Looks Great Services Inc. ProposalDISASTER DEBRIS REDUCTION AND DISPOSAL SERVICES DR 4337
(i) Solicitation No
(ii) Offeror's name,
address, telephone,
and facsimile
numbers
(iii) Extent of
Agreement with
Terms
(iv) Persons authorized
to negotiate on the
offeror's behalf with
the Government
(v) Person authorized
to sign the
proposal
(vi) Contractor's DUNS
No.
(vii) MS Contractor's
License
HURRICANE IRMA
ISSUED BY: MIAMI SHORES VILLAGE
DUE: 5:00 PM, NOVEMBER 13, 2017
2018 -10 -02
Looks Great Services of MS, Inc.
1501 Highway 13 North,
Columbia, MS 39429
Tel: 601 - 736 -0037 A Woman -Owned Small Business - DBE
www.looksgreatservices.com
By fact of signature contained herein, Looks Great Services of Mississippi, Inc. agrees to the extent
of the agreement with all terms, conditions and provisions included in the solicitation and agrees to
furnish any or all items upon which prices are offered at the price set opposite each item. The
proposal is in all respects fair and in good faith without collusion or fraud.
YolandaAgoglia
President
Looks Great Services of MS, Inc.
Tel: 631 - 662 -5817
Fax: 601- 736 -1924
volanda (a)looksgreatservices.com
Orry Sanders
Project Manager
Looks Great Services of MS, Inc.
Tel: 601 - 441 -8228
Fax: 601 - 736 -1924
orry. sanders(cDlooksg reatservices.com
240 w
05- 769 -6
18782 -MC
Kristian Agoglia
Vice President
Looks Great Services of MS, Inc.
Tel: 516- 369 -8445
Fax: 601 - 736 -1924
don. lucas(u)-looksgreatservices.com
Tom Rankin
Project Manager
Looks Great Services of MS, Inc.
Tel: 704 - 860 -1523
Fax: 601 - 736 -1924
tomt7a.disasterresponse.com
This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed - -in whole or in part-
-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of -or in connection with -the
submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract.
This restriction does not limit the Govemment's right to use information contained in this data if it is obtained from another source without
restriction. The data subject to this restriction are contained on every page of this proposal; and use or disclosure of data contained on this sheet is
subject to the restrictions on this, the title page of this proposal.
TAB 1 - COMPANY PROFILE
COMPANY OVERVIEW
RESUMES
PREVIOUSE EXPERIENCE
LETTERS OF RECOMMENDATION
CASE STUDIES
TAB 2 - OPERATIONS PLAN
TECHNICAL APPROACH
Looks DEBRIS PLAN
Great
LOOKS GREAT
SERVICES TABLE OF
CONTENTS
TAB 3 - COST PROPOSAL
RFP DOCUMENTS
TAB 4 - MINORITY PARTICIPATION
11/13/2017 SUBCONTRACTOR PLAN
TAB 1
COMPANY PROFILE
COMPANY OVERVIEW
RESUMES
PREVIOUS EXPERIENCE
=o: LETTERS OF RECOMMENDATION
CASE STUDIES
Looks �
Great Company
Services, Inc.
Overview
The occurrence of storm disasters in the United States has increased sharply in recent years. With the prediction of larger
and more destructive storms in the near future, Looks Great Services of MS, Inc. has developed quick response teams and a
fleet of specialized debris management equipment. Because of our past experience in providing equipment and leadership in
such emergencies, we are now a part of aiding agencies in the pre- disaster planning process.
In 1999 Looks Great Services Inc. was founded in New York. The company has recruited, developed, and trained a team
of individuals able to respond to client needs in a professional and courteous manner. In spring 2005, Looks Great
Services of Charlotte was launched in North Carolina. In addition to the same services offered in New York, Charlotte
added the manufacturing of vegetation products, such as mulch and top soil, and moved into the land clearing /development
industry. In spring 2010, Looks Great Services of MS was established opening up operations in Columbia, MS and also has
the designation as a woman -owned small business. The increased demand for companies that provide utility line clearing
as well as right -of -way clearing and maintenance in the mid -south region has allowed the company to continue its steady
expansion to over 100 full time employees. With locations in the Northeast, Mid - Atlantic and the Mid -South regions and 17
years of disaster response experience, we are strategically positioned to provide disaster recovery services across the East
Coast and beyond.
In addition to the LGS equipment, we have pre - position contractors which will provide immediate additional labor and
equipment. We can quickly expand our services to over 1,000 pieces of equipment to meet the requirements necessary to
handle any disaster.
From destructive storms to winter ice damage, LGS is prepared to respond to emergency situations anywhere in the
United States. Our storm damage relief team is available to townships, cities, counties, and states. In cooperation with
other professional organizations, today, LGS is continually asked to provide leadership, equipment, and personnel to
aid in emergency situations.
Looks Great Services Contacts
Yolanda Agoglia, President
1501 Highway 13 North
Columbia, MS 39429
Phone: 601-736-0037
Fax: 601 - 736 -1924
Cell: 631 - 662 -5817
Email: Yolanda (cDlooksgreatservices.com
Kristian Agoglia
1501 Highway 13 North
Columbia, MS 39429
Phone: 601-736-0037
Fax: 601 - 736 -1924
Cell: 516- 369 -8445
Email: kristian (cDiooksgreatservices.com
Orry Sanders, Director of Construction
1501 Highway 13 North
Columbia, MS 39429
Phone: 601-736-0037
Fax: 601 - 736 -1924
Cell: 601 - 441 -8228
Email: orry. sanders (.looksgreatservices.com
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Great l� _ Statement of •
Services, Inc.
Looks Great Services of MS, Inc.
Overview
In 1999 Looks Great Services Inc. was founded in New York. The company has recruited,
developed, and trained a team of individuals able to respond to client needs in a professional and
courteous manner. In spring 2005, Looks Great Services of Charlotte was launched in North
Carolina. In addition to the same services offered in New York, Charlotte added the manufacturing
of vegetation products, such as mulch and top soil, and moved into the land clearing /development
industry. In spring 2010, Looks Great Services of MS was established opening up operations in
Columbia, MS and also has the designation as a woman -owned small business. The increased
demand for companies that provide utility line clearing as well as right -of -way clearing and
maintenance in the mid -south region has allowed the company to continue its steady expansion to
over 100 full time employees. With locations in the Northeast, Mid - Atlantic and the Mid -South
regions, we are strategically positioned to provide disaster recovery services across the East
Coast and beyond.
Year Established: 2010
Average number of employees: 163
2016 Annual Revenue: $11.8 Million
Looks Great Services Curbside Pick Up C &D- Hurricane Sandy
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great Statement of Qualifications
L Services, Inc.
Personnel and Equipment
With a fleet of over 100 trucks, a staff of professionals, and three locations LGS emergency
response teams can activate at a moment's notice. Mobile mechanics, housing units, and fueling
equipment expedite the recovery process and keep our team operational around - the -clock until
the job is complete. In the event additional resources are needed, LGS has pre - position
contractors in place to quickly provide the equipment and personnel to handle any size project.
Please see the attached personnel chart, resumes, and equipment list for further information
regarding the capabilities of LGS.
Past Experience
LGS has been involved in numerous contracts that have required federal assistance. Many of the
projects have taken weeks to months to complete. LGS remains up to date with the latest FEMA
publications and applies these to each job it has completed. A full list of completed disaster
contracts and references is provided in this Statement of Qualifications.
Process and Documentation
When it comes government contracts LGS has put in place a series of guidelines which expedites
the process. LGS has developed a set of written policies that include the Contractor Quality
Control and Operations Plans, the Site Specific Health and Safety Plan, Accident Prevention Plan,
Activity Hazard Analysis, Quality Control Plan, and other documentation that is fully compliant with
FEMA regulations. These plans were enacted in order to streamline the efforts of LGS with the
client and government entities to ensure all services are properly accounted for.
LGS also utilizes the National Incident Management System (NIMS) wherein it has established
systems for describing, inventorying, requesting, and tracking resources. Debris Management and
Event Response activities require carefully managed resources (personnel, teams, facilities,
equipment and /or supplies) to meet project needs. Utilization of the Radial Form Technology
(RaFT) iPad -based database system allows for resource typing, inventorying, organizing and
tracking the dispatch, deployment and recovery of resources before, during and after an event.
This system further ensures performance is FEMA compliant.
Looks Great Services TDSRS - Hurricane Sandy
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
1 /
Looks .,
Great
Legal Statements
Services , lnc -
Statement of Lawsuits
This Statement is to confirm that Looks Great Services of MS, Inc. is not currently involved in any
lawsuits and has not been involved any lawsuits in the past six (6) years in which LGS sued or was
sued by, any contractor's clients. Also, there are not any judgements, claims, or audits pending or
outstanding against Looks Great Services of MS, Inc.
This Statement is to confirm that Looks Great Services of MS, Inc. does not currently have any
employee involved as a plaintiff or defendant in any proceeding involving or arising out of such services
in the past six (6) years. Also, there are not any judgements, claims, or audits pending or outstanding
against any employees of Looks Great Services of MS, Inc.
Statement of Cancelations
This Statement is to confirm that Looks Great Services of MS, Inc. has not had a contract related to
disaster response and recovery canceled within the past six (6) years.
Statement of Reimbursements
This Statement is to confirm that Looks Great Services of MS, Inc. has not had a contract in which work
was performed within the last six (6) years for which FEMA reimbursement was sought, but which
FEMA determined to be ineligible.
Conflicts of Interest
Looks Great Services of MS, Inc., nor any of its employees thereof, certifies that it does not have any
conflict(s) of interest, either direct or indirect, in connection with the services sought herein pursuant to
Federal or Florida Law.
FEMA PA Program
This statement is to confirm that Looks Great Services of MS, Inc. acknowledges that it understands
and is familiar with the FEMA Public Assistance Program and Policy Guide. LGS fully intends to adhere
to these guidelines and procedures.
PSCRB Acknowledgement
This statement is to confirm that Looks Great Services of MS, Inc. acknowledges that it understands
and is familiar with the Personal Services Contract Review Board Guidelines and the Super - circular
procedures. LGS fully intends to adhere to these guidelines and procedures.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
r �
Great Financial Standing
Services,lnc.
QQ,
First Southern Bank
111�
'rha PWP1e'5 Choice 0�-nmunity Hi!HA
_ 11175IIWY.9N
P.O, DOX 2 -68
COLUMBL4, A1534429MM
E01•T"7.y
Res Looks Great Servkrs of W Inc
To Whom it May Concern.,
Looks Great Servim of MS, Inc has been a customer of First Southern Bank for several years and they
are In good standing with us.
SinceroFy, �, �
Len Cooke
EVP
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
1 i
Looks
Great Financial Capability
Services,lnc'
PREM 6R NAE;GELE
Re; Looks 9resl Services, Inc.
Looks Great Services of MS, Inc.
To Vftm It May Concem;
Pluses let this letter serve as evidence of financial capacity of the Looks Great Servtees (-LGS-)
Companies, I have smvod as the oulside amourth" for the companies for the past six (6) years.
The LOS Companies have more than adeyuala Ct3ptseity to adequately fund Gonlract operational
expenses as naedod_ The combined companies have in excess of Sig million dollars in working Capital.
Should you med any further Infwmaliell or have any qumAlons regarding this letter please feel free to call
me in my office at (212) 736 -0055, Thank you in advance fof your consideration.
/�Cerely,
Donald Sager, CPA
ACCOUNTING OFFICES ACCOUNTING IMMMOLMY COMBULTANT9
225 WEST 0 STREET, fir ILookKW YORK NYlMQ1 p4RA1LM 121217310M
wiUOiic�i Ih ��ncho- NY and Naids�phw, PA
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks �
Great Certificate of • • • Standing
Services,lnc.
DFL13ERT HOSEMANN
Secretary of State
Office of the Secretary of State
Jackson, Mississippi
Certificate of Good Standing
1, C. DELBERT HOSEMANN, JR., Secretary of State of the State of Mississippi, and as
such, the legal custodian of the records as required by the laws of Mississippi, to be filed
in my oflice, do lxnn:by certify_
That on the 9th day o1' November, 2010, the State of Mississippi issued a Charter!
Certificate of Authority to
LOOKS GREAT SERVICES OF NIIS, INC.
That the state of incorporation is Mississippi.
That the period of duration is perpetual.
That according to the records of this office, Articles of Dissolution or a Certificate -of
Withdrwmal have not been filed,
That according to the records. of this office, a current Annual Report has been delivered to
the Office of the Secretary of State.
I further certify that all fees, taxes and penalties owx;d to this state, as reflected in the
records of the Secretary of State, have been paid and brat the corporation i5 in existence or
has authority to transact business in Mississippi.
That insofar as the records of this office are concerned, d)e said LOOKS GREAT
SERVICES OF MS, INC. is in good standing at this titne.
Given under my band and seal of office
the I 1 th day of December, 2015
.A.�.�
C. DRUIRT 1408PMANN,,JR.
91,trCfofY pf Stall
Certificate Number: CN15017770
Verify this certificate online at httpl /core.sos.tm gov /corpcoiw /verifymnifiatie.aspx
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
t !
Great Letter of • • ing Capa
Services,lnc.
gBancor
pS
Ireurence $errces, ft.
February 25, 2016
St. Bernard Parish Office of Homeland Security
And Emergency Preparedness
8201 W, Judge Perez Drive
Chalmette, LA 70043
RE: Debris Removal in Support of Emergency Operations
To whom it may concern:
Per your request for evidence of bond ability, this letter Is to advise you that Looks Great Services of MS,
Inc, is set up for bonding with Travelers Casualty and Surety Company of America.
Our company represents Looks Great Services of MS, Inc- for all of their bonding needs and has found
them to be an outstanding contractor, with a good reputation in the construction Industry. Based on
their past experience, we will consider single jobs of $20,000,000.00 with an aggregate program of
$80,000,000 -00. Travelers will favorably consider providing a 100% Performance and 100% Payment
bond for the above captioned project, providing a contract is awarded to, and executed by Looks Great
Services of MS, Inc.
As this is a letter of recommendation and not a bond, Stewart Sneed Hewes, Travelers Casualty and
Surety Company of America, their agents and owners accept no liability for Its contents. The Surety
reserves the right to review each submission and base their final decision upon normal underwriting
requirements and conditions, which exist at the time of the bond request.
If I can be of additional assistance, please do not.heshte to call.
Si erely,
David R. Fortenberry
a6TriompsonPark - Hattiesbv%PAS 394o; • 6o%- ,q4 -87o3 Fax 8-n- 258- oip- wNw.bxr.com
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
E r 1 1r c.
s
W
W
ar�
Contractor's License
s f'
w
V)
W
C)
V
•
0
cd
.b-0
2
_>1
Olt
T
NZ
w
a
qm
z i
3 m
x �
xo
C7 �
<Uu
N Q
z w
o
m
t
i; ,•,
a
w
.a Z
H
(poA I
40
I�
a
m
y
z
W O o
OG N
1
µ, N
t-
at
Q
U •�
rz�
a
w
U
4:
O
ad N
o
r }�
l
U
4
g
•
0
cd
.b-0
2
_>1
Olt
T
NZ
w
a
qm
z i
3 m
x �
xo
C7 �
<Uu
N Q
z w
o
m
t
i; ,•,
a
w
.a Z
H
(poA I
40
I�
a
m
y
z
W O o
OG N
1
µ, N
t-
at
Q
U •�
rz�
a
w
U
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
lam\ 1I ef.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
tt /
Looks
Great
Services, Inc.
Business License
Or iDa
Oppartment of Quite
certify the attached Is a true and correct copy of the application by LOOKS
GREAT SERVICES OF MS, INC, a Mississippi corporation, authorized to
transact business within the State of Florida on October 22, 2015 as shown by
the records of this office.
The document number of this corporation is F15000004702.
CR2EO22 (1.11)
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this the
Twenty-third day of October, 2015
I2044-
�fiett Petit .r
'►rrrrfmq of ,r►tatr
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
FLooks ' • es,lnc.
Status: Active
Your registration was acth-ated on Jan 30, 2017. It expires on Jan 26, 2013 wbich is one year after
you subinitted it for processing.
0 0 (;6 0 0
Core Data Assertions Reps 1C Certs POCs Subinit Processing Active
Completed Completed Completed Completed Completed Completed Completed
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks �
Great Registration
Services, Inc.
Company Name: Looks Great Services of PU1S, Inc_
Company ID Number: 735783
Doing Business As (DBA)
Name:
DUNS Number: 057896240
Physical Location: Mailing Address:
Address 1:
1501 Highway 13 North
Address 1:
Address 2:
Address 2:
City:
Columbia
City:
State:
f -41S
State:
Zip Cade:
39429
Zip Code:
County:
tMRICN
Additional Information:
Employer Identification Number: 274125328
Total Number of Employees: 100 to 499
Parent Organization:
Administrator
Organization Designation:
Employer Category: None of these categories apply
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
.�
Great —
Services, Inc.
ACOR&
Certificate of Insurance
CERTIFICATE OF LIABILITY INSURANCE DATE yMDQ'riYY)
428/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDEP, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDEP,
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsements .
PROOUCER
r CONTACT Daphne Coleman
Bancorp South Insurance Services. Inc.
Stewart Sneed Hewes - Hattiesburg
P O Box 1978
vl�rcE 801.554 -7321 FA 877- 28M152
E'wL . daphne.00leman gbxsi.00m
IN SURER S 1 AFFOR DING CUVV7AGE
NUCSI
Hattiesburg MS 39403
INSURERA:hlaricel American Ins. Co.
28932
EACHOCCigpfNCE
INSLIFID LOOKGRE -01
xturiRe2urich American Insurance Co
18535
INSURER c :
Looks Great Services of KIS, Inc.
1501 Highway 13 North
Columbia hIS 39429
INtuPERD:
INSURER E:
PERSONA- A AD"J DIJURY
S 1,000,000
INSURER F
oFsovLAncrEcATE
2,C00000
rnVFRAr;FS rFRTIFI('ATE NtimArR. 2048215295 REVISION NUTABER-
HAVE BEEN ISSUED TO THE INSURED NAKED ABOVE FOR THE POLICY PERIOD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED eELOdN AK
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY C04TRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH14
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDfTICNS OF SUCH POLICIES. LIMITS SHO'AN MAY HAVE BEEN REDUCED BY PAID CLANS.
LTR
INS
TYPE OF N IA
THE EXPIRATION DATE THEREOF, NOTICE "ILL BE DELIVERED IN
B3ncorpSouth Ins Seer es to be
POLICY NUMBU
added as a Ceecate Hader
P%AJ4;y LAP
LISM
B
X
COMIERCIALOENERALLN&UTY
CLA SS -JACE EX OCCIA
GLOO103 -3701
14-4017
4114/^ -018
EACHOCCigpfNCE
%I,COO.ODO
<c
SX0.000
MED EJ� 4471 crle -man}
i 10.000
PERSONA- A AD"J DIJURY
S 1,000,000
GENL AGGREGATE LINT APPLES PER
X POLICY 1:1 JECT r-1LCL
OTHER
oFsovLAncrEcATE
2,C00000
PfiCCl1CTS•OpJACPAG4
i2C00.000
Per PMIed A91"X
111 0,000,0co
B
AUTOWSILELIABILITY
0^1 CHLY � DLLED
I M.Y AUTO
HMO NCNLAtED
AUTOS ONLY x A`TOS ONLY
BAP 019333901
4'1 -" <017
v142018
;EaX"".,
11 1000000
EOdLYP4LRYtPa Dv=)
I
BOCrLY".LRYIPR3000&M
i
�PV 3Ceaert.
►
s
B
X
UMBRELLA LIAR
ExCEISLtAB
[I
OCCUR
CLAI.43114-rE
ALIC019333E01
4'152017
4'142018
FACHOCOUIRFNCE
14.coo,ODO
AC&e GATE
:4.cO3.oDO
DED I x I RFM -MYN so
t
8
NOWERSCOMPENSATION
AND EMPLarMS' LLABruTY YIN
Il1Y FAOFRETORPART`.^DVF1.ECLr.'.£ ❑
CcFCEFAfEYBFR D(Ci u:Fb�
p avakry In Mq
r ye:, arouse Lnw
DESCF_wr4N O- OFERATKhS eea
NIA
X STATUTE EIR
EL EACH ACCUENT
i1,C0],000
E L. DISEASE - FA EL
1,[07,000
El. D SEASE - PCUCY LAXT
t 1.000.000
A
Leasmli- -tedEqupmem
VKLM311A00497C6
i1141017
4'142018
5200.[00 51.000DeoueWe
DEtCrtPT10N OF OPERATIONS 1 LOCATIONS 1 VEHICLES (AC CRD 101. AO3111" Rowaft iafrOtM, rt111• W afhOnW K Ilfarl W301 K rICUI'Ial
CERTIFICATE HOLDER CANCELLATION
_) 1988 -2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
For Informaton PLiposes - Please oonW
THE EXPIRATION DATE THEREOF, NOTICE "ILL BE DELIVERED IN
B3ncorpSouth Ins Seer es to be
ACCORDANCE 1hTTH THE POLICY PROVISIONS.
added as a Ceecate Hader
AUr,40F= REPRESINTAT1VE
_) 1988 -2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks �
Services, Inc.J
Organizational Char',
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great '
Services, Inc,
Yolanda Agoglia
Professional Experience
November 2010 — Present
Resume's
Looks Great Services of MS, Inc.
President
Formed Looks Great Services of MS, Inc. as majority owner and President. Since inception, participated daily in operations, lead
management and administrative duties, and insured the standards of performance established are continually met by personnel.
Certifications
MS State Art Educator License
Completed classes in the following: Excel, Word, Access, & PowerPoint
Attended Seminars for the following: Business Development, Leadership, & Explorer Accounting Software
Education
UNIVERSITY OF SOUTHERN MISSISSIPPI - Hattiesburg, MS - Bachelor of Fine Arts —1999
Kristian Agoglia
Professional Experience
November 2010 - Present Looks Great Services of MS, Inc. Vice
President
Helped form Looks Great Services of MS, Inc. and participate daily in operations, lead management and procurement duties, and ensure
the standards of performance established are continually met by personnel.
Certifications
ISA Certified Arborist
ISA Certified Utility Arborist Specialist TCIA
Certified Safety Professional EHAP Training
Certified
OSHA 10 Certification
Education
REGENT UNIVERSITY - Virginia Beach, VA, - Master of Divinity - 1999
LIBERTY UNIVERSITY - Lynchburg, VA - Bachelor of Science —1996
Don Lucas
Professional Experience
November 2012 - Present Looks Great Services of MS, Inc.
COO
Oversee the daily operations for Looks Great Services. Manages multiple crews working for Pearl River Valley Electric Power
Association. Coordinates, delegates, and manages existing projects to ensure they are on time, within budget, and performed
according to specifications. Specialized in logistics of material hauled onto and away from dump sites on a production- oriented
schedule, and material reduction in Hurricane Sandy. Ensured proper size control and safety of handled material with management
of full scale equipment operations during Hurricane Sandy. Oversaw multiple dump sites after Hurricane Sandy that totaled over 1.1
million cubic yards of debris. Oversaw storm debris cleanup after the Louisville, MS tornado, Itawamba, MS tornado, and the
Tupelo, MS tornado for the Mississippi Department of Transportation.
Certifications
MDOT Storm Water Management Training Course
Hazardous Materials Certification
Trenching and Excavating Training
CPR/First AidBBP /AED Certified
OSHA 10 Certification
OSHA 30 Certification
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great '
Services,lnc.'
PEARL RIVER COMMUNITY COLLEGE - Poplarville, MS, - A.A. in Mechanics —1971
Thomas F. Rankin, Jr.
Professional Experience
May 2015 - Present Looks Great Services of MS, Inc.
Estimator/Project Manager
Oversee the estimates and contract preparation for proposed work. Works in conjunction with the Vice President, COO, and Field Operation
Manager to find, estimate, and procure work. Coordinate scheduling, subcontracting, and co- manage existing projects with the COO. Assist in local
business development and relations. Handle job costs, payment applications, and project management documentation for existing jobs.
Certifications
First Aid/CPR Certified
OSHA 10 Certification
Orry Sanders
Professional Experience
May 2015 - Present Looks Great Services of MS, Inc.
Estimator/Project Manager
Oversee the estimates and contract preparation for proposed work. Works in conjunction with the Vice President, COO, and Field Operation
Manager to find, estimate, and procure work. Coordinate scheduling, subcontracting, and co- manage existing projects with the COO. Assist in local
business development and relations. Handle job costs, payment applications, and project management documentation for existing jobs.
Certifications
NCCER Supervisory Training Certification
First Aid/CPR Certified
OSHA 10 Certification
Education
PEARL RIVER COMMUNITY COLLEGE - Poplarville, MS, - A.A.S. in Drafting and Design Technology - 2011
PEARL RIVER COMMUNITY COLLEGE — Poplarville, MS, - A.A.S. in Construction Management Technology - 2011
Melvin Sorto
Professional Experience
November 2012 - Present Looks Great Services, Inc. Field
Operation Manager
Began as equipment operator from 2001-2004. Operated stump grinder, wheel loader, chip truck, whole tree chipper, and grapple
truck. In 2004 became foreman and aerial lift operator. Beginning in 2006, became a contract administrator and field operation
manager. Responsibilities include overseeing multiple crews across multiple existing jobs, coordinating and hiring crews for existing
jobs, managing equipment fleet, pricing proposed contracts, business development, contract negotiations, and scheduling work.
Certifications
EHAP Certification
ATSA Certified Instructor
Railroad Worker Certification
First Aid/CPR Certified
OSHA 10 Certification
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great
Services, Inc.
III I
Professional Experience
July 2015 — Present
Resume's
Looks Great Services of MS, Inc.
Safety Manager
Oversee the safety program. Responsible for training the crews and establishing/editing the safety policy and handbook. Handle
the inventory of safety equipment. Perform safety audits onsite routinely. Manage all paperwork when a safety incident happens
and develop corrective measures to prevent future incidents from occurring.
Certifications
OSHA 1926 Outreach Trainer for Construction — 10 and 30 Hour
OSHA 1910 Outreach Trainer for General Industry — 10 and 30 Hour
NCCER Instructor — Safety, Carpentry, Rigging, Signalman, Plumbing, and Masonry HAZWOPER
and HAZMAT Instructor
EHAP Training Certified
First Aid/CPR/AED Certified Instructor
Education
EASTERN KENTUCKY UNIVERSITY - Richmond, KY, - Bachelor of Science - 2015
PEARL RIVER COMMUNITY COLLEGE - Poplarville, MS — Associate of Arts — 2006
Teri Sanders
Professional Experience
2013 - Present Looks Great Services of MS, Inc.
Accounting Manager
Process payroll, accounts payable, and accounts receivable. Manage all aspects of insurance for the company. Maintain equipment
files and truck reports. Perform numerous other accounting duties and handle processing of contracts. Management of the office to
ensure proper efficiency of daily operations.
Education
MISSISSIPPI UNIVERSITY FOR WOMEN — Columbus, MS — Accounting and Computer Courses - 1989
UNIVERSITY OF SOUTHERN MISSISSIPPI - Hattiesburg, MS — Accounting and Speech Pathology —1981
Nicholas Sanders
Professional Experience
May 2014 —Present Looks Great Services of MS, Inc.
Field Manager
Oversee and manage storm debris cleanup crews. Responsible for ensuring crews perform according to specifications and in a
timely manner.
Certifications
Introductory Training of Autoclave Engineers Valves, Fittings, and Tubing Products
RIGPASS
PSST (T2) Training
Offshore Water Survival HUET
Rigger Safety Training API RP 2D TPCP -0057
OSHA CORE 3 Day
TWIC Card
CPR/First Aid/BBP /AED Certified
Education
PEARL RIVER COMMUNITY COLLEGE — Poplarville, MS— A.A.S. in Instrumentation Technology -2012
PEARL RIVER COMMUNITY COLLEGE — Poplarville, MS — A.A.S. in Electronics — 2012
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
L. t ices, Inc.
Professional Experience
December 2013 - Present
Resume's
Looks Great Services of MS, Inc.
Field Manager
Began as equipment operator. Operated stump grinder, wheel loader, chip truck, whole tree chipper, and grapple truck. Became
foreman and aerial lift operator. In 2013, became a field manager. Responsibilities include overseeing multiple crews and ensuring
jobs are completed on time and to specifications.
Certifications
OSHA 10 Certification
EHAP Certification
First Aid/CPR Certification
Adalid Jimenez
Professional Experience
December 2013 - Present Looks Great Services of MS, Inc.
Field Manager
Began as equipment operator. Operated stump grinder, wheel loader, chip truck, whole tree chipper, and grapple truck. Became
foreman and aerial lift operator. In 2013, became a field manager. Responsibilities include overseeing multiple crews and ensuring
jobs are completed on time and to specifications.
Certifications
OSHA 10 Certification
EHAP Certification
First Aid/CPR Certification
Juan Fernandez
Professional Experience
September 2013 - Present Looks Great Services of MS, Inc.
Field Manager
Began as foreman and aerial lift operator. In 2014, became a field manager. Responsibilities include overseeing multiple crews and
ensuringjobs are completed on time and to specifications.
Certifications
OSHA 10 Certification
EHAP Certification
First Aid/CPR Certification
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks � _
Great t� _ Previous Wo61
Services, Inc.
CLIENT NAME
EVENT
DATE
PC = Prime
PS =Prime Sub
S= Subcontractor
CONTRACT
AMOUNT
C# = CONTRACT #
PO # = PURCHASE ORDER # TO
# = TASK ORDER# NT P =
DATE
PSA = PROFESSIONAL
SERVICE AGREEMENT
Florida City, FL
Hurricane Irma
September, 2017
PC
TBD
FEMA -DR- 433412017 -004
Village of El Portal, FL
Hurricane Irma
September, 2017
PC
TBD
FEMA -DR -4334
Miami Shores Village, Fl
Hurricane Irma
September, 2017
PC
TBD
FEMA -DR -4334
Claiborne County
Tornado
September, 2017
PC
$1,346,973.73
DR- 4314 -MS
Central, LA
Flooding
August 2017
PC
TBD
2017 -001
Holmes County, MS
Tornado
June, 2017
PC
$4,047,248.40
DR- 4314 -MS
Durant, MS
Tornado
June, 2017
PC
$1,775,021.45
DR- 4314 -MS
Mississippi DOT Yazoo & Holmes Co
Tornado
June, 2017
PC
$2,017,183.71
MP- 3000 - 26(114)
Yazoo County, MS
Tornado
June, 2017
PC
$3,610,554.90
DR- 4314 -MS
Montgomery County, MS
Tornado
May, 2017
PC
$2,461,467.85
DR- 4314 -MS
Skidoway Island, GA
Hurricane Matthew
October, 2016
S
$1,042,106.25
N/A
Hilton Head, SC
Hurricane Matthew
October, 2016
S
$586,730.00
N/A
Benton County, MS
Tornado
February, 2016
PC
$530,428.40
DR- 4248 -MS
Marshall County, MS
Tornado
February, 2016
PC
$1,230,407.00
DR- 4248 -MS
Marion County, MS
Tornado
December, 2014
PC
$955,958.65
RFP- 2015 -01
City of Columbia, MS
Tornado
December, 2014
PC
$164,500.00
N/A
Lowndes County, MS
Tornado
May, 2014
PC
$430,402.19
DR- 4175 -MS
Mississippi DOT Itawamba Co
Tornado
May, 2014
PC
$342,652.22
14 -2100- 991 -01
Mississippi DOT Winston Co
Tornado
May, 2014
PC
$88,971.97
14- 2100 - 991 -03
Mississippi DOT Lowndes Co
Tornado
May, 2014
PC
$85,579.13
14- 2100- 991 -02
Itawamba County, MS
Tornado
May, 2014
PC
$695,844.02
N/A
US Army Corps of Engineers
Hurricane Sandy
March, 2013
PC
$2,145,149.40
C# W912DS -13 -C -0024
US Army Corps of Engineers
Hurricane Sandy
March, 2013
PC
$1,171,605.00
C# W912DS -13 -C -0018
US Army Corps of Engineers
Hurricane Sandy
March, 2013
PC
$4,150.00
PO# W912DS -13 -P -0018
Central Park Conservancy
Hurricane Sandy
October, 2013
PC
$105,200.00
C# CPC13 -01
Village of Freeport NY
Hurricane Sandy
October, 2012
PC
$181,000.00
NTP 10.31.12
Freeport Electric, NY
Hurricane Sandy
October, 2012
PC
$186,200.00
NTP 10.31.12
Village of Garden City, NY
Hurricane Sandy
October, 2012
PC
$4,152,100.00
NTP 10.31.12
Suffolk County Water Authority
Hurricane Sandy
October, 2012
PC
$28,600.00
Contract # 6556
SUNY, NY
Hurricane Sandy
October, 2012
PC
$43,300.00
Contract # T001673
Town of Hempstead, NY
Hurricane Sandy
October, 2012
PC
$4,858,000.00
NTP 11.8.12
Town of Huntington, NY
Hurricane Sandy
October, 2012
1 PC
$7,545,500.00
1 NTP 11.1.12
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
1 /
Looks
Great _ • Work
Services, Inc.
CLIENT NAME
EVENT
DATE
PC = Prime
PS =Prime Sub
S= Subcontractor
CONTRACT
AMOUNT
C# = CONTRACT #
PO # = PURCHASE ORDER # TO
# = TASK ORDER# NT P =
DATE
PSA = PROFESSIONAL
SERVICE AGREEMENT
Long Island Railroad
Hurricane Sandy
October, 2012
PC
$985,700.00
NTP 10.21.12
City of Long Beach, NY
Hurricane Sandy
October, 2012
PC
$17,500,000.00
NTP 10.30.12
National Grid /LIPA
Hurricane Sandy
October, 2012
PC
$4,000,700.00
N/A
Nassau County, NY
Hurricane Sandy
October, 2012
PC
$60,398,300.00
NTP 10.26.12
NYS DOT, NY
Hurricane Sandy
October, 2012
PC
$78,800.00
C# PAA05522
Virginia DOT
Wind Storm
July, 2012
PS
$1,758,000.00
N/A
SUNY, NY
Hurricane Irene
August, 2011
PC
$72,500.00
C# T001673
Suffolk County Water Authority
Hurricane Irene
August, 2011
PC
$27,800.00
C# 6556
Nassau County, NY
Hurricane Irene
August, 2011
PC
$6,697,200.00
PSA - 8.26.11
Huntington, NY
Hurricane Irene
August, 2011
PC
$1,287,300.00
PO# 3115025
Village of Freeport NY
Hurricane Irene
August 2011
PC
$550,000.00
NTP 8.28.11
Freeport Electric
Hurricane Irene
August 2011
PC
$50,700.00
NTP 8.28. 11
NYS DOT, NY
Hurricane Irene
August 2011
PC
$103,200.00
C# PAA05522
National Grid
Hurricane Irene
August, 2011
PC
$113,000.00
N/A
Jackson County, Al
Tornado
April, 2011
5
$478,000.00
N/A
Nassau County, NY
Micro Burst
June, 2010
PC
$151,000.00
N/A
National Grid, NY
Micro Burst
June, 2010
PC
$342,000.00
N/A
Suffolk County Water Authority
April, 2010
PC
$42,000.00
Contract # 6556
NYS DOT, NY
Hazardous Tree
Removal
June, 2009
PC
$879,000.00
C# D260430
NYS DOT, NY
Hazardous Tree
Removal
March, 2009
PC
$686,000.00
C #D260430
Long Island Railroad
Hazardous Tree Removal
January, 2009
PC
$450,000.00
N/A
Beaumont & Jefferson Co, TX
Hurricane Ike
September, 2008
S
$521,000.00
N/A
Stoney Brook State University, NY
Hazardous Tree Removal
February, 2008
S
$380,000.00
N/A
University of Oklahoma
Ice Storm
February, 2008
S
$76,000.00
N/A
Midwest City, OK
Ice Storm
January, 2008
PS
$175,000.00
N/A
Keyspon Energy, NY
LIPA - Storm
Hardening
July, 2007
PC
$3,400,000.00
N/A
Missouri DOT
Winter Storm
March, 2007
PS
$192,000.00
N/A
St. Louis, MO
Wind Storm
July, 2006
PS
$295,000.00
N/A
Columbia, MS
Hurricane Katrina
August 2005
PS
$5,600,000.00
N/A
New Orleans, LA
Hurricane Katrina
August 2005
S
$168,000.00
N/A
Miami, FL
Hurricane Katrina
August 2005
PS
$160,000.00
N/A
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
1 /
Great Previous Worhi
Services, Inc.
CLIENT NAME
EVENT
DATE
PC = Prime
PS =Prime Sub
S= Subcontractor
CONTRACT
AMOUNT
C# = CONTRACT #
PO # = PURCHASE ORDER # TO
# = TASK ORDER# NT P=
DATE
PSA = PROFESSIONAL
SERVICE AGREEMENT
Coral Gables, FL
Hurricane Katrina
August, 2005
PS
$79,000.00
N/A
Florida Keys
Hurricane Dennis
July, 2005
PS
$135,000.00
N/A
Wichita, KS
Ice Storm
January, 2005
PS
$210,000.00
N/A
Lakeland, FL
Hurricane Jeanne
September, 2004
PS
$146,000.00
N/A
Gainesville, FL
Hurricane Jeanne
September, 2004
PS
$187,000.00
N/A
Oviedo, FL
Hurricane Francis
September, 2004
PS
$466,000.00
N/A
Winter Park, FL
Hurricane Charlie
August, 2004
PS
$82,000.00
N/A
Virginia Beach, VA
Hurricane Isobel
September, 2003
S
$180,000.00
N/A
Memphis, TN
Wind Storm
July, 2003
PS
$130,000.00
N/A
Raleigh, NC
Ice Storm
December, 2002
S
$326,000.00
N/A
New Haven, CT
Ice Storm
November, 2002
S
$65,000.00
N/A
Kansas City, MO
Ice Storm
January, 2002
PS
$160,000.00
N/A
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great References
Services,lnc.
Customer Name: Marshall County, Mississippi
Contact: Larry Hall, Marshall County Administrator
Phone No.: 662 - 252 -7903
Address: 128 Van Dome Avenue
Length of Service: 6 Weeks
Holly Springs, MS 38635
FSco a of Work: Tornado Debris Reduction and Removal, Hazardous Tree and Limb Removal, Reporting and Documentation of
Debris Cleanup, Subcontractor Management
Customer Name: Benton County Board of Supervisors
Contact: Ricky Pi kin, President
Phone No.: 662 - 224 -6300
Address: P.O. Box 218
Length of Service: 5 Weeks
Ashland, MS 38603
Scope of Work: Tornado Debris Reduction and Removal, Hazardous Tree and Limb Removal, Reporting and Documentation of
Debris Cleanup, Subcontractor Management
Customer Name: Town of Huntington Highway Office
Contact: Peter Gunther, Superintendent of Highways
Phone No.: 631 - 351 -3075
Address: 30 Rofay Drive
Length of Service: 5 Months
Huntington, NY 11743
Scope of Work: Hurricane Sandy Debris Reduction and Removal, Hazardous Tree and Limb Removal, Reporting and Documentation
of Debris Cleanup, Subcontractor Management
Tornado Debris Reduction and Removal, Hazardous Tree and Limb Removal,
Reporting and Documentation of Debris Cleanup, Subcontractor Management
5 Weeks
Customer Name: Marion County, Mississippi
Contact: Jeff Dungan, Marion County Engineer
Phone No.: 601 - 731 -2600
Address: 1574 Highway 98 East
Length of Service: 4 Weeks
Columbia, MS 39429
Scope of Work: Tornado Debris Reduction and Removal, Hazardous Tree and Limb Removal, Reporting and Documentation of
Debris Cleanup, Subcontractor Management
Customer Name: Lowndes County Board of Supervisors
Contact: Ralph Billingsley, Lowndes County Administrator
Phone No.: 662 - 329 -5896
Address: P.O. Box 1364
Length of Service: 6 Weeks
Columbus, MS 39703
Scope of Work: Tornado Debris Reduction and Removal, Hazardous Tree and Limb Removal, Reporting and Documentation of
Debris Cleanup, Subcontractor Management
Customer Name: County of Nassau Department of Public Works
Contact: Richard Millet, Deputy Commissioner of Public Works
Phone No.: 516 - 571 -6904
Address: 1194 Prosper Avenue
Length of Service: 5 Months
Westbury, NY 11590
Scope of Work: Hurricane Sandy and Irene Debris Reduction and Removal, Hazardous Tree and Limb Removal, Reporting and
Documentation of Debris Cleanup, Subcontractor Management
Customer Name: Waste Management, Inc.
Contact: Jason Neal, Government Affairs Director
Phone No.: 305 - 986 -6107
Address: 2125 NW 10a' Court
Length of Service: 9 Years
Miami, FL 33127
Scope of Work: Hurricane Katrina, Hurricane Wilma, Hurricane Ike — Debris Disposal and Recycling
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks _
Great :/ Reference
Services,lnc.``'
William R. `Bill" Minor
Larry L. "Butch" Brown
Northern District Commissioner
. -MAftlmp
Executive Director
Dick Hall
G
Harry Lee Jamcs
Central District Commissioner
_C _C
Director/
Chief
Chief Engineer
Ivayne H. Brown
�.,.��.
l�CM18WI f1EWTMENfOF TRANSPORYJM
Darrell L. Broome
Southern District Commissioner
District Engineer
P. O. Box 627 / McComb, Afiffiffippi 39649 / Trlrpbonr (601) 689.2111 / FAX (601) 684.7358 / mrrmgohfDOT.rour
June 29, 2007
Looks Great Services, Inc.
RE: Hurricane Katrina
Emergency Contract Work
Dear Sir:
We would like to take this moment to thank Looks Great Services as one of the
contractors who helped in the aftermath of Hurricane Katrina. Cleaning up our State Roads
in Marion and Covington counties, with your company picking up over 1.4 million cubic
yards in these areas, was an accomplishment necessary to make our roads safe again. This
would not have been possible without the help of your company.
Looks Great Services effectively met the daily challenges associated with the cleanup which
included overhead trimming, debris removal and disposal, management of temporary debris
reduction sites, maintenance of traffic, and job-site safety.
As a result of your efforts, our state roads were restored. We would like to extend our
appreciation to your staff and organization who assisted with this effort.
Sincerely,
4 AW
Ken Morris
District Construction Engineer
c
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
s /
Looks
Great Reference
Services, Inc. i
QUN(i AR 1.574 Highway 9a Eaat
P. 6'-'86x 950.
Ibalurnbia, MiWs slnpl 39429
Phoh6 (6 61) 731.26 1
Fax (601) 738 -6iWI
i4w- dunganeng.com ,
EnginWfig PA
February 25, 2006
FROM: Dungan Engineering. P A .
Jeff D'urlgan, County.prigine'er
1574 Highway 9s East
Columbia,:MS`394Z9' •
TO: ' Looks Great:Servlces
7 Lawrenca H111 Road
Huntington Stetlon ;.NY 11743
5UBJECT'. Letter of. RecomMe' ridation
To Whom it rriaycoricem: '
Looks Greet bbMcea was. a.vital part of our.Murricarie Katrina cleanup in Marion
Cqunty, MS. Tfie.,tasks with which they.faced.:each ;day were handled
approprlately acid pt'ofessiorially. Delude pickup. and hauling activitles were
rnonitored by eur firm, and we apprecfate.howthe Looks Great Services crews
eonductad the Work In an efficlent manner.
Our eXpederice with Looks Great Services proved to be berjefiblat to our county
�during our'tirrie of -naed. We would iecornmernd thls`company In any pWbjOct of
' this type•. .. ,
5incert�ly,,
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great
Services, Inc.
Reference Letters
DC onslrv, I.E.,, it., ?�
June 19, 20%
Looks Great Servioea, Inc.
Attu: Kristian Agoglia, President
7 Lawrence Hill Road
Huntington Station, NY 11713
RE: Letter of Recommendation
To whom it may concern:
We would like to take this opportunity to let )vu know how instrumental Looks Great
Smicea, Inc. was during the disaster recovery prooess after Hurricane Katrina. The daily
challenges were effectively and efficiently met in the overall organization of debris
removal, hauling. tee work and debris reduction sites. The disaster team mobilized in an
aggressive manner which allowed us to render assistance to our local and iurrvunding
communities quickly after this great devastation. We believe the combination of
exceptional equipment and personnel ihi9 company has to over contributed to the o�wall
success of our recovery of orls,
it is with great pleasure to highly recommend Looks Great Services, Inc. as a full - scale
storm recovery contractor. Please feel free to, have anybody conlaut us as n reference.
Sincerely,
Jay, Presidcntr000
T,L. WallaceCortitwion, Inc.
G� 'ltr e-
Thbnras L. 'all;scc, CEO
T.L. Wallace Construction, Inc.
V. U. BOX 5231 COLL;atBIA, MS 398" f (601) 7364523 /FAX (601) 736 -3101
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
looks �
t i
Great Reference
Services, Inc.
ZURICH
Surety $t: Financial Claims
P.O,Box 968038
Schaautnbutg, II 60196
December 30, 2009
Mr. I isdanAgoglin
Looks Cheat Semite -% Inc.
7 Lntvrence Hill Road
Huntington, NY 11743
RcPrincipal:
Liberty Tree Service, Inc
Claim No,
figs 0156280
Bond No.:
PRF 8857915
Qbligee:
NYSOOT
Project;
Tire & Bmsh Removal Various I-Nhways Region 8 — D260+30
Dear Mr. AgQ&x
I appreciate die work your comp:my teceady completed for the tree cutting, pruning and brush remoW
project in Upstate NY for the New York State Department of'11nnsportation eontmct D260430. As you
are aware, our principal, Liberty Tree Services Inc. wit terminated by NYSDOT. Your company was asked
to perfarn work on this project as the completing contractor_ It involved tntrbilidng your company and
immediately commence outing /pruning 1600 T trees in various counties of upstate NY. NYSDUT did
not raise any issues or complaints regarding your couilnny's petfottnancc, project doamwntndon,
emt>loyee atrinule or safety proeedures during the en6te completion of die pnojecr. In swnmatiou, yotl
completed the projcct shard of schedule and efficiently.
Again, titartk you for your assistance oar this claun. If you lmvc any questions please contact me at 1888
320 9659 15 or at the local number 1 516 365 12$.
Thank you.
Very truly Yours,
Ztxriclt Ametican lnsuxanee Corupany /FideFity & Deposit Cotnpnny of Maryland
Nit las io alas
Claims Counsel
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great dt _
Reference Letters
Services,lnc.�
ELECTRIC
Inc. Village of Freeport
Looks Cwat Services, Inc_
Iv1r, Kristian Agoglin
7`Lawrence hill ltd.
Huntington tillage, W11143
Dam' h1r. Agoglia;
On behalf of Freeport Electric and our customers I wanted to take an opportunity to thank
Looks Ctreat Sen.-ices and your mutual aid tennis for the qualified and exceptional
responsc-4 to our emergency tree scrvive needs over the last swvcral years. Frec-port
Electric remaiim confident that with a simple phone call we can count on an inttuediate
response with top notch equipment and crews that are well trained, efficient and focused
on safety_
Uver the years Looks Oreat has played an instrumental role in reducing our restoration
times by clearing the fallen tracs so our line crows can restore power as quickly and
safely as possible. Although we hope Nye never have to test your cmcrgoncy resperosc
services again, we know that from an unexpected wind storm in March 2014 through
Twpical Strom Irene and finally Super Storm Sandy we can count on Looks Cocat
Services to clear the way.
Thank you,
Lester A. Endo Jr.
Supervisor Electric service,
Inc Village of Freeport, Freeport Electric
First in Service First In Value
46 North Ck a, n Ave, Freeport, NY 11520 Tel: 516- 377 -2220 Fax; 516- 377 -2359
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great Reference Letters
Services, Inc.
0
CITY OF LONG BEACH
t w"Tctim ERR -n;Ger
LC440 M4r-H, KY. 11 SG 1
(515)431•1001
FA- (516)431 -1389
JACK SCHNIRMAN
CrTY MANAGER
May 3; 2013
VIA EMAIL
kri sllanla-1klokFLreat ,4ervices.conl
Mr. Kristian Agoglia
Looks Cireat Services, Inc.
Dear Kristian:
I would like to take this opportunity to thank you and Looks Great Services on behalf of the City
Council and myself for your continued support. The launch of the City's Earth Day Weekend
event was a tremendous success and It was made possible by people like you who graciously
donated materials, supplies, time and effort to revitalize and beautify our City.
Your openheartedness to this community is what allows our City to pick up the pikes one day at
A time.. Ilip .. IS nh drobt, SAnay hae rhangp(i the.. livoq Ant infra9trurmw.. cif our city, but wo. are.
resilient and in time we will rebuild our "City by the Serf' stronger, safer and smarter.
Again, thank you for all you did for our beautiful City by the Sea. As sununer approaches and
the powers and trees blossom, thousands of residents and visitors wlll enjoy and appreciate their
beauty, thanks to you and Looks Great Services,
Sincerely.
Olt CIV-1
Jack Schnirman
City Manager
JS :ma
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
E Looks
EDWAR4 P. ltAtl�3AND
OVJNTY EXECVTfVE
Reference Letters
cn � si
;
COUNT! OF NASSAU
DEPARTMENT OF PUBLIC WORKS
1144 PROPECT AVIENUE
WEMURY, NEW YORK 11890.2113
Kristian Agoglia
Looks Great Services, Inc.
7 LawfeUGe Hill Rd,
Huntington, N.Y. 11743
September 24, 2013
Dear Kristian,
5K,LA 5NAH.GAVNOUDM, P-E.
COAUA SS -510NER
I would like to take this opportunity to commend both you and Looks Great Services for all your
diligence and commitment during Hurricane Irene and Hurricane Sandy. Your excellent work
and results during Hurricane Irene prompted us to reach out for your services in assisting Nassau
County during the massive cleanup efforts of Runicane Sandy,
Your tireless work ethic coupled with your knowledge hi working with the various federal
agencies directly contributed to the success of Nassau County's recovery operations. As the
magnitude of our recovery operation condnued to expand you were able to gather the necessary
logistical manpower and equipment to complete the clean -up in a timely fashion.
You worked seamlessly a ith our sonior staff and were available virtually 2417. You responded
to major issues with incisive thinking and common sense recommendations and, as sueb, became
a valued member of the County's management team. From all of us at the Nassau County Public
Works and on behalf of the residents ofNassau.County we extend our deepest gratitude to you
and your company for all W assistance.
My Beat Regards,
]t1c hiiuet
Deputy Commissioner Public Works.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks MQ"VATIVE
Creat Reference Letters
L Services, Inc. . RESPONSE RECOVERY
TOWN OF HUNTINGTON
HIGHWAY OFFICE
30 RoPay Drive , E
• 'r Huntington, New fork 11743
Peter S. Gunther
Superintendent of Highways
Kristian Agoglia
Looks Great Services
7 Lawrence Hill Road
Huntington, New York 11742
Dear Mr. Agoglia:
The Town of Huntington thanks your firm for the services that were performed
for the Town in the aftermath of Supersturm Sandy. By all reports, your firm's critically
needed services were timely and satisfactorily performed when few firms were available
to assist us in the recovery from the storm. Your diligence in performing the work and
documenting it helped in our efforts to obtain reimbursement for these services from
FEINA. We will not hesitate to employ your firm's resources in future disaster recoveries
as our needs may require.
Regards,
Peter S. Gunther
Superintendent of I lighways
Highway Hotline (631) 499 -0444
high way @huntingtottny.gov
Phone (b31 ) 351.3075
Far(631)499 -3511
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
I i
Looks
Great t
Services, lnc.
90.27 SutpNn Bordevard
3 Poor, ?AC 4335
Jamaica, NY 11433
71 8.558,4704 -Tel
710.7262674 - Fax
Reference Letters
Patrick A Nowakowlkl Dennis L. Mahon
Pfestdent 04*1 pta urement 6 Logistics Ofkvr
Long Island Rail Road
February 10, 2015
Mr. Kristian Agoglia
President
Looks Great Services, Inc.
7 Lawrence Hill Rd.
Huntington Village, NY 11743
Re: Completion of LIRR Contract No. 130605 -GSI -SCI
Dear Mr. Agoglia:
This will confirm that Looks Great Services, Inc. (`Looks Great") satisfactorily
completed the physical work associated with Long Island Rail Road Co. (LIRR)
Contract No. 130605- GSI -SA -N, regarding the clean-up and disposal of fallen trees and
other debris related to Hurricane Sandy, on or around October 24, 2012. LIRR's full
payment of invoices is reflective of this fact.
Should Cooks Great seek to perform a contract for LIRR in the future, we will
perforrn a Responsibility Review, as we are mandated to do in all such circumstances. At
such time we will consider any administrative, regulatory or other issues that may exist in
accordance with established procedure. However, at this time, we are unaware of any certain
impediments to future contract awards to Looks Great_
Sincerely,
is anon ��
' Chief Procurement Officer
MTA Lang Island Rail Road is an agency of the MetropaMan Trarepe"lon Authority, State of New Yak
Thanes F. Prendergast, Chairman and Chef Exact" Officer
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks �, =
Great
Reference Letters
Services,inc.
To Whom It May Concern:
On April 28, 2014, the northwestern sector of Itawamba County was struck by a
tornado, resulting in widespread property damage In that area. Our roads and right of
ways were all in need of clearing. Almost immediately, the Looks Great team was
onsite, able to answer any question that we had concerning the debris removal or
reimbursement processes. Due to Looks Great Service's expertise, experience and fair
price, we felt confident in awarding them the contract to clean up our county's right of
ways.
Within hours of winning the bid, Looks Great Services of Mississippi had men
and equipment on the ground In the county, ready to work. The Looks Great team was
competent, fast, and professional. The team met every challenge that arose
throughout the project, be it dealing with high - traffic areas, large stumps, or limited -
access roads. Thanks to their unique knowledge of the industry and federal
regulations, we were able to clean up all of our roads in a timely fashion, all the while
ensuring FEMA compliance. As a result, our reimbursement process has been smooth
and prompt.
The tornado that struck Itawamba county brought with it a whirlwind of stress.
it was a difficult time for our county, as it would be for any county. However, having
Looks Great Services of Mississippi working alongside us every step of the way made
the recovery as fast and stress -free as possible. I recommend the Looks Great team to
you with my highest confidences.
Sincerely,
ary rra s, Administrator
Itawamba county
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
ITAWAMBA COUNTY
BOARD OF SUPERVISORS
CHARLES HORN
Jot 1VM
PRESIDENT
a ��
Chonccry Clerk
District!
;d°I
ERIC "TINY" ITUGI i:S
9
°
GARY FRANKS
County AdminiMmor
VICE - !'RESIDENT
F
District 4
Yv '°
BO RUSSELL.
Rid Attorney
CECIL IKE JOHNSON
Diarist 2
201 West Again Street
662-xU -3421
Yost Office Box 776
661962.5(M
STEVE MOORE
District J
Fulton, Mississippi 38843
Fax 662 -86Z _woo
Ibyrdititaw ambaconu.com
RICKY JOHNSON
District 5
To Whom It May Concern:
On April 28, 2014, the northwestern sector of Itawamba County was struck by a
tornado, resulting in widespread property damage In that area. Our roads and right of
ways were all in need of clearing. Almost immediately, the Looks Great team was
onsite, able to answer any question that we had concerning the debris removal or
reimbursement processes. Due to Looks Great Service's expertise, experience and fair
price, we felt confident in awarding them the contract to clean up our county's right of
ways.
Within hours of winning the bid, Looks Great Services of Mississippi had men
and equipment on the ground In the county, ready to work. The Looks Great team was
competent, fast, and professional. The team met every challenge that arose
throughout the project, be it dealing with high - traffic areas, large stumps, or limited -
access roads. Thanks to their unique knowledge of the industry and federal
regulations, we were able to clean up all of our roads in a timely fashion, all the while
ensuring FEMA compliance. As a result, our reimbursement process has been smooth
and prompt.
The tornado that struck Itawamba county brought with it a whirlwind of stress.
it was a difficult time for our county, as it would be for any county. However, having
Looks Great Services of Mississippi working alongside us every step of the way made
the recovery as fast and stress -free as possible. I recommend the Looks Great team to
you with my highest confidences.
Sincerely,
ary rra s, Administrator
Itawamba county
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great
Services, Inc.
BOARD OF
SUPERVISORS
DISTRICT I
Hury Stndefs
President
Dlymc7' 2
Bill 13tigharn
DISfRICF 3
John Hollimzn
Vice - President
DISTRICT 4
Jeff Smith
DISTRICT S
Leroy Brooks
May 15,2015
Reference Letters
LOWNDES COUNTY
Looks Great Services of Ms, Inc.
259 River Road
Columbia, MS 39429
RE: Letter of Recommendation
To Whom It May Concern:
BOARD ATTORNEY
Tim Hudson
COUNTY ENGINEER
Robert L. CAvctt P.F..
CHANCERY CLERK
Lira Younger New
ADMINISTRATOR
Ralph Billingsley
ROAD MANAGER
Roanic Burns
CHIEF FINANCIAL OFFICER
Davis W. Buiugcr. C.P.A.
On April 28, 2014, Lowndes County, MS was impacted by 5 tornados. After a thorough
analysis of multiple proposals for debris removal, Lowndes County selected Looks Great
Services, Inc.
Looks Great mobilized and started the debris removal Immediately. They handled
everything in a professional and efficient manner. They worked with us extremely well.
If we ever find ourselves In this situation again, Looks Great would be my first choice for
debris removal.
Please feel free to contact me if you have any questions.
Regards,
Ralph Billingsley
Lowndes County Administrator
P. U. Box 1364 * Columbus, Mississippi 34,03 * (662) 329.3896 * FAX (662) 329 -5870
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great
Services, Inc.
Reference Letters
Ralaa R.Btumr
11.7.,
City Columbia
en
Marmon
of
-,,
ECs�.a Hwgh
Dcnna hf MPM
At -Large
U&M &Tax
201 Second Street
CareE
VlendY
Columbia, Mississippi 39429
Ward
�C
m y
Telephone: 601- 736 -8201
charrlA. Swrna
Ward 2
Rens'a' Gallunay
Ward 3
Utiendolyn
Hamn•.ani
Ward 4
To Whom It May Concerns
On December 23, 2014, a tornado swept through Columbia, Mississippi. It caused substantial
darnage to our community, as well as multiple fatalities. During this time of crisis, the Looks Great
Services team promptly provided emergency help, as well as crucial leadership during the
recovery process. The Looks Great tearn was hands -on throughout the entire recovery process and,
within hours of being awarded the bid, had crews on -site, helping our community recover.
The Looks Great team, and their ready supply of local subcontractors, performed their work
efficiently, rapidly, and with professionalism. Thanks to their meticulous documentation processes,
we had no problems with monitoring activities, and we received a full federal reimbursement.
Working with them during this critical time in our community's history helped us overcome this
disastrous event with as little lasting impact as possible.
Should your community ever find itself In need of storm relief services, I recommend Looks
Great Services of MS to you, with my highest regards.
Sincerely,
Robert Bourne, Mayor
City of Columbia, Mississippi
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks .�
Great
Services,lnc.
MARLENE MCKENZIE
Clerk ul Bcard
Cnanc^ry Clark
BOARD MEMBERS
D'I!fkt 5
RICKY PIPKIN
P:es'dcnt w 8oird
P.O. Box 201
Nkkuy FIAT, MS 39633
O:stnct 2
JAMES GRIFFIN
Vica•Plasidlnt
236 N. V,'Siorns Road
Lamar, MS 38812
Reference Letters
cNt2_ BOARD MEMBERS
9. Dia•it t
CHRIS SHOUP
P.O Box If I
Ashland, VS 38603
S ..�� Dlstrkt 3
* JAMES LOWRY
690 Hsmoon Road
BENTON COUNTY BOARD OF SUPERVISORS Faknc+. MS 39r320
P.O. Box 218 Ashland, MS 38603 Oratrkl4
Telepbom 662 - 224.6300 Fax 662 - 224.6203 TOMMY FORTNER
125 Mvy. 4 East
Ashland, AI$ 19603
Looks Great Service of MS. Inc.
1501 Highway 13 North
Columbia, MS 39,129
RF: I -otter of Recommendation
March 21, 2016
To Whom It stay Concern:
On December 23, 2015, our county suffered widespread damage and loss ot'life resulting from
as FF4 Tornado.
Due to the amount of damage over the county, the Board unanimously voted to contract the
monitoring and removal of debris.
Looks Great Service of MS, Inc., was awarded the contract for debris removal. Kristian Agoglia
and his father in law, Don Lucas, were truly it pleasure to work with during the clean -up process.
'I heir firm provided a skilled and efficient service in a professional and timely manner.
We appreciate the service that Mr. Agoglia and this team provided to our county. We would
highly recommend Looks Great Service of MS for any storm relief service.
�Jith Best Regards,
u w` X
Marlene McKenzie
Chancery Clcrk/Clcrk of the Board of Supervisors
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Great
Services,lnc.
Kum Tarwx, 04T. 3
AO:1dGM r(tho Bold
191 KINIGGn P4
D)W* MS 306 11
(901) 606-9378
Cluats UP^ Dur. t
V49 PrrJdom d vw Board
Pot; Onto Box 6471
IMy SprMgs, MS 38634
(662) 2521597
Q W. T" K" No"s
Chsrgry Cork "Ocrk d tho Bond
P. O. Box 219
My SPIAP. MB 36b35
(662) 2524431
KsuT SrrrW
Anorr4y W C4 Board
P. O. Drawer 889
I" SgrUya. MIS 3Ws
(0+52) 2513003
(662) 2523005
March 22, 2016
Reference Letters
Ivtarshaftountty Board of Supervisors
P. 0. Box gig
gLfOfii� 3'141(85, Nfssfss�pf 38635
Counhous9 Fax: (662) 252.0004
To whom it may concern:
eoae Ducx Ow.2
4226 KV" 72 East
Horsy Spinp>f, MS 36,35
(662) 0.51.7692
Game Zoe% W, 0" 4
P. O. Boa 252
HUy SptkVs, MS 38633
(662) 252.6736
Rowac Jos 5CXX , Duc 5;
5617 Pons Corry Rd.
Pons Carry, MS 3665a
(662) 3317272
LAMP Hui
a. my Adrrrdmawr
P. O. Wx 219
HOy Spr4V%. MS 3u 4s
(662) 252.7907
The Marshall County Board of Supervisors is pleased to recommend Looks Great
Services, Inc. for the service of debris removal. They completed the job they were
contracted to do in an efficient and timely manner. Also they worked well with
local, state and federal officials in completing the task.
If I can be of any further assistance please give me a call.
Respectfully,
La ij- 7A" T
H `
Marshall County Administrator
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks �
Great Reference
Services, Inc.
July 5, 2016
LETTER OF RECOMMENDATION
To Whom It May Concern:
I am pleased to write this Letter of Recommendation for "Looks Great Service ".
In the past year, LGS has cleared over 890 miles of utility power line right -of -way
for Walton EMC. It has been my pleasure to work with the crew leader. Ju ari
Fernandez as well as the men on his crew. During the last year. the LGS crews
have demonstrated great professionalism and above average skills at tree removal
and pruning. Their equipment is up to date and always kept ui very good
appearance. The crew also demonstrated great professionalism in working with
our consumers on a daily basis.
Walton EMC is a customer -owned electric cooperative and we strive to provide the
most reliable service to our consumers. In saying this. I would recommend LGS to
any utility company in need of a professional and reliable right -of -way company.
If you have any questions, feel free to contact me at 770 -266 -2339.
I look forward to working the LGS m the fiittre,
Sincerely,
Greg Pannell
Right-of-Way Coordinator
Walton EMC. Monroe. GA
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks r
Great
Services, Inc.
Reference Letters
VILLAGE HALL
500 NE 871" ST
EL PORTAL, FL 33138
CHRISTIA ALOU
INTERIM VILLAGE MANAGER
October 13, 2017
Looks Great Services, Inc.
RE: Letter of Recommendation
To Whom It May Concern:
MAYOR CLAUDIA V. CUBILLOS
VICE MAYOR OMARR C. NICKERSON
COUNCILPERSON HAROLD E. MATHIS, JR.
COUNCILPERSON WERNER DREHER
COUNCILPERSON VIMARI ROMAN
1. We strongly recommend Looks Great Services, Inc. to any municipality that
requires professional disaster recovery services, especially in the aftermath of
hurricanes or other natural disasters.
2. After Hurricane Irma in September 2017, the Village of El Portal, Florida, and its
residents needed great assistance with hurricane debris removal, debris hauling,
tree- trimming, and other cleanup services —and Looks Great Services, Inc., aptly
led by Mr. Kristian Agoglia, delivered on time and under budget!
3. The Looks Great Services, Inc. disaster team assembled very quickly and had
trucks and heavy equipment on -site right within the Village almost immediately,
which allowed us to render assistance and get life back to normal within days of
Hurricane Irma rolling through.
4. Mr. Agoglia's professional team, with the right equipment, at the right place, at
the right time, with the right training and attitude, enabled the Village of El
Portal to properly take care of our residents and their properties. In short, Looks
Great Services, Inc. efforts were second - to-none and were invaluable to this
municipality after the devastation caused by Hurricane Irma.
5. Again, on behalf of the entire Village Council, Village Management, and the
Village Residents, the Village of El Portal, Florida strongly recommends Looks
Great Services, Inc. to any municipality that wants to quickly, professionally, and
safely, get life back on track for their community after any natural disaster.
Sin
Mayor au 1a V. Cubillos
(305) 778 -4199
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks � _
Statement of •
Services, Inc.
Work Performed During Hurricane Katrina
Looks Great Services TDSRS Open Air Burning Operation - Hurricane Katrina
Location: Columbia, Mississippi
Date: August 2005
Revenue: $5,600,000
Client: Mississippi Department of Transportation as prime subcontractor for T.L.
Wallace Construction, Inc.
Contact: Tommy Wallace
800 Hwy 98 Bypass
Columbia, MS 39429
Phone: 601 - 736 -4525
Fax: 601- 736 -3401
info @tlwallace.com
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
t i
looks � _
Great _ Statement of •
Services,Inca
Executing requirements
LGS was tasked with Hazardous Tree Removal, Hazardous Limb Removal and Right of Way
(ROW) loading and hauling of vegetative debris generated by Hurricane Katrina. In addition, LGS
managed and operated five (5) TDSRS' for the project.
C,c LGS mobilized 25 tree trimming crews and 55 hauling crews
=o: Establishment, operation, and management of 5 TDSRS
=o= All reduction site operations approved and permitted by Mississippi Department of
Environmental Quality and closed out without issue
c4: 1.4 Million cubic yards were removed from Mississippi state roads in Marion and Covington
Counties
=o; State roads were restored and resulting debris was eliminated as a safety hazard, reduced
in volume and disposed of to eliminate storage issues and future health concerns.
=o= Letters of recommendation from County Engineers and MDOT Construction Engineers for
enabling smooth operations
LGS Hazardous Tree and Limb Removal Crews - Hurricane Katrina
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
f /
looks o _
Great Statement of •
Services,lnc.
Meeting operational challenges
�o: Major highway (state and interstate highway) traffic safety:
A main focus in our operations on MDOT highways was safety. LGS' safety
operations for MDOT, especially traffic control safety, provided a true test and
verification (QED) of our written program manuals, procedures and previous
experience. Our team demonstrated proficiency establishing protection zones on
major highways and utilizing federal guidelines and manuals on uniform traffic control
devices. LGS successfully performed debris removal operations on major highways
without any safety violation nor, most importantly, without any accidents or incidents.
LGS Safety and Maintenance of Traffic Operations
Local small business subcontracting efforts
As a small business, LGS worked successfully to utilize other small business concerns during our
Katrina recovery efforts. The majority of overhead trimming and debris removal from the state
roads was conducted by small business concerns. Looks Great Services subcontracted to
numerous companies located within the affected area.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
1 /
LOOkS �,
Statement of Qualifications
Services, Inc.
Work Performed During Hurricane Irene
Looks Great Services TDSRS - Hurricane Irene
Location: Nassau County, NY
Date:
August 2011
Revenue:
$6,697,200
Client:
Nassau County, NY Department of Public Works
Contact:
John Gallo
Nassau County Superintendent of Highways
170 Cantiague Rock Rd
Hicksville, NY 11801
Executing requirements
LGS was tasked with Hazardous Tree Removal and Hazardous Limb Removal and Right of Way
(ROW) loading and hauling of vegetative debris generated by Hurricane Irene. In addition, LGS
managed and operated a TDSRS for the project.
�o: Pre - positioned 60 crews to perform Emergency Road Clearance immediately after winds
dropped below Tropical Storm force strength
e4: This was a pre - position contract competitively bid and awarded
-o: LGS mobilized the 60 emergency road clearance crews in less than 48 hours prior to
landfall
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
l i
LOOkS �
Great _ Statement of •
Services, Inc.
=4: All work performed on a time and material basis per direction of client
'o: Performed Hazardous Tree and Limb Removal on over 8,000 trees
Removed, processed and disposed over 580,000 Cubic Yards of vegetative debris
Meeting operational challenges
All access to Long Island closed, preventing mobilization:
LGS worked with NYCDOT and the Port Authority of New York and New Jersey to
open bridges and airports that had been closed to the public. Our actions allowed
much needed emergency crews and assets to access Long Island to expand our
capabilities.
=o: Multi- jurisdictional coordination:
Nassau County is a suburban county on Long Island, is located immediately east of
New York City. The population from the 2010 census was estimated at 1.344 million.
Under a disaster declaration, the county is the lead agency for the 129 cities, towns,
villages and hamlets located within its boundaries. During Hurricane Irene, Nassau
County relied upon Looks Great Services to successfully execute their pre - positioned
debris management plan. The challenge encountered was coordinating with 129
different incorporated governments to enable debris removal to operate smoothly and
in an orderly fashion. Many of these agencies were facing an unprecedented and
unplanned community issue. By implementing LGS' established and proven plans and
utilizing LGS' experienced managers to advise, guide and help these agencies, LGS
successfully enabled these governments to assist their communities in an expedited
and coordinated manner.
Local small business subcontracting efforts
Looks Great Services commitment to small business subcontracting partners resulted in 70% of the
work being performed by local companies. 100% of the work was completed by small business
concerns.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks M40VATIVE
Great Statement of Qualifications
RESPONSE RECOVERY RESULTS
Work Performed During Hurricane Sandy — Nassau County,
NY Operations
Looks Great Services C &D TDSRS (Nickerson Beach Park) - Hurricane Sandy
W
',_
Arial View of C &D TDSRS at Nickerson Beach Park
Location: Nassau County, NY
Date:
October 2012
Revenue:
$62,000,000
Client:
Nassau County, NY Department of Public Works
Contact:
John Gallo
Nassau County Superintendent of Highways
170 Cantiague Rock Rd
Hicksville, NY 11801
K Fire Truck
cl
1 S.I
3 t
USE PAt• vs I i Office [?abler rap ion Shmddirtg.
and B. staging Plo QPeratlorl ,
Initial Rough Draft of C &D TDSRS Site Plan
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
f i
Great l� Statement of •
Services, Inc.
Executing requirements
In preparation for Hurricane Sandy, the Nassau County Department of Public Works activated its pre-
existing debris management contract with Looks Great Services, Inc. (LGS). Once activated, LGS
mobilized 70 clearing crews with equipment and 210 personnel which were prepositioned throughout
Nassau County. All crews were staged for response before Hurricane Sandy made landfall. In order
to meet the substantial mobilization request of the county, LGS utilized its relationships, reputation
and financial stability to secure assets to quickly respond to the needs of the county.
LGS relationships with national companies such as Weeks Marine, Bergeron Emergency Services,
BMI, Hertz Equipment Rental and many others, have proven to be reliable sources that can be called
upon during wide spread disaster events such as Hurricane Sandy. LGS also has strong ties with
small companies, such as ourselves, including La May and Sons, Edgewood Industries, DLI, Stoney
Creek Industries, Medek Tree Service, Michael's Tree Service, and H2 Construction, LLC, as well as
dozens of other large and small businesses from across the country
During Hurricane Sandy recovery operations for Nassau County, LGS operated and managed 11
separate TDSRS'. The majority of TDSRS processed, reduced and disposed the following:
657,000 cubic yards of vegetative debris
1,4s 260,000 cubic yards of C &D debris
`o: Hundreds of abandoned vehicles were processed at three aggregation sites
to: Processed hundreds of tons of Hazardous Waste including sewage, and HHW
Collected, and processed thousands of white goods and e -Waste
In response to widespread flood damage, Looks Great Services deployed teams of trained
Hazardous Waste Specialists within the county to properly segregate, containerize and dispose of
Household Hazardous Waste in compliance with local and federal safety, health and environmental
regulations and standards. Proper personal protective equipment, environmental protection
measures, cross - contamination prevention practices, and environmental monitoring (i.e.: continual air
monitoring) were adhered to following LGS's written Environmental Protection Plan and LGS Site
Specific Health and Safety Plan which were approved by the NY Department of Environmental
Conservation, US EPA and OSHA.
LGS' dedicated staff gained additional experience in large scale disaster recovery projects in the
aftermath of Hurricane Sandy. As part of our operations with Nassau County, NY, we provided
Construction and Demolition (C &D) material removal for the Villages of Bay Park, Oceanside,
Baldwin, Atlantic Beach, East Atlantic Beach, Lido Beach, Point Lookout and the City of Long Beach.
The C &D collected was removed from Long Island by our barging operations and relocated to an
approved landfill near Albany, NY, over 170 miles away. We worked closely with the New York State
Department of Environmental Conservation, US EPA and the US Coast Guard compliance officers to
meet all state and federal transportation and disposal requirements.
Looks Great Services' barging operation included quality control measures such as air and water
quality testing, and the deployment of small boats, booms and other containment systems to monitor
waterways and prevent contamination of the fragile estuaries. As a result of our actions, all
waterways and the surrounding fragile eco- systems were protected.
LGS managed all FEMA eligible vegetative debris removal from within Nassau County, NY. LGS
provided collection, staging, reduction, and final disposal services. Resulting wood chips were
removed from Long Island by barge to approved sites in NJ and PA for beneficial re -use.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Creat Statement of Qualifications
L Services, Inc.
�
Looks Great Services operations resulted in the following completed tasks:
t;i: 1,157,770 CY of vegetative debris hauled, processed, and disposed
_;i_ 10,520 hazardous trees removed
�4: 21,275 hazardous limbs removed
i:: 10,272 loads of debris hauled
Meeting operational challenges
1-�i: All Long Island landfills were at or near capacity:
One week into the recovery effort, it became apparent that all Long Island landfills had
become overwhelmed by the amount of debris generated by Hurricane Sandy. One by
one the disposal sites began to close. Nassau County requested that LGS find a quick
solution to this major problem because the county's reduction sites were quickly
reaching capacity and facing closure by state regulators. LGS presented the county
multiple options including trucking, rail transportation and barging. The county made
the determination after verification of LGS' data, that barging was the most efficient
and cost effective solution. An additional benefit of barging was the reduction of truck
haul distances and reduction of the hazard to the public in bypassing high density
population areas.
; Household hazardous waste extensively comingled:
The storm surge from Hurricane Sandy created a devastating effect to the south shore
of Nassau County. Water levels reached from two to four miles inland, flooding many
homes and businesses. The county's need to establish a large C &D debris TDSRS
centrally located to the devastation, was identified immediately after the storm surge
subsided. Although the county had a debris management plan in place, it did not
include handling and processing commingled construction debris, nor household
hazardous waste. LGS provided collection of C &D materials, providing segregation of
household hazardous waste, white goods, and e- waste. Looks Great Services
initiated our Hurricane Sandy Response and Recovery Plan. This plan established the
parameters for handling comingled waste streams and was approved by the NYS
DEC. We initiated curbside and TDSRS segregation of commingled materials. As a
result of our efforts the C &D TDSRS successfully processed 10,000 to 15,000 CY of
debris per day without any interruption or delay of operations. One of the most critical
challenges was the fact that Nickerson Beach Park, the location of the TDSRS for
C &D and HHW, is immediately adjacent to the beach on the Atlantic Ocean. LGS
successfully implemented environmental protection measures that prevented
contamination of this critical and fragile environment to the praise of the NYS DEC,
and US EPA, who were co- located at the site with LGS.
�4: Debris streams contaminated with raw sewage:
Hurricane Sandy flooding caused a power outage for Nassau County's Bay Park
Sewage Treatment facility. This plant processes 40% of the county's sewage,
averaging 72 million gallons per day. Raw sewage overflowed the plant and flooded
entire neighborhoods up to three feet deep. The county relied on LGS to immediately
respond by providing biohazard decontamination and clean -up crews. LGS provided
complete biohazard management with appropriate hauling, processing, and disposal
measures incorporated in accordance with state and Federal regulations.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
s f
Looks � _
Great Statement of •
Services, Inc.
=o: Extreme safety hazards:
The population density in Nassau County is 4,600 people per square mile. The
volume of people and traffic exposed to LGS operations on a daily basis posed a
unique challenge. Crews were limited by the government to roadways that generally
see high volumes of traffic and were unable to utilize parkways due to height
limitations and restrictions. Debris crews were assigned additional traffic control
personnel and equipment above the normal requirement levels to protect the public
during debris removal operations.
-o: Limited open space in urban area, limiting large TDSRS':
Population density created debris site availability challenges. Lack of open space
prompted LGS to consider smaller TDSRS'. The production goal set by LGS was to
collect 20,000 cubic yards of vegetative debris per day. As a result, many smaller
TDSRS' were established across the county. Logistically the use of many sites
multiplied the need for additional assets such as personnel, management, equipment
and quality control measures. Looks Great Services met this need by providing the
additional assets and personnel as required. At the height of operations, LGS crews
were collecting 32,000 CY of debris per day, 60% above our own self- imposed goal.
LGS opened, managed, and successfully closed out 11 sites within the boundaries of
Nassau County.
Local small business subcontracting efforts
For Hurricane Sandy, LGS again relied heavily on our small business debris management contacts
to assist us in contract performance for Nassau County. Eighty percent (80 %) of our subcontractors
were small business concerns, with the majority coming from the declared area.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks � _
Great �� Statement of Qualifications
Services, Inc.
Work Performed During Hurricane Sandy — City of Long
Beach, NY
Pre - Segregation Debris Piles
Post - Segregation Debris Piles, ready for pick -up
Location: City of Long Beach, New York
Date:
October 2012 thru May 2013
Revenue:
$17,000,000
Client:
City of Long Beach, New York
Contact:
Jim LaCarrubba
Commissioner of Public Works
1 West Chester Street
City of Long Beach, NY 11561
(516) 431 -1000
jlacarrubba @longbeachny.org
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks � _
Statement of •
Services, Inc.
Executing requirements
Sandy made land fall on October 29, 2012. The following morning reports came into the Nassau
County Emergency Operation Center (EOC) about the status on Long Beach. There were reports
of houses on fire, people trapped, first responder equipment destroyed, and roads were impassable
for emergency workers. LGS was contacted by the Counties EOC asking if we knew how to help in
this dire situation. Since all communication was cut off between the EOC and Long Beach, there
was no way to assess needs. Within two hours LGS implemented our emergency clearing plan and
mobilized twenty -five heavy equipment clearing crews. With the assistance of an emergency
escort, our crews gained access to the affected city. Our immediate response cleared the city's
roads of 120,000 cubic yards of sand, and allowed emergency response crews to reach citizens in
need. The situation in Long beach was so critical our operations ran 24 hours a day for several
weeks.
LGS assisted the city with other needs such as:
.;i: The removal and disposal of over 260,000 cubic yards of C &D that was generated as a
result of buildings flooded by the storm surge.
=o: LGS worked with the EPA and NYDEC to make sure all debris removal (sand and C &D)
was done within the guidelines of all regulatory agencies. LGS made certain that all
permits were secured and in place.
Looks Great Services C &D Barging Site - Hurricane Sandy
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks `
Great Statement of Qualifications
Services, Inc.
Meeting operational challenges
tom: No Available Temporary Debris Site:
The Long Beach Island had no suitable location to set up a temporary debris site to
accept the 260,000 yards of construction debris produced from flooded homes and
buildings. Looks Great Services identified a suitable location 4 miles out of the city's
limit and secured the necessary license and permits on behalf of the city. Once
secured and opened, the site became the base of operation for the recover mission for
not only our operation but also for the US EPA
:o: C &D debris contained co- mingled waste streams:
LGS determined that the C &D material contained Household Hazardous Waste (HHW)
that required segregation, containment and packaging by classification. In order to
address this need, LGS worked with the US EPA and implemented operations that
included curb side segregation and pick up of HHW, municipal waste, and C &D debris.
Additional hazardous wasted segregation crews worked at the debris site removing
and processing contaminated material. LGS successfully removed 30,OOOlbs of HHW
as a result of our segregation operation.
LGS Household Hazardous Waste Collection site- Hurricane Sandy
=�;: Removal, cleaning, testing and placement of sand:
The city of Long Beach was buried in sand from a foot storm surge. Every home and
building experienced substantial flooding and sand displacement. Thousands of yards
of sand were removed from the basements of buildings and placed in the streets by
residents for pick up. This posed a unique challenge to LGS since the sand needed to
be processed and tested before it could be relocated. We implemented our Beach
Sand Recovery Plan that was reviewed and accepted by the New York State
Department of Environmental Conservation Agency as an acceptable method. LGS
secured state issued permits to commence sand screening and testing. 195,000CY of
sand was recovered from the streets, rights -of -way and private property. The sand
was cleaned, tested and placed back on the beach as emergency protective berm.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Looks
Creat Statement of Qualifications
Services, Inc.
Clean sand coming off the screen and radial stacker onto the beach
LGS Beach Sand Reclamation and Screening Site- Hurricane Sandy
Local small business subcontracting efforts
Looks Great Services performed over $17,000,000 in recovery work for the City of Long Beach.
Operations took place over a six month period and all work performed was completed by small
business companies.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
OPERATIONS PLAN
Wr TECHNICAL APPROACH
DEBRIS PLAN
1 /
Looks � _
Great j
Miami Shores Village
Services, Inc.
Field Organizational Structure
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 11
r
looks
Great
Miami Shores Village
Services,lnc� r
Operational Management Team
a s
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
IIage 12
Looks ,
Great Miami Shores Village
Services, Inc.
Technical Approach and Methodology
Prior to commencing debris removal operations and within 48 hours, or as required in the Task Order, Looks
Great Services of MS, Inc. (LGS) will submit to Miami Shores Village the Contractor Quality Control and
Operations Plans which describe the organizational structure and additional key personnel involved in the
cleanup, the technical approach and methodology to be used, site specific operational components, the specific
geographical area management, the LGS Site Specific Health and Safety Plan (SSHSP), Accident Prevention
Plan (APP), Activity Hazard Analysis (AHAs), a copy of the LGS Quality Control Plan (CQC), and approaches to
waste reduction and recycling through Beneficial Re -Use, all specific to the Task Order and Area of Operations
(AO). The Plan will indicate where operations will begin and which streets /roads will be cleared during the initial
period though submission of a 2, 7 and 14 day plan. Operation locations will be decided upon and in conjunction
with Miami Shores Village.
The Contractor Quality Control and Operations Plans will be updated by the LGS Operations Manager and CQC
System Manager as necessary and as required by Miami Shores Village. LGS' final Contractor Quality Control
and Operations Plans will include organizational structure and key personnel involved in the cleanup, updated
technical approach and methodology to be used, updated site specific operational components, updated specific
geographical area management, updated SSHSP, updated APP, updated AHAs, updated CQC, and updated
approaches to waste reduction and recycling through Beneficial Re -Use. The plan will also include continually
updated submissions of 2, 7 and 14 day plans, all specific to the Task Order and AO as well as work to be
performed by subcontractors, a comprehensive list of subcontractors at each tier, and measures to be taken by
LGS and its subcontractors to control hazards associated with services performed, and materials or equipment
utilized.
During implementation of services, LGS will attend any and all meetings convened by Miami Shores Village with
respect to the response effort, when directed by Miami Shores Village to do so or otherwise necessary to carry
out the work. The KO may /will issue subsequent TOs to mobilize and begin Emergency Road Clearance, Debris
Removal from Public Roads, Streets and ROWs and Hauling to Debris Management or Final Disposal Sites,
Vegetative Debris Reduction at Debris Management Sites (TDSRS) including site management, Final Disposal
of Reduced Chips, Testing of Ash and Disposal at Landfill, Removal of Freon Containing White Goods,
Removal of Non -Freon Containing White Goods, construction of an Inspection Tower(s), construction of a
Hazardous Waste Containment Area(s), deployment of Household Hazardous Waste Separation and Removal
Crew(s), activation of Debris Separation Crew(s), and activation of Search and Rescue Support Crew(s) and /or
HTRW Separation Crew(s).
Resource Management and Logistics
LGS utilizes the National Incident Management System (NIMS) wherein we have established systems for
describing, inventorying, requesting, and tracking resources. Debris Management and Event Response activities
require carefully managed resources (personnel, teams, facilities, equipment and /or supplies) to meet event
needs. Utilization of the Radial Form Technology (RaFT) iPad -based database system allows for resource typing,
inventorying, organizing and tracking the dispatch, deployment and recovery of resources before, during and after
an event.
Resource management should be dynamic in nature in order to support any event and be adaptable to changes.
Efficient and effective deployment of resources requires that resource management concepts and principles be
used in all phases of Debris Management and Event Response.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 13
i
Great
Services, Inc.
Miami Shores Village
The resource management process can be separated into two parts: resource management as an element of
preparedness and resource management during an event. The preparedness activities (resource typing,
credentialing and inventorying) are conducted on a continual basis to help ensure that resources are ready to be
mobilized when called to an event. Resource management during an event is a finite process, as shown in the
below figure, with a distinct beginning and ending specific to the needs of the particular event.
Preparedness Activities
for Resource Management
• Resource Typing
• Credentialing EVENT
Identify
Requirements
Inventory
Order and
Acquire
Reimburse
Replenish
Mobilize i
rRecover/ Demobiliz e
pendable
expendabl
Track & -
Report
Figure 1 : Resource Management Cycle
Mobilization of Personnel and Equipment
The number of crews to be deployed and mobilized will be as described below.
If required by Miami Shores Village as an additional element of the Task Order, during mobilization, LGS will
supply and transport all necessary supplies, equipment, materials, and personnel for animal carcass collection
and management sites, management of putrefied wastes, vehicle and /or vessel aggregation sites, and build out the
improvements to the sites required for operations. LGS will obtain clearance from underground or overhead
utilities and from property owners and government entities for each location, including Vegetative and C &D
TDSRS. LGS and /or its subcontractors will have equipment and vehicles prepared to mobilize upon the first
notification to manage animal carcasses, putrefied wastes or recover vehicles /vessels, should Miami Shores
Village task LGS to do so.
LGS responds to events, or threats of an event, by utilizing a phased response approach. Changes in the
response and /or activation are triggered by official government watches /warnings and new updates regarding a
potential event, or in anticipation of TOs from Miami Shores Village. Descriptions of each phase of response as
they would relate to our mobilization for Miami Shores Village are as follows:
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 14
f i
Looks � _
Great
Services, Inc.
Miami Shores Villag,,-.
Phase One Response
Although not part of the current RFP, it is important to understand how our entire response system works and is
put into practice.
Phase One Response is related to an anticipated or foreseeable event, such as an approaching hurricane that is
approximately 72 to 96 hours from potential landfall, notification from NOAA's NWS of a Particularly Dangerous
Situation (PDS) forecasting dangerously large tornadoes, or an Extremely Dangerous and Life Threatening
Situation (EDLTS) predicting catastrophic flooding.
At Phase One, the following occurs:
The LGS AO (Area of Operations) Operations Manager (OM) will contact the client for the potentially
affected area to discuss current emergency planning, potential evacuations, special needs, and to confirm
emergency phone contacts.
-�: The Phase One telephone calling tree is activated informing the following of activation or potential
activation based on the event scenario: LGS Emergency Management Team (EMT), LGS Logistics
Management Team (LMT), LGS Contract Administration and Regulatory Team (CART) and pre- identified
tier one subcontractors.
=o: Any Phase One mobilization will be dependent upon anticipated event requirements, projected event
impact, projected geographical area involved, and projected magnitude.
=o= Stock levels of necessary corporate management and response supplies are verified and /or supplemented.
=4; Work permits, immunizations, and mobility agreements by key employees and subcontractors are verified
and /or accomplished.
=o: Equipment inventory and mechanical readiness for deployment is verified.
Phase Two Response
Phase Two Response is activated upon notification by the client, either verbally or in writing, to mobilize and
deploy a Pre - Execution Planning Team (PPT).
The team will deploy to a location designated by the client, arriving within 24 hours of notification and make
contact with the government point of contact (POC) for the team.
At Phase Two, the following occurs:
LGS AO OM will report to the client within 8 hours of notice to proceed, to discuss current emergency
planning, plans for conducting initial damage assessment, special needs, and the location of the client /LGS
PPT meeting (PPT team elements include but are not limited to AO Operations Manager, Operations
Planner, Environmental Health and Safety Manager. Additional members of the Pre- Execution Team may
include but are not limited to: CQC System Manager and Administrative Assistants).
!4: Corporate Aircraft, as required, both owned or leased by LGS, fixed wing and rotary wing, will be made
flight ready and assigned to the PPT for dispatch and mobilization to the AO.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 15
Looks �
Great i Miami Shores
Services, Inc.
=o- The Phase Two telephone calling tree is activated informing the following of activation or potential
activation based on the event scenario: LGS EMT, LGS LMT, LGS CART, and pre- identified tier one
subcontractors.
Work permits, immunizations, and mobility agreements by key employees and subcontractors are
verified and copies of cogent records are placed in the EMT deployment packet and securely kept for
privacy purposes.
Local logistics in the AO are identified and contracted, such as lodging, fuel and other supplies.
Local subcontractors in the AO are officially activated.
Equipment transportation permits ordered.
!�i- Equipment staging areas in safe zones with close proximity to the event area are confirmed.
=o: Upon arrival in the AO, the LGS PPT will function as part of an interagency debris planning team and will
provide technical assistance for the following activities:
• Estimation of debris volumes,
• Sectoring disaster area for most efficient debris management,
• Locating temporary debris storage and reduction sites and disposal sites,
• Determining personnel and equipment resources (crews) required,
• Performing environmental health and safety evaluations, and
• Evaluating requirements to implement an automated debris management system.
NOTE: Decision authority remains with the Government. LGS' PPT serves only in an advisory capacity.
Phase Three Response
Phase Three Response is activated upon receipt of an actual Task Order and notice to proceed (NTP) from the
client, ordering mobilization, making LGS' response fully operational. This is the phase under which LGS will
respond to Miami Shores Village should we be awarded the contract for which we propose to perform.
At Phase Three the following actions are taken:
LGS EMT, LGS Management Level Mobile Command and Communications Center (MCC), LGS Support
Level MCCs, LGS LMT, LGS CART, LGS CQC, LGS Safety Team ( SafeT), LGS Automated Debris
Management System (ADMS), LGS Radial Form Technology System (RaFT), all pre- identified tier one
subcontractors and all other pre- identified assets (such as bulk fuel suppliers, bulk potable water suppliers,
temporary field housing, field kitchens, field showers and latrines, field personnel finance systems (cash
advance system /portable ATM, etc.) and other logistics assets, as required, are immediately mobilized and
deployed to the AO's designated muster areas for check -in with the PPT for integration into the Geographic
Area Management Plan, as well as certification by ADMS.
-�: LGS Management and Planning Support Team will mobilize and deploy to meet with the LGS PPT, already
in situ, to manage overall mobilization, deployment of forces and integration of the Geographical Area
Management Plan into LGS CQC /Safety software and hardware, the RaFT system.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 16
looks � _
Great
Services, Miami Shores Village
Inc.
=o: LGS Field Operations Teams (Division [Area], Sector, Zone and Site Managers) deploy to the. muster
areas.
LGS will prepare, present, and recommend the Operations Plan (OPS) based on actual on- scene
conditions and requirements.
:o: Immediately upon receipt of a Task Order and NTP for Emergency Road Clearance (ERC), LGS will
mobilize 5 (five) ERC Crews within 24 hours of issuance of Task Order notice to proceed, beginning with
LGS company resources and local subcontractors, both large and small businesses. Debris is to be cut to a
manageable size and stacked (cut and toss) on the rights -of- way for subsequent collection. Debris
removal operations will begin subsequent to emergency road clearance as areas become accessible and
TDSRS become operational to the point they can receive debris and any required permits are obtained.
=o: Immediately upon receipt of a Task Order and NTP for Debris Removal (DR) from Public Roads, Streets
and ROWs and Hauling to Debris Management or Final Disposal Sites, LGS will mobilize DR crews in
accordance with the Task Order in all designated work areas established therein.
LGS will provide a minimum of 5 crews to commence debris removal operations within 24 hours of
issuance of Task Order notice to proceed. CQC and OPS Plans will be submitted and approved within 3
calendar days of the NTP.
-�;: LGS will commence mobilization immediately upon issuance of a Task Order and NTP for dumpsite
management and /or debris reduction ( TDSRS operations). LGS will perform in accordance with the Task
Order in all designated work areas established therein. LGS will provide a minimum of one (1) TDSRS
crew to commence debris reduction /disposal operations at each site within 24 hours of issuance of Task
Order NTP.
_;i: Additionally, LGS will mobilize Final Disposal of Reduced Chips Crews to each TDSRS as required by the
Task Order NTP to commence removal and disposal of reduced chips.
=�i: Immediately upon receipt of a Task Order NTP, LGS will mobilize specialty debris management crews for
each disaster event and each phase of work necessary to meet the production rates and completion dates
specified in the Task Order for the following types of operations: Search and Rescue Support Crews,
Debris Separation Crews, Crew Packages for Testing of Ash and Disposal at Landfill, Crew Packages for
Removal of Freon Containing White Goods, Crew Packages for Removal of Non -Freon Containing White
Goods, Crews for the construction and or erections of Inspection Towers, Crews for the construction of
Hazardous Waste Containment Areas, Household Hazardous Waste Separation and Removal Crews,
HTRW Separation Crews and all ancillary support staff to accomplish the mission.
=o: The Phase Three telephone calling tree is activated to activate the Recall of Personnel: All senior
management personnel and reservists will be contacted for assignment in accordance with the company
Disaster Action Plan and Mobilization Plan. Recall of all other required personnel will be accomplished
through the company headquarters office in Huntington, New York using the disaster recall roster. The
LGS personnel department will maintain the disaster recall roster of current personnel.
=o: LGS equipment transport operators will be instructed what equipment to load, its current location and
directions as to its final delivery point. Equipment operators and other key personnel will be instructed to
report to their pre- assigned deployment location for briefings, assignment and embarkation to the work
area.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 17
f /
Looks �,
Great Miami Shores
Services, Inc.
�4: Equipment Transportation: LGS and fleet equipment Company Accounts over - the -road equipment
transports and operators will initially conduct equipment transportation. Additional equipment
transportation will be provided, as needed, by over - the -road sub - contracted equipment transporters
and operators through standing pre - established agreements.
The LGS Safety Officer will conduct a safety briefing and safety equipment compliance check prior to
any equipment transport(s) departure to ensure compliance with the Corporate Safety Plan.
o: LGS EMT: LGS' EMT will report to a designated location for tasking and instructions as directed by Task
Order NTP. The LGS EMT will determine the most favorable and functional site location(s) in the AO for
the LGS Management Level MCC, LGS Support Level MCCs, and other support systems.
=o: Personnel Transportation: LGS EMT, LMT, CART, CQC, Safety Team, and ADMS Team, will be air lifted
to the AO by company- owned /leased aircraft. Busses, vans, motor homes, car pools and alternate
transportation sources as described above will provide transportation for other company personnel. All
corporate aircraft, as required, both owned or leased by LGS, fixed wing and rotary wing, will be made
flight ready and assigned to the teams for dispatch and mobilization to the AO.
LGS will utilize both Phase Two and Three above, wherein we will have the required number of crews and
personnel onsite with 24 hours and operating within 48 hours of notice to proceed.
Crews will be mobilized and assigned as needed and in consultation with the City.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 18
1 /
looks � _
Great Miami Shores
Services, Inc.
Debris Management Process Plans and Procedures
Reduction and Site Management
Debris Staging
Debris staging sites, TDSRS, will be located, acquired and designated by Miami Shores Village.
Construction of TDSRS elements will commence immediately upon receipt of a Task Order and Notice to
Proceed from Miami Shores Village. LGS will ensure that TDSRS construction will be accomplished as
rapidly as possible, because of the criticality of staging sites to the debris removal process as a whole.
Field Supervisors /Crew Foremen
Field supervisors will report to the senior field supervisor. Debris staging site supervisors (TDSRS
Managers) will be responsible for management of all operations of the TDSRS to include site safety, haul
load inspection, segregation, traffic control, dumping, reduction, security and remediation. Supervisors will
be responsible for the safety of all personnel and equipment to ensure compliance with the Corporate
Accident Prevention Plan as part of the Corporate Safety Plan.
LGS Supervisors will be responsible for collection of daily personnel and equipment time logs, and their
distribution to LGS designated representative with a copy given to Miami Shores Village. LGS
Supervisors will be responsible for collecting load /haul tickets and daily load /haul logs from haul truck
operators. Inspection tower personnel will complete the forms.
Crew foremen will report to their designated supervisor. Foremen will be responsible to ensure work
assignments received from their supervisor are completed to the requirements of Miami Shores Village
Task Order. Foremen will be responsible for maintaining the daily personnel and equipment time logs.
Equipment
Debris staging site equipment may include but is not limited to the following:
=o= Excavators with thumb
:4: Track type tractors with root rakes
:o: Track type tractors with push blade
Farm type tractor with box blade
Motor grader
�9: Rubber tire loader
:qc Tub grinder
Brush chipper
h Air curtain burner
The cadre of equipment:
• Is owned or leased
• Is available for movement
• Will be leased in other areas
if necessary
• Transportation Plan has been
developed to facilitate
movements
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 11
1 /
F .� �� • es, Inc.
All equipment will meet current safety standards
Maintenance /Fuel Vehicles and Personnel
Maintenance /fuel vehicles will be assigned and manned as needed to provide an adequate supply of fuel to
maintain equipment operations. Maintenance /fuel vehicles will be assigned and manned as needed to
provide all required field maintenance to ensure equipment operations.
Laborers:
1 -2 laborers with specialized hand tools for segregation and separation will accompany each piece of heavy
equipment.
Debris Staging Site Key Steps
The following information will be utilized to create a location specific site management plan and site safety
plan to accompany this plan.
Site Access
Separate points of ingress and egress should be established if possible. Temporary acceleration and
deceleration lanes should be established adjacent to the primary road leading to and from site access points,
if approved by Miami Shores Village and appropriate authority having jurisdiction over primary road right -of-
way. All temporary roads leading to and through the debris staging site should be constructed and
maintained for all weather use (i.e. — rock laid roads).
Inspection Towers
Inspection towers will be constructed to facilitate observation and quantification of debris hauled for storage
at debris staging sites. No less than two inspection towers will be utilized at each debris staging site. One
tower at point of ingress for use by LGS CQC and Miami Shores Village QA, one tower at point of egress to
ensure all debris hauling trucks are in fact empty upon leaving the site. The egress tower should be manned
by at least one representative from Miami Shores Village.
Traffic Controls
Traffic control personnel, with appropriate traffic control safety equipment, will be stationed at the ingress
observation tower to maintain vehicular and pedestrian traffic control. Additional traffic control personnel will
be stationed throughout the site, as needed, to enforce proper dumping and prevent personal injury to
ensure compliance with the Corporate Safety Plan.
Clearing and Grading
Clearing and grading of debris staging sites will be accomplished, to the level required, in accordance with
the site management plan and Task Order from Miami Shores Village.
Environmental Protection
LGS' Environmental Protection Plan incorporates such issues as erosion control, hazardous and toxic
wastes, dust and smoke control. The Clean Water Act, Storm Water Act, Resource Conservation and
Recovery Act, Superfund Amendments and Reauthorization Act and others are incorporated in full by LGS'
Environmental Protection Plan. Environmentally sensitive areas (i.e. wetlands, habitat, historical sites) within
or in proximity to a debris staging site will be avoided, designated as sensitive, protected, and access
restricted to the extent possible from adverse impact. All requirements of pertinent environmental standards
will be complied with.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 12
1 /
Looks ,
Great �� _ Miami Shores
Services, Inc.
Debris Storage Areas
Debris will be segregated into 5 main areas of concern as follows unless otherwise instructed by Miami Shores
Village:
��;: Vegetative debris
a. Vegetative debris will be cleaned of C &D debris to the extent possible to facilitate compliance
with requirements for reduction of vegetative debris.
=d: Construction and Demolition (C &D) Debris
a. C &D debris will be dampened prior to dumping and periodically as needed, to comply with local,
state and federal EPA standards.
=4_ Recyclable /salvage
a. Recyclable /salvageable materials, including eWastes, will be stock piled in accordance with the
Miami Shores Village Task Order.
=�;: White goods
a. White goods will be stock piled in accordance with the Miami Shores Village Task Order.
<o: Hazardous and /or toxic wastes (HHW and HTRW)
a. HHW /HTRW will be segregated and stored in a Miami Shores Village approved
containment area. All site personnel will receive a safety briefing regarding operations
involving HHW /HTRW to prevent personal injury and ensure compliance with the
Corporate Accident Prevention Plan as part of the Corporate Safety Plan. HHW /HTRW
containment site perimeter will be posted and secured for personnel safety.
Safety Precautions
Water Trucks
The required number of water trucks will be stationed at each debris - staging site. Water trucks will be utilized
to reduce the threat of friable materials from C &D debris being released into the atmosphere. Water trucks
will be utilized to reduce the threat of fire from all types of debris. If necessary, water trucks will be utilized in
fire suppression operations. Water trucks will be utilized to dampen areas, including temporary roadways, to
suppress dust from trucks entering and leaving the TDSRS.
Fire Suppression Equipment
Fire extinguishers will be located throughout each debris staging site as required by the site management
plan, site safety plan, OSHA requirements and Miami Shores Village Task Order. All debris staging site
personnel will be trained in incipient fire suppression operations and safety procedures, to include operation
of fire extinguishers and water trucks and to ensure compliance with the Corporate Safety Plan.
Debris Segregation
This section discusses the guidelines for debris segregation not already discussed previously in this plan.
Street/road Level Segregation
All foremen will direct debris removal personnel to segregate debris into six areas:
!�;: Vegetative debris
!4: C &D debris
=o= Recyclable /salvageable materials
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 13
Looks
Great � _ •
Services, Inc.
^- . White goods
=o: HHW
�4: eWaste
Segregation of debris at the street/road level will not take precedence over completing street/road debris
removal operations in a safe and rapid manner. All personnel conducting debris segregation at the
street/road level will receive a safety briefing on potential hazards and injury prevention to ensure
compliance with the Corporate Safety Plan.
Debris Segregation at Staging Sites
Staging site supervisors will ensure that all debris haul operators deposit debris in areas designated for the
type debris hauled. Debris hauled to staging sites in mixed loads will be segregated by heavy equipment
when possible and by hand crew when necessary.
Vegetative debris will be placed into two separate piles:
=o: The first pile (pile one) will be the dumping point until a sufficient quantity has been accumulated
to commence a continuous reduction operation.
=o= Pile two will be started and accumulated until the reduction of the pile one has been completed.
=o: At which time, dumping of vegetative debris on pile two will cease and pile one will be
replenished. This rotation will continue until the task is completed.
0: All personnel involved in vegetative debris segregation operations will receive a safety briefing
for all effected job to ensure compliance with the Corporate Safety Plan.
nom: C &D debris will be placed into one or more piles, as required, to reduce the threat of a fire
conflagration until it is reduced or disposed.
LGS will consult with Miami Shores Village, local fire officials and pertinent environmental officials regarding
the requirements for stock piling of C &D debris.
White goods will be segregated, as required by the Miami Shores Village Task Order. White goods will be
placed and stored until instructed by Miami Shores Village as to its final disposition.
Salvageable /recyclable materials will be segregated, as required by the Miami Shores Village Task Order.
Salvageable /recyclable materials will be segregated and stored until instructed by Miami Shores Village as to
its final disposition.
HHW /HTRW will be segregated and stored in a Miami Shores Village approved containment area. All site
personnel will receive a safety briefing regarding operations involving HHW /HTRW. The HHW /HTRW
containment site perimeter will be posted and secured for personnel safety and to ensure compliance with
the Corporate Safety Plan as well as the LGS Corporate Environmental Protection Plan. HTW will be
segregated and stored until instructed by Miami Shores Village as to its final disposition.
Please see the diagram on the next page for Debris Accountability.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 14
Looks .r _
Great Miami Shores
Services, Inc.
rr
Figure 2: Debris Accountability Flow Chart
This flow chart shows debris documentation accountability and flow of materials from field operations
through the TDSRS to final disposal.
DPS — Debris Pick -up Site IT— Inspection Tower
TDSRS — Temporary Debris Storage and DSP — Debris Segregation Point
Reduction Site
DPS — Debris Pick -up Site TCP — Traffic Control Point
C &D — Construction and Demolition S &R — Storage and Reduction
HTRW— Hazardous/Toxic /Radiological Waste HHW — Household Hazardous Waste Containment
Area
CA — Containment Area
Debris Reduction
This section discusses guidelines to be followed during debris reduction operations not already addressed in
this plan. If required by a Miami Shores Village Task Order or Notice -to- Proceed, night operations may be
conducted. Night operations will be limited to reduction of debris by burning. Night operations will only be
conducted upon a determination by the LGS Safety Officer and concurrence by Miami Shores Village, that
such operations may be conducted in a safe manner.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 18
1 /
Looks � _
Great i� Miami Shores
Services, Inc.
Grinding, Chipping and /or Shredding Operations
Grinding, chipping, and /or shredding operations will be accomplished on all vegetative debris not reduced by
burning operations. Grinding, chipping, and /or shredding operations are the preferred method of reduction
for vegetative debris to accomplish environmental resource conservation through recycle /salvage of wood
chips. Although this operation is preferred for environmental purposes, it is also the most time consuming
and costly reduction operation due to material handling and haul disposal costs after reduction operations
have been accomplished. Grinding, chipping, and /or shredding of C &D materials is prohibited by and within
numerous jurisdictions. Grinding, chipping, and /or shredding operations will be accomplished on the type of
debris (vegetative and /or C &D) as directed by the Miami Shores Village Task Order.
Grinding, chipping, and /or shredding of vegetative debris will be accomplished on the piles of vegetative
debris as set out below:
=o: Vegetative debris will be placed into two separate piles.
a. The first pile (pile one) will be the dumping point until a sufficient quantity has been accumulated
to commence a continuous reduction operation.
=;i: Pile two will be started and accumulated until the reduction of the pile one has been completed.
At which time, dumping of vegetative debris on pile two will cease and pile one will be replenished.
This rotation will continue until the task is completed.
All LGS personnel involved in vegetative debris grinding, chipping, and /or shredding operations will receive a
safety briefing for all affected job functions.
A track -type tractor with blade or a rubber tire loader will pick -up, and stock pile chips for temporary storage.
Chips will be loaded out and hauled to a final disposal site as quickly as possible to reduce the threat of a
fire. All appropriate fire protection measures will be established and maintained in accordance with the site
management plan, site safety plan and the Miami Shores Village Task Order. Water trucks will be utilized
to reduce the threat of fire from all types of debris. If necessary, water trucks will be utilized in fire
suppression operations.
Debris Disposal
Debris disposal is the pre - planned, pre- approved operation of placing debris in approved disposition sites.
Debris disposal operations can be segmented into three distinct operations:
:4: Haul to and tip at debris disposal site.
:4: Physical operation of debris disposal site.
:or Augmentation of debris disposal site permanent staff and equipment.
Disposal Site(s)
A disposal site may be a dump and /or a landfill owned and operated by private or public sectors.
Non - burnable debris will be disposed only at a dump and /or landfill designated to receive materials other
than toxic hazardous waste.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 19
1 i
Looks � _
Great _ Miami Shores
Services, Inc.
Equipment
Debris disposal hauling equipment will include, but is not limited to:
<;i: 16 -30 cubic yard dump truck
=o: 30 -100 cubic yard tractor - trailer or other such haulers as Miami
Shores Village may direct.
The cadre of equipment:
• Is owned or leased
• Is available for movement
• Will be leased in other areas
if necessary
• Transportation Plan has been
developed to facilitate
movements
Past experience has shown that the farther the haul distance, larger `
capacity trucks are more effective. All haul truck beds will be equipped with tailgates constructed of materials
(i.e. chain link fence, safety fence, etc.) that will safely contain debris, allow each haul truck to be loaded to
its capacity and also allow rapid dumping of debris from the bed.
Any haul truck bed that has or will have vertical extensions installed, will comply with the following
restrictions:
:;i: Disposal haul truck bed extensions will comply with all applicable local, state and federal laws.
Bed extensions, when installed, will be located and secured to the front -end, left side and right side
of the bed.
�;: Bed extensions will not extend beyond 24 inches above the manufacturers bed height. Bed
extensions will be constructed of not less than 2 "x6" lumber.
=o: All disposal trucks will be mechanically loaded and pre- measured and accepted by Miami Shores
Village before being utilized in debris removal operations.
Maintenance /Fuel Vehicles and Personnel
Maintenance /fuel vehicles will be assigned and manned as needed to provide an adequate supply of fuel to
maintain equipment operations. Maintenance /fuel vehicles will be assigned and manned as needed to
provide all required field maintenance to ensure equipment operations.
Safety
All supervisors and /or foremen will utilize the check sheet provided by the assigned LGS Safety Officer to
ensure all safety equipment is maintained and operable on all debris disposal hauling equipment and to
ensure compliance with the Corporate Safety Plan.
Operations
All field supervisors will ensure that all debris disposal - hauling operators are licensed and /or certified to
operate required equipment. All debris disposal operators will be given area maps designating
assignment/authorized areas of operations as well as transport routes designated and /or approved by Miami
Shores Village. All debris disposal haul operators will visibly display colored signs provided by LGS and, if
applicable, Miami Shores Village. LGS signs are weather proof signs to be placed on the driver and
passenger doors of the vehicle cab. Any signs provided by Miami Shores Village will be displayed on both
sides of the forward most section of the vehicle bed, unless otherwise directed by the Miami Shores Village
Task Order /NTP.
All signs will be removed from the exterior of the vehicle at close of business each day and secured by the
driver to prevent theft or loss. Signs will be replaced on the vehicle at the beginning of the workday. Colored
paper signs /passes will be displayed in the driver's side windshield of each vehicle. The color of the
sign /pass is subject to change, without notice, to ensure quality control measures regarding authority to exit
work sites and enter disposal site(s).
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 110
Miami Shores Village
Services, Inc.
All debris disposal haul operators will maintain the numbered debris hauling /transportation
documentation /verification form(s). Each form contains directions, which should be followed. All supervisors
will be responsible to ensure that all employees utilizing and /or inputting information on the form are
procedurally trained. It will be each supervisor's responsibility to maintain a supply of the required number of
forms. Forms will be distributed by supervisors /foremen to debris disposal haul operators during loading
operations and after completing the applicable sections on the aforementioned documentation forms.
All debris disposal operators will maintain daily ticket/haul records to be turned into field supervisors, with
copies of load tickets at close of business each day.
Management of HHW, HTRW, White Goods, E- wastes, Automobiles, Putrefied Foods,
Tires, Gasoline, and Powered Tools
LGS Environmental Experience
LGS has past experience with Hazardous Waste Storage and collection. LGS was contracted to develop a
plan to handle household hazardous waste (HHHW) collection for the City of Houston during a major flood
event. Upon plan approval, LGS mobilized to collect the HHW from all areas of the city. LGS mobilized 85
technicians and all equipment necessary to carry out the plan, which involved approximately 46,000
residential structures. LGS established a collection point and command center to manage the event. Plans
were implemented to complete a sweep of all affected areas of the city for the collection of HHW. Crews
were equipped within 48 hours and mobilized to the collection area. LGS personnel created grids and
mapped the areas for each crew to work on a daily basis. Crews were directed into various areas of the city
based on damage and debris recovery activities. Collection crews separated HHW from other debris and
staged the segregated items for pick up. The entire affected area of the city was covered in one sweep and
HHW was successfully kept out of the landfills used to handle organic debris. Contaminants included
cyanides, acids, pesticides, hydrocarbons, hydrocarbon derivatives, bases, etc.
-�: White Goods: LGS has successfully completed numerous similar projects and is confident in our
ability to perform the scope of work associated with this project. As with projects of this nature, it is
essential to understand the health effects of the exposure to bacterial pathogens. Though similar to
blood borne pathogens, many bacteria are difficult to visualize and are more easily transmitted
through general contact. Often, individuals will fail to recognize the symptoms associated with
bacterium exposures and consequently mistreat or mistake the symptoms as that of the common cold.
However, individuals who fail to recognize the exposure may experience an extended recovery period
and the conditions may actually grow more severe. All personnel that LGS will use in the completion of
this project understand the effects of this type of exposure. LGS will evaluate and provide, as required,
booster shots to prevent associated disease. (E.g. hepatitis)
:4: Health and Safety: LGS takes the health and safety of their employees seriously with a site health
and safety plan being developed and approved for each project prior to mobilization. All of LGS'
personnel working with hazardous materials have completed at least 40 hours of OSHA- required
hazardous waste operations training per 29 CRFR 1910.120. LGS has also has a substance abuse
policy and program in place, which meets or exceeds Government Requirements.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 111
Looks
Miami Shores Village
RESPONSE MOVATIVE
RECOVERY
Household Hazardous Waste (HHW)
Household Hazardous Waste (HHW) is excluded from the definition of Hazardous Waste and therefore does
not require the same collection or handling procedures as Hazardous Waste.
Acceptable Materials include, but are not limited to:
=o: Batteries
=4: Waste Oil
:4: Waste Fuels
Paint
Chemicals
<o: Antifreeze
:4: Pesticides
Spray Cans
:oc Unidentified Liquids
=o: Household Cleaners
Mobilization and Site Set -Up
Within 8 hours of notification, LGS will mobilize a small strike team to include at least one Supervisor and
two Technicians. This team will begin to set up the Staging and Segregation /Collection points. If needed,
LGS can provide Media Brochures for educational purposes for residents listing acceptable waste,
processes to be used by residents.
Mobilization of Additional Crews
Within 24 hours of notification, LGS will mobilize the segregation and collection crews, based on the size of
the project/area crews will be working. This will include setting up grids and mapping for the collection crews.
LGS can also provide Media Brochures for residents and or the Media.
Collection Points (To be identified by the KO)
Once the collection points are identified, LGS will set up /staging for the containment areas. The waste will be
identified, labeled and segregated for disposal.
A Certified Hazardous Materials Manager (CHMM) will be on site for receiving and segregating wastes,
sorting to waste containers in accordance with the waste disposal contract. THE CHMM will also make sure
all waste containers are properly labeled, the area has warning signs and hours posted, track receipts,
maintain a facility log, conduct storage facility inspections, limit access, maintain the site in a clean and
orderly condition and have hazardous waste clean -up ready and available at a moment's notice at all times.
The on staff CHMM will also make sure that the storage HHW is open seven days a week for a minimum 8
hours per day. LGS will ensure that all regulations are followed.
Personnel will also establish, properly operate, and manage the HHW collections points as needed. Each
site will be equipped with the proper safety equipment including a fire extinguisher, eyewash station, and
spill response equipment.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 112
1 /
LOOISS � .�
Great 1
Miami Shores Village
Services,lnc.
Collection of HHW
Crews (1- truck, 2- technicians) will make passes through the affected areas. The crews will be assigned a
mapped area in which they will make their sweeps. Once the team has a full load, they will return to the
collection sites to off -load materials.
Collection of Other Materials
tom: Asbestos Containing Materials: LGS has the ability and licensed personnel to remove, package and
dispose of known or suspect asbestos containing materials. If any suspect material is found, LGS has
inspectors and certified personnel that can sample, remove, package and dispose of regulated -and non -
regulated asbestos containing materials.
=o: Hazardous waste, bio hazardous waste or other contaminated waste
!:4: White goods containing Freon or chlorofluorocarbons (CFCs) (refrigerators, freezers, air
conditioners, etc.)
4: Cleaning /Staging White Goods containing Freon or CFCs
4: Removal of Putrefied Foods from Warehouse or Commercial Stores
=4: Street Collection of Non -Freon White Goods
=oc Residential E- Waste, Small Tools and Equipment
NEPA Compliance
The National Environmental Policy Act (NEPA) establishes national environmental policy and goals for the
protection, maintenance, and enhancement of the environment. It also provides a process for the state to
implement these goals. LGS will execute operations of its assigned tasks in a manner that will minimize any
significant effect to the environment. LGS will provide information to assist in the environmental assessments,
analysis, and impact statements required to support Miami Shores Village disaster recovery operations.
LGS' plan for NEPA compliance includes, but is not limited to the following environmental issues:
Natural Environment
Terrestrial Ecology
`o: Wetlands and Aquatic Ecosystems
=4: Coastal Zone Management
o; Marine Mammals
moo: Plants (Natural and Invasive Species)
$*': Threatened and Endangered Species
Physical Environment
4: Groundwater
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 113
Looks
Great - �.? _ I Miami Shores Village
ater (lakes, streams, rivers)
kua Soils
--8: Topography
Human Environment
:o: Air quality
-_4: National Pollutant Discharge Elimination System (NPDES) — Storm water runoff
:o: Land use — Zoning
=mss Demographics
Cultural and historical resources
=o; Environmental Liability
Disaster Debris Reduction Methods
LGS, as described above, will follow our BMP in reducing all disaster generated debris to capitalize on the
potential for recycling and beneficial reuse. Our team has the specialized equipment and demonstrated
capability to manage difficult debris reduction operations.
Recycling of Disaster Generated Debris
LGS will implement our BMP for the diversion of recyclable material generated from events from within the waste
stream to the extent possible that does not negatively impact the recovery effort.
The degree of separation and recycling depends on the urgency to clean areas to facilitate the recovery and
protect the health and safety of the community. We will consider the following issues in making
recommendations to Miami Shores Village on recycling operations:
_;i: Quality and quantity of debris.
:4: The existence and proximity of local recycling programs available.
The availability of wider markets (large quantities may overwhelm local markets) and practical
end -uses and the logistics of moving large quantities that may be generated.
:;i: Politically or practically necessary exigency of the recovery effort on the Government's priority of
recycling.
!4: Cost associated with the separation and segregation of recyclable materials.
LGS has vast experience in recycling debris and is operationally prepared to do so. Following an event, a key
individual is identified on the LGS team (the Recycling and Beneficial Reuse (RBR) Manager) who has the
responsibility and authority to:
=z Act as a liaison with the Miami Shores Village QA/QAS and environmental specialists for compliance
with the Miami Shores Village Environmental Operating Principles to determine a strategy to meet
goals
and principles of the Resource Recovery Act of 1970 (Public Law 91 -512), the Resource
Conservation and Recovery Act (RCRA) (42 U.S.C. 6901, et seq) specifically Subtitle D, Section
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 114
Looks
Creat _3 4
Miami Shores Village
0 (Solid Waste Disposal Act) and ISO 14001. RESPONSE RECOVERY
=o: Educate employees and subcontractors on the BPM.
=o: Determine processes at initial point of contact (curbside segregation) and assist with Public
Information Plan.
Identify locations and processes at Temporary Debris Storage and Reduction Sites ( TDSRS).
Identify recycling and beneficial reuse markets both local and outside the AO.
The type and degree of event will dictate the quality and type of recyclable material. The material that may be
recycled and its beneficial reuses are:
:�;: Asphalt: Can be recycled to new asphalt pavement or reused as clean fill on or off site if regulations allow.
_q C & D: Divert as much as possible from this category with metals being smelted and other materials
segregated for recycling or disposal.
!�i_ Concrete /Aggregate: Crushed concrete, rubble, masonry can be used as an aggregate for base or fill
material. Larger sections of concrete can be used as materials for reefs, to armor shorelines and for bank
stabilization for erosion control (Riprap).
Soils and dirt fines: Screening debris at the TDSRS reduces the amount of fines that would be
deposited in landfills and reduce transport and disposal costs. This application may not be practical and
may only be done in extreme cases after close coordination with Miami Shores Village.
E- Waste: Will be collected separately at the curbside and brought to the TDSRS for packing znd labeling
in one cubic yard boxes or shrink - wrapped on pallets for transportation to a recycling facility.
�;i: Metal: Recycle by selling scrap to dealer who will smelt the metal for reuse.
Roofing Materials: Can be used as an aggregate in asphalt pavements. Must be free of asbestos.
4: White goods: Separated at the curbside and transported to the TDSRS or direct to metal recyclers. Freon
to be extracted and recycled while putrid waste will be removed and disposed of in landfills or compost
facilities if available and there are no health risks. White goods to be transported to recycling facility.
ems: Vegetative Material: Material can be reduced by grinding and chipping. The mulch can be used as a fuel
in biomass boilers /cogeneration plants, as a soil enhancement in agricultural applications and commercial
resale (composting). Mulch used in agricultural applications must be free of paper, plastics and dirt (ten
percent or less contamination). There is a benefit to solely reducing the material as it has a decreased
impact on the landfill. The material can also be burned and the ash utilized for soil enhancement in
agronomic applications. Further, mulch can be used in land applications as a stabilizer or for erosion
control. Additionally, there are emerging technologies that may allow for ethanol production from this
material as well.
o: Tires: Segregate tires at curbside for transport to TDSRS for storing. Transport bulk to recycling facility
for use as material in asphalt, floor tiles, hoses, landscaping material, playground material and countless
other applications. Tires can also be used as fuel supplement in waste -to- energy facilities.
The differing waste streams will be segregated at the curbside, residential drop off sites and at a TDSRS.
Source segregation is instrumental to avoiding contamination via comingling waste streams and increasing
product marketability.
.q; Curbside Segregation: The LGS "Picking Up the Pieces" guideline is ideal for educating residents in the
different types of debris and how to segregate those at the curbside. LGS has the capability to segregate
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 115
Creat Miami Shores Village
rbside. Hand salvaging will yield more recyclabl d to do
so may be more than mechanical sorting. By using specialized trailers with individual bins, HHW can be
collected curbside and kept out of the waste stream. Some HHW may be recyclable (e.g. paint, batteries,
compressed gas) while other materials have to be disposed of pursuant to local, state and federal law.
LGS' teaming partner has years of experience where these were core business processes of the
company.
,'i: Debris Segregation Crews: LGS will deploy Debris Segregation Crews (DSC) to maximize curbside
segregation. The crew composition is outlined above. Each DSC will have the tools and PPE /safety to
perform these tasks quickly, efficiently, and safely.
e4: Residential Drop -off Sites: By providing residents with a drop off site, debris can be more easily
segregated with bins and containers for specific materials. This supplements other programs and also
reduces transportation expenses while providing pro- active residents the ability to clean up on their
schedule. This also tends to enhance public relations by providing residents with alternatives.
Sufficient CQC monitors would be stationed at the sites to ensure that only eligible debris would be
accepted. LGS will work with Miami Shores Village and local officials to encourage drop off and first
stage segregation of material.
TDSRS: Segregating debris at the curbside will significantly improve the overall reduction capability at the
TDSRS. By further segregating debris at the TDSRS, resources can be concentrated in the segregation
process. The segregation will be performed in a location that is away from the general public and can be
customized for expediting this process. Although segregation is more difficult to achieve as the debris has
been co- mingled by the time it arrives at the TDSRS certain materials can be recycled prior to ultimate
disposal (e.g. ferrous and non - ferrous metals, etc.) Spotters will be used at the TDSRS but only as a last
line of defense.
Once the salvageable material has been removed, the remaining debris will be reduced and brought to a
landfill for disposal.
To improve the efficiency of source separation and overall recycling success of the mission, LGS will assist
Miami Shores Village with a Public Information campaign utilizing Public Service Announcements (PSA) that
encourages residents to properly place and separate debris at the curb for contractor pickup. Following are the
anticipated debris categories:
Household Garbage; C &D; Vegetation; HHW; White Goods; Electronics; Unexploded Ordinance; Metals
and Other. The PSAs will have subcategories with examples of items to assist the public in understanding
how different items are categorized and segregated.
If any collection crews identify unexploded ordinance, ammunition, weapons, or explosives (UXO), they will
immediately stop work and notify their CQC Site Manager. The CQC Site Manager will immediately identify the
UXO, quarantine the area, remain on site and notify the following authorities:
Bureau of Alcohol, Tobacco, and Firearms (ATF):
(800) ATF -GUNS
;4: (800) 283 -4867
Once the CQC Zone or Sector Manager arrives on site they will release the crew to continue work and
stand -by until the authority having jurisdiction (AHJ) arrives.
Asbestos Containing Material (ACM)
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 116
1 i
Looks �
Great Miami Shores
Services, Inc.
Known or suspect asbestos containing material will be segregated from other debris and disposed of by a
licensed asbestos contractor. Asbestos containing materials will be disposed of in a landfill licensed to accept
and dispose of asbestos containing materials. Materials that should be segregated include but are not
necessarily limited to: floor tiles, roofing shingles, linoleum, ceiling tiles, transite (exterior) shingles, concrete or
flooring covered with mastic or flooring adhesive, pipe and /or boiler insulation, ceiling and /or wall texture, and
stippled or blown on surfacing materials.
Looks Great Services, drawing from our corporate diversity, will apply four decades of aggregate materials
handling, solid waste handling and recycling and disaster debris management experience in multiple major
disaster declarations to execute the required tasks. We have managed simultaneous operations over large
geographical divides in multiple states. Our culture of safety has supported us maintaining an Experience Mod
Rating of .76. We will respond, we will execute and we will meet the requirements as defined in this solicitation.
We have the letters of recommendation and reputation to prove it.
Geographic Area Management
Miami Shores Village will be responsible for defining the boundaries of the geographic working area — Area of
Operations (AO). This will be defined in the Task Order by identifying the specific area, usually by use of a map.
If changes in the AO boundaries are required, Miami Shores Village will be responsible for providing the updates
in writing.
LGS' approach to management within the defined AOs will remain consistent regardless of the assignment. The
general process of separating a task order AO into smaller operating elements, sectors and sites, for the
purposes of managing operations defines geographic area management. These key operating element
subdivisions are:
Figure 3: Geographical Area Command Structure
Divisions, Sectoring, Zoning and Sites
After the preliminary damage assessment (PDA), the LGS Operations Manager (OM), in consultation with the
LGS CQC System Manager, will coordinate with Miami Shores Village to divide the assigned area into Divisions
and Sectors. Divisions are a large geographical subsection of an OA, and Sectors are a geographical
subsection of a Division. This management system is dynamic and can be adjusted to meet any size AO. As an
example, if a task order was issued for a single county, The Division would be the single county, and a sector
may be an incorporated town within that county. Sectors may be further divided into
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal,
Page 117
Looks
Great A� _ • res Village
Services, Inc.
zones using a similar grid system that incorporates neighborhoods, major thoroughfares, waterways, and other
natural boundaries within the task area.
In most cases, zone size should correlate conversely to the residential household numbers or population
density. This will create, in essence, larger zones in rural areas, medium zones in semi -urban areas, and
smaller zones in urban areas. Zones will be designed to split the AO Sector into manageable sizes based on
event impact that will generate approximately the same quantity of work to perform (cubic yards of debris,
numbers of white goods, roads to perform emergency road clearance, etc.). The intent of this approach is to
provide steady production levels and avoid peaks and valleys that would negatively impact the recovery effort
by having to continually expand and contract the amount of crews, CQC representatives (CQCs), and Miami
Shores Village representatives (QA/QAS) operating in the field.
Zones will also be arranged in a manner to provide for the shortest hauling distances from all areas. They may
be further divided for the purpose of adding additional crews into the area. This process will typically occur if the
work load /volume increases in a zone, or as additional crews become available through attrition of work
load /volume in other zones.
Division, Sector and Zone maps can be generated using a professional GIS application that will tie in with the
ADMS and CQC software. These maps can be produced and distributed to all LGS CQC personnel at all levels,
Miami Shores Village QA/QAS and field supervisory personnel to ensure systematic and methodical planning as
well as efficient and effective operations. Zone maps will be distributed to Site Managers and crews to ensure
compliance with the established Geographic Area Management Plan. These maps will vary in size and scope
captured, from large Division maps for overall operational planning to zone and site (street level) maps for
distribution to field supervisor and crews performing the work.
Division and Sector Managers
The LGS CQC Division and Sector Manager will have responsibility over all CQC activities within a defined
Division or Sector and report to the CQC Division (Area) Manager or Assistant Division (Area) Manager. In
addition to the details of duties discussed in the LGS CQC plan and Debris Management Plan, Sector
Managers will be responsible for continually collecting information, not only from their own observations, but
from all available sources including joint surveys with Miami Shores Village QA/QAS personnel, CQC Zone and
Site Managers, and /or state and local representatives.
All CQC personnel will be capable of utilizing LGS enhanced management tools to assist in planning and
implementation efforts. Similar to the ADMS iPad system, LGS utilizes an iPad based database and form
technology that integrates Sector and Zone maps and can be linked with the ADMS. This technology provides
the managers a visual representation in near real time of daily progress or progress analysis over a pre - selected
date range. By analyzing the data regarding the type (vegetative, C &D, HTRW, etc.) and concentration
(volumetric analysis) of debris in their portion of the AO, Division (Area) Managers and Sector Managers will be
able to develop or adjust a geographic area management plan that encompasses the number of crews required,
the type of crew package required, where to effectively stage and /or deploy crews, as well as the most
advantageous truck routes to utilize. This plan will be updated based on the constantly updated information,
priority areas designated by Miami Shores Village QA/QAS, local officials from the jurisdiction having authority,
or a combination thereof.
As the operation moves forward, Sector Managers will review and track the daily progress of work utilizing the
iPad based CQC technology, for compliance with, as well as adaptability and practicality of, the developed
geographic management plan. Sector Managers will make changes to the geographical management plan for
their sector when necessary to ensure the most efficient and effective use of resources for the highest level of
production and safety. Each Sector Manager will be qualified and empowered to make immediate adjustments
in the field to prevent any delays, decreased productivity and /or identified safety hazards. The LGS CQC and
ADMS systems have the capability to produce in- field real time crew, production and other CQC reports that
can be referenced and utilized by Zone and Sector Managers, higher level CQC command and Miami Shores
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 118
Looks
Great Miami Shores Village
Services, Inc. � RESPONSE RECOVERY RESULTS
Village QA/QAS to verify and ensure production requirements are being met or if modifications need to be made.
These forms and data are accessible by any authorized user both from a web based server and an on -site
server. Having real time access to this information allows each Sector Manager to preplan for the next day's
operation and develop more long term strategies and plans.The CQC Division (Area) Manager will review each of
the Sector Manager's plans for, and make any changes necessary to, the Sector Manager's area of
responsibility (AOR).
All of LGS' Sector Managers are able to draw from their previous experiences in sector management.
Furthermore, our past experience in working with our many clients, including Federal, State and local
governments, has vastly helped us to understand that team building is not only vital to the success of recovery
missions overall, but an important and integral part of geographic management. The LGS program is built
around building a successful team including teaming partners, subcontractors, public officials, and Miami
Shores Village.
Sector Managers will be engaged with their Miami Shores Village counterparts on a daily basis to discuss
successes and failures of operations within each sector. It is essential that communications occur at this
operational level, especially when finalizing areas for closeout. A Sector Closeout Plan will be developed.
based on joint surveys conducted by Sector Managers and their Miami Shores Village QA /QAS
counterparts, and may include any number of officials from authorities having jurisdiction. The LGS debris
management system that will be used for this project has been deployed on other projects and has been
reviewed as a "best practices" technology by FEMA.
Haul Distance to TDSRS or Final Disposal from Each Sector and Zone
A major influence on debris collection production levels is haul distance. Loads from each sector should be
delivered to the closest TDSRS or final disposal location available to receive the particular debris
classification being transported. Production capabilities and the cost to the government are directly
proportional to haul distance. Additionally, the overall safety of the operation is also directly proportionate to
haul distances. The shorter the haul distances, less than 10 -15 miles on way, the more productive the
operation, the less costly and the less chance of a safety incident, such as a major accident involving loaded
trucks.
Number of Crews in each Sector
Sector Managers have the authority to coordinate, deploy and position crews in each of the zones that make
up their individual sector. Dependent upon the required crew package needed for a particular operation,
crews will be assigned to a specific zone within a sector. Initially, the numbers and make -up of crew
packages will be assigned to each zone with the intention of having all zones completed within a congruent
time table. Sector Managers will ensure that each zone's crews complete one pass through the entire zone,
in concert with the LGS "Clean As You Go" policy. This will be verified by all CQC Site Managers within each
zone prior to beginning a second pass or crews being reassigned to a new zone. Any material placed in the
right -of -way of a street or area in which first pass has been completed, will be left for the next pass.
Numbers of crews as well maximum allowable time for debris removal and cleanup will be negotiated at the
time the scope of work and geographic area(s) are identified in accordance with (IAW) the solicitation
section:
Each of these packages may be considered a "crew ". Crews will be accompanied by appropriate safety,
and /or traffic control personnel and devices (i.e. flagmen, cones, signage, PPE, air monitoring equipment,
testing equipment, and other ancillary equipment) as necessary and required. Each piece of
equipment/vehicle listed will be operated by a qualified equipment/vehicle operator. Multiple Crew packages
will be required and the make -up of specific crew packages will be dependent upon the operational
requirements of the sector or zone, actual conditions resulting from an event, local contractor's available
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 119
Looks
Creat Miami Shores Village
Services, Inc. .
equipment, and direction from Miami Shores Village.
LGS will provide a minimum of 5 crews to commence
debris removal operations within 24 hours of issuance
of a task order notice to proceed. Examples of different
crew packages for Debris Removal from Public Roads, Streets and
ROWs and Hauling to Debris Management or Final Disposal Sites
are as follows:
`o: Self- Loading Grapple truck (1 each)
E:4: Self- Loading Grapple truck (1 each), skid steer loader (1
each)
�C4: Knuckle boom loader (1 each), dump trucks (3 -5* each)
1-4: Front End Loader (1 each), end dumps (3 -5* each)
Tracked Excavator (1 each), end dumps (3 -5* each)
*Depending on haul distances and truck capacity.
The cadre of equipment:
• Is owned or leased
• Is available for movement
• Will be leased in other areas
if necessary
• Transportation Plan has been
developed to facilitate
movements
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 120
Great Miami Shores
Services,lnc.
LGS may provide a minimum of 1 crew to commence Vegetative Debris Reduction at Debris Management
Sites Operations including site management, at each site within 24 hours of issuance of task order notice to
proceed should the City determine this operational aspect is required. A typical crew package consists of the
following:
_4�;: 1 each — CQC Site Manager (minimum 2 if 24 -hour operations are necessary)
=;i: 1 each — Rubber tire loader -JD 544 or equivalent (may require
multiples)
:;i: 1 each — Trackhoe- JD 210 w /thumb or equivalent (may require
multiples)
1 each — Dozer -CAT D6 or equivalent (may require multiples)
1 each — Tub or Horizontal Grinder, Shredder (may require
multiples) or
`o: 2 each — Laborers (traffic control /flagmen)
The cadre of equipment:
• Is owned or leased
• Is available for movement
• Will be leased in other areas
if necessary
• Transportation Plan has been
developed to facilitate
movements
Upon issuance of a Task Order and NTP, LGS may mobilize the required number of the following types of
crew packages (typical crew packages shown, actual package may vary as stated above) for the following
types of crews to the AO:
Debris Separation Crews (should LGS determine that manual segregation is required)
A typical crew package consists of the following:
.�;: Laborers (2 each)
�4: Chain saw operator with saw (1 each)
=4: Skid steer loader with operator and implements (1 each)
,_;i: Equipment Transport (1 each)
:�i: Crew transportation vehicle (1 each)
Removal of Freon Containing White Goods (should LGS determine that this operation is required)
Examples of different crew packages:
=o: Self- Loading Grapple truck (1 each), or
!4: Flat bed /stack bed trailer w /truck (1 each), Skid steer with forks (1 each) and,
-�;: Laborer (1 each)
=o: Licensed Freon Recovery Specialist with equipment (1 each)
Removal of Non -Freon Containing White Goods
Examples of different crew packages:
4: Self- Loading Grapple truck (1 each), or
z4: Flat Bed /Stake Bed Trailer w /Truck (1 each), Skid steer with forks (1 each) and
=o: Laborer (1 each)
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 121
1 /
Looks
Great
Services, Inc.
Wl
Household Hazardous Waste Separation and Removal Crew (should LGS determine that this operation is required)
Examples of different crew packages:
Street Level Segregation
��;: CQC Site Manager
=o: HHW Response Trailer w/Truck containing appropriate HHW segregation containers (overpack drums,
sealable buckets, 1 CY lined boxes, etc.), proper HHW PPE, monitoring equipment, spill containment
equipment, specialty tools and other safety equipment such as eye wash station, decontamination
equipment and supplies, etc. (1 each)
'_-4: Certified HAZWOPER Trained Personnel (4 each)
;�i: Skid steer with transport truck, if required (1 each)
TDSRS Segregation: (should LGS determine that this operation is required)
CQC Site Manager
:o: HHW Response Trailer w/Truck containing appropriate HHW
segregation containers (overpack drums, sealable buckets, 1 CY
lined boxes, Etc.), proper HHW PPE, monitoring equipment, spill
containment equipment, specialty tools and other safety equipment
such as eye wash station, etc. (1 each)
=oc Certified HAZWOPER Trained Personnel (8 each)
r��;: Site Specific Safety Officer (1 each)
:;�: Skid steer with transport truck (1 each)
The cadre of equipment:
• Is owned or leased
• Is available for movement
• Will be leased in other areas
if necessary
• Transportation Plan has been
developed to facilitate
movements
=o: Trackhoe JD 120 or equivalent w/ thumb to separate material from potential HHW (1 each)
HTRW Separation Crew (should LGS determine that this operation is required)
A typical crew package consists of the following:
=o: Qualified CQC Site Manager to oversee operations
HTRW Response Trailer w/Truck containing appropriate HTRW segregation containers (overpack
drums, sealable buckets, 1 CY lined boxes, Etc.), proper HTRW PPE, monitoring equipment,
radiological detection equipment, dosimeters, spill containment equipment, specialty tools and other
safety equipment such as eye wash station, decontamination equipment and supplies, etc. (1 each)
Certified HAZWOPER /HTRW Trained Personnel (8 each)
_;i: Site Specific Safety Officer (1 each)
'-;j: Skid steer with transport truck, if required (1 each)
LGS has comprised a team of experts in all facets of the debris management process. Specialized work
such as household hazardous waste removal, asbestos removal and search and rescue, requires specialty
training, experience in the field and knowledgeable managers. Our subcontractor, Contaminant Control, Inc.
(CCI) has worked with Looks Great Services staff on multiple operations. CCI has handled projects from
anthrax containment to large -scale household hazardous waste debris management. Our team has the
capabilities to respond to, assess and mitigate even the most hazardous conditions.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 122
1 i
Looks Miami Shores Village
Great ��
Services, Inc..
Contractor Site Specific Safety and Health Plans, Accident
Prevention Plans, and Safety Management Manual
LGS has a current comprehensive safety manual to support our corporate safety program. LGS updated our
company Site Specific Safety and Health Plan (Accident Prevention Plan /Safety Assurance Policy and
Procedure Manual) in the early Spring of 2013 after contracting with the USACE NAD /New York District
Debris RFO for Hurricane Sandy. Using the most recent edition of EM 385 -1 -1, the following is a summary of
our complete Site Specific Safety and Health Plan, a template suitable for project customization and
deliverable to Miami Shores Village within three (3) days after receipt of Notice to Proceed. While referred to
as a template, our APP /Safety Assurance Plan is a working and active program for the company. Selected
excerpts from LGS' 122 page APP /Safety Assurance Plan starts in section 3.4.1, much of the outline has
been included for topical review, given proposal space limitations. LGS works to create a "safety culture" in
our company. Every employee is empowered to stop a task where there is a risk of severe injury or death.
Safety training and pre -task safety orientation are essential elements of the LGS safety program.
Accident Prevention Program
(Refer to contract clause entitled, "Accident Prevention" (FAR 52.236 -13).) Within three (3) days after receipt
of Notice of Award of the contract task order, four copies of the Accident Prevention Program will be
submitted to the Contracting Officer for review and acceptance.
Before initiation of work on the task order, a site specific, Accident Prevention Plan (APP) with appropriate
appendices written in English by the Prime Contractor for the specific work and hazards of the contract task
order, and implementing in detail the pertinent requirements of the most recent edition of EM 385 -1 -1 will be
reviewed and found acceptable by the Government
Designated Authority (GDA)
APPs will be developed and submitted by LGS in the formats provided in the most recent edition of EM 385-
1 -1. The APP will address each of the elements /sub - elements in the outline contained in the order that they
are provided in the manual. If by the nature of the work an item is not applicable, LGS will state and provide
a justification for why that element/sub- element is not applicable.
The APP will be developed by qualified personnel and will be signed in accordance with EM 385 -1 -1. LGS
will be responsible for documenting the qualified person's credentials. The APP will be job- specific and will
include work to be performed by subcontractors and measures to be taken by LGS to control hazards
associated with materials, services, or equipment provided by suppliers.
LGS will not commence physical work at the site until the program has been accepted by the Contracting
Officer, or his /her authorized representative.
Accident Investigations and Reporting
Refer to EM 385 -1 -1, Section 01.D. Accidents will be investigated and reports completed by the immediate
supervisor of the employee(s) involved and reported to the Contracting Officer or his /her representative
immediately and the accident report submitted on ENG Form 3394 within one working day after the accident
occurs. All data reported must be complete, timely and accurate. A follow -up report will be submitted when
the estimated lost time days differs from the actual lost time days.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 123
1 /
F s tvices, Inc.
Our accident investigation procedures require immediate reporting to our corporate HR manager. In the
absence of the HR manager, our Corporate COO would be contacted. Each vehicle operating on a Looks
Great Services project has a note book with required documentation that must be filled out at the accident
scene and provided to our corporate office. If it happens to be an accident with injury, the HR Director or
their designee will immediately deploy to the accident scene to investigate and fill out the required
documentation. This is corporate policy.
The Looks Great Services safety responsibilities encompass all project activities including those of
subcontractors. Requirements of the Looks Great Services Safety System include this Accident Prevention
Plan, Activity Hazard Analyses, site specific hazard plans, safety policies, procedures, the requirements of
EM 385 -1 -1, rules, standards, safe work practices, as well as federal /state /OSHA requirements and other
pertinent safety and health regulations. The LGS objective, through our safety management, training, and
execution is to create a "safety culture" in the company. Our safety record indicates our success. For the
purpose of enhancing deployment of the Looks Great Services Safety System in subcontractor
organizations, Site Safety and Health Officer ensures that each subcontractor:
=o Assigns all employees and personnel with the all the safety qualification requirements,
responsibilities and authority as Looks Great Services employees.
-o_ Complies with the training requirements.
=o: At the time of mobilization, provides a list of the Supervisors names and contact numbers. This
list will be kept current and provide phone numbers where the Supervisors can be reached 24
hours a day, 7 days a week for emergency purposes.
=o: Receives a site specific operational and safety brief before starting work at the site.
The subcontractor may not delegate project - related safety responsibilities to any other organization.
Project Accident Prevention Plan Table of Contents (Selected Excerpts)
Project Accident Prevention Plan (Selected Excerpts)
2.g. Safety Controlled Features of Work
-�: Looks Great Services, Inc. (LGS) will control safety on each project feature of work. An activity
hazard analysis will be performed for each feature of work and the results of the analysis will be
used to control safety.
4. Responsibilities and Lines of Authorities
a. Company Responsibility Statement
b. Identification and Accountability of Personnel Responsible for Safety
The President has overall responsibility for implementing safety including performance and results
of the LGS Safety System, including safety on this project.
The Site Safety and Health Officer is responsible for the project implementation of the LGS Safety
System on this project including the preparation of the project Accident Prevention Plan, its
implementation, and conformance to its requirements.
The Operations Manager has the responsibility for assuring conformance to the Accident
Prevention Plan and has authority to approve and carry out all disciplinary actions for those who
violate the policies, procedures and /or rules and regulations.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 124
1 /
Looks � _
Great
Miami Shores Village
Services,lnc.
Each Employee is responsible for abiding by the policies, procedures, rules, regulations and orders
set forth by this Safety & Health Program. Each employee is responsible for maintaining a safe and
healthful workplace environment for all involved.
c. Names of Competent and /or Qualified Persons
d. Presence of Competent Personnel
No work will be performed unless a designated competent person is present on the job site and a
pre -task safety orientation is conducted stating risk and hazards for employees.
e. Pre - Feature of Work Safety and Health Analysis
Before work can start on a feature of work the Site Safety and Health Officer or his designee will
1) perform a pre -task safety and health analysis and 2) the listed inspections and controls must be
fully implemented. A record of the analysis will be maintained on an Activity Hazard Analysis form.
f. Safety Lines of Authority
g. Policies and Procedures Regarding Noncompliance.
All LGS subcontractors and supplier personnel will be held to a "Zero Tolerance Policy" of
immediate termination with no opportunity for rehire on the project in regards to the following
offenses:
Noncompliance with the requirements of the Accident Plan
Noncompliance with LGS Safetv Policies
=�= Fighting on the job site
Possession of firearms or other dangerous weapons or devices
-ai Dishonesty or fraud, including falsification of security, personnel or other records
k: Possession, use, or being under the influence of alcoholic beverages, narcotics or non -
prescribed drugs while on a project job site
Violence, intimidation, or threats of violence to supervisory personnel, security officer, or
fellow workers
iUi Theft of property
`�- Willfully damaging or mutilating materials, tools, equipment, or personal property of
another employee
Intentional violation of a safety rule, policy, or procedure
Violation of mandatory 100% fall protection /continual tie -off procedures
i�. Use of electronic communications while operating any motorized equipment is prohibited
(cell phones, smart phones, computers, music players, radios, communication radios)
=Q= Unauthorized entry into a red barrier /banner tape area
h. Company Procedures for Holding Managers and Supervisors Accountable for Safety
Project safety personnel, including the Site Safety and Health Officer and Operations Manager are
appointed to the project by LGS' President. Each appointment is recorded on a Letter of
Appointment. Key project personnel have accepted their appointments and declared their ability to
carry out the appointments as indicated by their signature. All LGS managers and supervisors will
be held to a "Zero Tolerance Policy" of immediate termination with no opportunity for rehire on the
project for failure to carry out their safety duties and responsibilities. Each employee is given safety
training commensurate with the position and scope of responsibility.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 125
Looks 1
Creat Miami Shores Village
L Services, Inc. PO
(1) PRESIDENT SAFETY RESPONSIBILITIES
While everyone is responsible for safety, the president is the one person in the company ultimately
responsible for safety. Regardless of other duties, safety responsibilities of the President include:
:;i; Ensuring that each employee understands his or her safety responsibilities as well as Looks
Great Services safety policies
Establishing company safety policies and objectives.
Conducting management reviews of the Looks Great Services Safety System.
Ensuring the availability of necessary resources and information for effective operation of the
Safety System
:;i: Demonstrating commitment to the Looks Great Services Safety System and its integrity
_-�i: Ensuring achievement of Looks Great Services safety objectives
!!�;: Continuously improving the Safety System
(2) SITE SAFETY AND HEALTH OFFICER SAFETY RESPONSIBILITIES
The Project Site Safety and Health Officer are responsible for ensuring the overall effectiveness of the
Safety System for a specific project. Regardless of other duties, the Site Safety and Health Officer are
responsible to:
:4: Conduct mishap investigations and complete required reports. Maintain the OSHA Form 300 and Daily
Production reports for prime and sub - contractors.
`o: Maintain applicable safety reference material on the job site.
:q: Attend the pre- construction conference, pre -work meetings including preparatory inspection meeting,
and periodic in- progress meetings.
�4: Implement and enforce accepted APPs and AHAs.
:4: Maintain a safety and health deficiency tracking system that monitors outstanding deficiencies until
resolution.
=o: Post a list of unresolved safety and health deficiencies on the safety bulletin board.
Ensure sub - contractor compliance with safety and health requirements.
1*4: Fully implement all provisions of the Looks Great Services Safety System and related documents.
-4_ Manage the operation of the Looks Great Services Safety System
_4: Implement and manage all phases of safety control
Ensure company -wide effectiveness of the Safety System
_4: Ensure that the Safety System is established and implemented by persons doing work that impacts
safety
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 126
Miami Shores Village ,
Services, Inc.
�o: Ensure company -wide conformance to Safety System requirements
Fes: Act as Looks Great Services liaison with parties outside the company on matters relating to safety
;i; Report to senior management on performance of the Safety System, including needed improvements
Review and approval of all Safety System policies
Review and approval of all Safety System records
Review and approve of safety - related contract submittals
�s Manage all project inspection and safety control activities
=h;: Identify existing and predictable hazards
The Site Safety and Health Officer have the authority to:
=4: Stop work when continuing work may adversely affect safety or cover up a defect
-14: Prevent the use of materials that may adversely affect safety or cover up a defect
:�; To direct the removal and replacement of any non - conforming work or material by Looks Great
Services, any subcontractor, or any supplier.
-U: Suspend work and /or supply of materials by any staff member, subcontractor personnel, or supplier as
deemed necessary to assure safety results.
(3) OPERATIONS MANAGER SAFETY RESPONSIBILITIES
The Operations Manager is the one person who is solely responsible for management of a specific project.
Project safety is a critical responsibility. The Operations Manager is responsible for:
4: Conduct of daily safety and health inspections and maintenance of a written log, which includes
area /operation inspected, date of inspection, identified hazards, recommended corrective actions,
estimated and actual dates of corrections.
$V Demonstrating commitment to the LGS Safety System and its integrity
Ensuring achievement of project safety objectives
Providing adequate resources for effective operation of the Safety System on the project
tq: Ensuring that each project employee understands his or her safety responsibilities as well as Bergeron
safety policies
tz Ensuring that that work performed complies with LGS safety standards, the project APP, and AHAs.
-;i: Ensuring that subcontractors begin work only when conditions will not adversely affect safety
o= Conducting safety inspections and recording findings
=o: Accurately assessing subcontractor safety performance
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 127
Looks �
Great Miami Shores
Services, Inc.
The Operations Manager has authority to:
Stop work when continuing work adversely affects safety
o; Prevent the use of materials that would adversely affect safety
=o: Suspend work and /or supply of materials by any staff member, subcontractor personnel, or supplier as
deemed necessary to assure safety results.
Failure to perform the above responsibilities duties will result in dismissal.
6.Training
a. Requirements for New Hire Orientation Training
b. Requirements for Mandatory Training and Certifications
Prior to commencement of activities, all personnel assigned to the project will have completed safety
indoctrination training including:
;i: Requirements and responsibilities for Accident and maintaining safe and healthful work
environments
General safety and health policies and procedures and pertinent provisions of the Federal
and State standards and regulations
=o; Employee and supervisor responsibilities for reporting all accidents
!4: Provisions for medical facilities and emergency response and procedures for obtaining
medical treatment or emergency assistance
_;:;: Procedures for reporting and correcting unsafe conditions or practices
Job hazards and the means to control /eliminate those hazards, including applicable activity
hazard analysis.
:�;: Specific training as required by Federal, State and Local regulations.
All site personnel will sign the acknowledgement page and have the signed page placed in their
training files. The Site Safety and Health Officer have the responsibility of ensuring that personnel
assigned to this project comply with these requirements.
c. Procedures for Periodic Safety and Health Training
d. Requirements for Emergency Response Training
e. Visitor Training and Safety Controls
f. Safety Training Records
7. Safety and Health Inspections
a. Inspection
b. Deficiency Tracking, Controls, and Records
c. External Inspections
8.Accident Reporting
a. Exposure Data
The Site Safety and Health Officer will submit Monthly Man -hour Exposure Reports to the
Contracting Officer no later than the 5th workday of each month. The report encompasses on -site
work including all hourly and salaried employees. The report will include all subcontractors working
on this project.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 128
Looks
Great
Miami Shores Village
Services, Inc.
ccident Investigation Reports and Logs
c. Immediate Action Notification
9. Plans (Programs, Procedures) Required by the Safety Manual
a. Project Risk Assessment
The Site Safety and Health Officer performs a project risk assessment to identify project hazards.
The Site Safety and Health Officer records findings on the Project Risk Assessment form included
as an exhibit in this subsection.
b. Project Hazard Analysis
The Site Safety and Health Officer prepares a hazard analysis for project hazards identified in the
Project Hazard Risk Assessment. The project hazard analysis is recorded on the AHA form included
as an exhibit in this subsection.
c. Identify Applicable Safety Risk Management Plans
Based on the hazard analysis, the Site Safety and Health Officer identifies which risk management
plans are necessary to control the hazard. The Safety Manger records required risk management
plans from the project hazard analyses on the Plans, Programs, and Procedures in the form included
as an exhibit in this subsection.
Each plan applicable to the start of this project is included as an appendix to this Accident Plan. When a
required plan is not applicable to the start of the project, the plan will be prepared when indicated in
the notes column of the Plan, Programs and Procedures form and included as an addendum to the
appendix of this APP.
Looks Great Services Safety Policies and Procedures. The LGS 122 page safety manual provides a
readable and understandable safety manual.
e. Project Safety Records and Documentation Plan
SAFETY MANAGEMENT MANUAL
TABLE OF CONTENTS (SELECTED EXCERPTS)
1. Safety System Management and Responsibilities
1.2. Looks Great Services Safety Policy
It is the policy of Looks Great Services to abide by all of the safety standards of the Corps of
Engineers, including those outlined in EM 385 -1 -1 Safety and Health Requirements Manual,
OSHA regulations, and as described in this Accident Prevention Plan. Public and personal safety
will be a top priority during the course of work under this contract. All employees will be trained
and equipped to work in a safe and healthful manner, and will comply with all safety and security
requirements.
In carrying out our commitment to safety:
-o: Every employee is indoctrinated into the Looks Great Services Safety System through
training on the Looks Great Services Safety System, Safety Policies, and procedures.
=�i: Each project has an Accident Prevention Plan that addresses site - specific conditions and
hazards. We prepare an activity hazard analysis for every phase of work.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 129
F ks .� eat ervices, Inc.
=o= We systematically reinforce safety during the project through ongoing training and
heightened awareness of hazards.
:o: Every employee has the responsibility and authority to stop work should they discover an
unsafe condition. Employees will not be reprimanded for stopping work.
=4: We closely monitor safety through every phase of work. Should problems be found, we
correct them and take action to prevent recurrences. A system of incentives and
disciplinary action reinforces adherence to safe work practices.
1.3. Safety Responsibilities
1.4. Safety System Performance Measures
1.5. Exceptions
2. Project Accident Prevention Plan
2.2. Accident Prevention Plan Preparation
Before project work begins, the Site Safety and Health Officer prepare an Accident Plan for the
project. The Site Safety and Health Officer submits the APP to the customer for approval. Work
on the project may not proceed until the customer approves the APP.
2.5. Statement of Safety and Health Policy - Policies reflect an unqualified commitment to safe
execution of all projects, large and small, by LGS.
2.6. Responsibilities and Lines of Authorities - Authority and responsibility is clearly defined and
enforced through safety reviews and evaluations and leader performance evaluations.
2.7. Subcontractors and Suppliers
2.8. Training - Continues training from corporate to job site to include pre -task training for every job.
2.9. Safety and Health Inspections
2.10. Accident Reporting - LGS requires prompt reporting investigation and analysis of reportable
and lost time accidents.
3. Contract Safety Specifications
3.2. Contract Technical Specifications
The Operations Manager obtains contract technical specifications from the customer. For each
specific contract, The Site Safety and Health Officer identifies supplemental technical
specifications on the Project Accident Prevention Plan when they are not otherwise specified by
the contract or the approved drawings. Operations Managers have job site access to contract
technical specifications for the activities they supervise. All Looks Great Services activities comply
with the contract technical specifications. We create an integrated safety management program
to ensure client concern and issues are included in the contractual work.
3.3. Contract Safety Submittals
3.4. Contract Safety Review and Approval
The President conducts customer contract reviews to ensure that:
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 130
t i
Looks � _
Great ��
Miami Shores Village
Services, Inc.
Customer requirements and specifications are complete
Looks Great Services has the capability to deliver the completed project in the time
allotted
Customer requirements and specifications are compatible with the relevant regulations, Looks
Great Services safety standards, and Safety System requirements
Before work begins, the President makes sure that all contract requirements are clearly
understood, all discrepancies are resolved, and all requirements are agreed upon. Once these
requirements are met, the President signs the contract.
4. Project- Specific Safety Standards
4.2. Regulatory Codes and Industry Standards - Every job is evaluated for industry, regulatory,
federal, state and local standards.
4.3. Safety Credential Requirements -The Site Safety and Health Officer defines safety - related
credentials for each project job position that affects safety including:
=a= Required training
Required certifications
Required experience
4.4. Project Risk Assessment — A project risk assessment is completed for every job, from major
project to job site level, including each feature of work.
4.5. Identification of Safety Controlled Features of Work — Safety issues are eliminated and become
part of the product assessment.
4.6. Activity Hazard Analysis — objective, clear -eyed, thorough hazard analysis is an essential
element of the LGS safety program.
4.7. Identification of Applicable Safety Risk Management Plans - Safety risk management is a
cultural feature of our work plan and is incorporated in our work execution plans.
4.8. Looks Great Services Safety Standards — LGS safety standards are clear, are trained to, and
are an inherent part of the LGS work process.
4.9. Application of Multiple Sources of Specifications — LGS tailors the safety requirements to the
job to ensure that every safety element is an integral part of every task.
5. Project Purchasing
The Site Safety and Health Officer defines safety - related credentials for each project feature of work
(FOW) that affects safety including required:
Organization and personnel licenses
iUi Personnel training
Organization and personnel certifications
Organization and personnel experience
REQUIRED CAPABILITIES
"U_ Senior person designated as Site Safety and Health Officer
!-4z Knowledge of Company safety standards
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 131
Great Miami Shores Village RESPONSE Services, Inc.
ems: Demonstrated capability to complete work to Company safety standards
Eo= Demonstrated skills and knowledge
�a:: Demonstrated experience
Demonstrated results
taz Effective self- inspection process
�-�-- Access to codes, standards and product instructions
Equipment availability
ka= Production capacity
�a:: Demonstrated results
For critical components, the Site Safety and Health Officer determines if a source safety inspection is
necessary to validate supplier safety and delivery capabilities.
6. Process Controls
6.2. Pre - construction and Safety Control Coordination Meeting
6.3. Preparatory Project Safety Planning
In preparation for the start of an upcoming feature of work, the Operations Manager reviews an
integrated and coordinated set of documents that collectively define safety standards for the feature of
work including:
Objectives and acceptance criteria of the FOW
Safety standards that apply to the FOW
Work instructions, process steps, and product installation instructions that apply to the FOW
Submittals
a Tools and equipment necessary to perform the work
�Itgzz License, certification, or other qualification requirements of personnel assigned to work
Required safety records of the process and resulting product
The subcontractor contracted to perform the work, if applicable
"o: Customer contract requirements
zik Required safety inspections
iai Location of safety system records and documents
6.4. Weekly Safety Planning and Coordination Meetings
6.5. Process Control Safety Standards
6.6. Daily Safety Control Report
6.7. Monthly Safety Report
6.8. Man -hour Exposure Report
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 132
Looks
Great
L Services, Inc. Miami Shores Village
RESPONSE RECOVERY
When a man -hour exposure report is required by the Safety Manual section 2.10.3 Project Safety
Records Plan, the Site Safety and Health Officer records a monthly status report as specified in
Standard Operating Procedure 6.8 Man -hour Exposure Report.
7. Inspections
7.2. Inspection acceptance criteria
7.3. Required Safety Inspections
A series of safety inspections are required for each feature of work. A feature of work may be
executed multiple times in a project, in which case a series of safety inspections are required for
each execution of the feature of work. Each safety inspection is identified on the safety inspection
plan referenced in section 2.9 Safety and Health Inspections. The Site Safety and Health Officer
ensures that safety inspections that apply to a specific project are clearly identified. Inspections
for a project include:
Customer required safety inspections as specified by the contract, contract technical
specifications, contract drawings, and approved submittals.
:4: Inspection of each feature of work identified in section 2.4.1 Identification of Safety Controlled
Feature of Work. Inspections of each feature of work includes:
Preparatory Site Inspection (Section 6.3.2)
• Material safety inspection (Section 7.3.1)
• Work in process safety inspections (Section 7.3.3)
• Hold points for customer safety inspection (Section 7.4)
• Additional safety inspections necessary to assure safety results.
• A project closeout safety inspection (Section 7.7)
7.4. Hold Points for Customer Safety Inspection
7.5. Safety Inspection Specifications
7.6. Safety Inspection Records
7.7. Project Completion and Closeout Inspection
B. Accident Reporting, Nonconformance and Corrective Actions
8.2.
Accident Reporting
8.3.
Immediate Action Notification
8.4.
Log of Work - related Accidents and Injuries
8.5.
Nonconformance
8.6.
Corrective Actions
9. Preventive
Actions
9.2.
Identify Preventive Actions for Improvement
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 133
Looks
Great Miami Shores Village
9.3. Train Preventive Actions for Improvement
10. Safety System Audits
10.2. Project Safety System Audit
10.3. Company -wide Safety System Audit
11. Record and Document Controls
11.2. Safety System Policy and Procedure Requirements
11.3. Records Control
11.4. Document Control
Forms created for reports, tracking, monthly inspections, AHAs, OSHA reporting, exposure
reporting, etc. have been drafted and included in our RaFT system. Previously LGS submitted
and was approved to utilize our redeveloped APP /Safety Assurance Plan and the forms therein
by Miami Shores Village on projects completed in New York after Hurricane Sandy. All EM 385-
1-1 elements required were incorporated into our plan, and can be customized, clarified, and
updated as directed on review. LGS' priority is a daily commitment to safety of the public, safety
of the workforce, and comprehensive safety of the project team.
3.5.1. Overview
Responsibilities for quality are specified not only for compliance with policies and procedures but also so
that decisions are based on principles that ensure quality. Documented responsibilities ensure that
expected behaviors are communicated throughout the company rather than left to discretionary
interpretation. Every necessary action is taken to ensure that the quality program is not a "process" but is,
instead, focused on delivery of quality service for the client.
3.5.2. Looks Great Services, Inc. Quality Policy
Quality is everyone's responsibility. LGS senior leadership holds everyone in the organization personally
accountable for adhering to the LGS Quality System policies and procedures. The LGS Quality Policy
describes the LGS commitment to quality and reinforces compliance with the Quality System. LGS senior
leadership communicates the Quality Policy message throughout the company so that all employees
understand their respective quality responsibilities. LGS senior leadership reviews the LGS Quality Policy
with all employees at least annually. LGS ensures the LGS Quality Policy is distributed to all employees and
is posted in all offices. Responsibility for the CQC program extends from the President down through every
organizational element
3.5.3. Quality Duties, Responsibilities, and Line of Authority
President: Quality Duties, Responsibilities, and Authority
While everyone is responsible for quality, the President is the one person in the company ultimately
responsible for quality. Regardless of other duties, quality responsibilities of the President include:
Ensuring that each employee understands his or her quality responsibilities as well as LGS quality
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 134
Looks .r _
Great
Services,lnc.
Miami Shores Villagz_
• -
=o: Establishing company quality policies and objectives
Conducting management reviews of the LGS Quality System
:or Ensuring the availability of necessary resources and information for effective operation of the Quality
System
',�i: Demonstrating commitment to the LGS Quality System and its integrity
: Ensuring achievement of LGS quality objectives
=o: Continuously improving the Quality System
CQC System Manager: Quality Duties, Qualifications, Responsibilities, and Authority
The CQC System Manager is responsible for ensuring the overall effectiveness of the Quality System for a
specific project. Regardless of other duties, the CQC System Manager is responsible for:
=4: Planning project quality controls required by the LGS Quality Systems and contract requirements
=o= Fully implementing all provisions of the LGS Quality System and related documents on the project.
;i_ Overall management the operation of the LGS CQC Plan on the project.
'-4: Implementing and managing all phases of quality control
=4: Communicating project- specific quality requirements to all affected departments, subcontractors and
suppliers, employees and customers
_4: Ensuring that the CQC Plan is established and implemented by persons doing work that impacts
quality
-4: Monitoring progress of activities
=o: Ensuring that the Quality System is maintained
Acting as the project quality liaison with parties outside the company on matters relating to quality
Reporting to senior management on performance of the CQC Plan, including needed improvements
1-4: Review and approval of all project CQC Plan records
�o: Review and approval of project quality - related contract submittals
--4 Managing all project inspection and quality control activities
Controlling and managing corrective actions
=. 4: Resolving quality nonconformance issues
ems: Ensuring ongoing training activities are being addressed during weekly safety and CQC tailgate
meetings with the workforce by Area, Sector, Zone and Site Managers
`o: Providing daily CQC Reports to the Contracting Officer (Miami Shores Village KO). Daily reports will
be submitted electronically, or in hard copy, to the KO no later than 0700 on the following day, with
each report addressing the full 24 hour period of removal, reduction, and disposal operations.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 135
LOOI(S �,
Great
Miami Shores Village
Services, Inc.
The CQC System Manager has the authority to:
=U= Act in all CQC Plan matters for LGS
Stop work when continuing work may adversely affect quality or cover up a defect
=�: Prevent the use of materials that may adversely affect quality or cover up a defect
To direct the removal and replacement of any non - conforming work or material by LGS, any
subcontractor, or any supplier.
=4= Suspend work and /or supply of materials by any staff member, subcontractor personnel, or supplier as
deemed necessary to assure quality results.
Alternate CQC System Managers acting in the role of the project CQC System Manager have the same
quality duties, responsibilities and authority as the project CQC System Manager. An alternate for all CQC
System Managers will be named. Qualifications for appointment as LGS' CQC System Manager (or
alternate) include a minimum of three years' experience in debris removal with a focus on quality control
operations.
CQC Area (Division) Manager: Quality Duties, Qualifications, Responsibilities, and Authority
The CQC Area Manager is the one person responsible for management of a specific state, county or group
of sectors depending on the size of an event as defined in the Geographical Area Management Plan. The
CQC Area Manager will report to the CQC System Manager and will be responsible for all CQC activities
within the assigned area. Regardless of other duties, the CQC Area Manager is responsible for:
_�i= Demonstrating commitment to the LGS Quality System and its integrity
:4: Ensuring achievement of project quality objectives
4: Providing adequate resources for effective operation of the CQC Plan on the project
=o: Ensuring that each design employee understands his or her quality responsibilities as well as LGS
quality policies
4: Ensuring that each project employee understands his or her quality responsibilities as well as LGS
quality policies
Conducting management reviews of the CQC Plan
_4: Ensuring the availability of necessary resources and information for effective operation of the CQC
Plan
,!o: Managing safety briefings and updates, as well as providing LGS quality control updates to the area
workforce during weekly tailgate meetings.
The CQC Area Manager has authority to:
-4: Stop work when continuing work adversely affects quality or covers up a defect
�,;i: Prevent the use of materials that would adversely affect quality or cover up a defect
q: Suspend work and /or supply of materials by any staff member, subcontractor personnel, or supplier as
deemed necessary to assure quality results.
Alternate CQC Area Managers acting in the role of the project CQC Area Manager have the same quality
duties, responsibilities and authority as the project CQC Area Manager. An alternate for all CQC Area
Managers must be named. Qualifications for appointment as LGS' CQC Area Manager (or alternate) include
a minimum of two years' experience in debris removal with a focus on quality control operations.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 136
Looks .�.
Great Miami Shores
Services, Inc.
CQC Sector and Zone Managers: Quality Duties, Responsibilities, and Authority
CQC Sector and Zone Managers verify that work performed by subcontractors and suppliers and LGS work
crews conforms to LGS quality standards. The President appoints one or more CQC Sector or Zone
Managers for each project. The CQC Sector and Zone Managers will have responsibility over all CQC
activities within a defined Sector or Zone. Sector Managers report to the Area Manager. Zone Managers
report to the Sector Manager.
CQC Sector and Zone Managers have specific responsibilities for:
Ensuring that work meets government regulatory and code requirements, customer requirements,
contract requirements, contract technical specifications, contract drawings, approved contract
submittals, and company quality standards and specifications
Ensuring that subcontractors and suppliers begin work in accordance with LGS start -work policies
-�; Ensuring that subcontractors and suppliers receive a notice to work only when conditions will not
adversely affect quality results
Conducting Sector or Zone quality inspections, tests, and recording findings on the RaFT System
Accurately assessing subcontractor quality and on -time performance
:o: Ensuring that quality standards are achieved before approving subcontractor or work crew completion
of work
;i: Managing Sector or Zone safety updates and briefings, as well as LGS quality control progress
reviews, with workforce at weekly tailgate meetings
The CQC Sector and Zone Managers have the authority to:
=o= Stop work when continuing work may adversely affect quality or cover up a defect
Prevent the use of materials that may adversely affect quality
Direct the removal or replacement of any non - conforming work or material
=o: Suspend work and /or supply of materials as deemed necessary to assure quality results.
Alternate CQC Sector and Zone Managers have the same quality duties, responsibilities and authority as
the CQC Sector or Zone Manager. Multiple CQC Sector and Zone Managers may be assigned to the
project.
CQC Site Manager
A CQC Site Manager verifies work performed by subcontractors and suppliers and LGS work crews
conforms to LGS quality standards. The President appoints one or more CQC Site Managers for each site.
The CQC Site Manager may be located at a disposal site, reduction site, curbside separation site, debris
loading site, a demolition site, or other sites that require CQC. The CQC Site Manager is someone at the site
location that is normally required to be there, but has added CQC responsibilities. The CQC Site Manager is
responsible for all CQC activities at their site location including reporting via the RaFT System. CQC Site
Managers must complete separate, specialized training for debris loading, separation, reduction, and
disposal sites, and those dealing with Household Hazardous Waste (HHW), and Hazardous, Toxic, and
Radiological Waste (HTRW) activities.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 137
1 /
looks r
Great ��
Miami Shores Village
Services, Inc.
A CQC Site Manager has specific responsibilities for:
�4: Ensuring that work meets government regulatory and code requirements, customer requirements,
contract requirements, contract technical specifications, contract drawings, approved contract
submittals, and company quality standards and specifications
.� Ensuring that subcontractors and suppliers begin work in accordance with LGS start -work policies
Ensuring that subcontractors and suppliers receive a notice to work only when conditions will not
adversely affect quality results
Conducting quality inspections, tests, and recording findings
Accurately assessing subcontractor quality and on -time performance
=�;: Ensuring that quality standards are achieved before approving subcontractor or work crew completion
of work
Manage site safety meetings and briefings, as well as LGS quality control progress, with site
workforce during weekly tailgate meetings.
The CQC Site Manager has the authority to:
-4: Stop work when continuing work may adversely affect quality or cover up a defect
=o: Prevent the use of materials that may adversely affect quality
Direct the removal or replacement of any non - conforming work or material
-mss Suspend work and /or supply of materials as deemed necessary to assure quality results.
Alternate CQC Site Managers have the same quality duties, responsibilities and authority as the CQC
Site Managers. Multiple CQC Site Managers may be assigned to the project.
All Employees: Quality Duties, Responsibilities, and Authority
All employees have quality responsibilities, all employees will be educated on what CQC means in the
context of the project and their individual responsibility ensuring delivery of quality service. It will be clear
that these responsibilities include:
=o: Conformance to project quality requirements
14: Compliance with the project quality plan
=4 Meeting or exceeding all applicable regulations, codes, industry standards, and manufacturer
specifications as well as meeting or exceeding our customers' contract and individual requirements.
`o: Fully implementing and complying with all provisions of the LGS Quality Manual.
The LGS CQC employee education and orientation will ensure that all employees understand that they have
the authority to:
�o. Stop work when continuing work may adversely affect quality or cover up a defect
`o: Prevent the use of materials that may adversely affect quality.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 138
Loo ks e
Great linc _
Services,. RESPONSE - RECOVERY - %
Specialized CQC Personnel
In addition to CQC Personnel specified elsewhere in the contract, LGS will provide as part of the CQC
organization specialized personnel to assist the CQC System Manager for the following areas: separation,
removal, and disposal of household hazardous waste (HHW), and Hazardous, Toxic, and Radiological
Waste (HTRW) activities and /or biological wastes when these materials are present. These individuals may
be employees of the prime or subcontractor, will be responsible to the CQC System Manager, and will be
physically present at the debris removal, reduction, and disposal operations site during work on their areas
of responsibility. These individuals may perform other duties but must be allowed sufficient time to perform
their assigned quality control duties as described in the Quality Control Plan.
LGS has established relationships with specialists in HHW and HTRW response. As part of our CQC plan,
LGS encourages, and has in past operations, requested co- locating at TDSRS sites with the US EPA, state
and local regulators and their contractors to foster solid working relationships and access to decision
makers which enables best value for addressing issues of paramount importance. Specialized CQC
Personnel must participate, and often assist in training, the workforce and CQC personnel assigned to
dealing with Household Hazardous Waste (HHW), and Hazardous, Toxic, and Radiological Waste (HTRW)
activities.
Quality System Performance Measures
Company -wide quality performance measures evaluate the effectiveness of the Quality System. The
following indicators are the primary measures of quality performance:
;o: Number of customer correction items identified at the project closeout quality inspection
Customer satisfaction feedback.
At least annually, senior managers evaluate LGS quality performance and set improvement goals. CQC
performance will be reviewed monthly in the review and analysis of project performance by the senior
leadership of LGS.
Customer Satisfaction Performance Measures
LGS will seek out feedback after project completion on whether customer quality expectations are being
met, and to what extent. The President analyzes customer satisfaction data to determine opportunities for
improvement and address any items of customer dissatisfaction. CQC performance assessments will be a
key element in the frequent liaison and assessment with Miami Shores Village operating personnel and
other stakeholders.
Exceptions; Noncompliance Issues
Exceptions to the LGS CQC Plan and customer contract requirements are tightly controlled:
Exceptions to compliance to contract specifications are approved only by the customer and the CQC
System Manager.
=o: Exceptions to the LGS Quality System not specified by contract requirements are approved only by
the LGS President or the senior CQC System Manager.
Exceptions are recorded in memoranda, change orders (Section 3.4.6 Change Order), or otherwise clearly
documented.
CQC Plan Noncompliance issues are of paramount importance as payment for any period of
noncompliance can be reduced under the contract. LGS recognizes and understands that if the Miami
Shores Village Quality Assurance (QA) program determines LGS is in noncompliance with the accepted
CQC Plan and contract requirements for CQC, the Government may /will reduce LGS' payment for the
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 139
1 /
looks � _
Great Miami Shores
Services, Inc.
period of nonconformance in accordance with the contract's performance based contracting pay table.
Furthermore, we recognize and understand that the Government may require removal of key CQC
personnel, resubmittal of the LGS CQC Plan, and an additional mutual understanding meeting with LGS
to establish and implement corrective measures deemed necessary to bring the LGS CQC program back
into contract compliance. Excellence in execution is a pivot point in the relationship with Miami Shores
Village. The CQC program must and will reflect the excellent performance that LGS will deliver because
we have a comprehensive and outstanding process and a superb CQC training and management
program.
Debris Eligibility Criteria
The LGS Quality Control Plan enforces the guidelines for debris eligibility established in FEMA 321, FEMA
322, FEMA 325, FEMA 327, FEMA 329, FEMA 9500 Series Policy Publications, DHS OIG- 11 -40, or as
defined and directed in a specific Task Order and Notice to Proceed. Generally, this means full FEMA
compliance. The CQC System Manager will work closely with Miami Shores Village QA/QAS teams to
ensure that all work is compliant and all documentation is properly obtained and documented to the client,
as required by the contract.
While Quality Control is the duty of each employee, one member of each crew is trained and specifically
assigned the responsibility as CQC Site Manager for properly determining eligibility of debris and by what
authority debris is eligible for removal. Every pile of debris collected is required to be evaluated as part of
LGS' CQC Plan. By automating LGS' CQC Plan with the RaFT System, LGS is able to provide unmatched
service and documentation to the debris collection process. In addition, deploying the RaFT System for
CQC Plan compliance provides real time automation to the quality control process. This enables LGS to
immediately address questions remotely, based on photographic evidence uploaded in real time to our
servers for web access by LGS CQC Managers and Miami Shores Village QA/QAS. To accomplish this,
the RaFT System is integrated into a web based server platform and iPad field data input system.
Each crew will have iPads operated by the CQC Site Manager that transmits each entry in real time when
cell phone service has been restored. When cell phone service is not restored, we are able to upload each
CQC Site Manager's entries daily to provide an optimal performance from our CQC Plan when the iPads
are within close proximity of the LGS Management Level Mobile Command and Communications Center
(MCC), or any Support Level MCC.
Benefits include quick review of "judgment calls" made in the field. LGS is capable of not only discussing by
cell phone, but also reviewing photographs to assist our crews and CQC Site Mangers in making the right
decision the first time, each and every time, in real time. In addition, LGS is able to provide immediate
review potential for Miami Shores Village QA/QAS personnel to also remotely respond to questions that
arise. This gives our CQC Plan a real time application. It also provides LGS with an opportunity to relay
details of decisions made by Miami Shores Village QA/QAS personnel in real time across the entire Area of
Operations (AO) for consistent application of decisions and directives. By implementing the RaFT System,
LGS can ensure performance of debris removal, reduction, demolition, and disposal that complies with
FEMA and contract requirements.
Documentation
LGS will maintain daily current records providing factual evidence that required quality control activities have
been performed via the RaFT System as well as hard copies. These records will include the work of
subcontractors and suppliers. Records will be on an acceptable form that includes, as a minimum, the
following:
=o= LGS /Subcontractor and their area of responsibility
=mss Operating plant/equipment with hours worked, idle, or down for repair
=o: Work performed each day, giving location, description, and by whom
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 140
1 /
Looks
Great
Services, Inc. Miami Shores Village
Test and /or control activities performed with results of such identified
:;i: Quantity of materials received at each site with statement as to the disposition of these materials
(i.e. Hauled, reduced, recycled, landfilled, etc.)
-o: Job safety evaluations based on activity hazard analyses, stating what was checked, results, and
instructions or corrective actions taken
4: Instructions given /received and conflicts with approved plans and /or specifications
These records will include a list of subcontractors working on the project; the number of personnel working;
weather conditions encountered; and any delays encountered. The original and one copy of these records in
report form will be furnished to the Government daily, except that reports need not be submitted for days on
which no work is performed
Reports will be signed and dated by the CQC System Manager. Daily reports will be submitted to the KO no
later than 0700 on the following day. Each report will address the full 24 hour period of removal, reduction,
and disposal operations.
3.5.4. CQC Plan Deliverables
LGS will deliver within three (3) days after receipt of Notice to Proceed our CQC Plan in detail as outlined in
the solicitation. Prior to acceptance, LGS President and appointed CQC Area Managers, CQC Sector
Managers, CQC Zone Managers, CQC Site Managers and all CQC Specialized Personnel will join in a
Coordination Meeting with Miami Shores Village QA staff and the KO to reach mutual understanding
regarding any details. Any changes after LGS' CQC plan is delivered will require to notify the KO in writing
and be subject to approval.
Details to be addressed in deliverables include Identifying CQC personnel, identifying CQC procedures, and
identifying control methods. At a minimum, deliverables will include:
;i: A complete description of the quality control organization, including an organization chart showing
lines of authority. This will include appropriate LGS points of contact for the CQC System Manager
and the Area, Sector, Zone and Site managers. It will also include name, qualifications, duties,
responsibilities, and authorities of each person assigned a CQC function. This will include
qualifications in resume format for the CQC System Manager, and all Area and Sector Managers.
Proof of training for Zone and Site Managers will be submitted to the Contracting Officer.
A copy of the letter to the CQC System Manager signed by the President of LGS which describes the
responsibilities and delegates sufficient authorities to adequately perform the functions of the CQC
System Manager, including authority to stop work which is not in compliance with the contract. The
CQC System Manager will issue letters of direction to all other various quality control representatives
outlining duties, authorities, and responsibilities. Copies of these letters will also be furnished to Miami
Shores Village.
:;i: Safety: The safety section of the CQC Plan will address worker protection, equipment safety, trimming
of loads, flagmen, work zone safety and traffic control.
:o: Debris Eligibility: The debris eligibility section will address what debris is eligible for removal versus
what should not be removed. A protocol will be provided for obtaining decisions on questionable
debris.
^:i;: Separation /Handling of Curbside Debris: This section will provide guidance on curbside debris
separation and removal concerning HHW, white goods, e- waste, and other materials as tasked.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 141
looks �
Great Miami Shores
Services , lnc -
>' =U' Protection of Infrastructure: This section will provide guidance, to include forms and POCs, for
documenting damages caused to the infrastructure (sidewalks, curbs, roadways, utilities, fencing,
mailboxes, etc.) during the debris removal operation. Damage to infrastructure must be kept to a
minimum requiring a special awareness of what may be hidden within the curbside debris piles.
_,4: Proper Loading /Unloading of Trucks: This section will provide instructions on properly loading trucks to
ensure full loads, ensure mixed debris loads are kept to a minimum, ensure tailgates are secure and
placards are clearly displayed, Freon systems in the white goods remain intact, and extension boards
on the dump bodies are maintained according to specifications. Trucks using TDSRS sites will be
inspected to assure loads are fully dumped.
Tracking of Hourly Rate Task: This section will outline in detail the appropriate procedures and forms
required to track and account for equipment hours, equipment down -time, and man hours. The
procedures will be in accordance with the contract scope and must be approved by the government
prior to use. The government and LGS will reconcile hours documented at the end of each day.
Private Property Debris Removal: This section will explain the requirements that must be in place prior
to removing debris from private property and define personal property and how it will be handled. This
section will include guidance on stumps, hanging limbs, and leaning trees if tasked.
�.o: Demolition: This section will explain the requirements that must be in place prior to performing
structure demolition on private property or public property. This section will also define personal
property and how it will be handled along with other special items of interest as defined by specific
task orders.
:4: Daily reports: This section will address reporting procedures, including proposed reporting formats and
schedule for submission of the daily summary reports that capture the main activities of the day. The
reports will include the CQC notes documenting the activities monitored each day. For example;
activity description and locations, times of inspections, infrastructure damage, problems with safety,
total number of trucks loaded, total number of loads and quantities hauled to reduction /disposal sites,
quantity of debris reduction, number of subcontractors working, incidents of contract non - compliance,
and corrective actions, if any, will be reported.
!8: Training Materials: The LGS developed training materials will be submitted with the CQC Plan for
review and comment by the Government. LGS will schedule and provide within three (3) days of
receipt of Notice to Proceed a one -day training session for all CQC personnel, Government Area and
Resident Engineers, and QA Supervisors. Additional training sessions will be scheduled and
conducted when required by task order.
LGS will update the CQC Plan and submit for Government approval with each addition of a major scope
element to ensure compliance with task order provisions. The update will be submitted within 48 hours of
issuance of the new task order or a contract change that necessitates a change to the CQC plan.
3.5.5. Physical Identification of CQC Personnel in the Field
LGS' CQC personnel performing quality control functions in the field will be easily identified visually. At a
minimum, the letters "Q" and "C" will be displayed on the back of the hard hat with two, two inch high, black
capital letters. LGS may elect to utilize other means of visual identification in addition to the letters on
approval by the Area Engineer and inclusion in the CQC Plan.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 142
1 /
Looks
Great ��
Services, Inc.
Disaster Debris Waste Reduction and Recycling Strategy
Recycling and Reuse
Disaster debris waste reduction and recycling are key and essential components of disaster response
operations. The volume of disaster debris can quickly overwhelm the logistics of quickly moving and
disposing of the materials. LGS is organized and fully equipped to deal with ferrous and non - ferrous metal
debris, soil, construction and demolition material, composting material, and hazardous materials. LGS has
extensive and comprehensive experience in waste management as shown in our past performance
supporting disaster events. Our teaming agreement scopes of work show the exceptional breadth and
depth of the LGS team's capability to manage and execute recycling and reuse operations.
Recycling and reuse strategies involve diverting material from the disposal stream and reusing it. The
recycling and reuse of disaster debris is most often limited to metals, soils, and construction and demolition
debris. Recycling and reuse debris types are described below.
Metals: Most nonferrous and ferrous metal debris is suitable for recycling. Metal maulers and
shredders can be used to shred trailer frames, trailer parts, appliances, and other metal items. Ferrous
and nonferrous metals are separated using an electromagnet and then sold to metal recycling firms.
=o= Soil: Soil can be combined with other organic materials that will decompose over time. This procedure
produces significant amounts of material, which can be sold, recycled back into the agricultural
community, or stored onsite to be used as cover when the site is returned to its pre- incident state. In
agricultural areas where chemical fertilizers are used heavily, recovered soil may be too contaminated
for use on residential or existing agricultural land. Jurisdictions should consult with their local health
department to establish what monitoring and testing is necessary to ensure that soil is not
contaminated with chemicals. If the soil is not suitable for agricultural or residential use, it may
ultimately need to be disposed of at a permitted landfill.
;4; Construction and Demolition: Concrete, asphalt, and masonry products can be crushed and used
as base material for certain road construction products, or as trench backfill. Debris targeted for base
materials needs to meet certain size specifications as determined by the end user. Clean wood
products used in construction can also be chipped or ground and used as mulch or hog fuel.
q_ Composting: Composting is the controlled decomposition of organic materials, such as leaves, grass,
wood, and food scraps, by microorganisms. The result of this decomposition process is compost — a
crumbly, earthy smelling, soil -like material. Yard trimmings and food scraps make up about 25 percent
of the waste generated in the average household; composting can greatly reduce the amount of waste
that ends up in landfills or incinerators. A section of DMSs should be reserved to receive compost
material after a disaster. Composting can be used not only for backyard garden soil additives,
farmlands, highways, and other landscaping projects, they can also be put to many innovative uses.
Jurisdictions using composting to reduce organic material need to be aware of, and prepared to
mitigate, several hazards, which include spontaneous combustion of piles and vector control for
rodents.
Volume Reduction Methods
LGS will employ the full range of options and capabilities to quickly, efficiently, and effectively reduce the
volume of debris waste material. The methods employed will include chipping, grinding and /or shredding
and incineration.
Volume reduction methods reduce the volume of disaster debris (including vegetative debris, construction
demolition debris, plastics, rubber, and metals) to decrease impact on disposal facilities or create
opportunities to reuse debris. Descriptions of volume reduction methods are as follows:
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 143
Looks
Creat IMOVATIVE
Miami Shores Village RESPONSE - RECOVERY - RESULTS
Chipping, Grinding and/or Shredding: Effective chipping, grinding and /or shredding can reduce the
waste volume by up to 75 percent. We have assembled the team, the equipment and capability to
process material in large volumes immediately upon issue of the NTP. LGS has an organic capability
based on our past performance and experience in disaster recovery at the federal, state, and local
level as shown in our past performance. In addition to our own capabilities, we have outstanding
small business subcontractors who will support the LGS team in chipping, grinding and /or shredding
the debris that is suitable for this method. We have the equipment that can be quickly moved to the
operational area to facilitate volume reduction. The equipment includes several high - quality, modern
pieces of volume reduction equipment. In addition, we will put preexisting contracting in place to lease
or buy additional equipment if necessary to support operations. We will work with Miami Shores
Village, stakeholders, and potential users and purchasers of the reduced material in disposing of it
quickly and cost - effectively for recycling and reuse applications. The benefit of using a reduction
method can be increased by identifying alternate uses for the residual material. The ability to use
recycled wood chips as mulch for agricultural purposes, fuel for industrial heating, or in a cogeneration
power plant helps to offset the cost of the reduction operations. Jurisdictions using chipping,
grinding and /or shredding to reduce the volume of vegetative debris must be careful to ensure
that contaminants such as plastics, soils, rocks, and special wastes are not present in the vegetative
debris after processing. LGS has state of the art technology to separate contaminants from vegetative
debris to produce a clean product for beneficial reuse. Care must also be taken when reducing
construction and demolition debris to ensure that it does not contain hazardous materials, such
as asbestos or lead.
Incineration: Air curtain pit incineration, portable incinerators, and controlled incineration in rural
areas are all methods for reducing disaster debris. The decision to use incineration as a reduction
strategy for some types of debris would be made by the Clean Air Regulatory Agency. We will use all
appropriate incineration options upon approval by Miami Shores Village and local authorities. LGS
has extensive experience in all types of incineration. We understand the risk, the techniques to
reduce the risk, and critical need to work with Miami Shores Village and local authorities. But, we
understand that incineration, when properly employed, can be a valuable tool in reducing the
volume of debris and restoring public safety and health in disaster areas. It is a process we have
used extensively and effectively in disaster management operations. Potential incineration methods
include: Hog Fuel Incinerators, Air Curtain Pit Incineration, Pre - permitted Portable Incinerators and
Rural Controlled Incineration.
Problem Waste Processing and Disposal
Problem waste, such as pathogenic waste; white goods; household hazardous waste; or biological or
nuclear waste, requires additional handling before it can be processed or disposed of and will vary
depending on the type and scope of the debris - causing incident. During debris processing, problem waste
should be removed and stored in a secure location until it can be disposed of properly. Because of their
prevalence during debris - causing incidents, several types of waste warrant further discussion:
°k Household Hazardous Waste (HHW): HHW has been prevalent during past disaster debris causing
incidents. Task Order specific strategies need to be developed to collect and store HHW during
disaster debris operations. The actual approach and methodology for handling HHW, HTRW and other
specialized wastes are located in Section 3.2 of this proposal.
=o= White Goods: White goods (including refrigerators) are commonly discarded after debris - causing
incidents because they no longer function or as a result of extended power outages that cause their
contents to decompose. Refrigerators are often processed in groups to remove the refrigerant along
with any food waste, before being recycled.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 144
Looks .. r
Great
Miami Shores Village.
Services,lnc.
ice- Electronic Waste (E- waste): E -waste may contain a variety of potentially toxic chemicals, including
heavy metals and polychlorinated biphenyls (PCBs). EPA has specifically classified cathode ray tube
(CRT) monitors as hazardous waste, and other electronic components may also qualify. Whenever
possible, E -waste should be separated from other waste and recycled by an a -waste processor.
Treated Wood: Treated wood includes different types of building material, including telephone poles,
railroad ties, fence posts, and wood used to construct docks. Care needs to be taken to ensure treated
wood is not chipped, shredded, mulched, composted, incinerated, or disposed of in unlined landfills
during processing and disposal.
-!o: Gypsum Drywall: When gypsum deteriorates in landfills it can create hydrogen sulfide gas, which
poses an explosion and inhalation hazard. Large amounts of drywall are often created during storms
and floods. Landfill managers must be aware of this and implement the proper precautions. If possible,
gypsum drywall should be recycled rather than disposed of in a landfill.
Asbestos: Regulations for asbestos handling are well established by several different local, state, and
federal agencies, including Ecology and the Clean Air Regulatory Agencies. After a major debris -
causing incident, asbestos inspections may not be possible prior to demolition, resulting in an
increased risk to public health. Jurisdictions should work with the Clean Air Regulatory Agency and
local public health agencies to ensure waste that possibly contains asbestos is properly handled and
disposed of.
--o: Human Waste: Following a disaster that disables water, sewer, or septic systems, citizens may have
human waste stored in containers that requires disposal. This is considered biohazardous waste that
cannot be included in the debris stream. Close cooperation is necessary between emergency
managers, local public health officials, and utility personnel to properly collect and dispose of this
waste.
Whenever possible, jurisdictions should attempt to segregate hazardous substances from the waste stream
as early in processing as possible in order to prevent contamination of larger amounts of waste.
Jurisdictions undergoing any cleanup effort that includes hazardous waste should consult with their local
hazardous waste staff, public health officials, and EPA to ensure the protection of public health.
Debris Sorting and Diversion
When establishing and operating debris management and neighborhood collection sites the site manager is
responsible for ensuring appropriate staff are available to monitor debris and ensure debris are sorted into
appropriate categories for recycling, reuse, special waste processing, and disposal.
Effective sorting and diversion begins at the point of pickup in neighborhoods and communities. LGS will
work with the stakeholders to educate residents who are affected to encourage sorting when possible at
the point of origin. LGS has established the organization and capability to mobilize quickly with tools,
equipment and PPE to begin the sorting and diversion process immediately upon issue of the NTP. This
will ensure immediate positive benefits to the affected communities and reduce the risk of health -
threatening pathogens, vermin and injury from disaster debris. We have organized to quickly and
effectively deal with all categories of recyclables and re- usables, waste requiring special processing and
waste that can be immediately disposed of. Effective sorting in the early stages of the debris removal
process will optimize resource utilization, improve health and safety, and reduce the logistics burden of
moving large volumes of debris quickly. Our company's profile, our past performance and supervision, and
our small business teaming relationships illustrate our capacity to perform this critical task.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 145
1 /
Looks
Great Ai
Services, Inc.
Miami Shores Village
Recycling
Resource
Recovery
Incineration
V��—Lanclfilling
Most Preferred
Less Preferred
Figure 13: Solid Waste Management Hierarchy
*Diversion of optimal MSW from landfills and incineration should be part of the any comprehensive solid
waste disposal plan as incineration is an outmoded 1980's technology. The U.S. Environmental Protection
Agency (EPA) does not consider waste to energy (WTE) incineration to be a recognized form of recycling.
While there are a few states that legislatively consider WTE to receive some recycling credit, WTE creates
airborne pollutants that are toxic and generate volume of 27% of toxic ash that must be permanently
landfilled.
Conclusion:
Disaster recovery directly affects the life and health of our fellow citizens. The moral imperative of quick,
effectual response to the needs of our fellow citizens is urgent and compelling. The contractors who are
selected for this critical task must have the capabilities to perform, but they must also appreciate the human
dimension of this important work. LGS has assembled a team with all the skills and capabilities. Because of
our experience in emergency services response we fully understand and appreciate the human dimension.
We have provided evidence of our capabilities and experience and look forward to working with Miami
Shores Village if we are selected for support of this critical mission.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 146
TAB 3
COST PROPOSAL
'?= RFP DOCUMENTS
Miami Shores Village
If
If ■ o� \
gIIINIVE1�s-
Request for Proposal
No. 2018 -10 -02
"Disaster Debris Reduction and Disposal Services
DR 4337 Hurricane Irma"
RFP Sealed Proposal Acceptance:
Monday, November 13th, 2017, 5:00 P.M.
Miami Shores Village Hall
10050 N.E. 2 "d Avenue
Miami Shores, FL 33138
October 30, 2017
MIAMI SHORES VILLAGE, FLORIDA
Miami Shores Village, Florida (the "Village ") invites qualified firms to submit proposals to
provide:
"Disaster Debris Reduction and Disposal Services, DR 4337 Hurricane Irma"
Miami Shores Village is accepting Requests for Proposals from a firm(s) to provide services
necessary for the project (the "Project ") described herein.
Miami Shores Village, Florida (the "Village ") will receive sealed proposals until 5:00 PM (local),
November 13th, 2017, at Village Hall, 10050 N.E. 2nd Avenue, Miami Shores, FL 33138. Faxed or
e- mailed proposals shall be rejected and will not be accepted.
The Village's contact information for this RFP is:
Scott Davis, Director of Public Works
Miami Shores Village
10050 N.E. 2nd Avenue
Miami Shores, Florida 33138
Telephone: 305 - 795 -2210
Email: daviss @msvfl.gov
RFP documents may be obtained via the Internet at the Miami Shores Village website at
www.miamishoresvillage.com. If you do not have internet access, you may obtain the
documents by contacting the Village Manager's Office.
The Village reserves the right to reject proposals with or without cause and for any reason, to
waive any irregularities or informalities, and to solicit and re- advertise for other proposals.
Incomplete or non - responsive proposals may be rejected by the Village as non - responsive or
irregular. The Village reserves the right to reject any proposal for any reason, including,
but without limitation, if the Proposer fails to submit any required documentation, if the
Proposer is in arrears or in default upon any debt or contract to the Village or has failed to
perform faithfully any previous contract with the Village or with other governmental
jurisdictions. All information required by this RFP must be supplied to constitute a proposal.
A. DEFINITIONS
For the purposes of this Request for Proposal (RFP): Proposer shall mean the contractor,
consultant, respondent, organization, firm, or other person submitting a response to this RFP.
Village shall mean the Miami Shores Village, Village Council or Village Manager, as applicable,
and any officials, employees, agents and elected officials.
Contact information for the purpose of this RFP shall mean:
Scott Davis, Director of Public Works
10050 N.E. 2nd Avenue
Miami Shores, Florida 33138
Telephone: 305 - 795 -2210
Email: daviss @msvfl.gov
B. INVITATION TO PROPOSE; PURPOSE
The Village solicits proposals from responsible Proposers to submit qualifications to perform work
for or provide goods and /or services to the Village as specifically described in Scope of Services.
C. CONTRACT AWARDS
The Village Council anticipates entering into a contract with the Proposer who submits the
proposal judged by the Village to be most advantageous. The Village anticipates awarding one
contract, but reserves the right to award more than one contract if in its best interest. If the
Vi I I age selects a Proposal, the Vi I I a ge will provide a written notice of the award.
The Proposer understands that neither this RFP nor the notice of award constitutes an agreement
or a contract with the Proposer. A contract or agreement is not binding until a written contract
or agreement has been approved as to form by the Village Attorney and has been executed by
both the Village (with Council approval, if applicable) and the successful Proposer.
D. PROPOSAL COSTS
Neither the Village nor its representatives shall be liable for any expenses incurred in
connection with preparation of a response to this RFP. Costs of preparation of a response to
this request for proposals are solely those of the proposers. Proposers should prepare their
proposals simply and economically, providing a straightforward and concise description of the
Proposer's ability to meet the requirements of the RFP. The Village bears no responsibility for any
costs associated with any administrative or judicial proceedings resulting for the solicitation
process.
E. INQUIRIES
The Village will not respond to oral inquiries. Proposers may, via electronic mail, submit written
inquiries for interpretation of this RFP to the attention of Scott Davis.
Please mark the correspondence "RFP No. 2018- 10 -02 ".
The Village will respond to written inquiries received at least 5 working days prior to the date
scheduled for receiving the proposals. The Village will record its responses to inquiries and any
supplemental instructions in the form of a written addendum. If addenda are issued, the Village
will email, mail or fax written addenda to any potential Proposer who has provided their
contact information to the Director. Although the Village will make an attempt to notify each
prospective Proposer of the addendum, it is the sole responsibility of a Proposer to remain
informed as to any changes to the RFP.
nFI AY-1;
The Village may postpone scheduled due dates in its sole discretion. The Village will attempt to
notify all registered Proposers of all changes in scheduled due dates by written addenda.
G. PRE - PROPOSAL MEETING No pre - proposal meeting is scheduled.
H. PROPOSAL SUBMISSION
Proposers shall submit one (1) original unbound and five (5) copies of the proposal in a sealed
package. All copies will be on 8 %" x 11" plain white paper, typed, and signed by an authorized
representative who is able to contractually bind the Proposer. In addition, Proposers must
submit one (1) original copy of the Proposal on electronic media in printable Adobe or Microsoft
Word format (or other format approved by the Village). Failure to adhere to the submittal
quantity criteria may result in the Proposal being considered non - responsive.
The package shall be clearly marked on the outside as follows:
To: Miami Shores Village
RFP No. 2018 -10 -02
Subject: "Disaster Debris Reduction and Disposal Services DR 4337 Hurricane Irma"
Submitted by: Looks Great Services of MS, Inc.
Address: 1501 Highway 13 North, Columbia, MS 39429
Proposals shall be submitted in person or by mail. Email submittals are not accepted.
Any proposal may be withdrawn until the date and time set above for the submissions of the proposals.
Late submittals, additions, or changes will not be accepted and will be returned.
Pursuant to County Code, public notice is hereby given that a "Cone of Silence" is imposed concerning the
Miami Shores Village competitive purchasing process, which generally prohibits communications
concerning the RFP from the time of advertisement of the RFP until such time as the Village Manager makes
a written recommendation to the Village Council concerning the competitive purchase transaction. For
more information on the "Cone of Silence ", please contact the Communications Specialist, Elizabeth Keeley
at keeleye @miamishoresvillage.com.
REQUEST FOR PROPOSALS
DISASTER DEBRIS REDUCTION AND DISPOSAL SERVICES
DR 4337 Hurricane Irma
RFP No. 2018 -10 -02
PURPOSE: Miami Shores Village is soliciting sealed proposals to provide Disaster Debris Reduction, and
Disposal Services from a qualified Contractor capable of providing debris reduction services and disposal
at a Dade county permitted landfill. Contractor should also provide experience with Debris Reduction and
Disposal per FEMA Public Assistance disaster debris requirements for Category A Debris Removal. In
addition, stump removal services should be included as part of contractor's submittal. These services will
include, but not be limited to, the "Scope of Services" as described herein.
A. INSTRUCTIONS TO PROPOSERS:
A paper original and five copies of the proposal are to be submitted in a sealed envelope labeled "DISASTER
DEBRIS REDUCTION AND DISPOSAL SERVICES, DR 4337 Hurricane Irma" by 5 PM, November 13, 2017. A
contract will be awarded by the Village Council during their Regular Meeting on or after November 21,
2017. The Village reserves the right to reject any or all bids and to award contract(s) in the best interest of
the Village.
The time and date for receipt of Proposals will be scrupulously observed. Late transmittal delays will be
rejected as non - responsive regardless for the reason for delay.
Contact Information:
Scott Davis, Director of Public Works
Miami Shores Village
10500 NE 2nd Avenue
Miami Shores, FL 33138 -2382
Email: daviss @miamishoresvillage.com
Office: (305) 795 -2210 Fax: (305) 795 -2213
Interested firms may not contact any staff member of Miami Shores Village except the above referenced
individual. All inquiries related to this RFP will be routed to the appropriate staff member for response.
The RFP title and number should be referenced on all correspondence. If any questions or responses
require revisions to the Scope of Work as originally published, such revisions will be by formal amendment
only.
B. TERMS AND CONDITIONS:
Miami Shores Village reserves the right to accept or reject any or all proposals, with or without
cause, to waive technicalities, or to accept the proposal which, in its sole judgment, best serves the
interest of the Village, or to award a contract to the next most qualified proposer if a successful
proposer does not execute a contract within 10 days of award or notice to mobilize after the
selection by the Village, Miami Shores Village reserves the right, to cancel a solicitation at any time
prior to approval of the award by the Village.
2. Miami Shores Village reserves the right to request clarification of information submitted and to
request additional information of one or more applicants.
3. Any proposal may be withdrawn until the date and time set above for the submission of the
proposals.
4. Costs of preparation of a response to this request for proposals are solely those of the proposers.
Miami Shores Village assumes no responsibility for any such costs incurred by the proposer. The
proposer also agrees that Miami Shores Village bears no responsibility for any costs associated
with any administrative or judicial proceedings resulting from the solicitation process.
5. The proposer receiving the award will obtain or possess the following insurance coverage's, and
will provide Certificates of Insurance to Miami Shores Village to verify such coverage.
a. Worker's Compensation Insurance covering all employees and providing benefits as required by
Florida Statute, Chapter 440, regardless of the size of the company (number of employees), but
no less than $1,000,000 for Employers' Liability. Said coverage shall include a waiver of
subrogation in favor of Miami Shores Village and its agents, employees and officials. The
Contractor further agrees to be responsible for employment, control and conduct of its
employees and for any injury sustained by such employees in the course of their employment.
b. Liability Insurance
i. Naming Miami Shores Village as an additional insured, on General Liability
Insurance only, in connection with work being done under this contract.
ii. Professional Liability (Errors and Omissions) coverage shall include coverage for all
claims arising out of the services performed with limits not less than $1,000,000
per claim. The aggregate limit shall either apply separately to this contract or shall
be at least twice the required per claim limit.
iii. Such Liability insurance shall include the following checked types of insurance and
indicated minimum policy limits.
c. Automobile Liability Insurance -Automobile Liability coverage shall be in the minimum amount of
One Million Dollars ($1,000,000) per occurrence.
The certification or proof of insurance must contain a provision for notification to the Village
thirty (30) days in advance of any material change in coverage or cancellation.
The successful Proposer shall furnish to the Village the certification or proof of insurance
required by the provisions set forth above, within ten (10) days after notification of award of
contract.
of Insurance
LIMITS OF LIABILITY
each
occurrence aggregate
GENERAL LIABILITY: MINIMUM $1,000,000 per OCCURRENCE / $2,000,000 AGGREGATE
* Policy to be written on a claims
incurred basis
XX
comprehensive form
XX
premises - operations
bodily injury
XX
explosion & collapse
hazard
property damage
XX
underground hazard
XX
products /completed
operations hazard
bodily injury and
XX
contractual insurance
property damage
XX
broad form property
Combined
damage
XX
independent contractors
XX
personal injury
personal injury
AUTOMOBILE LIABILITY: MINIMUM $1,000,000 per OCCURRENCE /$2,000,000
AGGREGATE
bodily injury
(each person)
bodily injury
XX comprehensive form (each accident)
XX owned property damage
XX hired bodily injury and
XX non -owned property damage
Combined
REAL & PERSONAL PROPERTY
comprehensive form Consultant must show proof they have this coverage.
EXCESS LIABILITY
bodily injury and
XX umbrella form property damage
XX other than umbrella combined $2,000,000. $2,000,000.
-----------------------------------------------------------------------------------------------------------------------------
XX PROFESSIONAL LIABILITY $1,000,000. $1,000,000.
* Policy to be written on a claims made basis
6. The consulting firm awarded this contract shall maintain adequate records to justify all charges,
expenses, and costs incurred in estimating and performing the work for at least five (5) years after
completion of the contract resulting from this RFP. Miami Shores Village shall have access to all
records, documents and information collected and /or maintained by others in the course of the
administration of the agreement. This information shall be made accessible to the Village at the
awardees place of business for purposes of inspection, reproduction and audit without restriction.
Miami Shores Village will contract between the Village and the selected contractor for the debris
removal, reduction and final haul out for Hurricane Irma and any other storm event during the
2017 hurricane season.
8. CFR 200 Compliance Language
Procurements: While assisting the Village with project procurements or in the event the vendor
must procure additional resources post- contract award, the awarded proposer will strictly adhere
to 2 CFR 200 procurement rules. This includes adhering to the strictest provisions of Federal, State,
and Local Procurement Rules, Regulations and /or Ordinances, etc.
Miami Shores Village requires the awarded contractor to maintain strict adherence to the FEMA
Required Contract Clauses as attached in Exhibits "A" and "B ".
C. PROPOSAL FORMAT:
Proposers must succinctly respond in the format delineated below. Elaborate, irrelevant, or otherwise
unnecessary information will not be considered.
The following information shall be tabbed on the paper copy to identify the required information. Failure
to submit this information will render your proposal non - responsive.
1. QUALIFICATIONS OF THE FIRM
a) Submit background information about your company including such information as the
officers, date and location (State) of incorporation, and the names of the staff directly
involved with debris removal services.
b) Submit firm project experience with State and Local Disaster debris reduction and disposal
services per FEMA Disaster debris reduction and disposal reimbursement requirements.
2. OPERATIONS PLAN
a.) Provide how your firm plans to mobilize, including response time, debris reduction
equipment to be utilized, site activation, and site closure. Provide the name and address
of the permitted disposal facility proposed for this work and authorization to dispose at
permitted landfill. Contractor is to ensure full compliance consistent with, OSHSA safety
regulations, Federal Emergency Management Agency (FEMA) requirements for cost
reimbursement for debris reduction and disposal.
b.) Outline the process whereby the Village and the Contractor coordinate all
documentation that adheres to federal, state, and FEMA guidelines for reimbursement.
3. COST PROPOSAL
Each Proposer must complete and submit the attached Cost Proposal Form /Fee Schedule.
The Cost Proposal will be evaluated per rates submitted on the cost proposal form.
4. MINORITY PARTICIPATION
Miami Shores Village will consider disadvantage minority participation. Contractors will provide
minority subcontracting plan or list the State certified minority contractor to be used for this
work.
D. SELECTION CRITERIA: Evaluation of Responses:
All properly submitted RFP Packages shall be evaluated by Miami Shores Village based on the below
selection criteria.
The Village desires to avoid the expense to all parties of unnecessary presentations; however, the Village
may elect to conduct oral interviews or presentations from one or more of the respondents in order to
make a final determination of the top rankings. If the Village elects to conduct oral interviews or
presentations, selected firms will be notified. All such presentations or interviews shall be open to the
public.
The following weighted criteria will be utilized to select the consultant awarded this contract.
1. Qualifications of firm 20 points
2. Operations Plan 20 Points
3. Cost Proposal 50 Points
4. Minority Participation (MWDBE) 10 Points
100 Points
E. GENERAL SCOPE OF SERVICES
A general description of the scope of services required includes, but is not limited to, the following.
Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower,
and consumables to complete the work.
1. The services to be provided by Contractor for the Village include those which are necessary for the
Hurricane Irma Debris reduction of approximately 60,000 cy of vegetative storm debris and debris
disposal at a permitted landfill.
2. The method(s) utilized for debris removal under this agreement are to be determined by the
Contractor and approved by the Village. The Contractor shall be entitled to employ heavy
equipment, and personnel necessary to accomplish the objective of the Village.
3. In addition, stump removal services should be included as part of contractor's submittal on a
separate sheet.
4. The Contractor shall perform work so as not to interfere with the normal operations of the Village,
state or federal functions and or violate existing regulations of these or other regulatory agencies.
5. The Contractor shall promptly correct all work rejected by the Village as failing to conform to this
Agreement. The Contractor shall bear all costs of correcting such rejected Work. Rejected work
shall consist of that work which is deemed ineligible by the Village's representative.
6. The parties agree that time is of the essence in the completion of the work called for under this
Agreement. The Contractor agrees that all Work shall be executed regularly, diligently, and
uninterrupted at such a rate of progress as will ensure full completion thereof within the time
specified.
Debris Reduction and Disposal Operations:
Respondents are to make no changes to the following table and are required to fill it out completely. Values
must be provided for all categories below or the response may be deemed non - responsive.
1. Debris Reduction
Debris Reduction of vegetative debris via grinding at the Miami Shores Village permitted temporary debris
storage reduction site (TDSR). Price includes set -up, equipment mobilization and demobilization, and final
load out of debris; maintenance of onsite entry and exit roads, and closure of temporary debris storage
and reduction site (TDSR). Price includes maintaining dust particulates to a minimum and provide dust
particulate control if needed.
Per Cubic Yard $ 11.00
2. Final Haul and Debris Disposal at a Class I Landfill
Note: contractor is to provide a permitted disposal facility location which contractor has disposal
contract price for reduced vegetative storm debris disposal.
Debris Disposal at permitted Landfill; Disposal Tipping fees will be included in the amount quoted.
Per Cubic Yard $ 18.00
3. Stump Removal Services Per stump $ 600.00
DISASTER DEBRIS REDUCTION, AND
DISPOSAL SERVICES RESPONDENT'S CERTIFICATION
I have carefully examined the Request for Proposal.
I hereby propose to furnish the services specified in the Request for Proposal. I agree that my
submittal will remain firm for a period of at least 365 days in order to allow the Village adequate
time to evaluate the submittals and determine a ranking of the most qualified Responders.
I certify that all information contained in this submittal is truthful. I further certify that I am duly
authorized to provide this submittal on behalf of the Responder as its agent and that the
Responder is ready, willing and able to perform if an Agreement is executed.
I further certify, under oath, that this submittal is made without prior understanding, agreement,
connection, discussion, or collusion with any other person, firm or corporation tendering a
submittal for the same service; that no officer, employee or agent of the Village or any other
respondent has an interest in said submittal; and that the undersigned executed this Respondent's
Certification with full knowledge and understanding of the matters therein contained and was
duly authorized to do so.
Looks Great Services of MS, Inc.
Responder
BY:
Signature
Kristian Agoglia, Vice President
Name and Title, Typed or Printed
1501 Highway 13 North
Mailing Address
Columbia, MS 39429
City, State, Zip Code
Sworn to and subscribed before me
this 134h day of 20 yr
�M.. 1S . �4vadtrr
Notary Public Signature
STATE OF
601 ) 736 -0037 "Ter i -k . � --,k - v b
Telephone Number Printed, typed or stamped name of notary public
*' �M Is'
p� f,RY pU�;{
-� Commission Expires CidHYw �4% aox%
ID ft 632 65 ..»
TERI R. SANDERS
Commisslon Upires,�
.�, June 21, 2021 ;,�.,:
C•4U��F`
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL
AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to Miami Shores Village, Florida.
by: Kristian Agoglia, Vice President
(print individual's name and title)
for: Looks Great Services of MS, Inc.
(print name of entity submitting sworn statement)
whose business address is:
1501 Highway 13 North, Columbia, MS 39429
and (if applicable) its Federal Employer Identification Number (FEIN) is: 27.4125328
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement:
2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including but not limited to, any Response or contract for goods or services to be provided to any
public entity or an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by indictment or information after July
1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
a. A predecessor or successor of a person convicted of a public entity crime; or
b. An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in the
management of an affiliate. The ownership by one person of shares constituting a controlling interest
in another person, or a pooling of equipment or income among persons when not for fair market
value under an arm's length agreement, shall be a prima facie case that one person controls another
person. A person who knowingly enters into a joint venture with a person who has been convicted of
a public entity crime in Florida during the preceding 36 months shall be considered an affiliate,
5. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter into a binding Agreement and which bids or applies to bid on Agreements for the
provision of goods or services let by a public entity, orwhich otherwise transacts or applies to transact
business with a public entity. The term "person" includes those officers, directors, executives,
partners, shareholders, employees, members, and agents who are active in management of an entity.
6. Based on information and belief, the statement, which I have marked below, is true in relations to the
entity submitting this sworn statement. (Indicate which statement applies).
• Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime
subsequent to July 1, 1989.
• The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
® The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing
Officer of the State of Florida, Division of Administrative Hearings and the final Order entered by
the Hearing Officer determined that it was not in the public interest to place the entity submitting
this sworn statement on the convicted vendor list (attach a copy of the final order).
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC
ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS
VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT
I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO AN AGREEMENT IN EXCESS OF
THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF
ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. `
Signature
Kristian Agoglia
Printed Name
Sworn to and subscribed before me this 134VI day of ),C." ,.,b. 20 Ig
Personally known VNA &kc &,
OR
Produced identification
Type of identification, (PRY pU�
ID k 63265
TERI R. SANDERS
%Commlsslon Explres.:
"'•., June 21, 2021
Notary Public —State of Y^,Az,*4pp,
My commission expires: GG.. , ��� saw%
lcr1 1�. 3gr,derb
Printed, typed or stamped name of notary public
AMERICANS WITH DISABILITIES ACT (ADA)
DISABILITY NONDISCRIMINATION STATEMENT
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC.
This sworn statement is submitted to Miami Shores Village, Florida.
by: Kristian Agoglia, Vice President
(print individual's name and title)
for: Looks Great Services of MS, Inc.
(print name of entity submitting sworn statement)
whose business address is: _ 1.501 Highway 13 North, Columbia MS 39429
and (if applicable) its Federal Employer Identification Number (FEIN) is: 27- 4125328
(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement:
I, being duly first sworn state:
That the above named firm, corporation or organization is in compliance with and agreed to continue to
comply with, and assure that any subcontractor, orthird party contractor underthis project complies with
all applicable requirements of the laws listed below including, but not limited to, those provisions
pertaining to employment, provision of programs and services, transportation, communications, access
to facilities, renovations, and new construction.
The American with Disabilities Act of 1990 (ADA), Pub. L. 101 -336, 104 Stat 327, 42 USC 1210112213 and
47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public
Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V,
Miscellaneous Provisions.
The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501 - 553.513,
Florida Statutes:
The Rehabilitation Act of 1973, 229 USC Section 794;
The Federal Transit Act, as amended 49 USC Section 1612;
The Fair Housing Act as amended 42 USC Section 3601 -3631,
Signature
Sworn to and subscribed before me this 1 day of 20 1,7
Personally known NPn 'V %— N q..M
eI
IN
Produced identification ,.� °`' '�•.
,• S'
Type of identification : co I D # 63265 :
TERI R. SANDERS
%Commission Expires.
�'••�y� June 21, 2021
•910 pU
�t4 �. 1e1h►I.A.AA•
Notary Public— State of
My commission expires: <k--- ML\3 font
1L, bwhAerA'
Printed, typed or stamped name of notary public
MIAMI SHORES VILLAGE
CONFLICT OF INTEREST
DISCLOSURE FORM
Information and Instructions
Miami Shores Village, Florida requires this disclosure statement to be completed and filed with all
proposals, bids responses, contracts, or grant or loan requests to the Village in excess of $10,000.
The disclosure statement is not required for contracts for gas, water, and electric services where
no competition exists, or where rates are fixed by law or ordinance. In circumstances where a contract
is awarded by competitive bid, the disclosure statement shall be required from persons submitting
responses to requests for proposals, requests for qualifications, invitation to bid, grant applications,
or other proposals.
A copy of the disclosure statement shall be maintained by the awarding Village Department.
Miami Shores Village shall not enter into any contract or appropriate any public funds with any person who
refuses to provide information required on the disclosure form.
Any person who provides misleading or incorrect information on the disclosure statement shall be
disqualified from participation. Also, the contract or grant shall be voidable by the Village if the
misleading or incorrect information on the disclosure statement is discovered by the Village subsequent
to execution of a contract.
Definitions
"Business Entity" means any corporation, partnership, limited partnership, proprietorship, firm,
enterprise, franchise, association, self - employed individual, or trust, whether fictitiously named or not,
doing business in the state of Florida.
"Family, or Family Members, or Familial Relationship" means included but limited to individuals who are
related to a public official as father, mother, son, daughter, brother, sister, husband, wife, father -in -law,
mother -in -law, son -in -law, daughter -in -law, brother -in -law, sister -in -law, half- brother, half- sister, a
person who is engaged to be married to a public official or who otherwise holds himself or herself out as
or is generally known as the person whom a public official intends to marry or with whom a public official
intends to form or has formed a household.
"Person" means an individual, firm, partnership, association, joint venture, cooperative, or corporation, or
any other group or combination acting in concert.
"Public Official" means a person either elected to a governmental position, or appointed to a
governmental position who is authorized by statute, resolution or charter to exercise part of the sovereign
power of the governmental entity and whose duties of involve the exercise of discretion on behalf of the
governmental entity. This would include those who are considered Department Heads by the Village.
Instructions
Complete all lines as indicated. If an item does not apply, denote N/A (not applicable). If you cannot include
required information in the space provided, attach additional sheets as necessary.
Looks Great Services of MS, Inc.
ENTITY COMPLETING FORM
1501 Highway 13 North
ADDRESS
Columbia, MS 39429 601- 736 -0037
CITY, STATE, ZIP TELEPHONE NUMBER
VILLAGE DEPARTMENT THAT WILL RECEIVE GOODS, SERVICES, OR IS RESPONSIBLE FOR GRANT AWARD
ADDRESS
CITY, STATE, ZIP
This form is provided with the following document:
TELEPHONE NUMBER
EJInvitation to Bid � Request for Proposal / Qualifications E] Proposal E�] Grant or Loan Request 0 Other
Has your business entity or any of your business entities' partners, divisions, or any related business entity previously performed work
or provided goods or services to any Village Department within the current or last two calendar years?
Yes 0 No
If yes, identify below the Village Department that received the goods or services, the type(s) of goods or services previously provided, and
the amount received for the provision of such goods or services. (Use additional pages if necessary)
Has your business entity or any of your business entities' partners, divisions, or any related business entity previously applied for and
received any grants or loans from any Village Department within the current or last two calendar years?
0 Yes 0 No
If yes, identify the Village Department that awarded the grant or loan, the date such grant or loan was awarded, and the amount of the
grant or loan.
VILLAGE DEPARTMENT DATE GRANT AWARDED OF . .•
1. List below the name(s) and address(es) of all public officials with whom your business entity, or members of your immediate family
have a familial relationship. Identify the office the public official holds or the Village Department for which the public official works. (Attach
additional sheets if necessary.)
N/A
2. List below the name(s) and address(es) of all family members of public officials with whom your business entity, or members of your
immediate family have a familial relationship. Identify the office the public official holds or the Village Department for which the public official
works. (Attach additional sheets if necessary.)
ADDRESS NAME OF PUBLIC OFFICIAL/ VILLAGE DEPT
IEMBER
N/A
If you identified individuals in items one and / or two above, describe in detail below the direct benefit to be gained by the public officials,
and /or their family members as the result of the contract, proposal, request for proposals, invitation to bid, or grant proposal. (Attach
additional sheets if necessary.)
List below the name(s) and address(es) of all paid consultants and /or lobbyists utilized in preparation of request for proposal or qualifications,
invitation to bid, or grant or loan proposal:
CONSULTANT/LOBBYIST NAME OF PAID ..-
N/A
List below the names of any individuals, partners, or officers of the business entity who worked for the Miami Shores Village within the
current or past two calendar years.
ADDRESS NAME OF INDIVIDUAL
N/A
By signing below, I certify under oath and penalty of perjury that all statements on or attached to this form are true and correct to
the best of my knowledge. l further understand that omissions shall be cause for disqualification from participation in the proposed
transaction.
Signature /� `/� Date / /
Printed Name //� Title
���
J
Y
VENDOR APPLICATION
Business Name: Looks Great Services of MS, Inc.
Order from Address: 1501 Highway 13 North City: Columbia State: MS Zip: 39429
Pay to Address: 1501 Highway 13 North City: Columbia
(if different)
Address:
Telephone: ( 601 ) 736 -0037
Email Address: orry.sanders @looksgreatservices.com
City
State: MS Zip: 39429
State: Zip:
Fax: 601 ) 736 -1924
Website URL: www.looksgreatservices.com
Contact Person: Kristian Agoglia Title: Vice President
Federal I.D. No.: 27- 4125328 Date Business Established:
Business is: NCorporation ❑Proprietorship ❑Partnership ❑Other:
Primary business classification (check all that apply):
11/9/2010
[]Retailer ❑Wholesaler []Manufacturer []Services NPrime Contractor []Sub Contractor
All applicants are required to provide a copy of their Business Tax Certificate if they have an office
in Miami Shores Village, as well as their Workman's Compensation Insurance Certificate (if
applicable).
Please see the enclosed commodity list to properly identify the commodities and /or services,
which your firm provides. Please mail completed Vendor Application to the mailing address
above. The undersigned does hereby certify that the foregoing and subsequent statements are true
and correct.
/X� Vice President
Signature Title
Kristian Aqoqlia November 8, 2017
Print Name Date:
Exhibit "A"
FEMA PUBLIC ASSITANCE PROGRAM REQUIRED CONTRACT CLAUSES
1. Equal Employment Opportunity
If this contract meets the definition of a "federally assisted construction contract" as provided in 41
C.F.R. §60 -1.3, the following shall apply to the contractor's performance under this contract:
a. The contractor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants
are employed, and that employees are treated during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include, but not be limited to the following:
employment, upgrading, demotion, or transfer; recruitment of recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination
clause.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that all qualified applicants will receive considerations for employment without regard
to race, color, religion, sex or national origin.
C. The contractor will send to each labor union or representative of workers with which he has a collective
bargaining agreement of other contract or understanding, a notice to be provided advising the said
labor union or workers' representatives of the contractor's commitments under this section, and shall
post copies of the notice in conspicuous places available to employees and applicants for employment.
d. The contractor will comply with all provisions of the Executive Order 11246 of September 24, 1965, and
of the rules, regulations and relevant orders of the Secretary of Labor.
e. The contractor will furnish all information and reports required by Executive Order 11246 of September
24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by the administering agency and the Secretary of
Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders.
f. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or
with any of the said rules, regulations or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation,
or order of the Secretary of Labor, or as otherwise provided by law.
g. The contractor will include the portion of the sentence immediately preceding paragraph (a) and the
provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by
rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order
11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or
vendor. The contractor will take such action with respect to any subcontract or purchase order as the
administering agency may direct as a means of enforcing such provisions, including sanctions for
noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened
with, litigation with a subcontractor or vendor as a result of such direction by the administering agency
the contractor may request the United States to enter into such litigation to protect the interests of the
United States.
For the purpose of this section, "federally assisted construction contract" means any agreement or
modification thereof between any applicant and a person for construction work which is paid for in
whole or in part with funds obtained from the Government or borrowed on the credit of the
Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee,
or undertaken pursuant to any Federal program involving such grant, contact, loan, insurance, or
guarantee, or any application or modification thereof approved by the Government for a grant,
contract, loan, insurance, or guarantee under which the applicant itself participates in the construction
work.
For the purposes of this section, "construction work" means the construction, rehabilitation, alteration,
conversion, extension, demolition or repair of buildings, highways, or other changes or improvements
to real property, including facilities providing utility services. The term also includes the supervision,
inspection, and other onsite functions incidental to the actual construction.
2. Contract Work Hours and Safety Standards Act
a. This section applies to all contracts in excess of $100,000 that involve the employment of mechanics
of laborers as provided in 40 U.S.C. §3701.
b. As provided in 40 U.S.C. §3702, the contractor shall compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week
is permissible provided that the worker is compensated at a rate of not less than one and a half
times the basic rate of pay for all hours worked in excess of 40 hours in the work week.
c. The requirements of 40 U.S.C. §3704 shall apply to construction work and provide that no laborer
or mechanic must be required to work in surroundings or under working conditions which are
unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies
or materials or articles ordinarily available on the open market, or contacts for transportation or
transmission of intelligence.
d. No contractor or subcontractor contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall permit any such laborer or mechanic in any
workweek in which he or she is employed on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives compensation at a rate not less than one and
one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
e. In the event of any violation of the clause set forth in paragraph (d) of this section the contractor
and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such
contractor and subcontractor shall be liable to the United States (in the case of work done under
contract for the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (d) of this section, in the sum of $10 for each calendar day on which such individual was
required or permitted to work in excess of the standard workweek of forty hours without payment
of overtime wages required by the clause set forth in paragraph (d) of this section.
The County shall upon its own action or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld, from any moneys payable on account
of work performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally- assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such
sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (e) of this section.
g. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph
(c) through (f) of this section and also a clause requiring the subcontractors to include these clauses
in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (c) through (f) of
this section.
3. Compliance with Clean Air Act
a. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant
to the Clean Air Act, as amended, 42 U.S.C. §7401 et seq.
b. The contractor agrees to report each violation to the County and understands and agrees that the
County will, in turn, report each violation as required to assure notification to the State of Florida,
Federal Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
c. The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
4. Compliance with Federal Water Pollution Control Act
a. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant
to the Federal Water Pollution Control Act, as amended, 33 U.S.C. §1251 et seq.
b. (2) The contractor agrees to report each violation to the County and understands and agrees
that the County will, in turn, report each violation as required to assure notification to the
state of Florida, Federal Emergency Management Agency, and the appropriate Environmental
Protection Agency Regional Office.
c. The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
5. Debarment and Suspension
a. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.
As such the contractor is required to verify that none of the contractor, its principals
(defined at 2 C.F.R. §180.9995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded
(defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
b. The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C
and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
C. This certification is a material representation of fact relied upon by the County. If it is later
determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R.
pt. 3000, subpart C, in addition to remedies available to the state of Florida and the County,
the Federal Government may pursue available remedies, including but not limited to
suspension and /or debarment.
d. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart
C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any
contract that may arise from this offer. The bidder or proposer further agrees to include a
provision requiring such compliance in its lower tier covered transactions.
6. Byrd Anti - Lobbying Amendment
Contractors who apply or bid for an award of $100,000 or more shall file the required certification.
Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay
any person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member of
Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31
U.S.C. § 1352. Each tier shall also disclose any lobbying with non - Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to
the recipient.
APPENDIX A, 44 C.F.R. PART 18: CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted
with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with the awarding of any Federal contract, the making of
any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, 01 modification of any
Federal contract, grant, loan, orcooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the
Lobbying Disclosure Act of 1995), Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such
failure.
The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its
certification and disclosure, if any. In addition, the Contractor understands and agrees that
the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any.
Signature of Contractor's Authorized Official Name and
Title of Contractor's Authorized Official Date
7. Procurement of Recovered Materials
a. In the performance of this contract, the Contractor shall make maximum use of products containing
recovered materials that are EPA- designated items unless the product cannot be acquired-
L Competitively within a timeframe providing for compliance with the contract
performance schedule;
ii. Meeting contract performance requirements; or
iii. At areasonable price.
8. DBS Seal, Logo, and Flags
The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses
of DHS agency officials without specific FEMA pre - approval.
9. Compliance with Federal Law, Regulations, and Executive Orders
This is an acknowledgement that FEMA financial assistance will be used to fund the contract only.
The contractor will comply will all applicable federal law, regulations, executive orders, FEMA
policies, procedures, and directives.
10. No Obligation by Federal Government
The Federal Government is not a party to this contract and is not subject to any obligations or liabilities
to the non - Federal entity, contractor, or any other party pertaining to any matter resulting from the
contract.
11. Fraud and Falseor Fraudulent orRelated Acts
The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to the contractor's actions pertaining to this contract.
Exhibit "B"
2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix 11, Required Contract Clauses
Requirements under the Uniform Rules. A non - Federal entity's contracts must contain the applicable
contract clauses described in Appendix II to the Uniform Rules (Contract Provisions for non - Federal
Entity Contracts Under Federal Awards), which are set forth below. 2 C.F.R. §
200.326. For some of the required clauses we have included sample language or a reference a non -
Federal entity can go to in order to find sample language. Please be aware that this is sample language
only and that the non - Federal entity alone is responsible ensuring that all language included in their
contracts meets the requirements of 2 C.F.R. § 200.326 and 2 C.F.R. Part 200, Appendix II. We do not
include sample language for certain required clauses (remedies, termination for cause and
convenience, changes) as these must necessarily be written based on the non - Federal entity's own
procedures in that area.
1. Remedies.
Standard: Contracts for more than the simplified acquisition threshold ($150,000) must
address administrative, contractual, or legal remedies in instances where contractors
violate or breach contract terms, and provide for such sanctions and penalties as
appropriate. See 2 C.F.R. Part 200, Appendix II, $A.
b. Applicability: This requirement applies to all FEMA grant and cooperative
agreement programs.
2. Termination for Cause and Convenience.
a. All contracts in excess of $10,000 must address termination for cause and for
convenience by the non - Federal entity including the manner by which it will be
effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II, ¶ B.
b. Applicability. This requirement applies to all FEMA grant and cooperative
agreement programs.
3. Equal Employment Opportunity.
Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet
the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60- 1.4(b), in
accordance with Executive Order 11246, Equal Employment Opportunity (30 Fed. Reg.
12319, 12935, 3 C.F.R. Part, 1964 -1965 Comp., p. 339), as amended by Executive
Order 11375, Amending Executive Order 11246 Relating to Equal Employment
Opportunity, and implementing regulations at 41
C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II,' C.
b. Key Definitions.
(1) Federally Assisted Construction Contract. The regulation at 41 C.F.R.
§ 60 -1.3 defines a "federally assisted construction contract" as any agreement
or modification thereof between any applicant and a person for construction
work which is paid for in whole or in part with funds obtained from the
Government or borrowed on the credit of the Government pursuant to any
Federal program involving a grant, contract, loan, insurance, or guarantee, or
undertaken pursuant to any Federal program involving such grant, contract,
loan, insurance, or guarantee, or any application or modification thereof
approved by the Government for a grant, contract, loan, insurance, or
guarantee under which the applicant itself participates in the construction
work.
(2) Construction Work. The regulation at 41 C.F.R. § 60 -1.3 defines
"construction work" as the construction, rehabilitation, alteration, conversion,
extension, demolition or repair of buildings, highways, or other changes or
improvements to real property, including facilities providing utility services.
The term also includes the supervision, inspection, and other onsite functions
incidental to the actual construction.
c. Applicability. This requirement applies to all FEMA grant and cooperative
agreement programs.
d. The regulation at 41 C.F.R. Part 60- 1.4(b) requires the insertion of the following
contract clause:
"During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The
contractor will take affirmative action to ensure that applicants are employed,
and that employees are treated during employment without regard to their
race, color, religion, sex, or national origin. Such action shall include, but not be
limited to the following: Employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including
apprenticeship. The contractor agrees to post in conspicuous places, available
to employees and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees
placed by or on behalf of the contractor, state that all qualified applicants will
receive considerations for employment without regard to race, color, religion,
sex, or national origin.
(3) The contractor will send to each labor union or representative of workers
with which he has a collective bargaining agreement or other contract or
understanding, a notice to be provided advising the said labor union or
workers' representatives of the contractor's commitments underthis section,
and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
(4) The contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
(5) The contractor will furnish all information and reports required by
Executive Order 11246 of September 24, 1965, and by rules, regulations, and
orders of the Secretary of Labor, or pursuant thereto, and will permit access to
his books, records, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
(6) In the event of the contractor's noncompliance with the
nondiscrimination clauses of this contract or with any of the said rules,
regulations, or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the contractor may be declared ineligible
for further Government contracts or federally assisted construction contracts
in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions as may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24,
1965, or by rule, regulation, or order of the Secretary of Labor, or as
otherwise provided bylaw.
(7) The contractor will include the portion of the sentence immediately
preceding paragraph (1) and the provisions of paragraphs (1) through (7) in
every subcontract or purchase order unless exempted by rules, regulations, or
orders of the Secretary of Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions will be binding
upon each subcontractor or vendor. The contractor will take such action with
respect to any subcontract or purchase order as the administering agency may
direct as a means of enforcing such provisions, including sanctions for
noncompliance: Provided, however, That in the event a contractor becomes
involved in, or is threatened with, litigation with a subcontractor or vendor as a
result of such direction by the administering agency the contractor may
request the United States to enter into such litigation to protect the interests of
the United States."
4. Davis Bacon Act and Copeland Anti- KickbackAct.
a. Applicability of Davis -Bacon Act. The Davis -Bacon Act only applies to the emergency
Management Preparedness Grant Program, Homeland Security Grant Program,
Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port
Security Grant Program, and Transit Security Grant Program. It does not apply to
other FEMA grant and cooperative agreement programs, including the Public
Assistance Program.
b. All prime construction contracts in excess of $2,000 awarded by non - Federal
entities must include a provision for compliance with the Davis -Bacon Act (40
U.S.C. §§ 3141 -3144 and 3146 -3148) as supplemented by Department of Labor
regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts
Covering Federally Financed and Assisted Construction)). See 2 C.F.R. Part 200, Appendix
11, ¶D.
c. In accordance with the statute, contractors must be required to pay wages to laborers
and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be
required to pay wages not less than once aweek.
d. The non - Federal entity must place a copy of the current prevailing wage determination
issued by the Department of Labor in each solicitation. The decision to award a contract
or subcontract must be conditioned upon the acceptance of the wage determination.
The non - Federal entity must report all suspected or reported violations to the Federal
awardingagency.
In contracts subject to the Davis -Bacon Act, the contracts must also include a provision
for compliance with the Copeland "Anti- Kickback" Act (40 U.S.C. § 3145), as
supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and
Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans
or Grants from the United States). The Copeland Anti- Kickback Act provides that each
contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of
the compensation to which he or she is otherwise entitled. The non - Federal entity must
report all suspected or reported violations to FEMA.
The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that
applies to compliance with both the Davis -Bacon and Copeland Acts. However, as
discussed in the previous subsection, the Davis -Bacon Act does not applyto Public
Assistance recipients and subrecipients. In situations where the Davis -Bacon Act does
not apply, neither does the Copeland "Anti- Kickback Act." However, for purposes of
Brant programs where both clauses do apply, FEMA requires the following contract
clause:
"Compliance with the Copeland "Anti- Kickback" Act.
(1) Contractor. The contractor shall complywith 18 U.S.C. § 874, 40
U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable,
which are incorporated by reference into this contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any
subcontracts the clause above and such other clauses as the FEMA may by
appropriate instructions require, and also a clause requiring the subcontractors
to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all of these contract clauses.
(3) Breach. A breach of the contract clauses above may be grounds for
termination of the contract, and for debarment as a contractor and
subcontractor as provided in 29 C.F.R. §5.12."
5. Contract Work Hours and Safety StandardsAct.
a. Applicability: This requirement applies to all FEMA grant and cooperative
agreement programs.
b. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non - Federal entity
in excess of $100,000 that involve the employment of mechanics or laborers must include
a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by
Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, ¶
E.
c. Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every
mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a
rate of not less than one and a half times the basic rate of pay for all hours worked in
excess of 40 hours in the workweek.
d. The requirements of 40 U.S.C. § 3704 are applicable to construction work and
provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These
requirements do not apply to the purchases of supplies or materials or articles
ordinarily available on the open market, or contracts for transportation or
transmission of intelligence.
e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning
compliance with the Contract Work Hours and Safety Standards Act:
"Compliance with the Contract Work Hours and Safety Standards Act.
(1) Overtime requirements. No contractor or subcontractor contracting for
any part of the contract work which may require or involve the employment of
laborers or mechanics shall require or permit any such laborer or mechanic in
any workweek in which he or she is employed on such work to work in excess
of forty hours in such workweek unless such laborer or mechanic receives
compensation at a rate not less than one and one -half times the basic rate of
pay for all hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of
any violation of the clause set forth in paragraph (1) of this section the
contractor and any subcontractor responsible therefor shallbe liable for the
unpaid wages. In addition, such contractor and subcontractor shall be liable
to the United States (in the case of work done under contract for the District
of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and guards, employed in
violation of the clause set forth in paragraph (1) of this section, in the sum of
$10 for each calendar day on which such individual was required or permitted
to work in excess of the standard workweek of forty hours without payment
of the overtime wages required by the clause set forth in paragraph (1) of this
section.
(3) Withholding for unpaid wages and liquidated damages. The (write in the
name of the Federal agency or the loan or grant recipient) shall upon its own
action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys
payable on account of work performed by the contractor or subcontractor
under any such contract or any other Federal contract with the same prime
contractor, or any other federally- assisted contract subject to the Contract
Work Hours and Safety Standards Act, which is held by the same prime
contractor, such sums as may be determined to be necessary to satisfy any
liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph (2) of this section.
(4) Subcontracts. The contractor or subcontractor shall insert in any
subcontracts the clauses set forth in paragraph (1) through (4) of this
section and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be
responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1) through (4) of this
section."
6. Rights to Inventions Made Under a Contractor Agreement.
a. Stafford Act Disaster Grants. This requirement does not apply to the Public
Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant
Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case
Management Grant Program, and Federal Assistance to Individuals and Households —
Other Needs Assistance Grant Program, as FEMA awards under these programs do not
meet the definition of "funding agreement."
b. If the FEMA award meets the definition of "fundingagreement" under 37 C.F.R.
§ 401.2(a) and the non - Federal entity wishes to enter into a contract with a small
business firm or nonprofit organization regarding the substitution of parties,
assignment or performance of experimental, developmental, or research work under
that "funding agreement," the non - Federal entity must comply with the requirements
of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small
Business Firms Under Government Grants, Contracts and Cooperative Agreements),
and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II,
¶ F.
c. The regulation at 37 C.F.R. § 401.2(a) currently defines "funding agreement" as any
contract, grant, or cooperative agreement entered into between any Federal agency,
other than the Tennessee Valley Authority, and any contractor for the performance of
experimental, developmental, or research work funded in whole or in part by the
Federal government. This term also includes any assignment, substitution of parties, or
subcontract of any type entered into for the performance of experimental,
developmental, or research work under a funding agreement as defined in the first
sentence ofthisparagraph. ,
7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of
$150,000 must contain a provision that requires the contractor to agree to comply with all
applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C.
§§ 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-
1387). Violations must be reported to FEMA and the Regional Office of the Environmental
Protection Agency. See 2 C.F.R. Part 200, Appendix II, ¶ G.
a. The following provides a sample contract clause concerning compliance for
contracts of amounts in excess of $150,000:
"Clean Air Act
(1) The contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.
§ 7401 et seq.
(2) The contractor agrees to report each violation to the (name of the
state agency or local or Indian tribal government) and understands and
agrees that the (name of the state agency or local or Indian tribal
government) will, in turn, report each violation as required to assure
notification to the (name of recipient), Federal Emergency Management
Agency, and the appropriate Environmental Protection Agency Regional
Office.
(3) The contractor agrees to include these requirements in each
subcontract exceeding $150,000 financed in whole or in part with Federal
assistance provided byFEMA.
Federal Water Pollution Control Act
(1) The contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 U.S.C. 1251 etseq.
(2) The contractor agrees to report each violation to the (name of the state
agency or local or Indian tribal government) and understands and agrees that
the (name of the state agency or local or Indiantribal government) will, in turn,
report each violation as required to assure notification to the (name of
recipient), Federal Emergency Management Agency, and the appropriate
Environmental Protection Agency Regional Office.
(3) The contractor agrees to include these requirements in each
subcontract exceeding $150,000 financed in whole or in partwith
Federal assistance provided by FEMA."
8. Debarment and Suspension.
a. Applicability: This requirement applies to all FEMA grant and cooperative
agreement programs.
b. Non - federal entities and contractors are subject to the debarment and suspension
regulations implementing Executive Order 12549, Debarment and Suspension (1986)
and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180 and
the Department of Homeland Security's regulations at 2 C.F.R. Part 3000
( Nonprocurement Debarment andSuspension).
c. These regulations restrict awards, subawards, and contracts with certain parties that
are debarred, suspended, or otherwise excluded from or ineligible for participation in
Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II, ¶ H; and
Procurement Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200
(Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance
Team (PDAT) Field Manual Chapter IV, � 6.d, and Appendix C, ¶ 2 (hereinafter PDAT
Supplement]. A contract award must not be made to parties listed in the SAM
Exclusions. SAM Exclusions is the list maintained by the General Services
Administration that contains the names of parties debarred, suspended, or otherwise
excluded by agencies, as well as parties declared ineligible under statutory or
regulatory authority other than Executive Order 12549. SAM exclusions can be
accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement, Chapter IV, ¶ 6.d
and Appendix C, ¶ 2.
d. In general, an "excluded" party cannot receive a Federal grant award or a contract
within the meaning of a "covered transaction," to include subawards and subcontracts.
This includes parties that receive Federal funding indirectly, such as contractors to
recipients and subrecipients. The key to the exclusion is whether there is a "covered
transaction," which is any nonprocurement transaction (unless excepted) at either a
"primary" or "secondary" tier. Although "covered
transactions" do not include contracts awarded by the Federal Government for
purposes of the nonprocurement common rule and DHS's implementing
regulations, it does include some contracts awarded by recipients and subrecipient.
e. Specifically, a covered transaction includes the following contracts for goods or
services:
(1) The contract is awarded by a recipient or subrecipient in the amount of at
least $25,000.
(2) The contract requires the approval of FEMA, regardless of amount.
(3) The contract is for federally-required audit services.
(4) A subcontract is also a covered transaction if it is awarded by the
contractor of a recipient or subrecipient and requires either the approval of
FEMA or is in excess of $25,000.
f. The following provides a debarment and suspension clause. It incorporates an
optional method of verifying that contractors are not excluded or disqualified:
"Suspension and Debarment"
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and
2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the
contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined
at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.
§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2
C.F.R. pt. 3000, subpart C and must include a requirement to comply with
these regulations in any lower tier covered transaction it enters into.
(3) This certification is a material representation of fact relied upon by
(insert name of subrecipient). If it is later determined that the contractor did
not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in
addition to remedies available to (name of state agency serving as recipient
and name of subrecipient), the Federal Government may pursue available
remedies, including but not limited to suspension and /or debarment.
(4) The bidder or proposer agrees to complywith the requirements of 2
C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is
valid and throughout the period of any contract that may arise from this
offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions."
9. Byrd Anti- LobbyingAmendment.
a. Applicability: This requirement applies to all FEMA grant and cooperative
agreement programs.
b. Contractors that apply or bid for an award of $100,000 or more must file the required
certification. See 2 C.F.R. Part 200, Appendix II, $ I; 44 C.F.R. Part 18; PDAT Supplement,
Chapter IV, 6.c; Appendix C, $ 4.
c. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to
influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with
obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352.
Each tier must also disclose any lobbying with non - Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from
tier to tier up to the non - Federal award. See PDATSupplement, Chapter IV, $ 6.c and
Appendix C, $ 4.
d. The following provides a Byrd Anti - Lobbying contract clause:
Anti- LobbvinR Amendment. 31 U.S.C. § 1352 (as amended
Contractors who apply or bid for an award of $100,000 or more shall file the required
certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to
influence an officer or employee of any agency, a member of Congress, officer or employee
of Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also
disclose any lobbying with non - Federal funds that takes place in connection with obtaining
any Federal award. Such disclosures are forwarded from tier to tier up to the recipient."
APPENDIX A 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements (To
be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of an agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering into
of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to
any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with this Federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure
Form to Report Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients
shall certify and discloseaccordingly.
This certification is a material representation of fact upon which reliance was placed when
this transaction was made or entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by
the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for
each such failure.
The Contractor, Looks Great services of Ms Inc. certifies or affirms the truthfulness and
accuracyof each statement of its certification and disclosure, if any. In addition, the
Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 etseq., apply
to this certification and disclosure, if any.
Signature f ontractor's Authorized Official
Kristian Aaocilia, Vice President
Name and Title of Contractor's Authorized Official
Date November 8, 2017
10. Procurement of Recovered Materials.
a. Applicability: This requirement applies to all FEMA grant and cooperative
agreement programs.
b. A non - Federal entity that is a state agency or agency of a political subdivision of a state
and its contractors must comply with Section 6002 of the Solid Waste Disposal Act,
Pub. L. No. 89 -272 (1965) (codified as amended by the Resource Conservation and
Recovery Act at 42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix II, ¶ 1; 2 C.F.R. §
200.322; PDAT Supplement, Chapter V, ¶ 7.
c. The requirements of Section 6002 include procuring only items designated in
guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of
recovered materials practicable, consistent with maintaining a satisfactory level of
competition, where the purchase price of the item exceeds $10,000 or the value of the
quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste
management services in a manner that maximizes energy and resource recovery; and
establishing an affirmative procurement program for procurement of recovered
materials identified in the EPA guidelines.
d. The following provides the clause that a state agency or agency of a political
subdivision of a state and its contractors can include in contracts meeting the above
contract thresholds:
"(1) In the performance of this contract, the Contractor shall make maximum
use of products containing recovered materials that are EPA- designated
items unless the product cannot be acquired-
(i) Competitively within a timeframe providing forcompliance with
the contract performanceschedule;
(ii) Meeting contract performance requirements;or
(iii) At a reasonable price.
(2) Information about this requirement, along with the list of EPA -
designate items, is available at EPA's Comprehensive
Procurement Guidelines web site,
https: / /www.epa.gov /smm /comprehensive- procurement -
guideline-cpg- program."
11. Additional FEMARequirements.
a. The Uniform Rules authorize FEMA to require additional provisions for non -
Federal entity contracts. FEMA, pursuant to this authority, requires or
recommends thefollowing:
b. Changes.
To be eligible for FEMA assistance under the non - Federal entity's FEMA grant or
cooperative agreement, the cost of the change, modification, change order, or
constructive change must be allowable, allocable, within the scope of its grant or
cooperative agreement, and reasonable for the completion of project scope. FEMA
recommends, therefore, that a non - Federal entity include a changes clause in its
contract that describes how, if at all, changes can be made by either party to alter
the method, price, or schedule of the work without breaching the contract. The
language of the clause may differ depending on the nature of the contract and the
end -item procured.
c. Access to Records
All non - Federal entities must place into their contracts a provision that all
contractors and their successors, transferees, assignees, and subcontractors
acknowledge and
agree to comply with applicable provisions governing Department and FEMA
access to records, accounts, documents, information, facilities, and staff. See DHS
Standard Terms and Conditions, v 3.0, ¶ XXVI (2013).
d. The following provides a contract clause regarding access to records:
"Access to Records. The following access to records requirements apply to this
contract:
(1) The contractor agrees to provide (insert name of state agency or local
or Indian tribal government), (insert name of recipient), the FEMA
Administrator, the Comptroller General of the United States, or any of
their authorized representatives access to any books, documents, papers,
and records of the Contractor which are directly pertinent to this contract
for the purposes of making audits, examinations, excerpts, and
transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to
reproduce by any means whatsoever or to copy excerpts and transcriptions
as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his
authorized representatives access to construction or other work sites
pertaining to the work being completed under thecontract."
12. DHS Seal, Logo, and Flags.
a. All non - Federal entities must place in their contracts a provision that a contractor shall
not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS
agency officials without specific FEMA pre - approval. See DHS Standard Terms and
Conditions, v 3.0, ¶ XXV (2013).
b. The following provides a contract clause regarding DHS Seal, Logo, and Flags: "The
contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or
likenesses of DHS agency officials without specific FEMA pre- approval."
13. Compliance with Federal Law, Regulations, and Executive Orders.
a. All non - Federal entities must place into their contracts an acknowledgement that
FEMA financial assistance will be used to fund the contract along with the
requirement that the contractor will comply with all applicable federal law,
regulations, executive orders, and FEMA policies, procedures, and directives.
b. The following provides a contract clause regarding Compliance with Federal Law,
Regulations, and Executive Orders: "This is an acknowledgement that FEMA financial
assistance will be used to fund the contract only. The contractor will comply will all
applicable federal law, regulations, executive orders, FEMA policies, procedures, and
directives."
14. No Obligation by Federal Government.
a. The non - Federal entity must include a provision in its contract that states that the
Federal Government is not a party to the contract and is not subject to any
obligations or liabilities to the non - Federal entity, contractor, or any other party
pertaining to any matter resulting from thecontract.
b. The following provides a contract clause regarding no obligation by the Federal
Government: "The Federal Government is not a party to this contract and is not
subject to any obligations or liabilities to the non - Federal entity, contractor, orany
other party pertaining to any matter resulting from the contract."
15. Program Fraud and False or Fraudulent Statements or Related Acts.
a. The non - Federal entity must include a provision in its contract that the contractor
acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and
Statements) applies to its actions pertainingto the contract.
b. The following provides a contract clause regarding Fraud and False or Fraudulent or
Related Acts: "The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative
Remedies for False Claims and Statements) applies to the contractor's actions
pertaining to thiscontract."
TAB 4
MINORITY PARTICIPATION
'�= SUBCONTRACTOR PLAN
Looks
Great w • • = Plan
Services, Inc.
Local and Small Business Participation
Plan (LSBPP)
Corporate Policy
As a Woman -Owned Small Business and DBE, Looks Great Services of MS, Inc. (LGS), in efforts
to ensure compliance with FAR Part 19, although as a small business we are not required to
do so, and in anticipation of similar requirements as are contained in this solicitation, has
previously developed this Local and Small Business Participation Plan (LSBPP) for implementation
during operations. This LSBPP shall be made part and included in any subsequent subcontracts let
by LGS where FAR Part 19 applies. In conjunction with this LSBPP, for each contract subject to
the FAR, LGS shall develop a contract specific Small Business Subcontracting Plan (SBSP) to
ensure compliance and make each subsequent SBSP be attached hereto as a supplement to this
LSBPP.
LGS' corporate policy is that all business, whether large or small, be afforded an opportunity for
full participation in the free enterprise system, and in order to implement this policy, LGS is
committed to promoting full and equitable participation by qualified small business in the
provision of goods and services to Miami Shores Village through subcontract to LGS.
In compliance with FAR Part 19, the LSBPP includes, at a minimum:
(a) Each subcontracting plan required under 19.702(a)(1) and (2) must include—
(1) Separate percentage goals for using small business concerns and small disadvantaged
business concerns as subcontractors;
(2) The name of an individual employed by the offeror who will administer the offeror's
subcontracting program, and a description of the duties of the individual;
(3) A description of the efforts the offeror will make to ensure that small business
concerns and small disadvantaged business concerns will have an equitable opportunity
to compete for subcontracts;
(4) Assurances that the offeror will include the clause at 52.219 -8, Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns (see 19.708(b)), in all
subcontracts that offer further subcontracting opportunities, and that the offeror will
require all subcontractors (except small business concerns) that receive subcontracts in
excess of $500,000 ($1,000,000 for construction) to adopt a plan similar to the plan
required by the clause at 52.219 -9, Small Business and Small Disadvantaged Business
Subcontracting Plan (see 19.708 (c));
(5) Assurances that the offeror will (i) cooperate in any studies or surveys as may be
required, (ii) submit periodic reports in order to allow the Government to determine the
extent of compliance by the offeror with the subcontracting plan, and (iii) submit
Standard Form (SF) 294, Subcontracting Report for Individual Contracts, and SF 295,
Summary Subcontract Report, in accordance with the instructions on the forms.
(6) A recitation of the types of records the offeror will maintain to demonstrate
procedures adopted to comply with the requirements and goals in the plan, including
establishing source lists; and a description of the efforts to locate small and small
disadvantaged business concerns and to award subcontracts to them.
(b) Contractors may establish, on a plant or division -wide basis, a master subcontracting
plan which contains all the elements required by the clause at 52.219 -9, Small Business
and Small Disadvantaged Business Subcontracting Plan, except goals. Master plans shall
be effective for a 1 -year period after approval by the contracting officer; however, a
Lool<s Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 11
Great _ Local • Small Business Plar
Services,lnc.
master plan when incorporated in an individual plan shall apply to that contract
throughout the life of the contract.
(c) For contracts containing options, the cumulative value of the basic contract and all
options is considered in determining whether a subcontracting plan is necessary (see
19.705- 2(a)). If a plan is necessary and the offeror is submitting an individual contract
plan, the plan shall contain all the elements required by 19.704(a) and shall contain
separate parts, one for the basic contract and one for each option.
Goals Established for LSBPP
The following are the planned percentages of the total contract to be subcontracted and LGS'
goals as defined by current Federal Goals. These goals are expressed in percentages of the total
planned sub - contracting dollars with a base contract value.
Percentage goals of total dollars to be sub - contracted:
Goal for Local Small Businesses (SB)
30.0%
Goal for Local Small Disadvantaged Businesses (SDB)
5.0%
Goal for Local Women -Owned Small Business (WOSB)
5.0%
Goal for Local HUBZone Businesses (HUB)
3.0%
Goal for Local Veteran Owned Small Businesses
3.0%
Goal for Local Service- Disabled Veteran -Owned Small Business
3.0%
Any sub - contractor could be asked to perform any debris management or support function as long
as they meet the qualifications established by LGS.
Plan Administrator & Duties
LGS' Plan Administrator is Mr. Kristian Agoglia, Vice President, who is directly responsible for
implementation of this plan. He will ensure the required documentary proof of the
implementation, progress, and final outcome of this plan and provide the same information
through periodic reports to Miami Shores Village with regards to subsequent contracts resulting
from this solicitation. The individual named above has general overall responsibility for the
company's subcontracting program, i.e., developing, preparing, and executing subcontracting
plans and monitoring performance relative to the requirements of those subcontracting plans and
perform the following duties:
1) Develops and promotes company -wide policy initiatives that demonstrate the company's
support for awarding contracts and subcontracts to SB, SDB, WOSB, HUBZone, VOSB,
and SDVOSB concerns; and assures that these concerns are included on the source lists
for solicitations for products and services they are capable of providing;
2) Develops and maintains bidder source lists of SB, SDB, WOSB, HUBZone, VOSB, and
SDVOSB concerns from all possible sources;
3) Ensures periodic rotation of potential subcontractors on bidder's lists;
4) Ensures that SB, SDB, WOSB, HUBZone, VOSB, and SDVOSB businesses are included
on the bidders' list for every subcontract solicitation for products and services that they
are capable of providing;
5) Ensures that Requests for Proposals (RFPs) are designed to permit the maximum Small
Business Outline and Guidance Subcontracting Plan practicable participation of SB,
SDB, WOSB, HUBZone, VOSB, and SDVOSB concerns;
6) Reviews subcontract solicitations to remove statements, clauses, etc., which might tend to
restrict or prohibit SB, SDB, WOSB, HUBZone, VOSB, and SDVOSB participation;
Lool<s Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 12
Looks
Creat Local and Small Business Plan
Services, Inc.
7) Accesses various sources for the identification of SB, SDB, WOSB, HUBZone, VOSB,
and SDVOSB concerns to include the SBA's PRO -Net and SUB -Net Systems,
(http: / /www.sba.gov), the National Minority Purchasing Council Vendor Information
Service, the Office of Minority Business Data Center in the Department of Commerce,
local small business and minority associations, contact with local chambers of commerce
and Federal agencies' Small Business Offices;
8) Establishes and maintains contract and subcontract award records;
9) Participates in Business Opportunity Workshops, Minority Business Enterprise Seminars,
Trade Fairs, Procurement Conferences, etc;
10) Ensures that SB, SDB, WOSB, HUBZone, VOSB, and SDVOSB concerns are made
aware of subcontracting opportunities and assisting concerns in preparing responsive bids
to the Company;
11) Conducts or arranges for the conduct of training for purchasing personnel regarding the
intent and impact of Section 8(d) of the Small Business Act, as amended;
12) Monitors the company's subcontracting program performance and makes any
adjustments necessary to achieve the subcontract plan goals;
13) Prepares and submits timely, required subcontract reports;
14) Coordinates the company's activities during the conduct of compliance reviews by
Federal agencies.
Methods Used To Develop and Achieve Subcontracting Goals
LGS will continually review goals, active databases for qualified SB sub - contractors, and will
monitor the implementation of this plan to achieve Federal and Local goals. These goals will be
instituted for procurement of goods, services or construction as needed to achieve successful goal
implementation utilizing the following outreach efforts to obtain sources:
1) Contacting minority and small business trade associations;
2) Contacting business development organizations and local chambers of commerce;
3) Attending SB, SDB, WOSB, HUBZone, VOSB, and SDVOSB procurement conferences
and trade fairs;
4) Requesting sources from the Small Business Administrations (SBA) PRO -Net and SUB -
Net Systems, (hgp:/ /www.sba.gov), (www.mmbr.org), and other SBA and Federal agency
resources.
5) Conduct market surveys to identify new sources;
6) Identify local trade papers and local trade organization focusing on SB, SDB, WOSB,
HUBZone, VOSB and SDVOSB;
7) Coordinate with local government to acquire existing lists of pre - identified SB, SDB,
WOSB, HUBZone, VOSB and SDVOSB in the Presidentially/FEMA Designated
Disaster Area;
8) Internal efforts to guide and encourage purchasing personnel in:
a. Conducting workshops, seminars, and training programs;
b. Establishing, maintaining, and utilizing SB, SDB, WOSB, HUBZone, VOSB,
and SDVOSB source lists, guides, and other data for soliciting subcontractors;
and
c. Monitoring activities to evaluate compliance with the subcontracting plan.
Evaluation of goal attainment will be documented as required by USACE for subsequent
contracts resulting from this solicitation.
Methods Used To Determine Qualified Subcontractors
Lool<s Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
i'�iq.. 13
looks
Great Local • Small Business Plan
Services,lnc.
LGS will use a prequalification process to determine the subcontractors to meet Federal and
Local goals as per the specifications in the RFP. The prequalification process will provide a way
to select subcontractors that meet the requirements set forth by the governing bodies. The
prequalification process will look for the following:
1) Familiarity with Certified Payroll;
2) Certified Small Business classification (as applicable)
3) Worker's Comp and Liability Insurance are in place as required;
4) Adequate equipment to perform work according to the specifications;
5) Ability to maintain equipment;
6) Ability to put a safety plan in place as required
LGS will also work with the City and other governing bodies in prequalification process in order
to assemble the best possible team to perform the work.
Flow -Down and Inclusion of FAR 52.219 -8 by reference, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns
LGS will include contract clause FAR 52.219 -8 in all subcontracts that offer further
subcontracting opportunities and will require all subcontractors (except small business concerns)
that receive contracts in excess of $500,000.00 ($1,000,000.00 for construction) to adopt a plan
similar to the LGS Small Business Subcontracting Plan (SBSP) and as required by FAR 52.219-
9, Small Business and Small Disadvantaged Business Subcontracting Plan.
Cooperation in studies /surveys and Reporting Requirements
LGS offers assurances to Federal Government as well as the City that our company will fully and
openly cooperate in any studies or surveys as may be required and shall submit periodic reports to
allow the government to determine the extent of compliance with our Small Business
Subcontracting Plan (SBSP). Submittals may include at a minimum; Standard Form (SF) 294,
Subcontracting Report for Individual Contracts, and SF 295, Summary Subcontract Report, in
accordance with the instructions on the forms. Additional reports will be submitted as required by
specific task orders. LGS will submit to USACE on ISR (SF 294) and SSR (SF 295) as required.
Methods and Record Keeping to Demonstrate Good Faith Efforts
Having utilized small business subcontractor support on past projects, LGS has developed and
maintained an extensive subcontractor database. In an effort to expand this database and include
more SB and DBE concerns in the impacted areas, additional published electronic data resource
information has been and will continue to be used in in our operations nationally. Documentation
of our outreach programs supporting SB subcontracting efforts, Letters of Commitment and other
periodic internal reports will be maintained by LGS and shall be available for review at any time
by the government.
Many of the services required under this solicitation will be performed using our own internal
resources and our team's existing nationwide personnel, facilities and equipment. However, LGS
has already reached out to local SB's and DBE's in response to this RFP. A list of local business
concerns, including SB's and DBE's are included at the end of this section. LGS takes great pride
in our long history of rapidly mobilizing and effectively managing large teams of subcontractors.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Cage 14
Looks �,
Local • Small Business Plan
Services, Inc.
The remainder of FAR Part 19 is incorporated by reference in the LSBPP and shall be
implemented as required by USACE and specific task orders.
Services and Supplies to be Subcontracted and Planned
Subcontracting to Small Businesses
LGS plans to subcontract a portion of the following item(s) in relation to the goals
contained herein for any subsequent contract as a result of this solicitation:
• Curbside/Right -of -way debris collection and transportation
• Equipment transportation for mobilization and operational support
• Demolition of structures (should we be tasked with this operation)
• Debris reduction operations (should we be tasked with this operation)
• Debris disposal operations
• Debris recycling for beneficial reuse
• Rental and operation of equipment
• General labor
• Safety and Loss Control Services
• Quality Assurance /Quality Control
• Environmental Services
• Contract Administration Support
• Administrative Support
• Accounting
• Workforce housing
• Fuel Services
• Custodial Services
• Equipment Maintenance
• Food Services
• Real Estate Support
• Legal Support
• Other services as identified at time of need.
In addition to Looks Great Services of Mississippi, Inc. being a Woman -
Owned Small Business - DBE, we are committed to utilizing as many
local small businesses and DBE's and MBE's as possible and propose the
following Small Businesses.
We are currently still recruiting Local Vendors as well as Disadvantaged and Minority
Businesses in the area. Should we be successful in our proposal, we would request the
City assist us in identifying qualified DBE's and MBE's within the area.
Looks Great Services of MS, Inc.
Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.
Page 15