Loading...
Custom Treecare ProposalTREECVARE1nc inc - - i ►' O ► A ORIGINAL BID For Miami Shores Village S�►ORES z • ■�• \'• e Es7[ X10 RIDS' RFP No. 2018 -05 -01 Debris Removal Services Due: May 22,201815:00 m s� ,r Ors -• yyo n - II v° 3722 SW Spring Creek Ln., Topeka, KS 66610 (785) 478 -9805 — Office (785) 478 -4195 —Fax SECTION A. Introduction Page(s) Transmittal /Introduction Letter ................................ ............................... Al -A2 Firm Composition, Qualiftcalions•, and Background Capability Statement ................................... ............................... A3 -A4 Past Performance .......... ................................. ..........................AS -Al l Letter of Recommendation ........ ............................... . ................Al2 -A14 Current Debris Removal Contracts ........ . .................... ........................A15 -A16 References.................................................... ............................A17 Industry Association Memberships ................................ ............. A18 -A19 SECTION B. Approach Pre -Event Coordination Response Time ...................... .............................. Bl -B2 Technical Approach Post Disaster ......... ...................... ..........................B3 -B6 WorkPlan Technical Approach .................................... ..........................B7 -B9 Temporary Debris Site (TDS) PIan ............................... .........................1310 -B1l Vehicle Inspection Tower Info ...... ............................... ........................1312 -B13 DebrisRemoval Guidel ines ......................................... ............................B14 SubcontractingPlan .................................... ..................................... B15 -B16 SECTION C. Operational Personnel........................... ............................... . ................. . ........... Cl-C3 Equipment........................ ............................... . . .. . . ............................... C4 Affirmative Action Plan ............................................. ..........................CS -C8 Drug, Alcohol and Firearms Policy .................... ..................................... C9 -C10 Localand Minority Participation ....... . ........................ ............................... C11 Safety and Quality Control Plan ........... . ...... . .................... . ..... . .............C12 -C33 SECTION D. Forms State Certificate of Authority Financial Capability Letters W -9 Form Litigation Statement SECTION E. Completed Bid Proposal Bid Proposal submitled by Custan D-ee Came, Znc. 3722 SW Spring Creek Ln. Topeka, KS 66610 (785) 478 -9805 — Office (785) 478 -4195 — Fax ggathers @customtreecare.com www.customtreecare.com Miami Shores Village 10050 NE 2nd Avenue Miami Shores, FL 33138 Scott Davis, Attached are completed bid proposal documents from Custom Tree Care (CTC) for Miami Shores Village, RFP No. 2018 -05 -01 Debris Removal Services. Our Disaster Response Division was founded over 12 years ago. CTC has operated as a successful, well- established "tree" company for 18 years providing services throughout the Midwest. Therefore, emergency recovery and storm debris removal is a natural fit. CTC has operated as either "the" prime contractor, the financing and singular prime subcontractor or a major first tier (sub) contractor in the recovery of over 85 major catastrophic events in 25 states. Coming up through the ranks as a subcontractor, we have had the experience needed to streamline the recovery process, while maintaining our 100% safety record. We have also been able to develop and streamline debris removal, reduction and disposal to ensure that our teaming partners and the community receive the benefits of our experience. CTC, unlike many of the "major players" holds the advantage of owning a fleet of equipment which can readily provide the rapid response needed for any size project, in any location. We don't have to "wait" for subcontractors to mobilize, get insurance, staff their equipment. Many primes are heavily dependent on rental equipment which may or may not be available when needed the most. Our past performance is excellent, and we will strictly adhere to all requirements of this project including program standards as provided in FEMA's "Debris Management Guide." Custom Tree Care is registered to do business in the State of Florida and have completed several contracts of this nature in the past for school districts, Municipalities (cities and towns), counties, states and federal government. Our staff is trained in FEMA Transmittal /Introduction Letter I Page Al practices and all work practices will conform to applicable OSHA, ANSI, and DOT standards. Upon award we will provide all additional documentation required. We look forward to serving Miami Shores Village in completion of this project. Respect lly, reg Gathers CEO & ISA Certified Arborist MW -4172A Custom Tree Care, Inc. Transmittal /Introduction Letter I Page A2 3722 SW Spring Creek Ln. Topeka, KS 66610 (785) 478 -9805 — office (785) 478.4195 - fax ggothers@oustomtreceare,com www.oustomtreeoat'e,com CAPABILITY STATEMENT Inc About Established in 1999; Custom tree Care, Inc. (CTC) has served residential, commercial, and government clients as a leading provider of tree removal, tree trhmning, slid debris management services. CTC has been involved as a pt'lnte and subcontractor on over 100 separate contracts spanning 25 states, CTC has completed projects performing routine tree maintenance and debris removal following several hurricanes, tornadoes, floods, wind, snow, and ico storms. SOITICOB Emergency Road Clearance - Debris Rwuoval/ Management Tree ni n ring Tree Removal - Demolition - Stump Orinding - Reduction - Disposal Past Performance National Park Service - Department of Veterans Affairs - United States Army Corps of Engineers - VT (h flin Missouri Department of Mansportalion Picer'ne Military Housing Topeka Public Schools . Saline County, I {S Lorimer County, CO City of Derby, IBS City of I.awronce, I {S City of lowa City, IA Capability Statement I Page A3 - Kansas Department of Wildlife & Parks State of Iowa City of Kansas City, MO - City of Shawnee, KS - City of North Kansas City, MO - City of Topeka, ICS - Iowa State University City of Holton, ICS City of Warrensburg, MO City of Quincy, IL - City of Council Bluffs, IA - City of West Park, FI, - South Broward DrainageDistrlot City of St. Cloud, FL - Pamlico County, NC Palm Beach Comity, Schools, FL Forsyth County, GA . City of Roelaud Park, KS - City of O'Fallon, MO - I7ousing Authority of Kansas City - City ofRoeland Park, ICS City of Webstor Groves, MO City of Springfield, MO University of Arkansas City of Gardner, ICS City of Lee's Summit, MO - City of Jefferson City, MO - city of Holton, ICS . Kansas State University Cleveland Metroparks - City of Boulder, CO - Broward County Schools, FL Brazorka County, TX City of Lake Jackson, TX City of Goldsboro, NC City of Indianapolis, IN City of Memphis, TN city of Mission, ICS Shawnee County, KS University of Central Missouri Wayne County, NC Custom 11'ee Caro, Inc, has a proven track record of safety, professionalism, integrity, and value. CTC lies the resources and financial capability to complete proJeets on rhea add deliver results that meet our clients goals. Tlie pet ;sonnel of CTC ar'o bigbly certified in multiple NIMS, debris management, OSIiA, FEMA documentation, and arborist courses. Our fleet of oompany owned equipment provides the Immediate response once we are activated. If ncoessaty, we have the means to quickly assemble and deploy additional personnel and equipment. When disaster strikes, we're ready to rospond. Greg Gathers CEO & ISA Cortitied Arborist ggatliers@customtreecare,,,coni (785) 2217550 mobile Capability Statement j Page M M0 Housing Authority of Tree Services Kansas City KS City of Mission, I(S Nuisance Abatement I(5 City of Roeland Park Nuisance Abatement KS Shawnee County Line Clearance, Tree 'frlmming, Stump Removal & Emergency Services TN City of Memphis Emergency Removal Storm Debris NC Pamlico County Vegetative and C &D Debris Removal fire DATE CONTACT 5/19/2016 I lelen Stokes (569.) 971 -9011 6/23/2016 KevinFelblingel (407) 957 -7353 PAST PERFORMANCE Dan Mlllien (AS A PRIME CONTRACTOR) ST CLIENT CONTRACT# AMOUN" Ff. School District of Debris Removal & Palm Beach County Hauling Services Ric Chase Disaster Recovery Assistance FL city Of St. Cloud Emergency Debris (913)676.0350 1/19/2016 Management and Removal FL City of West Park Hun9cane Debris Tom Hammel' Clearing / RemeVal TX City of Lake Jackson Debris Removal 2016 Hurricane Season TX Brazorla County Debris Hauling M0 Housing Authority of Tree Services Kansas City KS City of Mission, I(S Nuisance Abatement I(5 City of Roeland Park Nuisance Abatement KS Shawnee County Line Clearance, Tree 'frlmming, Stump Removal & Emergency Services TN City of Memphis Emergency Removal Storm Debris NC Pamlico County Vegetative and C &D Debris Removal fire DATE CONTACT 5/19/2016 I lelen Stokes (569.) 971 -9011 6/23/2016 KevinFelblingel 6/30/16- 6 /30/16 Barry Levine (901)237 -2805 7/1/16- 6/30/10 Courtney Norfleet (252) 745.3133 Past performance I AS (407) 957 -7353 6/1/2016 Dan Mlllien (954) 964 -0024 3/23/2016 William Yonne (979)415.2400 6/14/2016 Lesa Girouard (979) 064 -1825 3/1/2015 Ric Chase (816) 968.4100 1/19/2016 Nllo Fanska (913)676.0350 1/19/2016 Shiloh Wells (919) 722 -2600 9/22/2016 Tom Hammel' (78S)25;L-2663 6/30/16- 6 /30/16 Barry Levine (901)237 -2805 7/1/16- 6/30/10 Courtney Norfleet (252) 745.3133 Past performance I AS LT CLIENT CONTRACT# NC city of Goldsboro Vegetative Debris 814/2016 Removal NC Wayne County Debris Clearing & Emergency Debris Removal Services GA Forsyth County Debris Removal & KS Disposal Service MO City of O' Fallon On -Call Debris Removal MO city of St. Louis IimergencyDebrls 814/2016 Management FL Broward County Schools Emergency Debris 11/14/2016 Cleanup & Removal KS City of Derby Brush Grinding CL Cleveland Matroparks 20151Yee Removal program II. City of Quincy Storm Damaged Tree Removal & Trimming 11/2/15- project IN City of Indianapolis Catastrophic Evant Tree Response MO University of Central On Call Tree Services Missouri IF13 119685 MO North Kansas City Tree Maintenance $ 24,100.00 11/1/2015 services MO Missouri DOT- On Call Tree Trimming $ 66,300,00 SW District sW- 14 -029CS MO Missouri DO'I•^ On Call Tree Trimming $ 275,400.00 KCDistrict KO- B13.01.0 AMOUNT DATE CONTACT 814/2016 Tracy Barber (919) 580-4393 11/14/2016 Noelle Woods (919) 705 -1714 5/20/2016 JTSchwimor (770) 888 -8872 11/4/2015 Dan Buesse (636) 379 -5492 11/2/15- 10/31/20 Skip I(Incaid (314) 613 -7200 12/9/15- 11 SW" Latoya Clark (754) 321 -0504 $ 24,100.00 11/1/2015 Mich el Day 93 $ 66,300,00 10/1/2015 fom r (imR7 $ 275,400.00 10/1/20:1,5 Jonwandenbmg (217) 257-9380 10/1/15.. Varies 10109 Bill Ki iclus (317) 664.1166 9/17/14 - Varies 12/17/18 Brad Mackay (660) 548 -4495 12/1/13 - Varles 11/30/18 (816) 274 -6004 Varles 11/34/14 Christina Stephens (417) 895 -78:11 6/14/13 - Varies 6/14116 TonlTerry (816)947 -4112 past performance ) A6 ST CLIENT CONTRACTII Mo City of Kansas City, MO Annual Tree Maintenance & EAB Tree Removal KS City oflbpeka Final Yard Clean -up Ks City of Derby 2012.022 Brush Grinding 1'X National Park Service P12PX20609 KS City of Lawrence, KS Levee Clearing at Airport KS City of Shawnee, KS Tree'n'Imming &Emargency 6/1/13 - Tree Debris Removal Contract TX National Park Service P7130100049 Tree Removal Sarvlcea IA Iowa State University RFQ 61451 Disaster Recovary - Veanker Sn United States Army W9128P- 9.0..M -G094 Corps. Of Engineers Tree Trimming /Removal OK V7' Grlfffn (Fort Sill, OK) Tree Pruning / Removal Debris Removal OK Picerne Military Housing Tree Pruning (Fort Sill, OK) Debris Removal I(S Dept, of Veteran Affairs Tree Services Varies 6/11x9 VA -786 -P -0797 MO City of Webster Groves, MO Tree Removal Mo City of Lees Summlt, MO Annual Tree Maintenance IA State of Iowa Tree Removal / Pruning Woodward Resource Center AR UnlversltyofArkansas Hazardous Limb Removal & Debris Removal AIMOUNT DATE CONTACT 6/1/13 - Varies 611116 Allce Hannon (816) 513 -8566 Varies 11/14/209,2 Tim Davis (785) 368 -0139 $ 17,750,00 10/1912012 an (316) 73immer $ 59,065.00 10/19/20,12 432) Wh lles $ 63,000,00 5/18/2012 Steve Bennett 6/1/19: Varies 6/11x9 Tammy Snyder (913) 742.6267 $ 31,670.00 10/8/2010 ips (432) 477-2807 $ 19,968.80 10/1/2010 Brian Burkheimer (515)294.4793 $ 87,025,00 9/6/2010 Gary Ledbetter (407.)667 -2530. $ 308,950,00 2124/2010 Castleberry (580) 4 $ 316,552,50 2/2/'d010 Greg Starkey (580) 581 -2100 $ 20,!24.00 101712009 'layme Wille/ $ 5,900.00 4/2/2009 Katle Nakazone . (314) 963-5319 4/16/09 - Multiple 4/15/15 DeeDee Tschirhart (016) 969 -1087 $ 15,525.00 3124/2009 Kim Polish (515) 438 -3511 80,630.00 2/8/2009 Sam Emerson (479) 575.63.72 Past Performance I A7 ' ST CLIENT CONTRACTS AR Dept, of Veteran Affairs Hazardous Limb Removal Ks City of Topeka, Ks & Debrls Removal MO city of Springfield, MO VA-864-C90105 KS Dept, of Veteran Affairs Tree Services KS Dept. of Veterans Affairs VA- 786.08 -RP -0243 KS City of Lawrence, KS Emergency Tree Services KS DSD #501 Schools Tree Services Topeka, KS Tree Removal Ks City of Holton, KS Line Clearance Trimming Ks port Riley, KS Tree Trimming, Removal, Stump Grinding Ks City of Horton, KS Hazardous Limb Removal Debris Hauling & Removals KS City of Holton, I(5 Hazardous Limb Removal KS CltyofJunction City, KS Tree'rrlmming, Removal, Multiple Dates & Debris Hauling Ks City of Topeka, Ks Debrls Hauling MO city of Springfield, MO 027 -2000 '['I've Removal KS Dept. of Veterans Affairs Troo services VA- 7116 -07 -RP -0282 IA Iowa City, IA 08 -28 Tree Removal CO Lorimar County, CO 07 -29 TIae Removal KS Saline County, KS 06 -0768 TreeTrImming KS Saline County, I(S 0 -5114 'free Trimming AMOUNT BATH CONT CT $ 59,900.00 219/2009 Kevin Garrison (479)444 °4006 $ s1,300,00 9/26/2008 Jayme Qulnley (913) 683.9.179 1/1/08 - Multiple 12/31/19 Crystal Mlles (785)837. -7970 Past Performance ( A8 Various Multiple Dates GaryMenl(e (785) 295 -3095 $ 114,534.76 8/29/2008 Fl- eda on (785) 977 $ 362,700.00 7/24/2008 arbor (785) 9 99,949.28 5/12/2000 Levi Henry (785)486.2601 $ 57,231l,00 4/11/2008 (785) 364 -3379 $ 15,44.1.59 3/1/2000 Stove fioalnbrecker (785) 290••7142 57,79000 1/1512008 Adam Moser (785) 368 -3758 $ 24,160.00 11/1/2007 Joe J) 864-1135 $ 58,695.00 9/27/2007 Jayme Qulnley (913) 683 -1179 $ 8,950.00 9/24/2007 Rea Lyn Schepers (39,9) 356••5106 $ 1.7.,950.00 9/1.9/2007 Lonnie 970) 498-5671 $ 31,730.00 10/31/2006 Noll Cable (785) BZG -6525 $ 4,200.00 10/31 /2006 N£t9)able 25 Past Performance ( A8 ST CLIENT CONTRACT 1f KS City of Lawrence, KS 65349 Tree Trimming IA Iowa City, IA 07-16 Tree Removal I(S City of Lawrence, KS 64907 Tree Removal K5 City of Lawrence, KS 64616 Tree Trimming MO City ofiefferson City, MO 2262 Tres'frimming & Removal KS Kansas Department 09046 of Wildlife Parlor Tree TrRnming & Removal AMOUNT DATE CONTACt' $ 4,400.00 9/16/2006 Jim Be 2300869 $ 11,600.00 8/4/2006 Rail Lyn Schepers (319) 356 -5106 $ 6,500.00 6/9.9/2006 X755Beebe 3089 $ 4,475.00 5/8/2006 JIM B e e0889 $ 18,800,00 4/2612006 David 1 (573)634-6423 $ 11,500,00 3/4/2006 Stoops (620)672 Past Performance ) A9 ST LA LA NC FL FL Sc N1 NY KS CT MA /Cr VA VA 'AL AL AL MO AL AL AL AL AL MD Sc MS MS TN TN TX KS KY AR AR AR TX TX TX TX TX LA NE MO EVENT DESCRIPTION Flooding Flooding Hurricane Matthew Hurricane Matthew Hurricane Matthew Ice storm Hurricane Sandy Hurricane Sandy Landclearing Snowstorm Snowstorm Hurricane Irene Hurricane Irene Tornado - Leaner /Hanger Tornado - Leaner /clanger Tornado - Leaner /Hanger Tornado - Debris Tornado- Debris Tornado - Debris Tornado Tornado - Debris Tornado - Debris Line Clearance Tree Removal Tornado - Debris Tornado - Debris Flood - Debris Flood - Debris Hurricane [Ice Ica Storm Ice Storm Ice Storm Ice storm Ice Storm Hurricane Ike Hurricane Ike HUrrlCane Ike Hurricane Ike Hurricane: Ike Hurricane Gustav Wind storm Ice Storm (AS A SUBCONTRACTOR) *PRIME CONTRACTOR DRC TFR Class A (KDF) HDR (1B COXWeI() Kaiser Kane County Waste Beeghly Tree (Ashbritt) Arbormasters (Looks Great Services) Charah,Inc. Arbormasters Beeghly Tree (Ashbritt) Garrettson Const, (Phillips &Jordan) Crump Construction (OMNI) Bolt Const. (Phillips & Jordan) Thunder (Phillips & Jordan) Garrettson Const. (Phillips & Jordan) Optimal Recovery (Phillips & Jordan) Bamaco (Phillips &Jordan) Optimal Recovery (Phillips & Jordan) Aster & Cross Optimal Recovery (Phillips & Jordan) Ceres Evans Tree Works (Merclers) SRS, Inc, Crump Construction (SRS) Deason Construction (SRS) Deason Construction (SRS) B & B Environmental (DRC) B & B Environmental (DRC) Pro-Line Construction Bamaco SRS, Inc. United Disaster Response (DRC) DEH (DRC) Cahaba(DRC) DEH ( AshBritt) TL Disaster Sei'vlce (DRC) United Disaster Response (TFR) United Disaster Response (TFR) Integrated Pro Services United Disaster Response (TFR) Integrated Pro Services JOB NAME City of Baton Rouge LA DOT NC DOT City of Jacksonville FL DOT- District 2 Georgetown County NewJersey Tree Trimming & Debris Removal Long island Railroad Clearing/ Grubbingfor Westar Energy Glastonbury, CT Various In MA &CT Prince George / Dinwiddle Co., VA Henrico Co., VA Jackson Co., AL DeKalb Co., AL Cullman Co., AL Joplin, MO DeKalb Co., AL Elmore Co., AL AT &T Line Clearing Tuscaloosa, AL Pleasant Grove, AL PG &E Line Clearance SC DOT Yazoo City, MS Holmes Co., MS Nashville, TN Nashville, TN Galveston, TX ROE Doniphan Co. Electric Co -op Henderson County, KY Springdale, AR Fayetteville, AR Green County, AR Galveston, TX Pasadena, TX Kingwood, TX Polk County, TX Fort Bend County, TX Terrabonne Parish, LA Omaha, NE St, Joseph, MO Past Performance I A10 *SUB TO PRIME CONTRACTOR past Performance I A11 EVENT ST DESCRIPTION 'PRIME CONTRACTOR JOB NAME MO Ice Storm United Disaster Response (Crowder) Joplin, MO OK Ice Storm United Disaster Response (Bamaco) Del City, OK OK Ice Storm United Disaster Response (Bamaco) Mustang, OK OK Ice Storm United Disaster Response (Crowder) Sand springs, OK LA Hurricane Katrina Integrated Pro Services (Ceres) Jefferson Parish, LA LA Hurricane Katrina TemplarTltan (Phillips & Jordan) Orleans Parish, LA MO Ice Storm BLG Environmental (DRC) Springfield, MO MO Ice Storm Ace Tree Service (DRC) Greene County, MO NY Snowstorm United Disaster Response (TFR) Erle County, NY FL Hurricane Wilma United Disaster Response (TFR) City of Hollywood, FL LA liurrlcane Katrina United Disaster Response (OMNI) St. Tammany Parish, LA LA Hurricane Katrina United Disaster Response (TFR) Louisiana DOT LA Hurricane Katrina United Disaster Response (OMNI) City of New Orleans, LA LA Hurricane Katrina Kansas City Tree Care (TFR) NAS New Orleans *SUB TO PRIME CONTRACTOR past Performance I A11 City of Coldaboxo t )DX]tl._ Y O he Clcgl • v�joe /u CoIOOI 0I111KlllflllStreat •�- (ioldaboso, NC 29689 919,999.8099 0 I.,., @ RO' wdvw,goldaborono,gnv Pl gLiC WUNKO • Lotter of Reference " "" " ' "' ' ' ' "I jiisl wahLed''to pass on viii '1'h'dtiles'nFi'd 001' Wloii for NoiNcfii 'tivitli "[ifi' flid t}[e citl t ha'tff "" Goldsboro during our recovery effort's afte•hurricane Matthew. Yourstaff was extremely accommodating and willing to wont with us at every level to ensure debris was collected and removed as expediently as posslbla from within our City Your award flexibility and saparato.eolllt act to haul C & D debrisd all woedtusotimelto ensure all vegetative '�g vegetative debris was collected) and hauled away, It was a pleasure doing business with you Iwould definitely recommend Custom Tree Care for ruture services, Intarhn public Works (:iLy of Goldsboro, NC 1 TO WHOM IT MAY CONCERN: Please accept this letter of recommendation for Custoln Tree Care, Inc. CTC, Inc. worked on numerous projects for Storm Reconstruction Services, Inc, performing debris removal, debris reduction and disposal for the past 10 years, During that time, CTC, Inc, performed all projects in a professional, safe manner and met or ensuring that all personnel had sall certifications, licensing, Insurances and bonding that requirements, them a more competent edge Mr, Greg Gathers, President and Owner of CTC, Inc, communicated openly with the Project managers and assisted In sharing the responsibility of the jobs as if they were his own, CTC, Inc, has grown to become a major contender in the disaster recovery business. CTC, Inc, has the latest equipment suitable to perform the tasks at hand, Mr. Gathers' handpicked crews possess the training, backgrounds and expertise to perform all operations efficiently and effectively. CTC, Inc, Is able analyze and assess the most expedient recovery plans and provide their contracting partners with immediate boots on the ground service, Storm Reconstruction Services, Inc, highly recommends Custom Tree Care, Inc. as your next Prime Contractor in any size catastrophic recovery operation, If you would like additional Information, please phone me on my cell 205 -242 -1501, Sincerely, C. Patton Vice President (Retired) Operations Manager Storm Reconstruction Services, Inc, 307 Mai-flan Avenue, Mobile, AL 36606 p1lone: 201.446.6600 FFAXa12o09c4e46 -0611 letter of Recommendation I NO A13 WITT 1O'BRIEN'S a SFACOR company TO WHOM IT MAX CONCERN: Please accept this letter of recommendation for Custom Tree Care, Inc. Witt O'Brien had the pleasure of working alongside Custom Tree Care, Inc, during November and December 2016. During that time, our prime responsibility was to monitor, document and validate all debris activities performed by the contractors. We found Custom Tree Care, Inc to be the most professional, and safety- minded contractor we have ever worked with. They performed all required duties in a timely manner, utilizing the best maintained equipment for the purpose. The required documentation provided to us exceeded what we have experienced in the past. Thereby, allowing the contracting agency to receiving federal, state and other compensation in a most expedient manner. We feel that, although Custom Tree Care, Inc, may not be the largest or the oldest in the emergency recovery business they are by far one of the best in the business. Therefore, we are happy to give a full recommendation on their services. Please contact Ryan Booth at 251- 509 -6923 or rbooth @wittobriens.com for further information Sincerely, Ryan Booth Debris Operations Specialist Witt O'Brien 816 Town & Comitry, Suite 200, HOnSton, TX 77024 200051 t. +1 (20n) 320. 9796 E +1(201) 320 -97001 www.wittabrimis.com Florida Custom Fx), Linc Current Debris Removal Contract List • Broward County Public Schools • School District of Palm Beach County • City of St. Cloud • City of West Park • South Broward Drainage District • Town of Bay Harbor Islands • Santa Rosa County School Board A Georgia o Forsyth County Indiana Kansas o City of Indianapolis • City of Lawrence • City of Shawnee o City of Mission • City of Roeland Park • Shawnee County •A Louisiana o New Orleans Park (Continued on page A16) Current Debris Removal Contract List i A15 Mississippi o Lee County B• Missouri • City of St. Louis • City ofO'Fallon • City of North Kansas City • University of Central Missouri • Missouri Department of Transportation • Housing Authority of Kansas City • City of Independence • Franklin County �• North Carolina • Pamlico County • City of Goldsboro • Wayne County • Town of Emerald Isle • Town of Atlantic Beach o Town of Belville • Town of Carolina Beach • Town of Wrightsville Beach Tennessee o City of Memphis f- Texas • Brazoria County • City of Sweeny • Chambers County • HGAC (Houston - Galveston Area Council) • City of Cedar Hill • City of Oyster Creek Current Debris Removal Contract List I A16 L� �9 VNRF Inc References CLIENT DESCRIPTION CONTACT City of Boulder, CO Debris Removal, Storm Damaged Tree Kara Mertz P.O. Box 791 Trimming & Removal (720) 879 -6127 Boulder, CO 80306 mertzkt@houldercolorado.eov City of Quincy, IL Debris Removal, Hazardous Stump Removal, Jon Vrandenburg 730 Maine Street Storm Damaged Tree Trimming & Removal (217) 257 -9380 Quincy, IL 62301 1 Ivrandenbur¢@eulacvll rzov City of Derby, KS Brush Grinding Michael Day 611 Mulberry, Ste. 300 (316) 239 -8693 Derby, KS 67037 michaeidav @derbyweh.com City of Lawrence, KS Tree Trimming, Tree Removal & Debris Removal Crystal Miles 6 East 6th Street (785) 832 -7970 Lawrence, KS 66044 cmiles @lawrenceks.ore City of Shawnee, KS Debris Removal, Tree Trimming & Tree Removal Randy Martin 11110 Johnson Drive (913) 742 -6958 Shawnee, ICS 66203 rmartln @citvofshawnee.orz City of Kansas City, MO Tree Trimming, Tree Removal, Stump Removal & Louis Cummings 1520 W. 9th Street Debris Removal (816) 719 -3176 Kansas City, MO 64101 lotils.ctimmilifts@kcmo.org City of North Kansas City, MO Tree Trimming, Tree Removal & Debris Removal Chris Cooper 2010 Howell St. (816) 274 -6004 North Kansas City, MO 64116 ccooper(@nkc.org city of Goldsboro, NC Vegetative Debris Removal Tracy Barber P.O. Box Drawer A (919)580 -4393 Goldsboro, NC 27530 tbarber@aoldsboronc eov Wayne County, NC Debris Clearing & Removal Services Noelle Woods 224 -226 E, Walnut St. (919) 705 -1714 Goldsboro, NC 27533 noelle woods@waynegov.com References I A17 Cusco E I k,"inc 1A Current Industry Association Memberships . Arkansas Emergency Management Association http: / /www.arkansas -ema. org • Better Business Bureau http: / /www.bbb.org • Emergency Management Association of Texas http: / /www.emat- tx.org • Florida Emergency Preparedness Association http://www.fopabeta.oM • International Association of Emergency Managers http: / /iaem.com • International Society of Arboriculture http://www.isa-arbor.com • Iowa Emergency Management Association http: / /iowaema.com Kansas Emergency Management Association http: / /www.kema.org • Louisiana Emergency Preparedness Association http: / /Iepa.org (Continued on page A19) ❑idustryAssociation Memberships I A18 Missouri Emergency Management Association http://www.mo-ema.org National Emergency Management Association http://www.nemaweb.oM • North Carolina Emergency Management Association http:l/www.ncema.net Oklahoma Emergency Management Association http: / /www.oema.us South Carolina Emergency Management Association http: / /www.scemaonline. org • Tree Care Industry Association http: / /tela.org Industry Association Memberships I A19 PHr -tIN /6 —m R� SE 7'1�.LE_' Due to our experience with rapid mobilization and the need for communication with our contracting partners, Cl'C, Inc, has developed procedures to Inlnhnize the time necessary to respond li the number of crews rsD hours of a Notice to proceed, [t tl e instanceofhun canaso pecially for pedlposltio contracts, response time is even faster, pRG••p()SITIONINQ During hurricane season, CTC, Inc. Closely watches the buildup of potential tropical storms or hurricanes. As a storm approaches a location for which we have. a predisposition Malnagol'nearesg tha lacalionrwllitbelresp nsIbleforr coordinati>gtho e11eff0l'tst Ilse Reglanal The pra.positioned resources will: 1) Be located as close to the potential Impact area as possible without putting them In harm's way 2) Have recovery equipment immodlately accasslbla to our Contracting partneus, We to ce Into consideration that domaged or destroyed by the stern, obviously affacts Tile thnely response capability, therefore; ,y) provide Local, experlencrd subcohtivrtnrs who are on standby and alart, tind will provlda details on their rosourcestitntcen he deployed immediately upon request. As the storm nears landfall, and the potentlal Impact• on the area becomes more refined, Out- Management Team find speclallst ,will; otantialdebris roblem% 1) Make an Initial assessment of size ofthe p P 2) Make a determinafian of what additional resources n,ay he needed, based of that previous assessment, a) Datermtua howthose MSOUrras will be deployed. q) 'fl'nnanth informaYlnn To poteulinl subcontract'ers, In most catastrophic events, our prime subcontractors are familiar with the procedure and headed to the affacto I areas, 5) PrOvIde a buildup of resources over a sho'tperlod oftline as needed Until the Immediate response agencies paw enforuen,ont, fire depaelrnents, etc.) provide upproval, there will be a Ibmltotion on the amount of debris removal equipment that can be moved Into oil area and what operations can be Iitltlaled, That means that we can Nava the equipment and personnel available within a short period of time, but remains committed to close coo with the Immediate responders' needs. Resources will ba deployed to provide the best response cornmonsurate with lirrdtaelons establlshed by tile Immediate responders. pre,•I3vent /Rvoui Response '11111.e I1, I IMIVIpDIA'rL' DHBBls oPMATIONS We have In-house resources to begin debris operations almost 11 Inadietely, especially debris clearance (moving debris to the sides of the roads and streets to allow access of amergoncy vehlcles). As the Information r lg tent of the debris i impact t Orant becomes more exact, the amount and typ e (s) of equipment p tent operation will become more refined. This general procedure ensuras that, In the event of a hurricane (or other disaster that provides some warning), we can have trained, experienced persmmol with appropriate equlpmont on site and worldng In a minimum amount oftbne — regardless ofthe location ofthat disaster. In the Immarliate afcennath of a disaster for which there was no warning (tornado, earthqua(e, bombing), the deployment procedures developed and used by us still minimize 'the time requh•ed to adequately respond. All equipinont is malntalned In a ready-to- deploy condition. Personnel are acustonedto short notice, and the Internal communicatioissystem used hY us Itetlwithin 4 I(e hours, oftenrbefYrella cossabsepe mittedltotpotlonseofrthe damaged arela, Frequently, that time is much less than 24 hours attar rP.celpt of a &GtIC to Pr0CAed, We understand the necessFtyte begin debris operations qulcltly and conduct them efficiently. Pte- )�h,00llRyontRcsponse Time, 1132 T'achntcal Approach mobilization Plan Tills Moblllzatiau Plan outlines the Approach strategy that Crc, Inc. uses uftar u state of disaster• we fully recognize and our campl'ehend that It Is communicate will, uS, 71 orefom, we assulme the respoinsibility of being able to move 11110 tile Inay )lave Ito way linputted area and Carry out eurnssignad mission, With full capability, no matter howsovmethe dental {n may e. Our yours of youec mmunity, tell Its that to povidela moreleXpedlerd- mobilizations, TIdsII'Why, different ith directions, preevont contract In In place, we plan In advance to call resources hl from numerous dlfierant locations, and via numerous dlifarentroutas of entry. Oarsuhr0ab•actors, who are local to your area, are experienced and aware al, tile needs of Cr(; Inc, 1'hay became Integral members of our advance planning team, Their Input and area knowledge are celled up during both advance planning xnd post-aVent response operations, Fur those events that Impost Is forecast (hurricanes, tropical storms, Ira storms, and floods) there Is advance warning owed and an ability to manlfeYand track tbs developing watherpattern. For these pradlulabis avents, safficlmtt time Is allowed for confirmation of sltnatlon-spocific pio-pranmg efforts and preparation Which ultimately alloWS for a more rapid and madhatted moblilzetlon, With thane forecast nvrnts, uIp Inc, will identify llpole, neededafor tl a Immediate p sh. Through radius of the forecast bnpAct Xona and tnublllze rho equipment and manp this advance planning, we are ablate gdoahtne at Immediate reAWNSa t0 the emergency, clearance of debris from the I'agdweys pbaso of operations. Cfe, Inc, will pro•poslllon personnel laid equipment In your Gonna nIty when directed, We thelsednrelus several points 1410 yponiltile Sl•Le Pndtdestnmtive forco commuldly/dRalagO eeeventnUmt is beingrrespondedlto erlan additions year multiple pohtts- of- antryor paths Into critical rospensoznnes will bn Identified. The CTC, Inc, Prolect Mnnnger will he In clesn contact with gout' Prolart Manager nr designed POC, astilevent ICeiniat draws closer. If inquired, we will mrlvu with our advance team and position 0 tsalves In your Ii111firgancy Q p er (eoC) or other silliabia flotilla Coallnalld center prior to tha bovlfull of a storm, regardless of nnticlpated storm cafenoty, Coordination can then he afflicted regarding the entry allosponsn entry into the damage zolim The Mohiln Command center will normally bo in place wlthln 24 limas, If required, after the Notice to Proceed and provide the communication link bolwoPI, All agencies, and provide a fl0id site for dally briefings kind co "illin fun. This Command Center enables 6TC, Inc, to have 1111111111ted nncess, via satnillte, that will provide phone, fax and broadband In mat collharllan regardless ordanagn to cable and local wireless Intl nstrilcture. (TC, Inc, has astobllshad the following schedules orrrmv dupiuyalent for your community. Thu qurottty and nmko -up aF craws required has oboll be �nds dtu•bng the Initial Parnage Assessment (IDAJ stage, hmneNAteiy bellOwing the event, Wtogorius of hurricanes have buan selected ns mprasolttativP Indicators of the denmge likely ro occur. These only represent a bacebne on which to Illustroto our mobilization schedule fm' you. Catagary 1 & 2 Harricones /Tropical StoriesAce /snowstorms •- spot•lobs/.gnnli Event (Vallatatfve neinis Dilly) o R099 ofcrews within 24 hallrr nfNTP ' > AOo%ofcrmvs within 4R Italics afNT'1' eategaryB NurrlranasJrropicnisrolms/f ca/ lnuwstmnls— sfgn�uruth.Vantlwnndy gad ml) onhrisJ 4096 gfcrOWS rn4rhln 24 busts of NrP tiro%ofclCws within 40110[08 of NrP 100% of maws wlif in 721muns ofNi'p Tealuilatil Alillyntlah IN90 D3 category 4Hurrl canes/ TYoplealStorms/ rce/ snowStnrms- Slpnlllcant /en[astropblcfvant(All CONYOrles 011)di ) v 28°h of crews within 24 Hours of NTP e lo%ofrrews within 48hoursaf1471' • 6os6ofcre%ewlth1n72houGvofNPP • toosbofcrewswigoisHoursofNTP txdegoYy 5 Huplranes rfoplrul5forms /Ire/snawSmrms(— cYttpatroPwc rvenf/i'nM! navustatlon (All cutetlnrlus ufneGrls) • 25 5Knfcr,?wswitbin24110lu'sofNTP • 8o%nfcre.wswlthhi721101irsufNTP Roo.%of rrews with 96 hours VI NP after lI is. is familiar rwith ra wtropingmore'o ourres asneeassory to aleeltY ur davelopinL!shedule for +work Output, and opuradons end Management Plan C c debris monagumant work will typically consist In general terms, following writtan Notlr.to Proceed, TC la tai th will be closely coot limnechronological ith and ns dlreeta I by CHyeorCOOng staff, tAITant) order. Each of these worit A, pushing and clearing debris from primary arterial highways that serve previously Identified critical facllitles, No attelnpl• to remove debris is made Flt thlstimc. The oi>Jaative of this "cut an <I Push" effort Is to open roadways to emergency responso vehicular truffle, 'I'hls work Is conducted during the "emergeuay period" hmnedlately following the event with PEMA flU1duilneeot amp hosts fsipierAd on wotl( hours and may lnolude working between sundown and sunup, A g' safety during tills bean as downed power line Pi'esallt a nun hazard tv the health and safety of I' rod. o crews. Close Coordination with the focal electrical companYwill bn conducted throughout this period, z. During this timefralno, debris removal equipment and personnel Will begin to he "chaclted in" with all necessary documentation gathered, and trunks and tra ims maasurad (CY) for nlaXhnum load cmTying capacity and Itlnntifiaatlon placards hlstalled, Also during this time, tine Temporary Dubrls Staging and Reduction Sites ('i'DSRS) will be located, regulatory approval gained fur, and consu'uctlon for opal areas begun, 3. be soon as the 'fDS1l5 is ready to re debris (interior hall roads established nod tmff1c, rontrol patterns formulated; site does not need to be ready for reductioa(recyrllno efforts at this time), debris removal crews will Ina dispatched to begin gathering, loading and hauling debris to Its tleskgnated site (vegetative debris will be taken to tilt' I P"S and Construction anti Demolition (M) debris will he taltingto a local, lawfalit' pOrmittad landfill orother site as may he specified, A. As the number of crews and a(Illipli Increases (called the "noel) Up" Parted), so dons the need for yuallfled monitors to he assigned to asn:h orow, or zone. These mooltors will issue load ticltets for each land of debris managed, and certify to reimbursement uguneles Its "e.11gbillity" Our• crews are 901101 ly l(apt In the same zone and sector throughout the cleanup, This helps to Identify responslbla parties when damage to privoto property Is reported, Investlgatod, and resolved, Toohnical Appt'ouoll IPabe)" Jr. Caton drop-off points may be In the) Corn'T'UnItY, bring It, This gives those educes the nlumherof Illegal remove debris from their private property p manpower to .safely operate the o sitescand slant !tern ofwl provide then and of eachh daayulpment and be 6, As debris removal operations progrmss, and the TDSRS Is made ready for eeductlon /recycling operations (Including baseline environmental (sell and groundwatar sampihtg when required), dabris removal crows Will cantbtue on a dally, uninterrupted basis, to haul vegetative debris and recyclobies to the Will be C&D debris Will continue trim e 111 ing nit stlenp removal operations. landfill. Additional craws will be 7. Debris removal crews will normally make three scheduled passes In each zone and sector. Approshmately 6o% of all debris managed is removed from the r]ghirof way during the first pass, Once the mtdority of vegetative and C &D debris heve been removed, White Goods (washers, dryers, refrigerators, freezers, alr cond)tloni0(f t nittosa coral, lawfully cl' permitted d lniodgll as directed, a loaded end hauled to either the TOSRS for recycling, g. Multiple, scheduled passes will be made until debris relmevil operations Oro completed, as determined by the gove'nmentcontracting agency. 9. As dabrls operations begin to sumo too close (the "ramp down" period), crews and equipment thOt te'a no longer required will be released from duty. 10, Once all activities ale completed at the TDSRS, site closure will bngln. This Includes, but is not limited to t'he following: + Removal of all debris reduction by- products. N Removal of all equipment, office tralle's, Inspection towers, unit portobin teliets and wash stations, e Removal of ail stone utilized to create points of ingress and egress, interior haul roads, and parking areas. o Remove] of all site featnr e9 (fencing and oloslen control) that may hava boon cersm urte . End -olWob environmental samp]esare tailor, tasted, and compared to baselinesumpias, " CTC, Inc• will then request a final Inspection from the appropriate government official, A "punch agreementnbetweenithrprope tyownp,ig closure taken, Only upon mutual, Manager is n site considered closed. ]')obi Is removal, reduction and disposal work hours are generally defined asflom sunup to sundown, seven (7) (lays /waoit, including holidays. This scbedula will he coordinated with, etd approval gained from local ffirinis. Thls chronology of debris operations Is defined In general tams only. Additional specific Items of Way'( maybe diractad by test Rporrormed cyrospouseagencies In ludingbut•notihnitedtotutility' companies, g°vornmenr.egonc(es, volunteers and local govOrtament farces. Telrulenl A•ppraaoh IPage B5 Debris Volume Estimation Estimating the volume of debris generated following an event is not an exact science. At CTC, Inc. we utilize several different methodologies to make "an educated estimation." These Include: utllizatlon of the US Army Corps of Engineers Hurricane Dehrls Volume Estimation Model; a per household times the total number of households method; a per mile of roadwaytimes the total miles of roadway method; and other data as may be available. Each of these methodologies and estimates is lead by an experienced CTC, Inc, team member whom has significant history is making Just there type estimates of material on the ground. fulling /Involves At the conclusion of each day's work activities, dally reports and load tickets are collected from all CTC, Inc, supervisory personnel. Then 14re then reviewed for completeness and correctness and entered Into nut' proprietary database. This data entry Is normally accomplished at our neaxlquarters office where will maintain work stations for this purpose. This data entry normally follows the wo'Ic effort by lust one day, meaning that the My will have nearly real -time data throughout the project. Invoices are normally generated on a bl- weoltly or monthly basis, dependent upon the srhaduld mutually agreed upon. our records are maintained for a minimum of ten (,,to) years to ensure that we can support whatever request the City may have, particularly during the audit that will be performed by DHS /EEMA, Authorixed Persons Greg Gathers Brandon Timmons Kevin Meier Zach Witt Adrian Ybarra Delbert collagen each of these people operates from nor headquarters office, out, address Is: 3%22 sw spring Croelc L111 opelal KS 66610 '1'eclmical A.1313mnolr JPage D6 WORT( PLAN 'fhrugit our years of experience In responding 1JuJelsbah pee -ev nttplaton ng andspost-ovant opemt10111. tThis have developed and refined a strategy straway Is Fo l"dod on the concept that we, both 1, a agency's staff and tim CustOht Tee Cnra (OTC, Inc.) scoff, curt 'best do the majority Of our critical thinking olnthe "URte sky day" when time Is uvailabla Lo carafillly and thoroughly research nitamativas to various srelo rins. It, essence, we can develop d "Project Chockllst" to guide us through Rlusu first days followhtg the "bncksky day." At C1'colb' Standard Operating procodure for floods Mission Asslgnmants Includos tha fullowing 0lelnonts: PrwGVant Planning • Identify and introduce, In person, CTC Project Team to your stoff50 that when we Oro required to work together, we ,evil alroo(ly established our professional raintiunshlp and rapport; • Review with your staff, III detall the most recent update of Lite Debris Management Plan to ensure that we understand completely your plun or attack and have thoso base maps first required In current ordarf • Actually rh a 111050 roadways list rd as having pl'lorlty, to canceintudho vnlUnes an(1 types of debris that may b0 encountered during emergeaey rinamnco operations; • Heylow with your stuff tilt) Identified T:mpomYy O0bris Staging and Reduction Sites and the preihninary design estab115hed; • Review built your and our Communications Plot) to ensure they are compatible told afford Inte'operabllltyl • volumes of( locgtnm, todonrequiredforrelmbliraetncntorollillbiadnlaul acostrt laonaging the • ParticlPatelll allyand all othort'rabilllg gill exOrelses 09 you lnaydlrect; errant institute • Conduct en -site cnssruom trOleing utilizing the PHMA Gmerganry Management Independent study Programs for Dohds MoUARtonep bIICagol"Llm,ocniell rWptaaedlon11 System /Incldont Command system (NIMS /fC5), the updates /new pulicles and procedures Alarl; Stage • As 0 Potential (Iablls- ge,a•eunl( wenlhdr event pitpronu110s, Gfr; will be In communication with your staff to ousc'a that our, Contmunlcerlolt Plans are hr cutVehtardm} and we WIII hngln to niot't' our Project Tenitn, local Urea stlbconbtwtors, and out or -areg subumntractnrs t[lat their SUN 113 may be requlrad In Abe goer future. • As file weuthei rvout track is astabllshad and the real notpn1101 For nudfnll In an 0rea that ntny danage your Uea Is established, gild at yolln' dh•action, CfC WIII nebllizc am' Project Manager and aryYU'grncy Yogtl cloaTgnce craws and equlpnlpgc to preawigt at the Oparntlons Rose Comp. ' s'ews mud This will im i equlpmontto HIM drugs Previously ldontifled for amergancy oat lenram0apor tion Pest•Gvent Opernllunst The Prallminaty Damage Assersment and Gmargonry Rontl Clearabea dilatations WIII begin as soon as n i t severity additional crews equipment Prrv"rlaga just boyoltthe anlicl glad damagezo a will bit nmblll[ed. It Is expected Lire Wacl0lon 1137 mujority of the emergency road clearance crews and equipment will he cfr°s own and those "Willabhe from IactiT area subcolltractars- _ • Temporary Deals in gin d cu tiling nadia,0011 reas Silos, will be inspected itotascertain their availability for availability diate of housing and wmpdnu immadlato /uaar future use. 'fhls nformatimr will than he ]cloyed to oar Logistics Manager. • Durbag tills phusl, our crews will be availeb'o, at a minimum g'om sunup to sum -dawn. IF roga,red, work will continue aftor dart (fit call be performed safelY. • howdy Documentation for lw work arIncluded rinvtUercmtoi 'aatptEnrhamarninis a reptortaof tile lPrevious days' work will he etude to Your pro manager Innrle Imo, �uldatP6lalr d�r�t erroad saumen that Catagoryi all OqulPmant hours broken down by (Yl have been oll to a amintramp of one 'Bile of traffic in each direction, annulativo summary reports will be. modl rogmostocl As (hu VOR(Ille At debris • and equipment required tdu rng tale Initial stages of ro Leval tThB e crows gild equipment will stage in elosu proximity to HILL Yale. to your for IJournal dop'oyment upon completion of the road clearance, and os directed by 110C. gsthmatad Tlma Retrial 701-10145 Pusagvant Operations; DOW III Ilemouul, iteduslion and Disposal e During the initial stagas of debris removal opm'at'ons, your staff and ac will detormina what zones slid sectors Oro to bn chaired In a priorltfzod Orden This astobilshm int of priorities is hnportubr In that It allows For yon, lbe Monitors, and our crews and, equipment to arrive on- scene in a scheduler' manner. 'rids Is the'4alnp up" stage of oparnffans. • FIG) ce aellln alemberstwill continue orwo)rk WIt'sY ur staff lul Inspect thee damages 5area5 for hazaidous waste materials; critical drahnnga ns '' fl°d till l IIIIA aterw ys that require (mmoddote attention to mitigate further datime ; P' beach send Watercraft that may Impodo deals opemflogs; In some Instances, the presnncLL 0f b that has been washed onto private properly and roads; and any other e'arnemis of dastructtoo that WIII /may fail at disrupt Unit reglOVUI operations. • "file cTC project Team anti Your staff will also be ravlawlnt file teed fur Identification rani baflgas to), each crew u)ombur that will be working. 'Chu CTC Proje-ct'['aana will nlsa Gs wol1dng closely with live local area landfills to construct additional enhances al-tile landfills to support the extremely high volume of traffic above that normally experieucad, WIllmUttbete additional inbastructgro elements, long Walt times will be ancountmed andseverely disrupt Ilia tlnlalhuass Of dal removal operations. A If a part of the Contract Ianggagn, automubllee and vessels wner Identified gild 11011 iciudoa tnawlall noch ho recovered, moved to a staging /salsa'' Y owners' hlsurmxn agent prlo to final disposal methods being lnapartnd by their respective datetn)Inad, White, goods will ha sagragat al it and oilier da'm's and taken to n staging area at the TUSns, • Wutrolled t ods,arhese' potteiliingy hazardous llnaf Ilal will behrecovered shy all appYrlplrlatelY licensed subcontractor prior to disposal at u recycling fmclllty. wildc Plmx p 3 o Household hazardous wastes IIIHW) WIII be segregated at the pick lPoint gct•nso retrieval by A a sapumte crow. These wastes WIII Ilion be disposed of At an Appropriately for segregation of HHW that Is inadvertently delivered. Irmo vial and dlsposni willthe an an needed buds, genstractlon and Demolition (rfkDl [ea the H Ilhoarlatelglicensed lalndllll For final a(llsposal o plrlo- up point, prig• to loading for hauling pp • p Y 0 ozremoval. r stumps u Identification and l m This IRWIT1ntlon m,ddocmentatlon is required by f[MA formasimull relmblusementof eligible coets and will )aacc ullolshedbyti eyours'Writer,o,Ice disdata its gathered, anti hazardous limbs and stumps are uuthadzed for removal, C'TC crews remove, and load for homing to tbeTlrSpS• forvnlmne retluctlon vegetative debrls WIII ba landed Ram tine public rights- oFway, bodied be the TDSnS where volume reduction will ha afeampitshad by mulching /grinding and/or burning /Inclnaration. gy- productsfYom the reduction process may be used by 1110 yet"' gakad coimnunitles, gulf courses, r or general recreation erns for [at purposes, sold to an area paper products company or general manufacturing plant for use as holler or "hog" fuel, or us the last resort snot to a lawfully permitted local landfill for use as dolly cover. y load tickets, and based n the cuhloyard methlodgor mealsaYeltlete Dually, ctultulntive, primarily suiluttuty roof wIll be Made to ilia numbers of vehicles Project vessels ramovedanumbers reports white detailing cotnplullon of passes; mmmged; and numbers of leaning seas d moved, hanging hazardous limbs cut, haven ous stumps removed; And volwna of household hazardous warm removed will hn gonm'atml and Provided as you request, gdsanlVIS in the case of a major catastrophic evout, arc Is nn ready and standby for barred late call and can he mobilized within a2 flours fnhnwlne a Notice to Procoud, In mddltlolb Cyc ambdalns an active databoso of subronttuctors iron across the nation, the majority of whom have walked with om• Project -reams on past debris rmnovAl uperagons, This dawhase contains subcmlt operators, who osstst as mild dtulsklilled label, mthnllossfathm equlpleat, COL drivers, lievvy aqujpmont operators, m , assistants, clerical staff, contract spnoiallsts, on -site fuel dollvery, ganorators, temporary housing, laundry and cuttabta selvlres, hazardous waste spoeiAhsts, water-hol'na debris removal spaciallsts, and arhofixt services. well( P11111 P39 Temporary pepCls Stagingattd Reduction Site Management Plan your local government roprasenttivo , CTC, INC, Inc. will develop a sdtespeclfic plan for cash Temporary In conjunction with appropriate, ebs lua and Reduction DS) Baru tntliie with apernllhg, 'the plan will address the following items, x5 1, Site Mana¢eluent Dr¢enbatlan and Responsibilities TfiI% will to each.titoil Involvedfes quality leant ettholsD of the or¢mllzotion at the sit, and the nsponsihlllt as 2, Startup Check0st and preparation of a site are work test(' Tills addressedond can be °checked off'�thetlist esttley are compftolde1b In the clearing i P Of 9. ingl'nsS /FSrass operufdons, Thay wllll then be a ud by floor trucksrto to hting IaterlstInt rbthe site for propel' handling.t ibeh uadswlll be luebrtuined thl'oughoutthn entire eperatlon, A, Surt Froparation This Includes clearing, gradht¢, nstablbhm9htof erosion control and baseline testing forsoll midgrmmdwoter. '1110 sun must be carefully nlearad amt graded to ansura proper drainage, Wit 110 ininimizlnlf erosion, All anvlrnlmental concerns reiated t buffer zones, rmlaff, and potential Impacts to nearby streams, alp, and groundwater will bn addressed. S. 'i'rafffa control procedures Dnpendlna upon the extent of traffic control required this may rea 51e an appendix rovisid sfor la Peon l or ,ruffle, R will addrossiha movement of vehicles Into and Out of the site, and Insludo provlsioiu for kaepinlf the streets or roads free of dabrls, 81 safety arntin huge 'there are n many activiges that OccunvpilJn TDS, Includhlg the rlivarxa mvay of huavy oqulpmant op hi gslntlees and n0�tcntalnllnclnuratarsu1361110 b op0rated: and lot numbersiOrPormneol. Al diligent land cnuenttated Focus on safety must be. of parronaunt Importance t each Individual et th8 site, CTC, INC. If is n Pm't of evarY Plan written by CTC, INC, Inc, personnel, and is continually P.1111)I785Irad. 7, Segregating of Debris Including Plousehald Har.81'dous waste (HHW), Vegutetdve dolts, In artier to bn Properly managed throughout the radllgotlunh'eaYelhtgond disposal processes, all Inramin8 n u s mllst be segregated Into va'ICous categories; e White Goodie, Small l u81ne FAuipment and Fluch'onic Waste, constructiau and Demolition ( ) 8, Sit plan all , A Site ratioPlan , find dumping, grindinglabltYl�Inpeg$b stol Ka, HllW t storage, bonito office, °cleapznne ondapnrtwle Include traffic cObtfOlt toilet and hand wash station locations, g, noparting llaqulromants• t a inlials neductlon Site, including the CTC, INC. maintains an (xtonslve record of the aclIVlllos that occhr a ovldo a mnnber, and ldentlfisatlon of trucks, valuate of debris m &ertn8 the site, types of debris, etc. CTC, INC, 08111 I' Tmnpot'nrg Debx13 Situ VDIS) Pltu1 1B10 wide range of reports. 'fitct types and scheddlos for preparing and submitting reports rectulred by the. COR will be contalhed In the plan. All. Site Closura >rodurts, haul A site closure plea will bu developed ono�d address Jliers, po lahic toilets and [land wash Stations, tlnspertlon'foWers. roads and dump palls, sertahY fenclnR, etherod. Each site Sampling of sell and gmundWaler will bearasnri Ibedirrid tr,tanodappro adby, tlhe prloperty ownerand your loyal will be roughed to Its origin also nditlan, Y governmontrepresentativp. Tclvportu3 DebA'ls Site (TDS) plan, I DI I yIEHIC r INSperrION TDWER Inspection lowers ore provided as per contract guidelines, The cost of These tawors Is a part of our proposal and costs to be absorbed by the company. All towers meet FEMA guidelines as dictated In FEMA Publication g25, Towers are built and provided at ilia various selected temporary vegetative debris reduction sites /locations deslgnnted by Ilia 51te Specific Mmtagament Plan (SSSP)• Tower construction Is as Follows: The (tone and body of the lnspaclion lower is constructed Will' pressure treated Wool" o Tltefloor Lsen Avg g° ot• ee, elevntadInfeetabovealeveled Aroundarea. °°ill c e Allws structedof 2lad joists, gild toAfaotllg ' of the floor area. 1 corrugated raOf, Tile roof provide ( Of headroom below Y hbegins. e c d i l ll be adetRIWIV Anchored andwoo lesstepsWithadrail will the support The W wi be constructed to provide access. o A wark table, 4'X 2 K A M Inch Plywood supported at all four corners will also be built. o A temporary mechnnlcal IIR may be used until a Mail Inspection tower hl constructed. A PICTURE OVA TYPICAL CONSTRUCTED TOWER Is SHOWN BELOW yolrlola lnspoat on,'powor I Pogo 1312 Vehicle lnspaclioit Tower Pn6e R 13 nnhNs DOWN should not 1 103t liousahold tlnl•hu(� el lead, pnpar, pa¢ (aglllo, ,U I)ebl'ls Removol Okildollnes 11'n¢e 13 14 SU)3CONTRACTIN(3 FLAN INTltouticriON: CTO, Inc, malotalns an extensive (hollbase of subcontractors Will, specialty equipment and varied resources which are fully committed to CrC. Many of these subcontractors have partnnrad with CTC In a variety of different proJocts over the past 9.7 years. CTC prides Itself on Its reintlonsllip with these hardworkinp, companies, and a mutual trostexists batW0911 us, CTC, Inc. Is an Equal Opportunity Employan We strive to meet or exceed all subcontracting gouts Idenl'Ifled In your Request for Proposal. We Identify all subcontractors regarding certifiratlons as MWBE,SBE,BA,or [Job zone, We have extensive databases for Oil areas throughout the U ,S,,sothatwe (.till actively Identify the qualified onasfor Your proposal- Additlonally, CTC appreclatas the Input Flnm our (.ornlicting partners on recommendations and insured contractors knowledge olttho area, their reel tlonsl Ip wi h yourcit zensllsa required plus to CTC and Its nrisslon' avant. The SUBCONTRACTING PLAN AND U'1'11.I1ATIONt CT(:, Inc, will utilize a waridarce comprised of III-house parsonnef and subcontractors spacfalizing In varlous phases of dubrls noun gemant, disposal and racycllhg. As slated pmviouslY, we will Idenrlly local subcontractors nh oady In ow network ns wall as hire os many contractors and laborers as evallabla In an effort to allow members of disaster struck comn'IUililles to take part In the reconstruction process, and to assist the community floanclally and econolnR:ellY, 'I'ho majority of those subcontracts will fill ryosltlons for hauling of debris to'rPSRS, hauling of debrism disposal sltos, hauling dohrls for recycling purposes, Subcontractors will provide trucks and trailers that meet till (jSACE requiretnnnts for safety, licensing, permitting and ragtstratluns, subcontractors will provide copies of all Ilransas upon request) methodical Ma ate• until they cOmplilting tile uews will wont In a CTC, Inc. will seek load, qualified IndMduals for omplay rant dul•Ing the disaster cleanup end reconstruction phaeu, Including placing advertisements In the local newspapers and visiting the local entplovanot office, positions For laborers, data entry, Hangars, monitors, and otho(Put'somlul Will assist GTC In nun• task, Temporary onployiuout ageneiae may be used to provide manpower to complete the task, but only afterthe proper seraoning and suhmisslou of drug tests, UIIIc$s otherwise stipulated In your contract, twenty five percent (25%) of the total alnount of our specialized and trollied reduction by CTC personnel, and equlpment commitmnl t tatters wain contractors across all of the continental United Status. SURC0NTRACr01(S AORRRMENTS ANP IIESPONSIPILITY1 Subcontractors lot• CTC, are committed contractually to complain theh' asslgnmonts as Instructed, and must attend all safety Inaethtgs, follow the chaln of command, and report to the CTC subcontracting plllaJ ?ago 131.5 COR dolly to Imop projects moving forward, crc is known for Its open line of communications, and forthe respect we have for our subcontractors. All subcohtractors are required to attend weekly tallgote meetings, sign CTC' drug -fi'ee worl(piace statement and to conform to all operating policies as set forth Dill' prolact maltogu,nant team. All CTC subconnartors are familfur with the proper use of AOMS electronic reporting Procedures, the Intest technologies rn recording and monitoring procedures, and are trained In the properdocumentatlon for the benefit of all concerned, CTC subcontractors are aware or all charge bad( procedures for damages, provide daily reports to CTC site supervisors, and also aet es good -will diplomats to citizens, malting the cleanup efforts as stress free as possible In an emergency sihlatlon. A copy of our Subcontractor's agraomenf is elther Inrkuded in this proposal a may be accessed by contacting the corporate office. 'These agreements have bean reviewed by attorneys for various states so that that' meet the contracting laws of the particular smto In which we are wori(hlg' pROpnICTARy INFORMATION, A list of quatl8ed, exparlanced, Insured, proquaklfled subcontractors for your particular area Is included In this proposal (If required In the pleposakj, ar may be accessed at our corporata offira upon inquest, Yhis ktstts proprietary information and not to be shared with other contractorswho are bidding on this project. Suhaouhnutiugt'(au I YngoB1G Custom TP,F inc /�VAI C C 1 1A 3722 SW Spring Creek Ln. Topeka, ICS 66610 (785) 478 -9805 — Office (785) 478 -4195 — Fax gpathers(t customtreecare.com www.customtreecare.com KEY PERSONNEL Greg Gathers - President/ Chief Executive Officer since 1999 - BS in Agriculture Technology Management, Kansas State University - Certified Arborist by International Society of Arboriculture (MW4172A) - Certified Arborist by Kansas Arborists Association - Line - clearance certified tree trimmer - Kansas CDL - CPR and First Aid Certified - 18 years' experience as an arborist - OSHA 30 General Industry Certification - Completed EMI Debris Management Course at NHC 2008 - NIMS certification for IS -100, IS -253, IS -630, IS -631, IS -632, IS -634, IS -700, & IS -800 - Attended Debris Management training at NHC. - Supervised crews on over 100 government contracts Carol Patton - Contract Specialist - 19 years' experience in the debris management industry - Accounting/ Business Administration, University of Alabama and University of South Florida - NIMS certification for IS -100, IS -200, IS -400, IS -700, & IS -800 - Attended Debris Management training at NHC - Research and development of RFP's and contracts - Pre -Event trainer for Pre - Standing Contracts Personnel i Pages C1 David M. Bean, CPA - Chief Financial Officer - Certified Public Accountant - Financial Statement Preparation, Compilation & Review - Payroll Processing & Payroll Tax Return - Tax Return Preparation - Internal Controls Maura Gathers - Vice - President of Business Development - Public Relations - Marketing & Branding - Community Outreach and Volunteer Coordinator - 10+ Years' Managerial Experience - 13+ Yeats' Experience in Sales and Client Relations - NIMS certification for IS- 100, IS -200, IS -253, IS -632, IS -634, IS -700, & IS -800 - Directions in Organizational Leadership Certification (Washburn University School of Business) David Sterbenz - Emergency Management Coordinator - Logistics before, during, and after disaster events - Incident Commander - Client Liaison Kimball Swift - Project Manager - Management of temporary debris sites - Management of multiple demolition, hauling, and debris reduction projects - BS Degree in Forestry Management, Auburn University - CPR and Fist Aid Certified - OSHA 4 Hour, TWIG, HAZMAT 40 Hour Certification Zach Witt - Project Manager - Kansas CDL - CPR & First Aid Certified - Manages, maintains, and coordinates crews & equipment - OSHA 10 Hour Certification - NIMS certification for IS -100, IS -253, IS -630, IS-631,18-632, IS -634, IS -700, & IS -800 Personnel I Pages C2 Adrian Ybarra - Assistant Project Manager - Kansas CDL - CPR & First Aid Certified - Manages, maintains, and coordinates crews & equipment - OSHA 10 Hour Certification - NIMS certification for IS -100, IS -253, IS- 630,18-63 1, IS -632, IS -634, IS -700, & IS -800 Delbert (Jack) Cohagen - Assistant Project Manager - Kansas CDL - CPR & First Aid Certified - Manages, maintains, and coordinates crews & equipment - Line Clearance Tree Trimmer - Completed EMI Debris Management Course - OSHA 10 Hour Certification - NfMS certification for IS -100, IS -253, IS -630, IS -631, IS -632, IS -634, IS -700, & IS -800 All employees have undergone a training program which incorporates ANSI A300 and ANSI Z133.1 standard. Employees are also required to attend weekly safety meetings. Personnel I Pages C3 Equipment I Page C4 EQUIPMENT LIST- CUSTOM TREE CARE INC. 1/23/18 YEAR MAKE MODEL VIN# DESCRIPTION GVW UNIT# 1999 Sterling LT9513 2FZXI<MCB6XAA85573 Grapple Truck 64,000 573 1998 International 8100 1HTHCAHR9WH520083 Grapple Truck 52,000 83 2004 Sterling LT9500 2FZMAZCV34AM47624 Grapple Truck 64,000 624 2001 Sterling LT9513 2FZHAZAS51AA53258 Grapple Truck 56,000 258 1998 Ford LT8513 1FDYS86F5WVA33171 Semi -Truck 54,000 171 2002 Sterling LT9513 2FZHAZAS92AJ69397 Grapple Truck 64,000 397 2010 Load Max 51-8131-12O23A1019035 Debris Trailer 20,000 2005 Towmaster 4KNFT232X5L163150 Debris Trailer 20,000 1980 Dorsey 148311 Trailer 40,000 2014 Homemade T916507 Debris Trailer 20,000 1995 Belshe 16JF0182GS1026770 Debris Trailer 20,000 2004 International 4200 1HTMPAFM26H306420 Bucket Truck 25,999 1 420 2008 Freightliner Bucket Truck 33,000 683 2006 International 4300 1HTMMAAM16H287326 Bucket Truck 25,999 326 2005 International 4300 1HTMMAAM35H101624 Bucket Truck 25,999 624BT 1999 International 4700 1HTSCABMXXH607429 Bucket Truck 25,999 429 2004 International 4300 1HTMMAAM74H604765 Bucket Truck 25,999 765 2006 International 4300 1HTMMAAM14H604762 Bucket Truck 25,999 762 1999 International 4700 1HTSCAAMXXH608730 Chip Truck 25,999 1 730 2000 International 4900 1HTSDAAN7YH257179 Chip Truck 33,000 179 1998 Case 1845C JAF02SO566 Skid Loader 2007 Bandit 250XP 21998 Chipper Bandit 200 Chipper 1999 Bandit 200 IH8294 Chipper 1998 Bandit 200 13605 Chipper 2000 Progressive 34' 1P9EC3427YP297528 Command Center 2001 Land 1L9BF18291A374664 Trailer 14,000 2007 North American Cargo SSMCL142071002573 Trailer 2000 Eagle 4ET716F27Y1003905 Trailer 14,000 2006 Nomad 30' 1FE20OP226BOO1317 Travel Trailer 2007 Ford F -350 1FDWF37P37EA08891 Pickup 10,000 891 2003 Ford F -250 1FTNX21P03ED23903 Pickup 903 1997 Ford F -350 1FTHF36F4VEA98605 Pickup 605 2011 Ford F -250 1FT7W2BT8BEB39332 Pickup 2004 Ford F -250 1FTNW21P14EB66550 Pickup 550 2009 Ford F -350 1FDWF37R89EA60361 Pickup 10,000 361 2010 Ford E350 1FBSS3BLOADA81253 Van 253 2003 Vermeer SC752 1VRN151UO31000869 Stump Grinder 2017 Bandit Stump Grinder Vermeer Stump Grinder 1999 Vermeer SC752 1VRN151UIX1000384 Stump Grinder 1997 Vermeer SC752 1VRN151U6V1000118 Stump Grinder 2008 Polaris Ranger UTV 2013 Generac 5500W Generator 2016 Generac 550OW Generator 2008 Miller 210 Mig Welder Equipment I Page C4 custom T 11 7 DBE /SWBE /MBE /Affirmative Action Plan Policy Statement It is the policy of Custom Tree Care, Inc. (CTC, Inc.) that disadvantaged businesses, as defined by 49 CFR Part 26, Subpart D and Implemented under Rule Chapter 14 -78, F.A.C„ shall have the opportunity to participate as subcontractors. Suppliers and other required personnel on all contracts awarded by our Contracting Partners The requirements of Rule Chapter 14 -78, F.A.C., shall apply to all contracts entered into between the contracting agency and CTC, Inc. unless otherwise designed In the signed contract. Subcontractors and /or suppliers to CTC, Inc. will also be bound by the requirements of Rule Chapter 14 -78 F.A.C. CTC, Inc. and Its subcontractors shall take all necessary and reasonable steps in accordance with Chapter 14 -78, F.A.C., to ensure that disadvantaged businesses have the opportunity to compete and perform work contracted. CTC, Inc. and Its subcontractors shall not discriminate on the basis of race, color, religion, national origin, disability, sex or In the administration of contracts. CTC, Inc. has designated and appointed a Lialson Officer to develop, maintain and monitor the DBE Affirmative Action Plan Implementation. The Lialson Officer will be responsible for disseminating this policy statement throughout CTC, Inc. and to disadvantaged controlled businesses. The statement is posted on notice boards of the company. Greg Gathers President Custom Tree Care, Inc. PO Box 67593, Topeka, KS 66667 (785) 478 -9805 Date Affirmalive Action Plan i Page C5 I. DESIGNATION OF LIAISON OFFICER CTC, Inc. will aggressively recruit disadvantaged businesses as subcontractors and suppliers for all contracts with the Florida Department of Transportation. A Liaison Officer has been appointed to develop and maintain this Affirmative Plan in accordance with the requirements of Rule Chapter 14 -78, F.A.C. The Liaison Officer will have primary responsibility for developing, maintaining and monitoring CTC, Inc. the Company's utilization of disadvantaged subcontractors in addition to the following specific duties: 1. The Liaison Officer shall aggressively solicit bids from disadvantaged business subcontractors for all governmental contracts; 2. The Liaison Officer will submit all records, reports, and documents required by the governmental agencies, and shall maintain such records for a period of not less than three years, or as directed by any specific contractual requirements of the Individual governmental agencies. The following individual has been designated Liaison Officer with responsibility for Implementing CTC, Inc. affirmative action program In accordance with the requirements of local, state and Federal government agency contracts. GREG GATHERS II. AFFIRMATIVE ACTION METHODS In order to formulate a realistic Affirmative Action Plan, CTC, Inc. has first identified the following known barriers to participation by disadvantaged subcontractors. These barriers are: 1. Lack of qualified disadvantaged subcontractors In our specific geographical areas of work. 2. Lack of certified disadvantage subcontractors who seek to perform under specified contracts. 3. Lack of interest in performing under specified contracts. 4. Lack of response when requested to bid. S. Limited knowledge of the specified governmental contracts plans and specifications to prepare a responsible bid. In view of the barriers to disadvantaged businesses stated above, It shall be the policy of CTC, Inc. to provide opportunity by utilizing the following affirmative action methods to ensure participation on the contracts with the various and individual governmental contracts. CTC, Inc. will: 1. Provide written notice to all certified DBE subcontractors in the geographical area where the work Is to be subcontracted; 2. Advertise in minority focused media concerning subcontract opportunities with the Company; Affirmative Action Plan I Page C6 3. Select portions of the work to be performed by DBEs in order to increase the likelihood of meeting contract goals (including, where appropriate, breaking down contracts Into economically feasible units to facilitate DBE participation); 4. Provide adequate information about the plans, specifications, and requirements of the contract, not rejecting subcontractors without sound reasons based on a thorough Investigation of their capabilities; 5. Waive requirements of performance bonds where it Is practical to do so; 6. Attend pre -bid meetings held by the governmental contracting agency to apprise disadvantaged subcontractors of opportunities with the Company; 7. Follow up on initial solicitations of interest to DBE subcontractors to determine with certainty whether the company is interested in the subcontract opportunity. CTC, Inc. understands that this list of affirmative action methods is not exhaustive and will Include additional approaches after having established familiarity with the disadvantaged subcontracting community and /or determined the stated approaches to be ineffective. III. IMPLEMENTATION On contracts with specific DBE goals, CTC, Inc. will make every effort to meet contract goals as stated by utilizing its affirmative action methods. On projects with no specific goals, CTC will as an expression of good faith, seek to utilize DBE subcontractors where work is to be subcontracted. IV. REPORTING CTC, Inc. shall keep and maintain such records as are necessary to illustrate and demonstrate compliance with its' DBE Affirmative Action Plan. CTC, Inc. will design its record keeping system to Indicate: 1. The number of DBE subcontractors and suppliers used, including items of work, materials and services provided; 2. The efforts and progress being made in obtaining DBE subcontractors through local and community sources; 3. Documentation of all contracts, to Include correspondence, telephone calls, newspaper advertisements, etc., to obtain DBE participation on all governmental agencies projects; 4. CTC, Inc. shall comply with any governmental agencies requirements regarding payments to subcontractors including DBE's for each month (estimate period) in which the companies have worked. Affirmative Action Plan I Page C7 V. DBE DIRECTORIES CC, Inc. will utilize the DBE Directory published by each governmental agency for that specific city, state, county and /or region, including agencies such as Natural Resources Conservation Service, State Departments of Transportation and other required agencies. CTC, Inc. will distribute Form Number 275- 030 -01, Schedule A Certification Form Number 1, to potential DBE contractors and assist in their completion. Affirmative Action Plan I Page C8 ILLEGAL DRUGS ALCOHOL AND FIREARMS POLICY The Policy of Custom Tree Care (hereafter termed "CTC ") regarding Illegal drugs and controlled substances, alcoholic beverages, and firearms is: 1. The use, possession, distribution, purchase or sale of any Illegal drugs or other controlled substances by any person while on CTC premises or project sites, engaged in CTC business or while operating CTC equipment Is prohibited. 2. The use of any illegal drug or other controlled substances or alcohol which causes or contributes to unacceptable job performance or unusual job behavior is prohibited. 3. The use, possession, transportation, or sale of explosives, unauthorized flammable materials, firearms, or other weapons by SUBCONTRACTORS or employees, while on CTC premises or project sites, engaged In CTC business or while operating CTC equipment Is prohibited. 4. The unauthorized use, possession, transportation, or sale of alcoholic beverages by SUBCONTRACTOR or employees while on CTC premises. or project sites, or while operating CTC equipment is prohibited. SUBCONTRACTORS or employees shall abide by this Policy. Any person violating this Policy shall be removed from CTC premises or project sites, and may be denied future access to CTC premises or project sites. In addition, CTC may suspend work or terminate employment as a result of violation of this Policy. In appropriate cases, local law enforcement agencies may be advised of violation. In support of this Policy, CTC may conduct or require searches and require screens as set forth in the following: SEARCH Without prior announcement, and at any time, CTC may carry out reasonable searches of Individuals and their personal effects when entering CTC premises or project sites, while on CTC premises or project sites, and when leaving CTC premises or project sites. Unless prohibited by applicable law, CTC may search Its employees or subcontractors before entering CTC premises or project sites, engaging in CTC business or operating equipment CTC. Entry onto CTC premises or project sites constitutes consent to a search of the person and his /her personal effects, Including, without limitation, packages, briefcases, purses, lunch boxes and vehicle, or any office, locker, closet or desk. Refusal to cooperate shall because for not allowing that individual on CTC premises or project sites. SCREEN Unless prohibited by applicable law, CTC may require SUBCONTRACTORS or employees to conduct a controlled substance and /or alcohol screen while on CTC premises or project sites, engaged in CTC business, or operating CTC equipment. In addition, CTC may require SUBCONTRACTOR or employees to conduct a controlled substance and /or alcohol screen on any of Its employees or Its subcontractors' employees before entering CTC premises or project sites, or engaging in CTC business or operating CTC equipment. A positive screen on SUBCONTRACTORS or personnel or employees or failure to consent to a screen shall be cause for removal from CTC premises or project sites, and may result in the SUBCONTRACTOR or employee being terminated from for CTC. NOTIFICATION OF SEARCH AND /OR SCREEN: Conducting a search and /or screen of Its subcontractors or employees on CTC premises is permissible and may be done upon verbal notification Immediately prior to the occurrence, DEFINITIONS As used herein, "controlled substance" specifically Includes opiates, Including heroin; hallucinogens, including marijuana, mescaline, and peyote; crack, crystal meth, Ice, cocaine; PCP; and prescription drugs, including amphetamines and barbiturates, which are hot obtained and used under a prescription and any other substance included in the Federal Controlled Substances Act or Its regulations, or unlawful under applicable law. Drug, Alcohol and Firearms Policy I Page C9 As used herein, controlled substance or alcohol "screen" means any test using blood, urine, breath or other samples to determine the presence of controlled substances or alcohol in the body. As used herein, " CTC premises" is used in the broadest sense, and Includes, but Is not limited to, all land, property, buildings, structures, installations, CTC vehicles, equipment, and other craft owned, leased, or in any other manner being used by CTC for any purpose. As used herein, "CTC" Is used in the broadest sense, and Includes all sites or properties on which CTC its affiliates and /or associated firms, and /or SUBCONTRACTORS or other firms, are performing work or any kind. DRUG AND ALCOHOL RANDOM SECURITY SEARCH POLICY All SUBCONTRACTOR personnel and employees assigned to CTC work shall be mentally and physically capable of performing their assigned duties competently and safely. Therefore, SUBCONTRACTOR and Its subcontractors shall have procedures which allow screening of all employees for controlled substances and alcohol while on CTC premises or project sites, in CTC equipment or while engaged in CTC business. CTC "Illegal Drugs, Alcohol and Firearms Policy is stated, and "Controlled Substances," "Screen," and "CTC premises" are defined and understood. CTC has occasionally suffered the loss of equipment, tools and confidential data from Its work locations. Such losses will not be tolerated. Therefore, CTC may conduct searches to ensure compliance with its Policy as outlined. To facilitate compliance with CTC Policy, Subcontractors and employees should take the following steps: 1. Advise all employees and /or subcontractors of CTC Policy of searches without prior notice and that any person found in violation of the Policy shall be denied access to CTC premises and project sites. 2. Give to each employee and /or subcontractor, a copy of this notice 3. Screen employees and subcontractors before assigning them to CTC premises or project sites, bearing CTC Policy in mind. CTC personnel or employees shall Immediately be removed from CTC premises any of Its or its subcontractors' personnel found to be in violation of the Policy. Such personnel may be denied future access to CTC premises or project sites. Any Illegal or unauthorized drugs, Intoxicating beverages, firearms, weapons, or CTC property discovered as a result of CTC searches may be confiscated and may be turned over to law enforcement agencies. If you fail to comply with CTC, Inc.'s Policy, it may become necessary to take remedial action, including termination. I certify as of this date that I: Understood and accepted this _ day of 20 By: Witness: Drug, Alcohol and Firearms Policy I Page C10 LOCAL AND MINORITY PARTICIPATION Custom Tree Care (CTC, Inc.) fully complies with guidelines regarding Local and Minority Participation. We have an established corporate policy regarding minority participation, which can be referenced in our Affirmative Action and M /WBE Policy at our offices unless otherwise requested. One of the major strengths of CTC, Inc. is our ability to recognize the importance of utilizing local, qualified contractors. Depending on the time frame, and whether this is a standby, pre- disaster contract or an emergency situation, CTC, Inc. uses procedures necessary to ensure the use of local contractors and personnel. In a non - emergency situation, we are able to place ads in the local newspapers, check with temporary services or state employment services. We also rely heavily on recommendations from the County commissioners or City officials in all situations. Emergency situations have prompted us to pull together with contracting agencies to recognize the strengths In their own communities. We appreciate the input provided by local officials in screening potential subcontractors and personnel. The ability of the commissioners or other local community officials to suggest or recommend those that meet all requirements for experience, equipment and insurance qualifications is a benefit in the successful operation and completion of projects of any size or scope. Based upon the availability of qualified minority personnel in the area we strive to meet or exceed the normal requirements for this event. As an Integral part of the contract, we establish contacts with a number of local, BA and minority companies. We intend to use the services of qualified, local personnel to fill positions as needed and upon recommendation of the contracting agency. All local and minority personnel will be screened to meet the requirements, including licensing and insurance requirements of CTC, Inc. We also Include listings of Certified of M /WBE Contractors as are available and which provides updated information for this project. CTC, Inc, has committed minority contractors who have performed in CTC Contracts over the past several years. We use the recommended channels to further Investigate the availability, the experience and the reputation of each local and /or minority contractor to serve the best interest of the Contracting Agency. Due to the nature of the business, CTC, Inc. relies heavily on the utilization of state personnel agencies, local private placement agencies and temporary services. We also use the services of the local Small Business Administration (SBA) office when available and local trade organizations. Our goals as stated in our Affirmative Action Policy are traditionally greater than those of most contract requirements. Additionally, the types of personnel required and their Interest In the project varies from location to location. t.ocal and Minority Participation I Page Cl l Custom E tD inc 11 SAFETY POLICY 1A QUALITY CONTROL PLAN Custom Tree Care, Inc. 3722 SW Spring Creek Ln. Topeka, KS 66610 (785) 478 — 9805 Phone (785) 478 — 4195 FAX (785) 221 — 7550 Mobile Safety and Quality Control Plan I C12 Section C — Paragraph /Clause 4.1 Accident Prevention For the protection and safety of all employees, Custom Tree Care, Inc. has established the following rules designed to prevent accident and injuries. Compliance with these rules is mandatory. Documentation will be made when the rules are distributed to new employees. Proper footwear and clothing will be worn at all times Do not wear loose clothing, jewelry, or keep long hair in a down position. There is a danger of catching such articles in moving machinery. Horseplay, running, fighting or any activity that may result in injury or waste will not be tolerated. Appropriate personal protective equipment, or PPE, will be worn for the task (s) at hand, as specified by training and job briefing (s). Operate machinery with all guards in place. Tampering with safety devices is cause for immediate disciplinary action. Do not operate any machine you are not familiar with or have not been trained on and authorized to use. Machines must never be cleaned, adjusted or repaired until the machine is turned off, the circuit is interrupted at the power source (including lock -out) and a warning tag is placed at the controls. Any defects in materials, machinery, tools and equipment must be reported immediately to a supervisor, safety personnel, or management. Do not leave tools, materials, or other objects on the floor that might cause others to trip and fall. Do not block exits, fire doors, aisles, fire extinguishers, gas meters, electric \la panels or traffic lanes. Avoid injury by attempting to lift or push excessive loads. If an object is too heavy to move without strains, ask for help. Observe the correct posture for lifting. Stand with your feet slightly apart, assume a squatting position with knees bent, and tuck your chin into your chest, Tilt head forward, grasp the load with both hands, and gradually push up with your legs, keeping your back straight and avoiding any abrupt movement, Safety and Quality Control Plan I C13 Do no distract others while working. When approaching a coworker for any purpose, do so from the front or the side in a way that they will see you coming and will not be startled or surprised. If conversation is necessary, first make sure that it is safe. Do not allow oil, water or any other material to remain on the floor for long periods of time where you or others may slip. Report any slip and fall problems to your supervisor. When handling hazardous materials be sure to follow prescribed safety procedures and use required safety equipment. When using secondary containers filled by others, be sure they are labeled as to their contents and hazards. Know your Material Data Safety Sheets (MSDS) and where they are located. Review them often. Use appropriate gloves when handling materials with sharp or jagged edges, when handling chemicals, when handling hot material, or to protect your hands in general. Do not attempt to operate machinery for which you are not trained Unnecessary and excessive haste is the cause for many accidents. Exercise caution at all times. All work related injuries and accident, no matter how minor, must be reported immediately to your supervisor, safety personnel, or management. Employees should understand and comply with all sections of the ANSI Z133.1 Standard that apply to their job activities. All employees must be thoroughly familiar with these basic safety rules. Failure to comply with safety rules or procedures, or failure to wear the appropriate safety equipment, will result in disciplinary action up to and including termination. Safety and Quality Control Plan I C14 Section C — Paragraph/Clause 4.2 Quality Control Plan If required, Custom Tree care, Inc. can have a Certified Arborist on site to ensure quality of work performed by all Custom Tree Care employees. All employees have been trained in Arboriculture practices upon employment. Certifications include and are not limited to: I.S.A. — International Society of Arboriculture K.A.A. — Kansas Arborists Association T.C.I.A. — Tree Care Industry Association Constant monitoring of all crews will be provided daily to ensure safety and quality of work performed is attained. Custom Tree Care will meet with the contracting officers' representative to look over completed work to ensure client satisfaction. If there is an issue that needs corrected, it will be done so in a timely manner. Section C — Paragraph/Clause 4.7 Safety & Protection Plans & Submittals The following policies of Custom Tree Care, Inc. are not inflexible rules or requirements. They may be changed by the company at any time without notice or modified as individual circumstances may require in the best interests of efficient management of the Company. Nothing in the policies as they now exist, or may in the future be revised, is intended or should be construed as a contract of employment, express or implied, nor as a promise of employment for a specific period of time, nor as a requirement that any specific procedure be followed in handling personnel issues. Company management will provide safe and healthy working conditions. All employees must follow safe practices at all times. All employees must accept and follow all rules of safety. Whenever an employee finds an unsafe condition they must report it Immediately to their supervisor, safety personnel, or management. Any injury that occurs on the job, even a slight cut or strain, is to be reported to management as soon as possible. In no circumstance except an emergency, should an employee leave a shift without reporting an injury that occurred. All employees including office personnel will be trained in safe practices. The training will be done by video or by training form the employees' supervisor. Safety and Quality Control Plan I C15 If any unsafe practices are observed, the employee will receive a written violation warning. Once the employee receives three (3) written warnings, he or she will be automatically suspended for one (1) workday without pay. Custom Tree Care, Inc. will make every effort to maintain safe working conditions. However, the principal responsibility for safety falls upon you, the employee. All employees are asked to inform their supervisor, safety committee personnel, or management of any work hazards of which they might be aware. Custom Tree Care, Inc. will arrange for you to supply information anonymously if you do not wish to be identified. No employee should fear reprisal for notifying management of any safety hazards. In fact, we encourage all employees to inform us immediately of any hazard, no matter how small it may seem. All safety and health suggestions that we receive will be reviewed. We will then determine; what action is necessary. All suggestions shall receive a response. The injured employee's supervisor or someone from management will investigate all occupational injuries and illnesses that are job - related. Particular attention will be given to methods to prevent future situations that caused the injury or illness. All employees will receive prompt and timely safety training. Safety rules and safe practices will be emphasized at these training sessions. All new employees will receive a copy of the summary, to be signed and put in their file, indicating that they have been trained at the beginning of employment. Any employee given a new job assignment, for which training has not previously been received, will be trained In that particular job Immediately. Records will be kept of all training provided. These records will indicate the type of training given, date, the name of the training provider and the employee's signature. Section C — Paragraph /Clause 4.7.2 Baeic Safety Accident & Protection Plans All Employees of Custom Tree Care, Inc. — 3722 SW Spring Creek Ln. — Topeka, KS — 66610 will adhere to the following safety and accident protection plans while working. Safety and Quality Control Plan I C16 Employee responsibilities for safety include the following: • Adhere to all safety rules and regulations • Wear appropriate safety equipment as required. • Maintain equipment in good condition, with all safety guards in place hewn in operation. • Report all injuries and near misses, no matter how minor, immediately to their supervisor, safety personnel or management. • Encourage coworkers to work safely. • Report unsafe acts and conditions to their supervisor, safety personnel, or management. Safetv Coordinators: Greg Gathers (785) 221 -7550 Brandon Timmons (785)- 764 -5049 Kevin Meier (785) 640 -7679 One or all of the Safety Coordinators listed above will be on site at all times and will be responsible for overseeing safety on site throughout the duration of the contract. The numbers listed above are cell phone numbers and all employees will have cell phones and /or two -way radios for communication. ANSI Z133 Standard & Employee Understanding As an employee of Custom Tree Care, Inc„ you need to review and understand the requirements of the ANSI Z133.1 -2000 Standard. You need to understand that the Z133 Standard was developed by arborists, for arborists under the standards - developing procedures created by the American National Standards Institute, creating what these industry's safety experts feel are the minimum acceptable standards of practice for safety in arboriculture. It represents the collective wisdom and experience of countless arbodst. You need to understand the difference between "Should" and "Shall" as they are used in the standard. The word Should indicates an advisory statement where it is feasible that the actions you take might be different from the prescribed practice. A "Shall" indicates a mandatory requirement, where it is inconceivable that your actions would have to deviate from the prescribed practice, expect where exceptions are noted in the Standard. Safety and Quality Control Plan I C17 Finally, you need to understand that the Z133 Standard does not take precedence over, or take the place of, the safe work policies of Custom Tree Care, Inc. Safety Rules —Accident Prevention For the protection and safety of all employees, Custom Tree Care, Inc. has established the following rules designed to prevent accident and injuries. Compliance with these rules is mandatory. Documentation will be made when the rules are distributed to new employees. Proper footwear and clothing will be worn at all times. Do not wear loose clothing, jewelry, or keep long hair in a down position. There is a danger of catching such articles in moving machinery. Horseplay, running, fighting or any activity that may result in injury or waste will not be tolerated. Appropriate personal protective equipment, or PPE, will be worn for the task (s) at hand, as specified by training and job briefing (s). While on duty, the use of or being under the influence of alcohol, narcotics, intoxicants or similar mind altering substances is strictly prohibited. Individuals found to be in violation of this policy will be subject to disciplinary action up to and including possible termination of employment, even for a first offense. O\pTrate machinery with all guards in place. Tampering with safety devices is cause for immediate disciplinary action. Do nbt operate any machine you are not familiar with or have not been trained on and atithorized to use. Machines must never be cleaned, adjusted or repaired until the machine is turned �ff, the circuit is interrupted at the power source (including lock -out) and a warning tag is placed at the controls. Any defets in materials, machinery, tools and equipment must be reported immediat ,ly to a supervisor, safety personnel, or management. Safety and Quality Control Plan I C18 Do not leave tools, materials, or other objects on the floor that might cause others to trip and fall. Do not block exits, fire doors, aisles, fire extinguishers, gas meters, electriclla panels or traffic lanes. Avoid injury by attempting to lift or push excessive loads. If an object is too heavy to move without strains, ask for help, Observe the correct posture for lifting. Stand with your feet slightly apart, assume a squatting position with knees bent, and tuck your chin into your chest. Tilt head forward, grasp the load with both hands, and gradually push up with your legs, keeping your back straight and avoiding any abrupt movement. Do no distract others while working. When approaching a coworker for any purpose, do so from the front or the side in a way that they will see you coming and will not be startled or surprised. If conversation is necessary, first make sure that it is safe. Do not allow oil, water or any other material to remain on the floor for long periods of time where you or others may slip. Report any slip and fall problems to your supervisor. When handling hazardous materials be sure to follow prescribed safety procedures and use required safety equipment. When using secondary containers filled by others, be sure they are labeled as to their contents and hazards. Know the Material Data Safety Sheets (MSDS) and where they are located. Review them often. Use appropriate gloves when handling materials with sharp or jagged edges, when handling chemicals, when handling hot material, or to protect your hands in general. Do not attempt to operate machinery for which you are not trained. Unnecessary and excessive haste is the cause for many accidents, Exercise caution at all times. All work related injuries and accident, no matter how minor, must be reported immediately to your supervisor, safety personnel, or management. Employees should understand and comply with all sections of the ANSI Z133.1 Standard that apply to their job activities. Safety and Quality Control Plan I C19 All employees must be thoroughly familiar with these basic safety rules. Failure to comply with safety rules or procedures, or failure to wear the appropriate safety equipment, will result in disciplinary action up to and including termination. Section C — Paragraph /Clause 4.7.2.1 Personal Protective Equipment Hazard Assessment for Person Protective Equipment The following table contains descriptions of the PPE required for typical tasks encountered in tree care and some of the potential hazards associated with them. Always ensure that your PPE fits properly as outlined in the training provided at the time of employment at Custom Tree Care, Inc. Tasks Potential Information PPE Required Hazards Sources Aerial lift Conductors, Tailgate Session Hard hat, safety operations equipment #24; ANSI glasses, hearing failure, falls, Z133.1 5, 6.2 protection, hydraulic leaks, gloves, full body steep /uneven harness & shock slopes absorbing lanyard or body belt and lanyard Brush removal Awkward Tailgate Session Hardhat, safety & chipping movements and #39; Tailgate glasses, face postures, flying Session #18; shield, hearing debris, carrying ANSI Z133.1 9.6 protection, gloves heavy weights, moving parts, noise, slips, trips, and falls Chain saw Hot exhausts, Tailgate Session Hardhat, safety maintenance cuts #28 glasses, gloves Safety and Quality Control Plan I C20 Chain saw Awkward Tailgate Session Hard hat, safety Operation postures, hot #29; ANSI glasses, hearing exhausts, cuts Z133.1 7.2 protection, improper stance, gloves, chainsaw kickback, noise, chaps (when slips, trips, and working on the falls; vibrations ground) Chipper Amputation, cuts, Tailgate Session Hard hat, safety Maintenance pinch points #60, ANSI glasses, hearing Z133.1 6.3 protection, gloves Climbing Cutting climbing Tailgate Hard hat, safety line, falls, Sessions #19, glasses, hearing conductors, rope 20, 31, 32; ANSI protection, failure, tree Z133.a 5,9.1 gloves, fall decay, worn protection equipment, insects /animals Driving Other drivers, Tailgate Seatbelts road and weather Sessions #41, conditions 42, 43, 44 Hand Tool Use Awkward Tailgate Session Hard hat, safety postures, #30; ANSI glasses, gloves conductors, cuts, Z133.1 5, 8.1- splinters 8.10 Ladder Use Conductors, falls, Tailgate Session Hard hat, safety ladder failure #22; ANSI glasses Z133.1 8.11 Limb Removal Breaking ropes Tailgate Session Hard hat, safety for Take -Down and /or crotches, #37; ANSI glasses, gloves conductors, Z133.1 5, 9.4 falling and /or splitting limbs Limbing and Awkward Tailgate Session Hard hat, safety Bucking posture, limbs; #37; ANSI glasses, gloves snapping, slips, Z133.1 9.7 trips, and falls, tree rolling Use of mower, Hidden objects, Hard hat, safety brush cutter, terrain, traffic glasses; hearing string trimmer protection Safety and Quality Control Plan C21 Pesticide Equipment Tailgate Session Hard hat, Handling & failure, excessive #45, %54, ANSI goggles or face Application /Spr drift, poor Z133.1 6.4 shield, long aying & Spill personal sleeved shirt, cleanup hygiene, spills, rubber boots (if vehicle collision walking) chemical resistant gloves Pruning and Barber chairs, Tailgate Session Hard hat, safety Trimming falling branches, #33; ANSI glasses conductors Z133.1 5, 9.2 Storm Work Hidden /dislodged Tailgate Session Hard hat, safety conductors, #10; ANSI glasses, foul damaged trees, Z133.1 5, 9.2 weather gear wood under tension, fatigue, working at night, working on unfamiliar system, unannounced re- energized of lines Stump Grinding Flying debris, Tailgate Session Hard hat, safety moving parts, #40; ANSI glasses, face noise Z133.1 6.5 shield, hearing protection Traffic Control Topography, Tailgate Session Hard hat, safety volume and 3; ANSI Z133.1 glasses, speed of traffic, 4.4 reflective vest, time of day, flag or signs weather conditions Trailer Towing & Hitch failure, jack Tailgate Session Hard hat, safety Setup failures, vehicular #38 glasses, traffic traffic cones and signs, gloves Tree Take -Down Barber chairs, Tailgate Session Hard hat, safety conductors, cuts, #36; ANSI glasses, hearing struck -bys Z133.1 5, 9.5 protection, gloves, chainsaw chaps Safely and Quality Control Plan I C22 NOTE: the hazards in bold represent musculo- skeletal disorder (MSD) risk factors that should be minimized (duration, frequency and /or magnitude) to the extent possible or eliminated. MSD signs are decreased range of motion, deformity, decreased grip strength and loss of function. MSD symptoms are numbness, burning, pain, tingling, cramping and stiffness. Other hazards that apply to some /all of the above tasks: Drug Use and /or Alcohol Abuse; Fatigue; Fire; Lyme Disease; Poisonous Plants; Violent Workers /Customers; Weather. Back Injury Prevention Causes of Back Injury Pulling, twisting, and slipping are the most common causes of back injuries. Lifting objects improperly can also hurt the back. Lifting with the back and not the legs, lifting from an awkward position, or tying to move material too large for one person can lead to injury. Even simple movements can cause back injury. Stepping from a truck, bending over for a small tool, or over - reaching can strain back muscles. Table 1 below ranks the most frequent causes of back injury in tree care in descending order. Table 1 -How Back Injuries Happen Lifting... Large objects Irregularly- shaped objects Over the shoulder Twisting... While feeding brush into the chipper While positioning in a bucket or a tree While dragging brush, reaching, using long poles From sudden slips due to poor ground conditions On slippery equipment in snow or rain Jumping... Off truck bed or out of truck cab Overfences Off ladders Out of trees Safcty and Quality Control Plan I C23 Pulling... Ropes hangers Trees, on removals I Muscle strains and sprains -soft tissue injuries -cause most arborists' back problems. These are temporary injuries. More important, strains and sprainsl, usually precede more serious, chronic and debilitating injuries to the ligaments„ discs and vertebrae. In a sense, soft tissue injuries are warning signals that more serious, permanent injury could occur. Therefore, your back injury prevention program should focus on preventing strains and sprains. Preventive measures Arborists can keep their backs healthy with stretching and exercise, by knowing how the back works, and by using simple lifting techniques. Here are attainable objectives for your company's back injury prevention program: Provide continuous training for all employees to raise their awareness of how the back can be injured. Develop action steps employees can use to detect and eliminate conditions likely to cause back injury- see this program's sections on hazard reporting (16), safety committees (23), job hazard assessment (15) and job briefings (17). Motivate employees to take responsibility for back safety at work and at home. The following procedures are taken from Annex C of the ANSI Z133 Standard: Before lifting any weight: (a) Be sure clear the travel path available if the weight is to be carried from one place to another. (b) Decide exactly how the object should be grasped to avoid sharp edges, slivers, splinters, or other things that might cause injury. (c) Make a preliminary lift to be sure the load can be safely handled. (d) Place feet solidly on the walking surface. (e) Crouch as close to the load as possible with legs bent at an angle of about 90 degrees. Safety and Quality Control Plan I C24 (f) Keep back as straight as possible. It may be far from vertical but should not be arched. (g) Lift with the legs, not the back, keeping the weight as close to the body as possible. (h) Use a second worker when necessary. Stretching and exercises The professional athlete must maintain a high level of production and effort to win. The same is true for an arborist, who must perform at peak efficiency. Strains of the lower back muscles, the most common back injury, usually occur because the muscles are cold and tight. If the athlete warms up and stretches to avoid injury, then why not the tree worker? Custom Tree Care, Inc. will provide you with information on simple, quick warm - up /stretches that you can perform prior to heavy exertion. Early Return to Work Custom Tree Care, Inc. participates in an Early Return to Work Program with local providers closest to job site for the treatment of all work- related injuries. If you are injured at work, you must report the injury to your supervisor immediately. If medical treatment is necessary and you haven't designated a treating physician, you must go to the nearest medical facility. You must also complete an Employee Claim for Workers' Compensation Benefits form as soon after an accident as possible. If you are unable to return to the regular position due to a workplace injury, you should discuss with the doctor the possibility of working in a light duty job until the doctor releases you for full duty. if the doctor releases you for light duty, your supervisor will be notified the same day. Modified jobs will be identified after obtaining your physical restrictions. "Modified" might be your regular job, modified by removing heavier tasks and reassigning these to other employees; a different regular job currently existing at the workplace; or a job which is specifically designed around your restrictions. A modified job offer will be made only when the work is available and of benefit to Safety and Quality Control Plan I C25 the company. Part -time work will be considered as modified work, if medically indicated. Each case will be assessed individually based on need. Modified work may not be implemented every time there is a loss claim. Wages will not necessarily be the same as that of the regular job. If you take off work completely, or if light duty work is unavailable, you must report your medical condition and progress to the supervisor at least once a week. Disciplinary Procedures Employees who fail to comply with safety rules will be subject to disciplinary action up to and including termination. Supervisors will follow the normal disciplinary procedures as follows: 1. Verbal counseling -must be documented in the employee's personnel file. 2. Written warning - outlining nature of offense and necessary corrective action. 3. Suspension without pay -once (1) working day without pay -the third step or a separate disciplinary action resulting form a serious violation. 4. Termination -if an employee is to be terminated, specific and documented communication between the supervisor and the employee must occur. Supervisors will be subject to disciplinary action for the following reasons: • Repeated safety rule violation by their department employees. • Failure to provide adequate training prior to job assignment. • Failure to report accidents and provide medical attention to employees injured at work. • Failure to control unsafe conditions or work practices. • Failure to maintain good housekeeping standards and cleanliness in their departments. Supervisors who fail to maintain high standards of safety within their departments will be demoted or terminated after three documented warnings have been levied during any calendar year. Section C — Paragraph /Clause 4.7.2.2 Accident Reporting Accident Reporting & Investigation It is the policy of Custom Tree Care, Inc. to carry out a thorough program of accident reporting and investigation. Supervisory personnel will be primarily Safety and Quality Control Plan I C26 responsible for making an investigation of all accidents in their area. Accidents involving fire, death, serious injury, or extensive property damage will be investigated jointly by the supervisor and upper management. The primary goal of the accident investigation program is the prevention of future accidents through the use of knowledge derived from thee investigation. Additionally, the investigation will be used to prepare reports required by Federal and State law as well as the Workers Compensation insurance carrier. These reports are critical in establishing the company's and the supervisor's liability under the law. When an employee is injured at work the supervisor is responsible for taking emergency action to have fist aid administered, to obtain professional medical attention as soon as possible, and to protect other employees and equipment. The supervisor must then begin to investigate the circumstances of the accident. The following procedures have been found to be effective when investigating accidents. Go to the scene of the accident at once. Talk with the injured person if possible. Talk to witnesses. Stress getting the facts -not placing blame or responsibility. Ask open -ended questions. Listen for clues in the conversations around you. Encourage people to give their ideas for preventing a similar accident. Study possible causes - unsafe conditions, unsafe practices. Confer with Interested persons about possible solutions Write your accident report giving a complete accurate account of the accident. Follow up to make sure conditions are corrected. If they cannot be corrected immediately, report this to your supervisor. Publicize corrective action taken so that all may benefit from the experience. Notify the Safety Coordinator(s) as well as the Project Officer (PO) and immediately with information regarding with whom, how, where, when, seriousness of accident and medical treatment received of the injured person or persons whenever an accident occurs. Accident scenes shall not be disturbed until released by investigating personnel with the exception of emergency rescue and emergency measures. Vehicle Accidents -What to do: Make sure your vehicle has a fully stocked accident kit. The kit should contain: • Current vehicle registration Safety and Quality Control Plan I C27 • Current proof of vehicle insurance • Several business cards from the owner or manager • Pen, and or pencil • Accident reporting form from your office and insurance company • Trailer registration if applicable • Several witness cards Attend to all injured victims. Assess the situation and attend to the most seriously injured first, Do not move any victim unless there is danger from other vehicles and traffic, or danger of fire or explosion. Do not move vehicles. The police need to see the accident prior to moving any vehicle (s). Protect the scene of the accident by placing flares, flags, or reflectors where they can be seen by approaching traffic. Physically direct traffic around the accident scene if necessary; do not expose yourself to danger in traffic. If your vehicle is moved, get the name of the person or company that moved it. If it is removed from the scene, find out where it is taken. Conduct your own investigation. Get the names, addresses, phone numbers, driver's license number, vehicle license numbers, and insurance companies of all persons involved, year, make, and model of all vehicles involved. Offer the same information about yourself and your vehicle to others involved. Contact the office to let them know what has happened, and whether anyone was injured and/or taken to a hospital for emergency treatment. Do not admit fault or discuss the accident with anyone except the office of police. Non - Emergency Injuries If necessary, any employee(s) requiring treatment for all non - emergency injuries, or post emergency medical treatment has been provided by local hospital, will be transferred to: TBD. Section C — Paragraph /Clause 4.7.2.3 Emergency Planninq Emergency Action Plan The following details the organizational structure of our plan and outlines emergency measures to be taken in the event of fire or other emergency. Remember, your conduct and actions during the first few minutes of any emergency may not only save your life, but the lives of your fellow workers and other members of the community as well, Each truck will have emergency numbers available for ambulance, physician, hospital, fire and local police. Use most effective means of communication based on your location (cellular phone — Safety and Quality Control Plan I C28 if adequate service), two -way radio, hard line telephone or other acceptable means. General Information Two important telephone calls need to be made if the facility is to be evacuated because of a fire or disaster within the facility, or an external hazardous condition threatening the facility. If either of these two situations occurs; notify 911 (Emergency Medical Services and Police). Upon order of management if you are working near a building and a fire breaks out, call emergency numbers if you cannot contain. Going into a building to let . someone know of a fire outside the building is acceptable, however, the occupants will have their own safety officer and should have already been briefed in evacuation procedures. Materials and supplies to be evacuated include, but may not be limited to, first aid cuts, the MSDS binder and the personnel roster. Responsibilities The Safety Director will: • Coordinate the Emergency Evacuation Plan throughout the facility. • Make certain the Program is familiar to all personnel and that all new employees are promptly oriented. • Schedule education as necessary. The Safety Director will be aided by the Supervisors who will: • Facilitate the Emergency Evacuation Plan. • Keep contact check on all personnel to be sure that they are completely familiar with all phases of the Plan that they are required to know. • See that personnel participate in awareness training, fire classes, and other practice sessions as necessary. • Be certain that all personnel are familiar with fire extinguishers, and make thorough fire prevention inspections when they are assigned to do so. • Take the necessary steps required to correct any fire hazards discovered. It is the duty of ever employee to: • Be completely familiar with the Emergency Evacuation Plan and their duties of responsibilities in the program. • Participate in all fire drills and practice sessions. Safety and Quality Control Plan I C29 • Attend all fire training classes when assigned. • Learn the location of, and how to operate all fire extinguishing equipment. • Report any fire and /or safety hazard. Fire Emergency Plan Keep Calm... Report all fires and smoke Personnel have been assigned to: • Notify the fire department 1. For Emergency situation call 911. 2. For Non - Emergency situation call the COO. The person reporting the fire to the fire department will provide them with the following information. • Custom Tree Care, Inc. • Address of incident • What is burning (machines, paper, etc.) • Location of fire (roof, plant, office, etc.) • Type of fire (electrical, liquid, etc.) Additional assignments have been made to attempt to extinguish fire with the use of on- premises equipment (extinguishers, hoses, etc.). A minimum of two persons is required to fight a fire. To ensure employee safety, this is to be done only during the early stages of the fire. If the fire cannot be extinguished by the time your fire extinguisher runs out (roughly five (5) minutes) then you must notify emergency immediately. Working away from the involved area, personnel will be assigned to: Check the driveways to see that they are clear for entry of fire fighting equipment Wait at the front entrance for the arrival of fire fighting equipment. Direct the firemen to the fire if necessary. Re -entry onto the property will not be permitted until it is declared safe to do so by management, or by the local fire/law enforcement officials. Hazard Communication Name of Contact Person : Greg Gathers Title: President— Custom Tree Care, Inc. Safety and Quality Control Plan I C30 Hazard Evaluation Chemical manufacturers and importers are required to review the available scientific evidence concerning the hazards of the chemicals they produce, and then report that information to employees who purchase their product. In most cases Custom Tree Care, Inc. will choose to rely on the evaluation performed by our suppliers. If for some reason we do not trust the evaluation of the manufacturer, we will arrange for additional testing. We will consider the following chemicals used in our business to be hazardous: 1. Diesel Fuel 2. Gasoline Label & Other Forms of Warning We will make certain that containers are adequately labeled to identify the hazardous chemicals they contain and will show hazard warnings appropriate for your protection. The warnings will use a combination of words, pictures and symbols that will communicate the hazards of the chemical {s} in the container. The labels will be legible: and prominently displayed. Our training program will include instruction on how to read and interpret label information. Exceptions to this rule are as follows: We are permitted to post signs that convey the hazard information if there are a number of stationary containers in a given area, which have similar contents and hazards. We are not required to label portable containers, as long as the transferred chemical is for immediate use by the employee who made the transfer. We are not required to label pipes or piping systems. Employee Training It is the goal of Custom Tree Care, Inc. to provide hazard communication training during the first 30 days of employment and whenever a new chemical is introduced to a given work area. Training will be done in a meeting setting and Safety and Quality Control Plat, I C3 ] will be conducted by the Program Coordinator or another who has been properly trained. The training program will consist of: • How the hazard communication program is implemented, how to read and interpret information on labels and MSDS, and how employees can obtain and use the available hazard information. • The hazards of chemicals to which employees are exposed in the work area. • Measures employees can take to protect themselves from the hazards. • Specific procedures put into effect by the company to provide protection, such as personal protective equipment, mechanical guards, or protective processes. • Methods that you can use, such as visual appearance or smell, to detect presence of hazardous chemicals to which you or your co- workers may be exposed. • Name and/or job title of who you can go to if you have questions. Section C -- Paragraph/Clause 8.0 Quality & Warranty of Work Custom Tree Care, Inc. will provide service that meets and exceeds standards of excellence. The work done on all of our projects is guaranteed to be done in a timely, professional manner with expertise in all aspects of arboriculture. Upon completion of work assigned, a Certified Arborist will be available to go through with the project coordinator to ensure the work performed meets and exceeds his or her expectations. Letters of recommendation are available upon request. A listing of past performance is also available noting work done both as a Prime Contractor and a Sub - Contractor. Section C — Para-graph/Clause 8.1 Quality Control Greg Gathers — President — Custom Tree Care, Inc. shall be responsible for over seeing all aspects of quality control throughout the duration of the project. Greg is a Certified Arborist with the KAA and ISA and has authority to make recommendations and implement plans of action for all tree care operations. Proof of certification including Membership and Certification Numbers will be provided to the current Contract Administrator of this agreement. An Arborist will do a quality control walk- through with the PO on each project site to inspect job performance upon completion. A written report of any additional trimming necessary will be provided to the PO with project site noted and work to Safety atul Quality Control Plan I C' )2 be performed. Custom Tree Care, Inc. agrees to return to the designated project site within Forty -Eight (48) hours to make any necessary adjustments. Safety and Quality Control Plat} I C33 3001 SW Wanamaker Road Topeka, Kansas 66614 Phone: 785.271.1800 Fax: 785.271.2111 May 10, 2018 Miami Shores Village 10050 NE 2n6 Avenue Miami Shores, FL 33138 RE: RFP No. 2018 -05 -01 Debris Removal Services To Whom It May Concern: Branch Office 2620 SW 6th Avenue, Suite A Topeka, Kansas 66606 Phone: 785.228.8346 Fax: 785.357.4341 The purpose of this correspondence is to advise you that Custom Tree Care, Inc. has been a good customer of Alliance Bank since December 19, 2001. The Company has equipment loans totaling in the low six figures. The company maintains one checking account at Alliance Bann. The checking account has a current balance in the medium five figures and an average collected balance in the medium five figures. The company has handled all credit and depository relationships in an exemplary manner. if the company required financing for completing your project or contract, Alliance Bank stands ready to provide such project financing as needed. Alliance Sank has successfully assisted Custom Tree Care, Inc. in the past with project working capital financing. I highly recommend doing business with this customer. If you have any questions regarding this letter or require any additional information, please contact me at (785) -271 -1800 or mault @alliancebank.biz. Sincerely, Mark W. Ault President ivwxv. allianccban>.,�ks ® E711 El Fes) H& RS30CIATES MoCARTHA May 4, 201$ To Whom it May Concern RE: Custom Tree Care, Inc. 1407 CALHOUN STREET I CO! U14BIA, SC 27201 PRONE; 093.799,3474 1 FAX: 803.7 °9.3711 It is the privilege of United States Fire Insurance Company to provide surety -ship for Custom Tree Care. In the capacity as surety, we are familiar with the company's financial standing, quality management and performance record. We stand readyto issue performance and payment bonds should Custom Tree Care be awarded a contract. Currently they have capacity of single bonds up to $2,000,000, but may be considered for higher bonds should the need arise. However, as always, surety reserves the right to perform normal underwriting at the time of any band request, including, without limitation, prior review and approval of relevant contract documents, bond forms, project financing and all other pertinent underwriting factors. We assume no liability to anyone if for any reason we do not execute such bonds. Please be advised that this letter is not pre - qualifying the client for subcontractor Default Insurance. We accept no responsibility whatsoever as to the qualifying requirements of this client for the underwriting of such insurance. If you have any questions, please contact feel free to contact our office. Sincerely, _e ('W2a_y ��ne McCa CEO CohTRACT SURETY 90NUS CUSTTRE -01 MDRESSMAN ,a�COrz© CERTIFICATE OF LIABILITY INSURANCE DATE 05 1Y 05 8 /009/29/2418 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such ondorsement(s). PRODUCER. ICONTACT Maria Dress Klan Elliott Insurance Inc. PHONE_ FAX 785 267 -5609 3645 SW Burlingame Rd (AIC, No, Ext): (785) 267 -4840 IAIC, Noy:( ) Topeka, KS 66611 aopRlE, maria @elliottnsurancogroup.com INSURED Custom Tree Care Inc. 3722 SW Spring Creek Ln Topeka, KS 66610 INSURER F Com ncvne�nAr r,u �nnn�o. 895 --- - - - - -- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS - iNSR LTR A TYPE OF INSURANCE X COMMERCIAL GENERAL LIABILITY ADDL IN SD SUBR p POLICY NUMBER POLICY EFF - rppryyyY POLICY EXP - lDDlYYYY LIMITS EACH OCCURRENCE $ 1'040'400 DAMAGE TO RENTED PREMISES aoccun-ence 100,000 $ CLAIMS -MADE � OCCUR WPP1625962 Ox 04/21/2018 04121/2019 MED EXP An one erson $ 5,000 PERSONAL & ADV INJURY $ 11000,400 GEN'LAGGREGATE LIMIT APPLIES PER: POLICY ' PRO- JECT ❑ LC GENERAL AGGREGATE $ 2,000,000 G 2,000,000 AUTOMOBILE OTHER: LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY Per Person) $ ANY AUTO BODILY INJURY Peraccident $ OWNED SCHEDULED AUTOS ONLY AUppTO��ppS AUTOS ONLY AU70S bNE� PeOecE,ciR� DAMAGE $ $ B X UMBRELLA LIA9 EXCESS LIAR NX;OrCUR CLAIMS -MADE NEC6005043 -Dx 04121/2018 04/2112019 EACH OCCURRENCE $ 3,44a,O0D AGGREGATE 3 3,400,000 DI=D X RETENTION$ 0 WORKERS COMPENSATION AND EMPLOYERS' LIARILITY Y t N ANY PROPRIETORIPARTNERIFXECUTIVE KFICER/MM9IV1 F_R EXCLUDED? andata n NNhnI)1 If yes, describe under DESCRIPTION OF OPERATIONS below X PEAT - �RH $ - C NIA AVWCKS2603592017 07101/2017 x71011241$ E,L EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached II more space is required) Greg Gathers is the Officer Excluded on the Workers CompensationtEmployers Liability policy RFP No. 2018 -05 -01 Debris Removal Services t.,1 =1[ I IrILh'. L c nvLUCrc SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Miami Shores Village ACCORDANCE WITH THE POLICY PROVISIONS. 10050 NE 2nd Avenue Miami Shores, FL 33138 AUTHORIZED REPRESENTATIVE ACORD 25 (2016143) v lzfoo-cula mv.ur%v The ACORD name and logo are registered marks of ACORD a. CERTIFICATE OF INSURANCE Name & Address To Whom Issued: Miami Shores Village 10050 NF 2 °d Avenue Miami Shores, FL 33138 RFP No. 2018 -05 -01 Debris Removal Services SHELTER MUTUAL INSURANCE COMPANY A MUTUAL COMPANY SHELTER GENERAL INSURANCE COMPANY A STOCK COMPANY Name & Address of the Named Insured: Custom Tree Care Greg Gathers 3722 SW Springcreek Ln Topeka, KS 66610 This Certificate of Insurance neither affirmatively nor negatively amends, alters or extends the coverage afforded by the policy(s) listed. The Certificate is issued for informational purposes only and confers no rights to the certificate holder. This is to certify that insurance policies shown below by policy number have been issued for the policy period(s) indicated: Company Type of Insurance Policy Number Policy Inception Policy Expiration Limits of Liability General Liability: Per Occurrence Shelter Premises & Operations Aggregate Mutual Products /Completed Operations Provided Products /Completed Operations For: (Describe) Shelter X Mutual Automobile Y All Owned or Leased Autos See Page 2 4121/18 10/21/18 1,000,000 Combined Single Limit (described in declarations BI Per Person Shelter of a Shelter issued policy) BI Per Accident General Scheduled Autos PD Per Accident hired Autos Non Owned Autos Shelter Apartment Owner's / Per Occurrence Mutual Rental Dwelling Per Aggregate Shelter Mutual Business Per Occurrence Per Aggregate Shelter Otter: Mutual Shelter General FIT-Wk -§ . Date 04/21/2018 $Y ` Authorized Rep enta[ive M- 51.26, -M 1817 WEST BROADWAY • COLUMBIA, MISSOURI. 65218 -0001 • 1- 800 - 743.5837 - w w w 0 try P m o O V H t en d OQ cow 2 ri v�- F. r- "i M O m H P; N� E-f N a a I \ M H ri G U W W O In u LD M HH W I Q LD LU # G1 a C7 d O H m r a Z J= w O c LLI C Q� CL CL 2 V� M :3 0 w LU �2 m fA O x �Uw .. 0 m w ca a �q T rcq m U rte') COQ (D s a F o 0 r V LL a W 0 °N w Ca r H Q W W Z) Z Em p z 0 J34 P4 4 OD U ' O G] &1 0) - H x co ) G CJ [�7 r+) O h p E 6 e s m L 10 II Z Z 0 0 6 0 � o a � N J 3 F o CD fa mr_ fa � m m cn GO W _z 0) D m LL O w U Q J �a. 1.6 O Z } J co O m U a Z a U W' l" 0) O LL W m N D a w U LU of _N x F- �rncm� cu fll `o 3'`ma°3i USN V Vs O�.fl Q•= 4 7 S] EU T�3 � O tll C Q- N N C U C� O7 c o w = 2 � fA C) x (] ,C E O w j C 0 U rnE� �a o (ll L dl Q 0 oca)aF- -0 nuaa0 as s._ __ c ON c (fl Q .U) °j c —2 E •- •- cn 0 I7 O :1 Q U i 9_-o N 4 C .J In m LO 0 0 CD o 0 0 0 1 r n rR r[ CD f o N CD N � o � N L) N fa P: Pf w a• a u.r w H ri G u LD LD LU O H O _ E-4 w a ¢ w > ca a h T rcq U rte') COQ 5a U F3 U] '� O co 0) C N CU p C N '� w C]. dl 6 {q E O H p, °_ I- W Z :3 I c6 w N N m �� r-H Ca m o L N o p a i r 'r{ �}f z (� N" cn ri p- O U 4 m � a) = E OL -� O '0 Q r-1 F N o O N W -4 O �— E 0 o 0)M m a+ W } o : M 'cll cv dui Ln W Q ai as ai C) 7 a � � V � m ++ dA C� C w y° :. o_ �UW U � Po �W U L toU_ aaN o r ro 2 Q ❑ O �F� — RCN CD m li 0) 01— W �� �Uo �*a r °a E c m m y aNi ? o Z E r- co m cn c -E . a �.�rn � o co 2 m F) o x U W >- w Zm 0 0 rn E co -0 : LL m j -' -a � Q d w ca �O V? d � U3 Q) cr, , 0 LL _ . c� oN LL ❑ x0) U) L) d H w W O W U) N� � -C N N LLJ DI N p � C7 LL LL O O H w Ln. _ .� Cl) a' U w W w P4 co m F > ca CC) ~ J O O� 'L o ZW0 "a �a O DM v te Muw m E E.2 o E z~ O � r U1 Z Z d °o � � A N ` H U) DO LO c0i o N 3 N °(A' E = ~ co z 0) o`n r� O aNi u� x rn H N a W ~ Um m I certify from the records of this office that CUSTOM TREE CA RE, INC. is a Kansas corporation authorized to transact business in the State of Florida, qualified on rune 23, 2015. The document number of this corporation is F1 5000002741. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual reportlunifonn business report was filed on April 19, 2016, and that its status is active. I ft-ther certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seat of the State of Florida at Tallahassee, the Capital, this the First day of Mt% 2016 Secretary of State Trackinb Number: CUIOI0009104 To authenticate this certificatevisit the following site,enter this number, and then follow the instructions displayed. ht tps:l lservices. sunbiz. orgl FiiingsICertificateofStatus lCertiticateAutheuticabon d w No 0 C (U JJ co �s (} U A C04 oj IL IP ID C� ~g o 0 U �44) w con b 14-1� rn PQ hM U chi �t Form '1t M - art (f lay. Deeembor 2014) ')epanmantof IhaTreasury Interns! Revenue service 1 Nama (as ahovrn an your Income tax Custom Tree Care, inc. 5 of CL C 0 w ,a C n. o m M rn Request for Taxpayer requ Form to the lequeeter. Ito not Identification Number and Certification send to the IRS. Is required on 2 Business nama /dfaregarded entity name, it dlftorentfrom above i 3 Clreck appropriate box for federal lax classlflonllon; check only one of the following Bevan boxes. ❑ Indlviduallsola Preprielorar ❑✓ C Corporation ❑ 5 corporation ❑ Partnership ❑ Trust/estate single- membor LLC ❑ Limited liability company. Enter Ilia lax classification (C =C corporation, S[S corporation, P�partnarahlp) t~ Note. For a sht9le- member LLC that is dlsragarded, do not check LLC; check the appropriate box In the line above for ttiatax claBafflcallon ofthe single- mamhar awnur. ❑ Other (see Inslrucllons) S Address (number, street, and opt. or atillo no,) RaquestaYa name 3722 SW spring Creek Ln. 6 City, state, and 21P code r'opeka, Icy 66610 7 List account number( Taxpayer ldentifloation Number (TIM Enter your-TIN In the appropriate box. The TiN provided must match the name given on Me 1 to avoid backup withholding. For Individuals, flits is generally your soolol sacurfly number (SSN). However, for a resident allon, solo proprietor, or disregarded entity, sea the Part I Instructions on page 3, Far other entities, it is your employer fdantifloatlon number (EIN), it you do not have a number, see Now to got a ?'IN on page 3. Note. If the account Is in tnors than one name, sea file inslrliollons for line 'I and the chart on page 4 for guidelines on whose number to enter. h Fxempttons(cori"appply only to cadaln entltleB, trot Indlvfduata; aeo (naltuoliona on page 3): Fxempt payee code Of any} Exemption from FATGA reporting coda Of any) lApprW r VAI 5oalal security number or f;mployarldentllfoallon number Idial - 51 7- T4 1n1916111 Under pennitles of perjury, I certify that; 1. The number shown on this form Is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2 Service (IRS) that I amc ublaolt Ito) backup withholding I am as a result of LL failure to report al l (Interest or dividends, or (o) notified byllhe IRS has notified the that I am no longer subject-to hookup withholding; and 3. 1 am a U.S. citizen or other U.S. parson (dalfnod below); and 4. Thn FA MA coda(a) enterod on this form (if any) Indicating that I am exempt from FATGA reporting Is correct. Gerllflcutton Instrllotlons. You must cross out Item 2 above If you have boon notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate iransaelions, Item 2 does not apply. For mortgage Internet paid, acquisttlon or abandonment of secured properly, canoel Lion of dolt, contributions to an individual rotlrement arrangolrtont (IRA), and generally, payments other than Itrtores and I dends, you ar not re ulred to sign the certification, but you must provide your correct TfN, Sao ilia Instructions on page S. } $Igt l Signature of Ante T f Here U.S.percorr} General InstruoXi13S` Suction referancos ere to Ilia Internal novenuo Code unless olhervAsn noted, Fulura developments.lnfarmuticn about developments affecting Form W-9 (such as Ioflisletlon enacted attar we release It) Is at MIMM.96vllrv9. Purpose of Form An individual or entity (Folul W -9 raqueslet) who Is re ulred to file an infotinallon return vAth tha IRS roust obtain your correct taxpayer Identillcatlon numhnr (11N) which iney be your social security uumber(SSN), Individual taxpayer Identification nlnnher(ITIN], adoption taxpayer Idontlgentlnu number (AT[". or employer Identiflcallon nrnnber (EIN), to report nil an informallon return the amountpold to you, or oihor amount reportable on an Informallon return. Exomptns of Information returns Inoludo, but are not limited to, tllo following: + Form 1099 -INT (intaraet earned or paid) • Form 1))99 -OIV (ddvidends, including those from ntocke or mutual funds) • Form 1oo9 -Mlsc (various types of Inoome, prizes, swarda, orgross prouneds) • Farm 1089 -a (stock ormutuol fund sales and certain olhor transactons by brokers) • Farm loaq -S (proceeds from real ostaia transactions) • Farm io99 -IL (merchant card and third party network Irartaocllons) • FOrm io98 (home murtgaga Interest), I09a -E (student loan Interest), 1090-T (Iullton) • Form 1 o99- 0 (caitualud debt) • Farm 1099 -A (acquisition orabandonnrent of secured property) Use Form W -9 olity If you are a U.S, parson (includhng a resident, alien), to provlda your corrnatTIN, I /you do not mfuur Form W -9 to tha roquesfer with a TIN, you might be subject to backup wlthholding. Sea Wlrat is barskup wllhhofdln}f? on pogo 2. By algning the flllad -out roan, you; 1. Certify chat Iho TIN you are giving is correct (nr you are walling for a number to be Issued), 2. Colilfy that you are not Bubpeetto haclydp withlsolding, or a. Glalm exemption from backup withholding If you are a U.S. exempt payee. If appllaahle, you Are also caltilyfrt that as a U.S. person, yournllooubloshareOf any partnership Income from n U.S. Irade ur business Is lint aub)ect to Ilia withholding tax on foreign parinom'share of effectively connected Incuma, acrd 4. GerlIfy tile(FATCA cado(a) entered on this fnuu (If any) Indloaling that you Eire exempt from the FATCA reporting, Is retreat. Son 4yhat is FATOA reporting? en page 2 for furlhor Information. Cat, No, 10231X Form W -g (Rev. 42 -2014) t fi501?. ) f Lidgatiou StatOD1011-f This atateme'ut jg to rm:c ffy that no I!- dgation. has boson Med against Custom. Thee tth.e last 10 yea's by a. client..Fvdhex��.�rWO� nq Iltigatao�l�as been filed ag t any of custol- n'.'e® Care, uric, prinolpals in thca jest A Yom. R.espec�t�'i:R�ly, Ch -eg Gathers Prosident Custom 7['1:ee C,aa:e, Jnc, Miami Shores Village et' ftaRl�Q' Request for Proposal No. 2018 -05 -01 "Debris Removal Services" Amendment #2 — May 15, 2018 Question: Please explain specifically how the pricing of one proposal will be evaluated against the pricing from another proposal, including the answer to these questions: Bids will be evaluated in accordance with the selection criteria as listed in the bid document. Question: Will each pricing proposal be analyzed and refined to become one total number which can then be compared to the other proposals? No Question: Will all pricing line items be evaluated equally or will some line items receive more importance in the evaluation? Bids will be evaluated in accordance with the selection criteria as listed in the bid document. Question: Will extended totals (unit price multiplied by estimated quantity) be used to evaluate pricing, and if so, what estimated quantities and what line items will be used to derive the extended totals that will be evaluated? No Question: Is there an existing contract similar to this in place or previously in place? Are the bid tabulations available? bid tab. is available with a records request fFem the Village ' Corrected; There was previous contract that was in place for debris reduction after Hurricane Irma. The bid tab is available from the Village Clerk upon request. Miami Shores Village sNOREs VSOR% Bequest for Proposal No. 2018 -05 -01 "Debris Removal Services" Amendment #1— May 14, 2018 Question: What is the accepted method of reducing C &D /Mixed debris? Small quantities of C/D will be stored at the DMS and removed later unreduced. Large quantities will be reduced through grinding. Question: Approximately how many cubic yards of debris were taken to the TDRS after Irma? 80,000 cu yds Question: Who will monitor the debris loaded, hauled and grinded? Miami Shores Village has contracted with a debris monitoring firm. Question: How many contracts will be awarded? 1 primary and 1 backup. Question, Will tipping fees get reimbursed by MSV? Yes, at cost. Question: Who will determine the load call percentage? The monitoring firm. Question: Who will provide the load tickets? The debris hauling firm. Question: If debris is loaded with a machine (grapple truck, loader, backhoe, etc.) and the hauling truck /trailer seems to be full at 100% what % will be deducted from the load? This is an interesting question as FEMA does not allow 100 % loaded trucks. The % deducted will be determined at the time of loading with a 1 to 10 % expected deduction. Miami Shores Village Request for Proposal No. 2015 -05 -01 "Debris Removal Services" RFP Sealed Proposal Acceptance: Tuesday, May 22"d, 2018, 5 :00 P.M. Miami Shores Village Hall 10050 N.E. 2 "d Avenue Miami Shores, FL 33138 Issued May 1, 2018 71Page Request for Proposal 2018 -05 -01 MIAMI SHORES VILLAGE, FLORIDA Miami Shores Village, Florida (the "Village ") invites qualified firms to submit proposals to provide: "Debris Removal Services" 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), May 22 "d, 2018 (proposal deadline), at Village Nall, 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.corn. If you do not have internet access, you may obtain the documents by contacting the Village Clerk, ysabely Rodriguez at 305 - 762 -4870. 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. This solicitation is subject to the "Cone of Silence" in accordance with Miami -Dade County code as more particularly set forth in the RFP General Information of this solicitation. 21 Page Request for Proposal 2018 -05 -01 RI=P GENERAL INFORMATION 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 Village selects a Proposal, the Village will provide a written notice of the award. The Proposer understands that neither this RFP northe 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 All correspondence shall contain the RFP title and number. The Village will not respond to oral inquiries. Proposers may, via electronic mail at davissL@msvfl.gov, submit written inquiries for interpretation `of this RFP to the attention of Scott Davis. Please mark the correspondence "RFP No. 2018 -05 -01 Debris Removal Services ". 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 , SQ. 3 1 P a g e Request for Proposal 2018 -05 -01 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. D E LAYS 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. PRF- PROPOSAL MEETING No pre - proposal meeting is scheduled. 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 8 312" 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 -05 -01 Subject: "Debris Removal Services" Submitted by: Address: 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 forthe 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 kee'leye @msvfl.gov. 4 1 P a 9 e Request for Proposal 2018 -05 -01 .l "' REQUEST FOR PROPOSALS DEBRIS REMOVAL SERVICES RFP No. 2018 -05 -01 PURPOSE: Miami Shores Village is soliciting sealed proposals to provide the professional services of a qualified Contractor capable of providing debris removal, debris site management /reduction services and disposal at a permitted landfill. In addition, the selected Contractor shall assist the Village with removal of hazardous trees and limbs, including stump removal, as a result of the disaster. The Contractor is required to have experience with previous debris removal projects as a result of a Federally declared disaster in accordance with FEMA Program requirements for a Category A Debris Removal and FEMA's Accelerated Debris Removal program. The contractor should also provide experience with debris removal disaster documentation to support contractor invoicing and Federal disaster reimbursement. The Village is seeking proposals from a qualified disaster debris removal contractor to provide technical expertise and guidance, to support the Village during emergency recovery efforts following declared disaster event(s). Such services also may include, but is not limited to, the following: vegetative debris removal, construction and demolition removal (C &D), road clearance, staging, disposal, hazardous waste removal, labor, supervision, equipment, materials, facilities, power, communications, and other services and supplies necessary for, or incidental to, the performance of the debris removal and disposal services described herein. Because disaster events often result in significant quantities of disaster debris, which can pose a threat to life and property, the Village has decided to procure, in advance of any disaster, a standby, pre -event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency (FEMA). 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 "DEBRIS REMOVAL SERVICES" by 5 PM, May 22, 2018. The Selection Committee meeting date is to be determined and will be publically noticed as required by law. A contract will be awarded by the Village Council during their Regular Meeting on or after June Yh, 2018. 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 nonresponsive regardless for the reason for delay. Any proposals received after the date and time specified will not be considered. Contact Information: Scott Davis, Director of Public Works Miami Shores Village 10500 NE 2 11a 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 memberfor response and shall comply with the requirement of the "Cone of Silence" as set forth in the Miami -Dade County Code. 5 1 P a g e Request for Proposal 2018 -05 -01 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: 1. Miami Shores Village reserves the right at any time to modify, waive or otherwise vary the terms and conditions of this Request for Proposal (RFP) including, but not limited to, the deadlines for submission, the submission requirements and /or the Scope of Work. The Village further 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 or withdraw a solicitation at any time prior to approval of the award by the Village. Selection is dependent upon the negotiation of a mutually acceptable contract with the successful proposer. 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 through a written request from the bidder to the Village. Otherwise, proposals are irrevocable until the contract award or after expiration of 120 calendar days from the opening of the proposals without a contract award. Letters of withdrawal received after the proposal due date and before said expiration date as well as withdrawal letters received after the contract award will not be considered. A Proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the date and time set above for submission. Modifications received after the proposal due date and time will not be considered.. 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 at its own expense 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 6 1 Page Request for Proposal 2018 -05 -01 ° °' only, in connection with work being done under this contract. H. 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 contractor shall provide the Village with Certificate(s) of Insurance (COI) on all the required insurance policies and renewals thereof in a form(s) acceptable to the Village. 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 including, but not limited to reduction, cancellation or substantial change of policy or policies. All insurance policies shall be issued by responsible companies who are acceptable to the Village and licensed and authorized to do business under the laws of the State of Florida. 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. Types of Insurance and Limits of Liability Per Occurrence Follow for Pro osal 2018 -05 -01 71Page Request p Tvpe of Insurance LIMITS OF LIABILITY each occurrence 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 OCCURRENCEf$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. ---------------------------------------------------------------------------------------------------- XX PROFESSIONAL LIABILITY $1,000,000• * Policy to be written on a claims made basis 8 1 P a g e Request for Proposal 2018 -05 -01 $ 2,000,000. $1,000,000. (kR 6. The Village shall be entitled to have all debris removal contractor ticket ledgers, invoices and other debris removal cost data fully reconciled by the Village and /or its designee including the Village's Disaster Recovery/Monitoring Company. Additionally, all the books and records of any subcontractor utilized by the contractor to the extent that such books and records relate to the performance of the agreement applies. 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 reserves the right to enter into contract negotiations with the selected proposer. If the Village and the proposer do not agree to terms, the Village may elect to terminate negotiations with proposer and begin negotiating with the second highest rank proposer and so forth. This process will continue until a contract has been executed or all submittals have been rejected. No proposer shall have any claims and /or rights against the Village arising from such negotiations and /or contract process. Miami Shores Village will contract between the Village and the selected contractor for the debris removal, reduction and final haul out for any storm event during the contract period. Miami Shores Village reserves the right to negotiate with the selected contractor(s), contract reimbursement rates and may enter into a contract between the Village and selected contractor. The proposed stand -by contract will be for a term of three (3) years. The contract may be extended by agreement of both parties for two (2) additional one (1) year periods under the same terms and conditions. 9. 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 Fxhibits "A" and "B ". 10. FEMA's Alternative Procedures Pilot Program for Debris Removal In January 2013, President Obama signed the Sandy Recovery Improvement Act, which amended the Stafford Act to include Section 428, which authorizes Alternative Procedures for Public Assistance (PA) program for debris removal. Section 428 authorizes FEMA to implement the Alternative procedures through a Pilot Program. The Alternative Procedures include: - Accelerated Debris Removal with an increased federal cost share - Recycling revenues - Straight time force account labor - Debris Management Plan- to include one or more pre - qualified debris removal contractors 9 1 P a g e Request for Pronosa4 2018 -05 -01 el The Village will be implementing a "Debris Management Plan" developed in accordance with FEMA's Debris Removal Pilot Program for accelerated debris removal and FEMA's 95280.1. The Contractor selected will need to attend a yearly Debris Management meeting to have knowledge of Village debris management plan in the event of a disaster. The following items will be discussed at this annual meeting: - Debris Contractor Management, Point of Contact, and contact cell numbers update. - Mobilization of equipment, equipment certification. - Debris Management Site operations. Hazardous limb and tree removal as needed by the Village; Village & Monitor authorization and documentation requirements. - Emergency road clearing and Critical areas. - Contractor subcontractors list. 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 `Minimum Eligibility Requirements) a.) Company Information: 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.) Organizational Chart and Protect Key Staff Resumes: Submit firm project experience with State and Local Disaster debris reduction and disposal services per FEMA Disaster debris reduction and disposal reimbursement requirements. C.) Experience: Proposer must have a minimum of five (5) years experience providing debris removal services and shall demonstrate that it has performed at least two (2) Federally declared disaster debris removal projects as the prime contractor in South Florida and two (2) State of Florida projects since 2005. The scope of work should include disaster debris removal and /or demolition /recycling /disposal. Projects used for reference require a minimum of 50,000 cubic yards of debris. d.) Client References: Proposer is to provide a minimum of three (3) client /project references with the following information: a. Client name b. Contact individual name and title c. Address & Telephone number e. Contact email f. Narrative on scope of service provided g. Contract dates of removal services h. Total cubic yards for which responsible 101Paga Request for Proposal 2018 -05 -01 Proposer shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with proposal or fail to comply with minimum requirements shall be deemed nonresponsive and shall not have its proposal considered, 2. OPERATIONS PLAN a.) Outline /itemize pre - disaster plan including what you will do for the Village prior to a disaster occurring. b.) Provide how your firm plans to mobilize including response time, mobilization, debris reduction equipment to be utilized, site activation, and site closure. Detail methodology for emergency road clearing, debris removal, Temporary Debris Storage Reduction (TDSR) site activation, management and 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 and Federal Emergency Management Agency (FEMA) requirements for cost reimbursement for debris removal, reduction and disposal. C.) Detail plans to utilize local contractors, if applicable. d.) Include debris collection, transport and reduction methods. Provide information on how contractor collects debris, if there are any segregation requirements and how the final debris is transported. Explain how debris is reduced. e.) Document management plan should outline the process whereby the Village and the contractor coordinate all documentation to ensure that it adheres to Federal, State, and FEMA guidelines for reimbursement. The contractor will adhere to any procedures set forth by the Village monitoring company for disaster debris removal, debris site management and disposal record requirements. The selected contractor will coordinate daily with the monitor for specific monitor needs and provide 24 hour notice for additional monitors for crews mobilized and per request and authorization from Miami Shores Village. 3. COST PROPOSAL Price Proposal Forms: Each Proposer must complete and submit a Cost Proposal /Fee Schedule. The Cost Proposal will be evaluated per rates submitted on the cost proposal form, but may be negotiated and finalized prior to contract award. 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. 111Page Request for Proposal 2015 -05 -01 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. [f 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 25 points 2. Operations Plan 25 Points 3. Cost Proposal 30 Points 4. Required Forms 10 Points 5. Bonding Letter 6. Minority Participation (MWDBE) E. GENERAL SCOPE OF SERVICES 5 Points 5 Points 100 Points A general description of the scope of services required includes, but is not limited to, the following listed below. 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 removal of vegetative waste and /or construction /demolition debris, bulk refuse from Village streets and alleyways, utility right -of -ways, public parks and public places, including, but not limited to, condemned personal /private property and debris placed on or in these public right of way sites as approved by the Village to be removed by the Contractor. 2. Debris to be removed by the Contractor will be designated by a Village official, inspector, or other personnel approved by the Village. 3. 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, trucks, loaders, chainsaws and personnel necessary to accomplish the objective of the Village. The work to be performed under this agreement shall consist of the Contractor clearing and removing any and all eligible debris for the Village by a process including: 1) examination of debris to be hauled; 2) cutting, clearing, stacking, sorting or moving debris to facilitate loading; 3) loading and hauling debris to location(s) approved by the Village. The Village may instruct the Contractor to grind or reduce the Village's vegetative debris removed. The Village may use existing Waste Management Contract for disposal of vegetative and C &D debris disposal. Contractor may negotiate with Waste Management for better disposal pricing. 4. The Contractor shall perform work so as not to interfere with the normal operations of the Village, County, State or Federal functions and or violate existing regulations of these or other regulatory agencies. Special Contract Requirements:. 1. Mobilization: Miami Shores Village will notify the contractor of NOTICE TO PROCEED upon a "known event" 72 hours before known event expected occurrence. Miami Shores Village will put 121 Page Request for Proposal 2018 -05 -01 all requests made by phone in writing to confirm mobilization requests. 2. Indemnification and Insurance — Bonding: a. Indemnity: The contractor will agree to indemnify and hold harmless the Village, its officers, agents and employees from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and costs of actions, including attorney's fees for trail and on appeal, and for the preparation of same arising out of the contractor's, it's officers, agents and employees acts or omissions associated with this agreement b. Bonding: The contractor is required to present a bonding letter of capability issued by a bonding company of recognized standing authorized to do business in the State of Florida. The surety company shall have a minimum of A,A- rating with a financial size category of Class 11 and bonding capacity of $500,000. The bonding letter MUST be included in the proposal package for review and evaluation or the Village shall have the right to declare such proposals non - responsive. The contractor must produce a $500,000 performance bond upon contract award. The bond will be renewable each year and be in effect a minimum of one month before the beginning of the State of Florida Hurricane season. 3. Correction of Work: The Contractor shall promptly correct all work rejected by the Village as failing to conform to the 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. 4. Time is of the Essence: The parties agree that time is of the essence in the completion of the work called for under the 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. F. SPECIFIC PROVISIONS A. The successful Contractor must have a representative present in the Village office or Village designated Emergency Operations Center within twenty four (24) hours of Notification to Proceed and be able to mobilize equipment and personnel to the designated location within forty -eight (48) hours of Notice to Proceed. The Village generally is isolated for a period of twenty -four (24) to forty -eight (48) hours following the most likely debris event, a hurricane. If necessary, the successful contractor may need to pre -stage in the region. B. Emergency road clearing on Village right -of -ways (ROW), alleyways and Village owned properties shall be performed on a time and material basis only as authorized by the Village and up to seventy (72) hours or other limits allowed by Federal requirements as applicable. Work conducted on the ROW shall be limited to the point where fallen vegetation and other debris enter the ROW. No equipment or personnel may operate beyond the ROW unless specifically approved by the Village. C. The Contractor shall supply the Village with a list of potential local sub - contractors and participate in the minority or WDBE (Women Disadvantage Business Entities) programs when possible, and shall listthe contractor's abilityto utilize local contractors and their general requirements for doing so. D. The Contractor shall provide all necessary security and oversight for all operations. 131 Page Request for Proposal 2018 -05 -01 E. The Contractor shall provide sufficient traffic control and warning devices for conducting work on streets and highways. F. The anticipated Contractor work hours are sun up to sun down, seven days per week unless otherwise approved by the Village. G. The Contractor shall hire and supervise any needed hazardous materials specialists and handle the disposal of all hazardous substances in accordance with all laws and regulations. (The Village will allow cost +10% for handling.) H. The Contractor shall operate within the requirements of the Occupational Safety and Health Act, and all other applicable Federal and State laws, rules, and regulations. I. The Village shall accept the serialized copy of the Contractor's debris load ticket(s) as the certified, original source documents to account for the measurement and accumulation of the volume of debris delivered and processed at the reduction and /or disposal site(s). The ticketing system will also be used in the event of additional debris handling for volume reduction and /or the possible requirement for a debris transfer station(s). These tickets shall be used as the basis of any electronic generated billing and /or report(s), and include a minimum of 5 carbon copies. The load ticket will include the following: • Date and Client • Preprinted Number • Hauler's name • Truck number • Truck capacity in cubic yards • Actual load, as percentage full, to be assigned by debris monitors • Load amount in billable cubic yards • Debris classification as vegetative, mixed, other... • Point of origin for debris collected and time loaded • Dumpsite location and time dumped • All load tickets will be reconciled daily at close of operations with disposal facility by the next morning to prevent discrepancies in cubic yards. The Village may identify one or more Temporary Debris Storage Reduction Sites (TDSRs) in the event the disposal facility located at the Miami Shores Village Public Works Maintenance Yard cannot accept the vegetative and C &D debris. All site work on these sites must be approved by the Village. The contractor will prepare a site layout and plan in advance forthese sites to include: • Access to site • Site management to include point -of- contact, organizational chart, etc • Site preparation: clearing, erosion control, and grading • Traffic control procedures • Site safety, site security • Site layout /segregation of debris • Hazardous waste material plan • Location of ash disposal area, hazardous material containment area, contractor work area, and inspection tower (if required) • Location of incineration operations, grinding operation (if required). Note: All incineration and grinding operations shall be in accordance with Appendix H, Public Assistance Debris 141Page Request for Proposal 2018 -05 -01 = Management guide, FEMA 325 est latest edition, and with Florida Division of Solid Waste and Air Quality Control. Location of existing structures or sensitive areas requiring protection Environmental mitigation plan- noise, traffic, buffer zones, storm water runoff All necessary licenses, permits and fees for the same are the responsibility of the Contractor, including site closure. In the event the debris is taken to a permitted landfill for disposal, the contractor will maintain a representative to prevent any landfill traffic or load cubic yard discrepancies. K. The Contractor shall construct an inspection tower at each debris storage site as requested by the Village. The tower floor area shall be covered with a roof. The roof shall provide a minimum of 6'- 6" of headroom below the support beams. Steps with a handrail shall provide access to the tower. Tower shall be built in accordance with approved Florida Building Codes, and be able to hold 3 people. M. The Contractor shall be responsible for reporting to the Village and cleaning up all spills caused by the Contractor's operation at no additional cost to the Village or any other governmental identity. Immediate containment action shall be taken as necessary to minimize effect of any spill or leak. Cleanup shall be in accordance with applicable Federal, State, and local laws and regulations. Spills shall be reported to the Village Emergency Contact immediately following discovery. A written follow -up shall be submitted to the Village Manger not later than seven (7) days after the initial report. The written report shall be in narrative form and as a minimum shall include the following: • Description of the material spilled • Determination as to whether or not the amount spilled is EPA /State reportable • When and to whom it was reported • Exact time and location of spill • Receiving stream or waters, if applicable • Cause of incident and equipment and personnel involved • Injuries or property damage • Duration of discharge • Containment procedures initiated • Summary of all communication the Contractor had in regards to the spill • Description of cleanup procedures 151 Page Request for Proposal 2018 -05 -01 , "" IMPORTANT! PLEASE READ CAREFULLY BEFORE SUBMITTING PROPOSAL GENERAL PROVISIONS These general terms and conditions apply in like force to this solicitation and to any contract resulting therefrom. ACKNOWLEDGMENT OF AMENDMENTS From time to time, Miami Shores Village may issue an addendum to change the intent or to clarify the meaning of the proposal documents. It is each Proposers responsibility to check with the issuing office and immediately secure all addenda before submitting proposals. It is the usual practice forthe Village to email known proposers and post the addendum online at www.miamishoresvillage.com. This does not guarantee that all proposers will receive ALL addendum(s) in this manner. Proposers shall acknowledge receipt of any amendment to the solicitation by identifying the amendment number in the space provided for this purpose on the proposal form, by letter, or by returning a copy of the issued amendment with the submitted proposal. The acknowledgment should be received by Miami Shores Village by the time and at the place specified for the receipt of proposals. Failure to acknowledge an issued amendment may result in proposal rejection and disqualification. ANTITRUST By entering into a contract, the contractor conveys, sells, assigns, and transfers to Miami Shores Village all rights, titles, and interest it may now have or hereafter acquire under the antitrust laws of the United States and the State of Florida that relate to the particular goods or services purchased or acquired by Miami Shores Village under the said contract. APPLICABLE LAW The contract shall be governed in all respects by the laws of the State of Florida, and any litigation with respect thereto shall be brought only in the courts of Miami -Dade County, Florida. The contractor shall comply with all applicable Federal, State, and local laws and regulations. Lack of knowledge bythe proposer will in no way be a cause for relief from responsibility. ASSIGNMENT The contractor shall not assign, transfer, convey, sublet, or otherwise dispose of any award or any or all of its rights, title, or interest therein, or delegate the duties hereunder without the prior written consent of Miami Shores Village which consent may be withheld in the Village's sole and absolute discretion and without reason or justification of any kind. AWARD Consideration for award will be by proximity to specifications given, costs, time of delivery, and other factors deemed by the Village to be appropriate. All purchases, leases, or contracts that are based on competitive proposals may be accepted if deemed as the best responsive and responsible proposer which represents the most advantageous proposal to the Village. The lowest monetary proposal will NOT in all cases, necessarily be awarded. Complete and accurate responses to all items are necessary for the complete and fair evaluation of proposals. Total -cost or life - cycle- costing, which includes the identification of identifiable costs associated with acquisition, installation, maintenance, and operation of the proposer's offered equipment or service may be used to determine the best responsible proposer which l�W SIPage General & Special Provisions RFP 2018 -OS -01 represents the most advantageous proposal to the Village. Such analysis may be based upon the proposer's proposal data including, but not limited to price, quantifiable factors and other data which is gathered by the Village. Additional factors that may be considered include the expected life of equipment, output, maintenance, consumption costs, disposal value, warranty, complexity of operation, required training, and other factors that may contribute to the overall cost of ownership. In determining the responsibility of vendors, past performance, references, documented experience, financial capability, and other reasonable factors may be considered. The Village reserves the right to reject any and all proposals and to waive technical errors as heretofore set forth. Miami Shores Village reserves the right to award by lowest total, or whatever manner is deemed to be in Miami Shores Village's best interest. In addition, the Village reserves the right to award the contract to more than one proposer. CANCELLATION Miami Shores Village reserves the right to cancel a resulting contract, without cause, by giving thirty (30) days' prior written notice to the contractor of the intention to cancel, or with cause if at any time the contractor fails to fulfill the proposal by any of the terms or conditions specified. Failure of the contractor to comply with any of the provisions of a resulting contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the sole discretion of Miami Shores Village. In addition to all other legal remedies available to the Miami Shores Village, the Village reserves the right to cancel and obtain from another source, any services which have not been provided within the required period of time or, if no such time is stated, within a reasonable period of time from the date of order or request, as determined by Miami Shores Village. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION The proposer certifies that the prices submitted in response to the solicitation have been arrived at independently and without - forthe purpose of restricting competition -any consultation, communication, or agreement with any other proposer or competitor relating to those prices, the intention to submit a proposal, or the methods or factors used to calculate the prices proposal. CHANGE IN SCOPE OF WORK Miami Shores Village may order changes in the work consisting of additions, deletions, or other revisions within the general scope of the contract. No claims may be made by the contractor that the scope of the project orof the contractor's services has been changed, requiring changes to the amount of compensation to the contractor or other adjustments to the contract, unless such changes or adjustments have been made by written amendment to the contract or purchase order signed by the Village Manager. If the contractor believes that any particular work is not within the scope of the project, is a material change, or will otherwise require more compensation to the contractor, the contractor must immediately notify Miami Shores Village in writing of this belief. If Miami Shores Village believes that the particular work is within the scope of the contract as written, the contractor will be ordered to and shall continue with the work as changed and at the cost stated for the work within the scope. COLLUSION_ AMONG PROPOSERS Each proposer, by submitting a proposal, certifies that it is not a party to any collusive action or any action that may be in violation of the Sherman Antitrust Act. Any or all proposals shall be rejected if there is any reason for believing that collusion exists among the proposers. Miami Shores Village may or may not, at its discretion, accept future proposals for the same work from participants in such collusion. More than one (1) proposal from an individual, firm, partnership, cooperation, or association under the same or different names may be rejected. Reasonable grounds for believing that a proposer has interest in more than one (1) proposal for the work being proposal may result in rejection of all proposals in which the 2 I Page General & Special. Provisions RFP 2018 -05-01 ''"` proposer is believed to have interest. Nothing in this clause shall preclude a firm acting as a subcontractor to be included as a subcontractor for two (2) or more primary contractors submitting a proposal for the work. CONFLICT OF INTEREST The contractor, by submission of its proposal, certifies that to the best of his /her knowledge or belief, no elected /appointed official or employee of Miami Shores Village is financially interested, directly or indirectly, in the offer of goods or services specified in this invitation and the required form must be submitted with the proposal. The award is subject to all conflict of interest provisions of the laws of Miami Shores Village, Miami -Dade County and the State of Florida. DEBARMENT By submitting a proposal, the proposer certifies that it is not currently debarred from submitting proposals for contracts issued by any political subdivision or agency of the State of Florida and that it is not an agent of a person or entity that is currently debarred from submitting proposals for contracts issued by any subdivision or agency of the State of Florida. ERRORS IN EXTENSIONS If the unit price and the extension price are at variance, the unit price shall prevail. ETHICS IN PUBLIC PROCUREMENT The contract shall incorporate by reference the provisions of law contained in Chapter 112, Florida Statutes. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity; may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals on leases or real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of thirty -six (36) months from the date of being placed on the convicted vendor list. The proposer certifies that its proposal was made without collusion or fraud; that it has not offered or received any kickbacks or inducements from any other proposer, supplier, manufacturer, or subcontractor in connection with this proposal; and that it has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services, or anything of value. The required form must be submitted with the proposal. EXCEPTIONS Proposers taking exception to any part or section of the solicitation shall indicate such exceptions on the proposal form or appendix. Failure to indicate any exception will be interpreted as the proposer's intent to comply fully with the minimum requirements as written. Conditional or qualified proposals, unless specifically allowed, shall be subject to rejection in whole or in part. EXPENSES INCURRED IN PREPARING PROPOSAL Miami Shores Village accepts no responsibility for any expense incurred bythe proposer in the preparation and presentation of a proposal. Such expenses shall be borne exclusively by the proposer. 31 Page General & Special Provisions RF P 2018 -05 -01 S FAILURE TO DELIVER In the event of failure of the contractor to deliver the goods and services in accordance with the contract terms and conditions, Miami Shores Village may procure the goods and services from other sources and hold the contractor responsible for any resulting additional costs. A failure to deliver may result in immediate termination of a resulting contract, and immediate disqualification and debarment from submitting proposals to Miami Shores Village for a maximum of three (3) years. These remedies shall be in addition to any other remedies that Miami Shores Village may have available. FAILURE TO ENFORCE Failure by Miami Shores Village at any time to enforce the provisions of contract shall not be construed as a waiver of any such provisions. Such failure to enforce shall not affect the validity of the contract or any part thereof or the right of Miami Shores Village to enforce any provision at any time in accordance with its terms. FAIR LABOR STANDARDS By submission of a proposal, the proposer certifies thatthe contractor(s) and /or subcontractor(s) providing product(s) or service(s) shall, in the execution or performance of such a contract, maintain fair labor standards as defined in applicable State and Federal regulations. FLORIDA PUBLIC RECORDS LAW Proposers are hereby notified that all proposals, including without limitation, any and all information and documentation submitted herewith, are exempt from public records requirements under FSS §119.07(1) until such time as the Village provides notice of an intended decision or until thirty (30) days after the proposal opening, whichever is earlier. In addition, the Proposer agrees to be full compliance with FSS §119.0701 including, but not limited to, agreement to (a) keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law, (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. FORCE MAJEURE The contractor shall not be held responsible for failure to perform the duties and responsibilities imposed by the contract due to legal strikes, fires, riots, rebellions, and acts of God beyond the control of the contractor, unless otherwise specified in the contract. IDENTICAL PROPOSALS Identical proposals or proposals which otherwise appear suspicious will be reported to the Village Attorney for investigation and the Village shall have the right to declare such proposals non - responsive. INDEMNIFICATION In consideration of the sum of Fifteen and 00/100 Dollars ($15.00), the receipt and sufficiency of which is acknowledged by the contractor to be included and paid for in the contract price, the contractor shall 41 Page General & Special Provisions RFP 2018 -05 -01 indemnify, defend, and hold harmless Miami Shores Village and its agents and employees from and against all liabilities, claims, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of the work, provided that any such liability, claim, damage, loss, or expense: 1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself), including the loss of use resulting therefrom; and 2) is caused in whole or in part by any negligent act or omission of the contractor and subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, except for those wholly caused by the negligent act or omission of Miami Shores Village. In any and all claims against Miami Shores Village or any of its agents or employees by any employee of the contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way as to the amount or type of damages, compensation, or benefits payable by or forthe contractor oranysubcontractor under Workers' Compensation Acts, disability benefit acts, or other employee benefit acts. INDEPENDENT CONTRACTOR The contractor shall be legally considered an independent, licensed contractor and neither the contractor nor its employees shall, under any circumstances, be considered servants or agents of Miami Shores Village; and Miami Shores Village shall be at no time legally responsible for any negligence or other wrongdoing by the contractor, its servants, or agents. Miami Shores Village shall not withhold from the contractor any Federal or State unemployment taxes, Federal or State income taxes, Social Security tax, or any other amounts for benefits to the contractor. Further, Miami Shores Village shall not provide to the contractor any insurance coverage or other benefits, including workers' compensation, normally provided by Miami Shores Village for its employees. INFORMALITIES AND IRREGULARITIES Miami Shores Village has the right to waive minor defects or variations of a proposal from the exact requirements of the specifications that do not affect the price, quality, quantity, delivery, or performance time of the services being procured. If insufficient information is submitted by a proposer with the proposal for Miami Shores Village to properly evaluate the proposal, Miami Shores Village has the right to require such additional information as it may deem necessary after the time set for receipt of proposals, provided that the information requested does not change the price, quality, quantity, delivery, or performance time of the services being procured. Miami Shores Village reserves the right to reject any or all proposals in whole or in part; to award by any item, group(s) of items, total proposal, or accept the proposal that is most advantageous and in the best interest of Miami Shores Village. LAW COMPLIANCE Each party will comply with all applicable Federal, State, County and local laws, ordinances, codes, rules, regulations, guidelines and all orders and decrees of bodies or tribunals having jurisdiction or authority related to performance or which may, in any manner affect, the scope of services and /or project under this proposal. This includes, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines. In particular, the contractor /vendor /named party verifies and affirms that it is in compliance with 8 U.S.C., Sec. 1324, prohibiting the employment either directly or by contract, subcontract, or exchange of unauthorized aliens in the United States. The Village will consider the employment of unauthorized aliens by any contractor /vendor /named party, during the term of the agreement, a violation of the Immigration and ;rte SI Page General & Special Provisions RFP 2018 -05 -01 ' °''` Nationality Act. Such violation shall be cause for unilateral cancellation of such agreement by the Village. Lack of knowledge by the proposer will in no way be a cause for relief from responsibility for compliance. LIMITATION OF COST The contractor agrees to perform the work specified and complete all obligations under the contract within the stated amounts. LOBBYING ACT_ IVITIES All proposers should familiarize themselves with the requirement of the Miami Shores Village Code Chapter 2, Article VII (Code § §2 -100 et seq.) regarding Lobbyist Registration, and should comply therewith. Failure to comply may result in a proposal being deemed non- responsive. NONAPPROPRIATION All funds for payment by Miami Shores Village under any awarded contract are subject to the availability of an annual appropriation for this purpose by Miami Shores Village. In the event of non - appropriation of funds by Miami Shores Village for the services provided under the contract, Miami Shores Village will terminate the contract, without termination charge or other liability, on the last day of the then- current fiscal year or when the appropriation made for the then - current year for the services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the contractor on thirty (30) days prior written notice, but failure to give such notice shall be of no effect, and Miami Shores Village shall not be obligated under this contract beyond the date of termination. NONCONFORMING TERMS AND CONDITIONS A proposal response that includes terms and conditions that do not conform to the terms and conditions in the proposal document is subject to rejection as nonresponsive. Miami Shores Village reserves the right to permit the proposer to withdraw non - conforming terms and conditions from its proposal response prior to a determination by Miami Shores Village of non - responsiveness based on the submission of nonconforming terms and conditions. NONDISCRIMINATION By submission of proposal, the proposer certifies that the contractor(s) and/or subcontractor(s) providing product(s) or service(s) shall not discriminate against any employee or applicant for employment, to be employed in the performance of such contract, with respect to his/her hire, tenure, terms, conditions, or privileges of employment, because of his /her race, color, religion, sex, disability, or national origin, as outlined in applicable State and Federal regulations. ORAL STATEMENTS No oral statement of any person shall modify or otherwise affect the terms, conditions, or specifications stated in this invitation or any awarded contract. All modifications to the contract or purchase order must be made in writing by Miami Shores Village. OFFICIAL DOCUMENTS Miami Shores Village is not responsible for expenses incurred priorto award. Miami Shores Village officially distributes solicitation documents through its website at www.miamishoresvillage.com. Solicitation documents may be downloaded at NO COST using this system and may also be obtained from the Village Clerk in accordance with Florida Statutes that pertain to Public Records. Copies of solicitation documents obtained from other sources are not considered official and should not be relied upon. Miami Shores 61 Page General & Special Provisions RFP 2018-05 -01 """°` Village is not responsible for solicitation documents obtained from sources other than the Miami Shores Village website or the Village Clerk. Only vendors who properly obtain solicitation documents directly from the Miami Shores Village website orthe Village Clerk will receive addenda and other important information if issued. Any potential proposer should register and /or provide contact information to the individual named in the proposal information sheet. Vendors are responsible for acquiring knowledge of changes, modifications, or additions to official solicitation documents. Vendors who submit responses and later claim they did not receive complete documents or had no knowledge of any change, modifications, or additions made to the official solicitation documents shall still be bound by the solicitation, including any changes, modifications, or additions to the official solicitation documents. IF YOU OBTAINED A SOLICITATION DOCUMENT FROM A SOURCE OTHER THAN THE MIAMI SHORES VILLAGE WEBSITE OR THE MIAMI SHORES VILLAGE CLERK, IT IS HIGHLY RECOMMENDED THAT YOU DOWNLOAD THE OFFICIAL DOCUMENT AT WWW.MIAMISHORESVILLAGE.COM AT NO COST. PATENTS AND ROYALTIES The contractor covenants to save, defend, keep harmless, and indemnify Miami Shores Village and all of its officers, departments, agencies, agents, and employees from and against all claims, loss, damage, injury, fines, penalties, and cost- including court costs and attorney's fees, charges, liability, and exposure, however caused ---for or on account of any copyright or patented or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by Miami Shores Village. If the contractor uses any design, device, or materials covered by patent or copyright, it is mutually agreed and understood without exception that the contract price includes all royalties or costs arising from the use of such design, device, or materials in any way in the work. PAYMENT PROCEDURES Miami Shores Village has adopted best practices for its invoice payment procedures policy in order to help ensure that vendors providing goods and /or services to Miami Shores Village receive payment in a timely manner and in accordance with Chapter 218, Part VII, Florida Statutes (The Florida Prompt Payment Act). For further information, please call (305) 795 -2207. Several payment options are available to successful vendor, upon receipt of a correct invoice: 1. Check may be mailed to the remit address on the invoice. The check is sent to the Post Office after Miami Shores Village processesthe approval. 2. Check may be picked up in Miami Shores Village. The vendor must pick up the check after Miami Shores Village processes the approval. The successful proposer, or contractor must call (305) 795- 2207 for detailed instructions. PAYMENT TERMS AND DISCOUNTS Unless otherwise indicated in the proposal documents, payment terms will be net forty -five (45) days. Terms not consistent with this provision are not acceptable and may be cause for rejection. Miami Shores Village will pay the contractor within forty -five (45) days after the receipt of a correct invoice for the specified work. Discounts for prompt payment requiring payment by Miami Shores Village within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by Miami Shores Village of a correct invoice describing reasonable work allocable to the contract or after the date of acceptance of work that meets contract requirements, whichever event occurs later. Discounts for payment in less than forty-five (45) days will not be considered during evaluation for award, but may be taken if applicable after award. 71 Page General & Special Provisions RFP 2018 -05-01 " "'"` PROPOSAL ACCEPTANCE PERIOD Any proposal submitted as a result of the solicitation shall be binding on the proposer for a minimum of one hundred twenty (120) calendar days following the proposal opening date. Any proposal for which the proposer specifies a shorter acceptance period may be rejected. PROPOSAL CLARIFICATIONS If any party contemplating the submission of a proposal on this invitation is in doubt as to the true meaning of any part of the plans, specifications, or other documents, he should submit a written request for an interpretation. The Village will not respond to oral inquiries. Proposers may, via electronic mail, submit written inquiries for interpretation of this invitation to proposal to the individual named in the proposal information sheet. Questions or requests for interpretations shall clearly state, in detail, the basis for such question(s) or request(s) including a reference to the specific paragraph or language in the solicitation. The request shall be clearly marked as a "PREPROPOSAL QUESTION" and must include the solicitation number. The Village will respond to written inquiries received at least five (5) working days prior to the date scheduled for receiving the proposals. Modifications to solicitations will be made only by properly issued written addenda. All such addenda shall become part of the solicitation and resulting contract documents. Miami Shores Village shall only be responsible for written explanations or interpretations that are issued in accordance herewith. 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 individual named in the proposal information sheet. Although the Village will make an attempt to notify each prospective proposer of the addendum, it is the sole responsibility of the proposer to remain informed as to any changes to the Invitation to Proposal. No oral interpretations will be made as to the meaning of specifications or any other contract documents. Failure to comply with this provision will result in the proposer waiving his /her right to dispute the proposal specification. PROPOSER CERTIFICATION The proposer agrees that submission of a signed proposal form is certification that the proposer will accept an award made to it as a result of the submission. PROPOSER INVESTIGATIONS Before submitting a proposal, each proposer shall make all investigations and examinations necessary to ascertain all site conditions and requirements affecting the full performance of the contract and to verify any representations made by Miami Shores Village upon which the proposer will rely. If the proposer receives an award as a result of its proposal submission, failure to have made such investigations and examinations will in no way, relieve the proposer from its obligation to comply in every detail with all provisions and requirements of the contract documents, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim whatsoever by the contractor for additional compensation. PROPOSAL ENVELOPES Envelopes containing proposals must be sealed and marked in the lower left -hand corner with the proposal number, commodity, and date and hour of opening of proposals. Failure to do so may cause proposal not to be considered. Express Company or Express Mail envelopes containing a sealed proposal shall also be sealed and should be clearly marked with the invitation number, commodity, and date and hour of opening of proposals. Failure to clearly mark envelopes may delay delivery and render the response late. 81 Page General & Special Provisions RFP 2018 -05 -01 PROPOSAL FORM SUBMISSION Portions of the proposal shall be submitted on the attached required forms in addition to the required qualifications of the firm, the operations plan, cost proposal, minority participation and the bonding letter of capability. All required documentation must be submitted in a sealed envelope. Required form information not submitted on the attached proposal forms shall be rejected. Proposals concerning separate proposal invitations must not be combined on the same form or placed in the same envelope. Proposals submitted in violation of this provision shall not be considered. All proposals must be signed, in ink, in order to be considered. Erasures are not acceptable on proposals; if necessary to make a change, strike out or draw a line through incorrect item and type the correction above, and initial the correction in ink. If the proposer is a firm or corporation, the proposer must show the title of the individual executing the proposal, and if the individual is not an officer of the firm or corporation, the proposer must submit proof that the individual has the authority to obligate the firm or corporation. PROPOSALS MAY NOT BE ALTERED OR AMENDED AFTER THE PROPOSAL CLOSING. PROPOSAL RECEIPT AND OPENING Miami Shores Village will receive sealed proposals until date and time indicated on the proposal cover sheet. Proposals must be delivered, by hand or mail, to the attention of the Village Clerk, Miami Shores Village Hall located at 10050 NE 2 "d Avenue, Miami Shores, Florida 33138. Proposals must be time stamped by the Village Clerk before or on the hour and date indicated on the cover sheet (Request for Proposal) for the proposal opening. Proposals received after the date and time of the proposal opening will be received, date stamped, and returned to the proposer unopened. It is the responsibility of the proposer to ensure that proposals arrive at the designated opening place on time. Late or non- delivery due to mail or express delivery companyfailure will not be considered adequate reason for consideration of late proposals. FAXED or EMAILED PROPOSALS WILL NOT BE ACCEPTED AND SHALL NOT BE CONSIDERED FOR EVALUATION OR AWARD. In accordance with Chapters 119.071 and 280.0113, Florida Statutes, only the names of the firms submitting a proposal, proposal, or reply will be publically read in an opening. Pursuant to Florida Statutes, sealed proposals, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt records until such time as the agency provides notice of an intended decision or until thirty (30) days after opening the proposals, proposals, or replies, whichever is earlier. PROPOSAL WITHDRAWAL Proposals may not be changed after the proposal closing time. To withdraw a proposal that includes a clerical error after proposal opening, the proposer must give notice in writing to Miami Shores Village of claim or right to withdraw a proposal. Within two (2) business days afterthe proposal opening, the proposer requesting withdrawal must provide to Miami Shores Village all original work papers, documents, and other materials used in the preparation of the proposal. A proposer may also withdraw a proposal prior to the time set for the opening of proposals by simply making a request in writing to Miami Shores Village; no explanation is required. No proposer who is permitted to withdraw a proposal shall, for compensation, supply any material or labor to or perform any subcontract or other work for the person to whom the contract is awarded or otherwise benefit from the contract, No partial withdrawals of a proposal are permitted after the time and date set for the proposal opening; only complete withdrawals are permitted. The decision to allow or disallow proposal withdrawal remains solely with Miami Shores Village. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a 91 Page General & Special Provisions PFP 2018-05 -01 ry " "` contractor, supplier, sub - contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. PUBLIC INFORMATION Proposals or proposals presented to Miami Shores Village as a result of this solicitation, any and all information contained therein may, atthe appropriate time, be considered public record and may be made available in accordance with Florida Law. (See Page 3.) PURCHASE ORDER REQUIREMENT Purchases of Miami Shores Village are authorized only if a signed purchase order is issued in advance of the transaction, showing that the ordering agency has sufficient funds available to pay for the service. Contractors providing services without a signed purchase order do so at their own risk. Miami Shores Village will not be liable for payment for any services provided under contract unless a valid purchase order has been issued to the contractor. QUALIFICATIONS OF PROPOSERS The proposer may be required before the award of any contract to show to the complete satisfaction of Miami Shores Village that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. If the scope of work requires, proposers must be licensed contractors in the State of Florida and /or South Florida at the time of proposal submission and be current with all insurance requirements perthe licensing authority. The successful proposerwill be required to apply for and obtain applicable building permits from the Miami Shores Village Building Department prior to project start date. The proposer may also be required to give a past history and references in order to satisfy Miami Shores Village in regard to the proposer's qualifications. Miami Shores Village may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to Miami Shores Village all information for this purpose that may be requested. Miami Shores Village reserves the right to reject any proposal if the evidence submitted by, or investigation of, the proposer fails to satisfy Miami Shores Village that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include: 1. The ability, capacity, skill, and financial resources to perform the work or provide the service required. 2. The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience, and efficiency of the proposer. 4. The quality of performance of previous contracts or services. QUALITY OF GOODS All goods shall be new, in first class condition, and of the manufacturer's latest design of the model presently in production. All materials, supplies, and equipment furnished or services performed under the terms of this purchase order or contractual agreement shall comply with the requirements and standards specified in the Williams- Steiger Occupational Safety and Health Act of 1970 (Public Law 91 -596), as well as other applicable Federal, State, and local codes. Equipment and materials furnished by the proposer having serious defects, corrosion, or scratches which tend to present an "other than new" appearance shall 101 Page General & Special Provisions RFP 2018-05-01 be promptly replaced or such defects promptly corrected by the proposer at no cost to Miami Shores Village. Any existing Material Safety Data Sheets (MSDS) for the products, materials, supplies, or equipment being proposal must be submitted with the proposal. No product containing asbestos, lead paint, or polychlorinated biphenyl (PCB) in any form will be considered for award by Miami Shores Village. RECOVERY OF MONEY Whenever, under an awarded contract, any sum of money shall be recoverable from or payable by the contractor to Miami Shores Village, the same amount may be deducted from any sum due the contractor under such contract or under any other contract between the contractor and Miami Shores Village. The rights of Miami Shores Village are in addition and without prejudice to any other right Miami Shores Village may have to claim the amount of any loss or damage suffered by Miami Shores Village on account of the acts or omissions of the contractor. RIGHT TO INSPECT The contractor shall maintain such financial records and other records as they relate to the purchase of goods and /or services by Miami Shores Village from the subject vendor. The contractor shall retain these records for a period of five (5) years after final payment. These records shall be made available during the term of the contract and the subsequent five (5) year period for examination and /or transcription by Miami Shores Village, its designees, or other authorized bodies. RISK OF LOSS Miami Shores Village shall be relieved from all risks of loss or damage to goods during periods of transportation, manufacture, and the entire time the goods are in the possession of Miami Shores Village prior to acceptance by Miami Shores Village. Upon acceptance, the risk of loss or damage for goods shall pass to Miami Shores Village. The proposer /contractor shall not be responsible for damage to the goods occasioned by negligence of Miami Shores Village or its employees. TAXES All proposals shall be submitted exclusive of direct Federal, State, and local taxes; however, if the proposer believes certain taxes are properly payable, he /she may list such taxes separately in each case directly below the respective item proposal price. Prices quoted must be in units specified, and shall not include the cost of any such taxes, including those on any material, supplies, or equipment used or installed in the work. Miami Shores Village does not pay Federal Excise and Sales Taxes on direct purchases of tangible personal property. See Exemption Number on face of the resulting purchase order. This exemption does not apply to purchases of tangible personal property made by contractors who use the tangible personal property in the performance of contracts for improvement of Village -owned real property. Please refer to Chapter 192, Florida Statutes. UNSATISFACTORY WORK If, at any time duringthe contractterm, the service performed orwork done bythe contractor is considered by Miami Shores Village to create a condition that threatens the health, safety, or welfare of the community, the contractor shall, on being notified by Miami Shores Village, immediately correct such deficient service or work. In the event the contractor fails, after notice, to correct the deficient service or work immediately, Miami Shores Village shall have the right to order the correction of the deficiency by separate contract or with its own resources at the expense of the contractor. Notwithstanding the above, Miami Shores Village reserves the right to cancel a resulting contract, without cause, by giving thirty (30) days' prior written notice to the contractor of the intention to cancel. 111 Page General & Special Provisions RFP 2018 -05 -01 ACCESS STATEMENT The Americans with Disabilities Act (ADA) obligates the State and Local government to provide effective communication for individuals with disabilities. This includes written and oral communications. To request materials in accessible format, sigh language interpreters and /or accommodation to participate in a Village sponsored program or meeting regarding this solicitations, please contact the Village Clerk, Ysabely Rodriguez at 305 -762 -4870 or via email at rod ri uez msvfl, ov. Please contact this person for this solicitation five (5) days in advance to initiate you request. END OF GENERAL PROVISIONS 121 Page General & Special Provisions RFP 2018 -05 -01 °�� SPECIAL PROVISIONS In addition to the General Provisions of this solicitation, these Special Provisions, along with the specifications that follow, apply in like force to this solicitation and to any subsequent contract resulting therefrom. INSURANCE REQUIREMENTS The insurance required must be written by an insurer authorized to do business in the State of Florida and also have an "A" policyholder's rating and a financial rating of at least Class VIII in accordance with the most current Best's Key Rating Guide. Prior to the time the contractor is entitled to commence any part of the project, work, or services under this contract, the contractor shall procure, pay for, and maintain at least the following insurance coverages and limits. The said insurance shall be evidenced by delivery to Miami Shores Village of 1) Certificates of Insurance executed by the insurers listing coverages and limits, expiration dates and terms of policies and all endorsements whether or not required by Miami Shores Village, and listing all carriers issuing the said policies; and 2) upon request, a certified copy of each policy, including all endorsements. The insurance requirements shall remain in effect throughout the term of this contract. Workers' Compensation in at least the limits as required by law; Employers' Liability Insurance_ of not less than One Hundred Thousand and 00/100 Dollars ($100,000.00) for each accident. The contractor agrees to waive its right of subrogation as part of this coverage. 2. Comprehensive General Liability Insurance including, but not limited to, Independent, Contractor, Contractual, Premises /Operations, Products /Completed Operation and Personal Injury covering the liability assumed under indemnification provisions of this contract, with limits of liability for personal injury and /or bodily injury, including death, of not less than Two Million and 00/100 Dollars ($2,000,000.00), each occurrence; and property damage of not less than One Million and 00/100 Dollars ($1,000,000.00), each occurrence. (Combined single limits of not less than Two Million and 00/100 Dollars [$2,000,000.00], each occurrence, will be acceptable unless otherwise stated.) Coverage shall be on an "occurrence" basis, and the policy shall include Broad Form Property Damage coverage and Fire Legal Liability of not less than Fifty Thousand and 00/100 Dollars ($50,000.00) per occurrence, unless otherwise stated by exception herein. 3. Comprehensive Automobile and Truck liability covering owned, hired, and non -owned vehicles with combined single limits of not less than One Million and 00/100 Dollars ($1,000,000.00), each occurrence. Coverage shall be on an "occurrence" basis, such insurance to include coverage for loading and unloading hazards. Each insurance policy shall include the following conditions by endorsement to the policy: 1. Each policy shall require that thirty (30) days prior to expiration, cancellation, nonrenewal, or any material change in coverages or limits, a notice thereof shall be given to Miami Shores Village by certified mail to: Miami Shores Village, 10050 NE 2 "d Avenue, Miami Shores, FL 33138. The contractor shall also notify Miami Shores Village, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, nonrenewal, or material change in coverage received by the said contractor from its insurer; and nothing contained herein shall absolve the contractor of this requirement to provide notice. Y4�iS 131 Page General & Special Provisions RFP 2019-OS-01 _ 2. Companies issuing the insurance policy, or policies, shall have no recourse against Miami Shores Village for payment of premiums or assessments for any deductibles that all are at the sole responsibility and risk of the contractor. 3. The term "Village" or "Miami Shores Village" shall include all Authorities, Boards, Bureaus, Commissions, Divisions, Departments, and Offices of Village and individual members, employees thereof in their official capacities, and /or while acting on behalf of Miami Shores Village. 4. Miami Shores Village shall be endorsed to the required policy or policies as an additional named insured. 5. The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by Miami Shores Village to any such future coverage, or to Miami Shores Village's self- insured retentions of whatever nature. MOTOR VEHICLE INDUSTRY LICENSING The contractor shall comply with Chapter 320, Florida Statutes. Failure to comply may result in a determination of non - responsibility on the basis that the proposer is not qualified to legally contract with Miami Shores Village and may further cause such noncompliant offers to be rejected. END OF SPECIAL PROVISIONS 141 Page General & Special Provisions RFP 2018 -05 -01 REQUIRED FORMS The fo I lowing forms must be submitted with the Proposal. 1. VENDOR APPLICATION 2. DISASTER DEBRIS REMOVAL SERVICES RESPONDENT'S CERTIFICATION 3. SWORN STATEMENT ON PUBLIC ENTITY CRIMES 4. HOLD HARMLESS AND INDEMNITY CLAUSE 5. AMERICANS WITH DISABILITIES ACT (ADA) DISABILITY NONDISCRIMINATION STATEMENT 6. CONFLICT OF INTEREST DISCLOSURE FORM 7. ANTI - KICKBACK AFFIDAVIT S. DUE DILIGENCE AFFIDAVIT 9. PRICE PROPOSAL FORM All of the listed forms must be submitted as part of the proposal package in order for the Proposal to be considered complete and acceptable. RFP 2018 -05 -01 Forms Page 1 FORM 1 VENDOR APPLICATION Business Name T ' Order from Address�39x w i y� Stater zip:—Unb V Pay to Address: lUa w aookk City State: Zip: (if different) Address: �] Telephone: (EB5 Email Address: ( J cwd Contact Person. 1t� Federal I.D. No.: �-#- I City State: Zip: F l� axq ) � `"`41 Febsite URL: 1A) rC'�l/l Title: s Date Business Established: Business isX.Corporation ❑Proprietorship ❑Partnership ❑Other: Primary business classification (check all that apply): []Retailer ❑Wholesaler []Manufacturer ❑Services X, rime Contractor ❑Sub Contractor All applicants are required to provide a copV 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. ff(:Z� S Title (5112 Print daje Date: RFP 2018 -05 -01 Forms Page 2 FORM Z DISASTER DEBRIS REMOVAL 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. 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. r Responder BY; Si a re a-M G-,Aqcm:� ftd Name 0 Title, Typed or Printed Mailing Address -Vrwd�,,. (0 City, Etate, zip Code 41 '?-q OC)L) Telephone Number &Da:wn R. Stratmenn STATE OF KANSAS Sworn to and subscribed before me I`t this day of 20 Notary Public SigNture STATE OF Down 9, s%*u)) Printed, typed or stamped name of notary public My Commission Expires 4— f W'A RFP 2018 -OS -01 Forms Page 3 FORM 3 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: int individual's name and title) for: i (print name of enti submitting sworn statement) whose business add ess is:�ll (moa { 1 �� U co- and (if applicable) its F dera plover Identification Nu her (FEIN) is:— t,` (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. I 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 orwith an agency or political subdivision of any otherstate 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. I 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 afteriuly 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 RFP 2018 -05 -01 Forms Page 4 provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners. shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement, which I have marked below, is true in 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 310F THE CALENDAR YEAR IN WHICH IT 1S 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 INFOR ATION CONTAINED IN THIS FORM. ature Printed a e Sworn to and subscribed before me this day of Personally known X OR Produced identification l Type of identification E Dawn R. StratmOn AL RY PUKX-•S`TRTE OF KANSAS PPT EXP: ­12 " 201 V Notary Public - -State of My commission expires: 4— 19 ' DW A � I S1h*(A#-m Printed, typed or stamped name of notary public RFP 2018 -05 -01 Forms Page 5 FORM 4 HOLD HARMLESS AND INDEMNITY CLAUSE: (Company fume and Signature) I The contractor shall indemnify, defend and hold harmless Mi i Shores Village, its elected and appointed officials, employees and agents for any and all suits, actions, legal or administrative proceedings, claims, damage, liabilities, interest, attorney's fees, costs of any kind whether arising priorto the start of activities or following the completion or acceptance and in any manner directly or indirectly caused, occasioned or contributed to in whole or in part by reason of any act, error or omission, fault or negligence whether active or passive by the contractor, or anyone acting under its direction, control, or on its behalf in connection with or incident to its performance of the contract. (Company Name and Signature) Further certifies that it will meet all insurance requireme Miami Shores Village and agrees to produce valid, timely certificates of insurance for required coverage. RFP 2018 -05 -01 Forms Page 6 FORM 5 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 S by: -_) I !_ I F (print)ndi rdC is name for: UO I1 I bu " (print name of entity submitting sworn�atei whose business address is: C- ! )9aa IOW { and (if applicable) its Federal Employer Ident Village, Florida. umber (FEIN) is: (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, or third party contractor under this 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. tore jC� Sworn to and subscribed before me this 1C , day of _ ua 20 [ p Personally (mown OR Produced identification Notary Public —State of 4m�_--k<0 _ OWA�' My commission expires: L� Type of identification DaLn 6, ! AL Dawn R. Stratmann Printed, typed or stamped name of notary public NOTARY PUBLIC —STATE OF K��ArN�SAS MYAPPTE " LY Vp� XP: RFP 2018 -05 -01 Forms Page 7 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. DISCLOSURE OF CONFLICT OF INTEREST The Contractor shall disclose below, to the best of his or her knowledge, any Miami Shores Village officer or employee, or any relative of any such officer or employee as defined in Section 112.3135, Florida Statutes, who is an officer, partner, director or proprietor of, or has a material interest in the vendor's business or its parent company, any subsidiary, or affiliated company, whether such Village official or employee is in a position to influence this procurement or not. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Miami Shores Village Purchasing Ordinance. 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. RFP 2018 -05 -01 Forms Page 8. "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. RFP 2018 -05 -01 Forms Page 9 FORM 6 MIAMI SHORES VILLAGE CONFLICT OF INTEREST DISCLOSURE FORM CITY, *ATE, ZIP y J TELEPHONE NUMBER VILLAGE DEPARTMENT THAT WILL RECEIVE GOODS, SERVICES, OR IS RESPONSIBLE FOR GRANT AWARD ADDRESS CITY, STATE, ZIP TELEPHONE NUMBER This form is provided with the following document: M Invitation to Bid X Request for Proposal 1 Qualifications 0 Proposal 0 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? 0 Yes x 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 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. 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.) RFP 2018 -05 -01 Forms Page 10 NAME OF PUBLIC OFFICIALiEMPLOYEE ADDRESS VILLAGE DEPARTMENT 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.) NAME OF PUBLIC OFFICIAL/ VILLAGE DEPT FAMILY MEMBER ADDRESS PUBLIC EMPLOYEE WHERE EMPLOYED 9100 If you identified individuals in items one and l 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 andlor lobbyists utilized in preparation of request for proposal or qualifications, invitation to bid, or grantor loan proposal: NAME OF PAID CONSULTANTILOBBYIST ADDRESS 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. NAME OF INDIVIDUAL ADDRESS _I By signing below, 1 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. I further understand t at omissions shall be cause fordisqualification from participation in the proposed transaction. In the even] mo nan argpindicayd, the Village will interpret this to mean that no such relationship exists. Signature Printed Name Date Title RFP 2018 -05 -01 Forms Page 11 kar ws STATE OF FUTI TDA COUNTY OF - J FORM 7 ANTI - KICKBACK AFFIDAVIT SS (Subscribed and Sworn) Way} Before me, the undersigned notary, awn � � � ! (name of Notary before whom affidavit is sworn), on this (day of month) day of .0 (month), 20� personally appeared t-! (name of affiant), know tome to be a credible person and of lawf ge, who being by me first duly sworn, on (his /her) oath, deposes and says: I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein proposal will be paid to any employees of Miami Shores Village as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the company or corporation. ���; 4Printedn n Address of aff ant, line 760 HE Eo affiant Address of affiant, line 2 (City, State, Zip) WMI "Vk- STATE O F ftO R I D A, CO U N TY O F MVSfrAi 4� - Sworn to (or affirmed) and subscribed before me this&day of m (month), 20 (year), D a 0 �Rs Print Name of Notary Public Personally known& OR Produced Identification Type of Identification Produced 13--1 (name of person making statement) (title of person making statement) Stamp Commissioned Name Below: WDawn R. Stratmann AL PURL STATE of KANSAS T EXP. r 18' HFP 2018 -05 -01 Forms Page 12 • rl +l CONTRACTOR DUE DILIGENCE AFFIDAVIT RFP No.: 2018 -05 -01 RFP Title: Debris Removal Services STATE OF- FHNttErA I SS (Subscribed and Sworn) DATE: COUNTY OFMfAf*---DADE ���f Miami Shores Village contractors shall disclose the following as a condition of award for any contract that must be presented to the Council for approval. All of the information below shall be attached to the executed affidavit. 1. Provide a list of all lawsuits in the five (5) years prior to bid or proposal submittal that have been filed against the firm, its directors, partners, principals and /or board members based on a breach of contract by the firm; include the case name, number and disposition; 2. Provide a list of any instances in the last five (5) years prior to bid or proposal submittal where the firm has defaulted; include a brief description of the circumstances; 3. Provide a list of any instances in the last five (5) years prior to bid or proposal submittal where the firm has been debarred or received a formal notice of non - compliance or non - performance, such as a notice to cure or a suspension from participating or bidding for contracts, whether related to Miami Shores Village or not, Proposer shall execute the Contractor Due Diligence Affidavit as part of the proposed submittal. Failure to submit such Affidavit or to fall to correctly provide the information requested may result in said Proposal being deemed non- responsive under this RFP. This information shall be considered by the Village in determining the qualifications of any proposer for award of the contract under terms of the Request for Proposal. Nagne of Firm `IA A 59 F1jedd�ierraalll Employer Identification Number (FEIN) t a Address of Firm, line 1 A ess of Firm lin 2 (City, tate, Zip) "�q 0) /) ('1 e1 r i ran STATE OFf�Rt� ipA yftM , COUNTY OF _Q' ffi � ++ Sworn to (or armed) and subscribed before me this day of (month), 20 ` (year), (Name of person making statement) Personally known X OR Produced Identification Type of Identification Produced 00Ae" " (Title of person making statement) Stamp Commissioned Name Below: Dawn R. $tratmann NOTARY PUBLIC -5TAFE OF KANSAS MY APPT ESOP: �. RFP 2018 -05 -01 Forms Page 13 FORM 9 PRICE PROPOSAL FORM DISASTER DEBRIS REMOVAL AND DISPOSAL PART A: EMERGENCY ROAD CLEARING Emergency Services — Emergency road clearing from roads to right -of -way (ROW) and utility ROW during the FFMA, State and Village declared 72 hours immediate disaster. Includes emergency cutting and removing of dangerous limbs that are are immediate threat to public safety, health and welfare. Hourly Labor and Equipment Rates *All equipment rates include the cost of the operator, fuel, and maintenance. All labor rates include the cost of personal protective equipment, including but not limited to; hardhat, traffic safety vest, steel - toed shoes, gloves, leggings and protective eyewear. ITEM/ DESCRIPTION HOURLY RATE JD 544 Wheel Loader with debris grapple $ JD 644 Wheel Loader with debris grapple $ W Extendaboom Forklift with debris grapple $ 753 Bobcat Skid Steer Loader with debris grapple $-­7 753 Bobcat Skid Steer Loader with bucket $� �� 753 Bobcat Skid Steer Loader with street sweeper $ 30 -50 H Farm Tractor with box blade or rake $ � 2 — 2 % cu. yd. Articulated Loader with bucket $ 3 — 4 cu. yd. Articulated Loader with bucket $ JD 648F Log Skidder or equivalent $ I C` CAT D4 Dozer $ �'� C CAT D5 Dozer CAT D6 Dozer $J CAT D7 Dozer $ r `IS RFP 2018 -05 -01 Forms Page 14 RFP 2018 -05 -01 Forces Page 15 165 CAT D8 Dozer $ CAT 125 —140 HP Motor Grader $ 13-5 JD 690 Trackhoe with debris grapple $ `35 JD 690 Trackhoe with bucket and thumb $ Rubber Tired Excavator with debris grapple $ JD 310 Rubber Tired Backhoe with bucket and hoe 210 Prentiss Knuckleboom with debris grapple CAT 623 Self- Loader Scraper $� q Hand -Fed Debris Chipper $ 30 Ton Crane $ 1f 5. 50 Tan Crane $'�� 100 Ton Crane $ 40 — 60' Bucket Truck $ �l Greater than 60' Bucket Truck $ Fuel/ Service Truck Water Truck $ Portable Light Plant $� Lowboy Trailer with Tractor $ Flatbed Truck $ Pick -up Truck (unmanned) $ non Self- Loading Dump Truck with debris grapple $ 1 RFP 2018 -05 -01 Forces Page 15 Single Axle Dump Truck, 5 —12 cu. yd. $ Tandem Axle Dump Truck, 16 — 20 cu. yd. $L1 Tandem Axle pump Truck, 21 -30 cu. yd. $ Tandem Axle Dump Truck, 31— 50 cu. yd. $oo Tandem Axle Dump Truck, 51— 80 cu. yd. $ 110 Semi -Dump Truck 100 cu -yd. Chainsaw (without operator) $ . Temporary Office Trailer $ � Mobile Command and Communications Trailer $ L41', Laborer, with small hand tools $ L11) Skilled Sawman $ '7 Crew Foreman with cell phone $ Tree Climber $ 4 C-0 LF of Security Fencing $ 1 r' Ton of Crushed Stone Placed and Graded $ Sand Screening Apparatus $ 7 Traffic Control Devices $� Temporary Light Tower $ Site Security Systems (camera etc.) $ t%C� EVc'Y Please note that the exact equipment manufacturers listed above are not required, but may be of comparable make and model. RFP 2018 -05 -01 Forms Page 16 PART B: DEBRIS REMOVAL, REDUCTION AND DISPOSAL OPERATIONS Debris Removal and Reduction - Non- Emergency Services 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 your response may be deemed non - responsive. 1. Rights -of -Way Vegetative Collection Rate Vegetative debris collected from public or private right -of -way (ROW), including alleyways and improved public lands, hauled to, and dumped at the debris management site(s). Debris Management Site *Within Roundtrip 30 mile haul, Per Cubic Yard $ 7 — 0 *Within Roundtrip 31 -45 mile haul Per Cubic Yard $ 2. Condemned Private Property Vegetative Collection Rate Vegetative debris collected from private property deemed to be a safety hazard by the Village will be demolished per note below, hauled to and dumped at the debris management site(s). This includes the removal of demolished materials. *Within Roundtrip 30 mile haul, Per Cubic Yard $ caLl C *Within Roundtrip 31-- 45 mile haul Per Cubic Yard$ T,, `M- *CONDEMED PROPERTIES: In the event condemned properties are deemed a safety and health hazard to our community the contractor will provide a per structure price for demolition and proper disposal of condemned property. 3. Public Right of Way Construction and Demolition Collection Rate Construction and demolition debris collected from designated work zone, hauled to, and dumped at the debris management site(s) or other designated location, or landfill. *Within Roundtrip 30, mile haul, Per Cubic Yard $ *Within Roundtrip 31 -45, mile haul Per Cubic Yard $ Z qF 4. Debris Site Management and reduction of vegetative debris via grinding at Temporary Debris Storage Reduction site (TDSR) or other designated location *Price includes set -up, management, maintenance of onsite entry and exit roads, and closure of Temporary Debris Storage and Reduction Site (TDSR). Vegetative Debris 670 *Debris Site Management Per Cubic Yard $ o *Debris Reduction Per Cubic Yard $9 : - a C &D Debris Reduction *Debris Site Management Per Cubic Yard $ -66- *Debris Reduction Per Cubic Yard $ 1"ao RFP 2018 -05 -01 Forms Page 17 5. Cutting Partially Uprooted or Split Trees (Leaners) Remove falling, partially uprooted or split trees from the ROW or alleyway, or the overhanging portion of the limb over the ROW or alleyway, and placing the debris in the ROW or alleyway for haul -off to designated debris management site. This includes all Utility ROW and alleyways. Partially Uprooted Leaner (Price is inclusive of excavating the root ball and placing it in the ROW). Diameter of tree at 2 -feet from base Less than 24 inches 24 - 36 inches Per Tree $ Per Tree 36 — 48 inches Per Tree $3r7:5— C__' G reate r than 48 inches Per Tree $ L'N ✓ Split Leaner (No exposed root ball -- Price is inclusive of flush cutting the tree trunk.) 6. Removal of Dangerous Hanging Limbs (Hangers) - During Debris Removal- Non- Emergency Services Remove hanging or partially broken limbs from trees in the ROW, or limbs hanging over the ROW, and placing the debris in the ROW for haul -off. Trees with hazardous limbs 7. Stump Removal and Collection Rate 24 inches Per Tree $ -7q Removal and collection of stumps partially uprooted in the ROW. Stumps will be identified and certified in the ROW by the Village and or its representative. Stumps will be hauled to and dumped at a debris management site(s) or other designated location. Diameter of Stump at 2 -feet from base Less than 24 inches 24 - 36 inches 37 inches -48 inches Greater than 48 inches 8. Backfill Per Tree $ �'r►''r Per Tree $ Per Tree $ 22- �� Per Tree $ _Z --� Supply and placement of clean fill dirt into holes created by stump removal in the ROW. Per Cubic Yard $ i V RFP 2018 -05 -01 Forms Page 18 9. Final haul -out of reduced vegetative debris (do not include disposal costs) Reduced vegetative debris hauled from debris management site(s) or other designated location to final disposal site. Not including Disposal costs. ' f Within 20 mile roundtrip haul Per Cubic Yard $ 3, Within 30 mile roundtrip haul Per Cubic Yard $ 3 . `.5 Within 40 mile round trip haul Per Cubic yard $ 10. Final haul -out reduced C &D debris to final disposal site (do not include disposal costs) Reduced C &D debris hauled from debris management site(s) or other designated location to final disposal site. Not including Disposal costs. 3 1 C Within 20 mile roundtrip haul Per Cubic Yard $ , X15 Within 30 mile roundtrip haul Per Cubic Yard$ J Within 40 mile round trip haul Per Cubic yard $ `7J 11. Debris Disposal at permitted landfill - price to be determined and negotiated. Based upon landfill availability at time of disaster. Disposal Tipping fees will be negotiated with no mark up or pass through amount. Per Cubic Yard $ TBD - Leave this price blank. 12. Performance Bond of $500,000.00: Cost of bond for Contractor to hold for one year. Renewable on a per year basis. /`1 az� ADDITIONAL SERVICES PER AUTHORIZED TASK WORK ORDERS Sand removal, screening and replacement CY Loading and Hauling White Goods Requiring Freon Removal Per Unit Freon Removal by Qualified Technician Per Unit $ Hazardous Waste Removal and Transport Per Pound $ a) Removal, Hauling and Disposal of Dead Animal Carcasses Per Pound Bulk Ice, Delivered Per Pound r°- $ ., OTHER SERVICES AS NECESSARY AND BASED ON WRITTEN REQUESTS AND TASK ORDERS. RFP 2018 -05 -01 Forms Page 19 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 contractorwill 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 RFP 2018 -05 -01 Exhibits Page 1 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, orguarantee, 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 ofthe standard workweek 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 orto 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 RFP 2018 -05 -01 Fxhihits Page 2 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. (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 $100,040 financed in whole or in part with Federal assistance provided byFEMA. RFP 2018 -05 -01 Exhibits Page 3 S. 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: I. 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. RFP 2018 -fly -01 Exhibits Page 4 2. If any funds other than Federal appropriated funds have been paid orwiII 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 sub awards at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients 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 DisclosureActof1995), Any person whofailstofilethe 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- Competitively within a timeframe providing for compliance with the contract performance schedule; ii. Meeting contract performance requirements; or ill. At a reasonable price. B. 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. RFP 2018 -05 -01 Exhibits Page 5 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 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 this contract. RFP 2018 -OS -01 Exhibits Page 6 Exhibit "8" 2 C.F.R. § 200.326 and 2 C.F.R. Part 200 Appendix II 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 IL 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. a. 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 11, ¶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 11, ¶ B. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d. 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 11, J1 C. RFP 2018 -05 -01 Exhibits Page 7 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 nationalorigin. RFP 2028 -05 -01 Exhibits Page 8 (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 under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractorwill complywith 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 protectthe 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. RPP 2018 -05 -01 Exhibits Page 9 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 II,VD. 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. e. 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 sub recipient 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 FFMA. f. 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 sub recipients. In situations where the Davis -Bacon Act does not agply. neither does the Co eland "Anti- Kickback Act." However, for purposes of rant programs where both clauses do apply, FFMA 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 FFMA 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 lowertier subcontractor with all of these contract clauses. RFP 2018 -05 -01 Exhibits Page 10 (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 Wark Hours and Safety StandardsAct. a. Applicability: This requirement applies to all FEMAgrant and cooperative agreement programs. b. Where applicable (see 40 U.S.C. § 3701), all contracts awarded by the non - Federal entity in excess of $100,400 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 It, il 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 RFP 2018 -05 -01 Exhibits Page 11 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, RFP 2018 -05 -01 Exhibits Page 12 developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 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, � & 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." RFP 2018 -05 -01 Exhibits Page 13 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, sub awards, 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. Part200, Appendix II, ¶ H; and Procurement Guidance far Recipients and Sub recipients Under 2 C.F.R. Part 200 (Uniform Rules): Supplement to the Public Assistance Procurement Disaster Assistance Team (PRAT) Field Manual Chapter IV, ¶ 6.d, and Appendix C, ¶ 2 [hereinafter PRAT 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; PDATSupplement, 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 sub awards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and sub recipients. 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 sub recipient. e. Specifically, a covered transaction includes the following contracts for goods or services: (1) The contract is awarded by a recipient or sub recipient 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 sub recipient 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: RFP 2018 -05 -01 Exhibits Page 14 "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 sub recipient). 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 sub recipient), 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 FFMA 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; PDATSupplement, Chapter IV, 6.c; Appendix C, 114. 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 UJ 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. RFP 2018 -05 -01 Exhibits Page 15 d. The following provides a Byrd Anti - Lobbying contract clause: "B rd Anti-Lobbying 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 tierto 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 anyfunds otherthan 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 RFP 2018 -05 -01 Exhibits Page 16 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, ifies or affirms thetruthfulness 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 et seq., apply to this certification and disclosure, if any. 4"j&'44 - of ontractor'sAuthorizedOfficial 0�= k �a4. Name nd itle of Contractor's Authorized Official Date i 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. Dart 200, Appendix II, ¶ J; 2 C.F.R. § 200.322; PDATSupplement, 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: RFP 2018 -05 -01 Exhibits Page 17 "(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, httos: / /www.epa.gov /smm /comprehensive- procurement - guideline -cpg- program." 11. Additional FFMAReguirements, 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 RFP 2018 -05 -03 Exhibits Page 18 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, $l 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 hooks, 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 Ord ers. 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 RFP 2018 -05 -01 Exhibits Page 19 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 FederaIGovernment. 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 the contract. 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." RFP 2018 -05 -01 Exhibits Page 20