Loading...
HomeMy WebLinkAboutD&J Enterprises, Inc. Hurricane/Disaster Debris Removal Agreement - 2018 09 14AGREEMENT FOR HURRICANEIDISASTER DEBRIS REMOVAL, REDUCTION and DISPOSAL THIS AGREEMENT is made and entered this 14 HI day of b mot8, by and between the CITY OF WINTER SPRINGS, FLORIDA, a Florida municipal corporation ("City"), located at 1126 E. State Road 434, Winter Springs, Florida 32708, and D&J OF ALABAMA, INC., d/b/a D&J ENTERPRISES, INC., an Alabama corporation authorized to do business in Florida ("Contractor"), whose principal address is 3495 Lee Road 10, Auburn, AL 36832-8040. WITNESSETH: WHEREAS, the City desires to retain the Contractor for the work identified in the bid and/or proposal specifications outlined in the Request for Proposal for Hurricane/Disaster Debris Removal, Reduction and Disposal RFP No. 007 -18 -SB ("Debris Removal Services" or "Services"); and WHEREAS, the City desires to retain the Contractor to provide Debris Removal Services, as subsequently specifically set out in Task Orders to be issued under this Agreement; and WHEREAS, the Contractor is willing to provide such Debris Removal Services to the City under the terms and conditions stated herein; and WHEREAS, the Contractor hereby warrants and represents to the City that it is competent and otherwise able to provide professional and high quality services to the City; and WHEREAS, all City -promulgated bid documents pertaining to Debris Removal Services and all submissions of the Contractor in the proposal submitted to the City are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein; and WHEREAS, the City desires to retain the Contractor to provide all labor, materials, equipment, facilities, and services in accordance with the guidelines provided in the bid documents; and NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties covenant and agree as follows: 1.0 TERM AND DEFINITIONS 1.1 Unless sooner terminated by either Party pursuant to the terms and conditions herein, this Agreement shall terminate on the fifth (5th) anniversary of the Effective Date. 1.2 The terms and conditions of any Task Order, as described in Section 2.0 hereof, shall be as set forth in such Task Order. Any Taste in effect at the termination of this Agreement Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 1 shall remain in effect until completion of said Task Order, and all of the terms and conditions of this Agreement shall survive until completion of all Task Orders. 1.3 Definitions. The following words and phrases used in this Agreement shall have the following meaning ascribed to thein unless the context clearly indicates otherwise: a. "Agreement" or "Contract" shall be used interchangeably and shall refer to this Agreement, as may be amended from time to time, which shall constitute authorization for the Contractor to provide the Debris Removal Services approved by Task Order by the City and is also sometimes referred to herein to include all Task Orders approved hereunder. b. "Effective Date" shall be the date on which the last signatory hereto shall execute this Agreement, and it shall be the date on which this Agreement shall go into effect. The Agreement shall not go into effect until said date. C. "Contractor" shall mean D&J Enterprises, Inc. and its principals, employees and resident project representatives (and assistants). d. "Public Record" shalt have the meaning given in section 119.011(12), Florida Statutes, as may be amended. C. "Reimbursable Expenses" shall mean the actual expenses incurred by the Contractor or Contractor's independent professional associates and Contractors which are directly related to travel and subsistence at the rates, and under the requirements of, Section 112.061, Florida Statutes, as may be amended or any other actual and direct expenses the City agrees to reimburse by Task Order. f "Work" or "Services" shall be used interchangeably and shall include the performance of the work agreed to by the parties in a Task Order. g. "Task Order" shall mean a written document approved by the parties pursuant to the procedure outlined in Section 2.0 of this Agreement, and any amendments thereto approved pursuant to the procedures outlined in Section 3.0 herein, which sets forth the Work to be performed by the Contractor under this Agreement, and shall include, without the necessity of a cross-reference, the terms and conditions of this Agreement. 1.4 Engagement. The City hereby engages the Contractor and the Contractor agrees to perform the Services outlined in this agreement for the stated fee arrangement. No prior or present representations shall be binding upon any of the parties hereto unless incorporated in this Agreement. 2.0 DESCRIPTION OF SERVICES 2.1 The City shall make request of the Contractor to perform Debris Removal Services on a "task" basis. The City will communicate with the Contractor, verbally or in writing, a general description of the task to be performed. The Contractor will generate a detailed Scope of Work Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 2 ell document with a Schedule and rates, not to exceed those rates included in the Contractor's Response to the _City's_RFP No. 007 -18 -SB, to accomplish the task and send the thus developed "Task Proposal" to the City. Tasks shall beperformed in accordance with the standards contained in the RFP No. 007 -18 -SB, which shall be fully incorporated herein by this reference as Attachment "A." For any Tasks where time and materials compensation is permitted (sum of the actual cost of materials and direct labor hours charged at fixed hourly rates that reflect wages, general and administrative expenses, and profit), the Task Order shall include a ceiling price that the Contractor shall exceed at its own risk. The City will review the Task Proposal, along with any other task proposals submitted to the City by other contractors, and if the description, cost and other details of the Task Proposal are deemed by the City to be in the City's best interests, the parties will enter into a mutually agreeable written "Task Order." The Scope of Services generally to be provided by the Contractor through a Task Order may include any Debris Removal Services provided for in RFP No. 007- 18 -SB and may contain written terms and conditions which are deemed supplemental to this Agreement. The City will issue a notice to proceed to the Contractor in the form of a letter and/or an executed City purchase order. Upon receipt of the signed Task Order and the written notice to proceed from the City, the Contractor shall perform the services set forth in the Task Order. 2.2 The City reserves the right, at its discretion, to perform any services related to this Agreement or to retain the services of other debris removal companies to provide professional services. Further, the City does not guarantee that any Work will be assigned to Contractor under this Agreement. The Contractor acknowledged that the Contractor shall stand by and remain inactive for much of the duration of this Agreement and may only be called to active duty when a debris -generating event occurs. The City reserves the right to assign or contract for professional services with any party at its sole discretion. No provision of this Agreement shall be construed to require the City to assign any Work or task to Contractor under this Agreement. 2.3 The maximum hourly rates and certain direct charges or unit prices, as applicable, that can be charged under this Agreement by Contractor, unless otherwise agreed by the City in writing, are set forth in the Contractor's Response to RFP No. 007 -18 -SB and fully incorporated herein by this reference as Attachment `B." 2.4 As provided above, Tasks shall be performed in accordance with the standards contained in the RFP No. 007 -18 -SB, which shall be fully incorporated herein by this reference as Attachment "A." The following standards are emphasized herein: a. Contractor shall be capable of assembling, directing, and managing a work force that can complete the debris management operations in 120 days. The duration of effort/completion dates of all tasks will be determined by the City after consultation with the Contractor and established in each appropriate Task Order. b. Contractor shall provide collection equipment within 24 hours after a natural disaster has occurred and roads are accessible at the designated Collection Service Area. Within Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 3 �r five (5) calendar days of collection commencement, the Contractor must provide collection equipment sufficient to collect a minimum of 500 cubic yards of debris per day. Within seven (7) calendar days of collection commencement, the Contractor must provide collection equipment sufficient to collect a minimum of 1,000 cubic yards of debris per day. C. Contractor shall begin grinding vegetative debris within fifteen (15) calendar days of temporary debris site opening and removal mulch/wood chips within twenty (20) calendar days of site opening. Contractor shall begin removal of Construction and Demolition debris from the temporary debris site within twenty (20) days of site opening. 3.0 CHANGES IN THE SCOPE OF WORK 3.1 The City may make changes in the Services at any time by giving written notice to the Contractor. If such changes increase (additional services) or decrease or eliminate any amount of Work, the City and the Contractor will negotiate any change in total cost or schedule modifications. If the City and the Contractor approve any change, the Task Order will be modified in writing to reflect the changes; and the Contractor shall be compensated for said services in accordance with the terms of Article 5.0 herein. All change orders shall be authorized in writing by the City's and the Contractor's designated representative. 3.2 All of City's said Task Orders and amendments thereto shall be performed in strict accordance with the terms of this Agreement insofar as they are applicable. 4.0 SCHEDULE 4.1 The Contractor shall perform services in conformance with the mutually agreed schedule set forth in the negotiated Task Order. The Contractor shall complete all of said services in a timely manner and will submit a written progress report upon completion of one-third and again upon two-thirds completion of a Task or as otherwise reasonably requested by the City. Should the Contractor fall behind the agreed upon schedule, it shall employ such resources so as to comply with the agreed -upon schedule. 4.2 No extension for completion of services shall be granted to the Contractor without the City's prior written consent, except as provided in Sections 3.1 and 19.1 herein. 4.3 Any cost caused by defective or ill -timed services shall be borne by the party responsible therefore. 5.0 METHODS OF PAYMENT FOR SERVICES AND EXPENSES OF CONTRACTOR 5.1 General Services. For basic and additional Services performed by the Contractor's principals, employees and resident project representatives (and assistants) pursuant to paragraphs 2.0 and 3.0, the City agrees to pay the Contractor an amount equal to that agreed upon by the parties for a particular Task Order. However, payment terms must be consistent with the terms Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 4 a, and conditions in this Agreement. To the extent that the payment terms in any Task Order conflict with the payment terms set forth in this Agreement, the conflicting provisions of this Agreement shall prevail. 5.2 Florida Prompt Payment Act. Payment shall be due and payable as provided by the Florida Prompt Payment Act Section 218.70 et. seq., Florida Statutes. 5.3 Miscellaneous. Under no circumstances shall actual or direct costs under this Agreement include costs associated with inefficiency, offsite or home office overhead, loss of productivity, consequential damages, legal or consulting costs or costs associated with delays caused in whole or in part by the Contractor. 5.4 Errors and Deficiencies. The Contractor shall not invoice the City or seek any compensation from the City to correct or revise any errors or deficiencies in the Contractor's services provided under this Agreement. 5.5 Payment Offsets. To the extent that the Contractor owes the City any money under this or any other Agreement with the City, the City shall have the right to withhold payment and otherwise back charge the Contractor for any money owed to the City by the Contractor. 5.6 Payment not Waiver. The City's payment of any invoice under this Agreement shall not be construed or operate as a waiver of any rights under this Agreement or any cause of action arising out of the performance of this Agreement and the Contractor shall remain liable to the City in accordance with applicable law for all damages to the City caused by the Contractor's performance of any Services provided under this Agreement. 5.7 Delay Remedy. The risk of any monetary damages caused by any delays in performing the Services under this Agreement and any Task Order are accepted and assumed entirely by the Contractor, and in no event shall any claim relating thereto for an increase in compensation be made or recognized. The Contractor shall not make any claim nor seek any damages of any kind against the City for any delays, impacts, disruption or interruption caused by any delay. The Contractor's remedy for a delay shall be an equitable extension of time to perform the Services for each day of such delay that impacts the critical path of the schedule established under this Agreement or specific Task Order. 5.8 Acceptance of Payment. Acceptance of final payment by the Contractor for a specific Task Order shall constitute a release of all claims for payment which the Contractor may have against the City for that Task Order unless such claims are specifically reserved in writing and transmitted to the City by the Contractor prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Contractor or to any remedies the City may pursue with respect to such claims. 5.9 Payment Adjustments. It is agreed that payment by the City of any billing will not constitute agreement as to the appropriateness of any item and that at the time of any final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the Contractor, the Contractor agrees to refund such Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&I Enterprises, Inc. 5 6/1 overpayment to the City within ninety (90) days of notice of any such overpayment. Such refund shall not constitute a waiver by the Contractor for any claims relating to the validity of a finding by the City of overpayment. 5.10 Partial Payments. Payment made to the Contractor shall not constitute acceptance of the work or any portion thereof which is not in accordance with this Agreement. The City retains the right to pay only that percentage of the total contract amount that equals the same percentage that work completed bears to the total amount of work required to be performed under this Agreement. If the City objects to all or any portion of any invoice, it shall notify the Contractor of the same within five (5) days from the date of receipt and shall pay that portion of the invoice not in dispute. The parties shall immediately make every effort to settle the disputed portion. 5.11 Liquidated Damages. Liquidated damages in the amount of up to $5,000.00 per day shall be owed to the City as provided in RFP No. 007 -18 -SB, including for closure of temporary debris sites, failure to provide back-up grinders within 48 hours of equipment breakdown, failure to provide audit quality information by 5:00 p.m. of the following day of operation, loads not properly tarped or covered, mixing debris hauled from other sources, and mixing vegetation and construction debris materials. 6.0 RIGHT TO INSPECTION 6.1 The City or its affiliates shall at all times have the right to review or observe the Services performed by the Contractor. 6.2 No inspection, review or observation shall relieve the Contractor of its responsibility under this Agreement. 7.0 PROGRESS MEETING 7.1 The City's designated Project Manager may hold periodic progress meetings on a monthly basis, or more frequently if required by the City, during the term of any Task Order entered into under this Agreement. The Contractor's Project Manager and all other appropriate personnel shall attend such meetings as designated by the City's Project Manager. 8.0 SAFETY 8.1 The Contractor shall be solely and absolutely responsible and assume all liability for the safety and supervision of its principals, employees and resident project representatives (and assistants) while performing Services provided hereunder. 9.0 REASONABLE ACCESS 9.1 During the term of this Agreement, the City shall grant the Contractor reasonable access to the City's premises, records and files for purposes of fulfilling its obligations under this Agreement. Agreement_ for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 6 &"� 10.0 INSURANCE 10.1 Liability Amounts. During the term of this Agreement, the Contractor shall be responsible for providing the types of insurance and limits of liability as set forth below. a. General Liability. The Contractor shall maintain comprehensive general liability insurance in the minimum amount of $1,000,000.00 as the combined single limit for each occurrence, with a deductible no greater than $5,000.00, unless a higher deductible is pre - approved by the City Manager, to protect the Contractor from claims of property damages and personal injury which may arise from any Services performed under this Agreement, whether such Services are performed by the Contractor or by anyone directly employed by or contracting with the Contractor. b. Automobile Liability. The Contractor shall maintain comprehensive automobile liability insurance in the minimum amount of $1,000,000 per occurrence combined single limit for bodily injury, including wrongful death, and property damage, which may arise from the ownership, use or maintenance of owned and non -owned automobiles, including rented automobiles, whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor. C. Workers' Compensation. The Contractor shall maintain, during the life of this Agreement, adequate Workers' Compensation Insurance and Employers' Liability Insurance in at least such amounts as are required by law for all of its employees performing Work for the City pursuant to this Agreement. 10.2 Special Requirements. Current, valid insurance policies meeting the requirements herein identified shall be maintained during the term of this Agreement. Renewal certificates shall be sent to the City thirty (30) days prior to any expiration date. There shall also be a thirty (30) day advance written notification to the City in the event of cancellation or modification of any stipulated insurance coverage. The City shall be an additional named insured on stipulated insurance policies included in article 10.1.a and 10. Lb herein, as its interest may appear, from time to time. 10.3 The insurance required by this Agreement shall include the liability and coverage provided herein, or as required by law, whichever requirements afford greater coverage. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty (30) days' prior written notice has been given to the City, and the Contractor by certified mail, return receipt requested. All such insurance shall remain in effect until final payment. In the event that the Contractor shall fail to comply with the foregoing requirement, the City is authorized, but in no event shall be obligated, to purchase such insurance, and the City may bill the Contractor. The Contractor shall immediately forward funds to the City in full payment for said insurance. It is expressly agreed that neither the provision of the insurance referred to in this Agreement nor the City's acceptance of the terms, conditions or amounts of any insurance policy shall be deemed a warranty or representation as to adequacy of such coverage. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 7 (:F/ All insurance coverage shall be with insurer(s) rated as A+ by Best's Rating Guide (or equivalent rating and rating service as reasonably determined by the City Manager) and licensed by the State of Florida to engage in the business of writing of insurance or provided through the London Market for Professional Liability Insurance. The Contractor shall cause its insurance carriers, prior to the effective date of this agreement to furnish insurance certificates specifying the types and amounts of coverage in effect pursuant hereto, the expiration dates of such policies, and a statement that no insurance under such policies will be canceled without thirty (30) days' prior written notice to the City in compliance with other provisions of this Agreement. Further copies of all relevant policies will be provided to the City within thirty (30) days of the effective date of this agreement. If the City has any objection to the coverage afforded by or other provision of the insurance required to be purchased and maintained by the Contractor in accordance with this Article on the basis of its not complying with the Agreement, the City shall notify the Contractor in writing thereof within thirty (30) days of the date of delivery of such certificates to the City. For all Work performed pursuant to this Agreement, the Contractor shall continuously maintain such insurance in the amounts, type and quality as required by the Agreement. 10.4 Independent Associates and Contractors. All independent associates and contractors employed by the Contractor to perform any Services hereunder shall fully comply with the insurance provisions contained in this paragraph. 11.0 COMPLIANCE WITH LAWS AND REGULATIONS 11.1 The Contractor shall comply with all requirements of federal, state and local laws, rules, regulations, standards and/or ordinances applicable to the performance of Services under this Agreement. 12.0 REPRESENTATIONS 12.1 The Contractor represents that the Services provided hereunder shall conform to all requirements of this Agreement and any Task Order, shall be consistent with recognized and sound debris removal practices and procedures; and shall conform to the customary standards of care, skill, and diligence appropriate to the nature of the Services rendered. The Contractor shall perform as expeditiously as is consistent with professional skill and care and the orderly progress of the Services performed hereunder. The Contractor's services shall be consistent with the time periods established under this Agreement or the applicable Task Order. The Contractor shall provide the City with a written schedule for services performed under each Task Order and such schedule shall provide for ample time for the City to review, for the performance of Contractors (if any), and for the approval of submissions by authorities having jurisdiction over the services. The Contractor's designated representative shall have the authority to act on the Contractor's behalf with respect to the Services. In addition, the Contractor's representative shall render decisions in a timely manner in order to avoid unreasonable delay in the orderly and sequential progress of the Services. Except with the City's knowledge and consent, the Contractor shall not engage in any activity, or accept any employment, interest or contribution that would reasonably Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 8 C) appear to compromise the Contractor's professional judgment with respect to the Services. The Contractor shall review laws, codes and regulations applicable to the Contractor's Services. The Contractor's services and design shall comply with all applicable requirements imposed by all public authorities. The Contractor represents and warrants that it is familiar with, and accepts that it will perform the Services hereunder in a manner that complies with all applicable requirements of law, codes, and regulations. The Contractor shall be responsible for the professional quality, technical accuracy and the coordination of all plans, studies, reports and other services furnished to the City under this Agreement. Unless this Agreement is terminated by the City, or terminated by the Contractor for nonpayment of any proper invoices, or the City exercises its rights to perform the Services pursuant to under Section 2.2 herein, the Contractor shall be responsible for the satisfactory and complete execution of the Services described in this Agreement and any Task Order. The Contractor represents that it will carefully examine the scope of services required by the City in the Task Order, that it will investigate the essential requirements of the services required by the Task Order and that it will have sufficient personnel, equipment and material at its disposal to complete the services set forth in the Task Order in a good professional and workmanlike manner in conformance with the requirements of this Agreement. 12.2 The Contractor represents that all principals, employees and other personnel furnishing such Services shall be qualified and competent to perform the Services assigned to them and that such guidance given by and the recommendations and performance of such personnel shall reflect their best professional knowledge and judgment. 13.0 GUARANTEE AGAINST INFRINGEMENT 13.1 The Contractor guarantees that all Services performed under this Agreement shall be free from claims of patent, copyright, and trademark infringement. Notwithstanding any other provision of this Agreement, the Contractor shall indemnify, hold harmless and defend the City, its officers, directors, employees, agents assigns and servants from and against any and all liability, including expenses, legal or otherwise, for actual or alleged infringement of any patent, copyright or trademark resulting from the use of any goods, services or other item provided under this Agreement. Notwithstanding the foregoing, the Contractor may elect to provide non - infringing services. 14.0 DOCUMENTS/PUBLIC RECORDS 14.1 Public Records. Pursuant to Section 119.0701, Florida Statutes and other applicable public records laws, Contractor agrees that any records, documents, transactions, writings, papers, letters, computerized information and programs, maps, books, audio or video tapes, films, photographs, data processing software, writings or other material(s), regardless of the physical form, characteristics, or means of transmission, of Contractor related, directly or indirectly, to the services provided to the City under this Agreement and made or received pursuant to law or ordinance or in connection with the transaction of official business by the City, may be deemed to be a public record, whether in the possession or control of the City or the Contractor. Said records, documents, transactions, writings, papers, letters, computerized information and programs, maps, books, audio or video tapes, films, photographs, data processing Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 9 6?-// software, writings or other material(s), regardless of the physical form, characteristics, or means of transmission of Contractor are subject to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written approval of the City's designated custodian of public records. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE CITY CLERK, AT (407) 327-5955, aluaces@winterspringsfl.org, City Clerk's Office, 1126 E. State Road 434, Winter Springs, FL 32708. Contractor is required to and agrees to comply with public records laws. Contractor shall keep and maintain all public records required by the City to perform the services as agreed to herein. Contractor shall provide the City, upon request from the City Clerk, copies of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by law. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term. Upon completion of the Agreement, Contractor shall transfer to the City, at no cost, all public records in possession of the Contractor, provided the transfer is requested in writing by the City Clerk. Upon such transfer, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. However, if the City Clerk does not request that the public records be transferred, the Contractor shall continue to keep and maintain the public records upon completion of the Agreement and shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City Clerk, in a format that is compatible with the information technology systems of the City. Should the City not possess public records relating to this Agreement which are requested to be inspected or copied by the City or any other person, the City shall immediately notify Contractor of the request and the Contractor shall then provide such records to the City or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with a public records request, the City may enforce this Section to the extent permitted by law. Contractor acknowledges that if the Contractor does not provide the public records to the City within a reasonable time, the Contractor may be subject to penalties under Section 119.10, Florida Statutes. The Contractor acknowledges that if a civil action is filed against the Contractor to compel production of public records relating to this Agreement, the court may assess and award against Contractor the reasonable costs of enforcement, including reasonable attorney fees. All public records in connection with this Agreement shall, at any and all reasonable times during the normal business hours of the Contractor, be open and freely exhibited to the City for the purpose of examination, audit, or otherwise. Failure by Contractor to grant such public access and comply with public records laws and/or requests shall be grounds for immediate unilateral cancellation of this Agreement by the City upon delivery of a written notice of cancellation. If the Contractor fails to comply with this Section, and the City must enforce this Section, or the City suffers a third party award of attorney's fees and/or damages for violating Chapter 119, Florida Statutes, due to Contractor's failure to comply with this Section, the City shall collect from Contractor prevailing party attorney's fees and costs, and any damages incurred Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 10 6�� by the City, for enforcing this Section against Contractor. And, if applicable, the City shall also be entitled to reimbursement of all attorneys' fees and damages which the City had to pay a third party because of the Contractor's failure to comply with this Section. The terms and conditions set forth in this Section shall survive the termination of this Agreement. 15.0 ASSIGNMENT 15.1 Contractor may subcontract work under this Agreement provided all subcontractors shall have comply with all performance standards and insurance requirements set forth in this Agreement. Contractor may utilize only one (1) level of subcontract will be permitted to operate any Temporary Debris Sites. 15.2 If any part of this Agreement is subcontracted by the Contractor, the Contractor shall be fully responsible to the City for all acts and/or omissions performed by the subcontractor as if no subcontract had been made. 15.3 If the City determines that any subcontractor is not performing in accordance with this Agreement, the City shall so notify the Contractor who shall take immediate steps to remedy the situation. 15.4 If any part of this Agreement is subcontracted by the Contractor, prior to the commencement of any Work by the subcontractor, the Contractor shall require the subcontractor to provide the City and its affiliates with insurance coverage as set forth by the City. 16.0 INDEPENDENT CONTRACTOR 16.1 At all times during the term of this Agreement, the Contractor and any approved subcontractors shall be considered an independent contractor(s) and not an employee(s) of the City. 17.0 DEFAULT BY CONTRACTOR AND CITY'S REMEDIES 17.1 In addition to the City's right to terminate this Agreement for convenience under Section 18.0 of this Agreement, the City also reserves the right to revoke and terminate this Agreement for a default and to rescind all rights and privileges associated with this Agreement, without penalty, based on a default including, but not limited to, any of the following circumstances, each of which shall represent a default and breach of this Agreement: a. The Contractor defaults in the performance of any material covenant or condition of this Agreement and does not cure such other default within fifteen (15) calendar days after written notice from the City specifying the default complained of, unless, however, the nature of the default is such that it cannot, in the exercise of reasonable diligence, be remedied within fifteen (15) calendar days, in which case the Contractor shall have such time as is reasonably Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 11 necessary to remedy the default, provided the Contractor promptly takes and diligently pursues such actions as are necessary therefore; or b. The Contractor is adjudicated bankrupt or makes any assignment for the benefit of creditors or the Contractor becomes insolvent, or is unable or unwilling to pay its debts; or C. The Contractor has acted grossly negligent, as defined by general and applicable law, in performing the Services hereunder; or d. The Contractor has committed any act of fraud upon the City; or e. The Contractor has made a material misrepresentation of fact to the City while performing its obligations under this Agreement. L The Contractor has assigned this Agreement or any Task Order without the City's prior written consent. 17.2 Notwithstanding the aforementioned, in the event of a default by the Contractor, the City shall have the right to exercise any other remedy the City may have by operation of law, without limitation, and without any further demand or notice. 17.3 In the event of such termination upon default and breach of this Agreement, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City's property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement, and the City may withhold any payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the City from the Contractor can be determined. 17.4 In addition to any other remedies available at law or provided herein or in RFP No. 007 -18 -SB and notwithstanding the aforementioned in this Section 17.0, the City shall be permitted to terminate this Agreement immediately, with no opportunity for Contractor to cure, for any of the following material defaults: a. Mixing debris hauled from other sources with debris hauled under this Agreement; b. Mixing vegetation debris with construction and demolition debris; c. Unapproved changes to placards on certified trucks or trailers; d. Collection of any non -eligible, non -City approved stumps or debris; e. Moving to another designated Collection Service Area without prior City approval; L Failure to provide service in accordance with FEMA guidelines; and Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 12 g. Soliciting work from private citizens or others to be performed in the designated Collection Service Area during the period of this Agreement. 18.0 TERMINATION 18.1 Notwithstanding any other provision of this Agreement, the City may, upon written notice to the Contractor, terminate this Agreement, without penalty, if. (a) the Contractor is in default pursuant to Section 17.0 Default; (b) the Contractor makes a general assignment for the benefit of its creditors; (c) the Contractor fails to comply with any condition or provision of this Agreement; or (d) the Contractor is experiencing a labor dispute which threatens to have a substantial, adverse impact upon performance of this Agreement without prejudice to any other right or remedy the City may have under this Agreement. 18.2 In addition, either party may terminate for convenience without penalty at any time upon thirty (30) days advance written notice. 18.3 In the event of termination, City shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for Work properly performed prior to the effective date of termination. 19.0 GOVERNING LAW & VENUE 19.1 This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole County, Florida. Venue for any federal action or litigation shall be Orlando, Florida. 20.0 HEADINGS 20.1 Paragraph headings are for the convenience of the parties only and are not to be construed as part of this Agreement. 21.0 SEVERABILITY 21.1 In the event any portion or part of thereof this Agreement is deemed invalid, against public policy, void, or otherwise unenforceable by a court of law, the parties shall negotiate an equitable adjustment in the affected provision of this Agreement. The validity and enforceability of the remaining parts of this Agreement shall otherwise by fully enforceable. 22.0 WAIVER AND ELECTION OF REMEDIES 22.1 Waiver by either party of any terms, or provision of this Agreement shall not be considered a waiver of that term, condition, or provision in the future. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 13 0 22.2 No waiver, consent, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of each party hereto. 23.4 THIRD PARTY RIGHTS 23.1 Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than the City and the Contractor. 24.0 PROHIBITION AGAINST CONTINGENT FEES 24.1 The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 25.4 ENTIRE AGREEMENT 25.1 This Agreement, including any Task Orders and Schedules, Attachments, Appendices and Exhibits attached hereto, constitute the entire agreement between the City and the Contractor with respect to the Services specified and all previous representations relative thereto, either written or oral, are hereby annulled and superseded. 26.0 NO JOINT VENTURE 26.1 Nothing herein shall be deemed to create a joint venture or principal—agent relationship between the parties, and neither parry is authorized to, nor shall either party act toward third persons or the public in any manner which would indicate any such relationship with the other. 27.4 ATTORNEY'S FEES 27.1 Should any litigation arise concerning this Agreement between the parties, the parties agree to bear their own costs and attorney's fees, whether at settlement, trial or on appeal. 28.0 COUNTERPARTS Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&1 Enterprises, Inc. 14 9/1 28.1 This Agreement may be executed in any number of counterparts, each of which when so executed and delivered shall be considered an original agreement; but such counterparts shall together constitute but one and the same instrument. 29.0 DRAFTING 29.1 The City and the Contractor each represent that they have both shared equally in drafting this Agreement and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute between the parties. 30.0 NOTICE 30.1 Any notices required to be given by the terms of this Agreement shal l be delivered by hand or mailed, postage prepaid to: For Contractor: For City: City of Winter Springs Attention: Shawn Boyle, Finance Director 1126 E. State Road 434 Winter Springs, Florida 32708 (407) 327-5960 sbo le winters rin sfl.or 30.2 Either party may change the notice address by providing the other party written notice of the change. 30.3 Any Notice given as provided herein shall be deemed received as follows: if delivered by personal service, on the date so delivered; if delivered to an overnight courier service, on the business day immediately following delivery to such service; and if mailed, on the third business day after mailing. 31.0 SOVEREIGN IMMUNITY 31.1 The City intends to avail itself of the benefits of Section 768.28, Florida Statutes and any other statutes and common law governing sovereign immunity to the fullest extent possible. Neither this provision nor any other provision of this Agreement shall be construed as Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 15 (V-/, a waiver of the City's right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on the City's potential liability under state or federal law. Contractor agrees that City shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further, City shall not be liable for any claim or judgment, or portion thereof, to any one person for over two hundred thousand dollars ($200,000.00), or any claim or judgment, or portion thereof, which, when totaled with all other claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or occurrence, exceeds three hundred thousand dollars ($300,000.00). Nothing in this Agreement is intended to inure to the benefit of any third party for the purpose of allowing any claim which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. This paragraph shall survive termination of this Agreement. 32.0 CORPORATE REPRESENTATIONS BY CONTRACTOR 32.1 The Contractor hereby represents and warrants to the City the following: a. The Contractor is duly registered and licensed to do business in the State of Florida and is in good standing under the laws of Florida, and is duly qualified and authorized to carry on the functions and operations set forth in this Agreement. b. The undersigned representative of the Contractor has the power, authority, and legal right to execute and deliver this Agreement on behalf of the Contractor. 33.0 INDEMNIFICATION AND LIMITATION OF LIABILITY 33.1 The Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, injuries, damages, losses, costs or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the Contractor in performance or non-performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Contractor shall also indemnify and hold harmless the City, its elected officials, officers, employees, agents, and volunteers, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by Contractor's breach or caused by other persons employed by the Contractor in the performance of the Agreement and any Task Order. Contractor's indemnification obligation under this paragraph shall not be limited in any way by a limitation on the amount or type of damages, compensation or benefits payable by or for Contractor, under workers' compensation acts, or other related policies of insurance. The Contractor specifically assumes potential liability for actions brought by the Contractor's own employees against the City and, solely for the purpose of this indemnification and defense, the Contractor specifically waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes. This waiver has been specifically and mutually negotiated by the parties. The indemnity provisions set forth in this Section shall survive termination of this Agreement. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 16 33.2 For other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Contractor expresses its willingness to enter into this Agreement with the knowledge that the Contractor's recovery from the City to any action or claire arising from the Agreement is limited to a maximum amount of the sum of any Agreement amount that is owed by the City for services actually performed by the Contractor to the City's complete satisfaction, and in no case shall exceed the amount provided in article 32.1 herein. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended either to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28 Florida Statutes, or to extend the City's liability beyond the limits established in said Section 768.28 Florida Statutes; and no claim or award against the City shall include attorney's fees, investigative costs, expert fees, suit costs or pre judgment interest. 34.0 ADDITIONAL ASSURANCES 34.1 The Contractor for itself and its Sub -Contractors, if any, certifies that: a. No principal (which includes officers, directors, or executive) or individual holding a professional license and performing work under this Agreement is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in any architecture, landscape architecture, engineering, or surveying activity by any Federal, State, or local governmental commission, department, corporation, subdivision or agency; b. No principal (which includes officers, directors or executive) or individual holding a professional license and performing work under this Agreement, employee or agent has employed or otherwise provided compensation to, any employee or officer of the City; and; C. No principal (which includes officers, directors or executive) or individual holding a professional license and performing work under this Agreement, employee or agent has willfully offered an employee or officer of the City any pecuniary or other benefit with the intent to influence the employee or officer's official action or judgment. d. The undersigned is authorized to execute this Agreement on behalf of the Contractor and said signature shall bind the Contractor to this Agreement. No further action is required by the Contractor to enter into this Agreement other than the Contractor's undersigned representative's execution of the Agreement. 35.0 FEDERAL CONTRACT REQUIREMENTS INCORPORATED 35.1 The Contractor acknowledges and agrees that FEMA financial assistance will be used to fund this Agreement. Accordingly, those contractual provisions required by FEMA and incorporated herein by this reference as Attachment "C" shall further govern this Agreement. 36.0 BONDS Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 17 9/ 36.1 The Contractor shall supply a performance and payment bond(s) in the form approved by the City Attorney and in accordance with Florida law upon execution of this Agreement. This initial performance and payment bond shall be in the amount of $300,000-00, to guarantee perfor;nance of initial mobilization and a minimum removal of 30,000 cubic yards of debris. Subsequent performance and payment bonds shall be required if the estimated debris removal will be in excess of 30,000 cubic yards, which will be specified in subsequent Task Orders. Furthermore, within thirty (30) days of completion of Services under this Agreement for a single disaster event, the Contractor shall supply an additional initial performance and payment bond in the form described above to guarantee performance in any subsequent disaster events. 37.0 COORDINATION OF CONTRACT DOCUMENTS. This Agreement consists of this Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal form and Exhibits A through C. If there is any inconsistency between this Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal form and any of the Exhibits, this form shall take precedence, then Attachment A, and finally Attachment B. IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by their duly authorized representatives as of the date first written above. CITY: CITY OF WINTER SPRINGS Ke Smith, anager ATTEST: Lorenzo-Luaces, MMC City Clerk CONTRACTOR: D&J M INC. Title cru 711111E Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 18 s SEAL a, ATTACHMENT A — REQUEST FOR PROPOSAL FOR HURRICANE/DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL RFP No. 007 -18 -SB Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 19 i`oo WF - REQUEST FOR PROPOSAL FOR HURRICANE 1 DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL RFP NO. 007 -18 -SB MAY 1, 2018 City of Winter Springs 1125 East State Road 434 Winter Springs, FL 32708 Table of Contents PART I GENERAL INFORMATION 1. Purpose.......................................................................... ............. 2. Selection Process and Evaluation...........................................................................................1 3. Procurement Schedule............................................................................................................1 4. Proposal Submission and Withdrawal....................................................................................I 5. Communication Protocol.......................................................:................................................2 6. Addenda..................................................................................................................................2 7. Rights of the CITY.................................................................................................................2 8. Proposal Preparation Costs.....................................................................................................3 9. interpretations.........................................................................................................................3 10. Non -Collusion Affidavit.......................................................................................................3 11. Public Entity Crimes.............................................................................................................3 12. Public Records Act / Information Disclosure to Third Parties.............................................3 13. Posting of Recommendation for Award...............................................................................4 14. Insurance................................................................................................................................4 15. Cone of Silence......................................................................................................................4 16. Agreements with other Governmental Entities.....................................................................4 17. Scrutinized Companies..........................................................................................................5 18. Third Party Beneficiary Disclaimer......................................................................................5 PART 11 STATEMENT OF WORK 1. Project Description and Requirements...................................................................................5 2. Introduction............................................................................................................................6 3. Scope of Work/Overview.......................................................................................................8 4. Miscellaneous Requirements................................................................................................ 15 5. Performance of Contractor............................................................._..................................... 16 PART III PROPOSAL SUBMISSION REQUIREMENTS I. Proposal Submission Requirements and Format.................................................................. 17 PART IV PROPOSAL EVALUATION AND AWARD 1. General..................................................................................................................... 2. Evaluation Criteria................................................................................................................20 3. Evaluation Method............................................................................................................... 20 4. Award................................................................................................................................... 21 PART V PROPOSAL FORMS 1. Proposal Form I - Transmittal Letter.................................................................................. 22 3. Proposal Form 2 - Price Proposal......................................................................................... 24 4. Proposal Form 3 - Non -Collusion Affidavit....................._..................................................26 5. Proposal Form 4 - Drug -Free Workplace.............................................................................27 PART VI ATTACHMENTS A. Debris Zones and Potential Temporary Debris Sites Map C. Location of Publicly Owned Debris Management Sites pg. 2 PART I - GENERAL INFORMATION 1. Purpose The purpose of this Request for Proposal (RFP) is to solicit formal written Proposals from experienced individuals, corporations, partnerships and other legal entities (PROPOSER) to perform Hurricane/Disaster Debris Removal, Reduction, and Disposal Services for the City of Winter Springs (CITY). 2. Selection Process and Evaluation The selection process will be conducted by the Selection Committee in accordance with, but not limited to, the methods and criteria described in Part IV— Proposal Evaluation and Award. 3. Procurement Schedule A summary schedule of the major activities associated with the CITY'S procurement process for this Solicitation is presented in Table I - Procurement Schedule. The CITY, at its sole discretion, may modify the schedule as it deems appropriate. The CITY will notify of any changes in association with submittal dates by written Addenda in accordance with Part I, Section 6 - Addenda. Table 1 - Procurement Schedule No. ACTIVITY DATE 1 Issue RFP May 1, 2018 2 Last Date for City to Receive Questions on RFP May 11, 2018 3 Last Date for City to Issue Addendum in Response to Questions May 18, 2018 4 Proposal Submission Due Date Ma 30, 2018 5 Selection Committee Meeting (tentative date) June 8, 2018 4. Proposal Submission and Withdrawal The CITY must receive all Proposals no later than 2:00 P.M., Eastern Time, on the date established in Part I, Section 4 — Procurement Schedule, at the following address: Shawn Boyle, Director of Finance City of Winter Springs 1126 East State Road 434 Winter Springs, Florida 32708 The CITY cautions those submitting Proposals to assure actual delivery of mailed or hand delivered Proposals directly to the CITY'S Utility Billing Department office at 1126 East State Road 434 in Winter Springs, Florida prior to the deadline set for receiving Proposals. If the Proposal is hand delivered, deposit it with the Utility Billing Manager in City Hall. Telephone confirmation of timely receipt of the Proposals may be made by calling (407) 327-1800 before the deadline. All Proposals received after the established deadline will be rejected and returned unopened. PROPOSER may withdraw their Proposals by notifying the CITY'S Finance Director in writing at any time prior to the time set for the Proposals receipt deadline. PROPOSERS may withdraw their Proposals in person or through an authorized representative. PROPOSERS and authorized representatives must disclose their identity and provide a signed receipt for the Proposals. Proposals, once opened, become the property of the CITY and will not be returned to the PROPOSERS. 11g.:3 5. Communication Protocol All questions and communications concerning this procurement process must be directed to Shawn Boyle, Director of Finance. All requests for clarifications or additional information must be submitted in writing via electronic mail to sboylenwinterspringsn.org. All questions shall be submitted no later than the date specified in Table 1— Procurement Schedule. The CITY will record its responses to questions, if any and address them in the form of a written Addendum. 6. Addenda Should revisions to the RFP become necessary, the CITY will issue written Addenda. All Addenda must be acknowledged. This Acknowledgement must be included in Proposal Fonn I — Transmittal Letter. Addenda may be downloaded from the CITY'S website at http://Nvww.N%interspringsf.org/EN/Nveb/gov/bids purchasing.htm PROPOSERS' submittals may be rejected as non-responsive if PROPOSERS have failed to submit Proposal without Addenda Acknowledgement. All PROPOSERS should contact the CITY no more than five (5) calendar days before the due date for receiving Proposals to ascertain whether any Addenda have been issued. Failure of the PROPOSER to make this inquiry could result in its Proposal being non-responsive in the event addenda were issued and not acknowledged by the PROPOSER in their submittal. No Addenda will be issued later than five (5) calendar days prior to the due date for receipt of Proposals except an Addendum withdrawing the RFP or one that includes postponement of the date for receipt of Proposals. 7. Rights of the CITY This RFP constitutes an invitation for submission of Proposals to the CITY. This RFP does not obligate the CITY to procure or contract for any of the scopes of services set forth in this RFP. The CITY reserves and holds at its sole discretion, various rights and options under Florida law, including without limitation, the following: • To prepare and issue addenda to the RFP that may expand, restrict, or cancel any portion or all work described in the RFP without obligation to commence a new procurement process or issue a modified or amended RFP. • To receive questions from potential PROPOSERS and to provide such answers in writing as it deems appropriate. • To waive any informalities, technicalities or irregularities in the Proposals submitted. • To reject any and all Proposal submissions. • To change the date for receipt of Proposals or any deadlines and dates specified in the RFP. • To change the procurement and/or selection process prior to receipt of Proposals. RFP No. 007 -18 -SB May 2018 . To conduct investigations with respect to the information provided by each PROPOSER and to request additional information (either in writing or in presentations and interviews) to support such PROPOSER'S responses and submittals. • To visit facilities referenced in the PROPOSER'S submittal at any time or times during the procurement process. • To seek clarification of Proposals from the PROPOSERS either in writing or in presentations and interviews. • To cancel the RFP: with or without the substitution of another RFP. 8. Proposal Preparation Costs The CITY accepts no liability for costs and expenses incurred by the PROPOSER in preparation and submission of Proposals and responses to clarifications from the CITY, potential site visits and interviews, negotiations, future RFP or any other work performed in connection with the Proposal. Each PROPOSER that enters into the procurement process shall prepare the required materials and submittals at its own expense and with the express understanding that they cannot make any claims whatsoever for reimbursement from the CITY for the costs and expenses associated with the process. PROPOSER should prepare their submittal providing a straightforward and concise description of the PROPOSER'S ability to meet the requirements of the RFP. Unnecessarily elaborate brochures, art work, expensive paper, bindings, visual and other presentation .materials, beyond that sufficient to present a complete and effective response to this RFP is not desired. 9. Interpretations The CITY will not be bound by or responsible for any explanation or interpretation of the RFP documents other than those given in written addenda. In no event shall PROPOSERS rely on any oral statement by the CITY, its staff, agents, advisors, or consultants. Any PROPOSER that submits in its Proposal to the CITY any information which is determined to be substantially inaccurate, misleading, exaggerated, or incorrect, may be disqualified from consideration. 10. Non -Collusion Affidavit The PROPOSER is required to submit Proposal Form 3 —Non -Collusion Affidavit stipulating Agreement to the following: "PROPOSER certifies that its Proposal is made without previous understanding, Agreement, or connection with any person, firm, or corporation making a Proposal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action". 11. Public Entity Crimes Pursuant to Section 287.133(2)(a), as amended: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, 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 thirty-six (36) months from the date of being placed on the convicted vendor list. 12. Public Records Act/Information Disclosure to Third Parties Sealed bids, proposals, SOQs, or replies received by the CITY pursuant to a competitive solicitation are exempt from s. 119.07(1) and s.24(a), Art 1 of the State Constitution until such time as the CITY provides notice of an intended decision or until thirty (30) days after opening the bids, proposals, SOQs, or final replies, whichever is earlier. As such, the CITY shall not in any way be liable or responsible for the disclosure or result of disclosure of any submissions or portions thereof submitted in response to the RFP. The law provides for certain exclusions to disclosure. If the PROPOSER believes that some information contained in their Proposals is exempt from disclosure, the PROPOSER is instructed to label such information as confidential, specify the pertinent section of the public record law that justifies nondisclosure, and request in writing the CITY keep such information confidential and free from disclosure. The CITY reserves the right to make any final determination of the applicability of the public records law. In addition, all Proposals received by the Proposal submission date will become the property of the CITY and will not be returned. Pt;. 5 Oral presentations, meetings where PROPOSER(S) is answering questions, negotiations, and CITY meetings to discuss negotiation strategy are exempt from public access. 13. Posting of Recommendation for Award Recommendation for Award will be posted on the date of the Selection Committee meeting for a period of five (5) calendar days. It is the PROPOSERS' sole responsibility to ascertain the time and date of posting of the Recommendation for Award. This may be accomplished by telephone, e-mail, or other means deemed timely by the PROPOSER. 14. Insurance The awarded PROPOSER(S) shall maintain insurance coverage reflecting the minimum amounts and conditions. In the event the PROPOSER(S) is a governmental entity or a self-insured organization, different insurance requirements may apply. RFP No. 007 -18 -SB. Misrepresentation of any material fact, whether intentional or not, regarding the PROPOSER(S) insurance coverage, policies or capabilities may be grounds for rejection of the proposal(s) and rescission of any ensuing agreement(s). 15. Cone of Silence PROPOSERS are advised that a Cone of Silence that prohibits any communication, except for written correspondence, regarding a particular request for proposal, request for qualification, bid, or any other competitive solicitation between PROPOSERS or any person representing the PROPOSERS and any member of the CITY Governing Board, their staff, any CITY employee authorized to act on behalf of the CITY to award the contract under this response, or any member of the selection committee authorized to evaluate the response. The Cone of Silence shall be in effect as of the deadline to submit response even if response is withdrawn or is otherwise eliminated from consideration consistent with the procedures as outlined in this RFP. The Cone of Silence shall remain in effect until the Governing Board, or CITY staff, if authorized to act on behalf of the Board, awards or approves the contract, rejects all responses or otherwise takes action which ends the solicitation process. The provisions of this article shall not apply to oral communications at any public proceeding, including pre -proposal conference, oral presentations before selection committees, and contract negotiations during any public meetings, presentations made to the Board and protest hearings. Further, the Cone of Silence shall not apply to contract negotiations between CITY employees and the intended awardee(s), any dispute resolution process following the filing of a protest between the person filing the protest and any CITY employee, or any written correspondence at any time with any CITY employee, Board member or Advisory board member, or selection committee member, unless specifically prohibited by the applicable competitive solicitation process. The Governing Board by means of action taken at any property noticed Governing Board meeting may invoke the cone of silence earlier than the time specified in this section for any procurement. 16. Agreements with other Governmental Entities All PROPOSERS submitting a response to this RFA agree that such response also constitutes a response to all State Agencies and Political Subdivisions of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this RFP; should the successful PROPOSER deem it in the best interest of their business to do so. The Agreement(s) resulting from this RFP in no way restricts or interferes with any State Agency or Political Subdivision of the State of Florida from re -solicitation for any or all items specified in this RFP. 17. Scrutinized Companies As provided in F.S. 287.135, by entering into any Agreement with the CITY, or performing any work in furtherance hereof, CONTRACTOR hereby certifies that CONTRACTOR and pg- 6 CONTRACTOR'S affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies With Activities in Sudan List or Scrutinized Companies With Activities in The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473. If the CITY determines, using credible information available to the public, that a false certification has been submitted by CONTRACTOR, this CONTRACTOR may be terminated and a civil penalty equal to the greater of $2 million or twice the amount of this Agreement shall be imposed, pursuant to F.A. 287.135. 18. Third Party Beneficiary Disclaimer It is not the intention of these RFP documents to create third party beneficiary status in any person or entity that is not a direct party to the contract awarded as a result of being the successful Proposer, and no language in these RFP documents or the contract awarded pursuant to this RFP should be construed or interpreted as creating a third party beneficiary. PART 1[1[ STATEMENT OF WORK 1. Project Description and Requirements The CITY seeks experienced firms to remove and lawfully dispose of disaster -generated debris (other than hazardous materials and household putrescible garbage) from public property and public right- of-ways in Incorporated Winter Springs, Florida, immediately after a hurricane or other disaster. The objective of the RFP and subsequent contracting activity is to secure the services of an experienced CONTRACTOR who is capable of efficiently removing large volumes of disaster -generated debris from a large area in a timely and cost-effective manner and lawfully disposing of all debris. CONTRACTOR must be capable of assembling, directing, and managing a work force that can complete the debris management operations in 120 days or less. The duration of effort/completion dates of all tasks will be determined jointly by the CITY and CONTRACTOR. This determination will be set in writing in appropriate Task Order(s). pg. 7 The CONTRACTOR shall perform all work in accordance with FEMA guidelines in order to maximize recovery of reimbursable expenses. This task shall include the provision of audit quality documentation as required by and acceptable to FEMA for all work accomplished. The CONTRACTOR may be required, at the CITY'S discretion, to be under the direction of an agent of the CITY. While intended to cover debris management needs in any major disaster scenario, the primary focus is on the threat of hurricane damage to Incorporated Winter Springs, Florida. The planning standards used for this project are based on the anticipated impacts of a named storm event or major good impacting Incorporated Winter Springs, Florida. The CITY intends to enter into contingency Agreement to provide emergency debris removal and disposal services as required by the CITY. 2. Introduction The CITY'S disaster recovery planning includes considerations for removing and processing the volumes and types of debris expected to be generated by a major disaster such as a hurricane and the procedures for disposing of that debris. The planning approach is formulated in part on the concept of strategic pre -positioning of plans and resources necessary for timely, coordinated recovery operations, including removal of debris from public property and right-of-ways throughout Incorporated Winter Springs using a combination of municipal and CONTRACTOR forces. If activation is required the CITY intends to activate contracts on an as -needed basis as solely determined by the CITY. The CITY intends to activate the CONTRACTOR as best meets the needs of the CITY. The CITY reserves the sole right to assign/reassign any or all CONTRACTORS at any time as may be deemed appropriate depending upon the circumstance(s), the event, or any other condition which may warrant such action. The CONTRACTOR must have the experience and capability to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial CITY payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance. The CONTRACTOR must also have an established management team, an established network of resources to provide the necessary equipment and personnel, comprehensive debris removal and volume reduction operations plans, and demonstrable experience in major disaster recovery projects. The Agreement to be awarded under this RFP will be a contingency Agreement that will be activated only in the face of an emergency. As such, no compensation will accrue to the CONTRACTOR unless and until the Agreement is activated either in anticipation of a natural disaster or immediately after such disaster. CONTRACTOR who receives a contingency Agreement for the work, may be required to participate in certain CITY directed disaster recovery training and/or exercises, 1 to 2 days each year, at no cost to the CITY. The CITY does not guarantee a CONTRACTOR will be activated if awarded a standby agreement. 2.1 Planning Standard for Debris Removal and Disposal The CITY'S goal is to complete the debris removal and disposal process in 120 days. This assumes that the entire area of the City will be accessible within that period. Due to the low elevation and potential for flooding, some areas might not be accessible for several weeks after a major natural disaster. The CONTRACTOR must be aware that it might not be possible to initiate operations in all pg. 8 parts of the City simultaneously immediately after a storm. 2.2 Debris Management Planning for debris management operations is a function of the Department of Public Works as a supporting agency to the City. The CITY'S Director of Public Works will direct the debris removal and disposal operations. In addition to using CITY forces and equipment, the CITY intends to execute one (but reserves the right to execute more than one) debris removal and disposal Agreements on a contingency basis for the purpose of having CONTRACTOR(S) immediately available and committed to assisting the CITY in the aftermath of a major disaster. Each CONTRACTOR holding a debris removal and disposal Agreement will serve as a General CONTRACTOR for the purpose of debris removal and disposal operations, and will be able to use his/her own and subcontractor resources to meet the obligations of the Agreement. It is anticipated that the CONTRACTOR will use both local and non -local subcontractors. Notwithstanding, the CONTRACTOR will make every effort to use Small Business Enterprises (SBE), to the maximum extent practicable. When a major disaster occurs or is imminent, the CITY intends to contact CONTRACTORS holding Debris Removal and Disposal Agreements to advise them of the CITY'S intent to activate the Agreement(s). Debris removal will generally be limited to debris in, upon, or brought to City residential private and public streets and roads, right-of-ways, municipal properties and facilities, and other public sites (this includes debris from customers assessed for residential solid waste and recycling collection services by the CITY). The CONTRACTOR will be responsible for determining the method and manner of debris removal and lawful disposal operations, consistent with the CITY'S Debris Management Plan. Disposal of debris will be at CITY approved Temporary Debris Sites or landfill sites. The CONTRACTOR will be responsible for the lawful disposal of all debris and debris -reduction by-products generated at all Temporary Debris Sites. When a major disaster occurs or is imminent, the CITY will initially send out an Alert to the selected CONTRACTOR(S). This Alert will serve to activate the lines of communication between the CONTRACTOR representatives and the CITY. Subsequently, the CITY will issue the first Task Order which will authorize the CONTRACTOR to send an Operations Manager to the CITY within 24 hours of receiving such Task Order to begin planning for the operations and mobilizing the personnel and equipment as necessary to perform the stipulated work. This first Task Order will also direct the CONTRACTOR to execute the required Performance and Payment Bond. The CONTRACTOR should anticipate receiving this first Task Order 24 to 72 hours before projected landfall of a hurricane. Depending on the nature of the storm and circumstances the CITY may activate more than one (1) CONTRACTOR. Specific task orders will be issued to select CONTRACTORS based on the best interest of City. The CITY reserves the right to assign work or task orders to various CONTRACTORS based on pricing submitted. The CITY does not guarantee a cradle to grave pricing arrangement but reserves the right to pick and choose CONTRACTORS based on ranking. The general concept of debris removal operations includes multiple, scheduled passes of each site, location, or right-of-way. This will allow residents to return to their properties and bring debris to the private and public right-of-way as recovery progresses. The CITY will prescribe the specific schedule to be used after ascertaining the scope and nature of the disaster's impacts. The CITY will make every effort to identify strategically located Temporary Debris Sites throughout the City prior to a natural disaster. Depending upon the severity of the natural disaster, additional Temporary Debris Sites will be identified as needed. Pg. 9 The CONTRACTOR will operate the Temporary Debris Sites and only CONTRACTOR vehicles and others specifically authorized by the CITY will be allowed to use the sites. Only one (1) level of subcontractor will be allowed to operate the sites. There will be no multi -tiered subcontractors (sub of a sub) allowed to operate temporary debris sites. The CONTRACTOR is responsible for all activity at temporary debris sites operated by their subcontractor and must have an employee on site at all times to oversee daily operations. The locations of publicly owned sites currently under consideration are shown on Attachment C. Additional sites (privately owned mostly) may become available as plans develop. The CITY may also establish designated homeowner drop-off sites. The CONTRACTOR will be responsible for removing all eligible debris from those sites daily at the direction of the Emergency Management Coordinator or designee. 3. Scope of Work/Overview This section is divided into three (3) subsections: 3.1 Debris Removal and Disposal Operations from residential public and private streets, roads and right-of-ways and delivered to a Temporary Debris Site. 3.2 Temporary Debris Site Operations which includes daily operations as well as reclamation of the site to its pre -storm condition or as directed by the CITY Director of Public Works. 3.3. Processing, Loading and Hauling Material from Temporary Debris Site to final destination. Specific work authorizations by the CITY will be through written Work Orders. Work Orders will define the job to be accomplished, location of job, time -frame for completion, rates to be used, etc. Any job with requirements or rates not covered by this Proposal will be negotiated. The CITY reserves the right to extend operations on a weekly basis. Work Orders will be executed bilaterally. Performance will be by the metrics established in the Work Order(s). After 1/3 and again after 2/3 of the stipulated number of days of work in the Work Order have elapsed, the CONTARCTOR(s) shall provide written progress report to the CITY for review and acceptance. The CITY shall have the right to correct for CONTRACTOR'S default or underperformance by any means it deems in its best interest. The CONTRACTOR shall commence mobilization immediately upon receipt of the mobilization Work Order meeting the following progress patterns: 48 hours- collection activity within assigned Collection Service Area. Within seven (7) calendar days CONTRACTOR shall have 100% of all necessary equipment operating within all Collection Service Areas. This represents a minimum response schedule and does not restrict an earlier response. Subsequently, the CITY may issue additional Work Orders to define more precisely the work to be accomplished or to authorize additional work. The CONTRACTOR shall perform in accordance with each Work Order in all designated Collection Service Areas established by the CITY. Each Work Order will be uniquely and sequentially numbered. The CONTRACTOR is authorized to collect debris during daylight hours, seven (7) days per week. Any deviations from this schedule will require CITY approval. The CONTRACTOR must be duly licensed to perform the work in accordance with the State of Florida statutory requirements. The CONTRACTOR shall obtain all permits necessary to complete the work. The CONTRACTOR shall be responsible for determining what permits are necessary to perform under the Agreement. Copies of all permits shall be submitted to the CITY Director of Public Works prior to issuance of the first Work Order. The quantity of work required to complete the Agreement resulted from this RFP is estimated. The actual effort required may be more or less than the estimated amount shown in Pg- 10 the Proposal Form 2 — Price Proposal. Payment will be made at the unit rates proposed. The output will be verified by the CITY Emergency Management Coordinator in the daily operational report. Should hourly rates be used to pay for certain equipment then preventative maintenance, not in excess of fifteen (15) minutes in a normal workday, will be paid at the regular hourly rate. Preventative maintenance or down time resulting from equipment failure, routine maintenance and fueling that exceeds fifteen (15) minutes will be considered unacceptable work and non-payment of that time will be rounded off to the half hour of all hours where delays occur. Preventative maintenance is defined as the usual field maintenance to keep equipment in operating condition without the use of extensive shop equipment. Fueling of equipment will be considered as part of preventative maintenance. The CONTRACTOR shall be responsible for correcting any notices of violations issued as a result of the CONTRACTOR'S or any subcontractor's actions or operations during the performance of this Agreement. Corrections for any such violations shall be at no additional cost to the CITY. The CONTRACTOR shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state or local governments or agencies, or of any public utilities or other private contractor. The CONTRACTOR shall provide contact information for all key personnel to the CITY that shall include name, phone number, cellular phone number and email address. The CONTRACTOR and its agents shall respond in a timely manner to all CITY inquiries at all times. 3.1 Debris Removal and Disposal Operations 3.1.1 General The purpose of this section is to define the requirements for debris removal and disposal operations after any catastrophic disaster within Incorporated Winter Springs. The CITY may designate zones for collection and disposal of debris. CONTRACTORS will be tasked with a service area(s) for this specific work. For work performed on a Time and Materials basis, all hourly equipment rates shall include the cost of the maintenance, fuel, repairs, overhead, profit, insurance, and all other costs associated with the equipment including labor and operator. 3.1.2 Services The CONTRACTOR shall provide equipment, qualified operators and laborers for debris removal operations. The CONTRACTOR shall provide all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, and repairs) all equipment under this Agreement. All rates are to include the cost of protective clothing (to include hardhats and steel -toed boots), fringe benefits, hand tools, supervision, transportation, lodging and all other costs. The work shall consist of clearing and removing disaster generated debris as directed by the CITY Public Works Director. CONTRACTOR shall provide collection equipment the day following a natural disaster or as directed by the CITY and shall provide equipment sufficient to collect a minimum of 500 cubic yards of debris per day within five (5) calendar days of collection commencement (Past CITY natural disaster cleanup records show that seven (7) days' following disaster, 1,000-1,500 cubic yards of debris was collected per day), Failure to provide sufficient equipment necessary to collect required pg. 11 amount may result in the CITY entering into a separate agreement with another contractor for collection services. 3.1.2.1 Collection of Storm Generated Residential Vegetation and Construction and Demolition Debris It is the CITY'S goal to ensure that Vegetation and Construction/Demolition debris remain separate task orders for the collection of Vegetation and Construction loads. Mixing of loads by the CONTRACTOR at the road right of way will not be tolerated. Work may include: 1. First pass to clear debris from emergency evacuation routes, access roads to critical facilities and all primary roadways. 2. Clearing debris from residential private and public road right of ways. 3. Loading the debris. 4. Hauling the debris to an approved Temporary Debris Site or an authorized landfill. 5. Dumping the debris at the Temporary Debris Site or at an authorized landfill. Debris delivered to a Temporary Debris Site or authorized landfill will be paid based on the per cubic yard price according to the Proposal Form 2 — Price Proposal. 3.1.2.2 Hourly Rate Clearing From 0-70 hours following a disaster CONTRACTOR, as designated by the CITY, shall provide the clearing services on an hourly rate that shall include the following: I. Clear debris from emergency evacuation routes, access roads to critical facilities, and primary roadways. 2. Perform emergency removal of debris if needed for life-saving measures. 3. Conduct daily briefings with debris managers and other officials to update progress and discuss issues. 4. Develop a traffic control plan along potential haul routes and at debris management and disposal sites. The CONTRACTOR shall not move from one designated Collection Service Area to another area without prior approval from the CITY Public Works Director or designee. CONTRACTORS and/or subcontractors that move to a designated Collection Service Area without prior CITY approval may be terminated immediately. The CITY reserves the right to relocate CONTRACTOR to other Collection Service Areas based on need and ability to perform required work at an acceptable level. The CITY reserves the right to immediately terminate CONTRACTOR and any subcontractor who fails to provide service in accordance to guidelines set forth by FEMA and the CITY. The CITY or designee shall forward all claims of damage to the CONTRACTOR daily. CONTRACTOR shall provide all contact information, including name, phone number, cellular phone number, fax number and email address, for personnel responsible for resolving all claims of damage. CONTRACTOR must respond to all claims of damage within 24 hours and resolve within ten (14) calendar days. Mailboxes must be repaired or replaced within five (5) calendar days. CONTRACTOR is responsible for all damage caused by his crew and/or subcontractors in the performance of debris removal. pg. I Z In the event the CONTRACTOR fails to repair damages as a result of the Contractor's equipment failure or negligence within the time provided within this Agreement, the CITY or designee may arrange for the repairs and assess the CONTRACTOR for the cost of the repairs and any applicable administrative charges. Any disputes as to damage responsibility will be presented to the Emergency Management Coordinator or designee for review. The decision of the Emergency Management Coordinator or designee will be final. 3.1.3 Equipment All trucks and equipment must be in compliance with all applicable federal, state, and local rules and regulations. Trucks used to haul debris must be capable of rapidly dumping their load without the assistance of other equipment, be equipped with a tailgate that will effectively contain the debris during transport that will permit the trucks to be filled to capacity. Cyclone fence may be used as temporary tailgates if they comply with the following specifications: I . Fencing must be permanently attached to one side of the truck bed. 2. After loading, the fencing must be tied to the other side of the truck bed at two places with heavy gauge wire. 3. Fencing must extend to the bottom of the bed. 4. After loading. bottom of fencing shall be tight against the bed of the truck and secured at a minimum of two locations. 5. Solid iron metal bars must be secured to both sides of the fencing. 6. There shall be no hand loaded equipment allowed. The CITY or designee shall complete certifications indicating the type of vehicle, make and model, license plate number, equipment number, and measured maximum volume, in cubic yards, of the load bed of each piece of equipment utilized to haul debris. The measured volume of each piece of equipment shall be calculated from actual internal physical measurement performed and certified by the CONTRACTOR. Maximum volumes may be rounded up to the nearest cubic yard. The reported measured maximum volume of any load bed shall be the same as shown on the placards affixed to each piece of equipment. The CITY reserves the right to re -measure trucks and trailers at any time to verify reported capacity. If a truck and/or trailer are re -measured and the yardage capacity is determined to be lower, the lower yardage volume will be retro to the initial load and total volume adjusted accordingly. All trucks and trailers utilized in hauling debris shall be equipped with a tailgate that will permit the vehicle to be loaded to capacity and effectively contain the debris on the vehicle while hauling. If installed, all sideboard extensions must remain in place throughout the operation, or the vehicle must be re -measured and remarked. All extensions to the bed are subject to acceptance or rejection by the CITY Inspector. Trucks or equipment designated for use under this Agreement shall not be used for any other work during working hours. The CONTRACTOR shall not solicit work from private citizens or others to be performed in the designated Collection Service Area during the period of this Agreement. Under no circumstance will the CONTRACTOR mix debris hauled for others with debris hauled under this Agreement. Failure to comply will result in no payment to CONTRACTOR and operator and vehicle will be declared ineligible to provide any additional emergency debris collection services. Any and all unapproved changes to placard will result in no payment to CONTRACTOR and operator and vehicle will be declared ineligible to perform any additional emergency debris collection services. lig. 1.3 3.1.4 Securing Debris The CONTRACTOR shall be responsible for properly and adequately securing debris on each piece of equipment utilized to haul debris. Prior to leaving the loading site, the CONTRACTOR shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted during loading and secured during transport. Tarps or other coverings shall be provided by the CONTRACTOR to prevent materials from falling or being blown from the bed. Loads not properly tarped or otherwise covered will not be allowed to dispose at any CITY approved temporary debris site which may result in non-payment to CONTRACTOR. 3.1.5 Equipment Signage Prior to commencing operations, the CITY or designee shall affix to each piece of equipment, signs or markings indicating the Owner Operator's name and a unique equipment identification number. One sign shall be placed on each side of the equipment. For those trucks, trailers and other equipment intended to haul debris, the maximum volume, in cubic yards, of the load bed shall also be shown. Each operator shall keep CITY certification with them at all times. Placards must remain on both sides of equipment. 3.1.6 Other Considerations The CONTRACTOR shall assign and provide an Operations Manager (OM) to the CITY to serve as the principal liaison between the CITY Director of Public Works Coordinator or designee and the CONTRACTOR'S forces. The assigned OM must be knowledgeable of all facets of the CONTRACTOR'S operations and have CITY in writing to commit the CONTRACTOR. The OM shall be on call 24 hours per day, seven (7) days per week and shall have electronic linkage capability for transmitting and receiving relevant contractual information and make arrangements for onsite accommodations. This linkage shall provide immediate contact via cell phone, Fax machine, and have Internet capabilities. The OM will participate in daily meetings and disaster exercises, functioning as a source to provide essential element information. The OM will report to the CITY Director of Public Works Coordinator or designee. This position will not require constant presence; rather the OM will be required to be physically capable of responding to the CITY Emergency Management Coordinator within 30 minutes of notification. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area. At a minimum, one flag person should be posted at each approach to the work area. The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the CONTRACTOR'S personnel and equipment is the responsibility of the CONTRACTOR. Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. Payment for debris hauled will be based on the quantity of debris hauled in cubic yards. Debris hauled to a Temporary Debris Site will require a validated load ticket. Drivers will be given an electronic or paper load tickets at the loading site by an CITY loading site monitor. The quantity of debris hauled will be estimated in cubic yards at the Temporary Debris Site by an CITY Temporary Debris Site monitor. The estimated quantity will be recorded on the electronic or paper load ticket. The CITY Temporary Debris Site monitor will retain one copy of the paper load ticket and the driver will retain the remaining copies of the load ticket. Debris being hauled to a permanent landfill will be paid based on cubic yards recorded on an approved electronic or paper load ticket. Payment will be made against the CONTRACTOR'S invoice once site monitor and CONTRACTOR load tickets and/or scale pg. 1 /1 tickets match. Load tickets not properly completed and signed will not be paid. 3.2 Temporary Debris Site Operations 3.2.1 General The purpose of this section is to define the requirements for Temporary Debris Site Operations after any catastrophic disaster within Incorporated Winter Springs. The CONTRACTOR shall use only Temporary Debris Sites designated by the CITY Director of Public Works. The Temporary Debris Site foreman shall direct all dumping operations. Different types of debris shall be kept in separate piles at the Temporary Debris Site. CONTRACTOR shall be responsible for sorting and proper placement of all Ioads not dumped in appropriate location which results in mixing the once separated debris at no charge to the CITY. The CONTRACTOR shall begin grinding vegetative debris within fifteen (15) calendar days of temporary debris site opening date and removing mulch/wood chips within twenty (20) calendar days of site opening date. The CONTRACTOR shall begin removal of Construction and Demolition/mixed debris from Temporary Debris Site to an approved final destination within twenty (20) days of site opening date. 3.2.2.1 Site Setup/Preparation and Site Closeout/Restoration Site setup/preparation and site closeout/restoration shall be compensated on a time and materials basis in accordance with the hourly rates provided in the Proposal Form 3 — Price Proposal. Site set-up/ preparation/closeout/restoration includes: clearing, stripping, hauling, fill placement, constructing/deconstructing processing pads, limerock or crushed concrete access roads, sodding, and any other similar activity necessary to make the site usable for its intended purposes and to return the site to its original condition. Do not include any materials in calculating the hourly rates in the Proposal Form 3 - Price Proposal. 3.2.2.2 Temporary Debris Site Operations and Material Processing Temporary Debris Site operations and material processing shall be compensated in accordance with the unit prices provided in the Proposal Form 3 - Price Proposal. The CONTRACTOR shall provide equipment, operators, and laborers for Temporary Debris Site operations as specified by Task Order. Unit prices provided in the Proposal Form 3 - Price Proposal, shall include all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, repairs, operator, mobilization, demobilization, overhead, profit, lodging and insurance) all equipment under this Agreement. Each Inspection Tower shall be equipped with portable toilets. Toilets shall be provided immediately upon completion of tower assembly. CONTRACTOR shall provide a water truck for the purpose of applying to site surface to minimize dust. The CITY shall provide a front -load garbage container and collection service of the container at each Temporary Debris Site. CONTRACTOR shall be responsible for cleaning up all trash and litter generated on the site from daily operations and depositing into the container for collection. The entrance roadway and surrounding area within 1/4 mile of the site's entrance shall be cleaned daily by the CONTRACTOR. All pre -storm identified sites shall be opened by the CONTRACTOR within three (3) calendar days after receiving approval from the CITY to pg. 15 operate the debris site. Failure to open sites with proper equipment and necessary personnel will result in liquidated damages of $5,000 per day. All rates shall include the cost of protective clothing (to include hardhats and steel -toed boots), fringe benefits, hand tools, supervision, transportation, lodging, and any other costs. The work shall consist of managing the operations of a Temporary Debris Site and performing debris reduction by air curtain incineration and/or grinding of storm generated debris as directed by the CITY Public Works Director. The CITY plans to use two types of Temporary Debris Sites. 1. Vegetative Temporary Debris Sites will be devoted to the reduction of clean woody debris by either burning or grinding. The CITY expects the material to be recycled and or beneficially re -used if processed by grinding. 2. Depending upon the size and type of devastation the CITY may require a separate Construction & Demolition (C&D) staging area and mixed debris staging area. The CITY requests that PROPOSER implements recycling and or reduction programs to minimize the quantity of construction debris material to be land filled. Material coming into the Vegetative or C&D Temporary Debris Sites will be measured and paid for by the cubic yard according to the Proposal Form 2 — Price Proposal. Material removed and transported from a C&D Temporary Debris Site will be measured and paid by the cubic yard according to the Proposal Form 2 — Price Proposal. Locations of all Temporary Debris Sites will be approved by the CITY. The CITY Public Works Director must approve site improvements before work begins and any costs, other than those in the Proposal Form 2 — Price Proposal, that might have been negotiated under a Task Order shall be documented for payment. Material processed at a Temporary Debris Site by grinding will be measured using cubic yards from incoming load tickets. Material entering a Debris Management Site will be deposited in manageable piles. 3.2.3 Reporting The CONTRACTOR shall submit a report to the CITY Publics Work Director or designee by close of business each day of the term of the Task Order. Each report shall contain, at a minimum, the following information: 1. Contractor's Name 2. Contract Number 3. Daily and cumulative hours for each piece of equipment, if appropriate 4. Daily and cumulative hours for personnel, by position, if appropriate 5. Volumes of debris handled Failure to provide audit quality information by 5:00 p.m. of the following day of operation will subject CONTRACTOR to non-payment in each instance at the sole discretion of the CITY. pg. 16 3.2.4 Other Considerations The CONTRACTOR shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the responsibility of the CONTRACTOR. Additionally, the CONTRACTOR shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. The CONTRACTOR shall be responsible for control of pedestrian and vehicular traffic in the work area. In the event a Temporary Debris Site must be closed due to CONTRACTOR equipment or operational failures, CONTRACTOR shall be liable for liquidated damages in the amount of $5,000.00 per day for every day the site has to remain closed. 3.3. Processing, Loading and Hauling Material CONTRACTOR shall provide all necessary labor, material and equipment to process, load and haul wood chips and construction and/or mixed debris from Temporary Debris Sites in Winter Springs to final destination for disposal as directed by the CITY. The CITY reserves the right to contract with other firms to process, load and haul wood chips and construction and/or mixed debris to a final destination as may best meet the needs of the CITY. All wood chips, construction and/or mixed debris shall be disposed of in accordance with all Local, State of Florida and Federal guidelines. CONTRACTOR will provide detailed listing to the CITY of the following: 1. Quantity (loads and cubic yards) 2. Owner information 3. Site where mulch and Construction/Demolition debris is disposed, to include address/GPS location. 4. Miscellaneous Requirements 4.1 Temporary Debris Site Foreman The Temporary Debris Site foreman must be an employee of the CONTRACTOR and is responsible for management of all operations of the site to include, traffic control, dumping operations, segregation of debris, burning, grinding, and safety. The Temporary Debris Site foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the CITY Public Works Director or designee. 4.2 Inspection Tower The CONTRACTOR shall construct an inspection tower at each Temporary Debris Site within three (3) calendar days of natural disaster. The tower shall be constructed using pressure treated wood, steel scaffold or scissor lift. The floor elevation of the tower shall be 10 -feet above the existing ground elevation. The floor area shall be a minimum 8' by 8', constructed of 2"x 8" joists, 16" O.C. with 3/4" plywood supported by a minimum of four 6" x 6" posts. A 4 -foot high wall constructed of 2" x 4" studs and ''/z" plywood shall protect the perimeter of the floor area. The floor area shall be covered with a roof. The roof shall provide a minimum of 6'-6" of headroom below the support beams. Steps with a handrail pg. 17 shall provide access to the tower. Inspection towers must provide a dry area for employees and meet all FEMA OSHA requirements. 4.3 Grinding Operation The CONTRACTOR shall have grinders on site and in operation within IS days of natural disaster. Failure to provide grinder(s) on site in operation within 15 days shall result in liquidated damages of $1,000 per day. There shall be no period longer than 24 hours in which grinding activity may stop due to equipment or operational failure. Failure to provide back-up equipment within 48 hours shall result in a $2,000 fine per hour per approved hours of grinding operation per day until grinding activity resumes. 5. Performance of Contractor It is the intent of this Agreement to ensure that the CONTRACTOR provides a quality level of services. To this end, all complaints received by the Public Works Director or designee, and reported to the CONTRACTOR shall be promptly resolved pursuant to the provisions of this Agreement. The Public Works Director or designee may levy administrative charges for the following infractions: 1. Closure of Temporary Debris Site due to CONTRACTOR equipment or operational failures liquidated damages of $5,000 per day, for each day site must remain closed. Failure to provide backup grinders within 48 hours of equipment breakdown liquidated damages of $100 per hour per approved grinding hours of operation per day. CONTRACTOR may also be subject to non-payment and liquidated damages of $200 for each of the following infractions: 1. Failure to provide audit quality information by 5:00 p.m. of the following day of operation. 2. Loads not properly Carped or otherwise covered. 3. Mixing debris hauled from other sources with debris hauled under this Agreement. 4. Mixing vegetation debris with C & D material. CONTRACTOR may be immediately terminated and not paid for the following: 1. Collection of any non -eligible, non -CITY approved stumps or debris. 2. Moving to another designated Collection Service Area without prior CITY approval. 3. Failure to provide service in accordance to guidelines set forth by FEMA and the CITY. 4. Soliciting work from private citizens or others to be performed in the designated Collection Service Area during the period of this Agreement. 5. Alteration of placards placed on certified trucks and/or trailers. Any disputes regarding Performance of Contractor will be presented to the Emergency Management pg. 18 Coordinator or designee for review. The Emergency Management Coordinator or designee shall complete review and make determination within three (3) calendar days. Decisions of the Emergency Management Coordinator or designee shall be final. PART III PROPOSAL SUBMISSION REQUIREMENTS 1. Proposal Submission Requirements and Format The CITY must receive all Proposals no later than 2:00 P.M., Eastern Time on the date established in Part I, Section 3 — Procurement Schedule and Section 4 — Proposal Submission and Withdrawal. PROPOSERS shall submit one (1) original, three (3) photocopied sets, and one (1) CD/DVD containing all documents in Adobe PDF electronic format. The complete original and disc shall be submitted in a separate sealed envelope identifying it as the original document. The Proposal shall be clearly labeled on the outside with the PROPOSER'S name, address, telephone number, and shall be identified as follows: RFP 007 -18 -SB - Hurricane/Disaster Debris Removal, Reduction and Disposal Services. Failure by the PROPOSER to provide the above information on the outside of the envelope may result in the rejection of the PROPOSER'S submittal. Original and photocopies shall be of 8%" by l 1" and bound into spiral bound or three-ring binder. Proposal pages shall be numbered. The minimum font size for all text sections of the Proposal shall be eleven -point (1 I pt). Marketing brochures or any other information not pertaining to this RFP shall not be included in the Proposal. 1.1 Content The PROPOSER shall provide the appropriate information in accordance with the content requirements set forth in the following subsections. To allow the Selection Committee to more effectively review the Proposals, PROPOSERS are to provide all requested information in the order and in the format requested below. 1.1.1 Title Page The Title Page shall include the RFP Title and Number. The page shall indicate clearly the name of the PROPOSER submitting the Proposal and the name, address, phone number, fax number and e-mail address of the PROPOSER'S designated contact person. The PROPOSER'S designated contact person is the individual who shall be the main point of contact for the CITY to communicate with regarding this procurement. 1.1.2 Table of Contents 1.1.3 General Information PROPOSER shall provide completed Proposal Forms 1 - 8 as follows: Ph. 19 1. 1.3.1 Proposal Form 1— Transmittal Letter PROPOSER shall submit a completed Proposal Form I — Transmittal Letter acknowledging, among other things, that the PROPOSER has completely reviewed, understands, and agrees to be bound by the requirements of this RFP. The Proposal Transmittal Letter shall be signed by a representative of the PROPOSER who is empowered to sign it and to commit the PROPOSER to the obligations contained in the Proposal. 1.1.3.2 Proposal Form 3 —Price Proposal PROPOSER shall submit a completed Proposal Form 2 — Price Proposal. The assumptions and formulas used in Part A of the Proposal Form 2 — Price Proposal, were devised solely for the purpose of determining Total Proposal Price. No minimum or maximum amount of work is being promised. Unit Prices in Part B are for information purposes only and will not be considered in price evaluation and ranking of the Proposals. However, the Prices in both Part A and Part B of the Proposal Form 2— Price Proposal will be incorporated as appropriate into the Agreement resulting from this RFP. The cost of the Bond shall be included in the unit rates of the Proposal Form 2 — Price Proposal. The CITY reserves the right to request: additional pricing, explanations for any out -of -balance pricing, explanations for any pricing it deems too low or too high, and to negotiate a best and final price with the highest ranked PROPOSER(s). 1.1.3.3 Proposal Form 3 -- Non -Collusion Affidavit PROPOSER shall provide a completed Proposal Form 4 — Non -Collusive Affidavit as described in Part 1, Section 11 — Non -Collusion Affidavit. 1.1.3.4 Proposal Form 4 — Drug Free Work Place PROPOSER shall provide a completed Proposal Form 5 — Drug Free Work Place. 1.1.4 Experience and Qualifications Narrative PROPOSER shall demonstrate the following: 1. Provide a comprehensive description of all mobilizations performed as a contractor for disaster debris services collecting and processing a minimum of 50,000 cubic yards of debris collected from public right of ways. PROPOSERS unable to identify one or more mobilizations meeting the 50,000 cubic yard threshold, per each mobilization, are requested to submit all relevant experience they have that documents the ability to perform the services (right of way collection and debris site management) as requested by this RFP. No limitation exists for the period of time a PROPOSER may go back to describe the experience as requested. For each mobilization the PROPOSER is requested to identify the following: • Name and type of storm event • Date and location • Narrative of disaster debris services of work performed during mobilization event • Total value of contract for services performed • Number of cubic yards of debris collected by PROPOSER from public right of ways during mobilization pg. 20 • Number of cubic yards of debris handled by PROPOSER at temporary debris reduction sites during mobilization Name, address and telephone number of customers point of contact for reference purposes. 1.1..5 General Operations Plan PROPOSER shall provide the following: I. At minimum a detailed Mulch Disposal Plan. The CITY is committed to recycling and or beneficial re -use of mulch. Additional consideration will be taken for Beneficial Re -Use Plan. PROPOSER is requested to provide a full description of how PROPOSER intends to dispose and or re -use 50,000 cubic yards of mulch. PROPOSER is requested to address how PROPOSER intends to comply with all federal, state and local guidelines pertaining to mulch disposal. PROPOSER is also requested to subunit any agreement(s) he/she currently has for the disposal and or beneficial re -use of mulch. PROPOSER is requested to give a full description of their end use plan. 2. At minimum a detailed Temporary Debris Site Reduction Plan pertaining to Construction Debris (C & D) Recycling and or Reduction for estimated fifty thousand (50,000) cubic yards. The CITY requests that PROPOSER implements a recycling and or reduction program for C & D material to minimize amount of debris that will go to a landfill. PROPOSER is requested to address programs they will implement to facilitate recycling and or reduction of construction debris waste. 3. Resumes for the PROPOSER'S management tears and all key personnel who will be assigned to the agreement to include, among other things: names, job titles, responsibilities, applicable debris management experience. Pg. 21 PART IV PROPOSAL EVALUATION AND AWARD I. General All Proposals submitted in response to this RFP will be evaluated by the CITY'S Selection Committee based on the information supplied per Part III —Proposal Submission Requirements and utilizing criteria specified in Part IV— Proposal Evaluation andAward. 2. Evaluation Criteria The review and analysis of the Proposals by the Selection Committee will be based on the following criteria: • Submission of a complete package including all forms; • Experience and Qualifications; • General Operations Plan; • Price Proposal; 3. Evaluation Method Selection Committee members will conduct a completeness review of the Proposals. Proposals must include all requirements specified in Part III— Proposal Submission Requirements. Minor informalities may be waived by the CITY. Those Proposals found to be complete, will then be ranked by individual members. Table 2 -- Evaluation Criteria, Points and Scoring Methodology provides guidelines for the Selection Committee members for the ranking of Proposals. In each category where points are to be assigned, PROPOSERS may receive up to the maximum allowable number of points from an individual Selection Committee member. Total points of each Selection Committee member for each Proposal will be tallied and averaged. Proposal with highest total average score will be ranked first. Table 2 - Evaluation Criteria, Points and Scoring Methodology EVALUATION CRITERIA POINTS Experience and Qualifications 30% General Operations Plan 20% Price Proposal 50% TOTAL: 100% pg. 22 4. Award The CITY anticipates award to the PROPOSERS who submit the Proposals judged by the CITY to be the most advantageous. The CITY anticipates awarding Agreements to the highest ranked PROPOSER, but reserves the right to award more or fewer Agreements if it is in best interest of the CITY. The CITY reserves the right to enter into the Agreements negotiations with the highest ranked PROPOSER. If the CITY and any of these PROPOSER(S) cannot negotiate a successful Agreement, the CITY may terminate such negotiation(s) and begin negotiation(s) with the next highest ranked PROPOSER(S). No PROPOSER shall have any rights against the CITY arising from such negotiations. The pricing structure submitted in Proposal Form 3 — Price Proposal shall be firm. However, the CITY reserves the right to negotiate a "best and final" price with the highest ranked PROPOSER(S). Agreements awarded will be prioritized for activation based on the final ranking achieved during the selection process. The number of Agreements that are activated will be based on the magnitude and complexity of the CITY'S post disaster needs. It will be in the CITY'S sole discretion how many Agreements are activated. The Agreements will be for a term of five (5) years. The selected PROPOSERS will standby for much of the duration of the five (5) years and only be called to active duty when a debris generating event occurs. This call to active duty may be repeated several times within the five (5) year Agreement period depending on the number of separate debris events that occur. The PROPOSER understands that this RFP does not constitute an Agreement or a contract with the PROPOSER. An official Agreement or contract is not binding until Proposals are reviewed and accepted by appointed staff, approved by the appropriate level of CITY within the CITY, and executed by the parties. The CITY anticipates that the final Agreements/Terms of the agreement will be negotiated and signed after the selection committee has made the final decision. PART V The following Proposal Forms are included: Proposal Form 1 — Transmittal Letter Proposal Form 2 —Price Proposal Proposal Form 3 — Non -Collusion Affidavit Proposal Form 4 — Drug Free Work Place Proposal Form 5 — Schedule No. 1 pg. 23 PROPOSAL FORM 1— TRANSMITTAL LETTER (To be typed on PROPOSER'S Letterhead) [Date] Shawn Boyle Director of Finance and Administrative Services City of Winter Springs 1 126 East State Road 434 Winter Springs, FL 32708 Dear Mr. Boyle: (PROPOSER) hereby submits its Proposal in response to the Request for Proposal (RFP) for Hurricane/Disaster Debris Removal, Reduction and Disposal issued by the CITY of Winter Springs (CITY) in May 2018. As a duly authorized representative of the PROPOSER, I hereby certify, represent and warrant, on behalf of the PROPOSER team, as follows in connection with the Proposal: 1. The PROPOSER acknowledges receipt of the RFP and the following Addenda: No. Date 2. The submittal of the Proposal has been duly authorized by, and in all respects is binding upon, the PROPOSER. 3. All information and statements contained in the Proposal are current, correct and complete, and are made with full knowledge that the CITY will rely on such information and statements in qualifying PROPOSER. 4. The PROPOSER certifies under penalties of perjury that the RFP has been prepared and is submitted in good faith without collusion, fraud or any other action with any other person taken in restraint of free and open competition for the services contemplated by the RFP. As used in this Proposal Form, the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. S. The PROPOSER is not currently suspended or debarred from doing business with any governmental entity. 6. The PROPOSER has reviewed all of the engagements and pending engagements of the PROPOSER, and no potential exists for any conflict of interest or unfair advantage. 7. No person or selling agency has been employed or retained to solicit the award of the Agreement under an arrangement for a commission, percentage, brokerage or contingency fee or on any other success fee basis, except bona fide employees of the PROPOSER. 8. The principal contact person who will serve as the interface between the CITY and the PROPOSER for all communications is: p�. 21 Name: Title: Mailing Address: Phone: E -mai I : The PROPOSER has carefully examined all documents constituting the RFP and the addenda thereto and, being familiar with the work and the conditions affecting the work contemplated by the RFP and such addenda, offers to furnish all labor, materials, supplies, equipment, facilities and services which are necessary, proper or incidental to carry out such work as required by and in strict accordance with this RFP and the Proposal. Name of Proposer Print Name of Designated Signatory Signature Title State of County of On this day of , 20 , before me appeared personally known to me to be the person described in and who executed this and acknowledged that (she/he) signed the same freely and voluntarily for the uses and purposes therein described. In witness thereof, I have hereunto set my hand and affixed my official seal the day and year last written above. Notary Public in and for the State of (Name printed) Residing at My commission expires Signature (Affix Seal here) PROPOSER: RFP No. 007 -18 -SB PROPOSAL FORM 2 — PRICE PROPOSAL PART A — VOLUME BASED PRICING FOR 100,000 CUBIC YARD (CY) DEBRIS DISASTER Activity Estimated Unit Price per Total Quantity CY 1.0 Public Property and Right of Way Collection, Loading and Hauling to a designated Temporary Debris Site. A. Vegetation CY B. Construction Debris 1 CY Mixed Debris 2.0 Temporary Debris Site operation to include placement of monitoring towers, portable toilets, keeping on-site and adjacent roads area clean of trash and garbage, debris acceptance, pile management, and base I reclamation. 3.0 Processing of debris through CY grinding and/or chipping. 4.0 Loading, hauling and disposing CY wood chips to final destination. (This rate includes disposal cost 5.0 Loading and hauling of construction debris and/or mixed debris from Temporary Debris site to a permitted C&D recycling facility or any other designated Disposal Facility. (This rate shall not include disposal cost). Miles from TDRS tofinal destination — I way. A. 0 <20 miles B. > 20 S 50 miles CY C. > 50 !� 80 miles CY D. > 80 5 110 miles CY E. > 110 <200 miles CY AVERAGE: (Item 5.0 A-E AVERAGE Item 5.0 A-E) X 100,000 CY = $ TOTAL PROPOSAL, PRICE; Items 1.0 - 4.0; 5.0) S Unit Prices, unless otherwise indicated, shall include all labor (operators, laborers, supervisors) and materials including but not limited to: supplies, equipment maintenance, repairs, repair parts, fuels, lubricants, cellular phones, transportation, and housing, if required, necessary to accomplish the project. pg. 26 The quantities and distributions are estimated for the purpose of making an award. Locations of sites, debris quantities, destinations, material densities, etc. may differ substantially in an actual disaster. Assumptions: 100,000 cubic yards of debris consisting of 90,000 cubic yards of vegetation debris and 10,000 cubic yards of mixed debris. PART B — HOURLY RATES DEBRIS MANAGEMENT SITE SET-UP AND CLOSURE AND DEBRIS CLEARANCE FOR ACCESS - OPTIONAL USE BY CITY AND OTHER GOVERNMENTAL ENTITIES EQUIPMENT AND LABOR RATES EQUIPMENT TYPE HOURLY H017RL17 TOTAL EQUIPMENT LABOR HOURLY RATE RATE RATE PROPOSAL FORM 3 -- NON -COLLUSION AFFIDAVIT State of County of Being duly sworn deposes and says: That she/he is an officer of the parties making the foregoing Proposal, that such Proposal is genuine and not collusive or sham; that said PROPOSER has not colluded, conspired, connived or agreed, directly or indirectly with any PROPOSER or person, to put in a sham bid or to refrain from bidding and has not in any manner, directly, or indirectly, sought by agreement or collusion or communication or conference with any person, to fix the price or affiant or any other PROPOSER, or to fix any overhead, profit or cost element of said price, or that of any other PROPOSER, or to secure any advantage against the AUTHORITY, or any person interested in the proposed contract and that all statements in said Proposal are true. Name of Proposer Print Name of Designated Signatory Signature Title On this day of , 20 , before me appeared personally known to me to be the person described in and who executed this and acknowledged that (she/he) signed the same freely and voluntarily for the uses and purposes therein described. In witness thereof, I have hereunto set my hand and affixed my official seal the day and year last written above. Signature Notary Public in and for the State of (Affix Seal here) (Name printed) Residing at My commission expires pg. 2A PROPOSAL FORM 4 — DRUG FREE WORK PLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does: (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 or of any controlled substance law of the United State 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, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Print Name of Designated Signatory Signature Date PART VI included: Attachment A — Debris Zones and Potential Temporary Debris Sites Map Debris Sites 0 14 61 to 2+ 32 Mos � pg. 30 ATTACHMENT B — RESPONSE TO REQUEST FOR PROPOSAL FOR HURRICANE/DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL RFP No. 007 -18 -SB Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 20 CI'T'Y OF WINTER SPRINGS HURRICANE/DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL RFP #007 -18 -SB 3495 Lee Rd. 10 Auburn, AIS 36832 Phone: (334)821- 1249 Fa c(334)821-5227 MAY 301 2018 2:00 PM ORIGINAL www.hurricaneree,overy.com William Liveoak wiiveoak@bellsouth. net g > D&J Enterprises- Table of Contents City of Winter Springs, FL RFP No. 007 -18 -SB Tab 1 ..................................... Proposal Forms 1. Transmittal Letter 2. Price Proposal 3. Non -Collusion Affidavit 4. Drug Free Work Place 5. Schedule No. 1 6. Addenda Acknowledgement Tab Z ................................... Experience and Qualifications Tab 3 .................................... General Operations Plan �'-i-tea...._ iy. w'T�"•�4r' x .J[ 1' .! Ywit.` `t_��-- VPW - f y ' ;.0 4 "Moll, �� t w D & J Enterprises, Inc. 3495 Lee Road 10 a Auburn, AL 38832 • (334) 821-1249 • FAX (334) 821-5227 PROPOSAL FORM I —TRANSMITTAL LETTER Shawn t3oyle Director of Finance and Administrative Smiees City of Winter Springs 1126 East State !toad 434 Winter Sprnigs. FL 32708 Dear Mr. Boyle: Q&j EnjejpriseS. inc. (PROPOSER) hereby submits its Prnposaf in response to the Request for Proposal (RFP) for Huff icanc/Disaster Dehri: Removal, Redttrtion and Dispersal issued by the CITY of Winter Spnngs [CITY) in May 2018 As a duly authorized representative of the PROPOSER, I hereby certify, represent and warrant. on behalf of the PROPOSER tearn, as follows in connection u-ith the Proposal - I The PROPOSER acknowledges receipt of the RI=P and the following Addenda. No. Date 1 5-1-18 2. The submittal of the Proposal has been duly authorized by. and in all respect) is binding, upon, the PROPOSER 3. AEI information and statements contained in the Proposal are current, correct and complete. and UTC made with full knou ledge that the CITY [kilt rely on such information and statements to qualifying PROPOSER a The PROPOSER certifies under penalties of perjury that the RFP has been prepared and is submitted in good fraud or any other action with any other person taken in restraint of free and open competition for the services contemplated by the RFP. As used in this Propoaal Form, the ward "person" shill mean any natural person, bliSilteSS, partnership. corporation, union. commitfre, club. of tither organisation, crility, or *roup of i1ll1Vidua1S 5. The PROPOSER is not currently suspended or debarred from doing business a ith any governmental entity. b. The PR(1POSPR ha,s reviewed all of the cmmacnncnts and pending engagements of the PROPOSER, and no potential exist, for any conflict of interest err unfair advantage. 7 \o person or setling agency has been eriiployed of retained t++ ,.wlicit the award of the Agreement trader an arrmigenient rof at ciinuni»it+rt. percent,r,_c, brokerag;: of corionvenc} lee tit sail an% tither .ucce:S fee hJ.1P,. ea,crpt hong Ij.le employee, of hr PRt?Pi &R S The princip.il contact person %t ho will scr%c as itis interlace bo,%kccu flit CITY and the PROPOSE R for ail conntrtunicatlon+ i. Nanic William Liveoak Tale. Office Engineer Mailing Address 3495 Lee Road 10, Auburn, AL 36832 Phone (334)821-1249 E-mail. -wliveoak@bellsouth.net The PROPOSER has carefully examined all documents constituting the RFP and the addenda thereto and, being familiar with the Mork and the conditions affecting the work contemplated hy the RFP and such addenda. offers to furnish all labor, materials, supplies, equipment, facilities and services which are necessary. proper or incidental to carry out such work as required by and to sinct accordance with this RFP No. 007 -18 -SB RFP and the Proposal DW Enterprises, Inc. Name of Proposer William Liveoak Prin: Name of Designated Srgnatory Signature Office Engineer I I'1., Siateof Alabama county of Lee On this 2 day of May 20_a. before me appeared William Llyepak personally known to me to be the person described in and who exec ed dais submittal RFP too_ 007-tf3-SB and acknowledged that ishe.Ite) signed the sante freely and %01unt y for the uses and purposes therein described. In witness thereof'. I ha%e hereunto set nay hand a afEixe ny fficial seal the day a -ear last %nrten above Notary Publie in and for the Stare of • r.�rr�t.� Teal(NameprintedI Jason Sands Residing ai 3495 Lee Road 10{x., Auburn, AL 36832 PROPOSER: D&J Enterprises, Inc. RFP No, 007-18-S13 PROPOSAL FORM 2 — PRICE PROPOSAL. PART A — VOLUME BASED PRICING FOR 100,000 CLrBIC YARD (CY) DEBRIS DISA5TF R Acticitv Estimated knit Price per Total Quantity CY 1.41 Public Property and Right of Way Collection, Loading and Hauling to a designated Temporary Debris Site. A. Vegetation 100 CY $10.20 $1,020,900 B. Construction Debris' CY- Mixed Debris 100,000 $10.20 $1,020,000.00 2.4 Temporary Debris Site operation to include placement of monitoring towers, portable toilets, keeping on-site and adjacent roads area clean of trash and garbage, debris acceptance, pile management, and phase I reclamation. 100,000 CY $0.75 $75.000.00 3.4 Processing of debris through 100,000 CY $2.15 $215,000.00 grinding andior chipping. 4,4 Loading, hauling and disposing CV wood chips to final deMination. 100.000 $13.85 $1,385,000.00 tIhis rata hrchulra rlixfpsal c-om) 5.0 Loading and hauling of construction debris and`or mixed debris from Temporary Debris site tv a permitted C&D recycling facility or any other designated Disposal Facility. (7'hi.s rote shall not int ludo &ipex,ul coy). Miles ji in 1 URS to finrrl destination — 1 n•at•. _ A. 0 < 1-0 miles 10.20 B. > 20< 50 miles CY � 10.70 C. * 50 _ 80 miles CY 1110 D. 80 <, 110 miles CY 11.70 F. > 110 < 200 miles CY 13.50 AYER-AtGE. (Item 5.0 A-E) AVLIUkGE Item 5.0A -L•) \ 1(10,004UY = S TOTAL PROPOSAL PRICE: (Iters 1.0 - 4.4; 5.0) $ Unit Prices, unICSS otherwise indicated. Shall Include all labor (operators, laN)rers. supervisors) and materials including but not limited til: supplies, equipment maintenance, repairs, repair parts. fuel,,., lubricants, cellular phones, traits portal ion, and housing, it required, necessary to ilccomplish the protect. The quantities and distributions are estimated for the purpose of making an award. Locations of sites, debris quantities, destinations, material densities, etc, may differ substantially in an actual disaster. Assumptions: 100,000 cubic yards of debris consisting, of 90Y10 cnbiv vards ot'vegetation debris and 10,000 cubic yards of mixed debris. PART B— 110URIN RATES DEBRIS ItIANAGE M ENT SITE: SET-UP AND CLOSURE ANL) DEBRIS CI_E.ARANCE FOR ACCESS - OPTION Al. L -SE: B1 CITYAND OTHER GOVERNM E's I Al. EVI.ITFES I.QUIP:N1ENT AND I.ABOR RATES Wavy Equipment Size or Type U/11 Unit Price Opewlarr birluded Skid Steer Loader Bobcat Hour 565.00 Backhoe Cat 416 I -lour +75.00 Wheel Loaders Cat 950 I flour S85.00 Wheel Loaders Cat 966 Hour 593.00 Wheel Loaders Cat 930 Hour $110.00 Tracked Loader Cat 955 Hour 5100.00 Towed Loader u/ 7 ractor Prentice 710 Hour 5100.00 Self loading Knuckle boom Truck 25 - 35 CY Body Hour 580.00 Self Loadina Knuckle boom Truck 35 - 45 CY Bodv Hour 590.00 Self Loading Knuckle boom Tandem -truck 45 — 75 CY Sod • Hour S100.00 Dozer Cat D4 Hour 585.00 Dozer Cat D5 I Hour 597.00 Dozer Cat 06 ! Hour Cat D7 Hour S100.00 S110'00 Dozer Do,- -r Cat D8 I -lour S130.00 Excavators with Grapple or Thumb Cat 320 Hour 5120.00 Excavators with Grapple or Thumb Cat 325 Hour 5130.00 Excavators %i ith Grapple or, Thumb Cat 330 I lour S I ;0.00 Tractor w/ Bo\ Blade su IlHour S70.00 Motor Grader Cat 120G Hour S 120.00 Crane 30 7 on Hour 5200.0(1 Bucket Truck Up to 50' reach Hour Slaw Bucket Truer 50'to 75'reach flour 5775.0[) -Trash 7 ransfer Trailer" 1 ractor 110 Pard flour 51()(),{)!1 530.00 5t».ltll 1 iechanizcd Brourn — - — Street Swec et Hour Tater Truck 2000 Gallurt Fleur T Stum r Grinder I Vermeer 252 flour 555.00 Chipper " 2 man ere%% Morbark Stora; I Itour j 590.00 1'-Fout Tub Gnader Nlurbark 1200 Hour S-150.00 SSS().00 _ 13 -(out Tub Grindcr Morbarl, I 30 Hour t 14.1--'ot Tuijiirtndcr l)i.trnond l 14h3 ilour $600 -00 Heavy Equipment Size or Type U/M Unit Price Equipment Trans ort w/ Tractor 50 Ton Hour $110.00 Truck Mounted Winch Tow Truck Hour S95-Q0 Haul Vehicles Sizc or Type U/M Unit Price Q/x j won Included Durnp Truck 10 to 15 CY Hour ;85.00 Dump Truck 16 to 20 CY Hour $90.00 Trailer Dump wi Tractor 30 to 40 CY flour $100.00 Trailer Dump w/ Tractor 41 to 50 CY Hour $105.00 Trailer Dump w/ Tractor 51 to 60 CY Hour S110.00 Trailer Dump w/ Tractor 61 to 70 CY Hour S125.00 Walking f=loor Trailer w/ Tractor 100 CY hour S130.00 Transportation Vehicles Size or Type UIM Unit Price Operwors Av/ Inchided Pickup Truck 112 `fon Day $300.00 Pickup Truck 3/4 Ton Day 5375.00 Picku 7-nick I Ton Day $400.00 Box Truck 3/4 Ton Day 5700.00 Utility Van 3/4 1 on Day 5700.00 Passenger Van 9 Passenger Dav _ 5600.00 Passenger Car Fuil size Day $300.00 Personnel Size or Type U/1VI Unit Price Su erimendent w, Picku Truck Individual Hour 590.00 Supervisor K•/ Pickup Truck Individual I lour S80.00 Safety or QC- Mana er w.' Pickup Truck Individual Hour S80.00 Mechanic wr Truck and Tools Climber w/ Gear Individual Hour S120.00 Individual Hour SSU.00 Operator w/ Chainsaw Individual Hour 535.00 Laborer w/ Tools Individual flour S3{1.00 'rramc Control Personnel Individual flour 530.00 Ticket Writers Individual Hour 530.00 Clerical Individual Hour $30.00 Administrative Assistant Individual Hour 540.00 PROPOSAL FO"I 3 – NON -COLLUSION AFFIDAVIT State of - Alabama County of Lee Being duly swont deposes and says - Thai shethe is an officer of the parties making the foregoing Proposal, that such Proposal is genuine and not collusive or sham; that said PROPOSER has not colluded, conspired, connived or aneed, directly or indirectly with any PROPOSER or person. to put in a sham bid or to refrain from bidding and has not in any manner, directly, or indirectly, sought by agreement or collusion or communication or conference with any person. to fix the price or affiant or any other PROPOSER. or to fix any overhead, profit or cost element of said price, or that of any other PROPOSER, or to secure Fny advantage against the AUTHORITY, or any person interested in the proposed contract and that all statements in said Proposal are true. Name of Proposer William Liveoak _ Print Name of Designated Signatory -joynature Office Engineer I pt[, On this —2g- day of May 20 1$, before me appeared William Liveoak personally known tome to be the person described in and who executed this submittal RFP No. 447-18-5B and acknowledged that (shc�be) signed the same freely and voluntarily for the uses and purposes therein described. In witness thereof; I have hereunto set my hand and at . ed my off rp seal the day and year last written above. ignanu• - Notary Public n and ' r the State of _Alabama (.jjfia Seal here) n Sanders % (Name printed Residing 41 3495 Lee Road 10 Auburn AL 36832 l I lvly Commission expires ���1 _ PROPOSAL FORM -I - DRUC; FREE WORK PLACE FORT I The undersigned vendor in accordance with Florida Statute 287.0.97 hereby cenifies that n&.! Enterprises, Inc does: (Name (,jBusiness) I. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing. pos,wssion.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 employe 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 iltr statement specified in subsection (1). 4. ht the statement specified in subsection i 11, 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 1%'93 or of any controlled substance law of the United State or any state, for a violation occurring in the Workplace no later than five {$) days after such conviction. S. 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 communhy, by an} employee %%ho is so convicted. h. Make a =_ood 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 firn complies fully with the above requirements. Print Name of Designated Signatory William E_ive0ak _ Signature Q) - - .. - - ---- - _ __ - — - Date May 29, 2018 PART VI included; Attachment A — Debris Zones and Potential Temporary Debris Sites Map Debris Sites y 24 PROPOSER: D Lti_ k,1 RrP No. 007-1 8 -SB PROPOSAL FORM 2 - PRICE PROPOSAL. PART A – VOLUME BASED PRICING FOR 100,000 CUBIC YARD (CY) DEBRIS DLSAS fER Activity Estimated Unit Price per 'total _ Quantir� CS 1.0 Public Property and Right ofWav Collection, i.oading and Hauling to a designated 7emporarti Debris Site. _ A. Vegetation CY B. Construction Debris CY - Mixed Debris 2.0 Temporary Debris Site operation to include placement of monitoring towers. portable toilets, keeping on-site and adjacent roads area clean of trash and garbage, debris acceptance, pile management, and phase I reclamation. 3.0 Processing of debris through CY grindin_ and`or chippin 4.0 Loading, hauling and disposing CY wood chips to final destination. (This rate Includes disr•osal cosh 5.0 Loading and hauling of construction debris andr-or mixed debris from Temporary Debris site to a permitted C&D recycling facility or any other designated Disposal Facility. (Thin rate shall nol bwlude disposal cost). Miles frons I DRS to lural desdnation – I woi. A. 0:S 20 miles B. i 20 ¢ Sit miles CY C. > 50 � 80 miles CY D. , 80:5 110 miles CY E. > 1 10 < 204 , 60t- �— CY ! AVERAGE.- Item 5.0 A-E `q� _ - AVERAGE (i(eut 5.0 A-1:) TOTAL PROPOSAL PRICE. (hems 1.0 - 4.0; 5.0) $ }J 10,o00 Unit Prices, unless otherwise indicated, shall include all labor (operators, laborers, supervisors) and Fran materials including but not limited to: supplies, equipmunt main(cnance, repairs. repair pans, fuels. ��r t lubricants, cellular phones. transportation, and housing. if required, necessary to accomplish the project. D&J Enterprises, Inc. Diamond Z Grinder 1 � 7wtever bort (lo. work (it it ivith ull.4 ow- hew -t. (is ivoi•kin.g. f0», the Lonl, not f w hunialr fila •tors, C'olo.ssitins 3:23 May 30, 2018 City of Winter Springs, FL THE D&J WAY D&J Enterprises, Inc. City of Winter Springs, hL RFP No. 007 -18 -SB Prepared. Fast response. Management. Owned Equipment. Year-round staff. Excellent work. Safety. Maximum reimbursement. That is the D&J Way. D&J Enterprises, Inc. is a stand-alone business with assets and methods that are irreproachable by any other debris contractor. D&J has the personnel, equipment, trucks, subcontractors, financial capabilities, bonding capacity, methods, and procedures that make D&J a premier contractor. No other disaster company employs approximately 200 employees on a daily basis that are ready to respond at a moment notice with over $30,000,000 of COMPANY OWNED equipment. D&J is completely self sufficient and capable of self performing debris removal contracts. D&1 has over 2,500 subcontractors and national accounts with all major equipment rental agencies that, along with D&J employees and company equipment, will ensure a fast response and work will begin in a timely manner. Even with these agreements and accounts, every debris removal operation will have D&J personnel and equipment present 100° of the time. D & 1 Enterprises, Inc., Federal ID No. 63-0443382, is a corporation owned by Richard D. Starr and James L. Starr incorporated in 1987 in Auburn, AL, after acquiring the assets of their father's company, Starr & Sons Contracting. D&J has been in the disaster debris removal field for fifty-two years. D&J has an outstanding record of completing all contracts awarded to the company and has never defaulted on any contracts, and never had a payment or performance bond called on any contracts. D&J has done several large scale debris projects across the United States, Caribbean, and Japan for cities, counties, and the U.S. Army Corps of Engineers. D&1 is capable of handling any size of disaster related removal. D&J has removed and processed over 40,000,000 cubic yards of debris, and performed over $750,000,000 work throughout our company history This fact is supported in the following submittal by showing examples of having served as the prime contractor for numerous large scale debris removal operations. D&J was the prime contractor for 14 counties and 4 municipalities in Texas following Hurricane Rita. D&J has operated as many as 15 contracts simultaneously and employed as many as 600 employees with 500 subcontractors in a single contract. Disaster debris removal and disposal service operations have also led D&J outside the U.S. to places such as Haiti, Caribbean and Japan. D&J is one of nine US Army Corps of Engineers primary contractors and has pre -position contracts throughout the US. o&. D&J Enterprises, Inc. g City of Winter Springs, FL ��RPRS� RFP No. 007 -18 -SB D&J believes that training and pre -planning are essential to running a successful debris removal operation. D&1 employees are constantly expanding their training by taking OSHA, FEMA, and US Army Corps of Engineers courses. Courses cover every topic and aspect of a debris operation including management, quality control, safety, reimbursement, and operations. That is why D&J offers training and pre -planning to aur clients included in the contract at no additional cost. D&J is very familiar with the scope of work required for this RFP. Work may include emergency clearing for the first several hours of operation, debris load & haul from rights of way and proper disposal, stump removal, right of entry work, removal and disposal of leaning trees and hangers, and hazardous removals. All work will be completed in accordance with federal, state, and local guidelines. D&1 is committed to following FIEMA's Public Assistance Program and Policy Guidelines and meeting 2 CFR requirements. D&J will ensure that procedures and work will reimbursable. D&J will continue to work with our clients after debris removal is complete to help receive any available state and federal reimbursements. D&J Main Office: 3495 Lee Road 10, Auburn, AL 36832 Phone: 334-821-1249 Fax: 334-821-5227 Email: info@dandjenterprises.net Point of Contact: William Liveoak, Office Engineer Cell Phone: (334) 559-0107 Email: wliveoak@bellsouth.net Normal Business Hours: Monday -Friday 6 am to 5 pm CST Storm Event Hours: As required Authorized personnel to make representations, all of which can be reached at the address and telephone number above: Richard D. Starr, President Christopher Starr, V.P. Jason Sanders, Operations Manager James L. Starr, Sec./Treas. William Liveoak, Office Engineer If awarded this contract, D&1 would be strongly committed to perform the work as can be seen by past performance on similar projects. Thank you for your kind considerations. Sincerely, James L. Starr Owner, Sec./Tres. INTRODUCTION D&J Enterprises - Past Experience In 1965, Hurricane Betsy, one of the most fierce and devastating storms in US history, slammed Gulf Coast and offered D&1 Enterprises, then a civil construction company known as Starr & Sons Contractors, the opportunity to expand its operations by responding to the disaster with much needed resources. In 1987, Richard 0. Starr and James L. Starr formed D&J Enterprises to continue the family enterprise and its tradition of excellence. Since that time, D&J has continued to develop and grow its debris management division and has now become one of the leading contractors in its field. D&1's first storm recovery mission was in 1965 after the devastating Hurricane Betsy hit the Gulf Coast. D&J was a major contractor for the United States Army Corps of Engineers after Hurricane Katrina ravaged Mississippi, successfully performing over $100,000,000.00 of recovery contracts. D&J has never failed to complete a project awarded to us. D&1 has never defaulted on a contract. D&1 will provide a detailed audited financial statement upon request. D&1 will submit updated resumes for all key personnel. D&1 will furnish upon request documentation to support the information in this response. D&J's Experience is irreproachable and no other disaster contractor can make the following distinctions: Fifty-two (52) years of disaster recovery and debris management experience • Performance in excess of 225 separate disaster response contracts totaling over $400,000,000 • At times employing as many as 600 employees with 500 subcontractors on a single contract • Managing as many as 15 contracts simultaneously US Army Corps of Engineer — USACE Primary contractor for 14 counties including 4 major municipalities within the State of Texas following Hurricane Rita 2005/2006 0 One of nine US Army Corps of Engineers Primary Contractors ry� D&J Enterprises - Past Experience D&J over the years has developed a vast network of relationships with professionals, subcontractors and suppliers that can muster all the resources needed to respond to a multitude of disasters in a manner that will assist communities with quick response and recovery. Pre -planning for events is a vital and integral part of disaster recovery operations; D&J incorporates "readiness" into our operation plans for unforeseen events, incorporating the capability to have key personnel on the scene within a few hours of such occurrences. The disaster response path has lead D&J through clean-up projects resulting from hurricanes, tornados, floods, ice storms, snow storms and earthquakes, all of which have contributed to the wealth of knowledge and immeasurable experience that continuously improve operations and performance. D&J's active role as a disaster recovery leader year round allows us the privilege to continually train and educate employees and subcontractors for top performance and adherence to ever evolving FEMA guidance and policy. During the four decades of disaster recovery and debris management service, D&J's Civil Construction Division has also grown and prospered earning the reputation as one of the top civil contractors in east central Alabama. Two other corporations owned by Richard D. Starr and James L. Starr complement its debris management services: Sand Hill Recycling Center, Inc. a debris storage, separation, reduction and disposal facility that operates year-round providing services to state, county, city and other local private entities since 1997 and doubles as a training facility in the methods of debris separation, reduction, recycling and disposal during periods for personnel prior to the occurrence of a disaster event., and Tara Leasing and Sales, Inc„ a heavy equipment company. While disasters are known to have devastating impacts on communities, survivors boast stories of how they also bring people together. The D&J family feels proud to be a part of that reunion as they continue to build their tradition of excellence. nR,l Enterprises - Past Experience TASKS PERFORMED IN DISASTER RECOVERY AND DEBRIS MANAGEMENT PROJECTS: Phase I Debris Rights -of -Way Clearance Loading and hauling snow and ice :- Loading and hauling sludge and mud Vegetative debris removal from rights-of-way C&D debris removal from rights-of-way Operating temporary debris storage and reduction sites (TDSRS / DMS) ►- Receiving, sorting, screening, separating and recycling debris Removal and disposal of hazardous waste Vegetative debris reduction by grinding: Advantage: Recyclable and second use options include: paper mill feed stock, boiler fuel, agricultural mulch Vegetative debris reduction debris by open burn and air curtain incineration: Advantage: 95% reduction rates are obtainable Loading, hauling and final disposal of sorted debris to either LCID or Subtitle D landfills . Site restoration and re -vegetation Sand screening and beach restoration Building demolition Site preparation for temporary housing =� D&J Enterprises - Past Experience Base Camp and Temporary Facilities for Local Governments and Response Teams Stream clearing and cleaning Earthen dam repair Flood clean-up and emergency roofing r Contract Management State of the art Accounting System D&J's Recent Past Performance on the following pages document our knowledge & experience with federal, state & local emergency management agencies; state & federal programs; funding sources & reimbursement processes. D&J will assist to ensure that Winter Springs, FL receives any and all reimbursements from local, state and federal agencies to minimize or eliminate cost for the city. This list includes work in the Disaster Recovery related field. A detailed list of Civil Engineering & related work is available upon request. =1 D&J Enterprises - Past Experience 2017-2018 October California Wild Fires U5 Army Corps of Engineers $300,000,000.00 (Completed) 763,703 Tons (Still in Progress) Performed Right of Entry Work Managed the project for Ash Britt Environmental. installed and monitored erosion control; Separated, removed, and hauled fire debris; hazardous material removal; graded building lots 0 2017 Monroe County, FL - Hurricane Irma $12,455,000.00 475,000 Cubic Yards Managed the project for AshBritt Environmental. Removed and disposed of aN exigible storm -generated debris from within municipal right-of-way; Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris John Glista Monroe Co Public Works Ph. (305)797-1102 '97 D&J Enterprises - Past Experience 2017 Islamorada, FL — Hurricane Irma $9,485,000 250,000 Cubic Yards Managed the project forAshBritt Environmental. Removed and disposed of all eligible storm generated debris from within municipal right of way,- Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris Rod Jerkins DMS Disaster Consultants Project Specialist Ph. (251)583-1556 Email. rodrickjerkins@DMSrecovery.com 2017 City of Orange, Texas — Hurricane Harvey $2,871,500.00 201,500 Cubic Yards Trimmed trees, loaded, hauled and removed from curbside oil storm -generated debris within the municipal right-of-woy, Managed TDSRS Lee Ann Brown City of Orange, TX Fire Department Asst Fire Chief/Emergency Management Director Ph. (409)883-1050 Email: (brown@orangefd.com D&J Enterprises - Past Experience 2017 Hardin County, TX — Hurricane Harvey $4,765,000,00 145,000 Cubic Yards Managed the project for AshBritt Environmental. Removed and disposed of all eligible storm-generoted debris from within municipal right-of-woy; Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris 2017 Orange County, TX — Hurricane Harvey $10,950,00,00 375,000 Cubic Yards Managed the project for AshBritt Environmental. Removed and disposed of all eligible storm -generated debris from within municipal right-af-way; Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris D&J Enterprises — Past Experience 2017 City of Altamonte Springs, FL - Hurricane Irma $850,000.00 70,000 Cubic Yards Removed and disposed of all eligible storm -generated debris from within municipal right-of-way; Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris 2017 City of Oviedo, FL — Hurricane Irma $350,000.00 50,000 Cubic Yards Ed Torres City of Altamonte Springs Director of Public Works & Utilities Ph. (407)571-8340 Email• Eforres@Altamonte.org Removed and disposed of all eligible storm -generated debris from within municipal right-of-woy; Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris 2017 City of St Pete Beach, FL — Hurricane Irma $146,000.00 14,000 Cubic Yards Removed and disposed of all eligible storm -generated debris from within municipal right-of-way; Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris ❑RA Enterprises - Past Experience 2017 City of Petal, Mississippi — Tornado $ 850,000.00 93,000 Cubic Yards Removed and disposed of all eligible storm -generated debris from within municipal right-of-way; Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris Hal Marx Mayor City of Petal, MS Ph (601)545-1776 Email: mayor@cityofpetal.com 2016 Missouri Floods United States Army Corps of Engineers Response Team D&J was part of the 24 hour response team. D&J mobilized with 12 key team members within 24 hours of the notice to proceed. Assisted USACE in damage assessment, planning & sectoring. Edward L. LeBlanc III, P.E. United States Army Corps of Engineers Debris Program Manager USACE Mississippi Valley Division Ph. {337)322-6757 Email: edward.i.leblanc.iii@usace.army.mil D&J Enterprises - Past Experience 2014-2015 Winter Ice Storm — Augusta, GA/ South Carolina $2,345,500.00 850,000 Cubic Yards Set-up, maintained and operated 6 DMS's (TDSRS) including separation and reduction by grinding all vegetative debris Rob Ray Ashbritt Environmental Vice -President 565 E. Hillsboro Blvd Deerfield Beach, FL 33441 Ph. (954)868-9502 Email: Rray@ashbritt.com 2012-2013 HURRICANE SANDY — New Jersey $14,345,500.00 830,000 Cubic Yards Removed and disposed of oil eligible storm -generated debris from within municipal right-of-way; Set-up, maintained and operated 11 DMS's including separation and reduction by grinding all vegetative debris Terry Jackson Ashbritt Environmental Vice -President 565 E. Hillsboro Blvd Deerfield Beach, FL 33441 Ph. (954)683-0248 Email: TMJACKSON2011@gmail.com D&A Enterprises - Past Experience 2011-2012- Connecticut Snow Storm $8,240,000.00 345,000 Cubic Yards and 37,000 tree cuts/removal Loaded & Hauled snow storm related debris. Managed 7 DMS sites, reduced and removed debris. Cut 37, 000 leaner/hanger trees. I erry Jackson Ashbritt Environmental Vice -President 565 E. Hillsboro Blvd Deerfield Beach, FL 33441 Ph. (954)683-0248 Email: TMJACKSON2011@gmail.com .� �. .+♦ � � T y is rti 1, 2011 -ALABAMA TORNADOES- 9 Counties $10,544,000.00 PERFORMED RIGHT OF ENTRY WORK Right of entry project for the United States Army Corps of Engineers. Removed tornado related debris, damaged houses, trees & buildings in 9 Counties. Cecil L. Jernigan, Jr., P.E. PPDR Mission Manager Alabama Tornado Recovery Ph. (571)408-1449 Email: Cecil.L.Jernigan@usace.army.mil "�� D&J Enterprises - Past Experience 2011 -ALABAMA TORNADOES- City of Tarrant $450,000.00 6,500 Tons Trimmed trees, loaded, hauled and removed from curbside all storm -generated debris within the municipal right-of-way; Managed TDSRS 2010-DEKALB COUNTY TORNADO $3,758,555.00 Mayor Loxcif Tuck 1604 Pinson Valley Parkway Tarrant, AL 35217 Ph. (205)849-2800 335,000 Cubic Yards Trimmed trees, loaded, hauled and removed from curbside all storm -generated debris within the municipal right-of-way; Managed TDSRS Michael Leath EMA Director 111 Grand Ave SW Suite 21 Fort Payne, AL 35967 Ph. (256)845-8569 Email: ema@dekalbcountyal.us D&J Enterprises - Fast Experience 2009 -KENTUCKY ICE STORM $7,758,555.00 1,221,000 Cubic Yards McCracken County $1,400,850.00 Trimmed trees, loaded, hauled and removed from curbside oil storm -generated debris within the municipal right-af-woy; Managed TDSRS } fflo� Judge Van Newberry County Judge/Executive's Office McCraken County Courthouse 300 South Seventh Street Paducah, KY 42003 Ph. (270)444-4707 Fx. (270)444-4731 2009 -KENTUCKY ICE STORM (continued) Caldwell County -District 2 DDT $3,741,555.00 224,000 Cubic Yards Trimmed trees, loaded, hauled and removed from curbside oil storm -generated debris within the municipal right-of-way Larry Smith DOT District 2 1840 N Main St Madisonville, Ky Ph. (270)625-3548 Graves County -District 1 DOT $1,577,150.00 114,000 Cubic Yards Trimmed trees, loaded, hauled and removed from curbside at/ storm -generated debris within the municipal right-of-woy Jason Looper DOT District 1 5501 Kentucky Dam Rd Paducah, Ky 42002 DRA Enterprises - Past Experience Ph. (270)210-2398 City of Paducah, KY $38,000 Reduced all storm generated debris by grinding Mayor Bill Paxton PO BOX 2267 Paducah, Ky 42002 Ph. (270)444-8530 2009 — ARKANSAS ICE STORM $2,245,211.00 224,000 Cubic Yards The City of Jonesboro Loaded, hauled and removed from curbside storm -generated debris within the municipal right-of-way; Managed TDSRS, Reduced by burning & grinding Mayor Harold Perrin Ph. (870)932-1052 2008- HURRICANE IKE — TEXAS $19,425,254.00 2,158,361 Cubic Yards D&1 partnered with Asbritt Environmental on these jobs in Texas. Ashbritt was the contract holder, therefore DW did not directly deal with the municipality. The dollar amount shown is the amount of work that D&1 directly performed. Dow Knight Ashbritt Environmental Senior Vice President Ph. (954)545-3535 Hardin County Removed all vegetative storm debris from right-of-way and hauled to disposal site; Removed C&D and hauled to final disposal Galveston County Sorted, loaded and removed from curbside storm -generated mixed debris (C&D, household and vegetative) from damaged residential and commercial area's; Hauled to D&] Enterprises - Past Experience TDSRS; Reduced debris and hauled to final disposal. Oversaw the total management of the TDSRS City of Orange Loaded, removed from curbside and hauled al/ eligible mud, silt and dirt created by storm surge and flooding. Swept and cleaned streets Jim wolf Ph. (409)883-1082 City of Pasadena Removed ail vegetative storm debris from right-of-way and hauled to disposal site; Removed C&D and hauled to final disposal Grinding of Vegetative Debris 750,000 cubic yards Cleor Lake Shores, Kemah, League City, Peorland, Alvin, Galveston County, Webster 2007 TORNADO - LAKE COUNTY, FLORIDA $1,878,378 125,000 Cubic Yards Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced ail vegetative debris by tub grinding; Hauled and disposed of ground mulch material; Removed C&D and hauled to final disposal Gary Debo & Kristen Swenson - Ph. (352)742-0478 2007 ICE STORM - CHRISTIAN COUNTY, MISSOURI $2,979,754 337,000 Cubic Yards Removed all vegetative storm debris from right-of-way and hauled to disposal site, Reduced oil vegetative debris by tub grinding; Hauled and disposed of ground mulch material; Removed C&D and hauled to final disposal D&J Enterprises _. Past Experience Phil Arntower - Ph. (415)581-2126 2006 ICE STORM -TOWN OF TONAWANDA, NEW YORK $1,960,110 214,000 Cubic Yards Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced oll vegetative debris by tub grinding; Hauled and disposed of ground mulch material 2006 ICE STORM - VILLAGE OF KENMORE, NEW YORK $172,699 Removed oil vegetative storm debris from right-of-way and hauled to disposal site; Reduced all vegetative debris by tub grinding; Hauled and disposed of ground mulch material Kathleen Johnson - (716)873-5700 2005-06 HURRICANE KATRINA - OCEAN SPRINGS, GULFPORT & WAVELAND, MISSISSIPPI $60,000,000 The dollar amount shown is the amount of work that D&J directly performed. 4,400,000 Cubic Yards Removed storm -generated debris from right-of-way; Separated, removed and disposed of debris from right -of -entry at various locations in Mississippi Q&J Enterprises — Past Experience .•�'�""'�`s�''"'""mss � - ' � TM, - :. ,rr+�� ,yy: { r1, 2005-06 HURRICANE WILMA — MIAMI GARDENS AND DEL RAY BEACH, FLORIDA $9,658,727 957,000 Cubic Yards Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced all vegetative debris by tub grinding; Hauled and disposed of ground mulch materia! Joe Safford Finance Director Ph. (561)243-7000 2005-06 HURRICANE RITA — STATE OF TEXAS $121,679,403 6,200,000 Cubic Yards Removed and disposed of all eligible storm -generated debris state-wide for the U. 5, Army Corps of Engineers (USACE) from within municipal right-of-way; Set-up, maintained and operated multiple TDSR sites; Separated debris; Reduced by grinding and by burning; Removed and hauled C&D to landfill; Removed and hauled Off stumps; Hauled D&J Enterprises - Past Experience off mulch simultoneausly from 14 counties including 4 major municipalities within the Store of Texas 2005 HURRICANE DENNIS — PENSACOLA, FLORIDA $5,945,000 700,000 Cubic Yards Removed and disposed of all eligible storm -generated debris from within municipal right -of - Michael deMasi Mission Manager Department of the Army Ph. (281)642-7664 D&J Enterprises - Past Experience way; Set-up, maintained and operated one TDSR site including separation and reduction by grinding all vegetative debris Jerry Moore Sanitation Director Ph. (850)435.1890 West Palrn Beach, Florida — Managed TDSR site; Reduced all vegetative storm debris by incineration and grinding Hillsborough County, Florida — Removed and disposed of all eligible storm -generated debris from within municipal fight -of -way; Set-up, maintained and operated TDSR sites including separation and reduction by grinding oil vegetative debris; Hauled mulch to landfill Pensacola, Florida and Escambia County, Florida — Removed and disposed of eligible storm —generated debris from within municipal right-of-way; Maintained and operated six TDSR sites including separation and reduction by grinding all vegetative debris; Hauled mulch to landfill 2004 HURRICANES CHARLEY, FRANCIS, JEANNE & IVAN (FLORIDA & NORTH CAROLINA) 5,000,000 Cubic Yards D&J Enterprises — Past Experience Removed and disposed of all eligible storm -generated debris from within municipal right-of- way, Set-up, maintained and operated three TDSR sites including separation and reduction by grinding all vegetative debris New Hanover County, North Carolina — Removed all vegetative storm debris from right- of-way; Hauled to disposal site Miami Gardens, Florida — Cleared streets of all vegetative and C&D storm debris; Removed oil storm debris from right-of-way; Hauled to disposal site Def Ray Beach, Florida — Removed all vegetative storm debris from right-of-way; Hauled to disposal site; Reduced all vegetative debris by tub grinding; Hauled and disposed of ground mulch material r„_ 'lift • 4rµ• \R P � 1 �yvti- E w k m y �RP� D & J Enterprises Inc, - General Operations Plan Technical Approach for City of Winter Springs, FL 1.1 Introduction The following pages represent an outline of the approach and methodology implemented and practiced by D&J Enterprises, enc.'s (D&J) principals and officers during the anticipation and/or actual occurrence of debris generating disaster events. It is the framework by which D&J approaches and responds to such events. D&J's first action would be to notify its subcontractors of the award and notify them of the customer awarded. Although D&J Enterprises, Inc., enjoys a 52 -year history with over 2,500 reliable subcontractor companies throughout the United States, its principals and officers have never been totally dependent on subcontractors to perform their work. Our in-house team of professionals and equipment allows us to respond, activate and manage debris operations well in excess of five million cubic yards, and complete a job of that size in 6 months. 1.2 MAINTAINING A STATE OF READINESS D&J Enterprises, Inc. has an investment of $30 million in specialized debris management equipment. This list includes an extensive fleet of tub grinders, loaders, dump trucks, tractor -trailer dumps, air curtain burners, portable generators, excavators, and mobile command posts necessary for debris management and removal. D&1's fleet of flatbed semi -trailer and tractors enables them to transport their own heavy equipment. This allows D&J to mobilize and begin work immediately without having to rely exclusively on subcontractors. This investment in personnel and equipment provides D&J with an advantage over many of our competitors who rely exclusively on the performance of their subcontractors. D&J's "ready for mobilization" equipment and personnel, augmented by its extensive reserve of subcontractors allows D & J to achieve maximum production faster. Using two drivers per tractor, we can reach anywhere on the Interstate Highway System within 1,000 miles in 24 hours. As additional support for this equipment, D&J Enterprises, Inc. has over 20 shop and maintenance personnel and facilities in its home office location in Auburn, Alabama. Emergency debris removal and response equipment is routinely maintained for functionality and safety. D&J's labor pool of full-time mechanics are available for deployment within 24 hours and on -sight duties during a disaster, and they will properly maintain the equipment while it is operating. During periods following the completion of a debris project, the equipment is returned to the home office where it is taken into one of the two modern 20,000 square foot TAB 5 TECHNICAL APPROACH - - - - ---- - - ..� — f) & J Enterprises - General Opertitions Plan facilities and given a thorough inspection and any upgrades, improvements or necessary rebuild or maintenance is performed to be ready for the next disaster response in addition to its own company-owned equipment, D&J also has a reserve of committed experienced debris removal subcontractors, previously employed by D&J, located within a two hour response the City. D&1 Enterprises is itself about 400 miles (7 highway hours) or 3 air hours from the City, close enough to be responsive, Far enough to avoid being involved in the same disaster. 1.3 Operational Plan Outline D&J Enterprises, Inc. has a systematic approach that D&J follows for every debris removal operation. Following this systematic approach, it allows D&1 to make sure no detail is missed. These steps follow all FEMA, Florida Office of Emergency Management and city guidelines. This method is proven to work and has helped D&J successfully complete over 100 hundred disaster debris removal operations and assist clients with FEMA, state, and local reimbursements. This outline will give a brief overview of D&J Operational Plan. These items are explained in detail following the outline. 1. Planning & Preparation 2. Pre -mobilization 3. Mobilization 4. Debris Removal S. Closeout 1.3.1 PRE -PLANNING & TRAINING D&J will notify the prime list of subcontractors in Central Florida that would be utilized for debris removal D&J management will organize the contract, client Debris Management Plan, ptupusal, dnd list of subcontractors. Pre -planning & training is an integral part of a successful operation D&J management will work with every prior to any disaster. Disaster relief training for clients will be available at no additional cost with an awarded contract. D&J management and employees routinely attend training to keep knowledge up to date with latest guidelines, operational plans, and to continue improving their skills. 2 TAB 3 General Operations Plan k U & 1 Enterprises - General Operations Flan 1.3.1.1Planning and Preparation Planning and Preparation begins at the -moment a contract is awarded. D&1 management reviews the contract and the client Debris Management Plan. A list of proposed subcontractors that are dose to the area and that would be best suited to assist D&J is generated and stored with the contract and DMP. D&J likes to reach out to clients and discuss a plan of action prior to any event. 1.3.1.2 D&J Employee Training Training for D&J employees begins on the first day of work before employees are sent to a jobsite or disaster debris job. Employees are required to complete company safety orientation training which covers areas including the following topics, employee rights, hazardous communications, trencn and excavation safety, heavy equipment safety, ladders, personal protective equipment, and disaster debris removal operations, Training continues with frequent toolbox safety meetings and job specific and specialized training such as flagging safety, heavy equipment operating, and crystalline silica exposure training. Once D&J employees have completed the initial training required for all employees, management and employees continue training and professional development. The roles and responsibilities of management and employees covers a wide range. Therefore, D&J uses a simple five step training cycle that is applicable to all employees with professional development. These are the five steps. 1. Perform a needs assessment 2. Research training options 3, Complete Training 4. Provide Resources & Implement 5. Assess/Evaluate and Reflect This process has proven to be very effective for D&J. We begin with noticing a need for additional training. The need may arise out of wanting to simply further an employee's knowledge, promotion, or noticing room for improvement. Next, D&J management researching training options for the specific target area and determines if these courses will be completed in classroom delivery, online or a combination. Employees are then explained what the objective(s) are for this training and complete the training. After completing the training, employees are encouraged to implement this training into their job. Employees are given the tools and resources to implement the training The final step of this process is to assess, evaluate and reflect. D&J management assesses if the employee has implemented the training into their job. Management evaluates the effectiveness of the training and how the 3 TAB 3 General Operations Plan ^rx- 1) & J Enterprises - General! Operations f kin implementation has impacted operations for D&J D&J Management then reflects on the impacts and determines if there is a need to continue sending more employees to the training. 1.3.1 3 Contract Client Training D&1 Enterprises offers pre -event training disaster training for all clients with contract award at no additionally cost. This training consists cf common hazards associated with debris removal and how to abate hazards. Training for disaster relief covers the following topics. TaM • Safety Statement • "The personal health and safety of each employee or contractor working for D&J Enterprises, Inc. is of primary importance. The prevention of occupationally induced injuries and illnesses is of such consequence that it will be given precedence over operating productivity whenever necessary. To the greatest degree possible, management will provide all mechanical and physical facilities required for personal health and safety in keeping with the highest standards. Everyone working is responsible for the health and safety of all personnel on job sites. it is everyone's responsibility to cooperate with all aspects of health and safety. it is everyone's duty to perform with the utmost regard for the health and safety of all personnel involved. " • Program Management • Emergency Action Plan • Sanitation • Incident/Injury Reporting • Housekeeping ■ Drinking Water ■ Medical and First Aid • Temporary Facilities • Parking Areas • Job Site Trailers • Job Site Off ir_es • Personal Protective Equipment r Fire Prevention and Protection 4 TAB 3 General Operations Plan k J RPR' D & j Enterprises - General Operations Plan • Power tuuls • Chainsaw Safety • Grinder and Chipper Safety • Overhead Power Lines • Stump grinding • Vehicles, Machinery and Equipment • fall Protection « Water Safety & Rescue • HAZWOPER 5 TAB 3 General Operations Plan g D & J Enterprises - General Operations Plan 1.3.2. ANTICIPATED DAMAGE/ PRE -MOBILIZATION Pre -Strike Preparedness The following is an outline of corporate procedures after award of a pre -position contract in anticipation of an impending event. It outlines the activities of D & 1 Enterprises' key disaster team personnel during the 72 -hour period prior to an anticipated hurricane landfall. Pre -strike activities in an anticipated event (for example a named hurricane with predicted landfall impact) in advance of mobilization when dwdrded d pre-pusitiun cuTWdcl. Hurricane Category Wet Storm Dry Storm - Debris TDSRS Debris Quantity (CY) Quantity (CY} (Acres) 572,951 - - - 57 440,732 TDSRS (Acres) 44 Expected Mission Duration Way$)` 2 1 3 4 t - 5 2,291,805 7,448,367--~ 14,323,783 228 - 739 1,762,927 175 138/106 5,729,513 11,018,295 - 17,629,272 569 1,094 1,750 - - 447/144 1,422 2,275 860/661 11375 / 1,058 22,918,053 *Based on 250,000 CY per 15 days (16,667 CY per day) Key Personnel Involved in Pre -Strike Init al Planning and Mobilization: Richard D. Starr - Chief Executive Off iter (CEO) James L. Starr - Chief Operating Officer (COO & Director of Disaster Operations) Christopher Starr - information Officer (IRO & Operations Manager) Jason Sanders - Logistics Officer 6 TAB 3 General Operations Plan k y xpR` D & J Enterprises - General Operations Plan William Liveook - Engineer, Estimatur Trey Edwards - Safety Manager Oscar Hardee — Equipment Mar agement Officer (EMO) Lynn Tapley — Transportation Supervisor, Equipment Mobilization Officer Alert Levels and Time Periods Alert Level 1 48-72 hours prior to anticipated strike Alert Level II 24-48 hours prior to anticipated strike Alert Level 111 I2-24 hours prior to anticipated strike Alert Level IV U-12 hours prior to anticipated strike .- Alert Level 1 48-72 hours prior to anticipated strike: Media outlets and weather channels are monitored and tracked daily by the Director of Disaster Operations. When a potential strike appears possible, the Director of Operations will notify the President and Chief Executive Officer of the potential impending event. Upon notification, all assets and resources become under the direction of the Chief Operating Officer who will then assume the duties of Director of Operations. The Director of Disaster Operations Officer will then: Call a meeting of all Project managers and Equipment managers alert them as to the potential event, c. Review the data base of all experienced subcontractors and determine priority list for contact. Group known, experienced subcontractors into the following contact priorities: • Level One Subcontractor — Those Subcontractors residing in the anticipated strike region. ■ Level Two Subcontractors —Those Subcontractors residing in states contiguous to the anticipated strike region. • Level Three Subcontractors —Those Subcontractors residing in states outside and not contiguous to the anticipated strike region. 7 TAB 3 General Operations Plan R`g U & J Enterprises - General Operations Plan Project Managers initiate contact with selected subcontractors that are located within 5 hours of projected landfall, placing them on alert for a potential event. They will inquire to the subcontractors as to the availability of equipment and manoower, and their readiness. Equipment Management Officer contacts national account equipment suppliers and local equipment suppliers within 500 miles of the potential event landfall and will determine: inventory, commitment, the type of equipment on hand and the anticipated delivery capability. The company currently enjoys a priority call rating with the following National Equipment providers: • Hertz Equipment Rental • Rental Services Company • National Dealers for; o Caterpilar John Deere Komatsu New Holland Diamond Z Corporation The Director of Disaster Operations alerts all employees of the disaster team through a company memo, then a company meeting, of the potential impending event and have them begin preliminary personal preparations for 48-hour notice for departure. The Director of Disaster Operations will notify the City of the designated D & J response point of contact person and provide them with a 24-hour immediate telephone contact number. PI Alert Level II 24-48 hours prior to anticipated strike: The Director of Disaster Operations will meet with the Project Managers and review updated tracking information and predicted landfall possibilities. Any changes or revisions in the landfall predictions will be noted and the data base of subcontractors reviewed again and updated for logistics. If significant changes in landfall predictions have occurred, additional subcontractors will be assigned to the Project Managers for contact. They will then review The list of subcontractors contacted and their state of readiness and potential response capabilities A Senior Project Manager will be dispatched to an area within a few hours of the anticipated strike location and establish a temporary staging and deployment center in an area located within a few hours of the anticipated strike location, to be used for staging equipment and personnel during the 24-36 hours preceding the anticipated strike. TAB 3 General Operations Plan k � gw 'P�' U & J Enterprises - General Operations Plan D & 1's EquipMeTit Lugistits Officer will be given insirucliun W begiii dtquiring necessary permits to deploy equipment to the temporary staging and deployment center. The Company's Transport Coordinator uses in-house truck routing and GIS/GPS software to discern the optimal routes for D & J Equipment and mobilized subcontractors to reach the site. The Transport Coordinator contacts states through with trucks and equipment must pass to ensure needed sister state agreements for weight, size, and other parameters are in place and that all D & J equipment drivers/operators as well as subcontractors are informed on intra -state travel requirements. Upon receiving notice from the Contracting Agency or at the discretion of the Director of Disaster Operations, D & J will transport part of its debris removal equipment toward the anticipated landing area so that equipment and personnel are within a few hours reach of the anticipated "strike" location. AlertLevel Ill 12-24 hours phoi to anticipated strike. o The Director of Disaster Operations will meet with the Project Managers and review updated tracking information and predicted landtall possibilities. Any changes or revisions in the landfall predictions will be evaluated and a determination as to the most reasonable temporary staging and deployment center will be made. If necessary, the designated Project Mangers already dispatched to the first anticipated temporary staging and deployment center will be notified and transferred to another location considered to be more effective. Upon receiving notice from the Contracting Agency or at the discretion of the Director of Disaster Operations, the Director of Disaster Operations, the Project Managers, and debris loading and hauling crews (minimum of four) are dispatched to the temporary deployment center in preparedness for immediate response following a Strike. Upon receiving notice from the Contracting Agency or at the discretion of the Director of Disaster Operations, Project Managers will be instructed to notify their subcontractors on stanc-by, located in the anticipated strike area, to make pre - mobilization plans and to provide the Project Managers with estimated response time upon notice from D & J to mobilize Alert Level IV 0.12 hours prior to anticipated strike. A work force of management and loading and hauling crews (minimum of four) will be poised to respond within a few hours following the landfall or strike for the immediate emergency needs response. Upon receiving notice to proceed from the Contracting Agency, the full mobilization plan described in the following section will be activated, TAB 3 General Operations Plan k J t Z 0 I D & I Enterprises - General Operations Plain 1.3.3. MOBILIZATION 1.3.3.1 DISASTER STRIKE D&J Enterprises will be in contact with all clients prior to and throughout the strike, if possible. During the strike, D&J will continue to gather information as it becomes available. D&J will begin to make assessments based off of information gathered. Once the immediate threats are past, D&J management and assessment team will evaluate the damage along with the client and monitor company. 1.3.3.2. NOTICE TO PROCEED Once the client and the monitor company come into agreeance with activating D&J Enterprises, there will be a management representative designated for the initial response. D&J representative, or project manager, will respond and report to client representatives. information will be gathered and a decision made on assets including personnel and equipment needed. D&J project manager will then activate the Mobilization Plan. 1.3.3.3. DEBRIS MANAGEMENT -EQUIPMENT AND MANPOWER MOBILIZATION PLAN In case of an anticipated event, as outlined in the previous Section, a work force of managemert and loading and hauling crews (minimum of four) have been notified, prepared and will be in the affected region/sub region and poised to respond within a few hours following the landfall or strike for the immediate emergency needs response. Coordination with Government Agency {The City) and Appointment of Key Personnel The Director of Disaster Operations (DDO), Operations Manager (OM) and other Project Managers will meet with the appointed representative of The City to review contract requirements and review task orders. Once this meeting has taken place, a defined list of equipment and personnel necessary will be identified. D&J will then begin to complete the mobilization process. Assignment of Management Personnel The Director of Disaster Operations (DDO) will deliver letters of appointment (with signed acknowledgements) to The City representative for the following personnel: 10 TAB 3 General Operations Plan U & J Fnterprices - Genera! Operations Plan Operations Manager (OM) Safety Officer Quality Assurance Officer Load and Haul Project (Manager Temporary Storage and Reduction Site Manager Obtaining and Possessing Necessary Licenses and Permits The Chief Operating Officer (COO) will investigate the state and local statutory requirements needed to perform the work described in this pre -position proposal in the affected areas and determine what permits are necessary to complete the work. After acquiring all necessary permits and licenses, the COO will then prepare copies of all necessary permits for delivery to the City Contracting Officer's Representative. Mobile Command Unit - D&J owns three 45 -foot Prevost Motorcoaches. Space will be provided for four (4) City debris management personnel. Debris Management Site / Temporary Debris Staging and Reduction Site Selection The City supplied a list of possible Temporary Debris Staging areas that will be invaluable in the event of a disaster. The location of the disaster and availability of these sites would determine which sitels) would be utilized. D&J Enterprises and the City debris removal representative would consult the City's Debris Management Plan. After evaluating the Debris Management Plan, location, availability, and site conditions a determination on which site(s) would be used. Submittal of Site Plan and Construction of DMS / TDSR Site After the assignment by the government agency of the DMS / TDSR Site, a physical review of the site will be made by the OM, and the company's Site Manager and Representatives of the Government Agency Within 12 hours of the location and inspection of the site, a site plan will be submitted by D&J to the City for approval. The Site Plan shall be patterned after the model provided in this RFP and, at a minimum, will reflect: (7 )Access to the site (ingress, egress) (2) Site preparation -clearing, erosion control and grading, 11 TAB 3 General Operations Plan s p D & J Enterprises - General Operations Pian (3) Traffic control procedures, (4) Safety, (5) Segregation of debris, (6) Location of ash disposal area, hazardous material Inspection Tower- D&J Enterprises employs a team of in-house carpenters who have constructed several inspection towers to USACE specifications in the past. D&J will have all necessary tools and supplies shipped from its home office in the first deployment of equipment shipped in the Level iI phase of "Pre - Event Preparedness" stage referred to above. This is done as a safeguard measure in the event that supplies and materials may not be readily available in the area following a disaster event. The location of the tower reflected on the Site Plan will be positioned far enough back into the site so that trucks are in the site while waiting for inspection and off the main street. This tower shall be constructed to the specifications set forth by the Army Corps of Engineers - "The tower shall be constructed of pressure treated wood. The floor elevation of the tower shall be 10 foot above the existing ground elevation. The floor area shall be 8' by 121 , constructed of 2"x10" joists, 16"O.C. with % "plywood supported by four 6" x 6" posts. A4 foot high wall constructed of 2"x4" studs andV? inch plywood shall protect the perimeter of the floor area. The floor area shall be covered with a corrugated tin roof with 2' eaves oil around, and shall be provided with a rain gutter to protect the access stairs from roof run- off. The roof joist shall not be spaced greater than 24" 0. C. and shall provide a minimum of 7 ft. of headroom below these roof support joists. Access stairs shall be a minimum of 36" wide, and shall be provided with 42" handrail with mid -rail an both sides of the stair. Stair treads shall be provided with a non -slip surface for all weather access, inspection towers shall include the construction of a worktable, 6'L x30" W x 42"H with a 3/4" plywood top supported at all four corners The inspection tower will be adequately anchored. The inspection tower shall be provided with o means to protect occupants against inclement wea then, " Establish a gated entrance for security to the perimeter of the site and a guard building to record visitors and authorized personnel visiting the site. If necessary, establish a "public" or separate dump area for debris hauled by others with separate traffir pattern and a distinguished and separated (by temporary fencing or other means) perimeter to avoid mixing the debris with the debris hauled by the contractor. Once the Site Plan and construction is approved, D&J Enterprises, Inc. will locate its office command center and, if needed, provide a field office command center for the City on the TDSR Site. The company owns command centers and is inventoried will all needed onsite management, communications, record 12 TAB 3 Getter yl Operations Man a �e D & J Enterprises - General Operations Plan keeping and safety materials. This includes such items as truck tickets, safety forms, identification signage, cellular phone, radio broadcast systems, desktop computer/fax and copying equipment, hard hats, steel toed boots, flags, safety vests and other miscellaneous items necessary to the immediate operations. This command center will be equipped with self-supporting generators and temporary sanitary facilities if not, or until, available on site. Attached is a site mop of the typical layout and design of a Temporary Debris Management Site. ft- C&D Public Disposal Tower Parking/Portable Restrooms laffi�es 0 t Flagman fF Tower D�� ENTIRE SITE = 000 ACRES Construction & Demolition (C&D) Debris Adequate Turnaround Dumping Area - - —00 ; 25 30 HW Mulch Vegetative Debris ���+~� T11trinder 1 L Ash Pit t t Air Curtain Incinerators �� 3DO' Exclusion Zone 110 15'-20' If locating the field offices on the TDSR Site is not an option, D&1 Enterprises, Inc. will locate off-site by either leasing an existing facility or leasing land and bringing a self-contained office trailer in to the site. An equipment staging area will be established at the same time on the Site in the Contractor's work area. All equipment is brought into the staging area as soon as it arrives so that it can be inspected and dispatched into the field immediately. 13 TAB 3 General Operations Plan ®RFRI D & J Enterprises - General Operations Plan Dispatch Equipment and Personnel to Affected Area to Complete Mobilizaiioo Project managers will review the equipment and personnel requirements and compare with equipment already on hand to determine the additional equipment and personnel to be mobilized. The Project managers will then review the Company available list, Level l subcontractor's immediately available list and equipment suppliers list. The project managers will notify the subcontractors selected for use on this task order. Communication will be given to the dispatcher in the home office or the need of any company owned equipment so that they may begin the process of permitting and sh,pping the necessary pieces. If additional equipment is needed, the Preject Managers will communicate with the equipment manager who will contact the equipment suppliers on standby and order necessary equipment for completion of equipment requirements. The project managers will determine the necessary company employees to assign for the task order. They will then notify the Director of Disaster Operations who will deploy the necessary employees to the work site. 1.3.3.4, SECTORING AND PLANNING Following the disaster event and upon notification of activation of our contract by the City, D&J will deploy Key Management personnel (Director of Disaster Operation, Operations Manager, Load & Haul Project Manager, Temporary Debris Storage & Reduction Site Manager) to meet with the appointed Emergency Response Officials and representatives at the Emergency Operations Center to plan, coordinate and discuss the emergency road clearing priorities, locations and needs of the TDSR sites (licensing, environmental attribute/needs, permits, access, etc.) and coordination with the local debris removal operations representatives. As mentioned in more detail in the previous Section of this proposal, an inspection of proposed TDSR sites will be made by a representative of D&J along with the City representatives. An assessment will be made to determine what site preparation activities may be required and what licenses and permits may be necessary for the operation. M's personnel will assist in preparing documents for the necessary agencies, including a proposed site plan. Substantial site preparation may be required such as proper access points of entry, security devices, control gate, fenced storage compounds, adequate internal haul roads, proper erosion and sediment control fencing, and storm water retention features, to name a few. Subcontractor Plan During the performance of any contract, safety and contract responsibility are the utmost prior -ties to the principals and officers of D & J Enterprises, Inc. In the administration of any contract, it is the policy of managernent to see that its employees and subcontractors conduct themselves with integrity TAB 3 General Operations Plan t pR U & J Enterprises - General Operations Plan and courtesy in the performance of their duties. Courtesy to those who have been affected and damaged by the disaster, as well as courtesy to those employees of the government agency responsible for administrating the overall project, is expected of all Company employees and subcontractors Adherence to environmental regulations, laws and policies are a top priority to the principals and officers of D&1 Enterprises, Inc. and its management. Any violations of these policies are Prounds for immediate termination and are not tolerated. Because safety of the public as well as that of the employees, subcontractors and associates of any project has always been a primary concern, D&J's officers and management are constantly malting conscientious efforts to maintain a safe and healthy work environment. Following a disaster event, there is an urgency to remediate the damage and return to normalcy as quickly as possible. The principals and officers of D&J firmly believe that this can be achieved courteously and without sacrificing health, safety and contract integrity. Sub -Contractor Use In addition to D&J's own company-owned equipment and manpower resources, the principals of D&J Enterprises have developed a strong alliance with many smaller contractors over the past 30 years of performing Disaster Response/Debris Management projects throughout these Regions. These contractors have each worked for D&J and because of the company's reputation for accurate record keeping and prompt payment, many have a "first call" commitment to respond to D & J projects. D&) uses local subcontractors and local labor force whenever possible. D&J has committed subcontractors throughout the State of Florida and South East. This allows D&J a greater advantage in being able to respond quickly, and also in its ability to organize a larger workforce by utilizing its own extensive equipment and manpower These resources coupled with its relationship with over 2500 experienced debris removal and reduction subcontractor componles representing hundreds of pieces of loading and reduction equipment and over 1,000 haul trucks. Before any subcontractors are assigned to any project, a Subcontract Agreement and questionnaire is completed. Documents which are executed include; Signed Affidavit as to criminal and debarment history, Copy of current Liability Insurance Policy, copy of Current Workman's Compensation Insurance Policy and Executed/Signed IRS Form W-9 with proper name, address and FEIN No. D&J takes advantage of every opportunity to utilize local subcontractors. D&1 has a 25% local vendor and 30% DBE goal for this mission. D&J ENTERPRISES, INC WILL HAVE COMPANY OWNED DEBRIS MOVING AND HAULING EQUIPMENT ON SITE AT ALL TIMES. 15 TAB 3 General Operations Plan iT 1) K. J Ento-prises - General Operations Plan Establish Field Office Communications Mobile telephones and company radios (with transmission tower) will be the main source of communication in the field office until local land line telephones tan be installed. All D&1 trucks are equipped with company radios. In addition, all D&1 Managers, Supervisors and Foremen are equipped with mobile telephones (cell & satellite' for outside communication in order to coordinate the mobilization and dispatching of equipment as well as being available to the owner's or owner's agents All company administrative personnel, including the Operations Manager, have electronic linkage capability for cellular telephones, satellite communications, internet access and fax access. Records and communications are made using a network of personal desktop and laptop computers. As quickly as equipment is available (local services may be out for a time following a disaster) all field telephones Iland lines and cellular) are given local numbers to facilitate communication with the Government Agencies, local suppliers and members of the public. As soon as the field office is established. office personnel will be available for communications at all times during hours of operation Inspection of Equipment before Beginning Task Order All equipment previously dispatched and on hand for debris loading and hauling, will be brought into the staging area for safety inspection, identification, measuring and numbering before being deployed to any work area. Each piece of equipment will be inspected and a written inspection report prepared denoting results of the inspection. In addition to the safety inspection checklist for trucks & all vehicles (trucks and trailers) will be inspected fog current license, tags, regis'ration, and insurance. The inspection report will denote the truck owner and the truck driver. A copy of the operators drivers license will be copied and on file. A determination of driver qualification will be made (i.e.. requirement of Class A License). Trucks to be used in hauling debris will he inspected for proper tailgates and proper sideboards or other extensions as well as the previous check list. Before a truck will be assigned a number, the inspection report and driver information will be n"ade available for review by the Government's representative and the Government's representative will physical inspect and approve the tailgate and any sideboards or other extensions and measure the truck for capacity. 15 TAB 3 General Uperations Plan & J FhPR� D & j Enterprises - General Operations Plan Personnel Safety Orientation All company employees will receive a copy of the company's Health and Safety Manual at time of employment. As part of the company's Safety and Occupational Health Plan and in compliance with the Accident Prevention Plan, a safety meeting will be held before any personnel are assigned to a task order. The Company Safety Officer will conduct the meeting in the presence of a representative of the Government Agency. The topics of this meeting are the same topics covered in the pre -event training. Specific hazards and procedures that are unique to the debris removal job will be discussed. All personal protective equipment required for the assigned task will be checked before personnel are dispatched to the assigned task. A Personal Emergency Contact List, Certified 1" Aid/CPR Trained Personnel List, and Map of Key Facilities for emergency conditions will be passed out to all Company and the City field personnel. Dispatch of Equipment and Personnel Following the equipment inspections and safety orientation, Truck Measurement and Numbering, equipment and personnel will be dispatched to the work areas prescribed as a result of meetings between the project managers and the government Agency's representatives. Temporary Housing for D& Personnel Immediately after award of the task order, the Senior Administrative Field Officer will begin making personnel housing arrangements in the locality for Company personnel. 1( leasing and motel facilities are not available, the company will transport its own self-contained housing units with generators and provide portable sanitary facilities. 1.4. DEBRIS REMOVAL OPERATIONS Debris Management Operations After Mobilization for Debris Located on Rights -Of -Way During the daily collection, movement, and disposition of debris, the D&1 Operations Manager remains in constant contact with all Foremen and Supervisors via 2 -way radio to ensure that proper accounting and operational management of debris collection complies with D&J operational procedures. Mid-day conferences, either in person or by radio, ensure that right-of-way, public/private, and local issues are addressed in real time effort. D&1's Manager and Principals are mirdful of other disaster operations 17 TAB 3 General Operations Plan a` J SAP ` i] J E��ter��f-ises - General Operations Plan taping place in the affected areas during the debris removal process and cautious not to interfere with the efforts of others during the performance of the contract. PHASE I -EMERGENCY CLEARANCE OF ROADWAYS (CUT AND TOSS) Although not always required following disasters, governments may require assistance with the emergency opening of roadways to facilitate the entry of police, fire, and Emergency Management Services (EMS). During these operations materials are not normally removad to final disposal sites but simply cut and piled on the public rights-of-way (ROW) as expeditiously as possible to gain entry into the devastated areas. Initial evaluation of damages will be reported and forwarded to the EOC from debris assessment teams. The EOC will then assist in communicating specifics to the Debris Clearance Teams. Immediately following a storm or when winds die down to safe levels, Debris Assessment and Debris Clearance Teams will be dispatched from the EOC. Debris Assessment Teams will be the first responders from Damage Assessment. The Debris Assessment Teams primary goal is to communicate impact assessments for all primary routes, critical facilities, and the debris clearance requirements and initial estimates of debris quantities to the Emergency Coordinator. The Emergency Coordinator then logs all communications and identifies the debris locations on the primary routes and critical facilities map at the EOC. These impact assessments will be used to prioritize impacted areas and resource needs for Debris Clearance Teams. The EOC will then assist in communicating specifics to the Debris Clearance Teams. Based on information provided by the Debris Assessment Teams, the Emergency Coordinator will set priorities and will issue urgent assignments to clear debris from at least one lane on all evacuation routes and identified primary and secondary roans to expedite the movement of emergency service vehicles such as fire, police, and medical responders. The Emergency Coordinator will establish initial priorities for debris clearance based upon the following ranking as provided by the Debris Assessment Teams: 1. Extrication of people. 2. Egress for fire, police, and Emergency Operations Center personnel. 3 Ingress to critical facilities 4. Primary routes. 5 Major flood drainage ways 1S TAB 3 General Upe►alions Plan k is RPS' D &I Enterprises - General Operations Plan 6. Supply distribution points and mutual aid assembly areas 7. Government facilities. 8. Public Safety communications towers. 9. Secondary routes. 10. Access for utility restoration. 11. Neighborhood streets. 12. Private property adversely affecting public welfare. During the "emergency road clearance" portion of the disaster, billing is by the hour for the personnel and equipment utilized. This is a FEMA recognized practice for a period not normally to exceed the first 70 hours of the event. Since our approach and methodology prepares our team to be complete in 70 hours we would be able to successfully complete the city's progress pattern of 36 hours- 25%, 72 hours - 50%, 96 hours- 7S%, and 120 hours- 100% When these services are required, D&J maintains complete records of all equipment and personnel on Daily Timesheet Reports. These timesheets are provided to the City inspectors daily for verification and signatures. Copies will be maintained by D&J and provided, complete with verification signatures, to Representatives of the Government Agency for billing and follow-up reimbursement. PHASE II - REMOVAL OF DEBRIS FROM PUBLIC RIGHT OF WAY Upnn rPreip- of a tack order and at the direction of the GovernmPnl Agenry, The Operations Managar will direct the Load and Haul Supervisor to dispatch the previously selected loading and hauling equipment to locations designated by the Governments' representatives. One foreman will oversee the loading and hauling operations for each crew. The foreman is responsible for conducting toolbox safety meetings, and a general briefing of operations including truck routes, local ordinances and other pertinent information. The foreman is equipped with fire extinguisher, pick-up truck with mobile radio and cellular telephone, first aid safety kit and list of emergency telephone numbers and map to emergency medical facilities. The foreman is responsible for preparing a daily report of activities. The typical load and haul crew will be as follows: • 3-5 Dump trucks 20-50 cy capacity or 1 Self-loader/knuckle boom truck 80-160 cy capacity • 1 front End Loaders 19 TAB 3 General Operations Plan * J w �`A U & J Enterprises - General Operations Plan • 1 Foreman/Quality Control • 1 saw man • 2 Laborers/Flagmen Hot Spot Crew • 1 Self -loader 80-160 cy capacity • 1 Foreman/Quality Control • 1 saw man • 2 Laborers/Flagmen Before equipment is dispatched to the loading sites, all necessary safety inspections, measurement and hauling procedures at the staging area as outlined above All loading and hauling crews will receive a copy of the scope of work, accident prevention plan, safety indoctrination, and assigned a crew foreman. All crews and foremen will be instructed by the load and haul supervisor that they are to work in areas designated by the City and are not to relocate or move from one area to another without prior approval of the City. No employees or subcontractors of b&1 Enterprises, Inc. will be allowed to work for private or other public entities while employed or contracted under this project. LOADING OPERATIONS i. All loaders are inspected prior to operations at the staging area for safety and compliance before being dispatched to the loading location. ii. All leader operators have received safety briefings before beginning loading operations. iii Flagmen will be located ahead of loading operations to direct and control traffic entering into the area. iv. All flagmen will be properly attired and wearing safety equipment including hard hats, safety shoes, reflective vests and carrying traffic directing flags. V, All flagmen are under the supervision of the crew foreman. vi. Operators are cautioned to be observant and conscious of their surroundings at all times, in particular being aware of hanging and downed power lines and structures hidden by debris, such as fire hydrants, water mains, fences, etc. vii. Operators are cautioned not to overload trucks with debris in such a manner that the transporting of the debris could cause the excess debris to become dislodged and fall into traffic areas. viii Operators are cautioned to stay on the rights of way and not to enter private property during the loading process. 20 TAB 3 General Operatinrrs Plan gm I) & J Enterprises - General Operations Plan ix Operators will be PquippPri with mobile radios and are under the supervision of the crew foreman. X, Operators are instructed to keep the debris loads segregated between (a) burnable (vegetative), (b) non -burnable (C&D), (c) mixed piles where C&D, non -burnable, and vegetative are co - mingled and cannot efficiently be separated at the curbside, (d) other (such as household hazardous waste[HHWj) xi. Household hazardous waste (HHW) crew, trained in EPA requirements for handling of HHW, will load HHW materials, (household cleansers, butane, poisons, etc.) at the curbside by hand in a specially equipped compartmental truck. HHW will be delivered to the collection point designated by the City. xii All loading and hauling crews are under the direction of a D&J supervisor. Daily reports are maintained by the crew foreman and all equipment down time for repairs are noted on the daily reports. Hours of each piece of equipment and each employee, are recorded and reconciled with The City representatives daily. xiii. In the event of notice of a violation as a result of the actions of any employee or subcontractor, the Operations Manager will take immediate corrective action and follow up on the enforcement of such action and so notate in his daily log record. xiv. All crews are instructed to clean as they go. Every attempt shall be made to collect as much debris as they can and minimize any missed debris. This means rakes or leaf blowers will be utilized to collect material. HAULING / TRANSPORTING OPERATIONS i All trucks are inspected prior to operations at the staging area for measurement, numbering, safety and compliance before being dispatched to the loading location. ii. All truck operators will be instructed to observe traffic regulations and follow the instructions of the flag persons. III. All truck operators are cautioned to wear safety equipment, including hard hats and steel toed shoes. IV, Truck operators are prohibited to leave with "overhanging" loads. Loads will either be trimmed or reloaded before being allowed to leave the loading area, V. It is the truck operator's responsibility to check and determ"ne that his load is safe before leaving the loading site. Vi Truck operators will be equipped with mobile radios and are under the supervision of the crew foreman vii. Truck operators will be issued a "load ticket" at tate loading site and will deliver the ticket to the inspector at the dump site. viii. All loading and hauling crews are under the direction of a D&J supervisor. Daily reports are maintained by the crew foreman and all equipment down time for repairs are noted on the daily reports. Hours of each piece of equipment and each employee, are recorded and reconciled with the The City representative daily. 21 TAB 3 General Operations Plan k m D & J Enter��l ises - General Operations Plan DUMPING / OFF-LOADING OPERATIONS i. dumping operations will be conducted at either Temporary Debris Staging Reduction (TDSR) Site or at a landfill/disposal site designated by the City. ii. All traffic regulations and speed limits will be observed at the dump site. iii Truck operators will report to the inspection tower and deliver their "load ticket" to the tower monitor for inspection and approval before proceeding to dump his/her debris. iv Each truck operator will be directed as to where to dump each load at the dump site location by the designated dumpsite operator. v Each truck operator will inspect his truck and tailgate after the dumping process is completed to assure that it is secure before leaving the dump area. vi. Truck operators will follow the designed traffic flow when leaving the dump and return to the designated loading area. Multiple Passes D&! Enterprises will make at least three passes by each property. For this to be productive, D&j will assist the client with making announcements of then specific passes will be made. Typically after the initial pass their will be a secondary pass made by the same property that will happen until at least 2 weeks following the initial pass. This two week period allows property owners to finish gathering any other storm related debris for removal. Depending on the size of the event there might be a need for a third pass, however, the need for this would be a larger event and agreed upon by D&1 and the client D&1 will assist all clients and make as many passes as needed and directed TDSR / DMS S17E MANAGEMENT Before material is brought into the TDSR site, all preparations outlined will be substantially completed. The TDSR Site will have staging areas for each category of debris brought into the site. All debris will pass by the inspection tower after entering the site and all loads will be inspected and tickets marked as to the type of debris contained in each load. S[GREGATION OF DEBRIS Although every effort will be made to segregate debris on the right-of-way before loading, debris may be mixed and some loads are so co -mingled that they are classified as mixed debris loads. These loads will be directed to the area defined on the site plan as the "mixed debris" pile. This material will be sorted and separated by machines with grapples and "thumbs" and by hand labor and placed appropriately into the C & D. Vegetative, HHW, White Goods, and Metals piles. C&D Debris is non -burnable, non -recyclable debris that will eventually be delivered to a landfill. Samples of this type of debris include mattresses, clothing, household garbage, concrete, asphalt, metals, plastics, manufactured furniture building components, etc. Some C&D, if well separated, can be 22 I AH 3 general Operations flan 4 "'Rp t U & j Enterprises - General Operations Plan reduced by grinding before landfill, reducing the cost of hauling, tipping fees (if charged by volume) and loss of landfill space. Additionally, segregated metals and other recyclables may have value if well separated and cleaned. Vegetative Debris is burnable debris and can be reduced by either incineration or by chipping/grinding. If reduced by incineration, the estimated reduction rate is 95%, with only the remaining ash residue requiring disposal. If reduced by chipping/grinding, the reduction rate is estimated at approximately 60%-75%, however, the by-product, mulch, can be recycled. The vegetative debris may become mixed with earth materials such as dirt, gravel, rock, or sand during the disaster. Root rakes are employed to shake and separate the brush and vegetative debris before it is reduced. Sometimes shaker screens or trammels are necessary to separate the earthen debris before reducing. Household Hazardous Waste {HHW) is debris such as household chemicals, pesticides, unidentified liquids, paint, batteries, etc. As mentioned earlier, the primary goal is to separate this material on the curbside and pick it up separately by a designated HHW crew. These items should be separated at curbside and delivered to the collection points designated by the City. However, in the event that HHW inadvertently becomes co -mingled with other debris and enters the site, when discovered it is separated from the other debris and placed into a Hazardous Containment area on the site for further disposal by those licensed to handle and dispose of this type of debris. White Goods refers to items such as refrigerators, air conditioners, freezers, etc. which may contain chemicals or fluids such as Freon or oil, which must be remediated by someone with the appropriate license and certifications to do so. These items should be separated at curbside and delivered to the collection points designated by the City. If however, they are brought to the site for temporary storage, they will be contained in a separate staging area so that they may be inspected and properly cleaned of all chemicals or fluids Metals will be separated at the curbside and delivered to a separate staging area at the Temporary Debris Staging and Dump Site unless directed otherwise by the City. These items may be recycled. Asbestos During the operation of a Debris Storage and Reduction Site, special attention is afforded to the following areas - 1) Site Safety -The Operations Manager and the Site Project Manager will conduct a Pre -Operations Site Safety meeting prior to the beginning of operations of the debris reduction site. Items to be included in the safety meeting will be: 23 TAS 3 General Operations Plan A J L} J Enterprises - General Operations Flan • An overall review of the Site Plan and dilectiuns d5 to the location ui all temporary structures, the planned traffic flow, location of first aid stations, eye wash stations, fire extinguishers and location of sign with postings of emergency numbers. The first Weekly Safety Meeting will be held and all information as outlined in the company Safety and Occupational Health Plan will be covered. + The Activity Hazard Analysis for each section of operations activity will be reviewed and discussed_ A communication path between the site management and site personnel will be established in the event of an emergency so that an orderly and efficient means is established to mitigate the event 2) Dust Control — D&1 Enterprises, Inc. provides water trucks which provide regular routine trips throughout the site during the operations keeping dry roads dampened for the purpose of minimizing the dust count, Water trucks are also used to dampen ash residue when removed from burn pit to ash pit. Attention -s given to normal wind direction when layout of the site is prepared. 3) Hazardous Materials Containment Area — The Site Manager will regularly inspect the Hazardous Materials Containment area for any cuts, tears or leaks in the protective membrane that lines the containment area. The Manager will also inspect the berm surrounding the area to assure proper site runoff is still intact. 4) Roadways — Traffic will be designed as to allow the flow of incoming and outgoing debris trucks so as to avoid congestion. Safety and directional signs will be posted throughout the site along with flagmen to assist and control traffic flow as well as for safety reasons. Road surfaces will be rock laid for easier maintenance and to protect from erosion. Private non -operation -related traffic will be prohibited from the site. S) Communication - Operators and flagmen will be equipped with two-way radios on the same frequency as the office base radio unit so that communications will be readily accessible throughout the site. DEBRIS REDUCTION Reduction of debris is normally applied to the vegetative debris such as brush and trees debris which is also referred to as "burnable debris". However, the reduction process can also be applied to some items which are considered non -burnable or construction and demolition debris. This would include such items as household furniture, construction materials such as roofing and siding. This process is applied for the purpose of reducing the volume of the material that is being land filled. The economic evaluation of weighing the reduction cost against the unreduced landfill cost will be a factor in determining the feasibility of this approach. The most common methods of reduction are air curtain incineration, chipping 24 TAB 3 General Operations Pian R a *J1p D & } Enterprises - General Operations Plati and grinding, and recycling. Recycling has been covered in the previous section of debris segregation The following is a discussion of the burning and chipping and grinding methods. INCINERATION There are two general classifications of the burning method, open burn and air curtain incineration. Open Burning -Open burning, although very cost effective, may not be suitable for urban areas. The feasibility of this method is very dependent on location and the cleanliness of the debris. Many areas and locations will not permit open burn particularly in urban environments where heavy smoke can create health and property damage concerns However, in rural locations, if the debris is clean, there is very little environmental impact and the resulting ash can remain on the site, or be used as a soil additive. Bulldozers and loaders are the primary equipment required to operate an open burn process Air Curtain Incineration Air curtain incineration is also a very cost effective method of reducing clean, vegetative debris but with less environmental impact than the open burning method. Air curtain incineration, incorporates the use of a "burn pit" aided by a forced air blower. The pit can be constructed below or above grade (depending on water table) and includes a mechanical blower to create constant optimal burn rates and an "air curtain" effect. The air curtain incineration system is a combination of the blower and pit, engineered as a unit to achieve the effect of holding the smoke while feeding air to the fire pit. Since site locations contain differing conditions, such as soil composition, water table levels, etc. there are no air curtain incineration systems standards in the industry. In the construction and operation of an efficient air curtain incineration system, special consideration must be given to the following factors: a) A set back of at least 100 feet between debris piles and the burn area with a minimum setback from buildings and structure of at least 1,000 feet. b) Construction of non-combustible "warning" stop blocks (at least 1 foot in height) for equipment located at the burn pit c) Use limestone (or equal material) for the construction of the "pit with reinforced earth anchors, or wire mesh to support the loader ramps. d) Use clay or limestone to create an impervious layer on the bottom of the pit to prevent leaching of the ash from the aquifer. This layer shall be at least 1 foot deep and will be regularly inspected and maintained at that depth in the event scraper activity removes part of the layer during operations. e) Seal the pit ends at least four feet high. f) Pit construction (in accordance with this solicitation) shall be 8-4 feet wide and 14 feet deep. g) A 12" dirt seal will be placed on the lip of the burn pit area to seal the lower nozzle. h) The blower will be configured to direct the airflow so as to strike the wall of the pit 2 feet below the edge. Operators will be instructed that the debris should not break the path of the air flow except during dumping 25 TA8 3 General Operations Plan U &) Enterprises - General Operations Plan i) Equipment used will be tested and adjusted to assure that a rnir►irriUm notde velucity of 8,800 ft/min (100 mph) and a volume of 900 cf/min/linear feet is produced during burn operations. j) The length of the pit shall be no longer than the length of the blower nozzle. k) The operators shall be instructed to load the pit uniformly along its length. I) Operators will also be instructed to extinguish the fire at least 2 hours before removing the ash. m) Water trucks will be used to dampen ash residue as we l as areas surrounding the burn site. CHIPPING/GRINDING Reduction of debris by chipping and/or grinding is an opportunity to recycle the vegetative debris back to an economically beneficial use. However, the overall economic impact of chipping/grinding compared to burning will have to be reviewed before a determination can be made. Grinding/chipping is the reduction of woody, vegetative debris by cutting and pounding the debris to reduce the woody materials into small pieces or "chips". This method normally produces a reduction of approximately 4 to 1, whereas burning reduces the debr s by approximately 95%. However, wood chips have the possibility to be recycled and used as mulch, fuel, ground cover and animal bedding to name a few, The availability to recycle the chips would be a significant factor in determining the economic value of chipping/grinding. In the construction and operation of a chipping/grinding reduction operation, special consideration is given to the following factors: a) Grinding machines must have a clearance of 300 feet. Warning signs must be stationed around the perimeter of the grinding equipment, warning of possible flying objects from the grinders. a) The grinding machines must have screens which produce chips not exceeding 4 inches in length and %r inch in diameter c) Debris must be sorted and clean of other contaminants such as metals. d) Operators must wear hard hats even in closed cab machines while operating. e) Root rake loaders are used to avoid contaminating the debris entering the grinder with dirt or sand. F) Ground debris or mulch, is monitored daily for heat and internal combustion and is recommended not to remain piled on site for long periods (2-3 months). DISPOSAL Disposal sites for the debris will be determined before operations begin. As stated in this solicitation, woody debris will be hauled to a reduction site and Construction/Demolition debris will be hauled to an approved dumpsite. This submittal encompasses the possibility that a permanent or final debris disposal or recycling/reuse facility may not be immediately available in the beginning of operations, and 26 TAB 3 General Operations Plan yg� 1) & ( Enterprises - General Operations Plan we have therefore included the general operations of a Temporary Dahris StnragP and Reduction (TDSR) site in this proposal Disposal of debris is the operation of placing debris in its final resting place such as a licensed, permitted permanent landfill. This operation includes the use of hauling equipment. In the Hauling and Dumping operations, special consideration is given to the following: a) All loading and hauling crews are under the direction of a D&J supervisor_ Daily reports are maintained by the crew foreman and all equipment down time for repairs are noted on the daily reports. Hours of each piece of equipment and each employee, are recorded and reconciled with The City representative daily. b) qualification of all operators/drivers is reviewed and determined before being allowed to haul materials. c) All insurance documents and copies of driver's licenses are on file in the field office before beginning operations. d) A safety orientation meeting is held by the Load and Haul Project Manager before operations begin e) Equipment is inspected and a record of the inspection is retained on file in the field office before operations hegin. f) Operators/drivers are versed on the dump site procedures before leaving the loading site. g) All truck operators will be instructed to observe traffic regurations and follow the instructions of the flag persons. h) All operators will report to the weigh station/inspection tower and deliver their "load ticket" to the dumpsite operator (or government inspector) for inspection and approval before proceeding to dump his/her debris. i) Each truck operator will be directed as to where to dump each load at the dump site location by the designated dumpsite operator. j) Each truck operator will inspect his truck and tailgate after the dumping process is romnlefed to assure that it is secure before leaving the dump area k) Truck operators will follow the designed traffic flow when leaving the dump and return to the designated loading area QUALITY D&J incorporates quality into everything we do. Depending on the size of the mission, we may employ part-time or full-time quality managers with debris removal experience. The primary roles of our Quality Managers are: • Ensure maximum eligibility for FEMA or state reimbursement of costs • Ensure satisfactory repair of any damage to property done by our sub -contractors during the performance of debris removal. 27 TAB 3 General Operations Plan 1) & J f"ntut pris s - General Operations Plan • Ensure maximum recycling and recovery of materials • Ensure acceptance of work by the City DAMAGES All pick-up and hauling operations will be under the supervision of a D & 1 employee serving as the Pick- up and Haul;ng Project Manager. D&J, its employees and representatives will be responsible for all damages and personal injuries caused by it or any of its agents, associates, employees, etc. to any persons or personal property which occur as a result of, or incidental to, its performance of the contract. During the performance of the operation, D&J supervisory personnel will inspect the areas in which D&J and its agen*s are working. Any damages and/or personal injuries will be recorded in the supervisor's daily report and a separate log for such occurrences. If the damages are minor and can be settled immediately, the D & J employee/agent is authorized to negotiate and settle at the site The D&J employee/agent will have a prepared release form for the injured party to execute A separate file containing all executed releases will be maintained in the field office of D&J for inspection and review by the government representative at all times. In the event an agreement on a claim for damages cannot be resolved by the supervisor/ project manager, the company will provide the claimant the name of the company's liability carrier and will file a report with the carrier's adjuster to assist in the settlement of the claim. A copy of any unresolved claims that are being handled between the claimant and the company's insurance company representatives will be provided to the government representative. As on all projects, D&J, Inc. will establish a field office with local address and telephone so that the general public may contact the company at any time with any complaints, request for employment or comments. In addition a sign will be erected at the entrance to the company field office which will reflect the company's name, address and telephone number. A "hot line" telephone number will be established and manned by D&J personnel to record any complaints or comments from the public. A daily log of all calls received will be kept by the person receiving the calls. All complaints are logged daily and a copy of these complaints will be provided to the Government Agency Daily A separate record of each individual complaint will be maintained on file which will contain at a minimum, the following information; i) Date of complaint, ii) game, address, and telephone number of Complainant, 28 TAB 3 General Operations Plan p5 U & J Enterprises - General Operations Plan iii) Nature of Complaint, iv) Date of occurrence of Complaint, v) Action Taken, vi) Current Status (resolved, unresolved and if so, what action is currently being taken, responses to complaint), vi) Personlsubcontractor responsible for damage, vii) D & J person in charge of resolving complaint viii) D & J person in charge of resolving complaint, ix) Copy of Complainant's Release Form if resolved. Daily Meetings and Communication Procedure As stated in the previous Section, mid-day conferences, either in person or by radio, ensure that right-of-way, public/private, and local issues are addressed in real time effort. D&J's Operations Managers and Principals are mindful of other disaster operations taking place in the affected areas during the debris removal process and cautious not to interfere with the efforts of others during the performance of the contract, and to assist in resolving any issues immediately. The following is an outline of the company's daily procedures with regard to keeping an informed dialogue between the company and the Government Agency o Each debris removal project is assigned a Load and Haul Project Manager. Before the beginning of each Project or Task Order, the Load and Haul Project Manager and the Project Operations Manager will meet with the Government's Representative to define the scope of work, work area, and any Government priority as to areas included in the Task Order. c After the total area of work to be performed under the Task Order has been defined, a map of the area is prepared dividing the total area into sections. These sections are then giver a territorial reference (for example Section 1, Section 2, etc,). Two identical copies of this map of the total area divided into sections are prepared, one for the Contractor and one for the Government. The contractor's copy is kept in the field office headquarters of the contractor. Each evening a meeting is held between the Government Representative and the Load and Haul Project Manager to review the areas which have not been worked. The Loading and Hauling Projecl Manager shall confer with the Government's Representative and shall provide a work schedule plan daily reflecting the assigned location of all loading crews daily. 29 TAS 3 General Operations Plan R J D K J Enterprises - Gencral Operat o ns Plan A daily work schedule assigning crews to specific Sections previously approved by the Government's Representative is prepared by the Load and Haul Project Manager and distributed to the foremen of each crew. Loading and Hauling crews shall not be re -assigned to another location until the area worked has been inspected by the Load and Haul Project Manger and the Government's Representative and they have determined that the work performed has met the scope of work requirements in the Task Order. Each evening following the work day, the crew foremen will meet with the Load and Haul Project Manager and will report on the amount of progress in the Sections assigned them. The Load and Haul Project Manager, along with the Government Representative will tour each Section daily to confirm progress. When a section has been completed to the satisfaction of the Contractor and the Government Rep-esentative, the Load and Haul Project Manager will indicate the completed section on the map by color coding the completed section. This map will provide a visual display of work completed and work remaining daily. Crew Deployment and Calculation The number of crews to be assigned will be determined by the following factors; a) total area to be cleaned of debris, b) distance to dump site, c) total estimated quantity of debris to be removed, df time allowed for performance. Using the line items for debris removal in this RFP, as a sample, the following approach would be used as a guide to estimating crew requirements to be mobilized. C & D Crew Configuration The typical load and haul crew will be as follows: • 5 Dump trucks 20-50 cy capacity • 1 Front End Loaders w/ 4 and 1 grapple or other similar loading equipment ■ 1 Foreman/Quality Control • 3 Laborers/Flagmen Assumptions. Average haul distance equal to or less than 12 miles to TDSR site Average turn around (load at load site, deliver to dump site, dump and return) time, (3/4 hour) Work day time, 10 hrs (12 hrs daylight less time away for fuel, repairs, lunch, etc.) Total estimated number of round trips per crew per day = 20 Total estimated average capacity per crew = 700 C@ day 30 TAB 3 General Uperations Plan - - - — k �ApR' U & J Enterprises - General Operations Plan Therefore. Total estimated quantity of Debris / Total number of days allowed to complete = Total amount of debris to be removed per day o Total amount of debris to be removed per day / total estimated daily capacity per crew = Total number of crews required Hot Spot Crew Configuration Vegetative Crew Configuration 9 5 Seff-Loading Dump Truck (or equivalent) w/operator, 80-160 CY capacity • 1 Bucket Truck w/operator ■ 2 Chainsaw Operators • 2 Flagmen/laborers 9 1 Mobile Crane w/operator (if required) Assumptions: o Average haul distance equal to or less than 12 miles to TDSR site Average turn around (toad at load site, deliver to dump site, dump and return) time, (3/4 hour) _ Work day time, 10 hrs (12 hrs daylight fess time away for fuel, repairs, lunch, etc,) Total estimated number of round trips per crew per day = 20 o Total estimated average capacity per crew = 1000@ day �, Therefore: • Total estimated quantity of Debris / Total number of days allowed to complete = Total amount of debris to be removed per day • Total amount of debris to be removed per day / total estimated daily capacity per crew = Total number of crews required Note: The crew configuration for vegetative may involve additional Bucket Trucks and Cranes depending on type and location of tree damage. If an excessive number of trees have fallen on structures and/or if there is excessive power line damages, then additional tree remova equipment may be required. However, these additional crews can be added as needed in order to keep up with the debris removal schedule. Tree crews would precede the Loading and Hauling crews 31 TAB 3 General Operations plan (� S97 DKr J Enterprises - General Operations flan In addition to the C&D and Vegetative trews, there may be requirements fur Stump Removal crews a$ well as MSW crews. In cases where a tree has fallen and approximately one-half of the root ball is exposed, it is considered a hazard. After inspection by the Government's Representative and at their direction, all hazardous stumps shall be removed and transported to the TDSRS and the stump hole shall be back-filled with compatible material so as to remediate the hazard of the empty hole Please note that these crew configurations shown here are used as a starting point in the mobilization and planning process. Crew configurations could change as the circumstances of the work areas may dictate to gain rhe most efficiency in the removal process 1.4.1 TERMINATION OF DEBRIS REMOVAL OPERATIONS Before terminating debris removal operations, D&J, the client, and the monitoring firm will assess the area. All parties will make sure that all storm debris has been collected. Once an agreement is made between D&J, the client, and monitoring firm that the storm debris has been collected, D&J will terminate debris removal operations. TDSR SITE REMEDIATION AND RESTORATION: In the event of a natural disaster, a Temporary Debris Storage and Reduction Site (TDSRS) also referred to as Debris Management Sites (DMS) may be used to process debris before its final disposal. This site is usually selected by the government of which we are employed Substantial site preparation may be required such as proper access points of entry, security devices, cortrol gate, fenced storage compounds, adequate internal haul roads, proper erosion and sediment control fencing, and storm water retention features, to name a few. If a TDSRS is required, the company will, upon entering each site for the first time, photo -document the existing site conditions using both a video camera and still photographs. At the cessation of TDSRS operations, all sites will be restored to the satisfaction of the Government/Owner with the intent of maintaining the utility of each site, leaving it unencumbered for future use and to safeguard the environment. Disposal of all debris and reduction or recycling by- products will be performed by D&1 Enterprises, Inc. unless otherwise instructed. Accumulations of the processed debris will be completely removed to re-establish original grades within each site. All pre-existing grades including roads, citches, etc. will be restored to the satisfaction of the customer prior to final closure of each site Areas where soils were excavated (e.g., ditches and retentior ponds) or stockpiled (e.g., berms) will also be restored to pre-existing grade prior to vacating each site. Pre - construction drainage patterns will also be restored, as well as all improvements (e.g., trailers, wells, 37 TAB 3 General Operations Plan g D & J Enterprises - General Operations Pian fencing, construction entrances and built up aggregate haul roads) will be removed from each TDSR5 unless otherwise instructed by the government. Ash piles remaining from the incineration of vegetation will be tested for waste acceptance criteria using TTLC and STLC to determine waste disposition. If warranted by the results, the Toxicity Characteristic Leaching Procedure shall be used 1.5 CLOSE-OUT TICKET RECONCILIATION D&J Enterprises will track all tickets and work performed. This is essential in record keeping for reimbursement and being able to provide accurate data. Ticket reconciliation will help D&J determine what areas have the most damage, crew efficiency, and what areas might need more assistance. Ticket reconciliation will be done on a daily basis in order to give clients an update report on the progress being made. INVOICING Clients will be invoiced monthly during the contract. D&J will provide accurate invoices that cover all work performed and itemize list detailing charges. Once loading and hauling operations have ceased and all TDSRS sites have been returned to satisfactory state. D&J will send a final invoice, The final invoice will have been reconciled and be accurate. FEMA REIMBURSEMENT FEMA & FHWA ER Program Knowledge D&J Enterprises has a vast knowledge of FEMA & FHWA recovery policies. Having been in the disaster recovery business for over 52 years, D&J has the experience and operational policies in place that mimic the recovery policies of FEMA & FHWA. D&J understands the importance of working within these policies and procedures to ensure comp iance, employee safety, community safety, and that the City receives as much reimbursement that is available. Even after the event is concluded and physical work has been completed, D&J will continue to serve the City and assist every way possible with guidance and documentation for the City. Documentation must be performed for the entire project. Pre -Event Compliance Following FEMA & FHWA policies and procedures begin prior to any event. In order to be compliant and maximize reimbursements there are many things the city can do before the event comes. Items that can 33 I[A® 3 General Operations Plan 9 � P • 13 & J Enterprises - General Operations PILm assist in reimbursement and a fast progression of a project include items such as a Debris Management Plan and Pre -position contracts. A Debris Management Plan will lay out the Temporary Debris Storage & Reduction Sites (TDSRS) sites, have agreements with final disposal sites, an overview of the city with possible "high hazard" areas, and probable conditions. Preposition bids are not only a way to ensure a quick and promised response from a contractor. Preposition bids show that the City has received a complete company profile including competitive pricing and selected the best contractor for the City. This provides FEMA and/or FHWA with documentation of the City's compliance with policies. FEMA Procedures In order to have a full knowledge of FEMA & FHWA policies and prccedures City's and D&J must know how the sequence of declarations and contracts will happen. The first declaration must come from the President. This declaration will come after any natural disaster that the President and his advisors have assessed the damage and decided that the devastation is more than any one local government can fully fund themselves. This declaration will be state specific. At this time the Governor of that State will request federal assistance for the recovery efforts. The state then becomes an "applicant." Following the lead of the federal and state government the local jurisdictions such as cities and counties can seek federal assistance. The local entity then becomes a "sub -applicant " Notice To Proceed Once an event has happened contractors are issued a Notice to Proceed. A pre -position bid that states the expected timeline will ensure a rapid response from a contractor. Sectoring and Planning Following the disaster event and upon notification of activation D&J will deploy Key Management personnel to meet with the appointed Emergency Response Officials and representatives at the Emergency Operations Center to plan, coordinate and discuss the emergency road clearing priorities, locations and needs of the TDSR sites and coordination with the local debris removal operations representatives Selecting a Debris Site Prior to work beginning, a final disposal or a TDSRS site will be selected. An assessment will be made to determine what site preparation activities may be required and what licenses and permits may be necessary for the operation. D&J's personnel will assist in preparing documents for the necessary agencies, including a proposed site plan. Substantial site preparation may be required 34 TAB 3 General Operations Plan s D & J Enterprises - General Operations Plan Performing Work Once beginning work it is vital to know what debris is eligible. Contractors and subcontractors must have a clear understanding of where and exactly what debris must be removed. The initial 70 hours, or "Push Time", must be performed strategically. During this time, the city has greatest chances to receive the most reimbursement. Following the "push", all other debris must be removed in a timely manner and documented to minimize costs. Segregation & Reduction All materials must be segregated and totaled while hauling and at the TDSRS, if applicable. following segregation all materials must be reduced at TDSRS. The materials have to be reduced at a TDSRS before hauling to final disposal. Final Disposal Whether hauling directly from the right of way or a TDSRS it must be documented on where the debris is being hauled and why that site was selected. 1.5 Obligations of the City The City will employ the services of another third -party debris monitoring consultant. 1.6 Multiple Contractual Obligations D&J Enterprises, Inc. has experience with working multiple contracts and never defaulting on any contracts. There are two great examples of working multiple contracts that show D&J is a premiere debris removal contractor. The examples are from 2005 and 2017. During 2005, D&1 Enterprises was performing work in Pensacola, FL after Hurricane Dennis. D&J removed and processed 700,000 cubic yards and performed $5,945,000 of work. D&J was tasked with right of way debris removal, operations of Temporary Debris Management Sites, reduction, and final disposal While this project was still in operation, Hurricane Katrina struck Mississippi. D&J was tasked with Ocean Springs, Gulfport, and Waveland, Mississippi. During the debris removal of Mississippi, D&J removed and processed 4,400,000 cubic yards and performed $60,000,000 of work. Two weeks after responding to Mississippi, D&J was activated to Texas after Hurricane Rita struck. D&J was tasked with debris removal, operations of Temporary Debris Management sites, reduction, and final disposal for 12 different government entities from the Army Corps of Engineers. D&J performed work in Chambers County, Jefferson County, Orange County, Liberty County, Hardin County, Jasper County, Newton County, 35 TAB 3 General Operations plan k Pg` U & J Enterprises - General Operations Plan Nacodoches County, Sabien County, City of Beaumont, City of Orange, and City of Port Author, Texas. This example of Pensacola,12 government entities in Texas, and the Mississippi Project shows that D&J Enterprises successfully operated 14 contracts simultaneously and successfully completed all contracts. During 2017, Hurricane Harvey struck Texas and Hurricane Irma struck Florida. D&J successfully performed right of way collection, reduction, operations of temporary debris sites, and final disposal of multiple contracts in Texas and Florida. In Texas, D&1 projects were in Hardin County, Orange County, and the City of Orange. In Florida, D&J projects were in Oveido. Altamonte Springs, St Pete Beach, Monroe County, Village of Islamorada, and Key West. D&J also operated a Temporary Debris Management site in Delray Beach, FL. Before the projects in Florida and Texas were complete D&J assisted with management and response to the 2017 October California Wild Fires in Sonoma County, Napa County, Lake County, and Mendicino County for the Army Corps of Engineers. While these projects were in operation D&1 completed 36 civil construction projects, 5 of which were for Auburn University, L -Building Restoration, Performing Arts Package 1, Performing Arts Package 2, Handball Court Storm Drain Improvements, and Mell St Water Line Installation. These examples show D&J is capable of completing multiple contracts successfully. 36 TAB J General Operations Plan D&J Enterprises — Resumes AVAILABLE WORK FORCE The principals and officers of D&J know that the company`s employees are its most dynamic asset. Special attention is given to management supervision and the training and development of its individuals. The company's employees are subject to retraining and refresher courses whenever available in each skilled discipline. Its supervisors, project managers, engineers and foremen annually take training and/or refresher courses in management practices, ethics and environmental policies, regulations and procedures. Operators are always supervised and when appropriate, trained on the safety, maintenance and operational limits and capabilities of new or upgraded equipment. Drivers are required to be safety trained and independently licensed before they are allowed to operate vehicles and their performances are reviewed daily. Mechanics regularly attend refresher and new equipment/upgrade training courses held by the manufacturers of DW owned equipment. All mechanic work is inspected and reviewed in the company's 20,000 sq.ft. shop facilities by the chief mechanic before being released to field projects. All laborers are supervised and trained by skilled journeymen and foremen in their respective fields. Administrative and clerical personnel are frequently attending software and management refresher and upgrade courses and are encouraged to stay abreast of new technologies and procedures. D&J utilize a state of the art ticketing system for recording and compiling all loads moved during a debris recovery. Training is regularly conducted on this system at D&J. This training is conducted and reviewed regularly to prevent instances of Fraud, waste and abuse. Employees are trained to recognize mistakes and changes in quantities or increases in tickets that would signify fraud. D&J trains its employees to sort and separate materials to decrease the amount of waste. D&J Enterprises, Inc. current database contains a listing of 469 employees available for disaster response. This database includes 155 full-time current employees, and 314 experienced reserve personnel on call to D&J Enterprises, Inc. D&J Enterprises, Inc. has an average of 200 full-time employees. U&J Enterprises — Resumes PRINCIPALS Richard D. Starr (President, and Chief Executive Officer) After attending Troy State University, Richard "Dick" Starr joined his father in Starr and Sons Contractors where he has continued working in the construction industry, serving in the roles of employee supervision, job oversight, Nidgetin,g, risk evaluation, administration and financial management in the construction related fields of road construction, grading, paving, utilities and natural disaster and debris management. In 1987, he and his brother lames L. Starr formed D & a Enterprises, Inc. for the purpose of purchasing and continuing the business activities of Starr & Sons Contractors. Education and Certifications Attended Troy University D&] Enterprises — Resumes James L. Starr (Secretary/Treasurer, Chief Operating Officer, and Director of Disaster Operations) After receiving his Bachelor Degree in Civil Engineering from Auburn University in 1971, James L. "Jimmy" Starr continued working with his Family-owned company Starr and Sons Contractors where he has been instrumental serving as estimating engineer, providing job progress and quality assurance reporting, scope of work evaluation, change orders and contract modifications, and compliance reporting in the construction related fields of road construction, grading, paving and utilities and natural disaster and debris management. In addition to his duties in these fields, he is the Director of Disaster Operations for the company's disaster response/debris management division, which has responded to over 200 natural disaster events. In 1987, he and his brother Richard D. Starr formed D & J Enterprises, Inc. for the purpose of purchasing and continuing the business activities of Starr & Sons Contractors. Since 1970, he has been involved in the oversight and supervision of over 500 successfully completed projects totaling more than $400,000,000. Education and Certifications Irrtljec 10,1trl-ScZfety Ser),tce� Herefiu rern�7+ltZrr rhar Jinimy Starr .k, -,. .A CDWI= Trenching and Excavation Safety Competent Person Awareness T rammg I -Bachelor of Civil Engineering -Trench & Excavation Safety -CPR/First Aid t Ped Oro: sc Certificate of Completion James Starr hea suc�c,:W.Ily compM!ed wtq ,xmNnts 4r Adult l=int A-d/CPR/AED +and 2 veva cond:+Gled by AmeriCsn Red Coss Date Cvmn+eted 12116/2015 Chad Owen pay DZI Enterprises - Resumes ENGINEERING William Liveoak (Chief Engineer) William Liveoak earned a Bachelor of Science degree in Civil Engineering from Auburn University in 1999 and immediately began working with D & J Enterprises' Engineering Department, assisting in the fields of estimating, quality assurance, ordering inwrought materials, Invoicing projects and daily involvement with job coordination. He has received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance and Ethics (NEC 9031)" and in "Environmental/Business Policy, Compliance, and Ethics: Principles and Practices". William has also performed the roles of project manager and superintendent. Education and Certifications f -Bachelor of Civil Engineering ' -OSHA 30 HR Construction -NEC 1005, 9031 -Trench & Excavation Safety -CPR/First Aid Professional Safety Services _;h rebV 1-cel"gnizes that William Liveoak 1W 871eF5t=Y cuMnrrM Trenching and Excavation Safety Competent Person Awareness Trairting .Y - —W, 11 7915 ?�P 9n,e raxrern CL OLrCwiw�n�en C aii'teric+ - Red, C:re'gr Certificate of Corntpletlo7 William Livecak . tcyss'udti^n�n�y}.rteC re•gcrn �."r�t•� � Adutl F,rst Aid/CPRJAED '.1k; ^ yeas Cnnduc/ec CF American Red Cross Cl12116/2015 I-, Chad Owen Day Jon Manley (Field Engineer) D&J Enterprises -Resumes Jon Manley joined D & J Enterprises in 1995 in the capacity or Field Engineer and has served as instrument operator and crew foreman. He currently supervises an engineering crew with total station and GPS units. He has received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance". OSHA QCLvP��l Ofl•1 Sa1r1y •nd M•nNi� Admini.er•Lw Education and Certifications SHA 30 HR Construction :IR/First Aid D&J Enterprises - Resumes PROJECT MANAGEMENT Christopher M. Starr (Vice President) Christopher "Chip" Starr has worked extensively in all areas of field operations with D & J Enterprises, Inc. since 1995. He started in the Family business "hands on" in field operations and advanced through the ranks serving in many capacities including Equipment Operator, Truck Driver, Crew Foreman, Safety Officer, Quality Assurance Officer, and Project Manager. He has received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance" and "ANSI-RAB NAP Accredited EMS Lead Auditor Course". ]SHA Dcc•rNarronnr Rolory tlnd Hm.11h /iiln\Iniesrtll{s,n Education and Certifications -OSHA 30 HR Construction -HAZWOPER First Responder -Trench & Excavation Safety -NEC 1005 -CPR/First Aid OSHA 60032$111 men'. .uaee..l \!. •... i. a �1.. s.tln. mu•47 .., z �.. . „ r.{ c, e.�n. �r ria,... ye .Jv ars. ,..��• VENM r u s herut Ar• r Lit. - ts..waeySm.e,. ,,. - •-." -, :. Christopher Starr Conitluttan safety d 11-10h Yl7lwti+Fyr�{i � ^:ys,e d AAb r 4 La,n{np L.r ,N. ina Mr.{n.rMn .• ..IV r'1 N 1911 y. Fxll, V OSHA 60032$111 men'. .uaee..l \!. •... i. a �1.. s.tln. mu•47 .., z �.. . „ r.{ c, e.�n. �r ria,... ye .Jv ars. ,..��• VENM r u s herut Ar• r Lit. - ts..waeySm.e,. ,,. - •-." -, :. Christopher Starr Conitluttan safety d 11-10h Yl7lwti+Fyr�{i � ^:ys,e D&J Enterprises - Resutnes Jason Sanders (Operations Manager) Jason Sanders was hired in 2002 as the Office Administrator. His roles quickly expanded and he is now an integral part of the D&J's Emergency Operations Division. Having taken many FEMA Continuing Education Courses, Jason is familiar with complex FEMA policies. During the long and complicated Hurricane Rita mission, Jason oversaw the creation of a comprehensive debris management database system that has cutting edge technology for tracking data for large projects. As the Accountant responsible for all emergency operations projects, his attention to detail in an ever-changing business has made Jason a valuable asset to our company. Education and Certifications 1.... tiuidrr• }} !I\1.N1p+fi1 �tiJ S��kN�fa+l6r lie.l Ra.{r�drr .• Cu brxnh•+1 Ya I1 i7'K telll i.kre�ll� -Business Management Certificate -FEMA NIMS Courses HAZWOPER First Responder -CPR/First Aid EnurKenn \tanu�rnlcni In 01014, FEMA I'M•, ■ -May, D&J Enterprises - Resumes Buck Phillips (Project Manager) Mr. Phillips has worked for D&J Enterprises, Inc. since responding to Hurricane Andrew in 1992 for an USACE project. Mr. Phillips had responded to nearly every natural disaster since. His experience in all aspects of disaster recovery makes him one of the best Project Mangers it the business. Buck has served many roles for D&J in the disaster related field. Mr Phillips is one of the many employees that D&J Enterprises employs that proudly served our country in the US Marine Corps. Paul D. Bridge (Superintendent) D&1 Enterprises -- Resumes Paul Bridge contributes over 35 years of diversified experience in the construction industry to D&7 Enterprises. His formal training and studies include Engineering at Tufts University and MIT in Boston, Business Management at Palomar College in San Diego, Computerized Construction Estimating & Management with Muir Training Technologies in San Diego, Computerized Asbestos Estimating at Georgia Institute of Technology in Atlanta, .Asbestos Abatement Supervision (certification received from Mayhew Environmental Training Associates, Tampa), and refresher courses in Asbestos Abatement supervision at Retra Training Services in Tarpon Springs. Projects performed while he served as Project Manager include the following governmental offices and private companies: USACE, Department of the Air Force, Federal Aviation Administration, Federal Bureau of Prisons, Lockheed Space Operations Company, VA Medical Center, Martin Marietta Corporation, NASA, Pinellas County, Florida, U.S. Coast Guard and the U.S. Postal Service. n -Engineering Degree -Business Management Degre -OSHA 30 Hsi Construction -Trench & Excavation Safety -CPR/First Aid - - OSHA , O I "Whig uhty C—perm Permit Aaamaa Trttfe5sionaI5ajery Se►-rtces �'erl9ridrt P&A arm" "eye" rrrdyrnue> rtur r.r. a...,•a+. ,-.PI.:..I a" -'Y . s. ..ryw.. c>....w tww a ti,w Paul Bridge Trefcclung and Excavation Safety Competent Person Awareness Travting yy a' ti wp. T FiaQjl�IrQ U➢,atlGnb �� .. ,.�. .w Y Paul Bridge ~~��� !'FI FIMAr1. u1n e ` "Mh NW x411 h IR1r. •1 M1i, .�.p+.rl �w• i vrr. r! kyfan.w• 7.w.si ! o.n. t'"W AV {Auks Meeg"W r For rmm *n D&J Enterprises - Resumes Jackie Hickman (Project Supervisor) Jackie Hickman has been with D & J Enterprises, Inc. since 1987 as an Equipment Operator, Class A Truck Driver, Crew Foreman, Project supervisor, Grinding Crew Foreman, Incineration Crew Foreman, Site Manager, Pick -Up Crew Foreman, and Senior Project Manager. He has worked on over 30 FEMA -funded disaster response projects and is certified in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance". Education and Certifications OSHA _OSHA 30 HR Construction Trench & Excavation Safety 0..-Pallo„a! S.T.SY M„o,,,, CPR/First Aid ,, nil, professional Safety Services � :Herefy rrcc e�rlrzes that Arne r ica n Reil Cross Jackie Hickman M►x CMML-I ur COW%= Grrtrfic l:e. al Cumrletinn +� Trenching and Excavation Safety Jackie Hickman a Competent Person Awareness Training •. r ae�ar r:.,l aa�caG•ser 09 1 G r � r � _ i� � • Cn.a Ox.w Car _ Mol Ri-irprprirP z - Resumes SAFETY Garvin S. Edwards, III (Safety Manager) Garvin "Trey" Edwards began working with D&J Enterprises, Inc. in May of 20116 as their Safety Manager. Trey has a decade's worth of experience in the safety field. Trey began his career in safety by serving as a Firefighter Paramedic for the City of Lanett, AL Fire and EMS. He has continued to grow his experience and skills while focusing on safety. His experience as Safety Specialist working on disaster relief operations including US Army Corps of Engineers Mission Response 2017 California October Wild Fires, Monroe County (Florida Keys) following Hurricane Irma, Eastern Texas following Hurricane Harvey, and numerous other disasters across the US. Trey's experience in plants across the country including International Paper Mills, Southern Company, naval ammunition plant, water treatment facilities, and numerous construction sites has proven to be a valuable asset for D&J Enterprises, Inc. Trey holds many certifications and licenses including certified firefighter, nationally registered and licensed paramedic, FEMA continuing education courses and Incident Command Systems, OSHA 30 hour, rope rescue technician, confined space rescue technician, and hazardous materials technician. 0SFLA1 O.:P.1:...1 ad..v •nd Naa ih Ad_4.i.tr o_ Education and Certifications -OSHA 500, 510, 30 HR Construction, 30 HR General Industry -OSHA OTI 3015 Excavation, Trenching and Soil Mechanics -Nationally Registered Paramedic -CFR/First Aid Provider & Instructor -ATSSA Certified Flagger Instructor -Alabama Firefighter I&II -Technical Rescue Trained -NIMS 300, 200, 300, 400, 700,800 -Hazardous Materials Technician D&J Enterprises —Resumes GEORGIA INSTITUTE OF TECHNOLOGY G46Ao- TACH OSHA CCPR Tn, �,.. c-nry that xu.+m Mr I-. za M Q, 4 O Garvin S. Edwards III e� a,;�,Slr •nJ w:1P mr„ rtun}.kr•Inl1+Ir-r,,, nl{I. - OSHA SIO �=Y M•upuuoulL H^•.j xlaAx b� hlea•rd. Hr — rvn,r.•Imin,rrY S � OSHA rt , CLPLTIrICATE Of COMPLETION OSHA American ir•re.y rnvar 1 GARVN EDYVARpS h M lam u. n- .r•� Tnn.�•ire • � r ]Orloa.ns.,�,..rri R�caOrr.w 110.pYC:+ra� \ � MIA's 1. i.afMM..v..:�.•�.rq.�. .. w✓.. . i. U,4 GEORGIA INSTITUTE OF TECHNOLOGY GtoRQIA rLLl, OSHA Txw -'r 1W1,tVr[rp AY—CtnY&n 4' �S Garvin S. Edwards, III �V OSHA $00 rw�,rvr,xw [x6w,•. . HALAR.C%T MA-MRLALi TECHNICIAN 1L� !?a:mx *annul OWN". iS! 14 CLIZ I If ICAT L Of COMPL ETION r American OSHA® }yw�� GARVINED'NARDS _ :, s.. - shFfl']R!lOp+.tM+'an^P b'rh �Ort�aElCilrY.H.r�A•x 1 . i_ GEORGIA INSTITUTE OF TECHNOLOGY G46Ao- TACH OSHA CCPR Tn, �,.. c-nry that xu.+m Mr I-. za M Q, 4 O Garvin S. Edwards III e� a,;�,Slr •nJ w:1P mr„ rtun}.kr•Inl1+Ir-r,,, nl{I. - OSHA SIO �=Y M•upuuoulL H^•.j xlaAx b� hlea•rd. Hr — rvn,r.•Imin,rrY S � OSHA rt , CLPLTIrICATE Of COMPLETION OSHA American ir•re.y rnvar 1 GARVN EDYVARpS h M lam u. n- .r•� Tnn.�•ire • � r ]Orloa.ns.,�,..rri R�caOrr.w 110.pYC:+ra� \ � MIA's 1. i.afMM..v..:�.•�.rq.�. .. w✓.. . i. U,4 GEORGIA INSTITUTE OF TECHNOLOGY GtoRQIA rLLl, OSHA Txw -'r 1W1,tVr[rp AY—CtnY&n 4' �S Garvin S. Edwards, III �V OSHA $00 rw�,rvr,xw [x6w,•. . HALAR.C%T MA-MRLALi TECHNICIAN 1L� !?a:mx *annul OWN". iS! D&J Enterprises - Resumes EQUIPMENT MAINTENANCE AND MANAGEMENT Oscar Hardee (Senior Equipment Manager) Oscar Hardee has been involved in the road construction equipment maintenance and heavy equipment repair since 1984, the year he started work with D&J. He is certified in diesel mechanics and is responsible for the maintenance and repairs of over 200 pieces of heavy equipment, His duties also include the supervision of 13 mechanics, a parts warehouse and parts inventory management system. He is SGS Certified as well as having received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance". Oscar has also performed under the role as project manager and superintendent. DIESELS AND HEAVY MACHINERY a �a i D&J Enterprises - Resumes Lynn Tapley jDispatcher3 Lynn Tapley has spent over 25 years in the Trucking and Dispatching Division of D & J Enterprises, Inc. and holds a Commercial Class A License. He attended a two-year training course in automobile mechanics at Alexander City Junior College and has received a Federal Motor Carrier Safety Regulations Certificate. Other roles that he has performed for the company include Equipment Operator, Truck Driver and Dispatcher. He has also participated in disaster related projects on Hurricanes Andrew, Opal, Bertha, Fran, Brett and Floyd, and on ice storms in Georgia, Arkansas, Alabama and Mississippi. Lynn has also performed under the roles of project manager and superintendent. Education and Certifications -Commercial Class A License ' l Alexander City Junior College Mechanic's x course '�• x I 101 c ��' -OSHA 30 HR Construction � 1 OSHA 600328076 � 'I `• Gcne:r+rorr of talar !-_ — — — 0 t -l'y lal SAMA AW N"Ilo Allow Hat,,,K,, Lynn Tapley ru'..Y.IIrEshlllr L•_F I,R,rvq � 7 1..,,,. O- ,ynn�.0 Sal.p tial Hn.11ll Fenma Cobs• r _ _Cnnylrvcv n F.arety a Ileallh MUM P9W3R Beverly Starr (Controller) D&J Enterprises - Resumes ADMINISTRATION AND FINANCE Beverly Starr joined D & J Enterprises, Inc. in 1987 as the general bookkeeper for the company. Since that timc she has acquired the knowledge and skills to become responsible for overseeing all financial records keeping and systems requirements for the company directing an office staff of 5 clerks. She is responsible for managing and reconciling all bank accounts, preparing cash flow and budget statements, internal financial statements, tax report preparation for sales and use tax, fuel tax, and payroll tax reports. in addition, her duties include providing outside agencies such as banks, bonding companies and insurance companies with necessary financial information as well as assisting the independent auditor with annual audit examinations and 'income tax preparation. She is responsible for selecting, installing, and maintaining all electronic data processing software to handle current accounting and record keeping functions including the electronic data networking systems for the company. Judy Harrell (Office Manager and Payroll Supervisor) Judy joined D & J Enterprises, Inc. in August 2001 with over 20 years of experience in the field of accounting and job costing. She has been responsible for processing payroll for up to 600 employees in multiple states, prepared certified payroll reports, minority reports and union reports, employee benefits, workers compensation records, unemployment issues and audits as well as weekly, quarterly and annual payroll tax deposits/returns. Her duties have also included maintaining general ledgers and job cost sub -ledgers in which she developed a system of reconciling job cost to general ledger accounts. Cathy Bryant (Assistant Bookkeeper — Accounts Payable Supervisor) Cathy Bryant has been with D & 1 Enterprises, Inc. for over 25 years and has been responsible for each aspect of office administration. Her accounting and record keeping responsibilities have included accounts payable, payroll, accounts receivable and invoicing, bank reconciliation, job cost record keeping and reporting, employee benefits, workers' compensation reporting, compliance and auditing, general liability insurance reporting and auditing, truck permitting, fuel tax reporting, sales and use tax record keeping and reporting D&J Enterprises - Resumes Casey Dillard (Contracts Coordinator) Casey Dillard has been with D & 1 Enterprises, Inc. since April 2009 and has extensive clerical experience and customer billing experience. Among her responsibilities is answering the company's multi -line phone system, updating the company's brochures and marketing media, as wpll as ohtaining proposal information and preparing bids for fUture pre -position contracts. ATTACHMENT C — FEDERALLY REQUIRED CONTRACT CLAUSES FOR FEMA PUBLIC ASSISTANCE GRANTEES AND SUBGRANTEES A. Equal Employment Opportunity During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said Iabor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&1 Enterprises, Inc. 21 #x /I 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. B. Compliance with the Contract Work Hours and Safety Standards Act (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not Iess than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of SIO for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 22 fi�g_ for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. C. Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $ 100,000 financed in whole or in part with Federal assistance provided by FEMA. D. Federal Water Pollution Control Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. E. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida and , the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 23 e--.5)- that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. F. Byrd Anti-Lobbying Amendment Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 44 C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, orcooperative agreement, the undersigned shall complete and submit Standard FormLLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1495). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 24 Contractor, 0,eZ Te'hYe%O,-iSrs,Accertifies or affirms the truthfulness and accuracy of each statement of its certification d disclosure, if any. In addition, the Contractor understands and agrees that the provisions U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. �� Si of Co r tor's Authorized Official Name and Title of Contractor's Authorized Official -terprlses S aso,I S,4 00/g I-,; ✓/0 o O AWkTly,7S �a� CpftP RA? F Date Gf�3_� = SEAL /abamia G. Procurement of Recovered Materials (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site. haps://www.epa.gov/smm/comprehensivgprocurement-guideline-c -program. H. Access to Records The following access to records requirements apply to this contract: (1) The contractor agrees to provide the City, the State of Florida, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 25 (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. 1. DHS Seal, Logo, and Flags The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA preapproval. J. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. K. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. L. Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / D&J Enterprises, Inc. 26 e,�_7