Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Professional Services Agreement between CMB & Ceres Environmental Services, INC (2)
DomSign Envelope ID:508E73D8-AE7 i-4A4R-8625-6A02GCC1ESEEs 20 2 4 3 2 8 6 8 , Contract No 23-431-03 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CERES ENVIRONMENTAL SERVICES, INC. FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES PURSUANT Q�� RFP-2023-431-ND • [ This Professional Services Agreement (`Agreement") is entered into this ("Effective Date"), 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"), and CERES ENVIRONMENTAL SERVICES, INC. a Corporation, whose address is 6968 Professional Parkway, Sarasota, FL 34240('Contractor'') SECTIONS 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 he deemed to be an independent contractor and not an agent or employee of the City Services. Ali 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. 2023- 431-ND for Debris Removal and Disaster Recovery Services together with all amendments thereto, issued by the City in contemplation of this Agreement RFP, and the Contractor's proposal in response thereto ("Proposal") all of which are hereby incorporated and made a part hereof: provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail this Agreement, the RFP, and the Proposal Federal Documents are located in RFP, Appendix F. Citywide Procedure No.16.06 Procurement Requirements for Federally Funded Grants and Projects, or as amended: and Bid Submittal Questionnaire pages 9 and 10 DocuSign Envelope ID•508673D6-AE71-4A4B-8B25-6AD2CCC1E8EB Contract No.23-431-03 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. 26724; and fax number(305)673-7529 SECTION 2 SCOPE OF SERVICES 2.1 Contractor shall serve as the 1ST TERTIARY Contractor and shall provide the work and services described in Exhibit"A"Scope of Services, attached 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: Bradford Kaine Public Works Division Director 1700 Convention Center Drive Miami Beach, FL 33139 (305) 673-7000 2.3 Contractor's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit"A" hereto. SECTION 3 TERM The term of this Agreement ("Term") shall commence upon execution of this Agreement by all parties hereto(the Effective Date set forth on p. 1 hereof), and shall have an initial term of three (3) years with two (2) additional one-year periods 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 any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit"A" hereto. 2 DocuSign Envelope ID:508673D6-AE71-4A4B-81325-6AD2CCC1E8EB Contract No.23-431-03 SECTION 4 FEE 4.1 In consideration of the 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 cost proposal attached hereto as Exhibit"B." 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("CSO")attached hereto as Exhibit"C" 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 CSO issued for a particular Project, subject to negotiation between City and Contractor, in accordance with the established cost proposal, attached hereto as Exhibit "B." Notwithstanding the preceding, the total fee paid to Contractor pursuant to this Agreement shall be subject to funds availability approved through the City's budgeting process. 4.2 Payment for work completed by the Contractor may 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 may invoice the City pursuant to the cost proposal, attached hereto as Exhibit"B." (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. 3 DocuSign Envelope ID:508673136-AE71-4A4B-8825-6AD2CCC1E8EB Contract No.23-431-03 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. 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: Pavables(a�miamibeachfl.gov 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 rights and remedies against 4 DocuSign Envelope ID:50867306-AE71-4A4B-81325-6AD2CCC1E8EB Contract No.23-431-03 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 CONSULTANT OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT 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 CONSULTANT, 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, CONSULTANT 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, defend 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 5 DocuSign Envelope 10:50867306-AE71-4A4B-8825-6AD2CCC1E8EB Contract No.23-431-03 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 6.3 The Contractor shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. Workers'Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit(i)a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii)a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than$1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Contractor's profession, with limit no less than $1,000,000. 6.4 Additional Insured — City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation)arising out of work or operations performed on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Contractor's insurance. 6.5 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. 6 DocuSign Envelope ID:508673D6-AE71-4A48-8B25-6AD2CCC1E8EB Contract No,23-431-03 6.6 Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 6.7 Acceptability of Insurers —Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 6.8 Verification of Coverage—Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachtc'�r.riskworks.com 6.9 Special Risks or Circumstances — The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer,coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 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. 7 DocuSign Envelope ID:508673D6-AE71-4MB-8825-6AD2CCC1E8EB Contract No.23-431-03 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 Services 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 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-consultants, without the prior written consent of the City Manager. 8 DocuSign Envelope ID:50867306AE71-4A4B-8625-6AD2CCC1E8EB Contract No.23-431-03 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 INSPECTOR GENERAL AUDIT RIGHTS (A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B) The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C) Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal)submittals, activities of the Contractor its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 9 DocuSign Envelope ID:508673D6-AE71-4A4B-8B25-6AD2CCC1E8EB Contract No.23-431-03 (D) The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which in the Inspector General's sole judgment,pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. (E) The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreement, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement. In addition: i. If this Agreement is completely or partially terminated, the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals, litigation,or claims are finally resolved. (F) The provisions In this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this Agreement. (G) Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. 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 DocuSign Envelope ID:508673D6-AE71-4A4B-8B25-6AD2CCC1E8EB Contract No.23-431-03 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) Otp and maita `public records required by the City to perform the service; (2) Upon request front the City's custodian of public records, provide the City with a 11 DowSign Envelope ID:508673136-AE71-4A4B-8B25-6AD2CCC1E8ES Contract No.23-431-03 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. (0) 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 attorneys'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 12 DocuSign Envelope ID 508673D6-AE71-4A48-8825-6AD2CCC1E8EB Contract No.23-431-03 after the notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'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@MIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 FORCE MAJEURE (A) A "Force Majeure" event is an event that(i) in fact causes a delay in the performance of the Contractor or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Contractor's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15) business days thereof, provide notice: (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no 13 DocuSign Envelope ID:508673D6-AE71-4A4B-8825-8AD2CCC1E8EB Contract No.23-431-03 longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event, causing the suspension of performance, shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. (E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Contractor of such termination. If the Agreement is terminated pursuant to this section, 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. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 10.9 E-VERIFY (A) Contractor shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" (RE-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Contractor shall register with and use the E- Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Contractor shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Contractor enters into a contract with an approved subconsultant, the subconsultant must provide the Contractor with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. (B) TERMINATION RIGHTS. (1) If the City has a good faith belief that Contractor has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Contractor for cause, and the City shall thereafter have or owe no further obligation or liability to Contractor. (2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A), but the Contractor otherwise complied with such 14 DocuSign Envelope ID:508673D6-AE71-4A4B-81325-6AD2CCC1E8EB Contract No.23-431-03 subsection, the City will promptly notify the Contractor and order the Contractor to immediately terminate the Agreement with the subconsultant. Contractor's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Contractor's contract for cause. (3) A contract terminated under the foregoing Subsection (B)(1) or (B)(2) is not in breach of contract and may not be considered as such. (4) The City or Contractor or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection(B)(1)or. (BX2) no later than 20 calendar days after the date on which the contract was terminated. (5) If the City terminates the Agreement with Contractor under the foregoing Subsection (B)(1), Contractor may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. (6) Contractor is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 10.9. SECTION 11 NOTICES Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Ceres Environmental Services, Inc. Attn:Tia Laurie 6968 Professional Parkway, Sarasota, FL 34240 Ph: 800-218-4424 E-mail: rfp(�ceresenv.com TO CITY: City Manager's Office Attn: Aline T. Hudak, City Manager City of Miami Beach 1700 Convention Center Dr. 4th Floor Miami Beach, FL 33139 E-mail: alinathudak n@.miamibeachlq.gov WITH A COPY TO: Public Works Division Director Attn: Bradford Kaine 1700 Convention Center Drive Miami Beach, FL 33139 Ph: (305)673-7000 E-mail: BradfordKainena miamibeachfl.gov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 15 DocuSign Envelope ID:508673D6-AE71-4A4B-8825-6AD2CCC1E8EB Contract No.23-431-03 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 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A party's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 12.5 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. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 16 DocuSign Envelope ID:508873D8•AE71.4A4B-8825-6AD2CCC1 E8EB Contract No.23-431.03 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: sr ,... y Rafae E.Grenado,City Clerk na T.Hudak,City anage LINCOIR OWED; FEB 2 6 1026 � Date: 46••....., .. APPROVED AS TO FORM&LANGUAGE FOR Contractor: &FOR EXECUTION CERES ENVIRONMENTAL SERVICES,INC. !Alf 04124( By:(2.4c Gi ... City Attorney Date Print Name and Title jZsN Date: V-c��'c-L1/4..G.NNA c aia'u 17 DocuSign Envelope ID:508673D6-AE71-4A4B-81325-6AD2CCC1E8EB Contract No.23-431-03 EXHIBIT A SCOPE OF SERVICES A3 Specifications pursuant to Appendix A Section A3 of the Request for Proposal(RFP). 3.1 Minimum Staffing Requirements. Proposers must familiarize themselves with City's Debris Management Plan, 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 Temporary Debris Storage and Reduction Sites(TDSR) (see current Federal Emergency Management Agency (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 defined by the RFP and 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, located at 2800 Meridian Avenue, Miami 18 DocuSign Envelope ID:508673D6-AE71-4A4B-8B25-6AD2CCC1E8EB Contract No.23 431 03 Beach, FL 33139 If an additional TDSR is required, the City of Miami Beach will coordinate site establishment and permitting activities. The Meridian Avenue site is currently permitted 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 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 Construction and Demolition (C&D) debris entering the TDSR, ADDITIONAL PRE-APPROVED TEMPORARY DEBRIS STORAGE&REDUCTION SITES(TDSR) Site Name: CITY OF MIAMI BEACH-104887 Site Address: PAR 3 GOLF COURSE 2300 PINE TREE DR Miami Beach, FL, 33140 Waste Planned for Management: Construction &Demolition Debris, Yard Trash, Mixed On-Site Contact- Site Name: NORTH BEACH OCEANSIDE PARK-106644 Site Address: 8328 COLLINS AVE Miami Beach, FL,33139 Waste Planned for Management: Yard Trash, Mixed Site Name: NORMANDY GOLF COURSE-106273 Site Address: 200 FAIRWAY DR 02-3203-000-004C Miami Beach,FL, 33141 Waste Planned for Management: Construction & Demolition Debris,Yard Trash, Mixed Site Name: LUMMUS PARK-106643 Site Address, 1130 OCEAN DR FOLIO 02-3203-000-0030 Miami Beach, FL, 33139 Waste Planned for Management: Yard Trash, Mixed Site Name: MIAMI BEACH GOLF COURSE-106271 19 DocuSign Envelope ID:50867308-AE71-4A4B-8625-6AD2CCC1E8EB Contract No.23-431-03 Site Address: 2301 ALTON RD 02-3227-000-0100 Miami Beach, FL,33140 Waste Planned for Management. Construction&Demolition Debris,Yard Trash,Mixed 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 on public property and ROW and hazardous limbs and trees removed by the Contractor 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. At the City's option, the Contractor may be required to reduce vegetative debris by grinding. Price shall be per cubic yard(volume prior to reduction). 3.10 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station. At the City's option,the Contractor may be required to load and haul vegetative debris reduced by grinding at the TDSR to the Miami-Dade Central Transfer Station located at 1150 NW 20th Street, Miami, FL 33127,in the City of Miami, or another approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse the Contractor for actual tipping or disposal fees. 3.11 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill. At the City's option, the Contractor may be required to load and haul vegetative debris 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 another approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse the Contractor for actual tipping or disposal fees. 3.12 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Resource Recovery Center. At the City's option, the Contractor may be required to load and haul vegetative debris reduced by grinding at the TDSR to the Miami-Dade Resource Recovery Center located at 6990 NW 97th Ave, Doral, FL 33178, or another approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse the 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, the 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 the 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 be 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. Stumps will be converted to cubic yards measurement per current FEMA debris 20 DocuSign Envelope ID:508673D6-AE71-4A48-8B25-6AD2CCC1E8E8 Contract No.23-431-03 management guidelines for hauling purposes 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 Contractor 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 tree's health 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 damaged canopy shall be considered hazardous. Hazardous trees shall be removed and placed on public property or ROW for pickup, removal, and disposal under appropnate 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. If the root ball of an eligible hazardous tree is more than 50% exposed, the stump's removal, disposal, and backfill 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(ROWidirectly to Final DiskosalLocations. 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 Renourishmen . 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 on 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 21 DocuSign Envelope ID:50867306-AE71-4A4B-8825-6AD2CCC1 E8EB Contract No.23-431-03 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. As directed by the City, the Contractor shall 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 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.The Contractor must follow all applicable local, state, and federal laws and regulations concerning this work. No disposal fee is to be included in this line item. The hazardous waste will be segregated in the field and hauled in concentrated loads to the extent practicable. 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. At the City's option, the Contractor may 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. A4.Equipment Rates Immediately following a disaster during the contract term, 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 the City's option and subject to FEMA guidelines, may be on an hourly basis for manpower and equipment as listed in Group 6, Appendix B, Cost Proposal Form, and in accordance with the submittal instructions therein. This hourly work will only be conducted for a reasonable amount of time following authorization to proceed and as agreed in writing, pending the development of fixed fee/lump work scopes (BALANCE OF PAGE INTENTIONALLY LEFT BLANK) 22 DocvSign Envelope ID:508673D6-AE71-4A48-8825-6AD2CCC1E8EB EXHIBIT B COST PROPOSAL FORM Failure to submit Appendix B.Cost Proposal Form,in its entirety by the deadline established for the receipt of pro•osals will result in •ro•osal bein• deemed non•res•onsive and bein• re'ected. Proposer affirms that the prices stated on the cost proposal form below represent 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 Of any Otter unless a cost escalation provision is allowed herein and has been exercised by the City*Mier in advam? .pe Cost Proposal Form (Appendix B)shall be completed in its entirety. All corrections on the Cost Proposal Form Appendix B)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 IS 2. Furnishing and spreading suitable fill material $ 29 78 (gravel base)for temporary roadway CY 3. Installing 8-foot chain link fence with windscreen with 20-foot entry gate(s), LF $ 19.78 4. Installation of 4-foot protective chain link fence for interior site protection(trees,etc.) LF $ 16.85 5. Furnishing and installation of inspection tower Per Tower $ 500.00 TOTAL GROUP 1 (Items 1.5) DocuSign Envelope ID.50887306-AE71-4A4B•8B25-8A02CCCTE8E13 !Group 2: Vegetative Debris Management i ITEM DESCRIPTION UNIT COST 6, Vegetative Debris Removal from Rights-of-Way to a TDSR within City Limits CY $ 9.69 7 Reduction of Vegetative Debris by Grinding at TDSR CY $ 2 62 8 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station CY $ 4.70 9 Hauling Vegetative Debris Reduced by Grinding from 5.34 TDSR to Miami-Dade North Dade Landfill CY $ Hauling Vegetative Debris Reduced by Gnnding from 5.24 10 TDSR to Miami-Dade Resource Recovery Center CY $ Vegetative Debris Removal from Rights-of-Way(ROW) 12 a$ 11 direct to Miami-Dade Central Transfer Station CY $ Vegetative Debris Removal from Rights-of-Way(ROW) 12 directly to North Dade Landfill CY $ 13.89 Vegetative Debris Removal from Rights-of-Way(ROW) 13. direct) to Miami-Dade Resource Recove Center CY $ 13.99 Removal,Hauling,and Disposal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $ 195.00 15. Greater than 36"to 48'diameter Per Stump $ 295.00 16 Greater than 48"diameter Per Stump $ 425 00 17. ,Greater of Hazardous Hanging Limbs Per Tree $ 88.00 a-, Removal,Hauling,and Disposal 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 2 Greater than 48"diameter Per Tree $ 395.00 2145.95 TOTAL GROUP 2(Items 6.22), DocuSign Envelope ID'508673D6-AE71-4A48-8825-6AD2CCC1E8E8 Group 3:C&D Debris Management ITEM DESCRIPTION I UNIT COST C&D Debris Removal from ROW to a TDSR within City Limits CY $ 10.98 Hauling C&D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $ 5.20 Hauling C&D Debris from TDSR to 25. Miami-Dade North Dade Landfill CY $ 5.84 auling C&D Debris from TDSR to CY 26. Miami-Dade Resources Recove Center $ 5.74 Hauling C&D Debris from ROW Directly to CY 27. Miami-Dade Central Transfer Station $ 12.98 C&D Debris Removal from ROW directly to Miami- CY 28. Dade North Dade Landfill $ 14.39 C&D Debris Removal from ROW directly to Miami- 4. 2q Dade Resource Recovery Center ,$ 14.49 TOTAL GROUP 3(Items g)3 69.62 Group 4: Other Services ITEM DESCRIPTION I UNIT Sand removal,screening,and replacement(beach 30. restoration) CY $ 17.82 Loading and Hauling White Goods Requiring Freon 31. Removal Per Unit $ 35.00 Loading and Hauling White Goods(Not Requiring 32. Freon Removal) 39.00 33. Freon Removal by Qualified Technician Per Unit $ 35.00 34. Hazardous Waste Removal and Transport LB $ 6.35 Removal, Hauling,and Disposal of Dead Animal 35. Carcasses LB $ 0.25 36. Bulk Ice,Delivered LB $ 0.88 37. Vessel Removal LF $ 92.00 Removal of biological, radiological, and nuclear $ 9.75 38. contaminated debris LB TOTAL GROUP 4(Items 30.38)3 236.05 DocuSign Envelope ID:508673D6-AE71-4A4B-8B25-6AD2CCC1E8EB ( I Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT i ` 39 20-30 miles CY $ 5.44 40. Greater than 30 Miles-40 Miles CY $ 6.69 41. Greater than 40 Miles-50 Miles CY $ 7,94 42. Greater than 50 Miles-60 Miles CY $ 9.19 43 Greater than 60 Miles--70 miles CY $ 10.44 TOTAL GROUP 5(Items 39-43)$ 39.70 Group 6: Equipment Rates. All equipment rates include the cost of the operator, fuel, maintenance. All labor rates include the cost of personal protective equipment, including but not limited to a hardhat,traffic safetyvest, steel-toed shoes,gloves,leg ings,and protective eyewear. ITEM DESCRIPTION HOURL TE 4,1 JD 544 Wheel Loader with debris grapple $ 138.00 45. JD 644 Wheel Loader with debris grapple_ $ 150.00 46. Extendaboom Forklift with debris grapple $ 110.00 47. 753 Bobcat Skid Steer Loader with debris grapple $ 115.00 , 48. 753 Bobcat Skid Steer Loader with bucket $ 95.00 49. 753 Bobcat Skid Steer Loader with street sweeper $ 85.00 50. 30-50 H Farm Tractor with box blade or rake $ 85.00 51. 2-21/2 cu.yd.Articulated Loader with bucket $ 118.00 52. 3-4 cu.yd.Articulated Loader with bucket $ 130.00 53. JD 648E Log Skidder or equivalent $ 125.00 _„ 54. CAT D4 Dozer $ 135.00 55. CAT D5 Dozer $ 150.00 56. CAT D6 Dozer $ 160.00 57. CAT D7 Dozer $ 162.00 58. CAT D8 Dozer $ 180,00 59. CAT 125-140 HP Motor Grader $ 145.00 60. JD 690 Trackhoe with debris grapple $ 180.00 61. JD 690 Trackhoe with bucket and thumb $ 172.00 62. Rubber Tired Excavator with debris grapple $ 175.00 63, JD 310 Rubber Tired Backhoe with bucket and hoe $ 118.00 64. 210 Prentiss Knuckleboom with debris grapple $ 145.00 65. CAT 623 Self-Loader Scraper $ 130.00 66. Hand-Fed Debris Chipper $ 65.00 67. 30 Ton Crane _$ 295 00 68. 50 Ton Crane $ 410 00 DocuSign Envelope lD 508673D6-AE71-4A46-8B25-6AD2CCC1 E8EB 69. 100 Ton Crane $ 525.00 70. 40-60'Bucket Truck $ 225.00 71. Greater than 60'Bucket Truck $ 245,00 72. Fuel!Service Truck $ 105.00 73. Water Truck $ 95.00 74. Portable Light Plant !$ 31.00 75. Lowboy Trailer with Tractor $ 115,00 76, Flatbed Truck $ 40.00 - 77. Pick-up Truck(unmanned) $ 25.00 78. Self-Loading Dump Truck with debris grapple $ 225.00 79. Single Axle Dump Truck,5-12 cu.yd. $ 70.00 80. Tandem Axle Dump Truck, 16-20 cu.yd. $ 75.00 81. Tandem Axle Dump Truck, 21 -30 cu.yd. $ 85.00 82. Tandem Axle Dump Truck,31 -50 cu. yd. $ 85.00 83. Tandem Axle Dump Truck,51 -80 cu. yd. $ 85.00 84, Chainsaw(without operator) $ 6.00 85. Temporary Office Trailer $ 25.00 86. Mobile Command and Communications Trailer $ 45.00 87. Laborer,with small hand tools $ 48.00 88. Skilled Sawman $ 55.00 _______ 89. Crew Foreman with cell phone $ 65.00 90. Tree Climber $ 60.00 91. LF of Security Fencing $ 19.78 _ 92. Ton of Crushed Stone Placed and Graded $ 66.80 93. Sand Screening Apparatus $ 165.60 94. Traffic Control Devices $ 19.20 95_ Temporary Light Tower $ 31.Q0 96. Site Securit S -terns camera etc. $ 4,60 „+,o `' r• 6 6 •.'. ,,, : 44-96) $ 6.414.98 -TOTAL CO . I�`.CITY OF MIAMI BEACHI I $ 9,474.59 i (calculate by adding together the totals for Groups 1,2,3,4,5,and 6) The total cost to the City of Miami Beach shall be utilized to allocate Cost Points in the Evaluation of Proposals DocuSign Envelope ID 508673D6-AE 7 1.4A46-8825-6AD2CCC1 E8E8 Contract No.23-431-03 EXHIBIT C CONSULTANT SERVICE ORDER Contract E:Npiratiot: ('sutra,t „ 1),i s ( -l):: 8y accepting this CSO,Consultant agrees to provide services pursuant to the attached proposal dated_ and the terms.. conditions,and rates established in the above-referenced contract between the City and the Consultant.Consultant explicitly agrees that no other terms and conditions shall apply to the work regardless of whether said other terms and conditions are included herein or in any attachment to this CSO.Any deviation from the scope of work agreed to herein shall require a change order approved by the City. 1.Estimated calendar dais to complete the cork: 2.Total amount original CSO 3.Total amount all previous Amendments 4.Total amount this Amendment 5.Total Amount for Engatzel . it 6.Fee for ancillary items for this Service Order 111 Account Code: kpprt‘.al of\cis Siihconsult:rnts: 'r., 1,114„td.d.r It' v1. :_t,.. it n i:yu,:,.1 Name of New Subconsultant(s) Amount Contract Rates YES X NO For(it} (Name) Sit tattirc Date Project Admin: Dept Director: Procurement: A/DCM: CM: [_cad Project Admin. 8v signing.consultant:rcl:norrten;es that this CSt)Is riot valid and no wort:may cumtnrnre until the Ctt)has lasted a ourclui,%order tar tu's.w. 1 he elt shall nut he Itatdc fur eharvrs-claim•to auv nark liar is list mrswmt to ('ih issued mrchase order. ATTACHMENT A RESOLUTION&COMMISSION AWARD MEMO RESOLUTION NO. 2024-32868 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, AND AUTHORIZING THE ADMINISTRATION TO ENTER NEGOTIATIONS PURSUANT TO REQUEST FOR PROPOSALS NO. 2023- 431-ND, FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES WITH DRC EMERGENCY SERVICES, LLC, THE TOP-RANKED PROPOSER, AS THE PRIMARY VENDOR; PHILLIPS AND JORDAN, INCORPORATED, THE SECOND-RANKED PROPOSER, AS THE SECONDARY VENDOR; CERES ENVIRONMENTAL SERVICES, INC., THE THIRD-RANKED PROPOSER, AS THE FIRST TERTIARY VENDOR, AND D. & J., ENTERPRISES, INC., THE FOURTH-RANKED PROPOSER, AS THE SECOND TERTIARY VENDOR; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on July 26, 2023, the Mayor and City Commission approved the issuance of the Request for Proposals (RFP) No. 2023-431-ND for Debris Removal and Disaster Recovery Services; and WHEREAS, Request for Proposals No. 2023-431-ND (the 'RFP") was released on July 27, 2023; and WHEREAS, a voluntary pre-proposal meeting was held on August 9, 2023; and WHEREAS, on September 15, 2023, the City received twelve (12) proposals from Aftermath Disaster Recovery, Inc., Ceres Environmental Services, Inc., Crowder-Gulf Joint Venture, Inc., CTC Disaster Response, Inc., D. & J., Enterprises, Inc., DRC Emergency Services, LLC, KDF Enterprises LLC, Looks Great Services of MS, Inc., Phillips and Jordan, Incorporated, Southern Disaster Recovery, LLC, Superior Landscaping & Lawn Service Inc., and T.F.R. Enterprises, Inc.; and WHEREAS, on September 13, 2023, the City Manager, via Letter to Commission No. 407-2023, appointed an Evaluation Committee consisting of the following individuals: Michael Atkin, Greenspace Division Director, Public Works Department; Michael Clark, Superintendent, Sanitation Department; Juan Mestas, Deputy Fire Chief, Fire Department; Stanley Payne, Stormwater Superintendent, Public Works Department; and Alvaro Rueda, Superintendent, Sanitation Department; and WHEREAS, the Evaluation Committee convened on October 13 2023, to review and score the proposals; and WHEREAS, the Evaluation Committee received an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal: and WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP; and WHEREAS, the Evaluation Committee process resulted in the ranking of proposers as follows: DRC Emergency Services, LLC, as the top-ranked proposer; Phillips and Jordan, Incorporated, as the second-ranked proposer; Ceres Environmental Services, Inc., as the third- ranked proposer, D. & J., Enterprises, Inc., as the fourth-ranked proposer, Crowder-Gulf Joint Venture, Inc., as the fifth-ranked proposer, Southern Disaster Recovery, LLC, as sixth-ranked proposer, KDF Enterprises LLC, as the seventh-ranked proposer, CTC Disaster Response, Inc., as the eight-ranked proposer, T.F.R. Enterprises, Inc., as the ninth-ranked proposer, Looks Great Services of MS, Inc, as the tenth-ranked proposer, and Superior Landscaping & Lawn Service Inc., as the eleventh-ranked proposer; and WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with DRC Emergency Services, LLC, the top-ranked proposer, as the primary vendor; Phillips and Jordan, Incorporated, the second-ranked proposer, as the secondary vendor; Ceres Environmental Services, Inc., the third-ranked proposer, as the first tertiary vendor; and D. & J., Enterprises, Inc., the fourth-ranked proposer, as the second tertiary vendor; and further authorize the City Manager and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager and authorize negotiations pursuant to Request for Proposals No. 2023-431-ND for Debris Removal and Disaster Recovery Services with DRC Emergency Services, LLC, the top-ranked proposer, as the primary vendor; Phillips and Jordan, Incorporated, the second-ranked proposer, as the secondary vendor; Ceres Environmental Services, Inc., the third-ranked proposer, as the first tertiary vendor, and D. & J., Enterprises, Inc., the fourth-ranked proposer, as the second tertiary vendor; and further authorize the City Manager and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 3J day of i q44.411 2023. • ATTEST: Steven Meiner, Mayor / ____)5( FEB 0 6 LU24 Rafael E. Granado, City Clerk I f ° ' '.tN(OAP OIATED ••,,9 . e ..'�,_ CjL"26 APPROVED AS TO FORM & LANGUAGE & FOR EXECUT ON City Attorney - Date Competitive Bid Reports-C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: January 31, 2024 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, AND AUTHORIZING THE ADMINISTRATION TO ENTER NEGOTIATIONS PURSUANT TO REQUEST FOR PROPOSALS NO. 2023-431-ND, FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES WITH DRC EMERGENCY SERVICES, LLC, THE TOP-RANKED PROPOSER, AS THE PRIMARY VENDOR; PHILLIPS AND JORDAN, INCORPORATED, THE SECOND-RANKED PROPOSER, AS THE SECONDARY VENDOR; CERES ENVIRONMENTAL SERVICES, INC., THE THIRD-RANKED PROPOSER, AS THE FIRST TERTIARY VENDOR, AND D. & J., ENTERPRISES, INC., THE FOURTH-RANKED PROPOSER, AS THE SECOND TERTIARY VENDOR; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION It is recommended that the Mayor and City Commission of the City of Miami Beach, Florida approve the Resolution accepting the City Manager's recommendation pertaining to the proposals received, pursuant to RFP 2023-431-ND, for Debris Removal and Disaster Recovery Services, authorizing the Administration to enter into negotiations with DRC Emergency Services, LLC, the top- ranked proposer, as the primary vendor; Phillips and Jordan, Incorporated, the second-ranked proposer, as the secondary vendor; Ceres Environmental Services, Inc., the third-ranked proposer, as the first tertiary vendor; and D. &J., Enterprises, Inc., the fourth- ranked proposer, as the second tertiary vendor. The Resolution also authorizes the City Manager and City Clerk to execute agreements with each of the recommended proposers upon the conclusion of successful negotiations. The solicitation is currently under the cone of silence. BACKGROUND/HISTORY In the event of a significant hurricane or other emergency, the City would lack sufficient resources in-house to undertake debris removal and disaster recovery operations. While some assistance may be available from the County, State, and Federal Government, it is often insufficient 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. As such, it is in the City's best interest to enter into pre-need agreements with firms that have the capability to provide disaster recovery services in the event of an emergency that would require contractor resources. The Federal Emergency Management Agency (FEMA) provides public assistance funds for debris clearance, removal, and disposal operations to state and local governments. However, FEMA has strict requirements relative to the procurement of debris removal and disaster recovery, which must be incorporated in any solicitation and contract for the services. In order to ensure that the City is prepared for any need to activate debris removal and disaster recovery contractors, the City maintains pre-need agreements.The current agreement with various contractors is valid through February 4, 2024. As a result of the expiring contract,the RFP was developed seeking proposals for a replacement agreement. ANALYSIS On July 26, 2023, the Mayor and the City Commission authorized the issuance of Request for Proposals (RFP) No. 2023-431-ND for debris removal and disaster recovery services. On July 27, 2023, the RFP was issued. Bid notices were issued to 12,659 companies, with 91 prospective bidders accessing the advertised solicitation. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on August 9, 2023. Two (2)addenda were issued. RFP responses were due and received on September 15, 2023. The City received a total of twelve(12)proposals from the following firms: Aftermath Disaster Recovery, Inc. Ceres Environmental Services, Inc. • Crowder-Gulf Joint Venture, Inc. • CTC Disaster Response, Inc. • D. &J., Enterprises, Inc. • DRC Emergency Services, LLC • KDF Enterprises LLC • Looks Great Services of MS, Inc. • Phillips and Jordan, Incorporated • Southern Disaster Recovery, LLC Superior Landscaping &Lawn Service Inc. • T.F.R. Enterprises, Inc. The proposal from Aftermath Disaster Recovery, Inc. was deemed non-responsive for failure to submit a complete cost proposal form as required in the RFP and,therefore, could not be further considered. On September 13, 2023, the City Manager appointed an Evaluation Committee via LTC #407-2023. The Evaluation Committee convened on October 13, 2023, to consider the proposals received. The Committee was comprised of Michael Atkin, Greenspace Division Director, Public Works Department, Michael Clark, Superintendent, Sanitation Department, Juan Mestas, Deputy Fire Chief, Fire Department, Stanley Payne, Stormwater Superintendent, Public Works Department, and Alvaro Rueda, Superintendent, Sanitation Department. 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 and rank each proposal pursuant to the evaluation criteria established in the RFP.The evaluation process resulted in the ranking of proposers as indicated in Attachment A. After reviewing all of the submissions and the Evaluation Committee's rankings and commentary, DRC Emergency Services, LLC is deemed to be the top-ranked firm, followed by Phillips and Jordan, Inc., the second-ranked firm, Ceres Environmental Services, Inc.,the third-ranked firm, and D. &J., Enterprises, Inc.,the fourth-ranked firm. Based on the City's potential needs and volume of work, it is prudent, in addition to having a primary service provider, to have secondary and tertiary firms awarded so that in the event of a performance or capacity issue with an awarded firm, another firm can quickly be brought in to provide the necessary services. For this reason, it is recommended that firms be awarded as primary, secondary and tertiary in order of rank as follows: Primary— DRC Emergency Services, LLC Secondary— Phillips and Jordan, Inc. 1st Tertiary— Ceres Environmental Services, Inc. 2nd Tertiary—D. &J., Enterprises, Inc. When the City awards firms in this manner, the Administration will endeavor to utilize vendors in order of award. However, the City may engage vendors in a different order for the following reasons as stipulated in the City Code: (1)The ability, capacity and skill of the bidder to perform the contract. (2)Whether the bidder can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the bidder with laws and ordinances relating to the contract. Below is a brief synopsis of each top-ranked firm. DRC Emergency Services, LLC DRC Emergency Services, LLC (DRC) is headquartered in Galveston, Texas, and maintains offices across the United States, providing it with geographical maneuverability along the Atlantic and Gulf Coasts. DRC is vastly familiar with Florida as it presently holds disaster relief contracts with the cities of Miami,Surfside,and Hollywood and the counties of Monroe,and Miami-Dade. DRC is an incumbent providing these services to the City, and the City has been satisfied with its work and offered positive feedback. Phillips and Jordan, Incorporated Phillips and Jordan, Incorporated (P&J)was involved in its first major hurricane clean-up in 1989 after Hurricane Hugo. Since then, P&J's disaster team has worked with federal, state, and local governments and agencies, as well as private sector clients across the United States. P&J has responded to most federally declared disasters for the past three decades, including hurricanes, tornadoes,floods, wildfires, rockslides, and ice storms. Phillips and Jordan, Inc., over the past four decades, has completed disaster debris management services totaling more than $2.2 billion for over 200 individual jurisdictions across the U.S. Its clients include but are not limited to the City of Coral Springs, Highlands County,Volusia County, and Hillsborough County. Ceres Environmental Services, Inc. Ceres Environmental Services, Inc. (Ceres) is a national leader in disaster recovery and a government contracting firm capable of providing personnel, equipment, and resources to respond to any disaster event. The firm is a Florida-based company whose local experience includes over 77 client activations since 2016, including the City of Miami Beach following Hurricane Irma in 2017. Its services include debris removal and separation, demolition and hazardous material management, debris reduction and site management, hazard tree, limb, and stump removal, and the collection/generation of FEMA-required project documentation. Ceres is an incumbent providing these services to the City. D.&J. Enter ris s, Inc, D. &J. Enterprises, Inc. (D&J) is a full-service contracting firm with over 55 years of hands-on experience as a prime contractor for emergency recovery services, with a specific focus on debris removal, reduction, disposal, and management following natural and man-made disaster events. D&J performed its first emergency debris removal and clean-up project following Hurricane Betsy on the Gulf Coast in 1965. Today D&J is a full-service contracting firm with over 55 years of hands-on experience as a prime contractor for emergency recovery services. Debris recovery projects completed during these 55+ years total over $1,000,000,000.00, at times employing over 600 employees and an additional 500+ subcontractors with over 2,000 trucks daily. D&J has provided emergency recovery services to the City of Pensacola, Gadsden County, and Monroe County among other cities, counties, and local and private entities. Moreover, D&J is an incumbent providing these services to the City. SUPPORTING SURVEY DATA Results from the 2019 resident survey show that 84.5% are satisfied with the City's emergency hurricane preparedness efforts. Of the 84.5% only 36.5% rated their satisfaction as excellent. In order to continue to improve the satisfaction of these residents and increase the excellent rating, the City intends to contract with qualified disaster recovery contractors to provide technical expertise and guidance to support the City during emergency recovery efforts following declared disaster event(s). FINANCIAL INFORMATION The RFP contained a listing of anticipated services and items should the City need to deploy debris removal and disaster recovery contractors. Based on the proposal submitted by DRC Emergency Services, the top-ranked firm, Staff performed a cost analysis to determine whether the fiscal impact was in the City's best interest. The cost analysis compared the costs submitted under the RFP to similar line items in the current contract. For the items compared, it has been determined that DRC Emergency Services has submitted a slightly lower cost than the City's current contract. However, final pricing is subject to negotiations with all the recommended firms. Grant funding will not be utilized for this project. Amount(s)/Account(s): -435-0430-000343-29-421-511-00-00-00- -435-0430-000325-29-413-511-00-00-00- The City doesn't budget for these services. At time of need a budget amendment and/or budget transfer to these accounts will be needed. If the services are related to a natural emergency,the costs are typically eligible for reimbursement by the Federal Emergency Management Agency(FEMA). CONCLUSION Based on the foregoing, it is recommended that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with DRC Emergency Services, LLC, the top-ranked proposer, as the primary vendor, Phillips and Jordan, Incorporated, the second-ranked proposer, as the secondary vendor; Ceres Environmental Services, Inc., the third-ranked proposer, as the first tertiary vendor; and D. &J., Enterprises, Inc., the fourth-ranked proposer, as the second tertiary vendor. Finally, the Resolution authorizes the City Manager and City Clerk to execute agreements with each of the proposers upon conclusion of successful negotiations by the Administration. Applicable Area Citywide Is this a"Residents Right to Does this item utilize G.O. Know"item,pursuant to Bond Funds? City Code Section 2-14? No No Legislative Tracking Public Works/Procurement ATTACHMENTS: Description ❑ Attachment A ❑ Resolution RCP axwlan Micheal Atkin Y Michael Clark Juan Mesta, Y Stanley awn. g Nero Ruda I �. DEMOS REMOVAL AND pWTER RECOVERY SERVICES �S �cE A6grgsY Quainlaa Quantitative Subtotal ¢ Qualitative I Quantitative I Subtotal a Qu.KbW, Quantitative Subtotal 11 Qn.8U8va I Quantitative Subtotal li Quemoy. 0.,..g ak. SWlebll Ted DRC Emergency Service,.LLC 59 30 89 2' 66 30 96 1 65 30 95 1 65 30 95 1 69 30 99 1 6 1 Phillips and Jordan,Incorporated 68 23 91 1 63 23 86 2 65_ 23 88 2 56 23 79 69 23 92 2 9 2 Ceres Environmental Services,Inc, 65 20 85 3 80 20 60 3 68 20 86 3 50 20 70 85 20 85 3 15 3 D.6 J.,Enterprises,Inc. 62 17 79 5 50 17 67 6 84 17 81 5 63 17 70 65 17 82 4 22 4 CrowdeH9Jf Joint Venture,Inc. 67 16 83 4 45 16 6_1 8 62 _ 16 70 a a16 64 __.._ 86 _LI 824 __.365 Southern Disaster Recovery,LLC 50 20 70 0 67 20 77 4 82 20 82 4 41 20 81 52 20 72 6 31 8 KDF Enterprises LLC 50 16 74 8 50 18 68 8 63 18 78 7 45 16 81 65 16 61 6 33 7 CTC Disaster Respore.,InC. 60 16 78 6 40 16 56 10 63 18 01 5 18 61 80 16 78 7 Disaster43 34 8 T.F.R.EntelOrOas,Inc. 64 13 77 7 52 13 85 7 64 13 77 9 , 45 13 58 50 13 63 10 42 a Looks Greet Services of MS.Inc 57 12 69 10 52 12 64 a 65 12 779 43 12 55 1 53 12 65 9 48 18 Sumner tenchcapI g 8 Lawn Seneca Inc. 10 3 13 11 25 3 26 11 80 3 63 11 30 3 33 11 20 3 23 11 55 11 ATTACHMENT B ADDENDUM AND RFP SOLICITATION M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3.d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR PROPOSALS NO. 2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES September 6, 2023 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. ATTACHMENTS. Exhibit A: BAFO Tabulation for RFP 2018-002-JC Exhibit B: Working Zones Exhibit C: Authorized Disaster Debris Management Sites II. RESPONSES TO QUESTIONS RECEIVED. Q1: Payment and performance bonds are a hard cost to the contractor for a contract that may not be activated. Can the City confirm payment and performance bonds will be due upon notice to proceed? Al: A payment and performance bond is not needed at this time. Q2: There is currently no unit for line item 32. Can the City confirm this is supposed to be"Per Unit"? A2: Regarding line 32 on the Cost Proposal Form, Per Unit is the unit of measure. Any bid received for line 32 (Loading and Hauling White Goods (Not Requiring Freon Removal) shall be considered to have been submitted for Per Unit pricing. Q3: Is a bind bond required? A3: No. Q4: Is the insurance certificate to be submitted to mailto:Certificates-miamibeachriskworks.com post award? A4: Yes. Q5: Please confirm if the insurance certificate is not to be included with the proposal. A5: See response to Q4. Q6: What is the projected budget for this bid? Q6: The City does not have an annual budget for these services. The services are deployed as needed. I 1 ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3'° Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q7: Please provide the names and titles of the evaluation committee members. A7: This information is not yet available. Q8: Please provide the date, time, and location for the proposal evaluation committee meeting. A8: This information is not yet available. Q9: Where will the evaluation committee meeting notice be posted? A9: In the City calendar (Procurement - City of Miami Beach (miamibeachfl.qov). Responsive bidders will be notified of meeting details via email. Q10: When will the intent to award be made, and how will it be communicated to proposers? A10: The City intends to award this solicitation in December and the responsive and responsible bidders will be notified via email. Q11: Can the City provide a copy of the current contractor(s) pricing? All: Please refer to Exhibit A, BAFO Tabulation for RFP 2018-002-JC. Q12: Does the City intend to award only one contract? Al2: Please refer to Section 0100, Instruction to Proposers, Subsection 10, Determination of Award. Q13: If the City intends to award more than one contract,will the contracts be categorized by order of intended activation (e.g. Primary, Secondary, Tertiary) or will there just be a pool of qualified vendors? A13: See response to Q12. Q14: If there is a pool of qualified vendors, what will be the method used by the City to determine which contractor or contractors to activate first? A14: See response to Q12. Q15: Does the City currently have a disaster debris monitoring firm under contract, and if so, with which company(ies)? A15: Yes, with Rostan Solutions, LLC and Tetra Tech, Inc. Q16: Does the City own any self-loading grapple trucks, and if so, how many? A16: Yes, the City has 3 grapple trucks. 2 ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES M I AM I BEi\CI-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'0 Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q17: Please confirm if the scope of work for the removal of white goods includes removing and disposing of putrescent food from refrigerators or freezers. A17: Removing and disposing of putrescent food from refrigerators or freezers is the responsibility of the residents and thus not part of the scope of work of this RFP. Q18: Does the City have Memorandums of Understanding (MOU) or Mutual Aid agreements in place with other incorporated municipalities that would allow the use of this contract to be utilized by those entities to perform disaster debris management services, and if so, which ones? A18: With mutual agreement of the contractor, any municipality may utilize the award of this competitively bid solicitation without the need for an MOU or Mutual Aid agreement. Q19: Does the City intend to allow other incorporated municipalities within the area to utilize this contract, and if so, which ones? A19: See response to Q18. Q20: Will this contract be used to perform services on any state roads within the City in lieu of the FDOT performing those services? If so, does the City have a pre-existing Memorandum of Understanding (MOU) or Mutual Aid agreement with the FDOT that authorizes the City to perform debris removal services on state roads? A20: The City does not have an MOU or Mutual Aid Agreement. However, this contract may be used to perform services on state roads. Q21: Section A3 Specifications states: Proposers must familiarize themselves with the City's Debris Management Plan, including but not limited to the City's division of its geographic area into 16 work zones. The City's Debris Management Plan was not included in the RFP documents. Can the City please provide the Debris Management Plan? A21: Please refer to Exhibit B, Working Zones. The Debris Management Plan is not available at this time. Q22: The ''Appendix B Cost Proposal Form" does not include the processing of C&D debris through compaction. Please confirm if the "Appendix B Cost Proposal Form" will be amended to include pricing line items for C&D compaction. A22: The Cost Proposal Form will not be amended. Q23: The"Appendix B Cost Proposal Form"does not include vehicle removal. Please confirm if the"Appendix B Cost Proposal Form"will be amended to include pricing line items for vehicle removal. A23: The Cost Proposal Form will not be amended. 73ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES M I AM I BE/\C H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3,°Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q24: The "Appendix B Cost Proposal Form" does not include differentiation between land and marine-based vehicle removal. Please confirm if the "Appendix B Cost Proposal Form" will be amended to include pricing line items for land-based vessel removal and marine-based vessel removal. A24: The Cost Proposal Form will not be amended. Q25: The"Appendix B Cost Proposal Form"does not include the collection of E-Waste. Please confirm if the "Appendix B Cost Proposal Form"will be amended to include pricing line items for the E-Waste Collection. A25: The Cost Proposal Form will not be amended. Q26: The current haulout line items only have the debris going to the Dade Landfill or reduced vegetation hauled up to 70 miles as an alternate. In order to prepare for the worst-case scenario,would the City consider adding a more extended haulout option to haul the material to the Okeechobee Landfill? A26: The City will not amend this requirement at this time. However,the City reserves the right to amend the RFP or the resulting agreement at a future date. Q27: When was the last time the City had a contract activation for Debris Removal? How many CYs were removed? A27: The city currently maintains an active contract for the services. However, the last time the services were deployed was in response to Hurricane Irma in 2017. Approximately 250,000 cubic yards were removed at that time. Q28: Has the city determined which landfill(s) can be used? If so, please provide locations. A28: See response to Q26. Q29: Has the city determined where possible DMS will be? If so, please provide locations. A29: Please refer to Exhibit C, Authorized Disaster Debris Management Sites Q30: Will annual contract price increases based on Consumer Price Index(CPI) be allowed? A30: Please refer to Appendix A, Minimum Requirements and Specifications of the RFP, Section A5, Special Conditions, 3. Cost Adjustments. Q31: Can the City provide which contractor held the previous or holds the current contract for the services requested in this solicitation with pricing? A31: The following entities have a current contract for these services: DRC Emergency Services, LLC, Ceres Environmental Services, Inc., and D &J, Enterprises, Inc. d/b/a D &J of Alabama, Inc. Please refer to Exhibit A, BAFO Tabulation for RFP 2018-002-JC. 4 ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES M I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q32: Will there be a public bid opening?And if so, can you please provide call in#,zoom/Webex link or similar for the responding bidders to be present? A32: Please refer to Section 0100, Instructions to Proposers of the RFP,Subsection 3, Anticipated RFP Timetable. Q33: Section 4 of the Bid Submittal Questionnaire calls for proposers to request their SQR from Dun & Bradstreet with the bid or within 3 days of request. Can the City clarify if this is to be provided with the bid or only upon request from the City? A33: Do not provide with the proposal.An SQR report is to be submitted to the City within 3 days of request. Q34: Please confirm that disposal fees will be a pass through cost to the city with no mark-up. A34: All disposal fees will be a passthrough cost to the City with no mark-up. Q35: Does the City have a monitoring firm contract and if so, what is the name of the firm? A35: See response to Q15. Q36: Are certain terms in this RFP subject to modification? A36: Do not understand question. Q37: Please confirm if the resulting debris from cutting hazardous trees can be placed on the ROW and collected as vegetative debris. A37: Debris that results from cutting hazardous trees can be placed on the ROW and collected as vegetative debris. Q38: There is not a line item to cut and drop hazardous hanging limbs. Does the City plan to add a line item for this activity? A38: Please refer to line item 17 of Appendix B, Cost Proposal Form. Q39: In the event land must be leased for a TDSR, would the lease amount be a pass-through cost? A39: The vendor will not need to lease land for a TDSR, as the City has five permitted sites through FDEP. 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 Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov_ 5 AR DE REQ ADDENDUM NDUEST FORNO.P 2 ROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ra Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sic rely, atalia elga o Proc ment Contracting Officer III Balance of Page Intentionally Left Blank I 6 ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES t' '\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ra Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A BAFO Tabulation for RFP 2018-002-JC 7 ADDENDUM NO.2I � REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES TABULATION OF BAFO PROPOSALS RECEIVED Request for Proposals(RFP)2018-002-JC Disaster Recovery Services 1DRC 'Ceres 2Crowder Gulf 2D&J Grand Total (Groups 1-6) $ 21,695,952.98 $ 22,387,324.33 $ 25,536,584.55 $ 27,385,266.20 'Recommended for co-primary award. 'Recommended for co-secondary award. tv\ I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT B Working Zones 8 t ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES ,,,,,,„,„ s...—t '17 Lid It; i MI.'I' EI IAIR 1 11ii I. [1[tR1:t. 11 `Iell'eal it■ �l inl111 4�� 11[111[1 Aro!6 (,;t: A 11 l'J': ''.. '' i),,.,. / . ' -'#.?. ' \ct i i . 1 11 1 �V 8 its ill) Ili "/ ilp. I /� G..d 9 DEBRIS STAGING AND REDUCTION SITE 6 �)r rit Or * DEBRIS STAGING SITE n 1 1 L+A'it;`A7 ;:1 4/4„, ,�'I li C1t w Qe 11 •rL,Jf r-1 *sin !-Plan LI-1hCflOin1 iJ 1®m iRt©. Jff 0_ ® i• �m n1u�li 1/1]1 ^m� ogallall// m ��m"17'►► m❑❑flow 1I''tii m❑❑IlmI11 U1mi , DEBRIS MANAGEMENT ZONES ' S \ . • 16 't CITY OF MIAMI BEACH t\.i\ I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ra Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT C Authorized Disaster Debris Management Sites ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES D s `QP OEPART , FLORIDA DEPARTMENT OF Ron Governor a Environmental Protection Jeanette Nunez z o Bob Martinez Center Lt. Governor e 2600 Blair Stone Road oti � Tallahassee, Florida 32399-2400 Shawn Hamilton MENrm. vaSecretary Sent via email to: lindseyprecht@miamibeachfl.gov Date: June 15, 2023 LINDSEY PRECHT 1700 CONVENTION CENTER DRIVE 3RD FLOOR MIAMI BEACH FL 33139 RE: 2023 -Pre-Authorization for Disaster Debris Management Sites(DDMS) Dear LINDSEY PRECHT This is to notify you that on June 15,2023,the Department of Environmental Protection(the Department) received your request for pre-authorization of a disaster debris management site(s) (DDMS)for 2023. Disaster debris includes hurricane/storm-generated debris and all other types of disaster debris. The Department has evaluated your request for a DDMS at the following location(s): Site Name: CITY OF MIAMI BEACH-104887 Site Address: PAR 3 GOLF COURSE 2300 PINE TREE DR Miami Beach, FL, 33140 Waste Planned for Management: Construction&Demolition Debris,Yard Trash,Mixed On-Site Contact: Lindsey Precht (305) 673-7084, lindseyprecht@miamibeachfl.gov DEP/Local Program Contact: Danielle Jimenez,(305)372-6509, danielle.jimenez@miamidade.gov Site Name: NORTH BEACH OCEANSIDE PARK-106644 Site Address: 8328 COLLINS AVE Miami Beach, FL, 33139 Waste Planned for Management: Yard Trash, Mixed On-Site Contact: Lindsey Precht (305)673-7084, lindseyprecht@miamibeachfl.gov DEP/Local Program Contact: Danielle Jimenez, (305)372-6509, danielle.jimenez@miamidade.gov Site Name: NORMANDY GOLF COURSE-106273 Site Address: 200 FAIRWAY DR 02-3203-000-0040 Miami Beach, FL, 33141 Waste Planned for Management: Construction& Demolition Debris, Yard Trash,Mixed On-Site Contact: Lindsey Precht (305) 673-7084, lindseyprecht@miamibeachfl.gov DEP/Local Program Contact: Danielle Jimenez, (305)372-6509, danielle.jimenez@miamidade.gov Site Name: LUMMUS PARK-106643 Site Address: 1130 OCEAN DR FOLIO 02-3203-000-0030 Miami Beach, FL, 33139 Waste Planned for Management: Yard Trash, Mixed On-Site Contact: Lindsey Precht (305) 673-7084, lindseyprecht@miamibeachfl.gov DEP/Local Program Contact: Danielle Jimenez, (305)372-6509, danielle.jimenez@miamidade.gov Site Name: MIAMI BEACH GOLF COURSE-106271 Site Address: 2301 ALTON RD 02-3227-000-0100 Miami Beach, FL, 33140 Waste Planned for Management: Construction& Demolition Debris, Yard Trash, Mixed On-Site Contact: Lindsey Precht (305) 673-7084, lindseyprecht@miamibeachfl.gov DEP/Local Program Contact: Danielle Jimenez, (305)372-6509, danielle.jimenez@miamidade.gov Unless you receive a subsequent notification from the Department concerning the status of these sites,you may consider them pre-authorized as disaster debris management sites. In the event of a major storm event or other disaster which results in the Department issuing an Emergency Final Order(the Order) for your county,you may begin using a temporary DDMS as necessary,while also requesting issuance of a field authorization from the Department. Once activated, a DDMS is subject to the following conditions, in addition to the requirements of the Order and Florida Statute 403.7071: 1) The Department must be notified when the site is opened and begins accepting debris, and when the site is closed and all debris has been removed; 2) Standing water must not be allowed to accumulate in or within 50 feet of areas used to store or process disaster debris; 3) Access must be controlled to prevent unauthorized dumping and scavenging; 4) A DDMS must have spotters to correctly identify and segregate waste types for appropriate management; 5) Once the site is open, a spotter must be located in the area where the waste is being deposited in order to spot and remove prohibited waste items; 6)A DDMS is limited to managing the waste identified above for each site; any putrescible waste received at the DDMS must be removed within 48 hours, and all other types of prohibited waste should be managed in accordance with the guidance document(see link below); 7)Unless otherwise approved by the Department in response to a written request from you, the DDMS must cease operation and all disaster debris must be removed from the sites on or before the expiration date of an Order that has been executed by the Department,unless it is modified or extended by further authorization. Failure to comply with the conditions of the field authorization, or failure to adequately close a site by the required closure date,may result in enforcement action by the Department. The Department has also prepared a guidance document on the establishment, operation, and closure of a DDMS for disaster debris. This guidance document includes recommended practices,which you are expected to follow as much as practicable, as well as additional requirements from the Order. A copy of this guidance document is available on the DEP website https://flori dadep.gov/waste/permitting-compliance-assistance/documents/guidance-estab l ishment-operation-and-closure This guidance is not a substitute for federal requirements and guidance, including those from the Federal Emergency Management Agency(FEMA). M I /\tv\ I B E1A2 I-.I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3,d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 REQUEST FOR PROPOSALS NO. 2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES September 1, 2023 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. RFP DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m., Friday, September 15, 2023. All proposals received and time stamped through PeriscopeS2G, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial-In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 491 595 854# To join on your computer or mobile app Click here to join the meeting 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 Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sic rely, atali elga o Proc ement Contracting Officer III 1 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2023-431-ND FOR DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES MIAMI BEACH Request for Proposals (RFP) 2023-431 -ND DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO PROPOSERS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A MINIMUM REQUIREMENTS & SPECIFICATIONS APPENDIX B COST PROPOSAL FORM APPENDIX C INSURANCE REQUIREMENTS APPENDIX D 2CFR APPENDIX II TO PART 200 APPENDIX F CITYWIDE PROCEDURE NO. 16.06 PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS MIAMI BEACH SECTION 0100 INSTRUCTIONS TO PROPOSERS 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 Periscope S2G (formally known as BidSync) (www.periscopeholdinqs.com or www.bidsync.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 Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. For approximately five years, the City of Miami Beach (the City) has had an agreement for debris removal and disaster recovery services. The services under the existing contract include but are not limited to the following: vegetative debris removal, construction and demolition removal (C&D), road clearance, staging, disposal, hazardous waste removal, labor, supervision, equipment, materials, facilities, power, communications, and other services and supplies necessary for, or incidental to, the performance of the debris removal and disposal services. The City has previously utilized the existing contract in response to Hurricane Irma on September 10, 2017. The current contract expires on February 4, 2024. In order to establish a replacement agreement, this Request for Proposals (RFP) seeks proposals from qualified disaster recovery contractors to provide support to the City during emergency recovery efforts following declared disaster event(s). Because disaster events often result in significant quantities of disaster debris, which can pose a threat to life and property, the City is seeking to establish, 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 July 27, 2023 Pre-Proposal Meeting August 9, 2023 at 10:30 am ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 961 925 981# Deadline for Receipt of Questions August 28, 2023, at 5:00 pm ET Responses Due September 11, 2023, at 3:00 pm ET Join on your computer or mobile app _lick here to join the meeting Or call in (audio only) +1 786-636-1480 United States. Miami Phone Conference ID: 491 595 854# Evaluation Committee Review TBD MIAMI BEACH Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email Natalia Del•ado 305-673-7000 x26263 NataliaDel•ado• miamibeachfl..ov dditionally, the City Clerk is to be coiled on all communications via e-mail at: RafaelGranado• miamibeachfl.•ov; or via facsimile: 786-394-4188. 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). A pre-proposal meeting or site visit(s) may be scheduled. Attendance for the pre-proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre-Proposal Meeting must follow these steps: Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 961 925 981# Proposers who are participating should send an e-mail to the contact person listed in this RFP expressing their intent to participate. 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 Periscope S2G. Any prospective proposer who has received this RFP by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. 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). MIAMI BEACH 9. 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. 10. DETERMINATION OF AWARD. The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only to the city manager. The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process 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 Manager 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 Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 11. 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. 12. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 13. PERISCOPE S2G (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, Supplier-to- Government electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City you must register and complete your vendor qualifications through Periscope S2G, Supplier-to- Government www.bidsync.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on how to register, complete vendor qualifications and submit electronic bids visit https://www.miamibeachfl.gov/city-hall/procurement/for-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration, please visit the above link or contact Periscope S2G, Supplier-to-Government at support a(�bidsync.com or 800.990.9339, option 1, option 1. MIAMI BEACH 14. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self- Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self-Service (VSS) webpage (https://selfservice.miamibeachfl.qov/vssNendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, do not hesitate to submit them to vendorsupport@a,miamibeachfl.gov 15. SUPPLIER DIVERSITY. In an effort to increase the number and diversity of supplier options in the procurement of goods and services, the City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC) and small and disadvantaged businesses, as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC, or as a small or disadvantaged business by Miami-Dade County, click on the link below to be added to the City's supplier registry (Vendor Self-Service) and bid system (Periscope S2G, Supplier-to-Government). These are two different systems and it is important that you register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city-hall/procurement/how-to- become-a-vendor/. 16. INDEMNIFICATION Contractor agrees that it will indemnify and hold the Federal Government, its employees and/or their contractors, the State of Florida, its employees and/or their contractors, the County, its employees and/or their contractors, and the Municipality and its employees and/or their contractors harmless from liability to third parties for claims asserted under such contract for any work performed. Balance of Page Intentionally Left Blank SECTION 0200 GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS -GOODS AND SERVICES. By virtue of submitting a proposal in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated 10.27.2022), incorporated herein, which may be found at the following link: https://www.miamibeachfl.qov/city-hall/procurement/standard-terms-and-conditions/ SOLICITATION TERMS &CONDITIONS—GRANTS AND FEDERAL REQUIREMENTS. By virtue of submitting a bid in response to this ITB, Bidder agrees to be bound by and in compliance with the Contract Provisions for Federal Awards (dated 8/20/20), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2G@periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for proposal submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non- responsiveness. Non-responsive proposals will not be considered. 1. Bid Submittal Questionnaire 2. Failure to comply with Minimum Eligibility Requirement (See Appendix A, Section Al). 3. Cost Proposal (See Appendix B). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) and the Cost Proposal with the bid and by the deadline for submittals shall render a proposal non-responsive. Non-Responsive proposals will not be considered. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically) and the Cost Proposal, the City reserves the right to seek any omitted information/documentation or any 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. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non- responsive. 4. ELECTRONIC 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 tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items"attachment tab in Periscope S2G. 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 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix A, Minimum Requirements and Specifications. TAB 2 Experience &Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in 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 for the firm and/or any principal, the following is required: project description, agency name, agency contact, contact telephone &email, and year(s) and term of engagement. For each project, identify whether the experience is for the firm or for a principal (include name of principal). 2.2 Qualifications of Proposer Team. Provide an organizational chart of all key personnel of the firm and subcontractors to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. Approach and Methodology 3.1 Submit detailed information on how the proposer plans to accomplish the required scope of services as detailed in Appendix A, Sections A3—A4. 3.2 Submit a detailed list of any equipment owned or leased by the Bidder. 3.3 Submit a detailed list of any equipment owned or leased by any of the Bidder's subcontractors identified in Tab 2, Section 2.2. 3.4 Provide details on 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 and any pre-established agreements to expedite subcontractor deployment. 3.5 Submit a sample detailed plan for operating debris management sites for the City of Miami Beach, addressing any applicable State and Federal laws and regulations. 3.6 Submit a sample detailed plan for disaster debris removal operations, including the proposer's approach to mobilization, a proposed schedule/timeline for operations, safety procedures, and a project management approach. 3.7 Provide details on the proposer's approach to 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. 3.8 Submit 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. 3.9 Submit proposer's approach to complying with all FEMA requirements in performing the work in order to mitigate any issues with reimbursements. 3.10 Supplier Diversity (Minority/Women-owned Business Enterprise (MWBE), Small/Disadvantaged Business Enterprise (SIDBE), Labor Surplus Area firms). Submit details on how Proposer plans to incorporate the utilization of Minority/Women-owned Business Enterprise (MWBE), Small/Disadvantaged Business Enterprise (S/DBE), or labor surplus area firms in the required scope of services. TAB 4 Cost Proposal Submit a completed Cost Proposal Form (Appendix B). SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE. An Evaluation Committee, appointed by the City Manager, may meet to evaluate each Proposal in accordance with the qualitative criteria set forth below. In doing so, the Evaluation Committee may review and score all proposals received, with or without requiring presentations. It is important to note that the Evaluation Committee is advisory only and does not make an award recommendation to the City Manager or the City Commission. The City Manager will utilize the results to take one of the following actions: a. 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; or b. The City Manager may recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100, Sub-section 12; or c. The City Manager may Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee; or d. The City Manager may recommend to the City Commission that all firms, if more than one (1) responsive submittal is received, be rejected. 2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short-listing of firms responding to this RFP is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms, the Evaluation Committee will utilize the criteria set forth in Sub-section 4 below. 3. TECHNICAL ADVISORS. The City, at its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Qualitative Criteria (Points Assigned by Evaluation Committee) Maximum Points Experience&Qualifications(Tab 2) 45 Approach & Methodology(Tab 3) 25 TOTAL AVAILABLE POINTS for Qualitative Criteria 70 Quantitative Criteria (Points Assigned by Procurement Department) Maximum Points Cost Proposal 30 Veteran's Preference Points 5 TOTAL AVAILABLE POINTS for Qualitative and 105 Quantitative 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g. veteran's preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants or any other third-party in developing an award recommendation in accordance with Section 0100, Sub-section 10. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Quantitative factors shall not be considered by the Evaluation Committee. Quantitative factors will be considered by the City Manager in preparing a recommendation to the City Commission. In considering quantitative factors, the City Manager may also consider any feedback or information provided by staff, consultants or any other third-party in developing an award recommendation in accordance with Section 0100, Sub-section 10. Procurement Department staff will assign points for the quantitative criteria. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Example Maximum 1 Formula for Calculating Points T Vendor Allowable Points (lowest cost I cost of proposal being Total Points Vendor Cost (Points noted are for illustrative ' evaluated X maximum allowable Awarded Proposal 1 purposes only.Actual points are points=awarded points) noted above.) Round to Vendor A $100.00 20 $100 I$100 X 20=20 20 Vendor B $150.00 20 _ $1001$150 X 20=13 13 Vendor C $200.00 20 $100 I$200 X 20=10 10 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Bidder A Bidder B Bidder C Qualitative Points 82 76 80 Committee Quantitative Points 22 15 12 Member 1 Total 104 91 92 Rank 1 3 2 I Qualitative Points 79 85 72 Committee Quantitative Points 22 15 12 Member 2 Total 101 100 84 Rank 1 2 3 Qualitative Points 80 _ 74 66 Committee Quantitative Points 22 15 12 Member 2 Total 102 89 78 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Rankin•* 1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation. The City Manager will utilize the results of the proposal evaluation process, and any other information he deems appropriate, to develop an award recommendation to the City Commission, which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank APPENDIX A MIAMIBEACH Minimum Requirements & Specifications RFP 2023-431 -ND DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Al. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. 1. Proposer shall demonstrate that it has performed at least three (3) debris removal events, as prime contractor, in the last 15 years, resulting in 250,000 cumulative cubic yards of debris. Required Submittals: For each client/project reference 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. A2. Statement of Work. The City of Miami Beach seeks 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 include, but are 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. Bidder agrees that, notwithstanding any stipulation or requirement in this solicitation, all work shall be performed in accordance with all Federal Emergency Management Agency (FEMA) or other applicable federal or state agency requirements for debris removal and disaster recovery services, as may currently exist or be amended. Any applicable FEMA or other federal or state agency requirement that is applicable to the work shall take precedence over any stipulation or requirement stated herein or in any resulting agreement. The successful Bidder(s) (the "Contractor') is responsible for performing all work within the requirements established by Federal Emergency Management Agency (FEMA) or other applicable federal or state agency requirements for debris removal and disaster recovery services, as may currently exist or be amended. Any work performed that is determined to not be in compliance with said requirements, which results in a denial of reimbursement to the City, shall be at the Contractor's sole responsibility and expense unless the City explicitly and knowingly directs the contractor to do otherwise. A3. Specifications. 3.1 Minimum Staffing Requirements. Proposers must familiarize themselves with City's Debris Management Plan, 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 Temporary Debris Storage and Reduction Sites (TDSR) (see current Federal Emergency Management Agency (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 defined by the RFP and 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, located at 2800 Meridian Avenue, Miami Beach, FL 33139. If an additional TDSR is required, the City of Miami Beach will coordinate site establishment and permitting activities. The Meridian Avenue site is currently permitted 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 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 Construction and Demolition (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 on public property and ROW and hazardous limbs and trees removed by the Contractor 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. At the City's option, the Contractor may be required to reduce vegetative debris by grinding. Price shall be per cubic yard (volume prior to reduction). 3.10 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station. At the City's option, the Contractor may be required to load and haul vegetative debris reduced by grinding at the TDSR to the Miami-Dade Central Transfer Station located at 1150 NW 20th Street, Miami, FL 33127, in the City of Miami, or another approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse the Contractor for actual tipping or disposal fees. 3.11 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill. At the City's option, the Contractor may be required to load and haul vegetative debris 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 another approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse the Contractor for actual tipping or disposal fees. 3.12 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Resource Recovery Center. At the City's option, the Contractor may be required to load and haul vegetative debris reduced by grinding at the TDSR to the Miami-Dade Resource Recovery Center located at 6990 NW 97th Ave, Doral, FL 33178, or another approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse the 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, the 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 the 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 be 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. Stumps will be converted to cubic yards measurement per current FEMA debris management guidelines for hauling purposes 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 Contractor 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 tree's health 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°/0 of the damaged canopy shall be considered hazardous. 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. If the root ball of an eligible hazardous tree is more than 50% exposed, the stump's removal, disposal, and backfill 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 on 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. As directed by the City, the Contractor shall 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 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. The Contractor must follow all applicable local, state, and federal laws and regulations concerning this work. No disposal fee is to be included in this line item. The hazardous waste will be segregated in the field and hauled in concentrated loads to the extent practicable. 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. At the City's option, the Contractor may 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. A4. Equipment Rates Immediately following a disaster during the contract term, 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 the City's option and subject to FEMA guidelines, may be on an hourly basis for manpower and equipment as listed in Group 6,Appendix B, Cost Proposal Form, and in accordance with the submittal instructions therein. This hourly work will only be conducted for a reasonable amount of time following authorization to proceed and as agreed in writing, pending the development of fixed fee/lump work scopes. A5 Special Conditions 1. TERM OF CONTRACT. The term of the Agreement resulting from this RFP shall be for an initial term of three(3)years. 2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for two (2)additional one-year periods at the City's sole discretion. The successful contractor shall maintain, for the entirety of any renewal period, the same terms, and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the successful Contractor. 3. COST ADJUSTMENTS. Annually, the Contractor may request, and the city manager may approve, a cost adjustment based on documented cost increases for the following contract year. Cost adjustments should be limited to changes in the applicable Bureau of Labor Statistics index for the local region or other verifiable evidence of price increases. The Contractor's adjustment request must substantiate the requested increase. The City of Miami Beach, through its city manager, reserves the right to approve a requested adjustment or may terminate the agreement and readvertise for bids for the goods or services. 4. BACKGROUND CHECKS. The Contractor(s) shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this RFP or any resulting Agreement prior to the commencement of said services. No Contractor(s) employee shall be eligible to perform services, pursuant to this RFP or resulting Agreement, if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor(s) shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorneys'fees)or claims for injury or damages arising out of its failure to comply with this requirement. 5. SUB-CONSULTANTS. The Contractor 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 Contractor 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 Contractor 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 Contractor. Balance of Page Intentionally Left Blank APPENDIX B M I AM I BEACH Cost Proposal Form R F P 2023-431 -N D DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety by the deadline established for the receipt of .ro'osals will result in proposal bein' deemed non-responsive and bein' re.ected. Proposer affirms that the prices stated on the cost proposal form below represent 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 (Appendix B) shall be completed in its entirety. All corrections on the Cost Proposal Form (Appendix B)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 windscreen with 20-foot entry gate(s), LF $ 4. Installation of 4-foot protective chain link fence for interior site protection (trees, etc.) LF $ 5. Furnishing and installation of inspection tower Per Tower $ TOTAL GROUP 1 (Items 1- $ Group 2: Vegetative Debris Management ITEM DESCRIPTION UNIT OST A 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 10. TDSR to Miami-Dade Resource Recovery Center CY $ Vegetative Debris Removal from Rights-of-Way(ROW) 11. directly to Miami-Dade Central Transfer Station CY $ Vegetative Debris Removal from Rights-of-Way(ROW) 12. directly to North Dade Landfill CY $ Vegetative Debris Removal from Rights-of-Way(ROW) 13. directly to Miami-Dade Resource Recovery Center CY $ Removal,Hauling,and Disposal 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, Hauling,and Disposal of Hazardous Trees rilLimaill__' . _., 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 $ 22. Greater than 48"diameter Per Tree $ TOTAL GROUP 2(Items 6-22)$ 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 CY 26. Miami-Dade Resources Recovery Center $ Hauling C&D Debris from ROW Directly to CY 27. Miami-Dade Central Transfer Station $ C&D Debris Removal from ROW directly to Miami- CY 28. _ Dade North Dade Landfill $ C&D Debris Removal from ROW directly to Miami- CY 29. Dade Resource Recovery Center $ TOTAL GROUP 3 (Items 23-29)$ Group 4: Other Services ITEM DESCRIPTION UN_ IT COST Sand removal, screening, and replacement(beach 30. restoration) CY $ Loading and Hauling White Goods Requiring Freon 31. Removal Per Unit $ Loading and Hauling White Goods(Not Requiring 32. Freon Removal) 33. Freon Removal by Qualified Technician Per Unit $ 34. Hazardous Waste Removal and Transport LB $ Removal, Hauling, and Disposal of Dead Animal 35. Carcasses LB $ 36. Bulk Ice, Delivered LB $ 37. Vessel Removal LF $ Removal of biological, radiological. and nuclear $ 38. contaminated debris LB TOTAL GROUP 4(Items 30-38)$ Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT COST 39. 20—30 miles CY $ 40. Greater than 30 Miles—40 Miles CY $ 41. Greater than 40 Miles—50 Miles CY $ 42. Greater than 50 Miles—60 Miles CY $ 43. Greater than 60 Miles—70 miles CY $ TOTAL GROUP 5(Items 39—43)$ Group 6: 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 a hardhat, traffic safety vest, steel-toed shoes, gloves, leggings, and protective eyewear. ITE . :t • •TION HOURLY RATE 44. JD 544 Wheel Loader with debris grapple $ 45. JD 644 Wheel Loader with debris grapple $ 46. Extendaboom Forklift with debris grapple $ 47. 753 Bobcat Skid Steer Loader with debris grapple $ 48. 753 Bobcat Skid Steer Loader with bucket $ _ 49. 753 Bobcat Skid Steer Loader with street sweeper $ 50. 30-50 H Farm Tractor with box blade or rake $ 51. 2—2 %cu. yd. Articulated Loader with bucket $ 52. 3—4 cu.yd.Articulated Loader with bucket $ 53. JD 648E Log Skidder or equivalent $ 54. CAT D4 Dozer $ 55. CAT D5 Dozer $ 56. CAT D6 Dozer $ 57. CAT D7 Dozer $ 58. CAT D8 Dozer $ 59. CAT 125—140 HP Motor Grader $ 60. JD 690 Trackhoe with debris grapple $ 61. JD 690 Trackhoe with bucket and thumb $ 62. Rubber Tired Excavator with debris grapple $ 63. JD 310 Rubber Tired Backhoe with bucket and hoe $ 64. 210 Prentiss Knuckleboom with debris grapple $ 65. CAT 623 Self-Loader Scraper $ 66. Hand-Fed Debris Chipper $ 67. 30 Ton Crane $ 68. 50 Ton Crane $ 69. 100 Ton Crane $ 70. 40—60' Bucket Truck $ 71. Greater than 60' Bucket Truck $ 72. Fuel/Service Truck $ 73. Water Truck $ 74. Portable Light Plant $ 75. _ Lowboy Trailer with Tractor $ 76. Flatbed Truck $ 77. Pick-up Truck(unmanned) $ 78. Self-Loading Dump Truck with debris grapple $ 79. Single Axle Dump Truck, 5— 12 cu. yd. $ 80. Tandem Axle Dump Truck, 16—20 cu.yd. $ 81. _ Tandem Axle Dump Truck, 21 —30 cu.yd. _ $ 82. Tandem Axle Dump Truck, 31 —50 cu. yd. $ 83. Tandem Axle Dump Truck, 51 —80 cu.yd. $ 84. Chainsaw(without operator) $ _ 85. Temporary Office Trailer $ 86. Mobile Command and Communications Trailer $ 87. Laborer,with small hand tools $ 88. Skilled Sawman $ 89. Crew Foreman with cell phone $ 90. Tree Climber $ 91. LF of Security Fencing $ 92. Ton of Crushed Stone Placed and Graded $ 93. Sand Screening Apparatus $ 94. Traffic Control Devices $ _ 95. Temporary Light Tower $ 96. Site Security Systems (camera etc.) $ TOTAL GROUP 6(Items 44—96) $ TOTAL COST TO THE CITY OF MIAMI BEACH1 $ (calculate by adding together the totals for Groups 1,2,3,4,5,and 6) 'The total cost to the City of Miami Beach shall be utilized to allocate Cost Points in the Evaluation of Proposals APPENDIX C MIAMIBEACH Insurance Requirements RFP 2023-431 -ND DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 MIAMI BEACH INSURANCE REQUIREMENTS The Contractor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non-owned automobiles,with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Contractor's profession, with limit no less than $1,000,000. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers— Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage—Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668—ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach©riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. Balance of Page Intentionally Left Blank APPENDIX D MIAMIBEACH 2CFR Appendix II to Part 200 RFP 2023-431 -ND DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Appendix II to Part 200,Title 2(up to date as of 5/02/2023) Appendix II to Part 200,Title 2 Contract Provisions for Non-Federal Entity Contracts Under Fe... This content is from the eCFR and is authoritative but unofficial. Title 2—Grants and Agreements Subtitle A—Office of Management and Budget Guidance for Grants and Agreements Chapter II—Office of Management and Budget Guidance Part 200 —Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards Source: 85 FR 49543,Aug. 13,2020,unless otherwise noted. Source: 85 FR 49539,Aug. 13,2020,unless otherwise noted. Authority: 31 U.S.C.503 Source: 78 FR 78608,Dec. 26,2013,unless otherwise noted. 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,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 2 CFR Appendix-II-to-Part-200(D)(enhanced display) page 1 of 3 Appendix II to Part 200,Title 2(up to date as of 5/02/2023) 2 CFR Appendix-II-to-Part-200(E) Contract Provisions for Non-Federal Entity Contracts Under Fe... 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 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. 7401-7671 q.) 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. 7401-7671 q) 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 2 CFR Appendix-II-to-Part-200(I)(enhanced display) page 2 of 3 Appendix II to Part 200,Title 2(up to date as of 5/02/2023) Contract Provisions for Non-Federal Entity Contracts Under Fe... 2 CFR Appendix-II-to-Part-200(J) 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) See § 200.323. (K) See § 200.216. (L) See§ 200.322. [78 FR 78608, Dec. 26,2013,as amended at 79 FR 75888, Dec. 19,2014;85 FR 49577,Aug. 13, 2020] 2 CFR Appendix-II-to-Part-200(L)(enhanced display) page 3 of 3 APPENDIX E M I AM I BEACH Citywide Procedure No . 16 . 06 Procurement Requirements for Federally Funded Grants and Projects R F P 2023-431 -ND DEBRIS REMOVAL AND DISASTER RECOVERY SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 1 SEQUENCE M I AM I BEACH MARCH 2018 DATE UPDATED: Of: 8 N000.BER: 16.06 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT I.PURPOSE.The purpose of this procedure is to comply with 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. Compliance with 2 CFR Part 200 is a requirement of federally funded grants.This Procedure includes the following exhibit: • Exhibit A—Contract Provisions for Non-Federal Entity Contracts Under Federal Awards II.APPLICABILITY.This procedure is applicable to the expenditure of any funds,typically generated through federal grants or reimbursements, 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 regulations are applicable, including but not limited to: all employees involved in procurement activities (e.g. seeking quotes, submitting requisitions, receiving materials, processing invoices) or the administration of a City contract (e.g., contract or project managers); evaluation committee members; and consultants and technical advisors. A. City's Procurement Regulations. In addition to any requirement stipulated herein, purchases funded by federal grants shall be in compliance with the City's own procurement regulations, including the requirements of Procedure P0.16.02. III. CODE OF ETHICS. All employees shall strictly adhere to City Procedure P0.03.01, Code of Ethics for Employees with Procurement Responsibilities, and the Miami-Dade County Conflict of Interest and Code of Ethics Ordinance(Section 2-11.1). 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. Note that the methods and thresholds included herein may vary from the City's regular procurement regulations. 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). Quotes are normally allowed for purchases of goods and services, and construction services under $100,000. 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. a. For construction-related projects in excess of$3,000,the applicability of the Davis-Bacon Act must be confirmed prior to seeking quotes. Construction services is defined by the Davis Bacon Act as the construction, alteration, or repair (including painting and decorating)of public buildings or public works. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 2 SEQUENCE M I AM I BEACH MACH 2018 DATE UPDATED: Of: 8 NP0.BER: 16.06 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT 3. Formal Sealed Invitations to Bid (ITB). For the purchase of goods and services, and construction services greater than$100,000 where cost is the primary determinant for award, an ITB may be used. City ITB procedures and standard practices apply. Cost analysis required when greater than$150,000. 4. Requests for Proposals (RFP). For the purchase of goods and services, and construction services greater than $100,000 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. Cost analysis required when greater than $150,000. 5. Requests for Qualifications (RFQ). An RFQ may only be used for architectural, engineering, landscape architectural, and surveying services, or services performed by any architect, professional engineer, landscape architect, or registered surveyor and mapper in connection with his or her professional employment or practice (See Section 287.055, Florida Statutes) where qualifications is primary the determinant for the award. City RFQ procedures and practices apply.Typically,the RFQ is used for awards in excess of$35,000. For other goods or services, an RFQ may not be utilized. Cost analysis required when greater than $150,000. a. The use of continuing contracts must be approved by the awarding agency prior to use. 6. Non-Competitive Proposals. Non-competitive proposals are discouraged and are only be 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. 7. Purchases Pursuant to Piggyback Contracts are Discouraged.The use of piggyback contracts is strongly discouraged by FEMA and should be avoided. Piggybacking requires prior approval of the Procurement Department after confirming the following: a. The original contract contains appropriate assignability provisions that permit the assignment of all or a portion of the specified deliverables under the terms originally advertised, competed, evaluated, and awarded, or contains other appropriate assignment provisions. b. The vendor has, in writing, agreed to transfer all contractual rights of the contract to the City through assignment. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 3 SEQUENCE M I AM I BEACH MACH 2018 DATE UPDATED: Of: 8 NP0.BER: 16.06 CITYWIDE PROCEDURE AUGUST 2020 j _ SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT c. The original contract was procured in compliance with 2 C.F.R. §§ 200.318- 200.326. d. The contract price has been analyzed and determined to be fair and reasonable. e. The contract contains all the federally required contract provisions. f. The scope of work to be performed falls within the scope of work under the original contract and there are no changes to the contract that fall outside of what was reasonably considered by the parties when they entered into the contract. g. The scope of the assigned contract originally procured by the assigning party does not exceed the amount of property and services required to meet the assigning party's original, reasonably expected needs. The federal regulations require the recipient or subrecipient to have procurement procedures that preclude it from acquiring property or services it does not need.Therefore, a contract would have an improper original scope if the original party added excess capacity in the original procurement primarily to permit assignment of those contract rights to another entity. Moreover, an assignable contract with an overbroad scope of work may lead to unreasonable pricing and thus should not be used. h. The quantities the assigning party acquired, coupled with the quantities the acquiring grantee or subgrantee seeks, do not exceed the amounts available under the assigning entity's contract. V. ADVERTISEMENT (2 CFR §200.320). Formal solicitations (i.e., 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 publicly advertised at least once in a newspaper of general circulation at least 30 days prior to the deadline for receipt of bids or proposals. VI. GEOGRAPHICAL 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 only use time and material type contracts after a determination that no other contract is suitable. When such a determination has been made,the contract must include a ceiling price that the contractor exceeds at its own risk. Additionally, no time or material reimbursement may be based on a cost plus method (See Sec. VII). DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 4 SEQUENCE M I AM I B EAC H MARCH 2018 DATE UPDATED: Of: 8 NP0.BER: 16.06 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT 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 financial assistance require such transactions to be conducted in a manner that provides full and open competition.This means: A. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, and invitations for bids or requests for proposals shall be excluded from being considered for award of such procurements. 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. Noncompetitive pricing 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 REP. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 5 SEQUENCE MIAMIBEACH MARCH 2018 DATE UPDATED: Of: 8 NUU0.BER: 1606 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XI. SPECIFICATION REVIEW. Specifications for the purchase of materials, supplies, equipment and services should permit open and competitive bidding. Requestors are responsible for assuring that the purchase of unnecessary or duplicative items is 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. 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. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 6 SEQUENCE MIAMIBEACH MACH 2018 DATE UPDATED: Of: 8 NP0.BER: 1606 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT 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, (ii) fail to meet reasonable performance standards, or (iii) are only available at an unreasonable price. Upon the conclusion of any contract requiring the use of recovered materials of an EPA listed item,the project manager from the requesting City department or division shall obtain a statement from the Contractor regarding the actual percentage of recovered materials utilized in the completion of the contract. XIV. CONTRACT COST AND PRICE (2 CFR §200.323). A. Cost or Price Analysis is Required.A cost or price analysis in connection with every procurement action in excess of the federal Simplified Acquisition Threshold (currently $150,000) shall be completed. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation,but as a starting point,the requesting department must make or receive independent estimates before receiving bids or proposals. B. Negotiation of Profit Requirement.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. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 7 SEQUENCE M I AM I BEACH MACH 2018 DATE UPDATED: Of: 8 NP0.BER: 16.06 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XVI. CONTRACT PROVISIONS. All agreements awarded pursuant to this procedure shall, at a minimum, contain the contract provisions in Exhibit A entitled Contract Provisions for Non-Federal Entity Contracts under Federal Awards. 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. In addition, the Byrd Anti- Lobbying Amendment Certification and Suspension and Debarment Certification are required as part of the solicitation or the contract. XVII. CONTRACT OVERSIGHT.The City department or division which requested a solicitation or contract be issued or entered into by the Procurement Department shall be primarily responsible for maintaining diligent oversight over the contract and the contractor to ensure that the contractor performs in accordance with the terms, conditions, and specifications of its contract or purchase order. Written notice shall be provided to the Procurement Department of any situation in which a contractor is not performing in accordance with the terms,conditions, and specifications of its contract or purchase order for appropriate action, which action may be up to and include contract termination. 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. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 8 SEQUENCE M I AM I B EAC H MARCH 2018 DATE UPDATED: Of: 8 NPO.BER: 16 06 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XVIIII. REFERENCE. This procedure is based on the requirements of the "Procurement Standards" (2 CFR §200.317 through §200.326, and Appendix II) of the "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards" (2 CFR Part 200) adopted by the Office of Management and Budget, available via the following link: https://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title02/2cfr200 main 02.tpl 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 supersede for any procurement involving federal funds. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 DATE ISSUED: Page: 9 SEQUENCE M I AM I B E AC H MACH 2018 DATE UPDATED: Of: 8 NP0.BER: 16 06 CITYWIDE PROCEDURE AUGUST 2020 SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT Prepared by: / —DocuSigned by: Al,... ter, \..- 1V/t/HibVtt4l.U.. Procurement Director Reviewed by: C DocuSigned by:7• O hi°ca dr 77Q 43 Grants and Intergovernmental Affairs Director (—DocuSigned by: .*'1/ Chief Learning and Development Officer DocuSigned by. E9AC0518F2AA41A Assistant City Manager Approved by: / DocuSigned by: ^iII Mo�a�s 8/31/2020 1 1:43 PM EDT '— CA181940704 City Manager96 Date DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 1 EXHIBIT A Contract Provisions for Non-Federal Entity Contracts Under Federal Awards The following provisions shall be applicable to the Contract and shall supersede any conflicting provisions contained elsewhere in the Contract. A. BREACHES AND DISPUTE RESOLUTION. For all purchases in excess of the simplified acquisition threshold, currently$150,000,the following provisions shall apply: (1) Disputes and Remedies-Disputes arising in the performance of this Contract which are not resolved by the Contractor and the City's project manager or contractor manager,shall be referred, in writing,to the authorized representative of the City Mayor for a decision. If there is a disagreement among the parties regarding the decision of the City Mayor's representative, then either party may submit any claim, counterclaim,dispute and other matters in question between the City and the Contractor arising out of or relating to this Contract or its breach to a court of competent jurisdiction within The City of Miami Beach. (2) Performance During Dispute- Unless otherwise directed by the City,Contractor shall continue performance under this Contract while matters in dispute are being resolved. (3) Claims for Damages-Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees,agents or others for whose acts he is legally liable,a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. B.TERMINATION FOR CONVENIENCE The City,at its sole discretion, reserves the right to terminate this Contract without cause upon thirty (30)days written notice. Upon receipt of such notice,the Contractor shall not incur any additional costs under this Contract.The City shall be liable only for reasonable costs incurred by the Contractor prior to notice of termination.The City shall be the sole judge of"reasonable costs." C. DEFAULT;REMEDIES;TERMINATION FOR CAUSE The City reserves the right to terminate this Contract, in part or in whole,or place the Contractor on probation,or to avail itself of all other remedies available at law and equity, inclusive injunctive relief and specific performance, in the event the Contractor fails to perform in accordance with the terms and conditions stated herein. Following breach of the Contract by the Contractor,the City shall provide written notice specifying the breach to the Contractor and advising the Contractor that the breach must be cured immediately or this Agreement may be terminated by the City.The City reserves the right to avail itself of any and all remedies available at law or at equity, including claims for damages and injunctive relief.The City further reserves the right to suspend or debar the Contractor in accordance with the appropriate City ordinances, resolutions and/or administrative/implementing orders.The vendor will be notified by letter of the City's intent to terminate if,following the initial notice of breach, the Contractor fails to timely or adequately and to the satisfaction of the City cure said breach. In the event of termination for default,the City may procure the required goods and/or services from any source and use any method deemed in its best interest.All re-procurement costs shall be borne by the terminated Contractor. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 2 EXHIBIT A D. EQUAL EMPLOYMENT OPPORTUNITY (1) In connection with the performance of this Contract,the Contractor shall not discriminate against any employee or applicant for employment because of race, religion,color,sex,age,disability,ancestry, marital status, pregnancy,sexual orientation,veteran's status,or national origin.The Contractor shall take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race, religion, color, sex, age, disability, ancestry,marital status, pregnancy,sexual orientation,veteran's status,or national origin.Such action shall include, but not be limited to,the following:employment, upgrading, promotion,demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation,and selection for training, including apprenticeships. Contractor further agrees to insert a similar provision in all subcontracts,except subcontracts for standard commercial supplies or raw materials.The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by MDC setting forth the provisions of this Equal Opportunity clause. (2) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor,state that all qualified applicants will receive consideration for employment without regard to race, color, religion,sex,sexual orientation,gender identity,or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed,or disclosed the compensation of the employee or applicant or another employee or applicant.This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing,or action, including an investigation conducted by the employer,or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965,and by rules, regulations, and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 3 EXHIBIT A (7) In the event of the Contractor's noncompliance with the Equal Opportunity clauses of this Contract or with any of the said rules, regulations, or orders,this contract may be canceled,terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965,or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. (8) The Contractor will include the provisions of this Equal Opportunity clause in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965,so that such provisions will be binding upon each of Contractor's vendors and subcontractors.The Contractor will take such action with respect to any subcontract or purchase order as the City may direct as a means of enforcing such provisions, including sanctions for noncompliance. E. DAVIS-BACON ACT,AS AMENDED(40 U.S.C. §3141-3148)and COPELAND"ANTI-KICKBACK"ACT(18 USC§40 U.S.C. 3145).The Davis-Bacon Act and the Copeland Anti-Kickback Act only apply to the emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program,Tribal Homeland Security Grant Program, Port Security Grant Program,and Transit Security Grant Program.They do not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program.Accordingly, if applicable to this Contract: (1)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"). a) In accordance with the statute,and if applicable,the Contractor must pay all laborers and mechanics employed or working upon the site of the work, unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor pursuant to 29 CFR part 3),the full amount of wages and bona fide fringe benefits (or cash equivalents thereof)at rates 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 City will attach a copy of the current prevailing wage determination issued by the Department of Labor to this form. b) Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis—Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv)of 29 CFR §5.5; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans,funds,or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill, except as provided in 29 CFR§5.5(a)(4). c) Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided,that the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii)of 29 CFR§5.5)and the Davis—Bacon poster(WH- 1321)shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 4 EXHIBIT A (2)The Contractor shall comply with 18 U.S.C. §874,40 U.S.C. § 3145,and the requirements of 29 C.F.R. pt. 3 as may be applicable,which are incorporated by reference into this Contract. Contractors and Subcontractors are 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 Contractor or subcontractor shall insert in any subcontracts the clause in these subparagraphs(G)(1) and(2), and also a clause requiring the subcontractors to include this clause in any lower tier subcontracts.The Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with this clause.A breach of this clause may be grounds for termination of the Contract,and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. F.CONTRACT WORK HOURS AND SAFETY STANDARDS ACT OF 1962,40 U.S.C.§§3702 AND 3704. If applicable,the Contractor and all of its subcontractors shall comply with the Contract Work Hours and Safety Standards Act of 1962,40 U.S.C. §§3702 and 3704, requiring that mechanics and laborers (including watchmen and guards) employed on federally assisted contracts be paid wages of not less than one and one-half times their basic wage rates for all hours worked in excess of forty hours in a workweek. In the event of any violation of the preceding clause,the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,the Contractor and subcontractor shall be liable to the City for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards,employed in violation of the clause set forth herein, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required.The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor,such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided herein.The Contractor or subcontractor shall insert in any subcontracts this clause set forth in subsection (F) herein also a clause requiring the subcontractors to include this clause in any lower tier subcontracts.The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in herein. G. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AWARD. If the Federal award meets the definition of"funding agreement" under 37 CFR§401.2 (a)and the City 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 City 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. DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 5 EXHIBIT A H.THE CLEAN AIR ACT OF 1955,as amended,42 U.S.C.§§7401-7671q and the FEDERAL WATER POLLUTION CONTROL ACT,as amended,33 U.S.C.§§1251-1387. (1) The Contractor agrees to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act, as amended,42 U.S.C. §7401 et seq.and issued pursuant to the Federal Water Pollution Control Act,as amended, 33 USC§1251 et.seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the City, Federal Emergency Management Agency,and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. I. ENERGY CONSERVATION. Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C.Section 6321 et seq.)and (42 U.S.C. 6201). J.CERTIFICATION REGARDING DEBARMENT,SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION. (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995),or its affiliates(defined at 2 C.F.R. § 180.905)are excluded (defined at 2 C.F.R. § 180.940)or disqualified (defined at 2 C.F.R. § 180.935).The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180,subpart C and 2 C.F.R. pt. 3000,subpart C, in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and shall include a provision requiring such compliance in its lower tier covered transactions. (2) By signing and submitting this form,the Contractor shall also execute and provide the City with,and require all lower tiered contractors to also execute,the certification set out in "Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion Lower tier Covered Transaction" attached hereto.The Contractor shall require all lower tier participants to agree that they: a.shall not knowingly enter into any lower tier covered transaction with a person who is debarred,suspended,declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City; and ii.they will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion", and the certification form,without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.The Contractor may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous.The Contractor may decide the method and frequency by which it determines the eligibility of its principals.The Contractor may, but is not required to check the Non- procurement List issued by U.S. General Service Administration. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 6 EXHIBIT A in good faith the certification required by this clause.The knowledge and information of the Contractor and any other participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. If the Contractor or any other lower tier participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government,the City may pursue available remedies including suspension and/or debarment. K. BYRD ANTI-LOBBYING CERTIFICATION AND DISCLOSURE STATEMENTS. Contractors who apply or bid for or have received an award of$100,000 or more shall 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 shall 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 recipient. L. RECYCLEDPRODUCTS/RECOVERED MATERIALS The Contractor agrees to comply with all the requirements of Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act (42 U.S.C. §6962), including but not limited to,the regulatory provisions of 40 CFR Part 247, and Executive Order 12873,as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.All goods and/or services to be purchased as a result of any award under this Contract shall be in accordance with all applicable governmental standards, including, but not limited to those issued by the Occupation Safety and Health Administration (OSHA),the National Institute of Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA). It shall be the responsibility of the Contractor and vendors to be regularly informed to conform to any changes in standards issued by any regulatory agencies that govern the commodities or services applicable to this solicitation,during the term of any contract resulting from this solicitation. In the performance of this Contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired: (1) Competitively within a timeframe providing for compliance with the contract performance schedule; (2) Meeting Contract performance requirements; or(3)At a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/regulatory- background-comprehensive-procurement-guideline-program-cpg. M. CONTRACTING WITH SMALL AND MINORITY BUSINESS,WOMEN'S BUSINESS ENTERPRISES,AND LABOR SURPLUS AREA FIRMS,C.F.R. §200.321(G). Pursuant to C.F.R. 200.321 (g),the City will 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: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2)Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) 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; DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969 7 EXHIBIT A (4) Establishing delivery schedules,where the requirement permits,which encourage participation by small and minority businesses,and women's business enterprises; (5) 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;an (6) Requiring the prime contractor, if subcontracts are to be let,to take the affirmative steps listed in paragraphs(1)through (5)above. N.ACCESS TO RECORDS. In addition to the provisions contained in the Contract,the following access to records requirements apply to this Contract: (1)The Contractor agrees to provide the City,the FEMA Administrator,the Comptroller General of the United States,or any of their authorized representatives access to any books, documents, papers,and records of the Contractor which are directly pertinent to this Contract for the purposes of making audits,examinations,excerpts,and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the Contract. O. PROGRAM FRAUD AND FALSE OF FRAUDULENT STATEMENTS OF RELATED ACTS.The Contractor hereby acknowledges that 31 U.S.C. Chap. 38(Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to the Contract. P. DHS SEAL,LOGO,AND FLAGS.The Contractor shall not use the DHS seal(s), logos,crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. Q.COMPLIANCE WITH FEDERAL LAW, REGULATIONS,AND EXECUTIVE ORDERS.This is an acknowledgement that FEMA financial assistance may be used to fund all or a portion of the Contract. The Contractor will comply with all applicable Federal law, regulations,executive orders, FEMA policies, procedures, and directives. R. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this Contract and is not subject to any obligations or liabilities to the non-Federal entity,Contractor,or any other party pertaining to any matter resulting from the Contract. S. CHANGES The Contract may be modified by mutual consent, in writing through the issuance of a modification to the Contract. T. INDEMNIFICATION For any work performed on Federally funded projects,the Contractor agrees to indemnify and hold harmless the Federal Government, its employees and/or contractors,the County, its employees and/or contractors, and the City and its employees and/or contractors from liability to third parties for claims asserted under the contract. U. E-VERIFY. The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFP DIVISION OF CORPORATIONS ,111vllato'i of C,j J!i c RATi o r:j 4000/07,,,woom•_I` r1H official attar of Florida webSHr Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number Detail by FEI/EIN Number Florida Profit Corporation CERES ENVIRONMENTAL SERVICES, INC. Filing Information Document Number P20000086640 FEI/EIN Number 41-1816075 Date Filed 11/06/2020 Effective Date 07/31/1995 State FL Status ACTIVE Last Event CONVERSION Event Date Filed 11/06/2020 Event Effective Date NONE Principal Address 6968 PROFESSIONAL PARKWAY SARASOTA, FL 34240 Changed: 01/24/2023 Rain Address 6968 PROFESSIONAL PARKWAY SARASOTA, FL 34240 Changed: 01/24/2023 Registered Agent Name&Address LAURIE,TIA 6968 PROFESSIONAL PARKWAY SARASOTA, FL 34240 Address Changed:01/24/2023 Officer/Director Detail Name&Address Title President McIntyre, David 6968 PROFESSIONAL PARKWAY SARASOTA, FL 34240 Title Secretary Laurie,Tia 6968 PROFESSIONAL PARKWAY SARASOTA, FL 34240 Title VP Ulschmid, John 6968 PROFESSIONAL PARKWAY SARASOTA, FL 34240 Annual Reports Report Year Filed Date 2021 01/26/2021 2022 01/28/2022 2023 01/24/2023 Document Images 01/24/2023--ANNUAL REPORT View image in PDF format 91/28/2022--ANNUAL REPORT View image in PDF format 04/06/2021—AMENDED ANNUAL REPORT View image in PDF format 01/26/2021--ANNUAL REPORT View image in PDF format 11/06/2020--Domestic Profit View Image in PDF format BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME Ceres Environmental Services,Inc. NO.OF YEARS IN BUSINESS.47 NO.OF YEARS IN BUSINESS LOCALLY:21 NO.OF EMPLOYEES:268 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS.Not Applicable BIDDER PRIMARY ADDRESS(HEADQUARTERS):6968 Professional Parkway CITY.Sarasota STATE:Florida ZIP CODE:34240 TELEPHONE NO 8002184424 TOLL FREE NO..8002184424 FAX NO..8662285636 BIDDER LOCAL ADDRESS:6968 Professional Parkway CITY.Sarasota STATE.Florida ZIP CODE 34240 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Tia Laurie ACCOUNT REP TELEPHONE NO.:8002184424 ACCOUNT REP TOLL FREE NO 8002184424 ACCOUNT REP EMAIL:rfp@ceresenv.com FEDERAL TAX IDENTIFICATION NO 41-1816075 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document and the solicitation, including all addendums specifications, attachments, exhibits, appendices and any other document referenced in the solicitation c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) if bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Tia Laurie Tia Laurie SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial Enter Initial Enter Initial to to Confirm to Confirm Confirm Receipt Receipt Receipt TL Addendum 1 Addendum 6 Addendum 11 TL 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. SECTION 3 - CONFLICT OF INTEREST All bidders 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. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. RST AND LAST NAME .ELATIONSHIP 1 Not Applicable 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACIT' At time of request by the City, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt (when requested), by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal? storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder 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. SECTION 5 - REFERENCES AND PAST PERFORMANCE Project No. BID NUMBER Project Title PROJECT TITLE Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name: Melbourne, FL Contact Individual Name and Title: Jennifer Wilster - Environmental Community Outreach Manager, City of Melbourne ECO Division Address: 2885 Harper Road, Melbourne, FL 32904 Telephone: 3216085080 Contact's Email: Jennifer.Wilster@mlbfl.org Narrative on Scope of Services Provided, Project Budget, and Project Dates: Removal of Debris Following Hurricane Ian October- November 2022 25,852 CY $232,153 Reference No.2 Firm Name: Cape Coral, FL Contact Individual Name and Title: Terry B. Schweitzer, Solid Waste Manager Address: P.O. Box 150027, Cape Coral, Florida 33915-0027 Telephone: 2395733136 Contact's Email: tschweitzer@capecoral.gov Narrative on Scope of Services Provided, Project Budget, and Project Dates: Emergency Disaster Assistance and Debris Removal Following Hurricane Ian October 2022 — May 2023 2,707,047 CY $64,888,996 Reference No.3 Firm Name: North Port, FL Contact Individual Name and Title: Frank Lama, Solid Waste Manager Address: 1100 North Chamberlain Blvd., North Port, FL 34286 Telephone: 9412408074 Contact's Email: flama@northportfl.gov Narrative on Scope of Services Provided, Project Budget, and Project Dates: Debris Removal and Disposal Services following Hurricane Ian October 2022— March 2023 2,446,843 CV $42,031,396.28 SECTION 6 — SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? YES NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? YES NO SECTION 8 - LGBT BUST' SS ENTERPki. L,ERTIFIC " Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? YES NO SECTION 9 - BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name and Title of Bidder's Authorized Signature of Bidder 's Authorized Representative: Representative: Tia Laurie Tia Laurie SECTION 10 - SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2)The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Signature of Bidder 's Authorized Representative: Representative: Tia Laurie Tia Laurie SECTION 11 - CONE OF SILENCE Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR 52-486COS1 Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. 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 . By virtue of submitting bid, bidder certifies that it is in compliance with the Cone of Silence Ordinance, pursuant to Section 2-486 of the City Code. SECTION 12 - CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23789, the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City. The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3) days of request by the City. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. In lieu of submitting Code of Business Ethics, bidder may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city_ hall/procurement/procurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? YES NO Bidder adopts the City of Miami Beach Code of Business Ethics? Q YES Q NO SECTION 13 - LOBBYIST REGISTRATION & CAMPAIGN CONTRIBUTION REQUIREMFMTC This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws, including lobbyist registration requirements and prohibition on campaign contributions, including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEOR_CH2AD_ARTVI ISTCO_DIV3L0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami_beach/codes/code of_ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SECTION 14 — NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami_beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD_ARTVIPR_DIV3COPR_S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 1 \IR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEOR_CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. SECTION 16 -- PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a), Florida Statutes, available at: https://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. SECTION 17 — VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://library.municode.com/fl/miami_beach/codes/code of_ordinances? nodeld=SPAGEOR_CH2AD_ARTVIPR_DIV3COPR S2- 374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder 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 and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids 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. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? O YES p NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES Q NO SECTION 18 - EQUAL BENEFITS FOR EMPLOYEES WITH SPOUS 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 bids, 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. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees? • YES 0 NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? • YES 0 NO Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. Bidder Provides for Bidder Provides for Bidder does not BENEFIT Employees with Employees with Spouses Domestic Partners Provide Benefit Health Yes Yes Sick Leave Yes Yes Family Medical Leave Yes Yes Bereavement Leave Yes Yes If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application 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 http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ SECTION 19 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? YES NO If yes, explain. Proposal in Response to City of Miami Beach RFP No. 2023-431 -ND Debris Removal and Disaster Recovery Services 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Contact Person: Tia Laurie tia.laurie(a�ceresenv.com September 15, 2023 C S 6968 Professional Parkway Sarasota, Florida 34240 Tel. (800) 218-4424 Fax (866) 228-5636 JOINT WRITTEN ACTION OF THE BOARD OF DIRECTORS AND SHAREHOLDERS OF CERFS ENVIRONMENTAL SERVICES,INC. The undersigned,being the sole member of the Board of Directors and the sole shareholder of Ceres Environmental Services,Inc.,a Florida corporation(the"Corporation"),does hereby adopt the following resolution in writing pursuant to Florida Statutes effective as of the 13th day of October 2021: WHEREAS,the Corporation desires to prepare and execute contract documents including but not limited to addendums,change orders,notices to proceed and task orders,and the Corporation desires to grant the authority to the Corporate Secretary,Tia Laurie,to sign and execute such contractual documents on behalf of the Corporation, NOW,THEREFORE,IN CONSIDERATION OF THE FOREGOING BE IT: RESOLVED,that Ceres Environmental Services,Inc.grants Tia Laurie,Corporate Secretary,the authority to sign and bind the Corporation in matters related to the execution of contractual documents. IN WITNESS WHEREOF,the undersigned Board of Directors and Shareholders have set their hands effective as of the day first written above. David .1\4 President and Sole 'rector/Shareholder State of Florida Department of State I certify from the records of this office that CERES ENVIRONMENTAL SERVICES, INC. is a corporation organized under the laws of the State of Florida, filed on November 6, 2020, effective July 31, 1995. The document number of this corporation is P20000086640. I further certify that said corporation has paid all fees due this office through December 31, 2023 and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixth day of June, 2023 �w� Secretory of tote Tracking Number:4341902597CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. h ttps://services.su n biz.org/Filings/CertificateOfStatus/CertificateAu thentication ) Ron DeSantis,Governor Melanie S. Griffin,Secretary __L-f, ",r . . dFI nda � - ` STATE OF FLORIDA • DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIO . . R ENSING BOARD THE GENERAL CONTRACTOR HEREIN IS - RTIFIED UNDER THE PROVISI.,��S$OF�CHAPTER 489, FL. `ll ti TUTES . _ . *r - - -4 lir - ' ..7-- I .g.z."-' ,.- ,.,elpS1 pt $v1CINTYR ; A ID_A_ ♦.tERES ENVIRONMENTAL S RVICES INC: 6968 PROFESSIONAL PARKWAY EAST SARASOT,4,���.<<�f , L 34240 \ w � N i fr : LICE 764 a EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com El +k`r�l❑■ �i .• *L Ir 1: `r TJ 'L 1 Do not alter this document in any form. '~; •jo, • This is your license. It is unlawful for anyone other than the licensee to use this document. CERE NVIRONMENTAL September 15, 2023 City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 RE: RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Due: September 15, 2023 at 3:00 PM ET Dear Evaluation Committee: We are pleased to submit the enclosed proposal for the City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services. Ceres Environmental Services, Inc. is a national leader in disaster recovery and a Government contracting firm capable of providing personnel, equipment, and resources to respond to any disaster event rapidly and efficiently. Our services include debris removal and separation, demolition and hazardous material management, debris reduction and site management, hazard tree, limb and stump removal, and the collection/generation of FEMA-required project documentation. In Florida, Ceres has loaded, hauled, managed, reduced, and disposed of over 14,000,000 cubic yards of debris across 77 client activations since 2016, including the City of Miami Beach following Hurricane Irma in 2017. This along with being a Florida-based corporation has helped Ceres build trusted relationships with Florida Division of Emergency Management, Florida Department of Environmental Protection, and Florida Department of Transportation to provide disaster guidance and quickly permit debris sites. From 2016 to 2022, Ceres has responded to multiple large-scale events across the U.S. each year with tens of contracts performed simultaneously. The quick bullets highlight Ceres extensive experience and unique capabilities for Miami Beach. • Across the U.S., Ceres has loaded, hauled, managed, reduced, and disposed of over 40,000,000 cubic yards of debris. • Ceres has managed over 60,000 Right-of-Entries. • Ceres maintains $2 Billion in bonding capacity. Bonding capacity is indicative of financial health. • Ceres has a demonstrated ability to maintain account receivables more than$188.8 Million without any work stoppages. • Ceres owns the largest fleet of equipment in the industry--1,804 pieces of equipment. • Ceres owns the largest internal reduction capacity in the industry—over 120,000 CYs per day with 20 grinders and 10 air curtain incinerators. • Ceres has 61 fulltime disaster response field management employees with specific experience in project management, quality control, and safety practices enforcement. The 16 most senior of our disaster response management team have a combined 344 years of experience. • Ceres received an "Exceptional" rating from the U.S. Army Corps of Engineers for projects resulting from Hurricane Michael in Southwest Georgia, Hurricane Irma/Maria in the U.S. Virgin Islands, and Hurricane Katrina in Louisiana. • During the U.S. Army Corps of Engineers Southwest Georgia Debris Mission following Hurricane Michael, Ceres averaged 769,000 cubic yards of debris for the first 3 weeks of the project with a peak hauling capacity of 140,000 cubic yards in a single day. This project was performed simultaneously with 4 other projects. When these 4 projects are included, Ceres peak hauling capacity was over 200,000 cubic yards per day. Ceres also maintains a database of 3,346 subcontractors with 133 pre-qualified, local subcontractors within 30 miles of Miami Beach to ensure rapid mobilization during any activation. If awarded, Ceres commits to working to identify additional MBE, WBE, SBE, and DBE contractors for debris removal, and conducting a subcontractor workshop in Miami Beach within the first year. Local contractor utilization and keeping dollars in the local community is a cornerstone of Ceres response and long-term operations. FLORIDA I TEXAS I MINNESOTA I CALIFORNIA I LOUISIANA 6968 Professional Parkway I Sarasota,FL 34240 I oFicE(800)218-4424 I FAX(866)228-5636 ceresenvi ronmental,cons CERES Ceres Disaster Recovery Division is headquartered in Sarasota, FL providing an excellent location from which to manage our post-disaster work in Miami Beach,with a local office established during an activation. If an event affects our Sarasota office, Ceres maintains other offices in Houma, LA, Houston, TX, Brooklyn Park, MN, and Cameron Park, CA providing us great continuity of operations to quickly step in and assume responsibility for disaster response. Proposer Ceres Environmental Services, Inc. Address 6968 Professional Parkway, Sarasota, Florida 34240 Phone Number (800)218-4424 Fax Number (866)228-5636 Type of Business entity Corporation Years in Business 47 Primary Contact Tia Laurie, Corporate Secretary Primary Contact tia.laurie@ceresenv.com- (800)218-4424 Information Names and Titles of David McIntyre, President, and Sole Shareholder Principals John Ulschmid, Senior Vice President Tia Laurie, Corporate Secretary We look forward to the opportunity to continue to be your supplier of disaster debris management services. Sincerely, Tia Laurie Corporate Secretary Ceres Environmental Services, Inc. Enc. FLORIDA I TEXAS I MINNESOTA I CALIFORNIA I LOUISIANA 6968 Professional Parkway I Sarasota,FL 34240 I OFFICE(800)218-4424 4 FAX(866)228-5636 ceresenvi ronmental.corn 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 47 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 eligible 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 $2.5 billion dollars of Emergency Debris Management contracts awarded by various government agencies within the past 30 years on over 300 FEMA- funded contracts. • Following Hurricane Michael, Ceres was activated by the USAGE in 13 counties in Southwest Georgia. Ceres collected and hauled a total of 4,236,363 cubic yards (CY)of debris in 90 days, with a maximum haul of 140,330 CYs in a single day. • In all of 2017, Ceres received 54 major contract activations from cities, counties, and in the U.S.Virgin Islands(USVI)for debris removal and off-island debris disposal. For the USVI work, Ceres received the highest possible contract evaluation — Exceptional — in all categories for its pre-and post-Hurricanes Irma and Maria responses. • Ceres responded to Louisiana flooding in 2016, removing over 1,000,000 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 3,000,000 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. • Federal Employer Identification Number 41-1816075 • Florida General Contractor's License CGC150876 City of Miami Beach, FL I 9/15/2023 Table of Contents RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Title Page Corporate Resolution Florida Certificate of Authority Florida Contractors License Tab Section Page 1 Cover Letter and Minimum Qualifications Requirements 1 Cover Letter and Table of Contents 1.1-1 2 Minimum Qualifications Requirements— Scope of Work > 250,000 CY with Required Submittals 1.2-1 Letters of Reference 2 Experience and Qualifications 2-1 1 Qualifications of the Proposing Firm 2.1-1 1 References 2.1.1-1 2 Experience Managing Multiple Contract Activations 2.1.2-1 3 Financial Capacity 2.1.3-1 Bank Reference Letter Bonding Capacity Letter Insurance Certificate 2 Qualifications of the Proposer Team 2.2-1 Resumes Certifications 3 Approach and Methodology 1 Required Scope of Service Plans (Appendix A, Sections A3-A4) 3.1-1 2 Ceres Owned Equipment 3.2-1 3 Subcontractor Equipment 3.3-1 4 Approach to Subcontracting Work 3.4-1 List of Potential Subcontractors 5 Debris Management Site Operations Plan 3.5-1 6 Disaster Debris Removal Operations Plan 3.6-1 7 Recycling Plan 3.7-1 8 Collaboration with the City/Training 3.8-1 9 Obtaining Maximum FEMA Reimbursement 3.9-1 10 Supplier Diversity 3.10-1 4 Cost Proposal Appendix B - Cost Proposal Form CERESTable of Contents City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 1.2 Minimum Qualifications Requirements — Scope of Work > 250,000 CY with Required Submittals Ceres Environmental Services, Inc. has been working actively in the disaster recovery business since our founding in 1976, completing over 300 FEMA-reimbursed projects. Below is a selection of our past performance that meets the minimum requirements as stated in Appendix A — A-1; additional details on our past performance are available upon request. Owner&Location Title of Work Value CY Time Period Description Contact Cape Coral, FL Emergency Disaster $64,888,996 2,707,047 September 2022 Removal of Debris Terry B.Schweitzer,Solid Waste Assistance and Debris —May 2023 Following Hurricane Ian Manager; P.O.Box 150027 Removal Cape Coral, Florida 33915-0027 Tel:239-573-3136; tschweitzer@capecoral.gov North Port, FL Disaster Debris Clearance and $42,031,396 2,446,843 October 2022— Removal of Debris Garrett Woods, Public Works/Business Removal Services March 2023 Following Hurricane Ian Manager,4970 City Hall Boulevard, North Port, FL 34286,Tel.:(941)240- 8087;gwoods@northportfl.gov Mandeville,LA Emergency Debris Removal $5,576,418 306,702 September- Removal and disposal of Keith LaGrange, Director of Public and Disposal December 2021 debris following Hurricane Works,3101 East Causeway Approach Ida Mandeville,LA 70448;Tel.(985)624- 3169;klagrange@cityofmandeville.com Livingston Parish,LA Debris Removal&Site $23,019,328 1,322,210 August 2021— Removal and disposal of Mark Harrell,Director of Homeland Management for Debris January 2022 debris following Hurricane Security Office,20355 Government Reduction and Emergency Ida Blvd.,Suite D,Livingston,LA 70754; Roadway Clearance Tel.(225)686-3066;Fax(225)686- 7280;mh@Ipgov.com Allen Parish,LA Debris Removal and Disposal $8,526,706.44 550,846.00 September- Collection and disposal of Jacob Dillehay, P.E.,602 Court Street, Service December 2020 debris generated from Oberlin,LA 70655;Tel. (337)639- Hurricane Laura. 4328;jdillehay@appj.us Santa Rosa County, FL Disaster Debris Removal $9,394,981.31 595,746 September 2020 Collection, reduction,and Glenn Bailey,Assistant Public Works Services —Feb 2021 disposal of debris Director,6945 Caroline Street Suite C, generated from Hurricane Milton, FL 32570;Tel. (850)623-1877; Sally. glennbailey@santarosa.fl.gov Vermilion Parish,LA Pre-Positioned Disaster Debris $4,905,458.09 265,883.85 September 2020 Hurricane Laura debris Billy Noegel, Public Works, 100 North Removal Contract -January 2021 removal and disposal. State Street,Abbeville,LA 70510; (337)652-9107;wpnoegel@gmail.com Linn County,IA Debris Clearance and $9,476,677 681,998 September 2020 Removal and disposal of Brad Ketels,Linn County Engineer, Removal Services(Pre-Event -January 2021 debris resulting from 319-892-6404; Contract) August derecho. brad.ketels@linncountyiowa.gov; 1888 County Home Road Marion,IA 52302 SERES Tab 1 Cover Letter and Minimum Qualifications Requirements Section 2 Minimum Qualifications Requirements—Scope of Work >250,000 CY with Required Submittals Page 1.2-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Owner& Location Title of Work Value CY Time Period Description Contact Linn County,IA Debris Clearance and $6,662,897.33 479,167.52 August- Removal and disposal of Brad Ketels,Linn County Engineer, Removal Services(30-day September 2020 debris resulting from 935 2nd Street SW,Cedar Rapids, IA Post-Event Contract) August derecho. 52404,Tel.(319)892-6404 brad.ketels@linncountyiowa.gov Cameron Parish, LA Debris Clearance and $28,880,677 1,151,059 August 2020— Removal,reduction,and Katie Armentor,Police Jury Removal Services May 2021 disposal of debris Administrator,(337)540-8617 or(337) generated from Hurricane 775-2608; 148 Smith Circle,Cameron, Laura and Hurricane Delta. LA 70631;karmentor@cameronpj.org Hamilton County,TN Emergency Debris Collection $5,369,509.79 409,504.30 April—June Tornado debris collection, John Agan,Director of Engineering& and Disposal Services 2020 reduction,and disposal. Facilities Maintenance,4005 Cromwell Road,Chattanooga,TN 37421;Tel. (423)315-3840;johna@hamiltontn.gov CalRecycle Fire Debris Removal and $246,156,950 768,458.69 January 2019— Wildfire Structure and Alan Zamboanga,PE, 1001 I Street, Recovery Services for the tons;3083 May 2020 Debris removal in Butte Sacramento,CA 95814;Tel.(916)341- Camp Fire in Butte County ROEs County,CA Camp Fire 6405; alan.zamboanga@calrecycle.ca.gov U.S Army Corps of W912P814D0020(ACI)Debris $134,159,610 4,271,053 October 2018— Removal of debris and Tonja Dreke,Contracting Officer, 100 Engineers;Southwest Management:Hurricane March 2019 hauling following Hurricane W.Ogelthorpe Ave.Savannah,GA GA,multiple counties Michael Debris Removal Michael within 13 31401;Tel: (912)652-6071; Southwest Georgia Tonja.j.dreke@usace.army.mil Counties. USACE—Virgin W912P8-14-D-0020,Debris $55,448,300.75 1,029,505 October 2017— Removal and reduction of Rosalind Shoemaker,Contracting Islands Management May 2019 debris resulting from Officer,U.S.Army Corps of Engineers, Hurricanes Irma and Wilmington,Wilmington District, Maria;site management Contracting Division,69 Darlington and restoration Ave,Wilmington NC 28403-1343,Tel.: (910)251-4436; rosalind.m.shoemaker@usace.army.mi I City of Albany,GA Disaster Debris Clearance and $2,270,136.69 490,310 October 2018 Removal of debris Larry Cook,Director of Public Works; Removal Services resulting from Hurricane 222 Pine Avenue,P.O. Box 1827, Michael Albany,GA 31702;Tel:(229)446- 2739, Fax(229)438-3967; LCook@dougherty.ga.us Dougherty County,GA Disaster Debris Clearance and $1,368,389.28 267,998 October 2018 Removal of debris Larry Cook,Director of Public Works; Removal Services resulting from Hurricane 222 Pine Avenue,P.O. Box 1827, Michael Albany,GA 31702;Tel:(229)446- 2739, Fax(229)438-3967; LCook@dougherty.ga.us CE ERE Tab 1 Cover Letter and Minimum Qualifications Requirements Section 2 Minimum Qualifications Requirements EN vtRON NE NTAL ents—Scope of Work >250,000 CY with Required Submittals Page 1.2-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Contact FDOT—District 3 Debris Removal and Disposal 3,358,266 October 2018- Removal of debris Bobby Ellis,Operations Engineer— Services $49,589,902.77 May 2019 resulting from Hurricane District 3, 1074 Highway 90,Chipley, Michael in Jackson and FL 32428;Tel.(850)767-4904; Washington Counties robert.ellis@dot.state.fl.us DTOP Central and Contract No 2018-000-175 $39,789,170.25 Haul:310,052 December 2017- Removal,processing and Juan M.Maldonado De Jesus,PO Box South Regions and Contract No.Contract No November 2020 disposal of hurricane 41269,San Juan,Puerto Rico 00940- 2018-000-176,Debris Grinding: generated debris from 1269,jumaldonado@dtop.pr.gov Removal, Hauling, 301,900 state roads following or Consolidation,Processing and Hurricane Maria,as well as Patrik Kast,Analyst/Consultant for Disposal Services(Hurricane grinding and mulch haul- DTOP;347)244-0773 Maria) out.Includes vegetative pkast@alvarezandmarsal.com debris,trees,C&D debris. Glynn County,GA Debris Removal and Disposal $6,423,081.22 381,866 September- Removal of debris Dave Austin, Public Works and Services December 2017 resulting from Hurricane Maintenance Director,4145 Norwich Irma Street Ext, Brunswick,GA 31520;Tel. (912)554-7701;daustin@glynncounty- ga.gov • Seminole County,FL Disaster Debris Hauling $13,151,655.57 786,619 September 2017 Hauling debris resulting Hector Valle, Manager of Services —January 2018 from Hurricane Irma Environmental Programs; 1301 East Second Street,Sanford,FL 32771;Tel: (407)665-2261; Fax:(407)324-5731; hvalle@seminolecountyfl.gov Miami-Dade County, Hurricane Irma Debris $8,708,850.18 645,100 September- Removal of debris Paul Mauriello,Deputy Director of FL Removal Services November 2017 resulting from Hurricane Operations,Department of Solid Waste Irma Management;Tel.305-514-6623; paul.mauriello@miamidade.gov Orange County,FL Disaster Recovery and Debris $5,524,027.41 330,555 September- Removal of debris Carol Hewitt,Sr.Contract Removal December 2017 resulting from Hurricane Administrator,400 E.South Street, Irma Second Floor,Orlando,FL 32801,Tel. (407)836-5635,Fax(407)836-5899, carol.hewitt@ocfl.net Miami, FL Emergency Debris Removal $6,309,411.42 455,554 September- Removal of debris Amy Gandarilla, Purchasing,444 SW and Disposal Services December 2017 resulting from Hurricane 2nd Avenue,6th Floor, Miami, FL Irma 33130,Tel.(305)416-1925,Fax(305) 416-1922,agandarilla@miamigov.com CERES Tab 1 Cover Letter and Minimum Qualifications Requirements Section 2 Minimum Qualifications Requirements—Scope of Work >250,000 CY with Required Submittals Page 1.2-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Owner&Location Title of Work Value CY Time Period Description Contact Livingston Parish,LA Debris Removal&Site $16,338,932.00 860,188 August 2016— Removal and disposal of Mark Harrell,Director of Homeland Management for Debris August 2017 debris from summer floods Security Office,20355 Government Reduction and Emergency throughout the Parish. Blvd.,Suite D,Livingston,LA 70754; Roadway Clearance Ceres also removed Tel.(225)686-3066; Fax(225)686- 400,000 pounds of putrid 7280;mh@Ipgov.com food and 20,000 units of white goods ruined in the floods. Denham Springs,LA Disaster Debris Removal $4,070,506.96 275,507 August 2016— Removal and disposal of Melvin Womack,Purchasing Agent, August 2017 flood debris following 941 Government Street,Denham heavy rains.Ceres also Springs,LA 70727;Tel.(225)667- removed more than 1,500 8385; units of electronic waste. purchasing@cityofdenhamsprings.com Albany,GA Disaster Related Debris $4,973,565.60 378,548 February—June Debris removal and Yvette Fields, Procurement Director, Removal Services 2017 disposal within the City 222 Pine Avenue,Suite 260,Albany, following a January GA 31701,Tel.(229)431-3211,Fax: tornado (229)431-2184 yfields@albany.ga.us Beaufort County,SC Storm Debris Removal, Debris $24,790,569.30 1,630,533 October 2016— Collection, removal and Pamela Cobb, Public Works, 120 Management Site Operations April 2017 reduction of debris from Shanklin Road, PO Drawer 1228, and Disposal public and private ROW Beaufort,SC 29901;Tel.(843)255- following Hurricane 2721;pcobb@bcgov.net Matthew Savannah,GA Storm Debris Removal $11,934,437.55 449,873 October 2016— Debris removal after Molly Huhn, Purchasing Director,2 Services June 2017 Hurricane Matthew, East Bay Street,Savannah,GA 31402, removal and reduction of Tel.(912)651-6425,Fax(912)651- vegetative debris,trees 6855,mhuhn@savannahga.gov and stumps.Ceres also removed almost 50,000 CY of waterway debris. Glynn County,GA Debris Removal and Disposal $7,945,091.78 441,127 CY October 2016— Removal of debris Dave Austin, Public Works/ Services March 2017 resulting from Hurricane Maintenance Director;4145 Norwich Matthew Street Ext. Brunswick,GA 31520;Tel: (912)554-7701;daustin@glynncounty- c�a.9ov Columbia County,GA Removal and Disposal of $8,539,038.00 648,444 February— Removal,collection, Suzie Hughes, EMA Specialist VI,650- Disaster Debris August 2014 reduction,and disposal of B Ronald Reagan Drive,Evans,GA over 500,000 CY of 30809, Phone(706)868-3303,Fax vegetative debris (706)868-3343, shughes@columbiacountyga.gov _ �ERES Tab 1 Cover Letter and Minimum Qualifications Requirements Section 2 Minimum Qualifications Requirements—Scope of Work >250,000 CY with Required Submittals Page 1.2-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Owner& Location Title of Work Value CY Time Period Description Contact State of NC Guilford County—Western $6,816,757.00 417,572 March—October Removal,collection, Carolyn T.Huskins,Proposal Engineer, Department of Section Removal and Disposal 2014 reduction,and disposal of NCDOT, Div. Of Highways, 1584 Transportation of Storm-Related Vegetative over 400,000 CY of Yanceyville Street,Greensboro, NC Debris vegetative debris 27415-4996;Phone(336)487-0075, Fax(336)334-3637, cthuskins@ncdot.gov Jefferson County; Tornado Debris Removal and $11,245,998.00 1,191,554 May-July 2011 Removal and hauling of James A.(Jimmie)Stephens,County Jefferson County,AL Disposal Services tornado debris from ROW Commissioner,716 Richard Arrington in Jefferson County, Jr.Blvd North,Birmingham,AL 35203, Vestavia Hills,Warrior, Tel.(205)325-5555;Fax(205)325- Mountain Brook,and 4860;stephensj@jccal.org Pleasant Grove.Reduce debris at 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. Government of Haiti; Construction,operation,and $11,423,814.00 4.15 M February 2011 - Converted 30 acres of a Garry Jean, ING,Coordonnateur, Truitier Landfill,Port- maintenance of a TDSR site January 2013 500-acre uncontrolled Ministere des Travaux Publics au-Prince,Haiti and processing of scrap in the MSW landfill into an Transports et Communications,Unite Truitier landfill earthquake debris Centrale d'Execution,23 et 10,Angle receiving and processing Ruelle Wilson, Port au Prince,Haiti. site.Work involved Tel.509223240,fax 5092030321, processing rubble,traffic garijan@gmail.com control,health and safety, and environmental management. CERES Tab 1 Cover Letter and Minimum Qualifications Requirements Section 2 Minimum Qualifications Requirements—Scope of Work >250,000 CY with Required Submittals ""`"' Page 1.2-5 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Owner& Location Title of Work Value CY Time Period Description Contact Chambers County,TX; Hurricane Ike Debris Removal $8,450,673.00 341,024 September 2008 Load and haul hurricane Roy Turner,Emergency Management Chambers County,TX and Disposal —November debris from County ROW Coordinator,2128 SH61, PO Box 957, 2008 and collection sites.Trim Anahuac,TX 77514;Tel:(409)267- or remove leaning trees, 2446, Fax: (409)267-4133; hanging limbs,and rturner@co.chambers.tx.us hazardous stumps.Load and haul white goods. Deliver debris to approved dumpsite. Provide meals and base camps for County staff. City of Baton Rouge/ Hurricane Gustav Debris $17,986,892.00 1,956,055 September 2008 Load and haul hurricane Bob Hearn, P.E., Department of Public East Baton Rouge Removal —December debris from City and Parish Works,City of Baton Rouge/Parish of Parish;Baton Rouge, 2008 ROW.Trim or remove East Baton Rouge, PO Box 1471, LA leaning trees,hanging Baton Rouge,LA 70821,Tel.(225) limbs,and hazardous 389-5456,Fax(225)389-5460, stumps. Deliver debris to bhearn@brgov.com approved dumpsite. Cameron County; Hurricane Dolly Debris $5,168,366.00 408,925 July 2008— Load and haul hurricane Nathanael Flores,Emergency Planner, Cameron County,TX Removal and Disposal September 2008 debris from County ROW. Cameron County Judge's Office- Deliver debris to Division of Emergency Management, Temporary Debris Staging 1100 E.Monroe St.,Brownsville,TX and Reduction Site 78520,Tel.(956)547-7000, Fax(956) (TDSRS).Reduce debris 547-7006,nat.flores@co.cameron.tx.us by burning. CE „ ES Tab 1 Cover Letter and Minimum Qualifications Requirements Section 2 Minimum Qualifications Requirements—Scope of Work >250,000 CY with Required Submittals """`} Page 1.2-6 Letters of Reference ^\,IBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www,miomibeachN,00v PUBLIC WORKS, Sanitation Division Tel: (305)673-7616, Fox: (305)673.7627 September 6. 2018 RE: LETTER OF RECOMMENDATION Dear David Preus, The City of Miami Beach Public Works Sanitation Division would like to congratulate Ceres Environmental Services, Inc. on the highly successful operations in debris recovery in the aftermath of Hurricane Irma. As we are all aware of the difficult challenges that the 2017 hurricane season brought to many parts of the country, Hurricane Ira was especially unkind to the State of Florida in particularly Miami Beach. Although Ceres Environmental was not the city's primary contractor, once contact was made your company mobilized and responded to the city's needs. Being a top world destination and our busy season was approaching, it was crucial that the City return to normal and time was of the essence. Approximately 150,000 cubic yards of debris were collected, processed and disposed of within a 50 day time frame. Ceres Environmental was instrumental in helping our residents and business owners limit the amount of hardships and financial losses that play an important factor on how well a community rebounds form a natural disaster. I would highly recommend Ceres Environmental to other municipalities in times of crises. My experience with this firm is that they are true professionals with a focus on the need of their customers and the community they serve regardless of the circumstances. Respectfully, Alberto Zamora, Sanitation Division Director City of Miami Beach We ore committed to providing excellent public service and safely to all who live, work and play in our vibrant, tropical, historic community Ceres Environmental Services, Inc. cITT or o0 � 411 City of Cape Coral Public Works Department April 27, 2023 Bryan Fike Regional Client Services Director Ceres Environmental Services, Inc. 6968 Professional Parkway East Sarasota, FL, 34240 Re: City of Cape Coral Hurricane Ian Debris Removal Project Dear Bryan Fike: I am writing to acknowledge and commend CERES Environmental Operations for the excellent performance related to disaster debris removal following Hurricane Ian's landfall in Cape Coral. I offer sincere appreciation for their rapid recovery services during one of the most powerful and destructive storms to ever hit the United States. The project scope included over 127 square miles of land and 1,500 miles of roadway. Ever since we signed our contract, they have provided the highest quality of communications and responsiveness with even better customer service. Our deadlines were met earlier than expected, and they quickly resolved any issues that arose without reservation. Our recovery could not have been successful without them. The professional leadership of the field team to rapidly mobilize and ramp up with full-time personnel and numerous subcontractors is a testimony to the dedication of their staff. A positive relationship was built with all levels of the city's government, making them a reliable partner to us. Immediately after the storm passed, CERES mobilized a large volume of equipment and personnel to conduct first push operation, began vegetative debris removal, set up and operated four separate debris management sites within city limits. The CERES team and their sub-contractors, were well equipped to, not only, meet the physical demand, but also, extremely familiar with the tedious requirements related to federal funding. __-- Public Works Department • City of Cape Coral, P.O. Box 150027 • Cape Coral, Florida 33915-0027 (239) 574-0701 • Fax (239) 574-0732 • publicworkscapecoral.net Co-County Seat - Lee County, Florida Bryan Fike- City of Cape Coral Hurricane Ian Debris Removal Project April 27, 2023 Page 2 of 2 Key staff within the CERES organization provided excellent customer service and addressed all citizen concerns with a sense of urgency and professionalism. While Cape Coral's debris removal activities were being well maintained by CERES, City of Cape Coral Public Works staff were able to focus on different infrastructure recovery efforts. At the 60-day mark of the declared disaster, Ceres had removed over 1,800,00 cubic yards of vegetation and C&D from city streets. At project completion, CERES collected, chipped, and disposed of 1,510,773 cubic yards of vegetative debris; and collected, staged and disposed of 454,308 cubic yards C&D both, in only 4 months. This included two weeklong holiday breaks. In addition to the right-of-way removal, a unique facet to the recovery was Ceres also planned and successfully conducted both land-based and water-based debris removal of vegetation knocked down by lan, and non-vegetative debris blown into the canals or damaged by the storm surge. The scope of this project included collecting, chipping, and disposing of 750,000 cubic yards of vegetative debris and 800 cubic yards of C&D from over 400 miles of both saltwater and freshwater canals, while supporting the City's efforts in protecting waterfowl, wading birds, migrant songbirds, gopher tortoises, and dolphins and reptiles. Cape Coral is home to the largest population of burrowing owls in Florida, and the canal system is so extensive that local ecology and tides have been affected. The system provides many residents with waterfront living access to the Gulf of Mexico via the broad Caloosahatchee River and Matlacha Pass. The City of Cape Coral is honored to have completed a successful FEMA funded project with CERES, and I would whole-heartedly recommend the CERES team for emergency debris removal activities. Sincerely, e Terry . Schweitzer Solid Waste Manager City of Cape Coral TS:jr City of North Port OF0*.y DEPARTMENT OF PUBLIC WORKS NO �� " Office: 941.240.8050 n?"" Fax: 941.240.8063 N y y F LORIDA A u ,F�OR1Dp MEMORANDUM TO: Mike Beavers Karl Dix FROM: Frank Lama, Solid Waste Manager SUBJECT: Hurricane IAN Cleanup Recommendation Letter DATE: April 21, 2023 Dear Mr. Beevers, It is my pleasure to recommend Ceres Environmental Services, Inc.for their exceptional work in the City of North Port in the aftermath of Hurricane Ian. North Port was among the hardest-hit areas of Florida experiencing significant flooding and strong sustained winds for hours. The hurricane produced millions of cubic yards of vegetative and C&D debris.Your team at Ceres made the completion of this complex, large-scale debris removal project seem easy. Ultimately,your team collected, hauled, processed, and disposed of over 2.4 million cubic yards of debris, which enabled a faster than anticipated restoration of the North Port community.At the project's peak,47,000 cubic yards of debris was hauled in a single day.The City especially appreciated that Ceres owned all the reduction equipment mobilized to quickly reduce the incredible amounts of debris.This helped reduce the overall processing times and propel the project forward ahead of other jurisdictions in the area. Due to the quick response and the expedited project,the City was able to maximize FEMA reimbursement with the increased federal cost share granted by FEMA. Ceres was also able to help us return an essential aspect of our economy back to normal.As you know,each year between February and March,tens of thousands of avid baseball fans visit North Port during MLB spring training to enjoy the weather and watch the Atlanta Braves play.Spring Training is a key economic driver for the City.Each year, Spring Training pumps millions of dollars into our City.Ceres set an ambitious goal to complete the debris cleanup process before the start of spring training,and I'm proud to say that this goal was successfully achieved. I highly recommend Ceres Environmental Services,Inc.for any future disaster debris management projects.They are a reliable and professional company that exceeded our expectations during our disaster response efforts.Please,feel free to show this letter to potential clients. I would be happy to answer any questions or supply additional information. Sincerely, Frank Lama City of North Port, FL �00N Co,, WESTON WAMP •t• ti�?,11 ,t JOHN A.AGAN,P.E. COUNTY MAYOR • DIRECTOR _ w ENGINEERING& �y_ y FACILITIES MAINTENANCE HAMILTON COUNTY,TENNESSEE Tia Laurie, Director of Administration Ceres Environmental Services, Inc. 6968 Professional Parkway East Sarasota, Florida 34240 Subj: Letter of Recommendation Dear Ms. Laurie, As director of Engineering and Facilities Maintenance for Hamilton County, I was assigned to coordinate and manage the debris removal contract with your firm after Hamilton County sustained an EF-3 Tornado disaster on April 11, 2020. At the onset of the contract initiation with Ceres, your team immediately contacted us and commenced planning to be onsite within 24 hours. The dedication, determination, and professional performance by all the Ceres team members and sub-contractors started with resilience and maintained so until project completion. The debris removal effort included a total of 408,475 cubic yards (376,043 cubic yards were vegetative, and 32,432 cubic yards were C&D material). The debris removal effort was completed safely and efficiently in the 45 day period required by FEMA guidelines. The contract amount was$5,369,509.80. The project management team provided daily information on the removal process along with detailed and coordinated weekly meetings. The Ceres project management team worked to ensure compliance with all FEMA guidelines,and USACE recommendations,ensuring that Hamilton County reimbursement was not jeopardized. Ceres displayed an outstanding team attitude in the interaction between Hamilton County officials, the debris monitoring firm, and the FEMA assigned USACE subject matter expert team. Ceres' professionalism and debris removal expertise was critical in the timely restoration of our community, and allowed for a quicker return to normalcy for our residents. Ceres is highly recommended for any future debris removal projects. Please feel free to forward this letter to agencies requiring a recommendation,and let them know that they can contact me. Sincerely, a. • re'--r•--/ John A.Agan, PE Director Engineering& Facilities Maintenance Hamilton County, Tennessee (423)209-7840 1110 Dayton Boulevard,Chattanooga,Tennessee 37405 ``,ion A a �� � J � mark R. Johnsen Mayor March 23,2022 To Whom It May Concern, It is my great pleasure to recommend Ceres Environmental Services Inc.to any organization in need of debris removal services. The City of Covington,located in southeast Louisiana,completed an RFP for a standing debris removal service contract over the summer of 2021 and executed a contract in early August 2021. Less than one month later Hurricane Ida formed in the Gulf of Mexico and was projected to impact the City of Covington. Within hours of being notified of the possible strength of the storm,Ceres contacted our staff to provide assurance they were ready to respond if needed. The City pre-emptively issued a purchase order one day ahead of the projected impacts to enable Ceres to activate immediately if necessary. Weather bands from Hurricane Ida started rolling in the evening of Sunday,August 29th,2021. Severe weather conditions continued throughout that evening until approximately 6:00 AM Monday morning,at which point the City's Public Works Director determined roads were impassable and we needed to activate Ceres. By 7:00 AM I made direct contact with our Ceres representative and a crew was mobilized. By 11:00 AM our assigned Project Manager arrived in town and a kickoff meeting was held. By 1:00 PM the city was divided into response zones and several debris crews were in route to our area. Debris push efforts on City roads began the following morning at sunrise. The immediate response by Ceres within hours of activation was the key component to the City being able to clear roads for emergency response and reentry. Not only were the crews able to move quickly and efficiently,our Project Manager had a strong understanding of FEMA regulations. It was immediately clear that the City's ability to seek FEMA reimbursement based on eligibility was a priority for Ceres. Our Project Manager and debris crews were in Covington working nearly 7 days a week from August 30th through mid-December. During this time,Ceres demonstrated their ability to operate independently,which allowed the City's leadership to focus on re-establishing City operations. Our Project Manager maintained on-going coordination with the staff,provided notifications of time- sensitive matters,and kept a sharp focus on the community's need to recover and return to daily life as quickly as possible. Meanwhile,he continued to prioritize the City's eligibility for FEMA reimbursement. I can confidently say the City of Covington's speedy and successful recovery in the wake of Hurricane Ida is in large part due to the excellent planning and execution of our Ceres team. Sincerely, Erin Bivona Chief Administrative Officer City of Covington, LA GAVIN NEWSOM MARK S.GHILARDUCCI GOVERNOR Cal OES DIRECTOR OF EMER R'N OFFICE OF ENERBECY SERVICES December 13'h, 2021 Subject: Contractor Reference Letter-CTL Forest Management, Inc. Camp Fire State Hazard Tree Removal Program To Whom it May Concern: This letter is to commend C.T.L. Forest Management, Inc. dba Ceres Forestry (CTL) on their exceptional performance during the performance of their $243,000,000 hazard tree removal contract in support of the Camp Fire State Hazard Tree Removal Program. The California Governor's Office of Emergency Services (Cal OES) oversaw this program in partnership with the California Environmental Protection Agency's Department of Resources Recycling and Recovery (CalRecycle) as part of the State of California's overall response and recovery to the 2018 Camp Fire in Butte County, the deadliest and most destructive wildland fire in state history. For the full duration of heavy field operations, I served as the State's Incident Commander for the Program. From my perspective as the senior government project manager, CTL met the challenging demands of the project with strong, capable leadership and a team of professionals possessing a "can do" attitude. CTL partnered with us every step of the way and exceeded our expectations in many respects, allowing the affected residents and communities back to normal faster than anticipated. The CTL Incident Management Team, who served alongside my team throughout the 12-month project, brought commitment, continuity, and competency to the response. I specifically appreciated the CTL Incident Commander's consistent attention to any concern I raised and his commitment to resolving any problem quickly and effectively. CTL's management team remained tirelessly devoted to this mission, removing just over 59 thousand hazard trees across over 2,500 enrolled private parcels ahead of schedule while consistently exceeding our standards. CTL started and finished operations on individual parcels quickly, as they had a solid methodology of safe and rapid clean up once tree felling was complete. This is of key importance to us, as it limits the length of time during which our operation affects the disaster survivor and potentially limits their ability to reside or rebuild on their property. Chiefly, CTL did not leave properties with trees cut and logs/slash waiting for collection. +•" .. •""•�. 3650 SCHRIEVER AVENUE,MATHER,CA 95655 rted (916)845-8506 TELEPHONE(916)845-8511 FAX •.....,...,i........• W W W,C,E OES,CA.40v' Since the conclusion of the Program, Cal OES has adopted many of the best practices demonstrated by CTL as standard expectations. CTL's Operational Team is also deserving of our recognition and its accomplishments are quite noteworthy. They include: • CTL deployed cutting-edge forestry resources and efficient industry work methods, including completing 52 percent of the work with its own forces. • CTL introduced forestry and tree removal practices not anticipated in the original contract, providing cost savings while consistently protecting areas containing sensitive cultural and environmental resources. • CTL brought deep experience from other disaster recovery projects to provided valuable lessons learned and insight to help Cal OES and CalRecycle enhance the effectiveness of the planning process while increasing operational efficiencies. • CTL played a critical role in devising and implementing the Hazard Tree Steep Slope Plan. CTL's Steep Slope Plan reduced the risks associated with cutting hazard trees on rugged terrain and improved the performance and safety of everyone involved in these critical operations. • CTL led the multidisciplinary planning and execution process to ensure that biological and archaeological resources were protected while efficiently removing the hazard trees in these sensitive project areas. This is particularly evident in Honey Run and Concow where extensive cultural and environmental resources required intensive coordination and specialized operations. From my personal experience, CTL remained considerate and understanding of the challenges experienced by each stakeholder on the project and demonstrated considerable flexibility and diversified experience, consistently exceeding our high expectations. It was a pleasure working with CTL throughout this project, and I am happy to recommend them to any other disaster management agencies who may require similar services. Sincerely, Cole Digitally signed by Cole Glenwright Glenwright Date: 15:11:582021.12.13-08'00' Cole Glenwright Incident Commander, Camp Fire State Hazard Tree Removal Program California Governor's Office of Emergency Services PND sec, y,'f� Livingston Parish so���P� w C/, Office of Homeland Security and Emergency Preparedness �, ce, •4ItISN * v * �v '�C �� MARK HARRELL BRANDI JANES ' , O/ F46.,r PROW Director Deputy Director FiyeY PREQPQ��` 18 September 2018 LOHSEP/MH/BJ/185 David Preus Senior Vice President Disaster Recovery Division Ceres Environmental Services, Inc. 6968 Professional Pkwy East Sarasota FL 34240 Ref: Debris Removal for the Great Flood of August 2016 Dear Mr. Preus, 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 Livingston Parish residents were changed forever beginning August 11, 2016, when heavy rains and extensive flooding ripped through our parish and surrounding areas. The Parish had a pre-event contract with Ceres Environmental and immediately hired Ceres Environmental to remove, process and dispose of approximately 1,348,249 cubic yards of debris for $16,399,988.71 once the flood waters receded and residents were able to get back into the area. Ceres Environmental was on the ground within 72 hours. They showed extreme reliability and dedication in the midst of chaos. They educated staff on federal requirements and strictly adhered to FEMA debris removal guidelines to achieve greater reimbursement rates for the project. Organized and diligent, their team quickly adapted to meet our needs. Ceres Environmental helped to organize and utilize local contractors, allowing local people to heal by doing something to help in their own backyards. After witnessing the success and partnership of Livingston Parish, its other contractors and Ceres Environmental, we have elected to continue to use Ceres for debris cleanup for an NRCS Emergency Watershed Protection project. Ceres Environmental has my highest recommendation, and I am happy to furnish more details if you would like additional information. P.O.Box 1060,Livingston,LA 70754 225-686-3066 225-686-7280 Fax Ceres Environmental Services,Inc. 18 September 2018 LOHSEP/MH/BJ/00185 Please feel free to contact my office to discuss this request. Your assistance in this matter is greatly appreciated. Respectfully, ark Harrell LOHSEP Director P.O. Box 1060 Livingston, LA 70754 lohsep1@lpgov.com Telephone: (225) 686-3066 Ceres Environmental Services,Inc. 0 BOARD OF COMMISSIONERS 1r1 c;sess,, �` G DOUGHERTY COUNTY �a **Fe� ? ALBANY,GEORGIA ' ' COUNTY COMMISSION: p Rp%4,n''' '�-- //.�,/,' Ctt�roer�xS COHn As CttAutrtAN CLINTON JOHNSON,VICE CHAIR GlORIAGAINPS JOHN HAYIS LAMAR HUDCINS ANTHONY loxes David Preus EWELLLYLE Senior Vice President Disaster Recovery Division COUNTY ADMINISTRATOR RICHARD CROWDIS Ceres Environmental Services, Inc. 6968 Professional Pkwy East Sarasota FL 34240 Ref: Dougherty County Debris Removal Dear Mr. Preus, 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 Dougherty County residents were changed forever on January 22, 2017, when a tornado ripped through our community. Dougherty County, which is located in Southwest Georgia procured the services of Ceres Environmental to remove, process and dispose of approximately 950,000 cubic yards of debris for$9.5 million. Ceres Environmental was on the ground within 72 hours. They showed extreme reliability and dedication in the midst of chaos.They educated staff on federal requirements and strictly adhered to FEMA debris removal guidelines to achieve greater reimbursement rates for the Dougherty County. Organized and diligent,their team quickly adapted to meet our needs. Ceres Environmental helped to organize and utilize local contractors, allowing local people to heal by doing something to help in their own backyards. After witnessing the success and partnership of the County and Ceres Environmental, we have elected to continue to use Ceres for debris cleanup for Private Property Debris Removal. Ceres Environmental has my highest recommendation, and I am happy to furnish more details if you would like additional information. Sincerely, Michael McCoy Interim County Administrator t!`2 P NE AVENUE Posr Om cE Box 1827 ALBANY,GEoRGIA 31702-1827 (229)431-2121 FAX(229)438-3967 Ceres Environmental Services,Inc. Solid Waste Management 2525 NW 62nd Street • Suite 5100 M I A M I-DADE Miami,Florida 33147 T 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, /Yeei ,tveed,e90."° "" lip aul Mauriello Deputy Director for Operations Miami-Dade County Department of Solid Waste Management Ceres Environmental Services, Inc. N` . -r , 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 9.14,4 tn.' 9) , JAMES S. MINOR,JR SOLID WASTE/DEBRIS MANAGER Ceres Environmental Services, Inc. )1\a, COLUMBIA COUNTY 'G ORGLf' 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, Pamela P. Tucker Director A Community of Pride • A County of Vision • Endless Opportunities P.O. Box 49R • 650-B Ronald Reagan Drive • Evans,GA 30809 • Phone:706-868-3303 • Fax:706.868-3343 Ceres Environmental Services, Inc. wwwcolumhiacountyga,gov City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 2 EXPERIENCE AND QUALIFICATIONS 2.1 Qualifications of the Proposing Firm Ceres Environmental Services, Inc. is one of the nation's leading disaster recovery contractors, deploying from its disaster response facilities in Florida, Louisiana, Texas, Minnesota, California, Puerto Rico, the Virgin Islands and Christchurch, New Zealand. Since its founding in 1976, Ceres has been awarded over $2.5 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", the highest rating available at that time. 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 for the single largest geographic area of operation post Katrina. Since 1992, Ceres has been directly involved as a i prime contractor in post-event recoveries from such ' .6 s`s4'' `- ,�'` c•�'� major events as Hurricane Ian in 2022, Hurricane Ida in _ , a . 2021, Hurricanes Delta, Hanna, Laura, Zeta and Sally, �,�"` • Iowa derechos and Spring Tornadoes in 2020; Hurricanes Florence and Michael and the California `f Camp Fire (Butte County) in 2018; Northern California • Wildfires (Lake, Mendocino and Napa Counties) and , 1' Hurricanes Harvey, Irma and Maria in 2017; Hurricanes Hermine and Matthew in 2016;Winter Storms Cara and ' Goliath in 2015; Winter Storm Pax in 2014; Superstorm Sandy in 2012; the Oklahoma City and Alabama tornadoes, New Zealand earthquake, and flooding in North Dakota in 2011; earthquakes in Haiti in 2010; flooding in Iowa and Hurricane Ike in 2008; as well as Hurricanes Katrina (2005), Georges (1998), and Andrew(1992). Ceres first began operations in 1976 in response to Dutch Elm disease. Since that time, Ceres has responded to hundreds of disaster events across the U.S., on remote island chains and even in different countries. In that time, Ceres has grown from a single company into a multinational family of companies and divisions that provide resources, support, and services to the Disaster Recovery Division. These business units currently employ a total of more than 400 trained and experienced core personnel; this core team is expanded to over 1,500 when necessary, during recovery response missions. Our team possesses competencies and capabilities in the following areas. • The Ground Up—Houston-based green waste recycling company focusing on yard waste disposal, grinding, and mulching operations. • Vesta Equity—an investment company specializing in finance and real estate. Part of its mission is supplying financing for business operations and real estate ventures. Ceres uses our affiliated company Vesta as a financing resource, allowing Ceres to easily finance our activities. For example, during our 2018-19 storm response,Ceres utilized working capital of approximately$100 million in several instances, including during California wildfire recovery work. • C.T.L. Forest Management, Inc. — California forestry focused company that performs large-scale post-wildfire hazard tree removal programs in Oregon and California and conducts disaster mitigation, such as fuels reduction and fire hardening projects. Ceres/C.T.L. are the largest owner/operator of Sennebogens in the world.This specialty tree removal equipment utilizes a cutter head and elevated cab to limit tree personnel on the ground to remove hazardous trees. • Civil Works—focused on large, horizontal construction projects such as levees, dikes, and other flood control works. • Equipment— supports Disaster Response and Civil Works managing 1,804 pieces of equipment and 33 mechanics, as well as additional support personnel. The companies fulfilled a long-term Corporate strategic goal of owner and President David McIntyre — to develop a suite of diversified,yet complementary and related businesses to support Disaster Recovery and CERES Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Response in any large and diverse disaster debris activation(s). Each business unit and division play a vital role in the overall company strategy and Ceres can draw on the strength and synergies of each company to ensure that the personnel,technology, equipment, and finances required to successfully complete large- scale missions. This strategy allows Ceres to: • Retain long-term employees between disaster recovery assignments • Keep heavy equipment on-hand, at-the-ready and operational • Provide financing to ensure that we can pay subcontractors promptly and purchase additional equipment necessary to self-perform CERES HAS NEVER DEFAULTED ON A CONTRACT OR FAILED TO COMPLETE ANY WORK AWARDED. 47 Years 200+ 3,346 Trusted $2 Billion of Experience Professional Staff Subcontractors Bonding Capacity 1,804 Pieces of Internal Grinding 2016 -2022 No Client Has Owned Capacity 40 Million+ CY Been Denied Equipment 120,000 CY/day Managed Reimbursement Advantages of Ceres Feature Benefit to City of Miami Beach Solid Experience and Low Risk of Poor Exemplary performance on over 300 FEMA-funded Emergency Debris Consistent Performance Management contracts with an awarded value of over $2.5 billion dollars for Performance various government agencies. Rapid Disaster Improved Safety and In October 2018,Hurricane Michael ripped through Georgia leaving damage and Response and Rapid Completion destruction in its path, with the hardest hit areas in Southwest Georgia. As a Mobilization result, Ceres was activated by the U.S. Army Corps of Engineers (USACE) to remove debris in 13 Southwest Georgia counties.We mobilized staff and some equipment prior to the formal Notice to Proceed(NTP). Ceres collected a total of 4.2 million cubic yards of debris in the first 90 days.At the mission's peak, Ceres was able to haul 140,000 CYs — 3.3% of the total project— in a single day. The consistency of this type of significant progress allowed us to finish on schedule with the USACE staff drawdown plan. Ceres received the highest possible quality rating for this work—Exceptional— based in part on our high production rates despite numerous scope changes and severe weather. Long,Varied History of Maximum FEMA Ceres' careful attention to documentation and strict quality control procedures Disaster Recovery Reimbursement will aid in the acceptance of a claim for reimbursement. Throughout Ceres' Experience history, no client has been denied reimbursement for work Ceres has performed. Over the past fifteen years,all of Ceres'clients eligible for FEMA reimbursement have received the maximum amount for which their jurisdiction was eligible, typically between 75%and 100%based on FEMA regulations. ERE Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-2 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Feature Benefit to City of Miami Beach Large Scale Successful Task In 2022, Ceres responded to 27 contract activations in Florida following the Experience and Completion landfalls of Hurricanes Ian and Nicole.During this same period.Ceres continued Multiple Event work on a waterway debris removal project in Livingston Parish,LA and a debris Response removal project resulting from wildfires in New Mexico. In 2021,Ceres successfully completed over 30 projects resulting from numerous disasters affecting the United States. This includes Hurricane Ida in Louisiana, Winter Storm Uri,and Tropical Storm Nicholas in Texas,a derecho in Iowa,Red Tide in Florida, and the wildfires in Oregon and Colorado. In September of 2017, Ceres responded to 7 jurisdictions in Texas after Hurricane Harvey, and 35 jurisdictions in Florida and 2 jurisdictions 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. Ceres received an Exceptional overall rating—the highest possible rating for the work performed in the Virgin Islands by the U.S. Army Corps of Engineers. In August of the same year. Ceres had already begun recovery work in seven jurisdictions in Texas following Hurricane Harvey. Large Number of Faster Job Ceres' subcontractor database comprises 3,346 qualified individuals and Accredited Completion companies certified to work in the U.S.These companies have more than 50,000 Subcontractors pieces of debris removal equipment immediately available for disaster recovery work. Large Disaster Faster Job Through contract with its wholly owned subsidiary, Ceres Environmental, Inc., Response Equipment Completion and Ceres has access to one of the largest inventories of disaster recovery Inventory Added Flexibility equipment in the U.S. Ceres Environmental Inc.'s current inventory includes 1,804 pieces of equipment. 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 47 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 • Equipment, and • Trusted Subcontractors Rapid Deployment Over the years, we have developed and refined our ability for rapid response mobilizations. Following Hurricane Ian in 2022, Ceres mobilized 13 knuckleboom crews and 3 bucket truck crews within 24 hours of Notice to Proceed to Hardee County, FL. This was one of the very first debris removal projects in the state to start after the hurricane. Following Hurricane Matthew in 2016, Ceres mobilized staff and equipment to Beaufort County, SC within 24 hours of the Notice to Proceed. Originally, Ceres was under contract to provide 10 emergency debris clearance crews, but when the County's needs changed, we were able to quickly increase the number of crews to 24. That was the largest number of push crews we had provided in 10 years. We set a record again in 2018, when Ceres provided push crews to Jackson County, FL following Hurricane Michael. Ceres received a Notice to Proceed and mobilized over 150 emergency debris clearance crews within 72 hours. C E „ ES Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-3 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Given the severity of the storm, Ceres continued emergency debris clearance for over 100 hours after initial impact maintaining detailed time and materials logs to ensure reimbursement of all eligible costs for Jackson County. Ceres uses local "teaming partners" as well as strategically placed owned equipment staging and multiple office locations across the country. Ceres can provide significant equipment and staffing within 24 hours of storm subsidence. Experienced Project Management For the past 5 years, the company has more than 200.0 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; HAZWOPER certified; NIMS certified through FEMA's Emergency Management Institute;certified in first aid by the Red Cross; and 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 maintains a network of highly qualified professionals who work as needed during periods of high demand. As the company swelled to meet the demand of multiple projects simultaneously, Ceres averaged over 600 employees during busy seasons for the past 5 years. This included project management personnel, quality control staff, equipment operators, mechanics project accounting employees, logistical support group, and most importantly, a dedicated safety team. Ceres' management has demonstrated its ability to respond to large-scale events. Following Hurricanes Ian and Nicole in 2022, Ceres received 27 contract activations across Florida. We successfully responded to all our clients. Two of these projects exceeded 2 million cubic yards of debris each. From October 2018 to March 2019, Ceres was activated in 13 Southwest Georgia Counties for the U.S Army Corps of Engineers following Hurricane Michael. Ceres collected and hauled a total of 4,236,363 cubic yards of debris, with a maximum haul of 140,330 cubic yards in a single day.This was accomplished by utilizing 1,628 hauling vehicles and managing 144 subcontractors. Ceres received an Exceptional — the highest possible rating — for ` quality of service in the face of enormous challenges caused \ by an increase in the magnitude of project scope and extreme weather conditions. Between December 2017 and June 2018, Ceres actively T ' worked in Lake, Mendocino,and Napa (LMN)Counties as part . --. of the U.S. Army Corps of Engineers (USACE) Disaster Recovery effort after the President declared a federal State of _ • ; . . r Emergency as a result of the Northern California Wildfires. ' During Hurricane Irma and Maria response, Ceres was closing / :r y'< ' .. out 8 projects in Texas, 37 projects in FL, and other projects in a Louisiana, Georgia, Puerto Rico and the USVI.Throughout the i; performance period, Ceres did not have a single loss time accident while the other two (2) prime contractors were � ' plagued by safety issues. This was achieved through effective .s- •w_ project management by over 50 project managers of more - than 2,500 trucks and hundreds of subcontractors. Ceres collected over 2.4 million cubic yards In all of 2017, Ceres received more than 50 major contract of Hurricane Ian debris in the City of North activations from cities, counties, and the U.S. Army, including Port, FL alone an ACI activation in the U.S. Virgin Islands (USVI) for debris removal and off-island debris disposal. For that work, Ceres received the highest possible evaluation — Exceptional overall rating for its pre- and post-Hurricanes Irma and Maria responses. Shortly after Hurricanes Katrina and Rita in 2005, the U.S. Army Corps of Engineers (USAGE) awarded Ceres a $1 billion contract for disaster response, including loading, hauling, reducing, and disposing of CERES Tab 2 Experience and Qepos ng Firs m Section 1 Qualifications of the Proposing FirmA-.✓IRGNMENTA, Page 2.1 " City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 2021, Ceres successfully completed numerous projects across 9 different states. This includes responses to Hurricane Ida in Louisiana, Winter Storm Uri in Texas and Oklahoma, Tropical Storm Nicholas in Texas, a derecho in Iowa, Red Tide in Florida, and the wildfires in Oregon and Colorado. Additionally, Ceres performed private property debris removal in Puerto Rico, waterway debris removal in Louisiana and assisted its Georgia clients with solid waste removal due to the Covid-19 related shortage of staff. In 2018-2019, Ceres was activated by the U.S.Army Corps of Engineers in 13 counties located in southwest Georgia following Hurricane Michael, while also performing work for individual jurisdictions in Florida. In addition to this work, Ceres was still actively providing disaster recovery services throughout North and South Carolina as a result of Hurricane Florence. 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. 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. In 2021, following Hurricane Ida, Ceres performed debris management and removal for much of Louisiana, including three zones in the City of New Orleans and the North and South Shore areas of Lake Pontchartrain. During this response, we had a total of 13 projects with self-performing crews14' and 75 subcontractors. Ceres worked 71,958 employee j) hours and incurred 1,706,789 truck miles while hauling i%chi 't'�'lllci11 11Ct1rc 2,630,744 cubic yards of debris. These projects saw 2015 Recipient zero recordable or lost time incidents. Ceres worked approximately 650,000 manhours without Ceres Environmental Services, Inc. PP Y 6968 Professional Parkway E a single lost time injury in Southwest Georgia in 2018- Sarasota.FL 34240 2019. Our use of equipment safety inspection stickers that were a part of the placarding process ensured that equipment was in good working order, and in total 1,628 vehicles were placarded. Ceres supervised an estimated 1,600 people on this job at its peak. Given the number of people and duration of the project, this is a strong demonstration of Ceres commitment to safety. Safety is a key component of our company. We bring this emphasis to our debris management work as shown by four important awards. We were 2015, 2011 and 2009 Recipient of the National Safety Council (NSC) Occupational Excellence Achievement Award. This award recognizes outstanding safety achievements among its members and is designed to help promote the prevention of workplace injuries CERES Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-5 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services and illnesses. In 2010, 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. Ceres' management has demonstrated its commitment to superior performance and customer satisfaction. In 2017-2019, Ceres worked in the U.S. Virgin Islands under the USACE contract. For that work, Ceres received Exceptional ratings for nearly all of the categories rated, meeting and exceeding contract requirements and achieving the highest ratings available for quality, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Following the devastation of two(2)separate landfalls by Hurricane Irma in Florida on September 10, 2017, all 67 counties and 412 incorporated municipalities in the State of Florida were declared Category A and Category B under the FEMA Public Assistance Program. During this time, Ceres was active in over 50 separate locations throughout the Southern United States. For Seminole County, FL, although Ceres was the secondary contractor, Ceres staff was engaged with the County staff prior to the storm and was activated in place of the primary contractor when they failed to participate in project kickoff procedures. Upon completion, Ceres had managed 786,619 cubic yards of debris, removing on average more than 9,000 cubic yards a day. We cut a total of 25,021 limbs,with a peak day count of 1,353 limbs on September 27. 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. In 2021, following Hurricane Ida in Louisiana, contractors faced shortages of fuel for vehicles and recovery equipment, electrical power outages, and unavailability of rental vehicles and lodging. Ceres promptly adapted to the scarcity of these resources by transporting bulk fuel from outside the affected area and staging onsite for use by company-owned and subcontractor-owned equipment; transporting and utilizing camper trailers for lodging project management and equipment operators; positioning company-owned generators to the Parish; and securing rental vehicles outside the affected area. In 2018, when subcontractors became increasingly scarce for Hurricane Florence recovery in North Carolina after Hurricane Michael struck the Southeast U.S. in October of that same year. Ceres used its own equipment and personnel to fulfill all our client commitments without an interruption in service, unlike many other prime contractors, despite extreme weather conditions that caused significant delays. Ceres was active in Livingston Parish, LA in early 2017 following damages sustained by summer flooding in 2016.Ceres removed and disposed of approximately 1.35 million cubic yards of debris,including 400,000 pounds of putrid food and 20,000 units of white goods. In the middle of clean up, Hurricanes Hermine and Matthew hit the U.S. coast within a month of each other. Ceres extended its services to respond to the needs of more than 20 other jurisdictions while fulfilling all contractual obligations in the Parish. In the words of the Director of Parish Homeland Security, "[Ceres}showed extreme reliability and dedication in the midst of chaos... Organized and diligent, their team quickly adapted to meet our needs." CERES Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm .VIRONMENT41. Page 2.1-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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. Financial Stability Ceres' excellent financial stability means that it can provide performance and payments bonds from treasury-listed carriers in amounts in excess of$2 BIL per single project. With liquid working capital and additional credit lines in excess of$200M available, a lack of financial resources is never 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. As an example, in 2017, Ceres was activated simultaneously in 35 jurisdictions throughout the state of Florida, while still completing work in Texas, starting, and sustaining projects in both U.S. Virgin Islands and Puerto Rico. Despite the heavy workload and wide variety in project schedules and invoice payments, Ceres was able to maintain a steady pace in all the recovery projects by ensuring that personnel were provided for,equipment was maintained,and subcontractors received prompt payments. At one point, Accounts Receivable exceed $105M, and Ceres never had a work stoppage on any project. Equipment Ceres and its family of companies own 1,804 pieces of disaster response equipment. Ceres —�i-j. ' ' invests heavily in owned equipment because it assures rapid response times and provides �' - r'i'1` ki additional flexibility as well as direct iubli management control. Because of its extensive fleet, Ceres can send equipment and personnel to respond to a f disaster regardless of the availability of ,-• +. subcontractors. ,,.` _ Following the 2017 storm season, Ceres V purchased additional equipment, including self- loading knuckle boom trucks, additional grinders, excavators, and other support equipment. This allowed Ceres to continue to operate projects in the U.S. Virgin Islands and Puerto Rico and respond to Hurricane Florence and Hurricane Michael in 2018. Much like recovery projects in 2016 and 2017, a large C&D event and a vegetative event occurred in 2018 in North and South Carolina. Subcontracted trucks left many projects in North Carolina, and other primes struggled to close out. Ceres applied the strategy used in 2017 and, buoyed by the purchase of additional equipment, Ceres self-performed the closeout of many North Carolina and South Carolina projects. Ceres has taken numerous steps to mitigate any recurrence of the equipment shortages that have plagued the disaster industry in recent years. We are confident in our ability to rapidly mobilize the magnitude of equipment and personnel necessary to manage the largest projects and we have demonstrated our ability to manage more than 50 government projects totaling approximately $250M concurrently, providing a dedicated Project Manager for each individual project. Ceres has access to 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 response 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. CERE S Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm ENVIRONMENTAL Page 2.1-7 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 City of Miami Beach's service area to facilitate contacts if and when pre-event mobilization plans are activated. It is Ceres'formal policy 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 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 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 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 3,346 firms from 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 damaged ,J, _ building that was in imminent danger •' r �,TR 4.4.,_ �- • .�.-{: of collapsing on a critical Early ; Warning Radar station protecting the U.S. East Coast. Unique project 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. CEAES Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1-8 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 300 FEMA-reimbursed contracts in excess of$2.5 billion and has been repeatedly selected by federal and local government agencies for pre-event emergency response contracts. Ceres has performed emergency work contracts of less than $25,000 and up to $1 billion. Our clients have provided excellent references based on their satisfaction with our work. Our experience makes us a superb choice for cities and counties that need the security of a proven company. Ceres has also been selected for large demolition and construction projects contracted by the U.S. Air Force, Navy, and Army. Our expertise in large construction projects also provides us with the managerial expertise necessary to organize and perform •, << -• = 7 ' .• 13 major public projects such as disaster cleanup. Ceres has • • performed superbly in construction projects ranging from a large ;, t.•, park in Puerto Rico with athletic fields and 30 structures,to levee repair work, to renovation of an underground park in Kentucky. osii,aT=ys.. ' t, • ' .a `�" This history exhibits the technical ; "' t Capable ^N�rv° .., , . Ceres is staffed by professionally trained individuals with more f—. �:•t,f,. -11 : T. ' than 300 collective years of experience in disaster recovery . . F;`... •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 both our workers and the general public— safety first. It is the practice a m ti of Ceres to employ a full-time Health and Safety Officer. The Health and Safety Officer is responsible for overseeing Ceres' field Safety Officers ZC N OU `,�, who are experienced in various aspects of safety compliance relative to Million Work Hours Award construction activities, industrial hygiene, and traffic safety. Safety Occupational Awards Program Officers possess a variety of qualifications including OSHA 10-hour and presented to 30-hour trainingcertifications; First Aid and CPR; and HAZWOPER 40- Ceres E "ronmen Services nUSACE Debris Mission hour certifications. Ceres' full-time field employees have CPR/First Kalnna Recovery Office.Louisiana for operating 1,000.000 employee Aid/AED training. tours without occupational Inlury or illness involving days In 2010, we received a Perfect Record Award for operating an entire om work April1 zooiyfrNovember 10 zoor year without occupational injury or illness and a Million Mile Club award �jy� for driving without a Preventable Incident. ""'"' 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. C E ERE Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm ENVI RONMENTA Page 2.1-9 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 30 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. Project Managers and Project Superintendents are required to take ICS courses through the FEMA's online Emergency Management Institute (EMI) to better understand NIMS structure and review debris eligibility. Ceres has also retained the former State Response and Recovery Directors, U.S.Army Corps of Engineers Subject Matter Experts, and the former U.S. Army Corps of Engineers Disaster Program Manager (also, co-author of the now superseded FEMA 325 Debris Management Guide). Our personnel are deeply experienced in FEMA's Public Assistance Program, and we continually train managers down to field staff in FEMA eligibility requirements. 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 one 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 deobligate over$1,000,000 from the City. 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 its eligible reimbursement without any deobligation. 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 questions, concerns or complaints related to clean-up: 1-877-STORMI2. The number is prominently displayed on all Ceres equipment working in 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. Public Information Campaigns Having been in business for 47 years and completed more than 300 disaster contracts, Ceres has participated in and developed several public information campaigns. Within the Ceres repository, we maintain debris separation diagrams and videos translated into multiple languages, radio advisories, door hangers, mailbox flyers and various other forms of media. The idea is the City and Ceres must retrain residents to put out disaster debris, given that the residents are accustomed to placing trash out on a certain day of the week. The more we can educate the residents across multiple media types and reinforce the messaging, the faster Ceres can remove debris from the public ROW. 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. CERE S Tab 2 Experience and Qpo Firs m Section 1 Qualifications of the Proposing Firm E NVIRONMENTA,. Page 2.1-10 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services [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 My experience with this firm is that they are true professionals with a focus on the need of their customers and the community they serve regardless of the circumstances. Alberto Zamora, Sanitation Division Director, City of Miami Beach, FL ...1 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. 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 As communities seek to incorporate the benefit of a defined and organized emergency debris haul contract, we would promote and recommend that Ceres Environmental be at the forefront of consideration. The company is committed to purpose, responsive to action, and sets the standard of industry excellence. Joe Mercurio, Project Manager, Emergency Management, City of Port St. Lucie, FL 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....!have been most impressed by their thoroughness and flexibility. Donald M. Long, Director of Public Works, County of Isle of Wight, VA 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 CERES Tab 2 Experience and Qpo Firs m Section 1 Qualifications of the Proposing Firm +I1RONMENTAI Page 2.1-11 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 2.1.1 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. The following tables contain a selection of our references from projects completed in the past ten (10) years. Ceres was the Prime Contractor for each of these projects. Florida Event Contract Activity Government Entity Amount Contract Period Hurricane Ian Emergency Disaster Assistance and Cape Coral,FL $64,888,996 October 2022— Debris Removal 2,707,047 CY May 2023 Terry B.Schweitzer,Solid Waste Manager;P.O.Box 150027,Cape Coral,Florida 33915-0027,Tel:239-573- 3136;tschweitzer@,capecoral.gov Hurricane Ian Disaster Debris Clearance and North Port,FL $42,031,396.28 October 2022— Removal Services 2,446,843 CY March 2023 Frank Lama,Solid Waste Manager, 1100 North Chamberlain Blvd.,North Port,FL 34286,Tel.:(941)240-8074; flama a(..northportfl.gov Hurricane Ian Emergency Debris Hauling and Mt.Dora, FL $77,132 September— Disposal 8,774 October 2022 George Marek, Director of Public Works Department,900 N Donnelly Street,Mount Dora, FL 32757,Tel:(352) 735-7151,marekq(a,cityofmountdora.com Hurricane Ian Removal of Debris Following Hurricane Melbourne, FL $232,153 October 2022— lan 25,852 CY November 2022 Point of Contact:Jennifer Wilster-Environmental Community Outreach Manager,City of Melbourne ECO Division 2885 Harper Road,Melbourne,FL 32904,Tel:(321)608-5080,Jennifer.Wilster@mlbfl.orq Hurricane Ian Emergency Debris Removal and Arcadia,FL $1,400,512 September 2022 Disposal Services 97,379 CY —November 2022 Point of Contact: Beth Carsten,Finance Director,City of Arcadia 23 N.Polk Ave,Margaret Way building, Arcadia, FL 34266,Tel.(863)494-4114,ecarsten@arcadia-fl.gov Hurricane Ian Disaster Debris Hauling Seminole County,FL $2,573,750 October 2022— 182,533 CY January 2023 Point of Contact: Hector R.Valle Sr.—Environmental Programs Manager, 1950 State Road 419,Longwood FL 32750,(407)665-2261,hvalle@seminolecountyfl.gov Hurricane Ian Disaster Debris Removal and Disposal Indian River County, $138,002 October 2022— FL 9,952 CY November 2022 Point of Contact:James Ennis,Assistant Public Works Director, 1801 27th Street,Vero Beach 32960,Tel: (772)226-1221,jennis@ircgov.com Hurricane Ian Disaster Recovery Services Sarasota County, FL $623,932 September 2022 54,499 CY —January 2023 Point of Contact:Lois Rose,Manager Landfill Operations,4000 Knights Trail Road, Nokomis,FL 34275 Tel: (941)544-2817,lerose@scgov.net Hurricane Disaster Debris Hauling Services Seminole County, FL $13,151,655.57 September 2017 Irma 786,619 CY —January 2018 Point of Contact: Hector Valle, Manager of Environmental Programs; 1301 East Second Street,Sanford,FL 32771;Tel:(407)665-2261;Fax:(407)324-5731; hvalle(a?seminolecountyfl.gov Hurricane Disaster Recovery Services for Debris Leon County,FL $2,632,596.05 October— Michael and Vegetation Removal from 242,092 CY November 2018 Waterways and Natural Creeks Point of Contact: Brent Pell,Public Works Director;2280 Miccosukee Rd.Tallahassee, FL 32308:Tel:(850) 606-1415;pellb a(�,leoncountyfl.gov Hurricane Debris Removal and Disposal Services Tallahassee,FL $1,617,607.86 October 2018 Michael 236,035 CY,including 8,270 trees 1 CERES Tab 2 Experience and Qualifications e N v a o+M Section Qualifications of the Proposing Firm Page 2.1.1-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Event Contract Activity Government Entity Amount Contract Period Point of Contact: Reginald C.Ofuani,General Manager;300 S.Adams St.,Tallahassee, FL 32301;Tel:(850) 556-7134;reginald.ofuani(a1talgov.com Red Tide Disaster Recovery Services for Debris Indian River County, $116,710.00 October 2018 Cleanup and Vegetation Removal from FL 160,000 pounds of Waterways and Natural Creeks marine debris Point of Contact:James Ennis, PE PMP; 1801 27th Street,Vero Beach,FL 32960;Tel:(772)226-1221; jennisircqov.com Hurricane Disaster Debris Removal and Disposal Indian River County, $1,327,215.25 September- Irma FL 101,701 CY December 2017 Point of Contact: James Ennis, PE PMP; 1801 27th Street,Vero Beach, FL 32960;Tel: (772)226-1221; jennis(a ircgov.com Hurricane Emergency Debris and Disaster Palm Beach Gardens, $869,084.75 September- Irma Recovery Services FL 71,153 CY November 2017 Point of Contact: David Reyes, Director,Public Services and Emergency Management, 10500 North Military Trail,Palm Beach Gardens,FL 33410;Tel.(561)804-7015,dreyes(a,pbgfl.com Geor.is Event Contract Activity Government Entity Amount Contract Period Hurricane ACI Debris removal and services across U.S.Army Corps of $134,159,610.00 October 2018- Michael 13 southwest Georgia counties. Engineers,Savannah 4,271,053 CY March 2019 District Point of Contact:Tonja Dreke,Contracting Officer, 100 W.Ogelthorpe Ave.Savannah,GA 31401;Tel:(912) 652-6071;Ton ja.I.dreke(a usace.army.mil Hurricane Debris Removal&Disposal Services Glynn County,GA $6,423,081.22 September- Irma 381,865 CY December 2017 Point of Contact: Dave Austin,Public Works and Maintenance Director,4145 Norwich Street Ext,Brunswick, GA 31520;Tel(912)554-7701;daustin a(�glynncounty-ga.Qov Hurricane Debris Removal&Disposal Services Glynn County,GA $7,945,091.78 October 2016— Matthew 496,202 CY March 2017 Point of Contact: Dave Austin,Director,Public Works&Park Services,4145 Norwich Street,Brunswick,GA 31520;Tel:(912)554-7701;Fax(888)558-1549;daustinglynncounty-ga.gov North and South Carolina Event Contract Activity Government Entity Amount Contract Period Hurricane Disaster Debris Removal Services Horry County,SC $372,955.98 October— Florence 4,181 CY November 2018 Point of Contact:Mike Bessant, Director of Operations, 1886 Highway 90,Conway,SC 29528;Tel.(843) 234-7009;mbessantsolidwasteauthoritmg. . Hurricane Storm,Debris Removal, Debris Beaufort County,SC $24,790,569.30 October 2016— •Matthew Management Site Operations& 1,630,533 CY April 2017 Disposal Point of Contact: Pamela Cobb,Public Works, 120 Shanklin Road, PO Drawer 1228, Beaufort,SC 29901; Tel.s843)255-2721;pcobb a(�bcgov.net Louisiana Event Contract Activity Government Entity Amount Contract Period Hurricane Ida Debris Removal&Site Management for Livingston Parish,LA $24,632,443 August 2021 — Debris Reduction and Emergency 1,322,210 CY January 2022 Roadway Clearance Point of Contact: Mark Harrell,Director of Homeland Security Office,20355 Government Blvd.,Suite D, Livingston,LA 70754;Tel.(225)686-3066;Fax(225)686-7280;mh(@,lociov.com Hurricane Ida Disaster Debris Removal Gonzales, LA $1,623,500 September— 106,041 CY October 2021 Point of Contact:Jackie Baumann,City Engineer, 120 S. Irma Blvd.,Gonzales,LA 70737;Tel.(225)647- 9589;jackie(a,gonzalesla.com 1 C F N V I P O N N ERES Tab 2 Experience and Qualifications Section Qualifications of the Proposing Firm Page 2.1.1-2 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Event Contract Activity Government Entity Amount Contract Period Hurricane Ida Debris Removal and Site Management Covington,LA $3,550,181 September- for Debris Reduction, Emergency 157,712 CY December 2021 Roadway Debris Clearance and Waterway Debris Removal Point of Contact: Chris Brown CBO, CFM,317 N Jefferson Ave. PO Box 778,Covington,LA 70434;(985)- 898-4725;cbrownna,covla.com Hurricane Ida Emergency Debris Removal and Mandeville, LA $5,576,418 September- Disposal 306,702 CY December 2021 Point of Contact: Keith LaGrange,Director of Public Works,3101 East Causeway Approach Mandeville,LA 70448;Tel.(985)624-3169;klagrange a(�cityofmandeville.com Hurricane Ida Disaster Debris Management Services Thibodaux,LA $1,653,961 August— 105,691 November 2021 Jacques Thibodeaux,Special Projects Coordinator, Emergency Preparedness Director;P.O. Box 5418;310 W. 2nd St;Thibodaux LA,70301;Tel.504-915-3120;jacquestci.thibodaux.la.us Hurricanes Debris Clearance and Removal Cameron Parish,LA $28,880,677 August 2020— Laura and Services 1,151,056.60 CY May 2021 Delta Point of Contact: Katie Armentor,Police Jury Administrator,(337)540-8617 or(337)775-2608; 148 Smith Circle,Cameron,LA 70631;karmentor a(�cameronpj.org Hurricanes Debris Removal and Disposal Services Allen Parish,LA $8,531,679.06 September 2020 Delta and 551,046.20 CY —January 2021 Laura Point of Contact:Jacob Dillehay,Administrator/Engineer,602 Court Street,Oberlin,LA 70638;Tel. (337)639- 4328;jdillehay appj.us 2016 Floods Debris Removal&Site Management for Livingston Parish,LA $16,339,988.71 August 2016— Debris Reduction and Emergency 1,406,610 CY August 2017 Roadway Clearance Point of Contact: Mark Harrell,Director of Homeland Security Office,20355 Government Blvd.,Suite D, Livingston,LA 70754;Tel.(225)686-3066;Fax(225)686-7280;mh(�Ipgov.com 2018 Waterway Debris Removal Livingston Parish,LA $35,945163.56 May—November Waterway 1,899,448 Linear Feet 2018;2019- Cleanup Current Point of Contact: Mark Harrell,Director of Homeland Security Office,20355 Government Blvd.,Suite D, Livingston,LA 70754;Tel.(225)686-3066;Fax(225)686-7280;mh(a�lpgov.com Tennessee Event Contract Activity Government Entity Amount Contract Period 2020 Tornado Disaster Debris Collection and Disposal Hamilton County,TN $5,369,509.79 April—June 2020 Services 409,504.30 CY i Point of Contact: John Agan,Director of Engineering&Facilities Maintenance,4005 Cromwell Road, Chattanooga,TN 37421;Tel.(423)315-3840;johna al hamiltontn.gov Connecticut Event Contract Activity Government Entity Amount Contract Period 2018 Disaster Debris Collection,Hauling, Brookfield,CT $1,006,164.66 June-July 2018 Macroburst Grinding. Site Management and Haul:47,396 CY Disposal Grinding:61,594.25 CY Point of Contact: Ralph Tedesco,P.E.,Director of Public Works, 100 Pocono Road, Brookfield,CT 06804, Tel.(203)775-7318,rtdescoftbrookfieldct.gov Texas Event Contract Activity Government Entity Amount Contract Period Hurricane Disaster Debris Clearance Contract Katy,TX $599,003.40 September- Harvey 29,495 CY November 2017 Point of Contact:Jason Rivera,Public Works Director,901 Avenue C,Katy,TX 77493;Tel.(281)574-8622; Fax. (281)391-4820;jrivera a(�cityofkaty.com CERES Ta b 2 Experience and Qualifications Qualifications of the Proposing Firm Page 2.1.1-3 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Event Contract Activity Government Entity Amount Contract Period Hurricane Debris Management Services Pearland,TX $1,065,532.89 September— Harvey 54,771 CY October 2017 Point of Contact: Laurie Rodriguez,Environmental Services Superintendent;3519 Liberty Dr., Pearland,TX 77581;Tel. 281 652-1813;Irodri uez earlandtx. ov Hurricane Disaster Debris Clearance&Removal Clear Brook Municipal $841,453.87 September— Harvey Services Utility District,TX 46,915 October 2017 Point of Contact:Cecelia Ganje,General Manager, 11911 Blackhawk Blvd.,Houston,TX 77089;Tel.(281) 484-1562, F:(281)484-3533 C:832-250-6756, cganjea(�cbcmud.com CEAES Tab 2 Experience and Qualifications Section 1 Qualifications of the Proposing Firm Page 2.1.1-4 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 2.1.2 Experience Managing Multiple Contract Activations 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. 2022 U.S. Event Responses and Projects In September 2022, Hurricane Ian impacted Florida as a Category 4 Storm. As a result, Ceres received 25 contract activations across the state. Two of these contracts got activated again when Hurricane Nicole affected Florida a month and a half later. That same year, Ceres also responded to the South Carolina DOT following a winter storm, removed fire debris in New Mexico, and worked in Louisiana, Iowa, and South Dakota to clear debris from waterways. Additionally, Ceres helped the City of Atlanta, GA with routine debris removal when the City experienced shortage of staff due to COVID-19. Castlewood SD Cedar Rapids.IA St Tammany Pansh.LA B Livingston Parish.LA South Catolina DOT Caldwell Parish LA Atlanta.GA FOOT District 1 Manatee County,FL _ Delbna,Ft. Manatee County,FL 1 Longwood,FL Palmetto,FL • s Seminole County.FL Bradenton,FL -- Holmes Bcach,=L% ilY�Lr�Y Sarasota.FL • _ Sebastian.FL Sarasota County,FL Indian River County.FL FOOT District 1 Sarasota County,FL _ • Hurricane Ian Hardee County,FL Q Hurricane Nicole Arcadia,FL Wellington,FL � Winter Ice Storm North Poi, L © South Dakota Derecho FDOT District 1 Hendry County.FL Now Moxlco Firos FDOT District 1 Charlotte County,FL FDOTDistrict 1 Lee County,FL t' Waterway Debris Cleanup Cape Coral,FL . • Derecho Drainageway Cleanup • Covid-19 Response.Waste Removal C E „ ES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposing Firm Page 2.1.2-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 2021 U.S. Event Responses and Projects In 2021, Ceres responded to Hurricane Ida in Louisiana, Hurricane Nicholas and Winter Storm Uri in Texas, a Derecho in Iowa, a mudslide, and a fire in Colorado, all while finishing up projects due to the 2020 Labor Day fire in Oregon and Hurricanes Laura and Delta in Louisiana. Additionally, Ceres cleaned up extensive amounts of waterway debris in Livingston Parish, Louisiana as part of the NCRS Emergency Watershed Protection Program. Ceres successfully managed over 30 projects in total. ODOT Branch 1-Archie ODOT Branch 5-Thielson ODOT Linn Count IA Branch 6-Two Four Y, - Larimer Courtly,CO k Oklahoma City,OK Atlanta,GA Nacogdoches.TX Macon Bibb County,GA Harps County,TX Sarasota,FL Pear and,TX N, Richwood I X / / •1 i Puerto Rico 1v / 2021 Events / • Hurricane Ida Sabine River Authority,LA Red Tide Cleanup / • COVID-19 Staff Shortage-Waste Removal St Helena Parish, Livingston Parish,LA • Winter Storm Uri Fast Feticiana Parish.I A` Livingston Parish,LA • Tropical Storm Nicholas Denham Springs,LA IN Covington.LA Poudre Canyon Mudslide&Flood Gonzales,LA 11 ONO Mandeville,LA • Oregon and Colorado Wildfires 1 New Orleans,LA Other Ongoing Projects Thibodaux,LA Zone 1-3 a Hurricanes Irma&Maria 2017 Kenner,LA Westwego LA • Waterway Debris Removal August Derecho CERE Tab 2 Experience and Qualifications r a v r a o N H e r+.a S Section 2 Qualifications of the Proposing Firm Page 2.1.2-2 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 2019 —2020 U.S. Event Responses and Projects In 2020, Ceres responded to 21 jurisdictions following disasters ranging from tornadoes to hurricanes to ice storms. Additionally, Ceres worked in Butte County, California as a part of the CalRecycle Disaster Recovery effort. The project started in May of 2019 and finished in February of 2020. . ... . ... ..... .. .. .. , Linn Caunty,'IA wry. .r; Kingfisher,OK - Calumet,OK 0ii • Piedmont,OK � El Rena,OK Oklahoma City,OK a Camp Fire " . c;April 2020 Tornadoes l �• August ane 0 Derecho law Hurricane Delta Nederland,TX " •Hurricane Hanna �,.,. i .. :Santa Rosa Countyi Hurricane Laura oi. .- 'Sr(��,r�y�3-' .Martin,,eish,A 0 •Hurricane Zeta \ M1A Escambia Counter Schoo Scutt, •Hurricane Sally I October 2020 Ice Storm New Orleans,IA • Hidalgo County,TX Lafourrhe Parish,LA ��Edinburg,TX Vermillion Parish:LA _I Allen Parish,LA 1 Cameron Parish,`A I 2019-2020 U.S. Disaster Responses C E ERE Tab 2 Experience and Qualifications Section 2 an+Me r*AL Qualifications of the Proposing Firm Page 2.1.2-3 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 2018 U.S. Event Responses and Projects From January to June 2018, Ceres actively worked in Lake, Mendocino, and Napa (LMN)Counties as part of the U.S. Army Corps of Engineers (USACE) Disaster Recovery effort after the President declared a federal State of Emergency as a result of the Northern California Wildfires. From May to November 2018, Ceres worked in Livingston Parish, LA to remove vegetative debris from waterways. The project was aimed at reducing flooding and improving navigation along the Tickfaw River, Natalbany River and West Colyell Creek. In September of 2018, Ceres responded to 12 different jurisdictions in North and South Carolina after they were struck by Hurricane Florence. A few weeks later, Hurricane Michael struck the Florida panhandle, making it the first Category 4 hurricane ever to make landfall in that area. As it moved inland, it decreased in intensity to become a Category 3 storm — the first to ever strike the State of Georgia. Following that storm, Ceres was activated by the USACE under the ACI SAD Restricted contract in 13 Georgia counties, while we were also actively working in additional jurisdictions in both Florida and Georgia. Additionally, Ceres operated two year-round green waste reduction yards in Texas and Minnesota, producing mulch and compost for sale back to the general public. M YYYYYYNC Dept.of Agriculture Lenoir County,NC i ,. NC DOT-Jones Count r1- Allial �/ Wilmington,NC 1 l _?4 -----I_ UNCW , us cr USACE IIIMESMENI Lake,Mendocino and 13 SW GA Counties ' N.Myrtle Beach,SC tNapa Counties,CA Y - - _ Albany,GA S Atlantic Beach,SC 1. Dom County,GA / I Horry County,SC Miller County,GA Myrtle Beach,SC 1,..,111;mii) P . Beau ort,SC Livin: •n Parish,LA / gar • Hurricane Florence Panama City" 7 _, Hurricane Michael Jackson County,FL) • 2017 California Fires Leon County,FL • LA Floods-Emergency Tallahassee,FL I Watershed Protection Program FL A&M Uni ratty) 2018 U.S. Disaster Responses CEAESTab 2 Experience and Qualifications N A Section 2 Qualifications of the Proposing Firm Page 2.1.2-4 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 2017 U.S. Event Responses and Projects 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. i I I Atlanta,GA Atlantic Beach,FL Jacksonville Beach,FL Winter Park,FL FOOT District 5 • Hurricane Harvey Glynn County,G:A (( ' Hurricane Irma Seminole County,FL f Melbourne,FL • Hurricane Maria Pasco County.FL Palm Bay,FL Oldsmar,FL \.- ' ire Indian River County,Ft.. r • Tampa.FL •! Port St.Lucie,FL I Humble,TX FDOT District 7,FL e • • miter Island,FL Clear Brook City MUD •' r Pinellas County,FL e• Palm Beach Gardens.FL �' Pearland,TX Houston,TX Gulfport,FL it. Palm Beach,FL West University Longboat Key,FL � Palm Beach Schools Place,TX Sarasota,FL N.Lauderdale,FL Katy,TX New College / Hollywood,FL Wharton,TX FDOT District 1 I Miramar,FL DTOP Central Region ACE,USVI Orange County,FL 1 Bal Harbour,FL j B USACE,PR USACE, Miami Beach FL , Broward County,Flj , DTOP Southern Region_ ♦ Sweetwater, __ Miami.FL �?�� Palmetto Bay Bay.FL WPM'Dade County,FL A.---- Miami-Dade County Schools C E „ ES Tab 2 Experience and Qualifications Section o ti M e rn L 2 Qualifications of the Proposing Firm Page 2.1.2-5 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 2016 U.S. Event Responses and Projects 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 Opera ions Ceres Mulch Yard 130 Years Operating Tit ifr 0 Storm Respon e11111‘; -** Winter Storm Goliath F` Oklahoma Environmental Hurricane Matthew Management Authority Lenoir County,NC Hurricane Matthew Savannah,GA& Hurricane Matthew Flood Response Brunswick,GAI •' Bald Head Island,NC E3astrop County,TX . Hurricane Matthew - .��„ Hurricane Hermine I Glynn County,GA ., SC DOT Houston, X HurricaneCounty Matthew SC Ceres Mulch Yard 15 Years Operating �• • r Beaufort , • . Hurricane Matthew Jacksonville Beach,FL Flood Response '1 I Livingston Parish,LA& ( Hurricane Hermine Zachary,LA Pasco County,FL Hurricane Matthew Indian River County,FL Kenner,LA r-Sarasota, 2016 U.S. Storm Responses Ceres Ongoing Ceres Ongoing i Hurricane Matthew Construction Construction Palm Beach Gardens,FL • CERES Tab 2 Experience and Qualifications Section 2 tnviaouuen Qualifications of the Proposing Firm Page 2.1.2-6 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 2.1.3 Financial Capacity Ceres Environmental Services, Inc. can provide performance and payment bonds from an 'A'-rated, treasury-listed carrier in amounts in excess of $2 Billion per project. With liquid working capital and additional credit lines in excess of$200 million available, a lack of financial resources is never an obstacle for Ceres. Ceres has an established,solid 25-year banking relationship with 1st Source Bank as well as other financial institutions. Financial concerns such as short-term cash flow are not obstacles 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. During Hurricanes Harvey, Irma, Maria, and NorCal wildfires in 2017-18, Ceres carried $98 million in open invoices with no work stoppages or delay in subcontractor payments. 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. Bank of Record (Letter Attached): 1st Source Art Bayley Box 266 Oconomowoc, WI 53066 262-567-7057 telephone Surety Company Contact(Letter Attached): Ted Jorgensen Liberty Mutual Insurance Company 150 S 5th Street, Ste. 2800 Minneapolis, MN 55402 612-349-2464 telephone Insurance Company Information (Insurance Certificate Attached): Rob Dahlin Cobb Strecker Dunphy&Zimmermann 225 South Sixth Street, Ste. 1900 Minneapolis, MN 55402 612-349-2407 telephone CERES Tab 2 Experience and Qualifications Section1 Qualifications of the Proposing Firm Page 2.1.3-1 leSource Bank Construction Equipment June 27, 2023 Financing Box 800 Woodruff,WI 54568-0800 262 488-3800 715 358-0872 Fax To Whom it may concern Re Ceres Environmental Services, Inc Dear Sir/Madam; 1"Source Bank has had an excellent relationship with Ceres Environmental Services Inc for over 30 years. We provide them a medium 8 figure revolving line of credit, a medium 8 figure equipment finance line and they maintain a medium 7 figure deposit account. All accounts are handled in a very satisfactory manner. Please contact me at the above address if you have any questions. Sincerely, C Art Bayley Vice President F7266-WI iRev. 11'201 1 i, LibertyLiberty Mutual Surety r; Mutual. August 11,2023 Re: Ceres Environmental Services,Inc. Contractor's Qualification Statement To Whom It May Concern: Ceres Environmental Services,Inc.is a highly regarded client of Liberty Mutual Insurance Company. Ceres has been a client of ours for over 30 years.They have completed projects up o$453,000,000 for the USACE.Currently,we provide a bond program of$2,000,000,000.We are confident in their ability to perform. Liberty Mutual Insurance Company is an A(Excellent)A.M.Best rated insurance company in Financial Size Category XV($2 Billion or greater)as of the latest publication. Please note that the decision to issue performance and payment bonds is a matter between Ceres and Liberty Mutual Insurance Company and will be subject to standard underwriting at the time of the final bond request,which will include but not be limited to the acceptability of the contract documents,bond forms and financing.We assume no liability to third parties or to you if for any reason we do not execute said bonds.If you have any questions or need additional information,please do not hesitate to contact me at(612)349-2464. Sincerely, Ted Jorgensen Attorney-in-Fact Liberty Mutual Insurance 2854 Highway 55,Suite#250 Eagan,MN 55121 Member of Liberty Mutual Group r 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. V,-,i, Liberty Liberty Mutual Insurance Company P ' Mutual The Ohio Casualty Insurance Company Certificate No:8207173-190054 West American Insurance Company SURETY 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, Brian J. Oestreich;C.White;Emily White;Joshua R.Loftis;Lin Ulven;Melinda C.Blodgett;Nathan Weaver;Nicole Stillings;R.C.Bowman;R.W.Frank;Rachel Thomas; Ross S.Squires;Sandra M.Engstrum;Ted Jorgensen;Tina L.Domask all of the city of Minneapolis state of MN each individually if there be more than one named,its true and lawful attomey-in-fad 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 24th day of January , 2022 . Liberty Mutual Insurance Company P, tnsUA,, P01 INN, N tNSUk, The Ohio Casualty Insurance Company ?`oavar,.,/,+h Q��o�O�,1'y 3�ovO'�,�4'm West American Insurance Company a 1912 0 0 1919 1991 n vi > a ho 1 mo s O uiE y ~dJ1�'SgcnUSw da s°�wh,;eg�as !� '40iAM► 41. _0 v G er7 * 0 A../ * ; 3M * >`*- By: -io 2 David M.Carey,Assistant Secretary c v to State of PENNSYLVANIA ss .— = 2 ,County of MONTGOMERY p E ._ = On this 24th day of January , 2022 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 to m o ro 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 L a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >ce -0 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. D c•67) CO ci) a0 O N 3 'to 0tite rF Commonwealth of Pennsylvania-Notary Seal >,_ a` 4Qo0 .,.S� v Teresa Paella,Notary Pubic p Montgomery County LAIL, EEo OF My cre sen expis Mih 2a, 025 By; o v • co �� Cornnsabn',unbar 1128044 eresa Pastella,Nota Public Q o aj- "hySyl, p meftw.Pertmylwnle Asmod ul or Nomnes ry r.a? 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 3 ago E•£ Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: to cr ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o co o o Et2 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the-0 m 72 6 President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m_ o N any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-03 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 executed,such O a)Z 0 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 the m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ti a 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,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,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 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 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 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- 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 same 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. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 11th day of August 2023 pL watJo_ P�t'l IN3U,p a tNSU,Q4 J.�Po44ra nm a open roi `P e�ok4r yn /'�')'(�_ °' V mo m Fe T `� 1912 ° 1919 o Q 1991 a B • cia....„.__ 4 41,4cnusr`fi 7.X. °�knits"�aas ds h0 AW. a y Renee C.Llewellyn,Assistant Secretary 6./7 * P. H1 * td '7,N * 1•-1. LMS-12873 LM IC OCIC WAIC Multi Co 02/21 ` ! " ACC)Rn CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDlYYYY) �,— 9/14/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Holmes Murphy&Associates LLC PHONE Jeffrey Whitworth FAX 2727 Grand Prairie Parkway IA/c.No,eta:801-532-5976 (AIC,No): Waukee IA 50263 ADDRESS: jwhitworth@holmesmurphy.com INSURER(S)AFFORDING COVERAGE NAIL S INSURER A:Zurich American Insurance Company 16535 INSURED CERENVPC INSURER B:Westchester Fire Insurance Company 10030 Ceres Environmental Services Inc. 6968 Professional Parkway E INSURER c:Indian Harbor Insurance Company 36940 Sarasota, FL 34240 INSURERD;_ INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2132964260 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 'ADDLSUBR POLICYEFF POLICY EXP LIMITS LTR INSO WVD POLICY NUMBER (MMIDOIYYYYI (MMIDD/YYYY) A , X COMMERCIAL GENERAL LIABILITY GL0183855304 9/1/2023 9/1/2024 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $300,000 X Contr Liab Per MED EXP(Any one person) $10,000 X Policy Form/XCU PERSONAL 8 ADV INJURY S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X JECT LOC PRODUCTS-COMP/OPAGG $4,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP184004604 9/1/2023 9/1/2024 COMaccident)BINEDSINGLELIMIT $2,000,000 (Ea X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY AUTOS ONLY (Per accident) Hired Auto Phy Damage $ACV less Ded. B )( UMBRELLALUIB X OCCUR G46808848007 9/1/2023 9/1/2024 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION$n $ A WORKERS COMPENSATION WC183855404 9/1/2023 9/1/2024 X PER ,AND EMPLOYERS'LIABILITY Y/N _STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N NIA (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 A Intl Fltr-Completed Value CPP250784005 9/1/2023 9/1/2024 Special Form $2,000,000 C Prof Liab/Claims Made PEC005744403 9/1/2023 9/1/2024 Per Occ/Agg Limits: $10,000,000 Contractors Pollution Retro date:8/18/14 $10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Addkional Remarks Schedule,may be attached It more space Is required) RFP#2023-431-ND:Debris Removal and Disaster Recovery Services Additional Insured only if required by written contract with respect to General Liability,Automobile Liability and Umbrella/Excess Liability applies on a primary basis and the Insurance of the Additional Insured shall be Non-Contributory:City of Miami Beach Waiver of Subrogation only if required by written contract with respect to General Liability,Automobile Liability,Workers Compensation and Umbrella/Excess Liability applies in favor of:The City of Miami Beach The following supersedes the cancellation wording:Should the above described General Liability,Automobile or Workers'Compensation policies be cancelled before the expiration date,30 Days written notice(10 Days for Non-Payment)will be delivered to the certificate holder. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City of Miami Beach c/o EXIGIS Insurance ACCORDANCE WITH THE POLICY PROVISIONS. Compliance Services N Box #35050 AUTRIZEDREPRESENTATIVE New Yorkk NY NY HO 10163-4668 .121/210-.41\ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Add'l.Preen Return Prem. G LO 183855304 09/01/2023 09/01/2024 $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW(12/01) Page 1 of I City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 2.2 Qualifications of the Proposer Team Ceres Environmental Services, Inc. has over 200 employees, many of whom are professional staff. Our staff hold degrees in areas such as Structural and Civil Engineering, Business Administration, 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; are FEMA-certified in NIMS;are Red Cross-certified in first aid;and have completed OSHA's 40-hour safety training course. Ceres' management has worked extensively on FEMA-reimbursed contracts and has demonstrated its ability to respond to large-scale events. For the City of Miami Beach, Ceres will provide exceptionally qualified personnel to lead the efforts for any event occurring for which our services are required. The following core team will be assigned to Miami Beach for the life of the contract. Additional personnel will be assigned based on the size and severity of an event affecting Miami Beach. Sole Shareholder and President David McIntyre I Senior Vice President John Ulschmid Safety Manager Omar Arroyo Senior Debris Management Advisor Director of Operations Thomas 'Allen' Morse Stanley Bloodworth r - Project Manager Kevin Sudbury FEMA Reimbursement ! Contract/Subcontract Director of Accounting Specialist Manager Operations Karl Dix Tia Laurie Linda Smith / r - - Subcontractors Additional Personnel Based On Contract Disaster Dependent Needs Mr. David McIntyre is the Founder and Sole Shareholder of Ceres Environmental Services, Inc., and affiliated companies. He created the company in 1976 and has personally managed or supervised over 300 FEMA-reimbursed contracts, including over 250 disaster debris-related projects. He has performed superbly in hiring, training, and supervising an excellent team of personnel, resulting in Ceres' extensive list of satisfied customers. Mr. McIntyre's history includes his on-the-ground, on-site management of debris contracts during Ceres' large-scale response to several major disasters. The disaster debris projects include major projects for the USACE, including Ceres' 2018 ACI SAD Contract activation in the State of Georgia following Hurricane Michael; USACE work in response to the Northern California Wildfires in 2018; Alabama 2011 tornadoes response; 2008 Hurricane Ike USACE ACI response; 2005 Hurricane Katrina CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-1 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services USACE and local jurisdiction debris management projects; and the Hurricane Georges USACE response in 1998. Mr. McIntyre has been Project Manager/Operations Manager on many of the debris projects for Ceres and as outlined below. He has also presided over the performance of over 95 additional contracts with branches of the U.S. federal government regarding demolition, grinding, abatement, clearing, and other work. These government branches include the U.S. Army Corps of Engineers; U.S. Navy, Army, and Air Force; U.S. Department of the Interior; and the U.S. Department of Agriculture. Mr.John Ulschmid is the Senior Vice President of Ceres Environmental Services, Inc. Mr. Ulschmid has more than 34 years of experience with Ceres Environmental Services, Inc. including project management of multiple FEMA-reimbursed contracts. Mr. Ulschmid manages the company's Construction and Demolition Division as well as various operational aspects of the Emergency Management Services Division, concurrently with the company's Public Affairs and Logistics Management. Mr. Ulschmid has also worked on a variety of other emergency response projects including emergency building demolitions due to floods, Emergency Bank Stabilization of the Mississippi River Lock and Dam 8, and multiple floodway and water control and mitigation construction projects. He has provided project management, supervision, and administration to several federal government clients including the U.S. Army Corps of Engineers, U.S. Air Force, U.S. Navy, U.S. Army, CAL OES, LA DOTD, and TX DOT along with multiple projects with cities, counties, municipalities, and other public agencies with revenues totaling in excess of $1 Billion. Mr. Ulschmid attended the University of Minnesota, Carlson School of Management where he holds a bachelor's degree in management information systems. Mr. Stanley Bloodworth is our Director of Operations. Mr. Bloodworth has almost 40 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 planning 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 director 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. Mr.Thomas"Allen" Morse is our Senior Debris Management Advisor. Mr. Morse has worked for Ceres for 10 years providing technical, political, and professional advice at all operational levels of debris management operations. He has over 35 years of experience in damage assessment and debris management. Mr. Morse is retired from the U.S. Army Corps of Engineers (USACE), where he served for 15 years as the National Program Manager for all debris management programs. In this role, Mr. Morse was responsible for training USACE debris teams, as well as training FEMA's FCO cadre on debris management. During his career at the USACE, Mr. Morse provided his knowledge and management skills to some of our nation's most challenging responses. Mr. Morse worked with the USACE In the aftermath of the attack on the Twin towers on September 11.The USACE was tasked by FEMA to perform a forensic analysis of all ground zero debris and identify human remains and personal effects. This was the first time for the USACE to handle a large-scale debris operation as an evidence stream requiring extreme security. Mr. Morse also was the lead debris program manager for Hurricane Katrina in Alabama, Mississippi, and Louisiana. This was one of the nation's largest debris management responses requiring $2.2 billion in FEMA funds allocated for debris removal operations. Mr. Morse is the author of the USAGE Hurricane Debris Forecasting Model and the Points of Distribution Commodities planning model. Mr. Kevin Sudbury will be the Project Manager assigned to Miami Beach. Mr. Sudbury has a 25-year career that includes a far-reaching understanding of operations and finance as well as cross-functional experience in planning, project management, business administration, public speaking, and client support. He thrives in fast-paced, high-pressure environments. Mr. Sudbury has a reputation for applying advanced problem-solving techniques that lead to the restoration of smooth-flowing procedures and systems, turning around failing projects and developing innovative solutions to any challenge. He possesses demonstrated capability to analyze and translate complex customer requirements, plan for as well as execute simultaneous projects. Mr. Sudbury is an articulate communicator who can fluently speak the languages of both lay people and industry-specific terminology, blending technical expertise with exceptional CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services interpersonal skills to reach the desired outcome. These skills ensure project engagement and cohesion across diverse groups of staff, management, and clients. Mr. Karl Dix will be the FEMA Reimbursement Specialist assigned to Miami Beach. Mr. Dix 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. Mr. Dix holds a bachelor's degree in business administration from Emory University. Ms. Tia Laurie, a West Point graduate, is our Contract/Subcontractor Manager. She is responsible for the overall administrative response to all disaster response and recovery missions, including contracting and subcontracting. Ms. Laurie provides a background in several fields including quality control, construction, logistics, management, and contracting. She is adept at ensuring that our subcontractors and equipment are in place and ready to work when needed. She keeps an extensive list of subcontracts, both local and throughout the country, in case specialty work is required. Ms. Laurie understands the importance of local recovery and knows that it means more than just clearing debris — it means providing jobs in the area. She is expert at finding qualified personnel in any area throughout the United States. 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. Ms. Laurie will be immediately available to locate and check the credentials of all required subcontractors and to pre-stage necessary equipment, ensuring that City of Miami Beach efforts are well under way within the time frames required. Ms. Linda Smith is our Director of Accounting Operations. Ms. Smith has over 30 years of experience in leading accounting teams in day-to-day activities while providing owners, shareholders, and executives with the financial information and guidance required to make informed business decisions. Mr. Omar Arroyo is our EHS Manager. Mr. Arroyo has more than 17 years of professional experience in safety management. He has worked in various fields including debris management, civil construction, new construction, and oil, dealing with all aspects of Environmental Health and Safety Management and Training. 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. For more extensive information on the qualifications of Ceres project management team, please see their resumes on the following pages. Resumes of the additional key personnel that will be made available depending on the size and severity of the event are included as well. If for any reason key personnel named in this proposal are not available for a City of Miami Beach event, or are not acceptable to the City, personnel with equivalent or better backgrounds and skills will be made available and will be presented for approval. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-3 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Resumes Mana•ement Oversi.ht David A. Mclnt re, Sole Shareholder and President David McIntyre is the founder and sole shareholder of Ceres Environmental Services, Inc. and affiliated companies. He created the company in 1976 and has personally managed or supervised over 300 FEMA- reimbursed contracts, including over 250 disaster debris-related projects. He has performed superbly in hiring, training and supervising an excellent team of personnel, resulting in Ceres'extensive list of satisfied customers. Mr. McIntyre's history includes his on-the-ground, on-site management of debris contracts during Ceres' large-scale response to several major disasters. The disaster debris projects include major projects for the USACE, including Ceres'2018 ACI SAD Contract activation in the State of Georgia following Hurricane Michael; USACE work in response to the Northern California Wildfires in 2018; Alabama 2011 tornadoes response; 2008 Hurricane Ike USACE ACI response; 2005 Hurricane Katrina USACE and local jurisdiction debris management projects; and the Hurricane Georges USACE response in 1998. Mr. McIntyre has been Project Manager of many the debris projects for Ceres and has been Operations Manager of many of them as outlined below. He has also presided over the performance of over 95 additional contracts with branches of the U.S. federal government regarding demolition, grinding, abatement, clearing, and other work. These government branches include the U.S. Army Corps of Engineers; U.S. Navy, Army, and Air Force; U.S. Department of the Interior; and the U.S. Department of Agriculture. PROFESSIONAL EXPERIENCE • Hurricanes Ian and Nicole 2022. Management oversight for 27 contract activations in Florida. Two of these projects surpassed 2 million cubic yards of debris each. • Hurricane Ida 2021. Management oversight for debris removal in 14 Louisiana jurisdictions. • Oregon Wildfire Recovery 2020-2022. Management Oversight for Oregon Department of Transportation providing Hazard Tree Removal Services for Operational Branch 1: Archie Creek Fire, Douglas County, Operational Branch 5:Thielson Fire, Douglas County and Operational Branch 6: Two Four Two Fire, Klamath County. • Oklahoma Ice Storm 2020. Management oversight for debris removal in 5 cities following an ice storm. • Hurricanes Laura, Hanna, Sally, Delta, and Zeta 2020. Provided management oversight for 13 individual contract activations across Louisiana, Texas, and Florida. • Linn County, IA Derecho 2020. Management oversight for removal, reduction, and disposal of derecho generated debris. • California Wildfires—Camp Fire, Butte County 2020—2021. Project Manager for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North-Central California in 2017. • Hamilton County,TN Tornado 2020. Provided management oversight for removal and disposal of tornado generated debris in Hamilton County. • Jones County, MS Tornado 2020. Provided management oversight for removal and disposal of tornado generated debris in Jones County. • California Wildfires—Camp Fire, Butte County 2019. Project Manager for the CalRecycle clean- up project for hauling and disposal of debris generated by the Camp Fire wildfire in North-Central California in 2019, which is the largest debris mission in California in more than 100 years. • Northern California Wildfire Debris Removal 2018. Provided management oversight for the USACE debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. • Hurricane Michael USACE Response 2019. Project Manager/Operations Manager for work in 13 Georgia Counties. • Hurricanes Michael and Florence 2018—2019. Provided management oversight for 13 individual contract activations in jurisdictions across North Carolina, South Carolina, Florida, and Georgia • Hurricanes Irma and Harvey 2017. Provided management oversight for more than 45 disaster recovery projects in Florida and Texas. • Southeast Tornadoes 2017. Provided management oversight for disaster recovery projects in Georgia and Louisiana following early tornadoes. CERES Tab 2 Experiencens ofand TeQualifications Section 2 Qualifications of the Proposer Team e"" Page 2.2-4 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • 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 snowstorm 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. 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. • 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 $11 M 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 [EKES Tab 2 Experiencens of d Qualie Teams Section 2 Qualifications of the Proposer Team --�a^NHENIA� Page 2.2-5 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • 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 USAGE 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 • Recognized as a Patriotic Employer by the Office of the Secretary of Defense CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services John Ulschmid,Senior Vice President Mr. Ulschmid has more than 34 years of experience with Ceres Environmental Services, Inc. including project management of multiple FEMA-reimbursed contracts. Mr. Ulschmid manages the company's Construction and Demolition Division as well as various operational aspects of the Emergency Management Services Division, concurrently with the company's Public Affairs and Logistics Management. Mr. Ulschmid has also worked on a variety of other emergency response projects including emergency building demolitions due to floods, Emergency Bank Stabilization of the Mississippi River Lock and Dam 8, and multiple floodway and water control and mitigation construction projects. He has provided project management,supervision, and administration to several federal government clients including the U.S.Army Corps of Engineers, U.S. Air Force, U.S. Navy, U.S. Army, CAL OES, LA DOTD, and TX DOT along with multiple projects with cities, counties, municipalities, and other public agencies with revenues totaling in excess of $1 Billion. Mr. Ulschmid attended the University of Minnesota, Carlson School of Management where he holds a bachelor's degree in Management Information Systems. PROFESSIONAL EXPERIENCE • Archie Creek Fire Tree Removal 2020 — 2022. Senior Director for the Oregon Department of Transportation hazardous tree removal project following the Archie Creek Fire in Oregon. • California Wildfires —Camp Fire, Butte County 2019-2020. Senior Director for the CalRecycle clean-up project for hauling and disposal of debris generated by the Camp Fire wildfire in North- Central California in 2018, which is the largest debris mission in California in more than 100 years. • Hurricane Michael- SW Georgia 2018. Deputy Operations Manager for USACE debris removal operation in 13 SW Georgia counties. • U.S.Virgin Islands Hurricane Recovery 2017-2019. Project Manager for response to Hurricanes Irma and Maria on St. Croix, St. Thomas and St. John for debris removal and processing, marine vessel processing, and off-island disposal of 600K CY. C&D Debris was disposed of in CONUS requiring federal and state approvals and permitting. • Alabama Tornadoes 2011. Management oversight for response to record-setting tornadoes that hit the Southeast, including management of over 1 million CY of debris in Jefferson County. • Emergency Levee Removal- Minot ND 2011. Project Manager for emergency levee removal post Souris River flooding (a greater than 100-year flood event). • Hurricane Ike 2008. Project management, logistics management, and contract administration of operations in Texas. • Hurricane Gustav 2008. Supervision and contract administration of company operations for debris removal and disposal; Project Manager of HVAC project and LA DOTD roadway drainage repairs and improvements project in Louisiana • Hurricane Rita 2005.Project management for debris removal and disposal of over 4.5 million cubic yards; Reduction of over 1.1 million cubic yards of debris; Removal and disposal of e-waste; demolition of approximately 253 storm damaged buildings in Terrebonne and Calcasieu Parishes, Louisiana • Hurricane Katrina 2005. Project 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 over 12 miles of emergency levee repair&stabilization projects in St. Bernard and Plaquemines Parishes, Louisiana • Hurricanes Jeanne & Frances 2004. Operations Manager in the collection and disposal of over 404,000 cubic yards of debris in Florida • Ice Storm 2002. Safety Officer and Contract Administrator for operations which hauled more than 510,000 cubic yards of debris in Kansas City, Missouri CERTIFICATIONS/TRAINING • USACE CQM certified • First Aid/CPR certified CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-7 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Key Project Team Stanle D. Bloodworth, Director of 0•erations Mr. Bloodworth has almost 40 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 planning 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 • Hurricanes Ian and Nicole 2022. Director of Operations for 27 contact activations in Florida.Two of the projects surpassed 2 million cubic yards of debris each. • Livingston Parish Emergency Channel Debris Removal 2019—Current. Operations manager for debris removal from waterways. To date, Ceres has completed over 1,600,000 linear feet of waterways, reducing flooding and removing obstructions from 304 miles of bayous, creeks, rivers, and ditches. • Hurricane Ida 2021. Project Manager for 6 Louisiana jurisdictions, removing over 2 million CY of debris: Denham Springs, Gonzales, Covington, Mandeville, Livingston Parish, and St. Helena Parish. • Poudre Canyon Mudslide and Flood 2021. Project Manager for debris management services in Larimer County, CO. • Sabine River Authority 2021. Project Manager for debris removal services. • Oklahoma Ice Storm 2020. Project Manager for debris removal in 5 cities following an ice storm. • Hurricane Sally 2020. Performed as Project Manager for Santa Rosa County, FL and Escambia County School Board as a result of Hurricane Sally. Over 600,000 CY of debris was removed for these projects. • Hamilton County, TN 2020. Project Manager for collection, reduction, and disposal of over 400,000 CY of tornado generated debris in Hamilton County, TN. • Emergency Watershed Protection August 2019. Performed dual roles as Senior Project Manager/Operations Planner for emergency channel debris removal for Livingston Parish, LA. • Hurricane Michael 2018—2019.Senior Project Manager in Dougherty County and City of Albany, GA for clean-up after Hurricane Michael. This project was eventually overtaken by the USACE ACI SAD Region Restricted contract activation, at which time Mr. Bloodworth maintained an oversight role until the USACE ACI project was completed in early 2019. Ceres was reactivated at that time in order to complete the clean-up and disposal work for the County and the City; Mr. Bloodworth maintained his position and participation through the entire project. • Hurricane Maria 2017. Project Manager/Operations Planner for the Puerto Rico Department of Transportation(DTOP) Disaster Recovery Project. Mr. Bloodworth worked closely day to day with DTOP Representatives ranging from the Secretary of Transportation to local Municipal Mayors and District Managers. Mr. Bloodworth prepared and implemented a successful Operations Plan that provided an operations solution expediting a re-establishment of adequate transportation routes for such activities as emergency services, utility repairs, reopening schools, citizen access and a very important return of commerce. The Operations Plan included accurate scheduling of all activities related to debris removal and disposal and provided successful tool for budgeting public fund expenditures for DTOP disaster recovery. • Hurricane Irma 2017. Project Manager in Tampa City, FL clean-up following the heavy destruction caused by Hurricane Irma. • Louisiana Floods 2016. Project Manager and Planner for Livingston Parish project involving clean-up following heavy rains and flooding in Louisiana in August 2016. Mr. Bloodworth expertly organized over 20 different subcontractors with more than 100 debris removal trucks for this project. Mr. Bloodworth provided these subcontractors with a detailed operations plan to begin concurrent debris removal efforts in all areas affected by the flood. Mr. Bloodworth ensured proper removal and disposal/recycling of many different classifications of flood related debris, including C&D, Household Hazardous Waste, E-waste, and White Goods. Total debris removed: over 1,000,000 CY. [EKES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team .MENTAL Page 2.2-8 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • 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. 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 ensure compliance with permits and licensing. Supervised subordinate managers. • 2004—2008: 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 • 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 • FEMA IS 100, 700 CERES Tab 2 Experiencens of d Qualificat Teams Section 2 Qualifications of the Proposer Team FNVIRC ,' Page 2.2-9 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Thomas "Allen" Morse, Senior Debris Mana.ement Advisor Mr. Morse has worked for Ceres for 10 years providing technical, political, and professional advice at all operational levels of debris management operations. He has over 35 years of experience in damage assessment and debris management. Mr. Morse is retired from the U.S. Army Corps of Engineers (USACE), where he served for 15 years as the National Program Manager for all debris management programs. In this role, Mr. Morse was responsible for training USACE debris teams, as well as training FEMA's FCO cadre on debris management. During his career at the USACE, Mr. Morse provided his knowledge and management skills to some of our nation's most challenging responses. Mr. Morse worked with the USACE In the aftermath of the attack on the Twin towers on September 11. The USACE was tasked by FEMA to perform a forensic analysis of all ground zero debris and identify human remains and personal effects. This was the first time for the USACE to handle a large-scale debris operation as an evidence stream requiring extreme security. Mr. Morse also was the lead debris program manager for Hurricane Katrina in Alabama, Mississippi, and Louisiana. This was one of the nation's largest debris management responses requiring $2.2 billion in FEMA funds allocated for debris removal operations. Mr. Morse is the author of the USACE Hurricane Debris Forecasting Model and the Points of Distribution Commodities planning model. PROFESSIONAL EXPERIENCE • Hurricane lan 2022. Project Consultant interfacing with the USACE during Ceres performance on 27 debris removal contracts in Florida. • Hurricane Ida 2021. Project Consultant interfacing with the USACE during Ceres performance on 14 debris removal contracts in Louisiana • Hurricane Sally 2020. Project Consultant interfacing with the USACE during Ceres performance in Texas following Hurricane Sally. • Hurricane Michael 2018. Project Consultant to USACE for the USACE ACI Restricted SAD Region activation in 13 Georgia counties for the clean-up of debris generated by Hurricane Michael in October 2018. • Northern California Wildfire Debris Removal 2018. Project Consultant for the USACE debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. • 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 a 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 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-10 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Kevin Sudbu , Project Mana a er Kevin Sudbury has a 25-year career that includes a far-reaching understanding of operations and finance as well as cross-functional experience in planning, project management, business administration, public speaking, and client support. He thrives in fast-paced, high-pressure environments. Mr. Sudbury has a reputation for applying advanced problem-solving techniques that lead to the restoration of smooth-flowing procedures and systems, turning around failing projects and developing innovative solutions to any challenge. He possesses demonstrated capability to analyze and translate complex customer requirements, plan for as well as execute simultaneous projects. Mr. Sudbury is an articulate communicator who can fluently speak the languages of both people and industry-specific terminology, blending technical expertise with exceptional interpersonal skills to reach the desired outcome. These skills ensure project engagement and cohesion across diverse groups of staff, management, and clients. PROFESSIONAL EXPERIENCE • Central Texas Winter Storm Mara Debris 2023. Area Manager. Responsible for managing four (4) debris removal projects across two (2) counties. Services provided to clients included ROW debris haul in, park facilities clean-up, reduction, debris haul-out, and site restoration. Clients served include cities, counties, and municipal utility districts. • West Central Florida Hurricane Ian Debris 2022. Area Manager. Responsible for managing eleven (11) debris removal projects across five (5) counties. Services provided to clients included cut/push, ROW debris haul in, specialized debris removal, reduction, debris haul-out, site restoration, street sweeping, and catch basin cleanout. Clients served include cities, counties and FDOT. • Terrebonne Parish School District, LA Hurricane Ida Debris 2022. Project Manager. Responsible for managing all aspects of debris removal across forty-five (45) facilities heavily impacted by Hurricane Ida. Developed a specialized operations plan that accounted for working on active campuses to protect all children, staff, visitors, and facilities. • City of Covington, LA Hurricane Ida 2021. Project Manager. Responsible for all recovery components including push, debris collection and final disposal. Started push on Day 1 after the event and completed it in less than 4 days which was the quickest completion of a significantly impacted City on the North Shore. According to the electric company this allowed them to refocus assets from other areas to Covington resulting in the restoration of 84%of the City's grid in 6 days. Debris collection and disposal was completed ahead of the projected schedule. • Sabine River Authority, LA Hurricane Laura/Delta Debris 2021. Project Manager. Responsible for managing all aspects of debris removal along forty(40)miles of canal including eighty(80)miles of levee and over thirty-five (35) entrance ways/ramps in ninety-two (92) working days. Debris streams included vegetative, C&D and leaners/hangers. • Vermilion Parish, LA Hurricane Delta Debris 2020. Project Superintendent. Responsible for managing all aspects of debris removal across a 1,200 sq mile parish divided into fourteen (14) districts. Debris streams included vegetative, C&D, marsh grass, leaners/hangers and stumps entering three (3)separate DMSs. • Escambia County School District Hurricane Sally Debris 2020. Project Superintendent. Responsible for scheduling, managing, and ensuring quality control for the removal debris and hangers/leaners from sixty(60)facilities. Brought the twenty-eight(28)facilities initially assigned to a safe and operationally ready status in four (4) days so that the District could reopen the entire school system. All operations were completed in less than four(4)weeks. • City of Edinburg, TX Hurricane Hanna Debris 2020. Project Superintendent. Responsible for scheduling, managing, and ensuring quality control for both subcontractors and self-performing debris removal trucks. Performed debris assessments. Provided timely responses to communications from the client to ensure satisfaction. • Hamilton County Tennessee Tornado Debris 2020.Subcontractor Manager. Responsible for the acquisition, scheduling and management of multiple subcontractors executing ROW Vegetative and C&D Haul-in and Mulch Haul-out. Interacted with client POC on a regular basis providing updates, explanations of operations and addressing any client concerns. Provided DMS support services, basic equipment operation and conducted daily safety meetings. • Butte County California Fire Debris 2019. Logistics Chief/Subcontractor Manager. Responsible for project-wide and self-performing crew logistics support including resource forecasting, CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-11 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services equipment acquisition, materials selection, competitive pricing evaluation, personnel housing, and asset management. Secured required local permits for laydown yard. Refocused subcontractor haul-out operations including a review of the existing haul-out operations, vetting, and negotiating with new subcontractors, and provided subsequent operational oversight which led to a project savings of over $426K. Interfaced with the Project Owner's team during bi-weekly planning meetings and provided daily as well as weekly reporting to the Incident Commander that drove decision-making activities. Coordinated alternative staff housing during PG&E power outages. Actively involved in project closeout planning and responsible for the successful demobilization of all Ceres-owned assets. • SW Georgia Hurricane Michael Debris 2018. Operations Manager/ Subcontractor Manager. Responsible for the direct management of over 120 ROW debris haulers and haul-out subcontractors (1,000+ containers) across 13 counties. Duties include operational planning, subcontractor management, overall project management and daily coordination with USACE. Developed a tracking and reporting system that provided internal decision makers and USACE with vital statistics which drove planning and operations decisions. Elevated to Operations Manager with USACE-approval and led successful leaner/hanger mission, oversize stump removal, C&D collection, mulch haul-out and closeout of the project. • City of Coral Gables Hurricane Mitigation Grant Program 2018. Senior Project Manager/Funding Specialist. Developed 4 HMGP successfully funded applications for disaster mitigation projects in response to Hurricane Irma. The application process included project planning, addressing environmental concerns, weekly interactions with local government staff and gaining the approval of the City Commission. • Apex Oil Terminal Improvements 2017. Senior Project Manager. Responsible for developing procurement policies, ensuring 6 Good Faith Efforts were followed and documented to maximize DBE participation, pre-construction planning, project management, federal compliance (Davis Bacon, American Iron and Steel, EEO), financial reconciliation and close-out of a 7-month, FEMA funded $1,500,000 fuel terminal improvements project which spanned 3 sites each in a different state with concurrent procurement and construction activities. • City of Miami Wagner Creek/Seybold Canal Stormwater Improvements 2017. Senior Project Manager. Responsible for funding, project management, federal compliance (Davis Bacon, American Iron and Steel, EEO),financial reconciliation and close-out of an 18-month, $21,000,000 sediment removal project that included 1 prime contractor and 4 subcontractors. Project was awarded the 2018 WEDA Environmental Excellence Award. • US Virgin Islands Gordon A. Finch Marine Terminal 2016.Senior Project Manager. Responsible for preparing a federal TIGER grant application, award acceptance, procurement, and project management of a $13,000,000 project to demolish and replace the existing Roll-On/Roll-Off pier as well as construction of horizonal and vertical site improvements. Developed Benefit-Cost Analysis that was used in part as a planning model/guide for future TIGER projects by USDOT. • City of Marco Island Septic Tank Replacement Program 2015. Senior Project Manager. Responsible for the planning, funding, procurement, project management, federal compliance (MBE/WBE participation, Davis Bacon, Buy American, EEO), financial reconciliation and close-out of a 6-year, FDEP/EPA funded $63,000,000 program that included 8 prime contractors and over 24 subcontractors. Project was highly complex with politicians and residents in opposition of the project at the beginning in addition to being in an environmentally sensitive region. Required frequent attendance and speaking at City Council meetings, addressing both Council and public concerns verbally and in writing as well as maintaining a public presence via direct outreach and media throughout the project.Worked hand-in-hand as an extension of City staff to ensure financial forecasting, environmental planning, project phasing and construction were properly aligned. • Collier County Wastewater System Improvements Program 2014. Senior Project Manager. Responsible for the planning, funding, procurement, project management, federal compliance (Davis Bacon, EEO),financial reconciliation and close-out of a 8-year, FDEP funded $140,000,000 program that included the construction and/upgrade of 3 wastewater treatment facilities with a combined capacity of over 55 MGD and 16 miles of collection mains. During the program, it was common for multiple large projects to proceed simultaneously requiring detailed planning and frequent coordination with County staff, County Commission, and contractors. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team :a^_NMEM'Al Page 2.2-12 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services EDUCATION/CERTIFICATIONS • BA, Business Administration-Finance, Keiser University, Sarasota, FL • AS, Computer Network Administration, Keiser University, Sarasota, FL • OSHA 30/HAZWOPER • US Army Corps of Engineers (USACE)—CQM-C • FEMA IS20, IS21, IS33, IS102, IS559, IS632, IS 633, IS634, IS700, IS702, ICS100 • FDOT Resident Compliance Specialist—Local Agency Program SPEAKING ENGAGEMENTS/PROFESSIONAL ACKNOWLEDGEMENTS • Florida Department of Transportation —"Simplifying Davis Bacon" • American Water Works Association —"SRF: A Local Government Perspective" • Florida Department of Transportation —Disadvantaged Business Enterprise SME • Florida Department of Environmental Protection—Davis C E „ ES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-13 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Karl A.Dix, Ill, FEMA Reimbursement S•ecialist/O•erations Planner 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 • Hurricanes Ian and Nicole 2022. Operations Planner and FEMA Liaison for 27 contract activations in Florida. Two of the projects surpassed 2 million cubic yards of debris each. • Hurricane Ida 2021. Operations Planner and FEMA Liaison for 14 Louisiana projects. • Oregon Wildfire Recovery 2020 — 2022. Operations Planner for Oregon Department of Transportation providing Hazard Tree Removal Services for Operational Branch 1: Archie Creek Fire, Douglas County, Operational Branch 5:Thielson Fire, Douglas County and Operational Branch 6: Two Four Two Fire, Klamath County. • Oklahoma Ice Storm 2020. Provided operational oversight for debris removal in 5 cities following an ice storm. • Hurricanes Laura, Hanna, Sally, Delta, and Zeta 2020. Provided operational oversight for 13 individual contract activations across Louisiana, Texas, and Florida. • Linn County,IA Derecho 2020.Operations Planner for removal,reduction, and disposal of derecho generated debris. • California Wildfires 2019 — 2020. Operations Planner for the CalRecycle clean-up project for hauling and disposal of debris generated by the Camp Fire wildfire in North-Central California in 2018, which is the largest debris mission in California in more than 100 years. • Hurricane Michael 2018. Operations Planner for the USACE ACI Restricted SAD Region activation in 13 Georgia Counties for the clean-up of debris generated by Hurricane Michael in October 2018. • Hurricane Irma 2017. Operations Planner and FEMA Liaison for 37 Hurricane Irma projects. • 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. CERES Tab 2 Experiencens of d TeQualifications Section 2 Qualifications of the Proposer Team ,gONHENTAI Page 2.2-14 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • 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. EDUCATION/CERTIFICATIONS • Bachelor of Business Administration, Emory University • Master of Science in Threat and Response Management, University of Chicago (in progress) • FEMA IS 100, 631, 632, 700, 701, 703, 800 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team 4ENTAL Page 2.2-15 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Tia Laurie, Contract/Subcontract Maria•er, Cor'orate Secreta Tia Laurie provides a background in several fields including quality control, construction, logistics, management, and contracting. Ms. Laurie serves as Qualifying Agent, holding General Contractors Licenses on behalf of Ceres in many states including California, Louisiana, Alabama, Tennessee, Mississippi, Oregon, and South Carolina. Certified in Construction Quality Management by USACE, Ms. Laurie has served in supporting roles on several missions for more than ten (10) years. Additionally, Ms. Laurie is responsible for the overall administrative response to all disaster response and recovery missions, including contracting and subcontracting. 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 database, registration process, and evaluation criteria for subcontractor, as well as creating and executing their training programs. PROFESSIONAL EXPERIENCE • Hurricanes Ian and Nicole 2022. Director of Administration including subcontracting and contract management for 27 contract activations in Florida. Two of these contract surpassed 2 million cubic yards of debris each. • Hurricane Ida 2021. Director of Administration including subcontracting and contract management for Ceres projects in Louisiana. • Oregon Wildfire Recovery 2020 — 2022. Director of Administration including subcontracting and contract management for Oregon Department of Transportation Hazard Tree Removal Project. • Oklahoma Ice Storm 2020. Director of Administration including subcontracting, and management of 5 contract activations as a result of the Oklahoma Ice Storm. • Hurricanes Hanna, Laura, Sally, Delta, and Zeta 2020. Director of Administration including subcontracting. Managed over 30 subcontractors providing debris collection, reduction, and disposal. While working contract administration on over 13 contract activations. • Linn County, IA 2020. Director of Administration including subcontracting and managing 4 subcontractors and working contract administration. • Hamilton County,TN and Jones County, MS Tornados 2020. Director of Administration including subcontracting. Managed 6 subcontractors providing debris collection, reduction, and disposal. • Bulk Waste Removal 2020. Director of Administration including subcontracting. Managed 6 subcontractors providing bulk waste removal to the City of Atlanta and Macon-Bibb County, GA as a result of limited staff due to COVID-19. • Paradise and Butte County,CA Fire 2019. Director of Administration including subcontracting and managing over 23 subcontractors and working contract administration with CalRecycle. • Hurricanes Florence and Michael 2018. Director of Administration for storm operations in a wide geographic area. • North Carolina Department of Agriculture 2018. Director of Administration and Subcontracting Manager for hauling vegetative material for NC farms after Hurricane Florence. • Northern California Wildfire Debris Removal 2018.Subcontractor Manager responsible for hiring all subcontractors for the USACE debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. • Hurricanes Harvey, Irma, and Matthew 2017. Director of Administration and Subcontracting Manager for over 50 storm and civil construction projects. • 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. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-16 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services ■ 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 snowstorm 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 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-17 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Linda Smith, Director of Accountin. Operations Ms. Smith has over 30 years of experience in leading accounting teams in day-to-day activities while providing owners, shareholders, and executives with the financial information and guidance required to make informed business decisions. PROFESSIONAL EXPERIENCE • Ceres Environmental Services, Inc. Accounting Manager. In coordination with the director of storm accounting, responsible for the day-to-day functions of the entire storm accounting department and assisted the field operations to establish internal protocols. • Hurricanes Ian and Nicole, FL—2022 • New Mexico DOT Fire and Flood Debris—2022 • Hurricane Ida, LA—2021-2022 • Oregon Wildfire Recovery 2020—2022. • California Wildfires—Camp Fire, Butte County Hazardous Tree 2020-2021 • Oklahoma Ice Storm 2020 (5 jurisdictions) • Hurricanes Laura, Hanna, Sally, Delta, and Zeta 2020 (13 jurisdictions) • Linn County, IA— Derecho 2020 • City of Atlanta, GA and Macon-Bibb County, GA— Bulk Waste 2020 • Hamilton County, TN—Tornado 2020 • Jones County, MS—Tornado 2020 • Santa Rosa County, FL—Wind Event 2020 • California Wildfires—Camp Fire, Butte County Debris Removal 2019 • Northern California Wildfires 2018 (USACE) • Hurricane Michael 2018 • Hurricane Irma 2017 • Resort Funding, LLC. 1997 — 2017. Senior Accountant. Analyzed financial statements and created reports for monthly corporate reporting. Generated financial statements in accordance with GAAP and facilitated account closing procedures for multiple companies on a monthly basis. Created strong internal controls and accounting processes that reduced the financial statement close from 10 days to 3 days,which led to completion of 17 clean audits.Analyzed and researched reporting issues to improve accounting operations procedures. Reconciled multiple cash accounts daily for cash forecast and budget preparation and reviewed bent charges monthly for accuracy and to reduce costs. Maintained notes receivable in excess of $500 million. Managed journal entries, invoices, and reconciled over 200 general ledger accounts annually. Reviewed and approved weekly borrowings and monthly servicer report for $200 million warehouse facility. Led and provided guidance to accounting staff. Prepared for and assisted in annual audit and two agreed upon procedures annually for warehouse facilities. Managed all NSF payments from consumer account holders. Assisted other departments in identifying problems and finding solutions to correct, assisted IT in implementation of new systems and the controller in projects regularly. Maintained records of wire transfer procedures and ensured accurate processing. Developed written accounting policies and standard operating procedures and trained junior accountants using these policies and procedures. • Fay's Inc. 1995— 1997. Corporate Accountant participating in design, testing and implementation of accounts receivable system resulting in departmental efficiencies. Ms. Smith was also responsible for tracking and analysis of accounts receivable activity on decentralized systems in maintained at the store level. • National Commodity Clearance Center 1994 — 1995. Bookkeeper managing inventory control and produced month financial statements and maintained accounts payable and receivable. EDUCATION • Bachelor of Science, Accounting 1989 • Minor in Economics, State University of New York at Oswego CERTIFICATIONS • ICS-100 Introduction to Incident Command System CERES Tab 2 Experiencens of and TeQualifications Section 2 Qualifications of the Proposer Team ENYIRuNM[.t Page 2.2-18 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Omar Arro o, Safet Mana.er Mr. Arroyo has more than 17 years of professional experience in safety management. He has worked in various fields including debris management, civil construction, new construction, and oil, dealing with all aspects of Environmental Health and Safety Management and Training. PROFESSIONAL EXPERIENCE • Ceres Environmental Services 2017 — Present. Safety and Health Officer. Vegetative, construction and demolition, and metal debris removal from local municipality Rights-of-Way(ROW) and other eligible public property in the U.S Virgin Islands for the USACE ACI project following hurricanes Irma and Maria. Work also included site preparation, debris reduction - chipping/mulching/grinding, and debris disposal. Safety Officer for the Wildfire clean up and logging operations for California, Colorado, and Oregon. • PES Performance Energy Services 2015-2016. HHSE Site Safety Supervisor in Beaumont,Texas conducting daily equipment inspections, confine space audits, air sampling for confined space, confined space rescue procedures, daily mass safety toolbox meetings, Air Liquide safety and production meetings, safety record keeping, first aid, incident investigations, daily safety audits, inspection and control of safety equipment, fire watch training, confine space training, lockout/tag- out training and new hire orientations. • Saxon Constructions PES 2015. HSSE Site Safety Manager for Williams Station 520 Pipeline project in Jersey Shore, Pennsylvania and Devon/E-Link Terminal project in Cuero, Texas. Responsible for daily audits of work being performed, daily field equipment inspections, equipment training, PRE-TASK ANALYSIS (PTA) audit and training, held the daily all employee's safety meeting, met with the client HSSE for any concerns and correction,job specific overview, employee orientation, incident reporting, near miss reporting, record keeping, and continue to strive for a zero incident and accident free workplace for all employees. • Titan 360 Industrial Services 2014-2015. HSSE Site Safety Manager coordinating a project at Trunk line in Lake Charles, Louisiana overseeing 85 employees. My duty and responsibility was to conduct daily safety meetings within the company and the client, daily safety audits on employee behavior, permits, and company (JSA), daily equipment inspection, record keeping, first aid case management, attend and participate in client turnaround safety progress, monitor and conduct SCBA breathing air equipment inspection and proper function prior to job task, and incident reporting/investigation. • Total Safety 2014. HSSE in Busan, Korea working as a third-party safety representative for Nobel and Shell at a shipyard reconstructing the Nobel Discoverer ship oil driller. Duties and responsibilities were to be part of the Shell and Nobel safety HSE team to contribute as a third-party safety representative in the daily work activities such as safety daily audits and inspections on hot work activities, confine space, permit and JSA audits, evacuation drills. Conducted safety meetings, record keeping, and daily inspection on equipment, tools, and safety equipment. • KBR Kellogg Brown &Root 2012-2013. HSSE Site Safety Manager. Conducted safety audits and meetings, performed daily equipment and apparatus inspections, first aid case management and related record-keeping. • BP 2010-2012 HSSE Site Safety Turnaround Manager. Managed and oversaw safety field turnaround for several units. Conducted weekly mass safety meetings,daily audits, and inspections, reporting for near miss and first aid, and performed relevant recordkeeping. • STARCON International, Inc. 2001-2010 HSE Safety Supervisor. Performed daily audits and inspections, permit training, oil rig basket training, SCBA training and fire watch training. Maintained company and refinery compliance and recordkeeping, supervising various units for turnaround work and implementing company site standards. Performed unit orientations for new hired team members for the turnaround, equipment inspection and purchasing, daily toolbox team safety meetings. Conducted daily permit and JHA audits for compliance, JHA training, recordkeeping, and conducted near miss and incident investigations. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-19 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services EDUCATION/CERTIFICATIONS ■ San Jacinto College Central Campus Two Years, Courses Studied: • EPCT- Introduction to Environmental/Health • EPCT- Principals of Industrial Hygiene • OSHT- Safety Program Management • OSHT- Physical Hazards Control • OSHT-Accident Prevention, Inspection, and Investigation • OSHT-OSHA Regulation General Industry • College of the Mainland (Conducting Safety Audits) • OSHA 30 Hour Construction • OSHA 500 • Construction Site Safety Technician CSST Certification • Construction Site Safety Technology CSST Certification ■ Construction Site Field Safety CSST Certification • Construction Site Safety Supervisor CSST Certification ■ Industrial Toxicology Certification • GHS and OSHA Hazardous Communications Certificate • Introduction to Safety Accountability-OSHA Academy • Emergency Action and Fire Prevention-OSHA Academy • Conducting a Job Hazard Analysis (JHA)-OSHA Academy • Personal Protective Equipment-OSHA Academy • Introduction to Safety Recognition-OSHA Academy • Introduction to OSHA-OSHA Academy • Introduction to Hazard Control-OSHA Academy • Electrical Safety for Employees- OSHA Academy • Introduction to Safety Training-OSHA Academy • Personal Protective Equipment- OSHA Academy • Introduction to Safety Supervision-OSHA Academy • Hazard Communication- OSHA Academy • Effective Accident Investigation-OSHA Academy • Introduction to Safety Leadership-OSHA Academy • Walking-Working Surfaces and Fall Protection-OSHA Academy • Introduction to Job Hazard Analysis-OSHA Academy • Supervisor 201 Training-LEAD Leadership, Excellence, and Development-Houston Area Safety Council • EM 385-1-1 8 Hour Awareness- US Army Core of Engineers • First Aid-CPR-AED Certification 1377463 • American Red Cross (CPR-Adult) • AMERICAN Red Cross (Standard First Aid) • TWIC Transportation Worker Identification Credential • Houston Area Safety Council (Basic Plus) • Baytown, TX Safety Council • HAZWHOPER-Currently in Progress (40 Hour) CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-20 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Personnel (Alphabetically by Last Name) u'. . - - - • .'- • . - •er Mr. Beevers has been in environmental services for almost 20 years, starting in earth 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. Mr. Beevers has expertise in responding to various types of disasters, including hurricanes, ice storms, tornadoes, floods, and fires. PROFESSIONAL EXPERIENCE • Hurricanes Ian and Nicole 2022. Operations Manager providing oversight for debris removal in 5 Florida jurisdictions. • Hurricane Ida 2021. Operations Manager for debris removal in 7 Louisiana jurisdictions. • Winter Storm Uri 2021. Project Manager for debris removal operations in response to an ice storm for Pearland, TX, Nacogdoches, TX, and Harris County, TX. • Hurricanes Laura, Delta, and Zeta 2020. Project Manager for Vermilion Parish, LA and Cameron Parish, LA as a result of Hurricane Laura. Project Manager for St. Martin Parish, LA, Nederland, LA and Scott, LA as a result of Hurricane Delta. Project Manager for Lafourche Parish, LA and New Orleans, LA as a result of Hurricane Zeta. • Linn County, IA Derecho 2020. Project Manager for Linn County, IA. Over 1 million cubic yards of debris were hauled as part of this project. • Jones County, MS Tornado 2020. Project Manager for Jones County for the cleanup after a tornado in April 2020. Over 200,000 cubic yards of debris were hauled as part of this project. • Santa Rosa County, FL Wind Event 2020. Project Manager for Santa Rosa County, FL debris removal project after a severe storm and wind event. • Bahamas September 2019 — 2020. Project Manager for debris removal on public and private property in response to category five Hurricane Dorian. • Hurricane Michael 2018. Project Manager for Jackson County, FL for the cleanup of debris in October of 2018. • Hurricane Maria 2017—2018. Project Manager for central zones in Puerto Rico roofing projects. • Hurricane Irma 2017. Project Manager for Seminole County, FL. Over 1 million cubic yards of debris were hauled as part of this project. • Hurricane Harvey 2017. Project Manager for the City of Pearland, TX debris removal project. • 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. • Hurricane Isaac 2012. Project Manager for debris clean up in LaFourche Parish, LA. • 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. • Hurricane Ike 2008. Project Manager for Harris County for Galveston Island Beach reclamation project. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-21 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • 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. EDUCATION/CERTIFICATIONS • OSHA 10-hour safety training • OSHA 40 HAZWOPER CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-22 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Everett Bond, Project Su•erintendent Mr. Bond has managed projects since 2016 supervising and managing storm debris removal teams for major disaster recovery projects with Ceres. Mr. Bond's responsibilities were maintaining contract schedules and detailed agreements, communicating with senior project management and lead superintendents to make sure any foreseen issues, opportunities and company change orders and conducted superior oversight of site and subcontractor performance PROFESSIONAL EXPERIENCE • Hurricane Ian 2022. Project Superintendent overseeing debris management and removal in Longwood, FL. • Hurricane Ida 2021. Quality Control Manager and Supervisor in New Orleans, LA for the clean-up of storm debris. Over 280,000 cubic yards of debris were hauled during this project. • Hurricanes Laura and Delta — Quality Control Manager and Supervisor for Allen Parish, LA for the clean-up of over 550,000 cubic yards of storm debris. • California Wildfires — Camp Fire, Butte County 2020 — 2021. Project Superintendent for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North-Central California in 2017. • Deatrick Engineering Associates, Orlando, FL 2019 — 2020. Inspector responsible for performing various asphalt, earthwork, concrete, masonry, cement, and aggregate testing, both in the field and the laboratory. Ensure jobsite tests and inspections are performed as required or requested by a contractor, architect or engineer as well as being performed per AASHTO, ASTM, ACI, FDOT or other required methods and specifications while working closely with the Laboratory Manager in supervising lab technicians and lab testing. • Camp Fire, Butte County 2019. Divisional Supervisor for the campfire project in Paradise, CA leading 45 individuals during wildfire debris cleanup effort. • Hurricane Michael 2018. Senior Quality Control Manager and Supervisor in Georgia for the cleanup of debris in October of 2018. • Hurricane Florence 2018. Senior Quality Control Manager and Supervisor for North and South Carolina, managing multiple city and county contracts for clean-up of storm and flood debris in September 2018. • Kablelink 2016 — 2018. Cable Installation Technician installing entertainment, networking, and security systems and responding to repair calls while keeping customer satisfaction. • Broadband Interactive 2001 — 2016. Disconnection Technician communicating with customers and companies to resolve and uninstall cables. EDUCATION • Bachelor of Science in Sport and Fitness, University of Central Florida 2011 • Associates of Art, Valencia Community College, 2008 CERTIFICATIONS • OSHA 30 Construction • OSHA 40 Hazwoper • Flagger • Jones NCTI CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-23 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Hue Deville, Quail Control Mana'er With more than 35 years of construction management and quality control experience, Mr. Deville is an experienced supervisor and field manager capable of concurrently supervising multiple crews and projects. He is an experienced equipment operator, project estimator, manager, and surveyor with construction experience in commercial, residential and disaster recovery areas of specialty. He is responsible for project planning and execution; project equipment maintenance; crew supervision; project production; workmanship quality, safety, and reporting; and recordkeeping. Mr. Deville's vast experience allows Ceres to apply his expertise in a variety of critical roles including disaster response and recovery mission management, demolition and construction project management. His broad experience, commitment to quality and safety, technical expertise, and natural leadership skills makes Mr. Deville a highly valuable asset to our Supervisory team. PROFESSIONAL EXPERIENCE • Oregon Wildfire Recovery 2021 —2022.Quality Control for Oregon Department of Transportation providing Hazard Tree Removal Services for Operational Branch 1: Archie Creek Fire, Douglas County, Operational Branch 5:Thielson Fire, Douglas County and Operational Branch 6:Two Four Two Fire, Klamath County. • California Wildfires—Camp Fire, Butte County 2020.Quality Control for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North-Central California in 2017. • Houston, TX 2019 — 2020. General Superintendent/Manager overseeing the construction of multiple detention/retention ponds. Responsible for coordinating and managing subs, ordering materials, tracking cost, scheduling equipment and keeping good relations with clients. • Louisiana Civil Construction 2017—2019. General Superintendent/Manager overseeing multiple projects ranging from DOTD work installing median cable barriers, new streets, pedestrian bridges, street improvements, highway improvements, new building sites and parking lots for the cities within LA. • Miami-Dade County, FL C-111 Detention Pond 2016—2017. General Superintendent/Manager responsible for coordinating and managing subs, ordering materials, tracking cost, scheduling equipment and keeping good relations with clients. • Louisiana Levee Construction 2013 — 2016. General Superintendent for Terrebonne levee projects, overseeing five levee projects over $45 million — responsible for coordinating managing subs, ordering materials, tracking cost, scheduling equipment and quality control. • Hurricane Isaac 2012. Area Manager for ROE and PPDR projects in St. Bernard Parish, LA. • Mountrail County, ND April — October 2012. Project Manager for Palermo Road grading, aggregate surfacing, signing and incidentals. • Minot, North Dakota Flood Recovery 2011. Project Superintendent/Manager: supervised Levee breach repair - responsible for coordinating with USACE, scheduling work, resourcing labor and equipment. • Minot, North Dakota Flood Recovery 2011. Project Superintendent/Manager: supervised Emergency levee removal in Minot, Sawyer, and Burlington -responsible for lining sub-contractors up, made sure they complied. Finished job ahead of schedule. • Alabama Tornadoes 2011. Quality Control for USACE ROE Debris Removal project in Lawrence and Limestone Counties, Alabama. • Alabama Tornadoes 2011. Project Superintendent for Jefferson County, Alabama. Assisted with management of removal and reduction of over 1 million cubic yards of tornado debris. • Birdland Park Levee Improvements. Surveyor, Des Moines Iowa, Survey site, built 3D tin surfaces for the Project, set up GPS equipment • Little Calumet River Flood Prevention Project. Surveyor/Superintendent, Indiana, Survey site, set up GPS equipment, built 3D tin surfaces for project and supervised the construction of the concrete retaining wall • Puerto Rico Rio Fajardo Flood Control Project. Surveyor. Responsible for layouts, constructing job from data input, building 3D surface tins,designing a 60-acre Mitigation flood plain for Mangrove Trees, and Cross section with quantity reports. • Nassau Drive Subdivision and Drainage Work. Supervised layout and grade control. CERES Tab 2 Experience of d Qualifications Te Section 2 Qualifications of the Proposer Team 1010.1EN'AL Page 2.2-24 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • Hurricane Katrina 2005—2007. Private Property Debris Removal project, New Orleans LA: Field Supervisor. Responsibilities included crew supervision, production and quality, scheduling and crew assignments, PPDR site inspections, enforcement of safety and quality standards, and documentation and record keeping. Levee reconstruction projects in Plaquemines Parish, LA: Site Superintendent. Responsible for crew supervision, compliance with project and USACE safety requirements, production quality, and equipment operations and maintenance, daily reports and inspections, and oversight of survey teams. Emergency levee repair project, St. Bernard Parish, LA: Site Superintendent. Site Superintendent, Lafreniere Park Restoration project, Metairie, LA Site Superintendent, Caminada Restoration Project, Grand Isle LA. Restoration included proper capping of the entire site to meet local landfill requirements. Demolition Project, Hurricane Katrina response mission: Field Supervisor. Responsible for management of demolition crews, including subcontract crews, and conformance to strict company and USACE protocol specific to emergency demolition operations. EDUCATION/CERTIFICATIONS • OSHA 10-hour safety training • CPR First Aid Certified CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-25 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Patricia Deville, Pro'ect Su•erintendent Ms. Deville has over 20 years of supervisory experience in the construction field including personnel and subcontractor management, agricultural recycling operations, debris management, yard waste processing, landfill restoration/cover, and new civil construction. Ms. Deville also has experience operating heavy equipment, logging, and grinding equipment. Her management duties as a Site Superintendent includes supervision of material receipts, production, and sales; maintenance scheduling; crew and production scheduling; production operations; cost control and reduction; and enforcement of site safety requirements. Her experience managing debris removal operations for Hurricanes Frances, Jeanne, Katrina, Ike, Gustav, the Ice Storm of 2009 in Kentucky, and several Civil Construction Projects makes Ms. Deville an invaluable resource to Ceres in performance of contract and emergency debris removal operations and civil construction. PROFESSIONAL EXPERIENCE • Hurricane Laura 2020 — 2021. Project Manager in Cameron Parish, LA for the collection, reduction, and disposal of Hurricane Laura generated debris. • HCFCD Aldine-Westfield Stormwater Detention Basin 2019. Project Superintendent and QC for building substantial drainage systems and excavating a flood control basin in Harris County, TX. • Hurricane Maria St. Croix, VI-2018—2019. Project Superintendent for Debris Management Site segregating debris for proper recycling and removal. • USACE - Central Everglades Reservoir Project 2017 — 2018. Project Superintendent and QC building reservoir levees in the Everglades of Florida. • Hurricane Matthew 2016. Project Superintendent for Indian River County, FL for contract activation. Ceres removed nearly 100,000 CY of vegetative debris from the County rights-of-way. Worked with local officials and managed all debris removal and recycling of storm related debris. • Morganza to the Gulf Levee System 2013 — 2017. Project Superintendent and QC for Levee's Reach F, Reach E,and Supervised 5 Excavation Pits for 5 Levees total excavating roughly 4 million CY dirt between all projects. • Hurricane Isaac 2012. Project Superintendent for the City of Kenner. 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 — 2012. Acting as Project Superintendent for Truitier Landfill Debris Site Management Project in Port-au-Prince, Haiti for the Haitian Ministry of Public Works. • Ice Storms 2009. Debris Removal Project Superintendent - worked with local officials and managed subcontractors for the 2009 Ice Storm in Hardin County, KY. • Hurricane Gustav 2008. Debris Removal Project Superintendent- worked with local officials and managed subcontractors in East Baton Rouge, LA. • Hurricane Ike 2008. Debris Removal Project Superintendent - worked in coordination with the USACE for TXDOT Emergency Road Clearance in the City of Kemah and Chambers County, TX. • Hurricane Katrina 2005 — 2007. Field Supervisor in coordination with the U.S. Army Corps of Engineers in Livingston and Jefferson Parish, LA. • Hurricanes Frances and Jeanne 2004—2005. Field Supervisor for SWA debris removal in Palm Beach County, FL. • Site Supervisor 2002 — 2006. Supervision of receipt of recyclable materials, heavy equipment operations, grinder operation, researching and allocating future revenues, soil testing and compliance with outside agencies, maintaining product quality and overseeing proper ratios of soil mix recipe's, contaminant identification and segregation, and supervision of production and sales. Duties also included scheduling and completion of preventative maintenance for equipment; managing site personnel and scheduling work tasks; provision of weekly safety training for site personnel and enforcement of site safety requirements; and daily production reporting. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team `"' Page 2.2-26 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • Assistant Manager 1999 — 2002. Supervision of receipt of recyclable materials, contaminant identification and segregation, heavy equipment operator, scheduling and dispatching outgoing mulch sales, inventory and ordering supplies,documentation of equipment maintenance, parts,fuel usage, and daily sales. Performed land-clearing operations including operation of CAT 330 and 320 excavators, D6 dozer, IT-38-wheel loader/grapple with root rake, and log skidder equipment. Responsible for operating various equipment to clear sites in preparation for dirt construction, reading blueprints and determining which trees were to be felled and burned, chipped, or logged based on contract and print requirements, assisted heavy hauler driver in loading and unloading various types of heavy equipment onto a low boy. Responsible for the operation and maintenance of a horizontal grinder at a grinding site. Maintained and operated equipment, managed quality of material receipts and identified/removed contaminants, managed production rates and finished product quality. CERTIFICATIONS/TRAINING • Hazardous Materials Awareness (8-hour course) • 40 Hour Hazwoper Certification • FEMA certified NIMS IS-100, IS-200, ICS 300, ICS 400, & IS-700 • OSHA 10 • CPR/First Aid • Fire Prevention and Protection, Emergency Response • Ceres Authorized Equipment Operator(all); Grinder Operator(horizontal and tub) • ATTSA Traffic Control Supervisor—CA Specific • ATTSA Traffic Control Technician—CA Specific CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team .MEN'At. Page 2.2-27 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services B an S. Fike, Re.Tonal Client Services Director Mr. Fike possesses more than 30 years of disaster response, recovery, incident command, and command center operations experience, including as a first responder during Hurricane Andrew's devastating impact on South Florida in 1992. His life of public service began as a firefighter in 1984 and was followed by a career in law enforcement from which he retired in 2004. Over the past 19 years, Mr. Fike has managed recovery efforts for many of the largest and most destructive events to ever impact the United States, by coordinating and overseeing large scale disaster debris removal/recovery operations, supervising debris monitoring programs, and spearheading specialized debris programs, as well as short- and long-term recovery programs for impacted communities across the country. PROFESSIONAL EXPERIENCE • Hurricane Ian 2022. Provided senior oversight/administration over multiple jurisdiction debris removal and disaster recovery activations in Southwest and South-Central Florida. • Hurricane Sally 2020.Provided senior oversight/administration over disaster recovery programs in Northwest Florida and Southeast Alabama • Hurricanes Irma, Harvey, Maria 2017-2018. Served in client services/senior operations oversight role, taking part in every facet of these historic response and recovery programs, which spanned multiple states, and the Caribbean Islands. • Hurricanes Matthew and Hermine 2016-2017 - Managed multiple jurisdiction debris removal contract activations on the eastern and western coasts of Florida. • South Carolina Ice Storms 2014- Debris removal program leadership and guidance provided. • Hurricane Isaac 2012—Provided senior project management and leadership in jurisdictions in and around New Orleans and the Louisiana Gulf Coast • Winter Storm Alfred 2011 — Provided management and leadership on a 22 City debris removal activation throughout the State of Connecticut • Hurricane Irene 2011 - Provided management and leadership on a multi-jurisdictional debris removal activation throughout the States of Virginia and North Carolina • Gulf Coast BP Oil Spill Recovery Programs 2010— Program leadership and development. • State of Arkansas 2010— Senior debris removal/recovery management and leadership following historic ice event statewide. • Washington Floods, 2009. Program Management. Designed one of a kind local resident disposal program. • Oklahoma Ice Storms 2008— Led debris removal recovery programs as operational lead in east central Oklahoma. • Georgia Tornado 2008— Provided debris removal and leadership in Macon, GA • Iowa Flooding 2008 — Provided debris removal management in the wake of this historic event. 4,000 homes/3,000 businesses destroyed. ■ Hurricane Ike 2008-2009. Houston-Galveston Theatre of Operations—Provided senior leadership and client services to 37 Cities & Counties in the wake of this historic hurricane. • Hurricane Gustav 2008—Led disaster debris recovery mission in southeast Louisiana in the wake of this large-scale event. • Missouri/Oklahoma Ice Storms 2007 — Managed debris programs in Springfield, MO/Tulsa, Muskogee, and Checotah, OK. • Hurricane Katrina 2005/2006— Served as senior project manager for debris removal operations on the Mississippi gulf coast for more than a year in the wake of this catastrophic event. ■ Hurricane Wilma 2005—Served as debris recovery operations lead in Southwest Florida • Hurricanes Charley, Frances, Ivan, Jean 2004— Served in a variety of roles from entry level to operations lead throughout this year of unprecedented storm activity. EDUCATION/CERTIFICATIONS • Bachelor of Science — Political Science, University of North Florida 1990 • State of Florida Certified— Law Enforcement Officer/ Firefighter/ EMT • State of Florida, Incident Command Center Operations and Communication • IS630- Introduction to the Public Assistance Process • IS631 - Public Assistance I & II • IS632 - Debris Operations in FEMA's PA Program • IS393- Introduction to Hazard Mitigation CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-28 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • IS547 - Continuity of Operations • IS325- Earthquake Basics: Science, Risk, and Mitigation • IS0253- Environment& Historic Preservation • IS0022- Citizen Preparedness • NIMS IS-700-National Incident Management System • NIMS IS-800- National Response Framework • Asbestos Disposal Training: Type 1, 2, 3 AWARDED MEDALS FOR: • Meritorious Service • Lifesaving on two occasions • Outstanding Scholastic Achievement in the Police Academy CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-29 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services John Gallicchio, Project Su•erintendent Mr. Gallicchio has twenty-six years of experience as a Project Superintendent with Ceres Environmental Services, Inc. overseeing and managing disaster recovery, demolition, and construction projects. Mr. Gallicchio's professional work ranged from management oversight and coordinating projects to communicating with the U.S. Army Corps of Engineers. PROFESSIONAL EXPERIENCE • Oregon Wildfire Response 2021-2022 Oversight of multiple Debris Management Sites in remote locations, managing traffic control and segregation of debris. • Hurricane Sally 2020. Project Superintendent for Ceres response in Santa Rosa County, FL. • Hurricanes Michael and Florence 2018—2019. Provided management oversight for 13 individual contract activations in jurisdictions across North Carolina, South Carolina, Florida and Georgia • Hurricanes Irma and Harvey 2017.Provided management oversight for disaster recovery projects in Florida and Texas. • Southeast Tornadoes 2017. Project Superintendent for disaster recovery projects in Georgia and Louisiana following early tornadoes. • Louisiana Levee Construction 2013 — 2016. Project Superintendent for Terrebonne levee projects. • Moore, OK Tornado 2013. Senior Project Superintendent responding to the City of Moore, Oklahoma following an EF5 tornado. • Hurricane Sandy 2012 — 2013. Project Superintendent for Ceres response in Point Pleasant Beach, NJ. • Hurricane Isaac 2012. Project Superintendent for five separate contracts in response to Hurricane Isaac. • North Dakota Flooding 2011. Operator for emergency levee removal and repair projects after historic flooding in spring of 2011 near Minot, North Dakota. • Hurricane Ike 2008. Project Superintendent debris removal in Texas and Louisiana. • Hurricane Gustav 2008. Project Superintendent for the debris removal and disposal and trimming and removal of hazardous trees in Louisiana. • Hurricane Katrina 2005 — 2007. Project Manager/Operator for the cleanup and Restoration of Lafreniere Park damaged by hurricane and storm surge in Grand Isle, Louisiana, and demolition of approximately 50 damaged homes in Metairie, Louisiana. • Hurricane Katrina 2005—2006. Project Manager for debris removal in the City of Biloxi, MS. • U.S. Army Corps of Engineers; Louisiana 2005 — 2007. Superintendent Oversight of crews operating directly with Parish presidents, FEMA personnel and Representatives with USACE • Hurricane Jeanne and Frances 2004. Superintendent overseeing the debris removal and disposal in Palm Beach, FL. • Fort Knox Building Demolition.Superintendent involved in the demolition of a variety of buildings in Fort Knox, Kentucky. • Hurricane Isabel 2003. Project Superintendent for the debris removal and disposal in Virginia. • Hurricane Floyd 1999. Project Superintendent for debris removal in North Carolina. • Oklahoma City Tornadoes 1999. Project Superintendent providing debris removal, managing multiple debris sites, and demolishing damaged residential structures. • Hurricane Fran 1996. Project Superintendent for USACE contract providing debris removal, reduction and site management. EDUCATION/CERTIFICATIONS • First Responder • First Aid CPR, AED, BLS • ACLS Medical (Advanced Cardiovascular Life Support) • Certified heavy equipment operator/Instructor 20+years • 10+ year carpentry experience • Certified Flagger 10+years • OSHA 40 Hazwoper • OSHA 29 CFR 19.26.602 • USACE Construction Quality Management for Construction • Rigger Level 1 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-30 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Millie Gonzalez, Finance Chief Millie Gonzalez has been the lead project accountant on multiple disaster recovery projects. She participated in the accounting for large-scale projects including the USACE Blue Roof Mission in Puerto Rico, USACE Wildfire Debris Removal Mission in Northern California, USACE Southwest Georgia contract and CalRecycle Camp Fire contract. Ms. Gonzalez is experienced in accounting systems and possesses exceptional knowledge of accounting procedures, regulations, and source documents. This includes expenditure, revenue, general ledger and related accounting procedures, the interrelationship of internal and external recordkeeping systems, general bookkeeping, accounting and audit methodology, terminology, and standards. PROFESSIONAL EXPERIENCE • Ceres Environmental Services, Inc., Senior Project Accountant November 2017—Present • Supervises and manages all accounting and financial activities relating to the development, implementation, reporting and close out of contracts projects. • Submits invoices to Project Manager on the project specific date for approval. • Provides high level of support to the Company Vice President and the Director of Accounting, along with other division managers. • Ensures timely payment to subcontractors after approval is received and all paperwork has been submitted. • Ensures all monthly project invoices are prepared and provided to the Accounts Receivable department on a timely basis. • Ensures all financial activities and requirements relating to project close-outs are carried out in a timely manner. • Provides any supplemental reports/documentation as may be required by Owner. • Plaquemines Parish Government—Belle Chasse, LA Senior Accountant July 2013—September 2017. • Coordinated and processed information to ensure completion of assigned projects or duties within specified timelines; monitors compliance with laws, rules and regulations related to area of assignment and related fiscal activities. • Prepared, maintained, and/or verified a variety of complex and comprehensive accounting, financial, and statistical records, ledgers, logs, and files. • Prepared a variety of comprehensive financial, accounting, and statistical statements, analyses, documents, and reports; assists other staff in the preparation of reports and recommendations including gathering, organizing, and analyzing data. • Utilized various computer programs and applications; enters and maintains data; generates reports from a database or in-house system;creates spreadsheets and generates reports using spreadsheet software. • Answered questions and provided information and assistance to other staff and the public in a courteous manner; interpreted and explained City ordinance or administrative policies. • Trained employees in their areas of work including proper methods, procedures, and techniques; verifies the work of assigned employees for accuracy. ▪ Riverside County Regional Park and Open-Space District- Riverside, California, Senior Accounting Assistant November 2011 —April 2013 • Accounts Payable ▪ Established new department record for volume of vouchers processed for payment within two months of being given the task. • Created purchase orders using PeopleSoft Financials 8.8. • Received, sorted, analyzed, and prioritized a variety of invoices and billings from vendors, contractors, and consultants. • Worked closely with field staff, supervisors, and managers to obtain required purchase approvals and documentation. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-31 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • Created payment vouchers using PeopleSoft Financials 8.8,assembled accounts payable documents for review and approval. • Reconciled monthly vendor statements, followed up on past-due items, and resolved billing discrepancies. • Payroll • Wrote step-by-step procedure manual for entire payroll process. • Collected, reviewed, and processed timesheets for approximately 250 employees. • Entered detailed time and labor data using PeopleSoft HRMS Financials 9.0. • Created reports for payroll using Dazel Reports. • Designed formats for reporting and retaining data and physical files. • Trained other professional accounting staff on the payroll process. • Knowledge of payroll practices and procedures including FLSA(Fair Labor Standard Act) requirements using PeopleSoft HRMS Financials 9.0. ■ Macro Mix, Inc.—Hormigueros, Puerto Rico, Business Manager January 2000 -April 2010 • Compiled, monitored, and researched data for reports and budget projections. • Anticipated, identified, and resolved problems in accounting operations. • Assisted other staff in solving difficult and unusual problems relating to payroll, accounts receivable, and accounts payable. • Answered questions that involve searching for and abstracting technical data to explain laws, policies, and procedures. • Performed a variety of complex accounting duties requiring interpretation of multiple guidelines, policies, or procedures. • Act as technical lead and full supervisor for a small number of lower- level Accounting Assistants or clerical support staff. EDUCATION/CERTIFICATIONS • MBA, University of Phoenix—Murrieta, California, August 2012 • MBA, Finance- University of Puerto Rico—Mayaguez Campus, May 1987 • BSBA, Industrial Management University of Puerto Rico- Mayaguez Campus May 1984 • Low Value Purchase Order Certificate Program • The Price of Government: Budgeting for Outcomes • How to Master Success in your Personal and Professional Life • Crucial Conversations • Myers-Briggs Temperament Indicator Assessment • Strong Interest Inventory Assessment • Strength Finder 2.0 Training • Simpler 3.0 Training for Queries • FEMA-ICS 100 Training • FEMA-ICS 200 Training • Community Emergency Response Team Basic Training AWARDS • Employee of the Month—Riverside County Park&Open-Space District, Riverside, California November 2012 • Certified PeopleSoft HRMS 9.0 query writer February 2013 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-32 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • • . ' .. . a . •er Mr. Good has more than 20 years of experience in management and operations coordination. He has full knowledge of State and Federal Environmental codes and regulations and has overseen operational aspects of disaster response projects. In past positions, he has provided clients with consulting and management services regarding hazardous and non-hazardous waste. Mr. Good has also coordinated provisions for clients including both services and subcontractors after an emergency event. PROFESSIONAL EXPERIENCE • Hurricane Ida 2021. Project Manager for debris removal in Kenner, LA. • Oklahoma Ice Storm 2020. Senior Project Manager in Oklahoma City, El Reno, and Piedmont for collection, reduction, and disposal of ice storm generated debris. • Hurricanes Laura and Delta 2020. Senior Project Manager in Scott, LA and Houston, TX for hurricane debris removal and disposal. • Tornado: El Reno, OK 2019. Project Manager with one Ceres' self-loading truck debris removal and disposal. • Hurricane: Michael — USACE Southwest GA 2018. Operations Planner assisting in the debris removal cleanup after Hurricane Michael in the southwest Georgia area. • Hurricane: Florence (NC Dept of Ag) 2018. Project planning and management for confidential project for supply of carbon material to facilitate composting. Role included responsibility for meeting with agricultural department officials and state senators, official planning, managing acquisition of carbon source material, transportation, and logistics in southeastern NC. • Hurricane: Irma, (Miami, South Florida.) 2017.Area Manager for South Florida until Puerto Rico deployment; role entailed planning, acquisition, set-up, management, and supervision of multiple DMS sites, coordinating with multiple municipalities, planning, coordinating assets and resources • Hurricane: Maria (Puerto Rico) 2017. Blue Roof Operations Planner; GM Ceres Caribe; Role included planning and coordinating with both USACE senior and field management multiple times per day on operations as well as safety and environmental compliance. • Hurricane: Matthew, Savannah, GA 2016. Project Manager, role included meeting with Head of Sanitation/DPW disposal facility/landfill management, coordinating and planning collection operations and personnel, third-party haul out planning and coordination, coordination with sub- contractors for curbside pickup, haul, DMS coordination vis a vis the grinding function, All aspects lease negotiation, curbside pickup, processing, final disposal. Negotiations with city for use of a subset of its landfill for our DMS. Material was staged and processed at the landfill. Secured secondary DMS in town via planning and negotiating with US Army Reserves for use of its property, led all communications, planning between Ceres and the municipal command office in downtown Savannah. • Flood: City of Denham Springs, LA 2016; Start-up PM; role included the planning and coordination with city and subcontractors of all curbside collection, transport via direct haul to final disposal landfill. No reduction of waste prior to disposal at Waste Management landfill. • Rubicon Global, LLC. Atlanta, GA. 2015 - 2016, Regional subcontractor relationship manager responsible for prospecting, bidding, planning, contracting, and managing services provided to client base. Direct management of approx. 7,000 haulers servicing over 16,000 customers. • ECO Systems, Inc.Atlanta, GA 2012—2015.Professional Consultant, International and domestic environmental consulting in the field of hazardous and non-hazardous waste management, as well as Emergency Management Services in Disaster Response. Both service areas include program development/design/planning, training, and overall project management. Service areas included the Continental US, Venezuela, Dominican Republic, Mexico, and the island of Guam. • Asplundh Environmental Services, Inc. Atlanta, GA 2003—2012. Senior manager responsible for overall project management for all emergency response efforts supplied by the company to state, federal, municipal, and private sector clients. These services include but are not limited to logistical and infrastructure support for remediation, transportation, disposal, and recovery. These project missions,focusing primarily on disaster response generated revenues of$100+ million per year. EDUCATION/CERTIFICATIONS • Bilingual in English and Spanish CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-33 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 11. 1 • . • - 1 . • r • 11 • • .e r Mr. Hansen brings over 25 years of resources management to Ceres. Mr. Hansen has been instrumental in debris and construction projects, providing support in 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 • Hurricanes Ian and Nicole 2022. Operations and Logistics Manager for shipping supplies and equipment over 20 Florida jurisdictions. • Hurricane Ida 2021 Operations and Logistics Manager for shipping supplies and equipment to 14 Louisiana jurisdictions. • Bahamas 2020. Operations and Logistics Manager for shipping supplies and equipment for debris removal from public and private property. • California Wildfires and Camp Fire, Butte County 2018-2019, Operations and Logistics Manager for CalRecycle clean-up project for hauling and disposal of debris generated by the Camp Fire in 2018 and the USACE Northern California Wildfires project in 2017. • Hurricanes Michael and Florence 2018 —2019, Operations and Logistics Manager for shipping supplies and equipment for disaster recovery in over 13 Georgia Counties, North and South Carolina and Florida. • Hurricane Harvey, Irma,and Maria 2017. Operations and Logistics Manager for shipping supplies and equipment for three project recovery projects. • Sink Hole, Land 0 Lakes, FL 2017, Operations and Logistics Manager for shipping supplies and equipment for Pasco County. • Hurricanes Hermine and Matthew 2016.Operations and Logistics Manager for shipping supplies and equipment. • Livingston Parish Waterway Cleanup 2015, Operations and Logistics Manager for response during the removal of vegetative, C&D and white goods debris removal in Louisiana. • Hurricane Sandy, Isaac; Winter Storm Pax and Alfred 2011 —2014, Operations and Logistics Manager for shipping supplies and equipment for major disaster recovery projects. • 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 and Mississippi 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 for 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 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-34 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • 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. 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 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-35 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Rand Hard , Quali Control Mana•er Mr. Hardy is a resourceful certified quality management professional with approximately 30 years of civil and construction project management and planning experience. He has expertise in guiding a wide range of civil project operations, including road and bridge construction/reconstruction, drainage and erosion control,soil testing and sampling,and field inspections. Mr. Hardy is proficient in project construction/layout, concrete and asphalt roadway operations, elevation management, and electronic milestone tracking and filing systems/document control. He has a proven record of establishing productive relations with jurisdiction owners, engineering management, subcontractors, and regulatory officials in order to drive a strong team with multiple trades. PROFESSIONAL EXPERIENCE • Oregon Wildfire Recovery 2020 — 2022. Quality Control Manager for Oregon Department of Transportation providing Hazard Tree Removal Services 3 Operational Branches. • California Wildfires — Camp Fire, Butte County 2020 — 2021. Quality Control Manager for the CalRecycle removal of hazardous trees generated by the Camp Fire in California in 2017. • Kuykendahl, Glen Forest and Aldine Westfield Detention Basin 2019—2020. Quality Control Manager for several detention basins in Houston, TX. • Paradise Butte County, CA Fire 2019. Quality Control Manager for the CalRecycle clean-up project for hauling and disposal of debris generated by Camp Fire in 2018. • Hurricane Michael 2018. Quality Control Manager for work provided for the USACE ACI in 13 Georgia counties. Trained all Ceres operations personnel, sub-contractors operation crew and Ceres flaggers in a classroom setting ATSSA Flagger Training and Traffic Control. Ensured quality control personnel and subcontractors met the required qualifications of the project contract. Reviewed and understood project-specific quality control plans; ensuring all quality control inspections are performed and documented in accordance with the testing plan and making sure all results are being reviewed for conformance with requirements with all documentation including records, photographs and logbooks for the USACE project closeout requirements. • Harris County, Texas Storm Water Detention Reservoir 2015 — 2018. Project Operations — attended monthly construction meetings and engaged in an active role of establishing the scope of all construction projects with Architects and Engineers. Acquired support documentation and generated submittals as per requirements of HCFCD Guidelines. • Morganza Hurricane Levee Project 2015. Operations Planner — responsible for planning, scheduling, conducting and coordinating detailed phases of the engineering. Supervised and coordinated the work of engineers, draft persons, plan reviews, as-built, specifications and testing frequencies to develop an accurate cost proposal. • Glendo Wyoming Reservoir Rehabilitation 2015. Operations Planner — Responsible for the continuation of production and maintenance of quality. Reviewed project traffic control plans in reference to field operation. Created and assisted in weekly meeting agenda.Assisted in managing environmental permits and regulations. Managed underground utility notifications. EDUCATION/CERTIFICATIONS • Bachelor of Science —Civil Engineer from the University of Louisiana at Lafayette. • USACE Construction Quality Management for Contractors Certificate • DOTD Asphaltic Concrete Roadway with Asphaltic Concrete Observation Certification • DOTD Embankment and Base Course Certification • DOTD Portland Cement Concrete Paving Certification • DOTD Portland Cement Concrete Structural Certification • DOTD Portland Cement Concrete Structural Certification • OSHA 30 for Construction Certificate • Radiation Safety Officer APNGA Certification • Radiation Safety Officer NORM Certificate • Heavy Bid Training Certificate • ATSSA Certified Flagger/Traffic Control Instructor • USACE Construction Quality Management for Contractors Certificate CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team a7HME. Page 2.2-36 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Bobb . .r •I • , . i • •er Mr. Harrell has more than 25 years of successful safety,fire, and medical project management leadership. Mr. Harrell holds multiple NWCG, FEMA, OSHA, Fire and Medical certifications. PROFESSIONAL EXPERIENCE • Ceres Environmental Services, Inc. 2021 —Current. EHS Manager • Compliance Solutions 2019 — 2021. Instructor providing accredited safety training such as: Hazwoper 40, 24, & 8; OSHA 10, 30; Confined Space; DOT Hazardous Materials; EPA Hazardous Waste Management; Emergency Response 1, 2, &3; and Emergency Incident Commander. • Ceres Environmental Services,Inc.2018—2019.Chief Safety Manager for 13 counties in Georgia on the Hurricane Michael USACE ACI Debris Project. • Liberty Lift Solutions. Corporate Safety Manager- administered OSHA and DOT compliance programs, conducted safety audits, incident investigation and drug & alcohol testing, conducted all safety training across the organization, Managed EHS data for ISNetworld, Avetta, PEC SSQ Systems. • InnoSpec Oil Field Services 2017—2018. Frac Assistant/Safety Collection and management of all chemical data and safety audits. • Transwood Inc. 2017. Safety/Sand Coordinator- Ensured safety & DOT compliance, all employee • safety training. Incident investigation and drug and alcohol testing. • Lehoski Welding 2015—2016. Safety Manager/PEC Instructor-Conducted all new hire orientation, PEC and field safety training, composed safety policies and procedures, Conducted safety audits, incident investigation and drug & alcohol testing, Managed EHS data for ISNetworld. • L&P Pipeline and Construction 2014 — 2015. Safety Coordinator /Safety & PEC Instructor-In charge of all new hire orientation including drug testing, DOT, field safety audits, Incident investigation. • Big Star Crude 2013 — 2014. Safety Adviser/Asst. Terminal Manager- All new hire orientation, drug testing, DOT, field safety audits, managed all billing of the clients and drivers, all DOT inspections, Performed accident, injury investigations and safety audits. • Safety Medics 2012 — 2013. Safety Inspector-Safety audits of large oil field construction sites, pipeline construction and drilling rigs. Performed accident, injury investigations. • Sierra Industries 2011 —2012. Fire Chief/Safety/Training-Army UC-35 project in charge of DCMA audits airport safety and training including all fire calls and emergency issues, New hire orientations training for employee, drug testing and wrote all safety policy and procedures for company-wide programs. • Pinkerton Government Services 2010—2011. Shift Fire Captain- In charge of all fire and medical calls on shift at Sikorsky Helicopter Facility. • Smirfit Stone Paper Mill 2007-2010.Safety and Medic Cared for all employees'injuries, Performed safety audits in the mill. • Gulf Coast State College 2004-2008.Adjunct Instructor Courses for Fire, Paramedic, Emergency Medical Technicians and Hazardous Materials. • Bay Medical Center 2001-2009. EMT, Paramedic—Took emergency calls county wide transported to hospital. • Bay County Fire Rescue 1994-2009. Battalion Captain EMT-P- Supervised 40 Officers and fighters,All fleet maintenance, Fire Department Training, Safety Officer, Hazardous Materials Officer and Medical Officer. EDUCATION/CERTIFICATIONS • Certified Occupational Safety and Health Officer(CSHO I & II)—TEEX Estimated Date: Dec 2019 • NWCG qualified S-131, S-190, S-205, S-215 • FEMA certified ICS-100, ICS-200, ICS-300, IS-00005.a, IS-00035.18, IS-100, IS-200, IS-244, IS- 315, IS-317, IS-340, IS-346, IS-700, IS-800, IS-804, IS-907, IS-1900 • OSHA- 501,511, 2055, 2225, 3015, 3115, 7205, 7505 • OSHA Outreach Instructor • Medic First Aid CPT Instructor CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-37 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Tamm Hunt, Project Su•erintendent Tammy Hunt comes from a diverse background with experience in multiple fields, including health, safety and environmental management, quality control, logistics, hazardous material remediation management, training management, resource procurement, risk management, technical writing, EPA/Coast Guard/DOT/OSHA compliance management, disaster debris monitoring, and disaster debris response management. Ms. Hunt has experience in multiple disaster debris disposal projects. Her responsibilities include but are not limited to scheduling, dispatch of subcontractors, and liaising with clients and monitoring agencies. PROFESSIONAL EXPERIENCE • Cameron Parish PPDR Program 2022. Project Superintendent for private property debris removal. • Hurricane Ida 2021.Superintendent for New Orleans disaster debris removal as well as the removal of municipal solid waste resulting from Hurricane Ida. Identified opportunities and resources required to meet project goals and deadlines.Achieved project deadlines by coordinating with subcontractors and the monitoring firm. Scheduled daily work for each subcontractor and communicated that work to all required parties to ensure a smooth and efficient workflow. Drove team success through shared vision and recognition of quality performance. • California Wildfires — Camp Fire, Butte County 2020 — 2021. Division Supervisor for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North-Central California in 2017. Duties included coordinating with CALFire, CalRecycle, multiple subcontractors and the monitoring firm to successfully locate, cut and dispose of hazardous trees that were damaged in the Paradise fire. Worked within the Incident Command System to communicate goals, achievements and opportunities for improvement. Conducted safe operations in highly hazardous terrain and conditions. • Hurricane Zeta 2020. Assistant Superintendent for the disaster debris removal for the City of New Orleans following Hurricane Zeta. • Hurricanes Laura and Delta 2020. Debris monitoring technician in Allen Parish, LA. Duties included monitoring and documenting the cutting, collection, and disposal of debris according to FEMA guidelines. • Safety Manager of Central Crude, LA Tank and CC-Utica 2014-2020. Responsible for all aspects of safety, training, DOT, EPA, Coast Guard and OSHA compliance for these companies whose services included the drilling, storage, gathering, and transportation of crude oil and natural gas across the southern unites states. Created and implemented Health and Safety Plan as well as DOT required equipment maintenance plans. Participated in annual and unannounced Coast Guard drills, as well as OSHA, Workforce Commission and EPA audits. Maintained Class A CDL with HAZMAT license as well as TWIC Certification. • Safety, Health, Environmental and Security(SHES) Manager of Aqua Drill International 2013- 2014. Assigned to the Barzan Onshore Project in Ras Laffan, Qatar during the pre-planning and project initiation stages for the new GTL plant. Duties included composing safety plan and procedures for the 12-month,10-million-dollar project, developing and implementing a comprehensive training plan for all incoming international employees and communicated with a multi-national site management team regarding all health and safety issues. Successes included a completed Readiness Review Audit and the closing of all gaps from the resulting Gap Analysis review, as well as 12 months with no lost time injuries. Ms. Hunt received a Letter of Commendation from JGC site management for creating an incident and injury free safety culture. • Project Manager of Conco Industrial Services 2010-2013. Provided operations leadership for the organization, managing job planning, field supervision, equipment procurement and maintenance as well as quality control. Analyzed future job sites to identify and mitigate areas of concern for employee safety. Supervised crews at large-scale turnarounds in chemical and oil plants, completing critical path units ahead of schedule to satisfy customer requirements. Successes included reorganizing pre-job planning and equipment preparation and maintenance resulting in a significant increase in job success and customer satisfaction and retention, as well as organizing on the job training and safety meetings to promote a shift in the safety culture, resulting in zero lost time injuries for two straight years. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-38 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services ■ Operator/Emergency Response/Industrial Firefighter/ESH Specialist for Solutia Chemical Plant 1999-2009. Served as the Operator/Safety Specialist in methionine and acrylonitrile production units. Responsibilities of this job included maintenance, job safety analysis, permitting (lockout-tagout, hot work, confined space, excavation and working from heights), leak detection and repair, and hazardous materials prevention and control. Job duties also included being a Certified Industrial Firefighter with annual training at the CERTC training facility at Texas A&M University in College Station, Texas as well as maintaining certifications as a Nationally Registered EMT- Intermediate, HAZMAT Technician, high angle and confined space rescue and CPR/First Aid certifications. EDUCATION/CERTIFICATIONS • Emergency Management Institute o FEMA IS -0230.d Fundamentals of Emergency Management o FEMA IS -00632.a Introduction to Debris Operations o FEMA Introduction to the National Incident Command System • IS-00100.c • IS-00700.b o FEMA IS -00907 Active Shooter: What Can You Do o FEMA IS 10.A Animals in Disasters: Awareness and Preparedness • OSHA General Industry-30 Hour • OSHA General Industry- 10 Hour • Red Cross First Aid/CPR/AED Certified • HAZWOPER 40 Hour with 8-hour Refresher • Current Class A CDL with HAZMAT Endorsement • Pro-Board-Certified Industrial Firefighter-Advanced Exterior-Texas A&M College Station • COSS-Certified Occupational Safety Specialist • National Association of Safety Specialists-Environmental, Health and Safety Specialist • NCCER-CSST-Construction Site Safety Technician • NCCER-Construction Site Safety Supervisor • NCCER- Field Safety Technician • PEC-SafeLand USA 2015-Current • SHE&S (Safety, Health, Environmental & Security) Supervisor Leadership Skills Program • OSHAcademy 900-Oil and Gas Safety Management Certificate • OSHAcademy 904-Oil and Gas Well Inspection Certificate • U.S. Army 5th Infantry Division—Signal Corps—Honorably Discharged CERES Tab 2 Experiencens ofand TeQualifications Section 2 Qualifications of the Proposer Team °'""`"'"` Page 2.2-39 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Eric Kelleran, Grinder O s erator Mr. Kelleran has 15 years of experience in equipment operation and maintenance. Mr. Kelleran has spent 7 years with the Armor Volunteer Fire Company for the Fire station in Erie County, NY as a state certified firefighter and lieutenant in emergency response. PROFESSIONAL EXPERIENCE • Ceres Environmental Services, Inc. 2017 — Current. Grinder Operator overseeing the grinding crew and all maintenance required during the grinding operations to assist the cleanup and recovery process following natural disasters. • Kelleran Services, Inc. 2015 — 2017. Heavy Equipment Operator and Mechanic responsible for completion of projects in an efficient time, maintenance and repairs on heavy equipment and trucks. • Owczarczak Construction 2012 — 2015. Heavy Equipment Operator and Mechanic responsible for maintenance and repairs on heavy equipment and trucks and completion of projects in an efficient time. • Armor Volunteer Fire Company c Assistant Fire Chief 2015 o Senior Fire Lieutenant 2012 c Truck Lieutenant 2009—2011 o Firefighter/EMT 2008 • Ingalls Site Development Inc.2009—2011.Equipment Operator responsible for the maintenance and repairs on heavy equipment and trucks. • United Materials Concrete Company 2009. Mechanic and Shop maintenance assisted with truck maintenance during an internship. Responsibilities included truck repairs, assembling and organizing concrete blocks for sale. • Holmes and Murphy Construction 2005—2006. Mechanic cleaner who assisted with managing auctions. • Gullo's Garden Center, LLC. 2003 — 2008. Equipment Operator also assisted with sales, customer service and landscaping. EDUCATION • Bachelors Fire Safety Engineering Technology, University of North Carolina 2015 • Associates Degree Emergency Management, Erie Community College 2015 • Associates Degree Fire Protection Technology, Erie Community College 2012 • Vocational Diesel Mechanics Course 2009 CERTIFICATIONS • OSHA 10 Construction Outreach Training • American Heart Association CPR/AED • OSHA 30 • Class B Foam Operations • OSHA 40 Hazwoper • Accident Victim Extrication • OSHA 8 Hazwoper Supervisor • Coordinated Live Fire Attack • OSHA Confined Space • Live Fire Training NFPA • Trenching and Excavation Safety Class • Apparatus Operator EVOC • National Fire Fighter 1 • School Bus Rescue • Fire Fighter 1 • Principles of Instruction • Fire Fighter 2 • Terrorist Indicators/Suspicious Act • Highway Safety Awareness First Responders • FEMA ICS 100 A • Flashover Training • FEMA ICS 100.FWA • Radio Policies and Procedures • FEMA ICS 200 • Intro to Fire Officer 1 • FEMA ICS 240.A • Fire Officer 1 • FEMA ICS 700 • Rescue Tech Basic • FEMA ICS 701.A • Weapons of Mass Destruction Radiological • FEMA ICS 704 • WMD/Terrorism Awareness for Emergency • FEMA ICS 706 Responders • FEMA ICS 800.B • American Heart Association CPR/AED • FEMA IS 2900 • Class B Foam Operations • FEMA IS 100 FDA • FEMA IS B CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team ,MENTAL Page 2.2-40 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Ker Kenned Area Mana s er Mr. Kennedy has a combined 38 years of Government and Civilian Project Management experience including 34 years with the US Army Corps of Engineers. Mr. Kennedy has served in numerous militaries, environmental, disaster response, civil work project roles of varying sizes and scopes. While with the U.S. Army Corps of Engineers, Mr. Kennedy worked on both operational and planning sides of disasters and deployments. While serving as a USACE Liaison Officer and Contingency Planner to a US Combatant Command, Mr. Kennedy was instrumental to the planning involved in both natural and manmade disasters around the world. His planning in that role included FEMA support. Mr. Kennedy has also served as an Operations Manager multiple times, managing multiple budgets, schedules, plans and procurement strategies for numerous projects simultaneously. PROFESSIONAL EXPERIENCE • Puerto Rico Private Property Debris Removal 2022. Project Manager for the private property debris removal project in Puerto Rico. • California Wildfires—Camp Fire, Butte County 2019-2021. Operations Manager for hauling and disposal of debris generated by the wildfire in North-Central California in 2018, the largest debris mission in California in more than 100 years. As OM, he ensured that required planning was performed and submittals to Calrecycle were completed. • Hurricane Florence 2018. Operations Manager for North and South Carolina, managing multiple city and county contracts for clean-up of storm and flood debris generated by Hurricane Florence in September 2018. This included a contact for the Georgia Department of Agriculture for poultry remediation. • Hurricane Michael 2018. Area Manager for four(4)counties in southern Georgia impacted by the hurricane, managing the contracts as part of the USACE ACI SAD contract activation. • California Wildfires — Northern California; Lake, Mendocino, and Napa Counties 2018. Operations Manager for USACE hauling and disposal of debris generated by the 2017 wildfires in three (3) counties in Northern California. • Hurricanes Irma & Maria 2017. Project Manager in the U.S. Virgin Islands (USAGE AGI project), managing multiple task orders assigned by USACE to remove and haul storm debris from the two Category 5 Hurricanes. • Project/Program Manager, City of Virginia Beach, 2016 — 2017. Project Manager within the Coastal Engineering section of Public Works. Conducted public meetings and briefings, working closely with community leaders. • Project/Program Manager, Norfolk District, USACE, April 2015 — June 2016. Managed civil and military project. • Senior Exercise/Contingency Planner/Liaison Officer, US Army Corps of Engineers, November 2001 — January 2014. Coordinated and informed the USAGE Operations Center staff/other USAGE elements on impact on current and planned joint operations developments, exercises, and experiments. Coordinated USAGE team and personnel movements in support of military operations in Iraq and Afghanistan. • Civil and Environmental Engineer, US Army Corps of Engineers, June 1992 — May 2001. Environmental Project Engineer, Project/Program Manager and Contracting Officer Representative for military, environmental and special projects in the Wright-Patterson AFB Area Office which spanned a 5-state area. • Active-Duty Military, US Army, July 1981 —June 1992.Various assignments in Army as well as with USAGE, serving as a Project Engineer (Contracting Officer Representative) /Assistant Area Engineer for USAGE in 2 districts, Louisville, and Nashville. • US Army-Reserves,June 1992—August 2011.While on reserve status served various positions in Headquarters, USACE, North Atlantic Division, Great Lakes Division and South Atlantic Division. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-41 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services EDUCATION/CERTIFICATIONS • Professional Engineer Registration, License#66141, Jul 2001, Ohio • Master's Degree MS, 1996, Environmental/Civil Engineering, University of California at Los Angeles, GPA 3.5, Total Semester Credit Hours earned: 52, • Bachelor of Science, 1981, Civil Engineering, University of Texas at Arlington, GPA 3.0, • AA, General, 1979, Kemper Military College, GPA 3.7, Total Semester Credit Hours earned: 83 • Mascoutah High School, 1977 • Risk Management, Dec 15 • Scheduling &Cost Control, March 16 • National Disaster Recovery Framework, Jan 15 • IS-2900, NDRF, Jan 15 • PL 84-99 Basic Course, Jan 15 • Continuing Authorities Program, Apr 14 • Defense Support to Civil Authorities Oct 11 • IS-800.b- National Response Framework, An Introduction, Nov 10 • J3SN-US613 National Security Objectives, Structures and Processes: An Intro Oct 10 • IS-230-Principles of Emergency Management, 08 • IS-701a-National Incident Mgt System Multi-Agency Coordination System, Nov 06 • IS-100-Introduction to the Incident Command System, Jun 05 • IS-200-Basic Incident Command System for Federal Disaster Workers, Jun 05 • IS-800-National Incident Management System (NIMS), An Introduction, Jun 05 • Homeland Security Planners Course, Jun 04 • FEMA Debris Management Course, FEMA, May 00 • Radiological Safety Course, USACE, Jul 98 • Hazardous Waste Manifesting, USACE, Jun 98 • Advanced Emergency Management(Readiness) Course, USACE, Sep 94 • Contract Negotiating Course, USACE, Oct 84 • Cost Estimating for Modifications and Claims, USACE, Mar 84 • Contracting Officer Representative School, USACE, Jun 83 • Project Management Professional, Oct 21 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-42 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Andrew Kirkland, Su'erintendent Prior to starting his career, Andrew Kirkland served in the U.S. Marine Corps, where he earned distinction for sound judgement and ability to make rapid decisions in high pressure situations. With Ceres, Mr. Kirkland has been involved in disaster recovery resulting from a wide variety of natural disasters and weather events. Mr. Kirkland's experience includes Quality Control and Project Management following FEMA-reimbursed disasters such as hurricanes, ice storms, windstorms, floods, and wildfires. PROFESSIONAL EXPERIENCE • Hurricane Ian 2022. Operations Manager for the City of North Port, FL. Over 2 million cubic yards of debris were hauled as part of this project. • Hurricane Ida 2021. Area Manager for the eastern side of New Orleans area overseeing debris removal. • California Wildfires — Camp Fire Butte County 2021. Area Manager responsible for the safe removal of over 20,000 hazard trees from ROW and personal properties in Butte County, CA. • Hurricane Delta 2020. Project Manager in the City of Nederland, TX for hurricane generated debris removal and disposal. • Jones County, MS Tornado 2020. Project Superintendent in Jones County, MS for tornado debris removal and disposal. Over 200,000 cubic yards of debris were hauled during this project. • California Wildfires — Camp Fire, Butte County 2019 —2020. Lead Quality Control Manager for Concow, CA as part of the CalRecycle clean-up project for hauling and disposal of debris generated by the Camp Fire wildfire in North-Central California in 2018, the largest debris mission in California in more than 100 years. • Kansas Ice Storm 2019. Project Manager in Olathe, Kansas on behalf of Ceres for debris removal. • Hurricane Michael 2018-2019.Quality Control oversight for up to eight(8)counties simultaneously throughout Southwest Georgia for the removal of more than 3 million cubic yards of debris as part of the USACE ACI SAD Restricted contract activation. Managed two debris management sites and assisted in the planning, set up and execution of USACE approved site plan. • Hurricane Florence 2018. Project Manager for NCDOT District 2, Jones County, overseeing the removal of vegetative, C&D, and white goods debris from all NC DOT roads. • Hurricane Irma 2017-2018. Project Manager for the City of Miami, Florida for the collection of nearly 200,000 cubic yards of vegetative and C&D debris. • California Wildfires 2018. Certified Quality Management working under Ceres contract with the U.S. Corps of Engineers following the 2017 fires. Ceres Lead Quality Control specialist in eastern Napa Valley. Worked with USACE to determine structural integrity in accordance with EM 385 1-1, as well as the planning, installation &safe removal of temporary bridges. • Hurricanes Irma and Maria 2017. Provided Quality Control in St.Thomas and St. Croix, U.S.Virgin Islands for the segregation and separation of over 250,000 cubic yards of mixed, vegetative, and C&D debris for reduction and removal from the islands via barge. Ensured the integrity of debris piles by leading hand separation crews to sort the debris by categories. • Operations Supervisor, Sergeant, U.S. Marine Corps 2003-2007. Successfully provided leadership to teams to generate outstanding results and on-target completion across three tours of duty during 22-month period. EDUCATION/CERTIFICATIONS • HAZWOPER 40 • Combat Lifesaver • FEMA IC 100 • DoD Secret Clearance (2004-2007) • FEMA IS-632a • OSHA30 • FEMA IS-101a • First Aid/CPR certified ■ USACE CQM certified AWARDS ■ Combat Action Ribbon • Iraq Campaign Medal • Global War on Terrorism Expeditionary Medal • Expert Marksman Parris Island • Global War on Terrorism Service Medal • National Defense Service Medal • Sea Service Deployment Ribbon (x3) • Navy Unit Commendation Medal • Good Conduct Medal CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-43 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Bets Pease, Project 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 • Soteria (Ceres affiliate) 2018 — Current. Accountant for global multicurrency company, responsible for AP/AR and Inventory control, Sales forecast, cash flow, and budget preparation. Account Reconciliation and VAT Tax compliance. • Texas Civil Construction 2017 — Current. Project Accountant and database supervisor for civil construction projects in Texas. • Hurricane Irma and Maria 2017—2019. Project Accountant and database supervisor for projects in St. Croix and St. Thomas, US Virgin Islands. • 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. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-44 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-45 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Zacha J. Schultz, Senior Pro'ect Mane'er After over a decade as a Heavy Equipment operator, Mr. Schultz began to take on more responsibility,first as a construction foreman, superintendent, project manager and most recently as a Senior Project Manager. He worked for and helped develop some of the largest ski resorts in the U.S. From 1994 to 2013, work that required meticulous oversight and a strong regard for safety. At Ceres, he has taken the helm after multiple major disasters requiring multimillion-dollar recovery efforts. PROFESSIONAL EXPERIENCE • Larimer County Cameron Peak Wildfire Recovery, 2021. Project Manager for hazard tree removal and debris management services in Larimer County, CO. (14,000 +Trees Removed) • Hurricane Ida, New Orleans Louisiana, 2021. Project Manager for the recovery mission including all three zones in the City of New Orleans as well as leaners, hangers, reduction and removal of C&D and vegetative debris from the ROW. (250,000 CY Veg Debris Removed) • Oregon Wildfire Recovery 2020. Project Manager for Oregon Department of Transportation providing Hazard Tree Removal Services for Operational Branch 1: Archie Creek Fire, Douglas County, Operational Branch 5:Thielson Fire, Douglas County and Operational Branch 6:Two Four Two Fire, Klamath County. (25,000 Trees Removed) • California Wildfire — Camp Fire, Butte County 2019. Operations Section Chief for the CalRecycle/CalOES clean-up project for hauling and disposal of debris generated by the Camp Fire wildfire in North-Central California in 2018, which is the largest debris mission in California in more than 100 years. (Over 3000 Properties Cleaned Up) • Northern California Wildfires Debris Removal 2018. County Manager for the fire reclamation project in Napa County, CA following the fires Atlas Peak, Tubs and Nuns fires in 2017. • Hurricane Florence 2018. Project Manager for debris clean-up project in Lenoir County, NC and NCDOT cleanup in Jones County NC. • Hurricane Irma 2017. Project Manager overseeing debris clean-up, reduction and haul out in Miami Beach, FL. • Hurricane Matthew 2016. Project Superintendent for The City of Savannah debris removal and disposal projects, including Creeks and Streams within the city limits. • MK Weeden Construction July 2013-May 2014. Reclamation Superintendent, managing reclamations of oil well locations in the Bakken oil field, including but not limited to overseeing scrapers, dozers, and other excavating equipment. EDUCATION/CERTIFICATIONS • 40-hour HAZWOPER Training, Certificate Number 1712141219955 • 40-hour HAZWOPER Current Refresher Certificate Number 1220216210 • OSHA 30 Hour Construction, Certificate Number 1220232980 • IS-00005.a Introduction to Hazardous Materials • IS-00029.a Public Information Officer Awareness • ICS 100 Certificate Number 22031610219955 • IS-00111.a Livestock in Disasters • IS-00200.c Basic Incident Command System for Initial Response • IS-00242.c Effective Communication • IS-00320 Wildfire Mitigation Basics • IS-00324.a Community Hurricane Preparedness • IS-0059 Local Damage Assessment • IS-0063 Debris Management Plan Development • ICS 700 Certificate Number 22041370219955 • IS-00703.b National Incident Management System Resource Management • IS-800.d National Response Framework • IS-1000 Public Assistance Program and Eligibility • CPR Certified, E Card Code 216012886229 • Flood Cleanup Awareness Training Certificate Number 22042277219955 • OSHA 10 Certificate Number 36-004562884 • Lead Awareness Training Certificate Number 24018212 • CAL FIRE Interagency Emergency Equipment Operator Card, Issued 8/21/2021 • ATSSA Certified Flagger Training, Oregon Work Zone Traffic Control Training CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-46 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services . • • , • . • u • • ter Mr. Shores has 20 years as an operations leader in the disaster recovery industry most recently serving as a contract Area Manager for Ceres Environmental on its 2018 ACI SAD Contract activation in Southwest Georgia. Mr.Shores is an expert at debris response particularly when it comes to debris quantity estimation, sectoring,subcontractor management and heavy equipment. Mr.Shores also owns a tree clearing business in Illinois yet is available to Ceres on an as-needed basis for CAT 4-5 or higher hurricanes. PROFESSIONAL EXPERIENCE • Ceres Environmental Services, Inc. o Hurricane Ian 2022. Operations Manager for 3 jurisdictions in Florida for debris management and removal. • Hurricane Ida 2021. Operations Manager for Livingston Parish, LA. The project involved removal of over 1 million cubic yards of debris • Linn County, IA Derecho 2020. Project Manager in Linn County, IA for collection, reduction, and disposal of over 1 million CY of debris. • Hurricane Michael 2018.Area Manager in Southwest Georgia for the USACE ACI Area 1 project. • Hurricane Irma 2017. Project Manager in Glynn County, Georgia for collection and removal of 381,866 cubic yards of debris generated by Hurricane Irma. • Hurricane Matthew -Waterway Project 2017. Area Manager in Savannah, Georgia for debris removal following Hurricane Matthew. • Hurricanes Matthew and Hermine 2016. Project Manager in Glynn County, Georgia. Collection and removal of 454,169 cubic yards of disaster-generated debris • Livingston Parish Floods 2016.Area Manager for Ceres response in Louisiana following the 2016 floods. • Littleton Storm and Timber 2013—2015. • Operations Manager assisting on the DOT projects. Removed 1.3 million cubic yards of debris following events such as Hurricane Irene in 2012. • Timber Exports 2009—2011. Power line trimming and clearing contracts. • Byrd Brothers • Hurricane Ike 2008 Operations Manager in Harris County and Galveston County for Galveston Island Beach reclamation project. • Texas DOT 2006-2007. Project Manager in Galveston County • Hurricanes Katrina 2005. Project Manager for debris removal in Jackson County, MS. • Hurricane Rita 2005. Project Manager for debris removal in Sulfur Springs, TX. • Hurricane Wilma 2005. Operations Manager for debris removal in Plantation, FL. • Hurricane Charley 2004. Operations Manager for the recovery from massive damage in Deltona,Stanley Ormand Beach,and West Palm Beach in Hillsboro and Indian River counties. • Littleton Storm and Timber Service • Hurricane Isabel 2003. Operations Manager for Virginia Beach, Virginia State Parks and Virginia DOT projects. • Windstorm 2002. Project Manager in Rockford, IL for removal of debris. • Houston Flood 2001. Project Manager for debris removal following Tropical Storm Allison. • Louisiana Hurricane 2001.Operations Manager during the Houston flood projects in Duscon, Eunice, and Abbeville City. • Arkansas Ice Storm 2000. Operations Manager in several southwest Arkansas counties. • Windstorm 1999. Operations Manager in Burlington, North Carolina CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-47 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Michael Smith, Qualit Control Mana a er, Pro'ect Mana•er Mr. Smith is a dynamic leader with extensive experience in Safety constructions, maintaining standards in manufactured products by testing a sample of the output against the specification. Delivers excellent on and offsite program management for locations around the world while ensuring compliance with laws and regulations within guidelines. Creates industry-leading programs that deliver significant cost savings and efficiency gains while minimizing risk and liability exposure in Heavy Industrial setting. Excels in training, developing, and coaching staff in US and globally. PROFESSIONAL EXPERIENCE • Hurricane Ian 2022. Area Manager for debris management and removal in Cape Coral, FL. • Hazard Tree Removal Project for the Campfire in Butte County -- 2020 to 2021. Planning Section Chief. Roles and Responsibilities included and were not limited to the daily dispatching and scheduling of tree removal and hauling crews for approximately 2,200 properties, containing just shy of 60,000 eligible trees. Developing crew schedules, work packages & runways. Tracking of project quantities daily and in total. Worked closely with A& M and Project Owner IMT on strategy and tactical short-term and long-range plans to ensure the success of the contract. The contract value exceeded $100,000,000.00 worth of work. • Hurricane Laura 2020. Project Manager in Santa Rosa County, FL for debris cleanup. The project included removal of over 1,000,000 CY of Vegetative and Construction & Demolition Debris, reduction by Grinding and ACI of 500,000 CY and removal of approximately 20,000 hangers and leaners. Oversaw 4 section supervisors and over 150 hauling units and bucket trucks operators. • Hurricane Hannah 2020. Superintendent for the City of Edinburg & Hidalgo County; Precincts 1, 3, & 4 Debris Cleanup & Reduction. Responsible for field supervision, traffic control labor and upwards of 50 hauling unit operators. • Puerto Rico Sheltering and Temporary Essential Power Program (STEP) 2019. Project Manager for the PR STEP providing temporary repairs to single family dwellings with a monetary cap of $20,000.00 per dwelling. Scope of work entailed numerous pre and post inspections, database creation/data management, applicant interaction/customer service, and the contracting and coordination of skilled tradesmen to provide electrical, HVAC, potable water and gas to a safe, secure and weatherproofed dwelling. • Hurricane Maria 2017 — 2018. Senior Quality Control Manager/Superintendent for the ACI Emergency Temporary Roofing in Puerto Rico. Mr. Smith Implement systems of distribution, logistics, document controls/flow, work order and production tracking, inventory and material coordination for the construction of the roofs. • Hurricane Irma 2017. Project Manager for the debris clean-up in Highland and Okeechobee Counties, FL. • Morganza Hurricane Levee Project 2015. Senior Quality Control System Manager/Project Manager for a massive levee system located just south of Houma, LA. These segments of levee make up approximately 9 miles of newly constructed earthen levee through the marsh. • Aquamen, LLC, 2009-2014,Vice-President I Co-Owner. The company performed certified residential & commercial mold inspections, sampling for indoor air-quality, day-to-day monitoring, and post-clearance. Responsibilities included project estimating, project management, procurement, manage/coordinate subcontractors, manage/coordinate inspections, manage/coordinate invoicing and draw requests. EDUCATION/CERTIFICATIONS • USACE Construction QC Management • GHS &OSHA Hazardous Communication • OSHA Certification: 30 Hr Construction Safety • FEMA EMI — ICS-100, Exercises 120, 200 • OSHA Certification: 10 Hr Construction Safety ICS/NIMS • OSHA Refinery Safety Courses — CSE • HCSS Heavy Bid/Heavy Job Certified Attendant/Entrant, Fire Prevention, Haz. Gases (2014) • LOTD, First Aid/CPR and refinery safety ■ Home Inspection Certification for the State standards of Ohio • HAZWOPER Certification • Mold remediation&inspection Certification (Commercial and Residential)for Ohio CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-48 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Robert Smith Pro'ect Mana•er Mr. Smith creates strong team environments through customer focus, a clear vision and goals,and a strong performance management structure with the ability to implement corporate directives and ensure safety compliance. PROFESSIONAL EXPERIENCE • Camp Fire Tree Removal, Butte County 2020 — 2021. Project Manager for the removal, processing, and final disposition of hazardous trees due to the 2018 Camp Fire. This work includes both right of entry (ROE) and rights-of-way(ROW) hazardous tree removal. • Oklahoma Ice Storm 2020. Project Manager overseeing three projects: City of El Reno, City of Kingfisher, and the City of Piedmont.The work performed consisted of leaner and hanger removal, ROW vegetative removal, DMS operations, and the reduction of vegetative debris. • Hurricane Hanna 2020. Project Manager overseeing three separate projects: Hidalgo County,the City of Pharr, and the City of Edinburg. Conducted ROW collection, disposal of vegetative debris and construction and demolition debris with all three clients. Also collected and disposed of white goods, household hazardous waste and electronic waste. • Camp Fire, Butte County 2018 — 2019. Project Manager for the Clean-up project hauling and disposal of debris generated by the Camp Fire wildfire in North-Central California in 2018. • Hurricane Irma and Maria 2017. Project Management oversight for vegetative, construction and demolition, and metal debris removal from local municipality ROW and other eligible public property in the U.S Virgin Islands for USACE ACI project following Hurricanes Irma and Maria. Work also included site preparation, debris reduction - chipping/mulching/grinding, and debris disposal. • Evergro Organic Recycling 2016-2017. Vice President of Operations researching and acquiring a track of land that meets all TCEQ criteria to construct a biosolid composting facility. Focused on site operating plans and providing a permit application along with drawings drafted by a local project engineer. • New Earth Soils and Compost 2010-2016. Vice President of Operations overseeing over 35 teams within two facilities, new constructions, and existing biosolid composting operations. • The Garick Corporation • Vice President of Operations 2007-2009. overseeing six facilities and 250 associates in five different states, ensuring EPA/DEP and OSHA compliance practices, plant staffing, daily productions goals, payroll management, and inventory control. • General Manager 2006-2007. Responsible for the safety and productivity of a large group during peak season, including environmental compliance, profitability, and leadership development. Drafted and implemented operational procedure manual for companywide plant and safety operations. • United States Army 1991-2000. Airborne Ranger as Scout Team Leader for the 25th Infantry Division in Oahu, Hawaii, a Pathfinder for the 1015t Pathfinder detachment and a U.S. Army Ranger Instructor at the Mountain Phase of Ranger School. Responsible for assisting the squad leader to ensure squad combat readiness, including planning and supervision of soldier training. Assisted with tactical employment and continuous surveillance of the enemy while being responsible for daily training and safety of 600 rangers annually in mountaineering and combat missions. EDUCATION • Austin Peay State University, Clarksville, TN 2000 CERTIFICATIONS • IS-00027 FEMA Logistics • IS-00393.b Hazard Mitigation • IS-00632.a Debris Operations • ICS-100 Incident Command System • IS-00200.c Initial Response • IS-00042 Social Media, Emergency Management • IS-00240.b Leadership and Influence • IS-00552 Public Works Role, Emergency Management • OSHA 30 Construction CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-49 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Brent Whitten,Pro'ect Mana•er/Pro'ect Su•erintendent Mr. Whitten has been involved in debris management and disaster recovery services for nearly 20 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 debris removal projects following major disasters such as Hurricane Irma and Ida. 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 • Livingston Parish Emergency Watershed 2019—Current. Project Manager in Louisiana for the waterway debris removal project. • Hurricane Ida 2021. Project Superintendent for Livingston Parish, LA, responsible for recovery operations as a result of Hurricane Ida. ■ Northern California Wildfire Debris Removal 2018. Quality Control Manager for the USACE ACI debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. • Hurricane Irma 2017. Project Manager in Pinellas County, FL for the Disaster Debris Collection and Removal of debris generated by Hurricane Irma. • Hurricane Irma 2017. Project Manager for the hauling for final disposal of previously compacted and/or ground debris in Miami, FL. • Hurricane Irma 2017. Project Manager for Gulfport City, FL for the clean-up of debris generated by Hurricane Irma. • 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. • 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. • Hurricane Ike 2008. Area Manager overseeing debris removal from DOT roads and Right-of-Entry removal of stumps and logs, hiring subcontractors, and project planning by quadrant. Conducted daily safety meetings and provided daily reporting on contractor progress and performance. • Hurricane Gustav 2008. Area Manager overseeing debris removal from DOT roads and Right-of- Entry removal of stumps and logs, hiring subcontractors, and project planning by quadrant. Conducted daily safety meetings and provided daily reporting on contractor progress and performance. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-50 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • Environmental Chemical Corp., New Orleans, LA, 2006-2008. Supervised the decommissioning, demolition, and disposal of private 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. Demolition Environmental Inspector and Evacuation Plan Writer following Hurricanes Wilma, Katrina, Charley, Frances, and Jean. Conducted oversight monitoring for RACM and C&D throughout Louisiana. Provided monitoring oversight for RACM floor tile removals throughout five (5) parishes. 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 • Hazwoper 2021 Refresher 8hr CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-51 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Ed Ziegler, Project Manager Mr. Ziegler has been in environmental services for 28 years, starting in building demolition, slab and foundation removal, restoration and asbestos abatement then moving to disaster recovery response while working on snow removal in the early 1990s. Mr. Ziegler has experience managing large scale demolition and construction projects. PROFESSIONAL EXPERIENCE Hurricane lan 2022. Project Superintendent in Indian River County and Deltona, FL. For debris management and removal. • Hurricane Ida 2021. Project Manager in Gonzales, LA. • Cameron Peak Wildfire 2021. Project Manager in Larimer County, CO. • Hurricane Laura 2020. Project Superintendent in Vermillion Parish and City of Scott, LA for debris clean-up after Hurricane Laura in September 2020. • Hurricane Michael 2018. Project Manager for the U.S. Army Corps of Engineers ACI SAD activation in 13 Georgia counties to perform debris clean-up after Hurricane Michael made landfall in October 2018. • Hurricane Matthew 2016. Project Manager for the debris removal and disposal projects on all 40 TDR sites, City of Albany and Dougherty County following Hurricane Matthew in October. • Christchurch, New Zealand Demolition 2012—2013. Project Manager for the demolition and soil remediation. • Hard Drives Construction 2003 — 2005. Grade Foreman and Operator responsible for construction of roads and buildings. • Landwehr Construction 2001 —2003. Grade Foreman • El Centro California Naval Air Base 2000. Project Manager for the demolition of a 1,393 M2 Cold Storage Facility. The project included building demolition, slab and foundation removal, asbestos abatement, lead based paint abatement, pcb ballast, electrical reroute, mercury switch removal, utility disconnects, and restoration. • Oklahoma City Tornadoes 1999. Lead project manager for USACE contract providing debris removal, managing multiple debris sites, and demolishing damaged residential structures. • Fort Knox, Kentucky Demolition 1996. Project Manager for the demolition of various building project. Work included demolition of approximately 8,825 m2 of one-, two- and three-story wood frame or concrete/brick buildings, removal and disposal of pcb, demolition of associated asphalt, gravel and concrete surfaces and foundations, recycling of metals, crushing of brick, CMU, concrete footers, sidewalks,streets, and parking lots,the volume reduction of demolition debris(to conserve landfill space), the disposal of demolition debris, site restoration, and turn establishment. • Fort Benning, Georgia Demolition 1995. Project Manager for demolition and recycling of various buildings. Demolition of 13,372 m2 from 39 buildings, 6 story power plant and 60-meter stack, asbestos abatement, lead abatement, removal of utility lines, foundations, pavements, and drainage structures, temporary sedimentation and erosion control, environmental protection, grading, site restoration and turf establishment • Fort McCoy, Wisconsin Demolition 1994. Project Manager for the demolition of WWII wood frame buildings with concrete foundations project. • Wood Waste Recycling 1992 — 2020. Grinder Superintendent for the Libertyville Navel Training Facility in Minnesota and Texas. • Seasonal Snow Removal 1992 — 2020. Performing 28 years of snow removal for Ceres during the winter season.Clearing areas of snow accumulation and removing to off-site storage areas and responding to snow emergencies. • Fred Miller Asphalt 1992 — 1998. Operator responsible for setting grades for crew members, operating equipment and CDLA. EDUCATION/CERTIFICATIONS • OSHA Standard 1910.178 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-52 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Certifications Ceres Employees Holding This Certification • Stanley Bloodworth • Kevin Sudbury • Karl Dix • Tia Laurie Emergency Management Institute • Brent Whitten • Chris Shelnut , • Chuck Owens f �- • David Preus , 1�` ■ Dawn Brown • Derek Pruner FEMA • Earl Lutz • Felicia Smith This Certificate of Achievement is to acknowledge that • Gail Hanscom DAVID A PREUS • Joshua Gill has reaffirmed a dedication to serve in times of cnas through continued professional des elopment and completion of the independent Study course. • Marian Banks IS-00106.s • Michael Randall Introduction to the luckiest Command System. • Mike Hansen ICS-1N mootesr„„�,f,aa,a • Milagros Gonzalez Mr sopsommosbon • Patricia Macey n,tAC.Frt ri. ire. .we.+w.r • Robert Smith • Steve Johnson • Tammy Hunt • Terrence Thornhill • Jason Alber • Zachary Schultz Ceres Employees Holding This Certification • Chris Shelnut • Chuck Owens erek Pr Emergency Management Institute •• EEarl L tzuner • Felicia Smith )._ • Gail Hanscom u. ■ Marian Banks • Milagros Gonzalez FEMA • Mike Hansen t his Ccruiicate of Achievement is io acknowledge that • Patricia Deville PATRICIAC h410EY • Patricia Macey has matlinned a dedication to serve in tunes of cruis through continued • Steve Johnson prolcsoivnul development and completion of the independent study dowse • Theresa Lavo 1500200A ICY ter Settle Rewareesand ■ Jason Alber labial Adieu tnddeal ICx 200 • Zachary Schultz Mr n i Wit= CgyRES Tab 2 Experienceatios and TeQualifications Section 2 Qualifications of the Proposer Team Page 2.2-53 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services .. Certificate of Achievement This C"tdir_ate of Achievement fs to a,^.kncr,Meego that Gail m.Hanscom — Ceres Employees Holding This 4lxs re»16•m.x1 n deth oI cis tc.erve In I met,of Cr.. Certification Mtn.yin cnnhntied Mofc,,a al Inveioprrect and ciris,hiet.ni,tit mduirminenni,of ttm ■ Earl Lutz IS-300 ® INTERMEDIATE INCIDENT COMMAND ■ Gail Hanscom SYSTEM COURSE o •edpjey • Mike Hansen !Atone...lb.*of weir 1rHty, D.. !enNNoniebndb.auebyendtieeboroy■••.waent ■ Patricia Macey And f WAN tin.rn.,,v beensa ent Paw. Th.Reinmp sponsored end coortlrnerWAy ■ Steve Johnson me Chempnn Of of Emeryency Menebemenf Champlin.Mint...fa Issued this t"day of June.2007 u at Certificate of Achievement i This Certificate of Achievement is to acknowledge this Gail M,Hanscom Ceres Employees Holding This has reafumed a(l1dtcahon to serve In Wes of costs through continued p oie.aon.l aw.wam,en, Certification and oorrtpMllon of raquIromros m too • Earl Lutz 113,400 ADVANCED INCIDENT COMMAND • Gail Hanscom II SYSTEM COURSE ■ Mike Hansen ot yraarYa by Or M.nnsM s 0e1M11sy M 1411 4) , °M`"a" ..... "."` " x,,,,,m ^ • Patricia Deville JMd r 0i.n■■.larrar.e.t TIW Melees earmiMendeseltbeM■M 0 • Patricia Macey M Chou,Mop atirrprey SnpwMtf Cheetrrer tr.ttemele r Steve Johnson Weed IIM11✓b at June.2007 X7e+we Stiitewr Ceres Employees Holding This Certification • Stanley Bloodworth Emergency Management Institute • Karl Dix • Tia Laurie • Linda Smith ' A. ■ Alonzo Clay %fir • Chris Shelnut • Chuck Owens FEMA • Derek Pruner This Certificate of Achievancni is to acknowledge that ■ Earl Lutz TIA N LAURIE • Felicia Smith has reaffirmed a dedication to seise in times of crisis through continued ■ Gail Hanscom prolessanal de,clopman end completion of the independent stud)avers t >N • Tammy Hunt NNbmI tendon Maeacemeni h>•rt.t ■ Joshua Gill fNIMSI.Aa 4truduciku, . Iwo..u:.f Lb..y..:.we.,., '_rttJt ..,....._.._, • Kevin Sudbury , "" • Marcus Smith .h. • Marian Banks • Michael Randall • Mike Hansen C ERE5 Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team ENVIRONMENTAL Page 2.2-54 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • Patricia Deville • Patricia Macey • Stanley Bloodworth • Steve Johnson • Tammy Hunt • Terrence Thornhill • Theresa Lavo • Zachary Schultz Ceres Employees Holding This Certification • Karl Dix Emergency Management Institute • Tia Laurie • Linda Smith to • Alonzo Clay L) F • Chris Shelnut • Chuck Owens FEMA • Derek Pruner TlwcertitSaateofAchievemtmmsto acknowledge thd • Felicia Smith JASON ALSER • Josh Gill has reaffirmed a dedication to serve in times of crisis through continued • Marcus Smith professional development and completion of the independent study course • Marian Banks NVMMrI Rowan reme•erk,Amintre4Nka ■ Michael Randall rnWMon filC/.4h,.a --t 4 • Patricia Macey ® .lfi Terrence Thornhill • Theresa Lavo • Jason Alber Emergency Management Institute T.ry< l't N11“C' FEMA Ceres Employees Holding This This Certificate o Achievement is to acknowledge ttwn Certification f • Derek Pruner DEREK E.PRUNER has reaffirmed a dedicannn to serve in times of crisis through continued professional development and completion of the independent study course: iS-u5M)Ol Emergency Proenm'looseer An Orkotatton to the Position CERES Tab 2 Experienceatios and TeQualifications Section 2 Qualifications of the Proposer Team ENVIRONMENTAL Page 2.2-55 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute Ceres Employees Holding This Certification FEMA • Tia Laurie • Joshua Gill This CanHlcdie of Achie,croem is to acknouiodge that TIA LAURIF • Marcus Smith has reaffirmed a dedication to serve in Times of crisis through continued • Tammy Hunt ,'rtefecslonal de'.elopnent and completion of the independent study coupe la-Not, '..Mule M tt4u.te..\ce.rean.cad►rcp.rednew 46.1 ac.�. Emergency Management Institute Ceres Employees Holding This FEMA Certification • Derek Pruner ThrsCettificweofAehieven ,taknon ledge that • Jason Alber JAeSON.1i.81R • Josh Gill has teelfinued a desttcatam to serve in times of cretta through continued professional development mind completion of the independent study coupe It lxal?6 Guide to f data of Uldrlbral.0 6 Tel ova _ Emergency Management Institute Ceres Employees Holding This 4a�a. Certification FEMA • Kevin Sudbury • Derek Pruner Met Certificate ot sducs<mont sLi,.kknotvk tethat • Jason Alber JASONALRER • Joshua Gill has reaffirmed a dedication to serve in tunes of crises through contented professional development and completion of the independent study course • f.L06431.16 1'F 1A In11hi Fthkc clrlrntalloo 21116 CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-56 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute Ceres Employees Holding This FEMA Certification ■ Tia Laurie This Certificate of Achsevetnent is to acknowledge that TIA IAURIE • Derek Pruner has reaffirmed a dedication to serve in times of crisis through commlied • Jason Alber professional development and completion of the independent stud}cout: IS4OIe2 Ueplosmeat Rat ics ter FEMA Riven..Partners wwa wu . Emergency Management Institute ( ; Ceres Employees Holding This Tw\__ r� Certification • Derek Pruner FEMA • Jason Alber This Certificate ofAchievemo to acknowledge that ■ Joshua Gill JA.9ON AtsFR • Marcus Smith has reaffirmed a dedication to serve in tunes of crisis Through contuuad • Michael Smith prot'esstomil development and completion of the independent study course • Terrence Thornhill Is-nu tI1.a An InlroduAhm In Fserrlan J:w F.7• M ia.IArllinan..ii.aao. Emergency Management Institute FEMA Ceres Employees Holding This This Certificate of Achievement is to acknoss ledge that Certification • Derek Pruner DEREK E PRUNER has reaffimted a dedication to serve in tunes of crisis through continued professional development and completion of the independent study course. IS-00130 Pierce.e Esatuatlon and Imprmenant Planning (mod AU:QF IM q(Apra 7V!'J Ell Cam MD r"1�•!• Tres.'.. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-57 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute 6 4 e vn. ` Ceres Employees Holding This FEMA Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREKEPRUNER • Joshua Gill has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course: IS-00139 Exercise Design co,acttri.t.rue aa �m ae. .r,enc,Mwem emn;iw Ceres Employees Holding This Emergency Management Institute Certification • Alonzo Clay '�• • Chad Dorsey t r;• ■ Chris Shelnut ' !s. k• Dere Pruner FEMA • Felicia Smith • Jason Alber no,CerttflctUe of Achievement ix to acknowledge that • John Gallicchio JASONALDFR • Joshua Gill has reatlims d a dedication to serve in tunes ot crisis through continued professional devclupm.mt and completion M the independent study course: • Michael Dillard IS-Mind ■ Michael Randall Fundamentals ot Eorrgtoet Mananemamt • Patricia Deville ...tu..ettb.f.Av.:w' _ .4. • Tammy Hunt ® Opeollorila Mdlrf111.00Imase. • Terrence Thornhill Emergency Management Institute Ceres Employees Holding This uyCertification f • Alonzo Clay • Derek Pruner FEMA • Jason Alber TiltsCcttflcal, ,.- ,cmentistoacknowleetgethat • Joshua Gill JASON ALBF.R • Marcus Smith has reaffirmed a dedication to serve in tunes of crisis through continued • Michael Randall profcsawrei devciopto no and completion of the independent study coarse. • Terrence Thornhill 4Y002.15.c F.m.eertq Munn* • Theresa Lavo at.*x5e&e tirrnPke;OM 4 ® as - CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team ENVtu. Page 2.2-58 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Ceres Employees Holding This Emergency Management Institute Certification g yana g • Linda Smith • Chad Dorsey 'r • Chris Shelnut ,�� �,. ■ Derek Pruner SS • Jason Alber FEMA a Jay Martin Zulinke II This Certificate of Achievement is to acknowledge thu • Joshua Gill JASONALli Patricia Deville has reaffirmed a dedication to serve in lanes of cents through continued ■ Marcus Smith profesatorwl developm an and completion of the independent study etanse • Michael Dillard 1SYOIlt.b Learlerdinpa 4l.fl ee • Michael Randall Doom Me„ni a,pv,I.,wv rem -J?_ G • Robert Smith El ; '�`' • Terrence Thornhill • Theresa Lavo Emergency Management Institute VW vssrn FEMA Employees Holding This FEMA Certification • Derek Pruner The.Certificate ul,Achievement is to acki wledge that • Jason Alber JA.SONALB R • Joshua Gill has reaffirmed a dedication to serve in times of canis thnou gh came inued pnilessional devekgvnent and completion of the independent study course Ia-00200.a TM kW et Valuator,Agencies In Emergency Manµmeal Ma Emergency Management Institute '"o'v` Ceres Employees Holding This FEMA Certification • Derek Pruner This Certificate of Achievement is to acknowledge Mai • Joshua Gill DEREKEPRUNER • Michael Randall 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 c‘rAonr -- .,c.nmO Fms,m,y Niuv,mem ague CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-59 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute z.,,_. '..„„..a' Ceres Employees This Holding FEMA Certification • Tia Laurie This Certificate of Achievement is to ackrmowledge Oiu ■ Joshua Gill TIA I.AURIE • Patricia Macey has reaffirmed it dedication to verse In times of crisis through continued professional development and completion of the indeoendcni stud y course: Ili-1106.111 Introduction to tie Pubik Anaiatance Preens 4a�.. �b ... BEI Emergency Management Institute zo Ceres Employees Holding This Certification FEMA • Karl Dix This Certificate of achievement is to acknowledge that ■ Brent Whitton DEREK E PRUNER • Derek Pruner has reaffirmed a dedication to serve in tines of crisis through continued professional development and completion of the independent study cotane: 1S-aOA,3t Pabtk bsshunce Operation I “..w1wn'eh nor ofApLL V14 ii iitlaettl.t = FrommFam.mmro•W`Moor War Ceres Employees Holding This Certification Emergency Management Institute • Kevin Sudbury • Karl Dix If��R• / • Tia Laurie Af ■ Alonzo Clay ai • Brent Whitten • Chad Dorsey FEMA • Chris Shelnut This Certificate of Achievement.istoadmowfedgeduo • Derek Pruner ILA NLAURIE • Felicia Smith has reaffirmed a dedication to serve in times of crisis through continued • Jason Alber professional development and completion of the independent study course • Marcus Smith IS-0ab32 Intro to Debris Open hi EEAIA's Public AsaIs Prit • Marian Banks ■ Michael Dillard It.w MrM WOW f �t no'of W .P. r •• • Michael Randall rr...... (amp Wooers.ca . • Patricia Deville • Robert Smith Jr. CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-60 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • Tammy Hunt • Terrence Thornhill Emergency Management Institute ' %� n Ceres Employees Holding This Certification FEMA • Derek Pruner This Certificate 01 Achievement a to„Kknowledge that • Joshua Gill JASON ALBER • Karl Dix has reatimtied a dedication to sine in times of criis through continued ■ Jason Alber srol essto it development and completion of the independent study count IS-00A1.a NI MS MWllapnt,(bordltugWtSJ>t mt/4AC'1 = Emergency Management Institute Ceres Employees Holding This Certification FEMA • Derek Pruner • Joshua Gill This Certificate of Achievement is to acknowledge that • Karl Dix DEREK E PRUNER has reaffirmed a dedication to serve in times of crisis through continued • Michael Randall professional des elopment and completion of the independent study course: • Zachary Schultz I5c00703.a %INS Measures Management M c,..l»,..a DID Emergency Management Institute _. .... . ,,,..,....,..,,, Ceres Employees Holding This FEMA Certification This CcnificateofAchtevememtstoacknowledgethat • Derek Pruner DEREK E PRUNER • Joshua Gill has reaffirmed a dedication to serve in times of crisis through continued processional deselopmetn and completion of the independent study course: i5daaol Emntrecy Support Foortion 1FSF1 al Tranapertatba — '.`..., SE cm\.tis..on C ERE5 Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team ENviRINMENTA Page 2.2-61 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute .4 Ceres Employees Holding This FEMA Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREK E PRUNER • Joshua Gill has reaffirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course: 1Sal00oi Emergent"Support Function IFSFI 42 C'ommunlcadola r �-- hosoiwe SM An ar'Ma SNa � !f0 EraZ Emergency Management Institute Ceres Employees Holding This FEMA Certification llus cemficate of Achievement is to acknowledge that • Derek Pruner • Joshua Gill DERF.K E PRUNER ■ KerryKennedy «affirmed a dedication to serve in times of crisis through continued professional development and completion of the independent study course: IS-00003 F.errgencv Support Function(ESF)03 Public works and Engineering award Ow/NA D.a/.ipu r414 Svinuoitt Emergency Management Institute alY< Ceres Employees Holding This FEMA Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREK E PRUNER • Joshua Gill has reaffirmed a dedication to serve in times of crisis through continued orofissicnal development and completion of the independent study averse IS-004W Emergency Support Function IESFI A4 Firefighting rnwn.ledo..yAr, '•IK27 4l EMI! p yym CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-62 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute 111, Ceres Employees Holding This FEMA Certification flits Certificate of.Achievement is to acknostedge Ua: • Derek Pruner DEREK E PRUNER • Joshua Gill nos reaffirmed a dedication to serve in times of cnsis through continued professional development and completion of the independent study course: IS-000OS E.mcrgency Support Function(ESt1 of t:mrrgeuy NnaagemruiMIT [tin M Nilemma aay., Emergency Management Institute Ceres Employees Holding This FEMA Certification This Certificate of Achievement istoacktowledgethat • Derek Pruner DEREK E PRUNER • Joshua Gill has reaffirmed a dedication to serve in times of crass through continued professional development and completion of the independent study course: LS-O tlao Emergency Support Function(ESF1 u6 Noss Care.Emerv.Au taanee,Housleg,Huaran Sethlees!�� r roodni ro �� Emergency Management Institute Ceres Employees Holding This FEMA Certification Thiscettficate of Aclucvement is toacknoss ledge that • Derek Pruner DEREKEPRUNER • Joshua Gill has reaffirmed a dedication to serve in times of crisis through continued 'rofe:ssional development and completion of the independent study cause: IS-OOnOa Emergency Support Function(FSF)aR Public Health and Skilled Services CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-63 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute Ceres Employees Holding This FEMA Certification • Derek Pruner This Certificate of Acluevcmecu 15 to aoknowkkige that • Joshua Gill DEREK E PRUNER has reaffirmed a dedication to serve m tunes of crisis through continued professional development and atmpletiom of the independent seedy course: IS-01t10) ►:mergene?tiuppon Function(Fsr)u9 Search snd Rescue •.�i'T[R' �r..,r i. rr... Cow WO War Emergency Management Institute Ceres Employees Holding This FEMA Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREK E PRUNER • Joshua Gill has reaffirmed a dedication to scene in times of oasis through continued professional development and completion of the independent study course: IS-anion Emee esey Support Function IF-SF)MIo Ott sad Hazardous Materials Response Wm"idea Inn.Ow alAmii•VW Om. PO Emergency Management Institute Ceres Employees Holding This FEMA Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREKE PRUNER • Joshua Gill :iaa reaffirmed a dedication to serve in times otcrises through continued professional development and completion of the independent study course: is-mo I1 Emergency Support Function IESFi etI Atpicattnn mod Natural Ransoms .rmedMia IMOw NApril:OP, fooftedna Worry Mows.Yam CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-64 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute Ye eJ $ �/ J.wo ad Ceres Employees Holding This FEMA Certification nub Certificate of Achievement is to acknowledge that ■ Derek Pruner DEREKEPRUNER • Joshua Gill has reaffirmed a dediation In serve in times of crisis through continued professional development and completion of the independent study course: I.+rooal2 F.merecnn Support Function IESFI u12 Enemy r. tw//Y+IN Pry gApn:Old iJ ® o� MO Emergency Management Institute Ceres Employees Holding This FEMA Certification This Certificate ofAchievurmmtisto acknowledge that • Derek Pruner DEREKEPRUNER • Joshua Gill has reat5nned a dedication to serve m times of crisis through continued professional development and completion of the independent study course: tS-001113 Emergeacs Support Fanedon IESFI 013 Ralik Safety and Socurtn ' i, r BE'n c.o. eso tamaimmtin Emergency Management Institute 4.t. Ceres Employees Holding This FEMA Certification This Certificate of Achievement is to acknowledge that • Derek Pruner DEREKEPRUNER • Joshua Gill has reaffirmed a dedication to serve m times of crisis through continued professional development and completion of the independent study course. IS-osa10 Emerfeety Support Function(ESE)Old Long Er so Community Recovery s ...era CE „ ES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team FM41H Page 2.2-65 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Emergency Management Institute Ceres Employees This Holding Certification FEMA • Derek Pruner This Certificate of Achievement in to acknowledge that • Joshua Gill DEREK E PRUNER • Terrence Thornhill has reaffirmed a dedtutuon to nerve in timer of crisis through continued profeasional development and completion of the independent study course: IS-atMO Valbnal Disaster Medical System('DMSI Federal Coordinating Center Operations ��daa CO. 010 �,n. ... awned M••••••lar Certificate of Cor vIctioa ' r Ceres Employees Holding This Debris Mrnr4• -,• State. Tribal. ::_ ti • '• 4 Certification .• • David Preus Z Nstl' ,.. a,'crevLe • Gail Hanscom reberal-'*.P"".4.i'1 0�! Ilapainimatml Ceres Employees Holding This Certification • Stanley Bloodworth • Kevin Sudbury itl' I u'.,F • Tia Laurie .ms..,••tt.... • Alonzo Clay t t ■ ir1 • Brent Whitton lean, lawrwc • Everett Bond CERTIFICATE • Gail Hanscom TIA LAURIE • Chuck Owens war.lromrs ..,oroptotatt.,.c..p o,rnaK«,anti n..,tat thlyrea." .,,,acorn ena t,.M.na,..... ■ David Davenport CONSTRUCTION QUALITY MANAGEMENT FOR CONTRACTORS-1784 ,..,.ms..,., • Derek Pruner 011.41101.6 W�Ft msnt�.LL aM Maga tw., sn.,r t.n.. .r,..N tams.. /lame •, ,7^7 • John Ulschmid ........�._ """'. �f..% • Kerry Kennedy �•rrn^I 11N.111�WIOfOM • Marcus Smith Yam. • Michael Randall • Michael Smith • Paulino Ortiz • Ron Rodriguez C E „ ES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-66 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Ceres Employees Holding This Certification • Stanley Bloodworth • Kevin Sudbury • Alonzo Clay • Brent Whitten • Chad Dorsey • Chris Shelnut Certificate of Completion ■ Chuck Owens • David Davenport Presented to: • Jake Thompson JAKOB THOMPSON • Jay Martin Zulinke II • Lonnie Beevers O•1rnrm1Z wcosnroM+sortie,euldly annplokodI,.OSHA xFlour • Marcus Smith Outman Training for 3..wtYMMUMry. • Marian Banks ■ Michael Randall WAS ®`, . ■ Michael Smith • Omar Arroyo Jr. • Patricia Deville • Robert E Smith Jr. • Ron Rodriguez • Tammy Hunt • Theresa Lavo • Zachary Schultz Ceres Employees Holding This Certification • Alexander Ziegler • Brian Ritter Certificate of Completion • David Davenport ■ Huey Deville • 1 • Jake Thompson Presented to: JAKOB THOMPSON �. + • Joey Deville r= • John Ulschmid • Michael Hansen On 1202012.JAKOB THOMPSON success&Oy omoteted the 10•Hour OSHA Outreach Training course for General Industry. • Michael Smith 41. • Mike Hansen • Ron Rodriguez MOM ® ter..d.o. 7.MTV rlillt -+j • • Steve Johnson • Tammy Hunt • Walter Klarkowski • Zachary Schultz CE „ ES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-67 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Ceres Employees Holding This Certification • Kevin Sudbury • Alexander Ziegler • Alonzo Clay • Bobby Harrell • Brent Whitten • Chad Dorsey • Charles Schlueter • Chris Shelnut OSHARIMI ' David Davenport Online OSHA Training • David Grutkoski • Certifeateof Course Completion Edward D Ziegler Sr • Everett Bond Jaw,1nerivw 4OHrHAZWOPER 04t2270121220CST a Felicia Smith 4maigY Name L\o10 6e11.w1.r1w Or. • Jake Thompson 15 • Jay Martin Zulinke II C-�-MINA. ■ John Gallicchio e0 ■ Kevin Cain IKove appmewl • Michael Lonnie Beevers oiNA.C.n� os►u.eete • Marcus Smith • Marian Banks • Michael Randall • Michael Smith • Patricia Deville • Patricia Macey • Ricardo Morales • Ronnie Prince • Simon Neuens • Tammy Hunt • Walter Klarkowski • Zachary Schultz Ceres Employees Holding This Certification • Ashley Dow ♦.{merican Academy ofCME-First.lid,lnn • Chuck Owens • Elizabeth Bennett '1/pis is/0 Celli'''.Mal • Gail Hanscom GAILHANscoM ■ Jesse Deville has completed the course iu ■ John Gallicchio Adult CPR • Marek Gacek • Marlon Davis ,Nrinidu,/A,ti rur VI JN/lr,aatplrlyd!lt aMur weNtroNrd,nurx.doh/n,r 1100401}1M111,,,litiOlt)i0itheudynrt/'plum rMoomtNNtmN.,n,Nvnrrhrnrc • Milagros Gonzalez nitl tle/rrm,and,Mditmn nJ .{noman.-irarlowr nJ C.1'R and Fiat.-l6l.lib. • Sammy Aaron ._._ mzsrmn_ n tw_ J.GF.d nn • Tammy Hunt (,rrti/i,utinn\NArr h.rur I)atr krnru.dD,dr °in"or "'twang • Wyatt Watson 1ri.mpr 6.oreor,lf11, • Zachary Schultz CERES Tab 2 Experience and Qualifications Section 2 Qualifications of the Proposer Team Page 2.2-68 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 3 APPROACH AND METHODOLOGY 3.1 Required Scope of Service Plans (Appendix A, Sections A3-A4) The following is a general discussion of Ceres Environmental Services, Inc.'s technical approach and understanding of the scope of work. It 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 to illustrate our response to increasingly severe storms and our staffing plan to remove large volumes of disaster generated debris. Our Response to You Our record demonstrates that we stand ready to perform tasks of any size. 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. Project Timeline The following describes the typical workflow between Ceres and Miami Beach once a contract award has been received until FEMA reimbursement. 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 Contract Award 'the key members of each party's team,discussion of the - 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 r� w 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 li. 4144el• . the National Weather Service forecasts and several subscription services to keep us aware of tropical '—'A - storms and hurricanes. When a storm in your area is imminent, Ceres acts quickly so that road clearance and debris removal i • -••, • operations can begin as soon as the storm subsides. At : 46., 4 Pre-Storm ae Mobilization your request, if conditions permit, your Ceres Project o%, > Manager, or other Ceres professional, will join Miami C.T ,.,•4 Beach personnel in the EOC and help prepare for storm .. impact and recovery. CERES Tab 3 Approach and Methodology (4V Qw.e Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-1 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 • '; 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 "ti ''. Cut and Push and equipment will begin any necessary road clearance _ operations and will begin staging efforts for right-of-way debris removal. �... FEMA Records Ceres will assist Miami Beach on an as-requested, as- and Data needed basis to ensure that records are kept and • .= Mana ement • maintained to provide maximum allowable • t E g reimbursement to the City. AMA The necessary trucks will be in place to continue debris removal in an orderly fashion. Local subcontractors will -' ►., Fully Operational be deployed to the maximum extent possible, and the Ceres debris removal operation will be fully operational "- on this day. - ' At the end of the first pass of debris removal time would . :y be allowed for residents to bring additional debris to the ;r,' First Pass curbside. Crews would begin ramping up to start the '; " •: , 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 clean up any debris that ,Second Pass j has time or safety constraints.The vast majority of storm - 414• Complete (debris would be cleaned from the rights-of-way. The - Ceres Project Manager would begin focusing on project ti completion procedures. Debris removal operations would be 100% complete. Final Pass The Ceres Project Manager would remain in constant 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 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 Reimbursement the field work, on an as-requested, as-needed basis to FEMA ensure maximum allowable reimbursement. Contract Performance Phases 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 CERES Tab 3 Approach and Methodology a o w«e n r 4 Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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. 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 are available each year of the contract and may include some of the following planning and training topics: • How Many Jellybeans in the Jar: Estimating Debris • The FEMA Paperwork Process: From IDA to PW and All Points In Between • Continued Growth: Changes in FEMA Policy • Recent Legislative Changes • Know Where to Look: Additional Funding Mechanisms for Debris • Keeping It Between the Lines: Working with Regulatory Agencies for Debris • Tipping Point: Determining Your Force Account Capabilities or When Will I Need Help • FEMA Eligibility: What a "Good" Contractor Will Tell You • Behind the Curtain: Becoming a Ceres Project Manager • Tricks of the Trade: Tough Lessons Learned from 45+ Years of Experience • Document, Document, Document: Debris Monitoring This creates further opportunities to develop the relationships between the City staff and Ceres personnel that will help to ensure 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- day 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-3 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • 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 forecasting 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 an 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 to minimize the financial damage to a community, cleanup activities must begin rapidly and proceed without delay. 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 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. CERESTab 3 Approach and Methodology R o N M e N r a Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-4 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Contractor Mobile Command Center 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 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 online. Ceres also has the capability to utilize various satellite communications systems,which when wired together provide high-speed internet access roughly equivalent to a T-1 line.When powered by a portable generator, our management and our Mobile Command Center users have local and world-wide communication tools to support our high service level. Lastly, during two recent USACE Debris Missions, Ceres deployed mobile satellite dishes at remote debris management sites to maintain connectivity for real-time production numbers. In the U.S. Virgin Islands after Hurricane Irma and Maria, the telecommunications network on the islands were destroyed. Given the islands remote location, telecommunications providers struggled to repair the network. Ceres deployed mobile satellite dishes at each debris management to maintain connectivity for the USACE and Ceres to review real-time production data. Similarly, in 2018 after Hurricane Michael,Ceres deployed mobile satellite dishes to remote debris management sites in very rural counties with limited cell service.Again,this allowed us to maintain connectivity to review the real-time production data against our estimates and move debris collection crews to keep efficiency and production high. FirstNet Ceres also participates in FirstNet, the First Responder Network program developed by AT&T. This gives us the ability to prioritize cellular and internet communications during an emergency. We can request equipment and resources from FirstNet to improve cellular communications and services during an incident. 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 supply these subcontractors,as well as City fleets. services, as we have done in the past in other locations. Debris Management Sites (DMS) When a DMS is established, a Site Plan will be developed for each site, and include, but not be limited to: • A description of project operations • Site layout • Environmental factors • Site photographs Additional sub-plans that may be incorporated as necessary in the Site Plan include: • An Environmental Protection Plan 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-5 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • 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 -{T i`• control (if authorized). All-weather , , . 1r 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 irairmw .. the Ceres Company Accident A water truck sprinkling to control dust on an access road. 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 separated for further sorting and appropriate processing or disposal. • Other plans may include Truck Routes and Access; Site Staffing and Assigned Duties; Debris Separation 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. 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. [EKESTab 3 Approach and Methodology ao+WEa.ni Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 —Staffing Plan Ceres can expand or contract operations based on the needs of the City and the size of the event. At a minimum, Ceres has the capacity to meet the City's requirement of no less than one full debris crew in each of the City's 16 zones. Each of these full crews will be capable of removing a minimum of 200 cubic yards per day to the TDSR. Please refer to Minimum Staffing Requirements—Removing Large Volumes of Disaster Generated Debris at the end of this section. 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 ••.‘1s 10' 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 J ! j, per contractual requirements, to ensure ,,. y' ® c=- adequate ti''�. * ' time has been scheduled for `� r It• s_ residents to move their debris into the right r �%. of way. A typical crew will be comprised of: • One Knuckleboom Loader(or one 4-cubic yard wheel loader with _ ^ grapple) A Ceres self-loader with a trailer making pickups from the ROW. • One Bobcat with grapple • Two laborers with chain saws and rakes • Two flag persons • One Foreman with cell phone and pickup truck (one foreman/three crews) • GPS Tracking and Navigation Aids • Three hauling trucks or trailers(30-50 cubic yards).Additional/large capacity trucks may be added for longer hauls. First preference will be given to hauling vehicles best suited to local conditions. 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 the 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 13 Self Loaders (Knucklebooms)and has access to many more through our subcontractors. Following Hurricane Irma, Ceres bought additional knucklebooms to ensure immediate response to our clients. 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) CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-7 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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. Removal and Replacement of Sand and Debris With a task order from the City to the Project Manager, Ceres crews will separate, collect, transport, process, screen, and dispose/replace sand and debris displaced by the event. Each general clean-up crew will likely consist of the following equipment. • One Wheeled Loader with Rake/Bucket • One to six Semi-Tractor(s)with Trailer(s) • One Screening Plant • One Front-end Mechanical Broom Sweeping As directed by the City, Ceres will provide a front-end mechanical broom sweeper to clear streets, gutters, and storm-drains of scattered tree debris. Work will be assigned by sections or quadrants. Debris will be consolidated into piles of approximately five CYs and located to not disrupt pedestrian or vehicular traffic. Piles will then be loaded and hauled. Sand will be handled as directed by the City. White Goods Requiring Freon Recovery Ceres will remove Freon-containing white goods from the ROW • • : • and haul them to a TDMS where they will be separated. A licensed worker will then extract any Freon remaining in the white if +i� _ ( • _ goods, and properly handle the disposition of the Freon. Once • ry - the Freon is removed the white goods are scrap metal and can be handled accordingly. W .' Following Hurricane Laura, while under contract with Cameron _ ,`; Parish LA, Ceres removed freon from 2,293 white goods. • Hazardous Waste Collection, Storage, and Disposal A licensed technician removing Freon from Household Hazardous Waste must be picked up separately from refrigerators at a TDMS all other debris in the ROW. The HHW will then be separated into a lined containment area at each temporary disposal site. Payment for collection and disposal in accordance with all local, state, and federal laws and regulations will be made per pound. Dead Animal Carcasses When required, carcasses of dead livestock, poultry, and large animals can be removed by Ceres. FEMA reimbursement is contingent on the determination by the City that they represent an imminent and significant threat to public health and safety. The carcasses will be removed to the TDMS and/or a final disposition site approved by the City. 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 skid steers. 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 who can determine which flooded areas will be likely to drain first so we can plan and allocate equipment based on those studies. Although some of the same types of debris are removed in flood and non-flood disaster recovery, typically storms with heavy rainfall increase the amount of construction and demolition debris when compared to vegetation. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-8 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Also, the timeline is longer in flood situations because • standing water takes time to recede. The debris illt " removal may also be more complex as it can involve . .. 10,0 partial or full demolition of structures. For example, in " , a post flood situation, a house may have sheetrock �• r walls that must be inspected by an expert who . - - �` determines that sheetrock must be removed. After r removal, the debris may be left on the right-of-way in i - "r fa loose piles. These piles will probably present more '. --� • 1 k '( ., "•- difficulty in loading than vegetative debris, or a pile of ,i"'`. ' '» ,.' �'•` wind-blown privacy fence, because the waterlogged ; ;::� , ,ty,,,6' r `• debris may have no structural integrity and will fall into - :,A;�.' ',• pieces when picked up. For this reason, the types of equipment may be different in a flood situation, with `'- wheel loaders and dump trucks more prevalent and Flood debris from 2016 Louisiana Floods 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 experience, Ceres knows that these areas are prone to contamination from sewage, agricultural run-off, mold, and chemicals, they are also prone to rodents. Ceres plans to concentrate heavily on these areas 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 to transfer our debris management sites and equipment staging sites to higher ground using identified alternative transportation routes if necessary. Ceres also has several barges,dredging, and water salvage companies on hand as subcontractors if the need arises. Certification of Maximum Volume Capacity of Hauling Trucks/Trailers Prior to initial use, authorized Ceres personnel and Miami Beach representatives will inspect hauling trucks. Only pre-approved trucks will be received at the 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-9 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 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 —EKES analyses in compliance with the corporate Health and 877-sroenii2 Safety Plan. 111111 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. To ensure effective and efficient execution of all fieldwork, the Placarding a truck. Ceres team, from Site Managers up to the Project Manager, will meet daily. 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 daily. The Site Manager is responsible for management and operation of 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-10 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 with a binder containing all 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 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. L • immediate Electronic The PM will have written authority to sign for the Linkage Capability corporation in matters relating to this project and the • Daily After Action Review City. f O n-C a I I 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 `°`°'005 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-11 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Field Supervisors/Crew Leaders Ceres Site Managers are responsible for ensuring safe and healthy work environments exist during all operational phases. Ceres has managed projects of up to $1 billion in value and has more than 47 of experience in managing large projects with numerous debris crews and subcontractors. 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 • 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. For additional information on Ceres' approach to project management and supervising multiple crews and subcontractors, please refer to Section 3.6. 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 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-12 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 °ti"` f loaded and departs for the dumpsite, the next truck in `� •" line backs up to the loading perimeter. The :- • 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 '1'" 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 location . . within the work perimeter where they can begin loading' ' ``r immediately. • , •. J )' 441"- The front-end loaders will stage the material from the — - • ' 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: • 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 CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-13 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • 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 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 these geographical characteristics and traffic never became an issue because the zone design and DMS locations worked together as intended. All impact sensitive areas, such as waterways, parks,forest land, and reserves will be dealt with in an environmentally appropriate manner. Debris Management Sites (DMS) Ceres will utilize the DMS identified by the City. If 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. For details, please refer to Section 3.5, Debris management Site Operations Plan. This plan also includes reduction by grinding and air curtain incineration. Final Disposition Separated, 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. [EKES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-14 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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. 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 the 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 Documentation report forms, daily crew reports, and various equipment usage reports. Other • The zone, Section number, and street where debris reports are prepared and submitted to removal operations were conducted and/or completed. • The total number of personnel engaged in debris document project activities, progress, and management and position or activity quality control. • Daily and aggregated man-hours Quality Control • Thnnumber of loaders and debris hauling vehicles in operation Daily Contractor Production and Quality • Hours of use of trucks and equipment Control reports will be completed each day • The daily and aggregate volumes of debris, by type, of work and available the following work removed and processed morning to the City. Original reports are • The number, name and location of each debris management site in operation to include numbers and maintained in the Mobile Command types of reduction equipment in use Center and daily reconciliation reports are • Mulching machines in operation generated to verify information reported on • The percent completion of the project load tickets to information reported on • The estimated completion date daily production reports. The Project - Any inspections conducted by federal, state or local government agencies Manager and Project QC Manager will • Any testing performed and/or test results monitor information contained in the Daily • Quality control phases implemented, as applicable Quality Control reports to ensure project • Any corrective actions implemented activities conform to contractual • Any damage to private property caused by contractor requirements and that an acceptable level operations of project quality and workmanship is • Any reports of damage or claims made by citizens to the City. • Other information as may be required to fully and providedcompletely describe the contractor's daily operations Formalized quality control procedures are • re Portsly summary of the information from the daily applied to each project to ensure • A final project summary report to describe all debris documentation procedures are properly management activities conducted and conformance to and fully implemented and to ensure contract specifications • Additional information or reports as necessary to conformance to project specifications. All adequately document the conduct of debris management personnel, including employees, operations. CEREs_ov CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-15 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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. Deployment of ArcGIS/Dropbox System Ceres employs a customized ArcGIS/Dropbox system to assist project management in capturing initial site reconnaissance, develop situational awareness with the City, capture incidents/costs in the field and provide a valuable record to help City construct the administrative record. Field personnel are provided with tablets in the field to file reports through ArcGIS and pull up property data from Dropbox. For example, the Quality Control Form allows Ceres field personnel to document the progress each day on an individual zone.This includes pictures of collection crews work, cleared streets, missed piles and the overall progress of the zone towards completion. Ceres field personnel file various reports including: • Safety Form • Quality Control Report • Zone Progress Report • Zone Punchlist Form • Damage Form Upon submittal of a form through ArcGIS, the form is emailed to the project management staff and auto routed to the appropriate Dropbox folder organized by Zone then Subzone or street. At any time while on in the field, personnel can access the Dropbox to review previous reports or other pertinent information. Simultaneously, planning staff, the Project Manager or designee, can review Damage Claims, Zone Progress Reports and advise the City on zone completion status and offer recommendations on the path through the project. Invoicing Ceres can provide invoices to - the City on a bi-weekly, semi- Month 1 Month 2 Month 3 Month 4 Month 5 monthly, or monthly basis. With each invoice, appropriate Ceres Financial documentation will be er-wee�tyBdto,7 Strength Allows Or Continual Operation '� provided relating to the Beyond so Day services provided during the enonrnry aram9 Working Capital O invoice period. Documentation will meet the City requirements ., ; ;n .�. and the federal requirementsMeet/Exceed q Requirements ni City 41n preference o7 client Requirements Final Report(Detail Description) for funding and reimbursement •Meet/Exceed All Debris ManagementActivlres purposes. Ceres will provide Federal -Total VolumeRequirements -Volume/Type Final Disposal Location technical assistance to the •-Volume/Location City in the completion of "The final report that you submitted. impressed •Total Cost lnvaced to Ceres Client even our FEMA Public Assistance Coordinator" •AdmOonal Information Upon Request claims filed to FEMA or other —Director of Public Works/Ceres Client (Finalized Upon Client Approval) 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 with 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. For our detailed Technical Disaster Recovery Assistance Plan please refer to Section 3.9, Obtaining Maximum FEMA Reimbursement. CERESTab 3 Approach and Methodology „r Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-16 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Program Management Assistance Ceres is experienced and trained to provide all 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. 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. [EKES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-17 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Job Descriptions that require specific training are as follows: PPCIAFC:T Sl1PFRDNTFN[1FNT Trained by the Project Manager: • Safety • Traffic Control Additional training includes:-- r Documentation(Reports) • Personnel Management • Work location • Debris Segregation Hazardous Waste • Contract information • Collection • Identifying household and other • Daily&cumulative hours • Grinding and Hauling Operations Equipment �M hazardous waste __a_� usage • Segregation and handling of - Man-hours materials in accordance with I - Cubic yards collected per 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 Hazardous Waste • Contract information • Debris Segregation • Identifying household and other • Daily&cumulative hours • Collection hazardous waste -- -- - Equipment usage • Grinding and Hauling Operations • Segregation and handling of i - Man-hours _ materials in accordance with - Cubic yards reduced per contract requirements assigned area FOREMAN Trained by the Project Manager or Site Superintendent: I Safety • Traffic Control • Heavy Equipment Operations • Personnel Management • Debris Segregation • Collection • Grinding and Hauling Operations CERES_022 CREW LEADER, TRUCK DRIVER, QPFRATCIR I ARC)RFR 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 J CER S Ct3 CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A. Sections A3-A4) Page 3.1-18 City of Miami Beach RFP No.2023-431-ND Debris Removal and 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 2018 Hurricane Michael response in Southwest Georgia, where Ceres was activated by the U.S. Army Corps of Engineers (USACE). At the mission's peak, Ceres was able to haul 140,000 CYs—3.3% of the total project—in a single day. This was accomplished by utilizing 1,628 hauling vehicles and managing 144 subcontracts. The consistency of this type of significant progress allowed us to finish on schedule with the USACE staff drawdown plan. Ceres loaded, hauled and disposed of a total of 4.2 million cubic yards of debris. Total CY per Week, Thousands 900 i 7951 800 760 752 700 ' 600 in c 500 441 -c O 400 305 300 u 300 1® 236 200 103 1351 129 172 183 161 108 165 147 99 100 24 23 g 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Weeks CONSTRUCTION&DEMOLITION Ems VEGETATIVE MULCH MEI VEGETATIVE/WOODY tGrand Total Ceres Production Curve: Total CY Average per Week Ceres is accomplished in all aspects of the work described in the RFP. Some of those tasks are performed in every project, while other activities are performed only in worst case scenarios.Whether Ceres is tasked with the smallest event or the most catastrophic, Ceres has experience, and no task is too small nor too large. 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 300 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. CERESTab 3 Approach and Methodology v Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-19 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 depending on the City's wishes, which may relate to how quickly residents can bring 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 8.9200/Hauled Total Expected Cubic Yards of Debris: io Days less than 10,000 CY :vy Quantity of Hauling Equipment: Ten awn trucks or less Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour latsa ' Time elapsed from Notice to Proceed to . - complete mobilization: 100% in 24 hours Expected Management and Supervision Staff: 1 project manager, 1 or 2 foremen, 1 ce (b je project accountant + ,r` *�� ,+>> a'' a% ��~ a' +ti a. \ a+ 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-20 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 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 76.330 CY Hauled 71 Days crew would be supervised by a lead man, and all crews would be supervised by a superintendent who would interface with the City field representative. A Debris 1000 Management Site (DMS)will be established, 11" a Ceres site manager will be installed who 1006 will manage the site operations, which would "4' likely include a dozer, an excavator with grapple, a tub grinder or air curtain ,�' , � ." 4.1 4, d' 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 CERESTab 3 Approach and Methodology v, s _ Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-21 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 separation and other material handling 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 death,Ft provided with each crew, including self- 405,200CV Hauled loading knuckleboom trucks and other 114 Days loading and hauling equipment. Bobcat _`1.1 1 1`10 type loaders would likely be used to W.fbOW forward material into larger piles for efficient pickup by self-loading L OCO 0 knuckleboom trucks. Each crew would be supervised by a lead man, and each ▪ on crew would be supervised by a foreman who would report to the Ceres 4 AD 00 superintendent who would interface paw. 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 CE „ ES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-22 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 separation and other material handling 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 667,340CYHauled pickup by knuckleboom self-loading 43Oays trucks. Each crew would be ate, First Pass supervised by a lead man, and each A�1D0 crew would be supervised by a "90i' 40.100 foreman who would report to the r,AR„ Second Pass Ceres superintendent who would ? , interface with the City field Moo —C, representative. A Ceres site manager iaiuo will be installed who will manage the ax TDSR site operations, which would likely include a tub grinder or air `1`�0� tP �6~ a`�‘ t`1�ti 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. 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 CE „ ES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-23 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 assistant foreman, 5 to 8 heavy equipment operators, 2 to 4 flaggers for traffic control, 1 to 5 additional laborers for separation 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- 1,956.055 CY Hauled loading knuckleboom trucks. Each 108oays crew would be supervised by a lead •100110011 man, and each crew would be wi.000,ou supervised by a foreman who would mQbU, _._...__._,___ report to the Ceres superintendent "0.0on , who would interface with the City field WAW 00 N]OUO Oil —c• representative. A Ceres site manager 10,090,00 will be installed who will manage the el.onuuo — — TDSR site operations, which would ie,aioAo , S. ...,.ram likely include a tub grinder or air curtain •nrtooK sowTnoop, unraaoM tinraax 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. 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: up to 1,300,000 Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour ERE Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-24 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 Expected Management and Supervision Staff: General Management personnel: 1 project manager, 1 assistant project manager, 1 project superintendent, 1 assistant project `-- superintendent, 1 FEMA/City liaison, 1 quality control officer, 1 administrator 'al> with 1 clerk, 1 subcontracting officer, 1 Debris Pile with safety and health officer, 1 accountant with 2 clerks and data entryadequate room personnel as required; Expected personnel per (mike 7 for turnaround TDSR Site: 1 TDSR Site Manager, 1 foreman with truck and cell phone, 1 ® 'r r� assistant foreman, 7 or 8 heavy _ f_.4_ku equipment operators, 2 to 4 flaggers for — . . LS vo. —y traffic control, 3 to 5 additional laborers for separation and other material l ° handling _ 4rIrWlirr Quantity of equipment per site: 1 grinder, 2 excavators and/or backhoes with grapples, 1 dozer, 1-wheel loader tii with rake, 1-wheel loader with bucket, 1 I 340•r+dadun Alt lUrlNo Uulert W or + maintenance truck, 1 water truck for fire t 14._;,N 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 separation. 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 separated accordingly. Separation -While vegetative debris is generally the most voluminous debris stream, due to the nature of the storm, material separation is frequently required in order to properly and efficiently process the debris. Collection crews will separate 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 separated 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. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-25 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Final Disposal — Once debris measurement and processing operations are complete, the separated non- grindables will be recycled to the maximum extent possible. Metals and concrete will be baled, crushed, or 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 separation 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, separation, processing, haul out, and site closure. A Ceres project manager would supervise the superintendent and DMS site manager and will supervise site CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-26 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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. Staffing Plan - Removing Large Volumes of Disaster-Generated Debris Throughout our proposal, we have highlighted the experience and capabilities that make us an excellent choice to support City of Miami Beach in the event of a disaster. Ceres Environmental Services, Inc. has 47 years of experience in disaster recovery and employs a professional and managerial staff with exceptional experience in the field. Ceres and its family of companies own 1,804 pieces of equipment. Additionally, we have a database of 3,346 trusted subcontractors to support our disaster relief efforts. The company is financially secure, with a bonding capacity of more than $2 billion per project. Ceres has permanent office locations in Florida, Texas, Louisiana, California, and Minnesota. Ceres has demonstrated the ability to respond to large-scale events and has the resources and experience to handle multiple events in multiple locations without compromising commitment to superior performance and customer satisfaction. For more details on our ability to manage activation of multiple contracts, please see Section 2.2 Experience Managing Multiple Contract Activations. Overarching Strategy Ceres Environmental Services, Inc. has grown from a single company into a diverse family of companies related through common ownership. The companies fulfilled a long-term strategic goal of owner and President David McIntyre—to develop a suite of complementary businesses to support Disaster Response in any large and diverse disaster debris activation(s). Each business unit plays a vital role in the overall company strategy and Ceres can draw on the strength of each company to ensure that the personnel, equipment, and finances required to successfully complete large-scale debris missions is readily available upon activation. This strategy allows Ceres to 1) retain long-term employees between disaster recovery assignments; 2) keep heavy equipment on-hand, at-the-ready and operational; 3) provide financing to ensure we can pay subcontractors promptly and purchase additional equipment necessary to self-perform. Personnel We routinely cross-train employees between companies and/or divisions to ensure they are able to deploy when needed. During the recent storm seasons, Ceres was able to field enough personnel with disaster debris experience by reaching back into the Ceres family of companies, shown below. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-27 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Minnesota Mulch The Ground Ceres Caribe Up Ceres New Zealand Vesta Equity i=. Equipment CTL Forestry Division Management 111111111111114401\ I Disaster Civil Works Response Division Division Unlimited The first deployments to Texas, Florida, and Georgia were Ceres Disaster Response Division personnel, followed by personnel from The Ground Up and Ceres Civil Division to help fill personnel shortages. As stated above, these employees are cross trained to come into disaster recovery positions during surge situations. As additional personnel were needed, Ceres used earthquake-hardened leaders from Christchurch, New Zealand and still more from Ceres Caribe in Puerto Rico. Ceres used sister company Vesta Equity to help raise cash, secure additional project financing, run cash flow analyses, and search for available real estate within local jurisdictions to use as TDSR sites. Following the successful completion of a debris project, these individuals were placed back into their normal day-to-day positions, retaining their debris training for the next disaster response. As an example of the use of cross-trained employees from various affiliated Ceres companies, 1,304 employees from all Ceres affiliated companies participated in the Ceres disaster recovery contracts, including 377 management staff. When an influx of Ceres' personnel is required for disaster operations, Ceres places less experienced individuals under tenured employees as direct reports. Civil Works Division: This business unit focuses on large horizontal construction contracts such as levees, dikes and other flood control works. The Civil Works Division provides bridge revenue between large activations and helps sustain home office overhead, including Human Resources, Accounting, and Maintenance. The Civil Works Division also directly supports the Disaster Response Division during activations with operators, laborers, and project management personnel and equipment. Equipment Division: This business unit provides equipment to the Disaster Response Division, Ceres' Civil Works, and other Ceres business units. The equipment division manages 1,804 pieces of equipment with a replacement value of approximately$96 million.This division employs 33 mechanics, managers, and logistics professionals. The Equipment Division directly supports the Disaster Response Division during activations with equipment, mechanics, and the logistical backing to move equipment over land and water. Ceres New Zealand: This business unit was formed in response to the 2010/11 Christchurch earthquakes and specializes in complex demolitions including cut and crane, high reach, and implosion. This business unit was developed to provide expertise for a large-scale earthquake response in the U.S. Ceres New Zealand directly supports the Disaster Response Division during activations with project management personnel, engineers, and unrivaled demolition expertise. Ceres Caribe: This business unit was formed in 1998 in response to Hurricane Georges and has unique knowledge and relationships for work throughout the Caribbean. Ceres Caribe recently responded (2017- present)to the USACE Blue Roof Mission and the Department of Transportation and Public Works (DTOP) debris project in Puerto Rico. Ceres Caribe directly supports the Disaster Response Division during activations with project management personnel and logistical acumen. CERESTab 3 Approach and Methodology v „t ,, .. Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-28 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Minnesota Mulch: This business unit is a Minneapolis-based green waste recycling company focusing on yard waste disposal, grinding, and mulching operations. Minnesota Mulch provides revenue between large activations and sustains home office overhead, including Human Resources, Accounting, and Maintenance. The business unit shares the 20 grinders, support equipment, operators, managers, and mechanics working day-to-day in Brooklyn Park, MN. In concert with The Ground Up personnel, Minnesota Mulch personnel oversee the operations of all TDSR sites used during an activation—from site construction, site management, reduction, and site remediation/closure. Minnesota Mulch directly supports the Disaster Response Division during activations with grinder operators, debris site managers, and equipment. The Ground Up: This business unit is a Houston-based green waste recycling company focusing on yard waste disposal, grinding, and mulching operations. The Ground Up provides revenue between large activations and sustains home office overhead, including Human Resources, Accounting and Maintenance. Specifically, the business unit shares the 20 grinders, support equipment, operators, managers, and mechanics working day-to-day in Houston, TX. Personnel from The Ground Up and Minnesota Mulch oversee the operations of TDSR sites used during an activation from site construction to site remediation and closure. The Ground Up directly supports the Disaster Response Division during activations with grinder operators, debris site managers, and equipment. Vesta Equity: This business unit was created after Hurricane Katrina to store and provide a return on capital that would later be required for any major event.Vesta is a private equity company focused on short- term loans that can be borrowed against or sold to raise cash. Vesta Equity directly supports the Disaster Response Division during activations with cash and real estate resources to help locate potential TDSR sites. Specifically, Vesta played a lead role in helping the Disaster Recovery Division secure some $85M in the form of lines of credit, equipment loans and intracompany transfers to fund the 2016-2018 storm seasons. CTL Forest Management: This business unit was acquired in 2020 to address the growing need in the Pacific Northwest and Southwest United States for pre-disaster wildfire mitigation and post-wildfire hazard tree removal services.The unit is a Placerville, California based company that provides specialized forestry management services and low-impact environmental restoration services to commercial, private, not-for- profit, municipal, and government organizations. CTL was a Prime Contractor for CalRecycle Camp Fire Hazard Tree Removal Program (DRR19067) in Butte County, CA. TSU/Tree Service Unlimited: Like CTL Forest Management,this company was acquired to support Ceres operations in the West Coast region. TSU is a line clearance certified, disaster recovery, debris management, and hazard tree removal company. For 37 years TSU has successfully performed services for California's largest utilities and municipalities, as well as federal, state, and local entities. Ceres developed the Project Management Playbook and the Debris Management Toolkit — centralized repositories for debris guidance, project forms, safety documents, and internal company protocols — to quickly onboard personnel. Ceres crafted templates and protocols to streamline the permitting of TDSR sites and final disposal sites in Florida. Now, when disaster strikes, Ceres has dedicated disaster professionals and augments with employees cross-trained in disaster debris operations. If the event dictates the onboarding of additional personnel, Ceres has its tenured employees, Project Management Playbook, and the Debris Management Toolkit to lessen the learning curve and provide personnel with immediate access to mission-critical information. Equipment Equipment with its operating personnel may become scarce in a very large event as the subcontractors who have the most efficient equipment quickly sign subcontracts and begin working. In a very large event, there will be remaining unmet demand and equipment will be unavailable to some jurisdictions. Ceres avoids this problem using various tactics, including: 1) Ceres cultivates relationships with our subcontractors so that even when a subcontractor can choose from various opportunities, the subcontractor seeks out work with Ceres. Ceres has a long history with many subcontractors who have been getting relatively steady work over several storm events. These subcontractors know that following a storm Ceres will obtain work; the subcontractors realize that the best way to obtain a share of work in future storms is to be a ERE Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-29 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services reliable subcontractor in the present storm. By being a desirable prime contractor to work for, Ceres attracts a larger share of scarce equipment. 2) Ceres bids jobs properly and has enough revenue on a project so that even if equipment is scarce and more expensive than usual, Ceres will be able to offer enough pay to subcontractors so that they work on the Ceres project. Some subcontractors submit"lowball" prices and win awards but then find themselves unable to hire subcontractors based on that pricing schedule. Clients of these low-priced subcontractors are more likely to find themselves without sufficient equipment. 3) Ceres is strong financially and can more easily absorb higher costs than weaker prime contractors. Our financial strength allows us to pay higher prices to subcontractors if it is necessary to do so to obtain the necessary equipment. 4) Ceres has relationships with subcontractors across the country and can offer mobilization payments to attract subcontractors who are further distant to the event, resulting in additional equipment becoming available. 5) Ceres has developed expertise in attracting new, mostly local, entrants into the disaster debris business. These new entrants frequently use lower-cost, less-efficient equipment such as pickup trucks with small dump trailers, but they can add to the daily hauling capacity on a project. 6) Ceres will open additional Debris Management Sites (DMSs), so that the equipment that is on site can make more round trips per day. In this manner daily production can increase as if there was more equipment on site, although what actually happens is that the existing equipment becomes more efficient. Ceres' recent ACI project in SW Georgia used this method to good success. Ceres opened multiple TDSRS per County to keep haul distances short and production high. Both new entrants and the existing haulers mobilized in support for the USAGE debris mission. At the mission's peak, Ceres hauled 140,000 CYs in a single day, or 3.3% of the total project. 7) Finally, Ceres owns 1,804 pieces of equipment, including 58 excavators, 68 loaders, 19 dozers, 20 grinders, 16 self-loading knuckle boom trucks with pup trailers, 8 lowboys, and 10 air curtain incinerators. The 8 lowboys and the network of equipment transports available to Ceres is vital to moving assets around the country or to simply retrieve assets from rental companies regardless of origination point. This is a critical point of differentiation from the rest of the industry. Unavailability of Disposal Sites The unavailability of disposal sites can be mitigated by: • distributing public information to divert waste from the debris steam to increase proper debris separation; • thorough choice of reduction method; and • thorough alternative uses for reduced material. Diverting Waste from the Debris Stream and Proper Debris Separation Ceres works with clients before a disaster to actively divert waste from the debris stream and to encourage proper separation of debris at curbside. Each client and Ceres project manager receives the Debris Management Toolkit containing public information on such topics as preparing your home before the storm; brief videos on how to properly segregate curbside debris;separation diagrams,and radio advisories.Ceres encourages clients to release public information regarding proper separation of debris at curbside. It is easier to communicate with a population that hasn't yet evacuated then to communicate with a displaced population. Reduction Methods The choice of reduction method — grinding, air curtain incineration and open burn —can help alleviate the need to dispose of large quantities of disaster debris. • Grinding produces a reduction ratio of between 3:1 to 5:1. • Air curtain incineration produces a reduction ratio of between 20:1 to 25:1. During our recent Beaufort County, SC, response, Ceres land-applied the resulting ash as a lime substitute on farmland through the County. This again helped reduce the tipping fees to the County, the State of South Carolina, and the federal government. Ceres maintains relationships with various state agricultural departments and extension offices to help identify farmers that may like the ash amendment and to determine the appropriate application rates. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-30 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services • Open burn produces a reduction ratio of 10:1 to 15:1. While the most cost-effective reduction method, open burn may not be suitable for urban and suburban areas and does carry negative environmental connotations from the heavy smoke; however, most recently in Taylor County following Hurricane Hermine, Ceres did open burn in a rural area and land-applied the resulting ash. During the USACE Georgia mission, Ceres realized a reduction ratio of 3.2:1 and disposed of over 1,000,000 cubic yards of mulch. Ceres disposed of material co-gen facilities, pecan farms and parks, and no mulch was deposited in a landfill. Surge Requirements The quantities of equipment and personnel required for a project may rapidly increase for a variety of reasons, and it is necessary that the Ceres is capable of a timely response. Ceres possesses the four key components to successfully respond to major surge requirements,which are: 1) the management structure that can expand with increased requirements; 2) the management personnel who can provide the required additional supervision of activities; 3) the production personnel and equipment who can physically perform the increased work; and 4) the financing to keep payments flowing to subcontractors and vendors. The Ceres management structure is built considering the basic crew level of a zone manager supervising several trucks, drivers and loading equipment. The sector manager in turn supervises the zone managers. If an area is denser than originally believed, additional zone managers may be required as the zones are split into subzones. If the sector manager becomes stretched due to an increased number of zone managers, an assistant sector manager will be brought in to provide additional supervision. Likewise, if an area becomes overloaded with the new subzones and additional crews, or if the overall territory is expanded, an additional area manager can be brought in. Depending on the situation, the area can be divided, or an additional area can be appended to the original area's map. Additional trucks, drivers, and operators will be required. Generally, the quantity of debris will adequately support the needed quantity of equipment and the density of the debris is part of the surge. This quantity and density of debris will usually provide an economic incentive to the subcontractors who specialize in disaster recovery. However, when it does not, Ceres will take steps to make sure that the subcontractors will come on to the project—often this means offering financial incentives such a mobilization payment or a performance bonus. Ceres can take these steps because we value our reputation for reliability above the financial performance of any specific project.Additionally, Ceres considers these possibilities when bidding on a project—we plan for multiple contingencies. Ceres has extensive subcontractor resources. Our history of reliably paying subcontractors and our decades of providing opportunities for subcontractors give us a large supply of subcontractors who desire to work for Ceres. This results in Ceres ability to attract and retain subcontractors even when multiple options exist for the subs. Finally, our affiliated company Vesta Equity assists in providing financing, so that if a surge requires rapid availability of additional funds, Ceres is prepared to obtain such resources. CERES Tab 3 Approach and Methodology Section 1 Required Scope of Service Plans(Appendix A, Sections A3-A4) Page 3.1-31 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 3.2 Ceres Owned Equipment Ceres Environmental Services, Inc. and its family of companies own 1,804 pieces of equipment. Substantially more additional equipment is available through our subcontractors. In our 2005 response for the USACE on Hurricane Katrina, Ceres provided more than 7,847 certified placarded vehicles and supporting loading equipment for an 11-parish region in Louisiana. Ceres-owned equipment augments our subcontractors' equipment and provides additional flexibility, direct management control, and higher levels of customer responsiveness and satisfaction. Company equipment and personnel allow Ceres to respond to a disaster regardless of the immediate availability of subcontractors. Because of its extensive company-owned fleet, Ceres can send equipment and personnel to respond to a disaster regardless of the availability of subcontractors. Following the 2017 storm season, Ceres purchased additional equipment, including self-loading knuckle boom trucks, additional grinders, excavators, and other support equipment. This allowed Ceres to continue to operate projects in the U.S. Virgin Islands and Puerto Rico and respond to Hurricane Florence and Hurricane Michael in 2018. Much like recovery projects in 2016 and 2017, a large C&D event and a vegetative event occurred in 2018 in North and South Carolina. Subcontracted trucks left many projects in North Carolina, and other primes struggled to close out. Ceres applied the strategy used in 2017 and buoyed by the purchase of additional equipment. Ceres self-performed the closeout of many North Carolina and South Carolina projects. Ceres employs support personnel to maintain equipment. Support personnel include (but are not limited to) mechanic helpers, master mechanics, asset/logistics managers and clerical support. Our field support personnel are supplied with mobile service vehicles and parts storage containers that can be strategically located to maximize our effectiveness. In order to keep our fleet in the field we maintain operational records on all equipment. Those records are part of an automated preventative maintenance system that includes service records, repair history, spare parts inventory, technical manuals and electronic document capture. Category Owned Description Light Truck 118 Pickup Trucks,%&%Ton Size Service Truck 23 Mechanic&Oiler Trucks Self-Loader Truck 16 Straight Trucks with Grapple Loader Bucket Truck 27 Arbor Truck with Boom Straight Truck 48 Flatbed, Dump&Roll Off Trucks Sweeper Units 8 Open brush and Sweeper Vac units Semi-Tractor 52 Tandem&Tri Axle Tractors Utility Trailer 77 Car Hauler&Service Trailers Dump Trailer 56 Dump Trailers Walking Floor Trailer 15 48'Self Unloading Debris Trailers Tag Trailer 14 40K#Tag Along Trailer for Self-Loader Support Lowboy Trailer 10 Heavy Equipment Hauler Trailers Debris Container 40 Assorted Roll Off Containers ISO Storage Container 92 Portable Shipping/Storage Containers Inspection Tower 6 Portable Traffic Inspection Tower Portable Office 8 Portable Self-Contained Office Portable Berthing(RN) 24 Assorted berthing to house and sleep crew Wheel Loader 28 Assorted Wheel Loaders with Bucket and/or Grapple Backhoe Loader 1 Wheel Backhoe Loaders Skid steer Loader 28 Assorted Wheel or Track Skid steer Loaders Swinger Loader 3 Swinger Loader with Bucket and/or Grapple Telehandler 9 Assorted Sized with Forks,Grapple and Bucket Hydraulic Excavator,Tracked 54 Assorted Tracked Excavators with Bucket and/or Grapple Hydraulic Excavator,Wheel 2 Wheeled Excavator with Grapple, Breaker,and Buckets Hydraulic Amphibious Excavator 2 Pontoon Flotation Excavator with 50'Reach CEAES Tcti 3 Approacher and Metd Eqodology uipment Section 2 Ceres Owned Equipment ENYiPON Page 3.2-1 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Category Owned Description Hydraulic Demolition Excavator 3 High Reach Demolition Units Tracked Dozer 19 Assorted Dozers Straight Blade or 6 Way Blade Self-Propelled Sweeper 10 Wet/Dry Sweeper,4 Truck Mounted Vacuum System Tub Grinder 7 Assorted Sized Tub Grinder for Vegetative Reduction Horizontal Grinder 11 6 Track Mounted and 5 Trailer Mounted Grinder Brush Chipper 60 Assorted Sized Pull Behind Chipper for Vegetative Reduction Tree Chipper 10 6 Track Mounted and 2 On Road Wheeled Self-Loading Chipper Crusher,Jaw Style 1 Track mounted crusher unit Portable Screening Machine 7 Assorted Screening Units for Soils and Aggregates,2 on Tracks Portable Material Density Separator 1 Water bath Unit for Separating Materials Light Plant 11 Assorted Lamp Light Plants,2 with 20KW Generator Air Curtain 10 9 Portable Air Curtain Trench Burner and 1 Fire Box Incinerator Water Pump 26 Portable Water Pumps Sizing from 3"—12" Generator Set 30 Assorted Generators Sizing from 6KW to 240KWmw Assorted Attachments 441 Buckets, Grapples,Blades, Shears etc....for equipment support Marine Skimmer Vessel 5 Work Vessel Outfitted for Harbor Cleaning of Debris and Contaminants Marine Cleaning Equipment 1 Self-powered Beach Cleaner Forestry Tree Handler 10 Track Mounted and On-Road Wheeled Long Reach Tree Handler 42'to 75'Reach Forestry Forwarders,Harvesters, 19 Forwarders,Harvesters, Skidders,Tracked Masticator and Log Loaders Skidders, Masticator,Log Loaders Miscellaneous 361 Tools,etc. A detailed list of equipment is included on the following pages. C ERE5 Tab 3 Approach and Methodology Section 2 Ceres Owned Equipment ,4 ENTAL Page 3.2-2 Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2019 ACURA MDX ACURA MDX 2019 SUV AWD,WHITE CES 518YD4H56KL014714 5J8YD4H56KL014714 Passanger Class 1 2021 GMC SIERRA 1500 GMC SIERRA 1500 2021 TRUCK,PICKUP 4WD CES 3GTP9EELXMG417731 3GTP9EELXMG417731 Truck Light Class 2 2022 TOYOTA TUNDRA TOYOTA TUNDRA 2022 TRUCK,PICKUP,4WD PLATINUM,wind chill pearl CES 5TFNA5EC4NX004506 STFNA5EC4NX004506 Truck Light Class 2 2019 NISSAN VERSA NISSAN VERSA 2019 PASSENGER CAR CES 3N1CN7AP1KL844981 3N1CN7AP1KL844981 Passanger Class 1 2019 NISSAN VERSA NISSAN VERSA 2019 PASSENGER CAR CES 3N1CN7AP5KL857975 3N1CN7AP5KL857975 Passanger Class 1 2019 — NISSAN VERSA NISSAN VERSA 2019 PASSENGER CAR CES 3N1CN7AP8KL861745 3N1CN7AP8KL861745 Passanger Class 1 2009 CHEVROLET HHR CHEVROLET HHR 2009 SUV FWD,MAROON CES 3GNCA238495502848 3GNCA238495502848 Passanger Class 1 _ 2007 FORD F150 LARIAT FORD F150 LARIAT 2007 TRUCK,PICKUP 4WD 1/2 TON CES 1FTPX14V57NA74453 1FTPX14V57NA74453 Truck Light Class 2 2003 CHEVROLET 1500 SILVERADO CHEVROLET 1500 SILVERADO 2003 TRUCK,PICKUP 4WD 1500 HD 4DR CES 1GCGK13U73F191303 1GCGK13U73F191303 Truck Light Class 2 2018 CHEVROLET SILVERADO 1500 LT CHEVROLET SILVERADO 1500 LT 2018 TRUCK,PICKUP 4WD CREW CAB CES 3GCUKRECSJG419770 3GCUKREC51G419770 Truck Light Class 2 — 2012 FORD F150 XLT CREW CAB FORD F150 XLT CREW CAB 2012 TRUCK,PICKUP 4WD CREW CAB CES 1FTFW1EF1CKE22024 1FTFW1EF1CKE22024 Truck Light Class 2 2005 CHEVROLET EXPRESS 3500 CHEVROLET EXPRESS 3500 2005 VAN,12 PASSENGER GAS CES 1GAHG39U751194378 1GAHG39U751194378 Passanger Class 1 2019 GMC SIERRA 2500 GMC SIERRA 2500 2019 TRUCK,PICKUP 4WD CES 1GT12PEYOKF139518 1GT12PEYOKF139518 Truck Light Class 2 2010 CHEVROLET 2500HD SILVERADO CHEVROLET 2SOOHD SILVERADO 2010 TRUCK,PICKUP 4WD EXT GAS CES 1GC4KXBG7AF138020 1GC4KXBG7AF138020 Truck Light Class 2 2011 CHEVROLET 2500HD SILVERADO CHEVROLET 2500HD SILVERADO 2011 TRUCK,PICKUP 4WD EXT DIESEL CES 1GC2KXC89BZ251613 1GC2KXC89BZ251613 Truck Light Class 2 2004 CHEVROLET 2500HD SILVERADO CHEVROLET 2500HD SILVERADO 2004 TRUCK,PICKUP 4WD EXT DIESEL CES 1GCHK29234E258650 1GCHK29234E258650 Truck Light Class 2 2010 FORD F150 XLT SUPERCAB FORD F150 XLT SUPERCAB 2010 TRUCK,PICKUP 4WD W/TOPPER CES 1FTEX1E80AFB05920 1FTEX1E80AFB05920 Truck Light Class 2 2004 FORD F150 XLT SUPERCAB FORD F150 XLT SUPERCAB 2004 TRUCK,PICKUP 4WD CES 1FTPW14504KA01667 1FTPW14504KA01667 Truck Light Class 2 2005 GMC SIERRA 1500 GMC SIERRA 1500 2005 TRUCK,PICKUP 4WD CES 2GTEK198151258761 2GTEK198151258761 Truck Light Class 2 2010 FORD 'F350 FORD F350 2010 TRUCK,PICKUP 4WD DIESEL 6.4L CES 1FTWX3BR7AEA50188 1FTWX3BR7AEA50188 Truck Medium Class 3 2010 FORD F250 XLT FORD F250 XLT 2010 TRUCK,PICKUP 4WD DIESEL 6.4L CES 1FTSW2BRXAEA86274 1FTSW2BRXAEA86274 Truck Light Class 2 2007 FORD F250 XL FORD F250 XL 2007 TRUCK,PICKUP 4WD GAS 5.4 CES 1FTSX21557EB43999 1FTSX21557EB43999 Truck Light Class 2 _ 2019 GMC SIERRA 2500 GMC SIERRA 2500 2019 TRUCK,PICKUP 4WD CES 1GT12NEY7KF178093 1GT12NEY7KF178093 Truck Light Class 2 2019 GMC SIERRA 2500HD SLT GMC SIERRA 2500HD SLT 2019 TRUCK,PICKUP 4WD CES 1GT12REYOKF178296 1GT12REYOKF178296 Truck Light Class 2 2007 FORD F150 XLT CREW CAB FORD F150 XLT CREW CAB 2007 TRUCK,PICKUP 2WD 1/2 TON TGU SALES CES 1FTPW12V27KC01120 1FTPW12V27KC01120 Truck Light Class 2 2008 FORD EXPLORER XLT FORD EXPLORER XLT 2008 SUV 2WD TGU SALES CES 1FMEU63E68UA89948 1FMEU63E68UA89948 Passanger Class 1 _ 2006 FORD F250 LARIAT FORD F250 LARIAT 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P96EA80373 1FT5X21P96EA80373 Truck Light Class 2 _ 2010 FORD ESCAPE XLT FORD ESCAPE XLT 2010 SUV 4WD-GRAY w/MN Mulch Wrap CES 1FMCU9D73AKDO7516 1FMCU9D73AKD07516 Passanger Class 1 2012 FORD ESCAPE XLT FORD ESCAPE XLT 2012 SUV 4WD-BLACK SPORT CES 1FMCU9D75CKB77712 1FMCU9D75CKB77712 Passanger Class 1 2007 CHEVROLET 3500 CHEVROLET 3500 2007 TRUCK,SANDER 4WD DUAL REAR FLATBED CES 1G8JK34D77E157961 1GBJK34D77E157961 Truck Light Class 2 — 2005 � FORD FSSO FORD F550 2005 TRUCK,DUMP 4X4 DSL 6.0 5YD CES 1FDAF57P35EC20869 1FDAF57P35EC20869 Truck Medium Class 5 _ 2005 FORD F550 FORD F550 2005 TRUCK,DUMP 4X4 DSL 6.0 CES 1FDAX57P05ED08100 1FDAX57POSED08100 Truck Medium Class 5 2020 — AL MV607 INTERNATIONAL MV607 2020 TRUCK,DUMP SINGLE AXLE 6 YD CES 3HAEUMML5LL868830 3HAEUMML5LL868S30 Truck Medium Class 6 2013 CHEVROLET 3500 CHEVROLET 3500 2013 TRUCK,SANDER,4WD DUAL REAR FLATBED CES 1GB3K0C84DF175822 1GB3K0C84DF175822 Truck Light Class 2 — 2005 FORD F350 FORD F350 2005 TRUCK,SANDER,DIESEL 4X4 CES 1FTWF31PX5EA35631 1FTWF31PX5EA35631 Truck Medium Class 3 ' 2009 r FORD F550 FORD F550 2009 TRUCK,SERVICE 4X2 DSL 6.4 CES 1FDAF56R39EA24181 1FDAF56R39EA24181 Truck Medium Class 5 2011 FORD F350 FORD F350 2011 TRUCK,FLATBED SANDER,DUALLY 4X4 CES 1FTRF3D64BEC37909 1FTRF3D64BEC37909 Truck Medium Class 3 2007 CHEVROLET 3500 CHEVROLET 3500 2007 TRUCK,SERVICE CES 1GBJC34D97E146392 1GBJC34D97E146392 Truck Medium Class 3 2013 CHEVROLET 3500 CHEVROLET 3500 2013 TRUCK,SERVICE CES 1GB3K0C80DF182959 1GB3K0C80DF182959 Truck Medium Class 3 2008 CHEVROLET 2500 HD CHEVROLET 2500 HD 2008 TRUCK,PICKUP 4WD EXT DIESEL CES 1GCHC29668E163585 1GCHC29668E163585 Truck Light Class 2 2009 CHEVROLET 3500 CHEVROLET 3500 2009 TRUCK,SERVICE CES 1GBJK89609E100818 1GBJK89609E100818 Truck Medium Class 3 2014 CHEVROLET SILVERADO 2500HD !CHEVROLET SILVERADO 2500HD 2014 TRUCK,PICKUP 4WD,3/4 Ton CES 1GC1KVC83EF127343 1GC1KVC83EF127343 Truck Light Class 2 2015 FORD F250 XLT FORD F250 XLT 2015 TRUCK,FLADBED 4WD GAS CES 1FTBF2B68FEC24360 1FTBF2B68FEC24360 Truck Light Class 2 2008 CHEVROLET C5500 CHEVROLET C5500 2008 TRUCK,MECHANIC,4X4 CREW CAB CES 1GBE5E3998F412400 1GBE5E3998F412400 Truck Medium Class 3 1989 FORD F450 FORD F450 1989 TRUCK,SERVICE W/CRANE CES 2FDLF47M3KCA73513 2FDLF47M3KCA73513 Truck Medium Class 3 2000 KENWORTH T300 KENWORTH T300 2000 TRUCK,LUBE CES 1NKMLD9X2YS842627 1NKMLD9X2Y5842627 Truck Medium Class 6 2003 FORD F650 FORD F650 2003 TRUCK,MECHANIC W/CRANE CES 3FDNF65H03M802384 3FDNF65H03MB02384 Truck Medium Class 6 2008 FORD F750 SD FORD F750 SD 2008 TRUCK,MECHANIC CES 3FRWF75F88V675440 3FRWF75F88V675440 Truck Heavy Class 8 2022 FORD F550 SC 4x4 FORD F550 SC 4x4 2022 TRUCK,MECHANIC 6.7L CES 1FDOX5HT8NEC38336 1FDOX5HT8NEC38336 Truck Medium Class 5 Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2005 FORD F550 FORD F550 2005 TRUCK,SERVICE 4X4 DSL 6.0 CES 1FDAX57P25ED08101 1FDAX57P25E008101 Truck Medium Class 5 2005 FORD F550 FORD F550 2005 TRUCK,DUMP BODY 4X4 DSL 6.0 CES 1FDAX57P45ED08102 1FDAX57P45ED08102 Truck Medium Class 5 1998 FORD F150 FORD F150 1998 TRUCK,PICKUP,NO LICENSE W/FUEL CELL CES 1FTRF1762WNA79995 1FTRF1762WNA79995 Truck Light Class 2 2004 CHEVROLET 3500 CHEVROLET 3500 2004 TRUCK,SERVICE CES 1GBJC34234E277733 1GBJC34234E277733 Truck Medium Class 3 2000 GMC K 1500 GMC K 1500 2000 TRUCK,PICKUP WHITE CES 1GTEC19T2YZ364248 1GTEC19T2YZ364248 Truck Light Class 2 _ 2006 FORD F250 XL FORD F250 XL 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P66EA12029 1FTSX21P66EA12029 Truck Light Class 2 2006 FORD F250 XLT FORD F250 XLT 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P86EA93289 1FTSX21P86EA93289 Truck Light Class 2 — 2006 FORD F250 XL FORD F250 XL 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P76EA46223 I1FTSX21P76EA46223 Truck Light Class 2 2006 FORD F250 FORD F250 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P26EB08594 -1FTSX21P26EB08594 Truck Light Class 2 2010 CHEVROLET SILVERADO 2500HD CHEVROLET SILVERADO 2500HD 2010 TRUCK,PICKUP 4WD GAS CES 1GC5KVBG9AZ222654 1GC5KVBG9AZ222654 Truck Light Class 2 2014 FORD F250 XL FORD F250 XL 2014 TRUCK,PICKUP 4WD DSL 6.0 CES 1FT7X2BT1EEA96227 1FT7X2BT1EEA96227 Truck Light Class 2 2013 CHEVROLET 2500 CHEVROLET 2500 2013 TRUCK,PICKUP 4WD GAS CES 1GT22ZCGODZ241073 1GT22ZCGODZ241073 .Truck Light Class 2 2006 FORD F250 FORD F250 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P46EB21069 1FTSX21P46EB21069 Truck Light Class 2 2006 FORD F250 FORD F250 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P36EA23263 1FTSX21P36EA23263 Truck Light Class 2 2006 FORD F250 FORD F250 2006 TRUCK,PICKUP 4WD DSL 6.0 CES 1FTSX21P96EA23560 1FTSX21P96EA23560 Truck Light Class 2 2008 FORD F350 SUPERDUTY FORD F350 SUPERDUTY 2008 TRUCK,PICKUP 4WD DSL 6.4 CES 1FTWW31R58EB78492 1FTWW31R58EB78492 Truck Medium Class 3 2015 STAR 4900 WESTERN STAR 4900 2015 TRACTOR,SEMI DAY CAB CES SKJJALBGXFPGN3650 ISKJJALBGXFPGN3650 Truck Heavy Class 8 2000 STERLING LT 9500 ISM STERLING LT 9500 ISM 2000 TRUCK,FLATBED CES 2FZXKMCB9YAB61353 2FZXKMCB9YAB61353 Truck Heavy Class 8 1994 FORD LTLA 9000 FORD LTLA 9000 1994 TRACTOR,SEMI CES 1FDYA9SXXRVA12243 1FDYA95XXRVA12243 Truck Heavy Class 8 1999 STERLING LT 9500 STERLING LT 9500 1999 TRUCK,ROLLOFF CES 2FZXKMDBXXAA33409 2FZXKMDBXXAA33409 Truck Heavy Class 8 2003 STERLING LT 9500 STERLING LT 9500 2003 TRUCK,STRAIGHT 24'TILT BED CES 2FZHAZAS83AL89387 2FZHAZASS3AL89387 Truck Heavy Class 8 2006 AL 59001 SEA 6X4 INTERNATIONAL 59001 SFA 6X4 2006 TRACTOR SEMI,LOWBOY CES 1HSXRAPR061315907 1HSXRAPR06J315907 Truck Heavy Class 8 2019 _ AL 7400 INTERNATIONAL 7400 2019 TRUCK,DUMP 14 YD BOX CES 3HAWGTAT2KL095565 3HAWGTAT2KL095565 Truck Medium Class 6 2019 PETERBILT 389 PETERBILT 389 2019 TRACTOR SEMI,LOWBOY CES 1XPXP4EX8KD611105 1XPXP4EX8KD611105 Truck Heavy Class 8 2020 PETERBILT 389 PETERBILT 389 2020 TRACTOR SEMI,LOWBOY CES 1XPXP4EX2LD648362 1XPXP4EX2LD648362 Truck Heavy Class 8 _ 2007 AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB CES 2HSCNAPR77C456189 2HSCNAPR77C456189 Truck Heavy Class 8 2007 _ AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB CES 2HSCNAPR57C456188 2HSCNAPR57C456188 Truck Heavy Class 8 ~ 2006 AL 8600 INTERNATIONAL 8600 2006 TRACTOR SEMI DAY CAB CES 1HSHXSBR16J297649 1HSHXSBR161297649 Truck Heavy Class 8 2007 AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB CES 2HSCNSCR67C465476 2HSCNSCR67C465476 Truck Heavy Class 8 2018 AL 7400 'INTERNATIONAL 7400 2018 TRUCK,DUMP 14 YD BOX CES 3HAWGTATOJL610299 3HAWGTATOJL610299 Truck Medium Class 6 . 2018 STAR 4700 WESTERN STAR 4700 2018 TRUCK,KNUCKLEBOOM 55 YD3 CES SKKHAXDV4JPJP0075 SKKHAXDV4JPJP0075 Truck Heavy Class 8 2018 STAR 4700 WESTERN STAR 4700 2018 TRUCK,KNUCKLEBOOM 55 YD3 CES SKKHAXDV6JPJP0076 5KKHAXDV6JPJP0076 Truck Heavy Class B 2018 STAR 4700 WESTERN STAR 4700 2018 TRUCK,KNUCKLEBOOM 55 YD3 CES SKKHAXDV8JPJP0077 SKKHAXDV81PJP0077 Truck Heavy Class 8 2018 STAR 4700 WESTERN STAR 4700 2018 TRUCK,KNUCKLEBOOM 55 YD3 CES 5KKHAXDVXJPJP007S SKKHAXDVXJPJP0078 Truck Heavy Class 8 2017 AL PROSTAR INTERNATIONAL PROSTAR 2017 TRACTOR SEMI W/WET KIT AUTO TRANS CES 3HSDJAPR5HN743885 3H5DJAPR5HN743885 Truck Heavy Class 8 2017 I AL PROSTAR INTERNATIONAL PROSTAR 2017 TRACTOR SEMI W/WET KIT AUTO TRANS CES 3HSDJAPROHN743888 3HSDJAPROHN743888 Truck Heavy Class 8 2018 FREIGHTLINER 114SD FREIGHTLINER 114SD 2018 TRUCK,KNUCKLEBOOM 55 YD3 CES 3ALMG3DV6JDJW1583 3ALMG3DV6JDJW1583 Truck Heavy Class 8 _ 2020 FREIGHTLINER 114SD FREIGHTLINER 114SD 2020 TRUCK,KNUCKLEBOOM 63 YD3 CES 3ALHG3DV2LDMG6594 3ALHG3DV2LDMG6594 Truck Heavy Class 8 2021 PETERBILT i5675B PETERBILT 567SB 2021 TRUCK,SELF-LOADER CES 1NPCL40X0MD766326 1NPCL40XOMD766326 Truck Heavy Class 8 1991 FREIGHTLINER IFLD12064ST FREIGHTLINER FLD12064ST 1991 TRACTOR,SEMI CES 1FUYDXYB6MP506508 1FUYDXYB6MP506508 Truck Heavy Class 8 1988 FREIGHTLINER 3-5TN FREIGHTLINER 3-5TN 1988 TRACTOR,SANDER CES 1FUYYSYBOJH320041 1FUYYSYBOJH320041 Truck Light Class 2 2006 • AL 7600 INTERNATIONAL 7600 2006 TRUCK,KNUCKLE BOOM CES 1HTWYAHT96J220623 1HTWYAHT961220623 Truck Heavy Class 8 2006 AL 7600 INTERNATIONAL 7600 2006 TRUCK,KNUCKLE BOOM CES 1HTWYAHT06J220624 1HTWYAHT06J220624 Truck Heavy Class 8 2006 AL 7600 INTERNATIONAL 7600 2006 TRUCK,KNUCKLE BOOM CES 1HTWYAHT26J220625 1HTWYAHT26J220625 Truck Heavy Class 8 2006 AL 7600 INTERNATIONAL 7600 2006 TRUCK,KNUCKLE BOOM CES 1HTWYAHT46J220626 1HTWYAHT46J220626 Truck Heavy Class 8 2006 AL 7600 INTERNATIONAL 7600 2006 TRUCK,KNUCKLE BOOM CES 1HTWYAHT36J340241 _ 1HTWYAHT36J340241 Truck Heavy Class 8 2006 AL 7600 INTERNATIONAL 7600 2006 TRUCK,KNUCKLE BOOM CES 1HTWYAHT16J340240 1HTWYAHT161340240 Truck Heavy Class 8 2006 AL 17600 INTERNATIONAL 7600 2006 TRUCK,KNUCKLE BOOM CES 1HTWYAHT56J340239 1HTWYAHT561340239 Truck Heavy Class 8 Detailed Equipment List ModelYr Make Model Description Vin-SIN Equipment Type _ 1958 FORD F-600 FORD F-600 1958 FIRE TRUCK CES F64D8P17302 F64D8P17302 Truck Medium Class 6 2005 _ AL 4300 INTERNATIONAL 4300 2005 TRUCK,BUCKET CES 1HTMMAAN35H155059 1HTMMAAN35H155059 Truck Medium Class 6 2009 _ AL 4300 INTERNATIONAL 4300 2009 TRUCK,TYMCO 600 VAC CES 1HTJTSKN59H155760 1HTJTSKN59H155760 Truck Medium Class 5 DEERE 4045-F280 DEERE 4045-F280 MOTOR,PONY CES PE4045L261647 PE4045L261647 Misc. _ 2008 _ AL 4300 INTERNATIONAL 4300 2008 TRUCK,TYMCO 600 VAC CES 1HTJTSKN18J695730 1HTJTSKN181695730 Truck Medium Class 5 _ DEERE 4045-F280 DEERE 4045-F280 MOTOR,PONY CES PE404SL032645 PE404SL032645 Misc. 2003 AL 4200 INTERNATIONAL 4200 2003 TRUCK TYMCO 600 SWEEP/VAC CES 1HTMPAFN03H591932 1HTMPAFNO3H591932 Truck Medium Class 5 DEERE 4045 DEERE 4045 MOTOR,PONY CES Misc. 2002 AL 4700 INTERNATIONAL 4700 2002 TRUCK TYMCO 600 SWEEP/VAC CES 1HTSCABN82H518637 1HTSCABN82H518637 Truck Medium Class 5 DEERE 4045D DEERE 4045D MOTOR,PONY CES PE4045D123544 PE4045D123544 Misc. 2007 AL 7600 INTERNATIONAL 7600 2007 TRUCK HYDRO EXCAVATOR CES 1HTWYSBT77J396652 1HTWYSBT771396652 Truck Heavy Class 8 2007 AL 4300 INTERNATIONAL 4300 2007 TRUCK WATER 2000 GALLON CES 1HTMMAAN77H392740 1HTMMAAN77H392740 Truck Medium Class 6 1996 FORD L8000 FORD L8000 1996 TRUCK WATER 4000 GALLON CES 1FDZU82E1TVA17041 1FDZU82E1TVA17041 Truck Heavy Class 7 i 1986 KENWORTH TRAC KENWORTH TRAC 1986 TRUCK WATER CES 2XKWD29XX6M915871 2XKWD29XX6M915871 Truck Medium Class 6 _ 2005 _ STERLING LTS500 STERLING LT8500 2005 TRUCK,WATER 2200 Gallon CES 2FWBAVDC35AN34757 2FWBAVDC35AN34757 Truck Heavy Class 8 2017 PETERBILT 579 PETERBILT 579 2017 TRUCK,ROLLOFF CES 1XPBDP9X9HD410384 1XPBDP9X9HD410384 Truck Heavy Class 8 T 2007 T AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCNSBR17C433407 2HSCNSBR17C433407 _ Truck Heavy Class 8 _ 2007 AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCNSBR77C491523 2HSCNSBR77C491523 Truck Heavy Class 8 _ 2007 AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCNSBR97C491524 2HSCNSBR97C491524 ,Truck Heavy Class 8 - _ 2007 AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCNSBR27C491526 2HSCNSBR27C491526 Truck Heavy Class 8 _ 2007 _ AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB CES 2HSCNSBRO7C465152 '2HSCNSBRO7C465152 Truck Heavy Class 8 _ 2007 AL 94001 SBA 6X4 INTERNATIONAL 94001 SBA 6X4 2007 TRACTOR SEMI DAY CAB CES ZHSCNSBR77C465150 ,2HSCNSBR77C465150 Truck Heavy Class 8 _ 1998 VOLVO A25C VOLVO A25C 1998 TRUCK OFF ROAD CES 5350V70195 5350V70195 Equipment _ 2001_ CATERPILLAR 725 CATERPILLAR 725 2001 TRUCK OFF ROAD CES AFX00110 AFX00110 Equipment _ _ 2001 CATERPILLAR 725 CATERPILLAR 725 2001 TRUCK OFF ROAD CES AFX00111 AFX00111 Equipment 1988 OSHKOSH M977 OSHKOSHM9771988 TRUCK HEMTT8X8 CES 10T2K1J20J1035539 10T2K1120J1035539 Equipment 1990 BMY M923A2 BMY M923A2 1990 TRUCK 6X CES 1001AA427 1001AA427 Equipment 1991 BMY M931A2 BMY M931A2 1991 TRUCK 6X CES 3103859 3103859 Equipment _ 1992 BMY M923A2 BMY M923A2 1992 TRUCK 6X CES 23/07941 23/07941 Equipment _ 2016 BMY M923A2 BMY M923A2 2016 TRUCK 6X-LUBE TRUCK CES 23/02434 23/02434 Equipment 2011 TRAILER TOPHAT TRAILER 2011 TRAILER 7 X 16 12K GVW CE54R7BU1623BT109228 4R7BU1623BT109228 Trailer Light _ 2011 ERCOA 29 BTB ERCOA 29 BTB 2011 PONTOON BOAT TRAILER 29'CES 1E9UB2924BB122217 ERC15148F111 ERC15148F111 Trailer Light _ 2011 ERCO_A 29 BTB ERCOA 29 BTB 2011 PONTOON BOAT TRAILER 29'CES 1E9UB2924BB122218 ERC15149F111 ERC15149F111 Trailer Light 2011 ERCOA 29 BTB ERCOA 29 BTB 2011 PONTOON BOAT TRAILER 29'CES 1E9UB29248B122219 ERC15150F111 ERC15150F111 Trailer Light 2011 ERCOA 29 BTB ERCOA 29 BTB 2011 PONTOON BOAT TRAILER 29'CES 1E9UB2924BB122220 ERC15151F111 ERC15151F111 Trailer Light 2011 TRAILER 5X10GW CARRY-ON TRAILER 5X1OGW 2011 GARDEN TRAILER CES 4YMUL1019BT013206 4YMUL1019BT013206 Trailer Light 1994 EAST EAST 1994 LIVE FLOOR TRAILER CES 1E1U1Y283RRL15726 1E1U1Y283RRL15726 Trailer Heavy 1995 EAST EAST 1995 LIVE FLOOR TRAILER-SCALE INST CES 1E1U1Y280SRA18714 1E1U1Y280SRA18714 Trailer Heavy 1997 EAST EAST 1997 LIVE FLOOR TRAILER-SCALE INSTA CES 1E1U1Y284VRJ21670 i 1E1U1Y284VRJ21670 Trailer Heavy 1997 EAST EAST 1997 LIVE FLOOR TRAILER CES 1E1U1Y289VRG21505 I1E1U1Y289VRG21505 Trailer Heavy 2002 MAC MAC 2002 LIVE FLOOR TRAILER-SCALE INSTA CES SMAMN48272C004606 SMAMN482720004606 Trailer Heavy 2010 TRAILER 20TACU WOLVERINE TRAILER 20TACU 2010 PONTOON LIFT TRAILER CES 5BXBB2423A1029071 5BXBB2423AJ029071 Trailer Light 2001 SPORT SPORT 2001 TRAILER BOAT UNIT#581 CES 1S9BS21211W542975 159BS21211W542975 Trailer Light 2014 2013 TRAILER 7 X 12 CES 1C9US1224EM364030 1C9US1224EM364030 Trailer Light 2018 CW 6X12 CW 6X12 2018 TRAILER,CARGO 6 X 12 CES 53FBE12201F040334 53FBE12201F040334 Trailer Light 1997 LOAD KING FL 201 LOAD KING FL 201 1997 TRAILER AUXILIARY AXLE CES 1B4F1119V1121016 1B4F1119V1121016 Trailer Heavy 2019 HAULMARK PP61252 HAULMARK PP612S2 2019 TRAILER,CARGO CES 7KD1E1213K0001053 7KD1E1213K0001053 Trailer Light 2008 TARGET TC16610-90E TARGET TC16610-90E 2008 TRAILER 7 X 16 12KGVW CES 17YBP162098039959 17YBP16209B039959 Trailer Light Detailed Equipment List ModelYr i Make Model Description VinS/N Equipment Type 2008 MASTER TOW 80THDBS MASTER TOW 80THDB5 2008 CAR DOLLY CES 4DFT510128N092998 4DFTS10128N092998 Trailer Light 1999 1998 TRAILER FOR BEACH CLEANER CES 1M9F51829X5332613 1M9F51829XS332613 'Trailer Heavy _ 1994 DYNAWELD SSL-10 DYNAWELD SSL-10 1994 TRAILER CES 19K42ABX5R1X31255 .19K42ABX5R1X31255 Trailer Light _ 1986 PEERLESS PEERLESS 1986 TRAILER LIVE BOTTOM CES 1PLX0452SGTB73850 1PLX04525GTB73850 Trailer Heavy _ 1988 PATCO FABREX PATCO FABREX 1988 TRAILER LIVE BOTTOM CES 2A95WP9A8JT053149 2A9SWP9A8JT053149 Trailer Heavy 1997 CPS TSV 45 CPS TSV 45 1997 TRAILER LIVE BOTTOM CES 4Z4515626VP000527 4Z4515626VP000527 Trailer Heavy 2002 EAST EAST 2002 TRAILER LIVE BOTTOM 48'CES 1E1U1Y2862RG31310 .1E1U1Y2862RG31310 Trailer Heavy 2002 EAST EAST 2002 TRAILER LIVE BOTTOM 48'CES 1E1U1Y2802RG31299 1E1U1Y2802RG31299 Trailer Heavy 1990 LUFKIN LUFKIN 1990 TRAILER FLAT BED 48'CES 1L0184522L1088677 1L01B4522L1088677 Trailer Heavy — 2004 CPS TSD-34 'CPS TSD-34 2004 TRAILER END DUMP TUB CES 5MC5155264P004450 SMC5155264P004450 Trailer Heavy 2022 MAC TNAR33AA600-2022 MAC TNAR33AA600-2022 2022 TRAILER,END DUMP CES SMADA332XN5061387 SMADA332XN5061387 Trailer Heavy 1996 CPS 1TSD-34 CPS TSD-34 1996 TRAILER END DUMP CES 1C9515530TP389117 1C9515530TP389117 Trailer Heavy 1999 _ CPS TSTD 32 CPS TSTD 32 1999 TRAILER END DUMP TUB CES 4Z4515428XP001958 4Z4515428XP001958 FTrailer Heavy 2008 ERCOA !29 BTB ERCOA 29 BTB 2008 PONTOON BOAT TRAILER 29'CES 1E9UB2920AB122214 1E9UB2920AB122214 (Trailer Light CONTAINER 40FT CES 2924678 2924678 Container CONTAINER 40FT CES 2922572 2922572 Container 1996 KENTUCKY KENTUCKY 1996 TRAILER DROP DECK SHOP/PARTS CES 1KKVE5128TL104975 1KKVE5128TL104975 Trailer Heavy _ 1985 TRAIL EZE DN16R24 DAKOTA-TRAIL EZE DN16R24 1985 PUP TRAILER 40K GVW TAG U138 CES 1DA12RJ79FP008094 1DA12RJ79FP008094 Trailer Heavy 1982 GREAT DANE 191T 45 GREAT DANE 191T 45 1982 TRAILER STORAGE CES 1GRAH9023DB025302 1GRAH9023DB025302 I Misc. 1983 GREAT DANE 191T 45 GREAT DANE 191T 45 1983 TRAILER STORAGE CES IGRAH9023DB025301 IGRAH9023DB025301 'Misc. _~ GLEN GLEN TRAILER STORAGE CES Misc. _ 1969 STRICK STRICK 1969 TRAILER STORAGE ONLY CES 120814 120814 Misc. _ 6/17/2 MOBILE MINI MOBILE MINI 6/17/2 CONTAINER STORAGE 20 FT CES WP1101351 WPJI01351 Container 1970 FRUEHAUF FRUEHAUF 1970 TRAILER ALLIS CES WEK132918 WEK132918 i Trailer Heavy 1986 FRUEHAUF FPPX-FL1-28 'FRUEHAUF FPPX-FL1-28 1986 TRAILER VAN 93/2577 CES 1H2V02815GB009250 1H2V028156B009250 !Misc. 1986 FRUEHAUF 28 FT FRUEHAUF 28 FT 1986 TRAILER VAN 93-2573 CES 1H2V02813GB009246 _ 1H2V02813GB009246 Misc. FRUEHAUF 45 FT FRUEHAUF 45 FT TRAILER VAN CES 1H2V02815G009250 _ 1H2V02815G009250 Misc. FRUEHAUF FRUEHAUF TRAILER 40FT CES MF-26458 MF-26458 Misc. 1994 DYNWELD 31278U-9 DYNWELD 31278U-9 1994 TRAILER 40K GVW CES 19K81AEX6R1X31278 19K81AEX6R1X31278 Trailer Heavy 2005 TRAILER 40 TALT AMERICAN TRAILER 40 TALT 2005 TRAILER 40K CES 1A9HF302951572582 1A9HF302951572582 !Trailer Heavy 2005 TRAILER 140 TALT AMERICAN TRAILER 40 TALT 2005 TRAILER FLATBED 50K GVW CES 1A9HF302051572583 1A9HF302051572583 Trailer Heavy 2005 TRAILER 140 TALT AMERICAN TRAILER 40 TALT 2005 TRAILER FLATBED SOK GVW CES 1A9HF302851572590 1A9HF302851572590 Trailer Heavy 2009 INTERSTATE 40DLA INTERSTATE 40DLA 2009 TRAILER,TAG 40K(DAMAGED IN AL)CES 1JKDLAA4059M010069 1JKDLAA4059M010069 iTrailer Heavy —.. J 2009 INTERSTATE 40DLA INTERSTATE 40DLA 2009 TRAILER 40K CES 11KDLA4059M010072 11KDLA4059M010072 (Trailer Heavy MASTER .8 X 28 SPACE MASTER 8 X 28 TRAILER BREAK ROOM CES K049419556 K049419556 !Trailer Light 1987 GELCO 12 X 60 GELCO 12 X 60 1987 TRAILER RECORDS STORAGE CES 703365CT i703365CT 'Trailer Light 2014 KEARNEY GN8324LB KEARNEY GN8324LB 2014 24'GOOSENECK DUAL AXLE CES 5LCLB2427E1033056 5LCLB2427E1033056 Trailer Light 2014 KEARNEY GN8324LB KEARNEY GN8324LB 2014 24'GOOSENECK DUAL AXLE CES SLCLB2425E1033489 SLCLB242SE1033489 Trailer Light 2016 BIG TEX 14ET BIG TEX 14ET 2016 TRAILER 20'CAR HAULER 14K CES 16VEX2022G2011096 16VEX2022G2011096 Trailer Heavy 2005 TRANSCRAFT TRANSCRAFT 2005 TRAILER STEP DECK 53'120"SPREAD AXLE CES 1TTE5320X51077339 1TTE5320X51077339 Trailer Heavy 2008 UNITED U718TA35 UNITED U718TA35 2008 TRAILER CARGO 18 X 7 CES 48BTE18268A097341 48BTE18268A097341 Trailer Light 2006 CUSTOM Gooseneck CASCADE CUSTOM Gooseneck 2006 TRAILER DUMP CES 1C9DD20286C673008 1C90D20286C673008 Trailer Heavy 2006 CUSTOM Gooseneck CASCADE CUSTOM Gooseneck 2006 TRAILER DUMP CES 1C9DD20266C673007 1C9DD20266C673007 Trailer Heavy 2006 CUSTOM 'Gooseneck CASCADE CUSTOM Gooseneck 2006 TRAILER DUMP CES 1C9DD202X6C673009 1C9DD202X6C673009 Trailer Heavy 2002 HUDSON HUDSON 2002 TRAILER 40K CES 10HHTD1A721000024 10HHTD1A721000024 Trailer Heavy 2017 MULTISTAR MULTISTAR 2017 TRAILER GARDEN 2000#CES LOHML2921HCNO0150 LOHML2921HCNO0150 Trailer Heavy 2000 BENSON BENSON 2000 TRAILER END DUMP 22'CES 1NUDT28A3YMAS0094 1NUDT28A3YMAS0094 Trailer Heavy 2006 RAYFO RAYED 2006 FLATBED HOOKLIFT CES 86147 86147 Container Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 1996 EAST EAST 1996 TRAILER END DUMP 24'CES 1E1D1K286TRK20386 1E1D1K286TRK20386 Trailer Heavy _ _ _ 2017 FELLING FT141T-18 FELLING FT141T-18 2017 TRAILER TILTBED CARHAULER 18'CES 5FTCE2327H2003734 5FTCE2327H2003734 Trailer Light _ 2014 2013 TRAILER OFFICE 24X60 CES 1440353/1440354 1440353/1440354 Trailer Light 2006 HILLTOP 171245 HILLTOP 171245 2006 TRAILER OFFICE 8X24 FT CES 9094 9094 'Trailer Light _ 2009 MODSPACE 171245 MODSPACE 171245 2009 TRAILER OFFICE 12X46 CES 9326120 9326120 Trailer Light 2013 SDI 113-STRI {SDI 13-STRI 2013 TRAILER SIDE DUMP SUP TRI CES 1S9DS4733DS819069 1S9D54733D5819069 Trailer Heavy — _ 2013 SDI I,13-STRI ISDI 13-STRI 2013 TRAILER SIDE DUMP SUP TRI CES 1S9D5473XD5819070 15905473XD5819070 !Trailer Heavy _ 2018 _ELLIS PRODU COIR BUSTER LIMITED MITCHELL ELLIS PRODU COIR BUSTER LIMITED 2018 COIR PROCESSOR CES !Equipment 2013 ATHEY 101RFP KOLMEN/ATHEY 101RFP 2013 CONVEYOR,120 FT RADIAL STACKING CES 88-110-36-125 88-110-36-125 Equipment 2011 2010 CONVEYOR 36"X 80'RADIAL STACK CES Equipment 2011 2010 CONVEYOR 36"X 100'RADIAL STACK CES Equipment 2000 SWIFT RM6030 SWIFT RM6030 2000 CONVEYOR CES 042495ZVU512 042495ZVU512 Equipment CONVEYOR 40 FT CES Equipment MORBARK 24"X 35 FT MORBARK 24"X 35 FT CONVEYOR CHIP CES Equipment CONVEYOR LATTICE CES Equipment GDS PT-4048 GDS PT-4048 CONVEYOR STACKING CES Equipment VALLEY 80 FT VALLEY 80 FT CONVEYOR STACKING CES 6101062 6101062 Equipment 1991 Retech Retech 1991 CONVEYOR STACKING YELLOW CES Equipment 1996 MASABA MASABA 1996 CONVEYOR 36 X 80F RADIAL STACK CES 96574 96574 Equipment GREEN i16"X 30 FT BARBER GREEN 16"X 30 FT CONVEYOR TRANSFER CES 3854520 3854520 Equipment 1998 ENVIROQUIP 'SC3630 RETECH/ENVIROQUIP 5C3630 1998 CONVEYOR END STACKER CES SC95078-3630 SC95078-3630 Equipment GDS PT-4060 GDS PT-4060 CONVEYOR STACKING CES Equipment 2011 CONVEYOR WESTERN CONVEYOR SYS 2011 TELESCOPE CONVEYOR 50/70 CES Equipment 1996 ENVIROQUIP SC3050 RETECH/ENVIROQUIP SC30S0 1996 CONVEYOR SIDE STACKER CES SC93021-3050 SC93021-3050 Equipment 2013 CONVEYOR WESTERN CONVEYOR SYS 2013 TELESCOPE CONVEYOR 50/70 CES Equipment 2005 R 250 ROTOCHOPPER 250 2005 BAGGER SYSTEM CES May-67 May-67 Equipment 2011 HAMER HAMER 2011 BAGGER SYSTEM CES Equipment 1996 I1995 CONTAINER 20FT CES NONU 896404-9 NONU 896404-9 Container 2011 2010 CONTAINER 20FT CES GVTU 211063-2 GVTU 211063-2 Container 2011 WEST END 20FT CHEROKEE WEST END 20FT 2011 CONTAINER 20FT CES CHWU 200785-8 CHWU 200785-8 Container 2009 BAOSHAN 20FT SHANGHAI BAOSHAN 20FT 2009 CONTAINER 20FT-MULCH STORAGE CES IMNU 212133-0 IMNU 212133-0 Container _ 2009 BAOSHAN 20FT SHANGHAI BAOSHAN 20FT 2009 CONTAINER 20FT HIGH CUBE CES IMNU 212710-1 IMNU 212710-1 Container 2009 2008 CONTAINER 20 FT CES Container 2019 DOPPSTADT ,SST1025 DOPPSTADT SST1025 2019 SCREENER SYSTEM-Hopper,Screener,Conveyors CES ! Equipment 2014 BACKERS 3MTA BACKERS 3MTA 2014 STAR SCREEN CES 6886 _ 6886 Equipment 1999 N POWERGRID 800 POWERSCREEN POWERGRID 800 1999 SCREENER CES 72 14 913 72 14 913 Equipment 1993 READ WM3000 READ WM3000 1993 SCREENER CES 00503 00503 Equipment 1996 GDS 837S GDS 8375 1996 SCREENER PORTABLE TROMMEL CES 1G96UP5735TR196006 1G96UP5735TR196006 Equipment 1996 RETECH 723A RETECH 723A 1996 SCREENER PORTABLE TROMMEL CES 1R9TR47205M216083 i1R9TR47205M216083 Equipment 2016 VERMEER TR620 VERMEER TR620 2016 SCREENER PORTABLE TROMMEL CES 5655402M3GF001008 I5655402M3G F001008 Equipment 2000 MCCLOSKEY MCB833RE MCCLOSKEY MCB833RE 2000 SCREENER PORTABLE TROMMEL CES 11046 _ 11046 ;Equipment SCREEN CHIP OSCILLATING CES _ _______Equipment 2018 _ VERMEER 'TR620 VERMEER TR620 2018 SCREENER PORTABLE TROMMEL CES 5655402M7JF001021 5655402M71F001021 lEquipment 2017 TRAILERS 6X2OTH TowMax CIRCLE M TRAILERS 6X2OTH TowMax 2017 20'TRAILER W/INSPECTION TOWER CES 1C9US2022HM364122 1C9U52022HM 364122 Trailer Heavy 2014 GCS 3660 1GCS 3660 2014 CONVEYOR 60 FT CES I Equipment _ 2014 GCS 3660 !GCS 3660 2014 CONVEYOR 60 FT RADIAL STACKER CES Equipment 1998 _ 1997 DEBRIS CONT.20 FT OPEN TOP CES SUDU 281321-0 SUDU 281321-0 Container 2009 2008 DEBRIS CONT.20 FT ON TRAILER 267 CES i Trailer Heavy Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2005 USA 30 YD ROLL OFFS USA 30 YD 2005 CONTAINER ROLL-OFF CES 161130R00405 161130R00405 Container 2004 USA 30 YD ROLL OFFS USA 30 YD 2004 CONTAINER ROLL-OFF CES 161141-RO-04-05 161141-RO-04-05 Container `2009 WASTEQUIP 31 YD WASTEQUIP 31 YD 2009 CONTAINER ROLL-OFF CES 02TX 311370 02TX 311370 Container 2008 2007 CONTAINER ROLL-OFF 40YD CES 10348241 10348241 Container 2008 2007 CONTAINER ROLL-OFF 40YD CES 10341276 10341276 Container _ INDUSTRIES 28 CY NEDLUND INDUSTRIES 28 CY CONTAINER ROLL-OFF 28YD CES 24461 24461 'Container _ 1995 INDUSTRIES 26CY NEDLUND INDUSTRIES 26CV 1995 CONTAINER ROLL-OFF 26YD CES 24460 24460 !Container _ 1996 RAYFO 18 FT RAYFO 18 FT 1996 CONTAINER ROLL-OFF CES Container 1995 INDUSTRIES 31 YD 'NEDLUND INDUSTRIES 31 YD 1995 CONTAINER ROLL-OFF 31YD CES 24462 24462 Container 2005 WASTEQUIP WASTEQUIP 2005 CONTAINER ROLL-OFF 40YD CES 334757 334757 Container 2005 WASTEQUIP WASTEQUIP 2005 CONTAINER ROLL-OFF 40YD ON TR CES 334758 33.4.758 Container (CONTAINER ROLL-OFF CES Container -CONTAINER ROLL-OFF CES Container _ 1995 _ 1994 CONTAINER ROLLL-OFF 40 VD CES 34612 34612 Container 1995 INDUSTRIES 40 YD NEDLUND INDUSTRIES 40 YD 1995 CONTAINER ROLL-OFF 40YD CES 24137 24137 Container 1995 INDUSTRIES 40 YD NEDLUND INDUSTRIES 40 YD 1995 CONTAINER ROLL-OFF 40 YD CES 24136 24136 Container INDUSTRIES 40 YD NEDLUND INDUSTRIES 40 YD CONTAINER ROLL-OFF 40 YD CES (Container 2001 TIPHOOK TIPHOOK 2001 CONTAINER STORAGE 20FT CES TPHU 825837-9 TPHU 825837-9 Container 2006 CERES CERES 2006 OFFICE CONTAINER 20 FT CES SPIU 017444-8 SPIU 017444-8 Container 2006 CERES CERES 2006 OFFICE CONTAINER 20 FT CES CPIU 807964-2 CPIU 807964-2 Container 2007 CERES ' CERES 2007 OFFICE CONTAINER 20 FT CES CPIU 805946-1 CPIU 805946-1 !Container 2006 CERES ISO 20FT CERES ISO 20FT 2006 CONTAINER 20 FT OFFICE WINDOWS CES SESU 205632-4 SESU 205632-4 Container 2006 1 2005 CONTAINER 20 FT OFFICE CES SESU 205505-6 SESU 205505-6 Container 1997 SWENSON EV100-948 'SWENSON EV100-948 1997 SANDER HOOKLIFT ON UNIT 134 CES AEC342246 AEC342246 IEquipment 2005 WESTERN 8 FT RC STS WESTERN 8 FT RC STS 2005 SANDER 8'W/HONDA ENG ON#40 CES 03111530000294810-1 03111530000294810-1 !Equipment WESTERN 8 FT RC STS WESTERN 8 FT RC STS SANDER 8 FT TECUMSEH ON#50 CES 05031230000394809-1 05031230000394809-1 Equipment 2010 RUNYANG A40-10DP YANGZHOU RUNYANG A40-10DP 2010 CONTAINER 40 FT CES HCZU 888625-7 HCZU 888625-7 Container — 2009 A 20FT TRANSAMERICA 20FT 2009 CONTAINER 20FT CES TOLU 257106-3 TOLU 257106-3 Container — 2009 A 20FT TRANSAMERICA 20FT 2009 CONTAINER 20FT CES TRLU 344907-6 TRLU 344907-6 Container 2008 2007 CONTAINER 20FT CES UGMU 871350-1 IUGMU 871350-1 Container 1994 1993 CONTAINER 20 FT CES 221837-0 _ 221837-0 Container TRAMAC TRAMAC PACKER VIBRATORY PLATE CES TR-75520221T2-21B TR-75520221T2-21B Attachment 2006 CIMC YANGSH SHANGHAI CIMC YANGSH 2006 CONTAINER 20 FT CES SESU 206856-2 'SESU 206856-2 Container 2006 2005 CONTAINER 20 FT 9.5HGT CES OKHU 608036-4 OKHU 608036-4 Container r 2006 2005 CONTAINER 20 FT 9.5HGT CES OKHU 608038-5 OKHU 608038-5 Container 2009 2008 CONTAINER OFFICE 40 FT 9.5HGT CES CPIU 900057-6 CPIU 900057-6 Container 2006 2005 CONTAINER RECORD STORAGE 40 FT CES OKFU 604096-0 OKFU 604096-0 Container 2006 2005 CONTAINER FORESTRY MAINT 20 FT CES SESU 205623-7 SESU 205623-7 Container 2006 2005 CONTAINER TOOL STORAGE 20 FT CES SESU 205653-5 SESU 205653-5 Container 2006 CIMC YANGSH SHANGHAI CIMC YANGSH 2006 CONTAINER 20 FT CES SESU 205509-8 SESU 205509-8 Container CONTAINER 20 FT CES Container 1980 A TRANSAMERICA 1980 CONTAINER 20 FT CES ICSU 386026-6 ICSU 386026-6 'Container 2006 2005 CONTAINER 6 FT CES ANYU 601031-1 ANYU 601031-1 Container 2006 2005 CONTAINER 6 FT CES ANYU 301054-0 ANYU 301054-0 Container 1996 '1995 CONTAINER 20 FT CES 307329-6 307329-6 Container 2008 '2007 CONTAINER 20 FT CES 275122-6 275122-6 Container 2008 2007 CONTAINER 20 FT CES SMLU 253181-0 SMLU 253181-0 Container 1 2008 2007 CONTAINER 20 FT CES TOLU 257106-3 TOLU 257106-3 Container Detailed Equipment List ModelYr Make Model Description VinS/N Equipment Type _ 2008 2007 CONTAINER 20 FT CES 344907-6 344907-6 Container _ 1995 1994 CONTAINER 40 FT CES 409446-3 409446-3 Container 1995 MORBARK 1250 MORBARK 1250 1995 GRINDER TUB CES 571-018 571-018 Equipment 1991 HAYBUSTER IG-10 HAYBUSTER IG-10 1991 GRINDER,TUB CES 182190067 182190067 Equipment 1994 DIAMOND Z 1260 DIAMOND Z 1260 1994 GRINDER TUB CES 1D9FX3923RC231110 1D9FX3923RC231110 Equipment 2008 CBI 8800T MAGNUM FORCE CBI 8800T MAGNUM FORCE 2008 GRINDER HORIZONTAL TRACK CES 8800THZKC320020 8800THZKC320020 Attachment 1995 MORBARK 1400 1MORBARK 1400 1995 GRINDER TUB/TARANTULA 36"CES 575-011 575-011 Equipment 1995 MORBARK 1300 _ MORBARK 1300 1995 GRINDER,TUB CES 571-028 571-028 Equipment 1990 DIAMOND Z PWG 1463 DIAMOND Z PWG 1463 1990 GRINDER TUB CES 1D9FX453LN147034 1D9FX453LN147034 Equipment 1994 DIAMOND Z 1463 TWIN DIAMOND Z 1463 TWIN 1994 GRINDER TUB CES 1D9FX4834RN147110 1D9FX4834RN147110 Equipment 1998 REXWORKS 800 _ REXWORKS 800 1998 GRINDER MEGAGRIND CES M50801 M50801 Attachment 1985 VERMEER 665A VERMEER 665A 1985 GRINDER STUMP CES 1231 1231 Attachment 2008 MASTER RM60 RUBBLE MASTER RM60 2008 CRUSHER CES RM60-0380 RM60-0380 Attachment 2014 KOMATSU PC360LC-10 KOMATSU PC360LC-10 2014 EXCAVATOR HYD CES A32480 A32480 Equipment 2013 CATERPILLAR 320E L LR CATERPILLAR 320E L LR 2013 EXCAVATOR 48.LONG REACH CES WBK01980 WBK01980 Equipment 1992 LINK BELT 2800Q LINK BELT 28000,1992 AMPHIBIOUS TRACK LONG REACH CES D-2-0314 D-2-0314 Equipment ARASMITH 42" 200 HP ARASMITH 42"200 HP CHIPPER DRUM WHOLE TREE CES Equipment 1961 WESTERN 220 AUSTIN WESTERN 2201961 GRADER CES H5644 H5644 ,Equipment _ 2008 DEERE 1270D LC DEERE 270D LC 2008 EXCAVATOR CES FF270DX703779 FF270DX7037.79 Equipment 1996 HITACHI EX220 LC3 HITACHI EX220 LC3 1996 EXCAVATOR CES 15D-10543 15D-10543 ;Equipment ~_ 1996 CATERPILLAR 320E CATERPILLAR 320E 1996 EXCAVATOR CES 5BR00702 SBR00702 Equipment _ 1996 KOMATSU PC220 LC6L KOMATSU PC220 LC6L 1996 EXCAVATOR CES A80457 A80457 Equipment 1994 KOMATSU PC200LC-6L KOMATSU PC200LC-6L 1994 EXCAVATOR CES A80290 A80290 Equipment 2006 KOMATSU PC300LC-7E0 KOMATSU PC300LC-7E0 2006 EXCAVATOR 54"BUCKET CES A88024 A88024 Equipment 2003 CASE MX230 !CASE MX230 2003 TRACTOR CESJAZ127273 JAZ127273 Equipment 2002 CATERPILLAR 420D CATERPILLAR 420D 2002 BACKHOE CES FDP08288 FDP08288 Equipment 2012 LINK BELT 250-X3 LF LINK BELT 250-X3 LF 2012 EXCAVATOR 60'REACH CES EIDK2-5034 EIDK2-5034 Equipment 1989 TROJAN 19002 TROJAN 1900Z 1989 WHEEL LOADER CES LT201932/0189-47588 LT201932/0189-47588 Equipment 1989 CATERPILLAR 936E CATERPILLAR 936E 1989 WHEEL LOADER CES 33Z3400 33Z3400 Equipment 1998 CATERPILLAR 416C CATERPILLAR 416C 1998 BACKHOE/LOADER CES 1WR03314 1WR03314 Equipment 2014 DEERE 624K DEERE 624K 2014 LOADER,WHEEL CES 1DW624KZJEF660883 1DW624KZJEF660883 Equipment _ 1994 KOMATSU WA-250-1 KOMATSU WA-250-1 1994 LOADER,WHEEL CES A65393 A65393 Equipment 1998 VOLVO L120C VOLVO L120C 1998 LOADER,WHEEL CES L120CV12243 L120CV12243 Equipment 1995 VOLVO L-70C VOLVO L-70C 1995 LOADER,WHEEL CES V11463 V11463 Equipment 1996 CATERPILLAR IT28F CATERPILLAR IT28F 1996 LOADER,WHEEL CES 3CL02184 3CL02184 Equipment 1996 CATERPILLAR IT38F CATERPILLAR IT38F 1996 LOADER,WHEEL CES 6FN00449 6FN00449 Equipment 1996 CATERPILLAR IT38F ,CATERPILLAR IT38F 1996 LOADER,WHEEL CES 6FN00400 6FN00400 Equipment 2002 CATERPILLAR 140H CATERPILLAR 140H 2002 GRADER ROAD CES 2ZK7547 2ZK7547 _ Equipment 1990 (RANGER) F666 OR CLARK(RANGER)F666 GR 1990 SKIDDER LOG CES 555BC00694 555BC00694 Equipment 1974 TIMBERJACK 225D TIMBERJACK 225D 1974 SKIDDER LOG CES 225GS787143 225GS787143 Equipment 2006 KOMATSU PC400LC-7E0 KOMATSU PC400LC-7E0 2006 HYD EXCAVATOR CES KMTPC184H54A87265 KMTPC184H54A87265 ,Equipment — _ 2009 DEERE 544K DEERE 544K 2009 LOADER,WHEEL CES DW544KZ624326 DW544KZ624326 Equipment _ 2008 DEERE 644K !DEERE 644K 2008 LOADER,WHEEL CES DW644KZ624427 DW644KZ624427 Equipment 2013 CATERPILLAR D6T LGP CATERPILLAR D6T LGP 2013 DOZER CES Z1B01250 ZJB01250 Equipment 2014 DEERE '744K DEERE 744K 2014 LOADER,WHEEL CES XVDE657261 XVDE657261 Equipment 2008 DEERE 7501 LGP DEERE 7501 LGP 2008 DOZER CRAWLER CES T07501X172776 T0750JX172776 Equipment 2008 _ DEERE 8501 LGP DEERE 8501 LGP 2008 DOZER CRAWLER CES T0850JX172818 T0850JX172818 Equipment 1997 CATERPILLAR-D6M LGP CATERPILLAR D6M LOP 1997 DOZER CRAWLER W/WINCH CES 2RN00282 i2RN00282 Equipment Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2008 CATERPILLAR 973C CATERPILLAR 973C 2008 TRACK LOADER CRAWLER CES LDX00433-CES LDX00433-CES Equipment 1977 KOMATSU D755-3 KOMATSU D75S-3 1977 LOADER,TRACK(BLOWN ENGINE)CES 7442 7442 Equipment 2006 CATERPILLAR DEN LGP CATERPILLAR D6N LGP 2006 DOZER CRAWLER W/WINCH CES ALY02190 ALY02190 Equipment 2006 CATERPILLAR DEN LGP `CATERPILLAR DEN LGP 2006 DOZER CRAWLER HIGH TRACK CES ALY02153 ALY02153 Equipment _ 2006 CATERPILLAR D6R LGP SERIES III _ CATERPILLAR DER LGP SERIES III 2006 DOZER CRAWLER CES WRG00218 WRG00218 Equipment 2006 CATERPILLAR D6R LGP SERIES III CATERPILLAR D6R LGP SERIES III 2006 DOZER CRAWLER W/WINCH CES WRG00197 WRG00197 Equipment _ 2014 CATERPILLAR ,D6N LGP CATERPILLAR D6N LGP 2014 DOZER CES PBA01928 PBA01928 Equipment 2015 CATERPILLAR 257DR CATERPILLAR 257DR 2015 SKID LOADER TRACKED CES EZW01029 EZW01029 Equipment 2000 BOBCAT 763G BOBCAT 763G 2000 LOADER BOBCAT 763 CES 512251006 512251006 Equipment 2021 BOBCAT 566 BOBCAT 566 2021 LOADER,SKID CES 84SA11908 B4SA11908 Equipment 2005 BOBCAT 5185 BOBCAT S185 2005 LOADER BOBCAT CES 525024754 525024754 Equipment 2006 BOBCAT 5600 TOOLCAT BOBCAT 5600 TOOLCAT 2006 TOOL CAT CES A00311820 .A00311820 Equipment 2008 BOBCAT T190 BOBCAT T190 2008 SKID LOADER TRACKED CES A3LN11404 1A3LN11404 Equipment 2013 CATERPILLAR 279C2 CATERPILLAR 279C2 2013 SKID LOADER TRACKED CES KWB970 KWB970 Equipment 2008 DEERE 8501 DEERE 8501 2008 DOZER PYRAMID PADS CES T0850JX164162 T0850JX164162 Equipment 2009 DEERE 244J DEERE 2441 2009 LOADER,WHEEL CES 723189 723189 Equipment 2012 DEERE 3241 DEERE 324J 2012 LOADER,WHEEL CES 1LU3241XKZB030138 1LU324JXKZB030138 Equipment 2013 PRINCETON PB50 PRINCETON PB50 2013 FORK TRUCK 5K CAP PIGGYBACK CES P147673412 P147673412 Equipment 2005 ROSCO RB-48 ROSCO RB-48 2005 BROOM SWEEPER CES 45156 45156 Equipment 2003 PRINCETON E2-3RVX PRINCETON E2-3RVX 2003 FORK TRUCK 5K CAP PIGGYBACK CES 109396 109396 Equipment _ 2004 PRINCETON E2-3RVX PRINCETON E2-3RVX 2004 FORK TRUCK 5K CAP PIGGYBACK CES 110323 110323 Equipment _ 2009 CATERPILLAR NR4500 CATERPILLAR NR4500 2009 FORK LIFT 4500#CAP ELECTRIC CES 7NR3846902 7NR3846902 Equipment 2011 TOYOTA 52-6FGU35 TOYOTA 52-6FGU35 2011 FORK LIFT 6000#CAPACITY CES 60948 60948 Equipment 1977 SWINGER 200/DIESEL SWINGER 200/DIESEL 1977 LOADER SWINGER CES 2001465 2001465 Equipment 1994 SWINGER 240 SWINGER 240 1994 LOADER SWINGER CES NW-378 NW-378 Equipment 1998 SWINGER SW2000 SWINGER SW2000 1998 LOADER SWINGER CES NW117398 NW117398 Equipment 1998 SWINGER SW2000 SWINGER SW2000 1998 LOADER SWINGER CES NW128298 NW128298 'Equipment 2006 RAND SD-100-D !INGERSOLL RAND SD-100-D 2006 COMPACTOR 84"W/SHEEPFOOT SHELL CES 186628 186628 Equipment 2006 RAND SD-100-D _ INGERSOLL RAND SD-100-D 2006 COMPACTOR 84"CES 182670 _ 182670 Equipment 2010 CATERPILLAR D6T LGP iCATERPILLAR D6T LGP 2010 DOZER CES KJL1150 KJL1150 Equipment 2011 CATERPILLAR D6T LGP CATERPILLAR D6T LGP 2011 DOZER CES KJL01238 KJL01238 Equipment _ 2013 CATERPILLAR D6N LGP CATERPILLAR DEN LGP 2013 DOZER CRAWLER CES PBA00560 PBA00560 Equipment_ _ 2014 CATERPILLAR DEN LGP CATERPILLAR D6N LGP 2014 DOZER CRAWLER CES PBA01627 PBA01627 Equipment _ 2011 CASE MAGNUM 235 CASE MAGNUM 235 2011 TRACTOR DUAL TIRE 4WD CES ZCRD05785 ZCRD05785 Equipment _ 2013 CASE MAGNUM 235 CASE MAGNUM 235 2013 TRACTOR DUAL TIRE 4WD CES ZDRD03361 ZDRD03361 Equipment 2014 JOHN DEERE 15045E JOHN DEERE 5045E 2014 TRACTOR,AG w/BUCKET CES 1PY5045EKDB003984U 1PY5045EKDB003984U Equipment 2012 CATERPILLAR I 140M2 CATERPILLAR 140M2 2012 GRADER ROAD CES R9M00148 R9M00148 Equipment 2013 CATERPILLAR 140M2 AWD CATERPILLAR 140M2 AWD 2013 GRADER ROAD ALL WHEEL DRIVE CES M9100514 M9100514 Equipment 2012 CASE ,MAGNUM 180 CASE MAGNUM 180 2012 TRACTOR DUAL TIRE 4WD CES ZCRH08409 ZCRH08409 Equipment 2012 BROCE CR-350 BROCE CR-350 2012 BROOM SWEEPER CES 407614 407614 Equipment DOLLY FIFTH WHEEL CES Attachment MACK TANDEM MACK TANDEM DOLLY FIFTH WHEEL CES CES-1434 CES-1434 Attachment 2003 PRINCETON PB50 PRINCETON PB50 2003 FORK TRUCK 5K CAP PIGGYBACK CES 85152003 85152003 Equipment 2000 PRINCETON D50 PRINCETON DSO 2000 FORK TRUCK 5K CAP PIGGYBACK CES_712246 712246 Equipment ,DOLLY GRINDER CES CER-5667 CER-5668 Attachment 2007 PRO-TECH SP16-L 1 PRO-TECH SP16-L 2007 SNOW PUSHER 16 FT CES 26948 26948 Attachment 2006 _ PRO-TECH SP16-1 PRO-TECH SP16-L 2006 SNOW PUSHER 16 FT CES 22797 22797 Attachment 2007 GROUSER 2200 G ROUSER 2200 2007 TRACTOR DOZER 14 FT CES 200700607 200700607 Attachment Detailed Equipment List ModelYr Make Model Description Vin-SIN Equipment Type 2017 CATERPILLAR 72 CATERPILLAR 72 2017 BUCKET,GRAPPLE CES A4179GB30043 A4179GB30043 Attachment 2016 CATERPILLAR SSL-84RAKE CATERPILLAR SSL-84RAKE 2016 BUCKET GRAPPLE SKELETON CES A4167GR30053 A4167GR30053 Attachment 2005 DEERE AT316647 DEERE AT316647 2005 BUCKET 1YD WITH CUTTING EDGE CES Attachment 2005 T I2004 BUCKET 1YD WITH CUTTING EDGE CES ! Attachment 2016 CATERPILLAR DB 60 EG CATERPILLAR DB 60 EG 2016 BUCKET 60"2.98 CY CES NBC18819 NBC18819 Attachment 2005 E-JECT SC-17-U rE-JECT SC-17-U 2005 SCRAPER PULL LEAD CES 239F87565R29 739F87565R29 Equipment 2005 E-JECT SC-17-U IE-JECT SC-17-U 2005 SCRAPER PULL LEAD CES 297F87565R29 297F87565R29 Equipment 2013 i _ 2013 BUCKET 2YD WITH CUTTING EDGE CES Attachment 2013 2013 BUCKET 2YD WITH CUTTING EDGE CES Attachment 2020 SCOOPDOGG 14 SCOOPDOGG 14 2020 SNOW PUSHER 14 FT CES 16852 16852 Attachment 2006 E-JECT SC-17-U E-JECT SC-17-U 2006 SCRAPER PULL LEAD CES 376F87565R29 376F87565R29 Equipment _ _ 2006 E-JECT SC-17-U E-JECT SC-17-U 2006 SCRAPER PULL PUP CES 363R87565R29 363R87565R29 Equipment 2014 ROME TACW-16 ROME TACW-16 2014 10.5'FARM DISC 32 IN BLADES CES 8TACW-508 8TACW-508 Attachment 2014 ROME TACW-16 ROME TACW-16 2014 10.5'FARM DISC 32 IN BLADES CES 8TACW-525 8TACW-525 Attachment 2012 SUNFLOWER 1234-18 SUNFLOWER 1234-18 2012 18'FARM DISC 22 IN BLADES @ 8"CES51.2340CZ100094 512340CZ100094 Attachment DERSON MFG I DERSON MFG DIESEL TANK W/PUMP 1000 GAL CES 4902 4902 Misc. DERSON MFG DERSON MFG DIESEL TANK W/PUMP 1000 GAL CES 5012 5012 Misc. DIESEL TANK W/12V PUMP CES CES 124 CES 125 Misc. CENEX 500GAL CENEX 500 GAL DIESEL TANK WHITE W/12V PUMP CES Misc. CONSOLIDATI 80000 DELTA CONSOLIDATION 80000 TANK FUEL 105 GAL CES Misc. 2014 RETIF DWT1000-044 RETIF DWT1000-044 2014 TANK FUEL 1000 GAL CES Misc. 2014 2013 FUEL TANK 500 GAL CES Misc. WATER TANK WITH PUMP 1000 GL CES Misc. FLEETFARM 100 GAL FLEETFARM 100 GAL FUEL TANK W/PUMP FOR PU 100GL CES004602/C-0389 _ 004602/C-0389 Misc. 2009 TANKO 4200 TANKO 4200 2009 WATER TANK 4000 GAL(COLOR MACH)CES Misc. AREMORE 105 AREMORE 105 TANK SPRAYER CES 19657 19657 Misc. 2007 ENGINEERI V-320 VALLEY ENGINEERI V-320 2007 LUBE SKID CES I Misc. 2015 B-BUILT MFG .PF-100-42 B-BUILT MFG PF-100-42 2015 ATTACHMENT FORKLIFT CES Attachment 2007 2006 RUBBER BOAT CES Marine Equip 2007 2006 MOTOR BOAT CES Marine Equip 2016 PREMIER , PREMIER 2016 PLATFORM BOAT-SKIMMER 8 X 20 CES PMY47475G010 PMY47475G010 Marine Equip 2010 MARINE 1436 TOPPER TRACKER MARINE 1436 TOPPER 2010 JON BOAT 14'CES BUJ10077H910 BUJ10077H910 Marine Equip 1999 CHERRINGTON 5000 CHERRINGTON 5000 1999 BEACH CLEANER CES 112412 112412 Marine Equip 2010 ERCOA ERCOA 2010 PLATFORM BOAT-SKIMMER 8 X 29 90HP MOTOR CES ERC15121G010 ERC15121G010 Marine Equip 2016 ERCOA ERCOA 2016 PLATFORM BOAT-SKIMMER 8 X 29 CES ERC15122G010 ERC15122G010 Marine Equip 2016 ERCOA ERCOA 2016 PLATFORM BOAT-SKIMMER 8 X 29 CES ERC15123G010 ERC15123G010 Marine Equip _ 2016 ERCOA ERCOA 2016 PLATFORM BOAT-SKIMMER 8 X 29 CES ERC15124G010 ERC15124G010 Marine Equip 2010 ERCOA ERCOA 2010 PLATFORM BOAT-SKIMMER 8 X 29 NO MOTOR CURRENTLY CES ERC15125G010 ERC15125G010 Marine Equip 2001 HOMD HOMD 2001 BOAT WORK W/150HP MOTOR CES LAZ62502H101 LAZ62502H101 `Marine Equip 2013 UNLIMITE 48 inch ACCESSORIES UNLIMITE 48 inch 2013 FORK SET 4 FT CES _ 'Attachment 1 2007 BOBCAT 60 SWEEPER BOBCAT 60 SWEEPER 2007 BROOM BOX CES 714418610 1714418610 Attachment BOBCAT 60 SWEEPER BOBCAT 60 SWEEPER BROOM BOX CES 714407625 714407625 Attachment 2008 BOBCAT 68 inch BOBCAT 68 inch 2008 BROOM POWER ARTICULATED 68"CES 231316874 231316874 Attachment 2008 — BOBCAT [72 inch BOBCAT 72 inch 2008 SNOW W BLADE CES 223103047 223103047 Attachment 2013 2013 FORK SET 6 FT CES Attachment 2013 2013 FORK SET 6 FT CES Attachment 2008 ROCKLAND RL 644K ROCKLAND RL 644K 2008 BUCKET SYD ROLL OUT ON UNIT 455 CES R 56480 R 56480 Attachment 2008 ROCKLAND ROCKLAND 2008 BUCKET 4YD ROLL OUT ON UNIT 454 CES I Attachment i Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2008 JRB 270D JRB 270D 2008 COUPLER ON UNIT 421 CES 1108-DEW9401 1108-DEW9401 Attachment _ 2008 PEMBERTON CBG !PEMBERTON CBG 2008GRAPPLE ON UNIT 421 CES 137 4 1008 137 4 1008 Attachment _ 2008 DEERE 240D DEERE 240D 2008 48 INCH BUCKET ON UNIT 421 CES 212036-6-1 212036-6-1 Attachment PEMBERTON PEMBERTON GRAPPLE FOR IT28G CES 147430100 147430100 Attachment 2007 EZEE-ON 8550 EZEE-ON 8550 2007 DISC 9.5 FT 32 IN BLADES CES 51789 51789 'Attachment BUSH HOG BUSH HOG HARROW PLOW CES Attachment _ BOBCAT 60 Inch BOBCAT 60 inch BROOM POWER ARTICULATED 60"CES .Attachment 2006 r 2005 BUCKET HIGH TIP ROLL OUT CES Attachment _ 2008 JRB WA380-3 JRB WA380-3 2008 FORKS WHEEL LOADER IT38 CES 1201-82969-1/2 1201-82969-1/2 Attachment _ 1999 LABOUNTY 140HDR LABOUNTY 140HDR 1999 GRAPPLE CES 14468 14468 Attachment 1998 PEMBERTON JD690E PEMBERTON JD690E 1998 GRAPPLE FJD690 OR HITACHI200_ CES 625 3 1098 625 3 1098 Attachment EMPIRE L120C EMPIRE L120C BUCKET 8CY FOR VOLVO 120 CES E-507-8 E-507-8 Attachment LABOUNTY HDR110 LABOUNTY HDR110 GRAPPLE CES 11583 11583 Attachment 1997 LABOUNTY 140HDR LABOUNTY 140HDR 1997 GRAPPLE CES 14455 14455 Attachment 2001 MELROE 66 inch MELROE 66 inch 2001 GRAPPLE TINE CES 425501326 425501326 Attachment . 1998 MELROE 66 inch :MELROE 66 inch 1998 GRAPPLE/BUCKET 66"CES 477002581 477002581 Attachment 1998 MELROE 72 inch MELROE 72 inch 1998 GRAPPLE/BUCKET CES 456100184 456100184 Attachment 1996 EMPIRE +FOR PC300 EMPIRE FOR PC300 1996 SHEAR ADAPTER CES Attachment ROCKLAND 'BR ROCKLAND BR RAKE ROOT DOZER CES DV449A DV449A Attachment 1999 PEMBERTON CAT3203 MDG200 PEMBERTON CAT320 3 MDG200 1999 CONCRETE DENSIFIER CES 08330499 083 3 0499 Attachment MANN MANN GRAPPLE HYDR FOR IT38F CES LX5479 LX5479 Attachment 1996 HARLEY PRO-6 HARLEY PRO-6 1996 RAKE POWER CES P66D022 P66D022 Attachment TINK 7.5 CY TINK 7.5 CY BUCKET TINK IT38F 7.5CV CES LX552 06354E LX552 06354E Attachment _ CATERPILLAR IT-28G CATERPILLAR IT-28G FORKS FOR IT-28 CES 36397 i 36397 Attachment 1998 MELROE 60 inch MELROE 60 inch 1998 GRAPPLE 60"CES 659902763 I659902763 Attachment _ 1997 PEMBERTON IT-38 PEMBERTON IT-38 1997 GRAPPLE RAKE IT 38 CES LR/P-1424-4-1098 LR/P-1424-4-1098 Attachment PEMBERTON PEMBERTON GRAPPLE FOR IT28G CES 1423-3-1098 1423-3-1098 Attachment 1995 �1994 BUCKET DITCHING 66"CES Attachment 1994 EMPIRE 5 TINE EMPIRE 5 TINE 1994 GRAPPLE 5 TINE CES Attachment _ 1997 ROME KG ROME KG 1997 BLADE CLEARING W/C-FRAME CES Attachment 1997 FLECO 980 FLECO 9801997 RAKE W/CLAMPS STACKING CES f Attachment MELROE 66 inch MELROE 66 inch GRAPPLE TINE 66"CES 1232 1232 Attachment 1993 SWEEPSTER L4800AF SWEEPSTER L4800AF 1993 BROOM SNOW W/HYD MOTOR CES 945761 945761 Attachment 1997 MELROE .96 inch MELROE 96 inch 1997 BUCKET 96"CES Attachment 10/27/98 BUCKET IT38F CES 3TL05900 3TL05901 Attachment MELROE MELROE BUCKET BOBCAT CES Attachment BUCKET 96"CES I Attachment TROJAN TROJAN BUCKET ON TROJAN CES Attachment BUCKET 73"SNOW CES Attachment MELROE 78 inch _ IMELROE 78 inch BUCKET 78"CES Attachment FLECO FLECO RAKE ROOT FOR TROJAN CES Attachment _ PRENTICE_ PRENTICE GRAPPLE CES 8701 8701 Attachment _ _ MELROE 6576891 MELROE 6576891 BUCKET CES G88945 G88945 Attachment 1996 SWEEPSTER LH 72 SWEEPSTER LH 72 1996 BROOM CES Attachment MELROE IMELROE BUCKET DIRT ON UNIT 473 CES Attachment 1995 SWEEPSTER LH72 SWEEPSTER LH72 1995 BROOM CES 9547001 9547001 Attachment 2006 BOSS 9 FT BOSS 9 FT 2006 PLOW,SNOW 9 FT 2 IN CES 90619 90619 Attachment MELROE L54 inch MELROE 54 inch BUCKET 54 inch CES Attachment Detailed Equipment List ModrlY, Make Model Description Vin-S/N EquipmentT pe BOSS 9 FT BOSS 9 FT PLOW,SNOW 9 FT 2 IN ON UNIT 34 CES 31643 31643 Attachment BOSS 9 FT BOSS 9 FT PLOW,SNOW 9 FT CES 35220 35220 Attachment BUCKET DIRT FOR 1999 VOLVO 120C CES 92776 {92777 Attachment 1993 1992 GRAPPLE HYDR FOR SWINGER CES I Attachment IBUCKET SWINGER 1.25CY CES Attachment BM 3.25 YDS BM 3.25 YDS BUCKET IT38F 3.25CY CES X3779 X3779 Attachment 2006 BOSS 9 FT BOSS 9 FT 2006 PLOW,SNOW 9 FT 2 IN CES 90808 90808 Attachment CATERPILLAR 6W8900 CATERPILLAR 6W8900 FORKS 416 CAT CES 4500X2472075X600 4500X2472075X600 Attachment 10/26/98 1BUCKET IT28G CES 9Z8955-05 9Z8955-06 Attachment BALDERSON BIT-36-75Q BALDERSON BIT-36-7SQ BUCKET IT38F 7.5CUYD CES 31L06477 3JL06477 Attachment 1/24/06 BUCKET PC300 CES 904833 904834 Attachment 2006 BOSS 9 FT BOSS 9 FT 2006 PLOW,SNOW 9 FT 2 IN ON UNIT 81 CES 90798 90798 Attachment 1996 PRENTICE 120 LOADER PRENTICE 120 LOADER 1996 ATTACHMENT LOADER CES Z204334 Z204334 Attachment PLOWING DISC CES Attachment CORP M-90787 DE NARDI CORP M-90787 ATTACHMENT FORKLIFT CES 2021-9 2021-9 Attachment FARM KING FARM KING AUGER CES Attachment 1994 _KOMATSU PC220 KOMATSU PC220 1994 QUICK ATTACH CES Attachment 1995 1994 QUICK ATTACH CES Attachment 1997 LABOUNTY RT65 LABOUNTY RT65 1997 QUICK CONNECTOR FOR PC300 CES 131847 131847 Attachment EMPIRE FOR PC220 EMPIRE FOR PC220 QUICK TACH ADAPTER CES Attachment LABOUNTY 140HDR LABOUNTY 140HDR GRAPPLE CES 14428 14428 Attachment LABOUNTY 120HDR LABOUNTY 120HDR GRAPPLE CES 12414 12414 Attachment 1995 TRACTOR 185BM GENERAL TRACTOR 185BM 1995 ASPHALT CUTTER CES 1 Attachment VOLVO .3 YD VOLVO 3 YD BUCKET 3YD VOLVO LDR CES Attachment BUCKET FOR 936/IT38 LOADER CES 7780 7781 Attachment 1995 1994 BUCKET HOE 12"CES Attachment DROTT 4 IN 1 DROTT 4 IN 1 BUCKET LOADER CES AZ04408 AZ04408 Attachment DROTT 4 IN 1 31228 DROTT 4IN131228 BUCKET LOADER CES A70A408 A70A408 !Attachment 7/10/91 BUCKET TROJAN LOADER CES _ Attachment BUCKET 64"FOR UNIT#21 CES Attachment LABOUNTY HDR 120 LABOUNTY HDR 120 GRAPPLE 5 TINE CES _ ' Attachment 1997 FLECO D7E 9R5000CQ FLECO D7E 9RS000CQ 1997 RAKE W/O ARMS CES 92102 92102 Attachment KOMATSU D75S KOMATSU D755 RAKE W/CLAMP LOADER CES Attachment RAND SO-100-D INGERSOLL RAND SD-100-D SHEEPSFOOT SHELL CES Attachment RAND SD-100-D INGERSOLL RAND SD-100-D SHEEPSFOOT SHELL CES tAttachment 2006 AMCO F42B 3224 AMCO F42B 3224 2006 FARM DISC 2 ROW 12 FT W/HITCH CES 06020061/676 06020061/676 Attachment HOPPER FEED GREEN CES Attachment 2014 BUSH HOG DSP12 BUSH HOG DSP12 2014 BLADE PULL TYPE 12'EDGE CES 12-00026 12-00026 Attachment RAYFO RAYFO HOOK 18 FT AMP CES 86138 86138 Container EMPIRE FOR PC300 EMPIRE FOR PC300 QUICK TACH ADAPTER CES C597 C597 Attachment 2007 BOBCAT 60 INCH BOBCAT 60 INCH 2007 SWEEPER 60 INCH CES 6707144 6707144 Attachment SEPPI M-225/3 SEPPI M-225/3 TREE/BRUSH MOWER CES 900113 900113 Equipment FARM KING FARM KING AUGER CES Attachment MELROE 6564951 _ MELROE 6564951 BUCKET 36"FOR#39 CES G90181 G90181 Attachment 1997 WAG WAY 54 inch _ WAG WAY 54 inch 1997 BUCKET DIGGING 54"CES Attachment CATERPILLAR CATERPILLAR BUCKET GENERAL PURPOSE CES Attachment 2001 VOLVO 6.5YD VOLVO 6.5YD 2001 BUCKET HIGH TIP ROLL OUT 6 CES 001-94-693 001-94-693 Attachment STEWARD STEWARD GRAPPLE LOG CES Attachment Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type LANG LK LANG LK RAKE ROCK CES Attachment — 1994 (KOMATSU) PC220 FROST(KOMATSU)PC220 1994 RIPPER CES _ Attachment 1997 PEMBERTON IEGR300 PEMBERTON EGR300 1997 GRAPPLE CES 50630297 50630297 Attachment 1995 EMPIRE FOR PC300 EMPIRE FOR PC300 1995 GRAPPLE FOR PC300 CES Attachment _ EMPIRE RR20684 EMPIRE RR20684 BUCKET SAND 3 CY CES 173113 173113 Attachment 1995 MELROE 66 inch MELROE 66 inch 1995 BUCKET SNOW 66"FOR#47 CES 6576900 6576900 Attachment 1999 ' SUBURBAN !SUBURBAN 1999 WRECKING BALL CES Attachment 2000 EMPIRE PC400 EMPIRE PC400 2000 RIPPER FROST PIN ON CES J Attachment • BOBCAT 68 inch BOBCAT 68 inch BROOM POWER ARTICULATED 68"CES 231314104 231314104 Attachment VIRING 96 inch VIRING 96 inch BUCKET SNOW 96"CES Attachment 1995 MILLER BOBCAT 225+ MILLER BOBCAT 225+1995 WELDER CES KF833561 KF833561 Misc. MILLER BOBCAT MILLER BOBCAT WELDER(WAS ON#51)CES KJ283449 KJ283449 Misc. MILLER _ BOBCAT 225NT !MILLER BOBCAT 225NT WELDER CES KH401459 KH401459 Misc. MILLER BOBCAT 225 NT MILLER BOBCAT 225 NT WELDER ONAN ENGINE s/n#KK296545 KK296545 Misc. CI CI WELDER CES Misc. 2020 SNAP-ON MM350XL SNAP-ON MM350XL 2020 WELDER,350A CES Misc. LINCOLN DC-400 LINCOLN DC-400 WELDER W/ACC CES AC-655278 AC-655278 Misc. NORTHERN NORTHERN WELDER AIR GAS CES Misc. MILLER BOBCAT 225NT MILLER BOBCAT 225NT WELDER ONAN ENG CES LA290224 LA290224 Misc. _ 2019 2018 COMPRESSOR,1SHP CES Equipment GENERATOR-CONVERTER CES 11968832 11968833 Equipment MILLERMATIC 200 MILLERMATIC 200 WELDER CES Misc. 2005 HONDA EB3500AA HONDA EB3500AA 2005 GENERATOR CES Equipment ELECTRICAL PANEL BOX CES FROM MAPLE GROVE FROM MAPLE GROVE Equipment 2006 MILLER SUITCASE X-TREME 12V MILLER SUITCASE X-TREME 12V 2006 WELDER SUITCASE CES LG480100W LG480100W Misc. 2006 MILLER 251 MILLER 251 2006 WELDER MIG ARC CES LG160892B LG1608928 Misc. 2006 MILLER BOBCAT 225 (MILLER BOBCAT 225 2006 WELDER GAS ENGINE KOHLER CES LG081679 LG081679 Misc. 2004 NORPRO 1365 NORPRO 1365 2004 MOBILE GENERATOR 12.5KW DIESEL CES Equipment AIR COMPRESSOR CES 58776 58777 Equipment AIR COMPRESSOR CES Equipment DAYTON DAYTON AIR COMPRESSOR CES L030995-00433 L030995-00433 Equipment SANBORN G500BPL6OV SANBORN G500BPL6OV AIR COMPRESSOR CES K2835305 K2835305 Equipment AIR COMPRESSOR CES I Equipment 2005 U S GENERAL U S GENERAL 2005 COMPRESSOR CES Equipment BOWIE 3000 BOWIE 3000 HYDROSEEDER CES 300 296 070 300 296 070 Attachment 2007 ALKLEAN 4005 ALKLEAN 40052007 WASHER PRESSURE&TRAILER CES I Misc. _ ' NORTH STAR NORTH STAR CLEANER STEAM CES Misc. 2001 MACHINE DIV KAMAN MACHINE DIV 2001 POWER UNIT PORTABLE HYDRAU CES HD745 H0745 Equipment 2018 NORTHSTAR NORTHSTAR 2018 WASHER,HOT WATER PRESSURE on TRAILER CES 4K1PT4C17JK006958 4K1PT4C17JK006958 Misc. 2009 TORO 400XT TORO 400XT 2009 MOWER RIDING CES 250000158 250000158 Equipment 2015 DELTAWELD 452 DELTAWELD 452 2015 WELDER MIG CES MF270037CMF310002U MF270037CMF310002U _ Misc. 2010 MILLER BIG 40 MILLER BIG 40 2010 WELDER DIESEL CAT ENGINE CES LC475843 LC475843 Misc. DELTAWELD 300 DELTAWELD 300 WELDER MIG CES Misc. 2005 _ PENGO MDT-20K C1-3-A PENGO MDT-20K C1-3-A 2005 BORING HEAD SYSTEM FOR EXCAVATOR CES I Attachment 2015 PNEUNATIC QR520HPD CHICAGO PNEUNATICQRS2OHPD 2015 COMPRESSOR BAG BLDG CES CAI813261 CAI813261 Equipment 2011 QUINCY QT15 QUINCY QT15 2011 COMPRESSOR UPRIGHT 80 GAL 240V CES QU1101290061 QU1101290061 Equipment 2013 QUINCY ATV-7.5-80AM QUINCY ATV-7.5-80AM 2013 COMPRESSOR UPRIGHT 80 GAL 240V CES UTZ650847 UTZ650847 Equipment MASTER P2000RW ARROW MASTER P2000RW COMPACTOR PLATE W/WATER SYS CES 705P2907 705P2907 Equipment Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2010 CASTAIR CASTAIR 2010 AIR COMPRESSOR-TEMP SHOP TX CES Equipment — 2012 CASTAIR 110312HC2-5 CASTAIR 110312HC2-S 2012 AIR COMPRESSOR CES 604126151 604126151 Equipment 2011 BOBCAT 68 inch BOBCAT 68 inch 2011 BROOM POWER ARTICULATED 68"CES 231318183 231318183 Attachment 2011 BOBCAT 60 inch BOBCAT 60 inch 2011 SWEEPER 60 INCH BOX BROOM CES 714422827 714422827 Attachment 2011 ALKLEAN PH5040DGOD ALKLEAN PH5040DGOD 2011 WASHER DIESEL STEAM CLEANER CES 105940 105940 Misc. — _ DEWALT DP3750 DEWALT DP3750 WASHER PRESSURE CES 1100139739 1100139739 ,Misc. — _ 2014 HOTSY 10756E HOTSY 10758E 2014 WASHER DIESEL STM CLEANER CES 11105660-100625 11105660-100625 Misc. 2017 MILLER BOBCAT 225 MILLER BOBCAT 225 2017 WELDER GAS ENGINE KOHLER 23HP CES MH480907R MH480907R Misc. 2019 MILLER XMT-450 CC/CV MILLER XMT-450 CC/CV 2019 WELDER CES Misc. ELLIS 1600 ELLIS 1600 MITRE BANDSAW CES 16967565 16967565 Misc. 2005 HYD-MECH DM-8 HYD-MECH DM-8 2005 MITRE BANDSAW CES 134606-28A 134606-28A Misc. _ 2006 MONOLITHIC EMIX001 MONOLITHIC EMIX001 2006 CONCRETE MIXER BOBCAT CES MT060127 MT060127 Equipment _ 2018 MILLER IMILLERMATIC 252 MILLER MILLERMATIC 252 2018 WELDER MIG 230V 1PH CES MJ080363N M1080363N Misc. _ 2018 MILLER MILLERMATIC 252 MILLER MILLERMATIC 252 2018 WELDER SPOOLMATIC 30A W/GUN CES MJ3600323T M13600323T Misc. WEATHERHEA T-70 BOSTON WEATHERHEAD T-70 HOSE MACHINE CES Misc. i WEATHERHEA IT-481-110 BOSTON WEATHERHEAD T-481-110 HOSE MACHINE CES 62300 162300 !Misc. 2020 AUTOMOTIVE 34988N1 BOSCH AUTOMOTIVE 34988N1 2020 REFRIGERANT RECLAIMATION MACHINE CES 430450744 430450744 Misc. 2008 2007 2"Tap Machine(Boring)CES Misc. _ 2020 R&M SX40410050P35FBDOS R&M SX41341005OP35FBDOS 2020 CRANE HOIST,5 TON CES _ Misc. _ 2007 OTC GENISYS OTC GENISYS 2007 SCAN TOOL ENGINE DIAGNOSTIC CES MFE51666408 MFE51666408 'Misc. _ 2005 SPX ROBINAIR 34800-2K SPX ROBINAIR 34800-2K 2005 RECLAIMATION PUMP CES Misc. _ 2009 OTC IGENISYS OTC GENISYS 2009 SCAN TOOL ENGINE DIAGNOSTIC CES _ I Misc. _ 2015 j_ ROBINAIR 34988 ROBINAIR 34988 2015 RECLAIMATION PUMP CES 607880 _ 607880 Misc. 2019 LIFT SS11000WD ADVANTAGE LIFT SS11000WD 2019 LIFT,VEHICLE CES SX20190401607 SX201904.01607 Misc. 2005 WACKER BPU 3545A WACKER BPU 3545A 2005 COMPACTOR CES 1584392 1584392 Equipment — 2005 WACKER BPU 3545A WACKER BPU 3545A 2005 COMPACTOR CES 1584393 1584393 Equipment MIKASA MT-65HA MIKASA MT-65HA COMPACTOR CES N2245 N2245 Equipment MIKASA MT-65HA MIKASA MT-65HA COMPACTOR CES N2340 :N2340 Equipment BOMAG BT 65/4 BOMAG BT 65/4 COMPACTOR 68KG CES 101 540 48 7634 101 540 48 7634 Equipment BOMAG BVP18/45 BOMAG BVP18/45 COMPACTOR CES 861834282186 861834282186 Equipment 2020 EDCO C10-13H EDCO C10-13H 2020 SAW,13HP CRACK CHASING,8"BLADE CES Misc. PUMP 4INCH TRASH W/11HP HONDA CES GC05-2730499 GC05-2730500 Equipment HONDA WB2OX HONDA WB2OX PUMP CES WABT-1135466 WABT-1135466 Equipment _ MULTIQUIP QP-40TH MULTIQUIP QP-4OTH PUMP CES 40TH-1530 40TH-1530 Equipment WACKER PT2A WACKER PT2A PUMP 2"TRASH GAS W/SUC&DISC HOSES CES 20163390 20163390 Equipment WACKER PT3A WACKER PT3A PUMP 3"TRASH GAS W/SUC&DIS HOSE CES 24283376 24283376 Equipment _ 1990 RUPP PA6A60F4L GORMAN RUPP PA6A60F4L 1990 PUMP 6"DIESEL CES 1146569 1146569 Equipment 2016 GATOR PUMP SAILFISH GATOR PUMP SAILFISH 2016 PUMP PTO TRAILER CES N162439 N162439 Equipment— _ 2016 GATOR PUMP SAILFISH GATOR PUMP SAILFISH 2016 PUMP PTO TRAILER CES N162440 N162440 Equipment 2017 GATOR PUMP SAILFISH GATOR PUMP SAILFISH 2017 PUMP PTO TRAILER 12"CES Equipment 2015 2014 HYDRAFAB DRILL RIG CES Attachment COLEMAN POWERMATE 6250 COLEMAN POWERMATE 6250 GENERATOR PORTABLE CES 41018 41018 'Equipment COLEMAN POWERMATE 6 250 COLEMAN POWERMATE 6250 GENERATOR PORTABLE CES 050719YD39498 050719YD39498 Equipment TROY-BUILT 1924 TROY-BUILT 1924 GENERATOR PORTABLE CES 1012349416 1012349416 Equipment 2007 2006 Generator 12-14.9KW CES 3740233 3740233 Equipment GENERAC GUARDIAN 0044560 GENERAC GUARDIAN 0044560 GENERATOR STATIONARY LP 12KW CES 3538012 3538012 Equipment 2008 STRATTON 5500 BRIGGS&STRATTON 5500 2008 GENERATOR PORTABLE CES Equipment DEWALT DG4400B DEWALT DG4400B GENERATOR PORTABLE CES 2712002206 2712002206 Equipment I Detailed Equipment List ModelYr Make Model Description Vin-SIN Equipment Type _ CATERPILLAR 3412 CATERPILLAR 3412 ENGINE CES 38516061 38516061 Misc. 2011 MUSTANG GF3 MUSTANG GF3 2011 GENERATOR SELF CONTAINED 40KW CES 20110236 20110236 Equipment MI-T-M 60000MHO MI-T-M 60000MHO GENERATOR PORTABLE CES 40030011 40030011 Equipment MI-T-M 60000MHO MI-T-M 60000MHO GENERATOR PORTABLE CES 40016019 40016019 Equipment MI-T-M 60000MHO MI-T-M 60000MHO GENERATOR PORTABLE CES 40016053 40016053 Equipment 2009 POWERLAND PD10000E POWERLAND PD10000E 2009 GENERATOR PORTABLE CES Equipment 2009 POWERLAND PD10000E POWERLAND PD10000E 2009 GENERATOR PORTABLE CES I Equipment 2008 MAGNUM MLT5200 MAGNUM MLT5200 2008 LIGHT PLANT/20KW GEN CES 831643 831643 Equipment 2008 MAGNUM MLT5200 MAGNUM MLT5200 2008 LIGHT PLANT/20KW GEN CES 831644 831644 Equipment t MULTIQUIP QP3OITA !MULTIQUIP QP3OITA PUMP CES 30ITA-5846 130ITA-5846 Equipment 2007 WACKER PT4S WACKER PT4S 2007 PUMP 4"TRASH GAS CES 5761712 5761712 Equipment 2007 WACKER PT4S WACKER PT4S 2007 PUMP 4"TRASH GAS CES 5831126 5831126 Equipment 2007 WACKER PT4S WACKER PT4S 2007 PUMP 4"TRASH GAS CES 5701846 5701846 (Equipment 2009 POWERLAND PD100 POWERLAND PD1002009 PUMP 4 INCH CES Equipment HONDA WT3OXK3A HONDA WT3OXK3A PUMP 3 INCH CES Equipment MULTIQUIP IQP3TH MULTIQUIP QP3TH PUMP 3INCH CES 19687 19687 Equipment 2015 WACKER PT3H WACKER PT3H 2015 PUMP 3"TRASH DIESEL CES 20280893 20280893 Equipment AMERICAN 155 AMERICAN 155 HEATER TORPEDO CES VGZ155KA VGZ155KA Misc. DAYTON DAYTON HEATER TORPEDO CES 4006380 4006380 Misc. WACKER PDT3A WACKER PDT3A PUMP 3"DIAPHRAM DIESEL CES 20155746 20155746 Equipment 2014 _ TORO 38700 TORO 38700 2014 SWEEPER WALK BEHIND CES 314000590 3140005.90 Equipment 2003 CHICAGO CHICAGO 2003 AIR CURTAIN INCINERATOR SKID CES 161857 161857 Equipment 2003 CHICAGO CHICAGO 2003 AIR CURTAIN BURNER JD MOTOR CES T042390188801 T042390188801 Equipment 2015 TMA •TTMA+AB TMA TTMA+AB 2015 ATTENUATOR WITH ARROW BOARD CES 4593a2410fh089089 4593a2410fh089089 Misc. _ 2003 • WANCO WRLMBSLL2 WANCO WRLMBSLL2 2003 SIGN BOARD CES 5F1 2 5 1 5 1 63 1001449 SF125151631001449 Misc. _ 2015 WANCO WANCO 2015 ARROWBOARD ON TRAILER CES Misc. 2014 • NTS NTS 2014 ROCK BOX/BEDDING BOX CES M14051333 M14051333 Container 2014 NTS NTS 2014 ROCK BOX/BEDDING BOX 9YD CES M14051330 M14051330 Container 2014 ORION tSENTRY ORION SENTRY 2014 PALLET WRAPPER 20"ROLL CES I Misc. SIMPLEX I25T _ SIMPLEX 25T HYDROPRESS H-FRAME CES Misc. INC 142-14 UNI-HYDRO INC 42-14 IRON WORKER 42 TON CES 3P3947X 3P3947X Misc. 1993 STEARNS . STEARNS 1993 MAGNET CES Misc. ENVIRO INS 580E OVM _ THERMO ENVIRO INS 580B OVM PHOTO IONIZER/DATA LOGGER CES 580B-28865-233 580B-28865-233 Misc. 2014 MACHINE Q150 XLS AMERICAN MACHINE Q150 XLS 2014 BORING BAR SET CES Misc. INSCA jT-500E _ TOTALCOMP/INSCA T-500E SCALE DIGITAL 5000 LB CES 5D200110000846 50200110000846 Misc. FAIRBANKS TC/FAIRBANKS SCALE DIGITAL CES 23494 23494 Misc. 1998 MIXER HARVES200 CPC-42192 MARION MIXER HARVES200 CPC-42192 1998 COLORING SYSTEM AND CONVEYOR CES BU9719 BU9719 Equipment 2008 AMERIMULCHJMIDDIE-MITE AMERIMULCH MIDDIE-MITE 2008 COLORING SYSTEM AND CONVEYOR CES MD081630039 MD081630039 Equipment 2011 AMERIMULCH TROM 250 AMERIMULCH TROM 250 2011 COLORING SYSTEM AND CONVEYOR CES Equipment _ 2020 AMERIMULCH MARKSMAN AMERIMULCH MARKSMAN 2020 Colorant Monitoring System CES Equipment 2017 AMERIMULCH TROM 300 AMERIMULCH TROM 300 2017 COLORING SYSTEM AND CONVEYOR CES TR171520046 TR171520046 Equipment 2014 AMERIMULCH SPITFIRE 16 AMERIMULCH SPITFIRE 16 2014 COLORING SYSTEM CES Equipment AMERIMULCH.SPITFIRE AMERIMULCH SPITFIRE COLORING SYSTEM CES Equipment 2007 BRADY GLOBALMARK2 BRADY GLOBALMARK2 2007 LABEL MAKER CES Misc. 2014 2013 FAN SWAMP COOLER CES Misc. 2016 RICE LAKE EZ7011-ST-100-ATV RICE LAKE EZ7011-ST-100-ATV 2016 SCALE TRUCK 100T 11X70 CES 6PY4 6PY4 Misc. C 2012 RICE LAKE EZ7011-ST-100-ATV RICE LAKE EZ7011-ST-100-ATV 2012 SCALE TRUCK 100T 11X70 CES 4RSM 4RSM Misc. BUNCHER SHOP BUILT FELLER BUNCHER SHOP BUILT FELLER BUNCHER/SHEAR CAT 11-38 CES 50157 50157 'Attachment Detailed Equipment List ModelYr Make Model Description Vin-SIN Equipment Type 2010 • GAR-BRO GAR-BRO 2010 CEMENT HOPPER CES 08258C 08258C Attachment 2010 GAR-BRO GAR-BRO 2010 CEMENT HOPPER CES Attachment 2014 UNION 8020022715A UNION 8020022715A 2014 STITCHING HEAD WITH HOT CUTTER CES Misc. 2014 UNION 8020022715A UNION 8020022715A 2014 STITCHING HEAD WITH SUSPENSION CES + Misc. 2006 TOPCON 8110 TOPCON 8110 2006 GPS MOTORGRADER SYSTEM CES MULTIPLE SEE ATTACHMENTS MULTIPLE SEE ATTACHMENTS Misc. 2007 TOPCON 1HZ GPS&GLONASS TOPCON 1HZ GPS&GLONASS 2007 GPS BASE STATION CES Misc. _ 2007 TOPCON TOPCON 2007 HIPER PLUS ROVER CES I Misc. 2008 TOPCON TP-L46GV TOPCON TP-L46GV 2008 LASER PIPE LEVEL AND REMOTE CES VD0108 VD0108 Misc. 2007 TOPCON TOPCON 2007 SLOPE SENSOR CES Misc. — TOPCON FC-250 TOPCON FC-250 DATA CONNECTORS(2 EA)W/TRIPOD CES L12124/L12131 L12124/L12131 Misc. 2010 TOPCON TOPCON 2010 HIPER GA BASE-ROVER KIT CES Misc. 2011 TOPCON TOPCON 2011 HIPER GA BASE-ROVER KIT CES 49073 49073 Misc. _ 2014 TOPCON TOPCON 2014 GPS SET ON D6N DOZER CES Misc. 2015 TOPCON TOPCON 2015 HIPER&BASE SET CES Misc. 2015 TOPCON TOPCON 2015 HIPER&OAF BUNDLF CFS Misc. 2015 63i X-63i Topcon 3D X-63i X-63i 2015 Topcon GPS equipment CES Misc. _ 2016 GRUMMAN NORTHRUP GRUMMAN 2016 QUADCOPTER DRONE&SOFTWARE PACKAGE CES Misc. 2016 SYSTEMS M30F MCPHERSON SYSTEMS M30F 2016 TRENCH BURNER 30'CES 1116160 1116160 Equipment 2016 SYSTEMS M30F MCPHERSON SYSTEMS M30F 2016 TRENCH BURNER 30'CES 1116140 1116140 Equipment 2016 SYSTEMS M30F MCPHERSON SYSTEMS M30F 2016 TRENCH BURNER 30'CES 1116150 1116150 Equipment 2016 SYSTEMS M3OF MCPHERSON SYSTEMS M3OF 2016 TRENCH BURNER 30'CES 1216180 1216180 Equipment 2016 DESTRUCT CP2000 AIR CURTAIN DESTRUCT CP2000 2016 TRENCH BURNER 20'CES Equipment 2015 LTD LVS-3TMM LOADSCAN LTD LVS-3TMM 2015 VOLUMETRIC SCAN SYSTEM MOBILE CES Misc. 2018 MCPHERSON M30F MCPHERSON M3OF 2018 TRENCH BURNER 30'CES O418330 0418330 Equipment 2018 MCPHERSON M30F MCPHERSON M3OF 2018 TRENCH BURNER 30'CES 0618350 0618350 Equipment 2005 MANDALAY 42 FT MANDALAY 42 FT 2005 MOTOR HOME 42 FT CES 4UZABFDC45CU44120 4UZABFDC45CU44120 Trailer Light 2006 IDLE TIME 2875 FRKSS IDLE TIME 2875 FRKSS 2006 REC VEHICLE HOME 34 FT CES 1A9AA02NX6A014456 1A9AA02NX6A014456 Trailer Light 2012 JAYCO 32TSBH JAYCO 32TSBH 2012 REC VEHICLE HOME 32 FT CES 1WBJOBS2C18V0070 1UJBJDBS2C18V0070 Trailer Light 2011 FOREST RIVER CARDINAL FOREST RIVER CARDINAL 2011 REC VEHICLE 5TH WH 32 FT CES 4X4FCAG2XBG096805 4X4FCAG2XBG096805 Trailer Light 2017 FOREST RIVER'358L FOREST RIVER 35BL 2017 REC VEHICLE 5TH WH 40 FT CES SZT3SPOBXHF491914 SZT3SPOBXHF491914 Trailer Light 2007 JAYCO 328 RLS JAYCO 328 RLS 2007 R/V,32 ft CES 1UJBJ02R171EA0315 1UJB102R171EA0315 Trailer Light 2018 JAYFLIGHT 212QBW JAYFLIGHT 212QBW 2018 R/V,28 ft CES 1UJBJOBL8175Z0499 1UJBJOBL8J75Z0499 Trailer Light 2018 JAYFLIGHT 212QBW JAYFLIGHT 212QBW 2018 R/V,28 ft CES 1UJBJOBL6175Z0582 1UJBJOBL6J75Z0582 Trailer Light 2018 JAYFLIGHT 212QBW __ JAYFLIGHT 212QBW 2018 R/V,28 ft CES 1UJBJ08L5J75Z0587 1UJBJOBL5175Z0587 Trailer Light 2018 JAYFLIGHT 212QBW JAYFLIGHT 212QBW 2018 R/V,28 ft CES 1UJBJOBL9J75Z0589 1UJBJOBL9J75Z0589 Trailer Light 2019 COLEMAN 4,264RLWE COLEMAN 264RLWE 2019 R/V,30 ft CES 4YDT26425KY938602 4YDT26425KY938602 Trailer Light 2019 COLEMAN 264RLWE COLEMAN 264RLWE 2019 R/V,30 ft CES 4YDT26428KY938612 4YDT26428KY938612 Trailer Light 2019 COLEMAN 264RLWE COLEMAN 264RLWE 2019 R/V,30 ft CES 4YDT2642XKY938613 4YDT2642XKY938613 Trailer Light 2017 COLEMAN LANTERN 26BH COLEMAN LANTERN 26BH 2017 R/V,26 ft Bunkhouse,conventional CES 4YDT26226HM930463 4YDT26226HM930463 Trailer Light 2018 FOREST RIVER:CATALINA 26 BH FOREST RIVER CATALINA 26 BH 2018 RN,26 ft Bunkhouse,conventional CES 5ZT2CARB7JK001869 5ZT2CARB7JK001869 Trailer Light 2006 GULF STREAM CAVALIER GULF STREAM CAVALIER 2006 2 ROOM 8'X 32'CES 1NL1GTR2861066640 1NL1GTR2861066640 Trailer Light 2006 GULF STREAM CAVALIER GULF STREAM CAVALIER 2006 GUTTED FOR OFFICES'X 32'CES 1NL1GTR2961014160 1NL1GTR2961014160 Trailer Light 2021 COLEMAN LT 262BH COLEMAN LT 262BH 2021 R/V 26 ft CES 4YDT26226MM932532 4YDT26226MM932532 Trailer Light 2021 COLEMAN LT 262BH COLEMAN LT 262BH 2021 RN 26 ft CES 4YDT26224MM932531 4YDT26224MM932531 Trailer Light 2020 COLEMAN ILT 262BH _ COLEMAN LT 262BH 2020 R/V 26 ft CES 4YDT26223LH932625 4YDT26223LH932625 Trailer Light 2019 FOREST RIVER 291 BHS FOREST RIVER 291 BHS 2019 R/V 29 ft CES 5ZT2CAUB6K4032611 5ZT2CAUB6K4032611 •Trailer Light 2007 DISPLAYS SKYLINE DISPLAYS 2007 MARKETING DISPLAY 10 X 30 CES Misc. 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A69CEB45336 1FDBF2A69CEB45336 Truck Light Class 2 Detailed Equipment List Model Yr Make Model Description VinSIN Equipment Type 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A6XCEB45278 1FDBF2A6XCEB45278 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A67CEC96742 1FDBF2A67CEC96742 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A68CEA94024 1FDBF2A68CEA94024 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A64CEA94067 1FDBF2A64CEA94067 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A63CEB75352 1FDBF2A63CEB75352 Truck Light Class 2 _ 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A60CEA93966 1FDBF2A60CEA93966 Truck Light Class 2 _ 2012 FORD !F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A68DEB65501 1FDBF2A68DEB65501 Truck Light Class 2 _ 2013 FORD F250 FORD F250 2013 TRUCK PICKUP CES 1FDBF2A61DEB63699 1FDBF2A61DEB63699 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A64CEA93842 1FDBF2A64CEA93842 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A6OCEC83797 1FDBF2A60CEC83797 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A67CEB75385 1FDBF2A67CEB75385 Truck Light Class 2 2013 • FORD _ F250 FORD F250 2013 TRUCK PICKUP CES 1FDBF2A6ODEB25672 1FDBF2A60DEB25672 Truck Light Class 2 2012 FORD F250 !FORD F250 2012 TRUCK PICKUP CES 1FDBF2A60CEB45323 1FDBF2A60CEB45323 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A68CED00717 1FDBF2A68CED00717 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A65CEB45320 11FDBF2A65CEB45320 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A64CEB45325 1FDBF2A64CEB45325 Truck Light Class 2 2012 FORD F250 FORD F250 2012 TRUCK PICKUP CES 1FDBF2A610EC77765 1FDBF2A610EC77765 Truck Light Class 2 2009 GMC SIERRA 1500 GMC SIERRA 1500 2009 TRUCK PICKUP CES 1GTEK39079Z217509 1GTEK39079Z217509 Truck Light Class 2 2006 FORD F150 FORD F150 2006 TRUCK PICKUP CES 1FTPW14V26FB11731 1FTPW14V26FB11731 Truck Light Class 2 _ 2009 DODGE RAM 1500 DODGE RAM 1500 2009 TRUCK PICKUP CES 1D3HV18T795793895 1D3HV18T795793895 Truck Light Class 2 2016 GMC SIERRA 1500 GMC SIERRA 1500 2016 PICKUP 2WD 1/2 TON CES 1GTN1LBC4GZ901644 1GTN1LBC4GZ901644 Truck Light Class 2 --H 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR27C427411 2HSCEAPR27C427411 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR47C427118 2HSCEAPR47C427118 - Truck Heavy Class 8 2007 AL 92001 _ INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR77C427419 2HSCEAPR77C427419 Truck Heavy Class 8 __I 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR37C427420 2HSCEAPR37C427420 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPRX7C475495 2HSCEAPRX7C475495 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR87C475494 2HSCEAPR87C475494 Truck Heavy Class 8 2007 _ AL 92001 'INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR47C475492 2HSCEAPR47C47S492 Truck Heavy Class 8 2007 _ AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAHR47C392174 2HSCEAHR47C392174 Truck Heavy Class 8 2007 AL 92001 1INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR27C427618 I2HSCEAPR27C427618 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR47C427619 2HSCEAPR47C427619 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181(not roadworthy)CES 2HSCEAPR37C427630 2HSCEAPR37C427630 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPRX7C364736 2HSCEAPRX7C364736 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCNSCR07C545954 2HSCNSCR07C545954 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR07C427620 2HSCEAPRO7C427620 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCNSCRX7C557707 2HSCNSCRX7C557707 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCNSCR37C557712 2HSCNSCR37C557712 Truck Heavy Class 8 2007 AL 92001 INTERNATIONAL 92001 2007 TRACTOR SEMI DAY CAB WB 181 CES 2HSCEAPR47C366563 _ 2HSCEAPR47C366563 Truck Heavy Class 8 2007 AL _ 94001 SBA(6X4) INTERNATIONAL 94001 SBA(6X4)2007 TRACTOR SEMI DAY CAB CES 2HSCNSCR77C557714 2HSCNSCR77CS57714 Truck Heavy Class 8 2013 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2013 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPR7DN363084 3HSDJAPR7DN363084 Truck Heavy Class 8 2014 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2014 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPR1EN766995 3HSDJAPR1EN766995 _ Truck Heavy Class 8 2014 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2014 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPROEN766972 3HSDJAPROEN766972 'Truck Heavy Class 8 2014 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2014 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPR3EN767016 _ 3HSDJAPR3EN767016 Truck Heavy Class 8 2014 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2014 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPR8EN785253 3HSDJAPREEN785253 Truck Heavy Class 8 2014 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2014 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPR9EN767019 I 3HSDJAPR9EN767019 Truck Heavy Class 8 2014 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2014 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPR6EN785283 3HSDJAPR6EN785283 Truck Heavy Class 8 2015 AL PROSTAR(6X4)___._ INTERNATIONAL PROSTAR(6X4)2015 TRACTOR,SEMI DUAL AXLE CES 1HSDJAPROFH117975 1HSDJAPROFH117975 Truck Heavy Class 8 2015 AL PROSTAR(6X4) INTERNATIONAL PROSTAR(6X4)2015 TRACTOR,SEMI DUAL AXLE CES 1HSDJAPR1FH117886 1HSDJAPR1FH117886 Truck Heavy Class 8 1 1 Detailed Equipment List ModelYr Make Model Description Vin-SIN Equipment Type 2015 AL PROSTAR(6X4) 'INTERNATIONAL PROSTAR(6X4)2015 TRACTOR,SEMI DUAL AXLE CES 3HSDJAPR8FN118393 3HSDJAPR8FN118393 Truck Heavy Class 8 2008 FORD F550 FORD F550 2008 TRUCK BUCKET CES 1FDAF57R58ED46401 1FDAFS7R58ED46401 Truck Medium Class 5 2009 CHEVROLET C8500 CHEVROLET C8500 2009 TRUCK BUCKET CES 1GBS8C4B89F406458 1GBS8C4B89F406458 Truck Heavy Gass 8 2010 ` AL 4300 INTERNATIONAL 4300 2010 TRUCK BUCKET CES 1HTMMAAN2AH213303 1HTMMAAN2AH213303 ,Truck Medium Class 6 _ 2008 FORD F550 FORD F550 2008 TRUCK BUCKET CES 1FDAF57R88ED23341 1FDAF57R88ED23341 Truck Medium Class 5 2008 FORD F550 FORD F550 2008 TRUCK BUCKET CES 1FDAF57R48EC84523 1FDAF57R48EC84523 Truck Medium Class 5 — 2010 FORD F550 FORD F550 2010 TRUCK BUCKET CES 1FDAFSGR5AEA39932 1FDAFSGRSAEA39932 Truck Medium Class 5 — 2008 AL 7400 INTERNATIONAL 7400 2008 TRUCK BUCKET CES 1HTWHAAR381568208 1HTWHAAR38J568208 Truck Heavy Class 8 2020 AL HV607 INTERNATIONAL HV607 2020 TRUCK,BUCKET CES 3HAEKTAT2ML107243 3HAEKTAT2ML107243 Truck Heavy Class 8 _ 2006 PETERBILT 335 PETERBILT 335 2006 TRUCK ROLL OFF CES 2NPLLZ0X26M887918 2NPLLZOX26M887918 Truck Heavy Class 7 _ 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3925FS819043 159D53925FS819043 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3929FS819045 11S9DS3929F5819045 Trailer Heavy 2015 _ SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3920FS819046 '159E 53920F5819046 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159DS3922FS819047 1S9DS3922FS819047 Trailer Heavy _ 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3924F5819048 1S9DS3924F5819048 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53926FS819049 1S9DS3926F5819049 Trailer Heavy _ _ 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159D53922FS819050 1S9DS3922FS819050 Trailer Heavy T 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1590S3926F5819052 159D53926F5819052 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3928F5819053 159D53928F5819053 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS392XFS819054 1S9DS392XF5819054 Trailer Heavy — 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53921F5819055 1S9DS392115819055 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53923FS819056 159DS3923F5819056 Trailer Heavy _ 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159DS3925F5819057 1S9D53925F5819057 Trailer Heavy _ 2015 _ SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159DS3927FS819058 1S9DS3927FS819058 Trailer Heavy _ 2015 _ SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3929FS819059 1S9DS39291S819059 Trailer Heavy _ 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159D53925F5819060 1S9DS392515819060 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159DS3927FS819061 1S9D53927F5819061 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3929FS819062 1S9DS3929FS819062 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53920FS819063 1S9DS3920F5819063 Trailer Heavy _. T 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159D53922FS819064 159DS3922F5819064 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53924FS819065 1S9DS39241S819065 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53926FS819066 1S9DS3926FS819066 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159D53928FS819067 1S9D53928FS819067 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS392XFS819068 1S9DS392XFS819068 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159DS3922F5819095 1S9D53922FS819095 Trailer Heavy 2015 SDI iTANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159DS3924FS819096 1S9D53924F5819096 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D5392X1S819099 1S9D5392XFS819099 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159D53925F5819110 1S9DS3925FS819110 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3927FS819111 159DS3927FS819111 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3920F5819113 1S9DS3920FS819113 Trailer Heavy 2015 SDI .TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159DS3922FS819114 1S9DS3922F5819114 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 159053924E5819115 159D53924FS819115 Trailer Heavy 2015 SDI _TANDEM _ SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9DS3926FS819116 159DS3926FS819116 Trailer Heavy _ 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53928F5819117 1S9DS3928F5819117 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 15905392XF5819118 159D5392XFS819118 Trailer Heavy 2015 SDI TANDEM SDI TANDEM 2015 TRAILER SIDE DUMP TANDEM CES 1S9D53921F5819119 1S9DS3921F5819119 Trailer Heavy 2000 TRAILMOBILE TRAILMOBILE 2000 LIVE FLOOR TRAILER SOFTSIDE CES 1PTO1ABHSV9016157 1PT01ABHSY9016157 Trailer Heavy 2000 TRAILMOBILE !TRAILMOBILE 2000 LIVE FLOOR TRAILER SOFTSIDE CES 1PTO1ABH7Y9016158 1PTO1ABH7Y9016158 Trailer Heavy Detailed Equipment List ModelYr Make Model Description VinS/N Equipment Type 1995 EAST EAST 1995 LIVE FLOOR TRAILER-SCALE INSTA CES 1E1U1Y284SRG17406 1E1U1Y2845RG17406 Trailer Heavy 1997 EAST EAST 1997 LIVE FLOOR TRAILER CES 1E1U1Y284VRE20255 1E1U1Y284VRE20255 Trailer Heavy 2004 TITAN 48 TITAN 48 2004 LIVE FLOOR TRAILER-SCALE INSTA CES 2K9WF1L274H035008 2K9WF1L274H035008 Trailer Heavy 2004 TITAN 48 TITAN 48 2004 LIVE FLOOR TRAILER CES 2K9WF1L204H035237 2K9WF1L204H035237 .Trailer Heavy _ 1995 EAST EAST 1995 LIVE FLOOR TRAILER CES 1E1U1Y286SRL18500 1E1U1Y286SRL18500 Trailer Heavy 2010 GREAT DANE GREAT DANE 2010 TRAILER FLATBED 36'X 108"CES 1GRDM7329AH712592 1GRDM7329AH712592 Trailer Heavy 2019 LOAD KING 503/554 LOAD KING 503/554 2019 TRAILER LOWBOY CES 5LKL54358K1030861 5LKL54358K1030861 Trailer Heavy 2019 LOAD KING FL201-37 LOAD KING FL201-37 2019 AXLE PIN ON CES 5LKF05115J1030798 5LKF0511511030798 Trailer Heavy 2019 FONTAINE MAGNITUDE 55H i FONTAINE MAGNITUDE 55H 2019 TRAILER LOWBOY CES 57JE53306K3575808 571E53306K3575808 Trailer Heavy 2019 FONTAINE AXLE MAGNITUDE !FONTAINE AXLE MAGNITUDE 2019 AXLE PIN ON CES 571M05107K35P1579 571M05107K35P1579 Trailer Heavy 2002 COZAD RGN COZAD RGN 2002 TRAILER,LOWBOY RGN CES 1C9WL452221772042 1C9WL452221772042 Trailer Heavy 2017 FELLING FT40-2 FELLING FT40-2 2017 TRAILER 40K GVW CES 5FTCF322011001775 5FTCF3220J1001775 Trailer Heavy 2017 FELLING f FT40-2 FELLING FT40-2 2017 TRAILER 40K GVW CES 5FTCF3222J1001759 _ 5FTCF3222J1001759 !Trailer Heavy 2017 FELLING FT40-2 FELLING FT40-2 2017 TRAILER 40K GVW CES 5FTCF3226J1002171 5FTCF3226J1002171 Trailer Heavy 2017 FELLING FT40-2 FELLING FT40-2 2017 TRAILER 40K GVW CES 5FTCF3224J1003898 5FTCF3224J1003898 Trailer Heavy 2017 _FELLING FT40-2 FELLING FT40-2 2017 TRAILER 40K GVW CES 5FTCF322011003882 5FTCF3220J1003882 Trailer Heavy 2011 HILLTOP 10X36 HILLTOP 10X36 2011 TRAILER,OFFICE 10 x 36 CES 9904 9904 Trailer Light 2019 CREEK_ EV990 THUNDER CREEK EV990 2019 TRAILER FUEL TANDEM 12K CES 56ZL1UF20JP000692 56ZL1UF2OJP000692 Trailer Light 2019 CREEK EV990 THUNDER CREEK EV990 2019 TRAILER FUEL TANDEM 12K CES 56ZL1UF21JP000667 56ZL1UF21JP000667 Trailer Light 2019 CREEK_ MTT920 THUNDER CREEK MTT920 2019 TRAILER,FUEL MULTI-TANK,ROAD LEGAL CES 56ZL1U120KP000992 56ZL11.1120KP000992 Trailer Light 2021 CREEK MTT690 THUNDER CREEK MTT690 2021 TRAILER,FUEL MULTI-TANK,ROAD LEGAL,690 CES 56ZL1UF2OMP000129 56ZL1UF2OMP000129 Trailer Light 2021 PJ TRAILER UK122 PJ TRAILER UK122 2021 TRAILER,SIGNAGE CES 3CVUK1223M2622957 3CVUK1223M2622957 Trailer Light 2020 _ FELLING FT14 FELLING FT14 2020 TRAILER,14K TILT DECK CES 5FTBE2522L2001388 5FTBE2522L2001388 Trailer Light 2020 FELLING `XF-110-3 HDG FELLING XF-110-3 HDG 2020 TRAILER,LOWBOY CES 5FTSL5332M1000882 5FTSL5332M1000882 Trailer Heavy 2019 BIG TEX 114GN-208K+5 BIG TEX 14GN-20BK+5 2019 TRAILER,GOOSENECK CES 16VGX2029K6068230 I16VGX2029K6068230 Trailer Heavy 2017 BIG TEX 14ET BIG TEX 14ET 2017 TRAILER UTILITY 14K GVW CES 16VEX2028H2083437 16VEX2028H2083437 Trailer Heavy 2017 LOAD TRAIL EQ102-20T7-MPD LOAD TRAIL EQ102-20T7-MPD 2017 TRAILER UTILITY 14K GVW CES 4ZECH2022H1139048 4ZECH2022H1139048 Trailer Heavy 2018 LOAD TRAIL EQ102-20T7-MPD !LOAD TRAIL EQ102-20T7-MPD 2018 TRAILER UTILITY 14K GVW w/ramps CES 4ZECH2429J1152220 4ZECH242911152220 Trailer Heavy 2017 LOAD TRAIL T83-16+4T7T-G LOAD TRAIL T83-16+4T7T-G 2017 TRAILER UTILITY 14K GVW,Tilt Deck CES 4XETD2024H1141136 4XETD2024H1141136 Trailer Heavy 2018 LOAD TRAIL T83-16+4T7T-G i LOAD TRAIL T83-16+4T7T-G 2018 TRAILER UTILITY 14K GVW,Tilt Deck CES 4ZETD202XJ1150459 4ZETD202XJ1150459 Trailer Heavy 2011 TOWMASTER T10DD ITOWMASTERT1ODD 2011 TRAILER UTILITY 10K GVW CES 4KNUC14248L160417 4KNUC1424BL160417 Trailer Heavy 2019 BIG TEX '14GN20+5 SR BIG TEX 14GN20+5 SR 2019 TRAILER 20'GOOSENECK 16K CES 16VGX202XK6086056 16VGX202XK6086056 Trailer Heavy 2019 SPARTAN SP SPARTAN SP 2019 TRAILER,CARGO 6 x 12 CES 50XBE1222KA014514 50XBE1222KA014514 Trailer Light 2019 CARRY-ON CX12CGECTP CARRY-ON CX12CGECTP 2019 TRAILER,CARGO CES 4YMBC1215KR002883 4YMBC1215KR002883 Trailer Light 2019 CARRY-ON CX12CGECTP CARRY-ON CX12CGECTP 2019 TRAILER,CARGO CES 4YMBC1216KR002889 4YMBC1216KR002889 Trailer Light 2019 _HAULMARK PP61252 HAULMARK PP612S2 2019 TRAILER,CARGO CES 7KD1E1216KU001032 7KD1E1216KU001032 Trailer Light 2019 HAULMARK IPP61252 HAULMARK PP61252 2019 TRAILER,CARGO CES 7KD1E1213KU001053 7KD1E1213K0001053 Trailer Light 2019 _HAULMARK PP612S2 HAULMARK PP612S2 2019 TRAILER,CARGO CES 7KD1E1219K0001056 7KD1E1219K0001056 Trailer Light 2019 HAULMARK PP61252 HAULMARK PP612S2 2019 TRAILER,CARGO CES 7KD1E1211K0001066 47KD1E1211K0001066 Trailer Light 2019 CARRY-ON 6X12CGRECTP CARRY-ON 6X12CGRECTP 2019 TRAILER,CARGO CE54YMBC1218KR003994 I 4YMBC1218KR003994 Trailer Light 2019 CARRY-ON 6X12CGRECTP CARRY-ON 6X12CGRECTP 2019 TRAILER,CARGO CES 4YMBC1217KR003999 4YMBC1217KR003999 Trailer Light 2019 CARRY-ON 6X12CGRECTP CARRY-ON 6X12CGRECTP 2019 TRAILER,CARGO CES 4YMBC1218KR004000 4YMBC1218KR004000 Trailer Light 1996 STOUGHTON TRL SE STOUGHTON TRL SE 1996 TRAILER,SEMI CARGO CE51DW1A532XTS005608 1DW1A532XTS005608 Trailer Light 2014 MCCLOSKEY 36X80 TRACKSTACKER MCCLOSKEY 36X80 TRACKSTACKER 2014 CONVEYOR 36X80 CES 82788 82788 Equipment 2014 MCCLOSKEY 36X80 TRACKSTACKER MCCLOSKEY 36X80 TRACKSTACKER 2014 CONVEYOR 36X80 CES 82789 82789 Equipment 2014 MCCLOSKEY 48X80 TRACKSTACKER !MCCLOSKEY 48X80 TRACKSTACKER 2014 CONVEYOR 48X80 CES 84006 84006 Equipment 2017 STACKERS LL 36X80 PORTABLE STACKERS LL 36X80 2017 CONVEYOR 36X80 CES I Equipment 2017 KEESTRACK 55-40X75 iKEESTRACK S5-40X75 2017 CONVEYOR TRACKED 40X75 CES 04-KS195 04-KS195 Equipment Detailed Equipment List ModelYr Make Model Description Vin-S N Equipment Type 2018 KEESTRACK S5-.40X75 KEESTRACK S5-40X75 2018 CONVEYOR TRACKED CES 04-KS238 04-KS238 Equipment 2018 BARFORD TR8036 BARFORD TR8036 2018 CONVEYOR TRACKED 36X65 CES KE-TR8036-C-A-160 KE-TR8036-C-A-160 Equipment 2021 BARFORD TR8048M BARFORD TR8048M 2021 CONVEYOR,TRACKED 48"x80'CES KE-TR8048M-C-A-424 KE-TR8048M-C-A-424 Equipment 2021 BARFORD TR10O48M BARFORD TR10048M 2021 CONVEYOR,TRACKED 48"x 100'CES KE-TR10O48M-C-A-468 KE-TR10048M-C-A-468 Equipment 2012 VECOPLAN VECOPLAN 2012 UNLOADER WALKING FLOOR CES _ Equipment 2017 JP CONVEYORS 30X60 JP CONVEYORS 30X60 2017 CONVEYOR RADIAL STACKER 30X60 ELECT 20HP CES 306 306 Equipment _ 2017 JP CONVEYORS 30X60 JP CONVEYORS 30X60 2017 CONVEYOR RADIAL STACKER 3DX60 ELECT 2OHP CES 307 307 Equipment 2021 ECOVERSE ECOSIFT ECOVERSE ECOSIFT 2021 MATERIALS SORTER SYSTEM CES 2599 7101 2599 7101 Equipment 2019 • ASCO Dillman Voygager 120 ASCO Dillman Voygager 120 2019 ASPHALT PLANT CES 18-208 18-208 Equipment 2019 WESTERN STRIKER WESTERN STRIKER 2019 SANDER ON UNIT 49 CES Equipment 2017 APEX IS30HLBTHD APEX IS30HLBTH0 2017 BOX ROLL OFF 30YD TUB CES I Container 2017 APEX IS30HLBTHD APEX IS30HLBTHD 2017 BOX ROLL OFF 30YD TUB CES Container 2017 APEX RDS3OROBT APEX RDS3OROBT 2017 BOX ROLL OFF 30YD TUB CES Container _ 2019 WELDING _ ALLOY WELDING 2019 CONTAINER,WASTE 30 YD w/Divider CES Container •CONTAINER,5 x 8 CES USMU1106230 USMU1106230 Container CONTAINER,5 x 8-Hose Machine and Supplies CES USMU1108229 USMU1108230 Container CONTAINER,5 x 8 CES USMU1116513 USMU1116513 Container 2018 2017 CONTAINER OPEN TOP 20-on Tag Trailer CES DAYU 250356-9 DAYU 250356-9 Trailer Heavy 2018 2017 CONTAINER OPEN TOP 20'on Tag Trailer 265 CES POCU 402768-1 POCU 402768-1 Trailer Heavy _ 2018 _ 2017 CONTAINER 10X8 CES HCZU 200451-2 _ HCZU 200451-2 Container _ SWENSON EV150 SWENSON EV150 SANDER,ON UNIT 136 6.7 CU YD CES 1011-4778 _ 1011-4778 Equipment CONTAINER 8X8,Grinder Support CES USAU 024361-4 USAU 024361-5 Container CONTAINER 8X8 CES USAU 743896-3 USAU 743896-4 Container CONTAINER 10'CES FLXU 143561-5 FLXU 143561-6 Container 2017 2017 CONTAINER OPEN TOP 20'on Tag Trailer CES - Trailer Heavy 2017 2017 CONTAINER OPEN TOP 20'on Tag Trailer CES Trailer Heavy 2017 i2O17 CONTAINER OPEN TOP 20'on Tag Trailer CES Trailer Heavy 2017 12017 CONTAINER OPEN TOP 20'on Tag Trailer CES ! Trailer Heavy 2017 2016 CONTAINER OPEN TOP 20'on Tag Trailer CES SLSU 310304-5 SLSU 310304-5 Trailer Heavy 2017 2017 CONTAINER OPEN TOP 20'on Tag Trailer CES Trailer Heavy 2017 2016 CONTAINER 20'CES VALU 200259 0 VALU 200259 0 Container 2017 2016 CONTAINER 10'CES ARTU 107042-1 ARTU 107042-1 Container 2017 2016 CONTAINER 20'CES ARTU 220152-6 ARTU 220152-6 Container 2017 2016 CONTAINER 20'CES ARTU 203569-9 ARTU 203569-9 Container 2015 2014 CONTAINER 10'CES FBXU 819002-2 FBXU 819002-2 Container 2016 2015 CONTAINER 40'CES PHTU 400059-4 PHTU 400059-4 Container 2015 2014 CONTAINER 40'CES OKFU 508182-0 IOKFU 508182-0 Container 2017 2016 CONTAINER 40'CES ARTU 402072-2 ARTU 402072-2 Container 2020 i 2019 CONTAINER 6'CES BSLU 060107-1 BSLU 060107-1 Container CONTAINER 20'CES RGHU 107061-1 RGHU 107061-0 Container CONTAINER 20'CES MANU 341124-5 MANU 341124-6 Container CONTAINER 20'CES WSCU 325910-1 WSCU 325910-0 Container CONTAINER 20'CES WSCU 325242-3 WSCU 325242-4 Container CONTAINER 40'CES TGHU 775109-1 _ TGHU 775109-0 Container 200B 2007 CONTAINER 40'CES FSCU 476595-4 FSCU 476595-4 Container 2019 VERMEER TG7000 VERMEER TG7000 2019 GRINDER,TUB CES 1VRY46365K10O1O71 1VRY46365K10O1071 Equipment 2001 DIAMOND Z 14638 DIAMOND Z 1463B 2001 GRINDER TUB CES 147260 _ 147260 Equipment 2013 DOPPSTADT 3060K Type C DOPPSTADT 3060K Type C 2013 SHREDDER SLOW-SPEED TRACKED CES 194 194 jAttachment Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type _ 2016 VERMEER_HG6000 VERMEER HG6000 2016 GRINDER HORIZ.TRAILER CES 1VRY44318F1001077 1VRY44318F1001077 Attachment _ 2015 VERMEER HG6000 VERMEER HG6000 2015 GRINDER HORIZ.TRAILER CES 1VRY39310F1001087 1VRY39310F1001087 Attachment _ 2018 VERMEER HG6800TX VERMEER HG6800TX 2018 GRINDER HORIZ.W/TRAILER DOLLY CES 1VRK48047J1000104 1VRK4804711000104 Attachment _ 2018 VERMEER HG6800TX VERMEER HG6800TX 2018 GRINDER HORIZ.W/TRAILER DOLLY CES 1VRK4804X11000114 1VRK4804XJ1000114 Attachment 2018 t VERMEER HG6800TX VERMEER HG6800TX 2018 GRINDER_HORIZ.W/TRAILER DOLLY CES 1VRK48048J1000130 1VRK48048J1000130 Attachment 2018 VERMEER TG7000 VERMEER TG7000 2018 GRINDER 11'TUB ON TRI-AXLE CES 1VRY46367K1001072 1VRY46367K1001072 Equipment 2019 VERMEER HG6800TX VERMEER HG6800TX 2019 GRINDER HORIZ.W/TRAILER 1412A CES 1VRK4804XK1000132 1VRK4804XK1000132 Attachment 2005 CATERPILLAR M313C CATERPILLAR M313C 2005 EXCAVATOR WHEELED BUCKET/THUMB CES CATM313CJBDR02178 CATM313CJBDR02178 Equipment 2020 VERMEER HG6800TX VERMEER HG6800TX 2020 GRINDER HORIZ.W/TRAILER DOLLY CES 1VRK48047L1000168 1VRK48047L1000168 Attachment 2011 . VOLVO EC210C VOLVO EC210C 2011 EXCAVATOR MARSH CES VCEC210CV00111421 1VCEC210CV00111421 Equipment _ 2009 CATERPILLAR M316D 'CATERPILLAR M316D 2009 EXCAVATOR WHEEL BUCKET/THUMB CES CATM316DPW6A01102 CATM316DPW6AD1102 _ Equipment 2015 DEERE 290G DEERE 290G 2015 EXCAVATOR CES EE706256 .EE706256 Equipment I 2019 CATERPILLAR 1330F TC CATERPILLAR 330F TC 2019 EXCAVATOR W/HYDRAULIC THUMB CES CAT0330FVHCK20220 CAT0330FVHCK20220 Equipment _ 2017 CATERPILLAR 336F _ CATERPILLAR 336F 2017 EXCAVATOR CES ORKB20064 ORKB20064 Equipment _ 2015 CATERPILLAR 336F CATERPILLAR 336F 2015 EXCAVATOR 60"BUCKET CES RKB01614 RKB01614 Equipment _ 2015 CATERPILLAR 336F CATERPILLAR 336F 2015 EXCAVATOR CES RKB01616 RKB01616 Equipment 2015 CATERPILLAR 336F CATERPILLAR 336F 2015 EXCAVATOR CES RKB01538 RKB01538 Equipment 2015 CATERPILLAR 336F 'CATERPILLAR 336E 2015 EXCAVATOR CES RKB01226 RKB01226 'Equipment 2012 HITACHI ZX210LC-3 HITACHI ZX210LC-3 2012 EXCAVATOR W/HYDRAULIC THUMB CES 220953 220953 Equipment 2012 HITACHI ZX210LC-3 HITACHI ZX210LC-3 2012 EXCAVATOR W/HYDRAULIC THUMB CES 221207 221207 Equipment 2010 HITACHI ZX210LC-3 HITACHI ZX210LC-3 2010 EXCAVATOR W/HYDRAULIC THUMB CES 214932 214932 Equipment 2016 DEERE 324K DEERE 324K 2016 LOADER,WHEEL CES 1LU324KXEZB041147 1LU324KXEZB041147 Equipment 2014 DEERE 544K DEERE 544K 2014 LOADER,WHEEL CES 1DW544KHJEE662717 1DW544KHJEE662717 Equipment 2018 DEERE 324K HL DEERE 324K HL 2018 LOADER,WHEEL CES 1LU324KHHZB049840 1LU324KHHZB049840 Equipment 2016 DEERE .724K DEERE 724K 2016 LOADER,WHEEL CES 1DW724KZAHF681276 1DW724KZAHF681276 Equipment _ 2018 DEERE 544K-11 DEERE 544K-II 2018 WHEEL LOADER CES 10W544KZTJF689845 1DW544KZTJF689845 Equipment 2013 DEERE 544K DEERE 544K 2013 WHEEL LOADER CES 1DW544KHHDE653781 1DW544KHHDE653781 Equipment 2006 CATERPILLAR 345C L CATERPILLAR 345C L 2006 EXCAVATOR CES PJW01325 PJW01325 Equipment 2012 CATERPILLAR 336E CATERPILLAR 336E 2012 EXCAVATOR CES CAT0336EPBZY01603 CAT0336EPBZY01603 Equipment 2018 CATERPILLAR j950M CATERPILLAR 950M 2018 LOADER WHEEL CES CAT0950MH11S0166S CATO950MH11501665 Equipment 2017 DEERE 324K DEERE 324K 2017 LOADER WHEEL CES 1LU324KXPZB041136 1LU324KXPZB041136 Equipment L. 2016 CATERPILLAR 938M CATERPILLAR 938M 2016 LOADER,WHEEL CES CAT0938MEJ3R02057 CAT0938MEJ3R02057 Equipment 2018 DEERE 324K DEERE 324K 2018 LOADER,WHEEL CES 1LU324KXLZB048130 1LU324KXLZB048130 Equipment 2015 CATERPILLAR 336F CATERPILLAR 336F 2015 EXCAVATOR CES RKB00658 RKB00658 Equipment ~ 2015 CATERPILLAR 336F CATERPILLAR 336F 2015 EXCAVATOR 60"BUCKET CES RK800642 RKB00642 Equipment 2018 CATERPILLAR 325F LCR CATERPILLAR 325F LCR 2018 EXCAVATOR CES CAT0325FANDJ20192 CAT0325FANDJ20192 _ Equipment 2015 CATERPILLAR 325F LCR CATERPILLAR 325F LCR 2015 EXCAVATOR CES CAT0325FEXAA10318 CAT0325FEXAA1031B Equipment 2016 CATERPILLAR 320FL TH P CATERPILLAR 320FL TH P 2016 EXCAVATOR CES CAT0320FHYBM10247 _ CAT0320FHYBM10247 Equipment 2011 CATERPILLAR i320E LRRTHP CATERPILLAR 320E LRRTHP 2011 EXCAVATOR CES CAT0320EOTFX01603 ICAT0320E0TFX01603 Equipment 2014 CATERPILLAR ,D5K2 CATERPILLAR D5K2 2014 DOZER CES KYY01192 KYY01192 Equipment 2013 CATERPILLAR D6N LGP CATERPILLAR D6N LGP 2013 DOZER CES PBA008S3 PBA00883 Equipment 2017 CATERPILLAR i299D2 CATERPILLAR 299D2 2017 LOADER,SKID CES 0FD202471 DFD202471 Equipment 2015 CATERPILLAR 299D2XHPCA CATERPILLAR 299D2XHPCA 2015 LOADER,SKID CES ODX203188 ODX203188 Equipment 2018 CATERPILLAR 299D2XHP CATERPILLAR 299D2XHP 2018 LOADER,SKID CES CAT0299DPDX203454 CAT0299DPDX203454 Equipment 2014 CATERPILLAR D5K2 `CATERPILLAR D5K2 2014 DOZER CES KYY0658 KYY0658 Equipment 2017 BOBCAT 5590 BOBCAT S590 2017 SKID LOADER CES AR9R18151 AR9R18151 Equipment 2016 BOBCAT 5595 BOBCAT S595 2016 SKID LOADER CES B3NL11335 B3NL11335 Equipment 2015 CATERPILLAR 259D CATERPILLAR 259D 2015 SKID LOADER TRACKED CES CAT0259DCFTL03853 iCAT0259DCFTL03853 Equipment Detailed Equipment List MoclelYr Make Model Description Vin-S/N Equipment Type 2014 BROCE CR-350 BROCE CR-350 2014 SWEEPER CES 408348 408348 Equipment 2014 BROCE CR-350 BROCE CR-350 2014 SWEEPER CES 408936 408936 Equipment 2014 BROCE CR-350 IBROCE CR-350 2014 SWEEPER CES 408944 408944 Equipment 2013 HYUNDAI 30L-7M !HYUNDAI 30L-7M 2013 FORKTRUCK 6000#LP 60"FORKS CES HHKHHF19CD0000404 HHKHHF19CD0000404 Equipment _ 2006 EXPLORER H2SDA4WD MAST EXPLORER H2SDA4WD 2006 FORKTRUCK 5000#4WD DIESEL 60"FORKS CES 4HD6173C 4HD6173C Equipment 2006 CATERPILLAR 'P6500D (`CATERPILLAR P6500D 2006 FORKLIFT 6500#DIESEL CES AT14E50277 AT14E50277 Equipment 2013 DEERE 524K !DEERE 524K 2013 WHEEL LOADER CES 1DW524KZKCE650402 1DW524KZKCE6SO402 Equipment _ 2015 DEERE 544K DEERE 544K 2015 WHEEL LOADER CES 1DW544KZCEE663019 1DW544KZCEE663019 Equipment 2020 SENNEBOGEN 718ME SENNEBOGEN 718ME 2020 TREE CARE HANDLER,RUBBER TIRE CES 718.0.2052 718.0.2052 Equipment — 2020 SENNEBOGEN,718ME SENNEBOGEN 718ME 2020 TREE CARE HANDLER,RUBBER TIRE CES 718.0.2081 718.0.2081 _ Equipment _ 2021 SENNEBOGEN 718 R HD SENNEBOGEN 718 R HD 2021 TREE CARE HANDLER,TRACKED CES 718.5.2124 718.5.2124 Equipment 2015 CATERPILLAR CS56B CATERPILLAR CSS6B 2015 ROLLER 84"SMOOTH DRUM SHEEPFOOT KIT CES VS5600119 VS5600119 Equipment 2012 CATERPILLAR CP44 CATERPILLAR CP44 2012 66"ROLLER SHEEPFOOT CES MP000220 MPC00220 Equipment 2006 CATERPILLAR MT875B CHALLENGER CATERPILLAR MT875B CHALLENGER 2006 TRACTOR TRACK DRIVE CES AFCC0875JNSLF1011 AFCC0875JNSLF1011 Equipment 2006 . CATERPILLAR MT875B CHALLENGER CATERPILLAR MT87513 CHALLENGER 2006 TRACTOR TRACK DRIVE CES AFCC0875VNSLF1013 AFCC0875VNSLF1013 Equipment 2011 DEERE 96305 DEERE 9630S 2011 TRACTOR 4WD CES 1RW9630EVBE023233 1RW9630EVBE023233 Equipment 2017 BOBCAT V519 BOBCAT V519 2017 TELEHANDLER CES B3YH11215 B3YH11215 Equipment 2017 BOBCAT V519 BOBCAT V519 2017 TELEHANDLER CES B3YH11220 B3YH11220 Equipment _ 2013 BOBCAT V417 BOBCAT V417 2013 TELEHANDLER CES AC1C15209 AC1C15209 Equipment _ 2015 BOBCAT V417 BOBCAT V417 2015 TELEHANDLER CES AC1C15492 AC1C15492 Equipment 2009 BOBCAT V417 BOBCAT V417 2009 TELEHANDLER CES AC1C11121 AC1C11121 _ Equipment 2009 BOBCAT V417 BOBCAT V417 2009 TELEHANDLER CES AC1C11139 AC1C11139 Equipment 2007 BOBCAT V723 BOBCAT V723 2007 TELEHANDLER CES 368012186 368012186 Equipment 2017 PRINCETON P855 PRINCETON PB55 2017 FORKLIFT PIGGYBACK CES 0470398C 0470398C Equipment 2017 CATERPILLAR 272D2 CATERPILLAR 272D2 2017 SKID LOADER CES CAT0272DKBL200882 CAT0272DKBL200882 Equipment _ 2007 BOBCAT S150 BOBCAT 5150 2007 SKID LOADER CES 529711393 529711393 Equipment 2010 BOBCAT 5175 BOBCAT S175 2010 SKID LOADER CES A3L536823 A3L536823 Equipment 2005 CATERPILLAR 1268E !CATERPILLAR 2688 2005 SKID LOADER CES CAT0268BCLBA00557 CAT0268BCLBA00557 Equipment 2018 DEERE GATOR TS DEERE GATOR TS 2018 UTILITY VEHICLE 4X4 2 PERSON CES 1M04X2SJVJM130729 1M04X2SJVJM130729 Equipment 2016 POLARIS RANGER POLARIS RANGER 2016 UTILITY VEHICLE 4X4 4 PERSON CES 4XARVAD17H7743797 4XARVAD17H7743797 Equipment 2011 KAWASAKI 4010 KAWASAKI 4010 2011 UTILITY VEHICLE 4X4 2 PERSON CESJKIAFCM1788507826 _ JK1AFCM1788507826 Equipment 2018 EZGO L6 G EZGO L6 G 2018 UTILITY CART 6 PERSON GAS CES 3316974 3316974 Equipment 2015 MAGNUM PROIMWT 500 MAGNUM PRO MWT 500 2015 WATER WAGON,500 GAL CES 1506197 1506197 Trailer Light 2018 MULTIQUIP WTSC MULTIQUIP WTSC 2018 WATER WAGON,500 GAL CES 47262 47262 Trailer Light 2018 MULTIQUIP WTSC MULTIQUIP WTSC 2018 WATER WAGON,500 GAL CES 52534 52534 Trailer Light 2018 MULTIQUIP WTSC MULTIQUIP WTSC 2018 WATER WAGON,500 GAL CES 52535 52535 Trailer Light _ 2019 _MULTIQUIP WT5C MULTIQUIP WTSC 2019 WATER WAGON,500 GAL CES 52719 52719 Trailer Light 2019 MULTIQUIP WTSC MULTIQUIP WTSC 2019 WATER WAGON,500 GAL CES 52720 52720 Trailer Light 2019 _ MULTIQUIP WTSC MULTIQUIP WT5C 2019 WATER WAGON,500 GAL CES 52721 '52721 Trailer Light 2019 MULTIQUIP WTSC MULTIQUIP WTSC 2019 WATER WAGON,500 GAL CES 52722 52722 Trailer Light 2022 DEERE '324K1.1C DEERE 324K1.1C 2022 BUCKET,1.1cy CES 1000079 1000079 !Attachment 2006 FABRICATORS PC400LC-7 CENTRAL FABRICATORS PC400LC-7 2006 BUCKET,GP Excavator CES 114105 114105 Attachment CATERPILLAR 336D/E CATERPILLAR 336D/E BUCKET,GP Excavator 60 INCH CES 3422192 3422192 Attachment ROCKLAND EKK ROCKLAND EKK BUCKET,CRYPTO CLAW 54 INCH CES 167778 167778 Attachment ROCKLAND EKK ROCKLAND EKK BUCKET,CRYPTO CLAW 54 INCH CES 167750 167750 Attachment 2005 BOBCAT 68 ANGLE BROOM BOBCAT 68 ANGLE BROOM 2005 BROOM,68 INCH ANGLE CES 231314145 231314145 Attachment _ 2021 SQUEEZER B5G-15 BEAVER SQUEEZER BSG-15 2021 LOG LOADER ATTACHMENT W/WINCH CES BW21 103 BW21 103 Attachment 2021 SQUEEZER BSG-15 BEAVER SQUEEZER BSG-15 2021 LOG LOADER ATTACHMENT W/WINCH CES BW21 124 BW21 124 Attachment Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2021 B-BUILT B-BUILT 2021 FORKS,6'EXTENDED REACH CES Attachment _ 2021 VIRNIG SBV72 VIRNIG SGV72 2021 PLOW,72"V SKID ATTACHMENT CES 202428 202428 Attachment 2021 CMP CMPHG502B CMP CMPHG502B2021 GRAPPLE,3/2 BYPASS ROTATIONAL CES 2021614 2021614 Attachment _ _ 2021 CMP CMPHG402B 'CMP CMPHG402B 2021 GRAPPLE,3/2 BYPASS ROTATIONAL CES 2021378 2021378 Attachment _ 2021 R C550 WOODCRACKER C550 2021 SHEAR GRAPPLE ATTACHMENT(CAT 325)CES Attachment 2020 VIRNIG ISP84 VIRNIG ISP84 2020 GRAPPLE BUCKET CES 161958 161958 Attachment 2020 VIRNIG ISP84 VIRNIG ISP84 2020 GRAPPLE BUCKET CES 163099 163099 Attachment 2021 DIAMOND 108801 BLUE DIAMOND 108801 2021 BUCKET,SKID LOADER ROLLOUT,1 YD CES 113807 113807 Attachment 2021 i CAT 950M LB FU ICAT 950M LB FU 2021 BUCKET,4.5 CUYD w/QT 114"CES Z1A20935 Z1A20935 Attachment 2021 CMP .CMPHG402B CMP CMPHG402B 2021 GRAPPLE,3/2 BYPASS ROTATIONAL CES Attachment 7 2014 DEERE 11810E DEERE 1810E 2014 PAN EJECTOR 12.5 STRUCK 18.3 CES 1T81810EVE01209D5 1T81810EVE0120905 Equipment 2005 DEERE 1810E DEERE 1810E 2005 PAN EJECTOR 12.5 STRUCK 18.3 CEST81810E050107 T81810E050107 Equipment 2017 FLECO PRW-17-120QAGR FLECO PRW-17-120QAGR 2017 GRAPPLE RAKE CES 59856 59856 Attachment 2015 JRB 1 JRB 2015 BUCKET 5.5 CUYD ROLLOUT CES 0615AKR38547 0615AKR38547 Attachment 2006 JRB JRB 2006 BUCKET 4 YD GRAPPLE CES 0706-103844-1 0706-103844-1 Attachment 2017 LABOUNTY HDR70S LABOUNTY HDR7OS 2017 GRAPPLE DEMO CES 70711 70711 Attachment 2017 PEMBERTON EGR500 PEMBERTON EGR500 2017 GRAPPLE DEMO CES 7231013 7231013 Attachment _ 2014 DEERE AT340353-544 DEERE AT340353-544 2014 BUCKET 3 YD CES 2012195 2012195 Attachment 2017 VIRNIG VIRNIG 2017 BUCKET SNOW 84"CES 126723 126723 Attachment 2017 VIRNIG VIRNIG 2017 BUCKET SNOW 84"CES 126724 126724 Attachment GRAPPLE RAKE CES Attachment 2017 TAG .CFRTD TAG CFRTD 2017 GRAPPLE RAKE CES 218618-10 2113618-10 Attachment CATERPILLAR CATERPILLAR FORKSET 42"CES Attachment _ 2017 VIRNIG ISG78 VIRNIG ISG78 2017 GRAPPLE CES 127150 127150 Attachment 2015 ATTACHMENT.HD5560 HLA ATTACHMENTS HD5S60 2015 GRAPPLE 90"HD SKELETON SKIDLOADER PLATE CES 15332526 15332526 Attachment 2017 VIRNIG STG90 VIRNIG STG90 2017 GRAPPLE 90"HD SKELETON SKIDLOADER PLATE CES 97943 97943 Attachment 2017 VIRNIG SGV72 VIRNIG SGV72 2017 GRAPPLE CES 127334 127334 Attachment 2017 VIRNIG SGV72 VIRNIG SGV72 2017 GRAPPLE CES 127427 127427 Attachment _ 2017 _ VIRNIG SGV72 VIRNIG SGV72 2017 GRAPPLE CES 126866 126866 Attachment 2017 VIRNIG SBG72 VIRNIG SBG72 2017 GRAPPLE CES 120713 120713 Attachment 2017 VIRNIG ISG72 'VIRNIG ISG72 2017 GRAPPLE CES 126865 126865 Attachment _ r 2017 VIRNIG ISG72 VIRNIG ISG72 2017 GRAPPLE CES 127231 127231 Attachment 2017 VIRNIG 5TG84 VIRNIG STG84 2017 GRAPPLE CES 127336 127336 Attachment 2013 BOBCAT 68 Inch BOBCAT 68 Inch 2013 GRAPPLE CES AFORO2992 AFOR02992 Attachment 2015 BOBCAT 80 Inch BOBCAT 80 Inch 2015 GRAPPLE IND BUCKET CES AFOP02770 AFOP02770 Attachment CATERPILLAR CATERPILLAR BUCKET GP 3YD CES 9734 05 1089 9734 05 1089 Attachment_ BOBCAT 72 PALLET FORK BOBCAT 72 PALLET FORK FORK SET 6 FT 6000#CES 29900553 29900553 Attachment 2017 BOBCAT GRPL 74 INDL BKT BOBCAT GRPL 74 INDL BKT 2017 GRAPPLE BUCKET CES AFOH06915 AFOH06915 Attachment BOBCAT_ BOBCAT FORK SET 4 FT CES Attachment _ 2017 VIRNIG ISG78 VIRNIG ISG78 2017 GRAPPLE CES 127150 127150 Attachment 2017 VIRNIG ISG72 VIRNIG ISG72 2017 GRAPPLE CES 118110 118110 Attachment 2018 VIRNIG 1ISG72 VIRNIG ISG72 2018 GRAPPLE CES 128615 128615 Attachment 2017 VIRNIG ISG72 VIRNIG ISG72 2017 GRAPPLE CES 126610 126610 Attachment PEMBERTON CAT 1T38 3 LFP PEMBERTON CAT IT38 3 LFP RAKE CES 1427-3-0697 1427-3-0697 'Attachment 2017 CERES CERES 2017 CLEAN OUT RAKE CES j Attachment 2018 CERES CERES 2018 LAND PLANE SKID ATTACH CES Attachment 2021 BOSS DXT BOSS DXT 2021 Plow,Snow 9.2 ft,Red Steel(on unit 26)CES 410418311 plow/410377342 blade blade Attachment 2020 SNOWDOGG VXFII SNOWDOGG VXFII 2020 PLOW,SNOW 8'6"V STAINLESS&LIFT FRAME CES M072403361/001853 M072403361/001653 iAttachment Detailed Equipment List ModelY, Moe Model Description VinS/N Equipment Type 2019 SNOWEX SP-1675 SNOWEX SP-1675 2019 SPREADER,SALT and MOUNT CES TBD TBD Equipment 2018 BOSS 9 FT BOSS 9 FT 2018 PLOW,SNOW 9'2"V CES 401531631 401531631 Attachment 2019 TYLERBUILT SP-96 TYLERBUILT SP-96 2019 PLOW BLADE,SKID LOADER CES Attachment 2019 TYLERBUILT SP-120 TYLERBUILT SP-120 2019 PLOW BLADE,SKID LOADER 10 FT,w/adapter for V723 CES Attachment 2019 TYLERBUILT RBG-72 _ TYLERBUILT RBG-72 2019 GRAPPLE,SKID LOADER CES Attachment 2019 TYLERBUILT IC-66 TYLERBUILT IC-66 2019 GRAPPLE RAKE,SKID LOADER CES Attachment 1997 CATERPILLAR CATERPILLAR 1997 FORK SET 4 ft CES Attachment BOBCAT BOBCAT FORKSET 42"CES Attachment BOBCAT BOBCAT FORKSET 42"CES Attachment 2020 BAUERBILT PF5000 BAUERBILT PFS000 2020 FORKS,42"CES 10159 10159 Attachment 2020 BOBCAT BOBCAT 2020 BROOM,68 INCH ANGLE CES B4KZ01515 B4KZ01515 Attachment 2015 D&E MFG D&E MFG 2015 BLADE/ROLLER 16'CES Attachment 2016 D&E MFG D&E MFG 2016 BLADE/ROLLER 16'CES Attachment 2016 D&E MFG D&E MFG 2016 BLADE/ROLLER 16'CES Attachment BOSS 8 FT BOSS 8 FT PLOW,SNOW 8 ft 2 in CES BC088678 BC088678 Attachment _ 2006 FABRICATORS PC400LC-7 CENTRAL FABRICATORS PC400LC-7 2006 BUCKET,2.83 cuyd excavator PC400 CES Attachment _ 2017 OKADA 0KB308 _ OKADA OKB308 2017 HAMMER 2500#CES Attachment CATERPILLAR CATERPILLAR BUCKET MUCK CES Attachment I , TINK R3058 TINK R3058 BUCKET 5.75 CUYD ROLLOUT CES Attachment 1981 TINK R3058 TINK R3058 1981 BUCKET 5.75 YD ROLLOUT JRB 416 COUPLER CES R938314 R938314 Attachment 2019 TINK TINK 2019 BUCKET 12.5 YD ROLLOUT JRB 420 COUPLER CES R1040317 R1040317 Attachment _ 2018 CATERPILLAR 336F CATERPILLAR 336F 2018 GRAPPLE DEMOLITION(DAMAGED ON JOB 3819 FALL 2019)CES UEg000434 UEQ000434 Attachment 2018 CATERPILLAR 336F CATERPILLAR 336F 2018 GRAPPLE DEMOLITION CES UEO000435 UEQ000435 Attachment 2018 CATERPILLAR 336F CATERPILLAR 336F 2018 GRAPPLE DEMOLITION CES UEQ000436 UEQ000436 Attachment 2019 CATERPILLAR 336F CATERPILLAR 336F 2019 GRAPPLE DEMOLITION CES Attachment 2018 PRODUCTS HF 300 US PRIDE PRODUCTS HF 300 2018 STUMP SCREW CES 6061118 6061118 Attachment 2018 PRODUCTS HF 300 US PRIDE PRODUCTS HF 300 2018 STUMP SCREW CES 806E0321 806E0321 Attachment 2020 BOBCAT 6905425 BOBCAT 6905425 2020 FORK SET,HYDRAULIC CES 230802852 230802852 Attachment _ 2019 CAT i329E CAT 329E 2019 THUMB,HYD CES THC05624 THC05624 Attachment _ _ 2019 CAT 324E/329E CAT 324E/329E 2019 BUCKET,2.02cuyd CES MFH33654 MFH33654 Attachment 2018 DEERE AT413238 IDEERE AT413238 2018 BUCKET,1.6 Yd Slot Connenction CES 1048 1048 Attachment 2018 DEERE AT413237 DEERE AT413237 2018 BUCKET,1.6 Yd Slot Connenction CES 163020 163020 Attachment I BUCKET,MULCH LOADOUT,CAT 336F CES 00917 00918 Attachment RAKE,ROOT CES Attachment HENSLEY LD600 HENSLEY LD600 BUCKET CES 17425 17425 Attachment _ 2021 STIHL MS500IR STIHL MS500IR 2021 CHAINSAW CES 190523618 _ 190523618 Misc. 2021 STIHL MSSOOIR STIHL MS500IR 2021 CHAINSAW CES 190523614 190523614 Misc. 2021 STIHL MSSOOIR STIHL MS500IR 2021 CHAINSAW CES _ I Misc. 2021 STIHL MS500IR STIHL MS5001R 2021 CHAINSAW CES 190523618 190523618 Misc. 2021 STIHL MS500IR STIHL MSSOOIR 2021 CHAINSAW CES 190523618 190523618 Misc. 2019 MILLER BOBCAT 250 MILLER BOBCAT 250 2019 WELDER,KOHLER GAS ENGINE CES MK140982R MK140982R Misc. 2022 MILLER BOBCAT 260 MILLER BOBCAT 260 2022 Welder/Generator CES NA110295R NA110295R Misc. 2022 CKW MT200 CKW MT200 2022 WELDER,AC/DC TIG CES 42897100544890037 42B97100544890037 Misc. 2017 NORTH STAR 459382C _ NORTH STAR 459382C 2017 AIR COMPRESSOR STATIONARY 13HP VERTICAL CES 1115 7089 1115 7089 Equipment 2022 BOSSAIR 129189 BOSSAIR 129189 2022 COMPRESSOR CES Equipment 2016 2015 GROUP OF SIGNS BARRICADES ATTACHED CES Misc. 2018 2017 SILT FENCE HOPPER FOR SKID LOADER CES Attachment 2014 FINN T-60-T FINN T-60-T 2014 HYDROSEEDER,600 Gallon Trailer CES MD-2463 MD-2463 Attachment Detailed Equipment List ModelYr Maki Mode] Description Vin-S/N Equipment Type 2015 STIHL MS661C STIHL MS661C 2015 CHAINSAW 36"BAR CES 179296005 179296005 Misc. 2015 STIHL MS362C STIHL MS362C 2015 CHAINSAW 20"BAR CES 502183436 502183436 Misc. DOLLY GRINDER CES SHOP BUILT UNIT SHOP BUILT UNIT Attachment 2018 2017 DOLLY GRINDER CES 1733 1733 Attachment DOLLY GRINDER CES 1734 1734 ;Attachment DOLLY GRINDER CES 1734 1734 Attachment DOLLY GRINDER CES 1734 1734 Attachment 2018 VMC SD74 VMC SD74 2018 GRAIN DRILL w/CULTIPACKER CES 5D7402190010 SD7402190010 Attachment 2011 WRENCH 5P15000 COMPANY WRENCH SP15000 2011 DUST SUPPRESSION UNIT CES 1101847 1101847 Equipment 2018 BAD BOY BZ6OKT745P BAD BOY BZ6OKT745P 2018 MOWER,MAVERICK EZT 60 CES BMV60ZT740 01190021 BMV60ZT74001190021 Equipment 2021 STELLAR 7630 STELLAR 7630 2021 CRANE,TRUCK MOUNTED WINCH TI 2 CES 386438 386438 Equipment 2020 GOCKEL G50EL GOCKEL GSOEL 2020 GRINDING MACHINE,KNIFE SHARPENER CES 10848 10848 Misc. 2014 CERES CERES 2014 PIPE WINCH SYSTEM CES Misc. 2019 CERES CERES 2019 PIPE WINCH SYSTEM CES Misc. 2019 CERES CERES 2019 PIPE WINCH SYSTEM CFS 'Misc. 2012 MULTIQUIP DCA45SSIU4C MULTIQUIP DCA45551U4C 2012 GENSET 45KW CES 7205717 7205717 Equipment 2015 2014 COOLING SYSTEM CES 1 Misc. 2016 FLYGT '2640.181 FLYGT 2640.181 2016 PUMP ELECT DEWATERING CES Equipment 2016 WACKER PT3A _ WACKER PT3A 2016 PUMP 3"DEWATERING CES 24317906 24317906 Equipment 2016 WACKER PT3A WACKER PT3A 2016 PUMP 3"DEWATERING CES 24309491 24309491 Equipment 2020 GODWIN CD100M GODWIN CD100M 2020 PUMP,4"Dewatering CES D-61193 D-61193 Equipment _ 2020 GODWIN CD100M GODWIN CD100M 2020 PUMP,6"Dewatering CES D-41752A D-41752A _ Equipment 2015 TEREX I RL4000 TEREX RL4000 2015 LIGHT PLANT 4 HEAD DIESEL CES RL415-12345 RL415-12345 Equipment 2015 TEREX RL4000 TEREX RL4000 2015 LIGHT PLANT 4 HEAD DIESEL CES RL415-12354 RL415-12354 Equipment _ 2015 TEREX RL4000 TEREX RL4000 2015 LIGHT PLANT 4 HEAD DIESEL CES RL415-12750 RL415-12750 Equipment _ 2015 TEREX RL4000 TEREX RL4000 2015 LIGHT PLANT 4 HEAD DIESEL CES RL415-12759 RL415-12759 Equipment 2015 TEREX RL4000 TEREX RL4000 2015 LIGHT PLANT 4 HEAD DIESEL CES RL415-14389 RL415-14389 Equipment 2015 TEREX RL4000 TEREX RL4000 2015 LIGHT PLANT 4 HEAD DIESEL CES RL415-14392 RL415-14392 Equipment 2016 BROS NL5000 ALLMAND BROS NL5000 2016 LIGHT TOWER CES 06-00085 06-00085 Equipment _ 2016 BROS NL5000 ;ALLMAND BROS NL5000 2016 LIGHT TOWER CES 06-00087 06-00087 Equipment 2016 BROS NL5000 ALLMAND BROS NL5000 2016 LIGHT TOWER CES 06-00091 06-00091 Equipment 2016 BROS NL5000 ALLMAND BROS NL5000 2016 LIGHT TOWER CES 06-00097 06-00097 Equipment 2016 BROS 'NL5000 ALLMAND BROS NL5000 2016 LIGHT TOWER CES 06-00099 06-00099 Equipment 2016 BROS NL5000 ALLMAND BROS NL5000 2016 LIGHT TOWER CES 06-00101 06-00101 Equipment 2016 BROS NL PRO II ALLMAND BROS NL PRO II 2016 LIGHT TOWER CES 1675PRO215 1675PR0215 Equipment 2016 BROS NL PRO II _ ALLMAND BROS NL PRO II 2016 LIGHT TOWER CES 1676PR0216 1676PR0216 Equipment 2015 CERES CERES 2015 TIRE WASH FOR TRUCKING CES Misc. 2020 ELSA SC140-1-ESTENMM_R5 ELSA SC140-1-ESTENMM_R5 2020 LINE BORING/WELDING SYSTEM CES IMisc. 2008 JLG 3394RT JLG 3394RT 2008 SCISSOR LIFT 33'CES 0200178613 0200178613 Equipment 2007 JLG 260MRT JLG 260MRT 2007 SCISSOR LIFT 26'CES 0200172516 0200172516 Equipment 2008 JIG 260MRT JLG 260MRT 2008 SCISSOR LIFT 26.CES 0200162245 0200162245 Equipment 2007 GENIE 4390 RT GENIE 4390 RT 2007 SCISSOR LIFT 43'CES G5900745381 GS900745381 Equipment 2007 GENIE 4390 RT GENIE 4390 RT 2007 SCISSOR LIFT43'CES G5900745383 GS900745383 Equipment 2017 NORTH STAR 5500PPG _ NORTH STAR 5500PPG 2017 GENERATOR CES 0916 8511 0916 8511 Equipment 2019 CATERPILLAR 3412 _ CATERPILLAR 3412 2019 GENERATOR SET CES 9EP00893 9EPC0893 Equipment 2020 TOPCON TOPCON 2020 GPS BASE STATION,UHF 440 470 CES 1448-15693 1448-15693 Misc. 2019 OPTIMA OP-928 OPTIMA OP-928 2019 SCALE,PORTABLE TRUCK CES Misc. 2019 OPTIMA OP-928 OPTIMA OP-928 2019 SCALE,PORTABLE TRUCK CES Misc. Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type 2019 OPTIMA OP-928 OPTIMA OP-928 2019 SCALE,PORTABLE TRUCK CES Misc. 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 1638 1638 Misc. 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 11835 11835 Misc. 2017 CO !QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 12036 12036 Misc. 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 12038 12038 Misc. 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 12044 12044 Misc. _ 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 12054 12054 Misc. _ 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 12117 12117 Misc. 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 12128 12128 Misc. 2017 CO QUALITY MAT CO 2017 MAT,RIG 8'X 40'X 6"CES 12130 12130 Misc. _ 2017 CO QUALITY MAT CO 2017 MAT,RIG 8 X 40'X 6"CES 12401 12401 Misc. _ 2021 -_}_DURABASE DURABASE 2021 MATS,4 x 8 x 3/4 inch(40 in a set)CES ` Misc. 2021 I DURABASE DURABASE 2021 MATS,8 ft x 14 ft x 4 inch(42 in a set)CES I Misc. 2021 DURABASE DURABASE 2021 MATS,8 ft x 14 ft x 4 inch(42 in a set)From RPO CES Misc. MODSPACE 60MOD MODSPACE 60MOD OFFICE TRAILER-(WILLIAMS SCOTSMAN)CES 032381 032381 _ Trailer Light 4.MODSPACE STORAGE CES Rental Equipment _ PAC VAN I PAC VAN OFFICE CONTAINER CES Rental Equipment CATERPILLAR 906 CATERPILLAR 906 WHEEL LOADER(Mustang Rental)CES OH6603000 0H6603000 Rental Equipment PRINCETON PB50.3 PRINCETON PB50.3 FORKLIFT,PIGGYBACK CES U450825A U450825A Rental Equipment PRINCETON PB50.3 PRINCETON PB50.3 FORKLIFT,PIGGYBACK CES U450865A U45086.5A Rental Equipment SIGN BOARD CES Rental Equipment i iSIGN BOARD CES Rental Equipment 2015 LBX265 LBX265 2015 HD BUCKET CTL RH73209 RH73210 Attachment 2018 ROTOBEC RPA2030R43-A-CP1-HU1 ROTOBEC RPA2030R43-A-CP1-HU1 2018 GRAPPLE CTL 152993-1-1 152993-1-1 Attachment 2019 ROTOBEC RPA2030R43-A-CP1-HU1 ROTOBEC RPA2030R43-A-CP1-HU1 2019 GRAPPLE CTL 156166-1-1 156166-1-1 Attachment 2016 ROTOBEC 4048HD-B-BF3-GK2-A ROTOBEC 4048HD-B-BF3-GK2-A 2016 LOG GRAPPLE CTL 100046-1-1 100046-1-1 Attachment 2016 ROTOBEC 94-4-1 ROTOBEC 94-4-1 2016 GRAPPLE CTL 94-4-1 94-4-1 Attachment 2021 ROTOBEC RPA2030R32-RG0502 ROTOBEC RPA2030R32-RG0502 2021 GRAPPLE CTL 17687511 17687511 Attachment 2012 FAE UML/HV4100 FAE UML/HV4100 2012 MASTICATION HEAD CTL 10-385 10-385 Attachment _ 2019 FAE UML/HY-125 VT FAE UML/HY-125 VT 2019 MASTICATION HEAD CTL 19-0677 19-0677 Attachment 2012 _ FECON BH080EXC2-5-38VDB-OL FECON BH080EXC2-5-38VDB-OL 2012 MASTICATION HEAD CTL 00BH80E010125 00BH80E010125 Attachment 2013 FECON BH080EXC2-S-38VDB-OL FECON BH080EXC2-S-38VDB-OL 2013 MASTICATION HEAD CTL 00BH080E010193 00BH080E010193 Attachment 2017 FECON CEM36EXC2-FS-XXV-O LP FECON CEM36EXC2-FS-XXV-OLP 2017 MASTICATION HEAD CTL OCEM36EX10516 OCEM36EX10516 Attachment 2019 FECON BH80 IFECON BH80 2019 MASTICATION HEAD CTL 825H166C8 f825H166C8 Attachment 2015 LOG MAX 7000XTFH LOG MAX 7000XTFH 2015 PROCESSOR HEAD CTL 470024 470024 Attachment 2019 WOODCRACKE'C350 WESTTECH WOODCRACKER C350 2019 TREE SHEAR CTL 8119642 8119642 Attachment 2017 AIR BURNERS 5-220 AIR BURNERS S-220 2017 BOX BURNER CTL S20FEN16669 S20FEN16669 Equipment 2011 PETERSON 4310 PETERSON 4310 2011 CHIPPER,TRACK CTL 46-12-1758 46-12-1758 Equipment 2019 MORBARK EEGER BEEVER 1821 MORBARK EEGER BEEVER 1821 2019 CHIPPER CTL 4S85Z160 9KWO 26084 4S85Z160 9KWO 26084 Equipment 2020 MORBARK EEGER BEEVER 2131 MORBARK EEGER BEEVER 2131 2020 CHIPPER CTL 45852190 4LWO 52587 45852190 4LWO 52587 Equipment 2020 MORBARK EEGER BEEVER 2131 MORBARK EEGER BEEVER 2131 2020 CHIPPER CTL 52647 52647 !Equipment 2021 MORBARK Eeger Beever 1821 MORBARK Eeger Beever 1821 2021 CHIPPER CTL 26237 26237 Equipment 2021 MORBARK EEGER BEEVER 2131 MORBARK EEGER BEEVER 2131 2021 CHIPPER CTL 52658 52658 _ Equipment 2019 Peterson Drum Chipper PTS 331 Peterson Drum Chipper PTS 331 2019 CHIPPER,DRUM,TRACK CTL 62B062420 62B062420 Equipment 2020 _ ALBACH DIAMANT 2000 ALBACH DIAMANT 2000 2020 CHIPPER,ROADWAY CTL W09D21431M1A65481 W09D21431M1A65481 Equipment 2021 ALBACH DIAMANT 2000 ALBACH DIAMANT 2000 2021 CHIPPER,ROADWAY CTL W09D21437M1A65520 W09021437M1A65520 Equipment 2005 I MORBARK 20/36 MORBARK 20/36 2005 TRACK CHIPPER WITH LOADER CTL 474-1030 474-1030 _ Equipment 1989 CATERPILLAR D4H TSK CATERPILLAR D4H TSK 1989 DOZER CTL 9DB01770 i9DB01770 !Equipment i Detailed Equipment List ModelYr Make Model Description Vin-S/N Equipment Type _ 2019 JOHN DEERE 650K JOHN DEERE 650K 2019 DOZER w/Rear Ripper CTL 1T0650KKAKF3598.78 1T0650KKAKF359878 Equipment 2015 LINK BELT 145 LINK BELT 145 2015 EXCAVATOR CTL EBBKS-9260 EBBKS-9260 Equipment 2012 JOHN DEERE 210GLC JOHN DEERE 210GLC 2012 EXCAVATOR CTL 1FF21DGKVCE5200250 1FF21DGKVCE5200250 Equipment 2013 JOHN DEERE 210GLC JOHN DEERE 210GLC 2013 EXCAVATOR CTL 1FF210GXTCE520189 1FF210GXTCE5201B9 Equipment 2017 JOHN DEERE 85G JOHN DEERE 85G 2017 EXCAVATOR CTL 1FF085GXTHJO19O88 1FF085GXTHJ019088 Equipment 2017 JOHN DEERE 185G JOHN DEERE 85G 2017 EXCAVATOR CTL 1FF085GXKHJO19O93 ilFF085GXKFL1019093 Equipment 2018 JOHN DEERE I135G JOHN DEERE 135G 2018 EXCAVATOR CTL 1FF135GXPHF500577 11FF135GXPHFS00577 Equipment 2019 TAKEUCHI TB2150CR TAKEUCHI TB2150CR 2019 EXCAVATOR CTL 514600527 514600527 Equipment 2020 _ KOBELCO SK140SRLC5 KOBELCO SK140SRLC5 2020 EXCAVATOR CTL YHO8015241 YH08015241 Equipment 2020 KOBELCO ED1605BR5 KOBELCO ED1605BRS 2020 EXCAVATOR CTL LH0300S038 LH03005038 Equipment 2020 KOBELCO SK1405R7 KOBELCO SK140SR7 2020 EXCAVATOR CTL VY09045782 YY09045782 Equipment 2020 KOBELCO SK210LC10 KOBELCO SK210LC10 2020 EXCAVATOR CTL YQ15605187 YQ15605187 Equipment 2021 KOBELCO SK130LC-11 KOBELCO SK130LC-11 2021 EXCAVATOR CTL LP10030223 LP10030223 Equipment 2020 JOHN DEERE 2154G JOHN DEERE 2154G 2020 EXCAVATOR CTL 1FF2154GKLF212437 1FF2154GKLF212437 Equipment 2021 JOHN DEERE 859M JOHN DEERE 859M 2021 FELLER BUNCHER,TRACKED CTL 1T0859MXEML394998 1T0859MXEML394998 Equipment 2022 _ DEERE 859M DEERE 859M 2022 Feller Buncher,Tracked CTL 1T0859MXPNL412373 1T0859MXPNL412373 Equipment 2015 TAYLOR TX16004 TAYLOR TX16004 2015 FORKLIFT CTL S-JB-40345 S-JB-40345 Equipment 2013 SKYTRAK 1_10054 SKYTRAK 10054 2013 FORKLIFT,TELEHANDLER CTL 0160055013 0160055013 Equipment 2016 HYSTER H110FT HYSTER H110FT 2016 Forklift CTL U005V03628P U005V03628P Equipment 2008 JOHN DEERE 1710D JOHN DEERE 1710D 2008 FORWARDER CTL W11710D001179 WJ1710D001179 Equipment 2017 _JOHN DEERE 1210E JOHN DEERE 1210E 2017 FORWARDER CTL 1WJ1210ECHE001945 1WJ1210ECHE001945 Equipment 2017 JOHN DEERE 1510E JOHN DEERE 1510E 2017 FORWARDER CTL 1WJ1510ELHE003562 1WJ1510ELHE003562 Equipment 2020 JOHN DEERE 1910G JOHN DEERE 1910G 2020 FORWARDER CTL 1WJ1910GELL002263 1WJ1910GELL0O2263 Equipment 2004 CATAPILLAR 3412 CATAPILLAR 3412 2004 GENSET,800KW CTL Equipment 1994 CATERPILLAR 140G CATERPILLAR 140G 1994 MOTOR GRADER CTL 72V05836 72V05836 Equipment 2011 JOHN DEERE 1270E JOHN DEERE 1270E 2011 HARVESTER CTL 1W11270EPBDOO19O8 1WJ1270EPBD001908 Equipment 2017 TIMBER PRO 745C TIMBER PRO 745C 2017 HARVESTER CTL TL745C-0501-032417 ITL745C-0501-032417 Equipment 2014 JOHN DEERE 1270E JOHN DEERE 1270E 2014 HARVESTER CTL 1W11270ETED002737 1WJ1270ETED002737 Equipment 2013 JOHN DEERE 2454D JOHN DEERE 2454D 2013 HARVESTER CTL 1FF2454D1D0240127 1FF2454DJD0240127 Equipment 2014 JOHN DEERE 1304K JOHN DEERE 304K 2014 WHEEL LOADER CTL 1LU304KXKZB035246 1LU304KXKZB035246 Equipment 2017 JOHN DEERE 304K JOHN DEERE 304K 2017 WHEEL LOADER CTL 1LU304KXCZB039552 I1LU304KXCZB039552 Equipment 2019 JOHN DEERE 524L JOHN DEERE 524L 2019 WHEEL LOADER w/Young Log Fork CTL 1DW524LZPKF696348 1DW524LZPKF696348 Equipment 2019 JOHN DEERE 334L JOHN DEERE 334L 2019 WHEEL LOADER w/Grapple CTL 1LUD34DEE057174 1LUD34DEE057174 Equipment 2017 TEUPEN TC9251 TEUPEN TC92SJ 2017 SPIDER LIFT CTL 10001416 10001416 _ ,Equipment 2014 GENIE 585 GENIE S85 2014 LIFT,80ft W/JIB CTL S8514-10598 58514-10598 Equipment 2020 JOHN DEERE 2156 JOHN DEERE 2156 2020 LOG LOADER CTL 1FF2156GHKF216198 1FF2156GHKF216198 Equipment 2019 JOHN DEERE 2156G JOHN DEERE 2156G 2019 LOG LOADER CTL 1FF2156GTKF216187 1FF2156GTKF216187 Equipment _ 2019 FECON FTX150 FECON FTX150 2019 MASTICATOR/MULCHER CTL OFTX150193016 OFTX150193016 Equipment 2017 ES IPOLYPORTABLES 2017 PORTABLE TOILETS CTL MM135602 MM135602 Trailer Light 2017 ES POLYPORTABLES 2017 PORTABLE TOILETS CTL MM139536 MM139536 Trailer Light _ 2017 DODGE RAM 3500 DODGE RAM 3500 2017 PICKUP TRUCK CTL 3C63RRGL3HG683186 3C63RRGL3HG683186 Truck Light Class 2 2016 DODGE RAM 3500 DODGE RAM 3500 2016 PICKUP TRUCK CTL 3C63R3CL2G6131342 i3C63R3CL2GG131342 Truck Light Class 2 2014 DODGE RAM 2500 SLT DODGE RAM 2500 SLT 2014 PICKUP TRUCK CTL 3C6URSHL1EG106986 13C6UR5HL1EG106986 Truck Light Class 2 2014 DODGE RAM 2500 SLT DODGE RAM 2500 SLT 2014 PICKUP TRUCK CTL 3C6UR5HL7EG121637 3C6UR5HL7EG121637 Truck Light Class 2 2016 DODGE RAM 2500 {DODGE RAM 2500 2016 PICKUP TRUCK CTL 1C6RR7GT1GS328720 1C6RR7GT1GS328720 Truck Light Class 2 2019 DODGE RAM 1500 _ •DODGE RAM 1500 2019 PICKUP TRUCK CTL 1C6SRFBTXKN887077 1C6SRFBTXKN887077 'Truck Light Class 2 2019 DODGE RAM 3500 DODGE RAM 3500 2019 PICKUP TRUCK CTL 3C7WR9CL8KG675123 3C7WR9CL8KG675123 Truck Light Class 2 2020 DODGE RAM 3500 DODGE RAM 3500 2020 PICKUP TRUCK CTL 3C63R3CL8LG115575 3C63R3CL8LG115575 Truck Light Class 2 Detailed Equipment List ModelYr Make Model Description Vin-SIN I Equipment Type 2021 FORD F250 I FORD F250 2021 PICKUP TRUCK CTL 1FT7X2BTOMEC22771 1FT7X2BTOMEC22771 Truck Light Class 2 2020 FORD F250 FORD F250 2020 PICKUP TRUCK CTL 1FT7X2BTOLEE78231 1FT7X2BTOLEE78231 Truck Light Class 2 2021 FORD F250 FORD F250 2021 PICKUP TRUCK CTL 1FT7X2BT2MEC22772 1FT7X2BT2MEC22772 Truck Light Class 2 2022 FORD F250 FORD F250 2022 PICKUP TRUCK CTL 1FT8W2BT7NED84163 1FT8W2BT7NED84163 Truck Light Class 2 2020 SENNEBOGEN 728ME SENNEBOGEN 728ME 2020 TREE HANDLER WHEEL CTL 728.0.1007 728.0.1007 Equipment 2021 SENNEBOGEN 1738ME SENNEBOGEN 738ME 2021 TREE HANDLER WHEEL CTL 738.0.1005 738.0.1005 Equipment ~_ 2021 SENNEBOGEN 1718 RHD SENNEBOGEN 718 RHD 2021 TREE HANDLER TRACK CTL 718.5.2179 718.5.2179 Equipment 2021 SENNEBOGEN 728ME SENNEBOGEN 728ME 2021 TREE HANDLER WHEEL CTL 728.0.1012 728.0.1012 Equipment 2021 SENNEBOGEN 728ME SENNEBOGEN 728ME 2021 TREE HANDLER WHEEL CTL 728.0.1020 728.0.1020 Equipment 2021 SENNEBOGEN 728ME SENNEBOGEN 728ME 2021 TREE HANDLER WHEEL CTL 728.0.1021 728.0.1021 Equipment 2017 JOHN DEERE 648L JOHN DEERE 648L 2017 GRAPPLE SKIDDER CTL 1DW648LXCHF679549 1DW648LXCHF679549 Equipment 2021 JOHN DEERE 648L-II JOHN DEERE 648L-II 2021 GRAPPLE SKIDDER CTL 1DW648LBCMF710572 1DW648LBCMF710572 Equipment 1983 CATERPILLAR 518 CATERPILLAR 518 1983 GRAPPLE SKIDDER CTL 96U00179 96U00179 Equipment 2020 JOHN DEERE 848LII JOHN DEERE 848LI1 2020 SKIDDER CTL 1DW848LBKMF712246 1DW848LBKMF712246 Equipment 2016 JOHN DEERE 1333E JOHN DEERE 333E 2016 TRACK SKID LOADER CTL 1T0333EMTFE291382 1T0333EMTFE291382 Equipment 2017 JOHN DEERE 333G JOHN DEERE 333G 2017 TRACK SKID LOADER CTL 1T0333GMCHF318502 1T0333GMCHF318502 Equipment 2020 JOHN DEERE 333G JOHN DEERE 333G 2020 TRACK SKID LOADER CTL 1T0333GVAMF394542 1T0333GVAMF394542 Equipment 2021 JOHN DEERE 333G JOHN DEERE 333G 2021 TRACK SKID LOADER CTL 1T0333GMROMF395341 1T0333GMROMF395341 Equipment 2021 JOHN DEERE I333G JOHN DEERE 333G 2021 TRACK SKID LOADER CTL 1T0333GMTI4F396640 1T0333GMTI4F396640 Equipment 2017 FORD F350 :FORD F350 2017 SERVICE TRUCK CTL 1FD8X3FTXHEE36110 1FD8X3FTXHEE36110 Truck Medium Class 3 2019 FORD F350 IFORD F350 2019 SERVICE TRUCK CTL 1FD8X3FTOKED04044 1FD8X3FTOKED04044 Truck Medium Class 3 _ 2021 FORD F250 FORD F250 2021 SERVICE TRUCK CTL 1FT7X2BT2LEE78229 1FT7X2BT2LEE78229 Truck Light Class 2 2021 FORD 'F350 FORD F350 2021 SERVICE TRUCK CTL 1FD8X3FT1MEC09592 1FD8X3FT1MEC09592 Truck Medium Class 3 _ 2021 FORD F350 FORD F350 2021 SERVICE TRUCK CTL 1FD8X3FT2MEC09598 1FD8X3FT2MEC09598 Truck Medium Class 3 2021 FORD _ F350 FORD F350 2021 SERVICE TRUCK CTL 1FD8X3FT3MEC09593 1FD8X3FT3MEC09S93 Truck Medium Class 3 2021 FORD `F350 FORD F350 2021 SERVICE TRUCK CTL 1FD8X3FTOMEC62557 1FD8X3FTOMEC62557 Truck Medium Class 3 2017 GMC Sierra 2500 GMC Sierra 2500 2017 SERVICE TRUCK CTL 1GD12REG8HF160723 1GD12REG8HF160723 Truck Light Class 2 2004 2003 SAWMILL SYSTEM CTL Equipment 1982 JM JM 1982 TRAILER,BELLY DUMP CTL 3447(83347) 3447(83347) Trailer Heavy 2012 CARRY-ON 7X16CG CARRY-ON 7X16CG 2012 TRAILER,CARGO CTL 4YMCL1625CV022938 4YMCL1625CV022938 Trailer Light 1991 PEERLESS PEERLESS 1991 TRAILER,CHIP VAN CTL 1PLE04524MTF06400 1PLE04524MTF06400 Trailer Heavy 1971 PEERLESS S2P2C2 PEERLESS 52P2C2 1971 TRAILER,CHIP VAN SPREAD AXEL CTL 713726 713726 Trailer Heavy 1977 FRUEHAUF FG-X-12-4476 FRUEHAUF FG-X-12-4476 1977 TRAILER,CHIP VAN CTL MEY508846 MEY508846 Trailer Heavy 1985 PEERLESS PEERLESS 1985 TRAILER,CHIP VAN CTL 1PLE040ZKETH67590 1PLE040ZKETH67590 Trailer Heavy 1985 WESCO WESCO 1985 TRAILER,CHIP VAN CTL 1WRSE5289FW852570 1WRSE5289FW852570 Trailer Heavy 1990 PEERLESS PEERLESS 1990 TRAILER,CHIP VAN CTL 1PLE04221LTC00760 I1PLE04221LTC00760 Trailer Heavy 1994 PEERLESS PEERLESS 1994 TRAILER,CHIP VAN CTL 1PLE04023RPL15204 - 1PLE04023RPL15204 Trailer Heavy 2000 CARSON CARSON 2000 TRAILER,10 FT DUMP CTL 4HXDT102XYCO23960 14HXDT102XYCO23960 Trailer Heavy 1980 CHEREOKEE ED2630 _ ICHEREOKEE ED2630 1980 TRAILER,END DUMP CTL 677 677 Trailer Heavy 1981 TRANSCRAFT TL-42 TRANSCRAFT TL-42 1981 TRAILER,42'FLAT BED CTL ITTF42200B1C27941 ITTF4220081C27941 Trailer Light 2000 UTILITY FS2CHA _ UTILITY FS2CHA 2000 TRAILER,FLAT BED CTL 1UYF52484YA230602 1UYFS2484YA230602 Trailer Light 1989 SPCNS SPCNS 1989 TRAILER,FIRE CTL CA811426 _ CA811426 _ Trailer Light 1992 SPCNS SPCNS 1992 TRAILER,500 GAL FIRE CTL CA878744 CA878744 Trailer Light 2017 INC _ WYLIE&SONS INC 2017 TRAILER,FIRE CTL SVUTW1326HP000634 SVUTW1326HP000634 'Trailer Light 1994 PITTS PITTS 1994 TRAILER,HAY RACK(HAPS)CTL LT40T3RP328586 LT40T3RP328586 Trailer Light 2011 (HOMEMADE) HR2 (HOMEMADE)HR2 2011 TRAILER,HAY RACK CTL MFOO1KH2O11 MFOO1KH2O11 Trailer Light 2013 SPCNS HR3 (HOMEMADE)SPCNS HR3 2013 TRAILER,HAY RACK CTL CA977929 i CA977929 Trailer Ught Detailed Equipment List MoclelYr Make Model Description Vin-SiN Equipment Type 1995 PITTS LT40-4 PITTS LT40-4 1995 TRAILER,HAY RACK SELF LOADER CTL 1PELT4028TP960215 1PELT4028TP960215 'Trailer Light 2009 GENERAL DAS GENERAL DAS 2009 TRAILER,HAY RACK(HAPS)CTL 1G9DAS073WA008061 1G9DAS073WA008061 Trailer Light 1996 i _ PITTS LT42-4 PITTS LT42-4 1996 TRAILER,2 AXEL LOG TRAILER CTL 1PELT4023YP000775 1PELT4023YP000775 Trailer Light 1996 _ PITTS LT-42 PITTS LT-42 1996 TRAILER,HAY RACK CTL 1PELT4220TP960903 1PELT4220TP960903 Trailer Light 2019 PITTS LT40-8L AR PITTS LT40-8L AR 2019 TRAILER,HAY RACK CTL 5JYLT4027KPP12613 SJYLT4027KPP12613 Trailer Light 2019 PITTS LT40-8L AR 1PITTS LT40-8L AR 2019 TRAILER,HAY RACK CTL 5JYLT4020KPP15899 51YLT4020KPP15899 Trailer Light 2016 GENERAL GENERAL 2016 TRAILER,TURKEY RACK CTL Trailer Light 1998 MURRAY MURRAY 1998 TRAILER,LOW BED CTL 1M9644206WAD56922 1M9644206WADS6922 Trailer Heavy 2000 COZAD 60TON COZAD 60TON 2000 TRAILER,60 TON LOWBED CTL 109GL442XY1772005 109GL442XY1772005 Trailer Heavy 1997 TRAIL KING TK70HT-482 TRAIL KING TK70HT-482 1997 TRAILER,35 TON FLAT BED CTL 1TKA04822VM086373 1TKA04822VM086373 Trailer Heavy 1974 _FRUEHAUF FRUEHAUF 1974 TRAILER,SHORT LOWBED CTL 120129 t120129 Trailer Heavy 1990 MILLER LD320 ,MILLER LD320 1990 TRAILER,LOG DOLLY CTL 1P9CJ2423LA020040 1P9CJ24231.A020040 Trailer Heavy _ 1990 MILLER LD320 MILLER LD320 1990 TRAILER,LOG DOLLY CTL 1P9CJ2425LA020041 1P9CJ2425LA020041 Trailer Heavy 2018 LINCOLN SUCK TR LINCOLN SUCK TR 2018 TRAILER,SHORT LOGGER CTL 1L9M02821J1104618 1L9M0282111104618 Trailer Heavy 2021 PITTS LT40-UL 40' PITTS LT40-UL 40'2021 TRAILER,LOG CTL 21754 21754 Trailer Heavy 2021 PITTS LT40-UL 40' PITTS LT40-UL 40'2021 TRAILER,LOG CTL 21753 21753 Trailer Heavy 2022 GENERAL GENERAL 2022 TRAILER,LOG CTL 1G9G2LA27NA008050 1G9G2LA27NA008050 Trailer Heavy 2016 ADDCO DH350-FM ADDCO DH350-FM 2016 DIGITAL ROAD SIGN CTL 4SEPC1015GM4SE020 4SEPC1015GM4SE020 Misc. 2016 ADDCO DH350-FM ADDCO DH350-FM 2016 DIGITAL ROAD SIGN CTL 4SEPC1017GM4SE021 4SEPC1017GM4SE021 Misc. 2014 KENWORTH T800 KENWORTH T800 2014 TRACTOR CTL 1NKDL40X4ER417880 1NKDL40X4ER417880 Truck Heavy Class 8 2014 _ KENWORTH T800 KENWORTH T800 2014 TRACTOR CTL 1NKDL49X6EJ387332 1NKDL49X6EJ387332 Truck Heavy Class 8 2014 KENWORTH T800 KENWORTH T800 2014 TRACTOR CTL 1NKDL49X6EJ387333 1NKDL49X6EJ387333 Truck Heavy Class 8 2014 KENWORTH T800 KENWORTH T800 2014 TRACTOR CTL 1NKDL49X6E1387334 1NKDL49X6EJ387334 Truck Heavy Class 8 2019 KENWORTH 4'T800 KENWORTH T800 2019 TRACTOR CTL 3WKDD49X6KF360277 3WKDD49X6KF360277 Truck Heavy Class 8 2011 KENWORTH IT370 KENWORTH T370 2011 HOOK LIFT TRUCK CTL 2NKHHN7X7BM283254 2NKHHN7X7BM283254 Truck Heavy Class 8 2009 _ KENWORTH T800 KENWORTH T800 2009 HOOK LIFT TRUCK CTL 1NKDL49X69R258577 1NKDL49X69R258577 Truck Heavy Class 8 2015 KENWORTH T800 KENWORTH T800 2015 TRACTOR CTL 1XKDD40X8FR457724 1XKDD40X8FR457724 Truck Heavy Class 8 2019 KENWORTH T800 KENWORTH T800 2019 LOG TRUCK CTL 1XKDDD40X3KJ259741 1XKDDD40X3K1259741 Truck Heavy Class 8 _ 2018 KENWORTH T800 KENWORTH T800 2018 LOG TRUCK CTL 1NKDXPDX41R188214 1NKDXPDX4JR188214 Truck Heavy Class 8 2012 KENWORTH T800 KENWORTH T800 2012 HOOK LIFT CTL 1NKDL79X9CR298158 1NKDL79X9CR298158 Truck Heavy Class 8 2020 KENWORTH T800 KENWORTH T800 2020 TRACTOR CTL 3WKDD49X3LF418069 3WKDD49X3LF418069 Truck Heavy Class 8 2022 KENWORTH T880 KENWORTH T880 2022 TRACTOR CTL 1XKZD40X5N1491378 1XKZD40XSNJ491378 Truck Heavy Class 8 2022 KENWORTH jT880 KENWORTH T880 2022 TRACTOR CTL 1XKZD49X4NJ123423 1XKZD49X4NJ123423 Truck Heavy Class 8 2022 KENWORTH 'T880 KENWORTH T880 2022 TRACTOR CTL 1NKZL40X9N1123590 1NKZL40X9NJ123590 Truck Heavy Class 8 1995 _PETERBILT 377 PETERBILT 377 1995 WATER TRUCK CTL D391726GL D391726GL Truck Heavy Class 8 _ 2014 AL I INTERNATIONAL 2014 WATER TRUCK CTL 3HAMMAALSEL788221 3HAMMAALSEL788221 Truck Heavy Class 8 1978 FRUEHAUF FRUEHAUF 1978 TRANSFER TRAILER CTL CA699801 CA699801 Trailer Heavy 2000 TRAIL MAX TL40-1 TRAIL MAX TL40-1 2000 TRAILER,TILT BED CTL 1G9K5322XYA065274 1G9K5322XYA065274 Trailer Heavy 2018 TRAIL KING TKT40L TRAIL KING TKT40L 2018 TRAILER,TILT BED CTL 1TKC03324JR105643 1TKC03324JR105643 Trailer Heavy 1997 UTILITY VS2DS UTILITY VS2DS 1997 TRAILER,VAN CTL 7L70169006 7L70169006 Trailer Heavy 1988 PINES PINES 1988 TRAILER,WALKING FLOOR CTL 1PNF482F1JKB28097 1PNF482F1JKB28097 Trailer Heavy 2019 JOHN DEERE GATOR XUV865M JOHN DEERE GATORXUV865M 2019 FIRE FIGHTING QUAD CTL 1M086SMACKM020427 1M0865MACKM020427 Equipment 2010 FORD E350 FORD E350 2010 VAN CTL 1FBNE3BLDAOA18111 _ 1FBNE3BLDADA18111 ,Passenger Class 1 2018 Brush Hog Brush Cutter Attachm Brush Hog Brush Cutter Attachm 2018 ATTACHMENT,BRUSH CUTTER TSU Attachment 2013 Bandit 990XP Bandit 990XP 2013 CHIPPER TSU 4FMUS1318CR001619 4FMUS1318CR001619 Equipment 2018 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2018 CHIPPER TSU 4FMUS1616JR505997 4FMUS1616JR505997 Equipment 2019 Bandit 12XPC Bandit 12XPC 2019 CHIPPER TSU 4FMUS1619K510693 4FMU51619K510693 Equipment 2019 Bandit 112XPC _ Bandit 12XPC 2019 CHIPPER TSU 4FMUS1612KR510048 4FMUS1612KR510048 Equipment Detailed Equipment List ModelYr Make • Model Description Vin-S/N Equipment Type 2019 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2019 CHIPPER TSU 4FMUS1610KR509612 4FMUS1610KR509612 Equipment — 2018 Bandit 12XPC Bandit 12XPC 2018 CHIPPER TSU 4FMUS1610JR508068 14FMUS16101R508068 Equipment _ 2014 Bandit '12XPC Bandit 12XPC 2014 CHIPPER TSU 4FMU51318ER002014 4FMU51318ER002014 Equipment _ 2018 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2018 CHIPPER TSU 4FMU51615LR511454 4FMU51615LR511454 Equipment 2015 Bandit _990 trailered Bandit 990 trailered 2015 CHIPPER TSU 4FMUS1315FR002330 4FMUS1315FR002330 Equipment _ _ 2020 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2020 CHIPPER TSU 4FMU51614LR513891 ,4FMUS1614LR513891 Equipment _ 2020 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2020 CHIPPER TSU 4FMUS1617LR513934 4FMUS1617LR513934 Equipment 2020 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2020 CHIPPER TSU 4FMUS1611LR514108 4FMU51611LR514108 Equipment 2021 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2021 CHIPPER TSU 4FMU51617MR514616 '4FMUS1617MR514616 Equipment 2021 Bandit 12XPC Intimidator wi Bandit 12XPC Intimidator wi 2021 CHIPPER TSU 4FMUS1619MR514617 4FMUS1619MR514617 Equipment , 2018 Ford F550 XL _ Ford F550 XL 2018 TRUCK,CHIP TSU 1FDUF5HTXJDA03389 1FDUFSHTXJDA03389 Truck Medium Class 5 2019 Ford F550 XL Ford F550 XL 2019 TRUCK,CHIP TSU 1FDUF5HT7KDA14433 1FDUF5HT7KDA14433 Truck Medium Class 5 2019 Ford F550 XL Ford F550 XL 2019 TRUCK,CHIP TSU 1FDUF5HT0KDA14435 !1FDUF5HT0KDA14435 Truck Medium Class 5 2019 Ford F550 XL S.0 Ford F550 XL S.0 2019 TRUCK,CHIP TSU 1FD0XSHT3KEE14043 1FD0XSHT3KEE14043 Truck Medium Class 5 2016 Kubota KX0804R3A Kubota KX0804R3A 2016 EXCAVATOR TSU JKUK0803TO1H34806 JKUK0803T01H34806 Equipment 2016 Kubota KX0404R3T Kubota KX0404R3T 2016 EXCAVATOR TSU JKUK0404C01H23716 JKUK0404C01H23716 Equipment _ 2021 ECO CM ECO 30 _ ECO CM ECO 30 2021 HOSES TSU Multiple Multiple Misc. 2019 Ford F350 XL Super duty c Ford F350 XL Super duty c 2019 TRUCK,PICKUP TSU 1FD8W3HTXKED42557 1FD8W3HTXKED42557 Truck Medium Class 3 _ 2018 _ Ford F350 XL Super duty c Ford F350 XL Super duty c 2018 TRUCK,PICKUP TSU 1FD0WSHT1JEB23932 1FD0W5HT1JEB23932 Truck Medium Class 3 2018 Ford F350 XL Super duty c Ford F350 XL Super duty c 2018 TRUCK,PICKUP TSU 1FD0W5HT6JEB13283_ 1FD0WSHT6JEB13283 Truck Medium Class 3 2018 Hyster 530XL Hyster S30XL 2018 FORKLIFT TSU 362224 362224 Equipment 2016 Xtreme Duty i1RG84 Xtreme Duty 1RG84 2016 GRAPPLE ATTACHMENT TSU N/A _ N/A Attachment 2015 Valby N/A Valby N/A 2015 GRAPPLE ATTACHMENT TSU N/A N/A Attachment 2020 Tiger Grip TG 22 UG/9 Tiger Grip TG 22 UG/9 2020 GRAPPLE ATTACHMENT TSU 81 81 Attachment 2020 Freightliner Serco 8500E 114 SD Freightliner Serco 8500L 114 SD 2020 DEBRIS TRUCK,SELF LOADING TSU 3ALHG3DV4LDKW4943 i3ALHG3DV4LDKW4943 Truck Heavy Class 8 _ 2018 Ford F550AT37G Ford F550 AT37G 2018 TRUCK,LIFT TSU 1FDUF5HTSJEB54599 1FDUF5HT5JEB54599 Truck Medium Class 5 _ 2016 Ford F550 AT37G Ford F550 AT37G 2016 TRUCK,LIFT TSU 1FDUF5HT7GEC91391 1FDUF5HT7GEC91391 Truck Medium Class 5 2019 Ford F550 XL AT37G Ford F550XLAT37G2019TRUCK,LIFT TSU 1FDUF5HTXKDA13874 1FDUFSHTXKDA13874 Truck Medium Class 5 _ 2020 Freightliner M2-106,LR7-56 Freightliner M2-106,LR7-56 2020 TRUCK,LIFT TSU 1FVACWFD1LHKW5660 1FVACWFD1LHKW5660 Truck Medium Class 6 _ 2018 Freightliner M2-106 Cab&Chasis, Freightliner M2-106 Cab&Chasis,2018 TRUCK,LIFT TSU 1FVKCYFEXJHJL2109 1FVKCYFEXJHJL2109 Truck Medium Class 6 2020 Freightliner M2-106 LR7-56 Freightliner M2-106LR7-562020 TRUCK,LIFT TSU 3ALACXFCXLDKW5353 3ALACXFCXLDKW5353 Truck Medium Class 6 2020 Freightliner M2-106 LR7-60E70 Freightliner M2-106 LR7-60E70 2020 TRUCK,LIFT TSU 1FVDCXFCSLHKW6823 1FVDCXFC5LHKW6823 Truck Medium Class 6 2020 Frieghliner M2-106 LR7-60E70 Frieghliner M2-106 LR7-60E70 2020 TRUCK,LIFT TSU 3ALDCXFCXLDKW7052 3ALDCXFCXLDKW7052 Truck Medium Class 6 2020 Ford F550 XL AT37G Ford F550 XL AT37G 2020 TRUCK,LIFT TSU 1FOUFSHT4LDA06565 1FDUFSHT4LDA06565 Truck Medium Class 5 2020 Ford F550 AT37G Ford F550 AT37G 2020 TRUCK,LIFT TSU 1FDUF5HT3LDA07240 1FDUF5HT3LDA07240 Truck Medium Class 5 2016 AST DML/SSL-150 VT 1AST DML/SSL-150 VT 2016 MULCHER HEAD TSU 16-0107 16-0107 Attachment 2017 AST DML/SSL-175 VT AST DML/SSL-175 VT 2017 MULCHER HEAD TSU 17-0510 j17-0510 Attachment 2016 Ford Escape 4D Ford Escape 4D 2016 SUV TSU 1FMCU9G9XGUA30647 1FMCU9G9XGUA30647 Passanger Class 1 2019 Ford Escape 4D Ford Escape 4D 2019 SUV TSU 1FMCU9HD4KUC31956 1FMCU9HD4KUC31956 Passanger Class 1 2021 Toyota Rav-4 Toyota Rav-4 2021 SUV TSU 2T3G1RFV5MC141944 2T3G1RFV5MC141944 Passanger Class 1 2019 Toyota !Tacoma 4D,4 WD Toyota Tacoma 4D,4 WD 2019 TRUCK,PICKUP TSU 3TMCZ5AN9KM261847 3TMCZ5AN9KM261847 Truck Medium Class 3 2018 Easy Kleen Magnum 4000 _ .Easy Kleen Magnum 4000 2018 WASHER TSU ; Misc. 2012 Attitude Eclipse Toy Hauler Attitude Eclipse Toy Hauler 2012 TOY HAULER TSU 5LZBE2422CR009612 5LZBE2422CR009612 Trailer Light 2012 Bandit ;2550XP Bandit 2550XP 2012 STUMP GRINDER TSU 221162 221162 Attachment 2011 Kubota SVL90 HFC Kubota SVL90 HFC 2011 SKID STEER TSU JKUC0901J01510713 JKUC0901J01510713 Equipment 2015 Kubota SVL90-2 Kubota SVL90-2 2015 SKID STEER TSU JKUC0902C01517874 JKUC0902C01S17874 Equipment 2017 Ford FS50 XL Service Truc Ford F5S0 XL Service Truc 2017 SERVICE TRUCK TSU 1FD0WSHT7HEC69102 _ 1FDOWSHT7HEC69102 Truck Medium Class 5 2019 Ford F350 XL Service Truc Ford F350 XL Service Truc 2019 SERVICE TRUCK TSU 1FD8W3FT2KEE29162 11F08W3FT2KEE29162 Truck Medium Class 3 Detailed Equipment List Modeler Make Model Description Vin-S/N Equipment Type 2011 Ford F250 Super Duty Supe Ford F250 Super Duty Supe 2011 SERVICE TRUCK TSU 1FD7X2B65BEC78689 1FD7X2B65BEC78689 Truck Light Class 2 2016 Walton 5th Wheel _ Walton 5th Wheel 2016 TRAILER,5TH WHEEL TSU 1W9GF2821GL555713 1W9GF2821GL555713 Trailer Light 2020 PJ TD282 _ PJ TD282 2020 TRAILER TSU 4P5TD2825L13385178517 4P5TD2825L13385178517 Trailer Light 2016 Bandit XP1590TK with remote Bandit XP1590TK with remote 2016 TRACKED CHIPPER TSU 502125 502125 Equipment 2017 Ford F250 Lariat Ford F250 Lariat 2017 TRUCK,PICKUP TSU 1FT7W2BT1HEC45047 1FT7W2BT1HEC45047 Truck Light Class 2 2020 Ford F150 STX Ford F150 STX 2020 TRUCK,PICKUP TSU 1FTEW1E44LFB16129 1FTEW1E44LFB16129 Truck Light Class 2 2018 Ford F150XLT Ford F150 XLT 2018 TRUCK,PICKUP TSU 1FTEW1EPOJKG06890 1FTEW1EPOJKG06890 Truck Light Class 2 2018 Ford F150XLT Ford F150 XLT 2018 TRUCK,PICKUP TSU 1FTEW1EP21KG06891 1FTEW1EP2JKG06891 Truck Light Class 2 2003 _ Ford F250 XLT Super Duty Ford F250 XLT Super Duty 2003 TRUCK,PICKUP TSU 1FTNW21L23ED78109 1FTNW21L23ED78109 Truck Light Class 2 2007 GMC Sierra 2500HD CI GMC Sierra 2500HD CI 2007 TRUCK,PICKUP TSU 1GTHK29037E102632 1GTHK29D37E102632 Truck Light Class 2 2021 Ford F250 XL Ford F250 XL 2021 TRUCK,PICKUP TSU 1FT7X2B64MEE10512 1FT7X2B64MEE10512 Truck Light Class 2 2019 Ford F250 Super Duty Lari Ford F250 Super Duty Lari 2019 TRUCK,PICKUP TSU 1FT7W2BTSKEE13179 1FT7W2BT5KEE13179 Truck Light Class 2 2017 Ford F250 Super Duty Ford F250 Super Duty 2017 TRUCK,PICKUP TSU 1FT7W2BT2HEF19596 1FT7W2BT2HEF19596 Truck Light Class 2 2019 _ Ford F150 XLT Ford F150 XLT 2019 TRUCK,PICKUP TSU 1FTEW1EPXKKC15263 1FTEW1EPXKKC15263 Truck Light Class 2 2019 Ford F150 XLT Ford F150 XLT 2019 TRUCK,PICKUP TSU 1FTEW1EP8KKC78121 1FTEW1EP8KKC78121 Truck Light Class 2 _ 2016 Ford F150 XLT Ford F150 XLT 2016 TRUCK,PICKUP TSU 1FTEW1EG1GKG02310 1FTEW1EG1GKG02310 Truck Light Class 2 2021 Ford F150 STX Ford F150 STX 2021 TRUCK,PICKUP TSU 1FTEW1EP1MFB37645 1FTEW1EP1MFB37645 Truck Light Class 2 2019 Ford F150 STX Ford F150 STX 2019 TRUCK,PICKUP TSU 1FTEW1EP1KKD56917 1FTEW1EP1KKD56917 Truck Light Class 2 2021 Ford F150 STX Ford F150 STX 2021 TRUCK,PICKUP TSU 1FTEW1EPXMFC51174 1FTEW1EPXMFC51174 Truck Light Class 2 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 3.3 Subcontractor Equipment We recognize that subcontractors are crucial to our ultimate success in a major event. Although the number of subcontractors and equipment used for a City of Miami Beach project is disaster dependent, below is a sampling of important equipment available through subcontractors. Type of Equipment Quantity Air Curtain Burner 585 Bucket Trucks 1,136 Concrete/Rock Crushers 54 Excavator 3,356 Knuckleboom-Prentice-Style-Self-Loader 5,219 Roll Off Trucks 3,955 Skid Steer 7,439 Skid Steer with/Grapple 9,001 Tractor-Trailer End Dump 11,872 Tractor-Trailer Live Bottom 4,078 Truck-Dump-Single Axle 7,973 Truck-Dump-Tandem Axle 15,358 WheelLoader-FrontEnd-4Yard 6,092 CERES Tab 3 Approach and Methodology Section 3 Subcontractor Equipment Page 3.3-1 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 3.4 Approach to Subcontracting Work CERES ttESPONSE REGION: 3,346 107AL S7/BOOWUtA(70Rti Y M .. n NO •� E MN 52 NH }M, . 21 MI _ 32 'cr RI • " % A IA • _.. NV NE 14 OH IL 1N 47 ur co 39 27 KS MO kY _ 12 64 . AZ NM 134 278 2 • [GEN[) ■ Respc.r --ea on 1 1,406 ■ Response on=eq, 2 205.- 133 Subcontractors within ® Win'-=egtO11' 30 miles of the City of the - Response Req.on 4 Cityof Miami Beach 593aa�+aw, FL state 809 of Subcontractors 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 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 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%). CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-1 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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. 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 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 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 2,000 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 130 North Carolina 101 Florida 809 South Carolina 56 Georgia 246 Tennessee 64 Subtotal of firms within 6-8 hours driving time = 1,406 CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Response Region 2: 360 straight-line miles or 8-10 hours driving time Kentucky 41 Mississippi 100 Virginia 57 West Virginia 7 Subtotal of firms within 8-10 hours drivin• time= 205 Response Region 3: 360 straight-line miles or 8-10 hours driving time Arkansas 37 Delaware 6 Maryland 26 Missouri 64 Illinois 39 New Jersey 29 Indiana 27 Ohio 47 Louisiana 292 Pennsylvania 37 Subtotal of firms within 8-10 hours driving time= 604 Total Number of Subcontractors Within One Da s Drivin. Time= 2,215 Response Region 4: greater than 600 straight-line miles or more than 14 hours driving time Iowa 14 New York 32 Kansas 12 _ Oklahoma 134 Michigan 50 Texas 278 Minnesota 52 Wisconsin 21 Subtotal of firms greater than 14 hours driving time = 593 Total Number of Subcontractors Within Two Days Driving Time= 2,808 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 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. CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • 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: • Identification and maintenance of a qualified potential Internal Subcontractor Database, which includes business status within each level of government. CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • 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. • Aid 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. For additional information on our utilization of SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZone firms please refer to Section 3.10, Supplier Diversity. On the following pages is a list of potential subcontractors for the City of Miami Beach. Contractors used will be disaster dependent,and per the City's requirements,subcontractors must be approved in writing by the City Manager. CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-5 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services POTENTIAL SUBCONTRACTORS Category Key: SB = Small Business; SBE = Small Business Enterprise; WO = Woman-Owned; WOSB = Woman Owned Small Business;VO=Veteran-Owned; SDVO= Service-Disabled Veteran Owned; SLDBE = State Local Disadvantage Business Enterprise; 8a = Currently 8a Certified; SDB = Small Disadvantaged Business;SDBE=Small Disadvantaged Business Enterprise; HUB=HUB Certified; ESB=Emerging Small Business; MBE = Minority Business Enterprise; Subcontractors within 30 miles of the Cit of Miami Beach, FL Company City Certs A Native Tree Service Miami SB, WO A&E Transport LLC Miami A&J Transport, Inc. Miami SB, WO Al Environmental Inc Dba Al E Group Miami SB ABO Engineering Contractors Miami Advanced Electrical Solutions, Inc. Fort Lauderdale All About Trees and Debris, LLC Miami _ All Design Concrete Corp Hialeah SB, WO All Services 4 Less, Inc Miami Amaro Landscape Associates, Inc. Miami Andrews Land Management Fort Lauderdale AR Ramos Enterprises, Inc Palmetto Bay SB Atlantic Trucking &Warehousing Opa-locka SB Atlas Grinding & Recycling Group LLC Miami SB Austin Tupler Trucking Davie SB Biocarbon Technologies Inc Plantation Black and White Services Miami Boosted Towing Inc Miami SB Building Essentials And Training LLC Miami SB Bulk Waste Removal Corp Miami DBE C & S Property Services LLC Southwest Ranches SB Cambridge Project Development Inc. Miami SB Canpol Transport Hialeah Gardens SB Caribbean Marine System Corp Miami SB Caribe Construction Inc. Miami SB, WO Caruva INC Miami SB, VO, WBE CBC Real Estate LLC Cutler Bay SB CES Consultants Hialeah Conpal Corporation Miami SB Continental Heavy Civil Miami Cornerstone Nine LLC Miami SB Coros Trucking LLC Dba Coros Transport Hialeah SB CR2 Services, LLC Doral SB DC Engineering &Construction Group, Inc. Doral DEFCON Restoration Services, LLC Miami CBE, MBE, VBE Disaster Response Team International Homestead VO DSW Logistics Miami Gardens SB Dynamic Scapes LLC Miami SB Eagle Brick Construction, Inc Miami Gardens ECO Services DBR Sunrise WO EDJ Service LLC Plantation EE&G Disaster Response, LLC Miami Lakes SB Elite Investments Group Corp Miami Eminent Solutions Integration Miami SBA CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Company City Certs Empire Property Services LLC Davie SB, WO Enegix Construction Company, LLC Fort Lauderdale Enviro Staffing Solutions Corp. dba Labor Miami on Site FG Construction Tamarac First 2 Truck Inc Miami Beach Fitsaw Construction LLC Sunrise Florida Premier Ins Miami Florida Trend Homes, Inc Fort Lauderdale FloTech Miami Four R Equipment Hollywood SB, WO Franklin Ray Group, LLC Miramar SB Galafre Construction and Land Design Inc. Miami Garden Genius Miami SB, SDB GH Builders Inc. Doral SB, SDB Gradall Bobcat& Landscaping Davie SB Green Earth Environmental Inc. Opa-Locka H.A.C. COOLING CORP Hollywood SB HANDYMAN CAN FLORIDA Fort Lauderdale SDB Hard Core Construction Miami SB Hollywood Restoration, Inc. Hollywood SB Horsepower Service LLC Miami SB, WO In Touch Logistics Miami Gardens SDB IPG Network Miami SB Island Recovery Services Lauderdale Lakes SDB J &Y Groups Enterprises LLC Miami WOSB Jam Logistics, LLC Miami SB Jamoa Enterprise LLC Tamarac Jocy Construction and Design Corp Tamarac Jorge Barrios Miami JT Hauling Homestead WO K&R World Electrical Contractor's Inc. Hollywood SB KB &JO Trucking Corp Miami Landmark Landscape & Property Hollywood SB Maintenance Landworks South, LLC Homestead Leno Dredging and Hauling Miami LIGLightning Commercial Cleaning Service, Sunrise LLC Lobo Services LLC Homestead LT Group Miami WBE Manny Estrada Miramar Maytin Engineering, Corp Hialeah Gardens McCall Aircraft Consulting, LLC Southwest Ranches SB Miguel Lopez Jr Inc Pembroke Pines 8a, HUB, SB Mike Navin LLC Davie Modern Scapes of South FL, LLC Southwest Ranches MVS Industries Miami DBE, SB Nidiquar Services LLC Miami SB Nova Link Construction Miami Oyds Services Inc Miami SB PackPlus Inc Miami DBE, SBE CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-7 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Company City Carts Peacock Landscaping LLC Homestead PeopleReady Hialeah Peregrination Contractors Hialeah _Perfect Property Resources LLC West Park Raidan Development, LLC Miami SB RAS Construction Miami Rausa Builders Miami SB Recovery Right LLC DBA Gator Junk Miami Removal _ Reliable Dumping LLC Miami Rely Contractor Corp Hialeah Roadway Trucking Inc. Miami SB roman's removal and cleaning Hialeah Royal Dumpster LLC Miami SB Royal Tree Service, Inc. Cutler Bay SDAC Homestead 8a, HUB, SB, SDB, VO Seoane FJ Inc. Miami South Coast Equipment LLC Miami Take Stock Inc Miami Tate Transport Corporation Fort Lauderdale Taurus Transportation FL LLC Fort Lauderdale Team Ten Group Construction Corp Miami Gardens SB The Combined Group Corp Miami 8a, SB, SDB The Franklin Ray Group, Inc Miami Lakes SB The MGT Group, Inc Hollywood The Zenith Group Enterprises Corp Pembroke Pines SB, VO Thomas Maintenance Service LLC Miami SB, WO Top Notch Property Solution Of South Hollywood Florida Torres Construction Group, Inc Homestead Training And Supervision Of Brigades Sunny Isles WO Trinity Water Restoration Service, Inc Hollywood Tropical Disaster Disposal Dania SDB, VO Tropical Gardens Center Southwest Ranches Ultimate Disaster Recovery, Corp. Hialeah Universal Partners Group Miami Unlimited Builders Corp Hialeah USS Hauling & Recycling Miami Vision & Mission Consultants LLC Hollywood VMAD, LLC Miami VO Wastetech Fort Lauderdale WO World Detail Specialists Inc Fort Lauderdale SB CERES Tab 3 Approach and Methodology Section 4 Approach to Subcontracting Work Page 3.4-8 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 3.5 Debris Management Site Operations Plan Debris Management Sites (DMS) Ceres will utilize the DMS identified by the City. If 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 4 ~— , \\ each DMS measuring - - approximately 30' x 30'. Typically, cSI) the perimeter will be lined with hay im„,l lower bales and staked in place. The area will be lined with heavy Y°r s Debris Pile with m) khnahY hisii gnu gauge plastic(10 mil or greater)to clrrl:<. provide a waterproof barrier. A `l adequate room plastic cover (10 mil or greater) I owe? will be used to prevent rain from , II"° J= J entering the containment area. . tzs 14r Site run-off is redirected away from the containment area by site I I grading. Hazardous materials that L__ "" 1'1'¢Mallsr Debris V are encountered during cleanup 71n #. lti operations will be staged in this area. Such materials will be Ash Ili properly disposed of in a timely �, list'I.keiiisio11 . manner. w CwtNln luc6untt urs , ADM. S'—211' Inspection •s DMSs will be the point of Typical setup of a DMS used by Ceres. 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 loads. The tower will be 10 feet above the existing ground elevation, with a wooden handrail and steps to provide access and constructed of pressure treated lumber. The floor area will be 8'x8', constructed of 2'x8'joists, 16" O.C. with plywood supported by four 6"x6" posts. The perimeter of the floor 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 CERES Tab 3 Approach and Methodology Section 5 Debris Management Site Operations Plan Page 3.5-1 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services corrugated tin roof. The roof will provide a minimum of 6' 6" headroom below the 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 Legend: — the capacity of the truck Modular Inspection and ion observation tower P YObservation Tower 101 Incoming loaded truck .r. 102 Segregated metal debris and estimated load volume 10.4 Gravel or mulch roadbed to reduce elloct of mud (percent capacity) and 106 One-way toad Tower Tower attendant with personal protective equipment evaluate the load for ( 102 ) 2 °`d"°000 y`rock contaminants requiring - a-^ separation. The Monitor ,;_ ;, =� will instruct the driver �'`' m regarding the appropriate ` dump location at the site ~� • and will verify the truck is40 �® ' completely empty 4 r.. T ENTER following dumping. The - .4 Monitor will complete the EXIT _ load ticket presented for each load delivered to the c site. . _. After inspection, the • u°C°-.t.. 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 separated 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 Separation - ,. ;,r.- -v. • Due to the nature of these operations, material separation is •'�'- '¢ required toprocess debris properly and efficient) Collection »� , -~'-, ..4''` q P P Y Y t crews will segregate non-grindable debris to the maximum extent ` f ; possible during collection and loading operations. The inspection •• /• •'•••� tower will also assume responsibility for the separation of loads ' '. .," containing contaminants or non-grindables. Those loads, which r.' .. may contain debris ranging from white goods, household . • • • /' to ;;. hazardous waste (HHW), e-waste, and other materials, will be `• :- /- segregated and sorted either manually or mechanically to remove t + - s'• ,:5, 143. the contaminants and then dumped in designated and r.• �' : appropriately lined/fenced areas at the DMS until final disposal. ._ ;-•.:."':. :'k.' -, "� ''. ,,:.i CERES Tab 3 Approach and Methodology Section 5 Debris Management Site Operations Plan Page 3.5-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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. DMS Traffic Control Traffic control will be provided near the entrance to the staging area of this site. Traffic control personnel will be trained in the hazards and requirements of their duties and safety requirements and precautions. Compliance with the safety requirements of Ceres Accident Prevention Plan and EM 385-1-1 is mandatory; Personal protective equipment must be worn, and traffic control (Stop/Slow) paddles used. Signage (per DOT and Uniform Traffic Control Devices) will be posted at distances of 500 and 1000 feet from the entrance to the site to warn other traffic in the area of the presence of trucks and traffic control personnel. The speed limit on the approach road to this site will be 10 mph, with a speed limit on the site haul road of 5 mph. Traffic control personnel will be responsible for directing traffic into and out of the site and for assisting haulers as needed to safely back trucks in for dumping in the debris staging area. Trucks WILL NOT back up to dump until so instructed by an assisting flag person and will not otherwise back up unless SPECIFICALLY instructed to do so by an operator. Trucks will space themselves at the dump location to allow sufficient space between trucks to facilitate safe dumping and maintain a safe zone around the truck of at least 20 feet. All equipment will be equipped with an operating backup alarm; equipment that does not have a functional alarm will be decommissioned until the necessary repairs are completed. A DMS site map will indicate the following items: Access Roads, Haul Road Directions, Location of Tower, Location of Reduction equipment/exclusion zones, Location of Staging Piles, Location of HTW(Hazardous and Toxic Waste) Pit, Location of Flammable Materials Storage, Location of Recyclables, Non-recyclable Staging Area, Topography and Storm Runoff Patterns, Nearest Receiving Waters (creeks, rivers, ditch, etc.), Location of Wetlands, Location of any Utilities and Location of Sanitation Units. 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. Grinding Tub shut down full to minimize debris ejection Maximum height of mulch to be stored • on-site longer than 4 1 Tub weeks,minimized Grinder self ignition • - 50'ft. 300'ft. Exclusion Zone Exclusion Zone OERES_OZEY! 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. CERES Tab 3 Approach and Methodology Section 5 Debris Management Site Operations Plan Page 3.5-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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.• yy Air Curtain Incinerator - r - u i 41,f ' .: ':it i_ 100'ft. • • +14 • /G Exclusion i �.4 + 'i hyL �_ 1000'ft. �� r Zone from ! Exclusion Zone Debris Piles ; • + for Structures • �r+CiIM'�:w Side view of Air Curtain Incinerator CERES 025 2 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. Final Disposition Separated, 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. 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 to ensure satisfactory site conditions. Site closure is normally accomplished within 30 days of receipt of the last load of disaster related debris. DMS Safety Plan Safety is integral to our operations, and this is accomplished by providing training not only for Ceres' employees, but also by offering training orientation to our subcontractors and their workers. In this manner, a high level of safety is maintained in the Debris Management Site (DMS). This important part of the work is also emphasized in frequent"tailgate"safety meetings that are very brief but serve to underline a specific topic and to keep thoughts of safe operations active in all workers on a daily basis. DMS safety and occupational health guidance is promulgated by FEMA, the U.S.Army Corps of Engineers, OSHA, and the EPA among others. Ceres complies with these regulations during emergency response operations. These plans are based on guidance that can be found in FEMA's Debris Management Guide P-325, at http://www.usace.army.mil/Paqes/default.aspx and on Ceres accumulated experience. CERES Tab 3 Approach and Methodology Section 5 Debris Management Site Operations Plan Page 3.5-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services DMSs will be inspected daily to: • Ensure equipment is in proper working order. • Waste materials are properly containerized and disposed of. • Any hazardous materials present are properly stored. • Other materials are properly managed and stored. • The site and equipment are secured at the end of each workday. A Site Safety Officer(SSO)or designated alternate will be assigned to Miami Beach and inspect the work area at least daily to ensure continued compliance with site safety requirements. Safety inspections are recorded on the record of safety inspection form. Safety deficiencies identified will be documented with corrective actions noted. The inspection record will identify the individual responsible for the corrective action and time frame for follow-up. Verification of corrective action completion must be documented on a safety inspection record and acknowledged by the inspector first citing the finding. This operation will comply with all requirements of the project, Accident Prevention Plan, applicable OSHA requirements, and any additional local requirements. • Backing up of trucks not permitted without operator instruction and use of flaggers. Back-up alarms must be functional and appropriate for the site conditions. • Post speed limits -5 mph on haul road in site, and 10 mph for access roads • All drivers must obey haul road plan. • All personnel must use the required Personal Protective Equipment (PPE) (hard hat, steel toe boots, long work pants, eye protection, reflective vest (number 2 or 3), shirts with sleeves at least 4" in length, hearing protection and gloves as needed. • Maintain a safe distance around all the equipment of at least 20 feet. • Do not walk behind equipment, drivers remain inside the vehicles, exit only with the acknowledgment of equipment operator, and required PPE. • All equipment will have a fire extinguisher present. • Equipment will only work inside of an established work zone with the proper traffic control devices in place. • Trucks will be separated by at least 20' when dumping loads in the dump area. • Drivers will wear seatbelts and otherwise comply with federal and state commercial vehicle driving requirements. • An exclusion zone of 100 feet MUST be around the burn pit regarding material staging areas. The burn area must be located at least 1,100 feet from the nearest structure. Management Responsibilities Project Managers have the overall responsibility of ensuring the safety programs and procedures are properly developed and implemented at the DMSs through the following actions: • The implementation and maintenance of health and safety programs. • Assigning competent staff to coordinate compliance with special compliance areas. • Ensuring the timely processing of First Reports of Injury(FRIs) and the maintenance of the OSHA 300 Log of Work-Related Injuries and Illnesses. • Signing and ensuring the posting of the annual OSHA 300A Summary of Work-Related Injuries and Illnesses. • Directing an annual evaluation of the health and safety program. • Establishing and supporting an active role for the safety committee and the development of annual health and safety work plans. Personal Protective Equipment Requirements Activity Hazard Analyses (AHAs)are conducted by the Corporate Health and Safety Officer and the Project Manager prior to startup of the job. During mobilization and prep, the AHAs are reviewed with the Site Superintendent or SSO and additions or changes made at that time based on actual site conditions or any other changes from the planned activities. Additional AHAs are prepared prior to subsequent work activities based on the remaining definable features of work for the project. Final AHAs are reviewed with all site personnel at the project start up (indoctrination) safety meeting. Additional changes may be warranted CERES Tab 3 Approach and Methodology Section 5 Debris Management Site Operations Plan Page 3.5-5 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services during the project due to any changes or alterations in work activities, equipment, or site conditions. For each potential hazard identified during the AHA evaluation, suitable control measures will be determined and documented on the AHA. At any time during the project when additional activities or hazards are identified that are not included in existing AHAs for the project, the appropriate additional AHAs, or amendments to existing AHAs, will be completed and training provided to project personnel. Project personnel are advised prior to project startup of the anticipated personal protective equipment requirements. The Project Manager will ensure all site personnel have received appropriate training or instruction regarding the proper use, care, maintenance, limitations, storage, and disposal of all PPE. Individuals required to wear respirators will complete a respiratory fitness examination by a qualified physician, a respirator fit test, and training. Training will include a review of proper procedures to don and doff the respirator, fit test procedures, limitations and proper use, inspection, cleaning and maintenance, storage, disposal of used cartridges and respirator masks, proper care and expected life of cartridges and masks. Personnel unable to meet the training or medical requirements pertaining to respiratory protection will not be permitted to use such devices nor conduct work activities requiring the use of these protective devices. CERES Tab 3 Approach and Methodology Section 5 Debris Management Site Operations Plan Page 3.5-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 3.6 Disaster Debris Removal Operations Plan Ceres detailed plan for disaster removal operations is described in detail in Section 3.1, Required Scope of Service Plans as identified in Appendix A, Sections A3—A4. Below, as requested, you will find Ceres': • Approach to mobilization • Proposed schedule/timeline • Project management approach • Safety Procedures Mobilization Response Times Ceres Environmental Services, Inc. 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 to minimize the financial damage to a community, cleanup activities must begin rapidly and proceed without delay. Below is a table of guaranteed response times to an event in the City of Miami Beach. Response times may vary according to storm intensity. Service Response Service Response Time to Time to Mobilize 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 Control 12 Hours Canteen &Operation 24 Hours Right of Way Debris Management 12 Hours Tree/Tree Stump/Limb 12 Hours Right of Entry Debris Management 24 Hours Removal 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 Proposed Schedule/Timeline The following tables contain our 30-day and 60-day response tables with proposed timelines. The response table that is applicable will be dependent on the severity of the event. Response Table -30 Day Timeline Day 0+1: Cut and The Ceres Project Manager will ensure that the City needs are being met in order Push of priority. Local subcontractors and equipment will begin any necessary road clearance operations and will begin staging efforts for right-of-way debris removal. Day 0+2: FEMA Ceres will assist the City on an as-requested, as-needed basis to ensure that Records and Data records are kept and maintained to provide maximum allowable reimbursement Management to the City. Day 0+3: Fully The necessary trucks will be in place to continue debris removal in an orderly Operational fashion. Local subcontractors will be deployed to the maximum extent possible, .and the Ceres debris removal operation will be fully operational on this day. Day 0+5: First Pass At the end of the first pass of debris removal time would be allowed for residents Complete to bring additional debris to the curbside. Crews would begin ramping up to start CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services the 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 Day 0+10: Second to clean up any debris that has time or safety constraints. The vast majority of Pass Complete 'debris would be cleaned from the rights-of-way. The Ceres Project Manager 'would begin focusing on project completion procedures. Day 0+15: Final Pass Debris removal operations would be 100%complete.The Ceres Project Manager Complete would remain in constant contact with City personnel, but daily presence may not be needed by this time. Day 0+20: Site After debris hauling activities have ceased, all debris on any Debris Management Reclamation 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 Day 0+25: Ticket Beach so that databases of debris hauled match as closely as possible. After all Reconciliation debris has been hauled, all truck ticket databases are reconciled to close out the financial records of the project. Day 0+30: Invoicing Following reconciliation of the truck records, a final invoice will be delivered. Day 0+TBD: FEMA Ceres will work with the City following the completion of the field work, on an as- Reimbursement requested,as-needed basis to ensure maximum allowable reimbursement. Response Table - 60 Day Timeline Day 0+4: Cut and The Ceres Project Manager will ensure that the City needs are being met in order Push of priority. Local subcontractors and equipment will begin any necessary road clearance operations and will begin staging efforts for right-of-way debris removal. Day 0+5: FEMA Ceres will assist Miami Beach on an as-requested, as-needed basis to ensure Records and Data that records are kept and maintained to provide maximum allowable Management reimbursement to the City. Day 0+6: Fully The necessary trucks will be in place to continue debris removal in an orderly Operational fashion. Local subcontractors will be deployed to the maximum extent possible, and the Ceres debris removal operation will be fully operational on this day. At the end of the first pass of debris removal time would be allowed for residents Day 0+10: First Pass to bring additional debris to the curbside. Crews would begin ramping up to start Complete the 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 Day 0+20: Second to clean up any debris that has time or safety constraints. The vast majority of Pass Complete debris would be cleaned from the rights-of-way. The Ceres Project Manager would begin focusing on project completion procedures. Day 0+30: Final Pass Debris removal operations would be 100%complete.The Ceres Project Manager Complete would remain in constant contact with Miami Beach personnel, but daily presence may not be needed by this time. Day 0+40: Site After debris hauling activities have ceased, all debris on any Debris Management Reclamation 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 the City so Day 0+50: Ticket that databases of debris hauled match as closely as possible. After all debris has Reconciliation been hauled, all truck ticket databases are reconciled to close out the financial records of the project. Day 0+60: Invoicing Following reconciliation of the truck records, a final invoice will be delivered. Day 0+TBD: FEMA Ceres will work with the City following the completion of the field work, on an as- Reimbursement requested, as-needed basis to ensure maximum allowable reimbursement. CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Project Management Approach 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 is structured so that one or two of the corporate officers can be absent from headquarters for extended periods of time to manage projects in 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. 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).Therefore, Ceres has organized its disaster response work in a manner that relies heavily on a Project Manager(PM)whose position is analogous to the Incident Commander under the ICS. The PM oversees all field production and also supervises a Project Administrator who is in charge of administrative functions on a project basis.The PM also supervises the Project Superintendent and 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. cijayr cor}wratnll Corporate Health The Project Manager also ,.. Officer andSatety Officer supervises the work of a See COC . , Project See Safety Logistics Manager and an . Om Chart ,,,AM Manager_ precnart Area Administrator, who Smell are staff people. At the Accounting Info Tech Contract Business Department Administrator Plan project Sector level, it is customary ittoismis Superintendent to have office staff. This Area Area Logistics Antestructure allows for optimal Manager Manager Ma g � 1525.. =+�=-s•-/ production since multiple -T� --._ —.— - _ - _TT,'..,,,T,.'.,.^ " crews (depending on Sector Sector Sector Office Sector Sector Sector Office Sector Sector Sector Office Nana Manager Manager Manager Staff Manager Manager Manager Staff Manager Manager Manager Start Audit project size) are assimiimow taiWtilltitom rwinoammo imam ammo'r."mo r'n°° supervised and maintained MILA while all safety, data I management, and tracking protocols are being met in .tMIN C:=125 _ conjunction with quality Ceres Project Management organization can be adjusted to fit the size of the project and performance. the area of coverage by changing the number of Area,Sector and Site Managers. 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. 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 CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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. Project Safety Ceres maintains a Corporate Health and Safety Officer to whom the Environmental Manager and a Project Safety Manager report for each project underway. Sector Managers report to the Environmental Manager and Project Safety Manager, and Corporate functional specialists Health and work in the field with Safety Officer specialized training to Environmental Project Safety fill specific needs such Manager Mana er as asbestos Outside Field Sector Sector SafetySector Safe Aerial Safety Administrative Services Monitoring Environmental Safety y inspections. The (e.g.Lab) Manager Manager managers Managers Manager Support Project Safety �omm opii Manager in the field is Environmental Officers Safety Officers and Field Monitoring and Functional Functional Safely Officers and Functional responsible to the Specialists specialists Safety Specialists .. _.._.j iHiw gP➢R.,Tosii ait, (Hrw,PPOR) Corporate Health and - - — Safety Officer for Additional Safety Officers, Functional Safety Specialists and Sector Safety Managers can be monitoring safety added as needed for coverage and to keep spans of control between three and five. conditions and developing measures for ensuring the safety of all assigned personnel. Project Contractor Quality Control The Contractor Quality Company Control (CQC) System Alternate ' Officer Manager reports directly System Cerescoc System to the Company President in accordance Area CQC Area CQC Area CQC with best corporate �"" Manager _.M#4'.!! tr ManaQar p OutaideSer/ices '��� Administrative practice. Depending on .•',nwA. 'w- Sector C se�ed.cnti Support--— the size of the event, the ,„' Manager^• —M'I"s'r.4 organization can be ^c io '-"C readily expanded by Functional FunctionalIIIIIiiii ,,rr 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. Safety Procedures Corporate Health and Safety Plan Employee and contractor safety is the ultimate goal of Ceres Environmental Services, Inc. Each employee and contractor — from upper management to equipment operator — has the responsibility to conduct our business operations in a safe manner without injury to persons, interruption of production, or damage to property,equipment,or materials.Ceres has developed a Corporate Health and Safety Program that details authorities and responsibilities regarding the overall corporate safety and health program. This plan provides mechanisms for communicating responsibilities and expectations of all personnel regarding workplace safety and health. CERES Disaster e 3 Approach andMethodologyrs sPl Section 6 Debris Removal Operations Plan N�,w. Page 3.6-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services As a part of the Plan, Ceres recognizes and follows all requirements of EM 385-1-1, and adherence and compliance with the federal OSH plan, and all applicable State OSH plans. Key elements of the Ceres corporate-wide safety and health program are management commitment, supervisory accountability, and employee support and collaboration. Everyone is expected to comply with established work practices; to actively participate in the safety programs and initiatives of this company; and to be responsible for his or her personal safety and the safety of others. These plans have been established to provide mechanisms through which Ceres can communicate responsibilities and expectations of all personnel regarding workplace safety. Everyone is expected to comply with the established work practices, to assume responsibility for their own safety, and to actively participate in the safety programs of this company. A current milestone in our safety portfolio is our exceptional rating with the Federal Motor Carrier Safety Administration (FMCSA). Of 24 inspections in the previous 24 months, Ceres combined out of service rate for vehicle, driver and HAZMAT inspections is zero in six (6) driver and HAZMAT categories. Ceres has a perfect record, substantially below the national average, in the remaining three (3)vehicle categories. Ceres worked approximately 650,000 manhours without a single lost time Perfect Record Award injury in Southwest Georgia in 2018-2019. Our use of equipment safety inspection stickers that were a part of the placarding process ensured that Ceres Environmental Services,Inc. MN equipment was in good working order, and in total 1,628 vehicles were ,,, ,,,,,,,.57.....es.,,,,,,,,„,,, placarded. Ceres supervised an estimated 1,600 people on this job at its """° �1 se,...I "" peak. Given the number of people and duration of the project, this is a strong demonstration of Ceres commitment to safety. Ceres takes special care to minimize the risk of injury in the disaster area , to both our workers and the general public—safety first—and as result of our very successful efforts, Ceres received the National Safety Council c,, etn.1.4' ,t�� t Perfect Record Award for operating nearly 230,000 employee hours ric vement itwa without occupational injury or illness in 2010. 20IS Recipient Ceres Ewes-one-tents'Srivrces.inc We were 2015, 2011 and 2009 Recipient of the National Safety Council ,.mW .•..,•-•, .,t (NSC) Occupational Excellence Achievement Award. This award akr:‘ recognizes outstanding safety achievements among its members and is designed to help promote the prevention of workplace injuries and illnesses. 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 are 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 Cgv,R9ES DisasterTab 3 Approach and rats Methodology Plan Section 6 Debris Removal Operations Plan Page 3.6-5 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • 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 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 • Ensuring the site is properly secured prior to work activities • Conducting regular meetings with site workers and contractors regarding project activities, procedural changes, and safety requirements • Supervising and evaluating overall worker performance and implementing appropriate corrective measures as 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 workplace. 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 toolbox 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 CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services the start-up safety meeting or toolbox 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. 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 a recordable injury is involved or not, 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 in the report whether the accident involved a recordable injury. Management Review Management will review each investigation report and provide additional input regarding corrective measures, 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 in 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 toolbox 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 CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-7 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services violating company drug and alcohol use policies or some other offense resulting in endangerment of the 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 of making 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 forms on the following pages are used by Ceres health and safety staff. CERES Disaster e 3 Approach and rats Methodology Plan Section 6 Debris Removal Operations Plan `/IRONMEHIAL Page 3.6-8 City of Miami Beach RFP No. 2023-431-ND Debris Removal and 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 CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-9 City of Miami Beach RFP No. 2023-431-ND Debris Removal and 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) Tab 3 Approach and Methodology CE oRE� Section 6 Disaster Debris Removal Operations 3.6-10 City of Miami Beach RFP No. 2023-431-ND Debris Removal and 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. CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-11 City of Miami Beach RFP No. 2023-431-ND Debris Removal and 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: CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-12 City of Miami Beach RFP No. 2023-431-ND Debris Removal and 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: CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-13 City of Miami Beach RFP No. 2023-431-ND Debris Removal and 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. Supervisors Signature Date Employee's Signature Date First Violation Second Violation Third Violation Fourth Violation I. Administration of the four-step disciplinary system in regard 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. CERES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-14 City of Miami Beach RFP No.2023-431-ND Debris Removal and 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: CE „ ES Tab 3 Approach and Methodology Section 6 Disaster Debris Removal Operations Plan Page 3.6-15 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 3.7 Recycling Plan As portrayed by our name, Ceres Environmental Services, Inc. is founded on the principle of seeking environmentally friendly solutions through all our fields of work. During a disaster response, these considerations must be balanced with ensuring safety and preventing further loss; however, through Ceres' 47 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 operated hundreds of temporary recycling and reduction sites as part of the many disaster debris removal and disposal projects that the company has executed. For example, in 2018, Ceres managed 52 sites in Southwest Georgia as part of a single activation including 13 counties that were impacted by Hurricane Michael. Ceres has been involved in recycling vegetative and municipal waste for about 30 years. It began with managing municipal vegetative waste and turning it into mulch for various cities and counties across the continental U.S. Ceres also ran an experimental program for several years that turned municipal mixed waste into compost, and a worm farm turning agricultural waste into soil enrichment products. Recycling Centers Our recycling program starts with early identification of 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 all debris generated by a natural disaster. These processes allow Ceres to minimize the amount of debris ultimately sent to the landfill, reducing the demands on local landfill resources and allowing them to continue to operate efficiently. To facilitate onsite recycling, Ceres owns a wide variety of specialized equipment, such as: • Concrete pulverizers and shears • Crushers for C&D debris • C&D Shredders • Density Separators • Screening equipment: vibrating and rotary, disc screens, etc. • Metal baler • Pick line conveyor system Ceres provides expertise in a variety of waste management services, including waste prevention. As good stewards of the environment, Ceres employs several 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 Separation For large-scale Right-of-Way debris removal, Ceres has developed sophisticated routing protocols and procedures using state-of-the-art scheduling, separation,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 separation crews have the training appropriate to detect hazards and to perform waste identifications. Separation 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 separation is also performed during decommissioning of structures prior to demolition. The separation 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 CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 separation 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. Concrete Concrete is generated during nearly all debris collection tasks. During wind events, efforts are made to keep concrete on grade intact during demolitions. 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. The recycled concrete which has many uses, including clean fill,flood banks,gabion baskets and aggregate for roading projects. Ceres' unique ability to convert concrete removed during the process to useable recycled products will reduce the environmental impact in many ways. Recycling will reduce the volume of materials that would normally be placed into landfills, as well as the costs of hauling heavy materials such as fuel and road wear and tear. In addition, utilizing recycled materials has a compounding effect, lowering the cost of other finished construction materials such as stone and asphalt. These products will be recycled and put into use in our aggregate plant and asphalt manufacturing facilities to create products for road base, rip rap, and hot mix asphalt paving. Additional information regarding our abilities in this area may be found by reviewing our recent recycling grant application. Abandoned Vessels and C&D Debris Ceres uses portable horizontal shredders as a cost effective means to manage and reduce C&D and fiberglass debris generated by natural disasters. Portable reduction shredders, in addition to mechanical compaction with an excavator or dozer, are options for managing/reducing construction and demolition debris shredders reduce materials as much as 75%, lowering the cost of transportation and conserving valuable landfill space. Ceres used shredders in response to Hurricanes Irma and Maria in the U.S. Virgin Islands to process over 160,000 CY of C&D debris and 396 marine abandoned vessels under a U.S. Army Corps of Engineers contract. The management and processing of the C&D and fiberglass debris was approved by the - USDA and APHIS as a permitted means of ,, materials treatment prior to transportation and ,*ch+ disposal off the islands, thus providinga `�� .` ^`' P !sfora• • • f disposal solution where none previously • ' �°'ti.� ` existed. y"` ✓ Environmental protection planning, dusttii abatement and exposure monitoring programs _ are integral to C&D and fiberglass reduction efficacy, addressing fugitive nuisance, silica, Air. F • and fiberglass dusts and emissions is =Y,� ' �• .�,z .r_ �rc paramount to proper management. Potential ' emissions are controlled by a wetting procedure , ,, r, using proprietary ewetting and encapsulation agents developed by Ceres and appropriate for Shredded Fiberglass Boats on Shredded Mulch Bed to the materials being reduced. Ceres' horizontal Prevent Soil Contamination shredders are retrofitted with mill box dust suppression systems and operated in such a manner to prevent air, land, water pollution, safety/health hazards, or nuisances. Factors that impact dust control measures include wind speed,wind direction, proximity to other operations, site personnel and general public,weather CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-2 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services conditions and type of material must be considered. Dust suppression has also been accomplished by the use of turbofans and water atomization sprayers. Ceres was tasked with off island disposal of marine vessels and debris and all C&D debris due to limited landfill capacity in the USVI. Disposal on the continental United States involved the participation of various private, state, and federal agencies, primarily focused in Texas. The criteria used to evaluate stateside disposal options included disposal requirements, permitting restrictions, proximity of disposal facility to the receiving port, unloading times, and land transportation. Ceres obtained a full set of APHIS requirements (permit conditions) for continental disposal of C&D debris in less than six (6) months and effected final disposal of three (3) barge loads (32,367 CY) in six (6) months. 't '.1 rrt+'Sr .1 �.s'�? ,. c. tr , ' .i • ti . Ceres Off-Island Disposal of Shredded C&D Debris Shipment Headed for Texas Other 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 large quantity of overall demolition C&D waste stream. Commercial buildings that must be demolished in an emergency 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 in the need for material separation 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. 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. 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 application. CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 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 feedstocks. 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. 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. CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services • Restrict the sale of refrigerants 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 separation, packaging, and shipment to the recycler. 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 chemical compatibility is determined, safer management of the materials can be applied. CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-5 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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 rainwater 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 mismanagement. 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 gases, 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. 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 need to be taken 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. CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-6 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 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. Alternative Uses for Reduced Material While vegetative debris is the most common debris type, other debris types have alternative disposal options that help mitigate the unavailability of disposal sites, as shown in the following table. Alternative Dis•osal O•tions for Common T •es of Debris Debris Type Use Unprocessed Unprocessed Woody Debris can be used as marine habitat enhancements in Woody Debris parks and wildlife refuges in addition to developing large debris into crib walling for wetlands restoration and protection. Metals Metals shall be separated into ferrous and non-ferrous metals using electromagnets, metal maulers and shredders and sold to metal recycling firms. During the LMN Debris Mission following the NorCal wildfires, Ceres segregated metals out from the debris stream and transported to a recycling facility. Similarly, Ceres is recycling all metals from the current Camp Fire debris removal project in Paradise, CA. Rubble Rubble identified as concrete, bricks, cinder blocks and certain types of tile; rubble can be crushed and sieved for use as aggregate. Often utilized as a substitute for concrete aggregate in nonstructural applications, the rubble aggregate can be reformed into concrete for riprap erosion control. Ceres recycled rubble in Haiti following the 2010 earthquake and again in Christchurch, New Zealand, following the 2011 earthquake. Glass Glass can be directly recycled into fiberglass or used in place of sand in paving material. Asphalt Shingles Asphalt shingles can be recycled and given to varying local government for asphalt paving and pothole repair. White Goods and White Goods and gasoline-powered tools communities oftentimes have not- Gasoline Powered for-profit, Goodwill, or State-owned organizations which employ workers to Tools repair and recycle goods. In many states, following the removal of CFC refrigerants and oil/gas,the white goods and powered tools can be recycled for scrap metal. CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-7 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Alternative Dis•osal O'tions for Common T •es of Debris Debris Type Use e-Waste e-Waste OEM manufacturer supported programs and other local recyclers that recycle e-Waste focusing on the electronic circuits, metals and plastics. Tires Tires can be recycled for use in asphalt,floor tiles,hoses,landscaping material, playground material and school tracks. Soil Utilizing screens while grinding vegetative debris, soil can be removed from vegetation and stored onsite for backfilling stump holes and ruts generated by mechanized equipment. Any remaining soil can be used in the TDSRS restoration. CERES Tab 3 Approach and Methodology Section 7 Recycling Plan Page 3.7-8 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services 3.8 Collaboration with the City/Training Planning and training are services that Ceres Environmental Services, Inc. will provide free of additional charge to the City of Miami Beach. 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. 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 are available each year of the contract and may include some of the following planning and training topics: • How Many Jellybeans in the Jar: Estimating Debris • The FEMA Paperwork Process: From IDA to PW and All Points In Between • Continued Growth: Changes in FEMA Policy • Recent Legislative Changes • Know Where to Look: Additional Funding Mechanisms for Debris • Keeping It Between the Lines: Working with Regulatory Agencies for Debris • Tipping Point: Determining Your Force Account Capabilities or When Will I Need Help • FEMA Eligibility: What a "Good" Contractor Will Tell You • Behind the Curtain: Becoming a Ceres Project Manager • Tricks of the Trade: Tough Lessons Learned from 45+ Years of Experience • Document, Document, Document: Debris Monitoring This creates further opportunities to develop the relationships between the City staff and Ceres personnel that will help to ensure a successful debris management operation, when required. 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. Pre-Event Training The Ceres Pre-Event Training Program covers a wide array of disaster topics and is tailored specifically to the City's needs and education. Topics focus on three different timelines to better understand the entire contract life cycle: • What can we do today? • How do we respond to the event? • Where do we go from here? CERES Section 8 Tab 3 Approach and Methodology Collaboration with the City/Training Page 3.5-1 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services These timelines allow Ceres to develop a Pre-Event Training Program based on the specific needs and education of each client. Clients with little or outdated debris experience may want to focus on debris planning or Miami Beach-Ceres response immediately following an event. Conversely, clients with recent and repeated experience from 2016 and 2017 hurricane seasons may want to focus on project documentation after a debris project is complete. Below, we break down each of the three timelines to expand on the Ceres Pre-Event Training Program. What can we do today? Ceres routinely works with clients on what can be done today in clear skies. The topics are: ■ Disaster Debris Management Planning o Review of existing Emergency Operations Plan and Disaster Debris Management Plan — Using FEMA's Debris Management Plan Job Aid, Ceres reviews existing debris management plans for the 10 basic elements of a comprehensive plan. Further still,Ceres offers internal lessons learned from past projects to bolster the effectiveness of the plan and uses other Federal and State guidance as an additional check, including U.S. EPA's Planning for Natural Disaster Debris. o Draft a Disaster Debris Management Plan—Ceres personnel have written tens of disaster debris management plans for local governments, State governments and the U.S. Army Corps of Engineers. Recently, following Hurricane Dorian, Ceres wrote the disaster debris management plan for the Commonwealth of the Bahamas which was also adopted by the United Nations Developmental Programme, Caribbean Region. o Disaster Debris Management Plan Workshop — Ceres provides a classroom-style training covering the various planning considerations for the emergency push operations, debris estimating/preliminary damage assessments (PDAs), debris collection strategies, locating and identifying temporary debris sites, pros/cons of different debris reduction methods, final disposal options, debris monitoring, OSHA compliance and safety, environmental protection, historical preservation (Section 106 compliance) and countless others. • Changes in Federal and State Guidance o Continued Growth: Changes in FEMA Policy — Ceres provides classroom—style training to highlight changes, or considered changes, in FEMA rules, regulations and policies. During past trainings, Ceres has focused on changes in FEMA procurement policies, introduction of the Public Assistance Program and Policy Guide and recent Disaster Specific Guidance from hurricanes Harvey, Irma, Maria, Florence and Michael. o Recent State Legislative Changes — As States gather more experience, their response mechanisms often change. Recently, Ceres gave a presentation to the American Public Work Association, Texas Chapter regarding the recent State legislative changes and the implementation of the State's new Catastrophic Debris Management Annex. o Know Where to Look:Additional Funding Mechanisms for Debris—Ceres expands on little known or understood alternative Federal grant programs that offer additional funding for debris through NRCS, FHWA, USACE, USDA, USDOL and HUD. How do we respond to the event? The Ceres goal with each client is to develop a partnership that seamlessly integrates two diverse teams to realize a quick and organized debris management project. To achieve this goal, we say how do we respond in an event? The topics are: • Tabletop Exercises — Ceres offers and/or participates in disaster exercises with clients to better understand the client's disaster response mechanisms. When developing exercises for a client, Ceres addresses the highest client-specific disaster risk, i.e., hurricanes or tornadoes. The exercises include pre-event activities leading up to disaster impact, immediate response following the aftermath of the disaster and subsequent transition to long-term debris operations. Throughout the process, Ceres uses sealed manila envelopes to surprise participants with various debris related issues, such as damage to a curb stop by a debris hauler, debris site is full and require an additional site, etc. • Tricks of Trade: Tough Lessons Learned from 45+ Years of Experience — Just over the past 4 years, Ceres has responded to 100+ federal-funded contracts, performed over $500mi1 in projects, and worked in 3 distinct islands groups in the Caribbean and across the U.S.With those experiences, Ceres has learned a lot. This classroom like training covers those experiences and how we currently adapt the lessons learned into our ongoing and future operations. Two such topics include private CERES Section 8 Tab 3 Approach and Methodology Collaboration with the City/Training Page 3.8-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services property debris removal requests and commercial debris removal requests, both of which Ceres has extensive experience assisting local FEMA funding. • Communication with a Displaced Population: How Can We Do It? — This is a classroom-style training with breakouts into teams to develop catch phrases and different ways to communicate to the City's residents. Ceres focuses on different methods of communication with shelter-in-place, evacuated and displaced residents while developing content that expedites debris removal and fits Miami Beach's recovery timeline. During the training,Ceres provides sample videos, radio advisories, newspaper articles, door hangers, mail inserts, social media posts, etc. • Document, Document, Document: Debris Monitoring—Accurate and compliant documentation is critical to FEMA reimbursement. In this classroom-style training, Ceres discusses debris monitoring in each phase of a debris management project and what information is critical to FEMA reimbursement. We look at technological advances in debris monitoring like automated debris management systems and discuss critical elements of a 214 Activity Log, truck certification, load ticket and tree ticket. • Back to the Basics: Debris Management 101 — This is a classroom style training focused on providing inexperienced client personnel with an introduction to debris management operations. • Keeping It Between the Lines: Working with Regulatory Agencies for Debris —Numerous State and Federal agencies and departments have a role to play in a debris removal project.This classroom style training focuses on various debris guidance from OSHA, EPA, EHP • Behind the Curtain: Becoming a Ceres Project Manager—In short,this is the training Ceres offers to incoming and returning project managers. This helps client personnel understand the considerations Ceres uses when establishing zones, assigning, and dispatching trucks,selecting and constructing temporary debris management sites, closing out zones, remediating damage and wrapping up a project. Communication with City 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 knowledgeable about all facets of Ceres' assigned • Minimum 10Hr Work Day At • 30min Readiness tasks and will have executive project responsibilities. • Immediate Electronic The PM will have written authority to sign for the 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 a"` 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 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 CERES Section 8 Collaboration 3 Approach and Methodology with the City/Training Page 3.8-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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. 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. Separate 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 CERES Section 8 Collaboration 3 Approach and Methodology with the City/Training Page 3.8-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services PICKING UP THE PIECES __0,,,,,„,„„,,,,,„,„,„WPM 111 Foucntimg these specific guldhne.s 11 (11)1 lawn I' 'nos Daft; when hauling hurricane-related Otxotoawdw. muss it O.AX Minodebris and household garbage Arlrrtt aOr• D LC MO CfestS10 to the curb will make for a speedier removal . process ©tay. `�" ; : ' rillp,* ow Iliki Or- .4 I 04,4 11 1.<"I"1. iluTriiimi ,. •- • Sj r • �s SUM OM tan NMI*sweep t.ere U- ns-. o f J Q ww.tut.rwn. trails sips tn. suss 0 nrwtt hotneo.nets and businesses are being abed oat W wired hater t twiredtwA sect toes to separate debris info the Idiom - Mint u ©,° " ©=IIII (-44giotins.sn ' ©"TE"NS . Qaienleant •Bawl tram m •aunty Morin •AMOsattltas . ,•,, •Heel raM S.TrftrIIO •0,scarhod rood , •Oryral ♦Labs •t amrri •mom avers ►oottPagn •Pactate.oMrs ►Lrter a►t. •Poem ; a bus •(ems .at aartaass ShXda OA i •Carpet a Pans •Af Ortalttnrs •Stan= [iacad arttswot Ti rapt 1 •Funstirs •MOM aoptgs •Mors •oVCpgpn. CUOre!V SCra s01 i •l*VSI s .C.OrtrrMed OS .OW Man •T9oO0Xic' 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. CsERE Taba 3 Approach and MethodologyT Section 8 Collaboration with the Page 3.8-5 City of Miami Beach RFP No. 2023-431-ND Debris Removal and 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, Ufa federal and nonprofit organizations that provide disaster recovery services. Posting debris curbside segregation information, cleanup schedules and cleanup progress reports at these centers will provide anyone looking for disaster information in their community with access to - • , 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 Miami Beach are likely accustomed to obtaining information from roadway median signs, information • 41 about cleanup can be posted in a similar manner. After the Event Where do we go from here? The topics are: ■ After Action Reports/Meetings—Ceres is a very big proponent of after-action reports and meetings. What did we do well?What did we do poorly?Ceres brings an honest and introspective view to Ceres operations and the debris project as a whole. Since 2016, Ceres has expanded different elements of internal operations based on action items from these meetings. For example, following hurricanes Harvey, Irma and Maria, Ceres invested in more knucklebooms and grinders to insulate the company from subcontractor no shows and skip outs—unless your name is on the side of the truck,you cannot guarantee a response time. Ceres name is on the side of those trucks. • Avoiding the Disaster After the Disaster: Your FEMA Reimbursement —Ceres focuses heavily on ensuring our clients are reimbursed for all disaster debris work performed. Topics vary depending on the audience(Finance vs. Procurement vs Public Works)and the knowledge level but can include the following. o Procurement Conducted Under Exigent of Emergency Circumstances (FEMA Fact Sheet) o Elements of a Project Worksheet (FEMA Fact Sheet 9580.5) — Ceres discusses various elements of Project Worksheet and focuses largely on damage description, scope of work, cost estimate, contract documentation and materials back up documentation. o Closing out debris projects with the State — Ceres helps package critical and frequently requested debris documentation in a usable and easily retrievable format. o Preparing for an OIG Audit—Ceres reviews past FEMA OIG entrance questionnaires and pulls recent OIG reports to better understand debris issues and pitfalls to local government responses. o Responding to FEMA RFIs — Ceres routinely helps clients gather documents and develop responses to FEMA Requests for Information. o Readying for Arbitration — On a few occasions, Ceres clients have run the course with FEMA RFIs and opted to head into arbitration. Ceres assists clients and their legal representation in developing arguments to successfully win arbitration hearings. CERES Section 8 Tab 3 Approach and Methodology Collaboration with the City/Training Page 3.8-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 3.9 Obtaining Maximum FEMA Reimbursement From experience on over 300 FEMA-reimbursed projects, Ceres Environmental Services, Inc. knows that accurate and organized recordkeeping and reporting is vital to the successful completion of a project and full FEMA reimbursement. To meet this need, Ceres starts with training and education covering changes in FEMA rules, regulations and policies with follow-on topics including debris management planning and review. During the project, Ceres works to ensure debris eligibility and proper documentation for NTPs, work orders, debris site permits, truck certifications, load tickets, tree tickets, haul out tickets and final disposal locations. After the project is complete, Ceres assists in project closeouts with State and FEMA, supports clients through FEMA Requests for Information (RFIs), OIG audits and arbitration, attends post- project briefings, and provides lessons learned and recommendations for the next project. This careful attention to FEMA rules, regulations and policies, compliant documentation and strict internal quality control procedures serves to protect City of Miami Beach's FEMA reimbursement and future budgets. Throughout Ceres' history, no client has been denied reimbursement for eligible 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. 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 Ian, Ida, Laura, Delta, Sally, Michael, Irma, Maria and Florence. 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 the following services to the City: • Developing Preliminary Damage Assessment(PDA)for Submittal to State and FEMA • Emergency Work Definition and Application to Miami Beach (Category A and Category B) • Permanent Work Definition and Application to Miami Beach (Categories C through G) • Assistance with Applicant's Briefing • Identifying Expenditures Eligible for Reimbursement • Review of Scope of Work • Recovery Process Documentation • Recovery Process Oversight • Force Account Labor Assistance • Preparation of Project Worksheet(PW) • Review of records system for applicability to State and Federal Requirements • Orientation and training of client personnel on documentation requirements • Assist in the establishment of the "Clerk of Records" • Claim Documentation • Public Service Announcements Documentation — Field Operations Ceres has its own forms for truck certification, load tickets, force EBEJ account labor and equipment, man-hours, and equipment supplied. � � Ceres is pleased to provide these, and any other forms needed for the cr:131 City. Ceres often provides these forms to clients during disaster response projects. For example, Ceres performed debris removal for Indian River County following back-to-back hurricanes Matthew and Irma in 2016 and 2017. Since the County performed its own monitoring, Ceres — — brought its own truck certifications, load tickets, and other required forms for the County monitors' use. Tab 3 Approach and Methodology ERE Section 9 Obtaining Maximum FEMA Reimbursement C RUNMENTA Page 3.9-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services During project closeout, Ceres scanned all truck certification and load tickets and provided them back to the County for recordkeeping. Lastly, Ceres has transitioned its time and materials logs for emergency debris clearance to mirror an ICS Form 214 more closely. This is the standard ICS form used in emergency management to log activities performed by various ESFs. By mirroring this form in our own activities, Ceres can more seamlessly assimilate into City of Miami Beach's emergency response functions and quicken PW development and cost tracking. In addition to its proprietary forms, Ceres is also familiar with the sample forms included in the 2021 version of the Public Assistance Debris Monitoring Guide and the guidance provided by the Public Assistance Program and Policy Guide (PAPPG v4). These FEMA publications provide guidelines for debris management from preparation to concluding response and offer multiple sample forms for use during monitoring, including load tickets and truck certifications. Ceres is also intimately familiar with PAPPG, Title 2 of the Code of Federal Regulations (CFR) Part 200 Procurement Standards,the Procurement Disaster Assistance Team Field Manual(2019 version)and other pertinent FEMA policy guides,fact sheets, and disaster specific guidance. Ceres maintains this information in a central repository to quickly compare policy guide revisions and distribute it to clients. When FEMA transitioned from 44 C.F.R. 13.36 to 2 C.F.R. 200, Ceres and its attorney wrote a crosswalk article highlighting the changes from one set of regulations to the other(The Construction Lawyer, Volume 36, (UERES Number 4, Fall 2016, Emergency Contracting: Avoiding a Disaster After the Disaster). In short, QualitycontrolForm Ceres has access to and understands the various oeo^a Removm rules, regulations and policies required to meet submitted Tktte:10:05n0I97'01 AM FEMA reimbursement guidelines. AMC 053SW-00a-000 Andress:058.520.009 abRDEES SAR Ro Ceres has recently expanded its field operations reporting with the latest ESRI GIS software suite, QkName Mike Randall ArcGIS 10.7TM. Ceres is able to create sector, TFe 331 zone and subzone maps to augment completion of Weather Cosd,mons Weather Gass ClassA Min Temperature 45 PDA Forms, provide better estimates of debris Max Temperature 70 quantities/types, track the progress of debris tt;;`'peap on ru ° Unpue feataaes ,5teep rutted drvewaY to top site collection operations and help closeout AR":" Poor up top.bottom is good Rook Yes,3 loads or driveway zones/subzones. In totality, ArcGIS helps create a Proximity to Stream or Watershed Norther common operating picture between Ceres, its wallzor(htmney No Muhiple Outbwldingz No various department and the City. ArcGIS has VMeks Yes,I pkk up truck become an integral part of Ceres overall operations Fencing No and is developing a common operating picture prpp�^'Progress Start 60,End.PFI Pi ore within Ceres and among our partners. • • S•ti ollA To highlight the importance of ArcGIS, Ceres 0 r' recently implemented the software suite during • Ceres' completion of CalRecycle's Camp Fire debris removal project, as well as for ongoing operations in Abaco, Bahamas from Hurricane Dorian. Ceres can tailor forms and reports with each project to capture required information and help create an administrative record to protect the City FEMA reimbursement. A screenshot of a sample report is provided on the previous page; complete copies are available upon request. Documentation —Administrative Tickets and Truck Certification Forms are the foundation of the major expenses on most projects. Tickets are designed in several versions depending on what information is required. Tickets may track debris by cubic yard, tons, each, or load.The debris stream may also influence the ticket form that is selected for any particular project phase. Truck Certification forms are also critical documentation that must be accurately and carefully recorded. These forms are carefully structured to ensure that all necessary information, as required by FEMA, is recorded. FEMA requires signed truck certification forms for every vehicle hauling on [EKES Tab i Approach and Methodology seine t aoNalewTn' Section 9 Obtaining Maximum FEMA Reimbursement Page 3.9-2 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services the project and a signed dump ticket for every load. Ceres supplies these 5-part carbonless forms if the City wishes. Ceres has developed a powerful custom database that links key components of documentation including the truck certification database, ticket database, and the database containing all the images of each individual ticket and the truck certifications. Ceres' ticket database has been in use for more than 10 years and is easily modified to meet the varying needs of our clients.The database is also designed to make data entry easy. One data entry person, with minimal training, can enter over 700 tickets per day. Drop down selections, short cuts and static information retrieval make data entry fast and 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 entered with an amount that exceeds the certified load amount of the truck. Additional features of this custom software make it flexible enough to record data that is known to be required for a particular circumstance or project. Ceres maintains separate databases for each project to ensure that data integrity is maintained. Each completed truck certification form and each load ticket are electronically scanned at the field office and then transmitted to an imaging database located on a secure Ceres server outside the disaster area. The scanned information is then retrieved by our data entry 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 Equipment Debris Ticket Dbase Certification Received Verification Duplicate Information from Field Ticket Entry? No Successful Entered into Ops and Entry . Invalid Truck Ticket Entry Database Scanned into Info? LaserFiche a Yes Ticket Corrective Action Process No Yes Ticket Resolved? 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. Ceres has taken great care to develop both policies and procedures that can be consistently applied to every project. 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 ensure data integrity. 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. 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. At any time, 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. Ceres audits the database for inconsistencies, data entry error and data integrity daily. This ensures that records of all potentially reimbursable activities are acceptable and auditable by FEMA. CERES Tab 3 Approach and Methodology Section 9 Obtaining Maximum FEMA Reimbursement Page 3.9-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services Both standard and custom reports can be generated from Ceres databases. These reports are used to invoice work performed to the Client, to pay subcontractors, and to provide management/field operations with production reports. This information is readily shared in a variety of formats. 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 Month 1 Month 2 Month 3 Month 4 Month 5 meet or exceed City ' • and federal requirements for A A A Cares Financial &-weekly Bong* Strength Allows funding and Continual Operation reimbursement A A Beyond 60 Day purposes. Ceres will MonUdy&thng* Working Capital provide technical assistance to the City Documentation ~ P •ect Closeout in the completion of •Meet/Exceed City In preference or client claims filed to FEMA Requirements Final Report(Detail Description) Meet/Exceed •All Debris Management Activities or other agencies for Federal - Total Volume Requirements -Volume/Type funding and • Final Disposal Location tion reimbursement. A "The final report thatyou submitted...im ressed • - talCoVolumstInvoice P h Total Cost Invoiced to Ceres Client documentation team even our FEMA Public Assistance Coordinator" • Additional information Upon Request a! will be assembled —Director of Public Works/Ceres Client ( Finalized Upon City Approval from representatives of quality control and Invoices are generated as contractually agreed with all necessary supporting documentation.Project accounting. This closeout is expedited by automated controls on truck identification, load sizes and ticket number team will assist the validity. City throughout the invoicing and reimbursement process long after the work has been completed. Ceres' financial strength enables Ceres to operate within the working capital requirement of the contract. Internal Audit Ceres regularly conducts internal audits of the debris data to ensure foul play is not occurring on the project. For example, a Project Accountant will run reports on the average load calls, number of hauls per day, and total cubic yards hauled per day.That information is then compared for every truck to determine if someone falls outside the expected range. If a truck is below or above the expected range, the Project Manager or QC team will review the work of the individual truck and generate a report to document the discrepancy. Additionally, our GIS team may map all the collection locations across the City. One area seems to have tens of loads originating from the same or close by location. Similarly, the Project Manager or QC team will review the work and generate a report to document the discrepancy. Monitoring Consultants Many 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 and pre-event planning, direct communications with the City, incorporation of City forms and FEMA forms, post-event construction management,funding, and grants management. 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. Ceres maintains extensive experience working with almost every debris monitoring firm in the industry today. Given the countless projects with each debris monitoring firm, Ceres understands the ins and outs of each firm's response and recovery structure, their respective automated debris management system (ADMS) and their respective invoicing procedures to ensure compliant documentation and payment recommendations. This seamless integration happens at the field level with truck certifications, monitor dispatches, zone assignments, zone closeouts and the administrative level with contracts/pricing schedule during project kick off, final disposal permits/documentation, ADMS login/downloads, and invoice reconciliation. Each day, Ceres' accounting staff imports the monitor's ADMS data by mapping the Excel CERES Tab 3 Approach and Methodology Section 9 Obtaining Maximum FEMA Reimbursement Page 3.9-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services spreadsheet and uploading it to Ceres database.Ceres'accounting staff then reconciles the previous day's data, identifies inconsistencies, and communicates those inconsistencies back to the monitoring firm to help ensure data integrity used in reports and invoices. Much of these elements happen outside the purview of the City, but because of the experience with each debris monitoring firm,Ceres can anticipate your needs and proactively help fill out Miami Beach's contract record for FEMA reimbursement. 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, other forms include truck certification logs, production logs, shift inspection checklists,safety meeting report forms, daily crew reports, and various equipment usage reports. From this information, Ceres can provide daily, weekly, monthly, and quarterly reports as requested by the client. A few reports generated for clients in the past 5 years include Diversity Plan Monthly Status Reports, Paid Summary Reports, and Utilization and Data Monthly Reports. Ceres strong and accurate field administration feeds the production reporting developed and submitted by the accounting staff. Experience Over the past ten years, all of Ceres' clients eligible for FEMA reimbursement have received the maximum amount for which their jurisdiction was eligible, typically between 75% and 100% based on FEMA regulations. One of the things that can greatly affect reimbursement is careful recordkeeping. Ceres will assist City of Miami Beach with record keeping ensuring maximum reimbursement. Ceres will meet all program standards as provided for in the FEMA "Debris Management Guide." Even long after Project Worksheet development, submittal and funding, Ceres supports its clients during the closeout and audit process. In 2020, Florida Division of Emergency Management's consultant, KPMG, requested additional information on two projects during closeout- Indian River County, Florida and Palm Beach County, Florida. Ceres was able to assist the client with detailed documentation that met KPMG's needs and resolved the outstanding closeout issues quickly. Similarly, in 2021 and 2022, Ceres assisted Vermillion Parish and Allen Parish with Hurricane Laura/Delta Project Worksheet development and closeout. Because we have great understanding and experience with the FEMA reimbursement process, we keep detailed records during and after the project. When clients like Vermillion Parish or Allen Parish request assistance, Ceres is able to quickly pull project records and provide them to the client to satisfy State and FEMA requests. The following are some of the examples of our FEMA reimbursement experience. Owner Location Title of Work Total Cost of Time Period Percentage of Fed Description the Project and State Funds Received Livingston Livingston Debris Removal $24,632,444 August 2021 - 100%Fed.cost share Removal and Parish Parish,LA &Site January 2022 reimbursement for disposal of debris Management for recovery costs incurred following Hurricane Debris Reduction within the first 30 days Ida and Emergency of the disaster Roadway emergency declaration. Clearance 90%Fed. reimbursement after the first 30 da s Cameron Cameron Debris $28,880,677 August 2020- 100%Fed.for the Removal, Parish Parish, LA Clearance and May 2021 costliest 30 days, reduction,and Removal outside costliest 30 disposal of debris Services days:90%Fed.,5% generated from State,5%Local Hurricane Hanna and Hurricane Delta. CERES Tab 3 Approach and Methodology Section 9 Obtaining Maximum FEMA Reimbursement Page 3.9-5 City of Miami Beach RFP No.2023-431-ND Debris Removal and Disaster Recovery Services Owner Location Title of Work Total Cost of Time Period Percentage of Fed Description the Project and State Funds Received Linn County Linn Debris $9,476,677 August 2020— 75%Fed., 12.5% Removal and County,IA Clearance and January 2021 State, 12.5%Local disposal of debris Removal resulting from Services August derecho. U.S.Army 13 Counties ACI Debris $134,159,610.00 October 2018 100%Fed. Removal of debris Corps of across Management —March 2019 and hauling Engineers Southwest following Hurricane Georgia Michael within 13 Southwest Georgia Counties. Seminole Seminole Disaster Debris $13,151,655.57 September 75%Fed., 12.5%State Hauling debris County County,FL Hauling Services 2017 �90oyo Fed.for the first resulting from January 2018 30 days ending Hurricane Irma 10/18/17;80%for 60 more days through 12/17/17) Columbia Columbia Removal and $8,539,038.00 February— 85%Fed.,8.5%State Removal, County County,GA Disposal of August 2014 collection, Disaster Debris reduction,and disposal of over 500,000 CY of vegetative debris CERES Tab i Approach and Methodology Section 9 Obtaining Maximum FEMA Reimbursement ENV,RONM[NTAI Page 3.9-6 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 3.10 Supplier Diversity 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. For additional information on our entire approach to subcontracting, please refer to Section 3.4—Approach to Subcontracting. 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 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 fully participate in subcontract awards 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 fully participate in subcontract awards 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 to facilitate the participation by such concerns. Payment schedules will be adjusted to allow for participation of all firms with cash flow concerns. Materials, CERESTab 3 Approach and Methodology EN ,RoHE Section 10 Supplier Diversity Page 3.10-1 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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 • 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 CERES Tab 3 Approach and Methodology Section 10 Supplier Diversity Page 3.10-2 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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: • 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 CERES Tab 3 Approach and Methodology Section 10 Supplier Diversity Page 3.10-3 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services 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. 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 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 program's requirements. Past Performance In 2018, Ceres responded to the USACE Debris Mission in the U.S. Virgin Islands. Ceres was very successful in subcontracting with local companies, with 72% of the money spent to complete the contract staying within the U.S. Virgin Islands; 100% of the subcontractors used on this project were small businesses. Ceres responded to the USACE, Lake, Mendocino, and Napa County Fire project in 2018 as well. More than half of the subcontractors were considered small businesses and all the subcontractors were from California. Ceres made a huge effort to involve as many Native American tribes from the fire affected areas. Additionally, on USACE projects performed in Louisiana in response to Hurricanes Katrina and Rita in 2005-2006, 59.5% of subcontracted dollars went to local businesses and 76.1% of the dollars subcontracted to small business went to local small businesses. 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 CERES Tab 3 Approach and Methodology Section 10 Supplier Diversity Page 3.10-4 City of Miami Beach RFP No. 2023-431-ND Debris Removal and Disaster Recovery Services dollars subcontracted to small business went to local small businesses. While utilizing 1,619 vendors and subcontractors, Ceres exceeded all 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 the City of Miami Beach will also be successful in meeting, minimally, the stated goals contained within this plan. CERES Tab 3 Approach and Methodology Section 10 Supplier Diversity Page 3.10-5 APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B. Cost Proposal Form, in its entirety by the deadline established for the receipt of proposals will result in proposal bein• deemed non-responsive and bein• re'ected. Proposer affirms that the prices stated on the cost proposal form below represent 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 (Appendix B) shall be completed in its entirety. All corrections on the Cost Proposal Form (Appendix B) 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 (gravel base)for temporary roadway CY $ 29.78 3. Installing 8-foot chain link fence with windscreen with 20-foot entry gate(s), LF $ 19.78 4. Installation of 4-foot protective chain link fence for interior site protection (trees, etc.) LF $ 16.85 5. Furnishing and installation of inspection tower Per Tower $ 500.00 TOTAL GROUP $ 568.29 Group 2: Vegetative Debris Management 6. Vegetative Debris Removal from Rights-of-Way to a TDSR within City Limits CY $ 9.69 7. Reduction of Vegetative Debris by Grinding at TDSR CY $ 2.62 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station CY $ 4.70 9. Hauling Vegetative Debris Reduced by Grinding from 5.34 TDSR to Miami-Dade North Dade Landfill CY $ Hauling Vegetative Debris Reduced by Grinding from 5.24 10. TDSR to Miami-Dade Resource Recovery Center CY $ Vegetative Debris Removal from Rights-of-Way(ROW) 12.48 11. directly to Miami-Dade Central Transfer Station CY $ Vegetative Debris Removal from Rights-of-Way(ROW) 12. directly to North Dade Landfill CY $ 13.89 Vegetative Debris Removal from Rights-of-Way(ROW) 13. directl to Miami-Dade Resource Recove Center CY $ 13.99 Removal,Hauling,and Disposal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $ 195.00 15. Greater than 36"to 48"diameter Per Stump $ 295.00 16. Greater than 48"diameter Per Stump $ 425.00 17. Removal of Hazardous Hanging Limbs Per Tree $ 88.00 Removal,Hauling,and Disposal 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 22. Greater than 48"diameter Per Tree $ 395.00 2145.95 . TOTAL GROUP 2(Items 6-2 $ (Group 3: C&D Debris Management ITEM DESCRIPTION UNIT 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 $ 5.20 Hauling C&D Debris from TDSR to 25. Miami-Dade North Dade Landfill _ CY $ 5.84 Hauling C&D Debris from TDSR to CY 26. Miami-Dade Resources Recovery Center $ 5.74 Hauling C&D Debris from ROW Directly to CY 27. Miami-Dade Central Transfer Station $ 12.98 C&D Debris Removal from ROW directly to Miami- CY 28. Dade North Dade Landfill $ 14.39 C&D Debris Removal from ROW directly to Miami- CY 29. Dade Resource Recovery Center $ 14.49 TOTAL GROUP 3 (Items 23-29)$ 69.62 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 31. Removal Per Unit $ 35.00 Loading and Hauling White Goods (Not Requiring 32. Freon Removal) 39.00 33. Freon Removal by Qualified Technician Per Unit $ 35.00 34. Hazardous Waste Removal and Transport LB $ 6.35 Removal, Hauling, and Disposal of Dead Animal 35. Carcasses LB $ 0.25 36. Bulk Ice, Delivered LB $ 0.88 37. Vessel Removal LF $ 92.00 Removal of biological, radiological, and nuclear $ 9.75 38. contaminated debris LB TOTAL GROUP 4 (Items 30-38)'3 236.05 , Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT 39. 20-30 miles CY $ 5.44 40. Greater than 30 Miles-40 Miles CY $ 6.69 41. Greater than 40 Miles-50 Miles CY $ 7.94 42. Greater than 50 Miles-60 Miles CY $ 9.19 43. L Greater than 60 Miles-70 miles CY $ 10.44 TOTAL GROUP 5(Items 39-4 $ 39.70 Group 6: Equipment Rates. All equipment rates include the cost of the operator, fuel,'and i maintenance. All labor rates include the cost of personal protective equipment, including but not limited to a hardhat, traffic safety vest, steel-toed shoes, gloves, leggings, and protective eyewear. ITEM DESCRIPTION HOURLY RATE 44. JD 544 Wheel Loader with debris grapple $ 138.00 45. JD 644 Wheel Loader with debris grapple $ 150.00 46. Extendaboom Forklift with debris grapple $ 110.00 47. 753 Bobcat Skid Steer Loader with debris grapple $ 115.00 48. 753 Bobcat Skid Steer Loader with bucket $ 95.00 49. 753 Bobcat Skid Steer Loader with street sweeper $ 85.00 50. 30-50 H Farm Tractor with box blade or rake $ 85.00 51. 2-21/2 cu. yd. Articulated Loader with bucket $ 118.00 52. 3-4 cu.yd.Articulated Loader with bucket $ 130.00 53. JD 648E Log Skidder or equivalent $ 125.00 54. CAT D4 Dozer $ 135.00 55. CAT D5 Dozer $ 150.00 56. CAT D6 Dozer $ 160.00 57. CAT D7 Dozer $ 162.00 58. CAT D8 Dozer $ 180.00 59. CAT 125- 140 HP Motor Grader $ 145.00 60. JD 690 Trackhoe with debris grapple $ 180.00 61. JD 690 Trackhoe with bucket and thumb $ 172.00 62. Rubber Tired Excavator with debris grapple $ 175.00 63. JD 310 Rubber Tired Backhoe with bucket and hoe $ 118.00 64. 210 Prentiss Knuckleboom with debris grapple $ 145.00 65. CAT 623 Self-Loader Scraper $ 130.00 66. Hand-Fed Debris Chipper $ 65.00 67. 30 Ton Crane $ 295 00 68. 50 Ton Crane $ 41 n o0 69. 100 Ton Crane $ 525.00 70. 40-60' Bucket Truck $ 225.00 71. Greater than 60' Bucket Truck _ $ _ 245.00 72. Fuel/Service Truck $ 105.00 73. Water Truck $ 95.00 74. Portable Light Plant $ 31.00 75. Lowboy Trailer with Tractor $ 115.00 76. Flatbed Truck $ 40.00 77. Pick-up Truck (unmanned) $ 25.00 78. Self-Loading Dump Truck with debris grapple $ 225.00 79. Single Axle Dump Truck, 5- 12 cu. yd. $ 70.00 80. Tandem Axle Dump Truck, 16-20 cu. yd. $ 75.00 81. Tandem Axle Dump Truck, 21 -30 cu. yd. $ 85.00 82. Tandem Axle Dump Truck, 31 -50 cu.yd. $ 85.00 83. Tandem Axle Dump Truck, 51 -80 cu. yd. $ 85.00 84. Chainsaw(without operator) $ 6.00 85. Temporary Office Trailer $ 25.00 86. Mobile Command and Communications Trailer $ 45.00 87. Laborer, with small hand tools $ 48.00 88. Skilled Sawman $ 55.00 89. Crew Foreman with cell phone $ 65.00 90. Tree Climber $ 60.00 91. LF of Security Fencing $ 19.78 92. Ton of Crushed Stone Placed and Graded $ 66.80 93. Sand Screening Apparatus $ 165.60 94. Traffic Control Devices $ 19.20 95. Temporary Light Tower _ $ 31.00 96. Site Security Systems (camera etc.) $ 4.60 TOTAL GROUP 6 (Items 44-96) $ 6,414.98 TOTAL COST TO THE CITY OF MIAMI BEACH1 $ 9,474.59 (calculate by adding together the totals for Groups 1,2,3,4,5,and 6) 'The total cost to the City of Miami Beach shall be utilized to allocate Cost Points in the Evaluation of Proposals