Loading...
Ceres Environmental Services, Inc. Contract DocumentsGa ll Hanscom, Contr acts Administrator Ceres Environmental Se rvices, Inc. 6968 Professional Parkway East Sarasota, Florida 32240 Subject: Notice To Proceed Dear Ms. Hanscom: October 101h, 2016 CITY OF ATLANTIC BEACH DEPARTMENT OF PUBLIC WORKS 1200 SANDPIPER LANE ATLANTIC BEACH, FLORlDA 32233-4318 TELEPHONE: (904) 247 -5834 FAX : (904) 247-5843 SUNCOM : 852-5834 www.coab.us Pursuant to the terms of the Contr act Extension Agreement between the City of Atlantic Beach (the City) and Ceres Environmental Services, In c. (Ceres) for Citywide Emergency Debris Management Services dated August 6'11, 2014, Ceres Is hereby given Noti ce To Proceed for debris removal services under Bid Items 001, 002, 003, and 004 for the remova l of debris resulting from Hurricane Matthew. Please respond to me directly within 24 hours at 386-916-7381 to make necessary arrangements for beginning work under this Notice. Please sign and date this original and return It to me by email at diacobovltz@coab.us. Per the contract, Ceres Is required to execute a payment and performance b ond eq ua l to 100 percent of t h e estimated cost of the debris removal services upon receipt or this Notice. The estimated cost of debris removal services for this activation Is $500,000. Plea se have this executed bond forwarded to my attention. No work sha ll be performed without t he specific approval of the City. The estimated cost of debris removal presented above also represents the not-to-exceed amount for this activation. Should Ceres' operations begin to approach this amount, the designated Ceres Project Manager sha ll notify the City In writing. Ceres shall complete the work under this contract In a timely manner and provide updat es as directed In the Scope of Work which follows. The Scope of Work for this activation shall include debris removal within the contract items listed above from the entire City within Zones as d i rected by the Public Works Department (PWD). The PWD primary r epresentative for this contract shall be Jam es Rigsbee who will assign work zones to Ceres on a dally basis. Mr. Rigsbee can be contacted at jrlgsbee@coab.us or at 904-838-8076. Mr. Rigsbee Is duly authorized to admini ster this contr act for an d In the na m e of the City. A ny qu estions related to this activation sho uld be directed to him. Ceres Is reminded to maintain proper records for Invoicing and the City's FEMA reimbursement needs. Sincerel y, ~k , P.E. Public W rks Director Ceres Environmental Services, lnc.J Received by: ~'tj &v~ tJi Title: 7? IYl. Date 14/m /zo I~ CONTRACT EXTENSION AGREEMENT BETWEEN THE CITY OF ATLANTIC BEACH AND CERES ENVIRONMENTAL SERVICES, INC. FOR CITYWIDE EMERGENCY DE BRIS MANAGEMENT SERVICES This CONTRACT EXTENSION AGREEMENT ("Extension") dated !/vlusf 6 , 2014 ("the Effective Date"), by and between the CITY OF ATLANTIC BEACH, munictpal corporation, in Duval County, Florida, and CERES ENVIRONMENTAL SERVICES. INC., a corporation with offices at 6960 Professional Parkway East, Sarasota, FL 34240 (collectively, the "Parties"). WHEREAS, Byrd Brothers Emergency Services, LLC and the City of Atlantic Beach entered into a Contract on June 27, 201 1 (the "Original Contract") (copy attached); WHEREAS, Byrd Brothers Emergency Services, LLC transferred said Original Contract to Ceres Environme ntal Services, Inc. by Assignment of Individual Contract approved by City Commission on 7-14-14, and signed by City 7-16-14 (copy attached); WHEREAS, the Parties hereby agree to extend the tenn of the Original Contract in accordance with the tenns of the Original Contract as well as the terms provided herein. In consideration of the mutual covenants contained herein, each ofthe Parties agree as follows: -The Original Contract, which is attached hereto as part of the Extension, will end on December 1, 2014. -The Parties agree to extend the Original Contract for an additional three-year period, which will begin immediately upon the expiration of the original time period and will end on November 30, 2017. -This Contract Extension binds and benefits both Parties and any successors or assigns . This document, including the attached copy of Original Contract, is the entire agreement between the Parties. All other terms and conditions of the Original Contract remain unchanged. CERES ENVIRONMENTAL SERV ICES. fNC. CITY OF ATLANTIC BEACH By(Sign) )~/~ By (Sign) ~16.,4~( Name: .lJA:v [cl A , Pr..eu~ Name: Nelson Van Liere Title: Vu lr../ls ,c/.R. ;cf Title: City Manager Date: P-c.t-;q. Date: f"/6h9' ~~ Assignment of Individual Contl'act FOR VALUE RECEJVED, Byrd Brothers Emergency Setvices, L.L.C. ("Byrd") hereby assigns and otherwise transfers C'asslgus") to Ceres Enviromncntal Services, Jnc. ("Ceres") all rights, title and interest held by Byrd in and to the contract described ns follows: Contract dared May 12, 2014, between Byrd Brothers Emergency Services, L.L.C.~tnd Ceres Environmental Services, Juc. and concerning the City of Atlantic Beach, Florida. Byrd warranls and represents that said contract is in full force and effect and is fitlly assignable. Byrd further warrants thut it has the fulll'ight and ftutlwrity to transfer said contract and that contract rights herein transferred nrc free of lien, encumbrance or adverse claim. Said contract has not been modified and remains on tho terms contAined therein. Ceres hereby assumes and agrees to perfom1all remaining and obligations of Byrd under the contract nnd agrees to indemnity and hold Byrd l>amJicss from any claim or demand resulting fi·omnon-perfonnnncc by Ceres. Ceres shall be entitled to all monies remaining to be paid under the contract, which rights arc nlso assigned hereunder. This Assignment shall become effective as oft he date last executed and shall be binding upon and inure to the benefit of the parties, their successors and assigns. ~-= Dated: S:: ~ /l ~ J L/ . ~-----:---=~-=--===~~-::-~_. y d-Br Dated: Ceres Environmental Services, Inc. Consent of Contract Owner I hereby consent to this Assignment of Contract affinning that no modification of the contract is made or intended, except that Ceres is now and hereafter substituted for Byrd. Signature /v "(? /._: C•M (/..7 _.<:/ f: / .:, .,-·._> Name of Contract Owner Pagel! CONTRACT BETWEEN THE CITY OF ATLANTIC BEACH AND B}'RD BROTHERS EMERGENCY SERVICES, LLC FOR CITYWIDE EMERGENCY DEBRIS MANAGEMENT SERVICES Tms CONTRACT, Executed this '2?tk day of J'u,ne 2011, by and between the , CITY OF ATLANTIC BEACH, FLORJPA, a municipal corporation, in Duval County, Florida, (hereinafter sometimes called the Owner or the City), and BYRD BROTHERS EMERGENCY SERVICES, LLC, a corporation with offices at 5164 Lamm Road, Wilson, NC 27893 (hereinafter called the Contractor), WITNESSETH, that for and in consideration of the mutual covenants and promises set forth herein, and other valuable consideration, the receipt and sufficiency of which is acknowledged by both parties, it is therefore AGREED AS FOLLOWS: 1. That Contractor is the best rated proposer. under the City's Competitive Sealed Proposal Evaluation procedures for providing all labor, material and equipment; and perfonning all operations necessary to perform Citywide Emergency Debris Management Services; including, but not limited to initial debris push, debris collection, removal of all eJigible debris from the City's rights~of~way and other City property, and hauling the debris to a temporary debris site, in accordance with specifications hereinafter referred to and has been awarded this Contract for said work pursuant to award made May 9, 2011. 2. The Contractor will, at its own cost and expense, perform the work required to be done and furnish the materials required to be furnished on said work in accordance with plans and specifications prepared by The City of ATLANTIC BEACH, RFP numbered 11-04, proposal due date April6, 2011, designated as Bid Specifications For Citywide Emergency Debris Management Services, and strictly in accordance with the advertisement calling for proposals, plans, specifications, blueprints, addenda, requirements of the City of ATLANTIC BEACH, proposal of the said Contractor, and award therefore, now on .file in the Office of the Purchasing Agent of the City of ATLANTIC BEACH, (hereinafter collectively called the Contract Documents), all of which are hereby specifically made a part hereof by reference to the same extent as if fully set out herein for a total amount not-to-exceed $500,000, at and for the prices and on the terms contained in the Contract Documents; provided however, this is a Contingency Contract and the City does not guarantee that any work will be given to the Contractor. Therefore, the above stated amount need not be encumbered. If and when the City needs the services of the Contractor, under this Contingency Contract, it wil1 issue a notice to proceed and purchase order for the work to be perfonned. At that time the funds for that work to be perfonned will be encumbered for the purchase order. 3. On the faitb.ful performance of this contract by the Contractor, the Owner will pay the Contractor in accordance with the terms and on the conditions stated in the Contract Docwnents. IN WITNESS WHEREOF, the parties hereto have duly executed this Contract, in duplicate, the day and year first above written. ATTEST: CITY OF ATLANTIC BEACH, FLORIDA By~-=~~~~~~1 ____ _ Mike Bomo, Mayor OWNER ATTEST: R. Byrd Type/Print Name Managing Member Title CONTRACI'OR Byrd Brothers Emergency Services, LLC 5164 Lamm Rd. Wilson, NC 27893 (252) 293-4488 Office (252) 293-4490 Fax Type/Print Name Managing Member Title CITY OF ATLANTIC BEACH, FLOIUDA PERFORMANCE BOND REQUIRED BY SECTION 255.05, FLORIDA STATUTES Bond#105614404 Byrd Brothers Emergency KNOW ALL MEN BY THESE PRESENTS, That SeNices,_l.!:Q_ ___ as Principal, (hereinafter called Contractor), and,!~lers Ca~alty and~~ C£_mpa!}l_qf America, a corporation organized and existing under the laws of the State of_9_Qnneoticut _and duly authorized to conduot and carry 011 a general surety business in the State of Florida, as Surety (hereinafter called Surety), are eaoh held and firmly bonded unto the City of ATLANTIC BEACH, a municipal corporation in Duval County, Florida, as Obligee (hereinaftet• called City), in the sum of.£1~e Hundi_ed Ihc~and an_E_!i~10Q ___ DOLLARS ($~QO,OOO.OO __ ),lawful money of the United States of America, for the pnyment whereof Contractor and Surety bind themselves, their respective heirs, executors, administrators, legal representatives, successors and assigns, jointly and severally, finnly by these presents. WHEREAS, Contractor has by written agreement dated the 27f~ay of J l.tne. 2011, entered into a contract with the City (City Contract# -~!1-0_4 ____ ( to be inserted by the City)) for providing all labor, material and equipment; nnd performing all operations neoe11sary to perform Citywide Emergency Debris Management Services; including, but not limited to initial debris push, debris colleotion,.removal of all eligible debris from the City's righls-of~way and other City property throughout the General Services District, and hauling the debris to a· temporary debris site, in strict accordance with any advertisement for bids for said work and done in striot compliance with the drawings, plans and specifications for said work and requirements of the City proposal and award therefore and of the contract and aH documents included as a pari of the contract (hereinafter referred to collectively as the Contract), all of which are, by this reference, made a part hereof to the same extent as if fully set out herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall: (I) promptly and faithfully perform the construction work and other work in the time and manner prescribed in. said Contract, which is made a part of this Bond, by reference, in strict compliance wit1t the Contract requirements; and (2) perfotm ~he guarantee and maintenance of all work and materials fumished under the Contract for the time specified in the Contract; and (3) pay the City all losses, delay and disruption damages and all other damages, expenses, costs, statutory attorney's fees, including appellate proceedings, that the City S\Istains because of a default by Contractor under the Contract; then this Bond shall be void•, otherwise it shall remain in full foroe and effeot, both in equity and in law, in acoordanoe with the laws and statutes ofthe State ofFiorida. PROVIDED, that the Surety hereby waives notice of any alteration or extension of time made by the City, and any changes in or under the Contract and compliance or noncompliance with any formalities connected with tile Contract or the changes does not affect Surety's obligation under this bond. t . PROVIDED further, that during any interim period after the City has declared Contractor to be in default but Surety has not yet remedied the default in the manner acceptable to the City, Surety shall be responsible for scouring and protecting the work site including, but not limited to, the physical premises, structures, fixtures, materials, and equipment, and shall be responsible for securing and protecting materials and equipment stored off-site in accordance wit11 the Contract. PROVIDED further, no right of action shall accrue on this Bond to or for the use of any pe01on or corporation other than the City named herein or the heirs, executors, administrators or successors of the City. [Remainder of page is left blank intentionally. Signature page follows immediately.} ·. CONTRACT NUMBER RFP11-04 (Contract Numbe1· to be inserted by the City of Atlantic Beach) PAYMENT BOND REQUIRED BY SECTION 255,05, FLORIDA STAT UTES As to the Contraotor/Prinoipal: Name: Byrd Brothers Emergency Services, LLC Principal Business Address: 5164 Lamm Road, Wilson, NC 27893 Telephone: 252-293-4488 As to the Surety: Name: Travelers Casualty and Surety Company of America Principal Business Address: One Tower Square, Hartford, CT 06183 T~!lephone:.@QQ}872-8527 As to the Owner of the Property/Contracting Public Entity: Name: City of ATLANTIC BEACH. Florida (o/o Public Works Department) Bond#105614404 Principal Business Address: 1200 SandpigerLane, ATLANTIC BEACH. Florida 32233 Telephone: (904) 247-5834 Description of project including address and description of impmvements: Providing all labor. material and equipment: and perfonning all operations necessary to perform Citywide Emergency Dehris Management Services; including, but not limited to. initial debris push. debris collection, removal of nil eligible debris from the City's rights-of-way and other City property, and hauling the debris to a temporary debris aite. Work site is on any City right-of-way and/or City property throughout the City Limits of Atlantic Beach. I i ·. PROVIDED, no suit or action for labor, materials or supplies shall be instituted hereunder against the Principal or the Surety unless a claimant provides, to each of them, both of the proper notices, in accordance with the requirements of Section 25 5.05(2)(a), Florida Statutes. Both notices must. bf) given in order to institute such suit or action. PROVIDED further, an action, except for an action exclusively for recovery ofretainage, must be instituted against the Principal or Surety on this Payment Bond within one (1) year after the perfonnanoe of tlte labor or completion of delivery of the materials or supplies, in accord a nco with the requirements of Section 255.05(2)(a), Florida Statutes. PROVIDED furthf)r, an action exclusively for the recovery ofretainage must be instituted against the Principal or Surety within one (1) year after the performance of the labor or completion of delivery of the materials or supplies, or within ninety (90) days after the Principals' receipt of fmal payment (or the payment estim ale containing the owner's final reconciliation of quantities, if no further payment is eamed and due as a result of deductive acljustments) by the Principal or surety whichever comes last, in accordance with the requirements of Section 255 ,05(2)(a), Florida Statutes. PROVIDED f\u1her, that the .~aid Surety, hereby stipulates and agrees that no change, extension oftime, alteration or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise effeot its obligation on this Bond, and it does hereby waive notioe of any suoh change, extension of time, alteration or addition to the tenns of the Contract or to the work or to the specifications. [Remafndca• of page left blank intentionally. SJgn~dure page follows Immediately.) 11 TRAVELERSJ' POWER OF ATTORNEY Allorncy·In Fact No. Farmln,2ton Casu oily Company Fidelity ond GuiU'anty Insurance Company Fidelity rutd Guatllnly In.1urance Underwriters, Jnc. St. Paul Fire and MIU'Ine Insurnnce Company St. Paul Gunrdlau [nsurnnce Company 220479 St. Poul Mercury Insurance Company 1\•a\·elers Cnsualty nnd Surely Company 1'rn,·rlers Casualty and Surety Company of America United Stntcs Fldelily and Guaranty Company Cerllfirate No. Q Q 4 0 818 4 7 KNOW ALL MENDY THF.SE PIU:SENTS: Thnt St. Paul Fice and Marine Insurance Company, St. Paul Guardian Insurance Company nnd St. Paul Mercury b1surnncc Company :tre corpora!ions duly organized under the laws of the State of Minnc~otB, t.hnt Farmington Casualty Company, Trnvclers Casually and Surety Company, and Tmvelcrs Ca.1ualty and Surely Company of America nre corporntions duly organized under the laws of ll1e State ofConncc!lcUl, that United Stoles Fidelity and Guaranty Company is a corporation duly organized under the laws of the Stnte of Maryland,that Fidelity and Guaranty Insurance Company is a cmporation duly organized 11ndcr the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the l~ws of the Stl\lc of Wisconsin (herein collectively called the "Companies"), and thai the Companies do l1ercby make, constitute and appoint John B. Sneed, L. Wayne Tisdale, Scott Naugle of Gulfport, Mississippi; Jim E. Brashier, Troy P. Wngcncr, Norma J. McMahon, Loren Richard Howell, Jr., Andrew Rice, Kathleen Scarborough of Biloxi, Mississippi, David Robin Fortenberry, Richard Teb Jones, Mary Jones Norvnl, Kimberly Barhun1 ofHalllesburg, Mississippi; John W. Nance, Teresa Farri,~ of Tupelo, Mississippi; Andrew P. Underwood of Mobile, Alabama; Chri~; H. Boone, John R. Pillman, Sr., and Sharon Tuten of the City of l:H~kson , State of Mississippi , their ltllc aod lawful Attomcy(s)-ln-Fact, each itt their separdtc capacity if more than one is named above, to sign, execute, seal and acknowledge ony and all bonds, rccogni2ancet, condilional undertakings and other IYritings obligato!)' in the nature thereof on bchnlf of the Companies in their business of guaranteeing lhe fidelity of persons, guarontedog the performancu of cOII!rocts and executing or guaranteeing bonds and uodertaklngs required or pennitted in any actions or proceedings ~llowed by law. 26th IN WITNESS WHEREOF, the Companies have caused this Instrument to be signed ond their corporate scnls to be heMo nmxed, this ---------- day of September , ~. State of Connecticut City of Hartford ss. Farmlnl:{on Casualty Compnny FldcUty nnd Guaranty Insurance Contpnny Fidelity ond Guaranly Insurance Underwriters, Inc. Sl, Pnul Fire and Marine Insurance Company St. Paul Guardian Insurance Company By: St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers CASualty and Surely Company of America United S!s!PS Fldellly and Guaranty Compnny On lhis the 2 6th dny of September , ZOOS , bcforo me perlionally nppcared George \V, Thompson, who acknowledged himrelf to be the Senior Vice President of F~rrnington Casualty Company, Fidelity aod Guaranty Ins\Jrnoce Comp~ny, flidclily and Guaranty lmurance Underwriter.~, Jnc., St. Paul Jlj~ and Marine Insurance Company, St. Paul Guardian Insurance Compnny, St. PJ\ul Morcul)' /nsuronce Company, Trnvelcn Ca.~ualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guara.nty Company, and that he, a~ •uch, being authorized so to do, executed the foregoing instrument for the purposes therein contained by sigoing on behalf of the corporations by him~elf as a duly authorized officer. In Witness Wl1ereof, {hereunto set my hand ~nd official scnl. My Commission expires the 30ih day of June, 20 I I. 58440-4-09 Printed In U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE R.ED BORDER Gail Hanscom, Contracts Administrator Ceres Environmental Services, Inc. 6968 Professional Parkway East Sarasota, Florida 34240 NOTICE TO PROCEED October 6, 20 16 Re: Disaster Debris Removal and Disposal Cont ract-RFP # 20160 15 No tice to Proceed Dear Ms. Hanscom: Pursuant to th e terms of the Disaster Debris Removal and Disposa l Contract-RFP # 2016015, Ceres Environmental is hereby given this Notice to Proceed for debris removal resulting from Hurricane Matthew Impac ting Indian River County. Please respond by contacting me directly at 772-226-3985 or 772.360.6925 upon receipt of thi s Notice to Proceed to make necessary arrangemen ts fo r beginning work under this notice. Please sign and date this orig in al and return It to my attention by email to rszpyrka@lrcgov .com . Per the contract, Ceres Environmental Is required to execute a payment and performance bond equal to 100% of the estimated cost of the debris remova l serv ices or $1,000,000, whichever is grea ter, within three ca lendar days of receipt of thi s Notice to Proceed. There Is not yet an estimated cost of debris removal. Please be aware If the value of the con tracted work increases, you shall be req ui red to provide an updated bond. Please have th is executed bond forwarded to my attention as required under the con tract. No work shall be performed prior to receipt of this bond without the specific approval of Indian River County. The estimated cost of debris removal presented above also represents the not-to-exceed amount fo r th is notice. Should Ceres Env ironmen tal 's operations begin to approach this amount, the designated Project Manager shall notify Indian River County In writing. Ceres Environmental shall comp lete the work In a timely manner and provide updates, as directed In the Scope of Work . Additionally, all requirements se t out In th e Agreement and the Request for Proposals documents made a pa rt thereof shall be complied with at all times throughout the project. In dian River County's in-fi eld poi nts of contact fo r this debris removal project are James Ennis, County Engineer and Will Scott, Superintendent-Road an d Bridge Division. Mr. Ennis ca n be con tacted at jennis@ircgov.com. Mr. Scott can be contacted at 772-770-5085 and wscott@lrcgov.com . Mr. Ennis and Mr. Scott duly authorized to admin iste r this con tract for and In the name of Indian River Co unty . Any ques tion s related to this activation shou ld be directed to th em . Sin~~~ AAI RJc~d f.rzfyrka Public Works Director, Indian River Cou nt y Ceres Environmental Services, Inc. A~/ /J 1 tJ --C ~;C. Received by 0 v /.~ Date ______ _ i)pv, J.. A , l'rr. ... r .((. .. ; " -f/. P. The City of Melloourne Public Works & Utilities Department ·:, 2885 Harper Road, Melbourne, FL 32904 · (321) 608·5000 NOTICE TO PROCEED October 8, 2016 Gail Hanscom, Contracts Administrator Ceres Environmental Services, Inc. 6968 Professional Parkway East Sarasota, FL 32240 RE: Debris Removal Services Contract Activations Dear Ms. Hanscom: Pursuant to the terms of the Debris Removal Services Contract dated May 16, 2016, Ceres Environmental is hereby given notice that the Ci.ty of Melbourne is activating the contract for removal of debris resulting from Hurricane Matthew. As per the contract, Ceres Environmental is required to respond to this Notice to Proceed within 24 hours of receipt of this Notice. Please respond by contacting Jennifer Wilster directly at 321-608-5080 upon receipt of this Notice to make necessary arrangements for beginning work under this activation notices. Please sign and date this original and return it to my attention by e-mail at Mike.Mcnees@mlbfl.org with a copy to Jennifer.Wilster@mlbfl.org. Per the contract, Ceres Environmental is required to execute a payment and performance bond equal to 100 percent of the estimated cost of the debris removal services upon receipt of this Notice to Proceed. The estimated cost of debris removal for this activation is $8 million. Please have this executed bond forwarded to my attention as required under the contract. No work shall be performed without the specific approval of the City of Melbourne. The estimated cost of debris removal presented above also represents the not-to-exceed amount for this activation. Should Ceres Environmental's operations begin to approach this amount, the designated Project Manager shall notify_ the City of Melbourne_ in writing. Ceres shall have 180 days from the date of this Notice to Proceed to complete the debris removal services required under this contract. m~~~-~Y\\~ /(-e.ce. rJL. d 6; Le/'e..( Ct1v,./DVT ~"' ~( .Jtvvu/ 4 /~ ()d J; :Jo/~ Michael McNees City Manager, City of Melbourne Ceres Environmental Services, Inc. !J ec v, c1. A. ~ ;"e t-d· J-e t1 ( d/' 1/: P:. C c ,.,.--c f 61-1 vt..-vv-..""'::1-"'-"'-t$-.. ( An Equal Opportunity Employer Intemet: www.melboume{l01·ida.org Ceres Environmental Services, Inc. 6960 Professional Parkway East Sarasota, Florida 34240 City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, Florida 32233 RFP'11-04 Disaster Debris Removal Services April 6, 2011 4:30 '·PM ET COPY April5, 2011 City of Atlantic Beach Mr. Ricky L. Carper, P.E., Director of Public Works 1200 Sandpiper Lane Atlantic Beach, Florida 32233 RE: RFP 11-04 Disaster Debris Removal Services Due: April 6, 2011 at 4:30 PM ET Dear Mr. Carper: We are pleased to submit the enclosed proposal for the City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services. Ceres is an experienced disaster recovery and Government contracting firm capable of providing personnel, equipmenf and resources to rapidly and efficiently respond to a disaster recovery event. The length and breadth of our past experience is what sets us apart from our competitors and makes us the best choice for your disaster removal services. Our services include debris removal and segregation, demolition and hazardous material management, debris reduction and site management, and the collection/generation of FEMA and FHWA-required project documentation. In 2008, Ceres received an "Outstanding" performance review from the U.S. Army Corps of Engineers for our work In Louisiana following Hurricane Katrina. We are confident that if Ceres is selected for an event response based on this proposal, you will also find our services to be exemplary. We have a long list of satisfied clients and would be pleased to serve your community as well. Our corporate office in Sarasota, FL provides an excellent location from which to manage our post- disaster work in Atlantic Beach. Other permanent offices for Ceres Environmental Services, Inc. give us good geographical dispersion. Those offices are located in Kenner, LA; Brooklyn Park, MN; Houston, TX; and Puerto Rico. Additionally, Ceres has equipment storage facilities at Bonifay, FL and Houston, TX. Forty-seven full-time professional and managerial staff at Ceres have disaster experience. Key Individuals that would be assigned to this contract include: David Mcintyre, Owner and Chief Executive Officer, in an oversight capacity; Troy Garrett, President, in a managerial capacity; David Preus, Assistant Vice President, in a managerial capacity; Gail Hanscom, Project Manager, in a support capacity; and others depending on the severity and size of the event. Company Officers David A. Mcintyre, Owner and CEO; John Ulschmid, Vice President; Steve Johnson, Corporate Secretary; and David Preus, Assistant Vice President have signature authority to bind the company and can all be reached by calling Ceres' toll free number 1-800-218-4424. En c. FLORIDA I LOUISIANA I MINNESOTA I TEXAS I PUERTO RICO 6960 Proresslonal Parkway I Sarasota, FL 34240 I o"''" 800.218..44241 FAX 866.228.5636 ceresenvfronmental.com ·- • • • • • • • • • • • • • • • • • Ceres Environmental Services Facts and Highlights Ceres Environmental Services, Inc. has never defaulted on a contract or failed to complete any work awarded. No client of Ceres has been denied reimbursement for work Ceres has performed. Ceres' professional staff assists our local clients, upon request, with their preparation and submission of project worksheets for FEMA and other federal agencies, including the FHWA. It is Ceres' policy and practice to utilize qualified local small, woman-owned, and minority business enterprises to the maximum extent practicable in full compliance with 44 CFR 206.10. Founded in 1976 and incorporated in 1995, Ceres has provided emergency management and other services for 35 years to government entities including the United States Government and various states, counties and municipalities throughout the U.S. and its possessions overseas. Exemplary Performance on over $1.7 billion dollars of Emergency Debris Management contracts awarded by various government agencies within the past 20 years and over 84 FEMA-funded contracts. Ceres responded to the Midwestern flooding and Hurricanes Dolly, Gustav and Ike during 2008 and fulfilled all obligations for nine separate contracts, seven of which were performed simultaneously. Performed simultaneously Hurricanes Katrina, Rita, and Wilma recovery operations in three states throughout 44 counties and parishes. During Hurricane Katrina recovery, 45,000 cubic yards of debris were hauled on the first day of operations and up to 200,000 cubic yards daily after that. Over 13 million cubic yards were hauled and processed. Performed over 40,000 Right of Entry (ROE) work orders for "Blue Roof' repairs for the U.S. Army Corps of Engineers on five contracts, with concurrent operations in over 30 counties. Recipient of the "Million Work Hours Award" for our superb safety record on the Katrina Debris project for the U.S. Army Corps of Engineers. Ceres was recognized by the Naval Facilities Engineering Command as one of their finest contractors . The range of our services provide under this multiyear Multiple Award Contract Included Demolition, Minor Construction, Site work, Utilities, and Architecture and Engineering. Ceres bonded emergency contracts with a total value of $517 million in 2005-2006 and USAGE Emergency Response Contracts in FL totaling $52 million for 2004. Recipient of the Minnesota Governor's Certificate of Commendation for Tree Waste Recycling . In order to speed response, Ceres maintains a rapid-response deployment facility in Sarasota, Florida, as well as an equipment facUlty in Bonifay, Florida. Additional equipment is stored in Kenner, LA and Houston, TX. No Regulatory or License Agency Sanctions have been imposed on Ceres Environmental Services, Inc. or any of its principals. Federal Employer Identification Number 41-1816075 Florida Construction License QB39234 Acronyms and Abbreviations Used in the Proposal Abbreviation Meaninn AAR After Action Report ACM Asbestos-Containins:~ Material C&D Construction and Demolition Waste CAR Corrective Action Report CYD Cubic Yard OMS Debris ManaQement Site EOC Emergency Operations Center FOOT Federal Department ofTransoortation FEMA Federal Emergency Management Agencv FHWA Federal Highwav Administration HBCU Historically Black Colleges and Universities HHW Household Hazardous Waste HTW Hazardous or Toxic Waste HUB Historically Underutilized Business Zones ICS Incident Command System IW Industrial Waste Ml Minority Institutions MRE Meals Ready to Eat MUTCD Manual of Uniform Traffic Control Devices NIMS National Incident Management System NSC National Safety Council NTP Notice to Proceed OSHA Occupational Safety and Health Agency PAC Public Assistance Coordination PDA Preliminary Damage Assessment PIA Post Incident Analvsis PM Project or Proaram Manager POL Petroleum, Oil, & Lubricants PPE Personal Protective EQuipment PW Project Worksheet QC Quality Control RACM Reaulated Asbestos-Containina Material ROE Right of Entry ROW RiQht-of-Way SB Small Business SOB Small Disadvantaqed Business SDVO Service Disabled Veteran-Owned Business TBD To Be Determined TDSRS Temoorarv Debris Storaae and Reduction Site USAGE U.S. Army Corps of Engineers vo Veteran-Owned Small Business WOSB Women-Owned Small Business City of Atlantic Beach, Florida 14/6/2011 TABLE OF CONTENTS: RFP 11-04 Disaster Debris Removal Services Cover Letter Table of Contents 1 Project Management Team/Plan Page A Key Personnel Resumes ..................................................................... 1 of 40 B Project Planning Activities .................................................................... 9 of 40 2 Documentation/Safety and Environmental Consideration/Equipment List A FEMA Reimbursement. ........................................................................ 25 of 40 B Safety/Environmental Training ............................................................. 26 of 40 C Awareness of Local/State Jurisdictional/Agency Requirements ........... 29 of 40 D Equipment Resources .......................................................................... 29 of 40 3 Proximity to the City of Atlantic Beach ........................................................ 32 of 40 4 Past Performance/References/Awards A Past Performance/References ............................................................. 33 of 40 B Vendor Questionnaire .......................................................................... 35 of 40 C Current Pre-Event Contracts ................................................................ 37 of 40 5 Unit Cost of Debris Management ................................................................. not included A Unit Price Proposal Sheet in page count B Hourly Fee Schedule 6 Required Documents .................................................................................... not included A Bid Security in page count 8 Documents Requirements Checklist C Drug-Free Workplace Certification D Public Entity Crimes Sworn Statement E W-9 Form F Florida Contractor's Licenses G Proof of Insurance H Documentation of Receipt of Addenda ERE Table of Contents E rH'I HO h 1-f E llf4l City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services 1 PROJECT MANAGEMENT TEAM/PLAN Ceres is one of the nation's leading disaster recovery contractors, deploying across the Atlantic and Gulf Coasts from its permanent disaster response facilities in Florida, Louisiana, and Texas. Since its founding in 1976, Ceres has been awarded over $1.7 billion in FEMA-funded disaster recovery projects in Florida, Louisiana, Alabama, Mississippi, Missouri, Iowa and Texas. While under contract for one billion dollars, Ceres was able to complete the work for about half that amount, saving hundreds of millions of dollars for the Government. The U.S. Army Corps of Engineers officially evaluated Ceres' overall performance during the Katrina cleanup as "Outstanding". Ceres was specifically noted for use of local contractors; quality, efficiency and swiftness of performance; and cooperation while managing a changing and evolving work scope. Since 2004, Ceres has been directly involved as a prime contractor in post-event recoveries from such major hurricanes as ike, Katrina, Rita, Dolly, Gustav and Wilma. The length and breadth of our past experience is what sets us apart from our competitors and makes us the best choice for your disaster removal services. Our mission is to serve units of Government with time-critical disaster recovery and heavy construction services. We have an enviable reputation for speedy deployment, excellent work, and experienced site management. After 35 years of doing demanding work in almost every U.S. state and territory, Ceres is still known for keeping its promises: Ceres has never defaulted on a contract, failed to complete a contract, nor had any client denied reimbursement. An evaluation from the Department of the Navy is typical: "perhaps the finest contractor I have worked with .... " Ceres always adheres to the highest standards of quality, integrity and safety. 1.A Key Personnel Resumes and Bios Ceres Environmental Services, Inc. corporate officers are: David Mcintyre, Owner and Chief Executive Officer; Troy Garret, President; John Ulschmid, Vice President; Steven M. Johnson, Secretary; David A. Preus, Assistant Vice President; and Thomas Donovan, Chief Operating Officer. Ceres has additional professional staff holding degrees in: Civil Engineering, Business Administration, Forestry, Geology, Science, and Accounting. As part of the Company's dedication to quality and safety, many of Ceres' management staff are U.S. Army Corps of Engineers certified in Construction Quality Management, are FEMA certified in NIMS, are Red Cross certified in first aid, and have completed OSHA's 40 hour safety training course. Ceres' management has worked extensively on FEMA-reimbursed contracts, and has demonstrated its ability to respond to large-scale events. The proposed Project Manager, if awarded a contract, would be David A. Preus, Assistant Vice President/Project Manager. Resumes and/or bios for Mr. Preus and other key individuals who would be involved in debris operations follow. David A. Breus, Assistant Vice Bresiaent; Broject Manager Mr. Preus has 11 years of experience with Ceres Environmental Services, inc. directing the Emergency Management Services Division and providing project management on over 60 FEMA reimbursed disaster recovery contracts including 12 hurricanes and 7 ice storms, wind storms, and floods. Mr. Preus has managed and provided supervision to multiple Emergency Temporary Roofing installation projects for the U.S. Army Corps of Engineers and multiple cities and counties totaling more than 40,000 homes and management of more than 800 workers. Mr. Preus leads and provides overall guidance to the company's Emergency Response Team in the areas of preparatory, mobilization, and implementation of operations. Mr. Preus holds a MBA from University of Minnesota Carlson School of Management and Bachelor's degree in History from University of Minnesota. PROFESSIONAL EXPERIENCE • Haiti Earthquake 2010. Project Manager working with the International Organization for Migration on camp population and needs. Managed transitional housing prototypes. • Hurricane Ike 2008, Project management and operations management in 3 counties in Texas to clear and haul hurricane debris • Hurricane Gustav 2008, Project Manager for emergency debris removal and disposal of over 1.9 million cubic yards of storm debris; Trimming and removal of hazardous trees; Removal and disposal of white goods in Vermillion and East Baton Rouge Parishes ERE ffJ\.'IPnNJ.rl'HJ.A.\ Tab 1 Project Management Team/Plan Page 1 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • Hurricane Dolly 2008, Project management and operations management for removal, reduction, and disposal of hurricane debris in Cameron County, Texas • Floods 2008, Project management oversight for emergency response operations in the removal and disposal of flood debris, white goods, and household hazardous waste in Waterloo, Iowa • Ice Storm 2007, Project management and logistics for the hauling and disposal of vegetative debris generated by the Ice storm simultaneously in cities of Broken Arrow and Nichols Hills, Oklahoma • Hurricane Wilma & Rita 2005, Project Manager for the emergency temporary roofing installation operations in both Miami-Dade and Monroe counties, Florida. • Hurricane Katrina 2005, Project Manager for emergency temporary roofing installation including more than 21,000 homes and buildings throughout 32 Mississippi counties. Operations Manager for PPDR project for removal of over 13 million cubic yards of debris throughout 11 Louisiana Parishes • Hurricane Ivan 2004, Project management for removal and disposal of debris of over 680,000 cubic yards of hurricane debris and the processing of over 505,000 cubic yards of vegetative debris in Florida • Hurricane Jeanne & Frances 2004, Project Manager and Operations Manager for removal of over 404,000 cubic yards of debris; Emergency roofing installation operations in 13 Florida Counties • Hurricane Charley 2004, Operations Manager for temporary emergency roofing installation in 4 Florida Counties • Hurricane Isabel 2003, Project Manager and Operations Manager for removal and disposal of hurricane debris; Trimming and removal of hazardous trees in Virginia • Ice Storm 2002, Project Manager for removal and disposal of over 510,000 cubic yards of hazardous trees and other vegetative debris in Oklahoma • Hurricane Georges 1998, Project Manager for removal, reduction, and disposal of 2.3 million cubic yards of mixed hurricane debris; Management of 17 TDSR sites; Emergency temporary roofing installation to more than 3,000 buildings in Puerto Rico CERTIFICATIONS/TRAINING • Department of Homeland Security GS-202, Debris Management • USAGE CQM certified • First Aid/CPR certified • MN Real Estate Broker's License Gail M. Hanscom, Alternate Project Manager, Project Superintendent Ms. Hanscom has provided project management to multiple debris removal projects. Ms. Hanscom, in conjunction with her project management, also manages preparatory, mobilization, and Implementation phases of emergency response actions for debris projects. She has performed multiple duties supervising field operations including oversight for mobilization, accounting, planning and scheduling, documentation, data management, and human resources personnel. Ms. Hanscom has also functioned as Project Superintendent and Area Manager. Ms. Hanscom also provides contract administration with customers, assists in researching contracts, and submitting pre-position bids and proposals. Ms. Hanscom holds a Bachelor's degree in Business Management from Northwestern College, Minnesota. PROFRESSIONAL EXPERIENCE • Haiti Earthquake 2010, Project Manager of the Registration Process of the displaced populations in the hundreds of established and spontaneous camps In the seven commune area surrounding Port-au-Prince and the outlying areas. Worked with the International Organization for Migration (IOM) to assess the camp populations and their needs to aid in the eventual allocation and delivery of housing and other life-sustaining resources. • Hurricane Ike 2008, Project Manager of the Chambers County cleanup; Hauled 330,000 cubic yards meeting the County's deadline for completion of work while maintaining very high safety standards in Texas Tab 1 Project Management Team/Plan Page2 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • Hurricane Dolly 2008, Project management for debris removal, processing, and disposal; Supervised load and haul crews that hauled more than 400,000 cubic yards of debris from the ROW; Mobilized and operated field crews to remove, reduce and dispose of hurricane debris and provide cleanup services, while maintaining an exceptional safety record in Cameron County, Texas • Hurricane Katrina 2005, Project Superintendent and interim Project Manager for Operation Blue Roof in Hattiesburg, Mississippi; Responsible for successful completion of temporary roof repairs on 21,000 homes; Office management of all daily office operations; Oversight and supervision including accounting, planning and scheduling of daily assignments, data management, personnel hiring and supervision, and general contract administration with direct accountability to the U.S. Army Corp of Engineers. Responsible for final reconciliation of payment to over 100 subcontractors. Project administration for Private Property Debris Removal (PPDR) component of $500 million USACE debris removal contract including facilitating the ramp-up phase in Louisiana; Soliciting, hiring, and coordination of subcontractors; Recruiting and hiring of management, database experts, field, and support personnel. • Environmental Education Instructor Lutherans Outdoors, 2005, Program development and implementation. Instructed foresUfire ecology, water ecology, orienteering, astronomy, horseback riding and various other classes. Supervised large groups of students, adults, and staff. • Assistant to the Vice President & Treasurer, Carleton College, 1994-2004, Organized and ensured the quality of all office operations by offering direct support to the Vice President and Treasurer. Represented the College to organizations, government agencies, individuals, and outside entitles. Maintained legal files, licensure renewals, accreditations, legal contracts, property files, and investment contracts. • Hanscom Ambulance, Inc. Owner/Operator, Established one of the first non-metro ALS services in MN. Accrued 12 years of experience In emergency medical response including certification as an Emergency Medical Technician (EMT), supervised field and in-house operations, developed training and certification programs, ensured licensure compliance, and conducted contract negotiations. CERTIFICATIONS/TRAINING • Department of Homeland Security GS-202, Debris Management • USACE CQM certified • FEMA certified ICS-100, ICS-200, IS-300, IS-400 • FEMA certified NIMS IS-700 • First Aid/CPR certified David A. Mcintyre, Owner and Cliief Executive Officer, Project Oversiglif During the last 35 years, Mr. Mcintyre has led the successful performance of 84 FEMA reimbursed contracts distinguishing himself by his ability to efficiently apply capital resources, assemble teams of highly competent people, and provide a high-quality end result for satisfied customers. Mr. Mcintyre has led the emergency debris removal and response operations on 15 hurricanes, 7 temporary roofing installation contracts, 9 ice storms, wind storms, and floods collecting, transporting, processing, and disposing of millions of cubic yards of storm generated debris. Mr. Mcintyre has also provided leadership and direction to over 95 construction, demolition, abatement, clearing, and grinding projects for the federal government including U.S. Army Corps of Engineers, U.S. Navy, U.S. Army, U.S. Air Force, U.S. Department of Interior, U.S. Department of Agriculture, LA DOTD, TX DOT, and multiple cities, local municipalities, and public agencies. Mr. Mcintyre has graduate coursework in Physics, Chemistry, and Mathematics from the University of Minnesota Institute of Technology and University of Minnesota. PROFESSIONAL EXPERIENCE • Hurricane Ike 2008, Presided over debris collection, transportation, and disposal on 11 different contract locations in Texas and Louisiana • Hurricane Gustav 2008, Oversight of collection, transportation, processing, and disposal of over 1.9 million cubic yards of debris; Trimming and removal of hazardous trees in Louisiana • Hurricane Dolly 2008, Provided oversight and management guidance in debris collection, transportation, recycling, and disposal In Texas Tab 1 Project Management Team/Plan Page 3 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services 11 Hurricane Wilma & Rita 2005, Directed debris collection, transportation, and disposal; Emergency temporary roofing installation in Florida • Hurricane Katrina 2005, Lead Project Manager for collection, transportation, processing, and disposal of over 13 million cubic yards of debris; Trimming and removal of over 165,000 hazardous trees; Asbestos abatement and demolition of 916 buildings; Decontamination and disposal of over 315,000 white goods in 11 Louisiana Parishes; Emergency temporary roofing installation of over 21,000 buildings in 32 Mississippi counties • Hurricane Ivan 2004, Project Manager in collection, transportation, and disposal of over 680,000 cubic yards of debris including the processing of over 505,000 cubic yards of debris in Florida 11 Hurricane Jeanne & Frances 2004, Managed the collection, transportation, and disposal of over 404,000 cubic yards of debris in 13 Florida counties • Hurricane Charley 2004, Directed Debris collection, transportation, and disposal; Emergency temporary roofing installation in 4 Florida counties • Hurricane lsabel2003, Project Management to debris removal and disposal in Virginia • Hurricane Floyd 1999, Lead Project Manager to debris removal and disposal in North Carolina • Hurricane Georges 1998, Presided over collection and disposal of over 2.3 million cubic yards of debris; Management of 17 TDSR sites; Emergency temporary roofing installation on over 3,000 buildings in Puerto Rico • Hurricane Andrew 1992, Lead Project Manager to debris collection, transportation, and disposal; Provided USAGE with 25 new chippers/grinders with 48 hours in Florida CERTIFICATIONS/TRAINING • Licensed Florida General Contractor uohn Ulschmid, Corporate Vice President and Operations Planner Mr. Ulschmid has 23 years of experience with Ceres Environmental Services, Inc. including project management of multiple FEMA-reimbursed contracts. Mr. Ulschmid manages the company's Construction and Demolition Division as well as various operational aspects of the Emergency Management Services Division, concurrently with the company's Public Affairs and Logistics Management. Mr. Ulschmid has also worked on a variety of other emergency response projects including emergency building demolitions due to floods, Emergency Bank Stabilization of the Mississippi River Lock and Dam 8, and multiple floodway control construction projects. He has provided project management, supervision, and administration to several federal government contracts including the U.S. Army Corps of Engineers, U.S. Air Force, U.S. Navy, U.S. Army, LA DOTD, and TX DOT along with multiple projects with cities, counties, municipalities, and other public agencies with totaling revenues in excess of $500M. Mr. Ulschmid attended the University of Minnesota, Carlson School of Management where he studied Finance and Project Management. PROFESSIONAL EXPERIENCE • • • • • Hurricane Ike 2008, Project management, logistics management, and contract administration of operations in Texas Hurricane Gustav 2008, Supervision and contract administration of company operations for debris removal and disposal; Project Manager of HVAC project and LA DOTD roadway drainage repairs and improvements project in Louisiana Hurricane Rita 2005, Project management for debris removal and disposal of over 4.5 million cubic yards; Reduction of over 1.1 million cubic yards of debris; Removal and disposal of e- waste; Demolition of approximately 253 storm damaged buildings in Terrebonne and Calcasleu Parishes, Louisiana Hurricane Katrina 2005, Project Manager for debris removal operations including 13 million cubic yards of hurricane debris in 11 Louisiana Parishes; Trimming and removal of over 165,000 hazardous trees; Supervised over 12 miles of emergency levee repair & stabilization projects in St. Bernard and Plaquemines Parishes, Louisiana Hurricanes Jeanne & Frances 2004, Operations Manager in the collection and disposal of over 404,000 cubic yards of debris in Florida E Tab 1 Project Management Team/Plan Page 4 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • Ice Storm 2002, Safety Officer and Contract Administrator for operations which hauled more than 510,000 cubic yards of debris in Kansas City, Missouri • Ice Storm 2001, Managed operations crews in the collection, transportation, and disposal of debris from streambeds and watershed areas to the TDSR site in Oklahoma • Floods 1998, Project management and logistics management for emergency demolition of over flood damaged buildings in Grand Forks, North Dakota • Hurricane Fran 1996, Project manager for debris removal and disposal; Manager of debris disposal facilities (TDSR) sites in North Carolina CERTIFJCATIONSfTRAINING • USACE CQM certified • 10-Hour OSHA Training • First Aid/CPR certified ffiia l.illaurie, Subcontractor IJ.iaison Tia l.illaurie provides a background in several fields including construction, logistics, purchasing, and contracting. Ms. l.illaurie served with distinction as a Captain in the United States Army Corps of Engineers. Ms. l.illaurie led several topographical engineering units in Iraq, where she was awarded a Bronze Star Medal. Ms. l.illaurie is responsible for the overall subcontractor response to all disaster response and recovery missions. She manages the overall development and · maintenance of relationships with subcontractors specifically in local areas of pre-event contracts and competitive pricing. Ms. l.illaurle secures, negotiates, and illustrates strategic contracts and pricing schedules with disaster recovery, logistics, and construction companies across the United States. Ms. l.illaurie also provides management in the areas of maintaining and upgrading the subcontractor database, registration process, and evaluation criteria, as well as creating and executing applicable training programs for subcontractors. Ms. l.illaurie participates in the acquisition of both pre-event and post-event disaster recovery contracts and is active in ensuring successful performance of contracts. Ms. l.illaurle also assists in marketing activities such as site visits, trade shows, and customer interviews. Ms. l.illaurie has a Master's degree in Engineering Management from the University of Missouri and a Bachelor's degree in Engineering Management from U.S. Military Academy West Point, New York. PROFESSIONAI.ill EXPERIENCE • • • • • • • • • Haiti Earthquake 2010. Subcontractor Uaison identifying specialist organizations and sea transport. Ice Storms 2009, Subcontractor Uaison identifying and coordinating qualified subcontractors for debris removal from county rights-of-ways in Kentucky Hurricane Ike 2008, Subcontractor Uaison screening and coordinating qualified subcontractors for debris removal and disposal in Texas and l.illouisiana Hurricane Gustav 2008, Subcontractor Uaison screening and coordinating qualified subcontractors; Administrative support for debris removal, processing, and disposal in l.illouisiana Hurricane Dolly 2008, Subcontractor Ualson and administrative support for identifying and coordinating qualified subcontractors for debris removal, processing, and disposal operations Floods 2008, Subcontractor Uaison identifying and coordinating qualified subcontractors for debris removal due to Cedar River flooding in Iowa Military Stars, Orion International 2007-2008, Account Executive researching, identifying, and capturing of new clients providing opportunity for hiring of transitioning military personnel Centex Homes 2005-2007, Purchasing Agent managing contract negotiations for residential communities; Management of land developers, architects, and general contractors U.S. Army Corps of Engineers, Captain 1999-2005, Battalion l.illogistics/Supply Officer, Detachment Commander, Company Executive Officer, and Topographic Platoon l.illeader including operations oversight of all battalion-level logistics (2,000) soldiers; Management of availability of supplies, equipment, personnel, and transportation; Management of multi-million dollar support contrac;:ts in Baghdad, Iraq; Management of logistical requirements through Statement of Work (SOW's) for 5,000 soldier base camp in Baghdad, Iraq; Awarded Bronze Star Medal for her bravery and meritorious service with USACE. Tab 1 Project Management Team/Plan Page 5 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal SeNlces CERTIFICATIONS/TRAINING • Engineer-In-Training (EIT/FE): Registered in New York, 1999 • FEMA certified IS-10 • FEMA certified ICS-1 00 • FEMA certified IS-102 • FEMA certified IS-632 • FEMA certified NIMS IS-700 • USAGE CQM certified • Red Cross Disaster Services certified 9ames R. Reese, Jr., Health and Safety Officer Mr. Reese serves as a Health and Safety Officer for Ceres Environmental Services, Inc. Mr. Reese Is a safety management professional with U.S. and international field experience as well as strong credentials in business development and occupational safety analysis. Mr. Reese has managed over 3 million safe man-hours without lost time injury and 4.3 million safe man-hours without recordable incident. He is experienced at developing company safety programs and training programs for projects around the globe. Mr. Reese has a Master's degree In Safety and Environmental Management from West Virginia University and a Bachelor's degree from Fairmont State College. PROFESSIONAL EXPERIENCE • Senior Safety Manager, Fluor Corporation, LOG CAP IV T05, Afghanistan, 2009 to 2010. Key responsibilities included decision making responsibility relating to HSE issues, providing leadership to HSE professionals on projects, leading large-projects as required, and preparation of project proposals. • Senior Safety Manager, Fluor Corporation, ConocoPhillips Project at Wood River, IL 2008 to 2009. The project completed 1.5 million man hours without a lost time accident or recordable incident. • Senior Safety Manager, Fluor Corporation, Texas City, TX PS3B Project at BP October 2006 to 2008. Managed an HSE Department, implementing processes and systems to eliminate workplace hazards and serious injury. The project completed 2 million man hours without a Lost Time Accident and a million man hours without a Recordable Incident. • Safety Manager, Fluor Corporation, Greenville, SC 2000-2011. • Safety Director, William's/U.B. Services, Inc., Middletown, OH 1999-2000 • Labor Inspector Ill-Safety Consultant, West Virginia Division of Labor, Charleston, WV 1997- 1999. Provided professional safety consultation services to small and medium size employers. Focused on eliminating workplace hazards and improving safe behaviors. Conducted general industry and construction safety training. • Human Resource Recruiter, GMS Mine Repair & Maintenance, Oakland, MD 1997. Assisted in training of personnel to meet MSHA qualifications upon hire. Investigated accidents. • Outreach Counselor, Farm Resource Center (F.R.C.), Mound City, IL 1995-1996. Provided professional assistance to unemployed individuals suffering from stress, depression, or other health problems. Organized workshops and volunteers to assist communities in need. • Supply Motorman, P.T.M.I. Mine Service Incorporated, Morgantown, WV 1994 -1995. Maintained and delivered inventory of required supplies to all sections of underground mine. • Safety Officer, Greenstar Manufacturing, Inc., Chicago, IL 1993 -1994. Created policies regarding storage/disposal of chemicals approved by state, local, and OSHA standards. CERTIFICATIONS/TRAINING • World Safety Organization, Warrensburg MO, Certified Safety Executive, Certified Safety Manager, 2002 • Certified Construction Site Safety Technician • Certified in Hazard Control Management • Eagle Scout RE EU\'IPilfH1Etl1Al • • • • NCCER Safety Training Hazardous Material Shipping Adult CPR in First Aid 40 Hour HAZWOPER Training Tab 1 Project Management Team/Plan Page 6 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • OSHA 500 Train the Trainer- Construction Industry • Forklift Safety-Train the Trainer • MSHA Instructor-Train the Trainer • National Safety Council Defensive Driving Course -40 Hour • Hazardous Waste Handling Training • Environmental Training • Managing Construction Risk Riel< W. Adams, Health and Safet Officer • • • • • • Safety Certified Construction Supervisor Program Applied Welding Principles Principles of Ergonomics Machinery and Machine Guarding Standard Fall Arrest System OSHA Principles of Scaffolding 308 Mr. Adams serves as a Health and Safety Officer for Ceres Environmental Services, Inc. Mr. Adams has U.S. and international field experience as well as a long history of safety training and occupational safety analysis. Mr. Adams has a long record supervising safety for projects in many different fields and locations. Mr. Adams holds multiple safety certifications, is a certified nurse and EMT, and was honorably discharged from the U.S. Army after fourteen years of service. He is fluent in English and Spanish. PROFESSIONAL EXPERIENCE • Safety Supervisor Fluor Constructors; Inverness, Pensacola and Tallahassee, FL; 09/10 to 01/11. Conducted new-hire safety orientations at the Withlacoochee Technical Institute in Inverness, FL for all Citrus County, FL Qualified Community Responders (QCRs) for the BP Gulf Coast Recovery Project Supervised safety during beach clean-up operations at Fort Pickens, FL. Conducted general safety audits at the warehouse facility and lay-down yards in Tallahassee, FL. • Site Safety & Health Officer (SSHO) Ceres Environmental Munster Indiana and Des Moines, Iowa. 06/10 to 07/10. USACE Contract EM 385-1-1, Heavy construction of berms. Duties included observing site activities to ensure completion in accordance with the Accident Prevention Plan and the Site Safety and Health Plan. • Safety Lead Fluor Constructors, Roxana, Illinois, 11/ 08 to 06/10. Performed duties as Field Safety Lead, supervising seven field Area Safety Supervisors at the ConocoPhillips Wood River Refinery CORE Expansion Project. • Safety Manager General Electric/Granite Services, Tampa, FL, 2005-2008. Served in various safety capacities on projects located from Maine to Uruguay. Performed site safety audits, safety training and compliance with company procedures. Conducted weekly safety meetings and ensured compliance with project standards. • Safety Manager Titan Contracting and Leasing Inc., Owensboro, Kentucky, 1 0/05. OMU Miscellaneous plant and boiler repairs. Responsible for all permitting, i.e., confined space, hot work and area work. Conducted and documented daily Safety Meetings. • System Safety Coordinator Zachry Construction Corporation area office, Mt Carmel, Illinois, 09/04 to 09/05. System consisting of 12 Cinergy System Power Plant sites located in Illinois, Indiana, Ohio and Kentucky. Conducted new-hire orientations and employee training in a wide variety of areas, including OSHA Annual Awareness training. • Project Safety Manager National Boiler Services Inc, Trenton, Georgia 02/04 -09/04. Managed project safety during power plant and paper mill shutdowns. Project scopes ranging from extensive boiler repairs to demolition and replacement of pulverize units. • Safety Manager Titan Contracting and Leasing, Inc., Owensboro, Kentucky, 12/01 -11/03. Construction of three LM6000 40-megawatt simple-cycle power units (GE Norway Packages). Daily manpower 200+. Responsible for developing and implementing project-specific safety program, including emergency response procedures. Project expended approximately 90,000 man-hours with no days-away cases and no recordable injury cases. CERTIFICATIONS/TRAINING • 510 & 500 OSHA Construction Outreach Trainer# C0015606 • Construction Site Safety Technician (CSST) Instructor. National Certification and Registry • Academy of Health Sciences (Military Academy), Fort Sam Houston, Texas. Nursing • City Colleges of Chicago, Emergency Medical Technician ERE FUVIP NMENTI\t Tab 1 Project Management Team/Plan Page 7 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • Other safety training: Dupont STOP Course; Supervising Safety; Accident Investigation; Accident Reporting and Classification; Defensive Off-Road Driving; Drug and Alcohol Awareness; Shell Enhanced Safety Management; Respiratory Protection; Job Safety Analysis; Electrical Safety: Land Seismic Firefighting; Lockout Tag-Out and Confined Spaces; Crane Safety; Trenching and Excavations; Atmospheric Hydrocarbon Testing; Hazard Communication; Materials Handling; Fire Prevention; Industrial Hygiene; Substance Abuse; Rigging and Sling Safety; Sling Signals; Barricades; Process Safety Management; Scaffold Training; PPE and Fall Protection; Pre-Job Safety Planning; Inspections, Audits, Observations; and OSHA from the Contractors Prospective Matt Sharpe, Alternate Project Manager MANAGEMENT SUMMARY Mr. Sharpe has been involved in management and supervision of disaster recovery projects for more than 10 years. He has provided exemplary consulting services with various business clients improving profitability, operational efficiency and production, and exceeding customer/clients expectations. Mr. Sharpe has owned and operated two very successful disaster recovery organizations providing flawless and profitable contract completions. Mr. Sharpe has an Associate's Degree from Emmanuelle College, and continuing education in Account and Business Management from Gainesville Jr. College and Marketing from Georgia Southern University. PROFESSIONAL EXPERIENCE • Haiti Earthquake 2010, Provided project management and superv1s1on to Haiti recovery operations including site evaluations, contract review, and estimating. Demolition and debris removal specialist chosen by the Air Force to represent the military on the Tripartite Planning Group. • Ice Storms 2009, Project management and supervision of operations for County cleanup of Winter Ice Storm In Kentucky; Trimmed, loaded, and hauled vegetative debris from County maintained rights-of-ways, meeting the County's deadline for completion of work while maintaining high safety records • CEO, Natco, Inc., 2001-2009, General business management, marketing, procurement and negotiations of possible contracts, accounts and financials, purchase and sale of assets, client relations, on-site project management and contract completions. Manager on multiple contracts throughout the U.S. for debris removal, processing, and disposal of debris and reduction; Processing and transportation of debris; Supervision of daily production, daily work scheduling, and coordination of debris collection crews, quality control, and safety compliance. Worked for several contracts with the USACE and NC DOT. • Owner, Professional Project Management, LLC., 1999-2002, Acquired, managed, and closed various construction-based contracts. Operations oversight included bidding and negotiating contracts, locating and hiring sub-contractors, accounts receivable and payable, compliance with all legal and insurance requirements, purchasing, sales, and marketing. Held numerous contracts with individual real estate developers and governmental municipalities with average contract value of $2.5M • Assistant Store Manager, Walmart Corporation, 1991-1998, Supported and Managed store operations with gross sales in excess of $250M and 300 personnel. Oversight and management of purchasing, promotions and marketing, financials, budgets, loss prevention, scheduling, personnel, inventory, and customer service Stephen C. Black, Project Superintendent Mr. Black has extensive experience in hurricane recovery operations as a monitor and as a contractor. He has allocated and directed manpower and equipment in a cohesive manner to accomplish assigned tasks; interfaced with federal and local governmental entities; and can handle multiple tasks simultaneously. He has handled business development responsibilities to USACE and counties and municipalities. Patricia Macey, Site Manager ~ Ms. Macey has over 10 years of supervisory experience in the construction field including personnel and subcontractor management, agricultural recycling operations, debris management, yard waste processing, landfill restoration/cover, and new construction. Ms. Macey also has direct experience ER Eti\IIPON~ICNHd Tab 1 Project Management Team/Plan Page 8 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services operating heavy equipment and logging and grinding equipment. Her management duties as a Site Superintendent include: supervision of material receipts, production and sales; maintenance scheduling; crew and production scheduling; production operations; cost control and reduction; and enforcement of site safety requirements. Her experience managing debris removal operations for Hurricanes Frances, Jeanne, Katrina, Ike, Gustav, and the Ice Storm of 2009 in Kentucky makes Ms. Macey an invaluable resource to Ceres in performance of contract and emergency debris removal operations. Betsy Pease, Project Accountant Ms. Pease brings extensive accounting experience to her work as a project accountant on various contracts for Ceres. She is responsible for maintaining accounting procedures to ensure proper data tracking and correct invoicing to clients, as well as payment reconciliation with subcontractors. She oversees data entry and invoicing procedures during storm projects, as well as completing reconciliation of projects after work is accepted. Ms. Pease has completed accounting and business management coursework at Lewis and Clark College and the University of Alaska. Full resumes of these and additional staff available upon request; not included due to page limitation. 1.8 Project Planning Activities The following is a general discussion of Ceres Environmental Services, Inc.'s technical approach and understanding of the scope of work. It presents a brief overview of a severe storm based on information from Atlantic Beach. It also includes a timetable for response and recovery based on past Ceres experience and our standing disaster response plans. We also present four scenarios based on different disaster events that may impact your jurisdiction in order to illustrate our response to increasingly severe storms. Our Response to You Our record demonstrates that we stand ready to perform tasks of any size. In order to keep that record intact our preplanning is already underway for Atlantic Beach. As part of its response, Ceres has identified our office in Sarasota, Florida as a mobilization headquarters. Ceres' mobilization planning and localized subcontracting efforts are implemented to minimize lead times during an event and to keep subcontracting dollars local. Our approach to subcontracting is to work from the inside out. This means we are implementing pre-storm agreements with local resources first, to use them first. When the project expands or the need arises, Ceres adds other resources that are also under contract to us. Figure A Atlantic Beach, Florida Pooulallon IPl 13169 Households (H) 4390 Storm Category (C)=3 26 Vegetative (V)=Med 1.3 Commercial/Business (B)=Med 1.2 Storm Precipitation (S)=Med 1.3 Q= TotaiCY 231,458 Using the US Army Corps of Engineers debris estimating model, we forecast that a Hurricane impacting Atlantic Beach would generate approximately 231,000 cubic yards of debris. The details of that City of Atlantic Beach, Fl Category 3 Hurricane Forecast 231,458 Cubic Yards 100 .-----~-------------------- 80 +-,-~~~------------------ Figure B calculation are shown in Figure A. Based on our experience on successful past efforts, Ceres projected a mobilization plan that would accomplish the hauling of all generated debris In a customer-friendly, orderly, and timely manner. Our mobilization plan, based on the 60 ~r---~-------------------- 40 ++------~=-~~------------ 20 ~------~------~~~------ -Forecasted# oftrucks per day hypothetical scenario, would require l 4 7 10 13 16 19 22 25 28 31 34 37 40 approximately 80 trucks to be operational on day 4 of the work. Figure B shows projected number Tab 1 Project Management Team/Plan Page 9 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services of days and the number of trucks per day to accomplish the debris removal operation In your City. Actual performance would vary based on the storm and may include delays due to bad weather. Over half of the debris generated will be picked up within the first 12 days, as indicated by the dashed line in Figure B. As projected, Ceres would complete debris collection, reduction, ticket reconciliation and invoicing In 70 days. This illustrates the type of planning that Ceres performs prior to landfall, as we prepare to respond to a potential task order. In addition to this projection, we include four other scenarios accompanied by charts and graphs showing actual Ceres production quantities from similar sized events. Potential Scenarios Ceres is expert in quick-response service, as evidenced in a letter from the Superintendant of Public Works of Elizabethtown, Kentucky following a storm debris removal project: " ... Your representatives and employees were cooperative and responsive to our suggestions and requests regarding the progress of the cleanup. Our town was cleaned up in an amazingly short time and our residents were very thankful." Ceres is accomplished in all aspects of the work described in the RFP. Some of those tasks are performed in every project, while other activities are performed only in worst case scenarios. Whether Ceres is tasked with the smallest event or the most catastrophic, Ceres has performed a similar-sized project. As the severity of an event increases, the physical scope of work of a project will grow. A major event will require a wider variety of services, and it will also require a more complex response with a corresponding higher level of management attention. All projects will require some basic services including debris loading and hauling. The physical actions of loading debris, cutting trees, hauling debris, reducing debris, managing and closing out a site are similar on small and large events. The larger events also may require additional services including life support (water, ice, food), and as mentioned, the logistics and management abilities required on a larger event are at a higher level. Ceres is qualified to handle all events, large and small, as shown by our successful operations in each of the 84 FEMA-reimbursed projects we have managed, whether Ceres handled over 13 million cubic yards of debris or less than 10,000 cubic yards of debris. The estimated cubic yards listed below are general estimates, and are for debris in Atlantic Beach only (although the total regional storm-generated debris would be higher). Likewise, projected equipment usage is given as a general estimate. Graphical displays of approximated past performance on similar sized projects are given as a reference. Production rates in an event in Atlantic Beach will vary depending on the actual storm event and physical conditions, and also depending on the City's wishes, which may relate to how quickly residents can bring material out of their yards to the curbside. Generally, Ceres has the capacity to perform more rapidly than is preferred by the local government. Event Type: 1 Spot Jobs -Localized Ceres Headquarters Office location: Sarasota, Florida with mobile Atlantic Beach office Number of TDSR Sites: Maximum of 1, no reduction location of TDSR Sites: To be determined Size of TDSR Sites: 1 acre or more Type of Hauling Equipment: Knuckleboom self-loading trucks, dump trucks/trailers Total Expected Cubic Yards of Debris: less than 10,000 CY Quantity of Hauling Equipment: Ten trucks or less Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 100% in 24 hours Expected Management and Supervision Staff: 1 project manager, 1 or 2 foremen, 1 project accountant Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide one or more crews consisting of a chain saw crew with flaggers and self loading knuckleboom trucks. A bobcat type loader may also be used. The crew would be supervised by a foreman who would interface with the City field representative, and a Ceres project manager would supervise the foreman and interface with the City ERE flfVIPOUME~TIIt Tab 1 Project Management Team/Plan Page 10 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres' expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. Ceres will haul the debris to a TDSR site where it will be reduced by compaction ("walking" on the debris ll; Collier County 8,9:ZOCV ~uled 10Pevs for four years on FEMA-reimbursed projects. with tracked heavy equipment) and then transfer it to a recycling yard for grinding and conversion to mulch for recycling, or other method acceptable to the City. Administration: All trucks would be placarded and certified by Ceres and City . personnel, and each load would be ticketed by a City-authorized monitor. All --c• loads will pass under an inspection tower and will be "scaled" or "called" by a City- authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used Daily reports will be Issued by Ceres stating the amounts of debris hauled the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, shall make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. EventType:2 Small Event-Widespread or City-wide Ceres Headquarters Office Location: Sarasota, Florida with mobile Atlantic Beach office Number of TDSR Sites: up to 1 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 10 acres Type of Hauling Equipment: Self-loading knuckleboom trucks, dump trucks/trailers Total Expected Cubic Yards of Debris: up to 30,000 CY Quantity of Hauling Equipment: up to 3 crews with a total of up to 12 trucks and 2 bobcats Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 100% in 24 hours Expected Management and Supervision Staff: 1 project manager, 1 superintendent, 1 foreman, 1 project accountant Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide two or three crews consisting of self loading knuckleboom trucks with flaggers and chain saw operators. Bobcat type loaders would likely be used to forward material into larger piles for efficient pickup by self loading knuckleboom trucks. Each crew would be supervised by a lead man, and all crews would be supervised by a superintendent who would interface with the City field representative. A Temporary Debris Storage and Reduction Site (TDSRS) will be established, a Ceres site manager will be installed who will manage the site operations, which would likely include a dozer, an excavator with grapple, a tub grinder or air curtain Incinerator and dump trucks to haul out reduced debris (ash or Jooo wood chips). A Ceres project manager would 2soo supervise the superintendent and TDSRS site 1000 manager, and will supervise site restoration. IWO The Ceres project manager will also interface •ooo . with the City administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres' expert FEMA reimbursement staff would be available to 5(1(1 Smithfield, VA 2C>,liJOCY H11uled 71 Days Tab 1 Project Management Team/Plan Page 11 of40 '------------------------------· City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services assist further with FEMA reimbursement issues. Ceres will haul the debris to a TDSR site where it will be reduced by grinding and then transferred by "live floor" or "walking floor" trucks with approximately 90 cubic yard capacity to a recycling yard for grinding and conversion to mulch for recycling, or other method acceptable to the City. Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an inspection tower and will be "scaled" or "called" by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for four years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the City's prior approval, shall make available updates to citizens through internet access, Including information on which areas have been cleared, and the proposed schedule for future clearing of debris. EventType:3 Significant Event-Removal, Reduction, Hauling-Woody Debris Only-Widespread or City-wide Ceres Headquarters Office Location: Sarasota, Florida with mobile Atlantic Beach office Number of TDSR Sites: 2 or 3 Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 15 acres Type of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, other Total Expected Cubic Yards of Debris: up to 400,000 CY Quantity of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, approximately 8 crews with approximately 46 trucks total. Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 50% in 24 hours, 100% in 48 hours Expected Management and Supervision Staff: General Management: 1 project manager, 1 site superintendent, 1 project superintendent, 2 foremen, 1 quality control officer, 1 administrator, 1 clerk, 1 subcontracting officer, 1 safety and health officer; plus Expected Personnel per TDSR Site: 1 TDSR Site Manager, 1 foreman with truck and cell phone, 1 assistant foreman, 5 to 8 heavy equipment operators, 2 to 4 flaggers for traffic control, 1 to 5 additional laborers for segregation and other material handling Methodology for Scheduling and Routing the Removal of Debris: Ceres would provide several crews consisting of trucks, loaders, chain saw operators, and flaggers. Trucks and loading equipment would be provided with each crew, including self-loading knuckleboom trucks and other loading and hauling equipment. Bobcat type loaders would likely be used to forward material into larger piles for efficient pickup by self loading knuckleboom trucks. Each crew would be supervised by a lead man, and each crew would be supervised by a foreman who would report to the Ceres superintendent who would interface with the City field representative. A Ceres site manager will be installed who will manage the TDSR site operations, which would likely include a tub grinder or air curtain incinerator, a dozer, an ·------------·------· ----· ----_____ ,. ---------excavator with grapple and dump We~t Palm Beach, FL 40S,ZOO cv Hauled trucks to load out. A Ceres project 114 Days manager would supervise the _.,OQri)DO 210000\l superintendent and TDSRS site manager, and will supervise site restoration. The Ceres project manager will also interface with the City administrators to assist with --<> FEMA reimbursement including writing the Project Worksheet. Ceres' expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement issues. Administration: All trucks would be ~l·•.fl(>O-c lo>.Mo,,.,.. III'>.I>P..... unnw. placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an '-------------------------- Tab 1 Project Management Team/Plan Page 12 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services inspection tower and will be "scaled" or "called" by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use its proprietary load ticket software that has been successfully used for four years on FEMA- reimbursed projects. Daily reports will be issued by Ceres stating the amounts of debris hauled, the types of debris, and the zones from which the debris originated. Additional information will be provided by Ceres as requested by the City. Ceres, with the prior approval of the City, shall make available updates to citizens through internet access, including information on which areas have been cleared, and the proposed schedule for future clearing of debris. EventType:4 Significant Event-Removal, Reduction, Hauling, and Separating-Mixed Debris -Widespread or City-wide Ceres Headquarters Office Location: Sarasota, Florida with mobile Atlantic Beach office Number of TDSR Sites: 3 to 5 · Location of TDSR Sites: To be determined Size of TDSR Sites: 5 to 20 acres Type of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers Total Expected Cubic Yards of Debris: up to 775,000 CY Quantity of Hauling Equipment: Self loading knuckleboom trucks, dump trucks/trailers, approximately 12 crews with approximately 63 trucks Time elapsed from Notice to Proceed to first arrival onsite of equipment: 1 hour Time elapsed from Notice to Proceed to complete mobilization: 50% In 24 hours, 100% in 48 hours Expected Management and Supervision Staff: General Management: 1 project manager, 1 site superintendent(s), 1 project superintendent, 3 zone managers, 5 foremen, 1 administrator, 1 accountant, 1 quality control officer, 1 clerk, 1 subcontracting officer, 1 safety and health officer, 1 public relations officer; plus Expected Personnel • per TDSR Site: 1 TDSR Site Kansas City, MO Manager, 1 foreman with truck and &67 ,340 cv Hauled cell phone, 1 assistant foreman, 5 to 143 Days 8 heavy equipment operators, 2 to 4 125000 First Pass . ~QOIXI flaggers for traffic control, 1 to 5 li!.Ooo additional laborers for segregation 30000 , and other material handling asooo - Methodology for Scheduling and 20000 • Routing the Removal of Debris: Isooo Ceres would provide several crews tMM f k 5000 consisting o true s, loaders, chain 0 saw operators, and flaggers. Trucks and loading equipment would be provided with each crew, including self-loading knuckleboom trucks and -C'I other loading and hauling equipment. Bobcat type loaders would likely be used to forward material into larger piles for efficient pickup by knuckleboom self loading trucks. Each crew would be supervised by a lead man, and each crew would be supervised by a foreman who would report to the Ceres superintendent who would interface with the City field representative. A Ceres site manager will be installed who will manage the TDSR site operations, which would likely include a tub grinder or air curtain Incinerator, a dozer, an excavator with grapple and dump trucks to load out. A Ceres project manager would supervise the superintendent and TDSRS site manager, and will supervise site restoration. The Ceres project manager will also interface with the City administrators to assist with FEMA reimbursement including writing the Project Worksheet. Ceres' expert FEMA reimbursement staff would be available to assist further with FEMA reimbursement Issues. The project manager together with the project superintendent would interface daily with City representatives to review the previous day's progress and would assign streets and geographic territories to crews based on previous progress and input from City representatives. Tab 1 Project Management Team/Plan Page 13 of40 City of Atlantic Beach RFP 11 -04 Di saster Debris Removal Services Administration: All trucks would be placarded and certified by Ceres and City personnel, and each load would be ticketed by a City-authorized monitor. All loads will pass under an Inspection tower and will be "scaled" or "called " by a City-authorized monitor and the load call will be recorded on the load ticket. Ceres will use Its proprietary load ticket software that has been successfully used for four years on FEMA- relmbursed projects . Daily reports will be Issued by Ceres staling the amounts of debris hauled, th e types of debris, and the zones from which the debris originated. Additional Information wil l be provided by Ceres as requested by th e City. Ceres, with the City's prior approval, shall make available updates to citizens through Internet access, Including Information on which areas have been cleared , and the proposed schedule for future clearing of debris . Project Timellne The following describes the typical workflow between Ceres and the City of Atlantic Beach once a con tract award has been received until Ceres responds to a storm . Projected Storm Preparation and Response Table Figures are based on the projected storm event In Figures A and B above, and will vary depending on the particulars of the storm, local conditions and City direction. Generally, the speed of debris removal /s bas ed on the abllit of the urisdlctlon and Its citizens to move debris to the rl ht of we . Today We are at work at Ceres so that we can respond rapidly and successfully to an event In Atlantic Beach . We are zone mapping, doing localized resourclng, and negotiatin g subcontractor agreements. Ceres has letters of Intent from local subcontractors and is pursuing additional pre-arranged agreements with more local subcontractors and vendors. Being proactive In our pre-event planning allows us to give maximum attention to Atlantic Beach when the day comes for a disaster res onse. Upon contract award and at the City's request, we schedule a personal visit by a Ceres Project Manager. The purpose of this visit Is the personal Introducti on of th e key members of Contract Award each party's team, d isc ussion of the planning , training, and disaster response preparednes s needs of the City. During an event, a Project Manager will be assigned only to Atlantic Beach and will be available to the City 24 hours per day, 7 da s erweek. If Included In the contrac~ Ceres will provide training to designated City personnel as agreed . The company also continues Its Pre Event planning as It reviews local Planning and subcontracts, makes plan changes as necessary and keeps Training an eye on the weather. Typically, Ceres monitors the National Weather Service forecasts and several subscription services to kee us aware of tro leal storms and hurricanes. When a storm in your area Is Imminent, Ceres takes action quickly so that road clearance and debris removal operations Day 0-3: Pre-can begin as soon as the storm subsides. At your requ est, If storm Mobilization conditions permit, your Ceres Project Manager, or oth er Ceres professional , will join Atlantic Beach personnel In th e EOC and hel re are for storm lm act and re cove . Once the Immediate threats are past, the on-site Project Day O: Landfall Manager will work directly with City officials as we begin our d isaster response efforts. Our pre-arranged subcontractors will be In read in e ui ment for re istratlon. Tab 1 Project Manag ement Team/Plan Page 14 of40 City of Atlantic Beach RFP 11 -04 Disaster Debris Removal Services The Ceres Project Manager ensure D 0+1. C t and being met In order of priority. Local subcontractors and ay · u equipment will begin any necessary road clearance Push operations and will begin staging efforts for right-of-way Day 0+4: Fully Operational Day 0+15: First Pass Complete Day 0+28: Second Pass Complete Day 0+40: Final Pass Complete Day 0+50: Site Reclamation Day 0+60: Ticket Reconciliation Alert Phase debris removal. Ceres will assist Atlantic Beach on an as-requested, as- needed basis to ensure that records are kept and maintained """mu• maximum allowable reimbursement to the Based upon a 80 trucks will be on site for hauling operations by this time . The necessary trucks will be In place to continue debris removal In an orderly fashion. Local subcontractors will be deployed to the ma><lmum extent possible and the Ceres debris removal this the majority of debris generated and on the ROW pickup will be picked up within the first 12 days. At the end of the first pass of debris removal time would be allowed for residents to bring additional debris to the curbside. Crews would begin ramping up to start the second pass. Additional tasks, such as hazardous tree removal, hazardous stump removal, and other similar scopes of work may be co the field work, on an as-requested, as-needed basis to ensure maximum allowable rei mbursement. Selected Ceres team members are subscribed to special weather advisories from several different sources. We are aware of the weather. Alert 1: and Category I & II Hurricanes When a Category I or II Hurricane's ''Cone of Influence" of Projected Impact Area associated with the 3- day forecast, begins to touch the coastline, the Project Manager assigned to the contract will commence Alert 1 activities. Alert 1 activity Includes, but is not limited to: Tab 1 Proj ect Management Team/Plan Page15of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • Calling the previously identified representatives of Atlantic Beach, and exchanging the most up- to-date contact information each has with the other. • Activating Ceres notification procedures for all subcontractors -operations and administrative services. • Contacting and overseeing preparations to make the Project Advance Team ready to deploy. • Assigning a Project Logistics Coordinator to make use of all services possible: including, but not limited to: hotels/motels, gasoline and diesel fuel, catering/restaurants, laundry services, emergency medical services, vehicle and equipment repair shops, and other disaster response and life support services. • Confirming the availability of emergency road clearing crews and equipment, and as local conditions dictate, dispatch them to a secure, pre-positioning site near or within the City's boundaries. Alert 2: Category Ill, IV, or V Hurricane The same functions are performed as during Alert 1 activity, but they start when the 5-day "Cone of Influence" of Projected Impact Area begins to focus on the City's geographic area. Alert 3: All Other Sudden Impact Events Sudden Impact Events include ice storms, tornados, man-made, technological events, and terrorist activities. These events do not allow for a forecast or pre-positioning the Project Advance Team. Ceres pledges to the City to have a representative physically present within 12 hours of notification to respond to Sudden Impact Events. Pre-Landfall Activities Ceres Representative (Early Rep): Ceres will provide, at the City's request, a representative prior to hurricane landfall. When a disaster threatens, Ceres is pleased to provide to Atlantic Beach one or more representatives to be present at the Emergency Operations Center prior to landfall. The Early Rep will interface with City personnel and provide Ceres management with on-the-ground reports regarding local conditions. Equipment pre-staging: Prior to landfall, Ceres equipment will be pre-staged at the closest mobilization point and contract administration headquarters. Additionally, our principal subcontractors will have equipment available in or near the City's location. In this manner, Ceres will have sufficient equipment to immediately start the initial push when weather permits, and have sufficient equipment to begin the load and haul as soon as possible. Project Advance Team The project team, consisting of the Project Manager and selected Project Administrative Staff and Field Management personnel, will be on-site within 12 hours following notification by the City prior to, or immediately following, storm impact. The project staff may include management representatives from health and safety, quality control, accounting, subcontract administration, logistics, and field management, depending on the size of the event. As soon as practicable, the advance team will compile an initial damage assessment. Personnel sufficient to round out the project administrative staff, its support function, and operations management, will arrive within 24 hours of notification. Once on-site, the Project Manager will be physically capable of responding to the City Representative within one (1) hour of notification. If requested by the City, the logistics support team will provide and distribute ice, water, food, temporary utilities, sanitary facilities, temporary housing, and any additional services as specified in the agreement between Ceres and the City. During the Preparation/Planning Phase, vendors within and adjacent to the region will be identified and contingency contracts established for the provision of gasoline and diesel fuel, Ice, water, food, sanitation, temporary housing, and other services. If during the Preparation/Planning Phase, local vendors are not available, Ceres will arrange to provide the services from other qualified and registered sources. Emergency Road Clearing-Cutting and Pushing Public Right of Ways When emergency road clearing is required, separate crews will be allocated and will be available within hours following an event. Ceres typically mobilizes this equipment pre-event based on weather forecasts. Cut and Push Crews will be prepared to work 24-hour shifts (with rotating personnel). E E fhi,'IPONMENTJ\l Tab 1 Project Management Team/Plan Page 16 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services Cut and Push Crew typical configuration Is: • One front-end loader 4/1 bucket (or equivalent) with experienced and qualified operator • Up to two transport trucks approximately 30 cubic yards with operator(s) • Two laborers with chain saws and rakes • Two flag persons • One Bucket Truck with an experienced operator or climber (optional based on need) • One Foreman with cell phone and pickup The number of Cut and Push Crews will be determined by the City. Ceres owns eight (8) wheel loaders (with appropriate grapple attachments) and has additional subcontractor supplied pushing equipment. Ground personnel will be supplied with sufficient types and quantities of tools and materials to effectively push the debris to the roadside to clear routes for emergency traffic. In the event debris cannot be pushed aside, it will be loaded in trucks and transported to nearby off-street locations for temporary dumping, to be picked up later by the normal debris clearing crews. When each assignment is complete, Ceres' crews will contact the City's dispatcher to obtain authorization to proceed to the next assignment. Debris Collection Crews will be dispatched to begin work within two days, and according to the City's priorities and the removal schedule adopted in coordination with the City representative. At the direction of the Ceres field supervisor each assigned debris removal crew will service each assigned road or right of way. Daily meetings shall be conducted at 7:00AM between the City and Ceres. Zones and Sections shall be identified and prioritized. Progress shall be updated and reported to the City at the close of business each day. Additional passes shall be conducted prior to project completion in agreement with the City or per contractual requirements, to ensure adequate time has been scheduled for residents to move their debris into the right of way. A typical crew shall be comprised of: • One Knuckleboom Loader (or one 4-cubic yard wheel loader with grapple) • One Bobcat with grapple • Two laborers with chain saws and rakes • Two flag persons • One Foreman with cell phone and pickup truck (one foreman/ three crews) • GPS Tracking and Navigation Aids 11 Three hauling trucks or trailers (30 -50 cubic yards). Additional/large capacity trucks may be added for longer hauls. First preference will be given to hauling vehicles best suited to local conditions. Knuckleboom self loaders are efficient, but in areas with narrow streets or limited overhead clearance, they are too large to be effective. In tight areas, pickup trucks with dumping trailers minimize traffic disruption and potential damage. Crew and overall debris collection production will be monitored on a dally basis. The Project Manager will alter crew composition and overall number of crews as necessary. Self Loaders may work singly or in conjunction with dump trucks. In accordance with FEMA guidelines, hand-loading will not be allowed or tolerated in any circumstance. Ceres owns eleven Self Loaders (Knucklebooms) and has access to many more through our subcontractors. A minimum of one Hot Spot Crew will be assembled for each zone during this project. The crew(s) will commence operations within 24 hours of the notice to proceed. The typical crew will consist of: • One Knuckleboom or self-loader • Three Laborers (one sawyer and two Flagmen) Work zones will move as the debris is cleaned up from the streets and boulevards. When the work zone is located on or near a heavily traveled roadway, it will require additional flag persons, additional signage, and/or assistance from local law enforcement agencies. The crew foreman will monitor the work zone and all other aspects of crew operation. Tab 1 Project Management Team/Plan Page 17 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Remov al Services Subcontracting To Firms within the Area of the Project Ceres mai ntains one of the Indu stry's largest networks of pre -screened and fully qualifie d subcontractors, In cluding loca l vendors and preferred vendors. Our subcontractors ar e evaluated on many levels, Including past performance, equipment an d personnel ava ilability, mobilizatio n tlmeframes, Insu ranc e, and cost. Ceres knows t hat a big part of local recovery Is economic, so Ceres always strives to employ qualified fo ca l labor. The sub contractors are also grouped In Response Regions ba sed on distan ce f rom Atlantic Beach's serv ice area In order to facilitate contacts If and when pre-event mobilization plans are activated. It Is the Intention, policy and practice of Ceres to util ize local subcon tract services In the pe rformance of the proposed contract to th e maximum extent possible as consistent, within th e requirements of the Stafford Act, Sec. 307, Use of Local Firms and Individuals (42 U.S.C . 5150), the prime contract and sound busi ness practices and manag eme nt policies . In General -In th e expenditure of Federal fund s for d ebri s clearance, distribution of supplies, recon st ru ction, and other major disaster or emerg ency assistan ce activities which may be carried o ut by contract or agreement with private organizations , firms, or Individuals, preference shall be given, to the extent feasible and practicable, to those organizatio ns , firms, and Individuals re siding or doin g business primarily In th e area affected by such major disaste r or emergency. We recognize th e advantages obtainable by utiliz ing other responsible and experienced firms who are capable of furnishing specialty services and products of hig h quality. First priority will be given to tho se subcontractors who are from or do business in the s urrounding area. A separate program s hall be Included for local contractors and HBCU/Mis that do not necessarily have goals established under the contract requi rements. Ceres' Internal subcontractor d atabases, on-line databases, online lo ca l business directories, and local government offices w il l be used to identify contrac tors In the Immediate area. This Is th e process used quite successfully by Ceres on pr evious projects. Th e search and Identification will validate th e speed and performance level to mobilize contractors on site and begin th e physical work. Our Internal su bcontractor database Includes subcontractors who have expressed an Interest In or assisted our firm in the successful completion of emergen cy respo nse con tracts . All efforts will be made to also procure supp lies, materials and labor from local vendors . In Ceres' subcontractor registration process, all potential firms are req uired to demonstrate th eir knowledge of the disas ter recovery process, Incl ud ing safety, knowledge of FEMA related topics, eligible debris, etc. After carefu l scrutiny, th e firms that meet Ceres' rigo ro us standards are added to the list of preferred subco ntracto rs. Additionally, after each disaster recovery project, Ceres managers go through a complete performance evaluation of eac h subcontractor th at worked on the project. All subcontractors have been screened through the Excluded Parties List System and only those shown to have no history on th e list will be chosen for this project. Potential Subcontractors Category Key : SB = Small Business; WOSB = W oman-Owned Small Business; VO = Veteran-Owned Small Business; SDVO = Service Disabled Veteran Owned Smail Business ; 8a :: Currently 8a Certified; SOB = Small Di sadva ntaged Bu s iness; HUB = HUB Certified Tab 1 Project M anagement Team/Pla n Page 18 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services eomp~an~r City State Certs Florida Limdrm1rk &ASsoc. Inc, Jacksonville·· FL SB . Gil R Dun Lawn Maintenance Inc. Jacksonville FL SB, WOSB Hernan Truckina JaC:ksohvllle FL SB,SDB His House Construction Services Jacksonville FL SB M.Y. Contractors Jacksonville FL WOSB, HUB, SOB Moody's Roii-Offs & Cleanup, Inc. Jacksonville FL WOSB Mulch plus Jacksonville FL SB North Jax Builders Inc. Jacksonville FL SB, SOB Northside Mulch & stone LLC Jacksonville FL SB, WOSB Ocean Electrical Co Inc Jacksonville FL SB Onas Corporation Jacksonville FL SOB Peooertree ManaQement, LLC Jacksonville -FL SB, WOSB Quality Electrical Service Inc Jacksonville FL SOB Robert 0. Young Jacksonville FL vo Sasscer Lawn Care Jacksonville FL WOSB Southern Development Corp Jacksonville FL SB Slrioe Industries Inc Jacksonville FL WOSB Sun Coast Communication Service Jacksonville FL SB Sun State Disposal and RecvclinQ, Inc. Jacksonville FL Total Site and Recovery Services, LLC Jacksonville FL Documenting and Resolving Damages Ceres Environmental Services, Inc. will repair any damages caused by equipment or personnel in performance of Recovery Assistance efforts for the City of Atlantic Beach. Work areas will be returned to their original condition. Large phone and e-mail traffic from concerned residents are a part of every natural disaster. Ceres maintains a toll free Storm Hotline that is staffed and accessible 24 hours a day, 7 days a week to handle questions, concerns or complaints related to clean-up: 1-877-STORM12. The number is prominently displayed on all Ceres equipment working the clean-up area. Ceres monitors call and e-mail volume, and establishes additional toll free numbers and enlists additional staff whenever greater capacity is required to ensure maximum community responsiveness. This group compiles all incoming resident communications and organizes them into date/time of receipt and response priorities. Trained Ceres account executives sort through messages and identify time- sensitive incidents such as broken water lines, which would receive Immediate attention. Each account executive Identifies all the pertinent information, investigates the reported incident, and ultimately locates the responsible crew if fault is found. Reports from this database will be accessible daily or weekly and can be disbursed to City or County officials accordingly. Subcontractors will be given a 48-hour time period to settle their damages. If the sub fails to repair the damage, Ceres will immediately make the repairs and back-charge the respective sub. The sub may also be subject to temporary shutdown of their crews and/or termination of the subcontract. Quality Control Ceres will develop a Contractor Quality Control Plan (CQC) with the intent to describe the elements of anticipated work, methods to establish and maintain an Inspection system that will ensure performance of the work in conformance to the requirements of the contract and a specific task order. Prior to the development of any project-specific QC system, the contract specifications are carefully reviewed to ensure the QC system implemented will meet the related requirements. Fundamental to the CQC Is the understanding by Ceres that: 1. Authorized agency personnel have the right, at periodic intervals on the job, to inspect and test all services called for by the contract in order to determine performance quality and contractual compliance. 2. Ceres must furnish agency representatives with reasonable facilities and assistance for the safe and convenient performance of such inspections, and Tab 1 Project Management Team/Plan Page 19 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services 3. If Ceres does not promptly perform services and/or take necessary actions to conform to contract requirements, the agency may perform said services and charge Ceres or terminate the contract for default. Daily Contractor Production and Quality Control reports are completed and available the following work morning to the client or other designated authority. Original reports are maintained in the Mobile Command Center and daily reconciliation reports are generated to verify Information reported on load tickets to information reported on daily production reports. The Project Manager and Project QC Manager monitor information contained in the Daily Quality Control reports to ensure project activities conform to contractual requirements and that an acceptable level of project quality and workmanship is provided to the client. All records, certifications, and reports are converted into digital documents that are stored securely off-site on Ceres computer servers and are available to management and other project personnel on a need to know basis. Formalized quality control procedures are applied to each project to ensure documentation procedures are properly and fully implemented and to ensure conformance to project specifications. All Ceres employees, subcontractors, and suppliers are subject to the provisions of the QC Program. For each project, a Quality Control Plan is specifically developed to detail the QC organization, individual responsibilities, monitoring procedures of activities and subcontractor activities, documentation requirements for Ceres personnel and all subcontractors, control phases or procedures, and identification and correction procedures for non-conforming activities. The remedies for non-conformance include termination. Exceptional quality control of each project promotes efficiency and avoids investigation and other potential losses. Contractor Mobile Command Center The Emergency Operations Temporary Project Office and Primary Debris Collection/Debris Processing Equipment are staged in Bonifay, FL, and Houston, TX. Annual heavy equipment hauling permits are maintained for Ceres' eight heavy equipment haulers consisting of semi tractors with lowboy trailers, enabling a quick response. The temporary facilities and Ceres-owned disaster response equipment is expected to arrive within 12 hours of notice to proceed by the City. The Emergency Operations Temporary Project Office comes equipped with general support equipment such as telecommunications (satellite telephone, radio, cellular phone, or land lines), fax copier, computer network, file cabinets, and general office supplies. The Project Manager, Project Administrative Personnel, Field Manager, Debris Collection and Site Management Crew, and designated City representatives shall be provided with a proprietary communication link in the event conventional communications are interrupted. The Emergency Operations Temporary Project Office will be of sufficient size to provide support to the Project Manager, project administrative and support staff, and debris collection and site managers. A separate 10' x 20' office within the same facility equipped with general support equipment can be provided to the City. Satellite Communications Ceres knows that immediate communications are critical to an effective response to disaster. We maintain an account with a satellite communications company and maintain satellite handsets for our managers and to provide to our customers as "loaner phones" until standard cell phone service is back on line. Ceres also purchased and uses a system of internet access using two satellite dishes, which when wired together provide high-speed internet access roughly equivalent to a T-11ine. When powered by a portable generator, our management and our Mobile Command Center users have local and world-wide communication tools to support our high service level. Life Support and Fuel Supplies Ceres comes to the project self-sufficient and ready to help in many ways, including the provision of basic necessities. Due to the uncertain nature of room and board, Ceres mobilizes with life support for our crews and for some subcontractors. Additionally, if Atlantic Beach seeks assistance In provision of basic needs of ERE CHVIPOUH£NTAL Followiflg the landfall ofHunjqane Katrina, Ceres' crews arrived witt/ their.own /lousing (travel trailers and RVs). Weproceeded.to s1,.1pp/y life support oftemporary/odglng, meals, showers, anr.:J.bathrooms to 400 people. We are afso capable of providing onsite fuel delivery for both the fleet ofCeres owned equipment and our subcontractors, as well as Glient fleets. Tab 1 Project Management Team/Plan Page 20 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services water, food, shelter, and Ice, Ceres can supply these services, as we have done in the past in other locations. TDSRS Construction Tlmeline Each designated Debris Site Manager will commence construction of their respective TDSRS within 24 hours of notification. TDSRSs will be fully operational within 48-72 hours of Notice to Proceed. The Project Logistics Manager is responsible for ensuring gravel for access and internal haul roads and dump pads, prefabricated inspection tower kits, erosion control materials such as silt fence, straw bales, coir fiber, and geo-membrane liners for hazardous waste containment areas are available on site within 24 hours of notification. Additionally, portable truck scales may also be requested at the direction of the City. Temporary Debris Storage and Reduction Sites (TDSRS) Ceres will utilize the TDSRS identified by the City. In the event that additional sites are required, Ceres will work closely with the City to secure leasing agreements and permitting for additional facilities. The state or local environmental authority would be notified and the required information submitted by Ceres. Ceres will provide sufficient equipment and personnel to process, by burning (if allowable) or grinding, a minimum of 210 and up to 500 cubic yards of debris per hour per crew. Each TDSRS would generally include the following equipment: • One Grinder, either horizontal or tub (depending upon needs/specs), and/or Air Curtain Incinerator • Two Backhoes with grapples • One Wheel Loader with rake • One Wheel Loader with a light materials bucket for loading mulch • One Maintenance Truck • One Water Truck • One Road Grader (optional) • One Inspection Tower • One Hazardous Materials Containment Area • One Foreman with cell phone During work for the USAGE in Louisiana after Hurricane Katrina, we performed debris removal operations in 11 Parishes, and operated 54 TDSRS!final disposal sites, simultaneously. • Four walking floor trucks (120cubic yards) for hauling mulch • Additional Equipment as determined by the Contract and Site Manager One operator will be assigned site maintenance duties and will operate the Motor Grader, Water Truck, and Low-bed Trailer. This operator's primary duty is to ensure use of the roads by the dump trucks, and maintain dust and fire control. The Loader with blade will have intermittent general site maintenance duties and will keep areas around the burn pits, ash storage, and grinding areas clean. Ceres will construct a hazardous materials containment area at each TDSRS measuring approximately 30' x 30'. Typically, the perimeter will be lined with hay bales and staked in place. The area will be lined with heavy gauge plastic (1 0 mil or greater) to provide a waterproof barrier. A plastic cover (1 0 mil or greater) will be used to prevent rain from entering the containment area. Site run-off is redirected away from the containment area by site grading. Hazardous materials that are encountered during clean up operations shall be staged in this area. Such materials shall be properly disposed of in a timely manner. Inspection TDSRS will be the point of Inspection and load volume estimation by the City or their designated representative. Inspection towers will be used to observe and record all trucks entering and leaving the TDSRS and document their loads. The tower shall be 1 0 feet above the existing ground elevation, with a wooden handrail and steps to provide access and constructed of pressure treated lumber. The floor area shall be 8'x8', constructed of 2'x8' joists, 16" O.C. with ~ .. plywood supported by four 6"x6" posts. The perimeter of the floor area shall be protected by a 4' high wall constructed of 2'x4" studs and W plywood. The entire floor area shall be covered with a corrugated tin roof. The roof will provide minimum 6' 6" headroom below the support beams. The inspection tower shall be large enough to adequately accommodate a minimum of three people simultaneously. City Monitors/Inspectors will inspect each load to verify that: • The truck has been pre-approved and measured. Tab 1 Project Management Team/Plan Page 21 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • The load is eligible. • The 'percentage filled to' figure is determined and noted on each individual load ticket. The Monitor shall determine the capacity of the truck and estimated load volume (percent capacity), and evaluate the load for contaminants requiring segregation. The Monitor shall instruct the driver regarding the appropriate dump location at the site and will verify the truck is completely empty following dumping. The Monitor shall complete the load ticket presented for each load delivered to the site. After inspection, the material will be forwarded to the tipping area supported by a wheel loader with rake and laborers. The laborers will inspect the debris and remove any contaminants. Contaminants that are hazardous will be handled bythe Hazardous Toxic Waste Specialist, staged in the Hazmat containment area, and disposed of in accordance with federal, state, and local requirements. Other contaminants, such as metal, will be segregated accordingly. Material Segregation Due to the nature of these operations, material segregation is required in order to properly and efficiently process debris. Collection crews will segregate non-grindable debris to the maximum extent possible during collection and loading operations. The Inspection tower shall also assume responsibility for the segregation of loads containing contaminants or non-grindables. Those loads, which may contain debris ranging from white goods, household hazardous waste (HHW), e-waste, and other materials, will be segregated and sorted either manually or mechanically to remove the contaminants and then dumped in designated and appropriately lined/fenced areas at the TDSRS until final disposal. Metal contaminants shall be segregated and baled or otherwise processed for recycling. Concrete shall be segregated and transported to a recycling facility and may be crushed prior to transport. Glass, plastic, and other materials shall similarly be segregated and recycled to the maximum extent possible. Debris that cannot be processed or otherwise recycled shall be disposed of at an approved and lawfully permitted construction and demolition final disposal site. Volume Reduction by Grinding The wheel loader with rake will push material designated for reduction to the grinder. Great care should be taken to keep the debris free of dirt before processing with a grinder/chipper; this both maintains the value of the product and reduces the cost of grinding. If the mulch produced from grinding is to remain on site for more than four weeks, the mulch piles shall then be stacked no higher than 12 feet to minimize the potential for spontaneous combustion. Horizontal grinders, having a predominately closed grinding chamber, can operate with a minimal exclusion zone projecting out at a 45 degree angle at a distance of 250 feet from each corner of the in- feed conveyor. Tub grinders, if used, will operate with an exclusion zone of 300 feet on the "kick" side of the grinder and 50 feet on the "non-kick" side. Grinders shall be shut down in a full tub condition to minimize debris ejection. The Dust Control plan shall be Implemented to ensure dust from the grinder does not impact the adjacent properties. Lockout/tagout procedures will be used on grinders and strictly enforced. All equipment in the vicinity of the grinders shall be equipped with fully-enclosed cabs. E E £HVIPOt~MfJ..lTAL Tab 1 Project Management Team/Plan Page 22 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services Volume Reduction by Burning The loader/rake will push clean debris in the direction of the burn pit, taking great care to keep the debris free of dirt. Once the debris is piled In the vicinity of the burn pit area, the backhoe with thumb will feed the Air Curtain Incinerator in such a manner as to promote complete combustion. The backhoe will also set aside any material that would process more efficiently in a chipper/grinder, such as large diameter logs or stumps. The Air Curtain shall be operated at least 100 feet from any stockpile of debris and at least 1,000 feet from any occupied structure. Prior to removal of ash debris from the air curtain incinerator pit, the material shall be wetted. Ash stockpiles shall be at least 100 feet away from any debris stockpiles. Final Disposition Segregated, processed non-grindables will be recycled to the maximum extent possible and practicable. Metals and concrete shall be baled, crushed, or otherwise processed for transport to recycling facilities. Documentation shall be retained regarding total type and amount of materials recycled and each recycling destination. Clean woody materials shall be processed to generate mulch. Live bottom trucks loaded with a rollout bucket-equipped wheel loader will be used to haul mulch to the final disposal site. Mulch hauling will be performed simultaneously with grinding. Mulch will be applied or disposed of at a site(s) approved by the City, as appropriate. The handling of Incinerator Ash Material shall comply with all federal, state, and local requirements and the Incinerator Ash Material Management Plan. Site Restoration The Site Restoration and Environmental Survey Plan will ensure that restoration of the site will meet the owner's requirements and local regulations. In addition to site cleanup and removal of all debris, the Restoration Plan will include requirements for achieving ground cover through topsoil and seeding specifications. Other requirements may be mandated by the Erosion Control Plan, such as maintenance of straw bales, retention ponds, or erosion control fencing until ground cover is established. An outside independent party may be employed to conduct a post utilization environmental survey in order to ensure ERE E"UVIPOtlf.t[NTAl Tab 1 Project Management Team/Plan Page 23 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services satisfactory site conditions. Site closure is normally accomplished within 30 days of receipt of the last load of disaster related debris. Geographic Area Management Every area has its own unique geographic characteristics that define the parameters of the response. An urban area, smaller municipalities, and rural areas offers different challenges to the successful completion of a disaster recovery mission. Traffic is always an issue that must to be addressed especially when working in and around waterways. Bridges are natural bottlenecks, and our experience has taught us, the less they are used during the transportation of the debris, the better. Ceres is always aware that our disaster recovery work is not the only thing utilizing the transportation system. Through the selection of strategically located TDSRS, our haul trucks should have minimal impact on these areas, as the haul zones are designed to keep the trucks working close to each TDSRS. In the successful completion of our Hurricane Katrina disaster recovery operation in Louisiana, we worked with all of these geographical characteristics and traffic never became an Issue because the zone design and TDSRS locations worked together as intended. All impact sensitive areas, such as waterways, parks, forest land, and reserves will be dealt with in an environmentally appropriate manner. Field Management Regular and effective communications are critical to the rapid dissemination of appropriate and accurate data to both the City Management Team and the Ceres Management Team. As the project progresses, the needs of the City may change and resource requirements may need to be reassessed. The original plan, therefore, may need to be modified. In order to ensure effective and efficient execution of all field work, the Ceres team, from Site Managers up to the Project Manager, will meet on a daily basis. The Project Manager is responsible for coordinating the dally scheduling and dispatch of cleanup crews with the City and will meet with the designated representative on a daily basis. The Site Manager is responsible for management and operation or a reduction site, loading sites or any other work site. The Site Managers report directly to the Sector Manager, who reports to an Area Manager, who reports to a Project Superintendent, who reports to the Project Manager. Depending on the scale of a disaster, the number of managers assigned to the Ceres Team will vary depending on local conditions. Foremen at the reduction site(s) and for the collection and hauling activities are responsible for crew supervision and report to the Site Manager. Each Site Manager ensures that their crew operates in an efficient manner and is responsible for documenting and inspecting work performed. Site Managers document safety meetings, equipment safety inspections, quantity and location of debris hauled, areas completed, and daily time sheets of personnel and equipment. Site Managers also monitor quality control issues such as completeness of cleanup and/or trimming and contract compliance. The collection crew Foreman will be responsible for scouting future debris removal locations within the daily schedule set by the Program Manager. While scouting the zone, the Foreman's responsibilities include: • Locating logical trucking routes. • Identification of Sections by Crew Type/Composition. • Locating and planning the control or elimination of hazards within the zone (such as high traffic areas). Preference will be given to Self Loaders to ease traffic congestion and minimize damage. • Advising the Site Manager of any anticipated difficulties or hazards. • Determining and obtaining resources necessary to ensure a steady workflow. At the end of each shift, documentation of work completed will be tabulated by the administrative staff and used to schedule the next day's work activities. At this time, any daily reports required by the City will be produced. Traffic Control As discussed in other sections, Ceres requires and will provide certified traffic control personnel for debris collection, transportation, and processing operations. Competent and qualified personnel will be trained in traffic control procedures and will be provided necessary safety equipment and communication devices. Traffic control personnel will generally be placed at either end of a work zone in order to properly control the flow of traffic into and out of the work zone. ERE E!iVIRC'NMEflTIIl Tab 1 Project Management Team/Plan Page 24 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services 2 DOCUMENTATION/SAFETY AND ENVIRONMENTAL CONSIDERATION/ EQUIPMENT LIST 2.A FEMA Reimbursement Ceres has more than 20 years of successful FEMA-reimbursed disaster work. Ceres' management staff has a long tenure with strong expertise in FEMA requirements for documentation, eligibility, general rules compliance, and methodologies. Our FEMA reimbursement liaison has supervised and trained personnel on disaster response and relief efforts in New York following 9/11, and on subsequent events including Hurricanes Isabel, Charley, Frances, and Jeanne. Ceres augments staff FEMA experience with certified FEMA training classes for its general management. Ceres has assisted numerous clients during the post-disaster reimbursement application process, and our clients have never been denied reimbursement for our work. For example, two years after one project was completed, FEMA conducted an audit of that City during which the City was unable to provide complete truck certification logs. FEMA indicated that due to the missing truck documentation, they intended to take a reimbursement reduction from the City in excess of $1,000,000. When the City notified Ceres about this matter, Ceres was able to provide the missing information from its well-organized records; the City subsequently received all of its eligible reimbursement without any reduction. Tickets and Truck Certification Forms are the foundation of the major expenses on most projects. Tickets are designed in several versions depending on what information is required. Tickets may track debris by cubic yard, tons, each, or load. The debris stream may also influence the ticket form that Is selected for any particular project phase. Truck Certification forms are also critical documentation that must be accurately and carefully recorded. These forms are carefully structured to insure that all necessary information, as required by FEMA, is recorded. FEMA requires signed truck certification forms for every vehicle hauling on the project and a signed dump ticket for every load. Ceres supplies these 5-part carbonless forms if the City wishes. Ceres has developed a powerful custom database that links key components of documentation including the truck certification database, ticket database, and the database containing all of the images of each individual ticket and the truck certifications. Ceres' ticket database has been in use for more than 10 years and is easily modified to meet the varying needs of our clients. The database is also designed to make data entry easy. One data entry person, with minimal training, can enter over 700 tickets per day. Drop down selections, short cuts and static information retrieval make data entry fast and accurate. The system does not allow entry of duplicate tickets thus preventing duplicate billing and duplicate payments. The system does not allow a ticket to be entered with an amount that exceeds the certified load amount of the truck. Additional features of this custom software make it flexible enough to record data that is known to be required for a particular circumstance or project. Ceres maintains separate databases for each project to insure that data integrity is maintained. • Each completed truck certification form and each load ticket are electronically scanned at the field office and then transmitted to an imaging database located on a secure Ceres server outside the disaster area. The scanned information is then retrieved by our data entry staff and entered into the appropriate project database under normal office conditions. Database rules require that first the truck owner (Ceres or one of its subcontractors) and then the Individual truck be established in the database before the system will accept any load ticket information for that truck The Ceres "Data Entry/Accounting Procedures" manual is used to provide guidance to our data entry personnel so all data is entered in a consistent manner to insure data integrity. All reimbursable activities E Tab 2 Documentation/Safety and Environmental Consideration/ Equipment List Page 25 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services under a particular contract, for example, stump removal, operation of hourly rate equipment, and personnel hours, are recorded by our operations staff. Ceres audits the database for inconsistencies, data entry error and data integrity on a regular basis. This ensures that records of all potentially- reimbursable activities are acceptable and auditable by FEMA. Ceres has taken great care to develop both policies and procedures that can be consistently applied to every project. This extra planning makes the implementation of a project easier and faster. Additionally the use of advanced communication technologies, such as wireless and satellite internet connections; cell phones with voice, data and text; and electronic imaging of paper documents, allow Ceres to simultaneously manage multiple projects, in multiple states. Ceres' image databases (images include both tickets and truck logs) are available to all our governmental customers as password protected read only files on the internet. The data has been used for audits by such Federal agencies as the U.S. Army Corps of Engineers. Both standard and custom reports can be generated from Ceres databases. These reports are used to invoice the contract Client, to pay subcontractors and then provide managemenUfield operations with production reports. This information is readily shared in a variety of formats. Ceres has experienced personnel trained in providing the necessary documentation and assistance in the preparation of rel~burs~ment cl~ims. for the City: If Throughout Ceres' history, no governing reque~ted, Ceres wrll pr~vrde the. Crty wrth turnkey servrces entity ha.s been denied reimbursement for or gurdance and technrcal assrstance to ensure proper work Ceres has performed. preparation and submittal of claims for reimbursement and other available funding. We can help a local government make certain that federal funding approvals are followed by timely reimbursement. 2.8 Safety/Environmental Training Ceres is staffed by professionally trained individuals with more than 200 collective years of experience in disaster recovery management. Ceres provides regular on-going training for field employees as well as our professional staff. Ceres' superintendents carry the following certifications and formal training: USAGE certification for Quality Control; FEMA NJMS; 30-hour Construction Safety accreditation; and Hazwoper 40-hour training. Selected Superintendents also have training In asbestos and lead abatement. Ceres also provides its employees with outside disaster response training through FEMA-sponsored courses. It is the ultimate goal of Ceres Environmental Services, Inc. to conduct our business operations in a safe manner without injury to persons, interruption of production, or damage to property, equipment, and materials. Ceres has developed a corporate-wide AWAIR program (A Workplace Accident and Injury Reduction program) and a corporate-wide Occupational and Preventative Medicine Program, which details authorities and responsibilities with regard to the overall corporate safety program. These plans have been established to provide mechanisms through which Ceres can communicate responsibilities and expectations of all personnel with regard to workplace safety. Each individual is expected to comply with the established work practices, to assume responsibility for their own safety, and to actively participate in the safety programs of this company. Ceres takes special care to minimize the risk of injury in the disaster area to both our workers and the general public -safety first -and as result of our very successful efforts, Ceres was named a recipient of the Million Work Hours Award in 2007 for our superb safety record Million Work Hours Award Occupallonal Awards Program presented to Ceres Environment Services USACE Debris Mission Kolrina Recovery Ollk:e, Louisiana for operating 1,000,000 umplo'Jee hours without occupational lnjtKy or llness Involving days 8WIJ'f from wollt Aprll1, 2007-November 10,2007 ~ ,...,.._,oo ._ ..... ,_. on the 2005 Katrina Debris project for the U.S. Army Corps of Engineers. This award and others can be found on our website at http://ceresenvironmental.com/about-us/safetv/. Responsibilities Workplace safety is the responsibility of every individual associated with this organization, for it is only with the continuous and combined effort of all individuals that a safe work environment can be developed ERE EW\'IIHrNHE~TAl Tab 2 Documentation/Safety and Environmental Consideration/ Equipment List Page 26 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services and maintained. Specific responsibilities for safety have been established for the executive, managerial, supervisory and employee levels of this organization. The following responsibilities should be considered the minimum effort and responsibility that is expected of all individuals. Executive: Executive leadership and commitment is paramount to the success of any safety program. The role of the executive includes the following functions: • Issuance of a formal health and safety policy • Support of health and safety program development and implementation • Protection of company assets, including personnel and property • Commitment to providing products and services produced in a safe environment Managers: Managers have the overall responsibility of ensuring safety programs and procedures are properly developed and implemented. Managers are responsible for: • The implementation and maintenance of health and safety programs • Ensuring compliance with applicable federal, state, and local health and safety regulations applicable to each work site • Monitoring accident trends and implementing appropriate corrective actions to reverse or control the trend • Ensuring all accidents are promptly and thoroughly investigated • Ensuring all safety rules, programs, and procedures are enforced • Ensuring appropriate equipment and materials are provided in support of safety programs • Ensuring communication between supervisors, employees, and contractors is maintained regarding job and site safety requirements • Ensuring appropriate training and educational programs are provided to all supervisors and employees • Actively participating in safety committee activities and monitoring recommendations and corrective actions • Auditing this program on at least an annual basis for company compliance with the stated policies and for areas of potential improvement Supervisors: Supervisors are generally responsible for creating a safe work environment and for integrating safe work practices and procedures into work activities. Supervisors are responsible for: • Providing a hazard-free or controlled work environment for all personnel • Educating employees in safe work procedures and techniques 11 Enforcing the use of safety equipment and safe work procedures • Ensuring the site is properly secured prior to work activities 11 Conducting regular meetings with site workers and contractors regarding project activities, procedural changes, and safety requirements • Supervising and evaluating overall worker performance and implementing appropriate corrective measures as needed to protect all site personnel 11 Monitoring the work site regularly for human, situational, or environmental factors that could cause or contribute to accidents and implementing appropriate controls 11 Investigating promptly all accidents to identify contributing factors or actions and implement corrective actions to prevent a recurrence 11 Actively supporting safety committee functions and employee educational and training programs Employees: Well-trained and educated employees are the greatest asset against injury, damage and illness in the work place. Executives, managers, and supervisors are responsible for developing, implementing and enforcing the safety policies, programs and procedures, but employees have the ultimate responsibility of combining these work practices with job activities on a daily basis. Employees are responsible for: • Observing safety rules and procedures • Recognizing and reporting observed potential hazards to the Field Supervisor • Maintaining safety equipment in good condition and ensuring damaged equipment is repaired or replaced ERE ENVIRCNMftiTAl Tab 2 Documentation/Safety and Environmental Consideration/ Equipment List Page 27 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services • Developing good health, hygiene, and housekeeping practices • Reporting all accidents and injuries immediately • Participating in safety committee activities and training or educational programs Identifying and Controlling Hazards The identification and control of hazards can be accomplished by several means. One method employed by Ceres regularly is that of the Activity Hazard Analysis (AHA). The purpose of the AHA is to evaluate job activities relating to each project, identify potential hazards associated with each activity, and determine appropriate control measures. Such safety concerns should be reviewed in project start-up safety meetings and subsequent weekly tool box meetings, or as otherwise needed, to ensure all site personnel are aware of the concerns and the control measures or practices. The Field Supervisor is responsible for ensuring completion of the AHA using the form included in Appendix B. Copies should be submitted to the Project Manager for review and comment prior to the start-up safety meeting or tool box meeting. The Field Supervisor should retain the original AHA forms in the project safety records file along with documentation of meetings with employees regarding the AHAs. Accident Investigation The prompt investigation of any accident or incident is an important tool that can be used to identify hazards and control measures. The purpose of accident investigation is to determine the hazards or conditions that contributed to the occurrence, and then determine appropriate control measures or corrective actions to eliminate or control those hazards or conditions. All accidents, whether or not a recordable injury is involved, should be investigated as soon as possible following the incident and at least within 24 hours. Recordable injuries are those where the injured party lost time from work, received medical attention beyond basic first aid, or was placed on a work restriction because of the injury. Supervisory Investigation: Every recordable injury must be investigated as soon as possible following the accident. Non-recordable incidents should also be investigated and corrective actions implemented to prevent a recurrence with potentially more serious consequences. Each investigation must be documented using the Supervisor's Investigation Report Included in Appendix A. Indicate on the report whether the accident involved a recordable Injury. Management Review: Management shall review each investigation report and provide additional input regarding corrective measure, if appropriate, and assist in ensuring corrective actions are implemented. Management shall also review all investigation reports periodically, and at least annually, to evaluate any trends or recurring problems and whether additional controls are needed. This analysis should identify those job functions where Injuries occur most frequently and also review the types of injuries that occurred. The company frequency and severity rates should also be calculated and compared to the national average for the industry. Management should include this review process as part of the meeting agenda for the safety committee. Record Keeping: All incidents should be recorded on the Accident Investigation Reports. Recordable injuries must be reported on the First Report of Injury form which is submitted to the Minnesota Occupational Safety and Health Administration department. All recordable injuries must also be documented on the OSHA 200 log which must be posted in the workplace annually between February 1 and March 1 for the prior calendar year. Enforcement Enforcement of safe work practices and procedures at the job site shall be enforced by the Field Supervisor and Project Manager in accordance with the Ceres Disciplinary Action Standard Operating Procedure. Disciplinary Actions that may be administered by the Field Supervisor or Project Manager include: verbal warning, written warning, and removal from the job. Disciplinary Actions for serious offenses, such as those violating company drug and alcohol use policies or some other offense resulting in endangerment of the employee or co-workers, shall be administered by a Human Resources representative or Officer of the Company. Such actions may include suspension or termination. Please refer to the Ceres SOP regarding Disciplinary Actions for further details. ERE fN ... IROS,.fFNTAl Tab 2 Documentation/Safety and Environmental Consideration/ Equipment List Page 28 of40 k--------------------------------------------------------- City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services 2.C Awareness of Local/State Jurisdictional Agency Requirements Ceres Environmental Services, Inc. is very aware of local/state jurisdictional agency requirements as related to the construction industry and the environment. When a TDSRS Is established, a Site Plan will be developed for each site, and include, but not be limited to: • A description of project operations • Site layout • Environmental factors • Site photographs Additional sub-plans that may be incorporated as necessary in the Site Plan include: • An Environmental Protection Plan that addresses storm water protection, hazardous waste, soil and leachate draining from the debris stockpiles, site operations, and the proximity of truck traffic to waterways. This plan will comply with local with all local and state requirements. • A Dust Control Plan that will address prevailing wind directions and location of developed areas as it relates to site design. Methods of mitigation will be specified such as the use of water trucks on access roads. • A Traffic Control Plan that considers the number of trucks per hour entering the TDSRS and the type of public access control (if authorized). All-weather access roads into and out of the site will be needed to maintain a seven-day per week operation. • A Site Safety Plan that complies with the Ceres Company Accident Prevention Plan (available on request) and applicable OSHA requirements. Security shall also be addressed in the Site Safety Plan. • A Fire Prevention Plan that will follow the provisions of the National Fire Prevention Code and in particular, codes that specifically address woodchip storage. All equipment will have fire extinguishers that meet NFPA No. 1 OA-1970. • The Production Plan will designate how machinery will be utilized on site and will describe site managemenUoperations and anticipated production rates. Each load received at the site shall be inspected prior to off-loading to determine load size and the presence and type of any contaminants. Contaminated loads shall be segregated for further sorting and appropriate processing or disposal. • Other plans may include: Truck Routes and Access; Site Staffing and Assigned Duties; Debris Segregation and Hazardous Waste Handling plans. Ceres is a licensed general contractor in several states and due to our long experience in the disaster response and wood waste recycling industries we have extensive experience complying with all regulations for debris management sites. National magazines, including Biocycle and Wood Waste Recycling, have featured Ceres' urban wood waste recycling efforts and emergency debris management services. Ceres was also the honored recipient of the Minnesota Governor's Certificate of Commendation in 1995 for our innovation in the tree recycling industry. 2.0 Equipment Resources Ceres Environmental Services, Inc. owns more than 450 pieces of its own disaster response equipment with substantially more additional equipment available through our subcontractors. In our 2005 response for the USAGE on Hurricane Katrina, Ceres provided more than 7,800 trucks and supporting loading equipment for an 11-parish region in Louisiana. Ceres-owned equipment augments our subcontractors' equipment and provides additional flexibility, direct management control, and higher levels of customer responsiveness and satisfaction. Company equipment (leased and owned) and personnel allow Ceres to respond to a disaster regardless of the immediate availability of subcontractors. On a 2002 storm debris project for Kansas City, MO, Ceres provided more than 500 pieces of equipment for a project requiring completion of the first pass within 16 days of contract award (the first pass required hauling over 500,000 cubic yards). Ceres successfully met the 16 day first pass deadline and the City Project Manager won an award for his outstanding disaster response performance. Ceres owns all of the equipment needed for supporting its own personnel in the field, including: mobile Jiving quarters, .food supply, large potable water supply tanks and large septic storage systems. These Tab 2 Documentation/Safety and Environmental Consideration/ Equipment List Page 29 of 40 City of Atl antic Beach RFP 11 -04 Disa ster Debris Removal Services systems save valuable management time In responding to higher category storms. Ceres also has these same systems to provide project-wide support Including for Government personnel. In addition to our fleet of disaster equipment and heavy equipment, ou r ongoing large construction busines s provides us with a national network of vendors from whom we can source additional types of heavy equipment for specialty work. Ceres employs support pe rsonnel to mainta in owned and leased equipment. Support personnel Include (but are not limited to) mechanic helpers, master mechanics , asseUioglstlcs managers and clerical support. Our field support personnel are suppl ied with mobile service vehicles and parts storage containers that can be strategically located to maximize our effectiveness. In order to keep our fleet In the field we maintain operational records on all equipm ent leased or owned. Those records are part of an automated preventative maintenance system that Includes service records, repair history, spare parts Inventory, techn ical manuals and electronic document capture. Item Self load er Excavator Bucket Truck Loader Loader Truck Tru ck Tru ck Truck ·-Truck Truck Truck Truck Truck Tractor Semi Dozer Dozer Grapple Backhoe/Loader Grinder Incin erator Trail er Trailer Trailer Trailer Trailer Trailer Trailer Trailer Trailer Trailer Trailer Tractor Screen Bucket Chipper Container Container Contai ner Attachment De sc ription Manufacturer Number Truck semi knuckle boom Interna tional 12 Excavator John Deere 10 Truck w/ altec lrv60·e70 bucket International 1 Loader bobcat Bobcat 11 Loader wheel John De ere, CAT 14 Water truck International 1 P/U 4x4 Dsl 6.0 Ford 22 Service truck Dodge 6 Suv Green 4x4 Chevrolet 2 Svc 4x4 Dsl 6.0 Ford 2 Truck container, hook lift Sterling 2 Truck container roll-off Whlte/Gmc 1 Truck, Dump 4x4 Dsl6.0 5yd Ford 2 Truck off road Volvo 1 Tractor semi Sterling 10 Dozer crawler John Deere 5 Dozer, crawler high tra ck w Caterpillar 5 Grapple -· Labounty 23 Backhoe Cat 3 Grinder various Various 10 Air curtain burner ]d motor 2 Container storage 20 ft Mobile Mini 11 Trailer dump Cascade Custom M 4 Trailer enclosed ror topcon sys Pace American 1 Trallar1 end dum2 Cps 3 Trailer Flatbed 50k Gvw American Trailer 2 Trailer live bottom Nabors 8 Trailer lowboy w/ stinger Load King 1 Trailer, office Space Master 10 Trailer swinQer Nodine 1 Trailer ullllty 7000 gvw Ta rget 6 Traller van Fruehauf 7 Tractor Cas e 1 Screen plant Read 8 481nch bucket on unit 421 34 Chip harv. Flail whole tree Morbark 4 Container 20 II 21 Container roll-otr 40 yd 22 Office contain er 20 ft Ceres 3 Allachment forklift De Nardi Corp 9 Tab 2 Documentation/Safety and Environmental Consideration/ Equipment Li st Page 30 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services Tab 2 Documentation/Safety and Environmental Consideration/ Equipment List Page 31 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services 3 PROXIMITY TO THE CITY OF ATLANTIC BEACH Personnel and equipment will mobilize from our Sarasota, FL and/or Bonifay, FL facilities depending on the storm's projected intensity and track, during the Alert Phase. Equipment and personnel will be mobilized from additional offices as necessary, depending on storm intensity; please refer to Section 1.B Project Planning Activities for more information and projected scenarios of mobilization times. Sarasota, Florida -Corporate Headquarters Bonifay, Florida-Storage and Equipment Facility 7 employees 3 U hours to Atlantic Beach, FL 4 U hours to Atlantic Beach, FL Kenner, Louisiana -Accounting Office Houston, Texas -Storage and Equipment Facility 3 employees 11 employees 9 U hours to Atlantic Beach, FL 14 hours to Atlantic Beach, FL Brooklyn Park, Minnesota -Accounting & Administrative, Equipment and Wood Recycling 30 employees 20 hours to Atlantic Beach, FL Equipment moves between offices depending on where It is required; please see Section 2.0 Equipment Resources for more information. ERE f ~1/l A 0 N H E!iT A l Tab 3 Proximity to the City of Atlantic Beach Page 32 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Remova l Services 4.A PAST PERFORMANCE/REFERENCES Ceres has performed disaste r recov ery work on more than 84 FEMA-relmbursed contracts In excess of $700M, and has be en rep ea tedly selected by federal a nd loca l government agencies for pre -event emergency respo ns e contracts. Ceres has performed emergency work contracts of les s than $25,000 and up to $1 billion. Our experience makes us a superb choice for cities and counties that need th e security of a proven company. Ceres has also been selected for large d emolition an d cons truction projects contracted by the U.S. Ai r Force, Navy, and Army. Our expertise In large construction projects also provides us with th e managerial expertise necessary to organize and perform major public projects such as disas ter cleanup. Lis ted below Is a selection of our references from projects completed In the past forty-eight months. Our com plete list of past performance is available upon request. Copies of our numerou s favorable evaluations and letters of recommendation from these and other references are also available upon request. Hurricane Ike Hurrica ne Gustav Hurricane Gustav Tab 4 Past Performance/Re ferences/Awa rd s A Ref erences Pag e 33 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services CERES ENVIRONMENTAL SERVICES, INC . AS PRIME CONTRACTOR EVENT CONTRACT ACTIVITY GOVERNMENT ENTITY AMOUNT DATES Midwest Flood 2008 Midwest Ice Storm 20 07 Hurricane Katrina Point of Contact: Johnny Cavazos, Chief Emergency Officer, 1100 E. Monroe St., Brownsville, TX 78520, Tel , 956·647-7000, Fax. (956) 547-7006 Lollnov.cavazostlilco.cameron,tx.us Brief Description of Work: load and haul hurricane debris from County right-of-ways. Deliver debris to TemQOrary Debris Staging and Reduction Site (TOSRS). Reduce debris by burning. Debris Remova l and Disposal City of Waterloo lA I $182,080 June -July 2008 Point of Contact: Jamie Knutson, P.E., Associate Eng ineer, 715 Mulberry Street, Waterloo, lA, Tel. 319- 291-4312 Fax. 319-291 -4262 cilv.eoCIIneer@waterloo-la.orQ Brief Description of Work : Load, haul, and dispose of all flood debris, white goods, hou sehold hazardous waste, and sandbags from City right-of ways-and avenues. Debris Removal and Disposal City of Nichols Hills OK I $32,102 Dec. 2007-Jan. 2008 Point of Contact: Charles Hooper, Public Works Director, 1009 NW 75th, Nichols Hills, OK, Tel. 405 -843- 5222 Fax.405-842-1344 choooer@nlcholshllls.net Brief Description of Work: Load and haul Ice storm debris from City right-of-ways , Deliver debris to final disposal site. Debris Removal and ReducUon U.S. Army Corps of Engineers l$449 313 380.23 Sept. 2005 -Sept. 2007 Point of Contact: Jean Todd, Contracting Offic er Tel. 504-6 81 -2331, Fax (NIA), Email: Jean.F.Todd@mvm02.usace.army.mll: Ri ck Buller, Public Engineer, Landfill Engineer, 4901 Jefferson Highway, Suite E, Tel. 504-239 -1187, Fax (N/A), rbuller@l effpa rish.net; Dave DeGeneres, Di rector of Public Works, Ci ty of Mandeville, Te l. 985 -624 -3169, Fax (NIA), ddegeneres@citvofmandeville.com; La rry Pate, Environmental Division Assistant Director St. Cha rles Parish Tel . 504-235·5034 Fax (98 5)783-2067 Brief Description of Work : Various tasks for hurricane recovery Including: load and haul hurricane debris from area right-of-ways, load and haul debris from private property, manage TDSRS sites, reduce debris by grinding/chipping, reduce debris by burnin g, trim and remove hazardous tree s and limbs, rem ove and recycle Freon, recycle white goods, remove hazardous material s, demolish damaged propertie s. Ceres received an "Outstanding" evaluation from the U.S. Army Corps of Engineers for Its work In Louisiana after Katrina. ~n-a~do-------+D~e~br7is~R~e~mo~v~ai~~=----,IT~o-w-n ~of7La-d~yLa~k-e.~F~l----.l~$6~7~4~1 9~-------lr-F~eb-.~20~0~7 ---------~ Recovery Point of Contact: C.T. Eagle, Dire ctor of Public Works, 409 Fennel Blvd ., Lady Lake, FL 32159, Tel. 352· 751-1526 Fax. 352-751-1595 cleaole@ladvlakeow.om ·~· Brief Description of Work: Load and haul tornado debris from Town rtght·of-ways. Deliver debris to final disposal site. ..., ... ---·~ ..... IIU!f.,, --IL::\:r.r-........,.. ~-.................... ___ ...._ __ 1 :r.r.~~;.=:w.~ :7t:~r. UJet .... q,,, h. ,...,...,, ,_.. n U ,t\, nKA~l .. •••flo ..W .... IU, T+W .. , I .U , --.1 fllfN '' .. ~.. ....r.=.;. r=== rc;:~ r.~ .. ·=w· .. r.7,:~ ... :--r.=~· r~ ..... ,. _ _r.: . ....,.., .......... NU,M, ....... ~ ( r;; __ 1'11--n-n-n:-"o:.:-.J-__ ,_._.., r: ... ,,., r 1· .. , .. , ... _______ ,_ r -·-·-- ~..-:·-... ..,.. 11···-··--~~-~~-~~ ·-·~ II --...... ~-111 Tab 4 Pa st Performance/Reference s/Awa rds A Refe re nc es Page 34 of 40 ATIACHMENT-VENDOR QUESTIONNAIRE NAME OF COMPANY: Ceres Environmental Services, Inc. THIS COMPLETED FORM MUST BE SUBMITTED WITH THE PAST PERFORMANCE/REFERENCES/ A WARDS CRITERIA SECTION AND WILL BE EVALUATED IN CONJUNCTION WITH THE PROPOSAL. By signature on the proposal package, the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Have you ever failed to complete any work awarded to you? If so, where and why? Ceres Environmental Services, Inc. has never defaulted on a contract or failed to complete any work awarded. lA. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. None 2. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. Ceres Environmental Services, Inc. has never filed for bankruptcy. 3. List and describe all successful Perfom1ance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s) None 4. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. This list shall 25 include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. Ceres Environmental Services, Inc. has never been litigated against by any city, county, state or federal Government agency, and Ceres has never litigated against a city, county, or state Government agency. VENDOR QUESTIONNAIRE (CONTINUED) 5. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. 6. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. No Regulatory or License Agency Sanctions have been imposed on Ceres Environmental Services, Inc. or any of its principals. Attach additional sheets as necessary. 26 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services 4.C CURRENT CONTRACTS Ceres Environmental Services, Inc. currently has ninety-five (95) pre-position Emergency Response contracts in place. Dora!, FL (City oQ ERE fHVIROti~Ef'lfAL Tab 4 Past Performance/References/Awards C Current Pre-Event Contracts Page 37 of40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services Ci.B.~S Tab 4 Past Performance/References/Awards C Current Pre-Event Contrac ts Page 38 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services Contract Owner Contract TitleiType Contract Contract Name & Title Contact Start End Phone a e ol.mty, F · L k C L E mergeney Db D · e ns rsposa ervces ary e o, rrec ot'o • 01 IS I 10/01/05 06/30/11 G D b D fSid 3 5 6-( 52} 1 Lake Jackson, TX Clearing and Removing Debris for 06/07/10 .(CityoO the 2010 Hurricane Season Lantana, FL (Town Disaster Recovery Services 07/21/05 of) Manassas Park, VA Emergency Debris and Snow 07/26/10 (City of) Clearing and Removal Services Agreement McAllen, TX (City of) Catastrophic Event Debris Removal 01/26/10 Melbourne, FL (City Disaster Debris Removal Services 01/01/11 oO Miami Beach, FL D.isaster Debris Recovery Services 08/01/07 I (City of) Miami-Dade County, Pre-Qualification -Oil Spill 09/17/10 FL Remediation Services Miramar, FL (Town Emergency Debris Management and 08/11/08 of) Removal Services Norfolk, VA (City of) Hurricane & Other Disasters, Debris 04/01/08 Removal, Reduction and Disposal Norfolk, VA (City of) Additional Services not covered by 09/01/10 SPSA contract Ocoee, FL (City of) Emergency Debris Removal 12/07/10 Oconee County, SC Debris Removal Emergency 03/11/09 Services Orange County, FL Disaster Recovery and Debris 05/01/10 Removal Palm Beach County Hurricane Disaster Debris 06/14/07 I!SWA) Management Palm Beach Disaster Recovery Services 07/06/05 Gardens, FL (City of) Palm Beach, FL Hurricane Disaster Debris 06/14/10 (Town of) Management Pasco County Debris Cleaning & Removal 05/01/08 District School Board Pearl(lnd, TX (City Debris Management Services 08/31/09 on Plantation Acres Disaster Debris Management 06/22/10 Improvement District Services PortSt. Lucie, FL Emergency Debris Collection and 09/01/07 I!CitvoO Removal Services Prince William Emergency Responders -Debris 01/30/09 County, VA Removal Riviera Beach, FL D.ebris Management and Removal 08/03/10 i(CityoQ Services Sarasota, FL (City Pre-Event Disaster Recovery 08/27/09 oO Assistance Sebastian, FL (City Emergency Debris Removal 06/10/09 on Services ERE fNVIAON~-t£~UL ~-~---------------------------------------------- Waste 5223 06/01/11 lveet Y. Rivas, Buyer (979) 415· 2420 07/20/11 Mike Greenstein, Dept of Public (561) 540- Works 5766 07/26/13 Kathy Gammell, Public Works (703) 335- Director 8840 01/26/12 Sandra Zamora, CPM, {956) 681- Purchasing & Contracting 1130 Department 12/31111 Karen Smith, Buyer (321) 608- 7064 01/31/12 Marla Estevez, Procurement (305) 673· Department 7490 12/31/15 Kmf Ra, Procurement (305) 375· Contracting Supervisor 5289 08/10/11 Thomas Good, Public Works (954) 538- Director 6836 03/30/13 Lawrence J. Yuditsky, (757) 664· Purchasing Agent 4027 08/31/11 Lawrence J. Yuditsky, (757) 664· Purchasing Agent 4027 12/07/11 Joyce Tolbert, Purchasing Agent (407) 905- 3100 Robyn Courtright, Director of (864) 638· Procurement 4141 04/30/13 Mark Masaro, Public Works (407) 836· Director 7970 06/13/13 Sandra Brady, Procurement (561} 640- Manager Purchasing Division 4000 07/20/11 Arthur DeRostaing (561) 804- 7014 06/13/13 Larry Iverson, Services Division (561) 838- Manager 5440 04/30/12 Amy Flack, Buyer Assistant, (813) 794· Purchasing Department 2227 08/31/14 Cherish Bradley, Buyer I (281) 652- 1790 06/22/13 Angel Alvarez, District Manager (954) 474· 3092 08/31/11 Robyn Holder, Contract (772) 871- Facilitator 5223 01/29/12 SJ Stanley, Contract Specialist (703) 792· 6770 08/02/13 Vincent Akhimie, Public Works (561) 845· Director 4080 08/26/11 Mary Tucker, Purchasing (941) 954- Manager 4151 05/31/12 AI Minner, City Manager (772) 589· 5330 Tab 4 Past Performance/References/Awards C Current Pre-Event Contracts Page 39 of 40 City of Atlantic Beach RFP 11-04 Disaster Debris Removal Services ERE fN\'!fcOHioifHT.Ll, Tab 4 Past Performance/References/Awards C Current Pre-Event Contracts Page40 of40 )___ LIBERTY MUTUAL INSURANCE COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE Ceres Environmental Services, Inc. 3825-85 111 A venue North Brooklyn Park, Minnesota 55443 as Principal, hereinafter called the Principal, and the Liberty Mutual Insm·ance Company, a corporation duly organized under the laws of the State of Massachusetts, with Administrative Offices at 450 Plymouth Road, Suite #400, Plymouth Meeting, PA 19462, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Atlantic Beach, 1200 Sandpiper Lane, Atlantic Beach, Florida 32233 as Obligee, hereinafter called the Obligee, in the sum of Two Hundred Fifty Thousand Dollars and no/100 ($250,000.00) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, fi1mly by these presents. WHEREAS, the Principal has submitted a bid for RFP No. 11"04 Disaster Debris Removal Services, Atlantic Beach, Florida NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this April 6, 2011 No Seal (Title) ='{Witness) Liberty Mutual Insurance Company (Seal) ACKNOWLEDGMENT OF PRINCIPAL (Corporation) STATE OF: YY\\(\(\e~~ COUNTYOF:~~A On this day, April 6, 2011, before me personally come(s) Steven M. Johnson to me known, who, being by me duly sworn, deposes and says that he/she resides in the City of Brooklyn Park, MN, that he/she is the Secretary of the Ceres Environmental Services, Inc. the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. COLLEEN A. TONKINSON NOTARY PUBLIC STATE OF MINNESOTA MYCOMM. EXP. JAN 31,2016 ACKNOWLEDGMENT OF SURETY STATE OF: Minnesota COUNTY OF: Ramsey On this day, April6, 2011, before me personally come(s) Jack Cedarleafll, to me personally known, who being by me duly sworn, did say that he is the aforesaid officer or Attorney-In-Fact of the Liberty Mutual Insurance Company, a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. MELINDA C. BLODGETI NOTARY PUBLIC· MINNESOTA My Commission Expires Jan 31, 2013 7J1di.nda., (!. ~ Notary Public THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 3075122' This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein slated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Uberty Mutual Insurance Company (the "Company'), a Massachusetts stock Insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint D. A. DOUGHERTY, JACK CEDAALEAF II, KURT C. LUNDBLAD, CHRISTINE M. HANSEN, ALL OF THE CITY OF ST. PAUL, STATE OF MINNESOTA .................................................................................................................................... . ............................................................................................................................................................................................... , each Individually If there be more than one named, its true and lawful attorney-In-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and dee~1 any and all undertakinos, bonds, recoanlzances and other surety obligations In the penal sum not exceeding ONE HUNDRED FIFTY MILLION AND 00/100*********H*'i'buHu•.,.,.. .. ,.. DOLLARS($ 150,000,000.00****** ............... ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, In pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company In their own proper persons. That this power Is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII -Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose In writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-In-fact, as may be necessary to actin behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such ~ attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their o signature and execution of any such Instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be g. as binding as if signed by the president and attested by the secretary. c . ~ m By the following Instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-In-fact: ca.lB o c: Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, Is hereby .J ~ authorized to appoint such attorneys-In-fact as may be necessary to act In behalf of the Company to make, execute, seal, acknowledge and 6 § deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. !!tn :J Gl That the By-law and the Authorization set forth above are true copies thereof and are now In full force and effect. 5..2 ... ~ IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of !! Liberty Mutual Insurance Company has been affixed thereto In Plymouth Meeting, Pennsylvania this 25th day of August , ~r' 2010 .,. .. ,_ ;~ :;,._ : ... 1)0 5! :ra LIBERTY MUTUAL INSURANCE COMPANY By~&tf': /4/. ~ If_;: COMMONWEALTH OF PENNSYLVANIA ss ~ ~ COUNTY OF MONTGOMERY ::n ... Gamel W. Elliott, Assistant Secretary :: JB on this _g§j.!:!__ day of August , 2010 , before me, a Notary Public, personally came Gamet W. Elliott, to me known, and acknowledged a .5 that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above : i Power of Attorney and afflxecj_ thEj,COrporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. Jill _,,·· ·~·-···· ; ~ IN TESTIMO~Y WH"'I;fl:~dJ:,J;tia'\'~.~~eunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year : u first above wntten. p o-// ,:~~.o,·!~!".'"-,:< \ ll C: f lt//o''' ""'}<'~ ( • COMMONWEALIHOFFENNSYlVANIA A-.._ ,£ >2:! •i'~f(l 1'··!l'. N<Ji!riAISeal ~ ~ =: ._ ,,' l)fl } :.,~ Terc.s:~Pas:etla,N~ryfl.lbl~ _, :J Pl)!l'.oulh 1'-p, MDo~oJDmeoy C.uorJ By -f='-:::"---:-::---:-:-"=77:;-=.;._---------!: u • \.(e, .:4./ /! Myco"'""-..~coexp .. sMIII<h28,201l TerbPaSt81Ja:Notary Public \/~~'iS)'\~~~~~~ / 1:""""'"·~""'-"'""'''olll,..i.·s CERTIFICATE ~.::?·~Rti{!)!~~ ' 1, the undersigned, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, Is In full force and effect on the dale of this certificate; and I do further certify that the officer or official who executed the said power of attorney Is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-In-fact as provided In Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Uberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company In connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed . . ~TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this __ _;:6'-'t:.:h=-___ day of April , 2011 . ~rj (~ y· I I. I I REQUEST FOR PROPOSALS DISASTER DEBRIS REMOVAL SERVICES RFP 11-04 DOCUMENTS REQUIREMENTS CHECKLIST ~ Original insurance certificates (copies, Xeroxes, or facsimiles are unacceptable}, naming the City of Atlantic Beach as Certificate Holder, showing they have obtained and wiiJ continue to carry Workers' Compensation, public and private liability, and property damage insurance during the life of the contract. ~ Bid Bond in the amount of $250,000. ~ Signed copy of the Documents Requirements Checklist. !if Four ( 4) copies of Proposal and required documents. ~ Completed Form W-9 Request for Taxpayer Identification Number and Certification. ~ Sworn Statement on Public Entity Crimes. ~ Drug Free Workplace Certification. W Vendor Questionnaire. £) Documentation of receipt of any addenda. Printed Name: Steven M. Johnson Date: April 5, 2011 Company: Address: Phone: FAX: Email: Ceres Environmental Services, Inc. 6960 Professional Parkway E Sarasota. FL 34240 (800)218-4424 {866)228-5636 gail.hanscom@ceresenvironmental.com 27 DRUG-FREE WORKPLACE CERTIFICATION Section 287.087, Florida Statues, effective January 1, 1991, specifies that preference must be given to vendors submitting a certification with their bid/proposal certifYing they have a drug-free workplace. This requirement effects all public entities of the State and is as follows: IDENTICAL TIE BIDS -Preference shall be given to business with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drugfree workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifYing employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifYing the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notifY the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notifY the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurrence in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES F LY WITH THE ABOVE REQUIREMENTS. April 5, 2011 DATE SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES TillS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to the City of Atlantic Beach, FL by Steven M. Johnson, Corporate Secreta1y (print individual's name and title) for Ceres Environmental Services, Inc. (print name of the public entity) (print name of entity submitting sworn statement) whose business address is 6960 Professional Parkway E., Sarasota, FL 34240 and (if applicable) its Federal Employer Identification Number (FEIN) is 41-1816075 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: _______________________ .) 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133( l)(g), Florida Statutes, means a violation of any state or federal Jaw by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision ofany other state or ofthe United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 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 infonnation after July I, 1989, as a result of a jury verdict, nonjury 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: I. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 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 3 6 months shall be considered an affiliate. ·.·: ... '. ,. 5. I understand that a "person" as defined in Paragraph 287.I33(l)(e),-Fiorida Statutes, means any natural person or entity organized under the laws of any state or ofthe United· States with the legal power to enter into a binding contract and which bids qr applies to bid pn contracts fo~ the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.) __K_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 and convicted of a public entity crime subsequent of July 1, 1989. __ The entity submitting this swom 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 ofthe 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 ofthe 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 Headngs 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 Jist. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF TillS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIF1ED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT TillS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WIDCH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONT ED IN TillS FORM. STATE OF ffi, 'f\f\e ,so\-q_ __, COUNTY OF l:\e (\\'\(?~ April 5, 2011 (date) PERSONALLY APPEARED BEFORE ME, the undersigned authority, ""'S...,te'-'-v""enc:..=M""" . ..::.J""oh,.,n...,s""o~n _______ who, after first being sworn by me, affixed (name of individual signing) his/her signature in the space provided above on this 5th day of April, 2011. DISASTER DEBRIS REMOVAL SERVICES RFP NO.: 11-04 DATE: 04/0S/11 TO: THE CITY OF ATLANTIC BEACH, FLORIDA FROM: Ceres Environmental Services, Inc. In accordance with the Request for Proposals to implement DISASTER DEBRIS REMOVAL SERVICES for the City of ATLANTIC BEACH, Florida, subject to the Specifications, Standard Specifications and Details, Addenda thereto, if any, all of which are made a part of this Proposal, the undersigned proposes to implement DISASTER DEBRIS REMOVAL SERVICES for the Total Bid as follows: TOTAL BASE BID (items 1 -14) $._2_1_2_,_2_s2_. o_o _________ (Numerals) Two Hundred twelve thousand two hundred eighty two dollars. __________________________ Written) Quantities established for the base bid are not guaranteed. They may be substantially more or less, depending upon the severity of an event. The above said figure is understood to be the basis for comparison of Bids only. However, unit prices will not change, regardless of the volumes generated by an event and are binding for the Bidder for the life of this contract. A. PROPOSALSCHEDULE A Bidder must provide a price on each item, even though there are additional items outside the base bid (note the Hourly Fee Schedule). All entries in the entire Proposal must be made clearly in ink. Prices bid must be written in figures. Bidder must insert extended prices obtained by multiplying the proposed quantities times the unit prices. In case of enors, unit prices will govern. The corrected extended prices and corrected Base Bid will be used to determine the lowest qualified Bid. Proposals in which the p1ices obviously are unbalanced may be rejected. Ceres Environmental Services Inc. 21 BIDDING SCHEDULE City of Atlantic Beach Disaster Debris Removal and Disposal Contract ITEM Est. DESCRIPTION UNITS UNIT AMOUNT QTY PRICE 001. 10,000 Removal and Haul Eligible Vegetative Debris to Cubic Reduction Site. (0-20 Miles) Yard $8.49 $84,900.00 002. 10,000 Removal and Haul Eligible Vegetative Debris to Cubic $8.49 $84,900.00 Reduction Site. (20-45 Miles) Yard 003. 2000 Removal and Disposal of Eligible Construction & Cubic $8.49 $16,980.00 Demolition (C&D) debris at (Other) Landfill (0-Yard 20 Miles) 004. 2000 Removal and Disposal of Eligible Construction & Cubic $8.49 $16,980.00 Demolition (C&D) debris at (Other) Landfill (20 Yard -45 Miles) 005. 10 Hazardous Tree Removal greater than 24" to 36" Each $99.00 $990.00 006. 5 Hazardous Tree Removal greater than 36" to 48" Each $299.00 $1,495.00 007. 5 Hazardous Tree Removal greater than 48" Each $399.00 $1,995.00 008. 25 White Goods Collection and Disposal Each $29.00 $725.00 009. 10 Freon Recovery and Recycling Unit $59.00 $590.00 0010. 5 Hazardous Stump Removal, greater than 24" to Each $99.00 $495.00 36" 0011. 3 Hazardous Stump Removal, greater than 36" to Each $199.00 $597.00 48" 0012. 3 Hazardous Stump Removal, greater than 48" Each $399.00 $1,197.00 0013. 100 Dead Animal Collection, Transport and Disposal Per Pound $2.98 $298.00 0014. 10 Fill Dirt and Seed for approved Hazardous Stump Cubic $14.00 $140.00 removal Yard Ceres Environmental Services Inc. 22 Note -For the pzupose of evaluating overall cost in response to the Request For Proposals, the rates for equipment and labor hourly rates listed on the Supplemental Bid Schedule for Equipment Rental will also be considered. BIDDING SCHEDULE FOR RENTAL EQUIPMENT HOURLY FEE SCHEDULE All equipment rates below include operator, fitel, maintenance costs, etc. Equipment Chainsaw (predominant use: cut and toss) 4WD Articulated Loader (John Deere 544 or equivalent) (predominant use: cut and toss) Heavy transport (predominant use: cut and toss) Pickup truck with Supervisor (predominant use: cut and toss) Electrical bucket truck with journeyman lineman (predominant use: cut and toss) Other (please specifY): Personnel Field Pn~ject Foreman Laborer Traffic Control Flagman Other (please specizy): Hourly Rate $ 39.00 $110.00 $115.00 $54.00 $179.00 $ $ $ $ Hourly Rate $ 44.00 $ 26.00 $ 26.00 $ $ $ $ $ $ $ $ $ Ceres Environmental Services Inc. 23 FOffll W-9 (Rev. October 2oon DopaJ\monl ol tho Tr&aSuiY Internal Rovenuo Sotvi<:a Request for Taxpayer Identification Number and Certification Give form to the requester. Do not send to the IRS. Name (as shown on your Income Ceres Environmental Services, Business name, II different from above Check appropriate box: D lndividuaVSole proprietor Iii Corporation 0 Partnership O Exempt payee 0 Umlted liability company. Enter the tax classification (Do-disregarded entity, C=eorporation, P•partnershlp) 1>-••••••• Other ~ Requester's name and address (optional) Enter your TIN In the appropriate box. The TIN provided must match the name given on Una 1 to avoid I Soclal security:: nwn~1 er baclwp withholding. For Individuals, this Is your social security number (SSN). However, for a resident _ allen, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, It Is your employer Identification number (EIN). lr you do not have a number, sea How to get a nN on page 3. or Note. If the account Is In more than one name, see the chart on page 4 for guidelines on whose Employer ldentlncauon number number to enter. 41 ! 1816075 Certification Under penalties 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. I am not subject to backup Withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service QRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified rna that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below), Certltrcatlon Instructions. You must cross out Item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement (IRA), and generally, payments other than Interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. See the Instructions on page 4. Sign Here Slgnaturo ol U.S. per.~on II> General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who Is required to file an Information return with the IRS must obtain your correct taxpayer Identification number (TIN) to report, for example, Income paid to you, real estate transactions, mortgage Interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only If you are a U.S. person (Including a resident allen), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving Is correct (or you ere wafting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding If you are a U.S. exempt payee. II applicable, you are also certifying that as a U.S. person, your allocable share of any partnership Income from a u.s. trade or business Is not subject to the Withholding tax on foreign partners' share of effectively connected income. Note. If a requester gives you a form other than Form W-g to request your TIN, you must use the requester's form If it Is substantially similar to this Form W-9. Data~ c:9..- Definition of a u.s. person. For federal tax purposes, you are considered a U.S. person If you are: • An individual Who Is a U.S. citizen or U.S. resident alien, • A partnership, corporatlon, company, or association created or organized In the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined In Regulations section ao1.no1-7J. Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, In certain cases where a Form W-g has not been received, a partnership is required to presume that a partner Is a foreign person, and pay the withholding tax. Therefore, If you are a U.S. person that Is a partner in a partnership conducting a trade or business In the United States provide Form w-g to the partnership to establish your U.S. ' status and avoid withholding on your share of partnership income. The person who gives Form W-9 to the partnership for purposes of establishing Its U.S. status and avoiding withholding on Its allocable share of net Income from the partnership conducting a trade or business In the United Stales is In the folloWing cases: • The U.S. owner of a disregarded entity and not the entity, Ca:l No. l0231X Form W-9 (Rev. 10-2007) STATE OF FLORIDA DEPARTI~ OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 CERES ENVIRONMENTAL SERVICES INC 3825 85TH AVENUE NORTH BROOKLYN PARK MN 55443 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to Improve the way we do business In order to serve you better. For Information about our services, please log onto www.myHorldallcense.com. There you can find more Information about our divisions and the regulations that Impact you, subscribe to department newsletters and learn more about the Department's Initiatives. Our mission at the Department Is: License Efficiently, Regulate Fairly. We ~stently strive to serve you better so that you can serve your customers .. ,,c ank you for doing business In Florida, and congratulations on your new hcensal DETACH HERE A Gil • :OISPLA Y AS REQUIRED BY LAW -' ' " ····. ''·" . ···. ". (850) 487-1395 . ' ~ . .. ' . - . ~ATE C!Ffi.9RfDA . • -~~ ~~.~~:~f~·~·:s DEPARTMENT OF, J:JUS:J:mtSS:·AND · .· PROFBSSIONAL 'REGtniAT..t'ON'1·•·. . ':.i,' .. · f / •· ··~-~~~~'.·-_.':·~·;;:f~·::::,~~~~-~~··,~: ... 9~39234 06/20/o9· ·Da.o:s3.77.9:o QTJ'A!iiF:IED .BTJ'SINESS OR~~1~~b~ ·. ~ERES ENV'IRO~At' ;,SB!~g]J}f:i~ijQ ,, -_ " . ~ 5:;~:;':,·~--~~~:l:~~f:'; ' ( (NOT A LICENSE '1'0 ·PBRFORM~!NC:lRK •. ALLOWS COMPANY .'1'0 .DO. BUS:titiss· ·:xt IT. HJ\:S A L;ICBNS~ • .QTJ'A.H~~t:~.B:~~,\; ', . . J:S ·:QUALIJI':IBD Wlc!al' tha .Pl'!)rii10itit.:'a! 't:h;j·89 )•a, bPL~attoa dat.., AUQ 31, 20il.' : :;Lp.lf9:6~'Q:Oo~'S.ii ·· · • • '.; •• ,'' <~ ' '·' '! ' , STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 MCINTYRE, DAVID A CERES ENVIRONMENTAL SERVICES INC 2635 CASEY KEY RD NOKOMIS FL 34275 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to Improve the way we do business In order to serve you better. For lhformatlon about our services, please Jog onto www.mynorldallcanu.com. There you can find more Information about our divisions and the regulations that Impact you, subscribe to department newsletters and (earn more a6out the Departrnenrs fnltfetlves. our mission al the Department Is: License Efficiently, Regulate Fairly. We JiQI!Siantfy strive to serve you better so that you can serve your customers. :' · 'lk you for doing business In Florida, and congratulations on your new licenser DETACH HERE •. {850) 487-1395 .:1':1._'f',L. \J n: """ \,11:1"{ 111"'1\,A It: Ut' LIADILII T IN~ U I"'(A N \, t: L 04/05/2011 • PRODUCER (952)653-1000 FAX (952)653-1101 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Christensen Group HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Insurance Resources Int'1. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 11100 Bren Road West ~nnetonka, MN 55343 INSURERS AFFORDING COVERAGE NAIC# lED CERES ENVIRONMENTAL SERVICES, INC. INSURER A: Steadfast Insurance Company 26387 6960 Professiona1 Pkwy East INSURER B: Westfie1d Insurance Companies 24112 Sarasota, FL 34240 INSURERC: Commerce & Industry Insurance INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~~;~ ~~~1 TYPE OF INSURANCE POLICY NUMBER PJ>H~Y EFFEC~E Pgk!fl EXPIRATION LIMITS GENERAL LIABILITY GPL9266286-00 06/03/2010 06/03/2011 EACH OCCURRENCE s 1,000, DOG r:x COMMERCIAL GENERAL UABILITY ~~~U?,~E~~~. ~' s 50,00£ 1--=:! CLAIMS MADE [K] OCCUR MEO EXP (Any one person) $ 5,00£ f--A PERSONAL & AOV INJURY -$ 1,000, 00£ GENERAL AGGREGATE $ 2, 000, DOl - GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS· COMP/OP AGG $ 2, 000, DOl 1 POLICY m ~rt?i n LOC AUTOMOBILE LIABILITY CMM 4 0823 232 06/03/2010 06/03/2011 COMBINED SINGLE LIMIT r-x-ANY AUTO (Ea accident) $ 2,000,00C 1--ALL OWNED AUTOS BODILY INJURY '--(Per person) s SCHEDULED AUTOS B -HIRED AUTOS BODILY INJURY -(Per accidenl) s NON-DWNED AUTOS - f--PROPERTY DAMAGE $ (Per accident) ,~ GARAGE LIABILITY AUTO ONLY· EA ACCIDENT s ==i ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG S EXCESS/UMBRELLA LIABILITY SE09266278-00 06/03/2010 06/03/2011 EACH OCCURRENCE $ l, 000, ooc ~OCCUR D CLAIMS MADE AGGREGATE s 1, 000, ooc A s R DEDUCTIBLE $ RETENTION s $ WORKERS COMPENSATION AND WC0999525 12/08/2010 12/08/2011 X I T~~Tf;Jt¥;; I I OJ~· EMPLOYERS' LIABILITY E.L. EACH ACCIDENT 1,000,00C c ANY PROPRIETOR/PARTNER/EXECUTIVE $ OFFICER/MEMBER EXCLUDED? E.L DISEASE· EA EMPLOYEE $ 1,000,00G mMt·~~.JJ~1oNs below E.L. DISEASE· POLICY LIMIT S 1,000,00G t;THER , GPL9266286-00 06/03/2010 06/03/2011 $1,000,000 Each Condition ontractors Po11ut7on A Professiona1 Liabi1ity GPL9266286-00 06/03/2010 06/03/2011 $1,000,000-Each C1aim DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS * 10 Days Cance77ation for non-payment, CERTIFICATE HOLDER 30 days for a11 other va1id reasons* CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL !~ City of Atlant1'c Beach Director of Pub1ic Works 1200 Sandpiper Lane At1antic Beach, FL 32233 * 10 DAYS WRITIEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Ty1 er Simmons/KP I AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) CITY of ATLANTIC BEACH DISASTER DEBRIS REMOVAL SERVICES RFP 11-04 ADDENDUM NO. 1 Paragraph 11.1 is changed as follows: 11.1 Prior to signing of contract, contractor agrees to furnish the City of Atlantic Beach with all applicable certificates of insurance. Within 24 hours following signing of contract, the contractor shall provide copies of insurance policies including all endorsements. In addition, a payment and performance bond equal to the estimated event cost for any and all work or $500,000 is required within 10 days ofa·.vard ofthe eontraot after receipt of a notification to proceed with emergency debris services. The contractor shall be able to cover expenses associated with a major recovery operation plior to the initial payment and between subsequent payments as well as the aforementioned bonds and insurance. Contractor mobilization costs will not be paid if the contractor is unable to obtain bonding.