 $ 161,858.32 } C&.D Debris Removal from ROW CY 33. 60 to 70 miles 10000 $ 13.89 $ 138,900.00 ". T3�r +"� w r `' "' $,� C'3gyR,.rr-t.* . ry , "�i'�.&Y''' r sA +� t � ( Ot kil'W''',0,4 !g. ri '� x g$ a`".t .i a4 r 3 1 71' '- ' .,/4 c` ',„, ��l fi: . e 5 - "j s ar ,, S t.� qy ,, fie. i s ira '�$ A..°r 1 R i x. t r #7� � t�° at '.c°. A � g 4 "�$' �� r� i,,SW-k' 4. b ,,y, a q�y� 5A ' ""Max . ,tvfu ,�' '!C 4 A'r *-..,.,„:‘,..:,,,$ 12,491,258.32. 1,41 e -ter 5 GROUP 4: OTHER SERVICES 9 $,t; 2: 1,:,,,T,01,, '£`�" 'l ' '',111).,'!"..•°°!: .. 1 \; 4 1.`. . d xz�t p .'-. yea , .1 ice' "� k '? 'r, c�3 r ,,i:7 litaz b .�. y ' Q �� ^�w ,`�' ra+• i y i }� a. ``,�'��;�'�- .1 to' Kz'�' Y � •, ,E ,i, ,, �� Y �u C':�' Q yyt �4-a' et Ex a „� t Cps - e7oeo Co , , 1 r".m"L4 ` ia �.:; } �'�:. VES,d;. ..$r8 'r .�ir....r"' +'�3'. ':�: .. I' 1.4. Sand removal, screening and replacement $ 17.48 786,600.00 34. beach restoration CY 45000 $ Loading and Hauling White Goods $ 39.00 172,341.00 35. Re•uirin• Freon Removal Per Unit 4419 $ 36. Freon Removal b Qualified Technician Per Unit 4419 $ 39.00 $ 172,341.00 37. Hazardous Waste Removal and Trans.ort Per Pound 331425 $ 4.98 $ 1,650,496.50 Removal, Hauling and Disposal of Dead $ 0,.98 2,165.31 38. Animal Carcasses Per Pound 2209.5 $ 39. sulk Ice, Delivered Per Pound 12000 ' dit $ 0.79 $ , 9,480.00 r,.J dr t r >' y . a r _ - ,- %,,,z36,.. tc a ii1 ;17 a �6I � ,-,. 1 , ¢ ;. i T - 7TY V, 'Al. e : ,-rt,,,*-al: z., " atm. - ;.,"e w hi. nw ,;'; ft' 743.81z. . t`�` gfsOU:'/ s } 6 ,41k , . ,, $ 2, 93, 2 t ' er . , . " RL; g. • . �e0 / . s ' A':1,41„ e4 n1dS. , ..A., nuda^bx..va r; 65 ' , . .l.r :. ., . -4 . • • GROUP 5: HAULING REDUCED VEGETATIVE DEBRIS TO ALTERNATIVE LOCATIONS ' . w;� • i r ;"LX4 t 4'.30"4570X =r' V � tw �„ s44ficvq +z p. � ',. 'e0 t „i-41:- A at w , 1. ` � ,,p, � � ,, r -4,,,,...' r-,3 s . : - ,. ;i ° .Iry - re 3e-., , � x FL , .' . wAt° i ; " wert-04,4,,,,,,,,,,,Q4,-.4/.5-6- ,,,,,,:.: « s.x A ." ..Sfhrx, <F .t, , ,_, Y,4 , , ,,�. 40. Greater than 40 Miles-50 Miles CY 18750 $ 6.58 $ 123,375.00 fi 41. Greater than 50 Miles-60 Miles CY 18750 $ 7.38 $ 138,375.00 42. Greater than 60 Miles-70 miles CY 18750 $ 8.18 $ 153,375.00 ' r ",.00rtif ±4x r qV ` ,I3 `- t H ss ;710#1,7' Saik "� ro 8P k, r � a § � zs"'� "1r � ---;71:114'."',,,a'" t� �`f 9 .48 , n§.0-UuEae 6Jtit i. 141 ,r $ 415,125.00 .4m4;44,641 .,17-14-;,: , r r . s nwa, it,, A * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: t},✓� Y .' r( Sir -:aa f 4: s 5.S� -"•� i ,"S w,3§11.47 ' t d '� is - s d-7 r 7 4k1' +z ���, R ,:n:�� n � fi}y1�r ` ¢� :�a� �Ia ��` $ 21 993869.73 b i tAV,�" � n � � ,.r �� _. Yal.�p.®U1� ` }S"��FO' ' � ''-,,,,,„.14'�`'.w"i�� a�,g. 'a�� .'.zSz I i i .k rt4R 'tom,. 8, « S'%r t. .441"m' nor e 5,, _ , "t 9.,t 9Awnh>.3 _ . r: .+ j1lt 6 GROUP 6: HOURLY LABOR AND EQUIPMENT RATES (*AII 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.) q� 51 p� E�� 1 O fi d C 4 "n��2 :: � ti &' M �Lal-LP, ��90 �{�1' i .%a�"�.s•.., a a"N 'dS.CR�'?'�3,�5^:r,�:,t� .� .. .Yi, .. .� .�'.� �+m.�-,w, ;lift.� � ..h �^+3fi P4 v,»,� 43. JD 544 Wheel Loader with debris grapple 70 $ 131.00 $ 9,170.00 44. JD 644 Wheel Loader with debris grapple 70 $ 142.00 $ 9,940.00 45. Extendaboom Forklift.with debris grapple 70 $ 79.00 $ 5,530.00 , • • 46. 753 Bobcat Skid Steer Loader with debris grapple 70 $ 82.00 $ 5,740.00 4T 753 Bobcat Skid Steer Loader with bucket 70 $ 72.00 $ 5,040.00 48. 753 Bobcat Skid Steer Loader with street sweeper 70 $ 79.00 $ 5,530.00 49. 30-50 H Farm Tractor with box blade or rake 70 $ 85.00 $ 5,950.00 50. 2-2 1/2 cu. yd.Articulated Loader with bucket 70 $ 105.00 $ 7,350.00 • .51. 3-4 cu. yd.Articulated Loader with bucket 70 $ 112.00 $7,840.00 I 52. JD 648E Log Skidder or equivalent 70' $ 125.00 $ 8,750.00 53. CAT D4 Dozer 70 $ 132.00 $ 9,240.00 54. CAT D5 Dozer 70 $ 142.00 $ 9,940.00 55. CAT D6 Dozer 70 . $ 155.00 $10,850.00 56. CAT D7 Dozer 70 $ 159.00 $11,130.00 57, CAT D8 Dozer 70 $ 1/4,UU $12,18U.UU 58. CAT 125-140 HP Motor Grader 70 $ 125.00 . $ 8,750.00 59. JD 690 Trackhoe with debris grapple 70 ' $ 178,00 $12.460.00. 60. JD 690 Trackhoe with bucket and thumb 70 $ 172.00 $12,040.00 61. Rubber Tired Excavator with debris grapple 70 $ 189.00 $13,230.00 62. JD 310 Rubber Tired Backhoe with bucket and.hoe 70 $ 114.00 $ 7,980.00 63,.210 Prentiss Knuckleboom with debris grapple 70 $ 139.00 $ 9,730.00 64. CAT 623 Self-Loader Scraper 70 $ 135.00 $ 9,450.00 65. Hand-Fed Debris Chipper 70 $ 92.00 $ 6,440.00 66. 30 Ton Crane 70 $ 215.00 $15,050.00 67. 50 Ton Crane 70 $ 255.00. $17,850.00 68. 100 Ton Crane 70 $ 375.00 $26,250.00 69, 40-60' Bucket Truck 70 $ 174 00 $12180 00 70. Greater than 60' Bucket Truck 70 $ 185.00 $12,950.00 71. Fuel/Service Truck 70 $ 88.00 $6,160.00 72. Water Truck 70 $ 85.00 $5,950.00 73. Portable Light Plant 70 $ 31.00 $2,170.00 ' 74. Lowboy Trailer with Tractor ' 70 $ 105.00 $7,350.00 75. Flatbed Truck 70 $ 85.00 $5,950.00 7 76. Pick-up Truck(unmanned) 70 $ 11.00 $ 1,19U.U0 77. Self-Loading Dump Truck with debris grapple 70 $ 18b.UU $ 12,9b0.00 78. Single Axle Dump Truck, 5-12 cu.yd. 70 $ 14.0U $ 5,180.00 79. Tandem Axle Dump Truck, 16-20 cu:yd. 70 $ 79.00 ,$ 5,530.00 J 80. Tandem Axle Dump Truck,21 -30 cu. yd. 70 $ 82.00 $ 5,740.00 81. Tandem Axle Dump Truck, 31-50 cu.yd. 70 $ 85.00 $ 5,950.00 82. Tandem Axle Dump Truck, 51 -80 cu. yd. 70 $ 89.00 $ 6,230.00 83. Chainsaw(without operator) 70 $ 7.00 $ 490.00 84. Temporary Office Trailer 70 $ 12.00 $ • 840.00 85. Mobile Command and Communications Trailer 70 $ 34.00 $ 2,380.00 86. Laborer, with small hand tools 70 $ 37.00 $ 2,590.00 87. Skilled Sawman 70 $ 42.00 $ 2,940.00 88. Crew Foreman with cell phone 70 $ 56.00 $ 3,920.00 89, Tree Climber 70 $ 69.00 $ 4,830.00 90. LF of Security Fencing 70 $ 19.78 $ 1,384.60 91. Ton of Crushed Stone Placed and Graded 70 $ 39.00 $ 2,730.00 92. Sand Screening Apparatus aratus 70 $ 128.00 $ 8,960.00 93. Traffic Control Devices 70 $ 16.00 $ 1,12(1.00 94, Temporary Light Tower 70 $ 31 00 $ 2,170 00 95. 7Site Security Systems(camera etc.) 70 $ 3 nn $ 210 00 Eli, a "�s T."i z roti � t i ��ct"� '' �T ,. ,, ,, �,,,,k,,,,,,,,,,4,:,,, t{rya yy flitipt %' .�A�.4,-"y Ff � §� 1,,,._,.r., , '. ,, ,.,vg >k, ', , motif x,:} 0 r ; f tP 4O : I V��t a 4101 393,454.60 s{, r a '.. yea. u. ��i ®� 6 ���� �' ��Y'� ��,aft �a�` 5' '�` $ ..a � a„ - . �����c. � �- �w., ��4� J,,..:�.�, s»_3..�.�.��...�.� ..1�9a§,.. ,..tea 1 *GRAND TOTAL COST FOR ALL GROUPS (1-6)TO BE ENTERED BELOW: s 1 14uf*i ToirlI��r 41” ,'�?rJ Q -• 7 �g,,a4°,'r {�``� $"- d rRf '§ r•w s 'k� ry � F � i0 r f, a o 4,74,-;k`'j,1,1:. � i �. , ," $ 22,387,324.33 I 6 ... . ._ Bidder's Affifit tisOf -; _'... company; Ceres Environmental Services,Inc. Authorized Representative: Dawn Brown Address: 6968 Professional Parkway Fast ° Telephone: (800)228-5636 Email: dawn.brown aeceresenv.com1 - Authorized Representative's Signature: '/,1,/i�`r ,400��/r ATTACHMENT A - RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM 1 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 City 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 3`d 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 tWoS.(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 (REP) 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 the final agreements upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this . a5 day, of J/ I 2018. 'AINIOLLir Dan Gelber, Mayor ATTEST: 01 eel . Rafael E. Granado, City Clerk *; p•+p q E 1 INC D: ....+ `oma • APPROVED AS TO FORM& LANGUAGE & FOR EXECUTION V city Atto gyz y, y Y Dot 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, Inc.; • 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.; 2nd- DRC Emergency Services, LLC; 3rd- Crowder-Gulf Joint Venture, Inc.; 4th - Arbor Tree& Land, Inc.; 5th—Ashbritt, Inc.; 6th - 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.; 2nd-Crowder-Gulf Joint Venture, Inc.; 3`d-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 2nd 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 Ph7 Date 1-a' Id' 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 Co 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 be utilized 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 anddemolition 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. 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 declarationunder 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 contracthas 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 recovery consultant,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.com. 107 prospective proposers accessed the advertised solicitation: A voluntary pre-proposal conference to provideinformation 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 proposersas indicated in Attachment A, in the following order: 1st- Ceres Environmental Services, Inc. 2nd- DRC Emergency Services, LLC 3`d- CrowderGuif Joint Ventures, Inc. 4th- Arbor Tree & Land, Inc. 5th—Ashbritt, Inc. 6th—D&J Enterprises, Inc. 7tn—TFR Enterprises, Inc. 8th—RAS Investments, Corporation d/b/a RAS Construction • CITY MANAGER'S RECOMMENDATION I have reviewed the proposals received and the results of the Evaluation Committee process. I 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 the companies 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 tothe 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 increasesthe 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. 18t Ranked -Ceres Environmental 2"d Ranked -Arbor Tree 3rd Ranked - Crowdergulf 4th Ranked -I DU Enterprises (tied) 4th Ranked -.DRC(tied) ' 6th Ranked -Ashbritt 7th Ranked -TFR Enterprises 8th Ranked -RAS The RFP requested unit prices from 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 2°d Ranked - DRC • 3rd Ranked -Crowdergulf 4th Ranked-Arbor Tree 5th 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. 1st Ranked-Ceres Environmental 211d Ranked -Crowdergulf 3rd 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, mostrealistic scenario, I find that both Ceres Environmental and Crowderguif 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. Asa result, I recommend that Ceres Environmental and Crowderguif 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,, also upon 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 Crowderguif, the 1st and 2nd 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 3rd 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, I recommend that the Mayor and City Clerk be authorized to execute contracts upon successful negotiations by the Administration. • JLM/gJF/ /JC TCDD©�©0D .. �9 '''':.:4444'ill; . t ' • ' 3 z' ''.1IilüI d MEN: - • • - ..ct ',•.' _.p.,o,..j oo©©0200 . • :V.4 111 ll: . . . I. o • X. . *4-.... . • 9vs• 4r4`.`F' hx 1PF.F • • [6' ' • ziJ _ aq � oa000 000 64.6 F R 111111 CO.;+" 'yyii yi��NNyy��mrrppN .r� Si.NNNNNNNN . 9.y Z !!! i g . Am.- - • ATTACHMENT B • TIDAL BASIN.. To: Jimmy Morales, City Manger City of Miami Beach From: Daniel Craig,Senior Vice e eu ' 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 evaluate the 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 census data 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 70 hours 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. { 1 i 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- $38,135,4.11.13 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 wouldreceive 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. RAS Investment- 11 675 N.Washington Street—Suite 400 I Alexandria,VA 22314 P:703/683-8551 F:703/683.8555 I TidalBasinGroup.com } \ i TIDAL BASIN 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 scoringto 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 receiving:the 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 0 Based on the total ranking of the qualitative and quantitative proposal evaluations,we recommend, the City of Miami Beach award the first four ranked proposersa contract with.the City to ensure proper capacity in case of a Category 3 storm. In 20-17, 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 40o J Alexandria,VA 22314 I P:703/683-8551 I F:703/683-8555 ,.1 TidalBasinGroup.com ` aeaaaaaxaracrxaoasecaeasoi56GraG.auia_aemgG agog: GrCErt 8448V2G CGgGC4CGCOZMor w 11Lr14 a1[ g1tge44datbS"HilCQiiLi11 1 1 g11 FPI if Ffp _arCr1111WiRiiFiiiiiiia 'ttl 1EEg lull /pi11111111111 C]1RpIon . 1 Ulm I Iiiii g' R�r g tY i7 y e4Su�� @C a LIILdIIIII}IIII! Iv iti Ipli II g FF !! lBie 5511 $y._a_ ill P 0111 11 " Ih!'t iIIIa 1 1 11111111 1111 "1114 11 :€, Eh iiiiiiiaagg gg gg gg agg a ga aag a sli "222Or "22222 ;;;;;;1112222 3i?ZE pYpTcaaaQror 1 Gcg4 r, EEEEEEEEEEEEEEEEEE4EEEEMEEEEEEEEEE;EEEEE gg gg ggi aaarrrrarrrar rraraaarrarrararrraaarrararar 1.'..1 �� M IiIlli'S aGraE�aariII///11 -vigil NaNrFrp��4E »EE Epa 8 gN65-aaggr&6& NG~n .'d 586enr Nr- rrIl 68;686B65gg66 886585 668tH 8e8866666966555§ 1&6&a BOM =Nit 55§s59§68r8t&iliao v&IIal& NwwNNN GggCBpgN rxowM w«ww«Mvr«$¢xx_Y.wNxNxts pN xxr• »»tN yx MMMN wY YM YCgNYxNx NN Nq yNp�N pyN `, gug wait, t56i8ti6i88it868�e68 BIH89 86188 569 88§6. 11. . .i. HE�e .Hin 'ittlit ilhi6tiii. •thi vvMNNwwxNtlxwwNrNMMxN.NNww.wrhNhNMr_YNrrxwMr .»wwMv wv NMw NMwvNMu .N vuxY vrvuNwM_wM xN xuxxvp III8i8ga8FiiFFFiiiiiiiiliBiiiiigiiiitIlliiB Flggg MITI IINgtEl iiiiliiiiINIg& ttil gg CC66(§sg Cg fig! g8 pgpg ppgg CCpp £ g q Gg li" pKg xz NwN v�uuNuxY:Y'N v*gNVNN«wuNegwN xv_»vr xpu jg�x SBIltBi8itlitilitilitiffliiillitliiiiill5iB. 11. . .1 11hill itill5 ' kilitilltff8 l it. ill BEliiiiliEliaaa88ieIiiiiiaieiaiiii8Iiiaiii gggsg WI IIIImi iiiiiiiiiIIIgml Ind ee k r xwr wCGGC-GNCNw O}'x C G 6 C ; . h 'J g it tittitill i tiiiiii ili rete . 11. . .1. g ' t . iflittleffinii-istits illiiillill96888ississiieii8$esiagiileIFiii IllUt WIIE EIINIII eiiiieiiiIII"IIIIV .RIIir ; Y_xww «wNw_h_ _NxhN» x«wwww«NNxx. .x. lv Y 9 5 ° E S°Eb °c9 �� s � E � � � ' � ii. , .1� Et1411111111ditI. I h it 1 Off 'dg66e6e666 666e6s6B66 i 86 66a e 8 866 iiiiiiiinilitillliiiiiiii8iiii88liiiFFiFBE imi him ffgiEiF igs11F1111Mggsg lid illiii88iiiiiiin i niiii §§iii86i5iiiiiiiil b. —illiallihdh i iiii Eli $88 6 dd inn NwNNNw«_x««sy«««NrxY..r«Y.. �NN i$Q8 tioi l8 $Hg 8$8$8s $88$8$ 8888 88 EE HEM 888i88g kli8i8 illitEia �{;exYxxNMN.»4y«»_»aN«� ca a -c�-�o NN_we �iLYKNSL�«���x�N�NkYx�cGN�-�rEE���xN�«I .»�Nr Iiiiiiiiiiiiiiiiiiiiiiiiiiigii iiilliille � 1 1. 868 868 , 6 a . a t I t s 6 ; 6 66 NrNwNw .NxNxN_ x_NxxwxNxN._NrNNr g i Iiiiiitglei litilkillilliiiiiiiiisiseisiitii HM Hail ggi&&Ei Il hililata & al Itis&l F ww_«www._uw....ur uxwxv tl_ _. Nxx x NC yc d n ail g i C aBaaG r ERg$r & �a�gLg�'a�'f8p CgaCg� � �§ $c� rs D� ppy � � Es e3ig is, qqEiiiiiiiiiEiee68B8i6iCb91' 6"'1' 165 61' 11811681' 6ieiiiiieiii'6555 6 8 §eQU Newgg 99 gg y ggggg pp ww«CC pr _rtl.rx NNNN«x«zz «_«xQ«�«x«Y.NxxYx«NN C E 8868858gl_8i658$.6885§§$i§i88i85888ii885$8585 .C. GU Wilt DIN II it8ii&tii5 iiis5 'CII&l k « r cK »«NLC�»�tl.............g yg. pgpg Fg j{i�Yx�+��k�Ng� �b g�}y�Q���w .�C. . ��I hthidMIM• �k @i8b8 � B�•ib� CglitilBi 6`8' iii`iiiiiiiiiMM iI6658 6§8586I. 5k .1• I& 5 PPii6' 8 JIELIPU! . \ l I | || ||N !■■,,,,,,, wgv#sgn RGhRR \ . 21 �qhh/h ) ESQ#G _ . 7 wg 8 , .1hhgq . . \ ||||||||■■ . .\ ihi | § QiglR| I . - . \ | y h�RGg I . d HUMPH � . . , . \ }, /G| I qhl h| \ � , , 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 1976. 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. 14 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 informations 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 beenresponsible for removing more than 30 million cubic yards of disaster debris resulting from natural disaster events. 1 THIS PAGE INTENTIONALLY LEFT BLANK Resolutions- R7 Q M1A'V .IBEAcH , 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 MIAP• \IBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov 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 RFJ , 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 ten (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 incorporatesd 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 r • 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 related security 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 no set 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. - i 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 i 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 final 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 S 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 RafaelGranadomiamibeachfl.qov. 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. rx7 Sincerely, Ale' 1- is . Pro urement Director 4 ADDENDUM NO.4 RFP 2018-002-JC Ii Exhibit A Citywide Procedure No. 16.06 for Procurement Requirements for Federally Funded Grants and Projects • • • • 5 ADDENDUM No.4 ° RFP 2018-002-JC DATE ISSUED: Page: 1 SEQUENCE t V i I A' `, BEA ' Of: 8 NUMBER: DATE UPDATED: P0.16.06 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. ill. CONFLICTS OF INTEREST. City employees and agents engaged in the selection, award, and administration of 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'indicated 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. , r DATE ISSUED: Page: 2 SEQUENCE I / I A� /V \I B EACH MARCH 2018 DATE UPDATED: Of; 8 NUMBER: P0 116.06 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, (iii) 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 3b days prior to the deadline for receipt of bids or proposals. _ DATE ISSUED: Page: 3 SEQUENCE {./t i ' a, ;; ( BEACH MARCH 2018 Of: 8 NUMBER:( i ' t 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 200.318(j)(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 transactions to 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 i A J�,A ( 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 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. - • - Y DATE ISSUED: Page: 5 SEQUENCE • A n IBEA """ MARCH 2018 Of: 8 NUMBER: M!'f �'�`f ~ ' 1 DATE UPDATED: P0.16.06 CITYVVIDE 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 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 materials identified 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 does not require the procurement of goods that (i) are not reasonably available within a reasonable amount of time, (IQ fail to meet reasonable performance standards, or(iii) are only ' available at an unreasonable price. Upon the conclusionof 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 1\1\ 1,A�A h 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 XIV. CONTRACT COST AND PRICE(2 CFR §200.323). A. Cost or Price Analysis. A cost or price analysis inconnection with every prgcurement 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 be included 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 intoby 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 be up to and include contract termination. DATE ISSUED: . Page: 7 SEQUENCE \LANAI BEAC,11 MACH 2018 DATE UPDATED: Of: 8 NUMBER: 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 in part 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 advertisement of 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 purchase order; • 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 price. • _ 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 ori the requirements of the "Procurement Standards" (2 CFR §200.317 through §200326, 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: .i https://www.ecfr•goy/cgi-bin/text-idx?tpl=/ecfrbrowse/Title02/2cfr200 main 02.tol 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. / 1 • ( DATE ISSUED: Page:•8 SEQUENCE . ' MAAAIIBEADATE UPDATED:CH MARCH 2018 - Of: 8 NUMBER: / P0.16.06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: • PROCUREMENT Prepared b;' lk . / . , Procuremen.Oiretror 0: • Reviewed by: ig Ak 414 No,,,,Q 0 : ' . • Internal Auditor • r- Chie Fin.. Assistant Offi er / Assistant City Manager . • •• ApprovP b by: Of I larasaiwirmilig 3(1 3/1?' City Minager Date • N • . • c , , - , •, ) , � I 1 - I 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 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 31463148) 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 withthe 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 waged 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.\ - _ I i 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 andf3704, 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 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)e 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.0 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 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. - l (J) Byrd Anti-Lobbying Amendment (31 U.S.a 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 f \ 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 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. ( • • • J • • 1 ' MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3"d 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 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 RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov - i Proposers are reminded to acknowledge receipt of this addendum as . part of your RFP submission. l S' cerl ', Al De P cure nt Director ADOENDUM'NO.3 RFP 2018-002-JC MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3"d 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 RafaelGranado©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. 7; In rely, a. • lex nis roc ement Director . 9 : ADDENDUM NO.2 a..... RFP 2018-002-JC M1AMIBEACH . City of Miami Beach, 1755 Meridian Avenue, 3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov 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 RafaelG ranadoc©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. "lc rely/4)71 7AR Ale enis Pro urement.Director I ADDENDUM NO.1 RFP 2018-002-JC i 1 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 2018-0021C 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.publicourchase.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 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 receivean addendum may result in disqualification of proposal.Written questions should be a 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: http://web.miamibeachfl.gov/Drocurement/scroll.asox?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 entitycrimes 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 issubject 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 I i 1 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 arenot selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City'sbid 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 ororal 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 Managers 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 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 and submission 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 considered to 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 iC 7 I f 1 1 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-IC 8 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 are regularly 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 inagreement, 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 specificallylisted 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 Proposers 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 datefor 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. MODIFICATION/WITHDRAWALS 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-IC 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 the 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 contents with 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 qualifications resuirements 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 detailedherein 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://s u pplierportal.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. 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 and provision 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.comlwebapp/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-JC 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). Balance of Page Intentionally Left Blank • 2018-002-JC 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 I 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 $100/$100X20=20 20 Vendor B $150.00 20 $1001$150 X 20=13 13 Vendor C $200.00 20 $1001$200 X20=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 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee -Total 102 89 78 Member 2 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-JC 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 I i I 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 Fyllic 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). 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 toCity 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/. 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/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? 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 employeesbecause 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)youmay 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/. 2018-002-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 remainin 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. N 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. 2018-002-JC 21 I 1 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,orin 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, theapplicant 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 applicants 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.thhe 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 orany 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 maybe 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 finalunappealablejudgment 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 1 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-IC 23 APPENDIX B ( t\A Am' BEAc H •" No Bid " Form Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 ` Rote itis important for those vendors wño haue received notification of this solicitation-but have decided no=t to respond to complete and submit the attachec "Statement:of.Nd Bi°d'`'' the n� "Statemet of No. Bid" provides. the Cit withfi' information art how to lentprOve the solicitation process_, Failure to>subrnrt a "Statement of Nio Bid''" may,result in not being notified of'future solicitations by the City m 2018-002-JC 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, 3`d Floor MIAMI BEACH, FL 33139 2018-002-JC 25 I � 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 compliancewith 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 hasperformedat 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 disasterr 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 scope of work as defined by the RFP and by relevant 2018-002-IC 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 iscurrently 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 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 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 SpecialConditions Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 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 damagesarising 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 hasbeen 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 forinterior site protection (trees, etc.) LF 5. Furnishing and installation of inspection $ tower . Per Tower ffGROUP SUB=TOTAL $ 2018-002-JC 35 Group 2: Vegetative Debris Management • ITEM DESCRIPTION z, 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 $ 2018-002-IC 36 22. Greater than 48"diameter. Per Tree $ GROUP 2 SUB-TOTAL Group 3: C&D Debris Management ITEM ,. DESCRIPTION • UNIT. COST 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•:SUB-TOTAL• $ 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 $ . S GROUP 4 SUB-TOTAL • 2018-0021C 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 ; a5 $ * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: GROUPS 1-5 SUBTOTAL tl, x $ 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: ,r' ` ,,. . ..,;: HOURLY RATE ��:'i ..,,2,:k ....,,... 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-IC 39 z F r a x a GROUP:6SUB-TOTAL. $ *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: GROUPS 1 6 GRAND TOTAL COST Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 2018-002-JC 40 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 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. 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 BEACH Debris ,Management Plan Disaster Recovery.Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR - - MIAMI BEACH, FLORIDA 33139 2018-002-JC 43 ® MIMI 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 F 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 7 213.1 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. i 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 6.3.8 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 J 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-JC 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-JC 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-JC 5 2.0 SITUATIONS AND ASSUMPTIONS 2.1 Disaster Event Situations Natural disasters such as hurricanes, tornadoes, and flooding precipitate a variety of 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 on an 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 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 amountof 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 disaster of a defined magnitude and type. Table 1 detailsthe 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 2CY 2 8 CY 3 26 CY 4 50 CY 5 80 CY 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 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 f , 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 andwere 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 tested to verify these conversion factors inthe 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 Estimated C&D Vegetative Debris(C&D+ Category Debris(CY) Debris(CY) Veg) (CY) 1 31,600 75,000 105,000 2018-002-JC 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 Tel:305-673-7616;305-673-7627. 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-IC 11 � I • 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 naturalor 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, and contract 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. 2018-002-JC 14 5.0 OPERATIONS The operations described below are intended tobe 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 clear debris from at least one lane on all evacuation routes and identified primary and secondary roads to expedite the movement of emergency service vehicles such as fire,police, and medical responders. 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 include, 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-vegetative debris 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 requiredfrom the utility companies and private Contractors. All debris removal and disposal operations are coordinated by the Debris Project Manager. Phase.II activities indude: Activate of pre-positioned contracts • Truck Certification,Truck Placarding • Prioritize Debris Removal Zones 2018-002-JC 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. •I 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-JC - 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-JC 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 an equipment 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 yarioiis 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 contractors will 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 I I � • 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 to hundreds of millions of tons of harmful particulate matter being pumped into the air and millions of feet of valuable landfill space being utilized for this debris. The open burning of this is particularly harmful because of the following: • increased respiratory symptoms, such as irritationof the airways, coughing, or difficulty breathing; • decreased lung function; • aggravated asthma; • development of chronic bronchitis; • irregular heartbeat; • nonfatal heart attacks;and • premature death in 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 Contractors) are required to remove and dispose of allmixed 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 2018-002-1C 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-IC 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-IC 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 preparation of 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-IC 34 1 � • 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. 2018-0021C 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-IC 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 managementand 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-JC 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. 2018-002-)C 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 include 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-JC 44 ' I 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 of subject structure(s). e. Document the age of the structure todetermine 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-IC 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 otheritems 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-JC • 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-JC 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 , ce11:786-402-5974 Deputy Debris Proj.Mngr: George Ruiz (Sanitation Division Superintendent) off: 305-673-7616 Email: georgeruiz(a,miamibeachfl.gov ce11:786-412-4245 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-IC 51 Attachment 5.4-Other Guidelines Reserved for future use 20 6-062-JC 52 APPENDIX E. List of Disaster Debris Management Contractor(s) APPENDIX F.- List of Disaster Debris Monitor(s) 2018-002-jC 53 APPENDIX G. Miami Beach Street Map — Emergency Road Clearing (Priority Roadways) 2018-002-JC 54 • •• • • , -------_____, ___ , , e- -,.--2--_=,.- - ..,, . ---___,_----„[-_ ,, _ 0 _ Blicamb21 &/ ie P ,.AL) MI - 0 110e,„ -"Ci---=-•-g"ftn:tele.. ----1 czn Ez1 irdfr----- --L- ci:-_it::::Alisn c=c:S9 "Cz'reeiraii. F---i—E- 1=3'SS3/ 1: '*alliiillW, Lii WR {HI 11 1=1 if 1=1 II ii 1 EU A I lrm„ 7 Iir El 2CDci In Dr 1 c:7) " M HI 11 il=1 -11 II =CH= 1 1 1 LJU pn Iv- ' II. I I 11 ,Ca 1 1=== P-i-A .,. ii1"1=1=C1 , ,,,,, ii ii ,, . .— ,---, = 6d - il 7 3 MI F7 —I 1 I I=.11.1.11 I= DI -11 1-10 17" 1 -II 11 11 il I PEE 1=1 I=_,) ] 1 - CTY: ...: ' 'if:1H ' : - -I 11 1F:d Pil . = I.,, ,, , i MEN I II I I II II I ra 1. arm I 177 I II II 1 v-- fNI 11 1001 4=1 1=0=1 ICI Ell I r",1 I 1101 1E1=011 '11 11 I I-1 I II I 1:1_._EIEE 71 , siami I -N —I in) 't. - .L..11 ,_i. -1 II_ \ -- --- ..., A U) Attachment 5.8-Miami Beach Street Map — Priority Roadways (cont'd) "4.9. ! A J i I ii) L 1 , ®®®a® 4jE71'i � 0II__ t . 1 .I Di1J a, 78t ° \a®®®Z0142,0 � ,, ao 0 ivi gni � �, 17E79 ar o,,©o�� a© 01 01 10 A Via ©1 C 4 -- C °' 1D D /, . o% . / 2018-002-)C 56 Zs D1- OO-8 LOZ ii ,t _ iiL1,,v,,„ ® s E : :( n: :::E/) p[OE i e i (c.7:011.__. .w. :irvrw -- .c.. 1 =) A [ ®®®a C / -.., -,--- ,______J i n_ioi...000L - 1 \-----T3 - -3Loor 0 i 0000aoah 4% ® i :I: - `opo E1 ff-sift. O ...riN 1 _77_ _ -088D= , Niumwa-- . e- �i- vim® i .„ ).„„), ,__._r__ _ 1=1,_ , ,, J - N, v--TJ .„, .-__3 ,[i::Di , /°11.1 \ii immismis ...(IIU 5I 1\d M 033 .,. : \s, 6 j'6 , ir L4 ' u!-IgalD Puoll iCatianatua -dew laa ;s gnat' iuiunW '� xi uadd d Appendix H. Miami Beach Disaster Debris Collection Zone Map 2018-002-JC 58 I _- TI 13, -- ' ,. : `u 14 , s 0 —6, \ _ 1 7 4 5- i 2 - - -- ki_ 1T rs, i , E111friu.f 1 _ f, it ii 1 =? .; .. .%,. !.. Al c;; DEBRIS MANAGEMENT ZONES I iii CITY OF MIAMI BEACH 2018-0021C 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 2018-0021C 61 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 •11 .11•111I DEBRIS DISPOSAL SITE LOAD TRACKING LOG Date Supervisor's Name Debris Contractor's Site Representative's Name Weather Weather AM: PM: 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 Category' 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 ' 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-JC 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 11 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) Detail by FEI/EIN Number Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS Dyna o,t of 9 pr r rr .t an u//Iriut Sturm of FGuldu wrbtltr Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Foreign Profit Corporation CERES ENVIRONMENTAL SERVICES, INC. Filing Information Document Number F96000003145 FEI/EIN Number 41-1816075 Date Filed 06/19/1996 State MN Status ACTIVE Last Event REINSTATEMENT Event Date Filed 01/28/2005 Principal Address 3825 85TH AVE N BROOKLYN PARK, MN 55443 Changed: 03/12/2012 Mailing Address 3825 85TH AVE N BROOKLYN PARK, MN 55443 Changed: 03/12/2012 Registered Agent Name&Address COGENCY GLOBAL INC. 115 North Calhoun St. Suite 4 Tallahassee, FL 32301 Name Changed: 08/16/2010 Address Changed: 07/07/2015 Officer/Director Detail Name&Address Title Director MCINTYRE, DAVID 2635 CASEY KEY RD NOKOMIS, FL 34275 hap://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/15/2019 Detail by FEI/EIN Number Page 2 of 3 Title Secretary Laurie, Tia Nichole 22614 Night Heron Way Bradenton, FL 34202 Title VP PREUS, DAVID A 863 OSCEOLA ST PAUL, MN 55105 Title President MCINTYRE, DAVID A 2635 CASEY KEY RD NOKOMIS, FL 34275 Title Asst. Secretary Brown, Dawn Cheryl 8155 Antrim Cove Eden Prairie, MN 55347 Annual Reports Report Year Filed Date 2017 05/03/2017 2017 09/29/2017 2018 03/08/2018 Document Images 03/08/2018--ANNUAL REPORT View image in PDF fomtat 09/30/2017—AMENDED ANNUAL REPORT View image in PDF format 09/29/2017—AMENDED ANNUAL REPORT View image in PDF format 05/03/2017--ANNUAL REPORT View image in PDF format 04/01/2016—ANNUAL REPORT View image in PDF format 03/18/2015—ANNUAL REPORT View image in PDF format 01/07/2014—ANNUAL REPORT View image in PDF format 02/01/2013—ANNUAL REPORT View image in PDF format 03/12/2012--ANNUAL REPORT View image in PDF format 02/01/2012—ANNUAL REPORT View image in PDF format 02/02/2011—ANNUAL REPORT View image in PDF format 08/16/2010—Req.Agent Change View image in PDF format 03/29/2010—ANNUAL REPORT View image in PDF format 01/19/2009--ANNUAL REPORT View image in PDF format 04/15/2008—ANNUAL REPORT View image in PDF format 01/29/2007—ANNUAL REPORT View image in PDF format 07/13/2006—ANNUAL REPORT View image in PDF format 07/07/2006—Req.Agent Change View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/15/2019 Detail by FEI/EIN Number Page 3 of 3 01/28/2005—REINSTATEMENT View image in PDF format 02/24/2000—ANNUAL REPORT View image in PDF format 02/20/1999—ANNUAL REPORT View image in PDF format 04/28/1998—ANNUAL REPORT View image in PDF format 05/12/1997—ANNUAL REPORT View image in PDF format 06/19/1996—DOCUMENTS PRIOR TO 1997 View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/15/2019 Proposal 1 in Response to City of Miami Beach RFP #2018-002-JC Disaster Recovery Services 1755 Meridian Ave., 3rd Floor Miami Beach, Florida 33139 Contact Person: Dawn Brown dawn.brown(alceresenv.com 5/11/2018 CERE ENVIRONMENTAL 6968 Professional Parkway East Sarasota, Florida 34240 Tel. (800) 218-4424 Fax (866) 228-5636 „44-17. , STATE OF FLORIDA iSA'-—-_—. ,,, DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ,sw ---11 CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 `.!•'.Ez; / 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 MCINTYRE, DAVID A CERES ENVIRONMENTAL SERVICES INC 2635 CASEY KEY RD NOKOMIS FL 34275 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and ,w., Professional Regulation. Our professionals and businesses range _ , ,'. STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order CGC1508764 ISSUED: 09/01/2016 to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more CERTIFIED GENERAL CONTRACTOR information about our divisions and the regulations that impact MCINTYRE, DAVID A you,subscribe to department newsletters and learn more about CERES ENVIRONMENTAL SERVICES INC 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 IS CERTIFIED under the provisions of Ch.489 FS. serve your customers. Thank you for doing business in Florida, Expiration dale AUG 31,2018 L1609010003375 and congratulations on your new license! DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD •.y , LICENSE NUMBER 1(4 -111f ° ."mac...: CGC1508764 _ The GENERAL CONTRACTOR _w. Named below IS CERTIFIED 4`Y4'. Under the provisions of Chapter 489 FS. co”`413,, Expiration date: AUG 31, 2018 0 %-}r.}4_. ❑ MCINTYRE, DAVID A • i'- 4f•• CERES ENVIRONMENTAL SERVICES INC ' #ez• �q, 2635 CASEY KEY RD NOKOMIS FL 34275 J ISSUED: 09/01/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1609010003375 The Department of Management Services'Office of Supplier Diversity"serves those who serve Florida." 04 office of supplier ,;.,, The Office of Supplier Diversity provides resources designed to improve business and economic opportunities for Florida's '.....t_...til I.�•. woman-,veteran-and minority-owned businesses.Learn more about becoming a certified business enterprise at dius.ner lorida.com/osd or call 850-487-0915. F,o,�Q, To find out about State of Florida tools supporting statewide centralized procurement activities which have streamlined 9Y interactions between vendors and state government entities.please contact or visit the Department of Management Services' V MyFloridaMarketPlace at:Inips://venrinrmelortrlarnarketplace.cor • AC# 01772530 SIGNATURE ,t (For the protection of our professional license holders,this license contains hidden security features to prevent counterfeiting.Unauthorized reproduction is strictly prohibited and will be prosecuted to the fullest extent of the law) The Department of Business and Professional Regulation(DBPR),issues licenses for many licensed businesses and practitioners in the State of Florida. DBPR is changing the way you interact with state government.Many of DBPR's services are available online at www.MyFloridaLicense.com. We encourage you to utilize these services to make address changes,licensing changes or to renew your license. Name changes require legal documentation verifying the name change,which must be mailed to the DBPR.An original,a certified copy or a dup licate copy of an original or certified copy of a document that shows the legal name change will be accepted,unless the DBPR has a question about the authenticity of the document. If applicable,the DBPR will send a renewal notice to your last known address or email address of record.If you have not received your renewal notice,please call our Customer Contact Center at 850.487.1395 or online at www.MyFloridaLicense.com/contactus. Please refer to your profession's governing statutes and Administrative codes for further information regarding renewals.These may be accessed from our website. AC# 01. 7 72530 State of Florida Department of State I certify from the records of this office that CERES ENVIRONMENTAL SERVICES, INC. is a Minnesota corporation authorized to transact business in the State of Florida, qualified on June 19, 1996. The document number of this corporation is F96000003145. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was filed on May 3, 2017, and that its status is active. I further certify that said corporation 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 Third day of May,2017 • b!,;:r.E.41.,c: ,,._,4$1... i..,-,..1,:o...___ . ., i-:,.:. ie,e., (-4,„. ,o., , ,,,t . . _.,.. . ...... :,__,.:_...,,,,,_, _ .,.. ':_.... Secretary of State ---st W8 Tracking Number:CC6603991332 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/Certificate authentication CERES May 7, 2018 City of Miami Beach Jason Crouch, Procurement Contracting Officer Department of Procurement Management 1755 Meridian Ave., 3rd Floor Miami Beach, Florida 33139 RE: RFP#2018-002-JC Disaster Recovery Services Due: 5/11/2018 at 3:00 PM ET Dear Evaluation Committee: We are pleased to submit the enclosed proposal for the City of Miami Beach RFP#2018-002-JC Disaster Recovery Services. Ceres Environmental Services, Inc. is an experienced disaster recovery and Government contracting firm capable of providing personnel, equipment and resources to rapidly and efficiently respond to a disaster recovery event. Our services include debris removal and segregation, demolition and hazardous material management, debris reduction and site management, and the collection/generation of FEMA-required project documentation. In 2017, Ceres responded to more than 30 jurisdictions following disasters ranging from floods to hurricanes to tornados. Ceres responded to thirty-three Florida jurisdictions following Hurricane Irma; during the same timeframe, Ceres performed Hurricane Harvey recovery efforts throughout the state of Texas. In 2016, Ceres was already working in Louisiana following heavy rains and flooding when Hurricanes Hermine and Matthew hit the U.S. coast within a month of each other yet we responded to all of our affected clients swiftly and efficiently. In 2008, Ceres received an"Outstanding"performance review from the U.S.Army Corps of Engineers for our work in Louisiana following Hurricane Katrina. We are confident that if Ceres is selected for an event response based on this proposal, you will also find our services to be exemplary. We have a long list of satisfied clients and would be pleased to serve your community as well. Our office in Sarasota, FL provides an excellent location from which to manage our post-disaster work in Miami Beach. Other permanent offices for Ceres give us good geographical dispersion. Those offices are located in Houston, TX and Brooklyn Park, MN. Ceres' multiple locations ensure that, even if an event affects our Florida location, other offices will swiftly take over to meet the needs of the City. Ceres also has servers storing company documents in multiple locations throughout the country. If one server is lost in an event the data will not be lost, and will not prevent Ceres from performing any work for any of its clients. David A. McIntyre, Sole Shareholder and President; David Preus, Senior Vice President; Tia Laurie, Corporate Secretary; and Dawn Brown, Assistant Corporate Secretary have signature authority to bind the company and can all be reached by calling Ceres'toll free number(800)218-4424. We look forward to the opportunity to continue to be your supplier of disaster recovery services. Sincerely, Tia Laurie Corporate Secretary Ceres Environmental Services, Inc. Enc. FLORIDA I TEXAS I MINNESOTA 6968 Professional Parkway I Sarasota.FL 34240 I OFFICE(800)218-4424 I FAX(866)228-5636 ceresenvironmental.com Ceres Environmental Services Facts and Highlights • Founded in 1976 and incorporated in 1995, Ceres Environmental Services, Inc. has provided emergency management and other services for 42 years to government entities throughout the United States. • Ceres has never defaulted on a contract or failed to complete any work awarded. • No client of Ceres has been denied reimbursement for work Ceres has performed. Ceres' professional staff assists our clients, upon request,with the preparation and submission of project worksheets for FEMA and other agencies. • No Regulatory or License Agency Sanctions have ever been imposed on Ceres or any of its principals. • Ceres' policy and practice is to utilize qualified local small and disadvantaged business enterprises to the maximum extent practicable to further aid in the recovery of the community. • Exemplary Performance on over $1.8 billion dollars of Emergency Debris Management contracts awarded by various government agencies within the past 25 years on over 120 FEMA- funded contracts. • Ceres responded to Louisiana flooding in 2016, removing over one million cubic yards of debris as well as damaged white goods and putrescent food. • Following Hurricanes Hermine and Matthew, Ceres was activated on 20 contracts over four states: Florida, Georgia, South Carolina and North Carolina. Ceres successfully removed more than 3 million cubic yards of hurricane debris resulting from Hermine and Matthew despite already working in Louisiana following the flooding. • Ceres responded to the Midwestern flooding and Hurricanes Dolly, Gustav and Ike during 2008 and fulfilled all obligations for nine separate contracts, seven of which were performed simultaneously. • Performed simultaneous Hurricanes Katrina, Rita and Wilma recovery operations in three states throughout 44 counties and parishes. • During Hurricane Katrina recovery, 45,000 cubic yards of debris were hauled on the first day of operations and up to 200,000 cubic yards daily after that. In total, more than 13 million cubic yards were hauled and processed. • Performed over 40,000 Right of Entry (ROE) work orders for "Blue Roof" repairs for the U.S. Army Corps of Engineers on five contracts, with concurrent operations in over 30 counties. • Recipient of the Million Work Hours Award for our superb safety record on the Katrina Debris project for the U.S. Army Corps of Engineers. • In order to speed response, Ceres maintains a rapid-response deployment facility in Sarasota, Florida. Additional equipment is stored in Houston, TX and Brooklyn Park, MN. • Federal Employer Identification Number 41-1816075 • Florida General Contractor's License CGC1508764 Acronyms and Abbreviations Used in the Proposal Abbreviation Meaning AAR After Action Report ACM Asbestos-Containing Material C&D Construction and Demolition Waste CAR Corrective Action Report CYD Cubic Yard DMS Debris Management Site EOC Emergency Operations Center FDOT Florida Department of Transportation FEMA Federal Emergency Management Agency HBCU Historically Black Colleges and Universities HHW Household Hazardous Waste HTW Hazardous or Toxic Waste HUB Historically Underutilized Business Zones ICS Incident Command System IW Industrial Waste MI Minority Institutions MRE Meals Ready to Eat MUTCD Manual of Uniform Traffic Control Devices NIMS National Incident Management System NSC National Safety Council NTP Notice to Proceed OSHA Occupational Safety and Health Agency PAC Public Assistance Coordination PDA Preliminary Damage Assessment PIA Post Incident Analysis PM Project or Program Manager POL Petroleum, Oil, & Lubricants PPE Personal Protective Equipment PW Project Worksheet QC Quality Control RACM Regulated Asbestos-Containing Material ROE Right of Entry ROW Right-of-Way SB Small Business SDB Small Disadvantaged Business SDVO Service Disabled Veteran-Owned Business TBD To Be Determined TDSRS Temporary Debris Storage and Reduction Site USACE U.S. Army Corps of Engineers VO Veteran-Owned Small Business WOSB Women-Owned Small Business City of Miami Beach, Florida I May 11 , 2018 Table of Contents RFP #2018-002-JC Disaster Recovery Services Title Page FL General Contractor License FL Certificate of Authority Tab Section Page 1 Cover Letter & Minimum Qualifications Requirements 1 Cover Letter and Table of Contents 2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A) 3 Minimum Qualifications Requirements 1.3-1 Letters of Reference 2 Experience & Qualifications 1 Qualifications of the Proposing Firm 2.1-1 References 2 Qualifications of the Proposing Team 2.2-1 Key Personnel Resumes Employee Certifications 3 Financial Capacity 2.3-1 Bonding Capacity Letter Bank Reference Letter Proof of Insurance 3 Approach and Methodology 1 Subcontracting Plan 3.1-1 2 Plan for Operating Debris Management Sites 3.2-1 3 Debris Management Operations Plan 3.3-1 Safety Procedures 4 Experience Recycling Disaster Generated Debris 3.4-1 5 Collaboration with the City Before, During and After a Disaster 3.5-1 4 Cost Proposal 5 Supplemental Information 1 Capacity to Manage Multiple Contracts 5.1-1 2 Obtaining Maximum FEMA Reimbursement 5.2-1 CERES Table of Contents 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 JC 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: Ceres Environmental Services, Inc. No of Years in Business: 42 years No of Years in Business Locally: • ' OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS):6968 Professional Parkway East CITY: Sarasota STATE: Florida ZIP CODE:34240 TELEPHONE NO.: (800)218-4424 TOLL FREE NO.: (800)218-4424 FAX NO.: (866)228-5636 FIRM LOCAL ADDRESS: 6968 Professional Parkway East CITY: Sarasota STATE: Florida ZIP CODE: 34240 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Dawn Brown, Assistant Corporate Secretary ACCOUNT REP TELEPHONE NO.: (800)218-4424 ACCOUNT REP TOLL FREE NO.: (800)218-4424 ACCOUNT REP EMAIL: dawn.brown@ceresenv.com FEDERAL TAX IDENTIFICATION NO.: 41-1816075 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 Proposer claiming a veteran owned business status? YES X 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 X 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 govemmental 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/. Balance of Page Intentionally Left Blank 2018-002-)C 19 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 March 21, 2018 ra, Addendum 1 Addendum 6 Addendum 11 April 20,2018 Addendum 2 Addendum 7 Addendum 12 April 27,2018 Addendum 3 Addendum 8 Addendum 13 May 4, 2018 -r/hJ(, Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 2018 •• 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 disdosure 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 govemed 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-JC 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 Proposers Authorized Representative: Tia Laurie Corporate Secretary Signature of Propos s Authorized Repr entative: Date: May 8, 2018 State of FLORIDA ) On this 8th day of May ,201 8,personally appeared before me Tia Laurie who County of Sarasota ) stated that (s)he is the Corporate Secretary of Srrl, s Incnmental , 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: P.• • I Q/2 . ';yyN., SUZAN DUNLOP Notary Public for the State of Florid <:: Notary Public-State of Florida •: + :• Commission k GG 134833 My Commission Expires: 15-16-21 My , kndcdthroughNationalNotaryAsssn I 2018-002-IC 23 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 1.3 Minimum Qualifications Requirements Ceres Environmental Services, Inc.has been working actively in the disaster recovery business since our founding in 1976,completing over 120 FEMA-reimbursed projects.Below is a selection of our past performance;additional details on our past performance are available upon request. >250,000 CY-Past 10 Years Owner&Location Title of Work Value CY Time Period Description Contact Hurricane Irma Disaster Debris $40,596,469 3,867,033 September- Collection,removal and reduction Various Recovery throughout Clearance and December 2017 of debris from public and private FL Removal Services right-of-ways following Hurricane Irma Denham Springs,LA Disaster Debris $4,070,506.96 275,507 August 2016- Removal and disposal of flood Melvin Womack,Purchasing Agent,941 Removal August 2017 debris following heavy rains. Government Street,Denham Springs,LA Ceres also removed more than 70727;Tel.(225)667-8385; 1,500 units of electronic waste. purchasing@cityofdenhamsprings.com Livingston Parish,LA Debris Removal& $16,338,932.00 860,188 August 2016- Removal and disposal of debris Mark Harrell,Director of Homeland Security Site Management August 2017 from summer floods throughout Office,20355 Government Blvd.,Suite D, for Debris the Parish.Ceres also removed Livingston,LA 70754;Tel.(225)686-3066; Reduction and 400,000 pounds of putrid food and Fax(225)686-7280;lohsep1@lpgov.com Emergency 20,000 units of white goods ruined Roadway in the floods. Clearance Albany,GA Disaster Related $2,785,812.00 378,345 February-June Debris removal and disposal Yvette Fields,Procurement Director,222 Debris Removal (approx.) 2017 within the City following a January Pine Avenue,Suite 260,Albany,GA 31701, Services tornado Tel.(229)431-3211,Fax:(229)431-2184 yfields@albany.ga.us Savannah,GA Storm Debris $4,524,408.00 450,398 October 2016- Debris removal after Hurricane Molly Huhn,Purchasing Director,2 East Bay Removal Services (approx.) June 2017 Matthew,removal and reduction of Street,Savannah,GA 31402,Tel.(912) vegetative debris,trees and 651-6425,Fax(912)651-6855, stumps.Ceres also removed mhuhn@savannahga.gov almost 50.000 CY of waterway debris. CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Contact Beaufort County,SC ,Storm Debris $14,020,391.00 1,556,080 October 2016- Collection,removal and reduction Pamela Cobb,Public Works,120 Shanklin Removal,Debris (approx.) April 2017 of debris from public and private Road,PO Drawer 1228,Beaufort,SC Management Site right-of-ways following Hurricane 29901;Tel.(843)255-2721; Operations and Matthew pcobb@bcgov.net Disposal State of NC Guilford County- $6,816,757.00 417,572 March- Removal,collection,reduction, Carolyn T.Huskins,Proposal Engineer, Department of Westem Section October 2014 and disposal of over 400,000 CY NCDOT,Div.Of Highways,1584 Transportation Removal and of vegetative debris Yanceyville Street,Greensboro,NC 27415- Disposal of Storm- 4996;Phone(336)487-0075,Fax(336) Related Vegetative 334-3637,cthuskins@ncdot.gov _Debris Columbia County,GA Removal and $8,539,038.00 648,444 February- Removal,collection,reduction, Suzie Hughes,EMA Specialist VI,650-B Disposal of August 2014 and disposal of over 500,000 CY Ronald Reagan Drive,Evans,GA 30809, Disaster Debris of vegetative debris Phone(706)868-3303,Fax(706)868-3343, shughes@columbiacountyga.gov Town of Simsbury; Removal, $3,152,898.53 274,109.00 November- Removed and hauled vegetative Thomas J.Roy,Director of Public Works, Simsbury,CT Reduction& December 2011 debris to DMS.Removed leaning 933 Hopmeadow Street,PO Box 495, Disposal of FEMA- trees.Managed DMS.Ground Simsbury,CT 06070,Tel.(860)658-3222, Eligible Debris debris and disposed at approved troy@simsbury-ct.gov landfill. Jefferson County; Tornado Debris $11,245,998.00 1,191,553.80 May-July 2011 Removal and hauling of tornado James A.(Jimmie)Stephens,County Jefferson County,AL Removal and debris from right-of-ways in Commissioner,716 Richard Arrington Jr. Disposal Services Jefferson County,Vestavia Hills, Blvd North,Birmingham,AL 35203,Tel. Wanior,Mountain Brook,and (205)325-5555;Fax(205)325-4860; Pleasant Grove.Reduce debris at stephensj@jccal.org TDSRSs and haul to approved final disposal sites.Removed and processed 1,191,553 CY of debris.Employed 27 local and small-business subcontractors and vendors. CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Contact Government of Haiti; Construction, $11,423,814.00 4.15 M February 2011- Converted 30 acres of a 500-acre Garry Jean,ING.Coordonnateur.Ministere Truitier Landfill,Port- operation and January 2013 uncontrolled MSW landfill into an des Travaux Publics Transports et au-Prince,Haiti maintenance of a earthquake debris receiving and Communications,Unite Centrale TDSR site and processing site.Other contractors d'Execution,23 et 10,Angle Ruelle Wilson. processing of scrap and NGOs work at the site and Port au Prince,Haiti.Tel.509223240,fax in the Truitier must be collaborated with to 5092030321,garijan@gmail.com landfill ensure maximum safety and efficiency for all operations.Work involves processing of rubble, traffic control,health and safety, and environmental management. Chambers County,TX; Hurricane Ike $8,450,673.00 341,024 September Load and haul hurricane debris Chambers County,TX Debris Removal 2008- from County right-of-ways and and Disposal November 2008 collection sites.Trim or remove leaning trees,hanging limbs,and hazardous stumps.Load and haul white goods.Deliver debris to approved dump-site.Provide meals and base camps for County staff. City of Baton Rouge/ Hurricane Gustav $17,986,892.00 1,956,055 September Load and haul hurricane debris Bob Heam,P.E.,Department of Public East Baton Rouge Debris Removal 2008- from City and Parish right-of-ways. Works,City of Baton Rouge/Parish of East Parish;Baton Rouge, December 2008 Trim or remove leaning trees, Baton Rouge,PO Box 1471,Baton Rouge, LA hanging limbs,and hazardous LA 70821,Tel.(225)389-5456,Fax(225) stumps.Deliver debris to 389-5460,bheam@brgov.com approved dump-site. Cameron County; Hurricane Dolly $5,168,366.00 408,925 July 2008- Load and haul hurricane debris Nathanael Flores,Emergency Planner, Cameron County,TX Debris Removal September from County right-of-ways.Deliver Cameron County Judge's Office-Division of and Disposal 2008 debris to Temporary Debris Emergency Management,1100 E.Monroe Staging and Reduction Site St.,Brownsville,TX 78520,Tel.(956)547- (TDSRS).Reduce debris by 7000,Fax(956)547-7006, buming. nat.flores@co.cameron.tx.us City of Deltona: Hurricane Debris $606,756.74 505,630.00 October 2004 Ground 505,630 CY of debris. Deltona,FL Grinding CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Contact Palm Beach County; Hurricanes Frances $4,023,393.00 404,927.00 September- Collection and disposal of debris John Archambo,Director of Customer Info Palm Beach County, and Jeanne Debris December 2004 generated from two Hurricanes, Services,Solid Waste Authority,7501 N. FL Removal and Frances and Jeanne.Ceres Jog Road,West Palm Beach,FL 33412, Disposal removed vegetative and Tel.(561)697-2700,Fax(561)315-2010, demolition debris from County- jarchambo@swa.org maintained roadways and rights- of-way and hauled it to a Temporary Debris Storage and Reduction Site(TDSRS).Ceres crews collected and hauled 404,927 cubic yards of debris including 679 stumps up to 9 feet in diameter. City of Deltona Grinding $497,398.75 395,323.00 September- Vegetative Storm Debris Grinding Aixa Vasquez,President,556 Long Shoals (Subcontractor to DRG November 2004 Road,Arden,NC 28704.Tel.(828)684- Inc.);Deltona,FL 3961,aixa@drgts.com Additional Past Performance Owner&Location Title of Work Value CY Time Period Description Houston.TX Debris Removal $963,022.29 80,014 September- Removal of debris resulting from Hurricane Harvey November 2017 Clear Brook Municipal Disaster Debris $841,453.87 46,915 September- Removal of debris resulting from Hurricane Harvey Utility District,TX Clearance& October 2017 Removal Services Humble,TX Disaster Debris $214,632.16 13,945 September- Removal of debris resulting from Hurricane Harvey Clearance and October 2017 Removal Services Katy,TX Disaster Debris $599,003.40 29,495 September- Removal of debris resulting from Hurricane Harvey Clearance Contract November 2017 CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description West University Place. Disaster Debris $34,301.16 1,131 September Removal of debris resulting from Hurricane Harvey TX Clearance and 2017 Removal Services Pearland,TX Debris Management $1,065,532.89 54,771 September- Removal of debris resulting from Hurricane Harvey Services October 2017 Wharton,TX Disaster Debris $509,104.30 31,829 September - Emergency debris road clearance,debris removal(including tree and limb Removal and December removal)and temporary debris staging and reduction site management following Disposal Hurricane 2017 Hurricane Harvey Harvey South Carolina DOT Disaster Recovery $1,030,896.00 217,414 October 2016 Removal and disposal of vegetative debris from County right-of-ways in three (Berkeley,Jasper and Assistance following (approx.) -April 2017 counties following Hurricane Matthew Hampton Counties) a Declared Disaster New Orleans,LA Disaster Street- $750,000.00 57,440 January-April Removal and disposal of vegetative and C&D debris resulting from early tornado Clearing and Debris (approx.) 2017 in Louisiana,as well as clearing of 60 trees and 150 limbs from the City Collection, Removal, Processing and Disposal Charleston County Park Debris Removal $38,592.00 1,106 CY October- Clearing of hurricane debris from roads throughout the County,and damaged and Recreation and Disposal 59 trees December trees Commission,SC Services 2016 Cumberland County,NC Disaster Debris $33,175.00 250 December Removal and disposal of debris from Hurricane Matthew Clearance& 2016- Removal January 2017 Lenoir County,NC Debris Management $556,787.00 45,387 October- Removal of vegetative and C&D debris resulting from Hurricane Matthew Services December 2016 Palm Bay,FL Debris $1,052,878.00 84,932 October 2016 Collection,reduction and disposal of vegetative and C&D debris resulting from Removal/Disaster -January Hurricane Matthew Recovery Services 2017 CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Jacksonville Beach,FL Standby Contract $745,594.00 49,308 October 2016 Removal and disposal of hurricane debris within the City,including more than for Disaster -January 3,000 cubic yards of sand reclamation from beaches Services 2017 Femandina Beach,FL Hurricane&Other $406.166.00 1,792 CY October- Collection,reduction and disposal of vegetative debris as well as hangers and Disasters,Debris 1,310 limbs November leaners following Hurricane Matthew Removal Reduction 2016 and Disposal Brunswick,GA Debris Removal $352,224.04 46,890 November Removal and disposal of vegetative and C&D debris following Hurricane and Disposal 2016- Matthew January 2017 Atlantic Beach,FL Emergency Debris $148,674.00 21,807 October 2016 Collection and hauling of vegetative debris within City limits following Hurricane Management -January Matthew Services 2017 Bald Head Island,NC Debris Removal $45,647.47 1,944 November Vegetative debris removal and disposal services as a result of Hurricane and Disposal 2016 Matthew Palm Beach Gardens, Emergency Debris $31,507.78 3,936 November Clearing and removing vegetative debris from public ROW in the City following FL and Disaster 2016 Hurricane Matthew. Recovery Services Indian River County,FL Disaster Debris $1,177,749.04 93,227 October 2016 Debris removal resulting from Hurricane Matthew. Removal&Disposal -December 2016 Jupiter Island,FL Disaster Recovery $49,088.80 3,548 October- Pick up,haul and dispose of vegetative debris resulting from Hurricane Matthew. Debris Removal November 2016 Taylor County,FL Disaster Debris $274,631.96 28,509 October 2016 Debris removal of vegetative and C&D debris generated from Hurricane Management Hermine.Ceres also removed 238 white goods units. Pasco County,FL Disaster Debris $29,460.34 2,682 September Debris collection,hauling and disposal of debris related to Hurricane Hermine. Management 2016 Services Zachary,LA Disaster Debris $183,611.91 17,398 August- Management and removal of disaster debris resulting from Louisiana floods Management and September Removal 2016 CERES E5 Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Bastrop County,TX Debris Removal $13.923.80 535 June 2016 Post-event debris removal of vegetative debris from three flood events in Bastrop Contractor County Oklahoma Emergency Debris $2,040,657.00 237,427 CY December Collection and removal of ice storm generated debris from public ROW after Environmental Removal Services/ collection 2015-March Winter Storm Goliath.Ceres also performed the initial 70-hour push for OEMA Management Authority Grinding and and 2016 and disposed of debris by grinding and air curtain burning. (Canadian County and Burning of Disaster removal Cities of,El Reno, Debris 151,127 CY Yukon,Piedmont, Calumet,and Union City) Grinding 213,223 CY Air Burning City of Warr Acres,OK Post Event Debris $366,829.01 34.773 January- Pick up,hauling and disposal of woody debris from the City's right of ways after Removal February 2016 winter ice storm City of Oklahoma City, Emergency Storm $2,655,604.85 26,411 December Collection,removal,and disposal of storm debris generated by the November OK Debris Removal 2015-April 2015 ice storm 2016 Livingston Parish,LA Waterway Debris $606,874.58 8,538 CY, October- FEMA approved debris removal project of vegetative,C&D,and white good Removal 144 Boats December debris removal from waterways in Livingston Parish 2015 Dawson County,GA Disaster Debris $927,163.49 49,645 CY, March-July Debris removal operations of vegetative debris resulting from February 2015 ice Removal&Disposal 2,976 2015 storm Services Hangers Lee County BOCC,MS Tornado Debris $436,118.02 65,149 May-June Tornado Debris Removal and Disposal Services related to Spring tornado.ROW Removal and 2014 debris collection and disposal Disposal Services, post event FEMA DR-4175MS City of Adamsville,AL Emergency Debris $306,247.30 21,817 May-August Removal and disposal of eligible tornado-related debris from the ROW including Removal-post 2014 vegetative,C&D,and hazardous hanging limbs,trees and stumps tornado event FEMA DR-4176AL CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-7 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description City of Graysville,AL Storm Debris $1,122,186.34 77.285 May-August Removal of all hazards from City ROW Removal Services, 2014 post tornado event FEMA DR-4176AL City of Kimberly,AL Removal and $305,184.28 21,057 May-June Removal and Disposal of Eligible Disaster Debris from ROW Disposal of Eligible 2014 Disaster Debris from ROW,FEMA DR1476AL City of Rapid City,SD; Removal and $1,440,473.80 100,664 October- Removal,collection,reduction,and disposal of over 100,000 CY of vegetative Rapid City,SD Disposal of Eligible CY,7,538 December debris produced by early winter/ice storm within the City. Disaster-Related Hangers, 2013 Tree and Other 481 Vegetative Debris Leaners City of Albemarle,NC; Debris Removal $732,260.92 46,577.95 July- Cleanup of debris and tree removal following June Microburst Storm.Removed Albemarle,NC and Processing September and processed 46,500 CY of vegetative debris. 2013 City of Minneapolis,MN; Removal and $463,585.97 3,000+ June-October Citywide cleanup of wind-damaged trees.Removal of over 800 hazardous Minneapolis,MN Disposal of Eligible Trees 2013 stumps,and hauling of over 2,000 loads of storm debris. Disaster Debris 800+ Stumps 2,000+ Loads of Debris City of Worthington; Post Ice Storm April $1,162,027.27 69,063.90 April-June Citywide cleanup of ice-damaged trees.Removed hazardous hangers from over Worthington,MN 9-12,2013 Disaster 2013 8500 trees,hauled over 60,000 CY of debris and removed 775 storm-damaged Response and trees. Recovery Services City of Sioux Falls;Sioux Removal and $988,278.92 10,370 April-June Cleanup of winter storm debris from City ROWs including streets,roads,parks, Falls,SD Disposal of Eligible 2013 and other maintained in-use public property and utility ROWs. Disaster-Related Tree and Other Vegetative Debris Township of Scotch Disaster Debris $16,000.00 March-April Grind stumps from Hurricane Sandy Plains,NJ;Scotch Removal and 2013 Plains,NJ • Management Services CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-8 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description City of Little Rock;Little Removal and $1,043,680.00 15,714 February— Cutting,clean up,removal,hauling,reduction and disposal of trees,limbs, Rock,AR Disposal of Snow lApril 2013 stumps and debris from public property(right-of-way and public access).Ceres Storm Debris finished 3 weeks ahead of schedule. City of Garwood,NJ; Post Hurricane $22,039.88 1,035.00 December Loaded and hauled vegetative debris from City Right-of-Ways to disposal site. Garwood,NJ Sandy Tree Work 2012 Removed hazardous hanging limbs and disposed of them with the other vegetative debris. City of Mountainside,NJ; Post-Hurricane $18,594.00 1,544.50 December Load and haul debris caused by Hurricane Sandy on public Rights of Way to Mountainside,NJ Sandy Cleanup 2012 TDSRS or final disposal sites. Township of Medford, ROW Vegetative $76,186.00 9,183.70 December Removal and disposal of eligible storm-generated vegetative debris.Removal of NJ;Medford,NJ Debris and 2012 stumps,hanging limbs and hazardous trees. Hazardous Trees Removal Town of Islip,NY;Islip, Removal and $57,277.51 493.24 November- Collection and disposal of C&D debris and damaged household contents from NY Disposal of December homes severely impacted by Hurricane Sandy. Damaged 2012 Household Contents and Storm Demolition Debris Environmental Chemical Hurricane Sandy $184,571.55 1,057.36 November Subcontractor to USAGE prime contractor.Long haul of debris from Staten Corp.(ECC);Staten Relief Efforts/ 2012 Island,NY to various DMS sites. Island,NY Debris Removal St.Bernard Parish;St. Post-Disaster $385,297.69 23,510.00 November- Debris Removal in support of emergency operations.Removed Stumps,Hangers Bernard Parish,LA Debris Removal In December and Trees.ROE work Support of 2012 Emergency Operations City of Denham Springs; Post-Event Disaster $309,763.69 12,184.00 September- Removed and hauled vegetative and C&D storm debris to DMS.Ground debris Denham Springs,LA Debris Removal October 2012 and hauled to final disposal site.Trimmed 100 hangers and removed 2 leaning Services trees. Livingston Parish; Debris Removal $202,476.98 15,891.05 September- Removed and hauled vegetative and CAD debris and white goods from rights-of- Livingston Parish,LA and Site October 2012 way in Livingston Parish and the municipalities of Killian,Maurepas and Management for Springfield.Vegetative debris was reduced by burning at the DMS before final Debris Reduction disposal. and Emergency Roadway Clearance ERE Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements "' Page 1.3-9 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description City of Kenner;Kenner, Post-Disaster $794,073.00 53,862.01 August- Removed and hauled vegetative and C&D debris to City landfill.Removed LA Debris Collection, September stumps.Due to possible contamination of bagged vegetative debris,the bags Processing and 2012 were treated as mixed debris,which required special equipment. Disposal Services Jefferson Parish; Collection, $1,503,843.22 125,148.99 August- Removed and hauled vegetative and C&D debris from Parish rights-of-way to Jefferson Parish,LA Processing and September final disposal site.Removed hangers,leaning trees and hazardous stumps. Disposal of 2012 Hurricane Isaac- Generated Storm Debris from Right- of-Ways in Unincorporated Jefferson Parish Town of Brookfield; Removal,Reduction $670,605.10 48,130.00 November- Removed and hauled vegetative debris to DMS.Managed DMS,including debris Brookfield,CT &Disposal of December already existing at site.Ground existing and new debris and disposed at FEMA-Eligible 2011 approved landfill. Debris _ City of Greenville; Hurricane Irene $998,911.57 113,512.30 August- Performed debris removal and disposal and tree and limb trimming on City Greenville,NC Response and October 2011 rights-of-way.Removed 71 trees,2,111 hangers,and 113,512.3 CY of debris Recovery Efforts from Hurricane Irene. Isle of Wight County;Isle Hurricane Irene $31,716.65 5,145.65 August- Storm Debris Removal,Reduction,and Site Management.Crews picked up of Wight County,VA Debris Removal September debris from public Rights-of-Way and hauled it to the approved TDSR site.Once 2011 _at the site debris was sorted into appropriate piles for final disposal or recycling, U.S.Army Corps of Removal of $1,200,357.00 August• Provided all labor,equipment and materials for proper removal of emergency Engineers;Ward County, Emergency Levees September levees,rock and rubble and removal and disposal of sandbags and Hesco ND 2011 Bastions.Structures were constructed during the spring 2011 flood fight in Ward County. U.S.Army Corps of Removal of $3,436,312.00 August- Provided all labor,equipment and materials for removal and proper disposal of Engineers;Minot,ND Emergency Levees September emergency levees and associated materials from Reach 1,Reach 2,Reach 3 2011 and three public schools.Levees were constructed during spring 2011 flood fight in Minot,ND. City of Leeds;Leeds,AL Debris Removal $83.040.00 2,693.55 June-July Removal and hauling of tornado debris from right-of-ways in Leeds,AL. Services following 2011 Removed 2,693 CY of debris and trimmed 51 trees. the April 2011 tomadoes • CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-10 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description U.S.Army Corps of Debris Removal $2,542,318.18 108,214.00 June-August Private Property Debris removal of vegetative,C&D,and stumps from properties Engineers;Lawrence and Reduction for 2011 in Lawrence and Limestone Counties,AL.Removed 108,000 CY of vegetative and Limestone Counties, the affected areas and C&D debris and 306 stumps. AL for the 2011 Alabama Spring Tornadoes City of Jasper;City of Tornado Debris $669,247.00 59,890.00 April-July Performed 70-hour push and vegetative debris removal from right-of-ways in the Jasper,AL Removal and 2011 City of Jasper,Alabama. Disposal Services French Red Cross;Port- Debris and Rubble $59,850.00 March-April Debris and rubble removal at 44 plots at 4 sites in the greater Port-au-Prince au-Prince,Haiti Removal and Site 2011 area.Work was performed using local labor. Cleanup Commonwealth of Ice Storm Debris $1,800,000.00 February 2009 Trim,load,and haul vegetative ice storm debris from rights-of-way in two Kentucky;Hardin and Removal and -May 2009 Kentucky counties,Hardin and Livingston.Deliver debris to approved dump-site. Livingston Counties,KY Disposal City of Lake Jackson, Grinding of $157,600.00 77,516 January 2009 Grinding of Hurricane Ike vegetative debris at City TDSR site and final disposal. TX;Lake Jackson,TX Hurricane Ike -February Vegetative Debris 2009 U.S.Army Corps of Hurricane Ike $649,000.00 24,956.00 October 2008 Load and haul hurricane debris from Parish right-of-ways.Load and haul white Engineers;Vermilion Debris Removal -November goods and tires.Deliver debris to approved dump-site. Parish,LA and Disposal 2008 U.S.Army Corps of Hurricane Ike $3,566,179.00 88,308.00 September Clear roadways for emergency vehicle access.Load and haul hurricane debris Engineers;Galveston, Debris Management 2008- from area right-of-ways.Deliver debris to approved dump-site. Harris and Chambers Services October 2008 Counties,Texas Jefferson Parish; Hurricane Gustav $1,600,000.00 September Load and haul hurricane debris from Parish right-of-ways,including the cities of Jefferson Parish,LA Debris Hauling and 2008- Lafitte,Grand Isle,Barataria,and Crown Point.Trim or remove leaning trees, Removal February 2009 hanging limbs,and hazardous stumps.Deliver debris to approved dump-site. City of Waterloo; Flood Debris $182,080.00 June 2008- Load,haul,and dispose of all flood debris,white goods,household hazardous Waterloo,IA Removal and July 2008 waste,and sandbags from City right-of ways-and avenues. Disposal City of Broken Arrow; Dec 2007 Ice Storm $6,765.00 May 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow,OK Hauling City of Broken Arrow; Debris Hauling $55,539.00 March 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow resulting from a winter storm CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-11 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description City of Broken Arrow; Debris Hauling $53,954.09 February 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow resulting from a -March 2008 winter storm City of Broken Arrow; Debris Hauling $8,994.98 January 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow resulting from a winter storm City of Nichols Hills; Ice Storm Debris $32,102.00 December Load and haul ice storm debris from City right-of-ways.Deliver debris to final Nichols Hills,OK Removal and 2007— disposal site. Disposal January 2008 Town of Lady Lake;Lady Tornado Response, $67,419.00 6,485.38 February 2007 Load and haul tornado debris from Town right-of-ways.Deliver debris to final Lake.FL Debris Clearing, disposal site. Hauling and Tree Trimming City of Republic;City of Cut&Push $7,431.25 January 2007 Ice storm debris initial 70-hour cut and push.Included cutting,trimming and Republic,MO removing overhanging tree limbs and other clean woody debris to the edge of pavement or back of curb;cutting necessary to obtain a clear vertical height of 16'.Work area was within the City limits of Republic street right-of-ways. LADOT;Washington Debris Removal $98,100.00 October- District 62 Debris removal,reduction and disposal on various routes in Parish and Disposal December Washington Parish. 2006 LADOT;St.Tammany Debris Removal, $83,100.00 August 2006 ROW vegetative,C&D,white goods,and hazardous waste hauling along various Parish Reduction and routes in St.Tammany Parish. Disposal City of Palm Beach Hurricane Wilma $1,549,239.00 121,421.67 October 2005 Load and haul hurricane debris from City right-of-ways.Deliver debris to Gardens;Palm Beach Debris Removal —February Temporary Debris Staging and Reduction Site(TDSRS).Reduce debris by Gardens,FL and Reduction 2006 grinding. U.S.Army Corps of Emergency $2,471,425.00 October 2005- Following Hurricane Wilma,Ceres installed temporary roofs in Miami-Dade and Engineers;Florida(2 Temporary Roofing February 2006 Monroe counties.Ceres received a"very good"rating from the Corps while counties) maintaining its record of no serious injuries and no lost time injuries in its roofing projects. City of Biloxi;Biloxi,MS Hurricane Katrina $4,528,014.00 September Following Hurricane Katrina,Ceres was selected as one of three contractors to Debris Clearance, 2005-January collect,load and hauled debris from the City's rights of way.Ceres crews Collection, 2006 completed their sector well ahead of the other contractors. Reduction and Disposal CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-12 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description City of Brooklyn Park; Storm Debris $120,000.00 September- Storm Debris Hauling City of Brooklyn Park Hauling November 2005 U.S.Army Corps of Hurricane Katrina $449,313,380.23 13,439,358 September Various tasks for hurricane recovery including:Load and haul hurricane debris Engineers;Louisiana(11 Debris Haul, 2005— from City right-of-ways,load and haul debris from private property,manage Parishes) Reduction,& September TDSRS sites,reduce debris by grinding/chipping,reduce debris by burning,trim Disposal 2007 and remove hazardous trees and limbs,remove and recycle Freon,recycle white goods,remove hazardous materials,demolish damaged properties.Ceres received an"Outstanding"evaluation from the U.S.Army Corps of Engineers for its work in Louisiana after Katrina. Terrebonne Parish; Hurricane Katrina $710,137.00 August— Load and haul hurricane debris from Parish right-of-ways.Deliver debris to Terrebonne Parish,LA Debris Hauling and October 2005 Temporary Debris Staging and Reduction Site(TDSRS).Reduce debris by Reduction burning. U.S.Army Corps of Emergency $55,513,216.00 August 2005— Installation of roof repairs to more than 21,000 homes and buildings damaged by Engineers;32 Counties Temporary Roofing January 2006 Hurricane Katrina.Through an implemented special training program and in Mississippi intensified inspection,Ceres was able to maintain a high rate of production while also keeping an excellent safety record. City of Hollywood; Grinding of $18,899.25 49,650.00 October 2004 Grinding of Hurricane Debris Hollywood,FL Hurricane Debris City of Orange Beach; Hurricane Ivan $1.640,313.56 176,090.00 October 2004 Loaded and hauled 176,090 CY of hurricane debris from City right of ways. Orange Beach,AL Debris Removal Delivered debris to TDSRS. City of Plantation Grinding $81,600.00 68,000.00 September Grinding hurricane debris (Subcontractor to DRG 2004 Inc.);Plantation,FL Palm Beach County; Hurricanes Frances $4,023,393.00 404,927.00 September— Collection and disposal of debris generated from two Hurricanes,Frances and Palm Beach County,FL and Jeanne Debris December Jeanne.Ceres removed vegetative and demolition debris from County- Removal and 2004 maintained roadways and rights-of-way and hauled it to a Temporary Debris Disposal Storage and Reduction Site(TDSRS).Ceres crews collected and hauled 404,927 cubic yards of debris including 679 stumps up to 9 feet in diameter. U.S.Army Corps of Hurricane Frances $48,028,565.00 September After Hurricanes Frances and Jeanne struck Florida less than six weeks after Engineers;Florida(13 Temp Roof Contract 2004-January Charlie,Ceres won another contract for temporary roof installation.Ceres once counties) W91278-04-D-0058 2005 again hired multiple local residents and maintained its safety record of no serious injuries or lost time incidents,while completing all temporary roofing contract obligations. CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-13 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description U.S.Army Corps of Emergency $3,980,400.03 September After Hurricanes Charley struck Florida,Ceres won a contract to install Engineers;Florida(4 Temporary Roofing 2004-January temporary roofing in four counties of southern Florida.Ceres supervised its own counties) 2005 crews as well as its subcontractors,including many local companies providing work for affected residents.Ceres maintained its safety record of no serious injuries or lost time incidents. City of Sanford Hurricane Charley 102,000.00 August 2004 Load and haul hurricane debris. (Subcontractor to DRG Debris Hauling Inc.);Sanford,FL Collier County;Collier Hurricane Charley $82,521.00 August 2004 Removed debris from County-maintained roadways and rights-of-way and County,FL Debris Removal hauled debris to the Temporary Debris Storage and Reduction Site(TDSRS)it and Disposal managed. City of Arlington,TX; Grind storm debris $21,500.00 July 2004 Grinding brush,logs,and fencing debris from an ice storm. Arlington Town of Windsor/ Hurricane Isabel $49,233.00 November Collected hurricane-related debris from within the Town of Windsor,VA,and Southeast Virginia Public Debris Hauling, 2003-January reduced and lawfully disposed of said debris in accordance with contract terms. Service Authority; Reduction and 2004 All debris was ticketed and signed off by on-site inspectors and was reduced and Windsor,VA Disposal disposed by Ceres. Isle of Wight County/ Hurricane Isabel $2,806,390.00 October 2003 Ceres removed debris from County-maintained roadways and rights-of-way and Southeast Virginia Public Debris Removal -March 2004 hauled it to the Temporary Debris Storage and Reduction Site(TDSRS)it Service Authority;Isle of and Disposal managed.At the TDSRS,Ceres received debris hauled in by citizens,supplied Wight County,VA the inspection tower,reduced the debris through air curtain incineration and by tub grinding,and hauled out the ash and wood chips to County-selected disposal sites.A significant number of local County residents were hired as temporary employees to perform work on this contract. Memphis City Schools; Storm Damage $90,411.25 October- Removal of unsafe tree conditions created by the wind storm of July 22,2003. Memphis City Schools, Tree Trimming November Work consisted of removal of fallen trees,broken trees,leaning trees,bent trees, 2003 broken and hanging limbs,and cracked limbs,and grinding of stumps. Town of Smithfield/ Hurricane Isabel $272,201.00 October 2003- Removal and disposal of debris,street,and sewer rights-of-way.The debris was Southeast Virginia Public Debris Hauling, February 2004 loaded and hauled to a Temporary Disposal Staging and Reduction Site where Service Authority; Reduction and Ceres reduced the debris through air curtain incineration and tub grinding.Ceres Smithfield,VA Disposal hauled the resulting ash and wood chips to a permitted disposal site.The work was performed with a minimum of road closure and using standard traffic control methods. City of Spartanburg; Grinding of winter $29,374.00 May-June Grinding Ice Storm Debris Spartanburg,South storm debris 2003 Carolina CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-14 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description City of York;Grind- Grind Vegetative $35,000.00 May 2003 Grind vegetative waste/Ice Storm debris County of York,SC Waste/Ice Storm Debris City of Asheboro;City of Clearing Tree $139,512.06 April-May Clearing trees from sewer ROW'S caused by Ice storm in Dec 2002. Asheboro,NC Obstructions from 2003 Sewer ROW's City of Raleigh,NC; Winter Storm Tree $324,470.00 March-April Trimming damaged trees,removing hazardous trees,disposing of wood waste. Small Greenways, Trimming and 2003 Three separate contracts for emergency disaster area clean-up following a major Raleigh,NC Debris Removal ice storm.Throughout the duration of this project,Ceres met or exceeded and Disposal rigorous production standards.This contract was performed in an urban setting with traffic,access,and public relations issues to deal with.The jobs were performed on schedule with a good safety record. City of Raleigh,NC; Tree Removal Work $24,277.00 March-April Tree removal and trimming caused by Dec 02 Ice Storm. Lake Wheeler Park, 2003 Raleigh Frankfort,KY Dist.6; Winter Storm Debris $467,828.00 March-May Crews of laborers,chain saw operators,bucket trucks,grapple loading trucks, Rowan County,KY Removal and 2003 and dump trucks removed and hauled tree debris from the rights-of-way in Disposal Greenup County in District 9 which resulted from an ice storm.The debris was taken to a Temporary Debris Storage and Reduction Site(TDSRS)where it was reduced through incineration. City of Cherryville;Town Winter Storm Debris $29,800.00 February- Citywide debris cleanup of Cherryville,North Removal and March 2003 Carolina Disposal City of Raleigh,NC; Tree Removal Work $67,666.00 February- Removal of hangers and unsafe trees Pullen Park;Raleigh NC March 2003 City of Spartanburg;City Ice Storm Cleanup $56,722.50 February 2003 Pickup and hauling of storm debris. of Spartanburg,SC City of Shelby;Shelby, Winter Storm Debris $284,000.00 December Debris Removal generated by Ice Storm. North Carolina Removal and 2002-January Disposal 2003 Town of Cary;Cary NC Grind Wood Debris $164,500.00 December Ice Storm wood debris grinding. from Ice Storm 2002-March 2003 Town of Gamer;Gamer Debris Removal $202,301.01 December Ice Storm Debris Removal-Citywide NC Services 2002- February 2003 Cover• Letter&Minimum Qualifications Requirements CERES Tab 1 Section 3 Minimum Qualifications Requirements Page 1.3-15 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Town of Zebulon; Winter Storm Debris $111,790.13 January- Citywide Ice Storm Cleanup Zebulon,North Carolina Removal and February 2003 Disposal, Hazardous Tree trimming City of New Iberia;New Haul hurricane $9,313.00 October 2002 Cleanup and disposal of debris within the City of New Iberia and Parish of Iberia Iberia LA;Gordon's debris Town of Sunset;Town of Haul Hurricane $12,300.00 October- Haul hurricane debris from town right-of-ways. Sunset LA Debris November 2002 City of Arlington,TX; Storm Debris $64,286.00 September Ice storm debris hauling Arlington,TX Hauling 2002 City of Hobart;Hobart, Winter Storm Debris $173,204.00 February- Ice storm cleanup using bucket trucks,loaders and haul trucks,within City Limits. OK Hauling and March 2002 Haul debris to Temporary Debris Staging and Reduction Site(TDSRS). removal City of Kansas City; Winter Storm Debris $5,181,541.00 February- Load and haul ice storm debris from City right-of-ways.Deliver debris to Kansas City,MO Hauling and April 2002 Temporary Debris Staging and Reduction Site(TDSRS). Removal U.S.Department of Winter Storm Debris $1,049,918.00 September Crews of laborers,chain saw operators,excavator operators,skid-steer Agriculture;Seminole Removal and 2001-January operators,grapple loading trucks,and dump trucks removed and hauled tree County,OK Disposal 2002 debris from the streambeds and watershed areas in agricultural and rural areas of Oklahoma which resulted from an ice storm.The debris was taken to a Temporary Debris Storage and Reduction Site(TDSRS)where it was reduced through incineration. City of Oshkosh; Tree Removal $92,463.00 July- Removal of damaged trees and limbs from municipal parks. Oshkosh,WI Parks September 2001 City of Oshkosh;City of Stump Removal $48,142.00 July- Removal of stumps by grinding from municipal cemetery. Oshkosh,WI September 2001 City of Granite Falls; Debris Hauling $5,630.00 July-August Load and haul construction and demolition(C&D)debris and vegetative debris Granite Falls,MN resulting from a 2001 from City rights of way to a temporary debris staging and reduction site(TDSRS). tomado City of Oshkosh; Wind Storm Tree $252,191.00 July- Removal of damaged trees and limbs from municipal cemetery Oshkosh,WI and Stump Debris September Removal 2001 CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-16 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description U.S.Army Corps of Ice Storm Debris $34,000.00 April-June Perform clean-up of ice storm debris in an Oklahoma Tourism and Recreation Engineers;Fountainhead Trimming and 2001 - Department Park;cleanup administered by USAGE.Trim damaged trees, State Park,OK Removal remove vegetative matter debris from park. U.S.Army Corps of Ice Storm Debris $40,820.00 April-June Perform clean-up of ice storm debris in an Oklahoma Tourism and Recreation Engineers;Beaver's Trimming and 2001 Department Park:cleanup administered by USACE.Trim damaged trees, Bend State Park,OK Removal remove vegetative matter debris from park. Muskogee County; Ice Storm Debris $1,300,000.00 March-June Load and haul ice storm debris from County right of ways.Trim damaged limbs, Muskogee County,OK Removal and 2001 remove trees with over 50%damage.Operate TDSRS using burning for Disposal reduction. Red River County;Red Debris Removal $265,000.00 March-May Removal of ice storm debris from County right of ways.Grind or chip debris and River County,TX (Contract Add-On) 2001 legally dispose of debris. Texas Department of Ice Storm Debris $265,000.00 March-May Removal of ice storm debris from County right of ways.Grind or chip debris and Transportation;Red Removal and 2001 legally dispose of debris. River County,TX Disposal City of Atlanta;Atlanta, Ice Storm Debris $76,293.00 February- Load and haul vegetative debris resulting from Ice Storm in December 2000. TX Removal and March 2001 Trim trees of damaged branches using bucket trucks and chain saw operators. Hauling Deliver debris to a Temporary Debris Staging and Reduction Site(TDSRS). City of Denison; Ice Storm Debris $9,300.00 February 2001 Load and haul ice storm debris under the direction of the City to Temporary Denison,TX Removal and Debris Staging and Reduction Site(TDSRS). Hauling City of McAlester; Ice Storm Debris $54,272.00 February-May Grind vegetative matter resulting from Ice Storm using tub grinder McAlester,OK Reduction and 2001 Disposal Texas Department of Ice Storm Debris $234,000.00 February-May Clear ice storm debris from County right of ways,chip or grind debris,and legally Transportation;Lamar Removal,Reduction 2001 dispose of debris. County,TX and Disposal U.S.Army Corps of Ice Storm Debris $79,500.00 February- Perform ice storm clean up in park area maintained by USAGE.Trim damaged Engineers;Gillham Lake, Removal, April 2001 trees and branches,remove vegetative debris to a Temporary Debris Staging AR Reduction and and Reduction Site(TDSRS),grind debris using tub grinder,move mulch. Disposal City of Goldsboro; Hurricane Floyd $248,464.46 October 1999- Provide reduction of vegetative debris and stumps,by grinding of said materials, Goldsboro,NC Debris Reduction February 2000 for the City of Goldsboro,after Hurricane Floyd.Sorting paper,plastic,and dirt and Disposal from the vegetation prior to grinding and the grinding/chipping of all vegetation to include stumps. CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-17 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description North Carolina Hurricane Floyd $574,024.00 October- Hauled hurricane-generated debris to debris segregation/processing facilities Department of Emergency December throughout the county for segregation,reduction,and disposal.Work included Transportation;Wayne Cleanup,Brush and 1999 debris hauling,debris disposal,storm damaged and diseased tree removal,tree County,NC Vegetative Debris waste hauling,and material separation. Removal U.S.Army Corps of Tornado Response. $1,850,000.00 June- Demolished and disposed of 291 residential structures and related vegetative Engineers;Oklahoma Debris Clearing, September debris in five weeks,and operated and managed multiple debris sites in the City,OK Hauling and 1999 Oklahoma Tornado disaster area.Debris removed by Ceres and subcontractors Disposal totaled more than 83,000 CY. U.S.Army Corps of Hurricane Georges $4,000,000.00 Oct 1998- Ceres was awarded seven of eight districts of the island after Hurricane Engineers;Puerto Rico Debris Hauling Sept.1999 Georges.Ceres hauled more than 1 million cubic yards.Work was done primarily by directly hiring local employees due to lack of qualified subcontractors. U.S.Army Corps of Hurricane Georges $29,000,000.00 October 1998- Processed and reduced more than 2.3 million cubic yards of mixed debris.Ceres Engineers;Puerto Rico Debris Reduction September submitted a Value Engineering Change Proposal for this project that saved the 1999 Corps nearly a million dollars in tipping fees and returned soil to the land instead of sending it to the landfills. U.S.Army Corps of Emergency $3,000,000.00 October 1998 Ceres installed temporary roofing in Puerto Rico after Hurricane Georges.This Engineers;Puerto Rico Temporary Roofing was done at the same time as its debris removal responsibilities.Ceres hired and trained local laborers and completed its work with no serious injuries and no lost time injuries. City of Minneapolis; Vegetative Storm $557,000.00 June- Vegetative storm debris site management,reduction,marketing and disposal. Minneapolis,MN Debris Reduction December 80,000 CY and Disposal 1998 City of Denver;Denver, Ice Storm Debris $241,000.00 May-August Recycling of urban tree waste(logs,brush,stumps,shrubs,etc.)by grinding. CO Reduction and 1997 Processed and marketed 154,000 Cy of tree waste that resulted from the ice Disposal storm of 1995. U.S.Army Corps of Hurricane Fran $800,000.00 September Debris management:removal,reduction and site management associated with Engineers;North Removal,Reduction 1996-January Hurricane Fran Carolina and Site 1997 Management City of Lynchburg; Grinding of Storm $200,000.00 August 1994- Segregated grindable and non-grindable waste,mulched clean materials using Lynchburg,VA Debris,Disposal of August 1995 screening plants,and spread mulch in areas of massive topsoil loss. Wood Waste Debris and Cleanup of Flood Debris CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-18 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Lexington-Fayette Ice Storm 1994 $62,000.00 March-April Grinding of vegetative waste generated from Ice Storm 94 in Fayette County,KY. County Urban 1994 Government;Lexington, KY U.S.Army Corps of Chipping Services $2,117,500.00 January-June Emergency disaster area clean-up following Hurricane Andrew.Chipping of tree Engineers;Dade County, at Various 1993 waste at scattered locations,primarily agricultural orchards,in cooperation with FL Locations the U.S.Soil Conservation Service. U.S.Army Corps of Mobile Grinding $334,890.00 January- Emergency disaster area clean-up following Hurricane Andrew.Separation of Engineers;Dade County, Services February 1993 mixed debris and soil from woody debris using screening plants.Grinding of FL sorted woody debris.Production of organic mulch to be landspread in areas of massive topsoil loss,and separation of landfill residuals and soil from woody debris. U.S.Army Corps of Grinding Services $759,670.00 October- Federal Disaster Area Clean-up.Provided specialized heavy equipment and Engineers;Dade County, for Hurricane December labor to perform sorting and grinding of tree and shrub waste generated by FL Andrew 1992 Hurricane Andrew. CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-19 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 1.3 Minimum Qualifications Requirements Ceres Environmental Services, Inc.has been working actively in the disaster recovery business since our founding in 1976,completing over 120 FEMA-reimbursed projects.Below is a selection of our past performance;additional details on our past performance are available upon request. >250,000 CY-Past 10 Years Owner&Location Title of Work Value CY Time Period Description Contact Hurricane Irma Disaster Debris $40,596.469 3,867,033 September- Collection,removal and reduction Various Recovery throughout Clearance and December 2017 of debris from public and private FL Removal Services right-of-ways following Hurricane Irma Denham Springs,LA Disaster Debris $4,070,506.96 275,507 August 2016- Removal and disposal of flood Melvin Womack,Purchasing Agent,941 Removal August 2017 debris following heavy rains. Government Street,Denham Springs,LA Ceres also removed more than 70727;Tel.(225)667-8385; 1,500 units of electronic waste. purchasing@cityofdenhamsprings.com Livingston Parish,LA Debris Removal 8 $16,338,932.00 860,188 August 2016- Removal and disposal of debris Mark Harrell,Director of Homeland Security Site Management August 2017 from summer floods throughout Office,20355 Government Blvd.,Suite D, for Debris the Parish.Ceres also removed Livingston,LA 70754;Tel.(225)686-3066; Reduction and 400,000 pounds of putrid food and Fax(225)686-7280;lohsep1@lpgov.com Emergency 20,000 units of white goods ruined Roadway in the floods. Clearance Albany,GA Disaster Related $2,785,812.00 378,345 February-June Debris removal and disposal Yvette Fields,Procurement Director,222 Debris Removal (approx.) 2017 within the City following a January Pine Avenue,Suite 260,Albany,GA 31701, Services tornado Tel.(229)431-3211,Fax:(229)431-2184 yfields@albany.ga.us Savannah,GA Storm Debris $4,524,408.00 450,398 October 2016- Debris removal after Hurricane Molly Huhn,Purchasing Director,2 East Bay Removal Services (approx.) June 2017 Matthew,removal and reduction of Street,Savannah,GA 31402,Tel.(912) vegetative debris,trees and 651-6425,Fax(912)651-6855, stumps.Ceres also removed mhuhn@savannahga.gov almost 50,000 CY of waterway debris. CERESTab 1 Cover Letter&Minimum Qualifications Requirements a y y f N r A Section 3 Minimum Qualifications Requirements Page 1.3-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Contact Beaufort County,SC Storm Debris $14,020,391.00 1,556,080 October 2016- Collection,removal and reduction Pamela Cobb,Public Works,120 Shanklin Removal,Debris (approx.) April 2017 of debris from public and private Road,PO Drawer 1228,Beaufort,SC Management Site right-of-ways following Hurricane 29901;Tel.(843)255-2721; Operations and Matthew pcobb@bcgov.net Disposal State of NC Guilford County- $6,816,757.00 417,572 March- Removal,collection,reduction, Carolyn T.Huskins,Proposal Engineer, Department of Westem Section October 2014 and disposal of over 400,000 CY NCDOT,Div.Of Highways,1584 Transportation Removal and of vegetative debris Yanceyville Street,Greensboro,NC 27415- Disposal of Storm- 4996;Phone(336)487-0075,Fax(336) Related Vegetative 334-3637,cthuskins@ncdot.gov Debris Columbia County,GA Removal and $8,539,038.00 648,444 February- Removal,collection,reduction, Suzie Hughes,EMA Specialist VI,650-B Disposal of August 2014 and disposal of over 500,000 CY Ronald Reagan Drive,Evans,GA 30809, Disaster Debris of vegetative debris Phone(706)868-3303,Fax(706)868-3343, shughes@columbiacountyga.gov Town of Simsbury; Removal, $3,152,898.53 274,109.00 November- Removed and hauled vegetative Thomas J.Roy,Director of Public Works, Simsbury,CT Reduction& December 2011 debris to DMS.Removed leaning 933 Hopmeadow Street,PO Box 495, Disposal of FEMA- trees.Managed DMS.Ground Simsbury,CT 06070,Tel.(860)658-3222, Eligible Debris debris and disposed at approved troy@simsbury-ct.gov landfill. Jefferson County; Tornado Debris $11,245,998.00 1,191,553.80 May-July 2011 Removal and hauling of tornado James A.(Jimmie)Stephens,County Jefferson County,AL Removal and debris from right-of-ways in Commissioner,716 Richard Arrington Jr. Disposal Services Jefferson County,Vestavia Hills, Blvd North,Birmingham,AL 35203,Tel. Warrior,Mountain Brook,and (205)325-5555;Fax(205)325-4860; Pleasant Grove.Reduce debris at stephensj@jccal.org TDSRSs and haul to approved final disposal sites.Removed and processed 1,191,553 CY of debris.Employed 27 local and small-business subcontractors and vendors. CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Contact Government of Haiti; Construction, $11,423,814.00 4.15 M February 2011- Converted 30 acres of a 500-acre Garry Jean,ING,Coordonnateur,Ministere Truitier Landfill,Port- operation and January 2013 uncontrolled MSW landfill into an des Travaux Publics Transports et au-Prince,Haiti maintenance of a earthquake debris receiving and Communications,Unite Centrale TDSR site and processing site.Other contractors d'Execution,23 et 10,Angle Ruelle Wilson, processing of scrap and NGOs work at the site and Port au Prince,Haiti.Tel.509223240,fax in the Truitier must be collaborated with to 5092030321,garijan@gmail.com landfill ensure maximum safety and efficiency for all operations.Work involves processing of rubble, traffic control,health and safety, and environmental manaiement. Additional Past Performance Owner&Location Title of Work Value CY Time Period Description Houston,TX Debris Removal $963,022.29 80,014 September- Removal of debris resulting from Hurricane Harvey November 2017 Clear Brook Municipal Disaster Debris $841,453.87 46,915 September— Removal of debris resulting from Hurricane Harvey Utility District,TX Clearance& October 2017 Removal Services Humble.TX Disaster Debris $214,632.16 13,945 September— Removal of debris resulting from Hurricane Harvey Clearance and October 2017 Removal Services Katy,TX Disaster Debris $599,003.40 29,495 September- Removal of debris resulting from Hurricane Harvey Clearance Contract November 2017 West University Place, Disaster Debris $34,301.16 1,131 September Removal of debris resulting from Hurricane Harvey TX Clearance and 2017 Removal Services Peadand,TX Debris Management $1,065,532.89 54,771 September— Removal of debris resulting from Hurricane Harvey Services October 2017 CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Wharton,TX Disaster Debris $509,104.30 31,829 September - Emergency debris road clearance,debris removal(including tree and limb Removal and December removal)and temporary debris staging and reduction site management following Disposal Hurricane 2017 Hurricane Harvey Harvey South Carolina DOT Disaster Recovery $1,030,896.00 217,414 October 2016 Removal and disposal of vegetative debris from County right-of-ways in three (Berkeley,Jasper and Assistance following (approx.) -April 2017 counties following Hurricane Matthew Hampton Counties) a Declared Disaster New Orleans,LA Disaster Street- $750,000.00 57,440 January-April Removal and disposal of vegetative and C&D debris resulting from early tornado Clearing and Debris (approx.) 2017 in Louisiana,as well as clearing of 60 trees and 150 limbs from the City Collection, Removal, Processing and Disposal Charleston County Park Debris Removal $38,592.00 1,106 CY October- Clearing of hurricane debris from roads throughout the County,and damaged and Recreation and Disposal 59 trees December trees Commission,SC Services 2016 Cumberland County,NC Disaster Debris $33,175.00 250 December Removal and disposal of debris from Hurricane Matthew Clearance& 2016- Removal January 2017 Lenoir County,NC Debris Management $556,787.00 45,387 October- Removal of vegetative and C&D debris resulting from Hurricane Matthew Services December 2016 Palm Bay,FL Debris $1,052,878.00 84,932 October 2016 Collection,reduction and disposal of vegetative and C&D debris resulting from Removal/Disaster -January Hurricane Matthew Recovery Services 2017 Jacksonville Beach,FL Standby Contract $745,594.00 49,308 October 2016 Removal and disposal of hurricane debris within the City,including more than for Disaster -January 3,000 cubic yards of sand reclamation from beaches Services 2017 Femandina Beach,FL Hurricane&Other $406,166.00 1,792 CY October- Collection,reduction and disposal of vegetative debris as well as hangers and Disasters,Debris 1,310 limbs November leaners following Hurricane Matthew Removal Reduction 2016 and Disposal Brunswick,GA Debris Removal $352,224.04 46,890 November Removal and disposal of vegetative and C&D debris following Hurricane and Disposal 2016- Matthew January 2017 CERESTab 1 Cover Letter&Minimum Qualifications Requirements G Section 3 Minimum Qualifications Requirements Page 1.3-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Atlantic Beach,FL Emergency Debris $148,674.00 21,807 October 2016 Collection and hauling of vegetative debris within City limits following Hurricane Management -January Matthew Services 2017 Bald Head Island,NC Debris Removal $45,647.47 1,944 November Vegetative debris removal and disposal services as a result of Hurricane and Disposal 2016 Matthew Palm Beach Gardens, Emergency Debris $31,507.78 3,936 November Clearing and removing vegetative debris from public ROW in the City following FL and Disaster 2016 Hurricane Matthew. Recovery Services Indian River County,FL Disaster Debris $1,177,749.04 93,227 October 2016 Debris removal resulting from Hurricane Matthew. Removal&Disposal -December 2016 Jupiter Island,FL Disaster Recovery $49,088.80 3,548 October- Pick up,haul and dispose of vegetative debris resulting from Hurricane Matthew. Debris Removal November 2016 Taylor County,FL Disaster Debris $274,631.96 28,509 October 2016 Debris removal of vegetative and C&D debris generated from Hurricane Management Hermine.Ceres also removed 238 white goods units. Pasco County,FL Disaster Debris $29,460.34 2,682 September Debris collection,hauling and disposal of debris related to Hurricane Hermine. Management 2016 Services Zachary,LA Disaster Debris $183,611.91 17,398 August- Management and removal of disaster debris resulting from Louisiana floods Management and September Removal 2016 Bastrop County,TX Debris Removal $13,923.80 535 June 2016 Post-event debris removal of vegetative debris from three flood events in Bastrop Contractor County Oklahoma Emergency Debris $2,040,657.00 237,427 CY December Collection and removal of ice storm generated debris from public ROW after Environmental Removal Services/ collection 2015-March Winter Storm Goliath.Ceres also performed the initial 70-hour push for OEMA Management Authority Grinding and and 2016 and disposed of debris by grinding and air curtain burning. (Canadian County and Burning of Disaster removal Cities of,El Reno, Debris 151,127 CY Yukon,Piedmont, Calumet,and Union City) Grinding 213,223 CY Air Burning CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services City of Warr Acres,OK Post Event Debris $366,829.01 34,773 January— Pick up,hauling and disposal of woody debris from the City's right of ways after Removal February 2016 winter ice storm City of Oklahoma City, Emergency Storm $2,655,604.85 26,411 December Collection,removal,and disposal of storm debris generated by the November OK Debris Removal 2015—April 2015 ice storm 2016 Livingston Parish,LA Waterway Debris $606,874.58 8,538 CY, October— FEMA approved debris removal project of vegetative,C&D,and white good Removal 144 Boats December debris removal from waterways in Livingston Parish 2015 Dawson County,GA Disaster Debris $927.163.49 49,645 CY, March—July Debris removal operations of vegetative debris resulting from February 2015 ice Removal&Disposal 2,976 2015 storm Services Hangers Lee County BOCC,MS Tornado Debris $436,118.02 65,149 May-June Tornado Debris Removal and Disposal Services related to Spring tornado.ROW Removal and 2014 debris collection and disposal Disposal Services, post event FEMA DR-4175MS City of Adamsville,AL Emergency Debris $306,247.30 21,817 May-August Removal and disposal of eligible tornado-related debris from the ROW including Removal-post 2014 vegetative,C&D,and hazardous hanging limbs,trees and stumps tornado event FEMA DR-4176AL City of Graysville,AL Storm Debris $1,122,186.34 77,285 May-August Removal of all hazards from City ROW Removal Services, 2014 post tornado event FEMA DR-4176AL City of Kimberly,AL Removal and $305,184.28 21,057 May-June Removal and Disposal of Eligible Disaster Debris from ROW Disposal of Eligible 2014 Disaster Debris from ROW,FEMA DR1476AL City of Rapid City,SD; Removal and $1,440,473.80 100,664 October- Removal,collection,reduction,and disposal of over 100,000 CY of vegetative Rapid City,SD Disposal of Eligible CY,7,538 December debris produced by early winter/ice storm within the City. Disaster-Related Hangers, 2013 Tree and Other 481 Vegetative Debris Leaners CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services City of Albemarle,NC; Debris Removal $732,260.92 46,577.95 July- Cleanup of debris and tree removal following June Microburst Storm.Removed Albemarle,NC and Processing September and processed 46,500 CY of vegetative debris. 2013 City of Minneapolis,MN; Removal and $463,585.97 3,000+ June-October Citywide cleanup of wind-damaged trees.Removal of over 800 hazardous Minneapolis,MN Disposal of Eligible Trees 2013 stumps,and hauling of over 2,000 loads of storm debris. Disaster Debris 800+ Stumps 2,000+ Loads of Debris City of Worthington; Post Ice Storm April $1,162,027.27 69,063.90 April-June Citywide cleanup of ice-damaged trees.Removed hazardous hangers from over Worthington,MN 9-12,2013 Disaster 2013 8500 trees,hauled over 60,000 CY of debris and removed 775 storm-damaged Response and trees. Recovery Services • City of Sioux Falls;Sioux Removal and $988,278.92 10,370 April-June Cleanup of winter storm debris from City ROWs including streets,roads,parks, Falls,SD Disposal of Eligible 2013 and other maintained in-use public property and utility ROWs. Disaster-Related Tree and Other Vegetative Debris Township of Scotch Disaster Debris $16,000.00 March-April Grind stumps from Hurricane Sandy Plains,NJ;Scotch Removal and 2013 Plains,NJ Management Services City of Little Rock;Little Removal and $1,043,680.00 15,714 February— Cutting,clean up,removal,hauling,reduction and disposal of trees,limbs, Rock,AR Disposal of Snow April 2013 stumps and debris from public property(right-of-way and public access).Ceres Storm Debris finished 3 weeks ahead of schedule. City of Garwood,NJ; Post Hurricane $22,039.88 1,035.00 December Loaded and hauled vegetative debris from City Right-of-Ways to disposal site. Garwood,NJ Sandy Tree Work 2012 Removed hazardous hanging limbs and disposed of them with the other vegetative debris. City of Mountainside,NJ; Post-Hurricane $18,594.00 1,544.50 December Load and haul debris caused by Hurricane Sandy on public Rights of Way to Mountainside.NJ Sandy Cleanup 2012 TDSRS or final disposal sites. Township of Medford, ROW Vegetative $76,186.00 9,183.70 December Removal and disposal of eligible storm-generated vegetative debris.Removal of NJ;Medford,NJ Debris and 2012. stumps,hanging limbs and hazardous trees. Hazardous Trees Removal Tab 1 Cover Letter&Minimum Qualifications Requirements 0 o y E r L Section 3 Minimum Qualifications Requirements Page 1.3-7 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Town of Islip,NY;Islip, Removal and $57,277.51 493.24 November- Collection and disposal of C&D debris and damaged household contents from NY Disposal of December homes severely impacted by Hurricane Sandy. Damaged 2012 Household Contents and Storm Demolition Debris Environmental Chemical Hurricane Sandy $184,571.55 1,057.36 November Subcontractor to USACE prime contractor.Long haul of debris from Staten Corp.(ECC);Staten Relief Efforts/ 2012 Island,NY to various DMS sites. Island,NY Debris Removal St.Bernard Parish;St. Post-Disaster $385,297.69 23,510.00 November- Debris Removal in support of emergency operations.Removed Stumps.Hangers Bernard Parish,LA Debris Removal In December and Trees.ROE work Support of 2012 Emergency Operations City of Denham Springs; Post-Event Disaster $309,763.69 12,184.00 September- Removed and hauled vegetative and C&D storm debris to DMS.Ground debris Denham Springs,LA Debris Removal October 2012 and hauled to final disposal site.Trimmed 100 hangers and removed 2 leaning Services trees. Livingston Parish; Debris Removal $202,476.98 15,891.05 September- Removed and hauled vegetative and C&D debris and white goods from rights-of- Livingston Parish,LA and Site October 2012 way in Livingston Parish and the municipalities of Killian,Maurepas and Management for Springfield.Vegetative debris was reduced by burning at the DMS before final Debris Reduction disposal. and Emergency Roadway Clearance City of Kenner;Kenner, Post-Disaster $794,073.00 53,862.01 August- Removed and hauled vegetative and C&D debris to City landfill.Removed LA Debris Collection, September stumps.Due to possible contamination of bagged vegetative debris,the bags Processing and 2012 were treated as mixed debris,which required special equipment. Disposal Services Jefferson Parish; Collection, $1,503,843.22 125,148.99 August- Removed and hauled vegetative and C&D debris from Parish rights-of-way to Jefferson Parish,LA Processing and September final disposal site.Removed hangers,leaning trees and hazardous stumps. Disposal of 2012 Hurricane Isaac- Generated Storm Debris from Right- of-Ways in Unincorporated Jefferson Parish Town of Brookfield; Removal,Reduction $670,605.10 48,130.00 November- Removed and hauled vegetative debris to DMS.Managed DMS,including debris Brookfield,CT &Disposal of December already existing at site.Ground existing and new debris and disposed at FEMA-Eligible 2011 approved landfill. Debris CER Tab 1 Cover Letter&Minimum Qualifications Requirements `r 7� Section 3 Minimum Qualifications Requirements Page 1.3-8 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services City of Greenville: Hurricane Irene $998,911.57 113,512.30 August- Performed debris removal and disposal and tree and limb trimming on City Greenville,NC Response and October 2011 rights-of-way.Removed 71 trees.2,111 hangers,and 113,512.3 CY of debris Recovery Efforts from Hurricane Irene. Isle of Wight County;Isle Hurricane Irene $31,716.65 5,145.65 August- Storm Debris Removal,Reduction,and Site Management.Crews picked up of Wight County,VA Debris Removal September debris from public Rights-of-Way and hauled it to the approved TDSR site.Once 2011 at the site debris was sorted into appropriate piles for final disposal or recycling. U.S.Army Corps of Removal of $1,200,357.00 August- Provided all labor,equipment and materials for proper removal of emergency Engineers;Ward County, Emergency Levees September levees,rock and rubble and removal and disposal of sandbags and Hesco ND 2011 Bastions.Structures were constructed during the spring 2011 flood fight in Ward County. U.S.Army Corps of Removal of $3,436,312.00 August- Provided all labor,equipment and materials for removal and proper disposal of Engineers;Minot,ND Emergency Levees September emergency levees and associated materials from Reach 1,Reach 2,Reach 3 2011 and three public schools.Levees were constructed during spring 2011 flood fight in Minot,ND. City of Leeds;Leeds,AL Debris Removal $83,040.00 2,693.55 June-July Removal and hauling of tornado debris from right-of-ways in Leeds.AL. Services following 2011 Removed 2,693 CY of debris and trimmed 51 trees. the April 2011 tornadoes U.S.Army Corps of Debris Removal $2,542,318.18 108,214.00 June-August Private Property Debris removal of vegetative,C&D,and stumps from properties Engineers;Lawrence and Reduction for 2011 in Lawrence and Limestone Counties,AL.Removed 108,000 CY of vegetative and Limestone Counties, the affected areas and C&D debris and 306 stumps. AL for the 2011 Alabama Spring Tornadoes City of Jasper;City of Tornado Debris $669,247.00 59,890.00 April-July Performed 70-hour push and vegetative debris removal from right-of-ways in the Jasper,AL Removal and 2011 City of Jasper,Alabama. Disposal Services French Red Cross;Port- Debris and Rubble $59,850.00 March-April Debris and rubble removal at 44 plots at 4 sites in the greater Port-au-Prince au-Prince,Haiti Removal and Site 2011 area.Work was performed using local labor. Cleanup Commonwealth of Ice Storm Debris $1,800,000.00 February 2009 Trim,load,and haul vegetative ice storm debris from rights-of-way in two Kentucky;Hardin and Removal and -May 2009 Kentucky counties,Hardin and Livingston.Deliver debris to approved dump-site. Livingston Counties,KY Disposal City of Lake Jackson, Grinding of $157,600.00 77,516 January 2009 Grinding of Hurricane Ike vegetative debris at City TDSR site and final disposal. TX;Lake Jackson,TX Hurricane Ike -February Vegetative Debris 2009 U.S.Army Corps of Hurricane Ike $649,000.00 24,956.00 October 2008 Load and haul hurricane debris from Parish right-of-ways.Load and haul white Engineers;Vermilion Debris Removal -November goods and tires.Deliver debris to approved dump-site. Parish,LA and Disposal 2008 CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-9 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Chambers County,TX; Hurricane Ike $8,450,673.00 341,024 September Load and haul hurricane debris from County right-of-ways and collection sites. Chambers County,TX Debris Removal 2008- Trim or remove leaning trees,hanging limbs,and hazardous stumps.Load and and Disposal November haul white goods.Deliver debris to approved dump-site.Provide meals and base 2008 camps for County staff. U.S.Army Corps of Hurricane Ike $3,566,179.00 88,308.00 September Clear roadways for emergency vehicle access.Load and haul hurricane debris Engineers;Galveston, Debris Management 2008- from area right-of-ways.Deliver debris to approved dump-site. Harris and Chambers Services October 2008 Counties,Texas City of Baton Rouge/ Hurricane Gustav $17,986,892.00 1,956,055 September Load and haul hurricane debris from City and Parish right-of-ways.Trim or East Baton Rouge Debris Removal 2008- remove leaning trees,hanging limbs,and hazardous stumps.Deliver debris to Parish;Baton Rouge,LA December approved dump-site. 2008 Jefferson Parish; Hurricane Gustav $1,600,000.00 September Load and haul hurricane debris from Parish right-of-ways,including the cities of Jefferson Parish,LA Debris Hauling and 2008- Lafitte,Grand Isle,Barataria,and Crown Point.Trim or remove leaning trees, Removal February 2009 hanging limbs,and hazardous stumps.Deliver debris to approved dump-site. Cameron County; Hurricane Dolly $5,168,366.00 408,925 July 2008- Load and haul hurricane debris from County right-of-ways.Deliver debris to Cameron County,TX Debris Removal September Temporary Debris Staging and Reduction Site(TDSRS).Reduce debris by and Disposal 2008 burning. City of Waterloo; Flood Debris $182,080.00 June 2008- Load,haul,and dispose of all flood debris,white goods,household hazardous Waterloo,IA Removal and July 2008 waste,and sandbags from City right-of ways-and avenues. Disposal City of Broken Arrow; Dec 2007 Ice Storm $6,765.00 May 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow,OK Hauling City of Broken Arrow; Debris Hauling $55,539.00 March 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow resulting from a winter storm City of Broken Arrow; Debris Hauling $53,954.09 February 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow resulting from a -March 2008 winter storm City of Broken Arrow; Debris Hauling $8,994.98 January 2008 Hauling of storm debris from December 2007 ice storm to disposal site. Broken Arrow resulting from a winter storm City of Nichols Hills; Ice Storm Debris $32,102.00 December Load and haul ice storm debris from City right-of-ways.Deliver debris to final Nichols Hills,OK Removal and 2007- disposal site. Disposal January 2008 Town of Lady Lake;Lady Tornado Response, $67,419.00 6,485.38 February 2007 Load and haul tornado debris from Town right-of-ways.Deliver debris to final Lake,FL Debris Clearing, disposal site. Hauling and Tree Trimming CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-10 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services City of Republic;City of Cut&Push $7,431.25 January 2007 Ice storm debris initial 70-hour cut and push.Included cutting,trimming and Republic,MO removing overhanging tree limbs and other clean woody debris to the edge of pavement or back of curb;cutting necessary to obtain a clear vertical height of 16'.Work area was within the City limits of Republic street right-of-ways. LADOT;Washington Debris Removal $98,100.00 October- District 62 Debris removal,reduction and disposal on various routes in Parish and Disposal December Washington Parish. 2006 LADOT;St.Tammany Debris Removal, $83,100.00 August 2006 ROW vegetative,C&D,white goods,and hazardous waste hauling along various Parish Reduction and routes in St.Tammany Parish. Disposal City of Palm Beach Hurricane Wilma $1,549,239.00 121,421.67 October 2005 Load and haul hurricane debris from City right-of-ways.Deliver debris to Gardens;Palm Beach Debris Removal —February Temporary Debris Staging and Reduction Site(TDSRS).Reduce debris by Gardens,FL and Reduction 2006 grinding. U.S.Army Corps of Emergency $2,471,425.00 October 2005- Following Hurricane Wilma,Ceres installed temporary roofs in Miami-Dade and Engineers;Florida(2 Temporary Roofing February 2006 Monroe counties.Ceres received a"very good"rating from the Corps while counties) maintaining its record of no serious injuries and no lost time injuries in its roofing projects. City of Biloxi;Biloxi,MS Hurricane Katrina $4,528,014.00 September Following Hurricane Katrina,Ceres was selected as one of three contractors to Debris Clearance, 2005-January collect,load and hauled debris from the City's rights of way.Ceres crews Collection, 2006 completed their sector well ahead of the other contractors. Reduction and Disposal City of Brooklyn Park; Storm Debris $120,000.00 September- Storm Debris Hauling City of Brooklyn Park Hauling November 2005 U.S.Army Corps of Hurricane Katrina $449,313,380.23 13,439,358 September Various tasks for hurricane recovery including:Load and haul hurricane debris Engineers;Louisiana(11 Debris Haul, 2005— from City right-of-ways,load and haul debris from private property,manage Parishes) Reduction,& September TDSRS sites,reduce debris by grinding/chipping,reduce debris by burning,trim Disposal 2007 and remove hazardous trees and limbs,remove and recycle Freon,recycle white goods,remove hazardous materials,demolish damaged properties.Ceres received an"Outstanding"evaluation from the U.S.Arany Corps of Engineers for its work in Louisiana after Katrina. Terrebonne Parish; Hurricane Katrina $710,137.00 August— Load and haul hurricane debris from Parish right-of-ways.Deliver debris to Terrebonne Parish,LA Debris Hauling and October 2005 Temporary Debris Staging and Reduction Site(TDSRS).Reduce debris by Reduction burning. U.S.Army Corps of Emergency $55,513,216.00 August 2005— Installation of roof repairs to more than 21,000 homes and buildings damaged by Engineers;32 Counties Temporary Roofing January 2006 Hurricane Katrina.Through an implemented special training program and in Mississippi intensified inspection,Ceres was able to maintain a high rate of production while also keeping an excellent safety record. • CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-11 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services City of Deltona;Deltona, Hurricane Debris $606,756.74 505,630.00 October 2004 Ground 505,630 CY of debris. FL Grinding City of Hollywood; Grinding of $18,899.25 49,650.00 October 2004 Grinding of Hurricane Debris Hollywood,FL Hurricane Debris City of Orange Beach; Hurricane Ivan $1.640,313.56 176,090.00 October 2004 Loaded and hauled 176,090 CY of hurricane debris from City right of ways. Orange Beach,AL Debris Removal Delivered debris to TDSRS. City of Plantation Grinding $81,600.00 68,000.00 September Grinding hurricane debris (Subcontractor to DRG 2004 Inc.);Plantation,FL Palm Beach County; Hurricanes Frances $4,023,393.00 404,927.00 September- Collection and disposal of debris generated from two Hurricanes,Frances and Palm Beach County,FL and Jeanne Debris December Jeanne.Ceres removed vegetative and demolition debris from County- Removal and 2004 maintained roadways and rights-of-way and hauled it to a Temporary Debris Disposal Storage and Reduction Site(TDSRS).Ceres crews collected and hauled 404,927 cubic yards of debris including 679 stumps up to 9 feet in diameter. U.S.Army Corps of Hurricane Frances $48,028,565.00 September After Hurricanes Frances and Jeanne struck Florida less than six weeks after Engineers;Florida(13 Temp Roof Contract 2004-January Charlie,Ceres won another contract for temporary roof installation.Ceres once counties) W91278-04-D-0058 2005 again hired multiple local residents and maintained its safety record of no serious injuries or lost time incidents,while completing all temporary roofing contract obligations. U.S.Army Corps of Emergency $3,980,400.03 September After Hurricanes Charley struck Florida,Ceres won a contract to install Engineers;Florida(4 Temporary Roofing 2004-January temporary roofing in four counties of southern Florida.Ceres supervised its own counties) 2005 crews as well as its subcontractors,including many local companies providing work for affected residents.Ceres maintained its safety record of no serious injuries or lost time incidents. City of Deltona Grinding $497,398.75 395,323.00 September- Vegetative Storm Debris Grinding (Subcontractor to DRG November Inc.);Deltona,FL 2004 City of Sanford Hurricane Charley 102,000.00 August 2004 Load and haul hurricane debris. (Subcontractor to DRG Debris Hauling Inc.);Sanford,FL Collier County;Collier Hurricane Charley $82,521.00 August 2004 Removed debris from County-maintained roadways and rights-of-way and County,FL Debris Removal hauled debris to the Temporary Debris Storage and Reduction Site(TDSRS)it and Disposal managed. City of Arlington,TX; Grind storm debris $21,500.00 July 2004 Grinding brush,logs,and fencing debris from an ice storm. Arlington Town of Windsor/ Hurricane Isabel $49,233.00 November Collected hurricane-related debris from within the Town of Windsor,VA,and Southeast Virginia Public Debris Hauling, 2003-January reduced and lawfully disposed of said debris in accordance with contract terms. Service Authority; Reduction and 2004 All debris was ticketed and signed off by on-site inspectors and was reduced and Windsor,VA Disposal disposed by Ceres. CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-12 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Isle of Wight County/ Hurricane Isabel $2,806,390.00 October 2003 Ceres removed debris from County-maintained roadways and rights-of-way and Southeast Virginia Public Debris Removal —March 2004 hauled it to the Temporary Debris Storage and Reduction Site(TDSRS)it Service Authority;Isle of and Disposal managed.At the TDSRS,Ceres received debris hauled in by citizens,supplied Wight County,VA the inspection tower,reduced the debris through air curtain incineration and by tub grinding,and hauled out the ash and wood chips to County-selected disposal sites.A significant number of local County residents were hired as temporary employees to perform work on this contract. Memphis City Schools; Storm Damage $90,411.25 October- Removal of unsafe tree conditions created by the wind storm of July 22,2003. Memphis City Schools, Tree Trimming November Work consisted of removal of fallen trees,broken trees,leaning trees,bent trees, 2003 broken and hanging limbs,and cracked limbs,and grinding of stumps. Town of Smithfield/ Hurricane Isabel $272,201.00 October 2003- Removal and disposal of debris,street,and sewer rights-of-way.The debris was Southeast Virginia Public Debris Hauling, February 2004 loaded and hauled to a Temporary Disposal Staging and Reduction Site where Service Authority; Reduction and Ceres reduced the debris through air curtain incineration and tub grinding.Ceres Smithfield,VA Disposal hauled the resulting ash and wood chips to a permitted disposal site.The work was performed with a minimum of road closure and using standard traffic control methods. City of Spartanburg; Grinding of winter $29,374.00 May-June Grinding Ice Storm Debris Spartanburg,South storm debris 2003 Carolina City of York;Grind- Grind Vegetative $35,000.00 May 2003 Grind vegetative waste/Ice Storm debris County of York,SC Waste/Ice Storm Debris City of Asheboro;City of Clearing Tree $139,512.06 April-May Clearing trees from sewer ROW's caused by Ice storm in Dec 2002. Asheboro,NC Obstructions from 2003 Sewer ROW's City of Raleigh,NC; Winter Storm Tree $324,470.00 March-April Trimming damaged trees,removing hazardous trees,disposing of wood waste. Small Greenways, Trimming and 2003 Three separate contracts for emergency disaster area clean-up following a major Raleigh,NC Debris Removal ice storm.Throughout the duration of this project,Ceres met or exceeded and Disposal rigorous production standards.This contract was performed in an urban setting with traffic,access,and public relations issues to deal with.The jobs were performed on schedule with a good safety record. City of Raleigh,NC; Tree Removal Work $24,277.00 March-April Tree removal and trimming caused by Dec 02 Ice Storm. Lake Wheeler Park, 2003 Raleigh Frankfort,KY Dist.6; Winter Storm Debris $467,828.00 March-May Crews of laborers,chain saw operators,bucket trucks,grapple loading trucks, Rowan County,KY Removal and 2003 and dump trucks removed and hauled tree debris from the rights-of-way in Disposal Greenup County in District 9 which resulted from an ice storm.The debris was taken to a Temporary Debris Storage and Reduction Site(TDSRS)where it was reduced through incineration. CERES Tab 1 Cover Letter&Minimum Qualifications Requirements ' Section 3 Minimum Qualifications Requirements Page 1.3-13 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services City of Cherryville;Town Winter Storm Debris $29,800.00 February- Citywide debris cleanup of Cherryville,North Removal and March 2003 Carolina Disposal City of Raleigh,NC; Tree Removal Work $67,666.00 February- Removal of hangers and unsafe trees Pullen Park;Raleigh NC March 2003 City of Spartanburg;City Ice Storm Cleanup $56,722.50 February 2003 Pickup and hauling of storm debris. of Spartanburg,SC City of Shelby;Shelby, Winter Storm Debris $284,000.00 December Debris Removal generated by Ice Storm. North Carolina Removal and 2002-January Disposal 2003 Town of Cary;Cary NC Grind Wood Debris $164,500.00 December Ice Storm wood debris grinding. from Ice Storm 2002-March 2003 Town of Gamer;Gamer Debris Removal $202,301.01 December Ice Storm Debris Removal-Citywide NC Services 2002- February 2003 Town of Zebulon; Winter Storm Debris $111,790.13 January- Citywide Ice Storm Cleanup Zebulon,North Carolina Removal and February 2003 Disposal, Hazardous Tree trimming City of New Iberia;New Haul hurricane $9,313.00 October 2002 Cleanup and disposal of debris within the City of New Iberia and Parish of Iberia Iberia LA;Gordon's debris Town of Sunset;Town of Haul Hurricane $12,300.00 October- Haul hurricane debris from town right-of-ways. Sunset LA Debris November 2002 City of Arlington,TX; Storm Debris $64,286.00 September Ice storm debris hauling Arlington,TX Hauling 2002 City of Hobart;Hobart, Winter Storm Debris $173,204.00 February- Ice storm cleanup using bucket trucks,loaders and haul trucks,within City Limits. OK Hauling and March 2002 Haul debris to Temporary Debris Staging and Reduction Site(TDSRS). removal City of Kansas City; Winter Storm Debris $5,181,541.00 February- Load and haul ice storm debris from City right-of-ways.Deliver debris to Kansas City,MO Hauling and April 2002 Temporary Debris Staging and Reduction Site(TDSRS). Removal CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-14 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services U.S.Department of Winter Storm Debris $1,049,918.00 September Crews of laborers,chain saw operators,excavator operators,skid-steer Agriculture;Seminole Removal and 2001-January operators,grapple loading trucks,and dump trucks removed and hauled tree County,OK Disposal 2002 debris from the streambeds and watershed areas in agricultural and rural areas of Oklahoma which resulted from an ice storm.The debris was taken to a Temporary Debris Storage and Reduction Site(TDSRS)where it was reduced through incineration. City of Oshkosh: Tree Removal $92,463.00 July- Removal of damaged trees and limbs from municipal parks. Oshkosh,WI Parks September 2001 City of Oshkosh;City of Stump Removal $48,142.00 July- Removal of stumps by grinding from municipal cemetery. Oshkosh,WI September 2001 City of Granite Falls; Debris Hauling $5,630.00 July-August Load and haul construction and demolition(C&D)debris and vegetative debris Granite Falls,MN resulting from a 2001 from City rights of way to a temporary debris staging and reduction site(TDSRS). tornado City of Oshkosh; Wind Storm Tree $252,191.00 July- Removal of damaged trees and limbs from municipal cemetery Oshkosh,WI and Stump Debris September Removal 2001 U.S.Army Corps of Ice Storm Debris $34,000.00 April-June Perform clean-up of ice storm debris in an Oklahoma Tourism and Recreation Engineers;Fountainhead Trimming and 2001 Department Park;cleanup administered by USACE.Trim damaged trees, State Park,OK Removal remove vegetative matter debris from park. U.S.Army Corps of Ice Storm Debris $40,820.00 April-June Perform clean-up of ice storm debris in an Oklahoma Tourism and Recreation Engineers;Beaver's Trimming and 2001 Department Park;cleanup administered by USACE.Trim damaged trees, Bend State Park,OK Removal remove vegetative matter debris from park. Muskogee County; Ice Storm Debris $1,300,000.00 March-June Load and haul ice storm debris from County right of ways.Trim damaged limbs, Muskogee County,OK Removal and 2001 remove trees with over 50%damage.Operate TDSRS using burning for Disposal reduction. Red River County;Red Debris Removal $265,000.00 March-May Removal of ice storm debris from County right of ways.Grind or chip debris and River County,TX (Contract Add-On) 2001 legally dispose of debris. Texas Department of Ice Storm Debris $265,000.00 March-May Removal of ice storm debris from County right of ways.Grind or chip debris and Transportation;Red Removal and 2001 legally dispose of debris. River County,TX Disposal City of Atlanta;Atlanta, Ice Storm Debris $76,293.00 February- Load and haul vegetative debris resulting from Ice Storm in December 2000. TX Removal and March 2001 Trim trees of damaged branches using bucket trucks and chain saw operators. Hauling Deliver debris to a Temporary Debris Staging and Reduction Site(TDSRS). City of Denison; Ice Storm Debris $9,300.00 February 2001 Load and haul ice storm debris under the direction of the City to Temporary Denison,TX Removal and Debris Staging and Reduction Site(TDSRS). Hauling CERES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-15 • City of Miami Beach RFP#2018-002-JC Disaster Recovery Services City of McAlester; Ice Storm Debris $54,272.00 February-May Grind vegetative matter resulting from Ice Storm using tub grinder McAlester,OK Reduction and 2001 Disposal Texas Department of Ice Storm Debris $234,000.00 February-May Clear ice storm debris from County right of ways,chip or grind debris,and legally Transportation;Lamar Removal,Reduction 2001 dispose of debris. County,TX and Disposal U.S.Army Corps of Ice Storm Debris $79,500.00 February- Perform ice storm clean up in park area maintained by USACE.Trim damaged Engineers;Gillham Lake, Removal, April 2001 trees and branches,remove vegetative debris to a Temporary Debris Staging AR Reduction and and Reduction Site(TDSRS),grind debris using tub grinder,move mulch. Disposal City of Goldsboro; Hurricane Floyd $248,464.46 October 1999- Provide reduction of vegetative debris and stumps,by grinding of said materials, Goldsboro,NC Debris Reduction February 2000 for the City of Goldsboro,after Hurricane Floyd.Sorting paper,plastic,and dirt and Disposal from the vegetation prior to grinding and the grinding/chipping of all vegetation to include stumps. North Carolina Hurricane Floyd $574,024.00 October• Hauled hurricane-generated debris to debris segregation/processing facilities Department of Emergency December throughout the county for segregation,reduction,and disposal.Work included Transportation;Wayne Cleanup,Brush and 1999 debris hauling,debris disposal,storm damaged and diseased tree removal,tree County,NC Vegetative Debris waste hauling,and material separation. Removal U.S.Army Corps of Tornado Response, $1,850,000.00 June- Demolished and disposed of 291 residential structures and related vegetative Engineers;Oklahoma Debris Clearing, September debris in five weeks,and operated and managed multiple debris sites in the City,OK Hauling and 1999 Oklahoma Tomado disaster area.Debris removed by Ceres and subcontractors Disposal totaled more than 83,000 CY. U.S.Army Corps of Hurricane Georges $4,000,000.00 Oct 1998- Ceres was awarded seven of eight districts of the island after Hurricane Engineers;Puerto Rico Debris Hauling Sept.1999 Georges.Ceres hauled more than 1 million cubic yards.Work was done primarily by directly hiring local employees due to lack of qualified subcontractors. U.S.Army Corps of Hurricane Georges $29,000,000.00 October 1998- Processed and reduced more than 2.3 million cubic yards of mixed debris.Ceres Engineers;Puerto Rico Debris Reduction September submitted a Value Engineering Change Proposal for this project that saved the 1999 Corps nearly a million dollars in tipping fees and returned soil to the land instead of sending it to the landfills. U.S.Army Corps of Emergency $3,000,000.00 October 1998 Ceres installed temporary roofing in Puerto Rico after Hurricane Georges.This Engineers;Puerto Rico Temporary Roofing was done at the same time as its debris removal responsibilities.Ceres hired and trained local laborers and completed its work with no serious injuries and no lost time injuries. City of Minneapolis; Vegetative Storm $557,000.00 June- Vegetative storm debris site management,reduction,marketing and disposal. Minneapolis.MN Debris Reduction December 80,000 CY and Disposal 1998 City of Denver;Denver, Ice Storm Debris $241,000.00 May-August Recycling of urban tree waste(logs,brush,stumps,shrubs,etc.)by grinding. CO Reduction and 1997 Processed and marketed 154,000 Cy of tree waste that resulted from the ice Disposal storm of 1995. CERES ES Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-16 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services U.S.Army Corps of Hurricane Fran $800,000.00 September Debris management:removal,reduction and site management associated with Engineers;North Removal,Reduction 1996-January Hurricane Fran Carolina and Site 1997 Management City of Lynchburg; Grinding of Storm $200,000.00 August 1994- Segregated grindable and non-grindable waste,mulched clean materials using Lynchburg,VA Debris,Disposal of August 1995 screening plants.and spread mulch in areas of massive topsoil loss. Wood Waste Debris and Cleanup of Flood Debris Lexington-Fayette Ice Storm 1994 $62,000.00 March-April Grinding of vegetative waste generated from Ice Storm 94 in Fayette County,KY. County Urban 1994 Government;Lexington, KY U.S.Army Corps of Chipping Services $2,117,500.00 January-June Emergency disaster area dean-up following Hurricane Andrew.Chipping of tree Engineers;Dade County, at Various 1993 waste at scattered locations,primarily agricultural orchards,in cooperation with FL Locations the U.S.Soil Conservation Service. U.S.Army Corps of Mobile Grinding $334,890.00 January- Emergency disaster area clean-up following Hurricane Andrew.Separation of Engineers;Dade County, Services February 1993 mixed debris and soil from woody debris using screening plants.Grinding of FL sorted woody debris.Production of organic mulch to be landspread in areas of massive topsoil loss,and separation of landfill residuals and soil from woody debris. U.S.Army Corps of Grinding Services $759,670.00 October- Federal Disaster Area Clean-up.Provided specialized heavy equipment and Engineers;Dade County, for Hurricane December labor to perform sorting and grinding of tree and shrub waste generated by FL Andrew 1992 Hurricane Andrew. • CERE Tab 1 Cover Letter&Minimum Qualifications Requirements Section 3 Minimum Qualifications Requirements Page 1.3-17 Solid Waste Management 2525 NW 62nd Street • Suite 5100 MIAMI-DAD Miami, Florida 33147 COUNTYT 305-514-6666 111 NW 1st Street • Suite 1610 Miami, Florida 33128 T 305-514-6666 miamidade.gov November 3, 2017 Mr. Jamie Triplett Area Manager Ceres Environmental 3825 85th Avenue North Brooklyn Park, MN 55443 Dear Mr. Triplett: On behalf of the Miami-Dade County Department of Solid Waste Management, I would like to thank Ceres Environmental for your participation in the Hurricane Irma debris removal effort as one of six prime contractors. The quality and quantity of work performed by Ceres Environmental during this emergency response has met our expectations. Further, your firm's responsiveness and focus on customer service have been very helpful to the Department. Again, thank you for your service to Miami-Dade County. Sincerely, Paul Mauriello Deputy Director for Operations Miami-Dade County Department of Solid Waste Management Ceres Environmental Services, Inc. Page 1.3-18 INT -� BEAUFORT COUNTY PUBLIC WORKS t Solid Waste and Recycling 120 Shanklin Road Beaufort, South Carolina 29906 Voice (843) 255-2800 Facsimile (843) 255-9435 Mr.David Preus Ceres Environmental Services Inc. Dear Mr.Preus: I am writing to express my appreciation for the performance of the entire team from Ceres in the debris operations for Hurricane Matthew. As our debris removal firm the level of support and professional performance provided has been exceptional in all regards. My direct point of contact with your firm was Project manager Mike Beevers. Mike supported the County in an outstanding manner and his counsel was invaluable throughout this operation. He is a professional in all respects and helped to establish a high standard for compliance. On a personal level, Mike was extremely responsive to answer any questions and provide the assistance I required.As the Debris.Manager I am not exaggerating when I state that without his diligence, knowledge, and ability to gain the cooperation within the team we would not have been as effective. Mike is a"machine". As a team we moved 72%of all ROW debris into the DMS sites in the first 90 days of operation;over 90%of hangers and leaners were addressed in the same period. FEMA and SCEMD officials remarked that"Beaufort County had their operation together".Mike played a huge part in making that happen. If I ever had to do this again I would want Mike as my Project Manager. Providing Karl Dix to assist with the process allowed the County to get a jump on a difficult task. Without his vital help we would have been overwhelmed with obtaining PPDR approval from FEMA and removing debris from 83 individual private communities. Karl provided essential high level technical support and coordination for the debris removal operation. He is a treasure trove of knowledge and expertise that worked seamlessly with the entire County staff.Ralph Sosabe is the most effective problem solver I have ever worked with. His professionalism, personality and ability to communicate with our citizens kept things moving smoothly. Ralph handled the most difficult situations with ease which I sincerely appreciated. His ability"To Make the Noise Stop"was nothing short of incredible. Bottom line,Ceres did an exceptional job and I am thankful for each member of your team.You exceeded expectations in every area and continue to provide us with excellent customer service. I am forwarding a copy of this letter to our Administration and Purchasing Department for future reference. Regards JAMES S.MINOR,JR SOLID WASTE/DEBRIS MANAGER Ceres Environmental Services, Inc. Page 1.3-19 COLUMBIA COUNTY ( OR( !r-- Emergency & Operations Division LETTER OF RECOMMENDATION February 9, 2015 To Whom It May Concern: As the Debris Management Services Contract Manager, please accept this letter as my official recommendation for CERES Environmental Services,Inc. Columbia County has maintained a pre-event debris management contract with CERES since 2008 and activated the contract when Ice Storm Pax deposited one inch of ice on our trees/vegetation and overhead utilities in February 2014. CERES immediately responded,mobilized their workforce and started the task of removing over 535,000 cubic yards of debris from our right of ways. CERES was professional in every aspect of this operation, from removing the debris to transporting it to final destinations. During the debris removal operations,CERES provided me with a "zone map"of the county and provided daily information so that I could let our citizens know when they should have their debris out on the public right of way for pick up. They cleaned the areas following the pick-ups,which made our citizens very happy. Additionally,CERES assisted us with FEMA documentation all along the way to assure that we received the maximum amount of State and Federal reimbursement possible, resulting in a 92%cost recovery for our County. In summary, I can attest to the fact that CERES has years of experience—and from the first day to the last day of our project—they performed their work in an admirable and cooperative manner. They did everything expected—and even exceeded our expectations in getting our community back to normal as quickly as possible. Please feel free to contact me if you have any questions or need more information in this regard. Sincerely, f UC (.9.—L_ Pamela P.Tucker Director A Community of Pride • A County of Vision • Endless Opportunities PO. Box 498 • 650-B Ronald Reagan Drive • Evans,GA 30809 • Phone: 706-868-3303 • Fax:706-868-3343 Ceres Environmental Services, Inc. www.cotumbiacountyga.gov Page 1.3-20 10. April 11,2014 Ms.Gail M. Hanscom Minneapolis Project Manager , Park&Recreation Board Ceres Evironmental Services, Inc. 3825 85thAvenue North Minneapolis, MN 55443 Administrative Offices 2117 West River Road Minneapolis,MN 55411-2227 Dear Ms. Hanscom, Operations Center 3800 Bryant Avenue South Now that the June 2013 storm that ravaged trees in the City of Minneapolis is behind us, I am Minneapolis,MN 55409-1000 writing on behalf of the city of Minneapolis Park&Recreation Board to thank you and all the Phone staff at Ceres Environmental for the help you provided last year. When the storm first hit. 612-230-6400 we had a significant need for rental equipment. Being able to rent log loaders and side dump Fax trucks from Ceres enabled us to clear debris at a rate that impressed both our residents and 612-230-6500 elected officials. www.minneapolisparks.org Part of this success was dependent on being able to dispose of debris quickly. The use of your processing site in Brooklyn Park, MN was invaluable. This allowed trucks to return to the storm struck area and reloaded with minimal travel time. As important as this help was,it was your assistance with stump extraction during the fall of 2013 that benefited us the most. After dealing with the 2011 tornado that hit the north side of Minneapolis,we learned from FEMA that certain tasks were best performed by the private sector. The assistance that Ceres provided with coordinating and organizing the extraction of stumps from streets and parks proved this to be true. Throughout the process you and other Ceres staff were easy to communicate with. I particularly appreciated your willingness to attend meetings that included the City Public Works Department and private utility companies. This helped everyone to thoroughly understand the planned approach that was being implemented. From the pulling of the President stumps to the replacement of soil,your commitment to communication made the entire Liz Wielinski stump extraction procedure run smoothly. This is especially true even when we surprised Vice President you with more stumps than were originally documented. Scott Vreeland Commissioners This spring we'll begin replanting 2800 new trees to replace those lost last year. If it weren't � �Brad Boum for the help of Ceres Environmental, I don't know if we would be ready to do so. Thanks JohEiw Meg Forney again for all your help. Please don't hesitate to have potential clients contact me if they have Steffanie Musich questions about the services you provide. I'd be happy to be a reference for you. Jon C.Olson eYoung Sincerely, M.Annie c Superintendent64.111 — Jayne Miller Secretary to the Board French Ralph C.Sievert,Jr. PamelaDirector of Forestry ae,,eaed . • roufxnhs Ceres Environmental Services, Inc. Page 1.3-21 11) 187 r ;■303 N r4 r..ST: PC B: :<. H PUBLIC WORKS DEPARTMENT TEL.EPrcr,E 1°07 372 6_ J■F 372 8o3J•r:.ti.. r:;,inator October 21, 2013 Ceres Environmental Services Inc. 3825 85'h Ave.North Brooklyn Park, MN 55443 Re: Letter of Recommendation after April 2013 Ice Storm Recovery To Whom It May Concern: This letter is to express appreciation from the CITY OF WORTHINGTON for the timely and professional work done by Ceres Environmental Services following the horrific ice storm in April of 2013. Once the contract was awarded Ceres promptly started work and worked diligently to accomplish the tree trimming and tree removal work contracted for. They were very conscientious to only do work approved for FEMA reimbursement. I was impressed with Ceres cooperation with the City to get areas done that were of importance to us and to listen to our input. Our City was cleaned up in a remarkably short time give the amount of damage we sustained. I would be very happy to recommend Ceres Environmental to any City,County or state needing this type of service. Please feel free to use me as a reference for potential work. Sincere // James Eulberg P.E. Director of Public Works Ceres Environmental Services, Inc. Page 1.3-22 • .66 •. r,, Mike T. Huether 0 -t • '�, MAYOR CITY OF SIOUX FALLS(4.,,, _ _^ i y, _.__ �._ — r,. �. if.. J 1 224 Nest Ninth Street • P.O.Box 7402 • Sioux Falls,SD 57117-7402 • www.siouxfalls.org it L--1.16-1---,0,.' �,r Phone:605-367-8800 • Fax:605-367-8490 • Hearing Impaired:605-367-7039 September 23, 2013 Mr. David A. Preus CERES 3025 05th Avenue North Brooklyn Park, MN 55443 Dear Mr. Preus: A hearty thanks to you and the entire CERES team for your assistance in helping Sioux Falls recover from the April ice storm. Your time, talent and treasure helped keep citizens and visitors safe. Our recovery time was nothing short of incredible! Please enjoy a small token of appreciation as a remembrance of this historic event we called Operation Timber Strike! Please share my sentiments with your team as well. Working together, there is nothing we can't accomplish! Sincerely, C /I ------ Mike T. Huether Mayor ia.46T9Arr1Gfr6ftdetttal Services, Inc. Page 1.3-23 City of Albemarle North Carolina , P O Box 190 Office of Albemarle,NC 28002-0190 Public Works Department www.ci.albemarle.nc.us '' Phone: 704-984-9665 � Fax: 704-986-6127 August 15, 2013 Mr. Stanley Bloodworth Project Manager Ceres Environmental 3825 85'h Avenue North Brooklyn Park, MN 55443 Dear Mr. Bloodworth: On behalf of the City of Albemarle, North Carolina, it has been a pleasure working with you and your staff. During a time of great distress to our city, Ceres Environmental promptly and professionally initiated and completed Disaster Debris Removal and Processing. Throughout the project your staff was tasked with providing management and specialized equipment for our disaster recovery needs. The level of proficiency and diligence that your staff provided is of the highest quality and is unmatched in my numerous years of Public Works. Your staff fulfilled their contract obligation and exceeded our expectations through professional attitudes and hard-working values. So it is with great confidence that I would highly recommend Ceres Environmental to provide Disaster Recovery Services for any and all Municipalities, State, and or Federal Agencies that may be in need of such services. Sincerely, Nina L. Underwood Public Works Director Ceres Environmental Services, Inc. Page 1.3-24 ,NN OF 4 f , TOWN OF ISLIP DEPARTMENT OF ENVIRONMENTAL CONTROL \sA +i f0lN<CQ 401 MAIN STREET • ISLIP, NEW YORK 11751 • (631)595-3630 Do.id Prett , Project Manager CERES Environmental Services, Inc. 6960 Professional Parkway East Sarasota, FL 34240 Re: Letter of Recommendation Bid#1212-233—Removal and Disposal of Damaged Household Contents and Storm Demolition Debris Dear Mr. Preus: On behalf of the Supervisor and the Islip Town Board, I would like to thank you for the professional manner in which your company performed during the Town's clean-up efforts following Superstorm Sandy. • The expertise and organizational skills demonstrated by your company have all been duly noted. The manner in which you moved quickly through each Hamlet to remove storm-related debris, all while keeping the Health, Safety, and Welfare of our Residents an utmost priority should be commended. The Residents were very appreciative of the services provided to them, and were most complimentary regarding the level of professionalism, and the manner in which these services were provided. Again, I want to thank you for your assistance with the Town's post-Sandy clean-up. The Town was facing a formidable task in removing this debris; your staff took charge, and made this work appear effortless. We would not hesitate to provide a recommendation for your company, and would look forward to working with CERES Environmental again. Very truly yours, SZ--"-- /17.- ------ Ericc M. Hofmeister Commissioner EMH:clb cc: Greg Hancock,Deputy Commissioner Leonard Donato,Executive Assistant to the Commissioner File clb 6-6-13 D Preus CERES Environmental Services Inc Letter of Recommendation Ceres Environmental Services, Inc. Page 1.3-25 City of Little Rock Operations Division tritt ,1 • I Department of 3313 J.E.Davis Drive Service Request � Public Works Little Rock, Arkansas 72209 (501)918-3600 (501)918-3647 Fax(501)918-3670 April 15, 2013 Ceres Environmental Attn: Gail Hanscom 9945 Windfern Road Houston, Texas 77064 On behalf of the City of Little Rock Public Works Department, I would like to take this opportunity to thank you and Ceres Environmental for the quick response and efficient service your company provided to our city following the winter storm of December 2012. Your crews were ready to begin work as soon as the contracts were signed and work began the next day. Ceres Environmental's mobilization efforts and flexibility was a major factor in ensuring the rapid removal of debris from the City of Little Rock. The storm debris was removed within seven weeks and the quick removal of the storm debris was greatly appreciated. I would also like to formally recognize Ceres Environmental's representative Robert Parmer for his efforts in coordinating the removal of the storm debris. Mr. Parmer was organized, maintained an open line of communication and was very professional in providing service to remove the storm debris. Again, thank you for providing efficient, courteous and knowledgeable service in assisting our City during the cleanup of this disaster. Sincerely, Eric Petty, P.E. Public Works Operations Manager "We're Proud of Our Works" Ceres Environmental Services, Inc. Page 1.3-26 ��1;, ,I r .. f•. MINISTERE REPUBLIQUED'HAITI MINISTE DES TRAVAUX PUBLICS REPIBLIK DAYITI TRAVO PIBLIK TRANSPORTS TRANSPO ET COMMUNICATIONS AK KOMINIKASYON Talais des Ministeres Pale de Ministe Ref Le Mkt U 6 2013 No ATTESTATION Par la presente l'UCE atteste que la Compagnie Ceres Environmental Services Inc. a execute pour I'Etat Haftien, via I'Unite Centrale d'Execution du Ministere des Travaux Publics, Transports et Communications ( MTPTC/UCE), deux contrats relatifs au traitement des debris du tremblement de terre en Haiti, et plus precisement a Truitier qui est une zone offrant un environnement de travail tres difficile et I'une des zones les plus pauvres d'Haiti. Ces contrats, avec comme numero de reference (AOI 06-10-UCE/PRU2I/ PPM6.4 et AOI UCE/PRU2I/2012/PPM6.11), ont ete finances par la Banque Mondiale sui la periode allant d'avril 2011 a janvier 2013. Ceres Environmental a execute ces contrats avec professionnalisme, competence et a la plus grande satisfaction de l'Etat Haitien et de la population locale. Cette attestation est faite pour servir et valoir ce que de droit. )3arry JEANri Coordon "ur I'.'UCE Palais des Ministeres -Rue des Ministeres -Port-au-Prince, Haiti •Telephone: 22-3240 Telex: 2030321 Pale de Ministe - Ri de Ministe Potoprens, Ayiti •Telefon: 22-3240, Teleks 203021 SATTPTC Ceres Environmental Services, Inc. Page 1.3-27 [TRANSLATION] The UCE hereby attests that the company Ceres Environmental Services, Inc. has executed for the Haitian Government, via UCE/MTPTC, two contracts relating to the recycling of debris from the earthquake in Haiti, and more specifically, at Truitier which is an area in which work is very difficult, and one of the poorest areas in Haiti. These contracts, referenced by numbers (AOI 06-10-UCE/PRU2I/PPM6.4 and AOI UCE/PRU2I/2012/PPM6.11), were funded by the World Bank during the period from April 2011 to January 2013. Ceres Environmental executed these contracts with professionalism, competence, and the utmost satisfaction of the Government of Haiti and the local population. This attestation is for use for all legal intents and purposes. Garry Jean, Ing Coordinator, UCE Ceres Environmental Services, Inc. Page 1.3-28 F, cR�.2G CITY OF GREENVILLE P.O.Box7207 0, `o,;voR4tf.0 tiIE 'n NORTH CAROLINA L. 27835-7207 \, i N. C• PUBLIC WORKS DEPARTMENT January 19,2012 Ms.Gail M.Hanscom Project Manager Ceres Environmental Services,Inc. 6960 Professional Parkway East Sarasota, FL 34240 Dear Ms.Hanscom: On behalf of the City of Greenville,NC, I would like to take this opportunity to thank you and Ceres Environmental for the quick response and efficient services you provided to our City following Hurricane Irene in 2011. As this storm was one of the worst hurricanes to hit our City, it resulted in a tremendous amount of debris to be removed. Your company's mobilization efforts, flexibility, and attention to detail was a major factor in ensuring the rapid removal of debris from the City and was greatly appreciated by its citizens. Ceres was organized and conscientious, and your team quickly learned our area, employees, and our level of service. Your team provided professional, quality service, and maintained an open line of communication at all times. Again, our sincere appreciation to you and Ceres Environmental for your assistance and excellent servi to the City of Greenville. 9 Sincerely Y-sle, :.Anderson D ec r of Public Works Document Number:916803 1500 Beatty Street•Greenville, North Carolina •27834 Ceres Environmental Services, Inc. Page 1.3-29 �ssJL'''s\ ''ti, Town ofSimsbury if 1 t i?,�il .h,�M. ? 66 TOW COEEST ROM3, 0. BOX 495, satsovve,, CONNECTICUT 06070 h (gone(860)658-3222 T4060)408.5416 �E-mail troy'.rimr6ury-ct gov 1 4 _ r tc4 p —Thomas 1. Wy, (1).E. — Director of Tu6Cic Works — December 22,2011 Mr.Charles Owens Project Manager Ceres Environmental HAND DELIVERED Re: Letter of Appreciation-Debris Cleanup and Disposal Following Winter Storm Alfred Dear Mr.Owens: I want to take the time to thank you and Ceres Environmental for the work you did in removing the debris from Simsbury following one of the worst natural disasters this Town has ever experienced. The work performed by Ceres under your leadership was professional, timely and compassionate. At no time did any problem go unresolved and you were able to meet all of the contractual requirements and time constraints even when our volume of debris more than doubled from our original estimates. • Having the landscape of our town so dramatically changed by the storm damage had a dramatic impact on our residents and the quality of their lives. The cleanup work performed and the manner,in which it was conducted,was an essential part of the communities recovery process. Thank you for providing a superior level of service and quality to our Town. Sincerely, 74'c24 Thomas J.R ,PE Director of ublic Works cc: David Preus Troy Garrett An Equa(Opportunity Etnpfoyer www.Sims6uty-ct.gov Ceres Environmental Services, Inc. Page 1.3-30 g y'1 !; 1� �� =• "„:=, =jn,� CITY OF JASPER q00 W.19TH STREET •1'.i , iJ 1-1-- 1 ' P.O.BOX 1588 �,1� if'1 JASPER.ALABAMA 35501 l li SII I. TELEPHONE,12051 221 2100 �• .,.ii:,. •Y.�t 1 iii1IP 'I i ayB ,lli FA%:12051 221•8522 EMAIL:jeilyhalllOOOEharler.net , .t ] l,�i•'. WEB ADDRESS:jasperefiy.GBm 414k . 1' • p 1a.11 V.L.'SONNY'POSEY,MAYOR November 3,2011 1 1 SANDI P.80000TH.COUNCIL MEMBER GARY COWEN.COUNCIL MEMBER LEE SWANN.COUNCIL MEMBER JOHN M.ROLLINS.COUNCIL MEMBER KATHY CHAMBLESS,CITY CLERK.C P C MORRIS STUDDARD.COUNCIL MEMBER Ceres Environmental Attn:David Preus 3825 85th Avenue N.E. Brooklyn Park,MN.55443 RE: Letter of Appreciation,Pat Lombardo,Ceres Environmental • Dear Mr.Preus: I would like to offer this letter of appreciation to formally recognize Ceres Environmental Representative Pat Lombardo for his tireless efforts in removal of tornado debris of the April 27,2011 storm,for the City of Jasper,Alabama. Mr.Lombardo's customer service and expertise allowed the City of Jasper to . accomplish the monumental task of the debris removal in a timely fashion as to better serve the citizens of our community in a time of need. Again,I would like to thank Ceres Environmental and Pat Lombardo for their responsive,courteous and knowledgeable service in assisting our City in this disaster. Sincerely, CITY OF JASPER,ALABAMA Keith Pike City Planner • KP/rs Ceres Environmental Services, Inc. Page 1.3-31 GONCO Si 2 444600 JEFFERSON COUNTY COMMISSION JAMES A.(JIMMIE)STEPHENS COMMISSIONER OF FINANCE AND INFORMATION TECHNOLOGY 716 Richard Arrington,Jr.Blvd.N. Suite 210 Courthouse Birmingham,Alabama 35203 Telephone:205-325-5555—Fax:205-325-4860 • August 26,2011 To Whom It May Concern: It is my pleasure to offer this letter of recommendation for Ceres Environmental to any area that is unfortunately affected by a natural disaster. The lives of many Alabama residents were changed forever on April 27, 2011 when a line of severe storms and tornadoes ripped through our state. Jefferson County, the state's most populous county and home to the City of Birmingham was one of the areas suffering massive devastation. Jefferson County Commissioners immediately went to work, hiring Ceres Environmental to assist the County's Roads and Transportation Department in removing in excess of one million ton of debris. Ceres Environmental was on the ground within 72 hours. They showed extreme reliability and dedication in the midst of chaos. Organized and diligent,their team quickly learned our people, our systems and our area. Ceres Environmental helped to organize and utilize Alabama contractors, allowing local people to heal by doing something to help in their own backyards. Ceres assistance resulted in people getting back into their communities and starting the rebuilding process. Residents that were hit hardest in communities like, Pleasant Grove, Concord,and Forestdale are today,after only four months,moving into new and rebuilt homes. After witnessing the profound success and partnership of Jefferson County and Ceres Environmental,other Alabama Counties selected Ceres for debris cleanup in their area. Ceres Environmental has my highest recommendation,and I am happy to furnish more details if you would like additional information. Sincerely, %� es A.(Jimmie)Step. ns S:cv Ceres Environmental Services, Inc. Page 1.3-32 C#'e %aawt vt 501 PARK ROAD - PLEASANT GROVE,ALABAMA 35127 PHONE(205)744-1720 FAX(205)744-9556 Jerry W.Brasseale,Mayor COUNCIL MEMBERS Karen Duncan,City Clerk/Treasurer William Bullion Jon B.Terry.Attorney Terre G.Hicks Philip Houston Paula Johnson James G.Mosley July 25,2011 CERES Environmental 6960 Professional Parkway East Sarasota,FL 34240 To Whom It May Concern: April 27 was a day many Alabamians will never forget. The impact of this storm which caused destruction thru many counties will be felt for many years to come. Words such as "horrific," "powerful." "disaster" or overwhelmed" could hardly begin to express the devastation left behind by the EF-4/EF-5 tornado. As the Mayor of Pleasant Grove,Alabama I was impressed by the way the employees with CERES communicated with me and our employees to expedite the mission in which they were called to perform. They removed 500 thousand cubic yards of storm debris. They worked with the local contractors to help this city get back to some kind of normal life. Throughout the community our residents have given us feedback at the performance of CERES and it has all been positive. I would highly recommend CERES Environmental for their services,and their performance of their work,especially to anyone that may find themselves in a situation as we found ourselves to be. On behalf of City Hall.our city council and the residents of Pleasant Grove,Alabama,we thank you for your assistance. iiincerely, i iiii J r rasseale,Mayor City of Pleasant Grove Ceres Environmental Services, Inc. Page 1.3-33 OF ENC1/4 :- 1;4 CITY OF LAKE JACKSON '��1• • : 0 25 OAK DRIVE • LAKE JACKSON,TEXAS 775663289 • 979-415-2400 •FAX 979.297-9804 '14CKS0,4• • June 30,2009 Dear Sir/Madam: On behalf of the City of Lake Jackson,Department of Public Works,this letter is to acknowledge the splendid wood waste grinding work performed by Ceres Environmental Services,Inc.for the City in February of 2009 following Hurricane Ike,and to recommend Ceres in relation to the Lake Jackson Debris Removal RFP currently being solicited by the City from qualified disaster recovery contractors. I found Ceres to be a very prompt,reliable and competent partner for our wood waste reduction project. Their personnel are extremely experienced and very pleasant to work with. They utilize the most modem equipment and waste reduction processes and techniques. I have no doubt that Ceres,who have performed any number of large debris removal and reduction projects throughout Texas and the Gulf States,would render timely and cost-effective disaster recovery services to the City of Lake Jackson should they become the chosen contractor. They have my strong recommendation. Sincerely, • Craig ' ett Public Works Director CN:mae Ceres Environmental Services, Inc. Page 1.3-34 0,00WN,4.e. cIR.IICR. _!� 300 West owe Avenue LARRY b.AmHLOC6STEVER OCHER P ►0 Noe 550 7 6 L101 MARTY6 H/LSERSOI i • 31 11E1105 L&WIS Far 12701 7375.110 RONALD O THOMAS ' Web Ssunw emoreAy urj TY�C WALKER ;- CITY OF ELIZABETHTOWN DAVID L.W11.LMOTN.JR..MAYOR June 4,2009 CERES Environmental Services,Inc. RE: January 2009 Ice Storm Cleanup Dear Sirs: This letter is to express the appreciation of the City of Elizabethtown for the effective and timely removal of storm debris(limbs)from the streets of Elizabethtown. Although the Commonwealth of Kentucky issued the contracts,your representatives and employees were cooperative and responsive to our suggestions and requests regarding the progress of the cleanup. Our town was cleaned up in an amazingly short time and our residents were very thankful. Thank you for the attention given to the City of Elizabethtown during this emergency. Clint Fulkerson, Don Hill Foreman,Street Services Superintendant,Public Works uYwaLm arNWr Ceres Environmental Services, Inc. Page 1.3-35 k'1 woo-c'‘' CARLOS H.CAscos,CPA JOHNNY CAVAZOS,EMC COUNTY JUDGE CHIEF EMERGENCY OmmER DIRECTOR OF EMERGENCY MANAGEMENT DIRECTOR OF HOMELAND SECURITY 1100 E.MONROE ST. (956)547.7000 DANCY BUD.DINC FAL 547-7006 BROMNSYD.LE,TEXAs 78520 Monday,December 1,2008 Mr.Thomas D.Trizna,Sr. Project Manager Ceres Environmental Services, Inc. 5590 Broadcast Court Sarasota, Florida 34240 Dear Mr.Trizna: Greetings! On behalf of the County of Cameron,I would like to acknowledge the superb work performed by your firm following Hurricane Dolly in July 2008.Your firm accomplished what it set out to do and on several occasions went above and beyond to satisfy the needs of the disaster recovery. As Cameron County's Director of Homeland Security&Emergency Management,I can certainly appreciate the value you placed on your pre-planning,leadership and responsiveness by which Ceres,along with its subcontractors,responded to our community's need. In addition,we did not overlook your firm's common sense,forward-thinking practice of hiring local subcontractors,thus,furthering the economic recovery of our area. Although I certainly do not wish for another hurricane anytime soon, I am comfortable knowing that our county can depend on Ceres Environmental to preplan,pre-deploy,and take care of business when the time comes. With this in mind,please feel free to use me as a positive reference for prospective clients. Sincerely, Johnny Cavazos Ceres Environmental Services, Inc. Page 1.3-36 _ Icy CITY OF WATERLOO, IOWA T_�t�� " WATERLOO ENGINEERING DEPARTMENT LL S1m 715 Mulberry 51. • Waterloo.IA 50703 • (319)2914312 Fax(319)291-4262 dreNoo N° ERIC THORSON,P.E. • City Enguarcr email:city.engineer@waterloo-ia.org (I,/, July 17,2008 TIMOTHY J. HURL EY Mr.Bret Synder COOL NCR_ Ceres Environmental MEMBERS 3825 85th Avenue North Brooklyn Park,MN 55443 REGINALD A. SCHvl ITT Me/I RE: LETTER OF RECOMENDATION CAROLYN COLE Dear Mr.Synder: ward HAROLD As the Project Engineer for the debris removal contract for the City of Waterloo,Iowa,I GETTI wanted to write to you and let you know what a fantastic job you did. As you know,the "a n i City of Waterloo suffered a 500-year flood event in June 2008. After the flood waters QUENTIN M. receded,the City of Waterloo put forth a contract for debris removal. HART tVare' As I had never dealt with a contract like this before,I was very nervous when an out-of- RON town contractor,Ceres Environmental,submitted the low bid. Ceres provided all of the (YELPER necessary paperwork with their bid,even the paperwork that was not required at the Wan(i time of the bid. This paperwork would have been required after the bid opening but BOBCeres provided it with their bid in order to speed up the review and approval process. GREENWOOD 4r-Ltr„• Having spent three weeks working with you and your crews,I am very pleased that Ceres received the contract. Anything that I ever asked,you provided,cleaned up or STEVE took care of. The work that you did was always done with great care and when you left "L,,r an area,yards were always raked and very clean. t-Lnryr I would be very happy to recommend Ceres Environmental to another city,county or state that is in need of your services. If I can be of any further help please don't hesitate to contact me. Sincerely, 7/ , i Jamie Knutson,P.E. Associate Engineer CITY WEBSITE:www.ci.waterlcw.ia.us WE'RE WORKING FOR YOU! An Equal Opportunity/AOlrmatIve Action Employer Ceres Environmental Services, Inc. Page 1.3-37 CITY OF NICHOLS HILLS February 18,2008 Thomas D.Trizna,Sr. Project Manager Ceres Environmental Services,Inc. 5590 Broadcast Court Sarasota,Florida 34240 Re: Letter of Commendation for Severe Winter Storm Response Operations Dear Mr.Trizna: Now that the City of Nichols Hills has completed its interaction with the Federal Emergency Management Agency(FEMA)regarding reimbursement of eligible damage costs resulting from the December 10-11,2007 ice storm,I am compelled to offer this letter of commendation to you, the other Ceres staff members assisting you,and the team of subcontractors you brought to our aid. The ice storms caused significant damage to the majority of the tree canopy throughout Nichols Hills,both that in the public rights-of-way and that on private property.When you first visited with me,I thought that I had contracted for enough debris removal personnel and equipment to complete the clean-up within a timeframe acceptable to the executive staff and citizens, in the City. Once I realized that this was not the case,and I asked Ceres to assist,you immediately mobilized the proper number and proper make-up of equipment necessary to meet the goal established. This reflected well upon the Department of Public Works, and the entire City of Nichols Hills organization. Perhaps even more important than a timely,coordinated response to the debris removal challenge was the expertise, education, and presentation of the audit quality documentation that FEMA requires for maximum reimbursement of eligible costs that Ceres provided.The Final Report that you submitted to me captured,documented,and memorialized the entire process in a manner that impressed even our FEMA Public Assistance Coordinator.He stated that, "If only more of the reimbursement applicants would prepare their data in the manner in which you(Nichols Hills) did,my job would be much easier,and checks would be sent to applicants much faster". On behalf of the City of Nichols Hills,Oklahoma Department of Public Works,I commend Ceres for all the efforts put forth in assisting us in our time of need. While I hope to never again require your services, should that occur, I would eagerly invite your involvement in future disaster response and recovery operations. Please feel free to use my name as a positive reference for future work with other local government agencies across the nation. Most Sincerely Charles Hooper,Director Town Hall a 6407 Avondale Drive a Nichols Hills.Oklahoma 73116.6481 a 405/843-6637.Fax 405/842-8409 Ceres Environmental Services, Inc. Page 1.3-38 c(tASON Pq9 uOur Mission is: z JEFFERSON PARISH 'Provide the services, L• OUISIANA leadership, and vision to sl•, \Pgimprove the quality of life SOF•LOU\7 OFFICE OF PARISH PRESIDENT in Jefferson Parish.' AARON F.BROUSSARD PARISH PRESIDENT j May 31,2007 To Whom It May Concern: This letter is to strongly recommend Ceres Environmental Services, Inc. as a hurricane recovery contractor. Hurricane Katrina (2005) devastated the Gulf Coast and Jefferson Parish, the most populated Parish in Louisiana. was no exception. In total, our recovery effort required the removal of millions of cubic yards of debris, trimming or removal of many thousands of trees, and demolition of thousands of structures. Initially I was concerned when our original contractor was replaced by Ceres early in the recovery effort. But these concerns were alleviated on the first day when Ceres removed more debris at a higher rate than any single day during the original contractor's period of performance. In just their first 90 days of performance, Ceres removed over 3,178,970 CY of debris. Over the past 20 months, I have come to know Ceres' personnel and capabilities well and have been impressed with all aspects of their organization, all of which continually reaffirmed that the contractor change made early in this effort was the correct decision. Throughout their performance on this project, Ceres consistently maintained a highly competent and professional staff—all of whom remained tirelessly devoted to achieving the mission objectives. Often faced with critical challenges and competing priorities, Ceres maintained considerable flexibility and demonstrated diversified expertise, consistently exceeding all of our expectations. Ceres was also extremely successful in promoting the participation and integration of local resources and contractors to achieve our utilization goals, furthering the economic and employment recovery aspects to this locality. The recovery effort for this Parish was, at the very least,daunting. The responsiveness. expertise,dedication, efficiency and professionalism displayed by Ceres were exemplary and this Parish remains grateful to them for their services. We would highly recommend this contractor for hurricane or otter-disaster recovery efforts. Sincerely, AARON F. BROUSSARD Parish President SUITE 1002-1221 ELMW000 PARK BOULEVARD-JEFFERSON.LOUISIANA 70123 P.0.BOX 10242 JEFFERSON.LOUISIANA 70181-0242-(504)736.8400 ._ Ittowd"0 H..v.keel Parer Ceres Environmental Services, Inc. Page 1.3-39 Cffi/e Cea, OrP9Pidea PIN P.O.Bax 828•Slidell,Louisiana 70459 {N'�L •4 Telephone(985)646-4333 BEN O.MORRIS Pax(985)646-4209 MAYOR May 31,2007 To Whom It May Concern; The impact of Hurricane Katrina was far-reaching to our City of Slidell,Louisiana.The devastation of this disaster necessitated a major recovery effort,which ultimately Included the removal of 1.5 million cubic yards of storm debris,trimming or removal of thousands of storm and salt water damaged frees,and the demolition of hundreds of structures. Ceres Environmental Services,Inc.(Ceres)performed this work in an exemplary manner. On behalf of the City of Slidell,I would like to personally thank The entire Ceres organization for the safe,expeditious and professional manner In which this firm completed a very difficult response mission. I also appreciate their efforts to utilize many local contractors and vendors in The performance of The work to include The trimming and removal of hazardous trees on over 5,000 private properties under the executive order for the City. Particularly inporkuil to This City,since The storm devastated many of our local businesses,was Ceres'small and local business utilization program which helped to restore local businesses and Jobs to This community,and we are grateful to Ceres for that effort. The City of Slidell was very pleased with Ceres'performance In completing a very difficult mission.I would highly recommend the services of this company to others and, in particularly,to those In need of recovery assistance following severe disasters such as Katrina. Sincerely, =n•, •orris Mayor Ceres Environmental Services, Inc. Page 1.3-40 FOR OFFICIAL USE ONLY I SOURCE SELECTION INFORMATION-SEE FAR 2.101 and 3.104 1. CONTRACT NUMBER PERFORMANCE EVALUATION W912P805D0024 (CONSTRUCTION) 2. CEC NUMBER INCOMPLETE-RATED 060619285 IMPORTANT: Be sure to complete Part III-Evaluation of Performance Elements on reverse PART I-GENERAL CONTRACT DATA 3.TYPE OF EVALUATION (X one) 4.TERMINATED FOR DEFAULT -1 INTERIM(List percentage 100_ %) I�FINAL -I AMENDED 5. CONTRACTOR(Name.Address,and ZIP Code) 6.a.PROCUREMENT METHOD(X one) CERES ENVIRONMENTAL SERVICES,INC 3825 85TH AVE N STE B MINNEAPOLIS —I SEALED BID I 1 X NEGOTIATED MN 554432059 b.TYPE OF CONTRACT (X one) USA X FIRM FIXED PRICE I I COST REIMBURSEMENT NAICS Code:562910 OTHER(Specify) 7. DESCRIPTION AND LOCATION OF WORK DEBRIS REMOVAL,SITE MANAGEMENT AND DEBRIS REDUCTION,HURRICANE KATRINA 8.TYPE AND PERCENT OF SUBCONTRACTING Total SB 73.5%,Ttotal SDB 10.6%,Total WOSB 11%,Total Hubz 3.2%,Total SDV 3% a. AMOUNT OF BASIC b. TOTAL AMOUNT OF c. LIQUIDATED d. NET AMOUNT PAID 9. FISCAL DATA , CONTRACT MODIFICATIONS DAMAGES ASSESSED CONTRACTOR $1,000,000,000 $440,935,314 a. DATE OF AWARD b. ORIGINAL CONTRACT c. REVISED CONTRACT d. DATE WORK 10.SIGNIFICANT COMPLETION DATE COMPLETION DATE ACCEPTED DATES 09/15/2005 09/30/2007 09/30/2007 PART II-PERFORMANCE EVALUATION OF CONTRACTOR 11 • - -_TING (X appropriate block) I^I ©OUTSTANDING ABOVE AVERAGE SATISFACTORY MARGINAL I I inN Item oncrTe UNSATISFACTORY 12. • =Y a. ORGANIZATION (Name and Address(Include ZIP Code)) b.TELEPHONE NUMBER(Include Area Code) CECT-MVM 901-544-3037 c. NAME AND TITLE d. SIGNATURE e. DATE RICHARD WISDOM CHIEF HURRICANE BRANCH 10/06/2008 13. EVALUATION REVIEWED BY a. ORGANIZATION (Name and Address(Include ZIP Code)) b. TELEPHONE NUMBER(Include Area Code) c. NAME AND TITLE d. SIGNATURE e. DATE 14. AGENCY USE(Distribution,etc.) DD FORM 2626,JUN 94(EG) EXCEPTION TO SF 1420 APPROVED BY GSA/IRMS 6-94 Ceres Environmental Services, Inc. Page 1.3-41 FOR OFFICIAL USE ONLY/SOURCE SELECTION INFORMATION-SEE FAR 2.101 and 3.104 PART III-EVALUATION OF PERFORMANCE ELEMENTS NIA = NOT APPLICABLE 0 = OUTSTANDING A = ABOVE AVERAGE S = SATISFACTORY M = MARGINAL U = UNSATISFACTORY 15. QUALITY CONTROL N/A OA S MU 16. EFFECTIVENESS OF MANAGEMENT N/A OA S MU a. QUALITY OF WORKMANSHIP X. a. COOPERATION AND RESPONSIVENESS X b ADEQUACY OF THE CQC PLAN X b. MANAGEMENT OF RESOURCES! X c. IMPLEMENTATION OF THE CQC X PERSONNEL PLAN c. COORDINATION AND CONTROL OF X d. QUALITY OF QC X SUBCONTRACTOR(S) DOCUMENTATION d. ADEQUACY OF SITE CLEAN-UP X e. STORAGE OF MATERIALS X e. EFFECTIVENESS OF JOB-SITE X f. ADEQUACY OF MATERIALS X SUPERVISION g. ADEQUACY OF SUBMITTALS X f. COMPLIANCE WITH LAWS AND X h. ADEQUACY OF QC TESTING X REGULATIONS i. ADEQUACY OF AS-BUILTS X g. PROFESSIONAL CONDUCT X j. USE OF SPECIFIED MATERIALS X h. REVIEW/RESOLUTION OF X k. IDENTIFICATION/CORRECTION OF X SUBCONTRACTOR'S ISSUES DEFICIENT WORK INA TIMELY i. IMPLEMENTATION OF X MANNER SUBCONTRACTING PLAN 17. TIMELY PERFORMANCE 18. COMPLIANCE WITH LABOR a. ADEQUACY OF INITIAL PROGRESS X STANDARDS ; SCHEDULE a. CORRECTION OF NOTED DEFICIENCIES X b. ADHERENCE TO APPROVED X b. PAYROLLS PROPERLY COMPLETED X SCHEDULE AND SUBMITTED c. RESOLUTION OF DELAYS :{ c. COMPLIANCE WITH LABOR LAWS X d. SUBMISSION OF REQUIRED ;{ AND REGULATIONS WITH SPECIFIC DOCUMENTATION ATTENTION TO THE DAVIS-BACON ACT AND EEO REQUIREMENTS e. COMPLETION OF PUNCHLIST X 19. COMPLIANCE WITH SAFETY ITEMS STANDARDS 1. SUBMISSION OF UPDATED AND X a. ADEQUACY OF SAFETY PLAN X REVISED PROGRESS SCHEDULES b IMPLEMENTATION OF SAFETY PLAN X g. WARRANTY RESPONSE X c. CORRECTION OF NOTED DEFICIENCIES X 20. REMARKS (Explanation of unsatisfactory evaluation is required. Other comments are optional. Provide facts concerning specific events or actions to justify the evaluation. These data must be in sufficient detail to assist contracting officers in determining the contractors responsibility. Continue on separate sheet(s),if needed.) EVALUATOR REMARKS: CERES performed debris removal and demolition in southeast Louisiana in support of Hurricane Katrina recovery. In the midst of this chaotic and dangerous environment, they worked hundreds of thousands of manhours without a lost time accident. Their management team responded to this 24 month effort in an outstanding manner. They proactively worked with both Federal agencies and Local entities. The management of their 413 first tier subcontractors was both professional and fully supportive of the requirement of the Robert T. Stafford Disaster Relief and Emergency Assistance Act. All work was completed timely, disposal sites fully complied with all applicable laws and regulations and the quality of their work left nothing to be desired. Their overall management of the project was outstanding. DD FORM 2626(BACK),JUN 94 Ceres Environmental Services, Inc. Page 1.3-42 Performance Survey Form A. GENERAL INFORMATION: Offeror must submit Survey Forms,fully completed by the project owners,and Company Specialized Experience forms with their initial offers. Contractor's Name: Ceres Environmental Services.Inc. Address: 381b 851''Avenue North Telephone Number: 800-218-4424 Brooktvn Park. MN 55413 Point of Contact: David Preus Name/Location of Project: Hurricanes Francis and Jeanne DebrisHauljin Palm Beach County.FL Contractor Performed as the Prime Contractor, the Z( Sub-Contractor. B. RESPONDENT INFORMATION: Name of Respondent: ///Cif/l rIA Z.. Title: FEL,t) cR v/LC /1Jt /c Address: PBS £oG.p{1/s 6 AO%/HORtit/ Telephone Number: 54/-697.270 . q 5 54 RoAD Fax Number: ;$6%—Sr7/-o q.Z Wesr' hen/dcAcr;/=G 3T-72, C. PERFORMANCE INFORMATION: Choose the number on the scale of 1 to 6 that most accurately describes the contractor's performance or situation. 2 13 4 5 6 Unsatisfactory Marginal None Satisfactory Very Good Exceptional Performance Performance No record of Performance Performance Performance did not inert did not meet past met contract met all contract met all contract most some performance or requirements. requirements requirements contractual contractual the record is There were and exceeded and exceeded requirements. requirements. inconclusive. some minor some to the many to the There were There were problems and government's government's serious problems, corrective benefit.There benefit. problems and some of a actions taken were a few Problems,if the contractor's serious nature, by the minor any,were corrective for which contractor were problems negligible and actions twee corrective f satisfactory. which theI were resolved ineilt“, :.uiwr Nw tNi, contractor i in a timely. marginally resolved in a highly effective. timely, effective effective manner. manner. —Ceres Environmental Services, Inc. Page 1.3-43 PERFORMANCE SURVEY FORM The Contractor: 1. Provided experienced managers and supervisors with the technical 1 2 3 4 5 © N/A and administrative abilities needed to meet contract requirements. 2. Demonstrated ability to hire,maintain,and replace,if necessary, 1 2 3 4 0 6 N/A qualified personnel during the contract period. 3. Delegated authority to project managers and supervisors 1 2 3 4 501 N/A commensurate with contrail requirements. 4. Home office participated in solving significant local problems. 1 2 3 4 5 6 i N/A 5. Followed approved quality control plan and conformed to contract 1 2 3 4 5 N/A specifications. 6. Provided effective quality control and/or inspection procedures to 1 2 3 4 (9 6 N/A meet contract requirements. 7. Corrected deficiencies in a timely manner and pursuant to their I 2 3 4 0 6 N/A quality control procedures. _, 8. Provided timely resolution of contract discrepancies. I 2 3 4 5 6 1 9. Identified risks/problems as they occurred. I 2 3 4 0 6 N/A 10. Suggested alternative approaches to problems. __ I 2 3 , 4 5 6 N/A 11. Displayed initiative to solve problems. I 2 3 4 5 0 N/A 12. Developed realistic progress schedules. i I .2 3 4 5 6 (N/A) 13. Met established project schedules. 1 2 3 4 (5) 6 N/A 14.. Provided timely resolution of warranty defects. I 2 3 4 5 6 / 15. Was responsive to contract changes.- I 2 3 4 5 6 lat 16. Provided adequate project supervision. 1 1 2 3 4 5 n N/A 17. Obtained consent of surety for increases in bonding as work-in- 1 2 3 4 5 6 progress increased. 18. Paid subcontractors/suppliers in a timely manner. 1 2 3 4 5 6 N/ 19. Provided accurate and complete cost proposals including all aspects I 2 3 4 5 6 /A of work required for each contract change. 20. Cooperated with Government personnel after award. 1 2 3 4 5 6 4ED 21. Was the contractor ever issued a cure or show cause notice under YES NO �J/\, the referenced contract?If yes,explain outcome in"remarks". _ _ 1�. 22. Would you award another contract to this contractor?If not,explain YES NO NR in"remarks". 23. Overall Evaluation of Contractor's Performance 1 1 2 1 3 14 0 I 6 REMARKS: CERE / /P/6- 74L le'D Acv GVTSTi4AP/)/N r1OB AS 4 .5 Be.:4a/vr ile. ALL A pi v S-- 4 444-Pk:Air •4/4/7Y T r v'Ai 44f: F AND e/F/9//wc:E ei-.6/✓7 "."7/6 Vi/ERE 4Ss/6iy" .sPcc,circ:/9Ac.9S(wixrcir cv5 EE ,SO,44' 4F T7IE %grn)'Sr/i,7- 44-41 ,9/vo //.9D G4'6'.son, 77/Z GRoaci /•v 77/41",e i4f445' VA/i-x4 7,947C4444't'/ Ccwci aDi.D, i-// 4e /!7/M,A5-c.±fEN/`4i40P7.S" .41'vso r' 1-4-,147 ive.4'E .4X!6,4'70 A 7%/E • . E i•Wi- -//>:ro/!/tWe T'/ea4%/�T/fe Afezn Aersc/fW1 sc•'R,E' 4v/C.ti O 4?L. .e,4✓e, 41,4.ss[''s.-f4d9r-ci/sfa!'A %y /I/P6 4 7-.&,-.14, of//%t'owc;c/a4ABLE !'//or'6csio tl u ir/g7 K�✓oq/,I/o/u 70C- /- 77/4dee? z,,av R/‘//7.- Ceres / //T"Ceres Environmental Services, Inc. Page 1.3-44 r[m3'iirs IVEItY Z2B CONr' 'CtS ro3 CON MalCY W71270-06-R-0007 OTIMACTINS rs:'nt'=NE (GCT) 1' A81' RGOP ?MPa I S SUPPORTING osaC'd/''EtlA/DT�SRS=.NESE ?,,RFs'OR 3ICE SURVEY raaH A. ;-l^ ns. y mIO : Cf_oror Inst eubmit Survey roan, ruZly oompleted by the project owners, and Company Spari'14-ed E.-pe_ience forms with :hes initial hers. Ceres Environmental Services, Ina. Contractor's Name: ,d�L.�ss• 3825 85th Ave. N. Telephone Number: (763) 425-8822 Brooklyn ?ark, tz.i4. 5544,..1 Point of contact: Lav-id ?reus Name/Location of Protect: City of Pala Beach Gardens Palm Beach Gardens, FL.33410 Contractor Rerlarmed as the L''Prime Contractor, thp B Sob-Contractor. $. RESPONDENT 71TPOC, ,ION: David Reyes Operations Director Name of Respondent: Title: pddram 10500 N. Military Trail Telephone Numb . (561) 804-7015 Valin BeoLli G� JE. it :241-0 Fax Number: c�bl} 795-4.11 C. PERFORMANCE INFORMATION: Choose the number on the scale of 1 to 6 that most accurately describes the contractor's performance or situation. 1 2 I 3 4 1 5 un=tistac- 1 Har.nal None ~neuistactory Very Good Exceptional tans. Performance Performance No record of Performance Performance Performance did not meet did not meet past met contract met all met all most =cue performance requirements contract contract contractual contractual or the . mhab requirements requirements reoNtirements. reQairementa. record is were some and exceeded and exceeded There were There were inconclusive minor some to the marry to the serious problems, problems and government's gove:smlent's problems and some of a corrective benefit. benefit. the serious actions There were a Problems, if contractor's nature, for taken by the few mi.-or any, ware corrective which contractor p,-cbieme nagli tblu actions were corrective were which the and were ineffective. action was satisfactory contractor resolved in a only - resolved in timely, marginally a timely, highly i eiieffective. effectiveective effective1 manner. ma*'+rar, Ceres Environmental Services, Inc. Page 1.3-45 I312 1222 DELI lir =73 CcuamaCms rat CaraNaMCY 893.278-05-a-0007 C0.9T&j1CTISC .LY `Ti.' VE (CI) TE?SPC>aaST ROOF Et-Flans auentsginira u /Fi3!<lfDTa7.aren tsPte2st IN pyo ma, NC, SC, HS, Ll, 4Y, AND AL. 2ERFCY ANCE SOicV FORH I Fhe con=nctoc: 1 I I 1. Provided experienced managers and supervisors. t 1 2 3 4 5. (V NA with the technical and ,ca,sn+atriti'm abilities needed to meet contract requirements. 2. Demonstrated ability to hire, maintain, and 1 1 2 I 3 1 4 5 /v 6 f NA ( replace, is necessary, r''4:aefl personnel ing lit the cont=act period. 3. Delegated authority to project managers and 1 2 3 I 4 5 6 NA supervisors commensurate with contract requtr=ents. 4. Homs orltioe participated in solving significant ' 1 2 3 ' 4 6) 6 NA local problems. _ }� 5. 1E-allowed approved quality control plan and 1 2 3 ' 4 5 V NA 1 conformed to contract specifications. �) i,. Provided effective quality control and/or -1 2 3 4 5 V NA inspection procedures to went contract requirements. �`, 7. r'. � -rected defiriees in tinV oly manner and 1 2 3 4 5 NA pursuant to their quality control procedures. a. -Provi ded timely resolution of contract 1 2 3 4 5 6 a r1 e'--nnencien. 9. Identified :ix:xs/problems as they occurred_ 1 2 3 4 5 (9 Na. 10. Suggested alternative approaches to problems. 1 2 3 4 5 (.) NA 11. Displayed initiative to solve problems. 1 2 3 4 5 V61 HA 12. Developed realistic progress schedules. 1 2 3 4 5 flJ NA 13. Met established project schedules. 1 --2 3 4 .. 6 FA 14. Provided timely resolution of warranty defects. 1 2 3 4 ' 5 r'7 ITI„ 15. Was responsive to canrvert changes. 1 2 3 4 ' a FNAI 16. Provided adequate project enpervinion. 1 2 3 4 5 N:. F17. Obtained consent of surety tar increases in 1 4 2 3 4 5 C.) NA { banding as work-in-aroeress increased. I , 18. Paid subcontractors/suppliers in a finely manner. 1 1 1 2 3 4 5 /) Na 13. Provided accurate and complete cost proposals 1 2 3 4 5 0 NA including all aspects of work required for each contract change. 20. Cooperated with Government personnel after award. 1 1 1 2 3 1 4 S 'l6) NA 21. Was the contractor ever mound a cure or show cause notice —under the referenced ccntment? If yes, explain outcome in YES NO -remarxs. 22. Would you award another contract to this contractor? i It not, explain in "remarks." I NO — 1 23. ; cvIDALt kvA:w7=*7 OF CarlaaGt 's FgnONNaNct. 11 12 13 1 4 15 614 Ceres Environmental Services, Inc. Page 1.3-46 n`IMIP NIrz =SLIVERY "'Tom' Oc3iT^BL."Su Dam cmTrm ac A31278-0G-R-0007 CONZIACIMIG =S=ATIVE (CCI) =11120RAIM HOOP REPAIRS stwoRza-.if. rca[9/ /J*aA4L'Ai 10=PCNHz Ceres Envi=onmental meet the City of ?aim peach Carders erpectation for the debris collection =cress. Ceres Emriroomental was in contact with the City immediately after the storm and in less than 72 ter hurricane Wilma. Ceres crew's were ready to start the collection process. The City of Palm Beach Gardens reccmenda Ceres Eavirormental as a responsive Contractor. WO OF SECT ON Ceres Environmental Services, Inc. Page 1.3-47 E2aE_''MIrr OEL-'V_1L =N. CONTRACTS TOR CCNTIN(,d2DY W:i1.•t7B-o5-R-0067 CCNDIAGT:DIG fl1T:ATSVE (CL) IMIGNIIMIT ROOF REP?1R; SLRFo L`IG Cs.L/E=zLl/OISAS l R E(MiSE 2a o oc--,2:C= SURVEY "-"3PE . G✓-*MULL _INPOPHAT.T.621: Uz=orcx =var. submit Survey eosao, fully completed b, the project cenern, and Coapauy Specialized rrpe_ricnce forms with their initial offers. g / Contractor's ?.a^e: C—.L�r�S G JC'f/t /,J4 .(74- hcdr:.•sa: 3sdS .'S !{ve.c[ue achcra Nu:abu=: (TL j) s42,5 . i.t a/ e _cit •if Contact.: 74 j� 5{1S"--_l���- .5Z,3r t( / oc3tior, qt Proja [: -...r. e......) P4/zrr.s cGe•44 04erg^regi e . Z =loos- ,c ir.cQ a-Voj/cu,a4 Contractor Performed as the 0 ?— n Cort_-ctor, ct:e 0 Sub-Cant_.c::or. B. RESPONDENT llintaiMAZI-ON: N of Respondent:Z5 eoses.d.0 Tir1Q: 51d ii-/-Enali' ' Address: yam t) 4rnnn ...._Jlamea-4 v Telephone '7& phone Number: 7-yam'-rorfUS vp 7'/z AnivioT fp/ Tau chamber: ?8.7- y 9-654tri C. PERSDREO7iCE 1NFO1 I-ON: Choose the number on the stele of 1 to 6 that most accurately describes the contractor's performance or situation. 1. 2 3 1 4 5 ? 5 1 Unsatiafac- H _''•ginai None Satisfactory Very Good ( optional Cary aeriatman= eerformence Vo record of ?erfot;aanee eerformance •eurioremnce did not meet did not meet past met contract mat all met all moat come performance requirements contract contract contractual contractual or the - Thera requirements requirements requirements. recrsi:ements. record is were some and exceeded and exceeded Ther-t were There were inconclusive minor some to the snag to the ser:o::s prvbicas, problems and government's government's prat:lame and same et a corrective benefit. benefit_ the serious actions , Thera were a Probloaa, if i contractor's nature, for taken by the few minor any, vera corrective which contractor probi=s negligible actions were corrective ware which the and were ineffective. action was aarialacto_y contractor resolved in a only - resolved in timely, marginally a c:aety, highly effee_:ve. ! effective effective Imeaner. manner. Ceres Environmental Services, Inc. Page 1.3-48 ..`WF 7 CZLIV= ' 7r2Z CarMACTS Wt2P cpm-?.',. _ u9127a-cs-=t-a0o7 CCHTRACTI G n7iiz iirys ccc'.) �.PQi ROOF REPAIRS 5 .P0t3INC. SL=A / /DI?;ST;B.3PS.PC3iS. 127 FL, C.A, 1.E, SZ., ....-o, LA. 'rc• AND rL. 1 { rile tnncxmomr: I 1 1 [ I I 1. Provided experienced managers and supervisors I 2 1 5 i 10 c 1 NA :lith the tcrhoical and acmLni_trotivc abilities I{ needed to meet Cont=act requirements. 2. Demonstrated ability to hire. maintain. end 1 2 3 4 5 10 7tA replace. if necessary, qualified personnel dnr_ur the contract outicd. 3. Delegated authority co project managers and 1] 1 3 4 i 16) NA supervisor:I commensurate with contract requirements_ ,. Hems diful-5 participated IJs solving sisni:icant i 1 ' i( 2 I i 10.) 6 :7A local problems. Followed 3pprovcc quality control clan ono t I _ 3 -I `d) 6 W\ conformed to contract spe:.'i icat l ane. 6. Provided e:iectize quality coatrol. and/or5 2 3 4 c I1A ioapectlon yr_eocedurea to (deet contract rertitn marts. I �--� 7. { Corrected deric:t ncaeo in lamely manner and 1 2 3 I 4 tv) a :7A pursuant to :hair duality control ptece&1res. 3. Provided timely resolution of contract L 2 3 4 <316 Ns d i sc rerencies_ 3. Coentilied ris.t.str-,,,:ems, as they occurred. 1 2 1 3 I a 1 ti rte 1G. Suggested alternative .approaches to problems. 1 2 1 3 (JD! a 1 6" :7A 11L. I displayed initiative to scitn problems. - 1 2 3 f 4 'i5 - d WA- 7T-1 q 1developed realistic progress schedules. 1 2 3 5 6 WA { ' _ 13. Iliac eotabllsnee project schedules_ _ " 3 ; 33 6 uA 14. 1 Provided timely resolution o2 :.arranzv detects. 1 2 13 14 C-f 6 to 15. 1 Was responsive to contract changes. 1 3 4 5 n 16. Provided adequate ora3eeet Supervision. 1 2 3 4 6 NA 17. ' Obtained consent of surety for increases in 1 1 3 [-3 I 5 6 e) ! bonding as wort-in-progress increased. 53. .. ( laid subcontractors/suppliers in a timely manner. 1 3 C..1 5 { o WA 19. Provided accurate and complete cost proposals 1 2 3 4 1 5 5 including all aspects of :cork teseired for conn contract change. 20. I Cdoaerstsd vita Government nersonnel aitat award. i j Z 1 .3 1 4 1 3 0, nA Z1. Nas the contractor ever issued a cure or show ,.. use notice _ under the referenced contract? 77: yes, explain outcome in YES d. 23. I WOUld you award another contact co this tcntractur? If nor, explain to "remarks." 90 23. ovamarI ?T rrsmIC}: OF CONTTIACl'OR'S .7.7.1121CRP.ANaE. lemilimurvmm Ceres Environmental Services, Inc. Page 1.3-49 abed auk SIMS pluawuoJinuR sGJa3 KOT=ES .W OK2 ^'7711-41, t5� "/ �� � ✓moi? 4' 7 �9r77? /n o.n-7 - fi S do S a � ryp Sa,� , a n/pn,.v, n1 5--3131S ' 777/'�'c�77 ' rrry' 47-) '7",/ ,6 71/1ePe/47 -P/a(77 j'O/nTJr 7-02, p�''1/y,,yW 47-x. --4-r?"/!�� 15 73„.4 C� r-naJJ' oly d.+9/>1 a e % vi )p» sff , zi y ✓/?Sy"e, (/ �' ) r ?JAY/�f7r(�f s% �msr RMOA x nunWDUIHEOAUSE ?SRDE S i S_I.L1[ST_Q/16,[:3/=Sn :1+Cy.Cs.lna .daE 90GE nh'1CiSO:Ts"- {y,Jj al.== Dt>-S7>tl+t':>✓ L000-11-90-E4ZTE_M DR2n4TZHN Zi c_5 S,T,JY J B4Z, x anT7ua0 =imam l.g-£'I. abed Dui `seovueS Ieluewuw!AuD sasa3 tiT1'L•A'ii(:l7M-U-Jlti7•U7MMM • lh1};-LS£(LSL.) •LhXtV1N1!)hl1A •.1.N'.)l/111d0 ITISI • ONX011'OA sslso ougnd Jo soioospa 1.f ( --'•cam .' '/Clasaaucs •u f la inti astu 01 aird!sau iou pfn0M I asuo poou am PInous Tutus so osnal go!'au soj S2 23 puouiwoo .i/fipaiscoilologra 1 •.raffeucyy ioofosd `snow pined putt iuopuaiuisadnS ofosd 'umoag ua)! giIM poll onttu om digsuouzlnl Rurxiom aqi paafua /tlle►oodso inriq I •Isoff!pond ail;iucoguous loopm sisonbou douoniocuo of puodsas os opfse saiinp pouunld and soouvlsur 'Cuew ui onaq ,togl ina p am whop o9 ucrijo sucld 'oueou.mq s►q>_ sa soisesip a Lions Suunp `inadxo nom Mull aun sV •fii!Ilglxau puz ssaugffnosoul scalp /Cq passocduu isaw uaaq onus! 1 •Jauucw 1ruorssojold u ui ssauisnq.iiogi paionpuoo'tam Aptruuodtuc ;soul putt dauow.AunoD aqi anus 01 sualysa:8ns opt=one(/Cagi`suouz1ri2as VL433 3o sa pasvnpu ansq ltagi 'Xiuno0 sno 01 onbrun ora uigi spa°u aqi 0 antsuodsol mac wan.' 'Caul •aolnsas fauldcuaxa so 1M/4 ssu S yg3 pound ilnol tp pue ffuS.i /Lion sup gEnoaq•L •Iagr:si aurnusnH tom sl.cgap uuois Jo Icnawas aqi ioj 1o108S1uoo SMu13o3 aqi Si Imuowuo.gnug S32ig3 :uroouo3 rccN it uioum°I •oul °saoinsas Ieiuoiuuosinug smisD 10J uoliepuourulooaJ Jo r110"I :MI tOOZ`I I /C.iersgad G 3snoi LutrioD 711 a J IA IHEIM dO SSI Jo Lf O <,. .1r.. Marvin A Crocker,Jr.,Mayor TOWN OF WINDSOR Town Manager Council Members 8 East Windsor Boulevard Kurt A.Falkenstein William L Jones-Vice Mayor Post Office Box 307 Town Clark/Treasurer El.Cecil/Gay,Jr. Patricia M.Mann Carolyn H.crinin Windsor,Virginia 23487 Kenneth N.Johnson Town Attorney James P.OBriant,III Established 1902 Joshua Pretlotrylc Victor L Walker January 5,2004 Ceres Environmental Services 3825 85th Avenue North Brooklyn Park,Minnesota 55443 Dear Ceres Environmental: Please allow this letter to express our appreciation for your conscientious service in assisting the Town of.Windsor,Virginia with debris removal from Hurricane Isabel. We were very fortunate to have Mr.Ken Brown and Mrs. Terry Brown of your organization assist us in this endeavor. While coping with this -monumental task, we found Ken and Terry to be professional, courteous,and prompt. While many out of state contractors used this opportunity to take advantage of the situation,your organization rose above the rest with superior customer service provided by the Brown's. Their commitment to progress and reliability helped make the best of a difficult task. The integrity and character of your organization can only benefit with employees such as these. Once spin,I would like to thank Ceres Environmental for your effort and attention to detail and would certainly offer a favorable recommendation to all those interested in your services. Sincerely, James A.Ran Assistant to the Town Manager Ceres Environmental Services, Inc. Page 1.3-52 he H= Cap;rel qf the Wr_;d" To Whom It May This latter is is strongly recommend Ceres Cr _Enviro rnen'Bl veTWCeS, Inc. as a covers runt contractor. 'riurrcarie isabci a ec much o vJasta lar in the TowSE or Smithfield in v^tenter 2003. Ceres Environme=!Services, inc. was wrt ac ed by the town to clean moat; and sewer right cr way and handle the debris cleanup. The company met Its performance deadlines and operated without injuries. The company's on-site management was highly responsive to the t'own's concerns and Its workers were courteous to the public. If you have any zuestzons,Teel free to contact me at(757) 365-4200. Sincerely. /J William T. Hopkins, I4 CZO Director of Planning Engineerirg& ?'ub1ic Worst Ceres Environmental Services, Inc. Page 1.3-53 nMivnc2: = -^',D =Erma= Ma' Ff3-27E-Oo-R-0007 ccerma retic zt'.':_^.Tv:. (C:=) 733esPCRAZM 3/XE FCCNa7.S "aRu=CZflNG Sura_ BMW A. =IMAM fl ORMATT_Mq: Odf=cr tee= =bat: &eve_ Bo=n, : llly ccsmleted by the project owners, and Company Specialized? e±e.^.ce i'orms with thei= initial errs. t Cont--ar.or.'S Paan.: _C?!'o ,C41,;cxAtev '11 r I Bdd_eas: 31724- o _e_ Anue JV. Telephone Ansha=: /47 .5) 4-25- 5,A?? Point oa Cantat.: '1;‘c04 ata oK 0lroeyiv., f Alf AJ -5S-414- .5i-eve. ,Teater'eh. , r Acna/rocation of jec: : .:,.,r 4 • /Q /ra .CALL-acto ?ezlorm...d ac the L^. P..-rima C2=t. azt^:, the X,Sni—Cnn`ra=cc. 3. 12SSPDE1TS I 01111 01i: / Y i(( � n ILA,Name o' Resnondent:I4//,4.,t T. agDxS Title: A . e4 o. 4Eno.I ,I �o:PtiA{4-G W o"�5 Address: i CZ .44 c,;n 5';. Telephone Sober:(4E57) 3 S-4-200 Pa= I ber(75,) 7.4.7-9° Siv:.n.lis/ . VA .234-31 C. PERFORMANCE Zki 'ICE: Choose the number on the scale of 1 to 6 that most accurately descibes the contraetar's peerfnrmsnce or situation. 2 I 2 3 I 4 I S I 6 _ ne man- Fe+-C1T7I BOE 1 Ba_.rd=tor I Very good Y gipM.onal Pe--fnrnan^e '•e_=oianCE Se "Cico Pe--To.panne Pe trance Pa=mmance did not meet did not meet past met contract mat all m" al most same per=mance :equ!Teor.nrs =utract c n.rract contractual contractual o= tee . There requLsemeata requirements Mmuirrrnents. re4n`^emeats. record is were sass and exceeded and eacseced Thee were There Were inconclusive lino: sates to the many to the scrim= plexi• . ;cable= and governeert's gova=ent,s problems and sere of a co e=iVe benefit. bene=it. the s.-r^taca actions There warm a r*'P+a, 4. contracr.o='a nature, to: taken by the fry nil= any, were sa:_rective vhinh contra-^car •�.abiens nogliblo actions vete corre=ive vera atinh :he and were ineffective. acts was se--4... --c--1, contractus resolved in a Day resolved is timely, maroneaty a turfy, highly effective. ective. I effective pec ve manno- -a3nnrs- Ceres Environmental Services, Inc. Page 1.3-54 ===== tse-.rarrC =pr =MX=h^ ma t 1 C " W91278-06-2,0007 =4,11MAC"_'LN47- :t+_."TRT.ATIVS f -U mgmptamtr. ROOF REMIRS SONP=173 DOAC£/M /DLSx.'S= R SPcM3E IN?L. G>., NZ, SM, 2s, LA, :, +11-7D Tu.. '_ho c ntract= 1 1 I i I 1. Provided experiences managers and supervisors 1 I 2 3 4 5 c, NG with the re&ro,,,1 and e+mt ri st=aciw A�+i'i ties needed to meet contract requirements. 2. 'Descnet-ratec anility to bare, maintain, and 1 1 2 3 I 4 pi ! S I S NA replace, if necessary, 4unii?i er,personnel during the conte--act neoiod. 3. Delegated authority to project managers and 1 1 2 13 4 15 Y!6/ NA supervisors commensurate with contract reolliirements. ain ca Home oce participated in solving signifies= 1 ( 2 I 3 5 y'( f. lal problems. ! I ( 4� 5. Followed approved gvality control plan and 1 `` 2 i 3 ! 4 15 { NA L nntoxmrd to contract speci*icat+ons. 6. Piuw_ded 2f-restive quality control and/or 1 1 2 3 I 4 I 6 NA inspection procedures to meet contract requirements. 7. " Corrected de_Sclencies in timely mpnnn- end I 1 12 13 4 15 ( IF6j NA �tcsua:. to their duality ccl:ral procedures. 8. 'rovided finely reao]7r.,nn of contract 1 12 1 3 I _ 5 5/j NA diocrepancies. k� 9. Identified slats/problems as they occurred. 1 1 12 1 3 f 5 6 ! ti/, 10. Suggested alternative approaches to problems. I 1 2 3 4 6 NA -21. Displayed initiative to salve problems. ( 2 2 I 3 ! 4 5 k V NA 1°. ( Developed realistic progress schedules. 1 1 12 13 J 4 SE11�6 NA { i4F 13. I Met established project =beanies. 11 121 3 i Sf 61 Mt -771 Provided timely resolution of warranty defects. 1 + 3 4 5 I 0I NIL 15. + was responsive to contract =lenges. 1 ` 2 I 33 ( 4 I 5 fit NA 10. Provided adequate project supervision. - 1 1 2 3 1 4 I s tft 16` NA 17. ! Cntained coaaent of surety for increases in I 1 i I 2 1 3 I 4 5/I 6 NA bondlna as work-in-progress increased. 12. I Paid suhcontracco:s/suppliers in a timely manner. ]' 2 1 1.-3 1 4 t8' 6 NA 15'. Provided acuate and oe p ate cost proposals111213 4 1 V 5 '7 517,including all aspects of wort regoi eed for each I nuht act change. 22. i Cloneoared with Government personnel atter award. 1 1 1 2 1 5 1 4 1 3 1 1 l 21. Was the LUu..Ydcto= ever issued a cure or show cause notice =de: the referenced contract? I: yes, a olaln outcome in 6S so tame:tc. 22. Would yon award another coma:.. to -nit coatxacto.? if not, e=pinia in "rf..mArY,.r.." 0 Yw6J NO 1 22. I urrltA3L EV.IDATIW OP CCE . '^ 'S zamtalcz. 11 12 13 14 15 t1 64 Ceres Environmental Services, Inc. Page 1.3-55 Z a",ixml.,o- _= m ...=S PG cal m ni 7F-35-?-CCII i S111+,1-e-'-.4.....a a:ih"-Pfr ain= 17=3aS?C32 Ra.- zs: _ 1-s .. - 6 _ ° 1 _ ) c . „ ) , -,_ C1421.11 ) 7:.. , - .Ib4_ L J �.... t±J c �.ti:_, ' c-, P.S .7-'�!A eicrl- 7 ?. ;az- D L p. 7& l^ti np {� /1� 1J✓srr � c�� ci fess. .r�o.i�est`�J...,,� �.�r11J' ,.F,-; ,e-:,-- Ut -s-- it - __ __c ' —.- 14- G-m..,-, tee... . a= oc=iari Ceres Environmental Services, Inc. Page 1.3-56 nonnNUTE IR iVRa COMM CTS Ma CONT:ESOENCY R9127B-O6-R-0007 CCN7. ACTING mff=y nIVE ( C2) '.CE.*SPABhR1. ROOF REPAIRS SQP?08mTNG CS IMskinTsxsTER RRR O3E F.EVrORMANCS SURVEY FORM . GL,NERAL INFORA'!'TON: Offeror must submit Suxvey roman, fully completed by the project owners, and Company- Specialized Experience farms with their initial offers. Contractor's Nails: Cel`?' C EryVrt-e nerg . ,rvi . .1 2.� ^ ;" Address: 3 �5 f�1�.��ajlyr✓1ar�Telenhone Number: �/Fc3� L?-7 �-P��'� 1 (( Point of contact:jl)a..et c�1-t k. 4h5bui Name/Location of Project: /'LtyL5a.S C 1- \I ,f,)52.. J 2E, S for Pyl / Contractor Performed as the tit Prim Contractor, the 0 Sub-Contractor. E. RgSPONnI:NT INFORMATION: : Pa.nr- of Attte"sp'�ondeot: 141.4. ! 1,G" 2„;7' Title. i T�f' Address: �tL t!.�CxS(�Y MoP' tLc Ci f+^ Telephone Number: W(ej f3 757 5' LY-t-/� E-(-. { Sd Fez Number: M1 5/i"75 r'vLScs 4r I'4 le4!. � C. PERFORMANCE INFORMATION: Choose the number an the scale of 1 to 6 that most accurately describes the contractor's Performance or situation. 1 2 3 1 4 5 6 Onsatinfec Marginal None Satisfactory Vary Good Exceptional tory PerformPnce Performance No record of Per}ormanrm ' Performance Performance did nut meet did not meet Pest met contract met all met ell most acme performance requirements contract contract contractual contractual or the . There requirements requirements requirements. requirements. record is were acme and exceeded and exceeded Thore were There were inconclusive minor some to the many to the serious proh3 ars, problems end gone-meent's government's orobletne and some of a corrective benefit. benefit. the serious actions There were a Problems, if contractor's nature, for taken by the few min'- any, were corrective which c retractor uroFtnwn narji igi4,9n actions were eetrective were which the and were ineffective. action wee satisfactory contractor resolved in a only resolved in timely, marginal'F a timely, highly effective. effective effective manner. mannmr. Ceres Environmental Services, Inc. Page 1.3-57 =PM= DM/WRY TYPt CONMRA2TS FOR OC44=Ne NCY W91270-06-12-0007 cage^RACTINs '!sc'trr-A=VE C I) TMRPORARY 13DOF gapAmes sePPORT11..4 DT'.Ary/EyeA !DMISTEP.RESPON&E IN 50., cry, NC, SC, "'S, LA, ^X, AND AL. PERF0.1042HCE SURV3I WORM { The contractor: 1 1 I 1. ( Provided experienced managers and supervisors 1 2 3 4 U 6 I RA with the ter,,rical and meministrative Peil4ties v needed to meet contract requirements. 2. Demonstrated ability to hire, maintain, and 1 - 2 4 3 4 5 16 NA replace, if necessary, qualified personnel during the couttact period. 3. Delegated authority to project managers and 1 2 3 4 5 6 5A supervisors ccemtansurate with contract !( requirements. . 4. Some office participated in solving signzricant 1 ' 2 3 4 5 (6 ) NA local problems. 5. Followed approved quality control plan and 1 1 2 13 4E) 5 6 HA conformed to contract seer~fir_,tiona. 5. Pluvided effective quality control and/or 1 2 ' 3 4 5 0 R? inspection procedures to meet contract requirements. 7. Corrected def 'en,-I es in timely manner and 1 2 3 I 4 0 6 NA pursuant to their quality control procedures. � B. Provided timely resolution of contract 1 2 ( 3 / 4 {5 l i 6 NA discrepancies. �� 9. Ide.ified riaic/nroblems as they occurred. 1 1 2 ( 3 1 4 5 () AA Suggested10. Suggeed alternative approaches to prohlen . 11 I f 2 I 3 4 5 / 6 r NA 11. -Displayed initiative to solve problems. C 1 2 3 4 )�.6/ NA 12. Developed realistic progress schedules. 1 2 3 4 5 6 NA 13. Fret established project scheduler. ( 1 2 3 4 5 O NA 14. Provided timely resolution of warranty defects. 1 1 I 2 3 4 5 6 NA 15. Was responsive to contract changes. 1 2 3 4 6 SA 15. Provided adequate project suoe_rvision. 1 2 3 4 l./ 6 NA 17. Obtained consent of surety for increases in ! 1 2 3 9 5 6 NA bonding as work-in-progress increased. 18. Paid subcontrartors/suppliers in a timely meneer. ( 1 -4-2 1 3 1 5 6 ' NA 19. Provided accurate and complete cost proposals ( 1 2 3 5 6 NA 4neluding all aspects of work required fox each contract change. 20. Cooperated with Gcvrvment personnel after award. 1 2 ( 2 1 3 4 JA 6 23,1 21. Was the contractor ever issued a cure or show cause notice under the referenced coutrnet, If yes, explain outcome in YES 0 'remarks." 22. ( Would you award another contract to this contractor? If not, explain in "remarks." YSS NO 23. [ OVEIth riff EDII.AFION OF C.'NTNA._. O2'S PERFONHANM. 1 1 1 2 1 3 1 4 01 6 I Ceres Environmental Services, Inc. Page 1.3-58 INnE£ZNITE BELL MC TYPE cumi T FDI, CORTINSEQ.^: Wp127a-OS-11-O007 DMiMO MING Z1CTIATIVE [LLS} rvuwRan>ROCe it *Rs SU?POICIbi.: u../DIaAS .v Kress ?EB OB'a.1NCE SURVEY FORTS A. GEUEPAL SNFOR►.SXTION: Offeror must aaho::t Survey Faroe, fully completed by the project owners, end Company Specialised Experience Forms wtth their initial offers. Cont:aer.o_'s Name: <e..5 /=n,i/%rd•^-..,.u, A:idrea3: 3;5""e„.5--- 8;,..(77'(46c, IVi _ Telephone Number; 7 -5f„ 4fe� - Gti- .. .S t C iv l Point of Contact: 45r a or,4r 7z,rl� Ptei_. ail vu3 Name/Location of Project: ,_"..//,`,,„` _AlC;5 c/ . a /�� l' —71-27S— . ----T Contractor Per:o=ned as the C2-132e Cont_cactoi, the Q Sol-Contractor. B. RESPOND LNFOR ION: //�) /`{' Uane of Rospondent:- L.I.arP/' (pi Title: n . 6`.i p..J,1.Sa Address- 22 /- :..r s 7 £4 . Telephone Number: 4,o a1 PY1-a`l't' /dere - 1 u4.48—j r Fax Number:J.,iL-,ye'-2-1-4 Z- C. PP.RPORtQNCE INPCRZS)1.TICN: Choose the number on the scale of 1 Co 6 that most accurately describes the contractor's performance or situation. I 2 1 3 { I 5 ( 60 ilnoatiolac- I Marginal None satisfactory very Good Exceptional _ tory Performance Pnriaasnnce No record of Performance Performance Performance did not meet did not meet pant met contract met all met all most scum performance requite]aanta contact contra= contractual contractual or the . There requirements requirements requirements. requirements. record is were s0= and exceeded and exceeded There were There were inclusive minor ammo to the away to the serious problems, • problems and government's aoveamment'a problems and see of a corrective hencfir. benefit. the serious actions There were a Problems, if contractor's nature, for taken by the lea mind any, warm corrective which contractor prri+i.ess not i iblo actions were corrective were which the and were ineffective. action was satisfactory contractor resolved in a only • resolved in timely. marginally a timely, highly elle=Live. affective effective seamier. manner. Ceres Environmental Services, Inc. Page 1.3-59 09-E I- abed Dui `SGO!AJBS pluawu0ainu3 seie V I sl 7 I E I E [ t r a 5.razInu1W d0 !o nr..AS TM:MAO I 'EZ Ott( c 5tz) ¢X-emai tF u;rTacn 'eau iI zsosso sua7 .Tq1 Cl 174s1UX7 tx,:ous p.T2n2 nodi Mu* Zr• rvim ` 0 53.0 UT acx•1nn uT2Tva 'rad 3 ^••;,-, I E:se Pa7ua:aj2: ag :spuna :spuna7:7o2 22112= AogS so assts 2 pan2CT 2262 so17essaa7 ass Mt 'IC L'2I 4 t S 1 t 1 e I Z I t I 'psene suaIs ioa•.:¢=aa 1ur-•_ua29 Vain po.esadoop I '0L *2022142 272312= Vola so; PasTabes Axon ;o sasudss ;Tv SuTpurouT Ytl C.91 S 6 1E EL sTurodasd 14o7 sarTdmo Pow ua sommy P3PTo1a '6I YR C I S > E Z l t l •sauusm.Tastz r uT ssaTrdins/s.:clse:luoogns PTra i •9, + •pargranUT 2S2. -of- Son se DaFPaa4 rW 9 5 Y E C TI sr saves:sot so; rCaaans ;o aussnoo pau:e!s10 •L- J Yn Y £ r i -acTstnsadas 17aCo1d a1rnbaoc p2ptna1e •9T 1 !:, g 6 E C C 'saGuey7 1:23-21107 01 aarsuodsaa CUM cT , 9 5Y £ I C C I 's1oopp Azov:slut j0 2oTlfTosas rtracrc; PQP:n.o.d 'PT �V Yet S Y C t+I C t •viitnoatria lmaCoad ootto?Yu97sa law •C', 'tl (9) S PEE C •satnpatns ssasbosd oTzurteas pads-cuna0 -CT uN l3 S b E C T •cmaTgosd anror os aiT1ETZTUT padetdsTO •?T� Y8 67S 6 I £ Z C •swTgtosd o1 sat4oeoadde aarasa.••aaTe paleahbl5 'OT 95 b I c z C -D433T17130 days se sueruo:d/sdsTS PaTTT1uspr '6 •saT7usda.-7sFp I fR , 9 ' S P C CI 172slUc0 ;o ttcTnrt0S2l nTeuTS Papia0za '6 •sosupaaosd Toss= td1Ttsrta _Tot;: az 1u2nssnd VN fg 5 6 E C t PUP z49cam .Crass? U Cravat:};9P *rasa:tam ' 't -gauaa:all HOBS 17211110:1 loam 07 tosupaoasd uoTanadsuT Ytl ® 5 , Y c , z t so/pus tax'22o7 /UFTanb an7sno:,Ta Pap:eosd •S 'coo aynT;Tseds suss_u07 0a p2Wa0 too tSl1 1® c t E t I pug avid T011U AsTTIIlb paaosdde panoTTo; •s3Tgasci Trzot `ttt (Ps a E C t 1ur7TZTUDTO 6u7ATor aT pears_..._.ed aa7;o mum sauasaaTnbaz 17sssuos 1{1Th asrancoa2C^7 .sorrAsadns Nit s S 6 1E Z t Pay craft= 1oaEosd U. da.sotrine Pale T O 'E •poTs-ad ZZE121107 au: JEICIT buT=Ttp tatcooarad 00T;TTu ib 'Xsessasau ;T ,so2Td:.S r9 a pus 'UTeattrsw OZ-t! os AsT ms suaszacuomati 'Z -vauamaTTnbaa asszateas sous, es papaw e:T2TTT4v 2414-21tr-zrin}u.,re pus resTussal zw. gzTn YN e.' 5 L 6 , S C r . ssorpaudnt Pus ssabsoc2c paosaTa'adra paoTno:a 'T I I I I I 1 :sospa=u0s eta,1 OS :'eunS 22 C3tt6d '7Ya.Y axx 'Y'I 'SR 'OS 'OS 'Yo 'TJ 6= nNOds2S mSYSIO:/t'Rr3/30Y U syaza eeng SBIYd;s 1 ZOOS Q1V (IZ 3 ZIrxsrI CC ^"' L000-11-90-94Z76m ,T=ICMCWI OO 11 SSOYkax= C*C Z ausazaa zazm a '.J ..TVP.1a '2 XNT:2Pi..S PCS Erairn7 $791270-0E-A-13007 s:, S= EISA /c Z:DlnIavza IMSPCUSE i PrR. OR-L = SIJRVr`. =1752? fvcsC' -L) A,S X4s-r+-1 J; I .-. 2 �'/ .111?..1. . • +LID OF SECTION Ceres Environmental Services, Inc. Page 1.3-61 •Tc =ZS.= T-v Vis.... rut i.straka,.aCr r51:F76-06-A-cca7 ~ : c nar.r2SITE M= =MIA= x. JCP 7, cumern t, `uflc osafrT.1;: chat-or =coo_ earth 0=v v Fera=, .ally am'e-lor. W the pgo*oat Damara, nae Company Specialized Exper ems¢ forst nit; :heir initial o:fere. �: contractor,c Nam*: L es- F114-'c. tr,h'!!7 r."7.',71- r� Addroat: Tolspbonu Ntimha ?7,? f 'Ls'er Z 4_ r -✓1v f �'y _ pain; Cancsrt: t NasQ1Lccati.on of Pre;ec_:/N.,,., %, t-ar G✓ r zontra=4: Pueo_rit_"� an _hs -b_"= Co:::rL=tut, the D. to.rr.6....-d.....7__ ! L. Ma2PDXCemAT I7 4." OR: j ! Name o!' R ,c eaaordat: c;',+ '"-SCJJ ^:-Cie: Wit. _ - ------ 11/08 - Te.*prane N=loen:b,I)—%' b_ 71L.- -7 i l / --- .„ le .. - ^ rax Humber: .786 -- .72 Cr 6 Q lam.✓,..�/7i_' l J '.- / !: ., C. nagotwartme rarOntin=nW: Chaotic thz number en the zinnia of 1 to 6 that - moa: awn:array describe: the contracto_'t perform=to or situation. 1 2 I 3 1 t I 5 /� Lltiae .safse^ """'�"n-'- Mee bacatse'ro„'7't Yam' �! p: to Tn:L0r ancC PrtLermnnac ma rarara. o: t PetIo". .ante 1 ea Ionian= M.mll'eaancc��r•�++c did not meet aid nom pa= past met contract mat all mat all AM= Stale partoresat roauiLemcmtt contract to=ttatt eootsa__.:al contractual or the . mare snor.:;rmosants regi:ire:w it xaccirimentt. rcqulrescza. :cocci is Wars =tart a:.: ex=eTded and exceeded Tnert etre There were inconclusive minor COAL to the near to the aaciout: Problems, • p:obiono Lob pore--.---rya gcrGcesa;'a prablems and an= o_ a cnuru=tivu benc_it. benefit. TM seri= carica: There tie=r t rrobiaas, if Car:tstrtca's naturs, fur: { taken by the tam ni+..,. any. Warn caexaet:ve wtueh ccntra0tor pmebiCoa als5dLigrible fj aet4on5 were corrective ware amu, t$iand sure intlfectivc. action was a:-is:artorT contractor resolved Sr. a only resolved in timely, marginally a timely, highly else:tics. elective effective manner. manner. Ceres Environmental Services, Inc. Page 1.3-62 £9-E.I. abed .auk `saainaas IeTuawuaInu3 SGJaO a�3 s t s I z 1 t I -� S.� ,— :.tox.'VuTetail =Mao . s. S*I 1 ERA ' .,-utpaam,z, :rT uTotalla .7,v4 ;r ' ;:,07.0 Miau07 r'ti7 03 gotraauom :di!-30up p27Aa noA ;i001.5 '7..1 .,'zzl3Ti 73, . ON/ I QT *m1=40 ',Turd" '=' :S L:.a3,a400r pasua=a ox ntp zvpun anrou afir= 00t3 30 nano Z 7.400nt xadaa ae:uva:uco 7144 ears YN 1 i 1 ] } pa:Tnhon , C 1 T. I '?SaHv ZUM 7 T9uuorA.- ,.WWu»aaam IWA peavzaao00 I 0z i 1 '3➢:iri17 17II:L:i2C7 !tI 1+{ 4 tl1 11.7'20 zcn; zct4 '0 ~=„041913 Tru ! rv:I t o 1 Z 1 T 1 cTisodc d .soa O7.aTdtnon nav aQasn=ar pocttaag .5T t Willfflinwir 7 c 7 i - I •zaudi1% ivraaI7 4 UTaaOTTdanS/C:02^0.17.1 13010 C-:0Z. r 'St ii -purri01 7. TVQ3003d..14-4S0A S4 00T00001 XN I i l 5 Z 1 T v: =17fRR]IIu2 :G; 6=9:flr go :unge= o*utr14O 4 '2,T /r I YR 4 I S I > jI S ? IT i 1 'uaxcrn._xtns avC�d aarnbuor an4tna:;d '9t YK a\ 1 1 r. t i T $ "itfiurtI avr.,Uaa ax at7aaodan_ sr 5t Y8 j I1 d 1 5 . Z I I i 'u=ua}ap nmurgzrn ;o =ct.nT0cm vraunn Aap'Tro.1a I 'II t YR I 9 1, ; 2 -,t0111111113== toaC i$ nauaTTaa=sa =aK+ 'ST Hll I . r f 1 £ I T 'trttnast;rr zragbo:d ni4errmai padJ1 etnaal i 'ZI C.111 '1)1 s ) I E 1 Z ' -21nrttie 3 a - * dt snzar mrut 'aaArreirTal '7,.' , dkrl]�c S .4 r, Z I • maTaa:.d cm Qat.•nveaddn cazum.a_.a calcaAfts I -02 UN 9 -1-D, b t 2 tt 7117.40 Ao =A uoTtiax5/4x077 p7TJT73a0Z I 'S 'Vfnu rlacayvp n i' a f Z t Inrra_unn -o Uai:nrocaz rat aiDT�4 'Ni'N :asapaaxq Tas.uan n;.vrernto _7111T4 ca .uvnuand Ytt 440 , If1) 1' I , r nue 74UUF t brautj'�. ut 2a oueYo2 lon pnaona,:0o '4,. I I ! '8;ro oma7;:.ava `al/x=0n 12?m n; zasnpal=d 1=T_nadpuT I( I ASN V C A 5 2 .0/pub ;cszuca n1STrob mA.�7ayya 96FT�z�7 '9J NN I p 5 11 } t 1 17 J1 T 1 outs uarO 7osnssna AaT;aal+ nam: ricXt^. rrrz 'VII 'STSs =.'Sit7= rm. *e-R^ ."y8-CE-h^0407 =3METE4 M=:L'e=r/t (.=) fireCRJIC" RSC" ti=: 1Z LP 57.4-(5-vo r4a r ....� Lex=7 'R _ -J firr mw of =TIC Ceres Environmental Services, Inc. Page 1.3-64 I . . , '. ' of Atlanta --- u 2.27.01 DAVID FIRMS C ON TLkL 3525 5 AVE NORTE BROOKLYN PARE,MN 55443 I WO1JLD LIKE TO TAKE th OPPOE.TNIIY TO SAY TAT CrrY OP ATLANTA WAS VERY-PLEA=Wfl THERVICE'MATWERHCE VEDPkOMYCDIL COINTANY. THE WORE WAS DONE MIN,'LPIC] ILY AND COMFLEF 35 Al-AD OF S=DITLE "=..::MFLOY OF CE HANDLED EACE PROBLEM&SITUATION Ib A TIld Y MAS I WOULD (-t RECOISHBE"'�7 YOUR COMPANY TO OTHERS iN IVB. OF YOUR.SERVICES_ _ MNCIDIII.Y, MIZE AB TRE15 CITY MANAGER A3ijn RO.Sax 689•31 a N.Louise Street (903)796-2132 Atl ,Ts—a 7Sx851-0669 FAX(903)796-5B33 emelt:ATLA1rrATEx@AOLCOM Ceres Environmental Services, Inc. Page 1.3-65 Beezvem Beni Resort Park r•�cr-cr" can C 1 ALodge FA�t3.Ragx,-sliau cak^ omm .a.nri_-Fins;LodY-Meige: Spa LaJu,, Tiro Tera Waller Ituart Park Pi 41Tr Flay 22, 200a To Wham 2t Rey Concern: Carl Longr snbcont=actor at GFMS Bterironmental Ina. , pertommed tree t=i+++++;*+g and tree rem`' in Beavers Bend Resort as a restlt of the ice storm which oacu ree in IDecember of 200D. Pis mora ws pro essional and'of an outtanr;ng quality. Be was '=tilling to coorA3 vRte his work ettor:s in conj„*O+iOn with .he pante ope:-at5.nn.s and mask. guests. Bis willingness to work long hours and complete the job in -a timely mann~ was very commendable. Be and his work crew were persnn0'11 a and able to get along with the perk mr.inte enoe s'..atf. Based upon his job performance and.aue.i.i , Z wahld highly reconmend him far similar work, bo=th private and commercial, in ;.he future. Respectfully, L 907%—. aim Miller, Part' Manage:: Beavers Bend peso:t 'Park P.Q_Ba:ID •Bralati sow.Oit nbemn 11. can T-att i{Ya6oat 5114a-fw4-E300 •i.onj 1-SUA-Ec- X4 •Szartl ar:Frc 5C:-h.44-aa2,9 Gati Catrzae Tel-Thaa 380-69=a456 • Gar 17=SBR-494-666D Ceres Environmental Services, Inc. Page 1.3-66 EP J•••CSONVILLE DISTRICT CORPS O1 9411.1M-7S _. S VO ��' 1 r C P.O.30X 497D µ' %5 JAL7ZONVILL.FLORIDA 3_.2.01? '� � APR 2$ 1999 �,�, Con - ds•Dimizion Contract Aboinistrat_ve Section Cees Envircbmemmal Se—_res 3225 85'a Avenue 2rookl7m Part_, I9+ 55443 R=Zazunce lc,lr t...._--.-t No. 0A1417-99-0-0012, Futricene _antes - Temperary Roofing Fission, Task Oruer Number 0001, Zones 3 and 7; Task Order Number 0002, Zones 1, o, and 7; ?ask Order Number 0003, hone 7; Task Order umber 0004, Sane 5; Task Order Number 00005, Zone 3; Task Order Number 0009, .Zn-._ 3; Task. Order Number 0010, Zane n:and Task Ormer Number 0011, Zone 6, Puerto Rico: Based on your performance on the subject contract, 4r. Jose M. Roendo, Area Engineer, has recommended an overall above average rating. S fully concur with his evaluation. Thank you fox a job: wall don'. Z encourage your cnnri=.ued participation on future U.S. Army Co p3 of Engineers pro:iecta. Snrlcse•_ are conies of the nerfotence svaluatio::s .or vcur fkla. Sincerely, cL � 9Y B. aundl ' (f Contracting Offices Mott osis.=. Ceres Environmental Services, Inc. Page 1.3-67 I. ds�10 COS rQ3I .T=0H 7.0.: 0001. I So8 in- P.9-D-oo0? t C1IES IIC'"IOB 1 51k74: 0 001 + Dos MESE SIC: 1629 I 0 0'0 615 3 8.^. e rs=Dieu Part III •EEnid:rind a'. Fa'im :lesrtt an revere 1 DaGTAIT;: He surME? 1 - I ! L _u.i. A DAZE 13. TIPZ ¢• ENDIDULTION (I Corel I t. "7-2.P=4..= ?08 DIlAIIII • 1 tar08Iln DJ=pccmrsave 100:! I4 FIDAL A.3.E. r- i s. rrnr•rrG• M. N.=A.r.t=.ad Z.9 c. I a.E. •J7702 7,' j 5cD (I amt) ' 5� o C _C S, INC.31-17 reALD SID TT IESOTIATED O TYPE a' roti-SAM 6.b. a' II Cnel I IFinn FIXED IRI.:c r7 COST EINEUESEpai COMM P f!I 83C IQ 7. 7ESC IFTI(Ili .IIID MCAT= OF hast: MAC DEMcui_TTI@N GALT Demolition of Blpg 311 3.'d and D St, 3DI S1 CoIn1= 52243 8. TYPE ,IIID PMCENT Cr SC.3C09Mtut, u t,Iy Control Management - 03% .ead & Asbestos Abamegimm - 334 Tracking of r rinCZZUCt_C(. Debris - .054 Zlect_'-ical -.01% c. AHQAIT OF BASIC I b. 7DTAL AHUIRT OF .LIQUIDATED d. HET AADlr7T PAID 4. FLSGI.0 DDAMcomm r NQOIFIDATIERIS IcDJWAG S ILSS T OD OlITPALTDH 0 389,522.001s 0.00 s 0.00 5 0.00 ...DATE OF AWARD I b. Dn1DIWA=ITEM c- DEVISED 0DITIACT S..DATE mar. 10. SIGNIFICANT ( DUI0 5AT 01/31/00 05/10/00 5/04/0 0/04/00 1.12.T = - P1:12101E I dv3 O TmII OF =2 2 111. OV= I•T• IZ1TIMI CZ nuu..:.n,__ara `.ice=/ — QITSTAJmE10 ri ABOVE AMA: p SA7ISFACiDPT I BARGIHAL 1-1Ir:SATISFACDLI Z 1 UNSATI iaio:D m r�ec cI 12. EVALIIRTSD m• a. CCA�,GA..� 1 ON 0� Ada=imararTDP r=text b. =GSM=GSMSL4l3r'a0rmre=Ass Eot4 1 araCEAT Comm_=.2.1.:(7000) 329-24003 r b trrnnT•mmA-Adcr C. NAME T I I d. 3I- C? f G. i^i C Tea: � I � .--Ir.1 08/31/00 112. EVALUA17OF ?='VIZIER 3]' / a. CRGAHZZATI ON(Neat awl Xed=0 im:D= Coat)) b. T"_,.: TT T SL2 MIC3=ura Ara tau? P.03(T M. =TED ��' ,7.E8- 339-1+28 i >z / . . 84.28 `` , �, �/ %/ i` 08/31/00 + -;+ BEDI n/ ! I Ceres Environmental Services, Inc. Page 1.3-68 I N/A•sr I7PLiC L 7=al7STAIDING C n MOVE AVRLS S a;Ai:arcllBT It a MEOW. J•UIISATISFAL'SRT 15. aZALITt taUTOCL ow 1 D I A I SI MI 0 pa. ar-TECTIVOIESS SI ILWAG]Idr to/A, 0 1 A l SI t o V J $1-=Ur 07 LI$IIUWsat? I IFI i I I Ia. CmFEWATIL91 AHD AS?OSSIVaa3S i I XI I I I t_ oz tuc- N I I XJ TLAF OF is CC I I I lb. AMAGd2iti a?aaiar'i/ :. :>tPt�1A 00 OF-E. ' PU750 I 1C1I I AN I I-xI I I I SEL c. F5-,An MATILY:AO=RIX IF I.r` I ,` Deh nwrrrmiry Of o I I �I I I I fo. ADA IIHITi CLE**IP I l: I I t Ia-Sr7kE yr MATI$IALS I XI I I I I le. T --u IY _OF Jas-srm I S 1=_ AaEWACT OF ISITaIALS I -ri I I ! ' VISICa F. ADEQUACY OF sUSNITrALS I I I II I I ;t. COMIAlla um was Pi i•X i b. AD®iAC ar OC TESTtu I I MI I I I I VEIUTI3L0 (i_ AD OURCY a:Ar-sans I IZI I 1 1 it` ataFas:ONAt cararr I XI r i_ VIM OF 0FECIFinO MATMIAIs I I XI I 1 I 4.SEV'iw!2Cli Ilts0 CIF r I 1 _ 1.:.. WEYTIFILAIIOttimut T:FM of „.1 SLO=TractIVII.S ISA5 IF:_FICIEFT UDC A THEY — I I I I. 57PLD-rOTAICIOINS OF NAYN�t PLO I 17. TIMELY?EDFTI7MA13Cr iI I I I I m. CDMPLIAS 1!17DO a_ ADSIIACY OF INITIAL P>ao� I I $ STA MM=iAIDARDs 19 LUDO a. COIAT.Tlttl OF IVI©DEFICTELCI$I X.I I b..c:DSE77L3 70 APP9D'FID I ('3I I I ( lb. A= .v O PS0! 7 =t1•121-d3 i Z 0. 0S.LJTIUI O DELAYS I 1 it I 1 c-COMPLIAeC ung LA=uta d5,9WIlsalw17 OF WSLaf1ED IX I 1 ( 1110 LUIIILATICAIS 171111 SPECIFIC Oa.^.9E3ITATION ATTFIt:3LN S0 TIE OAVIS-IAWll ALT AIC®WECI1EPE1710 -a. CC L=1708 WCIt.I OF P1SI I Y i N. STANDAWAY 17701 SAFETY I I 't. :TENS OF UPDATED AICI I it. Aaswur OF sAF_TY?LAW I i I I I I RMSr2 1.11.1811. •,, r.DI=c _. XI lb. 17L.94eumnw OF SAFETY MAN I 2 V I I +D. IMAM LESP011. I XI I I I le. r++ay.r•t w 0 11000 DErcracnal 11 I I f I 20. W9WIC5 9rxcztctaca of racamtazary sw1mDnn C,rowan Omar=AM=ars as ma FRamdo An=Mnc1071ill9.x133fc au011D 01 81=1:1:017.©italdlr Mr awlaaam'. Th.m O.m tOL)w m:,jlGsarrr oam7 o r'.-r mrm'aernp ahiorr:n daaraaning 1f. *00 00 s rc-r -artrit. 70 .I00 an 5000750.0.611.17 nsad.iJ PerIians the finest rnnt_—actar we've worked with. 3vervon7 from the main otticr drrwn to the one and only Laborer was very protessi a' co-aneTative, t*' "ira fepti,mmedltinus, -and relay e. Crt eapleasure to o i with. massa MoInty.e ci.d an cutstan6O70 -Mb at the cmplIty Con=ol Manamm. Ea,: ar m - dcr-rani- r Cd the 107=1C. a=aevw erts ee A--^*Dlazv and prs.=iseiy- the type of Qi1s l i`v Ccnt=nl a7• ^'Tn cation = u�"e bar the icaDal Z i tias l _ri+.ee=hs_ ICommand. Ceres Environmental Services, Inc. Page 1.3-69 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 2 EXPERIENCE & QUALIFICATIONS 2.1 Qualifications of the Proposing Firm Ceres Environmental Services, Inc. is one of the nation's leading disaster recovery contractors, deploying across North America from its permanent disaster response facilities in Florida, Texas and Minnesota. Since its founding in 1976, Ceres has been awarded over$1.8 billion in FEMA-funded disaster recovery projects across the United States. While under contract for one billion dollars, Ceres was able to complete the work for about half that amount, saving hundreds of millions of dollars for the Government. The U.S. Army Corps of Engineers officially evaluated Ceres'overall performance during the Katrina cleanup as "Outstanding". Ceres was specifically noted for use of local contractors; quality, efficiency and swiftness of performance; and cooperation while managing a changing and evolving work scope. Since 1992, Ceres has been directly involved as a prime contractor in post-event recoveries from such major events as Hurricanes Andrew, Georges, Katrina, and Ike; the 1999 Oklahoma City tornado and the 2011 Alabama tornadoes; flooding in Iowa in 2008 and North Dakota in 2011; earthquakes in Haiti in 2010 and New Zealand in 2011; Superstorm Sandy in 2012; Winter Storm Pax in 2014; Winter Storms Cara and Goliath in 2015; Hurricanes Hermine and Matthew in 2016;and Hurricanes Harvey, Irma and Maria in 2017. Our mission is to serve units of Government with time-critical disaster recovery and heavy construction services. We have an enviable reputation for speedy deployment, excellent work, and experienced site management.After 42 years of doing demanding work in almost every U.S. state and territory, Ceres is still known for keeping its promises:Ceres has never defaulted on a contract,failed to complete a contract, nor had any client denied reimbursement. An evaluation from the Department of the Navy is typical: "perhaps the finest contractor I have worked with...." Ceres always adheres to the highest standards of quality, integrity and safety. The core competencies Ceres commits to every project are: • Rapid Deployment • Experienced Project Management ■ Financial Stability ■ Owned Equipment, and � t,}�a • Trusted Subcontractors ' �. ' Rapid Deployment • Over the years, we have developed and refined our ability for rapid response mobilizations. Under the Oklahoma Environmental Management Authority after Winter Storm Cara, Ceres received a Notice to Proceed and made a commitment to OEMA to have two self-loading knuckle-boom trucks with pup trailers mobilized within 72 hours. Ceres mobilized both pieces of equipment within 24 hours and beganx ,..: debris clearance for OEMA within 72 hours of the Notice to Proceed. In Cameron County, Texas, Ceres representatives and equipment were in place before Hurricane Dolly hit and a representative of the Ceres Advance Team sheltered in the County Emergency Operations Center before and during landfall with the County officials. In Jefferson Parish, LA, Ceres hauled more than 45,000 cubic yards on the first day of operation. In Kansas City, MO, more than 200 trucks were hauling within 72 hours of contract award. In Florida's Operation Blue Roof, Ceres had more than 180 roofers installing temporary roofs within 72 hours of contract award. For Hurricane Andrew, Ceres provided the U.S. Army Corps of Engineers with 25 new chippers, along with 25 trucks and associated crews within 48 hours of contract award.The clients' performance requirements were met or exceeded throughout the contracts and subsequently, available contract extension options were exercised. CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Ceres uses local "teaming partners" as well as strategically placed owned equipment staging and office locations in Sarasota, FL; Houston, TX; and Brooklyn Park, MN. Ceres can provide significant equipment and staffing within 24 hours of storm subsidence. Experienced Project Management The company has more than 60 full-time professional and managerial staff with disaster experience, many of whom hold degrees in areas such as: Business Administration,Structural and Civil Engineering, Forestry, Geology, Science and Accounting. As part of the Company's dedication to quality and safety, many of Ceres' management staff are U.S.Army Corps of Engineers-certified in Construction Quality Management; certified in Emergency Management by FEPA; have been certified by FEMA in NIMS; are Red Cross certified in first aid; and have completed OSHA's 40-hour safety training course. Ceres' management is also experienced in a wide variety of geographic conditions. Their work histories include all U.S. states, Puerto Rico, Thule, Greenland, Ascension Island, Haiti and New Zealand. Ceres' management has demonstrated its ability to respond to large-scale events. In 2011 after the string of tornadoes that hit Alabama and surrounding states, Ceres activated a contract with Jefferson County. Using Ceres-owned equipment allowed the company to get to work quickly, eventually employing 27 local and small business subcontractors and vendors to assist the removal and hauling of debris. During the contract, the scope of work changed as cities within the county requested services under the County contract. Ceres cleared debris from right-of-ways in Jefferson County, Vestavia Hills, Warrior, Mountain Brook, and Pleasant Grove, reducing and hauling over one(1) million cubic yards of debris. Shortly after Hurricanes Katrina and Rita in 2005, the U.S. Army Corps of Engineers (USACE) awarded Ceres a $1 billion contract for disaster response, including: loading, hauling, reducing, and disposing of debris and white goods; trimming and removal of hazardous trees; demolition of storm damaged buildings; collection of household garbage; environmental sampling and monitoring of disposal sites; and life support services. This contract covered 11 Louisiana Parishes and required the operation of 54 reduction/disposal sites. Ceres achieved a record-setting mobilization, hauling more than 45,000 cubic yards of debris in its first day on the job (from Jefferson Parish, LA). Ceres rapidly achieved large-scale capacity, reaching a maximum production of 194,584 cubic yards per day and eventually hauling, reducing, and disposing over 13.4 million cubic yards of debris, over 315,000 units of white goods, while trimming or removing over 165,000 hazardous trees. Ceres has the resources and experience to handle multiple events and locations. In 2016, Ceres was already working in Louisiana following heavy rains and flooding when Hurricanes Hermine and Matthew hit the U.S. coast within a month of each other. Ceres responded to several counties in Florida and Georgia after Hurricane Hermine and then to an additional 14 jurisdictions in Florida, Georgia, South Carolina and North Carolina after Hurricane Matthew. Following Winter Storm Cara in November 2015, Ceres responded to the Oklahoma Environmental Management Authority(OEMA)and began to mobilize staff and equipment within 24 hours of the Notice to Proceed, finishing the first pass in the first two days of operations. When Winter Storm Goliath hit Texas and Oklahoma just one month later in December, Ceres already had staff and equipment positioned to respond in Oklahoma. As more debris piled up following Goliath, Ceres extended its services to the City of Warr Acres, plus Canadian County and four other cities under the OEMA. Ceres responded to the spring tornadoes that devastated the South, the spring floods in North Dakota, Hurricane Irene in North Carolina and Virginia, and Winter Storm Alfred in the Northeast all in 2011. Ceres accomplished eight separate contracts while fulfilling all contractual obligations. During the summer of 2008, Hurricanes Dolly, Gustav and Ike all impacted the Gulf Coast. When Dolly hit the Texas coast Ceres was ready,with people,subcontractors and equipment already on the ground in Cameron County,TX.As Ceres' response to Dolly was wrapping up, Gustav hit Louisiana, and two weeks later Ike hit the Houston,TX area. Ceres responded quickly to both new storms, performing in 11 different locations covered by separate debris removal contracts in Texas and Louisiana. Following Hurricanes Katrina, Rita,and Wilma in 2005,Ceres performed several other emergency response contracts—often at the same time—including: Katrina debris removal for the City of Biloxi; Hurricane Wilma debris removal for the City of Palm Beach Gardens, FL; Katrina debris removal for the Parish of Terrebonne, CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services LA; and the installation of over 22,000 temporary roofs on private residences in two states under two separate"Blue Roof'contracts with the U.S. Army Corps of Engineers (USACE). Our successful experience in multiple response situations as well as our substantial resources and teaming relationships, assures that Ceres performance on this project will be to the Client's utmost satisfaction. Ceres' management has demonstrated its - .�. commitment to safe operations. Safety is a key , � :�. 5,0; s.{ component of our company. We bring this emphasis to G` `U . C i a ice our debris management work as shown by four $$ important awards. We were a 2015, 2011 and 2009 C 1It'1.'t')t1t'11 i 11Q'aZrr. Recipient of the National Safety Council (NSC) 2015 Recipient Occupational Excellence Achievement Award. This award recognizes outstanding safety achievements Ceres Environmental Services. Inc. among its members and is designed to help promote the 6968 Proressuonai Parkway E prevention of workplace injuries and illnesses. In 2010, Sarasota.FL 34240 we received a Perfect Record Award for operating an ', entire year without occupational injury or illness and a •" Million Mile Club award for driving without a Preventable _©= Incident. In 2007, Ceres received the Million Work Hours award from the NSC. The award is for 1,000,000 work hours without occupational injury or illness involving days away from work during our Hurricane Katrina debris work. In 2008, Ceres performed sixteen separate debris removal missions following ice storms, flooding, and hurricanes Dolly, Gustav and Ike. During the performance of these missions, there were zero lost time injuries. Ceres' management has demonstrated its commitment to superior performance and customer satisfaction. When Winter Storm Pax struck the southeast in 2014, Ceres' pre-event debris management contract with Columbia County, GA was activated. Ceres responded immediately, mobilizing a work force capable of removing the more than 600,000 cubic yards of debris left behind by the late winter ice storm. During the project,Ceres not only provided the debris management necessary,but also assisted with FEMA documentation and provided zone maps of the County to keep the public informed. Columbia County, at the end of the project, said of Ceres, "From the first day to the last day of our project, they performed their work in an admirable and cooperative manner." During 2005, Ceres' pre disaster event contracts with Terrebonne Parish, LA and Palm Beach Gardens, FL were activated in response to Hurricanes Katrina and Wilma. Ceres had management staff on the ground before either hurricane made landfall. Katrina and Rita work in other places already had Ceres fully mobilized and in the midst of moving millions of cubic yards of debris and installing thousands of temporary roofs in Mississippi and Florida. Nevertheless, the City of Palm Beach Gardens received such a high level of service that they evaluated Ceres' performance as "Exceptional." Ceres' management has demonstrated a high level of capability and adaptability. During its performance of Hurricane Georges recovery work for the USACE in Puerto Rico, Ceres rapidly mobilized equipment and personnel from the mainland and operated 17 temporary reduction sites over an area of 3,000 square miles across the island of Puerto Rico. Eventually, Ceres reduced, processed, and sorted more than 2.3 million cubic yards of debris, while simultaneously hauling and disposing of 1 million cubic yards of debris (and processed material), and installing approximately 3,000 temporary roofs. Ceres handled this challenging project despite the fact that it was Ceres'first project in a place where English was not the native language; and where qualified subcontractors did not exist. Ceres management responded with multi-lingual project leadership, who hired and directly managed more than 1,400 local employees. This project earned a high customer evaluation. Ceres' personnel are trained in FEMA regulations and are schooled in the use of FEMA Public Assistance Debris Management Guide FEMA 325,as well as additional resource books Public Assistance Guide FEMA 322 and Public Assistance Policy Digest 321. Ceres personnel are also familiar with the Public Assistance Program and Policy Guide, as well as 2 CFR Part 200 Procurement Standards. CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Financial Stability Ceres' excellent financial stability means that it can provide performance and payments bonds from treasury-listed carriers in amounts in excess of$500M per single project. During the 2005 storm season, Ceres provided bonds for three concurrent Army Corps hurricane response projects with contract award amounts of$1 B, $60M, and $50M. Ceres has unrivalled access to the levels of working capital necessary to keep its promises and handle the biggest and most complex jobs. Owned Equipment Ceres owns more than 500 pieces of disaster response equipment. Ceres invests heavily in ,— Olt owned equipment because it assures rapid r� Mi141 response times and provides additional �1 ascii flexibility as well as direct management control. Because of its extensive company-owned fleet, Ceres can send equipment and personnel to respond to a disaster regardless of the availability of subcontractors. On a 2002 storm .0.4o A debris project, for Kansas City, MO, Ceres "' -- . , ..„ provided equipment for a project requiring completion within 16 days of contract award (the first pass required hauling over 500,000 cubic yards). Ceres successfully met the 16 day first pass deadline and the Kansas City Project Manager in charge won an award for his outstanding disaster response performance. Ceres owns all the life support equipment needed for supporting its own personnel including: mobile living quarters, food supply, large potable water supply tanks, and large septic storage systems. These systems have saved valuable management time in responses to such higher category storms as Katrina. Ceres also has available life support systems for project-wide support and Government personnel. In Ceres' Jefferson Parish, LA response following Katrina, for example, Ceres provided total life support for more than 400 people, and subcontractor fueling services for enough equipment to move 70,000 CY of debris per day. Ceres owns four self-contained office trailers including satellite internet connections and satellite phones as well as additional loaner satellite cell phones for the customers' management teams. Ceres regularly supplies rental satellite phone service to its clients. Trusted Subcontractors Ceres maintains one of the industry's largest networks of pre-screened and fully qualified subcontractors, including local vendors and preferred vendors. Our subcontractors are evaluated on many levels, including past performance, equipment and personnel availability, mobilization timeframes, insurance, and cost. Ceres knows that a big part of local recovery is economic, so Ceres always strives to employ qualified local labor. The subcontractors are also grouped in Response Regions based on distance from Miami Beach's service area in order to facilitate contacts if and when pre-event mobilization plans are activated. It is the formal policy of Ceres to utilize local subcontract services in the performance of the proposed contract to the maximum extent possible. In the emergency disaster response and recovery activities carried out under the contract, preference will be given, to the extent feasible and practicable, to those organizations,firms, and individuals residing or doing business primarily in the area affected by such major disaster or emergency. Ceres recognizes the advantages obtainable by utilizing other responsible and experienced firms capable of furnishing specialty services and products of high quality, but first priority will be given to those subcontractors who are from the area or regularly do business there. During Ceres'Army Corps contracted disaster relief response in the state of Louisiana following Hurricane Katrina, local contractors received 55.9% of the total dollars paid to Ceres. In accordance with Ceres Corporate policies, it is our practice to use Local and other Small Businesses (SB) and also HUBZone, Veteran-Owned (VO), Service Disabled Veteran-Owned (SDVO), Small Disadvantaged (SDB), Women-Owned (WOSB), Historically Black Colleges and Universities (HBCU), and Minority Institutions(MI)for the provision of equipment,labor,services,and supplies to the maximum extent possible. In our most recent reporting on our federal contracts, we exceeded our goals in each of the CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services applicable categories. This report shows that Ceres paid Small Business Concerns 75.6% of the total dollars, with 12.0% going to SDBs, 13% to WOSBs, 3.3% to HUBZone SBs, 11% to VOs, and 9.5% to SDVOs. While Ceres'database of screened and qualified subcontractors consists of over 5,000 firms from all across the country, Ceres intends to draw from a more select list of regionally based subcontractors to provide the highest level of performance, including rapid mobilization. Other firms that have shown exemplary performance standards in previous disaster recovery efforts are included in this list. In Ceres'subcontractor registration process, all potential firms are required to demonstrate their knowledge of the disaster recovery process, including safety, knowledge of FEMA related topics, eligible debris, etc. After careful scrutiny, the firms that meet Ceres' rigorous standards are added to the list of preferred subcontractors. Additionally, after each disaster recovery project, Ceres managers go through a complete performance evaluation of each subcontractor that worked on the project. All subcontractors have been screened through the Excluded Parties List System and only those shown to have no history on the list will be chosen for this project. Qualities and Attributes Reliable In 1997, Ceres was selected by the United States Air Force for an emergency demolition project at Thule Air Base, Greenland, 700 miles from the North Pole. This difficult demolition • _ project consisted of a large, severely =�. t,. - ' -y . damaged building that was in imminent danger of collapsing on a critical Early z Warning Radar station protecting the '"" '_.f U.S. East Coast. Unique project - l - - challenges included air lifting a 70,000 pound piece of specialized demolition equipment to Greenland and performing the work during October with limited daylight, severe cold, and the danger of strong winds in excess of 200 mph coming off the Greenland glacier. Ceres was given an outstanding rating for its performance on this project. Respected National magazines, including Biocycle and Wood Waste Recycling, have featured Ceres' urban wood waste recycling efforts and emergency debris management services. Ceres was also the honored recipient of the Minnesota Governor's Certificate of Commendation in 1995 for our innovation in the tree recycling industry. We have numerous letters of recommendation and high post project evaluations. Experienced Ceres has performed disaster recovery work on over 120 FEMA-reimbursed contracts in excess of$700M, and has been repeatedly selected by federal and local . • f p Ti government agencies for pre-event emergency ', •' " response contracts. Ceres has performed emergency �. T" ""' work contracts of less than$25,000 and up to$1 billion. tgiMi Our clients have provided excellent references based 4 , • on their satisfaction with our work. Our experience �' ; �,•___- ;,• .•,��� , . • makes us a superb choice for cities and counties that - - eneed the security of a proven company. Ceres has also ;► � been selected for large demolition and construction ANoR(,9 '> �'•.� projects contracted by the U.S. Air Force, Navy, and HERE +'"`. Army. • Our expertise in large construction projects also I - - . �,-.' •, provides us with the managerial expertise necessary to 40- • organize and perform major public projects such as - _ disaster cleanup. Ceres has performed superbly in CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services construction projects ranging from a large park in Puerto Rico with athletic fields and 30 structures,to levee repair work, to renovation of an underground park in Kentucky. This history exhibits the technical expertise that ensures all of our customers are pleased with their selection of Ceres. Capable Ceres is staffed by professionally trained individuals with more than 200 collective years of experience in disaster recovery management. Ceres provides regular on-going training for field employees as well as our professional staff. Ceres' superintendents carry the following certifications and formal training: USACE certification for Quality Control; FEMA NIMS; 30-hour Construction Safety accreditation; and Hazwoper 40- hour training. Selected Superintendents also have training in asbestos and lead abatement. Ceres also provides its employees with outside disaster response training through FEMA-sponsored courses. The U.S. Army Corps of Engineers evaluated numerous offerors on their project management capabilities and experience and selected Ceres for an award as an Advance Contract Initiative Disaster Debris Management Contractor. Safe We take special care to minimize the risk of injury in the disaster area to t -- both our workers and the general public—safety first. It is the practice of •• Ceres to employ a full-time Health and Safety Officer. The Health and Safety Officer is responsible for overseeing Ceres' field Safety Officers •'•••�'` who are experienced in various aspects of safety compliance relative to Million Work Hours Award construction activities, industrial hygiene and traffic safety. Safety Officers oca,owwl Awards Program possess a variety of qualifications including: OSHA 10-hour and 30-hourc«a�Epre 0„1Ds„„n, training certifications; First Aid and CPR; and Hazwoper 40-hour USAa Oaten anon Kama Ramvwy a.c..Laewr certifications. Ceres' full time field employees have CPR/First Aid/AED for1.000.000 employee hours snug accessional training. ryuy or Ones moMq days away from rock In 2010,we received a Perfect Record Award for operating an entire year 'e"' 2°°' "°"""°."°.2°°' without occupational injury or illness and a Million Mile Club award for driving without a Preventable Incident. . U. There were no lost time injuries during all of Ceres'2005 temporary roofing operations with over 22,000 roofs installed. In 2004 with over 1,000 workers in the field, no lost time injuries occurred on any of our projects during disaster recovery operations across nineteen Florida counties. Ceres was named a recipient of the Million Work Hours Award for our superb safety record on the Katrina Debris project for the U.S. Army Corps of Engineers. FEMA Knowledgeable Ceres has more than 25 years of successful FEMA-reimbursed disaster work. Ceres' management staff has a long tenure with strong expertise in FEMA requirements for documentation, eligibility, general rules compliance, and methodologies. Ceres augments staff FEMA experience with certified FEMA training classes for its general management. Ceres has assisted numerous clients during the post-disaster reimbursement application process, and our clients have never been denied reimbursement for our work. For example, two years after one project was completed, FEMA conducted an audit of that City during which the City was unable to provide complete truck certification logs. FEMA indicated that due to the missing truck documentation, they intended to take a reimbursement reduction from the City in excess of$1,000,000. When the City notified Ceres about this matter, Ceres was able to provide the missing information from its well-organized records; the City subsequently received all of its eligible reimbursement without any reduction. Community Relations One of Ceres' most important support functions in the event of a natural disaster is to help Miami Beach officials engage in community relations.Ceres provides important resources for keeping residents informed on the progress of cleanup. Toll Free Hotline and E-Mail Management Large phone and e-mail traffic from concerned residents are a part of every natural disaster. Ceres maintains a toll free Storm Hotline that is staffed and accessible 24 hours a day, 7 days a week to handle CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services questions, concerns or complaints related to clean-up: 1-877-STORMI2. The number is prominently displayed on all Ceres equipment working the clean-up area. Ceres monitors call and e-mail volume, and establishes additional toll free numbers and enlists additional staff whenever greater capacity is required to ensure maximum community responsiveness. Call center staff keep a log of incoming calls and e-mails, recording the address of the reported incident, resident's name, reported complaint, date and time of reported incident, and the truck number (if applicable). This group compiles incoming resident communications and organizes them into date/time of receipt and response priorities. Ceres sorts through messages to identify time-sensitive incidents such as broken water lines that need immediate attention. Each incident is investigated, and ultimately we locate the responsible crew if fault is found. Reports from this database will be accessible daily or weekly and can be disbursed to Miami Beach officials accordingly. Client Satisfaction-Oriented Ceres is in business to serve governmental agencies. We recognize that providing customer satisfaction is critical to our success.Our satisfied customers and the commendation letters and evaluations quoted below speak for themselves. [Ceres]showed extreme reliability and dedication in the midst of chaos... Ceres Environmental has my highest recommendation. James A. (Jimmie)Stephens, County Commissioner, Jefferson County, Alabama I would like to officially express my gratitude and admiration for your leadership and expediency of action in providing the Corps of Engineers with logistical and operational support. I feel confident that with leaders like you the Corps of Engineers and the State of Louisiana will have little difficulty in continuing to succeed in the recovery mission. Wesley Todd, Mission Manager, U.S. Army Corps of Engineers The City of Palm Beach Gardens recommends Ceres Environmental as a responsive Contractor David Reyes, Operations Director, City of Palm Beach Gardens ...I would like to thank Ceres and all of its personnel for the services that you provided during this most trying of times. I thought that you and your staff handled yourselves in a most professional manner and it was a pleasure working with you. Don Brandon, P.E, County Engineer, Chambers County, Texas Perhaps the finest contractor we've worked with. This quote was taken from the official Navy project performance evaluation of Ceres. Department of the Navy, Naval Facilities Engineering Command, El Centro CA. While many out of state contractors used this opportunity to take advantage of the situation, your organization rose above the rest with superior customer service... James A. Randolph,Asst. to the Town Manager, Town of Windsor, VA This letter is to strongly recommend Ceres Environmental Services, Inc., as a government contractor. William T. Hopkins, Director of Planning, Engineering and Public Works, Town of Smithfield, VA Ceres has given us exemplary service. They have been responsive to the needs that are unique to our County, they have advised us of FEMA regulations, they have made suggestions to save the County money and most importantly they conducted their business in a professional manner....1 have been most impressed by their thoroughness and flexibility. Donald M. Long, Director of Public Works, County of Isle of Wight, VA 1 would like to thank Ceres for the excellent job .... Ceres did an excellent job in the coordination and the removal of tree damage that occurred.... I would highly recommend them for any future cleanup because of the proficiency and timely manner in which they operated. Tim Stevens, Superintendent of State Highways, Kentucky State Highway Department For an extensive list of Ceres' previously completed projects, please refer to proposal Tab 1.3, Minimum Qualifications Requirements. In addition, a list of client references has been included on the following page. CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-7 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services References Ceres Environmental Services, Inc. has a long record of successful contract performance. Many of our customers have provided formal evaluations or letters of recommendation that attest to our strong performance and record of customer service and satisfaction. Listed below is a selection of our references from projects completed in the past ten (10)years. Event Contract Activity Government Entity Amount Contract Period Hurricane Storm,Debris Removal, Debris Beaufort County, SC $14,020,391.00(approx.) October 2016— Matthew Management Site Operations& 1,556,080 CY April 2017 Disposal Point of Contact:Pamela Cobb,Public Works, 120 Shanklin Road, PO Drawer 1228, Beaufort,SC 29901; Tel. (843)255-2721;pcobb@bcgov.net Hurricane Emergency Debris and Disaster Palm Beach Gardens, $31,507.78 November 2016 Matthew Recovery Services FL 3,936 CY Point of Contact: David Reyes,Director,Public Services and Emergency Management, 10500 North Military Trail,Palm Beach Gardens,FL 33410;(561)804-7015,drevesal?.obofl.com Winter Storm Emergency Debris Oklahoma $2,040,657.00 December 2015— Goliath Removal/Grinding/Burning Services Environmental 237,427 CY(collection& March 2016 Management Authority removal) (OEMA) 151, 127 CY(grinding) 213,223 CY(air curtain burning) Point of Contact: David Griesel,General Manager(OEMA), 1505 South Rock Island, El Reno,OK 73036; Phone(405)822-1031;dgrieseloemaok.orq Winter Storm Removal and Disposal of Disaster Columbia County,GA $8,539,038.00 February— Pax Debris 648,444 CY August 2014 Point of Contact:Suzie Hughes, EMA Specialist VI,650-B Ronald Reagan Drive, Evans,GA 30809,Phone (706)868-3303, Fax(706)868-3343,shuohesancolumbiacountyaa.aov 2013 Winter Removal and Disposal of Eligible City of Rapid City,SD $1,440,473.8 October- Storm Disaster-Related Tree and Other 100,664 CY,7,538 December 2013 Vegetative Debris Hangers,481 Leaners Point of Contact:Ted Johnson,Public Works,300 Sixth Street, Rapid City,SD 57701,Tel. (605)394-4154, Fax(605)355-3083,ted.iohnson(a)rcnov.orq 2013 Wind Debris Removal and Processing City of Albemarle,NC $732,260.92 July-September Storm 46,577.95 CY 2013 Point of Contact: Nina Underwood, Public Works Director,704 Arlington Ave.Albemarle,NC 28002,(704)- 984-9667,nunderwood at?ci.albemarle.nc.us Hurricane Collection,Processing and Disposal of Jefferson Parish,LA $1,503,843.22 August— Isaac Hurricane Isaac-Generated Storm 125,148.99 CY September 2012 Debris from Right-of-Ways in Unincorporated Jefferson Parish Point of Contact: Kathy Russo, Environmental Quality Supervisor,Jefferson Parish,4901 Jefferson Highway, Suite E,Jefferson,LA 70121,Tel.(504)736-6443,Fax(504)731-4607, KRussoieffparish.net Winter Storm Removal,Reduction&Disposal of Town of Simsbury,CT $3,152,644.53 November- Alfred FEMA-Eligible Debris 274,109 CY December 2011 Point of Contact:Thomas J.Roy,Director of Public Works,933 Hopmeadow Street,PO Box 495, Simsbury, CT 06070,Tel. (860)658-3222,trov(@simsburv-ct.00v Hurricane Ike Hurricane Ike Debris Management U.S.Army Corps of $3,566,179.00 September 2008 Services Engineers;Galveston, 88,308.00 CY —October 2008 Harris and Chambers Counties,Texas Point of Contact:Timothy Black,Contracting Officer,U.S.Army Corps of Engineers,Tel.(504)862-2912, timothy.black a(�mvn02.usace.army.mil CERESTab 2 Experience&Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-8 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 2.2 Qualifications of the Proposing Firm Ceres Environmental Services, Inc. is a privately held company owned and operated by its President, David McIntyre. The mobilization and contract administration headquarters for this contract will be our Sarasota, Florida office, with other offices, equipment facilities, staging sites, and recycling centers in Texas and Minnesota. Ceres Environmental Services, Inc. Sole Shareholder and President David McIntyre Corporate Secretary Operations Director- Equipment Manager The Ground Up, Construction LLC Tia Laurie Lloyd Ludlow Earl Lutz _-_ _ _ Houston.TX Subcontract Management Construction Equipment Resources Asst.Corporate Secretary Ceres Dawn Brown New Zealand, Proposal Manager LLC Senior Vice President David Preus Disaster Response Operations Director- Contract Subcontract Disaster Response Administrator Manager Proposal Manager Matt Sharpe Suzan Dunlop Tia Laurie Dawn Brown FEMA Reimbursement Senior Debris Specialist Management Advisor Karl Dix III Allen Morse Operations Personnel Based on Contract Needs L Ceres is structured so that one or two of the corporate officers can be absent from headquarters for extended periods of time in order to manage projects from the field. There are always one or two remaining at headquarters to ensure continuity of management. This proved very useful when Ceres was awarded a $1 billion contract by the U.S. Army Corps of Engineers to perform a disaster debris contract following Hurricanes Katrina and Rita, in which two of Ceres'officers were in the field in Louisiana for over six months. C E „ ESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Project Management In Ceres experience, disaster recovery is project-based. It is best managed using the principles of formal project management that are also embedded in the National Incident Management System and its Incident Command System (ICS). =System MINIMM=MMIIIIIIIr Corporate IMIIIMMIComoratetiealth Therefore, Ceres has organized its disaster See COC Pitied pmt see Safety response work in a manner fkgChart___. Administrator Manager_ o�cha,c_ that relies heavilon a sma0 heemal EMt !;nc:::At ject Area Area Logistics Area Area Commander under the Manager Manager Manager- Manager Administrator ICS.The PM is in charge of r Sector Sector o Sector Sector Sector Office Sector Sector Sector Office l'nternal all field production and also Sector Manager Manager Manager Staff Manager Manager Manager Staff Manager Manager Manager Staff Audit supervises a Project Ir. ... trrreer�titler.r es rer0 on- Administrator who is in IMP filir rain '' nor n charge of administrative sow morgir!"alp! Manager Manger*maw Wow Itlanagee Law functions on a project basis. The PM also 11111111111111111111M === `" " "'` mss,,, supervises the Project Ceres Project Management organization can be adjusted to fit the size of the project and Superintendent and the area of coverage by changing the number of Area,Sector and Site Managers. several Area Managers (whose quantity depends on the size of the project), who supervise Sector Managers, who supervise Site Managers. The Site Managers supervise a physical location, which may be a TDSR site, a debris loading site, or a demolition site, and the personnel they supervise are generally foremen or people physically performing the work. The Project Manager also supervises the work of a Logistics Manager and an Area Administrator, who are staff people. At the Sector level, it is customary to have office staff. This structure allows for optimal production since multiple crews(depending on project size)are supervised and maintained while all safety, data management, and tracking protocols are being met in conjunction with quality performance. The Project Administrator supervises the administrative staff on a field project. The staff provides support for the line managers and supervisors in the field on the jobsite. The Small Business Plan Administrator locates contracts with and administers relations with subcontractors. On large projects, the Small Business Plan Administrator may have clerical help, and will provide technical support for our subcontractors, such as assistance in preparing certified payrolls if required. The Information Technology (IT) department is responsible for tracking all types of data on the project, record keeping, and database management, and the accounting staff provides onsite support for Ceres personnel. Internal Audit The Internal Audit department is a critical component of the Ceres management team. During the work on Hurricane Katrina recovery, especially during the private property debris removal activities, Ceres' management noticed that the quantity of quality control personnel was very high compared with the quantity of traditional production personnel. In order to ensure that projects are proceeding as they should, and that personnel in all aspects of the project are performing as they should, Ceres has instituted the position of Internal Audit Manager, who supervises Audit Managers. These individuals review activities in the field as well as files in the office to be sure that all Ceres employees are doing their work as specified in the contract. The rigors of a Six Sigma program are not planned,but Ceres senior management believes that this addition to our organization will help us strengthen our performance. CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Project Safety Ceres maintains a Corporate Corporate Health and Health and Safety Officer to whom Safety Officer the Environmental Environmental Project Safety Manager and a Project Manager Manager Safety Manager report Outside Field Sector �� . . Services Mo7,d Environmental Sector Safe Sector Safe Aerial Safe�Administrative for each project ta.a l,ayj �t, r Managers Managers Manager Support underway. Sector momminimmon Managers report to theEmdmfunentid QfHeees Safely"kens and officers and Functional Environmental Field Monitoring and Functional Functional Safety Safety Specialists Specialists Specialists (H PPDR) Manager and Project , " w •:r- � . i_et�iiir ers. u,, Safety Manager, and Additional Safety Officers,Functional Safety Specialists and Sector Safety Managers can be functional specialists added as needed for coverage and to keep spans of control between three and five. work in the field with specialized training to fill specific needs such as asbestos inspections. The Project Safety Manager in the field is responsible to the Project Manager for monitoring safety conditions and developing measures for ensuring the safety of all assigned personnel. Project Contractor Quality Control The Contractor Quality Control (CQC) System CompanyAlternate CQC Officer . Manager reports directly System Cores CQC __..Manager... System to the Company Manager_. President in accordance Area CQC Area CQC Area CQC with best corporate Manager Manager Manager p Outside Services Administrative practice. Depending on (e.g.Ao"ns hardware) sector cQc Sector CQC Sector CQC Support the size of the event, the .., lar!-- Manager Manager organization can be cac air-- readily expanded by Functional Functional Functional .i adding additional Area Having the Quality Manager report directly to a company officer means that quality issues get and Sector Managers visibility at the highest levels in the company. and Functional Specialists. This allows us to maintain coverage and keep spans of control within the ideal three to seven direct reports. Company and Project Leadership Ceres will assign personnel resources to an event based on the size and scope of the disaster. The personnel resumes included in a separate section of this proposal represent the full spectrum of personnel immediately available to Ceres. They are assigned at a seniority level and in numbers commensurate with the event. This is in accordance with the principles of the FEMA Incident Command System. CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Key Personnel Resumes Management Oversight David A. McIn re, Sole Shareholder and President During the last 42 years, Mr. McIntyre has led the successful performance of over 120 FEMA reimbursed contracts distinguishing himself by his ability to efficiently apply capital resources, assemble teams of highly competent people, and provide a high-quality end result for satisfied customers. Mr. McIntyre has led the emergency response operations for hurricanes, ice storms, wind storms, earthquakes, and floods; collecting, transporting, processing, and disposing of millions of cubic yards of storm generated debris and providing temporary roofing installation. Mr. McIntyre has also provided leadership and direction to over 95 construction, demolition, abatement, clearing, and grinding projects for the federal government including U.S. Army Corps of Engineers, U.S. Navy, U.S. Army, U.S. Air Force, U.S. Department of Interior, U.S. Department of Agriculture, LA DOTD,TX DOT,and multiple cities,local municipalities,and public agencies. PROFESSIONAL EXPERIENCE • Hurricanes Hermine and Matthew 2016. Provided management oversight for over 20 individual projects following Hurricane Hermine in September and Hurricane Matthew in October. • Louisiana Flooding 2016. Provided management oversight for Ceres response to Louisiana floods in August following heavy rains. • Oklahoma Storms 2015. Provided management oversight to Ceres response to Winter Storms Cara and Goliath. Ceres responded to six different jurisdictions in Oklahoma. • Livingston Parish Waterway Cleanup 2015. Management oversight for Ceres response during the removal of vegetative, C&D and white goods debris removal in Louisiana. • Alabama Tornadoes 2014. Management oversight for Ceres response in several Alabama cities damaged by May tornadoes. Ceres provided removal and disposal services for eligible debris. • Winter Storm Pax 2014. Management oversight for Ceres response in Georgia and North Carolina. Ceres provided removal and disposal of storm-related debris in both states. • Winter Storm 2013. Management oversight for early winter storm in October 2013.Ceres provided removal and disposal of disaster-related vegetative debris in South Dakota. • Upper Midwest Ice Storm 2013. Management oversight for Ceres' response to spring ice storms in South Dakota and Minnesota, including work in rights of way, parks and waterways. • Hurricane Sandy 2012-2013. Management oversight for Ceres response in New York and New Jersey. Ceres performed multiple projects in New York and New Jersey. • Hurricane Isaac 2012. Management oversight of five separate contracts in response to Hurricane Isaac. Ceres provided recovery services to Jefferson Parish, Kenner, Livingston Parish, Denham Springs and St. Bernard Parish. • Winter Storm Alfred 2011. Provided management oversight for response to unseasonal snow- storm in the Northeast. Ceres managed over 320,000 CY of debris in two locations. • North Dakota Flooding 2011. Provided management oversight for emergency levee removal and repair projects after historic flooding in spring of 2011 near Minot, North Dakota. Ceres removed emergency levees and repaired damage to existing levees. • Hurricane Irene 2011. Provided management oversight for response to Hurricane Irene's impact on the Atlantic coast. Ceres managed 120,000 CY of debris in two locations. • Alabama Tornadoes 2011. Provided management oversight for response to record-setting tornadoes that hit the Southeast. Presided over four contracts in Alabama, including management of over 1 million CY of debris in Jefferson County. • New Zealand Earthquake 2011— present. Oversight of response to Christchurch earthquake. Established a New Zealand branch office of Ceres to work in conjunction with the Canterbury Earthquake Recovery Authority (CERA)to provide extensive disaster response services including debris management, design-build seismic stabilization, demolition/deconstruction/implosion services and large scale materials recycling operations. Working as a capital partner, developer and construction manager in the country to help salvage and repair damaged buildings. CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Haiti 2010-2013. Oversight of response to the devastating earthquake that hit Haiti in January 2010. Provided management oversight of a survey contract for the International Office on Migration, an $11M landfill management and debris reduction site contract for the Haitian Ministry of Public Works and Communications (MTPTC) and The World Bank, environmental remediation projects for World Vision and new construction in the country. • Hurricane Ike 2008, Presided over debris collection, transportation, and disposal on 11 different contract locations in Texas and Louisiana • Hurricane Gustav 2008, Oversight of collection, transportation, processing, and disposal of over 1.9 million cubic yards of debris; Trimming and removal of hazardous trees in Louisiana • Hurricane Dolly 2008, Provided oversight and management guidance in debris collection, transportation, recycling, and disposal in Texas • Hurricane Wilma&Rita 2005, Directed debris collection,transportation,and disposal; Emergency temporary roofing installation in Florida • Hurricane Katrina 2005, Lead Project Manager for collection, transportation, processing, and disposal of over 13 million cubic yards of debris; Trimming and removal of over 165,000 hazardous trees; Asbestos abatement and demolition of 916 buildings; Decontamination and disposal of over 315,000 white goods in 11 Louisiana Parishes; Emergency temporary roofing installation of over 21,000 buildings in 32 Mississippi counties • Hurricane Ivan 2004, Project Manager in collection, transportation, and disposal of over 680,000 cubic yards of debris including the processing of over 505,000 cubic yards of debris in Florida • Hurricane Jeanne& Frances 2004, Managed the collection, transportation, and disposal of over 404,000 cubic yards of debris in 13 Florida counties • Hurricane Charley 2004, Directed Debris collection, transportation, and disposal; Emergency temporary roofing installation in 4 Florida counties • Hurricane Isabel 2003, Project Management to debris removal and disposal in Virginia • Hurricane Floyd 1999, Lead Project Manager to debris removal and disposal in North Carolina • Oklahoma City Tornadoes 1999. Lead project manager for USACE contract providing debris removal, managing multiple debris sites, and demolishing damaged residential structures. • Hurricane Georges 1998, Presided over collection and disposal of over 2.3 million cubic yards of debris; Management of 17 TDSR sites; Emergency temporary roofing installation on over 3,000 buildings in Puerto Rico. • Hurricane Fran 1996. Project management for USACE contract providing debris removal, reduction and site management. • Hurricane Andrew 1992, Lead Project Manager to debris collection, transportation, and disposal; Provided USACE with 25 new chippers/grinders with 48 hours in Florida EDUCATION/CERTIFICATIONS • Graduate coursework in Physics, Chemistry, and Mathematics from the University of Minnesota Institute of Technology and University of Minnesota • Licensed Florida General Contractor CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services David A. Preus, Senior Vice President, Pro'ect Mana s er Mr. Preus has been employed for 19 years with Ceres Environmental Services, Inc. directing the Emergency Management Services Division and providing project management on over 60 FEMA reimbursed disaster recovery contracts including hurricanes, tornadoes, ice storms, wind storms, and floods. Mr. Preus leads and provides overall guidance to the company's Emergency Response Team in the areas of preparatory, mobilization, and implementation of operations. Mr. Preus has participated in 16 USACE emergency recovery contracts with Ceres as prime contractor. PROFESSIONAL EXPERIENCE • Hurricanes Hermine and Matthew 2016. Provided management oversight for over 20 individual projects following Hurricane Hermine in September and Hurricane Matthew in October. Also worked in the field as project manager after Hurricane Matthew. • Louisiana Flooding 2016. Provided management oversight for Ceres response to Louisiana floods in August following heavy rains. • Oklahoma Ice Storms 2015. Provided management oversight to Ceres response to Winter Storms Cara and Goliath. Ceres responded to six different jurisdictions in Oklahoma. • Livingston Parish Waterway Cleanup 2015. Management oversight for Ceres response during the removal of vegetative, C&D and white goods debris removal in Louisiana. • Alabama Tornadoes 2014. Management oversight for Ceres response in several Alabama cities damaged by May tornadoes. Ceres provided removal and disposal services for eligible debris. • Winter Storm Pax 2014. Management oversight for Ceres response in Georgia and North Carolina. Ceres provided removal and disposal of storm-related debris in both states. • Upper Midwest Ice Storm 2013. Led Ceres'debris management prime contracts in South Dakota and Minnesota, including work in rights of way, parks and waterways. • Hurricane Sandy 2012-2013. Management oversight for Ceres' response in New York and New Jersey. Ceres performed multiple projects in New York and New Jersey as prime contractor. • Hurricane Isaac 2012. Management oversight of five separate contracts in response to Hurricane Isaac. Ceres provided recovery services to Jefferson Parish, Kenner, Livingston Parish, Denham Springs and St. Bernard Parish. • Winter Storm Alfred 2011. Provided management oversight for response to unseasonal snow- storm in the Northeast. Ceres managed over 320,000 CY of debris in two locations. • Hurricane Irene 2011. Provided management oversight for response to Hurricane Irene's impact on the Atlantic coast. Ceres managed 120,000 CY of debris in two locations. • Alabama Tornadoes 2011. Provided management for Ceres' response to record-setting tornadoes as Ceres hauled 1,191,553 CY of debris, reducing the vegetative portion by grinding. • Haiti Earthquake 2010-2013. Project Manager working with the International Organization for Migration on camp population and needs. Managed transitional housing prototypes. Participated in World Bank-financed 4.15 million CY rubble recycling project. • Hurricane Ike 2008, Project management and operations management in 3 counties in Texas to clear and haul hurricane debris under Ceres' USACE ACI contract. • Hurricane Gustav 2008, Project oversight for three contracts totaling over 2,000,000 cubic yards for debris removal and disposal, trimming and removal of hazardous trees, and removal and disposal of white goods in Louisiana. • Hurricane Katrina 2005, Project Manager for emergency temporary roofing installation on more than 21,000 homes and buildings throughout 32 MS counties.Assisted in removal of over 13 million cubic yards of debris throughout 11 LA Parishes. EDUCATION/CERTIFICATIONS • General Management Program, Harvard Business School, Boston, MA, completed May 2014 • MBA, University of Minnesota Carlson School of Management • Bachelor's degree, History, University of Minnesota • Department of Homeland Security GS-202, Debris Management • USACE CQM, FEMA IS-100, and First Aid/CPR certified CE „ ESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Personnel (Alphabetically by Last Name) Rick W.Adams, Health and Safe Officer Mr. Adams serves as a Health and Safety Officer for Ceres Environmental Services, Inc. Mr. Adams has U.S. and international field experience as well as a long history of safety training and occupational safety analysis. Mr. Adams has a long record supervising safety for projects in many different fields and locations. Mr. Adams holds multiple safety certifications, is a certified nurse and EMT, and was honorably discharged from the U.S. Army after fourteen years of service. He is fluent in English and Spanish. PROFESSIONAL EXPERIENCE • Safety Supervisor Fluor Constructors; Inverness, Pensacola and Tallahassee, FL;09/10 to 01/11. Conducted new-hire safety orientations at the Withlacoochee Technical Institute in Inverness, FL for all Citrus County, FL Qualified Community Responders(QCRs)for the BP Gulf Coast Recovery Project. Supervised safety during beach clean-up operations at Fort Pickens, FL. Conducted general safety audits at the warehouse facility and lay-down yards in Tallahassee, FL. • Site Safety & Health Officer (SSHO) Ceres Environmental Munster Indiana and Des Moines, Iowa. 06/10 to 07/10. USACE Contract EM 385-1-1, Heavy construction of berms. Duties included observing site activities to ensure completion in accordance with the Accident Prevention Plan and the Site Safety and Health Plan. • Safety Lead Fluor Constructors, Roxana, Illinois, 11/08 to 06/10. Performed duties as Field Safety Lead, supervising seven field Area Safety Supervisors at the ConocoPhillips Wood River Refinery CORE Expansion Project. • Safety Manager General Electric/Granite Services, Tampa, FL, 2005-2008. Served in various safety capacities on projects located from Maine to Uruguay. Performed site safety audits, safety training and compliance with company procedures. Conducted weekly safety meetings and ensured compliance with project standards. • Safety Manager Titan Contracting and Leasing Inc., Owensboro, Kentucky, 10/05. OMU Miscellaneous plant and boiler repairs. Responsible for all permitting, i.e.,confined space, hot work and area work. Conducted and documented daily Safety Meetings. • System Safety Coordinator Zachry Construction Corporation area office, Mt Carmel, Illinois, 09/04 to 09/05. System consisting of 12 Cinergy System Power Plant sites located in Illinois, Indiana, Ohio and Kentucky. Conducted new-hire orientations and employee training in a wide variety of areas, including OSHA Annual Awareness training. • Project Safety Manager National Boiler Services Inc, Trenton, Georgia 02/04 - 09/04. Managed project safety during power plant and paper mill shutdowns. Project scopes ranging from extensive boiler repairs to demolition and replacement of pulverize units. • Safety Manager Titan Contracting and Leasing, Inc., Owensboro, Kentucky, 12/01 — 11/03. Construction of three LM6000 40-megawatt simple-cycle power units(GE Norway Packages). Daily manpower 200+. Responsible for developing and implementing project-specific safety program, including emergency response procedures. Project expended approximately 90,000 man-hours with no days-away cases and no recordable injury cases. EDUCATION/CERTIFICATIONS • 510 & 500 OSHA Construction Outreach Trainer#C0015606 • Construction Site Safety Technician (CSST) Instructor. National Certification and Registry • Academy of Health Sciences (Military Academy), Fort Sam Houston, Texas. Nursing • City Colleges of Chicago, Emergency Medical Technician • Other safety training: Dupont STOP Course; Supervising Safety; Accident Investigation; Accident Reporting and Classification; Defensive Off-Road Driving; Drug and Alcohol Awareness; Shell Enhanced Safety Management; Respiratory Protection; Job Safety Analysis; Electrical Safety: Land Seismic Firefighting; Lockout Tag-Out and Confined Spaces; Crane Safety; Trenching and Excavations; Atmospheric Hydrocarbon Testing; Hazard Communication; Materials Handling; Fire Prevention; Industrial Hygiene; Substance Abuse; Rigging and Sling Safety; Sling Signals; Barricades; Process Safety Management; Scaffold Training; PPE and Fall Protection; Pre-Job Safety Planning; Inspections, Audits, Observations; and OSHA from the Contractors Prospective CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-7 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Jason Alber, Pro'ect Su.erintendent Mr. Alber has been on project management teams for disaster recovery responses following widespread flooding. Mr.Alber was in the U.S.Army for seven years,working with patrols and Special Forces agencies involved in security and searching. He has also operated and conducted private investigator missions. PROFESSIONAL EXPERIENCE • Hurricane Harvey 2017. Project Manager for Ceres response to the City of Katy and the City of Wharton in Texas. • Louisiana Floods 2016.Assistant Project Manager for Livingston Parish, removing 850,000 cubic yards of debris throughout the Parish and 20,000 units of white goods ruined in the flood. • Louisiana Floods 2016. Project management for Ceres response to the City of Denham Springs. Began job as Project Superintendent and closed as Project Manager, overseeing removal of more than 250,000 cubic yards of flood debris. • Supervisor with Thorson Security, 2012-2016. Sold and managed day to day operations at local hotels and establishments that contracted for security needs. Operated and conducted private investigations of standard and non-standard duties. • U.S. Army, Human Resources Assistant, 2010-2012. Responsible for performing office automation work using software applications. Served as a canine handler and trainer for Department of Defense and Special Forces agencies. • U.S.Army, Desk Sergeant,2009-2010. Responsible for managing and coordinating roving patrols providing safety and protection of Fort Leonard Wood, Missouri. Reported on all major incidents affecting military populations. • U.S. Army, Canine Handler and Trainer, 2003-2009. Trained 12 canine teams with continuous rotations in and out of combat situations as well as supporting local agencies. Additional functions included organizing/coordinating competitions with multiple vendors and participants, searching and presenting at community events, and presentations for various recruiting commands. EDUCATION/CERTIFICATIONS • BA in Business Administration from Upper Iowa University, emphasis in Emergency Management • Louisiana State Security License • Warrior Leadership Course CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-8 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 11.• - • ti - ••• Il• 1 • •er Mr. Beevers has been in environmental services for the past 15 years, starting in dirt work and contracting and moving to disaster response and mobile recycling. He has experience managing employees along with hiring, scheduling, and managing subcontractors for large projects, and has responded to disasters such as Hurricane Ike, ice storms in Kentucky, and the 2011 Spring tornadoes in Alabama. During the clean-up in El Paso County, Colorado following the Black Forest Fire, Mr. Beevers worked directly with the County to ensure the project was completed in accordance with FEMA guidelines. PROFESSIONAL EXPERIENCE • Hurricane Matthew 2016. Project manager for debris removal project in Beaufort County, South Carolina. Oversaw debris collection and removal from County-wide public and private roads and rights-of-way, resulting in over 1,000,000 cubic yards of debris collected. • Hurricane Hermine 2016. Project manager for debris removal project in Taylor County, Florida following a September hurricane. Oversaw collection of vegetative and C&D debris, as well as white goods and household hazardous waste. • Louisiana Floods 2016. Project manager for Ceres response to the City of Zachary following August flooding. • Louisiana Levee Construction 2014-2015. Fleet Logistics Manager for USACE levee construction projects in LA. • Winter Storm Pax 2014. Truck Boss for ice storm clean up in Guilford County, North Carolina. • Black Forest Fire 2013. Superintendent for debris removal following forest fire in El Paso County, Colorado. • Upper Midwest Ice Storm 2013. Project manager/Truck Boss in Rapid City, SD debris removal project as well as mulch haul superintendent. Knuckleboom operator in Minneapolis for stump removal project. • 2011-2013: Superintendent, Mobile Recycling U.S.A. Gallup New Mexico. Managed a recycling company with 22 locations within three (3) states: New Mexico, Arizona, and Colorado. Tasks included: Hiring and managing of 40-50 employees, seeking out properties to place mobile recycling units, daily inventory of all goods purchased from all locations, scheduling pick up of all goods brought to the processing plant where materials were separated, processed, and packaged to be sold to brokers. • 2008-2010: North Valley Dirt Work and Contracting. Started a Disaster Relief Division through North Valley Dirt Work and Contracting. Responded to Hurricane Ike in 2008, followed by the Kentucky ice storms in 2009,and the 2011 Alabama tornadoes. Equipment included two(2)grapple trucks, three (3) dump trailers. Tasks included: Managing of employees, scouting of areas for cleanup, and operating grapple trucks. • 2006-2008 North Valley Dirt Work and Contracting.Opened a commercial development division. Tasks included: 150-200 acres subdivisions, permitting, bidding of projects and managing from start to finish. Managing 25-30 of our own employees along with hiring, scheduling and managing subcontractors to construct the sub-divisions. • 2005-2007: Beevers Construction. Founded company and began building custom homes as well. I continued to supervise both companies. Custom Home building tasks consist of: Permitting, construction of the house pads, roadwork, and underground utilities, supervising all subcontractors for the concrete, framing, roofing and interior design of homes until completion. • 2001-2007: North Valley Dirt Work and Contracting. Originally supervised 15-20 employees during preliminary dirt work of constructing custom homes and small businesses. Preliminary work consisting of house pads, septic systems, underground utilities, roads and drainage. Tasks included: bidding of jobs, ordering of materials, scheduling, and completing jobs on time. CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-9 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Stanle I - . •' . . •er Mr. Bloodworth has more than 35 years of Project Management experience in the construction and disaster recovery industry. His professional career includes a 25-year tenure with the U.S.Army Corps of Engineers, where he held a variety of construction coordination and management roles. After leaving the Corps, he entered the private disaster recovery industry serving as a project/program manager, senior project manager, operations manager and vice president of operations. He is a highly-skilled, boots-on-the-ground manager of disaster recovery projects, specifically those requiring expertise related to removal, reduction and final disposition of vegetative, construction, demolition and hazardous debris. PROFESSIONAL EXPERIENCE • Louisiana Floods 2016. Project Manager for Livingston Parish project involving clean-up following heavy rains and flooding in Louisiana in August 2016. • Texas Floods 2016. Project Manager in Bastrop County following flooding in the county. • Winter Storm Goliath 2015. Project Manager for clean-up of several cities and counties under the Oklahoma Emergency Management Authority following Winter Storm Goliath over Christmas 2015. • Winter Storm Pax 2014. Operations Manager for Columbia County clean up after Winter Storm Pax. Managed removal and disposal of over 500,000 CY of debris. • June Microburst Storm 2013. Project Manager for cleanup project of debris and tree removal in Albemarle, NC following a summer microburst storm. • U.S.Army Corps of Engineers 2006-2011. Numerous large-scale U.S Army Corps of Engineers, multiple state DOT and municipality debris removal and heavy construction contracts. Specifically two debris removal and one heavy construction contract with the Minneapolis-St. Paul District Army Corps of Engineers. These USACE contracts were part of the recovery effort following the Mouse River Flood of Spring 2011 in Minot, North Dakota Duties required and successfully-completed, included constant, 24/7 communication and availability with the Minot, USACE Disaster Recovery field office and its project engineer and contracting officer. Possessed complete knowledge and responsibility of all contract operation management functions. Retained full authority as company officer to commit to any/all requirements of the contracts including preparation, negotiation and execution of any additional contracts or change order/modifications. Managed preparation and implementation of all aspects of Quality Control, Accident Prevention, Regulatory and Operation Planning.Worked closely with local and state officials to insure all proper permits and licenses were requested and in place prior to and during performance of these contracts. Supervised subordinate managers. • 2004— 2006: Program/Project Manager for Disaster Recovery Operations where he served on numerous disaster recovery contracts including: • 2004 Hurricane Charley Tampa, Orlando, Deltona, Daytona, Florida • 2004 Hurricane Frances, Tampa, Daytona, Jacksonville, FL • 2004 Jeanne, Daytona, FL • 2004 Tropical Storm Ivan, Perdio Key, FL/Pensacola Beach, FL • 2004 Tropical Storm Dennis, • 2005 Hurricane Katrina, Louisiana • 2005 Hurricane Wilma, Miami • 2008 Hurricane Ike, Galveston, TX EDUCATION/CERTIFICATIONS • Holds and has held numerous USACE certifications including: CQM, materials laboratory technician, flexible pavement and concrete inspection, nuclear density operator, civil engineering technician • OSHA 30 • CPR/First Aid • Coursework, University of Mississippi CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-10 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services William Dou• Bowen,Cor•orate Safe Officer Mr. Bowen serves as the Corporate Safety Officer for Ceres Environmental Services, Inc. Mr. Bowen is knowledgeable in SEMS,OSHA,EPA, DOT(including PHMSA), BSEE and PSM regulations. He has senior management experience with various companies and more than 15 years of specialized expertise in QHSE, DOT and Security Program development and implementation. Additionally, his experience includes managing Human Resources-related business, such as Worker's Compensation, EEOC and HIPPA. PROFESSIONAL EXPERIENCE • Safety Manager, Ceres Environmental Services, Inc., October 2016 to present. • HSE Manager, Canon Business Process Services, June 2013—January 2016 o Worked closely with client's SSHE Team to ensure all HSE risks associated with the program were understood and appropriate systems, procedures, training and resources were in place to manage the risks. o Established appropriate procedures to ensure operations were undertaken in accordance with the projects overall HSE Management System. o Ensured all HSE reporting was of good quality and was issued on time. Reviewed Safety Performances and developed contractor programs to ensure continuous improvement. o Directed meetings and training o Integrated Training Matrix o Championed the client's internal BBS program and continual improvements efforts throughout CBPS • Corporate QHSE Manager, W-Industries, Inc., July 2005- February 2013 o Reported directly to CEO o Handled all levels of QHSE and HR (Training, WC, and Drug &Alcohol) o Implemented HSE for Supervisors o Negotiated premiums with Company Insurance o Directed all meetings and training (to include QMS, OSHA, BSEE, and PHMSA) o Integrated Training Matrix (OQ for All, ISN) o Very successful with merging QHSE and Operations o Integration of QMS that earned ISO 9001 certification (DNV: NCR Process (Cradle to Grave), Internal Procedures, ECN o Contractor Selection Process (contracts, audits, etc.) o Implemented compliance with SEMS (API RP 75)with all clients • HSE Specialist Manager, varying private sector companies, 1996-2004. Progressively promoted into positions with increasing responsibility. EDUCATION/CERTIFICATIONS • Environmental Science Specialty: Industrial Hygiene and Occupational Health and Safety, University of Houston at Clear Lake/San Jacinto College • HAZWOPER Certification • COSM (Certified Occupational Safety Manager), 2016 • COSS (Certified Occupational Safety Specialist), 2006 • TECLEOSE Certification (Peace Officer) CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-11 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services David A. Daven•ort, Health and Safet Officer Mr. Davenport serves as a Health and Safety Officer for Ceres Environmental Services, Inc. Mr. Davenport has 24 years of experience in the construction industry, 10 within the federal construction sector. He holds multiple certifications from OSHA, is USACE certified in CQM, Red Cross certified in First Aid and CPR, and is working on his second master's degree, in Business Administration. PROFESSIONAL EXPERIENCE • Site Safety& Health Officer August–September 2011, Minot and Ward County, ND. Removal of emergency levees, rock, rubble and other associated materials from spring 2011 flood fight. • Site Safety & Health Officer/Quality Control Manager June – August 2011. On assignment in Lawrence and Limestone Counties, Alabama; contracted with U.S. Army Corps of Engineers to manage post-tornado remediation. Management oversight of all field Quality Control Managers. Composed and implemented Accident Prevention Plan, Environmental Protection Plan and Accident Hazard Analyses (AHA's)for each definable and sub-definable feature of work. Chaired daily, weekly, and monthly safety meetings. Produced all required daily and weekly safety reports for internal use and for submission to the Corps. Oversight of extraction and disposal of HTRW (Hazardous, Toxic and Radioactive Waste)under dictates of EPA statutes. • Site Safety & Health Officer / Alternate Quality Control Manager, Birdland Levee Systems Improvements Project. July 2010–June 2011. Project location: Des Moines, IA/ US Army Corps of Engineers, Rock Hill District (Rock Hill, IL). Managed extraction and disposal of HTRW (Hazardous, Toxic and Radioactive Waste) under dictates of EPA statutes. Monitored Quality Control Management(QCM)system in an auxiliary capacity. • Site Safety & Health Officer/Environmental Manager – Better Built-Clark [Mentor-Protégé Construction Management Team], Middletown, OH February 2009 – July 2010. Project location: Wright-Patterson Air Force Base for US Army Corps of Engineers, Dayton, OH. 52,000 SF dormitory project. • Project Manager – Clark Construction Co., Inc., Lansing, MI, March 2007 – November 2008. Formed SBA Mentor-Protégé teaming arrangement with Better Built Construction of Middletown, OH. Participated in heavy Quality Assurance and Safety Regulation monitoring. • Business Development Manager (Federal)– Better Built Construction Services, Inc., (Exclusive Department of Defense General Contractor)Trenton, OH, July 2005–July 2006. • Estimator(Federal)–K-Con, Inc. (Exclusive Federal General Contractor), Charleston, SC, Sept. 2003 – July 2005. Estimated dozens of U.S. Army Corps of Engineers projects nationwide. Conducted extensive sourcing of nationwide GC's, Subcontractors and Building Erectors. • Project Manager Assistant/Assistant to Director of Field Operations – Construction Professionals, Inc., Mt. Pleasant, SC, Mar. 2002 – August 2003. Conducted all aspects of Estimating, Vendor Price Negotiations, Project Management Support. EDUCATION/CERTIFICATIONS • MBA in International Business, Liberty University, Lynchburg, VA(in progress). • MA, Counseling Psychology/Theology, Colorado Theological Seminary, Wheat Ridge, CO • BA, Counseling Psychology, Colorado Theological Seminary, Wheat Ridge, CO • Construction Quality Management for Contractors (CQMC/QCM): U.S. Army Corps of Engineers • OSHA 30 Certified; OSHA HAZWOPER Certified; OSHA Emergency Response Certified; OSHA Management—Certified Competent Person—Excavations; OSHA Management—Certified Competent Person—Fall Protection; OSHA Management—Certified Competent Person— Contractor Safety & Health; OSHA Certified—PPE (Pers. Protect. Equip.)—Common; OSHA Certified—PPE (Pers. Protect. Equip.)—Special; OSHA Certified—Scaffold Erection & User Guidelines; OSHA Certified—Hazardous Materials/Hazardous Waste Recognition and Containment. • Hazardous Materials and Hazardous Waste Certified (RCRA) • Red Cross certified in CPR and First Aid • EP 500-1-1 USACE Civil Emergency Management Program • FEMA P-325 Public Assistance Debris Management CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-12 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Gre• • S. Dawkins, FEMA Reimbursement Liaison Mr. Dawkins has more than 25 years of wide-ranging emergency management and homeland security experience working with local, state, and federal government as well as the private sector. This includes 13 years as an emergency manager with the Florida Division of Emergency Management and more than 10 years as a private contractor/consultant. Mr. Dawkins is experienced and knowledgeable with the National Incident Management System (NIMS), Incident Command System, the National Response Framework, FEMA's Hazard Mitigation Assistance, Public Assistance (including debris management), and Individual Assistance programs. PROFESSIONAL EXPERIENCE • Florida Division of Emergency Management, Tallahassee, Florida, Operations Chief/ Planning Manager/Program Administrator. Operations Chief, State Emergency Operations Center(EOC)from 1996-2001 responsible for coordinating statewide response working with each of Florida's emergency support functions(ESFs)and their local and federal counterparts to support local response efforts. Responsibilities included: evacuation coordination; mission assignments; resource coordination; logistics; conflict resolution; and public information coordination. Managed implementation of the federal Emergency Planning and Community Right-To-Know Act (EPCRA) and Risk Management Planning requirements under the federal Clean Air Act Amendments, Section 112(r). Managed implementation of the Florida Hazardous Materials Emergency Response and Community Right-to-Know Act of 1988. Managed annual review/approval program for regional and county hazardous materials plans and county Comprehensive Emergency Management Plans (CEMPs). Planning Manager of the Hazardous Materials Compliance Planning Program's Compliance Verification/Enforcement Unit from 1989-1996. Managed compliance and enforcement program for over 13,000 public and private sector facilities regulated under EPCRA and the Florida Hazardous Materials Emergency Response and Community Right-to-Know program. • ICF International, Fairfax, Virginia, Senior Manager/Project Manager. Project Manager for numerous emergency preparedness planning,training, and exercise projects for federal,state,and local government programs. Responsibilities included contract management, regular client interface, final review/approval of all contract deliverables, and general oversight of all project activities. Developed all hazards planning tools and resources including continuity of operations/ continuity of government (COOP/ COG) plans, comprehensive emergency management/ emergency operations plans, terrorism response plans, pandemic preparedness plans, and standard operating procedures. Designed, developed, conducted, and evaluated numerous comprehensive exercise programs for federal, state, and local clients. • Research Planning, Inc./Titan, Fairfax,Virginia, Project Leader. Project Leader of the Indiana Terrorism Consequence Management Program responsible for overseeing the development of 69 County Terrorism Plans. Reviewed and provided recommendations for revision to the State of Indiana Emergency Management Agency's Comprehensive Emergency Management Plan. Designed,developed and conducted chemical-biological WMD workshops,tabletop,and functional exercises for 18 counties involving all emergency support functions. • Apalachee Regional Planning Council (ARPC), Blountstown, Florida, Regional Planner. Coordinated the hazardous waste management program for small quantity and large quantity generators of hazardous waste for the nine counties that constitute the ARPC pursuant to the federal Resource Conservation and Recovery Act under the Environmental Protection Agency. Developed one regional and nine county comprehensive hazardous waste assessment plans. Conducted technical assistance and compliance workshops for public and private sector for environmental management and emergency preparedness. EDUCATION/CERTIFICATIONS • B.S., Urban & Regional Planning, University of Southern Mississippi, 1982 • Certified in Homeland Security Exercise and Evaluation Program (HSEEP) • Certified FEMA Evaluator for the Radiological Emergency Preparedness (REP) • Certified Business Continuity Professional, Disaster Recovery Institute International (pending) • SECRET security clearance. CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-13 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Karl A. Dix, Ill, FEMA Liaison, Pro'ect Su•erintendent Mr. Dix's experience includes project management; quality control of operational and administrative functions to ensure FEMA eligibility, compliance with State regulations and adherence to contract specifications; review of FEMA eligibility and processing of FEMA paperwork; training sessions with clients; and development of new record-keeping systems. His responsibilities include developing business relationships with current and potential clients; development of strategic plans; and management of assigned projects. PROFESSIONAL EXPERIENCE • Southeast Tornadoes 2017. Operational oversight for debris removal and disposal project in the City of Albany, GA. • Hurricane Matthew 2016. Project Manager for Charleston County, SC and Bald Head Island, NC debris removal and disposal projects following Hurricane Matthew in October. • Hurricane Hermine 2016. Project Manager for Glynn County, GA debris removal and disposal project. • Oklahoma Ice Storms 2015. Quality control and assurance for debris removal and disposal projects for Oklahoma Emergency Management Authority, Oklahoma City, and Warr Acres following severe winter storms. • Winter Storm Ulysses 2014. Quality control and quality assurance for NCDOT project resulting in the removal and disposal of 300,000 cubic yards of ice storm debris. Reviewed contract for FEMA eligibility and ensured overall project performance to contract specifications. • Winter Storm Pax 2014. Quality control and quality assurance for Columbia County, GA project resulting in the removal and disposal of 500,000 cubic yards of ice storm debris. Reviewed contract for FEMA eligibility, drafted FEMA compliant inter-local agreements and ensured performance of the project to contract specifications. • Black Forest Fire 2014. Project support for El Paso County, CO contract resulting in the removal of over 1,500 fire-damaged trees. Provided operational planning in support of the PM. • Mississippi/Alabama Tornadoes 2014. Quality control and quality assurance to 4 projects resulting in the removal and disposal of 200,000 cubic yards of tornado debris. Oversaw contract negotiations and reviewed contract for FEMA eligibility. • Hurricane Sandy 2012-2013. Program lead, project administration, safety and support for multiple projects in NJ and VA. Removed roughly 150,000 CYs across all projects. • Hurricane Isaac 2012. Program lead, project administration, safety and support in response to Hurricane Isaac. Removed over 1,000,000 CY of debris from Mississippi River levees in Plaquemines Parish. • Virginia Derecho 2012. Program lead/project manager for debris site management, grinding and disposal following a derecho event impacting Virginia. • North Dakota Flooding 2011. Program lead, project administration for USACE emergency debris removal and mobile home group site construction missions after historic flooding in spring of 2011 near Minot, North Dakota. • Hurricane Irene 2011. Program lead, project administration, safety and support for response to Hurricane Irene's impact on the Atlantic coast. Removed over 110,000 CY of debris on 5 projects. • Alabama/Tennessee Tornadoes 2011. Program lead, project management and administration, safety and support for three debris projects and one haul and install THUs in response to the April tornadoes. Removed over 240,000 CY across two municipal projects. • North Carolina Tornadoes 2011. Program lead, project management and administration, safety and support for response to NC tornadoes on 3 separate projects. Removed over 130,000 CYs of disaster debris. EDUCATION/CERTIFICATIONS • Bachelor of Business Administration, Emory University • Master's of Science in Threat and Response Management, University of Chicago (in progress) • FEMA IS 100, 631, 632, 700, 701, 703, 800 CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-14 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Gail M. Hanscom, Pro'ect Administration Ms. Hanscom has provided contract administration or project management to multiple debris removal projects. Ms. Hanscom, in conjunction with her project management, also manages preparatory, mobilization, and implementation phases of emergency response actions for debris projects. She has performed multiple duties supervising field operations including oversight for mobilization, accounting, planning and scheduling, documentation, and data management. Ms. Hanscom has also functioned as Project Superintendent and Area Manager. PROFESSIONAL EXPERIENCE • Hurricanes Hermine and Matthew 2016.Contract administration for activated contracts in Florida, Georgia, South Carolina and North Carolina following Hurricanes Hermine and Matthew. • Louisiana Floods 2016. Contract Administration for three contracts in Louisiana after heavy rains and flooding in August. • Oklahoma Ice Storms 2015. Contract Administration for debris removal and disposal projects in Oklahoma following Winter Storms Cara and Goliath. • February—August 2014. Contract Administration for cleanup efforts for Columbia County GA and NCDOT; and post tornado cleanup efforts for Adamsville, Graysville, and Kimberly AL. • June 2013 Wind Storm — Minneapolis, MN. Project Manager for on-going cleanup efforts following one of the most wide-spread and severe storms to hit the city in the past two decades.To date, 3,000 trees and over 2,000 loads of debris have been removed. • Ice Storm 2013—Worthington, MN. Project Manager for citywide cleanup of ice damaged trees. Managed removal of hazardous hangers from over 8500 trees, hauling of 80,000 CY of debris and removal of 775 storm damaged trees. • Ice Storm 2013—Sioux Falls, SD. Project Management and Contract Administration for ice storm cleanup. Ceres hauled over 15,000TN of ice storm debris. • Hurricane Sandy 2012-2013. Contract management and acted as client liaison for Ceres response in New York and New Jersey. • Hurricane Isaac 2012.Contract management and acted as client liaison for five separate contracts in response to Hurricane Isaac. Ceres provided recovery services to Jefferson Parish, Kenner, Livingston Parish, Denham Springs and St. Bernard Parish. • Winter Storm Alfred 2011. Provided contract management and acted as client liaison for response to early snow-storm in the Northeast. Ceres managed over 320,000 CY of debris. • Hurricane Irene 2011. Project Manager for Greenville, NC response and recovery efforts.Oversaw debris removal, hauling and disposal and tree and limb trimming. Ceres removed 113,512 CY of debris, trimmed 2,111 hangers, and removed 71 trees. • Alabama Tornadoes 2011. Project Manager for Jefferson County, Alabama. Managed removal and reduction of over 1 million cubic yards of tornado debris. • Haiti Earthquake 2010. Project Manager of the Registration Process of the displaced populations in the hundreds of established and spontaneous camps in the seven commune area surrounding Port-au-Prince and the outlying areas. • Hurricane Ike 2008. Project Manager of the Chambers County cleanup; Hauled 330,000 cubic yards meeting the County's deadline for completion of work while maintaining very high safety standards in Texas • Hurricane Katrina 2005. Project Superintendent and interim Project Manager for Operation Blue Roof in Hattiesburg, Mississippi. Responsible for accounting, planning and scheduling of daily assignments, data management, and general contract administration. Responsible for final reconciliation of payment to subcontractors. EDUCATION/CERTIFICATIONS • Bachelor's degree, Business Management, Northwestern College, Minnesota • Department of Homeland Security GS-202, Debris Management • USACE CQM certified • FEMA certified ICS-100, ICS-200, IS-300, IS-400, IS-700 • First Aid/CPR certified CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-15 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services u. t . . . i - i • - u. 1. 4er Mr. Hansen brings over 21 years of resources management to Ceres Environmental Services, Inc. Mr. Hansen has been instrumental in several debris and construction projects providing support in the areas of operations, logistics, safety, heavy equipment, ground equipment and purchasing. In addition to logistics and resources management to emergency response projects, he oversees the day to day management and maintenance of office equipment, safety equipment, mechanical equipment, heavy equipment, electronic equipment, and fleet vehicles. PROFESSIONAL EXPERIENCE • Hurricane Isaac 2012 Operations and Logistics Manager for recovery efforts in Louisiana. • Winter Storm Alfred 2011 Operations and Logistics Manager for recovery efforts in two Connecticut contracts. • North Dakota Flood Recovery 2011 Operations and Logistics Manager for shipping supplies and equipment for three flood recovery projects. • Hurricane Irene 2011 Operations and Logistics Manager for shipping supplies and equipment for two hurricane recovery projects. • Alabama Tornadoes April 2011, Operations and Logistics Manager for shipping supplies and equipment to and between four projects. • New Zealand Earthquake 2011 —Present. Logistics Manager in charge of shipping supplies and equipment for operations in New Zealand. • Haiti Earthquake 2010-Present, Logistics Manager in charge of shipping supplies and equipment for operations in Haiti. • Ice Storm 2009, Operations and logistics management and support for debris removal and disposal from county rights-of-ways in Kentucky • Hurricane Ike 2008, Operations and resources management for debris removal and disposal for 11 different locations; Logistics management of positioning, establishing and set up of field offices in Texas • Hurricane Gustav 2008, Resources and operations management for debris removal and disposal in Louisiana; Positioned, located, and set up of field offices including maintenance • Hurricane Dolly 2008, Operations, logistics, and resources management and support providing critical resources such as equipment, personnel, office equipment, and networks to debris removal and disposal in Texas • Iowa Flood 2008, Project administrative and operations support for debris removal due to Cedar River flooding in Iowa • Flood Control, Rio Puerto Nuevo, Rio Fajardo 2007, Operations, logistics and resources management to Floodway Control project in Puerto Rico including shipping and receiving equipment • Ice Storm 2007, Operations and resources management to debris removal in response to Winter Ice Storm in Oklahoma • Hurricane Katrina 2005, Operations and logistics management support to debris removal, processing, and disposal operations of over 13 million cubic yards of storm debris in Louisiana • U.S. Coast Guard, Auxiliary Service Engineer, EMT, Fuel/Oil & Water Engineer, and Machinery Technician which included responsibility of mechanical engineer on station and watercraft providing oversight to engines, boilers, generators, propulsion units, HVAC units, watercraft and aircraft refueling EDUCATION/CERTIFICATIONS • Forestry, Biology, and Business Management, Northland College, Wisconsin. • FEMA certified ICS-100, ICS-200, IS-300, IS-400, IS-700 • USACE CQM certified • OSHA 10 Hour Construction Safety& Health • First Aid/CPR certified CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-16 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services William Hitchcock, FEMA Reimbursement Liaison Mr. Hitchcock provides expertise in assisting customers prepare Project Worksheets in all areas of application from FEMA categories A to G. His past years of project management experience with FEMA, both prior to and after its incorporation into the Department of Homeland Security, provide him with the knowledge to ensure all applications for reimbursable work are correctly made and documentation in the field is adequate for later funding. Mr. Hitchcock has a Bachelor's degree in Civil Engineering from the University of California Los Angeles (UCLA). PROFESSIONAL EXPERIENCE • Project Officer for the U.S. Department of Homeland Security — FEMA. During time with Department of Homeland Security, had experience following 7 hurricanes and the September 11 terrorist attacks • National Project Officer—FEMA. Worked for Disaster Relief including supervision and training of personnel. • Project Administrator — FEMA. Worked with local government on FEMA's behalf to identify damage or disaster-related costs, develop a scope of work eligible for Federal funding, prepare cost estimates, and prepare grant documents capturing the information for processing of various categories A-G • Hurricane Katrina 2005. Coordinated monitoring and oversight for debris operations with FEMA during the relief efforts for in the Gulf Coast and South Florida areas; Participated in efforts for individual assistance as well as public assistance pertaining to damage assessments for Federal eligibility of funding • Hurricane Isabel, Charley, Frances, Ivan, and Jeanne, and September 11 terrorist attacks. Supervised and trained personnel on disaster response and relief efforts including monitoring debris disposal, removal operations, mobile home operations, and construction inspections; Participation in kick-off meetings and completion of Project Worksheets for all Categories A-G; Participation in planning, coordinating, and scheduling of FEMA Public Assistance issues pertaining to eligibility guidelines • Hurricane Andrew 1992. Inspection and supervision of redevelopment and renovations of areas affected by the hurricane; Engineering inspections for new construction and rebuilding; Threshold inspections and special inspections of buildings or structures of unusual size, height, and design, as pursuant to Section 305.3 of the South Florida Building Code EDUCATION/CERTIFICATIONS • FEMA Operations (FEMA Public & Individual Assistance, FEMA Debris Assistance, FEMA Public Assistance Guidelines; EEOC Operations; FEMA Coordinating Disaster Relief Management; Planning Undercover; Covert Operations Security Training; Instruction Law Enforcement; Agent Supervision Interviewing & Interrogations; Federal, State and Local Regulations; Expert Witness Experience; Employee Relations; Staff Development Search; Seizure) • Professional Career Development Institute, Professional Construction Management CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-17 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Tia Laurie provides a background in several fields including quality control, construction, logistics, purchasing, and contracting. Certified in Construction Quality Management by USACE, Ms. Laurie has served in supporting roles on several missions. Additionally, Ms. Laurie is responsible for the overall subcontractor response to all disaster response and recovery missions. She manages the overall development and maintenance of relationships with subcontractors specifically in local areas of pre-event contracts and competitive pricing. Ms. Laurie also provides management in the areas of maintaining and upgrading the subcontractor database, registration process,and evaluation criteria, as well as creating and executing applicable training programs for subcontractors. PROFESSIONAL EXPERIENCE • Hurricanes Hermine and Matthew 2016. Subcontractor Manager for over 20 contracts in Florida, Georgia, South Carolina, and North Carolina following two hurricanes in September and October. • Louisiana Floods 2016. Subcontractor Manager for Ceres response to August floods in Louisiana. • Winter Storm Cara and Goliath 2015. Subcontractor Manager for debris removal and disposal projects in Oklahoma following winter storms. • Alabama and Mississippi Tornados 2014. Subcontractor Manager for four separate tornado recovery projects in Kimberly, Adamsville, and Graysville, Alabama as well as Lee County, MS. • Winter Storm Pax and Ulysses 2014. Subcontractor Manager for Columbia County, GA and NC DOT ice storm recovery; Recruited and subcontracted companies for hauling, tree work, and grinding. • Hurricane Sandy 2012-2013. Subcontractor Manager recruiting local subcontractors and vendors for Ceres response in New York and New Jersey. • Hurricane Isaac 2012.Subcontractor manager for five separate contracts in response to Hurricane Isaac. Ceres provided recovery services to Jefferson Parish, Kenner, Livingston Parish, Denham Springs and St. Bernard Parish. • Winter Storm Alfred 2011. Subcontractor Manager for response to unseasonal snow-storm in the Northeast. Ceres managed over 320,000 CY of debris in two locations. • Hurricane Irene 2011: Subcontractor Manager for Greenville, NC response and recovery efforts. Recruited local and specialty subcontractors for hurricane debris cleanup. • Alabama Tornadoes 2011. Subcontractor Liaison; recruited local and specialty subcontractors and vendors to provide services for tornado cleanup. • Haiti Earthquake 2010. Subcontractor Liaison identifying specialist organizations&sea transport. • Ice Storms 2009, Subcontractor Liaison identifying and coordinating qualified subcontractors for debris removal from county rights-of-ways in Kentucky. • Hurricanes Dolly, Gustav and Ike 2008, Subcontractor Liaison screening and coordinating qualified subcontractors for debris removal, processing and disposal operations. • Floods 2008, Subcontractor Liaison identifying and coordinating qualified subcontractors for debris removal due to Cedar River flooding in Iowa. • Military Stars, Orion International 2007-2008, Account Executive researching, identifying, and capturing of new clients providing opportunity for hiring of transitioning military personnel. • Centex Homes 2005-2007, Purchasing Agent managing contract negotiations for residential communities; Management of land developers, architects, and general contractors. • U.S. Army Corps of Engineers, Captain 1999-2005, Battalion Logistics/Supply Officer, Detachment Commander, Company Executive Officer, and Topographic Platoon; awarded Bronze Star Medal for her bravery and meritorious service with USACE. EDUCATION/CERTIFICATIONS • Master's degree, Engineering Management, University of Missouri (Rolla) • Bachelor's degree, Engineering Management, U.S. Military Academy, West Point, New York • Engineer-In-Training (EIT/FE): Registered in New York, 1999 • FEMA certified IS-10, ICS-200, IS-102, IS-632, NIMS IS-700 • USACE CQM certified • Red Cross Disaster Services certified CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-18 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Michael A. Lee, Estimator Mr. Lee, a 23-year veteran of Ceres Environmental Services, Inc., provides quality control and project management to the company's heavy civil projects, including recent work on the reconstruction and repair to Louisiana levees breached by Hurricane Katrina storm surges and flooding. Mr. Lee is responsible for procurement of project task costs and preparation of bids for a variety of Ceres projects, including UST removal and installation, environmental consulting, environmental mitigation/restoration, levee installation and repair, erosion control/stabilization, earthwork, construction, and disaster related emergency work. Mr. Lee has experience with selective land clearing and demolition projects, including asbestos, lead, and PCB abatement. He is also responsible for environmental regulatory compliance expertise and construction quality control management. PROFESSIONAL EXPERIENCE • Kuykendahl Detention Basin 2015-current: Chief estimator providing production analysis calculations, project cost analysis, and sub quote analysis. • Falgout Canal Road Levee Segment 2015-current:Chief estimator providing production analysis calculations, project cost analysis, and sub quote analysis. • Ward 7 Levee Improvement and Extension 2014-current: Chief estimator providing production analysis calculations, project cost analysis, and sub quote analysis.j • Reach G 2-b and Reach G 2-c Earthen Levees 2014-current: Chief estimator providing production analysis calculations, project cost analysis, and sub quote analysis. • Reach H-1 Levee 2013-2016: Chief estimator providing production analysis calculations, project cost analysis, and sub quote analysis. • Reach F Earthen Levee 2013-2015: Chief estimator for Reach F levee which involved construction of earthen levee with floodgate structures. Provided production analysis calculations and project cost and sub-quote analyses. • Birdland Park Levee Improvements 2010-2012: Quality Control and administrative support to levee improvement project in Des Moines, Iowa. Work included increasing the levee's height, constructing six gatewells, and modifying existing pump stations to accommodate the new dimensions. • Flood Control, Little Calumet River 2009-2011, Quality Control and administrative support to Calumet River Flood Control project which includes tree clearing and construction of a levee in Indiana • Flood Control, Rio Puerto Nuevo, Rio Fajardo 2007, Quality Control and management support to Floodway Control project which included river channelization and levee construction in Puerto Rico • Hurricane Katrina 2005, Project Management to emergency levee repair and construction of approximately 12 miles of levees to Lake Ponchartrain and Plaquemines Parish, Louisiana • U.S. Army Corps of Engineers, Sulphur River 2005, Project management, supervision, and quality control of excavation and environmental restorations to water control project including installation of pumps, soil treatment, and extraction remediation systems • U.S.Army Corps of Engineers,Trinity River 2004, Quality Control and administrative support to Trinity River Dallas Floodway Extension project which included the excavation and construction of swales, wetland, levees, and flood conveyance in Texas EDUCATION/CERTIFICATIONS • Bachelor's degree, Geology, University of Minnesota • Professional Geologist(MN State License#30377) • USACE CQM-certified • OSHA 40-Hour Hazmat Health and Safety • Lead Abatement Training for Supervisors • Erosion and Sediment Control Plan Design training • Ground Water Sampling, Water Well Construction, and Development Procedures training CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-19 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Bruce A. Lewis,Site Su•erintendent Mr. Lewis is a veteran U.S. Navy, Senior Chief(ret.), Construction Battalion,with 31 years of experience in multi-million dollar on-site construction management, large-scale project coordination, land development, and development and supervision of staff and subcontractors. He has demonstrated success in commercial build-to-suit projects and a track record of working cooperatively and productively with diverse personalities within tight deadlines. He is responsible for coordinating and managing crew and subcontractors, materials, and equipment; budgets, schedules, and contracts; and safety of employees and the general public. PROFESSIONAL EXPERIENCE • Site Manager, Decker Construction, Inc, Lakeland FL, 2010. Supervised site work to completion of Tire Kingdom. Managed the completion of maintenance yard, two pavilions, landscaping, piping on the above ground Fire Dept water tanks. Expedited all aspects of project, schedule, materials, and budget. Communicated, planned activities with subcontractors and material suppliers. • Site Manager, Philco Construction Corporation, Orlando, FL 2007 - 2009. Ordered and allocated resources including materials, labor and timelines; coordinated subcontracted skilled-labor crews, served as a liaison for staff, subcontractors and customers at all points of job implementation. • Superintendent, Malcolmson Construction Company, Inc., Tampa, FL 1998 - 2007. Communicated, planned and sequenced all activities for all subcontractors and material suppliers and effectively implemented project within schedule and budget. Reviewed and tracked estimates and budgets, process invoicing, purchasing, effectively controlling overhead costs. • Superintendent, Major Builders, Orlando, FL 1996 - 1998. Supervised start-to-finish construction of 7-Eleven Gas Stations. Oversaw performance of all trade contractors and reviewed project construction drawings to ensure that all specifications and regulations were followed. • Senior Chief(E-8), United States Navy, 1976-1996. • Brigade Equipment Operations Supervisor: Responsible for specialized data and billing for water well drilling, blasting and quarry, rock crusher and asphalt plant operation. Provided technical guidance and inspection on equipment and material requirements for vertical and horizontal overseas projects. • Company Operations Chief: Chief of Hurricane Hugo Disaster Recovery Team, SC. Supervised 150 personnel and over 350 pieces of automotive, construction, and materials handling equipment. Developed as-built drawings and construction progress reports. • Unit Operations Chief: Supervised 30 personnel and 10 projects simultaneously. Planned and advised on specifications for equipment operations, vertical and horizontal construction projects, building maintenance techniques, and quality and safety control. Equipment Operator Construction Inspector: Directed 20-man crew in paving, grading, hauling, and materials handling operations. EDUCATION/CERTIFICATIONS • Leadership Management Education • Total Quality Leadership • OSHA Safety Training • Micro-Computer Construction Mgmt • Public Works Mgmt License Examiner, Accident Investigator • Equipment Operator Class C and Class A School • First Aid and CPR • Quality Control Planning and Estimating • Asphalt Paving and Plant Operations • Blasting and Quarry Operations • Water Well Drilling and Development • Equipment Operator Journeyman/Seabee Construction Management CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-20 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Mr. Lutz has fourteen years of management experience for Ceres Environmental Services, Inc. and more than 26 years of supervisory experience with emergency debris management projects, interior and complete demolition projects, culvert and lake construction, and heavy equipment operations. Mr. Lutz supervised approximately 300 crews in the debris removal operations following Hurricane Katrina. Mr. Lutz has been responsible for field operations and crew performance for several construction, demolition, and debris removal projects including federal, state, and local government contracts and private contracts. Mr. Lutz also has more than 26 years of experience in fabrication and welding and is the lead designer and fabricator for our company. PROFESSIONAL EXPERIENCE • New Zealand Earthquake 2011-present. Managing demolition projects and providing training for recovery efforts. • Alabama Tornadoes 2011. TDSR Site Manager for Jefferson County tornado response. Managed processing and reduction of over 1 million CY of debris at multiple sites. Managed overall allocation of equipment and personnel resources. • Haiti Earthquake 2010. Assistant Logistics Manager and construction manager. Assisted with supplies management and oversaw KaypeplaTM temporary house design process. • Hurricane Ike 2008. Operations management support of county and city debris removal and disposal including hauling of 330,000 cubic yards meeting County's deadline for completion of work maintaining very high safety standards in Texas • Hurricane Gustav 2008. Field Operations Superintendent for emergency debris removal and disposal of over 1.9 million cubic yards of storm debris; Trimming and removal of hazardous trees; Removal and disposal of white goods in Vermillion and East Baton Rouge Parishes • Hurricane Dolly 2008. Operations and logistics management support for removal, reduction, and disposal of hurricane debris in Cameron County, Texas • Ice Storm 2007. Operations and logistics management support for removal and disposal of vegetative debris generated by the ice storm in cities of Broken Arrow and Nichols Hills, Oklahoma • Hurricane Katrina 2005. Area Manager for debris removal operations including 13 million cubic yards of hurricane debris in 11 Louisiana Parishes; Trimming and removal of over 165,000 hazardous trees; Supervised 75,000 cubic yards of debris removal per day; Supervised 25 subcontractors who operated a total of 300 crews • Hurricane Ivan 2004. Operations and management support for debris removal and disposal of over 680,000 cubic yards of debris and processing of over 505,000 cubic yards of debris in Florida • Hurricanes Jeanne & Frances 2004. Operations management support for collection, transportation, and disposal of over 404,000 cubic yards of debris throughout 13 Florida counties • Hurricane Isabel 2003. Operations and logistics management support for removal and disposal of hurricane debris; Trimming and removal of hazardous trees in Virginia • Ice Storm 2002. Field Operations Superintendent for debris removal and disposal of over 510,000 cubic yards of hazardous trees and other vegetative debris in Oklahoma • Hurricane Georges 1998.Site Superintendent for Grinding Reduction Site and crew management, site operations, production,finished product quality,and site safety.Also responsible for monitoring debris receipt documentation, documentation of daily production rates, and equipment usage. EDUCATION/CERTIFICATIONS • USACE CQM certified • FEMA certified ICS-100, ICS-200, IS-300, IS-400, and NIMS IS-700 • First Aid &CPR certified • CFC-12 Refrigerant Recycling training CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-21 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Thomas "Allen" Morse,Senior Debris Mana•ement Advisor Mr. Morse has over 35 years of experience in damage assessment and debris management. He worked for the U.S. Army Corps of Engineers from 1974-2009, serving as the National Debris Management Expert for his last 15 years with the USACE. With Ceres, Mr. Morse works with the USACE concerning Ceres'four contracts with the USACE, covering 26 states. He also provides technical, political,and professional advice on all operational aspects of debris management. PROFESSIONAL EXPERIENCE • Fire Island 2014, Provided technical assistance to USACE for the highly specialized debris removal mission off the coast of Long Island, NY. • Alabama Tornados 2011,Special advisor and liaison to state and Federal partners for the tornado clean up in Alabama and Joplin, MO. • Haiti Earthquake 2010, Consultant to the World Bank on debris management, environmental assessments, and bidding documents for a World Bank sponsored debris project. • Eagle, Alaska 2009, Authored plans and specifications for specialized debris clean up following ice flow damage. Acted as legal advisor for the city. • Hurricane Rita 2007, USACE Debris Task Force Leader. • Hurricane Katrina 2005, USACE Senior debris manager/coordinator for $2.5 billion in debris contracts in Alabama, Mississippi, and Louisiana • Florida Hurricanes 2004, Lead ESF#3 representing USACE • Weapons of Mass Destruction Debris Management Guide 2001-2004, Project Manager and contributing author of the FEMA-sponsored "Weapons of Mass Destruction Debris Management Guide." • World Trade Center 2001, Senior Project Manager over disposal operations for USACE following terrorist attack. • Suriname South America 1993, Managed the design and construction of a base camp for 2,500 occupants. • Hurricane Andrew 1992, Debris team leader for USACE • Kuwait 1991, Reconstruction team for rebuilding of infrastructure. EDUCATION/CERTIFICATIONS • B.S. degree in Civil Engineering from University of South Alabama • FEMA/ICS certified 100, 200, 700 and 800 • Author of U.S. Army Corps of Engineers Debris Forecasting Model and U.S. Army Corps of Engineers commodities planning model CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-22 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Charles L. "Chuck"Owens,Jr., Pro'ect Su•erintendent Mr. Owens has been involved in management and supervision of multiple disaster recovery projects since 2005. He manages all field activities, such as site set-up, staff supervision, and worksite safety. He is capable of managing multiple projects of varying sizes and has responded to a variety of events such as hurricanes, floods, tornadoes, and snow storms. Mr. Owens also holds several FEMA certifications, is certified by OSHA, and is certified in Disaster Construction Safety Management. PROFESSIONAL EXPERIENCE • Louisiana Floods 2016. Project Manager for Ceres response to the City of Denham Springs after heavy rains and flooding in August. • Alabama Tornados 2014. Project Manager for Ceres responses in Adamsville, Graysville, and Kimberly, AL. Responsible for management of citywide cleanup of eligible tornado-related debris from right-of-ways. Removal of over 20,000; 77,000, and 21,000 CY in respective cities. • Wind Storm 2013. Project Manager for Ceres response in Minneapolis, MN. Responsible for management of personnel, equipment and subcontractors. Citywide cleanup of wind-damaged trees. Removal of over 800 hazardous stumps, and hauling of over 2,000 loads of storm debris. • Winter Ice Storm 2013. Relief Project Manager for Ceres response in Worthington, MN. Responsible for management of personnel, equipment and subcontractors. Citywide cleanup of ice-damaged trees. Removed hazardous hangers from over 8,500 trees, hauled over 60,000 CY of debris and removed 775 storm-damaged trees. • Hurricane Isaac 2012. Project Manager for Ceres responses in Jefferson Parish and St. Bernard Parish, Louisiana. Responsible for management of personnel, equipment and subcontractors. Ceres managed 122,000 CY of debris in Jefferson Parish. Responsible for oversight of private property debris removal in St. Bernard Parish. • Burlington, Minot and Renville County Levee Repair, Phase I. Minot, ND. Project Manager for completion of work, closeout and punch list items. Work involved restoration of project features for six separate sites along three levee reaches, one roadway embankment, one sanitary manhole, and one storm sewer. Levee restoration work included debris removal, clearing and grubbing, removal of soft foundation soils, placement of impervious fill, and topsoil and seeding. • Winter Storm Alfred 2011. Project Manager for Ceres response to unseasonal snow storm in the Northeast. Responsible for management of personnel, equipment and subcontractors. Oversaw debris reduction at temporary debris management sites. Ceres managed over 320,000 CY of debris in two locations. • Hurricane Irene 2011: Field Supervisor for Greenville, NC response and recovery efforts.Oversaw debris removal, hauling and disposal and tree and limb trimming. Ceres removed 113,512 CY of debris, trimmed 2,111 hangers, and removed 71 trees. • Birdland Park Levee Improvements. Des Moines, IA. Project Superintendent for completion of work,closeout and punch list items.Work required over 325,000 CY of fill material and construction of six gatewell structures housing sluice gates to restrict flows in sanitary and storm sewers during high-water events. Existing pump stations were modified to accommodate new flood protection level. A concrete floodwell and 50,000 pound stell closure gate structure were also constructed. Construction required dewatering using trash pumps. EDUCATION/CERTIFICATIONS • NIMS IS-100, IS-200, IS-700 and IS-800 • OSHA 30-Hour • First Aid, CPR, & Blood Borne Pathogens • City of Tampa Certificate of Recognition for Outstanding Service 2012 • "Meth Lab Awareness Training", 2008 • "Preparing for Disaster Construction Safety Management", 2006 • "Learning from Katrina: Tough Lessons in Preparedness and Emergency Response"2006 • 1969-1973 Pearl River Community College Poplarville, MS CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-23 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Bets Pease, Pro"ect Accountant Ms. Pease brings years of extensive accounting management experience to her work as a project accountant on various contracts for Ceres Environmental Services, Inc. She is responsible for maintaining accounting procedures to ensure proper data tracking and correct invoicing to clients, as well as payment reconciliation with subcontractors. She oversees data entry and invoicing procedures during storm projects, as well as completing reconciliation of projects after work is accepted. PROFESSIONAL EXPERIENCE • Louisiana Levee Construction —2013 to present. Project Accountant and database supervisor for USACE levee construction projects in LA. • Hurricane Isaac 2012. Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. • Winter Storm Alfred 2011 Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. • North Dakota 2011 Flood Recovery Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and client, subcontractor payments, and billings to client. • Hurricane Irene 2011 Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. • Alabama Tornadoes 2011 Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. • Haiti Earthquake 2010 - Present Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to client. • Ice Storms 2009, Project Accountant managing the set up, extraction and maintenance of databases to prepare A/R billings to clients in Kentucky; Reconciliation of all tickets with the clients; Management and preparation of subcontractor payments, reconciliation and management of accounts, management of internal audit functions. • Hurricane Ike 2008, Project Accountant managing design, extraction of data and maintenance of databases for multiple contracts in Texas • Hurricane Gustav 2008, Project Accountant managing the set up, extraction, and maintenance of databases to prepare A/R billings to the clients in 3 Parishes in Louisiana; Reconciliation of all tickets with the clients; Management and preparation of subcontractor payments, reconciliation and management of accounts, management of internal audit functions; Liaison with Parishes and subcontractors to insure data and procedural integrity and security • Hurricane Dolly 2008, Project Accountant managing the design, extraction of data and maintenance of databases to prepare A/R billings to the clients in Texas; Reconciliation of all tickets with the clients; Preparation of all subcontractor payments, reconciliation and management of accounts, management of internal audit functions; • Hurricane Katrina 2005, Project Accountant managing the design,extraction of data,maintenance of databases to prepare A/R billings to the U.S. Army Corps of Engineers; Reconciliation of all payments with USACE; Management and preparation of subcontractor payments, reconciliation and management of accounts, management of internal audit functions; Administrative support to project manager compiling data for submissions to USACE relating to the Hurricane Katrina service contract; Management and processing of payables for Hurricane Katrina service contract • Executive Analyst, George S. May International 2003-2005, Financial Management and leadership in determining areas of weakness in accounting controls and bookkeeping. EDUCATION/CERTIFICATIONS • Business Accounting, University of Alaska • International Business Law, Lewis&Clark College, Oregon • Accounting Software training: Maxwell Systems and Sage Timberline Accounting • Systems Integration training • Fiscal Planning and Control training CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-24 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Ernie Pliscott, Pro'ect S•ecialist Mr. Pliscott brings 13 years of extensive debris and emergency roofing management experience to Ceres Environmental Services, Inc. Mr. Pliscott has worked in multiple roles for debris and roofing projects such as Project Manager, Assistant Project Manager, Project Superintendent and Crew Foreman. Mr. Pliscott assumes responsibilities including providing project supervision, supervising subcontractors and Ceres crews in the field, assisting in the procurement of pre-event Contracts and securing TDSR sites. PROFESSIONAL EXPERIENCE • Hurricane Matthew 2016. Project manager for Ceres response to the Cities of Jupiter Island and Palm Bay in Florida; both projects involved vegetative debris removal and disposal following Hurricane Matthew. • Harris County Flood District, 2016: Site procurement for dirt resulting from flood retention basin work. • Louisiana Levees,2016:Tasked with finding affordable and suitable housing for Ceres employees on levee construction projects,thereby reducing project costs. • Asset Manager, 2010—2016: Managing real estate investments and properties for Ceres affiliate in Florida. Responsible for coordinating build-out on real estate investments. Complete responsibility for utilities, problem solving, leasing and all aspects of property management. • Ice Storm 2009: Project Superintendent in Livingston County; Project Management support of County cleanup of Winter Ice Storm in Kentucky; Trimmed, loaded, and hauled vegetative debris from County maintained rights-of-way meeting the County's deadline for completion of work while maintaining high safety records • Hurricane Ike 2008: Operations management support of county and city debris removal and disposal including hauling of 330,000 cubic yards meeting County's deadline for completion of work maintaining very high safety standards in Texas • Hurricane Gustav 2008: Field Operations management and support for emergency debris removal and disposal of over 1.9 million cubic yards of storm debris; Trimming and removal of hazardous trees; Removal and disposal of white goods in East Baton Rouge Parish • Hurricane Dolly 2008: Project Superintendent and operations support for debris removal, processing, and disposal; Supervised load and haul crews that hauled more than 400,000 cubic yards of debris from the ROW; Mobilized and operated field crews to remove, reduce and dispose of hurricane debris and provide cleanup services in Cameron County, Texas • Hurricanes Charlie, Frances and Katrina; Velocity Holdings, LLC 2004-2007, Directed the operations and management of crews throughout Florida and Mississippi for emergency temporary roof repairs and installation resulting from Hurricanes Charlie, Frances and Katrina during hurricane seasons 2004 and 2005; Contracted with Ceres Environmental Services, Inc. during summer 2006 and 2007 to negotiate with sub-contractors to haul debris in the event of a storm in the Virgin Islands; Secured TDSR sites in Florida and Texas EDUCATION/CERTIFICATIONS • Electrical Engineering, Penn State University, Scranton, PA CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-25 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Derek Pruner, Pro'ect Su.erintendent Mr. Pruner has over 12 years of successful storm/debris/site management services in Fortune 1000 Engineering firms. He has consistently achieved top ranked performance in every position by bringing expertise, an outstanding work ethic and leadership to storm debris and site management. He is expert in overseeing contractors and personnel in the area of disaster/storm cleanup; recognized for driving local teams and contractors to complete government contracts on time, including adherence and monitoring of governmental regulations and avoidance of malfeasance or fraud;and leading local teams to surpass goals and objectives. PROFESSIONAL EXPERIENCE • Winter Storm Pax 2014, Guilford County, NC. Project Manager for Ceres response to ice storm in North Carolina. Oversaw cleanup and disposal of over 400,000 cubic yards of debris. • Winter Storm 2013, Sioux Falls, SD. Project Superintendent / Safety Manager for cleanup of vegetative storm debris. Responsible for overall safety, environmental compliance, traffic control, inspections and training. • Christmas Snowstorm 2012, Little Rock, AR. Project Superintendent / Safety Manager responsible for overall safety & operations responsibility for performance, State & Federal environmental compliance standards, safety protocols for handling storm refuse, traffic control, sub-contractor inspections and safety compliance &training. • Superstorm Sandy 2012, Queens and Breezy Pointe, NY and Medford Township, NJ. Project Superintendent /Safety Manager for Ceres response to Superstorm Sandy. Worked with Project Manager on performance,client satisfaction, State&Federal environmental compliance standards. • Hurricane Isaac 2012,Jefferson Parish and Kenner, LA.Site Manager/EHS Manager responsible for managing TDSR site after Hurricane Isaac. State & Federal environmental compliance standards, safety protocols for handling storm refuse,traffic control,sub-contractor inspections and safety compliance &training. • Winter Storm Alfred 2011. Project Superintendent for Ceres response to unseasonal snow-storm in the Northeast. Ceres managed over 320,000 CY of debris in two locations. • North Dakota Flood Recovery 2011. Served as Project Superintendent: supervised emergency levee removal in Minot, Sawyer, and Burlington. • Haiti Earthquake Response 2010-2011.Site Manager responsible for providing site management for Haiti recovery operations contract to manage the TDSR at the Truitier Landfill in Port-au-Prince for the Ministry of Public Works and Communications (MTPTC). • Monitor/Certification Supervisor, Neel-Schaffer Jackson, Mississippi 2009. Notable storms included Ice Storm of Greene County, Arkansas—2009. • Monitor/Training/IT Support for Automated Data Management System 2008, ROSTAN SOLUTIONS, A Division of Malcolm-Pirnie Inc. Tampa, FL. IT support for HaulPass ADMS (Automated Data Management System) in use with USACE in response efforts to Hurricane Ike in Texas and Louisiana. • Supervisor, Inframetrix, A Division of Malcolm-Pirnie Inc. Tampa, Florida 2007. Mined and collected buried asset inventory and condition assessment data for water, wastewater sewer and storm water systems, refining and updating systems, maps and records when required. • Quality Assurance Supervisor, Malcolm Pirnie, Inc. Tampa, FL 2006. Partnered with Mobile Engineering, Mobile, AL as subcontractors to the USACE for Hurricane Katrina cleanup. • Dump Site Supervisor, Malcolm Pirnie, Inc. Tampa, Florida 2004-2005. After Hurricanes Francis and Jean in 2004 and Wilma in 2005, set protocols for handling storm refuse. EDUCATION/CERTIFICATIONS • Associates Degree Business Administration Management, College of Westchester White Plains, NY • USACE CQM • FEMA IS Courses: IS26, 33, 100a, 100HE, 102, 120a, 130, 139, 200, 230, 235, 240, 288, 293, 631, 632, 700a, 701a, 800b, 801-814, 1900 • USAF—Honorable Discharge, Holloman Air Force Base, New Mexico, Crew Chief, F-4's, F-15's CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-26 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Ronald Rodri•uez, P.E.,Quali Control S stem Mana•er Mr. Rodriguez has been responsible for coordination, scheduling, logistical support,demolition, and quality control for multiple debris and emergency temporary roofing projects for Ceres Environmental Services, Inc. Mr. Rodriguez has worked in emergency response and disaster recovery work for several years including more than 25 years of experience in Project Management, Inspections, Quality Control, and Supervision in federal, state, municipal, commercial, and residential construction. Mr. Rodriguez's responsibilities include geo-technical, utilities, structural steel fabrication, structural concrete, pavement, and erosion control. Since working for Ceres, Mr. Rodriguez has been a Quality Control Manager on projects in Miami Beach, Davie, West Palm Beach, and North Miami, Florida. PROFESSIONAL EXPERIENCE: • North Dakota Floods 2011. Quality Control Manager for Minot and Ward County, ND. Removal of emergency levees, rock, rubble and other associated materials from spring 2011 flood fight. • Alabama Tornadoes 2011. Quality Control and Operations Planner. Managed zone assignments and daily operations for subcontractors involved in hauling and reduction of debris from the April tornadoes. • Hurricane Ike 2008. Quality Control and Safety Manager for debris removal and disposal for 11 different locations; Oversight of approximately 100 QC personnel. Trained and supervised 100+ Quality Control &Safety Officers assigned to the mission. Provided frequent and detailed progress reports to management and Government officials. Maintained and supervised official project logs and documentation files. Provided directions for planning, scheduling, and engineering functions as required. Submitted weekly report to USACE. • Hurricane Rita 2005. Quality Control Manager for debris removal and disposal of approximately 4.5 million cubic yards of hurricane material; reduction of over 1.1 million cubic yards of debris. • Hurricane Katrina 2005. Quality Control Manager for debris removal and disposal of over 13 million cubic yards of hurricane debris in 11 Louisiana Parishes; trimming and removal of over 165,000 hazardous trees in Louisiana and Mississippi; management of over 300 quality control personnel, demolition, leaves restoration and site restoration work for over 50 TSDR sites across southern Louisiana. Trained and supervised over 600 Quality Control Officers assigned to the mission. Worked in conjunction with compliance, safety and customer personnel to certify workforce and adherence to USACE for standards and procedures. Also provided subcontractor management and administration for emergency temporary roofing installation in Mississippi • U.S. Forest Service, Aviary Hospital 2005. Project management and quality control for building construction of Aviary Bird Hospital in Caribbean National Forest, Puerto Rico. Ensured compliance to all company, client, project policies, procedures, and standards. • Hurricanes Jeanne & Frances 2004. Manager and quality control for the emergency temporary roofing installation project in Florida; Subcontract administration for the project in 13 Florida counties. Trained and supervised on site Quality Control Officers. Prepared weekly report and submittals to USACE. • Hurricane Charley 2004. Quality Control Manager for emergency temporary roofing installation project in 4 Florida counties. Trained and supervised on site Quality Control Officers. Prepared weekly report and submittals to USACE. • U.S. Army Corps of Engineers, Trinity River 2004. Project Management and quality control support to Trinity River Dallas Floodway Extension project including excavation and construction of swales, wetland, levees, and flood conveyance in Texas. EDUCATION/CERTIFICATIONS • Bachelor's degree, Civil Engineering, University of Purdue, Indiana • CERES—Asbestos, Leads & Hazardous Materials • USACE-Construction Quality Management for Contractors • OSHA-Construction Safety&Health • ISO 9000 • CIV- PMP Project Manager Professional • RED CROSS- CPR & First Aid • Languages: English, Spanish, Italian (Intermediate), French (intermediate) CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-27 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Matt Shar•e, Director of O•erations Mr. Sharpe has been involved in management and supervision of disaster recovery projects for more than 15 years, including the management of seven USACE-controlled projects during the aftermath of Hurricane Katrina. He is responsible for all aspects of Ceres disaster operations, including logistical coordination, assignment of project management staff, DMS qualification,subcontractor tasking,and collection, reduction and haul out operations. PROFESSIONAL EXPERIENCE • Southeast Tornadoes 2017. Project manager for debris removal project in City of Albany, GA following a tornado in January. • Hurricanes Hermine and Matthew 2016. Operational oversight of more than 20 activations of debris removal contracts following two late hurricanes in the 2016 season. • Louisiana Flooding 2016. Operational oversight of major debris removal projects following heavy rains and flooding in Louisiana. Directed staff on three projects resulting in over 1,000,000 CY of debris collection. • Oklahoma Ice Storm 2015. Director of Operations for Ceres debris removal projects in Oklahoma City, Warr Acres, El Reno, Calumet, Piedmont and Canadian County. Oversaw the collection, processing, grinding/air curtain burning and haul out of over 200,000 CY of debris while ensuring separate and complete documentation for each client's FEMA reimbursement. • Livingston Parish 2015. Director of Operations for Ceres waterway debris removal project in Livingston Parish. Worked to develop Task Order and project approach with the Parish and the State of Louisiana. • Alabama Tornados 2014. Director of Operations for Ceres responses in Adamsville, Graysville, and Kimberly, AL. Oversaw citywide cleanup of eligible tornado-related debris from right-of-ways. Removal of over 20,000; 77,000, and 21,000 CY in respective cities. • Winter Storm Ulysses 2014. Director of Operations for Ceres responses to NCDOT in multiple counties. Oversaw the collection, processing, grinding and haul out of over 300,000 CYs of debris. Responsible for locating, qualifying and constructing multiple DMS locations within 72 hours. • Winter Storm Pax 2014. Director of Operations for Columbia County clean up after Winter Storm Pax. Responsible for oversight of removal and disposal of over 500,000 CY of debris. • Hurricane Isaac 2012. Project Manager for City of Kenner contract activation. Ceres removed almost 54,000 CY of vegetative and C&D debris, including bagged mixed debris, from the City rights-of-way in three weeks. • Haiti Earthquake 2010-2013. Provided project management and supervision to Haiti recovery operations including site evaluations, contract review, and estimating. • Ice Storms 2009, Project management and supervision of operations for County cleanup of Winter Ice Storm in Kentucky; Trimmed, loaded, and hauled vegetative debris from County maintained rights-of-ways. • Hurricanes Ike and Gustav 2008. Managed six projects simultaneously in Texas and Louisiana, as a subcontractor, and lead the HHW removal for Vermillion Parrish LA. • Hurricane Katrina 2005. Managed 12 projects simultaneously, as a subcontractor, including 'turn- key' Debris removal and Disposal for Jones County, Covington and Green Counties, MS, Debris removal for Jackson and Harrison Counties, MS, Demolition for Orleans and St. Tammany Parishes, LA, and Interstate ROW clearing for LADOT and MSDOT. • Hurricane Wilma 2005. Managed Debris removal operations, as a subcontractor, for Palm Beach and Martin Counties, FL. • Hurricane Season 2004 (FL). Managed fourteen Debris removal and Reduction Projects simultaneously, as a subcontractor. EDUCATION/CERTIFICATIONS • Associate's Degree, Emmanuelle College • Continuing education in Accounting and Business Management from Gainesville Jr. College and Marketing from Georgia Southern University • 40-hour HAZWOPER certification CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-28 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services D. 1'- • l' • • • 11 . 1 • •er Mr. Ortiz has 11 years' experience with Ceres Environmental Services, Inc. in debris processing and in the heavy construction field,including eight years as a supervisor. Mr. Ortiz's management experience includes multiple disaster recovery projects where he has held positions of Site Manager, TDSR Manager, Field Superintendent,and Crew Foreman. Mr. Ortiz has experience in planning, scheduling, and directing crews, reading plans, and staking grade. He has significant emergency response experience in operating equipment used for sorting, processing, and disposal of mixed, vegetative and C & D hurricane debris. PROFESSIONAL EXPERIENCE • Winter Storm Alfred 2011. Site manager for grinding of vegetative debris. Ceres managed over 320,000 CY of debris in two locations. • Flood Control, U.S. Army Corps of Engineers, Rio Puerto Nuevo 2008, Site Manager for Floodway Control project which included river channelization and levee construction, clearing and grubbing in Puerto Rico; Management of approximately construction 5 crews • Hurricane Rita 2005, Site Management for debris removal and disposal of approximately 4.5 million cubic yards of hurricane material; Lead reduction and processing of over 1.1 million cubic yards of debris • Hurricane Katrina 2005, Site Manager for area reducing and processing of hurricane material; Operations management to TDSR sites for processing and disposal of material; Management of reduction and processing crews • Hurricanes Jeanne & Frances 2004, Site Management for emergency temporary roofing installation in Florida • U.S. Army Corps of Engineers, Trinity River 2004, Crew Foreman for Trinity River Dallas Floodway Extension project which included excavation and construction of swales,wetland,levees, and flood conveyance in Texas • U.S. Forest Service, Aviary Hospital 2005, Crew Foreman and operations management for building construction of Aviary Bird Hospital which included site preparation and grading in Caribbean National Forest, Puerto Rico • U.S. Army Corps of Engineers, Lake Cerillos 2000, Crew Foreman for flood control, water supply , recreation, fish & wildlife enhancement and channel improvements to Lake Cerillos in Puerto • Hurricane Georges 1998, Crew Foreman and Site Management for removal, processing and disposal of 2.3 cubic million yards of mixed hurricane debris; Management of TDSR site EDUCATION/CERTIFICATIONS • Bilingual—Fluent in English and Spanish CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-29 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Jakob Thom.son, Health and Safe Officer Mr. Thompson has 13 years' experience in the health and safety field. His firefighting, EMT and military experience provide him knowledge of a wide range of biological, chemical, and physical hazards. He has experience managing risk for himself and others in dangerous situations. His overseas experience in the military provides a reliable baseline for work in emergency response situations under less-than-ideal conditions. Mr. Thompson holds multiple OSHA and first aid certifications. PROFESSIONAL EXPERIENCE • Environmental Health and Safety Officer January 2012 — present, Truitier Landfill, Port-au- Prince, Haiti. Responsible for compliance with Site Health and Safety plan. Responsible for preventing unauthorized site entry and keeping track of all individuals onsite. Responsible for site security during working hours. Monitors weather broadcasts to ensure air quality and site conditions are conducive to a safe work environment. Holds daily Site Health and Safety briefings. • Security Forces(Military Police),Air National Guard, December 2005- December 2011. Carried out law enforcement duties, and provided security for various government resources, including installation entry control. Specific experience and achievements: o Deployed to Kirkuk, Iraq, in direct support of Operation Iraqi Freedom, January-August 2009 o Provided security for Admiral Michael Mullen, Chairman of the Joint Chiefs of Staff, during his visit to Kirkuk o Accounted for over 800 weapons and 100,000 rounds of ammunition daily as a flight armorer o Attended Airman Leadership School at Malmstrom Air Force Base, Montana, November- December 2009 o Earned promotion to Staff Sergeant in just over four years of service • Firefighter/Emergency Medical Technician (EMT), Lowell Fire Protection District Lowell, OR, December 2007 - December 2008. Served the community of Lowell and the surrounding area, acquiring training and skill development as a first responder, by gaining experience from a wide range of incidents, such as: structural fires, wildfires, motor vehicle accidents, swift-water river rescues, and a large variety of medical emergencies. • Firefighter/EMT, Sheridan Fire Department Sheridan, CO, June 2003 - June 2005. Continued to hone EMT abilities,while also developing a higher proficiency for firefighting and rescue operations. • EMT, Action Care Ambulance Denver, CO, June 2002 - June 2005. Worked closely with nearly every municipal fire department in the entire Denver metro area. • Wildland Firefighter (Seasonal), Bureau of Land Management Las Vegas, NV, May - October 1999. Worked as a member of an engine crew to combat the spread of fast-moving wildfires as they occurred throughout the state of Nevada, and into parts of southern Idaho. EDUCATION/CERTIFICATIONS • BAS in Business Administration - Public Service/Safety, Pensacola State College, Pensacola, FL (in progress) • AS in Criminal Justice, Community College of the Air Force, Montgomery, AL • AAS in Fire Science&Technology, Red Rocks Community College, Lakewood, CO • Emergency Medical Technician Certification — Colorado 2002-2008, Oregon 2008-2009, National Registry 2002 • Firefighter-I Certification—Colorado 2002, Oregon 2008 • Hazardous Materials Training for Emergency Responders 2002 • OSHA 10 Hour Certification • OSHA 30 Hour Certification • OSHA 24 and 40-hour Hazwoper Certification CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-30 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Brent Whitten, Pro'ect Mana•erlPro'ect Su•erintendent Mr.Whitten has been involved in debris management and disaster recovery services for 13 years. His work has ranged from demolition of residential and commercial sites after Hurricane Katrina to quality control for the U.S. Army Corps of Engineers to environmental sampling and monitoring after Hurricane Isaac. He is FEMA-certified in Debris Operations and the Incident Command System. He is also a FEMA-certified Disaster Housing Inspector. His responsibilities include direct supervision of a project and ensuring compliance with all safety and quality control regulations. Mr. Whitten brings strong organizational skills and the ability to motivate to any job. PROFESSIONAL EXPERIENCE • Southeast Tornadoes 2017. Provided direct supervision on post-tornado debris management project for Dougherty County. The project involved collection, removal and processing of over 650,000 cubic yards of debris. • Linfield Hunter & Junius Inc., USACE New Orleans District, 2014-2016. Quality Assurance Representative for USACE Construction Division. Responsible for conferring with the Construction Division in clarifying deviations or inadequacies in plans, impractical specifications and unworkable schedules. • SMC Buildings, Design/Build New Commissary, Fort Polk, LA, May—October 2014. Quality Control Manager for design/build project. Responsible for maintaining the project submittal log and all other project specific quality control reports. Assembled project closeout documents that include O&M manuals, as-builts, and warranties. • Great Lakes Dredge & Dock, January — May 2014. Quality Control Manager for construction project. Responsible for conducting QC meetings, perform the three phases of control, perform submittal review and approval and perform necessary QA/QC checks on all survey submittals. • Hurricane Isaac, CTEH/Providence Engineer and Environmental, 2012. Conducted environmental sampling and data collection. Assisted in conducting research performing investigations for the purpose of identifying,abating,or eliminating sources of pollutants or hazards. Conducted air, water and/or soil sampling, meteorological monitoring. • Infinity Construction, St. Charles Parish, LA, February — September 2012. Responsible for managing, implementing and enforcing the Accident Prevention Plan and the 385-1-1. Responsible for managing and implementing the QC Plan. • Benetech, LLC, New Orleans, LA, 2010-2012. Safety Manager and Quality Control Manager for projects under Benetech. Responsible for overseeing and enforcing Benetech's safety program for various USACE construction jobs ranging from $7,000,000 to$25,000,000. • AquaTerra Contracting, New Orleans, LA, 2008-2010. Safety Manager and Quality Control Manager on USACE job sites. Ensured proper safety was being followed per 385-1-1 and company safety policy. Prepared site specific AHA's. Implemented Accident Prevention Plan. Trained all employees on safety procedures. Conducted weekly safety meetings. • Environmental Chemical Corp., New Orleans, LA, 2006-2008. Supervised the decommissioning, demolition, and disposal of privately properties in accordance with applicable federal, state and local requirements. Supervised the demolition of over 200 homes and commercial structures destroyed by Hurricane Katrina. • Post Buckley Schuh &Jernigan, Inc., 2004-2006. Environmental Inspector and Evacuation Plan Writer following Hurricanes Wilma, Katrina Charley, Frances, and Jean. EDUCATION/CERTIFICATIONS • BS, Wilberforce University. • FEMA IS-100 ICS • FEMA IS-102 FEMA Response Partners • FEMA IS-631 Public Assistance • FEMA IS-632 Debris Operations • OSHA 30 Hour Construction Safety • OSHA 40 Hour Hazwoper Training • USACE Training Safety& Health EM 385-1-1 • FEMA IS-00035.15 Safety Orientation • U.S. Army Corps of Engineers QCS/RMS 2015 Training • FEMA Disaster Housing Inspector • U.S. Army Corps of Engineers Construction (PARR) Quality Management • E-QIP#3943088 • First Aid/CPR/AED CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-31 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Cla ton Ross Youn•, Pro'ect Maria•er Mr. Young has experience in project management and field supervisor for disaster recovery projects and construction projects. He has expertise in safety and regulation compliance, team building and leadership, budget forecasting and client/community relationship management. Mr. Young has lead projects following disaster such as hurricanes, floods and tornadoes. PROFESSIONAL EXPERIENCE • Hurricane Harvey 2017. Project Manager for Ceres response to the City of Pearland, Texas following Hurricane Harvey. • Louisiana Flooding 2016. Field assessment lead during projects for Livingston Parish and Denham Springs following heavy rains and flooding in Louisiana. • Moore, OK Tornado 2013. Field assessment lead for project response to the City of Moore, Oklahoma following an EF5 tornado. • Hurricane Isaac 2012. Field Supervisor for response to jurisdictions in Louisiana following Hurricane Isaac. • Superstorm Sandy 2012. Field Supervisor for cleanup efforts in New York and New Jersey after Superstorm Sandy. • Well Bore,Williston, ND. Field Supervisor for Baker Hughes. EDUCATION/CERTIFICATIONS • B.S. Political Science, Business Administration & Management, University of Mississippi • National Safety Council CPR Course • OSHA 10-Hour Certification • 100+ Hours of Disaster Relief Professional Development • National Safety Council First Aid Course • H2S Certified CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-32 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Timoth Zanor, 'ma•in• Su•ervisor, IT Su• sort Mr. Zanor brings 16 years of experience to Ceres of direct and remote computer support administration with extensive experience in multi-workstation and server configurations. Mr.Zanor is responsible for Ceres' electronic document library, image scanning and maintenance of electronic document retention guidelines. He is proficient in software including Maxwell Systems, Citrix, RMS/QCS, SQL Servers, VOiP Systems, Blackberry Servers and Exchange Servers. PROFESSIONAL EXPERIENCE • Mississippi Tornado 2014 providing network administration, technical support, imaging and systems maintenance support to tornado recovery and clean-up efforts in Mississippi. • Alabama Tornadoes 2014 providing network administration, technical support, imaging and systems maintenance support to tornado recovery efforts in Alabama. • Winter Storm Pax 2014 providing network administration,technical support, imaging and systems maintenance support to disaster response contract in Georgia and North Carolina. • Hurricane Isaac 2012 providing network administration, technical support, imaging and systems maintenance support to hurricane recovery contracts in Louisiana. • Winter Storm Alfred 2011 providing network administration, technical support, imaging and systems maintenance support to winter storm recovery projects in Connecticut. • North Dakota Flood Recovery 2011 providing network administration,technical support, imaging and systems maintenance support to flood recovery operations. • Hurricane Irene 2011 providing network administration, technical support, imaging and systems maintenance support to hurricane recovery operations in Virginia and North Carolina. • Alabama Tornadoes April 2011, Network administrative, imaging and systems maintenance support to debris clean up in nine Alabama locations which included trimming, loading, and hauling of debris. Also administrated data management and tabulation for Jefferson County and Jasper. • Haiti Earthquake 2010 - present, providing network administration, technical support, imaging and systems maintenance support to earthquake recovery operations in Port-au-Prince, Haiti. • Ice Storm 2009, Network administrative, imaging and systems maintenance support to emergency debris clean up after Winter ice storm which included trimming, loading, and hauling of vegetative debris for county rights-of-ways in Kentucky • Hurricane Ike 2008, System and electronic resources administration and operations support to county and city debris removal and disposal in Texas • Hurricane Gustav 2008, Procurement, installation and configuring of network servers and workstations in support of field operations for emergency debris removal and disposal of over 1.9 million cubic yards of debris in Louisiana; Imaging support for debris tickets; Creation of wide area network (WAN) for secure TDSR sites and field offices; Maintenance management of network systems and electronic resources • Hurricane Dolly 2008, Network administration and system maintenance support to debris removal, processing and disposal operations from county rights-of-ways in Texas • Iowa Flood 2008,System support including network and internet access security to field operations for debris removal and disposal which also included white goods, C&D, and household hazardous waste removal and disposal in Iowa • Flood Control, Rio Puerto Nuevo, Rio Fajardo 2007, Procurement, configuration, and IT support for Floodway Control (USACE) project in Puerto Rico • U.S.Army,Aviation Battalion 1st Platoon Utility and Battalion Commanders Helicopter Crew Chief, Aviation Life Support Officer, and NBC Officer responsible for nuclear, biological, and chemical warfare prevention. EDUCATION/CERTIFICATIONS • Program Microcomputers Specialist, Century College • Bachelor's degree, Information Technology, Colorado Technical University(in progress) • Network Operating Systems training: Novell2.x, 3.1x, 4, &5; Microsoft SBS; and Microsoft LAN • LaserFiche Administrator, user ver. 8.0 training; LaserFiche Quick Fields ver. 7.0 training CE „ E5 Tab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-33 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Employee Certifications Emergency Management Institute Ceres Employees Holding This Certification ■ Chuck Owens A. • David Preus ` • Dawn Brown FEMA • Derek Pruner • Earl Lutz This Certificate of Achievement is to acknowledge that • Gail Hanscom DAVID A PREUS • Karl Dix has reafinned a dedication to serve in times of crisis through zontinucJ • Mike Hansen 'rofcssional des eiopmcnt and completion of the independent study cOunt • Patricia Macey IS-10100.' ■ Steve Johnson Introduction to the Incident Command Ssstem, ICS-I00 • Tia Laurie lama Mr:5Yr Dry n/16..:«» ,_. • Jason Alber Emergency Management Institute Ceres Employees Holding This ter- t Certification ■ Chuck Owens • Derek Pruner FEMA • Earl Lutz This Certificate of Achim ement is to acknowledge that • Gail Hanscom PATRICIA C NLtCEY • Mike Hansen has realTirm d a dedication to serve m tunes of crisis through:.nl nuca ■ Patricia Macey professional development and completion of the ntdeperiknt study tours: IS-1111211/1.b ■ Steve Johnson ICS fee Mugge Mtwara,.mut • Jason Alber Ian..+awIenc IceZOO rwa an.ea:-`44..Die, o saK...., Ispemene Weed amino lempereMaire/ I— a.aaa�a w Certificate of Achievement This Certificate of Achievement is to acknowledge that Gail M.Hanscom HBs f.feMRd a dedication to serve in times of cud, Ceres Employees Holding This through omurmd protessonat devetopnent Certification and completion d repuofements of the IS-300 • Earl Lutz ® INTERMEDIATE INCIDENT COMMAND SYSTEM COURSE • Gail Hanscom eri eathet br+. Maaes"a'tPenes n ■ Mike Hansen Dn eon d rt.tRaaa*Rafe 11•411•011..7111......e. Awe Head*lwease•MRfe.aee hinam This en0 sponsored aauM dceerend by • Patricia Macey ionl Ns Champlin Office d Em.oa.ey Ysnspannef ■ Steve Johnson Chaapin,Minnesota Issued this 1"day of June,7007 ter... nwm _.. CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-34 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Certificate of Achievement This Certificate of Achievement is to acknowledge that Gail M.Hanscom Nsskssllhmedadedication wserve Intknesdcrisis Ceres Employees Holding This through continued professional developCertification and cornu Yon of reouker nts of the IS-400 • Earl Lutz S ADVANCED INCIDENT COMMAND SYSTEM COURSEr.-O (i) ■ Gail Hanscom at p .a M e. r.-«rawer.•.•k.lhaleS..ty, • Mike Hansen Maim Of Ittn.ttr freely rr 0aw + l•- v a .e. + JW laud Ihar•m.,W..eetero Raw.• ■ Patricia Macey me Webb abanaoredend tawrdltn•day a»C+t-w+olla•a-Esnorwarcy Managainent ■ Steve Johnson uwatoaa.rruaMe Iss.ad Ws r day of Juna.2007 .D-..e JL4...._ Emergency Management Institute Ceres Employees Holding This Certification • Chuck Owens • Derek Pruner FEMA • Earl Lutz • Gail Hanscom This Certificate of Achievement is to acknowledge that • Karl Dix TIA N LAURIE • has thinmcd a dcdtcatton to%mc in Mmes of ensu through continued Hansen ta professional dcvelopment and ctxnplttton of the independent study course • Patricia Macey IS-M7N - ■ Steve Johnson vwaar Widest waaa..ent syteats ainal.Aslawed.cde. i. $� • Tia Laurie _a.:aJaw yort.r..ma �^. ..,,...... arl.r:w averring e.'..a u..u,...fro Emergency Management Institute _ %` Ceres Employees Holding This ...cr Certification 14'4. ■ Chuck Owens FEMAa Derek Pruner This Cauricate or:lchtevement is to acknowledge that • Karl Dix JASON.t.LBER • Patricia Macey has reaffirmed a dedication to serve In tunes of aids through continued ■ Tia Laurie professional development and completion of the ndcpendent uu,h cknaae. • Jason Alber MININIA National papas.°Vya.asaek Aa Isaelacttan low I do ltd Day ef.10.MJu _>` /. Tg1W 7// [mow, C E „ ESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-35 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute FEMA Ceres Employees Holding This This Certificate ofAchievement utoacknu ledge that Certification ■ Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the rdependcnt study course: tSafoot Fnerzene)Program Manager \a Orientation to for Podtba liellarr t4fl.plomar 110 11a11lral ttit./..r N1womiS.•. Emergency Management Institute 6 FEMA Ceres Employees Holding This This Certificate of Achievemrnt is to acknow Icdge that Certification •nesNLAURIE Tia Laurie hat teafhrmed a dedication to terve in times of:rises through continued professional development and completion of the independent study course: Is-000lo • \annals In Disaster,\o.rr.eys and Preparednes .....U.D ,10.......'6 t .4+mea ...et .4.44+mr.., Emergency Management Institute ..t. FEMA Ceres Employees Holding This Certification This Ceruticate of Achievement is to acknowledge that ■ Derek Pruner JASONAiBFR ■ Jason Alber has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course IS-00026 (:utile to Point.tit Didrlbr8Ion ^7) ~, -.:t:at tai vJa/r �.'016 MP____, bparediacit CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-36 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute `goo s� FEMA Ceres Employees Holding This Certification This Certiticate of.1c/11m ement n to acknowledge that ■ Derek Pruner JASON ALBER • Jason Alber has reaffirmed a dedication to serve in tunes of crisis through continued professional devek pment and completion of the independent study course LY000lit6 FF;\L1 Initial Ethics Orientation 2016 .'r ti a, <l T, m., ,:ALIT T" A F+nere...M.,0Crf Tamar Emergency Management Institute -16; Ceres Employees Holding This FEMA Certification ■ Derek Pruner This Certificate ofAchievement is to sckmmwwkdgethat TIA LAURIE • • Tia Laurie has mai-limed a dedication to Terve us tunes aunts through continued • Jason Alber professional deve:opmcrt and completion of the independent.tudt:cunc. I.1'-00102 Depiosoisot Basks for I EM.%Respoow Partoen amgar/Ao arrtat ellam,s ane -_- t. r w1..••a_ Emergency Management Institute 0s FEMA Ceres Employees Holding This Certification This Certificate of Achievement is to acknowledge that • Derek Pruner JASON AI.BFR • Jason Alber has reaffirmed a dedication to seise in times of crisis through continued professional development and completion of the independent study course IS-00120.a All Introduction to ExeMses amrwdne�r T_3.., Fmeie.'r afaearar+t nvwr C ERE5 Tab 2 Experience&Qualifications alifications of the Proposing Team Page 2.2-37 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute FEMA Ceres Employees Holding This Certification This Certificate of Achievement is to acknoalnlgc that • DEREK E PRUNER Derek Pruner has reaffirmed a dedication to serve in rimes of crisis through continues profcssacnsl development and completion of the independent study course: IS-00130 Exercise Es ablation and tmprosemmnt Planning MINIM LACET .roti Emergency Management Institute E tr4 FEMA Ceres Employees Holding This Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course: • 1S-00139 Exercise Design 1 Arhx 210 Day of April,2010 ri ,i,..i....��� ® Soperimaltet m Cenel,e+ tt.PhD {.5 L.CFf C6LY rer.agy l wa=rant Emergency Management Institute • .14 st an s Ceres Employees Holding This FEMA Certification This Certificate of Achievement m to acknowledge that • Derek Pruner JASON ALDER • Jason Alber has reaffirmed a dedication to servo in times of crisis through maimed professional development and completion of the independent study course IS-002J0.d Fundamentals of Eeerppency Nasagement auwa thr so Day.71141, 11111111•11 • lupsatoseant CE „ E5 Tab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-38 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute FEMA Ceres Employees Holding This Certification This Certificate of Achievement ci to acknowledge that ■ Derek Pruner JASON ALBER ■ Jason Alber has reaffirmed a dedication to serve us times of cents through continued professional development and completion of the independent study course 1SOO231c t:rlergrocy Planning as�.a n IFCET �7 Emergency Management Institute �ro � FEMA Ceres Employees Holding This Certification This Certificate ofAchievement istoad;nuwteethat • Derek Pruner JASON,M AIER ■ Jason Alber has reaffirmed a dedication to serve in tunes of anis through continued professional development and completion of the independent study course IY-I10240.h Leadeniip and Inlhoen a eaYia.r:nr M',isi',00 'co ve 4V Emergency Management Institute 7� `+MD t, Ceres Employees Holding This FEMA Certification This Certificate ofAchievement ntoacknowledge that • Derek Pruner JASON ALBER ■ Jason Alber Inas reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course: IS-011Zttta The Role of Velwtavy Apatite is Enertpencr Maim t Cova IPCEr 11..10.lmon CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-39 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute d -0. FEMA Ceres Employees Holding This Certification This Certificate of Achievement is to acknowledge that ■ Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course: IS-00293 Mission Assignment Overview Issued rho 30th An.•)tf.nch.'010 /-` �i/ ... MINIM C IACET S.erimeadem MD inc.....�... klii mraxsy%bn.ar rt lexaux Emergency Management Institute Tti ` FEMA Ceres Employees Holding This Certification Thts Certificate of Achievement is to acknowledge that • Patricia Macey TIA LAURIE • Tia Laurie ha,reaffirmed a dedication to serve in times of cnsis through continued professim ni development and completion of the independent.study coursc" IS-IMf31 tntrudnrtioa to tot PMSG Awishnt'.Pram-sn i/ t • lord Mat:JrDip 4/Condor MP 01'0•4S"'ri,KO Emergency Management Institute r. 45 Ceres Employees Holding This FEMA Certification This Certificate ofAchievemetu is to acknowledge that ■ Derek Pruner DEREK E PRUNER • Karl Dix has reaffirmed a dedication to seer in times of crisis through continued processional developmem and cm-npieuon of the independent s*.:dy course: IS 10D31 Public Assistant Operation 1 1 sem., IsrsrAr Al Dv♦Y'tt NMImo ...... ISZi•um.C:f` rs Wawa C E „ ESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-40 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute -.,..45:, Ceres Employees Holding This Certification FEMA • Derek Pruner This Certificate of Achievement is to acknoss ledge that • Karl Dix TIA N LAURIE • Tia Laurie has reaffirmed a dedication to serve in times of crisis throescontinued • professional development Ind completion of the independent studycount: Jason Alber IS-00632 Intro to tkhrie f)pert is FEMU's Public.ttnka.Prg Marl rho lK Ary dApex YAM , cs. tr wY ar ,,,tit Mowns balm, Emergency Management Institute ND$ Ceres Employees Holding This FEMA Certification ■ Derek Pruner This Certificate of Achievement IS 50 acl:notvlydge that • Karl Dix JASON ALDER ■ Jason Alber has reaffirmed a dedication to serve in times of crisis through continued: professional development and completion of the mdepenSrnt study course: IS-00701.a NINES\tuil gent,Coordination Synem(MACS) LACE! V=.•-• _. Emergency Management Institute 6. ,,, ,„..,_ Ceres Employees Holding This FEMA Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREK E PRUNER • Karl Dix has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study rotase: IS-00703.a SIMS Re oarce%Iauagtmte! r uwxf:kn,Alan dMtt 1M ....:.. ® Impolormina a.nteem.ro t05re W C E „ E5 . Tab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team . Page 2.2-41 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute --78 , FEMA Ceres Employees Holding This TRts Ccrt:ficate of Achievement is to acknow ledge that Certification ■ Derek Pruner DEREK E PRUNER has reaffirmed a dedication to SONY in tunes of crisis through continued professional dev clop nein and completion of the independent study corse Fmrr:encSupport Function i FSO VI Transportation /` Irajt .. summon tTf tt q, .- Emergency Management Institute tot FEMA Ceres Employees Holding This This Certificate of Achievement is to acknowledge that Certification • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to save in times of crisis through continued professional development and completion of the independent study course:• (S-00!02 F.mer>;esn Support Fasedos(EST)*2 Comaaatca ous Dia .. :m+,:'!»rM•o/W4:aro �• Caw te.oro aa.�ar Emergency Management Institute 0e. FEMA Ceres Employees Holding This Certification This Certificate of Achtcs menu is to awnow ledge that • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course: fS-OOE03 Emergtocy Support Funenoe(ESfl 43 hbtic Works rad Eingbortriug v ® oetthelanat+o e—trmeman a- CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-42 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute FEMA Ceres Employees Holding This Certification This Certificate of,tchteseinem is:o acknowledge that • Derek Pruner DEREK E PRUNER isas teat!irmed a dedication to serve in times of aids through continued motessional development and completion of the independent study course: IS-0ts&N Emergency Sapport Function(ESE)al Firefighting ,-- •,..1, T"",...-, 1 Emergency Management Institute 4; FEMA Ceres Employees Holding This Certification This Certificate of Achievement is to acknow ledge that • Derek Pruner DEREK E!RISER I ".as reaffirmed a dedication to sere in times of crisis through e rnonucd prefc cooral development and completion of the independent study course: Is-6og0.5 Emergency Support Function(EMUS Emergency Menagcma l / -' • ..�..�. 'i A.,.�<`.,�•.mvo =IT c..lepor,no loporintamdmi P...,.>Weamoto- Emergency Management Institute FEMA Ceres Employees Holding This Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued professional dnodopment and completion of the independent study course: IS-001106 Emergency Support Function(ESTI o6 Mass CaraEmorg.tssisnoc<,ltaudng Human serefces ..). , = uamtd►.m.no Seelmaint ria++.,... C ERE5 Tab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team "�'ao"" Page 2.2-43 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute FEMA Ceres Employees Holding This This Certificate of Achievement is to acknou ledge that Certification • Derek Pruner DEREK E PRCNE:R tsar tcadfirtred a dedication to save in times of crisis through continued ,rofessioral development and completion of the independent study course: IS-00808 Emergency Support Fuaetbn(ESF)a8 Public Health and Weikel Seniors ile704 DMA A,,q 4Y, A twmsa111111 Emergency Management Institute ver,r FEMA Ceres Employees Holding This This Certificate of Achievcmeru is to acknz,.h Certification • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of cnsis tutu:y.continued profess:oral development and completion of the independent study course: 15-00809 Emergency Support Function f[SFF a9 Search and Rescue casitouna Emergency Management Institute FEMA Ceres Employees Holding This Thu Certificate of Seines=cut is to acknowledge that Certification • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued morels:oral development and completion of the independent study course: IS-01810 Eme...ou s Support Function tESFI 510 Oil and Ilvarduus Materials Response C ERE5 Tab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team "`""' Page 2.2-44 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute a.. FEMA Ceres Employees Holding This Certification TIL,Certificate of Achievement is to acknowledge that • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis tough continued crofeu;nral development and completion of the indepasdan study course: IS-0061 I Emergency Support Function(ESP)Q1 \arlcslmrr and Neutra!Reessress 7—i. ,w.Ms+ �1�r_ro LAC a,....+.. Emergency Management Institute FEMA Ceres Employees Holding This This Certificate of Achievement is to acknowledge that Certification • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to sere in times of crisis through continued professional development and completion of the independent study course: IS 00512 Emergency Support Fssalas IESF)*12 Energy P -s ® awl1d.rsftM tapPorear r tir.w....x.": Emergency Management Institute t 6 FEMA Ceres Employees Holding This Certification This Certificate of Achtcs einem.s to=km"ledge that • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study rourse. is-ooat' Emergency support Function(ESE)*13 Pabite safety and'merNy " ' t(�,. �sr t 4f.r tV CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-45 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Management Institute wyr a Carti, Y FEMA Ceres Employees Holding This This Certificate ofActuesomeistoacknot ledge that Certification n • Derek Pruner DEREK E PRUNER has reaffirmed a dedication to serve in tines of crisis through continued professional development and completion of the irdepa lett study course: 15.06614 Emergency Support Fannies u ESF)Old Long-Term Commonalty Res-over, turd Mu r'n as A.4.o ;nra 1, / Come M ...:.s asao..r ir.a..rr.. Emergency Management Institute sj)- FEMA Ceres Employees Holding This This Certificate of Achievement is to acknowledge that Certification • Derek Pruner DEREK E PRUNER has rcutTinned a dedication to serve in times of crisis through continued professioral do elopmcnt and completion of the independent study course: 15-01900 National Disaster Medical kneels(ODMS) Federal Cmrdisadag Caster Operations . , SZ cws*retro r..pe .....w d. Certific0 tc of Completion I r. An e—_. Ceres Employees Holding This DclxisJ►�ina ..1L-�:. its fe+'State. Certification tow • David Press ••r• • Gail Hanscom O-7� �� j 7 • v., ,fi�11 Feocral C ERE5 Tab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-46 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 4:01t1 � OF � w lWar Mtn""- �' Ceres Employees Holding This �' LIP ` , Certification ..arFG • Gail Hanscom CERTIFICATE • Chuck Owens TIA LAURIE • David Davenport n.c..�wew•rrcaysd[eww+wN«w...►hecVn••r•ryC«`.'^..drra.,..,.CO... ■ Derek Pruner CONSTRUCTION QtMLflr MANAGEMENT FOR CONTRACTORS•IOU Nara • Ron Rodriguez r.•••w ••••••••=111.10 AMMO --••--0- • Tia Laurie .....r. �_ .. _ 1.091.._. ..r...:.. .11._. RrfwrKgE suer.eleeMetra 46E a raw Certificate of Completion ?, „4• Ceres Employees Holding This Presented to: Certification JAKOBTHOMPSON • Chuck Owens ■ David Davenport •-. _ • • Jake Thompson On 12712012.JAXOS THOMPSON suartediully aRRpUtw M OSHA 30 Noir Outreach Trs+nno for General Industry. • Ron Rodriguez OSHA® L1'4=`' -- -- - Certificate of Completion Ceres Employees Holding This �.1 Certification Presented to: • David Davenport JAKOB THOMPSON • Huey Deville • Jake Thompson On(/202012.JAKOB THO PSON abowRay aingwed the 10•Hour OSHA • Mike Hansen Outreach Trainee Cane lor General industry. • Ron Rodriguez =� ^� • Steve Johnson CERESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-47 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services OSH/451151 Online OSHA Training Ceti Wirer of Course Completion Ceres Employees Holding This .o HrHAZWOPER : Certification Seabee.Nue Came TYY^.�.• Cama,_..6wylwlM 11• ■ David Davenport 2309315 ■ Jake Thompson r-dlim^"ipsam N-•^ • Matt Sharpe ■ Patricia Macey ■1r�Nwe now.41.1N•.wupNwrw�r•M•ow.. • OSHkcan ...•�w M•rorMM `.larrricau.leadrn►j ef(I'Ill=firs/:lid.bre. This is to certin that GAILHANSCOM Ceres Employees Holding This has completed the course in Certification Adult CPR • Chuck Owens { • Gail Hanscom This iadiridnal has smrrujlhly mntp/etre/the above mentioned Ivarce,and hat ekerasrlmtedpofaien.7 in the subvert by paging the a wninution in anorriattre with the terns and romition of .9enelimn Ila o,y of CPK and First.-lid,b:.: �^• e,nerela s]nelTete . (:Mi/iratien\aa:be' lour I)ate Roland/)ate DievtMr of Travis; febaspr Gnaw:;IID CE „ ESTab 2 Experience&Qualifications Section 2 Qualifications of the Proposing Team Page 2.2-48 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 2.3 Financial Capacity Ceres Environmental Services, Inc. can provide performance and payment bonds from an 'A'-rated, treasury-listed carrier in amounts in excess of $500 million per project. With substantial liquid working capital and additional credit lines available, a lack of financial resources is never an obstacle for Ceres. Ceres has an established, solid 20-year banking relationship with Wells Fargo Bank as well as other financial institutions. Financial concerns such as short-term cash flow are not an obstacle for Ceres. The company is able to perform work with its own funds and the timing of payments from customers is a non- issue for the corporation. On the Hurricane Katrina Project, Ceres had up to $140 million in open invoices to the USACE, without an interruption in work performance or delays in payments to the subcontractors. Surety Company Contact(Letter Attached): Ted Jorgensen Liberty Mutual Insurance Company 150 S 5th Street, Ste. 2800 Minneapolis, MN 55402 612-349-2464 telephone Bank of Record (Letter Attached): Wells Fargo Sixth and Marquette Minneapolis, MN 55479 612-667-5099 telephone Insurance Company Information (Insurance Certificate Attached): Tyler Simmons Christensen Group - IRI 11100 Bren Road West Minnetonka, MN 55343 952-653-1000 telephone Ceres will provide a Dun &Bradstreet Supplier Qualification Report(SQR)to the City of Miami Beach upon request. CERES Tab 2 Experience&Qualifications Section 3 Financial Capacity Page 2.3-1 Liberty Liberty Mutual Surety r►- ' Mutual, March 16,2018 Re: Ceres Environmental Services,Inc. Contractor's Qualification Statement To Whom It May Concern: Liberty Mutual Insurance Company along with Cobb Strecker Dunphy&Zimmermann,Inc. have handled the bonding requirements of Ceres Environmental Services, Inc. for over 29 years. Their project management and financial responsibility has always been exceptional. We have bonded individual projects in excess of$500 million and have authorized work programs in excess of$500 million. Presently,their bonds are written with the Liberty Mutual Insurance Company. Liberty Mutual Insurance Company is a surety and insurance company currently listed on the U.S. Department of the Treasury Circular 570 list of approved bonding companies which is published annually in the Federal Register, with an A (Excellent)rating in the latest printing of the A.M. Best's Key Rating. Approval of performance and payment bonds of all projects is expressly conditioned upon acceptable review of the contract terms and scope, bond forms,and financing for the project, as well as other pertinent underwriting information. The arrangement for performance and payment bonds is a matter between Ceres Environmental Services, Inc. and Liberty Mutual Insurance Company, and the surety assumes no liability to you or third parties, if for any reason bonds for any project are not executed. If additional information is required,please feel free to contact this office. Sincerely, /A YV� cam( andra M. Engstrum Attorney-in-Fact Liberty Mutual Insurance Company Member of Liberty Mutual Group i THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7967008 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts. and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'(,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Colby D.White;Melinda C. Blodgett;R.C.Bowman;R.Scott Eqqinton;Sandra M.Enqstrum; R.W.Frank;Ted Jorgensen;Joshua R.Loftis;Kurt C. Lundblad;Brian J.Oestreich;Jerome T.Ouimet;Craig Remick;Nicole Stillings;John E.Tauer;Rachel Thomas;Lin Ulven;Emily White all of the city of Minneapolis .state of MN each individually if there be more than one named,its true and lawful altorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds.recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21st day of December , 2017 . ca ,ZY INSry INSii y iNSUC SP,,,,A,R%-fi jJP',�,pyr>n^.1 c,1,� rc r',,,r<,„,rn-:�, The Ohio Casualty Insurance Company NI o ' tele �oM 1912 a Liberty Mutual Insurance Company a)' D= ,r 1991 a West American I Insurance Company N V) O7 y'^'MnM'v�f`��la �)r���i1niS'� p2 / l.Dl:.i,� r di/7/-4' 2 By: c STATE OF PENNSYLVANIA ss David M.Carey, ssistant Secretary cil co COUNTY OF MONTGOMERY c R = 0 O1 On This 21st day of December , 2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v F- V cD Company, The Ohio Casualty Company, and West American Insurance Company,and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes >,W p therein contained by signing on behalf of the corporations by himself as a duly authorized officer. CD L tC E E 4: > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O 71 d = sp., PAST COMMONWEALTH OF PENNSYLVANIA s-r alfAiQOMI �orivie F! v-. oi>� arA Notarial Seal e.N s v Toresa Paslella.Notary Public By: ` al OF 0 ` i Upper Merlon Twp..Montgomery County Teresa Paslella,Notary Public y c , s'v I My Commission Expires March 28.2021 3 to L M ,,-*Ai TqtPOS)\' Member.Pennsylvano Association ofNotanes dE cm to ro This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual rn of ai,L, Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: y C I wrT to 2 ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Arty officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c �4; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, , l 8,c acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective 3 E 6 powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so +01)1 p m executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >01 T the provisions of this article may be revoked at any lime by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 0) l ..Nj .3 c ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E 00 > d and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact.as may be necessary to act in behalf of the Company to make,execute, L M p j seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their E 00I Z (i) respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O o v�—I executed such instruments shall be as binding as if signed by the president and attested by the secretary. o�'; Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- I—r-I fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the sante force and effect as though manually affixed. I. Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. 1 . 1 (8IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed the seals of said Companies this t, day of =1.1." ' ,20 Y INSr INSU v,NSUq _ MJt"iow'' .`9f JJ4'r�;o'o.G7ga(� ;1=C l.-. rr�:41�esC.� 0 1919 ^ , 1912 ° '` 1991 By: 4 g° y ab I;; '.i" Renee C.Llewe , ssislant Secretary Y 27 of 100 LMS_12873_022017 John Budziszewski Middle Market Banking Relationship Associate Sixth Street&Marquette Ave MAC N93o5-187 WE I-.L S Minneapolis,MN 55479 FAR G O (612)667-5188 Office (612)667-4144 Fax John.budzisewski2@wellsfargo.com January 18, 2017 Ceres Environmental Service 3825 85th Ave N Ste B Brooklyn Park MN 55443-2060 To Whom It May Concern: Please be advised that Ceres Environmental Services ("Ceres") and related entities with common ownership interests have maintained an excellent account relationship with Wells Fargo Bank,N.A. and affiliates("Bank") since 1996, and are highly valued customers of the Bank. Ceres Environmental Services, Inc. and related entities with common ownership interests have average twelve month funds on deposit with Wells Fargo Bank in excess of$8,000,000.00. These and all other accounts and services have been handled in a highly satisfactory manner. Please feel free to direct any further questions to me at the address or telephone number above. Thank you, John Budziszewski Relationship Associate Wells Fargo Bank N.A. Together we'll go far / -• 014 Wells Fargo Bank,N.A. AC�® DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 9/5/2017 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 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 KellyPreston NAME: Christensen Group Insurance ,a/c°NNo F:„. (952)653-1000 FAX (A/C.Nol: (952)653-1101 11100 Bren Road West E-MAIL k reston@christensen rou com ADDRESS: P g P' INSURER(S)AFFORDING COVERAGE NAIC 6 Minnetonka MN 55343 INSURERA:Old Republic General Insurance 24139 INSURED INSURER B:Westchester Fire Insurance Co CERES ENVIRONMENTAL SERVICES, INC. INsuRERC:Evanston Insurance Company 03759 6968 Professional Pkwy East INSURERD: INSURER E: Sarasota FL 34240 INSURERF: COVERAGES CERTIFICATE NUMBER:17-18 - LIAB - FL - 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSRWVD POLICY NUMBER ,IMMIDDIYYYYI (MMIDDIYYYY) GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 - DAMAGE Tb RENTED 300,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ A CLAIMS-MADE n OCCUR A5CG11261701 9/01/2017 9/01/2018 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 General Liability Deduct GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: $10,000 PRODUCTS-COMP/OP AGG $ 2,000,000 7 POLICY 5 dJE n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident)._ _$ 2,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED A5CA11261701 9/01/2017 9/01/2018 BODILY INJURY(Per accident) $ AUTOS _ AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) _ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DED RETENTION$ G46808848001 9/01/2017 9/01/2018 $ A WORKERS COMPENSATION Policy includes Longshore , WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY I IMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE YIN Harbor Endt for FL E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA A5CW11261701 9/01/2017 9/01/2018 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Contractors Pollution 17CPLOMW40040 9/01/2017 9/01/2018 Per Occ/Agg Limits: $10,000,000 C Prof Liab/Claims Made 17CPLOMW40040 $100K Ded 9/01/2017 9/01/2018 Limit:(retro date 8/18/14) $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PROOF OF COVERAGE ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Tyler Simmons/KP .�k._i ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005).01 The ACORD name and logo are registered marks of ACORD City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 3 APPROACH AND METHODOLOGY 3.1 Subcontracting Plan CE,RE5 IONME NT4l RESPONSE REGIONS 5,360 rorAt SUBCONTRACTORS WA J^' ME MT ND OR MN 170 NH ID 5D MA MI Y 143 Cl R} W IA — - CA NV NE 30 uH *R•O u-r IL IN 130 ` 3 CO .. •112 68 WV KS 0: 17 VA .> 40 5 KY12 - 76 r f NC. AZ OK NM 70 AR —_ 121 MS AL 145 254` c, TX w AK 568 LEGEND . Response Region I HI tssa s.,xa,o-xmn . Response Region 2 72 Subcontractors in Response Region 3 Miami-Dade County,FL ■ ""w� " Response Region 4 .:Subcontrtctan FL State _--- 670 ' suneontratiots Introduction Our objective at Ceres Environmental Services, Inc. is to perform all work associated with this contract in an efficient and safe manner through the effective administration and management of our equipment, personnel, subcontractors, and suppliers. In accordance with Ceres' policies and programs, the work plan for this contract will be developed and executed assisting, counseling, advising, and utilizing, to the maximum extent possible and to the extent consistent with City of Miami Beach's interest, Local and other Small Businesses (SB) as well as Small Disadvantaged Businesses (SDB) such as HUBZone, Veteran- owned (VO), Service Disabled Veteran-Owned (SDVO), Woman-Owned (WOSB) for the provision of equipment, labor, services and supplies. It is important for Ceres to provide opportunities for local companies and their employees to work on any project that may result from this contract. Additionally, Ceres may directly employ individuals to work for Ceres on a project. Ceres has a very well developed subcontracting plan, and Ceres also has a stellar record of implementing our plan and making payments to local subcontractors on past projects performed when Ceres is the prime contractor. During our Hurricane Katrina response, Ceres was very successful in subcontracting with local companies. Our first priority is to give opportunities to local firms and it is our commitment to meet or exceed other small business and minority hiring goals of Miami Beach. We recognize the importance of bringing in local companies and thereby further assisting in the economic recovery of the local area. CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Ceres paid local subcontractors 59.5% of subcontracted dollars during our response to Hurricanes Katrina and Rita in Louisiana, and successfully subcontracted to Small Disadvantaged Businesses (10.77%), Women Owned Businesses(18.25%)and Veteran Owned Businesses (8.38%). Additionally,over the 2011 Alabama tornado season, Ceres paid 80%of subcontracting dollars to Alabama businesses. Ceres employs a Subcontract Manager who is dedicated to soliciting and involving local businesses with our projects. We look forward to using our subcontracting plan to further involve local businesses with work opportunities with Ceres. Subcontracting To Firms within the Area of the Project It is the intention, policy and practice of Ceres to utilize local subcontract services in the performance of the proposed contract to the maximum extent possible as consistent, within the requirements of the Stafford Act,Sec. 307, Use of Local Firms and Individuals(42 U.S.C. 5150),the prime contract and sound business practices and management policies. In General - In the expenditure of Federal funds for debris clearance, distribution of supplies, reconstruction, and other major disaster or emergency assistance activities which may be carried out by contract or agreement with private organizations,firms,or individuals, preference will be given,to the extent feasible and practicable,to those organizations,firms,and individuals residing or doing business primarily in the area affected by such major disaster or emergency.We recognize the advantages obtainable by utilizing other responsible and experienced firms who are capable of furnishing specialty services and products of high quality. First priority will be given to those subcontractors who are from or do business in the surrounding area. A separate program will be included for local contractors that do not necessarily have goals established under the contract requirements. Ceres' internal subcontractor databases, on-line databases, online local business directories,and local government offices will be used to identify contractors in the immediate area. This is the process used quite successfully by Ceres on previous projects. The search and identification will validate the speed and performance level to mobilize contractors on site and begin the physical work. Our internal subcontractor database includes subcontractors who have expressed an interest in or assisted our firm in the successful completion of emergency response contracts. All efforts will be made to also procure supplies, materials and labor from local vendors. Ceres has and will continue to communicate with local authorities, elected officials, and community organizations, its desire to hire local and small business enterprises and subcategory businesses to meet the requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219-7003 and meet specified goals for hiring SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones. Copies of the contract will be sent to Plan Rooms servicing the particular region in addition to our office in the project area. The contract will also be posted to a web site and potential subcontractor registration will also be available via web, FAX, direct contact (1-877-STORM12). A dedicated toll-free telephone service will be established specifically for subcontractors interested in contracting with Ceres. Ceres has made as many resources available to subcontractors as possible in order to initiate and facilitate communication. The Manager of Administration and the Subcontract Manager will notify regionally based subcontractors of the issuance of a notice to proceed. Ceres' subcontractor database currently contains more than 5,000 disaster debris management prospective subcontractors who have contacted Ceres with an interest in subcontracting. More than 1,100 of these subcontractors have worked on Ceres' disaster projects, providing, along with Ceres' owned fleet, more than 7,000 pieces of loading and hauling equipment. While our database of qualified subcontractors is very large, it is our intention to select from a more regionally based group and have established for Miami Beach four unique response regions. These are based on relative distance from your area and use straight-line miles and/or drive time to establish which region each state of potential subcontractors belongs in. Listed below is information taken directly from our subcontractor database, showing the home state of operation and numbers of subcontractors, by the approximate drive times to Miami Beach. A list of prospective Florida subcontractors is included in this proposal. Should you desire a listing of the Region 1- 4 subcontractors by name and location; Ceres can provide such a list upon request. Response Region 1: 240 straight-line miles or 6-8 hours driving time Alabama 254 North Carolina 184 Florida 670 South Carolina 97 CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Georgia 225 I Tennessee 120 Subtotal of firms within 6-8 hours drivin. time = 1,550 Response Region 2: 360 straight-line miles or 8-10 hours driving time Kentucky 76 Mississippi 145 Virginia 121 West Virginia 17 Subtotal of firms within 8-10 hours drivin. time = 359 Response Region 2: 360 straight-line miles or 8-10 hours driving time Arkansas 121 Delaware 13 Maryland 62 Missouri 155 Illinois 112 New Jersey 60 Indiana 68 Ohio 130 Louisiana 910 Pennsylvania 90 Subtotal of firms within 8-10 hours driving time = 1,721 Total Number of Subcontractors Within One Da s Drivin. Time = 3,630 Response Region 4: greater than 600 straight-line miles or more than 14 hours driving time Iowa 30 New York 74 Kansas 40 Oklahoma 70 Michigan 143 Texas 568 Minnesota 170 Wisconsin 66 Subtotal of firms greater than 14 hours driving time= 1,161 Total Number of Subcontractors Within Two Days Driving Time =4,791 Ceres Subcontract Manager and Duties The Ceres Subcontract Manager is: Tia Laurie Subcontract Manager Ceres Environmental Services, Inc. 6968 Professional Parkway Sarasota, FL 34240 (800) 218-4424 tia.laurie(c�ceresenv.com Ms. Laurie's responsibilities include: • Identification, development, and maintenance of source lists of small, small disadvantaged, and women-owned small business concerns. Verifying the list of subcontract entities, or database, is properly maintained. • Develop outreach programs through advertising; broadcast fax solicitations; networking with local and national organizations such as SBA, applicable trade unions, Chambers of Commerce etc. • Ensuring the inclusion of targeted business concerns in all solicitations for services or products; and ensuring that all solicitations are structured to permit the maximum possible participation by targeted concerns. • Ensuring that certain solicitations or sources sought are restricted to SDB concerns (competitive basis). • Ensuring the establishment and maintenance of records of all subcontract awards to ensure appropriate documentation of non-selection of bids submitted by targeted enterprises. • Ensuring the preparation and submittal of all compliance reports. • Maintaining records and measuring performance against established goals. • Advise,train, and foster project management personnel on the purposes of the SB Subcontracting Program. • To ensure any provided study or reports are formatted in a manner compliant with the contract or otherwise acceptable to the City. • Encouraging all employees and subcontractors to attend off-site training courses offered by public and private entities in small business development and small business program goals. Arranging CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services for the conduct of training for purchasing personnel regarding the intent and impact of Public Law Public Law 99-661, Section 1207 and Public Law 100-180, Section 806 on purchasing procedures. • Participate in voluntary federal programs which encourage the private sector to utilize SDBs, SBs, WOSBs, VOs, SDVOs, and HUBZone subcontractors. • Ensuring periodic rotation of potential subcontractors on bidder's lists. • Identification of other SB concerns when the number of prospective sources is not adequate using the internet or other mass media as a resource. • Review and approval of SB subcontracting plans submitted by large businesses. • Maintaining requirements of the prime contract in subcontract agreements. Verification that subcontract agreements contain flowdown clauses. • Prepare and submit semi-annual and annual subcontracting reports. • Reporting progress in achieving goals under this program to senior level management. • Implementation of an "in-reach" program that provides targeted businesses access to project managers and key personnel. Methods Utilized To Develop and Achieve Subcontracting Goals Ceres will utilize a minimum of one subcontract manager and/or specialists in the execution of this contract. All personnel are familiar with and recognize Ceres' commitment to Public Law 99-661, Section 1207 and Public Law 100-180, Section 806 and the Robert T. Stafford Disaster Relief and Emergency Assistance Act, PL 100-707 and Public Law. Ceres will conduct internal training seminars and workshops to assure staff compliance with requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219-7003 and meet specified goals for hiring SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZone subcontractors. In addition to technical and field work subcontracted in association with this contract, buyers will make every effort to identify and utilize SBs&SDBs for supplies and services including but not limited to the following: Office and temporary housing service,Cleaning and supplies,Housekeeping Services, Laboratory Supplies and Services, Safeguarding and Security Services, and other supplies and services not typically identified for subcontract opportunities to targeted firms.Additionally, large business subcontractors will be counseled on the identification, evaluation, solicitation, and utilization of targeted businesses within their scope of services. Historically,principal items or areas we have identified for subcontract opportunities to SBs,SDBs, WOSBs, VOs, SDVOs, and HUBZones under these similar contracts include: • Trucking and Hauling • POL Products • Nursery and Landscape Products and Services • Sand and Aggregate • Field vehicle supply, parts and service/maintenance • Labor housing (tent and food service supply) • Portable Toilet supply and service • Office and temporary housing service, cleaning and supplies • Office and clerical support staff • General Laborers • Parts, fuel, maintenance, and related equipment service • Heavy Equipment Rental/Lease concerns • Specialty services such as, but not limited to: sewer cleaning services, solid waste hauling, and recycling, tree removal and trimming, and demolition. Through the application of Ceres' proven capabilities relative to technical performance and contract administration, it is our intent that the Owner be provided with the highest level of performance while still achieving our participation goals and capturing opportunities for these businesses while acquiring an expanded base of qualified small businesses; obtaining more competitive pricing on procurement opportunities resulting in cost savings; and achieving an increase in small business program goal accomplishments. Achievement of these goals will be realized through the application of the following functions and activities: CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Identification and maintenance of a qualified potential Internal Subcontractor Database, which includes business status within each level of government. • Developing and maintaining bidder's lists for each new project of SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones from all possible resources to include but certainly not limited to the Internal Database. • Identification of all federal, state, and local government and private associations/coalitions for targeted businesses. • Solicit,counsel,and discuss subcontracting opportunities with representatives of targeted business firms, and encourage certification of these firms prior to commencement of work. • Provide assistance to business concerns by arranging solicitations,time for the preparation of bids, quantities, specifications, and delivery schedules so as to facilitate the participation by such concerns. Ensuring that procurement packages are designed to permit the maximum possible participation. • Ensure that SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones concerns have an equitable opportunity to compete for subcontracts, and that other subcontracts and services are identified that will be restricted to competitive SDB bids. Identification of subcontracts for restricted competitive bid should consider all potential services and supplies and not only those traditionally awarded to SB or SDB firms. See also DFARS 219.705-4(d). • Provide internal motivational training to encourage purchasing and contract administration personnel to meet or exceed these goals. • Provide assistance to potential subcontractors in completing the System of Award Management (SAM) • Provide notice to subcontractors concerning penalties and remedies for misrepresentations of business status for the purpose of obtaining a subcontract intended to be included as part or all of a goal contained within this subcontracting plan. • Conduct reviews of subcontractor performance, providing feedback to SB and SDB firms relative to competency, abilities, experience and capacity and provide technical assistance to any firms as appropriate, based on the outcome of the review. This review may be done prior to award or at any time post-award, but must be completed prior to completion of any awarded work. Reviews may not be conducted for those firms with whom Ceres has had a prior working relationship and who have already demonstrated appropriate competency, ability and capacity to perform the required work or service. Ceres also makes every effort to establish long-term working relationships with SBs and SDBs to include long-range project plans (e.g.joint ventures, teaming agreements, etc). • Submit the required reports and documentation of all efforts used to identify and solicit targeted business concerns. • Participate and cooperate in any studies or surveys that may be requested by the Owner or other agencies. Utilization of Small Business Concerns and Small Disadvantaged Business Concerns It is the policy of Ceres and its agents, hereinafter referred to as "contractor" or "contractor plan," to hire small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals. Ceres agrees to carry out this policy in awarding to subcontractors,to the fullest extent possible, consistent with the efficient performance of this agreement and its options. Ceres agrees to cooperate in any studies or surveys that may be conducted by the City as may be necessary to determine the extent of Ceres' compliance with this clause. As used in this plan,the term"small business concern"(SB)will mean a small business as defined pursuant to Section 3 of the Small Business Act and relevant regulations. The term "small business concern owned and controlled by socially and economically disadvantaged individuals" (SDB) will mean a business concern: (1) Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially or economically disadvantaged individuals; and (2)Whose management and daily business operations are controlled by one or more such individuals. CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Ceres will presume that socially and economically disadvantaged individuals include Black-Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, Asian-Indian Americans and other minorities, or any individual found to be disadvantaged by the Administration pursuant to 8(a) of the Small Business Act. Utilization of Service Disabled-Veteran, Veteran-Owned and Women-Owned Small Business Concerns It is the policy of Ceres to hire small business concerns and small business concerns owned and controlled by service-disabled veterans, veterans, and women. Service disabled veteran and women owned, as used in this clause, means businesses that are at least 51 percent owned by veterans, service disabled veterans or women who are United States citizens and who also control and operate the business. Ceres agrees to use its best efforts to give veteran, service disabled veteran, and women-owned small businesses the maximum practical opportunity to participate in subcontract awards to the fullest extent consistent with the efficient performance of this contract plan. Utilization of HUBZone Small Business Concerns It is the policy of Ceres to hire HUBZone small business concerns. HUBZone small business concern means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns Maintained by the SBA. Description of Efforts to Ensure That SBs, Service Disabled Veteran Businesses, Woman- Owned Businesses, HUBZone Businesses, and SDBs Have an Equitable Opportunity to Participate In the Acquisition Ceres agrees to use its best efforts to give targeted business the maximum practical opportunity to participate in subcontract awards to the fullest extent consistent with the efficient performance of this contract plan. Ceres will assist small business and small disadvantaged concerns by arranging solicitations, time for the preparation of bids, quantities, specifications, and delivery schedules so as to facilitate the participation by such concerns. Payment schedules will be adjusted to allow for participation of all firms with cash flow concerns. Materials, Supplies, Equipment and Services will be identified and discussed with these concerns.These items include POL products, Parts and Equipment, and Services(Equipment rental, equipment subcontracting, etc.). Records and Source Documents The types of records maintained and procedures adopted to demonstrate compliance with the requirements and goals of the Small Business Subcontracting Plan include the following: 1. Source Lists(The following source lists for targeted firms are representative and are not intended to be construed as sole sources of this information. Ceres is making every effort to identify, log, and procure the necessary contractor data to allow for the fair and equitable participation in this contract. The following listings are provided as an immediate source of contractors that qualify as SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones: • SBA Dynamic Small Business Search • List of Federally Registered Contractors for Contractor Compliance • American Business Information Business USA • List of Minority Businesses Councils • Business Development Agencies • DOD Subcontracting Directory • Department of the Treasury, Small Business Subcontracting Opportunities • Small Business Administration, Subcontracting Opportunities Directory • State and Regional Small Business Administration (SBA) Resources • National Minority Purchasing Council Vendor Information Service • Research and Information Division of the Minority Business Development Agency in the Department of Commerce • Trade Associations for SB, VO, SDVO, HUBZone SB, SDB, and WOSB Concerns. • Dun and Bradstreet Procurement Planning Directory • Participation in various local, regional, and national SB trade associations and conferences CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Membership in SB organizations, development organizations, and various government organizations • SBA Commercial Market Representative (CMR) Additionally Ceres has contacted city, county and municipal minority business development offices as additional resources to identify SB and SDB firms. 2. For each subcontract solicitation resulting in an award of more than $ 10,000.00, Ceres will retain documentation to indicate: • Whether small business concerns were solicited and if not, why not • Whether small disadvantaged business concerns were solicited and if not, why not • Whether women owned small business concerns were solicited and if not, why not • The reason award was not made to a small business concern • Records of outreach efforts to contact: • Trade Associations • Business Development Organizations • Conferences and Trade Fairs • Records of Internal Guidance • Records of Subcontractors Award Data 3. Ceres Subcontractor Database Management Ceres' existing subcontractor database has been developed through out-reach efforts including, but not limited to: advertising; broadcast fax solicitations; networking with local and national organizations such as the AGC, applicable trade unions, and Chambers of Commerce, etc. This database contains thousands of subcontractors who have registered with us on-line at www.ceresenvironmental.com. This registration process requires potential subcontractors to indicate their small business subcategory status.The database is continually updated and used by Ceres in recruiting and hiring appropriate subcontractors to meet the requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219-7003 and meet specified goals for hiring SDBs, SBs, WOSBs, VOs, SDVOs, and HUBZone subcontractors. The Subcontract Manager will ensure that the subcontractor database modified for this project is appropriate for the type of information required to be retained and suitable in terms of generating utilization data and contract information for bid solicitations. Specific elements of the management of this system include: Addition and Deletion from Master List of Subcontractors including the following: • Contact Person • Company • Address • Telephone • Email if available • Equipment Available ■ Labor Available ■ Time Needed to Mobilize • Status, Category Additional Requirements of Contractors when Added to Master List • Annual business updates, faxed or mailed • Request to be maintained on Ceres qualified subcontractor list • Insurance Capability • Bonding Capability • Subcontract Package to Include Subcontract Forms and Standard Government Contract Clauses Addition and Deletion of Resource Centers such as: C E •• ES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-7 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Contractor Associations • State, Federal, and Local Subcontractor Management • Procurement Automated Source System • National Minority Purchasing Council Vendor Information Service • Council Vendor Information Service • Research and Information Division of the Minority Business Development Agency • Sources used are the SBA's procurement automated source system (PASS) • National Purchasing Council Vendor Information Service • Minority Business Development Agency • U.S. Department of Commerce • Local Minority Business Development Centers • Economic Development Centers • National American Indian Enterprise Development At present, Ceres' subcontractor database includes SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones utilized by Ceres on past projects totaling in excess of 500 Million Dollars, those who have responded to a solicitation by Ceres by means of a letter of interest inquiry executed by a company representative having signatory authority, and those who have been otherwise identified as a potential subcontractor by the Subcontract Manager through various means mentioned herein. In addition, Ceres modified the corporate website (www.ceresenvironmental.com) to include an electronic means of potential subcontractor registration with our firm. This website provides potential subcontractors the opportunity to register with Ceres their pertinent company information, current business status, and capabilities. This information is linked to upload into our database facilitating more ready access by means of database inquiry to locate specific types of contractors, specific types of business concerns, and/or specific locations. The information required to be submitted by each potential subcontractor, which is retained in the database, includes: Information provided by the subcontractors in the registration includes the following: • Contractor Name • Address • Phone/Fax Number • Email Address • Business Type (SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones) • Ownership Information • Years in Business • Insurance Information • Equipment Available (type and quantity) All potential vendors and subcontractors will be integrated into the Ceres Subcontractor Database modified specifically for this project.This(Access)database retains basic subcontractor information(name,address, and contact information), types of equipment or services provided, any pricing agreement, and business status. In addition, this system tracks work or services provided by each organization, amounts invoiced, and goals.This active vendor base will continue to be broadened throughout the performance of this contact as additional potential vendors and subcontractors are identified and/or as additional needs/solicitations arise. Efforts to broaden this vendor database will also be in conformance to those requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219-7003. The provision of certain services or materials sought in support of this contract may be restricted to competitive bids received from only SDBs.Such restrictions will be identified by the Project Manager and communicated to the appropriate buyer(s)or contract administrator assisting in solicitation of competitive bids. Ceres is able to utilize the information in this database, then, to contact potential subcontractors who may be interested and capable of providing specific services to our company. By identifying any parameters, such as service type or business location, Ceres can quickly generate an extensive list of potential subcontractors, meeting the criteria of a disadvantaged business as discussed in this plan,for the purposes of soliciting a competitive bid for such services. CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-8 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Award to any given subcontractor will be contingent upon the provision of basic company information, current licensing, as required, and the verification of current insurance information (general liability, automobile, and workers compensation). Other factors may include capacity, capability, experience, and abilities of the firm. The Subcontract Manager can provide direction and assistance to any such firms not readily meeting all of the required or desired business elements in an effort to assist the firm in overcoming such obstacles. 4. Records of internal guidance and encouragement provided to acquisition personnel through workshops, seminars,training programs, incentive awards, and monitoring to evaluate compliance with the programs requirements. Past Performance On USACE projects performed by Ceres, in Puerto Rico during the 1998 and 1999 hurricane seasons (Hurricane George), 100% of all subcontracting dollars went to locally-based Small and various Disadvantaged Business concerns. Additionally, on USACE projects performed in Louisiana in response to Hurricanes Katrina and Rita, 59.5% of subcontracted dollars went to local businesses and 76.1% of the dollars subcontracted to small business went to local small businesses. While utilizing 1,619 vendors and subcontractors, Ceres exceeded all of its subcontracting goals of USACE contract number W912P8-D-05- 0024. During Ceres' the Alabama tornados response in 2011, Ceres used over 80% local and minority subcontractors to complete various projects. During the performance of the above mentioned contracts Ceres successfully utilized several hundred local SB and SDB firms, and was able to exceed the proposed award goals for SB, SDB, WOSB, VO, SDVO, and HUBZone firms. Numerous other government projects have been completed by Ceres over the course of the past 25 years with successful utilization (meeting or exceeding established goals)of local and other Small Businesses, SDBs, WOSBs, VOs, SDVOs and HUBZone small businesses. Based on our historically successful contract performance and utilization goals, Ceres anticipates that the completion of work under this contract for City of Miami Beach will also be successful in meeting, minimally, the stated goals contained within this plan. Potential Subcontractors Category Key: SB = Small Business; WOSB = Woman-Owned Small Business; VO = Veteran-Owned Small Business; SDVO = Service Disabled Veteran Owned Small Business; 8a = Currently 8a Certified; SDB = Small Disadvantaged Business; HUB = HUB Certified Miami-Dade Count Subcontractors Company City State Certs Corpac Steel Products Aventura FL CBC Real Estate LLC Cutler Bay FL SB, DC Engineering & Construction Group, Inc. Doral FL GH Builders Inc. Doral FL SB,SDB JN Company Doral FL AISE Service, Inc. Hialeah FL SB All Design Concrete Corp Hialeah FL SB,WO, JIREH TREE CARE LLC Hialeah FL SDB Sunny Trimming & Landscaping, Inc. Hialeah FL Tow Max Transport Corporation Hialeah FL SB, WOSB Maytin Engineering, Corp. Hialeah Gardens FL SB ASA, LLC Homestead FL SB Florida Paving &Trucking Inc Homestead FL WO, JT HAULING Homestead FL WO, SDAC Homestead FL SB, SDB, HUB Zone ,8(a), VO Tropical Disaster Response, LLC Homestead FL CERES Tab 3 Approach and Methodology Section 1 Subcontracting Plan Page 3.1-9 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Action Express, LLC Medley FL SB, SDB All Florida Land Cleaning Medley FL A&J Transport, Inc. Miami FL A Native Tree Service, Inc. Miami FL SB, WOSB ABO Engineering Contractors Miami FL Associated Marine Salvage Miami FL SB Building Essentials And Training LLC Miami FL SB, C &C Waste Removal, Inc. Miami FL SB C.E. Construction and Development Miami FL SB Cambridge Project Development Inc. Miami FL SB Caruva INC Miami FL Continental Heavy Civil Miami FL DBLP Contracting Miami FL SB Disaster Relief Catering Miami FL Dynamic Scapes LLC Miami FL SB, Edu-Tech, Inc. Miami FL SDB EnviroWaste Services Group, Inc. Miami FL Galafre Construction and Land Design Inc. Miami FL Hard Core Construction Miami FL SB, Isram Enterprises Miami FL SB, WOSB, SDB Jam Logistics, LIc Miami FL SB, Jewett Heavylift& Equipment Corp Miami FL SB, WOSB Juan C. Vigueras Landscaping Miami FL SB KB &JO Trucking Corp Miami FL SB KGR Trucking Miami FL SB, WOSB La Ceiba Nursery Miami FL SB Leno Dredging and Hauling Miami FL SB, SDB, HUB Magestry Land Work Miami FL SB Maiky's Enterprises Corporation Miami FL SB, WOSB, SDB Makeovers Unlimited, Inc. Miami FL SB MCO Construction & Services, inc. Miami FL SB, WOSB, SDB, HUB Nidiquar Services LIc Miami FL SB, OAC Action Construction Corporation Miami FL Pending Incorporation Miami FL WOSB R& P Shah Enterprises, Inc. Miami FL WOSB Rausa Builders Miami FL SB Roadway Trucking Inc. Miami FL SB, Security Enforcement Authority, Inc. Miami FL SB, VO Take Stock Inc Miami FL TakeStock, Inc Miami FL SB, SDB The Combined Group Corp Miami FL SB, SDB, 8(a) American Environmental Miami Beach FL SB, WOSB G7 Holdings, Inc. Miami Beach FL SB LLF Concepts, Inc. Miami Beach FL SB Moss Disaster Relief, LLC Miami Beach FL SB DSW Logistics Miami Gardens FL SB, CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-10 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs In Touch Logistics LLC Miami Gardens FL SB.SDB Team Ten Group Constuction Corp Miami Gardens FL SB, Best Driver Resources, Inc. Miami Lakes FL FL MBE CES Consultants, Inc. Miami Lakes FL SB, SDB EE&G Disaster Response Miami Lakes FL The Franklin Ray Group, Inc Miami Lakes FL SB Atlantic Trucking &Warehousing Opalocka FL SB Gilbert Johnson Masonry. Inc. Orange City FL SB AR Ramos Enterprises, Inc Palmetto Bay FL SB Training And Supervision Of Brigades Sunny Isles FL WO Florida Subcontractors Company City State Certs North Florida Landclear Alachua FL SB Rembert Services, LLC Alachua FL SB, WOSB Branching Out Tree Care Alford FL Debris Hauling Altamonte Springs FL VO Gator Engineering & Aquifer Restoration, Inc. Altamonte Springs FL SB, VO, SDVO Surface Management Turf Services, Inc. Altamonte Springs FL SB American Tree Service, Corp. Anna Maria FL Haller Tree Service Apalachicola FL DTP Consulting, Inc. Apollo Beach FL SB Steel Smith LLC Apollo Beach FL A and E Goes, Inc. Apopka FL SB Champion Services of FL LLC Apopka FL _ Express Boat Transport Corp Apopka FL SB, Green Lover's Trucking, Inc. Apopka FL Green Side Up Land Management Apopka FL SB. Peight Timber Company Inc. Arcadia FL SB, First Impressions Outdoor Inc. Astatula FL SB, McGill & Myers Environmental Enterprises, LLC Atlantis FL SB Hurricane Hero LLC Auburndale FL SB Precise Contracting Auburndale FL Precise Contracting LLc Auburndale FL SB Turf Tamers of Polk Auburndale FL SB, VO E-Z Autoplex of Augusta LLC Augusta FL Morel Roofing and Trucking Avon Park FL Gibbons Fence Company Bartow FL SB "2" SBW &Associates, Inc. Belle Glade FL SB, HUB D&G LOGGING &TRUCKING, LLC Blountstown FL SB Ewing Brothers Construction Boca Raton FL SB Gina's Hauling Boca Raton FL SB, WOSB Mhd Marketing Inc Boca Raton FL SB MILSPEC INDUSTRIES Boca Raton FL SB Southeast Construction, LLC Boca Raton FL CE „ ES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-11 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs The BG Group Boca Raton FL WOSB Precision Emergency Response LLC Bonifay FL WO Envirospec, Inc. Boynton Beach FL SB, WOSB Novo Arbor Boynton Beach FL Tree Movers Inc Boynton Beach FL SB Bradenton Tree Service Bradenton FL Curlie Joes Bradenton FL Custom Tree Work Bradenton FL Duncan Seawall, Dock, Boat Bradenton FL Haul-Away of the Suncoast Bradenton FL Helping Hands Staffing Service Bradenton FL L.A.G Hauling/Luis Gonzalez Lawn Service Bradenton FL FL MBE Olive Branch Enterprises of FL, Inc. Bradenton FL SB Roy's Tractor Service, Inc. Bradenton FL SB R'S Maintenance & Services Bradenton FL VO Spartan Staffing Bradenton FL Suncoast Environmental Group, Inc Bradenton FL Suncoast Environmental Group, Inc. Bradenton FL Superior Asphalt Bradenton FL USA Fence Co. Bradenton FL Layers Asphalt Brandon FL SB Scott McClain LLC Brandon FL SB, Lyons Site Construction, LLC Branford FL Grubbs Emergency Services Brooksville FL Jijoro Services Brooksville FL VO Mike Rotunda, Inc. Brooksville FL SB, WOSB Southern Construction Builders, Inc. Brooksville FL SB T.C. Webb Transport Brooksville FL SB Tree Care by Robert Miller, Inc. Brooksville FL SB Fouraker Mechanical Heating and Air Bryceville FL SB Star Farm Bunnell FL TAK Environmental Services Bunnell FL SB, WOSB ECO-2000, Inc. Bushnell FL JB Egbert Enterprises, Inc. Bushnell FL SB, VO F&S Land Services Callahan FL SB Larios Trucking Inc Canal point FL SB Advance Construction Services Cantonment FL SB, VO, HUB All Seasons Construction, LLC Cantonment FL WOSB, SDB, HUB J and M Construction Cantonment FL SB, WOSB Seaside Grounds Maintenance Inc Cantonment FL SB, WO The Other Guy Cantonment FL SB, WOSB Sophlex Enterprises, Inc. Cape Canaveral FL General Property Solutions Cape Coral FL SB, Linda Trucking Cape Coral FL SB, SDB Mike's Construction Cape Coral FL WOB Montrose Enterprises, Inc. Cape Coral FL SB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-12 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Southwest Florida Seafood Import and Export, LLC Cape Coral FL SB, WO, VO Tree Concepts Cape Coral FL American All Star Disaster Services, Inc. Casselberry FL SB Rich's Lawn Service And Irrigation LLC Celebration FL SB Langston Tree Service, Inc. Chiefland FL HHH & Company, Inc. Chipley FL Howard III Industries, LLC Chuluota FL SB Dirt Movers,I nc. Citrus Springs FL AAA Service Company Clearwater FL Dave's Hauling Clearwater FL SB Global Welding & Fabrication Service, Inc. Clearwater FL SB J &J Property Maintenance And Tree Service Clearwater FL SB Metro Roofing Clearwater FL P&R Renovations & Procoatings, Inc. Clearwater FL Pure Air Control Service Clearwater FL SB, SDB Rak Trucking LLC Clearwater FL Tampa Bay Real Estate Solutions dba Alba Property Maintenance Clearwater FL SB, WOSB West Coast Roofing and Contracting, Inc. Clearwater FL SB S Jaglal and Son Trucking, Inc. Clermont FL SB Vision Outdoor, Inc. Clermont. FL SB Florida Fiber Recovery Clewiston FL SB Florida Steel Masters Clewiston FL SB, Industrial Technical Services Clewiston FL HUB , VO, SDVO Management Support Clewiston FL WOSB ABC Landclearing and Development Cocoa FL WOSB, SBD, VOSB Alpha Trucking Cocoa FL SB Birtee's Trucking, Inc. Cocoa FL SB Cocoa Radiator Auto&Cycle Repair Cocoa FL SB Debris Removal Cocoa FL WOSB East Coast Construction Clean Up& Hauling, Inc. Cocoa FL SB, SDB Hearn Debris Removal, LLC Cocoa FL SB JLC Roll Off, LLC Cocoa FL SB, WOSB O'Leary Enterprises, Inc., dba ATM Recycling Cocoa FL SB OShea Contracting Cocoa FL SB Portable Air Cocoa FL SB Space Coast Debris Removal, LLC Cocoa FL SB Sunrise Systems of Brevard, Inc. Cocoa FL SB Calle Enterprise, Inc. Coconut Creek FL Nicon Contracting & Engineering, Inc. Coconut Creek FL SB, SDB Phil's Expert Tree Service, Inc. Coconut Creek FL WOSB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-13 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Tri-County Environmental Coconut Creek FL SB, WOSB Best Systems Of Florida, Inc. Cooper City FL SB Michael Roy, Inc., /Elite Properties Cooper City FL All Florida Tree& Landscape, Inc Coral Springs FL All Florida Tree and Landscape, Inc. Coral Springs FL Continental Lawn & Landscaping, Inc. Coral Springs FL WOSB Mora Engineering Contractors, Inc. Coral Springs FL SDB Top Gun Excavation, Inc. Coral Springs FL SB Xtreme Land Coral Springs FL SB, WOB Sunshine State Builders, LLC Crawfordville FL WOSB Farmland Properties, Inc. Cross City FL SB CCS Debris Removal, LLC Crystal River FL SB, VO Harris Trees& Debris Removal, Inc. Crystal River FL WOSB Cross Environmental Services Crystal Springs FL SB Code 3 Enterprises Dade City FL SB,SDB,VO, Davis Contracting Dade City FL SB Exotic Works Construction Dade City FL SB Optimal Recovery, LLC Dade City FL SB Orr Industries, LLC Dade City FL RP Construction Dade City FL TNT Environmental, LLC Dade City FL Tate Transport Dania Beach FL SB, FL DBE Austin Tupler Trucking Davie FL SB Empire Property Services LLC Davie FL SB,WO Old Southern Builders Davie FL SB, VOSB United Underground Contractor Corporation Davie FL SDB Fema Services Instantly/FSI Daytona Beach FL SB S & P Brush Removal Daytona Beach FL SB, VO, SDVO Daytona Beach K Konstruction Shores FL SB VCM Construction Debary FL SB Atlantic Coast Environmental, Inc. Deerfield Beach FL Cyriacks Environmental Consulting Services, Inc. Deerfield Beach FL SB, WOSB, SDB, VO GlobeTec Construction Deerfield Beach FL Innovative Environmental Services Inc. Deerfield Beach FL SB, WOSB Jayco, Inc. Deerfield Beach FL _ Ryan Incorporated Southern Deerfield Beach FL John Stives Painting, LLC DeFuniak Springs FL SB, WOSB Leddon's Landclearing and Hauling, Inc. DeFuniak Springs FL SB Affordable Tree Service Deland FL SB DL's Bobcat Service, Inc. Deland FL SB Marshall Lewis Services, LLC DeLand FL SB Motorway Inc Deland FL SB Dixie Custom Welding Deleon Springs FL SB, WOSB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-14 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Dugger Convrete, Inc. Deleon Springs FL SB, SDB Fleming Excavating, Inc. Deleon Springs FL Haulaway Trucking, Inc. Deleon Springs FL SB, WOSB Stanley Blackwelder DeLeon Springs FL SB All Around Building Delray beach FL SB Amerigrow Recycling Delray Beach FL Compass Disaster Relief Delray Beach FL SB, WOSB Bluewater Site Contractors, Inc. Deltona FL WOSB JLC Enterprises Deltona FL SDVO Kilroy Construction Deltona FL SB, SDB, VO, SDVO Captain Jambo's Construction Destin FL DesignScapes Construction Services, Inc. Destin FL SB CR2 Services, LLC Doral FL SB, A Absolute Tree Services Dunedin _FL Evergreen Tree Services Dunedin FL SB National Fire Contracting Dun nellon FL Hammock Tree Service Dunnellon FL SB, Hammock Tree Service Dunnellon FL SB, J & M Construction of Marion County Dunnellon FL Solar Building 1, LLC Dunnellon FL SB Ashleys Lawn Service East Palatka FL WOSB JJs Tree Service LLc Eastpoint FL SB Cloer&Son's, Inc. Edgewater FL SB US Storm Authority Edgewater FL SB, WOSB L& N Mulch Elfers FL SB Howell Concrete & Land Service Inc Englewood FL SB Go Digga Inc Fellsmere FL SB ShadeTree Realty Group, Inc. Property Management Division Fellsmere FL American Demolition &Env Fern Park FL Sapp Professional Services, LLC Fernandina Beach FL WOSB Advanced Roofing, Inc. Fort Lauderdale FL BL. Williams Electric, Inc. Fort Lauderdale FL Demo Doctor, Inc. Fort Lauderdale FL SB Dr.D Enterprises, Inc. of Davie Fort Lauderdale FL SB, VO, SDVO Eleos, LLC Fort Lauderdale FL Glen Contracting, Inc. Fort Lauderdale FL SB Retranca Equipment and Trucking Fort Lauderdale FL SB SUG Distributions, Inc. Fort Lauderdale FL SB Warren Contracting And Development Fort Lauderdale FL SB Wastetech Fort Lauderdale FL WO, A&J Storm Recovery& Debris Removal Fort McCoy FL SB All Seasons Landscape Contractors, Inc. Fort McCoy FL SB Bullseye Line Striping Systems Inc Fort Myers FL County Waste, Inc Fort Myers FL SB, SDB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-15 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Karle Environmental Organic Recycle Fort Myers FL Thielen Environmental LLC Fort Myers FL SB Thornton Moving and Cleaning Services, Inc. Fort Myers FL SB West Coast Florida Enterprises, Inc. Fort Myers FL SB Atlantic Coast Transport Fort Pierce FL Atlantic Custom Landscape Fort Pierce FL Blankenbaker Land Services Inc Fort Pierce FL SB, WOB First React Contracting, LLC Fort Pierce FL GNA Hauling Fort Pierce FL SB, WO Ground Pounders Trucking, LLC Fort Pierce FL SB, WOSB, HUB Hector Luna Fort Pierce FL Integcrete Construction Fort Pierce FL SB James L King &Associates Fort Pierce FL SB,WO, JCP Enterprises,LLC Fort Pierce FL SB, VO Jose Alfredo Macias Jr Fort Pierce FL SDB Kathleen Davidson Enterprises Fort Pierce FL WOSB LNA Maint Fort Pierce FL SB Rio Indio Fort Pierce FL Riverside Citrus Fort Pierce FL Solomon Trucking INC Fort Pierce FL SOUTH FLORIDA GRADING Fort Pierce FL South Florida Land clearing , inc Fort Pierce FL The Harrell, Group Fort Pierce FL SB,WO,SDB Treasure Coast Land Clearing Fort Pierce FL SB Byrd's Concrete, Inc. Fort Walton Beach FL SB Coastal Janitorial Service, LLC Fort Walton Beach FL SB, WOSB, SDB Gulf South Contractors, Inc. Fort Walton Beach FL SB Horticare Fort Walton Beach FL SB Thomco Enterprises Fort Walton Beach FL SB, VO, SDVO World Detail Specialists inc Ft. Lauderdale FL Florida Contractors LLC Fort Myers FL SB, Back Forty, Inc. Fort Pierce FL WOB, SDB McCulley Marine Services, Inc. Fort Pierce FL SB Clear Green Gainesville FL Gaston Tree Service Gainesville FL Homeland Roofing Systems, LLC Gainesville FL SB, WOSB, SDB Wood Resource Recovery, Inc. Gainesville FL SB Handy Randys Services Geneva FL Florida Wrecking and Salvage Gibsonton FL SB, Tampa SLBE Godley's Custom Landscaping and Tree Service Gotha FL SB JD Smith Graceville FL Jason Branch Farms Grand ridge FL SB Highstyle Engineering And Construction Services LLC Greenacres FL SB,SDB P.J.'s Land Clearing & Excavating, Inc. Greenacres FL CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-16 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Merlin Banahan Excavating, Inc. Greenwood FL ClayCo, Inc. Groveland FL SB, WOSB Code Red Enterprises, Llc Groveland FL SB, VO Epoch Software Systems, Inc. Gulf Breeze FL SB, WOSB, SDB Paradise Disaster Resources Gulf Breeze FL WOSB, SDB SiteWorx Commercial & Industrial Services LLC Gulf Breeze FL SB, WO Davis & Sons Drywall and Framing, LLC Haines City FL WOSB, SDB DMW LOGISTIC Hawthorne FL SB Underwood Disaster Recovery Hernando Beach FL Ilc The Saw Shoppe, Inc. High Spring FL All Around Ground Services Hobe Sound FL Bob Cantrell Trucking, LLC Hobe Sound FL Clean All Products, Inc. Hobe Sound FL SB HaulinDixon Hobe Sound FL SB, South Florida Tree Company Hobe Sound FL SB Tony's Tree Service Hobe Sound FL Waste Star Services Holiday FL SB, Hollywood Restoration, Inc. Hollywood FL SB, IMR Development Corporation Hollywood FL SB, WOSB, VOSB K&R World Electrical Contractor's Inc. Hollywood FL SB, Magic Wheels Hollywood FL SB Miller& Myers Llc Hollywood FL Thompson's Roofing • Hollywood FL SB Myers Lawn Maintenance Hosford FL SB Las Fuentes Trucking, Inc. Immokalee FL SB, WOSB, SDB Kendall-Dinielli Consulting Indian Harbour Beach FL Blue Ridge Recovery LLC Intercession City FL SB,WO, Aerostar Environmental Services, Inc. Jacksonville FL WOB, SDB All Pro Trailers Jacksonville FL SB Archie Powell, Inc. Jacksonville FL Arwood Waste Demolition/Together Waste Jacksonville FL SDB, VO Atlas Construction Group Jacksonville FL BJ Sawyer Enterprises, Inc. Jacksonville FL SB,VO, SDVO Century Transport(Century Contracting) Jacksonville FL SDB Coastline Disaster Relief Services Jacksonville FL DAK Resources, Inc. Jacksonville FL SB, VO, SDVO Dic Dogg Hauling Jacksonville FL SB, WOSB DMTM Enterprises Inc. Jacksonville FL Environmental & Labor Solutions, Inc. Jacksonville FL Environmental Conservation Laboratories, Inc. Jacksonville FL SB Florida Landmark&Asso., Inc. Jacksonville FL SB Git R Dun Lawn Maintenance, Inc. Jacksonville FL SB, WOSB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-17 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs HD Marine LLC Jacksonville FL SB, His House Construction Services Jacksonville FL SB MY Contractors, Inc. Jacksonville FL WOSB, HUB, SDB Moody's Roll-Offs &Cleanup, Inc. Jacksonville FL WOSB Mulch Plus Jacksonville FL SB NFFS General Contractors Jacksonville FL North Jax Builders, Inc. Jacksonville FL SB, SDB Ocean Electrical Co., Inc. Jacksonville FL SB Onas Corporation Jacksonville FL SDB Peppertree Management, LLC Jacksonville FL SB, WOSB Quality Electrical Service, Inc. Jacksonville FL SDB Robert O. Young Jacksonville FL VO Sasscer Lawn Care Jacksonville FL SB, WOSB Sayar Enterprises dba Southern Development Corp. Jacksonville FL FL DBE Southern Development Corporation Jacksonville FL SB Sun State Disposal and Recycling, Inc. Jacksonville FL SURVEVE INC Jacksonville FL SDVO Total Site and Recovery Services, LLC Jacksonville FL Coastal Tree Service, Inc. Jacksonville Beach FL SB C&N Environmental Consultants, Inc. Jupiter FL WOSB, SDB JDL Enterprises of South Florida, LLC Jupiter FL SB L& L Worldwide, Inc. Jupiter FL SB, WOSB, SDB Luca D., Inc. Keystone Heights FL C & D HEAVY EQUIPMENT LLC Kissimmee FL SB, SDB Fleurant Hauling Kissimmee FL SB F Madrid Harvesting, Inc. Labelle FL Bielling Site Prep & Restoration Lake Butler FL SB E-Zane Lake City FL SB Larry Holley Tree & Lawn Lake City FL SB Rucker's Land Maintenance & Prep Lake City FL SB Wood Products, Inc. Lake City FL Medacam Enterprises Lake Mary FL SB, SDB Palm Beach Grading Lake Park FL JMR Services Lake Placid FL Lira Sod Lake Placid FL Professional Sod and Landscaping Lake Placid FL SB Florida Environmental Clearing Lake Wales FL Other JR and Material, Co Lake Wales FL Mack-Watt Lake Wales FL SB, SDVO Walker Tractor Work Lake Wales FL SB, WOSB, VO Dynamic Environmental Associates Lake Worth FL SB JJ Transport 147 LLC Lake Worth FL SB Lezcano Enterprises LIc Lake Worth FL SB, SDB Mbi Project Management, LLC Lake Worth FL CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-18 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Avery Investments Corporation .Lakeland FL SB, WOSB Florida Excavating and Engineering Lakeland FL Hurricane Andrew's Tree Service And General Maintenance, LLC Lakeland FL WOSB Jim Knowles Debris Removing Service Lakeland FL SB Landshark Land Management L.L.C. Lakeland FL SB STAG Industries, LLC Lakeland FL WOB Bio-Mass Tech Land 0 Lakes FL Sunset Bay Construction Land 0 Lakes FL Bay To Bay Tree Service Inc. Largo FL SB, CMS Crawford Maintenance Services LLC. Largo FL SB, WOSB, SDB International Subsea Consulatants Largo FL SB Paramount Power Largo FL Preferred Drilling Solutions, Inc. Largo FL SB Southeast Abatement Services Largo FL SB, FL DBE Value Environmental Services Largo FL SB, WOSB, SDB, 8a Island Recovery Services Lauderdale Lakes FL SDB AirSpec Leesburg FL SB, VO Al Roznowski, Inc. Leesburg FL SB WOSB, SDB, FL DBE, MS DBE, Diamond C Transport Leesburg FL LA DBE Missy and Mossy LLC Leesburg FL R Peaden Inc Leesburg FL SB, WOSB Royce Peaden Leesburg FL Bryant Tree Service, Inc. Live Oak FL SB L. J. Townsend Enterprises Live Oak FL SB Pam's Environmental Live Oak FL WOSB A Sun State Trees, Inc. Longwood FL Direct Installation Services Longwood FL SB Eagle Cap Forestry Longwood FL SB Kleen Sweep, Inc. Longwood FL SB, Orange County SDVO SB, WOSB, 8a, FL MBE, Orange County, FL DOT DBE, LA DOT Tootle Construction Longwood FL DBE A& E Land Clearing, Inc. Loxahatchee FL Breen Aquatics, Inc Loxahatchee FL SB DIBiasie Trucking Loxahatchee FL SB, VO Googe Transport Loxahatchee FL WOSB L. Granato Services, Inc. Loxahatchee FL SB Southern Transport& Equipment, Inc. Loxahatchee FL SB Taylor Land Development, Inc. Loxahatchee FL SB Cross Construction Services, Inc. Lutz FL SB Pine Lake Nursery& Landscape Lutz FL Sunset Bay Landscaping Lutz FL S & S Enterprises Lynn Haven FL SB, VO, SDVO S & S Maboe FL SB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-19 City of Doral ITB#2018-09 Emergency Debris Removal • Company City State Certs Sampson Enterprises-Scattered Pines Sawmill _Madison _ _ FL Sindt Trucking, Inc. Madison FL SB T & S Services Maitland FL Jennisons' All-star Haulers Margate FL SB Tornado Roofing Margate FL SB Hayes Land Clearing Marianna FL SB Action Express, LLC Medley FL SB, SDB Doug Connor, Inc. Melbourne FL SB, WOSB Dream Acre Enterprises, Inc. Melbourne FL SB, WOSB Glover Oil Melbourne FL K K & D Enterprises, LLC Melbourne FL SB, WOSB, VO L & J Hauling, LLC Melbourne FL SB Santa Cruz Construction, Inc. Merritt Island FL SB Specialty Equipment Systems Merritt Island FL SB, WOSB Harrell-Harrell Tractor Landscaping LLc Middleburg FL SB, WOSB, SDB JG Trucking Middleburg FL SB C.A.T., LLC Milton FL SB HighSteele LLC Milton FL Pro Tree Service /JP Milton FL Smith &Associates, Inc. Milton FL SB IMS Consulting Minneola FL WOSB Powella€TMs Lawn And Landscape LLC Minneola FL SB, WO 360 Power Solutions Miramar FL SB Cutters Edge Lawn and Maintenance Miramar FL SB, WOSB Four R Equipment Miramar FL SB,WO Franklin Ray Group, LLC. Miramar FL Manny Estrada Miramar FL Solo Construction Corporation Miramar FL SDB Southern Land Services, Inc. Moore Haven FL WOSB Millwaters Grading Service Morriston FL SB Blue Skies Enterprises INC Mount Dora FL SB Recovery One Disaster Services, Inc. Mulberry FL SB Wilkerson Hydrology Service Inc Mulberry FL Apex Tree And Landscape Myakka City FL SB, Manatee Tractor Services, Inc. Myakka City FL SB Wood And Wetlands Inc. N Fort Myers FL AcmeGrapple Service, LLC Naples FL Eagle Engineering And Land Development, Inc. Naples FL SB,8(a), LJ Hayes Construction Naples FL Pena Trucking & Exc., Inc. Naples FL SB, WOSB, SDB Hall Trucking New Port Richey FL SB, WOSB, VO, SDVO Parthenon Restoration & Remodeling Inc. New Port Richey FL SB A & C Land Development, Inc. New Smyrna Beach FL SB C E Tab 3 Supplemental Information E Section 4 Subcontracting Plan Page 3.6-20 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Fullard Environmental Controls, Inc. New Smyrna Beach FL SDB, HUB Giddy Up Go Express New Smyrna Beach FL SB Ground Management Service, Inc. (GMS) New Smyrna Beach FL Laster Holdings, LLC New Smyrna Beach FL SB, AAG Environmental Newberry FL SBE Ben's Dump, Hauling and Removal, Inc. Niceville FL SB Braley, Inc. dba Bayou Tree Service Niceville FL SB Detwiler N Sons Total Lawn Care Niceville FL SB Long Shot Transporting Niceville FL Habitat Restoration Resources, Inc. Nokomis FL WOSB Contract Site Services, Inc. North Fort Meyers FL SB, WOSB T. Disney Trucking &Grading, Inc. North Fort Myers FL SB Double E Consulting, LLC North Port FL EarthBalance North Port FL SB Exotic Landscape Design, Inc. North Port FL SB Treemendous Tree Service North Port FL Bulls Eye Group, Inc. Oakland Park FL SB C.P. Farms O'Brien FL O& J Clean-up Services O'Brien FL SB, WOSB Agri-Source, Inc. Ocala FL Conrad Enterprises Ocala FL SB, VO David Foust Ocala FL Flyway Ocala FL Sunrise Hauling & Excavating; Inc. Ocoee FL SB Arborist Aboard, Inc Odessa FL Be-Mac Services, Inc. Odessa FL C and R Tree Service Odessa FL WOSB Florida Tractor Service LLC Odessa FL SB, VO Orbital Enterprises, LLC Odessa FL SB A Shaping Inc. Okeechobee FL SB A&S Clearing LLC Okeechobee FL SB, WOB AD4RZ Okeechobee FL Alliance Satcom Okeechobee FL WO, Enviro-Tech Systems, Inc. Okeechobee FL SB Optimum Services, Inc. Okeechobee FL RDB Lawn Service And Landscape Okeechobee FL SB Southeastern Crane Academy Okeechobee FL SB Walters and Son Construction, LLC Okeechobee FL SB Aardvark Clearing and Hauling, Inc. Old Town FL SB Aliens of Dixie, Inc. Old Town FL SB,VO, SDVO Big South Services, Inc. Old Town FL SB Suwannee River Pinestraw Old Town FL SB, WOSB Ideal Estate Service Group Oldsmar FL SB Tucker Enterprise Services, Inc. Oldsmar FL SB, SDB Atlantic Trucking &Warehousing Opalocka FL SB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-21 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Gilbert Johnson Masonry, Inc. Orange City FL SB Braxton Trucking Company Orange Park FL SB, SDB, VO ABL Land Services, Inc. Orlando FL SB Agricultural Fuels Corp. Orlando FL SB, Albert Moore, LLC Orlando FL All Protection & Security Orlando FL APEC Orlando FL Arrowhead Land Clearing Orlando FL Barnes, Ferland and Associates Orlando FL SB, SDB, FL DBE, LA DBE Barrington Irving Trucking Orlando FL SB, FL MBE Beejai Dasrat Lawn Service And Hauling Orlando FL SB, Bennett Restoration Corp. Orlando FL Cloud 9 Services Orlando FL SB Cooper Services Orlando FL SB Creative Image Orlando FL WOSB CST Environmental, Inc. Orlando FL Custom Earthworks (OrangeC) Orlando FL SDB Elite Quality Services LLC Orlando FL SDB Ellis Debris Haul Orlando FL SB EMI Orlando FL SB Estucasa Orlando FL WOSB Executive Commercial Services Orlando FL SB Gold Key International Orlando FL SB Gracicarl's Services, Inc. Orlando FL SB Grande Starr Enterprises Orlando FL SB, WOSB, SDVOSB Greg Bear Tree Service, LLC Orlando FL SB, Hailey's Enterprises, Inc. Orlando FL SB Homes Made To Irder, LLC Orlando FL SB,VO James M. Krantz Construction Corporation Orlando FL SB JCoombs Enterprises Inc Orlando FL SB, Jose Perez Orlando FL L &J Davis, Inc. Orlando FL SDB, SDVO Logistical Group, Inc Orlando FL SB, WOSB, 8a Logistical Group, Inc. Orlando FL SB, WOSB Loyal Source Government Services, LLV Orlando FL SB, SDVO, Orange County Marion Bray Orlando FL SB NCM Demolition and Remediation formerly CST Environmental Orlando FL Nicks Bobcat& Demolition Services, Inc. Orlando FL SB On Call Enterprises dba Disaster Relief Services Orlando FL SB Oversize Transport LLC. Orlando FL Quisqueya Landscaping Services Orlando FL SB, SDB Raynor Shine Tree Service, Inc. Orlando FL SB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-22 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Reynolds, Smith & Hills CS, Inc. Orlando FL Rock Creek Orlando FL WOSB, SDB, VO, SDVO Siles& Son, Inc. Orlando FL SB Siles And Sons Inc. Orlando FL SB Star Management Orlando FL TERRASCAPE, LLC Orlando FL SB,WO, Total Land And Tree Inc Orlando FL WCC Disaster Recovery and Debris Management Orlando FL 8A Y& D Trucking Orlando FL SB, WOSB, FL DBE Advanced Construction Ormond Beach FL WOSB American Waste Services Ormond Beach FL Big League Landscape Of Daytona Beach Ormond Beach FL SB County Line Services LLC Ormond Beach FL SB Crossroads Site Development, LLC Ormond Beach FL SB, WO R& R Dozer Service Ormond Beach FL SB Crush-It, Inc. Osprey FL SB F &S Land Clearing & Demolition, Inc. Oviedo FL SB Florida Landscape Management Oviedo FL SB Affordable Stump Grinding Pace FL VO Edge Bobcat and Tree Service, Inc. Pace FL SB, VO Jeb's Above& Beyond Tree Service Palatka FL A Custom Clean, Inc. Palm Bay FL SB, WOSB, SDB Alfys Trucking Palm Bay FL SDB CDM Trucking Inc Palm bay FL SB Fine Line Fencing Palm Bay FL SB Florida Roof Design, Inc. Palm Bay FL SB,WO Hauling by Mark, Inc. Palm Bay FL JD Sunny Isle, Inc. Palm Bay FL Prompt& Prestigious, Inc. Palm Bay FL SB Team Waterbury LLC Palm Bay FL SB, Tile Masters Palm Bay FL SB Tip Top Restoration Palm Bay FL SB, Tree Service Express, Inc. Palm Bay FL SB Youtzy Sitework, Inc. Palm Bay FL SB T A Enterprises of Palm Beach, Inc. Palm Beach FL SB, WOSB A& S Residential Grading & Storm Recovery Palm Beach Gardens FL SB Elegant Landscape and Design, Inc. Palm Beach Gardens FL Griffin Global Systems Palm Beach Gardens FL SB,WO,HUB Zone Russell Trucking, Inc. Palm Beach Gardens FL SB ASU Enterprises Inc Palm City FL Cooke Enterprises, LLC Palm Coast FL SB Pellicer Home Improvement L.L.C. Palm Coast FL SB, VO, Rosny Express Palm Coast FL SB A+ND2 Inc Palm Harbor FL SB, CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-23 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Eagle Globe &Anchor Construction Palm Springs FL SB Forristall Enterprises Palmetto FL WOSB, FL MBE Gator Grading and Paving, LLC Palmetto FL Gholden Steele Enterprise Palooka FL SB, SDB 814 Sand, Inc. Panama City FL WOSB, FL WBE American Recycling Company Panama City FL SB, VO American Tree Services, LLC Panama City FL Cross Construction Services Panama City FL Island Air Express LLC Panama City FL SB, VO, SDVO Scott M.H. Service, Inc. Panama City FL SB, VO RME-Diver Commercial Diving Panama City Beach FL WOSB, SDB BG Katz Parkland FL CSX Property Services Parkland FL McLane Excavating Company Peirson FL TLMC Enterprises, Inc. Pembroke Park FL SB, WOSB, SDB AFS Logistics Pembroke Pines FL SB, WOSB Chin Diesel, Inc. Pembroke Pines FL SB Macros Construction and Services, Inc. Pembroke Pines FL SB, SDB The Zenith Group Enterprises Corp Pembroke Pines FL SB, VO A W Debris Removal, LLC Pensacola FL SB Above Grade Construction, Inc. Pensacola FL VO ALCO II Pensacola FL SB Big Wizard Customs, Inc. Pensacola FL SDVO BKW, Inc. Pensacola FL SB, WOB, Childs Constuction Pensacola FL SB Coastal Container Pensacola FL GFD Construction, Inc. Pensacola FL SB, SDB Gulf Coast Environmental & Engineering, Inc. Pensacola FL Heliworks, Inc. Pensacola FL VO IDS, Inc. Pensacola FL J &W Handyman Service Pensacola FL SB, SDB J Soft Consulting Pensacola FL SB JJ &T Contractors, LLC Pensacola FL SB K H Fendley Pensacola FL SB, Kathy&Jeff Lawrence Enterprises Pensacola FL SB, WOSB Landrum Staffing Service Pensacola FL SB Mark Taylor Construction, LLC, Iron Dog Demolition, Abrams Group Pensacola FL SB, SDVO SB, WOSB, SDB, HUB, VOSB, RCG Enterprises, Inc. Pensacola FL SDVOB Richards Trees Pensacola FL SB Richbourg Landscaping Pensacola FL SB, SDVO S & P Pensacola FL Sean McKnight And Sons Professional Services, LLC Pensacola FL SB, WOSB Sunrise Contracting Services Inc. Pensacola FL SB, WOSB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-24 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs . Sweat Pensacola FL SDB Thompson Contractor Resources, Inc. Pensacola FL SB, WOSB W.C. Kirkland Trucking Pensacola FL SB, FL MBE Wayne Minchew Construction Pensacola FL Horizon Construction Pllp Perdido Key FL WOSB, SDB J &A's Services Perry FL SB Rio Indio Site Services Pierce FL SB B & R Tractor Services Pierson FL CS Bobcat Works Plant City FL Fortson Salvage Plant City FL SB Johnson's Excavation & Services, Inc. Plant City FL SB O.D.Jones Construction Plant City FL SB, Southern Timber, LLC Plant City FL WO Sunshine Landscaping Plant City FL Biocarbon Technologies Inc. Plantation FL JMS Construction Services Plantation FL SB John Wayne Construction Plantation FL SMF Capital, Inc. Plantation FL Worldelectric Supply Pompano FL Eastern Waste Systems, Inc. Pompano Beach FL Logarithm Lawn Care, LLC Pompano Beach FL SB, VOSB Ray Voutour Excavations, Inc. Ponte Vedra FL SB White Crane Service,,Inc. Ponte Vedra FL SB, True Perfection, Inc. Ponte Verda FL SB Finney and Sons Excavating Port Charlotte FL GNG Port Charlotte FL SB R.S. Construction of SW FL dba Ray Smith Excavating Port Charlotte FL Coastal Building Solutions Specialists Port Orange FL SB Select 3 Port Orange FL SB Terrific Turf Lawn Care Landscaping Port Orange FL SB, Team Farrell Port Richey _ FL A Great Fence, LLC &AGF Sourcing Port Saint Lucie FL SB D & B Hauling Port Saint Lucie FL SB, WOSB Edmond Trucking Co. Port Saint Lucie FL SDB Harris Lang Development Port Saint Lucie FL Jab National Trucking, Inc. Port Saint Lucie FL SB, VO, SDVO KC Fryer Earthworks, Inc. Port Saint Lucie FL WOSB Scott Perry Bobcat Service Port Saint Lucie FL SB Dirty Deeds Land Services Port St Lucie FL WO, Red Lion Construction Port St Lucie FL SLGC 12D Services, LLC Port St. Lucie FL SB, Silverback Arms Llc Port St. Lucie FL SB Soloman Trucking, Inc. Port St. Lucie FL SDB, WOSB, SBD, 8A KT Services Punta Gorda FL WOSB J & S Transport Reddick FL ScLueekie Klean Landscaping Reddick FL SB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-25 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs All Seasons Reunion FL SB Brent's Lawn Care Rhotuna West FL SB, Andy Kemner Riverview FL SB, Gladiator Trucking, Inc. Riverview FL SB, SDB Henry's Lawn Maintenance (HLM) Riverview FL SB HLM Henrys Lawn Maintenance Riverview FL SB INFINITY LANDSCAPE Riverview FL SB L & L Diversified Holdings, Inc. Riverview FL Larry D Mason Business Services Riverview FL SB, FL MBE Taylor Douglas Enterprises, LLC Riverview FL SB A One Stop Construction Rockledge FL SB Alpha-Omega Training And Compliance Inc Rockledge FL VOB J & C Construction of Brevard, Inc. Rockledge FL SB National Windshield Repair Rockledge FL SB Tessono Enterprises Royal Palm FL SDB C & C Loader Service, Inc. Royal Palm Beach FL Gulf Atlantic Roofing Corp Royal Palm Beach FL WOB SB, WOSB, FL MBE, SFWMD Pointe Site Development Consultants Royal Palm Beach FL SBE Quime Corp Royal Palm Beach FL All Out On A Limb, LLC Ruskin FL SB Sanks Refuse Services, Inc Saint Augustine FL SB, WO T&B Debris Removal Services, LLC Saint Augustine FL WOB TSK Exteriors LLC Saint Cloud FL SB, WOB USA PAINT COLORS LLC Saint Cloud FL H & H Enterprises Of San Mateo, LLC San Mateo FL SB Alberto William Lawn Service LLC Sanford FL SDB, Ciotti's Lawns & More For Life Inc. Sanford FL SB, CJ Disaster Repair, LLC Sanford FL SB, WOSB Mobile Specialties Sanford FL Kimmers Fleet Management Service Santa Rosa Beach FL 1-Ace Tree Service and Stump Grinding Sarasota FL 72 Land formerly C.E.M Site Constructors Inc. Sarasota FL SB Advanced Tree and Lawn Sarasota FL Black Tie Lawn and Tree, LLC Sarasota FL Bulldog Haulers Sarasota FL SB, WOSB Consolidated Resource Recovery Sarasota FL DCS Team, Inc. Sarasota FL WOSB Ducon LLC Sarasota FL SB, FL MBE Eagle Site Developers Inc. Sarasota FL SB, WOSB Gary's Roofing Service Sarasota FL SB, WOSB Hubbell Contracting Sarasota FL SB, WOSB Hydrograss Technologies, Inc. Sarasota FL SB JLS&T, Inc. Sarasota FL SB Major Site Development Sarasota FL SB, CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-26 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Quality Wholesale, Inc. Sarasota FL SB, VO RIM Express Inc. Sarasota FL Safety Support Systems Sarasota FL SunCoast Metals, LLC Sarasota FL Trademark Metal Recyclers Sarasota FL XUMA Equipment Sarasota FL WO, Z Cans Sarasota FL Camelot Debris Removal Sebring FL SB, WOSB, VOSB Elite Plumbing Sebring FL Florida Organic Solutions, Inc. Seffner FL SB, Sabrina's Trucking LLC Seffner FL SB JDF HOME IMPROVEMENTS, LLC Seminole FL SB, Matthew McCabe Seminole FL SB One Of A Kind Environmental Services, LLC Dba OAK Services Seminole FL WOSB First American Construction South Port FL SB, SDB C &S Property Services LLC Southwest Ranches FL SB, McCall Aircraft Consulting, LLC Southwest Ranches FL SB Carlos J Rodriguez Hauling Services Spring Hill FL SDB Cascais, Inc. Spring Hill FL SB, WOSB CLS Landscapes, LLC Spring Hill FL Helping Hands 48, LLC Spring Hill FL SB, WOSB, SDB Lubrano Enterprises, Inc. Spring Hill FL SB Luminus Mulch, Inc. Spring Hill FL Tree-Mendous Tree Service, Inc. Spring Hill FL SB Wall Brothers Construction LLC St. Cloud FL SB, Daniel R. Jones Excavation & Demolition, Inc. St. Augustine FL SB, WOSB Precision Emergency Response, Inc. St. Augustine FL SB, SDB C.K.A., LLC St. Cloud FL Honc Industries St. James City FL SB Advantage Environmental Services, Inc. St. Petersburg FL SB, WOSB, HUB zone, FL MBE C &J Construction of Florida USA, Inc. St. Petersburg FL SB Commercial Engineering, LLC St. Petersburg FL WOSB, HUB Double Up Hauling St. Petersburg FL SB, WOSB Frank Attardo Trucking St. Petersburg FL SB GA Food Service St. Petersburg FL Mastry Engine Center/MasPower Products Division St. Petersburg FL Terrel Industries, Inc. St. Petersburg FL N. FL. Landscape Mtg. Inc. Starke FL American Made Disposal, LLC Stuart FL VO E.D.Ackell Trucking, Inc. Stuart FL SB Environmental Restoration Group Stuart FL Florida Hydroseed + Erosion Construction Stuart FL SB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-27 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs Pay-Co Contracting, Inc. Stuart FL Rikedom LLC Stuart FL SB, 8A Santos Tree Service Stuart FL Travis Contracting Services Stuart FL Airborne Tree Service Summerfield FL SB Training And Supervision Of Brigades Sunny Isles FL WO ECO Services DBR Sunrise FL WOB Fitsaw Construction LLC Sunrise FL Lighting Commercial Cleaning Sunrise FL • Warren Environmental, Inc. Suwanee FL WOSB, HUB Zo ne AAA Tree Experts, Inc. Tallahassee FL SB Air-Sea Systems Tallahassee FL SB, All You Need, Inc. Tallahassee FL SB, SDB A-Minorty Constuction, LLC Tallahassee FL SB; SDB Anderson, Brown and Johnson Tallahassee FL Chris Long Carpentry, LLC Tallahassee FL Commercial Roofing Company, LLC Tallahassee FL SB Crickets Tree Service Tallahassee FL SB Florida Developers Inc Of Tallahassee Tallahassee FL SDB, Florida Developers, Inc. Tallahassee FL SDB Florida Fence & Deck Tallahassee FL Greenscapes Design & Company LLC Tallahassee FL Jimmie Crowder Excavating and Land Clearing, Inc. Tallahassee FL SB, WOSB, SDB, VOSB Kamryn Construction Tallahassee FL SB, SDB, VOSB, FL MBE Land clearing, construction clean up, and debris removal Tallahassee FL SDB Micah Heller Services Tallahassee FL SB MLP Tractor Work LLC Tallahassee FL SDB, FL DOT DBE Panhandle Enterprises H/T/D Tallahassee FL SB S & S Hauling, LLC Tallahassee FL SB, WOSB Specialty Services, LLC Tallahassee FL SB Torrey Parker, LLC Tallahassee FL SB, VO Total Recall Recycling Services, Inc. Tallahassee FL FG Construction Tamarac FL Landscape Service Professionals Tamarac FL SB, WOSB, SDB Adams And Nichols Ecological Consultants, Inc. Tampa FL SB, ADS Services, Inc. Tampa FL SB All Area Roofing &Waterproofing, Inc. Tampa FL SB, WOSB, SDB, HUB American Construction Services Tampa FL SB Azzarelli Paving/Site Development Tampa FL Bay Dock Enterprises Tampa FL BayCut, Inc. Tampa FL SDVO CDC-Plumeline, LLC Tampa FL SB, SDB, HUB Cladding Systems Inc. Tampa FL SB, WOSB, HUB Clean Earth Systems, Inc. Tampa FL SB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-28 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs CLP Resources Tampa FL Cornerstone Abatement&Demolition Tampa FL SB, FL MBE Davis Development And Construction Tampa FL DeMich Business Development Group, LLC Tampa FL SB DT Systems, Inc. Tampa FL SB EMPLOYUS Tampa FL Enviroguard, LLC Tampa FL SDB EnviroTrac LTD Tampa FL Field Industrial Services, Inc. Tampa FL SB Friendly Tire Service Tampa FL Gulf Coast Planning, Inc. Tampa FL WO,VO, Instant Clean Property Management Tampa FL SB,WO,SDB, Jansay Trucking LLC Tampa FL SB, WOB Jets Property Services Llc Tampa FL Lightning Bay Industrial Tampa FL SB, WO Mad Dog Mulching Tampa FL MASTERCRAFT Tampa FL NEC Keystone, Inc. Tampa FL WOB New Leaf Assest Mgt., LLC Tampa FL SB, HUB OHC Environmental Engineering, Inc. Tampa FL SB, Tampa MBE ON-SITE EXCAVATION &SEPTIC SERVICES, INC. Tampa FL SB, SDB Paul E. Harness Complete Maintenance& Repair _ Tampa FL SB Paynes Environmental dba Paynes Treee Tampa FL FL MBE. WOSB Payne's Tree& Hauling Service, Inc. Tampa FL PBC Group LLC Tampa FL SB, Pro Tree Specialists, Inc Tampa FL SB Reliable Maintenance Tampa FL SB, WO Renew Construction Services Tampa FL SB, WO, SDB RW Smith Diving Services Tampa FL VO Samter Homes, LLC Tampa FL SB Solana Environmental Tampa FL SB, WOSB, SDB Souvenir Builders Inc Tampa FL SB, VO Spaulding Decon Tampa FL WOSB STD Enterprises/Everglades Trans/Inter City Disposal Tampa FL Teovaldo Construction Llc Tampa FL SB, Tree Man Tampa FL SB Wiggins Hauling &Transfer Svc Tampa FL SB,SDB, Williams Lift Truck Service, Inc. Tampa FL SB WRS Infrastructure & Environment, Inc. Tampa FL SB C. Miller Construction, Inc. Tarpon Springs FL SB, Dura Built Tarpon Springs FL WOSB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-29 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs M &J Construction Company of Pinnelis County, Inc. Tarpon Springs FL Solomn, Inc. Tarpon Springs FL SB Southern Drainage Systems Tarpon Springs FL SB Southern Tree Service, LLC Tarpon Springs FL SB Gat-R-Done, Inc. Temple Terrace FL SB Cantrell's Pressure Washing Titusville FL SB Duncan Builders, Inc. Titusville FL SB JAM Construction Services, Inc. Titusville FL SB, SDB, VO, SDVO Ace Haul And Dump, Inc. Treasure Island FL SB, VOSB Kincaid Products, Inc. Trenton FL SDVO Southland Trucking, Inc. Trenton FL SB, WOSB, SDB Wilkerson Trucking, Inc. Trenton FL SB Global Construction And Home Repair LLC Valrico FL SB, De Jonge Excavating Contractors, Inc. Venice FL WOSB, Small Disadvantaged Florida Golf Traders Venice FL WOSB Ittel Excavation, Inc. Venice FL SB Aquatic Plant Management, Inc. Venus FL SB, SDB, HUB Haddock Industrial Corp., Inc. Vernon FL SB Teddy Bear Timber Corporation Vernon FL SB Alph Futchs Tree Service Vero Beach FL SB, BMI Group Vero Beach FL SB, WOSB, East Coast Earthworks & Excavating Vero Beach FL FL DBE Fulford Citrus Vero Beach FL SB Gomez Brothers Enterprise Vero Beach FL SB, Orchid Island Vero Beach FL Orchid Island Millworks Vero beach FL SB Patriot Response Group LLC Vero Beach FL R P LeGrano Construction Corporation Vero Beach FL Thompsons Remodeling Vero Beach FL Real Tree, Inc. West Melbourne FL Amos Trucking LLC Webster FL SB, Richard Budd Webster FL Hayes Trucking, Inc. Weirsdale FL JD Tree Service Welaka FL SB Phoenix Hayes, Inc. Wellington FL Rio-Bak Corp. Wellington FL Larry's Hauling Wesley Chapel FL Lawnwalker Services, Inc. Wesley Chapel FL SB, WOSB Cecil Field Inc West Melbourne FL Sarno Metal Recyling West Melbourne FL SB Shear Quality Demolition &Site Work, LLC West Melbourne FL SB Universal Contracting And Construction, Inc. West Melbourne FL SB, WOB CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-30 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs A-1 Services West Palm Beach FL VO BeacCorp (Bell) Corp West Palm beach FL Career Planners, Inc. West Palm Beach FL SB, WOSB CDL Earth Moving & Paving Corp. West Palm Beach FL Columbia Building Group West Palm Beach FL SB, WOSB Community Tree and Landscape Services _West Palm Beach FL Disaster Solutions LLC West Palm Beach FL SB, WOSB, HUB Glasgow Equipment Service, Inc. West Palm Beach FL SB, WPB SBE Jet Hauling, Inc. West Palm Beach FL SB Johnson Land Clearing West Palm Beach FL Lara's Trucking West Palm Beach FL SB M.O.D. West Palm Beach FL WO McTurn Investments LLC West Palm Beach FL SB MJC Land Development, LLC West Palm Beach FL SB Optimum Services, Inc. West Palm Beach FL SB, HUB Zone, VO Ranger Construction Industries, Inc. West Palm Beach FL RKC Land Development, Inc. West Palm Beach FL SB RPM Landworks Inc West Palm Beach FL SB Scott Lewis Gardening &Trimming West Palm Beach FL SB Tractor and Land Service West Palm Beach FL Underground Industries, Inc. West Palm Beach FL Gradall bobcat and landscaping West Park FL SB Perfect Property Resources LLC West Park FL 2 G Planr Trucking Weston FL SB,WO,VO, TCI Disaster Service Weston FL SB, WOSB, SDB Tri-County, Inc. Weston FL SB H & H Trucking and Tree Service, LLC Wewahitchka FL SB The Harrell Group White City FL JW Boyd Company, Inc. Williston FL SB, HUB FUV Transport LLC Wimauma FL Magnum Demolition Wimauma FL SB Pro Logistic Transport Windemere FL SB All Aspects Development, LLC Winter Garden FL SB C &W Global Winter Garden FL David Outar Trucking Winter Garden FL WOSB Dewitt Excavation Winter Garden FL Image Lawn Care, Inc. Winter Garden FL SB J's Enterprise Winter Garden FL SB, SDB, HUB Total Restoration & Stucco Winter Garden FL Bina Builders Winter Haven FL SB Catastrophy Emergency Response Team Winter Haven FL WOSB, VO EFFE, Inc. Winter Haven FL SB, WOSB Frost Developers Winter Park FL WOSB Groundwerks INC Winter Park FL ER Tab b 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-31 City of Doral ITB#2018-09 Emergency Debris Removal Company City State Certs HDD of Florida LLC Winter Park FL Natural Systems Analysts, Inc. Winter Park FL SB Robbins, Inc. Winter Park FL SB, WOSB Total Restoration & Stucco Winter Park FL SB, WOB 8a, Orange County MWBE, FL WCC Services Inc Winter Park FL DBE Wilson Consultants (WCC) Winter Park FL SDB GUTI Landscaping & Maintenance, LLC Winter Springs FL Roof Top Services of Central Florida, Inc. Winter Springs FL SB Sunshine State Framing, Inc. Winter Springs FL SB, WO USA Services Winter Springs FL Myers Tractor Service, Inc. Yulee FL Nova Data Testing Services, Inc. Yulee FL Ray Environmental Services, LLC dba Ray Debris Removal Yulee FL Cross Environmental Services, Inc. Zephyrhills FL Florida C &M Trucking Zephyrhills FL SB, WOSB RTD Construction, Inc. Zephyrhills FL CERES Tab 3 Supplemental Information Section 4 Subcontracting Plan Page 3.6-32 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 3.2 Plan for Operating Debris Management Sites Ceres will utilize the DMS identified by the City. In the event that additional sites are required, Ceres will work closely with the City to secure leasing agreements and permitting for additional facilities. The state or local environmental authority would be notified and the required information submitted by Ceres. Ceres will provide sufficient equipment and personnel to process, by burning (if allowable) or grinding, a minimum of 210 and up to 500 cubic yards of debris per hour per crew. Each DMS would generally include the following equipment: • One Grinder, either horizontal or tub (depending upon needs/specs), and/or Air Curtain Incinerator • Two Backhoes with grapples • One Wheel Loader with rake • One Wheel Loader with a light materials bucket for loading mulch • One Maintenance Truck • One Water Truck During work for the USACE in Louisiana after • One Road Grader(optional) Hurricane Katrina,we performed debris removal • One Inspection Tower operations in 11 Parishes,and operated 54 • One Hazardous Materials Containment Area DMS/final disposal sites,simultaneously. • One Foreman with cell phone • Four walking floor trucks (120cubic yards)for hauling mulch • Additional Equipment as determined by the Contract and Site Manager One operator will be assigned site maintenance duties and will operate the Motor Grader,Water Truck, and Low-bed Trailer.This operator's primary duty is to ensure use of the roads by the dump trucks,and maintain dust and fire control. The Loader with blade will have intermittent general site maintenance duties and will keep areas around the burn pits, ash storage, and grinding areas clean. Ceres will construct a hazardous materials containment area at each DMS measuring approximately 30' x 30'. Typically, the perimeter will be lined with hay bales and staked in place. The area will be lined with heavy gauge plastic (10 mil or greater) to provide a waterproof barrier. A plastic cover (10 mil or greater) will be used to prevent rain from entering the containment area. Site run-off is redirected away from the containment area by site grading. Hazardous materials that are encountered during clean up operations will be staged in this area. Such materials will be properly disposed of in a timely manner. Inspection DMSs will be the point of inspection and load volume estimation by the City or their designated representative. Inspection towers will be used to observe and record all trucks entering and leaving the DMS and document their Legend: Modular Inspection and ioo oboervabontower !,�+ loads. The tower will be Observation Tower 101 Incoming loaded truck 10 feet above the 102 Segregated metal debne f 104 Gravel or mulch roadbed to reduce effect of mud 108 One-way road existing ground 108 Tower attendant with personal protective equipment ( 102 ) ,12.OUtbOdfid '#i truck elevation, with a wooden handrail and steps to .. zw provide access and constructed of pressure treated lumber. The floor area will be 8'x8', constructed of 2'x8' `—® . joists, 16" O.C. with 3/4" T n , plywood supported by m four 6"x6" posts. The EX perimeter of the floor m area will be protected by a 4'high wall constructed of 2'x4" studs and 3/4" plywood. The entire floor area will be covered with a corrugated tin roof. The roof will provide minimum 6' 6" headroom below the CERESTab 3 Approach and Methodology Section 2 Plan for Operating Debris Management Sites Page 3.2-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services support beams. The inspection tower will be large enough to adequately accommodate a minimum of three people simultaneously. City Monitors/Inspectors will inspect each load to verify that: • The truck has been pre-approved and measured. • The load is eligible. • The 'percentage filled to' figure is determined and noted on each individual load ticket. The Monitor will determine the capacity of the truck and estimated load volume (percent capacity), and evaluate the load for contaminants requiring segregation. The Monitor will instruct the driver regarding the appropriate dump location at the site and will verify the truck is completely empty following dumping. The Monitor will complete the load ticket presented for each load delivered to the site. After inspection, the material will be forwarded to the tipping area supported by a wheel loader with rake and laborers. The laborers will inspect the debris and remove any contaminants. Contaminants that are hazardous will be handled by the Hazardous Toxic Waste Specialist, staged in the Hazmat containment area, and disposed of in accordance with federal, state, and local requirements. Other contaminants, such as metal, will be segregated accordingly. Load Tickets and Reporting Ceres uses preprinted, five-part carbonless, color coded load tickets. The tickets are available for use on this project if approved by the City. Each ticket has a unique serial number and ample space to record information such as: contractor, date, truck number, load size, driver, and type of material, origination, dumpsite, time, GPS Location, and inspector. Ceres uses a custom Access database program to record ticket information. The entry screen follows the format of the load ticket which greatly speeds up data entry. Tickets are easily verified and combined with a truck inspection table contained in the same database. One data entry clerk with minimal training can enter 700 load tickets(the equivalent of about 21,000 cubic yards) per day. Access also contains powerful report features that aid in ticket reconciliation and truck verification. Data is easily converted between Excel and Access for reporting purposes. Material Segregation Due to the nature of these operations, material segregation is required in order to properly and efficiently process debris.Collection crews will segregate non-grindable debris to the maximum extent possible during collection and loading operations. The inspection tower will also assume responsibility for the segregation of loads containing contaminants or non-grindables. Those loads, which may contain debris ranging from white goods, household hazardous waste (HHW), e-waste, and other materials, will be segregated and sorted either manually or mechanically to remove the contaminants and then dumped in designated and appropriately lined/fenced areas at the DMS until final disposal. Metal contaminants will be segregated and baled or otherwise processed for recycling. Concrete will be segregated and transported to a recycling facility and may be crushed prior to transport. Glass, plastic, and other materials will similarly be segregated and recycled to the maximum extent possible.Debris that cannot be processed or otherwise recycled will be disposed of at an approved and lawfully permitted construction and demolition final disposal site. Volume Reduction by Grinding The wheel loader with rake will push material designated for reduction to the grinder. Great care should be taken to keep the debris free of dirt before processing with a grinder/chipper; this both maintains the value of the product and reduces the cost of grinding. If the mulch produced from grinding is to remain on site for more than four weeks, the mulch piles will then be stacked no higher than 12 feet to minimize the potential for spontaneous combustion. Horizontal grinders, having a predominately closed grinding chamber,can operate with a minimal exclusion zone projecting out at a 45 degree angle at a distance of 250 feet from each corner of the in-feed conveyor. Tub grinders, if used, will operate with an exclusion zone of 300 feet on the "kick" side of the grinder and 50 feet on the"non-kick"side. Grinders will be shut down in a full tub condition to minimize debris ejection. The Dust Control plan will be implemented to ensure dust from the grinder does not impact the adjacent properties. Lockout/tagout procedures will be used on grinders and strictly enforced. All equipment in the vicinity of the grinders will be equipped with fully-enclosed cabs. CERESTab 3 Approach and Methodology Section 2 Plan for Operating Debris Management Sites Page 3.2-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Grinding I Tub shut down full i to minimize debris ejection Tub .�1, Grinder 2 ' : _ 1 . ,..- Li 2 ft .}r-�• aiiii v - , :4--��_ 50'ft. _+� �4___ 300'ft. Exclusion Zone $ Exclusion Zone 1 . . CERES_0260,2 . . Volume Reduction by Burning The loader/rake will push clean debris in the direction of the burn pit, taking great care to keep the debris free of dirt. Once the debris is piled in the vicinity of the burn pit area, the backhoe with thumb will feed the Air Curtain Incinerator in such a manner as to promote complete combustion. The backhoe will also set aside any material that would process more efficiently in a chipper/grinder, such as large diameter logs or stumps. Air Curtain Incinerator , ,,- OA 111110104 00.0100orr t 44, : '4„. , 7s 0liti . •4 11 1000'ft. ",,, Exclusion �,, . I ,.1 ,:• AI. .. .r 1. ' '....."1 -// -4 Zone from Exclusion Zone Debris Piles , for Structures Side view of Air , , Curtain Incinerator -- . CERES_025v2 The Air Curtain will be operated at least 100 feet from any stockpile of debris and at least 1,000 feet from any occupied structure. Prior to removal of ash debris from the air curtain incinerator pit, the material will be wetted. Ash stockpiles will be at least 100 feet away from any debris stockpiles. CERESTab 3 Approach and Methodology Section 2 Plan for Operating Debris Management Sites Page 3.2-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 3.3 Debris Management Operations Plan The following is a general discussion of Ceres Environmental Services, Inc.'s technical approach and understanding of the scope of work. It presents a brief overview of a severe storm based on information from City of Miami Beach. It also includes a timetable for response and recovery based on past Ceres experience and our standing disaster response plans. The overall plan for contract execution is described in detail in a section below titled"Contract Performance Phases". Finally,we present seven scenarios based on different disaster events that may impact your jurisdiction in order to illustrate our response to increasingly severe storms. Our Response to You Our record demonstrates that we stand ready to perform tasks of any size. In order to keep that record intact our preplanning is already underway for Miami Beach. As part of its response, Ceres has identified our office in Sarasota, Florida as a mobilization headquarters. Ceres' mobilization planning and localized subcontracting efforts are implemented to minimize lead times during an event and to keep subcontracting dollars local. Our approach to subcontracting is to work from the inside out. This means we are implementing pre-storm agreements with local resources first, to use them first. When the project expands or the need arises, Ceres adds other resources that are also under contract to us. SERVICE Response Time Response to Mobilize Time to Mobilize Emergency Road Clearance 12 Hours Emergency Power Generators 12 Hours Temporary Satellite Systems 12 Hours Portable Sanitary Facilities 12 Hours Reefer/Refrigerator 12 Hours Potable Water Trucks/Bottled 12 Hours Containers/Ice Water Mobile Fleet Repair Facility 24 Hours Temporary Signage/Traffic 12 Hours Control Canteen & Operation 24 Hours Right of Way Debris 12 Hours Management Tree/Tree Stump/Limb Removal 12 Hours Right of Entry Debris 24 Hours Management Demolition of Structures 24 Hours Temporary Lighting 12 Hours Rental of Equipment 12 Hours Temporary Fueling Facilities 24 Hours Portable Housing Facilities 24 Hours Temporary Fencing 24 Hours Response times may vary according to storm intensity. More detailed information on variable responses related to storm intensity is included on the following pages. Project Timeline The following describes the typical workflow between Ceres and Miami Beach once a contract award has been received until FEMA reimbursement. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Projected Storm Preparation and Response Table We are at work at Ceres so that we can respond rapidly and successfully to an event in Miami Beach. We are zone mapping, doing localized resourcing, and _ negotiating subcontractor agreements. Ceres has Today letters of intent from local subcontractors and is pursuing additional pre-arranged agreements with more local subcontractors and vendors. Being proactive in our pre-event planning allows us to give maximum attention - to Miami Beach when the day comes for a disaster response. Upon contract award and at the City's request, we schedule a personal visit by a Ceres Project Manager. The purpose of this visit is the personal introduction of the key members of each party's team,discussion of the Contract Award planning, training, and disaster response preparedness /'- , .. needs of the City. During an event, a Project Manager .; will be assigned only to Miami Beach and will be available to the City 24 hours per day, 7 days per week. If included in the contract, Ceres will provide training to designated City personnel as agreed. The company also continues its Pre Event planning as it reviews local Planning and subcontracts, makes plan changes as necessary and _. Training keeps an eye on the weather.Typically, Ceres monitors the National Weather Service forecasts and several !� subscription services to keep us aware of tropical —' storms and hurricanes. When a storm in your area is imminent, Ceres takes action quickly so that road clearance and debris removal Pre Storm operations can begin as soon as the storm subsides. At K - Mobilization your request, if conditions permit, your Ceres Project Manager, or other Ceres professional, will join Miami Beach personnel in the EOC and help prepare for storm impact and recovery. _ Once the immediate threats are past,the on-site Project Manager will work directly with City officials as we begin Landfall our disaster response efforts. Our pre-arranged 1 subcontractors will begin readying equipment for registration. The Ceres Project Manager will ensure that City needs are being met in order of priority. Local subcontractors a I' Cut and Push and equipment will begin any necessary road clearance , operations and will begin staging efforts for right-of-way ^mss debris removal. • Ceres will assist Miami Beach on an as-requested, as- FEMA Records needed basis to ensure that records are kept and w andat re • to provide maximum allowable ' • Management reimbursement to the City. FEMA The necessary trucks will be in place to continue debris removal in an orderly fashion. Local subcontractors will A - Fully Operational be deployed to the maximum extent possible and the • Ceres debris removal operation will be fully operational ;,_, _ ' on this day. . CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services At the end of the first pass of debris removal time would • be allowed for residents to bring additional debris to the -'•'a° First Pass curbside. Crews would begin ramping up to start the l._ Complete second pass. Additional tasks, such as hazardous tree .� removal, hazardous stump removal, and other similar scopes of work may be implemented. Debris removal operations would be well in hand. Hot spot crews would continue to cleanup any debris that Second Pass has time or safety constraints.The vast majority of storm Complete debris would be cleaned from the rights-of-way. The Ceres Project Manager would begin focusing on project completion procedures. Debris removal operations would be 100% complete. "- m _ - Final Pass The Ceres Project Manager would remain in constant r Complete contact with Miami Beach personnel, but daily presence may not be needed by this time. '' After debris hauling activities have ceased, all debris on Site Reclamation any Debris Management Sites (DMS)will be processed and/or removed. The sites will then be graded and restored, usually by seeding with grass. Ceres performs ongoing ticket reconciliation with subcontractors and Miami Beach so that databases of Ticket debris hauled match as closely as possible. After all . ;E! Reconciliation debris has been hauled, all truck ticket databases are reconciled to close out the financial records of the project. Invoicing Following reconciliation of the truck records, a final invoice will be delivered. FEMA Ceres will work with the City following the completion of the field work, on an as-requested, as-needed basis to ' FEMA Reimbursement ensure maximum allowable reimbursement. `- Contract Performance Phases In order to successfully respond to a disaster, natural or otherwise, planning and preparation are of the utmost importance. Ceres adheres to a series of carefully drawn plans for each step of its response beginning from the time we prepare our response to your RFP until planning begins for the event after next. The following information outlines a generic plan for responding to debris-generating emergencies. Please note that this general summary is not specific to a particular type of disaster event. Post Award Phase Upon contract award and at Miami Beach request, a personal visit by a Ceres Project Manager can be scheduled. The purpose of this visit is to introduce the key members of each party's team, discuss the planning, training, and disaster response preparedness needs of the City from their own perspective, and review the Ceres Debris Management Plan,from mobilization to the Final Report.Tours of each of the sites identified for the following uses will be jointly conducted: • Equipment Staging • Debris Management Site(s) • Local Landfills Authorized for Final Disposal • City Public Works Offices • City Administration It is expected that this meeting will require the better part of a normal workday. Discussion will loosely follow a prepared agenda designed to address the critical elements of resource requirements and knowledge base known to significantly enhance the City's level of disaster response preparedness. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services This is step one in the strategic pre-positioning of the interpersonal knowledge of each of our(both parties) teammates. Getting to know each other prior to an event is very important in maintaining a seamless transition during an actual disaster recovery. Planning and Training Phase Planning and training is available each year of the contract and may include some of the following planning and training topics: • Hurricane Debris Volume Estimation Using the U.S. Army Corps of Engineers Model • The FEMA Paperwork Process: From IDA to PW and All Points In Between • Measuring a Truck/Trailer the FEMA Way • Load Tickets—Who Fills Out What and Why • Stumps, Stumps, Stumps • Determining Your Force Account Capabilities or When Will I Need Help • FEMA Eligibility—What a"Good" Contractor Will Tell You This creates further opportunities to develop the relationships between the City staff and Ceres personnel that will help to assure a successful debris management operation, when required. Alert Phase Selected Ceres team members are subscribed to special weather advisories from several different sources. We are aware of the weather. Alert 1: Category I & II Hurricanes When a Category I or II Hurricane's "Cone of Influence" of Projected Impact Area associated with the 3- y forecast, begins to touch the coastline, the Project Manager assigned to the contract will commence Alert 1 activities. Alert 1 activity includes, but is not limited to: • Calling the previously identified representatives of Miami Beach, and exchanging the most up-to- date contact information each has with the other. • Activating Ceres notification procedures for all subcontractors — operations and administrative services. • Contacting and overseeing preparations to make the Project Advance Team ready to deploy. • Assigning a Project Logistics Coordinator to make use of all services possible: including, but not limited to: hotels/motels, gasoline and diesel fuel, catering/restaurants, laundry services, emergency medical services,vehicle and equipment repair shops,and other disaster response and life support services. • Confirming the availability of emergency road clearing crews and equipment, and as local conditions dictate, dispatch them to a secure, pre-positioning site near or within the City's boundaries. Alert 2: Category III, IV, or V Hurricane The same functions are performed as during Alert 1 activity, but they start when the 5-day "Cone of Influence"of Projected Impact Area begins to focus on the City's geographic area. Alert 3: All Other Sudden Impact Events Sudden Impact Events include earthquakes, ice storms, tornados, man-made, technological events, and terrorist activities. These events do not allow for a forecast or pre-positioning the Project Advance Team. Ceres pledges to the City to have a representative physically present within 12 hours of notification to respond to Sudden Impact Events. Mobilization Phase Ceres is expert at rapidly mobilizing its team and its equipment as well as key subcontractors to provide the City with the necessary resources as quickly as possible. Ceres recognizes that in order to minimize the financial damage to a community, cleanup activities must begin rapidly and proceed without delay. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Pre-Landfall Activities Ceres Representative (Early Rep): Ceres will provide, at the City's request, a representative prior to hurricane landfall. When a disaster threatens, Ceres is pleased to provide to Miami Beach one or more representatives to be present at the Emergency Operations Center prior to landfall. The Early Rep will interface with City personnel and provide Ceres management with on-the-ground reports regarding local conditions. Equipment pre-staging: Prior to landfall, Ceres equipment will be pre-staged at the closest mobilization point and contract administration headquarters. Additionally, our principal subcontractors will have equipment available in or near the City's location. In this manner, Ceres will have sufficient equipment to immediately start the initial push when weather permits, and have sufficient equipment to begin the load and haul as soon as possible. Subcontractor Liaison: As detailed elsewhere in this submission, Ceres has a large number of subcontractors available. During the pre-landfall phase, our subcontractors will be contacted and put on alert in order that they can arrive as soon as safety permits. Ceres already has advance master contracts signed with many subcontractors, so we have already ascertained that they are properly insured. Project Advance Team The project team, consisting of the Project Manager and selected Project Administrative Staff and Field Management personnel, will be on-site within 12 hours following notification by the City prior to, or immediately following,storm impact.The project staff may include management representatives from health and safety, quality control, accounting, subcontract administration, logistics, and field management, depending on the size of the event.As soon as practicable,the advance team will compile an initial damage assessment. Personnel sufficient to round out the project administrative staff, its support function, and operations management, will arrive within 24 hours of notification. Once on-site, the Project Manager will be physically capable of responding to the City Representative within one (1) hour of notification. If requested by the City, the logistics support team will provide and distribute ice, water, food, temporary utilities, sanitary facilities, temporary housing, and any additional services as specified in the agreement between Ceres and the City. During the Preparation/Planning Phase, vendors within and adjacent to the region will be identified and contingency contracts established for the provision of gasoline and diesel fuel, ice, water, food, sanitation, temporary housing, and other services. If during the Preparation/Planning Phase, local vendors are not available, Ceres will arrange to provide the services from other qualified and registered sources. Contractor Mobile Command Center The Emergency Operations Temporary Project Office and Primary Debris Collection/Debris Processing Equipment are staged in Houston, TX. Annual heavy equipment hauling permits are maintained for Ceres' eight heavy equipment haulers consisting of semi tractors with lowboy trailers, enabling a quick response. The temporary facilities and Ceres-owned disaster response equipment is expected to arrive within 12 hours of notice to proceed by the City. The Emergency Operations Temporary Project Office comes equipped with general support equipment such as telecommunications(satellite telephone, radio, cellular phone, or land lines), fax copier, computer network, file cabinets, and general office supplies. The Project Manager, Project Administrative Personnel, Field Manager, Debris Collection and Site Management Crew, and designated City representatives will be provided with a proprietary communication link in the event conventional communications are interrupted. The Emergency Operations Temporary Project Office will be of sufficient size to provide support to the Project Manager, project administrative and support staff, and debris collection and site managers. A separate 10' x 20' office within the same facility equipped with general support equipment can be provided to the City. Satellite Communications Ceres knows that immediate communications are critical to an effective response to disaster. We maintain an account with a satellite communications company and maintain satellite handsets for our managers and to provide to our customers as"loaner phones" until standard cell phone service is back on line. Ceres also purchased and uses a system of internet access using two satellite dishes, which when wired together provide high-speed internet access roughly equivalent to a T-1 line. When powered by a portable CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services generator, our management and our Mobile Command Center users have local and world-wide communication tools to support our high service level. Life Support and Fuel Supplies Ceres comes to the project self-sufficient and ready to Following the landfall of Hurricane Katrina,Ceres'crews help in many ways, including the provision of basic arrived with their own housing(travel trailers and RVs). necessities. Due to the uncertain nature of room and We proceeded to supply life support of temporary board, Ceres mobilizes with life support for our crews lodging,meals,showers,and bathrooms to 400 people. and for some subcontractors. Additionally, if Miami We are also capable of providing onsite fuel delivery for Beach seeks assistance in provision of basic needs of both the fleet of Ceres owned equipment and our water, food, shelter, and ice, Ceres can _ subcontractors,as well as City fleets. supply these services,as we have done in the past in other locations. Debris Management Sites (DMS) ,1 0110, 41. When a DMS is established, a Site Plan will ,•`, ,o� ,,H, �, ;. be developed for each site, and include, but `` , k wr x hw T , not be limited to: A,':�* roaa �,rt""` . y>rw...._°«.rsi aRP ypd i3 • A description of project operations • Site layout • Environmental factors 4411.111111W NUM • Site photographs Additional sub-plans that may be "'"` `"' incorporated as necessary in the Site Plan . s , 4 include: • An Environmental Protection Plan A water truck sprinkling to control dust on an access road. that addresses storm water protection, hazardous waste, soil and leachate draining from the debris stockpiles, site operations, and the proximity of truck traffic to waterways. • A Dust Control Plan that will address prevailing wind directions and location of developed areas as it relates to site design. Methods of mitigation will be specified such as the use of water trucks on access roads. • A Traffic Control Plan that considers the number of trucks per hour entering the DMS and the type of public access control (if authorized). All-weather access roads into and out of the site will be needed to maintain a seven-day per week operation. • A Site Safety Plan that complies with the Ceres Company Accident Prevention Plan (available on request) and applicable OSHA requirements. Security will also be addressed in the Site Safety Plan. • A Fire Prevention Plan that will follow the provisions of the National Fire Prevention Code and in particular, codes that specifically address woodchip storage. All equipment will have fire extinguishers that meet NFPA No. 10A-1970. • The Production Plan will designate how machinery will be utilized on site and will describe site management/operations and anticipated production rates. Each load received at the site will be inspected prior to off-loading to determine load size and the presence and type of any contaminants. Contaminated loads will be segregated for further sorting and appropriate processing or disposal. • Other plans may include: Truck Routes and Access; Site Staffing and Assigned Duties; Debris Segregation and Hazardous Waste Handling plans. DMS Construction Timeline Each designated Debris Site Manager will commence construction of their respective DMS within 24 hours of notification. DMSs will be fully operational within 48-72 hours of Notice to Proceed. The Project Logistics Manager is responsible for ensuring gravel for access and internal haul roads and dump pads,prefabricated inspection tower kits,erosion control materials such as silt fence,straw bales,coir fiber,and geo-membrane liners for hazardous waste containment areas are available on site within 24 hours of notification. Additionally, portable truck scales may also be requested at the direction of the City. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Emergency Roadway Clearance and Debris Removal Phase The following information outlines a generic plan for responding to debris-generating emergencies. Please note that this general summary is not specific to a particular type of disaster event. This phase encompasses the majority of the physical work of the project. It also generates the most records including load tickets and logs of various kinds. This is also the phase where careful planning pays huge dividends. Emergency Road Clearing-Cutting and Pushing Public Right of Ways When emergency road clearing is required, separate crews will be allocated and will be available within hours following an event. Ceres typically mobilizes this equipment pre-event based on weather forecasts. Cut and Push Crews will be prepared to work 24-hour shifts (with rotating personnel). Cut and Push Crew typical configuration is: • One front-end loader 4/1 bucket(or equivalent)with experienced and qualified operator • Up to two transport trucks approximately 30 cubic yards with operator(s) • Two laborers with chain saws and rakes • Two flag persons • One Bucket Truck with an experienced operator or climber(optional based on need) • One Foreman with cell phone and pickup The number of Cut and Push Crews will be determined by the City. Ceres owns eight (8) wheel loaders (with appropriate grapple attachments)and has additional subcontractor supplied pushing equipment. Ground personnel will be supplied with sufficient types and quantities of tools and materials to effectively push the debris to the roadside to clear routes for emergency traffic. In the event debris cannot be pushed aside, it will be loaded in trucks and transported to nearby off-street locations for temporary dumping, to be picked up later by the normal debris clearing crews. When each assignment is complete, Ceres' crews will contact the City's dispatcher to obtain authorization to proceed to the next assignment. Debris Collection Crews will be dispatched to begin work within two days, and according to the City's priorities and the removal schedule adopted in coordination with the City representative. At the direction of the Ceres field supervisor each assigned debris removal crew will service each assigned road or right of way. Daily meetings will be conducted at 7:00 AM between the City and Ceres. Zones and Sections will be identified and prioritized. Progress will be updated and reported to the City at the close of business each day. Additional passes will be conducted prior to project completion in agreement with the City or per contractual requirements,to ensure adequate time has been scheduled for residents to move their debris into the right of way. A typical crew will be comprised of: • One Knuckleboom Loader(or one 4-cubic yard wheel loader with grapple) • • One Bobcat with grapple . • Two laborers with chain saws and rakes ` ; ..� '. • Two flag persons �� �' • One Foreman with cell phone and _, n - pickup truck (one foreman/ three crews) s } I I • • • GPS Tracking and Navigation "" "' `' ' ' " " ` • Aids _ , co t''o --- ■ Three hauling trucks or trailers (30 - 50 cubic yards). Additional/large capacity trucks may be added for longer hauls. t � First preference will be given to hauling vehicles best suited to local conditions. A Ceres self loader with a trailer making pickups from the ROW. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-7 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Knuckleboom self loaders are efficient, but in areas with narrow streets or limited overhead clearance,they are too large to be effective. In tight areas, pickup trucks with dumping trailers minimize traffic disruption and potential damage. Crew and overall debris collection production will be monitored on a daily basis. The Project Manager will alter crew composition and overall number of crews as necessary. Self Loaders may work singly or in conjunction with dump trucks. In accordance with FEMA guidelines, hand-loading will not be allowed or tolerated in any circumstance. Ceres owns seven Self Loaders (Knucklebooms) and has access to many more through our subcontractors. A minimum of one Hot Spot Crew will be assembled for each zone during this project. The crew(s) will commence operations within 24 hours of the notice to proceed. The typical crew will consist of: • One Knuckleboom or self-loader • Three Laborers (one sawyer and two Flagmen) Work zones will move as the debris is cleaned up from the streets and boulevards. When the work zone is located on or near a heavily traveled roadway, it will require additional flag persons, additional signage, and/or assistance from local law enforcement agencies. The crew foreman will monitor the work zone and all other aspects of crew operation. Hazardous Tree, Limb and Stump Removal Ceres employs crews with professional tree climbers and aerial equipment such as bucket trucks to remove hazardous hanging branches and leaning trees ("hangers" and "leaners"). Ceres has performed this work on previous storms with an excellent safety record and with an excellent damage record. In response to Hurricane Katrina, Ceres was responsible for trimming and removal of trees in all of Jefferson Parish, LA amounting to 18,599 trees. Flooding Ceres expects flood recovery work when a client has significant land area in a 100-year flood zone, and when rivers and other waterways pass through the area to be cleaned. Flood recovery work generally requires specialty equipment, such as long-reach excavators, floating excavators, and a greater amount of tracked skidsteers. Wheel loaders with buckets and grapples are often used to remove debris that may fall apart if picked up by a knuckleboom loader. Ceres has surveyors and other specialists on staff "% -�. '1 who can determine which flooded areas will be likely �' to drain first so we can plan and allocate equipment i' r. based on those studies. "ire',.. . . Although some of the same types of debris are —` - removed in flood and non-flood disaster recovery, -,r A•'.,-,1 - . -7)---•,, T typically storms with heavy rainfall increase the P-. +! •u'= - ,' ,t• ' ., amount of construction and demolition debris when .z .'+r ' ' compared to vegetation. Also, the time line is longer tri in flood situations, because standing water takes time t;1. 77. to recede. The debris removal may also be more ' ` > +— complex as it can involve partial or full demolition of ::-----, " .l- :- structures. For example, in a post flood situation, a ,, 3s-. house may have sheetrock walls that must be inspected by an expert who determines that sheetrock Flood debris from the Spring 2008 Iowa Floods must be removed. After removal, the debris may be left on the right-of-way in loose piles. These piles will probably present more difficulty in loading than vegetative debris, or a pile of wind-blown privacy fence, because the waterlogged debris may have no structural integrity and will fall into pieces when picked up. For this reason the types of equipment may be different in flood situation, with wheel loaders and dump trucks more prevalent and self-loading knucklebooms less prevalent than in a non-flood storm. Ceres owns nearly all types of equipment used in flood recovery, and we have subcontractors who specialize in flood disaster recovery. Ceres has a special hazardous materials (HAZMAT) team that specializes in preventing the spread of contamination and infestations of rodents in areas that were flooded. From past experience, Ceres knows that these areas are prone to contamination from sewage, agricultural run-off, mold, and chemicals, they CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-8 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services are also prone to rodents. Ceres plans to concentrate heavily on these areas in order to limit the spread of contaminants and to limit the breeding of rodents and pests. Once the determination is made in conjunction with local officials and the EPA, if applicable, Ceres will utilize its special teams to target these areas. Following Hurricane Katrina, for example, Ceres made weekly passes in some formerly flooded areas, and "mirrored"or"paralleled"the municipal sanitary waste teams. By doing this, neighborhoods were kept clean on a weekly basis so that pests could not be alternately supported by garbage and flood debris—instead all potential habitat or food for pests was removed frequently to ensure a safe neighborhood. Pathogens are also more of a problem in flooded areas. Water promotes growth of undesirable organisms, and it also facilitates transfer of bacteria that exist in an environment to humans working in that environment. Our corporate health policies address hazards of working in a flooded disaster environment, and Ceres uses procedures including additional immunizations and additional personal protective equipment such as waterproof clothing and footwear, face shields and respirators (air filters) to minimize hazards of flooded areas. Flood situations may also generate other types of task orders, such as pumping water or clearing catch basins. Ceres is ready for these sorts of eventualities in the City. If a storm leads to flooding,we are prepared ,U.ERES to transfer our debris management sites and 877-STORN112 equipment staging sites to higher ground using ..,, 1 >r identified alternative transportation routes if necessary. Ceres also has several barge, dredging, and water salvage companies on hand as • subcontractors if the need arises. !' k Certification of Maximum Volume Capacity of t: Hauling Trucks/Trailers I 1'4 Prior to initial use, authorized Ceres personnel and , Miami Beach representatives will inspect hauling s`:; • trucks.Only pre-approved trucks will be received at the Placarding a truck. DMS. Approval will include documentation of truck identification and insurance,safety requirements,and measured cubic yardage capacity.A unique approval number will be assigned to the truck and posted on the truck along with measured capacity.All units hauling debris are required to be "measured in" prior to commencement of work. The hauling unit/truck/trailer certification procedure is mandatory and will be administered by quality control representatives of Ceres and the City. A Truck Certification Log Sheet will be created for each hauling unit/truck/trailer. Unit specific information along with Year, Make, Model, Address, Photograph, License Plate information, Driver Name, and signatures will be recorded on the log.At this time, a unique identifier will be assigned to the unit.Truck Certification Logs will be maintained by Quality Control Staff. The log will be maintained and available to DMS inspection personnel regarding truck approvals, approval number, capacity, and other pertinent information. The unique truck/trailer identification number and its maximum carrying capacity are written with permanent marker on Ceres placards that are mounted on both sides of the truck/trailer. Ceres uses pre-printed labels with our name and blocks for the assigned identification number and measured volume. These labels cannot be removed without destroying the label. All equipment is subject to further inspection by the City at any time during the project. Work Locations Dispatch records will be maintained for the duration of the project. Records will include date and time of dispatch, crew and unit identifier, and status of assigned section (In Progress, Completed). Typically, one contractor will be assigned to a given section. Sections may be comprised of individual developments or combinations thereof.Accurate and thorough Dispatch Logs enable the identification of any potential issues and the responsible party. Prior to the assignment of sections to crews, each section/subdivision will be inspected by Ceres Field Personnel to ascertain the optimal crew configuration/type (Self Loader, Wheeled Loader with Dump CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-9 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Trucks, High Capacity Trailers, or other combinations of equipment). Classification of sections maximizes production and minimizes potential damage to property. Additionally, all supervisors will conduct weekly toolbox meetings and develop activity hazard analyses in compliance with the corporate Health and Safety Plan. Field Management Regular and effective communications are critical to the rapid dissemination of appropriate and accurate data to both the City Management Team and the Ceres Management Team.As the project progresses,the needs of the City may change and resource requirements may need to be reassessed. The original plan, therefore, may need to be modified. In order to ensure effective and efficient execution of all field work, the Ceres team,from Site Managers up to the Project Manager,will meet on a daily basis.The Project Manager is responsible for coordinating the daily scheduling and dispatch of cleanup crews with the City and will meet with the designated representative on a daily basis.The Site Manager is responsible for management and operation or a reduction site, loading sites or any other work site. The Site Managers report directly to the Sector Manager,who reports to an Area Manager,who reports to a Project Superintendent,who reports to the Project Manager. Depending on the scale of a disaster, the number of managers assigned to the Ceres Team will vary depending on local conditions. Foremen at the reduction site(s)and for the collection and hauling activities are responsible for crew supervision and report to the Site Manager. Each Site Manager ensures that their crew operates in an efficient manner and is responsible for documenting and inspecting work performed. Site Managers document safety meetings, equipment safety inspections, quantity and location of debris hauled, areas completed, and daily time sheets of personnel and equipment. Site Managers also monitor quality control issues such as completeness of cleanup and/or trimming and contract compliance. The collection crew Foreman will be responsible for scouting future debris removal locations within the daily schedule set by the Program Manager. While scouting the zone, the Foreman's responsibilities include: • Locating logical trucking routes. • Identification of Sections by Crew Type/Composition. • Locating and planning the control or elimination of hazards within the zone (such as high traffic areas). Preference will be given to Self Loaders to ease traffic congestion and minimize damage. • Advising the Site Manager of any anticipated difficulties or hazards. • Determining and obtaining resources necessary to ensure a steady workflow. At the end of each shift, documentation of work completed will be tabulated by the administrative staff and used to schedule the next day's work activities. At this time, any daily reports required by the City will be produced. Scheduling Control Debris Collection During post-award preparation the Project Manager obtains maps detailed enough to provide individual debris collection crews address block information. Maps will be divided and identified according to Districts, Sections, and Developments or Address Blocks. The Master Debris Management Map will be located in the Emergency Response Mobile Command Center. Individual developments or address block maps will be reproduced on 8.5"x 11"paper for use in crew dispatching. Each Site Manager will be provided a binder containing all of the development/address block maps for the event's entire area. The Project Manager will be responsible for the assignment of Districts, Sections, and Developments or Address blocks to subcontractors and their respective crews. A written master assignment file will be maintained in the Emergency Mobile Command Center and will be updated as changes or additions are made. The dispatcher will be responsible for dispatching crews to their assigned areas utilizing the master assignment file. Subcontractors and their respective crews will not be permitted to have more than two open assigned areas. Communication between the subcontractors, their respective crews and the dispatcher will be via radio or telephone. Upon completion or near completion of an assignment, it is the responsibility of the crew leader or subcontractor to request an inspection. The dispatcher will forward this request to the debris collection superintendent or area manager for action. The debris collection superintendent or area manager will coordinate an inspection with a City designated representative. Once an assignment has been completed and inspected, a new area will be given to the subcontractor. Depending on the size of the subcontractor and/or crew, areas may be as small as address blocks or CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-10 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services developments up to portions or even entire Sections. Crews will not be permitted to leave their assigned area and move to another work area until all work is completed as required and the area inspected and authorization received from the Site Manager. The dispatcher is responsible for continually updating crew locations. At the end of each shift, the dispatcher will provide the field managers with a list of crews and their current locations. Subcontractors and crews are prohibited from collecting debris from outside of their assigned areas. The City field representatives will be provided updated crew assignments daily. Project Manager The Project Manager (PM) will serve as the principal point of contact between Ceres and the City Operations Manager. The assigned PM will be • Minimum 10Hr Work Day knowledgeable about all facets of Ceres' assigned .• 30min Readiness tasks and will have executive project responsibilities. • Immediate Electronic The PM will have written authority to sign for the I Linkage Capability corporation in matters relating to this project and the • Daily After Action Review City. On-Call Upon receipt of a Notice to Proceed, the PM will be on • call 24 hours per day, seven days per week, and will have electronic linkage capability for transmitting and `°`p OoS receiving relevant contractual information. This linkage will provide immediate contact availability via cell phone and fax machine, and have Internet capabilities.The PM will participate in daily After Action Reviews and disaster exercises,functioning as a source to provide essential element information.The PM will report to the City Operations Manager on an "on call basis" and be capable of responding within one hour of notification. The PM will ensure that all City event goals and priorities are met and will have authority to make executive decisions regarding the project. The PM will work out of Ceres local disaster office and will meet with his support staff and crew leaders at the end of each day to review progress and set goals and priorities for the following day. Field Supervisors/Crew Leaders Ceres Site Managers are responsible for ensuring safe and healthy work environments exist during all operational phases. The Site Manager's specific daily Health and Safety and Operations responsibilities include: • Monitoring and Inspecting Heavy Equipment Operators, Truck Drivers, and Traffic Controllers in the safe operation of their specific area of responsibility using the proper tools and in accordance with the safety procedures and guidelines outlined in EM 385-1-1 and CFR 29 Par 1929 and 1910. It is important to note that a debris clean-up operation exposes the general public to the numerous hazards involved in debris collection and removal. • Enforcing the use of proper guards, controls, and work practices. Monitoring each feature of work for human, situational, and environmental factors that could cause accidents. • Locating compiling contact information for area medical facilities. Crew Leaders will be equipped with a pager and a cellular phone in case of emergency. • Supervising and evaluating overall worker performance, including safety. Crew Leaders document daily production to monitor and ensure the most efficient operations. The information they are to record includes: • Cycle Times of Trucks • Loads per Hour • Production Crew leaders are also required to make sure that safety gear is provided and that it is adequate for the hazards involved and enforce proper use and wearing of protective gear. Accidents will be recorded and reported on the Supervisor's Accident/Incident Investigation Report by the Crew Leaders. Daily records submitted up the chain of command to the Project Manager will include: • Sub-contractor/Employee Name CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-11 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Equipment Number • Type of Equipment • Hourly equipment documentation, downtime, lost time, and sick time All accident/incident reports are forwarded through the Health and Safety Manager to the Health and Safety Officer(HSO). The HSO notifies the PM, who in turn informs the City Operations Manager and implements all procedures as set forth in the Ceres Health and Safety Program. Description of a Typical Workday It will be the responsibility of the Sector Manager to schedule and coordinate the location of a particular crew and equipment necessary for its job function to its location through direction to the Field Supervisors. This will take place through schedule planning from the previous day. The Field Supervisor will notify members of the crew of the start time, specific job function, and location where he/she is to report. At the beginning of the day each field employee will sign in a daily time sheet, the location according to zone (if the zone changes during the course of the day the employee will document the new location), the phase of work he/she is performing, and the unit number and beginning hours of the piece of equipment that he/she is operating(if applicable).The employee responsible for loading trucks and truck drivers will keep a running tally of the loads they complete from each particular zone over the course of the day. It is then the responsibility of the field employee to perform an inspection of the piece of equipment and inform the crew Foreman so corrective actions may be taken. The inspection will be documented on a punch-list that is supplied on the employee's daily report. After inspections and documentation are complete, the crew will begin removing the debris from their zone assigned. Two flagmen will be placed on each end of the work perimeter to meter the flow of traffic into the work perimeter. If debris is to be moved across the roadway, the flagmen will stop all traffic.When the loading of a truck is completed, the flagmen will also stop traffic while the truck moves out of the controlled area. During the work, the flagmen will be equipped with two-way radios to coordinate the direction of traffic. Additional trucks staged for loading will all be stationed to the side of the roadway from which they will be loaded so they will not obstruct incoming traffic to the work perimeter.When loading is completed,the truck will leave the work area. The trucks will be placed in single file to the rear of the , Knuckleboom loader. As each truck in the queue is *- 1111116/ loaded and departs for the dump-site, the next truck in • line backs up to the loading perimeter. The ' ' • ,v • Knuckleboom loader will load from piles that are staged by two front-end loaders working ahead of the Knuckleboom loader to limit the amount of movement �. _' of the Knuckleboom loader during the course of the day. When self-loading trucks(self-loaders)are in use, those trucks will be directed to an appropriate Pro riate location P Y 9 within the work perimeter where the can begin loading I i. , immediately. r The front-end loaders will stage the material from the -- area area between the sidewalks and the street into staging areas on the side of the street. If the crew is working in a high traffic area then this method will not be incorporated—rather the staging will be done completely on one side then staged completely on the other side.When the Knuckleboom loader encounters material difficult to handle(such as chunk wood),the Front- end loader will assist in performing the loading. Two laborers trained in the use of chain saws will assist the Knuckleboom loader. They will rake and clean up the area of the pile. When oversized material is encountered, the laborers will use chainsaws to reduce its size. The laborers will also assist the truck operators in staging for the Knuckleboom loader, notifying when loading is completed and for obstructions to and from the loading area. The crew Foreman will be responsible for scouting future debris removal locations. He will utilize maps to locate the perimeter of the zone to which he is assigned. While scouting the zone, the Foreman's responsibilities will include: CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-12 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Locating logical truck routes. • Plotting a logical and efficient direction for the crew. • Locating and planning for hazards within the zone (such as high traffic areas). • Notifying his Supervisor and Sector or Area Manager of hazards in a timely fashion so the hazard can be avoided if possible or mitigated if necessary. • Identify plan for and obtain the necessary resources for a steady workflow in future locations of the work zone. At the end of each shift, crew employees will complete their time sheet by entering in the time the shift ended, the ending hours on the equipment they utilized and the number of loads they either hauled or loaded. They will deliver this timesheet to the Foreman before leaving the shift. The Foreman will compile the labor information to a daily worksheet, along with Purchase Orders, trucking that was utilized and number of loads hauled, equipment utilization, and a briefing of the course of the day describing any problems that arose and solutions implemented, and areas worked. The Foreman will then turn in the reports for the day. The following topics will be discussed with the management team: • Changes in time for completion • Changes in cost objectives for the project • Changes in operating policy • Changes in the technical specifications for the projects • Changes in methods • Changes in needs • Revised activity plan estimates • Failure of suppliers or contractors to deliver on time • Reassessment of resource requirements on individual activities • Inability to utilize resources as planned • Unexpected technical difficulties • Unexpected environmental conditions • Scheduling needs • .Performance of work per zone or region • Unplanned costs • Any problems or future problems pertaining to the project After the meeting is adjourned, the Project Manager (PM) will collect all the data. The next business day the data received and the daily reports will be entered into a computerized database. These reports will be evaluated by the Disaster Response Business Unit Director and discussed with the CEO and the PM. The data will be used in weekly reports that itemize costs per region and code and weigh them towards the projected costs and schedules of the project. These reports will be submitted weekly to corresponding company divisions along with reports submitted to the City. It will be the responsibility of the PM to utilize the minutes of the daily meeting and the information from the reports to make daily assessments of the schedules of each individual crew. The PM will also have daily meetings with the City regarding performance and schedule issues of the project. This meeting will cover the customer needs of each zone, projected costs and scheduling of assigned zones, priority of zones, and work to be completed. Geographic Area Management Every area has its own unique geographic characteristics that define the parameters of the response. An urban area, smaller municipalities, and rural areas offers different challenges to the successful completion of a disaster recovery mission.Traffic is always an issue that must to be addressed especially when working in and around waterways. Bridges are natural bottlenecks, and our experience has taught us, the less they are used during the transportation of the debris,the better. Ceres is always aware that our disaster recovery work is not the only thing utilizing the transportation system. Through the selection of strategically located DMS, our haul trucks should have minimal impact on these areas, as the haul zones are designed to keep the trucks working close to each DMS. In the successful completion of our Hurricane Katrina disaster recovery operation in Louisiana, we worked with all of these geographical characteristics and traffic never became an issue because the zone design and DMS locations worked together as intended. All impact CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-13 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services sensitive areas, such as waterways, parks,forest land,and reserves will be dealt with in an environmentally appropriate manner. Volume Reduction by Grinding The wheel loader with rake will push material designated for reduction to the grinder. Great care should be taken to keep the debris free of dirt before processing with a grinder/chipper; this both maintains the value of the product and reduces the cost of grinding. If the mulch produced from grinding is to remain on site for more than four weeks, the mulch piles will then be stacked no higher than 12 feet to minimize the potential for spontaneous combustion. Horizontal grinders, having a predominately closed grinding chamber,can operate with a minimal exclusion zone projecting out at a 45 degree angle at a distance of 250 feet from each corner of the in-feed conveyor. Tub grinders, if used, will operate with an exclusion zone of 300 feet on the "kick" side of the grinder and 50 feet on the "non-kick" side. Grinders will be shut down in a full tub condition to minimize debris ejection. The Dust Control plan will be implemented to ensure dust from the grinder does not impact the adjacent properties. Lockout/tagout procedures will be used on grinders and strictly enforced. All equipment in the vicinity of the grinders will be equipped with fully-enclosed cabs. Grinding Tub shut down full to minimize debris ejection Maximum height of, mulch to be stored' on-site longer than Tub weeks,minimized Grinder ` 4=1/L. =1 50'ft. _��' ''''"11"111"16C-"" '"1"11111111"11 ;�• 300'ft. �� Exclusion Zone • Exclusion Zone ; CERES_026v2 Volume Reduction by Burning The loader/rake will push clean debris in the direction of the burn pit, taking great care to keep the debris free of dirt. Once the debris is piled in the vicinity of the burn pit area, the backhoe with thumb will feed the Air Curtain Incinerator in such a manner as to promote complete combustion. The backhoe will also set aside any material that would process more efficiently in a chipper/grinder, such as large diameter logs or stumps. Air Curtain1110, Incinerator I V', 100'ft. Exclusion • Exclusio 411 Exclusion �j�— Zone from for Structures Debris Piles Side view of Air Curtain Incinerator '.E%E' ..,... The Air Curtain will be operated at least 100 feet from any stockpile of debris and at least 1,000 feet from any occupied structure. Prior to removal of ash debris from the air curtain incinerator pit, the material will be wetted. Ash stockpiles will be at least 100 feet away from any debris stockpiles. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-14 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Final Disposition Segregated, processed non-grindables will be recycled to the maximum extent possible and practicable. Metals and concrete will be baled, crushed, or otherwise processed for transport to recycling facilities. Documentation will be retained regarding total type and amount of materials recycled and each recycling destination. Clean woody materials will be processed to generate mulch. Live bottom trucks loaded with a rollout bucket- equipped wheel loader will be used to haul mulch to the final disposal site. Mulch hauling will be performed simultaneously with grinding. Mulch will be applied or disposed of at a site(s) approved by the City, as appropriate. The handling of Incinerator Ash Material will comply with all federal, state, and local requirements and the Incinerator Ash Material Management Plan. Work Hours Collection crews will typically work up to 12 hours per day, seven days per week unless otherwise specified or limited by contractual requirements. For safety reasons, collection crews will work during daylight hours only. Debris processing sites typically operate 24 hours per day, seven days per week if sufficient lighting is provided during evening hours, unless restricted by the contract. Work Hours Lhe Collection Crews 4ltQs304 i°,'4 • 12/7,,`tt ',, 24/7 "' Daylight Hours for„>` Unless Otherwise „ Safety Reason'` "' Specified v X .1 at t 1blv6 ; .,, \11.10-4 .$ y.. - * . • Traffic Control As discussed in other sections, Ceres requires and will provide certified traffic control personnel for debris collection, transportation, and processing operations. Competent and qualified personnel will be trained in traffic control procedures and will be provided necessary safety equipment and communication devices. Traffic control personnel will generally be placed at either end of a work zone in order to properly control the flow of traffic into and out of the work zone. Site Restoration The Site Restoration and Environmental Survey Plan will ensure that restoration of the site will meet the owner's requirements and local regulations. In addition to site cleanup and removal of all debris, the Restoration Plan will include requirements for achieving ground cover through topsoil and seeding specifications. Other requirements may be mandated by the Erosion Control Plan, such as maintenance of straw bales, retention ponds, or erosion control fencing until ground cover is established. An outside independent party may be employed to conduct a post utilization environmental survey in order to ensure satisfactory site conditions. Site closure is normally accomplished within 30 days of receipt of the last load of disaster related debris. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-15 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Demobilization Phase The PM prepares a demobilization checklist that includes a punch list of items to be completed by staff. The Punch List may include items such as arrangement for future maintenance of erosion control measures. The PM and staff are also responsible for final report to the City which includes lessons learned and results of operations Documentation — Field Operations Production Reporting Ceres has developed specific internal procedures to ensure proper audit-quality documentation of daily project activities is captured and provided to the City. This includes: project tracking forms, load tickets, truck certification logs, production logs, shift inspection checklists, safety meeting report forms, daily crew reports, and various equipment usage reports. Other reports are prepared and Documentation submitted to document project activities, • The zone, Section number, and street where debris progress, and quality control. removal operations were conducted and/or completed. Quality Control • The total number of personnel engaged in debris management and position or activity Daily Contractor Production and Quality • Daily and aggregated man-hours Control reports will be completed each day • Then number of loaders and debris hauling vehicles in of work and available the following work operation morning to the City. Original reports are • Hours of use of trucks and equipment maintained in the Mobile Command • The daily and aggregate volumes of debris, by type, removed and processed Center and daily reconciliation reports are • The number, name and location of each debris generated to verify information reported on management site in operation to include numbers and load tickets to information reported on types of reduction equipment in use daily production reports. The Project • Mulching machines in operation Manager and Project QC Manager will • The percent completion of the project monitor information contained in the Daily ' The estimated completion date • Any inspections conducted by federal, state or local Quality Control reports to ensure project government agencies activities conform to contractual • Any testing performed and/or test results requirements and that an acceptable level • Quality control phases implemented, as applicable of project quality and workmanship is - Any corrective actions implemented provided to the City. • Any damage to private property caused by contractor operations Formalized quality control procedures are • Any reports of damage or claims made by citizens applied to each project to ensure • Other information as may be required to fully and completely describe the contractor's daily operations documentation procedures are properly • A weekly summary of the information from the daily and fully implemented and to ensure reports conformance to project specifications. All • A final project summary report to describe all debris personnel, including employees, management activities conducted and conformance to contract specifications subcontractors, and suppliers are subject . Additional information or reports as necessary to to the provisions of the QC Program. For adequately document the conduct of debris management each project, a Quality Control Month t Month 2 Month 3 Month 4 Month 5 Plan is specifically developed —-- -- ----- — to detail the QC organization, . '=ate``-, .. l I individual responsibilities, A • A ♦ Ceres Financial monitoring procedures of &-iP ekr'y&Urns• Strength Allows Continual Operation Oh activities and subcontractor . Beyond 60 Day •activities, documentation iwonmiy&eng• Working Capital requirements for Ceres personnel and all Documentatio, --- subcontractors, control phases •Meet/Exceedclty to preference of dent Requirements Final Report(Detail Description) or procedures, and •Meet/Exceed •All Debris ManagementActivdies identification and correction Federal Require Requirements -Total Volume Volume Type •Final Disposal Location procedures for non-conforming The final report thatyou submitted...im reSSed -Volume!Location activities. The remedies for •p p •Total Cost Invoiced to Ceres Client i even our FEMA Public Assistance Coordinator.o •Additional Information Upon Request non-conformance include —Director of Public Works/Ceres Client (Finalized Upon Client Approval) 1 CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-16 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services termination. Exceptional quality control of each project promotes efficiency and avoids investigation and other potential losses. Invoicing Ceres can provide invoices to the City on a bi-weekly, semi-monthly or monthly basis. With each invoice, appropriate documentation will be provided relating to the services provided during the invoice period. Documentation will meet the City requirements and the federal requirements for funding and reimbursement purposes. Ceres will provide technical assistance to the City in the completion of claims filed to FEMA or other agencies for funding and reimbursement. A documentation team will be assembled from representatives of quality control and accounting.This team will assist the City throughout the invoicing and reimbursement process long after the work has been completed. Reimbursement Assistance Ceres is trained and experienced in providing the necessary documentation and assistance toward the preparation of reimbursement claims (Project Throughout Ceres'history,no governing entity has been Worksheets) for the City. If needed, Ceres will provide denied reimbursement for work Ceres has performed. the City with turnkey services or guidance and technical assistance to ensure proper preparation and submittal of claims for reimbursement and other available funding. Ceres' careful attention to documentation and strict quality control procedures will aid in the acceptance of a claim for reimbursement. Program Management Assistance Ceres is experienced and trained to provide all of the following services to the City: • Project Worksheet(PW)writing • Assistance with estimating debris volumes for Initial Damage Assessment(IDA) report • Expenditures eligible for reimbursement • Recovery Process Documentation • Recovery Process Oversight • Review of records system for applicability to federal and state requirements • Orientation and training of City personnel on documentation requirements • Claim documentation Project Closeout A final report will be submitted to the City upon project closeout. Ceres will prepare and submit a detailed description of all debris management activities including total volume of debris by type, final disposal locations and amounts of debris delivered to each, and total cost of the project invoiced to the City. Ceres will also supply additional information upon request of the City and understands that final project reconciliation must be approved by the City. Debris Training Program Description This section discusses the training requirements for all Ceres employees regarding Debris Removal and DMS Management, known as"Debris Training." The Project Manager or his designee is responsible for the following: • Implement and administer initial and refresher training programs. • Determine the appropriate facility-specific training and/or orientation/briefing needed for each employee. • Ensure employees attend required facility specific training and/or orientation/briefing. • Ensure employees are assigned positions for which they have received training and/or orientation/briefing. Project First Line Managers/Foremen are responsible for the following: • Determine the appropriate facility specific training needed for each employee. • Ensure employees are only assigned positions for which they have been trained or orientated/briefed, as applicable. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-17 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Initial Training Requirements There are no educational or experience entry requirements for Debris Training. Comprehension of the English language is required to attend the Debris Training. Comprehension is validated by the successful completion of this training program. The first step in Debris Training is the designation of an employee as a Debris employee. Training Program Description The Initial Debris Training Course uses a qualification card that includes a required 90-minute training session that covers review of the FEMA Debris Management training book E/G202, Units 7 and 8 (respectively "Debris Management Site Evaluation and Operation" and "Debris Monitoring") and an initial safety indoctrination. Debris Training must be completed prior to assignment and at least every two years thereafter. After the initial 90-minute training/orientation, further project-specific training is conducted by the employee's immediate supervisor and is conducted on-the-job. Facility specific training will be conducted regarding the TDSR Site. Topics will include: Fire Prevention, Spill Prevention, Hazardous Materials Handling, Safe Operation of Heavy Equipment, Personal Protective Equipment, and Activity Hazard Analysis training. Job Descriptions that require specific training are as follows: PPniFCT SIIPFRINTFMrIFNT r-� Trained by the Project Manager: _ • Safety • Traffic Control Additional training includes:--. D� ocumentation(Reports) • Personnel Management • Work location • Debris Segregation Hazardous Waste _ • Contract information • Collection • Identifying household and other • Daily&cumulative hours • Grinding and Hauling Operations hazardous waste .- -_4 -Equipment usage • Segregation and handling of -Man-hours materials in accordance with -Cubic yards collected per L_contract requirements assigned area GRINDING/BURNING SITE SUPERINTENDENT Trained by the Project Manager • Safety • Traffic Control Additional training includes:__ Documentation(Reports) • Heavy Equipment Operations • Work location • Personnel Management —�— i • Contract information • Debris Segregation Hazardous Waste • Identifying household and other • Daily&cumulative hours • Collection hazardous waste •- -- - Equipment usage l • Grinding and Hauling Operations • Segregation and handling of - Man-hours - — CERES oz, materials in accordance with - Cubic yards reduced per contract requirements assigned area FOREMAN — Trained by the Project Manager or Site Superintendent: • Safety • Traffic Control • Heavy Equipment Operations • Personnel Management • Debris Segregation • Collection • Grinding and Hauling Operations • 022 CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-18 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services CREW LEADER, TRUCK DRIVER, ()PFRATnR I ARClRFR Pre-skilled in functional areas, Separate • Safety • training and evaluation Traffic Control • Heavy Equipment Operations Additional project specific • Personnel Management training includes: • Debris Segregation • Collection • Grinding and Hauling Operations CcRES 023 CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-19 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Potential Scenarios Ceres is expert in quick-response service,as evidenced in a letter from the Superintendent of Public Works of Elizabethtown, Kentucky following a storm debris removal project: "...Your representatives and employees were cooperative and responsive to our suggestions and requests regarding the progress of the cleanup. Our town was cleaned up in an amazingly short time and our residents were very thankful." Ceres is also expert in high-volume -- projects, as shown by our 2008 Ceres Rapid Mobilization Hurricane Gustav response in the City of Baton Rouge•Pan%h of East Baton Rouge.to pHUIfIWfM Gustav 2008 City/Parish of Baton Rouge. Our daily 834,000 CY moved in 13 working days production grew to 92,000 cubic mow yards in ten days, and we cleaned up 90000 half of the City/Parish's debris in the .0000 • first two weeks of the project, while ,0030 meeting the City/Parish's schedule I 4000 for the last dayof the work. woo Ceres is accomplished in all aspects 4 .0000 of the work described in the RFP. wood Some of those tasks are performed in r0000 every project, while other activities 10000 are performed only in worst case G scenarios. Whether Ceres is tasked 4•9419•••11/1/ ...to with the smallest event or the most 4 4. 4 ,a. 4. 4- ,- 4- rows ww.*.eo.. catastrophic, Ceres has performed a similar-sized project. As the severity of an event increases, the physical scope of work of a project will grow. A major event will require a wider variety of services, and it will also require a more complex response with a corresponding higher level of management attention. All projects, from an Event Type 1: Spot Job — Localized, or large such as Event Type 7: Catastrophic Event—Total Management—City-wide will require some basic services including debris loading and hauling. The physical actions of loading debris, cutting trees, hauling debris, reducing debris, managing and closing out a site are similar on small and large events. The larger events also may require additional services including life support(water, ice,food), and as mentioned,the logistics and management abilities required on a larger event are at a higher level. Ceres is qualified to handle all events, large and small, as shown by our successful operations in each of the over 120 FEMA-reimbursed projects we have managed,whether Ceres handled over 13 million cubic yards of debris or less than 10,000 cubic yards of debris. The estimated cubic yards listed below are general estimates. Likewise, projected mobilization times and equipment usage given are general estimates. Graphical displays of approximated past performance on similar sized projects are given as a reference. The following pages describe 7 projected scenarios and detail projected quantities and production rates. Graphs of hauling production in cubic yards on previous projects performed by Ceres illustrate Ceres'ability to perform each scope of work in each scenario. The graphs are rough illustrations of vegetative and construction and demolition debris and may use rounded numbers. The graphs generally do not include stumps, white goods, and other types of materials. Severe one-day drops in production usually indicate a "weather day" of zero hauling for safety reasons. It is important to note that production rates vary for several reasons. In many cases, the rate of hauling is determined by how quickly citizens bring debris from private property to the curbside. In some cases, such as in Kansas City, the City preferred very quick production. In other cases, the local government wanted Ceres' hauling crews to stay on the job for an extended time even though production was low, because the citizenry needed time to bring debris to the curbside. Production rates in an event in Miami Beach will vary depending on the actual storm event and physical conditions, and also depending on the City's wishes, which may relate to how quickly residents can bring CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-20 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services material out of their yards to the curbside. Generally, Ceres has the capacity to perform more rapidly than is preferred by the local government. Event Type: 1 Spot Jobs—Localized Ceres Headquarters Office Location: Sarasota, Florida permanent office with mobile Miami Beach office Number of TDSR Sites: Maximum of 1, no reduction Location of TDSR Sites: To be determined Size of TDSR Sites: 1 acre or more Type of Hauling Equipment: Knuckleboom Collier County self-loading trucks, dump trucks/trailers 13.920 CY Hauled Total Expected Cubic Yards of Debris: 10E/J's less than 10,000 CY "O0 Quantity of Hauling Equipment: Ten moo trucks or less ttioo Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour i0°° n ; Time elapsed from Notice to Proceed to ,h, -___ __... comh Expectedplete mobilization:Management and100%Supein24 rvisiooursn Staff: 1 project manager, 1 or 2 foremen, 1 50'4,,' 4 % %" ff "'�, project accountant Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide one or more crews consisting of a chain saw crew with flaggers and self loading knuckleboom trucks. A bobcat type loader may also be used. The crew would be supervised by a foreman who would interface with the City field representative, and a Ceres project manager would supervise the foreman and interface with the City administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres'expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. Ceres will haul the debris to a TDSR site where it will be reduced by compaction ("walking" on the debris with tracked heavy equipment)and then transfer it to a recycling yard for grinding and conversion to mulch for recycling, or other method acceptable to the City. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled"or"called"by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for twelve years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled the types of debris,and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, will make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. Event Type: 2 Small Event—Widespread or City-wide Ceres Headquarters Office Location: Sarasota, Florida permanent office with mobile Miami Beach office Number of TDSR Sites: up to 1 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 10 acres Type of Hauling Equipment: Self-loading knuckleboom trucks, dump trucks/trailers Total Expected Cubic Yards of Debris: up to 30,000 CY Quantity of Hauling Equipment: up to 3 crews with a total of up to 12 trucks and 2 bobcats Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 100% in 24 hours CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-21 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Expected Management and Supervision Staff: 1 project manager, 1 superintendent, 1 foreman, 1 project accountant Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide two or three crews consisting of self loading knuckleboom trucks with flaggers and chain saw operators. Bobcat type loaders would likely be used to forward material into larger piles for efficient pickup Smithfield,VA by self loading knuckleboom trucks. Each 26.330 CY Hauled 71 Days crew would be supervised by a lead man, and all crews would be supervised by a no, superintendent who would interface with the Joao City field representative. A Debris Management Site (DMS)will be established, a Ceres site manager will be installed who i°°° will manage the site operations,which would likely include a dozer, an excavator with 8 �1 1 1 1 1 1 1 1 '? 1 1 grapple, a tub grinder or air curtain '0 ,r6 �,�ti�' �',C �,t►�t�C 401 0,1 incinerator and dump trucks to haul out reduced debris(ash or wood chips).A Ceres project manager would supervise the superintendent and DMS site manager, and will supervise site restoration. The Ceres project manager will also interface with the City administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres'expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. Ceres will haul the debris to a TDSR site where it will be reduced by grinding and then transferred by"live floor"or"walking floor"trucks with approximately 90 cubic yard capacity to a recycling yard for grinding and conversion to mulch for recycling, or other method acceptable to the City. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled" or"called" by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for twelve years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, will make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. Event Type: 3 Significant Event—Removal, Reduction, Hauling—Woody Debris Only—Widespread or City-wide Ceres Headquarters Office Location: Sarasota, Florida permanent office with mobile Miami Beach office Number of TDSR Sites: 2 or 3 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 15 acres Type of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, other Total Expected Cubic Yards of Debris: up to 400,000 CY Quantity of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, approximately 8 crews with approximately 46 trucks total. Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 50% in 24 hours, 100% in 48 hours Expected Management and Supervision Staff: General Management: 1 project manager, 1 site superintendent, 1 project superintendent, 2 foremen, 1 quality control officer, 1 administrator, 1 clerk, 1 subcontracting officer, 1 safety and health officer; plus Expected Personnel per TDSR Site: 1 TDSR Site Manager, 1 foreman with truck and cell phone, 1 assistant foreman, 5 to 8 heavy equipment operators, 2 to 4 flaggers for traffic control, 1 to 5 additional laborers for segregation and other material handling CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-22 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide several crews consisting of trucks, loaders, chain saw operators, and flaggers. Trucks and loading equipment would be West Palm Beach, Ft. provided with each crew, including self- 405,200CY Hauled loading knuckleboom trucks and other 114 Days loading and hauling equipment. Bobcat x,00000 type loaders would likely be used to 1,0,90* forward material into larger piles for OD efficient pickup by self loading .00000 knuckleboom trucks. Each crew would be supervised by a lead man, and each 0000 crew would be supervised by a foreman who would report to the Ceres •OOP rw y superintendent who would interface ,b1000flry'M with the City field representative. A Ceres site manager will be installed who will manage the TDSR site operations,which would likely include a tub grinder or air curtain incinerator, a dozer, an excavator with grapple and dump trucks to load out. A Ceres project manager would supervise the superintendent and DMS site manager, and will supervise site restoration. The Ceres project manager will also interface with the City administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres'expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled"or"called"by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for twelve years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled, the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the prior approval of the City, will make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. Event Type: 4 Significant Event— Removal, Reduction, Hauling, and Separating — Mixed Debris —Widespread or City-wide Ceres Headquarters Office Location: Sarasota, Florida permanent office with mobile Miami Beach office Number of TDSR Sites: 3 to 5 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 20 acres Type of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers Total Expected Cubic Yards of Debris: up to 775,000 CY Quantity of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, approximately 12 crews with approximately 63 trucks Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 50% in 24 hours, 100% in 48 hours Expected Management and Supervision Staff: General Management: 1 project manager, 1 site superintendent(s), 1 project superintendent, 3 zone managers, 5 foremen, 1 administrator, 1 accountant, 1 quality control officer, 1 clerk, 1 subcontracting officer, 1 safety and health officer, 1 public relations officer; plus Expected Personnel per TDSR Site: 1 TDSR Site Manager, 1 foreman with truck and cell phone, 1 assistant foreman, 5 to 8 heavy equipment operators, 2 to 4 flaggers for traffic control, 1 to 5 additional laborers for segregation and other material handling CERESTab 3 Approach and Methodology Section 3 e++ ao a re�.a� Debris Management Operations Plan Page 3.3-23 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide several crews consisting of trucks, loaders, chain saw operators, and flaggers. Trucks and loading equipment would be provided with each crew, including self-loading knuckleboom trucks and other loading and hauling equipment. Bobcat type loaders would likely be used to forward Kansas City, MO material into larger piles for efficient 667,340 CY Hauled pickup by knuckleboom self loading 43 Days trucks. Each crew would e •soon First Pass _. supervised by a lead man, and each 40000 crew would be supervised by a 's°O° foreman who would report to the as�000 Second Pass Ceres superintendent who would zoom interface with the City field 1s000 representative.A Ceres site manager 10000 will be installed who will manage the soya TDSR site operations, which would likely include a tub grinder or air `471' fid?;" McQ� 1dti q\18~ N`�dti .`�' curtain incinerator, a dozer, an �+� ' .,�' .,< ,0- tS $\ excavator with grapple and dump --- trucks to load out. A Ceres project manager would supervise the superintendent and DMS site manager, and will supervise site restoration.The Ceres project manager will also interface with the City administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres' expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. The project manager together with the project superintendent would interface daily with City representatives to review the previous day's progress and would assign streets and geographic territories to crews based on previous progress and input from City representatives. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled"or"called"by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for twelve years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled, the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, will make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. Event Type: 5 Catastrophic Event—Removal, Reduction, Hauling, and Separating—Mixed Debris—City-wide Ceres Headquarters Office Location: Sarasota, Florida permanent office with mobile Miami Beach office Number of TDSR Sites: 4 to 6 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 20 acres Type of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers Total Expected Cubic Yards of Debris: up to 1,500,000 CY Quantity of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, approximately 32 crews with approximately 87 trucks Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 25% in 24 hours, 50% in 48 hours, 100% in 72 hours Expected Management and Supervision Staff: General Management: 1 project manager, 1 project superintendent, 4 site superintendents/zone managers, 10 foreman, 1 FEMA/City liaison, 1 quality control officer, 1 administrator with 3 clerks, 1 subcontracting officer, 1 safety and health officer, 1 accountant; plus Expected Personnel per TDSR Site: 1 TDSR Site Manager, 1 foreman with truck and cell phone, 1 CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-24 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services assistant foreman, 5 to 8 heavy equipment operators, 2 to 4 flaggers for traffic control, 1 to 5 additional laborers for segregation and other material handling Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide crews consisting of trucks, loaders, chain saw operators, and flaggers. Trucks and loading equipment would be provided with each crew, including self-loading knuckleboom trucks and other loading and hauling equipment. Bobcat type loaders would City of Baton Rouge/Parish of East Baton likely be used to forward material into Rouge,LA larger piles for efficient pickup by self I 1,956,05SCY Hauled loading knuckleboom trucks. Each 108 oaks E mow cc crew would be supervised by a lead man, and each crew would be 90000 00 , «,,onosupervised by a foreman who would ro.000.00tritreport to the Ceres superintendent 40.00000 ,; .f+ who would interface with the City field 40.000 0 representative. A Ceres site manager .0000 00 X000 will be installed who will manage the 20.00000TDSR site operations, which would 1000000 ~''"'<,.�,v.,,., likely include a tub grinder or air curtain —'� incinerator, a dozer, an excavator with 9/9/2004 mono04 :::'.,;:, umzoo4 grapple and dump trucks to load out.A Ceres project manager would supervise the superintendent and DMS site manager, and will supervise site restoration. The Ceres project manager will also interface with the City administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres'expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. The project manager together with the project superintendent would interface daily with City representatives to review the previous day's progress and would assign streets and geographic territories to crews based on previous progress and input from City representatives. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled"or"called"by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for twelve years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled, the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, will make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. Event Type: 6 Catastrophic Event—Site Management—City-wide Ceres Headquarters Office Location: Sarasota, Florida permanent office with mobile Miami Beach office Number of TDSR Sites: 4 to 6 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 20+ acres (possible site layout illustrated below) Total expected cubic yards of debris to process and document: 1,304,369 (see table above) Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 25% in 24 hours, 50% in 48 hours, 75% in 72 hours, 100% in 96 hours CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-25 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Expected Management and Supervision Staff: General Management personnel: 1 project manager, 1 assistant project manager, 1 project --- -- superintendent, 1 assistant project 4— ~ '-- superintendent, 1 FEMA/City liaison, 1 s-w � v-:o quality control officer, 1 administrator cern """'''•"'' Mt,w• with 1 clerk, 1 subcontracting officer, 1 safetyand health officer, 1 accountant Debris Pile with ra<►aK rnn+.rx vron with 2 clerks and data entry personnel adequate room as required; Expected personnel per MIZEIV for turnaround TDSR Site: 1 TDSR Site Manager, 1 foreman with truck and cell phone, 1 i lower assistant foreman, 7 or 8 heavy ®t }last°'" equipment operators, 2 to 4 flaggers for r . �23' xr —. traffic control, 3 to 5 additional laborers for segregation and other material handling fnM Quantity of equipment per site: 1 _ urt usder grinder, 2 excavators and/or backhoes t•� with grapples, 1 dozer, 1 wheel loader .4A Fit with rake, 1 wheel loader with bucket, 11 ,�t ,in I,d„R,,,,, `\ 3w•rxd ;% maintenance truck, 1 water truck for fire _'""; suppression, 1 to 2 inspection towers, 1 hazardous materials containment area. Methodology for accepting and measuring of debris: Inspection — From the constructed tower, the City's designated monitor will determine the capacity of the truck and estimated load volume (percent capacity), and evaluate the load for contaminants requiring segregation. The monitor will instruct the driver regarding the appropriate dump location at the site and will verify the truck is completely empty following dumping. The monitor will complete the load ticket presented for each load delivered to the site. Unloading -After inspection, the material will be forwarded to the tipping area supported by a wheel loader with rake and laborers. The laborers will inspect the debris and remove any contaminants. Contaminants that are hazardous will be handled by the hazardous toxic waste specialist, staged in the hazmat containment area, and disposed of in accordance with federal, state, and local requirements. Other contaminants, such as metal, will be segregated accordingly. Segregation -While vegetative debris is generally the most voluminous debris stream, due to the nature of the storm, material segregation is frequently required in order to properly and efficiently process the debris. Collection crews will segregate grindable (vegetative) debris from non-grindable debris to the maximum extent possible during collection and loading operations. These loads, which may contain debris ranging from white goods, household hazardous waste (HHW), e-waste, and other materials, will be segregated and sorted either manually or mechanically to remove the contaminants and then moved to the appropriately lined/fenced areas at the DMS. Reduction-A wheel loader with rake will push material to the excavators and backhoes for loading material into the grinder. If the mulch produced from grinding is to remain on site for more than four weeks, the mulch piles will then be stacked no higher than 12 feet to minimize the potential for spontaneous combustion. Grinders will operate a safe distance from all other areas of the site to eliminate risk of injury from projectile debris from the grinder. The Dust Control plan will be implemented to ensure dust from the grinder does not impact the adjacent properties.All equipment in the vicinity of the grinders will be equipped with fully-enclosed cabs. If burning is allowed, the debris, once piled in the vicinity of the burn pit area, will be fed into the Air Curtain Incinerator in such a manner as to promote complete combustion. The backhoe will also set aside for forwarding any material that would process more efficiently in a chipper/grinder, such as large diameter logs or stumps. The Air Curtain will be operated at least 100 feet from any stockpile of debris and at least 1,000 feet from any occupied structure. Final Disposal—Once debris measurement and processing operations are complete, the segregates non- grindables will be recycled to the maximum extent possible. Metals and concrete will be baled, crushed, or CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-26 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services otherwise processed for transport to recycling facilities. Clean that has been processed into mulch will be loaded into live bottom or similar hauling vehicles for delivery to the final disposal location. Mulch will be applied or disposed of at a site(s) approved by the City, as appropriate. The handling of incinerator ash material will comply with all federal, state, and local laws and regulations. Site Closure - The Site Restoration and Environmental Survey Plan will ensure that restoration of the site will meet the owner's requirements and local regulations. In addition to site cleanup and removal of all debris, the site will be returned to its pre-storm condition or better via providing sufficient ground cover, grading, and seeding as necessary. An outside independent party may be employed to conduct a post utilization environmental survey in order to ensure satisfactory site conditions. Site closure is normally accomplished within 30 days of receipt of the last load of disaster related debris. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled"or"called" by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for twelve years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled, the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, will make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. Event Type: 7 Catastrophic Event—Total Management—City-wide Ceres Headquarters Office Location: Sarasota, Florida permanent office with mobile Miami Beach office Total management would effectively combine the two above Catastrophic Events Types: 5 — Removal, reduction, hauling, and separating mixed debris along with 6—Site Management Number of TDSR Sites: 6 to 8 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 20+ acres Type of Equipment: Self loading knuckleboom trucks, dump trucks/trailers for the ROW/ROE loading and hauling to the temporary sites; and grinders, excavators and/or backhoes with grapples, wheel loader with rake, wheel loader with bucket, maintenance truck, water truck for fire suppression, debris inspection towers, and hazardous materials containment area for site management Total Expected Cubic Yards of Debris: up to 2,300,000 CY Quantity of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, approximately 75 crews with approximately 209 trucks Expected Management and Supervision Staff: General Management: Citywide (per site personnel listed separately below): 1 project manager, 1 assistant project manager, 6 to 8 site superintendent(s), 1 project superintendent, 1 assistant project superintendent, 12 to 18 foreman, 1 FEMA/City liaison, 1 administrator with 4 clerks, 1 quality control officer, 1 safety and health officer, 1 public relations officer, 1 accountant with 1 clerk; For each TDSR Site, listed as follows: 1 site manager, 1 assistant site manager, 2 foremen, 1 lead man, 5 to 8 heavy equipment operators, 3 to 6 flaggers for traffic control, 3 to 5 additional laborers for segregation and other material handling per each TDSR site. Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide crews consisting of trucks, loaders, chain saw operators, and flaggers. Trucks and loading equipment would be provided with each crew, including self-loading knuckleboom trucks and other loading and hauling equipment. Bobcat type loaders would likely be used to forward material into larger piles for efficient pickup by knuckleboom self loading trucks. Each crew would be supervised by a lead man, and each crew would be supervised by a foreman who would report to the Ceres superintendent who would interface with the City field representative. A Ceres site manager will be installed who will manage the TDSR site operations. Operations at the various TDSR sites would be congruent with the method of operations as listed above, from site inception, preparation, debris acceptance, segregation, processing, haul out, and site closure. A Ceres project manager would supervise the superintendent and DMS site manager, and will supervise site restoration. The Ceres project manager will also interface with the City administrators to assist with FEMA CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-27 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services reimbursement including writing the Project Worksheet. Ceres'expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. The project manager together with the project superintendent would interface daily with City representatives to review the previous day's progress and would assign streets and geographic territories to crews based on previous progress and input from City representatives. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled"or"called" by a City authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for twelve years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled, the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, will make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-28 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Safety Procedures It is our ultimate goal at Ceres Environmental Services, Inc. to conduct our business operations in a safe manner without injury to persons, interruption of production, or damage to property, equipment, and materials. Ceres has developed a corporate-wide AWAIR program (A Workplace Accident and Injury Reduction program) and a corporate- ° +r.. wide Occupational and Preventative Medicine Program that detail authorities and responsibilities with regard to the overall corporate safety program. These plans have been established to provide icO°�Ov mechanisms through which Ceres can communicate responsibilities Million Work Hours Award and expectations of all personnel with regard to workplace safety. Each Occupational Awards Program individual is expected to comply with the established work practices, to presented to Ceres Environment Services assume responsibility for their own safety, and to actively participate in USACE Debns Mission the safety programs of this company. Katrina Recovery Office,Louistane for operating 1.000.000 employee hours without occupational Ceres takes special care to minimize the risk of injury in the disaster „ ,aillness lo area to both our workers and the general public — safety first— and as away from work result of our very successful efforts, Ceres was named a recipient of the Apr'l f 2007'November 10,2007 Million Work Hours Award in 2007 for our superb safety record on the 2005 Katrina Debris project for the U.S. Army Corps of Engineers. Responsibilities Workplace safety is the responsibility of every individual associated with this organization, for it is only with the continuous and combined effort of all individuals that a safe work environment can be developed and maintained. Specific responsibilities for safety have been established for the executive, managerial, supervisory and employee levels of this organization. The following responsibilities are considered the minimum effort and responsibility that is expected of all individuals. Executive Executive leadership and commitment is paramount to the success of any safety program. The role of the executive includes the following functions: • Issuance of a formal health and safety policy • Support of health and safety program development and implementation • Protection of company assets, including personnel and property • Commitment to providing products and services produced in a safe environment Managers Managers have the overall responsibility of ensuring safety programs and procedures are properly developed and implemented. Managers are responsible for: • The implementation and maintenance of health and safety programs • Ensuring compliance with applicable federal, state, and local health and safety regulations applicable to each work site • Monitoring accident trends and implementing appropriate corrective actions to reverse or control the trend • Ensuring all accidents are promptly and thoroughly investigated • Ensuring all safety rules, programs, and procedures are enforced • Ensuring appropriate equipment and materials are provided in support of safety programs • Ensuring communication between supervisors, employees, and contractors is maintained regarding job and site safety requirements • Ensuring appropriate training and educational programs are provided to all supervisors and employees • Actively participating in safety committee activities and monitoring recommendations and corrective actions • Auditing this program on at least an annual basis for company compliance with the stated policies and for areas of potential improvement Supervisors CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-28 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Supervisors are generally responsible for creating a safe work environment and for integrating safe work practices and procedures into work activities. Supervisors are responsible for: • Providing a hazard-free or controlled work environment for all personnel • Educating employees in safe work procedures and techniques • Enforcing the use of safety equipment and safe work procedures National Safety Council • Ensuring the site is properly secured 201J 201E3 prior to work activities i Ceres Environmental Services Inc • Conducting regular meetings with site workers and contractors regarding of the Nortiortal Safety ill project activities, procedural changes, Ptc.ud "e'°e`Sete 09'1 3'7047 and safety requirements • Supervising and evaluating overall worker performance and implementing Sear cam. appropriate corrective measures as get Awan needed to protect all site personnel • Monitoring the work site regularly for human, situational, or environmental factors that could cause or contribute to accidents and implementing appropriate controls • Investigating promptly all accidents to identify contributing factors or actions and implement corrective actions to prevent a recurrence • Actively supporting safety committee functions and employee educational and training programs Employees Well-trained and educated employees are the greatest asset against injury, damage and illness in the work place. Executives, managers, and supervisors are responsible for developing, implementing and enforcing the safety policies, programs and procedures, but employees have the ultimate responsibility of combining these work practices with job activities on a daily basis. Employees are responsible for: • Observing safety rules and procedures • Recognizing and reporting observed potential hazards-to the Field Supervisor • Maintaining safety equipment in good condition and ensuring damaged equipment is repaired or replaced • Developing good health, hygiene, and housekeeping practices • Reporting all accidents and injuries immediately • Participating in safety committee activities and training or educational programs Identifying and Controlling Hazards The identification and control of hazards can be accomplished by several means. One method employed by Ceres regularly is that of the Activity Hazard Analysis (AHA). The purpose of the AHA is to evaluate job activities relating to each project, identify potential hazards associated with each activity, and determine appropriate control measures. Such safety concerns are reviewed in project start-up safety meetings and subsequent weekly tool box meetings, or as otherwise needed, to ensure all site personnel are aware of the concerns and the control measures or practices. The Field Supervisor is responsible for ensuring completion of the AHA using the form included in this section of our proposal. Copies will be submitted to the Project Manager for review and comment prior to the start-up safety meeting or tool box meeting. The Field Supervisor retains the original AHA forms in the project safety records file along with documentation of meetings with employees regarding the AHAs. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-29 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Accident Investigation The prompt investigation of any accident or incident is an important tool that can be used to identify hazards and control measures. The purpose of accident investigation is to determine the hazards or conditions that contributed to the occurrence, and then determine appropriate control measures or corrective actions to eliminate or control those hazards or conditions. All accidents,whether or not a recordable injury is involved, are investigated as soon as possible following the incident and at least within 24 hours. Recordable injuries are those where the injured party lost time from work, received medical attention beyond basic first aid, or was placed on a work restriction because of the injury. Supervisory Investigation Every recordable injury must be investigated as soon as possible following the accident. Non-recordable incidents are also investigated and corrective actions implemented to prevent a recurrence with potentially more serious consequences. Each investigation must be documented using the Supervisor's Investigation Report included at the end of this section of our proposal. Indicate on the report whether the accident involved a recordable injury. Management Review Management will review each investigation report and provide additional input regarding corrective measure, if appropriate, and assist in ensuring corrective actions are implemented. Management will also review all investigation reports periodically, and at least annually, to evaluate any trends or recurring problems and whether additional controls are needed. This analysis identifies those job functions where injuries occur most frequently and reviews the types of injuries that occurred.The company frequency and severity rates are also calculated and compared to the national average for the industry. Management includes this review process as part of the meeting agenda for the safety committee. Record Keeping All incidents should be recorded on the Accident Investigation Reports. Recordable injuries must be reported on the First Report of Injury form which is submitted to the Minnesota Occupational Safety and Health Administration department. All recordable injuries must also be documented on the OSHA 200 log which must be posted in the workplace annually between February 1 and March 1 for the prior calendar year. Communication and Training Ceres has developed a number of training and educational programs for their employees which vary depending upon job function and responsibilities.The contents of the AWAIR program and the Occupational and Preventative Medicine Program will be reviewed during New Employee Orientation and the annual Employee Right-to-Know training sessions. Work-related hazards and control measures will be reviewed with site personnel at the project start-up safety meeting or during tool box meetings held weekly throughout the duration of a project. Communication is also facilitated between all company personnel through the Safety Committee. The function of the safety committee is to create and maintain an active interest in safety and to develop practices and procedures that will help eliminate or reduce workplace hazards. The members of the safety committee meet on a regular basis to discuss matters such as accidents and control measures, employee concerns, and new operations or equipment. The minutes of each meeting will document the date, time and attendees of the meeting along with items discussed, the outcome of any inspections, new business, the status of prior or outstanding business, general comments, task assignments, and a tentative date for the next meeting. Enforcement Enforcement of safe work practices and procedures at the job site will be enforced by the Field Supervisor and Project Manager in accordance with the Ceres Disciplinary Action Standard Operating Procedure. Disciplinary Actions that may be administered by the Field Supervisor or Project Manager include: verbal warning,written warning, and removal from the job. Disciplinary Actions for serious offenses, such as those violating company drug and alcohol use policies or some other offense resulting in endangerment of the CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-30 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services employee or co-workers, will be administered by a Human Resources representative or Officer of the Company. Such actions may include suspension or termination. Please refer to the Ceres SOP regarding Disciplinary Actions for further details. Any disciplinary action administered by the Field Supervisor or Project Manager must be documented. Safety Violation Notice forms are included at the end of this section of our proposal for such purposes. A copy of any such completed forms must be forwarded to Human Resources and the original retained in the job files by the Field Supervisor or Project Manager. Occupational and Preventative Medicine Program Purpose We consider the health and safety of each of our employees to be of primary importance. Our objective is to conduct our business in the safest possible manner consistent with the Occupational Health & Safety Act, applicable contract regulations and good company health and safety practices. Management recognizes the right of workers to work in a safe and healthy work environment. All employees, subcontractors, supervisors, and visitors will be held accountable for their health and safety performance. The attitudes and cooperation of all in the promotion of accident prevention will assist in achieving our goal to make the job sites of Ceres Environmental Services, Inc. a safe place to work. Policy—Preventative Medicine Ceres Environmental Services, Inc. offers preventive immunization services for its employees who are assigned field responsibilities relating to disaster recovery/emergency response clean-up activities and/or contracts. The services may include but are not limited to offering of immunizations, evaluations, treatments, and analysis of job exposures. Some jobs or work locations may require a pre-placement medical examination such as Commercial Drivers as required by (FMCSA 49 CFR 391.41). Some jobs may require immunizations such as remediation, decontamination or similar tasks. Employees should contact Ceres Corporate Health and Safety Manager to see what immunizations may be required and available. An employee who is concerned about an exposure that could affect his or her health should tell his or her supervisor. The supervisor and Ceres Health and Safety Manager can analyze the potential exposure, provide information, and/or make appropriate immunization recommendations. The following forms are used by Ceres health and safety staff. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-31 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services ACCIDENT/INCIDENT INVESTIGATION REPORT HR-016 (07/11/2000) Employer: Employee: Age: Position: Incident Date: Day: Time: Description of Incident: Nature of Injury/Property Damage: Contributing Factors: Type of medical treatment provided and location: Loss Severity Potential: High/Major Medium/Serious Low Probable Recurrence Rate: Frequent Occasional Rare Actions implemented to prevent recurrence: Supervisor/Manager: Name (please print) Date Investigated by: Name Date Reviewed by: Name Date CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-32 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services CERES ENVIRONMENTAL SERVICES, INC. ACTIVITY HAZARD ANALYSIS Project Number: Location: Date: ACTIVITY POTENTIAL HAZARD RECOMMENDED CONTROLS AHA conducted by: Date: Name(printed) CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-33 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services ACTIVITY HAZARD ANALYSIS ASSESSMENT GUIDELINES When conducting an assessment for potential hazards,sources of the following conditions and situations should be surveyed: • motion • temperature extremes • chemical exposures • hazardous dusts • radiation • sharp objects • falling objects • rolling or pinching hazards • electrical hazards • compression or impact hazards The information obtained during the assessment should then be organized and evaluated to determine control points and appropriate personal protective equipment. Equipment should be selected based on the potential hazard and guidelines contained in the respective ANSI standard. Where appropriate, equipment must be fit to the employee and training will be completed for all employees prior to equipment use. A document must be prepared and retained on site that certifies the evaluation has been completed and that identifies the area(s)evaluated, date, observations, and the identity of the individual certifying that the evaluation was completed. The AHA form included in this section of our proposal may be used to document the evaluation. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-34 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services CERES ENVIRONMENTAL SERVICES, INC. PERSONAL PROTECTIVE EQUIPMENT/AHA TRAINING LOG Date: Trainer: Location/Activity: Information Reviewed: PPE Issued and/or Procedures Implemented: Employees Receiving Training: Reviewed by: Name(printed) Name(signature) Date: CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-35 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services CERES ENVIRONMENTAL SERVICES, INC. SAFETY HAZARD REPORT Date: Time: Location: Description of Hazard: Signature of Reporting Employee Safety Committee: Corrective Action Priority: 0 Immediate ❑ Within 8 hours ❑ Within 48 hours Signature of Authorizing Supervisor Corrective Action Taken: Work Completed by: Name(printed) Name(signature) Date: Time: CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-36 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Safety Violation Notice Date of Violation: Employee: Supervisor: The employee cited above violated company safety policy as stated below: This employee was instructed in the safe working practices with regard to this violation. Supervisor's Signature Date Employee's Signature Date First Violation Second Violation Third Violation Fourth Violation Administration of the four-step disciplinary system in regards to violations of this policy. The system is as follows: a. First Violation: Verbal warning; notation for personnel file. b. Second Violation: Written warning; copy for file or personnel office. c. Third Violation: Written warning;three-day suspension without pay: d. Fourth Violation: Termination of Employment. CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-37 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services CERES ENVIRONMENTAL SERVICES, INC. SUPERVISOR/SAFETY COMMITTEE SAFETY INSPECTION REPORT NOTE:Explain in detail and/or submit recommendations in"Comments"section for all items in the"Needs Action"column. Document completion of recommendations and/or"Needs Action"items in"Follow up"column. Date: Time: Location: Satisfactory Needs Action Follow up 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Comments/Recommendations: Inspected by: Date: Name(printed) Reviewed by: Date: Name(printed) CERESTab 3 Approach and Methodology Section 3 Debris Management Operations Plan Page 3.3-38 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 3.4 Experience Recycling Disaster Generated Debris As portrayed by our name, Ceres Environmental Services, Inc. is founded on the principle of seeking environmentally-friendly solutions through all of our fields of work. During a disaster response, these considerations must be balanced with ensuring safety and preventing further loss; however,through Ceres' 42 years of disaster response work, we have developed means and methods that are implemented immediately through our standard operating procedures. One of these means and methods is the way in which we address debris disposal. Ceres has been involved in recycling of vegetative and =`'' ' ''"' "'"""' '° "'' """ municipal waste for about 30 years. It began with manaive mulchglng for variousl ctiesatandwaste countiedstacrosst i ntoacross the y `��+Mf.1�`�4ty�# continental U.S. Ceres also ran an experimental _ = program for several years that turned municipal mixed )GOVERNORS ' .o waste into compost, and a worm farm turning agricultural waste into soil enrichment products. ARNE ti.CARLSON Ceres owns and operates two wood waste recycling ".`M„nt p y g Certificate of Commendation facilities in Minnesota and Texas. Both facilities offer public and private customers options to divert In recognition of your partnership efforts in the Cooperation in Tree Recycling'which resulted in vegetative waste into valuable products instead of filling /successful fr: e public of the to priv:e lac°'try, this ccss.edstioa is presented to, landfills. National magazines, including Biocycle and Wood Waste Recycling, have featured Ceres' urban CERES ENVIRONMENTAL,INC. wood waste recycling efforts and emergency debris „;th the Appreciation and reaped of the pnplr management services. Ceres was also the honored """"n. recipient of the Minnesota Governor's Certificate of P MTC,PRS 111FRIW,t ha Wean.,a n he0 maimed Commendation in 1995 for our innovation in the tree nw�,mtSJa,.a.�• VI*toM alfl,d a,age recycling industry. Ja'e`a°"a"""'"day br,mt M oar tad or MO*Modred ant rem„n...and a n.was Recycling Centers ""'"`°"""""""""a Our recycling program starts with early identification ofy potential recycling center sites. Working with local authorities and within environmental regulations, we begin the permitting process required for these sites within the first few days of response. By beginning this process before it's needed, we can ensure that permits are obtained and sites are selected before debris is ready to be hauled. Once permitted, Ceres establishes the site with company-owned recycling equipment. Our company possesses the expertise and experience to process any and all debris generated by a natural disaster. Processes include: • Concrete pulverizing • Crushing • Density separation of C&D debris • Vegetative debris burning or grinding • Metal recycling and baling • Recyclable wood separation These processes allow Ceres to minimize the amount of debris ultimately sent to the landfill, reducing demand on local landfill resources and allowing them to continue to operate efficiently. A recent case study of this process is Ceres' recycling center established in Christchurch, New Zealand. The site is located on the outskirts of the city to minimize community impact in terms of unsightly debris stockpiles, load equipment operations and heavy hauling traffic. To date, our demolition operations after the February 2011 earthquakes have delivered over 78,500 tons of material to the recycling site. Of that, we have only had to landfill approximately 2,600 tons. Recycled material is put back into the local market in the form of crushed concrete material for rebuilding, recycled metal and mulch/woodchip products. CERESTab 3 Approach and Methodology Section 4 Experience Recycling Disaster Generated Debris Page 3.4-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services L • T • On average we were able to process over 600 cubic meters of debris per day All metal that is removed from the debris is sold as scrap which will be recycled.Almost all Ceres NZ projects have been processed in this manner. Ceres provides expertise in a variety of waste management services, including waste prevention. As good stewards of the environment, Ceres employs a number of waste prevention techniques. These techniques are commonly summarized as: Reduction, Reuse, Recycling and Recovery. Waste prevention is emphasized throughout Ceres' organization with goals set and charted to measure performance against targets tied to industry benchmarks. Waste Segregation For large-scale Right-of-Way debris removal, Ceres has developed sophisticated routing protocols and procedures using state-of-the-art scheduling, segregation, tracking and ticketing technologies. Appropriately trained Quality Control personnel help to ensure that materials are managed safely and in accordance with protocols and with state and local requirements and regulations. Waste segregation crews have the training appropriate to detect hazards and to perform waste identifications. Segregation is best accomplished at curbside where accessibility to the debris piles is achieved. Precision extraction can be accomplished with skilled operators of specialized mechanical equipment resulting in safe and efficient collection. Waste segregation is also performed during decommissioning of structures prior to demolition. The segregation team is deployed to the house or other structure scheduled for demolition. For structures which are considered safe to enter, the team will carefully walk through, survey the structure and remove all accessible decommissioning products. These products are segregated into similar group types. White goods, e-Wastes, SMEs, Tires and Household Hazardous Waste (HHWs) are the common group types. Documentation is created per structure which identifies all materials removed, as well as those materials which are not accessible. These items are removed during the demolition process. Of primary concern is the safety of the workers. Respiratory protection is available and plastic totes are used to provide segregation for potentially incompatible waste streams. Worker exposures are minimized with adequate Personal Protective Equipment including respirators, impermeable suits, rubber gloves, and face shields. Industrial Hygiene monitoring is also tailored to suit the task and the potential exposures of concern. Temporary Site Disposal and Reduction sites (TSDR) are strategically placed and are designed and managed based on the end use of the products received. For recyclable materials, Ceres is skilled at designing mission compatible Material Recovery Facilities within the TSDR framework to enhance the receipt, processing and shipment of all types of recyclable products. A Systems Approach for the Recycling and Re-Use of Storm-Generated Waste A Category 3 hurricane striking a heavily forested coastline can generate millions of cubic yards of vegetative debris. After such a storm hundreds—sometimes thousands—of pieces of heavy machinery will be operating in the affected area for weeks, clearing, hauling and disposing of veritable mountains of storm debris—and burning primarily non-renewable fossil motor fuels. CERESTab 3 Approach and Methodology Section 4 Experience Recycling Disaster Generated Debris Page 3.4-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Ceres is committed to recycling and repurposing disaster debris to the greatest extent possible. The response to Hurricane Isaac provided an exemplary model of this commitment. Even though the State of Louisiana (LA R.S. 30:2413.1)only requires a reduction of disaster vegetative debris 50 percent by weight and 50 percent volume prior to disposal in a landfill, Ceres utilized a variety of beneficial use disposal options to eliminate the need to dispose any vegetative debris in a landfill. In total,over 200,000 cubic yards of vegetative debris was diverted to a beneficial use applications. After debris is removed and transported to disposal and processing sites, two common methods of vegetative debris disposal are often used: open field burning and air curtain incineration. While both of these methods will likely remain in practice for years, they have become increasingly unpopular with residents and environmental quality regulators--and they do not steer storm-generated waste toward newer, more beneficial uses. Major storms also generate enormous quantities of household wastes that must be segregated, recycled or disposed outside the MSW stream—computers, refrigerators with putrescent contents, paints, solvents and other potentially hazardous materials. Ceres believes that a vital element of disaster recovery is a strong waste recycling strategy that maximizes beneficial reuse of storm-generated waste. New waste-to-energy technologies, such as electricity generation and cellulosic ethanol fuel production, present the prospect of wiser, more carbon-neutral uses of storm-generated debris. Efficient debris collection and management techniques not only speed recovery and lower costs, but also reduce the greenhouse gas emissions that large fleets of hard-working commercial vehicles can produce. Vegetative Debris Ceres has decades of experience in waste wood reduction, mulch production and composting. Storm- generated vegetative debris that cannot be fed into waste-to-energy streams can be recycled and re-used in many ways. Following reduction and processing, these wastes can be used as landscape and nursery mulches, bio-filters, animal bedding, or composted for garden soils and blended with manure(s)for potting soil mixes. Ceres has direct and extensive experience in the management of Vegetative Wastes. Privately at Ceres owned and operated facilities, in excess of 5 million cubic yards of municipal solid waste, green waste, construction and demolition debris, and vegetative material have been processed for 100% reuse. Our experience has included the production of worm castings using vegetative feed-stocks. Ceres has over twenty years of experience in the manufacturing and marketing of its products to the Nursery and Landscape industry as well as the retail consumer. Vegetative debris is generally chipped or ground. Federal, state, and local partners, recognize that vegetative debris can potentially be used for energy recovery. An obstacle to this use, for example with Katrina and Rita, was the Formosan termite infestation in southeastern and southwestern Louisiana. As a result, all cellulose material was quarantined in nine southeastern, and three southwestern parishes. This made shipment to potential users problematic. Much of the chipped vegetative debris was used as cover at landfills. Though Ceres always seeks to vector storm generated waste, to the greatest extent possible, into waste- to-energy streams, most location do not yet have sufficient waste-to-energy capacity to handle all storm generated vegetative wastes, as the above analysis clearly demonstrates. Construction and Demolition (C&D) Debris C&D debris may contain hazardous substances such as HHW, Medical Wastes, Guns & Ammo, Oxygen cylinders, and industrial quantities of chemicals. Primary recyclables include scrap steel, tires, metals, glass, wood, concrete and plastics. In a wind-based event, mobile homes comprise a fairly large quantity of overall demolition C&D waste stream. After an earthquake, concrete and brick buildings will be the primary source of C&D debris at first,since they are the most vulnerable to collapse endangering the public. Liquefaction of soils destroys the building foundations of otherwise minimally damaged buildings, resulting in the need for demolition or repair. Commercial buildings that must be demolished in an emergency situation may contain various chemical or biological hazards. These buildings may be damaged to such an extent that they cannot be re-entered. In this case, the C&D waste will contain everything that was in the building at the time of the event, resulting CERESTab 3 Approach and Methodology Section 4 Experience Recycling Disaster Generated Debris Page 3.4-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services in the need for material segregation at the dump site. Recyclable materials include steel frames, tin siding, axels and rubber tires. Efforts can be made to recover these items of value during the demolition process. White Goods White goods include refrigerant containing appliances such as freezers, refrigerators, and air conditioners; and other large appliances such as washers and dryers and small appliances like microwaves, depending on the recycler. White Goods are segregated at the curb and during demolition decommissioning activities. When tasked, Ceres implements staging, cleaning and recycling operations of white goods. Recyclables include Refrigerant Freon, compressor oils and scrap steel. White goods containing putrescible wastes are routed through a cleaning area to remove the biological/vegetative debris. This debris is captured into bags or other suitable containers and shipped to an appropriate landfill or composter. Volumes are tracked and counted. Freon is a regulated substance requiring extraction and recycling by an EPA registered provider. The extraction procedure is written documented on EPA authorized forms. It is important to thoroughly understand the regulatory aspects of this operation. Under Section 608 of the CAA, EPA has established regulations (40 CFR Part 82, Subpart F)that: • Require service practices that maximize recycling of ozone-depleting compounds (both chlorofluorocarbons [CFCs] and hydrochlorofluorocarbons [HCFCs] and their blends) during the servicing and disposal of air-conditioning and refrigeration equipment. • Set certification requirements for recycling and recovery equipment, technicians, and reclaimers. • Restrict the sale of refrigerant to certified technicians. • Require persons servicing or disposing of air-conditioning and refrigeration equipment to certify to EPA that they have acquired recycling or recovery equipment and are complying with the requirements of the rule. • Establish safe disposal requirements to ensure removal of refrigerants from goods that enter the waste stream with the charge intact (e.g., motor vehicle air conditioners, home refrigerators, and room air conditioners). If refrigerants are recycled or reclaimed, they are not considered hazardous under federal law. In addition, used oils contaminated with CFCs are not hazardous on the condition that: • They are not mixed with other waste. • They are subjected to CFC recycling or reclamation. • They are not mixed with used oils from other sources. Used oils that contain CFCs after the CFC reclamation procedure, however, are subject to specification limits for used oil fuels if these oils are destined for burning. Once the units are clean and the Freon is extracted, the units can be prepared for crushing and bailing. Bails can be arranged in any configuration acceptable to the recycler's acceptance criteria. Electronic Waste Electronic Wastes, or e-Wastes includes, but is not limited to the following items: TVs, computers, servers, laptops, cell phones,wires and cables, keyboards, mice docking stations, external and internal hard drives, tape drives, external modems, circuit boards, electric motors, transformers, amplifiers, receivers, CD/DVD players, VCRs, cassette players, cash counters, magnetic card readers, cash registers, audio/video equipment, electronic games, musical equipment, electronic test equipment & meters, telephones, answering machines,AC adapters and other power supplies, calculators, FAX equipment, scanners, surge protectors, hair blowers, etc. In general, all products containing electronic circuits where the weight of the electronics contained within is a substantial portion of the total weight of the product are considered good candidates for e-waste recycling. Upon receipt at an acceptable recycler, electronic items are further evaluated for potential end uses. A de- manufacturing process begins further separating key components from the products. There is a tiered hierarchy of preferred processes, beginning with reuse, then recondition, recycle and landfill. Processing of e-wastes includes segregation, packaging and shipment to the recycler. CERESTab 3 Approach and Methodology Section 4 Experience Recycling Disaster Generated Debris Page 3.4-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Household Hazardous Waste HHW contains hazardous substances such as Oxidizers, Acids, Bases, Poisons, Flammables and RCRA listed wastes. Primary Recyclables include fuels, lead acid batteries and scrap steel. A large portion of all Household Hazardous Wastes (HHW) can be recycled if properly managed. The remaining materials can be prepared for Incineration, Neutralization or Landfill. During Katrina, most of the recyclables were blended for a Fuels program for energy recovery. Likely candidates for fuels are materials characterized with a high BTU, low water ratio and include streams like paints, oils and consumer fuels. Other recyclables include lead acid batteries, anti-freeze, mercury switches, light bulbs and compressed cylinders. Curbside collection and demolition decommissioning is the primary source for the HHW stream. Private citizen drop-offs at the TSDRs also contribute to the overall volumes. HHW products are identified by the product label or container type and managed by the DOT Waste Classifications for compatibility. Specific Regulatory programs also direct the flow of specific types of materials. In addition to DOT shipping requirements,there are special regulations for Universal Wastes(like mercury switches, lead acid batteries, and fluorescent bulbs), Fuels, and Guns and Ammunition,for example. Medical Wastes include sharps and used bandages. Ammunition and Guns and explosives present special hazards, as well. It is essential that only specialized personnel manage these materials. Unknowns are sampled and tested with a series of field screening procedures designed to characterize the materials into compatible classes based on chemical and physical properties. Once the chemical compatibility is determined, safer management of the materials can be applied. Collection and staging areas at the TSDRs are established to eliminate release of chemicals and exposures resulting from the co-mingling of incompatibles. Special precautions are in place preventing chemical reactions within blending tanks. Standards from the National Fire Protection Association (NFPA) are employed. Spill Prevention Control and Countermeasures rules are applied and containment areas are covered to minimize rain water collection. RCRA contingency measures and evacuation procedures are prepared and practiced by facility personnel. Safety supplies are routinely inspected and safety topics are discussed at daily safety meetings. Tires Waste tires are managed independently of all other debris types. Tires are generally regulated by local or state ordinances requiring tracking and penalties for mis-management. Ceres makes every attempt to track the location and source of the tires and works within the established structure of the community recycling programs. However, during a Debris Recovery Mission, tires are very prolific as indicated by the numbers, variety and wide distribution and can very easily overwhelm the community programs. When this is the case,Ceres has alternatives in which to assist community managers.Responsible reduction options include collection, grinding, shredding, palletizing, and transporting to company authorized commercial recyclers. Liquefied Petroleum Gas Tanks Liquefied Petroleum Gas (LPG) tanks typically contain propane gas. Propane is a flammable gas that is sometimes generically referred to as LP-Gas, LPAG, or Liquefied Petroleum Gas. LPG is typically a propane-butane mixture. Propane might also contain small amounts of other flammable gasses, such as, ethane, ethylene, propylene, isobutene, or butylenes. LPG tanks may be found in a number of urban and rural environments such as motor homes, travel trailers, grills, camp stoves, lanterns, etc. LPG is stored under pressure. The gas will leak from any joint or connection which is not sealed properly. LPG is heavier than air. Any significant leak will move down and stay on the ground. LPG will accumulate in a low-lying area such as depressions in the ground, drains or pits. Since LOPG is stored in two phases, liquid and gaseous, there is potential for either a liquid leak or gas leak. If the LPG is a gas leak it may not be seen, except where the leak is of sufficient size to be seen shimmering in the air.When a liquid LPH leak occurs,the gas release will be seen as a patch of ice around the area of the leak, or as a jet of whit liquid. This white appearance is due to the cooling effect created by the rapid expansion of the LPG liquid into a gas. The condensing atmospheric moisture makes the leak visible. In concentrated amounts and in uncontrolled conditions, LPH has the potential to create a fire or an explosion. CERESTab 3 Approach and Methodology Section 4 Experience Recycling Disaster Generated Debris Page 3.4-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Debris workers must be observant for LPG tanks. Basically, there are two types of tanks you will find, portable and bulk. Portable, consumer type tanks will be sized from 4 to 40 pounds, though the most common tank is the 20 pound tank. Bulk tanks are often 100 to several hundred pounds. It is vital that LPG tanks can be re-located to a staging area for recertification, refurbishment or dismantling. Bulk tanks should not be moved except by properly trained personnel. Tanks measuring 25 gallons and larger, are supposed to be registered with local or state authorities. Orphan tanks can be identified and the owners tracked down by their registration and serial numbers on the tanks. Small Motorized Engines (SMEs) SMEs contain hazardous substances such as gasoline, oils and other motor fluids. Primary Recyclables include scrap steel, fuel and plastics. SMEs are comprised of materials like lawn mowers, lawn tractors, motorcycles, portable generators, edger's, power washers and blowers, trimmers, chain saws and other gasoline powered hand tools. The types of materials generated from this stream include oils, fuels, filters and scrap steel. Special precautions are needed to be employed due to the gasoline and oils. Drip pans providing secondary containment are in place where waste extractions are performed and bulk consolidation is made. The oils and fuels are routed to the Fuels program and the steel is crushed, bailed, banded to pallets and shipped to an area scrap recycler. Concrete Concrete is generated during nearly all debris collection tasks. During wind events, efforts are made to keep concrete on grade intact during demolitions.After earthquakes, most slabs require removal. Crushers or hammer mills can be used to reduce the concrete into useful product to sell back to cement providers. Larger pieces can be saved and used for sea walls or erosion inhibitors of lakes and streams. Any steel can be removed and baled for scrap. Abandoned Vehicles Abandoned cars make up a large percentage of recyclable scrap steel. Vehicles brought in for processing will be tagged, inventoried in by license plate, make, model, color and VIN. Vehicles will be staged and site tagged for easy retrieval. Site operators will forward vehicle data to the Department of Insurance for dissemination to insurers. Local governments will be responsible for the proper notification of vehicle owners. Vehicles will remain at the staging area until inspected by appropriate authorities. Any unclaimed abandoned vehicles will be considered for recycling. Scrap vehicles will be dismantled and recycled after proper recovery of gasoline, diesel fuels, refrigerants, lubricating oils, mercury ABS switches, mercury convenience switches, lead acid batteries, brake and transmission fluids, antifreeze and tires. Propane tanks and large appliances in recreational vehicles should be removed. Similar procedures will be employed for boats and vessels. Boats brought to the storage areas should be site tagged, inventoried in by Department of Wildlife and Fisheries registration or other appropriate state agency. The make, model, color and serial number will be recorded and provided to the agency. The boats will be staged and site tagged for easy retrieval. Site operators will compare boat data with FEMA database registered boats. Site Operators will forward boat data to the Department of Insurance for dissemination to insurers. Local governments will be responsible for the proper notification of boat owners. Boats will remain at the staging area until inspected by appropriate authorities. Boats deemed for scrap will be crushed to reduce volume for easier handling and management, shredded and properly recycled when possible. The following materials must be recovered:gasoline and diesel fuels, refrigerants, lubricating oils, mercury bilge switches, propane tanks, large appliances, lead acid batteries transmission fluid and electronics, such as, radar sets, radios, GPS units and depth finders. Reduction, Reuse, Recycling and Recovery is emphasized throughout the Debris Removal Mission. Ceres Environmental Services, Inc. strives to reach its Waste Prevention Goals and works diligently through partnerships with local and State agencies and End-user commercial processors. CERESTab 3 Approach and Methodology Section 4 Experience Recycling Disaster Generated Debris Page 3.4-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 3.5 Collaboration with the City Before, During and After a Disaster Planning and training is available free of charge to Ceres clients and includes: • Hurricane Debris Volume Estimation Using the U.S. Army Corps of Engineers Model • The FEMA Paperwork Process: From IDA to PW and All Points In Between • Measuring a Truck/Trailer the FEMA Way • Load Tickets–Who Fills Out What and Why • Stumps, Stumps, Stumps • Determining Your Force Account Capabilities or When Will I Need Help • FEMA Eligibility–What a "Good" Contractor Will Tell You Team Introduction Upon contract award and at City of Miami Beach's request, a personal visit by a Ceres Project Manager can be scheduled. The purpose of this visit is the personal introduction of key members of each party's team; discussion of the planning, training and disaster response preparedness needs from the City's perspective; and a review of Ceres' Debris Management Plan, from mobilization to the Final Report. Tours of each of the sites identified for the following uses will be jointly conducted: • Equipment Staging • Temporary Debris Staging and Reduction • Local Landfills Authorized for Final Disposal • City Public Works Offices • City Administration This meeting typically requires the better part of a normal workday. Discussion will loosely follow a prepared script designed to address the critical elements of resource requirements and knowledge-base known to significantly enhance the City's level of disaster response preparedness. This is step one in the strategic pre-positioning of the interpersonal knowledge of both parties' teammates. Getting to know each other prior to an event is very important in maintaining a seamless transition into an actual disaster recovery mission. Annual Hurricane Exercise Participation and Technical Training Ceres is qualified and able to participate in City of Miami Beach's annual hurricane exercise or pre-event training days and agrees to have at least one Ceres representative available at each event for the term of the contract, if requested. Ceres is also qualified to provide other training related to technical aspects of disaster recovery. This training includes FEMA worksheets,the available methods of recording project data from tickets and truck certifications onto electronic records, and databases and field operations. Disaster Response Typical Event Training Ceres' training also covers topics included in a list of typical events that occur in a disaster response (Source: FEMA Public Assistance Policy Digest), creating further opportunities to develop the relationships between Norman's staff and Ceres personnel that will help to ensure a successful debris management operation. FEMA topics covered include: • Local response–emergency operations center activation–declaration of state of emergency • Continue emergency work-maintain records (labor, equipment, materials, and contracts) • Compile initial estimated damage. Report to State emergency management agency • Evaluate needs and request State/Federal assistance • Federal/State survey of need—Preliminary Damage Assessment(PDA) • Governor's request for Federal assistance • Presidential declaration • Designation of applicant's agent • Attend Applicant's Briefing and submit a Request for Public Assistance • Attend Kickoff Meeting with Public Assistance Coordination (PAC) Crew Leader—discuss project formulation CERESTab 3 Approach and Methodology Section 5 Collaboration with the City Before, During and After a Disaster Page 3.5-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Prepare Project Worksheets—work with the PAC Crew Leader • Address applicable Special Considerations (floodplain management, insurance, hazard mitigation and compliance with environmental and historic preservation laws) • Complete application for Federal funds • Maintain required documentation (labor, equipment, materials, and contracts) • Receive payment of small projects—for Federal share and possibly State share • Complete approved disaster work within time allowed • Request final inspections • Submit documents for final inspection, program review, and close-out Keep all documentation for 3 years from date of final Financial Status Report, or follow State and applicant record retention policies if they require retention beyond 3 years Communication with City Project Manager Ceres Environmental Services, Inc.'s Project Manager (PM) will serve as the principal point of contact between Ceres and the City Project Manager. The assigned PM will be knowledgeable about all facets of Ceres'assigned tasks and will have executive project responsibilities. The PM will have written authority to sign for the corporation in matters relating to this project and the City. Upon receipt of a Notice to Proceed, the PM will be on call 24 hours per day, seven days per week, and will have electronic linkage capability for transmitting and receiving relevant contractual information. This linkage will provide immediate contact availability via cell phone and fax machine, and have Internet capabilities. The PM will participate in daily After Action Reviews and disaster exercises, functioning as a source to provide essential element information. The PM will report to the City Operations Manager on an "on call basis"and be capable of responding within one hour of notification. The PM will ensure that all City event goals and priorities are met and will have authority to make executive decisions regarding the project. The PM will work out of Ceres local disaster office and will meet with his support staff and crew leaders at the end of each day to review progress and set goals and priorities for the following day. Daily records submitted up the chain of command to the Project Manager will include: • Sub-contractor/Employee Name • Equipment Number • Type of Equipment • Hourly equipment documentation, downtime, lost time, and sick time Ceres also has procedures in place to keep the City informed of daily progress on a project. At the end of every daily shift, crew employees will complete their time sheet by entering in the time the shift ended, the ending hours on the equipment they utilized and the number of loads they either hauled or loaded. They will deliver this timesheet to the Foreman before leaving the shift. The Foreman will compile the labor information to a daily worksheet, along with Purchase Orders, trucking that was utilized and number of loads hauled, equipment utilization, and a briefing of the course of the day describing any problems that arose and solutions implemented, and areas worked. The Foreman will then turn in the reports for the day. The following topics will be discussed with the management team: • Changes in time for completion • Changes in cost objectives for the project • Changes in operating policy • Changes in the technical specifications for the projects • Changes in methods • Changes in needs • Revised activity plan estimates • Failure of suppliers or contractors to deliver on time • Reassessment of resource requirements on individual activities • Inability to utilize resources as planned • Unexpected technical difficulties CERESTab 3 Approach and Methodology Section 5 Collaboration with the City Before, During and After a Disaster Page 3.5-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Unexpected environmental conditions • Scheduling needs • Performance of work per zone or region • Unplanned costs • Any problems or future problems pertaining to the project After the meeting is adjourned, the Project Manager (PM) will collect all the data. The next business day the data received and the daily reports will be entered into a computerized database. These reports will be evaluated by the Disaster Response Business Unit Director and discussed with the CEO and the PM. The data will be used in weekly reports that itemize costs per region and code and weigh them towards the projected costs and schedules of the project. These reports will be submitted weekly to corresponding company divisions along with reports submitted to the City. It will be the responsibility of the PM to utilize the minutes of the daily meeting and the information from the reports to make daily assessments of the schedules of each individual crew. The PM will also have daily meetings with the City regarding performance and schedule issues of the project. This meeting will cover the customer needs of each zone, projected costs and scheduling of assigned zones, priority of zones, and work to be completed. Community Relations Support One of Ceres' most important support functions in the event of a natural disaster is to help Miami Beach officials engage in community relations. Ceres provides important resources for keeping residents informed on the progress of cleanup. Announcements will be provided to news media including newspapers, radio and television. Ceres will institute a "Hot Line" for toll-free calls to answer questions and to take requests for "Hot Spot" service for debris removal or other services or complaints. A series of announcements to citizens may follow this progression of themes and estimated timeframes: 1. Segregate your debris by type and place it in the right of way(curbside) NTP* + 1 day 2. Work crews have begun debris pickup and will arrive in your neighborhood shortly NTP + 2 days for the first pass 3. First pass is nearing completion; place debris on the right of way in preparation for NTP + TBD the second pass 4. Second pass is underway NTP+ TBD 5. Project is nearing completion, be sure to place debris on right of way NTP + TBD 6. Debris cleanup will be complete in one week NTP +TBD *NTP=Notice To Proceed CEREETab 3 Approach and Methodology Section 5 Collaboration with the City Before, During and After a Disaster Page 3.5-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services PICKING UP THE PIECES •Sp, som Se •Jo lot set aims zurrst Following these specific guidimes c„o,r TieS 7rX+ai OoruTlo when haulinghurricane-related rav *fnott»twtad,c3 ,riaioSahrda'tor :«mxaors MIN CAMP 70.4.1 to scorn debris and household garbage tans al end ate=anti up re flini. to the curb will make for .4 %X a speedier removal „r, �, process 4 y LY .i: t , - .�� t 0, y' 0 ,..i, , ikik, .. " • o t •F & '- a, ►�` , '� SDP s r SD.P OM MC 0 UN MLN ' i'4.,. rttint WILTS .,a)r�% „Y 1 0 WWI c'I tututu..t.5 •12. � + 14W, %) MGwn w.tlt troY Imes tbrneo•ners and ta.daleSSCS are tang asked 4,' nest W soared WO rRt:1M to separate detxn rite the tolcMri categories 0lifts i tlsE r 0 csasi Tt1U V L�RtfETtltll MttStno ©Ul i vac NSU it n�1 maw= v Yt111ftlEYtt tt7tti 1 U NWttwuS uST[ ^ I - ►SSW 72Sn •9uIMIS I;CMS •"aetriKtl4s •Ott •Ref orators .Tap sOrs >Waif=WS •Cry*SI r LAWS r fiattafei >W1YSafs,OW s •u7TplarS C PIELIVII.=al •LJSDar ..c.; .Pasta= >Mua141-2 •R46CS >At 1 YDSO SMAI De�f+ •C rrAt ••0110 >At:or1a[f1Q7 d n •i:afa 5zx 1CStU TiT4.q t •hrntru •CWatSrR WSW >Stwvs r C'fl:taws tam Ta SCIV1 d r ktate4S-Ac .C,'mCrasid at •water%Van •Ta1nCM.r+a: *envy pthp. •Pbs*w •O.rwssnKS Toll Free Hotline and E-Mail Management Large phone and e-mail traffic from concerned residents are a part of every natural disaster. Ceres maintains a toll free Storm Hotline that is staffed and accessible 24 hours a day, 7 days a week to handle questions, concerns or complaints related to clean-up: 1-877-STORMI2. The number is prominently displayed on all Ceres equipment working the clean-up area. Ceres monitors call and e-mail volume, and establishes additional toll free numbers and enlists additional staff whenever greater capacity is required to ensure maximum community responsiveness. All call center staff keep a log of incoming calls and e-mails, record the address of the reported incident, resident name, reported complaint, date and time of reported incident, and the truck number(if applicable). All call logs are collected and managed by Ceres' Customer Contact Database Group. This group compiles all incoming resident communications and organizes them into date/time of receipt and response priorities. Trained Ceres account executives sort through messages and identify time- sensitive incidents such as broken water lines, which would receive immediate attention. Each account executive identifies all the pertinent information, investigates the reported incident, and ultimately locates the responsible crew if fault is found. Reports from this database will be accessible daily or weekly and can be disbursed to City officials accordingly. Catastrophic Events with Loss of Electronic Communication Systems Miami Beach has a significant risk of an impact by a catastrophic or other major event in which traditional community messaging methods would be disrupted. Ceres is committed to ensuring adequate information is available about the scheduling and progress of recovery operations. As every disaster situation is different, Ceres' plans use a combination of non-electric post-disaster information systems that include Disaster Recovery Centers; variable message boards; and/or a signage system similar to the message system used by highway crews. CERESTab 3 Approach and Methodology Section 5 Collaboration with the City Before, During and After a Disaster Page 3.5-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Disaster Recovery Centers are statically placed in a disaster area to ensure an impacted community has a one-stop point of contact for recovery-related services. The Centers are initiated by the local emergency management agency and are supported by local, state, federal and nonprofit organizations that provide disaster a�M recovery services. Posting debris curbside segregation *• 1 4 information, cleanup schedules and cleanup progress ( i reports at these centers will provide anyone looking for disaster information in their community with access to �,, '1 1 the debris recovery process. - , I Variable message boards will be placed at the entrance of neighborhoods to alert the residence of when to • "` : expect the next debris collection pass. As citizens of .1r Miami Beach are likely accustom to obtaining information from roadway median signs, information about cleanup can be posted in a similar manner. CERESTab 3 Approach and Methodology Section 5 Collaboration with the City Before, During and After a Disaster Page 3.5-5 APPENDIX E A I 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 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 $ 1 88 Reduction Sites ("TDSR") CY 2. Furnishing and spreading suitable fill material $ 29 78 (gravel base)for temporary roadway CY 3. Installing 8 foot chain link fence with wind $ 19.78 screen with 20 foot entry gate(s), LF 4. Installation of 4 foot protective chain link $ 16.85 fence for interior site protection (trees, etc.) LF 5. Furnishing and installation of inspection $ 3,500.00 tower Per Tower GROUP 1 SUB-TOTAL $ 3,568.29 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 $ 10.74 7. Reduction of Vegetative Debris by Grinding at TDSR CY $ 2.48 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to 3.98 Miami-Dade Central Transfer Station CY $ 9. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill CY $4.98 Hauling Vegetative Debris Reduced by Grinding from TDSR to 10. Miami-Dade Resource Recovery Center CY $4.98 Vegetative Debris Removal from Rights-of-Way (ROW)directly to Miami-Dade Central Transfer 11. Station CY $ 12.48 Vegetative Debris Removal from Rights-of-Way 12. (ROW)directly to North Dade Landfill CY $14.74 Vegetative Debris Removal from Rights-of-Way 13. (ROW)directly to Miami-Dade Resource Recovery Center CY $14.28 Removal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $185.00 15. Greater than 36"to 48"diameter Per Stump $245.00 16. Greater than 48"diameter Per Stump $395.00 17. Removal of Hazardous Hanging Limbs Per Tree $88.00 Removal of Hazardous Trees 18. Greater than 6"to 12"diameter Per Tree $65.00 19. Greater than 12"to 24"diameter Per Tree $ 125.00 20. Greater than 24"to 36"diameter Per Tree $ 195.00 21. Greater than 36"to 48"diameter Per Tree $295.00 2018-002-JC 36 22. Greater than 48"diameter Per Tree $ 395.00 GROUP 2 SUB-TOTAL $ 2,056.66 Group 3: C&D Debris Management ITEM DESCRIPTION UNIT COST 1 C& D Debris Removal from ROW to a TDSR within 23. City Limits CY $ 10.98 Hauling C& D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $3.98 Hauling C&D Debris from TDSR to 25. Miami-Dade North Dade Landfill CY $5.19 Hauling C& D Debris from TDSR to 26. Miami-Dade Resources Recovery Center CY $5.09 Hauling C&D Debris from ROW Directly to 27. Miami-Dade Central Transfer Station CY $ 11.48 C&D Debris Removal from ROW directly to Miami- 11.98 28. Dade North Dade Landfill CY $ C&D Debris Removal from ROW directly to Miami- 11.98 29. Dade Resource Recovery Center CY $ GROUP 3 SUB-TOTAL $60.68 Group 4: Other Services ITEM DESCRIPTION UNIT COST Sand removal, screening and replacement(beach 30. restoration) CY $ 17.82 Loading and Hauling White Goods Requiring Freon 39.00 31. Removal Per Unit $ 32. Freon Removal by Qualified Technician Per Unit $39.00 33. Hazardous Waste Removal and Transport Per Pound $4.98 Removal, Hauling and Disposal of Dead Animal 34. Carcasses Per Pound $0.98 88.00 35. Bulk Ice, Delivered Per Pound $ GROUP 4 SUB-TOTAL $ 189.78 i 2018-002-JC 37 Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT COST 36. 20-30 miles CY $4.98 37 Greater than 30 Miles-40 Miles CY $ 5.78 38. Greater than 40 Miles-50 Miles CY $6.98 39 Greater than 50 Miles-60 Miles CY $ 7.48 40.. Greater than 60 Miles-70 miles CY $ 7.98 GROUP 5 SUB-TOTAL $33.20 * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: GROUPS 1-5 SUBTOTAL $ 5,908.61 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 $ 131.00 42. JD 644 Wheel Loader with debris grapple $ 142.00 43. Extendaboom Forklift with debris grapple $ 79.00 44. 753 Bobcat Skid Steer Loader with debris grapple $ 82.00 45. 753 Bobcat Skid Steer Loader with bucket $ 72.00 46. 753 Bobcat Skid Steer Loader with street sweeper $ 79.00 47. 30-50 H Farm Tractor with box blade or rake $ 85.00 48. 2-2 1/2 cu. yd.Articulated Loader with bucket $ 105.00 49. 3-4 cu. yd.Articulated Loader with bucket $ 112.00 50. JD 648E Log Skidder or equivalent $ 125.00 51. CAT D4 Dozer $ 132.00 52. CAT D5 Dozer $ 142.00 53. CAT D6 Dozer $ 155.00 2018-002-JC 38 54. CAT D7 Dozer $ 159.00 55. CAT D8 Dozer $ 174.00 56. CAT 125- 140 HP Motor Grader $ 125.00 57. JD 690 Trackhoe with debris grapple $ 178.00 58. JD 690 Trackhoe with bucket and thumb $ 172.00 59. Rubber Tired Excavator with debris grapple $ 189.00 60. JD 310 Rubber Tired Backhoe with bucket and hoe $ 114.00 61. 210 Prentiss Knuckleboom with debris grapple $ 139.00 62. CAT 623 Self-Loader Scraper $ 135.00 63. Hand-Fed Debris Chipper $ 92.00 64. 30 Ton Crane $ 225.00 65. 50 Ton Crane $ 345.00 66. 100 Ton Crane $ 465.00 67. 40-60' Bucket Truck $ 174.00 68. Greater than 60' Bucket Truck $ 185.00 69. Fuel/Service Truck $ 88.00 70. Water Truck $ 85.00 71. Portable Light Plant $ 31.00 72. Lowboy Trailer with Tractor $ 105.00 73. Flatbed Truck $ 85.00 74. Pick-up Truck(unmanned) $ 17.00 75. Self-Loading Dump Truck with debris grapple $ 185.00 76. Single Axle Dump Truck, 5-12 cu. yd. $ 74.00 77. Tandem Axle Dump Truck, 16-20 cu. yd. $ 79.00 78. Tandem Axle Dump Truck, 21 -30 cu. yd. $ 82.00 79. Tandem Axle Dump Truck, 31 -50 cu. yd. $ 85.00 80. Tandem Axle Dump Truck, 51 -80 cu. yd. $ 89.00 81. Chainsaw(without operator) $ 7.00 82. Temporary Office Trailer $ 12.00 83. Mobile Command and Communications Trailer $ 34.00 84. Laborer, with small hand tools $ 37.00 85. Skilled Sawman $ 42.00 86. Crew Foreman with cell phone $ 56.00 87. Tree Climber $ 69.00 88. LF of Security Fencing $ 19.78 89. Ton of Crushed Stone Placed and Graded $ 39.00 90. Sand Screening Apparatus $ 138.00 91. Traffic Control Devices $ 16.00 92. Temporary Light Tower $ 31.00 93. Site Security Systems (camera etc.) $ 3.00 2018-002-JC 39 GROUP 6 SUB-TOTAL $ *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: GROUPS 1- 6 GRAND TOTAL COST 1$1110P1.39 Bidder's Affirmation Company: Ceres Environmental Services, Inc. Authorized Representative: Tia Laurie, Corporate Secretary Address: 6968 Professional Parkway East, Sarasota, Florida 34240 Telephone: (800)2184424 Email: dawn.brown@ceresenv.com Authorized Representative's Signature: G( ,�/ ✓ ,2018-002 40 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 5 SUPPLEMENTAL INFORMATION 5.1 Capacity to Manage Multiple Contracts Due to the nature of disaster relief work, it is difficult to project workload; however, Ceres has the proven resources and experience to handle multiple events and locations. Our successful experience in multiple response situations as well as our substantial resources and teaming relationships ensures that Ceres' performance on this contract will be to the City's utmost satisfaction. In August 2017, Ceres responded to seven jurisdictions in Texas following Hurricane Harvey. Within the next several weeks, Ceres responded to 35 jurisdictions in Florida and performed two emergency contracts in Georgia after Hurricane Irma. Additionally, Ceres worked under the U.S. Army Corps of Engineers (USACE) in Puerto Rico and the Virgin Islands, where both Hurricanes Irma and Maria caused severe damage and devastation. w 4111 Atid,t. GA Atlantic Beach,FL ki,Jacksonville Beach,FLI Winter Park.FL Glynn County,GA FOo;"D:str.ct'. • Hurricane Harvey - 4' ! Seminole County,FLi Hurricane Irma Melbourne,FLS Pasco County,FL I r Palm Bay,FL I -• i /Indian River County,FL FDOT District 7,FL\— � Port St.Lucie,FL Oldsmar, Tampa,FL ii V Humble,TX `,{ 7 Jupiter Island,FL Clear Brook i P nell,as County,FL# y, „ ,Palm Beach Gardens,Ft / Pearfand,TX pur FL Palm Beach,FL 7 Houston,TX t r r West University Lon:boat Ke,FL Palm Beach Schools i Place,TX Sarasota,FL N.Lauderdale,Ft Katy TX New College I / Hollywood,F L FDOT District 1 ( Miramar,FL DTOPCenvai Hegwn USAGE,PR t USACE,USVI Orange County,FL I Bal Harbour,FL — Broward County,FLI Miami Beach,FL OTOPSouthem Region County, Reg v Q Sweetwater,FL I _Miami,FL Palmetto Bay,FL i Miami-Dade County,FL f::=> Miami-Dade ! County Schools 7 2017 U.S. Storm Responses CERESTab 5 Supplemental Information Section 1 Capacity to Manage Multiple Contracts Page 5.1-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services In 2016, Ceres was already working in Louisiana following heavy rains and flooding when Hurricanes Hermine and Matthew hit the U.S. coast within a month of each other. Ceres responded to several counties in Florida and Georgia after Hurricane Hermine and then to an additional 14 jurisdictions in Florida,Georgia, South Carolina and North Carolina after Hurricane Matthew. Minnesota • Ongoing Operations Ceres Mulch Yard On 9 9 P 30 Years Operating • Storm Response V'. I Winter Slorm Gaialh Oft Oklahoma Environments eatt / Management Authority Hun.cane Matthew Lenoir County,NC -i.rricane Matthew t Savannah,GA& Hurricane Matthew Flood Response Bald Head Island,NC Bastrop County,TX ' - Hurricane Hermine Hurricane Matthew Gwen County,GA • SC DOT Houston, IX1101111111161. Ceres Mulch Yard 15 Years OperaraHuHurricane Matthew ting _ Beaufort County,SC + -`\\\\ Hurricane Matthew rood Response 1 Jacksonville Beach,FL . •ngston Parish,LA& Hurricane Hermine • Hurricane Matthew Zachary,LA Pasco County,FL I Indian River County,FL Kenner,LA Sarasota,FL 2016 U.S. Storm Responses Ceres Ongoing Ceres Ongoing Hurricane Matthew Construction Construction Palm Beach Gardens,FL Following Winter Storm Cara in November 2015, Ceres responded to the Oklahoma Environmental Management Authority(OEMA) and began to mobilize staff and equipment within 24 hours of the Notice to Proceed, finishing the first pass in the first two days of operations. When Winter Storm Goliath hit Texas and Oklahoma just one month later in December, Ceres already had staff and equipment positioned to respond in Oklahoma. As more debris piled up following Goliath, Ceres extended its services to the City of Warr Acres, plus Canadian County and four other cities under the OEMA. In 2014, Ceres responded to two large-scale projects following Winter Storm Pax, which covered the Southeast in freezing rain and ice. Ceres removed and disposed of approximately one million cubic yards of debris in Columbia County, GA and Guilford County, NC. CERESTab 5 Supplemental Information Section 1 Capacity to Manage Multiple Contracts Page 5.1-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services In 2011, Ceres responded to the spring tornadoes that devastated the South, the spring floods in North Dakota, Hurricane Irene in North Carolina and Virginia, and Winter Storm Alfred in the Northeast. Ceres accomplished eight separate contracts while fulfilling all contractual obligations. Minnesota Ceres Milch Yard 30 Years Operating 1 Flood Response Minot and Ward County.ND Winter Storm Alfred . ..� Brookfield,CT • Ongoing Operations Des Moines,IA Ceres Ongoing , Winter Storm Alfred I ConstructionHurricane Irene Simsbury.CT • Isle of Wight County.VA -• O Storm Response .. Tornado Response } Lawrence and Limestone Counties.AL 4 ry ny Tornado Response gip Hurricane Irene Greenv4e.NC Jefferson County.Leeds. and Jasper.AL Sarasota,FL Houston,TX Ceres Ongoing Ceres Mukh Yard Construction 15 Years Operating • Kenner. LA Ceres Ongoing Construction Mr- 2011 U.S. Storm Responses During the summer of 2008, Hurricanes Dolly, Gustav and Ike all impacted the Gulf Coast. When Dolly hit the Texas coast Ceres was ready, with people, subcontractors and equipment already on the ground in Cameron County, TX. Ceres managed our own crews and crews of five different Subcontractors in our response to clean-up debris in Cameron County,TX.As Ceres' response to Dolly was wrapping up, Gustav hit Louisiana, and two weeks later Ike hit the Houston, TX area. Ceres responded quickly to both new storms, performing in 11 different locations covered by separate debris removal contracts in Texas and Louisiana. CERESTab 5 Supplemental Information Section 1 Capacity to Manage Multiple Contracts Page 5.1-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Ceres Mulch Yard 30 Years Operably , (/ -- , tr it „ . ,. :. • ,. ., .. .,. ,. ., . • Ongoing Operations Floods • Waterloo.Iowa isiii vo'Ar--itko O Storm Response ' ,. Kenner. LA s, Ceres Ongoing• Houston.TSt Hurricane Ike Construction Ceres Much Yard „ Vermilion Parish Sarasota.FL 15 Years OperaUrq , --- Tropical Storm Fay Ceres Ongoing • ^• ` ^',. Construction Humcane Ike 0.0•, Galveston.Texas �` Hurricane Ike&Gustav Ceres Ong oingI • Jefferson Parish Construction Hurricane Doly 'y Cameron County Humc Gr Iked &Gustav f Grand Isle J Hurricane Ike Hurncane Ike&Gustav 2008 U.S. Storm Responses ; Chambers County Laktte Following Hurricanes Katrina, Rita,and Wilma in 2005,Ceres performed several other emergency response contracts — often at the same time — including: Katrina debris removal for the City of Biloxi; Hurricane Wilma debris removal for the City of Palm Beach Gardens, FL; Katrina debris removal for the Parish of Terrebonne, LA; and the installation of over 22,000 temporary roofs on private residences in two states under two separate "Blue Roof" contracts with the U.S. Army Corps of Engineers (USACE). During this same period, Ceres maintained its schedule on its non-disaster construction and environmental work for the U.S. Department of Agriculture, the Army Corps, and other customers in CA, TX, AR, MN and PR. CERESTab 5 Supplemental Information Section 1 Capacity to Manage Multiple Contracts Page 5.1-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services 5.2 Obtaining Maximum FEMA Reimbursement From experience on over 120 FEMA-reimbursed projects, Ceres Environmental Services, Inc. knows that accurate and organized recordkeeping and reporting is vital to successful completion of a project. To fulfill this need, Ceres provides support and assistance through every step of the project. After the project is completed, Ceres will attend post-project briefings and provide our lessons learned and recommendations for the next project to the City of Miami Beach. Ceres' careful attention to documentation and strict quality control procedures will aid in the acceptance of a claim for reimbursement. Throughout Ceres' history, no client has been denied reimbursement for work Ceres has performed. Ceres has FEMA reimbursement liaison officers on staff that provide expertise to Ceres and the City in order that all Project Worksheet activities and other reimbursement documentation are filed successfully. Training Ceres is qualified and able to participate in pre-event training days. Available training related to technical aspects of disaster recovery involves FEMA worksheets, the available methods of recording project data from tickets and truck certifications onto electronic records and databases, field operations and other training as needed or requested. Ceres' training will cover various topics, many of which are included below in a list of typical events that occur in a disaster response. Sequence of Events (Source: FEMA Public Assistance Policy Digest) • Local response–emergency operations center activation-declaration of state of emergency • Continue emergency work-maintain records(labor, equipment, materials, and contracts) • Compile initial estimated damage. Report to State emergency management agency • Evaluate needs and request State/Federal assistance • Federal/State survey of need—Preliminary Damage Assessment(PDA) • Governor's request for Federal assistance ▪ Presidential declaration • Designation of applicant's agent • Attend Applicant's Briefing and submit a Request for Public Assistance • Attend Kickoff Meeting with Public Assistance Coordination (PAC) Crew Leader—discuss project formulation • Prepare Project Worksheets—work with the PAC Crew Leader • Address applicable Special Considerations (floodplain management, insurance, hazard mitigation and compliance with environmental and historic preservation laws) • Complete application for Federal funds • Maintain required documentation (labor, equipment, materials, and contracts) • Receive payment of small projects—for Federal share and possibly State share • Complete approved disaster work within time allowed • Request final inspections • Submit documents for final inspection, program review, and close-out • Keep all documentation for 3 years from date of final Financial Status Report, or follow State and applicant record retention policies if they require retention beyond 3 years FEMA Alternative Procedures Pilot Program As the City considers services for a post-disaster recovery situation, it's important to understand how choosing best value instead of low cost can provide better, more responsive service while costing nearly the same – or even saving the City money. The Public Assistance Alternative Procedures (PAAP) Pilot Program is described in the FEMA Public Assistance Program and Policy Guide published in January 2016. Under the PAAP Pilot Program, the recipient may receive a higher federal cost share for removing debris quickly following a disaster. If a local government removes debris within the first 30 days, the local government receives 85% federal cost share. From 31-90 days, the federal cost share is 80%. From 91- 180 days, the federal cost share reverts to the original 75%. CERESTab 5 Supplemental Information Section 2 Obtaining Maximum FEMA Reimbursement Page 5.2-1 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services In order to achieve this rapid Timeframe(days from start of Federal Cost Share mobilization, the City must incident period) understand the numbers behind 1-30 85% best value versus low cost. On 31-90 80% paper, the low cost looks great. In 91-180 75% the long run, the low cost could potentially cost the City money. A 181+ 0%(unless FEMA approves a time low cost contractor would be extension limited to the amount and type of equipment mobilized to this project. With low quantities of equipment mobilized to the project, the low cost contractor would have a much longer project timeline. Conversely, a best value contractor, like Ceres Environmental Services, Inc., can mobilize quickly with a combination of Ceres-owned equipment and subcontracted equipment. The subcontracted equipment is a mixture of local resources and outside subcontractors. The goal is to strike a balance between keeping dollars at home with local subcontractors and moving quickly enough to take advantage of the PAAP Pilot Program sliding scale. In the following tables, Contractor A is the low cost contractor, and Contractor B is the best value contractor. Contractor A presents a lower overall project price than Contractor B, but with the existing FEMA PAAP Pilot Program guidelines, Contractor A actually costs the City more money in FEMA reimbursement while taking longer on project performance. Contractor A Distance CY Price Per CY Subtotal Short Haul 10,000 $6.00 $60,000.00 Medium Haul 5,000 $7.00 $35,000.00 Long Haul 2,000 $8.00 $16,000.00 Total $111 000.00 Contractor B Distance CY Price Per CY Subtotal Short Haul 10,000 $6.50 $65,000.00 Medium Haul 5,000 $7.50 , $37,500.00 Long Haul 2,000 $8.50 $17,000.00 Total $119,500.00 Based on these totals, Contractor A would cost the City more FEMA reimbursement while taking a longer project performance time.To illustrate, the following tables show the total reimbursement for the City based on the costs for Contractor A and Contractor B and using reimbursement percentages from the PAAP Pilot Program. The total cost for each contractor is taken from the previous tables. While Contractor A is still hauling debris after 90 days from the start of the incident, Ceres has the ability to complete the job within 90 days from the start of the incident. With the ability to pay a higher subcontractor price, Ceres can mobilize more equipment to supplement its company-owned equipment. Plus, with more high-capacity equipment—such as self-loading knucklebooms above 100 cubic yards—Ceres can complete the job faster. The faster completion in turn results in a larger federal cost share. Contractor A Cost Share From Start of %of Debris Contractor A Federal Cost Federal State/County State/County Incident Hauled Cost Share Reimbursement Cost Share Reimbursement 30 da s 10% $11,100.00 85% $9,435.00 15% $1,665.00 31-90 da s 55% $61,050.00 80% $48,840.00 20% $12,210.00 91-180 da s 35% $38,850.00 75% $29,137.50 25% $9,712.50 Total 100% $111,000.00 - $87,412.50 - $23,587.50 CERESTab 5 Supplemental Information Section 2 Obtaining Maximum FEMA Reimbursement Page 5.2-2 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services Contractor B Cost Share From Start of %of Debris Contractor B Federal Cost Federal State/County State/County Incident Hauled Cost Share Reimbursement Cost Share Reimbursement 30 da s 50% $59,750.00 85% $9,435.00 15% $8,962.50 31-90 da s 50% $59,750.00 80% $48,840.00 20% $11,950.00 91-180 da s 0% $- 75% $29,137.50 25% $- Total 100% $119,500.00 - $98,587.50 - $29,912.50 Ceres can commit a full project management staff, company-owned equipment and subcontractor resources immediately upon Notice to Proceed. Our goal is to move quickly during the mobilization process to capitalize on the federal, State and local cost share splits afforded under the PAAP Pilot Program for debris removal. Ceres has experience with the PAAP Pilot Program for Debris Removal. Ceres is also uniquely set up with equipment, personnel and temporary debris staging site to remove most debris within the first 30 days. To put it best, Ceres is in the best position to maximize Miami Beach's FEMA reimbursement for debris removal. In 2014, Ceres helped numerous clients maximize their reimbursement under the Pilot Program: • Columbia County, GA • Lee County, MS • Kimberly, AL • Graysville, AL • Adamsville, AL • North Carolina DOT • Dawson County, GA We have also provided countless presentations and briefings on the subject. As part of our pre-event training and coordination with current clients, Ceres will review, and in some cases develop, disaster debris management plans in compliance with the recently released FEMA Debris Management Plan Review Job Aid. Ceres fully understands the urgency to immediately begin debris removal not just for the economic recovery of the community, but also to maximize reimbursement under the Pilot Program. Columbia County is an example of our experience with the Pilot Program. During our response to Columbia County after Winter Storm Pax in 2014, Ceres rapidly mobilized personnel and equipment to immediately begin the debris removal effort. Ceres eventually collected, removed, and disposed of more than 600,000 cubic yards of debris throughout the County. The Columbia County cost savings are provided in the following chart,which shows the cost share of normal procedures versus alternative procedures under the PAAP Pilot Program. Program Type Federal/State Cost Share Columbia County Cost Share $8,300,000.00 Normal 87.5% 12.5% $1,037,500.00 Alternative 92.3% 7.7% $639,100.00 Total Savings $398,400.00 Documentation — Field Operations Ceres has its own forms for truck certification, load tickets, force account labor and equipment, man-hours, and equipment supplied. Ceres is pleased to provide these and any other forms needed for the City. Ceres often provides these forms to clients during disaster EAEI response projects. For example, Ceres performed cleanup in two .139 counties in Kentucky after the devastating ice storm in January • 2009. Since the Commonwealth performed its own monitoring, 50 Ceres brought its own truck certifications, load tickets, and other required forms for the Commonwealth monitors' use. The Commonwealth eventually requested extra forms from Ceres for use in other counties where Ceres was not working. CERESTab 5 Supplemental Information Section 2 Obtaining Maximum FEMA Reimbursement Page 5.2-3 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services In addition to its proprietary forms, Ceres is also familiar with the sample forms included in the Public Assistance Debris Management Guide FEMA-325 published by the Department of Homeland Security.This publication provides guidelines for debris management from preparation to concluding response. Appendixes C and D of the Guide provide multiple forms for use during monitoring, including load tickets and truck certifications. Ceres is also aware of the FEMA Public Assistance Program and Policy Guide(PAPPG),which supersedes FEMA-325 and Title 2 of the Code of Federal Regulations(CFR) Part 200 Procurement Standards. In short, Ceres has access to all the information required to meet FEMA guidelines. Ceres keeps multiple copies of the Public Assistance Debris Management Guide FEMA-325 in stock at all times. When a project is initiated, Ceres brings enough copies so that any City staff member who wishes may obtain his or her own free copy. Ceres can provide LOAD TICKET copies of the Guide upon contract award, or advise the City on how to obtain them for themselves. TICKET NO Documentation —Administrative CONTRACT No. Tickets and Truck Certification Forms are the foundation of the major expenses on most projects. Tickets are CONTRACTOR designed in several versions depending on what information is required.Tickets may track debris by cubic DATE yard, tons, each, or load. The debris stream may also DEBRIS QUANTITY influence the ticket form that is selected for any particular Truck project phase. Truck Certification forms are also critical c°QpCIV documentation that must be accurately and carefully Sizad e ICY1 Toru recorded.These forms are carefully structured to ensure Truk that all necessary information, as required by FEMA, is Driver recorded. FEMA requires signed truck certification forms DEBRIS CLASSIFICATION for every vehicle hauling on the project and a signed Burnable dump ticket for every load. Ceres supplies these 5-part Burr rbc carbonless forms if the City wishes. Nom Mie Ceres has developed a powerful custom database that 0th — — links key components of documentation including the truck certification database, ticket database, and the LOCATION database containing all of the images of each individual zor+er'secticn ourr.ps:th ticket and the truck certifications. Ceres'ticket database Time reispecor has been in use for more than 10 years and is easily modified to meet the varying needs of our clients. The loading database is also designed to make data entry easy. One data entry person, with minimal training, can enter over Dumping 700 tickets per day. Drop down selections, short cuts and static information retrieval make data entry fast and 21 accurate. The system does not allow entry of duplicate tickets thus preventing duplicate billing and duplicate payments. The system does not allow a ticket to be 22 entered with an amount that exceeds the certified load amount of the truck. Additional features of this custom CERE+,iS„ Orilla Cmtoctt software make it flexible enough to record data that is cwr cares known to be required for a particular circumstance or rne+ EMMIMONMENrAL Gold Other project. Ceres maintains separate databases for each G.een Customer project to insure that data integrity is maintained. This is the Ceres Load Ticket. In use, the Ticket Number Each completed truck certification form and each load is preprinted.This form is generally scanned at the job site ticket are electronically scanned at the field office and and electronically transmitted to an office outside the then transmitted to an imaging database located on a disaster area for data entry. The form's five copies are secure Ceres server outside the disaster area. The color coded to minimize confusion. scanned information is then retrieved by our data entry CERESTab 5 Supplemental Information Section 2 Obtaining Maximum FEMA Reimbursement Page 5.2-4 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services staff and entered into the appropriate project database under normal office conditions. Database rules require that first the truck owner (Ceres or one of its subcontractors) and then the individual truck be established in the database before the system will accept any load ticket information for that truck The Ceres "Data Entry/Accounting Procedures" manual is used to provide guidance to our data entry personnel so all data is entered in a consistent manner to insure data integrity. All reimbursable activities under a particular contract,for example, stump removal, operation of hourly rate equipment, and personnel hours, are recorded by our operations staff. Ceres audits the database for inconsistencies, data entry error and data integrity on a regular basis. This ensures that records of all potentially-reimbursable activities are acceptable and auditable by FEMA. Ceres has taken great care to develop both policies and procedures that can be consistently applied to every project. This extra planning makes the implementation of a project easier and faster.Additionally the use of advanced communication technologies, such as wireless and satellite internet connections; cell phones with voice,data and text;and electronic imaging of paper documents, allow Ceres to simultaneously manage multiple projects, in multiple states. Ceres' image databases (images include both tickets and truck logs) are available to all our governmental customers as password protected read only files on the internet. The data has been used for audits by such Federal agencies as the U.S. Army Corps of Engineers. Equipment Debris Ticket DUaSe Certification Received V..• ' Duplicate Information from Field Ticket ,° '' '` Entry? No Successful Entered into Ops and EntryTicket Entry P Invalid Truck Database Scanned into moo? LaserFiche Yes Ticket Corrective Action Process No Yes Ticket Resolved? Ceres 00 This flow chart illustrates the data flow and system logic for handling completed load tickets. The system will check for a non- duplicate ticket number,a valid truck number and that the load does not exceed the verified capacity of the truck before information will be saved in the data base. Both standard and custom reports can be generated from Ceres databases. These reports are used to invoice the contract Client, to pay subcontractors and then provide management/field operations with production reports. This information is readily shared in a variety of formats. Monitoring Consultants Some of Ceres clients choose to contract with a firm providing monitoring services. The services provided by a monitoring firm may include: damage assessment, training, emergency planning, direct communications with the City, incorporation of City forms and FEMA forms,facilitating communications with FEMA and other state and federal agencies, pre-event planning, post-event construction, funding, and reimbursement procedures. To eliminate any question of conflict of interest we will not involve ourselves in the actual selection process and we do not endorse nor recommend any of the monitoring companies. We do strongly recommend that the City verify that the proposed monitoring firm is not de-listed by the federal government on the"Excluded Parties List System" at www.epls.gov. As a full line disaster response firm, Ceres also has expertise and experience in all of the services provided by monitoring consultants. For example, following a January 2009 Ice Storm in the Midwest, and while CERESTab 5 Supplemental Information Section 2 Obtaining Maximum FEMA Reimbursement Page 5.2-5 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services under contract with the Kentucky Commonwealth, Ceres provided assistance in many of these areas. The KY Commonwealth had not contracted for technical assistance services and greatly appreciated the support that Ceres personnel were able to provide from basic guidance to providing numerous forms which enabled the Commonwealth to maximize their monitoring function and compliance for FEMA reimbursement. This successful past experience and expertise allows Ceres to work cooperatively and cohesively directly with the City or with a third party provider. We would be pleased to work with whomever the City chooses. Invoicing Ceres can invoice the City on a weekly, bi-weekly or monthly basis and in any format the client or a client's representative requires. Each invoice is submitted with appropriate documentation relating to the services provided. Documentation shall meet or exceed City and federal requirements for funding and reimbursement purposes. Ceres will Month 1 Month 2 • Month 3 Month a Month 5 provide technical j I ,°111 assistance to the City in the completion of A • , eras Financial e,-wcekry B nmq` Strength Allows claims filed to FEMA "w. , ontinual operationw or other agencies for A A Beyond 60 Day "" funding and Monthly Billing` m Working Capital reimbursement. A 1ry .. documentation team Documentation Project Closeout will be assembled »; *in prelefenoeoeoAlent from representativesRia '` i �°�, • of quality control and ' Federal accounting. This Requirements • Disposal Location team will assist the "The final report that you submitted...impressed •- rofalCostlnvoicedtoceresclieti City throughout the even our FEMA Public Assistance Coordinator." iuionai Information Upon Request invoicing and —Director of Public Works/Ceres Client ( Finalized Upon City Approval) reimbursement Invoices are generated as contractually agreed with all necessary supporting documentation.Project • process long after the closeout is expedited by automated controls on truck identification, load sizes and ticket number work has been validity. completed. Ceres' y financial strength enables Ceres to operate within the working capital requirement of the contract. Reimbursement Assistance Ceres has experienced personnel trained in providing the necessary documentation and assistance in the preparation of reimbursement claims for the City. If requested, Ceres will provide the City with turnkey services or guidance and technical assistance to ensure proper preparation and submittal of claims for reimbursement and other available funding. Our FEMA reimbursement liaisons have supervised and trained personnel on disaster response and relief efforts in New York following 9/11, and on subsequent events including Hurricanes Isabel, Charley, Frances, and Jeanne. We can help a local government make certain that federal funding approvals are followed by timely reimbursement. Program Management Assistance Ceres is experienced and trained to provide all of the following services to the City: • Preliminary Damage Assessment(PDA) • Emergency Work definition (Category A and Category B) • Analysis of Permanent Work (Categories C through G) • Assistance with Applicant's Briefing • Identifying Expenditures Eligible for Reimbursement • Review of PDA for Scope of Work • Recovery Process Documentation • Recovery Process Oversight • Force Account Labor assistance • Preparation of Project Worksheet (PW) CERESTab 5 Supplemental Information Section 2 Obtaining Maximum FEMA Reimbursement Page 5.2-6 City of Miami Beach RFP#2018-002-JC Disaster Recovery Services • Review of records system for applicability to Federal and State Requirements • Orientation and training of client personnel on documentation requirements • Assist in the establishment of the"Clerk of Records" • Claim Documentation • Public Service Announcements Production Reporting Ceres has developed specific procedures to ensure proper and thorough documentation of daily project activities and adherence to strict quality control requirements. Daily documentation required for each debris management project will meet or exceed contractual, FEMA or other agency requirements. Ceres has developed project-tracking forms to ensure accurate reporting. In addition to the forms already mentioned these forms include: truck certification logs, production logs, shift inspection checklists, safety meeting report forms, daily crew reports, and various equipment usage reports. Quality Control Daily Contractor Production and Quality Control reports are completed and available the following work morning to the client or other designated authority. Original reports are maintained in the Mobile Command Center and daily reconciliation reports are generated to verify information reported on load tickets to information reported on daily production reports. The Project Manager and Project QC Manager monitor information contained in the Daily Quality Control reports to ensure project activities conform to contractual requirements and that an acceptable level of project quality and workmanship is provided to the client. All records, certifications, and reports are converted into digital documents that are stored securely off-site on Ceres computer servers and are available to management and other project personnel on a need to know basis. Formalized quality control procedures are applied to each project to ensure documentation procedures are properly and fully implemented and to ensure conformance to project specifications.All Ceres employees, subcontractors, and suppliers are subject to the provisions of the QC Program. For each project, a Quality Control Plan is specifically developed to detail the QC organization, individual responsibilities, monitoring procedures of activities and subcontractor activities, documentation requirements for Ceres personnel and all subcontractors, control phases or procedures, and identification and correction procedures for non- conforming activities. The remedies for non-conformance include termination. Exceptional quality control of each project promotes efficiency and avoids investigation and other potential losses. Dispatch Records Dispatch records will be maintained for the duration of the project. Records include date and time of dispatch, crew and unit identifier, and status of assigned section (In Progress, Completed, etc.). Typically, one contractor will be assigned to a given section. Sections may be comprised of individual developments or combinations thereof. Accurate and thorough Dispatch Logs enable the identification of any potential issues and the responsible party. Additionally, all supervisors will conduct weekly toolbox meetings and develop activity hazard analyses in compliance with the corporate Health and Safety Plan, and these meetings are documented. CERESTab 5 Supplemental Information Section 2 Obtaining Maximum FEMA Reimbursement Page 5.2-7 LexisNexis. User Name: Alex Denis Date and Time: Monday, July 9, 2018 3:29:00 PM EDT Job Number: 69665379 Results List (includes up to 250) 1. Results list for:"ceres environmental services" Client/Matter: -None- Terms: "ceres environmental services" Search Type: Natural Language Narrowed by: Content Type Narrowed by Cases -None- •'LexisNexis'I About LexisNexis I Privacy Policy I Terms&Conditions I Copyright©2018 LexisNexis Alex Denis • LexisNexis° Results for: "ceres environmental services" Cases 1. • In re Mentor Corp. Obtape Transobturator Sling Prods. Liab. Litig. United States District Court for the Middle District of Georgia, Columbus Division Oct 25, 2016 2016 U.S. Dist. LEXIS 147119 ... how much time was spent on each task. In Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 476 F. 2. Mathes v. Ceres Envtl. Servs. United States District Court for the Southern District of Texas, Houston Division Oct 17, 2016 2016 U.S. Dist. LEXIS 159556 ... RHONDA MATHES, Plaintiff, vs. CERES ENVIRONMENTAL SERVICES , INC., Defendant. Mathes v. Ceres Envtl. Servs. CIVIL ... ... Douglas Johnson, (the"decedent"),while working for the defendant, Ceres Environmental Services , Inc. (the"defendant"), at a construction site located at... 3. O Langford v. Hale Cnty. Ala. Comm'n United States District Court for the Southern District of Alabama, Northern Division Sep 16, 2016 2016 U.S. Dist. LEXIS 126295 Overview: In this 42 U.S.C.S. § 1983 and Title VII action, plaintiffs motion for award of attorneys'fees, costs and expenses was granted; $275.00 per hour was a reasonable hourly rate for the senior partner where the awarded hourly rate was sufficient to encourage capable attorneys to represent civil rights and employment discrimination clients. ... without separately identifying the time spent on each task." Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 476 F. ... 4. 0 Cordova v. R & A Oysters, Inc. United States District Court for the Southern District of Alabama, Southern Division May 09, 2016 2016 U.S. Dist. LEXIS 60967 Overview: Migrant workers'motion for attorney's fees and costs was granted in part, and supplemental motion for attorney's fees was granted. Reasonable attorney's fees were awarded. Where they sought additional recovery, their motion for attorney's fees and costs was denied. ... records, rendering a line-by-line review unduly inefficient. See Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... Alex Denis Page 3 of 11 5. O Brown v. Lambert's Café III, Inc. United States District Court for the Southern District of Alabama, Southern Division Jan 27, 2016 2016 U.S. Dist. LEXIS 9194 ... without separately identifying the time spent on each task." Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 476 Fed.Appx. ... 6. 0 Oconee Cnty. Sch. Dist. v. A.B. United States District Court for the Middle District of Georgia, Athens Division Jan 07, 2016 2016 U.S. Dist. LEXIS 1788 ... how much time was spent on each task. Citing Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 476 F. 7. O Smith v. Werner Enters. United States District Court for the Southern District of Alabama, Southern Division Nov 13, 2015 2015 U.S. Dist. LEXIS 153536 ... quotes omitted). "The relevant market is thus Mobile ...." Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... ... without separately identifying the time spent on each task." Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 476 Fed. ... 8. • Anderson v. MFP, Inc. United States District Court for the Middle District of Florida, Tampa Division Aug 24, 2015 2015 U.S. Dist. LEXIS 175273 ... for one with reasonable expertise at the market rate." Ceres Environmental Services . Inc. v. Colonel McCrary Trucking. LLC , 476 Fed. ... 9. 0 Sotera Def. Solutions v. United States United States Court of Federal Claims Aug 13, 2014 118 Fed. Cl. 237 Overview: Bid protestor was not entitled to relief under 28 U.S.C.S. § 1491 because agency's decision to re-evaluate proposals after a GAO protest was neither unlawful nor an abuse of discretion, re-evaluation results were rational and did not employ unstated evaluation criteria, and agency's best value award decision met requirements of 48 C.F.R. 15.308. ... was known to the protestor before bids were submitted); Ceres Environmental Services ,Inc. v. United States , 97 Fed. Cl. 277 ... 10. O Lavine v. Sago Networks, LLC United States District Court for the Middle District of Florida, Tampa Division Feb 21, 2014 2014 U.S. Dist. LEXIS 32212 Alex Denis Page 4 of 11 ... for one with reasonable expertise at the market rate." Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 476 Fed. ... 11. 0 Garrett Invs., LLC v. SE Prop. Holdings, LLC United States District Court for the Southern District of Alabama, Southern Division Jul 08, 2013 956 F. Supp. 2d 1330 Overview: Lender was entitled to summary judgment on its counterclaims for attorney's fees and costs for defending action to set aside foreclosure because mortgage imposed contractual duty on borrower to pay costs and expenses incurred by lender for"enforcing or protecting"its rights and remedies in mortgage, and defending action came within provision. ... awarded $75.00 as a reasonable hourly rate for paralegals. Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... 12. Preferred Sys. Solutions v. United States United States Court of Federal Claims Mar 22, 2013 110 Fed. Cl. 48 Overview: Incumbent contractor had not established that agency's decision to award contract to successful bidder was arbitrary, capricious, an abuse of discretion, or contrary to law, under 5 U.S.C.S. § 706, because, inter alia, vast majority of strengths that contractor claimed to have been wrongfully denied were, in fact, credited in its other evaluations. ... agency conducted a proper price realism analysis. Relying on Ceres Environmental Services , Inc. v. United States , 97 Fed. Cl. 277 ... 13. Simmons Perrine Moyer Bergman PLC v. Coleman United States District Court for the Northern District of Iowa, Cedar Rapids Division Mar 14, 2013 2013 U.S. Dist. LEXIS 36009 Overview: A magistrate judge recommended a court order finding that an insurer be awarded a portion of the interpleader funds where a constructive trust in those funds had been established,with the taxpayers acting as mere trustees, and as such,the federal government's tax liens did not attach to that portion. ... proceeds at issue in this case."). See also Ceres Environmental Services , Inc. v. Arch Specialty Ins. Co. , 853 F. 14. O SE Prop. Holdings, LLC v. Green United States District Court for the Southern District of Alabama, Southern Division Mar 01, 2013 2013 U.S. Dist. LEXIS 29257 ... this district performing work traditionally performed by an attorney"); Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... Alex Denis Page 5 of 11 15. 0 SE Prop. Holdings, LLC v. Welsh United States District Court for the Southern District of Alabama, Southern Division Feb 19, 2013 2013 U.S. Dist. LEXIS 22031 ... this district performing work traditionally performed by an attorney"); Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC, 2011 U.S. Dist. LEXIS ... 16. Ceres Envtl. Servs. v. Glass Contr. of St. Tammany, Inc. United States District Court for the Eastern District of Louisiana Jan 02, 2013 2013 U.S. Dist. LEXIS 258 ... is denied. This is a contract dispute between plaintiff Ceres Environmental Services , Inc. ("Ceres"), the Stranco Defendants, and defendant ... CERES ENVIRONMENTAL SERVICES , INC., Plaintiff VERSUS GLASS CONTRACTING OF. ST. TAMMANY, INC., et ... ... 2013 , Decided January 2, 2013 , Filed For Ceres Environmental Services , Inc. , Plaintiff: David Joseph Krebs , LEAD ATTORNEY, ... 17. O Bauer v. Midland Credit Mgmt. United States District Court for the Middle District of Florida, Tampa Division Dec 04, 2012 2012 U.S. Dist. LEXIS 182803 ... for one with reasonable expertise at the market rate." Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 476 Fed. ... 18. 0 Whitney Bank v. Davis-Jeffries-Hunold, Inc. United States District Court for the Southern District of Alabama, Southern Division Nov 09, 2012 2012 U.S. Dist. LEXIS 160976 Overview: Final judgment was entered against the defendants,jointly and severally, in the amount of $152,830.67 plus attorneys'fees, costs and expenses in the amount of$21,689.90 where a reasonable hourly rate was$170 for the attorney and $75 for the paralegals, and some of the hours were excessive, redundant, or clerical, and thus not compensable. ... awarded $75.00 as a reasonable hourly rate for paralegals. Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... ... were duplication of efforts in addition to block billing); Ceres Environmental Services , 476 Fed. Appx. 198 (applying a 10% ... 19. O Johnson v. TMI Mgmt. Sys., Inc. United States District Court for the Southern District of Alabama, Northern Division Sep 26, 2012 2012 U.S. Dist. LEXIS 138317 Overview: Reasonable attorney's fee award under 42 U.S.C.S. §2000e-5 was fixed at$20,102.00 because the lodestar fee adequately reflected the skill and experience of the attorneys, and the complexity and difficulty of the litigation, such that no modification or adjustment of that figure was appropriate. Alex Denis Page 6 of 11 ... this district performing work traditionally performed by an attorney"); Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... 20. O SE Prop. Holdings, LLC v. Stradley United States District Court for the Southern District of Alabama, Southern Division Jun 11, 2012 2012 U.S. Dist. LEXIS 81192 ... this district performing work traditionally performed by an attorney"); Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... 21. O Branch Banking & Trust Co. v. Imagine CBQ, LLC United States District Court for the Southern District of Alabama, Southern Division Jun 01, 2012 2012 U.S. Dist. LEXIS 77074 Overview: In this action involving a promissory note and guarantee,judgment was entered in favor of plaintiff and attorneys fees were awarded; the nature and value of the subject matter,the learning skill and labor required, the time consumed, the attorneys'respective experience, and the customary fee were applied in the court's calculation of fees. ... this district performing work traditionally performed by an attorney. Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... 22. Ceres Envtl. Servs. v. Colonel McCrary Trucking, LLC United States Court of Appeals for the Eleventh Circuit Apr 25, 2012 476 Fed.Appx. 198 Overview: Trial court properly determined the reasonableness of the attorney's fee awarded to a contractor because the contractor was not entitled, under Louisiana law,to recover all fees and expenses; rather, it was only entitled to recover reasonable fees and expenses, no matter the language of the contract at issue. ... BLACK , Circuit Judges. PER CURIAM: Plaintiff-Appellant Ceres Environmental Services (" Ceres ") appeals from a final order of... CERES ENVIRONMENTAL SERVICES , INC., Plaintiff-Appellant, versus COLONEL MCCRARY TRUCKING, LLC, Defendant ... ... billable hours. The court affirmed the judgment. AFFIRMED. For CERES ENVIRONMENTAL SERVICES , INC. , Plaintiff-Appellant: Karl F. Dix, Jr. ... 23. 0 Ceres Envtl. Servs. v. Arch Specialty Ins. Co. United States District Court for the District of Minnesota Apr 04, 2012 853 F. Supp. 2d 859 ... GRANTED. It is further ORDERED: 1. Plaintiff Ceres Environmental Services , Inc. shall recover of Defendant Arch Specialty Insurance ... Ceres Environmental Services , Inc., Plaintiff, v.Arch Specialty Insurance Company, Defendant. Ceres Envtl. ... ... H. KYLE MEMORANDUM OPINION AND ORDER Plaintiff Ceres Environmental Services , Inc. (" Ceres")alleges in this action that ... Alex Denis Page 7 of 11 24. 0 Ceres Envtl. Servs. v. Arch Specialty Ins. Co. United States District Court for the District of Minnesota Dec 29, 2011 2011 U.S. Dist. LEXIS 151142 Ceres Environmental Services , Inc., Plaintiff,v.Arch Specialty Insurance Company, Defendant. Ceres Envtl. ... ... Company ("Arch ")and its insured, Plaintiff Ceres Environmental Services , Inc. ("Ceres"), in which Ceres alleges that ... 25. 0 Ceres Envtl. Servs. v. Arch Specialty Ins. Co. United States District Court for the District of Minnesota Nov 21, 2011 2011 U.S. Dist. LEXIS 134011 ... the Court sua sponte. In this action, Plaintiff Ceres Environmental Services , Inc. ("Ceres ")asserts that Defendant Arch ... Ceres Environmental Services , Inc., Plaintiff,v.Arch Specialty Insurance Company, Defendant. Ceres Envtl. ... ... (D. Minn., Dec. 29, 2011 ) For CERES Environmental Services , Inc. , Plaintiff, Counter Defendant: Steven Theesfeld , ... 26. O Category 5 Mgmt. Group, LLC v. Nat'l Cas. Ins. Co. United States District Court for the Southern District of Alabama, Southern Division Oct 05, 2011 2011 U.S. Dist. LEXIS 115288 ... See Doc. 158). Daniels was the attorney for Ceres Environmental Services , Inc. ("Ceres"), which was the plaintiff in ... 27. O Denny Mfg. Co. v. Drops & Props, Inc. United States District Court for the Southern District of Alabama, Southern Division Jun 01, 2011 2011 U.S. Dist. LEXIS 60155 ... in counsels' hours"adequately addresses the block billing issue". Ceres Environmental Services , Inc. v. Colonel McCrary Trucking, LLC , 2011 U.S. ... 28. O Ceres Envtl. Servs. v. Colonel McCrary Trucking, LLC United States District Court for the Southern District of Alabama, Southern Division May 17, 2011 2011 U.S. Dist. LEXIS 53112 ...judgment is hereby entered in favor of plaintiff Ceres Environmental Services , Inc. and against defendant Colonel McCrary Trucking, LLC. CERES ENVIRONMENTAL SERVICES , INC., Plaintiff, v. COLONEL MCCRARY TRUCKING, LLC, Defendant. Ceres Envtl. LEXIS 18300 (S.D. Ala., Feb. 24, 2011) For Ceres Environmental Services , Inc. , Plaintiff: Charles William Daniels, Jr. , LEAD ... 29. Ceres Envtl. Servs. v. United States Alex Denis Page 8 of 11 United States Court of Federal Claims Feb 28, 2011 97 Fed. Cl. 277 Overview: Contract decision was not arbitrary, capricious, or unreasonable, under 5 U.S.C.S. § 706(2)(A), because solicitation did not mandate that agency evaluate pricing for realism; risk for not performing at contractually binding price fell squarely and exclusively on contractors; and court had to afford discretion to agency's price realism assessment. ... the SSEB could not verify that Phillips and Jordan, Ceres Environmental Services , Inc. , AshBritt, Inc. and ECC had utilized ... ECC 6a AshBritt, Inc. ECC 6b Phillips and Jordan Ceres Environmental Services , Inc. CAR 1156. Ceres now challenges the recompeted ... ... the proposed approach was well documented and thorough. The Ceres Environmental Services , Inc. proposal received the highest rating and had no ... CERES ENVIRONMENTAL SERVICES , INC., Plaintiff, v. THE UNITED STATES, Defendant, and ASHBRITT, INC., ... ... WILLIAMS , Judge. In this post-award bid protest, Ceres Environmental Services , Inc. (" Ceres ") challenges the award of contracts ... ... Schedule B CLIN 0005AC for ADMS for CrowderGulf and Ceres Environmental Services were between [ ] and [ ] per day. By contrast, ... ... from this evaluation [that] the lower risk in Ceres Environmental Services , Inc. 's proposal [did] not outweigh the savings in price ... 30. 0 Ceres Envtl. Servs. v. Colonel McCrary Trucking, LLC United States District Court for the Southern District of Alabama, Southern Division Feb 24, 2011 2011 U.S. Dist. LEXIS 18300 Overview: Contractor was entitled to indemnity from a subcontractor because the contractor was potentially liable when it settled with underlying plaintiffs after the subcontractor's driver was involved in a serious automobile accident and even a small chance of losing balanced against the enormous probable judgment rendered the settlement reasonable. CERES ENVIRONMENTAL SERVICES , INC., Plaintiff, v. COLONEL MCCRARY TRUCKING, LLC, Defendant. Ceres Envtl. ... Contractor was entitled to contractual indemnity from subcontractor. For Ceres Environmental Services , Inc. , Plaintiff: Charles William Daniels, Jr. , LEAD ... 31. 0 Ceres Envtl. Servs. v. Colonel McCrary Trucking, LLC United States District Court for the Southern District of Alabama, Southern Division Oct 01, 2010 2010 U.S. Dist. LEXIS 105299 CERES ENVIRONMENTAL SERVICES , INC., Plaintiff, v. COLONEL MCCRARY TRUCKING, LLC, Defendant. Ceres Envtl. LEXIS 91517 (S.D. Ala., Sept. 2, 2010) For Ceres Environmental Services , Inc. , Plaintiff: Charles William Daniels, Jr. , LEAD ... 32. 0 Ceres Envtl. Servs. v. Colonel McCrary Trucking, LLC Alex Denis Page 9 of 11 United States District Court for the Southern District of Alabama, Southern Division Sep 02, 2010 2010 U.S. Dist. LEXIS 91517 CERES ENVIRONMENTAL SERVICES , INC., Plaintiff, v. COLONEL MCCRARY TRUCKING, LLC, Defendant. Ceres Envtl. LEXIS 105299 (S.D. Ala., Oct. 1, 2010) For Ceres Environmental Services , Inc. , Plaintiff: Charles - William Daniels, Jr. , LEAD ... 33. 0 Ashbritt, Inc. v. United States United States Court of Federal Claims Jul 09, 2009 87 Fed. Cl. 654 ASHBRITT, INC., Plaintiff, v. UNITED STATES OF AMERICA, Defendant, and CERES ENVIRONMENTAL SERVICES , INC. and ENVIRONMENTAL CHEMICAL CORPORATION, Intervenors. Ashbritt, Inc. v. ... 34. AshBritt, Inc. v. United States United States Court of Federal Claims Jun 15, 2009 87 Fed. Cl. 344 Overview: Contractor was entitled to relief under 28 U.S.C.S. § 1491(b)(4) on its claim that the U.S. Army Corps of Engineers'violated the FAR when it selected contractor's competitors to remove debris that resulted from natural or man-made disasters. Contracting officer erred when he communicated different information to the contractor and its competitors. ASHBRITT, INC., Plaintiff, v. UNITED STATES OF AMERICA, Defendant, and CERES ENVIRONMENTAL SERVICES , INC. and ENVIRONMENTAL CHEMICAL CORPORATION, Intervenors. AshBritt, Inc. v. ... N.W., Atlanta , Georgia , for Intervenor Ceres Environmental Services , Inc. Steven L. Reed and John S. Tobey ... 35. 0 Ostarly v. Ceres Envtl. Servs. United States District Court for the Eastern District of Louisiana Jul 14, 2008 2008 U.S. Dist. LEXIS 56555 ( New Orleans), New Orleans, LA. For Ceres Environmental Services , Inc. , Third Party Plaintiff: Cary Alan DesRoches , ... ... RANDY OSTARLY VERSUS CERES ENVIRONMENTAL SERVICES , INC. and CATERPILLAR, INC. Ostarly v. Ceres Envtl. ... ... Overton T. Harrington, Jr, Gretna , LA. For Ceres Environmental Services , Inc. , Defendant: Cary Alan DesRoches , LEAD ATTORNEY, ... ... In December 2006, Ostarly leased the Loader to Ceres Environmental Services , Inc. ("Ceres"), a Minnesota corporation, ... 36. 0 Stewart v. Johnson United States District Court for the Southern District of Alabama, Southern Division Jul 11, 2008 2008 U.S. Dist. LEXIS 53009 Alex Denis Page 10 of 11 Overview: Injured party in question was, both at the time suit was filed and when the case was removed, a citizen of Florida. Because two defendants were also Florida citizens, complete diversity was absent and the court lacked subject matter jurisdiction. Accordingly, plaintiffs'motion to remand was granted. ... Pipes & Cook , Mobile, AL . For Ceres Environmental Services , Inc. , Defendant: Charles William Daniels, Jr. , LEAD ... 37. Victor P. Bonura Enters. v. Ceres Envtl. Servs. United States District Court for the Eastern District of Louisiana Jan 03, 2007 2007 U.S. Dist. LEXIS 100940 Bonura Enterprises, Inc. ("Bonura")(Rec. Doc. 2). The defendant, Ceres Environmental Services , Inc. ("Ceres")opposes the motion. Having considered ... ... VICTOR P. BONURA ENTERPRISES, INC.,versus CERES ENVIRONMENTAL SERVICES , INC. Victor P. Bonura Enters. v. Ceres Envtl. ... Foster, Ryan & O'Bannon , New Orleans, LA. For Ceres Environmental Services , Inc. , Defendant: David Joseph Krebs , LEAD ATTORNEY, ... 38. Lopez v. Ceres Envtl. Servs. United States District Court for the Eastern District of Louisiana Mar 30, 2006 2006 U.S. Dist. LEXIS 14010 ... Alternative,to Stay This Action" filed by Defendant, Ceres Environmental Services , Inc. (Ceres) . Plaintiff, Matthew Lopez d/b/a Dozer Tractor... ... MATTHEW LOPEZ, ET AL VERSUS CERES ENVIRONMENTAL SERVICES , INC. Lopez v. Ceres Envtl. Servs. CIVIL ACTION ... ... Katz&Cotlar, LLP , New Orleans, LA. For Ceres Environmental Services , Inc. , Defendant: David Joseph Krebs , Alberta ... 39. © Ceres Envtl. Servs. v. United States United States Court of Federal Claims Mar 15, 2002 52 Fed. Cl. 23 Overview: Where the Small Business Association failed to explain its departure from its own previous decisions in reclassifying certain public contracts, it acted arbitrarily and capriciously. CERES ENVIRONMENTAL SERVICES , INC., Plaintiff, v. THE UNITED STATES, Defendant. Ceres Envtl. Servs. ... ... This is a pre-award bid protest in which plaintiff, Ceres Environmental Services , Inc. (" Ceres"), a Minnesota corporation, ... 40. M.A.A.C., Inc. v. Ceres Envtl. Servs. Court of Appeals of Minnesota Feb 02, 1999 1999 Minn. App. LEXIS 103 Alex Denis Page 11 of 11 Overview: Subcontractor was not entitled to compel arbitration with sub-subcontractor pursuant to a sub- subcontract, in a breach of contract action, because the general contract controlled and did not provide for arbitration. M.A.A.C., Inc. Respondent, vs. Ceres Environmental Services , Inc., Appellant. M.A.A.C., Inc. v. Ceres Envtl. Servs. ... ... FOLEY UNPUBLISHED OPINION FOLEY , Judge Ceres Environmental Services , Inc. (Ceres) appeals from the district court's refusal to ... Alex Denis 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 $ 1.88 2. Furnishing and spreading suitable fill material $ 29 78 (gravel base)for temporary roadway CY 3. Installing 8 foot chain link fence with wind $ 19 78 screen with 20 foot entry gate(s), LF 4. Installation of 4 foot protective chain link $ 16.85 fence for interior site protection (trees, etc.) LF 5. Furnishing and installation of inspection tower Per Tower $ 3,500.00 GROUP 1 SUB-TOTAL $ 3,568.29 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 $ 10.74 7. Reduction of Vegetative Debris by Grinding at TDSR CY $ 2.48 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to 3.98 Miami-Dade Central Transfer Station CY $ 9. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill CY $4.98 Hauling Vegetative Debris Reduced by Grinding from TDSR to 10. Miami-Dade Resource Recovery Center CY $4.98 Vegetative Debris Removal from Rights-of-Way (ROW)directly to Miami-Dade Central Transfer 11. Station CY $ 12.48 Vegetative Debris Removal from Rights-of-Way 12. (ROW)directly to North Dade Landfill CY $14.74 Vegetative Debris Removal from Rights-of-Way 13. (ROW)directly to Miami-Dade Resource Recovery Center CY $14.28 Removal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $185.00 15. Greater than 36"to 48"diameter Per Stump $245.00 16. Greater than 48"diameter Per Stump $395.00 17. Removal of Hazardous Hanging Limbs Per Tree $88.00 Removal of Hazardous Trees 18. Greater than 6"to 12"diameter Per Tree $65.00 19. Greater than 12"to 24"diameter Per Tree $125.00 20. Greater than 24"to 36"diameter Per Tree $ 195.00 21. Greater than 36"to 48"diameter Per Tree $295.00 201 $-002-JC 36 22. Greater than 48"diameter Per Tree $ 395.00 GROUP 2 SUB-TOTAL $ 2,056.66 Group 3: C&D Debris Management ITEM DESCRIPTION UNIT _i COST C & D Debris Removal from ROW to a TDSR within 23. City Limits CY $ 10.98 Hauling C& D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $3.98 Hauling C&D Debris from TDSR to 25. Miami-Dade North Dade Landfill CY $5.19 Hauling C& D Debris from TDSR to 26. Miami-Dade Resources Recovery Center CY $5.09 Hauling C& D Debris from ROW Directly to 27. Miami-Dade Central Transfer Station CY $ 11.48 C&D Debris Removal from ROW directly to Miami- 28. Dade North Dade Landfill CY $ 11.98 C &D Debris Removal from ROW directly to Miami- 29. Dade Resource Recovery Center CY $ 11.98 GROUP 3 SUB-TOTAL $60.68 Group 4: Other Services ITEM DESCRIPTION UNIT COST ^Sand removal, screening and replacement(beach 30. restoration) CY $ 17.82 Loading and Hauling White Goods Requiring Freon 39.00 31. Removal Per Unit $ 32. Freon Removal by Qualified Technician Per Unit $39.00 33. Hazardous Waste Removal and Transport Per Pound $4.98 Removal, Hauling and Disposal of Dead Animal 34. Carcasses Per Pound $0.98 88.00 35. Bulk Ice, Delivered Per Pound $ GROUP 4 SUB-TOTAL $ 189.78 2018-002-JC 37 Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT COST 36. 20-30 miles CY $4,98 37 Greater than 30 Miles-40 Miles CY $5.78 38. Greater than 40 Miles-50 Miles CY $ 6.98 39 Greater than 50 Miles-60 Miles CY $ 7.48 40.. Greater than 60 Miles-70 miles CY $ 7.98 GROUP 5 SUB-TOTAL $33.20 * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: GROUPS 1-5 SUBTOTAL $ 5,908.61 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 $ 131.00 42. JD 644 Wheel Loader with debris grapple $ 142.00 43. Extendaboom Forklift with debris grapple $ 79.00 44. 753 Bobcat Skid Steer Loader with debris grapple $ 82.00 45. 753 Bobcat Skid Steer Loader with bucket $ 72.00 46. 753 Bobcat Skid Steer Loader with street sweeper $ 79.00 47. 30-50 H Farm Tractor with box blade or rake $ 85.00 48. 2-2 1/2 cu. yd.Articulated Loader with bucket $ 105.00 49. 3-4 cu. yd. Articulated Loader with bucket $ 112.00 50. JD 648E Log Skidder or equivalent $ 125.00 51. CAT D4 Dozer $ 132.00 52. CAT D5 Dozer $ 142.00 53. CAT D6 Dozer $ 155.00 2018-002-1C 38 54. CAT D7 Dozer $ 159.00 55. CAT D8 Dozer $ 174.00 56. CAT 125- 140 HP Motor Grader $ 125.00 57. JD 690 Trackhoe with debris grapple $ 178.00 58. JD 690 Trackhoe with bucket and thumb $ 172.00 59. Rubber Tired Excavator with debris grapple $ 189.00 60. JD 310 Rubber Tired Backhoe with bucket and hoe $ 114.00 61. 210 Prentiss Knuckleboom with debris grapple $ 139.00 62. CAT 623 Self-Loader Scraper $ 135.00 63. Hand-Fed Debris Chipper $ 92.00 64. 30 Ton Crane $ 225.00 65. 50 Ton Crane $ 345.00 66. 100 Ton Crane $465.00 67. 40-60' Bucket Truck $__174.00 68. Greater than 60' Bucket Truck $ 185.00 69. Fuel/Service Truck $ 88.00 70. Water Truck $ 85.00 71. Portable Light Plant $ 31.00 72. Lowboy Trailer with Tractor $ 105.00 73. Flatbed Truck $ 85.00 74. Pick-up Truck(unmanned) $ 17.00 75. Self-Loading Dump Truck with debris grapple $ 185.00 76. Single Axle Dump Truck, 5- 12 cu. yd. $ 74.00 77. Tandem Axle Dump Truck, 16-20 cu. yd. $ 79.00 78. Tandem Axle Dump Truck, 21 -30 cu. yd. $ 82.00 79. Tandem Axle Dump Truck, 31 -50 cu. yd. $ 85.00 80. Tandem Axle Dump Truck, 51 -80 cu. yd. $ 89.00 81. Chainsaw(without operator) $ 7.00 82. Temporary Office Trailer $ 12.00 83. Mobile Command and Communications Trailer $ 34.00 84. Laborer, with small hand tools $ 37.00 85. Skilled Sawman $42.00 86. Crew Foreman with cell phone $ 56.00 87. Tree Climber $ 69.00 88. LF of Security Fencing $ 19.78 89. Ton of Crushed Stone Placed and Graded $ 39.00 90. Sand Screening Apparatus $ 138.00 91. Traffic Control Devices $ 16.00 92. Temporary Light Tower $ 31.00 93. Site Security Systems (camera etc.) $ 3.00 2018-0021C 39 GROUP 6 SUB-TOTAL $5).2) 0-1S *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: GROUPS 1- 6 GRAND TOTAL COST $117 1aq•39 Bidder's Affirmation company: Ceres Environmental Services, Inc. Authorized Representative: Tia Laurie, Corporate Secretary Address: 6968 Professional Parkway East, Sarasota, Florida 34240 Telephone: (800)2184424 Email: dawn.brown@ceresenv.com ..r Authorized Representative's Signature: 2018-0021C 40 Mill sm.Inv ......./ C , 7- Irat —amid INI C5 .ip,i - N 1 iiiitaii d- � liii. ;�. 'MP �1 I IIIII_c C `. 138 1 .., ,, r. ., ii, . . dh. - \.,, , ,,,, 0,7„, RFP #2o18-oo2-JC — t • A M il- Disaster Recovery Services ... : I Cityof Miami Beach Florida June 13th, 2018 Proven. Responsive. Ready. CERES - Introductions Your Presenter • Bryan Fike, Director of Government Relations More than 30 years of disaster response, recovery, incident command , and command center operations. Public service career began as a firefighter in 1983 and was followed by a career in law enforcement in Southwest Florida (Retired 2004) Managed response & recovery efforts at every level for communities throughout the U .S. since 2004, including Hurricanes Charley, Katrina, Ivan , Ike, Matthew, and Irma as well as Ice, Flood , and Tornado events nationwide. Proven. Responsive. Ready. CERES Agenda 3 Let's Discuss in Greater Detail • Why Ceres? • Depth of Experience • Financial Resources • Planning in "Clear Skies" • Use of Local Subcontractors • Summary • Questions/Answers Proven. Responsive. Ready. CERES Why Ceres? 4 Why Should You Choose Ceres? • Strength of a large company with client focus • Robust services before, during and after disasters • Use of local subcontractors • Always pay subcontractors for what they've earned • Over 500 pieces of owned equipment • Has NEVER defaulted on a contract • Client references with repeat business • We do not sacrifice quality to increase profit Proven. Responsive. Ready. CERES Why Ceres? ii History • In business for more than 38 years • Performed 130+ federally funded disaster contracts • Contract values ranging from , , _ , , $25, 000to si billion -.._ :� �►,. ,, , -- .-_ _ _...,,, , . . a Experience in all disaster type , . - r s ' ,__e . • NEVER filed for bankruptcy, # ii, , . . 6 ..1; t ' i " INA. ,4: '...., .11 ' •i ....1.7- -r , *_ _ '..��,. tk.:. - '-t.,-,v---, - NEVER been debarred, NEVER - -il. _ defaulted and NEVER failed to , \: . complete a project 4. ., Lam- ,..a....,,, - , . ,-. _ -"..e70666- ..2 L-ERES Proven. Responsive. Ready. , 4 i x o ti m a a 3 A L Why Ceres? 6 Robust Cato Partner with MiamiBeach • In Business Everyday -, , _ - Civil works and large-scale mulching operations r • Depth of Experience . ®� s .c _ .:;r, . — 42 years responding to disasters — 200+ federal responses — USACE ACI Contractor for 4 .,` ' regions covering26 states ''' - -" ` ar ii I 14' --1 m it , rt — In the last 18 months, Ceres has `..- --, -- -0 di 1 0 hauled over i5mil CYs! _ I 25 005 r ERE Proven. Responsive. Ready. ,,,,,k;,,.mtf. ;,, Why Ceres? 7 Robust Capabilities to Partner with Miami Beach • Personnel Resources - 25o+ personnel, 6o+ professional - iiiirriir II and managerial staff with disaster v � experience 1::-: . „, .•, s0.10,. „„ „,,.., ►‘ , . • Equipment Resources • . .., . _ . _ ._ - ' ,�, - 500+ pieces of equipment and daily reduction capacity of 90,000 CY per day! .• • Subcontractor Resources — Ceres maintains -790 subs in FI - ------ and over 5,000 in its database! / ,, • . ;, • Financial Resources r ir ! l l — $5oomil in bonding capacity! , i , ..-- ..... CERESProven. Responsive. Ready. Why Ceres? 8 Financial Resources • Performance and payment bonds from an A-rated, treasury- listed carrier • $400 million per project bonding capacity • Solid, long-term banking relationship with Wells Fargo and other banks • Substantial liquid working capital and additional credit lines • s14omil in open invoices with no work stoppages or delay in subcontractor payment Proven. Responsive. Ready. CERES Planning in "Clear Skies" 9 Pre- Event Coordination • Request coordination meeting • Review City EOP and DDMP • "Grid out" the City • Locate and identify: — Rally points — Equipment staging areas - DMS locations — Landfills/alternates for disposal — Emergency routes • Annual training opportunities — as requested by City — Facilitated group discussions about FEMA reimbursement — Tabletop exercises — Ceres' Debris Management Operations course CERESProven. Responsive. Ready. Summary10 WhyCeres? We are Proven . Responsive . Ready. • Strength of a large company with client focus • Rapid mobilization from Sarasota, Bonifay, or Houston • Use of local subcontractors — The Ceres record speaks for itself. We keep dollars home! • Over 500 pieces of owned equipment — Not just a suitcase — Ceres didn't just manage it, we did it! • Has NEVER defaulted on a contract • Client references with repeat business — A core principle of how we grow • We do not sacrifice quality to increase a profit • Qualified and selected by the USACE in 26 states Proven. Responsive. Ready. CERES Questions/Answers 11 Questions ? ... _ .. . , ,. . ._ _'7%-.41 11 •fir, �� 't• I _ —.,`''s ", !, !. 1 ERE5Proven. Responsive. Ready. r_.YsRONMEN1AL 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 2015-0021C z 1 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. 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 L 2