Loading...
Item H11 Add-On BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY -Revised Meeting Date: 21 June 2006 Division: Growth Management Bulk Item: Yes ----.L No Department: Marine Resources Staff Contact: George Garrett AGENDA ITEM WORDING: Approval of the most responsive Statement of Qualification and Bid, DRC Emergency Services, LLC., for the removal of lobster traps, canal debris, and ahandoned vessels (marine debris) resulting from Hurricane Wilma and other storms during the 2005 Hurricane season. Approval to waive purchasing policies with respect to "bid-bonds", All other purchasing policies requirements have been met. Approval of Contract Amendment between Monroe County and the firm of DRC, Emergency Services, LLC to remove marine debris the result of Hurricane Wilma and the 2005 hurricane season. ITEM BACKGROUND: The County began a process in November 2005 to use DRC, its disaster recover contractor, to remove marine debris (traps, canal debris, and vessels) resulting from storms in the 2005 hurricane season. In a concerted process over the past six months, FEMA has ultimately agreed to assist in payment for the removal of all types of marine debris, after being acknowledged as eligible by both the U.S. Department of Agriculture (NRCS) and the ACOE, hut who then declined to take on the project. With the declination of each of these agencies, FEMA is free to step in and assist the County, per disaster recovery protocoL However, FEMA has raised a concern that the County's acceptance of DRC as the marine debris disaster recovery contractor was not been bid. Though the County attorney contended this point, staff agreed to send oul a Request for Statements of Qualification on April 21't with responses due on May 4th, Staff received 3 responsive statements of qualification. Further clarification of the process led to a complete request for qualifications and bid on May30, 2006 with six responses. The responses arc attached. DRC was considered the most responsive based on a set of bid criteria comparing each company's stated qualifications, their ability to be immediately responsive to the situation, and on their total estimated bid amount. Working with the County Attorney's Office, staff agreed to amend the current DRC contract to refleet addition of the specific scope of work identified in the recent Request for Statements of Qualification. Unit costs are attached with the Scope of Work in the Contract Amendment. The estimated project cost based on the unit costs is $3,408,214. The County's portion is estimated at $426,027. This total amount will change based on the amount of actual debris removed PREVIOUS RELEVANT BOCC ACTION: February 2002 ~ Approval of 5 year contract with DRe COl\'TRACT/AGREEMENT CHANGES: Amendment to contract faT Marine Debris STAFF RECOMMENDATIONS; Approval TOTAL COST: Est. $3.408214 BUDGETED: Yes x No COST TO COUNTY: Est. $426,027 (12,5 %) SOURCE OF FUNDS: FEMA / Me Disaster Recovery REVENUE PRODUCING: Yes No ~ AMOUNT Per Month Year APPROVED BY: OlUnry Alty DOCUMEJ\il'ATION: Included ~ ~ OMB;Purchasing.--1L. Risk Management -L , '. '~"'.' j / . / c 1- /' 7/,i/ . e//7/C /' l/fY Symroski, -Dirr~tor de Growth ~Management Not Required DIVISION DIRECTOR APPROVAL: DISPOSITION: AGENDA ITEM NO.: BCD60690Re" doc 06/16(2006 2:45PM MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: DRC Contract # - Effective Date: Immediate Expiration Date: 2/13/2007 Contract Purpose/Description: . Contract amendment between Monroe County and the firm of DRC for Disaster Response and Recovery Services specific to the removal of marine debris related to hurricane damage Contract Manager: George Garrett 2507 Marine Resources / 11 (N ame) (Ex t. ) (Department/Stop #) for BOCC meeting on 5/16/2006 Agenda Deadline: Add-on Current Year Portion: $ --~---- CONTRACT COSTS Bes~ E Total Dollar Value of Contract: $ Budgeted? Yesrg] No 0 Account Codes: Grant: $ 1 2.., ~S"', \t" 1 . , . I County Match : $ - - - ----"""'"' ~ ~ ~ ADDITIONAL COSTS Estimated Ongoing Costs: $_/yr For: ~____ ________~ (NOl included in dollar value above) (eg. maintenance, utilities, janitoriaL salaries, etc.) CONTRACT REVIEW Risk Management ~ O.M.B.lPurchasing Changes Date In Needed YesD No~ YesD NoB YesD No~ YeSDNO~ Date Out Reviewer County Attorney Division Director Comments: OMB Form Revised 2/271O! MCP #2 AMENDMENT TO AGREEMENT FOR SERVICES FOR DISASTER RESPONSE AND RECOVERY SERVICES THIS AGREEMENT AMENDMENT is entered into by MONROE COUNTY, a political subdivision of the State of Florida, whose address is The Historic Gato Building, 1100 Simonton Street, Key West, Florida 33040, hereafter the County, and DRC Emergency Services, LLC, 740 Museum Drive, Mobile, Alabama, 36608 hereafter CONTRACTOR. WHEREAS, the parties entered into an agreement for disaster recovery services on February 13, 2002; and WHEREAS, that agreement has previously been amended on September 17, 2003, November 16, 2005, and March 15,2005; and WHEREAS, CONTRACTOR has been selected through a Request for Bids process to provide disaster recovery services specifically for marine debris; now therefore, IN CONSIDERATION of the mutual promises and conditions contained herein, the parties agree as follows: Section 1. SCOPE. The Agreement between the COUNTY and CONTRACTOR is hereby amended to include the attached additional Scope of Work and shall be appended to the existing Agreement Scope of Work found in Exhibit A of the existing Agreement. This additional Exhibit shall be identified as Exhibit AI. There are three c.omponents to Exhibit AI, trap debris, canal debris, and vessel and other offshore debris removal. The County will provide a notice to proceed based on discussions with FEMA and specific determinations of eligibility. Section 20 P A YMENTo The Agreement between the COUNTY and the CONTRACTOR is hereby amended to include the additional attached Fee Schedule andshaU be appended to the existing Agreement Fee Schedule found in ExhibitB of the existing Agreement This additional Exhibit shaH be identified as Exhibit B I , Payment for task undertaken as provided in Exhibit At shaH be made in accordance with the unit costs established in Exhibit BI , Section 3. FUTURE Al\IE NDI\tE NT. .fvlodifications to the existing Agreement and this Amendment to the Agreement shall be in accordance with Article 20 of the Agreement It is anticipated that fees will change and may be modified through amendment based on changing real costs, Section 4. ALL OTHER TER~fS OF THE AGREEMENT. AU other provisions of the Agreement dated February ] 3, 2002, as amended on September 1 2003, November 16, 2005; and March i5; 2006, not inconsistent herewith, shall remain in fun force and effect IN WITNESS WHEREOF each party hereto has caused this Agreement to be executed by its duly authorized representative, (SEAL) Attest: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY~ FLORIDA By By Deputy Clerk Mayor/Chairman EMERGENCY SERVICES~ LLC Attest: By Tide By )/2006 Z:37:0(1 I'M EXHIBIT At SCOPE OF WORK FOR MARINE DEBRIS Lobster traps, Marine Debris, and Abandoned Vessels Lobster Trap Removal DRC will be responsible for managing the removal and disposal of lobster traps destroyed or substantially damaged as the result of the 2005 and subsequent hurricane seasons within the life of the Agreement; to include the identification of locations in the water of where significant trap debris exists, working with the Monroe County Commercial Fisherman (MCCF) or other entities as appropriate to locate, remove, and dispose or traps, and oversight of field monitoring, and billing for the project Detailed Responsibilities: . DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites . DRC will provide management and oversight for County designated temporary debris sites to manage trap line, funnels, and buoys prior to appropriate disposal. Sites can be at fish houses or commercial fishing related facilities. Disposal sites for wood and concrete portions of traps will be as follows - various County designated offshore sites in the Gulf and Atlantic Ocean. Estimated Depth (Feet) , Site ID I Latitude Longitude 01 40 24.51244 -82.14985 I 02 33 24.49513 I -81.96367 03 31 2451528 -81.82093 I ! 04 i 28 ! 24.54376 -81.62800 I I 05 I 40. 24.56686 -81.44104 061 43 ' 24.60182 i -81.28612 I 39~ I -81.13454 i 07 24.64480 i 08 27 24.77655 I -80.78988 09 lli 24.89500 -80.58864 10 231 25.02491 -80.41809 I 11 26 ' 25.14859 -80.28529 . I 12 34 25.28558 -80.18986 , 131 20 24.96675 -81.34483 L Appendix E 6/16/20063:29:00 I'M li2'1 ,'~;!--! Bl'5"t<'\t.r l f;,~'-H e::.n~~, m f;' m "W 'W ~\;W ...;ft'N :'2J . Determine locations of significant lobster trap debris in an area from Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include municipalities. No effort should be made to assess the area within the bounds of Everglades National Park. Assessment of debris locations should not extend beyond l1z mile further toward the ocean or gulf from the islands connected by U.S. highway 1, unless there are known shallow water flat areas which may harbor trap debris. In addition, a less detailed assessment of the existence of lobster trap debris should be completed for the area ten miles (plus or minus) west of Key West. · Traps to be removed will include only those that have washed up on shallow water "flats" in the Keys or which otherwise exist in the near shore environment of the Keys and are tangled with other trap material (trap lines particularly): such that these traps cannot be construed as being active or functional for "fishing." · DRC will provide supervision and project oversight as required by FEMA, the State of Florida, and the County in conjunction with County staff and/or a monitoring firm employed by the County. Monitoring will include determination of actual trap removal counts of complete or partial traps and coordination with FEMA, the State of Florida, or Monroe County for verification of such counts. Appendix E 6/16/20062:47:00 PM . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County . DRCa through separate sub-contract(s) will accept the assistance of any other valid, qualified contractor as needed to assist in this project. DRC, Inc. reserves the right to solely determine if the sub-contractor in question is qualified to participate in this project Canal and Near Shore Debris Clean-up DRC will be responsible for managing the removal and disposal of marine debris in manmade canals which has resulted from the impacts of the 2005 and subsequent hurricane seasons within the life of the Agreement. Efforts are to include the identification of locations in the water of where significant marine debris exists, contracting with local marine contractors to, locate, remove, and dispose or marine debris, and oversight of field operations for the project. Detailed Responsibili ties: . DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposaL . Determine locations of marine debris in manmade canals within an area to include Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include the municipalities. The definition of manmade canal shall be that found in the Monroe County Code of Ordinances as follows: Man-made water body means a water body that was created by excavation by mechanical means under human control and shall include a canal, cut basin, or channel where its edges or margins have subsequently been modified by natural forces (See Definitions, Chapter 9.5-4 (M-4). (1) For the purposes of this chapter, such water bodies may have natural components, for instance a channel or canal may have been dredged such that the dredge material was used to create land on one side, but not the other, thus leaving a relatively natural shoreline on the opposite side. (2) Also for the purposes of this chapter, the man-made water body must have "Buildings," as defined in Chapter 9.5-4 (B-9), along its shoreline to be applicable. If buildings are not present on a given shoreline on the date of adoption of this ordinance, but such buildings are constructed at a later date, then this ordinance becomes effective at that time. . Assess total potential volume or appropriate metric (linear feet of canal, tons, etc.) for the amount of marine debris likely to be removed and disposed of. Marine debris should include such material that is visible on or just under the waters surface and that would Appendix E 6!16/2oo6 2:47:00 PM cause a hazard to safe navigation or be a potential risk to human health if not removed. Such marine debris should not be debris attached to personal property unless permission is provided to remove such debris. An effort should be made to contact a property owner to obtain permission to remove material that is obviously debris, but which may be tied or otherwise affixed to land for reasons of maintaining clear navigation. . Complete Contracts for Service with local marine contractors to remove debris from manmade canals located in the project work area. . DRC will provide supervision for project oversight efforts as required by FEMA or the Natural Resources Conservation Service (NRCS) (U.S. Department of Agriculture), the State of Florida, and the County in coordination with County staff and/or a monitoring firm employed by the County. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA or NRCS, the State of Florida, and the County Abandoned Vessel Recoverv and Disposal DRC will be responsible for managing the removal from the water, impound and auction or disposal, of abandoned vessels surrounding the Florida Keys which are largely, but not exclusively, the result of impacts of the 2005 and subsequent hurricane seasons within the life of the Agreement. Efforts are to include the detailed cost assessment for the removal of larger vessels which are located in shallow waters and are hard aground. Work will also include obtaining necessary salvage approvals through applicable state and federal agencies, including the Florida Keys National Marine Sanctuary, the United States Coast Guard, the U.S. Fish and Wildlife Service, and the Florida Fish and Wildlife Conservation Commission. Detailed Responsibilities: . DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites . Determine current locations of remaining abandoned vessels and determine the least costly approach for salvage or disposal as appropriate. Maps provided show approximate location of vessels after Hurricane Wilma. Additional information may be available concerning their current disposition. . In the event of future storms and similar impacts, staff will work with DRC ! Cahaba to locate and map vessels and other marine debris post each event. Such products will supplant the maps provided herein. Appendix E 6/16/20062:47:00 PM . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Assess total potential value of the removal operation whether by means leading to disposal or by means appropriate for salvage and sale for cost. . Work with local, state, and federal agencies to approve salvage plans for vessels that are located on sensitive marine or wetland resources, including shallow water seagrass areas and mangrove communities. . Prior to ultimate removal from the marine environment, reach agreement with local, state, and federal agencies on which abandoned vessels will be "eligible" under FEMA's eligibility guidelines. . Prior to ultimate removal from the marine environment, reach agreement on which vessels will be removed for disposal and which will be removed to a holding site for cost recovery through sale to an original owner or auction. . DRC will provide supervision for project oversight efforts as required by FEMA and the County in conjunction with County staff and/or a monitoring firm employed by the County. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . DRC a will be responsible for all project oversight where salvage plans have been applied for and approved and necessary salvage criteria or constraints are imposed by approving agencies. . DRC a will be responsible for the management of all project expenses and billing documentation as will be required by FEMA and the County Appendix E 6/16/20063:47:00 PM Appendix E 6/16/20063:47:00 PM EXHIBIT B FEE SCHEDULE FOR MARINE DEBRIS BID AMOUNT Trall Debris Cost per Trap Removed Shallow Water (0-2') Channels (2' plus) $ 41.50 34.20 * Assumptions: 1. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up tolO mile from land. 4. A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps will be billed at Y2 trap and at Yz the cost noted above, exclusive of fuels costs and tipping fees. 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 9. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of trap line, floats, and funnels must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. $_19.58 per linear foot cleaned Vegetative debris removal from canals. $_19.58 per linear foot cleaned Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and verifying its removal. The approach provided should minimize the time spent in making such determinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: Appendix E 6116/20063:47:00 PM 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Items of special concern (Hazmat materials, etc.) should be considered in the price quote. provided. Vesse. and Other ODen Water Marine Debris Labor and Cost of boat and vessel removal Boats/Vessels retrieved from the land by means of various equipment. No water borne equipment. $_150.00 per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ 25.00 - per linear foot of vessel Other Boats/Vessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 150.00 Non Salvageable: $ 225.00 per linear foot of vessel per linear foot of vessel Other Boats/Vessel in excess of 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 250.00 Non Salvageable: $ 225.00 per linear foot of vessel per linear foot of vessel Houseboats and larger vessels that may create some difficulty in removal because of location (edge of islands or in the mangroves, hard aground etc. - Lady Luck / Legacy excluded) retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 400.00 Non Salvageable: $ 225.00 vessel per linear foot of vessel per linear foot of Per day fees for storage/dockage for salvaged boats/vessels. $ 35.00 per unit/daily Appendix E 6/16/Z006 3:47:00 PM Respondent responsible for providing storage / dockage site. Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ 50.00 per cubic yard collected * Assumptions: 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of all marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. A quote for Vessels of special consideration - houseboats, larger vessels on islands, or surrounded by trees should be provided above. The removal of these vessels may require unexpected additional effort and further negotiation may be allowed on a case by case basis. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. Appendix E 6/16/2006347:00 PM ~:N';~ L I -~ i '. ~ I :"'<,:tf'."'~ f ~ I -ve' Appendix E 6/16/20063;47:00 PM "~'l II i ,~[:~;;;:c;_dJ rT~"L"Xj_- N : _ Hurricane Season 2005 : i + . "AbandOned Vessels - Middle Keys m.__2S1~Lw "'Mccc_f[:';t1r:-"t^w. ~,~,.,_!E::ii~3:c'C"__ I .-1 oo'ccr-~K-.- Ii ,,-,J '""1 '1 t(c>".:i'~'V3 '~m,.___..c~'2->t1""" flJ':"~f)-::: ^nm..__n -;ti7:i]W i;lJ'/ii:.:?:-_ cJlJ5jt~ rr-=_"~~km "~~1' .'+. . .~~~~~nh~dV~~~~~pper ~~~'" II ' ii "Wl:' fO' .~~ :ti'-lm;'ir'. ': !j r'-":~ l- I' 1 :--~0;' .b,,;:' --c,:::~ ii,;;;;;w:=::':::'-'- =_~ w Appendix E 6/16/20063:47:00 PM Memorandum ()epllrtment of.Mllrine Resources 2798 Overseas Highway. Suite 420 Marathon. Florida 33050 Voice: (305) 289 2507 FAX: (305) 289 2536 E mai I.:. prrett-g-cofge(ai!J1Dfl[OOCOU!1tv- fi .[;OV Board of Count v Commissioners Mayor Charles 'Sollny' McCoy, Dist 3 Mayor Pro Tem Murray Nelson, Disi 5 Commissioner Dixic Spehar. DisL I Commissioner George Neugent, Dist 2 Commissioner David Rice, Dist. 4 DATE: 16 June, 2006 TO: Board of County Commissioners FROM: George Garrett, Director of Marine Resources SUBJECT: Review of Responses to a Request for removal of marine debris resulting trom \Vilma and the 2005 hurricane season. Recommendation of DRC Emergency Services, LLC as the most responsive Back2:round: The County began a process in November 2005 to use DRC, its disaster recover contractor, to remove marine debris (traps, canal debris, and vessels) resulting from storms in the 2005 hurricane season. In a concerted process over the past six months, FEMA has ultimately agreed to assist in payment for the removal of all types of marine debris, after being acknowledged as eligible by both the U.S. Department of Agriculture (NRCS) and the ACOE, but who then declined to take on the project. With the declination of each of these agencies, FEMA is free to step in and assist the County, per disaster recovery protoco1. However, FEMA has raised a concern that the County's acceptance of DRC as the marine debris disaster recovery contractor was not been bid. Though the County attorney contended this point, staff agreed to send out a Request for Statements of Qualification on April 21 st with responses due on May 4th. Staff received 3 responsive statements of qualification. Further clarification of the process led to a complete request for qualifications and bid on May30, 2006 identified as: BC060690 Memo.doc (,1161200624500 PM DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA, MONROE COUNTY, FLORIDA Six responses were received and are attached. DRC was considered the most responsive based on a set of bid criteria comparing each company's stated qualifications, their ability to be immediately responsive to the situation, and on their total estimated bid amount \Vorking with the County Attorney's Office, staff agreed to amend the current DRC contract to reflect addition of the specific scope of work identified in the recent Req uest for Statements of Qualification. Unit costs are attached with the Scope of Work in the Contract Amendment. The estimated project cost based on the unit costs is $3,408,214. The County's portion is estimated at $426,027. This total amount will change based on the amount of actual debris removed Review of Statements of Qualification The documents for a Request for Bids (RFS) for the removal of marine debris are attached. The RFB identifies a large number of points that potential respondents should address. However, they fall into three categories: Administrative Management Project Management Project Cost The RFB expects that the successful respondent will be able to coordinate with state and tederal agencies related to disaster assistance. The successful respondent must be able to provide all necessary permits as needed. The successful respondent must be able to hire necessary contractors and manage a large scale project operating in multiple locations up and down the Florida Keys. The successful respondent must be able to operate self sufficiently while awaiting state and federal disaster response reimbursements. The successful respondent must be able to arbitrate disagreements with multiple private and public parties relating to disaster recovery. The successful respondent must be able to mobilize immediately. Staff received responses to the RFB package from six individual entities. These are: Bamaco, (nc '") 4. Corall\'larine Construction Crowder-Gulf Joint Venture, Inc DRC Emergency Services, LLC. Phillips & Jordan, Ine Resolve Marine Group, Ine Provided below is a scoring sheet which ranks each of the respondents based on identified criteria in the scoring sheet and the averaged totals of three RFB reviewers George Garrett~ Richard Jones~ and Judy Steele. Individual scoring sheets are also provided as an attachment. Scoring is based on a maximum total score of 300. ~ .) cr, a r-- ....r""; r-- r-- ,..., '"" "'" a '"" N N r....j C ~ <'1 \0 "-.c: cr, rr: ~ a ('.,-.. C; 0- '" """ \0 '-D or; d 0 r-.: <'1 M ..t ..c M 0 <- - - - - 1'1 <'1 or; ~, - en 1.< :::::; a c t~ M (f'; r-- Ci 0 3 0 r-- a .~ c:: 0 <~. ('r"'i ...., \0 c:: a ''-D 0 "'" '" 0 0 d c: c' V", C>O 00 N 0 0 0 0 0.. - - - - - N <') or. N N == .;::: ?5: 0 0 ('"....., r-- c r-- 5 r-- <') 0 0 r-- r-- 0 0 ..... \0 0 '~ \0 (~ c:: c:: '-C; ~ 0: 0 0--: 0": C 00 oC 00 a 00 0 - N - - - N cr, r-- U N E 1) :::::; "0 '"' C ,... ~ 1<,:, - r-- cr, a r-r. a a 0 M M M r-- OJ 'c: M '0 ~ 0 <", 0 0 <'1 _r, M \0 ~ '"' 00 0: 0: r;,o 00 .,;: r-.: <6 r-.: r-.: r-.: N '" "0 - - - - - N or, ~ - N C '"' V M M rr, r-- <'1 M rr, a r-- M M '...c \0 M <') ...., 'c: (r, rr; M 0 'c: <", ~ r"l <') or, "". or, <'1 \0 - -.0 0 V) r-.: - - c-:, g - - N or; rl"", "2 .;::: tq <(! '-' ~ r-- cr, r-- r-- M <':' M a r-- 0 '^"'. M 'c: ('...., ~ 'c: ("r! rr: M 0 --- 'D C r-- r-- c r-- r-- I.D v", ...., t"i ;Xl N r-- V) N r-- ;.c Q - - - - - M V) 0' 0:: - E <(! CO - a :::. g 'f ~ Q S '"' S -- - :>I: e::. --- c 1.1 - c;: ';. u 0 'C 0 0:: I'l '" '" '~' .;- ..:.: 0- 1.1 'C - ~ ;:?; U c S "0 '"' a 0 c '" on - 0> Q E [/) ~ 1::: .... S '"' 0:: <) ::l 'C :::::; '0 e - " N c8 .g '" ~ .... 2 "0 ;::: S (J '" is. ~ '" ,~ 'C (;i Sf q ;::: 0 a v v '" 0:: .t:: :.;;;; 5. ~ e::. .~ ;2 ... '" 0 '=' $: OJ :s <(! 0 (;i S u ,... ,- N "2 ... .:!:! 'C t1 S ;:; 13 c ~' 0.. "" V) ;> '" q .~ E N en .;- '"' ;:?; - '" c;; Vl "0 ~ '-' U L;; ~ 2' ;;:; 1.) () 0) :::::; <(! Vl 0 .. ~ 1i ... .... '" 'C "" ... ;;; E "0 <9 2 E ::l .... 1) ."E .J:;; E u; '" .;;:; ~ ~ '> '" ~ S Q ..c "0 '" .-- 0:: ~ ;.- "" ~ Vl "" .~ .... .-- 0 a '" ::l '8 c: ;2 "2 ..... E a cr "" :> ~ '1) t:J1 E 1: -;;; ~ E ... <(! '[; ;:?; 2- ,0 "" c .~~ .s ti '" '" ::: .2 '" '-' B a 0> ~ ~ "" ~ ~ "2 .!:::! - <(! c;: ~ g ,~ '- e if, t:: "0 l;:; ::l v: 0 1.1 ,x; :> .J:;; @ ~ 0 S "0 Vl ;:; "0 X :2 () 11.> V Q ~ '" '" C 0 .;- C;; ... ~ '- '- ;::: '- '- (OJ <: .~ 0 0 ... 0 ~ <) 0 0 C Vl .;- " <) 1) ~ 0:: -;;; uo ...c: .~ ,... ::0 :0 ~ 'l'":r '~ 'g ::c S: c 'll- ~ C ~ ~ ,... u "" E ;::: Vl ;::: "0 () N C3 Q ~ .9 1) }9 ,0:: <> ~ 0 d 0 .... ... .t::; ~ e::: 0 :z: """ ('"\ V; Vi -< ',-, v '"'"" - -' ~ Recommendation Based on the strength of the DRC Emergency Services, LLC response in all areas requested in the RSQ and as noted and scored in the scoring form above, staff is recommending that the Board of County Commissioners accept the Statement of Bids provided by DRC as the most responsive and enter into a contract with that firm to remove marine debris related to Hun'icane Wilma and the storms of the 2005 hurricane season. DRC is currentlv under contract with the Countv for debris removal. A Contract . ~ Amendment is provided for Commission approval which sets out the specific responsibilities for Marine Debris removal. An irregularity in the Bid process required a 5 percent bid bond on the County's DemandStar system, but nowhere in the actually bid documents. A bid bond was not requested of purchasing at the time of posting. Because of the irregularity and the fact that some respondents provided a bid bond while others did not, we are requesting the Board of County Commissioners wave this single requirement in accepting the Bid of DRC and entering into a contract amendment with the firm. All entities providing a Bid response were reviewed regardless of whether a bid bond was provided. 5 NOTICE OF CALLING FOR REQlJESTS FOR BIDS NOTICE IS HEREBY GIVEN TO PROSPECTIVE BIDDERS thal on June 12,2006 at 03:00 PM the Monroe County Purchasing Office will open sealed bids for the following: DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REl\tlOV AL POST HURRICANE 'VILMA, MONROE COUNTY, FLORIDA Specifications are attached, but may also be requested from the County Department of Marine Resources. Detailed information, both data and photography, relating to the known (immediately post hurricane) location of all types of marine debris are available on CD and may be requested by serious respondems from the Department of Marine Resources. Technical questions should be directed to 305-289-2507. The pub lie record is available at the Purchasing Office, 1100 Simonton Street, Key West, Florida. Respondents must submit two (2) signed originals of each bid in a sealed envelope marked on the outside, "Disaster Recovery Services for Marine Vessel and Debris Removal, Post Hurricane Wilma, Monroe County, Florida" addressed and delivered either by person or by mail, preferably by special delivery, registered mail to: Purchasing Office 1100 Simonton Street, Room 2-213 Key West, FL 33040 All responses to the Request for Bids must be received by the County Purchasing Office before 03:00 PM, June 12, 2006. Any Statements of Qualification received after this date and time will be automatically rejected. Faxed or emailed Statements of Qualification will also be automatically rejected. All Statements of Qualification must remain valid for a period of ninety (90) days. The Board will automatically reject the Statement of Qualification of any person or affiliate who appears on the convicted vendor list prepared by the Department of General Services. State of Florida, under Sec. 287.133(3)( d), FS (1997). Under the Hurricane Wilma Disaster Declaration, an immediate identificalion of the most responsive Statement of Qualification will be made and a contract will be developed and approved. Subsequently all Statements and the contract will be presented to the Board of County Commissioners, including the recommendation of the County Administrator and the requesting Department Head. Dated at Key West this w day of .~ME.Y__-, 2006. M.onroe County Purchasing Depat1ment 6 IMMEDIATE REQUEST FOR BIDS -<> DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOV ALPOST HURRICANE WILMA, l\tIONROE COUNTY, FLORIDA Monroe County, Florida is seeking professional Disaster Recovery Services to include the identification, recovery, and removal of marine debris, the result of Hurricane \Vilma and other 2005 hurricanes, from the waters within its jurisdiction surrounding Monroe County, the Florida Keys. The successful respondent must be available and be able to mobilize immediately, to in effect begin work on the scope of project identified below, within 14 days from the date of candidate approval. Interested parties should provide a response in the form of a "Response to Request for Bids" which addresses the following general requirements and capabilities and identifies the capacity to carry out the Scope of Work that follows. In addition to a detailed statement of qualification, the successful respondent must provide bids amounts in response to the attached section, "Specific Project Obligations." Space is provided so that bid amounts may be filled in. General Requirements for Qualification Professional Service capabilities shall include the followin2: . Coordinate with the State Division of Emergency Management, FEMA, Florida DOT, County, and other agencies to ensure that debris collection, removal, transport, and disposal, with all necessary documentation and supporting data meet each agency's requirements for reimbursement eligibility. . Assist County officials in preparation of State and FEMA reports for reimbursement including training of County employees and review of documentation prior to submittal through the end of the reimbursement process. Services shall include the provision of disposal tickets, field inspection reports, and other data sufficient to provide to the State and FEMA for reimbursement . Provide identification, permitting, removal, transportation, and disposal of marine related debris, including vessels and other man-made materials, located within the waters of the State of Florida, and the United States, as they surround Monroe County, the Florida Keys. 7 . Provide environmental damage assessments and recommendations for remediation. . Provide permitting and services necessary for the containment, cleanup, removal, transport, storage; testing; treatment and/or disposal of any hazardous; toxic, and industrial and bio-hazardous materials waste resulting from the disaster. . Provide hazardous waste remediation in flooded environments including canals and confined waters surrounding the Florida Keys. . Prepare requests for proposal and bidding documents for necessary sub- contractors under the Scope of Work provided below. . Prepare all necessary permit applications and procure permits for all work . Manage and operate temporary debris reduction and debris reduction sites to accept, process, reduce, transport, and dispose of debris material. Such management may include the temporary impound of salvageable vessels for purposes of cost recovery. . Provide certified scales at debris sites for monitoring of truck/load weights of services to determine cubic yardage or linear footage as necessary or appropriate. . Provide services which allow the selection most cost effective, permissible debris reduction method(s). . Provide project management services as requested for all categories of eligible disaster related work including advising of opportunities for disaster reimbursement or funding for losses associated with or not associated with the direct responsibilities of the work of the successful respondent. . Provide project accounting services to include developing a project flow process; file and reimbursement request management, and payment tracking. . Provide large project oversight for sub-contractor compliance with the Project Worksheet Statements of Work and line item identification from award to final inspection . Provide: o Temporary housing as necessary for disaster workers. o Portable toilets and shower units and related supplies and maintenance as necessary o General temporary warehousing I storage and suppOli o Temporary offices; mobile command centers; accommodations, and support . IdentifY required needed changes to the Scope contained in individual project worksheets and assist the County in negotiating changes with the State and FEMA. 8 · Provide project scheduling and status/progress repOliing · Review all sub-contractor documentation for consistency, compliance; and completeness and require corrections as appropriate before submitting for payment. · Provide individual project final inspection reports for reimbursement and project closeout · Provide weekly status reports for work accomplished by the contractor and any sub-contractors. · Provide services in support of eligibility determination of projects, to include: o Meeting with State and FEMA inspectors as appropriate. o Participation in site visits with the State and FEMA inspection team. o Assist in the review concerning eligibility issues. o Provide guidance in the interpretation of codes and regulations in relation to eligible work. o Prepare project worksheets for all projects o Review disputes and provide recommendations to the County regarding course of o Prepare correspondence as necessary o Address issues related to inter-agency funding conflicts CONTENT OF SUBMISSION: The submittal in response to this RFQ shall be printed on 8-1/2" x 11" white paper; shall be clear and concise and provide the information requested herein. The submittal shall be stapled and not be bound or tabbed. Statements submitted without the required information will not be considered. Submittals shall be organized as indicated below. The respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration. Each Respondent must submit adequate documentation to certify the Respondent's compliance with the County's requirements. Respondent should focus specifically on the information requested. The following information, at a minimum, shall be included in the Submittal: . Cover Page A cover page that states "'REQUEST FOR QUALIFICATIONS - DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS RElVIOV ALPOST HURRICANE WILlVIA". The cover page should contain 9 Respondent's name, address, telephone number, and the name of the Respondent's contact person. . General Information . A list of the entity's shareholders with five (5) percent or more of the stock or, if a general partnership, a list of the general partners; or, if a limited liability company, a list of its members; if unincorporated and not a partnership, the name(s) of owners. . A list of the officers and directors of the entity; . The number of years the entity has been operating and, if different, the number of years it has been providing the services, goods, or construction services called for in the RFQ; . The number of years the entity has operated under its present name and any pnor names; . Whether, within the last five (5) years, an officer, general partner, controlling shareholder or major creditor of the bidder was an oftIcer, general partner, controlling shareholder or major creditor of any other entity that failed to perform services or furnish goods similar to those sought in the request for bids; . Customer references . Credit references Relevant Experience . The Respondent shall provide a project history of the firm or organization demonstrating its experience similar to that requested. Past Performance on Similar Proiects . The Respondent shall provide a list of past clients along with the following: . Name and full address . Name and telephone number of client contact . Date of initiation and completion of contract . Summary of the services and area served. Service Personnel 10 . The Respondent shall provide its information about ability to perform timely repairs, the personnel and qualifications of the persons performing the service, and the location of the service personnel. Litigation Answers to the following questions regarding claims and suits: . Has the Respondent ever failed to complete work or provide the goods for which it has contracted? (If yes, provide detai Is.) . Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the bidder, or its officers or general partners? (If yes, provide details.) . Has the Respondent, within the last five (5) years, been a party to any lawsuit or arbitration with regard to a contract for services, goods, or construction services similar to those requested in the RFQ? (If yes, the Respondent shall provide a history of any past or pending claims and litigation in which the Respondent is involved as a result of the provision of the same or similar services which are requested or described herein.) . Has the Respondent ever initiated litigation against the county or been sued by the county in connection with a contract to provide services, goods, or construction services? (If yes, provide details.) County Forms and Licenses . Respondent shall complete and execute the forms specified below: Lobbying and Conflict of Interest Clause Non-Collusion Affidavit Drug Free Workplace Form Bidder's Insurance and Indemnification Statement Insurance Agent's Statement '- . In addition, copies of all professional and occupational licenses shall be included in this section. A Monroe County occupational license is required to be obtained within ten days of award of the contract. Bid Response 11 · All successful respondents will provide a price quote for each of the project areas on the form (or a form substantially similar) provided in the RFB labeled "Bid Amount." In order to be able to provide equitable review of bids, pricing must be based on the approach to pricing provided in the "Bid Amount'" documel1t.lfthe RFB review committee deems that the approach to pricing is substantially different than that provided in the "Bid Amount" document, then the Response may be deemed invalid. REVIEW OF BID RESPONSES Provided below is a scoring sheet which will be use to rank each of the respondents based on identified criteria in the scoring sheet. Scoring will be based on a maximum total score of 300. 12 Scoring Sheet Review Criteria A Review Committee will meet at a scheduled and advertised time after the receipt of bids to review all complete and sufficient responses. A determination of the best response, based on the above criteria will be made during the meeting of the Review Committee. A recommendation on the award of contract will be made at the next available Board of County Commission meeting. If possible, a proposed contract will presented to the Commission at the same time. 13 Specific Project Obli2ations Lobster Trap Removal The successful respondent will be responsible for managing the relTIbVal and disposal of lobster traps destroyed or substantially damaged as the result of the 2005 hurricane season; to include the identification of locations in the water of where significant trap debris exists, working with the Monroe County Commercial Fisherman (l\1CCF) to locate, remove, and dispose or traps, and oversight of field monitoring, and billing for the project. Detailed Responsibilities: . The successful respondent will provide management and oversight for County designated temporary debris sites to manage trap line, funnels, and buoys prior to appropriate disposaL Sites can be at fish houses or commercial fishing related facilities. Disposal sites for wood and concrete portions of traps will be as follows ~ various County designated offshore sites in the Gulf and Atlantic Ocean. r--~-. . I . ... _"._~~__.._T____-:-_m_.:_~~.~___.m__mT_____~_mm__~.___~m.m.'---l .L-~lte ~___tJ=~stlmate~J~epth .l!".~~t) ~__~.J:atltude w_~__.....~ongltuq~_~ ~__._ 0 11~~~__________...w____*___._.___m____~~.~L?44 I .._._._.________J_~) 4985 I ~_ '02 ! 3 3i.____ _.~:+.4 9 5 13__~m---_....-:-81. 96 36 7 _~ L 03 i 31 i 2451528 i _ -81.82093 i t ~: i -~-- ;:J*;~ t==Jt~~~~~J ~--. ~tt ...-~~ ! u_._m ~::~{~~ r~--um- ~~ 1:~~~~~ 1 "_____m_.__ I _____________m. _ ____ I _ __ _ ______~_.___ I - ________m_.___ i - _. 081 _ 27 !______ 24}7655 !..._____ -80.78988 i L-..-- 09. __ 14+ 24.89500 ~u____~____:80.58864.~ i 10 I 23 i 25.02491 ! -80.41809 ! l==-~I=~~_31r=-==~~~~~F-=:1;~i: I L____~___~111________w.._____~___~g_1___.__~i:9667 ~J____________..._-81.3448}_J 14 "rr;.................. .'. Y~'''''.. ....." U~"'. " ,~ ~"f-?^.0.-:;J'!. ':.., - ' .;, ...........'___n..........,. .: 8 ".,.,"'....+..... <'-f"Y:~~ ";:<'"4";,("",-, . ... .....i';~Zt;:<;.~Lc "/iN',: "'::X:Z:<,' ....... ~L$.~{;;;-:f-i $"'i;;/;'.",i.' ~;J;''-'-;.;.,,~,'.; c...._.."it.):'~.,:,'~~s u'l= j' . - .' Hurricane Season.. 2005 Lob$ti:lr Trap Disp:osalSltes .:e,'~,~,',* ;~ )",.~ [ l ~~;.~'~;e't" .J):"\t,,'~ ~:".. 5:!-~,;.,;-i ~:., .... j ~ :, ..'-.> l0';'~~'~j1-i ~ :t;;;"'~v,., : ~ l't~,:(n; "'''''''l' ..... 'J> '_~'. "~ ... , . .. . .-'c'.c' )i"""i":".'" '",.. .' ... '1' .,",.i.. .... . . . . . ...",,:. .... ~.,..t-C:','_'~~- ;",u.,;.({;:-;-i ;" .n ....' .. "j ~","~-;;-,,-. ~e35?4 ; , ., ~ ; .~ bri,r,';c.; ;A-"[::'::"i-i ~ . . .......~~:". .. . ... ;-~.:;^,f;-",,' p';:"~C:^~-w it [i I br:(~~"", """'1" ,~;..!~i':',-cn" -' ~. ~w~+ . .i-1"",. _ ;;->~:V(f"J '" 'ii:""~';~")~" ";~-'1~._'r.;:o! ... ,:,~'~;'{r};;-"'--' . ~;~:..--X!sw.---------^;-r.~~i'"i~h ~,,,.\.u,, ^ n ~ "'.""-"'-'.r; .. ........-............ '>_' ~;-:f:t.r'-' r(/'Yi'>YX' . Cif-iJ-:/"H .~'.c~;~f;,F.;;;' ^ ~ . Determine locations of significant lobster trap debris in an area from Key West to Key Largo and the Monroe County portion of the "Eighteen tv1ile Stretch:~ to include municipalities. No effort should be made to assess the area within the bounds of Everglades National Park. Assessment of debris locations should not extend beyond 1:2 mile further toward the ocean or gulf from the islands connected by U.S. highway 1, unless there are known shallow water flat areas which may harbor trap debris. In addition, a less detailed assessment of the existence of lobster trap debris should be completed for the area ten miles (plus or minus) west of Key \Vest. . Traps to be removed will include only those that have washed up on shallow water "flats" in the Keys or which otherwise exist in the near shore environment of the Keys and are tangled with other trap material (trap lines particularly); such that these traps cannot be construed as being active or functional for "fishing." 15 . The successful respondent will provide supervision and project oversight as required by FEMA, the State of Florida, and the County in conjunction with County staff and/or a monitoring firm employed by the County. Monitoring will include determination of actual trap removal counts of complete or partial traps and coordination with FEMA, the State of Florida, or Monroe County for verification of such counts. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . The successful respondent will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County . The successful respondent through separate sub-contract(s) will accept the assistance of any other valid, qualified contractor as needed to assist in this project. Canal and Near Shore Debris Clean-up The successful respondent will be responsible for managing the removal and disposal of marine debris in manmade canals which has resulted from the impacts of the 2005 hurricane season. Efforts are to include the identification of locations in the water of where significant marine debris exists, contracting with local marine contractors to, locate, remove, and dispose or marine debris, and oversight of field operations for the project. Detailed Responsibilities: . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Determine locations of marine debris in manmade canals within an area to include KeyW est to Key Largo and the Monroe County portion of the "'Eighteen Mile Stretch," to include the municipalities. The definition of manmade canal shall be that found in the Monroe County Code of Ordinances as follows: Man-made water body means a water body that was created by excavation by mechanical means under human control and shaH include a canal, cut basin, or channel where its edges or margins have subsequently been modified by natural forces (See Definitions, Chapter 9.5-4 (M- 4). 16 (1) For the purposes of this chapter, such water bodies may have natural components, for instance a channel or canal may have been dredged such that the dredge material was used to create land on one side, but not the other, thus leaving a relatively natural shoreline on the opposite side. (2) Also for the purposes of this chapter, the man-made water body must have "Buildings, /I as defined in Chapter 9.5-4 (8-9), alOngitsshbrelineto be applicable. 1f buildings arena! present on a given shoreline on the date of adoption of this ordinance, but such buildings are constructed at a later date, then this ordinance becomes effective at that time. . Assess total potential volume or appropriate metric (linear feet of canal, tons, etc.) for the amount of marine debris likely to be removed and disposed of. Marine debris should include such material that is visible on or just under the waters surface and that would cause a hazard to safe navigation or be a potential risk to human health if not removed. Such marine debris should not be debris attached to personal property unless permission is provided to remove such debris. An effort should be made to contact a property owner to obtain permission to remove material that is obviously debris, but which may be tied or otherwise affixed to land for reasons of maintaining clear navigation. . Complete Contracts for Service with local marine contractors to remove debris from manmade canals located in the project work area. . The successful respondent will provide supervision for project oversight efforts as required by FEMA, the State of Florida, and the County in coordination with County staff and/or a monitoring firm employed by the County. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . The successful respondent will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County. Abandoned Vessel Recovery and Disposal The successful respondent will be responsible for managing the removal from the water, impound and auction or disposal, of abandoned vessels surrounding the Florida Keys which are largely, but not exclusively, the result of impacts of the 2005 hurricane season. Efforts are to include the detailed cost assessment for the 17 removal of larger vessels which are located in shallow waters and are hard aground. Work will also include obtaining necessary salvage approvals through applicable state and federal agencies, including the Florida Keys National Marine Sanctuary, the United States Coast Guard, the U.S. Fish and Wildlife Service, and the Florida Fish and Wildlife Conservation Commission. Detailed Responsibilities: · Determine current locations of remaining abandoned vessels and determine the least costly approach for salvage or disposal as appropriate. Salvage of abandoned boats/vessels is preferable in the instance that such vehicles are determined to retain substantially seaworthiness and reasonable value beyond the individual cost of salvage. Disposal as marine debris is preferable in the instance that such vehicle is no longer seaworthy; as assessed, could not be brought back to seawOlihiness without substantial expense; and the cost of recovery exceeds an apparent current value. Maps provided show approximate location of vessels after Hurricane Wilma. Additional information may be available concerning their current disposition. 18 :-i,~<;()j ~ ^"~&,^J' .. c;i::~;Gr;"~~ ~, ,... I : ~ I 19 ....::1.. -"-~'- .. '. -.c ".cc' .~ I L .~,' "87f<~;'''c-,-,,'' c ."',,'/0.........., 20 r:-~--=:!3'.:3::_--- __m~' ,- - ~ Hurricane Season 2005 -+ Abandoned Vessels. Middle Keys &~,q~c";~A ---~~>+-,~>>~.'^~~ it::'-!;..,,',c'\," -~~-,>~....--~--- --, , I , I I, ii0.iFJ~j; , . 21 r:r',".i.k ~:._:..!'!:::V:._:. ,"",",-.- :.:..:.:.:.:..:..,.':'::" ;; . '._.'c'_'.' +.i.... . ~~rr~:aned u. ~::~nlJ"""_"""""" ;;0;:5.... ,....., ." . ,. . . l'Wa'lUon~ ve$Se,<> " pper "",ys ?i;.?';~.'/} f,(,::~~'~<;;i ::w~.~;t~;.:!.-".,. K!'-';~1>0 "~"I ;~',,'!;:::'-O4 ' "1 ... .... .._..... ".,m %f4;';-~"~'" ,w~;;: ?--". ,i';~\f';.~>~"'.'" .-.- .-.'i:j-:"'i.?~'Y; :"~~:l".. I"" I' j. i~" '1 j-""0 ~ l ..-rt<~/t.- . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Assess total potential value of the removal operation whether by means leading to disposal or by means appropriate for salvage and sale for cost. . \Vork with local, state, and federal agencies to approve salvage plans for vessels that are located on sensitive marine or wetland resources, including shallow water seagrass areas and mangrove communities. . Prior to ultimate removal from the marine environment, reach agreement with locaL state, and federal agencies on which abandoned vessels will be "eligible" under FEMA's eligibility guidelines. 22 . Prior to ultimate removal from the marine environment, reach agreement on which vessels will be removed for disposal and which wi 11 be removed to a holding site for cost recovery through sale to an original owner or auction. . The successful respondent will provide supervision for project oversight efforts as required by FEl\1A and the County in conjunction with County staff and/or a monitoring firm employed by the County. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . The successful respondent will be responsible for all project oversight where salvage plans have been applied for and approved and necessary salvage criteria or constraints are imposed by approving agencies. . The successful respondent will be responsible for the management of all project expenses and billing documentation as will be required by FEMA and the County )~ ~J BID AMOUNT Trap Debris Cost per Trap Removed Shallow Water (0-2') Channels (2' plus) $ * Assumptions: 1. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up to 1 0 mile from land. 4. A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps will be billed at Y:t trap and at .~;2 the cost noted above, exclusive of fuels costs and tipping fees. 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 9. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of trap line, floats, and funnels must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. cleaned $ per linear foot 24 Vegetative debris removal from canals. cleaned $ per linear foot Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and verifying its removaL The approach provided should minimize the time spent in making such determinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of marine debris must be considered in any price quote provided. Tipping fees from tinal disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Items of special concern (Hazmat materials, etc.) should be considered in the price quote provided. Vessel and Other Open Water Marine Debris Labor and Cost of boat and vessel removal Boats/Vessels retrieved from the land by means of various equipment. No water borne equipment. $ per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: of vessel per linear foot Other Boats/Vessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ vessel per linear foot of 25 Non Salvageable: $ of vessel _~~~_~_......___ per linear foot Other Boats/Vessel in excess of 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ vessel Non Salvageable: $_~.~~ of vessel per linear foot of .~_ per linear foot Houseboats and larger vessels that may create some difficulty in removal because of location (edge of islands or in the mangroves, hard aground etc. - Lady Luck / Legacy excluded) retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ per linear foot of vessel Non Salvageable: $._._.m__.m_____....... per linear foot of vessel Per day fees for storage/dockage for salvaged boats/vessels. $ per unit/daily Respondent responsible for providing storage; dockage site. Water based marine debris found outside of canals including otTshore collection and transport to offloading site: $ _.....__._..__. per cubic yard collected * Assumptions: 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of all marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 26 2. A quote for Vessels of special consideration - houseboats, larger vessels on islands, or surrounded by trees should be provided above. The removal of these vessels may require unexpected additional effort and further negotiation may be allowed on a case by case basis. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. 27 PUBLIC ENTITY CRIME STATEMENT "i\. person or affiliate who has been placed on the convicted vendor list follO\ving a conviction for public entity crime may not submit a bid on a contract to provide any gooclsor services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287,017, tor CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 28 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE "HUmm warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may. in its discretion. tenninate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. (signature) STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, m. who, after first being sworn by me, affixed his/her signature (name of individual signing) in the space provided above on this day of 20 nnm"~m.. NOTARY PUBLIC My commission expires: OMB - M.cP FORM #4 29 NON-COLLUSION AFFlDA VfT !'__n of tile city of __naccording to law on my oath, and under penalty of perjury, depose and say that; I) I amn project described as follows: nm_n_______________...__m___..._...______n________., the bidder making the Proposal for the 2) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition: 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts fcx said project. STA TE OF (.Signature of Bidder) ~ - COUNTY OF DATE rERSONALL Y APPEARED BEFORE ME:" the undersigned authority, ____......_..._...n________m_____m___...______...____n_ who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this day 2003. My commission expires: NOTARY PUBLlC OMB - Mer FORM #1 30 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) ]. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and speci:(ving the actions that will be taken against employees for violations of such prohibition. 2. Infonn 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 (]). 4. In the statement specified in subsection (I), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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, or 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 tlrm complies fully with the above requirements. Bidde(s Signature Date OMS - MeritS 31 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are Made Occurrence Claims Insurance Agency Signature BIDDERS STATEMENT I understand the insurance that will be mandatorY if awarded the contract and will '"' comply in full with all the requirements. Bidder Signature 32 Attachment 1 Individual RFB Scoring Sheets 33 Criteria Bamaco Coral Marin Crowder ORC Philips Resolve Total PossiblE 1 6 5 8 9 10 2 10 2 7 4 10 10 10 7, 10 3 5 4 10 10 10 7 10 4 5 2 8 10 9 5 10 5 14 ... .. . 4 18 .. 20 18 12 20 6 14 12 16 20 16 10 20 7 7 6 8 9 8 8 10 8 10 8 18 20 18 16 20 9 16 8 20 20 20 16 20 10 12 6 20 20 20 16 20 11 16 14 17 19 17 14 50 12 57.730886 51.3564279 100 90,371046 50 33.9= 100 169.730886 124.356428 2 257.371046 206 146,919889 300 George RFB Score 4 6 2 1 3 5 Rich RFB Score Criteria Bamaco Coral Marin Crowder ORC Philios Resolve Total PossiblE 1 10 4 8 10 10 4 10 2 8 7 8 10 10 6 10 3 8 7 8 8 8 8 10 4 7 4 8 10 I 6 10 5 16 10 16 201 12 20 6 16 12 12 16 12 20 7 8 6 5 8 8 6 10 8 16 12 12 16 16 14 20 9 20 4 12 16 20 14 20 10 20 6 12 20 Ii ~~ 20 11 50 25 25 50 50 12 57.730886 51.3564279 100 90.371046 .9198891 100 236.730886 148.356428 226 274.371046 223 171.919889 300 4 6 2 1 3 5 Judy RFB Score Criteria Bamaco Coral Marin Crowder ORC Philips Resolve Total Possiblt 1 7 7 10 8 10 7 10 2 7 5 10 10 10 5 10 3 7 5 9 10 10 5 10 4 5 5 9 9 9 5 10 5 10 5 ... . 20 .. 20 20 5 20 6 10 10 15 20 15 10 20 7 10 7 8 8 8 8 10 8 101 10 18 20 20 10 20 9 15 5 20 19 20 10 20 m 15 10 20 20 20 10 20 30 25 40 45 40 25 50 57.730886 51.3564279 100 90.371046 50 33.9198891 100 183.730886 145.356428 279 279.371046 232 133.919889 300 4 5 2 1 3 6 Memorandum Department of Marine Resources 2798 Overseas Highway, Suite 420 Marathon, Florida 33050 Voice: (305) 289 2507 FAX: (305) 289 2536 Email: garrett-george@monroecountv-fl.gov Board of County Commissioners Mayor Charles 'Sonny' McCoy, Dist. 3 Mayor Pro Tem Murray Nelson, Dist. 5 Commissioner Dixie Spehar, Dist. 1 Commissioner George Neugent, Dist. 2 Commissioner David Rice, Dist. 4 DATE: 16 June, 2006 TO: Board of County Commissioners FROM: George Garrett, Director of Marine Resources SUBJECT: Review of Responses to a Request for Bids for the removal of marine debris resulting from Hurricane Wilma and the 2005 hurricane season. Recommendation of DRC Emergency Services, LLC as the most responsive Back2:round: The County began a process in November 2005 to use DRC, its disaster recover contractor, to remove marine debris (traps, canal debris, and vessels) resulting from storms in the 2005 hurricane season. In a concerted process over the past six months, FEMA has ultimately agreed to assist in payment for the removal of all types of marine debris, after being acknowledged as eligible by both the U.S. Department of Agriculture (NRCS) and the ACOE, but who then declined to take on the project. With the declination of each of these agencies, FEMA is free to step in and assist the County, per disaster recovery protocol. However, FEMA has raised a concern that the County's acceptance ofDRC as the marine debris disaster recovery contractor was not been bid. Though the County attorney contended this point, staff agreed to send out a Request for Statements of Qualification on April 21 st with responses due on May 4th. Staff received 3 responsive statements of qualification. Further clarification of the process led to a complete request for qualifications and bid on May30, 2006 identified as: BC060690 Memo.doc 6/16/2006 2:45 :00 PM DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA, MONROE COUNTY, FLORIDA Six responses were received and are attached. DRC was considered the most responsive based on a set of bid criteria comparing each company's stated qualifications, their ability to be immediately responsive to the situation, and on their total estimated bid amount. Working with the County Attorney's Office, staff agreed to amend the current DRC contract to reflect addition of the specific scope of work identified in the recent Request for Statements of Qualification. Unit costs are attached with the Scope of Work in the Contract Amendment. The estimated project cost based on the unit costs is $3,408,214. The County's portion is estimated at $426,027. This total amount will change based on the amount of actual debris removed Review of Statements of Qualification The documents for a Request for Bids (RFB) for the removal of marine debris are attached. The RFB identifies a large number of points that potential respondents should address. However, they fall into three categories: Administrative Management Project Management Project Cost The RFB expects that the successful respondent will be able to coordinate with state and federal agencies related to disaster assistance. The successful respondent must be able to provide all necessary permits as needed. The successful respondent must be able to hire necessary contractors and manage a large scale project operating in multiple locations up and down the Florida Keys. The successful respondent must be able to operate self sufficiently while awaiting state and federal disaster response reimbursements. The successful respondent must be able to arbitrate disagreements with multiple private and public parties relating to disaster recovery. The successful respondent must be able to mobilize immediately. Staff received responses to the RFB package from six individual entities. These are: Bamaco, Inc 2 Coral Marine Construction Crowder-Gulf Joint Venture, Inc DRC Emergency Services, LLC. Phillips & Jordan, Inc Resolve Marine Group, Inc Provided below is a scoring sheet which ranks each of the respondents based on identified criteria in the scoring sheet and the averaged totals of three RFB reviewers George Garrett, Richard Jones, and Judy Steele. Individual scoring sheets are also provided as an attachment. Scoring is based on a maximum total score of 300. 3 M 0 r-- M r-- r-- M M M 0 M N N M 0 '" M '" '" M M M 0 M 0\ 0\ OJ """ '" '" <n 0\ 0 r-- M M """ '" M 0 :> ,...., ,...., ,...., ,...., N M <n '0 ,...., V1 OJ ~ 0 0 M M M r-- 0 0 0 0 r-- 0 M 0 0 M M M '" 0 0 0 0 '" 0 M V1 0 0 0\ 0\ 0\ <n 00 00 0 0 0 0 0 ~ ,...., ,...., ,...., ,...., ,...., N N M <n N N :E p., 0 0 M r-- 0 r-- M r-- M 0 0 r-- r-- 0 0 M '" 0 '" M '" M 0 0 '" M 0\ 0 0\ 0\ ci 00 00 00 00 0 00 ci 0 ,...., N ,...., ,...., ,...., N M 0\ r-- U N 1:J OJ ~ "0 Ci >= 0 p, r-- M 0 M 0 M 0 0 M M M 0 r-- V1 '" M 0 M 0 M 0 0 M M M 0 '" OJ ~ ..... 00 0\ 0\ 00 00 """ r-- '" r-: r-- r-- 0 N OJ "0 ,...., ,...., ,...., ,...., ,...., N 0 <n ~ ,...., N 8 u M M M r-- M M M 0 r-- M M '" '" M M M '" M or: M 0 '" M or: or: M <n <n <n M '" ,...., '" 0 <n r-- ,...., ,...., 0\ OJ ,...., ,...., N <n M ~ .s ,...., ..... ..... 0 (Ij u ::;8 r-- M r-- r-- M M M 0 0 r-- 0 M M '" M '" '" M M M 0 0 '" 0 r-- r-- 0 r-- r-- '" <n M M 00 N r-- <n N r-: '" u ,...., ,...., ,...., ,...., ,...., M <n 0\ (Ij ,...., S (Ij i=O ~ 0 ,...., '-' b1) .s 1:: 0 p, OJ ~ ..... ~ 0 ---- 0 ,...., b1) N '-' '-' .s OJ ~ .;:l p, u 0 ..... OJ (Ij N OJ OJ P.. '-' .';:: ..:.:: OJ ..... ~ .s u U 0 "0 1a ,...., ~ ..... C/ '-' 0 0 V1 V1 ,...., U OJ S (/"j '-' OJ ..... ~ .;:l OJ ..... ;::l 0 ..... ..... ~ .13 >= ---- "0 N <8 OJ "0 >= .8 OJ '-' ..... .';:: >= OJ ... b1) u ~ V1 OJ b1) (Ij >= 0 ... p, ..... (Ij ,l:J ;.;;l ..... 0 u U V1 (Ij P, ~ N OJ "0 ..... V1 U 0 '-' "0' 1a ~ ] OJ .S (Ij 1:J N ~ ~ OJ ... ,l:J ~ '-' ..... 0 ..... V1 .s OJ 0 P, OJ <n .;; OJ (Ij ---- S N V1 .;:; ..... u '-' ... OJ (Ij V1 "0 1:J OJ '-' OJ .~ ..:s >= ~ ~ S ;0 (Ij V1 g U .~ OJ ..... ~ OJ :~ OJ .;:; ..... S ;::l ..... ..... ~ "0 OJ 0 OJ ... ~ OJ OJ .~ V1 ~"S V1 ~ V1 P, ;0 ... (Ij OJ >= ~ V1 ..... OJ OJ OJ V1 (Ij ..... 5< b1) ;0 >= OJ .~ "0 ~ 0 ... S IS .s (Ij ..... ~ 1a OJ V1 .S OJ ... b1) S ~ .13 u (Ij 0 ..... (Ij >= >= >= p, IC ... OJ OJ >= .5b ,S V1 .~ ,...., OJ 0 ;0 (Ij u u ~ ,...., ] 1:J ... (Ij (Ij V1 ~ >= ..... (Ij V1 ..... >= "0 ;0 OJ 1.;:1 OJ ..... ;::l V1 0 0 .i:: p, OJ :B (Ij ~ :> 0 OJ 0 S "0 OJ V1 OJ "0 0 S >= u OJ OJ OJ OJ 0 ... ... ..... p, ... S OJ '- '- (Ij (Ij ~ (Ij '- '- ~ .~ ... ~ 0 0 0 0 ,l:J (/"j OJ ,l:J 0 V1 OJ OJ V1 ;::;;, ... V1 .;:; .;:; ... "0 >= :D :D >= V1 (Ij >= g ;:E 0 0 ~ V1 ::;8 0 b1) b1) p, (Ij (Ij S OJ OJ S >= >= ~ ~ V1 P, P, "0 u N OJ OJ ~ ... OJ (Ij (Ij OJ OJ OJ (Ij OJ ,l:J ,l:J 0 0 ~ u u Ci ~ z :::r:: Ci (/"j (/"j ......l f-< -.:::t Recommendation Based on the strength of the DRC Emergency Services, LLC response in all areas requested in the RSQ and as noted and scored in the scoring form above, staff is recommending that the Board of County Commissioners accept the Statement of Bids provided by DRC as the most responsive and enter into a contract with that firm to remove marine debris related to Hurricane Wilma and the storms of the 2005 hurricane season. DRC is currently under contract with the County for debris removal. A Contract Amendment is provided for Commission approval which sets out the specific responsibilities for Marine Debris removal. An irregularity in the Bid process required a 5 percent bid bond on the County's DemandStar system, but nowhere in the actually bid documents. A bid bond was not requested of purchasing at the time of posting. Because of the irregularity and the fact that some respondents provided a bid bond while others did not, we are requesting the Board of County Commissioners wave this single requirement in accepting the Bid of DRC and entering into a contract amendment with the firm. All entities providing a Bid response were reviewed regardless of whether a bid bond was provided. 5 NOTICE OF CALLING FOR REQUESTS FOR BIDS NOTICE IS HEREBY GIVEN TO PROSPECTIVE BIDDERS that on June 12,2006 at 03:00 PM the Monroe County Purchasing Office will open sealed bids for the following: DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA, MONROE COUNTY, FLORIDA Specifications are attached, but may also be requested from the County Department of Marine Resources. Detailed information, both data and photography, relating to the known (immediately post hurricane) location of all types of marine debris are available on CD and may be requested by serious respondents from the Department of Marine Resources. Technical questions should be directed to 305-289-2507. The public record is available at the Purchasing Office, 1100 Simonton Street, Key West, Florida. Respondents must submit two (2) signed originals of each bid in a sealed envelope marked on the outside, "Disaster Recovery Services for Marine Vessel and Debris Removal, Post Hurricane Wilma, Monroe County, Florida" addressed and delivered either by person or by mail, preferably by special delivery, registered mail to: Purchasing Office 1100 Simonton Street, Room 2-213 Key West, FL 33040 All responses to the Request for Bids must be received by the County Purchasing Office before 03:00 PM, June 12, 2006. Any Statements of Qualification received after this date and time will be automatically rejected. Faxed or emailed Statements of Qualification will also be automatically rejected. All Statements of Qualification must remain valid for a period of ninety (90) days. The Board will automatically reject the Statement of Qualification of any person or affiliate who appears on the convicted vendor list prepared by the Department of General Services, State of Florida, under Sec. 287.133(3)(d), FS (1997). Under the Hurricane Wilma Disaster Declaration, an immediate identification of the most responsive Statement of Qualification will be made and a contract will be developed and approved. Subsequently all Statements and the contract will be presented to the Board of County Commissioners, including the recommendation of the County Administrator and the requesting Department Head. Dated at Key West this ----.l1!h _ day of May, 2006. Monroe County Purchasing Department 6 IMMEDIATE REQUEST FOR BIDS -9- DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA, MONROE COUNTY, FLORIDA Monroe County, Florida is seeking professional Disaster Recovery Services to include the identification, recovery, and removal of marine debris, the result of Hurricane Wilma and other 2005 hurricanes, from the waters within its jurisdiction surrounding Monroe County, the Florida Keys. The successful respondent must be available and be able to mobilize immediately, to in effect begin work on the scope of project identified below, within 14 days from the date of candidate approval. Interested parties should provide a response in the form of a "Response to Request for Bids" which addresses the following general requirements and capabilities and identifies the capacity to carry out the Scope of Work that follows. In addition to a detailed statement of qualification, the successful respondent must provide bids amounts in response to the attached section, "Specific Project Obligations." Space is provided so that bid amounts may be filled in. General Requirements for Qualification Professional Service capabilities shall include the followim!:: . Coordinate with the State Division of Emergency Management, FEMA, Florida DOT, County, and other agencies to ensure that debris collection, removal, transport, and disposal, with all necessary documentation and supporting data meet each agency's requirements for reimbursement eligibility. . Assist County officials in preparation of State and FEMA reports for reimbursement including training of County employees and review of documentation prior to submittal through the end of the reimbursement process. Services shall include the provision of disposal tickets, field inspection reports, and other data sufficient to provide to the State and FEMA for reimbursement. . Provide identification, permitting, removal, transportation, and disposal of marine related debris, including vessels and other man-made materials, located within the waters of the State of Florida, and the United States, as they surround Monroe County, the Florida Keys. 7 . Provide environmental damage assessments and recommendations for remediation. . Provide permitting and services necessary for the containment, cleanup, removal, transport, storage, testing, treatment and/or disposal of any hazardous , toxic, and industrial and bio- hazardous materials waste resulting from the disaster. . Provide hazardous waste remediation in flooded environments including canals and confined waters surrounding the Florida Keys. . Prepare requests for proposal and bidding documents for necessary sub- contractors under the Scope of Work provided below. . Prepare all necessary permit applications and procure permits for all work . Manage and operate temporary debris reduction and debris reduction sites to accept, process, reduce, transport, and dispose of debris material. Such management may include the temporary impound of salvageable vessels for purposes of cost recovery. . Provide certified scales at debris sites for monitoring of truck/load weights of services to determine cubic yardage or linear footage as necessary or appropriate. . Provide services which allow the selection most cost effective, permissible debris reduction methodes). . Provide project management services as requested for all categories of eligible disaster related work including advising of opportunities for disaster reimbursement or funding for losses associated with or not associated with the direct responsibilities of the work of the successful respondent. . Provide project accounting services to include developing a project flow process, file and reimbursement request management, and payment tracking. . Provide large project oversight for sub-contractor compliance with the Project Worksheet Statements of Work and line item identification from award to final inspection . Provide: o Temporary housing as necessary for disaster workers. o Portable toilets and shower units and related supplies and maintenance as necessary o General temporary warehousing / storage and support o Temporary offices, mobile command centers, accommodations, and support . Identify required needed changes to the Scope contained in individual project worksheets and assist the County in negotiating changes with the State and FEMA. 8 . Provide project scheduling and status/progress reporting . Review all sub-contractor documentation for consistency, compliance, and completeness and require corrections as appropriate before submitting for payment. . Provide individual project final inspection reports for reimbursement and project closeout . Provide weekly status reports for work accomplished by the contractor and any sub-contractors. . Provide services in support of eligibility determination of projects, to include: o Meeting with State and FEMA inspectors as appropriate. o Participation in site visits with the State and FEMA inspection team. o Assist in the review concerning eligibility issues. o Provide guidance in the interpretation of codes and regulations in relation to eligible work. o Prepare project worksheets for all projects o Review disputes and provide recommendations to the County regarding course of o Prepare correspondence as necessary o Address issues related to inter-agency funding conflicts CONTENT OF SUBMISSION: The submittal in response to this RFQ shall be printed on 8-1/2" x 11" white paper; shall be clear and concise and provide the information requested herein. The submittal shall be stapled and not be bound or tabbed. Statements submitted without the required information will not be considered. Submittals shall be organized as indicated below. The respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration. Each Respondent must submit adequate documentation to certify the Respondent's compliance with the County's requirements. Respondent should focus specifically on the information requested. The following information, at a minimum, shall be included in the Submittal: . Cover Page A cover page that states "REQUEST FOR QUALIFICATIONS - DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA". The cover page should contain 9 Respondent's name, address, telephone number, and the name of the Respondent's contact person. . General Information . A list of the entity's shareholders with five (5) percent or more of the stock or, if a general partnership, a list of the general partners; or, if a limited liability company, a list of its members; if unincorporated and not a partnership, the name( s) of owners. . A list of the officers and directors of the entity; . The number of years the entity has been operating and, if different, the number of years it has been providing the services, goods, or construction services called for in the RFQ; . The number of years the entity has operated under its present name and any pnor names; . Whether, within the last five (5) years, an officer, general partner, controlling shareholder or major creditor of the bidder was an officer, general partner, controlling shareholder or major creditor of any other entity that failed to perform services or furnish goods similar to those sought in the request for bids; . Customer references . Credit references Relevant Experience . The Respondent shall provide a project history of the firm or organization demonstrating its experience similar to that requested. Past Performance on Similar Proiects . The Respondent shall provide a list of past clients along with the following: . Name and full address . Name and telephone number of client contact . Date of initiation and completion of contract . Summary of the services and area served. Service Personnel 10 . The Respondent shall provide its information about ability to perform timely repairs, the personnel and qualifications of the persons performing the service, and the location of the service personnel. Litigation Answers to the following questions regarding claims and suits: . Has the Respondent ever failed to complete work or provide the goods for which it has contracted? (If yes, provide details.) . Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the bidder, or its officers or general partners? (If yes, provide details.) . Has the Respondent, within the last five (5) years, been a party to any lawsuit or arbitration with regard to a contract for services, goods, or construction services similar to those requested in the RFQ? (If yes, the Respondent shall provide a history of any past or pending claims and litigation in which the Respondent is involved as a result of the provision of the same or similar services which are requested or described herein.) . Has the Respondent ever initiated litigation against the county or been sued by the county in connection with a contract to provide services, goods, or construction services? (If yes, provide details.) County Forms and Licenses . Respondent shall complete and execute the forms specified below: Lobbying and Conflict of Interest Clause Non-Collusion Affidavit Drug Free Workplace Form Bidder's Insurance and Indemnification Statement Insurance Agent's Statement . In addition, copies of all professional and occupational licenses shall be included in this section. A Monroe County occupational license is required to be obtained within ten days of award of the contract. Bid Response 11 . All successful respondents will provide a price quote for each of the project areas on the form (or a form substantially similar) provided in the RFB labeled "Bid Amount." In order to be able to provide equitable review of bids, pricing must be based on the approach to pricing provided in the "Bid Amount" document. If the RFB review committee deems that the approach to pricing is substantially different than that provided in the "Bid Amount" document, then the Response may be deemed invalid. REVIEW OF BID RESPONSES Provided below is a scoring sheet which will be use to rank each of the respondents based on identified criteria in the scoring sheet. Scoring will be based on a maximum total score of 300. 12 Scoring Sheet Review Criteria Responsiveness to requested materials and RSQ Criteria (10) Capable of coordinating with disaster agencies (10) Capable of managing disaster administration (10) Demonstrated data management / tracking / record keeping / reporting capability (10) Federal/State disaster reimbursement procedures in place (20) Necessary resource availability (20) HazMat experience and resources (10) Demonstrated financial wherewithal (20) Strength of experience on similar projects (20) Strength of overall past experience and performance (20) Ability to mobilize immediately (50) Low Bid Amount (100) Total A Review Committee will meet at a scheduled and advertised time after the receipt of bids to review all complete and sufficient responses. A determination of the best response, based on the above criteria will be made during the meeting of the Review Committee. A recommendation on the award of contract will be made at the next available Board of County Commission meeting. If possible, a proposed contract will presented to the Commission at the same time. 13 Specific Proiect Obli2:ations Lobster Trap Removal The successful respondent will be responsible for managing the removal and disposal of lobster traps destroyed or substantially damaged as the result of the 2005 hurricane season; to include the identification of locations in the water of where significant trap debris exists, working with the Monroe County Commercial Fisherman (MCCF) to locate, remove, and dispose or traps, and oversight of field monitoring, and billing for the project. Detailed Responsibilities: . The successful respondent will provide management and oversight for County designated temporary debris sites to manage trap line, funnels, and buoys prior to appropriate disposal. Sites can be at fish houses or commercial fishing related facilities. Disposal sites for wood and concrete portions of traps will be as follows - various County designated offshore sites in the Gulf and Atlantic Ocean. Site ID Estimated Depth (Feet) Latitude Longitude 01 40 24.51244 -82.14985 02 33 24.49513 -81.96367 03 31 2451528 -81.82093 04 28 24.54376 -81.62800 05 40 24.56686 -81.44104 06 43 24.60182 -81.28612 07 39 24.64480 -81.13454 08 27 24.77655 -80.78988 09 14 24.89500 -80.58864 10 23 25.02491 -80.41809 11 26 25.14859 -80.28529 12 34 25.28558 -80.18986 13 20 24.96675 -81.34483 14 :..:--:,~'O<.., c.:.-:r,'..: ,:I":.~O'.'.' ~I'~:.r/...', (:I~:~~,'..: ("I'~~('I'.'.' ).,.,::'.~ CI...,0 '.'.' O:'~:~')\': X:'1':,: ',., X':-:: '..: ':O':';O"'~' :(1.-.:."..... _":-'JI.! _ ~ ~ -+ Hurricane Season 2005 Lobster Trap Disposal Sites ,:"r-:""J-;j :'-:';:;Y:l;. . ,..~-,-; ;~ ~':" '! I Y'""f' -";, "';,"-'~ :.0:.:'0':' I :-o::.;.':'~ . .':':S"J :'1':;:' ~J .r:' I ~~1-: ~ :-o:.'(r:'j. :<<;f") i~ 12 " ""'--'1 ~,~:: ~'J-:.':' ~'''':'' I ':::~:-:f" .'.1~_~:. : ~.i=-:'-,''-: w",., I :Wl':" I ..,'~~'1-:.! '~'~.~~1-:~ 13 . J~~~O -~ ~^~::) ""oj .:;^;:-:) ~~ '.~";:;'J~! ~^:.:::) ""oj ~^:.'::) ""oj ,2 . .:;' 1 ~:) ~~ .~' 1 :":J"'! .\1''':. :~ :::.. "'_ ':~..i :::2':J)j.....~ :::' ~;_ .:~..i :::' '~'_ .:~..i :::' '_~_ .:~..i 7' ~1JU......' 7' 'IJU......' ;:l' ':.. '. ~..,. :lI -:.uU......' :lI ~UU......' :lI .~U......' :lI ~1JU......' :lI 'IJU......' . Determine locations of significant lobster trap debris in an area from Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include municipalities. No effort should be made to assess the area within the bounds of Everglades National Park. Assessment of debris locations should not extend beyond yj mile further toward the ocean or gulf from the islands connected by U.S. highway 1, unless there are known shallow water flat areas which may harbor trap debris. In addition, a less detailed assessment of the existence of lobster trap debris should be completed for the area ten miles (plus or minus) west of Key West. . Traps to be removed will include only those that have washed up on shallow water "flats" in the Keys or which otherwise exist in the near shore environment of the Keys and are tangled with other trap material (trap lines particularly); such that these traps cannot be construed as being active or functional for "fishing." 15 . The successful respondent will provide supervision and project oversight as required by FEMA, the State of Florida, and the County in conjunction with County staff and/or a monitoring firm employed by the County. Monitoring will include determination of actual trap removal counts of complete or partial traps and coordination with FEMA, the State of Florida, or Monroe County for verification of such counts. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . The successful respondent will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County . The successful respondent through separate sub-contract( s) will accept the assistance of any other valid, qualified contractor as needed to assist in this project. Canal and Near Shore Debris Clean-up The successful respondent will be responsible for managing the removal and disposal of marine debris in manmade canals which has resulted from the impacts of the 2005 hurricane season. Efforts are to include the identification of locations in the water of where significant marine debris exists, contracting with local marine contractors to, locate, remove, and dispose or marine debris, and oversight of field operations for the project. Detailed Responsibilities: . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Determine locations of marine debris in manmade canals within an area to include Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include the municipalities. The definition of manmade canal shall be that found in the Monroe County Code of Ordinances as follows: Man-made water body means a water body that was created by excavation by mechanical means under human control and shall include a canal, cut basin, or channel where its edges or margins have subsequently been modified by natural forces (See Definitions, Chapter 9.5-4 (M- 4). 16 (1) For the purposes of this chapter, such water bodies may have natural components, for instance a channel or canal may have been dredged such that the dredge material was used to create land on one side, but not the other, thus leaving a relatively natural shoreline on the opposite side. (2) Also for the purposes of this chapter, the man-made water body must have "Buildings," as defined in Chapter 9.5-4 (8-9), along its shoreline to be applicable. If buildings are not present on a given shoreline on the date of adoption of this ordinance, but such buildings are constructed at a later date, then this ordinance becomes effective at that time. . Assess total potential volume or appropriate metric (linear feet of canal, tons, etc.) for the amount of marine debris likely to be removed and disposed of. Marine debris should include such material that is visible on or just under the waters surface and that would cause a hazard to safe navigation or be a potential risk to human health if not removed. Such marine debris should not be debris attached to personal property unless permission is provided to remove such debris. An effort should be made to contact a property owner to obtain permission to remove material that is obviously debris, but which may be tied or otherwise affixed to land for reasons of maintaining clear navigation. . Complete Contracts for Service with local marine contractors to remove debris from manmade canals located in the project work area. . The successful respondent will provide supervision for project oversight efforts as required by FEMA, the State of Florida, and the County in coordination with County staff and/or a monitoring firm employed by the County. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . The successful respondent will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County. Abandoned Vessel Recovery and Disposal The successful respondent will be responsible for managing the removal from the water, impound and auction or disposal, of abandoned vessels surrounding the Florida Keys which are largely, but not exclusively, the result of impacts of the 2005 hurricane season. Efforts are to include the detailed cost assessment for the 17 removal of larger vessels which are located in shallow waters and are hard aground. Work will also include obtaining necessary salvage approvals through applicable state and federal agencies, including the Florida Keys National Marine Sanctuary, the United States Coast Guard, the U.S. Fish and Wildlife Service, and the Florida Fish and Wildlife Conservation Commission. Detailed Responsibilities: . Determine current locations of remaining abandoned vessels and determine the least costly approach for salvage or disposal as appropriate. Salvage of abandoned boats/vessels is preferable in the instance that such vehicles are determined to retain substantially seaworthiness and reasonable value beyond the individual cost of salvage. Disposal as marine debris is preferable in the instance that such vehicle is no longer seaworthy; as assessed, could not be brought back to seaworthiness without substantial expense; and the cost of recovery exceeds an apparent current value. Maps provided show approximate location of vessels after Hurricane Wilma. Additional information may be available concerning their current disposition. 18 :~=--;~.~- " +'. .. H . .'--"-'-.' urncane S Abandoned V - eason 2005 essels - Key W ; est Area ,,",' ~ I ~. .. ~~~! , . . i... .... It' 4t ",... ,,' - - .~::...... ,.I"r; .~../ 19 .I.:I.~...I., ~ ~._~(.<". 81.~:: ~,. ': -;1':-:-'(,-.:; ~. "".;..: '.-, }.J + Hurricane Season 2.005,'- , Abandoned Vessels -Lower Keys ~ {" \ - ..... /I.' - ./ . . A-'ll ' ".,; ~'- ~:':::: ~J "".-.. 'I~. ,l .t"..'::')~ ''''~..-, , ~;'" ..,' .-,., .;~::wJ."'.. -.~:.."_... Lit>,',.,~. -', __ '- JI/ ~ ..~ ~ . 0" -.IP :(~~ ',-, . i.,: :roo. r:.,-- ~''l,'._.- :!.~ . . . - ::" !: l' ' i:'" '-f ;t-,I. ~q'....;..~ ~ ! , - '~;::,~:~~-.~ ""- 7'.~O'.-. 0;-1300':: :::1':":0'.-.' 20 " + ""I '"I '. .' ,'I - . ~~ .~I_I1_'~ 1..1<~.,1v-.. :;"'; -.~; 'n.-';."l~." 11~ :r,~ ~ ..... Hurricane Season 2005 Abandoned Vessels - Middle Keys (: ~ . ~.'ill~' .i ..~ .l . ~I.I'Jl . t:e:~"",JI ~~.,....@ ~ C=I'~:r..1 -:C.. ~-:-< .,." 0.""'::.,-.... 21 :,,---:~. ,.: ~ ~' ~}- Hurricane Season 2005 Abandoned Vessels - Upper Keys ~ '~'~ -- ~I ,__ .~W "9 , " ", :':'1-.'-,- , 'A ..~ .-:r._1 "'~ ~ Ii;:"~,~,,; ",l .-.-...:,.,-,.,': :(1' .~' '., ".": Ir,"~ '.,"" :1;,.... .~,... (r=--:---.,': :""( '.-;-,....~...... "-,:I':.,l~_.: 'n 1 ~ .~~_.: .r, F,).I~_'. . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Assess total potential value of the removal operation whether by means leading to disposal or by means appropriate for salvage and sale for cost. . Work with local, state, and federal agencies to approve salvage plans for vessels that are located on sensitive marine or wetland resources, including shallow water seagrass areas and mangrove communities. . Prior to ultimate removal from the marine environment, reach agreement with local, state, and federal agencies on which abandoned vessels will be "eligible" under FEMA' s eligibility guidelines. 22 . Prior to ultimate removal from the marine environment, reach agreement on which vessels will be removed for disposal and which will be removed to a holding site for cost recovery through sale to an original owner or auction. . The successful respondent will provide supervision for project oversight efforts as required by FEMA and the County in conjunction with County staff and/or a monitoring firm employed by the County. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . The successful respondent will be responsible for all project oversight where salvage plans have been applied for and approved and necessary salvage criteria or constraints are imposed by approving agencies. . The successful respondent will be responsible for the management of all project expenses and billing documentation as will be required by FEMA and the County 23 BID AMOUNT Trap Debris Cost per Trap Removed Shallow Water (0-2 ') Channels (2' plus) $ * Assumptions: 1. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up to 1 0 mile from land. 4. A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps will be billed at yj trap and at yj the cost noted above, exclusive of fuels costs and tipping fees. 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 9. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of trap line, floats, and funnels must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. cleaned $ per linear foot 24 Vegetative debris removal from canals. cleaned $ per linear foot Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and verifying its removal. The approach provided should minimize the time spent in making such determinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Items of special concern (Hazmat materials, etc.) should be considered in the price quote provided. Vessel and Other Open Water Marine Debris Labor and Cost of boat and vessel removal Boats/Vessels retrieved from the land by means of various equipment. No water borne equipment. $ per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ of vessel per linear foot Other Boats/Vessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ vessel per linear foot of 25 Non Salvageable: $ of vessel per linear foot Other Boats/Vessel in excess of 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ vessel Non Salvageable: $ of vessel per linear foot of per linear foot Houseboats and larger vessels that may create some difficulty in removal because of location (edge of islands or in the mangroves, hard aground etc. - Lady Luck / Legacy excluded) retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ vessel Non Salvageable: $ of vessel per linear foot of per linear foot Per day fees for storage/dockage for salvaged boats/vessels. $ per unit/daily Respondent responsible for providing storage / dockage site. Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ per cubic yard collected * Assumptions: 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of all marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 26 2. A quote for Vessels of special consideration - houseboats, larger vessels on islands, or surrounded by trees should be provided above. The removal of these vessels may require unexpected additional effort and further negotiation may be allowed on a case by case basis. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. 27 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." 28 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No.1 0-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. (signature) Date: STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature (name of individual signing) in the space provided above on this day of ,20_ NOTARY PUBLIC My commission expires: OMB - MCP FORM #4 29 NON-COLLUSION AFFIDAVIT I, of the city of according to law on my oath, and under penalty of perjury, depose and say that; 1) I am project described as follows: , the bidder making the Proposal for the 2) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Momoe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. STATE OF (Signature of Bidder) COUNTY OF DATE PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this day of ,2003. My commission expires: NOTARY PUBLIC OMB - MCP FORM #1 30 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: (Name of Business) 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 contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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, or 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 fully with the above requirements. Bidder's Signature Date OMB - MCP#5 31 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES Liability policies are Made Occurrence Claims Insurance Agency Signature BIDDERS STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Bidder Signature 32 Attachment 1 Individual RFB Scoring Sheets 33 George RFB Score Criteria Bamaco Coral Marin Crowder ORC Philips Resolve Total PossiblE 1 6 5 8 9 10 2 10 2 7 4 10 10 10 7 10 3 5 4 10 10 10 7 10 4 5 2 8 10 9 5 10 5 14 4 18 20 18 12 20 6 14 12 16 20 16 10 20 7 7 6 8 9 8 8 10 8 10 8 18 20 18 16 20 9 16 8 20 20 20 16 20 10 12 6 20 20 20 16 20 11 16 14 17 19 17 14 50 12 57.730886 51.3564279 100 90.371046 50 33.9198891 100 169.730886 124.356428 253 257.371046 206 146.919889 300 4 6 2 1 3 5 Rich RFB Score Criteria Bamaco Coral Marin Crowder ORC Philips Resolve Total PossiblE 1 10 4 8 10 10 4 10 2 8 7 8 10 10 6 10 3 8 7 8 8 8 8 10 4 7 4 8 10 10 6 10 5 16 10 16 20 20 12 20 6 16 12 12 16 16 12 20 7 8 6 5 8 8 6 10 8 16 12 12 16 16 14 20 9 20 4 12 16 20 14 20 10 20 6 12 20 20 16 20 11 50 25 25 50 35 40 50 12 57.730886 51.3564279 100 90.371046 50 33.9198891 100 236.730886 148.356428 226 274.371046 223 171.919889 300 4 6 2 1 3 5 Judy RFB Score Criteria Bamaco Coral Marin Crowder ORC Philips Resolve Total PossiblE 1 7 7 10 8 10 7 10 2 7 5 10 10 10 5 10 3 7 5 9 10 10 5 10 4 5 5 9 9 9 5 10 5 10 5 20 20 20 5 20 6 10 10 15 20 15 10 20 7 10 7 8 8 8 8 10 8 10 10 18 20 20 10 20 9 15 5 20 19 20 10 20 10 15 10 20 20 20 10 20 11 30 25 40 45 40 25 50 12 57.730886 51.3564279 100 90.371046 50 33.9198891 100 183.730886 145.356428 279 279.371046 232 133.919889 300 4 5 2 1 3 6 Attachment 2 Responses to a Request for Bids for en.] ,,:..,t.. "Request for Qualifications-Disaster Recovery Service, s for Marine Vessel and Debris Removal Post Hurricane Wilma" Bamaco, Inc. 6869 WestHwy 100 Bunnell,FL 32110 386-586-3656 Office 386-586-3663 Fax 251-747-4459 Cell . - -. . 407~47-4'59 Cell 251-74'..7211 Cell 352-585'"7501 Cell 407-427-6790 Cell Please check us 1 Contact person for this Req~st for 'Qualification., , :;'! . ~- Robert (Mike) Mitchl1.1 President i General Infonnation Bamaco, Inc. Shareholders Beverly Mitchell 100% Stockholder 100% Women Owned Business Officers and Directors Beverly Mitchell Mike Mitchell Tara Painter Number of Years Bamaco, Inc. has been providing the services caUed for in this RFQ Twenty-nine (29) Three years as Bamaco, Inc. But 29 combined years as a Debris Removal Contractor under other entities. Number of Years in Operation Twenty-nine (29) . All three years Bamaco, Inc. has been in good standing and completed all services undertaken pertaining or related to requests sought in this bid. Has Bamaco, Inc. failed to perform service or furnish goods, within the last five (5) years, similar to those sought in this request for bids? Bamaco, Inc. or any personnel have never failed to complete any projects requiring similar services or any other services. Customer References Bamaco is providing you with several letters of recommendation. They all have Contact names and contact numbers. Additionally, Bamaco personnel also performed all the vessel and waterway debris removal for Pender and Onslow counties working for TB Powell Inc. on a previous hurricane. See Andy Headrick letter of recommendation. Andy Headrick is now the City Manager Of Fuquay Varina, North Carolina Phone: 919-567-3907 Bamaco personnel, Mike Mitchell and Company performed over a 1000 miles of debris removal on various waterways over the years for NRCS. Contact- Liz Caldwell State of North Carolina NRCS State Contract Specialist Located in Raleigh, North Carolina (919) 873-2113. 2 Bamaco personnel, Mike Mitchell and Company performed on several contracts for the Town of Surf City, North Carolina. Contact - Jane Kirk - Surf City Finance, (910) 328-4131. Sunburst BAMACO, Inc's personnel (Mike Mitchell and Company) provided marine vessel and marine debris removal on massive amounts of work for the old Soil Conservation Services, now called NRCS in and around Miami and Miami Beach after Hurricane Andrew. Additionally we performed massive work on the waterways down in the Everglades all as a (Prime Contractor) Gene Faiser was the contracting officer for SCS. She worked out of the Gainsville, Florida Office Bamaco personel also performed work on waterway debris removal for City of Miami Beach FI (Prime Contractor) after Hurricane Andrew Dick Gattie was the Public Works Contact for Miami Beach FI Back then. 3 4 5 6 7 ',:,: 'i~ ',;2' ~,,,.r' r0.Af~~ ;,~ '7i~~1~e2 i:.~:'. 'fnJ)ff 1-'lIudl COlINT'f~'SOFFlCE 1Jfl>.. WI!lJI.&I.s;u;ET POIn \:lIf'f1Cf.:umt's ~W.~~ lUl, ~tMDl~lMl PAX(9~.zso;.t4IIl ~ 11. tool r (1 W't,l)'m it MIll' C~"'~ ~ ~ _~~tiJJAMAro.la:.,~ '\l\Itldoo ~ ~itrTtbF r,,_ o)f$l.ldCif)',NoM ~ ilI_lItl! l~wWle 1_" T_~. Hill Bltpmjtd 1IWOh<Rt tM~ ~am~pfJlilBd1lelD1Wm~Floyd ~~ ~ ~~*,iuid__ ofllw:~ iBdri$ ~h)' II!liIlIJliu..qu....to.W ilOO ....3!IIlld.. ftI:l;ioou ~ ~..~ft:znh~~'""" ,,,-1'"_!iOO- . ~mm md~~_*T_Or&lrfGlyw...-~-~ Wblr ~~, S1.....1~ J1itlIJy""'. MltI!Ii ~ ~ M!', ~ 'J/flU _ ]ow ,!llidder ilt'. projoet if> ~~_~t>f~...tomT_~-~ His~~~!""" ~~ _T_ofSlwfCity,__ .....-of_TQ!liIIft~_~1e ~~~~,ofpl\'lll1Pm\tJ~by~l'nmw 19%, _1:tJe~ ~_d:ilipoIdof~~~by__$l'Ila MM NliIddJ _tIle~__"'" ilc~~ 1'1.: ~ef'Wllll!k '~~~ ~)'Mli.. ~ ......."'........,.. ~,~.........1dh Toq~lIi_ T~wn ~f( ~~tlw;__I!l...(_(!-f~~~~) In the ~ <>f my~iIIC ....w....... wdm Mbt ~ llli1l.ft ........~<<t -..ioos t~ dI$ltwith~cif"">'I\..,,~~.~ r~ ~MiItt~tI:lM ~..~_~iB_......~ ,~~~.,Mb~isyauCll!1 ~_tli:II ~ I /IIM:r~_:NbllllHld_~ISIlt'~ TmsI, i511~ ~mllbild~.~fl1II!lIlCf....~__08tl!l~tQ~tb'!(QS! .... ~ ~t!!IIIlIb .....:tbeOCtaistrJilltlo ----Jl!flJ&b1 ~~..~ on ~.~, Illdiine"~~ Iff ~,d8l.~~O'lWlII:::rminimi2:cstJg d:ik nfllS'J'~""'" ~__....._~thlttaeOWDlt.-n g. ~ "t!llf~~--' 'HidlWJk.c~ 1....._~!iQ __Q()~ W ~~~""~<<_~~"I~h~"", l~~; .lW''''lI'~.A,'''~fl:t..,~~_.. --.~....S1W_~ !fl_~~l!~i..i....-...,~._ ~ .~_, s~, ~)- ~,~ AMy~~~' 8 A;:;-;~_%, fr -f>,f,lili f- ~M;:lY';; Charleston ~S(n-d_h C,"iiJ I s.."tfinfJ CyprediS Gilrdens Qi?i\Jf();,;' 7Qw;],! f,':d f~:f~,r~.y;J1'"i Whon M--3.-'{ COJICe-t.';--; ~ by S~, ;-::<~,~"( 0-'; 1./1 C"'d[iH:<r 'f G-"",;n:-; f;~ r~ d, ; ~. \Tj:r :;:;-s _;;~ J-OJO CW:J-C&~ Ga!Gpn;:. fi.Jjdj r'<'k)[l-c_t!~ (COn;~H- SC ;'~Jbl t'sn~~) Xi.;3-C:5l$ r..-I'ft,W-) fill:! 1kr;!0~tclF4--~; 9 crIYOF MONROE tJl,~&lit. ~_CIlIlICUItOi11lil~_ BQ:- April19, :woo R9: 1.etter of ReGommen-dation from: Mati: Hubert. P .E., Engi!1l:l.ming S@rvicl)s Supervisor This ~tUlr $oneall $Ol'\f$ to verify 1twtDMC under tM direetioo of Mike Mi~!)~ were etl:l'ltraemd with the City of Mooroe to perform debris ft;!:mQVO!!J a!ld dl$poU:l $WfIiet$ f-{~IB!l!ild m re~ sewre wimer SWl1i! dama;{Je In a ~r ~andreoowry situation. I have. worked elose.ly with Mike Mitchell to ooordlnate the work efforts and hmte been pklaMd wiUl the performance of his persoMelln meeting terms of the, coo:tnIct arn;l deaJlng wi1l1 the- oftoo-dimcwt nature- of this work to satisfy the needs ofFEMA and wr cltizoos as they arose. I halia found OMC to be true to their word and ~xibkl- in I1lMting tM ,needs of 100 City of Monroe. if you should have any questions ffi9IJrdlng myexpel'ie:nca wUb OMC or FEMA ~e GoliQlct me at 1104) 282-4532. S!~w ?'itfl~~/ \latUh.~tt. fl.E, engineering hl'Y~ $upervlftor 10 11 12 13 14 :RUtH). M'rl;,,~S, MAYOR W~j,.~llill>~AltJii;. mnfun llf 'unt1n~tbiUe 1!=!:.l~.s;s j:t'j-HN:f. WH..1I.ANk.$ t.~:rwt.firA):t! m~'i:\:1i1 'll,%t'--'l W, lIAU,E Y ~OLlJ>>;} U}wARn~ ;;Ul:;; SA.N nrfi$ lGMl< HAM'JL't(j}! SUm) Mofl1'iIQgk Q~~~,WN~ rrun.fY 11, ruCi'-fR l<KJ!AIltD G_ WAlliNG, m i)JTl-tt$; c. rtJ~~f,Jl <:t-u~ 1:-*~-rnru1ta IAMB 'L W"';tIN,i USA L WAU,AU, -'l,.. iMi)!\71{OJ(l 'X: (MlJ %71..(;<)5$ 104 Civi.e C!;nte!" SU!m$~n'm{:, ~-IJth Cilrl)lina 294U'~l'lmi Mr. Mike Mil:dldl Oa!t Mike, y 011 r?-qllC!lte;l during 00f 1~lt;!ph0!i'll c;;Jlwi!!!i.tlkm llii" morning lrot I, pfovi<l<: Yfl\l willt a letter de;cnlJjp!l ik:bri:> removal work wflicn yoo fWflCrmed {dlI,1l"araljpil h:V"-'Il1W;lb, l~c,} ihr l\lt TvWll or SUtlli1Jfi:Yme oo.iing llire 198'1 and early 191!l f"A!lJwinj!; hl11Tg[;C Hug~, ! bcl:i~i'~ y~>u mndled Jehris r~] ~_md~r -rVfjf ~~rak cv.rur2.i.:ts fOx- d~ Tows ofSmnmen:ll!c;md t.I::lli! me f()ili' 4OoO!h:eU were ju excess <<$I25,OC#.l, W t were .n fh':w!cir.g m-,dlf (tdttmdy p<l0r ooM'lloflS ami llle ~lmde Df llw j"b \\I1!C~ ~m*, Ualll!tir.g_ ! r~1I111M! Wf! MIl an ,",,;)4~1l! wOfldn~ Nl3tI~llShijl will! hGlh yoo aHd YGl:lf crEWIL 1'00 lIlObiIi:.ud :rnd were l'llnSI coopl!!2!ive a;; ali vf llS t:OlCDmllcrro mapo:tw SituaOOlU arnl oomli!i€Jllli. iinuheil Ut' \1;OfKin 3 wrnpkltty lNili5!'J<ClOry rr.Hmtt and 0IJj tIm;;_ Jim;:! wriltoo, roo a telWi';;lrotdy lifter rOll OO!njllClOO me t01limcts roml'Jim~millll l~~ '1'1) YWJf ~lill~ ",f!he Wlllr;t<<;;, im__ ! I'ilrnWl IoGaI<:- d;at !el.lcr, WbUe Vi't:' !to"" !lad 110COOillClJimcil tlm.l time, I "Ioold "mainl:'j ~0lBid<'t yon vmyfavmablJ for fmufe ,~IlU;j;;:1S m lIl:it ~ talliltl.ltll)b J lwpi'ii Jmevcr ttlve in 00 toot 3(1llinJ, WE appmilllt' the excellenl jot jloo u;d 1m n.~ Brlrl Wt;1C pleased wiJh tloo btl-~lfU$.dike aM! !~-e~&lb!€ ap;'flOOl.'l1 whiCh you l,,,,,k 00('ll 1lJckc<m yoo:r f.mm proJ::cts Si1J~~4"ly , ~,/'" , , ~ I ~John F. Wij~,.k, TGtI'l\ Ad'mi:niW-at..'lf I ilifl!!"wt L M~p:__fiWW"M .i~nl!e~~m.l:L!ot-Jt$ 15 i';-~i (0,r\ 1't1, _i ''f '<i/ ~-v- 1, IZS i:NV!$(l<.-Ji'~i'':''>>;'T_A~ ~~\.!L },..t"-.NAC:2f".n:::o17 CDt~;;;ULT}.,z.,;n; ro wh'lwl1 ; t onl8.;Y t~jJr'(::[:f;r tilitc Mih.::hcH. Cn::rn.~!~y ~gy~,.:;~iit1(ti lyhh fvEk;:<; 'f</I.i~{'.0.:H &. bw -h.Uid-;;:~.QJi fE.MA H!ITri~~;':;;G!~ ;zctivity iil'i: (;i:lifDH,r;:;:1. ~ W;:i:.:; 'J.ls!)6: D>n :U :S1);H~")-j ~~g:;)i~{:imL ~.)- r~te-'M':NC tn.;: 'ihe tr:flGPn1't"r r~TI~(<~'.fji ~3t t~c' n.~.;:d [c-z- aG.,;.tk'~';:s t1\:( \'h/r~! to:;'E!.t~ry' <.nr..: M' [[tv?, deb:iL Bil:i {;~f tJM" ~~t:u,~iDn uf lhe C::i"r.;if.~"1ltt :;fi'n:.t~)fi(~n:~ -i}{! ~~t'j1;Ji:F-:t W:Gl l~O C"oi"npi~~5i:;o,c,t. .;'i:.;:;::ddi::::-d ,,-,tith. his p.erf(~-,nt~L'K~~ 0 t-lynrn.m.e-ri.cdiut:: t;jr, (:(!mfumy !he }t';~ on 1',,--;h.ts_':~",;m .sti:iH \<:;~-::suJd fi.i} Sirf!,;~O!:1,;~: SdJ;,fK P n;:~;,;~~jc~-n gL;~, Yi/:.' Pf.'}. fk'~ ;';' ,{;' :-:::w:<, !.,,::-.j!k, ;,;",~~""-<1 c, . S7i-.~~'Y.<~ ~.,-;.:O: J<.:U:'A: Yj/~. Credit References - For a clear and accurate report ofBAMACO, Inc. We provide you with a copy of our Dunn & Bradstreet Recent report. Also see attached letters of recommendation above. Please, for further evidence of financial stability please log on to http://www.BamacoDisasterRecovery.com. ]6 Report as of: 6869 W HIGHWAY 100 BUNNELL; FL 32110 Phone: 386 586-3653 D-U -N -S Number: 13-657-1689 Auto-Refresh: This report wlH be updated through p,prH 22, 2007 Risk SummaJY Lower Risk Risk of Late Improving Payment Performance Trend ;Vsk of late payment ls based on the foHowing prioritized factors in adcHtion to other infof'rnaUon in D0~B's fHes~ The payment performance trend for this company is Improving_ The most n::cent payment information in D&S's files Is: IE Control age or date entered in D&8 files indicates higher risK- @ Payments currently: 6 days beyond terms. @! 3 months ago: 14 terms_ '" Industry average: 6 days beyond terms, Indications of slowness car be the resuit of disputes over merchandise; SKipped invoices, etc *Note: payrncnts to suppners are averaged weighted by DoliN amounts, Chief Executive: Type of business: Years in business; Employees rota!: Company Profile Beverly R f'Jjitchell Corporation 3 Une of business: Special Trade Contractors, Nee 30 Legal Filings and ather Important Information Bankruptcies: Judgments: Ue"s: Suits: None None None None Negative Payment Experiences: Payments Placed for Co! lectlen: None None 17 Esta~l$n BAMACOINC 6869 W HIGHWAY 100 BUNNELL, FL 321104233 Risk uf Late Pay~ O.IJ-N.s Number. 13-657 .1689 Lower R1s!i Hlgher Risk HJ '" ~; 31 W'"T!,F 'vH1~~d~t ~ '"', ,.. i"" ~ lj-uJi- SDlifi{ARY 4f~2 FOPu~ERL Y r' S17,888, 386 5~ 17 99 30 WNJETERH H~REl HISTORY CLEFtR FINANCL~L STRONG "'r', v[ ~ ( (( Previous 1 H (T~10 Relevant Experience - Disaster Recovery Services: . Emergency Management Assistance ~ Providing Pre-Disaster Planning 01) Preposition Contracting 01) Debris Management- Removal, Hauling and Disposal . FEMA Funding Assistance 0: Providing Necessary Reimbursement Documentation . Waterway Restoration . Beach Restoration 1\11I Dredging oil) Demolition Services . Asbestos Abatement 0: Haz Mat . RCRA Issues 01) USTs lASTs 01) Marine Salvage 01) Marine Debris Removal Acoustic Survey BAMACO, Inc. Has the Ability to do Acoustic Surveys RTK-GPS technology allows our survey team to collect cm-scale position and elevation data up to ten times a second. By coupling an RTK-GPS system with an all terrain vehicle (A TV) and a shallow water, sonar equipped PWC; it is possible to achieve cm- scale horizontal and vertical precision while traversing the beach and surf zone at speeds of 5-8 kmIhour. Our research vessel Surfzone Explorer is a custom Yamaha Wave RUilller designed specifically for extremely shallow water mapping. The vessel is 13' long with a draft of approximately 0.25' and is powered by a super clean and quiet 4-stroke engine for surveys in the most environmentally sensitive areas. This proven design is the most advanced way to obtain quality, motion compensated single beam data in depths as shallow as 0.5' in the Mississippi Sound, shallow inlets, marshes, bayous, canals channels or estuaries. The terrestrial based Sand Tracker is a custom Yamaha all terrain vehicle used for the collection of high-density topographic information. The vehicle serves as a platform for an advanced Real-Time Kinematic Global Position System that can collect an accurate position and elevation data point 10 times a second. This technology allows our group to, not only, collect accurate 2D profile information but also to collect a series of morphologically derived survey lines in between stationed profiles. These high-density spatial datasets allows us to calculate the most accurate volume and shoreline change, as well as the generation of 3D maps and datum derived shorelines. Hydrographic surveys using multi beam and side-scanning sonar provide detailed information of the seafloor which will be used to identify hurricane-related debris, can also be used for nautical charting, geological investigations as well as high-resolution data for various coastal engineering projects. The final product of swath-based 19 bathymetric and backscatter surveys allow the end user to resolve features on the seafloor of varying size and frequency and to calculate a multitude of engineering parameters. The research vessel 4-Points is a custom fiberglass survey boat designed specifically for shallow water sonar and acoustical operations. The vessel is 25' long with a 10' beam; the bottom tapers from a deep "Carolina" style Vee to a relatively flat-bottomed stern that provides a shallow draft of approximately 1.2'. Twin 140 four-stroke engines, hung on a stainless steel bracket, power the vessel. All electronics and generators are grounded to the sea via a bottom mounted bonding plate to eliminate all potential electrical noise in the sonar data. The data compiled during our survey will be used to determine the type of debris (C&D, vegetative, industrial (including hazardous materials)). Once they debris is identified and categorized, we will utilize a retrieval technology that will be specific to the type of debris, the health and safety concerns of the recovery personnel and the ecological impact to the local marine ecosystems. **Bamaco, Inc. 's management persolU1el have been in the disaster response business for over 29 years. Bamaco has worked every major hurricane and disaster since Hurricane Fredrick in 1979. Additionally, Mike Mitchell and Bamaco have worked in response to tornadoes, floods, ice storms and forest fires (including being the prime contractor on the Los Alamos fire) throughout the United States. Additionally Barnaco Management personnel have completed many hazardous jobs on manmade and natural disasters. Barnaco's personnel have completed over $750,000,000.00 in disaster related projects across the United States. In August of2005, Bamaco under contract for the City of Gulfport, Mississippi responded in lightning speed to Hurricane Katrina. Within hours Bamaco provided 108 pieces of equipment to open the right-of- ways to allow the rescue workers and various disaster units to move in. Additional Barnaco provided another 173 pieces of equipment the following two days. Ultimately, Barnaco provided over 250 crews, in excess of, 1300 pieces of equipment working to restore order in a devastated Gulfport, Mississippi. That's not all Bamaco did, Bamaco provided massive crews to assist the USACE with the devastation caused in southern Alabama. With Katrina's severe winds and storm surge so severe, it caused the Battleship USS Alabama to list out of its concrete mooring. In addition to Mississippi and Alabama, Barnaco was selected as the debris removal and demolition contractor for the largest section of the hard hit 9th Ward in New Orleans. 20 Bamaco had to deal with, not only the debris left by the storm and flood, but tasked by the USACE to search for bodies while contending with the environmental consequences of untreated sewage and industrial waste. Health and safety considerations were and are still paramount on this project. Just when you thought it couldn't get any worse, Hurricane Wilma pounded southern and central Florida. Hurricane Wilma, with her lightning speed coupled with the intensity of the storm, surprised everyone. As late as the night before landfall, Wilma was predicted to be a Category One or at worst a sleepy Category Two, blitzed Florida with Category Three level winds. Again Bamaco responded with lightning speed. Most companies would not even attempt to work in four states at the same time, but Bamaco flexed its muscle and proved to the Disaster Debris Removal world that Bamaco is one of the strongest, and most dependable debris removal companies in the USA. Bamaco provided disaster recovery and debris removal services in Palm Beach County, as well as the cities of Miramar, Sunrise, North Lauderdale, and Pembroke Park in Florida. Today Bamaco continues debris removal in multiple states. With millions upon millions of yards of debris removed over the past year, Bamaco sails into the future prepared for the next disaster. In addition we have provided you with letters of recommendation that we believe speak louder than anything we can tell you. Action always speaks louder than words. For years BAMACO, Inc has been working with Government agencies providing every element of debris removal necessary including reimbursement. For over 30 yrs Bamacots environmental personnel have been steadily protecting the environment and saving the planet all for people like you. Bamaco's far superior environmentalists are ready for whatever challenges lie ahead. Bamaco provides the following services: Phase I Environmental Audits (AAI - All Appropriate Inquiries) Vent pipes at the roofline suggesting presence ofUSTs The persormel in the environmental division of Bamaco, Inc. have been involved in environmental due diligence (Phase I and II investigations) since the inception of the regulations. Having completed hundreds of audits, Bamaco persormel are experienced, highly qualified and provide complete and accurate assessments of subject properties. All appropriate inquiries (AAIs) must be conducted in compliance with either of these standards (ASTM E 1527 -00 Phase I Environmental Site Assessment Process or ASTM EI527-05) to obtain protection from potential liability under CERCLA as an innocent landowner, a contiguous property owner, or a bona fide prospective purchaser. The Environmental Protection Agency published a final rule setting federal standards for the conduct of all appropriate inquiries. The rule was published in the Federal Register on November 1, 2005. The final rule establishes specific regulatory requirements for conducting all appropriate 21 inquiries into the previous ownership, uses, and environmental conditions of a property for the purposes of qualifYing for certain landowner liability protections under CERCLA. The final rule will be effective on November 1, 2006, one year following the date of publication. Until November 1, 2006, parties may use either the requirements set forth in the all appropriate inquiries final rule or the requirements of the interim standard for all appropriate inquiries established in the Small Business Liability Relief and Brownfields Revitalization Act (the Brownfields Amendments to CERCLA) to satisfy the statutory requirements for all appropriate inquiries. The interim standard is the ASTM E1527-00 Phase I Environmental Site Assessment Process. Parties also may use the newly revised ASTM standard, ASTM E1527-05 standard. After November 1, 2006, parties must comply with the requirements of All Appropriate Inquiries Final Rule, or follow the standards set forth in the ASTM E1527-05 Phase I Environmental Site Assessment Process, to satisfy the statutory requirements for conducting all appropriate inquiries. Phase II Environmental Investigation Phase II Investigations are the natural extension of an AAI or Phase I assessment. The scope of work required in a Phase II investigation is determined by the information uncovered during the Phase I audit. This scope of work can include; Soil borings Soil sampling and analytical Groundwater monitoring wells Groundwater sampling and analytical Sampling of unknown drummed waste Sampling of P ACM (Potentially Asbestos Containing Material) Groundwater monitoring well installation Phase III Remediation Excavation of contaminated soil at an industrial facility Phase III remediation can be performed utilizing a wide variety of remediation strategies and technologies depending on the type of contamination, the concentration of the contaminant, and the site specific geological and hydrogeological characteristics. Following is a partial list of technologies utilized by Bamaco personnel; Excavate, haul and dispose Natural Attenuation Soil Vapor Extraction (SVE) SVE with Air Sparging Bioremediation Groundwater Pump and Treat Chemical Oxidation Low Temperature Thermal Desorption 22 Underground Storage Tanks/Leaking Underground Storage Tanks Excavation of a leaking underground storage tank An underground storage tank system (UST) is a tank and any underground piping connected to the tank that has at least 10 percent of its combined volume underground. The federal UST regulations apply only to underground tanks and piping storing either petroleum or certain hazardous substances. When the UST program began, there were approximately 2.1 million regulated tanks in the U.S. Nearly all USTs at these sites contain petroleum. These sites include marketers who sell gasoline to the public (such as service stations and convenience stores) and nornnarketers who use tanks solely for their own needs (such as fleet service operators and local governments). EPA estimates about 25,000 tanks hold hazardous substances covered by the UST regulations. Until the mid-1980s, most USTs were made of bare steel, which is likely to corrode over time and allow UST contents to leak into the envirorunent. Faulty installation or inadequate operating and maintenance procedures also can cause USTs to release their contents into the environment. The greatest potential hazard from a leaking UST is that the petroleum or other hazardous substance can seep into the soil and contaminate groundwater, the source of drinking water for nearly half of all Americans. A leaking UST can present other health and envirorunental risks, including the potential for fire and explosion. Bamaco personnel have removed hundreds of underground storage tanks systems throughout the United States. While each state has there own regulation, generally, a government representative is present when the USTs are removed and by visual and/or chemical detectors they determine if the tanks have leaked. If the tanks have been determined to have leaked, the state generates a leaking underground storage tank number and file for the site. It is then mandated that the owner and/or operator of the USTs reduce the levels of contamination to corrective action levels acceptable to the state EP A. A wide variety of clean-up procedures are available to remediate the site. (See Phase III information) Hazardous Waste Hazardous waste is a waste with properties that make it dangerous or potentially harmful to human health or the environment. The universe of hazardous wastes is large and diverse. Hazardous wastes can be liquids, solids, contained gases, or sludges. They can be the by-products of manufacturing processes or simply discarded commercial products, like cleaning fluids or pesticides. In regulatory terms, a RCRA hazardous waste is a waste that appears on one of the four hazardous wastes lists (F-list, K-list, P-list, or U-list), or exhibits at least one of four characteristics-ignitability, COITosivity, reactivity, or toxicity_ Hazardous waste is regulated under the Resource Conservation and Recovery Act (RCRA) Subtitle C. 23 Asbestos Asbestos has been used in building materials, paper products, plastics, and other products. Exposure mainly occurs in indoor air where it may be released from these materials. Effects on the lung are a major health concern from asbestos, as chronic (long- term) exposure to asbestos in humans via inhalation can result in a lung disease termed asbestosis. Asbestosis is characterized by shortness of breath and cough and may lead to severe impairment of respiratory function. Cancer is also a major concern from asbestos exposure, as inhalation exposure can cause lung cancer and mesothelioma (a rare cancer of the thin membranes lining the abdominal cavity and surrounding internal organs), and possibly gastrointestinal cancers in humans. EP A has classified asbestos as a Group A, known human carcinogen. Lungs exhibiting Mesothelioma, a cancer caused by exposure to asbestos Bamaco personnel have abated or encapsulated asbestos in a wide variety of commercial and industrial settings. Sample List of Suspect Asbestos - Containing Materials Cement Pipes Elevator Brake Shoes Cement Wallboard HV AC Duct Insulation Cement Siding Boiler Insulation Asphalt Floor Tile Breaching Insulation Vinyl Floor Tile Ductwork Flexible Fabric Connections Vinyl Sheet Flooring Cooling Towers Flooring Backing Pipe Insulation (corrugated air-cell, block, etc.) Construction Mastics (floor tile, carpet, ceiling tile, etc.) Heating and Electrical Ducts Acoustical Plaster Electrical Panel Partitions Decorative Plaster Electrical Cloth Textured Paints/Coatings Electric Wiring Insulation Ceiling Tiles and Lay-in Panels Chalkboards Spray-Applied Insulation Roofing Shingles Blown-in Insulation Roofing Felt Fireproofing Materials Base Flashing Taping Compounds (thermal) Thennal Paper Products Packing Materials (for wall/floor penetrations) Fire Doors High Temperature Gaskets Caulking/Putties Laboratory Hoods/Table Tops Adhesives Laboratory Gloves Wallboard Fire Blankets Joint Compounds Fire Curtains Vinyl Wall Coverings Elevator Equipment Panels Spackling Compounds 24 Brownfields Brownfields are real property, the expansion, redevelopment, or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. Cleaning up and reinvesting in these properties takes development pressures off of undeveloped, open land, and both improves and protects the environment. EPA's Brownfields Program is designed to empower states, communities, and other stakeholders in economic redevelopment to work together in a timely manner to prevent, assess, safely clean up, and sustainably reuse brownfields. A brownfield is a property, the expansion, redevelopment, or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. EP A's Brownfields Program provides financial and technical assistance for brownfields activities through an approach based on four main goals: Protecting the Envirorunent Addressing brownfields to ensure the health and well-being of America's people and envirorunent. . Promoting Partnerships Enhancing collaboration and communication essential to facilitate brownfields cleanup and reuse. . Strengthening the Marketplace Providing financial and technical assistance to bolster the private market. . Sustaining Reuse Redeveloping brownfields to enhance a community's long-tenn quality of life. Bamaco personnel have been, and continue to be, participants in the EPA's Brownfield program. Purchasing environmentally distressed properties, remediation of those properties to levels acceptable to the EP A and then either selling or developing said properties is an important venture in Bamaco's long range business plan. Past Performance on Similar Proiects Client List Florida Department of Transportation Metro Orlando Norht 2400 Camp Road Oviedo, FL 32765 Jeff Ryals 407.977.6535 Hurricane Charlie, Frances and Jeanne in 2004 Through Completion Debris Removal from beginning to end. Load/ Haul/ TDSRS Operations and final disposal. 25 Sunburst Sanitation 786 Pike Road West Palm Beach, FL 33411 David A Unversaw 561.248.8131 October 24, 2005 Hurricane Wilma Debris Removal from beginning to end. Load and haul debris for the County of West Palm Beach. City of Gulfport P.O. Box 1780 Gulfport, MS 39502 Brent Warr, Mayor 228.868.5810 August 29, 2005 to Present. Hurricane Katrina. Debris Removal from beginning to end. Load/ Haul/ Haz Mat removal/ Asbestos Abatement. City of Mira mar 2300 Civic Center Place Miramar, FL 33025 Thomas Good 954.602.3115 October 26,2005 to Present (still under contract) Hurricane Wilma. Debris Removal from beginning to end. Load! Haul/ TDSRS Operations and final disposal. Pender County 807 South Walker Street P.O. Box 5 Burgaw, North Carolina 28425 Andy Headrick is now the City Manager Of Fuquay Varina, North Carolina Phone: 9] 9-567-3907 Demolition, Asbestos abatement, Debris Removal/disposal including staging / sand sifting / street paving (all from start to finish). Marine vessel, house, trailers and debris removal from navigational waters. NRCS 4405 Bland Road Suite 205 Raleigh, North Carolina 27609 Elizabeth Caldwell (919) 873-2113. Performed Waterway Debris Removal on over 1000 road miles ofwaterwavs for various storms over numerous years. Town of Surf City 214 N. New River P.o. Box 2475 Surf City, NC 28445-9821 Jane Kirk - Surf City Finance, (910) 328-4131. Demolition, Asbestos abatement, Debris Removal/disposal including staging / sand sifting / street paving (all from start to finish). 26 City of Charleston 3030 Cypress Gardens Road Moncks Comer; SC 29461 Catherine Townsend, Manager (no longer works with City of Charleston) Contact Steve Livingston 843.724.7321 Hurricane Hugo Debris Removal of more than 80 acres of Cypress Gardens. February 1990 to July 1990. City of Monroe P.O. Box 89 Monace, NC 24111 Matt Hubert, P.E. 704.282.4532 Debris Removal and Disposal! TDSRS (ice stonn) April 2000 -two month project City of Charleston P.o. Box 1001 Charleston, South Carolina 29402 William B Regan - City Attorney 843.762.8282 May 1999 - Numerous contracts (over 10) for complete debris removal operations for Hurricane Hugo. City of Atmore P.o. Drawer 1297 Atmore, Alabama 36504 Howard Shell 251.368.2253 Hurricane Ivan 2005 October through December - Debris Removal Summerville 104 Civic Center Summerville, NC 29483 John F. Wilbanks 843.871.6000 Debris Removal During 1989 through 1990 Hurricane Hugo Service Personnel Mike Mitchell Beverly Mitchell David Mitchell Steve Mitchell Michelle Mitchell Tara Painter James A. Martin - 30 year retired Project Engineer Capt Chris Dorgan - Retired Environmentalist United States Coast Guard 27 Please see attached letters of Recommendation for qualifications. Recommendations letters portray over 20 years of quality service. Bamaco believes that actions speak louder than words. Liti2ation Bamaco, Inc. has never failed to complete work or provide the goods for which it has contracted. There are no judgments, claims, arbitration proceeding or suits pending or outstanding against the bidder, or its officers or general partners. Bamaco, Inc. has not been a party to any lawsuit or arbitration with regard to a contract for services, goods or construction services similar to those requested in the RFQ. Bamaco, Inc. has never initiated litigations against the county or been sued by the county in connection with a contract to provide services, goods or construction services. Furthermore Bamaco has not been in any litigation against anybody or anythin2. Countv Forms and Licenses Lobbying and Conflict of Interest Clause Non-Collusion Affidavit Drug Free Workplace Form Insurance and Indenmification Statement Insurance Agent's Statement All above fonns are attached. NOTICE Should Bamaco, Inc. become the successful bidder, we agree to be mobilized within twenty-four (24) hours of award. 28 BID AMOUNT Tran Debris Cost [leT Trap Rel!lQ.y~4 Shallow Water (0-2') , <;J Db $ ((J ),. Channels (2' plus) 11 'l"D~ .. Assumptions: I. Concrete and wood will be disposed of at designated sites on the wateL thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trdp line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3> Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up to 10 mUe from land. 4. A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to I cubic yard of material 7. Assumes that partial traps will be billed at ~ lrdJ? and at ':2 the cost noted above, exclusive of fuels costs and tipping fees. 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 9. Load and haul to TDSRS and haul out to final resting place of trap line, float,>, and funnels will be priced based on current debris contract with Monroe County and tipping fees from final disposal of all canal!watelWay debris brought to land wi!! be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal Vegetative debris removal from canals. $3 Y.o ~ per linear foot cleaned . r $ [) Y w f) 'i per linear foot cleaned C & D debris removal from canals. Suggest method for determining location of sunken debris between 0 and 8 feet of depth. validating its existence and verifying its removaL The approach provided should minimize the time spent in making such determinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: 29 1. Load and haul to TDSRS Md haul out to final resting place pricing will be based on current debri s contract with Monroe County and tipping fees from flnal disposal of all canal/waterway debris brought to land wil1 be a pass through cost to be detennined upon designation of final disposal facilities. 2. Items of special concern (Hazroat materials, etc.) should be cOl15idered in the price quole provided. Vessel and Otber Open Water Marine Debris Labor and Cost of boat_and vessel removal BoatsfVesseh retdeved from the land by means of va no US equipment. No water borne equipment $ \ \ t"l oc 1\ , per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. f\\I:",o[J Non Salvageable; $ <;;;s ~ I. per linear filot of vessel Other BoatsfVesseJ up to 35 iCet inlenglh retrieved from the water by me'<lns of various equipment. inclllding barges, cranes, boats, etc. Salvageable: $ d "n, 0 0 per linear foot of vessel Non Salvageable: $ F:J'/ I, 0 ~) per linear tool of vessel Per day tees for storage/dockage for salvaged boats/vessels, On 00 $ I '-.j . per unit/daily Respnodent responsible for providing storage / d()ckage site. Water based marine debris f()U1Id outside of canals including offshore collection and transport to offioading site: S /:5"25 r I ~,~, per cubic yard collected "' Assumptions: L Load and haul to TDSRS and haul out to final ,resting place pricing will be based on CUlTent debris contract with Momoe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cosl to be detennined upon designation of final disposal facilities. 2, Vessels of special consideration; those over 35 feel in length, houseboats, boats on islands, or surrounded by trees will require exceptional effort to salvage and/or remove 30 piece by piece. The removal of these vessels will be handled through separate negotiation after contract signing, based on more detailed assessment. The temovaJ of such vessels will be handled as additional work orders under the contract awarded under this Request for Bids and be amended to the contract at that time. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. 31 PUBLIC ENTrrv CRIME STATEMENT ~tA person or sJl~Hate who has been placed on the convicted vendor !ist f"OHowing a conviction for public enttty crime:: may not submit 3 bid -on a COTIcract lo provide any goods or serV!CC510 a p-ubiic entity. nmy not submit a bid on a contract w,lh " public entity for the conslroetloo or repair of a public building or public work, may no\ submil bids on leases of real properly to public emity, may nOl be awarded tir perform work "', a contructor, supplier, sl!bcontractor~ Of consultant under 3 contract \vtth any public: eJittty, and may not (Tan..~ct business with al1Y public entity in execss of thc threshold amount provided 'TI Section 287.017, for CATEGORY TWO for a period of 36 months from the dale of being placed on the convicted vendm lis1-" 32 E LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA warrants that he/it has not employed, retained J otherwise had act on hishts behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 1 0-1990. For breach or violation of this provision the County may, in its discretion, tenninate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise reco r, the full amount of any fee, \ commission, percentage, gift, or consideration paid to the f, rme} co~~mployee. ~../ . , f Qare: (signature) " r""'~. f (0- f 1) ~/ \C) STATE OF f\A.~ COUNTY OF r\'8. \ R ON~EARED BEFORE ME, the undersigned authority, ~..-' (} I ~"i_Jlt~-? who, after first being sworn by me, affixed his/her NOTARY PUBLIC day of signature (name of individual signing) in the space provided above on this ~)--J~~ , 20 Of; My commission expires: OMB - MCP FORM #4 .................."....................'.......1 i NATASCHA BARONE : ! &~ Comml 000395344 i : i?~"4;..l!l~\_ Explf'e$ 211012009 : fI :::.~ ..~ ~ : 'Z-V.....f' ,#::l Bonded thN (800)c1;12.".,1?~;~; : "-';tl/~~,~~l~'~" ~~'-:)'-:0 "! ~ ='..II'i1...'..~~,","~~1 c NON~COLLUSION AFFIDAVIT I, of the city of according to law on my oath, and under I) I project described as follows: bidder making the Proposal for the 2) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corpomtion to submit, or not to submit, a bid for the purpose of restricting competition; 5) The statements contained in this affidavit arc true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project (\ J) n' ^ \ ) \~<~~;;:s 11~ ! ~ STATE OF '") ~~(51)",lQ(Q ~CL1G' C~D~~\J) II-\- V ? (Signature of ~ld er) COUNTY OFLblO l~C?t/1Cj 0--- It) -[; (0 DATE ~AL~ARED BEFORE ME, the undersigned authority, ) 0"10. ~- \ P \-: J who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this day of ~~~~~~=~: 'DOt /-, ~ ~--; //~ /, ,,) .- ~/ NOYARY PUBLIC ~-' f ! i OMB - MCP FORM ~/ My commission expires: ,...................11'.............,........."., : NATASCHA BARONE : : ~lIn~ Convn. DOO395344 : : .fr.~~ : : .~ EXj:lltel 211012009 : i '\J;. Bonded Ihru (800)432-4254 ~ i In,: UU., un., .~~~~~~, ~~~~ ;;::;;'~ ,~~.~ ~i DRUG~FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: ~ h '. . . ~ _ ,~~ _ ~1 .,'ox.. ~-C'!., ,- Y '()lYjJ j \~. (Name of Business) 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 (I). 4. In the statement specified in subsection (J), 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 pIca of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation ofthis section. As the person authOrizedr\~ign the statement, I certify that this firm complies fully with the above requirements. I / ~r> ~~ \--~. lj \ C't;lO, . . Cu n:1trl B'dd 1, S' . I e~ signature j j './ r /)~. ") r! (~..l ~ c;#-- --"~,?J \:::) Date OMB - MCP#5 Client#~JlOO(i4 7!lBAMACOINC IACORD", CERTIFICATE OF LIABILITY INSURANCE I CATf~MMiDCIYYY'f} 05124/06 PRODUCER , THIS CERTIACATE IS ISSUED AS A MATTER OF INFORMATION I J Smith Lanier & Co--W.P. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFK:ATE P. O. Box 70 HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR : Wesl Point, GA 31833 ALTER THE COVi:RAGE AFFORDED BYII1E:~().lI<:lE!!,BELOW. , 706 645-<!Z11 INSURERS AFFORDING COVERAGE NAlC n [INSURED- -~--- 18985 IN$Ul<ffiA' Auto.()wners Insurance Bamaco, inc. INSLJRf,"'<.;8: Twin City Fke I 6869 Hwy. 100 West ~N.sUHF..R. c l____.. Bunnell, FL 32:110 INSU"," 0 wmCUnn".<.. c.o__ lNSURCR ~. COVERAGES THE POLiCiES OF INSURANCE L~S7ED aELOW HAVE 3ClN= ISSUEO TO THE 1NStJRED NAMED ABOVE fOR THE POLICY P~RiCD JNDK;;ATED. N01W~THSTA!'>!OlNG ANY REQUiREMENT, l'ERM OR CONOITiON OF A!>.lY GONTAACT OR OTI-5ER OOCUMr;:NT WJTH :RES~ECT TO WH,CH THiS CFRT~!=ICATE MAY BE ~SSUEO OR MAY PERTAiR THE. tNSURANCE AFFORDED 8Y THE PCXJC~f:S Or::SCRIBED- HERElN 1"5 SUBJECT TO ALL THE TFR..~1S, EXCLUSiONS AND CONOITIONS OF SUCH pOLle ES_ AGGREGATE UMlTS SHC,,;."N MAY f~AV( flGEN REOlJCED 8Y ='AIO CU\.!MS N~frAfio' _m~ mem~c1m. ~Ut':.T ~F=l"~CnvE : POI.,..<<;,..- i';:>>;P!j'.tAfI(Hl'! LTR ~NI:iiR rYPE Of 1NSURAN.C!t PO!_JCv mJ.Iift3ER , 'OON'I'1.._+_~ ' A ""'0""''-''''''''''' :042:3174818300705 1 Zf16!05 '12/16/00 X COMMERCi.'-,- GENE::W_ U,,"BE)7Y j C~..A:~>~S "-'AOS 1Xl OCCUR! EACH .OCOJRRE.NC0 -DA~tAGE ,0 :~St'.{,::o P-";" ~ ~: Ii':' GE~~;'~;;~;;~~;;~ i - ~-R.~ LOC . M;<"OEXP{A~ 03~~'50Y') P=RS0~AL -& AD'J ;NjU~:::w G~N~RA!.- AC-<3l1EGAf~_ ~,::O!)UCrs. . CGMPiQ;' AGG i -s2.000~(JOO C01\.Wlr'-.u:;:h) SiN:mE Ut~\T W.->:awd..lE11l , '1,00ll,001l 48t83007-05 12:11&1GS 1211&106 I- BOD!l Y IN:J\J'-l'r rpt:f;:mn::i.rn:j ~ SOtlil Y INJURY L~~ "'~('~~.l , $ l ~ '!~:='~:::'""NT ,: 0TH.tH H-'-A.tI ;:::A ACC 1 S AV'lOONi..". hGG ~ S A' I i EXCESSJLJYB.RELLA. L1A8M.ITY n CCCJR 1 G;..A~MS MA.DE r--- -- 4818300705 , 08/13105 08113106 _{;_~~f.-l OCGtlRi-li.:"lCt: i s10 000 000 A'.,;;:Gr~r::GA,E __o_~_n~_1.~t9...LQQ9...l;:qgQ_.~~ ! $ .""" ,"mmm_,_",_,_ m__,f-L-"" ""m._ " em"l u~;;c.~r~~~~7--"--IOJ-;:}t"------- :E.t.. Ett.CJ1:ACClJEN"f i $ El. D~S;:A$c cEA.t:""PtOY~l:l S E.l. DiSE'_1I$F - POl..:cv UMJT ! $ W DEOUCTISLE I X [ RIT1:=NTIO~ S 1 Q,QQ,lte a WOf;l:K~~ CONiPEN3An~ ;lO.......u EMPlO~' UAaIUTY ANY :"RQPRiE;QRJPARTN:;;RiEX~Ct.mV.E O~F'C!;:.RiMEM3:i:R 8(C:.00EDJ g~~~~ ~~m-NS b"J OTHER 20WECKZ4484 108/13/QS 08113106 Ol:.:SCRWilQN Of OPEAAi'~.$ t l..QCA!ll)!'iS I YcHlo:;:.l;:ei r 'E!.XC!..IJ:5-ION~ ADDEO BY EHOORSEMENT i $PE;C~I,.. PR,OV'o$lONS Certificate Holder is included under the policy(s) as Additional Insured In respects to the General Uability & as respects. the Ol"lration of tho Named Insured and subject to provis$ons and IEmitat~ons of the poHcy. Job title wiU be for debris recovery services. (~e Atblched Descriptionsl CERTIFICATE HOLDER CANCELLATION ACORD 2S (2001108l1 of 3 #32:2565 DXK @ ACORD CORPORATION 1S8l1 Escambia County Attn; Paul R, Nobles, CPPo,Cppa,FCN,FCPN,FCCM Office of Purchasing Room 11.101 P.O. Box 1591 Pensacola. FL 32597-1591 36 IMPORT ANT If the ce1ificate hOide, is an ADDITlONAL INSURED, the poiicy(iesj must oe endorsed. A stalement on tnls certiri{',.ale does not confer rights to the cerbficate hoider in heu of such endorsemcflt{s;, If SUBROGATION IS WAIVED, subject to the terms and cond!tlons ofthe policy, certain policies may require an endorsement. A statem-enr on this certjf.tca~e does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of ~:t1surance On the reverse side of this form does not consUute a centract bet-Neer. the issulng !l1surer(sL avlhodzed representative or producer. and the certificate ho!der, -nor does it affirmatively 01 negatively amend, extenc or alter the coverage afforded by the polic'es listed tIlereon. ACORD 25-S (2001108) .2 of 3 #322565 37 Request For Qualifications - Disaster Recovery Services For Marine Vessel and Debris Removal Post Hurricane Wilma Coral Marine Construction 10610 7th Avenue Gulf Marathon, FL 33050 305-743-0907 Contact: Kimberly Samm General Information · Managers - Paul Van Beuren and George Steinmetz . Managers - Paul Van Beuren and George Steinmetz · Operating for 1.5 years · No officer, general partner, controlling shareholder or major creditor was an officer, general partner, controlling shareholder or major creditor of any other entity that failed to perform services or furnish goods similar to those sought in this bid. · Customer References: · Marge Mearns - 305-743-3420 · Jim Rhyne - 305-289-7672 · Charlie Miller - 305-481-3237 · Richard Warner - 305-664-0646 · Hawks Nest Condominiums - 305-743-6711 (Katie) . Credit References · Broward Piling - 954-972-2489 · Marathon Lumber - 305-743-3688 · NAPA Auto Parts - 305-743-5106 · Specialty Hardware - 305-743-3382 · Home Depot - 800.395.7363 A. George Steinmetz 10610 7th avenue, Gulf, Marathon, FL 33050 mobile 305-797-5945, office 305-743-0907 Summary I have worked on, in and over the waters of the state of Florida for 35 years. Having been licensed for over 30 of those years, I have built over 100 docks, seawalls, and other marine structures both commercial and residential. I have done work for government agencies: city, county, state and federal. To date I have never had a workers compensation claim against our company and have completed millions of dollars of work building structures. Relevant Skills Marine Construction Extensive knowledge and experience working with concrete in the marine environment, both near and in the water. Environmentally-conscious construction planning utilizing years of marine patrol background. Cornerstone of local community with a long track record of success, crucial to the planning and permitting process of construction jobs. Education Certified Building Contractor, Florida CBC 44320 1988 Certified Plumbing Contractor, Florida CBC 045270 1988 Florida International University, Miami, Florida B.S., engineering 1986 Business Experience Coral Marine Construction, Marathon, Florida 2005 to Present General Manager of Construction Operations Responsible for the initial consultation, design, and permitting of projects as well as implementation of the construction plans. Supervision of over 10 employees on land as well as water, involving crane work and piledriving and decking/concrete work. Coral Construction, Marathon, Florida 1988 to Present Owner/Builder In charge of all general construction, hundreds of projects completed. Commercial and residential work, both remodeling and new construction. Florida Marine Patrol, Marathon, Florida 1991 to 2003 Captain Paul van Beuren mobile 305-731-0007 office 305-743-0907 1570 Bluefin Drive Marathon, FL 33050 PvanBeuren@aoLcom Summary Marine Construction Having been involved with boating for my entire life, I have extensive experience with all aspects of building, maintaining, and operating vessels of all types and sizes. My knowledge of local waters is considerable and an asset to my navigational expertise. In addition, I have accumulated magnitudes of business experience involving the creation, implementation and day to day running of operations. Some of my business endeavors involved venture capitalism and import/export operations. Experience Coral Marine Construction, Marathon, Florida owner/president, 2005 - Present · Creation of corporate structure, acquisition of necessary equipment and machinery, and maintaining the overall day to day running of the physical business location. Marathon Soatworks, Marathon, Florida owner/president, 1995 - Present . Custom yacht fabrication for individual clientele, including concept vessel for Sea Ray and Cummins marine. Highlights included: vacuum-bagging fiberglass molding for superstructure, aluminum design and fabrication, and installation of state of the art integrated electronics system. Marathon Boat Yard, Marathon, Florida General Yard Manager, 1987 -1994 . Supervisor of large full-service boatyard capable of designing, building, and repairing all types of vessels both commercial and pleasure up to 60 tons. · Responsible for the personnel management of over 20 employees, including safety and osha standards compliance. . Implemented DEP and EPA programs before any other South Florida boatyard. Marathon Boat Yard, Marathon, Florida boat laborer/mechanic, 1978 -1987 . Repair, maintenance and restoration work involving fiberglass and wood. Extensive welding experience with aluminum and steel. Electrical12v to 240v systems work including marine navigational equipment Repair of diesel engines and drive components, including running gear IShafts/props, etc. Education B.S., Business, 1981 University of Miami, Miami, Florida B.A., Language Arts, 1981 University of Miami, Miami, Florida A.A., Business, 1978 Franklin College, Switzerland Relevant Experience As a fonner Captain with the Florida Fish and Wildlife Commission, George Steinmetz was born and raised in the Florida Keys. He has experience from the removal of vessels on shore, to the water and submerged. He works with other agencies to minimize damage to the environment as well as the assessments of damage after removal. Appreciates the need for conscience and directed plan for removing each individual vessel as it pertains to the environment it is in. CMC has oil spill removal, hazardous removal capabilities aboard our vessels. CMC has the ability to work with agencies for the transport and removal of all materials whether hazardous or not. Paul Van Beuren, who has also been raised in the Florida Keys, has knowledge of the waterways and experience running machinery and vessels. As former owner of the Boat House, Paul has been involved in the safe retrieval and secured removal of vessels from land and water. Managers and many of the employees are trained in the transportation of hazardous materials, damage assessment, oil spill recovery, licensed USCG Captains, and all have a desire to protect our natural resources. Many of the employees who will be working to clean up the derelict vessels asses the damages and ensure compliance with all agency's requirements. Some of them are biologists, prior law enforcement with Florida Fish and Wildlife Conservation Commission, or officers working in an off duty capacity. A complete detailed report will be updated identifying and tracking all clean up procedures, working with other local salvage companies, Monroe County, State and Federal agencies will be an easy task based on the years of experience and mutual respect between the CMC managers and these groups. Past Performance on Similar Proiects While our company has not contracts for required removal of vessels from the water, we have experience in removal of debris from the water's bottom. 1. Dr. S. Rooney and Gail Queeney 58519 Morton St. Grassy Key, FL 33050 561 ~265-1671 Date of Contract: 04/26/06 Date Complete: 05/10/06 Service: Area Served: 2. Norma Hager 190 Nautilus Dr. Islamorada, FL 33031 305~664-5056 Date of Contract: OS/25/06 Date Complete: 06/07/06 Service: Removal of upland debris due to hurricanes Area Served: Canal in Lower Matecumbe 3. James Gogan 525 23rd St. Marathon, FL 33050 732-713-7386 Date Contract: 02/15/06 Date Complete: 05/03/06 Service: Removal of debris from canal Area Served: Florida Bay, Marathon 4. Hal Guetal and Meg Nelson 58191 Morton St. Marathon, FL 33050 518-877-0277 Date of Contract: 01/26106 Date Complete: OS/24/06 Service: Removal of debris from Hurricanes Area Served: Florida Bay, Grassy Key Service Personnel Our employees are skilled and licensed in the utilization of vessels, Granes~ barges~ trucking. All employees will be trained in damage assessments for the States Assessments Program. We will be utilizing off duty marine law enforcement, former sanctuary law enforcement personnel, and other environmental personnel to assist in the removal of vessels and debris. CMC employees will: .' Coordinate with the State Division of Emergency Management, FEMA. Florida DOT. County, and other agencies 'to ensure that debris collection, removal. transport, and disposal, with aU necessary documentation and supporting data meet each agency's requirements for reimbursement eligibility. · Assist County officials in preparation of State and FEMA reports for reimbursement including training of County employees and review of documentation prior to submittal through the end of the reimbursement process. Services shall include the provision of disposal tickets, fie,ld inspection reports, and other data sufficient to provide to the State and FEMA for reimbursement. · Provide identification, permitting, removal, transportation, and disposal of marine related debris, including vessels and other man-made materials, located within the waters of the State of Aonda, 'and the United States, as they surround Monroe Coumy, the Rorida Keys. , . · 'Provide environmental damage assess'ments and recommendations for remediation. · Provide permitting -and services nec~sary for the containment, cleanup, removal, transport; storage, testing," treatment andlor disposal of any hazardous , toxic, and industrial and bie-hazardous materials waste resulting from the disaster. · Provide hazardous. waste remediation in flooded environments including canals and confined waters surrounding the Florida Keys. , · Prepare requests for proposal and bidding documents for necessary sub-contractors under the Scope of Work provided below. · Prepare aU necessary permit applications and procure permits for all work · Manage and operate temporary debris reduction and debris reduction sites to accept, process, reduce, transport, and dispose of debris material. Such management may include the temporary impound of salvageable vessels for purposes of cost recovery. · Provide certified scales at debris sites for monitoring of truck/load weights of services to determine cubic yardage or linear footage as necessary or appropriate. · Provide services which allow the selection most cost effective, permissible debris reduction method(s). · Provide project management services as requested for aU categories of eligible disaster related work including advising of opportunities for disaster reimbursement or funding for losses associated with or not associated with the direct responsibilities of the work of the successful respondent. .. Provide project accounting services to include developing a project flow process, file and reimbursement request management, and payment tracking. .. Provide large project oversight for sub-contractor compliance with the Project Worksheet Statements of Work and line item identification from award to final inspection . Provide: o Temporary housing as necessary for disaster workers. o Portabk toilets and shower units and reiated supplies and mairuenflnce as necessary o General temporary warehousing I storage and support o Temporary offices, mobile command centers, accommodations, and support . Identify required needed changes lethe Scope contained in individual project worksheets and assist the County!n negotiating changes with the State and FEMA~ '" Provide project scheduling and stal.Us/progress reporting '" Review aU sul:K:ontractoT documentation for consistency, compliance. and completeness and require corrections as appropriate before submitting for payment. '" Provide individual projectfinai inspection reports for reimbursement and project doseout lit Provide weekiy status reports for work accompHshed by the contractor and any sub- contractors. . Provide services in support of eligibility determination of projects, to include: o Meeting with State aoo FEMA inspectors as appropriate. D Participation in site visits with the State and FEMA inspection team. o Assist in the review concerning eligibility issues. o Provide guidance in the interpretation of cooes and regulations in relation to eHgible work. o Prepare project worksheets for an projects o Review disputes and provide recommendations to the County regarding course of o Prepare correspondence as necessary o Address issues related to inter-agency funding connicts Litit::ation · Has the Respondent ever failed to complete the work or provide the goods for which it has contracted? NO · Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the bidder, or its officers, or general partners? NO · Has the Respondent, within the last five (5) years, been a party to any lawsuit or arbitration with regard to a contract for services, goods, or construction services similar to those requested in the RFQ? NO · Has the Respondent ever initiated litigation against the county or been sued by the county in connection with a contract to provide services, goods, or construction services? NO LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE COfiLl 0IttlH'M-U CJJVt ~ th6~ warrants that hefit has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract Without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, comm;""n, ""<<,mag', g;ft, o~on';""''';on p~d 10 11" rO~-6~' (si ature Date: u wI L.' G" STATE OF FLOIE:-tdA yY) D fJ IfL/) b COUNTY OF PERSONALLY APPEARED BEFORE j"1E, the undersigned authority, A 'bcZ;.ejc sf=f t1Lnf.:7Z-.hO, ,fte' ""I "'iog 'worn by me, afthe~~h" signature (name of individual signing) in the space provided above on this /;;2 J;;.. of ~/Jc: ,20~. NOTARY PUBLIC ~ i ! . . LO . tJ :J?t/ hI, 'c My commission expires: OMB - Mep FORM #4 ,-"UU.I"I ",...,..\.~,. P~"~ USSETrE M &~II "'''lI'llL ~m:?l~ . ...."LU'VVV t. jNotary Public. state of FIork:Ia \~ ~!M;'0:3h.,....III&pBFeb22,2OOB #;:f'~Jf,~,,""'t.""'rt; Commission II 00292662 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public enlity crime may not submit a bid on a contract 10 provide any goods or services to a public entity, may not submit a bid on a conlract with a public entily for the construction or repair of a public building or public work, may not submit bids on leases of rea] properly to public entity. may nOI be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may nOI transact business with any public entity in excess of the threshold amount provided in Section 287.0]7, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor lis!." ..... << NON-COLLUSION AFFIDA VIT I A. ~0~i{- , ~ L),--,~" } {V\ (l\a.~'(Jvv'---J :5k' n1" +~ JIZ- <-.Hi, f \.L ' L . of the city of according to Jaw on my oath, and under penalty of perjury, depose and say that; I) I am CxsYfLl ~'}1,o.jUY~ l"fl1A.\ (yt{ <.:..~})~ ,the bidder making the Proposal for the project described as follows: l)1suskx ~C.(y{.V'v\ SeNV~~t'S i0. ~Y\aW~ .Ve~~ds Uy,J5 Di. n vi \' f~AJY\ C"f C'~ t Pb'.:t t+uv'Yl. C (UZ2 lLh I (r1fi."-J 2) The prices in this bid have been arrived at independelltly without collusion. consultation. communication or agreement for the purpose of restricting competition. as 10 any mailer relating to such prices with any other bidder or with any competitor; 3) Unless otherwise re(Juired by Jaw, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition: 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said ::::OFhcY)cj~ '. ~~ .~ (Signature of Bidder) ~.. COUNTY OF VVl(JI\1.I(JC-- 0: .- I Z .- (.) G:" DATE PERSONALL Y APPEARED BEFORE ME, the undersigned authority. ,/J,aClJR-:l E. ~/)/JJ~/khO' after fir;t being sworn by me, (name of individual signing) affixed his/her signature In the space provided above on this ~ .') '"1'.-\ ~ vJ. 0'" day of V/7 C ,~, .!)<X:J~ ~ ~ .~-d) NOTARY PUBLIC My commission expires: OMB - MCP FORM # I ~~"~"'ff~ ussmE M. ARELlANO r ~'Notorv PublIC - State of FlOl'ido .. 'jM{cQm"lIIiQl~Feb22,ZD . . commIIIion 11 00292662 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: Ci.J'fil n'la/u~ D-vts JyU t}/'Cti}U (Name of Business) L 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 subseetion (I). 4. In the statement specified in subsection (I), notify the employees that, as a condition of working on the commodities or cOnlractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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, or any employee who is so convicted. 6. Make a good faith effort to continue to ~aintain a drug-free workplace through implementation of Ihis section. As the person authorized to sign the statement, 1 certify thai this firm complies fully Wilh the above requirements. & ," { 2- u~ Date OMB-MCP#5 Apr 12 2006 16:23 PAUL LYNCH L RSSOC INC 772 232 9375 p.2 ACORD... CERTIFICATE OF lIABILITY INSURANCE THIS CERTIFICATE IS ISSUE AS A MATfER OF INFORMATION ON1.Y MID CONFERS NO RIGHTS UPON THE CERTFfCATE HQU)ER. tlMS CERT~ OOE$ NOT AMENO. EXT5ND OR ALTER THE COWRA.Ge A ORDED BY THE POLICtES BElOW. PROOUCEIl Paul Lynch.C. Associates, Zna. 701 N FedaraJ. Hwy, SUite 401 Stuazt., JFL 34994 77 232-9 71 INSURED Col:'al Marine Conatruc:tion 10610 7TH Ave. ~f Mar&t:hon, FL 33050 tWC. tNSURERS AFFOR.OfNG C JNlllJRER A: )11 1N8\.IiR!:R B: INSURER C: lN8LIf!lER 0: INSURER e ....t4Ir Qu,a11.t;y J: I ~..ta COVERAGES THI: POUC1ES OF lNSUftAMCE USTeo BEl.OWAAVE BEEN ISSUED TO THE INStMEO NAI.EO ABOVE FOR THE POUCY ANY ReQUIReMENT, TERM OR CONDITION Of Nf'( CONTMCT OR OTHER DOCUMENT wrnt RESPECT TO lNHlCH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICiES oeSCREleo HEREIN IS SUBJECT TO AU. Tt1E TERMS, POUClES..AGGREGATElIMTSSHOWNMAY HAVE8EEN REDUGED8Y PAI>CLAMS. . u.. POUC\' ~ A lC5JH23328 GI'IRAGE LIABILITY AN{ oIIUTO moo INDICATED. NOTWITHSTANDING S CERTlACAl'S MA.Y BE ISSUED OR lU$IOHS AHD CONDITIONS OF SUCH 04/11/06 04/11/01 I..MTS . . EXPiMY-~} $ &.N:N lHJUfIY $ AGGRIlGAn- $ - COMP1OP AGG $ $ $ $ $ $ S 1$ 1$ B UMO0017511BKL06A 04/10/06 04/10/07 llEDUCTlBI.E ~ $ WOfUtERSCONPeNlIATlOHANO eMI'1.OlfeRS" LlA8IUT'I' M<<PRO~ C~~ ~~bloknr D OTlleR Po ut on II: Ma:d.1:.i..I\e Bup.loyer L1ab (Jones Act.) MS 061626 04/10/06 04/10/07 DESCRlPllOH OF Ol'GRA1'tONSII.OCA't'lOtlS 'YEHlCLESIEXCU.ISKlNS~ 8YSlOORSElillENT ISI'Ecw..AAO'\fiSICNS 2956030 'fBA CeR'11FJCATE HOLDER MONROE COt.J1l1!I!Y lW:tLDDlG DZPAR'aIBN'l' MARATHON GOVERHMEN'J! CBN'ftR 2798 OVBRSmAS HIGHWAY stn"l'E 300 !G.RAftON ~ PI.. 33050 ACORD 2St2Oll1J08) 04/07/06 04/07/07 $1,000,000 CANCEJ.U.11ON tHOlAlI ~ OF 1'JE Al!O\IE f.lES(.1R IlATE llEllEOF, THE 18SVlNG tlOTlCi ro TI16 CERTIFICATE IM'OSE NO 0BUGf\ Rl'iPMiSENTATlII'ES. AU'I't1ORIZED ReP POUClIES ee ~8eFORE THE EllPlRATIOtoI II\II.l. ENCl9.\/OR tU MAIl._ D.f<YS vmlTTEN 1'0 Tli& LEn. llUT FAll..URE 'TO DO SO SHAU. KlHO U unEfi. iTS AGENTS OR OACORQ CORPORATION 1988 r~--~ ~ '-'--~---'~~----T-"_'_~_U~__ i -~--~--~~~- L "',Ji!A~f1ff;g~'1~i1t,Wii I! ~ i.i3! ~:~::~ ~ ~~ ~~~'~,rn~ret1 ~ ::tJ:Il HO~,t1 0 Me >~:6~'~~C~ ~\' ti;j 9',llJ 0 H '., ~'. O,>:rr <: fA O. QO "b:f ',:.G..... ,!:cl 111, ,~~,~S.~; ~'8~ ~:, '1iIl-3 ,8g ~ g ~ H ~ ~""':;i;:i;;..,::- " ,~" (J)~Q,Ul t;;J~, ;'-~ .....; .::~:::,:,:,,;t~' ): H'~/."", :E(v/~ei'. . , - "i '~,~" '. '"' .;..CC; ;....: -: '. ~;. tf.l H" 3:' o ~ r~l~ n ';c," ~~ ~L3~ _, '" !'""';I t""oI ,.,'r' c' ~ ',' " " fo(H t'" t'" I;Ij ::tJ', . :', L J,~ ,:::: '; ",-:.1 ".-. , .' ' . ;.1. ---- ;' (~ /- ~' j Ji~CI :;,:9:Y;;'::J!'~ ,'~~J";:::'-;, ""'\'~,cn f'~>'II,W ; ,':,i:::},:':,;:i"gg, ;!~riI~~ · ,:;3""'1",":'<:1'1' '''',. 1;" ~,!"",c.,-,J. ,ti~~~;~ ,/!t~~\~~~:i~~' h' (} lXI ",,,)1., ;",:~'<#") ''''';;;'i'J. fi:~j li~Jre'1;1'€f"~ ::gj5:~~;"~ J,Q~":(:ri\ (~i~'() ,,&Cki''''';'' :';';:',~~:;')';"?' o ~""",;,. fA,' ' ,m o =It ~,'" '; ~";,,,; .... ~':" , :'E"}';:~'~S: :::'--;':>',r'~.,\ Q en "U .~",if:::,Uj...';,~\ l> en ::0 m o "~<i.,,/ · 0 /;.;7f' ... ro.-. ..7<' '1:">~ ,:~Y."" ... , rn 12: . ':_ lZJtzj-, '" n '-~", ~~.", i" 1-3'!I, ~,ff,), I'" ~~Yi'<'" 't;-t .. <i!:/,;~' .. . : ?;1/;:;1J:~j'?/~',tt;"I" '.- , -~ "~i:-~",:,...:~;.~~' ,or: I;. ~ L '~ S,.... r:Hn OO"i O\~lZJ ""')lH ~Ot;-t~ 0-.J!C1 ,zl-3 1-3 :II N H" . ~~....." I;Ij .i n. G)OO c::,zt;-t. l::'" (J) tt 1:Ql-3 . ~G) c:: n "i 1-1 ~ t"', t;-t o '. . ~,~ : "_........,.-_._~~......,,---~~- o tsJ c:: ,z foi 111 ~ &~ if !: .... lD lD - . I'fI'fAoQ... S>> lZJ .'" ~g:.~~ g o lD '-'~ 0\ ,t1 0 > ..... '0 ( t'" 0 Ao I'f .... U1 '.' S>> 0 /-In Q) ,',>'('1"< 000 0 dD.... 2: Q). ,i'.,!:.. III n ~ IN '?>~f:~ ~ c:: I:l "i n Q) rQ III H l-3 "wo ~~r n ..... l-h tlJ<',." Q, . ~'n" n ,....'i.. , .. l\) ::r "',n', Ut, . '~iWX,)!~~i ~;:;i, I'f .,.1' ! '), ~.'~', i.; ;;;;ii,,- ", tt:I.. .~.. ~ in ~;()i" :i ,:,@~ !:~i:i1:Ji: 2: /~c:::..'..',i'"'''' m "t:~,J:Cn .' ,;;,~%;:,:~ :~~::I,I~:;,c~'.f, ~-" ~~}:~ "..H tf.l',ei'm :~)2: tr.l:./>:".. ~.:~.,tt !, ''':~~ '. :-0 '.'....'.@~. '. ~~/TI , ~ e.,v.." i.::tf . . r- "",~~.'.i:.O '''1:'4 0 ",.;0 ;:"Hf1;J, 6 Q~";',~:" 2';m, . " i:{S~'":;,;,;::, ..;\2 ~;::::;"2:.:, .'-..::..'-..~. .i:.'....,'......'....'.,.."....'.:.....:,.." f:~Q:;::,,~ ....,...~,...... {~::> .~{~< o ~'" tn, m o :at: t'l_ ,0,;' 0'1 o 'Ut i,.. '0\ o ,:",~,,:, .. ,: <~:~ :;--\ ~~-,:,~": - --~:- "'~ ,,-.-'~-~.:.'";- ~ ;:~;.:? ,-" Y~;,., --..,... -""_'T,_.:j "__.'- .. '1IJ ' y OCCUPI\TIC,NAL ,,,,1.:: 2005 - 200.6 ."S ' , STATE OF FI.Ot~I[)!'. , ."',", '/'c. .MONR9~uSi BE DISPLAYED H-J COI'JSrIGUOU!.-~ PU\CF- ROOMS SEATS EMPLOYE'ES 0-5 . 30 140 GENERAL CONTRACTOR .4~:~\ili;~:r};?:"T", 1 081 0 7TH AVE GU~F.r4 ' A;~pj~,~'~;'~:f~~ l~!.~:~~:' .:.'.~':.:;, . _JI/r~~j~"<"';"':'."'":.':\'<:c~~-. :! /'1 _~, < ',J.~:\.:; 05 ... .MARATHON .,~:. ;:;',.". ," <~^:'-". I I I"/''':'C, ".:,c;I:. - }:..:,-7'i ; 'i', ,; CGC i \U,'15 7' :'E XP CORAL MARINE CONS,TRUCTIOt{;~L~C1~-:,1 ~'''~''\'' ,;"..1. 'I"~ VANBEUREN pAULSTE.INMETZ '~:,'" " ":;~;;\,'I' .\'"/ ,:'1. GEORGE. . '-'~,'.~" \:~.\ ,<3::t~:. 10810 7TH AVE GULF ,;' -;;'i" ..' ,.<1'.if~> ;:r MARATHON FL '~!,330S0 \',,~"',;j"o,: . ''\~:'. , '~'5',. .'~':;:./{:;}" . ~'\th{;~f~~:..~;:~\;\h, '_;~~::'L,~'~~;'~~'i. ,It IS BECOMES A TAX CEIPTWHENVAlIOATEO'DANISE D.<'H€.NRIQUEZ TAX COLLECTOR PO.~OX 1.129,;\<'KEVWEST FL 3304.''''129 . . " ~ 0000000000 0000002080 0000301'00093308 1001 8 , "'l... ,---. , \ \ '" / / ,-- ~------ / / ~ ~. \ \ ........ ~------.~.. \ i 4 _~ .-/ '-\' ') ---' , ) ~ - /- ~ ,./ \ r/~G(VIH f E>~P;~:.~::3 3011+0"0093308 SEPT. 30, 2008 :3\ 1F,'LEldF.N'rAL r.t;N"VML Hl:.'t.~ -\ .~"\/ 'lHAi'toiH:Fl X CF!!,,!H.,,;, '(N; ...... c::t .....o.==.= .. -'J/'!..i;.ll..... =:=1t-m:~-~~ 8 / 0 6 COI ~._H COST 'f;:;a~" ~-= N --....... - ......- . ...c.._ _ ==!!!f::- .:; = " = ; =,~~,.~ ,,,-:4 + . .-- ~- '" ...... 20.00 20.00 '.t~ ;:: ;_ ; t;; ~~ .' .;....~ , ~ t;~ ~ "'.1 , , t~~ :~ ; \ f: ':"13](, YOU MUST '''if' ''rY P,Nf.\'Cn :r! t ~f ~ :.~ ': ::~.' < 10610 7th Ave, Gulf Marathon, FL 33050 305-743-0907 office 305-743-0900 fax Coral Marine Construction www.coralmarineconstruction.com June 12, 2006 This bid is based on the information available at this time. Than you for your consideration. BID AMOUNT Trap Debris Cost per Trap Removed Shallow Water (0-2') $3'5 A i;O Channels (2' plus) 24,00 * Assumptions: ]. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land~based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost af $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up to 10 mile from land. 4. A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps wiIJ be billed at 1,/2 trap and at 1,/2 the cost noted above, exclusive of fuels costs and tipping fees. 8. The successful respondent will work with local commercial fisherman and other capable and interested panies as sub-contractors for this project. 9. Load and haul to TDSRS and haul out to final resting place of trap line, floats, and funnels will be priced based 0.0 current debris contract with Monroe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. $ 02.1, 00 per linear foot cleaned $ c;t I ,DO per linear foot cleaned '. Vegetative debris removal from canals. .~ Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and verifying its removal. The approach provided should minimize the time spent in making such determinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: 1. Load and haul to TDSRS and haul out to final resting place pricing will be based on current debris contract with Monroe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Items of special concern (Hazmat materials, etc.) should be considered in the price quote provided. Vessel and Other Open Water Marine Debris Labor and Cost of boat and vessel removal Boats/Vessels retrieved from the land by means of various equipment. No water borne equipment. $ 37'3'" 00 per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ 3 '10 ,,00 per linear foot of vessel Other BoatslVessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvtlgeable: $ '-/ 55~, () 0 per linear foot of vessel Non Salvageable: $3 B::':), () 0 per linear foot of vessel Per day fees for storage/dockage for salvaged boatslvessels. $ 17,,00 per unit/daily Respondent responsible for providing storage / dockage site. Water based marine debris found outSIde of canals including offshore collection and transport to offloading site: $ ,7lCXJ. dO per cubic yard collected * Assumptions: 1. Load and haul to TDSRS and haul out to final resting place pricing will be based on ,current debris contract with Monroe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Vessels of special consideration; those over 35 feet in length, houseboats, boats on islands, or surrounded by trees will require exceptional effort to salvage and/or remove piece by piece. The removal of these vessels will be handled through separate negotiation after contract signing, based on more detailed assessment. The removal of such vessels will be handled as additional work orders under the contract awarded under this Request for Bids and be amended to the contract at that time. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. '....~, . . Paul Lvnch & Associates" Inc. Insurance Consultallts & Agents June 12, 2006 George Steinmetz Coral Marine Construction 10610 7th Avenue Gulf Marathon, FL 33050 Dear George: The bid request from Monroe County for the removal for derelict vessels and other hurricane debris #RFB - GMD-163-202-2006-PUR/CV is vague or incomplete in some areas and needs to be clarified. 1. There is no final amount indicating the estimated total cost 2. There is no indication of the time frame the bid will be required. After these figures are achieved a bid bond to the County of Monroe for CMC may be approved for as much as $8,000,000.00. There is not enough information from the bid to establish the bond. CMC may be able to qualify for this amount after completion. There are no indicators for CMC not to qualify based on information received at this time. 70] North Federal Highway. Suite 401 Stuart, Florida 34994 Telephone (772) 232-937] . Facsimile (772) 232-9375 Paul Lvnch & Associates~ Inc. Illsurance Consultants & Agents June 12, 2006 George Steinmetz Coral Marine Construction 10610 7th Avenue Gulf Marathon, FL 33050 Dear George: After extensively searching bond markets aU over the United States, we were unable to find anyone who would write a bid bond for the trap/tree debris contract. This is primarily due to the fact there is no fix costs and a specific concern is that there is no timeframe. Respectfully, pa~ ~_ Paul Lynch & Associates 701 North Federal Highway, Suite 401 Stuart, Florida 34994 Telephone (772) 232-9371 . Facsimile (772) 232-9375 t, MONROE COUNTY, FLORIDA PROPOSAL FOR: RFB-GMD-163-202-2006-PUR/CV "DISASTER REVOERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" JUNE 12,2006 3:00 P.M. PRESENTED BY: CROWDER-GULF JOINT VENTURE, INC. John Ramsay, President 5535 Business Parkway Theodore, Alabama 36582 800-992-6207 Phone 251..459-7433 Fax ~ CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" TABLE OF CONTENTS General Information . Company Structure . Company History . Customer References . Credit References o Bank Letter o Bonding letter 1 2 2 3 Relevant Experience . Project Documentation 4 Past Performance 8 Service Personnel . Job Performance . Spill Response 11 11 Litigation 13 County Forms and License . Lobbying and Conflict of Interest Clause . Non-Collusion Affidavit . Drug Free Workplace Form . Insurance Certificate Sample . Florida Certification . Florida Licenses Bid Response . Bid Amount Forms . Bid Bond CROWDER.GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" GENERAL INFORMATION . Company Structure NAME, ADDRESS, TELEPHONE. and FAX NUMBER of CROWDER~GULF: Crowder-Gulf Joint Venture, Inc. 5535 Business Parkway Theodore, Alabama 36582 Phone: 800-992-6207 Fax: 251-654-0470 PRINCIPALS OF THE FIRM The corporation is comprised of Gulf Equipment Corporation, an Alabama corporation and Jimmie Crowder Excavating and Land Clearing; a Florida corporation. COMPANY INFORMATION Crowder-Gulf Joint Venture, Inc. FEIN: 01-0626019 John Ramsay - President Gulf Equipment Corporation FEIN: 63-0879907 AL Contractor's license 18767 L.W. Ramsay, Jr. - President Crowder Excavatinq & Land Clearinq Co. FEIN: 59-1058504 FL Contractors License # CG-C054485 Jimmy Crowder - President MONROE COUNTY ACCOUNT RESPONSIBILITY: Primary Contact John Ramsay, President 5535 Business Parkway Theodore, Alabama 36582 (800) 992-6207 office (251) 654-0470 fax (251) 402-3677 cell jramsav@crowdergulf.com Afternate Contact Ricky Jones, Project Manager 5535 Business Parkway Theodore, Alabama 36582 (800) 992-6207 office (251) 654-0470 fax (251) 379-1871 ceil 1 CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DlSATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" . Company History Background. Crowder~Gulf is a joint venture that was organized in 1994, It was incorporated in 2002 as a Florida Corporation. Gulf Equipment Corporation is a general contractor and has been in business since 1983. It has contractor licenses in 7 Southeastern states and is headquartered in Theodore, Alabama. Its principle and management personnel have debris management and removal experience dating back to 1969. Crowder Excavating and Land Clearing is a general contractor in the State of Florida. Their headquarters are located in Tallahassee, Florida and they have been in business since 1965. Both companies contract individually and as a joint venture on large projects. When working as a joint venture, Gulf Equipment assumes primary management responsibility while Crowder provides full-time support for the debris contract or storm services. Crowder-Gulf will obtain all required state or local licenses and/or work permits to conduct debris operations for any awarded contract The two companies employ in excess of 300 people. Crowder-Gulf management personnel have debris management, removal and demolition experience dating back to 1969. During that period, in excess of 80,000,000 CY of debris has been handled and processed by chipping, burning or disposed of at a properly permitted landfill. Crowder-Gulf has demolished homes and businesses following hurricanes and floods under FEMA's ROE programs since Hurricane Fredrick in 1979. We have demolished numerous flood plain structures under the FEMA 404 Hazardous Mitigation and the Flood Mitigation Grant Program. Crowder-Gulf has performed marine debris removal form creeks, canals, rivers, bayous, bays, the Gulf of Mexico, the Mississippi Sound, and the Atlantic Ocean from the East Coast of Virginia, Outer Banks of North Carolina to South Texas. Crowder-Gulf maintains all required insurances: General Liability, Personal Injury, Workers Compensation, Automobile/Equipment Liability, as well as Maritime Insurance. Crowder-Gulf is an Equal Opportunity Employer and is a participant in the national drug free work place program. Our policy prohibits drug distribution, possession or use while in the employment of Crowder-Gulf. This policy applies to all subcontractors and/or consultants that support or assist the companies in any work conducted by Crowder- Gulf. Employee training, counseling and/or employee assistance programs bolster the Crowder-Gulf drug free policy. In mid-year of 2000, Crowder-Gulf adopted a written Code of Business Ethics that applies to all employees with special responsibilities on Foremen, Supervisors and Managers. The ethics program is in four parts: 1) The Ethic Logic; 2) Ethical Standards; 3) Ethics Policy; and 4) Ethics TrainIng. The policy and standards are equally weighted on employees, contractors, subcontractors and consultants. Our ethics plan is available upon request . Customer References - please see past performance 2 CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - OISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" . Credit References 1. Sunbelt Rentals P.O. Box 4092112459 Atlanta, GA 30384-9211 Account #, 530B2 Phone; 866 -7 86 - 2358 4. Hertz Equipment Rental P.O. Box 26390 Oklahoma City, OK Customer # , 0477595 Phone; 800-456-6492 2.Beard Equipment N Beltline W",y Mobile, AL 36617 CUstomer #; 142706 Pho~e; 251-456-1993 Fax: 251-452-2309 3,Thompson Tractor P.O. Box 10367 Birmingham, AL 35202 Customer #: 3401250 Phone: 205-841-8601 5, Radcliff / Economy P,O. Box 404090 73126 Atlanta, GA 30384 CUS1:0mer It ; 39401 Phone; 251-433-0066 Pax: 251-434-4239 6. TCB Construction Co, 5913 Hwy 53 Poplarville, MS 39470 Phone: 228-255-1141 Fax , 228-255-1142 Bank Information: Letter of reference to follow Regions Bank P.O. Box 2527 Mobile, Alabama 36622 Phone: 251-690-1238 Fax: 251-690-1003 Account Number; 1420326591 - Operating Bonding Agent: Letter of reference to follow Mr. Michael J. Congelio Surety & Associates 2110 Herschel Street Tallahassee, FL 32204 Phone: 904-388-5002 3 Reg.ion~ ~ Bank ROBERT F, DIEHL, JR, Senior Vice Prcsident Corporate Banking May 15, 2006 Dear Sir or Madam: Please accept this letter as a reference for our good customer Crowder-Gulf Joint Venture. Currently, Crowder-Gulf has a $35,000,000.00 line of credit available to them. We are in the process of considering renewal of that credit facility, The joint venture is partially owned and managed by our good customer, Gutf Equipment. Gulf has been an important dient of ours for many years. We have provided numerous credit facilities to Gulf over the years and would gladly consider dOing so again. Our relationship vvith Gulf and Crowder-Gulf includes depository and cash management services. Both entities have handled their commitments with us in an upstanding manner, If I may answer any questions for you please let me know. Sincerely, dLtJdd Post Office Box 2527 Mobile, Alabama 36622 Telcphone 251 690-1233 Fax 251 690~1003 TOM S. LOBRANO III JAMES C CONCELlO TOM S. LOBRANO IV TELEPHONE (904) 388-5002 FAX (904) 134-9827 SURETY AsSOCIATES, lNc. 2110 HERSCHEL STREET JACKSONVilLE, FLORIDA 32204 . RE: CROWDER/GULF JOINT VENTURE. Contractor To Whom It May Concern: Please accept this letter as evidence. of our willingness to provide the necessary 100% performance and payment bonds to CROWDER/GULF JOINT VENTURE. It has been this agency's privilege to provide surety bonds to CROWDER/GULF JOINT VENTURE for many years. During these many years we have never been asked for a bond we. did not gladly provide, nor do we anticipate the contractor to undertake any project that we would hesitate to bond because ants size or nature. Currently, we have a line of credit established with Arch Insurance Company, providing for bond capacity in excess of $30,000,000.00 for single projects and aggregate projects in excess of $100,000,000,00, We regard this firm as one of the outstandlng firms in the Construction Industry and, We feel that the principals ofCROWDERlGULF JOINT VENTURE possess broad experience, finaJi.cial responsibility and high integrity. Without reservation. we highly recommend CRO"W'DERJGULF JOINT VENTURE to you. CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" RELEVANT EXPERIENCE Crowder-Gulf has removed and disposed of vegetative and C&D from all types of water body's following hurricanes and floods. The most recent jobs are listed under past performance. Please contact customers listed to verify the exceptional quality of work performed by Crowder-Gulf. Crowder-Gulf has the necessary marine equipment and experienced personnel to perform the type of work required in this solicitation. We will employ as many local experienced marine sub-contractors and fishermen as possible to work with Crowder- Gulf management personnel and only bring in Crowder-Gulf equipment that may not be available in the area. Crowder-Gulfs many years of experience in dealing with documentation related to disaster recovery work has been a great benefit to our many customers in dealing with FEMA reimbursement. On staff Crowder-Gulf has Mr. Buddy Young, former Region 6 FEMA Director. He is an expert on FEMA requirements, procedures and paperwork, and is a great asset to Crowder-Gulf's customers in navigating FEMA's policies and procedures. We offer his services to our customers at no extra cost. Already in place is a specially designed Microsoft Access database program used to track and account for the quantitative and descriptive debris data. The database allows Crowder-Gulf to keep accurate statistical information and provide an easy audit traiL Designated office personnel will enter, count and total quantities from debris load tickets, time & material sheets and other project documentation received from the field on a daily basis. The system is easily modified to meet the particular daily, weekly, and reporting requirements of each particular job and our client's needs. Samples of Crowder-Gulf Truck Certification Form, Load Ticket, and typical Daily Debris Report are included. Aft forms can be adapted to meet the client's needs. The computerized accounting program is used for all accounting, involcmg, and payments. The on-site office will be self~sufficient with backup from the full-time Disaster Administration Office (DAO) in Theodore, Alabama. 4 w z e( u ii: a::: :;:) J: l- t/) o a. ..J <I: > o :!: W 0:: t/) ii:: to W o o z e( ..J W t/) ~ ~ - > uie(w a:::o~ ::;)-0:: I-~e( zO:!,! wi a::: > ~o ~~LI..<! -zt/):! O:;:)W-I ..,ou- ~O>~ ::lWO::: e"oW I c:: CJ) o::z>- WOo:: ~:!:~ o 0 c:: u u W 0:: 0::: UJ l- e( ~ o I t/) Z o i= e( U u: ~ <I: ::l o 0:: o LI.. l- t/) w :;:) o w ~ >- u ).: U I- W Z Z 0 - to- <C >- (J U "C u;a; - - Q) z(ij ~ Ll- e .c .2' 0<( l'CI - _\1 ,!:2 I- In 1-"'" 1/) ut Q. 0:: <I: ::>~ 0- 0'" G> l'CI W LI.. " > ~ -10 W .. U :::>z 0 S ... 0"" 0 0 ,.! c - > 0:: ,- tJ) Q) t,) z wE w (l) l- e 0- I- "" 01- Z fIl ~ ~,!!! D. .E - W >- (l) U III 0"" ).: u a::: l'CI :! m III a:::"ti 0 ... "" <( Q uo w e ClI ~ en .! "C CL. ::> t/) U ClI 0 LI.. <C fJ) a::: (.) <( CJ W ~ :i ~ (.) w ::J ...J I- Qi <C ~ u.. ~ a::: ... ~ ..Q ! I-IIl C e I- (J') I- :::t:n5 0 0 oil! :g, .. 0. G> -Q > LL. - ww ';;: ';;: .. :r::5! (,) u IV -J III fIl III a - ClI G> G> C ::) 0 0 CP :g III l'CI C) e ~ 0. a. . ~ c:: a. I- l'CI W Z LI.. ~ LI.. ::s 0 ...J 0 4 j u; ::l ... :X:" 0 I-W <.? ... 3: o~ v 0 0 a::: <Il i~ UJ 0- 0 Z Z 0 II) III -- "- .E 0:: ! fIl IJI ~ Q,i <Il (l) ~ () E - >- >- >; a::: .:s l'CI c (.) en z 0 l'CI Z -.... 5 >>>:' I- o .- cii! (l) LI.. Z - " z rn Zm ..~ l'CI~ In c '051 C Oz w..... a..... ::1:'" EO eo <Il 1-" a::: .. W.' i=O l'CIlz 05;: \J C>~ <1:1- 1-1- 0.- :J offi -I- Z2 02 Zo <l:z a:::u "- "- "" wllJ COt/) C)W "'w .:I:w .! U::l CI/l g~ .Jiii WW ...It/) me ,S (l) .S!: ill 'iij ~ ea::: _W E - ..... ........ ... (i)Cl. <1:0:: ww !II i= U!;. I-!;' I- I-Q. 00 0 l,O CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" CROWDER.GULF DEBRIS LOAD TICKET Client Name: Disaster No: 00001 Truck Company Name: Truck Driver Name: Loading Loading Date: Time: Loading Location I Loading (Street Addrlln); Zone: DEBRIS QUANTITY Truck Measured CY % Actual CY No: Capacity: Full: Load: DEBRIS CLASSIFICATION Vegetative White Goods C&D Other (state typel STUMP CLASSIFICA nON ROW (Public Property) ROE (Private Property) Small (24"- 36" diameter) Small (24"- 36" diameter) Medium (37"- 48" diameter) Medium (37"- 48" diameter) Large (48" or greater diameter) Large (48" or greater diameter) Dumping Dumping Date: Time: Red uctionlD isposal Dumping Location: CROWDER-GULF Representative: Client Representative: State Inspector (if applicable~: Federal Inspector (if applicable): 6 CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - D1SATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" Crowder-Gulf wit! provide daily, weekly, and summary debris reports to the County. These reports can be adapted to comply with any request or requirement of the project. A typical daily report is shown below: CROWDER-GULF DEBRIS MANAGMENT City of Newport News Hurricane Isabel Debris Cleanup FEMA-1491-DR-V A Dailv Debris Removed Report DEBRIS REMOVED ON: 11/17/2003 REPORT DATE: Wednesday, November 26. 2003 Load Debris Stumps Date Ticket # Truck # Street Address/Subdivision/Area Type Delivered To Sm Med Lg Capacity % Load load (CY) 11117/200346730 569 BEECHWOOD AVE AS 3 Bethel Landfill 0 1 40 0 0.0 11/171200346781 569 BEECHWOOD AVE AS 3 Bethel Landfill 0 0 50 0 00 11/171200346867 569 14TH /ORCUTT AS 3 Bethel Landfill 0 0 40 0 0.0 11117/200346868 569 ANDERSON PARK AS 3 Bethel Landfill 0 0 50 0 0.0 11/17/200346953 548 FRANKfN RD 81 1 Patrick Henry TDSRS 0 0 0 55 95 52.2 11117/200346954 548 HUNTINGTON PK B1 1 Patrick Henry TDSRS 0 0 0 55 85 46.8 11/17/200346955 530 NORTH AVE 81 1 Patrick Henry TD5RS 0 0 0 59 95 5$.0 11/17/200346956 548 CENTER AVE 81 1 Patrick Henry TDSRS 0 0 0 55 80 44.0 11/17/200346957 530 HUNTINGTON AVE B1 1 Patrick Henry TDSR5 0 0 0 59 95 56.0 11/17/200346958 530 fRANKLIN RD B1 1 PatricK Henry TDSRS 0 0 0 59 95 56.0 11/17/200346959 530 WOODFIN RO 81 1 Patrick Henry TDSRS 0 0 0 59 90 53.1 11/171200346960 548 FRANKliN RD 81 1 Patrick Henry TDSRS 0 0 0 55 85 46.8 11f17l200346962 548 RANDOLPH RD B1 1 Patrick Henry TDSRS 0 0 0 55 90 49.5 11/171200376739 570 MILFORD RD 81 1 Patrick Henry TDSRS 0 0 0 64 85 54.4 11/171200376740 502 MILFORD RD 81 1 Patrick Henry TDSRS 0 0 0 70 95 66.5 11/17/200376741 570 MILFORD RD B1 1 Patrick Henry TDSR5 0 0 0 64 90 57,6 11/17/200376742 502 BRANDON RD 81 1 Patrick Henry TDSRS 0 0 0 70 95 66.5 11/17/200376743 570 RIVER RD B1 1 Patrick Henry TDSRS 0 0 0 64 90 576 11/17/200376744 502 SHIRLEY RD 81 1 Patrick Henry TDSRS 0 0 0 70 95 66.5 11/17 /2003767 45 570 STRATFORD RD 81 1 Patrick Henry TDSRS 0 0 0 64 90 57.6 111171200397904 510 HUNTINGTON AVE A1 1 Patrick Henry TD5RS 0 0 0 59 85 50.2 111171200397905 512 60TH ST A1 1 Patrick Henry TDSRS 0 0 0 44 90 39.6 11/17/200397906 510 65TH $T A1 1 Patrick Henry TDSRS 0 0 0 59 85 50.2 11/171200397907 512 IWAVE A1 1 Patrick Henry TDSRS 0 0 0 44 95 41.8 11117/200397908 510 15TH 5T A1 1 Patrick Henry TDSR$ 0 0 0 59 90 53.1 111171200397909 510 14TH 5T A1 1 Patrick Henry TDSRS 0 0 0 59 75 44.2 11/17/200398014 552 HUNTINGTON AVE A1 1 Patrick Henry TOSRS 0 0 0 44 90 39.6 11/17/200398015 552 16TH 5T A1 1 Patrick Henry TDSRS 0 0 0 44 85 37.4 11/17/200398016 552 15TH ST A1 1 Patrick Henry TOSRS 0 0 0 44 80 35.2 11/171200398017 552 15TH ST Ai 1 Patrick Henry TDSRS 0 0 0 44 95 41.8 11/17/200398018 512 WICKHAM AVE A1 1 Pa1rick Henry TDSRS 0 0 0 44 85 37.4 11/17/200398702 531 POST 5T 81 1 Palrick Henry TDSRS 0 0 0 58 95 55.1 11/17/200398703 531 POST 5T 81 1 Pa1rick Henry TDSRS 0 0 0 58 90 522 11/17/200398704 517 RALEIGH RD B1 1 Patrick Henry TDSR5 0 0 0 61 90 54.9 11117/200398705 517 RALEIGH RD 81 1 Patrick Henry TDSRS 0 0 0 61 95 58.0 11/171200398706 531 HURLEY RD 81 1 Patrick Henry TDSRS 0 0 0 58 95 55,1 City of Newport News Stumps: Loads this Report: 36 Avg. Load 79.7 Small 0 Medium: 1 large: 18 Daily Cu Yds 1,632.9 DEBRIS REMOVED ON 11/17/2003 Debris Type: 1 - Veg etative Oebris 2. C-o 3 - Stumps Page 1 of 1 7 CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WilMA" PAST PERFORMANCE 1. Project Title: Client Contact: Project Term: Project: 2. Project Title: Client: Contract: Project Term: Project: 3, Project Title: Client: Contact: Project Term: Project: 4. Project Title: Client: Contact: Project: 5. Project Title: Client: Contact: Project Term: Project: 6. Project Title: Client: Contact: Project: FEMA-1609-DR Hurricane Wilma Collier County, Florida Margaret Bishop, Senior Project Manager (239) 213-5857 60 days 67 + Miles> Manage, collect, reduction and disposal of debris removed from canals FEMA-1609~DR-Hurricane Wilma lee Cou nty. Florida Allen Davies, Engineer II, Natural Resources Division (239) 479-8124 14 days 10 miles> Hurricane Debris & Vegetative Removal in Waterways and Natural Creeks in Lee County FEMA-1609-DR Hurricane Wilma City of Fort Lauderdale, Florida Greg Slagle, Public Works Department (954)828-5341 Currently on going Manage, collect. reduction and disposal of debris from waterways FEMA-1605-DR Hurricane Katrina City of Gulf Shores, Alabama Chuck Hamilton, Gulf Shores Public Works Director (251) 968-1155 32 Miles> Manage, collect, reduction and disposal of debris, beach cleaning, debris removal from Gulf Waters and surrounding water bodies FEMA-1605-DR Hurricane Katrina City of Pascagoula, Mississippi Brian Nelson (228) 218-4077 20 days 40 Miles> Manage, collect, reduction and disposal of debris from primary and secondary drainage ways. Dauphin Island FEMA-1605-DR Hurricane Katrina State of Alabama Department of Conservation and Natural Reso u rces Terry Boyd, DCNR Director (334) 850-5060 I (334) 668-9851 Matt Bell, Engineer, Volkert & Associates (251) 968-7551 Mitch Kidd. Engineer, Volkert & Associates (251) 968-7551 Debris removal & disposal from 14,000 acres of water bottom in the Mississippi Sound. 8 CROWOER.GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" 7. Project Title: Client: Contact: Project: 8. Project Title: Client: Contact: Project: 9. Project Title: Client: Contact: Project: 10. Project Title: Client: Contact: Project: 11. Project Title: Client: Contact: Project: 12. Project Title: Client: Contact: Project: Alabama State Park FEMA.1605.DR Hurricane Katrina State of Alabama Department of Conservation and Natural Resources Terry Boyd, DCNR Director (334) 850-5060 { (334) 868-9851 Matt Bell, Engineer, Volkert & Associates (251) 968-7551 Mitch Kidd, Engineer, Volkert & Associates (251) 968-7551 Debris removal, disposal and beach cleaning Little Lagoon FEMA-160S-DR Hurricane Katrina State of Alabama Department of Conservation and Natural Resources Terry Boyd, DCNR Director (334) 850-5060 I (334) 868-9851 Matt Bell, Engineer, Volkert & Associates (251) 968-7551 Mitch Kidd, Engineer, Volkert & Associates (251) 968-7551 Debris removal and disposal from 2,600 acres of water bottom Weeks Bay FEMA-1605-DR Hurricane Katrina State of Alabama Department of Conservation and Natural Resources Terry Boyd, DCNR Director (334) 850-5060 { (334) 868-9851 Matt Bell, Engineer, Volkert & Associates (251) 968-7551 Mitch Kidd, Engineer, Volkert & Associates (251) 968-7551 Debris removal and disposal from approximately 6,000 acres of water bottom Magnolia River FEMA-1605-DR Hurricane Katrina State of Alabama Department of Conservation and Natural Resources Terry Boyd, DCNR Director (334) 850-5060/ (334) 868-9851 Matt Bell, Engineer, Volkert & Associates (251) 968-7551 Mitch Kidd, Engineer, Volkert & Associates (251) 968-7551 Debris removal and disposal from 2 miles of river bottom and banks FEMA-1551-DR Hurricane Ivan City of Gulf Shores, Alabama Chuck Hamilton, Gulf Shores Public Works Director (251) 968-1155 Manage, collect, reduction and disposal of debris, from 2,600 acres of Gulf water bottoms, 21 miles of removal from Gulf Waters and surrounding water bodies, canals and adjacent beaches FEMA-1551-DR Hurricane Ivan State of Alabama Department of Conservation and Natural Resources Terry Boyd, DCNR Director (334) 850-5060 I (334) 868-9851 Matt Bell, Engineer, Volkert & Associates (251) 968-7551 Mitch Kidd, Engineer, Volkert & Associates (251) 968-7551 Debris removal, disposal and beach cleaning - Gulf of Mexico, Alabama State Park, Little Lagoon, Weeks Bay, Magnolia River and Dauphin Island 9 CROWDER~GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - D1SATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" FEMA-1551-DR 2004 Hurricane Ivan Phase I & II (Contract Nr.05502) City of Gulf Breeze, Florida Steve Milford, City of Gulf Breeze (850) 934-4030 Troy Terry, Tetra Tech Engineers, Inc., (850) 837-9278 36 Days Manage, survey, collect, and disposal of debris from the jurisdictional wetlands of the City of Gulf Breeze, Florida 13. Project Title: Client: Contact: Project Term: Project: 14. Project Title: Client: Contact: Project Term: Project: 15. Project Title: Client: Contact: Project Term: Project: 16. Project Title: Client: Contact: Project Term: Project: 17. Project Title: Client: Contact: Project Term: Project: Grand Lagoon FEMA-1551-DR 2004 Hurricane Ivan (Contract Nr. PD 03-04-lvanl Escambia County, Florida I Crowder-Gulf Nathan Counsel, Beck Engineering (407) 619~2781 2 months Manage, collect, reduction and disposal of debris from water and wetlands Bayou Grande FEMA-1551-DR 2004 Hurricane Ivan (Contract Nr. PD 03- 04-lvan) Escambia County, Florida I Crowder-Gulf Nathan Counsel, Beck Engineering (407) 619-2781 2 months Manage, collect, reduction and disposal of debris from water and wetlands Jones Creek FEMA-1551-DR 2004 Hurricane Ivan (Contract Nr. PD 03-04-lvan) Escambia County, Florida I Crowder-Gulf Nathan Counsel, Beck Engineering (407) 619-2781 2 months Manage, collect, reduction and disposal of debris from water and wetlands Seaglades FEMA-1551-0R 2004 Hurricane Ivan (Contract Nr. PO 03- 04-lvan) Escambia County, Florida I Crowder-Gulf Nathan Counsel, Beck Engineering (407) 619-2781 2 months Manage, collect, reduction and disposal of debris from water and wetlands Notes: AfJ of the above were federally reimbursable projects and were completed without dispute. 10 CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" SERVICE PERSONNEL 1. Job Performance - For this particular job Crowder-Gulf will mostly manage and finance the job. We will handle all paperwork and assist the County in all FEMA reimbursement procedures. Due to the nature of this job, Crowder-Gulf will use local marine contractors and local fishermen. They know the local waters and will be a valuable asset on this job. In the event special equipment is needed that is unavailable in the local area, Crowder-Gulf crews can be brought in. Crowder-Gulfs two main subcontractors will be Coffin Marine Services and Poseidon Towing. They will perform most of the vessel removal and will work with Crowder-Gulf personnel to determine a fair price for removing vessels designated as "special consideration vessels". Crowder-Gulf is in touch with the fishermen of the Keys and will assign them specific tasks: retrieving lobster pots, debris removal off shore and from canals. There will be a Crowder- Gu~f Foreman with marine experience in charge of each group of fisherman to assure quality control and proper documentation. 2. Spill Response - Coffin Marine and Poseidon Towing will handle spil~ response for all vessel removal. Small amounts of house hold hazardous waste and other hazardous waste material found by the various fishermen will be turned over to the two main marine subcontractors for disposal under the following spill response plan provided by Coffin Marine: Spill Response Plan - The purpose of this plan is to establish protocol to be used in the event of a marine pollution incident associated with derelict vessel removal. In order to best manage pollution response all contractor work will be focused within a single area, which will be supported by land based pollution response equipment. It is anticipated that up to six (6) contractors will be working at the same time in each of the Upper and Lower Keys. Poseidon Towing will provide pollution equipment and services in the Upper Keyes and Coffin marine Services will cover the Lower Keys. Hard boom will be stored in trailers, which will be mobilized near to the work areas. In each area a shore based logistics person, provided by the primary contractor for that area will be available to transport sorbent material sufficient to cover any potential spill to the nearest landing. The individual derelict vessel contractors will be responsible for immediately reporting a pollution incident, transporting sorbent materials and hard boom to the spill site and cleaning the spill. It is anticipated that response times will be weU within nationally recognized guideline. Initial cleanup will begin immediately with materials at hand The source of pollution will be located and mitigated if possible, Secondary sorbent supply, if needed, will occur within 30 minutes. Hard boom, if needed will be deployed within 60 minutes. Spent sorbent material will be properly packaged, transported to sore and stored in 55 gallon salvage drums. Oil Pollution Contractor, EMC Oil Corp will transport the materials out for County. In the case of a contractor working in remote area, sufficient sorbent material for the risk will be at hand, Contractors working from barges where space is not an issue will carry enough hard boom to contain a small spill. 11 CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" 3. Crowder-Gulf technician equipped with the latest Side-scanning sonar will determine canals and other areas that need scanning. The technician will develop, interpret read out and direct fisherman in locating sub-merged debris. If needed, the tech will be available to assist County personnel to further study waters. 4. When a notice to proceed is issued by the County, Crowder-Gulf is immediately available to mobilize. 12 CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - OISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" LlTIGA TION . Has the Respondent ever failed to complete work or provide the goods for which it has contracted? NO . Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the bidder, or its officers or genera! partners? NO . Has the Respondent, within the last five (5) years, been a party to any lawsuit or arbitration with regard to a contract for services, goods, or construction services similar to those required in the RFQ? NO . Has the Respondent ever initiated litigation against the county or been sued by the county in connection with a contract to provide services, goods, or construction services? NO 13 CROWDER.GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" COUNTY FORMS AND LICENSES LOBBYING AND CON}~L1Cr OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETjjlCS CLAUSE \."..'(oVide( - GLtLf.JoWcT Ve..rture. Jh... ~V\N ~r:.aMsa.~ J P~. warrants [hat holit has not employed, retained or otherwise had act on hishts behalf any former County officer or employee in viola lion of Section 2 of Ordinance No. 1 O~1990 or any County ollicer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or olni:fwise recover, the J\dlllJl10unt of any fcc, comm'''''", "'''"''g'. g,ft.", co.,'d'm"o" pnld 10 'h, funn" C,""y o~ ~;,,",,) ~ 08Ie:__ (P -/ Jl -0 fp STATE OF [\\Ct\~) OJ'{,\(l_, COUNTY OF \Y\oV) \ \( PERSONALLY APPEARED BEFORE ME, the undersigned authority, '~~l X) ~{1 ,'1") ~~l\- who, after first being sworn by me. affixed his/her signature (name of individual Signing~he space provided above on this l()\1r~. day of :)\j Dr , z0l1P NOTARY PUBLIC ~ A c f, ,) j ~ J1J:J~ '- ~) ~ ~ (AL\C(~Qt~/ - 7' .. ,1 ' \) My commission expires' MY COMMISSION EXPIRES APRIL 15, 20G8 OMI3 - MCP FORM il4 NON-COLLUSION AFFIDA Y IT J, . ~D\r\1\.l R"MSA.~ Df_Piobl ~ _ ~,,__ofthe city accordmg to law on my oath. and under pemllly of perjury, depose and say that; I) I am r ress. of ~Qwder. tj,ul 'f ~_iid: \Ie..J~'~d~~king the Proposal lor the project described as follows: 'f.-F" e _ ~M. D _ \~ ~-2.Dz.. 2..00\.0. J>U tt.{ C-\l ))i$.o.S,ter Rt-'tb~ ~erl1i'U:.s ~r ,yi~n~ Ve:sseJ o.^ot J:eb","S, \2e.M.t>Vc.-l POS+- \+u("\.~""'~ Wi\ ~ 2) The prices in this bll.l have been arrived at indcpendclHly without collusion, consultation, communicatioll or agreement for the purpose of restricting competition, as 10 uny malleI' relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly bc disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will bc made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for rhe purpose of restricting competitIOn; 5) The statements conlained in this uft1davit are true and correct, and made WIth full knowledge {hut Monroe County relics upon the truth of the statements comained in this affldavlt in awarding contracts for said project. STATEorHnbcmu" ~L 1!~9dr (Signature of Bid ,) COUNTY OF {"(\Ck) \ L _ {O r- \ () C;(p " DATE PERSONALLY APPEARED BEFORE ME, the undersigned authority, ~r;; \\ \~_.Ro,_\\~~{1l\ who, afwr first being sworn by me, (name of individual signing) affixed hIs/her signatun: in the space providc(t@pvc on this 'I tr\kY\ ~ [ 'V'.p , r" "--" day of '~ "--'\ \ 1\" _ ' 200K '-1:'\ '~ ~ ) ~- \ II -~JYnlLI My commission expires: NOTARY PUBL C r I OMB ,Mep FORM #1 MY COMMISSION EXPIRES APRil 15. 2008 DRUG-.FREE WORKPLACE FORM The under51gned vendor in accordance wi1h Florida SllIlutc 287.087 hereby cerllne5 thai: .~VOw.cl~J -- flu 'if ~}o~1- v'~hr't.t ~\:-. (Name of Business) 1. I'ubllsh a statement notifying employees that the unlawful manufacture, dismbulion, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be wken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's poilcy of maintaining a drug- free workplace, any available drug counseling, rehabilitation, and l;:rnployee 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 conlracalal services that are under bid a copy of the statement specified in subsection (I). 4. In the statement specil1ed in subsection (I), notify the employees thai, as a condition of working on the commodities or contractu!!1 services that are under bid, the employee will abide by the terms of the st,ltemCIll and will notify the employer of any conviction of, or plea of gunty or nolo contendere to, any violation of Chapler l:\93 (Florida Statutes) or of any controlled substance law of the United Slates or any state, for a violation occurring 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'5 community, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-Iree workplace through implementation of this section, As the person authorized to sign the statement, J certify that this firm complies fully with tbe above requirements. Bidder's (, --J D 'Di.(C_~.~ Date OMB - MCP#5 CERTIlilCA TE OF INSURANCE NO SOl CERTIFICATE HOLDER NAMED INSURED "s AMP L E" Crowder Gulf Joint Venture, Inc, 5535 Business Parkway Theodore, AL 36582-1675 o NO Do aU pOlicies conlaiD a Wajv~T of SuoroillUoo In favor of Certifica~ Holder if required hy written comne!? o NO [)Q aU policies except the Workers' Compensation name me Cel'tifi~re Holder as Additiul1lf1 InSured if re<:Juired by written wnnel? o NO Do policies provide 30 aaYl wriru:n nDtice of cancellatlOIl to Certificate Holder? o NO Is coverll.&e under all insurance carried hy Named l.n.lured Primary Insu.!'ance if required by written ccmtracl? lYPE OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF lJABrLITY IN mOUSANDS (000) WORKERS' COMPENSAl'lON & XSWC~7Q37! 0910 112005 WORKERS COMPENSATION EMPWYERS LJAIlILm O~)f{l1 t2008 U. S. Long$prell,lell'UnO ~aroorWorkers' EMPLOYERS LIABILITY o NO Elich Accident $1,000 Compensation ACl Coveray. Disease. l'olky Limit $ 1,000 0 NO Oult! CqntinelltaJ Shelf Land ACl Dise33e . Bach Em.pIQY~ $ 1,000 0 NO Jones Act (including Transp0.t';3!ion, Wages. MainteUance. and CUTe), De1Ilh nil the High MARITIME EMPLOYERS Sea! Act & Gelleral Maritime Law L!ABD...rrY $1.[00 ClIVES 0 NO Voluntary Cumperwdotl Endorsement W YES 0 NO Orner Sta.te~ lnsurallCC l.3IYES 0 NO Alternate atnployerlBorrowed Sel'Yant Endorsement ell YES 0 NO 'hI Rem" Eodonemenc Q:l YES 0 NO Gulf of Mexico Territorial Extellsion CENERAL LIABILITY XSGL-{)730n 09/0112005 Form &: Edltlon Date ISO CG 00 0111/88 09/0112008 Gc:rn::raJ Aii"'iall;" UnlimilCd i'rQ(lUClli-CompIOPS AU. $ 3.000 0 NO Broad Form Property Damage Uabilitj PenJonaJ & Advertising Injury $ 1,000 including X. C, U Each <XC\llTenCll $1,000 0 NO ProduculCompleted Operations Fire Damage $ 50 0 NO COlltraet\l.U L.iabi1iiy (Any Dnc fire) 0 1'10 ::'lldden. and Accidental Pollution LiahUlry MedIcal E:\pensc: S 5 0 NO Occurrence Form (Any Cine penon) o NO ~rsonallnjuT)' o NO 'In Rem" Endommem o NO CI'I>>S Liability o NO W arercral't e~lusion 11lL'i been modified by the ve~sels endoocmem on se,heduled equipmenl tii ~(Jl~~1~et~rl~~1,r17cl,~,cl,~t'cl,rl~rt,~t,cl,~,JL~(Jl7cl~~1,(t~rl,ci7~~cl,cl,cl,cl? tl.1 ;y ~ o r- 0'> o o .... '" N d ~'1 C> .-1 :;t: o w en Z o H E-< I':t; ...:l ;:)Q tHt: W~ ~O ro ..:l .t:O ZZ OH HUJ ITIZ .A' tl) N ..., !1ltJ CJ ""H 0:. 0...:1 P< o P<>l -l P:.: ~ ~~ o Q UJ tI:lZc ~ (J}H <t t.<l ~ "ZZ en HO WH ~~ roo ""~ 0[-< tJl E-IZ ZO ~Cl ~ E-< p;; ~ 0.. W o :r: c <( f- lU o ,4 UJ (Y) I~ r-- : (Y) i ('.. J , 'l~ "u .:;( -r (j)~ :3: Op:. ..:.lliil ..:iH ~~ H ()) ...:l H~ tI:::> E-<O ,~ I tIl ~ ~ !l::w ~ ~~ I .,.. iE: HE-; '~ ~ p::l l-i 0 Z 0\ ll.I r... rr.. CO .w r-- po: H W (" j,1,O P4 ujl (1) mO~\>-1 Z 101 ..r;:r-<...:l Itj gl6 p U .g 5 H 11.1\ H W 44 M ....:! E-< H 0 f') rD U) m~_ ~\.to Gl!:)} NHr.D(!)ZP1 ~~g~~~ ~ ~ .rl H Ij) Claw "H~ P::: .01 Gl III OOi?J..lo:( I:'- H 0 m 0 11'1 Ul 1-i'd~Cl o tfl):Cl. 0 - ~ 0 J:;lZO If'IZ.--lQJO f-1 o H <lJ.r::.~t/] o U)..oJJ"')H'~ N ::> lit ~'OHHCI) w m ,,..j H fl< '1l 6 '0 p.,~::Ei .A:1<<l>:l.XE-<O E-<Z~r.:J.~U ~ ~ ..:l ~ l'< N o ro If! ZZ ..., 00 ,.., HH r<E-< ..:l ;i!;;1 <( 00 p,Cl. ~~~ OO~ UU~ 0., t~(J} WlSltll :f1}:1i') o.;...Z HHH b t.H.ll Ii') 0'Qr;:lp::j !>:INr1lQ o fL.l>..1l10 ...:l.-=i '"'1M o :::llfl :r. l'H.!l Lfl t-- .:r: M H H: H~ t;~ o::r:-. ~;i u ~~ o X H !Jl -I: ! 1. t- Cl'1 ..,. o o .., l'l It1 CJ ..,. <:) .:! ~ o l.1J rn z o ..... ~ ~ G~ Jil< P::O III ~o zz OH H(f) mz tIlr.>:l li.1U "'-H 0..:1 p::j 0..>< ~ ~~ (f)~ O'lH ~z HQ WH b~ I.'QU P r>..~ oe,.. OJ ~6 ~(J ,~ Po r>l Q I ':. ~,i~\: ,: ~'-"', ' " :'. . , ., r:-r ~...' \< . ~ > ..ftI~'kf;."~"',;,'~ I ~" l';e,C(~~,.~;'" :"~ P:; I 'I. ''''!'i'~''''''' ~ ~ ! ", '~;_:~'i ~"i" < l"- .r.J l..O es. rl ~ Ala ~O-.j< o me f:I 1I1 _ AN :z; 1.0 ". U ~ 0 " Q , ..:lH M g M\4..Irl Ofot H U ~H OM u~ ~ ot<., ..::l0:: E-i H ID Cl ..t 0 Q\ to; (-t a p :nPl lI')~p: 0,,:( PO rl M.r\ :eo Lil U Q) .. ..-(0 !XI ..-I 4.l H \D 0 Cf.l ?.u ....~Q oUHOftf ~<< , ~'t1 H ,~~~p. ::t:;'-' '" ,,0 t:l CIo ,:( . r-l C> 0 -H tt:l>t C) ~ <IlA-rl ::r:P~~ o '-'l sJ .t.J CI 0: III N m l:)t:I1 ~'t1 k $.4 0 ~ lh <<I G)-..-l C!.l-fSfO ~ ~~-g ~ ug~ ul f-<.... P r&l ::I:l!lO\O o ~p: tile P:Z !Up: P71~ e;~ I" ! I i P::: ~>< fJ~ 8 ~5 HM pm ;=;; 4: ....J )-, 0): o ~I :J 0' Wi €X rn <f. >- <.( ~I 0' I I <( ,9 cr: o ...J LL. LL. o W i- ~ W .;,. ~ ;~-'~ :-~ ~. ,''':,";;.1 '-i~'~~.>:; tco:-: t'lO ~~ P-l A):> UlO 1-,] C) ., .", ..... P'.. ',' ... : '*' ' :;-"" , 'rl ~ ~. '. . . ,~ '. . '0 ... Q .:I 8'~ ~ w en ~ ~~ H E-t .<' ~~ I~ lQ. ~i OH 'Hl;i'l ~ .c( ;ri PlU > C .IlcH CO it ~.4 C o Pt~ ~ "j. ...I ~ II.. gf.c 5 L&. W 0 o b w ~,~B' 0::: ~ :! ~Z ~ (1) t-4 O. D1H 0- t::If-t ~ lQtJ ... 5 ".; 0 ~ f") O~' " Ul M r g ..:l a lice ~ .Jr1 . 8u D4 . tit N Ul. Q' IlIJ1 ~ !it'" 0 r"- ~ft.~ <.0' . B~ N:=GI~ .CfJ~' ' il1il8 m: en iiH JQ . ~ ""f . 11~: Is ,.4.; ~ D~ CI'It(ft CROWDER-GULF JOINT VENTURE, INC. MONROE COUNTY, FLORIDA "REQUEST FOR QUALIFICATIONS - DISATER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA" BID RESPONSE . , BID AMOUNT Trap Debris {;ost per Trap Removed Shallow Water (0.2') Channels (2' plus) $ 42.00 $ 48.00 >I< Assumptions: 1. Concrete and wood will be disposed of at designat~ct sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whethcr working on the flats or in deeper channels and up tolD mile from land. 4. A modified fuel allowancc may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps will be billed at Y. trap and at Y" tn(;.: cost noted above, exclusive of fuels costs and tipping fces. 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub.contractors for this project 9. Load and haul to TDSRS and haul out to final resting plal;c of trap line, floats, and funnels will be priced based on current debris contract with Monroe County and lipping fees from fmal disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. $ 6.00 per linear foot cleaned Vegetative debris removal from canals, $ 5.00 per linear foot cleaned Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and veri fying its removal. The approach provided should minimize the time spent in making such determinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. .. Assumptions: NOTE: Crowder-Gulf will use side-scanning sonar to survey canals before and after debris removal operations. Debris locations will be identified by GPS coordinates. , , I. Load and huul to TDSRS and haul out to final resting place pricing will be based on current debris contract with MDnroe County and tipping fees from final dIsposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Items of special concern (Hazmat materials, etc,) should be considered in the price quote provided. Vessel and Other Open Water Marine Debris Labor and Cost orbaa! and vessel removal Boats/Vessels retrieved from the land by means of various equipment. No water borne equipment. $ 78.00 per linear foot of vessel Open Boats and Skiffs up to 18 fect in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ 225.00 per linear foot of vessel Other BoatslV essel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc, Salvageable: $ 280.00 Non Salvageable: $ 290.00 per linear foot of vessel per linear foot of vessel Per day fees for storageldockagc for salvaged boats/vessels. $ 30.00 per unit/daily Respondent responsible for providing storage / dockage site. Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ 225.00 per cubic yard collected .. Assumptions: 1. Load and haul to TDSRS and haul out to tinal resting place pricing will be based on current debris contract with Monroe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass tbrough cost to be determined upon designation of final disposal facilities, 2, Vessels of SPCCilil consideration; those over 35 feet in length, houseboats, boats on islands, OT surrounded by trees will require exceptional effort to salvage and/or remove , . piece by piece The removal of these vessels will be handled through separate negotiation after contract signing, based on more detailed assessment. The removal of such vessels will be handled as additional work orders undcr the contract awarded under this Request for Bids and be amended 10 the contract at that time. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris llnd will be billed by the linear fool, ....' 0) \.., ~ID BOND ::onforms with The American Institute of, , o..rchitects, A.I.A. Document No. A-310 Iii mow ALL BY TIffiSE PRESENTS, Tbat we. ~ROWDER-GULF JOINT VENTURE, INC., 5535 Business Parkwa Theodore AlabamaJ36582 f! :l ;~; I; i j as Principal, hereinafter called the Principal, ~dthe ARCH INSURANCE COMPANY of 3 Parkwa , Suite 1500, Philadel hia, PA. .1,9102 , a corporation duly organized under the laws of the State of Missouri , as Surety, hereinafter called the Surety, are held and fIrmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ 5 ~f) ) ,I~r the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, adrilifstrators, successors and assigns, jointly and severally, frrmly by these presents. WHEREAS, the Pdncipal ,bassubmitted a bid ~i j 1) isas.\eJ" be..<'.<>IfC'1 ::eo,~ (,?i<-~ri^.e. esse i\..d. _ rl !' ()..- t- "( 'Ltt \M Y b .. M - \ V 2> - 00 ls, - NOW, THEREFORE, if the Obligee shall acc the bid of the 'dpal d the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and e such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful perti. .., nce of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of . 'ifailure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the differe ~ not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in g ~d faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise todrnain in full force and effect Signed and sealed this q.u,. day of ~ Uht.- ' lODk- ' CROWDER~GULF JOINT VENTURE, INC., 5535 BuSine~s Parkway, Theodore, Alabama (Seal) { /1 / i Principal !ibi.-'1)i/ (to. . V f 7 Title A~CH INSU NCE COMPANY 3 Parkw uite 1500, philadel hia, PA. { ~ ~ttorn~y~in-Fact Witness Debbie Jones Witness S-0054/GEEF 12/00 FRP . " ~ \t" ;, POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a co .. oration organized and existing under the laws of the State of Missouri, having its principal office in Kansas Cfty, Missouri . ~ereinafter referred to as the "Company") does hereby appoint Tom S. Lobrano III, Tom S. Lobrano IV ~d James C. Congelio of Jacksonville,"FL (EACH) i I its true and lawful Attorney(s}-in-Fact, t ~ake, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and ,as its act an !deed: Any and all bonds and undertakings l' EXCEPTION: NO. AUTHORITY is grantid to make, execute., seal and d~liver bonds o~ undertakings that guarantee the payment.or collectIon of any promissoryHote, check, draft or letter of credIt. This authority does not permit fue sam~-l..!.....Obligation to be split into !vio or more bonds in order. to bring~ach such bond ,within the dollar limit 9f authority as set rh herein.. , _ ':i- . The Company may revoke this appoin .: t at any time. The execution of such bonds and un trtakings in pursuan~ ;0f '1tj~se' presents shall be as binding upon the said Company as fully and amply -to all intan land purposes,',~~')f::~:~:$a"lfiiad:beEi'ri duly executed and acknowledged by its regularly elected officers at its principal JCe in Kansas.:City~'Missoud.' ~ ~ This Power of Attorney is ,executed by a' 1hority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true an laccurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being.in fu IlIDrce and effect: " ~ "VOTED, That the Chairman of the Boa ': the President, or any Vice President;or their 'appointees designated in writing and filed with the Secretary, or 1he Sec Jary shall have the power and authority to appoint agents and attorneys-:in-fact, and to authorize them to execute on b. ~alf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts.' ': indemnity and other writings, obligatory' in the nature thereof, and any such officers of the Company may appoint ag rtts for acceptance of process." . This Power bf Attorney Is signed, seal ~ and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of th ~oard of Directors of the Company on March 3, 2003: VOTED, That the signature of the Cha; rfnan of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the .: retary, and the signature of the Vice President, the seal of the Company, and certifications by the Vice ,President, ma . .e affixed by facsimile on any power of attorney or bond executed pursuant to the resolution,adopted by the Board of 0' ~ctors on March 3,2003, and any such power so executed, sealed and certified with respect to any bond or undertaking t. Iwhich it is attached, shall continue to be valid and binding upon the Company. f: ";: . :~ OOMLOO 13 00 03 03 Page 1 of 2 Printed in U.S.A. ! ~ 1 " ! I .. ... ~-. ~ t, In Testimony Whereof, the Company has caused this instrument to be signed authorized officers, this 915t day of March. ,20~> its corporate seal to be affixed by their Insurance Company Attested and Certified ~~~ Edward M. Titus, Vice President STATE OF PENNSYLVANIA 55 COUNTY OF PHILADELPHIA 55 '.;: 2 i, :.: ! . , I, Kate Marcjnk~s, a Notary Public, do hereby certify that Edward M: Titus and ~ry Jeanne Anderson personally known to me to be the same persons whose names are Vice Presidents of the '*Ph Insurance .Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to ~~ foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto:i~uly authorized signed, sealed with the corporate seal and delivered the said instru~ent as the free and voluntary act t>t said corporation and as tfleir own free and voluntary acts for the uses and purposes therein set forth> ;, : NOTARJAL SEAL I<A THlEEN MARCINKUS, Notary Public City of Philadelphia. PhUa. CounIy M Commission Expires Febru 25, 2006 jt~S~~P;b~. My qqmmi~sion expires 2-25-06 n CERTIFICATION I. Edward M. Titus, Vice President of the Arch Insurance Company, do hereby cWtify that the attached Power of Attorney dated Mf3rch 31.2005 on behaJf of the person(s) as listed above is a true and~rrect copy and that the same has been in full force and effect since the date thereof and is in full force and effect on tfil:t date of this certificate; and J do further certify that the said Mary Jeanne Anderson. who executed the Power of Attorn~t as Vice President. was on the date of execution of the attached Power of Attorney .the duly elected Vice President of thMArCh Insurance Company. IN TESTIMON: WHqREOF, I have hjreunto subscribed my name and affIXed ~~e corporate se>al of the Arch Insurance Company on this day of ",.... .20..!2JL. ~ ~~ Edward M. Titus, Vice President This Power of Attorney limits the acts of those named therein to the bonds an4 .~ndertakings specifically named therein and they have no authority to bind the Company except in the manner and to thei1xtent herein stated. . ~ i PLEASE SEND ALL CLAIM INQUIRIES RELATING TO TH~S BOND TO THE 110LLOWING ADDRESS: Arch Surety': ! 3 Parkway, 5te. 1500' ; Philadelphia, PA 19102 :J I: 00ML0013 00 0303 Page 2 of2 Printed in U.S.A. .. PROPOSAL Disaster Recovery Services for Marine Vessel and Debris Removal Post Hurricane Wilma, Monroe County, Florida June 9, 2006,3:00 PM Purchasing Office Monroe County 1100 Simonton Street, Room 2-213 Key West, Florida 33040 SUBMITTED BY: DRC EMERGENCY SERVICES, LLC 740 MUSEUM DRIVE MOBILE, AL 36608 ~ DRC Emergency Services, LLC 740 Museum Drive. Mobile, Alabama 36608 1-888-721-4372.1-251-343-3581. FAX 1-251-343-5554 June 9, 2006 Purchasing Office Monroe County 1100 Simonton Street, Room 2-213 Key West, Florida 33040 RE: Disaster Recovery Services for Marine Vessel and Debris Removal Post Hurricane Wilma, Monroe County, Florida Dear Sir or Madam, On behalf of DRC Emergency Services, LLC and the DRC family of companies (DRC), I am pleased to offer you our proposal for Disaster Recovery Services For Marine Vessel and Debris Removal Post Hurricane Wilma for Monroe County, Florida. DRC is one ofthe leading disaster recovery groups in the nation and is uniquely qualified, equipped, and prepared to fulfill your needs in this contract. It has been our privilege to serve Monroe County's debris removal and disaster recovery needs recently following the devastating stonns of 2004 and 2005. For this contract, DRC will draw on the resources of DRC Marine Services, LLC, in particular the experience and expertise of Eli Zatazelo, an experienced marine salver with a proven record of success on many projects like this one. DRC brings to the current project seventeen years of disaster response and recovery experience and expertise, highly qualified and expert persoIlllel, and state-of-the-art equipment and resources. Specifically, the DRC family of companies has recovered, processed, and removed millions of cubic yards of debris in multiple contracts in post-disaster settings. We have a seasoned and experienced project team identified for this project that is intimately familiar with the State of Florida and the challenges it faces: a number of them are Gulf Coast or Florida residents who were displaced by and/or lost their homes and businesses to Hurricane Katrina and who have been working on post-disaster solutions for the region. In short, we have the technical know-how, the local knowledge, and the wherewithal to get this job completed to the County's satisfaction. The following proposal describes our qualifications and approach for Disaster Recovery Services for Marine Vessel and Debris Removal as stipulated in your request for qualifications. I am confident that our solutions will meet your needs exactly for this contract. We can be prepared to initiate this work within 24 hours of contract award. I invite you to review our proposal and discuss with us how we may best fulfill your requirements. We look forward to working with you on this portion of the recovery of the Monroe County from the devastation of Hurricane Wilma. We trust both you and the citizens of your county will be pleased and impressed by our performance. Please contact us at the above address if we may provide further information. Sincerely, Wk1- ~ Mark Stafford Chief Administrative Officer DRC Emergency Services, LLC . BID AMOUNT Trau Debris Cost per Trap Removed Shallow Water (0-2') Channels (2 ' plus) $ 41.50 $34.20 * Assumptions: 1. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up to I 0 mile from land. 4. A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps will be billed at Y2 trap and at Y2 the cost noted above, exclusive of fuels costs and tipping fees. . 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 9. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to fmal resting place of trap line, floats, and funnels must be considered in any price quote provided. Tipping fees from fmal disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. $ 19 .58 19.58 per linear foot cleaned Vegetative debris removal from canals. $ per linear foot cleaned Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and verifying its removal. The approach provided should minimize the time spent in making such determinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: . 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to fmal resting place of marine debris must be considered in any price quote provided. Tipping fees from fmal disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of fmal disposal facilities. 2. Items of special concern (Hazmat materials, etc.) should be considered in the price quote provided. Vesse} and Other Open Water Marine Debris Labor and Cost of boat and vessel removal BoatsN essels retrieved from the land by means of various equipment. No water borne equipment. $ 150.00 per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ 25.00 per linear foot of vessel Other BoatsNessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 1 50 .00 Non Salvageable: $ 225.00 per linear foot of vessel per linear foot of vessel Other BoatsN essel in excess of 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 250.00 Non Salvageable: $ 225.00 per linear foot of vessel per linear foot of vessel Houseboats and larger vessels that may create some difficulty in removal because of location (edge of islands or in the mangroves, hard aground etc. - Lady Luck / Legacy excluded) retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 400.00 Non Salvageable: $ 225.00 per linear foot of vessel per linear foot of vessel Per day fees for storage/dockage for salvaged boats/vessels. $ 35.00 per unit/daily Respondent responsible for providing storage / dockage site. Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ 50.00 * Assumptions: per cubic yard collected 1. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to fInal resting place of all marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of fmal disposal facilities. 2. A quote for Vessels of special consideration - houseboats, larger vessels on islands, or surrounded by trees should be provided above. The removal of these vessels may require unexpected additional effort and further negotiation may be allowed on a case by case basis. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. DRC Emergency Services, LLC 740 Museum Drive. Mobile, Alabama 36608 1-888-721-4372 .1-251-343-3581 . FAX 1-251-343-5554 GENERAL INFORMATION DRC Emergency Services, LLC is a limited liability company, based on the Gulf Coast in Mobile, Alabama, with offices in Southeast and Southwest Florida. Members, Senior Management, and Officers of DRC Emergency Services, LLC Robert J. Isakson is Member and Administrative Manager of DRC ES. Mr. Isakson was a founder and serves as Secretary/Treasurer and Managing Director of DRC, Inc., and the majority of its associate and affiliate companies which are actively engaged in building, marine, road and civil construction, disaster reconstruction, demolition, hazardous waste remediation and disposal, and landfill management services worldwide including recent contracts in war-tom Kuwait, Somalia, Kosovo, and Iraq, in addition to numerous contracts with hurricane, ice storm, typhoon and flood ravaged cities, counties, states and territories. Previously, Mr. Isakson was a Special Agent with the Federal Bureau of Investigation of the United States for ten years, serving as a Supervisor in charge of "white-collar" crime and political corruption in the State of Louisiana. He has worked and traveled throughout over 100 countries and territories on six continents and is intimately familiar with international corporate and business development, finance, landfill management, recycling, hazardous waste remediation and removal, and civil construction. B.B.A in accounting, Lamar University. Thomas M. Marr, Sr., is Managing Member of DRC ES. Mr. Marr is one of the founders of DRC, Inc. and has directed overall operations and management since inception. He is former Assistant Attorney General for the State of Alabama, and was a Member of the State of Alabama Legislature and the State of Alabama Constitutional Committee. Mr. Marr holds a degree in civil engineering and is a practicing attorney licensed in the State of Alabama since 1957. Mark Stafford is Chief Operating Officer of DRC ES. Mr. Stafford has many years of experience in disaster and residential waste management and has participated in recovery following ice storms and hunicanes throughout the Southeast. He has overseen and operated landfills, recycling operations, and transportation companies exceeding $200 million in annual revenues. He has managed teams of over 1100 staff serving municipalities and their residents. Previous to joining DRC, he was the President and Regional Director of Allied Waste for the State of Louisiana. B.S. in business, University of Louisiana Lafayette. Paul F. Persons, Jr. is Vice President for Project Management and Business Development, on a consulting basis, for the DRC family of companies. Mr. Persons controls project estimating and bid proposals from DRC ES's Mobile, Alabama headquarters. Mr. Persons has served as a Senior Project Manager for a multi-million dollar beach restoration contract and a number of disaster management and debris removal contracts. B.S. in building science, School of Architecture at Auburn University. History of the Firm DRC, Inc. was incorporated in 1989 and initially worked in the southern states of North America. The corporate group expanded in February 1991 by establishing offices in Saudi Arabia and Kuwait in the aftermath of the liberation of Kuwait from Iraqi occupation. DRC has since undertaken major debris clearance projects, marine debris clearance projects, reconstruction projects, civil engineering works, vertical construction, heavy road and infrastructure construction, and established numerous work camps throughout the world and performed manpower and equipment leasing and landfill management, in addition to hazardous and medical waste remediation and disposal services. In 2001, DRC Emergency Services, LLC was added to the DRC family of companies and has been utilized to focus our corporate experience and resources on assisting our clients in the Southern United States in disaster recovery and preparation. Since 1989, the DRC family of companies has responded to nearly 60 natural or man-made disaster events involving hundreds of contracts. To date, we have removed in excess of 30,000,000 cubic yards of debris. During the 2004 Hurricane season, DRC worked approximately 37 virtually simultaneous, separate contracts performing a total of over $150,000,000 in emergency work. In approximately 100 days DRC removed and disposed of approximately 10,000,000 cubic yards of debris. DRC also recovered, screened and restored tens of thousands of cubic yards of displaced sand and debris to restore 15 miles of beaches destroyed in Florida in the aftermath of Hurricane Ivan. During 2005 and 2006, the DRC family is working on damages from Hurricanes Katrina, Rita and Wilma from the Florida Keys to Louisiana all the way to Houston, Texas. Performance Record No officer, partner, or shareholder ofDRC Emergency Services, LLC has been an officer, partner, or shareholder of any entity that has failed to perform services similar to those requested in this bid. References DRC ES, DRC Inc, and their affiliates have successfully accomplished numerous debris removal, management, reduction, and disposal contracts throughout the Southeastern United States, and the U.s. territories in the Caribbean and Pacific Ocean. DRC, Inc. has also worked extensively in Central America, Africa, the Middle East, and Europe. DRC, DRC ES, and their affiliates and associated companies and subcontractors have together recovered in excess of30,000,000 cubic yards of debris over the past many years. One DRC, Inc. contract was for emergency debris removal and grinding of over 1,000,000 cubic yards of vegetative debris occurring as the result of an ice storm in the Atlanta metropolitan area. DRC affiliates mobilized over 45 crews in a matter of a few days performing four passes as authorized by FEMA During the aftermath of Hurricane Isabel in 2003, DRC, an affiliate ofDRC ES, through Pre-Event Contracts with the State of Virginia, cleared six state parks and over 10,000 miles of state roads of almost 1,000,000 cubic yards of storm debris. During the aftermath of Hurricane's Charley, Jeanne, Frances, and Ivan striking Florida during 2004, DRC mobilized on 37 separate, virtually simultaneous contracts removing approximately 10,000,000 cubic yards of debris and restoring miles upon miles of gulf front beaches to the original condition. DRC has extensive experience in vehicle and vessel recovery; recovering nearly 12,000 vehicles on the Island of Guam. Listed below are a few ofthe large-scale debris handling contracts that DRC has completed: 1. Louisiana Department of Transportation and Development 1201 Capitol Access Road P.O. Box 94245 Baton Rouge, Louisiana 70804 pac: Gordon Nelson Assistant Secretary of Operations (225) 925-7399 Dates of Service: September, 2005 - Current Approximate fee for services: Over $90,000,000 to date Brief Description of Service: In the wake of Hurricane Katrina in September 2005, DRC was contracted by the Louisiana Department of Transportation and Development to provide debris removal in thirteen parishes including the most heavily affected parishes Orleans, St. Bernard, Plaquemines, Jefferson, and St. Tammany. 2. Escambia County Florida 223 Palafox Place Suite 300 Pensacola, FL 32501 POC: Bob McLaughlin, Assistant County Administrator Tel: (850) 595-4935/Cell: (850) 554-2772/Fax: (850) 595-4923 Email: bob mdau?hlin(a)cO):scambia.tlus Dates of Service: September 2004 - Present (September 2005) Approximate fee for services: $ 40,000,000 Brief description of service: Clearing and restoration of approximately 15 miles of Pensacola, Florida beaches destroyed by Humcane Ivan. Removal and cleaning of beach sand, dune restoration and removal of remaining debris. Debris removal and condemnation of beach front structures as directed by the Government. Management of ROE project. 3. City of Sanford, Florida 300 North Park A venue Sanford, Florida 32772-1788 pac: John T. Reichardt, Assistant Public Works Director Tel: (407) 330-5681/Cell: (407) 402-4349IFax: (407) 330-5601 Email: reichardj(ti;.c1.sanford.f1.us Dates of Service: August 2004 ~ November 2004 Approximate fee for services: $ 4,850,000 Brief description of service: Debris removal and reduction in aftermath of several humcanes. 4. City of West Palm Beach 200 2nd Street West Palm Beach, Florida 33402 pac: Ken Reardon, Director of Public Utilities Tel: (561) 494-1040IFax: (561) 494-1115 Email: kreardon(a:,wpb.org Dates of Service: August 2004 ~ December 2004 Approximate fee for services: $ 6,300,000 Brief description of service: Debris removal and reduction in aftermath of several humcanes. 5. City of Houston Texas P.O. Box 1532 Houston, Texas 77251-1562 POC; Mr. Thomas M. Buchanan, Director, Department of Solid Waste Tel: (713) 837-9107/Fax: (713) 837-9110 Emai1: Dates of Service: July 2001 Approximate fee for services: $ 2,375,000 Brief description of service: Debris removal or construction and demolition debris from 40,000 houses flood and/or destroyed in aftermath of Tropical Stonn Allison. 6. Hillsborough County 601 E. Kennedy Blvd. nnd Floor Tampa, FL 33602 POC: Craig West Tel: (813) 307-1779 Brief Description: Debris reduction and removal in the aftermath of several hurricanes. 7. Virginia Department of Transportation 1700 N Main Street Suffolk, VA 23434 Tel: 757-925-2500 POC: David Mariner Approximate fees for services: $25,000,000.00 Brief Description: Interstate debris removal Financial Strength Documentation attesting to the strength ofDRC Emergency Services' Credit and Financials is appended at the back of this tab. SMITH, CURRIE & HANCOCK LLP A1TORNEYS AT LAW rvPt.f IiI, KARL DIX, JR Atbnt(i. Office Direct Di:;1, [4()4) :h~2"iW38 kfrli!'.@~ .Adrn1tteJ to Practice in wnd N-~' y ort T :d}nluL'ft;et: lCH4 1)<:&'1'0 Pwi; Drive Post Ofl'k" B,,-x 589 FlOlCith 32}020.J589 ,m,03700 Fac$imile: 656.{))29 NE ,<l.UM:fff:.l) UAHrLrry V.A:r.;fNE~:;:;r.HP 'fHiW tM),VDES 0nn.r;L~J{)~.J,'jL <':Ccti,~Tm_>i 110-~<~ Ciwfloue Suit( 3m HiZ} \Ii' est M<)!"h.;~4d Strc,<,t Ch"r!nltt" North C~mlina 282GB 33+3459 Ft. Idluderdafe Suite 620 (),><: East Hroward Bnuievard Fie Lwoe:N.We, NQri&. 33301 761.87(X, 5Z'H'l927 February 15, 2005 COMPANY CONFIDENTIAL AND PROPRIETARY no NOT RELEASE TO THIRD PARTIES UNLESS EXPRESSLY AUTHORIZED BY ROBERT J. ISAKSON OR MARK STAFFORD Ms, April Callaway Logistics Coordinator/Pre~Event Manager DRe, lnc, 740 Museum Drive Mobile, AL 36608 Mr. Mark Stafford Chief Operating Officer DRe, Inc, 740 Museum Drive Mobile, AL 36608 Re: Financial Health of DRe, Inc. ToWllOm It May Concern: PI.ease provide this letter to the Government officials as you should see fit subject to the restriction stated above in bold letters. I understand that you are submitting proposals for Pre- Event Contracts and require disclosure of financial information regarding the Company. Enclosed is our summary of information recently reviewed by us. I have been provided financial statements audited by a licensed certified public accounting finn which provides a near unqualified endorsement of the financial infonnation reported the statements: our opinion, the financial statements referred to above present fairly, in aU material respects, the financial condition of DRC, Inc. as of December 31, 2004, and the of operations and its cash flows for the year then ended in · SERVING 'rHE CONSTRt'CTION INDUSTRY FOR OVER 40 YEARS ., Ms. April Callaway and Mr, Mark Stafford February 15, 2006 Page 2 confomlity with accounting principles generally accepted in the United States of America, See "INDEPENDENT AUDITOR'S REPORT' of McKean & Associates. P.A. Of course, the other information provided by a tax return would include the net profit (revenues less cost of goods sold) for the tax year as weU as th.e revenues from operations. This infonnation may be gleaned from the income statement which provides that the sales for DRe, Inc. exceeded $100 million for the year which resulted in a gross profit exceeding $15 million. The retained earnings for the company exceed $9,000,000.00 and current assets exceed curren! liabilities by over $8,000,000.00. I have also reviewed the notes to the financial statements and these notes do not appear to qualify or discredit this information in any way.! 1 understand that the financial results for the year 2005 will show an even stronger set of financial statements than fiscal year 2004 to include a cash balance exceeding $10 million. This information was provided by the management of ORe, Inc, 1 also understand that traditional credit rating services have information regarding DRe, Inc. so that this infonnation is also available to Government Agencies" Based upon the information contained in this letter and other inforrnatioD which is freely available through commercial databases, Government Agencies should be able to adequately verify that DRC, Inc. 'sfinancial position is strong" you should have any questions reviewing this letter, please do not hesitate to call me. The information that 1 provided in this letter is based solely upon the DRC, Inc" financial statements for fiscal 1004 I was provided, Sincerely, SMITH, CURRIE & HANCOCK~ LLP ~OO" '-t:t:)~? 'L," /. )""'-....'7~-:r . ./.' ./ // /~ ,A<.arl Dix, Jr. KD/aIg -"~~'~~'~<~~'~"~-".~<"'-.---K~~._ i One f(}{)tjwte mentions that the company is involved in several claims and lawsuits" Without further information, this statement is no! unusual considering the size of the business operations ofDRC, lile. DRC Emergency Services, LLC 740 Museum Drive - Mobile, Alabama 36608 1-888-721-4372 -1-251-343-3581 - FAX 1-251-343-5554 DRC EMERGENCY SERVICES, LLC EXPERIENCE AND ABILITY Corporate Experience The DRC family of companies (DRC), which includes DRC Emergency Services, LLC, DRC Incorporated, and associated and affiliated companies and subcontractors, is one of the most experienced disaster and debris management groups in the world. One of our principals has been responding to disaster events since 1961. As a corporate group, DRe has managed disaster response throughout the world for seventeen years. The team members in our companies bring decades of disaster experience to the job. The primary mission ofDRC Emergency Services, LLC is the professional, honest, and inunediate response to natural and man-made disasters in the United States, particularly in southeastern states ranging from Virginia to Texas. Beginning with Hurricane Hugo in 1989, the personnel, affiliates, and associates of our companies, have provided disaster management and debris removal for virtually every disaster event that has afflicted this region, right up to the devastating hurricanes of the 2004 and 2005 seasons. Headquartered on the Gulf Coast ourselves, we are proud to have played a substantial role in the recovery of our home and neighboring regions from these destructive events. Experience in the State of Florida In particular, DRC has played an important role in disaster response for the cities and counties of the State of Florida. We have completed dozens of debris removal projects for governments in every region of the state, including the cities of Miami and Tampa as well as Broward, Monroe, Escambia, and Okaloosa Counties. We also maintain dozens of prepositioned disaster assistance contracts in the state, including those for the cities of Orlando, Tampa, and Sarasota, among many others. Mobilization, Response, and Capabilities The considerable experience, personnel, and equipment of DRC can be mobilized to assist you within 24 hours or less. Dozens to hundreds of team members can be deployed to assist your city immediately following your notice to us to proceed. DRC has a mobile command center that can be deployed to serve as a communications and operations center for you if needed in the affected areas. Weare capable of managing any kind of debris, including vegetative, construction and demolition, white goods, and hazardous. We can also manage vehicle and vessel storage and processing sites and temporary landfill sites including separating, grindinglbuming, and hauling of debris. Weare capable of handling any disaster remediation effort. DRC ES prides itself on its expertise in the FEMA reimbursement process. We have extensive experience in documentation, program management, and the intricacies of the reimbursement process of all federal disasters. DRC ES has former local, state and FEMA contract personnel available who can assist in bringing a wide range of expertise to this field, including a close relationship with a former director ofFEMA and a contract working relationship with a former General Counsel ofFEMA. Page 1 DRC ES, LLC Disaster Response Experience 1989-1990 Hurricane Hugo ~ South Carolina 2001 West Virginia Flooding and St. Croix, U. S. Virgin Islands 2001 Tropical Storm Allison ~ Texas and 1991 ~1995 Operation Desert Storm, Kuwait Louisiana and Saudi Arabia 2001 Anthrax Terrorism Attack- U.S. 1992-1993 Hurricane Andrew - Florida Congress, Washington, DC 1992-1994 U. S. Military Liberation, Somalia 2001 Tropical Storm Gabrielle - Florida 1995-1996 Hurricane Marilyn, U.S. Virgin 2001 Ice Storm~ Kansas and Missouri Islands and Puerto Rico 2002 Snow Storm ~ New York 1995-1996 Hurricane Opal - Florida 2002 Typhoon Chata'an ~ Guam 1996-1997 Hurricane Fran - North Carolina 2002 Floods- State of Virginia 1997 Hurricane Danny - Alabama 2002 Hurricane Isadore - Louisiana 1997-1998 Ice Storm - Nebraska 2002 Emergency Tire Fire (3 million 1998-2001 Super Typhoon Paka - Guam tires) -Virginia 1998-1999 Hurricane Georges ~ Puerto Rico 2002 Hurricane Lili - Louisiana and Alabama 2002-2003 U.S. Coast Guard IDIQ Facilities 1998-2001 Hurricane Mitch - Honduras Maintenance and Emergency Construction 1999 Ice Storm - Alabama and Tennessee 2002-2003 Super Typhoon Pongsona - Guam 1999 Tropical Storm - Texas 2003 Operation Iraqi Freedom - Iraq 1999~2000 Liberation of Kosovo, Serbia 2003-2004 Hurricane Isabel- Virginia 1 999-200 I Category 5 Tornado - Oklahoma 2004 Floods- State of Texas 1999-2001 Hurricane Floyd - Florida, South 2004-2005 Hurricanes Charley, Frances, Carolina and North Carolina Jeanne and Ivan - Florida 1999 Hunicane Irene - Florida 2004-2005 Tropical Strom Gaston- South Carolina 2000 Ice Storm - Georgia 2005 Hurricane Dennis - Florida 2000 Ice Storm - North Carolina 2005 Hurricane Katrina - Florida, 2000 Category 4 Tornado - Texas Louisiana, Mississippi 2000 Catastrophic Flood - New Jersey 2005 Hurricane Ophelia - North Carolina 2001 Ice Storms - Oklahoma, Louisiana, 2005 Hurricane Rita ~ Texas Texas and Arkansas 2005 Hurricane Wilma - Florida 2001 Texas Floods - Houston Area Page 2 DRC ES, LLC Client Base of the DRC Family of Companies Through its history, the DRC family of companies has developed and served an impressive and extensive list of clients in the public and private sectors: U.S. Cities and Towns Benton, Arkansas Blue Springs, Missowi Camden, Arkansas Carrboro, North Carolina Cary, North Carolina Charleston, South Carolina Fairhope, Alabama Ft. Worth, Texas Friendswood, Texas Gamer, North Carolina Hope, Arkansas Houston, Texas Indian River Shores, Florida Jacksonville, North Carolina Jacksonville Beach, Florida Kinston, North Carolina Lilesville, North Carolina Lincoln, Nebraska Moroven, North Carolina Myrtle Beach, South Carolina North Topsail Beach, North Carolina Orchid, Florida Raleigh, North Carolina Shreveport, Louisiana SIidell, Louisiana Sparta, New Jersey Tullahoma, Tennessee Tampa, Florida Vem Beach, Florida Wadesboro, North Carolina West Palm Beach, Florida Westlake, Louisiana US Counties and Parishes Berkeley County, South Carolina Brevard County, Florida Broward County, Florida Dawson County, Georgia Dekalb County, Georgia Escambia County, Florida Hillsborough COWlty, Florida Indian River County, Florida Jefferson County, Texas Jefferson Parish, Louisiana Lenoir County, North Carolina Lincoln, Nebraska Manatee County, Florida Martin County, Florida McCurtain County, Oklahoma Mobile County, Alabama Monroe County, Florida New Hanover County, North Carolina Okaloosa County, Florida Orleans Parish, Louisiana Osceola County, Florida Ouachita County, Arkansas Pender County, North Carolina Red River Connty, Texas Rockdale County, Georgia Sarasota County, Florida St. Bernard Parish, Louisiana St. Lucie County, Florida Wake County School District, North Carolina Walton County, Florida Washington Parish, Louisiana u.s. State Agencies Alabama Department of Transportation Florida Department of Transportation Louisiana Department of Transportation North Carolina Department of Transportation North Carolina Department of Parks and Recreation North Carolina Forestry Service Texas Department of Transportation Virginia Department of Emergency Management Virginia Department of Transportation Virginia Department of Parks and Recreation U.S. Federal Agencies U.S. Congress U.S. Department of Agriculture U.s. State Department U.S. Department of Homeland Security U.S. Agency for International Development U.S. Anny Corps Of Engineers United States Corporations Allied Waste, Inc. BechtellnternatlonaI Blount International, Inc. Brown and Root Browning Ferris Industries, Inc. BugshanlStone- Webster(Saudi/USA) Burlington Southern CSX Railroad Conventional Munitions Systems E.O.D. E.H.R.T. (E.O.D.) Flowers Industries, Inc. Foster Wheeler General Electric- Capital, Inc. Gilbert Southem Milpark International Ltd. Norfolk Southern Railroad Passive Baniers (E.O.D.) Raith Engineering Tampa International Waste Management, Inc. Will Brothers Middle East Ltd. International Companies Alghanim Industries (Kuwait) Archdiocese of Agana, (Guam) Arche Roden (Greece) A TCO International, Inc. (Canada) British Army (United Kingdom) Catalytic Maintenance Ltd. (Canada) China Petroleum (China) Ericsson Telecommunications (Swedish) Guam EPA (Territory of Guam) M.F. Kent (Ireland) Kuwait Oil Company (Kuwait) Kuwait National Petroleum Corporation (Kuwait) Kuwait Ministry of Defense (Kuwait) Marwarid Group L.L.C. (Saudi) Monison International (Morrison Shand) (U.K.) N A TO- Armed Forces (E.U.) North Atlantic Treaty Organization-Albania Force (AFOR} (Albania) McConnel Dowell Co. Ltd. (New Zealand) National Industries Trading Company (U.A.E.) Royal Ordnance - A division of British Aerospace (U. K.) Sofremi (French Ministry of Interior) Soviet National Oil Company (Russia) Tarig Alghanim Ltd. (Kuwait) Tekfen ConslIUction Co. (Turkish) The National Industries Co. (Kuwait) United Nations (New York) Page 3 DRC ES, LLC Recent Contracts The recent contracts and experience ofthe DRC family of companies demonstrate that DRC has maintained its leadership position in the disaster management industry throughout its seventeen-year history through to the present day: Project Title: Hurricane Debris Management ~ Louisiana Department of Transportation and Development Performance period: September 200S-February 2006 Approximate fee for services: Over $90,000,000 to date Brief description of protect: Emergency hurricane debris clearing and removal assistance in the aftermath of Hurricanes Katrina and Rita. Project Title: Hurricane Debris Management and Beach Restoration - Escambia County, Florida Performance period: September 2004- (Ongoing) Approximate fee for services: approximately $40,000,000.00 to date Brief description of proiect: Emergency restoration of approximately 15 miles of beach destroyed by Hurricane Ivan. Provided technical assistance and removed tens of thousands of cubic yards of construction and demolition debris. Project Title: Hurricane Debris Management ~ Martin County, Florida Performance period: August 2004- May 2005 Approximate fee for services: $18,091,723 Brief description of proiect: Emergency hurricane debris clearing and removal assistance in the aftermath of Hurricane's Jeanne and Frances. The work was performed as the result of an existing pre-event contract. Project Title: Hurricane Debris Management - City of West Palm Beach, Florida Performance period: August 2004- December 2004 Approximate fee for services: $6,340,931 Brief description of proiect: Emergency hurricane debris clearing and removal assistance in the aftermath of Hurricane's Charley and Jeanne. The work was performed as the result of an existing pre-event contract. Project Title: Hurricane Debris Management - Hillsborough County, Florida Performance period: September 2004- February 2005 Approximate fee for services: $7,220,898 Brief description of proiect: Emergency hurricane debris clearing and removal assistance in the afteITI1ath of Hurricane's Jeanne and Frances. Project Title: Hurricane Debris Management - Virginia Department of Transportation and Virginia State Parks Department - through Virginia Department of Emergency Management Performance period: October 2003 Approximate fee for services: $39,266,771 Brief description of proiect: In response to the extensive devastation caused by Hurricane Isabel, DRC was immediately tasked through its existing pre-event contracts to initiate recovery and debris removal by the Virginia Department of Transportation (VDOT) and the State of Virginia Parks Department. DRC worked throughout six counties, covering what we understand was approximately 10,000 miles of roads for VDOT and eleven State Parks for the Parks Department. DRC removed and processed, through separation and grinding, over 2,748,000 cubic yards of debris in approximately 110 workdays Page 4 DRC ES, LLC The Hurricane Season of 2004 The response of DRC to the devastating hurricanes of 2004 demonstrated its ability to mobilize resources and respond effectively to multiple, major disaster events. In the aftermath of Hurricanes Charley, Frances, Jeanne and Ivan in the fall of 2004 the DRC family of companies and its teaming partners andlor subcontractors, performed in excess of 37 virtually simultaneous contracts throughout the state of Florida and South Carolina. fu approximately 100 days ORC removed and disposed of approximately 10,000,000 cubic yards of debris (vegetative and C&D). DRC also recovered, screened and restored tens of thousands of cubic yards of displaced sand and debris to restore 15 miles of beaches destroyed in Florida in the aftermath of Hurricane Ivan. ORC successfully completed over $150,000,000 in emergency work. Throughout this unprecedented challenge, ORC met the expectations and requirements of its contracts, including the full and prompt payment of all subcontractors, even while DRC waited to receive its own payments, in some cases for months. The Hurricane Season of 2005 The 2005 hurricane season brought the strongest storms and the worst natural disaster in our nation's history. The DRC family of companies is proud to have assisted in the recovery following the devastation of Hurricanes Katrina, Rita and Wilma from the Florida Keys, throughout Mississippi and Louisiana, and through to Houston, Texas. To date, DRC has successfully completed over $130,000,000 in disaster remediation in the hardest hit parishes of Louisiana, in Monroe, Escambia, and Miami-Dade counties in Florida, and in the eastern coastal counties of Texas. DRC continues today to assist in affected areas of Louisiana and Florida Personnel Key personnel of DRC Emergency Services, LLC (DRC ES) and the DRC family of affiliated and associated companies, subcontractors, contract reservists and associate personnel have been involved in hurricane emergency responses for many years, since as early as 1961. For the past seventeen years, this team has responded to major natural or man-made disasters occurring within the continental United States and its territories, in theatres of U.S.~led troop operations, and in Central America. These personnel are trained, motivated, and available for immediate deployment for emergency response. Many are CPR and Red Cross First Aid certified and equipped with utility vehicles, digital, handheld, multi-state, two-way radios, cellular communications, and handheld computers. Under normal circumstances each will have the experience andlor training to respond immediately to disasters and is typically provided with a DRC ES supervisor handbook including required reports and forms for successful disaster response and management thereof. Professional Recognition DRC ES and its affiliates are leaders in the field of disaster management and emergency recovery. Many DRC ES and affiliate employees, subcontractors, associates, and contract reservist personnel have specialized training for emergency management and/or have attended multiple industry seminars and conferences. DRC ES, its subcontractors, and/or personnel as described above are or have been members of many professional organizations including NEMA, APW A, SW ANA and the Society of American Military Engineers. DRC and/or its affiliates, associates andlor subcontractors are licensed General Contractors in several states, including Florida. DRC ES is familiar with FEMA and FHW A rules and regulations, the Stafford Act, and 44CFR as they pertain to emergency response, recovery and reimbursement DRC ES also enjoys a very close working relationship with James Lee Witt and Associates, LLC, Washington, D.C. Mr. Witt is the former Director ofFEMA for eight years; the Senior Vice President of Witt and Associates was Chief of Close Out for multiple major disasters. Page 5 DRC ES, LLC Equipment Resources ORC, its affiliates, and its subcontractors own a substantial numbers of trucks and specialized pieces of heavy equipment, attaclunents and support equipment for emergency response. ORC, ORC ES, and its subcontractors own dozens of cellular, radio, and/or satellite telephones for use in an emergency. DRC, ORC ES, and its subcontractors ~e able to mobilize dozens of supervisors, project managers, administrative personnel and work crews virtually immediately and simultaneously throughout multiple disaster events. ORe's subcontractors have national priority contracts with multiple smaller subcontractors and/or national equipment leasing companies through which hundreds of trucks and pieces of heavy loading equipment are available to supplement DRC's fleet. Demolition ORC has extensive experience in demolition and removal and disposal of construction and demolition debris. Most recently, DRC and ORC Environmental, Inc., through their teaming partner and primary subcontractor, Byrd Brothers, Inc. completed the demolition, removal and site restoration of 485 homes on the campus of the University of South Alabama. Many of the homes have tested positive for asbestos, requiring specialized handling. All 485 houses were demolished and removed within 112 days. Experience in Solid Waste and HazMat Management and Disposal Hazardous and toxic waste (HIW) is a special operational aspect that must be accomplished with very precise, pre-established standards and regulations. Safety for workers, government employees and the citizens of the area is paramount. With this in mind, DRC ES has established and implemented proper handling procedures for HTW, including household hazardous waste, which, after a disaster may become concentrated and no longer be considered diminimous. These procedures include the segregation and removal ofHTW from the debris stream prior to the recovery of other debris and sorting and additional recovery of HTW within each TDSR site. HTW is normally removed to a proper disposal site or temporarily stored in the HTW disposal areas constructed within each TDSR site. HTW is collected, handled and disposed of by specially trained HazMat technicians. Federal and State Reimbursement Procedures The ORC family has successfully accomplished numerous debris removal, management, reduction, and disposal contracts throughout the Southeastern United States, the U.S. territories in the Caribbean and Pacific Ocean that have been subject to strict FEMA reimbursement procedures. ORC affiliates have also worked with t clients to assist them in receiving adequate and appropriate reimbursement from FEMA DRC works closely with its clients to ensure that operations are in compliance with Federal law governing disaster related expenditures. DRC ES shall continue to assist the client long after work is completed. DRC is a leader in providing Technical Disaster Recovery Assistance to local governments in planlling for and responding to major disasters. ORC ES utilizes professionals who have worked as Technical Assistance providers for local governments for the majority of their professional careers. In addition, DRC and DRC ES normally include this assistance at no additional cost to its clients with whom it has a pre-positioned disaster management contract in place. This technical assistance includes review and/or writing of recovery process plans and procedures for our clients with whom we have a continuing contractual relationship. ORe ES will provide, at no additional cost to the government entity, a staff person to assist the government in meeting documentation requirements, assist the government in developing a disaster recovery decision matrix, assist in the identification of eligible work items for potential reimbursement, and train government personnel in the recovery process actions and tasks. Page 6 Data Management and Tracking DRC ES tracks costs on a real time basis using a Daily Progress Report that is completed and submitted daily to the on-site project manager. Additional information can be added to meet any local unique needs for capturing the data. Hours and/or cubic yards are summarized at the bottom of the report and a daily cost is determined. This information is reconciled daily with the government Recordkeeping & Reporting DRC ES shall submit, if requested, progress and quality control reports each day to the governing entity for all activities. Each report would contain, at a mlnimum, the following information: . Letterhead . Contract Number and Task Order . Daily and cumulative hours for each piece of equipment included on the contract . Daily and cumulative hours for personnel, by unit cost, or . Daily and cumulative cubic yards removed (supported by trip tickets) Typically, Daily Reports are co-signed by the governing entity's inspector to verify work performed. In addition, the governing entity receives an original copy of all load tickets and receives and verifies for co- signature, a Daily Reconciliation Sheet listing each load ticket, the truck number, crew number, street, truck volume, percent full, credited volume of debris removed and the total volume removed for the day. This Daily Reconciliation Sheet is typically verified by the governing entity and becomes the invoicing document for the Contract. Preparing and Submitting Federal/State Project Work Sheets DRC ES can assist the Government entity in completing any and all forms necessary for reimbursements from state or federal agencies relating to eligible costs arising out of the disaster recovery effort. This may include, but is not limited to, the timely completion and submittal of reimbursement requests, preparation, and submittal of any and all necessary cost substantiations and preparing replies to any and all agency requests, inquiries or potential obligations, denials or de-obligations. Technical Disaster Response and Recovery Management Training DRC and/or DRC ES have on staff, or available through its extensive Reservist/Consultant Personnel Database, qualified personnel who are available to assist any client with Exercises, Plans Formulation, or Training of Government personnel on eligibility issues, reimbursement procedures, documentation, etc. Training can be generic in nature or tailored to specific issues that the client may wish to have addressed. Logistical Support DRC has provided logistical support in remote war-torn areas. DRC responded to Albania at the initiation of the hostilities involved in the invasion ofKosovo by the Republic of Serbia. DRC entered Kosovo immediately after the cessation of bombing and performed work for NATO and various other military organizations, including the U.S., Italian and British Armies throughout the Balkans. DRC built helicopter landing pads. remote observation posts and temporary housing; provided logistical services; hazardous and liquid waste removal services; constructed roads, temporary buildings and office complexes. DRC performed very substantial road-building contracts in Kosovo for the British military. Ability to Assess and Calculate Approximate Volumes The DRC families of companies' Project Managers are all well versed in the latest U.s. Anny Corps of Engineer's Debris Estimating Models and are available to assist the Government's officials in projecting the volume of debris generated from a specific event. Working closely with the Emergency Recovery Officials, DRC ES can apprise the County/City as to the size of the recovery team that will be needed to complete both the debris removal and debris disposal within FEMA established timeframes. DRC Emergency Services, LLC 740 Museum Drive. Mobile, Alabama 36608 1~888~721~4372 .1~251~343~3581 . FAX 1~251~343~5554 PAST PERFORMANCE ON SIMll.AR PROJECTS: DEBRIS REMOVAL FROM MARINE ENVIRONMENTS ESCAMBIA COUNTY, FLORIDA, 2004 Clearing of approximately 15 miles of Pensacola, Florida waterfront destroyed.by Hurricane Ivan. Removal and cleaning of beach sand, dune restoration and demolition. Debris removal and condemnation of beachfront structures as directed by the Government Approximately $40,000,000. Client Contact: Bob McLaughlin,850~595-4935 GULF BREEZE, FLORIDA, 2004 Hurrcane Ivan Debris Removal, the DRC family of companies, with and through teaming partners Byrd Brothers, Inc. and Cahaba, completed waterway tree/debris removal as part of a contract totaling $805,000. Client Contact: Steve Milford, 850~934-4030 NORTH TOPSAIL BEACH, 2005 Hurricane Ophelia waterfront debris removal and restoration. Client Contact: Sue McLaughlin, 910-328-1349 SOUTH FLORIDA WATER MANAGEMENT DISTRICT, 2004-2005 Hunicane Debris Removal. Removal of storm generated debris from canals following Hurricanes Charley, Frances, and Jeanne. Client Contact: Frank Hayden 561-686-8800 UNITED STATES COAST GUARD 2000-2006 IDIQ Delivery Contract for Hurricane Response. Cleanup and repair of Coast Guard structures, various locations. Client Contact: Audrey Overholt, 216-902-6217 Client Contact: Nancy Thomas, 216-902-6215 Other Major Debris Removal Projects Completed Within the Past Five Years DATE OF CONTRACTING AGENCY CONTACT DESCRIPTION OF WORK CONTRACT CONTRACT PERSON/PHONE AMOUJI.'T NUMBER Oct -98 lJSACE (Roofing) Harley Hartley 904-232- Contract #DACW17-98-D-EOO2 $ 835,376.53 Puerto Rico 1144 Aug-OO Sparta, NJ Emergency Debris Removal $ 742,373.00 Aug-OO USDA-NRCS, Raleigh, NC Elizabeth Caldwell Emergency Debris Removal - Trent $ 479,452.00 (919) 729-4103 River, Jones County North Carolina Sep-OO C.R. Peele Construction, Camp Ray Peele Emergency Debris Grinding $ 77,200.00 LeJeune, North Carolina (910) 346-2047 Jan.(JI City of Camden, Arkansas Mr. Bill Braswell, Director Emergency Debris Removal and $ 937,695.00 of Public Works, 870-837- Processing - Ice Storm 5570 Jan-Ol McCurtain County, OK Mr. Aubrey Thompson Emergency Ice Storm Debris $ 25,000,643.00 (580) 286-3209 Removal Feb-O I City of Benton, Arkansas Jane Ivy Emergency Debris Removal and $ 304,928.00 (501) 776-5909 Processing - Ice Storm Feb-Ol City of Hope, Arkansas Catherine Cook Emergency Debris Removal and $ 704,960.00 (870) 777-670 I Processing - Ice Storm Feb-Ol City of Shreveport, LA Jim Holt Emergency Debris Removal and $ 238,620.00 (318) 673-6300 Processing - Ice Storm Feb-O I Ouachita Co, Arkansas Judge Mike Hesterly Emergency Debris Removal and $ 2,086,368.00 (870) 837-2210 Processing - lee Storm Feb-Ol Red River Co, TX Judge Kathy Cheyne Emergency Debris Removal and $ 2,640,937.00 (903) 427-2131 Processing - Ice Storm Mar-Ol Texas Department of Don Eudy, 903-427-3561 Emergency Debris Removal and $ 125,108.00 Transportation, Red River Processing - Ice Storm County Jul-OI City of Houston, Texas Mr. Thomas M. Buchanan, Flood Debris Removal $ 854,387.00 Director, Department of (Environmental) Solid Waste 713-837-9107 Jul-OI City of Houston, Texas Mr. Thomas M. Buchanan, , Flood Debris Removal-TS. Allison $ 1,521,242.00 Director, Department of Solid Waste, 713-837-9107 Jul-O I Clearbrook Utility District, Larry Steed, 281-652-1950 Flood Debris Removal- T,S, Allison $ 14,710.00 Texas Jul-0l Dickinson, Texas Ivan Langford, 281-337- Flood Debris Removal-TS. Allison $ 1,851.00 6204 Jul~1 Friendswood, Texas Terry Bryd, 281- 996-3335 Flood Debris Removal- T.S. Allison $ 146,223.00 Jul-O 1 Guam Power Authority Anthony Camacho, 671- Technical Services -Super $ 897,728.26 635-4409 Typhoon Paka Jul-Ol Pearland, Texas Bill Eisen, 228 - 652-1662 Flood Debris Removal-TS. Allison $ 155,426.00 Jul-O 1 Sarasota COWlty, Florida LeeAnne Gravel, 941-861- Debris Removal- TS. Gabriella $ 2,110,991.00 6739 Jul-0 1 Slidell, LA Reinhard Dearing, 985- Flood Debris Rernoval-TS. Allison $ 53,317.00 646--4300 Oct-Ol US Army COIpS of Engineers USACE - Contracting Temporary Housing Site Work & $ 2,599,024.00 Tom's Mountain, WV Division, POC: Ms. JoAnna Development- floods Black Year 2002 U.s. Coast Guard- N. Atlantic Audrey Overholt, 216- 902- Emergency Construction Services $ 1,300,000.00 Div.- IDIQ 6217 - multiple task orders - Year 2002 Mar-02 State of Virginia Emergency Michael Cline, 804- 897- 3,000,000 Tires Fire Emergency $ 184,820.00 Management 6500 Hazardous Waste Containment Apr-02 Blue Springs, MO Jeff Sell, 816- 228-0121 Ice Storm Debris Removal $ 965,000.00 May-02 City of Lackawanna, MO Sharron Jude Emergency lee Storm Debris $ 45,000.00 Reduction Oct-02 City of Broussard, Louisiana Cindy Ross, 337- 837-6681 Debris Removal-Hurricanes Isidore $ 491,944.00 & Uti Oct-02 Jefferson Parish, Louisiana Walter Maestri, 504-349- Debris Removal-Hurricanes Isidore $ 1,243,033.00 5360 & Lili Oct-02 Orleans Parish, Louisiana Cynthia Sylvain-Lear, 504- Debris Removal.Hurricanes Isidore $ 460,219.00 565-7719 &Lili Oct-02 S1. Bernard Parish, Louisiana Lany Ingargiola, Debris Removal-Hurricanes Isidore $ 343,921.00 Emergency Mgt Director, & Liti 504-278--4268 Year 2003 U.S. Coast Guard Audrey Overholt, 216- 902- Emergency Construction Services $ 1,397,000.00 6217 in six (6) NE States - IDIQ Year 2003 Gillette, Wyoming Tim Crilly, 308-763-2592 Emergency rail services - multitask $ 500,000.00 Jul-03 Custer Battles/Coalition Operation Irdqi Freedom - $ 5,000,000.00 Provisional Authority Construct and operate temporal)' Baghdad, Iraq and pennanent camps - Iraq - construct security facilities, provide Gurkha security guards Oct-03 Hopewell, V A Phillip E. Elliott, Director of . Hurricane [sabel debris removal $ 359,079.00 Public Works, 804-541- 2294 Oct-03 Ashland, V A Mike Davis, 804- 798-9219 Hurricane Isabe] debris removal $ 249,127.00 Oet-03 VA Dept of Conservation & Mr. Joe E]ton, State Parks Hurricane Isabe] debris removal $ 5,659,]74.00 Recreation Drrector, 804-786-4375 Oct-03 VA Dept of Transpomtion Mr. Steve Rowan, Policy Hurricane Isabel debris removal $ 33,607,597.00 and Planning, 757- 925- 2459 Hollywood, F]orida Wade L. Sanders, Assitant Public Works Director, 954- Debris removal and reduction in Seo-04 967-4200 aftennath of a hurricane. S 1 ,156,000.00 Nathan McCollum, 772- Debris removal and reduction in Au!!-04 Indian River County, FL 567-8000 X ]289 aftermath of a hurricane. S 6,391,472.00 Chief Gary Frazier, 904- Debris removal and reduction in Aug-04 Jacksonville Beach,FL 247-620] aftermath of a hurricane. S 692,610.00 Provided debris clearing and removal in the aftennath of Hurricanes Jeanne and Frances and Keith Holman, 772-288- technical assistance for FEMA Aug-04 Martin County, FL 5694 reimbursement. S 18,418,991.00 Debris removal and reduction in AU1l"-04 Mary Esther, FL John Lulue, 850-243-2566 aftermath of a hurricane. S 400,681.00 Bruce Price, Director of Debris removal and reduction in Aug-04 Niceville, FL PW,850-729-4064 aftermath of a hurricane. S 631,539.00 Provided hurricane related debris clearing and removal assistance in Richard Brannon, Contract the aftennath of Humcane Ivan. Administrator, 850-689- Provided technical assistance for Seo-04 Okaloosa County, FL 5960 FEMA reimblll1lement. $ 8,92],888.00 Dave Jakubiak, Town Debris removal and reduction in Sep-04 Orchid, FL Manager, 772-569-7686 aftermath of a hurricane. S 57,896.00 Daniel Keefe, 954-797- Deblls removal and reduction in Seo-04 Plantation, FL 2212 aftermath of a hurricane. S 891,023.00 John Reichardt, Project Manager, PW, 407-330- Debris removal and reduction in AU1l"-04 Sanford, FL 5680 aftermath of a hurricane. S 4,853,616.25 South F]orida Water Olivia McLean, 56]-682- Management District 6218 Debris removal and reduction in Aug-04 aftermath of a hurricane. S 78,378.00 Jack Southard; Director of .Ernergency Management, Debris removal and reduction in AU1l"-04 St. Lucie County, FL 772-462-] 736 aftermath of a hurricane. S 6.714,259,00 Rick Butcher, 727-938- Debris removal and reduction in Sep-04 Tamon SPIlngS, FL 3737 aftermath of a hurricane. $ 543,204.00 Woody Garcia, 813-989- Debris removal and reduction in AUll-04 Tenmle Terrace, FL 7170 aftermath of a hurricane. S 657,]97.00 Ken Reardon, Director of Public Utilities, 561-494- Debris removal and reduction in Aug-04 West Pahn Beacb, FL 1040 aftermath of several hurricanes. $ 6,340,930.55 Dennis Greene, General Services Director, 772.978- Debris removal and reduction in Aug-04 Vero Beach, FL 5300 aftermath of several hurricanes. $ 4,674,287.00 Debris removal and reduction in Soo-04 Berkelev Countv, SC Mark Sievert, 843-553-2088 aftermath of a tropical stOlID. S 4,191,154.00 Debris removal and reduction in Sep.Q4 Briarcliffe Acres, SC Hal Groves, 843-272-9986 aftermath of a hurricane. S 57,375.00 John R. Concklin (954) Debris removal and reduction in Sep-04 Broward County, FL 831-9311 aftermath of a hurricane. S 23,775.00 Gooeral R Cox, Director of Crestview, FL Public Services, 850-682- 6132 Debris removal and reduction in $00-04 aftennath of a hurricane. S 1,263,805.00 Burgess Hanson, 954-480- Debris removal and reduction in $00-04 Deerfield Beach, FL 426] aftermath of a hurricane. S 1,269,087.00 Fritz Behring, City Debris removal and reduction in Sep-04 Deltona, FL Manager, 386-479-7995 aftermath of a hurricane. S 6,9]8,153.00 Clearing and Demolition of approximately 15 miles of Pensacola, Florida beaches destroyed by Hurricane Ivan. Removal and cleaning of beach sand, dune restoration and POC: George Touart, demolition. Debris removal and County Administrator condemnation of beach front Tel: (850) 595-4947!Fax: structures as directed by the Seo-04 Escambia Cmmtv, FL (850) 595-4908 Government. $ 40,000,000.00 Provided hurricane related debris clearing and removal assistance in the aftermath of Hurricane Jeanne. John C. Newton, 1Il, Provided technical assistance for Seo-04 Hillsboroul!h County, FL Director PW, 813-272-5912 FEMA reimbursement. S 7,220,898.00 David McCary, Director of Public Works, 813.348. Debris removal and reduction in Seo-04 Tampa, FL 1148 aftermath of a hurricane. S 7,508,199.00 Hugh A Cox, Director of Public Safety, 772-473- Agreement for Debris and Disaster Sen-04 Indian River Shores, FL 6745 Management Services $ 416,954.00 Debris removal and reduction in Gulf Breeze, FL (Byrd Steve Milford, 850-934- aftermath of Hurricane Ivan May-OS Brothers) 4030 DRC ES, LLC=subcontractor $ 805,000.00 Judy Steele, Engineering Dept, Debris removal, reduction and sand work in progress Project Manager (305) 295- screening in thc aftermath of estimated Jul-05 Monroe County, FL 4329 Hurricane Dennis. $1,500,000.00 Richard Brannon, Contract Provided hurricane related debris Administrator, 850-689- clearing and removal assistance in Jul-O 5 Okaloosa County, FL 5960 the aftermath of Hurricane Dennis. $1,200,000.00 Construction, demolition, hauling, Goorge Touart, County reducing and disposaL Administrator Sand screening and restoration of Tel: (850) 595-4947 beach area in thc aftermath of work in progress Jul-05 Escambia County, FL Fax: (850) 595-4908 Hurricane Dennis $2,000,000.00 Provided hurricane related debris clearing and removal assistance in Jul-05 Mary Esther, FL John Lulue, (850) 243-2566 the aftermath of Hurricane Dennis. $66,357.12 Provided hurricane related debris clearing and removal assistance in Jul-05 Shalimar,FL Tom Btuns, (850) 651-5723 the aftermath of Hurricane Dennis. $19,796.16 Hurricane Dennis Emergency work in progress Debris RemovaL DRC ES, estimated Jul-O 5 Santa Rosa, FL (Cahaba) LLC=subcontractor $17,250,000.00 Hurricane Dennis Emergency Steve Milford, 850-934- Debris Removal. DRC ES, estimated Jul-05 Gulf Breeze (Byrd Brothers) 4030 LLC=subcontractor $576,000.00 Hurricane Dennis Emergency Debris Removal. DRC ES, Jul-05 Milton, FL (Byrd) LLC=subcontractor $250,000.00 Mario Soldevilla (305) 575- Hurricane Katrina Emergency AUj(-05 Miami, FL 5107 Debris Removal Work in ProllYess Florida Department of Ron Steiner, (305) 470- Hurricane Katrina Emergency AUj(-05 Transnortation 5354 Debris Removal Work in ProllYess Judy Steele, Engineering Dept, Project Manager (305) 295- Hurricane Kamna Emergency Aug-05 Momoe County, FL 4329 Debris Removal Work in PrOlrress Wade L. Sanders, Assitant Public Works Director Hurricane Katrina Emergency Aug-05 Hollvwood, Florida (954) 967-4200 Debris Removal Work in Progress Hurricane Katrina Emergency Gulf Breeze, FL (Byrd Steve Milford, 850-934- Debris Removal. DRC ES, LLC = Estimated Au!(-05 Brothers) 4030 subcontractor $150,000.00 Work in Progress Gordon Nelson, 225-925- Hurricane Katrina Emergency Estimated Sep-05 LADOT 7399 Dcbris Removal $90,000,000.00 Hurricane Katrina Emergency Debris RemovaL DRC ES, LLC = Work in Progress Baton Rouge, LA / BFI teaming agreement with CaIlaba, Estimated SeD-05 (Cababa) Inc. $7,000,000.00 Mississippi Department of Transportation Larry L. Brown, Executive Hurricane Katrina Emergency Seo^05 (Greene County) Director Debris Removal Work in ProllYess Florida Department of Transportation Ron Steiner, (305) 470. Emergency Push for Monroe Sep-05 (Momoe County) 5354 County Work in PrOl!fess Sue Mclaughlin, 910-328- Hurricane Ophelia Emergency Estimated Sep-05 North Tonsail Beach, NC 1349 Debris Removal $50,000.00 Hurricane Rita Emergency Debris Estimated Oct-OS Jefferson County, TX John Cascio, 409-7224371 Removal $15,000,000.00 Work in Progress Hurricane Rita Emergency Debris Estimated Oct-OS Westlake, LA Bmd Baker, 337433-0691 Removal $1 ,000,000.00 BUTgess Hansen, 954480. Hurricane Wilma Emergency Estimated Oct-OS Deerfield Beach, FL 4261 Debris Removal $3,500,000.00 Judy Steele, Engineering Dept, Work in Progress Project Manager (305) 295- Hurricane Wilma Emergency Estimated Oct-OS Monroe County, FL 4329 Debris Removal $8,000,000.00 Work in Progress Daniel Keefe, 954-797- Hurricane Wilma Emergency Estimated Oct-OS Plantation, FL 2212 Debris Removal $3,000,000.00 Work in Progress Frank Wolland, 305-893- Hurricane Wilma Emergency Estimated Oct-OS North Miami, FL 6511 Debris Removal $3,000,000.00 Work in Progress Mario Soldevilla (305) S7S- Hurricane Wilma Emergency Estimated Oct-OS Miami, FL 5107 Debris Removal $4,000,000.00 Work in Progress School District of Palm Beach, Steve Backus, S61-436- Hurricane Wilma Emergency Estimated Oct-OS FL 1525 Debris Removal $1,000,000.00 Wade L. Sanders, Assitant Work in Progress Public Works Director Hwricane Wilma Emergency Estimated Oct-OS Hollvwood,FL (954) 967-4200 Debris Removal $4,000,000.00 Work in Progress Keith Hohnan, 772-288- Hurricane Wilma Emergency Estimated Oct-OS Martin County, FL S694 Debris Removal $7,000,000.00 Work in Progress Hurricane Wilma Emergency Estimated Oct-OS Miami-DadeCountv, FL Bill Stevens, 305-582-4116 Debris Removal $2,000,000.00 Work in Progress Andrew Gerrnanowicz Hurricane Wilma Emergency Estimated Oct-OS Palm Beach SW A, FL 561-640-4000 Debris Removal $1,000,000.00 Further References Project Title: Super Typhoon Paka Client name, address and telephone number: Government of Guam Jesus Salas, Director, Guam EP A (671)-475-] 658 Performance period: ] 998 - 2000 Approximate fee for services: $21,000,000 Brief description of project: An emergency debris removal and recycling contract for the Government of Guam in the South Pacific as a result of Super Typhoon Paka occurring on December 17, 1997. Recovery of in excess of 1,400,000 +/- cubic yards ofC&D debris, 12,500 +/- destroyed automobiles and 300,000 +/- cubic yards of loose metallic debris, including approximately 80,000 pieces of white goods was performed. The C&D debris was processed and reduced while the metals and automobiles were shred, baled, and/or crushed (after removal of hazardous fluids, batteries, and tires) and removed from the island on eight (8) dedicated and contracted ships. Project Title: Oklahoma City Tornado Client name, address and telephone number: U.s. Army Corps of Engineers Tulsa District 1645 South 101st East Avenue Tulsa, OK 74128-4609 POC: Me R.L. Hedrick (918) 669-7455 Performance period: May - December 1999 Approximate fee for services: $13,495,768 Brief description of proiect: Provide tornado related debris clearing and removal assistance to southern Oklahoma City, Cleveland County and Oklahoma County which were declared a disaster area by the President as a result of the May 1999 Grade 5 tornado. This work was performed as the result of an existing pre-event contract. Substantial volumes of metallic debris were recovered, processed and recycled. Project Title: Escambia County Client name, address and telephone number: Escambia County, Florida 223 Palafox Place, Suite 300 Pensacola, FL. 32501 POC: George T ouart, County Administrator Tel: (850) 595-4947/Fax: (850) 595-4908 Performance period: September 2004-Present (August 2005) Approximate fee for services: $90,000,000.00 (Ongoing) Brief description of proiect: Recovery of tens of thousands of cubic yards of sand and restoration of approximately 15 miles of beachfront. Extensive metallic and C&D debris removed, processed, and disposed Mobilization, Response Times, and Deployment ORC ES will normally commence mobilization of equipment, operators, and laborers immediately upon receipt of a Mobilization Task Order (Notice to Proceed) to meet the requirements of the governmental agency and can usually deploy resources in 24 hours or less. Occasionally communities will request us to mobilize slower than usual to allow the employment of sufficient community inspectors and to allow for debris to begin being placed in the ROWs. ORC ES will work within any such request. · In the aftermath of Hurricane's Charley, Frances, Jeanne and Ivan in 2004, DRC and/or its teaming and/or subcontracting partners, Byrd Brothers, Inc. performed in excess of 32 contracts throughout the state of Florida and North Carolina. In approximately 100 days ORC and/or Byrd Brothers, Inc. removed and disposed of, in excess of, 9,000,000 cubic yards of debris (vegetative and C&D). DRC also recovered, screened and restored tens of thousands of cubic yards of displaced sand to restore 15 miles of beaches destroyed in Escambia County, Florida in the aftermath of Hurricane Ivan. · In January 2000, in the aftermath of a Winter Ice Storm, DRC performed debris removal and landfill management services in North and South Carolina and Georgia. DRC mobilized through its subcontractors hundreds of men and hundreds of pieces of heavy equipment and trucks in three (3) counties in Georgia and the Western half of North Carolina. DRC removed and processed approximately 800,000 cubic yards of debris within 60 days. · In 1999, in the aftermath of Hurricane Floyd, DRC performed over a dozen, virtually simultaneous contracts throughout Florida, North and South Carolina and mobilized the majority of these contracts within 6 to 72 hours. These contracts included a 24-hour per day flood fight utilizing prison laborers and sandbags constructing man-made levies in South Carolina to protect major infrastructures; hazardous waste and field containment in the flooded rivers in Lenoir County and the clean-up of polluted streams and rivers in the vicinity; debris removal throughout all three states; beach and sand renourishment; construction of dune walkovers; road repairs and landfill management. In Florida, DRC performed the removal of fish kills in freshwater lakes near the ocean and removal of sand which clogged various storm water drainage systems. DRC and/or it's subcontractors also performed demolition services on various homes in flood zones, and technical services for and/or its subcontractors clients. DRC Emergency Services, LLC 740 Museum Drive. Mobile, Alabama 36608 1-888-721-4372 .1-251-343-3581 . FAX 1-251-343-5554 DRC Emergency Services, LLC Management and Personnel Key personnel of ORC Emergency Services, LLC (DRC ES) and the ORC family of affiliated and associated companies, subcontractors, contract reservists and associate personnel have been involved in hurricane emergency responses for many years, since as early as 1961. For the past 15 years, this team has responded to major natural or man-made disasters occurring within the continental United States and its territories, in theatres of U.S.-led troop operations, and in Central America. These personnel are trained, motivated and available for immediate deployment for emergency response. Many are CPR and Red Cross First Aid certified and equipped with utility vehicles, digital, handheld, multi-state, two-way radios, cellular communications, and handheld computers. Under normal circumstances each will have the experience and/or training to respond immediately to disasters and is typically provided with a DRC ES supervisor handbook including required reports and forms for successful disaster response and management thereof. Professional Recognition ORC ES and its affiliates are leaders in the field of disaster management and emergency recovery. Many ORC ES and affiliate employees, subcontractors, associates, and contract reservist personnel have specialized training for emergency management and/or have attended multiple industry seminars and conferences. ORC ES, its subcontractors, and/or personnel as described above are or have been members of many professional organizations including NEMA, APW A, SW ANA and the Society of American Military Engineers. DRC and/or its' affiliates, associates and/or subcontractors are licensed General Contractors in several states, induding Florida. ORC ES is familiar with FEMA and FHW A rules and regulations, the Stafford Act, and 44CFR as they pertain to emergency response, recovery and reimbursement. DRC ES also enjoys a very close working relationship with James Lee Witt and Associates, LLC, Washington, D.C. Mr. Witt is the former Director ofFEMA for eight years; the Senior Vice President of Witt and Associates was Chief of Close Out for multiple major disasters. Commitment to Ethics: Prevention of Fraud, Waste and Abuse The senior management and key personnel of the DRC family of companies is committed to the highest standard of ethical conduce. ORC ES through its ethics program has a zero tolerance policy and aggressively investigates and attempts to rectify any suspected instances of fraud, waste and/or abuse. ORC ES is led by a former F.RI. special agent and is committed to criminal prosecution of culprits in fraud and to arranging for complete and immediate refunds of any ill- gotten gains. DRC ES will assign, as required, former FBI, DEA, and/or FEMA investigators and/or auditors to attempt to ensure against and reduce instances of fraud, waste and abuse. Our Project Managers, Supervisors, and Foremen are typically trained in fraud reduction and detection and report any suspected instances thereof to Project Managers, to assigned internal auditors and/or to counsel. DRC ES has also established a very detailed ethics program with procedures to detect some of the obvious and easier ways that fraud occasionally occurs. For instance, typically, no DRC ES or subcontractor employees are allowed to participate in the measurement of trucks; this is entrusted to local government, state EMA and/or FEMA officials. DRC ES utilizes a detailed measurement documentation program to ensure the integrity of the haul and vehicle measurements and the safety and integrity of the vehicles and their drivers. DRC ES has a detailed and specific program of ticketing and reconciliation verification that, we believe, meets or exceeds the FEMA requirements and has instituted additional programs and procedures to ensure to protect to the greatest possible extent against fraud, waste, and/or abuse. DRC ES Senior Management Robert J. Isakson is Administrative Manager ofDRC ES. Mr. Isakson was a founder and serves as Secretary/Treasurer and Managing Director of DRC, Inc., and the majority of its associate and affiliate companies which are actively engaged in building, marine, road and civil construction, disaster reconstruction, demolition, hazardous waste remediation and disposal, and landfill management services worldwide induding recent contracts in war~torn Kuwait, Somalia, Kosovo, and Iraq, in addition to numerous contracts with hurricane, ice storm, typhoon and flood ravaged cities, counties, states and tenitories. He is also a Director of the Claridge Group, a licensed real estate brokerage firm, formed in 1986 and has been active in construction, development, landfill management, disaster reconstruction and restoration projects for the past twenty~five or more years. Previously, Mr. Isakson was a Special Agent with the Federal Bureau of Investigation of the United States for ten years, serving as a Supervisor in charge of "white-collar" crime and political corruption in the State of Louisiana. He was also one ofthe founders of AI-Ayoub Marr Bell Trading and Contracting, W.L.L., a construction and life support service company founded in Kuwait, and directed its international operations from its inception. Me Isakson has served on the Board of Directors and as the Managing Director of MANCO Recruiters International, a worldwide manpower recruitment firm registered and headquartered in Delhi, India and on the Board of Directors of New Gurkhas International, Kathmandu, Nepal. He has worked and traveled throughout over 100 countries and tenitories on six continents and is intimately familiar with international corporate and business development, finance, landfill management, recycling, hazardous waste remediation and removal, and civil construction. Mr. Isakson holds a B.B.A. in accounting from Lamar University in Beaumont, Texas. Thomas M. Marr, Sr., is Managing Member of DRC ES. Mr. Marr is one of the founders of DRC, Inc. and has directed overall operations and management since inception. He is former Assistant Attorney General for the State of Alabama, and was a Member of the State of Alabama Legislature and the State of Alabama Constitutional Committee. He also served as President and Chairman of the Board of Deposit National Bank of Mobile and Director of Compass Bank of Mobile. Mr. Marr holds a degree in civil engineering and is a practicing attorney licensed in the State of Alabama since 1957. Mark Stafford is Chief Operating Officer of DRC ES. Mr. Stafford has many years of experience in disaster and residential waste management and has participated in recovery following ice storms and hunicanes throughout the Southeast. He has overseen and operated landfills, recycling operations, and transportation companies exceeding $200 million in annual revenues. He has managed teams of over 1100 staff serving municipalities and their residents. Previous to joining DRC, he was the President and Regional Director of Allied Waste for the State of Louisiana. He also worked in an executive capacity for Waste Management. He handles the day to day operations and marketing for DRC Emergency Services. Mr. Stafford earned a B. S. in business from the University of Louisiana Lafayette. Monroe County Project Management Eli Zatazelo is Director of Operations for DRC Marine Services, LLC. Prior to the forming of DRC Marine services, Mr. Zatezalo was the Managing Partner of Blake Marine Group LLC, a marine based company specializing in salvage and brokerage as well as a partner in Gulf Coast Marine Recovery LLC. Mr. Zatezalo was residing in Biloxi, Mississippi when Hurricane Katrina made landfalL After surveying the extent of the damage he immediately went to work securing salvage, demolition and marine debris removal contracts. These included the opening/demolition of the Highway 90 Bascule Bridge in Bay St. Louis for the Mississippi Department of Transportation (MOOT), the marine based demolition and salvage contract for Harrah's Casino- Lake Charles and numerous salvage contracts for commercial vessels and barges. Mr. Zatezalo has been instrumental in the recovery of vessels in need of salvage due to past hurricanes. Before entering the salvage business, Mr. Zatezalo specialized in marine transportation of vessels via the load on / load off method utilizing ship based cranes. Previously he was a captain and engineer on vessels ranging in size from 72ft. to 211ft. He is also a veteran of the US Army. Project Management and Business Development Paul F. Persons, Jr. is Vice President for Project Management and Business Development, on a consulting basis, for the DRC family of companies. Mr. Persons controls project estimating and bid proposals from DRC ES's Mobile, Alabama headquarters. Mr. Persons has served as a Senior Project Manager for a multi-million dollar beach restoration contract and a number of disaster management and debris removal contracts. He has also served as Safety Officer on a major mechanical infrastructure project in Latin America (Honduras) and has also worked overseas during the Kosovo Conflict as a project and account manager for DRC. Mr. Persons is currently Senior Construction Manager and Project Estimator for U.s. Coast Guard facilities ID/IQ Contract with DRC throughout the mid-Atlantic states of North Carolina, Virginia, Maryland, Delaware, New Jersey, and New York. In 2004, Mr. Persons served as Senior Project Manager for several multi-million dollar recovery projects in the aftermath of Hurricanes Charley, Frances, Jeanne, and Ivan, including the massive restoration of 15 miles of beachfront destroyed in Escambia County, Florida during Hurricane Ivan. As Director of Operations during the 2005 hurricane season, he was in charge of over $100 million in contracts. Mr. Persons holds a B.S. in building science from the School of Architecture at Auburn University. Tom B. Combs is Director of Governmental Affairs, Regional Manager for Texas and Oklahoma, and Emergency Housing Coordinator. Mr. Combs joined the DRC team on a consulting basis in 2002 and brings over 25 years in "hands-onll housing experience. Previously, he spent over 1 0 years in public office as City Councilman and Mayor Pro-tern for The City of Beaumont, Texas. In that capacity he served as liaison to the Beaumont Housing Authority and as President of the Innovative Housing Corporation. He also held the position of Homeless Programs and AIDS Housing Coordinator for the City of Houston. In this position he directly supervised, coordinated and monitored over 30 million in temporary, transitional, and pennanent housing construction and operations contracts. Additionally, Mr. Combs served as District Director and Chief of Staff for two members of Congress where he personally directed all . housing related activities and serves as liaison between the congressmen, the cities, and the Department of Housing and Urban Development. He has extensive experience in minority, women, and disadvantaged contractor outreach programs. Mr. Combs has also owned his own firm, Tom Combs & Associates, which specialized in local, state, and federal contract negotiations. He lives and is headquartered in Houston, Texas. April R. Callaway is Contracts and Pre-event Manager. During the 2004 hurricane season, she assisted in managing the Pensacola and Perdido Key Beach sand remediation and restoration projects. Ms. Callaway has also managed the introduction, maintenance, extensions and renewals of all stand~by contracts for the States of Florida, Alabama, Mississippi, Louisiana, Texas, South Carolina, North Carolina, Georgia and Virginia, as well as maintaining customer/client relations. She has been in charge of developing, promoting, and marketing DRC through various functions and conferences throughout the United States. Ms. Callaway has been extensively involved in the research, development and response to proposals for the DRC family of companies. Previously, she was in charge of all commercial construction projects for Reynolds Contracting, a residential and commercial construction and remodeling firm. She also served as a consultant on import/export commodities in Naples, Italy. Ms. Callaway received her B.S. in Business Management from the University of Maryland University College of Europe in 2004. Christina M. Murphy is Regional Manager for Southwest Florida. Ms. Murphy joined DRC in 2006 and has extensive experience is sales and marketing. Previously, she served as an account executive for television and radio stations across Louisiana including the CBS affiliate in Baton Rouge and the UPN affiliate in New Orleans. She also worked in business development for LIFT Productions in New Orleans. B.A. in Drama and Communications, University of New Orleans. CareD Bash is Regional Manager for Southeast Florida. Ms. Bash joined DRC in 2006 with a wealth of marketing experience in some of the nation's most prominent firms. Prior to joining DRC, she worked as sales representative for Heinz and Keebler. Ms. Bash has also worked as a specialist for the Broward County (Florida) Finance Department and interned for the Florida Children's Campaign. B.A. in Communications, Florida State University. Paul L. Bryant is South Atlantic Regional Manager. Mr. Bryant previously worked as Resident Sales Representative for ChemCentral Corporation, located in Mobile, Alabama. He joined DRC in the aftermath of Hurricane Rita, as a Project Manager for the State of Louisiana Department of Transportation and Development contract, managing Jefferson Parish, Orleans Parish and Lafourche Parish. In the aftermath of Hurricane Wilma Mr. Bryant worked as a Project Manager in the State of Florida. Mr. Bryant graduated from the University of South Alabama with a B.S. in chemistry and a minor in English. Murray P. Farmer is Country Manager- Central America. He joined DRC in 1997. Mr. Farmer is responsible for closeout of all completed projects in Central America. Mr. Farmer was formerly involved in the development of equipment policies and procedures and overall equipment logistics. He was also responsible for equipment management including inventory tracking. Additionally, Mr. Farmer is responsible for special research projects and new business research. He is fluent in Spanish and English. In 2004 Mr. Farmer managed the multi-million dollar clean up of Berkeley County, South Carolina in the aftermath of Tropical Storm Gaston, and the reconstruction of the Berkley County landfilL He attended Tulane University where he studied business. ShaUll Hodge, Assistant Director of Government Affairs, Project Manager Mr. Hodge previously served as a Sr. Congressional Aide to US. Congressman Nick Lampson. While serving with Congressman Nick Lampson, Shaun was appointed the Director of Military Affairs and served as Chairman of the Congressional Military Academy Nomination Board. Mr. Hodge was awarded a certificate of appreciation from the United States Department of State for Diplomatic Affairs while working on immigration issues in the Congressional office. Mr. Hodge has served as a policy advisor to several senior members of the Texas House of Representatives. Mr. Hodge has an extensive experience working with FEMA on pre-event planning and disaster response management. While working for US. Congressman Nick Lampson, Mr. Hodge worked closely with Texas elected officials in the coastal communities concerning beach erosion and storm water management. Prior to working for u.s. Congressman Nick Lampson, Mr. Hodge lived in the Panama Canal Zone. Mr. Hodge joined DRC in 2005, as a Project Manager in the aftermath of Hurricane Rita, working in the State of Texas. Mr. Hodge graduated in the top of his class from the University of Houston - Clear Lake (UHCL) in 2004, with a BS in Finance. Lee Wilson is Senior Project Manager, is one of the most trusted and respected managers at DRC. Mr. Wilson has forty years of extensive and invaluable experience in the civil construction industry. Mr. Wilson has for the last twenty years, acted extensively in the capacity as a project manager and estimator, building airports, interstates, state, city, county projects including water and sewer, storm drain, and large excavation projects. While with DRC, Mr. Wilson managed the Martin County, Florida project in 2004 which accounted for 1.1 million cubic yards of debris recovered and processed. Lee managed the demolition of 417 homes for the University of South Alabama, Mobile, Alabama. Within hours of the landfall of Hurricane Katrina he was on site in Louisiana leading the project in East Baton Rouge. Mr. Wilson has since and is currently working on the Louisiana DOTD project and is responsible for the management of the project for debris removal that encompasses thirteen parishes. He has personally overseen the management of this project that accounts for the recovery of 2.2 million cubic yards of debris. Mr. Wilson has international project management experience that extends as far as Nogliki, Russia where he served as Civil Engineering Consultant to Exxon Mobil in the building of an airport, a project valued at $58 million. He was the Construction Manager managing and overseeing the installation of water and sewer infrastructure for an entire county in Central America. Thomas Rip is Project Manager. He worked in the construction field six years before opening an Art Gallery. Mr. Rip worked in all facets of the art business for thirty years including private and wholesale. Prior to Hurricane Katrina, Mr. Rip worked with the Orleans Sheriffs office for 5 years. He has worked extensively in Washington, Tangipahoa, and St. Tammany Parishes on the Louisiana DOTD debris clearance following Hurricane Katrina. He holds a B.A. in social science from Loyola University of New Orleans. Dan Crowley is Project Manager. Dan joined DRC in September of 2005 as a project supervisor for Tangipahoa Parish on the Louisiana DOTD project. The landfall of Hurricane Rita took Mr. Crowley to the City of Beaumont, Jefferson County, Texas where he was the project manager and oversaw the removal and recovery of 900,000 cubic yards of debris. The 2005 storm season also took Mr. Crowley to Miami-Dade County following Hurricane. He was the Project Manager there and oversaw the recovery of 226,000 cubic yards of debris. Prior to joining DRC, Dan worked as a manager for over 5 years, where supervised 20 employees daily, customer relations, accounting, logistics and inventory. He graduated from Brother Martin High in New Orleans, Louisiana in 1998. He attended the University of New Orleans, New Orleans, Louisiana, where he studied business management. Lee Wilson, Jr. is Project Manager. While with DRC, Mr. Wilson has been instrumental is the success of many projects that include the City of Jacksonville and Jacksonville Beach, FL, Daytona, FL, and Charleston, SC. Within hours of the landfall of Hurricane Katrina he was onsite in Louisiana and began work on the East Baton Rouge Parish Project. Upon completion, Mr. Wilson has since and is currently working on the Louisiana DOTD project. He has been working extensively in Washington and St. Tammany Parishes while assigned to this project.Mr. Wilson also worked in commercial construction for eleven years where he was an estimator of large scale projects as well as supervisor of a large staff of skilled individuals. Mr. Wilson then went on to start his own residential homebuilding company which he directed for seven years before joining DRC in 2004. He attended the University of South Alabama and majored in Architecture. Chuck Prieur is Project Manager and Estimator. Mr. Prieur has worked extensively in East Baton Rouge, St. Tammany, St. Charles, and Plaquemines Parishes on the Hurricane Katrina Louisiana DOTD project. He started his own business in 1985, with the acquisition of a full service gas station. His business expanded to own and manage four stations. Mr. Prieur served as a liaison to Shell Oil on Dealer Related Issues as well as served as a consultant to Shell Oil for purposes of developing a new business model. He also owned and managed a full service financial services company for six years. He majored in accounting at the University of Louisiana-Lafayette. Jennifer Peacock is Business Development Manager. She joined DRC in 2004 and assists with the Business Development and client relations throughout the South. Jennifer represents DRC at conferences, post-project reviews, and other various functions in addition to promoting, researching, and developing various business opportunities for the company. After Hurricane Katrina, she worked in Louisiana as part of the initial entry team setting up logistics and coordinating human and material resources. Prior to Hurricane Wilma making landfall, she was deployed to Florida to assist with the development and securing of contracts. Before joining DRC, Ms. Peacock worked for seven years in the brokerage industry, directing Fixed Income/Capital Markets for four years, executing trades in various markets including US Agencies, Corporate, Mortgage-Backed Securities, and Short-Term Money Market Securities. She is a licensed stockbroker with the National Association of Securities Dealers (NASD) and registered with the Securities Exchange Commission (SEC). Ms. Peacock also worked for three years in the U.S. Equity Markets with a national brokerage firm and was a member of an international advisory group. She graduated from the University of Alabama at Birmingham with a B.S. in Finance. Kathy Barnett is Logistics Manager on a reserve and contract basis. Ms. Barnett joined DRC in 2005 in the aftermath of Hurricane Katrina to assist in communications, logistics and marketing. She has an extensive background in sales. She began her sales career with Proctor & Gamble Distributing Co. as a Direct Account Executive. In 1996, Ms. Barnett, was one of the first hired by Southern LINC (A Southern Company) as an Account Executive and participated in the inaugural launch of the "4-in-I" digital wireless communications network for the Gulf Coast. She was promoted with a focus on Corporate Accounts & also opened a remote office in the So. Georgia market while employed with Southern LINC. Accomplishments include the sales & support of: USACE, U.S. Marshalls, U.S. Secret Service, many city, county, and local governments, as well as, business to business sales. In 2002, Ms. Barnett joined Nextel Partners Incorporated, as a Corporate Account Executive focusing on business to business sales. Her primary focus was to construct a communications plan to increase productivity among the following clientele: construction companies, engineering firms, professional establishments, as well as, the debris industry. Steven James, Program Director, is responsible for proposal and contract documentation. Mr. James has 10 years experience at Tulane University as an assistant dean and administrator, where he oversaw orientation, awards, and grant programs, and was responsible for the college's publications and marketing materials. Mr. James also oversaw public affairs, external and student relations, and wrote grant and development proposals for Tulane. He earned with an M.A. (1990) and an M.Phil. (1992) from Yale University and a B.A.(1989) from Louisiana State University, all in history. Monica Lucas is Assistant Pre-Event Manager. She joined DRC in 2004 in the data entry department, performing various tasks, such as, sorting, ticket entry, and reconciling. Monica has since assisted with daily office duties as well as the daily research and production of proposals. She is in charge of organizing and maintaining the subcontractor files and pre-event contracts. Monica handles the preparation and scheduling of conferences throughout the year. Monica also assists in the purchasing/inventory of promotional items for DRC. Monica previously worked as a manager and counselor. She is currently a student at Faulkner State Community College in Bay Minette, Alabama, majoring in Social Work. Operations Donald G. Bahouth is a Senior Contract Consultant. Mr. Bahouth has almost 10 years of experience in the disaster relief and reconstruction industry with DRC, Inc. Currently, Mr. Bahouth assists with contract negotiations and subcontractor relations. He provides a tremendous depth to the contract mobilization and subcontractor relations of a major disaster response for DRC. He received a Bachelor of Science degree in Marketing from the University of South Alabama. Carlos Lorenzy is Project Manager and Chief Mechanic. Mr. Lorenzy, a native of Puerto Rico, has performed Project Management services for DRC in many disasters over the past many years. He is responsible for operations, maintenance, and repairs of our equipment fleets. Mr. Lorenzy just completed a six (6) month construction and Super typhoon Pongsona Recovery on the Pacific Island of Guam and served as a Project Manager on the recovery of Hurricane Isabel in the State of Virginia and during the recent 2004 storms in Florida. Mr. Lorenzy worked extensively throughout Florida as a Project and Site Manger in the aftermath of Hurricanes Charley, Frances, Jeanne, and Ivan. He is fluent in Spanish and English Carlos Lorenzy, Jr., Assistant Mechanic and Fixed Asset Manager (Reservist). Mr. Lorenzy worked throughout the State of Florida as a Project Manager in the aftermath of Hurricanes Frances, and Jeanne. Mike Hunt, Assistant Mechanic and Operator. Mr. Hunt performs day to day tasks in the Mobile, Alabama office. He also assisted throughout the states of Louisiana, Texas, and Florida in the aftermath of Hurricanes Katrina, Rita and Wilma. Alonzo Hunt, Assistant Mechanic and Operator. Mr. Hunt performs day to day tasks in the Mobile, Alabama office. He also assisted throughout the states of Louisiana, Texas, and Florida:in the aftermath of Hurricanes Katrina, Rita and Wilma. Accounting Douglas B. Davis is Controller. Mr. Davis leads a team of internal and external accountants and bookkeepers and manages all of the internal accounting functions of DRC and its various affiliated companies. Mr. Davis joined the DRC group of companies in July of 1993 having spent the previous twelve years with a variety of companies in the controller position. He has been a Certified Public Accountant since 1979. His prior experience includes installing, upgrading, and managing computerized accounting and financial systems for companies in the industrial supply, chemical manufacturing and research, and insurance industries. Mr. Davis also spent three years in public accounting with the international C.P.A. firm currently known as Ernest & Young. He graduated Summa Cum Laude from the University of Alabama with a B.S. in accounting. J. W. Naylor, Jr. (Bill) is Assistant Controller. Mr. Naylor is a Certified Public Accountant with 25 years experience in public accounting including five years as a controller. His experience in public accounting includes accounting within a wide variety of businesses including engineering firms and not for profit businesses. He served as president of a client's company for 10 years while still maintaining a small public accounting practice in his own name. Bill was most recently employed by a large local CPA firm as Manager of Small Business Services and also performed audits of several clients of the local firm. Bill graduated from Auburn University in 1973 with a B.S. in Industrial Management and returned to Auburn to finish a second major in accounting in June of 1976. Jamie Lovitte is Accounting Assistant. Ms. Lovitte has held various accounting positions for the past 15 years. She is responsible for project accounting, ensuring the integrity of the field reports and expenses incurred on each of the projects assigned to her. Ms. Lovitte is a graduate of the University of South Alabama where she obtained a Bachelor of Science Degree in Finance. Ashlea Lester is Accounting Assistant. Ms. Lester has been with DRC since 2005. She assists Mr. Davis and Ms. Lovitte in project accounting, field reports, and expense reports. She also assists other departments as assigned or necessary. She previously worked for Farmersl Insurance in administration and sales. Administrative Clifford C. Sharpe is Legal Counsel. Mr. Sharpe represents DRC, Inc. and its affiliates in legal matters and issues. Mr. Sharpe also assists in the preparation of legal documentation and provides assistance in contract issues and review. He received his Juris Doctor from The Cumberland School of Law in 1984 and his undergraduate Bachelor of Science degree from Spring Hill College in Mobile, Alabama. Gay Harrison, Executive Assistant to the Managing Member, joined DRC in 1995. Mrs. Harrison assists senior management in the daily administrative operations and functions of DRC and its affiliate companies. Linda Lucas, Project Manager and Executive Assistant to the Managing Director. Ms. Lucas assists the Managing Director in the daily administrative functions of DRC and its affiliate companies. She has extensive administrative and bookkeeping experience having performed such functions for over ten years. Ms. Lucas recently served as an Assistant Project Manager for several multi-million dollar storm recovery projects throughout the State of Florida, and also served as the Project Manager for a 14 million dollar hurricane recovery project for the City of Hollywood, Florida. In 2005, Linda returned to the City of Hollywood, as a project manager, leading the recovery efforts in the aftermath of Hurricane Wilma. Stephanie Buford, Paralegal and Executive Assistant to the Administrative Manager. She provides field support to the Project Managers throughout the world and is responsible for file maintenance, marketing and purchasing. Ms. Buford received an Associate in Science Degree from Faulkner University as a paralegal. Christine S. Marr, joined DRC at its inception in 1989. Mrs. Marr assists in aU aspects of the functions ofDRC, its field offices, and affiliates throughout the world. DRC Emergency Services, LLC 740 Museum Drive. Mobile, Alabama 36608 1-888-721-4372.1-251-343-3581. FAX 1-251-343-5554 Litigation . DRC Emergency Services, LLC has not failed to complete work or provide the goods for which it has contracted. . There are no judgments, claims, arbitration proceedings, or suits pending or outstanding against the bidder, or its officers or general partners other than those described on the following attachment. · DRC Emergency Services, LLC has not been party to any lawsuit or arbitration in the last five years with regard to a contract for services, goods, or construction services similar to those requested in the RFQ. · DRC Emergency Services, LLC has not initiated litigation against the county or been sued by the County in connection with a contract to provide services, goods, or construction services. May 5, 2006 To Whom It May Concern: I am in-house counsel for DRC Emergency Services, LLC, and I also represent the officers and members owning the majority interest in said company. As requested, the following is a list of litigation involving these parties. DRC EMERGENCY SERVICES, LLC The following is a list of the litigation and arbitration claims involving DRC Emergency Services, LLC, of which I am aware of as of May 5, 2006: Ybarzabal v. LADOT, DRC, et al: 2006 suit filed in the District Court of Louisiana against DRC, Inc. (the true Defendant is DRC Emergency Services, LLC). It is alleged that a third tier subcontractor negligently directed traffic causing an accident. \ Insurance of one or more of the subcontractors should defend and indemnify DRC. \ J ROBERT J. ISAKSON The only legal action involving Mr. Isakson relates to disputes with Custer Battles, LLC and its principals. To understand the same, the following four actions must be considered. 1. Custer Battles: DRC, Inc. (hereinafter DRC) and its Managing Director, Robert 1. Isakson, discovered multi-million dollar fraud allegedly being perpetuated by Custer Battles and its principals against the U.S. Government and others in Iraq. As a result, the following legal actions are pending: a) DRC, et. at v. Custer Battles, et a1: 2004 Qui Tam Action (DRe, on behalf of the U.s. Government), Robert J. Isakson (relator), and others filed suit for treble damages for fraud and wrongful actions by Custer Battles and others in Federal District Court, Alexandria, Virginia. DRC was seeking millions of dollars in damages on behalf of the U.S. Government for alleged fraud by the defendants. DRC's actions have resulted in a September, 2004 one year suspension of these defendants from further government contracts. Defendants are the subject of a separate criminal investigation by the FBI and DOD of their activities. A four week jury trial in February and March, 2006 resulted in jury verdict against all Defendants for $3,000,000 in damages, the maximum allowed, (to be trebled) plus a wrustleblower verdict and attorney fees at the discretion of the judge. Post-trial motions pending. b) DRc. et. aI. v. Custer Battles, et. a1: 2005 Civil action in Federal District Court; Virginia wherein DRC was seeking restitution for work performed in Iraq. Jury trial in October, 2005 resulted in jury verdict in favor of DRC and other plaintiffs for approximately $1,400,000. Judgment entered by Federal District Court on April 3,2006. Post-trial motions are pending. c) Custer Battles v. DRC, Robert J. Isakson, et al.: 2005 Civil action in Federal District Court, Mobile, Ai., wherein Custer Battles refiled its Virginia dismissed counterclaim. Motions to dismiss are pending. The case is in the early stages. The case is being actively defended. d. Custer Battles v. DRC, Robert J. Isakson et. aL: 2006 Civil action in Alabama State Circuit Court, Mobile, Al. wherein Custer Battles basically refilled the same charges as the Federal District Court case above, adding one defendant. Motions to dismiss have been filed. The case is in the beginning stages. The case is being actively defended. Sined/? s/~d( . \ ) LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETIllCS CLAUSE Mark Stafford warrants that helit has not employed, retained or otherwise had act on hishts behalf any former County officer or employee in violation of Section 2 of Ordinance No.1 0-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. VVkJ- ~ 7~ (signature) Date: .June 9, 2006 STATE OF Al.abama COUNTY OF Mobil p PERSONALLY APPEARED BEFORE ME, the undersigned authority, Mark Stafforn who, after first being sworn by me, affixed his!her signature (name of individual signing) in the space provided above on this 9 th day of ,Tnne , 20..JL6... NOTARY PUBLIC (--'\ ' (T~N~U \J I ' I ! ,'\ '7<r~;i~V \, '-"VV\ 'Jr ~\ My commission expires: {\ ;1<J,)\i'~e.. \i O:MB - Mep FORM #4 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a publ1c entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." NON-COLLUSION AFFIDAVIT 1, Mark Stafford of the city of Mobile according to law on my oath, and under penalty of perjury, depose and say that; l)Iam Mark Stafford project described as!otlows: . , the bidder making the Proposal for the Disaster Recovery Services for Marine Vessel and Debris Removal Removal Post HurrlcaneWllma, Monroe County, Florida 2) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knO\\'ingly disclosed by the bidder and wiU not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5) "The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. STATE OF Alabama (Signature of Bidder) ~~ COUNTYOF Mobile June 9. 2006 DATE PERSONALLY APPEARED BEFORE:ME, the undersigned authority, Mark Stafford who, after fIrst being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this 9th day of J'lne fCQ~ 2006 c\ ~ \\,' ....\. . .~\'-. "'- \ \ ;;;:r; 2kVV\.A.. -e\ ~ ,J ~ ".! NOTARY PUBLIC ..j My commission expires: OMB - MCP FORM #1 .' DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: DRC Emergency Services, LLC (Name of Business) 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 contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. mipase 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, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation oftrus section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ~~ Bidder's Signature JUne 9, 2006 Date OMB - MCP#5 State of Florida Department of State I certify from the records of this office that DRC EMERGENCY SERVICES, LLC is a limited liability company organized under the laws of Alabama, authorized to transact business in the State of Florida, qualified on July 18, 2005. The document number of this. limited liability company IS M05000003946. I further certify that said limited liability company has paid all fees due this office through December 31, 2005, and its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of Florida, at Tallahassee, the Capital, this the Twentieth day of July, 2005 ) L~.f.~ Secretary of State Authentication ID: 400057718744-0n005-M05000003946 To authenticate this certificate, visit the following site, enter this ID, and then follow the instructions displayed. www.sunbiz.orglauth.html CERIDlCA TE OF INSlTRANC& :NO 122 CERTIFICATE HOLDER NAMED INSURED J(1W\i-~ DRe, Inc., DRe Emergency Services, LLC 740 Museum Drive Mobile, AL 36608 -=- o NO Do ~1l p(\li!:i~ eOl'lrain ~ Waiver (If SUOTOgation in favor of Certificate Hnlder if required by written contract? o NO Do ~1I POUc:if;S exccpl the Workers' Compens:nil)n mime the Certificate Holder as Additionalln.l;1Jred if required by wrinen contTaCl1 o NO Do policil::~ provit;le 30 daY'! wtilmn notice of cancellation to CertifiClltt: Holder? o NO Is covengc under all insurance carried by Namecllnsured Primary Insurance if relluired by wrinen contract? LIMITS OF LIABILITY IN TYPE OF lNSURA.'lCE POLlCY POLlCY raOUS"J'I'DS NUMBER PERIOD (000) WOlUO.:RS' COMPJi:NSATJON & XSWC.070343 03/0112005 WORK8.1<S COMPENSATION EMPLOYERS LJABlllTY M/() 1/2008 o NO U. S. Longshoremen's and Hamor Worker~' EMPLOYERS LIABILITY F.l\eh Accident .~ 1,000 Compcn.~ation Act Coverage Disease. .\>oliey Limit $ 1,000 0 NO OUte!' Continenw Shelf Land Act Disease - Each Employ~/: 5. 1,000 0 NO Jone~ Act (including TrnnspoTtl\t1o)1, ws;c~, MaiJltenan~f;, and Cure). Death on the High MARITIME EMPJ~OY.ERS Seas Act & General Maritime I,.aw lJABILI'IY 0 NO Voll1ntJlry Compenl'Jltion Endorsement o NO Odler States Insurnncc (J NO AltcmRtl:: EmployerlBorrowed Servant Endorsement o NO "In Rem" EndorneTnent o NO Gulf of Mexico Tcrritoml EnCll,iOn GEl'<ttAL LIABILITY XSGL-072995 03/0JnOO5 Form &. Edition Oat:: ISO CO 00 0 I 11188 03/01/2008 GcnCTlll Aggregate Unlimitecl Product:$-Comp/OPS Aag.. $ 3.000 o NO ~Tl1ad Form Propcrt)' Pfomsg/: Liability Pernonal & Advertising Injury $ 1.000 includ;l)g:X. C, U Elich OccnTTcncc $ 1,000 [2ll YES o NO Prcduct$/ComplF;1.e(l Operation:; Fin!: Damage $ 50 [2QYES o NO Comrscrual Liabllll:y (Anyone fire) !ill YE.5 o NO Sudden and Accidental Pollution Liability Medical El\pen~e $ 5 Ull YES o NO OCCUITl::n<;e Form (Anyone person) ua YES o NO Personal Injury lEYES o NO "In Rem. Endorsement l!IYES o NO Cross J..illl:lility IE YF.s o NO Watercrafl e::tclt1~i(m has been modified by the vessels cndo~ement on 5~hcduled equipment DPR-1 1_~AAC ~Q.~~ APR-11-?~~~ AO.0A 06/09/2006 15:38 r JUN-09-2006 13=24 2519379591 DRC EMERGENCY SERV t CES "-' BLACKMON INSURANCE 261 3'3 6564 INSlJIlANCE AGENT'S STATEMENT I ha\1C miewed the 8bove ~ with the bidder named below. The following dedueti'blcs apply to the conesponding policy. POLICY ~~~~. ~~~. .~ Liability policies me ~ DEDUCTlBLES . Lfl JA l41/A- ? '-t1/~ Claim$ MAde --....~' -'~. Bpt.lC.Mon -:ens . bsuriDee Agency (.~.,,-~ .:.,t~'D/= [J;31lr_a&:)" ..ISignature .... ,:.~__. ,. .";' , BIDDERS STATEMENT '-" , , , I und~cl the insur.t.ncc that will be mandatory if awarded the co.utract and will comply in full with all the requiremen15. DRC Emergency Services, LLC Bidder '-' JUN-09-2G06 15:40 2519379591 r,VJ- ~ Sipature 97% PAGE 02/02 P.OO'......004 TOTAL P. 004 P.002 ~. .'. '- .- . - .' .- "....... . ..... ... ....' .'- ....--..... - ,., -'.'-,-,_. ..__n,."'___:'_. ,__....'...._ __,.__.'._'.. , - - - , . ...--....,.-'--:... . --".'_.-, "--.',-,..:.":: ........- ,'-'-.., " . "-"";,:,-,".-'_., Rel1Ue~lr()rQ~~rrt'~ RecoverySe~i<?~~f~ ... Debris RernOvahP ........ .-:.:.-.' " . ,".';.,::,-'. ,-::"-:' ' ',.::..-:.-. Prepcfred for: 1100 Simonton Street, Room 2-213 Key We~t,fL 33040 Phillips P.O. June 12,2006 Purchasing Office Monroe County, Florida BOO Simonton Street, Room 1-213 Key West, FL 33040 RE: REQUEST FOR QUALIFICATIONS-DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA. Dear Purchasing Agent: Phillips and Jordan, Inc. are pleased to offer the County of Monroe our Proposal in response to the above referenced Request for Qualifications to Bid. This proposal is a firm and irrevocable offer for 90 calendar days. We have read the Invitation and understand the scope of services required. Phillips and Jordan is a nationally recognized leader in the rapid-response disaster recovery field, with significant experience in responding to disasters. We have decades of experience in the operation and administration of debris management projects. The U.S. Anny Corps of Engineers recently named us Civil Works Construction Contractor of the Year 2002 for our management of the Disaster Forensic Recovery Operation following the terrorist attack of the World Trade Center Complex on September 11, 2001. Our staff includes individuals with extensive knowledge of, and hands-on experience with, local, State and Federal reimbursement processes deating with the laws, rules, practices, and regulations involved with disaster recovery projects. As evidenced by the performance evaluations and letters of commendation, our efforts in performing large, complex debris removal and reduction/investigation operations have earned us a reputation as an honest and competent contractor. Phillips and Jordan, Inc. was founded in North Carolina in 1952 and incorporated in 1959. Our headquarters are located in Knoxville, Tennessee and we have regional offices located in Robbinsville, North Carolina and Zephyrhills, Florida. Additional offices are located across the United States. If awarded this project, it will be managed by our Robbinsville, N.C. office. Office information is as follows: Phillips & Jordan, Inc. 191 P&J Road; P.O. Drawer 604 Robbinsville, N.C. 28771 Phone: 828-479-3371 Fax: 828-479-3010 Phillips & Jordan, Inc. has an average base of approximately 850 employees, and over 1000 pieces of heavy equipment. The full resources of the company will be dedicated to this project. P.O. Drawer 604, 191 P & J Road, ph 47%371 . Authorized representatives of the firm are listed below. Each of these individuals can bind the firm to the contract. Dudley Orr, Vice President, will be the contact person for this project. Randy Jordan Senior Vice President Office: 828-4 79~ 3371 Mobile: 828-735-1348 E-mail : Dudley Orr Vice President Office: 828~4 79- 3371 Mobile: 828-735-0947 e-mail : Cecil Patterson V ice President Office: 251-661-5153 Mobile: 865-414-4400 e-mail: If awarded this contract, we will assist (at no cost) your staff in finalizing the strategic planning that is necessary for timely, coordinated, and fiscally responsible disaster response and recovery, and train your staff in the Federal and State Public Assistance (reimbursement) Processes. Annual refresher training and participation in table top exercises is also included. We look forward to your further consideration of Phillips and Jordan. Sincerely, PIDLLIPS AND JORDAN, INC. Randy Jordan Senior Vice President THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A31 0 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Phillips and Jordan, Incorporated as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Sur~ty, are held and firmly bound unto Monroe County, Florida Board of County Commissioners as Obligee, hereinafter called the Obligee, in the sum of five percent (5%) of the amount bid --------.---- ..._________........._w-_.,...______________________________________---------------------- Dollars ($, -...-....---------) i 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, firmly by these presents. WHEREAS, the Principal has submitted a bid for Disaster Recovery Services for Marine Vessel and Debris Removal Post Hurricane Wilma Monroe County, 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. Phillips and Jordan, , 2006 . Signed and sealed this 12th day of June B: &ruu+ {J &~1 (Witness) { 5. (Title) (Title) Karen K. Beard, Attorney-in-Fact and Florida Licensed Agent AlA DOCUMENT A310. BID BOND. AIA@. FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NY AVE., NW, WASHINGTON, D.C. 20006 1 B: "Inquiries "828-236-1000" POWER OF ATTORNEY WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ST PAU L TRA VELERS Farmingtoll C;lsualty Company Fidelity and Guaranty Insurance Company Fidelity ami Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and l\hl'ine Insurance Company Attorney-In Fad No. 215729 St. Paul Guardhm Insurance Company St. Paul Mermry Insurance Company Travelers Casualty and Surety Company Travelers C;lsualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 00 0 3 3 3 3 8 3 KNO\V ALL!\lEN BY THESE PRESENTS: That Seaboard Surely Company is a corporation duly organized under the laws of the Stat.e of New York. t.hat SL PaLlI Fire and Mnrillt' Insurance Company. SL Paul Guardian Insurance Company and St. Paul Mercury Insurance Company arc corporations duly organized under lhe laws of t.he State of !\linncsota. that Farmington Casualty Company. Travelers Casualty and Surety Com.pany. and Tniyclers Casualty and Surety Company of America are corporat.ions duly organized under the laws of the Stale of ConnecticuL t.heu Unit.ed Stales Fidelily and Guaranty Company is a corporat.ion duly organized under the laws of t.he Statt' of Maryland. that Fidt'lity and Guaranty lnsurance Company is a corporation duly organized under the laws of t.he State of Iowa, and t.hat Fidelity and Guaranty Insurance Underwriters. Inc. is a corporation duly organized under t.he laws of rhe Slat.e of Wisconsin (herein collectiYely called the "Companies.'). and that the Companies do hereby makt', constitut.e and appoint Kar<:n K. Beard. and \\iallace N. Hyde of the City of ____Ashe\~ille_________.__.___. Stale of______l'::lQ.r.th..Carolina ___ . t.heir true and lawful Attorney(s).in-Fact, each in their separate eapacily if more than one is named above. to sign, exeeute, seal and acknowledge any and all bonds. rccognil;anccs, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business ()fguaranteeing t.he fidelity of persons. guaranteeing the performance of contracts and exccut.ing or guaranteeing bonds and undertakings required or p~rmi,ped in aI!T,!6.tions qr'l?t<)ceedings allowed by law. IN \VITNESS WHEREOF. the Com[!,anie~ have caused this April ,,-006 day of _____.~__.__.._'"__.__ ...__ ,__."____ . Farmington Casualty ~o~pilJ]},,:..,. Fidelity and GuarantYlnsu~,!?:c~eoinpan~\ ..... Fidelity and Guaranty Inslir.i,ilcclJnderwnters. Inc. Seaboard Surety Company S1. Paul Fin' and Murine Insurance Company p~~~ ~ 1977 ~ ~'l ~~~~ ~. ,-r f~.f-01il.y{lIf...;~~ ~'&( - 'F:iJ -'\ SE Il.L i'"" <?~...... .....#f :\LS.;:.)."....}-- ~...............--- State of Connecticut City of Hartford". 21 Sl seal~ t.o be hereto affixed. this St, Paul Guardian Insurance Company St, Paul Mercury Insurance Compuny Travelers Casualty and Surety Company Truvelers Casualty and Surety Company of America United States Fidelity and Guaranty Company (j;:~~:;~\ \,~,~E~.~~~o/ ~~:~ By: President . 21st . . April 2006. ____ On thlS the ~~._ day of ~______._ ...___~ . belore me personally appeared (Jeorge W. fhompson. who acknowledged himself to be t.he Senior Vice President of Farmington Casualty Company. Fidelity and Guarant.y Insurance Company. fidelity and Guaranty lnsurance Underwrit.ers. Inc.. Seaboard Surety Company. St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company. SI. Paul Mercury Inwrance Company. Travelers Casualty and Suret.y Company. Travelers Casualty and Surety Company of America. and United States fidelit.y and Guarant.y Company. and that he, as such. being authorized so to do. executed the foregoing mstmment for the purposes therein cont.ained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Wbereof, I hereunto set my hand and official seal. My Commission expires the 30th day of JUnc. 2006. 58440-9-05 Printed in U.S.A. ~c.j~ I\1arle C. Tetreault, No!ary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Table of Contents 1. General Information: A. Company Shareholders. B. Company Officers. C. Number of Years in Business. D. Number of Years Operating Under the Name of Phillips & Jordan, Inc. E. Service Performance of Company and Officers for the past 5 years. F. Customer References. G. Credit References. 2. Relevant Experience: A. Project History Experience. 3. Past Performance on Similar Projects: A. Past Client List, including Summary of Services. 4. Service Personnel: A. Personnel List. B. Personnel Ability and Qualifications. C. Personnel Locations. 5. Litigation: A. Corporate Statement. B. Qualification Questions and Answers. 6. County Forms and Licenses: A. Lobbying and Conflict of Interest Clause. B. Non-Collusion Affidavit. C. Drug Free Workplace Form. D. Bidder's Insurance and Indemnification Form. E. Insurance Agent's Statement. 7. Subcontractor Utilization Plan: 8. Phillips & Jordan Safety: A. Safety Plan. B. Forms. 9. Bid Response: A. Bid Documents. PO Drawer 604.191 P & J Road, NG 28771 ph (828) 479-3371 . fax (828) 479-3010 GENERALINFORNL\TION A. A list of the entity's shareholders with five (5) percent or more of the stock or, if a general partnership, a list of the general partners; or, a limited liability company; A list of its members; if unincorporated and not a partnership, the name(s) of owners. W.T. Phillips Sr. is the sole owner of Phillips & Jordan, Inc. B. A list of officers and directors of the entity. . Please see attached list in order at the end of this section. C. The number of years the entity has been operating and, if different, the number of Years it has been providing the services, goods, or construction services called F or in this RFQ. Phillips & Jordan was founded in 1952 and incorporated in 1959. 54 Years. Phillips & Jordan began their Disaster Recovery Service in 1982. 24 Years. D. The number of years the entity has operated under its present name or any prior names. 54 Years. E. Whether, within the last five (5) years, an officer, general partner, controlling shareholder or major creditor of the bidder was an officer, general partner, controlling shareholder or major creditor of any other entity that failed to perform services or finish goods similar to those sought in the request for bids. No. F. Customer References. . Please see attached list in order at the end of section one, as well as, Section Three. G. Credit References. · Please see attached list in order at the end of this section. ACTIONS TAKEN BY WRITTEN CONSENT BY THE BOARD OF DIRECTORS OF PHILLIPS AND JORDAN, INCORPORATED By vv:ritten consent of a.U the directors of Phi Hips and Jordan, Incorporated (the "Company"), the following actions and resolutions were taken and consented to: BE IT RESOL YED that either the President, Vice President or Assistant Vice President of Phi Hips and JOMa.Il; Inoo:rPorated, whose names appear on the.Corporate minutes ofits Special Meeting held Febmary 09,2006 are authorized to sign and execute construction contracts, and all documents retating to the construction contract, on behalf of the Company. They are the following: . W.T. Phillips, Sr. Ben R. Turner J.Patrick McMullen W.T. Phillips, Jr. Connie H. Nichols Randy Jordan Brian Paul K.uhnle Scott D. Orr Frank Wood . Stanley L. Croy Wendell E. Durham Dorinda A. Futch Ronnie Jordan. Dudley Orr Cecil Patterson H.Lin Riley, Jr, Steve Rasmussen Steve Thompson Max G. Morton R. Page Riley David Edd Satterfield Michael A. Teem. Ritchie L. Trammell Kevin. Waldroup Chairman & Chief Executive Officer President & Clllef Operations Officer Executive Vice President, CFO &Treasurer Vice Chairman & Vice President ~ Real Estate & Corporate Development Senior Vice President &, Corporate Secretary Senior Vice President Senior Vice President Senior Vice President Senior Vice President Vice President ~ Florida Heavy Division Vice President - Florida. Clearing Division Vice President - Contract Administration Vice President Vice President Vice President Vice President Vice President - Information and Technology Vice President - Safety & Risk Management Vice President Vice President Asat. Vice President Asst. Vice President Asst. Vice President Asst. Vice President each of whom is currently serving in the capacity to which elected. NAME OF COMPANY: PHYSICAL ADDRESS: MAIL ADDRESS: PHILlJifS A JORDAN, INC. "Ji WILBANKS ROAD KNOXVILLE, TN 37911 (165) 6SW342 P.O. BOX S29SO KNOXVILLE, TN J795f..Z6S@ <8'5) ~2 (865) 688..ft36!l TELEPHONE NUMBER: FAX NUMBER: DATE OF INCORPORATION: STATE OF INCORPORATION: AUGUST 4, 1"' NORTH CAROLINA FEDEML m NUMBER: SALES 'I' AX NUMBER: ~!J4573 NOT TAX EXEMPT OFFICERS: W. T. PHILLIPS, Sa. BEN a. 'fUR.NER J. "A TltJ.CK MCMULLEN CONNIE NICHOLS CHAIRMAN &: CEO PRESIDENT VlCE-PRiSmENT, CFO, 81 TREASIJIlER VlCE-m.ESmENT &; SECRETARY ACCOUNTS rA'VA-OLE CONTACT: CATHY nOlUTA - DID Sis..:U,.,7333 BANK: BANK CONTACT: BANK ONE, KENTUCKY, NA MAIL COilE Kn-1D3G 201 EAST MAJ:N STREET - 4T!! FLOOR LEXINGTON, KY 405t7 LONNA 'fA VLOR (859) 131.2$01 CUDIT REFERENCE: DUN &: I~TNO. oo.-J84.QJ6. M'fBNG 5,u BONDING COMPA~: TRAVELERS CASUALTY AND SURElY COMPANY OF AMERiCA ONE roWOSQVAU HARTFORD, cr 06133 AGENT: SURETY AGENCY, LLC 21 8.SnUCE ST.. PENTHOUSE sm:n: ASHEVILLE, NC 18Ml..J'7J4 f'VRCHASE ORDER NUMBERS ARE UQ'lllUD ON ALL BILUNC8. IF ANY EMPLOYEE OF mILLIPS &. JORIM.N. me. SUBMITS AN ORDER TO YOU WITHOUT A PURCHASE CROD NUMBER. YOU ARE AUTHOIUZED TO UFUSE THE ORDER. ALL INVOICES MUST BA VE A PURCHASE ORDER NUMBER ON IT OR PAYMENT CAN POssmL Y BE DELA'RD, tStVIPMW COMI'ANJ.~ OREG01Y POOlE P.O. BOX 6MS1 CH.ARLOTrE. NC 2826il {91~ 82s-064t CAROUNA TRACTOR 1'.0. aox 7S0$4 CHARLOTTe. NC 23275-0054 (800) 271.7511 CARTER MActUNERy 00.. INC 8361IUCHFOOD ROAD MECHANlCSViLU!, VA 231 i! (300) 168.5300 YANCE't BROS. 00. DRAWER CS 193157 ATLANTA. OA 300844751 (404) 941.noo BLANCHAR.D MACHiNERY 00. 31'1 CHAJU.ESTON HWY. WEST COUJMBIA, SC 291'12 (303) m.noo STOWERS MACHINERY rou. P.O. BOX 14802 KNOX'W..LE, 'IN 31914 (I6S) $46.1414 lUNOHAVEll EQUIPMENT 00. P.O. BOX 30169 TAMPA,f!:.. 33630-3169 (8 U) 611.3'100 THOMPSON TAACT~ 00, P.O. BOX 10361 BIRMINGHAM, AL 35202 (205) 3414601 UJEL Sp'fUER OCQUAUTY LUBRICANTS P.O. BOX 4304 MACON. GA 3!20S (912) 738-3900 TfU.coUNTY ou. SVC. 1".0. BOX J2237 . KNOxvtlLE,1N ~79i2 (865) 9384567 SMml' BROS. ou. P. O. OOX u.:w BARTOW. FL 33831 (94i)$33.Jl~ DUMAS OIL P.O.OOX 1296 OOLJ.>S8ORO, NC 21$33 (919) m..c,m VETERANS 011. 2010 HWY. I so BESSEMEJ., AL 35m (205}114-4400 MAn:RIALSUfPU~ VULCANMA~ p.o. BOX ., KNOXVlU.E, m 31901 (865)S77~Si 1 MAkTIN MARiETI A AOOR. P. O. BOX 15323 CtlAll.1...Q'l'T Me :an?s {706} 36tJ.1162 HOOHES SUPPLY P.O. BOX 102188 A TLA.'lT It. QA 30368 401.298-7033 J:NGINURING SUPPLIES KNOXVILLE. BLUE PRINT lit SUPPLIES P.O. BOX J293 KNOXVIllE, m 3'1921-3293 (865) 52~ FLOfUOA LEVEL A 1"RANSIT 809~DlUVE FT. LAooER1)A1.E, fl. 33J<l4 (305)763.5300 . MISC. SUPf'UtR. BATEY&S~, INC. 1',0. BOX 16$3 GADSDEN. AI.. 3m2 {2~)~H49i DEA!.ER SERVICE 00. 915 N. CHEIlAY snwrr KNOXVIUE. TN 37917 (865) 525-0421 PETER.8I.LT OF KNQXVU.LE P.O. BOX 6317 KNOXVILLE, TN 31914 (365) S4US33 Tag Si,lfPUER FREE SERVICE TIRE 00. P. O. BOX 1631 JOHNSON erN. TN 31605 (423)92U475 NAPA Atm) PM1'S-VADl P.O. 00)(2441 NORCROSS, OA 30091 (&00) B24-S424 C&J AUTO 'ARU P.O, BOX 398 ROB~INSVlLLE. 'He :D711 {S28}4~ Surety Agen~, LLC 20 South Spruce Street. SUite 301 Asheville, N. C. 28801 Phone: 828-236-1000 Fax: 828-236-1001 Emait kbeard@pandj.oom April 15, 2005 To Whom It May Concern RE: Phillips and Jordan, Incorporated It is a pleasure to confinn our association and surety credit relationship. We consider Phillips and Jordan. Inc. and the management team true professionals in the field of general contracting. Operations are conducted with fiscal responsibility, proficient technical and managerial skills and ethics of the highest caliber. The Phillips and Jordan, Inc. team consists of dedicated professionals committed to quality construction, with broad experience, and high integrity. The Travelers Casualty and Surety Company of America, having a relationship with Phillips and Jordan, Inc. since 1985, has conducted a careful underwriting review to establish surety credit parameters on a yearly basis. Performance and Payment Bond parameters exceed $85,000,000 single project and $300,000,000 working program. Travelers Casualty and Surety Company of America has always responded favorably to any bond needs of Phillips and Jordan, Inc. and anticipates no difficulty continuing this service in whatever instance that might be required. Naturally, we would expect the execution of any final bonds to be subject to nonnal underwriting procedures. such as but not limited to, review of the final contract documents, conditions, bond fonns and project financing at the time of each request. If we can provide any further assistance, please do not hesitate to call upon us. Very truly yours, &~~ Agent CHASE 0 May 16, 2006 Re: Phillips & Jordan, Inc. 6621 Willbanks Road Knoxville, TN 37912 To Whom it May Concern: Phillips &Jordan, Inc. ("P&J") has been a highly valued client of JPMorgan Chase Bank ("Chase") for more than five years. In addition to routine working capital and equipment financing, Chase has provided over the last five years, disaster and debris removal project financing of up to $100,000,000. All terms and conditions have been handled by P&J, as agreed. All depository relationships here with P&J are also considered highly satisfactory with no NSF's. Sincerely, Don Hellmann Senior Vice President (859) 231- 2794 jPMorgan Chase Bank. N.A" Middle Market Banking. KY2-1322, 201 East Main Street, Lexington, KY40507 Telephone: 859 231 2794 . Facsimile: 859231 2208 .Cellular: 859221 9539 donaid.c.heU mann @cha~c,com BRENT W ARR A/avo I' 'YILLIAM \V. POWELL P.E. Dirf.?ctor c;FE'llgineering ENGINEERING m~PARTi\lENT 4050 Hewes A venue TvlissisSlppi 39507 'feJ;"phone (228) 868-5815 Fax (228) 868-5822 April 7, 2006 To \Vhom It !VIay Concern: On August 29,2005 our City was hit head-on by Hunicane Katrina, one of the worst natural disasters in U, S. history. The destruction was widespread and catastrophic Phillips and Jordan was one oUhe initial contractors retained by the City for street clearing/debris hauling. They mobilized immediately with a large inventory of equipment and trucks, clearing more streets and moving more debris than all other contractors during the initial short-teml contract. When the City-wide debris contract was bid, Phillips and Jordan submitted the low bid. Again, the Company responded immediately with vast resources, including heavy equipment, trucks, manpower, technical support and management expertise to address the emergency situation. I have found Phi11ips and Jordan's management to be always accessible, highly credible and very responsive to the numerous and varied problems that have arisen during the debris operations. My entire staff and I have been very please with their commitment and efficiency in moving more than 2,000,000 cubrc yards of debris, both vegetative and construction and demolition, from the City of Gulfport. Phillips and Jordan has a detailed working knowledge ofFEMA rules, policies and documentation. They are also very experienced in working with all State and Federal agencies having jurisdiction, as well as with elected officials We in the City of Gulfport have been very pleased with the perfom1ance of this Company and can, without reservation, recommend Phillips and Jordan to other municipalities facing similar problems, I would like to particularly cOlnmendML Dudley Orr and Mr. Brian Howle of Phillips and Jordan on this project. Their leadership, commitment and dedication to solving the debris-related problems in the aflennath of this catastrophe has proved invaluable to the recovery of this community, and speaks well of both themselves and Phillips and Jordan. If additional inforrnation is needed, please call me at 228-868-5816. SincereIV.. j~. /// ... ) ~~ 1;~ Jff~r~' William W. Powell, P.E. Director of Engineering City of GuJfport, Mississippi WP/cb .10 Whom $ '" ,com Past Penormance Inee DEBRIS Phillips and Jordan has decades of disaster debris management experience. We performed our first disaster recovery project in 1977, since then we have been tasked to provide our services following a wide range of disasters including everything from coal slurry clean up to animal carcass incineration. Our experiences include involvement in recovery efforts following some of the nation's largest disasters. We offer a proven management plan and a disaster recovery team with years of experience and knowledge. In addition, we have the resources and equipment to successfully complete even the most daunting of disaster recovery projects. As a large, established, national company with multiple construction related focuses you will have the assurance that when you need us, we will be there for you. Phillips and Jordan has a history of conducting very efficient debris management operations_ Following Hurricane Andrew in 1992, P&J forces removed nearly 600,000 cubic yards of debris from the right-of-way within the first two weeks and hauled over 1,300,000 ton of debris to a landfill 65 miles away within 84 days. Following Hurricane Fran in 1996, P&J removed more than 1,500,000 cubic yards of debris from the right-of-way within 90 days and completed the reduction of nearly 7,000,000 cubic yards of debris in l50 days. Following the terrorist attacks on September 11, 2001, P&J managed the Staten Island Landfill where debris from the World Trade Center Complex was taken. Over the course of this Forensic Recovery/Debris Disposal operation, which lasted 321 days, 1,462,000 tons of debris were received and processed, over 55,000 pieces of evidence and 4,257 body parts were recovered, and 209 victims were positively identified. Phillips and Jordan, Inc. was awarded tile Year the U.S. 20(12 for our work at Staten Island. The broad range of our experience is not easily found in other companies. The knowledge and expertise that we have gained from past projects, both disaster recovery and construction, give us an edge in gaining full speed as rapidly as possible, managing a safe and successful project, and working nonstop until the mission is complete. One trademark of Phillips and Jordan has always been our ability to mobilize substantial numbers of men and equipment to distant and often remote sites, and to perform at a high level of competency for extended periods oftime. Our crews are accustomed to working seven days a week for periods of up to eight weeks without a break. Add to that our strong financial base, the substantial amount of resources and equipment at our disposal, and our vast degree of knowledge and expertise and it gives us the ability to successfully take on and complete the most daunting of disaster recovery projects. We have extensive experience and expertise in the establishment and operation of multiple Temporary Debris Storage and Reduction Sites (TDSRS). Reduction methods at these sites have included grinding and burning utilizing air curtain pit burning and air curtain incinerator boxes. We Phllllps & JonjaD, 1m:. Disaster <<!'('{lvery Group YfJ-i:3'~&~~t~~ru~j;~~E~ Il1c> have managed up to fourteen (14) TOSRS sites at one time, with burning and grinding/chipping areas, and debris deposit (no reduction) included. Our experience also includes sand screening and the collection and incineration of animal carcasses. P&J is a national leader in the disposal of mass quantities of animal carcasses resulting from natural disasters as well as epizootic outbreaks. Our TDSRS sites are always operated with strict adherence to all local, State, and Federal regulations. Please see the Disaster Recovery Project Anatomies in Additional Information. These provide detailed information on our efforts following Hurricane Andrew, Hurricane Fran, and the 2001 World Trade Center Attack. Also please refer to page I of the Operational Plan for an operational outline. The following are a selection of projects performed by P&J. They are listed in reverse chronological order to present the most recent experience first. Reference information is included with project descriptions. At the time of this proposal submittal, P&J continues to be engaged in many debris management operations in Alabama, Louisiana, and Florida as a result of three (3) major hurricanes making landfall during the 2005 Hurricane Season. Listed below is a partial capture of work performed. Lafayette Parish* Removed and disposed of over 134,000 cy of debris in 160 days. Jeff Oliver, Street Superintendent 318-291-5691 ADen Parish* Removed and disposed of over 49,000 cy of debris in 78 days. Greg Mahaffey, Road Superintendent 337 -639-4328 Jefferson Davis Parish* Removed and clisposed of over 68,000 cy of debris in 87 days. Donald Woods, President of Jefferson Davis Parish Police Jury 337-824-6290 Cameron Parisb* *These Parishes had originally been assigned to another USACE ACI Contractor. When the Corps learned that this firm could not perform this work, the Corps looked to P&J to step in and complete timely disaster debris operations. Bayou La Batre Managed 16,410 cy of debris. &; Inc, Disaster Disaster & Inc. New Orleans P&J has been assigned a large portion of the City of New Orleans. Many tasks have been assigned, and work is currently in progress. This work is being performed under our ACI contract with the US Army Corps of Engineers. To date we have hauled over 4.4 million CY of debris and removed over 300,000 White Goods. Our ACI contract with the US Army Corps of Engineers for the State of Alabama was activated, and the following work performed. P&1 was the only firm operating as a prime contractor for the entire State. Location Unincorporated Mobile County City of Mobile City of Prichard City of Saraland City of Gulf Shores City of Satsuma City of Creola City of Mount Vernon City of Dauphin Island Choctaw County and all incorporated locations Sumter County and all incorporated locations Total debris managed in Alabama, to date Volume of Debris Managed 817,628 cy 90,400 cy 67,276 cy 43,327 cy 12,799 cy 28,037 cy 6,516 cy 3,839 cy 18,543 cy 24,292 cy 13,024 cy 1,776,986 cy In addition, a total of 164,370 cy of sand was removed from public property and rights-of-way, screened to remove debris, and placed back on the beaches on in Dauphin Island and Gulf Shores. Collier County: Provided thirty (30),50 kw mobile generators and 15 Vacuum Trucks to the Sanitary Sewer Division of the Department of Public Utilities to support the continued operation of the sanitary sewer collection system during power outage and restoration periods caused by the hurricane landfall in Collier County. Approximate cost: $1,400,000. Reference Contact: George Yilmaz, PhD, P.E. telephone: 239-289-9685 City of Coral Springs: Removed, mulched, and hauled to final disposal approximate 600,000 cy of vegetative and C&D debris. Also, ground and removed stumps. Approximate cost: $10,000,000. Reference Contact: Don R Saunders; telephone: 954-344-1165 Please see the Letter of Commendation/Reference contained in the "Additional Information" tab. Debris removal, reduction and disposal operations were also conducted in the following locations: Solid Waste Authority of Palm Beach County, Inc. City of South Bay City of Atlantis City of Pahokee City of Boynton Beach Highland Beach City of Weston Town of South Palm Beach City of Lantana Phillips & Jordan, Inc i)isaster KC1:HVery :i\l!..TI'~.n::mf!1.~mjl & Inc, Information concerning the quantities, and dollar cost of work performed in these areas continues to be compiled. Local Responding to the widespread damage caused by four (4) hurricanes impacting Florida, Alabama, North Carolina, and several other states, we performed debris removal, reduction, recycling/reuse, and disposal operations for 25 separate client jurisdictions in three states. Following the impact of Hurricane Ivan on the Alabama coast, our pre-positioned disaster debris management contract with the U.S. Army Corps of Engineers (USACE) was activated. In addition to debris removal and disposal, we also demolished houses, removed sand from the roadways on Dauphin Island, screened debris from the sand, and placed the sand back on the oceanfront Brunswick County Removed and disposed of 18, 731 cy of vegetative debris using 7 trucks over a 46 day period. Removed 599 truckloads of debris via a pre-event contract. Isle of Palms Using 26 trucks over a 5 day period, we gathered, loaded, hauled and disposed of 5,274 cy of vegetative debris. This required 170 truckloads. Town of Mount Pleasant Removed and disposed of 31, 763 cy of vegetative debris over a 13 day period using 29 trucks. This effort required 1,149 truckloads. City of Atlantis 12,672 cy of vegetative debris 7 trucks 46 days 599 truckloads Mo Thornton, City Manager 260 Orange Tree Drive Atlantis, FL 33462-1193 Office: 561-965-1744 City of Boynton Beach 63,701 cy of vegetative debris 1,738 cy ofC&D debris 78 trucks 29 days Larry Quinn, Solid Waste Manager P.O. Box 310 Boynton Beach, FL 33425 Office: 561-742-6320 Brevard County - Beach Restoration Hauled beach quality sand from 3 separate pits, dumped and placed it on the beach 127,373 cy 6,214 truckloads 157 trucks 34 days City of Clearwater 26,984 cy of vegetative debris 707 truckloads 23 trucks 23 days & IilL Disaster ioe, City of Daytona Beach 205,204 cy f vegetative debris 4.112 cy ofC&D debris 64 stumps 5,601 truckloads 3 trucks 46 days Ken Reson Public Works Building 950 Belleview Avenue Daytona Beach, FL 32114 Office: 386~671-8226 City of Largo 27,625 cy of vegetative debris 16,939 cy of C&D debris 679 truckloads 16 trucks 10 days Chris Kubala, Director of Public Works Largo, FL 33779-0296 Office: 727-587-6741 City of Orlando 1,157 cy ofleaners & hangers 37,215 cy of mulch 1,825 other debris 732 stumps 72,868 cy of vegetative debris 3,210 truckloads 75 trucks 112 days City of Soutb Bay 571 cy of leaners & hangers 5,270 cy of vegetative debris 244 truckloads 22 trucks 14 days PhHlips 5; Jordan, lac Disaster Recovery Group City of Dunedin 26,024 cy of vegetative debris 791 truckloads 53 trucks 31 days City of New Smyrna Beach 1,229 cy of leaners & hangers 48,435 cy of mulch 134,906 cy of vegetative debris 5,404 truckloads 123 trucks days Ron Wilsback 124 Industrial Park Avenue New Smyrna, Florida 32168 Office: 386-424-2209 City of Pahokee 7,678 cy of C&D debris 31,110 cy of vegetative debris 1,407 truckloads 48 trucks 43 days Lilly Lattimore, City Manager 171 North Lake Avenue Pahokee, FL 33476 Office: 561-924-5534 ext. 35 City of Weston 9,570 cy of vegetative debris 251 truckloads 10 trucks 6 days Paul Winkeljohn, Ass't City Manager iYiYTI'JlgIltli&Qgl !I1C" PineIIas County 11,118 cy of mulch 4,333 other debris 312,050 cy of vegetative debris 9,455 truckloads 241 trucks 67 days Town of Lantana 1, 111 cy of C&D debris 14,826 cy of vegetative debris 490 truckloads 36 trucks 26 days Town of South Palm Beach 221 cy of vegetative debris 7 truckloads 3 trucks 2 days Okeechobee 23,028 cy of C&D debris 377 stumps 141,801 cy of vegetative debris 6,918 truckloads 73 trucks 66 days 2500 Weston Road, Suite 101 Weston, FL 33331 Solid Waste Authority of Palm Beach County 113,298 cy of C&D debris 771,996 cy of mulch 90,409 cy of other debris 409 stumps 836,581 cy of vegetative debris 38,384 truckloads 708 trucks 195 days Operated and managed ] 3 Temporary Debris Storage and Reduction Sites that were also open to the public and other contractors working in the area Town of Palm Beach 47,266 cy of mulch 73,3] 7 cy of vegetative debris 2,458 truckloads 56 trucks 37 days Gulf Breeze - subcontractor to JB Coxwell Construction, Inc. 8,932 cy of vegetative debris 744 truckloads 54 trucks 6 days Florida Department of Transportation - subcontractor to JB Coxwell Construction, Inc. Cleared debris from interstate highways and other Federal-aide roadways 186,846 cy of C&D debris 353,473 cy of mulch 6,762 stumps 1,776,299 cy of vegetative debris 53,278 truckloads 668 trucks 165 days &: IUL Disaster Inc, Baldwin County 25,942 cy of vegetative debris 211 truckloads 21 trucks 12 days US Army Corps of Engineers ACI Contract for the State of Alabama Jurisdictions served: City of Mobile Town of Atmore City of Greenville City of Flomaton Clarke County Town of East Brewton Greenville Cemetery Mobile County Escambia County Baldwin County City of Opp Dauphin Island Town of Fort Deposit 248,191 cy of C&D debris 12,758 cy of other debris 183,165 stumps 2,864,060 cy of vegetative debris 99,753 truckloads 1,623 trucks 143 days Contract Amount: $55,000,000.00 25 separate clients; 37 separate locations 603,512 cy of C&D debris 2,386 cy of leaners & hangers 1,269,501 cy of mulch 109,325 cy of other debris 318,883 stumps 6,725,731 cy of vegetative debris 240,061 truckloads Total of 9,029,338 cy of debris 2003 - Isabel On September 18, 2003, Hurricane Isabel battered the coasts of Virginia and North Carolina with winds in excess of 100 mph and accompanied by heavy rains. Trees were uprooted, homes were flooded, and power lines were destroyed, leaving over 1.5 million people without power in Virginia. Within 48 hours, Phillips and Jordan, Inc. had been issued rhm~ps &: Jordan, Inc Disaster Recover:' 1:LlT1:!"oPJ!)}-,ij,f1)JIl im:::~ contracts for debris removal in the Virginia cities of Richmond and Chesapeake; these were soon followed by Portsmouth, Franklin, and Virginia Beach. Additionally, we were tasked with the cleanup of the canals and outfall ditches in Newport News, Virginia. Upon completion, we had collected and disposed of over 1,000,000 cubic yards of debris in these areas. Virginia City of Chesapeake - ($6,781.780) Bob Morisette. Public Works 757-382-6272 Surry County - ($600,000) Terry D. Lewis, County Administrator 757-294-5271 City ofPortsmoutb - ($5,981,630) Dr. L. Pettis Patton 757-483-4936 City of Virginia Beach - ($2,500,146) Daniel S. Kiley, Public Works Operations Management 757-563-1502 2003 - On May 4, 2003, tornadoes struck Missouri and Tennessee, leaving heavy damage in their wake. Phillips and Jordan, Inc. received contracts in Jackson, Tennessee (with Dement Construction) and in Pierce City and Carl Junction, Missouri for the debris cleanup. Our services consisted of demolition of damaged structures, debris removal, debris reduction, and debris disposal for over 500,000 cubic yards of debris. Pierce City, MO David Compton Pierce City 417.476.2323 Project Total: $727,000 Ice Clean UPl of ami On December 4, 2002 one of the largest ice storms to ever hit the southeastern United States struck North and South Carolina. We were immediately contacted to participate in the clean up. Separate contracts were drawn on behalf of the City of Raleigh and the North Carolina Department of Transportation for the clean up of Wake County. Clean up started on December 11,2002 and continued until April of 2003. Once completed we had collected over 618,000 cy. of debris in the County as well as over 781,000 cy. in the City. Along with these contracts we were also tasked to manage two Temporary Debris Storage and & inc. Disaster Inc, Reduction Sites (TDSRS) and the disposal operations for the County. All contractor and City trucks dumped debris at these two sites, once debris hit the ground we performed grinding operations to reduce the amount of debris we had to handle. After the debris was ground all residual grindings were trucked away for secondary use as green fuel for cogeneration plants in North Carolina and Virginia. Wake County also contracted with P&J to erect a TDSRS in the town of Wake Forest. This site took debris being hauled by County trucks as well as other towns within Wake County. Over 80,000 cy were collected, ground, and trucked away for secondary use. Clean and Nortb Responded in less than 72 hours. Collected over 618,000 cy in the city and 781,000 in the county in 120 days. Debris Removal, City of Raleigh, NC - ($3,524,085) City of Raleigh Department of Transportation Jimmie L. Beckom, Director 222 West Hargett Street Raleigh, North Carolina 27602 919.890.3430 Debris Removal, NCDOT, Wake County, NC - ($4,423,909) North Carolina Department of Transportation Brandon Jones, District Engineer 4009 District Drive Raleigh, North Carolina 27607 919.733.2814 Debris Reduction Site Management and Disposal, City of Raleigh, NC - ($1,286,790) City of Raleigh Solid Waste Services Gerrald Latta, Director 400 West Peace Street Raleigh, North Carolina 27602 919.831.6890 The beaches in Naples, FL were eroded as a result of the late summer Tropical 8tonn Gabrielle. During the height of the tourist season (early Spring) we hauled, placed, and graded 12,000 tons of manufactured sand to replenish the beachfront. 2002 ~ Clean m and Oklahoma In late January a severe ice stonn caused damage of sufficient severity to warrant a Presidential Disaster Declaration in Kansas, Oklahoma, Phimps &: Jordan, Disaster Recoyery !2'\.yyy:.w,mlj~{;m}1 Inc, and Missouri. We provided simultaneous debris removal, reduction, and disposal services along with audit quality documentation to five communities in two states. 2002 ~ Lm On October 3, 2002, Hurricane Lili struck the Louisiana coast with 100 mph winds, snapping trees, knocking out power, and flooding homes. We received contracts in Terrebone Parish, S1. Mary's Parish, S1. Landry's Parish, and the County of Opelousas following this storm. We provided debris removal, reduction, and disposal services in these areas, along with demolition in S1. Mary's Parish. Upon completion, we had collected and disposed of over 400,000 cubic yards of debris. Carcass After the USDA Animal and Plant Health Inspection Service, Veterinary Services Division (APHIS) quantified the magnitude of the epizootic outbreak of avian influenza in the Shenandoah Valley of Virginia, we immediately responded to their emergency request for mobile air curtain incinerators. Within thirty-six hours of notification we had two incinerators in operation. When the USDA-APHIS staff saw the effectiveness of the effort, we were asked to provide two additional burners. We placed a total of five burners on the site so four could remain in operation non-stop, while one was being cooled and cleaned in cycle. United States Department of Agriculture, Animal & Plant Health Inspection Service Robert E. Southall, Jr, DVM 615.781.5310 Project Total: $953,455 2002 - Amtrak Train Wreck In support of the investigation of the derailment of an Amtrak passenger train, and restoration of CSX railroad services, we provided one of our Mobile Command and Communication trailers to the wreck site. Our Geomatic Services Division also provided laser scanning services to the CSX and National Transportation Safety Board investigators. The scans rendered three-dimensional images of the train wreck with a 2 to 6 millimeter margin of error. 2001 ~ Center Forensic Landfill The September 11,2001 terrorist attack on the World Trade Center towers in New York County produced the most complex debris field in the Nation's history. FEMA tasked the O.S. Army Corps of Engineers with Strategic planning for both debris removal and disposal operations. As their Advanced Contracting Initiative (ACI) Contractor for Debris Management, the Corps in turn tasked us with: strategic planning for debris removal and disposal; monitoring activity at the World Trade Center site (Ground Zero); development of a back-up plan for Ground Zero; and monitoring activity at the Staten Island Landfill where the debris was being hauled. A few days after this initial tasking, the New York County Office of Emergency Management requested that FEMA task the Corps with activation of its ACI Debris Management Contract for & Disaster IDe. lnc~ management of the debris disposal operations. The Corps in turn tasked us with the management of the Forensic Recovery Operation at the Staten Island LandfilL Management of the operation involved the coordination of 16 government agencies and 4 subcontractors. When we took over the operation the Landfill was processing about 1,750 tons of debris per day. At the peak, we had increased that number almost 10 times to over 17,000 tons per day. We were also tasked with the creation, implementation, and management of a Site Specific Health and Safety Plan for the operation. We had over 43,600 people go through the Site Specific Indoctrination. Over the course of this intensive 321-day project over 1.7 million man-hours had been worked and there was only one very minor lost-time accident. At the close of the project the Landfill had received and processed over 1,462,000 tons of debris, over 55,000 discrete pieces of evidence had been found, 4,257 body parts had been recovered, and 209 victims had been positively identified. In excess of 1.7 million man-hours had been worked with only one lost time accident. Nearly 15,000 workers had been processed through the Personal Protective Equipment process. In December 2003, the USACE awarded P&J it's Civil Works Construction Contractor of the Year 2002 for the exceptional performance and true partnering spirit with which we undertook this tasking. Reference: Tom Harnedy United States Army Corps of Engineers 26 Federal Building CENAN-CT Room 2139 Construction Division New York, New York 10278-0090. Contract Amount: In excess of $65,000,000.00. 2001 - Following severe mid-summer flooding in West Virginia, we provided disaster response and recovery services for State and Federal agencies, including the West Virginia Department of Transportation and the USDA National Resource Conservation Service. Phillips 3; Jordan, fur. Disaster Retny!:ry Gnmp jIyt2!~,:I!Jf~~t~j ,caUJ 2001 - Clean in and Texas Devastating winter ice storms struck the central part of the country downing power lines and breaking tree limbs. We quickly mobilized crews and equipment which provided vegetative debris removal, reduction, and disposal services totaling over 2,500,000 cubic yards to four counties, six cities, and one state park simultaneously. City of North Little Rock Bob Ward P.O. Box 5757 North Little Rock, Arkansas 72119 Telephone: (501) 340-5362 Two separate projects were performed on an hourly rate basis: 1. Project Total: $81,502.50 2. Project Total: $297,546.25 Hempstead County J udge Wallace Martin P.O. Box 1420 Hope, Arkansas 71802-1420 1,113,368 cubic yards of debris were removed from the public tights-of-way, reduced in volume, and disposed of. Project Total: $9,975,77738 City of Texarkana Phillip M. Ball, P.E. Department of Public Works P.O. Box 1967 Texarkana, Texas 75504 Telephone: (903) 7998-3948 Vegetative debris removal, volume reduction, ad disposal were performed on an hourly rate basis for 196.5 hours. Project Total: $22,597.50 Cass County, OK Charles McDaniel 903.756.5181 Project Total: $1,689,927 Haskell County, OK Sam Cole 202 East Main Street Stigler, Oklahoma 74462 Project Total: $3,872,050 &: hie Disaster Inc, McIntosh County, OK J.D. Williams 918.689.4686 Project Total: $6,853,511 - Cmd ami The AT Massey Coal Company's Inez, Kentucky mine experienced the major failure of a wash water/sludge holding pond in mid- September. Shortly after the disaster we were contacted and requested to provide strategic planning for stopping the flow of sludge and restoring the creeks that were impacted. P&J was tasked with overseeing the implementation of check dams, floating booms, and the creation of stabilization ponds. We remained onsite with equipment and personnel throughout the cleanup of the creeks and streams that were impacted. Martin County Coal Corporation Inez, KY Dennis K Hatfield, President 606-395-688] ,Project Total: $590,971 2000 - Storm Clean iimd North Carolina 2000- Residual Clean - under contract to the North Carolina Department of Agriculture for carcass collection and disposal in Greene, Jones, and Duplin Counties, North Carolina 1999 ~ Hurricane Irene Debris Removal: Solid Waste oLPalm BeachFL and FL - involved private property debris removal requiring R-O-E permits Debris Removal - City of Wilmington and the surrounding county of New Hanover, North Carolina 1997 - 40 Slide - Interstate 40; North Carolina Department of Transportation 1996 - Fnm Debris Removal and Reduction North Carolina Department of Transportation and the U.S. Army Corps of Engineers Debris Removal - Hurricane Opal hit the Gulf Coast and spawned !'hHlJps Ii J nnJllu, Int. 'W}"Y-LItli~!!Jj&\liB Disaster R",^xwery Inc" tornadoes as far north as Atlanta. The Robert Trent Jones Golf Trail course near Opelika, Alabama had over 4,000 Stately Pines down across 54 holes of golf, completely shutting down the courses during a peak period. With a French-Canadian chainsaw force brought in from a power line project in Mississippi, and aerial lift helicopters from around the South East, we cleared over 300 acres of downed timber in less than 3 weeks. The golf course was out of operation for less than 6 weeks. Florida Oil dump trucks in 72 hours. Working 7 days a week, beach in 16 days. - Mobilized 49 pieces of equipment and 133. 14 hours per day, we cleaned over 5 miles of 1992 ~ Andrew - One of six contractors ("The Big 6") to perform a cost-plus-fee emergency contract for the removal of storm generated debris. Mobilizing in less than 24 hours, employing in excess of 1,600 workers, and managing over 750 dump trucks, we loaded and hauled over 4,000,000 cy. of debris from the streets and completed the chipping and grinding of almost 400,000 cy. of debris all in under 90 days. This project involved the demolition of structures as well as the collection and disposal of hazardous materials. On a separate, competitive bid contract, we loaded and hauled over 1,300,000 tons of storm debris from Dade County to a landfill in Broward County, some 65 miles away. This contract required us to move 25,000 tons each day. Working around the clock, and employing some 475 dump trucks, this requirement was achieved and work was completed in 84 days. - Johns Island, South Carolina 1977 - North - Following the severe rainfall event of November 1977, that devastated the Toe RiveT basin of western North Carolina, we mobilized massive forces to restore roads and bridges to several communities. Utilizing subcontractors and our own forces, we worked around the clock, 7 days a week for several weeks. These contracts were administered by the U.S. Army Corps of Engineers and the North Carolina Department of Transportation. & Inc. Disaster Debris Removal et Removed and disposed of debris identified by the USACE in Mobile Bay, Dog River, and Fowl River as a result of Hurricane Katrina. The work was performed using a large barge with side scan sonar, track hoe, push boat, small boat and hand labor. Debris was off-loaded at staging areas where it was loaded and trucked to an approved landfill for disposaL Contract Amount: Not finalized at this time Reference: Eddie Solesbee (retired) Telephone: 706-302-6003 Gulf State Park I - Located debris using barge mounted sonar. Removed and disposed of debris from 4,500 acres of residential canals, fresh water lakes and swimming areas. Removed and disposed of debris from 1,425 acres of the Intercoastal Waterway. Work was performed using various sizes and types of barges with side scan sonar, small boats and hand labor. Environmentally sensitive areas were identified and debris was removed in a safe manner. Debris was off-loaded at staging areas where it was loaded and trucked to an approved landfill for disposal. Contract Amount: $ 1,967,815 Reference: Terry Boyd Telephone: 334-242-3836 Gulf State Park II - Located, removed and disposed of debris from 780 acres of fresh water lakes, and removed and disposed of debris from 620 acres of marshland. Work was performed using small barges with side scan sonar and hand labor. Environmentally sensitive areas were identified and debris was removed in a safe manner. Debris was off- loaded at staging areas where it was loaded and trucked to an approved landfill for disposaL Contract Amount: $ 707,370 Reference: Terry Boyd Telephone: 334-242-3836 Phin~ps & Jordan, lne, Disaster C}-roup YL~YYL2':JJlili:E~QlU Debris Removal PerdidolLillian Areas of Alabama - Cleared and disposed of debris from 414 acres of waterway. Work included removal and disposal of several boats including a 60 foot, triple deck boat in the Perdido River. Work was performed using a 50 foot barge with a deck mounted crane, a small barge with side scan sonar, and hand labor. Environmentally sensitive areas were identified and debris was removed in a safe manner. Debris was off-loaded at staging areas where it was loaded and trucked to an approved landfill for disposaL Contract Amount: $ 258,650 Reference: Terry Boyd Telephone: 334-242-3836 Mississippi Sound, South of Bayou Ie Batre - Located, removed, and disposed of debris from 18,927 acres of Mississippi Sound using small barges with side scan sonar, local shrimp boats, large barges, and hand labor. Environmentally sensitive areas were identified and debris was removed in a safe manor. Debris was off-loaded at a staging area where it was loaded and trucked to an approved landfill for disposal. Contract Amount: $ 4,069,305 Reference: T eITY Boyd Telephone: 334-242-3836 Located, removed and disposed of debris from streams and canals throughout southern Louisiana. Over growth vegetation was cut out and removed to open the ditch beds. Work was performed using various sizes and types of barges, small boats, chain saws and hand labor. Debris was moved to staging areas where it was trucked to an approved landfill for disposal. Reference: Charles Phillips Telephone: 318-473-7751 Ph~nips & Jordan, Y!:~~\}~!'::lt~,JJ?lTI Recover): Phillips & Jordan, Inc. Disaster Recovery Services for Marine Vesse) and Debris Removal, Post Hurricane Wilma, Monroe County, Florida References Mr. Terry Boyd Chief Alabama Dept. of Conservation & Natural Resources (334) 242-3836 Mr. Eddie Sosebee Area Engineer; Hurricane Katrina Debris Mission, Alabama United States Army Corp of Engineers: Retired (706) 302-6003 Mr. Mitch Kidd Engineer V olkert and Associates (251) 968-7551 Mr. Jim Bauer Inspector V olkert and Associates (251) 968-7551 Mr. Phillip West Coastal Resources Manager City of Orange Beach, Alabama (251) 981-2610 RANDY JORDAN Senior Vice President Mr. Jordan has been employed by Phillips and Jordan, Inc. since 1989. Experience: 2005 to Present ~ Senior Vice President. Phillips and Jordan, Inc. Mf. Jordan oversees multiple types of heavy civil, land clearing, and disaster recovery projects nationwide. 1994 to 2004 ~ Vice President. Phillips and Jordan, Inc. 1989 to 1993 - Estimator. Phillips and Jordan, Inc. 1987 to 1989 - Project Manager/Estimator. RobbinsviUe Contracting. Mr. Jordan worked on various heavy civil construction projects across the Eastern United States. 1983 to 1987 - Owner/Partner. Mountain Hardwoods. This was a small sawmill operation and trucking business. Education: Pellissippi State College - 1989-1990. Math and engineering courses. Tri-COWlty Community College - 1988. Real Estate License. Highway and Commercial Building License - 1989. r;J~~-~~---- I (;Co) PHIl.UPS & JORDAN, INc. (800)763-47181 oi saster.pandj.com w. DUDLEY ORR Vice President Mr. Orr has been employed by Phillips and Jordan, Inc. since 1995. Experience: 2005 to Present - Vice President. Phillips and Jordan, Inc. In addition to his duties as a Vice President of P&J, Mr. Orr also serves as an Operations Manager for disaster recovery projects 2002 to 2005 - Assistant Vice President. Phillips and Jordan, Inc. 1995 to 2002 - Estimator and Project Manager. Phillips and Jordan, Inc. Responsible for estimating construction cost for clearing projects; both private and public, and state Department of Transportation highway projects ranging in value from $20,000.00 to $26,000,000.00. This includes take-off of all items of work to be perfonned, contacting potential subcontractors, estimating production and cost, developing construction sequence and schedules and actual submission of bids. Items of work generally included clearing and grubbing, erosion control, chipping and/or grinding along with grading, drainage, stone base, fine grading and other items necessary to the completion of state highway projects. 1995 - Foreman - Robbinsville Contracting Co., Inc. Clearing and grubbing projects in state of Georgia. Education: Bachelor of Science in Civil Engineering, University of Tennessee, Knoxville, TN - 1996 10 Hr. OSHA Certification, First Aid Certification, CPR Certification nJl~~~n_~- i <c:.J PHiLLIPS & JORDAN, INC, ~ (BOO) 763-471 8 j clisaster.pandj.com ~ STEVE THOMPSON Vice President, Human Resources/Risk Management Mr. Thompson has been employed by Phillips and Jordan, Inc. since 1990. Experience: 2003 to Present ~ Vice President, Human Resources/Risk Management. Phillips and Jordan, Inc. 1998 to 2003 ~ Corporate Risk Manager/Human Resources Manager. Phillips and Jordan, Inc. Mr. Thompson is responsible for overall company health and safety performance. He develops and administers policies and procedures for controlling the company's risks and exposures including loss control principles concerning employee safety, property, equipment, fleet, environmental, and general liability. He is responsible for managing and monitoring all claims following an accident (work comp, auto, general liability, equipment, and property) as well as the review and investigation of all accidents along with the development of measurers to ensure their prevention. In addition, Mr. Thompson manages the company's Drug-Free Workplace Program, monitors safety activities of subcontractors, and is responsible for Corporate Insurance management and issues. 1994 to 1998 - Safety Manager. Phillips and Jordan, Inc. As Safety Manager, Mr. Thompson was responsible for inspecting all company projects on a monthly basis to ensure compliance with company environmental, health, and safety policies. He ensured that employees were current on all training and conducted training with supervisors. He investigated all accidents and followed-up with claims to ensure prompt resolution. He also monitored the Drug-Free Workplace Program to ensure compliance, managed the Fleet Safety and Aviation Safety Programs. 1992 to 1994 ~ Engineer's Assistant. Phillips and Jordan, Inc. 1990 to 1992 ~ Laborer/Pipe layer/Equipment Operator. Phillips and Jordan~ Inc. Education and Training: Bachelor of Arts, University of Tennessee, Knoxville, TN - 1992. 40 HR. HAZWOPER (Hazardous Waste Operations), D.O.R GERT (Core Radiological Training), D.O.E. SHARP (Safety Health and Radiological Protection), OSHA 10 HR. 1926 (Construction Safety Training), Certified Work Zone Traffic Control Supervisor, Excavation Competent Person (Excavation Training), Permit Required Confined Space (Instructor Training), Pall Protection (Instructor Training), HAZCOM (Hazard Communication "Right To Know" Instructor), Lockout/Tag out (Instructor Training), Standard First AidlCPR/Blood borne Pathogens, Site sense Behavioral Safety ~[!ff Ls.j PHRUPS & JORDAN, iNC. (800) 763-471 81 dis3ster.pandj.com 1 ~ J. Mitchell "Mitch" Beasley Project Safety Manager Mr. Beasley has been employed by Phillips & Jordan, Inc. since 2004. Experience: 2004 to Present -Project Safety Manager During disaster recovery projects, Mr. Beasley responsibilities include the design, implementation and management oftraffic control plans for debris removal, reduction and disposal operations; vehicle and equipment inspections and check-in; monitoring the overall operations of sub-contractors to ensure their conduct of safe operations; and working with Federal, State, and local government agencies to ensure the safety of their citizens and property. Mr. Beasley has also been assigned overalI Project Manager duties with responsibilities for the timely, coordinated, cost effective and safe conduct of all operations. Specific projects he has been assigned to, include: Hurricane Katrina (2005-2006) · Project Manager: US Anny Corps of Engineers, Bayou La Batre, Louisiana - Demolition · Project Safety Manager: City of Gulfport, Mississippi ~ Debris Operations · Project Manager: Alabama Department of Conservation and Natural Resources - Gulf State Park Project · Project Manager: City of Gulf Shores, Alabama ~ Wetlands Debris Removal · Project Manager: Alabama Department of Conservation and Natural Resources - Mississippi Sound Wet Debris Removal · Project Manager: US Anny Corps of Engineers, Gulf Shores Sand Reclamation · Project Manager: US Anny Corps of Engineers, Wet Debris Mission Hurrlcane Ivan (2004-2005) · Project Manager: Alabama Department of Conservation and Natural Resources ~ Gulf State Park Project · Project Manager: Alabama Department of Conservation and Natural Resources ~ Perdido Waterway Project · Project Safety Manager: US Army Corps of Engineers - Mobile, Alabama and surrounding Counties debris removal, reduction and disposal operations · Project Safety Manager: US Army Corps of Engineers ~ Dauphin [sland Beach Restoration · Project Safety Manager: Gulf Shores, Alabama - Emergency Sand Berm Installation · Project Safety Manager: Interstate 40 and Maggie Valley - Landslide Restoration · Project Safety Manager: Atmore, Alabama - Canal Debris Removal Hurricane Wi (2004) · Project Safety Manager: Natural Resources Conservation Service - waterways debris removal in Louisiana Education and Training: Bachelors of Science in Physical Education, Western Carolina University, Cullowhee, North Carolina, 1991. CPR First Aid Traffic Control Confined Space Entry Excavation Competent Person 40 Hour Hazwhopper 30 Hour OSHA ~ RESUMES Capt. Gregory T olpin 36 SE Marlin Ave. Key Largo, FL 33037 Age: 36 Marital Status: Married (2) children Education: University of Miami Occupation: Director of Adventure Environmental, Inc. of Key Largo, FL, U.S.c.G. Captain and Project Manager. Licenses & Affiliations: 1. State of Florida Certified General Contractor 2. State of Florida Certified Underground Utility Contractor 3. State of Florida D.E.P. Qualified Mangrove Trimmer 4. U.S.C.G. Captain 5. PADI Certified SCUBA Instructor 6. Public Notary 7. Class B Conunercial Driver Informati ve: Gregory Tolpin is president and director of Adventure Environmental, Inc. who will be the "tier 1" subcontractor to Phillips & Jordan, Inc. for this Monroe County Project Adventure Environmental, Inc. is a Monroe County based General Contracting Firm that specializes in waterway debris removal. 1. 1991 through 1999- Mr. Tolpin and Adventure Environmental, Inc. operated a marine towing and salvage company in the Florida Keys that towed and salvaged hundreds of vessels tlrroughout Monroe County. 2. 1998-1999- Mr. Tolpin and Adventure Environmental, Inc. were contracted to remove storm related debris and vegetation from canals tlrroughout Monroe County under the Dept. of AgriculturelNRCS EWP contract after Hurricane Georges and Tropical Storm Mitch. Contract value: Over $1,000,000.00 3. 2003-2005- Mr. Tolpin and Adventure Environmental, Inc. were contracted by Miami - Dade County to remove stonn related debris and sediment from the secondary canal system tlrroughout Miami-Dade County under a FEMA contract. Contract value: Over $3,000,000.00 4. 200S-current Mr. Tolpin and Adventure Environmental, Inc. were contracted by the South Florida Water Management District to remove storm related debris from Primary Canals throughout South Florida: Contract value: Over $5,000,000.00 5. 2004-current- Mr. Tolpin and Adventure Environmental, Inc. under a B.O.A. have been contracted by the Florida Keys National Marine SanctuarylNOAA to perform Sea Grass restoration services throughout Monroe County. Contract value: Over $300,000.00 . .' 6. 2003-current- Mr. Tolpin and Adventure Environmental, Inc. were contracted by the Florida D.E.P./Florida Keys Environmental Trust FundlLignumvitae Key Botanical State Park to perform Mangrove Trimming and Sea Grass restoration services. Contract value: Over $200,000.00 7. 2005-2006- Mr. Tolpin and Adventure Environmental, Inc. were contracted by Phillips & Jordan, Inc. to remove storm related debris and vessels from the waterways of Gulf Shores, Alabama and the City of Orange Beach, Alabama. Contract value: Over $800,000.00 All listed projects were completed by barge and custom watercraft. "- 'it Litigatiol'l Corporate Statement Phillips & Jordan, Inc. has not been involved in any substantial litigation during the past five years. While we have been a party to several lawsuits related to construction contracts, all of these have been settled out of court. The majority of these lawsuits involved the collection of receivables due Phillips & Jordan, Inc. on private construction contracts. We have not had a single lawsuit or claim during the past five years involving a public entity. In addition, we have been a defendant in a number of lawsuits tbat bave been tendered to our insurance carrier. These lawsuits have not involved damages asserted due to contractual obligations. A complete list of these lawsuits can be provided upon request. FO. Drawer 191 P & J Road, NO 2877.1 479~3371. fax (828; 479-3010 oJ Litigation Questions 1. Has the respondent ever failed to complete work or provide the goods for which it has contracted? No. 2. Are there any judgments, claims; arbitration proceeding; or suits pending or outstanding against the bidder, or its officers or general partners? No. 3. Has the respondent, within the past five years; been a party to any lawsuit or arbitration with regard to a contract for services, goods; or construction services similar to those requested in the RFQ? No. 4. Has the respondent ever initiated litigation against the county or been sued by the county in connection with a contract to provide services, goods, or construction services? No. . 51 A IE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 (850) 467-1395 PHILLIPS AND JORDAN INCORPORATED POBOX 52050 KNOXVILLE TN 37950-2050 . STATEOHLORlbA AC# eOa'Ola DEPARTMENT OF Bt1S1:NESSAND . . . PROFESSIONAL REGULATIOK QB25553 06/10:{05 04()977041 . . "Q1;l~LIrIED BUSINESS. Q~~IZA'rION ~.,rILLIPS ANDJORDAN~NCORPORATED . .. (NOT A LICENSE'1'OjD:F'ORH WORK. ALLOWS COMPANY ":1'000. BUSINESS IF IT HAS A LICENSED QlJALJ:FIBR.) IS QUALIFIED ......4.~ the p~OiI'idond of ch.489 ,.",. bpirati<lll .s.te, A'O'G 31, 2007 L05061'OU:l51I DETACH HERE r-~- i ~ . Ac#20290 12 i i J . ! I ~~ . . ;:"::0. ':.;:lQ' .':0050<19-77041 B25553 :;:''7:> :~he~':8US::tnSSqR~I ZATION ';:Naxnea~'.b.ldw' IS: QtJALIFIED Under the provIsions of Chapi;, Expira~ion date: AUG 31;;,. 2001 (THIS 1'S. NOTA LrCEN$.E ,::.!;t!O,p" aOMPoANY'1'O DO aUSIN!($;S;;pNJt~" ; ..,. PRIL.LIPS AND JORDANINCOR~RAWED";:;":. 6 6 21 WILBANKS ROAD '..........":.0.:.'.. . ." KNOXVILLE TN 3 7 912 5TATE.OF FLORIDA DEPARTMENT OF BUSINESS AN!) PROFESSIONAL REGULATION ..... .'<"'> ,,) CbNSTIU1CTION INDUSTRY LICENSING BOARD$EG#LQS09l:Q,02:2;S.S>.; - ',. . ~, '~ DISPLAY AS REQUIRED BY LAW DrANE CARR SECRETARY . STATE OF FLORIDA DBPAR'l'MEN'l' OF BUSINESS AND PROFESSIONAL REGULATION . . CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487 -~395 ~ 1940 NORTH MONROE STREET TALLAHASSBE FL 32399-0783 ~~ps"EmE~5~AN INC POBOX 2295 ZEPHYRBILLS FL 33539-2295 DETACH HERE ~._, ....'.. .".... ....................,....~- ...-..,.........__.~~. ..' ~ .~ _. r_.+.~_..",,_"'''c''_'_ .,.,. ..._..... _+"__._......_...~..... ...,".. ... ........--..h__ ______ ._~ ...' _..~......~ . _ .._~ _.___'__'. ._._. ___. ..'. _ ...... .. .. C# 1442556 . 'STAfe;.OF.FLORiDA' DE~AR~' 01" .BustnSSi.-MtD PROFBSSIONAL RBGULATION, .' . C~BS'l"RU~;O. INDl1STRY LICENSING BOARD SEQ#LOf,O'S0901275 489 J'B. i r I ! I DUIuwI nNDBLL E PHILLIPS Am> JORDAN IN'C 8940 GALL BLVD ZBPBYRBILLS FL 33541 ~ .. f.... . tr ". .' : .~ ! , . ,.. ..t ..' . "" . - . ...;.. ~ c - . . ", ", . 'vJBB 'BUSH,}.' ",' :;:, : '~,\GOVERNQR' ^ . .,:;. ~;::. . ..;.:.,,, "---" .__:' _..-.~.. ..-.... ~-. -, DIANE cARR SECRETARY l?~~!-AY AS ~.~~~!~~~ ~."'(:_~~ ..._... _ ..~_..______.._ . _ _. LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE ~hJ///} 5i ~ C,]; r dCCiL / <Ine,. warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the fanner County officer or emPloy:;/,,/ . /_.<::;:;2--:~~~~;Z~ /(sigI!ature) / Date: it / $ ! OLe// , , / ( STATE OF ,/J 0 v4-~ ~V'D J i Met COUNTY OF ~tLht\.M PERSONALLY APPEARED BEFORE ME, the undersigned authority, . R a. n ~ :JO 1 dt\...l/\. who, after first being sworn by me, affixed hislher signature (name of individual signing) in the space provided above on this f!+4..day of ~ . --..1 ~ ,20Qk. ?1uu/ (;J ~ cJ . NOTARY PUBLIC My..commission expires: My Commission Expii(~S June 5, 2010 OMB - MCP FORM #4 NON-COLLUSION AFFIDAVIT I, of the city of ~Io~'j'i\'>\i'\ \tf ~ A)Q.. according to law on my oath, and under penalty of perjury, depose and say that; 1) lam iJJ;ll/J~r;' ~ ~J;;rc/zn ,rite ~ project described as follows:! / , the bidder making the Proposal for the 2~t ~5as e r Uj,/,;;; 'l;:;rtl! H;YJ~l::r.- 2) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knOwingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid openin~, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. STATE OF AIO.4l-t (I/'.tY'V I j n<- _ --;;:;"-;;~:"'---=~/ (Signature of Bidder) I COUNTYOF ~f?H-UWYl1 Lt /3/vL(1 , DATE PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affIxed ture in the space provided above on this ~ day of , 20014 My commission expires: OMB - MCP FORM #1 My Commission Expires June 5,2010 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: ~r~5' ,(1/1(/ \/ntlan ,.I;t~_. d> (Name of siness) / 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 poliqy 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 (I), 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 tenns of the statement and will notifY the employer of any conviction at: or plea of guilty or nolo contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactor;y participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or 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 rm complies fully with the above requirements. ~c Bidder's Signature I ! ft. 1 R Ol{ Date OMB - MCP#5 INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy. POLICY DEDUCTIBLES General Liability GL06000038 not applicable Automobile Liability AL06000019 Auto Liability Florida D093A00023 Workers Compensation WC06000074 Workers Compensation WC06000075 Umbrella AUC913794500 not applicable not applicable not applicable not applicable no deductible Liability policies are {)('('nrrpn('p Occurrence Claims Made TIS Insurance Services, Inc Insurance Agency I?~~ O~:J1;C Signature R. L. Oakes III BIDDERS STATEMENT I understand the insurance that will be mandatory if awarded the contract and VYill comply in full with all the requirements. /--J? {h.j/;/ll "Jill"rl. Inc-, /____/ -;;;_/ -.7- ~":=:7 IBidder / / Signature / if i ACOBQ CERTIFICATE OF LIABILITY INSURANCE I DATE IMMIDDNYYYI 06/01/2006 PRODUCER (865)691-4847 FAX (865)694-4847 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ~IS Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1900 Winston Road, Suite 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 10328 Knoxville, TN 37939-0328 INSURERS AFFORDING COVERAGE NAIC# 'Ph,11 ips and Jordan, Incorporated ~ American Contractors Insurance G RRG A VII INSURED INSURER A: Attention: Steve ThOJTC)son INSURER s' ACIG Insurance Company A VII 6621 Wilbanks Rd INSURER c: Zurich/American Guaranty/WSRB A V Knoxville, TN 37912 INSURER o. ACICRRG/Discover P&C Ins. Co. A II 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. INSR I\OO'L TYPE OF INSURANCE POUCY NUMBER pOLICY EFFECTIVE POl.lCY EXPIRATION UMITS GENERALllASlUTY GL06000038 06/01/2006 06/01/2007 EACH OCCURRENCE $ 2,OOO,OO<l 'Xl COMMERCIAL GENERAL LIABILITY DAMAGE TO REN I EO $ 100 , 00<l I CLAIMS MAOE 00 OCCUR MED EXP (Anyone person} $ 5,OO<l A PERSONAL & ADV INJURY $ 2,OOO,oo(J - 4,000,OOC GENERAL AGGREGATE $ - 4,OOO,OOC GEN'l AGGREGATE LIMIT APPLIES PER' PRODUCTS" COMPIOP AGG $ n POLICY !Xl jr8i n LOC AUTOMOBlL.E UABlLlTY Al06000019 06/01/2006 06/01/2007 COMBINED SINGLE LIMIT X ANY AUTO 0093A00023 FL 06/01/2006 06/01/2007 (Ea accident) $ 2,000,000 - ALL OWNEO AUTOS BODilY INJURY - $ SCHEDULED AUTOS (Per person) D X HIRED AUTOS BOOIL Y INJURY X $ NON.OWNED AUTOS (Per accident) - PROPERTY DAMAGE $ (Per accident) GARAGE LlABIUTY AUTO ONLY" EA ACCIDENT $ R ANY AUTO OTHER THAN EAACC $ AUTO ONLY' AGG $ EXCESSJUMBRELLA LIABILITY AUC913794500 06/01/2006 06/01/2007 EACH OCCURRENCE $ 10,OOO,00C m OCCUR D CLAIMS MADE AGGREGATE $ 10,000,OOC C $ t;l DEDUCTIBLE $ X RETENTION $ 10 , 00( $ WORKERS COMPENSATION AND WC06000074 06/01/2006 06/01/2007 X I WC STATU"i I IOJ,tl- EMPL.OYERS' LIABILITY WC0600007S 06/01/2006 06/01/2007 E.l. EACH ACCIDENT 500,OOC B ANY PROPRIETOR/PARTNER/EXECUTIVE $ OFFICERIMEMBER EXCLUDED? E.l. DISEASE - EA EMPLOYEE $ 500,000 if yes, describe under E.L. OISEASE - POLICY LIMIT $ 500,000 SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHleLES I EXCLUSIONS ADDEO BY ENDORSEMENT! SPECIAL PROVISIONS for proof of insurance SHOUL.D ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _ DAYS WRITTEN NOTleE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OaUGATION OR LIABilITY OF ANY KINO UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTH~DREPRESENTATlVE Construction Div./CATWAR t/tt1d."'iJ---- ACORD 25 (2001/08) @ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject 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) Sub-Contractor Utilization Plan In addition to our own crews, P&J has a vast network of specialized subcontractors who have signed up to assist us on disaster recovery projects. We maintain a database of these subcontractors, the regions in which they are willing to work, and what there areas of expertise are. The subcontractors that we utilize are familiar with our methods and means of operation, and are willing to drop what they are doing and come when we call. The skill level required to work under intense and difficult conditions is not an everyday commodity, but is a hallmark of the specialized subcontractors that assist us on our projects. Depending on the magnitude and scope of an event, aspects of a disaster recovery project that P&J may utilize subcontractors for include: debris removal, debris transportation, equipment transport, HazMat, environmental, traffic control, electrical, and demolition. To meet any goals, we propose to use the contractors who have performed at a high level for Phillips & Jordan in past recovery efforts. Each of these contractors will have the opportilllity to provide services to meet or exceed the goals. Phillips & Jordan, lnc will strive to utilize as many local MBE concerns as possible. We have historically been successful in achieving targeted subcontracting goals for small (SB), small disadvantaged business (SDB) concerns (including Minority Business Enterprise (MBE) and, women- owned small business (WOSH) concerns, HUB Zone small business (HUB Zone SB), veteran-owned small business (VOSB) concerns, and service-disabled veteran-owned (SDVOSB) concerns on previous disaster response efforts. Administration of any Phillips and Jordan, Inc Subcontracting Plan for Minority Business Enterprise (MHE) business concerns will be the responsibility of Susan Williams, the designated Equal Employment Opportunity (EEO) officer for the project Ms. Williams is the overall corporate EEO officer. Her responsibilities in this area include: j'ilmips & Junhm, };II:< n~$~s1er Ref~j"very (; ruup: '0/YiV'/ ~:vandi~t0fn ., · Overseeing subcontracting to Minority Business Enterprise (MBE), and monitoring the progress of the company towards meeting its stated goals; · Maintaining bidding lists of minority business enterprise (MBE) concerns from all possible sources; · Ensuring that procurements are structured to allow minority business enterprise (MBE) concerns to participate to the maximum extent possible and assuring inclusion in all solicitations for products or services that they are capable of providing; · Attendance at Business Opportunity Workshops, Minority Business Enterprises Seminars, and Trade Shows · Arranging for motivational training for purchasing personnel. · Maintaining required records; · Submission of required periodic reports. Ms. William's contact information is: Ms. Susan Williams, Equal Employment Opportunity Officer Office: 865-688-8342 Fax: 865-688-0503 6621 Wilbanks Rd. Knoxville, TN 37912 .Phmtl'S & ,ion:!an, hie [)isasier Rezo,ery (; cou p "VHi~V.<< Pft1lHH,e0I11 .. " Phillips & Jordan, Inc. Safety and Loss Control * Please note that a complete Phillips and Jordan Safety and Loss Control Manual is available electronically upon request. Phillips and )ordanl Inc. Disaster Debris Recovery Safety Plan Prior to beginning work, the safety department will conduct a pre-construction survey to identify information such as: · Medial Facility Information: Including name, address, phone number and detailed directions. . Site Information: Including description of site and type of terrain. . Environmental Concerns: Identify and plan for. . Exposures: potential hazards. . Traffic Control: Develop a plan if necessary. · Proximity to Structures: Identify and plan for. . Site Security: If necessary. · SubwContractor Safety: Safety program and orientation. · Basic Requirements: Requirements to be fulfilled before beginning work. PPE Requirements The following personal protective equipment will be required at all times while on the jobsite: · Hard Hats: for employees and/or visitors while on the jobsite. · Hei1ring Protection: as needed (over 85 decibels), or when directed by supervisor or safety manager. · Eye Proteaion: when there is an exposure to flying objects. · Wor.k Gloves: as needed to protect hands from abrasions and cuts. · Chai/lS3w Operation: must wear hard hats, metal face shields, chaps, cut resistant gloves, high visibility vest, steel toe boots, and hearing protection. · Attire: must have shirts with a minimum 4 inch sleeves and long pants. No sweat suits. . Work Boots: must be leather. · Silfety Vest: high visibility orange or green. · Fall Proteaion Devices: must be worn when working 6 ft. or more above a lower level. · Coast Guard Approved Personill Flotation Device (PFD): Must be worn while working on or in water over waist deep. Equipment All equipment on the project must have the following: · All equipment must have a properly charged fire extinguisher. · All equipment must have a properly functioning back-up alarm. · All equipment must have a properly functioning seat belt. (Exception: Equipment with no roll over protection. Example: Self Loader). · All barges must meet Coast Guard Requirements. · All barges with cranes must be certified. · Heavy equipment must be attached to the barge. Equipment Operators All equipment operators must adhere to the followinlf. . Operator must wear hard hat at all times while operating equipment. . Operator must wear seat belt at all times while operating equipment. . Operator must wear safety glasses at all times while operating equipment. . Operator must wear hearing protection when noise level is over 85 decibels. . Operator must perform 360 degree visual before putting equipment into motion. . Operator must secure their equipment at the end of the day. All attachments must be placed on the ground and the key taken out. . Operator and barge personnel must wear a Coast Guard approved PFD. Chainsaw Operators All chainsaw operators must adhere to the following: . Operator must wear the proper PPE at all times while sawing. . Operator must use both hands at all times while sawing. . Operator must perform a pre-cut inspection before felling. . Operator must make sure everyone is 2 times the size of the tree away before felling. . Operator must make sure equipment is 2 times the size of the tree away before felling. . Operator must treat all electrical equipment and conductors as if they are energized. Safety Meetings . A pre-construction safety meeting and job orientation will be conducted by the supervisor the day the project begins. . Mandatory company wide safety meetings will be held each Monday morning at which time" safety issues will be discussed. . Daily safety huddles will be held as needed to discuss safety issues. . Safety meetings will be held as needed after safety inspections from the safety department. . Daily reports will be recorded by the supervisor. Any safety issues will be noted. . Inspectors will be given a copy of the weekly toolbox safety meetings. Safety Inspections . Safety inspections will be conducted by the safety department. . All safety issues will be discussed with the supervisor at the time of inspection. · Safety surveys will be completed and emailed to P&J supervision team for review. . Inspectors will be given a copy of the safety surveys as they are completed. Pre=Coustruction Date: Surveyed By: Internal Division Information Superintendent: Division: Project Mgr: Site Information Address: City: State: Zip: Medical Facilities information: Name of Medical Facility: Location; Site Information Description of Site: Terrain: Exposures: Excavations: Traffic Explain: to Structures: Testing: Safety: Mandatory Pre-Construction Requirements: Job Name: Job Location: Job Number: Office Contact: Phone: Fax: Project Information Project Contact .m~~~~.~.~~m>E nd of Doc ument<.~.z".m.n*. Date: location: Job II: Supervisor Signature: Topic: list any company wide accidents or dose calls from the previous week. list & discuss any accidents; dose caUs, or safety issues concerning your job. Signatures of those in attendance: --.,~=oc,'~~:"'...~ ..........~~~~,.='"'""'''"-- on if Job II: Date: Crew #: Location: Hours Worked: Equipment/Employee list: Production Report & Notes: Use back of paper for additional Job Description and Notes~ Supervlsoris Signature: Date: .. Phillips & Jordan, Inc. Job Name: Job Location: Superintendent: Date: Job Number: Division: Project Manager: A SAFETY survey was conducted and the following deficiencies were noted. Please make correction of these items and send a completed form to tbe Health and Safety Director within 10 days. Survey Conducted By: Mitch Beasley Initial: Follow up: Work being performed: Observations: Recommendations: Corrective Actions & Date: . ill 0 s PersonallnjurylUlness Name oflnjl.lred: Address: Part of Body Injured: Nature of Injury: Source of Injury: Property and Equipment Di'lmage Property Damage: Estimated Cost: Nature of Damage: Source of Damage: Actua! Cost Description Date: Time: Location: Description: Witness: Analysis Acts or Conditions Contributing to loss: Reasons for Existence of Conditions: loss Severity Potential Major Probable Recurrence Rate Rare Prevention Describe Actions Planned or Taken to Prevent Recurrence; Investigated By: Reviewed By: Date: Date: .. .. ... BID AMOUNT Tran Debris Cost per Trap Removed Shallow Water (0-2') ';Z (J. 6'. t:J I 1"- $ ; Channels (2' plus) J' ~t?, ~ * Assumptions: L Concrete and wood will be disposed of at designated sites on the water; thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up to 10 mile from land. 4, A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps will be billed at Y2 trap and at Yz the cost noted above; exclusive of fuels costs and tipping fees. 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 9. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of trap line, floats, and funnels must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. $ l;l, /va 1 (') $ I ,vt per linear foot cleaned per linear foot cleaned Vegetative debris removal from canals. Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and verifying its removal. The approach provided should minimize the time spent in making such determinations (Le , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: .. I. Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Items of special concern (Hazmat materials, etc.) should be considered in the price quote provided. Vessel and Other ODen Water Marine Debris Labor and Cost of boat and vessel removal BoatsNessels retrieved from the land by means of various equipment. No water borne equipment. $ ,?Jf5 I. per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Ci /it! Non Salvageable: $ / 1/ ' ':--' per linear foot of vessel Other BoatsNessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ Non Salvageable: $ 315/ C:~ per linear foot of vessel per linear foot of vessel Other Boats/Vessel in excess of35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ I Non Salvageable: $ per linear foot of vessel per linear foot of vessel Houseboats and larger vessels that may create some difficulty in removal because of location (edge of islands Or in the mangroves, hard aground etc. - Lady Luck / Legacy excluded) retrieved from the water by means of various equipment, including barges, cranes, boats, etc. {;,?iD Salvageable: $ Z# /fJ2 j "~ per linear foot of vessel Non Salvageable: $ 2, /62 . ,.~ per linear foot of vessel I Per day fees for storage/dockage for salvaged boats/vessels. $ per unit/daily Respondent responsible for providing storage / dockage site. .. ,- Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ per cubic yard collected * Assumptions: 1. Load and haul to TDSRS; any necessary separation and reduction cost; and haul out to final resting place of all marine debris must be considered in any price quote provided. Tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. A quote for Vessels of special consideration - houseboats, larger vessels on islands, or surrounded by trees should be provided above. The removal of these vessels may require unexpected additional effort and further negotiation may be allowed on a case by case basis. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. 501\/8 ne GrOUD. 9 & Inc. so j !nCn o , J ~!az2rd Inc. r, f"l' U"'\j/'1 ,-1, t 12 June 2006 Monroe County Purchasing Office 1100 Simonton Street, Room 1-213 Key West, Florida 33040 Subject: Response tl? Request for Bids RFB-G MD-163-202-2006~PU R/CV Disaster Recovery Services for Marine Vessel and Debris Removal Post Hurricane Wilma Dear Sir or Madam, Resolve Towing and Salvage, Inc. (Resolve) is pleased to submit the enclosed bid to Monroe County regarding marine vessel and debris removal. Resolve has a long history and a solid reputation in conducting hurricane recovery work, and in particular, our knowledge and experience in salvaging and recovering vessels after hurricanes is unsurpassed. Resolve's recent experience includes extensive vessel recovery services in the aftermath of hurricanes Katrina, Wilma and Rita in Alabama, Florida, Mississippi, and Louisiana. We have worked steadily for every US Coast Guard zone in the affected region under various contracts and have removed hundreds of commercial and recreational vessels. Our crews are just now completing a large vessel removal project in New Orleans for Shaw Environmental and the US Coast Guard. We truly know the best and most efficient processes for vessel removal and disposal from start to finish. After reviewing this request for bid, it is apparent that there are three areas of focus for this project: trap debris, canal debris, and vessel and other open water debris. Based on the information received with the request for bid, as a professional contractor, we are unable at this time to bid on the canal debris portion of the solicitation as there are simply too many unknowns to offer any fixed unit price for this line item. Because the request for bid for canal debris removal requires a fixed price per liner foot of canal, without the opportunity to identify specific canals and conduct on-site surveys, it is impossible for us to quantify any sort of fixed unit price for this work. With the opportunity for more in depth discussions with Monroe County as well as site surveys, we would be in a better position to offer a bid for this category. We are very willing to continue dialogue with Monroe County in order to determine how our experience and capabilities can best be applied to the overall project. We are well versed in the management of large projects as well as in the efficient use of local subcontractors. We look forward to the opportunity to work with Monroe County on this project. The bid contained herein will be valid for a period of ninety (90) days. E3uJte 204 Phorle: (954) 7Gzl,-Ei7DO Fax: (954) 764.-8724 n"lSi"'lne, con"! Page 2 Also included within is a check in the amount of $250,000.00 to serve as our 'bid bond' which represents 5% of our price estimate. It is our understanding that if we are not the successful bidder the enclosed check will be returned to us. , If you should have any questions, please feel free to contact the undersigned. _R.gsolve Towing & SaIVage",~n. C..' / ~ ?~ (I. / " j;J .il. ~ \. {: . ! '.' . \/i" ~ ~~~'<.JJJ-IJJ< "--........ r:(0 ~, Denise A. Johnston \\ Vice President .. RESPONSE TO REQUEST FOR BIDS DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA RFB-GMD-163-202-2006-PU RlCV June 12, 2006 Prepared for: Monroe County Pu rchasing Office Prepared by: RESOLVE TOWING SALVAGE, INC. poc: Denise A. Johnston, Vice President Post Office Box 165485 2550 Eisenhower Blvd., Suite 204 Port Everglades, Fkll"ida 33316 Tel: (954) 764.8700 (24 hours) & Fax: (954) 764-8724 This document contains proprietary and confidential business information and is not to be copied or distributed for any purpose other than the use intended in this proposal. RESOLVE Mz;ric~e Group DISASTER RECOVERY SERVICES FOR MARINE VESSEL AND DEBRIS REMOVAL POST HURRICANE WILMA RFB-GMD-163-202-2006-PURlCV TABLE OF CONTENTS Section Page 1 .0 GENERAL IN FORMA liON.................,....., , ....... ............,.,......... ................... ... .......... . . .... 3 2.0 RELEVANT EXPERIENCE ........................,.. .................... ......................... ......................4 3.0 PAST PERFORMANCE ON SIMILAR PROJECTS.......................................................... 5 4.0 SERVICE PERSONNEL................................ .................... ..................... ..........................8 5.0 LITIGATION.. ................................................. ................... .........,........... ....................... ...8 6.0 COUNTY FORMS AND LICENSES ............... ................... ..................... ..........................9 7.0 BID RESPONSE ............................................ ................... ..................... ....................... ...9 Resolve Towing and Salvage,lnc. RFB-GM D-163- 202 -2006-PU RlC V page 2 June 12, 2006 1.0 GENERAL INFORMATION . RESOLVE Marine Group, Inc. is a corporation which has two shareholders; Joseph Farrell (50%) and Mary Beth Farrell (50%). RESOLVE Marine Group, Inc. is comprised of several independent corporations including Resolve Salvage Ltd., Resolve Marine Services, Inc., Resolve Towing and Salvage, Inc., and Resolve Fire and Hazard, Inc. Officers and Directors are as follows: Farhat Imam, COO; Todd Schauer, Vice President; Frank Leckey, Director Todd Duke, Vice President; Denise Johnston, Vice President; . Resolve Marine Group, Inc. was incorporated in 1996 (10 years), however, Mr. Farrell, under other related companies, has been providing relevant services since 1981 (25 years). . Resolve Marine Group, Inc. has been operating under it's present name since 1996. . Neither Resolve Marine Group, Inc. or any of it's subsidiaries or prior existing companies, officers, shareholders or major creditors have failed to perform services or complete ajob similar to the requirements of this solicitation. . Customer and Credit References are as follows: REFERENCES: Name: Port Consolidated Contact: Mike Simmons Address: P.O. Box 350430; Fort Lauderdale, FL Telephone: 954522-1182 Fax: 954527-1191 Name: Gulf Offshore Logistics Contact: Todd Danos Address: P.O. Box 160; Lockport, LA 70374 Telephone: 985632-6823 Fax: 985 532-0544 Name: Smith Maritime Contact: Elise Anderson Address: 967 Bulkhead Road; Green Cove Springs, FI32043 Telephone: 904 284-0503 Fax: 904284-0508 Resolve Towing and Salvage,lnc. RFB-GMD-163-202-2006-PURlCV page 3 June 12, 2006 RESOL.VE r4adne Group Name: Anchor Marine Contact: Mary Dove Address: 6545 Lindbergh; Houston, TX 77087 Telephone: 713644-1183 Fax: 713644-9817 Name: Welding Engineering Supply Contact: Barbara Lowe Address: P.O. Box 10546; Prichard, AL 36610 Telephone: 800477-9353 Fax: 251 457-9353 BANK INFORMATION: Bank Name: Paradise Bank Contact Anne Ennis Phone: 561 392-5444 Fax: 561 393-5674 Address: 2420 N Federal Hwy City: Boca Raton State: FL Zip: 33431 Account Number: 121 000913 Bank Name: Bank of America Contact: Carol Moroco Phone: 888 852-5000 x3008 Fax: 954 765-2752 Address: 401 E Las Olas Blvd. City: Fort Lauderdale State: Fl Zip: 33309 Account Number: 003-060-859-243 2.0 RELEVANT EXPERIENCE RESOLVE MARINE GROUP (RESOLVE) is a multi-faceted marine services group speciaHzing in Marine Salvage, Fire & Hazard Response, and Wreck Removal in North and South America. Resolve has over 25 years experience in major marine salvage, with an extensive record of successful projects bid, awarded and completed in open competition with the other salvage majors. Our trademark is rapid professional response and customer satisfaction - we thrive on our solid relationships and returning customers. We have earned a reputation for tackling unique, complex, and challenging projects that other contractors shy away from. RESOLVE is a founding member of the American Salvage Association. RESOLVE's in-house personnel include a complete staff of salvage masters, salvage engineers, divers, fire fighters, equipment operators and has over 25 years experience technicians. RESOLVE maintains an extensive in major marine salvage, with an record of successful projects bid, awarded and completed in open competition with the otnersalvage majo rs. " inventory of emergency response equipment in warehouses in Fort Lauderdale, Florida and Los Resolve Towing and Salvage,lnc. RF B.GMD-163. 202 - 2006.PU R1CV page 4 June 12, 2006 f RESOL.VE Madne Group Angeles, California in addition to a fleet of floating assets including the salvage barge RMG 400 which is outfitted with a full salvage complement including a 400 ton shear leg derrick. RESOLVE Marine Group is comprised of several independent corporations including Resolve Salvage Ltd., Resolve Marine Services, Inc., Resolve Towing and Salvage, Inc., and Resolve Fire and Hazard, Inc. 3.0 PAST PERFORMANCE ON SIMILAR PROJECTS The following pages contain relevant and recent examples of past peliormance. RESOLVE has been rated by the U.S. Navy under the Contractors Performance Assessment Review and welcomes Monroe County to review this rating. Resolve Towing and Salvage,lnc. RFB-GMD.163.202-2006-PURfCV page 5 June 12, 2006 PAST PERFORMANCE ON SIMILAR PROJECTS CompanylDivision Name: U.S. Coast Guard Marine Safety Unit, Lake Charles, LA Product/Service: Multiple Vessel Refloating, Pollution Abatement, Fuel Removal and Wreck/Debris Removal Resulting from Hurricanes Katrina and Rita in the USCG MSU Lake Charles, LA, area of responsibility Contracting Agency: Maintenance and Logistics Command, US Coast Guard Contract Number: HRDAWR Contract Dollar Value: $4,051,492.55 USD Contract Number: D05DD1 Contract Dollar Value: $4,000,000.00 USD Delivery Dates: Contracted Activity Ongoing Point of Contact #1: L T Brian Falk MSU Lake Charles Executive Officer Phone: (337) 491-7802 Fax: (337) 491-7840 E-mail: bfalk@msulakecharles.uscg.mil Point of Contact #2: MST1Chris Kimrey MSU Lake Charles Port State Control Phone: (337) 491-7812 Fax: (337) 491-7840 E-mail: ckimrey@msulakecharles.uscg.mil Company/Division Name: U.S. Coast Guard Marine Safety Office, Mobile, AL Product/Service: Multiple Vessel Refloating, Pollution Abatement, Fuel Removal and Wreck/Debris Removal Resulting from Hurricanes Katrina and Rita in the USCG MSO Mobile, AL, area of responsibility Contracting Agency: Maintenance and Logistics Command, US Coast Guard Contract Number: D05BD1 Contract Dollar Value: $2,100,000.00 USD Delivery Dates: Contracted Activity Ongoing Point of Contact #1: Marie Gilliam, Contracting Officer Cmdr, Maintenance and Logistics Cmd. Phone: (757) 628-4116 Fax: (757) 628-4134 E-mail: Marie.AGilliam@uscg.miJ Resolve Towing and Salvage,lnc. RFB-GMO-163-202-2006-PURfCV page 6 June 12, 2006 RESOLVE Madne Group Company/Division Name: Naval Sea Systems Command, US Navy Product/Service: Environmental Remediation of 91 Q-foot ex-Navy aircraft carrier in preparation for sinking as an artificial reef. Contracting Agency: Supervisor of Shipbuilding, US Navy Contract Number: N62678-03-C-3906 Contract Dollar Value: $12,671.317.21 USD Delivery Dates: July 28, 2005 Point of Contact #1 : Carole Britt, Contracting Officer Supervisor of Shipbuilding, US Navy Phone: (207) 442-2618 Fax: (207) 442-3268 E-mail: britttcl@supship.navy.mil Point of Contact #2: LCDR Marty Wallace, COR Supervisor of Shipbuilding, US Navy Phone: (207) 442-3596 Fax: (207) 442-3268 E-mail: wallacemc@supship.navy.mil CompanylDivision Name: U.S. Coast Guard Marine Safety Office, Jacksonville, FL Product/Service: Vessel Re-floating and Removal in the USCG MSO Jacksonville, FL, area of responsibility Contracting Agency: Maintenance and Logistics Command, US Coast Guard Contract Number: M04020 Contract Dollar Value: $2,658,508.80 USD Delivery Dates: March 13, 2004 Points of Contact: Marie Gilliam, Contracting Officer Cmdr, Maintenance and Logistics Cmd. Phone: (757) 628-4116 Fax: (757) 628-4134 E-mail: Marie.A.Gilliam@uscg.mil Resolve Towing and Salvage,lnc. RFB-GMD-163-202- 2006-PURlCV page 7 June 12, 2006 RESOLVE r4ar~ne G t"f';:H"q3 4.0 SERVICE PERSONNEL . RESOLVE is fully prepared to provide all personnel and equipment to immediately fulfill the requirements of this specification. Our current staff includes salvage masters, salvage engineers, divers, fire fighters, equipment operators and technicians. In addition to our current staff, should additional personnel be required, we have immediate access to a large number of on-call personnel who have worked with RESOLVE during our salvage efforts in support of hurricane Katrina vessel recovery efforts. RESOLVE will be the prime contractor for this work and will provide overall funding, equipment, and personnel expertise to perform this work. RESOLVE maintains an extensive inventory of emergency response equipment in our Fort lauderdale, Florida warehouse which is immediately ready for mobilization to Monroe County. In addition of float assets which consist of specialized tugs and crane barges are ready for deployment in support of this effort. 5.0 LITIGATION . RESOLVE has never failed to complete work or provide services it has contracted for. . Currently RESOLVE is named in a class action suit by a private vessel owner against the New Orleans Levy District. This suit was brought against the Levy District as a result of thei r handling/disposal of private vessels. RESOLVE was a subcontractor in this work and was th us included with all other subcontractors. . In addition to the New Orleans Levy District Class Action Suite, RESOLVE was involved in litigation between Resolve Marine Services, Inc. and the U.S. Maritime Agency for non- payment for services rendered. This litigation has been settled and Resolve has been paid. . RESOLVE has never initiated litigation or been sued by Monroe County, or any other County government. Resolve Towing and Salvage,lnc. RFB-GMD-163- 202 - 2006-PU RlC V page 8 June 12, 2006 6.0 COUNTY FORMS AND LICENSES . Copies of the following forms are provided under Attachment #1 and include: Lobbying and Conflict of Interest Clause No-Collusion Affidavit Drug Free Workplace Form Bidder's Insurance Certificates City of Hollywood (Florida) Occupational License Broward County (Florida) Occupational License 7.0 BID RESPONSE RESOLVE's Bid Response is included in the following three pages, Assumptions and Comments Trap Debris Resolve - due to the extent of unknown information for this line item, Resolve proposes a pass through of costs with 20% mark-up for management fee. Canal Debris - Resolve declines to provide a bid at this time due to inadequate information provided within the solicitation package. Pertaining to Resolve's bids for vessel recovery on a fixed price per unit length: For the purpose of Resolve's bid, and in addition to the definition provide in the Request for Bid, Resolve considers "Vessels of Special Consideration" to include the following: Vessels which are inaccessible by either shore-based equipment or floating shallow draft equipment (small tug and barge with crane/excavator, etc.) Vessels for which removal via shore-based or floating equipment will result in environmental impact Vessels which are accessible only via private property, and which the removal of will require specific property owner approval and/or additional compensation. Resolve Towing and Salvage,lnc. RFB-GMD-163-202-2006-PURlCV page 9 June 12, 2006 BID AMOUNT Trap Debris Cost per Trap Removed - Cos,'( ?UJS ~L r-wC Shallow Water (0-2') Channels (2' plus) $ * Assumptions: 1. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. Cost figures assume fuel costs of $250 per day and a trap retrieval rate of 50 traps per day to obtain cost of $5 in fuel per trap, regardless of whether working on the flats or in deeper channels and up to 10 mile from land. 4. A modified fuel allowance may be required for the area west of Key West. 6. Assumes that 4 traps equate to 1 cubic yard of material 7. Assumes that partial traps will be billed at \t2 trap and at Y2 the cost noted above, exclusive of fuels costs and tipping fees. 8. The successful respondent will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 9. Load and haul to TDSRS and haul out to final resting place oftrap line, floats, and funnels will be priced based on current debris contract with MOilloe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Canal Debris Costs for Canal Debris Removal - ND Lb C & D debris removal from canals. $ per linear foot cleaned Vegetative debris removal from canals. $ .-- per linear foot cleaned Suggest method for determining location of sunken debris between 0 and 8 feet of depth, validating its existence and verifying its removaL The approach provided should minimize the time spent in making such detemlinations (i.e , existing data and photography). Cost to be considered as part of debris removal process. * Assumptions: 1. Load and haul to TDSRS and haul out to final resting place pricing will be based on current debris contract with Monroe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Items of special concern (Hazmat materials, etc.) should be considered in the price quote provided. Vessel and Other Open Water Marine Debris Labor and Cost of boat and vessel removal Boats/Vessels retrieved from the land by means of various equipment. No water borne equipment. $ '""\ ".< -LW 0 . per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ :::?-:'DO,G" per linear foot of vessel Other Boats/Vessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ Non Salvageable: $ /" :;,. - per linear foot of vessel per linear foot of vessel ~?:J -j ( ~ if Per day fees for storage/dockage for salvaged boats/vessels. $ lOD. per unit/daily ~ L 'UocJ\_>...:n.,;:: Lilt "!' ~DDO (\.:,,-, U\1i L Respondent respom;ible for providing storage / dockage site. 'J~ Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ YDD.OD per cubic yard collected * Assumptions: 1. Load and haul to TDSRS and haul out to final resting place pricing will be based on current debris contract with Monroe County and tipping fees from final disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. 2. Vessels of special consideration; those over 35 feet in length, houseboats, boats on islands, or surrounded by trees will require exceptional effort to salvage and/or remove piece by piece. The removal of these vessels will be handled through separate negotiation after contract signing, based on more detailed assessment. The removal of such vessels will be handled as additional work orders under the contract awarded under this Request for Bids and be amended to the contract at that time. 3. Substantially intact vessels (Greater than 80 %) are not considered to be marine debris and will be billed by the linear foot. A TT AC HMENT #1 - 6.0 COUNTY FORMS AND LICENSES Lobbying and Conflict of I nterest Clause No-Collusion Affidavit Drug Free Workplace Form Bidder's Insurance Certificates City of Hollywood (Florida) Occupational License Broward County (Florida) Occupational License LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 010-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE ~OL\lz6W"W&::.i ,}- S:>"LV/\L,L. ,~arrants that ~t has not employed, retained or otherwise had act on hishts behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No, 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or employee. STATE OF r1 r!1' A r wl{ J) :BQ014ctfb COUNTY OF My commission expires: OMB - MCP FORM #4 1,lv( Date: ~l..}MOEASON ~ OOMMlSSION # DD 500756 ~KPtR!S: April 16, 2010 B8R~ film NIlilII)' PUblic Und&rwrit"'rs ~ V, ---'" NON~COLLUSION AFFIDAVIT 0. -. I .-:' (~Ui Avf .~v ("~=hHS. tC _ \~ . j t:JH.i0S,TDJ !1l.L::'O....\H:: loL.c.,NG,I- - of the dty ~ /1," -:: c::; of \[Cu.....! \....l\:i'w~,.::> A L~i ,L-- according to law on my oath, and under penalty of perjury, depose and say that; .---.... . [',- J ~" ":n...<..-. . 1) I am~L~ H"..~\irlNs,;r\J~4 '~OUi':: \:'\'0"" 0;,- ';f\uii.4the bidder making the Proposal for the project described as follows: ~t\s:n:'L 'QUi':;;'! ifJ..;i s'U-\h ~ \LL \>0:';< \1;.} 10'-1 ~-'\I'\.LC Lu, L!Y\. Ii. A.AANc::...,J f.it.CL ~:i\l:;lLL j\i.LYJ 11L 2) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth ofthe statements contained in this affidavit in awarding contracts for said project. / STATEOF~~ " (Signature of Bidder) COUNTY OF ~ DATE PERSON ALL Y APPEARED BEFORE ME, the undersigned authority, :J?ell~se ;jQ \-t ti $~ who, after first being sworn by me, (name of individual signing) affixed his her signature in the space proVIded above on thIS C~ cJ 1 day of_ .... Wt1.k'./ , 200'~~ j~y commission expires: OMB - MCP FORM #1 KAREN L ANDERSON MY COMMISSION # DD 500756 EXPIRES: April 16, 2010 Bond&d ThttI NoIary Public UOOomm&r$ . _)!(Z- <I ...,,-~~HU1t~~ I }':t:A>t<~~~ ~l~*: :~~ ~"'. '., "'~i-... 'rit ,~~~uW, DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that: o ---- " \t...L:S.OL-\!L' \aWi,06 "" S A.!.--\!ALL. -:r;JL' (Name of Business) 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 contendere to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 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, or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation ofthis section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. ..~" ~-~--~,. J1 ~!r l -- 1/. ( > . ,Lt!tJ JU __ . -:oV-'-^- \._~~ ~e~gnarre ( v(cl/OCo V Date OMB - MCP#5 MAR CERTIFICA TE NUMBER ATL-Q01157130-01 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY. THIS CERTIFICATE ODES NOT A~END. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES DESCRIBED HEREIN, PRODUCER Marsh USA Inc. PO Box459010 Sunrise, FL 33345-9010 COMPANIES AFFORDI NO COVERAGE 896697--ALMlC-06-07 COMPANY A TRAVELERS INDEMNllYCO. OF AMERICA RESOLVE MARINE GROUP 2550 EISENHOWER BLVD. SUITE #204 PORT EVERGLADES, FL 33316 COMPANY B INS. CO. OF THE STATE OF PA INSURED COMPANY eN/A COMPANY ON/A TO CERTIFY THAT OF HEREIN HAVE BEEN FOR PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDuCED BY PAID CLAIMS ..~~_.__... TYPE OF INSURANCE POLlCT NUMSER I GENERAL LlASILITY POLlCT EFFECTIVE IpOLICT EXPIRATION I DATE (MM/DOITY) DATE IMMIOOIYY) LIMITS A r--l~"~~MERCIAL GeNE~AL LIABILITY Om I CLAIMS MADE l_j OCCUR I_I OWN~~~:~~CTOR'S :::T 1"---: ----- . I AUTOMOBILE LIABILITY <<W""j ANY AUTO I I ALL OWNEO AUTOS 1----1 i-..~.-..-..j SCHEDULEO AUTOS I X I HIRED AUTOS r~--"i NON-OWNeD AUTOS ,X COMPo OED: $1,000 i"x--OLL. OED: $1,000 GARAGE LIABILITY 810-3921 C6S0- TIL-05 03/21/06 03/21/07 GENERAL AGGREGATe . $, PRODUCTS.. COME'/OP AG~""_" PERSONAL & ADV INJURY : $, i_~ACH OCCLlRR_ENCE..~-,!.____.. , $ $ $ 1,000.000 BODILY INJURY (Per pelS'") $, BODILY iNJURY (Per 'ccident) i$ ! I PROPERTY DAMAGE I $, ~I _~CESS LIASILITY I UMBRELLA FORM I OTHER THAN UMBRELLA FORM . WORKERS COMPENSATION AND i EM? LOVERS' LIASI LITY WC295.58-48 03/14/06 103/14/07 I i I AUTO ONLY - EA ACCIOENT I OTHfR TIiAN ~UTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE $ ANY AUTO B THe PROPRleTORI PARTNERS/eXECUTIVE OFFICERS ARE. TH r--1 L~j INCL EXCL I OESCRIPTlON Of OPERATIONSILOCAT!ONSfVEHIC~ESISPECIAL ITEMS RE: EVIDENCE OF INSURANCE MONROE COUNTY PURCHASING OFFICE 1100 SIMONTON STREET ROOM 1.213 KEY WEST, FL 33040 SHOULD ANY OF THE POliCIES DESCRIBED HE:Rt:I~. BE CANCELLED BEFORE THE EX.pjRATlON DAle tHEREOF, THE lNSURER AFFORDING COVERAGE W~LL ENDEAVOR YO MAlL --3Jl DAYS WRITTEN NonCE TO THE CERT!nCATE HOLDER NAMED H!;;RE1N, BUT rA~LURE TO MAIL SUCH NOTjCE SHALL IMPOSE NO OBLIGATION OR UA8lUTY OF ANY KIND UPON THE iNSUR ER AFFORDIN'3 COVE:H'AGE. ITS AGENTS OR REPRESENTATiVES, OR THE ~SStJER OF TH~S CERTIFICATE MARSH USA INC. BY' Juan Hernandez Marsh liSA Inc. 1166 Avenue of the Americas New York, NY 10036-2774 Telephone 212 3456000 MARSH Certificate of Insurance Issued to: Momoe County Purchasing Office 1100 Simonton Street, Room I ~2 I 3 Key West, Florid,!- 33040 Date: Risk Number: March 30, 2006 02~OI80-06 This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder other than those provided by this policy. This Certificate does not amend, extend or alter the coverage aff'orded by the policies described herein. ASSURED RESOLVE MARINE GROUP, INC., ET AL LOSS PAYEE Assured, or order. This is to certify that the policies of insurance described herein have been issued to the Insured named herein for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which the Certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, conditions and exclusions of such policies. Limits shown may have been reduced by paid claims. COVERING As Attached PERIOD OF INSURANCE From: March 30, 2006 ~ 12:01 AM, EST To: March 30, 2007 - 12:01 AM, EST INSURED AMOUNT As attached INSURED WITH As attached PARTICIPA TION As attached Should any of the policies described herein be cancelled before the expiration date thereof, the insu rer affording coverage will endeavor to mail ~ days' written notice to the Certificate Holder named herein.. but failure to mail such notice shall impose no obligation or liability of any kind upon the insurer affording coverage.. its agents or representatives. ate June 12,2006 RESOLVE CERT.SPECIAL WOROING-2006 NES.doClRG Page I of 6 Marsh USA Inc. 1166 Avenue of the Americas New York, NY 10036-2774 Telephone 212 3456000 MARSH Certificate of Insurance Date: Risk N umber: March 30, 2006 02-0180-06 SCHEDULE OF VESSELS Tug/Utility Boats Hull War P&I Vessel Name Insured Value Insured Value Limit LANA ROSE $425,000 $425,000 i $1,000,000 i LEWIS M $ 50,000 $ 50,000 $1,000,000 SUMMER STAR (ex: $425,000 $425,000 $1,000,000 Bengal Pride) WORK HORSE $125,000 $125,000 $1,000,000 GOLDEN EYE $ 11,000 $ 11,000 $1,000,000 BOB WHITE $175,000 $175,000 $1,000,000 Barges Hull War P&l Vessel Name Insured Value Insured Value limit RMG 400 $750,000 $750,000 $1,000.000 , RMG 300 $475,000 $475,000 $1,000,000 RMG 250 $425,000 $425,000 ! $1,000,000 RMG 60 $175,000 $175,000 $1,000,000 ! MRL 128 $450,000 $450,000 $1,000,000 PROTECTOR $ 50,000 $ 50.000 $1 ,000,000 RESOLVE CERT.SPEClAl WORDING.2006 NESdoclRG Page 2 of 6 Marsh USA Inc. ] 166 Avenue of the Americas New York, NY 10036-2774 Telephone 2] 23456000 MARSH Certificate of Insurance Date; Risk Number: March 30, 2006 02-0180-06 TERMS & CONDITIONS MARINE GENERAL LIABILITY INCLUDING CHARTERER'S LIABILITY Policy Aggregate Limit (Including Products-Completed $2,000,000 Operations Aggregate and including all endorsed cover) Bodily Injury and Property Damage Liability Personal and Advertising Injury Liability Products-Completed Operations Aggregate $1,000,000 $1,000,000 $1,000,000 Insured With Indemnity Insurance Company Of North America Navigators Insurance Company Participation 70% 30% HULL & MACHINERY Limits: As per policy schedule American Institute HuH Clauses (6/2/77). American Institute Tug Form (811/76). American Institute Total Loss Endorsement (11/l/75). Deductible $25,000 anyone accident or occurrence. Insured With Indemnity Insurance Company Of North America Navigators Insurance Company Participation 70% 30% PROTECTION & INDEMNITY (INCLUDING JONES ACT) Limit: $1,000,000 anyone accident or occurrence SP-23 (Revised 1/56) Form. Including Collision andlor Tower's Liability in excess of Hull Values but always within the Combined Single Limit. Including Third Party Pollution excluding Water Quality Insurance Syndicate, CERCLA, and Oil Pollution Act. Including "As Owners" Clause. Privilege to Charter Clause. Owners, if working, are covered for maintenance and cure, only, up to $25 per day. Deductible $10,000 anyone accident or occurrence or series of accidents or occurrences arising out oT anyone event but $10,000 anyone accident or occurrence in respect of crew claims. Insured With Indemnity Insurance Company Of North America Navigators Insurance Company Particivation 70% 30% RESOLVE CERT.SPECIAL WORDlNG.2006 NES.dodRG Page 3 of 6 Marsh USA Inc. 1166 Avenue of the Americas New York, NY 10036-2774 Telephone 212 345 6000 MAR S H Certificate of Insurance Date: Risk N umber: March 30, 2006 02-0180-06 TERMS & CONDITIONS (Continued) WAR RISK Limits: As per policy Schedule American Institute Hull War Risk and Strikes Clauses 87B-I08 including American Hull Insurance Syndicate Addendum April, 1984. American Hull Insurance Syndicate War Risk Protection and Indemnity Clauses 1/18/70. Insured With Indemnity Insurance Company Of North America Navigators Insurance Company Participation 70% 30% POLLUTION Limit: $5,000,000 As per Water Quality Insurance Syndicate Pollution Wording 2003 Insured With Water Quality Insurance Syndicate Participatio n ]00% BUMBERSHOOT LIABILITIES $4,000,000 excess underlyings anyone accident or occurrence arising from the same event Combined Single Limit Navigators Management Co. Standard Marine Bumbershoot Wording Subject to same terms and conditions as per underlying insurance. Insured With Fireman's Fund Insurance Company Navigators Insurance Company Participation 500AJ 50% EXCESS LIABILITIES Limit: $45,000,000 excess of $5,000,000 underlyings anyone accident or occurrence arising from the same event Combined Single Limit American Institute Excess Marine Liabilities Clauses (November 3, 1977). Subject to same terms and conditions as per underlying insurance. Insured With Fireman's Fund Insurance Co. Navigators Insurance Co. Chubb Insurance Co. Indemnity Insurance Company Of North America Participation 33.34% 22.220/0 22.22% 22.22% RESOLVE CERT.SPEClAL WORDING.2006 NES.doc1RG Page 4 of 6 Marsh USA Inc. 1166 Avenue of the Americas New York, NY 10036-2774 Telephone 212 345 6000 MAR S H Certificate of Insurance Date: Risk Number: March 30, 2006 02-0180-06 EXCESS LIABILITIES Limit: $50,000,000 excesS of $50,000,000 underlyings anyone accident or OCcurrence arising from the same event Combined Single Limit American Institute Excess Marine Liabilities Clauses (November 3, 1977). Subject to same terms and conditions as per underlying insurance. Insured With Fireman's Fund Insurance Company Navigators Insurance Company Chubb lnsurance Co. Indemnity Insurance Company Of North America Participation 27% 25% 30% 18% RESOLVE CERT-SPECIAL WORDlNG-2006 NES.doc/RG Page 5 of 6 Marsh USA Inc. 1166 Avenue of the Americas New York, NY 10036-2774 Telephone 2123456000 MARSH Certificate of Insurance Date: Risk N urn her: March 30, 2006 02-0180.06 IN REM ENDORSEMENT It is noted and agreed that any loss, otherwise covered by this policy, shall be considered covered thereby even though asserted by an action "In Rem" instead of an action "In PersDnam", all limitations, exclusions, and other provisio~s of this policy shall be applicable to this endorsement. BREACH OF WARRANTY VESSEL MORTGAGE COVERAGE It is agreed that seaworthiness, ofthe vessel(s) insured by this policy is as between this company and AS DECLARED (hereinafter called the mortgagee) on the other part is hereby admitted and the interest of the mortgagee shall not be impaired or invalidated by any act of omission, or neglect of the mortgagee or, owner, master, agent, or crew of the vessel(s) insured by this policy, or by any failure to comply over which the mortgagee has control but has not exercised such control, or by any change in title, ownership, or management so such vessel(s): the interest of the mortgagee being that interest more particularly set forth in the mortgagee(s) on such vessel(s) in favor of the mortgagee, and the note attached thereto, said mortgage(s) and note being assignable to this Company on demand provided full payment of the interest, as herein set forth, of the mortgagee has first been paid. This coverage includes; but not limited to, Inchmaree protection. The amount of coverage under this endorsement shall be the unpaid principal amount of the mortgage~ however, in no event shall this Company's limit ofliability exceed $TBA various as per schedule. BLANKET ADDITIONAL INSURED ENDORSEMENT We agree that this policy shall include as additional insureds any person or organization to whom the Named Insured has agreed by written contract to provide coverage, but only respect to operations performed by or on behalf ofth~ Named Insured and only with respect to an "occurrence"; 1. otherwise covered by this policy; and 2. that occurred subsequent to the making of such written agreement. ~LANKET WAIVER OF SUBROGATION ENDORSEMENT We agree to waive any rights of subrogation to which we may be entitled if prior to an ~'occurrence", the Named Insured has agreed to such waiver in writing, but only to the extent required by said written agreement. This wording applies to all coverage contained herein with the exception of Pollution Liability. RESOLVE CERT.SPECIAL WORDING-2006 NESdoc/RG Page 6 of 6 ~~. CITY OF HOllYWOOD OCCUPATIONAL LICENSE .'-<:~~:_/ PRINT DATE: 11/04/05 THIS IS YOUR OCCUPATIONAL LICENSE. PLEASE DETACH AND POST IN A CONSPICUOUS PLACE AT THE BUSINESS LOCATION. PLEASE DO NOT REMIT ANY PAYMENT, THIS IS NOT A BILL. Business Name: RESOLVE TOWING & SALVAGE INC Business Location: 2550 EISENHOWER BLVD Business Class: TOWING /WRECKER T ax Basis: 2 - 4 WORKERS License Num ber: 06 24837 License Year: 10/01/05 Expiration Date: 09/30/06 NEW CHARGES: (Itemized Below) Commentsi// Base Fee 114.00 . Additional Charges: TOTAL NEW CHARG~~ 114.00 Penalty Amount: .00 Previous Balance Due: .00 TOTAL AMOUNT PAlo.: 114.00 PURSUANT TO STATE LAW, THE OCCUPATIONAL LICENSE TAX IS LEVIED ON THE PRIVILEGE OF DOING BUSINESS WITHIN A CITY'S LIMITS, AND IS NON~REGULATORY IN NATURE. ISSUANCE OF AN OCCUPATIONAL LICENSE BY THE CITY OF HOLLYWOOD DOES NOT MEAN THAT THE CITY HAS DETERMINED THAT THE EXISTING OR PROPOSED USE OF A LOCATION IS LAWFUL. ISSUANCE OF AN OCCUPATIONAL LICENSE DOES NOT LEGALIZE OR CONDONE THE NATURE OF THE BUSINESS BEING CONDUCTED IF CONTRARY TO ANY LOCAL, STATE OR FEDERAL LAWS OR REGULATIONS. FORM NO 401-280/AC 25-061 Board of County Commissioners, Broward Counly Florida BROWARD COUNTY OCCUPATIONAL LICENSE TAX FOR PERIOD OCTOBER 1,2005 THRU SEPTEMBER 30, 2006 c:!';RENEWAL d'NEW o TRANSFER DATE BUSINESS OPENED SEe # :it ~t. ;I ::'1~~;~"" TAX. BACK TAX <tl~'i j.{)-/<(~;;? PENALTY TC.FEE TRANSFER $:i~ ;7. {~( PENALTIES IF PAID OCT. - 10% NOV. - 15% 'DEC, .20% . After DEC. 31 .25% . Plus Tax CollecUon Fee of up to $25.00 Ba sed on Cost of Lice nse if Pa id On or After November 30. ACCOUNT NUMBER STATE OR COUNTY CERTIREG # Business LocaUon Address: ::~j~;E:1~> &::1. ~~e:N,'~Ct~;-m".Fk. ~ L__. :;'iC> :2.'Ot+ :;; :s :'i'I ~. ,"", TOTAL -;f;J:1. 1, '0 {; 1~'T ~...,f:;''l.}~\~:l'<.t.'i;",L$ m ~,JS ;r. t-":H"it'fl~ 1~-' ;pj r"'i~Dhg;; : .t ~;:w-0S~;"-+} -'.;74.t1>'~1'-~'E~,,;r<}o r THIS LICENSE MUST BE CONSPICUOUSLY DISPLAYED TO PUBLIC VIEW AT THE LOCATION ADDRESS ABOVE. i~~$t~t..VJ?E F" i:~~0,~~,EL+t,.. ~;;" t~ E:: C;.J"t, :L. po .fJR,OY" ,~., "El.g:':ilL V$;li:;rr~ r:~]L.. 32::1: ~~ J;~ B TYPE OF LICENSE TAX PAID rlll,~~~~~:;:'r:!:r1~: .Ei4t~\iR'i$ili: $:; '"ff-C1t~jlf'A{~~ 7" t.)t,,~ :~;TS BROWARD COUNTY REVENUE COLLECTOR 115 S. Andrews Avenue, Governmental Center Annex FORT LAUDERDALE, FL 33301 www.broward.org/revenue 2005-2006 PAYMENT RECEIVED AS VALIDATED ABOVE 'SEE INSTRUCTIONS ON BACK OF LAST COpy (j<>-O.~::<.){}.i)(}{)4) f;')~)ot;J-{).{)a::"L f'j,() {"J;<>(~~[,jJQ-(~ :2t~:..:'J, r::>{'~i}~$:t 7'fl.,; :l ~",I)<>~t-