Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SRS
Bid No. O-06-092 Emergency De rz a Removal and Disposal Services Due July 05, 2006 Time: 2 )0 PM coPY Your 24 Hour Disaster Response Team 1609 Veterans Memorial Parkway Tuscaloosa, AL 35404 24 fir Toll Free: 1-866-556-0049 Fax: 205-469-2038 www.stormreconstrnction.com s,'5.11111M01 Storm RrtoastrLCtio11 Services ,SYRACUSE, NEW YORK "On September 7, 1998, a devastating wind storm passed though Onondaga County during the early morning hours. After initial clean„up,,of..storm. debris on, County roads by the Department of Transportation forces, it was determined that a contract would be let for the remaining dean up, tub grinding and wood. chip removal. Storm Reconstruction Services helped guide us though many unfamiliar areas of this operation. Any time a problem was identified by F.E.M.A. Representatives of the County, SRS responded immediately to rectify the situation. In conclusion, every phase of the project was handled in a professional manner." Douglas 3. Greene Civil Engineer II Department of Transportation County of Onondaga • Syracuse, New York VIRGINIA BEACH, VIRGINIA "It was a pleasure working with you after Hurricane Bonnie hit the City of Virginia Beach in August 1998. SRS Construction provided me with the constant communication and updated from the field reference our hauling and reduction operations and was quick to respond to concerns from the City and our citizens. SRS Construction handled themselves in a very professional manner. Thank you for the great job you did for the City of Virginia Beach." Daniel S. Kiley Inspections Coordinator City of Virginia Beach Virginia Beach, Virginia SKS Stang R.....ru.Non Servit.. Storm Reconstruction Services, Inc. 232 I Airport Blvd., Mobile, AL 36606 PH: 251-479-1770 FX:251-479.9566 23 Liberty Place, Hattiesburg, MS 39404 Phone: 866-556-0049 1 609 Veteran's Memorial Parkway Tuscaloosa, AL 35404 Phone: 205.556.0049 FAX: 205-469.2038 Toll Free: 1-866.556.0049 4024 Stewarts Lane, Nashville, TN 37218 PH. 615.2.9 I.-9595 FAX: 61.5-29.1.95.94 .. www,storm recanstructi on.com TRANSMITTA1 LETTER June 29, 2006 City of Miami, City Clerk 's Office City Hall 35o0 Pan Ameican Drive Miami, FL 33133-5504 RE: ITB No. 05-06-092 Emergency Debris Removal and Disposal Services DUE: July 5, 2006 @ 2:0o PM We respectfully submit our information for the above named contract. SRS is a fully qualified corporation with more than 75 years of experience among our Principles and key personnel. Our expertise is in the field of Debris Removal, Debris Reduction, Debris Disposal and Debris Management. Our years of experience in handling emergency contracts such as Hurricanes, Tornadoes, Floods, Fires and Ice Storms began with Hurricane Frederick in 1979 and has continued on through most recently 41 concurrent, simultaneous contracts following Hurricanes Katrina throughout Mississippi, Rita in Texas and throughout South Florida following Hurricanes Katrina and Wilma. The previous year we performed more than 3o simultaneous contracts resulting from damage created by Charley, Frances, Jeanne and Ivan throughout the states of Florida and Alabama. SRS has multiple offices throughout the gulf coast of Alabama, in Mississippi and more equipment than most of our competitors. put together. All of this for the sole purpose of providing exceptional service for cleanup from natural and manmade disasters. SRS may not be the largest in the business, yet in terms of success, we have the most outstanding record. We maintain a i00% client satisfaction rate, we continue to complete all contracts prior to deadlines and we have an exceptional record for agency reimbursement. Our expertise in this business, combined with our subcontractors and equipment provides you the best service available. We can provide more than 400 subcontractors with a minimum of 'boo crews and equipment for any type or size event. Our financial stability is evidenced by our bonding capabilities, our insurance standards, banking references, project references and testimonials from previous projects. 99% of SRS We have an excellent safety record, complete all projects ahead of deadline and maintain goodwill with all prior project agencies. rtS5 !norm It vuetlnninwleu We have read and understand the Scope of Services, shPrrequirements po �� is true and accurate to terms of this Proposal. We certify that the information the best of our ability and that the prices which we have submitted are fair and equitable for the services provided. We believe that this is a relationship business built on trust and professionu and yoRS r pridesitself on both of these very .strong the oissues. pe look forward to meeting with you portunity ortun ty to bid this project and hope that we evaluation team. Once again, we appreciatepp may be of service to you should the need. arise. Sincerely, Ro ru-mp President (Corporate .lea!) Attested to: Carol A Patton, Assistant Secretary SRS contact information for this Proposal: Carol A Patton, Executive Assistant C/o Storm Reconstruction Services, Inc. 1609 Veterans Memorial Parkway Tuscaloosa, AL 35404 Email: carolperump@aol.com Wireless: 205-242-1501 Phone Toll Free: 866-556-0049 Fax: 205-469-2038 Website: wwwstormreconstruction,com GLENN MARCOS Chief Procurement Officer Iit% of tami .• III{EII (IIIl jj JS •s. 0.• .TOE ARR1OLA City lvlanager ADDENDUM NO 1 BID NO.05-06-092 JUNE 30, 2006 INVITATION gEMOVAL AND DISPOSAL SERVICES EMERGENCY DEBRIS TO: ALL PROSPECTIVE BIDDERS: ter subsection e., owin additional insurance requirements are to be incorporated into section 2.15, of 1. The full g Pollution. User shall maintain excess liability coverage over the 0primary e occurrence. cialGeneral f. Umbrella- p of Liability Limit and Auto coverage. The limit insured on this b coverage. $2, , Miami shall be named as an addition g. ui red Polic Provisions- All policies of insurance required dayseprovided and written obtained m to the not be amended, cancelled, or materially changed without Thirty (30) of Risk Management, City of Miami. Said notice should be delivered to the City of Miami, Divisionof Miami, Management, t, f 444 S.W. 2nd Avenue, 9th Floor, Miami, Florida 33130, with a copy City Purchasing, 444 S.W. 2nd Avenue, 6th floor Miami, Florida 33130, or such address that may be designated from time to time. - Insurance policies required above shall be issued by companies authorized to do business h. Delive qualifications as to management and financial under the laws of the state, with the following q streng t h; the company should be rated "A" as to managementand no less s G de class "V" as to financial strength, in accordance with the latest edition of sos 2. Furthermore, subsection a, of section 2.15, shall be amended to read as follows: v a. W orker's Conn ensation-Worker's Compensation and occupational disease cos rage i x the coverage amounts and types required by Chapter 440, of the FloridaStatutes.ee, and $1,000,000 each must be $1,000,000 each accident, $1,000,000 each disease -each employ disease -policy limit. 3. Under Section a Sca lete d t e o IYork subsection 28, Cost Structure in page 29, dace the Bid Pricing Section norm can d related bullet pointsis addressing hauling, disposal, and single fee; and as a result, r 4.2) with the revised attached Bid Form dated June 30, 2006. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAMESincerely, 15-T Glenn Marcos, Director Purchasing Department THIS ADDENDUM IS TO BE SIGNED AND D.A'I'EU. BY..BIDDERS .AND . SUBMITTED. AS PROOF OF RECEIPT WITH THE SUBMISSION OF BIDS. SIGNATURE: UCC-y,) NAME OF FIRM: DATE: (A' /Q Co Bid No. 05-06-088 City of Miami (Revised on 6/30/06) 4.2. BID FORM all labor, The bid prices provided below shall include the furnishing Conditions, and Scope i`of,Work equipment, any other costs to this Invitation for perform services in accordance with the General Conditions,Special- ,,.m �T >,R� ►ertuF. UNIT COST Bid: Per Tan,: Cubic; Yards::CY 1 if .PerToi1 44.,,. Cubic Yards; 4 �, Cubi'eJYards" C ".._;.' Cuba• YardsCY)� eCiaitiatian baSea;on 1 uua.. *Re"moviitg' hangingimb� fw,etreA ehan� ge1rswadboken,11rir bM �,r' ieardlessptie nmer ohangeradImbs err�o�d(u J rtil�J 14.�Ai k. . }, al,f4r *Rein6 a1=dfTee'u. to" butlessthan' 6inhesin dameexf1l ` lil6S feel m i R'einaval of Trees 6 inches;in diameteit and'u' but"less than 12 inches i' 43Trees 12 i i. 'ii s in,diameterahnd uo tsbut,lesS Than 24inches�#' Removal pf " ° • , `,;1." f T cs'24.inciies m}d'iaiii0ei and u ; bi`it iess3tltan 48 arches Remove ,o re �`Removal'of Trees �.e � ual fo or rea'ter"than 48 inches in di�less than` 36 , . S inoies m�diainete bu � 4 7 inches in`diandieter,;but"Tess than,49. inches m TOTAL AMOUNT (1-18) * Denotes- Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination. T.h �� Ly/j//1 (L-y 331 �8 LOCATION OF PERMANENT DUMPSITE(S): , 7 Q q O NIA) Q � �' � �� � City) (State) (Zip Code) (Street Address) 3 3 h,3 a7' )io 06 /,'UJ q 403 lCC cp..-) l (State) (Zip Code) (Street Address) (City) ,rest �G..I• 35c� ]-5j f\fli +^r 1 I '"6, ? '�" � (ZipCode) (City) (State) (Street Address) �, �-A -e. � r.Y76 Date: Cry e Q Authorized Signature: ,, 0g r -c-c-- - NILURE TO COMPLETE SIGN AND RETURN THIS FORM SHALL DEEM YOUR BID NON -RESPONSIVE Bid No. 05-06-088 City of Miami Cizy of Miami Invitation For Bids IFB. Purchasing Department Glenn Marcos, CPPO, CPPB, Director/Chief Procurement Ufncer . Miami Riverside Center 444 SW tad Avenue, 6d' Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.uslprocurement Bid Number:' 05-06-092 Title: EMERGENCY DEBRIS REMOVAL AND DISPOSAL SERVICES Commodity Code: Type of Purchase: 111/WBE Set -Aside: Sr. Buyer: Fax: E-Mail Address: 988-O'7;988-36;988-88;910-27; 988-56;988-46;988-59;962- 39;910-27;998-48 Term Contract for Two (2) Years with OTR for Three Additional one year periods N/A Glenn Marcos, CPPO, CPPB 305-416-1925 grnarcos@ci.rniamill.us Issue Date: JUNE 16, 2006 Deadline for Request for Additional Information/Clarification: NNE 21, 2006 Pre -Bid Conference/Site Visit: Bid Security: Performance Bond: N/A N/A N/A • Bid Opening Date: WEDNESDAY, DULY 5, 2006 Time: 2:00 PM Sealed written Bids must be received by the City of Miami, City Clerk's Office, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, no later than the date, time and at the location indicated above for the Bid Opening. Submittal of Bid by fax is not acceptable. Three (3) copies of the Bid Response Form (Forms 4-0-4.8) must be returned to the City or your bid may be disqualified. CONE OF SILENCE ORDINANCE IS APPLICABLE TO THIS SOLICITATION City of Miami Page 1 Bid No. 05-06.0?? GENERAL TERMS ANT CONDITIONS BYTE/VT: The General Terms and Conditions described herein apply to the acquisition of goods or equipment with an estimated aggregate cost of S25,000.00 or more. 1.1. ACCEPTANCE OF GOODS OR EQYITPAlENT . - . A .y .good(s) or, • equipment delivered under this bid shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the • City reserves the right to cancel the order upon written notice to the Contractor(s) and return the product to the Contractor(s) at the Contractor(s)'s expense. 1.2. ACCEPTANCE OF OFFER - The signed bid shall be considered an offer on the part of the bidder; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/RE3ECTION - The City reserves the right to accept or reject any or all bids or parts of bids after bid opening and request rebid on the items described in the MFB. In the event of such rejection, the Director of Purchasing shall notify all affected bidders and make available a written explanation for the rejection. The City also reserves the right to waive any irregularities or minor informalities or technicalities in any or all bids and may, at its discretion, re -bid. 1.4. ADDENDUMS- It responsibility to ensure Addendums. Addendums the City's web site http:/lci.miami.fl.us. is the bidder's• receipt of all are available on at 1.5. ALTERNATE BID BE CONSIDERED - The City may consider one (1) alternate bid from the same Bidder for the same solicitation; provided, that the alternate bid offers a MAY different product that meets or exceeds the bid requirements. In order for the City to consider an alternate bid, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Bid", -Alternate bid -shall be placed in.the same bid. 1.5. ASSIGNMENT - Contractor(s) agrees not to enter into subcontracts, or assign, transfer, convey, sublet, or otherwise dispose of this Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent 1.7. ATTORNEY'S FEES- In connection with any litigation, mediation and arbitration arising out of this Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through and including appellate litigation and post judgment proceedings. 1.3. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor(s) which are directly pertinent to this Bid, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other .pending matters are closed. Contractor(s)'s failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. any 1.9. AVAILABILITY OF CONTRACT STATE-WIDE Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidders) at the price(s) established herein contract Each Governmental, not -for -profit or quasi -governmental entity which uses a contract(s) resulting here from, will establish its own contract, place its oven orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue . its. own. exemption ..nertificaten . as .... required by the successful bidder(s). 1.10. AWARD OF CONTRACT: A. The IFB, Bidder's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee. C. The award of this Bid may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's Response and may accept the Bid from the next most lowest responsive, responsible Bidder or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder and its bid bond or guaranty, if applicable, as a • result of damages or increased costs sustained as a Bidder's default. result of the D. The term of the contract shall be specified in one of three documents which shall be issued to tha successful Bidder. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contact term in order to provide City departments with continual service and supplies while a new contract is being solicited; evaluated, and/or awarded. If the right is City of Miami Bid No. 05-06.092 Page 2 exercised, the City shall notify the Bidder, in writing, of its intent to extend the contact at the same price; terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise' specified 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is required from all bidders, if so indicated under Section 2.0 Special Conditions. This check or bond guarantees that a bidder will acoept the order or contract, as bid, if it is awarded to bidder. Bidder shall forfeit bid deposit to the City should City award contract to Bidder and Bidder fails to accept the award. The City reserves' the right to reject any and all surety tetdered to the City. Bid deposits are returned to unsuccessful bidders within ten (10) days after the award and successful bidder's acceptance of award. If sixty (60) days have passed after the date of the formal opening of the bids, and no contract has been awarded, all bid deposits will be returned on demand. Certified Minority/Women vendors may apply to participate in the City's Bid Bond Voucher Program by contacting the Minority/Women Business Affairs office. 1.12. BID RESPONSE FORM - All forms, as described under Section 4.0, should be completed, signed and • submitted accordingly.. 1.13. BID FORFEITED DAMAGES - Failure to execute. a Contract and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages City of Miami Bid No. 05-06-092 SECURITY LIQUIDATED sustained. Award may then be made to the next most lowest responsible Bidder or all bids may'ee rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names; makes, models, names of any manufacturers, trade names, or bidder catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding an approved equal, Bidders will submit, with their bid, complete setsrof necessary data: (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in. the form of samples may be -requested if the proposed brand is other than specified by the City. Such samples are to be furnished after the date of bid opening only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all invitations for bid before bid opening. In the event of bid cancellation, the Director of Purchasing shall notify all prospective bidders and make available a written explanation for the cancellation. 1.16. CAPITAL EXTENDITURES - Cdntractor(s) understands that any capital expenditures that the firm makes, or prepares to make, in order to perform the services required by the City, is a business risk which the Contractor(s) must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any Contractor(s). If Contractor(s) has been unable to recoup its capital expenditures during the time it is rendering such services, it shall not have any claim upon the City. 1.17. COLLTJSION - Bidder, by affixing a signature to its bid, certifies that its bid is made without previous understanding, agreement or connection either with any person, firm or corporation making a bid for the same items or with the City of Miami's Purchasing Department or initiating department. The Bidder certifies that its bid is fair, without control, collusion, fraud or other illegal action. Bidder certifies that it is in Page 3 compliance with Section 2.611 Lontiict of interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids where collusion may have occurred. 1.18. COMPLI.ANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor(s) understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public razordc, •conflict.. of -.. interest, records keeping, etc. City and Contractor(s) agree to comply with and observe all applicable laws, nodes and ordinances as that may in any way affect offered, the goods or equipment including but not Iimited to: A. B. C. D. E. F. G. H. I. I. R. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. Occupational, Safety and Health Act (OSHA), as applicable to this 1FB. The State of Florida Statutes, Section 287.133(3)(A) on .Public Entity Crimes. Minority/Women Business Affairs Enterprise (M/IABE) City Ordinances No. 10062, 10538, 11272, as amended, as applicable to this IFB. Environment Protection Agency (EPA), as applicable to this TB. Uniform Commercial Code (Florida Statutes, Chapter 672). Americans with Disabilities Aci of 1990, as amended. National Institute of Occupational Safety Hazards (MOSH), as applicable to this IFB. National Forest Association (NFPA), as to this IFB. Products applicable City Procurement Ordinance City Code Section 18, Article III. Conflict of Interest, City Code Section 2-611; 61. L, Cone of Silence, Ciry Code Secrion 18-74, NI, The Florida 218.73 and Payment. T`T Statutes 218.74 on Sections Prompt First Source niringAgreement, City Ordinance No. 10032, as applicable to this IFB. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precedent to the execution of service contracts including professional 'services. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.19. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of Goods and services and public works or improvements for amounts greater than S200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or 1FB (bids) between, among others: • Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff, the Mayor, City Commissioners, or their respective staffs; and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: oral communications with the City purchasing staff regarding Minority/Women Business Enterprise (M/WBE) and local vendor outreach programs; oral communications, provided the communication is limited strictly to matters of process or procedure already contained in the solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visitsiinspections, pre- proposal or pre -bid conferences; oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by _the applicable BJ PJ I SQ or bid documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR 1FB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk Marci a(ruci aniami..fl.us. at In addition to any other penalties • provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal 1a owledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section I8-74 for a complete and thorough description of the Cone of Silence, You may contact the City Clerk at 305-250-5360, to obtain a copy of same, 1.20. CONFIDENTIALITY As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract contains a confidentiality provision, it shall have no application when disclosure City of Miami Page 4 Sid No, 05-06-092 is required by Florida law or upon cour order. 1.21. CONFLICT OF INTEREST — Bidders, by responding to this IFB, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of. Miami is financially interested, directly or indirectly, in the purchase of goods or equipment specified in this IFB. Any such interests on the part of the Bidder or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who • owns,directly or indirectly, an interest of five percent (5%) or more of the total assets' of capital stock in the your firm. 1.22. COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered as a result of this IFB, and bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.23. DEBARMENT AND SUSPENSIONS (Sec 18-107) - , (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity far such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend Contractor(s)s shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes far debarment or suspension. Causes for debarment or suspension include the following: (I) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation .. .. . of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. . Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time Iimits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarrnenr or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. L24. DEFA ULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the' successful Bidder to accept the award, to furnish required documents, 'and/or "to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder to meet any terms of this agreement, the City will notify the Bidder of the default and will provide the Contractor(s) three (3) days (weekends and holidays excluded) to remedy the default. Failure on the Contractor(s)'s part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the Contractor(s) of its intentions and the effective date of the termination. The following shall constitute default: Debarment or suspension of the Contractual Party by any A. federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) (8) Found in violation of a zoning ordinance or any other city B. ordinance or regulation and for which the violation remains noncompliant. C. Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is D. due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the E. Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual -Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). Cfty of Miami Bid No. 05.05492 Failure to perform the work required under the Contract and/or within the time required or failing to use the subContractor(s)s, entities and personnel as identified and set forth, and to the degree specified in the Contract Failure to begin the work under this Contract withip the time specified. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. • Neglecting or refusing to remove materials or perform new work where prior work has been rejected as non conforming with the terms of the Contract. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, making an assignment for benefit of creditors, if insolvency, bankruptcy, or assignment renders the successful Bidder incapable of performing the work in accordance with and as required by the Contract. or the the Page 5 r=, Failure to comply with any of the terms of the Contract in any materiai respect. All costs and charges incurred by the City as a result of a defau)r or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due en this Contract 1.25. DEBARRED/SUSPENDED VENDORS — An entity or affiliate who has been placed on the State of Florida debarredof-suspended vendor list nay....... not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a Contractor(s), supplier, subContractor(s), or consultant under contract with any public entity, and may not transact business with any public entity. 1.26. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the Bid shall be fixed after the award by the Commission unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the Bid will be accepted horn successful Bidder(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder will be passed on to the City. 1.27. DISCREPANCIES, ERRORS, AND OMISSIONS -Any discrepancies, errors, or ambiguities in the Invitation for Bids or addenda (if any) should be reported in writing • to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Invitation for Bids and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. 1.28. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this bid at the price contained within vendor's bid. Further, successful vendor shall deliveriperforrn for the city on a priority basis during such times -e emergency. 1.29. ENTIRE AGREEMENT - The contract consists of this City of Miami Bid and specifically this Section II, Contractor(s)'s Response and any written agreement entered into by the City of Miami and Contractor(s), and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the .pariies..To.the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Bid and/or Response, then the Bid and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contrabtor(s). 1.30. ESTIMATED QUANTITIES — Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given arnount subsequent to the award of this bid. Said estimates may be used by the City for purposes of determining the low bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices, in this TB. 1.31. EVALUATION OF BIDS A. Resection of Bids The City may reject a Bid for any of the following reasons: (1) Bidder fails to acknowledge receipt of addenda (2) Bidder misstates or conceals any material fact in the Bid (3) Bid does not conform to the requirements of the Bid (4) Bid requires a conditional award that conflicts with the method of award (5) Bid does not include required samples, certificates, licenses as required (6) Bid was .not executed by the Bidder's authorized agent on the Bid Form. The foregoing is not an all inclusive list of reasons for which a Bid may be rejected. The City may reject and re - City of Miami Bid No, 05-06-092 advertise for all or any parr of the aid Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration (1) (2) (3) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. A contract may not be awarded. to any person or firm which has failed to perform under the terms conditions of any previous contract with the City or deliver on time contracts of a similar nature. A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility (I) Bids will only be considered from entities who are regularly engaged in the business of providing the goods and/or equipment required by the Bid. Bidder's must be able to demonstrate a satisfactory record of performance and integrity and have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. (2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other governmental entity in making the award. (4) The City may require the Bidder(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Bid. Page 6 1.32. EXCEPTIONS TO GENERAL AND OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Bid Response Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non -responsive. 1.33. Unless pl'icts' F.O.B. and' with all delivery included in the bid price, unless otherwise specified in this IFS. Failure to do so may be cause for rejection of bid. F.O.B. DESTINATION - otherwise specified in the IFE, all quoted by - the bidder- must be DESTINATION, inside delivery, costs and charges 1.34. FXRM PRICES - The bidder warrants that prices, terms, and conditions quoted in its bid will be firm throughout the duration of the contract unless otherwise specified in the IFB. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1.35. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105) (a) The commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful negotiation of fast -source hiring agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such funding approved by the city commission at a public hearing. For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: (b) Authorized representative means the Private Industry Council. of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. (c) (d) Facilities financed without means all publicly projects, including but limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (LIDAG), economic development agency, . construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts means contracts for the procurement of services by the city which include professional services. Services limitation, includes, without public works improvements, facilities, professional services, commodities, supplies, materials and equipment. The authorized representative shall negotiate each first -source hiring agreement. The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and employment programs, and other residents of the city. 1.36. GOVERNING VENUE: The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. LAW AND 1.37. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.38. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (IIPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (TIN1) and/or Protected Health Information (PI-E) shall comply City of Miami Bid No. 05-06-092 with the Health insurance ?.ortaoiiiry and Accountability Act (I?.: A) of 1996 and the City of Miami Privacy Standards. H"i.P AA mandates for privacy, security and electronic transfer standards, :hat include but are not limited to: 1. Use of information only performing services required by contract or as required by law; 2. Use of appropriate safeguards to prevent nonpermitted disclosures; 3. Reporting, to the City of Miami of any nonpermitted use or disclosure; 4. Assurances, that any , agents and subContractor(s)s agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that ]Ill/PHI will be held confidential; S. Making Protected Health Information (PHI) a.vailable to the customer; 6. Making PHI available to the customer for review and amendment; and incorporating any . amendments requested by the customer; 7, Making PHI available to the City of Miami for an accounting of disclosures; and 8. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. for the 1.39. IDEMNIFICATION - The Contractor(s) shall indemnify and save harmless forever the City, and all the City's agents, officers and employees from and against all charges or claims resulting from any bodily injury, loss of life, or damage to property from any act, omission or neglect, by itself or its employees; the Contractor(s) shall become defendant in every suit brought for any of such causes of action against the City or the City's officials, agents and employees; the Contractor(s) shall further indemnify City as to all costs, attorneys fees, expenses and liabilities incurred in the defense of any such claims and any resulting investigation. 1.40. U FORMATION AND DESCRIPTIVE LITERATTJRE - Bidders must furnish all information requested in the spaces provided on the Page 7 Bid Response Form. Further, as may be specified elsewhere, each Bidder must submit for bid evaluation cuts; sketches, descriptive literature„ and technical specifications coverine the products offered. Reference to literature, submitted with a previous bid or on rile with the Buyer will not satisfy this provision. 1.41; INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor(s)'s facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods or equipment required to be provided by the Contractor(s) under this Contract conform to the terms of the IFB. Contractor(s) shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. 1.42. INSPECTION OF BID - Sealed bids received by the City pursuant to Invitation For Bids will not be made available until such time as the City provides notice of a decision or intended decision or within 10 days after bid opening, whichever is earlier. Bid results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Buyer issuing the IFB. Tabulations also are available on the City's Web Site following recommendation for award. 1.43. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor(s), shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled `Insurance Requirements". The City shall be listed as an "Additional Insured." . Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance cerrificate is received within the specified time frame but not in the manner prescribed in this Invitation. for Bids the Contractor(s) shall be verbally notified of such deficiency and . shall have an additional five (5) calendar days to submit a corrected certificate. to the City. If the Contractor(s) fails to suomit the required insurance documents in the manner prescrfoed in this I B within fifteen (15) calendar days after receipt Nonce of .Award, the Contractor(s) shall be in default of the contraceeal terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder may be prohibited from submitting future bids to the City. Inforrnation regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2' 1 Avenue, 9th Floor,. Miami, Florida 331.30,. 305-416- 1604. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 1.44. INVOICES - Invoices contain purchase order number and details of goods or equipment delivered (i.e. quantity, unit price, extended price, etc). shall 1.45. LOCAL PREFERENCE - City Cods Section 18-85, states that the City Commission may offer to a responsible and responsive bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder. 1.46. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders a separate Manufacturer's Certification of all statements made in the bid. Failure to provide such certification may result in the rejection' of bid or termination of contract, for which the bidder must bear full liability. 1.47. MINORITY/WOMEN PROCUREMENT PROGRAM ' Ordinance No. • )0D62, as amended, entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami. Florida, sets forth '...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services to Black, Hispanic and Women minority business enterprises on an equal basis." A City of Miami Bid No. 05-06-082 minority business enterprise is defined as a business firm "...in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women and whose management and daily business operations are controlied by one or more Blacks. Hispanics or Women." To achieve the goal established by these Ordinances, participation in providing goods and services to the City by minorities is being encouraged in a number of' ways. All bidders doing business with the City are encouraged to include the participation of minority firms in their bids. In evaluating bids for determination of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all bids. Possible ways to include participation would involve: 1. 2. 3. 4. minority Joint venture with a. minority firm(s) Utilizing minority furn(s) as subContractor(s)(s). Utilizing minority firm(s) to supply goods and/or services. Successful implementation of well defined affirmative action program. 5. Other forms participation, documented. of if minority properly Successful bidder(s) shall be required to establish an Affirmative Action Plan, if not, an Affirmative Action Policy shall be established, pursuant to Ordinance M10062 as amended. Effective date of implementation must be indicated on the policy. A "Minority Status Information Sheet" in Section 4.4. is provided to assist bidders in presenting information minority participation. concerning Minority and women -owned business firms are encouraged, but not required, to register with the City prior to submitting bids. The Purchasing Department, Minority/Women Business Affairs Office, will provide the necessary forms and instructions upon request. All bidders are urged to submit bids for any goods or services that they are able to supply, regardless of minority classification. However, compliance with all requests for information regarding Minority/Women' Status or 'Participation is required. Bidder's cooperation is greatly needed to aid the Page 8 City in achieving its goal. Bidders may contact this Office at (305) 416-1913 for information. 1.48. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS No contract or understanding to modify this IFB and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order or modification to the contradt, purchase order or award sheet as appropriate. 1.49. NO INTEREST IN BIDDING - If you do not wish to bid, please return the "Statement of No Bid" form, stating the reason. Failure to submit a response after three (3) times without a sufficient justification of "No Bid" will be cause for removal from the Vendor/Bidder's list. Vendors are encouraged to register on- line by visiting the City's website at http://www.ci i am i.fl .usharo c urem cut/. 1.50. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor(s), or to create any other similar relationship between the parties. 1.51. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories • as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's expense. These non- conforming items not delivered as per delivery date in bid and/or Purchase Order may result in bidder being found in default in which event any and all reprocurement costs may be charged against the defaulted Contractor(s). Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's bidder's list. 1.52. NONDISCRLYIINATION - Bidder agrees that it ghall not discriminate as to race. sex, color, age, reiigiol. national origin, marital status; or disability connection with its solicitation. in performance under this Furthermore, Bidder agrees that otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. no .ln. connection with "the "conductof its business, including performance of services and employment of personnel, Bidder shall not discriminate against any person an the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for •It is hereby agreed and understood that this solicitation does not constitute the employment. exclusive rights of the successful bidder(s) to receive all orders that may be generated by the City in conjunction with this Solicitation. 1.53. OCCUPATIONAL LICENSE - Any person, firm, corporation , or joint 'venture, with a business location in the City of Miami and is submitting a Bid under this IFB shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the Bid; however, the City may at its sole option and in its best interest allow the Bidder to supply the license to the City during the evaluation period, but prior to award. 1.54. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties than any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder pursuant to this solicitation shall at all times remain the property of the City •and shall not be used by the Bidder for any other purposes whatsoever without the written consent of the City, 1.55: PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, • then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be City oiMiami Bid No. 05.06-092 valid and enforced to the fullest extent permitted by law. 1.56. PERFORMANCE BOND — A Contractor(s) may be required to furnish a Performance Bond as par of the requirements of this Contract in an amount equal to one hundred percent (100%) of the connect price. 1.57. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves .. the . night .. to . advertise, for,,, receive, and award additional bids for these herein items, and to make use of other competitively bid (governmental) contracts, SNAPS Agreements, or other similar sources for the purchase of these goods or equipment as may be available. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different bid process and shall hot be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.58. PREPARATION OF BIDS - Bidders are expected to examine the specifications, required delivery, drawings, and all special and general. conditions. All bid amounts shall be typewritten entered into the space provided with ink. Failure to do so will be at the Bidder's risk. A. B. Each Bidder shall furnish the information required in the IFB. The Bidder shall sign the IFB and print in ink or type the name of the Bidder, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. The unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder shall include in the response all taxes, insurance, social security, worlanen's compensation, and any Page 9 C. D. other benefits normally paid by the Bidder to its employees. If applicable, a unit price shall be entered in the ` t nit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct, The Bidder must state a definite time, if required, in calendar days fbr delivery of goods or equipment. The Bidder should retain a copy of all bid documents for future reference. E. All bid response forms as described under Section 4.0, must be fully . completed and typed or printed in ink and must.be signed in ink with the fern's name and by an officer or employee having authority to bind the company or firm by higher signature. Bids having any erasures or corrections must be initialed in ink by person signing the bid or the bid may be rejected. The City of Miami's Bid Response •Forms which are attached to this solicitation should be .used when Bidder is submitting its bid. Use of any other forms will result in the rejection of the bid. THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR BID . MAY BE DISQUALIFIED. 1.59. PRICE ADJUSTMENT'S — Any price decrease effectuated during the contract period either by reason of market change or on the part of the Contractor(s) to other customers shall be passed on to the City of Miami. • 1.60. PRODUCT SUI3STITU TES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the terra of the Contract, the Contractor(s) awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the bid price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. F. 1.61. PROHIBITIONS - Contractor(s) represents and warrants to the City that it has nor employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.62. PROMPT PAYMENT - Bidders may offer a cash discount for prompt payment; howcvcr, discounts shall not be considered in determining the lowest net cost for bid evaluation purposes. Bidders are required to provide their prompt payment terms in the space provided on the Bid Certification Statement Form (Section No, 4.1.). If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders during the term of the contract. 1.63. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor(s) for repair, modification, study, etc., shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor(s) shall be the responsibility of the Contractor(s). Damages . occurring to such property while in route to the City of Miami shall be the responsibility of the Cormractor(s). In the event that such property is City of Miami Bid No. 05-06-092 destroyed or declared a total foss, the Contractor(s) shalt be responsible for replacement value of the property at the current market value, less depreciation of the properiy if any. 1.64. PROVISIONS • BINDING - Except as otherwise expressly provided ir. this Contract, all covenants: conditions and provisions of this Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.65. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor(s), supplier, subContractor(s), or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.66. PUBLIC RECORDS - Contractor(s) understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor(s)'s failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.67. QUALITY - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this bid shall be new. The items bid must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this IFB, 1.68. QUALITY OF WORK -- The work performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this 1rB. Page 10 1.69. REMEDIES PRIOR TO AWARD (Sec. 18-106) If prior to Contract award it is determined that a solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manage: or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.70. RESOLUTION OF CONTRACT DISPUTES (Sec. 18- 105) (a) Authority to resolve Contract disputes. p s"'The City' Manager; after obtaining the approval of the city attorney, shall have the authority to resolve ' controversies between the Contactual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an 'amount greater than S25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a. dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.71. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (See. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which dots not exceed S25,000. Protests thereon shall be governed by the Administative Policies and Procedures of Purchasing. 1. Protest of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to hie a protest shall be fled with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualificatidns or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered fried when received by the Chief Procurement Officer; or . ii. Any prospective bidder who intends to contest Bid Specifications or a bid solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with No r time a by added dIcomputing any o the above limits" servic period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. the Chief Procurement Officer within three days after the bid solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. Any actual proposer who perceives itself aggrieved in connection with the recommended award of Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered flied when received by the Chief Procurement Officer; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii, A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points making an award determination. City of Miami Bid No. fly-06-cm in The written protest shall state with particularity the specific facts and law upon which the protest of the soiicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (.r) This shall form the basis- for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said deoision to the City Commission within 30 days after he/she receives the protest. In cases involving more than S25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. with the soiicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City. Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid immediate and serious danger public health, safety or welfare. (e) Costs. A11 costs accruing from a protest shall be assumed by the protestor. (f) Filing" Fee. The written" protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or , proposed Contract, or S5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the fling .fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above, 1.72. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee as provided it. subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture ,of Such patty's right to file a .protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section; the city shall not proceed further Page 11 1.73. SELLING, TRANSFERRING OR RESPONSIBILITIES - shall not sell, assign, transfer subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in' the City's sole discretion. 1.74. SERVICE 4ND WARRANTY — When specified, the bidder shall define all warranty, service and replacements that will be provided, Bidders must explain on the attached Bid an to the ASSIGNING Contractor(s) or Response Form to what extent wazr anty and service facilities are available. .A. cony of the manufacturer's- warranty: if applicable, should be submitted with your bid. 1.15, SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any stipplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meanie that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to used. All worlananship is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on this bid, the bidder shall quote not more than the contract price; failure to co>�' with this request will result disqualification of bid. 1.76. SUBMISSION A RECEIPT OF BIDS - Bids must received at the designated location at, or before, the specified time opening as designated in the IFB. EXCEPTIONS. Bidders are welcom attend bid opening; however, no av will be made at that time. A tabulation will be famished upon regt and, Bidder must enclose a addressed, stamped envelope v submitting a bid to receive the tabular y in D be d of eO and bid est; elf - hen ion. C. D. E. A. Bids shall be enclosed in a sled envelope. The face of the envelope must show the hour and date specified for receipt of bids, the bid number, and the name and retum address of the Bidder. Bids not submitted on the requisite Bid Response Forms may rejected. B. Bid must be submitted to the office and address listed on the front page of this IFS by the time specified to be considered for award. Directions: FROM THE NORTH: 1-95 SOUTH. UNTIL IT TURNS INTO 451. 451 SOUTH TO 27TH AVE., TURN LE_T, PROCEED SOUTH TO 50. 3AYSHO.JRE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK '_'URN RIGHT ON PAN A.M RICAN AR. . C=""_' HALL =5 City of Miami Bid No. 05.06-092 F. G. H. I. AT _ THE END OF PAN AMERICAN DR. PARKING 15 ON RIGHT. FROM TSE SOUTH: 351 NORTTE TO 2 i TH itr~YiiE, TURN RIGHT ?ROCEIG SOUTH TO SO. 9AYSit0R DR. (3RD T T F=C L:GHT) TURN LEFT, _ BLOCK TURN RIGHT ON ?AN AMEP.DCAN DR. CITY 3AL: :5 AT THE END 0= PAN AMERICAN DR. PARKING 15 ON RIGHT. A. B. Telegraphic bids or facsimile will not be considered. Failure to follow these procedures is cause for rejection of bid. The responsibility for obtaining and submitting this bid to the City Clerk's Office on or before the time and date is solely and strictly the responsibility of Bidder. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence, Bids received by the City Clerk after bids have begun to be opened will be returned unopened, and will not be considered for award. Late bids will be rejected, All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. Modification of bids already submitted will be considered only if received at the City Clerk's Office before the time and date set for opening bids. All modifications must be submitted in writing. Once a bid is opened, the City will not consider any subsequent submission which alters the bid. C. If bids are submitted at the same time for different solicitations, each bid must be placed in a separate envelope and each envelope must contain the information previously stated in 1.76.A. 1.77. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government Exemption certificates will be provided upon request. 1.78. TERMINATION - The City of Miami reserves the right to terminate this contract by written notice to the Contractors) effective the date specified in the notice should any of the following apply: The Contractor(s) is determined by the City to be in breach of any of the terns and conditions of the contract. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; Funds are not available to cover the cost of the goods or equipment. The City's obligation is contingent upon the availability of appropriate funds. 1.79. TERMS OF PAYMENT - Payrneiit will be- made by the City after the items awarded to a Bidder have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the services/goods and pursuant to Florida Statute 218.74 and other applicable law. 1.80. TIMELY DELIVERY - Time will be of the essence for any orders placed as' a result of this bid. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on the Bid Form. Deliveries are to made during regular City business hours unless otherwise specified in the Special Conditions. 1.81. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted d the goods/equipment or used the go whichever comes first. Page 12 1.82. VARIATIONS OF SPECIFICATIONS - For purposes of bid evaluation, bidders must indicate any variances from bid specifications and/or conditions, no matter how slight. • If variations are not stated on the Bid Response Form, it will be assumed that the product fully complies with the City' s specifications. 2.0 SPECIAL CONDITIONS 2.1. _ .. PURPOSE.,.__., .. The purpose of this is to establish a term, fixed and firm price, contract, by meanS of sealed DEBRIS REMOVALAND DISPOSAL SERVICES, as specified herein, bids, for EMERGENCYprompon .to an as -needed, when needed basis, from a source tdemo['ttion,give removal, aeducft on, hauling and support the City of Miami for the clean-up, pick-up, disposal of debris as directed by the City in order to eliminate immediate threats hurricanes, life, s ubllic health, and safety as a result of any catastrophic events such as tornadoes, storms or any other public mefor Solid Additionally, companies will provide disasteecoveryechnicall support and technical program management ty's assistance. These services may involve comprehensive management ,rag collection the andCi spodisaste recovery program that includes planning and executing trued and trailer sal and ensuring compliance with all FEMA requirements relating to monitoring, certifications, load ticket validationsevde community relatid ticket ons support during services. In aalllition, selected l phases of the Contractor(s) may be required top disaster recovery including progress reports, damage complaint investigations and resolutions and progress reports. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/ CLARIFICATION be Any request for additional cover'sheet of information osoiicitation.atlon B dderstmay faxoremail later than the date to the specified on the cover Department by facsimile of number:Glenn 305-416- 925aar e-mail: gmarcos@cising Director, at the tm ay fmi.fl us. The hbid ntiitlnd number be sent to all pros e be referenced on allthe form of anence. All addendum, NOs QUESTIONS questionswill I BE RECEIVED prospective bidders in VERBALLY OR AFTER SAID DEADLINE. 2.3. METHOD OF AWARD lowest responsive, responsible bidders Award of this contract will be made to the three (3) rs ate and whose bid will be most offering the lowest cost when adding all items in the agg g advantageous and in the best interest to the City of Miami. 2.4. PRIMARY CLIENT (FIRST PRIORITY)SCHEDULECONFLICT DUE TO VARIOUS AREAS IMPACTED The Successful Bidder(s) agree upon award of this contract that the City of Miami shall be its ct primary client and shall be serviced first eduring have with anychedule cothert tc�ies a dlor ctos u t esato and any other contract successful b ( ) may performveret similar services public result emergency -impacting hic evariousnts sareas duringobreapp oximate,ly severe storms or any otherp the same time. 2.5. TERM OF CONTRACT shall be The Contract shad Comm tocexta d forthreeadditional one (1)ce of ryeardperiods, subjectfeffective the two years with the option availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. ?age 13 City of Miami Bid No. 05-06-092 2.6. CONDITIONS FOR RENEWAL Each renewal of this contract Is subject to the following: a) Continued satisfactory performance compliance with the specifications. terms and conditions established herein. b) Availability of funds In the event the Contractor(s) is unable to extend the contract for any subsequent period under the above conditions, or for whatever cause, advance written notice and 'explanation must be submitted to the Chief Procurement Officer, no later than ninety (90) days prior.. to the annual expiration date.. Such notificatio is subject to.the acceptance of the City, or the Contractor(s)maybe found to be in default. 2.7. FIXED AND FIRM CONTRACT Bidder is to provide fixed and firm bid prices for the services rendered throughout the term of contract as described herein. This bid does not contain an adjustable clause whereby successful bidder(s) can .increase its prices unless there is volatility in the market or drastic price increases to fuel. Under these two scenarios, Section 2:8, Eauitable Adiustment, and/or, Section 2.9, Consumer Price Index- (CPI for Fuel), may be invoked by the Purchasing Department. 2.8. EQUITABLE ADJUSTMENT The Purchasing Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the successful bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the successful bidder(s) that continued performance of the contract would result in a substantial loss. Successful bidder(s) might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.9. CONSUMER.PRICE INDEX- (CPI FOR FUEL) The Successful Bidder(s) will be allowed to increase/decrease their contractual prices annually to cover future drastic fuel price changes. The market changes will be determined utilizing the Consumer, Price Index for All Urban Consumers (CPI-U), U.S. City Average, Miami -Ft. Lauderdale, FL, Gasoline (Unleaded Regular), and Index Base Period between 2006 through 2011. The escalation using the CPI will be determined by the percent change in the level of the CPI between the reference period and a subsequent time period. This will be calculated by first determining the index point change between the two periods and then the percent change. The following example illustrates the computation of percent change: CPI for current period (2006) 136.0 Less CPI for previous period (2005) 129.9 Equals index point change 6.1 Divided by previous period CPI 129.9 Equals= .0.047 . Result multiplied by 100 0.047 x 100 Equals =percent change 4.7 Any contractual increases/decreases must occur on the anniversary date of the contract award. Exceptions may be allowed under extreme volatile market conditions and relief may be sought by exercising Section 2.8, Eouitable Adiustment Clause. City of Miami Bid No. 05-06-052 Page 14 2.10. BIDDER'S MINIMUM QUALIFICATIONS ) Bids will be considered only from firms that is and have been regularly engaged in the business of providing Emergency Debris Removal and Disposal Services es described in this Bid for the past five (5) years. b) Bidder shall list the services performed within the past five (5) or more years as references in Section 4.3, Qualification Statement, in page 2 of 2, and under the section 'Description of Job" include information such as the nature of the emergency, hurricane, storm, major or critical event with overall cost paid to bidder for services rendered. c). Bidder must have a record of performance. for, a reasonable period ,of .time. and .. sufficient financial support. Bidder shall include with bid most recent completed Annual Financial Report. It is preferable that a Dun & Bradstreet number and a current Dun & Bradstreet Comprehensive Report are submitted with your bid. Failure to submit the Annual Financial Report shall deem your bid non -responsive. d) Bidder shall provide a detailed list in Section 4.3, Qualification Statement, in page 4 of 5, all owned trucks and equipment in its possession to service the City with Emergency Debris Removal and Disposal Services at the time of bid submittal. Bidder shall provide the type of truck or equipment, make, model, license plate number, State registered in, truck or equipment identification number with pictures of all trucks and equipment, and copies of ownership, purchase, or leasing documentation for each item. Failure to demonstrate sufficient trucks and equipment to service this contract and to submit required detailed list of trucks and equipment with proof of ownership, purchase, or leasing documents shall render your bid non -responsive or bidder non -responsible. e) Bidder must demonstrate the necessary equipment and organization to insure that they can satisfactorily provide the services if awarded a Contract under the terms and conditions herein stated. f) Bidder shall not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. g) Bidder shall have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well established industry as determined by the proper authorities of the City of Miami, Florida. 2.11. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS Bidder must list any or all subcontractor(s) that may be utilized to assist in the efforts of Emergency Debris Removal and Disposal services in Section 4.3, Qualification Statement, in page 3 of 5. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the above section, 2.10, subsection a) — g), Bidder's Minimum Qualifications. All information required shall be included in Section 4.3. If bidder does not include any subcontractor(s) as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed. to subcontract any of the work unless it request• in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy two (72) hours of considering hiring subcontractor(s). The City will. grant or deny such request in writing within forty-eight (48) hours of receiving said request. 2.12. SUBCONTRACTOR(S) OF WORK SHALL BE IDENTIFIED . As part of its Bid, the Bidder is required to identify any and all subcontractor(s)s that will be used in the performance of the proposed contract, their capabilities, experience, City of Miami Page 15 Bid No. 0546.022 minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the subcontractor(s). The Successful bidder shall not, at any time during the tenure of the contract, subcontract any part of his/her operations or assign any portion or par of the contract, to • subcontractor(s) not originally mentioned in their Bid, except under and by virtue of permission granted by the City through the proper officials as indicated in Section 2.11, Subcontractorfs) Minimum Qualifications. Nothing contained in these specifications shall be construed as establishing any �a a.. f.. 4City.. contractual relationship between any subcontractor(s) and ,he The Successful bidder shall be fully responsible to the City for the acts and omissions of their subcontractor(s) and its' employees, and for acts ,and omissions of persons employed by the Successful bidder. 2.13. WORK ASSIGNMENTS, CITY'S RIGHT TO ADD ADDITIONAL. CONTRACTOR(S), OR HAVE CONTRACTOR(S) ADD ADDITIONAL SUBCONTRACTOR(S) There are no implied or express guarantee that all successful bidders under this contract will receive work assignments during any given catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency. However, the City reserves the right to assign work to multiple successful bidders at any given point in time, add Contractor(s) who were not part of the initial award to the contract or direct successful bidder(s) to hire subcontractor(s), which may or may not be part of this bid contract, to expedite the clean-up efforts of debris to restore normalcy and order to the lives of City residents, businesses, and general public in an expeditious manner. 2.14. FLORIDA MINIMUM WAGE The Constitution of the State of Florida, Article X, Section 24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the Contractor(s)'s and its' subcontractor(s)'s responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage eamers and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30`h of each year and take effect on the following January 1$1. At the time of bid, it is bidder and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder must furnish employee name(s), job title('s), job description(s), and current pay rate(s). Failure to submitthis information at the time of bid constitute successful bidder's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its bid prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the right to request and successful bidder must provide for any and all information to make a wage and contractual price increase(s) determination. 2.15. INSURANCE REQUIREMENTS INDEMNIFICATION Bidder shall pay on behalf of, indemnify and save City and its officials harrriless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder; including any person performing under this Contract far or an bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and City of Miami Bid No. Q5-06-052 Page 16 against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negiigence or misconduct of the City, and from and against all costs, attorneys' fees. expenses and liabilities incurrad in the defense of any such claim, or the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Department, 444 SW 2"d Avenue, 61" Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: a. Worker's Compensation Insurance for all employees of the bidder as required by ......Florida Statute_440. b. CGL Insurance -Commercial General Liability insurance on a commercial general liability coverage form with "broad form" coverage, or its equivalent, including contractual liability, products and completed operations, personal and advertising injury, and premises operations coverage against sums adjudicated to be payable by the insured on account of bodily injury, death or property damage occurring in or about the property. City of Miami shall be named as an additional insured on this coverage. Amounts:,0The occurrence and Twouch rage shall not be less than One MillionMillion Dollars ($2,000,000) aggregate single ollars ($'I ,ODO,DOD) per occu limit for bodily injury and property damage. c. Automobile Liability Automobile Liability insurance covering ail owned, non -owned and hired vehicles used in connection with operations. The policy or policies of insurance shall contain limits not less than a Million Dollars ($1,000,000) combined single limit for bodily injury and property damage. City of Miami shall be named as an additional insured on this coverage. d. Property Insurance- "All Risk' coverage including theft, windstorm and flood coverage, and insuring 100% of the replacement cost on the users improvements, including its equipment, fixtures, furniture and all other personal property in and about the property. e. Pollution if applicable, with ate limits' iCity s of coverage of at least must be named as an additional 000 DeOd per occurrence, $2,000,000 aggregate. The City needs to be named as additional insured. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "B" as to management, and no less than "Class • V" as to financial strength, by the latest edition of Best's Key Rating Insurance Guide or acs rity issued he State of Florida, Department of Iof insurance company which nsuarancela and rare membeida rs of the Floof rida y Guarantee Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder, NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. City of Miami aid No. 05.06-092 Page 17 Compliance with tne foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City snail: d. Suspend the contract until such time e as the new or renewed certificates are received by the City in the manner prescribed in the Invitation For Bid. e. The City may, at its sole discretion, terminate this contract for cause and seek re - procurement damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 2.16, TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that is has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. in order to have a drug -free workplace program, a business shalt: a. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. b. Inform employees about the dangers of drug abuse in the workplace, the business' poiicy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. c. Give each employee engaged in providing the commodities ,or contractual services that are under Bid a copy of the statement specified in subsection (a.). d. In the statement specified in subsection (a.), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo Contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. e. impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. f. Make a good faith effort to continue to maintain a drug -free workplace through iMplementation of this section. City of Miami Page 18 Bid No. D5-06-092 2.17. PERFORMANCE AND PAYMENT BOND The successful bidder(s) to whom a contingent award is made for this service may be required to execute and deliver to the City a Performance and Payment Bond in an amount equal to one hundred percent (100%) of the contract price. The Performance Bond can be in the form of a Cashier's Check, made payable to the City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply.with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be Written by a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval -has been -given -by -the City of Miami The. City,,.to.draw on same,.wouid.merely_ .have.to,give written notice to the bank with a copy to the contractor. The Performance and Payment Bond Form supplied by the City shall be the only acceptable form. The completed form shall be delivered to the City before commencing en the job or within 5 calendar days after commencing on the job to provide services as a result of the City being struck by a Category 1 Hurricane, Tropical Storm, or severe weather, 10 calendar days after a Category 2 or 3 Hurricane, or 15 calendar days after a Category 4 or 5 Hurricane. If the bidder fails to deliver the Payment and performance Bond within this specified time, including granted extensions, the City shall declare the bidder in default of the contractual terms and conditions and the City shall have just cause for contract termination which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. The City may then require next lowest responsive, responsible Bidder(s) to commence on the project (See Attachment A, A-1 & A-2). 2.18. PERFORMANCE AND PAYMENT BOND AMOUNT BASED ON U.S. ARMY CORPS OF ENGINEERS HURRICANE DEBRIS ESTIMATING MODEL The City will forecast the total amount of Emergency Debris Removal and Disposal Services to be provided by contractor(s) based on the U.S. Army Corps of Engineers Hurricane Debris Estimating Model (See Attachment B) to determine the contract price for contractor to deliver. a Performance and Payment Bond in the amount of 100% of the contract price, if required by the City. 2.19. FAILURE TO PERFORM ! PENALTIES Should it hot be possible to reach the successful bidder(s) or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor(s) in default of the contract or make appropriate reductions in the contract payment. 2.20. NON APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to successful bidder(s) or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. 2.21 CONTRACTOR'S EMPLOYEES AND ITS SUBCONTRACTOR'S EMPLOYEES ARE SOLE RESPONSIBILITY OF CONTRACTOR AND NOT EMPLOYEES OR AGENTS CITY Ail employees of the Contractor and SubContractor's, if applicable, shall be considered to be, at all times, employees of the contractor and subcontractor(s) under its sole direction and not employees or agents of the City. The Contractor and Subcontractor(s) shall supply competent and physically capable employees. The City may require the Contractor or Subcontractor . to remove an employee the City deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment under this contract is not in the best interest of the City. Each employee shall have and wear proper identification. All the services required herein shall be performed by the Contractor, and all personnel engaged in performing the services shall be fully qualified to perform such services. City of Miami Page 19 Bid No. 05-06-0°2 All personnel of the Contractor and Subcontractor shall be covered by Workmen's Compensation, unemployment compensation, and liability insurance, a copy of which is to be provided to the City. See the document entitled Insurance Requirements for specific req uirements. All applicable taxes, fringe benefits, and training for all personnel for the performance under the contract shall be the sole responsibility of the Contractor and Subcontractor. 2.22. CONTRACTOR'S AND SUBCONTRACTOR'S ACTS AND OMISSIONS The Contractor shall be fully responsible to City for the acts and omissions for its' subcontractors and persons directly"or indirectly employed by-then-as:the Contractor is for the acts and omissions of person employed by it. The Contractor shall allow appropriate requirements to be placed to all its' subcontractors relative to the services described herein and the City shall exercise all rights reserved to enforce it. 2.23. OCCUPATIONAL LICENSE Services performed for the City will require occupational licenses from City of Miami and Miami -Dade County. The Bidder shall secure, at his/her expense, all licenses and shall fully comply with all applicable laws, regulations and codes as required by the State of Florida, county, or local ordinances. The .Bidder must fully comply with all federal and state laws, county and municipal ordinances, and regulations in any manner affecting the prosecution of the services. Any fines or penalties to the Bidder shall be paid at the Bidder's expense. 2.24. COMPLIANCE WITH FEDERAL STANDARDS All services performed under this bid shall be in accordance with all governmental standards, to include, but not limited to, those issued by the office of Safety and Health Administration (OSHA), the National institute of Occupational Safety Hazards (NIOSH), National Forest Products Association (NFPA), Departrnent of Environmental Resources Management (DERM), and Federal Emergency Management Agency (FEMA). 2.25. COMPLETED WORK The City shall be notified by the Successful bidder upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Successful bidder at no additional charge to the City. 2.25. CONTRACT ADMINISTRATOR Upon award, successful bidder shall report and work directly with the Director of Solid Waste or any authorized City personnel, who shall be designated as the Contract Administrator. 2.27. SUPERVISION Successful bidder shall assign one working "On Duty" Supervisor when designated by the contract administrator or his/her designee. Successful bidder shall also provide the name and telephone number where a responsible Supervisor, or the Successful bidder, may be reached at any time for purposes of taking complaints and receiving information as to daily contract performance. In the event the assigned Supervisor demonstrates the inability to properly supervise his/her personnel as determined by the contract administrator or his -her designee, then the contract administrator or his/her designee have the authority to request the immediate dismissal of said . Supervisor of his/her responsibilities at the site and Successful bidder is to assign another individual upon four (4) hours notice (if requested by the City) to supervise staff in a satisfactory manner as determined by the contract City of Miami Bid No, 05-06-052 Page 20 administrator or his -her designee. The City shall only be liable for payment of the actual hours worked by said Supervisor(s). 2.28. USE OF PREMISES apparatus, the storage of The successful bidder shall confine his/her equipment, materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the contract administrator, and shall not unreasonably encumber the premises with his/her materials. The successful bidder shall take all measures necessary to protect his own truck, equipment or materials. 2.29.....DAMAGES 'TO PUBLIC!PR1VATE PROPER The successful bidder shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the successful bidder, at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time: (Not to exceed one month from date damage was done). 2.30. REFERENCES Each bid must be accompanied by a list of references, which shall include the name of the company, dates of contract, description of the contractual services provided, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. (See' Section 4.3, Page 2 of 6). PLEASE REFER TO SECTION 2.10 b) FOR ADDITIONAL REQUIREMENTS. 2.31. COMPLETE PROJECT REQUIRED These scope of work describe the various items or classes of work required, enumerating or defining the extent of same necessary, but failure to list any item or classes under scope of the several sections shall not relieve the Contractor(s) from furnishing, servicing or performing such work where required by any part of the scope of work, or necessary to the satisfactory completion of the project. 2.32. CONTRACTOR(S) TO BE REPRESENTED The Contractor(s) at all times must either be personally present at the worksite or be represented at the worksite by a responsible agent or agents designated by the Contractor(s) via written notice to the City prior to the beginning of work. Such notification shall include pertinent data such as addresses, phone numbers, etc., where said agent or agents may be contacted at any time of the day or night. The agent or agents shall be clothed with full.authority to act for the Contractor(s) in all cases, and to carry out any instructions relative to the work may be given by the City. The agent and the "On Duty" shall be the same person. 2.33. SCOPE OF WORK EXCEPTIONS Scope of work are based on the most recent information available on the project. Bidder shall notify the City of Miami Purchasing Department in writing, no less than ten (10) days prior to a bid opening, of any changes to the scope of work which may be required in conflict with the described scope of work herein. Bidders must also explain any deviation from the scope of work in writing (See Section 4.0, Bid Response Form, Page 1 of 3) as a footnote on the applicable bid page. 2.34. PUBLIC CONVENIENCE AND SAFETY .The Successful bidder shall conduct his/har work so as to interfere as little as possible with private business or public travel. He/she shall, at his/her own expense, whenever necessary or required, maintain barricades, maintain lights, erect danger signs warning against hazards created ifeyandher propertytlon, and take such and he/she shallbeother liableafoirons allas may be dam damages necessary to p p c€ty of Miami Bid No. 05-06-052 Page 21 occasioned in any way by his/her actions or neglect or that of his/her agents or employees. 2.35. ADDITIONS/DELETIONS OF SERVICES REQUIRED Although this Solicitation identifies specific terms and special conditions for Emergency Debris Removal and be added/de eted to/from this agreed Services, it is ereby contraat e option of the Ciiy.and uncierstood aWhen other services may b an addition/deletion of services to the contract is required, the successful bidder under this contract shall be issued a change order by the City. 2.36.. AVAILABILITY OF. CONTRACT TO OTHER MUNICIPALITIES ! DADE COUNTY deugh this solicitation is municipality located within fit to the City of Miami -Dade County agreed and other understood that any other mun p Y any and all specified municipality, may avail itself of this contract and purchaseservices herein from the successful bidder(s) at the contract price(s) established t heavrein itself long as it does not create a schedule conflict. Municipality ity of Miami during or utilizing this contract, if services are required bythe approximately the same time. fa d agreed toorementionesprovide sail be ld servicesonly after successful bidder(s) has been contacted established prices. 2.37. SAFETY MEASURES recautions for the safety of employees, Successful bidder(s) shall take all necessary pfor the and shall erect and properly maintain at public. tunes all lsigns warming safeguards again hazards protection of the employees and the created by his/her operation and work in progress must be posted. All employeeslen,appropriate of successful and ) priotectionexpected when and wherever safety applicable. The goggles, appropriate clothing, successful bidder(s) shall use only equipment that is fully operational and in safe ) be especially careful when erty operating order.striaSuccessful vehicles rare` in chose proximity - work shall cease servicing iittrispsafe when pedestrians and/or to proceed. 2.38. QUALITY OF WORK superior All work shall be pequseThe freqies establishedyforeepetiti a maintenance tasks osal aydards and techniques. may be minimum frequencies, which can be increased if deemed necessary and requested by the City. 2.39. TERMINATION FOR DEFAULT If Successful bidder defaults in its performance under this Contract and does not ate thie default within 2 days after written notice of default, the City Manager may termiContract, in whole .or in part, upon written notice without penaltyeindirtth Citythe of Miami. cost In such event the Successful bidder shall be liable for damage is determined for any reason of procuring similar supplies or services: provided that if, (1) it that the Successful bidder was not subc ndefault ar(s)'s2) the cantrolUcfaultfuorbineglige��ic failure perform is without his or of Miami termination will be deemed to be a termination for the convenience of the City UnderSection 2.40. Page 22 Gity of Miami Bid No. 05-06-092 2,40. TERM1NATION FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 5 days prior written notice when it is in the best interests of so sar�errnir�ated for the convenience City of Miami. tis for by thesupplies, products, equipment, or software, City of Miami the Successful bidder will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract isn f or s rvicesance awnd the so terminated, the City of Miami shall be liable only for pay ment payment provisions of the Contract for those services rendered prior to termination. 2.41, ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the .bid response shall be evaluated or considered, and any and all such abddditiolfasubm fled eitherconditions purposely�l through intent or ve no force or effect and are • inapplicable to this specifications, or design, or inadvertently, appearing separately in transmittal letters, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in authorized signature solicitation to the are the only conditions iacknowledgment formbid and attes s that the bidder's g to this. Page 23 City of Miami Bid No. 05-06-092 SCOPE OF WORK 3.0 PURPOSE The purpose of this Invitation For Bid is to seek the services to provide debris removal and disposal response assistance to -the City of Miami. The work shall - consist cf:,.clearing. and removing any and all "eligible" debris (see below for a definition of eligible debris) primarily from the public right-of-way (ROW) of streets and roads, as directed by the Contract Administrator (CA). Work will include 1) examining debris to determine whether or not debris is eligible, burnable or non burnable, 2) loading the debris, 3) hauling the debris to an approved dumpsite or landfill, and 4) dumping the debris at the dumpsite or landfill. Ineligible debris will not be loaded, hauled, or dumped under this contract. Burnable debris will be loaded separately from non - burnable debris. Mixed loading of burnableand non -burnable will be kept to a minimum. The CA will determine.the appropriate dumpsite for mixed loads. Debris removal shall include all eligible debris found on the ROW within the area designated by the CA. The CA may specify any eligible debris within the ROW which should not be removthrough which should be removed at a later time. The. Contractor(s) shall make as many passes the designated area as required by the CA. The Contractor(s) shall not move from one designated work area to another designated work area without prior approval from the CA. Any eligible debris, such as fallen trees, which extends onto the ROW from private property shall be cut at the point where it enters the ROW, and that part of the debris which lies within the ROW shall be removed. The Contractor(s) shall not enter onto private property during the performance of this contract, unless specifically authorized by the CA. 3.1 DEFINITIONS Chipping: Reducing wood related material by mechanical means into small pieces to be used as mulch or fuel. Chipping and mulching are often used interchangeably Debris: Scattered items and materials broken, destroyed, or displaced by a natural disaster such as trees, construction, and demolition material, personal property. Debris, Crjnstruction and Demolitions (C & D): Material generated from damageumd or destroyed structures including, but not limited to: wood waste (lumber), insulation, gyp glass, concrete, asphalt, bricks, roofing shingles, and roofing tiles. Much of this material can be recycled, if recycling facilities are available. Debris, Non -Vegetative: Includes, but not limited to, treated timber, plastic, glass, rubber products, metal products, sheet rock, cloth items, non -wood building materials and carpeting. Some non -vegetative debris is recyclable. Recyclable debris includes metal products, trailer parts, household appliances, or uncontaminated Debris, Vegetative: Includes, but not limited to trees, limbs, branches, and foliage that have been broken, destroyed, or displaced by a natural disaster. Debris Clearance: Clearing the major road arteries by pushing debris to the roadside to accommodate emergency traffic. Debris Removal: Picking up debris and taking it to a temporary .storage site or permanent landfill. City of Miami Bid No. 05-06-092 Page 24 Debris Disposal: Placinc mixed debris and/or residue from volume reduction operations into an approved landfill or recycling center. Final Disposal Site: Site to be identified and secured by the Contract prior to the start of each hurricane season for the disposal of vegetative debris. Garbage: Waste that is regularly picked up by the City, such as food, plastics, wrapping, papers, etc. Hazardous Waste: Materials and products from institutional, commercial, recreational, certain chemicals ,�+ A industrial,` and agricultural sources that contain with one or more of the. following characteristics, as defined by the Environmental Protection Agency: (1) Toxic, (2) Flammable, (3) Corrosive and/or (4) Reactive Household Hazardous Waste: Used or leftover contents of consumer products that contain chemicals with one or more of the following characteristics, as defined by the Environmental Protection Agency: (1) Toxic, (2) Flammable, (3) Corrosive and/or (4) Reactive. Examples of household hazardous waste include small quantities of normal househo d ocleanils, ir g and nd maintenance products, latex and oil based paint, cleaning solvents, gasoline, pools chemicals, pesticides, propane gas cylinders. Recycling: The recovery and reuse of metals, soils, and construction materials that may have a residual monetary value. Rights -of -Way: The portions onobokh sides of the streef land over hich itity, such as up to the property line. highways, railroads, or power lines are built. Includes land Storage Site: Also known as Temporary Staging Sites for Debris Processing and Reduction (TDSRS) is a location where debris is temporarily stored until it is reduced in volume and/or taken to a permanent landfill, recycling center, or other final disposal site. Stumps: Tree stumps with base cut measurements less than 2 feet in diameter will be disposed of with the same methods used for other vegetative debris. Treestums larg r The method will than 2 feet in diameter will be disposed of byeither splitting and burningor chipping/grinding. be at the discretion of the City. White Goods/Metals: Household appliances, such as refrigerators, freezers, stoves, washers, and dryers. 3.2 DEBRIS CLASSIFICATION Eligible Debris: Debris that is within .the scope of this contract falls under three possible classifications: Burnable, Non -Burnable, and Recyclable. Debris that is classified as Household Hazardous Waste (HHW) is not to be transported by this contract. Ineligible Debris: Ineligible debris to remain in place includes, but is not limited to, chemicals, petroleum products, paint products, asbestos, and power transformers. Any material that is found to be classified as hazardous or toxic waste (HTW) shall be reported immediately to the designated CA. At the CA direction, this material shall be segregated from the remaining debris in such a way as to allow the remaining debris to be loaded and transported. Standing broken utility poles, damaged and downed utility poles and app transformers and other electrical material will be reported to the CA. Emergency workers shall exercise due caution with existing overhead and underground utilities and above ground appurtenances, and advise the appropriate authorities of any situation that poses a health or safety risk to workers on site or to the general population. City of Miami Bid No. 05-06-092 Page 25 Burnable Debris: Burnable debris includes all biodegradable matter except that included in the following definitions of other categories of debris. It includes., but is not limited to, damaged and disturbed trees; bushes and shrubs; broken, partially broken and severed tree limbs; untreated structural timber; untreated wood products; and brush. Burnable Construction Debris: Burnable construction and demolition debris consists non - creosote structuratimber, wood products, and other materials designated by the City of Miami. Non -Burnable Debris. Non -burnable debris includes, but is not limited to, treated timber; plastic; glass; rubber products; metal products; drywall; cloth items; non -}mood building materials; metal products (i.e. Mobile Trailer parts, Household appliances (White Metal), and similar items), or uncontaminated soli; roofing materials; and carpeting. Household Hazardous Waste (HHW). Household hazardous wastes, such as petroleum products, paint products, etc., and known or suspected hazardous materials, such as asbestos, lead -based paint, or. electrical transformers shall be removed by others. Coordination for hazardous debris removal is the responsibility of the City. Stumps. Tree stumps located within the ROW with are one-half or,more of the root ball exposed will be removed. Tree stumps with base cut diameter measurements less than or equal to 24 inches (measured 24 inches up from where the tree originally exited the ground) will be considered to .be burnable debris and removed of with the same methods used for other burnable debris. Tree stumps larger than 24 inches in diameter will be removed of as splitting, burning or chipping/grinding and paid for in accordance to the MEASURMENT and PAYMENT paragraphs in this contract. 3.3 SCOPE OF WORK The scope of work sought by this solicitation include: Disaster Recovery Management Contractor(s)s to support the City of Miami in the management of debris, vegetative debris, pick-up, hauling, and final disposition at a state/federal permitted disposal facility meeting all regulatory requirements resulting from, but not limited to, catastrophic events such as hurricanes, tornadoes or severe storms. These services. may involve comprehensive management of the City's disaster recovery program including: 1. Planning and execution of all debris collection and removal operations as directed by the City. 2. Pre -staging of equipment and personnel. 3. Emergency Road Clearance • Removal of debris from the primary arterial roadways and the primary transportation routes as directed by the.City • Schedule of timeline for debris removal strategically citywide 4. Debris Removal from Public Property — Removal of debris from public rights -of -way. Removal of debris beyond public rights -of -way, as necessary, to abate imminent and/or significant threats to the public health and safety of the community. 5. Debris Removal from Private Property — Should an imminent threat of life, safety and health to the general public be present on private property, the Contractor(s), as directed by the City, will accomplish the removal of debris from private property. 6. Temporary Staging Sites for Debris Processing and Reduction (TDSRS) • Sand screening • Debris Sorting • Grinding and mulching operations • Reduction City of Miami Page 26 Bid No. 05-05.092 The Contractor(s) will prepare and maintain a sufficient number of TDSRS sites to acbept and process,all eligible storm vegetative debris. Preparation and maintenance of sites shall include maintenance of the TDSRS approach and interior road(s) for the entire period of debris hauling, Including provision of stone for any roads that require stabilization for ingress and egress. Each. site shall include a roofed inspection tower sufficient for a minimum of three (3) inspectors (City, FEMA and Monitoring Consultant) for the inspection of all incoming and exiting loads. All debris shall be processed in accordance with federal, state and local laws and .FEMA standards, rules and regulations. Processing shall include reduction by grinding. Prior to reduction, ail debris shall. be segregated between vegetative debris, construction and demolition debris; recycloble debris, white goods and hazardous .waste, .. 7. Infrastructure Damage and Repair Assessments • All damages property/vehicle/utility shall be reported and resolved by the Contractor(s) • All temporary staging sites shall be returned to pre-existing condition when project is completed (sodding, fencing, paved roads, etc.) 8.' General Hazardous Waste Abatement — Abatement of hazardous waste identified by the City in accordance with all applicable federal, state and local laws and FEMA standards, rules and regulations. 9. Debris Disposal -- Disposal of all eligible debris, reduced debris and other products of the debris management process in accordance with all applicable federal, state and local laws and FEMA standards, rules and regulations. 10, Planning and execution of all reduced vegetative debris pickup, hauling and delivery of material to final destination for disposal. 11. Final disposal must be at a state/federal permitted facility meeting all regulatory requirements for disposition. 12. All trucks will be certified by the City's monitoring company. 13. All trucks will be properly labeled pursuant to the criteria of the City's procedure for hauling debris from temporary staging sites. 14. Contractor(s) must provide load tickets and disposal tickets for final disposition verification as certified by the City or City's Monitoring Company. 15. Infrastructure Damage and Repair Assessments • All damages property/vehicle/utility shall be reported and resolved by the Contractor(s) 16. Documentation and inspections — Storm debris shall be subject to inspection by appropriate state agencies (FEMA, DERM, etc.) Inspections will be to insure compliance with the contract and applicable federal, state, and local laws, and FEMA standards, rules, and regulations. The Contractor(s) will, at all times provide the City access to all work sites (temporary staging areas and disposal areas even if site is not City property). The Contractor(s) and the City will have in place at the Temporary Debris Staging and Reduction (TDSRS's) personnel to verify and maintain records regarding the contents and cubic yards of the vehicles entering and leaving the TDSRS's. 17. Work Areas - The City shall establish and approve all areas that the Contractor(s) will be allowed to work, including the number of crews necessary to accomplish the task and daily updates of completion. The Contractor(s) will remove all eligible debris and leave the site and locations from which the debris was removed in a clean and neat condition. City of Miami Page 27 Bid No. 05-06-092 8. White Goods -- The Contractor(s) may expect to encounter white goods available for disposal. White goods will constitute household appliances as defined in the. Florida Administrative Code. The Contractor(s) will dispose of all white goods encountered in accordance with applicable federal, state and local Saws. 19. Hazardous Stumps — The Contractor(s) shall remove all stumps that are determined to be hazardous to public access and as directed by the City, The City, through their monitors will measure each stump three (3) feet above normal ground level, to determine the diameter of the trunk. Once the diameter is established the stump will be physically removed by the best means available. Stumps shall be hauled to TDSRS where they shall be inspected prior to grinding. If left in the ground the stumps will be cut flush to the ground and then grind, all roots must be removed and holes filled with dirt. Pricing should be submitted for the following: • Stumps 25 inches in diameter but less than 37 inches in diameter • Stumps 37 inches in diameter but less than 49 inches in diameter ▪ Stumps equal to or greater than 49 inches in diameter 20, Tree Removal and Tree Hangers (Public Owned and Maintained Areas) - The Contractor(s)shall remove both downed and leaning trees (including stump associated with such a tree), hangers, and broken limbs that pose a significant threat to public health and safety as directed by the City. The City, through their monitors, will measure each tree three (3) feet above normal ground level. To determine the diameter established, the tree will be physically removed by the best means available. Pricing for this scope of service should be detailed as follows and provided on a cradle to grave basis, which is one price for removal and transport to final destination: • Trees up to, but less than 6 inches in diameter • Trees 6 inches in diameter and up, but less than 12 inches • Trees 12 inches in diameter and up, but less than 24 inches • Trees 24 inches in diameter and up, but less than 48 inches • Trees equal to or greater than 48 inches in diameter The removal of hanging or broken limbs will be conducted on a per cost tree basis (regardless of the number of hangers removed) up to a height of 65 feet, at. the city's discretion. Pricing shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination. 21. Fill Dirt — The Contractor(s) shall place compacted fill dirt in holes created by removed stumps and/or ruts created by equipment that pose a hazard to public access by direction of the City or in any other location as directed by the City. 22. Documentation and Recovery Process — Contractor(s) will provide the following: • Recovery process documentation — create recovery process documentation plan. • Maintain documentation of recovery process. • Provide written and oral status reports as requested by the City. • Review documentation for accuracy and quantity. • Assist in preparation of claim documentation as required. 23. Flag Personnel: • The Contractor(s) shall provide suitably qualified and equipped flag personnel when debris removal operations encroach on traffic lanes. City of Miami Page 26 Hid No. 05-06-092 • The regulation of traffic by flag personnel shall be in accordance with the requirements of MOT or the authority having jurisdiction 24. Flares and Lights: • During periods of low visibility, Contractor(s) shall provide flares and Lights to guide traffic, if necessary, to clearly delineate traffic lanes, Illuminate parking areas, and to warn of hazardous areas, • Flag personnel shall use lights in directing traffic during periods of low visibility. 25. Parking Control: • Contractor(s) shall control all Con tractor(s) related vehicular parking so as to not interfere with public traffic access and parking, access to Emergency vehicles, the City's operations or work operations. Contractor(s) shall ensure free vehicular access to and through the Parking areas. • Contractor(s) shall not permit parking on or adjacent to access roads or in non - designated areas. 26, Posted Speed Limits • Contractor(s) and his/her staff will adhere to all posted speed limits per Department of Transportation (DOT) regulations. Additionally, adherence to speed limits posted at temporary staging sites are required. • Contractor(s) shall require all Contractor(s) related vehicular traffic to adhere to all Department of Transportation toll station criteria. 27. Posted Weight Limits • Contractor(s) and his/her staff will adhere to all posted weight limits per the Department of Transportation (DOT) regulations. 28. Cost Structure • Pricing must be provided on a cost per cubic yard and on a tonnage basis • Where specified pricing shall be provided on a cradle to grave basis Pricing: • Hauling $- per/CY • Disposal $ per/CY • Single Fee $ per/CY (Single Fee=Hauling + Disposal) $ per Ton $ per Ton $ per Ton 3.4 CONTRACTOR(S) PERFORMANCE NOT TO INTERFERE WITH FEDERAL, STATE, LOCAL AND OTHER GOVERNMENTAL ACTIVITY The Contractor(s) shall conduct the work so as not to interfere with the disaster response and recovery activities of Federal, State, and Local, governments or agencies, or of any public utilities. 3.5 CITY'S RIGHT TO INSPECT SITE, QUANTITIES, AND OPERATIONS The City or its designee reserves the right to inspect the site, verify quantities, and review operations at any time. 3.6 LOAD TICKETS •• "Load tickets" will be used for recording volumes of debris removal (See Attachment C). Each ticket will contain the following information: City of Miami Page 29 Sid No. 05-06-092 Ticket Number Contract Number Date Contractor(s) Name Site Departure Time Dump Arrival Time Debris Classification Debris Quantity 3.7 DISTRIBUTION AND VALIDATION OF LOAD TICKETS Load tickets will be issued by a CA or designee prior to departure from the loading site. The CA... or designee will keep one copy of the ticket, and give three copies to the vehicle operator. Upon arrival at the dumpsite, the vehicle operator will give the three copies to the CA or designee at the dumpsite, the CA or designee will validate, retain one copy and give two copies to driver for the Contractor's records, (one copy for the sub-Contractor(s) and one copy for the prime Contractor(s). 3.8 DUMPSITES The Contractor(s) shall use only debris dumpsites designated by the City as temporary or permanent by Contractor(s) in this bid. Contractor(s) must provide location(s) of permanent dumpsites. • The Contractor(s) shall haul non -burnable debris to the site designated for non - burnable debris and burnable debris to the burn sire designated. The dumpsite operator shall direct all dumping operations. The Contractor(s) shall cooperate with the dumpsite operator to facilitate effective dumping operations. 3.9 PERFORMANCE SCHEDULE AND LIQUIDATED DAMAGES The Contractor(s) shall commence performance on the commencement date indicated on the purchase order. The Contractor(s) shall, with the CA direction, perform services consistent with the plan showing where operations will begin and which streets/roads will be cleared on a 2, 7, 14 day projection. The plan will be updated every 2 days. Maximum allowable time for completion in calendar days will be indicated in the purchase order, unless the City initiates additions or deletions to the contract by written change orders. Subsequent changes in completion time will be equitably negotiated by both parties pursuant to applicable State and Federal law. Liquidated damages shall be assessed at $1,000 per calendar day for any time over the maximum allowable time established by the contract. 3.10 TRUCKS AND EQUIPMENT All trucks and other equipment must be in compliance with all applicable federal, state,' and local law, and FEMA rules and regulations. Any truck' used to haul debris must be capable of rapidly dumping its load without the assistance of other equipment; be equipped with a tailgate that will effectively contain the. debris during transport and permit the truck to be filled to. capacity; and measured and marked for its load capacity. Sideboards or other extensions to the bed are allowable provided they meet ail applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2" by 6" boards or greater and not to extend more than two feet above the metal bedsides. The CA must approve all requests for extensions. Equipment will be inspected prior to its use by the Contract Administrator or designee. Trucks and other heavy equipment designated for use under this contract shall be equipped with two signs; one attached to each side indicating primary Contractor(s) or Subcontractor(s) name. Prior to commencing debris removal operations, the Contractor(s) shall present to the City's representative or designee a listing of all trucks or trailers that will be used for hauling debris, for the purpose of determining hauling capacity. The hauling capacity will be based on the interior dimensions of the truck's metal dump bed. Hauling capacity, in cubic yards, will be recorded and marked on each truck or trailer with permanent markings. Each truck or trailer will also be City of Miami Page 30 Hid No. 05-06-052 numbered for identification with a permanent marking. Trucks or equipment which are designated for use under this contract shall not be used for any other work during the working hours of this contract. The Contractor(s) shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Under no circumstances will the Contractor(s) mix debris hauled for others with debris hauled under this contract. Equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. Excessive size equipment (6 CY and up) and non -rubber tired equipment must be approved by the CA. 3.11 REPORTING The Contractor(s) shall submit a report to the CA during each day of service performed. Each report shall contain, at a minimum, the following information: Contractor(s)'s Name Contract Number Crew Location of work Day of Report Daily and cumulative totals of debris rernoved, by category Discrepancies between the daily report and the corresponding load tickets will be reconciled no later than the following day (See Attachment D). 3.12 SUPERVISION OF LABOR AND CONTRA CTOR(S)RESPONSIBILITY FOR EMPLOYEES SAFETY AND COMPENSATION The Contractor(s) shall supervise and direct the work, using skillful labor and proper equipment for all tasks. The Contractor is solely responsible for the means, methods, techniques, sequences, safety program and procedures. Safety of the Contractor's and. Subcontractor's personnel and equipment is the responsibility of the Contractor(s) and its' Subcontractors. Contractor(s) shall employ and maintain on work site(s), a qualified supervisor(s) who shall have full authority to act on behalf of the Contractor and all communications given to the supervisor by the CA shall be as binding as if given to the Contractor. Additionally, the Contractor(s) shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. 3.13 LICENSES AND PERMITS The Contractor(s) must be duly licensed in accordance with the state's statutory requirements to perform the work. The Contractor(s) shall obtain all permits necessary to complete the work. The Contractor(s) shall be responsible for determining what permits are necessary to perform under the contract. Copies of all permits shall be submitted to the CA. 3.14 CORRECTIVE ACTIONS The Contractor(s) shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor(s) or any SubContractor(s) actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional cost to the City. 3.15 MAINTENANCE OF TRAFFIC (M.O.T) PLAN The Contractor(s) shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor(s) shall provide all flag persons, signs, equipment, and other devices necessary to meet Federal, State, and Local requirements. The traffic control personnel and equipment shall be in additional to the personnel and equipment required in other parts of this contract. At a minimum, one flag person should be posted at each approach to the work area. City of Miami Bid No. 05-06-092 Page 31 3.16 DEBRIS MEASUREMENT Measurement for burnable debris removed will be by the cubic yard or per ton as predetermined through truck bed measurement. Trucks with less than full capacities will be adjusted down by visual inspection or as indicated by truck scales by the CA. Measurement will be documented by load tickets. Measurement for non -burnable debris removed will be by the cubic yard or per ton as predetermined through truck bed measurement. Trucks with less than full capacities will be adjusted down by visual inspection or as indicated by truck scales by the CA. Load tickets will document measurement. Measurement for payment of stumps removed with 25 to 36 inch diameters base cuts (measured 24 inches up from where the tree originally exited the ground) shall be per stump. _ Measurement for payment of stumps removed with 37 to 48 inch diameter base cuts (measured 24 inches up from where the tree originally exited the ground) shall be per stump. Measurement for payment of stumps removed with 49 inch and larger diameter base cuts (measured 24 inches up from where the tree originally exited the ground) shall be per stump. 3.17 PAYMENT Payment for the removal of burnable debris (including stumps 24 inches and smaller) to include all cost associated with loading, hauling and dumping will be paid for under the contract bid item for Burnable Debris. Payment for the removal of non -burnable debris to include ail cost associated with loading, hauling and dumping will be paid for under the contract bid item for Non -burnable Debris. Payment for the removal of stumps, 25 inches and larger, to include all cost associated with loading, hauling and dumping will be paid for under the contract bid item for the appropriate size category for Stumps. Payment for mobilization and demobilization will be in a lump sum and paid for under the contract bid item for Mobilization and Demobilization. Payment for work completed may be invoiced on a bi-weekly basis. Invoices will be based on verified quantities from the daily operational reports and valid load tickets. The Contractor(s) will be entitled to invoice for 60% of the mobilization and demobilization line item after all equipment is delivered to the designated work site. The remaining 40% will be due after all equipment is removed from the work site and receipt of a proper invoice. All payments made under this contract will be in accordance with PAYMENTS clauses located in other sections of this contract. The City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: -Non-satisfactory work not remedied. -Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. -Failure of Contractor to make payments properly to Subcontractors or for material or labor. City of Miami Page 32 Bid No. 05.06-092 Damage to another contractor not remedied: .-Liquidated damages and costs incurred by City for failure to perform -Failure of Contractor to provide any and ail documents required. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. 3,18 RETAINAGE FEEthe value of the the a amount 1G ). of The City shall withhold a'retainagc fee in �"'�-nt of ten percent (1Q o work of the estimated amount of the project completed. . Additionally,said amount and shall be withheld until all site reclamation is completed in accordance with all Federal, Statecal laws, standards and regulations. Tetion snpSarYl be StagingSiteshed A easnwill bedestoredance tt the is Contractor(s}'s Debris Management aManagem nt Plan Pre-Use Condition. All costs for site reclamation shall be required as a part of this bid. Upon successful completion of same, tainage nt shall be completedand released eleaseshofe Gienssreceivedtiby of all required criteria hasbeensuccessfully contractor and subcontractor(s). 3.19 FINAL RELEASE OF LIEN BY CONTRACTOR AND SUBCONTRACTOR(S) Before issuance of the Final Release of Lien by Contractor for Payment, CONTRACTOR shall deliver to the City a complete rtlliatsall°subcontSact°rs havearising out obeethis n paid Contract, fuil anreceipts thatfull all in other thereof; an affidavit certifying indebtedness connected with the Work has been paid, and a consent of the surety to final payment (See Attachment E). 3.20 TEMPORARY DEBRIS STAGING AND REDUCTION SITE (TDSRS) Debris shay t removed citywide the Cityof Miami's Virginia Key Compostry debris ging and Facility reduction site. 3701 The primary staging site will Rickenbacker to temporarily store ed aker Causeway hdebris taging sites will be identified as needed). The primary facility will bfor reduction and subsequent hauling for final disposal. The be used Contractor(s) shall provide any on -site indoor/office workspace and any necessary utilities, connections and hook ups independent of the City's. 3.21 SERVICES AND FACILITIES Contractor(s) shall provide and payfor all naturelabor, whatolls, tsoeveequipment, necessary to executeuc omiplete and all other services and facilities of yatu deliver the services within the time specified in the Purchase Order. Page 33 City of Miami Bid No. 05.06-092 4.0 BID RESPONSE FORM 4.1. Certification Statement (Page 1 of 3) Please quote on this form(s) net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this bid. Prices .should be firm for a minimum of 120 days following the time set for opening of the bids. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices.. We (I) certify that we have read your Invitation for Bids, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted cif any of the violations, or debarred or suspended as set in section 18- '107 or Ordinance No. 12271. All exceptions to this bid have been documented in the section below (refer to paragraph and section). EXCEPTIONS: Payment Terms: 2% 10 days, Net 30 days Delivery or Completion of project will be made within the calendar days indicated in the purchase order. We (I) certify that any and ail information contained in this bid is true; and we (I) further certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, Equipment, or service, and is in all respects fair and without collusion or fraud. We (�`agree fhe abide did�rby�lel terms print t3'leand ofo lioions wingaf andis signBand your certify that I am authorized to sign this name: NAME OF BIDDER: 3-62-.Cv1 (Z`hoft) .Rec G€s' tnc.. ADDRESS: .J2L)("1 NII15 MAD). 1 ax- PHONE: 2\06-5 19-b0L49 FAX: ao - Li-99' 3� EMAIL: CiI I LP L.rANI BD acea-, � -1s b iti e SIGNED BY: C4 TITLE:. J n DATE: - Oca FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL D:SOD ALIFY THIS BID. City of Miami Bid No. 05-06-092 Page 34 4 DL Bid Response Form - Certification Statement (Page 2 of 3) CERTIFICATE OF AUTHORITY (IF CORPORATION) THEREBY CERTIFY that at a meeting of the Board of Directors of 5? �q,ons.. D fC,e5, Y1 G, , a corporation organized and existing under the Taws of the State of a,bCtr1'0 held on the a'&day of '-v-'fld a resolution was as duly passed and adopted authorizing (Name) r\G �� (Title) 0 (e S i O 5 N 1 of the corporation to execute bids on behalf of the corporation and providing .that. his/her execution .thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify "that said resoiutiorr remains in fCill force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this VI day of ...\,u.i 20QCa . Secretary: Print: CA 2 o L ()o H- CERTIFICATE OF AUTHORI (IF PARTNERSHIP) I HEREBY CERTIFY that at a meetin• of the Board of Directors of laws of the State of , held on the passed and adopted authorizi (Title) of the to execute b' his/her execution thereof, attested by a partner, a p nership organized and existing under the ay of _ , a resolution was duly (Name) as -s on behalf of the partnership and provides that all be the official act and deed of the partnership. 1 further certify that said partnership agreem t remains in full force and effect. IN WITNESS WHEREOF, I ha hereunto set my hand this , day of 20 Partner: Print: / CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicatin that the person signing this bid is authorized to sign bid documents on behalf of the joint venture If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). City of Miami Bid No. 05-06-082 Bid Response Form - Certification Statement (Page 3 of 3) CERTIFICATE OF AUTHORITY (F INDIViDUALI I HEREBY CERTIFY that. I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and aril bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto. set my hand this , day of 20 Signed: STATE OF ) SS: COUNTY OF L 6t .)056{ ) } rry The f regoing instr ment was acknowledged before me this (G-"I day of c)U.1'\-e_ , 20 acp, by C L_ VC i -t) N , who is personally known to .me or who has produced as identification and who (did / did not) take an oath. AAa d; SIGNATURE OF Y STATE OF f LO-I-BA LIC Pa,NAigel eaC162— P, RINTED STAMPED 0i3TYPED NAME OF NOTARY PUBLIC My Cnrnmi5:7.ion Expires 04/19/09 a?' City of Miami ' Page 36 Bid No. 05-06-O92 4.3. Qualification Statement (Page 1 of 5) LsZSTRZJCTIONS: This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question does not apply, write the word(s) "None", or "Not Applicable', as appropriate. Please print, COMPANY NAME: COMPANY OFFICERS S-� 2 9e,ons-i-rt,0-f D N) Servc c e s, I n c President 1-Z OC'v1 i8 CruT'"P Vice President Secretary jJ i 4,..L. J(1) x. t TE �ITreasurer �114 } COMPANY OWNERSHIP: . 'Ilr.iU10 () 4%) ba 2� JikvL(rJ 2 (Ile ni 6tdib of ownership of ownership % of ownership % of ownership LICENSES: s� (� g � 1. County or Municipal Occupational License No. 00 6 f (attach copy with bid) 2. Occupational License Classification 3. Occupational License Expiration Date; 4. Metro -Dade County Certificate of Competency No. (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. ge EXPERIENCE: G. Number of Years your organization has been in business: 7. Number of Years experience BIDDER/PROPOSER (person, pri type required by the specifications of the Bid or RFP: S. Number of Years experience BIDDER/PROPOSER (firm, corporao type required by the specifications of the Bid or RFP:. Page 38 City of Miami Bid No. 05-06-092 cipal of firm, owner) has had in operation of the proprietorship) has had in operation of the (13,vitia lustabansa EXPIRES DECEIVIBER 31, 2006 THIS LICENSE IS NOT TRANSFERRABLE OWNERSHIP CHANGE REQUIRES NEW LICENSE PAY SCHD ; E LICENSE SCHD: 02JA LICENSE DESCRIPTION GEN CONTRACTOR Li STORM RECONSTRUCTION SERVICES, INC. 1609 VETERANS MEMORIAL PK TUSCALOOSA AL 35404 ACCOUNT NC. 009809 003584 1,260.57 .00 .00 1,260.57 SUB TOTAL $ ISSUANCE FEE $ 5 00 PENALTY $ LICENSE DUE $ AMT. PAID $ .00 1,265.57 1,265.57 JAK 02/ 16 /06 Linda S. McKinney Walter Maddox ISSl1£O 8Y OAT£ DIRECTOR OF REVENUE MAYOR .'�/-.�i/�%/�/✓�.�/////rI///�/-/-/-/-/-/�/-/-////%/-O-�f-//�/�/�/-/-/. %�/-!////i'�/v.-yy/ f-i-..<-/-f-/-/-�'y!-:^ram/�✓/ Bid Response Form — Qualification Statement (Page 2 of 5) 9. Experience Record: Lis: references who may be contacted to ascertain information on past and/or present contracts; wort:, jobs, that BIDDERPROPOSER has performed of a type similar to that required by specifications of the City's Bid or Ri•P with whom you have done business within the past five (5)-years: 64NlkCONTACT PERSON: PRY.MARY CONTRACTOR AGENCY/FIRM NAME/ADDRESS Ci`fit G Pao iAi ra1,14,te 16iti OZ62i"!iz_,:mod4 ., .016Q63'Yk- , S'ITL i�'I �t+Jo�crNh� r («')i # nlr i a rU r� �� 1: ci7`2o_Ai M rvi i r _Gi'.4e•rvi br t�l nft T [ v rJ .�l,t.�.SN PHONENO.: eq�4-.7e.�?• 5 Ar GENCY/FIRM NAME/ADDRESS oOf F. +�� N� irAr f-Lf CONTACT PERSON: .�AV ( S �� 0 AGENCY/FIRM NAME/ADDRESS ,9YDtJL 00ONz-i.c / M� `% 01�1>`A� - bar\rnl4.rs% I'a fl �L-Apie 1L jrls M.4'• CON'I ACT PERSON: .�U F4 60 40 DATE OF JOB (h) DATE OF JOB /0104 • i/05 DATE OF JOB 4 05 - �f/0•'a DESCRIPTION OF JOB 1 •-'4 4 !D OaO r.(,9- I a DESCRIPTION OF JOB CiA N D8. 62 is g1a e,oki r r;T- ry t11 r , a.-00201^J.-ci rr 41,w�4u, PHONENO.: g.i3- -1172 DESCRIPTION OF JOB i 1am&2 (S 6~Y0o1/44.,, r dT roi4 q 647104- �'r7 1'Y1r�i�r1T, g..l2 f e)KPh1i2r.'1tbLJ,kYY14 CO )rWATI PHONE NO.: G o t- 92 9-"7.3q a AGENCY/FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB dC) h r� � ill H I2/04 cc o��r 1 5P ��w r? rF�ern G�vr� H Cou Ohri4 UI5-r t. ` ON: - JOhN KCL{ Noi.OS PHONENO.: �0.5 - 90 (7�q"4/ 3 CONTACT PER 1 FAILURE TO FULLY COMPLETE. AND RETURN THIS FORM MAY DISOUALIFY YOUR BID. City of Miami Page 39 Bid No. 05-06.042 Bid Response Form — Qualification Statement (Page 3 of 5) le. Experience Record: List references who' may be contacted to ascertain information on past and/or present• contracts, work; jobs; that BIDDERIPROPOSER has performed of a type similar to that required by specifications of the City's Bid or RI'? with whom you have done business within the past five (5) years: SLBCONTRACTOR(S' If no SubContractor(s) are to be used, insert the word "Self" in the spaces under "Name of SubContractor(s)". Name of SubContractor SubContractor's County -Municipal Occupational License Number . 1. AGENCY/FMM NAME/ADD SS CONTACT PERSON: DATE OF JOB DESCRIPTION OF JOB PHONE NO.: AGENCY/FIRM NAME/ADDRE. S DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: Name of SubContractor PHONE NO.: SubContractor's County -Municipal Occupational License Number AGENCY/FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: PHONE NO.: AGENCY/FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB CONTACT PERSON: FAILURE TO FULLY COMP City of Miami Bid No. 05.06.092 PHONE NO.: • TE. AND RETURN THIS FORM MAY DISOUALIFY YOUR BID. Page 40 Bid Response Form — Qualification Statement (Page 4 of 5) 11. Trucks and Equipment List: List all owned trucks and equipment Bidder has in its possession to service the City with Emergency Debris Removal and Disposal Services at the time of bid submittal. Bidder shall provide the type of truck or equipment; make, model, license plate number: state registered in; truck or equipment identification number with pictures of all trucks and equipment, and copies of ownership, purchase, or leasing documentation for each item. • PRIMARY CONTRACTOR TRUCK/EQUIPMENT TYPE MAKE MODEL flr o LICENSE PLATE NO. STATE REGISTERED IN i� 4tioN)-4) acr TRUCK/EQUIPMENT IDENTIFCATI O N NO. City of Miami Bid No, 05.06.092 Page 41 Bid Response Form — Qualification Statement (Page 5 of 5) 11, Trucks and Equipment List: List all owned trucks and equipment Bidder has in its possession to service the City with Emergency Debris Removal and Disposal Services at the time of bid submittal. Bidder shall provide the type of truck or equipment, make; model; license plate number, state registered in; truck or equipment identification number with pictures of all trucks and equipment, and copies of ownership, purchase, or 'eosins, documentation for each item. SUBCONTRACTOR(S) SUBCONTRACTOR NAME: TRUCK/EQUIPMENT T'PE.. MAKE MODEL LICENSE PLATE NO. STATE REGISTERED TRUCK/EQUIPMENT 1 IDENTLFCATION NO. SUBCONTRACTOR NAME: TRUCK/EQUIPMENT TYPE MAKE MODEL ' LICENSE PLATE NO. STATE REGISTERED IN TRUCK/EQUIPMENT IDENTIFCATION NO. City of Miami Bid No. 05-06.092 Page 42 4.4, NII.NORITY / OMEN BUSINESS AFFAIRS REGISTRATION .FFID AVIT Female � 1 Black �o� Aapiicabie [ ] Hispanic [ ] e Pease Check One Box Only • If business is not 51% minority/female owned ; affidavit does not apply. If not applicable; notarization is not required. I (We), the undersigned agree to the following conditions: 1) that we have read Section 2.25 of the General Terms and meet' the fifty-one percent (51%) ownership and management requirement for minority/women registration status and Business En will abisede by all sof the policies and regulations governing the City of Miami Minority and Women 2) that if at any time information submitted by the undersigned bappticat from City in his/her Bidder r Application Miami's ppltion shoBidderulde suck prove o ist to be false, inaccurate, or misleading, applicants name will with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading.knformation or a change in the original information have occurred; 4) to notify the City of Miami within thirty-(30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women bues�ender a firm'sconcern as dicated on registration Bh the City null idder and void at the City of and cease to Miami, upon a finding to the contrary, may include that firm in its registered list of minority and women -owned businesses; 5) that the City of Miami has a right to diligently all informsiness Ent rpube, on eitted byreapplicant in his/her Bidder Application to monitor the status of the Minority/Women Bomen tatus and its 6) that the City of Miami may share a firmsifa>°the soieputon rpose of ac essing theits ofirm/`to file rsprocurement capability with other municipal or state agencies opportunities, unless otherwise specified by the firm in writing. . I (We) certify urider the penalties of perjury that the 1 nor as ionamcon ained in any and all application documents submitted to the City of Miami is correct as per d. Ordinance No. f62 Firm Name: (If signing as a corporate officer, kindly affix corporate seal) �41s17- (Name, Title & Date) (Name, Title &Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. COUNTY, -SS- ` 1AL k F DADE (T14� A I the foregoing instrument as his/her act and deed. That: That he/she has produced NOTARIZATION Date: NOTARY PUBLIC: My Commission Expires 64/19/09 My Commission Expires: FAILURE. TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DIS UALIFY TFH� air } 2 personally appeared before me and acknowledged G ER '•4•-k • .:->„ Z 1 U as identification. Page 43 City of Miami Bid No. 05-06-092 4.5. SAMPLE OF AFFIRMATIVE ACTION POLICY for EQT: AL Elva'LOY N NT OPPORTUNITY AFFIRMATIVE ACTION) EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT i' COi4.S iALd l ! e g lit Cc3 , I tv��• e)to base its hiring and promotions on merit, quaff) cations and competency and that its personnel practices will. not be influenceddban. applicant's status. or employee's race, color, place of birth,'re1i_ ' national It is the policy ofreligion, origin, sex, age, marital status, veteran handicappedf t f , JtM (K1~ e s to ensure that the following personnel practices are One of the management duties of all principals at being satisfied: 1. Take every necessary affirmative action to attract and retain .qualified employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, • regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. 604.72lizT16d � aiCA, ItZ is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and applicants opportunities available throughout this organization. l, despite Clearly, the above actions cannot be accomplished asap secondary has assigned one of any atsaprincipals ase thefull A� rmative ort of management. And so, to monitor our efforts, (Company ) Action Director to monitor alI activities of this program. Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy. DATE: Le MD Lo (SIGNATURE/TITLE): FAILURE TO COMPLETE. SIGN. ND RETURN THIS FORM MAY DIS UAL Y THIS BID. Page 44 City of Miami Sid Ne. 05-06-092 4.6. OFFICE LOCATION AFFIDAVIT • Phase type or print cieariy, This Affidavit must be completed in full, signed and notarized ONLY if your office is located within the corporate limits of the City of Mtami. Legal Name of F ir,n: Entity Type: (check one 'om: only) ! Partnership Soie Proprietorship Q Corporation Corporation Doc. No: Date Established: Occupational License No: Date of Issuance: ee 1,6Oati on, ofthe hi aderinrtiposer. PRESENT Street Address: City: State: How long at this location: PREVIOUS Street Address: City: State How long at this location: According to 'Ordinance No. 12271 (Section 18-85): The City Commission may offer to a responsible and responsive local bidder, who maintains a Local Office, the opportunity of accepting a bid at the low hid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%1 in excess of the lowest other responsible and responsive bidder. The intention of this section is to benefit local bona fide bidders/proposers to promote economic development within the corporate limits of the City of Miami. I (we) certify, under penalty of perjury, that the office location of ow firm has not been established with the sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section. (,Corporal.e Seal) Authorize Signature Print Name Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF DADE 0 Personally known to me; or Subscribed and Sworn before me that this is a true statement this day of 199 . 0 Produced identification: Notary Public, State of Florida My Commission expires (Scat) Printed name of Notary Public Please submit with your bid copies of Occupational License, professional and/or trade License to verify local status. The City of Miami also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other documents(s) to verify the location of the firms office. City of Miami Page 45 Bid No. 05-06-492 4.7. STATEMENT OF NO BID tithes without a sufficientrmin theacation ofei "No Bid" NOTE: If you do not intend to submit a aid on this commodity or sen�ice: please return this form in bid ervesope an or before bid opening. Failureto thervendor� dder•sit a response fiister �vy (,) will be cause for removal Office of the City Cleric 3500 Pan American Drive Miami, FL 33131-5504 We the undersigned, have declined td'submit a bid on your BidNu. '05-0L 94 for E G rCY DEg 'S R MQV ATE AND DISPOSAL SERVICDS for the following reasons: Specifications too "tight", i.e., geared toward one brand or manufacturer only (explain below). Insufficient time to respond to the Invitation for Bids 'We do not offer this product or service. Our schedule would not permit us to perform. We are unable to meet specifications. We are unable to meet bond requirements. Specifications are unclear (explain below). We are unable to meet insurance requirements. or service. Remove us from your bidders' Iist for this commodity Other (specify below). Remarks: We understand that if this statement is not completed and returned, our company may be deleted from the City of Miami bidder's' list for this commodity or service. Company Name: Signature: Title: Telephone: Date: A completed vendor appli cation should be returned with this form if vendor has not previously submitted an application and secured a vendor number from the City. Page 46 City of Miami Bid No. 05-46-092 4.8. STATEMENT OF LNTF•NT TO COMPLY WITH ORDINANCE NO. 10032 Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining. to the implementation of a "First Source Hiring Agreement". Bidder will complete and •submit the following questions as part of the IFB. Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami. , .:,.. A.. Do you expect to create new positions inyour comp anyin the event your. company was awarded this contract by the City? Y Yes No Evaluation of bidder's responsiveness to B. In the event your answer to Question "A" is yes, how many new positions would you create to perform this work? .12-123 j� o C Nao2tf s Se.o, 0 C. Please list below the title, rate of pay,eas a result of of this nd of contract.positions, and expected length or duration of all new positions which might be treat 8) (4.. AViS-&Cori J r.-Ni .Sa • q0(4A.415 (Use additional sheets if necessary) COMPANY NAME: SIGNATURE/TITLE: FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DISOUALIFY THIS BID. O► S DATE: [.01 2R 2 City of Miami Bid No. 05-06-052 0,a)Iti.,Q.,,C./4 Pot Page 47 4.9. PERFORMANCE AND PAYMENT BOND REQUIREMENTS The successful bidder shall furnish a Performance Bond, as stipulated on the Special Conditions of this IFB. The following specifications shall apply to the bond required: A. All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating- 0 500,001 1,500,001 2,500,001 5,000,000 Over 10,000,000 to to to to to 500,000 1,500,000 2,500,000 5,000,000 10,000,000 B V B+ VI A VII A VIII A • IX A+ X B. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For contracts in excess of 500,000 the company must have been fisted for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. D. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable. E. In lieu of a Performance Bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami will be acceptable. All interest will accrue to the City of Miami during the life of this contract and as long as the funds are being held by the City. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. The City of Miami reserves the right to reject any and all security tendered to the City. :The undersigned bidder acknowledges that (s)he has read.the above information and agrees to comply with the above requirements. Bidder: L -6-M RAC S �'Yl iG-Ei cef\tc.6:splc , (Company name) Date: Le Zq 1 Oco lint: A g,,g r ` C. Signature: AIL, 4 41/4)--t-te— Name: ? L A • eA11-0r FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM IF REQUIRED SHALL DISQUALIFY THIS BED. City of Miami Bid No. 05-O8-OS2 Page 48 5.0 BID RESPONSE CHECK UST This checklist is provided to help you conform to all requirements stipuiatec in this IF3 Required to be Submitted with Bid 1. Bid Certification Form (Form 4,1.) This form must be completed and signed to validate your bid 2. Bid Form- (Form 4.2.) This form must be completed and signed by bidder 3, Bidder Qualification Statement (Form 4.3.) This form should be completed in its entirety to verity the capability of bidder to perform/deliver the services/goods specified in the IFB and bidder must include pictures and ownership documentation. • 4. Minority/Women Business Affairs Registration Affidavit, if applicable (Form 4.4.) Must be completed only if one or more of the owners in the business enterprise is at least 51% owned by a Black, Hispanic or Female. 5. Affirmative Action Policy for Equal Employment Opportunity (Form 4.5.) Should be completed by Bidder. 6. Office Location Affidavit, if applicable (Form 4.6.) .Section 18-85 of City Ordinance No. 12271, states that the City Yes ® No ❑ Commission may offer to a responsible and responsive bidder, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder. (Must be signed and notarized by the local bidder, only for use in attesting office location). The City reserves the right to verify local status. 7. Statement of No Bid, only if applicable (Form 4.7.) If you do not intend to submit a bid on this commodity or service, Yes ® No In please return this form in the bid envelope an or before bid opening. If the "Statement of No Bid" form is not completed and returned, your company may be deleted from the City of Miami bidder's list for this commodity or service. 8. Statement of Compliance with Ordinance 10032.(Form 4.8.) This form must be completed and signed by bidder 9. Performance and Payment Bond (Form 4.9) This form must be completed by successful bider when required by City. 10. Occupational License Copy to be included with Bid. 11. Annual Financial Report Copy to be included with Bid. City of Miami Sid No. 05-05492 Page 49 Yes'® No Yes ®No❑ Yes ® No ❑ Yes ®No❑ Yes ® No ❑ Yes ® No ❑ Yes ®No❑ Yes ® No ❑ Yes ®No❑ ::: Solicitation Management System Pave 1 of mote' ginsagiu City of Miami Home ;; City Directory !: City Officials Solicitation Details ld Current Solicitations m Pending Solicitations Q Tabulations/Awards I9 Vendor Registration Login Current Bid holders Title Type Type of Purchase Issue Date/Time PreBid Date/Time Pre -Bid Conference Vendor Location Commission Agendas j Employment EMERGENCY DEBRIS REMOVAL AND DISPOSAL SERVICES IFB Term Contract 6/16/2006 -09:00 AM Other Downloadable Documents This Bid contains the following downloadable documents Emeroencv Debris Removal and Disposal Services Number M/WBE Set -Aside Last Date for Questions Due Date/Time 05-06-092 None 6/23/2006 7/5/2006 -02:00 PM Commodity Codes 988 - 07 - Cleaning of Amusement Areas, Exposition Centers, Grounds, Parks, etc. 988 - 36 - Grounds Maintenance: Mowing, Edging, Plant (Not Tree) Trimming, etc. 988 - 46 - Landfill Services 988 - 56 - Litter Removal Services (Including Beach Cleaning) (For Buildings See 910-27) 988 - 59 - Mulch/Compost Production Services 988 - 88 - Tree Trimming and Pruning Services 910 - 27 - Garbage/Trash Removal and Disposal 962 - 39 - Hauling Services 998 - 48 - Garbage 990 - 29 - Disaster Preparedness/Emergency Planning Services 990 - 30 - Disaster Relief Services 485 - 19 - Cleaner/Remover, Lead -Based Debris Dept Purchasers Details First Name Glenn Middle Name Email Telephone Pre -Bid Location Last Name gmarcos@ci.miami.fl.us Fax Document Available Location Marcos 305-416-1925 TO BE SUBMITT.D AS PART OF,YOUR BID RESPONSE. ATTACHMENT A FORM OF PERFORMANCE BOND Page (1 of 3) BY THIS BOND, We as Principal, hereinafter called CONTRACTOR, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called CITY, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of 20 , with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Performs the Contract between CONTRACTOR and CITY for the services of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains as a result of default by CONTRACTOR under the Contract; and City of Miami Page 50 Bid No. 06-06-092 FORM OF PERFORMANCE BOND (Page 2of3) 3, Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE 1T REMAINS IN, FU.LL.EORC. E AND EFFECT Whenever CONTRACTOR shall be, and declared by CITY to be, in default under the Contract, CITY having performed CITY obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bidor bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if CITY elects, upon determination by CITY and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and CITY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. No right of action shall accrue on this bond to or for the use of any person or. corporation other than CITY named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 City of Miami Page 51 Bid No. 05-06-092 FORM OF PERFORMANCE BOND (Page 3 of 3) WITNESSES: Secretary By: (CORPORATE SEAL) (Name of Corporation) (Signature) (Print Name and Title) IN THE PRESENCE OF: .INSURANCE COMPANY: • By: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: City of Miami Page E2 Bid No. 05-06-092 ATTACHMENT A-1 FORM OF PAYMENT BOND (Page lof 3) BY THIS BOND,_ We , as CON hereinafter called Principal, TRACTOR, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called CITY, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by CONTRACTOR in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN 'IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to City Di Miami Page 53 laid No. 05.06-092 FORM OF PAYMENT BOND (Page 2 of 3) CONTRACTOR a notice • that he intends to look to the bond 'for protection. 2.2. A -claimant who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or suppiies,' deliver to CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, the ialssupplies lsmay not cesestateinstituted d t under vthe nst CONTRACTOR orSurety unless preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must od c bandinstituted Time In limitations accordance provisions longer of the applicable prescribed in Section 255.05(2) Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or hangesodoesnce nat aith ffectny the oSurlety's ies connected with the Contract obligation under this Bond. Signed and sealed this day of , 20 ATTEST: By: (Secretary) (Corporate Seal) City of Miami Bid No. 05-06-092 CONTRACTOR (Name of Corporation) (Signature) (Print Name and Title) day of , 20 Page 54 FORM Ot= PAYMENT BOND (Page 3 of 3) IN THE PRESENCE OF: City of Miami Sid Na. 05-06-092 INSURANCE COMPANY: By: Agent and Attorney -in -Fact Address:• ----- (Street) (City/State/Zip Code) Telephone No.,: Page 55 ATTACHMENT A-2 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT (Page 1 of 2) Beneficiary: City of Miami 444 SW 2"d Avenue Miami, Florida 33130 at Amount: We hereby authorize you to draw on of and for the account of Date of Issue Issuing Bank's No. Applicant: (branch address) in United States Funds Expiry: (Date) Bid/Contract Number (Bank, Issuer name) by order (contractor, applicant, customer) up to an aggregate amount,. in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than .(expiration date) City of Miami • Bid No. 05-66-092 Page 56 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT (Page2of2) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated. This Letter of Credit shall .be renewed for successive periods of one (1) year each unless we provide the City of Miami with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the CITY that this Letter of Credit will expire prior to performance of the contractor's.obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature City of Miami Page 57 Bid No. O5-06-D92 ATTACHMENT B (Page1 of5) U,S. Army Corps of Engineers Hurricane Debris Estimating Model Background • The U.S. Army Corps of Engineers (USACE) Emergency Management staff has developed a modeling methodology designed to forecast potential amounts of hurricane generated debris • Based on actual data from Hurricanes Frederic, Hugo and Andrew. • The estimated quantities produced by the model have a predicted accuracy of ± 30%. • The primary factor used by the model is the number of households in a developed urban/suburban area. • Other factors utilited are: • Cubic yards of debris generated per household per storm category. • Vegetative cover. • Commercial density. • Precipitation.. • Household debris includes damage to the house, contents and surrounding shrubs/trees. • Vegetative cover includes all trees and shrubbery located along public rights -of -way, parks and residential areas. •. Commercial density includes debris generated by damage to businesses and industrial facilities. • Private Contractor(s)s will remove the majority of commercial related debris; however, disposal/reduction space is still required. • Very wet storms will cause ground saturation, increasing tree fall. Initial Planning Data * For planning purposes, the worst case scenario should be used for the subject area. • The most accurate process is to determine the defined areas by using Doppler Radar (National 'Weather Service Broadcasts) and Geographical Information Systems (GIS). • Doppler radar will define the storm's intensity and the exact track of the eye of the storm in relation to the affected area. • Track the storm and plot the eye path and 5-mile wide bands out from the eye to define areas and estimate wind speeds. • The wind speed of the eye wall normally determines the reported storm category with the outward or 5-mile bands being a lesser category. • Track the storm inland until the wind speeds dissipate below hurricane strength. • Divide outlined areas by storm category. • Enter coordinates into a GIS database to determine areas and demographic information, such as: • Population. • Schools. • Businesses. City of Miami Page 58 Bid No. 05-06-092 (Page 2 of 5) STEP 1—ESTIMATING DEBRIS QUANTITIES The formula used in this model will generate debris quantity as an absolute value .based on a known/estimated population or a debris quantity per square mile based upon population density per square mile. • Determine population (P) in the affected area. • For example, 2000 census data for City of Miami was, by rounding off the fl e; 370,000. • P=370,000. • • The -assumption of 3 persons per household (H) is used for this model. • Known/estimated population (P) for a jurisdiction may be used to determine a value for H or H=P/3. Example A category 4 storm passes through the City of Miami, The area is primarily single family dweIIings with some apartment complexes, schools, and shopping centers. Vegetation characteristic is heavy because of the proliferation of residential landscape shrubbery and trees throughout the area. The storm is very wet, with rain before and continuing for a few days after the hurricane. Formula: Q= H(C)(V)(B)(S) H= P/3= 370,000/3 = 123,333 (3 persons/household) C= 50 (Factor for a Category 4 storm) V= 1.5 (Multiplier for heavy vegetation) B= 1.3 (Multiplier for heavy commercial due to schools/stores/apartments) S=1.3 (Multiplier for wet storm event) Then Q=123,333 x50x1.5x1.3x1.3 =15,632,500 cubic yards of debris or 16 million cy The Model Formula: Q= H (C)(V)(B)(S) where: Q is the quantity of debris in cubic yards. H is the number of households. C is the storm category factor in cubic yards. V is the vegetation characteristic multiplier. B is the commercial/business/industrial use multiplier. S is the storm precipitation characteristic multiplier. City of Miami Page 59 5io No, 05-06-092 (Page 3 of 5) C is the storm category factor as shown below. It expresses debris quantity in cubic yards (cy) per household by hurricane category and includes the house and its contents, and land foliage. HURRICANE CATEGORY 1 2 3.. /4 5 VALUE OF "C" FACTOR 2 cy 8 cy • 20 cy ✓50 cy 80 cy V is the vegetation multiplier as shown below. It acts to increase the quantity of debris by adding vegetation, including shrubbery and trees, on public rights -of -way. VEGETATIVE VALUE OF "V" COVER MULTIPLIER LIGHT 1.1 MEDIUM 1.3 HEAVY ✓ 1.5 B is the multiplier that takes into account areas that are not solely single-family residential, but includes small retail stores, schools, apartments, shopping centers, and light industrial/manufacturing facilities. Built into this multiplier is the offsetting commercial insurance requirement for owner/operator salvage operations. COMMERCIAL VALUE OF "B" DENSITY MULTIPLIER LIGHT 1.0 MEDIUM 1.2 ✓HEAVY ✓1.3 S is the precipitation multiplier that takes into account either a "wet" or "dry" storm event. A "wet" storrn for category 3 or greater storms will generate more vegetative debris due to the uprooting of complete trees, PRECIPITATION VALUE OF "S" CHARACTERISTIC MULTIPLIER NONE TO LIGHT 1.0 ✓MEDIUM T.0 HEAVY • ✓1.3 NOTE: Steps 2 and 3 of this mode; can also be applied to other debris generating events once an estimated quantity of debris is established. City of Miami Bid No. 05-06-092 Page 60 (Page 4 of 5) STEP 2—DEBRIS STORAGE SITE REQUIREMENTS • Estimate debris pile stack height of 10-feet. • 60% usage of land area to provide for roads, safety buffers, bum pits and household hazardous waste areas. 1 acre (ac) = 4,840 square yards (sy) 10 foot stack height = 3.33 yards(y) total volume per acre = 4,840 sy/ac x 3.33 y = 16,117 cylac • From the example above, the acreage required for debris reduction sites is: 15,632,500/ 16,117 cylac = 970 acres (required for debris storage only, no buffers, etc.) • To provide for roads and buffers, the acreage must be increased by a factor of 1.66. 1170 ac x 1.66 = 1,610 acres or, since one square mile (snQ = 640 acres 1610ac/640as/sm=2.52' srn. • If you assume a 100 acre storage site can be cycled every 45 to 60 days or one time during the recovery period, then 1,610/2 = 805 ac or nine 100 acre sites would be required. • The number of sites varies with: • Size. • Distance from source. • Speed of reduction (mixed debris is slower than clean woody debris). • Removal urgency. • The USAGE commonly removes approximately 70% of the total volume generated with local.. governments, volunteer groups, and private individuals removing the remainder. If 15,632,500 million cy were estimated, the USACE would estimate removing approximately 10.9 million cy of debris. STEP 3—CATEGORIES OF DEBRIS Debris removed will consist of two broad categories: • Clean wood debris. • Construction and demolition (C&D) debris. • The clean debris will come early in the removal process as residents and local governments clear yards and rights -of -way. • The debris removal mission can be facilitated if debris is segregated as much as possible at the origin along the right-of-way, according to type, • The public should be informed res.r.arding debris segregation as soon as possible after the storm. City of Miami Page 61 Bid No. 05-06-092 (Page 5 of 5) • :'iiiie periods should be set for removal, the first 7-10 days clean woody debris only, then followed by other debris, with the metals segregated from non-metals. • Most common hurricane -Generated debris will consist of the following: 30% Clean woody debris . 70% Mixed C&D Of the 70% mixed C&D: 42% Burnable -but requires suiting 5% Soil 15% Metals 38% Landfilled • 3ased upon the above, 15,632,500 cy of debris would break down as follows: 4,689,750 cy Clean woody debris 10,942,750 cy Mixed C&D • Of the 10,942,750 cy of mixed C&D, 4,595,850 cy is burnable but requires sorting, 547,125 cy is soil, 1,641,375 cy is metals, and 4,158,150 cy is landfilled. • Burning will produce about 95% volume reduction. • Chipping and grinding reduce the debris volume on a 4-to-1 ratio (4 cy is reduced to 1 cy) or by 75%. • The rate of burning is basically equal to the rate of chipping/grinding, about 200 cy/hr. However, chipping requires on -site storage and disposal of the chips/mulch. City of Miami Page 62 Bid N. 05.06-052 ATTACHMENT C Sample of Load Ticket LOAD TICKET TICKET NUMBER: 00001 CONTRACT NUMBER: PRIME CONTRACTOR'S NAME:,. DATE: DEBRIS QCJANTITY Truck No: Capacity (CY): Load Size: Cubic Yards or Tons Truck Driver: License Plate No. State: lY,±' l , • ,?A",. . 7 "".:aL m 'C;.A5 ^,-T 1r„",M1 le icy a .,,:u{4. DEBRIS CLASSIFICATION (Please X appropriate classification) Burnable Non -Burnable Mixed Other LOCATION Zone/Section Dumpsite Location ACTIVITY Date : Time: Contract Monitor: Loading Dumping. City of Miami Paae 63 Bid No, 05.06-092 ATTACHMENT D Sample of Daily Report DAILY REPORT CONTRACTOR: CONTRACT NO.: DATE OF REPORT: • 1 TRUCK NO. CAPACITY BURN SITE • TRIPS C.Y. PER TON LANDFILL TOTALS TOTAL 1 TRIPS C.Y. TOTALS I I 2 3 4 5 6 7 8 . 9 10 DA TOTALS LY DAILY REPORT CONTRACTOR: CONTRACT NO.: DATE OF REPORT: PROCESSING SITE 1 STUMPS 26"-36" STUMPS 36"-48" STUMPS >49" 2 3 4 5 6 7 8 • 10 i if DAILY TOTALS City of Miami Page 64 Bid No. 05-06-092 ATTACHMENT E FORM OF FINAL RECEIPT OF PAYMENT AND RELEASE OF LIEN BY CONTRACTOR STATE OF FLORIDA COUTY OF MIAMI-DADE: FINAL RECEIPT AND 'RELEASE OF LIEN FOR CONTRACT NO & TITLE, The.. undersigned ...cnntractor-. does . hereby.. acknowledge .this day of 20 from City of Miami, Florida, receipt the sum of Dollars ($ ) as full and final payment to CONTRACTOR for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. CONTRACTOR hereby indemnifies discharges and releases CITY from ail liens, lien rights, claims, or demands whatsoever arising out of the Contract and Project against the City of Miami arising out of said contract or in connect herewith.. CONTRACTOR hereby Certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, CONTRACTOR may submit a consent of surety to final payment in a form satisfactory to CITY. CONTRACTOR further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. An Affidavit on behalf of the contractor, signed by has been furnished to the City of Miami, as well as final releases of lien executed by all materialmen and subcontractor regardless of their tier. IN WITNESS WHEREOF, the contractor has caused this release to executed in its name and under its seal by its proper officers, this day of , 20_ Signed, Sealed and Delivered In the Presence of: ATTEST: CONTRACTOR (Name of Corporation) By: (Corporate Secretary) (Signature) (Corporate Seal) (Print Name and Title) rif not incorporated sign below.] WITNESSES: CONTRACTOR (Name of Firm) By: (Signature) (Print Name and Title) City of Miami Page 65 Bid No. 05-06-092 (Revised on 6/30/06) eat ants8tida.i 4.2. BID FORM The bid prices provided below shall include the furnishing of all labor, operator, supervision, fuel, equipment, any other costs to perform services in accordance with the General Conditions, Special Conditions, and Scope of Work contained in this Invitation for Bid: STEM' •DESCRIPTION'OF'SERVICES ,. � IhIabi�zation and Dern'obiltzafior� ? ,' fiEme 'rgeiacyaaacl.cleacance� $," , r+ � t' r �? _ t QRetrio n; ` debris from ,public prgpetty aild nghfs ofwax and f Tt+m�otary Dees Slo age andRednc3t4n�Sitey Remoicgebris from private pmPert attd hattltngr o errspora a !! gwitpcyrk.ltV Y-�PS�°' t�J Yti`� JInS Tar 3.„5i3y. aajj�e,,htx}� auluiig .„,„ Eyelt; bris to k tna I �Jis osal > tte �f�ase s 1'�F .mik T' tt °'{' Iwo''"�Mi �rtdG'e"8liil�r!tlait�BC}a9A3i�" � + sL a � " tc an u ,artkt�ilaU uigybfurFlQn Ve etatt�r andf t, 'ioa�'Ubkc�`�+8rds; o£r141 U< aadsauftbgao#deg""etatrle(Buable)fir�s4 Nrti, b.�Korai5, e'brtS Storage wgn`d dl yYNV..?."Wi,+t Ly Li M1 fi4 onkaubic, Ards habled in :,r" i e�(S�te;k ertk' S#AAer tree+t t{ttp> a ieigi t of i ram.V41, � U s# rigi a"Itoi`F' rees40:d but. a g.itti n"G incheslm.draailete610 A I s i 1 la"i�eiar�ta(�af rbe fi rt �' s ;,riches �n,dta�neie�anii+lup but less `thatt+�2 tnohes' wane z e"r`rio i Ib f 'rce"s lii� Inches fs'dtarneter dn>fu tbut,7ess�fh' i1r't24tr[iche'"s 1�4 � ;*Rt mo !a of�Ttree 41tnehes n citaulefcr af}d upr'b tt�ess'than f48 �nehes' , "3=15 a $emouel �Trdes�etlualtonrf eater han14$'m hds`ai `di ii ti a2ardous :Sttltups ous Stutnas, rf a`s �"�titi� rAr wig,, ""� tatne'er. f $ �r a'�y� daus;Sturnps YkT.+lxFCkFf 5 anehesltiiti1iWa4r' tiiit'less Akan 1� ,,.. �x . p i;"14 Hid i ti ,�� a� , / 1 Uiiblii ie iainet btit it's thatl`, tual Ito 'oi greater _''UNIT•OF MEASURE t,Ump.1Sum ;S) ourl r Cdbtir'I'$rds {Ci'} i y IW } UNIT COS'' JO,OOoO 1f W2S q.- Ia-�� ,1 t.,4 of -Tonal #Y-44. t d rCuble `iral �i57 s+ J++ t ACub6VaAg er adtix ; err �3 'e a MAINViafetWeg �7S 412 /g-• .12 /Q*-5 433. .qoc 70 D ° a /DOOoo TOTAL AMOUNT (1-18) $ / G , (s fC G -{ * Denotes- Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination. LOCATION OF PERMANENT DUMPSITE(S): 0 Rao Wu) q Arch A V 6 6,61121 Ai j Adam. , `ymi a�l,a;_,IL, 33 I7 gi (Street Address) (City) (State) (Zip Code) 8Afoo6 4-w -q 1'727 4rAiterce,, ..e.Ai , (L. aS f 7 3 (Street Address) (City) (State) (Zip Code) (Street Address) (City) (State) (Zip Code) Authorized Signature: ,� ' r �.�-�� � Date: ���/db ALLvh7SC-a- "" LIRE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DEEM YOUR BID NON -RESPONSIVE ti ,ry of Miami Bid No. 05-06-088 Company Experience Storm Reconstruction Services, Inc. (SRS), established in 1993 for the purpose of disaster recovery and debris management, maintains over 50 years combined experience in recovery from Hurricanes, Tornados, Floods, Fires and Ice Storms. Our seasoned team of individuals combines a wealth of knowledge and extensive experience from working together on a number of projects with various agencies such as Cities, Counties, the Federal Government and the private sector. These experiences have included many phases of recovery following natural and manmade disasters including pre -disaster planning and hazard mitigation. Our talents included the above as well as: 1. Preliminary Damage Assessments 2. Emergency Right of Way Clearance 3. Management, Implementation, operation of contracts 4 Debris removal, debris reduction, disposal and demolition 5 Clean up and stabilization of stream banks and waterways 6 Clearing and reforestation of parks and public lands 7. Demolition, removal and reconstruction of buildings 8. Complete FEMA reimbursement procedures, documentation and reconciliation for Federal, State programs The principles and executive officers of SRS came together with individual work chronicles to form one of the strongest, most successful storm recovery companies in existence. These individuals possess wide-ranging successful backgrounds in disaster recovery, construction, real estate, insurance, accounting and management. The founders of SRS realized that therewas a need for credible, reputable companies to assist in an area that many would not have the financial means to undertake. Understanding the complexities of this industry, they were able to pull together a team of professionals ranging from construction managers and equipment operators to engineers and financial managers. SRS maintains a strong financial background and has ownership and control of a substantial amount of equipment that has.enabled us to provide expedient mobilization in response to large scale events. SRS can mobilize within a minimal time frame upon a Notice to Proceed from the Contracting Agency. Along with our listing of over 400 Plus subcontractors from all over the US, we are able to satisfy any and all requirements personnel and equipment for debris removal, separation, reduction and disposal, including multiple site management. We have an extensive list of completed contracts, which will further verify the strength of our company. SRS feels that a strong understanding of all divisions of the company promotes a safer and more efficient disaster recovery. SRS managed and performed all phases of debris management from the first 70 hours push, through debris removal from ROW, debris removal from ROE's, and to providing disposal of mulch for the Army Corps of Engineers for multiple projects for Hurricane Katrin and Hurricane Wilma. We managed concurrently 41 projects of varying sizes and scopes in Florida, Mississippi and Texas following these monstrous storms. In the summer and fail of 2004 through to January of 2005, we provided debris loading and hauling, debris disposal and debris reduction for more than 19 simultaneous projects throughout Florida and Alabama following Hurricanes Charley, Jeanne, Frances and Ivan. Prior to these events, we were performing Right of Way maintenance for the South Carolina DOT following the most catastrophic ice storms to ever befall that state. During the previous hurricane season we were performing various, concurrent debris management projects throughout North Carolina, Virginia and Washington, DC Following Hurricane Isabel. The Spring and Summer before that, we concentrated our efforts in cleanup from several tornadoes throughout the State of Tennessee. We performed as Prime Contractor for Shelby County, Tennessee and one of the larger suburbs (Collierville), In Jackson, Tennessee we performed debris removal, disposal and reduction and disposal following a double Category included the removal ._... _. _. ....... This contract inC ..._ .... . which devastated the city acounty. Three Tornadoes in of debris from Private Property where we used a Right of Entry form todocument the allowance and provisions for this part of the contract. This contract was completed ahead of schedule, with 1000/0 customer satisfaction and a 1000/0 safety record. The agency received compensation from FEMA based on our paper work in record time. During the Winter of 2002-2003, we concurrently managed contracts spanning the entire State of North Carolina following the most disastrous Ice Storm to ever befall that State. During this contract the services we provided to the various cities, counties and respective DOT's included debris removal, debris reduction, debris disposal and management of multiple TDSRS's. These are evidenced in our contracts listings. During that time, we supervised over 100 subcontractors and 300 plus pieces of equipment. SRS, again in the Winter of 2001-2002, acting as Prime Contractor managed multiple contracts throughout the State of Arkansas, where 52 counties were claimed federal disasters. SRS loaded, hauled, reduced and disposed of in excess of 800,000 Cubic Yards of Debris. During this same time frame, we acted as Prime contractor in Texas, Oklahoma and Missouri for multiple contracts. We were also Prime. Contractor during the Winter of 2000 following the Ice Storms that created heavy damage throughout most of the Southeast. We successfully completed Debris Removal,. Reduction and Disposal Operations for multiple simultaneous contracts in Alabama, Georgia, and North Carolina. During the Fall of 1998 we negotiated, organized and managed five (5) concurrent disasters spanning four (4) separate states where we acted as the Prirne Contractor for disaster recovery from Hurricane Fran in North Carolina, Hurricane Bonnie in Virginia, Hurricane Georges in Alabama, a Wind Storm in Syracuse, New York. We hauled and reduced over One millions Cubic Yards of Debris in less than 60 days in this contract. We also performed cleanup following an F-5 Tornado in Jefferson County Alabama that caused more than $13 Million in damages. Our ability to deploy our trained personnel as well as quickly call on the' needed additional experience and manpower has been evidenced in the early successful completion of all of these contracts. These contracts are referenced in our list of completed contracts, which are a part of this Bid Proposal. SRS owns large Tub Grinders that are superior for vegetative debris reduction operations. We also have the availability for an unlimited number of trackhoes, backhoes, front-end loaders, knuckle booms, dump trucks, dump trailers, and large chainsaws. As you will see in the attached, we have unlimited equipment and support personnel to manage the removal of debris, separate the debris by category into hazardous material, recyclable material and to perform debris reduction on a large scale basis. We own several Air Curtain Incinerators for controlled burning and incineration procedures. This type of debris reduction proves to be the most cost effective, as well as the most environmentally friendly type of reduction. This method reduces debris by a 4.1 ratio, which alleviates the need for additional land fill space. Additionally, we have years of experience in utilizing Controlled open air incineration methods when called for with vegetative debris. Incineration of dean woody debris in this type of environment presents minimal concerns to the area, and the ash can be recycled and is used for soil additives. Considerations of topography (waste streams, etc.) are always used in determination of burn sites. We are accustomed to emergency response situations and readily respond in a timely manner. We are familiar with. all rules and regulations of FEMA, U. S. Army Corps of Engineers, the various Environmental Protection Agencies, local and state permits and regulatory issues pertaining to projects of this scope, and hold the highest reputation in the field for accountability, preparation and goodwill with our Contracting Agencies. Once again, we stress the importance of checking references for previous all prere vious contracts. The goodwill, which we create in an otherwise stressful situation is as important as the cleanup itself. At the beginning of each project, we establish the protocol for reporting procedures, safety meetings, communication systems and documentation. Ail procedures are fine tuned by our experienced personnel to provide the utmost in efficiency and to streamline the operation . These lines of communication extend not only to our immediate contacts, but in our training sessions with administrative and clerical personnel. The training we provide and the use of software SRS has developed specifically for this purpose also create benefits for the contracting agency. Daily reporting, daily reconciliation and the proper usage of documentation including load tickets specifically designed for this type of project, daily reports and our ability to identify specific situations through fact sheets is a benefit to the contracting agency. SRS has a proven record of successful projects, completed with an excellent safety rating and 100% client satisfaction. We anticipate the opportunity to helping your community should the need arise. SRS COMPLETED CONTRACTS 1 I Storm Reconstruction Services,Inc. 1609 Veterans Memorial Parkway Tuscaloosa, At. 35404 Completed Contracts Dates - Storm/Event Owner! Prime/Location Description Amount Quantity 556,827CY Sept 05- Feb06 Hurricane Katrina MS, Forrest County* Debris Removal , Disposal. Reduction $ 4,733,032.82 Sept 05- Apri106 Hurricane Katrina MS, Forrest County* Site Management $ 1,352,904.00 541,162CY Sept 05- Dec 05 Hurricane Katrina MS, Stone County ROE Debris Removal , Disposal, Reduction $ 4,522,123.00 565,266CY Sept 05- Dec 05 Hurricane Katrina MS, Hinds* Debris Removal , Disposal, Reduction $ 688,960.00 275,584CY Sept 05- Dec 05 Hurricane Katrina MS, KBR Sea Bee Base* Debris Removal , Disposal, Reduction $ 2,373,809.33 296,725CY Sept 05- Dec 05 Hurricane Katrina MS. LBR Disposal* Debris Removal , Disposal, Reduction $ 104,360.03 13,045CY Sep105- Dec 05 Hurricane Katrina MS, Madison* Debris Removal , Disposal, Reduction $ 286,032.00 35,754CY 203,717CY Sept 05- Dec 05 Hurricane Katrina MS, Lamar County* Debris Removal , Disposal, Reduction $ 1,629.738.00 $ 422 523.00 Sept 05- April 06 Hurricane Katrina • MS, Lamar CountySite Mgmf* - Debris Reduction 169,009CY 411,812CY 1,067,6616; Sept 05- Dec 05 Hurricane Katrina MS, Lamar County DOT* Debris Removal , Disposal, Reduction $ - 3.294,501.94 Sept 05_Dec 05 Hurricane Katrina . MS, Stone County Debris Removal , Disposal, Reduction $ , 8,537,329.49 Sept 05- Dec 05 Hurricane Katrina MS, Stone County DOT* Debris Removal , Disposal, Reduction $ 1,596,728.40 199 591CY October 05- Dec 05 Hurricane Wilma FL, BIC All Income Hrly Grind* Debris reduction $ 15,675.00 6,270CY October 05- Dec 05 Hurricane Wilma FL, BIC Alt Income* Debris Removal, Disposal, ROW hauling $ .,1._,387,299.80 $ 1,625,630.01 $ 80,937.00 173,412CY 203 204CY 32,375CY October 05- Dec 05 Hurricane Wilma FL, Cooper City* Debris Removal, Disposal, Reduction October 05- Dec 05 Hurricane Wilma FL, Dania Beach* Debris Removal , Disposal, Reduction October 05- Dec 05 Hurricane Wilma FL,_Sunrise* Debris Removal , Disposal, Reduction $ 281845.71 35,231 CY October 05- Dec 05 Hurricane Wilma FL, Weston* Debris Removal , Disposal, Reduction $ 228, 573.00 28,572CY October 05- Dec 05 Hurricane Wilma FL, North Palm Beach Water Control Dist Debris Removal , Disposal, Reduction $ 150,770.40 18,846CY October 05- Dec 05 Hurricane Wilma FL, Broward County Highway and Bridges Debris Removal , Disposal, Reduction $ 210,965.85 26,371CY October 05- Dec 05 Hurricane Wilma FL, Broward iinincorported* Debris Removal , Disposal, Reduction $ 1,735,931.61 216,991CY 374,122CY October 05- Dec 05 Hurricane Wilma FL, Plantation* Debris Removal , Disposal, Reduction $ : 2,992,978.53 October 05- Dec 05 Hurricane Wilma FL, Plantation* Debris removal $ 3,127,414.23 390,927CY October 05- Dec 05 Hurricane Wilma FL, Plantation* Debris removal $ 401,332.75 50 166CY October 05- Dec 05 Hurricane Wilma FL, Plantation* Debris removal -$ 48,086.95 6,011CY October 05- Dec 05 Hurricane Rita TXDOT, Jasper County Right of Way Clearing $ , 195 121.92 2,439CY October 05- Dec 05 Hurricane Rita TXDOT, Jefferson County Right of Way Clearing - $ 37,556.16 4,694CY October 05- Dec 05 Hurricane Rita TXDOT, Liberty County 38-001 Right of Way Clearing $ 177,475.98 22 186CY October 05- Dec 05 Hurricane Rita TXDOT, Liberty County39-001 Right of Way Clearing $ 201,540.60 25,193CY October 05- Dec 05 Hurricane Rita TXDOT, Newton County Right of Way Clearing $ 258 906.78 32,363CY October 05- Dec 05 Hurricane Rita TXDOT, Orange County Right of Way Clearing $ 227 154.51 28 394CY 56,313CY October 05- Dec 05 Hurricane Rita TX, Sabine County* - Debris Removal , Disposal, Reduction $ 450,500.00 October 05- Dec 05 Hurricane Rita TX, City of Livingston* Debris Removal , Disposal, Reduction $ 121,220.00 15,152CY October 05- Dec 05 Hurricane Rita TX, Polk County* Debris Removal , Disposal, Reduction $ 166,960.00 20,870CY October 05- Nov 05 Hurricane Rita TX, City of Cleveland Debris Removal , Disposal, Reduction $ 217,879.65 27,235CY October 05- Nov 05 Hurricane Rita TX, Harris County Debris Removal , Disposal, Reduction $ 93,394.45 11 ,674CY 519,690CY Sept 05- Dec 05 Hurricane Katrina/ Wilma FL, Hollywood Debris Removal , Disposal, Reduction $ 4,157,522.19 Sept 05- Dec 05 ' Hurricane Katrina FL, Hollywood Debris Removal , Disposal, Reduction $ 599,077.17 74,885CY Sept 05- Dec 05 Hurricane wilma FL, Hollywood Debris Removal , Disposal, Reduction $ 3,692,034.92 461 504CY September 05-Nov 05 Hurricane Katrina AL, Vestavia Debris Removal , Disposal, Reduction $ 263,674.95 32,959CY September 05-Nov 05 Hurricane Katrina AL, Tuscaloosa Debris Removal , Disposal, Reduction $ 431,139.25 53,892CY * denotes Prime Subcontractor • PAGE 1 September 05-Nov 05 Hurricane Katrina Hurricane Jeanne May 05- June 05 May 05- June 05 May 05- June 05 Oct - Dec 04 Oct - Dec 04 Hurricane Jeanne Humcane Jeanne Charley,FrancesJeanne, Ivan Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Cherie FrancesJeanne Ivan Cherie FrancesJeanne Ivan Cherie FrancesJeanne Ivan Charley.FrancesJeanne, Ivan Charle ,FrancesJeanne Ivan Charle FrancesJeanne Ivan Charley,FrancesJeanne, Ivan Charley,FrancesJeanne, Ivan Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 Oct - Dec 04 . Oct - Dec 04 Oct - Dec 04 Maro1-Mar31,2004 Ice Storm Mar15-Mar30,2004 Ice storm Charle FrancesJeanne, Ivan Charley,FrancesJeanne, Ivan Cherie FrancesJeanne Ivan Charle ,FrancesJeanne Ivan Cherie FrancesJeanne Ivan Hurricane Ivan Annual maintenance Cherie ,FrancesJeanne Ivan Mar12-Mar27.2004 Ice storm Mar10-Apri110 2004 Ice Storm Feb15-Mar01,2004 Ve etative Apr-04 _ _ Feb05-May05,2004 Jan10-Mari.2004 Nov25-Dec14,2003 Nov 25-Dec01,2003 Nov 5-Nov20, 2003 Oct 25-Nov05,2003 Oct 15-Nov15,2003 Oc115-Dec15,2003 Oct 15-0ct30,2003 , • rind Private Grind Sewer Rehab Sewer Rehab Hurricane Isabe Hurricane Isabe Hurricane Isabe Hurricane Isabe Hurricane Hurricane Hurricane Isabe Isabe Isabe Oct 15-Nov 5,2003 Hurricane Isabe Oct 01-Dec 05, 2003 ,Hurricane Isabe Oct 8 - Nov 8 2003 Sep1.25-Oc115,2003 Sept 15- 25,2003 Aug 05 - 27, 2003 Au • MS Gu SRS COMPLETED CONTRACTS • ort Seabee Base* FL, SWFWMD Peace Creek FL, SWFWMD Alligator Creek Sanibel, FL Hillsborou h Count FL FL Pierce, FL* Ft, Pierce, FL* DeSolo Count FL* N Brevard County, FL* Port S1 Lucie, FL* S Brevard Count FL* St Lucie County,. FL* Avon Park, FL* DeSolo Coun FL* Altamonte Springs, FL Hurricane Isabe Hurricane Isabe Hurricane Isabe Hunt. Claudette 01 - 27 2003 Seminole Count FL* Winter Park FL* Mobile Count AL* Spring Hill College, Mobile, AL Housin Aulhorit of Savannah , Jefferson Coun AL Pros • Oran • rit SC ebu SC Orangeburg, SC Cil of Columbia, SC Boise -Cascade AL Boise Grind All Income Cil of Auburn, AL Cit of Ashville AL Town of Winfall NC Pas uo Co -ElizCit Portsmouth, VA Public Schools Elizabeth Cit Sl Univ NC Town of Hertford, NC VDOT-ChasCi CO City of Emporia, VA VDOT-Hanover CO DC/Waste M Pas mt uotank Co NC Chesa Metro -Davidson CO TN Nuclear Power Plant Tornado Wind Vir , ake VA inia Beach VA City of Victoria, TX TN Nashville TN, NA Oak Rid Shelb Co TN • e Pub Sch/NC Debris Removal Dis • osal Reduction Debris removal, Canals, Waterwa Debris removal Canals Waterwa s Debris removal, Canals, Waterwa Debris removal. dis osal reduction Debris removal dis osal, reduction . Beach sand haulin and removal Debris removal dis osal, reduction Debris removal, disposal reduction Debris removal, dis osal Debris removal dis °sal reduction Debris removal, disposal, reduction Reduction by grindin Reduction b • rindin • • Reduction by grinding Ve debris Toad and haul Emer • enc • ush , debris removal Debris removal dis osal, reduction Debris removal, disposal Tree trimmin , ve • Debris removal dis Grindin • removal and dis osal reduction of storm debris Load haul • rind for Cit Parks Grinding of storm debris Grindin• of storm debris from ice storm Grindin, of ve. etative debris from • a m ermill Grindin • of ve • etative debris from • a. ermilt Cit munici , al rehab Cit munici . al rehab Debris removal disposal Debris Debris Debris Debris Removal Removal Removal dis dis dis Removal dis Debris Removal, dis osal osal osal, reduction osal reduction osal osal ROW haulin osal osal reduction osal osal osal ROW haul osal reduction • • Debris Remove, dis Debris removal dis Debris Removal dis Debris Removal dis • • • Debris Removal, dis Debris Removal dis Debris removal dis Brush Collectoin Route Reduction b rindin Debris removal dis • • osal reduction $ 2 373,809.33 296, _ 26CY $ 137 730.00 17,216CY $ 290112.00 36264CY $ 187 125.0C1 23,391CY $ : 7 705 000.00 963,125CY $ 2,237,854.00 279,732CY $ 135,485_00 16,936CY $ 10 484 000.00 1,310,500CY $ 5,159,509.40_ 644,939CY $ 545000.0068,125CY $ 1 472,000.00 184,000CY $ 4,070,000.00 _ 508,75 0CY $ 28 500.00 11,400CY $ 735 000.00 294,000CY $ 112 888.00 45,155CY $ 134 000.00 _16,750CY $ 82,000.00 10,250CY $ 1,485,698.00 185.712CY $ 28,750.00 ____ 3,594CY $ 162 335.00 20,292CY $ 4 347,225.00 543,403CY $ 4,500.00 1,800CY $ 136 fi, 00.00 _17,075CY $ 59 000.00 23600CY $ 31,825.00_ _,__12,73OCY $ 3,500.00 4,375CY 4 500.00 1,800CY $ 500 000.00 62,500CY $ 600,000.00 75,000CY $ 29,700.00 37.125CY $ 52,200.00__. 6,525CY $ - 48500.00 6,066CY $ 81 250.00 _ 10,156CY $ 167 465.0(1 _0,933CY $ 585 000.00 _7_3,125CY 3 $ 26,525.00 .316CY $ 109,445.00_ 13,6BICY $ 1,836 278.00 229,535CY_ $ 187 400.00 23,425CY $ 530 000.00 66,250CY $ 197 708,00 _ 24,714CY $ 1,350,000.00 168,750CY $ 1,085,149.38 _ 135644CY $ 32,000.00 - 4,000CY $ . 642 700.00 80 3386Y • denotes Prime Subcontractor PAGE 2 SRS COMPLETED CONTRACTS Aug 02. 22, 2003 Tornado, Wind July 27._29, 2003 Tub Grind July 01 - Aug 03, 03 Sewer Project . June 27 - July 26, 03 Tornado May 27 - Ju-y1 9. 03 Tornado May 27 - July 29, 03 Tornado May 17 - July27, 03 Tornado May 07=14, 2003 Tornado Apr 01-May 17, 03 Ice Storm Mar 27 - May 10, 03 Ice Storm Apr 01 - May 10, 03 Ice Storm Apr 08 - 29, 2003 Ice Storm Apr 27 - May 03, 03 Ice Storm Apr 27 - Jun 21, 03 Ice Storm Mar 30 - May 25, 03 Highway Clear Mar 29 - Apr 27, 03 Streambank Feb 10 -16, 2003 Tub Grinding Jan 25 - Feb 10, 03 Streambank Jan 15 - 29 2003 Tub Grinding Jan 07 - 25, 2003 Ice Storm Dec 20 - Jan 11, 03 Ice Storm Dec 15 - Jan 15, 03 Ice Storm Dec 15 - Jan 11 03 lee Storm Dec 12 - Jan 11, 03 Ice Storrn Dec 12 - Jan 02, 03 Ice Storm Nov 21 - Jan 21, 03 Tornado Nov 24 - Dec 10, 02 Tornado Nov 02 - Dec 02, 02 Hurricane Lili Nov 02 - Dec 02, 02 Hurricane Lili Oct 12 - Nov 12, 02 Hurricane Lili Sept 25 - Oct 25, 02 Tropical Isadore Oct 10 - Oct 21, 02- Hurricane Lili 2002 Tropical Isadore 2002 Flooding 2002 Jan4-Mar 4 2002 Jan 15- Mar22 2002 Jan 23-Mar1 2002 Jan 2,, Mar 25,2002 Jan6 - Mar 27,2002 Ice Storm Ice Storm, Tornado Private Grind Ice Storm Ice Storm Ice Storm Town of Collierville, TN Debris load, haul, dispose NAS Pensacola, FL Mulching and grinding vegetative City of Fay -site, AL Sewer project, street and curb City of Desoto, MO Debris removal Henderson Co, TN Debris removal Madison Co, TN ROW, ROE debris removal, dispose Town of Lexington, TN Disposal of veg debris . City of Jackson, TN ROW debris removal, load & haul Woodford Co, KY ROW debris removal, reduction Citty of Versailles, KY _ ROW debris removal. reduction City of Midway, KY ROW debris removal, disposal City of Lexington, KY ROW debris removal, reduction City of Lawrenceburg, KY ROW storm debris Anderson Co, KY ROW storm debris SC DOT Highway maint, silt fencing, fencing City of Homewood, AL Riprap rock placement, drainage Mobile Asphalt Grinding for private sector City of Altoona, AL Storm debris removal Mobile Asphalt Grinding for private sector NCDOT - Mecklenburg Load, haul storm debris City of Cary, NC Load & haul City of High Point, NC Load, haul, reduce storm debris City of Charlotte "C", NC Load, haul storm debris City of Charlotte "I", NC Load. haul storm debris City of Charlotte 'A", NC Load, haul storm debris Walker Co, AL Load. haul storm debris Pickens Co. GA Load, haul storm debris Storm debris reduction Storm debris reduction ROW debris removal Load, haul debris St. Landry. LA City of Rayne, LA LA DOT Seminole County, GA Asplundh Seminole City, GA MRCS, WV Butler County, MO We -rhaeuser Grindin City of Okeene, OK cleanu City of Warrensburg, MO City of Raymore, MO City of Overland Park, KS ROW ROW, load, haul ROW, load, haul Streambank cleanup ROW load, haul, grind debris removal ROW cleanup, debris removal ROW cleanup, debris removal ROW cleanup debris removal 5 $ $ $ 334,000.00 41,750CY 5,265.00 2,106CY 382,800.00 47,850CY 198,000.00 24,750CY 345,000.00 43,125CY 3,403,670.00 425,458CY 33.045.00 4,131CY 44,355.00 ,44CY 377,220.00 47,153C( 15-000.00 ___ 1,875_CY $ 43,000.00 5,375CY $ 90,200.00 11,276CY $ 24,000.00_ _-_-_3,000CY $ 121,400.00 15,175CY $ 530,015.00 66,252CY $ 95 080.00 11,885CY $ 5,000.00 --- 962CY $ - 27,300.00 _ 3,413CY $ 5,000.00_ ____.g62CY $ 88,514.00 11,064CY $ 182433.00 22,804CY $ 1,010.258.00 126,282CY $ 443,568,00 55 446CY $ 313 568.00 39 i 96GY $ 621,121.00 77,E40CY_ $ 2,408.679.00 301,085CY $ 892,595.00 111,574CY $ 30,448.00 3,806CY $ 43,000.00 _ 5,375CY $ 273,314.00 34il64CY $ 57,498.00 7,.181CY $ 1,200,000.00 150,000CY $ 285,000.00 35,625CY $ 500,000.00 62,500CY $ 341,393.00 42,674CY $ 68,000.00 _ 35,200CY $ 35,000.00 .1,375_CY $ 52,251.00._6,531C! $ 56,332.00 _7,042C_Y $ Ai 10.00 4,764CY denotes Prime Subcontractor PAGE 3 2001 2001 2001 2001 2001 2001 2001 2001 2001 2401 2001 2001 2001 2001 2001 Flooding Flooding Flooding Flooding Flooding 2001 2001 2001 2001 2001 2001 --- 20001 2000 2000 mm 2000 _T 2000 2000 2000 2000 _.__..._-,.. 2000 2000 2000 2000 2000 ____ 2000 2000 2000 2000 2000 Flooding Grind Private Grind Wind Storm Wind Storm Wind Storm Wind Storm Ice Storm Ice Storm Ice Storm Ice Storm Ice Storm Ice Storm Ice Storm lce Storm Ice Storm Tornado Private Grind Wind Storm Tornado Wind Storm Wind Storm Private Grind Wind Storm Ice Storm Tornado Tomado Fire Tornado Ice Storm Ice Storm Ice Storm Tornado lce Storm SRS COMPLETED CONTRACTS USDA NRCS Raleigh, WV USDA NRCS McDowell, WV USDA NRCS Wyoming, WV USDA NRCS Wyoming, WV USDA NRCS Miller Co, GA Jefferson Co, AL Cobb Co, AL Weyerhaeuser Jefferson Co, AL Mountain Brook, AL Homewood, AL Fairfield. AL Dept. of Tourisim, OK DOT Red River Co, TX Lincoln Co, ARK Idabel, OK Wynne. ARK Waldo, ARK Montgomery Co, ARK Magnolia. ARK Columbia Co, ARK City of Tuscaloosa, AL Weyerhaeuser Vestavia Hills, AL Logan Co, OK City of Charlotte, NC Hillsborough, NC Weyerhaeuser Burlington DOT, NC Dekaib Co, AL Vestavia Hills, AL Mountain Brook, AL SouthTrust Bank, AL Mitchell Co, GA Cobb Co, GA Union Co, NC Monroe DOT, NC Owensboro, KY Aberdeen, NC Debris removal Debris removal, streambank Debris removal, streambank Debris removal, streambank Debris removal, streambank Debris remove, reduce, environment Tub grinding Tub grinding Burn ! grind Debris removal, reduction, site mgt Debris removal Debris removal Debris removal Debris removal Debris removal Debris removat, reduction, site mgt Debris removal, reduction Debris removal. reduction, site mgt Debris removal, reduction, site mgt Debris removal, reduction, site mgt Debris removal, reduction, site mgt Debris removal Tub grinding Debris removal NRCS - watershed protection debris removal Tub grinding Tub grinding Debris removal, reduction Debris removal, reduction Debris removal, reduction Debris removal Debris removal Debris removal, reduction Debris removal. reduction Debris removal Debris removal Debris removal, reduction Debris removal $ 158,400.00 $ 150,995.00 $ 194.929.00 $ 211,562.00 $ 84,162.00 $ 167,300.00 $ 26,000.00 $ 97,820.00 $ 47.000.00 $ 428,385.00 $ 172,731.00 19,800CY 18tB74CY 24,366CY 26,445CY 10,520CY 23,413GY 10,40004CY _ 39,128CY 16, 800CY 53,548CY 21,591CY $ 118,440:00 14,805CY $ 49,771.00 6,221CY $ 447,792.00 55,974CY $ 270.000.00 33,750CY _ 1_6,325CY $ 27,113.00 ,389CY $ 20,000.00 2,500CY $ 272,550.00 -_._ 3,6069CY $ 55,000.00 6,875CY 1,260,000.00 157,500CY 132,034_00_ 1,12791,627.00 983.00 73,276.00 54,D73.00 _-_ 16.504CY --36,65OCY 140,998CY ___ 9,906CY � 406,759CY 12,7CY 13,034CY $ 257,000.00 32,125CY $ 282,973.00 35,372CY $ 860,131.00 107,516CY $ 371.193.00 4fi 399CY $ 99,148.00 12 394CY $ 907,820.00 _ _ 113,4766Y $ 2,541,605.00 317,701CY $ 1,403,049.00 175,381CY $ 9,312,315.00_ _ 1,164,039CY _ -44,603CY 5,491 CY $ 130,600.00_ $ $ 31,850.00 32, 585.00 $ 356,821.00 $ 43,926.00 denotes Prime Subcontractor PAGE 4 SRS COMPLETED CONTRACTS 1999 1999 1999 1999 1999 1999 1999 1999 1999 1999 1999 1998 1998 • 1998 1998 1998 1998 1998 1998 1998 1998 1998 1998 1997 1997 1997 1997 1998 - 1997 1998 - 1997 1998 - 1997 1998 - 1997 Construct. Site Landfill Op. Hurricane Floyd Clear & Grind Hurricane Floyd Hurricane Floyd Hurricane Floyd Hurricane Floyd Hurt Georges Hurri, Georges ,Hurri. Georges Hurri. Georges Wind Storm Hurricane Fran Hurri. Bonnie 1998 - 1997 1998-1997 1998 - 1997 1998 - 1997 . 1997 1997 - 1996 1997 - 1996 1997 - 1996 1997 - 1996 • 1997-1996 1997-1996 1997 - 1996 1997-1996 1997 1997 - 1996 1996 1996 Hurri. Bonnie F-5 Tornado Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Danny Hurricane Danny Hurricane Danny Hurricane Danny Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Hurricane Fran Boh Brothers Debris tub grinding Apopka, FL Debris tub qrindin Mount Pleasant, SC Debris lub grinding Phillips & Jordan City of Raleigh, NC Pender Co, NC City of Raleigh, NC Debris tub grinding Debris tub grinding ,Air curtian burning Debris removal City of Goldsboro, NC Debris removal NRCS St. Johns Co, FL Watershed protection NRCS Orange Co, FL Watershed protection NRCS Santa Rosa Co, FL Watershed protection City of Mobile, AL Debris removal, reduction, mql Onondaga Co, NY Debris removal, reduction, mgt Lumber River, NC Debris removal Chesapeake, VA Virginia Beach, VA Jefferson Co, AL City of Raleigh, NC Craig Jones Project City of Raleigh, NC Debris removal, reduction, mgt Debris removal, reduction, mgt ,"tornado clean up Manage debris site, grind Tub grinding City parks NRCS Durham Co. Stream restoration Columbus Co, NC NC Dept of Env & Nat Res. Dauphin Island, AL Drainage system cleanup • , Lurnber river debris removal Debris removal Baldwin Co, Al ROW debris removal Dauphin Island, AL Baldwin Co, Al NRCS Wake Co, Cary Area Debris removal Debris removal Stream restoration City of Smithville, NC Debris clean up of easements City of Raleigh, NC Manage debris site, grind NRCS Duplin Co Magnolia Stream restoration Wayne Co. Board of Comm. Stream restoration Wayne Co. Board of Comm. Stream restoration NRCS Duplin Co Magnolia Stream restoration NRCS Duplin Co Wallace T. Stream restoration Surf City, NC Demolition, debris hauling NRCS Pender Ca. Maple Hill NRCS Duplin Co Pink Hill Stream restoration Stream restoration NRCS Duplin Co Kenansvil. Stream restoration NRCS Pender Co Cape Fear Stream restoration NRCS Marsh Creek Stream restoration City of Raleigh, NC Park restoration U.S. COE f Phillips & Jordan Debris removal NRCS Pender County Stream restoration NC DOT NC DOT Manage debris site, grind Debris removal U.S. COE Debris removal U.S. COE Emergency ice & water $ 26,950.00 10,78OCY $ 33,210.00 13,284CY $ 31,226.60 12,490CY $ 51,860.00 20,744CY $ 134,522.00 53 608CY $ 117,984.00 47,194CY $ 502,801.00 62,850CY $ 259,881.00 32,485CY $ 91,800.00 11,475CY $ 385,100.00 481,375CY $ 265,400.00 33,175CY $ 1,183.000.00 14,788CY $ • 9,570,000.00 1;196,250CY $ 27,100.00 3,388CY $ 361,000.00 45,125CY $ 2,704,000.00 338,000CY $ 4,837,950,00 6041744CY $ 163,000.00 65,200CY $ 2,500.00 1,000CY $ 18,746.00 2,344CY $ 89,328.00 $ 166,000.00 $ 121,339.00 $ 22,360.00 $ 131,301.00 $ 39,340.00 $ 544,399.00 $ 25,129.00 11,166CY 20 750CY 15 167CY 2,795CY 16,413CY 4,918CY 68,050CY 3,141 CY $ 48,553.00 6,069CY $ 316,000.00 126,400CY $ 78,000.00 157,000.00 210,000.00 $ 78,247.00 $ 171,000.00 $ 996,000.00 9.750CY 19,625CY 26,250CY 9,781 CY 21,375CY 124,500CY $ 30,000.00 3,750CY $ 75,000.00 9,375CY $ 69,000.00 8 625CY $ 61,000.00 7,625CY $ 16,254.00 2 032CY $ 391,000.00 $ 573 873.00 $ 72,000.00 $ 1,100,000.00 $ 680,000.00 $ 525,000.00 193,000.00 48,875CY 71,734CY 9,000CY 440000CY 85 000CY 65,625CY 24,125CY * denotes Prime Subcontractor PAGE 5 RILS Vital STORM RECONSTRUCTION SERVICES, INC. 1609 Veterans Memorial Parkway,. Tuscaloosa; AL 35404 205-242-1501 Office: 205.556-0049 Fax 205-469-203Toll onstru $� �5� m0049 Emergency: www.stormrec tian Contracts Established PreDisasterlPreQis osof SRS to bid on those The following contracts are enforce at this time. It is the Policy onlylib of SIRS to contracts which they feel that they can provide the best possible service, too manye�ontr contracts in one jeopardize the safety of the citizens of any area by over -projecting geograp hical area. It is our experience that contractors who do this are not considering the degree of service they can provide. Town of Atlantic Beach Town Clerk Office 125 West Fort Macon Road Atlantic Beach, NC 28512 Phone: 252-726-2121 Pam{ico Count NC Coun Mana er Office 202 Main Street Bayboro, NC 28515 Contact Tim Buck i�hone: 252-745-3133 Ci of Ca a Coral FL Public Works Department P 0 Box 150027 Cape Coral, FL 33915 Contact Mark Ridenour, Public Works Phone: 239-242-3200 Fax: 239-574-0732 Town of Paim Beach FL 951 01d Okeechobee Road, Suite D West Palm Beach, FL. 33401 Contact Eric B. Brown, Public Works Phone: 561-838-5406 Fax: 561-835-4691 Ci:�f of Wiiminoton NC 320 Chestnut Street Wilmington, NC 28401 Contact: Steven Bridges, Purchasing Phone: 910.341-7830 Fax: 910-341-7873 07101l06 thru 06130107 07101106 thru 06130107 02/0712006 thru 210612008. 06I30105 thru 0613011 D 7101705 thru 6130106 Paze 1 5" Sa•ew R aa.n.nuYl. • SIM... STORM RECONSTRUCTION SERVICES, INC. 1609 Veterans Memorial Parkway, Tuscaloosa, AL 35404 Office: 205-556-0049 Fax: 205-469-2038 Toll Free: 866-556-0049 Emergency: 205-242-1501 www.stormreconstruction.com Nags Head, NC 5.401 South CraatanHwy. Nags Head, NC 27959 Attn: Christopher J. Layton, Town Mgr Ph: 252-441-1122/252-255-1234 Fax: 252-441-33501252-255-1236 Polk County, FL 2470 Glower Lane Bartow, FL Ph: 863-534-5610 Attn: Buddy Storey, Purchasing Direct line: 863-534-5615Fax: 863-534-0055 Northern Palm Beach County Improvement District Annual District Debris Disposal Contract NPBCID No. 229 SFRN Project#N. Annual.0013 357 Hiatt Drive Palm Beach Gardens, FL Contact: Tim Helms, Contact: Brian LaMotte, P.E. Phone: 561-655-1151 Fax: 561-832-9390 *Stand by contract as of July15, 2005 July 1, 2005 thru June 30, 2007 4/27/05 through 09/30/07 Hillsborough County, Florida Contract Expiration Date: October 10, 2006 Purchasing Department • 601 East Kennedy Blvd., 18th Floor Tampa, FL 33601 Contact: John Newton Phone: 813-272-5790 Fax: 813-272-6290 City of Charlotte. North Carolina Engineering and Property Management 600• East Fourth Street Charlotte, NC 28202-2844 Contact: Gary King, Engineer Contract No: 512-03-004- Phone: 704-336-2291 Michael Carsno Phone: 704-336-4259 Page 2 2nd Contract Enacted: May 05, 2005 thru May 2007 (annual renewal - 4th term) S R.S STORM RECONSTRUCTION SERVICES, INC. 1609 Veterans Memorial Parkway, Tuscaloosa, AL 35404 Office: 205-556-0049 Fax: 205-469-2038 Toll Free; 866-556-0049 Emergency: 205-242-1501 www.stormreconstruction.com City of Hollywood, Florida Purchasing & Materfais Mgmt Division 2600 Hollywood Blvd, Rm 303 Hollywood, FL 33022 Contract: Rt.! 3757-02-TF Contact Mr, Ralph Dierks, CPPB Phone: 954-921-3223 Cobb County, Georgia Department of Transportation 1890 County Services Parkway Marietta, GA 300008 Contact: Dana Leighton Phone: 770-528-1658 MIS Contract No. 001053 Countywide Unit Price Contract City of Virginia Beach, VA Department of Public Works Operations Management Division 3558 Dam Neck Road Virginia Beach, VA 23456-2617 Contract No. PWCN-3-0024 Contact: Mr. Dan Kiley Phone: 757-563-1740 Fax: 757-385-0676 Beaufort County, South Carolina including all Municipalities Multi Government Center 100 Ribaut Road, Room 244 Beaufort, SC 29901-1228 Phone: 843-846-3918 Contact: Mr. Jim Minor, Solid Waste Division City of Homewood, Alabama 1903 20th Avenue South Homewood, AL 35209 Contact: Mayor Barry McCulley Phone: 205-877-8628 Expiration Date: Open End on Call Expiration Date: May 5, 2007 2nd contract established July 1, 2005 thru 2008 Page 3 sI'S Storm Recommiclton Services Personnel and Associates Ron Crump, President C Thurmon Bell, Chairman Jerry Silverstein, Vice Chairman Amanda Yeager Bob Schisler Brandon Bishop Brian Deason • Carol A Patton Cecil Hicks David Crump Doug Crump Ed Clark Gene Brown Horace Overton Jackie Castle Jerry Hicks Jerry Wilkerson Jimmy Wilkerson Jim Woods Joe Tate Julian Trussell Julius Ziske Dale Ternes Mickey Ladd Rance Hensley Rebecca Lester Rick Riley Shannon Kelley Shelby Dixson 011ie Mashburn Tammie Spain Departments Administrative Accounting Maintenance Projects Administrative Equipment and Maintenance Projects Accounting 'Maintenance Division Manager Utilities Division Logistics and Operations Reduction Coordination Projects Projects Projects Operations Projects Equipment and Maintenance Tennessee Operations Marketing Accounting Maintenance Logistics and Operations Accounting Site Coordination Logistics and Operations Administrative Ronald J. Crump, CPA President Storm Reconstruction Services, Inc. Contracts & Related Experience: Have negotiated, bid and successfully fulfilled more than $150,000,000.00 in multi -governmental agency contracts for municipalities, cities, counties, states, USDA MRCS, DOTs and other agencies. Have successfully managed mufti -state concurrent operation of recovery contracts grossing more than $16 million simultaneously. 'These were disaster recovery contracts where previous disaster response experience, as well as business, management, and accounting skills to supervise and maintain a safe working. environment for 300 plus individuals, 100 plus pieces of equipment, including contractors and subcontractors were used. Have implemented damage assessment programs, which have been used in numerous contract negotiations to ensure the viability of contract worth and long- term value. Have successfully completed emergency response contracts that range from thousands of dollars to multi -million dollar contracts, building a reputation of honesty and integrity while building continuing good will in each community in which we work. Have developed and implemented procedure for immediate disaster response plan, equipment requirements and personnel for the most economical and efficient approach for each project. Have developed standardized pre -approval programs for various federal, state, county and city continuing contracts. Have implemented vendor approval reporting systems for governmental contracts. Have enlarged and expanded bidding capacities, insurance requirements, bonding capabilities and banking relationships to form a stronger, more financially secure company. Specialization: o Extensive experience in multi -project contract administration o Practical utilization of negotiation and management skills to directly supervise large and small concurrent event contracts. o Coordination of contracting agencies, contractors, subcontractors directing agency and •intermediary personnel o Direct supervision of extensive stable of contractor, subcontractors, equipment, maintenance personnel, administrative personnel, safety and quality assurance agents. o Streamlining of procedures for the effective and efficient programs for debris removal, debris reduction and debris disposal, Partial Listincr of Completed Contracts, 1989 to Present • Hurricane Ivan, 2004, throughout the state of Alabama • Hurricane Charley, Frances and Jeanne, 2004, throughout the state of Florida • Hurricane Jeanne, 2004 • SCDOT, Calhoun Co., 2004 • SCDOT, Clarendon Co., 2004 • SCDOT, Laurens Co., 2004 • Hurricane Isabel _ Virginia, Washington DC, North Carolina, 2003 • Hurricane Claudette,.2003,,.V.i.ctoria,.Texas .,.. • Tornado, Wind Storm, 2003, Collierville, Shelby County, Tennessee • Sewer Project, 2003, Fayette, Alabama • Tornado, 2003, Desoto, Missouri • Tornado, 2003, Jackson, Lexington, Madison County, Henderson County, Tennessee Ice Storms, Anderson Co., Lawrenceburg, Lexington, Midway, Versailles, and Woodford Co, Kentucky • Highway Clearing, 2003, DOT, South Carolina • Flooding, 2003, Altoona and Homewood, Alabama • Mobile Asphalt, 2003, Tub Grinding, Alabama • Ice Storm, 2003, Charlotte, Highpoint, Mecklenburg, and Cary - South Carolina • Tornado, 2002, Walker County, Alabama • Tornado, 2002, Pickens County, Georgia • Hurricane Lilii, 2002, St. Landry, Rayne, and DOT, Louisiana • Tropical Storm Isadore, 2002, Seminole County, Georgia • Floods_and tornado, 2002 Butler County, Missouri • Ice Storms, 2002, Debris removal, Kansas, Missouri, Oklahoma • Debris removal, stream bank stabilization, 2001 USDA NRCS WV — various counties • River storm debris removal, 2001 USDA NRCS Miller City, GA • Debris removal, reduction & Environmental Services, 2001, Jefferson County, AL • Grind, 2001, Cobb County, GA • Private Grind, 2001,Weyerhaesuer Co., • Wind Storm, 2001 Jefferson County, AL • Wind Storm, 2001, Fairfield, Homewood, and Mountain Brook, AL • Ice Storm, 2001, Columbia County, Montgomery County and Lincoln County, Arkansas • Cities of Magnolia, Waldo, and Wynne, Arkansas, Idabel, OK and Red River County, TX • Tornado, 2001, Tuscaloosa, AL • Grinding, 2000,.Weyerhaeuser Paper Mill, AL • Wind Storms,.2000, Vestavia Hills, AL • Tornado, 2000,. Logan County, OK • Wind Storms, 2000, Hillsborough and Charlotte, NC • Tornados, May, 2000, Mountain Brook and Vestavia Hills, Alabama • Tornados, February, 2000, Camilla, Georgia for Mitchell County, Georgia • Winter Ice Storm, 2000, City of Aberdeen, North Carolina NCDOT-Monroe, North Carolina: Cobb County, Georgia and Dekaib County, Alabarma • Tornados, 2000, Owensboro, Kentucky • Weyerhaeuser Company Millport, Alabama and Pine Hill, Alabama • Hurricane Floyd, 1999, City of Goldsboro, North Carolina, City of Raleigh, North Carolina, Pander • County, North Carolina, Mount Pleasant, South Carolina • Hurricane Georges, 1999, City of Mobile, Alabama, Santa Rosa City, Florida, Orange County, Florida, • St. John County, Florida • Phillips and Jordan, Inc., Apopka, Florida landfill • Boh Bros construction site, Florida • South Trust Bank fire, Mobile, Alabama • Windstorm, 1998, Syracuse, New York, Onondaga County • Hurricane Bonnie, 1998, City of Virginia Beach, Virginia, City of Chesapeake Virginia • F-5 Tornado, 1998, Jefferson County, Alabama •.....Hurricane Danny, .1997,..Baldwin county,.Aiabama;.Town of Dauphin • Island,Alabama • • Hurricane Fran, 1996-1998, Various contracts throughout North Carolina • Hurricane Opal, 1995, Cities of Troy and Luverne, Alabama and Navarre Beach Florida • Winter Ice Storms, 1994, City of Memphis Tennessee, City of South Haven, Mississippi • • USDA Forestry Service, 1993, Restoration for the State of Alabama • Hurricane Andrew, 1992, Miami, Florida, South Miami, Florida, NRCS, COE Miami, Florida • Floods, 1991, NRCS Louisiana, CO in Wetumpka & Moundville, Alabama; State of Washington • Hurricane Hugo, 1989-1990, throughout the State of South Carolina and the U.S. Virgin Islands • EDUCATION / CERTIFICATION / MEMBERSHIPS Certified Public Accountant, Bachelor of Science in Commerce and Business Administration (University of Alabama), American Institute of Certified Public Accountants, National Association of Tax Practitioners, University of Alabama Commerce Executives Society, Institute of Management Accountants, Alabama Association of Accountants, American Public, Works Association, Alabama Public Works Association, National Hurricane Conference Certification - .Washington, D.C., Governor's Hurricane Conference Certification, Tampa FL - 2001-2002-2003-2004, APWA Conference 2001-2004, Florida Department of Emergency Management Panel Member — 2001. National Hurricane Conference 2002-2003-2004, RESUMES (continued) Jerry Silverstein Vice Chairman/Owner/Vice President/Treasurer Storm Reconstruction -Service's, Inc. As Co-Owner/Vice President/Treasurer, provides financial and management support for the corporation. Key personnel in bidding, negotiating and execution of $100,000,000,00 of multi -governmental emergency contracts since 1989. Partial Listing of Completed Contracts, 1989 to Present: • Hurricane Ivan, 2004 • Hurricane Charley, Frances, Jeanne, 2004 throughout the State of Florida • Hurricane Isabel - 2003 - Washington, D.C, • Tornado, Wind Storm, 2003, Collierville, Tennessee • Tornado, 2003, Jackson, Madison County, Henderson County, Tennessee • Hurricane Lilli, 2002, St. Landry, Louisiana • Ice Storm, 2002, Oklahoma, Missouri, Kansas • Ice Storm, 2001, Arkansas, Oklahoma, Texas • Wind Storm, 2001, Fairfield, Homewood and Mountain Brook, Alabama • Tornado, 2001, Tuscaloosa, Alabama • Wind Storm, 2000, Vestavia Hills, Alabama • Ice Storm, 2000, Alabama, Georgia, North Carolina • Hurricane Floyd, 1999, North Carolina, South Carolina • Hurricane Georges, 1998-1999, Mobile, Alabama • Wind Storm, 1998, Syracuse, New York • Hurricane Bonnie, 1998, Virginia Beach, Virginia • Hurricane Fran, 1996-1998, Raleigh/Wilmington, North Carolina • Floods, 1990-1991, NRCS Arkansas • Hurricane Hugo, 1989-1990, Charleston, South Carolina occupational Background: President- M&B, Inc., Mobile. AL Specializes in fire, hurricane and disaster reconstruction of single and multifamily residences, including condominiums and commercial properties since 1970. President/Owner — M&B Realty, Mobile, AL Owns and manages approximately 600 single and multifamily units throughout Mobile County. M&B is FHA/VA Broker for Mobile, Baldwin and Escambia Counties. Responsible for sales of US government owned properties in South Alabama area. Licenses/Education: Bachelor of Science, University of Alabama Alabama Licensed Real Estate Sales Alabama Licensed Broker of Real Estate General Contractor in State of Alabama Special Activities: Chairman of GMAC Bowl, Mobile, AL 2000-2002 C. Thurmon Bell Chairman/Co-Owner Storm Reconstruction Services Inc. As Chairman and CO -owner of Storm Reconstruction Services Inc., Mr. Bell establishes the corporate mission and pilots SRS in accordance with its corporate plan, while ensuring that the company maintains high standards and reaches its goals through continued excellence and achievement Mr, Bell provides financial support and resources to aid in company operations and day-to-day business activities. He participates in all strategic aspects of contract negotiations, bidding and instrumentation of contracts. Since starting SRS in 1993, his accomplishments have totaled in excess of $100,000,000.00 on contracts related to disaster recovery. He has an extensive background in a variety of areas in the construction business including major reconstruction and project management as well as residential and industrial development and experience in heavy equipment. Mr. Bell specializes in the many executive and managerial decisions for disaster recovery and reconstruction. His reconstruction and debris removal experience began over 20 years ago after Hurricane Frederick in 1979. He also participated in reconstruction contracts stemming from the Gulf War in 1991. These contracts were in excess of $50,000.000.00. His General Contractors License makes costing of projects invaluable. His knowledge of construction management, equipment requirements and building codes are also an important part of his expertise in the craft. Partial List of Maior Contracts Completed, 1979 to Present:: • Hurricane Ivan, 2004 • Hurricane Charley, Frances, Jeanne, 2004 throughout the State of Florida • Hurricane Isabel - 2003- VA, D.C., North Carolina • Tornado, 'Wind Storm, 2003, Collierville, Memphis, Shelby CO Tennessee • Tornado, 2003, Jackson, Madison County, Henderson County, Tennessee • Hurricane Lilli, 2002, St. Landry, Louisiana • Ice Storm, 2002, Missouri, Kansas, Oklahoma • Debris Reduction, 2002, Private Industry, Alabama • Ice Storm, 2001, Arkansas, Oklahoma, Texas • Environmental River Restoration,,2001, Jefferson County, Alabama • Floods, 2001, Wyoming, McDowell, Raleigh Counties, W, Virginia • Wind Storms, 2001, Fairfield, Homewood and Mountain Brook, Alabama • F5 Tornado, 2001, City of Tuscaloosa, Alabama • Wind Storm, 2000, Vestavia Hills, Alabama • Ice Storm, 2000, Alabama, Georgia, North Carolina • Hurricane Floyd, 1999, North Carolina and South Carolina • Wind Storm, 1998, Syracuse, NY • Hurricane Bonnie, 1998, Virginia Beach, VA • Hurricane Georges, 1998,` fvlobile, AL • F5 Tornado, 1998, Jefferson County, AL • Hurricane Fran, 1998, North Carolina + Hurricane Danny, 1997, Mobile, AL • Hurricane Marilyn, 1995, U.S. Virgin Islands • Hurricane Opal, 1995, Gulf Coast, FL • Hurricane Erin, 1995, Gulf Coast, FL • Hurricane Andrew, 1992, Miami, FL • Gulf War Reconstruction, 1991 • Hurricane Hugo, 1989, Charleston, SC • Hurricane Elena, 1985 • Hurricane Alicia, 1983 • Hurricane Frederick, 1979, Mobile, AL Carol A. Patton Executive Assistant Storm Reconstruction Services Inc. Contracts & Related Experience: Directly responsible to the President for coordination of day-to-day operations, and administrative duties including: contracts, accounting, payroll supervision, subcontractor relation ships, research and development, advertising and public relations for multimillion -dollar corporate entity. Other duties include maintenance of all confidential files and documentation for active and inactive contracts. Public affairs coordinator, and updating information, maintaining database of insurance qualifications subcontractors, research and data gathering for governmental contracts, maintaining continuity in all pre -approvals for various agencies requiring contracts or bonding. Specialization: Proposals for multi -million dollar contracts. Coordinating promotional events, conferences, seminars to increase market awareness for the company, coordinating staff participation and training for industry related events. Coordinating payroll and insurance administration for all corporate employees, contractors and subcontracts. Updating and maintaining all confidential file systems for contracts as well as maintaining financial systems including but not limited to accounting, insurance administration, equipment & inventory control and repair records, updating all marketing and web based promotional materials. Compilation of Pre -Disaster Proposals. Dispatching damage survey and assessment teams to affected sites throughout the U.S. Partial Listing of Completed SRS Contracts, 1997 to Present: • Hurricanes Katrina, Rita and Wilma - AL, FL, TX and MS 2005 • Hurricanes Charley, Frances, Jeanne and Ivan - AL and FL 2004 • SCDOT, Calhoun Co., Claren CO, Laurencs,2004 • Hurricane Ivan, 2004 • Hurricane Isabel — Virginia, North Carolina, VDOT • Hurricane Claudette, 2003, Victoria, Texas • Tornado, Wind Storm, 2003, Collierville, Shelby County, Tennessee • Sewer Project, 2003, Fayette, Alabama • Tornado, 2003, Desoto, Missouri • Tornado, 2003, Jackson, Lexington, Madison County, Henderson County, Tennessee • . Ice Storms, Anderson Co., Lawrenceburg, Lexington, Midway, Versailles, and Woodford Co, Kentucky • Highway Clearing, 2003, DOT, South Carolina • Flooding, 2003, Altoona and Homewood, Alabama • Mobile Asphalt, 2003, Tub Grinding, Alabama • Ice Storm, 2003, Charlotte, Highpoint, Mecklenburg, and Cary - South Carolina • Tornado, 2002, Walker County, Alabama • Tornado, 2002, Pickens County, Georgia • Hurricane Lilli, 2002, St. Landry, Rayne, and DOT, Louisiana • Tropical Storm Isadore, 2002, Seminole County, Georgia • Private Grind Operations — Pine Hill, AL 2002 • Ice Storms, Kansas, Missouri, Oklahoma, 2002 • WV Flooding, 2001, USDA MRCS, West Virginia + Jefferson County Cahaba River Stream bank Cleanup, Sept. 2001 • Wind Storm, 2001, Fairfield, Homewood, and Mountain Brook, AL • Ice Storm, 2001, Columbia, Montgomery and Lincoln Counties, Arkansas. • Cities of Magnolia, Waldo, and Wynne, Arkansas, Idabel, OK and Red River County TX • Tornado, 2001, Tuscaloosa, AL • Wind Storm, 2001, Vestavia Hills, AL • Tornado; 2000, Logan County, OK • Wind Storms, 2000, Hillsborough and Charlotte, NC • Tornados, May, 2000, Mountain Brook and Vestavia Hills, AL • Tornados, Feb. 2000, Camilla, GA for Mitchell County, GA • Winter Ice Storm, 2000, City of Aberdeen, NCDOT, Monroe, NC: Cobb County, GA and Dekalb County, AL • Tornado, 2000, Owensboro, KY • Weyerhaeuser Company, 2000-2001, Millport and Pine Hill, AL Hurricane Floyd, 1999, City of Goldsboro, NC, City of Raleigh, NC • Hurricane Georges, 1999, City of Mobile, AL, Santa Rosa, FL, Orange County, FL, St. Johns County, FL • Wind Storm, 1998, Syracuse, NY • Hurricane Bonnie, 1998, City of Virginia Beach, VA • F5 Tornado, 1998, Jefferson County, AL Previous Career Experience: CTWO+.Technologies, Pensacola, FL — Montgomery, AL President, Responsible for day-to-day operations, as well as marketing and training of encryption specialists, Franchise Specialist, FCC liaison and Public Affairs officer. Director NCC, Tuscaloosa, AL Accreditation Specialist — Southern Association of Colleges & Schools (SACS) Vice President — AHS Proprietary LTD (US, Australia, England, France, Haiti) Market Coordinator, Franchise Specialist, Technical Consultant Education/Specialized Training: Accounting University of Alabama (Birmingham, AL) Business Administration University of South Florida (Tampa, FL) Economics/Global Marketing Monash University (Melbourne, Australia) IRS Tax Institute, Auditing of Governmental Contracts for Federally Funded & Grant Related Programs, Marketing Analysis, Market Research & Development, Data Communications, BBB Mediation Seminars, Encryption Technology & Objectives Amanda Yeager GrIveager1979(Eaol.com Local Address: 3550 Watermelon RD Apt 3-B Northport, AL 35473 (205)799-1079 Permanent Address: P.O. Box 85 Brent, AL 35034 (205)926-4779 EXPERIENCE: March 2004 - Present - Administrative Assistant, Storm Reconstruction Services, Tuscaloosa, Alabama Assist in the following Day to Day Operations: Processing and reconciliation of Subcontractor Invoices • Compilation and Research of Predisposition Requests for Proposals Spreadsheets involving Accounts Receivables for Debris Management Projects Shipping, filing, tracking Coordination of Conferences, seminars, exhibits and travel arrangements Coordination of temporary help and scheduling November 2002- February 2004, - Teller, SouthTrust Bank, Tuscaloosa, Alabama Process banking transactions Customer service Assist in daily/quarterly audits Cross -sell bank products February 2000 - October 2002, Administrative Assistant, Delta Petroleum Corp, Tuscaloosa, Alabama General clerical duties: Filing, Answering Phones, Typing, Accounts Receivable Process Field Invoices and Enter into Excalibur computer system. Field Research at State Oil and Gas Board, and File state reports. Build Spreadsheets. for Monthly Field Production, and enter production into Spreadsheets. Handled incoming and outgoing mail and shipments. August 1997- February 2000, Administrative Assistant, Lee )Lumber Company, Centreville, Alabama General clerical duties: Answering Multi line phones, typing, Accounts Payable, Accounts Receivable, Filing, Organize routes for trucking division using Prophesy Mileage Maker Assist dispatcher with daily activities. Handle incoming and outgoing mail. EDUCATION The University of Alabama August 2000 - January 2002 Business with concentration in Marketing. Wallace Community College Selma August 1998 - May 2000 Studied Core Curriculum with business and accounting classes Deans List Spring 2000 Shelton State Community College August 1997 — May 1998 Studied Core Curriculum Computer Skills Operating Environments: Windows NT / 95, Windows 98, Windows 2000, Windows ME Business Tools: Spreadsheets, Excel, Microsoft Word, Prophesy Mileage Maker, QuickBooks, Excalibu.rrand, .Lotus........._ Cecil Hicks Vice President Site Management Storm Reconstruction Services Inc. Contracts & Related Experience: Responsible for management of all debris reduction operations including multiple sites and locations. Duties also include the management of maintenance program for approximately 100 pieces of equipment. Provide damage estimates and pricing for contracts. Have extensive knowledge off related industries including timber harvesting, mining and dredging. Disaster work represents over $100 million in contracts. Partial Listing of Completed Contracts. 1989 to Present: • Hurricane Ivan, 2004, Boise, AL • Hurricane Ivan, 2004, Maplesville, AL • Private Grind, 2004, Stevenson , AL • Hurricane Charley, 2004, Alta Springs, FL • Hurricane Charley, 2004, Avon Park and Desoto Co., FL • Hurricane Jeanne, 2004, Hillsborough, FL • Hurricane Charley, Frances & Jeanne, 2004, Longwood, FL • Hurricane Charley, Frances & Jeanne, 2004, Winter Park, FL • SCDOT, 2004, Calhoun Co. • SCDOT, 2004, Clarendon Co. • SCDOT, 2004, Laurens Co. • Hurricane Isabel - 2003-2004 Virginia, D.C., North Carolina • Hurricane Claudette, 2003, Victoria, Texas • Tornado, Wind Storm, 2003, Collierville, Shelby County, Tennessee • Sewer Project, 2003, Fayette, Alabama • Tornado, 2003, Desoto, Missouri • Tornado, 2003, Jackson, Lexington, Madison County, Henderson County, Tennessee • Ice Storms, Anderson Co., Lawrenceburg, Lexington, Midway, Versailles, and Woodford Co, Kentucky • Highway Clearing, 2003, DOT, South Carolina • . Flooding, 2003, Altoona and Homewood,. Alabama • Mobile Asphalt, 2003, Tub Grinding, Alabama • Ice Storm, 2003, Charlotte, Highpoint, Mecklenburg, and Cary - South Carolina • Tornado, 2002, Walker County, Alabama • Tornado, 2002, Pickens County, Georgia • Hurricane LiIli, 2002, St. Landry, Rayne, and DOT, Louisiana • Tropical Storm Isadore, 2002, Seminole County, Georgia • Ice Storm, 2002, Kansas, Oklahoma, Missouri - FEMA Contracts • Stream bank stabilization, Debris. Removal, 2001, West Virginia -USDA NRCS • Wind Storm, 2001, Fairfield, Homewood, and Mountain Brook, AL • Ice Storm, 2001, Columbia County, Montgomery County and Lincoln County .Ar..kansas...Cities , of .Magnolia, ..Waldo, and Wynne. Arkansas. Idabel, OK and Red River County Texas. • Tornado, 2001, Tuscaloosa, AL • Grinding, 2000-2001, Weyerhaeuser Paper Mills, Various Locations, AL • Wind Storms, 2000, Vestavia Hills, AL • Tornado, 2000, Logan County, OK • Wind Storms, 2000, Hillsborough and Charlotte, NC • Tornadoes, May 2000, Mountain Brook and Vestavia Hills, AL • Tornados, Feb, 2000, Camilla, GA for Mitchell County, GA • Ice Storm, 2000, City of Aberdeen, NC NCDOT- Monroe, NC: Cobb City, GA and Dekalb County, AL , • Tornados, 2000, Owensboro, KY • Weyerhaeuser Company, Millport, AL and Pine Hill, AL • Hurricane Floyd, 1999, North Carolina and South Carolina • Ice Storm, 2000, Alabama, Georgia and North Carolina • Hurricane Georges, 1999, Mobile, AL • Wind Storm, 1998, Syracuse, New York, Onondaga County • Hurricane Bonnie, 1998,Virginia Beach, VA • Hurricane Danny, 1997, Mobile, AL • Hurricane Fran, 1998, North Carolina • Hurricane Opal, 1995, Gulf Coast of Florida • Floods, 1995, Texas • Gas Eruptions, 1995, Texas • Ice Storm, 1994, Hamburg, Arkansas • Ice Storm, 1993, Roanoke, VA • Hurricane Andrew, 1992, Homestead, FL • Hurricane Hugo, 1989, Charleston, SC J H. Brian Deason Operations Manager /Asst VP Storm Reconstruction Services, Inc. Specialization: Project Research, Damage Assessment Surveys, Management, Coordination and Supervision of Projects, Site Management, Contract Proposal Compilation, Documentation Specialist, Contracting Agency Liaison. Projects Listing: • Hurricane Frances, 2004, Ft Pierce, FL • Hurricane Frances, 2004, Pt. St Lucie City, FL • Hurricane Frances, 2004, St Lucie Co., FL • HUD Project, 2004, Savannah, GA • SCDOT, 2004, Calhoun Co. • SCDOT, 2004, Clarendon Co. • SCDOT, 2004, Laurens Co. • Hurricane Isabel - 2003 Virginia, North Carolina (11 Multiple projects) • Hurricane Claudette, 2003, Victoria, Texas • Tornado, Wind Storm, 2003, Collierville, Shelby County, Tennessee • Sewer Project, 2003, Fayette, Alabama • Tornado, 2003, Desoto, Missouri • Tornado, 2003, Jackson, Lexington, Madison County, Henderson County, Tennessee • Ice Storms, Anderson Co., Lawrenceburg, Lexington, Midway, Versailles, and Woodford Co, Kentucky • Highway Clearing, 2003, DOT, South Carolina. • Flooding, 2003, Altoona and Homewood, Alabama • Mobile Asphalt, 2003, Tub Grinding, Alabama • Ice Storm, 2003, Charlotte, Highpoint, Mecklenburg, and Cary - South Carolina • Tornado, 2002, Walker County, Alabama • Tornado, 2002, Pickens County, Georgia • Hurricane Lilli,.2002, St. Landry, Rayne, and DOT, Louisiana • Tropical Storm Isadore, 2002, Seminole County, Georgia • Floods and Tornado 2002, Butler County, Missouri • Ice Storms, 2002, Kansas, Oklahoma, Missouri • Flooding,_ 2001, Stream bank Stabilization - Gabion Mgmt, NRCS - West Virginia • Winter Ice Storms, 2000-2001, Texas D.O.T. and City of Paris, Texas • Winter Ice Storm, Montgomery County, Arkansas • Weyerhaeuser Company, 2000, Tub grinding, Alabama • Recycling Operations, 2000, Charlotte, North Carolina • Wind Storm, 2000, Burlington, North Carolina • Tornado, 2000, Vestavia Hills, Alabama • Tornado, 2000, Monroe, North Carolina • Recycling Operations, 1999, Charlotte, North Carolina • Hurricane Floyd, 1999, Goldsboro, North Carolina • Windstorm, 1999, Steamboat Springs, Colorado • Ice Storm, 1999, D.O.T., Alabama • Tornado, 1999, Tennessee • Tornado, 1999, Benton County, Arkansas • Hurricane Georges, 1998-1999, Salinas, Puerto Rico • Wind , 1998, Syracuse, New York_.. • Hurricane Bonnie, 1998, Virginia Beach, Virginia • Hurricane Fran, 1998, Wallace, North Carolina Other Specialized Training/Qualifications; • Debris Management (FEMA) courses 2004 • Georgia Hurricane Conference - Savannah, GA 2004 • Mississippi EMA Conference - Biloxi, MS 2004 • APWA Conference - Orange Beach, FL 2004 • National Hurricane Conference, Orlando, FL 2004 • Governor's Hurricane Conference, Tampa, FL 2001-2002-2003-2004 • Westdale Asset Management -Multifamily Housing Supervision and Management Austin, TX 1992-1998 • U.S. Army, 1987-1992, Noncommissioned Officer Gulf War (Operation Desert Storm) Horace Overton Assistant Vice -President Storm Reconstruction Services, Inc. Specialization: Mr. Overton has 36 years experience managing a wide variety of disaster relief services, including debris removal and management, set up and running of holding areas for various types of debris, demolition, sanitary sewer rehabilitation and installation, storm sewer, site preparations, levee and road reconstruction, creek restoration, and various other services. He has expertise in all phases of debris reduction site management, including traffic control, dumping operations, proper debris segregation, safe chipping and tub grinding practices, burning operations and fire safety and control. • Partial Listing of Major Contracts Completed from 1989 to Present: Peaceful Valley Sewer Project (2004), Ashville, Alabama (90% complete). General Manager for sanitary sewer installation. Project valued at approximately $600,000, McConnell Chapel Neighborhood Sanitary Sewer Project (2003), Fayette, Alabama; General Manager for sanitary sewer rehabilitation. Project valued at approximately $400,000. Fort Rucker Sanitary Sewer (2001), Fort Rucker Base, Alabama: General Manager for sanitary sewer placement project valued at approximately $700,000. Arkansas Ice Storm (2001), Arkadelphia, Arkansas:. General Manager for all on - site operations•at all four sites, requirements analysis, equipment transportation, subcontractor negotiations and management, public relations, debris removal pass scheduling, quality control and assurance, coordination with emergency management officials and local officials. Louisiana State Penitentiary (2000) Angola, Louisiana: Operations Manager and Subcontractor. Drainage Irrigation and Flood Control along the Mississippi River. Project valued at approximately 6.3 million dollars. Oakman Sanitary Sewer (2000) Oakman, Alabama: General Manager for sanitary sewer placement. Project valued at $300,000. Irondale Sanitary Sewer (2000) Irondale, Alabama, Jefferson County Environmental. General Manager for sanitary sewer placement project valued at approximately $400,000. Reform Sanitary Sewer (1999) Reform, Alabama, Sentell Engineering, Inc. (Tiffanie Ezell). General Manager for sanitary sewer placement project valued at approximately $600,000. Hurricane Georges (1998), Florida, Mississippi, Louisiana: General Manager for all on -site operations at multiple sites, assisted Operations Manager, supervision of site superintendents, crews, and subcontractors,reporting, timekeeping, debris removal pass scheduling, coordination with emergency management officials and local officials Hurricane Fran (1996-97), North Carolina: General Manager, assisted Operations Manager, supervision of site superintendents, crews, and subcontractors, requirements analysis, reporting, quality control and reporting, timekeeping, crew _ scheduling and locations, debris removal pass scheduling, coordination with emergency management officials and local officials. Hurricane Opai (1996), Fort. Walton.. Beach,Florida: General. Managerfor al1_.on-,site operations at multiple sites, assisted Operations Manager, supervision of site superintendents, crews, and subcontractors, reporting, timekeeping, debris removal pass scheduling, coordination with emergency management officials and local officials. Hurricane Marilyn (1995), U.S. Virgin Islands, Puerto Rico: General Manager at multitude foreign sites, supervision of site superintendents, crews, and subcontractors, overseas equipment transport, timekeeping, crew scheduling and locations. Southeastern Floods (1994-95), Georgia, Florida, Alabama, Louisiana: General Manger for all on -site operations at multiple domestic sites, supervision of site superintendents, reporting compliance, requirements analysis, coordination with Operations Manager on change orders, timekeeping, scheduling. Memphis Ice Storm (1994), Memphis, TN: General Manager for all on -site operations at all four sites, requirements analysis, equipment transportation, subcontractor negotiations and management, public relations, debris removal pass scheduling, quality control and assurance, coordination with emergency management officials and local officials. Hurricane Andrew (1992-93), Florida, Louisiana: General Manager for all on -site operations at multiple domestic sites, equipment coordination and mobilization, subcontractor management, timekeeping, reporting, safety management and compliance, quality control. Hurricane Hugo (1989-90), South Carolina, US. Virgin Islands, Puerto Rico: General Manager at multiple foreign sites, overseas equipment transport, timekeeping, crew scheduling and locations, subcontractor management. Charleston, South Carolina -Hurricane Debris Ditch Restoration approximately 200 miles. Joe Tate Operations Manager Storm Reconstruction Services, Inc. 1996-Present: Storm Reconstruction Services, Inc. Mobile, Alabama Operations Manager.... . Responsible for scheduling and supervising debris removal operations in respective area. Management experience includes supervision of multiple subcontractors, debris removal crews and reduction sites in multiple locations. Additional duties include serving as a Safety representative and member of the QC staff. Responsible for contracts related to emergency disaster clean-up totaling in excess of $20 million. Partial Listing of Completed Contracts: •Hurricane .Jeanne, 2004, Hillsborough, FL •Hurricane Charley, 2004, Desoto Co., FL • Ice Storm, 2003, Orangeburg, SC • Hurricane Isabel, Virginia Beach 2003 • Hurricane Isabel, Charles City County, VADOT 2003 • Hurricane Isabel, Hanover County, VADOT 2003 • Hurricane Isabel, Hertford, NC 2003 • Private Grind, 2002, Pine Hill, AL • Ice Storm, 2002, Missouri and Kansas • Floods, 2001, USDA NRCS - West Virginia • Ice Storm, 2001, Lincoln County, Arkansas • Ice Storm, 2001, Montgomery County, Arkansas • Ice Storm, 2001, Red River County, Texas • Ice Storm, 2001, Wynne, Arkansas • Air Curtain Burning, 2001, Loxley, Alabama • Grinding, Weyerhaeuser, Alabama • Hurricane Floyd, 1999, Raleigh, North -Carolina • Hurricane Georges, Mobile, Alabama • Wind Storm, Syracuse, New York • Hurricane Bonnie, Virginia Beach, Virginia • Hurricane Fran, 1996, North Carolina Corps of Engineers -City of Wake Forest, managed 12 crews NC DOT debris removal and grinding, managed 19 crews Philips & Jordan, managed 17 trucking companies City of Raleigh, debris removai/grinding, managed 19 crews NRCS Projects Pender and Duplin Counties, managed 4 crews Certifications: OSHA Certified Safety Alabama Certified -Traffic Control Red Cross Certified First Aid and CPR Commercial Drivers License Joe B. Wheeler 29424 Marker Loop San Antonio, Florida 33576 Tel: 813-323-0046 Specialization: fepresentStorm .Reconstruction ..Services,- Incforthe State of Florida at County and City storm preparedness meetings, pre -bid and bid reviews and assist with the supervision of subcontractors and contract negotiations during the time of event. Includes interaction with departments and personnel within the County, FEMA, OSHA and monitoring agencies. Thirty- eight years of experience with real estate and construction development and with Storm Reconstruction Services, Inc in disaster recovery and debris removal operations. Professional Experience: Director of Real Estate, Construction and General Counsel for United Founders Life Insurance Co., Allied Supermarkets Inc., Ideal Supermarkets Inc, Bi-Lo Supermarkets Inc, Revco Drug Stores, Blockbuster Video. Partner in retail development with Mid -America Management Co., C & W Manhattan Associates, Realmark Proper -ties Inc., Glenridge Development Co., and DWSKB Group LLC. Clients include K-Mart Stores, Target Stores, CVS Drug, Goody's Clothing Stores, Office Max, and a variety of national retail chain operations. Background Summary: Covered Central and Southeastern United States coordinating with governmental agencies for the selection -of locations for retail shopping centers. Included marketing research, feasibility studies and presentations, land purchase and lease negotiations, establishing construction contracts and supervision during the .project. Lived in Oklahoma, Texas, Kansas, South Carolina, Georgia, and Florida during the course of these employment activities. Education: Batchelor of Arts, Oklahoma City University ]uric Doctorate, Oklahoma City University School of Law MILTON A. LADD (Mickey) 20540 Lowry Drive Fairhope, Alabama 36532 251-928-6203 OBJECTIVE: Use my broad experience in sales to manage and strengthen sales for both company and myself. BACKGROUND SUMMARY: Over 30 years of industrial sales experience selling -rubber products, hose, V- belts and conveyor belting. PROFESSIONAL TRAINING: 2 Goodyear Conveyor Belting Schools 2 Habasit Belting Schools 2 Thermoid Hose and Light Weight Belting Schools PROFESSIONAL ACCOMPLISHMENTS: Conducted many in -plant seminars on: Hose, .Hose Coupling and V- Belt Safety • Heavy belt (Goodyear) maintenance and training Habasit maintenance and training Continental Conveyor idler training Belting Solutions and Trouble Shooting Proper belts for different jobs Hytrol trouble shooting for light weight systems Mechanical and vulcanize splice training seminars for light weight, European and heavy belting Conveyor system training Skirting cleaning equipment Loading and alignment EMPLOYMENT HISTORY: 9/2004 — Present 11/2003 — 09/2004 03/2003 — 11/2003 05/2002 -- 03/2003 Storm Reconstruction Services Tuscaloosa, AL Cornerstone America Fairhope, AL Sales/Life and Health Insurance East Bay Marine Daphne, AL Manager/Boat Sales Atlanta Belting Company Atlanta, GA Outside Sales 1982 - 05/2002 Turner Supply Company Mobile, AL Outside Sales - Hose /Belting Specialist 1975-1982 Port City Rubber and Gasket Theodore, AL Outside Rubber Sales 1970-1975 Marine Specialty Company Mobile, AL Warehouse M ....__ ._ ....... anager, Inside & Outside Sales EDUCATION: 1965 - 1966 1966 - 1968 University of Alabama University of South Alabama Equipment List DESCRIPTION MODEL SERIAL NUMBER 1 International Self load Kboom 2005 1 HTMKAAN66H171750 2 International Self load Kboom 2005 1HTMKAAN66H171751 3 International Truck 1994 1 HTSCAB93SH613428 4 International Self load Kboom 2005 1HTMMAAN6SH119835 5 International Self load Kboom • 2005 1HTMMAAN6SH119837 6 International Self load KBoom Trash 1993 1HTSDPPR8PH487795 7 International Self load KBoom Trash 1992 . 1HTSDNUR8NH396368 8 international Self load Kboom 2006 1HTMKAANX6H171749 9 International Self load Kboom 2006 IHTMKAANX6H171752 10 Freightliner Bucket 1996 • 1FV68HBB0TL534235 11 Sterling Self load Kboom 2004 2FZACGC564AL99298 12 Bobcat Loader with grapple 763 S12237384 13 John Deere Dozer JD750B BL744360 14 John Deere LGP Dozer JD4SOG . T050GH82889 15 John Deere Loader JD744H 560345 16 John Deere Rubber Tired Loader JD544B 298606T 17 Brook Trailer TIEBROOK 1T9BSAN37KB021585 18 Bucket 19 Cat Trackhoe E211B SN70F01655 20 Cat Trackhoe 320L X7JK04319X 21 22 Caterpillar Loader Caterpillar Loader Cat936F CAT950F 8AJ00361 5SK03526 23 Caterpillar Loader Cat936F 8AJ01494 24 Caterpillar Loader CAT95O B 22702957 25 26 Caterpillar Loader Catepillar Wheel Loader CAT950F 2005 924G 5SK03345 D DA02329 27 Catepillar Wheel Loader 2005 930G TWR00858 28 Catepillar Wheel Loader 2005 930G TWR00746 29 Catepiilar Wheel Loader 2005 924G DDA02297 30 Kawasaki Loader KZ90 35652 31 Kawasaki Loader KZ90 35824 32 Kawasaki Loader KZ90 35835 33 Caterpillar RT Backhoe CAT426 1YR00619 34 Caterpillar R.T. Ldr w/Bucket CAT920 62K2374 35 Caterpillar Trackhoe CAT235 32K03849 36 Challenger Lowboy Trailer 1998 . 1 W8A11 E31 WS000037 37 38 Challenger Lowboy Trailer Ch1pper(WOOD CHUCK) 1997 42497 1W8A11D28VS000229 691077 39 Crusher ROCK BLASTER 168044 40 Dorsey Trailer 1H4D02429FF018302 41 42 Eagle Wood Hog-1998 4860 Skid F350 Ford Service Truck 63D001 1988 11428-7228X 1FDJF37MOJKAS2548 43 Fiat Front End Loader Allis FR10 494243 44 Fiat Rubber Tired Loader FR15-B 595696 1 AS of 6/28/2006 Equipment List DESCRIPTION MODEL SERIAL NUMBER 45 Ford Truck 1989 Service F-700 1FDXK74A5KVA24946 46 Ford 1988 Tractor Red Tri axle LT9000 . 1 FDYA90X3JVA45S45 47 Ford Tractor Truck 9000 _ 1 FDYA92W3CVA04011 48 Fork Aeromax L9000 1 FTYY95X1 NVA14313 49 Freghtliner Tractor (Blue) 1985 1 FUPYSYB9FP259944 50 Freightliner Tractor BOWMAN 51 Gehl Skid Steer Loader 3825 SL3725-6L385 52TGenerator M 53 with Light(AM1DA) 5060D 4MVC • 85129515, GMC Truck (CH) SIERRIA Z 71 2GTEK19T411105424 54 Grapple 6599037/9 55 Grapples 56 Grove Manlift SM3270 17439 57 Hitachi Excavator EX200-2 147 70368 58 Hitachi Excavator EX200-3 14C78093 59 Hitachi Excavator EX-200 EX200 147 64519 60 Komatsu Excavator PC100-5 30390 61 Hydraulic Hammer 62 Hyd Stacking Rake 9' • 63 Hyd Stacking Rake 9' . 64 International 4900 Trash Truck 1997 1 HTSDTVNOLH232688 65 International Bucket Trk (Sandy) 1998 1HTLDTVN6KH617028 66 Kenworth Tractor Trailer 1973 129433 67 Kenworth Truck Tractor 1995 1XKADR9X7SS639291 68 Kenworth W900L Truck Tractor 1997 1XKWDB9X8VJ7456611 69 Komatsu Dozer D65P 50429 70 Lull Forklift 4D3-32 AT653 71 MEC Manlift 2034HT 6100174 72 MEC Manlift 2034HT 6100175 73 MEC Manlift • 2034HT 8101745 74 Diamond Z Grinder 2005 • _ 75 DuraTech Horizontal Grinder 512 9851202033R 76 Morbark PRCCM 1400 _ 575021 77 Morbark Trommell Screen GDS-727 3004, 78 Morbark Tub. Grinder 1300 571108 79 Morbark Tub Grinder • 1400 575047 80 Morbark Tub Grinder 1400 81 Morbark Tub Grinder 1300A 2005 571-442 82 Morbark Tub Grinder 1300A 2005 571-434 83 Mustang Skid Steer Loader 960 • 462410D 84 New Holland Skid Steer Lodr L785 755775 85 Nuttall Lowboy Trailer WI HYD/RAMPS NMC50033 86 Pathfinder SUV FLAT ROCK _ 87 Peterbilt Mark) 1977 94820N :88 Power Washer 99 4107016284 89 Pump (MG) 12" PUMP TO4276T1634 2 AS of 6/28/2006 Equipment List DESCRIPTION MODEL SERIAL NUMBER 90 Simon Manlift X14 SAA0135R 91 Simon Manlift X14 _ SAA0136R 92 Trailer AVENGER Cargo AV510SA2990 HT6FB1012WM00735 93 Trailer Avenger Cargo AV612SA2990 4T6FB121XWM008789 94 Trailmobile Aluminum Dump 99 V41688 95 Volvo Trk & Trow Lowboy 86 1WUYDCVG6GN113097 96 TROW LOWBOY 91 - 1210150001 _ 97 Air Compressor(1)Ioxley SMITH 100CFM - 100E9287 98 Air Compressor(1) 99 Air Boat wfTrailer 1995 897080 100 Barge/Knuckle Boom FLAT ROCK 101 BC Grapple Pak FLAT ROCK 102 Welder FLAT ROCK 103 Welder Miller BOBCAT2251P216G F953393572 104 Chain Saw (10-12) HUSQVARNA 365 7200209 105 Lowboy Trailer 1997 Wiztco 35 Ton 1W8A11 D27VS000129 106 Cargo Trailer • Pace 4FPFB1215VG017627 107 Cargo Trailer Pace 8X28 _ 4FPWB2828VG017627 108 Flat Bed Trailer Tagalong HMD _ SCHD42366 _ 109 Fruehauf Dump Trailer DCX-M2-30 FWR530901 110 Sanderson AT/Forklift SB504TC • F0540679370 111 Trailmobile Single Drop F7CT-6JDA 1PTF7CTR5R9007777 112 Mack Road Tractor RWS767KST40188 113 Honda Water Pump 5.5GX 160 21NC GCO2-4535149 114 Wacker Packer Compact GVR1514 419605580 115 Mack Dump Truck 16CY TANDEM R685ST3340 116 Joplin Water Tanker 600 GAL 1077 117 McPherson Curtain Burner 4BT3.9-P 45482510 118 McPherson Curtain Burner 4BT3.9-P 45504938 119 McPherson Curtain Burner M3OF 1105580 120 McPherson Curtain Burner M3OF 1105590 121 Twin Disc. Curtain Burner SP 111 HP3 , 351395 122 Balderson Rake/Grapple J01473 123 Grapple JCB/D&E1 124 Grapple JCB/D&E2 125 Grapple JCBID&E3 126 Grapple JCB/D&E4 127 Kenworth Tractor 1997• 1XXWDB9XBVJ745661 128 Trailmobile Single DT 1993 1PTF7CTR5R9007777 129 GMC Truck w/ ARR 1995 1 HTSCAAM9SH674162 130 Ford 2 Ton • 1998 1FDNF80C2WVA15569 131 Ford 2 Ton 1998 1FDNF80C4WVA23768 132 Ford 2 Ton 1995 1 FDXF80C1 SVA01116 133 2005 GMC - Yukon XL 1GKGK26U75R135952 134 2005 GMC Yukon XL 3GKFK16Z75G178849 3 AS of 6/28/2006 Equipment List DESCRIPTION MODEL SERIAL NUMBER 135 2005 GMC Yukon XL Denali 1GKFK66U05J182533 136 International 1997 2HSFBAET3VCO25530 137 Tag along Trailer OTWP 22' 2005 4R7B025205T061775 138 Tagalong Trailer OTWP 22' 2005 4R7B025295T061774 139 Tag along Trailer OTWP 22'' 2005 4R7B025295T061773 140 Tag along Trailer OTWP 25' 2005 4R7B025245T060435 141 Tag along Trailer OTWP 25' 2005 4R7B025235T060488 142 ETQ 4 KW Generator 92979 143 ETQ 4 KW Generator 03103 144 Rite Lite Generator 145 Drop Deck Trailer 1W1AEK2B2TK222263 146 John Deere 744 580557 147 International Eagle 1999 2HSCHAETXYC054030 148 Case Backhoe 580M N4C381717 149 Kobeico Excavator SK210LC YQ08U1509 150 Case Backhoe 580 M N4C303450 151 Case Dozer 850K CAL004237 152 Theile Trailer • 1T9TS4725PW358054 153 Fabrex Trailer 2A9SWF8B9YT053097 154 International Tractor 2HSCHAWTXYC054030 155 Patco Semi Trailer 1998 2A9SWP9AOJT053131 4 AS of 6/28/2006 National Accounts for Rental Companies F.or: Storm Reconstruction Services, Inc, Having a national account status with the following companies allows us to have immediate access to equipment from anywhere in the United States. If dealers in a particularly hard hit area do not have the available equipment we are able to have them secure it through their national database. SRS National Rental Accounts Active I.. Hertz Equipment Rental P.O. Box 253090 Oklahoma .C.ity,. OK_7.3126 National Account Manager: Erin Brant Credit: 800-644-4740 Ext 8114 2. Rental Service Corporation, Inc. 850-763-0174 Panama City branch, Bethea Ernest 601-634-8035 Hattiesburg, MS branch, David Smith 205-759-2622 Tuscaloosa, AL branch, Dennis Dean Phone: 1-800-441-3353 naional office Dallas, TX Nati account # 31606 3. Neff Rentals P 0 BOx 5381994 'Atlanta, GA 30353-8194 Natl Account # 2250321 Contact : Jeff at Pompano Beach branch PHone: 954-973-9757 4, Nations Rent 4351 Equity Drive Columbus, OH Phone: 877-677-3687 Account # 5357655 No contact name available at this time. Fax: 614-850-1904 5. Caterpillar Rents J.A. Riggs/ Contact Jeff Willis 925 Interstate 30 Little Rock, AR 72203 Phone: 501-570-3549 Fax: 501-570-3167 5. United Rentals P.O. Box 19633A Newark, NJ 07195-0636 Phone: 859-885-0139 7. Tubb Equipment Rental 2700 East Lake Land Drive Jackson, MS 39296 Contact: Owner Joe Tubbs or Debbie at 601-392-3900 FAX: 610-932-4838 8. Power Trac 7181 NW77thAve Miami, FL 33166 Phone: 305-819-3700 Fax: 305-819-8555 Contact: Steve IKS Storm Rrcaauruedon Serviea FINANCIAL INFORMATION Contract Financial Strength Storm Reconstruction Services, has performed a number of contracts that required .SRS .to...provide .,funding . for _the ._.entire ..operation of,...the ..projects. ..-....We provided fully operational and financial support for the project including weekly payment of ail subcontractors and vendors. We request that you reference our Completed Contracts List to confirm dollar volumes on the aforementioned contracts, as well as contacting the contracting officers in our references. Bonding & Insurance BONDING: We are able to provide Performance and Payment Bonds for whatever amount that is required by for this project. SRS has unlimited bonding through our surety company. Please feel free to contact: McCartha, Cobb & Associates Contact Name: Wayne McCartha • Phone: 803-799-3474 FAX: 803-799-3711 INSURANCE: We own a substantial list of equipment, which is used for Disaster Recovery Projects. SRS is financially capable of providing continuing coverage for all insurance as required, including worker's compensation. Please feel free to contact: International Assurance, Inc. in Mobile. Alabama. Contact: Marsha Griffin or Chris Steber Phone: 251-344-5530 Fax: 251-343-0653 Banking References We have an excellent banking relationship with one of the strongest financial institutions in the Southeast. SRS has a $20 million dollar revolving Line of Credit. An additional line of credit is available at anytime for an equal or greater amount. Please feel free to contact: Regions Bank (Mobile, AL) Contact Name: Mr. John Arenda€I Phone: 251-690-1017 Fax: 251-690-1296 si Storm Recovitruetion Serviest • Credit References We maintain national credit accounts with major equipment rental companies throughout the U.S., including Hertz Corporation, Nations Rent, United Rentals and RSC (Prime). The relationship we have with the companies insures immediate availability of additional equipment in your area, as needed. Additional Financial Information We are listed with Dun & Bradstreet (Reference D&B No. 95-7901444). We maintain an excellent pay record. We hold active status with The Secretary of State in 19 States throughout the U.S. We hold multiple General Contractors' license, including Louisiana. Our Officers are active in various organizations including the American Public Works Association, the Alabama public Works Association, Homebuilders and are active participants and sponsors, for National and State seminars and conferences on Disaster Management, Debris Management, Hurricanes, including FEMA conferences and State and Local Departments of Transportation. Corporate Contact Information Storm Reconstruction Services, Inc. was incorporated in the State of Alabama .in 1993. President of SRS Is Mr. Ron Crump, Contact numbers are toll free 24 hours a day: 866-556-0049. SRS Tuscaloosa Office: 205-556-0049 Fax: 205-469- 2038 Wireless: 205-242-1515 website is: www.stormreconstruction.com. Reigns Bank lune 21, 2006 Re: Stormaecanstructioa Services.lnc. S-003-04 (S) Disaster Debris Management Services ' The principals of Storm Reconstrontion Services, Inc: have asked that we contact you, regarding %cone:Taay's revolving line of -credit arrangement with Regions Sank. We have approved a 20,000,0000,00 line of commitment and a.$I,O0,000,00 secondary line commitment, and current available is approx a telkS20,95II,00Q,010. The,commitmaats have beeniiandlcd as agreed and will be reviewed annually. pue. to the nature of the disaster debris management industix, the bank recognizes that Storsn Recaustrtictivn, Services may bavc.a need for additional funding or short notice if a major. disaster occurs, Rased an•our experience with Storm Reconstruction, n we will respond as quicidy as possible to approve what whatever is warranted used on the number and size of contracts awarded. Our relationship with SRS, Fie. is good end .we.have beenin the past been willing to provide increased commitments as need arise. If there are any questions lir you should need Anther assistance, please call me at 251-690-1427. Sincerely, John Arend Vice:President Commercial Real Estate rou (;)Bice Sux 2i27 MSnhilr„ Atabixn '04122.000f 16 t1FI�l�l ohb . McCARTHA, COBB & ASSOCIATES. May 2, 2006 For Bid Purposes Only This is to advise that General Insurance Company of America is the surety for Storm Reconstruction Services, Inc. We think highly of our association with Storm Reconstruction Services, Inc., and recommend them .highly to any prospective obligee / owner. We have written bonds for this contractor up to the $20,000,000 level. General Insurance Company of America has the capacity to write bonds up to $50,143,000 and with "Re -Insurance" can write bonds well in excess of $100,000,000. Storm Reconstruction Services, Inc. has never defaulted an a bond, nor have they been declined on any bond they have requested. We look forward to a continued relationship with this fine company, and hope that if you have any questions, you will not hesitate to contact our office. Sincer ly, r1t Rayr><iond E. Cobb, Jr. Vice -President CONTRACT SURETY BONDS ■ BID . PERFORMANCE sr PAYMENT ■ MISCELLANEOUS 803-799-3474 s FAX: 803-799-3711 IN 1407 CALHOUN STREET i COLUMBIA, SC 29201 www.m ccartha-cobb .com Comprehensive Insight Plus Report for D-U-N-S 95-790-1499 STORM RECONSTRUCTION SERVICE INC Report Printed: May 11, 2006' E D&B: Decide with Confidence • Print this report • To save this report to your PC: Select File and then Save Asfromthe browser menu bar. Click on the Save in: drop -down menu and select a location for your file. Enter a file name and save the report as a .html or .txt file. Copyright 2004 Dun & Bradstreet - Provided under contract for the exclusive use of subscriber Test Test, Small Business Solutions Company CreditworthinessPayment History & Public Snapshot Ti ends Filings Company Snapshot Business Summary Profile STORM RECONSTRUCTION SERVICE INC 1609 Veterans Memorial Pkwy Tuscaloosa, AL 35404 Tel: 205 556-0049 D-U-N-S #: 95-790-1499 D&B Rating: ER6 Company Stats Year incorporated Year started Employees Chief Executive S.X.C. Industry General contractor/debris management services, disaster cleanup 1993 1993 10-25 (10 here) Thurmon Bell Chairman 8322 This is a headquarters location. Branch(es) or division(s) exist. The Net worth amount in this section may have been adjusted by D&B to reflect typical deductions, such as certain intangible assets. History & Qperations Banking & Finance Likelihood this company will not pay on time over MODERATE El the next 12 months Credit Score Class: 3 Likelihood this company will experience financial distress in LOW the next 12 months Financial Stress Class: 1 Timeliness of historical payments for this company** D&B PAYDEX®: 71 LJ SLOW Industry benchmark: Slow "Based on 29 trade experiences on fife with D&B file://C:\My%20Documents\AMandalprehensivel.nsightPlusRepor tSTORMRECONSTRU... 5/11/2006 Payment performance trend over the past 90 days D8.6B offers guidance on credit limits for this company based on its profile as well as profiles of other companies similar in size, industry, and credit usage Get details Evidence of bankruptcy, fraud, or criminal proceedings in the history of this business 'or its management NO Noteworthy'special events in this company's file NO Total number of suits, liens and judgments in this company's file off Value of open suits, liens and judgments for this company $0 El Value of open records refers only to 10 most recent filings for each record type Thei•e may be additional suits, liens, judgments, or UCC filings in D&B's file on this company available by contacting 1-866-472-7362. orn Payment History & Public ' • ' History & CreditworthinessiFilings Operations Creditworthiness • Summary Likelihood this company will experience financial distress in the next 12 months LOW Likelihood this company will MODERATE El not pay on time over the next 12 months Default on Payment: Financial Stress Summary Likelihood this company will experience financial distress in the next 12 months Financial Stress Class: 1. LOW During the prior year, firms in this Financial Stress Class had a failure rate of 0.49%, which is r Banking & Finance D&B Rating: ER6 Number of employees: ER6 is 10 to 19 employees. Certain lines of business, primarily hams. insurance companies and government entities, do not lend themselves to classification under the D&B Rating system. instead, we assign these types of businesses an Employee Range symbol based on the number of people employed. No other significance should be attached to this symbol. The ERN should not be interpreted negatively. It simply means we do not have information indicating how many people are employed at this firm. For more information, set the D&B Rating Key. Key Factors • - 29 trade experiences exist for this company. • - Financial Stress Score: 1432 (high risk: 1,001;1ow risk: 1,850) . - No record of open suit(s), lien(s), or judgement(s) in the D&B files. - 28% of trade experiences indicate slow payment(s) are present. • - Control age or date entered in D&B files indicates higher risk. file://C:'uMy°%2ODocum ents1AM andaiprehensiveinsightPlusReportSTORMv1RECONSTRU... 5/1 1/2006 0.35 tires lower than the national average. 1 Financial stress national percentile: 50 (high risk: 1%; low risk: 100%) National percentile industry norm: 54 (high risk: 1%; low risk: 100%) • Payment within Terms: Credit Score Summary • Likelihood this -company -will ..MODERATE] not pay on time over the next 12 months Credit Score Class: 3 zf The Credit Score class of 3 for this company shows that during the previous ,year, 12.3% of the firms with this classification paid one or more bills severely delinquent, which is lower than the national average. Credit score percentile: 43 (high risk: 1 %; Iow risk: 100%) Industry norm percentile: 47 (high risk: 1 %; low risk: 100%) Additional Information Financial Stress Summary • - The Financial Stress Class indicates that this firm shares some of the same business and financial characteristics of other companies with this classification. It does not mean the firm will necessarily experience financial stress. • - The Incidence of Financial Stress shows the percentage of firms in a given Class that discontinued operations over the past year with loss to creditors. The Incidence of Financial Stress - National Average represents the national failure rate and is provided for comparative purposes. • - The Financial Stress National Percentile reflects the relative ranking of a company among all scorable companies in D&B's Key -Factors.._ • - 29 trade experiences exist for this company. • - 28% of trade experiences indicate slow payment(s) are present. • - No record of open suit(s), lien(s), or judgments(s) in the D&B files. • - Business does not own facilities. Credit Score Summary • - The Incidence of Delinquent Payment is the percentage of companies with this classification that were reported 90 days past due or more by creditors. The calculation of this value is based on an inquiry weighted sample. • • - The Percentile ranks this firm relative to other businesses. For example, a firm in . the 80th percentile has a lower risk of paying in a. severely delinquent manner than 79% of all scorable companies in D&B's files. file :NC.:1My%2 ODocumentslAlvlandalprehensiveInsiehtPlusReportSTORMRECONSTRU... 5/11/2006 file. • - The Financial Stress Score offers a more precise measure of the level of risk than the Class and Percentile. It is especially helpful to customers using a scorecard approach to determining overall business performance. • - All Financial Stress Class, Percentile, Score and Incidence statistics are based on 2002. Company CreitworthinessPayment History &, Public History & Snapshot Trends Filings • Operations Payment History Summary Average payment performance UNCHANGED trend when weighted by dollar amount Payment History Overview Payment experiences on file with D&B: Payments made within terms: Amount placed for collections: 29 23 (80%) 0 (0%) Banking & Finance Company's payment performance SLOW U over the past 12 months compared with its peers Average highest credit: Largest high credit: Highest now owing: Highest past due: Historical Payment Trends: PAYDEX® Average payment performance trend when weighted by dollar amount Last 3 months: Trend is unchanged $4,124 $25,000 $5;000 $250 Last 12 months: 14 days beyond terms Industry benchmark: Slow D&B PAYDEX®: 71 Eased on payments collected over last 12 months. Indications of slowness can be the result of dispute over merchandise, skipped invoices, etc. Accounts are sometimes placed for collection even though the existence or amount or the debt is disputed. Historical Payment Trends: PAYDEX® Comparison to Industry filet/C:1My°%20DocumentslAMandatiprehensiveInsightPlusReportSTORMRECONSTRU.... • 5/11/2006 Company's payment performance over the past 12 months compared with its ,peers This company's 12-month high: 76, or equal to 6 days beyond terms This company's 12-month low: 70, or equal to 15 days beyond terms 1 1 1 1 1 1 1 1 I 0 r I 06/05 07/05 08105 09/05 10/05 11/05 12/05 01/06 02/06 03/06 04/06 05/06 = This Company © Industry Benchmark SLOW I r j Shows PAYDEX scores of This Business compared to the Primary Industry from each of the last four quarters. The Primary industry is General contractor/debris management services,disaster cleanup, based on SIC code 8322. Payment History Details Date Reported Paying Record High Credit ($) Now Owes ($) Past Due ($) Selling Terms Last Sale Within (months) .04/06 Prompt -Slow 30 25,000 0 0 1 04/06 (002) J 10,000 10 0 4-5 04/06 1(003) 500 1 0 0 2-3 03/06 , Disc 1,000 0 0 6-12 03/06 Disc 100 I 0 0 6-12 03/06 Prompt 110,000 10 ' 0 . Net30 6-12 . 03/06 Prompt 12,500 1 0 0 Net30 '2-3 03/06 ' Prompt ! 1,000 1,000 0 1 03/06 • . Prompt , 500 10 0 . . 6-12 . 03/06 Prompt 500 10 0 6-12 03/06, Prompt 250 0 0 2-3 03/06 Prompt J 250 10 .. 0 . .2-3 03/06 Prompt -Slow 30 5,000 1,000 250 1 03/06 (014) 10,000 0 0 . 1 02/06 Prompt 115,000 10 0 Net30 6-12 02/06 Prompt I500 10 0 6-12 file t/C:1iv[y%20DocomentslAManda\prehensiveInsightPlusReportSTORMRECONSTRU,.. 5/11/2 006 t..vC d111gnT Ylus KepOrt: J i L)itM K..r.t:U1' i KUC.; .1 iU.�' J.I✓KY i1�1=, 1?�lt. .rage 6 ox 1 2 02/06 j Prompt 50 .150 0 1 02/06 I Prompt 50 50 0 1 02/06 Prompt -Slow 30 5,000 . 2,500 . 50 1 02/06 Prompt-SIow 30 750 250 0 . 1 02/06 Prompt -Slow 30..__...._.... 250 100 100 . . 1 .02/06 1 Slow 30-60 ' 250 0 0 6-12 01/06 Prompt 20,000 0 0 6-12 01/06 1 Prompt 100 6-12 01/06 Slow 30 5,000 10 0 J 4-5 01/06 (026) 1,000 0 0 2-3 12/05 ' Prompt 5,000 15,000 .0 1 12/05 . I Prompt . 50 50 0 1 09/05 . Slow 45 5,000 0 0 6-12 Payment experiences reflect how bills are met in relation to the terms granted. In some instances payment beyond terms can be the resul of dispute over merchandise, skipped invoices. etc. Each experience shown is from a separate supplier. Updated trade experiences replace those previously reported. Payment Analysis By Industry Company's dollar -weighted payments listed by the primary industries of its suppliers Total Total Largest Within Slow 1- Slow Slow SIow Received Dollar High Terms 30 31-60 61-90 91+ (#) Amount Credit ($) ($) (% of dollar amount) Industry Nonclassified There are 29 payment experiences inD&B's file for the most recent 12 months, with 22 experiences reported during the last three month period. Company Payment History & Public History & Banking & SnapshotTrends. Filings e ations Finance Public Filings Summary of Court Actions The following data includes both open and closed filings found in D&B's database on the subject . company. file ://C:IMy.%20Doctments\AMandalorehensivein giahtP111cRQ.,,n cTfl 7 /1-1? rc-rur I ::', , in rifle Record Type Total Records Most Recent Filing Dare Suits • 0 Liens 0 Judgments 0 .UCC Filings 0 19 03/07/2002 Bankruptcy Proceedings 0 Public filing data is for informational purposes only and is not the official record. Certified copies can only by obtained from the official source. Number and value of open records refers only to 10 most recent filings for each record type, There are additional suits, liens, judgments, or UCC filings in D&B's filean.this company available by,contaating 1-W-477.-73G2. . UCC Filings Collateral All Account(s) - All Contract rights Equipment and proceeds Equipment Open Records 0 Type Sec. Party Original SOUTHTRUST BANK, BIRMINGHAM, AL Original Open Value 0 0 0 0 0 N/A N/A 0 Debtor STORM RECONSTRUCTION SERVICES, INC. THE CIT STORM GROUP/EQUIPMENT RECONSTRUCTION FINANCING, INC., SERVICES, INC. 1EMPE, AZ Original SOUTHTRUST BANK, NATIONAL ASSOCIATION, BIRMiNGHAM, AL Equipment Original L. B. SMITH, INC., SYRACUSE, NY Equipment Original L. B. SMITH, INC., SYRACUSE, NY Equipment Original L.B. SMITH, INC., • SYRACUSE, NY Equipment Original L.B. SMITH, INC., SYRACUSE, NY STORM 11/23/1998 RECONSTRUCTION SERVICES, INC. Date Filed Additional Details 03/30/2001 Filing number: 2001 Filed with: SECRET STATE/UCC DIVIE MONTGOMERY, E Latest info Received 12/23/1996 Filing number: 199E Filed with: SECRET STATE/UCC DIVI� MONTGOMERY, Latest info Received Filing number: 1998 Filed with: SECRE1 STATE/UCC DIVIE MONTGOMERY, Ai Latest info Received STORM 10/13/1998 Filing number: 1998 RECONSTRUCTION Filed with: SECRET SERVICES, INC. STORM RECONSTRUCTION SERVICES, INC. STORM • RECONSTRUCTION SERVICES, INC. STATE/UCC DIVI5 ALBANY, NY Latest info Received STATE/UCC DIVI� MONTGOMERY, 1 Latest info Received 10/13/1998 Filing number: 1998 Filed with: SECRET STATE/UCC DIVIE MONTGOMERY, i Latest info Received 10/13/1998 Filing number: 9821 Filed with: SECRE1 STORM 10/13/1998 Filing number: 9821 RECONSTRUCTION SERVICES, INC. Filed with: SECRET • STATE/UCC DIVI. file://C:\My%20Doc unents��..Mandalprehe, siveInsightPlusReportSTOR E'CONSTRU... 5/11/2006 Equipment Original A_MSOUTH BANK STORM 08/27/1998 COMMERCIAL RECONSTRUCTION LOAN PROCESSING, SERVICES, INC. BIRMI NGHAM, AL Equipment Original CENTRAL CAROLINA BANK AND TRUST CO, WAKE FOREST, NC Equipment Original CENTRAL CAROLINA BANK AND TRUST CO, WAKE FOREST, NC STORM 01/30/1998 RECONSTRUCTION SERVICES INC STORM 01/30/1998 RECONSTRUCTION SERVICES INC The public record items contained is this report may have been paid, terminated, vacated or released prior to the date this suits, liens, judgments, or UCC .filings in 1:)&13's file on this company available by contacting 1-866-472-7362. Any publi Government Activity Activity Summary Borrower (Dir/Guar) Administrative Debt Contractor Grantee No No No No • Party Excluded from Federal Programs) No The details provided in the Govern:neat Activity section are as reported to D&B by the federal government and other sources. ALBANY, NY Latest info Receives Filing number: 1998 Filed with: SECRET STATE/UCC DIVIE MONTGOMERY, ' Latest info Receivec Filing number: 1543 Filed with: SECRE? STATE/UCC 'DIVIE RALEIGH, NC Latest info Receive Filing number: 1543 Filed with: SECRET STATE/UCC DIVIE RALEIGH, NC Latest info Receive report was printed. There are add c Slings displayed in red are open Possible Candidate for Socio-Economic Program Consideration • Labor Surplus Area N/A Yes • (2006) N/A Small Business Company Snapshot 8(A) Firm Creditworthiness Trends History & Public Trends Filin��s History & Operations Topic History History & Banking & Operations Finance Description Detailed information on the history of a company, including background information on the management team and key principals, and information on related companies. Corporate Family Detailed information on all related companies, including subsidiaries, affiliates and branches. Registration & • Incorporation Detailed registration and incorporation information, including the date and state of incorporation and the type of corporation formed. file://C:\My%20DocumentsAMandaiprehensiveInsightPlusReportSTORMRECONSTRU,.. 5i 11!2006 —r a. .... .. .��. �+u a i yvv ii�ti v iv:, ✓i l� r j, t s_,4. - aWG 7 lj 1S Company Operations Detailed information on a company's operations, including the identity of the parent company, the geographic scope of the business, and the key holdings. Industry Classification Details on the specific industry within which a company is classified. History Officer(s): Director(s): RONALD .f CRT/NIP, TIC, OFFICERS) PRESIDENT THURMON BELL, V PRES JERRY M SILVERSTEIN, V PRES Business started 1993. 100% o•f capital stock is owned by officers. THURMON BELL born 1948. Active here since inception. JERRY M SILVERSTEIN born 1961. 1993 to present active here. Admitted into business as a partner 1990. Active with affiliate since 1983. RONALD I CRUMP. Work history unknown. Business address has changed from 2321 Airport Blvd, Mobile, AL, 36606 to 1609 Veterans Memorial Pkwy, Tuscaloosa, AL, 35404. Corporate Family Branches (US): Storm Reconstruction Service Inc 1609 VETERANS MEM PKWY, Tuscaloosa, AL Registration & Incorporation Registered Name: Storm reconstruction service inc Business Type: Corporation Corporation Type: Profit Date incorporated: August 20, 1993 State of Alabama DUNS # 02-341-5867 Filing Date: August 20, 1993 Where Bled: SECRETARY OF STATE/CORPORATIONS DIVISON, MONTGOMERY, AL incorporation: Corporate and business registrations provided by management or other source. fle://C:IM%20Docurnents;:4MandalorehensivelnsiAhtPlusRenortSTORMRF.rn�rTP r 1 /Inn, Company Operations Description: Disaster recovery specialist and debris management. ADDITIONAL TELEPHONE NUMBER(S): Facsimile (Fax) 205 469-2038. Toll -Free 866 556-0049. Terms are contractual basis. Has 20 account(s). Sells to government. Territory : United States, Nonseasonal. Employees: 10-25 which includes officer(s), 10 employed here. Facilities: Shares 3,000 sq. ft. in brick building. Location: Central business section on well traveled street. Branches: This business has additional branches; detailed branch information is available in D&B's linkage or family tree products. Industry Classification SIC NA.ICS 83220303 Disaster service 624230 Emergency and Other Relief Services Based on information in our file, D&B has assigned this company an extended 8-digit SIC. D&B's use of 8-digit SICs enables us to be more specific to a company's operations than if we use the standard 4-digit code. The 4-digit SIC numbers link to the description on the Occupational Safety & Health Administration (OSHA) Web site. Links open in a new browser window. Company Credit• wo thinessPayment History & Public History & Banking & Snapshot Trends Filings Operations Finance Banking & Finance Key Business Ratios Statement date; Mar 31 2000 Profitability Return on Sales Industry Norms based on 24 establishments This Business Industry Median Industry Quartile UN (1.0) yzle:'/C:1My%20Docurnents'\.4_MandalprehensiveInsiahtPlusReportSTORM .ECONSTRU 5/11/2006 Return on Net Worth LN 2 ,6 IJN Short -Term Solvency Current Ratio 1.3 1.8 Quick Ratio U:N 1.3 Efficiency Assets Sales UN Sales / Net Working Capital 3,0 Utilization Total Liabilities / Net Worth UN UN = UnavaiIable 40.1 7.8 38.9 4 UN 4 UN Finance 10/31/2005 Three-year statement comparative: Fiscal Dec 31 1997 Fiscal Dec 31 1998 Interim Mar 31 2000 . Current Assets 869,498 0 13,501,161 Current Liabs 648,609 0 10,03 8,274 Current Ratio 1.34 1.34 Working Capital 220,889 3,462,887 Other Assets 986,023 0 1,908,736 Net Worth 654,427 0 4,737,435 Sales 6,225, 022 10,482, 886 Long Term Liab 552,485 0 634,188 Net Profit (Loss) 539,216 3,455,545 On October 31, 2005, attempts to contact the management of this business have.been unsuccessful. Outside sources confirmed operation and location. • Comp Creditworthiness Trends History & Public History & • . Banking & Snapshot Trends • `ilings Operations Finance Customer Service Email us with your questions at http://smallbusiness.dnb.com/credit-reports/comprehensive-insiah cmeid=l O S2 0 025 5 &type=cipr- print&key=957901499&prodld=72&usrch-v =&dunsctry=US&bizname=Comprehensive±In ight 2DOF9F%2D4D52%2DBF27% 2DD 148A1 FDB 59E&itemid=23 28697&img=12328 697&prodname=Comprehensive=Insight=Plu If you'd like to speak to one of our member support technicians directly, call toll -free 1-866-472-7 ile://CANly%20Documents!A2VlandaiprehensiveInsighr.PlusReportSTORMRE CONSTRU... 5/1.1/2006 X 7:00AM to 7:00 PM CST -r---• •-.Li\li'se l.I. UL1tV1Lli L... r0.`G 1.U1 1L If this is a report on your own company use eUpdate; our easy online tool, to inform D&B of any information, Print this report • To save this report to your PC: Select File and then Save As from the browser menu bar. C menu and select a location for your file. Enter a file name and save the report as a .html or .txt Ele. Copyright 2004 Dun & Bradstreet — Provided under contract for the exclusive use of subscriber Test TeE 0 fle://C:Wly°42ODocmentsl.4.Manda\prehensivelnsightPlusReioortSTORMRE'CCNSTZI7... ;/11/)Cn.A • ILLEGAL DRUGS, ALCOHOL AND FIREARMS POLICY The Policy of STORM RECONSTRUCTION SERVICES regarding illegal drugs and controlled substances, alcoholic beverages, and firearms is: 1. The use, possession, distribution, purchase or sale of any illegal drugs or other controlled substances by any person while on STORM RECONSTRUCTION SERVICES premises or project sites, engaged in STORM RECONSTRUCTION SERVICES business or while operating STORM RECONSTRUCTION SERVICES equipment is prohibited. • 2. The use of any illegal drug or other controlled substances or alcohol which causes or contributes to unacceptable job performance or unusual job behavior is prohibited. 3. The use, possession,transportation, or sale of explosives, unauthorized flammable materials, firearms, or other weapons by SUBCONTRACTORS or employees, while on STORM RECONSTRUCTION SERVICES premises or project sites, engaged in STORM RECONSTRUCTION SERVICES business or while operating STORM RECONSTRUCTION SERVICES equipment is prohibited, 4. The unauthorized use, possession, transportation, or sale of alcoholic beverages by SUBCONTRACTOR or employees while on STORM RECONSTRUCTION SERVICES premises or project sites, or while operating STORM RECONSTRUCTION SERVICES equipment is prohibited. SUBCONTRACTORS or employees shall abide by this Policy. Any person violating this Policy shall be removed from STORM RECONSTRUCTION SERVICES premises or project sites, and may be denied future access to STORM RECONSTRUCTION SERVICES premises or project sites. In addition, STORM RECONSTRUCTION SERVICES may suspend work or terminate employment as a result of violation of this Policy. In appropriate cases, local law enforcement agencies may be advised of violation. In support of this Policy, STORM RECONSTRUCTION SERVICES may conduct or require searches and require screens as set forth in the following: SEARCH Without prior announcement, and at any time, STORM RECONSTRUCTION SERVICES may carry out reasonable searches of individuals and their personal effects when entering STORM RECONSTRUCTION SERVICES premises or project sites, while on STORM RECONSTRUCTION SERVICES premises or project sites, and when leaving STORM RECONSTRUCTION SERVICES premises or project sites, Unless prohibited by applicable law, STORM RECONSTRUCTION SERVICES may search its employees or subcontractors before entering STORM RECONSTRUCTION SERVICES premises or project sites, engaging in STORM RECONSTRUCTION SERVICES business or operating equipment STORM RECONSTRUCTION SERVICES, Entry onto STORM RECONSTRUCTION SERVICES premises or project sites constitutes consent to a search of the person and his/her personal effects, including, without limitation, packages, briefcases, purses, lunch boxes and vehicle, or any office, locker, closet or desk. Refusal to cooperate shall be cause for not allowing that individual on STORM RECONSTRUCTION SERVICES premises or project . sites. SCREEN Unless prohibited by applicable law, STORM RECONSTRUCTION SERVICES may require SUBCONTRACTORS or employees to conduct a controlled substance and/or alcohol screen while on STORM RECONSTRUCTION SERVICES premises or project sites, engaged in STORM RECONSTRUCTION SERVICES business, or operating STORM RECONSTRUCTION SERVICES equipment. In addition, STORM RECONSTRUCTION SERVICES may require SUBCONTRACTOR or employees to conduct a controlled substance and/or alcohol screen on any of its employees or its subcontractors' employees before entering STORM RECONSTRUCTION SERVICES premises or project sites, . engaging in STORM RECONSTRUCTION SERVICES business or operating STORM RECONSTRUCTION SERVICES equipment. A positive screen on SUBCONTRACTOR or employee or failure to consent to a screen shall be cause for removal from STORM RECONSTRUCTION SERVICES premises or project sites, and may result in the SUBCONTRACTOR or employee being terminated from for STORM RECONSTRUCTION SERVICES. NOTIFICATION OF SEARCH AND/OR SCREEN: Dnrg,Gansand Alm,nl d, el IiJ6n06 Conducting a search and/or screen of its subcontractors or employees on STORM RECONSTRUCTION SERVICES premises is permissible and may be done upon verbal notification immediately prior to the occurrence. DEFINITIONS As used herein, "controlled substance" specifically includes opiates, including heroin; hallucinogens, including marijuana, mescaline, and peyote; crack, crystal meth, cocaine; PCP; and prescription drugs, including amphetamines and barbiturates, which are not obtained and used under a prescription and any other substance included in. the Federal Controlled Substances Act or its regulations, or unlawful under applicable law. As used herein, controlled substance or alcohol "screen" means any test using blood, urine, breath or other samples to determine the presence of controlled substances or alcohol in the body. As used herein, " STORM RECONSTRUCTION SERVICES premises" is used in the broadest sense, and property, g. includes, but is � not limited to, all land,rope buildings, structures, installations, STORM RECONSTRUCTION SERVICES vehicles, equipment, and other craft owned, leased, or in any other manner being used by STORM RECONSTRUCTION SERVICES for any purpose. As used herein, "STORM RECONSTRUCTION SERVICES" is used in the broadest sense, and includes all sites or properties on which STORM RECONSTRUCTION SERVICES its affiliates and/or associated firms, and/or SUBCONTRACTORS or other firms, are performing work or any kind. DRUG AND ALCOHOL RANDOM SECURITY SEARCH POLICY All SUBCONTRACTOR personnel and employees assigned to STORM RECONSTRUCTION SERVICES work shall be mentally and physically capable of performing their assigned duties competently and safely. Therefore, SUBCONTRACTOR and its subcontractors shall have procedures which allow screening of all employees for controlled substances and alcohol while on STORM RECONSTRUCTION SERVICES premises or project sites, in STORM RECONSTRUCTION SERVICES equipment or while engaged in STORM RECONSTRUCTION SERVICES business. STORM RECONSTRUCTION SERVICES "Illegal Drugs, Alcohol and Firearms Policy is stated, and "Controlled Substances," "Screen," and " STORM RECONSTRUCTION SERVICES premises" are defined and understood. STORM RECONSTRUCTION SERVICES has occasionally suffered the loss of equipment, tools and confidential data from its work locations. Such losses will not be tolerated. Therefore, STORM RECONSTRUCTION SERVICES may conduct searches to ensure compliance with its Policy as outlined. To facilitate compliance with STORM RECONSTRUCTION SERVICES Policy, Subcontractors and employees should take the following steps: 1. Advise all employees and/or subcontractors of STORM RECONSTRUCTION SERVICES Policy of searches without prior notice and that any person found in violation of the Policy shall be denied access to STORM RECONSTRUCTION SERVICES premises and project sites, 2. Give to each employee and/or subcontractor, a copy of this notice 3. Screen employees and 'subcontractors before assigning them to STORM RECONSTRUCTION SERVICES premises or project sites, bearing' STORM RECONSTRUCTION SERVICES Policy in mind. SUBCONTRACTORS or employees shall immediately be removed from STORM RECONSTRUCTION SERVICES premises any of its or its subcontractors' personnel found to be in violation of the Policy. Such personnel may be denied future access to STORM RECONSTRUCTION SERVICES premises or project sites. Any illegal or unauthorized drugs, intoxicating beverages, firearms, weapons, or STORM RECONSTRUCTION SERVICES. property discovered as a result of STORM RECONSTRUCTION SERVICES searches may be confiscated and may be tamed over to law enforcement agencies. • If you fail to.comply with STORM RECONSTRUCTION SERVICES Policy, it may become necessary to take remedial action, including termination. I certify .as of this date that I: Understood and accepted this — day of , 200� Bv: Gmp,Guni and Alcohol u of I I1n06 C11ent-#4: 554 STORMREG ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MMIOO(YYYY) 03/30/06 PRODUCER International Assurance Inc P.O. Box 9635 )blle, AL 36691 251 344-5530 THIS CERTIFICATE I5 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Storm Reconstruction Services, Inc. 1609 Veterans Memorial Pkwy Tuscaloosa, AL 35404 INSURER A; First Mercury Insurance Company INSURER Br American Guarantee & Liability INSURER C: Commerce & Industry INSURER D; Lincoln General Insurance Co INSURER E: COVERAGES. ,_.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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IRS`rA-DEPL LTR INSR.D TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMMIDDIYYS POLICY EXPIRATION DATE IMMlDDIYYI LIMITS A GENERAL LIABILITY FMFL001202 10/07/05 10/07/06 EACH OCCURRENCE 41,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PRFMISES fFa nccurrencel 550,000 CLAIMS MADE In OCCUR MED EXP (Any one person} § • PERSONAL &AOVINJURY §1,000. 00 GENERAL AGGREGATE $2,000,000 Gen AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGO 42,000,000 —1 POLICY n JECT n LOC D AUTOMOBILE LIABILITY ANY AUTO LGBA10053302 04/01/06 04/01/07 COMBINED SINGLE LIMIT (Eaaccfdent) $1,000,000 __ X ALL OWNED AUTOS SCHEDULED AUTOS • BODILY INJURY (Per person} § X X HIRED AUTOS NON•OWNEOAUTOS BODILY INJURY (Per accident) 5 PROPERTY DAMAGE (Per accident) 5 GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO - OTHER THAN EA ACC 5 AUTO ONLY: AGO $ B EXCESSIUMBRELLA LIABILITY AUC591663600 10/07/05 10/07/06 EACH OCCURRENCE 55,000,000 OCCUR CLAIMS MADE AGGREGATE • $5,000,000 5 DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION AND WC9686763 08123/05 08/23/06 X' 42,7n OER• EMPLOYERS• LIABILITY E.L. EACH ACCIDENT s500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L, DISEASE • EA EMPLOYEE 5.500,000 If yea, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $500,000 OTHER . • DESCRIPTION Of OPERATIONS 1 LOCATIONS 1 VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS CANCELLATION CLAUSE:30 DAYS APPLY EXCEPT 10 DAYS FOR NON-PAYMENT RE:WC/EL SECT1ON:YES • CERTIFICATE HOLDER CANCELLATION FOR BID PURPOSES ONLY FOR BID PURPOSES ONLY FOR BID PURPOSES ONLY, ACORD 25 (2001108) 1 of 2 #S991921M99190 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL re* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. A UTHORIZED REPRESENT ATIVE L� f ^' MMG ® ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject .10 the terms and .conditions .of_the policy, certain .policies .may : require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, ACORD 254 (2001/08) 2 of 2 #599192/M99190 - ,,set.....aw= imiwz.impu-_:_viek$,I.p.413ipt.t.rtiplettpt,...asliTtwoix...amA,i-.4,.. emt.„.1.- mo,triablimmt,i+sai-Areityon”. ea` ''51"1"Px"-.."I'4400,- 0.0•VT.0,4"0".' 464"-.4"1"1 ".1".y < 414Frakiag174.Wli"OVC:dii67.4.14•174-CWillititi.a&Weiai;-15;001rgiOfirKaik/C4 gm.- tor '4,10 certify from the records of thia office that STORM RECONSTRUCTION SERVICES; NC, Is an Alabama corporation authorized tO transact busies the Stabs of Florida, qualified on August 14, 1998. The. document number of this Corporation la F98C00004888, I farther oertify that said Corporation has paid ail fees due this office through Daterriber 31,.. 200:0, that its most recent annual repodiunifOn business fepOrt was flied .0atobar .9, 2000, and Its.status is actNe; further certlfit that said corporation has not flied a. Certificate of Withdrawalv Skeen under rny hand :'ati.c1 the. Great:Seal of the State cif Florida at Talleheasee, theCapitol:, ihiS- the Sixteenth day Cf October, 2000 NO ..,,,,.. K• c ., . AM - iAI1/47 Ift----ovdmwatwv-Ifv-9-•,xvmose--sid2.1.!y-14,91.0•,;..-,«Atve.. ,Dmr,at«c_mo.o.r....tk.k.4ie4_A,_4v_eo,,P-kr.-- , ... .,_ ..,_,... _PM); 414.5:,, 11.119.4r.i.....1/14,.40,LADM •10)- imii -_e__ 3 mi___ 3 sr,...70.,vo 0 1,40.6F ilti 4te _ it Kii 411,4•014111N-0 IMO. et...:4Anyi.milk11.i . Air . 40...7,44.y....i_e Ale !vaiiri - . A.4i$LOAVI. $1,,,de OR2E022(1-n) etr7776' :3:61artig $414.7rktur'rr rrfiStatz Address (number, street, and apt. or suite no.) 1 609 Veterans Memorial Parkway City, state, and ZIP code Tuscaloosa, AL 35404 List account number(s) here (optional} Form Yfl'9 (Rev, January 2002) Department of the Treasury Interne Revenue Service Request for Taxpayer Identification Number and Certification Name Storm Reconstruction Services, Inc Business 'name, If different from above Give form to the requester. Do not send to the IRS. Individual/ Exempt from backup Check appropriate box: ❑ Sole proprietor 21 Corporation ❑ Partnership ❑ Other ► ❑ withholding Taxpayer Identification Number (TIN) Requester's name and address (optional) Enter your TIN in the appropriate box, For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 2. For other entities, it is your employer identification number {)1N), If you do not have a number, see How to get a TiN on page 2, Note: If the account is in more than one name, see the chart on page 2 for guidelines on whose number to enter. Part it Certification Social security number or Employer identification number 619411019191817 2 Under penalties of perjury, 1 certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am riot subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. person (including a U.S. resident alien). Certification instructions. You must cross out item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return, For real estate transactions, Item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dlvidends,.you are not required to sign the Certification, but you must provide your correct TIN. (See the instructions on page 2.) Sign Here Signature of Carol A Patton, Asst Secretary U.S. person ► Purpose of Form . A person who is required to file an information . return with the IRS must get your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation, of debt, or contributions you made to en IRA: Use Form W-9 only If you are a U.S. person (including a resident alien), to give your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify the TIN you are giving is correct (or you are waiting for a number to be issued), • 2. Certify you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If you are a foreign person, use the appropriate Form W-8. See Pub. 51S, Withholding of Tax on Nonresident Aliens and Foreign Entities, Note: 1f a requester gives you a form other than Form W9 to request your TiN. you must use the requester's form if it is substantially similar to this Form W-9. What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 30% of such payments after December 31, 2001 (29% after December 31, 2003). This is called "backup withholding." Payments that may be subject to backup withholding include Interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding . on payments you receive If you give the requester your correct TIN, make the proper codification, and report ell your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TiN to the requester, or 2. You do not certify your TIN when required (see the Part II instructions on page 2 for details), or 3. The IRS tells the requester that you furnished an incorrect TIN, or 4. The IRS tells you that you are subject to backup withholding because you did not report ail your interest and dividends on your tax return (for reportable interest and dividends only), or Date ► June 29. 2006 S. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only). Certain payees and payments are exempt from backup withholding, See the instructions on page 2 and the separate Instructions for the Requester of Form W9. Penalties Failure to furnish TIN. If you fall to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false Information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINS. If the requester discloses or uses TlNs in violation of Federal law, the requester may be subject to civil and criminal penalties. Cat, No, 10231X Form W-9 (Rev. 1-2002) Storm Rasonstruetian Servlco■ FEMA and State REPORTING & REIMBURSEMENT Storm Reconstruction Services, Inc. certifies that 99.32% of the projects completed by SRS have been Federally Declared Disasters, whereby FEMA andreimbursement was a prime consideration. SIBS provides experience personnel to work in conjunction with your personnel to do Project Worksheets, Damage Assessments, evaluations and continuation sheets. The flow of this paperwork is important to the overall success of the project and for the protection of the contracting agency. SRS has a 100% Repayment - Reimbursement record for all FEMA contracts. During these contracts, SRS worked closely with the Contract Administrators to perform successfully in complying with all FEMA and State and local guidelines, providing assistance and expertise in preparding documentation which is required for FEMA and State reimbursements. Using monitors and load tickets for correctly recording trucking of debris, providing notarized listings of truck measurements, documenting all trucks, and using this as the first step for proper preparation of FEMA documentation is vital and customary in assuring the County of proper reimbursement. We video tape debris prior to the start of the project for further verification, we use towers to provide assistance for inspectors and we do a standardized reporting system which incorporates the use of a specially designed spreadsheets. This assists in streamlining the reconciliation process , on a daily basis as well as weekly, provides cross-reference and checks -in -balance for every department involved at the agency, as well as providing a single specified format for data management and. project tracking. SRS is well versed in the day-to-day operations that insures• the proper documentation for.FEMA reimbursement. We have worked well with identifying concerns in Page 1 of 3 ■.��� I Storm Reean .ncclaa Serviette filing FEMA damage assessment reports. At any time there has been a question of repayment to the contracting agency, SRS has been able to produce ail the proper documentation to assist and successful in the recompensation from FEMA, and have never been denied payment. Training. of your personnel is a key ingredient to communicating properly and providing the expert technical requirements for recordkeeping and documentation. Proper analysis of the data,. as well familiarization with load tickets, project worksheets, daily reports and other documentation is a specialty of SRS. SRS has been instrumental in providing Information to various contracting agencies in further. developing their predisaster contracts, always informing the counties, cities, etc. Of the benefits of using "default" clauses and bonding to insure that the Contractor lives up to the contract. The majority of projects that have been previously performed by SRS are either FEMA, NRCS, DOT, or State jobs. Due to our successful completion rate and our recompensation rate for the contracting agencies, it is evident that documentation is one of the strong suits of our company. Administrators are cross -trained as referenced throughout our staff's resumes. This is additional testimony that we that a job is only good as the paper work it stands on. years. All records are maintained at SRS offices for every project for a minimum of seven Samples of References specific for Documentation, Recordkeeptng• and FEMA audited: City of Raleigh, NC Project: Debris Management 1998 John House, Finance Dept Phone: 919-890-3226 Walker County, Alabama David Edgil, County Engineer Phone: 205-384-7230 Page. 2 of 3 Project: Debris,ROWs,ROE, Reduction, disposal Storm Amonetruction Serviets Union County, North Carolina Project: Debris Haul, Reduction, Mark Tye, Public Works Dept disposal Phone:(704) 296-4210 A sampling of satisfied customers who valued the experience of our team with the onslaught of the required paperwork is attached as a part of this section. Page 3 of 3 DEBRIS COLLECTION In the majority of FEMA based contracts, SRS, as prime contractor is responsible for debris collection activities including, but not limited to furnishing all labor, materials and equipment to accomplish the following tasks: 1. Clearing, removing and transporting debris from the public right-of-way, all County owned property, streets and roads or privately owned property as required to secure the public safety. This includes the removal of damaged sidewalks and other damaged improvements from the public ROW as directed by the County. Areas from which damaged sidewalks and other damaged improvements are removed by the Contractor shall be brought back to grade. 2. Establishment, management and operation of approved County Government debris management sites (TDSRS's), to accept, process, reduce, incinerate, and dispose of event related debris including all related permits and/or approvals. All sites shall be approved by the County prior to the commencement of operations. 3. Demolition and removal of condemned structures and buildings and any other construction debris, The CONTRACTOR shall remove and haul all construction and demolition debris from the designated work zone directly to an appropriately permitted landfill. No C&D debris shall be stored at a TDSRS or Citizen Disposal Site. 4. The removal of fallen trees that originate from within the ROW and those which extend onto the ROW from private property, at the point where it enters the ROW, and that part of the eligible debris which lies within the ROW, tree trimming, tree topping, tree removal, stump grinding, grubbing, clearing, hauling, and disposal. 5. Providing all permits and services necessary for the containment, clean up, removal, transport, storage, testing, treatment and/or disposal of hazardous and industrial materials, including white goods, resulting from the event. 6. Removal of sand, earthen and foreign materials from roads, streets, bridges and rights -of way, canals, retention- ponds, drain wells, pump stations, control structures and associated drainage structures; screening sand and returning clean sand to beaches or other designated sites, as directed by the County. 7. Cleaning and opening of enclosed drainage systems, as directed by the County. 8. All areas throughout the County where debris removal is accomplished and there is damage due to the CONTRACTOR'S operations, the CONTRACTOR shall be responsible for returning those areas to their original condition. All damages to pavement, sidewalk, curbs or any other infrastructure shall be repaired or restored to the satisfaction of the County. Storm Reconstruction Services, Inc. 1609 Veterans Memorial Parkway, Tuscaloosa, AL 35404 �SkS® PH: 205-556-0049 • Toll Free: 866-556-0049 • Fax: 205-469-2038 Storm n..ms.r+it.. www.stormreconstruction.com 24 Hr: 205-242-1501 DEBRIS REMOVAL AND DISPOSAL SRS will remove and properly dispose of disaster -related debris from selected areas as directed by the CONTRACTING AGENCY. Debris, as discussed herein, will include, but not be limited to, household goods, personal property, household construction and demolition debris, vegetation, white goods (appliances such as ovens and refrigerators), vehicles, sand/sediment, hazardous materials, and other items as agreed upon by SRS and the CONTRACTING AGENCY. If desired, SRS will separate the material into burnable, non - burnable and hazardous/toxic waste debris. 1. SRS will provide all the necessary labor, tools, and equipment to execute the work involved in the debris operations described herein. 2. All trucks and other equipment used will be in compliance with all applicable Federal, State, and, local rules and regulations. All trucks will be capable of rapidly dumping its load without assistance of other equipment, will be equipped with a tailgate, and will be measured and marked for load capacity. 3, Management of debris will include loading and hauling eligible materials to a temporary debris storage and processing site (if desired), and any reduction, separation, or other processing of material needed for removal to a final disposal site designated by the CONTRACTING AGENCY. 4. Eligible debris is defined as debris resulting directly from the disaster, and meeting all other requirements established by the Federal Emergency Management Agency (FEMA) for reimbursement. 5. If the debris being loaded, hauled and disposed was not the result of an incident that resulted in a Presidentially declared disaster, the CONTRACTING AGENCY will define eligible debris. 6. If no temporary.debris storage and processing site is to be used, then the debris will be hauled directly to a designated final disposal site designated by the CONTRACTING AGENCY. SlitS Storm Reconstruction Services. Inc. 7. Locations for debris loading and hauling will be scheduled in accordance with priorities established by the CONTRACTING AGENCY. If desired, SRS will provide technical assistance in determining the locations and priorities. 8, All material will be disposed of at the CONTRACTING AGENCY's solid waste disposal facilities or other designated facility agreed upon by SRS and the CONTRACTING AGENCY... . 9. SRS is responsible for providing complete documentation for all debris loaded, hauled, separated, reduced and disposed. 10.The CONTRACTING AGENCY is responsible for all tipping fees. 11. All materials delivered to any and. all agreed upon disposal sites will be weighed and/or measured, and properly documented by SRS for the CONTRACTING AGENCY records. 12. All work described herein shall be subject to a mutually agreed upon time limit for completion, and work will be closely monitored by the CONTRACTING AGENCY. Extensions to this time limited work requires advance written approval from the CONTRACTING AGENCY. 13. Stumps will be removed in accordance with present FEMA policy, unless otherwise requested in writing by the CONTRACTING AGENCY. 14. If required, SRS will recycle materials in accordance with local, state, and Federal regulations. 15. Material will not be deemed processed until all disaster related debris, as defined in this document, has been reduced and delivered to a designated "landfill as set forth in the contract. 16, Operations will not be complete until, in the opinion of the CONTRACTING AGENCY, all materials have been removed from staging areas and deposited at a landfill approved by the CONTRACTING AGENCY, in accordance with the provisions of the contract. Page 2 of 2 - SlitS Stornn Reconstruction Services, Inc. 1609 Veterans Memorial Parkway, Tuscaloosa; AL 35404 1111111111. ® PH: 205-556-0049 • Toll Free: 866-556-0049 • Fax: 205-469-2038 ssm"`A"m"tr"`"a'S¢.i"' www.stormreconstruction,com 24 Hr: 205-242-1501 DEBRIS REDUCTION SITE MANAGEMENT PLAN In conjunction with the Contracting Officer's Representative (COR), SRS will develop a Debris Reduction Site Specific Management Plan, including .._..._ ding a Site Startup and a Site Shutdown Check List. The Site Management Plan will cover the following items, as appropriate, with additional subjects as may be required by the COR: 1. Site Management Organization and Responsibilities. This will provide to all involved parties a dear delineation, of the organization at the site, and the responsibilities assigned to each. It also facilitates quality control at the site. 2. Startup Check List. This list is developed to ensure that in the multiple, complex activities surrounding the clearing and preparation of a site, all concerns are addressed and can be "checked off" the list. 3. Inoress/Egress. Initially, these stabilized roads will be constructed to bring in the equipment necessary to prepare the site for operations. They will then be used by haul trucks to bring debris into the site for proper handling. The roads will be maintained throughout the entire operation. 4. Site Preparation (to include Clearing, Grading, Environmental Concerns and Erosion Control). The site must be carefully cleared and graded to ensure proper drainage, while minimizing erosion. Allenvironmental concerns related to buffer zones, runoff, addressing concerns regarding impacts to streams, air, and underground aquifers, etc. will be addressed. 5. Traffic Control Procedures. Depending upon the extent of traffic control required, this may require an appendix entitled "Maintenance of Traffic". It will not only address the movement of vehicles into and out of the site, but also will include provisions for keeping the streets or roads free of fugitive debris. 6. Safety. There are a multiplicity of activities that occur around a Debris Reduction Site, including the diverse array of in -use heavy equipment; a large volume of debris hauling trucks; potentially hazardous debris; maintenance activities; tub grinders; air .curtain incinerators; and large numbers of. personnel. Therefore, safety must be and is a prime concern of SRS. It is a part of every plan written by SRS personnel, • and is continually emphasize. 7. Segregation of Debris. In order to be properly handled and reduced, debris must be segregated. into various categories, such as household hazardous waste, vegetative SkS Storm Reconstruction Services. Inc. debris, construction and demolition debris (wood, concrete, steel, etc), and white goods (refrigerators, stoves, washers, etc.) 8. Relative locations of incineration and Grinding Operations. Location of these activities must be carefully sited to maximize efficiency (from disposal to separation to operational areas to final disposal), yet minimize any potential safety problems. 9. Relative locations of the Ash Disposal Area,. Hazardous Material Containment Area, Contractor Work Area and Inspection Tower., The location of these activities also must be located in a manner that facilitates operations, yet maximizes safety to the extent possible. Ash from the air curtain incinerators may require testing before disposal. 10. Operation of Tub Grinders. Operations associated with these heavy machines can be dangerous. It is not unusual for heavy wood pieces to fly out of the tub during operations. Individuals working the area must be aware of the safety perimeter surrounding this operation. SRS will carefully site and operate the machinery in an efficient, yet safe manner. To ensure ail personnel are familiar with tub grinder operating safety procedures, that subject will be specifically addressed in the plan. 11.Operation of Air Curtain Incinerators. For incineratorsto be efficient in reducing vegetative debris and still minimize air pollution, they must be operated correctly. SRS has extensive experience in operating this equipment. Operational procedures will be included in the plan. 12, Reporting Requirements. SRS maintains an extensive record of the activities that occur at a Debris Reduction Site, including the number and identification of trucks, volume of debris entering the site, types of debris, etc. SRS can provide a wide range of reports. The types and schedules for preparing and submitting reports required by the COR will be contained in the plan. 13. Environmental Testing Requirements. Some jurisdictions may require periodic environmental related tests, such as air quality, water runoff, potential soil contamination by hydrocarbons from fuels and oil, ash content, etc. SRS will ensure the type and schedule for such tests are contained in the Site Plan. 14. Site Shutdown and Closing Requirements. SRS is familiar with the normal process for shutting down and closing a Debris Reduction Site. During contract discussions, however, SRS Will determine if there are any specific requirements that the COR may have, and include those along with the normal shutdown/closing process. 15. Site Shutdown Check List. To ensure that all requirements have been addressed, a Site Shutdown Check List will be prepared and completed. Page 2 of 2 MIMIMPOI' Storm R.Cca.traerian Svvicfl Environmental Plan Storm Reconstruction Services, Inc, has developed a plan to provide for environmental protective measures to prevent and/or control pollution that may develop during the performance of contracts. The plan contains protective measures required to prevent or correct condition that may develop during the performance of the contract. Within the prescribed time determined by the awarded contract, or after the Notice of Award of the contract and at least 3-10 days prior to the Pre construction Conference, SRS will provide as required the following writing Environmental protection Plan. A copy of the complete Environmental Protection Plan is maintained at all times at the executive offices for SRS. In accordance with the prescribed contract clauses the protection of existing vegetation, structures, equipment utilities and improvements, SRS has developed methods for the protection of features to be preserved within authorized work areas. SRS has prepared a list of resources needing protection and preservations (i.e., trees, shrubs, vines, grasses and ground cover, landscape features, air quality, noise levels, surface and ground water quality, fish and wildlife, soil, historic, archaeological and cultural resources). This plan identifies methods to protect these and other resources present and specify measures to protect the environment should an accident, natural causes of pollution, or failure to follow the environmental protection plan occur during the performance of the specified contract, This plan specifies how the quality and protective measure of these resources shall be identified, SRS also specifies where and how debris and matters shall be disposed. SRS has implemented procedures to. provide the required environmental protection and to comply with the applicable laws and regulations. SRS has set out procedures to be sI's Storm R.mncmmliOn 3wicn followed to correct pollution of the environment due to accident, natural causes or failure to follow the procedures set out in this plan. SRS, as a part of the contract requirements, obtains permits and licenses as needed. Pcomplying hroughout the duration of the SRS Is responsible for these permits and licenses t contract. Traffic Control plans are included for the job sites. These plans focus on reducing erosion of temporary roadbeds by construction traffic, especially during wet weather, and reducing the amount of mud transported onto paved public roads by motor vehicles or runoff. SRS establishes methods of protecting surface and gerund water during the performance of contracts. Runoff from fuels, oils and various other lubricants and solutions is to disposed of properly to prevent entry into waterways. SRS exercises controls to minimize damage to the environment by noise from construction activities. Work areas display caution signs when required for existing hazardous noise levels. Hearing Protection devices are used when required. SRS is familiar with the various environmental implications involved in any recovery from a natural disaster. These concerns are only viable when disposal methods are improperly implemented. Reduction of the debris is determined to prevent any type of air pollution, to create disturbances to the environment or to adversely impact the area. As part of our initial plan, we make determinations regarding the effects from grinding, open air burning, or air curtain burning, (which are minimal). When reduction of debris is required through grinding, additional determinations are made and evaluated concerning safety, traffic management and scope of project. Site evaluations are made as for as underground tanks, and inactive and abandoned sites. The local authorities and the presiding agencies are utilized in determining the locations for buffer zones. SRC Storm Hteegavualon Svuleu The most common concerns are addressed immediately: Slope stability, erosion and sedimentation control, unique land features, location as to water such as groundwater, floodways, streams and rivers that might get contaminated are major factors for consideration. We also address the biological concerns such as vegetation, plant and animal habitats, wilderness areas, specially designated natural heritage areas, ecosystems and habitat fragmentation. Socioeconomic issues such as housing effects, populations, water availability, noise , odor, and traffic impacts are a key issue in this determination. Health and Safety issues as well as visual impact is considered. Hazardous materials such as waste sites and building materials are immediately assessed as well. HAZ MAT teams are utilized whenever a situation occurs which requires additional assistance. There again, Hazardous materials are rarely encountered following ice storms. Contacts with the various agencies, including the EPA and DEQ are previously listed and constant updates are encountered through their websites. As a part of the contract we make contacts to discuss requirements, permitting, etc. required for vegetative debris disposal. We research and determine temporary storage sites, permits for the various material kinds and discuss sites with the contracting agency and the local landowners regarding the sites. SRS is furnished daily updates on regulations and the local authorities are available for any immediate situations. Permitting procedures for the various sites are in place. Sites normally receive prior approval which further endorses our ability to identify an environment which is safe as well as suitable for the recovery project. A description and scope of work which is further identified by damage assessments and nature of the disaster. An overview SRC $t rm AceanuiruWan derolan, of the commonly encountered issues and typically required information is segregated by project, activity and location. We maintain daily e-mail alerts for state and local government environmental updates. This is a means that provides easy access to federal and state information and contacts. As an active member in the Alabama Public Works Association and the American Public Works Association, we stay current on the changes that affect the various municipalities. We actively participate on an annual basis for an international consulting firm hosting various seminars for Debris Management which is sponsored by the Florida Department of Community Affairs, a Division of Emergency Management. Our involvement and affiliation further prepares our staff for any ,proposals and revisions through the EPA and environmental groups. Continued research, planing and development are key ingredients when there is consideration of possible environmental impact. SlitS Storm Reconstruction Services, Inc. 1609 Veterans Memorial Parkway, Tuscaloosa; AL 35404 msal PH: 205-556-0049 • Toll Free: 866-556-0049 • Fax: 205-469-2038 Storm R"'°"Y"""io`sR"""' www,stormreconstruction.com 24 Hr: 205-242-1501 TEMPORARY DEBRIS STORAGE AND REDUCTION SITES (TDSRS) ESTABLISHMENT AND OPERATION In many disasters, it may be necessary to establish one or more Temporary Debris Storage and Reduction Sites (TDSRS), sometimes called Debris Management Sites. These sites provide locations where debris can be hauled, segregated, prepared for recycling, reduced and prepared for final disposal. They also reduce traffic to existing landfills. TDSRS must be carefully planned, sited, permitted, and tested (before and after operations). Under experienced managers, these facilities can greatly facilitate the debris operations. SRS has achieved an enviable reputation for its ability to rapidly deploy debris reduction equipment, and conduct debris reduction operations in a safe and efficient manner. The firm has the ability to immediately mobilize in excess of 20 Tub Grinders and/or Air Curtain Burners, giving the firm the ability to conduct debris reduction over a wide area involving at least 20 reduction sites. This capability should be of great interest to clients who are concerned about loss of landfill space, the need to recycle reusable resources, and to expeditiously dispose of debris. The required size of the TDSRS is a function of the total amount of debris to be processed, how it will be processed, the amount of time required a debris cycle (the debris enters the site, is burned or reduced, and moved off site), space for roads, buffers, etc. SRS is familiar with the process of determining the space required to process the debris, and will provide technical assistance to the Contracting Officer's Representative (COR). The COR will make the final approval of the site or sites. SRS will work with the COR to ensure that all FEMA, EPA, State and local guidelines are followed. All sites are coordinated with the appropriate authorities to ensure that traffic control measures are safe for debris removal activities. Alternative site capabilities and capacities are evaluated.. Buffer zones are checked, and the location of stream, creeks and lakes carefully noted. 5f�5 Storm Recnnistruction Services. Inc. After initial selection of a site (or sites) is made, an environmental base line must be established, if one does not exist. This base line study establishes conditions at the site prior to the beginning of debris operations. Part of that study is testing for and identifying any hazardous material on the potential site, If such material is found, it may be necessary to select a new site. If the hazardous material is not extensive. or can easily. be :removed, , i.t, will be separated and disposed of in accordance with U.S. EPA regulations. This procedure normally includes double wrapping the material in bulk for trailers or roil off containers, with only residual quantities being doubled bagged prior to loading. All' such work is performed by Hazmat trained and certified personnel. Asbestos removal is under the direct supervision of a U.S. EPA Asbestos Contractor Supervisor and trained personnel wearing proper personal protective equipment. Following the removal of the identified hazardous material, a subsequent visual inspection and confirmation sampling will be performed on each site, This procedure will be repeated until a site can be certified as free of asbestos or other hazardous material to the extent required.. SRS then will prepare for each site, and submit to the COR, a Debris Reduction Site Management Plan (separate document) that will address every aspect of the operation from Site Opening through Site Closure, including safety and environmental requirements. After the site is cleared and buffer zones established, SRS will construct stabilized ingress and egress roads, which will be maintained throughout the entire operation. The site will be established in such a manner that unlawful ingress and egress is not possible. Inspection towers, debris segregation areas, tub grinder locations, air curtain incinerator locations, ash disposal sites, mulch sites, storage for recyclable material, etc. will be established in such a manner to ensure maximum efficiency and safety. At disposal sites under SRS responsibility, there will be qualified personnel designated to control traffic and function as truck spotters to ensure an even flow of traffic and prevent accidents. There also will be specific qualified personnel assigned to supervise operations, operate equipment, and maintain safety standards. Grinders and incinerators .will be constantly monitored due to the dangers associated with their operation, such as flying debris. (Incinerator operations require a 100 foot clearance from the stockpile and a 1000 foot clearance from structures.) All contract requirements will be met regarding safety, Page 2 of 3 Storm Reconstruetion Services. Inc. quality control and documentation, Debris Separation required by the contract is usually done at this site rather than the disposal site. SRS conducts all processing •activities in compliance with Federal, state, and local rules and regulations. Additionally, all sites are maintained in accordance with local, state, and, Federal rules and regulations, including requirements for erosion control, storm water management, and fire control. When the project is complete, SRS reclaims the site to the satisfaction of the COR and affected property owners, as well as in accordance with applicable Federal, state, and local regulations. Reclamation includes the completion of the processing activities, removal of all equipment and debris (including any contaminated soils), grading of the site to pre -use level, and seeding and mulching of the exposed areas. Whenever necessary, sites will have soil replaced with equivalent type soil if required in the contract. Page 3 of 3 Air Curtain Pit Incineration Procedural Operations Storm Reconstruction Services, Inc. (SRS) performs Air -Curtain Burning as an effective means to expedite the volume reduction process by substantially reducing the environmental concerns caused by open incineration. SRS provides proper specifications and work statements to further develop and expedite the proper use of the Air -Curtain Incineration equipment and all required personnel. SRS maintains all equipment as per requirements from the McPherson Systems, Inc.; which were the developers of the equipment to be used at the site. Maintenance logs are maintained on site at our Shop repair plants and all equipment is fully insured. Personnel who maintain and operate the equipment, support personnel are fully experienced in the operation of this type of procedure. Records verifying the previous experience of the assigned personnel are on record at the administrative offices. SRS follows all guidelines regarding structure of the site regarding high water tables, soil requirements and materials required for the pits. The engineered features designed in to the units allow for a reduction rate of approximately 95% with a minimum of air pollution, OPERATIONS The air curtain traps smoke and small particles and re -circulates them to enhance combustion that reaches over 2,500 degrees Fahrenheit. It is recognized that standard operations procedures confirm that combustion rates of about 25 tons per hour are achievable while still meeting emission standards. Air Curtain Burning Method maintains a uniform curtain of air across the top of a pit in which the burning is done. The air curtain that ensues prohibits smoke and ash from leaving the pit. It also increases the burning efficiency in the pit by increasing the available oxygen. The increase burning efficiency allows for faster and more complete burning of trees, stumps, and debris. The unit is also equipped with an emergency shutdown switch (low oil or overheat) and engine lockup kits for vandalism protection. CONTRACT/FEMA GUIDELINES All guidelines and contract requirements for reduction by air curtain incineration will be met and exceeded during this operation. SRS fully follows the guidelines set forth by FEMA. We have supplied as a part of this procedural profile, drawings and illustrations for proper burning methodologies. BURNABLE DEBRIS Burnable debris consists of all vegetative materials, such as limbs, trees, stumps and other eligible debris that has been distributed to the approved site, ASH Ash will be disposed of as per contract requirements. 5 Steem Reemargu titn Seevic.a SUBCONTRACTING PLAN Storm Reconstruction Services, Inc. intends to utilize a workforce comprised of in house personnel and equipment along with subcontractors specializing in debris removal and reduction. Storm Reconstruction Services Inc. has built an excellent reputation among government organizations as well as among our subcontractors. We will identify local subcontractors already in our .workforce as well as hire as many contractors and labor as available in an effort to allow members of disaster struck communities to take part in the reconstruction process. Storm Reconstruction Services Inc. will seek local, qualified individuals for employment during the disaster cleanup and reconstruction phase, including placing advertisements in the local newspapers and visiting the local employment office. Storm Reconstruction Services Inc. shall perform with in house personnel and equipment to complete work equivalent to at least 25% of the total amount of work to be performed under the contract, and Storm Reconstruction Services Inc. will operate with our specialized and trained reduction personnel. The remaining percentage of work will be subcontracted to as many local and supporting subcontractors as are available, Storm Reconstruction Services Inc. has commitment letters from contractors across the sub -regions fior support during a 3 year contract period as per the contract specification. Storm Reconstruction Page Iof2 sRs Storm Reconstruction Services Services Inc., when available, intends to adhere to the minimum subcontracting goals of approximately 63% for Small Business, 10% for .Small Disadvantaged Business, 5% for Small Woman -owned Business and 3% for Small Business in HU.B.Zone .concerns. Upon award of a Regional Contract,' SRS will submit a formal subcontracting plan which will include the dollar value of the contract and amounts to be subcontracted. Page 2 of 2 SRS a...a.alanakn&ffk , LOCAL AND MINORITY PARTICIPATION SRS fully complies with guidelines regarding Local and Minority Participation. We have an established corporate policy regarding minority participation which can be referenced in our Affirmative Action and MWBE Policy at our offices in Tuscaloosa unless otherwise requested. One of the major strengths of SRS is our ability to recognize the importance of utilizing local, qualified contractors. Depending on the time frame, and whether this is a stand by, predisaster contract or an emergency situation, SRS uses procedures necessary to ensure the use of local contractors and personnel. In a non -emergency situation, we are able to place ads in the local newspapers, check with temporary services or state employment services. We also rely heavily on recommendations from the County commissioners or City officials in either situation. Emergency situations such as the recent hurricanes in the Southeast have prompted us and the contracting agencies to pull together to recognize the strengths in their own communities. We appreciate the input provided by local officials in screening potential subcontractors and personnel, The ability of the commissioners or other local community officials to suggest or recommend those that meet all requirements for experience, equipment and insurance qualifications is a benefit in the successful operation and completion of projects of any size or scope. Based upon the availability of qualified minority personnel in the area we strive to meet or exceed the normal requirements for this event. As an integral part of the contract, we establish contacts with a number of local, 8A and minority companies. We intend to use the services of qualified, local personnel to fill positions as needed and upon recommendation of the contracting agency.. RS WM/Mk Mal diem R.ewoeeueioa ds.ieu All local and minority personnel will be screened to meet the requirements, including licensing and insurance requirements of SRS. We also include listings of Certified of W/MWE Contractors as are available and which provides updated information for this proj ect. SRS has committed minority contractors who have performed in SRS Contracts over the past 10 years. We use the recommended channels to further investigate the availability, the experience and the reputation of each local and/or minority contractor to serve the best interest of the Contracting Agency. Due to the nature of the business, SRS relies heavily on the utilization of state personnel agencies, local private placement agencies and temporary services. We also use the services of the local SBA office when available and local trade organizations. Our goals as stated in our Affirmative Action Policy are traditionally greater than those of most contract requirements. Additionally, availability of the types of employees required and their interest in the project varies from location to location. 4 5 6 7 B 9 A 10 11 12 13 14 15 16 17 16 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 8 Vendor 5 Star Skis Leaf, LLC 6a Enterprises,_ Mc. CD A -Lead Construction Svcs, LLC . A SATIRE__ A 6 J Grading 6 Naulrg, Inc A 5. K Mulch. LLC A to Z Hauling, Inc A W Moore Equipment, LLC A.C_ Ventures 2004 RBI! 'NaduServices, Inc Alan Surds Alex Ramos --- Alex Roller Allredo Macias, Jr AS Florida Treed Landscape American A8 Star Disaster Services American Wood Waste Recycling Another Damn Tree Service Anderson Tree Service Arbor Tree; Landscape Co., Inc. Mello- Carlo -'—' 0 E 0 Construction B d S Busby, LLC 13.Y Barren Harvesting 9_ A. Moore Trucking. Inc. B. Beard. Jr. Trig & Gen Cont Inc 9.F_Robineee Cmnlruclor, Inc Site Excavating a Trucking $ors Trucking Bw Aland .-_-•--- Black Dog Enterprises BloomkhgsLandscape and Laren Ikalntenance, Bob Gay- -------- . Boggs TnnaTdalhon Bolen Excavatng Bragg s ROI.00 Dumpslers, inc Address 3548 Lexington Rd Richmond, KY 40475 Post omce Box 327 Grrysan, KY 41143 P 0 Sox 2376 Fort Pierce, FL 34954-2376 5555 Emerson Avenue Ft Picas, FL 34951 5061 NC 67 Nni h Sanford. NC 27330 10021 SW 4511 Street Komi, FL 331E5 P 0 Rex 405 Alcolu, SC 29001 16175 West LIS 90 Greenville, FL 32331 3311 Wale Sanchez Rd Plant City. FL 33565 660 Cox Road, Sole 1 Coma, FL 32926 355 Gokche6 Read Ft Pierce, FL 34945 1224 North 15 Court Harwood. FL 33020 8220 NW 181 Skeet 'Sakai%FL 33015 ASJ The Service P 0 Box 278 Resaca, GA 30735 3120 Rogan Road Ft Pierce, FL 34981 625 Flagler Drive West Palm Beach, FL 33401 154 Creston Dr, Boardman, OH 44512 1674 Lange Lake Rod Brenham, Tx 77633 4220 Lunbros SL Cocoa, FL 32926 383 Canada Rd. Casnovia, MI 49318 P.O. Box 1387 Boynton Beach, FL 33425 3442 Tangiewood Ten Palm Harbor. FL 34685 21767 Ronnie Foley Road Robertsdale, AL 36557 20240 Arch% Crowe Rd. Frankknlon, LA 70438 P 0 Box 1606 Arcadah, FL 34255 P 0 Boo 11 Bermes Mal. VA 24065 361 Calel Ho Epping, NH 03042 2801 Country Club Road Big Slane Gap, VA 24219 2627 highway 144 Ragland. AL 35111 3506 Grandpoinl Hwy Breaux Bridge. LA 70517 40561 Taptoia Rd Chasse". 1.11 49916 9300 East 15518 Street Kansas C1y,k10 64149 5324 Bee Ridge Rd, 5165 Sarasota, FL 34233 5011 West Sheet! Smnsbore, AL 35765 F G Contact H 1 J Phone Jeannie Burdne0 - Cynthia Miller Paul 6 Linda Austin Elsa Hernandez John and shame Roland Man or Linda Card Alex Zak Meer Soon Doris Don Anderson or Je11 Haynes Anlio Corbo Brun Benner Brach Busby Anne Lyle, PresldeM Eddie Bice 559-523-4415 606-316-2404 019.499-2479 K L Fax 008-206-2415 506.923-6600 305.456-6593 503-473-486e 05a-946-613e 613-752-7552 321-636.5523 954-5403563 768-251-6901 706-313-4690 561-722-4112 Boise's Lawn.Service Brian IC Johnston -- Broom Excavating 99ah131 Storm Service Bubb! Johnson Contracting. Inc. CLM Environmental, Inc Camay Construction Co., Inc. Carolina Conduit Systems. Inc. causey Tnckkng Central Sand. inc. Charles Pfi78ps dba Phlips Trucking Co Charles Roberts Charlie Roberts Cherokee Ccnlmgan Click H Citrus Cisneros Harvesting, Inc Cirrus Park Well Drilling 6 Irrigation, Cork Kennedy Trucking 625 Jackson Pike Gallipoli", OH 45631 P O Box 321 Jasper, AL 35501 2550'Quebec Avenue aleWohsne, FL 32915 261 Naylor SINE P0kn Bay, FL 3291371506 E1752 5 0T 14-35 Escanaba. 11119829 3043 Co Rd 131 Henagar, AL 35978 11190 East State RI. 54 Riverton, 0. 52561 P 0 Box 3037 Jadrson, TN 36303 P 0 433 Hanisvle. PA 16036 7037 N Hwy 49 Liberty. NC 27298 9900 Sanders Ferry Road Tuscaloosa, AL 35401 11431 Hwy 70 W-1111 Clayton, NC 27520 7244 James Stanatand Rd Plats City. FL 33567 4756 Medoi Drive Rockledge. FL 32955 $04 Hwy 59 south Summerdate. AL 365E0 P O Box 632 MI Ida, AR 71957 2218 Hwy 6 West Norman. AR 71960 2376 County Road 17 Leesburg. AL 35983 P O Bey 14049 Ft Pierce, FL 34979 3501 NE Washington Sheet Medea, FL 34266 %PO Sox 581 Arcadia, FL 34255 436 741h Avenue North 51 Petersburg, FL 33702 HC 61. Box 21 Payaesvlk, WV 24873 Lonnie Boggs Brian McWilliams Tun Brown Lynn/ Candy Mark Claypoole John Coble Hones Overton/Christy Angell. Mills Clarence 4074B1-3361 660-532-2109 321-539-9577 616-291-29441639-2935 561-965-2198 727-761-5753 334-942-1504 9e5-839-6707 663-494-9949 900-562-4631 603-679-2262 205-474-1304 337-332-3755 906370-0240 816331.7050 941-377-2779 256-574-5930 740-446-7903 384-3932 321-259-5487 305-551-0713 321-B36-5528 706-625-9410 561-582.24f0 330-7568540 616-675-4405 334-942-1708 965-639-6702 540-469-1703 205-472-2573 321-725-4455724-5615 906769-6214 256-657-6458 217-629-7617 731-664-1477 724-712-4012 336-3624361 345-0729 919-934-B911 113-650-6612 321-632-0305 251-959-6642 772-461-6668 727-410-4079 no fax 256-574-5930 740-446-7903 731-664-9193 334-622-7224 349-2409 919-914-9356 613-650-0993 251-976-2045 cell 256-524-2941 727-561-0199 Page 1 or4 61 62 63 64 65 66 67 68 69 70 71 72 -w 74 75 76 77 78 79 80 81 82 83 84 05 87 88 89 91 92 93 94 95 96 97 98 99 10q 101 102' 103 104 105 106 107 108 109 110 C60 Og-a Trucking Clyde Eric Davis 8 Vender Coastal carters Coastal Colton Haulers CD E Community Recovery Services, Inc. Comerslone Danubian & Grading, InC. Cottontail Hiav , Inc CwMa, Int Culling Edge Rides. Inc. D 6 E Manulactudng, Inc. D 8 L Hauling D6.1 EMerprines, Inc. Dale Did Hauling Damran's Site Clearing Dan Hoalman Dan's Landscape 6 Tree Service, inc. Daniel Boyd for Boyd Trucking David N. Johnson consWdlowrruckI g Mason Construction 8 Landscaping. I.LC Delta Transporl tiemcic Johnson Detrick Lawn Care Sarvice Diversified Environmental Services. Inc. DMC Don Cane Trucking Don Lord Donnell Trucking Company DumnuOn Trucking and Logging E & M sod- LLc Eady bucking Eagan Transport Eagle Recovery and Construction Eider° Waste Systems, Irtc. ECG, Inc Environmental Partners Envhovac_ Eric Price Federal Miele' Recovery,lnc Address 56340 Bear Lk Rd. Ifanmck, aN 49930 225 Reeeborough Road Grover, NC 29073 173 Wedbers Path W Yannoulk, MA 02673 P O Box 347 St Elmo, AL 36566 356 SeSs Road Atmore AL 36502 16 Bridlewood CL Cartersville, GA 30120 2057 Hilton CT Casseberry, FL 32707 7656 Siang Coed Lorton, VA 22079 670 Alaska Rd Merritt Island. FL 32953 2936 Smith Live Oak Drive Moncks Comer, SC 29461 9631 Boling Sprig Reed Ohalchce, AL 36271 3496 Lee Read, M 10 Auburn. AL 36332 Mount Pleasant Road Chesapeake, VA 23322 35116 171h SL East Bradenton, FL 34209 13301 Larson Rd. Lille Rock. AR 72210 12107 L Route 125 Beardstown 11. 62619 2369 Valet' Home Road Talbott,111 37677 P G Box 361 Yaysvile, NC 28555 G Contact 1 P11011! mike mandwk7 Amy 251-294-3411 od Bob Cosmos 3akne Loper Eric Holley Rudy Hearne Davy 8 Larry Tucker Alan Dan Honlman Dan Hans 906-462-loaf 509-360-5193 c251-294-1976James 770-366-6786 321-226-3766 703-339-1665 321-302-0694 816-275.2350 256-692-0546 1102 County Road 3074 Double Springs, AL 35553 401 Sued Drive Butler. AL 36904 2716 South 10111 Slmel17 Pierce. FL 34962 2117 Abehvod Rd Ch3rblte. NC 23216 PO Box 5357 Tampa. FL 33675-5357 5::3 261 Section, AL 35771 Don Cline Trucking 3695 ON Dixie Hwy kliau . FI 32754 P O Box Bx 100 Bel kond. AL 36313 R1 Bon 133 Repubac, MI 49979 P 0 Box 1302 Arcadia, FL 34265 195 Old Pace Place Russellville , AL 35654 111 3960 Johnson Rd. Mulberry. FL 33860 Fl Outdoor Env Svcs and PM/Custom Grinding Flow -Line. Ise f rank Brady Frank 'racket! d/b/a River Ave Transport Rictus Leasing G 8 G Honing G R Lawrence Construction Inc. G O. LMely GI IC Conslruclion, Inc Greg Hamlin? Greg Wrlaams 11 d H Excavating 111 N 8 J Transpodaion, lnc, 112 H- E. Newel 113 Haggad Construction 114 Hamby Trucking_ 115 Henry Gardirder 116 Herring's Tree service Attn: Cad Hodge 17 Hodge Ddva Nicholson, PAS 39463 4660 NW 1991 Avenue Pompano Beall FL 33069 262 Lake Shore Drive Merd6 bland. FL 32953 2015 Veterans Parkway Cdumbus. GA 31604-1904 Rack i117, Box 4635 Lufkin. TX 75904 5555 Emerson Avenue Ft Pierce, FL 34951 elo Ricky Hewing* 3520 CwMy Road 326 Flat Rock, AL 35966 cr0 635 Brevaid Avenue Cocoa, FL 32922-7607 407 Plata Avenue Lake Placid. FL 33952 32601 lMry 441 North, Lot 162 Okeechobee. FL 34973 P O Box 3115 Moab. KY 41501 9 Lakeview Lake Placid. FL 33652 190 New 13e9ne1 Road Jasper; AL 35501 505 Cheyenne Road Jacksonville NC 26540 190 New Bethel Road Jasper, AL 35501 P 0 Box 2097 Arcadia, FL 34265 497 Graves Lane Axle9, TX 76624 2010 Leaks Ln. Plant Clly, FL 33566 P 0 Sex 536 Wifianslurg, KY40769 717 WSW 5t Laurel, DE 19956 PO Box 1356 Santana, AL 36575 2255 County Road 169 Higdon, AL 35979 176 RaLoad Grade Road Fleetwood, NC 26626 2299 Juddv9le Road Cazenovla, NY 13035 P O Box 5197 Titusville, FL 32793 Donnie Davidson Denick Hi0 Don Lord Jed Dumouiin Angela Scott 8 Dawn Eagan Cad Hodge or Shooler Denise Howard Conde Frank Brady Ty Fr92tos Greg Wiama tJoyd Hemieraon Harald Sndt Harry Newel J R Herring 334-621-1249 757-320-7911 941-747-0977 501-226-5355 217-323-3943 665.674.6927 910.743-2225 205-454-9573 334-401-9607 772-201-9802 104-691-9931 900-796-3256 321-302-1622 906-376-2337 K Fax 508-394-1041 251-446-1631 770-366-6711 703.339-5533. 321-459-566/ 977-435-1523 256610.2667 co 423.327.4436 25-48i-5051 772-469-3194 704515-3726 P 811.247-5463 321.266.0119 256-331-4752 663-425-1177 601-273-0672 954-560-0615 321-403-3053 770-323-3660 936-634-2595 772-464-9754 500-454-6262 407 537-350a 663-699-55e5 663-697-9225 606-437.0036 863413-0445 205-463-8917 334-979-3624 205-365-2685 663494-4147 613,299-2443 606-549-1034 302-679-7625 251-549-9277 366-977-7246 315-6624132 321-653-4392 321-159.23.6 938-631-2526 256-996-0515 407,639-2666 863-763-1789 663-494-9135 913.719-04ei 606-549d30 302-675.351H 251-649-1619 Page 2 or 4 4 117 118 119 12 121 122 123 124 126 127 128 129 130 131 132 133 134 135 136 137 138 B Vendor E Ness Consbuclhn Company,LLC Midi Berates Harvesling Address Howard Holtman dba Holleman Trenapo FI7FL, Inc Harr rnruim ILLC Hyde HauBeg. LLC hekrsldal De2assir! Serrkes J. R. Ranoa 8 Sons, Inc. Janlhhas Cna5IIUd1nn Company Inc. .lenses Rke DOA J. R. Trucking Jason Beer dha John L Robllard John Simpson Excavation John Verbeck Johnson 8 Light Logging, inc. Jose A Macias K-R. Slendridge Tmckirg, Inc. K. Smith !rucking IL Farms Keaton Environmental Services, Inc. Keith Hathaway Tractor 8 Truck Kelley Hosch Kerr Eacavaling Inc. 139 _ Kevin Schnei Cnsiom Conskudifon 1410 Keehn TN_tlr 141 Lent Conlrsciing 142, Ikea Construction 143 Lindemann o Tree Service 144 Lint a Wideman 1451 Litlelons Slorm & Timber Service. Inc. 146 _ Luis A Marrero L147 Lynn Transport, LLC 148 Ms Lobe Malolenance 149 NcEwnnDevchpinen!, ILC 150 151, 152 153 154 155 156 157 158 159 163 161 162 163 164 165 166 167 168 169 170 171 172 McMillan Sion Cleaning Mdlilan Tree Service_ McPherson Systems_ hie MBE De5very Service, Inc. Halo Bobcat, Inc. Mecklenburg County, NC Taxation Divlsgn Media South Memphis light Gas and Water Division Michael W. Crosby Enlerpdse, Inc. Mike A Carpenter Mike Anderson Hooting, Inc Mike Eagle Warden Cerporalion Moosehead Harvesnng, Inc Mow Moshe Tree Service, Inc 3505 Old Camden Hwy Dated. 5C 2904a 5010 Higlrway 72 Arcadia, FL 34266 2515 Boxwood Avenue Florence, SC 29501 67 Harries. Road Lake Plain. FL 33552 P O Box 154 Stanton, AL 36790 92 Renner Palh Dallas- GA 30157 PO Box 635 Nederland. TX 77627 - 1325 Frio COIF Rd. San Antonio, TX 79226 5366 Tabor Church Rd. Fayellevie, NC 28312 8279 Rory 15 North Vancieve, KY 41315 283 South Bridge St Labetle, FL 33975 25379 Portland 51 Calumet, UI49913 192 County Road 870 Collinsville, AL 35961 5200 Blounk Ridge Rd Mies, FL32754 270 col 431 Magnolia, AR 71753 3659 South 25111 Street Fort Pima. FL 34961 6950 Stale Hwy 160 Hayden, AL 35079 3051 Merchant Rock Rd. Chundud& AL 36521 5320 Earle Rd. Raleigh, NC 27606 P O Box 1016 Lake Redd, FL 33562-1516 P O 412 Homer. GA 30547 260 Wilson Avenue Meisel Island, FL 32953 1030 San Ralael Rd 5W Palm Bay, FL 32905 416 ENendale Drive Werner Parr FL 32792 1195 S E Menefee Avenue Pori 51 Lode, FL 34952 3505 Old Camden Hwy petrel, SC 29940 2570 Fairfield Drive Cocoa, FL 32926 _�Caudi Hollow Read Campine, KY 41301 Near Smith Tractor Service One Source Landscape Supply Pakne_eo Services Pan TrucklnP, Inc. Paradise Lawyers !'!I! Joldan, i e. Plessa4 Enterprises, LLC Perth Cambodian Company 9117 East Springfield Street Vkgkria 5- 62691 7557 Farrago' SI Pembroke Pines. FL 33024 1503 Memorial Btvd. Springfield TN 37172 5575 Panda Piney 34 A6aveie, AL 35442 2755 Like Front Drive Belmenl, NC 21012 760 ri4dlork Road Frisco C11y, AL 36445 206 Tatum Avenue Atmorn, AL 35502 15a SpIn9hiil Chinch Rd Tilton, GA 31794 6555 Brsyberd Avenue Cocoa, FL 32927 1915 Cedar CL Weston, FL 33327 Meddeoburg County, NC Taxation Division Vehicle Properly Tax Charlene, NC 1915 UnMersly Bled Tuscaloosa, AL 35401 Claims Deparimeul P O Box 430 Memphis. TN 35101-0430 2111 25th Ave. (I6g4way 49) Gu9porl, MS 39501 3040 Bdarwovd lane Titusville, FL 32796 P O Box 774 Alva, FL 33920 542 Green's Avenue Weiler Pa& FL 32789 13419 West Oak Knoll -Road Clermont, FL 34711-9193 925 Shoemaker. Lane Feeding Hbs, MA 01030 2095 Silver Star Rad Titusville. FI32796 101 Orange Rd. NE Lake Placid, FL 33652 5550 N US 1 Melbourne, FL 32940 1166 Twhn Lakes Drive Sumter. SC 29154 t779 Nhkey Cove Rd. Manila, GA 30331 4060 Rhonda Court Merrkt island, FL 32952 6521 Weranks Rd. Knoxvl6e, TN 37912 7760 Ra Wree La Orange, TX 77630 179 Sikes Road 5L Matthew, 5C 29135 Pang Contael Hilary Hathaway Larry Hyde Scot Peterson Timothy Ramon James Bass Scotty Johns on/B70-904-3019 Kenneth R. Slandrklge Kyle Sough Zech Keaton Jeff or Liesa Hess Ron Lindemann Iris Rod Ramsey Mtnord L. Unruh Charge Sieve Everidge Mario Scott Michael Crosby Mike Anderson Lords 'Brendan Phone .►1 K' Fax 803-469-6150 • 603-465-160 563494-5643 963- 543-501-1662 343-661-7990 563465-1554 663-455-7955 334-366-5262 676-363-3970 676-363-3971 210-225-1513 210.225-7155 910464.2792 910-464-4105 655-221-5993 606-566.4F59 663-675-6265 256-524-2942 321-269-3751 321-269-3751 570-234-9126 070-234-46.70 772-216-1965 772-455-0560 205-647-5875 205590-0445 251.679-4766 251-679-2040 919-551-7026 663-465-7231 321-953-1993 407-676-5565 407-675.6635 403469-6150 321-403-6394 606-272-0173 5113-469-5168 321-633-0140 247-452-7924 217-452.7712 954446-9156 954-967-3731 e00-729-9656 - 615364-4310 205-155-2639 205455,2137 704400-3523 704-829-9441 251-365-1652 912-386-2367 321-506-0465 321-633-0735 954-531-4766 954-3115-0267 205-7524006 205-7524015 901-5254011 226-822-2727 225-5554317 324-663-0909 563-673-1685 563-075-6649 407-466-8720 352-242-1229 Doug 560-58541059 560-668-05E9 John Don Fitch Harold Smith Ede °Isllea Evelyn Plessera Gary Pnith 321-544-6281 _ 321459-3349 563441-6006 - 321.255-7900 503-45641985 404,344-3900 321-543-5111 B65-665-6342 409-73e-5144 r 503-674-3049 321-255-7995 404-349-6776 321.476-5522 565-666-4369 409.597-2655 Pape 3 nl 4 174 175 176 177 8 179 180 181 182 183 184 185 186 1B7 1B8 Rogers Tree_5ervke__ 189 _ Reno Trucking & Excavating, Inc. 1 r Q S 8 J 11a1ANg Inc. 191 S6J Tanspodalion, LLC 192 SLS Gen CoM Arthur S1urdivanl dlbfa Vendor Prentice & flush Tree Service Professional Land 1. Sae Development Progressive Timberlands R L Wr6ianu Legg tivj Inc 11.R Moran RJL I{av6ng Corporellon RL Wi0ams dbi TELL Services RPV Trig Richard Daw Rink Tenet Rio Indio Sn Service, Inc. Riverside Stump bump, Inc. 193 194 195 196 197 198 199 2 201 202 203 204 lY 206 207 208 209 - 210 211 212 213 1214 1215 216 217 21B 219 220 221 222 223 224 225 226 Robed Herndon & Johnson's Tractor Svcs Robinson & Son Tree Service Robinson Recovery Team E Address 324 Lowell Claycome, Lop 64119 4613 N Uehrersily Drive, 1 436 coral Springs, FL 33067 954 BusIneis Park Dr., 5u9e 4 Traverse C!!y, 111 49616 9516 Curry Hwy Jasper, AL 35503 563 Riverbank Town Rd Wallace, NC 211468 7570 Meddlan Sbeet tGnmar, FL 33023 5991 Hwy 195 Jasper, AL 35503 3102 SW Cathedral St Pod St Lucie. FL 364953 600 Energy Center Blvd, if 1615 Northport, AL 45480 993 County Road 61 Fyffe, AL 35971 PO Box 2617 FL Place, FL 34954 620 Riverside Dr. Asheville, NC 2118111 cis 5514 Spruce Drive Fl Pierce. FL 34912 2151 Lamb Place, Sle 11 Memphis. TN 36118 SLE, Ina Saba Moshe Troeklrg. Inc • SCI( -Trucking Shannon Balky Smah's Tree Servloe. LLC South Florida Land Clearing. Inc S9ulh Rent, Ina. Southern Reoorty Co, LLC li Sout6Wsl Ba Sleek Tree Landscape and Arbods{ Supply Stephen D. Holleman dba SOH Transport Steven Merritt Slowe0s Excavali g S. Trucking, Inc. S56dInanl Wood Yard Sumter Tram Sunset Bay Lands -coot?, Sunshine Builders MIN Pierce, Inc Superior Bobcal Services Table Rock Nursery Fag Grinding Services Terry Nordstrom Tester Construction TJ's 4%1 Warehouse. Inc. Tom Hughes dba Tom Stmpsen dba Toppers Total Tree Service. Inc. Tube Supply T,- TravR Yates TreasureCoax! Land and Tree Treasure Coast Tractor Services, inc. Tree Top Tub Grinding Twin Star Marine 11SA Truskkrg_ Wholesale Trncks 6 Equfpmenl Saks, Inc. Main Lawson G H 1 Contact Phone Jason Bush Carlo Fabbrhr 60a677-7643 Melinda Frankic Moran Ronnie or Clyde Ray Jae Roberson Sonja L1cu6'e16r JoSne Maxey 616-761-3691 954-346-9555 231-947-1990 205-364-5275 910-269-4200 205.364-5275 205-393.1427 256-623-2593 772-216-0305 126-712-5029 772-465-5514 901-363-3539 613-949-6422 666-532-2109 954-345-4202 613-21-5169 256-302-1946 2 Fax 614-454-6735 954-345-7i62 231-947-1992 205-364-5275 910-269-4250 407-644-2717 205-364-5275 772-465-0560 - 813-569-0116 954-345-9955 813-227-9753 1050 South Federal Hoy, Sae 140 Del Ray Beach, FL 33413 2562 Hwy 44 Puffing, LA 70762 65 Rdad 9031 Fyffe, AL 35971 365 Lanuck Rd. 5£ Paten Bay. FI. 32909 1250 Shinn Road Ft Pierce, FL 34945 P G Box 796 Bresnan, AL 36427 Southern Recovery Co, LLC 8 SoulhlNsl Ba 3639 74-165 Service Road Charlotte, I4C 28269 1914 Bellevue Drive Florence, SC 29505 4485 Gray Avenue T9usWle. FL 32710 2349 Route 20 Eas1 Cazennvla, NY 13035 99 Dick Sanderson Drive Waynesboro, MS 39367 170 5 LaFayete Blvd Sumter, SC 29150 P 0 Box 3401116 Ta , FL 33694-0466 • 5796 Re 161 MvganIown. NC 28610 1395 WI ams Road Palmetto, GA 30266 16676E Superior Location Rd Houghton, Mt 49931 112 Sorawood Dr. Gray, IN 37615 320 Wtfams PWM Blvd Cocoa. FL 32927 P D Box 124 Merry Ht, NC 27957 2376 County Rd 17 Leesburg, AL 35963 6345 Gillette Avenue Cocoa, F1 32927 5169 Ashley CL 900 County Road 52 Section, AL 35771 5615 Killarney Avenue.Ft Pierce, FL 34951 1226 Pulitzer Road Fl Pierce. FL 34945 1409 Trul ebronk Lane Lawrencevitle, GA 30043 2645 NW 35Ih Street Marra FL 33142 5056 SW Bull Pond Rd. Aradla, FL 34266 PO Box 1080 Roberladak, AL 36567 4440 Gray Avenue T6uvlk. FL 32760 Jason Lundy David Medina Vklor Parlor Shannon Bailey Robed Smith Stephen D. Hnkman Kendal Sanderson Dalade Pal Emile Croce, Sr. Steven H. Tester Thomas Hughes Tommy Sllmpson Pierre Marlin Velez Jima Ramer 251-973-146a 954-675-9917 225-445-2532 256-632-3769 321-952-237B 772-461-9965 251-974-5711 704-599-9899 315-655-3455 601340-1311 003-775-1602 613-764-6743 772-464-9976 772-571-9496 126-437-4752 770-969-7990 423-477-4199 321-532-6569 252-492-6321 256-504-9102 321-632-3464 713-466-4130 256-228-4002 772-469-8001 772464-2512 676-263-6363 305-633-3960 305-210-9640 251-947-3355 321-2665214 251-973-1461 954-4111-1119 2254164-3176 772-461-9523 251-968-5274 315-655-40E6 601.735-56E6 B03-773-1173 613-264-4346 772-166-5902 321-633-0553 321-632-3484 713-466-1029 772-461-0069 305-633-6973 663-664-9963 251-947-3357 Page 4 or 4 SIRS Staff. 14 ..... weii,n 5.,1w STORM RECONSTRUCTION SERVICES, INC. 1609 Veteran's Memorial Parkway Tuscaloosa, AL 35404 Office PH: 205-556-0049 Fax: 205-469-2038 Toll Ftee:866-556-0049 www.stormreconstruction.com This isap Additional references may Name of Client: Contact Person: Address: Ph No.. -_-- Date of Services: Brief Description: Contract(s) Value: Name of Client: Contact Person: Address: Ph No. ---- Date of Services: Brief Description: Contract Value: REFERENCES artial list of references for FEMA based Projects performed by SRS: be found in the SRS booklet, along with other completed projects. Stone County, MS Jon Bond, P.E. 312 Mi1I Ave, P.O. Box 369 Wiggins, MS 39577 601-928-7390 September 05 - April 05 Debris hauling,disposal and site management $23,475,922.37 Plantation , FL • Frank (Cheech) Decelles 400 NW 73rd Ave/ 750 NW 91st Ave, Plantation, FL 33324 954-452-2535 October 05 - Feb-06 Debris hauling, reduction, disposal and site management $3,246,345.06 Name of Client: Contact Person: Address: Ph No. Fax No. Date of Services: Brief Description: Contract Value: Hillsborough County, FL Mr. Dave Snyder 601 E Kennedy Blvd, County Center 18th Fl 813-307-1778 813-272-7059 October 04 - Jan 05 Debris hauling, reduction, disposal and site management $7,704,189.58 Name of Client: Contact Person: Address: Ph No. Fax No. Date of Services: Brief Description: Contract Value: Madison County, TN Mr. Jerry Gist, County Mayor I00 East Main Street, Suite 302 731-423-6020 or 731-658-6554 731-988-3820 May -June 2003 Debris hauling, reduction. disposal, demolition and site management $3.405.212.40 5INNIMMah. 15 Storm Rrrn,nu ed. 7aM,n Name of Client: Contact Person: Address: Ph No. Fax No. Date of Services: Brief Description: Contract Value: Name of Client: Address: Contact Person: Ph: Fax: Dates of Service: Description of Services: Contract Value: Walker County, AL David Edail. County Engineer 1803 3rd Avenue. Jasper. AL 35505 205-384-7230 205-3 84-7003 November 21.2002 thru January 21, 2003 Debris hauling. reduction. disposal. demolition and site management $3,113,3.75.80 Jefferson County, Alabama 202-A County Courthouse, Birmingham Al 35206 John Reynolds. (Retired) Programs Administrator (ce11)205-907-9473 (H) 205-491-7574 205-491-2725 fw)205-325-5156 April 18, 1998 to June 11, 1998 Debris hauling, reduction, disposal, multiple site mgmt $ 5,048,681.00 Name of Client: Contact Person: Address: Ph No, Fax No. Date of Services: Brief Description: Contract Value: Name of Client: Contact: Address: Phone: Fax: Dates of Service: Description of Services: Contract Value: Name of Client: Contact Person: Address: Ph No. Fax No. Date of Services: Brief Description: Contract Value: Mitchell County, GA Bennett Adams, County Administrator P O Box 187 Camilla, GA 31730 229-336-2000 229-336-2003 Mayl, 2003 thru May 19, 2003 Debris hauling, reduction, disposal, and site management $311,862.00 Union County, NC Department of Transportation Mark Tye, Public works 400 North Church Street. Monroe, NC 28112 704-296-4210 cell: 704-506-0454 704-296-4232 March 13,2000 to June 29, 2002 Debris hauling, reduction, disposal. multiple site mgmt $ 1.378.550.00 City of Owensboro, Kentucky Bob Whitener, Assistant City Manager 101 E. 4th Street. Owensboro. KY 270-687-8550 270-687-8585 January 10. 2000 to March 10. 2000 Debris hauling, reduction, disposal and site management $ 356,825.00 Nte mA.....vaim drip. Name of Client: Contact Person: Address: Ph No. Fax No. Date of Services: Brief Description: Contract Value: Name of Client: Address: Contact Person: Ph: Fax: Dates of Service: Description of Services: Contract Value: City of Vestavia Hills, AIabama Chief Butch Saragosa 700 Montgomery Hwy, Vestavia Hills, 35208 205-978-0225 205-978-0205 April 15 2000 to May 10, 2000 Debris hauling reduction. disposal and site management $ 860.131.00 Columbia County, Arkansas One Court House Square, Magnolia, AR 71753 Larry Taylor. Director of Emergency Management 870-23 5-3 705 870-23 5-3 723 January 15, 2001 to April 15, 2001 Debris hauling, reduction, debris disposal, multiple site mgmt $ 16,679,913.00 4 s.. sI' Storm RreSesoruction Services Storm Reconstruction Services, Inc, 1609 Veterans Memorial Parkway, Tuscaloosa, AL. 35404 PH: 205-556-0049 Toll Free: 1-866-556-0049 Fax: 205-469-2038 2321 Airport Hwy, Mobile, AL 36606 PH: 251-479-1770 FAX: 251-479-9566 4024 Stewarts Lane, Nashville, TN 37218 23 Liberty Place, Hattiesburg, MS 39404 www.stormreconstruction.com 24 Hour: 205-242-1501 CLIENT TESTIMONIALS STONE COUNTY, MISSISSIPPI SRS provided full service debris management, as well as having admin personnel on site. They have done an excellent job on this contract, As far as I know, Stone County, MS is to date the only county to have its Hurricane Katrina debris contract completed. Jon Bond, P.E. O'Neal -Bond Engineering, Inc. TUSCALOOSA, ALABAMA "There were several bids on this project,and we were especially Impressed with the credentials and references of SRS. We appreciate the quick response, the smooth operation, .and the efficient manner in completion of the project. The knowledge regarding documentation for FEMA reimbursement was an added value in choosing your company for the job." Alvin P. DuPont Mayor City of Tuscaloosa Tuscaloosa, Alabama SNS $Comp Reeaa4V oeeian 5 en'ieaa OWENSBORO, KENTUCKY "About, one week after the devastating tornado of January 3, 2000, the City of Owensboro management realized it needed assistance In .coping with the massive amount in debris left from the• trail of the tornado. Storm Reconstruction Services submitted the lowest bid for the type of equipment we requested and mobilizedmost.. of its equipment within 24 hours. With Storm Reconstruction Services' assistance, the City of Owensboro was able to recover from the tornado Jn a remarkably short time, considering the magnitude of the damage. I think I can speak on behalf of the City in saying that we would not hesitate to use Storm Reconstruction Services in a similar event in the future" Bob Whitmer Assistant City Manager City of Owensboro Owensboro, Kentucky FORT PAYNE, ALABAMA "Your firm just completed a major ice storm debris removal project for our county. Your employees began work the day the bid was awarded and worked non-stop until you completed the project 30 days ahead of schedule. I would recommend Storm Reconstruction Services as a quality contractor to any governmental agency." Jim Gaddy, P.E. Dekalb County Engineer Dekalb County Engineer's Office Fort Payne, Alabama CAMILLIA, GEORGIA "Storm Reconstruction Services was contracted by Mitchell County,. Georgia to provide emergency assistance in the form of debris clean up after the tornadoes that struck the county on the night of February 13, 2000. Storm Reconstruction Services did an excellent job." Bennett Adams County Administrator Mitchell County Board 'of Commissioners Camillia, Georgia