HomeMy WebLinkAboutPhillips & Jordan, Inc. ProposalPHILLIPS & JORDAN, INC.
June 22, 2006
City of Miami Beach
Procurement Division
1700 Convention Center Drive
Miami Beach, Florida 33139
RE: DISASTER RECOVERY SERVICES
RFP NO.: 29-05/06
Attention: Gus Lopez, CPPO, Procurement Director
Dear Mr. Lopez:
Phillips and Jordan, Inc. is pleased to offer the City of Miami Beach our Proposal in response to the
above referenced announcement. We have read the Request For Proposal and understand the scope
of services required.
Phillips and Jordan is a nationally recognized leader in the rapid -response disaster recovery field,
with far more experience of a wider variety that any other firm in the industry. We have decades of
experience in the operation and administration of debris management projects and have responded
to hurricanes, floods, tornados, ice storms, train wrecks, oil spills, coal mine failures, terrorist
attacks, and disposal of mass quantities of animal carcasses. The U.S. Army Corps of Engineers
named P&J its Civil Works Construction Contractor of the Year 2002 for our management of the
Disaster Forensic Recovery Operation following the terrorist attack of the World Trade Center
Complex on September 11, 2001. And last July at its annual congress, the American Public Works
Association presented its Project of the Year 2005 award to the City of Virginia Beach, Virginia for
its debris management operations following Hurricane Isabel during which P&J was the prime
contractor.
Our staff includes individuals with extensive knowledge of, and hands-on experience with, local,
State and Federal reimbursement processes dealing with the laws, rules, practices, and regulations
involved with disaster recovery projects. As evidenced by the performance evaluations and letters
of commendation, our efforts in performing large, complex debris removal and
reduction/investigation operations have earned us a reputation as an honest and competent
contractor.
Phillips and Jordan, Inc. was founded in North Carolina in 1952 and incorporated in 1959. Our
headquarters are located in Knoxville, Tennessee and we have regional offices located in
Robbinsville, North Carolina and Zephyrhills, Florida.
Phillips & Jordan, Inc. has an average base of approximately 750 employees, and over 1450 pieces
of equipment normally utilized during disaster recovery operations. The full resources of the
company will be dedicated to this project.
As with each disaster recovery project we manage, local contractors and subcontractors are
encouraged to join our team. If awarded this project, we would solicit local area contractors
through a newspaper advertisement that would direct them to complete the subcontractor
application form found on our website; .pan jcorn.
PO Drawer 604, 16 Court St. • Robbinsville, NC 28771
ph 828.479 3371 • fax 828.479 301C
www nandi nnm
MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
NO BID
NOTICE TO PROSPECTIVE BIDDERS
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
_Our company does not handle this type of product/service.
_We cannot meet the specifications nor provide an altemate equal product.
_Our company is simply not interested in bidding at this time.
_Due to prior commitments, I was unable to attend pre -proposal meeting.
_OTHER. (Please specify)
We do ✓ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature: \\ � �j
Title: Ljtc&cro�l»S4 tet RP-ex./Et( 41e-tsc1?
Company: PJttzlPS 4 .JatA,44 LC,
Note: Failure to respond, either by submitting a bid or this completed form, may result in your company
being removed from the City's bid list.
March 12, 2006
City of Miami Beach
RFP No. 29-05/06
4 of 36
INSURANCE CHECK LIST
XXX 1. Workers' Compensation and Employer's Liability per the statutory limits of the state of
Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $1,000.000.00 per
occurrence for bodily injury property damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
XXX3.Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles
included.
_ 4.Excess Liability - $ . 00 per occurrence to follow the primary coverage.
XXX 5. The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6. Other Insurance as indicated:
_ Builders Risk completed value $ . 00
_ Liquor Liability $ . 00
_ Fire Legal Liability $ . 00
_ Protection and Indemnity $ . 00
Employee Dishonesty Bond $ . 00
XXX Professional Liability $1.000.000 .00
XXX 7.Thirty (30) days written cancellation notice required.
XXX 8.Best's guide rating B+: VI or better, latest edition.
XXX 9.The certificate must state the Quote number and title
VENDOR AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after Proposal opening.
PhMilli.G4 irJoA1MAC
Vendor Signature of Vendor
4t.<
March 12, 2006
City of Miami Beach
RFP No: 29-05/06
20 of 36
TO: City of Miami Beach
City Hall
1700 Convention Center Drive
Procurement Division
Miami Beach, Florida 33139
DECLARATION
Submitted this Ir' day of , 2006.
The undersigned, as consultant, declares that the only persons interested in this proposal are named herein;
that no other person has any interest in this responses or in the Contract to which this response pertains;
that this response is made without connection or arrangement with any other person; and that this response
is in every respect fair and made in good faith, without collusion or fraud.
The consultant agrees if this response is accepted, to execute an appropriate City of Miami Beach
document for the purpose of establishing a formal contractual relationship between the consultant and
the City of Miami Beach, Florida, for the performance of all requirements to which the response pertains.
The consultant states that the response is based upon the documents identified by the following number:
RFP No.29-05106
etata
SIGNATURE
f a i5`aterF,'eld
PRINTED NAME
Asv nL i- i% / Pres; R' PA+
TITLE (IF CORPORATION)
March 12, 2006
City of Marti Beach
REP No: 28-05706
23 of 36
5) I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any
natural person or entity organized under the laws of any state or of the United States with the
legal power to enter into a binding contract and which bids or applies to bid on contracts for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term "person" includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
6) Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. [Indicate which statement applies.]
/ Neither the entity submitting this swom statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members or agents who are active in
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989. However, there has been a
subsequent proceeding before a Hearing Officer of the State of Florida, Division of
Administrative Hearings and the Final Order entered by the hearing Officer determined
that it was not in the public interest to place the entity submitting this sworn statement on
the convicted vendor list. [Attach a copy of the final order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY
ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED. I ALSO UNDERSTAND THAT 1 AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT
PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE
IN THE INFORMATION CONTAINED IN THIS FO.RM
"Zi iii .m
[Signature]
Sworn to and subscribed before me this /gill day of lt,tn t , 2006
J
Personally known � Ea+let'- ((1
OR Produced identification Notary Public - State of jJOr n. ('0671; nQ
My commission expires (t \ C110-01
(Type of Identification)
(Printed typed or stamped Commissioned name of Notary Public)
r0. S Skrak4-on
Z -a
March 12, 2006
City of Miami Beach
RFP No: 29-05/06
25 of 36
Questionnaire (continued)
If a Partnership:
Date of organization:
General or Limited Partnership*:
Name and Address of Each Partner:
NAME
ADDRESS
* Designate general partners in a Limited Partnership
I. Number of years of relevant experience in operating NE business:
S3
2. Have any agreements held by Consultant for a project ever been canceled?
Yes() No 04
If yes, give details on a separate sheet.
3. Has the Consultant or any principals of the applicant organization failed to qualify as
a responsible Bidder, refused to enter into a contract after an award has been made,
failed to complete a contract during the past five (5) years, or been declared to be in
default in any contract in the last 5 years?
If yes, please explain:
No
March 12, 2006
City of Miami Beath
RFP No: 29-05/06
27 of 36
Questionnaire (continued)
8. Public Disclosure. In order to determine whether the members of the Evaluation
Committee for this Request for Proposals have any association or relationships which
would constitute a conflict of interest, either actual or perceived, with any Consultant
and/or individuals and entities comprising or representing such Consultant, and in an
attempt to ensure full and complete disclosure regarding this contract, all Consultants
are required to disclose all persons and entities who may be involved with this
Proposal. This list shall include public relation firms, lawyers and lobbyists. The
Procurement Division shall be notified in writing if any person or entity is added to this
list after receipt of proposals.
Nana
March 12, 2006
City of Mian Beach
RFP No. 29-05/06
29 of 36
/iIll&ctlAtelf "/9
USE THIS AS A GUIDELINE IN RESPONDING TO QUESTIONS 17 & 18
Attachment to
Phillips and Jordan, Incorporated
Phillips and Jordan, Incorporated, is a corporation organized in 1959 and existing under
the laws of the State of North Carolina. We are currently registered and licensed to do
business in fifty (50) states and in the normal course of business are subject to claims
and litigation arising out of contract disputes and agreements. The company does not
have any outstanding judgments or liens.
City of Miami Beach. Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 1 of 22
SEQUENCE OF OPERATIONS
This section provides an overview of the anticipated course of events that will be executed in
preparing for, responding to, and completing a debris removal, reduction, and disposal mission
required for debris -generating disaster events that are preceded by severe weather ,forecasts
(examples include hurricanes, ice storms and. floods). Similar response operations are activated
on a .shortened timeframe for debris -generating disaster events that strike with very little or no
warning (such as earthquakes and tornadoes). Steps I and 2 assume that a pre -event contract is in
place prior to the disaster. Following the Sequence of Operations is the Debris Management Plan
describing the method and manner of operations to he executed This is offered as an example of
how Philips and Jordan is prepared to respond to these events.
STEP 1 — As a severe weather system approaches, Philips and Jordan, Inc. (P&J) will begin
contacting our primary subcontractors and specialty subcontractors to advise them to begin
preparations to respond. P&J will notify it's key personnel and verify the availability of debris
clearing, loading, and hauling equipment. P&J "GO BOXES" will be checked to confirm that all
load tickets, report forms, photographic, safety, communication, and other necessary equipment are
ready for use. Our Mobile Command and Communication Unit(s) will be prepared for deployment.
The availability of corporate aircraft and ground transportation, as well as logistical support, will be
confirmed.
P&J will make initial contact with the City of Miami Beach (City) as the storm appears to threaten
the region. Review of contractual obligations and expectations, the established plan of work, work
areas assigned, locations of Temporary Debris Storage and Reduction Sites (TDSRS) and the status
of baseline assessments, and key points of contact and lines of communication will be conducted.
STEP 1— Within hours following landfall of the seven: weather system P&J will have key personnel in
the damaged area to meet with the City, receive the Notice to Proceed, and conduct an Initial Damage
Assessment. The Initial Damage Assessment will be conducted num ground level, with our helicopter
being available to conduct an aerial assessment, when requested and available. Key personnel from the
City are invited to join in this Initial Damage Assessment. Additional coordination with the City will
include: confirmation of the availability of the pre -designated resource staging areas for equipment and
personnel check-in and marshalling; establishment of communications links including landline
telephone, cellular telephone, facsimile transmission, and Internet; and confirmation of site conditions at
the TDSRS.
Our Mobile Command and Communication Unit(s) will be deployed as local conditions dictate.
P&J will immediately begin to mobilize key personnel and equipment, and local subcontractors as
Phillips & Jordan, Inc. w n.s.nandi.cout
Pisasrcr Ramer' (.roup
City of Miami Beach, Florida
RFP NO, 29-05/06
Disaster Recovery Services
Scope of Service - Page 3 of 22
collection can be facilitated only by sweeping and raking. Debris removal passes of each right-of-
way, location, or site assigned will be limited to a maximum of three (3) passes or ninety (90) days
from the Notice To Proceed.
STEP 6 — Upon completion of Debris Removal Operations personnel and equipment remaining will
be demobilized. Operations at the TDSRS will continue until such time as all debris delivered is
either incinerated or chipped/ground and all hazardous materials, white goods, scrap metal, other
construction and demolition debris, and ash has been hauled to an approved fmal disposal site.
Debris Reduction Operations generally require twice as long as do Debris Removal Operations, if air
curtain incineration and mechanical chipping/grinding are used. The hauling of mulch to a final
disposal site can be completed within 1-2 months following completion of chipping/grinding
operations if disposal sites are nearby (50 miles or less).
STEP 7 — Upon completion of all operations at the TDSRS, P&J will close out the site and
demobilize all equipment, remove all infrastructure and erosion controls, perform close-out
assessments and grade the site to its original condition. Ground cover will be established, if required.
The City and P&J will jointly conduct the final inspection of the site restoration.
DEBRIS MANAGEMENT PLAN
Within six (6) hours following receipt of a Notice To Proceed, Philips and Jordan, Inc. (P&J) will
have a Disaster Recovery Group team member physically in your jurisdiction to direct initial
operations.
1 EMERGENCY ROADWAY CLEARANCE
Debris deposited on pre -designated routes will be cut and pushed to the edge of the right-of-way to
open a minimum of one lane of traffic in each direction, for the passage of emergency response
vehicles. No debris will be collected or removed during these initial emergency road -clearing
operations. Rather, debris will be moved to the side of the roadway in a manner that will not create
conflict with future utility restoration efforts.
Pre -designation of these routes is critical. The first priority of roads to be cleared are those primary
streets and highways that provide for post -event evacuation and/or access to hospitals, shelters,
police, fire and rescue stations, airports, and other facilities providing vital public service. The
second priority of streets and highways to be cleared of debris are those that provide access to
components of the public and private utility systems that are vital to the restoration of essential utility
services, such as electrical power stations and substations, municipal potable water and sanitary sewer
pumping stations, and communication stations and towers. The third priority of roadways to be
Phillipe & Jordan, Inc. aun.nandi.com
Disaster Recur er Group
Cdy of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 5 of 22
• Debris removal from private property
• Debris removal form canals, bays, waterways, and other water bodies
• Demolition of unsafe structures
Mobilization
P&J will aggressively strive to mobilize the equipment, operators and laborers required to begin
debris removal operations on the following schedule (based on Hurricane Categories):
Category 1& 2 Category 3 Category 4 Category 5
Within 24 hours 40% 25% 20% 15%
Within 48 hours 80% 40% 35% 25%
Within 72 hours 100% 75% 50% 45%
Within 96 hours - 100% 70% 60%
Within 1 week 90% 80%
Within 2 weeks 100% 90%
Within 3 weeks - 100%
These goals for mobilization are predicated on the pre -event identification of the Temporary
Debris Storage and Reduction Sites (TDSRS), and their inunediate availability for use following
issuance of the Notice To Proceed. Debris will be stockpiled at the TDSRS until the sites can be
made fully operational.
Assignment of Work Forces
P&J will assign its work forces such that debris removal will progress in sufficient strength and
in a systematic and predictable manner. To the maximum extent possible work will begin in all
sectors simultaneously and progress will be maintained. Work will be concentrated in those
areas assigned so that final approval of that scheduled pass can be easily and readily made by the
City.
Certification of Load Carrying Capacity and Equipment Check -In
P&J shall submit to the City a statement signed by representatives of P&J, the Subcontractor, and
the City indicating the type of vehicle, make and model, license plate number, P&J equipment
number, and measured maximum volume (in cubic yards) of the load bed of each piece of
equipment utilized to haul debris. The measured volume of each piece of equipment utilized to
haul debris will be calculated from actual physical measurement performed by P&J and a
Phillips & Jordan, Ine. ea e.na nd i.com
Disaster Recos en Group
City of Miami Beach. Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 7 of 22
Multiple Scheduled Passes
P&J will make multiple, scheduled passes of each site, location, or area assigned by the City to
collect and remove debris brought to the edge of the right-of-way. This manner of debris
removal is required to allow citizens and local government agencies to return to their properties
and bring all debris to the edge of the right-of-way adjacent to the property, as their recovery
progresses. The maximum number of passes shall be no more than four (4). The maximum
schedule of debris removal operations shall not exceed ninety (90) days. Sufficient time shall be
scheduled between subsequent passes to accommodate reasonable recovery by citizens, local
government agencies, and public schools.
Traffic Control
P&J will mitigate the impact of debris removal operations on local traffic to the maximum extent
practicable. P&J is responsible for establishing and maintaining appropriate traffic control in and
around all work areas. P&J shall provide sufficient signs, flag -persons, and barricades to ensure
the safety of vehicular and pedestrian traffic in all work areas. All work shall be conducted in
accordance with all applicable Federal, State, and local laws, regulations, and ordinances
governing personnel, equipment and work place safety.
As a minimum, one flag person will be posted at each approach to debris loading areas. Traffic
Control Plans will be developed on a site-specific basis.
Debris Segregation
Debris will be scattered throughout the area in the form of fallen and uprooted trees, fallen
branches, and other small and large vegetative debris. Additionally, mixed debris consisting of
Construction and Demolition (C&D) material is to be expected. Vegetative debris will be
segregated from non -eligible debris at the loading location; other non -hazardous debris will be
separated at the disposal site.
Household/Hazardous Waste and White Goods Disposal
Household hazardous waste, hazardous materials, and white goods will be segregated at the
loading location. These materials will be disposed of in accordance with local, State, and Federal
laws, standards, and regulations.
Stumps
Tree stumps exceeding 24 inches in diameter, but no taller than 18 inches above grade (including
Phillips & Jordan, Inc.
Disaster Recoven :roup
n n n.nandi.com
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 9 of 22
Trees on Private Property, Near Public Property
Trees on private property leaning into public property will be cut at the property line. Danger
trees (those trees that could endanger the public, but that are on private property) will be dealt
with on a case-by-case basis as directed by the City.
IV. DEBRIS REMOVAL FROM PRIVATE PROPERTY
As directed by the City, P&J will remove debris from private property.
Right -of -Entry
Before performing work on private property a Right -of -Entry form must be signed by the
property owner agreeing to allow Contractor personnel onto the property to conduct debris
removal operations.
P&J has the capability to collect and database GPS coordinates of each property that has signed a
Right -of -Entry form. This data can overlay existing GIS data to provide a map of properties that
are cleared for work to begin. In addition, digital images and notes can also be linked to the GPS
coordinates of the property. This functionality can be used to document damage and to make
note of the location of waterlines, septic tanks, etc. on the property in order to prevent contractor
damage. After a property has been cleaned -up the map can reflect this in order to track work
progress. This is very helpful in case where large numbers of private properties must be cleaned -
up.
With the exception of the above process this operation will follow the outline in section I — Debris
Removal Overview.
V. DEBRIS REMOVAL FROM CANALS, BAYS, WATERWAYS, AND WATER
BODIES
Debris deposited by the event into canals, bays, waterways, and water bodies presents unique
challenges. Coordination with multiple regulatory agencies is required. Removing wooded
vegetative debris from Canals and Waterways will be accomplished utilizing two (2) distinct
processes:
1. Marine Process — whereby floating marine equipment, primarily Deck Barges with
Grapple Devices (crane or hydraulic excavator) is utilized to remove debris from the
Phillips & Jordan. Inc. a NVa.oandi.com
Disaster Recotert l'mop
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 11 of 22
chipping/grinding areas, ash storage or disposal areas, hazardous waste containment area,
contractor work area, Inspection Tower, and safety zone clearance areas (100 foot clearance
area between stockpiled debris and incineration operations, and 1000 foot clearance area
from structures)
• Environmental mitigation plan, including considerations for smoke, dust, noise, traffic, safety
buffer zones, storm water runoff historic preservation, wetlands, and endangered species as
appropriate.
TDSRS Foreman — Day and Night-time Operations
P&J will provide a site foreman for both daytime and nighttime operations. The site foreman
will be responsible for all site operations, including traffic control, dumping operations,
segregation of debris, incineration and mechanical grinding operations, and site safety.
Both the day and night foreman will be responsible for monitoring and documenting all
equipment and labor utilized on the site. This information will be compiled with other daily
reporting information and will be provided to the City by the Debris Operations Manager.
If multiple TDSRS are in operation, a Site Manager will be assigned by P&J to oversee all TDSRS
operations.
Site Assessment
Immediately upon taking occupancy of any site, P&J will conduct an initial site assessment to
determine baseline conditions. This assessment will include: visual inspection in the company of
a City representative, documentation of any existing improvements to or on the site, aerial and/or
ground photography/videography, random soil samples, water samples from any existing wells
located on the site, and review for any volatile organic compounds.
Spot soil samples will be taken at the areas established for the temporary storage of household
hazardous waste, ash, and fuel storage areas. Photographs and/or GPS based maps and 3D laser
scanning of the site will be updated as the use and configuration of the site changes.
Site Design
The sites will be designed so that air curtain incinerators are located a minimum of 1,000 feet
from the nearest occupied building or as specified by the State or local environmental regulatory
entity. The area within 50 feet of the bum pits will be cleared of the vegetative cover to reduce
fire hazard. If using pit burning, should the bum pit site be situated on pervious soils, an
Phillips ,X Jordan. Inc.
Disaster Reco'er) Croup
rise .nandi.com
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 13 of 22
delivered to the site from this tower. Existing structures serving this purpose may be utilized
following coordination between P&J and the City. Tower locations may be changed to support
the progression of debris storage and reduction and normal traffic patterns on the site.
The towers may be constructed using pressure treated wood or metal scaffolding materials. The
floor elevation of the tower will be such that it affords the City representative(s) and P&J
personnel a complete view of the load bed of each piece of equipment being utilized to haul
debris to the site, and allows for the easy transfer of the debris removal load ticket between the
City representative and the vehicle driver. The floor area will be a minimum of 8' x 8'. A 4'
high wall, sturdily fastened to the structure to eliminate fall hazards, will protect the perimeter of
the floor area. A roof will cover the floor. The roof will provide a minimum of 6'-6" of
headroom. Steps with a handrail will provide access to the Inspection Tower.
To prevent falls, all personnel on the tower must be "tied-off" to the tower at all times.
Debris Unloading and Segregation
Trucks containing any waste other than vegetative debris will be directed through the disposal
site to the C&D-type section of the disposal site. Trucks insufficiently loaded will be noted and
reported. Photos and live video are options that can be considered.
Trucks containing vegetative debris will be directed to the debris depository areas of the sites in
an orderly manner down the one-way entrance road. Upon obtaining clearance from the
designated flag person at the depository area, the trucks will back up, dump their load, and exit
the site on the one-way exit road.
Once the debris has been deposited at the base of the debris storage pile, dozers and trackhoes
will be used to move and pile the debris. Debris piles will be compacted and constructed with a
slope as to prevent loose debris from rolling or falling down the sides of the piles.
Maximum effort will be made to salvage and/or recycle to the extent feasible.
Only vegetative debris will be brought to the air curtain incinerator section of the disposal site.
All non -vegetative debris will be segregated according to its nature. The sorting of the debris will
be performed when it is picked up for transport to the burning pits. The vegetative waste at each
site will be segregated into three basic categories: stumps, logs, and brush.
Debris Incineration
Debris eligible to be incinerated shall be moved to the air curtain incinerator by a front-end
Phillips & Jordan, Inc. vat mi
nn
Disaster Deemen (:roup
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 15 of 22
area will be wet down periodically during the duration of operations to prevent particles from
becoming airborne.
Household Hazardous Waste Containment Area
P&J will construct a containment area at each TDSRS for those hazardous waste inadvertently
delivered to the site. The containment area will be a minimum of 30' x 30'. The perimeter of the
containment area will be constructed using an earthen berm or hay or straw bales that are staked
in place. The area will be lined with a heavy gage, non -permeable plastic to provide a waterproof
barrier. Additional heavy gage, non -permeable plastic sufficient in size to cover the entire
containment area will be kept on site and used to prevent rain from entering the containment area.
Site grading in the immediate vicinity of each containment area will direct run-off away from the
protected area.
Site Closure
P&J will close each TDSRS within 30 calendar days of completing the reduction or transfer to an
authorized landfill of all debris delivered to the site. Site closure will include the removal of site
equipment, debris, and all remnants from the processing operation; grading the site; and restoring
the site to pre -occupancy conditions. The site(s) will be restored in accordance with all State,
tribal, and local requirements. P&J will be responsible for the proper disposal of non -burnable
debris, ash, wood chips, and hazardous and toxic wastes. P&J will conduct a final inspection of
the site along with a City representative to receive fmal approval of the site closure.
ENVIRONMENTAL HEALTH AND SAFETY PLAN (EH&SP)
P&J will develop, institute and maintain an ongoing, project -specific comprehensive program to
ensure the protection of the environment, the public, and to safeguard the health and safety of
employees involved in activities associated with the project requirements. This program will be
designed to properly recognize, evaluate and control potential physical, chemical, and biological
hazards to either workers or the surrounding environment and will provide adequate measures to
protect the public and the City and Contractor personnel at all times. P&J has produced various
approved safety plans specific to debris management. P&J will take previously approved safety plans
and adapt them to the needs and contaminants encountered.
The comprehensive EH&SP will include the following elements:
• Hazard identification and mitigation;
• Activity hazard analysis;
• Personal protective equipment;
Phillips & Jordan. Inc. ao e.nandi.com
Disaster Recto et) (:roup
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 17 of 22
applicable, assisting our customer in recovery of reimbursable costs from the appropriate federal
agencies.
Resource Controls
All resources, personnel and equipment, assigned to a project are run through a rigid check-in
process. An employee orientation is conducted for all personnel, including subcontractors,
assigned to the project. All personnel are issued a unique number and, on projects where a higher
level of security is needed, issued a photo identification card. A valid social security number is
required of all personnel.
All equipment assigned to a project is inspected for safety purposes and photographed. Trucks
used for hauling debris are measured and assigned a cubic yard capacity. A unique number is
assigned and affixed to each unit. Ownership is identified and documented.
Resources no longer needed are inactivated. Employee badges are collected.
Material Tracking and Quantification
A six -part pre -numbered ticket is generated at the load origination in the field. The ticket
captures the following information:
• Date and time
• Location
• Truck number
• Type of material
The load ticket is presented at the entrance to the disposal facility. The load capacity and contents
are verified. A digital image of the truck contents is taken (cross referenced to the load ticket).
The ticket data is consolidated at the end of each day. The following reports can be generated:
1. Total cubic yards by disposal site and debris type
2. Truck cycle report
3. Load report by crew
4. Load report by location
5. Active trucks and crew assignment
Each of the above reports, including load images, can be distributed electronically to the
customer. All source documents and custom reports and queries can be generated as needed.
Phillips & .lordan, Inc. ew.nandi.com
Disaster Recosen Crimp
City of Miami Beach. Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 19 of 22
requirements, and will perform all inspection and tests specifically required by the contract unless the
required inspection and/or test is designated to be performed by The City or its representative.
This QAJQC Program will require inspections and tests of the scope and character necessary to
achieve the quality of construction specified in the plans and specifications and all work under this
contract.
Previous QA/QC Plans are available upon request.
COMMUNITY and CUSTOMER SERVICE COORDINATION PLAN
Disaster Preparedness/Disaster Recovery Community Relations Program (DP/DR CRP)
During and immediately after a disaster is not the time to formulate and initialize a community
relations program. Such a program should be developed and put in place before an event occurs.
This will not only insure effective Community Relations and Customer Service, but will also help the
disaster recovery effort nm more smoothly.
Such a program should be tailored to the respective agency by which it will be implemented. Phillips
and Jordan, Inc. (P&J) gladly offers assistance in creating Public Service Announcements (PSA) both
prior to onset and during post -disaster response and recovery times. The goal of these PSAs is to
ensure effective community relations and to aid in accomplishing expedient and coordinated debris
removal.
The channels of communication for such PSAs can include television, radio, newspaper, direct mail,
billboards, signs, handbills, and web sites. The chosen method is of course contingent upon the
audience and the message.
In addition to pre -event announcements, post -event announcements will also be critical to a
successful recovery effort. Depending on the magnitude of the disaster this may be as basic as the
distribution of handbills or direct mail or it may be as extensive as a full media campaign.
If the City so desires, P&J's Corporate Communication Director (CCD) will contact their Public
Information Officer (PIO) or a similar position that is tasked with Community Relations and offer
P&J's assistance with their DP/DR CRP.
If the City so desires, P&.I can assist the PIO by:
• Providing graphics to the City officials for television and newspaper advertisement of the
Phillips & Jordan. Inc.
Disaster Demers (.roup
nnn.oandi.coni
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Scope of Service - Page 21 of 22
to enhance our productivity and add value to our services. Everything from 3-D laser scanning to
structural monitoring, or mapping and GIS, P&J is your complete solution. Some examples include:
"point -feature" location (latitude and longitude) information as required on each FEMA Project
Worksheet for reimbursement of eligible costs; site survey of each Temporary Debris Storage and
Reduction Site; quantification of debris volumes and areas; and the production of maps supporting
the Community Relations program for public awareness of progress. If it becomes necessary to
undertake the removal of disaster -generated debris from private properties, our systems will allow all
pertinent property data, including digital images and a digital signature authority of the property
owner to be captured for the "Right -of -Entry" agreement, in a unique data record. This information
can then be merged with existing parcel data records to visually present these records and linked
images illustrating pre and post clean-up records. These unique data recording capabilities also
directly support documentation of bridges and streets that have been damaged, public buildings
impacted by the disaster, and sections of beaches that have significantly eroded.
All data collected can be integrated into most GPS or Computer -Aided Drafting and Design systems.
This integration supports the creation of historical records, measurement, and the production of visual
displays of work in progress and work completed. The public relations value of this integration
should not be overlooked. It will serve to keep the community informed and realize that the disaster
recovery mission is firmly under the control of the Contracting Authority.
The Geomatic Services Division has been utilized in a number of unique disaster recovery
applications such as the A.T. Massey Coal Company's Inez, Kentucky coal sluny spill, the World
Trade Center Forensic Recovery Mission, and the Amtrak train derailment in Crescent City. In the
Kentucky slurry spill we provided data on the location of the affected spill areas as well as each pump
and weir location. At the World Trade Center project we provided volumetric quantification of
debris, as well as mapping of the debris sorting areas. At the Crescent City derailment, we provided
laser scanning services in order to create a 3-D model of the incident as a platform for data analysis
which yielded important information to the investigation.
MOBILE COMMAND AND COMMUNICATION UNITS
Phillips and Jordan has four Mobile Command and Communication Units; three trailer units and one
motor home. These units are variously equipped with: Motosat Mobile Two -Way Internet satellite
systems (which provide both broadband internes access and digital satellite television anywhere,
anytime), computer network infrastructure (server and cable drops), televisions, DVD and video tape
players, radios, desks/workstations, meeting areas, kitchenettes, and safety equipment. Before
deployment they can be stocked with office supplies and equipment, food and water, and other items
specific to the type of deployment.
In addition to broadband internet access, the Motosat system provides Virtual Private Network (VPN)
Phillips & .Jordan. Inc.
Disaster Recover). Group
"a a.uandr.com
Cay o1 Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Federal and State Reporting and Reimbursement - Page 1 of 2
FEDERAL AND STATE REPORTING AND REIMBURSEMENT
P&J has three staff members who, along with our CFO, focus on project documentation and the reporting and
reimbursement process. All have backgrounds that bring to the table the experience and knowledge to assist the
City both before and after a disaster event. (Please see resumes for Tim Berkhimer, Laura Childers, and Carrie
Zitzman.)
P&J has a record of 100% success in getting our disaster recovery clients every dollar of reimbursement that is
available to them. There is no great secret to receiving maximum reimbursement it is a simple matter of
having the correct project management and administration processes in place beforehand.
All of our work documentation and invoices meet current FEMA Public Assistance guidelines. This
documentation includes the following (copies of forms and a sample invoice follow this section):
• Certificate of Load Carrying Capacity and lnstructious
• Debris Load Ticket
• Stump and Leaner/Hanger Ticket
• Daily Report
• Employee Check-in Form
• Equipment Check-in Form
• Employee Time Sheets
Phillips and Jordan's invoicing procedures are designed to incorporate the above referenced documentation as
applicable to the selected contract structure (Le. hourly, cubic yards, or tons). We have developed a proprietary
database that allows us to efficiently generate accurate billings to our customers. Invoices are provided in
summary and detailed transaction formats. All load tickets and time cards are electronically scanned and linked
to individual transactions. Accordingly, invoices can be delivered in electronic format via CD-ROM, E-mail, or
secure websites.
We have developed detailed internal control procedures based upon our previous contract experiences. All of
our subcontracts afford us audit rights for a period of three years atter contract completion. If required, all
employees can be identified with photo identification badges. Each piece of equipment is uniquely numbered
and can be digitally photographed for record purposes.
Phillips and Jordan, Inc. can assist your staff with reimbursement of eligible damage costs by:
Providing pre -event training in the reimbursement process to the City
• Providing debris volume estimates for the various categories of hurricane utilizing the US Army Corps
of Engineers Storm Generated Debris Calculation Model
• Providing guidance in the development of debris management costs for the:
- Initial Damage Assessment report (to be forwarded to the State Emergency
Operations Center), and the
Phillip. &.lutdan, Inc.
Disaster Rt o er( Grnup
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Experience and References - Page 1 of 14
DISASTER DEBRIS MANAGEMENT EXPERIENCE
Phillips and Jordan has decades of disaster debris management experience. We performed our first
disaster recovery project in 1977, since then we have been tasked to provide our services following a
wide range of disasters including everything from coal slurry clean up to animal carcass incineration.
Our experiences include involvement in recovery efforts following some of the nation's largest
disasters. We offer a proven management plan and a disaster recovery team with years of experience
and knowledge. In addition, we have the resources and equipment to successfully complete even the
most daunting of disaster recovery projects. As a large, established, national company with multiple
construction related focuses you will have the assurance that when you need us, we will be there for
you.
Phillips and Jordan has a history of conducting very efficient debris management operations.
Following Hurricane Andrew in 1992, P&J forces removed nearly 600,000 cubic yards of debris
from the right-of-way within the first two weeks and hauled over 1,300,000 ton of debris to a landfill
65 miles away within 84 days. Following Hurricane Fran in 1996, P&J removed more than
1,500,000 cubic yards of debris from the right-of-way within 90 days and completed the reduction of
nearly 7,000,000 cubic yards of debris in 150 days. Following the terrorist attacks on September 11,
2001, P&J managed the Staten Island Landfill where debris from the World Trade Center Complex
was taken. Over the course of this Forensic Recovery/Debris Disposal operation, which lasted 321
days, 1,462,000 tons of debris were received and processed, over 55,000 pieces of evidence and
4,257 body parts were recovered, and 209 victims were positively identified. Phillips and Jordan,
Inc. was awarded Civil Works Construction Contractor of the Year kr the U.S..4rmf• Corps of
Engineers 2002 for our work at Staten Island.
The broad range of our experience is not easily found in other companies. The knowledge and
expertise that we have gained from past projects, both disaster recovery and construction, give us an
edge in gaining full speed as rapidly as possible, managing a safe and successful project, and working
nonstop until the mission is complete.
One trademark of Phillips and Jordan has always been our ability to mobilize substantial numbers of
men and equipment to distant and often remote sites, and to perform at a high level of competency for
extended periods of time. Our crews are accustomed to working seven days a week for periods of up
to eight weeks without a break. Add to that our strong financial base, the substantial amount of
resources and equipment at our disposal, and our vast degree of knowledge and expertise and it gives
us the ability to successfully take on and complete the most daunting of disaster recovery projects.
We have extensive experience and expertise in the establishment and operation of multiple
Temporary Debris Storage and Reduction Sites (TDSRS). Reduction methods at these sites have
included grinding and burning utilizing air curtain pit burning and air curtain incinerator boxes. We
Phillips & Jordan. Inc. nn H .oandi.ttrm
Disaster Herm en (.roup
City of Miami Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Experience and References - Page 3 of 14
New Orleans
P&J has been assigned to restore approximately 1/3 of the City of New Orleans. Many tasks have
been assigned, and work is currently in progress. This work is being performed under our ACI
contract with the US Army Corps of Engineers.
Alabama
Our ACI contract with the US Army Corps of Engineers for the State of Alabama was activated, and
the following work performed. P&J was the only firm operating as a prime contractor for the entire
State.
Location
Unincorporated Mobile County
City of Mobile
City of Prichard
City of Saraland
City of Gulf Shores
City of Satsuma
City of Creola
City of Mount Vernon
City of Dauphin Island
Choctaw County and all incorporated locations
Sumter County and all incorporated locations
Total debris managed in Alabama, to date
Volume of Debris Managed
817,628 cy
90,400 cy
67,276 cy
43,327 cy
12,799 cy
28,037 cy
6,516 cy
3,839 cy
18,543 cy
24,292 cy
13,024 cy
1,776,986 cy
In addition, a total of 164,370 cy of sand was removed from public property and rights-of-way,
screened to remove debris, and placed back on the beaches on in Dauphin Island and Gulf Shores.
Florida
Collier County: Provided thirty (30), 50 kw mobile generators and 15 Vacuum Trucks to the
Sanitary Sewer Division of the Department of Public Utilities to support the continued operation of
the sanitary sewer collection system during power outage and restoration periods caused by the
hurricane landfall in Collier County. Approximate cost: $1,400,000.
Reference Contact: George Yilmaz, PhD, P.E. telephone: 239-289-9685
City of Coral Springs: Removed, mulched, and hauled to fmal disposal approximate 600,000 cy of
vegetative and C&D debris. Also, ground and removed stumps. Approximate cost: $10,000,000.
Reference Contact: Don R. Saunders; telephone: 954-344-1165
Please see the Letter of Commendation/Reference contained in the "Additional Information" tab.
Debris removal, reduction and disposal operations were also conducted in the following locations:
Solid Waste Authority of Palm Beach County, Inc. City of South Bay
City of Atlantis City of Pahokee
City of Boynton Beach Highland Beach
City of Weston Town of South Palm Beach
City of Lantana
Information concerning the quantities, and dollar cost of work performed in these areas continues to
be compiled.
Phillips S.lordan. Inc. eHr.nandi.com
I)isa ler Kremer, ( ,rung
City of Daytona Bach
205,204 cy f vegetative debris
4,112 cy of C&D debris
64 stumps
5,601 truckloads
3 trucks
46 days
Ken Reson
Public Works Building
950 Belleview Avenue
Daytona Beach, FL 32114
Office: 386-671-8226
City of Largo
27,625 cy of vegetative debris
16,939 cy of C&D debris
679 truckloads
16 trucks
10 days
Chris Kubala, Director of Public Works
Largo, FL 33779-0296
Office: 727-587-6741
City of Orlando
1,157 cy of leaners & hangers
37,215 cy of mulch
1,825 other debris
732 stumps
72,868 cy of vegetative debris
3,210 truckloads
75 trucks
112 days
City of South Bay
571 cy of leaners & hangers
5,270 cy of vegetative debris
244 truckloads
22 trucks
14 days
C ty of Miami Beach, Florida
RFP NO . 29-05/06
Disaster Recovery Services
Experience and References - Page 5 of 14
City of Dunedin
26,024 cy of vegetative debris
791 truckloads
53 trucks
31 days
City of New Smyrna Beach
1,229 cy of leaners & hangers
48,435 cy of mulch
134,906 cy of vegetative debris
5,404 truckloads
123 trucks
days
Ron Wilsback
124 Industrial Park Avenue
New Smyrna, Florida 32168
Office: 386-424-2209
City of Pahokee
7,678 cy of C&D debris
31,110 cy of vegetative debris
1,407 truckloads
48 trucks
43 days
Lilly Lattimore, City Manager
171 North Lake Avenue
Pahokee, FL 33476
Office: 561-924-5534 ext. 35
City of Weston
9,570 cy of vegetative debris
251 truckloads
10 trucks
6 days
Paul Winkeljohn, Ass't City Manager
2500 Weston Road, Suite 101
Weston, FL 33331
Phillips h Jordan. Inc. wa r.na ndi.com
Disaster Reco\Cr% (d imp
Alabama
Baldwin County
25,942 cy of vegetative debris
211 truckloads
21 trucks
12 days
US Army Corps of Engineers ACI Contract
Jurisdictions served:
City of Mobile
Town of Atmore
City of Greenville
City of Flomaton
Clarke County
Town of East Brewton
Greenville Cemetery
248,191 cy of C&D debris
12,758 cy of other debris
183,165 stumps
2,864,060 cy of vegetative debris
99,753 truckloads
1,623 trucks
143 days
Contract Amount: $55,000,000.00
Totals for Summer 2004
25 separate clients; 37 separate locations
603,512 cy of C&D debris
2,386 cy of leaners & hangers
1,269,501 cy of mulch
109,325 cy of other debris
318,883 stumps
6,725,731 cy of vegetative debris
240,061 truckloads
Total of 9,029,338 cy of debris
City of Miami Beach Honda
RFP NO 29-05/06
Disaster Recovery Services
Experience and References - Page 7 of 14
for the State of Alabama
Mobile County
Escambia County
Baldwin County
City of Opp
Dauphin Island
Town of Fort Deposit
2003 - Hurricane Isabel Debris Cleanup On September 18, 2003, Hurricane Isabel battered the
coasts of Virginia and North Carolina with winds in excess of 100 mph and accompanied by heavy
rains. Trees were uprooted, homes were flooded, and power lines were destroyed, leaving over 1.5
million people without power in Virginia. Within 48 hours, Phillips and Jordan, Inc. had been issued
contracts for debris removal in the Virginia cities of Richmond and Chesapeake; these were soon
followed by Portsmouth, Franklin, and Virginia Beach. Additionally, we were tasked with the
Phillips & .lorda n. Inc. sits Is .nandi.com
Disaster Per ers Croup
Gity of Miami Beach Honda
RFP NO 29-05/06
Disaster Recovery Services
Experience and References - Page 9 of 14
reduce the amount of debris we had to handle. After the debris was ground all residual grindings
were thicked away for secondary use as green fuel for cogeneration plants in North Carolina and
Virginia. Wake County also contracted with P8J to erect a TDSRS in the town of Wake Forest.
This site took debris being hauled by County trucks as well as other towns within Wake County.
Over 80,000 cy were collected, ground, and trucked away for secondary use.
2002 - Ice Storm Clean Up, City of Raleigh and North Carolina Department Of Transportation
Responded in less than 72 hours.
Collected over 618,000 cy in the city and 781,000 in the county in 120 days.
Debris Removal, City of Raleigh, NC - ($3,524,085)
City of Raleigh Department of Transportation
Jimmie L. Beckom, Director
222 West Hargett Street
Raleigh, North Carolina 27602
919.890.3430
Debris Removal, NCDOT, Wake County, NC - ($4,423,909)
North Carolina Department of Transportation
Brandon Jones, District Engineer
4009 District Drive
Raleigh, North Carolina 27607
919.733.2814
Debris Reduction Site Management and Disposal, City of Raleigh, NC - ($1,286,790)
City of Raleigh Solid Waste Services
Gerrald Latta, Director
400 West Peace Street
Raleigh, North Carolina 27602
919.831.6890
2002 - Naples, Florida Beach Re -Nourishment The beaches in Naples, FL were eroded as a result
of the late summer Tropical Storm Gabrielle. During the height of the tourist season (early Spring)
we hauled, placed, and graded 12,000 tons of manufactured sand to replenish the beachfront.
2002 - Ice Storm Clean Up in Missouri and Oklahoma In late January a severe ice storm caused
damage of sufficient severity to warrant a Presidential Disaster Declaration in Kansas, Oklahoma,
and Missouri. We provided simultaneous debris removal, reduction, and disposal services along with
audit quality documentation to five communities in two states.
Phillips & Jordan. Inc. „e,, .nandt.cnm
Disaster neem en Gump
City of Miamt Beach, Florida
RFP NO 29-05/06
Disaster Recovery Services
Experience and References - Page 11 of 14
Management of the operation involved the coordination of 16 government agencies and 4
subcontractors. When we took over the operation the Landfill was processing about 1,750 tons of
debris per day. At the peak, we had increased that number almost 10 times to over 17,000 tons per
day.
We were also tasked with the creation, implementation, and management of a Site Specific Health
and Safety Plan for the operation. We had over 43,600 people go through the Site Specific
Indoctrination. Over the course of this intensive 321 -day project over 1.7 million man-hours had
been worked and there was only one very minor lost -time accident.
At the close of the project the Landfill had received and processed over 1,462,000 tons of debris, over
55,000 discrete pieces of evidence had been found, 4,257 body parts had been recovered, and 209
victims had been positively identified. In excess of 1.7 million man-hours had been worked with
only one lost time accident. Nearly 15,000 workers had been processed through the Personal
Protective Equipment process.
In December 2003, the USACE awarded P&J it's Civil Works Construction Contractor of the Year
2002 for the exceptional performance and true partnering spirit with which we undertook this tasking.
Reference: Tom Harnedy
United States Army Corps of Engineers
26 Federal Building CENAN-CT
Room 2139 Construction Division
New York, New York 10278-0090.
Contract Amount: In excess of $65,000,000.00.
2001 - Vi'est Virginia Flooding Following severe mid -summer flooding in West Virginia, we
provided disaster response and recovery services for State and Federal agencies, including the West
Virginia Department of Transportation and the USDA National Resource Conservation Service.
Phillgis &,Jordan, Inr.
Disaster keret en (.roup
‘1‘i .na tdi.eom
City of Miami Beach, Florida
RFP NO - 29-05/06
Disaster Recovery Services
Experience and References - Page 13 of 14
McIntosh County, OK
J.D. Williams
918.689.4686
Project Total: $6,853,511
2000 - Coal Mine Sludge Removal and Creek Restoration The A.T. Massey Coal Company's
Inez, Kentucky mine experienced the major failure of a wash water/sludge holding pond in mid-
September. Shortly after the disaster we were contacted and requested to provide strategic planning
for stopping the flow of sludge and restoring the creeks that were impacted. P&J was tasked with
overseeing the implementation of check dams, floating booms, and the creation of stabilization
ponds. We remained onsite with equipment and personnel throughout the cleanup of the creeks and
streams that were impacted.
Martin County Coal Corporation
Inez, KY
Dennis R. Hatfield, President
606-395-6881
Project Total: $590,971
2000 - Ice Storm Clean Up, Georgia and North Carolina
2000- Hurricane Floyd Residual Clean Up
1999 - Hurricane Floyd Animal Incineration — under contract to the North Carolina Department of
Agriculture for carcass collection and disposal in Greene, Jones, and Duplin Counties, North Carolina
1999 - Hurricane Irene Debris Removal: Solid Waste Authority of Palm Beach County, FL
and City of Pahokee, FL - involved private property debris removal requiring R -O -E permits
1998 - Hurricane Bonnie Debris Removal - City of Wihnington and the surrounding county of New
Hanover, North Carolina
1997 - Interstate 40 Rock Slide Repair - Interstate 40; North Carolina Department of Transportation
1996 - Hurricane Fran Debris Removal and Reduction North Carolina Department of
Transportation and the U.S. Army Corps of Engineers
1995 - Hurricane Opal Debris Removal - Hurricane Opal hit the Gulf Coast and spawned
tornadoes as far north as Atlanta. The Robert Trent Jones Golf Trail course near Opelika, Alabama
had over 4,000 Stately Pines down across 54 holes of golf, completely shutting down the courses
Phillips & Jordan. Inc.
Disaster Deem en (•roup
IA e e .narid i.ro,n
City of Miami Beach Florida
RFP NO 29-05/06
Disaster Recovery Services
Project Management Team - Page 1 of 3
PROJECT MANAGEMENT TEAM
The following named Phillips & Jordan, Inc. personnel will comprise the project management team
for disaster response and recovery projects within the limits of your jurisdiction:
W.T. Phillips, Sr., is the sole owner, Chairman and Chief Executive Officer of Phillips and Jordan,
Inc. (P&J). Dependent upon the magnitude of the recovery mission, Mr. Phillips may or may not
actually be on-site.
Ben Turner, President and Chief Operating Officer of P&J, may serve as the Project Executive for
disaster recovery projects. He will have overall responsibility for all operations conducted, including:
management of operations; subcontracting; and health, safety, and environmental issues and
activities. If the magnitude of the disaster recovery mission warrants Mr. Turners' presence on-site,
he will also act as Operations Manager and be the principal point of contact.
Patrick McMullen, Executive Vice President and Chief Financial Officer of P&J. Mr. McMullen
will have overall responsibility for contract administration, accounting, communications and
computer issues, and any legal matters that may arise. Depending upon the magnitude of the mission,
Mr. McMullen may or may not be on-site for the project.
W.T. Phillips, Jr., Vice -Chairman and Vice President of P&J, will serve as the Real Estate
Operations Manager. Mr. Phillips will be responsible for conducting negotiations to secure
additional private properties for temporary debris storage and reduction, should the City desire P&J
to perform this function.
Randy Jordan, Senior Vice President. Mr. Jordan will serve as the Project Executive for disaster
recovery projects. He will have overall responsibility for all operations conducted, including:
management of operations; subcontracting; and health, safety, and environmental issues and
activities. If the magnitude of the disaster recovery mission warrants Mr. Jordan's presence on-site,
he may also act as Operations Manager and be the principal point of contact.
Steve Thompson, Vice President, Human Resources and Risk Management. Steve will be
responsible for the management, oversight, and resolution of all human resources and risk
management matters. In addition, Steve serves as the Equal Employment Opportunity Manager for
P&J and is responsible for ensuring that the goals of the P&J Minority/Women Business Enterprise
Plan are met or exceeded.
Dudley Orr, Assistant Vice President; Cecil Patterson, Vice President; Tim Berkhimer, Director of
the Disaster Recovery Group; Max Morton; John West; Page Riley; and Lin Rilcy. Each of these
Phillips K Jordan. Inc. vim ., .nandi.cum
Disaster Reca. er. Croup
City of Miami Beach Florida
RFP NO 29-05/06
Disaster Recovery Services
Project Management Team - Page 3 of 3
Carrie Zitzman, Project/Contract Administrator. Carrie is responsible for nationwide project
administration with an emphasis on contract/subcontract administration, information and technology,
database management, invoice preparation, subcontractor payment, and planning. She will also
supervise the data collection and data entry aspects of projects.
Ken Graham, Disaster Recovery Group Program Manager. With over 20 years of administrative
and leadership in the US Marine Corps, 4 years heavy construction experience, and 3 years of disaster
recovery experience Ken can fill key roles in both project administration and crew management. Ken
is also responsible for the Mobile Command and Communication Unit (tractor/trailer) based in North
Carolina.
Laura Childers, Contract Specialist — Disaster Recovery. Laura will conduct training, and advise
City staff in all aspects of the Federal Emergency Management Agency Public Assistance
(reimbursement) Program. Laura brings an extensive knowledge of reimbursement policies,
procedures, rules, and regulations from her previous employment with a State Public Assistance
agency.
Aaron Nichols, Corporate Communication Director. Aaron will be available to coordinate with the
City Public Information Officer for the development, coordination, and dissemination of all public
information related to disaster debris removal schedules and progress, via various channels of
communication. If necessary, he will also coordinate the photo/video documentation of the project.
Depending on the magnitude of the disaster Aaron may or may not be on site, but is always available
via cellular telephone, facsimile transmission, and Internet.
Field Superintendents include: Ken Graham: Das id Huskins: John Wilkins: Edd Satterfield. Roy
Hampton: Horace Damewood: Josh Patterson: Paul Meckes: and Gary Farley. Each of these
individuals has many years of experience directing debris collection, loading, hauling, and reduction
site operations as well as general heavy construction superintendent responsibilities.
Resumes for key personnel follow.
Phillip. S lordan. Inc. w IN . oandr.com
DNa,ter Herm rn isroup
BEN R. TURNER
President
Mr. Turner has been employed by Phillips and Jordan, Inc. since 1977.
Experience:
1993 to Present - President and Chief Operating Officer. Phillips and Jordan, Inc.
In addition to his duties as president and COO, Mr. Turner has overseen recovery efforts following some of the
nation's largest disasters including Hurricane Fran and the 2001 World Trade Center forensic recovery effort.
1989 to 1993 - Executive Vice President and Chief Operating Officer. Phillips and Jordan, Inc.
Responsible for all construction projects. Notable projects include pipeline clearing in New York and Missouri;
reservoir clearing for the U.S. Army Corps of Engineers in Puerto Rico; the largest synthetic liner project in
Florida for IMC Global (192 acres); tailings dams for DuPont Chemical and IMC Global; and The Robert Trent
Jones Golf Trail In Alabama (324 holes, 18 courses, in 30 months for the Retirement Systems of Alabama). He
also oversaw recovery missions for Hurricanes Hugo and Andrew for the U.S. Army Corps of Engineers.
1983 to 1989 - Vice President and Florida Manager. Phillips and Jordan, Inc.
Executive responsible for managing all construction projects in the State of Florida. Projects during this period
included the site preparation for a power plant in Orlando; subdivisions for Lennar Homes and Centex Homes;
dams and mine reclamation for the phosphate industry in central Florida; clearing and road construction for 500
kV transmission lines and petroleum pipelines; infrastructure for various Disney Development projects; site
development for Universal Studios Florida; and environmental projects for Anheuser-Busch and Coca-Cola.
1978 to 1983 - Vice President. Philips and Jordan, Inc.
Project Executive for several major civil works, including portions of the Tennessee -Tombigbee Waterway,
Felsenthal Lock & Dam in Arkansas; expansion of the Charlotte Airport terminal and the construction of the
Southwest Regional Airport in Florida; relocation of the Seaboard Coastline Railroad over Lake Richard B.
Russell; plant sites for Nissan Motors in Tennessee, Alumax Aluminum in South Carolina and Philip Morris in
North Carolina; interstate highway construction in Alabama and North Carolina; dams and mine reclamation
for the phosphate industry in Central Florida.
1977 to 1978 - Project Manager, Wallace Dam. Phillips and Jordan, Inc.
Responsible for construction of the earthen non -overflow structures and rock fill for Georgia Power.
1964 to 1977 - Mr. Turner was an employee of the Fred Lothridge Company, a civil works contractor in
Gainesville, Georgia. He held positions as estimator, project manager, and company executive.
Education:
Mr. Turner attended college at Southern Technical Institute in Marietta, Georgia, a Georgia Tech school of
engineering, from 1967 to 1974 seeking a degree in Civil Engineering. During his final quarter, following the
illness of the owner's son, Mr. Turner was asked to return to the Fred Lothridge Company as company
manager.
_ U PHILLIPS & JORDAN, INC.
(800) 763-4718
disaster.oand .com
STEVE THOMPSON
Vice President, Human Resources/Risk Management
Mr. Thompson has been employed by Phillips and Jordan, Inc. since 1990.
Experience:
2003 to Present - Vice President, Human Resources/Risk Management. Philips and
Jordan, Inc.
1998 to 2003 - Corporate Risk Manager/Human Resources Manager. Philips and Jordan, Inc.
Mr. Thompson is responsible for overall company health and safety performance. He develops and administers
policies and procedures for controlling the company's risks and exposures including loss control principles
concerning employee safety, property, equipment, fleet, environmental, and general liability. He is responsible
for managing and monitoring all claims following an accident (work comp, auto, general liability, equipment,
and property) as well as the review and investigation of all accidents along with the development of measurers
to ensure their prevention. In addition, Mr. Thompson manages the company's Drug -Free Workplace Program,
monitors safety activities of subcontractors, and is responsible for Corporate Insurance management and issues.
1994 to 1998 - Safety Manager. Philips and Jordan, Inc.
As Safety Manager, Mr. Thompson was responsible for inspecting all company projects on a monthly basis to
ensure compliance with company environmental, health, and safety policies. He ensured that employees were
current on all training and conducted training with supervisors. He investigated all accidents and followed-up
with claims to ensure prompt resolution. He also monitored the Drug -Free Workplace Program to ensure
compliance, managed the Fleet Safety and Aviation Safety Programs.
1992 to 1994 - Engineer's Assistant. Phillips and Jordan, Inc.
1990 to 1992 - Laborer/Pipe layer/Equipment Operator. Phillips and Jordan, Inc.
Education and Training:
Bachelor of Arts, University of Tennessee, Knoxville, TN - 1992.
40 HR. HAZWOPER (Hazardous Waste Operations), D.O.E. GERT (Core Radiological Training), D.O.E.
SHARP (Safety Health and Radiological Protection), OSHA 10 HR. 1926 (Construction Safety Training),
Certified Work Zone Traffic Control Supervisor, Excavation Competent Person (Excavation Training), Permit
Required Confined Space (Instructor Training), Fall Protection (Instructor Training), HAZCOM (Hazard
Communication "Right To Know" Instructor), Lockout/Tagout (Instructor Training), Standard First
Aid/CPR/Bloodborne Pathogens, Site sense Behavioral Safety
; PHILLIPS & JORDAN, INC.
disa(800)763-4718tti 1
CECIL B. PATTERSON
Vice President
Mr. Patterson has been employed by Phillips and Jordan, Inc. since 1978.
Experience:
2004 to 2005 — Vice President. Phillips and Jordan, Inc.
Mr. Patterson is responsible for the management of various company divisions as well as coordinating and
managing the Disaster Recovery Group (along with Vice President Dudley Orr). During disaster recovery
projects he may serve as Operations Manager.
1997 to 2004 — Division Manager. Phillips and Jordan, Inc.
As a Division Manager, Mr. Patterson's duties included marketing, fording and biding projects, on-site
management of major projects, coordinating multiple projects and project managers, preparing project billing
information, and collection of monies owed.
1993 to 1997 — Corporate CounseL Philips and Jordan, Inc.
Mr. Patterson served as in-house counsel and corporate secretary for P&J. Duties included reviewing contracts
before execution, reviewing insurance policies, reviewing and coordinating the defense of workers
compensation claims, overseeing the safety department, reviewing and advising on real estate purchases and
sales, and coordinating all legal matters with outside counsel.
1987 to 1993 — Attorney. Self Employed.
Mr. Patterson maintained a private law practice in Atlanta, GA. Practice included construction law, real estate
law, civil trials, and criminal trials.
1984 to 1987 — Contract Administration. Philips and Jordan, Inc.
Responsible for administration of all contracts in the state of Florida.
1983 to 1984 — Land Agent/Purchasing Agent. Phillips and Jordan, Inc.
Responsible for dealing with property owners on a large FP&L power line right of way project in Florida. Also
responsible for purchasing equipment and supplies for the project.
1978 to 1979 — Timekeeper/Accounts Payable. Philips and Jordan, Inc.
Performed timekeeping and accounts payable duties for large earthmoving projects in South Carolina.
Education:
Bachelor of Science in Political Science, University of North Carolina and Westem Carolina University —1976.
Juris Doctorate, University of North Carolina Law School and John Marshall Law School —1983.
PHILLIPS & JORDAN, INC.
(800)763;4718
disasteroandj.com
Edd Satterfield
Assistant Vice President
Mr. Satterfield has been employed with Phillips and Jordan, Inc. since 1994.
Experience:
2002 — 2006 Disaster Response Project Management
Mr. Satterfield has been, and is currently responsible for providing all Estimating and Project
Management functions for debris -generating disaster events; including: 200 Ice Storm Clean -
Up in Kansas, Missouri, and Oklahoma; 2003 Flood Recovery in Graham County, North
Carolina for the North Carolina Department of Transportation; 2003 Hurricane Isabel in
Portsmouth, Virginia; 2004 Hurricanes Charlie and Francis in the City of Daytona Beach,
Florida and the City of New Smyrna Beach, Florida and for the Volusia County Florida
School Board; 2004-2005 Hurricane Ivan in Monroe County, Alabama; and 2005-2006 US
Army Corps of Engineers Contract in response to Hurricane Katrina — managed East New
Orleans sector.
Other Notable Construction, Land Clearing and Disaster Recovery Projects
Casino Magic, Bay St Louis Mississippi — Clearing for 18 hole Golf Course.
Hurricane Fran Recovery Mission — Night shift at the Hwy -70 debris reduction pit.
Santee Cooper — Clearing of 20 miles of overhead power line in Sumter South Carolina.
New Horizon EMC, Northwestern S.C. — Clearing of 3 separate overhead power lines.
Hurricane Bonnie Recovery Mission — Reduction and Disposal of Debris.
Hurricane Floyd Recovery Mission — Contract Compliance, Subcontractor Compliance,
Supervision of Subcontractors.
Pinehurst Ice Storm Recovery Mission — Contract Compliance, Supervision and coordination
of Subcontractors.
Biltmore Farms Development — Project Management for clearing operations.
Biltmore Lake Development — Project Management for clearing operations.
N.C. D.O.T. — Project Management for clearing Hwy -421 Wilkes County, NC
Vulcan Materials — Spruce Pine, and Boone, N.C. Quarry Expansion. Project
Management.
Blue Ridge E.M.C., Clearing of Multiple Transmission and Distribution Lines. Estimating
and Project Management.
2003-2004- Badin lake Boat Launch, Uwharrie National, Estimating and Project
Management.
nif
PHILLIPS & JORDAN, INC.
(800) 763;4718
disastecoandi.com
LAURA R. CHILDERS
Disaster Recovery Specialist
Ms. Childers has been employed by Phillips and Jordan, Inc. since 2004.
Experience:
2004 to Present - Disaster Recovery Specialist. Philips and Jordan, Inc.
Ms. Childers serves as Contract Administrator for all disaster recovery contracts. She is
responsible for providing customer support. She will be one of the key contacts for
customer issues and will also help coordinate debris operations as well as coordinating
and assisting the field staff. She will also assist the Contracting Authorities in the Federal
and State reimbursement process. She will be available for pre -event planning and
training with the Contracting Authorities. Throughout her career, Ms. Childers has
worked on 18 Federally declared disasters.
2002 to 2003 — Accounting Specialist II. North Carolina Department of
Transportation (NC DOT).
In this position Ms. Childers wrote grants for Reimbursement of Disaster Damages for FEMA and FHWA,
developed and implemented NCDOT's Disaster readiness training class (How to utilize DOT's brand new
accounting/computer system as a tracking and management tool for disasters to ensure maximum Federal
reimbursement), developed and conducted a "Mock" Disaster to ensure the system handled Disaster
procedures correctly, reviewed and helped write debris contracts to be used across the State for debris
disposal from the December 2002 and February 2003 ice storms, acted as DOT's Liaison between NCEM
and FEMA, lead contact person and technical advisor for DOT personal across the State on all disaster
response and recovery issues, and thoroughly audited all NC DOT disaster documentation to ensure
maximum reimbursement from Federal agencies.
1997 to 2002 — Senior Grants Manager. North Carolina Division of Emergency
Management.
Worked in the Public Assistance Department. Assisted applicants by determining eligibility and track grant
applications for state agencies and municipalities (exceeding $150 million), by ensuring appropriate
paperwork and procedures are completed and followed including Section 44 Code of Federal Regulations
and the Stafford Act. Wrote project worksheets, helping eligible applicants qualify for grants by detailing
allowed damages and expenses. Worked as nighttime Infrastructure Coordinator at Emergency Operation
Center for 5 events. Appointed as Public Assistance Coordinator of State Agencies for Hurricanes Dennis,
Floyd, Irene and Winter Storm of 2000. Developed / implemented NC reimbursement procedures for EMAC and
Intrastate Mutual Aid. Presenter at Governor's Hurricane Conference in 1999 covering EMAC. Personally
requested to present numerous training sessions to DOT personnel on Debris Management FEMA
Guidelines and Project worksheet writing. Developed / presented Public Assistance Program briefings to
groups of 20 — 100 applicants, providing information / assistance in program eligibility, procedures and
record keeping.
1996 to 1997 — Administrative Assistant. Federal Emergency Management Agency
(FEMA).
Worked during the cleanup of Hurricane Fran. Reported directly to Logistics Chief. Tracked/updated
Logistics Department information and equipment, produced manuals, reports and memos for mass
distribution. Assisted both the Public Assistance Department and the Mitigation Department.
PHILLIPS & JORDAN, INC.
(800) 763-4718
disaster.pandhcom
CARRIE ZITZMAN
Contracts/Subcontracts Administration
Ms. Zitzman has been with Phillips and Jordan, Inc. since 2002.
Experience:
2002 to Present - Contracts/Subcontracts Administration. Phillips and Jordan, Inc.
Ms. Zitzman is responsible for the administration of all subcontracts and vendor agreements, load ticket
database management, invoice preparation, and subcontractor payment for disaster recovery projects. She will
also supervise the data collection and data entry aspects of disaster recovery projects and will supervise data
entry personnel. Ms. Zitzman has worked on disaster recovery projects throughtout the United States. Among
these are the four hurricanes of 2004, involving removal and reduction of hurricane debris as well as beach
restoration throughout the states of Florida, South Carolina, and Alabama. For these projects she managed
subcontracts and payables for over 65 subcontractors and managed contracts, invoicing, and receivables.
Phillips and Jordan was contracted with over 25 different counties, cities, and municipalities as well as the FL
DOT and US Army Corps of Engineers. Other notable projects are the Bark Beetle Damaged Tree Removal for
Southern Califomia Edison (involving the removal of over 125,000 dead or dying trees); 2002/2003 ice storm
cleanup in Wake County, North Carolina; 2003 tornado cleanup in multiple locations in Missouri and
Tennessee; and Hurricane Isabel (2003) recovery in multiple cities and counties in Virginia.
2001 to 2002 - Disaster Response Coordinator. Kieger Enterprises, Inc.
Ms. Zitzman worked on several projects including the World Trade Center Staten Island
Landfill Recovery Mission (2001-2002), Mid -West Flooding (2000-2001), Tomados in MN
and WI (1998 & 2001).
1997 to 2001 - Office and Administrative Specialist, Intermediate. Minnesota
Department of Natural Resources.
While in this position Ms. Zitzman worked wildland fire suppression and support in several
states that include FL, MT, ID, MN, WI, SD, and GA as well as Canada.
w; PHILLIPS & JORDAN, INC.
(800) 763-4718
disastecoandbcom
PAUL MECKES
Project Manager/Estimator
Mr. Meckes has been employed by Phillips and Jordan, Inc. since 2003.
Experience:
2003 -Present - Project Manager/Estimator. Phillips and Jordan, Inc.
Mr. Meckes performs estimating and management for civil construction and disaster recovery projects. He has
served as Project Manager for several large scale debris management projects.
2001-2003 - Project Manager. Joe H. Erving, Inc.
Mr. Meckes managed cost, schedule, contracts and subcontracts, and invoicing as well as the purchase of
materials and supplies for private and commercial civil construction projects.
1997-2001 - Project Manager/Estimator. Blythe Development.
This position required plan takeoff, cost estimating, and project management for commercial, private, and
Department of Transportation civil construction projects.
1995-1997 - Estimator. Joe H. Erving, Inc.
Estimator responsible for plan takeoff and cost estimating.
Education:
Central Piedmont Community College, Civil Engineering Technology classes — 1997-1998.
Associate of Arts, Anderson College — 1990.
F
U: PHILLIPS & JORDAN, INC.
(800) 763-4718
disaster.nandi.com
AARON L. NICHOLS
Corporate Communication Director
Mr. Nichols bas been employed by Phillips and Jordan, Inc. since 1995.
Experience:
1998 to present - Corporate Communication Director. Phillips and Jordan, Inc.
The primary focus of this position is the conceptualization and implementation of channels of communication
that promote the services offered by the company and solidify and reinforce the company's corporate identity.
Relative to this focus are many responsibilities including (in no particular order): the design, upkeep, and
production of information/marketing materials; web -site design and upkeep; management, layout, and assembly
of large proposals; design, layout, and purchasing of trade show displays; general desktop publishing, graphic
design, and digital imagery; print buying; layout and purchasing of promotional materials; creation of
presentation materials/media; design and layout of advertisements and collateral materials; photography and
videography; and copy/verbiage writing and editing. In addition to duties with Phillips and Jordan, Mr.
Nichols is also tasked on a regular basis with various projects, for subsidiary and partner companies.
1995-1998; Mr. Nichols served in various positions with Phillips and Jordan including: Surveyor Instrument
Technician, 1997-1998; Engineering Assistant and Mechanics Assistant, 1996; Field Office Clerk and Heavy
Equipment Operator, 1995.
Education:
Bachelor of Arts, University Of South Florida, Tampa, FL - 1997. Communication major.
Various seminars, conferences, workshops, and classes covering topics including: Adobe Photoshop, Adobe
Illustrator, Adobe InDesign, Adobe GoLive, Apple Final Cut, page layout, web site design, photography, pre -
press and printing, videography and post production, as well as interpersonal and organizational
communication.
PHILLIPS & JORDAN, INC. (800) 763-4718
disaste0oandi COT
Cm of Miami Reach. Honda
RI'P NO 2n-05/06
Disaster Pecosert tics ices
Equipment Inventory
Listed below is that equipment, owned by P&J, that is normally utilized during disaster
recovery and debris removal operations.
Eauinment Description Number Owned by P&J
Attachments 20
Backhoe -Loader 18
Chipper 15
Compactor 69
Crane 4
Dozer 187
Drill 3
Dump Truck 16
Excavator 128
Farm Tractor 42
Fuel Truck 51
Generator 1
Grader 23
Grinder/Chipper; 1,000 HP 4
Light Plant 9
Loader 89
Lowboy 13
Mechanic Truck 28
Miscellaneous 93
Mower 1
Articulated Truck 66
Office Trailer 14
Palmetto Plow 5
Parts Trailer 27
Passenger Vehicle 30
Pickup 227
Pit Burner 30
Pressure Washer 50
Pump 12
Scraper 53
Screen 5
Skidder 7
Trailer 81
Utility 38
Water Truck 16
Water Tanker Off -Road 9
Bucket Truck 3
Chip Truck 1
Mechanical Trimmer 5
Total Count: 1,493
A complete inventory of equipment owned by P&J, including make or model and year of each
piece, may be provided upon request.
Additional equipment assets will be sub -contracted as necessary.
Phillips & Jordan. Inc.
Utsasiei Rear err (.roup
June 22.2006 nn n .nandi.com
Surety Agency, LLC
20 S. Spruce Street Phone828-236-1000
Suite 301 888-448-8386
Asheville, N. G 28801 Fax: 828-236-1001
May 30, 2006
To Whom It May Concem
RE: Phillips and Jordan, Incorporated
It is a pleasure to confirm our association and surety credit relationship.
We consider Philips and Jordan, Inc. and the management team true professionals in the field of
general contracting. Operations are conducted with fiscal responsibility, proficient technical and
managerial skills and ethics of' the highest caliber. The Phillips and Jordan, Inc. team consists of
dedicated professionals committed to quality construction, with broad experience, and high integrity.
The Travelers Casualty and Surety Company of America, having a relationship with Philips and
Jordan, Inc. since 1985, has conducted a careful underwriting review to establish surety credit
parameters on a yearly basis. Performance and Payment Bond parameters exceed $85,000,000 single
project and $300,000,000 working program. Travelers Casualty and Surety Company of America has
always responded favorably to any bond needs of Phillips and Jordan, Inc. and anticipates no
difficulty continuing this service in whatever instance that might be required. Naturally, we would
expect the execution of any final bonds to be subject to normal underwriting procedures, such as but
not limited to, review of the final contract documents, conditions, bond forms and project financing at
the time of each request. We assume no liability to third parties or to you if for any reason we do not
execute said bonds.
If we can provide any further assistance, please do not hesitate to call upon us.
Very truly yours,
L4,1
Karen K. Beard
Agent
EXHIBIT A
RFP -29-05-06 DISASTER RECOVERY SERVICES
All prices noted in this attachment are considered baseline estimate. Actual prices that will be change
will be justified at the time a work authorization in approved. All cost must be based upon reasonable
expenses for labor, equipment, material, and overhead/profit. Under no circumstances will costs that
exceed reimbursable limits acceptable to the Federal Emergency Management Agency (FEMA) be
proposed or approved in a work authorization.
Emeraencv Road Clearance
The 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 of Miami Beach. The debris
shall be stacked on the right-of-way to allow passage of vehicles along the primary transportation
routes. Compensation shall be as per attached hourly rate schedule.
Hourly Equipment Schedule
With Operators for Emergency Road Clearance, Leaning Trees, Hanging Limbs, and Debris Removal from Private Property (ROE)
Eaulpment
210 Prentice Loader
Self Loading Prentice Truck — 25 to 40 yard dump body
Wheel Loader, John Deere 544 or equivalent — 2/12 to 3 yard bucket
Tandem Dump Truck — 16 to 20 yards
Mini Loader Bobcat or equivalent
D6 Dozer or equivalent
Excavator, Cat 325 or equivalent w/ debris loading grapple
Wheel Loader, John Deere 644 or equivalent — 3 to 5 yard bucket
Chainsaw Operator with gear
Supervisor with pick-up truck
Safety Manager with pick-up
Mechanic's Truck with tools
Flagmen for Traffic Control
Trash Transfer Trailers- 110 yard with Tractor
Bucket Truck — 50 cubic yard bed
Equipment Transports
Clerical
Laborers
Mobilization and Demobilization
March 12, 2006
City of Miami Beach
Hourly Rate
1*300
140 P°
lap.°0
lq5 00
A5. °°
17.0. °o
135, pO
/35.°O
4l4.co
15. °°
15. °e
cts°o
34.00
140.0°
176°9
130,0°
3r°
38.°0
1iO.j0
RFP No: 29-05/06
34 of 36
Vegetation
The Contractor shall remove all eligible vegetation deposited by the event. Compensation shall be
provided per cubic yards.
SCOSSILIWO
of See e&r ^t Xs.y�oeW /gyral., LL6l
Final Disposal
The contractor shall load and transport processed debris to from the TDSRS to a final disposal site as
directed by City of Miami Beach. Compensation shall be provided per cubic yards.
:L
0 to
5 miles
1l5to30miles
b.s
q. so
ftp
Technical Assistance
The contractor shall provide disaster recovery technical assistance to elected and appointed officials of
City of Miami Beach. This service shall include documentation and management for the public
assistance program, planning, training, and exercise development,
Service provided at no additional charge.
Permits and Licensing
The contractor shall obtain, with the assistance of City of Miami Beach, permits and licenses of a
temporary nature necessary for the execution of the scope of services,
Service provided at no additional charge.
Quality Assurance and Supervision
The contractor shall provide sufficient supervision and programmatic controls to ensure compliance
with procedural and regulatory standards established by FEMA, State of Florida, and City of Miami
Beach.
Service provided at no additional charge.
7
8
10
11
12
13
14
115
16
17
18
Processing (Burning) of
Debris at TDSRS or Final
Disposal Site
Pick up and Haul of
White Goods to Disposal
Site within County
(NOTE)
Pick up and Disposal of
Hazardous Material
Freon Management and
Recycling
Dead Animal Collection,
Transportation and
Disposal
Sand Sifting, Remove,
Sift and Replace (Beach
Re -nourishment and
public & private
property removal)
Ice (per pound,
delivered)
Water (per gallon,
delivered)
Emergency Fuel -
Gasoline or Diesel
HAZARDOUS STUMP
REMOVAL & HAULING
TO DISPOSAL SITE
Material, fill dirt for
stump holes, purchased,
placed and shaped
Disaster event
generated hazardous
waste abatement;
Biohazardous waste
abatement
"
ri50°
8.00
50°o
a•°0
0,75
Na /3rd
No (3;)
No 8; el
30, 0
CY
UNIT
LB
UNIT
LB
CY
LB
GAL
GAL
CY
Attach Time &
Price Materials
Schedule
31
32
33
134
35
36
37
38
39
40
41
42
43
44
45
46
47
148
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Emergency
Generator
Power
30 KW
Power
35 KW
Power
40 KW
Power
45 KW
Power
50 KW
Power
60 KW
Power
70 KW
Power
80 KW
Power
90 KW
Power
100 KW
Power
110 KW
Power
125 KW
Power
150 KW
Power
175 KW
Power
180 KW
Power
200 KW
Power
250 KW
Power
300 KW
Nv l3: A
No a:d
No end
No 13;4
No B; d
/1/o 614
No BtJ
No 8,'d
A/o 8;d
No d;d
fie 8;01
No E3;cf
NoB;e4
Noa;a
No B
Ne Btd
No 874
A/o 13;d
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
Triple Shift/
Weekly
1 Triple Shift/
Weekly
Triple Shift/
Weekly
1
_
II 8 11 IAA I 8 111 II 0 Yr f I I I g IC f lel 5 I Rill 11111 dial
'" t"*Iiii-tru'IMINIrter!Fil?1,47SDIWOMSCH 3 -DIGIT 335
• 1,1 ricki. IOC 141212
d1957iE ;_ttt. Recovery Crow Dirt 5838 P2
t... JORDP:!.
tf
`,
11 t;
,, �L
At,,$.10
U. S. Army Corps of Engineers
Letter of Recognition
is presented to
Phillips and Jordan, Inc.
Civil Works Construction.
Contractor of the Year 2002
Phillips and Jordan, Inc. has demonstrated
exceptional performance as prime contractor for
the World Trade Center Disaster Forensic
Recovery Operation. Your response in this
unprecedented recovery effort following the
tragedy on September 11, 2001 was exemplary.
Your partnering approach and contributions to
the project of multiple city, state and federal
agencies was instrumental in the execution of the
recovery operation. On behalf of the U.S. Army
Corps of Engineers, I want to personally thank
you for a job well done. l j
2 December 2003
obert B. F owers
Lieutenan General, USA
Commanding