Loading...
HomeMy WebLinkAbout2025 05 12 Consent 305 - Intent to Award ITB 04-25-01 PH Creek Debris Removal ServicesCONSENT AGENDA ITEM 305 CITY COMMISSION AGENDA | MAY 12, 2025 REGULAR MEETING TITLE Intent to Award ITB 04-25-01 PH Creek Debris Removal Services SUMMARY The City issued ITB 04-25-01 PH (Creek Debris Removal Services) to obtain the services of a qualified vendor to remove and dispose of vegetative debris, such as fallen trees, and other accumulated debris from Howell Creek, Bear Creek, Sheoah Creek, Gee Creek, No Name Creek, and Little Howell Creek. This project is intended to restore functionality and aid in the unobstructed conveyance of stormwater. The work will consist of cleanup of creek debris by removing and disposing of trees, logs, stumps, brush, blockages, and rubish. The City received eight bids listed below. The City is recommending award to Zulu Marine Services LLC in the amount of $394,499.20. The lowest bid was disqualified due to missing significant portions of the bid requirements such as the introduction letter and qualifications. The second lowest bid did not acknowledge the addendum posted as well as their approach was lacking significant understanding of the particular scope for this type of debris removal project. Southeastern Nurseries - $297,396 Missing Introduction Letter/Qualifications Looks Great Services - $352,974 Missing addendum acknowledgement Zulu Marine Services Inc. - $394,449 Rapid Response Disaster Services LLC - $626,150 Arbor Tree & Land, Inc. - $970,930 James W. Turner Construction, Ltd. - $1,198,956.47 J & J Environmental LLC - $1,200,000 Ceres Environmental - $1,373,796 FUNDING SOURCE This project is 100% funded through an NRCS Grant Agreement. The initial costs will be paid for through the Third Generation Sales Tax Fund and will be subsequently reimbursed. RECOMMENDATION Staff requests approval from the City Commission to award ITB 04-01-25 (Creek Debris Removal Services) to Zulu Marine Services Inc. for total fee of $394,449. Additionally staff recommends authorizing the City Manager and City Attorney to prepare and 76 execute any and all documents needed for this contract and NRCS Grant Reimbursement request. 77 Item Description Southeastern Nurseries LLC Looks Great Services Zulu Marine Services Rapid Response Arbor Tree & Land JWTC J & J Ceres Mobilization 14,869.80$ 1.00$ 5,000.00$ 8,000.00$ 50,000.00$ 60,000.00$ 275.25$ 1,000.00$ Bonds and Insurance 7,750.80$ 1.00$ 12,000.00$ 5,000.00$ 30,000.00$ 15,000.00$ 275.25$ 1,000.00$ Maintenance of Traffic 9,307.40$ 1.00$ 1,000.00$ 7,000.00$ 15,000.00$ 35,966.89$ 275.25$ 1,000.00$ Sheoah Creek - Removal and Disposal of debris affecting approximately 300 linear feet of creek (2 debris target locations)2,613.00$ 3,525.00$ 3,744.00$ 6,900.00$ 7,500.00$ 10,776.00$ 11,982.00$ 13,470.00$ Gee Creek Removal and Disposal of debris affecting approximately 6,250 linear feet of creek (49 debris target locations).54,375.00$ 73,437.50$ 78,000.00$ 125,000.00$ 162,500.00$ 224,500.00$ 249,625.00$ 280,625.00$ No Name Creek - Removal and Disposal of debris affecting approximately 150 linear feet of creek and (1 debris target location)1,320.00$ 1,762.50$ 1,872.00$ 3,450.00$ 3,750.00$ 5,388.00$ 5,991.00$ 6,735.00$ Howell Creek - Removal and disposal of debris affecting approximately 9,200 linear fee of creek and (52 debris target locations)80,040.00$ 108,100.00$ 114,816.00$ 184,000.00$ 220,800.00$ 330,464.00$ 367,448.00$ 413,080.00$ Bear Creek - Removal and disposal of debris affecting approximately 9,290 linear feet of creek and (40 debris target locations)80,823.00$ 109,157.50$ 115,939.20$ 185,800.00$ 297,280.00$ 333,696.80$ 370,144.00$ 417,121.00$ Little Howell Creek (Oak Forest) - Removal and Disposal of debris affecting approximately 2,550 linear feet of creek and (35 debris target locations)22,185.00$ 29,962.50$ 31,824.00$ 51,000.00$ 81,600.00$ 91,596.00$ 101,847.00$ 114,495.00$ Little Howell Creek (Winding Hollow) - Removal and Disposal of debris affecting approximately 2,300 linear feet of creek and (30 debris target locations)19,987.00$ 27,025.00$ 28,704.00$ 46,000.00$ 57,500.00$ 82,616.00$ 91,862.00$ 103,270.00$ Project Photgraphs (Before and After) of all Debris Removal Targets 4,125.00$ 1.00$ 1,600.00$ 4,000.00$ 45,000.00$ 8,952.78$ 275.25$ 22,000.00$ 297,396.00$ 352,974.00$ 394,499.20$ 626,150.00$ 970,930.00$ 1,198,956.47$ 1,200,000.00$ 1,373,796.00$ Estimated time to complete project: 9 weeks 6 weeks 10 weeks 6 weeks 6 weeks 10.5 Weeks 14 weeks 12 weeks 78 79 80 81 Zulu Marine Services, Inc. 7505 Waters Ave. Ste. A-8 Savannah, GA 31406 (855) 400-9858 www.ZuluDiscovery.com Bid for ITB #04-25-01 PH Creek Debris Removal Services Prepared for City of Winter Springs, FL 82 SECTION A BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM 83 84 SECTION B TABLE OF CONTENTS 85 TABLE OF CONTENTS SECTION A Bidder Information and Acknowledgement Form 3 SECTION B Table of Contents 5 SECTION C Introduction Letter 7 SECTION D QUALIFICATIONS Company Overview 9 Resources, Services, Summary of Qualifications 10 Bidder Experiences 11 Team Experience 13 Alex Batey Resume 14 Andy Molnar Resume 14 Florida Knowledge 15 Reference Information Form 16 Conclusion 17 SECTION E OTHER INFORMATION Project Approach 19 Equipment 20 Quality Control 21 Project Management Portal 22 SECTION F COST Bid Tabulation Worksheet 24 SECTION G MANDATORY BID FORMS Insurance Requirements 26 Scrutinized Company Certification 27 Non-Collusion Affidavit of Prime Bidder 29 Drug Free Workplace Form 30 Public Entity Crimes Statement 31 Debarment, Suspension and Other Responsibility Matters Certification 33 E-Verify Statement 37 Conflict of Interest Statement 38 SMWBE Utilization Plan 39 Byrd Anti-Lobbying Act Certification 40 Bid Bond 41 SECTION H FLORIDA STATE CORPORATE FILING Sunbiz Document 45 5 86 SECTION C INTRODUCTION LETTER 87 88 SECTION D QUALIFICATIONS 89 ABOUT ZULU COMPANY OVERVIEW Zulu Marine was founded in 2006 to perform marine operaƟ ons uƟ lizing purpose-built equipment and highly trained personnel. In 2010, we incorporated as Zulu Marine Services, Inc. We are incorporated in the State of Georgia and are registered as a foreign enƟ ty in Florida, South Carolina and North Carolina. We maintain faciliƟ es in McIntosh County, GA, and New Hanover County, NC, and have offi ces in Savannah, GA, though we are largely mobile and work throughout Florida, Georgia, North and South Carolina. Zulu has many years of experience in marine and water-based services, to include waterway assessments, woody and vegetaƟ ve stream debris removal, sediment removal, living shoreline installaƟ ons, bank stabilizaƟ on and erosion control, vessel removal and disposal, dredging, underwater inspecƟ ons, and more. We maintain a roster of at least 28 technicians, as well as administraƟ ve and execuƟ ve staff . Our technicians are trained and experienced in all services we provide, equipment usage, environmental protecƟ on procedures, and safety pracƟ ces. Zulu follows all OSHA guidelines, observes strict safety protocols, and we have zero job-site safety violaƟ ons. We have a dedicated project manager and safety offi cer at each jobsite. Zulu is a Drug-Free Workplace with a wriƩ en policy in place. We are adept at and specialize in working in sensiƟ ve environments, including wetlands, and strive to leave no permanent trace. We provide an online portal for our clients and their stakeholders, which allows for easy sharing of daily documented project imagery, to include pre-project, progression and post-project photos and video, which can be used for workfl ow and reporƟ ng. Our focus is to provide complete project management and fulfi llment to our customers. We are fully bonded and insured. PLEASE NOTE: ▪Neither Zulu Marine Services, Inc., nor any of its offi cers, are involved in any liƟ gaƟ on, currently or in the past. ▪Zulu Marine is not a NaƟ ve American/Indian-owned Business, nor are we Service-Disabled Veteran-Owned. ▪We are in the process of aƩ aining cerƟ fi caƟ on as a small business under SAM guidelines. ENTITY IDENTIFICATION DUNS Unique EnƟ ty ID: M3N2HB144RA6 CAGE: 67KH4 FL Contractor License, Marine Specialty #SCC131153660 NC Contractor License, General Unlimited #101596 SC Contractor License, General Contract Marine MR3 #CLG.125995 Please visit our website: ZuluDiscovery.com KEY PERSONNEL Rusty Batey – Principal rusty.batey@zuludiscovery.com (912) 657-1360 Alex Batey – COO/Corp. Secretary alex.batey@zuludiscovery.com (910) 232-0290 Andy Molnar – Disaster Division Director andy.molnar@zuludiscovery.com Cav Gallagher – Dredging Division Director cav.gallagher@zuludiscovery.com Shannon Marino – Shoreline Division Director shannon.marino@zuludiscovery.com Sam Labarba Environmental & Permiƫ ng Specialist Kim Haywood – AP/AR kim.haywood@zuludiscovery.com (912) 272-3111 Amy Thurman – Bid DocumentaƟ on amy.thurman@zuludiscovery.com (423) 440-9012 9 90 North Carolina Facility 3901 Aspen Road Castle Hayne, NC 28429 FACILITY LOCATIONS AdministraƟ ve Offi ce 7505 Waters Avenue, Suite A-8 Savannah, GA 31406 (855) 400-9858 Docks and Equipment Yard 1307 New River Road Darien, GA 31305 PERSONNEL Zulu Marine’s management team are highly skilled, experienced and conƟ nually seeking to expand their knowledge and skill sets through addiƟ onal training. We have a roster of HAZWOPER CerƟ fi ed technicians and CerƟ fi ed Marine Spill Response technicians, heavy equipment operators, U.S. Coast Guard licensed captains, FAA cerƟ fi ed UAV pilots, and more. All of our crews our trained in safe equipment operaƟ on and Zulu operaƟ ng procedures. Our Teams of Experts Includes: USCG Master Captains (4) Trained Heavy Equipment Operators (14) Skilled Chainsaw personnel with proper safety gear (14) Personnel with fi rst aid, CPR and emergency medical training (4) Environmental ConsulƟ ng, Monitoring and Permiƫ ng (2) HAZWOPER CerƟ fi ed Technicians (28) Trained and CerƟ fi ed Marine Spill Response Technicians (28) Trained in Dealing with Rare and Endangered Species and Marine Mammals (2) FAA CerƟ fi ed UAV Pilots (3) General labor (28) Waterway Debris Assessment & Mapping Stream, River and Waterway Debris Clearing Living Shorelines/Bank StabilizaƟ on Abandoned and Derelict Vessel Removal Dredging & Sediment Removal Disaster Response & Mapping OUR SERVICES INCLUDE: INTRODUCTION TO QUALIFICATIONS Zulu Marine Services, Inc. has nearly 20 years’ experience in a range of waterway services. We have extensive experience in coastal regions and in working with the following guidelines: USACE Incremental Eff ects of Large Woody Debris Removal on Physical Habitat, NaƟ onal Resource ConservaƟ on Services (NRCS) PracƟ ce Standard 326 Clearing & Snagging, NC Department of Environmental Quality policies, the NC Wildlife Resources Commission Snagging & Clearing Guidance, and the Streamfl ow RehabilitaƟ on Assistance Program (StRAP). Zulu is adept at working in sensiƟ ve marine environments and we take great care to protect the waterways, wetlands, habitats, and wildlife at project sites and surrounding areas. We have successfully completed waterway service projects in waterways throughout Florida, Georgia, South and North Carolina, ranging in size from 3000 linear feet to over 70 miles. We have never defaulted on a project or failed to complete when promised. In addiƟ on, while conducƟ ng any service project, we make note of any other waterway health issues, such as excessive aquaƟ c vegetaƟ on growth, beaver dam blockages, sedimentaƟ on, bank erosion, and any other issues that might be cause for future concern, and provide this informaƟ on to the client. We understand the needs and complicaƟ ons related to waterway health. We are equipped and have the personnel to complete any and all work to the Client’s complete saƟ sfacƟ on. We look forward to the opportunity to assist in any waterway services you might require. 10 91 STREAM DEBRIS REMOVAL EXPERIENCE & REFERENCES TROPICAL STORM FRED WATERSHED RECOVERY GROUPS 23 & 25 – HAYWOOD COUNTY, NC August 2024 - April 2025 Zulu was contracted for two projects to remove woody and vegetaƟ ve stream debris associated with Tropical Storm Fred uƟ lizing StRAP guidelines and county specifi caƟ ons. Group 23 was 50% completed when the County cancelled the remainder of the project due to Hurricane Helene. Group 25 was completed in full. The projects were overseen by McGill Associates. Reference: Khiya Armstrong (828) 412-4653 khiya.armstrong@mcgillassociates.com 55 Broad Street, Asheville, NC 28801 CLARK CREEK STREAM DEBRIS REMOVAL PROJECT – CATAWBA COUNTY, NC SOIL & WATER CONSERVATION DISTRICT July and October 2024 Project 1 was the removal of stream debris for approximately 1,050 linear feet of Clark Creek, Project 2 was 750 feet of Clark Creek. Work included cuƫ ng and removing downed trees, broken tops, and woody debris that impede or potenƟ ally impede water fl ow in the stream. Reference: Randy Willis (828) 228-1684 rwillis@catawbacountync.gov 1175 S. Brady Avenue, Newton, NC 28658 HURRICANE DEBRIS REMOVAL (3 CREEKS) – CHARLOTTE COUNTY, FL June 2024 to September 2024 Zulu was selected to remove waterway debris in Oyster, Alligator and Snapper Creeks resulƟ ng from Hurricane Ian. Woody, vegetaƟ ve and man-made debris was removed from approximately 5.75 miles and disposed of off -site. Debris was removed using hand labor and small vessels. Over 100 tons of debris was removed. Reference: Karen Bliss, Projects Manager (941) 575-3642 karen.bliss@charloƩ ecountyfl .gov 18500 Murdock Circle, Suite 205, Port CharloƩ e, FL 32401 SUNSHINE DRIVE STREAM DEBRIS REMOVAL – NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT June 2024 Zulu provided stream debris removal services for the District with emphasis on environmentally sensiƟ ve methods. Debris was removed manually and transported to a boat ramp for offl oading, then transported to a pre-approved facility for disposal. Reference: John Crowe, Emergency CoordinaƟ ng Offi cer (850) 539-5999 ext. 226 john.crowe@nwfwater.com 81 Water Management Drive, Havana, FL 32333 ABBOTTS CREEK CLEARING & SNAGGING PHASE II – DAVIDSON COUNTY, NC SOIL & WATER CONSERVATION DISTRICT June - July 2024 Zulu provided disaster recovery services including, but not limited to, clean-up, demoliƟ on, removal, reducƟ on and disposal of debris in order to eliminate threats to public health and safety, along approximately 2600 linear feet of stream. Reference: Andy Miller (336) 247-3389 andy.miller@davidsoncountync.gov 301 East Center Street, Lexington, NC 27292 STREAM CLEARING AND SNAGGING – PENDER COUNTY, NC January 2023 to May 2023 Project entailed clearing, snagging, and removal of wood and/or woody debris from over 32,000 linear feet of creeks and channels throughout Pender County to improve overall drainage by removal of block points both above and below water level to allow creeks to fl ow more freely. Reference: Daniel Adams, Interim Planning Director (910) 259-0231 dadams@pendercountync.gov 805 S. Walker Street, Burgaw, NC 28425 ConƟ nued on next page. 11 92 WACCAMAW RIVER DEBRIS REMOVAL – HORRY COUNTY, SC March – September 2022 Zulu was awarded a river debris removal contract for 36 miles of the Waccamaw River. In the course of fulfi lling that contract, we were tasked with assessing over 34 miles of addiƟ onal debris sites as Phases 2 through 6, then removal of the debris. Zulu removed and disposed of trees, logs, stumps, brush, tops, and blockages deposited in and adjacent to the navigable channel, using mud boats and grapple boats, as well as assorted saws. Reference: Adam Jordan (843) 798-0538 jordanad@horrycountysc.gove 4401 PriveƩ s Road, Conway, SC 29526 EMERGENCY WATERSHED PROTECTION, ROUNDS 1 & 2 – BRUNSWICK COUNTY, NC July –November 2021 Zulu contracted with Brunswick County to remove woody and vegetaƟ ve debris and sediment, and provide bank stabilizaƟ on as part of their emergency watershed protecƟ on (EWP) project. Round 1 included 15,700 linear feet of vegetaƟ ve debris clearing, stream bank stabilizaƟ on and sediment removal at 18 project sites. Round 2 included 21,920 feet of vegetaƟ ve debris clearing, bank stabilizaƟ on and sediment removal at 25 project sites. Reference: Abram Young (910) 253-2511 abram.young@brunswickcountync.gov 179 March 9 1764 Drive, Bolivia, NC 28422 HURRICANES MATTHEW AND IRMA DEBRIS REMOVAL – COASTAL GEORGIA September 2018 – August 2019 Zulu contracted with the Georgia Department of Natural Resources, Coastal Resources Division, to locate, assess and remove debris that resulted from Hurricanes MaƩ hew and Irma. Debris was located above and below the waterline, in creeks and rivers in all six coastal counƟ es. Debris included downed trees, logs, brush and other vegetaƟ on, docks, ramps, dock houses and other wood and metal debris, as well as derelict and/or damaged vessels. Special care was required to minimize site disturbance and not adversely impact the surrounding protected marshlands and waterways or endangered or protected wildlife. Over 15,000 cubic yards of debris was removed, as well as 20 vessels. Reference: Doug Haymans, CRD Director (912) 264-7218 doug.haymans@dnr.ga.gov 1 ConservaƟ on Way, Brunswick, GA 31520 AddiƟ onal references available on request. 12 93 TEAM EXPERIENCE Alex Batey, COO – joined the company while sƟ ll in high school and has been full Ɵ me with the company for 15 years. During that Ɵ me he achieved a degree in marine technology and has moved up from general labor to fi eld supervision of stream debris crews, then to division director, before being promoted to chief operaƟ ons offi cer. Alex provides general oversight and guidance for all fi eld work. For this project he will serve as the key point of contact for the City and provide guidance to the division lead. (Resume aƩ ached.) Andy Molnar, Disaster Debris Division Director – Andy joined Zulu aŌ er a 30-year career in the Air Force. He began as a project manager leading stream debris removal teams before being promoted to division director. He has worked and/ or supervised all stream debris projects since joining Zulu. For this project he will also serve as a point of contact with the City, and site safety offi cer. (Resume aƩ ached.) André Moore, Project Manager – André has been with Zulu fi ve years, starƟ ng out as a technician before being promoted to project manager. He is experienced in heavy equipment operaƟ on, vessel operaƟ ons, and chainsaw operaƟ ons. He has worked most stream debris removal projects since coming aboard. For this project, he will supervise fi eld technicians and assist Andy with reporƟ ng and documentaƟ on and as a back-up safety offi cer. (Zulu has two other division leads and three addiƟ onal project managers, all with stream debris experience, availalbe to fi ll in or assist as the project might require. Resumes and work experience will be provided to the county should this be needed. We also have a full-Ɵ me staff of over 30 fi eld technicians, each with a minimum of fi ve years’ experince.) Kim Haywood, AccounƟ ng Manager – Kim has been with Zulu since it was founded and has extensive experience in all aspects of bookkeeping, to include invoicing, retainage, fi nal payouts, and all other necessary fi nancial documentaƟ on. She will be the primary point of contact for invoicing and receivables. Amy Thurman, Business Development Director – Amy has been with Zulu for over seven years and is responsible for bid preparaƟ on, bonding, COIs, contract signing, change orders, and any other pre- or post-bid documentaƟ on. She also serves as primary point of contact for documentaƟ on other than project fi eld reports. 13 94 PROFESSIONAL PROFILE Alex began working full Ɵ me with Zulu aŌ er achieving a degree in Marine Technology from Cape Fear Community College. He has over 14 years’ experience in all aspects of of Zulu services, to include disaster assessment and mapping, stream debris removal and waterfl ow restoraƟ on, sediment removal, derelict vessel removal, bank stabilizaƟ on and erosion control, and more. In his role as director of operaƟ ons, he oversees all fi eld projects, provides guidance and direcƟ on to project managers, and serves as Zulu’s liaison with clients and stakeholders. His role includes leading the roster of HAZWOPER technicians, planning and coordinaƟ ng projects, compliance, training, and safety. He has a passion for the marine industry and exploring new ways Zulu can engage within it. He stays current with industry trends and is a member of several related organizaƟ ons such as The Propeller Club (currently serving as Treasurer), the Marine Technology Society, and the Western Dredging AssociaƟ on. ▪CerƟ fi ed VideoRay ROV Pilot ▪FEMA ICS 100 and IS 700 CerƟ fi ed ▪Florida Stormwater InspecƟ on CerƟ fi ed ▪Commercial Drivers License ▪USCG 100-ton Master License ▪NC & SC General Contractor – Unlimited License ▪CerƟ fi ed Diver ▪HAZWOPER CerƟ fi ed ▪Part 107 Remote Pilot License SPECIALIZED SKILLS: ▪All aspects of vessel operaƟ ons ▪Heavy equipment operaƟ ons, to include amphibious excavaƟ on equipment ▪Disaster debris assessment and mapping ▪Project esƟ maƟ ng ▪All aspects of project management RESUMES Following are abbreviated resumes of key team members. Full resumes available as needed. Michael “Alex” Batey (910) 232-0290 alex.batey@zuludiscovery.com Corporate Secretary/Chief OperaƟ ons Offi cer CERTIFICATIONS AND LICENSES PROFESSIONAL PROFILE Andy served in the US Coast Guard for 30 years, focusing on naval engineering and response operaƟ ons, leaving service as a Chief Warrant Offi cer 4 with over 20 years of sea Ɵ me. Since coming aboard with Zulu in 2020 he’s overseen most of our stream and hurricane debris removal projects, veseel removal projects, supervised HAZWOPER response eff orts, and served as site safety offi cer. Andy is a member of the Coast Guard Chief Warrant Offi cers AssociaƟ on. ▪USCG Licensed Captain ▪CerƟ fi ed Diver ▪HAZWOPER CerƟ fi ed ▪Advanced shipboard fi refi ghƟ ng ▪Unit Safety Coordinator SPECIALIZED SKILLS: ▪All aspects of vessel operaƟ ons ▪Heavy equipment operaƟ ons, to include amphibious excavaƟ on equipment ▪Project management Andy Molnar (219) 718-3276 andy.molnar@zuludiscovery.com Disaster Debris Division Director CERTIFICATIONS AND LICENSES 14 95 FLORIDA KNOWLEDGE Zulu has worked extensively in Florida, and more specifi cally, Winter Springs. We are familiar with the waterways, poliƟ cal structures, preferred methodoligies, and impacts from severe weather. PREVIOUS CONTRACTS: ▪Winter Springs – mulƟ ple contracts ▪CharloƩ e County – Hurricane Waterway Debris Removal, mulƟ ple contracts ▪Osceola – Boggy & Shingle Creek debris removal, subbed from TSI CURRENT CONTRACTS: ▪Daytona Beach Shores – Task Basis, open-ended contract ▪Sumter County – Canal Maintenance ▪Coral Springs – Pond Vegetation Removal ▪Altamonte Springs – Wekiva River Tree Removal ▪Osceola County – Task Basis, open-ended contract ▪Northwest Florida Water Management District – Primary Vendor 15 96 97 QUALIFICATIONS CONCLUSION Why choose Zulu Marine? Our experience – Zulu has extensive experience in waterway debris removal. We have an excellent history in working closely with city, county, state and federal agencies in meeƟ ng their needs in a Ɵ mely, effi cient and cost eff ecƟ ve manner. Our people – From execuƟ ve staff to laborers, our people are dedicated and experienced professionals who show up on Ɵ me and go above and beyond expectaƟ ons. All are trained according to their areas of responsibility and have years of experience. We work as a team from start to fi nish and have an extremely low turnover rate. Our environmental stewardship – Zulu is adept at and specializes in working in environmentally sensiƟ ve areas, including wetlands, and we strive to leave no permanent trace of our acƟ viƟ es, above or below the waterline. We select equipment designed to be low-impact, pracƟ ce safe maintenance procedures, and all of our work is conducted with the goal of protecƟ ng, repairing and restoring environmental health to the waterways in which we work. Our portal – Zulu uƟ lizes an online Project Management Portal that enables us to provide our clients with digital deliverables in standard and downloadable fi le formats. This portal allows the client and their stakeholders a range of views and interacƟ ve tools and has proven repeatedly to be not only benefi cial to project management but also to set us apart from compeƟ tors. Our equipment – Zulu has invested in a range of equipment purpose-built for the services we provide, and ideal for sensiƟ ve marine and aquaƟ c environments. It is well-maintained and we upgrade as needed to remain posiƟ oned to meet our client’s needs effi ciently and eff ecƟ vely. Our safety record – Zulu follows all OSHA guidelines, observes strict safety protocols, and we have zero job-site safety violaƟ ons. We have a dedicated project manager and safety offi cer at each jobsite and conduct daily safety briefi ngs. We have wriƩ en Drug-free Workplace, and Health and Safety polices. Our customer saƟ sfacƟ on record – Zulu strives to achieve absolute customer saƟ sfacƟ on on each and every job, as our references tesƟ fy. We are commiƩ ed to developing excellent relaƟ onships with all clients and ensuring that we have exceeded expectaƟ ons. In addiƟ on, as previously stated, Zulu has worked with the City of Winter Springs in the past on creek projects, both debris removal and assessments, and are currently compleƟ ng a creek sediment removal project. We look forward to the opportunity to work with you again! 17 98 SECTION E OTHER INFORMATION 99 STREAM DEBRIS REMOVAL PROJECT APPROACH PROJECT APPROACH Preplanning Upon receipt of a NoƟ ce to Proceed, Zulu will meet with the City to review Ɵ melines, discuss prioriƟ es with regard to sequence of project areas, and any other planning needs, to include acquiring necessary permits. We will create a project folder for the City on our Portal, provide login credenƟ als, and demonstrate how to access data, how data will be organized, and how it can be used to share informaƟ on with stakeholders. The use of our portal allows the City to see regular progression photos of the project at any Ɵ me. Schedule Work will be conducted Monday – Friday, with the excepƟ on of federal holidays. Work will begin no earlier than 7:00 a.m. and will conclude at dusk. These start and end Ɵ mes are adjustable to meet nearby residenƟ al noise restricƟ on ordinances as needed. Once begun, work will conƟ nue unƟ l the project is completed, with the excepƟ on of extreme weather stoppages. Crew and Equipment Zulu work crews will consist of the Disaster Division Director, Andy Molnar, as well as a project manager and crew of three to fi ve equipment operators and fi eld technicians. AddiƟ onal crews consisƟ ng of a project manager and three to fi ve equipment operators and laborers will be mobilized as needed to meet promised Ɵ melines. All crew members will be ouƞ iƩ ed in full safety gear, to include but not limited to: high-visibility refl ecƟ ve vests, hardhats, hearing and eye protecƟ on, PFDs, gloves, safety harnesses, and all crew are required to wear steel-toed boots. All crew members are fully trained and experienced in the use of our equipment and in stream debris removal pracƟ ces. Processes Safety briefi ngs will be conducted each morning prior to work commencing. We u Ɵ lize an online app hosted by the U.S. Fish and Wildlife Service (hƩ ps://ipac.ecosphere.fws.gov/) to determine if any criƟ cal habitat is present in our intended work areas and will contact the City immediately should that be the case to discuss methodologies and tacƟ cs for preservaƟ on. Manatee signage and observers will be posted at every site. Downed trees, parƟ ally downed trees leaning at greater than 30 degrees that are dead or severely undercut, broken tops, shrubs, woody debris and other debris that impedes or has the potenƟ al to impede the fl ow of water will be removed using chainsaws. Debris will be removed either cabled/strapped at least 30 feet from the streambank, chipped, burned, or hauled to a disposal facility, depending on project requirements. Non-vegetaƟ ve (manmade) debris will be collected, removed and disposed of at a City-approved disposal facility. Before, in-progress, and aŌ er images will be uploaded to the Zulu Portal for City use, as well as regular reports outlining our progress and any dump Ɵ ckets as needed. 19 100 Kobelco midi excavator SK85CS-7 Two tracked skid steers with mulƟ ple aƩ achments MT100 mini skid steer 4x4 UƟ lity vehicle Four bush hogs 11,200 gph trash pump MulƟ ple dump trailers (2 with grapples) MulƟ ple equipment & uƟ lity trailers Four pole saws Twenty-fi ve (25) Chainsaws Fecon cuƫ ng head Ground protecƟ ng mats (mulƟ ple) Modern land surveying equipment 360-degree cameras Commercial mobile air compressors MulƟ ple portable generators Standing lease agreements for addiƟ onal equipment on demand Kobelco Takeuchi/Bobcat Bobcat Polaris Various H&H Pumps Various Various Various SƟ hl Fecon Various Trimble Garmin Rolair Various 2025 2016-2024 2024 2020 2015-2020 2004 2018-2021 2014-2022 2019-2020 2017-2021 2015 2016-2021 2021 2020 2024 2018-2021 Vessels 41-foot Zulu Chief landing craŌ (500hp motors, large winches) 40-foot Zulu Witch barge (150hp, winch, crane) 28-foot Zulu Picker barge (200 hp, winch, crane) 26-foot dropgate airboat with dual 12K winches 25-foot Zulu Scout support vessel (150hp, davit, winch) 16-foot Zulu Responder rigid hull (drop ramp, 1-foot draŌ ) 8x8 Auger dredge MulƟ ple Confi gurable Barges 30x10-foot barge (with 3000lb crane) Two 18-foot jon boats (with mud motors) Two 14-foot jon boats (with mud motors) Four “sit in” kayaks Modular pontoon (mulƟ ple confi guraƟ ons) PRIMARY EQUIPMENT LIST Manufacturer Munson Silverships Zulu Shipworks Panther Monarch Whaley Gulf AtlanƟ c Shugart Shugart Sea Ark All Weld Various Zulu Shipworks Year 2006 2013 2020 2022 1992 2019 2021 2017 2021 (both) 2019 2021-2022 2018-2022 2017 Amphibious excavator (15,000-pound winch) Amphibious UTV and trailer Mini hydraulic dredge Six-inch auger dredge MulƟ ple booster pumps 8-inch & 12-inch submersible dredge pumps Larger cuƩ er head dredges (standing lease agreements) ManƟ s 770 pile driver ROV Three Hydraulic underwater chainsaws Professional dive gear w/comms Containment boom Standing lease agreements for addiƟ onal equipment on demand Bobcat Mudd Ox Truxor Mud Cat Various Toyo Ellicot ManƟ s VideoRay Pro 4 Stanley MulƟ ple Oil Stop 2018 2022 2023 Refurb 2021 Various 2020 & 2021 Various 2024 2014 2018-2023 2019 2020 MulƟ ple drone systems, details provided on request Marine Equipment Land Equipment Aerial (Unmanned Aerial Systems/UAS/Drones) EQUIPMENT 20 101 QUALITY CONTROL Zulu stands by the quality of the services we provide and we take careful steps to ensure the needs of our clients are not only met but exceeded. ENVIRONMENTAL CONCERNS Zulu Marine takes great care to protect the environment while working in any and all waterways and wetland areas. •We use biodegradable oils in our chainsaws and hydraulic power unit. •The enƟ re crew is trained in oil spill response. •We adhere to all local, state and federal regulaƟ ons with regard to working near marine species and other wildlife, including protected and endangered species. We post proper signage, staƟ on look-outs at job sites, and keep a log of any wildlife interacƟ ons. •We analyze the impact of our vessels and equipment on each site and devise our methods to leave the least impact on the surrounding environment. In instances where impact cannot be avoided, we aƩ empt to uƟ lize whatever methods and equipment will allow for a quick and safe recovery. QUALITY CONTROL AND WORK PERFORMANCE SATISFACTION Zulu Marine stands behind our quality as well as our pricing structures. •Zulu personnel are experienced and expertly trained. •Daily briefi ngs are conducted to ensure that all personnel understand the job. •Photos (and video on request) are taken throughout each day documenƟ ng the work being done and progress made. These images are then uploaded to our online Project Management Portal and can be reviewed by stakeholders. Any concerns can be addressed immediately. •Weekly reports and/or phone briefi ngs can be conducted to provide updates, and changes or correcƟ ons can be addressed at that point as well. •Zulu is prepared to operate at 12-hour days and seven-day work weeks (weather permiƫ ng) when Ɵ ght deadlines are required. •Careful research and cost analysis is done prior to submiƫ ng any pricing quote to ensure we’re able to off er our lowest price. If our costs exceed our quoted price, client is never be billed for the diff erence. SAFETY Zulu has never had a serious worksite injury and we’ve never been cited by OSHA for safety violaƟ ons. •Safety meeƟ ngs are conducted each morning at all job sites, for staff and site visitors. •Each crew member is provided with appropriate safety gear, to include (but not limited to): safety glasses, hearing protecƟ on, gloves, refl ecƟ ve vests, hardhats, and personal fl otaƟ on devices (PFDs). All crew are also required to wear steel-toed boots. •All vessels and equipment are well-maintained and in good working order. •Zulu is a drug-free workplace. 21 102 PROJECT MANAGEMENT PROJECT MANAGEMENT PORTAL Zulu uƟ lizes an online Project Management Portal that enables us to provide our clients with digital deliverables in standard and downloadable fi le formats. This portal allows you a range of views and interacƟ ve tools that allow you to see individual debris sites on map overlays, measure volumetrics, and more – allowing for beƩ er project management during both the assessment and debris removal stages. NOT JUST SNAPSHOTS OF DEBRIS HighlighƟ ng This feature allows users to assign specifi c tasks, highlight issues, or make annotaƟ ons to any fi le requiring special aƩ enƟ on. File View The individual fi le view provides an assortment of interacƟ ve tools and relaƟ ve data. CompaƟ bility Files can be download and uƟ lized in other plaƞ orms, such as ESRI. 22 103 SECTION F COST 104 ITB # 04-25-01 PH Creek Debris Removal Services Appendix A – BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible Bidder and be included with their executed contract, as attached. TOTAL BID: ________________________________________________DOLLARS $ ________________ (In Words) ESTMATED TIME TO COMPLETE PROJECT: ____________________ calendar weeks ITEM NO.ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 101-1a Mobilization 1 LS 101-1b Bonds and Insurance 1 LS 102-1 Maintenance of Traffic 1 LS 9999-1 Sheoah Creek - Removal and Disposal of debris affecting approximately 300 linear feet of creek (2 debris target locations)300 LF 9999-2 Gee Creek - Removal and Disposal of debris affecting approximately 6,250 linear feet of creek (49 debris target locations)6,250 LF 9999-3 No Name Creek - Removal and Disposal of debris affecting approximately 150 linear feet of creek and (1 debris target location)150 LF 9999-4 Howell Creek - Removal and Disposal of debris affecting approximately 9,200 linear feet of creek and (62 debris target locations) 9,200 LF 9999-5 Bear Creek - Removal and Disposal of debris affecting approximately 9,290 linear feet of creek and (40 debris target locations) 9,290 LF 9999-6 Little Howell Creek (Oak Forest) - Removal and Disposal of debris affecting approximately 2,550 linear feet of creek and (36 debris target locations) 2,550 LF 9999-7 Little Howell Creek (Winding Hollow) - Removal and Disposal of debris affecting approximately 2,300 linear feet of creek and (30 debris target locations) 2,300 LF 9999-8 Project Photographs (Before and After) of all Debris Removal Targets 1 LS TOTAL $5,000.00 $5,000.00 $115,939.20$12.48 $3,744.00$12.48 $78,000.00$12.48 $1,872.00$12.48 $114,816.00$12.48 $31,824.00$12.48 $28,704.00$12.48 $12,000.00 $12,000.00 $1,000.00 $1,000.00 $1,600.00 $1,600.00 394,449.20 Three hundred ninety-four thousand, four hundred forty-nine dollars and twenty cents. 10 24 105 SECTION G MANDATORY BID FORMS 106 107 ITB # 04-25-01 PH Creek Debris Removal Services SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the CITY for goods or services of: a.Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the Bidder is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b.One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to s. 215.473; or c.Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a.The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List; b.Been placed on the Scrutinized Companies that Boycott Israel List or c.Is engaged in a boycott of Israel; or d.Been engaged in business operations in Cuba or Syria. e.Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification. a.The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. b.If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c.If the Bidder does not demonstrate that the CITY’s determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. 27 108 109 110 111 ITB # 04-25-01 PH Creek Debris Removal Services PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid for ITB # 04-25-01 PH Creek Debris Removal Services. 2.This sworn statement is submitted by (Bidder) ______________________________ whose business address is _________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is __________________________(If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ___________. 3. My name is ____________________ and my relationship to the Bidder named above is ________________________. 4.I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6.I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Zulu Marine Services, Inc. 7505 Waters Ave. Ste. A-8, Savannah, GA 31406 27-3600913 Michael "Alex" Batey Corporate Secretary 31 112 113 ITB # 04-25-01 PH Creek Debris Removal Services DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A - Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that its principals: a.Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b.Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c.Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b)of this certification; and d.Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification set out below; a.The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b.The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c.The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 33 114 ITB # 04-25-01 PH Creek Debris Removal Services d.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e.The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f.The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i.Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B - Lower Tier Covered Transactions a.The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b.Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 34 115 ITB # 04-25-01 PH Creek Debris Removal Services Instructions for Certification (B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b.The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. e.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 35 116 117 118 119 ITB # 04-25-01 PH Creek Debris Removal Services SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (Bidder): ________________________________________________________ Project Name : Creek Debris Removal Services Project ITB #04-25-01 PH 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. • Placing qualified small and minority business and women’s business enterprises on solicitation lists. • Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. • Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. • Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd Zulu Marine Services, Inc. 39 120 121 122 42 12 3 43 12 4 SECTION H FLORIDA STATE CORPORATE FILING 125 Document Number FEI/EIN Number Date Filed State Status Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation ZULU MARINE SERVICES, INC Filing Information F22000001361 27-3600913 03/07/2022 NC ACTIVE Principal Address 7505 Waters Avenue, Ste. A-8 Savannah, GA 31406 Changed: 04/03/2024 Mailing Address 7505 Waters Ave Ste A8 Savannah, GA 31406 Changed: 03/08/2023 Registered Agent Name & Address URS AGENTS, LLC 3458 LAKESHORE DR. TALLAHASSEE, FL 32312 Name Changed: 10/27/2023 Address Changed: 10/27/2023 Officer/Director Detail Name & Address Title PD BATEY, JAMES RUSSELL 7505 WATERS AVE., STE A-8 SAVANNAH, GA 31406 Title DT D CFlorida Department of State 2/14/25, 11:17 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ZULUMA…1/2 45 126 BATEY, JAMES LEE 7505 WATERS AVE., STE A-8 SAVANNAH, GA 31406 Title S BATEY, MICHAEL ALEX 7505 WATERS AVE., STE A-8 SAVANNAH, GA 31406 Annual Reports Report Year Filed Date 2023 03/08/2023 2024 02/08/2024 2024 04/03/2024 Document Images 04/03/2024 -- AMENDED ANNUAL REPORT View image in PDF format 02/08/2024 -- ANNUAL REPORT View image in PDF format 10/27/2023 -- Reg. Agent Change View image in PDF format 03/08/2023 -- ANNUAL REPORT View image in PDF format 03/07/2022 -- Foreign Profit View image in PDF format Florida Department of State, Division of Corporations 2/14/25, 11:17 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ZULUMA…2/2 46 127 Creek Debris Removal Issued by: City of Winter Springs Date: 5/9/2025 Yolanda Agoglia President Looks Great Services of MS, inc. Kristian Agoglia Vice President Looks Great Services of MS, inc. Sean Hunt Executive Vice President Looks Great Services of MS, inc. Tel: 901-910-8560 Fax: 601-736-1924 seanhunt@looksgreatservices.com Adam Ham Regional Sales Director Looks Great Services of MS, inc. Tel: 601-303-2227 Fax: 601-736-1924 adamham@looksgreatservices.com Persons authorized to negotiate on the offeror’s behalf: Persons authorized as point of contact: Solicitation No. ITB #04-25-01 PH Offeror's name, address, telephone, and facsimile numbers: Looks Great Services of MS, Inc. 1501 Highway 13 North Columbia, MS 39429 Telephone: 601-736-0037 Fax: 601-736-1924 www.looksgreatservices.com Extent of Agreement with Terms: By fact of signature contained herein, Looks Great Services of Mississippi, Inc. agrees to the extent of the agreement with all terms, conditions and provisions included in the solicitation and agrees to furnish any or all items upon which prices are offered at the price set opposite each item. The proposal is in all respects fair and in good faith without collusion or fraud. Authorized signatures: Contractor’s DUNS Number: 05-769-6240 WBENC WOSB Number: WOSB210490 This proposal includes data that shall not be disclosed outside the City and shall not be duplicated, used, or disclosed--in whole or in part--for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of-or in connection with-the submission of this data, the City shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the City’s right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained on every page of this proposal; and use or disclosure of data contained on this sheet is subject to the restrictions on this, the title page of this proposal. 128 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 1 Table of Contents Table of Contents ...................................................................................................................................... 1 Section A – Bidder Information and Acknowledgement Form ............................................................... 2 Section C – Introduction Letter ................................................................................................................. 4 Letter of Transmittal ................................................................................................................................... 5 Executive Summary ................................................................................................................................... 6 Section D – Qualifications .......................................................................................................................... 7 Company Overview ................................................................................................................................... 8 Company Contacts .................................................................................................................................... 9 Letter of Bonding ..................................................................................................................................... 10 Certificate of Insurance ............................................................................................................................ 11 WBENC WOSB Certification ................................................................................................................... 12 Financial Capability ................................................................................................................................. 13 Recently Activated Contracts .................................................................................................................. 15 Recent Simultaneous Contract Experience ............................................................................................. 15 Large-Scale Past Performance ............................................................................................................... 17 Previous Disaster Work and Experience ................................................................................................. 18 References .............................................................................................................................................. 20 Letters of Recommendation .................................................................................................................... 21 Summary of Litigations & Legal Statements ........................................................................................... 28 Organizational Chart ................................................................................................................................ 29 Resumes.................................................................................................................................................. 30 LGS Equipment List ................................................................................................................................. 35 Subcontractors ........................................................................................................................................ 43 Subcontracting Plan ................................................................................................................................ 44 Conclusion ............................................................................................................................................... 46 Section E – Other Information ................................................................................................................. 47 Project Understanding & Scenarios ........................................................................................................ 48 Technical Approach ................................................................................................................................. 49 FEMA Public Assistance Program (Reimbursement Process) ............................................................... 52 Section F - Cost ......................................................................................................................................... 54 Section G – Mandatory Bid Forms .......................................................................................................... 56 Section H – Florida State Corporate Filing ............................................................................................. 79 129 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 2 Section A – Bidder Information and Acknowledgement Form 130 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 3 131 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 4 Section C – Introduction Letter 132 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 5 Letter of Transmittal May 7, 2025 RE: Creek Debris Removal Dear City of Winter Springs: Enclosed you will find the proposal for Looks Great Services of MS, Inc. (LGS). This response provides a concise, but detailed look at LGS and its debris operation experience and performance. The scope of work will vary and LGS will continue to work with the City to ensure that all items in the scope of work are handled in the most efficient way as to reduce the impact to the City’s residents. LGS will make it a top priority to continue to complete the work in a timely manner and in accordance with all local, state, and federal regulations. LGS remains committed to providing all necessary resources needed to perform the scope of work as per the specifications. LGS is also committed to maintaining any applicable licenses or certifications necessary. This proposal is in all respects fair and in good faith without collusion or fraud. LGS has a solid background and by submission of this proposal confirms that it has not performed substandard work. LGS has 20 years of experience in helping places like the City of Winter Springs recover from disasters. Having managed more than 200 contracts across the Eastern United States and Puerto Rico, LGS is adept in assembling successful recovery teams. In addition to LGS’ management team, an extensive cadre of local and national subcontractors, who are prequalified with LGS, are available to respond to the needs of the City. LGS understands the importance of having a knowledgeable team that is familiar with FEMA regulations and is adaptable to all requirements specified by the City. LGS will appoint dedicated team members to work with the City to provide technical assistance, operational methodology, and quality control. In addition, LGS management will oversee the DBE/MBE subcontractor utilization, local landfill coordination, and that environmental concerns and safety compliance remain a top priority. LGS meets or exceeds licensing and insurance requirements needed for these types of projects. Specifically, LGS has an aggregate of 100 million dollars in liability coverage and a 2-million-dollar environmental pollution policy. For convenience, a certificate of insurance has been included in this proposal. Looks Great Services takes great pride in the services it provides and looks forward to getting the opportunity to continue working with the City of Winter Springs and provide the same outstanding services. Sincerely, Kristian Agoglia Vice President Looks Great Services of MS, Inc. 133 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 6 Executive Summary In 1999 Looks Great Services, Inc. was founded in New York. The company has recruited, developed, and trained a team of individuals able to respond to client needs in a professional and courteous manner. In spring 2005, Looks Great Services of Charlotte was launched in North Carolina. In addition to the same services offered in New York, Charlotte added the manufacturing of vegetation products, such as mulch and topsoil, and moved into the land clearing/development industry. In spring 2010, Looks Great Services of MS was established opening operations in Columbia, MS and has the designation as a woman-owned small business. The increased demand for companies that provide utility line clearing as well as right-of- way clearing and maintenance in the mid-south region has allowed the company to continue its steady expansion to over 250 full-time employees. In 2024, Looks Great Services opened an office location in Dallas, Texas to further expand field operations. With locations in the Northeast, Mid-Atlantic and the Mid- South regions and 25 years of vegetative management experience, we are strategically positioned to provide vegetation services across the East Coast and beyond. In addition to the LGS equipment, we have pre-approved contractors which will provide immediate additional labor and equipment. We can quickly expand our services to over 1,000 pieces of equipment to meet the requirements necessary to handle any disaster. From destructive insects to winter ice damage, LGS is prepared to respond to situations anywhere in the United States. Our storm damage relief team is available to townships, cities, counties, and states. In cooperation with other professional organizations, today, LGS is continually asked to provide leadership, equipment, and personnel to aid in vegetation management. Services Provided by Looks Great Services  Pre-Disaster Management and Planning  FEMA Public Assistance Program Guidance  72 Hour Emergency Road Clearance  Vegetative Debris Removal (ROW & ROE)  C&D Debris Removal (ROW & ROE)  TDMS Management & Operation  Final Debris Disposal  Hazardous Tree Removal (Leaners)  Hazardous Tree Trimming (Hangers)  Stump Removals  Demolition  Sand Screening & Beach Restoration  Canal & Waterway Debris Removal  Vehicle & Watercraft Removal  White Goods Disposal  Household Hazardous Waste (HHW)  Aerial Video and Imagery Damage Survey (Drone) Looks Great Services Principals/Authorized Representatives Yolanda Agoglia, President 1501 Highway 13 North Columbia, MS 39429 Kristian Agoglia, Vice President 1501 Highway 13 North Columbia, MS 39429 134 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 7 Section D – Qualifications 135 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 8 Company Overview Synopsis Year Established: 1999 Current number of employees: 275 Bonding Capacity: $200 Million Successfully completed disaster projects: 250+ Experienced Management LGS has more than 250 full-time employees that are managed by several dozen professionals. These professions include degrees in Business and Finance, Occupational Safety, Biology, Emergency and Disaster Management, Construction Management, Land Management, Civil Engineering, Construction Engineering, Marketing, and Accounting. Members of management are also FEMA trained, NIMS trained, and OSHA Safety training. LGS has a wide array of experience in different geographical areas ranging from Maryland to Kansas and Texas to Florida, and even Puerto Rico. One of the core strengths of LGS’ management is its ability to adapt. One occasion was when a client in Mississippi did not have the local resources to operate its own landfill. LGS managed to hire a local subcontractor to provide oversight services and LGS self-performed the landfill operations. This accomplished multiple things that the client was ecstatic over: landfill operations were unimpeded, local minority subcontractor participation was utilized, and LGS brought a more positive economic impact to the client than was anticipated. LGS also has a strong commitment to safety. LGS has one of the lowest EMR ratings in its industry and prides itself on maintaining an exceptional safety record. LGS management instills a “Brother’s Keeper” mentality in its approach to safety. Rapid Mobilization With experience comes knowledge, and this has allowed LGS to evolve its deployment process. By streamlining and pre-planning, LGS can mobilize teams and equipment to predetermined staging areas until the storm passes. Post-storm, these teams can quickly begin assessing the damage and working closely with the client to put together a work plan. LGS can provide significant resources, equipment, and staff within 24 hours of a storm passing. For purposes of this RFP, LGS would deploy equipment and resources from its main office in Columbia. Financial Stability When it comes to finances, resources are not an obstacle for LGS. With a bonding capacity of 200 million dollars, working capital in excess of 20 million dollars, and the ability to cash-flow multiple projects simultaneously, LGS’ financial stability is without question solid. LGS also has the rare distinction of having no debt on any equipment or resources. TDSRS Final Haul-Out Monitor Tower 136 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 9 Company Contacts Company Information Looks Great Services of MS, Inc. Tel: 601-736-0037 Fax: 601-736-1924 bids@looksgreatservices.com Key Personnel Personnel Information Operations Manager Project Manager Kristian Agoglia Sean Hunt Corporate Vice President Executive VP of Emergency Response Additional Personnel Jerry Day Don Lucas Commercial Contracts Manager Debris Site Manager Melvin Sorto Max Elkins Field Operations Manager Executive Director of Contracting Tel: 631-326-7305 Tel: 601-408-9472 melvinsorto@looksgreatservices.com maxelkins@looksgreatservices.com Yolanda Agoglia Kristian Agoglia Sean Hunt Jerry Day Max Elkins Don Lucas Melvin Sorto 137 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 10 Letter of Bonding 138 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 11 Certificate of Insurance 139 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 12 WBENC WOSB Certification 140 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 13 Financial Capability 141 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 14 142 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 15 Recently Activated Contracts Customer Name Activation Date City of Waynesboro, Georgia – Hurricane Helene February 2nd, 2025 Union County, Kentucky – Ice Storm January 29th, 2025 Virginia Department of Transportation – Hurricane Helene January 5th, 2025 City of Oviedo, Florida – Hurricane Milton October 9th, 2024 City of Lake City, Florida – Hurricane Helene October 9th, 2024 Toombs County, Georgia – Hurricane Helene September 28th, 2024 Johnson County, Georgia – Hurricane Helene September 28th, 2024 Brooks County, Georgia – Hurricane Helene September 28th, 2024 Desoto Parish, Louisiana – Hurricane Beryl July 25th, 2024 City of Dallas, Texas – Hurricane Beryl July 19th, 2024 CenterPoint Energy, Houston, Texas – Hurricane Beryl July 10th, 2024 City of Oyster Creek, Texas – Hurricane Beryl July 10th, 2024 City of Bentonville, Arkansas – Tornado June 12th, 2024 Benton County, Arkansas – Tornado June 12th, 2024 City of Rogers, Arkansas – Tornado May 28th, 2024 City of Princeton, Kentucky – Tornado May 28th, 2024 Caldwell County, Kentucky – Tornado May 28th, 2024 Florida State University, Tallahassee, Florida – Tornado May 10th, 2024 Recent Simultaneous Contract Experience 2024 Florida, Arkansas, & Kentucky Tornadoes: On May 10th, Florida State University in Tallahassee, FL, was struck by three EF-2 tornadoes. Just sixteen days later, on May 26th, Rogers, AR, and Bentonville, AR, were both hit by an EF-2 tornado, while Caldwell County, KY, faced the devastation of an EF-3 tornado. In both instances, within hours of the storms passing, Looks Great Services personnel were on the road, mobilizing quickly to assist in disaster recovery and debris removal efforts. These powerful tornadoes generated over 2 million cubic yards of debris. 2023 Mississippi & Arkansas Tornadoes: On March 24th, 2023, an EF-4 tornado struck Amory, MS while other tornadoes struck the town of Winona, MS as well as Panola County, MS & Montgomery County, MS. LGS was awarded for all 4 projects. Recovery efforts began immediately following the award. All projects operational within 48 hours of Notice to Proceed. One week later, on March 31st, 2023, an EF-3 tornado struck Wynne, AR and Cross County, AR in which LGS was also awarded both projects. LGS responded immediately and was more than capable of handling multiple projects in multiple states utilizing internal crews, as well as pre-screened subcontractors led by a team of experienced LGS project managers. LGS far exceeded client expectations on all five projects delivering exceptional results maximizing FEMA reimbursement for all parties involved. LGS collected, processed, and disposed of over 1 million cubic yards of debris resulting from the devasting damages in all Counties/Cities impacted by the tornadoes. 2023 Alabama Tornadoes: Starting in January of 2023 LGS was awarded Eutaw, AL, Dallas County, AL, and Elmore County, AL when multiple tornadoes touched down throughout the State of Alabama. LGS was once again activated through 143 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 16 a cooperative County purchasing agreement through the Association of Alabama County Commissions of Alabama (ACCA). LGS performed all jobs simultaneously and was able to complete all projects successfully on time collecting over 300,000 cubic yards of debris along with the hazardous tree pruning and removals managing numerous disposal sites throughout the state. 2022 Hurricane Ian: Before Hurricane Ian made landfall LGS was initially activated and mobilized over 200 personnel, over 100 pieces of equipment, in place ready to assist for Florida Power & Light. LGS performed so highly that Florida Power & Light kept LGS assisting the restoration efforts throughout the duration of the initial activation. LGS was then activated as the prime contractor for the City of Oviedo, FL and was also staged prior to Hurricane Ian making landfall. LGS then performed the cleanup efforts including debris removal, tree trimming/removal, debris reduction, hauling, and more for the City of Oviedo once again exceeding expectations. Then, after Hurricane Ian made landfall LGS was asked to assist other entities throughout the entire State of Florida including Hardee County, FL, Seminole County, FL, New Smyrna, FL, Holly Hill, FL, Florida Department of Transportation in Hardee County, FL & Lee County, Fl as well as Florida New College. 2022 Tornadoes: LGS was awarded Caldwell County, Marshall County, Princeton, KY, Lincoln County, MS, and Hendersonville, TN in early 2022. By utilizing a combination of subcontractors and self-performing management and tree trimming, LGS jointly completed 5 contracts at one time. Collectively this amounted to more than 800,000 yards of debris in 3 separate states. LGS successfully completed all work on time and in accordance with all specifications.  2021 Hurricane Zeta: LGS holds the District 3 contract for the Association of County Commissions of Alabama, which contains 13 counties in this District. After Hurricane Zeta caused a significant amount of damage in this District, LGS was activated by 3 counties at the same time. With the help of local subcontractors, LGS collectively managed, hauled, reduced, and disposed of more than 400,000 yards of vegetative debris in Dallas, Marengo, and Wilcox Counties within a 4-month period. LGS successfully completed all work in a timely manner and in accordance with all specifications.  2020 Tornadoes: In 2020, one of the largest tornado outbreaks occurred in Mississippi. LGS was awarded 3 separate contracts by the MS Department of Transportation as well contracts with Jasper County, Jefferson Davis County, Lawrence County, Marion County, and Jones County. LGS simultaneously completed all these contracts within a 4-month period and collectively processed more than 550,000 CY of debris. LGS successfully completed all work in a timely manner and in accordance with all specifications.  2017 Hurricane Irma: In 2017, Hurricane Irma caused widespread damage in Florida, Georgia, and South Carolina. LGS was awarded 3 separate contracts by Florida: Florida City, Miami Shores, and El Portal. LGS simultaneously completed all these contracts within a 3-month period and collectively processed more than 225,000 CY of debris. LGS successfully completed all work in a timely manner and in accordance with all specifications 144 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 17 Large-Scale Past Performance Since 2001 LGS has been involved in FEMA reimbursed projects. LGS works in compliance with the law, the regulations, and FEMA’s codified policies regarding the FEMA Public Assistance (PA) Program. Below is a list of the individual FEMA contracts LGS has managed as the prime contractor that involved more than 250,000 CY of debris removed in the past 10 years. PROJECT DATE TOTAL CY TOTAL DOLLAR AMOUNT INVOICED FEDERAL REIMBURSEMENT AMOUNT CONTACT Toombs County, GA DR-4830-GA 9/26/2024 – Present 2,500,000 (to date) $71,155,556.00 (to date) TBD John Jones, County Administrator jjones.toombsco@bellsouth.net 912-526-3311 Johnson County, GA DR-4830-GA 9/26/2024 – Present 1,200,000 (to date) $11,077,476.39 TBD William Lindsey, County Manager wflindsey@johnsonco.org 478-864-5785 City of Rogers, AR DR-4788-AR 5/29/2024 – 9/5/2024 1,101,000 $15,507,400.00 TBD Greg Hines, Mayor ghines@rogersar.gov 479-936-1444 Benton County, AR DR-4788-AR 6/27/2024 – 9/5/2024 784,000 $12,150,645.00 TBD Barry Moehring, County Judge barry.moehring@bentoncountyar.gov 479-271-5767 City of Bentonville, AR DR-4788-AR 6/26/2024 – 9/1/2024 250,400 $4,223,348.00 TBD Stephanie Orman, Mayor sorman@bentonvillear.com 479-659-9383 City of Amory, MS DR-4697-MS 3/29/2023 – 12/13/2023 520,202 $8,180,915.18 $8,180,915.18 Corey Glenn, Mayor mayorglenn@cityofamoryms.com 662-256-5721 City of Wynne, AR DR-4698-AR 3/2/2023 – 6/20/2023 260,186 $3,660,345.87 $3,660,345.87 Jennifer Hobbs, Mayor jhobbs@cityofwynne.com 870-238-0027 Virginia DOT DR-04630 5/9/2022- 8/7/2022 463,695 $4,100,376.30 $4,100,376.30 Adam Medek, Project Director adam@medekcorp.com 913-439-9366 Caldwell County, KY DR-4630 12/15/2021- 4/16/2022 309,795 $2,431,930.21 $2,431,930.21 Jeff Boone, Magistrate Jeffboone@caldwellcourthouse.com 270-365-6660 Marshall County, KY DR-4630 12/22/2021 – 4/21/2022 539,410 $6,159,788.61 $6,159,788.61 Kevin Neal, Judge Executive Kevin.neal@marshallcountyky.gov 270-527-4750 Association of County Commissions of AL – Dallas, Marengo, and Wilcox Counties DR-4573 12/14/2020 – 4/16/2021 406,446 $6,913,884.04 $6,913,884.04 Heath Sexton, County Engineer hsexton@dallascounty-al.org 334-874-2503 Ken Atkins, County Engineer marengoengineer@bellsouth.net 334-295-2236 Puerto Rico DTOP DR-4339 12/2017 – 12/2020 319,320 $39,000,000.00 $39,000,000.00 Elias Tirado Huertas, Director etirado@dtop.pr.gov Nassau County, NY DR-4085 10/2012 – 5/2013 2,074,770 $60,398,300.00 $60,398,300.00 Richard Iadevaio, Superintendent riadevaio@nassaucountyny.gov 516-571-6824 Long Beach, NY DR-4085 10/2012 – 4/2013 455,000 $17,000,000.00 $17,000,000.00 Jim LaCarrubba, Commissioner jlacarrubba@longbeachny.org 516-431-1000 Nassau County, NY DR-4021 8/2011 – 1/2012 580,000 $6,697,200.00 $6,697,200.00 Richard Iadevaio, Superintendent riadevaio@nassaucountyny.gov 516-571-6824 145 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 18 Previous Disaster Work and Experience Since 2001, LGS has been involved in FEMA reimbursed projects. LGS works in compliance with the law, the regulations, and FEMA’s codified policies regarding the FEMA Public Assistance (PA) Program. Below is an additional comprehensive list of the FEMA contracts LGS has been a part of. These total over 1,000,000 leaners and hangers and more than 30 million cubic yards of debris removed. CLIENT NAME EVENT DATE PC = Prime PS = Prime Sub S = Sub CONTRACT AMOUNT C# = CONTRACT # PO # = PURCHASE ORDER # TO # = TASK ORDER# NTP = DATE City of Waynesboro, GA Hurricane Helene February 2025 PC TBD DR-4830 Union County, KY Ice Storm January 2025 PC TBD TBD City of Pinellas Park, FL Hurricane Milton October 2024 S $118,646.50 DR-4834 Hillsborough County, FL Hurricane Milton October 2024 S $21,428.50 DR-4834 New College & USF Hurricane Milton October 2024 S $907,777,.63 DR-4834 Bradenton-Sarasota International Airport Hurricane Milton October 2024 S $351,543.29 DR-4834 City of Oviedo, FL Hurricane Milton October 2024 PC $186,949.06 DR-4834 City of Lake City, FL Hurricane Helene September 2024 PC $22,730.00 DR-4828 Emanuel County, GA Hurricane Helene September 2024 S $820,428.00 (to date) DR-4830 Toombs County, GA Hurricane Helene September 2024 PC $71,155,556.00 (to date) DR-4830 Johnson County, GA Hurricane Helene September 2024 PC $5,533,566.00 (to date) DR-4830 Brooks County, GA Hurricane Helene September 2024 PC $2,500,000.00 DR-4830 Florida State University Hurricane Helene September 2024 PC $647,580.99 DR-4828 Arkansas DOT Tornado August 2024 PC $2,546,177.25 DR-4788 Arkansas DOT Tornado August 2024 PC $93,292.95 DR-4788 CenterPoint Energy Hurricane Beryl August 2024 S $2,685,364.00 112843468 City of Oyster Creek Hurricane Beryl August 2024 PC $161,164.00 DR-4798 Desoto Parish, LA Hurricane Beryl July 2024 PC $644,246.25 N/A City of Crandall, TX Storm Debris June 2024 PC $20,616.00 N/A City of Castlehills, TX Storm Debris June 2024 PC $408,360.00 N/A Benton County, AR Tornado June 2024 PC $12,150,644.98 082-2024 City of Bentonville, AR Tornado June 2024 PC $4,223,347.15 24-44 City of Rogers, AR Tornado May 2024 PC $13,762,133.82 DR-4788 City of Princeton, KY Tornado May 2024 PC $46,184.00 N/A Caldwell County, KY Tornado May 2024 PC $779,197.00 N/A 146 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 19 CLIENT NAME EVENT DATE PC = Prime PS = Prime Sub S = Sub CONTRACT AMOUNT C# = CONTRACT # PO # = PURCHASE ORDER # TO # = TASK ORDER# NTP = DATE City of Oviedo, FL Debris Removal April 2024 PC $52,030.00 240205 Florida State University Tornado April 2024 PC $1,468,245.00 6454-8 CLECO Power Tornado April 2024 S $386,470.00 N/A Desoto County, FL Stream Debris March 2024 S $6,607,101.00 N/A City of Round Rock, TX Debris Removal December 2023 PC $52,953.00 2023-350 Coastal Water Authority, TX Dam Debris Removal August 2023 PC $110,000.00 N/A Town of Flower Mound, Texas Debris Hauling November 2023 PC $163,313.00 2023-12-A City of Dallas, TX Debris Hauling November 2023 PC $3,138,779.00 BG23-00022387 Jasper County, MS Tornado September 2023 PC $506,231.25 N/A City of Hendersonville, TN Tornado September 2023 PC $329,990.40 N/A Panola County, MS Tornado April 2023 PC $343,625.00 DR-4697 City of Winona, MS Tornado April 2023 PC $456,918.51 DR-4697 Montgomery County, MS Tornado April 2023 PC $361,464.00 DR-4697 Cross County, AR Tornado March 2023 PC $562,552.05 N/A Virginia DOT Debris Removal March 2023 PC $5,849,483.00 N/A City of Eutaw, AL Tornado February 2023 PC $232,852.83 FEMA-4684-DR Dallas County, AL Tornado January 2023 PC $389,366.93 N/A Elmore County, AL Tornado January 2023 PC $446,107.93 FEMA-4684 DR Virginia DOT Snowstorm May 2022 S $10,000,000.00 49341-003 City of St. Louis, MO Straight- Line Wind April 2022 PS $152,152.00 N/A Tyndall AFB Hurricane Michael April 2022 PC EST: $750,000.00 BPA #FA481922Q0005 Hendersonville, TN Tornado February 2022 PC $146,303.55 DR-4630 Lincoln County, MS Hurricane Ida January 2022 PC $198,230.26 DR-4626 Caldwell County, KY Tornado January 2022 PC $852,301.97 DR-4630 Marshall County, KY Tornado January 2022 PC $4,807,883.24 DR-4630 Caldwell County, KY Tornado December 2021 PC $1,579,628.24 NTP 12.22.21 Marshall County, KY Tornado December 2021 PC $1,351,905.37 NTP 12.17.21 Southern Louisiana Electric Cooperative Hurricane Ida September 2021 PC $20,986,794.83 N/A Brookhaven, MS Hurricane Ida September 2021 PC $60,575.00 N/A 147 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 20 References 148 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 21 Letters of Recommendation 149 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 22 150 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 23 151 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 24 152 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 25 153 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 26 154 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 27 155 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 28 Summary of Litigations & Legal Statements Statement of Lawsuits This Statement is to confirm that Looks Great Services of MS, Inc. is not currently involved in any lawsuits and has not been involved in any lawsuits in the past fourteen (14) years in which LGS has been sued or was sued by any contractor’s clients. Also, there are not any judgements, claims, or audits pending or outstanding against Looks Great Services of MS, Inc. LGS confirms that there are not currently any litigations or arbitrations involving any public entity for any amount and have not been in any in the past fourteen (14) years. This Statement is to confirm that Looks Great Services of MS, Inc. does not currently have any employee involved as a plaintiff or defendant in any proceeding involving or arising out of such services in the past fourteen (14) years. Also, there are not any judgements, claims, or audits pending or outstanding against any employees of Looks Great Services of MS, Inc. Statement of Cancelations This Statement is to confirm that Looks Great Services of MS, Inc. has not had a contract canceled within the past fourteen (14) years. Conflicts of Interest Looks Great Services of MS, Inc., nor any of its employees thereof, certifies that it does not have any conflict(s) of interest, either direct or indirect, in connection with the services sought herein pursuant to Federal or State Law. License Sanctions Looks Great Services of MS, Inc., nor any of its employees thereof, certifies that it does not have any regulatory or agency license sanctions, either direct or indirect, in connection with the services sought. 156 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 29 Organizational Chart Yolanda Agoglia Kristian Agoglia Lochlin Samples Robin McMillon Teri Sanders Jennifer Bass Benjamin Ball Max Elkins Paul Pickett Sean Hunt Adam Ham Griffin Bush Anita Wilson Jerry Day Don Lucas Laura Hobgood Danielle Moore Tyler Broom Adam Faust Sean Simons Melvin Sorto Spencer Stovall Wesley Schoup Davis Harrison Randi Ownbey Llayne Hassell Alex Jimenez Hugo Espinoza Juan Fernandez Sebastian Martinez Carlos Maldonado Erick Melendez Gerson Meja Ramon Trejo David Luna 157 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 30 Resumes Yolanda Agoglia Professional Experience November 2010 – Present Looks Great Services of MS, Inc. President Formed Looks Great Services of MS, Inc. as majority owner and President. Since inception, participated daily in operations, lead management and administrative duties, and insured the standards of performance established are continually met by personnel. August 2010 – Present Looks Great Services, Inc. Secretary/Treasurer/Financial Manager Married and moved to New York. Became the Secretary-Treasurer/Financial Manager for Looks Great Services, Inc. Lead office management and administrative duties. Was actively involved in data reconciliation, accounts receivable, and accounts payable during Sandy in 2012-2013. August 2008 – August 2010 Jones Companies Chief Administrative Officer Managed office personnel and all administrative activities for three office locations housing seventeen Jones companies with the main operating companies being Jones Lumber Company, Dixie Mat Manufacturing, Jones Concrete, Jones Ready Mix, FiberVision, J B Transport, and Jones Brothers Trucking 1991 – August 2008 T.L. Wallace Construction, Inc. Job Cost Administrator/AP & Purchasing Manager Job cost accounting/budget maintenance - exported/imported/created/maintained job budgets in accounting software. Maintained/balanced revenue vs. cost, change orders, addendums, and supplemental agreements. Trained engineers and estimators to enter production quantities for each cost item and assisted with reporting. Accounts payable and hired truck payroll – weekly - included net 10 vendor accounts, expense reimbursements, contract laborers, credit cards, medical bills, fleet fuel card management, bulk fuel accounts, contribution/sponsorships, and lodging payables. 1099 processing and filing electronically to IRS and state. Excel and Word software - form designing and spreadsheet building. Trained estimating and accounting department on the company’s software. Estimating software - worked with support people to merge their technology with accounting software. Equipment management, maintenance, and reporting. Accounts receivable - progress billing, review paid-to-date units vs. production units. Time/billing. Document manager - implemented electronic documentation for all departments. Supply purchasing - oversaw an assistant to aid in this area. Payroll processing - oversaw coding of timesheets for proper labor cost accrual. Hurricane Katrina debris cleanup paperwork manager - payables and billings - worked directly with engineers for the MDOT and local city officials and worked indirectly with FEMA procedures. Responsible for organizing this effort and overseeing when audited by MEMA and FEMA. Implemented electronic purchase orders to be utilized by the shop, field, and office. Certifications MS State Art Educator License Attended Seminars for the following: Business Development, Leadership, & Explorer Accounting Software Education UNIVERSITY OF SOUTHERN MISSISSIPPI - Hattiesburg, MS - Bachelor of Fine Arts – 1999 158 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 31 Kristian Agoglia Professional Experience November 2010 - Present Looks Great Services of MS, Inc. Vice President Helped form Looks Great Services of MS, Inc. and participate daily in operations, lead management and procurement duties, and ensure the standards of performance established are continually met by personnel. Has been involved in more than 110 disaster projects since 2002, including simultaneously managing 10+ projects at one time during Sandy in 2012-2013, 5 contracts in 2017 during Hurricane Irma, 6 contracts in 2017 after a string of Mississippi tornadoes, and 11 contracts in 2020 after a tornado/straight-line wind outbreak. 1999 - Present Looks Great Services, Inc. CEO Since inception, as owner and CEO of LGS, participated daily in operations, lead management and administrative duties, and ensured the standards of performance established are continually met by personnel. 1990 - 1999 T&K Landscaping Company Partner Started a small landscaping and lawn maintenance business during high school years. Expanded into tree pruning, maintenance, and removal. Grew business steadily during the successful pursuit of bachelor's and master's degrees. Certifications ISA Certified Arborist ISA Certified Utility Arborist Specialist TCIA Certified Safety Professional EHAP Training Certified OSHA 10 Certification Education REGENT UNIVERSITY – Virginia Beach, VA – Master of Divinity – 1999 LIBERTY UNIVERSITY – Lynchburg, VA – Bachelor of Science – 1996 159 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 32 Sean Hunt Professional Experience April 2022 - Present Looks Great Services of MS, Inc. Executive Vice President/Project Manager Oversees all facets of Looks Great Services’ Emergency Response Division. Coordinates, delegates, and manages the entire life cycle – from procurement to active project closeout to ensure they are on time, within budget, and performed according to specifications. Has successfully completed over 70 disaster debris related contracts since starting with Looks Great Services in 2022. Currently overseeing 9 active disaster debris removal and disposal projects in response to Hurricane Helene and Hurricane Milton, ensuring projects meet timelines, budgets, and specifications in accordance with FEMA rules and guidelines. 2004 - 2022 Michael’s Tree and Loader Service, LLC CFO/Vice President Participated daily in operations, lead management and administrative duties, and ensured the standards of performance established are continually met by personnel. Managed 48 FEMA events including managing crews on multiple, simultaneous events, including 3 parishes during Hurricane Katrina, 3 cities in Connecticut in 2011 and crews on 5 contracts during Hurricane Sandy in 2012-2013. Exceedingly well versed in FEMA rules and guidelines. Certifications ISA Certified Arborist FEMA Debris Management Education CHRISTIAN BROTHERS UNIVERSITY – Memphis, TN – B.S. in Science in Biology – 2004 AMERICAN MILITARY UNIVERSTIY – Memphis, TN – M.S. in Emergency and Disaster Management – 2010 160 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 33 Don Lucas Professional Experience November 2012 - Present Looks Great Services of MS, Inc. Debris Site Manager Oversee the daily operations for Looks Great Services. Coordinates, delegates, and manages existing projects to ensure they are on time, within budget, and performed according to specifications. Specialized in logistics of material hauled onto and away from dump sites on a production-oriented schedule, and material reduction in Hurricane Sandy. Ensured proper size control and safety of handled material with management of full-scale equipment operations during Hurricane Sandy. Oversaw multiple dump sites after Hurricane Sandy that totaled over 1.1 million cubic yards of debris. Oversaw storm debris cleanup after the Louisville, MS tornado, Itawamba, MS tornado, and the Tupelo, MS tornado for the Mississippi Department of Transportation. Oversaw multiple dumpsites throughout 5 counties in Mississippi during a 2017 tornado outbreak and again in 2020 during a tornado/straight-line wind outbreak. In 2021, managed debris sites in 3 counties in Alabama after Hurricane Zeta. 2006 – November 2012 Joe McGee Construction Company Consultant Worked in conjunction with Vice President, Senior Engineer and Senior Estimator on bidding proposed projects. Responsible for locating necessary fill material sites for proposed projects. Researched all soils and existing landscapes and structures on all proposed projects. Coordinated scheduling of existing projects to ensure timely completion. Responsible for ensuring all project problems are identified and corrective measures are implemented. Worked alongside Senior Estimator to ensure that job costs do not exceed budgeted amounts. Worked closely with the Senior Engineer to ensure that all projects are being completed according to plans. Experienced in Federal design/build projects, working with government officials to create good relations and project success. 1974 – 2006 T.L. Wallace Construction Co., Inc. President Began early on as a Project Superintendent to eventually become President of the company. Beginning in 1986, responsibilities included overall company management, overseeing of projects, budgets, potential projects, bidding, personnel staffing, and equipment management. Contracted over $140 million worth of heavy highway construction projects under contract at one time with MDOT, ALDOT and LDOT. Managed approximately $800 million worth of construction projects with much of the work being with MDOT. Oversaw individual projects ranging from $1 million to $25 million. Managed a fleet of 150 pieces of heavy equipment. Initiated and coordinated remarkable hauling of dirt for Nissan site to include 78 trucks in two-mile haul and supporting equipment to place and compact dirt. Managed and coordinated Interstate 10 Emergency Bridge Replacement across Pascagoula River after Hurricane Katrina. Project was complete in 21 days, 10 days ahead of schedule. Certifications MDOT Storm Water Management Training Course Hazardous Materials Certification Trenching and Excavating Training CPR/First Aid/BBP/AED Certified OSHA 10/OSHA 30 Certification Education PEARL RIVER COMMUNITY COLLEGE – Poplarville, MS – A.A. in Mechanics – 1971 161 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 34 Melvin Sorto Professional Experience November 2001 - Present Looks Great Services, Inc. Field Operation Manager Began as an equipment operator from 2001-2004. Operated stump grinder, wheel loader, chip truck, whole tree chipper, and grapple truck. In 2004 became foreman and aerial lift operator. Beginning in 2006, became a contract administrator and field operation manager. Responsibilities include overseeing multiple crews across multiple existing jobs, coordinating and hiring crews for existing jobs, managing equipment fleet, pricing proposed contracts, business development, contract negotiations, and scheduling work. Has been involved in managing field crews on more than 100 FEMA contracts since 2002. Successfully lead field operations in 2018 in Puerto Rico after Hurricane Maria. 1998-2001 Tiff Co, Inc. Certifications EHAP Certification ATSA Certified Instructor Railroad Worker Certification First Aid/CPR Certified OSHA 10 Certification CDL Class A Max Elkins Professional Experience May 2023 - Present Looks Great Services of MS, Inc. Executive Director of Contracting Serves and oversees the bidding & estimating division to ensure the accuracy and efficiency of all processes, driving the company's success in securing contracts and maximizing profitability. Additionally, involved in the management of the utility division, handling contract negotiations, data collection, job cost accounting, and fostering strong customer relations. Current role extends to overseeing the financial data of 10 utility contracts spanning across the Southeast United States, ensuring meticulous financial management and strategic decision-making to achieve organizational objectives. January 2022 – May 2023 HORNE, LLP Auditor Responsibilities included performing detailed examinations of financial statements, transaction records, and internal control systems to ensure compliance with regulatory standards and company policies. Actively participated in planning audit procedures, including risk assessment and materiality determination, to tailor a unique approach to each client. Conducted fieldwork, gathering evidence through interviews, observation, and analysis, and documented my findings for review by managers and partners. Additionally, worked closely with clients to address any discrepancies or concerns, providing guidance on improving internal processes and controls. Education UNIVERSITY OF SOUTHERN MISSISSIPPI – Hattiesburg, MS – B.S. in Accountancy – 2022 162 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 35 LGS Equipment List With a fleet of hundreds of trucks and equipment, a staff of over 200 professionals, and four locations in New York, North Carolina, Texas, and Mississippi our vegetation management teams can activate at a moment’s notice. Mobile mechanics, housing units, and fueling equipment expedite the process and keep our team operational around-the-clock until the job is complete. No matter what type of equipment the job requires, LGS will have it ready and fully operational. COUNT DESCRIPTION YEAR MAKE MODEL OWNERSHIP 1 BOX TRUCK 2005 FREIGHTLINER M2 OWNED 2 BOX TRUCK 2007 FREIGHTLINER M2 OWNED 3 BUCKET TRUCK 2006 STERLING ACTERRA 4X4 OWNED 4 BUCKET TRUCK 2005 INTERNATIONAL 7300 4X4 OWNED 5 BUCKET TRUCK 2002 GMC C6500 OWNED 6 BUCKET TRUCK 2003 GMC C7500 OWNED 7 BUCKET TRUCK 2000 FORD F-750 OWNED 8 BUCKET TRUCK 2005 STERLING ACTERRA OWNED 9 BUCKET TRUCK 2004 FORD F-750 OWNED 10 BUCKET TRUCK 2005 INTERNATIONAL 4300 OWNED 11 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 12 BUCKET TRUCK 2007 INTERNATIONAL 7300 4X4 OWNED 13 BUCKET TRUCK 2006 INTERNATIONAL 4300 OWNED 14 BUCKET TRUCK 2013 INTERNATIONAL 4300 OWNED 15 BUCKET TRUCK 2005 INTERNATIONAL 7400 OWNED 16 BUCKET TRUCK 2005 INTERNATIONAL 7400 OWNED 17 BUCKET TRUCK 2014 FREIGTHLINER M2106 OWNED 18 BUCKET TRUCK 2003 GMC C7500 OWNED 19 BUCKET TRUCK 2014 FREIGHTLINER M2106 OWNED 20 BUCKET TRUCK 2003 INTERNATIONAL S30 OWNED 21 BUCKET TRUCK 2006 FORD F-750 OWNED 22 BUCKET TRUCK 2008 FORD F-750 OWNED 23 BUCKET TRUCK 2008 FORD F-750 OWNED 24 BUCKET TRUCK 2005 GMC C7500 OWNED 25 BUCKET TRUCK 2001 GMC C7500 OWNED 26 BUCKET TRUCK 2007 INTERNATIONAL 7300 4X4 OWNED 27 BUCKET TRUCK 2008 FORD F-750 OWNED 28 BUCKET TRUCK 2004 INTERNATIONAL 7300 4X4 OWNED 29 BUCKET TRUCK 2005 INTERNATIONAL 4300 OWNED 30 BUCKET TRUCK 2011 INTERNATIONAL 4300 OWNED 31 BUCKET TRUCK 2006 FORD F-750 OWNED 32 BUCKET TRUCK 2006 INTERNATIONAL 7300 OWNED 33 BUCKET TRUCK 2007 FORD F-750 OWNED 34 BUCKET TRUCK 2007 FORD F-750 4X4 OWNED 163 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 36 35 BUCKET TRUCK 2005 GMC C7500 OWNED 36 BUCKET TRUCK 2008 FORD F-750 4X4 OWNED 37 BUCKET TRUCK 2005 FORD F-750 4X4 OWNED 38 BUCKET TRUCK 2006 FORD F-750 OWNED 39 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 40 BUCKET TRUCK 2007 FORD F-750 4X4 OWNED 41 BUCKET TRUCK 2006 INTERNATIONAL 4300 OWNED 42 BUCKET TRUCK 2003 GMC C7500 OWNED 43 BUCKET TRUCK 2005 GMC C7500 OWNED 44 BUCKET TRUCK 2007 FORD F-750 OWNED 45 BUCKET TRUCK 2004 INTERNATIONAL 4300 OWNED 46 BUCKET TRUCK 2001 FORD F-750 OWNED 47 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 48 BUCKET TRUCK 2005 INTERNATIONAL 4300 OWNED 49 BUCKET TRUCK 2006 FORD F-650 OWNED 50 BUCKET TRUCK 2003 INTERNATIONAL 4200 OWNED 51 BUCKET TRUCK 2005 INTERNATIONAL 7300 4X4 OWNED 52 BUCKET TRUCK 2011 FREIGHTLINER M2106 4X4 OWNED 53 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 54 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 55 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 56 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 57 BUCKET TRUCK 2003 STERLING ACTERRA OWNED 58 BUCKET TRUCK 2006 INTERNATIONAL 4300 OWNED 59 BUCKET TRUCK 2007 INTERNATIONAL 4300 OWNED 60 BUCKET TRUCK 2005 FORD F750 4X4 OWNED 61 BUCKET TRUCK 2006 GMC C7500 OWNED 62 BUCKET TRUCK 2009 INTERNATIONAL 7300 4X4 OWNED 63 BUCKET TRUCK 2009 INTERNATIONAL 4300 4X2 OWNED 64 BUCKET TRUCK 2008 INTERNATIONAL 4300 OWNED 65 BUCKET TRUCK 2007 FORD F750 OWNED 66 BUCKET TRUCK 2007 FORD F750 OWNED 67 BUCKET TRUCK 2005 INTERNATIONAL 4300 OWNED 68 BUCKET TRUCK 2005 INTERNATIONAL 4300 OWNED 69 BUCKET TRUCK 2007 INTERNATIONAL 5600 OWNED 70 BUCKET TRUCK 2011 FORD F750 OWNED 71 BUCKET TRUCK 2006 FORD F650 OWNED 72 BUCKET TRUCK 2006 FORD F650 OWNED 73 BUCKET TRUCK 2009 INTERNATIONAL 4300 OWNED 74 BUCKET TRUCK 2012 FORD F750 OWNED 75 BUCKET TRUCK 2007 INTERNATIONAL 7300 OWNED 76 BUCKET TRUCK 2022 INTERNATIONAL HV507 SFA 4X4 OWNED 77 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 78 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 79 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 80 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 81 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 82 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 83 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 84 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 85 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 86 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 87 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 88 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 89 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 90 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 91 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 164 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 37 92 BUCKET TRUCK 2023 FREIGHTLINER M2106 4X2 OWNED 93 BUCKET TRUCK 2021 FREIGHTLINER M2106 OWNED 94 BUCKET TRUCK 2021 FREIGHTLINER M2106 OWNED 95 BUCKET TRUCK 2021 FREIGHTLINER M2106 OWNED 96 BUCKET TRUCK 2021 FREIGHTLINER M2106 OWNED 97 BUCKET TRUCK 2021 FREIGHTLINER M2106 OWNED 98 CHIP TRUCK 1999 STERLING L-SERIES OWNED 99 CHIP TRUCK 2000 FORD F650 OWNED 100 CHIP TRUCK 2004 STERLING L-SERIES OWNED 101 CHIP TRUCK 2001 CHEVY C-7500 OWNED 102 CHIP TRUCK 1995 INTL 4700 OWNED 103 CHIP TRUCK 2000 FORD F450 OWNED 104 CHIP TRUCK 1999 INTL 4700 OWNED 105 CHIP TRUCK 2000 INTL 4700 OWNED 106 CHIP TRUCK 1999 INTL 4700 OWNED 107 CHIP TRUCK 2003 FORD F550 OWNED 108 CHIP TRUCK 2011 CHEVY 3500HD OWNED 109 CHIP TRUCK 2009 CHEVY 3500HD OWNED 110 CHIP TRUCK 2005 INTL 4200 OWNED 111 CHIP TRUCK 2005 GMC C5500 OWNED 112 CHIP TRUCK 2004 GMC C5500 OWNED 113 CHIP TRUCK 2005 GMC C5500 OWNED 114 CHIP TRUCK 2007 FORD F550 OWNED 115 CHIP TRUCK 2006 GMC 6500 OWNED 116 CHIP TRUCK 2006 FORD F350 4X4 OWNED 117 CHIP TRUCK 2006 GMC C5500 OWNED 118 CHIP TRUCK 2011 FORD F550 4X4 OWNED 119 CHIP TRUCK 2010 FORD F550 4X4 OWNED 120 CHIP TRUCK 2006 GMC C8500 OWNED 121 CHIP TRUCK 2006 FORD F650 OWNED 122 CHIP TRUCK 2003 INT'L 4200 VT365 4X2 OWNED 123 CHIP TRUCK 2011 FORD F550 OWNED 124 CHIP TRUCK 2012 FORD F550XL OWNED 125 CHIP TRUCK 2008 FORD F550XL OWNED 126 CHIP TRUCK 2007 FORD F550 OWNED 127 CHIP TRUCK 2011 FORD F450XL OWNED 128 CHIP TRUCK 2011 FORD F350XL OWNED 129 CHIP TRUCK 2002 INTERNATIONAL 4700 OWNED 130 CHIP TRUCK 2006 FORD F650 OWNED 131 CHIP TRUCK 2005 FORD F650 OWNED 132 CHIP TRUCK 2010 INTERNATIONAL 4300 OWNED 133 CHIP TRUCK 2008 INTERNATIONAL 4300 OWNED 134 CHIP TRUCK 2010 INTERNATIONAL 4300 OWNED 135 CHIP TRUCK 2005 INTERNATIONAL 4200 OWNED 136 CHIP TRUCK 2001 INTERNATIONAL 4700 OWNED 137 CHIP TRUCK 2014 DODGE 5500 OWNED 138 CHIP TRUCK 2014 DODGE 5500 OWNED 139 CHIP TRUCK 2014 DODGE 5500 OWNED 140 CHIP TRUCK 2014 DODGE 5500 OWNED 141 CHIP TRUCK 2014 DODGE 5500 OWNED 142 CHIP TRUCK 2014 DODGE 5500 OWNED 143 CHIP TRUCK 2014 DODGE 5500 OWNED 144 CHIPPER 12” 2003 BRUSH BANDIT 200 OWNED 145 CHIPPER 12” 2004 WOODCHUCK WC1200 OWNED 146 CHIPPER 12” 2004 ALTEC DC1217 OWNED 147 CHIPPER 12” 2004 WOODCHUCK WC1200 OWNED 148 CHIPPER 12” 2004 WOODCHUCK WC1200 OWNED 165 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 38 149 CHIPPER 12” 2013 ALTEC CFD1217 OWNED 150 CHIPPER 12” 2013 ALTEC CFD1217 OWNED 151 CHIPPER 12” 2013 ALTEC CFD1217 OWNED 152 CHIPPER 12” 2013 ALTEC CFD1217 OWNED 153 CHIPPER 12” 2004 MORBARK 12B OWNED 154 CHIPPER 12” 2004 MORBARK 12B OWNED 155 CHIPPER 12” 2008 ALTEC CFD1217 OWNED 156 CHIPPER 12” 2009 MORBARK M12R OWNED 157 CHIPPER 12” 2006 MORBARK 12B OWNED 158 CHIPPER 12” 2010 ALTEC CFD1217 OWNED 159 CHIPPER 12” 2010 ALTEC CFD1217 OWNED 160 CHIPPER 12” 2012 ALTEC CFD1217 OWNED 161 CHIPPER 12” 2012 ALTEC CFD1217 OWNED 162 CHIPPER 12” 2002 MORBARK 2012D-02 OWNED 163 CHIPPER 12” 2010 ALTEC CFD1217 OWNED 164 CHIPPER 12” 2012 ALTEC CFD1217 OWNED 165 CHIPPER 12” 2012 ALTEC CFD1217 OWNED 166 CHIPPER 12” 2011 ALTEC CFD1217 OWNED 167 CHIPPER 12” 2013 VERMEER BC1000XL OWNED 168 CHIPPER 12” 2013 VERMEER BC1000XL OWNED 169 CHIPPER 14” 2009 MORBARK BEEVER M14R OWNED 170 CHIPPER 15” 2004 BRUSH BANDIT INTIMIDATOR 1590 OWNED 171 CHIPPER 18” 2012 BRUSH BANDIT 1590XP OWNED 172 CHIPPER 18” 2003 MORBARK 2400XL OWNED 173 CHIPPER 18” 2004 MORBARK 2400XL OWNED 174 CHIPPER 18” 2006 MORBARK 2400XL OWNED 175 CHIPPER 18” 2007 MORBARK 2400XL OWNED 176 CHIPPER 18” 2006 MORBARK 18 OWNED 177 CHIPPER 18” 2008 ALTEC DC1820 OWNED 178 CHIPPER 18” 2008 BRUSH BANDIT 1890XP OWNED 179 CHIPPER 18” 2008 BRUSH BANDIT 1890XP OWNED 180 CHIPPER 18” 2005 MORBARK HURRICANE 18 OWNED 181 CHIPPER 20” 2005 BANDIT 2090 OWNED 182 DUMP TRUCK 2005 GMC C4500 OWNED 183 DUMP TRUCK 1999 INTERNATIONAL 4700 OWNED 184 DUMP TRUCK 2003 INTERNATIONAL 4300 DEBRIS OWNED 185 DUMP TRUCK 2002 INTERNATIONAL 4900 OWNED 186 DUMP TRAILER 2006 GREAT LAKES TR2450DC OWNED 187 DUMP TRAILER 2006 GREAT LAKES TR2450DC OWNED 188 EXCAVATOR 2006 CATERPILLAR 325 CL OWNED 189 EXCAVATOR 1997 JOHN DEERE 892 ELC OWNED 190 EXCAVATOR 2015 CATERPILLAR 305 OWNED 191 EXCAVATOR 2019 CATERPILLAR 313 OWNED 192 FORK LIFT 2000 CATERPILLAR DP40K OWNED 193 FORK LIFT 1998 CLARK DPH60PK OWNED 194 FORK LIFT 2000 KOMATSU FG30HTLP-12 OWNED 195 GRAPPLE TRUCK 2007 STERLING LT9513 OWNED 196 GRAPPLE TRUCK 2007 STERLING LT9513 OWNED 197 GRAPPLE TRUCK 2006 STERLING LT9513 OWNED 198 GRAPPLE TRUCK 2005 STERLING LT9513 OWNED 199 GRAPPLE TRUCK 2006 STERLING LT9513 OWNED 200 GRAPPLE TRUCK 2006 STERLING LT9513 OWNED 201 GRAPPLE TRUCK 2007 STERLING LT9513 OWNED 202 GRAPPLE TRUCK 2005 INTERNATIONAL 4300 OWNED 203 GRAPPLE TRUCK 2005 INTERNATIONAL 7300 OWNED 204 GRAPPLE TRUCK 2009 INTERNATIONAL 7300 OWNED 205 GRAPPLE TRUCK 2006 INTL 7400 OWNED 166 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 39 206 GRAPPLE TRUCK 2012 FREIGHTLINER M2 OWNED 207 GRAPPLE TRUCK 2007 STERLING LT9500 OWNED 208 GRAPPLE TRUCK 2009 INTL 7400 OWNED 209 GRAPPLE TRUCK 2021 PETERBILT 567 OWNED 210 GRAPPLE TRUCK 2007 ISUZU OWNED 211 HYDRO-AX 2005 HYDRO-AX 721E OWNED 212 HYDRO-AX 2002 HYDRO-AX 721E OWNED 213 BRUSH CUTTER 2018 KERSHAW KLEARWAY 500 OWNED 214 BRUSH CUTTER 2003 KERSHAW KLEARWAY 500 OWNED 215 BRUSH CUTTER 2023 KERSHAW KLEARWAY 500 OWNED 216 LEAF LOADER 2006 GIANT VAC. 65HD OWNED 217 LOADER 2005 CATERPILLAR 252B OWNED 218 LOADER/SKID STEER 2008 BOBCAT MT55 OWNED 219 LOADER/SKID STEER 2012 CATERPILLAR 299C OWNED 220 LOADER/SKID STEER 2012 CATERPILLAR 289C OWNED 221 LOADER/SKID STEER 2021 CAT 289D3 OWNED 222 LOADER/SKID STEER 2021 CAT 299D3 OWNED 223 LOADER/SKID STEER 2021 CAT 289D3 OWNED 224 LOADER/SKID STEER 2022 CAT 299D3 OWNED 225 LOADER/SKID STEER 2022 CAT 259D OWNED 226 LOG SPLIT 2006 RAYCO LS2526 OWNED 227 MECHANIC TRUCK 2005 CHEVROLET C5500 OWNED 228 MECHANIC TRUCK 2007 CHEVROLET 3500HD OWNED 229 MECHANIC TRUCK 2008 DODGE D3500 OWNED 230 MECHANIC TRUCK 2012 DODGE 4500HD OWNED 231 MECHANIC TRUCK 2001 FORD F-750 OWNED 232 MECHANIC TRUCK 2008 FORD 450XL OWNED 233 MECHANIC TRUCK 1999 GMC C7500 OWNED 234 MECHANIC TRUCK 2013 DODGE RAM 5500 OWNED 235 MECHANIC TRUCK 2015 DODGE RAM 5500 OWNED 236 MECHANIC TRUCK 2012 DODGE RAM 5500 OWNED 237 MECHANIC TRUCK 2010 DODGE RAM 5500 4X4 OWNED 238 MECHANIC TRUCK 2007 FORD F750 OWNED 239 MECHANIC TRUCK 2017 DODGE RAM 5500 OWNED 240 MECHANIC TRUCK 2017 FORD F550XL OWNED 241 MECHANIC TRUCK 2016 CHEVROLET SILVERADO 3500HD OWNED 242 PAY LOADER 1990 CASE W14C OWNED 243 PAY LOADER 2003 KOMATSU WA450-5L OWNED 244 PICK-UP 2001 FORD F-450 OWNED 245 PICK-UP 1999 FORD F-550 BOX TRUCK OWNED 246 PICK-UP 2000 GMC C6500 OWNED 247 PICK-UP 2006 CHEVY SUBURBAN OWNED 248 PICK-UP 2011 CHEVY 2500HD OWNED 249 PICK-UP 2012 FORD F150XL OWNED 250 PICK-UP 2008 FORD F150 4X4 OWNED 251 PICK-UP 2005 FORD F250 4X4 OWNED 252 PICK-UP 2008 DODGE D1500 OWNED 253 PICK-UP 2008 CHEVROLET C1500 OWNED 254 PICK-UP 2007 FORD F150 OWNED 255 PICK-UP 1994 AM GENERAL M998 HUMVEE OWNED 256 PICK-UP 2009 FORD RANGER EXT. CAB OWNED 257 PICK-UP 2007 CHEVROLET TAHOE OWNED 258 PICK-UP 2013 DODGE RAM 2500 OWNED 259 PICK-UP 2012 DODGE RAM 2500 OWNED 260 PICK-UP 2008 FORD F250 XL OWNED 261 PICK-UP 2008 CHEVROLET 1500 4X4 OWNED 262 PICK-UP 2011 FORD 250XL CREW CAB OWNED 167 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 40 263 PICK-UP 2004 FORD EXCURSION 4X4 OWNED 264 PICK-UP 2018 CHEVROLET TAHOE OWNED 265 PICK-UP 2018 GMC 2500 CREW OWNED 266 PICK-UP 2018 GMC 2500 CREW OWNED 267 PICK-UP 2012 CHEVROLET 1500 SILVERADO CR OWNED 268 PICK-UP 2008 CHEVROLET C2500HD OWNED 269 PICK-UP 2007 CHEVROLET C2500HD OWNED 270 PICK-UP 2013 CHEVROLET K1500 SUBURBAN OWNED 271 PICK-UP 2015 CHEVROLET SILVERADO 3500HD OWNED 272 PICK-UP 2013 CHEVROLET SILVERADO 2500HD OWNED 273 PICK-UP 2013 CHEVROLET SILVERADO 2500HD OWNED 274 PICK-UP 2012 CHEVROLET SILVERADO 2500HD OWNED 275 PICK-UP 2012 CHEVROLET SILVERADO 2500HD OWNED 276 PICK-UP 2014 CHEVROLET K1500 4X4 OWNED 277 PICK-UP 2011 CHEVROLET 2500 4X4 OWNED 278 PICK-UP 2007 FORD F550 FLATBED OWNED 279 PICK-UP 2019 GMC YUKON XL OWNED 280 PICK-UP 2015 FORD F250 OWNED 281 PICK-UP 2013 FORD F250 OWNED 282 PICK-UP 2014 CHEVROLET 1500 OWNED 283 PICK-UP 2014 CHEVROLET 1500 OWNED 284 PICK-UP 2019 GMC SIERRA 2500 OWNED 285 PICK-UP 2012 CHEVROLET TAHOE OWNED 286 PICK-UP 2008 GMC K2500 4X4 OWNED 287 PICK-UP 2019 CHEVROLET 2500HD OWNED 288 PICK-UP 2010 FORD F150XL OWNED 289 PICK-UP 2021 FORD F250 SUPER DUTY OWNED 290 PICK-UP 2021 GMC YUKON OWNED 291 PICK-UP 2021 CHEVROLET TAHOE OWNED 292 PICK-UP 2015 CHEVROLET SILVERADO 3500HD OWNED 293 PICK-UP 2019 CHEVROLET SILVERADO 2500HD OWNED 294 PICK-UP 2019 CHEVROLET SILVERADO 1500 OWNED 295 PICK-UP 2021 CHEVROLET SILVERADO 2500HD OWNED 296 PICK-UP 2003 FORD F150 OWNED 297 PICK-UP 2021 CHEVROLET SILVERADO 2500HD OWNED 298 PICK-UP 2019 FORD F150 OWNED 299 PICK-UP 2021 GMC SIERRA 1500 OWNED 300 PICK-UP 2021 FORD F350 SUPER DUTY OWNED 301 PICK-UP 2016 CHEVROLET TAHOE OWNED 302 PICK-UP 2016 CHEVROLET TAHOE OWNED 303 PICK-UP 2022 GMC SIERRA 2500HD OWNED 304 PICK-UP 2022 GMC YUKON OWNED 305 PICK-UP 2021 CHEVROLET SILVERADO 2500HD OWNED 306 PICK-UP 2022 DODGE RAM 3500 OWNED 307 PICK-UP 2022 CHEVROLET TAHOE OWNED 308 PICK-UP 2022 GMC YUKON OWNED 309 PRESSURE WASHER 2013 EASY KLEEN MAGNUM 4000 OWNED 310 PRESSURE WASHER 2004 NORTH STAR GX OWNED 311 ROLL OFF 2005 STERLING LT9513 OWNED 312 ROLLBACK 2008 FORD F-550XL OWNED 313 ROLLBACK 2001 FREIGHTLINER M2 OWNED 314 SAND BLASTER 2014 DB1500 DB1500 OWNED 315 SCISSOR LIFT 2001 JLG 33RTS OWNED 316 SEMI-TRACTOR 2002 PETERBILT 378 OWNED 317 SEMI-TRACTOR 1990 PETERBILT 379 OWNED 318 SEMI-TRACTOR 2006 STERLING A9500 OWNED 319 SEMI-TRACTOR 2004 PETERBILT 379 OWNED 168 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 41 320 SEMI-TRACTOR 2015 MACK CHU613 OWNED 321 SHREDDER 2012 KOMPTECH 6000 OWNED 322 SHREDDER 2012 KOMPTECH 5000 OWNED 323 SIDE BY SIDE 2008 KUBOTA RTV1100 OWNED 324 SIDE BY SIDE 2008 KUBOTA RTV1100 OWNED 325 SIDE BY SIDE 2008 KUBOTA RTV1100 OWNED 326 SIDE BY SIDE 2008 KUBOTA RTV1100 OWNED 327 SIDE BY SIDE 2008 KUBOTA RTV1100 OWNED 328 SKID SPRAYER 2006 H&H FARM 200GAL OWNED 329 SKYTRIM 2004 JARRAFF CRAWLER WD CH OWNED 330 SKYTRIM 2008 JARRAFF 75' OWNED 331 SKYTRIM 2008 JARRAFF 75' OWNED 332 SKYTRIM 2010 JARRAFF 75' OWNED 333 SKYTRIM 2003 KERSHAW SKYTRIM 75X OWNED 334 SKYTRIM 2004 KERSHAW SKYTRIM 75X OWNED 335 SKYTRIM 2005 KERSHAW SKYTRIM 75X OWNED 336 SKYTRIM 2006 KERSHAW SKYTRIM 75X OWNED 337 SKYTRIM 2007 KERSHAW SKYTRIM 75 OWNED 338 SKYTRIM 2009 KERSHAW SKYTRIM 75-G2 OWNED 339 SKYTRIM 2009 KERSHAW SKYTRIM 75-G2 OWNED 340 SKYTRIM 2010 KERSHAW SKYTRIM 75X OWNED 341 SKYTRIM 2010 KERSHAW SKYTRIM 75-G2 OWNED 342 SKYTRIM 2010 KERSHAW SKYTRIM 75-G2 OWNED 343 SKYTRIM 2011 KERSHAW SKYTRIM 75-G2 OWNED 344 SKYTRIM 2012 KERSHAW SKYTRIM 75-G2 OWNED 345 SKYTRIM 2007 KERSHAW SKYTRIM 75X OWNED 346 SKYTRIM 2009 JARRAFF 75’ OWNED 347 SKYTRIM 2010 KERSHAW 75-G2 OWNED 348 SKYTRIM 2009 JARRAFF 75’ OWNED 349 SKYTRIM 2009 JARRAFF 75' OWNED 350 SKYTRIM 2006 JARRAFF 75’ OWNED 351 SKYTRIM 2011 KERSHAW 75' OWNED 352 SKYTRIM 2011 KERSHAW 75' OWNED 353 SKYTRIM 2014 KERSHAW 75' OWNED 354 SPRAY RIG 1988 INTERNATIONAL S SERIES (1800) OWNED 355 SPRAY RIG 2006 STERLING ACTERRA OWNED 356 SPRAY RIG 2006 STERLING ACTERRA OWNED 357 STUMP GRINDER 2007 MORBARK D52SP OWNED 358 STUMP GRINDER 2006 RAYCO SUPER RG50 OWNED 359 STUMP GRINDER 2007 RAYCO RG90 OWNED 360 STUMP GRINDER 2013 RAYCO RG100X OWNED 361 STUMP GRINDER 2021 RAYCO RG165T-R RRC OWNED 362 SWEEPER/BROOM 2005 TERRAMITE TSS38 OWNED 363 TRACK LOADER 2005 CATERPILLAR 287B OWNED 364 TRACK LOADER 2006 CATERPILLAR 257B OWNED 365 TRACTOR 2011 JOHN DEERE 6330 OWNED 366 TRACTOR 2003 NEW HOLLAND TB100 OWNED 367 TRACTOR 2003 NEW HOLLAND TB100 OWNED 368 TRACTOR 2005 NEW HOLLAND TV145 OWNED 369 TRACTOR 2007 NEW HOLLAND TV145 OWNED 370 TRACTOR 2007 NEW HOLLAND TV145 OWNED 371 TRACTOR 2008 NEW HOLLAND TB120 OWNED 372 TRACTOR 2008 NEW HOLLAND TB120 OWNED 373 TRACTOR 2008 NEW HOLLAND TB120 OWNED 374 TRACTOR 2008 NEW HOLLAND TB120 OWNED 375 TRACTOR 2010 NEW HOLLAND TS6030 OWNED 376 TRACTOR 2010 NEW HOLLAND TS6030 OWNED 169 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 42 377 TRACTOR 2005 NEW HOLLAND TV145 OWNED 378 TRACTOR 2011 NEW HOLLAND TS6030 OWNED 379 TRACTOR 2011 NEW HOLLAND TS6030 OWNED 380 TRACTOR 2010 JOHN DEERE 6330 OWNED 381 TRACTOR 2007 JOHN DEERE 6415 OWNED 382 TRACTOR 2011 JOHN DEERE 6330 OWNED 383 TRACTOR 2010 JOHN DEERE 6330 OWNED 384 TRACTOR 2003 NEW HOLLAND TB110 OWNED 385 TRACTOR 2012 NEW HOLLAND TS6.120 OWNED 386 TRACTOR ALAMO MOWER 2007 NEW HOLLAND TS115A OWNED 387 TRAILER 2012 CARRYON WGWATV OWNED 388 TRAILER 1995 DOOLITTLE 12' LANDSCAPE OWNED 389 TRAILER 2010 TIGER 18 BP OWNED 390 TRAILER 1985 ROAD SYSTEMS 28' PUP OWNED 391 TRAILER (10 TON) 2005 TOWMASTER T20 OWNED 392 TRAILER (12 TON) 2004 ALL PRO IMPERIAL OWNED 393 TRAILER (12 TON) 1999 BUTLER B-2421-A OWNED 394 TRAILER (20' CONTAINER) 1976 ALLI CB7 SE OWNED 395 TRAILER (20' CONTAINER) 1971 GIND 801 SE OWNED 396 TRAILER (5 TON) 2005 CONTRAIL C10 OWNED 397 TRAILER (55 TON) 2004 TALBERT T4DW55SAHBG1T1 OWNED 398 TRAILER (JOB SITE/OFFICE) 1996 GREAT DANE JOB SITE/OFFICE OWNED 399 TRAILER (LOW BOY) 1976 ROGERS 40 TON OWNED 400 TRAILER (STEP DECK) 2014 FONTAINE HCVSD22TAF OWNED 401 WHEEL LOADER 2005 CATERPILLAR 252B OWNED 170 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 43 Subcontractors In addition to the LGS equipment listed above, we have local and national pre-positioned contractors which will provide immediate additional labor and equipment. Pre-approved Subcontractors  Michael Tree and Loader Service, LLC. Memphis, TN  Willis Recovery, LLC Chester, SC  Beeghly Tree, LLC Somerset, PA  Contaminant Control Inc. Hope Mills, NC  Medek Enterprises, LLC Mechanicsville, VA  Mid-Atlantic Tree Service, LLC Toano, VA  H2 Construction, Inc. Waverly, MO  Timberlane Tree and Landscaping, LLC Charlotte Court House, VA LGS has over 100 other pre-approved subcontractors available from across the United States. LGS has access to over a thousand pieces of equipment and a labor force in the hundreds from subcontractors from around the country. The following list is supplied showing resources available from the specific subcontractors listed above:  125 Knuckle Boom Self Loaders 50+ CY capacity  8 Vegetation Grinders with 250 CY per hour capabilities  35 Pay loader 3 CY capacity or larger  100 Aerial Tree Trim Bucket Trucks  6 Sand Screening Plants  8 off road Dump Trucks  20 Skid Steer Loaders  20 Walking Floor Mulch Trailers  15 Excavators 45,000 lbs. equivalent or larger  6 Mechanic Support Trucks  Street Sweeping Units  Dust Suppression Water Trucks  Roll off Container Trucks with multiple Drop Containers  35 Brush Chippers 12-inch capacity or greater  35 Chipper Dump Trucks 171 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 44 Subcontracting Plan Corporate Policy As a Woman-Owned Small Business and DBE, Looks Great Services of MS, Inc. (LGS), in efforts to ensure compliance with FAR Part 19, although as a small business we are not required to do so, and in anticipation of similar requirements as are contained in this solicitation, has previously developed this Local and Small Business Participation Plan (LSBPP) for implementation during operations. This LSBPP shall be made part of and included in any subsequent subcontracts let by LGS where FAR Part 19 applies. In conjunction with this LSBPP, for each contract subject to the FAR, LGS shall develop a contract specific Small Business Subcontracting Plan (SBSP) to ensure compliance and make each subsequent SBSP be attached hereto as a supplement to this LSBPP. LGS’ corporate policy is that all business, whether large or small, be afforded an opportunity for full participation in the free enterprise system, and to implement this policy, LGS is committed to promoting full and equitable participation by qualified small business in the provision of goods and services to City of Winter Springs through subcontract to LGS. In compliance with FAR Part 19, the LSBPP includes, at a minimum: 1) Each subcontracting plan required under 19.702(a)(1) and (2) must include – i) Separate percentage goals for using small business concerns and small disadvantaged business concerns as subcontractors; ii) The name of an individual employed by the offeror who will administer the offeror's subcontracting program, and a description of the duties of the individual; iii) A description of the efforts the offeror will make to ensure that small business concerns and small disadvantaged business concerns will have an equitable opportunity to compete for subcontracts; iv) Assurances that the offeror will include the clause at 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (see 19.708(b)), in all subcontracts that offer further subcontracting opportunities, and that the offeror will require all subcontractors (except small business concerns) that receive subcontracts in excess of $500,000 ($1,000,000 for construction) to adopt a plan similar to the plan required by the clause at 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan (see 19.708 (c)); v) Assurances that the offeror will (i) cooperate in any studies or surveys as may be required, (ii) submit periodic reports in order to allow the Government to determine the extent of compliance by the offeror with the subcontracting plan, and (iii) submit Standard Form (SF) 294, Subcontracting Report for Individual Contracts, and SF 295, Summary Subcontract Report, in accordance with the instructions on the forms. vi) A recitation of the types of records the offeror will maintain to demonstrate procedures adopted to comply with the requirements and goals in the plan, including establishing source lists; and a description of the efforts to locate small and small disadvantaged business concerns and to award subcontracts to them. 2) Contractors may establish, on a plant or division-wide basis, a master subcontracting plan which contains all the elements required by the clause at 52.219-9, Small Business and Small Disadvantaged Business Subcontracting Plan, except goals. Master plans shall be effective for a 1-year period after approval by the contracting officer; however, a master plan when incorporated in an individual plan shall apply to that contract throughout the life of the contract. 3) For contracts containing options, the cumulative value of the basic contract and all options is considered in determining whether a subcontracting plan is necessary (see 19.705-2(a)). If a plan is necessary and the offeror is submitting an individual contract plan, the plan shall contain all the elements required by 19.704(a) and shall contain separate parts, one for the basic contract and one for each option. 172 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 45 Methods to Determine Qualified Subcontractors LGS will use a prequalification process to determine the subcontractors to meet Federal and Local goals as per the specifications in the RFP. The prequalification process will provide a way to select subcontractors that meet the requirements set forth by the governing bodies. The prequalification process will look for the following: 1) Familiarity with Certified Payroll; 2) Certified Small Business classification (as applicable) 3) Worker’s Comp and Liability Insurance are in place as required; 4) Adequate equipment to perform work according to the specifications; 5) Ability to maintain equipment; 6) Ability to put a safety plan in place as required. LGS will also work with the City and other governing bodies in prequalification process in order to assemble the best possible team to perform the work. Inclusion of FAR 52.219-8 LGS will include contract clause FAR 52.219-8 in all subcontracts that offer further subcontracting opportunities and will require all subcontractors (except small business concerns) that receive contracts more than $500,000.00 ($1,000,000.00 for construction) to adopt a plan similar to the LGS Small Business Subcontracting Plan (SBSP) and as required by FAR 52.219- 9, Small Business and Small Disadvantaged Business Subcontracting Plan. Good Faith Efforts Having utilized small business subcontractor support on past projects, LGS has developed and maintained an extensive subcontractor database. To expand this database and include more SB and DBE concerns in the impacted areas, additional published electronic data resource information has been and will continue to be used in our operations nationally. Documentation of our outreach programs supporting SB subcontracting efforts, Letters of Commitment and other periodic internal reports will be maintained by LGS and shall be available for review at any time by the government. Many of the services required under this solicitation will be performed using our own internal resources and our team’s existing nationwide personnel, facilities, and equipment. However, LGS has already reached out to local SBs and DBEs in response to this RFP. A list of local business concerns, including SBs and DBEs are included at the end of this section. LGS takes great pride in our long history of rapidly mobilizing and effectively managing large teams of subcontractors. Services and Supplies to Subcontract LGS plans to subcontract a portion of the following item(s) in relation to the goals contained herein for any subsequent contract because of this solicitation:  Curbside/Right-of-way debris collection and transportation  Equipment transportation for mobilization and operational support  Demolition of structures (should we be tasked with this operation)  Debris reduction operations (should we be tasked with this operation)  Debris disposal operations  Debris recycling for beneficial reuse  General labor  Safety and Loss Control Services  Quality Assurance/Quality Control  Environmental Services 173 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 46 Conclusion Disaster recovery directly affects the life and health of our fellow citizens. The moral imperative of a quick, effectual response to the needs of our fellow citizens is urgent and compelling. The contractors who are selected for this critical task must have the capabilities to perform, but they must also appreciate the human dimension of this important work. LGS has assembled a team with all the skills and capabilities. Because of our experience in emergency services response, we fully understand and appreciate the human dimension. We have provided evidence of our capabilities and experience and look forward to working with the City of Winter Park if we are selected for support of this critical mission. 174 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 47 Section E – Other Information 175 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 48 Project Understanding & Scenarios As part of this solicitation, management plans for Event Types are provided to describe what actions will be taken. LGS has put in place a Technical Approach and a Debris Management Plan that are applicable to any type of event, no matter the severity. Please refer to the Technical Approach, Debris Management Process Plans and Procedures, Geographic Area Management, Contractor Site Specific Safety and Health Plans, Quality System Management, and Disaster Waste Reduction and Recycling Sections in the following pages for an in-depth explanation of this management plan. The plans mentioned above are included in the Technical Approach and Debris Plan of this proposal and are designed to be adaptable and scalable based on any type of event. Spot Jobs – Localized In this scenario, the Project Manager will begin performing damage assessments with the City’s representatives and monitoring company. The PM will then begin coordinating logistics with the City and landfills. Further, the PM will be determining the number of crews needed to provide removal, hauling, and/or reduction of localized debris. This includes activating local subcontractors for immediate resources as needed. LGS will be assisting government resources as well. For an in-depth breakdown of the debris operations, please see the Debris Management Plan of this proposal. Small Event This will entail the same steps as in the Localized event above but will have the addition of a debris management site. LGS will coordinate with the City a debris site(s) for stockpiling debris that will allow for ideal haul routes, meet federal, state, and local regulations, and provide a layout to unload debris in the most efficient manner. A site management supervisor will be provided to oversee and maintain the site operations. In this scenario, LGS will utilize “zones” for debris removal as mentioned in the Debris Plan. This will allow for organized operations and presence throughout the City simultaneously. Reduction will be completed by way of grinding or burning. In the event there is C&D debris, it will be separated and compacted at the debris site. For an in-depth breakdown of the debris operations, please see the Debris Plan of this proposal. Significant Event This includes all the scope from the previous event types but will utilize larger scale reduction operations at a designated TDSRS. The PM will help coordinate the location of the debris site. Monitor towers will be placed at the entrance and debris site access roads will be maintained to allow for efficient unloading operations. The grinders or incinerators, if used, will be placed in a location to allow for trucks to unload uninterrupted, but allow for debris to be near maximize production. Chips will then be stockpiled in a separate area so as not to impede traffic but be accessible for loading into walking floor trucks to be disposed of accordingly. Ash will be handled in a manner to not be mixed with soils or become airborne. Disposal will be handled in accordance with DEQ regulations. All FEMA, federal, state, and local regulations will be adhered to throughout the process. Significant/Catastrophic Events These events include everything from the previous event types but expand the operations further. Multiple debris sites are possible and will be jointly coordinated. Hauling will be coordinated from Zones and Sectors to each debris site. Hazardous waste will be separated and contained as per regulations. LGS will provide planning and management of all debris removal operations, including traffic control, recycling, and permitting. LGS will utilize a Project Manager (Sean Hunt) with multiple Assistant Managers to oversee the project. 176 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 49 Technical Approach Field Organizational Structure 177 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 50 Technical Approach and Methodology Prior to commencing debris removal operations and within 48 hours, or as required in the Task Order, Looks Great Services of MS, Inc. (LGS) will submit to City of Winter Springs the Contractor Quality Control and Operations Plans which describe the organizational structure and additional key personnel involved in the cleanup, the technical approach and methodology to be used, site specific operational components, the specific geographical area management, the LGS Site Specific Health and Safety Plan (SSHSP), Accident Prevention Plan (APP), Activity Hazard Analysis (AHAs), a copy of the LGS Quality Control Plan (CQC), and approaches to waste reduction and recycling through Beneficial Re-Use, all specific to the Task Order and Area of Operations (AO). The Plan will indicate where operations will begin and which streets/roads will be cleared during the initial period though submission of a 2, 7- and 14-day plan. Operation locations will be decided upon and in conjunction with the City. The Contractor Quality Control and Operations Plans will be updated by the LGS Operations Manager and CQC System Manager as necessary and as required by City of Winter Springs. LGS' final Contractor Quality Control and Operations Plans will include organizational structure and key personnel involved in the cleanup, updated technical approach and methodology to be used, updated site-specific operational components, updated specific geographical area management, updated SSHSP, updated APP, updated AHAs, updated CQC, and updated approaches to waste reduction and recycling through Beneficial Re- Use. The plan will also include continually updated submissions of 2, 7- and 14-day plans, all specific to the Task Order and AO as well as work to be performed by subcontractors, a comprehensive list of subcontractors at each tier, and measures to be taken by LGS and its subcontractors to control hazards associated with services performed, and materials or equipment utilized. During implementation of services, LGS will attend all meetings convened by City of Winter Springs with respect to the response effort, when directed by the City to do so or otherwise necessary to carry out the work. The KO may/will issue subsequent TOs to mobilize and begin Emergency Road Clearance, Debris Removal from Public Roads, Streets and ROWs and Hauling to Debris Management or Final Disposal Sites, Vegetative Debris Reduction at Debris Management Sites (TDSRS) including site management, Final Disposal of Reduced Chips, Testing of Ash and Disposal at Landfill, Removal of Freon Containing White Goods, Removal of Non-Freon Containing White Goods, construction of an Inspection Tower(s), construction of a Hazardous Waste Containment Area(s), deployment of Household Hazardous Waste Separation and Removal Crew(s), activation of Debris Separation Crew(s), and activation of Search and Rescue Support Crew(s) and /or HTRW Separation Crew(s). Resource Management and Logistics LGS utilizes the National Incident Management System (NIMS) wherein we have established systems for describing, inventorying, requesting, and tracking resources. Debris Management and Event Response activities require carefully managed resources (personnel, teams, facilities, equipment and/or supplies) to meet event needs. Utilization of the Radial Form Technology (RaFT) iPad-based database system allows for resource typing, inventorying, organizing, and tracking the dispatch, deployment and recovery of resources before, during and after an event. Resource management should be dynamic in nature to support any event and be adaptable to changes. Efficient and effective deployment of resources requires that resource management concepts and principles be used in all phases of Debris Management and Event Response. The resource management process can be separated into two parts: resource management as an element of preparedness and resource management during an event. The preparedness activities (resource typing, credentialing, and inventorying) are conducted on a continual basis to help ensure that resources are ready to be mobilized when called to an event. Resource management during an event is a finite process, as shown in the below figure, with a distinct beginning and ending specific to the needs of the event. 178 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 51 Mobilization of Personnel and Equipment Looks Great Services (LGS) will mobilize and arrive on-site within 24 hours of receiving a Notice to Proceed from the City. Upon issuance of a Notice to Proceed, Looks Great Services (LGS) will provide and transport all necessary supplies, equipment, materials, and personnel to execute the full scope of work outlined in the RFP or as required by the specific disaster. LGS will secure clearance from underground and overhead utilities, property owners, and relevant government entities for all operational locations, including equipment staging sites, Vegetative and C&D TDSRS, and the final DMS. LGS and its subcontractors will ensure that equipment and vehicles are ready to mobilize immediately upon notification. The scope of work includes, but is not limited to:  Vegetative debris removal  Construction and demolition (C&D) debris removal  Grinding of generated debris  Household hazardous waste management  Removal of animal carcasses  Disposal of putrefied wastes  Removal of vehicles and vessels  E-waste removal  White goods removal Figure 1: Resource Management Cycle 179 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 52 FEMA Public Assistance Program (Reimbursement Process) FEMA Programs and other Funding Streams LGS works within and in compliance with the law, the regulations, and FEMA’s codified policies regarding the FEMA Public Assistance (PA) Program. This includes, but is not limited to, the Sandy Recovery Improvement Act’s amendments to the Stafford Act (42 U.S.C. 5121 et seq.), Section 428, Public Assistance Alternative Procedures (PAAP) and the PAAP Pilot Program for Debris Removal (https://www.fema.gov/alternative-procedures) performed under Section 407 (42 U.S.C. 5173), Debris Removal, of the Stafford Act. The debris pilot program allows for increases in the federal share of grant monies for PA program applicants for eligible debris removal costs incurred during certain initial time periods following a disaster, with certain restrictions and programmatic requirements. LGS has as one of its core principles to provide professional services that benefit the client in every way possible. That principle leads LGS to work diligently to increase our response level and the amounts of work that can safely be accomplished during those initial time periods to maximize the reimbursement potential for our clients under the PAAP Pilot Program for Debris Removal. LGS ensures that our clients are aware of how the critical documentation trail must provide the proper substantiation for our clients to successfully acquire that funding. Further, LGS has a long standing relationship with FEMA programmatic management consulting experts that LGS makes available to our clients to ensure that our clients maximize eligible programmatic funding, and that our clients are able to both identify the eligible work that can be performed, and the numerous funding streams available to our clients to help them fund the monumental task that is the recovery process following a disaster – that assistance covers all disaster recovery programs and is not limited to only debris removal – please see the resume section for more details on the FEMA programmatic management consulting experts. Documentation and Reimbursement LGS has a proven history in supporting our clients with accurate and complete documentation. This documentation is made readily available to any reimbursement agency or client. Records are tracked daily from the beginning of the project to final closeout. Financial accountability is maintained via a system based on the field data that’s gathered and reconciled. All documentation systems comply with FEMA 325 guidelines. Debris Hauling Documentation 180 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 53 Phase 1 – Truck Certification Debris trucks are all certified prior to beginning a project. This includes:  Measuring the truck beds to determine an accurate cubic yard capacity.  Driver, safety, and insurance checks.  Truck Certification Form is completed, and a copy is retained by the driver, monitor, and client.  Placards displaying capacity, project truck number, and contractor’s name are affixed to the truck.  Monitors are given truck logs to verify placards as an added measure of accuracy. Phase 2 –Tickets Tickets are electronic or multi-part and are required for reimbursement purposes. Client representatives or monitors will fill out and sign off on completed tickets. These will then be used in the reconciliation and QC process. The tickets used are as follows: Debris Load Tickets are a 5-part ticket that records the transport of debris from the collection point to the DMS or final disposal site. Monitors document the operations at each location to ensure proper protocols. Leaner/Hanger Tickets are a 5-part ticket that records the trimming or removal or leaning trees or hanging limbs. Monitors document the size, location, and other various aspects of the process. Daily Log Tickets are a 2-part ticket that records the hours worked by the contractor’s labor and equipment when hourly rate items are activated. Monitors log and verify each unit’s hours worked throughout the day. Data Management LGS uses a database system that is easily adaptable to any requirements. Regardless of whether the electronic or physical documentation is utilized, LGS’ database can track and extract data for use in the reconciliation process. LGS has trained employees who carefully prepare reconciled reports on a weekly or semi-weekly basis to submit with invoicing. Working with the monitors, LGS compares these reports with the monitors as an added checks and balances system, which helps to expedite the reimbursement process. Once the data is reconciled and completed, LGS will maintain and store all records for a minimum of 7 years. Both electronic and physical copies are catalogued and stored for quick access as needed. Reimbursement LGS works closely with all agencies to ensure issues are minimized or eliminated in disaster reimbursement projects. As an example, LGS was recently asked to produce ticket records for an audit that the debris monitor was engaged in. The monitor could not find records on more than two dozen tickets. Within less than 2 hours LGS found the copies of the missing tickets in its database and submitted them to the respective parties. This helped the monitor and the client greatly in their reimbursement process. LGS will give the same “over-the-top” service to all its clients. As an added measure, LGS has personnel that are well-versed in CFR, PAPPG, and other FEMA guidelines and are available to assist the client in completing any required documentation for reimbursement. 181 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 54 Section F - Cost 182 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 55 183 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 56 Section G – Mandatory Bid Forms 184 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 57 185 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 58 186 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 59 187 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 60 188 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 61 189 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 62 190 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 63 191 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 64 192 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 65 193 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 66 194 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 67 195 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 68 196 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 69 197 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 70 198 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 71 199 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 72 200 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 73 201 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 74 202 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 75 203 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 76 204 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 77 205 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 78 206 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 79 Section H – Florida State Corporate Filing 207 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 80 208 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 81 209 Looks Great Services of MS, Inc. Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. Creek Debris Removal City of Winter Springs 82 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM For ITB # 04-25-01 PH Creek Debris Removal Services The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated. IT IS THE BIDDER’S RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney. BIDDER NAME: TAX ID# SNN or EIN: BIDDER ADDRESS: PURCHASE ORDER ADDRESS: PHONE NUMBER: COMPANY WEBSITE: COMPANY CONTACT (REP): CONTACT EMAIL ADDRESS: SIGNATURE: THE UNDERSIGNED: A.Acknowledges receipt of: 1.ITB # 04-25-01 PH Pertaining To: Creek Debris Removal Services Addenda Number ________, Dated ____________. Addenda Number _________, Dated ____________. B.Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any misunderstanding regarding the same. C.Agrees: 1.To hold this Bid open for 90 calendar days after the Bid opening date. 2.To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in compliance with the ITB Documents. 3.To accept the provisions of the Instructions to Bidders. 4.To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid. 5.To accomplish the work in accordance with the contract documents. D.Certifies: 1. That all information contained in this Bid is truthful to the best of my knowledge and belief. 2.That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able to perform if awarded the Bid. Stipulated Amount A.Submit on Bid Tabulation Worksheet, Appendix A. Rapid Response Disaster Services LLC 33-1545617 13550 NE County Road 339 Trenton Florida 32693 13550 NE County Road 339 Trenton Florida 32693 352-477-0842 Donovan Kimmer donovank@khlogisticsllc.net Q&A 04/23/2025 1 232 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 1. Section A – Bidder Information and Acknowledgement Form 1.1. Completion of the Bidder Information and Acknowledgement Form Rapid Response Disaster Services LLC acknowledges its responsibility to provide complete and accurate information on the Bidder Information and Acknowledgement Form, ensuring full compliance with the City of Winter Springs ITB #04-25-01 PH requirements. Our firm will supply all required data, including the company name, tax identification number, primary contact information, and authorized corporate signer details, substantiated through official documentation from the Florida Department of State, Division of Corporations. This ensures transparency and confirms our legal authority to submit this bid and enter into contract negotiations. We affirm our understanding and acceptance of all terms outlined in the Invitation to Bid, including the necessity to hold our bid open for a period of 90 calendar days following the bid opening date. Our extensive experience managing over ten FEMA-reimbursed disaster debris management contracts, yielding more than $15 million in reimbursements with zero denials, demonstrates our ability to adhere meticulously to administrative and contractual obligations. This history underscores our commitment to precision and reliability in all contractual engagements with municipal clients. 2 233 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 1. Secon A – Bidder Informaon and Acknowledgement Form 1 1.1. Compleon of the Bidder Informaon and Acknowledgement Form 1 2. Secon C – Introducon Leer 4 2.1. Leer from Authorized Official 5 3. Secon D – Qualificaons 6 3.1. General Company Informaon 6 3.2. Bidder Experience in Creek Debris Removal 8 3.3. Team Experience and Key Personnel 1 1 3.4. Florida Municipal & Local Knowledge 1 4 3.5. References 1 6 3.6. Conclusion of Qualificaons 1 7 4. Secon E – Other Informaon 1 9 4.1. Addional Services and Value-Added Capabilies 1 9 5. Secon F – Cost and Time 2 1 5.1. Cost Proposal – Bid Tabulaon Worksheet 2 2 Appendix C Bid Bond Form 23 5.2. Project Timeline 2 6 6. Secon G – Mandatory Bid Forms 2 8 Reference Informaon Form 29 Insurance Requirement Form 32 Scrunized Company Cerficaon 33 Non-Collusion Affidavit of Prime Bidder 35 Drug Free Workplace Form 36 Public Enty Crimes Statement 37 Debarment, Suspension and Other Responsibility Maers 39 E-Verify Statement 43 Conflict of Interest Statement 44 SMWBE Ulizaon Plan 45 BYRD An-Lobbying Amendment 46 7. Secon H – Florida State Corporate Filing 48 7.1. Proof of Signatory Authority 49 8. Secon I Company Pracces Drug and Alcohol Program 50 Safety Plan 53 Equipment List 63 234 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 2. Section C – Introduction Letter 2.1. Letter from Authorized Official Rapid Response Disaster Services LLC is pleased to submit this proposal for the Creek Debris Removal Services project for the City of Winter Springs. With a deep understanding of the scope to remove vegetative and miscellaneous debris from multiple creek waterways, the company brings a proven approach tailored for waterway environments that balances efficiency with environmental stewardship. Our team is fully prepared to mobilize quickly, adhere strictly to all regulatory and safety standards, and collaborate closely with City representatives to meet project goals. Our expertise in creek and waterway debris removal is demonstrated by extensive experience in similar federally funded disaster recovery projects. We utilize a carefully selected combination of manual labor, light mechanical equipment, and specialized watercraft to minimize environmental impact while maximizing debris removal efficiency. This approach is designed to preserve natural vegetation and aquatic habitats, consistent with the City’s specifications and the USDA NRCS Emergency Watershed Protection Program requirements. Key differentiators of Rapid Response Disaster Services LLC include: ●Leadership by Donovan Kimmer and Levi Blitch, who collectively have managed 52 federally and state-declared disaster responses, including multiple Florida hurricanes and waterway projects. ●Comprehensive certifications including FEMA Emergency Management Institute courses, U.S. Army Corps of Engineers Construction Quality Management training, OSHA safety certifications, and specialized erosion control and incident command credentials. ●Proven compliance with FEMA billing and reimbursement protocols, delivering over $15 million in reimbursed projects without a single denial. ●Operational flexibility supported by a diverse fleet of equipment including knuckleboom trucks, mini-excavators with hydraulic thumbs, barges, and marookas, enabling access and work in challenging creek environments. Our commitment to the City of Winter Springs includes: ●Mobilizing equipment and personnel within seven days of Notice to Proceed to ensure prompt project initiation. ●Executing debris removal with careful attention to safety, environmental protection, and minimal disruption to surrounding properties and natural habitats. ●Providing detailed weekly reports including GPS-tagged photographs documenting progress and compliance with project parameters. ●Ensuring all necessary permits are obtained and maintained throughout the project duration. ●Coordinating closely with City staff to address any concerns or adjustments promptly. 4 235 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida We recognize the importance of this project in restoring creek functionality and mitigating flood risk for Winter Springs residents. Rapid Response Disaster Services LLC is fully committed to delivering this work on schedule, within budget, and to the highest standards of quality and safety. Our team’s extensive experience, technical knowledge, and client-focused approach position us as an ideal partner for this critical undertaking. We appreciate the opportunity to serve the City of Winter Springs and look forward to contributing to the successful completion of the Creek Debris Removal Services project. Signature- By: Donovan Kimmer-President Rapid Response Disaster Services LLC 5 236 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 3. Section D – Qualifications 3.1. General Company Information Rapid Response Disaster Services LLC is a specialized disaster recovery and debris management firm with a proven track record of delivering reliable, scalable, and efficient solutions that support communities in their recovery from natural disasters. Established to meet the increasing demand for expert disaster response, the company has steadily grown by adapting to evolving industry standards and the complex needs of large-scale disaster operations. Our corporate headquarters is located in Trenton, Florida, with operational capabilities that extend across multiple states, including significant experience within Florida municipalities. Our organizational structure is designed to promote operational agility and accountability. Led by President Donovan Kimmer and Vice President Levi Blitch, the leadership team combines over 27 years of cumulative experience in disaster response projects, guiding a skilled workforce dedicated to compliance, safety, and quality execution. The company operates with a clear hierarchy that supports efficient communication and decision-making, ensuring that project management, field operations, and administrative functions work seamlessly together to meet client objectives. Rapid Response Disaster Services LLC has successfully managed over ten FEMA-reimbursed disaster debris management contracts, resulting in payments exceeding $15 million. This accomplishment reflects our deep understanding of federal reimbursement processes, stringent adherence to regulatory requirements, and meticulous documentation practices. Our consistent record of zero reimbursement denials underscores our commitment to delivering projects that fully comply with FEMA, USACE, and other federal guidelines. The company’s operational strategy is built on a foundation of core values that guide every aspect of our service delivery: ● Integrity: We uphold transparency and honesty in all client interactions and project documentation. ● Accountability: We maintain responsibility for meeting project schedules, budgets, and safety standards. ● Innovation: We continuously seek and implement advanced technologies and methodologies that improve efficiency and environmental stewardship. Rapid Response Disaster Services LLC emphasizes compliance with all applicable federal, state, and local regulations, including OSHA safety standards, NPDES environmental guidelines, and the specific requirements of grants such as the USDA NRCS Emergency Watershed Protection Program. Our commitment to regulatory adherence ensures that projects are executed safely, responsibly, and with minimal environmental impact. 6 237 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida Our growth trajectory is marked by continuous investment in advanced equipment, specialized certifications, and workforce training. This investment allows us to maintain a versatile fleet, including owned, subcontracted, and rental assets such as knuckleboom trucks, barges, cranes, and marookas, which are critical for complex debris removal projects. Our ability to mobilize resources rapidly and scale operations according to project demands positions us as a trusted partner for municipalities like the City of Winter Springs. This combination of proven project success, strong leadership, core values, and technical capability makes Rapid Response Disaster Services LLC uniquely qualified to meet the scope and requirements of the Creek Debris Removal Services project. We are committed to delivering high-quality, compliant, and timely services that support the City’s goals for stormwater conveyance and environmental protection. 7 238 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 3.2. Bidder Experience in Creek Debris Removal Rapid Response Disaster Services LLC possesses a robust history of executing creek and waterway debris removal projects that reflect both technical expertise and compliance with stringent regulatory frameworks. The company’s approach to debris removal in aquatic environments is grounded in a comprehensive understanding of the unique challenges posed by narrow, sensitive waterways and the need to minimize environmental disturbance while maximizing operational efficiency. Our experience includes managing debris removal along extensive linear footage of creeks and streams, similar in scope to the City of Winter Springs project. We have successfully executed projects involving thousands of linear feet of creek debris clearance, often coordinating closely with municipal stakeholders to ensure alignment with local environmental regulations and stormwater management goals. Our work has frequently been conducted under federally funded programs, such as FEMA Public Assistance and the NRCS EWP grant, which require meticulous documentation, adherence to environmental protections, and compliance with grant-specific guidelines. A core element of our creek debris removal methodology is the deployment of a mixed approach leveraging both manual labor and mechanized equipment tailored to site conditions. Due to the narrow and sensitive nature of creek environments, we utilize small-scale machinery such as mini excavators equipped with hydraulic thumbs and wide tracks to reduce ground disturbance. Where accessibility permits, we operate marooka carriers and small barges to access aquatic debris, enabling efficient removal with minimal impact to creek banks and habitats. Our operational process begins with thorough site assessments to identify debris target locations and access constraints. This proactive reconnaissance informs our equipment staging and removal strategies, ensuring that the work proceeds safely and efficiently. Debris is loaded at strategic access points such as roadway and bridge crossings, complying with the City’s requirement that no debris be stockpiled on site or disposed of within wooded or natural areas. The company’s fleet capabilities are extensive and adaptable, including knuckleboom trucks, grapple trucks, dump trailers, roll-off containers, and specialized barges. This equipment diversity enables us to tailor logistics for hauling and disposal efficiently. All debris collected is transported directly to approved County landfill sites of Class III or higher, in strict accordance with contract specifications and environmental regulations. Our team’s technical proficiency extends to environmental stewardship during creek operations. We employ Best Management Practices (BMPs) such as the use of mats under heavy equipment to prevent rutting, adherence to a downstream-to-upstream workflow to minimize sediment disturbance, and the careful removal of debris to avoid damage to standing vegetation and habitat structures. These practices are integral to maintaining compliance with federal, state, 8 239 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida and local environmental mandates and to preserving the ecological integrity of the creeks we service. Rapid Response Disaster Services LLC has a proven track record of working in close coordination with municipal agencies, utility providers, and regulatory bodies. This collaboration ensures that all permits are secured and that utility locations are identified and protected, mitigating risks of damage or service interruptions. Our experience with permit procurement and regulatory compliance reduces project delays and facilitates smooth execution. Our adherence to FEMA and USACE protocols is demonstrated through rigorous documentation standards that support full reimbursement eligibility. We maintain detailed records including load tickets, GPS-verified photographic documentation of before and after conditions at all debris removal sites, daily reporting, and comprehensive billing summaries that align with federal grant requirements. This disciplined approach has enabled our clients to achieve complete reimbursement with zero denials or disputes. The company’s experience includes managing debris removal after multiple hurricanes and flooding events in Florida and other states, with particular emphasis on waterway restoration. We bring lessons learned from these projects, such as the critical importance of balancing mechanical efficiency with environmental sensitivity and the value of maintaining transparent communication with all stakeholders throughout the project lifecycle. Our project teams are led by highly qualified personnel with extensive certifications in debris operations, erosion control, safety compliance, and environmental protection. This expertise ensures that creek debris removal is conducted safely, effectively, and in compliance with all applicable regulations. Our supervisors and field crews undergo continuous training to uphold the highest standards in operational and environmental safety. In summary, Rapid Response Disaster Services LLC offers a comprehensive, technically proficient approach to creek debris removal that integrates specialized equipment, meticulous operational planning, and strict regulatory compliance. Our extensive experience with waterways of comparable scale and complexity, combined with our demonstrated success under FEMA and NRCS grant programs, positions us as a reliable and capable partner for the City of Winter Springs’ Creek Debris Removal Services project. ● Projects have involved removal of vegetative and miscellaneous debris along thousands of linear feet of creeks, including sensitive zones. ● Equipment utilized includes mini excavators with hydraulic thumbs, marooka carriers, barges, knuckleboom trucks, and grapple trucks. ● Compliance with FEMA and NRCS EWP grant requirements through precise documentation, including GPS-tagged photographic evidence and detailed load tickets. 9 240 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida ● Coordination with municipal agencies and utility providers to ensure permit compliance and protection of existing infrastructure. ● Implementation of BMPs to minimize environmental impact and maintain creek bank stability during debris removal operations. ● Direct hauling of debris to approved County landfills, with strict prohibition on on-site stockpiling or disposal. ● Proven ability to manage safety and environmental risks through certified personnel and adherence to federal, state, and local regulations. ● Extensive experience in disaster response projects involving waterway debris removal under federal reimbursement frameworks. This comprehensive expertise ensures Rapid Response Disaster Services LLC can efficiently execute the scope of work described in the ITB documents while safeguarding the City’s waterways and meeting all contractual and regulatory obligations. 10 241 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 3.3. Team Experience and Key Personnel Rapid Response Disaster Services LLC is led by a highly experienced team whose combined expertise ensures exceptional performance and compliance on the Winter Springs Creek Debris Removal Services project. The key personnel assigned to this initiative bring extensive backgrounds in disaster response, debris management, and regulatory adherence, making them uniquely qualified to meet and exceed the project’s technical and operational demands. Donovan Kimmer, President and Project Manager, has over 15 years of industry experience and has successfully managed 28 federally and state-declared disaster recovery operations. His leadership encompasses roles as Project Executive, Superintendent, and Operations Manager. Donovan’s diverse certifications include a Merchant Mariner Captain’s License (Near Coastal Inland, 50-Ton), TWIC Card, Certified Erosion Control Installer, Certified Work Zone Traffic Control Supervisor, OSHA 30-Hour Construction Safety Certification, HAZWOPER, and USACE Construction Quality Management (CQM) training. These credentials enable him to oversee complex debris removal operations with a strong emphasis on safety, environmental protection, and federal compliance. Levi Blitch, Vice President of Operations and Project Manager, complements this leadership with 12 years of operational experience and participation in 24 disaster response events. Levi has demonstrated expertise in coordinating field crews, managing logistics, and ensuring adherence to FEMA, USACE, OSHA, and other regulatory standards. His certifications include TWIC Card, Certified Work Zone Traffic Control Supervisor, excavation competent person training, and wildland fire response (S130/S190). Levi’s operational knowledge reinforces the company’s capacity to deliver efficient, compliant, and safe debris removal services. Supporting roles include a seasoned Project Manager, Chris Barron, who has over 10 years of experience in disaster response and recovery. Chris’s involvement will ensure strong day-to-day project oversight, focusing on scheduling, coordination with City representatives, and quality control measures. His background in managing complex logistical operations adds depth to the project team. The project’s organizational structure is designed for clear lines of communication and accountability. Donovan Kimmer will serve as the primary Project Manager and Superintendent, overseeing overall project execution, client liaison, and compliance monitoring. Levi Blitch will act as the Operations Manager, responsible for field crew supervision, equipment deployment, and safety enforcement. Chris Barron will be the on-site Superintendent, ensuring daily operational efficiency and maintaining quality standards. The team’s collective certifications encompass essential disaster recovery and safety disciplines, including but not limited to: 11 242 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida ● FEMA Emergency Management Institute courses: ICS-100, ICS-200, ICS-700, IS-632 (Introduction to Debris Operations) ● OSHA 30-Hour Construction Safety ● HAZWOPER (Hazardous Waste Operations & Emergency Response) ● Certified Erosion Control Installer ● Work Zone Traffic Control Supervision ● Confined Space Entry and Excavation Competent Person Training ● Site Sense Behavioral Safety Training ● Wildland Firefighter certifications (S130/S190) ● U.S. Army Corps of Engineers Construction Quality Management (CQM) and QA/QC Training ● TWIC Card and DOT/FMCSA Compliance Knowledge This broad and specialized training ensures adherence to all applicable federal, state, and local safety and environmental regulations throughout the project lifecycle. Beyond certifications, the team’s operational experience includes managing debris removal projects under FEMA Public Assistance programs and NRCS Emergency Watershed Protection (EWP) grant requirements. This ensures familiarity with the stringent documentation, reporting, and reimbursement standards critical to this project. The leadership’s hands-on involvement in multiple waterway debris removal operations demonstrates their capability to navigate logistical challenges associated with creek access, environmental sensitivities, and safety protocols. The team prioritizes safety through rigorous daily briefings, comprehensive PPE usage, and strict adherence to established safety plans. Their experience in handling hazardous materials, white goods, and construction and demolition debris ensures that all aspects of the project will be managed with due diligence and care. In terms of environmental stewardship, the personnel are trained to minimize impacts on active vegetation, aquatic habitats, and adjacent properties. They employ best management practices such as the use of mats for equipment access in sensitive areas and coordinate closely with City Project Managers to ensure compliance with all permit and regulatory requirements. The team’s proficiency extends to traffic control and maintenance of traffic plans, critical for safe operations around active roadways and bridge crossings. Certified Work Zone Traffic Control Supervisors will oversee these aspects, ensuring compliance with MUTCD and FDOT standards. Reporting and documentation responsibilities fall under the Project Manager and Superintendent, who will ensure that all work sites are thoroughly documented with GPS-tagged photographs and detailed daily logs. This supports transparency, grant compliance, and reimbursement processing. 12 243 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida The team’s depth is further enhanced by its ability to integrate subcontractors effectively, with Rapid Response Disaster Services LLC retaining 80% of the work in-house and engaging Bulldog Excavating LLC for hauling and disposal services. This blend of internal expertise and strategic subcontracting optimizes project delivery and cost management. An organizational chart illustrating reporting relationships will be provided as an appendix to clarify responsibilities and communication flows among the Project Manager, Operations Manager, Superintendent, field crews, and subcontractors. In summary, the team assigned to the Creek Debris Removal Services project combines extensive disaster response experience, comprehensive regulatory certifications, and proven operational leadership. Their collective expertise assures the City of Winter Springs of a professional, compliant, and efficient execution of all project requirements with an unwavering focus on safety and environmental protection. 13 244 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 3.4. Florida Municipal & Local Knowledge Rapid Response Disaster Services LLC possesses extensive experience working within Florida’s complex municipal and regulatory environment, ensuring full compliance with all applicable laws, ordinances, and permitting requirements. The company’s expertise is anchored in a deep understanding of the political, economic, and environmental factors that influence projects in Florida municipalities, including the City of Winter Springs. This knowledge enables a proactive approach to navigating local permitting processes and regulatory frameworks, minimizing project risks and delays. Our team is well-versed in Florida-specific regulatory bodies and statutes, including the Florida Department of Environmental Protection (FDEP), Florida Department of Economic Opportunity (DEO), and Florida Department of Transportation (FDOT). We understand the critical importance of adhering to these agencies’ guidelines, especially in relation to waterway management, stormwater conveyance, and environmental protection measures. This translates into meticulous attention to environmental permitting, erosion control, and stormwater management practices that align with Florida’s stringent standards. Coordination with Seminole County and local utilities is a cornerstone of our operational methodology. We engage early with county and municipal agencies to obtain necessary permits, confirm utility locations, and identify potential conflicts. This collaborative approach ensures that utility coordination—including relocations, protection, and notifications—is integrated seamlessly into project scheduling and execution. The company’s proactive communication mitigates risks of unforeseen disruptions and fosters positive relationships with local stakeholders. Our project managers maintain close contact with local authorities to stay abreast of any legislative changes or emergent issues that could impact project delivery. This ongoing engagement allows for adaptive planning and timely responses to evolving regulatory requirements. Furthermore, our familiarity with the City of Winter Springs’ unique ecological and infrastructural context positions us to minimize environmental impact while achieving project goals efficiently. To further support compliance and operational excellence, our team integrates local best practices and Florida-specific knowledge into daily field operations. This includes adherence to local noise ordinances, work hour restrictions, and traffic maintenance requirements, as outlined in the RFP. We employ best management practices tailored to Florida’s environmental conditions, such as protecting native vegetation and wildlife habitats during creek debris removal, consistent with the City’s expectations. The following summarizes key regulatory and coordination focal points in our approach: 14 245 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida ● Compliance with Florida Department of Environmental Protection (FDEP) regulations, including water quality and stormwater management standards. ● Coordination with Florida Department of Economic Opportunity (DEO) for development and environmental permitting processes relevant to municipal projects. ● Adherence to Florida Department of Transportation (FDOT) standards for maintenance of traffic (MOT), signage, and public safety during construction activities. ● Close collaboration with Seminole County agencies for permit acquisition, utility locate confirmations, and environmental oversight. ● Engagement with local utility companies to identify, protect, or relocate infrastructure as needed, ensuring uninterrupted services. ● Implementation of erosion control and sediment management practices consistent with Florida Best Management Practices (BMPs) to protect aquatic ecosystems. ● Strict observance of City of Winter Springs’ work hour restrictions and noise ordinances to minimize community disruption. Rapid Response Disaster Services LLC’s comprehensive familiarity with Florida’s municipal regulatory landscape and local coordination requirements ensures that all aspects of the Creek Debris Removal Services project will be executed with full compliance and sensitivity to the City’s environmental and community standards. This expertise reduces project risk, accelerates permitting and approvals, and fosters positive community relations throughout the project lifecycle. 15 246 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 3.5. References Rapid Response Disaster Services LLC has a well-established history of delivering high-quality creek and waterway debris removal services with full compliance to FEMA reimbursement protocols. Our clients consistently benefit from our meticulous documentation and project execution, which have contributed to over $15 million in FEMA-reimbursed disaster recovery payments. These references reflect our commitment to excellence and the ability to meet stringent federal, state, and local regulatory requirements while ensuring project objectives are met on schedule and within budget. The following references illustrate our proven performance in similar projects, showcasing our technical proficiency, operational capacity, and client satisfaction. Each project was managed with a focus on regulatory compliance, environmental protection, and efficient debris removal from waterways, aligning closely with the scope set forth in this ITB. See Attached References And Past Work Sheet Provided on Page 29-31 In Section G Mandatory Forms 16 247 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 3.6. Conclusion of Qualifications Rapid Response Disaster Services LLC stands uniquely qualified to deliver the Creek Debris Removal Services for the City of Winter Springs with exceptional professionalism, technical expertise, and operational precision. Our demonstrated ability to efficiently mobilize and manage waterway debris removal projects ensures minimal environmental impact while maximizing effectiveness in restoring creek functionality. The leadership of Donovan Kimmer and Levi Blitch, with their combined experience spanning over 50 disaster responses, provides the City with confidence in our capacity to meet project objectives on time and within budget. Our approach emphasizes a balanced integration of manual labor and specialized mechanical equipment tailored to the sensitive creek environments described in the RFP. This methodology minimizes disturbance to active vegetation and creek banks, consistent with the City’s environmental and safety requirements. Our team’s depth of certifications in debris management, erosion control, and safety compliance ensures that all operations will be conducted to the highest standards, aligning with FEMA, USACE, OSHA, and local regulatory frameworks. We bring a proven track record of navigating complex federal reimbursement processes, having successfully managed over ten FEMA-reimbursed contracts totaling more than $15 million, with no denials of reimbursement. This experience translates into meticulous documentation, timely reporting, and thorough compliance, safeguarding the City’s financial interests throughout the project lifecycle. Our comprehensive safety and environmental protocols further guarantee that the work will proceed efficiently without compromising regulatory obligations. Key differentiators that set Rapid Response Disaster Services LLC apart include: ●Leadership by seasoned professionals with 15 and 12 years of direct disaster recovery experience, respectively, including 28 and 24 federally declared events. ●Extensive certifications encompassing FEMA Emergency Management Institute courses, U.S. Army Corps of Engineers Construction Quality Management, OSHA 30-Hour Safety, and specialized training in behavioral safety and excavation. ●Operational flexibility supported by an extensive fleet of owned, subcontracted, and rental equipment, enabling rapid scaling of services and adaptation to site-specific challenges. ●A commitment to environmental stewardship by employing best management practices that protect creek habitats, minimize soil disturbance, and ensure proper debris disposal in compliance with local and federal guidelines. 17 248 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida ●Proven ability to coordinate effectively with municipal agencies, regulatory bodies, and third-party monitoring firms, facilitating smooth project execution and reimbursement processes. Rapid Response Disaster Services LLC is fully prepared and eager to partner with the City of Winter Springs to restore the creeks’ conveyance capabilities and reduce flooding risks. Our team’s combined expertise, operational excellence, and unwavering commitment to safety and compliance position us as the optimal choice for this project. We look forward to bringing our capabilities to bear in delivering a successful outcome that meets and exceeds the City’s expectations. 18 249 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 4. Section E – Other Information 4.1. Additional Services and Value-Added Capabilities Rapid Response Disaster Services LLC offers a comprehensive suite of additional services designed to enhance the effectiveness and sustainability of operations. Beyond the primary scope of debris extraction and disposal, the company provides emergency support capabilities that ensure rapid mobilization and response readiness, minimizing delays and addressing unforeseen challenges promptly. This includes immediate deployment of specialized crews trained in handling sensitive environmental conditions and access constraints typical of creek and waterway projects. Site stabilization and erosion control are integral components of Rapid Response’s service portfolio. The company employs best management practices to protect and restore creek banks and adjacent areas following debris removal. This includes applying mulching techniques, regrading disturbed soils, and installing erosion control measures as directed by the City Project Manager. These efforts reduce sediment runoff and promote natural vegetation regrowth, aligning with environmental protection standards and NRCS requirements. Rapid Response Disaster Services LLC maintains strategic partnerships with industry-leading equipment providers and subcontractors, which significantly expands its operational capacity. These alliances grant access to specialized machinery such as cranes, barges, marookas, and various types of hydraulic and mechanical loaders that are essential for complex debris removal in aquatic environments. The availability of this diverse equipment fleet ensures the company can tailor its approach to site-specific conditions, improving efficiency and minimizing environmental impact. The company’s logistical capabilities extend to comprehensive project management support, including coordination of transportation, equipment staging, and disposal logistics. This ensures seamless material flow from creek access points to approved landfill facilities, adhering strictly to the City’s requirements prohibiting onsite debris stockpiling. Efficient logistics reduce project duration and improve cost control, benefiting the City and grant compliance. Collaboration with third-party monitoring firms is a cornerstone of Rapid Response’s approach to federal grant compliance, particularly with NRCS and FEMA programs. The company actively engages with monitoring partners to provide thorough documentation, including GPS-tagged photographs, daily load tickets, and detailed progress reports. This transparency facilitates timely reimbursement and audit readiness, protecting the City’s interests throughout the project lifecycle. 19 250 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida In addition to these core value-added services, Rapid Response Disaster Services LLC offers post-project follow-up support. This includes assisting with final reporting, closeout documentation, and addressing any residual environmental or access concerns. The company’s commitment to comprehensive service delivery ensures that the City achieves not only regulatory compliance but also lasting restoration of creek functionality and adjacent property protection. Together, these additional services and value-added capabilities position Rapid Response Disaster Services LLC as a highly capable and dependable partner. The company’s integrated approach, combining technical expertise, strategic partnerships, and compliance-focused collaboration, ensures that creek debris removal projects are executed with maximum efficiency, environmental sensitivity, and fiscal responsibility. 20 251 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 5. Section F – Cost and Time 5.1. Cost Proposal – Bid Tabulation Worksheet Rapid Response Disaster Services LLC submits a comprehensive and competitively priced cost proposal that reflects our extensive experience in managing large-scale disaster recovery projects, including creek debris removal. Our pricing methodology is based on an all-inclusive unit rate approach, ensuring that the City of Winter Springs receives a clear and predictable cost structure without hidden fees or pass-through charges. This approach encompasses all labor, equipment, materials, and disposal costs, including tipping fees at County landfills, which are incorporated into our bid prices to provide full transparency and budget certainty. Our cost proposal is grounded in the operational efficiency afforded by our diverse and well-maintained fleet, which includes specialized equipment such as knuckleboom trucks, mini excavators with hydraulic thumbs, barges, and manual labor crews. This equipment mix allows us to tailor our approach to the unique access and environmental challenges of creek debris removal. Additionally, our proven track record managing FEMA-reimbursed contracts totaling over $15 million demonstrates our expertise in cost control and compliance with federal reimbursement protocols, which benefits the City by minimizing the risk of cost overruns and reimbursement denials. 21 252 Appendix A – BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible Bidder and be included with their executed contract, as attached. TOTAL BID: ________________________________________________DOLLARS $ ________________ (In Words) ESTMATED TIME TO COMPLETE PROJECT: ____________________ calendar weeks ITEM NO.ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 101-1a Mobilization 1 LS 101-1b Bonds and Insurance 1 LS 102-1 Maintenance of Traffic 1 LS 9999-1 Sheoah Creek - Removal and Disposal of debris affecting approximately 300 linear feet of creek (2 debris target locations)300 LF 9999-2 Gee Creek - Removal and Disposal of debris affecting approximately 6,250 linear feet of creek (49 debris target locations)6,250 LF 9999-3 No Name Creek - Removal and Disposal of debris affecting approximately 150 linear feet of creek and (1 debris target location)150 LF 9999-4 Howell Creek - Removal and Disposal of debris affecting approximately 9,200 linear feet of creek and (62 debris target locations) 9,200 LF 9999-5 Bear Creek - Removal and Disposal of debris affecting approximately 9,290 linear feet of creek and (40 debris target locations) 9,290 LF 9999-6 Little Howell Creek (Oak Forest) - Removal and Disposal of debris affecting approximately 2,550 linear feet of creek and (36 debris target locations) 2,550 LF 9999-7 Little Howell Creek (Winding Hollow) - Removal and Disposal of debris affecting approximately 2,300 linear feet of creek and (30 debris target locations) 2,300 LF 9999-8 Project Photographs (Before and After) of all Debris Removal Targets 1 LS TOTAL $5,000 $5,000 $8,000 $8,000 $7,000 $7,000 $4,000 $4,000 $20.00 $125,000.00 $20.00 $184,000.00 $20.00 $185,800.00 $20.00 $51,000.00 $20.00 $46,000.00 $23.00 $3,450.00 $23.00 $6,900.00 626,150.00Six Hundred Twenty Six Thousand One Hundred & Fifty Dollars & Zero Cents Six 22 253 23 254 24 255 Inst. Number: 202241060366 Page 5 of 5 Date: 5/5/2022 Time: 9:31 AM Angelina "Angel" Colonneso Clerk of Courts, Manatee County, Florida Doc Mort: 0.00 IntTax: 0.00 Doc Deed: 0.00 Libcrt)^ Mutual This Powarof Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the inanrer and to tha extent herein statad. SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8201494 KNOWN ALL PERSONS BY THESE PRESENTS; That The Ohio Casualty Insurance Company is e corporation duly arganzed under !he laws of the State of New Hsnpshife, that Uberty Mutual Insurance Company is a corporah'on duly oiganized under the laws of the State of Massachusetts, and Wast Amsrican InsiTance Company is a corporBfon duly organized under a lairs of Ihe Slate of Indiana (heran mllectiveiy called the "Companies'), pursuant fo and by authoiity haein sal forth, does hereby name. constitule and appoint, Chnslira A. Papa, Anihonv T. Pa .a Jr allofdecilyof Aarasota state of n. eadi individually if Ihere be more t-ian one namec, its true and lawful attomey-in-fact to make, eKecus. seal, acknowledge and deliver far and or its behalf as surely and as ils act end seed, any and all undertakings, bonds, recognizances and other surety o'aligaliors, in pursuance o: these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attssled by Ihe secretary of the Companies in their own proper parsons. IN WITNESS WHEREOF, this Powsr of Attorney has been subscribed by an authorized officer or affioal of the Compamas and tha carporate seals of the Companies haw teen affixed thereto this 3rd day of July , 20)9 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Wsst Ameiican -nSLirBnce Company "^yry By: .JW^ Julv 20; 9 before me personally appeared Daw M. Carey, who acteiowledgHd fiinse r to be the Assistant Secretary of Libely Mulusl insurance Company, Tha Ohio Casualty Company and West American Insurance Company, and that he. as such. being sutiiorized so to do, exscute the foregoing instrjment for the purposes therein contained by signin9 on behalf of the carporaiions by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. «-2 State of PENNSYLVANIA S Count/ofMONIGOMERY <u On'Jiis 3rd day Of 12(1-1" II (U-0 II il. ^s 0= ll iisl 1§ Davkl M. Carey, Assistant Secretary ^^- ' \.w J ^ K^^/ COMMONWEALTH OF PENNSYLVANIA r*jiaiialS«al | Tftfeaa Pastella. Nfllsry Pufllic i Li?per Marion Twp.. Monlgonneiy Cojnly My Cc-mmisflinn Eaipiras \>larch 28, 2021 M&rribei. Psi-insvlv.iii;a ftswcialicn -af Notaries ^ By: ^/l^^ eresa Pastella, Notar/ Public Tiis Power of Attorney is mede and executed pureuant {3 and by authority of the fallowing By-lans and AulhorizaSons of The Ohio Casual-y Insurancs Company, Liberty Mutual Insurance Company, and Wssi Amerksar Insurance Compaiy which resolutions are now in full forse and effect reading es feflows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Ary officer or sthsr officigl of the Corporaton auUicrized far that purpase in wri'ing by the Chaimnan or (he President end subject to sudi limitation as the Chairman or the Presiienl may prescribe, shall appoint such aBorneys-in-fact, as may be necessary to act in behalf of tlie Corpsraticr to make, Bxecute, seal, acknotiledge and deliver as surety any and all undertakings, bonds. recognizances and other sure-y obligatiofis. Such atto'neys-in-fact, subject to Ihe limilafons set foi-th in ttieir respective poweis of attorney, shall have full power to and Ihs Corporation by their signature and executian of any such instrumants and to attach Bienetn the seal of the Corporation. Whan so axecuted, such instruments shall be as binding as if signed by the President and attested to by the Sesrelary. Any pcwer or autwity granted to any represenlative or attomey-in-fact unde' the provisions of this article may be (eiioked at any t me by the Board, the Chairman, the Presktent or by fhe oficer or officeis granting su(A poiver or authority. ARTICLE XIII - Execution of Contyacts: Sectm 5 Surety Bdndg and Undertakings. Any officer of the Company authnrized for Ihat pu'pose in wriNng by tlie chairman cr Iha prasident. and Subject to such I mifab'ons as the chairaian or Bia prasident niay prescrifce. shall appoint such atorneys-in-fart, as may bs nacessary to act in behalf of the Canipany to make. execute, seal, acknowledge and deliver as surely any and all undertalangs, bonds, recognizancBS and other surety obligations. Such attomeys-in-facl subject to Uie limitations set forth in Iheir respective powers of attorney, shall have full powef to bind the Company by their signature and execulion of any such instnjments and to attach thereto the seal of the Company. When so executed such instruments sha:l bs as binding as if signed by the president and attested by the secretaiy. Certificate of Designation - The President of the Company, act.ng pursuant tc Ihe Bylaws of the Company, aultiorizes David M. Camy, Assistant Secretary to aspnint such attomeys-in- fact as may be necessary '.0 act on behalf of the Company to make, execuie, seal. acknowledge and deliver as siirety any and all undertakings, bonds, recognizances and ottier surety obligations Authorization - By unanimous consent of the Companys Board of Directors, Iha Company co'isenfs that fassimi e of mechanically reproduced signature of any assistant secie:ary of thB Company, ivherever appearing upft-i a certified copy of any power of attorney issued by the Company in connection with surety hands, shall bs valid and binding upon the Company with Ide same force and offcct as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Oho Casualty Insurance Company. Liberty Mutual Insurance Company, and West American Insurance Company da hereby oertfy that die original pawer of attcm9y,of,which the fbrsgdng is a full, tTLe and coirect copy of the Power of Atlorrey executed by saia Companies, is in lull force and effect and has not been revoked. ^'*^i ^'"5;..-? '.'''', t I3 I d 0 isS ^ 1^ :.<»- ^iII re °-2 ,i2° ist Q s3®^!1ill :1§'^s? o<9 IN TESTIMONY WHEREOF,day of 2022 >-: »- : n-.: .'5. ^ws"<.?%"°% tw2^s'^.c^/ LMS 12373 LM 1C OClCWAIC Mull Co'^23ia¥ ..")'.;' ... "'".......>,,^.--i ^ \wu/, ^^ 1991 >. VT^By:'^tM^. Renes C. Lle«»eflyn. Assistant Secretary 25 256 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 5.2. Project Timeline Rapid Response Disaster Services LLC proposes a comprehensive and efficient project timeline designed to meet and exceed the City of Winter Springs’ expectations for the Creek Debris Removal Services project. Our approach ensures a rapid mobilization of both personnel and equipment, enabling us to commence work promptly after the issuance of the Notice to Proceed (NTP). This timeline reflects our extensive experience gained from 28 disaster response events led by our President, Donovan Kimmer, and 24 led by Vice President Levi Blitch, ensuring that we deploy resources effectively while maintaining adherence to regulatory and safety standards. Within seven calendar days of receiving the NTP, we will have all necessary equipment staged onsite, including specialized machinery such as mini excavators with hydraulic thumbs, marookas, and knuckleboom trucks, alongside hand crews and chainsaw teams. Simultaneously, project management staff, including the Project Manager and Superintendent, will be mobilized to coordinate daily operations and maintain communication with City representatives. This initial phase will also include obtaining all required permits and finalizing site access logistics in coordination with the City Project Manager to ensure compliance with all local, state, and federal regulations. By day ten post-NTP, full active operations will be underway, focusing on prioritized areas based on debris severity and site accessibility. This phase will utilize our mixed-method approach combining manual labor and small equipment to minimize environmental impact on creek banks and surrounding vegetation, as detailed in the project specifications. The sequence of work will progress downstream to upstream according to the City's directives, ensuring efficient debris removal while protecting existing natural habitats and infrastructure. We anticipate achieving substantial completion of debris removal activities within 30 to 45 calendar days, contingent upon site conditions and weather. During this period, our crews will systematically address all targeted debris locations across the six named creeks, with careful documentation of before-and-after conditions using GPS-tagged photographs submitted weekly to the City. This reporting cadence supports transparency and assists with grant and reimbursement documentation requirements under the NRCS Emergency Watershed Protection Program. Following debris removal completion, a demobilization phase of up to 10 calendar days will be conducted, during which all equipment and personnel will be withdrawn from the site, and final inspections will be coordinated with the City. We will also compile and deliver comprehensive project closeout documentation, including detailed work summaries, billing reports, and photographic evidence, to facilitate efficient processing of grant reimbursements and ensure full compliance with federal funding guidelines. 26 257 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida To summarize the schedule milestones and reporting commitments: ● Mobilization completed and onsite readiness within 7 days of Notice to Proceed. ● Full operational status and active debris removal by day 10 post-NTP. ● Targeted debris removal completion within 30 to 45 days, with adherence to environmental and safety standards. ● Weekly progress reports including GPS-stamped photographic documentation submitted to City Project Manager. ● Demobilization and final project closeout within 10 days after completion of field work. ● Delivery of comprehensive documentation to support NRCS and FEMA reimbursement processes. This timeline reflects Rapid Response Disaster Services LLC’s refined rapid response model, honed through extensive experience managing federally funded debris operations. Our methodical schedule ensures accelerated mobilization, efficient work sequencing, and consistent communication to maintain accountability and meet the City’s expectations for timely project delivery. The integration of detailed progress reporting aligns with federal program requirements and supports ongoing transparency throughout the project lifecycle. 27 258 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 6. Section G – Mandatory Bid Forms 6.1. Submission of Mandatory Forms Rapid Response Disaster Services LLC recognizes the critical importance of full compliance with all mandatory documentation requirements as outlined in this ITB. Our firm maintains a comprehensive system to ensure that all required forms are meticulously completed, accurately signed, and properly notarized when necessary, reflecting our unwavering commitment to legal, ethical, and regulatory adherence. This disciplined approach facilitates expeditious contract award and execution, minimizing administrative delays and reinforcing our reliability as a partner in public sector projects. Our established procedures include dedicated administrative oversight and a thorough internal review process for all mandatory forms. This process guarantees that submissions such as the Bidder Information and Acknowledgement Form, Reference Information Form, Insurance Requirements, Scrutinized Company Certification, Non-Collusion Affidavit, Drug-Free Workplace Certification, Public Entity Crimes Statement, Debarment Certification, E-Verify Statement, Conflict of Interest Statement, SMWBE Utilization Plan, and Byrd Anti-Lobbying Certification are all current, compliant, and reflect the highest standards of integrity. Our past performance across 28 disaster response projects, with zero ethics or compliance violations, demonstrates our ability to maintain this level of rigor consistently. 28 259 REFERENCE INFORMATION FORM ITB # 04-25-01 PH Name: Creek Debris Removal Services Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Bidder Representative Typed Name/Title: Bidder Representative Signature: Bidder: TFR Enterprises Steven Vinyard 601 Leander Drive Leander Texas 78641 512 619-1087 $3,176,485.78 11/24-02/25 Phillips and Jordan Edd Satterfield 30115 State Road 52 Suite 301 San Antonio Florida 33576 800 511-6027 $876,947.21 12/24-03/25 Sawgrass Landings Condo Association Vicky Leehe Crystal River Florida 772 209-2456 $68,000.00 08/23 & 10/24 Donovan Kimmer-President Rapid Response Disaster Services LLC 29 260 Rapid Response Disaster Services LLC Contract and Refrences List Date Ongoing Disaster Contract Owner Prime Company Scope Contract Value Contact Person May 2025 Yes No Disaster South Florida Water Managment District NA Geosynthetic Shoreline Stabilization $230,000.00 Mark Morris rmmorris@sjrwmd.com Procurment Specialist April 2025 Yes No Disaster Suwannee County Florida NA Land Clearing Sedimient Removal $175,041.23 Brenda Flannigan brendaf@suwcountyfl.gov 386-365-3041 County Administrator January 2025 No Tri States Flooding West Virginia DOT NA Debris Removal and Road Clearence Waterway Debris Removal $754,213.97 Bruce Williams bwilliams@wv.dot.gov December 2024 No Hurricane Helene State of Tennessee Phillips and Jordan 30115 State Road 52 Suite 301 San Antonio, FL 33576 Waterway Debris Removal Shoreline Stabilization Sediment Removal $876,947.21 Edd Satterfield estterfield@pandj.com 800-511-6027 Project Manager November 2024 No Hurricane Helene Carter County TN TFR Enterprises INC 601 Leander Drive Leander, TX 78641 Road Clearing, Debris Removal and Reduction $3,176,485.78 Steven Vinyard steven@tfrinc.com 512-619-1087 Project Manager Sebtember 2024 No Hurricane Helene Florida DOT DRC Emergency Services 6702 Broadway Galveston, TX 7754 Debris Removal and Reduction Shoreline Stabilization $276,918.53 Andy Allshouse allhouse@drc.com 918-741-9658 September 2024 No Hurricane Helen Sawgrass Landings Condo Association Crystal River Florida NA Debris Removal Sediment Removal $48,912.65 Vicky Leehe 772-209-2741 October 2024 No Hurricane Milton Army Corps Of Engineers Coastal Staffing Services LLC 423 Cypress Street Sulphur, LA 70663 Provide Labor and Services for food, shower, restroom, and Laundry Services $279,318.47 Lori Morrison lori@teamcss.net 337-302-7062 Owner of Coastal Staffing October 2024 No Hurrican Milton Sawgrass Landings Condo Association Crystal River Florida NA Water and Mold Mitigation and Remediation. Debris Removal $187,459.23 Vicky Leehe 772-209-2741 October 2024 No Hurricane Milton Florida DOT DRC Emergency Services 6702 Broadway Galveston, TX 7754 Debris Removal and 72 Hours Push $1,875,447.94 Andy Allshouse allhouse@drc.com 918-741-9658 August 2023 No Hurricane Idalia Sawgrass Landings Condo Association Crystal River Florida NA Water and Mold Mitigation and Remediation. Debris Removal $287,314.25 Vicky Leehe 772-209-2741 August 2023 No Hurricane Idalia Florida DOT TFR Enterprises INC 601 Leander Drive Leander, TX 78641 Debris Removal and Reduction $845,123.47 Steven Vinyard steven@tfrinc.com 512-619-1087 Project Manager September 2021 No Hurricane Ida Army Corps of Engineers TFR Enterprises INC 601 Leander Drive Leander, TX 78641 Debris Removal and Reduction Waterway Debris Removal $3,457,862.32 Steven Vinyard steven@tfrinc.com 512-619-1087 Project Manager August 2021 No Hurricane Henri State of Massachusets DRC Emergency Services 6702 Broadway Galveston, TX 7754 Debris Removal $854,912.35 Andy Allshouse allhouse@drc.com 918-741-9658 30 261 August 2020 No Hurricane Hannay City of Port Mansfield TX Ashbritt Inc 565 E Hillsboro Blvd Deerfield Beach, FL 33441 Debris Removal and Reduction $3,678,941.25 Christopher Holsinger cholsinger@ashbritt.com 954-725-6891 Project Manager October 2018 No Hurricane Michael Bay County Florida Ashbritt Inc 565 E Hillsboro Blvd Deerfield Beach, FL 33441 Debris Removal and Reduction Waterway Debris Removal $1,647,891.24 Richie Bensh rbensh@ashbritt.com 954-725-6992 Project Manager September 2018 No Hurrican Florence State of North Carolina Ashbritt Inc 565 E Hillsboro Blvd Deerfield Beach, FL 33441 Debris Removal and Reduction Waterway Debris Removal $289,617.52 Richie Bensh rbensh@ashbritt.com 954-725-6992 Project Manager October 2017 No Hurricane Irma Miami Dade County Phillips and Jordan 30115 State Road 52 Suite 301 San Antonio, FL 33576 Provide Waterway Debris Removal and Hauling $847,568.94 Edd Satterfield estterfield@pandj.com 800-511-6027 Project Manager October 2017 No Hurricane Maria Army Corps of Engineers Puerto Rico Foreman Electric 523 Thompson Lane Austin, Texas 78742 Provide Logistical Support Debris Removal for Powerline Access, $687,247.60 David Kettle david.kettle@foremanelectric.com 405-650-4478 Superintendent Septemer 2017 No Hurricane Irma Collier County Florida TFR Enterprises INC 601 Leander Drive Leander, TX 78641 Debris Removal and Reduction Waterway Debris Removal $2,547,896.00 Steven Vinyard steven@tfrinc.com 512-619-1087 Project Manager August 2017 No Hurricane Harvey Chevron Oil 111 Red Bluff Road Pasadena, Tx 77506 Coastal Staffing Services LLC 423 Cypress Street Sulphur, LA 70663 Water and Mold Mitigation and Remediation on Chevron Facilities and Employee Houses $287,578.69 Lori Morrison lori@teamcss.net 337-302-7062 Owner of Coastal Staffing 31 262 INSURANCE REQUIREMENT FORM Insurance Type Required Limits Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits Employer’s Liability $1,000,000 each accident, single limit per occurrence Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless City of Winter Springs, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. Other Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same Bidder shall provide the CITY with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as “Additional Insured” on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty (30) days cancellation notice required. The undersigned Bidder agrees to obtain, prior to award, if selected, minimum insurance as stated above. Bidder Authorized Signature Officer Title Date Rapid Response Disaster Services LLC Donovan Kimmer-President 05/01/2025 32 263 SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the CITY for goods or services of: a.Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the Bidder is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b.One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to s. 215.473; or c.Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a.The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List; b.Been placed on the Scrutinized Companies that Boycott Israel List or c.Is engaged in a boycott of Israel; or d.Been engaged in business operations in Cuba or Syria. e.Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification. a.The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. b.If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c.If the Bidder does not demonstrate that the CITY’s determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. 33 264 THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a.The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and b.The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c.For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List and, further, are not engaged in business operations in Cuba or Syria; and d.If awarded the Contract, the Vendor, owners, or principals will immediately notify the CITY in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of Bidder) STATE OF ____________________________________ COUNTY OF __________________________________ The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online notarization, this ______ day of __________, 2025 by _____________________ the _________________ of __________________________, a ________________________ (____) who is personally known to me or (_____) who produced ______________________________________ as identification. Notary Public __________________________________ Print Name: ___________________________________ My Commission Expires: _________________________ Donovan Kimmer-President Rapid Response Disaster Services LLC Texas Dallas 4th May Donovan Kimmer President Rapid Response Disaster Services Limited Liability Company DRIVER LICENSE Charles Alexander Weimer 03/17/2029 Electronically signed and notarized online using the Proof platform. 34 265 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF COUNTY OF ____________________________________, being duly sworn, deposes and says that: (1) He/she is ___________________________ of ___________________________________ Title Bidder The Bidder that has submitted the attached response. (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid. (4) Neither the said Bidder nor any of its officers, partners, owners, agent representatives, employees or parties in interest including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Bidder, firm or person, to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of Winter Springs, Florida, or any person interested in the proposed Agreement. (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of interest, including affiant. (Signed) (Title) STATE OF _______________________________ COUNTY OF _______________________________ The foregoing instrument was acknowledged before me this ____________________by _____________________________, who is (___) personally known to me or (___) who has produced _______________________________ as identification and who (did / did not) take an oath. ___________________________________ (Signature of Notary Public) ___________________________________ (Name of Notary Typed, Printed or Stamped) ___________________________________ (Commission Number) Donovan Kimmer-President Texas Dallas Rapid Response Disaster Services LLC Donovan Kimmer President Texas Dallas 4th day of May, 2025 Donovan Kimmer DRIVER LICENSE Charles Alexander Weimer 135507095 Notary Public, State of Texas Electronically signed and notarized online using the Proof platform. 35 266 DRUG FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that ___________________________________________________________________ does: (Name of Bidder) 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 contract a copy of the Drug-Free statement. 4.Notify the employees that as a condition of working on the commodities or contractual services that are under contract, 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 States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5.Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, 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. 7.As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. (Authorized Signature) (Date) (Print/Type Name as Signed Above Rapid Response Disaster Services LLC Donovan Kimmer-President 05/01/2025 36 267 PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid for ITB # 04-25-01 PH Creek Debris Removal Services. 2.This sworn statement is submitted by (Bidder) ______________________________ whose business address is _________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is __________________________(If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ___________. 3. My name is ____________________ and my relationship to the Bidder named above is ________________________. 4.I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5.I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6.I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1.A predecessor or successor of a person convicted of a public entity crime; or 2.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7.I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Rapid Response Disaster Services LLC 13550 NE County Road 339 Trenton Florida 32693 33-1545617 Donovan Kimmer President of Company 37 268 PUBLIC ENTITY CRIMES STATEMENT cont. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies) ____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. ____The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.) ____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.) ____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with, the Department of General Services.) _______________________________________________________ Signature Date: STATE OF ________________________________ COUNTY OF ______________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this _____ day of ________________, 2025, and is personally known to me, or has provided ______________________ as identification. ___________________________________My Commission expires: ________________ Notary Public X 05/04/2025 Texas Dallas 4th May Drivers License Charles Alexander Weimer Electronically signed and notarized online using the Proof platform. 03/17/2029 38 269 DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A - Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that its principals: a.Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b.Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c.Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and d.Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification set out below; a.The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b.The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c.The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 39 270 d.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e.The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f.The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i.Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B - Lower Tier Covered Transactions a.The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b.Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 40 271 Instructions for Certification (B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b.The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. e.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 41 272 h.Except for transactions authorized under paragraph (5) of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Bidder: Date: Signature of Authorized Certifying Official: Title: Rapid Response Disaster Services LLC 05/01/2025 Donovan Kimmer-President 42 273 E-VERIFY STATEMENT Bid Number: ITB # 04-25-01 PH Project Description: Creek Debris Removal Services Bidder acknowledges and agrees to the following: Bidder shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1.All persons employed by the Bidder during the term of the Contract to perform employment duties within Florida; and 1.All persons assigned by the Bidder to perform work pursuant to the contract with the CITY. Bidder: _____________________________________________________________________ Authorized Signature: __________________________________________________________ Title: ________________________________________________________________________ Date: _______________________________________________________________________ Rapid Response Disaster Services LLC Donovan Kimmer-President 05/01/2025 43 274 CONFLICT OF INTEREST STATEMENT This sworn statement is submitted with Bid for ITB # 04-25-01 PH Creek Debris Removal Services This sworn statement is submitted by (Bidder) ________________________ whose business address is _____________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is _____________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ____________.) My name is ________________________ and my relationship to the Bidder named above is__________________. 1.The above-named Bidder is submitting a Bid for the City of Winter Springs. 2.The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her own knowledge. 3.The Affiant states that only one submittal for the above Bid is being submitted and that the above-named Bidder has no financial interest in other entities submitting Bids for the same project. 4.Neither the Affiant nor the above- named Bidder has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the Bidder’s submittal for the above Bid. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. 5.Neither the Bidder nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. 6.Neither the Bidder nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7.I certify that no member of the Bidder’s ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. 8.I certify that no member of the Bidder’s ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. 9.In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named Bidder will immediately notify the City of Winter Springs. ________________________________________________________ Signature Date: STATE OF _______________________________ COUNTY OF _____________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ___ day of ________________, 2025, and is personally known to me, or has provided ______________________ as identification. ___________________________________ My Commission expires: ____________________ Notary Signature Rapid Response Disaster Services LLC 13550 NE County Road 339 Trenton Florida 32693 33-1545617 Donovan Kimmer President of Company 05/04/2025 Texas Dallas 4th May DRIVER LICENSE Charles Alexander Weimer 03/17/2029 Electronically signed and notarized online using the Proof platform.44 275 SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (Bidder): ________________________________________________________ Project Name : Creek Debris Removal Services Project ITB #04-25-01 PH 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. •Placing qualified small and minority business and women’s business enterprises on solicitation lists. •Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. •Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. •Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. •Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd Rapid Response Disaster Services LLC 45 276 BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. §1352 (as amended). 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. See below – Certification Regarding Lobbying. Byrd Anti-Lobbying Certification Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LL, “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 section 1352, title 31, U.S. Code. 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. Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended) The Bidder, _____________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Bidder’s Authorized Official Name and Title of Bidder’s Authorized Official Date Rapid Response Disaster Services LLC Donovan Kimmer-President 05/01/2025 46 277 How to Verify This Transaction Every Proof transaction is recorded and saved for a minimum of five years. Whether you receive an electronic or printed paper copy of a Proof document, you can access details of the transaction and verify its authenticity with the information below. To get started, visit verify.proof.com and enter this information: Access ID: Access PIN: For more information on how to verify Proof transactions, please visit: support.proof.com RGGYJ92J W3YPXC 47 278 Rapid Response Disaster Services LLC Response to ITB #04-25-01 PH City of Winter Springs Florida 7. Section H – Florida State Corporate Filing 7.1. Proof of Signatory Authority Rapid Response Disaster Services LLC understands the critical importance of providing clear and verifiable proof of signatory authority in compliance with the requirements set forth by the City of Winter Springs. To ensure full transparency and adherence to the ITB instructions, the company will provide a certified screenshot directly from the Florida Department of State Division of Corporations (Sunbiz.org), which clearly identifies the authorized corporate officer empowered to execute this proposal and bind the company legally. This documentation will be current, verifiable, and accompanied by any additional corporate resolutions or powers of attorney necessary to confirm signing authority. The company’s established history of seamless compliance with municipal and state procurement requirements reflects its commitment to administrative rigor and contract integrity. By submitting this proof of authority promptly and accurately, Rapid Response Disaster Services LLC demonstrates its readiness to move forward in partnership with the City of Winter Springs and instills confidence in its contractual capabilities. This approach aligns with the company’s broader commitment to professionalism, regulatory compliance, and transparent communication. 48 279 13550 NE COUNTY ROAD 339 TRENTON, FL 32693 Current Principal Place of Business: Current Mailing Address: 13550 NE COUNTY ROAD 339 TRENTON, FL 32693 US Entity Name: RAPID RESPONSE DISASTER SERVICES LLC DOCUMENT# L24000442187 FEI Number: 33-1545617 Certificate of Status Desired: Name and Address of Current Registered Agent: KIMMER, DONOVAN R 13550 NE COUNTY ROAD 339 TRENTON, FL 32693 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Feb 07, 2025 Secretary of State 4281210837CC DONOVAN KIMMER MANAGER 02/07/2025 2025 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT No Title MGR Name BLITCH, LEVI H Address 13550 NE COUNTY ROAD 339 City-State-Zip:TRENTON FL 32693 Title AGENT Name BLITCH, LEAH Address 13550 NE COUNTY ROAD 339 City-State-Zip:TRENTON FL 32693 Title MGR Name KIMMER, DONOVAN R Address 13550 NE COUNTY ROAD 339 City-State-Zip:TRENTON FL 32693 Title AGENT Name TISETH, VICKI Address 13550 NE COUNTY ROAD 339 City-State-Zip:TRENTON FL 32693 49 280 Rapid Response Disaster Service LLC 13550 NE County Road 339 Trenton, FL 32693 Phone: (352) 477-0842 Email: donovank@khlogisticsllc.net Drug and Alcohol Testing Program Effective Date: 01/01/2025 Reviewed by: Donovan K. Approved by: Management 1. Purpose Rapid Response Disaster Service LLC ("the Company") is committed to maintaining a safe, drug-free workplace and ensuring compliance with applicable federal, state, and local regulations, including those mandated by the U.S. Department of Transportation (DOT) and the Federal Motor Carrier Safety Administration (FMCSA). This program outlines our approach to drug and alcohol testing for all employees, including CDL and non-CDL personnel. 2. Applicability This program applies to all employees, contractors, and applicants for positions with the Company. The following categories of individuals are covered: ● CDL drivers operating commercial motor vehicles subject to FMCSA regulation ● Non-CDL employees who perform safety-sensitive duties or may be deployed during emergency/disaster response 50 281 3. FMCSA Compliance and Consortium Participation Rapid Response Disaster Service LLC participates in a DOT-compliant, FMCSA-mandated random drug and alcohol testing consortium. This consortium: ● Ensures our CDL drivers are enrolled in a pool subject to random selection for drug and alcohol testing ● Maintains strict adherence to the required annual testing rates set by the FMCSA ● Manages required pre-employment, post-accident, reasonable suspicion, return-to-duty, and follow-up testing We also voluntarily include non-CDL employees in this consortium’s random testing pool to promote safety and maintain readiness for rapid deployment in emergency settings. 4. Types of Testing The Company requires drug and/or alcohol testing in the following situations: ● Pre-Employment Testing: All new hires must pass a drug test before beginning safety-sensitive duties. ● Random Testing: Conducted on a continuous, unannounced basis for both CDL and non-CDL employees. ● Reasonable Suspicion Testing: Initiated when a supervisor has a reasonable belief an employee is under the influence. ● Post-Accident Testing: Following qualifying accidents as defined by FMCSA and internal policy. ● Return-to-Duty and Follow-Up Testing: For employees returning after a drug or alcohol policy violation. 51 282 5. Testing Procedures All testing is conducted by certified laboratories using HHS-certified procedures for specimen collection, chain of custody, and analysis. A Medical Review Officer (MRO) will review all positive test results to ensure accuracy and fairness. 6. Confidentiality All test results are kept strictly confidential and are only disclosed as required by law or with written employee consent. 7. Consequences of Policy Violation Violation of this policy, including refusal to test or a confirmed positive result, may result in disciplinary action up to and including termination of employment and/or disqualification from operating commercial motor vehicles under DOT regulations. 8. Employee Education and Supervisor Training Employees are provided with educational materials about the effects of drug and alcohol use. Supervisors receive training to recognize signs of drug and alcohol misuse and understand testing protocols. 9. Program Review and Updates This program is reviewed annually and updated as needed to reflect changes in law, FMCSA guidance, or Company operations. For any questions regarding this program or to report concerns confidentially, contact: Donovan K. – Program Administrator Email: donovank@khlogisticsllc.net Phone: (352) 477-0842 52 283 Safety Plan Rapid Response Disaster Services LLC 13550 NE County Road 339, Trenton, Florida 32693 📞 (352) 477-0842 📑 Table of Contents 1. Purpose and Scope 2. Right-of-Way (ROW) Operations 3. General Safety Guidelines 4. Vegetative Debris Removal 5. Grinding & Reduction of Vegetative Debris 6. White Goods Handling 7. Construction & Demolition (C&D) Debris 8. C&D Compaction Procedures 9. Hazardous Materials (HAZMAT) 10. Pile, Pit & Air Curtain Burning 11. Knucklebooms & Debris Loaders 12. Emergency Procedures 13. Training & Documentation 14. Compliance and Review 53 284 1. Purpose and Scope This Debris Removal Safety Plan outlines the operational and safety procedures followed by Rapid Response Disaster Services LLC during FEMA-related debris removal missions. The company specializes in Right-of-Way (ROW) clearance services, ensuring rapid restoration of critical infrastructure and access routes following disasters. The scope includes the removal and management of: ● Vegetative debris ● White goods ● Construction and demolition (C&D) debris ● Hazardous materials ● Burn operations and debris grinding ● Equipment operations and hauling This plan complies with FEMA guidelines, OSHA standards, and local/state environmental and safety regulations. 2. Right-of-Way (ROW) Operations ROW services are focused on clearing roads, utility corridors, and other public rights-of-way to ensure safe passage for emergency and recovery vehicles. Clients include federal, state, and local agencies, as well as utility partners. Key objectives: ● Remove debris obstructing roads, driveways, easements, and sidewalks ● Protect public safety and prevent further property damage ● Ensure compliance with FEMA eligibility criteria for debris reimbursement ● Maintain coordination with local emergency management and public works departments 54 285 Traffic control, environmental protection, and safety protocols are applied to every ROW operation. 3. General Safety Guidelines ● All personnel must participate in initial and daily safety briefings. ● Use of personal protective equipment (PPE) is mandatory: hard hats, safety glasses, gloves, high-visibility vests, and steel-toe boots. ● Maintain situational awareness, especially around heavy equipment and active traffic zones. ● Report all incidents, near misses, and injuries immediately. ● Maintain good hydration and monitor workers for heat or cold stress. ● All tools and equipment must be inspected prior to use. 4. Vegetative Debris Removal Vegetative debris includes trees, limbs, stumps, and brush obstructing the ROW. Safety Hazards: ● Chainsaw use ● Falling limbs ● Unstable trees ● Overhead utilities Control Measures: ● Only trained and certified personnel may use chainsaws. 55 286 ● Maintain minimum clearance from power lines. ● Use spotters when felling trees. ● Secure chipping and cutting areas with perimeter controls. 5. Grinding & Reduction of Vegetative Debris Reduction operations are performed using tub grinders or horizontal grinders to reduce volume prior to disposal or reuse. Equipment: ● Horizontal grinders ● Tub grinders ● Screening attachments Safety Hazards: ● High-speed debris ejection ● Mechanical entrapment ● Noise and dust Control Measures: ● Maintain a 50-foot clearance zone around grinders. ● Use PPE: face shields, hearing protection, gloves, and respiratory protection as needed. ● No loose clothing or jewelry near machinery. ● Operators must be trained and experienced. ● Shut down equipment before clearing jams or servicing. 56 287 6. White Goods Handling White goods (appliances such as refrigerators, washers, dryers) are removed from the ROW and processed separately. Safety Hazards: ● Sharp metal edges ● Refrigerant gases ● Mold and bacteria Control Measures: ● Doors must be secured or removed to prevent entrapment. ● Refrigerants are removed by EPA-certified technicians. ● Handle moldy goods with gloves and respirators if necessary. ● Appliances must be staged separately from other debris streams. 7. Construction & Demolition (C&D) Debris C&D debris includes building materials, structural components, insulation, glass, and similar waste. Safety Hazards: ● Sharp materials ● Heavy objects ● Collapsing piles Control Measures: 57 288 ● Wear cut-resistant gloves, safety boots, and long sleeves. ● Use mechanical loaders when feasible. ● Keep unauthorized personnel clear of active loading zones. ● Secure loose debris during transport to prevent blowouts. 8. C&D Compaction Procedures To increase efficiency and reduce volume, compacting debris may be performed in staging areas. Equipment Used: ● Excavators with tampers ● Vibratory rollers ● Bulldozers Safety Hazards: ● Structural instability ● Airborne particulates ● Hidden sharp objects Control Measures: ● Evaluate each pile for hidden hazards. ● Apply water to suppress dust. ● Maintain safety zones around compacting equipment. ● Operators must be trained on equipment-specific hazards. 58 289 9. Hazardous Materials (HAZMAT) During disaster cleanup, hazardous materials may be encountered in debris piles or flood zones. Common HAZMAT: ● Paints, oils, and solvents ● Batteries ● Propane tanks ● Asbestos-containing materials (ACMs) ● Contaminated flood debris Safety Protocols: ● Identify and flag hazardous debris. ● Only HAZWOPER-trained staff may handle hazardous waste. ● Wear chemical-resistant gloves, Tyvek suits, and respirators where appropriate. ● Segregate hazardous materials from general debris and label clearly. ● Store in DOT-approved containers and report incidents to appropriate authorities. 10. Pile, Pit & Air Curtain Burning Vegetative debris may be burned when grinding or hauling is not practical. Burn methods include: ● Open pile burning ● Earth pit burning 59 290 ● Air curtain incineration Requirements: ● All burns must be supervised by a Certified Prescribed Burner or authorized professional. ● Follow all state forestry and fire marshal regulations. ● Maintain firebreaks and have fire suppression equipment on-site. ● Monitor wind, humidity, and local burn bans. ● Document burn activity daily. 11. Knucklebooms & Debris Loaders Used for roadside debris collection and loading. Operator Requirements: ● Valid CDL (as applicable to gross vehicle weight and state law) ● DOT medical certification ● Enrollment in a federally compliant drug & alcohol testing program ● Documented experience and equipment training Safety Hazards: ● Crush hazards ● Tipping or rollover ● Overhead obstructions Control Measures: 60 291 ● Pre-use inspections are mandatory. ● Outriggers must be fully deployed before lifting. ● Never operate under power lines. ● Use ground guides or spotters during complex operations. ● Maintain vehicle logbooks and licensing documentation. 12. Emergency Procedures In Case of Emergency: ● Call 911 and notify the site supervisor immediately. ● Provide first aid if trained and safe to do so. ● Evacuate the area if there is fire, gas, or chemical exposure. ● Maintain updated emergency contacts and directions to the nearest hospital at each worksite. 13. Training & Documentation All field personnel must complete the following prior to deployment: ● FEMA Debris Operations Orientation ● OSHA 10- or 30-Hour Construction Safety ● HAZWOPER (if assigned to HAZMAT operations) ● Grinder and heavy equipment operator training ● Certified Burner certification (if applicable) 61 292 ● Traffic Control & Flagging certification Records Maintained: ● Daily safety briefings ● Equipment inspection checklists ● Load tickets and debris monitoring forms ● Incident reports and injury logs ● Drug and alcohol compliance files 14. Compliance and Review This plan is reviewed quarterly or after any major incident. It is compliant with: ● FEMA 325 Debris Management Guide ● OSHA 29 CFR 1910 and 1926 ● FMCSA CDL requirements ● State forestry, fire, and environmental regulations ● Local ordinances and burn permitting procedures 62 293 Rapid Response Disaster Services LLC 13550 NE CR 339 Trenton FL 32693 352-477-0842 donovank@khlogisticsllc.net Type Quantity FEMA CODE Fema Reimbursment Cost Per Hour NOT Including Operator Air Compressor 4 8011 $20.32 ATV 2 8090 $21.87 Chainsaw 20"25 8189 $3.57 Wheel Loader 3 8209 $94.20 Dozer Tracked 4 8252 $125.64 Excavator Steel Tracked 3 8283 $162.85 Motor Grader 1 8334 $167.74 Skid Steer 9 8542 $78.88 Utility Trailer 7x16 Enclosed 2 8644 $7.29 48 Spread Axle FB 3 8708 $10.74 Dry Van 53ft 2 8709 $12.17 Motor Coah(Sub)5 8754 $79.22 Truck Tractor 6 8789 $87.02 Fuel truck 2 8841 $38.94 Service Truck 8 8840 $49.80 Light tower 30ft 5 8870 $9.65 Light Tower 20ft 8 8871 $5.70 Command Trailer 1 8848 $62.81 3/4 Ton DSL 4x2 3 8798 $40.30 Welders-On Service truck 4 8772 $19.07 Horizontal Grinder 1 8627 $73.25 Tub Grinder 2 8623 $355.20 Walking Floor Live Bottom 3 Knuckleboom Double 150CY+3 8208 $197.06 Knuckleboom Single 50CY+4 8208 $197.06 Lightning Loader 25CY+2 63 294 Dump Trailers With Loader 25CY+6 Lowboy 50-75 Ton Capacity 2 Deck Barge-50x35x9 2 8111 $53.15 Deck Boat for Barge 2 8142 $118.32 Airboat 1 8133 $254.40 Back Pack Blower 5 8184 $1.90 64 295 29 6 29 7 29 8 29 9 30 0 30 1 30 2 30 3 30 4 30 5 30 6 30 7 30 8 30 9 31 0 31 1 31 2 31 3 31 4 31 5 31 6 31 7 31 8 31 9 32 0 32 1 32 2 32 3 32 4 32 5 32 6 32 7 32 8 32 9 33 0 33 1 33 2 33 3 33 4 33 5 33 6 33 7 33 8 33 9 34 0 34 1 34 2 34 3 34 4 34 5 34 6 34 7 34 8 34 9 35 0 35 1 35 2 35 3 35 4 35 5 35 6 35 7 35 8 35 9 36 0 36 1 REQUEST FOR PROPOSAL Proposal By This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd | City of Winter Springs Creek Debris Removal Services CITY OF WINTER SPRINGSCREEK DEBRIS REMOVAL SERVICES Winter Springs City Hall,1126 East State Road 434Winter Springs, Florida 32708Attention Procurement Manager James W. Turner Construction, Ltd. 24670 Sandhill Blvd., Unit 503 Punta Gorda, Florida 33983 Page 1362 SECTION A. BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 2363 36 4 SECTION B. TABLE OF CONTENTS CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 4365 A. Bidder Information and Acknowledgement FormB. Table of ContentsC. Introduction LetterD. Qualifications 1. General 2. Bidder Experience 3. Team Experience 4. Florida Knowledge 5. References 6. ConclusionE. Other InformationF. Cost & TimeG. Mandatory Bid FormsH. Florida State Corporate FilingAppendix 1 - Key Staff Resumes TABLE OF CONTENTS CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services pg. 3pg. 5pg. 7 pg. 9pg.10pg. 13pg. 16pg. 17pg. 19pg. 21pg. 24pg. 26pg. 38 Page 5366 SECTION C. INTRODUCTION LETTER CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 6367 Rebuilding communities, one house at a time May 9, 2025 Dear Sirs and Madams, I am writing on behalf of James W. Turner Construction, Ltd (JWTC) to present our proposal for the City of Winter Springs Creek Debris Removal Services. We are delighted to offer our qualifications and expertise to assist in addressing the continued needs of the City of Winter Springs. Our company takes pride in its highly skilled and experienced personnel, ensuring that we possess the necessary capabilities and resources to fulfill all the requirements for emergency debris removal efforts. Leveraging our extensive experience and track record of high-volume response, we are committed to delivering top-notch quality in a time-efficient manner. JWTC is keenly aware of the devastation Florida experiences during natural disasters, especially in recent years. Having played a significant role in multiple FEMA, HUD CDBG, CDBG-DR, HRA, and HOME Disaster Recovery Programs, we are dedicated to offering superior services to support the City of Winter Springs, with the ultimate goal of providing efficient, effective debris clearance, removal, and disposal services. Our commitment extends to our preference for utilizing local suppliers, subcontractors, and available labor resources, ensuring that the over 95% of our labor and material budgets are spent locally. JWTC has a proven track record as both job creators and community investors. We prioritize buying locally, hiring locally, and contributing to the betterment of the communities where we operate. This principle is deeply ingrained in our organization and is one of the key reasons behind our status as a preferred contractor on a national level. Our achievements have been earned one project and one disaster recovery initiative at a time. With a successful history of completing over 33,000 disaster recovery projects, JWTC has served in over 60 different CDBG-DR, CDBG, CDBG- MIT, HRA, HOME, and FEMA programs, including those related to hurricanes and flood events in Florida, Louisiana, Texas, Florida, Alabama, Puerto Rico, North Carolina, New York, and New Jersey. Our ability to mobilize swiftly and immediately commence construction has been a cornerstone of our success. We commit to mobilizing immediately upon receipt of task order. JWTC maintains 11 strategically located Gulf Coast offices, including our office in Punta Gorda, FL , directly serving this program. We are incredibly proud to serve the residents of the City of Winter Springs, and our team is standing ready and equipped to mobilize when needed. We are proud to serve the City of Winter Springs with a commitment to exceptional production standards. We take our responsibilities and obligations to the City of Winter Springs seriously. It is our intent to perform services under a contract resulting from this solicitation, be bound to the terms of this proposal and prices provided herein. No corporate expansion is required to provide services under this contract. We relocate team members routinely to facilitate the needs of our clients. We are committed to consistently improving our operations while providing cost-effective, high-quality debris removal and disposal services. Our goal is to support the residents, the City of Winter Springs, and communities across Florida with dependable, innovative solutions. We look forward to partnering with you. Sincerely, James W. Turner, GMB, CMB, CAPS President/ CEO 24670 Sandhill Blvd, Unit 503 Punta Gorda, FL 33983 P: 800-483-9333 F: 281- 290-9511 info@jwtc.net www.jwtc.net JWTC has a rich history of involvement in more than 60 HRA, HOME, CDBG, CDBG-DR, and FEMA programs across the United States. With over 43 years of disaster response experience and over 37 years of experience in FEMA, HUD HOME, HRA, CDBG, and CDBG-DR programs, our team stands ready to contribute our valuable insights and knowledge to the City of Winter Springs as they embark on the critical task of preparing for storm seasons ahead. CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 7368 SECTION D. QUALIFICATIONS CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 8369 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services SECTION D - QUALIFICATIONS1. GENERALJames W. Turner Construction, Ltd. was founded by James Turner, President/ CEO in 1982, and registered as a Limited Partnershipin the State of Texas on July 12, 1995, with the primary focus of providing disaster response services and affordable constructionservices. JWTC is not an affiliate of another company, in a joint venture or strategic alliance with any other company for thissolicitation response to this IFB. We are licensed and authorized to perform business in the state of Florida (Residential Contractor Lic. #CRC1332448 and FloridaDept. of State Registration B19000000113, Florida CGC pending approval). We commit to obtaining any additional licenses orregistrations required by a contract resulting from this solicitation. JWTC is an Equal Opportunity Employer and shall adhere to anyapplicable local, state, or federal affirmative action requirements. Additional minimum requirements are addressed further in thisproposal response, including our Staging Plan, Previous Performance, and additional Qualifications. James W. Turner Construction, Ltd and our associates have an extensive resume of land debris removal, marine debris removal,emergency road clearance, tree trimming / stump removal, sand screening, mulch haul out, DMS management, demolition, grinding,asbestos abatement, and HHW removal. Our volume of work covers 850 miles of Gulf Coast, with disaster response work in Texas, Louisiana, Alabama, Florida, NorthCarolina, New York, New Jersey, and Puerto Rico. GENERAL COMPANY INFORMATION:Company Name: James W. Turner Construction, Ltd. Federal Tax ID: 76-0478487Corporate Office (mailing address):14215 Mary Jane Lane, Tomball, TX 77377Email Address: info@jwtc.netPhone Number: (800) 483-9333Fax Number: (281) 290-9511Website: www.jwtc.net OF DISASTER RESPONSE EXPERIENCE 37+YEARS 33,000 COMPLETED PROJECTS 11 TOTAL OFFICE LOCATIONS:PUNTA GORDA, FL- HQ FOR CITY OF WINTER SPRINGSLake Charles, LANorth Houston Office in Tomball, TX (Headquarters)Houston/Galveston Office in La Marque, TXGolden Triangle Office in Beaumont, TXGolden Triangle Office in Nederland, TXSouth Texas Office in Pleasanton, TXSouth Texas Office in Rockport, TXLower Rio Grande Valley Office in La Feria, TXMobile, ALAshville, NC FLORIDA CHARTER#: B19000000113FLORIDA CONTRACTOR LICENSE #:CRC1332448DUN & BRADSTREET NUMBER:83-027-3111CAGE CODE:6VGV1 Page 9370 SECTION D - QUALIFICATIONS 2. BIDDER EXPERIENCE James W. Turner Construction, Ltd. (JWTC) is proud to submit this proposal for the City of Winter Springs for Creek Debris Removal. JWTC is uniquely qualified to support this program based on our longstanding philosophy of service, extensive program experience, proven capability, and a strong track record of customer satisfaction. Our competitive advantage is evident throughout this response and clearly demonstrates our capacity to fulfill all requirements outlined in the RFQ. For more than 37 years, JWTC has specialized in disaster recovery and community restoration efforts using funding from FEMA, HUD CDBG, CDBG-DR, HRA, HOME, and other federal sources. We have successfully delivered large-scale demolition and debris removal services in both pre- and post-disaster settings, and we bring the management infrastructure, workforce capacity, and operational expertise needed to perform high-volume, high-quality disaster response services throughout Florida - including the City of Winter Springs. JWTC’s experience spans an extensive portfolio of disaster-related recovery operations, including structural demolition, debris removal, site clearance, and emergency response activities following major hurricanes and flooding events. A significant portion of this work has taken place in Florida and surrounding areas. Specifically, in response to Hurricane Ian and subsequent flood events, JWTC has been instrumental in clearing, preparing, and restoring hundreds of residential and community sites, enabling rapid and compliant recovery efforts across the Gulf Coast. Our established operational presence in the region positions us to mobilize quickly and effectively. Over the past 37 years, JWTC has supported more than 60 federally funded disaster programs across Texas, the U.S. mainland, the U.S. Virgin Islands, and Puerto Rico. We are well-versed in federal guidelines and funding compliance requirements, particularly under FEMA and HUD disaster response mandates. From Hurricanes Rita and Ike to Harvey and Imelda, JWTC has played a central role in the logistical and field operations of some of the state’s largest disaster recovery efforts. Our leadership, under James W. “J.W.” Turner, brings over 43 years of experience in construction, demolition, and emergency response. Our team includes professionals with more than 800 years of combined experience in disaster recovery operations. We have built a reputation for providing efficient, compliant, and community-focused services — including the safe removal of debris, coordination of temporary staging areas, management of environmental concerns, and logistical support during times of crisis. JWTC and our partners have substantial experience in disaster response services — including structural and site debris clearance, removal, TDMS management, emergency protective measures, and infrastructure clearance. We understand the critical importance of timely, safe, and compliant cleanup services in the wake of natural disasters. We have previously worked within similar regulatory frameworks and are committed to aligning our work with all applicable local, regional, state, and federal requirements. This includes FEMA debris monitoring protocols, environmental permitting standards, and all codes relevant to disaster response and public safety. JWTC and our partners’ extensive disaster recovery and debris removal experience spans numerous activations across the nation, including Hurricanes Ian (September 2022), Ida (August 2021, Washington Parish, LA), Sally (September 2020, Baldwin County, AL), and Michael (October 2018, Bay County, FL). CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 10371 Understanding the needs of the City of Winter Springs Providing outstanding customer service Servicing the City of Winter Springs as the Client Providing qualified, skilled labor from local subcontractor resources Providing a high-quality services at a fair price Performing timely completion to meet the needs of the program flow Being quick and efficient Responsible fiscal management Taking a proactive management and operational approach Utilizing effective problem-solving strategies to respond instead of reacting Striving for excellence in all that we do JWTC’S KEY TO SUCCESS: When analyzing a response of this nature, we consider the critical factors that make this and any disaster recovery programsuccessful. We are committed to delivering the following key aspects critical to program success: JWTC’S CREEK DEBRIS REMOVAL EXPERIENCEOur response is rooted in the same proven approach we’ve successfully implemented over the past 36 years across numerousfederally funded disaster response and recovery programs. JWTC has delivered large-scale services under FEMA, HUD CDBG-DR,and HUD CDBG funding, including debris removal, site clearance, TDMS management, demolition, and post-disaster environmentalresponse operations. Our team has supported emergency and recovery programs for a wide range of disasters, including Hurricanes Ian (September 2022),Ida (August 2021, Washington Parish, LA), Sally (September 2020, Baldwin County, AL), and Michael (October 2018, Bay County,FL).. These programs have often involved coordination with Temporary Debris Management Sites (TDMS), hazardous materialhandling, and time-sensitive mobilization for storm and flood-related debris removal. In addition to those efforts, JWTC has delivered key services under FEMA-sponsored programs such as the Texas PREPS Program forHurricane Harvey, GLO’s Direct Assistance for Limited Home Repair (DALHR) Programs, the North Carolina and Puerto Rico STEPPrograms, Louisiana’s Shelter at Home Program following the 2016 Baton Rouge Floods, and New York’s Rapid Repair Program in theaftermath of Superstorm Sandy. Across these programs, JWTC was tasked with fast-paced, scalable field deployment, debrisclearance, staging and haul-out, safety compliance, and site remediation — all under strict federal and local oversight. JWTC’s extensive experience in managing complex, multi-jurisdictional disaster programs positions us as a strong partner for theCity of Winter Springs debris removal and management efforts. We understand the operational and logistical demands that comewith emergency response environments. Our ability to quickly scale, deploy trained crews, coordinate with local authorities, andmanage compliance documentation in real time has made us a trusted contractor for municipal, county, and state governmentsacross Texas and beyond. Our team meets all necessary requirements for financial stability, bonding, insurance, and compliance with HUB and Section 3subcontracting goals. Over the course of our company’s history, JWTC has completed more than 33,000 federally funded recoveryand remediation projects — a reflection of our deep expertise in post-disaster field operations. With a dedicated disaster recovery team, seasoned project managers, and the equipment capacity to operate and maintain multipleTDMS sites simultaneously, JWTC is ready to support the City of Winter Springs in its ongoing efforts to clear waterways of debrisand restore public safety. CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 11372 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Hurricane Ian (September 2022) Performed debris hauling under Crowder Gulf for Sarasota County, Sanibel Island, Fort Myers, Cape Coral, Fort Myers Beach, North Fort Myers, and Lee County. Managed demolition, C&D reduction, recycling, debris management, and site restoration, including full MHU park demolition, under a set-aside contract with CFB/Ceteris JV LLC. Hurricane Ida (August 2021, Washington Parish, LA) Performed a turnkey project for Washington Parish under GreenCO, managing haul-in, grinding, site operations, and waterway cleanup. Hurricane Sally (September 2020, Baldwin County, AL) Completed turnkey projects, handled grinding, site management, hauling, and waterway cleanup in Orange Beach, Robertsdale, Summerdale, and Magnolia, AL, in partnership with GreenCO. Hurricane Michael (October 2018, Bay County, FL) Managed grinding operations for Dodson, a first-tier contractor for AshBritt, overseeing significant debris volume reduction. SOME OF OUR RECENT AND RELEVANT PROJECT/PROGRAM EXPERIENCE INCLUDES: Page 12373 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services James “JW” Turner, Executive-In-Charge–President and CEOJ. Eric Friess, Sr. Vice President of OperationsCharlene Zak-Knepper, Vice President of Corporate OperationsBrian Benoit - Project Controls & Program ManagerNick Sobrino - Operations SpecialistPatrick Haygood - Project DirectorDavid Frederick - Operations ManagerRandy Ball - Deputy Project ManagerJared Ruelas - TDMS Site SupervisorDaniel Schenkel - Safety & Compliance OfficerMike McCleary - Zone SuperintendentTravis Hilyard - Data & Public Communications LeadAubert Hilyard - Data & Public Communications LeadDiana Hilyard - Data & Public Communications Lead THE CITY OF WINTER SPRINGS CREEK DEBRIS REMOVAL KEY STAFF JWTC’s staffing plan for the Winter Springs Creek Debris Creek removal services includes both the Executive Team and ourOperations Team. The Operations Team is led by Patrick Haygood, who is responsible for executive oversight of the project, contractadministration, and serves as a senior liaison with the city of Winter Springs. David Frederick, our Operations Manager, directs all fieldoperations, manages resources, and supervises daily production and compliance to ensure debris clearance, removal, and processingstay on track to meet project milestones. Randy Ball, our Deputy Project Manager, will interface with The City of Winter Springs andsupervises zone coordination to ensure comprehensive debris clearance and removal are performed efficiently. Jared Ruelas, ourTDMS (Temporary Debris Management Site) Supervisor, manages the setup of the TDMS site and oversees reduction tracking,environmental controls, and ultimate site restoration once debris has been processed. Daniel Schenkel, our Safety & ComplianceOfficer, plays a crucial role in operations, ensuring all OSHA and TCEQ regulations and protocols are followed throughout the project.He conducts safety briefings and audits job sites regularly to provide the safest work environment possible for both crews andresidents. Mike McCleary, our Zone Superintendent, oversees field crews and coordinates work in active zones, managing issueresolution and ensuring steady workflow between all zones and TDMS sites. Travis, Aubert, and Diana, our Data and PublicCommunications Leads, manage load ticket reconciliation, invoicing, complaint tracking, and final pass coordination for the debrisremoval effort. SECTION D - QUALIFICATIONS3. TEAM EXPERIENCE JAMES W. TURNER, GMB, CMB, CAPS–EXECUTIVE IN CHARGE, PRESIDENT & CEOMr. James “JW” Turner founded JWTC in 1982, specializing in residential and commercial construction projects with a focus onmodest-priced homes and disaster recovery response programs. Mr. Turner graduated from Midland College in 1982. With over 42years of construction, construction management experience, and disaster recovery emergency services, Mr. Turner providesexecutive oversight and management of his company concentrating on client management, quality control, project management, andadministration. Mr. Turner is a member of the National Association of Builders, is a Certified Graduate Master Builder, and a CertifiedAging-in-Place Specialist. Mr. Turner has extensive experience with all types of Disaster Recovery Programs. J. ERIC FRIESS–SENIOR VICE PRESIDENT OF OPERATIONSMr. Friess is the Senior Vice President of Operations for JWTC and serves as a deployable resource for major programs and projects.Mr. Friess has extensive experience (over 24 years) both as a Program Manager at the State Level for FEMA and HUD-funded programs and as a construction manager for major residential and commercial projects. Mr. Friess played a large role in JWTC’ssuccess in Hurricane Harvey recovery in the Southeast Texas region and recent FEMA programs, including the Louisiana Ida Haul &Install Program, Texas PREPS & DALHR Programs, Puerto Rico STEP Program, Louisiana Shelter at Home Program, and the NorthCarolina STEP Program. Mr. Friess was instrumental in the development and implementation of the State of Texas’ Hurricane RitaHomeowner Assistance Program (THAP), where he was responsible for the construction management of over $300M in residentialconstruction projects. Mr. Friess is currently overseeing the General Land Office’s Homeowner Assistance Program for JWTC. Page 13374 BRIAN BENOIT - PROJECT CONTROLS & PROGRAM MANAGERMr. Benoit has over 19 years of operations management and project management expertise. He is knowledgeable in state, local, andfederal regulations for Disaster Recovery and Construction Projects. Mr. Benoit has extensive experience with disaster responseprojects. Additionally, he has experience managing projects with an emphasis on Project Controls for a wide breadth of projects,including schools, disaster relief warehouses, community centers, fire stations, medical clinics, multiunit residential projects, single-family residential projects, and large-scale disaster recovery projects in various geographical areas including Louisiana, New York,New Jersey, North Carolina, Florida, Haiti, and Puerto Rico. Mr. Benoit is adept at working with clients, project stakeholders, projectmanagers, grant managers, recipients, and contractors. He focuses on employing effective vertical integration techniques to achieveoptimal facilitation of budgetary, scheduling, coordination, and production deliverables and goals. CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services CHARLENE ZAK-KNEPPER–VICE PRESIDENT OF CORPORATE OPERATIONSMs. Zak-Knepper is the Vice President of Corporate Operations for JWTC. Ms. Zak-Knepper is a graduate of the University ofHouston-Downtown, with a degree in Business Management, and she has 25 years of experience in various aspects of corporateoperations, major construction programs, accounting, project management, resource management, technology, and compliance. Inaddition to these functions, Ms. Zak-Knepper administers JWTC’s proprietary database system to assist both corporate and fieldoperations to effectively manage thousands of job sites simultaneously. Ms. Zak-Knepper has extensive knowledge of government-funded disaster recovery programs, and she is responsible for management and administration operations as it relates to FederalRegulations, financial management, job tracking, program compliance, and overseeing administrative assistance personnel. PATRICK HAYGOOD - PROJECT DIRECTORMr. Haygood, Project Director, provides executive oversight for the project, ensuring all aspects are aligned with strategic goals andhigh standards of quality. He is responsible for contract administration, managing compliance, and guiding the team through keycontractual obligations. Serving as the senior liaison, Patrick maintains strong communication and coordination with City officials,fostering collaboration and ensuring the project's success. DAVID FREDERICK - OPERATIONS MANAGERMr. Frederick, Operations Manager, directs all field operations to ensure smooth and efficient execution on the ground. He overseesresource management, making sure personnel and materials are effectively allocated. David also supervises daily production activitiesand ensures full compliance with project standards and regulatory requirements. RANDY BALL - DEPUTY PROJECT MANAGERMr. Ball, Deputy Project Manager, supports the Project Director in overall project execution and strategic planning. He serves as a keypoint of contact with the City’s Emergency Operations Center (EOC), ensuring clear communication and coordination. Randy alsosupervises zone coordination, helping to maintain consistency and efficiency across all areas of the project. JARED RUELAS - TDMS SITE SUPERVISORMr. Ruelas, TDMS Site Supervisor, manages the setup and operation of the Temporary Debris Management Site (TDMS), ensuring allsite activities are conducted efficiently and safely. He oversees reduction tracking and enforces environmental controls to meetregulatory standards. Jared also leads site restoration efforts, returning the area to its original condition once operations arecomplete. DANIEL SCHENKEL - SAFETY & COMPLIANCE OFFICERMr. Schenkel, Safety & Compliance Officer, ensures full compliance with OSHA and TCEQ regulations throughout the project. Heconducts regular safety briefings to promote a culture of awareness and accountability. Daniel also performs job site audits to identifyand address potential hazards, maintaining a safe working environment for all personnel. MIKE MCCLEARY - ZONE SUPERINTENDENTMr. McCleary, Zone Superintendent, oversees field crews operating within designated project zones, ensuring tasks are completedefficiently and according to plan. He coordinates daily work activities in active zones and takes the lead in resolving on-site issuesquickly and effectively to maintain progress and safety. TRAVIS, AUBERT, & DIANA HILYARD - DATA & PUBLIC COMMUNICATIONS LEADTravis, Aubert, and Diana Hilyard, Data and Public Communications Leads, manage the reconciliation of load tickets and overseeaccurate invoicing to ensure financial transparency and accountability. They also handle public complaint tracking and coordinatefinal pass activities, serving as vital links between the project team and the community. Page 14375 ProjectJames W. Turner Construction, Ltd Proposed Organizational Chart & Key Personnel City of Winter Springs Creek Debris Removal Services Aubert Hilyard Data & Public Comms Jared Ruelas TDMS Site Supervisor Mike McCleary Zone Superintendent David Frederick Operations Manager Travis Hilyard Data & Public Comms Diana Hilyard Data & Public Comms Randy Ball Deputy Project Mgr Daniel Schenkel Safety & Compliance Officer Patrick Haygood Project Director Brian Benoit Project Controls/ Program Manager James W. Turner President/ CEO Employment Staffing Agency MWSBE Certified Subcontractors Julia Colonnetta Accounting Manager 1099 Subcontractors & Suppliers Cheri Vallery Accounting Specialist Goodwille Pierre LLC Compliance and Vendor Relations Glen Miller Controller Local Subcontractor Database Doug Parker Accounting Vicky Ireland Project Analyst Tiffany Ward Administrative Specialist Lindsey Baumgardner Section 3/MWSBE Compliance Manager MarJuana Williams Legal Counsel Kristy Bohan Administrative Specialist Gineth Mata Project Accounting Assistant Eric Friess Sr. VP Operations Charlene Knepper VP Corp. Operations Nick Sobrino Project Operations Specialist CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services This chart represents the immediate project team for the City of Winter Springs, Creek Debris removal Services Project. JWTC has 73+ full-time staff members who are available for this project, as well as a team of over 600 vetted subcontractors who are available to assist as the needs of the project dictate. Page 15376 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services LOCAL IMPLICATIONS FOR WINTER SPRINGSGiven these factors, Winter Springs may face increased oversight, regulatory changes, and fiscal challenges that could influence theexecution and funding of debris removal contracts. JWTC is aware of the significant flooding experienced In Winter Springs afterHurricanes Ian and Nicole and the continued efforts in Seminole County to clear debris, remove creek sediment and stabilize banks tomitigate the effects of similar storms in the future. JWTC will will work with Seminole County and Winter Springs representatives toensure only the most effective measures are taken and work is completed effectively for this ITB. POLITICAL AND LEGAL FACTORSState Preemption of Local AuthorityRecent legislation has expanded state control over municipal decisions, limiting local governments' ability to regulate energy sourcesand utility services. For example, House Bill 1523 prohibits municipalities from restricting the types of energy sources used withintheir jurisdictions and imposes conditions on utility service agreements, including requirements for public meetings and limitations onthe use of utility revenues for general government functions . These preemptions may affect how Winter Springs manages itsinfrastructure and utility services, potentially influencing debris removal operations that intersect with utility systems. Establishment of the Florida Accountability Office (FAO)The Florida House has advanced HB 5009, creating the Florida Accountability Office, an independent watchdog agency withenhanced enforcement powers. This move follows reports of mismanagement in municipalities like Winter Springs, where audits havehighlighted issues such as financial mismanagement and environmental regulation violations. The FAO's oversight could lead toincreased scrutiny of municipal contracts and operations, including debris removal services. Immigration Enforcement AgreementsWinter Springs has recently entered into an agreement with U.S. Immigration and Customs Enforcement (ICE) to participate in a taskforce, following state pressure and the example set by Fort Myers . This partnership may have implications for the city's workforcepolicies and could affect labor availability for contractors, especially those employing immigrant labor for debris removal and relatedservices. ECONOMIC CONSIDERATIONSUnresolved State Budget and Fiscal UncertaintyThe 2025 Florida legislative session concluded without an agreed-upon state budget, necessitating a return to the Capitol to avoid agovernment shutdown . This fiscal uncertainty may delay funding allocations to municipalities, potentially impacting Winter Springs'budget for services like debris removal. SECTION D - QUALIFICATIONS4. FLORIDA KNOWLEDGE Page 16377 REFERENCES CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 17378 37 9 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services WHY CHOOSE JAMES W. TURNER CONSTRUCTIONJames W. Turner Construction (JWTC) brings unmatched experience, capacity, and commitment to the City of Winter Springs. With aproven track record of completing over 33,000 disaster recovery projects across the country - including extensive work inhurricane and flood-affected areas - JWTC is not just qualified, we are deeply experienced in the exact type of work this contractdemands. Our performance history in over 60 federal and state disaster recovery programs - including CDBG-DR, FEMA, and HOME - is atestament to our reliability, compliance, and efficiency under pressure. We understand what’s at stake when communities arevulnerable, and we are structured to respond immediately. With 11 strategically located offices along the Gulf Coast, including one inPunta Gorda, Florida, we are positioned to mobilize without delay - no additional ramp-up or corporate expansion needed. What sets JWTC apart is not just our capability, but our commitment. We take our responsibilities to the City of Winter Springsseriously. Our teams are ready, equipped, and standing by. We routinely relocate staff to meet our clients’ needs, ensuring seamlessexecution and exceptional production standards. Our focus is always on delivering cost-effective, high-quality debris removal serviceswhile continuously improving operations to better serve our municipal partners. In selecting JWTC, the City of Winter Springs is choosing a trusted partner with the experience, infrastructure, and resolve to executethis contract efficiently and with the highest level of professionalism. We are proud to support your community—and we’re ready tobegin the moment we’re called. SECTION D - QUALIFICATIONS5. CONCLUSION Page 19380 SECTION E. OTHER INFORMATION CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 20381 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services FINANCIAL RESOURCES James W. Turner Construction, Ltd. (JWTC) analyzes each new activation opportunity for its unique capital requirements. JWTC has extensive financial resources and the ability to provide approximately $207MM for a project of this size, without concern for interim or progress payments during each individual project. Our financial capacity and invoicing approach minimizes the number of invoices, thus reducing paperwork and allowing JWTC to focus on responsiveness. JWTC’s financial statements are available upon request. JAMES W. TURNER CONSTRUCTION, LTD. CAPITAL - CASH ON HAND FINANCIAL INSTITUTION ESTIMATED VALUE WELLS FARGO $4,160,082 BANK OF AMERICA $1,550,794 CHASE BANK $33,553 AMEGY $23,620 CASH OR CASH EQUIVALENT CREDIT LINE-BANK OF AMERICA $55,000,000  CREDIT LINE-OTHER  $61,000,000  CREDIT LINE-SHAREHOLDER  $85,958,726  ASSETS TOTAL $207,726,775 BONDING & INSURANCE James W. Turner Construction, Ltd. (JWTC) maintains bonding capacity to cover contracted services in the amount of $750,000,000. JWTC is one of the few debris response contractors with the ability to maintain a bonding capacity at this level. We consistently maintain this bonding capacity as a commitment to our clients. It is a reflection of the stability of our company and the capacity to handle large-scale disaster response programs. Should the City of Winter Springs require additional bonding capacity to service a response of this size, we can consult with our bonding agent to bond a higher amount. Other bonding products such as Bid Bonds, Payment Bonds, and Fidelity Bonds are standard products and JWTC is capable of securing those bonds as well. A Bond Capacity letter from our Surety is included in this response. JWTC meets all of the City of Winter Springs’ insurance requirements. We commit to maintain at all times during performance of the contract, the insurance detailed in the proposal specifications. A sample certificate of insurance is included in this response. Page 21382 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services # OF PIECES DESCRIPTION OF EQUIPMENT 3 Skid Steer w/Bucket (Bobcat) 5 Skid Steer (Bobcat) Attachments 4 Excavator Steel Track 23 Trailers - Box, Flatbed, & dump trailers 8 Grinders (3) 1000hp and greater (5) 850 hp to 950 hp 4 Dump Truck – Tractor-Trailer 7 Tractor Trailer Live Bottom 2 Double Barrel Knuckle boom (Self-Loader) 6 Farma Grapple loaders 1 745 Cat Articulated Truck 4 Motorized Barges with Grapple 6 Motorized Push Boats 2 Non-Motorized Barges EQUIPMENT LIST Page 22383 CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services ANCILLARY CAPABILITIES Land Debris RemovalMarine Debris RemovalEmergency Road ClearanceTree Trimming / Stump RemovalSand ScreeningMulch Haul OutDMS ManagementDemolitionGrindingAsbestos AbatementHHW Removal ANCILLARY SERVICESIn addition to core debris removal services, JWTC also provides a range of ancillary capabilities to support local recovery operations. These services include logistics coordination, environmental and hazardous materials management, temporary staging setup, and public safety assistance. We are confident that our team, experience, and approach will support the continued debris removal efforts in the City of Winter Springs. JWTC is fully capable of managing all aspects of this project. From on site management to digital project tracking and reporting. JWTC uses its proprietary software HomeBase to track all project deliverables and Invoicing. This platform allows for seamless data cooperation and is integral to our success. Page 23384 SECTION F. COST & TIME CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 24385 38 6 SECTION G. MANDATORY BID FORMS CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 26387 38 8 38 9 39 0 39 1 39 2 39 3 39 4 39 5 39 6 39 7 39 8 39 9 40 0 40 1 40 2 40 3 40 4 40 5 40 6 SECTION H. FLORIDA STATE CORPORATE FILING CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 38407 Name & Address Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 7901 4th St N STE 300 St. Petersburg, FL 33702 Department of State Florida Department of State Division of Corporations Search Records Search by Entity Name/ D i v i s i o n o f C o r p o r a t i o n s / / / Detail by Entity Name Foreign Limited Partnership JAMES W. TURNER CONSTRUCTION LTD. Filing Information Changed: 02/15/2022 Mailing Address 7901 4th St N STE 300 St. Petersburg, FL 33702 Changed: 02/15/2022 Registered Agent Name & Address NORTHWEST REGISTERED AGENT LLC 7901 4TH ST. N SUITE 300 ST. PETERSBURG, FL 33702 General Partner Detail Document Number F19000002082 J.W. TURNER CONSTRUCTION, INC. 7901 4TH ST. N, STE. 300 ST. PETERSBURG, FL 33702 B19000000113 76-0478487 05/01/2019 TX ACTIVE LP CERTIFICATE OF CORRECTION 03/24/2021 NONE Annual Reports 5/6/25, 9:32 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=JAMESW…1/2Page 39408 Report Year 2023 2024 2025 Filed Date 02/16/2023 02/23/2024 03/04/2025 Document Images 03/04/2025 -- ANNUAL REPORT 02/23/2024 -- ANNUAL REPORT 02/16/2023 -- ANNUAL REPORT 02/15/2022 -- ANNUAL REPORT 04/05/2021 -- ANNUAL REPORT 03/24/2021 -- LP Statement of Corr. 04/22/2020 -- ANNUAL REPORT 05/01/2019 -- Foreign LP View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations 5/6/25, 9:32 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=JAMESW…2/2Page 40409 41 0 41 1 APPENDIX 1 - KEY STAFF RESUMES CONFIDENTIAL AND PROPRIETARY INFORMATION This proposal contains confidential and proprietary information, and it should not be made public according to Gov’t Code. James W. Turner Construction, Ltd. | City of Winter Springs Creek Debris Removal Services Page 41412 Mr. James “JW” Turner founded JWTC in 1982 specializing in residential and commercial construction projects after graduating from Midland College. Mr. Turner’s construction knowledge and management experience enables him to lead his team members and produce a quality product in an efficient amount of time. He concentrates on client management, quality control, project management and administration. Mr. Turner is licensed in multiple states, is a member of the National Association of Builders, is a Nationally Certified Graduate Master Builder, and a Nationally Certified Aging-in-Place Specialist. Because his focus is on modestly priced homes, Mr. Turner has extensive experience HUD CDBG-DR programs, having been involved with them since the early 1990’s. Executive in Charge, Affordable Housing Developments, South and Southeast Texas, Ongoing Mr. Turner has spearheaded multiple affordable housing development projects, both privately funded and government-funded. These housing developments span from 5 to 110 affordable housing units across South and Southeast Texas. These developments include new construction of single family homes, duplexes, and other similar structures. Amenities are tailored to meet the needs of the client for each specific development. Executive in Charge, Rebuild Florida, Florida DOC, Fort Myers and Tallahassee, FL, 2019 - Present This project involves the rehabilitation and construction of single-family homes and MHU replacement. JWTC was called in to take over a failing contractor for Hurricane Michael. JWTC successfully completed 55% of the failing contractor’s projects in 4 months, which the contractor had been sitting on for 2 years. These projects ended up being completed by the Hurricane Michael project deadline of June 30th. JWTC is providing construction services for Hurricane Irma projects in the Fort Myers area. Executive in Charge, Alabama HRAP Program for Hurricanes Sally & Zeta, ADECA & Horne LLP, Mobile, AL, 2023 – Present, $42 MM Mr. Turner is the Executive-in-Charge for JWTC in the Alabama HRAP Program as a subcontractor to HORNE, LLP. JWTC’s office for this program is based in Mobile, AL. Mr. Turner has been instrumental in implementing JWTC’s foundation for success for this program which includes the construction and rehabilitation of single-family homes, in addition to MHU replacement and repair for survivors of Hurricanes Zeta and Sally. JWTC successfully completed the first house in the Alabama HRAP Program as a subcontractor to HORNE. Company Education James W Turner Construction, Ltd Location: Tomball, Texas J a m e s W . (J W ) T u r n e r P r o j e c t E x e c u t i v e & P r e s i d e n t , J W T C Mr. James W. (JW) Turner is the President and CEO of James W. Turner Construction, Ltd. and Graduate Master Builder with more than 43 years of construction experience. He is a General Contractor and business owner who has expanded his business into multiple companies focusing on various aspects of the affordable housing industry. Mr. Turner leads his organizations with multiple skills covering many fields, including business development, organizational management, construction management, and customer service. His passion to produce a quality product, together with excellent people skills, vast construction knowledge, and experience enables his companies to make a significant difference in large-scale post-disaster construction programs. Experience BBA, Management - 1984 University of Texas of The Permian Basin Odessa, TX AS, Mathematics - 1982 Midland College Midland, TX Highlights Training Professional Affiliations 43+ years of experience Disaster Recovery Strategy Implementation and Operations Organizational Management HUD CDBG-DR & FEMA Programs Residential Construction Disaster Recovery Program Management Emergency Response for Disaster Recovery Registrations & Certifications Contractor’s Licenses, GMB, CGB, CAPS, ICC, EPA LBP NAHB, multiple trainings International Code Council National Association of Home Builders, TAB, FHBA, LHBA, AHBA, Florida Green Building Coalition, GHBA, BABRM Page 42413 Executive in Charge, Harris County HAP and other Housing Programs, Harris County, Texas, 2019 - Present, $5+ MM Mr. Turner and the JWTC team have had tremendous success in the Harris County HAP and other Programs for rehabilitation and construction of single family homes. JWTC has provided construction and rehabilitation of approximately 50 homes in these programs. Executive in Charge, Texas Harvey Homeowner Assistance Program, Texas General Land Office (GLO), Coastal Texas, 2018 - 2026, $305+ MM Mr. Turner and the JWTC team have had tremendous success in the Texas General Land Office’s Harvey HAP Program. The work in this program expands along the entire coastline of Texas. JWTC has provided construction and rehabilitation of approximately 1300 homes in this program. JWTC is the top builder with the highest scorecard ranking for multiple successive reporting periods. Executive in Charge, Hurricane Ian Housing Repair and Replacement Program (HRRP), Horne LLP and Florida DOC, 2024 - Present The Florida Ian HRRP program provides assistance to homeowners recovering from the effects of Hurricane Ian. This is the state-run program, which provides demolition, reconstruction, rehabilitation, elevation, and MHU replacement to qualified applicants in Florida. JWTC is a subcontractor to Horne LLP, who serves as the Construction Manager for this program. Executive in Charge, Hurricane Ian Lee Cares Housing Rehabilitation, Reconstruction, and Elevation Program (HRRE), Horne LLP and Lee County, FL, 2024 - Present The Lee Cares HRRE program provides assistance to homeowners recovering from the effects of Hurricane Ian in Lee County, FL. This program is specific to Lee County and provides demolition, reconstruction, rehabilitation, and elevation to qualified applicants in Lee County, Florida. JWTC is a subcontractor to Horne LLP, who serves as the Construction Manager for this program. Executive in Charge, Texas HARP Program for the Imelda & the 2018/2019 Floods, Texas GLO - East Texas and South Texas, 2021 – Present, $21+ MM Mr. Turner and his leadership have been instrumental in JWTC’s success in the Texas Homeowner Assistance and Reimbursement Program. This program provides recovery from Tropical Storm Imelda in East Texas and the 2018/2019 Flood Events in South Texas. JWTC is the top builder with the highest scorecard ranking for successive reporting periods. Executive in Charge, Puerto Rico STEP Program for Hurricanes Irma & Maria, Dept. de Vivienda, Puerto Rico, 2018 – 2019, $106 MM Mr. Turner was the Executive-in-Charge for JWTC in this massive program providing repair services to over 11,000 homes in Puerto Rico. This program involved multiple inspections per home, temporary repairs to restore the homes to adequate living conditions, and severe shortages of labor and materials in Puerto Rico after these disasters. Executive in Charge, City of Houston Harvey Housing Construction & Repair Services, City of Houston HCDD, Houston, TX, 2019 – 2023, $15 MM Mr. Turner was the Executive-in-Charge for The City of Houston Harvey Housing Construction & Repair Services Program providing rehabilitation, elevation, new construction, and reconstruction services for single-family homes for City of Houston residents who were victims of the devastating effects of Hurricane Harvey and subsequent flooding in 2017. The City of Houston received a direct allocation of CDBG-DR funds from HUD for Hurricane Harvey. Qualified projects include substantial rehabilitation (with or without elevation), Reconstruction, and new construction. These Rehabilitation projects may include Elevation, Environmental/Lead/Asbestos/Mold Abatement, Resiliency Measures, and Accessibility features. This project involved complex permitting issues and construction requirements for building within the City of Houston. Mr. Turner worked with building officials to implement solutions for the permitting process, which enabled JWTC to mitigate pre-construction issues. President & CEO, JWTC, Tomball, Texas, 1982 – Present Employment History Page 43414 Education Years of Experience BBS, Municipal Parks & Recreation Management, SW Texas University, San Marcos, TX E r i c F r i e s s S e n i o r V i c e P r e s i d e n t O f O p e r a t i o n s J. Eric Friess, Senior Vice President of Operations at JWTC, brings over 23 years of leadership experience in large-scale residential construction, disaster recovery, and program management. As Construction Lead for JWTC, Mr. Friess has overseen extensive projects in state and federally funded housing initiatives, leveraging his expertise in executive oversight, project execution, and program development to deliver critical housing services to disaster- affected communities. Throughout his career, Mr. Friess has held senior positions with production builders across more than eight states, gaining valuable experience in managing complex residential construction projects. His role as Construction Manager for large-scale post-disaster recovery programs, including those for Hurricanes Ian, Harvey, Rita, and Ike, showcases his ability to lead high-impact initiatives. Under his leadership, JWTC successfully constructed and rehabilitated over 5,500 homes along the Gulf Coast within six years, in addition to repairing nearly 13,700 homes in Puerto Rico and North Carolina. Eric is adept at managing large teams of subcontractors, ensuring compliance with production schedules, and delivering high-quality products that meet or exceed program standards. His deep understanding of HUD CDBG programs has enabled him to coordinate effectively with state government officials, providing expert guidance on post-disaster construction program implementation. Mr. Friess’ commitment to operational excellence, innovative problem-solving, and strategic leadership has consistently enabled JWTC to surpass program expectations, meet tight deadlines, and maintain a stellar reputation for quality and reliability in the disaster recovery and residential construction sectors. Key Accomplishments Executive Oversight: Provided strategic leadership and oversight for JWTC's participation in numerous past and ongoing HUD CDBG and FEMA disaster recovery programs, ensuring successful delivery of services across diverse regions. Program Development: Played a pivotal role in designing and implementing large-scale construction programs for the Texas Housing Assistance Program, leveraging his extensive production building experience. GOHSEP Program Management: Managed over 800 work orders for the GOHSEP program, overseeing the haul and installation of temporary sheltering units for disaster victims. Statewide Rehabilitation and Reconstruction: Directed rehabilitation, reconstruction, and new construction of single-family homes across five builder zones in Texas, including substantial rehabilitation projects with features such as elevation, environmental abatement, resiliency measures, and accessibility enhancements. Scale of Impact: Oversaw projects ranging from small-scale rehabilitation under $10K to substantial rehabilitations up to $65K, and reconstructions/new constructions valued up to $600K. FEMA STEP Program Leadership: As Sr. Vice President, managed JWTC’s execution of over 11,000 projects in Puerto Rico following Hurricanes Irma and Maria, achieving a contract value of over $100 million. Texas Flood Recovery: Supervised the repair of over 2,220 homes along the Texas coast within 153 days, providing essential services to flood-affected communities. Louisiana Shelter at Home Program: Directed critical clean-out and rapid repair services for nearly 1,500 homes within 100 days, despite challenging conditions such as lack of power, air conditioning, and hot water. Warranty Program Administration: Managed warranty services for production-built homes, ensuring ongoing customer satisfaction and resolution of post-construction issues. Vendor and Subcontractor Coordination: Organized and managed subcontractor scheduling and communication to meet deadlines while ensuring timely payments for vendors and payroll. Collaboration with Designers and Architects: Worked closely with designers and architects to address submittals, change orders, and RFIs, ensuring project efficiency and design compliance. Over 23 years Highlights Program Management Construction Management Residential Construction HUD CDBG & FEMA Programs Home Elevations Prevailing Wage Disaster Recovery Programs Call Centers Building codes / Wind Retrofitting Subcontractor Management Customer Service Environmental Mitigation Lead Based Paint Certifications Lead Based Paint Mold Remediation Asbestos OSHA 30 hour National Association of Homebuilders NASCLA Page 44415 TEXAS GENERAL LAND OFFICE: Harvey Homeowner Assistance Program CDBG-DR Imelda HARP CDBG-DR South Texas Floods HARP CRBG-DR Harvey Resilient Home Program CDBG-DR Hurricane Harvey, GLO PREP Hurricane Harvey, GLO DALHR CITY OF HOUSTON: New Home Development Program 2015-2016 Flood HRP CDBG-DR Hurricane Harvey HoAP Program CDBG-DR DALHR FEMA Program Hurricane Ike Housing Program HARRIS COUNTY: Harris County HAP, Hurricane Harvey CDBG-DR Harris County HAP Phase 2 CDBG-DR Harris County Rehabilitation Program CDBG, CDBG-DR FLORIDA DEPARTMENT OF COMMERCE: Rebuild Florida, Hurricane Irma CDBG-DR Housing Program FLORIDA DEPARTMENT OF COMMERCE & HORNE LLP: Florida DOC Hurricane Ian Housing Replacement and Repair Program CDBG-DR LEE COUNTY, FLORIDA & HORNE LLP: Lee County Hurricane Ian Housing Rehabilitation, Reconstruction and Elevation Program CDBG-DR LOUISIANA GOHSEP: Temporary Sheltering Haul & Install Baton Rouge Floods – Shelter at Home Program ADECA & HORNE LLP: Hurricanes Sally & Zeta, Alabama HRAP CDBG-DR Housing Program for ADECA North Carolina Division of Emergency Management (NCEM) Hurricane Florence, STEP- FEMA Program City of Hubbard, TX - Magnolia Junction Affordable Rental Home Development Newton County 2015 & 2016 Floods, General Land Office San Marcos CDBG-DR Housing Rehab/Recon Services Baker Ripley - Harvey Home Repair Program Amy Young Barrier Removal Program, IBTS Hurricane Harvey Recovery Grants Program, LISC & American Red Cross Harvey Home Connect Program, LISC & GHCF Bastrop County Complex Fire Housing Recovery Program (Texas CDBG-DR) Superstorm Sandy, New Jersey RREM Program Hurricane Maria & Irma, Puerto Rico STEP Super Storm Sandy, NYC BIB Program Hurricane Ike, SETRPC Hurricane Ike, DETCOG Hurricane Rita, THAP TDHCA HOME Program Project Experience Page 45416 Education Years of Experience BBA, Management; Minor in HR Management; Entrepreneurship Certification; University of Houston - Downtown, Houston, TX C h a r l e n e Z a k -K n e p p e r V i c e P r e s i d e n t O f C o r p o r a t e O p e r a t i o n s Charlene Zak-Knepper, Vice President of Corporate Operations at JWTC, brings over 26 years of expertise in corporate operations management, major construction programs, scheduling, contractor oversight, project management, resource allocation, compliance, and financial management. With a proven track record across institutional, municipal, religious, and disaster recovery residential programs, she has successfully supported large-scale projects nationwide, including in Alabama, Louisiana, Texas, North Carolina, Florida, and Puerto Rico. Charlene’s leadership and operational acumen ensure seamless integration between JWTC’s field operations and back-office support. Her deep understanding of federally funded programs, including HUD and FEMA initiatives, equips her to provide accurate and timely project proposals, operational oversight, and compliance solutions for CDBG and FEMA-funded programs. Charlene’s problem-solving abilities, analytical skills, and dedication to operational excellence make her an invaluable asset to JWTC. Her leadership ensures the efficient execution of large-scale projects while maintaining compliance, quality, and budgetary control, further solidifying JWTC’s reputation for excellence in disaster recovery and residential construction programs. Core Areas of Expertise Program Management: Charlene’s knowledge of FEMA, HUD, and other federal programs enables her to manage project lifecycles effectively, from proposal facilitation to operational tracking and leadership reporting. Her ability to bridge construction operations with back-office teams ensures cohesive communication and streamlined processes. Database Administration: Oversees the use of JWTC’s proprietary database system, which enables efficient scheduling, reporting, and analysis for scattered-site construction. Charlene’s intricate coordination ensures alignment between project workflows, resource management, inventory, and data tracking. Contract Administration: Experienced in managing client and contractor contracts from RFP to project close-out. Charlene ensures seamless operations, identifies key contract components, and maintains adherence to contract requirements. Compliance: Expertise in compliance reporting for HUD-funded programs, including HUB, Section 3, and MWSBE requirements. Skilled in Davis-Bacon Act compliance and other federal labor law requirements, Charlene ensures accurate financial records and facilitates state program audits. Insurance and Bonding: Effectively minimizes risk by managing necessary insurance policies, conducting annual audits, and ensuring subcontractor compliance with program requirements. Coordinates monthly reporting to insurance agencies and sureties to meet policy standards. Resource Management: Leads JWTC’s Construction Management Team, providing problem-solving, supervision, and workflow direction to enhance operational efficiency. Charlene fosters continuous process improvement to support high-quality results in field operations. Financial Management: Collaborates with the CFO and corporate operations to oversee a large volume of accounts payable and receivable. Provides accurate financial reporting, project budget analysis, and cost-control strategies to ensure projects remain on time and within budget. Over 26 years Highlights Corporate Operations Municipal, Institutional, Residential & Commercial Construction Federal and State Funded Programs HUD CDBG/ CDBG-DR & FEMA Programs Program Management Project Schedules Oversight, Monitoring & Review Proposals, Facilitation of Bidding Process Business Development Project Database Reporting & Administration Contract Administration Compliance & Monitoring Section 3, HUB, MWSBE, Davis-Bacon/ Certified Payroll Auditing Insurance/ Bonding Resources Management Financial Management AP/AR Work in Progress Reporting Cost & Financial Analysis Page 46417 TEXAS GENERAL LAND OFFICE: Harvey Homeowner Assistance Program CDBG-DR& CDBG-MIT HARP Program 2018/2019 Events CDBG-DR (Imelda & South Texas Floods) Resilient Home Program - Composite Wood and Enhanced Wood Frame Programs Harvey PREP FEMA STEP Program Harvey DALHR FEMA Program Ike Housing Program CDBG-DR Harvey Resilient Home Program– Wood Frame & Composite Wood ADECA & HORNE LLP: Hurricanes Sally & Zeta, Alabama HRAP CDBG-DR Housing Program for ADECA FLORIDA DEPARTMENT OF COMMERCE: Rebuild Florida, Hurricane Irma CDBG-DR Housing Program FLORIDA DEPARTMENT OF COMMERCE & HORNE LLP: Florida DOC Hurricane Ian Housing Replacement and Repair Program CDBG-DR LEE COUNTY, FLORIDA & HORNE LLP: Lee County Hurricane Ian Housing Rehabilitation, Reconstruction and Elevation Program CDBG-DR CITY OF HOUSTON: New Home Development Program 2015-2016 Flood HRP CDBG-DR Hurricane Harvey HoAP Program CDBG-DR DALHR FEMA Program Hurricane Ike Housing Program HARRIS COUNTY: Harris County HAP, Hurricane Harvey CDBG-DR Harris County HAP Phase 2 CDBG-DR Harris County Rehabilitation Program CDBG, CDBG-DR LOUISIANA GOHSEP: Shelter at Home Program 2016 Flood Event, Baton Rouge Hurricane Ida Haul & Install for Temporary Sheltering Solutions, GOHSEP North Carolina Division of Emergency Management (NCEM) Hurricane Florence, STEP- FEMA Program Newton County HAP 2015-2016 Flood Events CDBG-DR San Marcos CDBG-DR Housing Program (2015 & 2016 Flood Events) Puerto Rico STEP - Hurricanes Maria and Irma Hurricane Ike, SETRPC Hurricane Ike, DETCOG City of Hubbard, TX - Magnolia Junction Affordable Rental Home Development TDHCA HOME Program Willacy County Multi-Family DR-15 Willacy County Single FamilyDR-15 Project Experience Page 47418 Years of Experience Over 20 Years Education Bachelors in Science in Forestry - Panola College Highlights Project Management Waterway debris removal Right of way debris removal Debris volume reduction Rehabilitation - Single- Family TDMS Compliance Full site demolition Communication Skills Environmental restoration P a t r i c k H a y g o o d P r o j e c t D i r e c t o r Patrick leads with a hands-on, field-first approach. Whether managing barge loads, coordinating demo crews, or keeping a debris site in compliance, he focuses on production, safety, and accountability. His experience in both disaster work and natural resource industries gives him the ability to navigate complex recovery jobs from start to finish. Patrick entered the disaster recovery field during Hurricane Sally in 2020, working in Baldwin County, Alabama. Since then, he has worked multiple storm events across the Gulf Coast, including Hurricanes Ida, Ian, Irma, Milton, and Helene. His responsibilities include managing waterway debris operations, grinding and volume reduction, TDMS setup and compliance, demolition, and site restoration. Project-Specific Experience/Job Description Hurricane Sally (2020) - Baldwin County, AL Turnkey response for GreenCo, including all grinding, debris hauling, site management and waterway cleanup in the cities Orange Beach, Summerdale and Magnolia, Alabama. Hurricane Ida (2021) - New Orleans, LA Mr. Haygood coordinated a fleet of debris trucks, managing logistics and operations in the post-hurricane cleanup effort across New Orleans. Hurricane Ian (2022) - Southwest & Central Florida Managed debris hauling in Sarasota County, Sanibel Island, Fort Myers, Cape Coral, Fort Myers Beach, North Fort Myers, and Lee County. Also led C&D demolition, recycling, site restoration, and the removal of storm-damaged MHU parks under a set-aside contract with CFB/Ceteris JV LLC. In a separate JV role with B&A Disaster Recovery LLC under Ceres Environmental, Patrick managed turnkey operations in Deltona, Florida. Hurricane Irma (2017 - 2023 Recovery) Florida Supported long-term recovery through demolition and MHU installation work. Hurricanes Milton & Helene (2024-2025) - Sarasota, FL Led waterway debris cleanup and TDMS operations under active emergency response contracts. Program Experience Hurricane Ida - 2021 Hurricane Ian - 2022 Hurricane Irma - 2017-2023 Hurricane Milton - 2024-Present Hurricane Helena - 2024-Present Page 48419 Years of Experience Over 25 Years Highlights Project Management Waterway debris removal Right of way debris removal Debris volume reduction Rehabilitation - Single- Family TDMS Compliance Full site demolition Communication Skills Environmental restoration Program Experience David leads from the front with a no-nonsense approach to production, safety, and accountability. He has a deep understanding of debris operations from both the field and management side, which allows him to move crews efficiently, stay compliant, and deliver results under pressure. His experience across multiple mission types-emergency push, marine, grinding, demo, and rebuild-makes him a highly versatile leader in the disaster recovery space. With a strong foundation in operational leadership and field logistics, David has directed recovery work across multiple Gulf Coast states, handling some of the most logistically challenging and time-sensitive debris operations in recent years. David has managed projects through every phase of disaster response-starting with initial emergency push work, managing TDMS sites, coordinating barge- based and waterway debris operations, overseeing grinding and haul-out, and finishing with demolition and full MHU site restoration. He has worked under FEMA-funded contracts as well as local and state emergency declarations and has led both prime and subcontracted teams under some of the largest debris contractors in the country. D a v i d F r e d e r i c k O p e r a t i o n s M a n a g e r Project-Specific Experience/Job Description Hurricane Ida (2021) - Louisiana Oversaw a turnkey project for GreenCO that included haul-in, grinding, site operations, and waterway cleanup. Served as JV partner at B&A Disaster Recovery LLC under Ceres Environmental, coordinating a fleet of debris trucks for citywide cleanup. Hurricane Ian (2022) - Florida Managed debris hauling under Crowder Gulf across Sarasota County, Fort Myers, Cape Coral, Sanibel Island, Fort Myers Beach, North Fort Myers, and Lee County. Oversaw MHU park demolition, C&D processing, recycling, and site restoration under a set-aside contract with CFB/Ceteris JV LLC. In Deltona, managed full turnkey operations under Ceres Environmental as a JV partner at B&A Disaster Recovery LLC. Hurricane Irma (2017-2023 recovery) - Florida Handled MHU installs and demolition operations as part of Florida's long-term recovery phase. Hurricanes Milton & Helene (2024-2025) Directed waterway debris removal and debris site operations in Sarasota, Florida under active emergency response work. Hurricane Michael (2018) - Bay County, FL Managed grinding operations under Dodson, a f irst-tier contractor for AshBritt, focusing on high-volume debris reduction during one of the most destructive hurricanes in Florida history. Hurricane Sally (2020) - Baldwin County, AL Led a full turnkey operation for GreenCO, handling grinding, site management, hauling, and waterway cleanup in Orange Beach, Robertsdale, Summerdale, and Magnolia Hurricane Ida - 2021 Hurricane Ian - 2022 Hurricane Irma - 2017-2023 Hurricane Milton - 2024-Present Hurricane Helena - 2024-Present Page 49420 421 422 423 424 425 426 427 428 429 430 431 432 433 434 435 436 437 438 439 440 441 442 443 444 445 446 447 448 449 450 Proposal in Response to: City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services 1126 East State Road 434 Winter Springs, FL 32708 May 09, 2025 - 2:00 PM ET Contact Person Tia Laurie, Corporate Secretary contact@ceresenv.com Tel. (800) 218-4424 Fax (866) 228-5636 6371 Business Boulevard Suite Sarasota, Florida 34240 451 Melanie S. Griffin, SecretaryRon DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES MCINTYRE, DAVID A Do not alter this document in any form. CERES ENVIRONMENTAL SERVICES INC LICENSE NUMBER: CGC1508764 EXPIRATION DATE: AUGUST 31, 2026 This is your license. It is unlawful for anyone other than the licensee to use this document. 6371 BUSINESS BLVD. SUITE 100 FL SARASOTA FL 34240 Always verify licenses online at MyFloridaLicense.com ISSUED: 07/08/2024 45 2 State of Florida Department of State I certify from the records of this office that CERES ENVIRONMENTAL SERVICES,INC.is a corporation organized under the laws of the State of Florida,filed on November 6,2020,effective July 31,1995. The document number of this corporation is P20000086640. I further certify that said corporation has paid all fees due this office through December 31,2025 and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-eighth day of January, 2025 Tracking Number:5842135010CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 453 45 4 City of Winter Springs, FL May 9, 2025 Table of Contents Table of Contents ITB # 04-25-01 PH – Creek Debris Removal Services Title Page FL GC License FL Certificate of Authority Tab Section Page A Bidder Information and Acknowledgement Form B Table of Contents C Introduction Letter D Qualifications 1 General Information ..................................................................................................... D.1-1 2 Experience ................................................................................................................... D.2-1 3 Team Experience ......................................................................................................... D.3-1 Key Personnel Qualifications 4 Florida Knowledge ....................................................................................................... D.4-1 5 References ................................................................................................................... D.5-1 Reference Letters 6 Conclusion ................................................................................................................... D.6-1 E Other Information 1 Disaster Responses ......................................................................................................E.1-1 2 Financial Statement ......................................................................................................E.2-1 Bank Reference Letter Surety Letter Insurance Certificate 3 Available Equipment .....................................................................................................E.3-1 4 List of Services Provided by Ceres ...............................................................................E.4-1 F Cost Bid Tabulation Worksheet G Mandatory Bid Forms Reference Information Form Insurance Requirements Form Scrutinized Company Certification Non-Collusion affidavit of Prime Bidder Drug Free Workplace Form Public Entity Crimes Statement Debarment, Suspension etc. Certification E-Verify Statement Conflict of Interest Statement SMWBE Utilization Plan BYRD Anti-Lobbying Act Certification Bid Bond Form H Florida State Corporate Filing SUNBIZ Records Corporate Resolution I Appendices 1 Key Personnel Resumes & Certification 455 FLORIDA │ TEXAS │ MINNESOTA │ CALIFORNIA │ LOUISIANA 6371 Business Boulevard Suite 100 | Sarasota, FL 34240 | OFFICE (800) 218-4424 | FAX (866) 228-5636 ceresenvironmental.com May 8, 2025 City of Winter Springs Attn: Procurement Manager 1126 East State Road 434 Winter Springs, FL 32708 RE: ITB #04-25-01 PH Creek Debris Removal Services Due: May 09, 2025 at 2:00 PM ET Dear Evaluation Committee: We are pleased to submit the enclosed proposal for the City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services. Ceres Environmental Services, Inc. is a national leader in disaster recovery and a government contracting firm capable of providing personnel, equipment, and resources to respond to any disaster event rapidly and efficiently. Our services include debris removal and separation, demolition and hazardous material management, debris reduction and site management, hazard tree, limb and stump removal, and the collection/generation of FEMA AND NRCS-required project documentation. Ceres has extensive experience with waterway debris removal. In 2022, Ceres was tasked with debris removal from over 400 miles of canals in Cape Coral following the destructive storm, Hurricane Ian. Over the course of the project, Ceres removed, reduced, and disposed of over 750,000 cubic yards of waterway debris. Ceres has also removed waterway debris in other locations throughout the country, such as Livingston Parish, LA,. St. Tammany Parish, LA; the City of Savannah, GA; Merced County, CA; and Linn County, IA, among others. In Livingston Parish, Ceres cleared 3.6 million linear feet (over 680 miles) of waterways – making it one of our largest waterway debris removal projects. In Florida, Ceres has loaded, hauled, managed, reduced, and disposed of over 16,000,000 cubic yards of debris across 81 client activations within the past ten years. This along with being a Florida-based corporation has helped Ceres build trusted relationships with Florida Division of Emergency Management, Florida Department of Environmental Protection, and Florida Department of Transportation to provide disaster guidance and quickly permit debris sites. Within the past ten years, Ceres has responded to multiple large-scale events across the U.S. each year with tens of contracts performed simultaneously. The quick bullets highlight Ceres extensive experience and unique capabilities for Winter Springs. • Across the U.S., Ceres has loaded, hauled, managed, reduced, and disposed of over 56,000,000 cubic yards of debris. • Ceres has managed over 60,000 Right-of-Entries. • Ceres maintains $2 Billion in bonding capacity. Bonding capacity is indicative of financial health. • Ceres has a demonstrated ability to maintain account receivables of more than $188.8 Million without any work stoppages. • Ceres owns the largest fleet of equipment in the industry – 2,019 pieces of equipment. • Ceres owns the largest internal reduction capacity in the industry – over 120,000 CYs per day with 17 grinders and 10 air curtain incinerators. • Ceres has 61 full-time disaster response field management employees with specific experience in project management, quality control, and safety practices enforcement. The 16 most senior of our disaster response management team have a combined 344 years of experience. • Ceres received an “Exceptional” rating from the U.S. Army Corps of Engineers for projects resulting from Hurricane Michael in Southwest Georgia, Hurricane Irma/Maria in the U.S. Virgin Islands, and Hurricane Katrina in Louisiana. • During the U.S. Army Corps of Engineers Southwest Georgia Debris Mission following Hurricane Michael, Ceres averaged 769,000 cubic yards of debris for the first 3 weeks of the project with a peak hauling capacity of 140,000 cubic yards in a single day. This project was performed simultaneously with 4 other projects. When these 4 projects are included, Ceres peak hauling capacity was over 200,000 cubic yards per day. 456 FLORIDA │ TEXAS │ MINNESOTA │ CALIFORNIA │ LOUISIANA 6371 Business Boulevard Suite 100 | Sarasota, FL 34240 | OFFICE (800) 218-4424 | FAX (866) 228-5636 ceresenvironmental.com Ceres also maintains a database of 3,346 subcontractors with 64 pre-qualified, local subcontractors within a 30-mile radius of Winter Springs to ensure rapid mobilization during any activation. If awarded, Ceres commits to identifying additional MBE, WBE, SBE, and DBE contractors for debris removal, and conducting a subcontractor workshop in Winter Springs within the first year. Local contractor utilization and keeping dollars in the local community is a cornerstone of Ceres response and long-term operations. Ceres’ Disaster Recovery Division is headquartered in Sarasota, FL providing an excellent location from which to manage our post-disaster work in Winter Springs. If an event affects our Sarasota office, Ceres maintains other offices in Houma, LA, Houston, TX, Brooklyn Park, MN, and Cameron Park, CA providing us great continuity of operations to quickly step in and assume responsibility for disaster response. David A. McIntyre, Sole Shareholder and President; John Ulschmid, Vice President; and Tia Laurie, Corporate Secretary have signature authority to bind the company and can all be reached by calling Ceres’ toll-free number (800) 218-4424. We look forward to the opportunity to be your supplier of disaster debris management services. Sincerely, Tia Laurie Corporate Secretary Ceres Environmental Services, Inc. Enc. 457 Ceres Environmental Services Facts and Highlights Founded in 1976 and incorporated in 1995, Ceres Environmental Services, Inc. has provided emergency management and other services for 48 years to government entities throughout the United States. ▪ Ceres has never defaulted on a contract or failed to complete any work awarded. ▪ No client of Ceres has been denied eligible reimbursement for work Ceres has performed. Ceres’ professional staff assists our clients, upon request, with the preparation and submission of project worksheets for FEMA and other agencies. ▪ No Regulatory or License Agency Sanctions have ever been imposed on Ceres or any of its principals. ▪ Ceres’ policy and practice is to utilize qualified local small and disadvantaged business enterprises to the maximum extent practicable to further aid in the recovery of the community. ▪ Exemplary Performance on over $2.5 billion dollars of Emergency Debris Management contracts awarded by various government agencies within the past 30 years on over 400 FEMA- funded contracts. ▪ Following Hurricane Michael, Ceres was activated by the USACE in 13 counties in Southwest Georgia. Ceres collected and hauled a total of 4,236,363 cubic yards (CY) of debris in 90 days, with a maximum haul of 140,330 CYs in a single day. ▪ In all of 2017, Ceres received 54 major contract activations from cities, counties, and in the U.S. Virgin Islands (USVI) for debris removal and off-island debris disposal. For the USVI work, Ceres received the highest possible contract evaluation – Exceptional – in all categories for its pre- and post-Hurricanes Irma and Maria responses. ▪ Ceres responded to Louisiana flooding in 2016, removing over 1,000,000 cubic yards of debris as well as damaged white goods and putrescent food. ▪ Following Hurricanes Hermine and Matthew, Ceres was activated on 20 contracts over four states: Florida, Georgia, South Carolina, and North Carolina. Ceres successfully removed more than 3,000,000 cubic yards of hurricane debris resulting from Hermine and Matthew despite already working in Louisiana following the flooding. ▪ Ceres responded to the Midwestern flooding and Hurricanes Dolly, Gustav, and Ike during 2008 and fulfilled all obligations for nine separate contracts, seven of which were performed simultaneously. ▪ Performed simultaneous Hurricanes Katrina, Rita, and Wilma recovery operations in three states throughout 44 counties and parishes. ▪ During Hurricane Katrina recovery, 45,000 cubic yards of debris were hauled on the first day of operations and up to 200,000 cubic yards daily after that. In total, more than 13 million cubic yards were hauled and processed. ▪ Performed over 40,000 Right of Entry (ROE) work orders for “Blue Roof” repairs for the U.S. Army Corps of Engineers on five contracts, with concurrent operations in over 30 counties. ▪ Recipient of the Million Work Hours Award for our superb safety record on the Katrina Debris project for the U.S. Army Corps of Engineers. ▪ Federal Employer Identification Number 41-1816075 ▪ Florida General Contractor’s License CGC1508764 458 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-1 D QUALIFICATIONS D.1 General Information Ceres Environmental Services, Inc. is one of the nation’s leading disaster recovery contractors, deploying from its disaster response facilities in California, Florida, Louisiana, Minnesota, Puerto Rico, Texas, the Virgin Islands and Christchurch, New Zealand. Since its founding in 1976, Ceres has been awarded over $2.5 billion in FEMA-funded disaster recovery projects across the United States. While under contract for one billion dollars, Ceres was able to complete the work for about half that amount, savi ng hundreds of millions of dollars for the Government. The U.S. Army Corps of Engineers officially evaluated Ceres’ overall performance during the Katrina cleanup as “Outstanding”, the highest rating available at that time. Ceres was specifically noted for use of local contractors; quality, efficiency, and swiftness of performance; and cooperation while managing a changing and evolving work scope for the single largest geographic area of operation post Katrina. Disaster Experience – Notable Events Ceres responded to numerous disaster events, including hurricanes, tornados, floods, winter storms and fires. The following is a selection of major events that Ceres responded to in the past. Ceres Response to Winter Storms Winter Storm Mara (2023) Winter Storm Uri (2021) Oklahoma Ice Storm (2020) Kansas Snowstorm (2019) Winter Storm Goliath (2015) Georgia Ice Strom (2015) Winter Storm Pax (2014) NC Winter Storm (2014) Winter Storm Atlas (2013) Connecticut Winter Storm (2011) Kentucky Ice Storm (2009) Oklahoma Ice Storm (2007) Ceres Response to Tornados and Strong Wind Events GA, FL, LA, TN, TX Wind Events/Tornados (2024) Mississippi Tornados (2023) Tornado following Hurricane Ian (2022) Iowa Derechos (2022 and 2020) April Tornados – TN and MS (2020) Macroburst in Connecticut (2018) January Tornado – GA and AL (2017) Spring Tornados – MS and AL (2014) Macroburst in North Carolina (2013) April Tornados in Alabama (2011) Ceres Response to Floods California & Great Vermont Flood (2023) Louisiana Floods (2016) Bastrop County Floods (2016) Iowa Floods (2008) Ceres Response to Fires New Mexico Wildfires (2022) Cameron Peak Fire in Colorado (2020) Oregon Wildfires (2020) Camp Fire (2018) California Wildfires (2017) Ceres Response to Hurricanes Hurricanes Beryl, Debby, Helene, and Milton (2024) Hurricane Idalia (2023) Hurricane Ian (2022) Hurricane Ida (2021) Hurricanes Delta, Hanna, Laura, Sally and Zeta (2020) Hurricanes Michael and Florence (2018) Hurricanes Harvey, Irma, and Maria (2017) Hurricanes Hermine and Matthew (2016) Hurricanes Sandy and Isaac (2012) Hurricane Irene (2011) Hurricane Ike (2009) Hurricanes Gustav and Dolly (2008) Hurricanes Katrina and Wilma (2005) 459 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-2 Ceres first began operations in 1976 in response to Dutch Elm disease. Since that time, Ceres has responded to hundreds of disaster events across the U.S., on remote island chains and even in different countries. In that time, Ceres has grown from a single company into a multinational family of companies and divisions that provide resources, support, and services to the Disaster Recovery Division. These business units currently employ a total of more than 600 trained and experienced core personnel; this core team has expanded to over 1,500 when necessary, during recovery response missions. Our team possesses competencies and capabilities in the following areas. ▪ The Ground Up – Houston-based green waste recycling company focusing on yard waste disposal, grinding, and mulching operations. ▪ Vesta Equity – an investment company specializing in finance and real estate. Part of its mission is supplying financing for business operations and real estate ventures. Ceres uses our affiliated company Vesta as a financing resource, allowing Ceres to easily finance our activities. For example, during our 2018-19 storm response, Ceres utilized working capital of approximately $100 million in several instances, including during California wildfire recovery work. ▪ C.T.L. Forest Management, Inc. – California forestry focused company that performs large-scale post-wildfire hazard tree removal programs in Oregon and California and conducts disaster mitigation, such as fuels reduction and fire hardening projects. Ceres/C.T.L. are the largest owner/operator of Sennebogens in the world. This specialty tree removal equipment utilizes a cutter head and elevated cab to limit tree personnel on the ground to remove hazardous trees. ▪ Civil Works – focused on large, horizontal construction projects such as levees, dikes, and other flood control works. ▪ Equipment – supports Disaster Response and Civil Works managing 2,019 pieces of equipment and 33 mechanics, as well as additional support personnel. The companies fulfilled a long-term Corporate strategic goal of owner and President David McIntyre – to develop a suite of diversified, yet complementary and related businesses to support Disaster Recovery and Response in any large and diverse disaster debris activation(s). Each business unit and division play a vital role in the overall company strategy and Ceres can draw on the strength and synergies of each company to ensure that the personnel, technology, equipment, and finances required to successfully complete large- scale missions. This strategy allows Ceres to: ▪ Retain long-term employees between disaster recovery assignments ▪ Keep heavy equipment on-hand, at-the-ready and operational ▪ Provide financing to ensure that we can pay subcontractors promptly and purchase additional equipment necessary to self-perform Waterway Debris Removal Experience Ceres has extensive experience removing debris from waterways. Ceres cleared rivers, streams, waterways, and canals following such disasters as the 2016 Louisiana Floods and Hurricane Katrina. Our team successfully completed debris removal projects nationwide, serving clients such as Livingston Parish, St. Tammany Parish, the City of Savannah, GA; Merced County, CA; Linn County, IA, among others. In 2023, Ceres worked in St. Tammany Parish, LA, clearing 381,333 linear feet of waterway within the National Wild and Scenic Rivers System. This project was funded by NRCS. Ceres working in Livingston Parish, LA 460 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-3 In 2022-2023, Ceres removed vegetative and non-vegetative debris from the City of Cape Coral canals. The scope of this project included collecting, chipping, and disposing of 750,000 cubic yards of vegetative debris and collecting and disposing of 800 cubic yards of C&D, covering over 400 miles of both saltwater and freshwater canals. In 2018-2023, Ceres provided Livingston Parish, LA stream debris removal services for waterways in an effort to mitigate local flood risks and enhance scenic waterways and wildlife under the NRCS Emergency Watershed Protection Program. Ceres completed 3,554,683 linear feet of waterways, reducing flooding and removing obstructions from over 600 miles of bayous, creeks, rivers, and ditches. During the project, Ceres regularly met with Livingston Parish, NRCS and USACE partners to conduct site visits of ongoing work. Ceres project management staff also met weekly with superintendents and foreman to discuss the USACE permits including the drawings and specifications within the permits. All permits and ROE information are provided to the superintendents and permits using DropBox accounts for ease of reference and sorted by lateral. With this experience, Ceres understands how to work with federal, state and local agencies to include U.S. Army Corps of Engineers, The Natural Resource Conservation Service and The United States Fish and Wildlife Agency. Ceres knows how to work with NRCS and the U.S. Corps of Engineers to secure Section 404 permits. Ceres collected over 750,000 CY of waterway debris for the City of Cape Coral 461 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-1 Organizational Structure Ceres Environmental Services, Inc. is a privately held company owned and operated by its President, David McIntyre. The mobilizatio n and contract administration headquarters for this contract will be our Sarasota, Florida office, with other offices, equipment fa cilities, staging sites, and recycling centers in Louisiana, Texas, Minnesota, and California. Ceres is structured so that one or two of the corporate officers can be absent from headquarters for extended periods of time in order to manage projects from the field. There are always one or two remaining at headquarters to ensure continuity of manageme nt. This proved very useful when Ceres was awarded a $1 billion contract by the U.S. Army Corps of Engineers to perform a disaster debris contract following H urricanes Katrina and Rita, in which two of Ceres’ officers were in the field in Louisiana for ove r six months. There have been no significant changes in organizational structure, ownership, or management both firm-wide during the past five (5) years Ceres Environmental Services, Inc. Founder and President David McIntyre Corporate Secretary Tia Laurie Director of Disaster Recovery Operations Rob Smith Project Manager Brent Whitten Contract / Subcontract Manager Tia Laurie Director of Accounting Operations Linda Smith Additional Operations Personnel Based on Contract Needs Health and Safety Director Martin Rodriguez Quality Control Manager Randy Hardy FEMA Reimbursement Specialist Bo Ansley Senior Vice President John Ulschmid Key Project Team 462 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-1 Project Management In Ceres experience, disaster recovery is project-based. It is best managed using the principles of formal project management that are also embedded in the National Incident Management System and its Incident Command System (ICS). Therefore, Ceres has organized its disaster response work in a manner that relies heavily on a Project Manager (PM) whose position is analogous to the Incident Commander under the ICS. The PM oversees all field production and supervises a Project Administrator who is in charge of administrative functions on a project basis. The PM also supervises the Project Superintendent and several Area Managers (whose quantity depends on the size of the project), who supervise Sector Managers, who supervise Site Managers. The Site Managers supervise a physical location, which may be a TDSR site, a debris loading site, or a demolition site, and the personnel they supervise are generally foremen or people physically performing the work. The Project Manager also supervises the work of a Logistics Manager and an Area Administrator, who are staff members. At the Sector level, it is customary to have office staff. This structure allows for optimal production since multiple crews (depending on project size) are supervised and maintained while all safety, data management, and tracking protocols are being met in conjunction with quality performance. The Project Administrator supervises the administrative staff on a field project. The staff provides support for the line managers and supervisors in the field on the jobsite. The Small Business Plan Administrator locates contracts with and administers relations with subcontractors. On large projects, the Small Business Plan Administrator may have clerical help, and will provide technical support for our subcontractors, such as assistance in preparing certified payrolls if required. The Information Technology (IT) department is responsible for tracking all types of data on the project, record keeping, and database management, and the accounting staff provides onsite support for Ceres personnel. Project Safety Ceres maintains a Corporate Health and Safety Officer to whom the Environmental Manager and a Project Safety Manager report for each project underway. Sector Managers report to the Environmental Manager and Project Safety Manager, and functional specialists work in the field with specialized training to fill specific needs such as asbestos inspections. The Project Safety Manager in the field is responsible to the Corporate Health and Safety Officer for monitoring safety conditions and developing measures for ensuring the safety of all assigned personnel. Ceres Project Management organization can be adjusted to fit the size of the project and the area of coverage by changing the number of Area, Sector and Site Managers. Additional Safety Officers, Functional Safety Specialists and Sector Safety Managers can be added as needed for coverage and to keep spans of control between three and five. 463 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-2 Project Contractor Quality Control The Contractor Quality Control (CQC) System Manager reports directly to the Company President in accordance with best corporate practice. Depending on the size of the event, the organization can be readily expanded by adding additional Area and Sector Managers and Functional Specialists. This allows us to maintain coverage and keep spans of control within the ideal three to seven direct reports. Internal Audit The Internal Audit department is a critical component of the Ceres management team. During the work on Hurricane Katrina recovery, especially during the private property debris removal activities, Ceres’ management noticed that the quantity of quality control personnel was very high compared with the quantity of traditional production personnel. To ensure that projects are proceeding as they should, and that personnel in all aspects of the project are performing as they should, Ceres has instituted the posi tion of Internal Audit Manager, who supervises Audit Managers. These individuals review activities in the field as well as files in the office to be sure that all Ceres employees are doing their work as specified in the contract. The rigors of a Six Sigma program are not planned, but Ceres senior management believes that this addition to our organization will help us strengthen our performance. Company and Project Leadership Ceres will assign personnel resources to an event based on the size and scope of the disaster. The personnel resumes included in a separate section of this proposal represent the full spectrum of personnel immediately available to Ceres. They are assigned at a seniority level and in numbers commensurate with the event. This is in accordance with the principles of the FEMA Incident Command System. Significant Changes in Organizational Structure Over the last 5 years there have been no significant changes in organizational structure, ownership, or management of the Ceres Environmental Services, Inc. Advantages of Ceres Feature Benefit to City of Winter Springs Solid Experience and Consistent Performance Low Risk of Poor Performance Exemplary performance on over 400 FEMA-funded Emergency Debris Management contracts with an awarded value of over $2.5 billion dollars for various government agencies. Rapid Disaster Response and Mobilization Improved Safety and Rapid Completion In October 2018, Hurricane Michael ripped through Georgia leaving damage and destruction in its path, with the hardest hit areas in Southwest Georgia. As a result, Ceres was activated by the U.S. Army Corps of Engineers (USACE) to remove debris in 13 Southwest Georgia counties. We mobilized staff and some equipment prior to the formal Notice to Proceed (NTP). Ceres collected a total of 4.2 million cubic yards of debris in the first 90 days. At the mission’s peak, Ceres was able to haul 140,000 CYs – 3.3% of the total project – in a single day. The consistency of this type of significant progress allowed us to finish on schedule with the USACE staff drawdown plan. Ceres received the highest possible quality rating for this work – Exceptional – based in part on our high production rates despite numerous scope changes and severe weather. Having the Quality Manager report directly to a company officer means that quality issues get visibility at the highest levels in the company. 464 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-3 Feature Benefit to City of Winter Springs Large Scale Experience and Multiple Event Response Successful Task Completion In 2024, Ceres responded to 88 jurisdictions across the U.S. Ceres was activated in 47 jurisdictions in Florida, Georgia, and North Carolina following Hurricanes Helene and Milton. Months earlier, we responded to 16 Texas jurisdictions following Hurricane Beryl, and 4 jurisdictions in Florida and Georgia in response to Hurricane Debby. In addition to hurricane responses, Ceres was activated in Louisiana, Tennessee, and Georgia following tornadoes and severe wind events. Ceres also worked in California completing the response to the Atmospheric River flooding, and in Florida completing private property debris removal from Hurricane Ian. In 2023, Ceres managed 24 activations spanning from the East Coast to the West Coast of the contiguous United States and in Puerto Rico. Ceres provided debris removal services in response to extensive flooding and mudslides in California following the Atmospheric River, wildfires in New Mexico, Winter Storm Mara in Texas, the Great Vermont Flood, and Hurricane Idalia in Georgia and Florida. Additionally, Ceres performed projects focused on waterway debris removal in Louisiana and Florida. In 2022, Ceres responded to 27 contract activations in Florida following the landfalls of Hurricanes Ian and Nicole. During this same period, Ceres continued work on a waterway debris removal project in Livingston Parish, LA and a debris removal project resulting from wildfires in New Mexico. In 2021, Ceres successfully completed over 30 projects resulting from numerous disasters affecting the United States. This includes Hurricane Ida in Louisiana, Winter Storm Uri, and Tropical Storm Nicholas in Texas, a derecho in Iowa, Red Tide in Florida, and the wildfires in Oregon and Colorado. In September of 2017, Ceres responded to 7 jurisdictions in Texas after Hurricane Harvey, and 35 jurisdictions in Florida and 2 jurisdictions in Georgia after Hurricane Irma. Additionally, Ceres worked under the U.S. Army Corps of Engineers (USACE) in Puerto Rico and the Virgin Islands, where both Hurricanes Irma and Maria caused severe damage and devastation. Ceres received an Exceptional overall rating – the highest possible rating for the work performed in the Virgin Islands by the U.S. Army Corps of Engineers. In August of the same year, Ceres had already begun recovery work in seven jurisdictions in Texas following Hurricane Harvey. Long, Varied History of Disaster Recovery Experience Maximum FEMA Reimbursement Ceres’ careful attention to documentation and strict quality control procedures will aid in the acceptance of a claim for reimbursement. Throughout Ceres’ history, no client has been denied reimbursement for work Ceres has performed. Large Number of Accredited Subcontractors Faster Job Completion Ceres’ subcontractor database comprises 3,346 qualified individuals and companies certified to work in the U.S. These companies have more than 50,000 pieces of debris removal equipment immediately available for disaster recovery work. Large Disaster Response Equipment Inventory Faster Job Completion and Added Flexibility The Ceres family of company owns one of the largest inventories of disaster recovery equipment in the U.S. Ceres Environmental Inc.’s current inventory includes 2,019 pieces of equipment. Our mission is to serve units of Government with time-critical disaster recovery and heavy construction services. We have an enviable reputation for speedy deployment, excellent work, and experienced site management. After 48 years of doing demanding work in almost every U.S. state and territory, Ceres is still known for keeping its promises: Ceres has never defaulted on a contract, failed to complete a contract, nor had any client denied reimbursement . An evaluation from the Department of the Navy is typic al: “perhaps the finest contractor I have worked with….” Ceres always adheres to the highest standards of quality, integrity, and safety. 465 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-4 The core competencies Ceres commits to every project are: ▪ Rapid Deployment ▪ Experienced Project Management ▪ Financial Stability ▪ Equipment, and ▪ Trusted Subcontractors Rapid Deployment Over the years, we have developed and refined our ability for rapid response mobilizations . Following Hurricane Ian in 2022, Ceres mobilized 13 knuckleboom crews and 3 bucket truck crews within 24 hours of Notice to Proceed to Hardee County, FL. This was one of the very first debris removal projects in the state to start after the hurricane. Following Hurricane Matthew in 2016, Ceres mobilized staff and equipment to Beaufort County, SC within 24 hours of the Notice to Proceed. Originally, Ceres was under contract to provide 10 emergency debris clearance crews, but when the County’s needs changed, we were able to quickly increase the number of crews to 24. That was the largest number of push crews we had provided in 10 years. We set a record again in 2018, when Ceres provided push crews to Jackson County, FL following Hurricane Michael. Ceres received a Notice to Proceed and mobilized over 150 emergency debris clearance crews within 72 hours. Given the severity of the storm, Ceres continued emergency debris clearance for over 100 hours after initial impact maintaining detailed time and materials logs to ensure reimbursement of all eligible costs for Jackson County. Ceres uses local “teaming partners” as well as strategically placed owned equipment staging and multiple office locations across the country. Ceres can provide significant equipment and staffing within 24 hours of storm subsidence. Experienced Project Management For the past 5 years, the company has more than 200 full-time professional and managerial staff with disaster experience, many of whom hold degrees in areas such as: Business Administration, Structural and Civil Engineering, Forestry, Geology, Science and Accounting. As part of the Company’s dedication to quality and safety, many of Ceres’ management staff are U.S. Army Corps of Engineers -certified in Construction Quality Management; HAZWOPER certified; NIMS certified through FEMA’s Emergency Management Institute; certified in first aid by the Red Cross; and completed OSHA’s 40-hour safety training course. Ceres’ management is also experienced in a wide variety of geographic conditions. Their work histories include all U.S. states, Puerto Rico, Thule, Greenland, Ascension Island, Haiti, and New Zealand. Ceres maintains a network of highly qualified professionals who work as needed during the high demand periods. As the company swelled to meet the demand of multiple projects simultaneously, Ceres averaged over 600 employees during busy seasons for the past 5 years. This included project management personnel, quality control staff, equipment operators, mechanics project accounting employees, logistical support group, and most importantly, a dedicated safety team. Ceres’ management has demonstrated its ability to respond to large -scale events. In 2024 Following Hurricanes Helene and Milton, Ceres was activated in 47 jurisdictions across Florida, Georgia, and North Carolina. We responded to all jurisdictions and have removed over 11.3 million cubic yards to date. We expect the 4 remaining projects to be completed within the next 30 days. Following Hurricanes Ian and Nicole in 2022, Ceres received 27 contract activations across Florida. We successfully responded to all our clients. Two of these projects exceeded 2 million cubic yards of debris each. From October 2018 to March 2019, Ceres was activated in 13 Southwest Georgia Counties for the U.S Army Corps of Engineers following Hurricane Michael. Ceres collected and hauled a total of 4,236,363 cubic yards of debris, with a maximum haul of 140,330 cubic yards in a single day. This was accomplished by utilizing 1,628 hauling vehicles and managing 144 subcontractors. Ceres received an Exceptional – the highest possible rating – for quality of service in the face of enormous challenges caused by an increase in the magnitude of project scope and extreme weather conditions. 466 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-5 Between December 2017 and June 2018, Ceres actively worked in Lake, Mendocino, and Napa (LMN) Counties as part of the U.S. Army Corps of Engineers (USACE) Disaster Recovery effort after the President declared a federal State of Emergency as a result of the Northern California Wildfires. During Hurricane Irma and Maria response, Ceres was closing out 8 projects in Texas, 37 projects in FL, and other projects in Louisiana, Georgia, Puerto Rico and the USVI. Throughout the performance period, Ceres did not have a single loss time accident while the other two (2) prime contractors were plagued by safety issues. This was achieved through effective project management by over 50 project managers of more than 2,500 trucks and hundreds of subcontractors. In all of 2017, Ceres received more than 50 major contract activations from cities, counties, and the U.S. Army, including an ACI activation in the U.S. Virgin Islands (USVI) for debris removal and off-island debris disposal. For that work, Ceres received the highest possible evaluation – Exceptional overall rating for its pre- and post-Hurricanes Irma and Maria responses. Shortly after Hurricanes Katrina and Rita in 2005, the U.S. Army Corps of Engineers (USACE) awarded Ceres a $1 billion contract for disaster response, including loading, hauling, reducing, and disposing of debris and white goods; trimming and removal of hazardous trees; demolition of storm damaged buildings; collection of household garbage; environmental sampling and monitoring of disposal sites; and life support services. This contract covered 11 Louisiana Parishes and required the operation of 54 reduction/disposal sites. Ceres achieved a record-setting mobilization, hauling more than 45,000 cubic yards of debris in its first day on the job (from Jefferson Parish, LA). Ceres rapidly achieved large-scale capacity, reaching a maximum production of 194,584 cubic yards per day and eventually hauling, reducing, and disposing over 13.4 million cubic yards of debris, over 315,000 units of white goods, while trimming or removing over 165,000 hazardous trees. Ceres has the resources and experience to handle multiple events and locations . In 2023, Ceres successfully completed multiple projects in 8 different states plus Puerto Rico. This includes responses to Hurricane Idalia in Florida and Georgia, Winter Storm Mara in Texas, Mississippi Tornadoes, the Great Flood in Vermont, a severe Summer Storm in Atlanta, GA, a June Windstorm in Shreveport, LA, Red Tide cleanup in Sarasota, FL., and the Atmospheric River floods in California. Additionally, Ceres performed private property debris removal in Cape Coral, FL, utility line clearing in Puerto Rico and waterway debris removal in two (2) Parishes in Louisiana, including St. Tammany Parish. In 2021, Ceres successfully completed numerous projects across 9 different states. This includes responses to Hurricane Ida in Louisiana, Winter Storm Uri in Texas and Oklahoma, Tropical Storm Nicholas in Texas, a derecho in Iowa, Red Tide in Florida, and the wildfires in Oregon and Colorado. Additionally, Ceres performed private property debris removal in Puerto Rico, waterway debris removal in Louisiana and assisted its Georgia clients with solid waste removal due to the Covid -19 related shortage of staff. In 2018-2019, Ceres was activated by the U.S. Army Corps of Engineers in 13 counties located in southwest Georgia following Hurricane Michael, while also performing work for individual jurisdictions in Florida. In addition to this work, Ceres was still actively providing disaster recovery services throughout North and South Carolina as a result of Hurricane Florence. In 2016, Ceres was already working in Louisiana following heavy rains and flooding when Hurricanes Hermine and Matthew hit the U.S. coast within a month of each other. Ceres responded to several counties in Florida and Georgia after Hurricane Hermine and then to an additional 14 jurisdictions in Florida, Georgia, South Carolina and North Carolina after Hurricane Matthew. Our successful experience in multiple response situations as well as our substantial resources and teaming relationships, assures that Ceres’ performance on this project will be to the Client’s utmost satisfaction. Ceres’ management has demonstrated its commitment to safe operations. In 2021, following Hurricane Ida, Ceres performed debris management and removal for much of Louisiana, including three zones in the City of New Orleans and the North and South Shore areas of Lake Pontchartrain. During this Ceres collected over 2.4 million cubic yards of Hurricane Ian debris in the City of North Port, FL alone 467 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-6 response, we had a total of 13 projects with self-performing crews and 75 subcontractors. Ceres worked 71,958 employee hours and incurred 1,706,789 truck miles while hauling 2,630,744 cubic yards of debris. These projects saw zero recordable or lost time incidents. Ceres worked approximately 650,000 manhours without a single lost time injury in Southwest Georgia in 2018-2019. Our use of equipment safety inspection stickers that were a part of the placarding process ensured that equipment was in good working order, and in total 1,628 vehicles were placarded. Ceres supervised an estimated 1,600 people on this job at its peak. Given the number of people and duration of the project, this is a strong demonstration of Ceres commitment to safety . Safety is a key component of our company. We bring this emphasis to our debris management work as shown by four important awards. We were a 2015, 2011 and 2009 Recipient of the National Safety Council (NSC) Occupational Excellence Achievement Award. This award recognizes outstanding safety achievements among its members and is designed to help promote the prevention of workplace injuries and illnesses. In 2010, we received a Perfect Record Award for operating an entire year without occupational injury or illness and a Million Mile Club award for driving without a Preventable Incident. In 2007, Ceres received the Million Work Hours award from the NSC. The award is for 1,000,000 work hours without occupational injury or illness involving days away from work during our Hurricane Katrina debris work. Ceres’ management has demonstrated its commitment to superior performance and customer satisfaction. In 2017-2019, Ceres worked in the U.S. Virgin Islands under the USACE contract. For that work, Ceres received Exceptional ratings for nearly all the categories rated, meeting and exceeding contract requirements and achieving the highest ratings available for quality, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Following the devastation of two (2) separate landfalls by Hurricane Irma in Florida on September 10, 2017, all 67 counties and 412 incorporated municipalities in the State of Florida were declared Category A and Category B under the FEMA Public Assistance Program. During this time, Ceres was active in over 50 separate locations throughout the Southern United States. For Seminole County, FL, although Ceres was the secondary contractor, Ceres staff was engaged with the County staff prior to the storm and was activated in place of the primary contractor when they failed to participate in project kickoff procedures. Upon completion, Ceres had managed 786,619 cubic yards of debris, removing on average more than 9,000 cubic yards a day. We cut a total of 25,021 limbs, with a peak day count of 1,353 limbs on September 27. When Winter Storm Pax struck the southeast in 2014, Ceres’ pre-event debris management contract with Columbia County, GA was activated. Ceres responded immediately, mobilizing a work force capable of removing the more than 600,000 cubic yards of debris left behind by the late winter ice storm. During the project, Ceres not only provided the debris management necessary, but also assisted with FEMA documentation and provided zone maps of the County to keep the public informed. Columbia County, at the end of the project, said of Ceres, “From the first day to the last day of our project, they performed their work in an admirable and cooperative manner.” During 2005, Ceres’ pre disaster event contracts with Terrebonne Parish, LA and Palm Beach Gardens, FL were activated in response to Hurricanes Katrina and Wilma. Ceres had management staff on the ground before either hurricane made landfall. Katrina and Rita work in other places already had Ceres fully mobilized and in the midst of moving millions of cubic yards of debris and installing thousands of temporary roofs in Mississippi and Florida. Nevertheless, the City of Palm Beach Gardens received such a hig h level of service that they evaluated Ceres’ performance as “Exceptional.” Ceres’ management has demonstrated a high level of capability and adaptability. In 2021, following Hurricane Ida in Louisiana, contractors faced shortages of fuel for vehicles and recovery equipment, 468 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-7 electrical power outages, and unavailability of rental vehicles and lodging. Ceres promptly adapted to the scarcity of these resources by transporting bulk fuel from outside the affected area and staging onsite for use by company-owned and subcontractor-owned equipment; transporting and utilizing camper trailers for lodging project management and equipment operators; positioning company -owned generators to the Parish; and securing rental vehicles outside the affected area. In 2018, when subcontractors became increasingly scarce for Hurricane Florence recovery in North Carolina after Hurricane Michael struck the Southeast U.S. in October of that same year. Ceres used its own equipment and personnel to fulfill all our client commitments without an interruption in service, unlike many other prime contractors, despite extreme weather conditions that caused significant delays. Ceres was active in Livingston Parish, LA in early 2017 following damages sustained by summer flooding in 2016. Ceres removed and disposed of approximately 1.35 million cubic yards of debris, including 400,000 pounds of putrid food and 20,000 units of white goods. In the middle of clean up, Hurricanes Hermine and Matthew hit the U.S. coast within a month of each other. Ceres extended its services to respond to the needs of more than 20 other jurisdictions while fulfilling all contractual obligations in the Parish. In the words of the Director of Parish Homeland Security, “[Ceres} showed extreme reliability and dedication in the midst of chaos… Organized and diligent, their team quickly adapted to meet our needs.” Ceres’ personnel are trained in FEMA regulations and are schooled in the use of FEMA Public Assistance Debris Management Guide FEMA 325, as well as additional resource books Public Assistance Guide FEMA 322 and Public Assistance Policy Digest 321. Ceres personnel are also familiar with the Public Assistance Program and Policy Guide, as well as 2 CFR Part 200 Procurement Standards. Financial Stability Ceres’ excellent financial stability means that it can provide performance and payments bonds from treasury-listed carriers in amounts in excess of $2 BIL per single project. With liquid working capital and additional credit lines in excess of $200M available, a lack of financial resources is never an obstacle for Ceres. The company is able to perform work with its own funds and the timing of payments from customers is a non-issue for the corporation. As an example, in 2017, Ceres was activated simultaneously in 35 jurisdictions throughout the state of Florida, while still completing work in Texa s, starting, and sustaining projects in both U.S. Virgin Islands and Puerto Rico. Despite the heavy workload and wide variety in project schedules and invoice payments, Ceres was able to maintain a steady pace in all the recovery projects by ensuring that personnel were provided for, equipment was maintained, and subcontractors received prompt payments. At one point, Accounts Receivable exceeded $105M, and Ceres never had a work stoppage on any project. Equipment Ceres and its family of companies own 2,019 pieces of disaster response equipment. Ceres invests heavily in owned equipment because it assures rapid response times and provides additional flexibility as well as direct management control. Because of its extensive fleet, Ceres can send equipment and personnel to respond to a disaster regardless of the availability of subcontractors. Following the 2017 storm season, Ceres purchased additional equipment, including self-loading knuckle boom trucks, additional grinders, excavators, and other support equipment. This allowed Ceres to continue to operate projects in the U.S. Virgin Islands and Puerto Rico and respond to Hurricane Florence and Hurricane Michael in 2018. Much like recovery projects in 2016 and 2017, a large C&D event and a vegetative event occurred in 2018 in North and South Carolina. Subcontracted trucks left many projects in North Carolina, and other primes 469 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-8 struggled to close out. Ceres applied the strategy used in 2017 and buoyed by the purchase of additional equipment, Ceres self-performed the closeout of many North Carolina and South Carolina projects. Ceres has taken numerous steps to mitigate any recurrence of the equipment shortages that have plagued the disaster industry in recent years. We are confident in our ability to rapidly mobilize the magnitude of equipment and personnel necessary to manage the largest projects and we have demonstrated our ability to manage more than 50 government projects totaling approximately $250M concurrently, providing a dedicated Project Manager for each individual project. Ceres has access to all the life support equipment needed for supporting its own personnel including mobile living quarters, food supply, large potable water supply tanks, and large septic storage systems. These systems have saved valuable management time in responses to such higher category storms as Katrina. Ceres also has available life support systems for project-wide support and Government personnel. In Ceres’ Jefferson Parish, LA response following Katrina, for example, Ceres provided total life suppo rt for more than 400 people, and subcontractor fueling services for enough equipment to move 70,000 CY of debris per day. Ceres owns four self-contained office trailers including satellite internet connections and satellite phones as well as additional loaner satellite cell phones for the customers’ management teams. Ceres regularly supplies rental satellite phone service to its clients. Specialized Equipment In addition to traditional waterway debris removal equipment, Ceres owns advanced material handlers, Sennebogens, which can be particularly effective for waterway debris removal projects. Sennebogen tree & material handlers are low pressure ground pieces of equipment with grapple saws that allow to remove debris safely and efficiently. These versatile machines are essential for lifting, cutting, and sorting large storm-damaged materials, such as fallen trees and tangled vegetation, that may obstruct natural water flow. With 68 feet of down slope reach, the grapple saw allows the operator to safely and precisely cut through large logs and branches in difficult-to-access areas, such as steep embankments and flood zones. The combination of lifting power and cutting precision ensures efficient debris removal. Trusted Subcontractors Ceres maintains one of the industry’s largest networks of pre -screened and fully qualified subcontractors, including local vendors and preferred vendors. Our subcontractors are evaluated on many levels, including past performance, equipment and personnel availability, mobilization timeframes, insurance, and cost. Ceres knows that a big part of local recovery is economic, so Ceres always strives to employ qualified local labor. The subcontractors are also grouped in Response Regions based on distance from City of Winter Springs’s service area to facilitate contacts if pre-event mobilization plans are activated. It is Ceres’ formal policy to utilize local subcontract services in the performance of the proposed contract to the maximum extent possible. In the emergency disaster response and recovery activities carried out under the contract, preference will be given, to the extent feasible and practicable, to those organizations, firms, and individuals residing or doing business primarily in the area affected by such major disaster or emergency. Ceres recognizes the advantages obtainable by utilizing other responsibl e and experienced firms capable of furnishing specialty services and products of high quality, but first priority will be given to those subcontractors who are from the area or regularly do business there. During Ceres’ Army Corps contracted disaster relief response in the state of Louisiana following Hurricane Katrina, local contractors received 55.9% of the total dollars paid to Ceres. In accordance with Ceres Corporate policies, it is our practice to use Local and other Small Businesses (SB) and also HUBZone, Veteran-Owned (VO), Service-Disabled Veteran-Owned (SDVO), Small Disadvantaged (SDB), Women-Owned (WOSB), Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) for the provision of equipment, labor, services, and supplies to the maximum extent possible. In our most recent reporting on our federal contracts, we exceeded our goals in each of the applicable categories. This report shows that Ceres paid Small Business Concerns 75.6% of the total dollars, with 12.0% going to SDBs, 13% to WOSBs, 3.3% to HUBZone SBs, 11% to VOs, and 9.5% to SDVOs. While Ceres’ database of screened and qualified subcontractors consists of 3,346 firms from across the country, Ceres intends to draw from a more select list of regionally based subcontractors to provide the 470 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-9 highest level of performance, including rapid mobilization. Other firms that have shown exemplary performance standards in previous disaster recovery efforts are included in this list. In Ceres’ subcontractor registration process, all potential firms are required to demonstrate their knowledge of the disaster recovery process, including safety, knowledge of FEMA related topics, eligible debris, etc. After scrutiny, the firms that meet Ceres’ rigorous standards are added to the list of preferred subcontractors. Additionally, after each disaster recovery project, Ceres managers go through a complete performance evaluation of each subcontractor that worked on the project. All subcontractors have been screened through the Excluded Parties List System and only those shown to have no history on the list will be chosen for this project. FEMA Knowledge Ceres has more than 30 years of successful FEMA-reimbursed disaster work. Ceres’ management staff has a long tenure with strong expertise in FEMA requirements for documentation, eligibility, general rules compliance, and methodologies. Ceres augments staff FEMA experience with certified FEMA training classes for its general management. Project Managers and Project Superintendents are required to take ICS courses through the FEMA’s online Emergency Management Institute (EMI) to better understand NIMS structure and review debris eligibility. Ceres has also retained the former State Response and Recovery Directors, U.S. Army Corps of Engineers Subject Matter Experts, and the former U.S. Army Corps of Engineers Disaster Program Manager (also, co-author of the now superseded FEMA 325 Debris Management Guide). Our personnel are deeply experienced in FEMA’s Public Assistance Program, and we continually train managers down to field staff in FEMA eligibility requirements. Ceres has assisted numerous clients during the post-disaster reimbursement application process, and our clients have never been denied reimbursement for our work. For example, two years after one project was completed, FEMA conducted an audit of one city during which the city was unable to provide complete truck certification logs. FEMA indicated that due to the missing truck documentation, they intended to deobligate over $1,000,000 from the city. When the city notified Ceres about this matter, Ceres was able to provide the missing information from its well-organized records; the city subsequently received all its eligible reimbursement without any deobligation. Community Relations One of Ceres’ most important support functions in the event of a natural disaster is to help Winter Springs officials engage in community relations. Ceres provides important resources for keeping residents informed on the progress of cleanup. Toll Free Hotline and E-Mail Management Large phone and e-mail traffic from concerned residents are a part of every natural disaster. Ceres maintains a toll-free Storm Hotline that is staffed and accessible 24 hours a day, 7 days a week to handle questions, concerns or complaints related to clean-up: 1-877-STORM12. The number is prominently displayed on all Ceres equipment working the clean-up area. Ceres monitors call and e-mail volume and establishes additional toll-free numbers and enlists additional staff whenever greater capacity is required to ensure maximum community responsiveness. Call center staff keep a log of incoming calls and e-mails, recording the address of the reported incident, resident’s name, reported complaint, date and time of reported incident, and the truck number (if applicable). This group compiles incoming resident communications and organizes them into date/time of receipt and response priorities. Ceres sorts through messages to identify time-sensitive incidents such as broken water lines that need immediate attention. Each incident is investigated, and ultimately, we locate the responsible crew if fault is found. Reports from this database will be accessible daily or weekly and can be disbursed to Winter Springs officials accordingly. Public Information Campaigns Having been in business for 48 years and completed more than over 400 disaster contracts, Ceres has participated in and developed a number of public information campaigns. Within the Ceres repository, we maintain debris separation diagrams and videos translated into multiple languages, radio advisories, door 471 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 1 General Information Page D.1-10 hangers, mailbox flyers and various other forms of media. The idea is the City and Ceres must retrain residents to put out disaster debris, given that the residents are accustomed to placing trash out on a certain day of the week. The more we can educate the residents across multiple media types and reinforce the messaging, the faster Ceres can remove debris from the public ROW. Client Satisfaction-Oriented Ceres is in business to serve governmental agencies. We recognize that providing customer satisfaction is critical to our success. Our satisfied customers and the commendation letters and evaluations quoted below speak for themselves. [Ceres] showed extreme reliability and dedication in the midst of chaos… Ceres Environmental has my highest recommendation. James A. (Jimmie) Stephens, County Commissioner, Jefferson County, Alabama I would like to officially express my gratitude and admiration for your leadership and expediency of action in providing the Corps of Engineers with logistical and operational support. I feel confident that with leaders like you the Corps of Engineers and the State of Louisiana will have little difficulty in continuing to succeed in the recovery mission. Wesley Todd, Mission Manager, U.S. Army Corps of Engineers My experience with this firm is that they are true professionals with a focus on the need of their customers and the community they serve regardless of the circumstances. Alberto Zamora, Sanitation Division Director, City of Miami Beach, FL …I would like to thank Ceres and all of its personnel for the services that you provided during this most trying of times. I thought that you and your staff handled yourselves in a most professional manner and it was a pleasure working with you. Don Brandon, P.E, County Engineer, Chambers County, Texas Perhaps the finest contractor we’ve worked with. Department of the Navy, Naval Facilities Engineering Command, El Centro CA. While many out of state contractors used this opportunity to take advantage of the situation, your organization rose above the rest with superior customer service... James A. Randolph, Asst. to the Town Manager, Town of Windsor, VA As communities seek to incorporate the benefit of a defined and organized emergency debris haul contract, we would promote and recommend that Ceres Environmental be at the forefront of consideration. The company is committed to purpose, responsive to action, and sets the standard of industry excellence. Joe Mercurio, Project Manager, Emergency Management, City of Port St. Lucie, FL Ceres has given us exemplary service. They have been responsive to the needs that are unique to our County, they have advised us of FEMA regulations, they have made suggestions to save the County money and most importantly they conducted their business in a professional manner….I have been most impressed by their thoroughness and flexibility. Donald M. Long, Director of Public Works, County of Isle of Wight, VA Ceres did an excellent job in the coordination and the removal of tree damage that occurred…. I would highly recommend them for any future cleanup because of the proficiency and timely manner in which they operated. Tim Stevens, Superintendent of State Highways, Kentucky State Highway Department 472 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-1 D.2 Experience Ceres Environmental Services, Inc. has been working actively in the disaster recovery business since our founding in 1976, completing over 400 debris removal and disaster recovery projects. Below are examples of our past projects that involved waterway debris removal; additional details on our past performance are available upon request. Refer to Section D.5 for references and letters of reference. Owner Title of Work Value Amount Time Period Description Augusta- Richmond County, GA Emergency Debris Removal and Disposal Operations $51,038,628 to date 3,271,976 CY including 25,186 LF of waterway debris October 2024 - Current Removal, reduction and disposal of debris following Hurricane Helene. East Feliciana Parish, LA NRCS Waterway Debris Removal $2,271,873 70,819 LF March – July 2024 Removal of debris obstructing waterways Cape Coral, FL NRCS Waterway Debris Removal $201,620 3,300 LF December 2023 – February 2024 Removal and reduction of Waterway Debris following Hurricane Ian Cape Coral, FL Emergency Disaster Assistance and Debris Removal- FEMA Waterway Debris Removal $64,888,996 2.7 million CY of debris-including 750,000 CY of waterway debris September 2022 – February 2024 Removal of Debris Following Hurricane Ian. Ceres removed extensive amount of debris from canals. North Port, FL Disaster Debris Clearance and Removal Services $42,031,396 2,446,843 CY of debris including 3,386 CY of waterway debris October 2022 – March 2023 Removal of debris following Hurricane Ian. The project included waterway debris removal Merced County, CA Agreement for Special Services – Flood Debris Removal $1,665,420 48,663 CY of waterway debris July 2023 – January 2024 Removal and reduction of debris following flood event, including waterway debris removal St. Tammany Parish, LA Waterway Debris Removal $8,400,000 381,333 LF September 2022 - September 2023 Removal of debris from waterways throughout the Parish. Livingston Parish, LA Vegetative Debris Removal from Parish Waterways $65,467,989 3,306,224 LF May 2018 – September 2023 Removal of waterway debris as part of the NRCS funded Emergency Watershed Protection Project Linn County, IA Derecho Storm Debris Removal from Waterways $16,228,927 1,160,165 CY including 3,284 CY of waterway debris June-August 2021 Removal of waterway debris following the 2020 Derecho in Iowa Savannah, GA Storm Debris Removal Services $11,934,438 449,873 CY including 49,254 CY of waterway debris October 2016 – June 2017 Debris removal after Hurricane Matthew, removal and reduction of vegetative debris, trees and stumps. Ceres also removed waterway debris as part of the project. Livingston Parish, LA Waterway Debris Removal $606,874.58 8,538 CY, 144 Boats October – December 2015 FEMA approved debris removal project of vegetative, C&D, and white good debris removal from waterways in Livingston Parish 473 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-2 Past Performance – Disaster Debris Removal Services In addition to waterway debris removal projects – below are disaster debris removal projects Ceres has completed in the past ten (10) years. Additional details are available upon request. Owner & Location Title of Work Value CY Time Period Description Augusta- Richmond County, GA Emergency Debris Removal and Disposal Operations $51,038,628 to date 3,271,976 to date October 2024 - Current Removal, reduction and disposal of debris following Hurricane Helene. Columbia County, GA Disaster Debris Removal and Disposal Services $63,798,654 3,775,158 October 2024 – April 2025 Removal, reduction and disposal of debris following Hurricane Helene. Effingham County, GA Disaster Debris Removal Services $1,617,472 122,770 October 2024 – March 2025 Removal, reduction and disposal of debris following Hurricane Helene. Brunswick, GA Debris Removal & Disposal Services $178,585 12,213 October 2024 - February 2025 Removal, reduction and disposal of debris following Hurricane Helene. Cape Coral, FL Emergency Disaster Assistance and Debris Removal $314,122 24,613 October 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Daytona Beach, FL Debris Hauling and Disposal $944,547 57,822 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton Debary, FL Debris Removal, Reduction, and Disposal $322,112 17,969 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton Deltona, FL Emergency Debris Removal Services $754,457 49,888 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton Hardee County, FL Disaster Debris Removal and Disposal Services $919,594 62,930 October 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Holmes Beach, FL Debris Removal Services $1,744,948 104,128 October 2024 – December 2025 Removal, reduction and disposal of debris following Hurricane Helene Holmes Beach, FL Debris Removal Services $408,152 22,840 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton Indian River County, FL Disaster Debris Removal and Disposal $1,029,653 52,105 October 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Longwood, FL Disaster Debris Removal Services $157,196 8,030 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton Longboat Key, FL Disaster Recovery Services $214,390 8,439 November 2024 - January 2025 Removal, reduction and disposal of debris following Hurricane Helene Maitland, FL Emergency Debris Hauling and Disposal $139,639 5,434 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton 474 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-3 Owner & Location Title of Work Value CY Time Period Description North Port, FL Disaster Debris Clearance and Removal Services $722,259 11,700 October 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Ocoee, FL Emergency Disaster Debris Removal $344,016 16,548 November 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Palmetto, FL Emergency Debris Removal Services $14,757 820 October 2024 Removal, reduction and disposal of debris following Hurricane Helene Palmetto, FL Emergency Debris Removal Services $1,911,035 88,273 November – December 2024 Removal, reduction and disposal of debris following Hurricane Milton Pasco County, FL Emergency Debris Removal Services $3,548,185 101,811 November 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Port Orange, FL Emergency Debris Hauling and Disposal Services $1,202,899 71,452 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton Sarasota, FL Debris Removal and other Recovery Services $48,366 T&M 808 October 2024 Removal, reduction and disposal of debris following Hurricane Helene Sarasota, FL Debris Removal and other Recovery Services $2,987,184 100,827 October 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Sumter County, FL Disaster Debris Hauling Services $2,465,381 78,148 October 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Temple Terrace, FL Disaster Debris Removal and Disposal Services $2,646,364 91,542 October 2024 – February 2025 Removal, reduction and disposal of debris following Hurricane Milton Hillsborough County, FL Disaster Debris Removal and Disposal Services $23,172,248 792,531 October 2024 - February 2025 Removal, reduction and disposal of debris following Hurricane Helene. Bessemer, NC Disaster Debris Removal and Disposal Services $45,776 4,066 October – December 2024 Removal, reduction and disposal of debris following Hurricane Helene. Bradenton, FL Disaster Debris Removal and Disposal Services $2,299,665 204,957 October 2024 – January 2025 Removal, reduction, and disposal of debris following Hurricane Milton. Glynn County, GA Debris Removal and Disposal Services $4,658,469 81,774 October 2024 – March 2025 Removal, reduction and disposal of debris following Hurricane Helene. Bryan County, GA Disaster Debris Management Services $1,641,256 64,638 September 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Helene. 475 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-4 Owner & Location Title of Work Value CY Time Period Description Lincoln County, GA Debris Removal, Disposal, and Reduction Services $2,219,878 112,842 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Helene. Longboat Key, FL Emergency Debris Removal Operations $214,390 8,439 September– November 2024 Removal, reduction and disposal of debris following Hurricane Helene. Palm Bay, FL Emergency Debris Removal Operations $434,580 21,101 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton. Pembroke, GA Disaster Debris Removal and Disposal Services $270,314 12,818 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Helene. Sarasota County, FL Debris Removal, Disposal, and Reduction Services $13,474,578 689,103 October 2024 – February 2025 Removal, reduction, and disposal of debris following Hurricane Milton. Thunderbolt, GA Disaster Debris Management Services $42,011 2,382 October 2024 – January 2025 Removal, reduction, and disposal of debris following Hurricane Helene. Holmes Beach, FL Debris Removal Services $408,152 22,840 October 2024 – January 2025 Removal, reduction, and disposal of debris following Hurricane Milton. Tampa, FL Emergency Debris Removal Operations $2,953,009 105,984 October 2024 – January 2025 Removal, Reduction and Disposal of debris following Hurricane Milton. Removed hazardous hangers from 2500 trees. The Villages, FL Disaster Debris Removal and Disposal Services $260,736 12,467 October 2024 – January 2025 Removal, reduction and disposal of debris following Hurricane Milton Columbia County, FL Storm Debris Removal and Disposal Services $2,916,875 208,654 October – December 2024 Emergency cut and push. Removal, reduction and disposal of debris following Hurricane Helene. Gainesville, FL Emergency Disaster Debris Removal Services $937,813 55,596 October – December 2024 Removal, reduction and disposal of debris following Hurricane Helene. Tallahassee, FL Debris Removal and Disposal Services for Leon County & the City of Tallahassee $404,081 22,869 October – December 2024 Removal, reduction and disposal of debris following Hurricane Helene. Washington, GA Exigent Circumstances Debris Management Services $226,320 10,306 October – November 2024 Removal, reduction and disposal of debris following Hurricane Helene. 476 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-5 Owner & Location Title of Work Value CY Time Period Description FDOT, District 1 - Sarasota/Man atee Counties, FL Emergency Debris Removal Operations $40,491 1,050 Vacuumed 27 Storm drains October 2024 Removal and disposal of debris following Hurricane Helene. Clearing of storm drains. Mt. Dora, FL Emergency Debris Hauling and Disposal Services $384,013 20,420 October – December 2024 Removal reduction and disposal of debris, hazardous leaners and hangers following Hurricane Milton. Village of Wellington, FL Standby Agreement for Disaster Recovery Services $38,821 4,734 October 2024 Removal and disposal of debris following Hurricane Milton. Franklin County, FL Disaster Debris Removal and Disposal Services $56,102 3,419 October, 2024 Removal and disposal of debris following Hurricane Helene. Macon-Bibb County, GA EMA Debris Removal Services $25,026.36 Time & Materials September – October 2024 Cut & Push and Disaster Debris Removal and Disposal following Hurricane Helene. Atlanta, GA Emergency On- Call Services for Debris Removal $103,164 Time & Materials September - October 2024 Disaster Debris Removal and Disposal following Hurricane Helene. Houston, TX Disaster Debris Removal Services $10,997,239 688,963 July – October 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced and disposed of vegetative and C&D debris. Removed hazardous leaners and cut hazardous hanging limbs from 13,626 trees. Glynn County, GA Debris Removal and Disposal Services $133,914 9,191 August – September 2024 Disaster Debris Removal following Hurricane Debby. Removed, hauled, reduced and disposed of vegetative debris. Pearland, TX Debris Removal and Disposal Services $3,153,688 195,471 July – September 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced and disposed of vegetative and C&D debris. Removed hazardous leaners and cut hazardous hanging limbs from 1,541 trees Kaufman County, TX Disaster Debris Removal and Disposal Services $817,371 55,512 July – September 2024 Disaster Debris Removal following a severe wind event in May 2024. Removed, hauled, reduced (open burn) vegetative debris. Removed hazardous leaners and cut hazardous hanging limbs from 3,730 trees Columbia County, FL Storm Debris Removal and Disposal Services $330,528 26,223 August – September 2024 Disaster Debris Removal following Hurricane Debby. Removed, hauled, and reduced (open burn) vegetative debris. LaPorte, TX Debris Removal Services $218,278 14,180 August – September 2024 Disaster Debris Removal following Hurricane Beryl. Removed and hauled C&D debris to final disposal site. 477 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-6 Owner & Location Title of Work Value CY Time Period Description Sarasota, FL Debris Removal and other Recovery Services $28,737 1,863 August 2024 Disaster Debris Removal following Hurricane Debby. Removed and hauled C&D debris to final disposal site. Sarasota County, FL Emergency Debris Removal $169,259 11,271 August 2024 Disaster Debris Removal following Hurricane Debby. Removed and hauled C&D and mixed debris to final disposal site. Sugar Land, TX Standard Contract for General Services $1,785,409 80,725 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced, and disposed of vegetative and C&D debris. Cut hazardous hangers from over 6,000 trees. El Lago, TX Disaster Debris Removal & Disposal Services $193,132 13,137 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced and disposed of vegetative and C&D debris. El Campo, TX Debris Management Services $1,243,701 69,135 July – September 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced and disposed of vegetative and C&D debris. Seabrook, TX Post Disaster Debris Removal $429,132 26,379 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced and disposed of vegetative and C&D debris. Richwood, TX Texas Standby Contract for Disaster Debris Removal Services $840,897 52,276 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced and disposed of vegetative and C&D debris. Morgan’s Point, TX Disaster Debris Removal Services $161,493 10,784 July - September 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced, and disposed of vegetative and C&D debris. Surfside Beach, TX Debris Removal Services $97,273 4,841 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, and disposed of C&D debris. Katy, TX Texas Debris Removal Services $98,294 6,407 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced, and disposed of vegetative and C&D debris. Palacios, TX Debris Clearance and Removal Services $290,095 24,992 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, and disposed of vegetative and C&D debris. Removed hazardous trees and hanging limbs from 339 trees. Kemah, TX Disaster Debris Removal & Disposal Services $67,384 4,178 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced, and disposed of vegetative and C&D debris. West University Place, TX Disaster Debris Clearance & Removal $302,711 13,468 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, and disposed of vegetative and C&D debris. Removed hazardous limbs from 2,227 trees. 478 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-7 Owner & Location Title of Work Value CY Time Period Description Danbury, TX Disaster Debris Removal & Disposal Services $169,116 11,695 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, reduced, and disposed of vegetative and C&D debris. Removed hazardous limbs from 164 trees. Matagorda County, TX Debris Management Services $85,691 8,603 July – August 2024 Disaster Debris Removal following Hurricane Beryl. Removed, hauled, and disposed of vegetative debris. City of Morgan’s Point Resort, TX Standard Contract for General Services $572,039 37,205 July – August 2024 Disaster Debris Removal following a severe wind event in May 2024. Removed, hauled, reduced, and disposed of vegetative debris. Removed hazardous trees and hazardous limbs from 139 trees. Bell County, TX Disaster and/or Storm Recovery Services $771,793 55,274 June – July 2024 Disaster debris removal and disposal following a severe wind event in May 2024. Removed, hauled, reduced, and disposed of 55,274 CY of debris; removed 98 hazardous trees and hazardous limbs from 841 trees. Garland, TX Disaster Debris Removal and Disposal Services $1,087,415 Time and Materials June – July 2024 Disaster debris removal and disposal following a severe wind event in May 2024 Tallahassee, FL Debris Removal and Disposal $7,422,563 456,086 May– August 2024 Disaster debris removal, reduction and disposal following a May 2024 tornado. Removed, hauled, reduced and disposed of vegetative and C&D debris Maury County, TN Debris Removal Services $638,522 37,139 May – August 2024 Disaster debris removal following a May 2024 tornado. Removed, hauled, reduced and disposed of vegetative and C&D debris from ROW and Private Property. Removed 274 hazardous trees and hazardous limbs from 163 trees. Extracted 15 stumps. St. Martin Parish, LA Pre-Positioned Disaster Debris Removal $336,619 31,640 May – June 2024 Disaster debris removal, and disposal following a severe wind event in May 2024 San Marcos, TX On-Call Debris removal Services $239,658 23,200 May – June 2024 Disaster debris removal and disposal following a wind event in May 2024 Slidell, LA 2024 Hurricane Season Post- Disaster Roadway Clearing (The Push) $13,217 Hourly April 2024 Cut and Push following a tornado St. Tammany Parish, LA Contract for Essential Services $729,185 55,171 April 2024 Disaster debris removal following an EF2 tornado. Rockdale County, GA Debris Removal for Emergency Management Agency $346,773 30,606 April 2024 Disaster debris removal, reduction, and disposal following am EF2 tornado 479 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-8 Owner & Location Title of Work Value CY Time Period Description FDOT District 2 – Taylor County Emergency Debris and Hazardous Tree, Limb, and Stump Removal Operations $426,431 35,042 Feb – March 2024 Debris removal and disposal from private roads following Hurricane Idalia Merced County, CA Agreement for Special Services – Flood Debris Removal $1,732,223 65,978 July 2023 –March 2024 Removal and reduction of Debris following flood event Cape Coral, FL Vacant Lot Debris Removal $2,923,339 Time and Materials October 2023 – April 2024 Private Property Debris Removal from vacant lots following Hurricane Ian FDOT District 2 – Taylor County, FL Emergency Debris and Hazardous Tree, Limb, and Stump Removal Operations $30,991,644 1,752,129 September 2023 – February 2024 Removal and reduction of Debris following Hurricane Idalia Columbia County, FL Disaster Debris Removal and Disposal $663,803 52,643 September – November 2023 Removal and reduction of Debris following Hurricane Idalia Taylor County, FL Debris Management Services Contract $365,308 23,614 September - November 2023 Removal and reduction of Debris following Hurricane Idalia New Mexico DOT Fire and Flood Debris Collection and Removal - Mora and San Miguel Counties, NM $25,415,954 48,062 tons of fire debris, contaminate d soil, sediment, metals 18,792 Hazard Trees removed September 2022 – September 2023 Wildfire debris removal project following the Calf Canyon/Hermits Peak Fire and 2022 Flash Flooding. Ceres was a subcontractor on this project. City of Perry, FL Hurricane Idalia Debris Removal and Disposal Services $249,218 15,715 September - October 2023 Removal and reduction of Debris following Hurricane Idalia Glynn County, GA Debris Removal and Disposal Services $332,556 25,440 September – November 2023 Removal and reduction of debris following Hurricane Idalia State of Vermont Debris Management Services $634,553 1,855.7 CY of Veg and 5920 Tons of C&D July – September 2023 Removal of Debris Following July Severe Flooding Event Shreveport, LA Vegetative Storm Debris Removal and Disposal Services $2,180,607 195,220 July – September 2023 Removal of Debris Following June Major Storm 480 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-9 Owner & Location Title of Work Value CY Time Period Description Tulare County, CA Flood and Storm Debris Removal $231,921 5,982.25 March – September 2023 Removal of Debris Following Flood Disaster Harris County, TX Emergency Services for Debris Clearing, Removal and Disposal, and Operation of Temporary Staging and Reduction Sites $423,305 21,152.35 June – July 2023 Removal of Debris Following June Windstorm LUMA/PREPA Puerto Rico Vegetation Management Services $9,500,000 Time and Materials March – September 2023 Removal of vegetation that affected safe work access to power distribution lines following Hurricane Fiona Carroll County, MS MS Exigent Circumstances- Tornadoes $362,202 34,613 March – July 2023 Removal of Debris Following March Mississippi Tornados Williamson County, TX Debris Management Services $3,422,753 95,550 March-June 2023 Removal of Debris Following Winter Storm Mara Cameron Parish, LA Debris Clearance and Removal Services - PPDR $153,950 7,444 March – June 2023 Removal and disposal of debris generated from Hurricanes Laura and Delta from private property. Austin, TX Debris Removal Services $2,895,125 235,346 February -March 2023 Removal of Debris Following Winter Storm Mara Arcadia, FL Emergency Debris Removal and Disposal Services $1,400,512 97,379 September 2022 – November 2022 Removal of Debris Following Hurricane Ian Bradenton, FL Disaster Debris Collection Services $588,862 34,738 September – November 2022 Removal of Debris Following Hurricane Ian Deltona, FL Emergency Debris Removal Services $1,735,331 142,427 October 2022 – February 2023 Removal of Debris Following Hurricane Ian FDOT, District 1- Collier County Emergency Debris Removal Operations $18,486 440 trees 240 CY December 2022 Removal of Debris Following Hurricane Ian FDOT, District 1- Hendry County Emergency Debris Removal Operations $17,259 1,218 January 2023 Removal of Debris Following Hurricane Ian FDOT, District 1- Lee County Emergency Debris Removal Operations $820,572 45,262 October 2022 – February 2023 Removal of Debris Following Hurricane Ian FDOT, District 1- Manatee County Emergency Debris Removal Operations $935,156 45,768 October 2022 – February 2023 Removal of Debris Following Hurricane Ian FDOT, District 1- Sarasota County Emergency Debris Removal Operations $1,346,299 67,002 October 2022 – February 2023 Removal of Debris Following Hurricane Ian 481 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-10 Owner & Location Title of Work Value CY Time Period Description Hardee County, FL Debris Management $2,712,465 170,673 September 2022 – November 2022 Removal of Debris Following Hurricane Ian Holmes Beach, FL Debris Removal Services $168,790 8,481 October – November 2022 Removal of Debris Following Hurricane Ian Indian River County, FL Disaster Debris Removal and Disposal $138,002 9,952 October – November 2022 Removal of Debris Following Hurricane Ian Longwood, FL Disaster Debris Removal Services $236,358 14,485 October 2022 – November 2022 Removal of Debris Following Hurricane Ian Manatee County, FL Debris Management Services and Emergency Response Management and Recovery Services $2,091,469 136,011 October 2022 – December 2022 Removal of Debris Following Hurricane Ian Melbourne, FL Disaster Debris Removal Services $358,039 37,043 October 2022 – December 2022 Removal of Debris Following Hurricanes Ian and Nicole Mt. Dora, FL Emergency Debris Hauling and Disposal $112,132 8,774 September – December 2022 Removal of Debris Following Hurricanes Ian and Nicole Palmetto, FL Emergency Response Debris Removal Services $309,118 26,293 October 2022 – November 2022 Removal of Debris Following Hurricane Ian Sarasota County, FL Disaster Debris Collection, Reduction and Disposal $623,932 54,499 September 2022 – January 2023 Removal of Debris Following Hurricane Ian Sarasota, FL (City of) Disaster Recovery Services $2,405,850 114,340 October 2022 – January 2023 Removal of Debris Following Hurricane Ian Sebastian, FL Disaster Debris Removal and Disposal $28,353 3,161 October 2022 Removal of Debris Following Hurricane Ian Seminole County, FL Disaster Debris Hauling $2,573,750 182,533 October 2022 – January 2023 Removal of Debris Following Hurricane Ian Wellington, FL Disaster Recovery Services $39,052 3,387 October 2022 Removal of Debris Following Hurricane Ian Winter Park, FL Emergency Debris Management Services $270,711 19,822 October – November 2022 Removal of Debris Following Hurricane Ian City of Cedar Rapids, IA Drainageway Derecho Cleanup $781,869 52 Acres March – June 2022 Removal of debris and cleaning of drainageway City of Cedar Rapids, IA Drainageway Derecho Cleanup $518,591 42 Acres March – June 2022 Debris Clearance and Removal Services 482 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-11 Owner & Location Title of Work Value CY Time Period Description St. Helena Parish Police Jury, LA Debris Removal and Site Management for Debris Reduction, Emergency Roadway Debris Clearance and Waterway Debris Removal $5,036,779 349,389 September 2021 – April 2022 Removal and disposal of debris following Hurricane Ida Kenner, LA Post-Disaster Debris Collection, Processing and Disposal Services $5,015,066 239,906 September - December 2021 Removal and disposal of debris following Hurricane Ida Mandeville, LA Emergency Debris Removal and Disposal $5,576,418 306,702 September- December 2021 Removal and disposal of debris following Hurricane Ida Covington, LA Debris Removal and Site Management for Debris Reduction, Emergency Roadway Debris Clearance and Waterway Debris Removal $3,550,181 230,300 September - December 2021 Removal and disposal of debris following Hurricane Ida Westwego, LA Emergency Debris Removal $298,695 18,787 September – December 2021 Removal and disposal of debris following Hurricane Ida Denham Springs, LA Disaster Debris Management and Disposal Services $984,710 70,589 September- November 2021 Removal and disposal of debris following Hurricane Ida Gonzales, LA Disaster Debris Removal $1,493,917 106,041 September - October 2021 Removal and disposal of debris following Hurricane Ida New Orleans, LA (Zone 1) Debris Collection, Removal, Processing, and Disposal $2,635,055 112,085 September- January 2022 Removal and disposal of debris following Hurricane Ida New Orleans, LA (Zone 2) Debris Collection, Removal, Processing, and Disposal $2,149,393 72,289 September- January 2022 Removal and disposal of debris following Hurricane Ida New Orleans, LA (Zone 3) Debris Collection, Removal, Processing, and Disposal $2,436,468 97,421 September- January 2022 Removal and disposal of debris following Hurricane Ida 483 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-12 Owner & Location Title of Work Value CY Time Period Description Richwood, TX Debris Removal and Disposal Services $140,461 11,437 September- October 2021 Removal and disposal of debris in response to Tropical Storm Nicholas Thibodaux, LA Disaster Debris Management Services $1,653,961 105,691 August – November 2021 Removal and disposal of debris following Hurricane Ida Livingston Parish, LA Debris Removal & Site Management for Debris Reduction and Emergency Roadway Clearance $23,019,328 1,322,210 August 2021 – January 2022 Removal and disposal of debris following Hurricane Ida Larimer County, CO Poudre Canyon Mudslide $308,779 3,655 CY July – Aug 2021 Debris removal following a mudslide in Poudre Canyon. Debris included land and waterway vegetation, C&D, and hazardous materials such as asbestos. Macon-Bibb County, GA Waste Disposal Services $665,027 2,304 tons July – September 2021 Mixed debris removal Vermilion Parish, LA Non-Storm Related Debris Removal $32,130 1,640 July 2021 Non-emergency yard waste collection Larimer County, CO Cameron Peak Fire 2020 - Debris Management Services $3,860,431 14,207 trees May-July 2021 Hazard tree removal steep slope tree removal, and tree grinding following Cameron Peak Fire in Colorado Harris County, TX Emergency Services for Debris Clearing, Removal, Disposal & Operations of TDSRS $398,476 Hourly + 3,932 CY March – April 2021 Removal and disposal of debris in response to Winter Storm Uri. City of Sarasota, FL Disaster Recovery Services – Red Tide Clean Up $51,317 Hourly August 2021 Manual and mechanical beach and shoreline raking for red tide debris removal Sabine River Authority, LA Disaster Debris Management and Other Ancillary Services Agreement $5,560,812 119,572 February-May 2021 Removal of Hurricane Laura debris from levee systems Pearland, TX Debris Management Services $43,695 2,210 February-March 2021 Debris removal and disposal services as a result of Winter Storm Uri. 484 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-13 Owner & Location Title of Work Value CY Time Period Description Nacogdoches, TX Post Disaster Debris Collection, Processing, and Disposal Services $243,582 Hourly March – April 2021 Removal and disposal of debris generated by Winter Storm Uri. Oregon Department of Transportation (ODOT) Hazard Tree Removal Services $36,294,618 22,311 trees February 2021 – April 2022 Hazard Tree Removal in 3 Operational Branches: Branch 1: Archie Creek Fire, Douglas County, Branch 5: Thielson Fire, Douglas County and Branch 6: Two Four Two Fire, Klamath County. Oklahoma Emergency Management Agency (OEMA) Emergency Debris Removal $3,024,587 205,069 November 2020 – January 2021 Ice Storm Debris Grinding Calumet, OK Emergency Debris Removal Services $99,755 9,509.60 December 2020 Ice storm debris removal within the City limits of Calumet. Oklahoma City, OK Emergency City Street Access Tree and Debris Removal $487,300 5000 Tons December 2020 – January 2021 Removal and disposal of vegetative debris generated by the 2020 ice storm. Piedmont, OK Emergency Debris Removal Services $453,242 40,573.70 November - December 2020 Vegetative debris removal as a result of the 2020 ice storm. New Orleans, LA (Zone 1) Disaster Street – Clearing and Debris Collection, Removal, Processing and Disposal $884,403 42,742 November - December 2020 Debris removal, processing, and disposal as a result of Hurricane Zeta. New Orleans, LA (Zone 3) Disaster Street – Clearing and Debris Collection, Removal, Processing and Disposal $534,109 20,244 November - December 2020 Debris removal, processing, and disposal as a result of Hurricane Zeta. Kingfisher, OK Emergency Debris Removal Services $377,799 46,241.50 November - December 2020 Ice storm debris removal within the City limits of Kingfisher. El Reno, OK Emergency Debris Removal Services $1,381,052 98,408.50 November - December 2020 Vegetative debris removal as a result of the 2020 ice storm. Lafourche Parish, LA Debris Removal & Recovery Services $773,850 57,130 November 2020 - January 2021 Removal, reduction and disposal of debris generated by Hurricane Zeta. Atlanta, GA (Dept. of Forestry) Emergency On- Call Services for Debris Removal $551,188 Hourly October - November 2020 Bulk waste removal for the Department of Forestry as a result of reduced staff due to COVID-19. 485 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-14 Owner & Location Title of Work Value CY Time Period Description Nederland, TX Debris Removal Services $296,976 36,155.87 October - November 2020 Debris removal as a result of Hurricane Delta. Scott, LA Debris Removal and Disposal Services $370,425 16,099.15 October - November 2020 Removal and disposal of debris generated from Hurricane Delta. St. Martin Parish, LA Pre-Positioned Disaster Debris Removal Contract $587,092 30,600.80 October - November 2020 Debris removal, reduction and disposal as a result of Hurricane Delta. Allen Parish, LA Debris Removal and Disposal Service $8,526,706 550,846.00 September - December 2020 Collection and disposal of debris generated from Hurricane Laura. Escambia County School Board, FL Tree Debris Removal $793,494 5,732.70 September - October 2020 Debris removal and disposal as a result of Hurricane Sally. Santa Rosa County, FL Disaster Debris Removal Services $9,394,981 595,746 September 2020 – Feb 2021 Collection, reduction and disposal of debris generated from Hurricane Sally. Vermilion Parish, LA Pre-Positioned Disaster Debris Removal Contract $4,905,458 265,883.85 September 2020 - January 2021 Hurricane Laura debris removal and disposal. Linn County, IA Debris Clearance and Removal Services (Pre- Event Contract) $9,476,677 681,998 September 2020 - January 2021 Removal and disposal of debris resulting from August derecho. Macon-Bibb County, GA EMA Debris Removal Services $260,650 903 Tons August - September 2020 Collection and disposal of furniture, appliances, and other approved waste materials as a result of reduced staff due to COVID-19. Pharr, TX Catastrophic Event Debris Removal Contract $254,362 29,995.55 August – September 2020 Hurricane Hanna debris collection, reduction, and disposal. Linn County, IA Debris Clearance and Removal Services (30-day Post-Event Contract) $6,662,897 479,167.52 August - September 2020 Removal and disposal of debris resulting from August derecho. Hidalgo County, TX Debris Removal and Disposal Services $1,489,567.28 187,135.05 August - September 2020 Hurricane Hanna debris collection and disposal. Cameron Parish, LA Debris Clearance and Removal Services $28,880,677 1,151,059 August 2020 – May 2021 Removal, reduction, and disposal of debris generated from Hurricane Laura and Hurricane Delta. Atlanta, GA DPW Emergency Debris, Trash and Recyclables Pick-Up Services $1,570,547 5,063.4 Tons August 2020 – January 2021 Bulk waste removal for the Public Works Department as a result of reduced staff due to COVID-19. 486 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-15 Owner & Location Title of Work Value CY Time Period Description City of Edinburg, TX Disaster Debris Removal and Recovery Services $931,991 109,904.70 August – September 2020 Debris removal and disposal as a result of Hurricane Hanna. Santa Rosa County, FL Disaster Debris Removal Services $618,321 47,518 May – June 2020 Debris removal and disposal as a result of severe weather in April 2020. Jones County, MS Tornado Debris Removal and Disposal Services $3,273,295 240,056.40 May – August 2020 Collection, reduction by air curtain incineration, and disposal of tornado generated debris. Hamilton County, TN Emergency Debris Collection and Disposal Services $5,369,509 409,504.30 April – June 2020 Tornado debris collection, reduction, and disposal. CalRecycle Fire Debris Removal and Recovery Services for the Camp Fire in Butte County $246,156,950 768,458.69 tons; 3083 ROEs January 2019 – May 2020 Wildfire Structure and Debris removal in Butte County, CA Camp Fire U.S Army Corps of Engineers; Southwest GA, multiple counties W912P814D002 0 (ACI) Debris Management: Hurricane Michael Debris Removal $134,159,610 4,271,053 October 2018 – March 2019 Removal of debris and hauling following Hurricane Michael within 13 Southwest Georgia Counties. U.S. Army Corps of Engineers; Sacramento, CA Debris Removal and Processing for Lake, Mendocino, and Napa Counties, CA $37,652,633 84,000 tons January 2018- June 2018 Wildfire Structure and Debris Removal, Reduction, Hauling and Disposal in Lake, Mendocino, and Napa Counties, California USACE – Virgin Islands W912P8-14-D- 0020, Debris Management $55,448,300 1,029,505 October 2017 – May 2019 Removal and reduction of debris resulting from Hurricanes Irma and Maria; site management and restoration City of Albany, GA Debris Removal and Disposal Services $4,541,937 340,779 February-May 2019 Removal of debris resulting from Hurricane Michael Dougherty County GA Debris Removal and Disposal Services $1,664,063 41,879 February-May 2019 Removal of debris resulting from Hurricane Michael Miller County, GA Debris Removal and Disposal Services $89,394.77 5,203 March 2019 Removal of debris resulting from Hurricane Michael FDOT – District 3 Debris Removal and Disposal Services $49,589,902 3,358,266 October 2018 - May 2019 Removal of debris resulting from Hurricane Michael in Jackson and Washington Counties City of Albany, GA Disaster Debris Clearance and Removal Services $2,270,136 490,310 October 2018 Removal of debris resulting from Hurricane Michael 487 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-16 Owner & Location Title of Work Value CY Time Period Description Dougherty County, GA Disaster Debris Clearance and Removal Services $1,368,389 267,998 October 2018 Removal of debris resulting from Hurricane Michael Leon County, FL Debris Removal and Disposal Services $2,561,300 98,209 October - November 2018 Removal of debris resulting from Hurricane Michael Tallahassee, FL Disaster Debris Clearance and Removal Services $1,668,183 63,932 October – November 2018 Debris removal (including tree and limb removal) and temporary debris staging and reduction site management following Hurricane Michael. Florida A&M University (FAMU) Disaster Debris Clearance and Removal Services $14,216. 1,150 October 2018 Removal of debris resulting from Hurricane Michael Jackson County, FL Disaster Debris Clearance and Removal Services $2,622,134 38,246 October 2018 – December 2019 Emergency debris road clearance, debris removal, staging and reduction following Hurricane Michael. NC Dept of Agriculture RFQ#: 10-RFQ- 007994 Carbon Source Material Delivery $4,543,359 143,189 September – Octoberr 2018 Mulch hauling for animal remains cleanup following Hurricane Florence. Town of St James, NC Disaster Debris Removal Services $471,415 58,849 September – October 2018 Removal of debris from Hurricane Florence. Atlantic Beach (Town) -Co-op w/ HSCWA Disaster Debris Removal Services $916 7.65 Tons October – November 2018 Removal of debris from Hurricane Florence. Lenoir County, NC Disaster Debris Removal Services $715,958 34,662 September – November 2018 Removal of debris from Hurricane Florence. University of North Carolina Disaster Debris Removal Services $215,879 19,933 October 2018 Removal of debris from Hurricane Florence. Horry County, SC Disaster Debris Removal Services $372,955 4,181 October – November 2018 Removal of debris from Hurricane Florence. NC Department of Transportation Division 2- Jones CO Disaster Debris Removal Services $509,103 3,479 October 2018 – January 2019 Removal of debris from Hurricane Florence. City of Olathe, KS Debris Removal and Disposal Services $129,286 Hourly January 2019 – February 2019 Debris removal as a result of the January 2019 snowstorm. Indian River County, FL Red Tide Cleanup $116,710 160,000 pounds of marine debris October 2018 Red Tide cleanup along over 22 miles of shoreline. 488 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-17 Owner & Location Title of Work Value CY Time Period Description Brookfield, CT Disaster Debris Collection, Hauling, Grinding, Site Management and Disposal $1,006,164 Haul: 47,396 Grinding: 61,594 June – July 2018 Collection, hauling, grinding, site management and disposal of debris generated by a Macroburst Storm event in May of 2018. DTOP Central and South Regions Contract No 2018-000-175 and Contract No. Contract No 2018-000-176, Debris Removal, Hauling, Consolidation, Processing and Disposal Services (Hurricane Maria) $39,789,170 Haul: 310,052 Grinding: 301,900 December 2017- November 2020 Removal, processing and disposal of hurricane generated debris from state roads following Hurricane Maria, as well as grinding and mulch haul-out. Includes vegetative debris, trees, C&D debris. USACE – Puerto Rico W912P8-13-R- 0011, ACI SATOC for Temporary Roofing and Debris Management $47,007,721 October 2017 – April 2018 Installation of Blue Roofs and roof repairs following Hurricane Maria performed by Ceres Caribe. Glynn County, GA Debris Removal and Disposal Services $6,423,081 381,866 September- December 2017 Removal of debris resulting from Hurricane Irma Seminole County, FL Disaster Debris Hauling Services $13,151,655 786,619 September 2017 – January 2018 Hauling debris resulting from Hurricane Irma Miami-Dade County, FL Hurricane Irma Debris Removal Services $8,708,850 645,100 September- November 2017 Removal of debris resulting from Hurricane Irma Miami, FL Emergency Debris Removal and Disposal Services $6,309,411 455,554 September- December 2017 Removal of debris resulting from Hurricane Irma Orange County, FL Disaster Recovery and Debris Removal $5,524,027 330,555 September- December 2017 Removal of debris resulting from Hurricane Irma Palmetto Bay, FL Emergency Debris Removal and Management Services $1,451,620 253,155 September- October 2017 Removal of debris resulting from Hurricane Irma Palm Bay, FL Disaster Recovery Debris Removal Services $1,914,781 133,824 September- November 2017 Removal of debris resulting from Hurricane Irma 489 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-18 Owner & Location Title of Work Value CY Time Period Description North Lauderdale, FL Disaster and Debris Management Services $1,418,512 215,574 September- December 2017 Removal of debris resulting from Hurricane Irma Hollywood, FL Emergency Response and Recovery Services $1,482,282 154,201 September- November 2017 Removal of debris resulting from Hurricane Irma Miami Beach, FL Disaster Recovery Services $2,093,174 152,648 September- December 2017 Removal of debris resulting from Hurricane Irma Melbourne, FL Disaster Debris Removal Services $1,691,669 151,437 September 2017 - January 2018 Removal of debris resulting from Hurricane Irma Pasco County, FL Disaster Recovery and Debris Removal Services $2,511,064 150,734 September- December 2017 Removal of debris resulting from Hurricane Irma Tampa, FL Emergency Debris Management and Disaster Recovery Services $2,348,100 145,174 September - December 2017 Removal of debris resulting from Hurricane Irma Pinellas County, FL Disaster Debris Collection & Removal Services $3,204,060 123,916 September- December 2017 Removal of debris resulting from Hurricane Irma Palm Beach County School District, FL Debris (Cleanup) Services for Disaster Recovery Assistance $2,177,025 12,631 trees September 2017 - January 2018 Removal of debris resulting from Hurricane Irma Indian River County, FL Disaster Debris Removal and Disposal $1,327,215 101,701 September- December 2017 Removal of debris resulting from Hurricane Irma Port St. Lucie, FL Emergency Debris Collection & Removal Services $1,219,259 86,676 September- December 2017 Removal of debris resulting from Hurricane Irma City of Sarasota, FL Disaster Recovery Services $943,134 79,661 September- December 2017 Removal of debris resulting from Hurricane Irma 490 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-19 Owner & Location Title of Work Value CY Time Period Description Palm Beach Gardens, FL Emergency Debris and Disaster Recovery Services $869,084 71,153 September- November 2017 Removal of debris resulting from Hurricane Irma Jacksonville Beach, FL Disaster Debris Management, Recovery & Response Services $1,130,639 67,699 September - October 2017 Removal of debris resulting from Hurricane Irma Winter Park, FL Disaster Recovery and Debris Removal Services $880,653 46,441 September - November 2017 Removal of debris resulting from Hurricane Irma Broward County, FL Disaster Debris Clearing and Removal Services $347,132 45,903.99 September - October 2017 Removal of debris resulting from Hurricane Irma Atlantic Beach, FL Citywide Emergency Debris Management Services Hurricane Irma $302,517 44,810 September- October 2017 Removal of debris resulting from Hurricane Irma Miramar, FL Debris Management & Removal Services $301,569 38,572 September - October 2017 Removal of debris resulting from Hurricane Irma FDOT District 5 Emergency Cut & Toss/Debris Removal $846,989 19,793 September - October 2017 Removal of debris resulting from Hurricane Irma Palm Beach County School District, FL Debris (Haul) Services for Disaster Recovery Assistance $883,957 17,948 September 2017 - January 2018 Removal of debris resulting from Hurricane Irma Gulfport City, FL Disaster Debris Collection & Removal Services, Hurricane Irma - (Participant Agreement with Pinellas County Govt) $164,179 10,241 September- October 2017 Removal of debris resulting from Hurricane Irma FDOT District 1 Emergency Debris Removal $402,649 7,719 September- December 2017 Removal of debris resulting from Hurricane Irma 491 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-20 Owner & Location Title of Work Value CY Time Period Description Jupiter Island, FL Disaster Recovery Debris Removal $65,235 6,802 September - October 2017 Removal of debris resulting from Hurricane Irma Jupiter Island, FL Emergency Disposal of Debris $45,848 6,802 September - October 2017 Removal of debris resulting from Hurricane Irma Longboat Key, FL Disaster Recovery Services $54.060 3,194 September- December 2017 Removal of debris resulting from Hurricane Irma Bal Harbor, FL Disaster Debris Management Services $60,061 2,565 September - October 2017 Removal of debris resulting from Hurricane Irma Atlanta, GA Emergency On- Call Services for Debris Removal $322,631 2,363.25 hours September- December 2017 Removal of debris resulting from Hurricane Irma Miami-Dade County Schools, FL Emergency Debris Clearing $86,497 2,356 September - October 2017 Removal of debris resulting from Hurricane Irma New College, FL Debris Removal Services $33,966 1,231 September 2017 Removal of debris resulting from Hurricane Irma Sweetwater, FL Hurricane Irma Emergency Cut, Toss Debris Removal $138,532 17,614 October- December 2017 Removal of debris resulting from Hurricane Irma FDOT District 7 Emergency Cut & Toss and Debris Removal $16,594 September- November 2017 Removal of debris resulting from Hurricane Irma – Cut and Toss Houston, TX Debris Removal $963,022 80,014 September - November 2017 Removal of debris resulting from Hurricane Harvey Pearland, TX Debris Management Services $1,065,532 54,771 September – October 2017 Removal of debris resulting from Hurricane Harvey Clear Brook Municipal Utility District, TX Disaster Debris Clearance & Removal Services $841,453 46,915 September – October 2017 Removal of debris resulting from Hurricane Harvey Wharton, TX Disaster Debris Removal and Disposal Hurricane Harvey $509,104 31,829 September – December 2017 Emergency debris road clearance, debris removal (including tree and limb removal) and temporary debris staging and reduction site management following Hurricane Harvey Katy, TX Disaster Debris Clearance Contract $599,003 29,495 September - November 2017 Removal of debris resulting from Hurricane Harvey Humble, TX Disaster Debris Clearance and Removal Services $214,632 13,945 September – October 2017 Removal of debris resulting from Hurricane Harvey 492 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-21 Owner & Location Title of Work Value CY Time Period Description West University Place, TX Disaster Debris Clearance and Removal Services $34,301 1,131 September 2017 Removal of debris resulting from Hurricane Harvey Dougherty County GA Debris Removal and Disposal Services $7,200,631 539,846 February-May 2017 Removal of debris resulting from Georgia Tornadoes Livingston Parish, LA Debris Removal & Site Management for Debris Reduction and Emergency Roadway Clearance $16,338,932 860,188 August 2016 – August 2017 Removal and disposal of debris from summer floods throughout the Parish. Ceres also removed 400,000 pounds of putrid food and 20,000 units of white goods ruined in the floods. Denham Springs, LA Disaster Debris Removal $4,070,506 275,507 August 2016 – August 2017 Removal and disposal of flood debris following heavy rains. Ceres also removed more than 1,500 units of electronic waste. Albany, GA Disaster Related Debris Removal Services $4,973,565 378,548 February –June 2017 Debris removal and disposal within the City following a January tornado Beaufort County, SC Storm Debris Removal, Debris Management Site Operations and Disposal $24,790,569 1,630,533 October 2016 – April 2017 Collection, removal and reduction of debris from public and private ROW following Hurricane Matthew South Carolina DOT (Berkeley, Jasper and Hampton Counties) Disaster Recovery Assistance following a Declared Disaster $3,263,229 217,414 October 2016 – April 2017 Removal and disposal of vegetative debris from County ROW in three counties following Hurricane Matthew Indian River County, FL Disaster Debris Removal & Disposal $1,177,749 93,227 October 2016 – December 2016 Debris removal resulting from Hurricane Matthew. Palm Bay, FL Debris Removal/Disaste r Recovery Services $1,052,878 84,932 October 2016 – January 2017 Collection, reduction and disposal of vegetative and C&D debris resulting from Hurricane Matthew New Orleans, LA Disaster Street- Clearing and Debris Collection, Removal, Processing and Disposal $830,312 57,440 January – April 2017 Removal and disposal of vegetative and C&D debris resulting from early tornado in Louisiana, as well as clearing of 60 trees and 150 limbs from the City Jacksonville Beach, FL Standby Contract for Disaster Services $745,594 49,308 October 2016 – January 2017 Removal and disposal of hurricane debris within the City, including more than 3,000 cubic yards of sand reclamation from beaches Brunswick, GA Debris Removal and Disposal $352,224 46,890 November 2016 – January 2017 Removal and disposal of vegetative and C&D debris following Hurricane Matthew 493 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-22 Owner & Location Title of Work Value CY Time Period Description Glynn County, GA Debris Removal and Disposal Services $7,945,091 441,127 CY October 2016 – March 2017 Removal of debris resulting from Hurricane Matthew Lenoir County, NC Debris Management Services $556,787.00 45,387 October – December 2016 Removal of vegetative and C&D debris resulting from Hurricane Matthew Atlantic Beach, FL Emergency Debris Management Services $148,674.00 21,807 October 2016 – January 2017 Collection and hauling of vegetative debris within City limits following Hurricane Matthew Palm Beach Gardens, FL Emergency Debris and Disaster Recovery Services $31,507 3,936 November 2016 Clearing and removing vegetative debris from public ROW in the City following Hurricane Matthew. Jupiter Island, FL Disaster Recovery Debris Removal $49,088 3,548 October - November 2016 Pick up, haul and dispose of vegetative debris resulting from Hurricane Matthew. Bald Head Island, NC Debris Removal and Disposal $45,647 1,944 November 2016 Vegetative debris removal and disposal services as a result of Hurricane Matthew Fernandina Beach, FL Hurricane & Other Disasters, Debris Removal Reduction and Disposal $406,166 1,792 CY 1,310 limbs October – November 2016 Collection, reduction and disposal of vegetative debris as well as hangers and leaners following Hurricane Matthew Charleston County Park and Recreation Commission, SC Debris Removal and Disposal Services $38,592 1,106 CY 59 trees October – December 2016 Clearing of hurricane debris from roads throughout the County, and damaged trees Cumberland County, NC Disaster Debris Clearance & Removal $33,175 250 December 2016 – January 2017 Removal and disposal of debris from Hurricane Matthew Taylor County, FL Disaster Debris Management $274,631 28,509 October 2016 Debris removal of vegetative and C&D debris generated from Hurricane Hermine. Ceres also removed 238 white goods units. Pasco County, FL Disaster Debris Management Services $29,460 2,682 September 2016 Debris collection, hauling and disposal of debris related to Hurricane Hermine. Zachary, LA Disaster Debris Management and Removal $183,611 17,398 August – September 2016 Management and removal of disaster debris resulting from Louisiana floods Bastrop County, TX Debris Removal Contractor $13,923 535 June 2016 Post-event debris removal of vegetative debris from three flood events in Bastrop County 494 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 2 Experience Page D.2-23 Owner & Location Title of Work Value CY Time Period Description Oklahoma Environmental Management Authority (Canadian County and Cities of, El Reno, Yukon, Piedmont, Calumet, and Union City) Emergency Debris Removal Services/ Grinding and Burning of Disaster Debris $2,040,657 237,427 CY collection and removal 151,127 CY Grinding 213,223 CY Air Burning December 2015 – March 2016 Collection and removal of ice storm generated debris from public ROW after Winter Storm Goliath. Ceres also performed the initial 70-hour push for OEMA and disposed of debris by grinding and air curtain burning. City of Warr Acres, OK Post Event Debris Removal $366,829 34,773 January – February 2016 Pick up, hauling and disposal of woody debris from the City’s right of ways after winter ice storm City of Oklahoma City, OK Emergency Storm Debris Removal $2,655,604 26,411 December 2015 – April 2016 Collection, removal, and disposal of storm debris generated by the November 2015 ice storm Dawson County, GA Disaster Debris Removal & Disposal Services $927,163 49,645 CY, 2,976 Hangers March – July 2015 Debris removal operations of vegetative debris resulting from February 2015 ice storm 495 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 3 Team Experience Page D.3-1 D.3 Team Experience Ceres Environmental Services, Inc. has over 200 employees, many of whom are professional staff. Our staff hold degrees in areas such as Structural and Civil Engineering, Business Administration, Forestry, Geology, Science, and Accounting. As part of the Company’s dedication to quality and safety, many of Ceres’ management staff are U.S. Army Corps of Engineers-certified in Construction Quality Management; are FEMA-certified in NIMS; are Red Cross-certified in first aid; and have completed OSHA’s 40-hour safety training course. Ceres’ management has worked extensively on FEMA -reimbursed contracts and has demonstrated its ability to respond to large-scale events. For City of Winter Springs, Ceres will provide exceptionally qualified personnel to lead the efforts for any event occurring for which our services are required. The following core team will be assigned to Winter Springs for the life of the contract. Mr. Robert Smith is our Director of Disaster Recovery Operations. Mr. Smith is the Director of Ceres’ Disaster Recovery Division. He has a strong history of managing large, complex projects that involve multiple government agencies. His experience includes overseeing all aspects of the CalOES/CAL Recycle Camp Fire Debris Removal and Hazardous Tree Removal projects in Butte County as Incident Commander. Mr. Smith also managed Ceres’ response for the USACE USVI project following Hurricanes Irma and Maria. Mr. Smith builds effective teams by focusing on customer needs, setting clear goals, and successfully executing project directives. Since joining Ceres in 2017, Mr. Smith has ensured successful project performance while maintaining safety compliance and a customer-oriented approach. Mr. Brent Whitten will be the Project Manager assigned to the City of Winter Springs. Mr. Whitten has over 20 years of experience in debris management and disaster recovery services, specializing in large - scale waterway clearing projects and having experience with private property debris removal. As a subject matter expert, he has successfully managed some of the most complex waterway debris removal projects , including one in Livingston Parish, LA, which involved clearing over 3 million linear feet of water ways. The project was funded by NRCS as part of the Emergency Watershed Protection Program. For this and other waterway debris removal projects, Mr. Whitten obtained various permits such as Section 404 permits, Louisiana Department of Environmental Quality (LDEQ) debris site authorizations, and Right of Entry (ROE) agreements to gain access in remote areas. He ensured compliance with USACE, LDEQ, FEMA, and NRCS requirements, maintaining strict adherence to environmental and operational standards. His performance has been commended by both LDEQ and NRCS. Mr. Hubert Russell (Bo) Ansley will be the FEMA Reimbursement Specialist assigned to Winter Springs. Mr. Ansley worked with the U.S. Army Corps of Engineers (USACE) for 33 years. His experience includes Emergency Management; Technical Support to FEMA applicants, and sub -applicants to ensure FEMA eligibility, compliance with State regulations and adherence to contract specifications; review of FEMA eligibility and processing documentation for FEMA reimbursement; training sessions with clients; City of Winter Springs, FL Director of Disaster Recovery Operations Rob Smith Project Manager Brent Whitten Contract / Subcontract Manager Tia Laurie Additional Operations Personnel Based on Contract Needs FEMA Reimbursement Specialist Bo Ansley Key Project Team 496 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 3 Team Experience Page D.3-2 and development of new documentation systems. His experience runs deep both with Ceres and the US Army Corps of Engineers (USACE), where he served as a technical liaison to FEMA for Emergency Support Function 3 (ESF3) – Public Works and Engineering, and a Senior Level Debris Removal Subject Matter Expert (SME). Ms. Tia Laurie, a West Point graduate, is our Contract/Subcontractor Manager. She is responsible for the overall administrative response to all disaster response and recovery missions, including contracting and subcontracting. Ms. Laurie provides a background in several fields including quality control, construction, logistics, management, and contracting. She is adept at ensuring that our subcontractors and equipment are in place and ready to work when needed. She keeps an extensive list of subcontracts, both local and throughout the country, in case specialty work is required. Ms. Laurie understands the importance of local recovery and knows that it means more than just clearing debris – it means providing jobs in the area. She is expert at finding qualified personnel in any area throughout the United States. Ms. Laurie also provides management in the areas of maintaining and upgrading the subcontractor database, registration process, and evaluation criteria, as well as creating and executing applicable training programs for subcontractors. Ms. Laurie will be immediately available to locate and check the credentials of all required subcontractors and to pre-stage necessary equipment, ensuring that City of Winter Springs efforts are well under way within the time frames required. Contact Information RFP Correspondent Tia Laurie, Corporate Secretary tia.laurie@ceresenv.com ; Tel: (800) 218-4424; Fax: (866) 228-5636 Primary Day-to-Day Contact Brent Whitten, Project Manager brent.whitten@ceresops.com Ceres’ personnel are trained in FEMA regulations and are schooled in the use of FEMA Public Assistance Debris Management Guide FEMA 325, as well as additional resource books Public Assistance Guide FEMA 322 and Public Assistance Policy Digest 321. For more extensive information on the qualifications of Ceres project management team, please see their resumes provided in Appendix 1. Resumes of the additional key personnel are included as well. If for any reason key personnel named in this proposal are not available or are not acceptable to the City, personnel with equivalent or better backgrounds and skills will be made available and will be presented for approval. 497 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 4 Florida Knowledge Page D.4-1 D.4 Florida Knowledge In Florida, Ceres has loaded, hauled, managed, reduced, and disposed of over 16,000,000 cubic yards of debris across 81 client activations within the past ten years. This along with being a Florida-based corporation has helped Ceres build trusted relationships with Florida Division of Emergency Management, Florida Department of Environmental Protection, and Florida Department of Transportation to provide disaster guidance and quickly permit debris sites. Regulatory Framework for Funding Waterway Debris Operations The funding for impacted waterways following a disaster event is generally managed through a mix of federal agencies, including FEMA (Federal Emergency Management Agency) and NRCS (Natural Resources Conservation Service), but they serve different roles and work under different funding mechanisms. FEMA insists on being the “Funding of Last Resort” which means NRCS must be petitioned to review and approve or deny any requests regarding waterway and drainageway work post-event. Funding for this project will be provided by the U.S. Department of Agriculture Natural Resources Conservation Service (NRCS); pursuant to Agreement No. NR254209XXXXC003; CFDA No. 10.923. FEMA Review Council Release Date: April 28, 2025 President Donald J. Trump appointed several new members to the Federal Emergency Management Agency (FEMA) Review Council, a bipartisan group tasked with reforming and streamlining the nation’s emergency management and disaster response system. Secretary Kr isti Noem and Secretary of Defense Pete Hegseth will co-chair the council. The FEMA Review Council is charged with streamlining operations and ensuring FEMA delivers rapid, efficient, and mission-focused relief to Americans in need. Emergency Practices Bill - Debris Management Sites A bill currently passed in the Florida House of Representatives, the "Emergency Practices Bill", includes provisions that contain a section that is especially noteworthy. • Every county and municipality must apply to the state for approval of at least one debris management site. • Existing sites require annual reauthorization. • Municipalities can jointly apply with a county or neighboring municipality, provided they formalize a memorandum of understanding each year that outlines the site’s location and capacity . 498 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 5 References Page D.5-1 D.5 References Ceres Environmental Services, Inc. has a long record of successful contract performance. Many of our customers have provided formal evaluations or letters of recommendation that attest to our strong performance and record of customer service and satisfaction. These letters are provided on the following pages. The following table contains a selection of our references from relevant waterway debris removal projects completed in the past five (5) years. Event Contract Activity Government Entity Amount Contract Period Hurricane Ian Emergency Disaster Assistance and Debris Removal & Waterway Debris Removal Cape Coral, FL $64,888,996 2,707,047 CY including over 750,000 CY of waterway debris October 2022 – May 2023 Point of Contact: Terry B. Schweitzer, Solid Waste Manager; P.O. Box 150027, Cape Coral, Florida 33915- 0027, Tel: 239-573-3136; tschweitzer@capecoral.gov Waterway Cleanup Waterway Debris Removal St Tammany Parish, LA $8,381,699 381,333 Linear Feet September 2022 – September 2023 Point of Contact: Holly O’Neal, Assistant Director of Public Works, Tel.: (985) 898-2557; honeal@stpgov.org Waterway Cleanup Waterway Debris Removal Livingston Parish, LA $65,467,989 3,306,224 Linear Feet May 2018 – September 2023 Point of Contact: Shannon Dyer, Deputy Director of Homeland Security & Emergency Preparedness; 20355 Government Boulevard, Livingston, LA 70754; Tel. (225) 247-8883; lohsep1@lpgov.com Below are additional references from disaster debris removal projects completed in the last five (5) years. Event Contract Activity Government Entity Amount Contract Period Hurricane Milton Hurricane Ian Disaster Debris Removal and Disposal Services Disaster Debris Collection Services Bradenton, FL $2,299,665 204,957 CY $588,862 34,738 CY October 2024 – January 2025 September – November 2022 Point of Contact: Irvin Lee, Public Works/Utilities Director, 13th Avenue E, Bradenton, FL 34208; (941) 462 1989; irvin.lee@bradentonfl.gov Hurricane Helene Emergency Debris Removal Operations Longboat Key, FL $214,390 8,439 CY September– November 2024 Point of Contact: Mark Richardson, Streets, Facilities, Parks & Recreation Manager, 600 General Harris Street, Longboat Key, FL 34228; (941) 361-6411; mrichardson@longboatkey.org Hurricane Milton Emergency Debris Hauling and Disposal Services Port Orange, FL $1,202,899 71,452 CY October 2024 – January 2025 Point of Contact: Tom DiEulio, Public Works Director, 407 Virginia Avenue, Port Orange, FL 32127; (386) 506-5575; tdieulio@port-orange.org Hurricane Milton Hurricane Ian Emergency Debris Removal Services Emergency Debris Removal Services Deltona, FL $754,457 49,888 CY $1,735,331 142,427 CY October 2024 – January 2025 October 2022 – February 2023 Point of Contact: Phyllis Wallace, Deputy Director of Public Works, 201 Howland Blvd., Deltona, FL 32738; (386) 878-8965; pwallace@deltonafl.gov Hurricane Milton Hurricane Ian Emergency Debris Hauling and Disposal Services Emergency Debris Hauling and Disposal Mount Dora, FL $384,013 20,420 CY $77,132 8,774 CY October – December 2024 September – October 2022 Point of Contact: George Marek, Director of Public Works Department, 900 N Donnelly Street, Mount Dora, FL 32757, Tel: (352) 735-7151, marekg@cityofmountdora.com 499 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 5 References Page D.5-2 Event Contract Activity Government Entity Amount Contract Period Hurricane Milton Emergency Disaster Assistance and Debris Removal Cape Coral, FL $314,122 24,613 CY October 2024 – February 2025 Point of Contact: Terry B. Schweitzer, Solid Waste Manager; P.O. Box 150027, Cape Coral, Florida 33915-0027, Tel: 239-573-3136; tschweitzer@capecoral.gov Hurricane Milton Hurricane Ian Disaster Debris Clearance and Removal Services Disaster Debris Clearance and Removal Services North Port, FL $722,259 11,700 CY $42,031,396.28 2,446,843 CY October 2024 – February 2025 October 2022 – March 2023 Point of Contact: Frank Lama, Solid Waste Manager, 1100 North Chamberlain Blvd., North Port, FL 34286, Tel.: (941) 240-8074; flama@northportfl.gov Hurricane Milton Debris Hauling and Disposal Daytona Beach, FL $944,547 57,822 CY October 2024 – January 2025 Point of Contact: David Waller, Public Works Director, 301 S. Ridgewood Avenue, Daytona Beach, FL 32114; (386) 671-8681; wallerd@codb.us Hurricane Helene Hurricane Idalia Hurricane Irma Hurricane Matthew Debris Removal and Disposal Services Debris Removal and Disposal Services Debris Removal and Disposal Services Debris Removal and Disposal Services Glynn County, GA $4,658,469 81,774 CY $332,556 35,440 CY $6,423,081 381,866 CY $7,945,091 441,127 CY October 2024 – March 2025 September – November 2023 September- December 2017 October 2016 – March 2017 Point of Contact: Danny Smith, Public Works Director, 4145 Norwich Street Ext, Brunswick, GA 31520; Tel 912-554-7746; Danny.Smith@glynncounty-ga.gov Hurricane Beryl Disaster Debris Removal Services Houston, TX $10,997,239 688,963 CY July – October 2024 Point of Contact: Helvia Quinones, Deputy Director South Operations, Solid Waste Management Department, 611 Walker, 12th Floor, Houston, TX 77002; (832) 917-7514; helvia.quinones@houstontx.gov Hurricane Beryl Disaster Debris Removal and Disposal Services Surfside Beach, TX $97,273 4,841 CY July – August 2024 Point of Contact: Greg Bisso, Mayor, 1304 Monument Dr, Surfside Beach, TX 77541, Tel: (979) 233- 1531; gbisso@aol.com Hurricane Beryl Winter Storm Uri Hurricane Harvey Debris Removal and Disposal Services Debris Management Services Debris Management Services Pearland, TX $3,153,688 195,471 CY $43,695 2,210 CY $1,065,532 54,771 CY July – September 2024 February-March 2021 September – October 2017 Point of Contact: Laurie Rodriguez, Environmental Services Superintendent; 3519 Liberty Dr., Pearland, TX 77581; Tel. (281) 652-1813; lrodriguez@pearlandtx.gov Hurricane Idalia Emergency Debris Removal Services FDOT District 2 – Taylor County $30,991,644 1,717,950 CY September 2023 February 2024 Point of Contact: Kevin Rogers, Dist. 2 Construction Services Manager, 1109 South Marion Avenue, Lake City, FL 32025; Tel (352) 961-7416; FAX (386) 961-7416, Kevin.Rogers@dot.state.fl.us Hurricane Idalia Hurricane Idalia Debris Removal and Disposal Services City of Perry, FL $249,218 15,715 CY September - October 2023 Point of Contact: John Hart, City Manager; 224 South Jefferson Street, Perry, FL 32347; Tel. (850) 584- 7161; jhart@cityofperry.net 500 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 5 References Page D.5-3 Event Contract Activity Government Entity Amount Contract Period Summer Flood Event Debris Management Services State of Vermont $634,553 5,920 Tons July – September 2023 Point of Contact: Steven Young, State Debris Management Coordinator, 1 National Life Drive – Davis 1, Montpelier, VT, 05620, (802) 261-5823, Steven.Young@vermont.gov 2023 Winter Storm Mara Debris Removal Services Austin, TX $2,895,125 235,346 CY February -March 2023 Point of Contact: Amy Slagle, Litter Abatement Division Manager, Austin Resource Recovery, 1520 Rutherford Ln, Austin, TX 78754, 512-653-4545, Amy.Slagle@austintexas.gov Hurricane Ian Removal of Debris Following Hurricane Ian Melbourne, FL $232,153 25,852 CY October 2022 – November 2022 Point of Contact: Jennifer Wilster - Environmental Community Outreach Manager, City of Melbourne ECO Division 2885 Harper Road, Melbourne, FL 32904, Tel: (321) 608-5080, Jennifer.Wilster@mlbfl.org Hurricane Ian Emergency Debris Removal and Disposal Services Arcadia, FL $1,400,512 97,379 CY September 2022 – November 2022 Point of Contact: Steve Underwood, Director of Public Works, City of Arcadia 23 N. Polk Ave, Margaret Way building, Arcadia, FL 34266, Tel. (863) 494-4334, publicworks@arcadia-fl.gov Hurricane Ida Disaster Debris Removal Gonzales, LA $1,623,500 106,041 CY September – October 2021 Point of Contact: Jackie Baumann, City Engineer, 120 S. Irma Blvd., Gonzales, LA 70737; Tel. (225) 647-9589; jackie@gonzalesla.com Hurricane Ida 2016 Floods Debris Removal, Reduction & Emergency Roadway Clearance Debris Removal & Site Management for Debris Reduction Livingston Parish, LA $24,632,443 1,322,210 CY $16,339,988 1,406,610 CY August 2021 – January 2022 August 2016 – August 2017 Point of Contact: Shannon Dyer, Deputy Director of Homeland Security & Emergency Preparedness; 20355 Government Boulevard, Livingston, LA 70754; Tel. (225) 247-8883; lohsep1@lpgov.com 2020 Tornado Disaster Debris Collection and Disposal Services Hamilton County, TN $5,369,509 409,504.30 CY April – June 2020 Point of Contact: John Agan, Director of Engineering & Facilities Maintenance, 4005 Cromwell Road, Chattanooga, TN 37421; Tel. (423) 315-3840; johna@hamiltontn.gov 501 50 2 Bryan Fike- City of Cape Coral Hurricane Ian Debris Removal Project April 27, 2023 Page 2 of 2 Key staff within the CERES organization provided excellent customer service and addressed all citizen concerns with a sense of urgency and professionalism. While Cape Coral's debris removal activities were being well maintained by CERES, City of Cape Coral Public Works staff were able to focus on different infrastructure recovery efforts. At the 60-day mark of the declared disaster, Ceres had removed over 1,800,000 cubic yards of vegetation and C&D from city streets. At project completion, CERES collected, chipped, and disposed of 1,510,773 cubic yards of vegetative debris; and collected, staged and disposed of 454,308 cubic yards C&D both, in only 4 months. This included two weeklong holiday breaks. In addition to the right-of-way removal, a unique facet to the recovery was Ceres also planned and successfully conducted both land-based and water-based debris removal of vegetation knocked down by Ian, and non-vegetative debris blown into the canals or damaged by the storm surge. r The scope of this project included0 :bo11ecting, chipping, and disposing of 750,000 cubic I yards of vegetative debris and 800 cubic yards of C&DI from over 400 miles of both saltwater and freshwater cqnals, yybile SUP,f?Or;tirig the City's efforts in protectingwaterfowl, wading birds, migrant11s6ngoiras, g6phen tortoi�es, and dolphins and reptiles. Cape Coral is home to the largest population o� burrowin� owls in Florida, and the canal system is so extensive that local ecology and tides have been affected. The system provides many residents with waterfront living access to the Gulf of Mexico via the broad Caloosahatchee River and Matlacha Pass. The City of Cape Coral is honored to have completed a successful FEMA funded project with CERES, and I would whole-heartedly recommend the CERES team for emergency debris removal activities. 2elyja. � Schweitzer Solid Waste Manager City of Cape Coral TS:jr 503 504 Livingston Parish Office of Homeland Security and Emergency Preparedness 20355 Government Boulevard, Suite D Livingston, LA 70754 Livingston Parish Office of Homeland Security and Emergency Preparedness I am writing this letter to show my appreciation for the work Ceres has completed for Livingston Parish over the course of the last six years. There are 1,548 miles of canals and ditches throughout the Parish, many of which become clogged with debris resulting from storms and hurricanes, posing a threat of flooding. Between May 2018 and September 2023, Ceres covered over 600 miles of waterways, clearing 3,554,683 linear feet of various canals and rivers. Ceres used specialized waterway debris removal equipment in a safe and efficient manner, ensuring minimal environmental impact throughout their operations. Ceres complied with all federal, state and local regulations and environmental protection laws. They provided accurate and compliant documentation critical to NRCS reimbursement. Their professionalism, expertise, and reliability make them an invaluable partner. Based on their exceptional performance, I highly recommend Ceres for any waterway debris removal project. Thank you, Shannon Dyer, Deputy Director Homeland Security and Emergency Preparedness 20355 Government Blvd. Livingston, LA 70754 21 March 2024 505 City of Pearland 3501 E. Orange St Pearland, Texas 77581 Tel: 281.652.1900 pearlandtx.gov March 17, 2021 Tia Laurie Director of Administration Ceres Environmental Services, Inc. 6968 Professional Parkway East Sarasota, FL 34240 RE: Recommendation Dear Ms. Laurie In response to Winter Storm Uri, the City of Pearland formally activated Ceres Environmental Services, Inc. for Debris Management Services. Chad Dorsey and Mike Beevers were as signed to coordinate the debris rem oval for our City. They both were very profes sional, friendly, and informative while on the ground. They worked with our City staff to ensure seamless removal of residential debris timely. Our City staff appreciate the guidance they were able to provide and would recommend them for future projects. Thank you for your service to the City and its residents. Sinc erely, Laurie Rodriguez Ceres Environmental Services, Inc.506 City of North Port  DEPARTMENT OF PUBLIC WORKS  Office:  941.240.8050  Fax:  941.240.8063  MEMORANDUM  TO:  Mike Beavers  Karl Dix   FROM:  Frank Lama, Solid Waste Manager  SUBJECT:  Hurricane IAN Cleanup Recommendation Letter    DATE:  April 21, 2023  Dear Mr. Beevers,  It is my pleasure to recommend Ceres Environmental Services, Inc. for their exceptional work in the City of North  Port  in  the  aftermath  of  Hurricane Ian. North Port was among the  hardest‐hit  areas  of  Florida  experiencing  significant  flooding  and  strong  sustained  winds  for  hours.  The  hurricane  produced  millions  of  cubic  yards  of  vegetative and C&D debris. Your team at Ceres made the completion of this complex, large‐scale debris removal  project seem easy.  Ultimately, your team collected, hauled, processed, and disposed of over 2.4 million cubic yards of debris, which  enabled a faster than anticipated restoration of the North Port community. At the project’s peak, 47,000 cubic yards  of debris was hauled in a single day. The City especially appreciated that Ceres owned all the reduction equipment  mobilized to quickly reduce the incredible amounts of debris. This helped reduce the overall processing times and  propel the project forward ahead of other jurisdictions in the area. Due to the quick response and the expedited  project, the City was able to maximize FEMA reimbursement with the increased federal cost share granted by FEMA.  Ceres was also able to help us return an essential aspect of our economy back to normal. As you know, each year  between February and March, tens of thousands of avid baseball fans visit North Port during MLB spring training to  enjoy the weather and watch the Atlanta Braves play. Spring Training is a key economic driver for the City. Each year ,  Spring Training pumps millions of dollars into our City. Ceres set an ambitious goal to complete the debris cleanup  process before the start of spring training, and I'm proud to say that this goal was successfully achieved.  I highl y rec ommend Ceres Environmental Services, Inc. for any f uture disaster debris management projects. They are  a reliable and professional company that exceeded our expectations during our disaster response efforts. Please, feel  free  to show this letter to potential clients. I would be  happy  to  answer  any  questions  or  supply  additional  information.  507 50 8 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 6 Conclusion Page D.6-1 D.6 Conclusion Throughout our proposal, we have highlighted the experience and capabilities that make us an excellent choice to support City of Winter Springs in the event of a disaster. Ceres has 48 years of experience in disaster recovery and employs a professional and managerial staff with exceptional experience in the field. Ceres and its family of companies own 2,019 pieces of equipment. Additionally, we have a database of 3,346 subcontractors to support our disaster relief efforts. The company is financially secure, with a bonding capacity of more than $2 billion per project. We know that City of Winter Springs will receive proposals from several other qualified disaster relief firms. Why choose Ceres above the others? Beyond our experience and capabilities is our reputation: we always get the job done. Some of the highlights of our reputation include: ▪ Ceres Environmental Services, Inc. has extensive knowledge and experience with waterway debris removal Ceres has successfully completed large and complex NCRS and FEMA funded waterway debris removal projects. Ceres personnel have extensive knowledge of waterway debris removal requirements, including knowledge of specialty equipment, techniques, and documentation. In 2022, Ceres cleared over 400 miles of waterways for the City of Cape Coral, FL following Hurricane Ian. In total, over 750,000 CY of waterway debris were removed, processed, and disposed of for the City. In Livingston Parish, LA Ceres cleared over 3 million linear feet of waterways in an extensive debris removal project. ▪ Ceres has never defaulted on a contract or failed to complete any work awarded Throughout exemplary performance on over $2.5 billion dollars of Emergency Debris Management contracts awarded by various government agencies within the past 30 years on over 400 FEMA-funded contracts, Ceres has never defaulted or failed to complete a contract. Ceres has, on more than one occasion, stepped in when other prime contractors could not complete the work they were obligated to perform and has taken over as prime contractor. For example, when a devastating hurricane hit Isle of Wight County in Virginia, the prime contractor could not perform due to other contractual commitments. Ceres stepped in and performed as prime, earning a Letter of Recommendation and appreciation from the County Director of Public Works which reads, in part: "Through this very trying and difficult period Ceres has given us exemplary service. They have been responsive in the needs that are unique to our County, they have advised us of FEMA regulations, they have made suggestions to save the County money and most importantly they conducted their business in a professional manner. I have been most impressed by their thoroughness and flexibility. As one may well expect, during such a disaster as this hurricane, plans often go down the drain. They have in many instances put planned duties aside to respond to emergency requests without sacrificing the overall goal." ▪ No client of Ceres has been denied reimbursement for work Ceres has performed Ceres’ personnel are trained in FEMA regulations and are schooled in the use of FEMA Public Assistance Program and Policy Guide (latest version), pertinent FEMA Fact Sheets, and the Stafford Act. Ceres personnel are also familiar with FEMA 325 Debris Management Guide (co-authored by Allen Morse who works for Ceres) as well as FEMA’s Public Assistance Debris Monitoring Guide, FEMA 322 Public Assistance Guide, and FEMA 321 Public Assistance Policy Digest. Ceres always assists its clients eligible for FEMA reimbursement receive the maximum amount for which their jurisdiction was eligible. Ceres personnel have successfully assisted clients in Project Worksheet development, FDEM audits, and FEMA OIG audits. ▪ Ceres has worked all over the globe, yet it proudly calls Florida its home Ceres Environmental Services, Inc. is located 3.5 hours away from Winter Springs in Sarasota, which is home to our Disaster Recovery Division. The Division is responsible for administering all debris removal projects across the country and is the responding for the Winter Springs project. Ceres removed debris in multiple Florida cities and counties. 509 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab D Qualifications Section 6 Conclusion Page D.6-2 In 2024, Ceres removed debris in 36 Florida jurisdictions following Hurricanes Debby and Milton. In 2022, Ceres received 27 contract activations across the state following Hurricanes Ian and Nicole. In 2017, Ceres received 54 major contract activations, the majority of which were in Florida. ▪ Ceres is Operations, not Marketing, based Ceres employs a full staff of Project Managers, Project Superintendents, Quality and Safety Managers and other debris management experts to ensure that we are always ready and able to self -perform. Our Sarasota office location ensures that we will arrive swiftly before or during an event. ▪ Ceres' multiple locations ensure that, even if an event affects Ceres' Florida locations, other offices will swiftly take over to meet the needs of the City Ceres maintains offices in Sarasota, FL, Houma, LA, Houston, TX, Brooklyn Park, MN, and Cameron Park, CA. To mitigate the risks of an event impacting the primary responding office, Ceres maintains robust continuity of operations plans to quickly step in and assume responsibility for disaster response. This includes either opening a local office within City of Winter Springs or mobilizing one of Ceres Debris Unified Command trailers. In 2017, Ceres activated its continuity of operations plan as Hurricane Irma impacted Sarasota and damaged our primary office. Ceres Minnesota office assumed responsibility for disaster response to Ceres ’ clients in Florida as our Houston office continued response to Hurricane Harvey clients in Texas. Ceres also has servers storing company documents in multiple locations throughout the country. If one server is lost in an event the data will not be lost and will not prevent Ceres from performing any work for any of its clients. ▪ Ceres is completely self-sufficient Ceres has a number of containerized offices that can be used mobile command centers. These can be moved to the disaster zone via low bed trailers and semi tractors. These mobile offices can be onsite, equipped with satellite communications and internet, and fully operational within hours. Ceres can also provide a wide variety of emergency housing options, including fully containerized bunkhouses that can be trailered to a Winter Springs location. ▪ Ceres' Corporate Officers are in the field ensuring the job gets done Ceres is structured so that one or two of the corporate officers can be absent from headquarters for extended periods of time in order to manage projects from the field. There are always one or two remaining at the headquarters to ensure continuity of management. This proved very useful when Ceres was awarded a $1 billion contract by the U.S. Army Corps of Engineers to perform a disaster debris contract following Hurricanes Katrina and Rita in which two of Ceres’ corporate officers were in the field in Louisiana for over six months. Ceres’ management is also experienced in a wide variety of geographic conditions. Their work histories include all of the U.S. Gulf states, Hawaii, Alaska, Puerto Rico, Thule, Greenland, Ascension Island, Haiti and New Zealand. ▪ Ceres’ excellent financial stability means that it can provide performance and payments bonds from treasury-listed carriers in amounts in excess of $2 billion per single project With liquid working capital and additional credit lines in excess of $200M available, a lack of financial resources is never an obstacle for Ceres. During Hurricanes Harvey, Irma and Maria, and NorCal wildfires in 2017-18, Ceres carried $98 million in open invoices with no work stoppages or delay in subcontractor payments. Ceres was able to maintain a steady pace in all of the recovery projects by ensuring that personnel were provided for, equipment was maintained, and subcontractors received prompt payments. After 48 years of doing demanding work in almost every U.S. state and territory, Ceres is still known for keeping its promises: Ceres has never defaulted on a contract, failed to complete a contract, nor had any client denied reimbursement. An evaluation from the Department of the Navy is typical: “perhaps the finest contractor I have worked with….” Ceres always adheres to the highest standards of q uality, integrity and safety, and that's a promise we do not hesitate to make to City of Winter Springs. 510 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 1 Ability to Manage Multiple Contracts Page E.1-1 E OTHER INFORMATION E.1 Disaster Responses Ceres has the proven resources and experience to handle various debris removal and disaster recovery projects. Our successful experience in multiple response situations as well as our substantial resources and teaming relationships ensures that Ceres’ performance on this contract will be to the City’s utmost satisfaction. 2024 U.S Event Responses and Projects In September and October of 2024 Ceres was activated by 47 jurisdictions across Florida and Georgia following the landfalls of Hurricanes Helene and Milton. Just months before, in July, Hurricane Beryl struck Texas, and Ceres was responded to 16 Texas jurisdictions. 511 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 1 Ability to Manage Multiple Contracts Page E.1-2 During 2024 Ceres also responded to multiple tornadoes and severe wind events in Texas, Louisiana, Tennessee and Georgia while maintaining our ongoing project from the Atmospheric Flooding in Merced County, California. 2023 U.S. Event Responses and Projects In 2023, Ceres responded to events across the U.S. In the spring, Ceres was activated to Merced and Tulare Counties in California following the destructive Atmospheric River that caused extensive flooding, mudslides, and general debris displacement. At the same time, strong winter storms impacted parts of Texas. Ceres mobilized to the City of Austin and Williamson County to remove d ebris caused by high winds and harsh winter elements. In the summer, the State of Vermont activated Ceres following the Great Vermont Flood, one of the worst natural disaster events to impact Vermont this century. Major cities and towns were completely inundated, where hundreds of structures were damaged or destroyed. As Ceres forces were at work in Vermont, Hurricane Idalia made landfall just south of Perry, FL as a Category 3 storm. Many communities throughout Northern Florida and Georgia were impacted by heavy winds and rain. Ceres worked alongside the City of Perry, FL, Taylor County, FL, Glynn County, GA, Columbia County, GA, and FDOT to remove the debris that caused disruption for thousands of citizens. Throughout the year, Ceres performed routine work and continued to execute ongoing projects. Please see the map on the previous page. 512 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 1 Ability to Manage Multiple Contracts Page E.1-3 2022 U.S. Event Responses and Projects In September 2022, Hurricane Ian impacted Florida as a Category 4 Storm. As a result, Ceres received 25 contract activations across the state. Two of these contracts got activated again when Hurricane Nicole affected Florida a month and a half later. That same year, Ceres also responded to the South Carolina DOT following a winter storm, removed fire debris in New Mexico, and worked in Louisiana, Iowa, and South Dakota to clear debris from waterways. Additionally, Ceres helped the City of Atlanta, GA with routine debris removal when the City experienced shortage of staff due to COVID-19. 513 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 1 Ability to Manage Multiple Contracts Page E.1-4 2021 U.S. Event Responses and Projects In 2021, Ceres responded to Hurricane Ida in Louisiana, Hurricane Nicholas and Winter Storm Uri in Texas, a Derecho in Iowa, a mudslide, and a fire in Colorado, all while finishing up projects due to the 2020 Labor Day fire in Oregon and Hurricanes Laura and Delta in Louisiana. Additionally, Ceres cleaned up extensive amounts of waterway debris in Livingston Parish, Louisiana as part of th e NCRS Emergency Watershed Protection Program. Ceres successfully managed over 30 projects in total. 514 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 1 Ability to Manage Multiple Contracts Page E.1-5 2019 – 2020 U.S. Event Responses and Projects In 2020, Ceres responded to 21 jurisdictions following disasters ranging from tornadoes to hurricanes to ice storms. Additionally, Ceres worked in Butte County, California as a part of the CalRecycle Disaster Recovery effort. The project started in May of 2019 and finished in February of 2020. 515 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 1 Ability to Manage Multiple Contracts Page E.1-6 2018 U.S. Event Responses and Projects From January to June 2018, Ceres actively worked in Lake, Mendocino, and Napa (LMN) Counties as part of the U.S. Army Corps of Engineers (USACE) Disaster Recovery effort after the President declared a federal State of Emergency as a result of the Northern California Wildfires. From May to November 2018, Ceres worked in Livingston Parish, LA to remove vegetative debris from waterways. The project was aimed at reducing flooding and improving navigation along the Tickfaw River, Natalbany River and West Colyell Creek. In September of 2018, Ceres responded to 12 different jurisdictions in North and South Carolina after they were struck by Hurricane Florence. A few weeks later, Hurricane Michael struck the Florida panhandle, making it the first Category 4 hurricane ever to make landfall in that area. As it moved inland, it decreased in intensity to become a Category 3 storm – the first to ever strike the State of Georgia. Following that storm, Ceres was activated by the USACE under the ACI SAD Restricted contract in 13 Georgia counties, while we were also actively working in additional jurisdictions in both Florida and Georgia. Additionally, Ceres operated two year-round green waste reduction yards in Texas and Minnesota, producing mulch and compost for sale back to the general public. 516 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 1 Ability to Manage Multiple Contracts Page E.1-7 2017 U.S. Event Responses and Projects In August 2017, Ceres responded to seven jurisdictions in Texas following Hurricane Harvey. Within the next several weeks, Ceres responded to 35 jurisdictions in Florida and performed two emergency contracts in Georgia after Hurricane Irma. Additionally, Ceres worked under the U.S. Army Corps of Engineers (USACE) in Puerto Rico and the Virgin Islands, where both Hurricanes Irma and Maria caused severe damage and devastation. 517 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 2 Financial Statement Page E.2-1 E.2 Financial Statement Ceres Environmental Services, Inc. can provide performance and payment bonds from an ‘A’-rated, treasury-listed carrier in amounts in excess of $2 Billion per project. With liquid working capital and additional credit lines in excess of $200 million available, a lack of financial resources is never an obstacle for Ceres. Ceres has an established, solid 25-year banking relationship with 1st Source Bank as well as other financial institutions. Financial concerns such as short-term cash flow are not obstacles for Ceres. The company is able to perform work with its own funds and the timing of payments from customers is a non -issue for the corporation. During Hurricanes Harvey, Irma, Maria and NorCal wildfires in 2017-18, Ceres carried $98 million in open invoices with no work stoppages or delay in subcontractor payments. On the Hurricane Katrina Project, Ceres had up to $140 million in open invoices to the USACE, without an interruption in work performance or delays in payments to the subcontractors . Bank of Record (Letter Attached): 1st Source Art Bayley Box 266 Oconomowoc, WI 53066 262-567-7057 telephone Surety Company Contact (Letter Attached): Ted Jorgensen Liberty Mutual Insurance Company 150 S 5th Street, Ste. 2800 Minneapolis, MN 55402 612-349-2464 telephone Insurance Company Information (Insurance Certificate Attached): Rob Dahlin Holmes Murphy 225 South Sixth Street, Ste. 1900 Minneapolis, MN 55402 612-349-2420 telephone 518 519 January 26, 2025 Re: Ceres Environmental, Inc. Contractor’s Qualification Statement To Whom It May Concern: Ceres Environmental, Inc. is a highly regarded and valued client of Liberty Mutual Insurance Company (“Liberty Mutual”). Ceres has been a client for over 35 years. Currently, we provide a bond program of $2,000,000,000. We are confident in their ability to perform. Liberty Mutual is an A (Excellent) A.M. Best rated insurance company in Financial Size Category XV ($2 Billion or greater). Please note that the decision to issue performance and payment bonds is a matter between Ceres and Liberty Mutual and will be subject to standard underwriting at the time of the final bond request, which will include but not be limited to the acceptability of the contract documents, bond forms and financing. We assume no liability to third parties or to you if for any reason we do not execute said bonds. If you have any questions or need any additional information, please do not hesitate to contact me at (612) 349-2464. Sincerely, Liberty Mutual Insurance Company Ted Jorgensen Attorney-in-Fact 520 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 11/18/2024 Holmes Murphy &Associates LLC 2727 Grand Prairie Parkway Waukee IA 50263 Jeffrey Whitworth 801-532-5976 jwhitworth@holmesmurphy.com Zurich American Insurance Company 16535 CERENVPC Westchester Fire Insurance Company 10030CeresEnvironmentalServicesInc. 6371 Business Boulevard Suite 100 Sarasota,FL 34240 Indian Harbor Insurance Company 36940 SiriusPoint Specialty Insurance Corp 16820 2067430281 A X 2,000,000 X 300,000 X Contr Liab Per 10,000 X Policy Form/XCU 2,000,000 4,000,000 X GLO183855305 9/1/2024 9/1/2025 4,000,000 A 2,000,000 X BAP184004605 9/1/2024 9/1/2025 Hired Auto Phy Damage ACV less Ded. B D X X 10,000,000G46808848008 TSX00106824 9/1/2024 9/1/2024 9/1/2025 9/1/2025 10,000,000 X 0 (Cumulative Limits) A X N WC183855405 9/1/2024 9/1/2025 1,000,000 1,000,000 1,000,000 A C Instl Fltr -Completed Value Professional Liability and Contractors Pollution Liabilty CPP250784006 PEC005744404 9/1/2024 9/1/2024 9/1/2025 9/1/2025 Special Form ea Claim/Occ &Agg.: Retro date:8/18/14 $2,000,000 $10,000,000 FL Plus Pollution All Work Performed Additional Insured only if required by written contract with respect to General Liability,Automobile Liability and Umbrella/Excess Liability applies on a primary basis and the Insurance of the Additional Insured shall be Non-Contributory:Certificate Holder,Project Owner and Others as required by written contract,per policy terms and conditions.•Waiver of Subrogation only if required by written contract with respect to General Liability,Automobile Liability,Workers Compensation and Umbrella/Excess Liability applies in favor of:Certificate Holder,Project Owner and Others as required by written contract,per policy terms and conditions. General Liability,Automobile &Workers Compensation policies include a provision that a 30-day notice of cancellation will be furnished to the certificate holder. PROOF OF COVERAGE XXXXXXXXXXXXXX XXXXXXXXXXXXXX XXXXXXXXXXXXXX 521 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 3 Available Equipment Page E.3-1 E.3 Available Equipment Throughout our proposal, we have highlighted the experience and capabilities that make us an excellent choice to support Winter Springs in the event of a disaster. Ceres has 48 years of experience in disaster recovery and employs a professional and managerial staff with exceptional experience in the field. We own 2,019 pieces of equipment and have a database of 3,346 trusted subcontractors to support our disaster relief efforts. The company is financially secure, with a bonding capacity of more than $2 billion per project. Ceres has permanent office locations in Florida, Texas, Louisiana, California and Minnesota. Ceres Environmental Services, Inc. and its family of companies own 2,019 pieces of disaster response equipment valued at over $108 million. Substantially more additional equipment available through our subcontractors. In our 2005 response for the USACE on Hurricane Katrina, Ceres provided more than 7,847 certified placarded vehicles and supporting loading equipment for an 11-parish region in Louisiana. Ceres- owned equipment augments our subcontractors’ equipment and provides additional flexibility, direct management control, and higher levels of customer responsiveness and satisfactio n. Because of its extensive company-owned fleet, Ceres can send equipment and personnel to respond to a disaster regardless of the availability of subcontractors. Following the 2017 storm season, Ceres purchased significant amounts of equipment, including self - loading knuckle boom trucks, additional grinders, excavators, and other support equipment. This allowed Ceres to continue operations in the U.S. Virgin Island s and Puerto Rico in tandem with our response to Hurricane Florence and Hurricane Michael in 2018. Much like recovery projects in 2016 and 2017, a large C&D event and a vegetative event occurred in 2018 in North and South Carolina. Subcontracted trucks left many projects in North Carolina to work elsewhere, and other primes struggled to close out their projects. Ceres applied the strategy used in 2017 and, buoyed by the purchase of additional equipment, Ceres self-performed the closeout of many North Carolina and South Carolina projects. Ceres owns all of the equipment needed for supporting its own personnel in the field, including mobile living quarters, food supply, large potable water supply tanks and large septic storage systems. These systems save valuable management time in responding to higher category storms. Ceres also has these same systems to provide project-wide support including for Government personnel. Ceres owns self-contained office trailers including satellite internet connections and satellite phones. Through our established vendor supply chain, we can provide rental satellite phone service to our clients. Category Owned Description Light Truck 163 Pickup Trucks, ½ & ¾ Ton Size Service Truck 24 Mechanic & Oiler Trucks Self-Loader Truck 21 Straight Trucks with Grapple Loader Bucket Truck 35 Arbor Truck with Boom Straight Truck 58 Flatbed, Dump & Roll Off Trucks Semi-Tractor 52 Tandem & Tri Axle Tractors Utility Trailer 83 Car Hauler & Service Trailers Dump Trailer 52 Dump Trailers Walking Floor Trailer 23 48’ Self Unloading Debris Trailers Tag Trailer 19 40K# Tag Along Trailer for Self-Loader Support Lowboy Trailer 12 Heavy Equipment Hauler Trailers Debris Container 37 Assorted Roll Off Containers ISO Storage Container 81 Portable Shipping/Storage Containers Inspection Tower 6 Portable Traffic Inspection Tower Portable Office 7 Portable Self-Contained Office Portable Berthing (R/V) 25 Assorted berthing to house and sleep crew Wheel Loader 26 Assorted Wheel Loaders with Bucket and/or Grapple Backhoe Loader 1 Wheel Backhoe Loaders Skid steer Loader 28 Assorted Wheel or Track Skid steer Loaders 522 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 3 Available Equipment Page E.3-2 Category Owned Description Swinger Loader 3 Swinger Loader with Bucket and/or Grapple Telehandler 9 Assorted Sized with Forks, Grapple and Bucket Hydraulic Excavator, Tracked 57 Assorted Tracked Excavators with Bucket and/or Grapple Hydraulic Excavator, Wheel 2 Wheeled Excavator with Grapple, Breaker, and Buckets Hydraulic Amphibious Excavator 2 Pontoon Flotation Excavator with 50’ Reach Hydraulic Demolition Excavator 3 High Reach Demolition Units Tracked Dozer 21 Assorted Dozers Straight Blade or 6 Way Blade Self-Propelled Sweeper 10 Wet/Dry Sweeper, Truck Mounted Vacuum System Tub Grinder 7 Assorted Sized Tub Grinder for Vegetative Reduction Horizontal Grinder 10 Track Mounted and Trailer Mounted Grinders Brush Chipper 60 Assorted Sized Pull Behind Chipper for Vegetative Reduction Tree Chipper 10 Track Mounted and On Road Wheeled Self-Loading Chipper Crusher, Jaw Style 1 Track mounted crusher unit Portable Screening Machine 9 Assorted Screening Units for Soils and Aggregates, 2 on Tracks Portable Material Density Separator 1 Water bath Unit for Separating Materials Light Plant 11 Assorted Lamp Light Plants, 2 with 20KW Generator Air Curtain 10 9 Portable Air Curtain Trench Burner and 1 Fire Box Incinerator Water Pump 25 Portable Water Pumps Sizing from 3” – 12” Generator Set 38 Assorted Generators Sizing from 6KW to 240KWmw Assorted Attachments 435 Buckets, Grapples, Blades, Shears etc.… for equipment support Marine Skimmer Vessel 5 Work Vessel Outfitted for Harbor Cleaning of Debris and Contaminants Marine Cleaning Equipment 1 Self-powered Beach Cleaner Forestry - Tree Handler 10 Track Mounted and On-Road Wheeled Long Reach Tree Handler 42' to 75' Reach Forestry - Forwarders, Harvesters, Skidders, Masticator, Log Loaders 19 Forwarders, Harvesters, Skidders, Tracked Masticator and Log Loaders Water Trailer, Fire Response 57 Trailer with 525 gallon water tank, HP Pump and Fire Hoses Logging Trailer 17 Hay Rack, Short Logger, Log Dolly Miscellaneous 433 Tools, etc. We recognize that subcontractors are crucial to our ultimate success in a major event. Below is a sampling of important equipment available through subcontractors: Type of Equipment Quantity Air Curtain Burner 585 Bucket Trucks 1,136 Concrete/Rock Crushers 54 Excavator 3,356 Knuckleboom-Prentice-Style-Self-Loader 5,219 Roll Off Trucks 3,955 Skid Steer 7,439 Skid Steer with/Grapple 9,001 Tractor-Trailer End Dump 11,872 Tractor-Trailer Live Bottom 4,078 Truck-Dump-Single Axle 7,973 Truck-Dump-Tandem Axle 15,358 WheelLoader-FrontEnd-4Yard 6,092 523 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab E Other Information Section 4 List of Services Provided by Ceres Page E.4-1 E.4 List of Services Provided by Ceres In addition to waterway debris removal, Ceres offers the following disaster recovery services to its clients. Disaster Recovery Services: • River and Canal Shore Line Restoration • Beach Restoration • Removal and Replacement of Sand and Debris • Sunken Vessel Removal • Emergency Road Clearing-Cutting and Pushing Public Right of Ways • Removal of Hazardous Trees, Limbs and Stumps • Right of Entry (ROE) Private Property Debris Removal (PPDR) • Demolition of Private Property Condemned Structures • Hazardous Waste Collection, Storage, and Disposal • Roll-off Hauling • Government Temporary Trailer Installation • Temporary Housing - Base Camps and Bunkhouses • Food Service/Catering • Potable Water and Ice • Temporary Power Generation • Temporary Roofing Facilities (Dry-In) • Mobile Office Command Center – Containerized Offices • Temporary Restroom and Shower Facilities Other services: • Demolition and Deconstruction • Environmental Remediation • Recycling and Beneficial Reuse • Civil Construction • Levees and Flood Control • Roads and Bridges 524 ITB # 04-25-01 PH Creek Debris Removal Services Appendix A – BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible Bidder and be included with their executed contract, as attached. TOTAL BID: ________________________________________________DOLLARS $ ________________ (In Words) ESTMATED TIME TO COMPLETE PROJECT: ____________________ calendar weeks ITEM NO.ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 101-1a Mobilization 1 LS 101-1b Bonds and Insurance 1 LS 102-1 Maintenance of Traffic 1 LS 9999-1 Sheoah Creek - Removal and Disposal of debris affecting approximately 300 linear feet of creek (2 debris target locations)300 LF 9999-2 Gee Creek - Removal and Disposal of debris affecting approximately 6,250 linear feet of creek (49 debris target locations)6,250 LF 9999-3 No Name Creek - Removal and Disposal of debris affecting approximately 150 linear feet of creek and (1 debris target location)150 LF 9999-4 Howell Creek - Removal and Disposal of debris affecting approximately 9,200 linear feet of creek and (62 debris target locations) 9,200 LF 9999-5 Bear Creek - Removal and Disposal of debris affecting approximately 9,290 linear feet of creek and (40 debris target locations) 9,290 LF 9999-6 Little Howell Creek (Oak Forest) - Removal and Disposal of debris affecting approximately 2,550 linear feet of creek and (36 debris target locations) 2,550 LF 9999-7 Little Howell Creek (Winding Hollow) - Removal and Disposal of debris affecting approximately 2,300 linear feet of creek and (30 debris target locations) 2,300 LF 9999-8 Project Photographs (Before and After) of all Debris Removal Targets 1 LS TOTAL $1,000.00 $1,000.00 $1,000.00 $44.90 $44.90 $44.90 $44.90 $44.90 $44.90 $44.90 $22,000.00 $1,000.00 $1,000.00 $1,000.00 $13,470.00 $280,625.00 $6,735.00 $413,080.00 $417,121.00 $114,495.00 $103,270.00 $22,000.00 One million three hundred seventy-three thousand seven hundred ninety-six 1,373,796.00 $1,373,796.00 12 and zero cents 525 52 6 52 7 52 8 52 9 53 0 53 1 53 2 53 3 53 4 53 5 53 6 53 7 53 8 53 9 ITB # 04-25-01 PH Creek Debris Removal Services SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (Bidder): ________________________________________________________ Project Name : Creek Debris Removal Services Project ITB #04-25-01 PH 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. • Placing qualified small and minority business and women’s business enterprises on solicitation lists. • Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. • Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. • Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd Ceres Environmental Services, Inc. Please see the attached plan. 540 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-1 G. SMWBE Utilization Plan Introduction Our objective at Ceres Environmental Services, Inc. is to perform all work associated with this contract in an efficient and safe manner through the effective administration and management of our equipment, personnel, subcontractors, and suppliers. In accordance with Ceres’ policies and programs, the work plan for this contract will be developed and executed assisting, counseling, advising, and utilizing, to the maximum extent possible and to the extent consistent with City of Winter Springs’s interest, Local and other Small Businesses (SB) as well as Small Disadvantaged Businesses (SDB) such as HUBZone, Veteran- owned (VO), Service Disabled Veteran-Owned (SDVO), Woman-Owned (WOSB) for the provision of equipment, labor, services and supplies. It is important for Ceres to provide opportunities for local companies and their employees to work on any project that may result from this contract. Additionally, Ceres may directly employ individuals to work for Ceres on a project. Ceres has a very well developed subcontracting plan, and Ceres also has a stellar record of implementing our plan and making payments to local subcontractors on past projects performed when Ceres is the prime contractor. Subcontracting To Firms within the Area of the Project It is the intention, policy and practice of Ceres to utilize local subcontract services in the performance of the proposed contract to the maximum extent possible as consistent, within the requirements of the Stafford Act, Sec. 307, Use of Local Firms and Individuals (42 U.S.C. 5150), the prime contract and sound business practices and management policies. In General - In the expenditure of Federal funds for debris clearance, distribution of supplies, reconstruction, and oth er major disaster or emergency assistance activities which may be carried out by contract or agreement with private organizations, firms, or individuals, preference will be given, to the extent feasible and practicable, to those organizations, firms, and individuals residing or doing business primarily in the area affected by such major disaster or emergency. We recognize 541 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-2 the advantages obtainable by utilizing other responsible and experienced firms who are capable of furnishing specialty services and products of high quality. First priority will be given to those subcontractors who are from or do business in the surrounding area. A separate program will be included for local contractors that do not necessarily have goals established under the contract requirements. Ceres’ internal subcontractor databases, on -line databases, online local business directories, and local government offices will be used to identify contractors in the immediate area. This is the process used quite successfully by Ceres on previous projects. The search and identification will validate the speed and performance level to mobilize contractors on site and beg in the physical work. Our internal subcontractor database includes subcontractors who have expressed an interest in or assisted our firm in the successful completion of emergency response contracts. All efforts will be made to also procure supplies, materials, and labor from local vendors. Ceres has and will continue to communicate with local authorities, elected officials, and community organizations, its desire to hire local and small business enterprises and subcategory businesses to meet the requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219-7003 and meet specified goals for hiring SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones. Copies of the contract will be sent to Plan Rooms servicing the particular region in addition to our office in the project area. The contract will also be posted to a web site and potential subcontractor registration will also be available via web, FAX, direct contact (1-877-STORM12). A dedicated toll-free telephone service will be established specifically for subcontractors interested in contracting with Ceres. Ceres has made as many resources available to subcontractors as possible in order to initiate and facilitate communication. The Manager of Administration and the Subcontract Manager will notify regionally based subcontractors of the issuance of a notice to proceed. Ceres’ subcontractor database currently contains more than 3,346 disaster debris management prospective subcontractors who have contacted Ceres with an interest in subcontracting. More than 1,100 of these subcontractors have worked on Ceres’ disaster projects, providing, along with Ceres’ owned fleet, more than 7,000 pieces of loading and hauling equipment. While our database of qualified subcontractors is very large, it is our intention to select from a more regionally based group and have established for Winter Springs four unique response regions. These are based on relative distance from your area and use straight-line miles and/or drive time to establish which region each state of potential subcontractors belongs in. Listed below is information taken directly from our subcontractor database, showing the home state of operation and numbers of subcontractors, by the approximate drive times to Winter Springs. A list of prospective Florida subcontractors is included in this proposal. Should you desire a listing of the Region 1- 4 subcontractors by name and location; Ceres can provide such a list upon request. Response Region 1: 240 straight-line miles or 6-8 hours driving time Alabama 130 North Carolina 101 Florida 809 South Carolina 56 Georgia 246 Tennessee 64 Subtotal of firms within 6-8 hours driving time = 1,406 Response Region 2: 360 straight-line miles or 8-10 hours driving time Kentucky 41 Mississippi 100 Virginia 57 West Virginia 7 Subtotal of firms within 8-10 hours driving time = 205 Response Region 3: 360 straight-line miles or 8-10 hours driving time Arkansas 37 Delaware 6 Maryland 26 Missouri 64 Illinois 39 New Jersey 29 Indiana 27 Ohio 47 Louisiana 292 Pennsylvania 37 Subtotal of firms within 8-10 hours driving time = 604 Total Number of Subcontractors Within One Days Driving Time = 2,215 Response Region 4: greater than 600 straight-line miles or more than 14 hours driving time Iowa 14 New York 32 542 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-3 Kansas 12 Oklahoma 134 Michigan 50 Texas 278 Minnesota 52 Wisconsin 21 Subtotal of firms greater than 14 hours driving time = 593 Total Number of Subcontractors Within Two Days Driving Time = 2,808 Ceres Subcontract Manager and Duties The Ceres Subcontract Manager is: Tia Laurie Subcontract Manager Ceres Environmental Services, Inc. 6968 Professional Parkway Sarasota, FL 34240 (800) 218-4424 tia.laurie@ceresenv.com Ms. Laurie’s responsibilities include: ▪ Identification, development, and maintenance of source lists of small, small disadvantaged, and women-owned small business concerns. Verifying the list of subcontract entities, or database, is properly maintained. ▪ Develop outreach programs through advertising; broadcast fax solicitations; networking with local and national organizations such as SBA, applicable trade unions, Chambers of Commerce etc. ▪ Ensuring the inclusion of targeted business concerns in all solicitations for services or products; and ensuring that all solicitations are structured to permit the maximum possible participation by targeted concerns. ▪ Ensuring that certain solicitations or sources sought are restricted to SDB concerns (competitive basis). ▪ Ensuring the establishment and maintenance of records of all subcontract awards to ensure appropriate documentation of non-selection of bids submitted by targeted enterprises. ▪ Ensuring the preparation and submittal of all compliance reports. ▪ Maintaining records and measuring performance against established goals. ▪ Advise, train, and foster project management personnel on the purposes of the SB Subcontracting Program. ▪ To ensure any provided study or reports are formatted in a manner compliant with the contract or otherwise acceptable to the City. ▪ Encouraging all employees and subcontractors to attend off-site training courses offered by public and private entities in small business development and small business program goals. Arranging for the conduct of training for purchasing personnel regarding the intent and impact of Public Law Public Law 99-661, Section 1207 and Public Law 100-180, Section 806 on purchasing procedures. ▪ Participate in voluntary federal programs which encourage the private sector to utilize SDBs, SBs, WOSBs, VOs, SDVOs, and HUBZone subcontractors. ▪ Ensuring periodic rotation of potential subcontractors on bidder’s lists. ▪ Identification of other SB concerns when the number of prospective sources is not adequate using the internet or other mass media as a resource. ▪ Review and approval of SB subcontracting plans submitted by large businesses. ▪ Maintaining requirements of the prime contract in subcontract agreements. Verification that subcontract agreements contain flowdown clauses. ▪ Prepare and submit semi-annual and annual subcontracting reports. ▪ Reporting progress in achieving goals under this program to senior level management. ▪ Implementation of an “in-reach” program that provides targeted businesses access to project managers and key personnel. 543 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-4 Methods Utilized to Develop and Achieve Subcontracting Goals Ceres will utilize a minimum of one subcontract manager and/or specialists in the execution of this contract. All personnel are familiar with and recognize Ceres’ commitment to Public Law 99-661, Section 1207 and Public Law 100-180, Section 806 and the Robert T. Stafford Disaster Relief and Emergency Assistance Act, PL 100-707 and Public Law. Ceres will conduct internal training seminars and workshops to assure staff compliance with requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219-7003 and meet specified goals for hiring SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZone subcontractors. In addition to technical and field work subcontracted in association with this contract, buyers will make every effort to identify and utilize SBs & SDBs for supplies and services including but not limited to the following: Office and temporary housing service, Cleaning and supplies, Housekeeping Services, Laboratory Supplies and Services, Safeguarding and Security Services, and other supplies and services not typically identified for subcontract opportunities to targeted firms. Additionally, large business subcontractors will be counseled on the identification, evaluation, solicitation, and utilization of targeted businesses within their scope of services. Historically, principal items or areas we have identified for subcontract opportunities to SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones under these similar contracts include: ▪ Trucking and Hauling ▪ POL Products ▪ Nursery and Landscape Products and Services ▪ Sand and Aggregate ▪ Field vehicle supply, parts, and service/maintenance ▪ Labor housing (tent and food service supply) ▪ Portable Toilet supply and service ▪ Office and temporary housing service, cleaning, and supplies ▪ Office and clerical support staff ▪ General Laborers ▪ Parts, fuel, maintenance, and related equipment service ▪ Heavy Equipment Rental/Lease concerns ▪ Specialty services such as, but not limited to sewer cleaning services, solid waste hauling, and recycling, tree removal and trimming, and demolition. Through the application of Ceres’ proven capabilities relative to technical performance and contract administration, it is our intent that the Owner be provided with the highest level of performance while still achieving our participation goals and capturing opportunities for these businesses while acquiring an expanded base of qualified small businesses; obtaining more competitive pricing on procurement opportunities resulting in cost savings; and achieving an increase in small business program goal accomplishments. Achievement of these goals will be realized through the application of the following functions and activities: ▪ Identification and maintenance of a qualified potential Internal Subcontractor Database, which includes business status within each level of government. ▪ Developing and maintaining bidder’s lists for each new project of SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones from all possible resources to include but certainly not limited to the Internal Database. ▪ Identification of all federal, state, and local government and private associations/coalitions for targeted businesses. ▪ Solicit, counsel, and discuss subcontracting opportunities with representatives of targeted business firms, and encourage certification of these firms prior to commencement of work. ▪ Provide assistance to business concerns by arranging solicitations, time for the preparation of bids, quantities, specifications, and delivery schedules so as to facilitate the participation by such concerns. Ensuring that procurement packages are designed to permit the maximum possible participation. ▪ Ensure that SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones concerns have an equitable opportunity to compete for subcontracts, and that other subcontracts and services are identified that will be restricted to competitive SDB bids. Identification of subcontracts for restricted 544 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-5 competitive bid should consider all potential services and supplies and not only those traditionally awarded to SB or SDB firms. See also DFARS 219.705-4(d). ▪ Provide internal motivational training to encourage purchasing and contract administration personnel to meet or exceed these goals. ▪ Provide assistance to potential subcontractors in completing the System of Award Management (SAM) ▪ Provide notice to subcontractors concerning penalties and remedies for misrepresentations of business status for the purpose of obtaining a subcontract intended to be included as part or all a goal contained within this subcontracting plan. ▪ Conduct reviews of subcontractor performance, providing feedback to SB and SDB firms relative to competency, abilities, experience, and capacity and provide technical assistance to any firms as appropriate, based on the outcome of the review. This review may be done prior to award or at any time post-award but must be completed prior to completion of any awarded work. Reviews may not be conducted for those firms with whom Ceres has had a prior working relationship and who have already demonstrated appropriate competency, ability, and capacity to perform the required work or service. Ceres also makes every effort to establish long-term working relationships with SBs and SDBs to include long-range project plans (e.g., joint ventures, teaming agreements, etc). ▪ Submit the required reports and documentation of all efforts used to identify and solicit targeted business concerns. ▪ Participate and cooperate in any studies or surveys that may be requested by the Owner or other agencies. Utilization of Small Business Concerns and Small Disadvantaged Business Concerns It is the policy of Ceres and its agents, hereinafter referred to as “contractor” or “contractor plan,” to hire small business concerns and small business concerns owned and controlled by socially and economically disadvantaged individuals. Ceres agrees to carry out this policy in awarding to subcontractors, to the fullest extent possible, consistent with the efficient performance of this agreement and its options. Ceres agrees to cooperate in any studies or surveys that may be conducted by the City as may be necessary to determine the extent of Ceres’ compliance with this clause. As used in this plan, the term “small business concern” (SB) will mean a small business as defined pursuant to Section 3 of the Small Business Act and relevant regulations. The term “small business concern owned and controlled by socially and economically disadvantaged individuals” (SDB) will mean a business concern: (1) Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially or economically disadvantaged individuals; and (2) Whose management and daily business operations are controlled by one or more such individuals. Ceres will presume that socially and economically disadvantaged individuals include Black -Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, Asian-Indian Americans and other minorities, or any individual found to be disadvantaged by the Administration pursuant to 8(a) of the Small Business Act. Utilization of Service Disabled-Veteran, Veteran-Owned and Women-Owned Small Business Concerns It is the policy of Ceres to hire small business concerns and small business concerns owned and controlled by service-disabled veterans, veterans, and women. Service-disabled veteran and women owned, as used in this clause, means businesses that are at least 51 percent owned by veterans, service-disabled veterans or women who are United States citizens and who also control and operate the business. Ceres agrees to use its best efforts to give veteran, service-disabled veteran, and women-owned small businesses the maximum practical opportunity to participate in subcontract awards to the fullest extent consistent with the efficient performance of this contract plan. Utilization of HUBZone Small Business Concerns It is the policy of Ceres to hire HUBZone small business concerns. HUBZone small business concern means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns Maintained by the SBA. 545 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-6 Description of Efforts to Ensure That SBs, Service-Disabled Veteran Businesses, Woman- Owned Businesses, HUBZone Businesses, and SDBs Have an Equitable Opportunity to Participate in the Acquisition Ceres agrees to use its best efforts to give targeted business the maximum practical opportunity to participate in subcontract awards to the fullest extent consistent with the efficient performance of this contract plan. Ceres will assist small business and small disadvantaged concerns by arranging solicitations, time for the preparation of bids, quantities, specifications, and delivery schedules so as to facilitate the participation by such concerns. Payment schedules will be adjusted to allow for participation of all firms with cash flow concerns. Materials, Supplies, Equipment and Services will be identified and discussed with these concerns. These items include POL products, Parts and Equipment, and Services (Equipment rental, equipment subcontracting, etc.). Records and Source Documents The types of records maintained and procedures adopted to demonstrate compliance with the requirements and goals of the Small Business Subcontracting Plan include the following: 1. Source Lists (The following source lists for targeted firms are representative and are not intended to be construed as sole sources of this information. Ceres is making every effort to identify, log, and procure the necessary contractor data to allow for the fair and equitable participation in this contract. The following listings are provided as an immediate source of contractors that qualify as SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones: ▪ SBA Dynamic Small Business Search ▪ List of Federally Registered Contractors for Contractor Compliance ▪ American Business Information Business USA ▪ List of Minority Businesses Councils ▪ Business Development Agencies ▪ DOD Subcontracting Directory ▪ Department of the Treasury, Small Business Subcontracting Opportunities ▪ Small Business Administration, Subcontracting Opportunities Directory ▪ State and Regional Small Business Administration (SBA) Resources ▪ National Minority Purchasing Council Vendor Information Service ▪ Research and Information Division of the Minority Business Development Agency in the Department of Commerce ▪ Trade Associations for SB, VO, SDVO, HUBZone SB, SDB, and WOSB Concerns. ▪ Dun and Bradstreet Procurement Planning Directory ▪ Participation in various local, regional, and national SB trade associations and conferences ▪ Membership in SB organizations, development organizations, and various government organizations ▪ SBA Commercial Market Representative (CMR) Additionally, Ceres has contacted city, county, and municipal minority business development offices as additional resources to identify SB and SDB firms. 2. For each subcontract solicitation resulting in an award of more than $ 10,000.00, Ceres will retain documentation to indicate: ▪ Whether small business concerns were solicited and if not, why not ▪ Whether small disadvantaged business concerns were solicited and if not, why not ▪ Whether women owned small business concerns were solicited and if not, why not ▪ The reason award was not made to a small business concern ▪ Records of outreach efforts to contact: ▪ Trade Associations ▪ Business Development Organizations ▪ Conferences and Trade Fairs ▪ Records of Internal Guidance ▪ Records of Subcontractors Award Data 546 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-7 3. Ceres Subcontractor Database Management Ceres’ existing subcontractor database has been developed through out-reach efforts including, but not limited to advertising; broadcast fax solicitations; networking with local and national organizations such as the AGC, applicable trade unions, and Chambers of Commerce, etc. This database contains thousands of subcontractors who have registered with us on-line at www.ceresenvironmental.com. This registration process requires potential subcontractors to indicate their small business subcategory status. The database is continually updated and used by Ceres in recruiting and hiring appropriate subcontractors to meet the requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219-7003 and meet specified goals for hiring SDBs, SBs, WO SBs, VOs, SDVOs, and HUBZone subcontractors. The Subcontract Manager will ensure that the subcontractor database modified for this project is appropriate for the type of information required to be retained and suitable in terms of generating utilization data and contract information for bid solicitations. Specific elements of t he management of this system include: Addition and Deletion from Master List of Subcontractors including the following: ▪ Contact Person ▪ Company ▪ Address ▪ Telephone ▪ Email if available ▪ Equipment Available ▪ Labor Available ▪ Time Needed to Mobilize ▪ Status, Category Additional Requirements of Contractors when Added to Master List ▪ Annual business updates, faxed or mailed ▪ Request to be maintained on Ceres qualified subcontractor list ▪ Insurance Capability ▪ Bonding Capability ▪ Subcontract Package to Include Subcontract Forms and Standard Government Contract Clauses Addition and Deletion of Resource Centers such as: ▪ Contractor Associations ▪ State, Federal, and Local Subcontractor Management ▪ Procurement Automated Source System ▪ National Minority Purchasing Council Vendor Information Service ▪ Council Vendor Information Service ▪ Research and Information Division of the Minority Business Development Agency ▪ Sources used are the SBA’s procurement automated source system (PASS) ▪ National Purchasing Council Vendor Information Service ▪ Minority Business Development Agency ▪ U.S. Department of Commerce ▪ Local Minority Business Development Centers ▪ Economic Development Centers ▪ National American Indian Enterprise Development At present, Ceres’ subcontractor database includes SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones utilized by Ceres on past projects totaling in excess of 500 Million Dollars, those who have responded to a solicitation by Ceres by means of a letter of interest inquiry executed by a company representative having signatory authority, and those who have been otherwise identified as a potential subcontractor by t he Subcontract Manager through various means mentioned herein. 547 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-8 In addition, Ceres modified the corporate website (www.ceresenvironmental.com) to include an electronic means of potential subcontractor registration with our firm. This website provides potential subcontractors the opportunity to register with Ceres their pertinent company information, current business status, and capabilities. This information is linked to upload into our database facilitating more ready access by means of database inquiry to locate specific types of contractors, specific types of b usiness concerns, and/or specific locations. The information required to be submitted by each potential subcontractor, which is retained in the database, includes: Information provided by the subcontractors in the registration includes the following: ▪ Contractor Name ▪ Address ▪ Phone/Fax Number ▪ Email Address ▪ Business Type (SBs, SDBs, WOSBs, VOs, SDVOs, and HUBZones) ▪ Ownership Information ▪ Years in Business ▪ Insurance Information ▪ Equipment Available (type and quantity) All potential vendors and subcontractors will be integrated into the Ceres Subcontractor Database modified specifically for this project. This (Access) database retains basic subcontractor information (name, address, and contact information), types of equipment or services provided, any pricing agreement, and business status. In addition, this system tracks work or services provided by each organization, amounts invoiced, and goals. This active vendor base will continue to be broadened throughout the performance of this contact as additional potential vendors and subcontractors are identified and/or as additional needs/solicitations arise. Efforts to broaden this vendor database will also be in conformance to those requirements of FAR 19.704(a) and 52.219-9(d), DFARS Subpart 219.5, 219.704(a)(1), 219.705 and 252.219 -7003. The provision of certain services or materials sought in support of this contract may be restricted to competitive bids received from only SDBs. Such restrictions will be identified by the Project Manager and communicated to the appropriate buyer(s) or contract administrator assisting in solicitation of competitive bids. Ceres is able to utilize the information in this database, then, to contact potential subcontractors who may be interested and capable of providing specific services to our company. By identifying any parameters, such as service type or business location, Ceres can quickly generate an extensive list of potential subcontractors, meeting the criteria of a disadvantaged business as discussed in this plan, for the purposes of soliciting a competitive bid for such services. Award to any given subcontractor will be contingent upon the provision of basic company information, current licensing, as required, and the verification of current insurance information (general liability, automobile, and workers compensation). Other factors may include capacity, capability, experience, and abilities of the firm. The Subcontract Manager can provide direction and assistance to any such firms not readily meeting all the required or desired business elements in an effort to assist the firm in overcoming such obstacles. 4. Records of internal guidance and encouragement provided to acquisition personnel through workshops, seminars, training programs, incentive awards, and monitoring to evaluate compliance with the program’s requirements. Past Performance In 2018, Ceres responded to the USACE Debris Mission in the U.S. Virgin Islands. Ceres was very successful in subcontracting with local companies, with 72% of the money spent to complete the contract staying within the U.S. Virgin Islands; 100% of the subcontractors used on this project were small businesses. Ceres responded to the USACE, Lake, Mendocino, and Napa County Fire project in 2018 as well. More than half of the subcontractors were considered small businesses and all the subcontractors were from California. Ceres made a huge effort to involve as many Native American tribes from the fire affected areas. Additionally, on USACE projects performed in Louisiana in response to Hurricanes Katrina and Rita in 2005-2006, 59.5% of subcontracted dollars went to local businesses and 76.1% of the dollars subcontracted to small business went to local small businesses. 548 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-9 On USACE projects performed by Ceres, in Puerto Rico during the 1998 and 1999 hurricane seasons (Hurricane George), 100% of all subcontracting dollars went to locally based Small and various Disadvantaged Business concerns. Additionally, on USACE projects performed in Louisiana in response to Hurricanes Katrina and Rita, 59.5% of subcontracted dollars went to local businesses and 76.1% of the dollars subcontracted to small business went to local small businesses. While utilizing 1,619 vendors and subcontractors, Ceres exceeded all its subcontracting goals of USACE contract number W912P8-D-05- 0024. During Ceres’ the Alabama tornados response in 2011, Ceres used over 80% local and minority subcontractors to complete various projects. During the performance of the above-mentioned contracts Ceres successfully utilized several hundred local SB and SDB firms and was able to exceed the proposed award goals for SB, SDB, WOSB, VO, SDVO, and HUBZone firms. Numerous other government projects have been completed by Ceres over the course of the past 25 years with successful utilization (meeting or exceeding established goals) of local and other Small Businesses, SDBs, WOSBs, VOs, SDVOs and HUBZone small businesses. Based on our historically successful contract performance and utilization goals, Ceres anticipates that the completion of work under this contract for City of Winter Springs will also be successful in meeting, minimally, the stated goals contained within this plan. List of Potential Subcontractors Category Key: SB = Small Business; SBE = Small Business Enterprise; WO = Woman-Owned; WOSB = Woman Owned Small Business; VO = Veteran-Owned; SDVO = Service-Disabled Veteran Owned; SLDBE = State Local Disadvantage Business Enterprise; 8a = Currently 8a Certified; SDB = Small Disadvantaged Business; SDBE = Small Disadvantaged Business Enterprise; HUB = HUB Certified; ESB = Emerging Small Business; MBE = Minority Business Enterprise. Subcontractors within a 30-mile radius of Winter Springs, Florida Company City Certs D&Y Sunshine State Services Corp Deltona Harley & Son Land Clearing LLC Deltona Motorway Inc Deland SB Work Horse Temps, LLC Orlando SB, SDB, SDVO ABL Land Service Inc. Orlando TNA Grapple Service LLC Winter Garden Bennett Restoration Services LLC Orlando SB, WOSB SWEETS: Crisis & Disaster Solutions, LLC Orlando SDVO Premier Concrete Pumping Solutions, LLC Gotha David Outar Trucking, Inc. Winter Garden Siles And Sons Inc. Orlando DBE, MBE, SB Jdmf Llc Gotha SB Dream Construction of America, inc. Longwood Larkins Landscape Irrigation Clarcona SB Amerigrown Tree and Lawn, LLC Apopka Quality Choice Transportation Services Orlando Habit Construction Inc Orlando Bali Consulting LLC Longwood Chain Reaction Tree Services LLC Apopka SB Green Side Up Land Management Apopka SB Sky Light Roofing Orlando JCoombs Enterprises Inc Aloma SB HDD of Florida LLC Winter Park 549 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Tab G Mandatory Bid Forms Section 9 SMWBE Utilization Plan Page G.9-10 Company City Certs Del-Mar Solutions Inc Winter Park Hubbard Construction Co DBA Mid Florida Materials Winter Park Groundwerks INC Winter Park Tropic Trax, LLC Winter Park Tree Wise Urban Forestry Casselberry DBE, SB, WO GUTI Landscaping & Maintenance, LLC Orlando Big Moose Canister, LLC Longwood Alberto William Lawn Service LLC Sanford SDB Thompson Consulting Services, LLC Maitland D&B Site Worx LLC Sanford A Budget Tree Service Inc Winter Springs Sweeping Corp of America / USA Services of Florida, LLC Longwood Dennis Misuraca LLC Sanford SB Kudra LLC Mims HH CIB LLC Geneva FL Southern Turf Edgewater Narrow Road Earth Mover LLC Deltona Extreme Land Services, LLC,. Osteen Alpha-Omega Training and Compliance Inc Titusville First Choice Management Services, Inc. Orlando SB, SDB, WOB Greg Bear Tree Service, LLC Orlando SB CFD Industries LLC Chuluota Tree Monkeys Inc Chuluota SB, WOB C & D Heavy Equipment LLC Kissimmee SB, SDB Lumar Trailers LLC Orlando Butterfield & Mitchell Construction, LLC Saint Cloud Total Land And Tree Inc Eustis Kissimmee B-Logistic Service Orlando SB, SDV Terrascape LLC Orlando SB, WO Florida Remodeling Contractors LLC dba FRC Logistics Orlando Oversize Transport LLC. Orlando GK Real Estate and Development LLC Lake Mary Tekniek Construction Kissimmee Quisqueya Landscaping Services Orlando SB, SDB Lightning Haul LLC Orlando Faithworks Total Ground Maintenance Mount Dora MBE, SDVO RCM Utilities LLC Eustis 550 55 1 55 2 55 3 55 4 55 5 Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation CERES ENVIRONMENTAL SERVICES, INC. Filing Information P20000086640 41-1816075 11/06/2020 07/31/1995 FL ACTIVE CONVERSION 11/06/2020 NONE Principal Address 6371 Business Blvd. Suite 100 SARASOTA, FL 34240 Changed: 01/28/2025 Mailing Address 6371 Business Blvd. Suite 100 SARASOTA, FL 34240 Changed: 02/03/2024 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Name Changed: 10/09/2023 Address Changed: 10/09/2023 Officer/Director Detail Name & Address D C Florida Department of State 556 Title President McIntyre, David 6371 Business Blvd Suite 100 SARASOTA, FL 34240 Title Secretary Laurie, Tia 6371 Business Blvd. Suite 100 SARASOTA, FL 34240 Title VP Ulschmid, John 6371 Business Blvd Suite 100 SARASOTA, FL 34240 Annual Reports Report Year Filed Date 2023 01/24/2023 2024 02/03/2024 2025 01/28/2025 Document Images 01/28/2025 -- ANNUAL REPORT View image in PDF format 02/03/2024 -- ANNUAL REPORT View image in PDF format 10/09/2023 -- Reg. Agent Change View image in PDF format 01/24/2023 -- ANNUAL REPORT View image in PDF format 01/28/2022 -- ANNUAL REPORT View image in PDF format 04/06/2021 -- AMENDED ANNUAL REPORT View image in PDF format 01/26/2021 -- ANNUAL REPORT View image in PDF format 11/06/2020 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations 557 JOINT WRITTEN ACTION OF THE BOARD OF DIRECTORS AND SHAREHOLDERS OF CERES ENVIRONMENTAL SERVICES, INC. The undersigned, being the sole member of the Board of Directors and the sole shareholder of Ceres Environmental Services, Inc., a Florida corporation (the "Corporation"), does hereby adopt the following resolution in writing pursuant to Florida Statutes effective as of the 13th day of October 2021: WHEREAS, the Corporation desires to prepare and execute contract documents including but not limited to addendums, change orders, notices to proceed and task orders, and the Corporation desires to grant the authority to the Corporate Secretary, Tia Laurie, to sign and execute such contractual documents on behalf of the Corporation, NOW, THEREFORE, IN CONSIDERATION OF THE FOREGOING, BE IT: RESOLVED, that Ceres Environmental Services, Inc. grants Tia Laurie, Corporate Secretary, the authority to sign and bind the Corporation in matters related to the execution of contractual documents. IN WITNESS WHEREOF, the undersigned Board of Directors and Shareholders have set their hands effective as of the day first written above. ____________________________________ David A. McIntyre President and Sole Director/Shareholder 558 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 1 APPENDIX 1 Key Personnel Resumes & Certification Management Oversight David A. McIntyre, President David McIntyre is the founder and sole shareholder of Ceres Environmental Services, Inc. and affiliated companies. He created the company in 1976 and has personally managed or supervised over 300 FEMA- reimbursed contracts, including over 250 disaster debris-related projects. He has performed superbly in hiring, training, and supervising an excellent team of personnel, resulting in Ceres' extensive list of satisfied customers. Mr. McIntyre's history includes his on-the-ground, on-site management of debris contracts during Ceres' large-scale response to several major disasters. The disaster debris projects include major projects for the USACE, including Ceres' 2018 ACI SAD Contract activation in the State of Georgia following Hurricane Michael; USACE work in response to the Northern California Wildfires in 2018; Alabama 2011 tornadoes response; 2008 Hurricane Ike USACE ACI response; 2005 Hurricane Katrina USACE and local jurisdiction debris management projects; and the Hurricane Georges USACE response in 1998. Mr. McIntyre has been the Project and Operations Manager for many of the projects outlined below. He has also presided over the performance of over 95 additional contracts with branches of the U.S. federal government regarding demolition, grinding, abatement, clearing, and other work. These government branches include the U.S. Army Corps of Engineers; U.S. Navy, Army, and Air Force; U.S. Department of the Interior; and the U.S. Department of Agriculture. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024. Management oversight for Ceres’ response for 53 activations in 48 Florida and Georgia jurisdictions following Hurricanes Helene and Milton. ▪ Hurricane Beryl 2024. Management oversight for Ceres’ response to 16 jurisdictions in Texas following Hurricane Beryl. ▪ Hurricane Debby 2024. Management oversight for Ceres’ responses in Florida and Georgia following Hurricane Debby. ▪ Hurricane Idalia 2023. Management oversight for debris removal in Florida and Georgia following a Hurricane Idalia. Over 1,800,000 cubic yards of debris were removed. ▪ California Floods 2023. Management oversight for flood debris removal services in Tulare County, CA and Merced, CA. 54,645 cubic yards of debris have been removed. ▪ Texas Winter Storm Mara 2023. Management oversight for debris removal in two Texas jurisdictions following a winter storm. 330,846 cubic yards of debris were removed. ▪ State of Vermont Summer Flood 2023. Management oversight for 5920 tons of debris removal in (sixteen) 16 jurisdictions across the State of Vermont ▪ Hurricanes Ian and Nicole 2022. Management oversight for 27 contract activations in Florida. Two of these projects surpassed 2 million cubic yards of debris each. ▪ Hurricane Ida 2021. Management oversight for debris removal in 14 Louisiana jurisdictions. ▪ Oregon Wildfire Recovery 2020-2022. Management Oversight for Oregon Department of Transportation providing Hazard Tree Removal Services for Operational Branch 1: Archie Creek Fire, Douglas County, Operational Branch 5: Thielson Fire, Douglas County and Operational Branch 6: Two Four Two Fire, Klamath County. 22,311 trees were removed. ▪ Oklahoma Ice Storm 2020. Management oversight for debris removal in 5 cities following an ice storm. Over 200,000 cubic yards of debris were removed. ▪ Hurricanes Laura, Hanna, Sally, Delta, and Zeta 2020. Provided management oversight for 13 individual contract activations across Louisiana, Texas, and Florida. ▪ Linn County, IA Derecho 2020. Management oversight for removal, reduction, and disposal of 681,998 cubic yards of derecho generated debris. ▪ California Wildfires – Camp Fire, Butte County 2020 – 2021. Project Manager for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North-Central California in 2017. ▪ Hamilton County, TN Tornado 2020. Provided management oversight for removal and disposal of tornado generated debris in Hamilton County. Over 409,500 cubic yards of debris were removed. ▪ Jones County, MS Tornado 2020. Provided management oversight for removal and disposal of over 240,000 cubic yards of tornado generated debris in Jones County. 559 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 2 ▪ California Wildfires – Camp Fire, Butte County 2019. Project Manager for the CalRecycle clean- up project for hauling and disposal of debris generated by the Camp Fire wildfire in N orth-Central California in 2019, which is the largest debris mission in California in more than 100 years. 768,558 tons of debris were removed. ▪ Northern California Wildfire Debris Removal 2018. Provided management oversight for the USACE debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. ▪ Hurricane Michael USACE Response 2019. Project Manager/Operations Manager for work in 13 Georgia Counties. ▪ Hurricanes Michael and Florence 2018 – 2019. Provided management oversight for 13 individual contract activations in jurisdictions across North Carolina, South Carolina, Florida and Georgia ▪ Hurricanes Irma and Harvey 2017. Provided management oversight for more than 45 disaster recovery projects in Florida and Texas. ▪ Southeast Tornadoes 2017. Provided management oversight for disaster recovery projects in Georgia and Louisiana following early tornadoes. ▪ Hurricanes Hermine and Matthew 2016. Provided management oversight for over 20 individual projects following Hurricane Hermine in September and Hurricane Matthew in October. ▪ Louisiana Flooding 2016. Provided management oversight for Ceres response to Louisiana floods in August following heavy rains. ▪ Oklahoma Storms 2015. Provided management oversight to Ceres response to Winter Storms Cara and Goliath. Ceres responded to six different jurisdictions in Oklahoma. ▪ Livingston Parish Waterway Cleanup 2015. Management oversight for Ceres response during the removal of vegetative, C&D and white goods debris removal in Louisiana. ▪ Alabama Tornadoes 2014. Management oversight for Ceres response in several Alabama cities damaged by May tornadoes. Ceres provided removal and disposal services for eligible debris. ▪ Winter Storm Pax 2014. Management oversight for Ceres response in Georgia and North Carolina. Ceres provided removal and disposal of storm-related debris in both states. ▪ Winter Storm 2013. Management oversight for early winter storm in October 2013. Ceres provided removal and disposal of disaster-related vegetative debris in South Dakota. ▪ Upper Midwest Ice Storm 2013. Management oversight for Ceres’ response to spring ice storms in South Dakota and Minnesota, including work in rights of way, parks and waterways. ▪ Hurricane Sandy 2012-2013. Management oversight for Ceres response in New York and New Jersey. Ceres performed multiple projects in New York and New Jersey. ▪ Hurricane Isaac 2012. Management oversight of five separate contracts in response to Hurricane Isaac. Ceres provided recovery services to Jefferson Parish, Kenner, Livingston Parish, Denham Springs and St. Bernard Parish. ▪ Winter Storm Alfred 2011. Provided management oversight for response to unseasonal snowstorm in the Northeast. Ceres managed over 320,000 CY of debris in two locations. ▪ North Dakota Flooding 2011. Provided management oversight for emergency levee removal and repair projects after historic flooding in spring of 2011 near Minot, North Dakota. Ceres removed emergency levees and repaired damage to existing levees. ▪ Hurricane Irene 2011. Provided management oversight for response to Hurricane Irene’s impact on the Atlantic coast. Ceres managed 120,000 CY of debris in two locations. ▪ Alabama Tornadoes 2011. Provided management oversight for response to record-setting tornadoes that hit the Southeast. Presided over four contracts in Alabama, including management of over 1 million CY of debris in Jefferson County. ▪ New Zealand Earthquake 2011. Oversight of response to Christchurch earthquake. Established a New Zealand branch office of Ceres to work in conjunction with the Canterbury Earthquake Recovery Authority (CERA) to provide extensive disaster response services including debris management, design-build seismic stabilization, demolition/deconstruction/implosion services and large-scale materials recycling operations. Working as a capital partner, developer and construction manager in the country to help salvage and repair damaged buildings. ▪ Haiti 2010-2013. Oversight of response to the devastating earthquake that hit Haiti in January 2010. Provided management oversight of a survey contract for the International Office on Migration, an $11M landfill management and debris reduction site contract for the Haitian Ministry of Public Works and Communications (MTPTC) and The World Bank, environmental remediation projects for World Vision and new construction in the country. 560 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 3 ▪ Hurricane Ike 2008. Presided over debris collection, transportation, and disposal on 11 different contract locations in Texas and Louisiana ▪ Hurricane Gustav 2008. Oversight of collection, transportation, processing, and disposal of over 1.9 million cubic yards of debris; Trimming and removal of hazardous trees in Louisiana ▪ Hurricane Dolly 2008. Provided oversight and management guidance in debris collection, transportation, recycling, and disposal in Texas ▪ Hurricane Wilma & Rita 2005. Directed debris collection, transportation, and disposal, Emergency temporary roofing installation in Florida ▪ Hurricane Katrina 2005. Lead Project Manager for collection, transportation, processing, and disposal of over 13 million cubic yards of debris; Trimming and removal of over 165,000 hazardous trees; Asbestos abatement and demolition of 916 buildings; Decontamination and disposal of over 315,000 white goods in 11 Louisiana Parishes; Emergency temporary roofing installation of over 21,000 buildings in 32 Mississippi counties ▪ Hurricane Ivan 2004. Project Manager in collection, transportation, and disposal of over 680,000 cubic yards of debris including the processing of over 505,000 cubic yards of debris in Florida ▪ Hurricane Jeanne & Frances 2004. Managed the collection, transportation, and disposal of over 404,000 cubic yards of debris in 13 Florida counties ▪ Hurricane Charley 2004. Directed Debris collection, transportation, and disposal; Emergency temporary roofing installation in 4 Florida counties ▪ Hurricane Isabel 2003. Project Management to debris removal and disposal in Virginia ▪ Hurricane Floyd 1999. Lead Project Manager to debris removal and disposal in North Carolina ▪ Oklahoma City Tornadoes 1999. Lead project manager for USACE contract providing debris removal, managing multiple debris sites, and demolishing damaged residential structures. ▪ Hurricane Georges 1998. Presided over collection and disposal of over 2.3 million cubic yards of debris; Management of 17 TDSR sites; Emergency temporary roofing installation on over 3,000 buildings in Puerto Rico. ▪ Hurricane Fran 1996. Project management for USACE contract providing debris removal, reduction and site management. ▪ Hurricane Andrew 1992. Lead Project Manager to debris collection, transportation, and disposal; Provided USACE with 25 new chippers/grinders with 48 hours in Florida EDUCATION/CERTIFICATIONS ▪ Graduate coursework in Physics, Chemistry, and Mathematics from the University of Minnesota Institute of Technology and University of Minnesota ▪ Licensed Florida General Contractor ▪ Recognized as a Patriotic Employer by the Office of the Secretary of Defense 561 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 4 John Ulschmid, Senior Vice President Mr. Ulschmid has more than 34 years of experience with Ceres Environmental Services, Inc., including project management of multiple FEMA-reimbursed contracts. Mr. Ulschmid manages the company’s Construction and Demolition Division as well as various operational aspects of the Emergency Management Services Division, concurrently with the company’s Public Affairs and Logistics Management. Mr. Ulschmid has also worked on a variety of other emergency response projects including emergency building demolitions due to floods, Emergency Bank Stabilization of the Mississippi River Lock and Dam 8, and multiple floodway and water control and mitigation construction projects. He has provided project management, supervision, and administration to several federal government clients including the U.S. Army Corps of Engineers, U.S. Air Force, U.S. Navy, U.S. Army, CAL OES, LA DOTD, and TX DOT along with multiple projects with cities, counties, municipalities, and other public agencies with revenues totaling in excess of $1 Billion. Mr. Ulschmid attended the University of Minnesota, Carlson School of Management where he holds a bachelor’s degree in management information systems. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024. Management oversight for Ceres’ response for 53 activations in 48 Florida and Georgia jurisdictions following Hurricanes Helene and Milton. ▪ Hurricane Debby 2024. Management oversight for Ceres’ responses in Florida and Georgia following Hurricane Debby. ▪ Hurricane Beryl 2024. Management oversight for Ceres’ response to 16 jurisdictions in Texas following Hurricane Beryl. ▪ Hurricane Idalia 2023. Management oversight for Ceres’ response to Hurricane Idalia. Over 1,800,000 cubic yards of debris were removed. ▪ Archie Creek Fire Tree Removal 2020 – 2022. Senior Director for the Oregon Department of Transportation hazardous tree removal project following the Archie Creek Fire in Oregon. ▪ California Wildfires – Camp Fire, Butte County 2019-2020. Senior Director for the CalRecycle clean-up project for hauling and disposal of debris generated by the Camp Fire wildfire in North - Central California in 2018, which is the largest debris mission in California in more than 100 years. 768,558 tons of debris were removed. ▪ Hurricane Michael- SW Georgia 2018. Deputy Operations Manager for USACE debris removal operation in 13 SW Georgia counties. ▪ U. S. Virgin Islands Hurricane Recovery 2017-2019. Project Manager for response to Hurricanes Irma and Maria on St. Croix, St. Thomas and St. John for debris removal and processing, marine vessel processing, and off-island disposal of 600K CY. C&D Debris was disposed of in CONUS requiring federal and state approvals and permitting. ▪ Alabama Tornadoes 2011. Management oversight for response to record-setting tornadoes that hit the Southeast, including management of over 1 million CY of debris in Jefferson County. ▪ Emergency Levee Removal- Minot ND 2011. Project Manager for emergency levee removal post Souris River flooding (a greater than 100-year flood event). ▪ Hurricane Ike 2008. Project management, logistics management, and contract administration of operations in Texas. ▪ Hurricane Gustav 2008. Supervision and contract administration of company operations for debris removal and disposal; Project Manager of HVAC project and LA DOTD roadway drainage repairs and improvements project in Louisiana ▪ Hurricane Rita 2005. Project management for debris removal and disposal of over 4.5 million cubic yards; Reduction of over 1.1 million cubic yards of debris; Removal and disposal of e -waste; demolition of approximately 253 storm damaged buildings in Terrebonne and Calcasieu Parishes, Louisiana ▪ Hurricane Katrina 2005. Project Manager for debris removal operations including 13 million cubic yards of hurricane debris in 11 Louisiana parishes; trimming and removal of over 165,000 hazardous trees; supervised over 12 miles of emergency levee repair & stabilization projects in St. Bernard and Plaquemines Parishes, Louisiana ▪ Hurricanes Jeanne & Frances 2004. Operations Manager in the collection and disposal of over 404,000 cubic yards of debris in Florida CERTIFICATIONS/TRAINING ▪ USACE CQM certified 562 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 5 Thomas “Allen” Morse, Senior Debris Management Advisor / Director of Business Development Mr. Morse has worked for Ceres for 10 years providing technical, political, and professional advice at all operational levels of debris management operations. He has over 35 years of experience in damage assessment and debris management. Mr. Morse is retired from the U.S. Army Corps of Engineers (USACE), where he served for 15 years as the National Program Manager for all debris management programs. In this role, Mr. Morse was responsible for training USACE debris teams, as well as training FEMA’s FCO cadre on debris management. During his career at the USACE, Mr. Morse provided his knowledge and management skills to some of our nation’s most challenging responses. Mr. Morse worked with the USACE In the aftermath of the attack on the Twin towers on September 11. The USACE was tasked by FEMA to perform a forensic analysis of all ground zero debris and identify human remains and personal effects. This was the first time for the USACE to handle a large-scale debris operation as an evidence stream requiring extreme security. Mr. Morse also was the lead debris program manager for Hurricane Katrina in Alabama, Mississippi and Louisiana. This was one of the nation’s largest debris management responses requiring $2.2 billion in FEMA funds allocated for debris removal operations. Mr. Morse is the author of the USACE Hurricane Debris Forecasting Model and the Points of Distribution Commodities planning model. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024 – Current. Providing support to operations for 53 activations in 48 jurisdictions in Florida and Georgia. ▪ Hurricane Idalia 2023. Provided support to operations in Florida and Georgia following Hurricane Idalia. Over 1,800,000 cubic yards of debris were removed. ▪ Hurricane Ian 2022. Project Consultant interfacing with the USACE during Ceres performance on 27 debris removal contracts in Florida. ▪ Hurricane Ida 2021. Project Consultant interfacing with the USACE during Ceres performance on 14 debris removal contracts in Louisiana ▪ Hurricane Sally 2020. Project Consultant interfacing with the USACE during Ceres performance in Texas following Hurricane Sally. ▪ Hurricane Michael 2018. Project Consultant to USACE for the USACE ACI Restricted SAD Region activation in 13 Georgia counties for the clean-up of debris generated by Hurricane Michael in October 2018. ▪ Northern California Wildfire Debris Removal 2018. Project Consultant for the USACE debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. Over 84,000 tons of debris were removed. ▪ Fire Island 2014. Provided technical assistance to USACE for the highly specialized debris removal mission off the coast of Long Island, NY. ▪ Alabama Tornados 2011. Special advisor and liaison to state and Federal partners for the tornado clean up in Alabama and Joplin, MO. ▪ Haiti Earthquake 2010. Consultant to the World Bank on debris management, environmental assessments, and bidding documents for a World Bank sponsored debris project. ▪ Eagle, Alaska 2009. Authored plans/specifications for debris clean up following ice flow damage. ▪ Hurricane Rita 2007. USACE Debris Task Force Leader. ▪ Hurricane Katrina 2005. USACE Senior debris manager/coordinator for $2.5 billion in debris contracts in Alabama, Mississippi, and Louisiana ▪ Florida Hurricanes 2004. Lead ESF#3 representing USACE ▪ Weapons of Mass Destruction Debris Management Guide 2001-2004. PM and contributing author of the FEMA-sponsored “Weapons of Mass Destruction Debris Management Guide.” ▪ World Trade Center 2001. Senior Project Manager over disposal operations for USACE following a terrorist attack. ▪ Suriname South America 1993. Managed the design and construction of a base camp for 2,500 occupants. ▪ Hurricane Andrew 1992. Debris team leader for USACE ▪ Kuwait 1991. Reconstruction team for rebuilding of infrastructure. EDUCATION/CERTIFICATIONS ▪ B.S. degree in Civil Engineering from University of South Alabama ▪ FEMA/ICS certified 100, 200, 700 and 800 563 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 6 Key Project Team Robert Smith, Director of Disaster Recovery Operations Mr. Smith is the Director of Ceres’ Disaster Recovery Division. He has a strong history of managing large, complex projects that involve multiple government agencies. His experience includes overseeing all aspects of the CalOES/CAL Recycle Camp Fire Debris Removal and Hazardous Tree Removal projects in Butte County as Incident Commander. Mr. Smith also managed Ceres’ response for the USACE USVI project following Hurricanes Irma and Maria. Mr. Smith builds effective teams by focusing on customer needs, setting clear goals, and successfully executing project directives. Since joining Ceres in 2017, Mr. Smith has ensured successful project performance while maintaining safety compliance and a customer - oriented approach. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024. Director of Storm Operations for Ceres’ response for 53 activations in 48 Florida and Georgia jurisdictions following Hurricanes Helene and Milton. ▪ Hurricane Debby 2024. Director of Storm Operations for Ceres’ responses in Florida and Georgia following Hurricane Debby. ▪ Hurricane Beryl July 2024 – September 2024. Director of Storm Operations overseeing responses to 16 jurisdictions in Texas. Project scopes include disaster debris removal, hauling, reduction, DMS management, hazard tree removal and final disposal of debris resulting from Hurricane Beryl. ▪ Wildfire Fuel Reduction (WFR) Vegetation and Tree Removal Services - Orange County, CA March 2024 – Current– Caltrans. Director of Operations overseeing all phases of the contract. Scoped work includes Wildfire Fuel Reduction, vegetation and tree removal within Caltrans ROW within District 12. Additional scopes include monitoring and working around cultural and environmentally sensitive areas. Responsibilities include preparatory phase oversight, subcontracts/contracts, project coordination & scheduling, daily & weekly project-specific documentation, Fuel Reduction Action Plan (FRAP) implementation to include management of prescription-based treatments, permitting/environmental certs, Invoicing & closeout. ▪ Sacramento River Tree Removal – January – February 2024 – USACE. Director of Operations. Provided oversight for the felling and removal of various tree species in environmentally sensitive and public areas and biological monitoring along the Sacramento River. These shoreline areas stem from the Interstate 50 Bridge and Garcia Bend Park specifically reaching 2, 3, and 6. Responsibilities included the development of pre-work submittals, partnering with the Army Corps and two other contractors working within these reaches, developing, and enforcing daily production and resource reporting, cost controls, invoicing, and managing schedules. ▪ Folsom Dam Tree Removal, 2023 – USACE. Director of Operations. Provided oversight for successfully removing 210 trees within public and environmentally sensitive areas. Responsibilities included the development of pre-work submittals, partnering with the Army Corps on Bureau of Reclamation (BOR) permitting, developing, and enforcing daily production and resource reporting, successful interagency coordination (BOR, USACE, State Park), cost controls, invoicing, and schedules. Due to weather restrictions, the project was delayed, and the team still completed this project two months ahead of schedule. ▪ ODOT Hazard Tree Removal, Jackson and Douglas Counties 2021 – 2022. Director of Operations overseeing the removal of Right-of-Way (ROW) trees along Oregon highways. This included the removal of over 25,000 US Forest Service (USFS) and Bureau of Land Management (BLM) tree hazards. This process encompassed the removal and transportation of both timber and slash to log decks and reduction sites. ▪ Hazard Tree Removal Project for the Campfire in Butte County -- 2020 to 2021. Incident Commander. Roles and responsibilities included management of the overall incident, safety, and liaison between all project partners and the prime contractor. We operated 12 crews conducting tree removal and hauling for approximately 2,200 properties containing just under 60,000 eligible trees. Tracking of project quantities daily and in total. Worked closely with the Monitoring Company and Project Owner Incident Management Team on strategy and tactical short-term and long-range plans to ensure the success of the contract. Project totaled $104,369,789. ▪ Oklahoma Ice Storm 2020. Project Manager overseeing three projects: City of El Reno, City of 564 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 7 Kingfisher, and the City of Piedmont. The work performed consisted of leaner and hanger removal, ROW vegetative removal, DMS operations, and the reduction of vegetative debris. ▪ Hurricane Hanna 2020. Project Manager overseeing three separate projects: Hidalgo County, the City of Pharr, and the City of Edinburg. Conducted ROW collection, disposal of vegetative debris and construction and demolition debris with all three clients. Also collected and disposed of white goods, household hazardous waste and electronic waste. Over 327,000 cubic yards of debris were removed. ▪ Camp Fire, Butte County 2018 – 2019. Incident Commander with overall responsibility for the demolition, transportation, and disposal of debris generated by the Camp Fire wildfire in North - Central California in 2018 and directed the removal of more than 750,000 tons of hazardous debris while treating more than 3,100 private parcels. In full operational mode, we operated 45 to 50 demolition crews supported by 650 to 1,000 hauling units per day. Project totaled $246,156,950. ▪ Hurricane Irma and Maria 2017. Project Manager for vegetative, construction and demolition, and metal debris removal from local municipality ROW and other eligible public property in the U.S Virgin Islands for USACE ACI project following Hurricanes Irma and Maria. Work also included site preparation, debris reduction - chipping/mulching/grinding, and debris disposal. ▪ Evergro Organic Recycling 2016-2017. Vice President of Operations researching and acquiring a track of land that meets all TCEQ criteria to construct a biosolid composting facility. Focused on site operating plans and providing a permit application along with drawings drafted by a local project engineer. ▪ New Earth Soils and Compost 2010-2016. Vice President of Operations overseeing over 35 teams within two facilities, new constructions, and existing biosolid composting operations. ▪ The Garick Corporation • Vice President of Operations 2007-2009. overseeing six facilities and 250 associates in five different states, ensuring EPA/DEP and OSHA compliance practices, plant staffing, daily productions goals, payroll management, and inventory control. • General Manager 2006-2007. Responsible for the safety and productivity of a large group during peak season, including environmental compliance, profitability, and leadership development. Drafted and implemented operational procedure manual for companywide plant and safety operations. ▪ United States Army 1991-2000. Airborne Ranger as Scout Team Leader for the 25th Infantry Division in Oahu, Hawaii, a Pathfinder for the 101st Pathfinder detachment and a U.S. Army Ranger Instructor at the Mountain Phase of Ranger School. Responsible for assisting the squad leader to ensure squad combat readiness, including planning and supervision of soldier training. Assisted with tactical employment and continuous surveillance of the enemy while being responsible for daily training and safety of 600 rangers annually in mountainee ring and combat missions. EDUCATION ▪ Austin Peay State University, Clarksville, TN 2000 CERTIFICATIONS ▪ IS-00027 FEMA Logistics ▪ IS-00393.b Hazard Mitigation ▪ IS-00632.a Debris Operations ▪ ICS-100 Incident Command System ▪ IS-00200.c Initial Response ▪ IS-00042 Social Media, Emergency Management ▪ IS-00240.b Leadership and Influence ▪ IS-00552 Public Works Role, Emergency Management ▪ OSHA 30 Construction 565 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 8 Brent Whitten, Project Manager Mr. Whitten has over 20 years of experience in debris management and disaster recovery services, specializing in large-scale waterway clearing projects and having experience with private property debris removal. As a subject matter expert, he has successfully managed some of the most complex waterway debris removal projects, including one in Livingston Parish, LA, which involved clearing over 3 million linear feet of waterways. The project was funded by NRCS as part of the Emergency Watershed Protection Program. For this and other waterway debris removal projects, Mr. Whitten obtained various permits such as Section 404 permits, Louisiana Department of Environmental Quality (LDEQ) debris site authorizations, and Right of Entry (ROE) agreements to gain access in remote areas. He ensured compliance with USACE, LDEQ, FEMA, and NRCS requirements, maintaining strict adherence to environmental and operational standards. His performance has been commended by both LDEQ and NRCS. His other work has ranged from demolition of residential and commercial sites after Hurricane Katrina to quality control for the U.S. Army Corps of Engineers to debris removal projects following major disasters such as Hurricane Irma and Ida. He holds a Construction Quality Management (CQM) certification and is FEMA-certified in Debris Operations and the Incident Command System. He is also a FEMA -certified Disaster Housing Inspector. His responsibilities include direct supervision of project s and ensuring compliance with all safety and quality control regulations. Mr. Whitten brings strong organizational skills and the ability to motivate to any job. PROFESSIONAL EXPERIENCE ▪ Hurricane Helene November 2024. Project Manager in Augusta, GA responsible for removal of debris from Augusta Canal. This project was unique and required strict compliance measures to preserve water quality, as the Augusta Canal serves as a source of drinking water for the residents of the City. Another important aspect was the preservation of the integrity of the Augusta levee and its intake system. Unique methods of waterway debris removal, including the use of winches, were employed. ▪ Hurricane Helene October 2024. Project Manager responsible for emergency disaster debris removal in Effingham County, GA. ▪ Severe Wind Event May - July 2024. Project Manager for emergency debris removal operations in East Feliciana Parish and St. Martin Parish LA. The project for East Feliciana Parish included clearing of 70,819 linear feet of canals. ▪ Livingston Parish NRCS Emergency Watershed Protection Program 2018 – 2023.Project Manager in Louisiana for clearing of 3,554,683 linear feet of waterways. This project required utilization of various amphibious equipment such as barges and marsh buggies. Mr. Whitten’s responsibilities included coordinating and interacting with LDEQ, USACE, NRCS, and FEMA, as well as implementing project policies and procedures. Mr. Whitten managed scheduling, task assignment for crews, financial reporting, and tracking/reporting of daily footage and production rates. Mr. Whitten also assisted with securing various permits, including Section 404 authorizations, LDEQ debris site approvals, and ROE agreements to access remote areas. Identifying and securing points of access (POAs) was a critical factor in the project's success. Proper access points ensured compliance with environmental regulations and minimized delays and travel times for equipment. ▪ St. Tammany Parish Waterway Debris Removal Project 2022 - 2023. Project Manager in Louisiana for clearing of 381,333 linear feet of the waterways within the National Wild and Scenic Rivers System. Mr. Whitten coordinated and communicated with various agencies as well as implemented policies and procedures for this project. He was able to overcome various challenges such as varying depth and width of the waterways, the limited availability of access points, and the presence of obstacles in the waterways. ▪ Hurricane Ida 2021. Project Superintendent for Livingston Parish, LA, responsible for recovery operations as a result of Hurricane Ida. 1,322,210 cubic yards of debris were removed. ▪ USACE Northern California Wildfire Debris Removal 2018. Quality Control Manager for the USACE ACI debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. This position required verification of relevant experience by the USACE, which Mr. Whitten successfully passed, in addition to being a CQM -certified professional. He implemented and directed the Quality Control Program for all counties under this project. Conducted QC meetings to ensure the project teams were adhering to QC requirements. Maintained the project submittal log and all other project-specific quality control reports. This project involved removal of 84,000 tons of debris from private property . 566 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 9 ▪ Hurricane Irma 2017. Project Manager in Pinellas County, FL for the Disaster Debris Collection and Removal of 123,916 cubic yards of debris generated by Hurricane Irma. ▪ Hurricane Irma 2017. Project Manager for the hauling for final disposal of previously compacted and/or ground debris in Miami, FL. 455,554 cubic yards of debris were removed. ▪ Hurricane Irma 2017. Project Manager for Gulfport City, FL for the clean-up of debris generated by Hurricane Irma. ▪ Southeast Tornadoes 2017. Provided direct supervision on post-tornado debris management project for Dougherty County. The project involved collection, removal and processing of over 650,000 cubic yards of debris. ▪ Linfield Hunter & Junius Inc., USACE New Orleans District, 2014-2016. Quality Assurance Representative for USACE Construction Division. Responsible for conferring with the Construction Division in clarifying inadequacies in plans, impractical specifications and unworkable schedules. ▪ SMC Buildings, Design/Build New Commissary, Fort Polk, LA, May – October 2014. Quality Control Manager for design/build project. Responsible for maintaining the project submittal log and all other project specific quality control reports. Assembled project closeout documents that include O&M manuals, as-builts, and warranties. ▪ Hurricane Isaac, CTEH/Providence Engineer and Environmental, 2012. Conducted environmental sampling and data collection. Assisted in conducting research performing investigations for the purpose of identifying, abating, or eliminating sources of pollutants or hazards. Conducted air, water and/or soil sampling, meteorologi cal monitoring. ▪ Infinity Construction, St. Charles Parish, LA, February – September 2012. Responsible for managing, implementing and enforcing the Accident Prevention Plan and the 385-1-1. Responsible for managing and implementing the QC Plan. ▪ Benetech, LLC, New Orleans, LA, 2010-2012. Safety Manager and Quality Control Manager for projects under Benetech. Responsible for overseeing and enforcing Benetech’s safety program for various USACE construction jobs ranging from $7,000,000 to $25,000,000. ▪ AquaTerra Contracting, New Orleans, LA, 2008-2010. Safety Manager and Quality Control Manager on USACE job sites. Ensured proper safety was being followed per 385 -1-1 and company safety policy. Prepared site specific AHA’s. Implemented Accident Prevention Plan. Trained all employees in safety procedures. Conducted weekly safety meetings. ▪ Hurricane Ike 2008. Area Manager overseeing debris removal from DOT roads and Right -of-Entry removal of stumps and logs, hiring subcontractors, and project planning by quadrant. Conducted daily safety meetings and provided daily reporting on contractor progress and performanc e. ▪ Hurricane Gustav 2008. Area Manager overseeing debris removal from DOT roads and Right-of- Entry removal of stumps and logs, hiring subcontractors, and project planning by quadrant. Conducted daily safety meetings and provided daily reporting on contractor progress and performance. ▪ Environmental Chemical Corp., New Orleans, LA, 2006-2008. Supervised the decommissioning, demolition, and disposal of private properties in accordance with applicable federal, state, and local requirements. Supervised the demolition of over 200 homes and commercial structures destroyed by Hurricane Katrina. ▪ Post Buckley Schuh & Jernigan, Inc., 2004-2006. Demolition Environmental Inspector and Evacuation Plan Writer following Hurricanes Wilma, Katrina, Charley, Frances, and Jean. Conducted oversight monitoring for RACM and C&D throughout Louisiana. Provided monitoring oversight for RACM floor tile removals throughout five (5) parishes. EDUCATION/CERTIFICATIONS ▪ BS, Wilberforce University. ▪ FEMA IS-100 ICS ▪ FEMA IS-102 FEMA Response Partners ▪ FEMA IS-631 Public Assistance ▪ FEMA IS-632 Debris Operations ▪ OSHA 30 Hour Construction Safety ▪ OSHA 40 Hour HAZWOPER Training ▪ USACE Training Safety & Health EM 385-1-1 ▪ FEMA IS-00035.15 Safety Orientation ▪ U.S. Army Corps of Engineers QCS/RMS ▪ FEMA Disaster Housing Inspector (PARR) ▪ U.S. Army Corps of Engineers Construction Quality Management ▪ E-QIP # 3943088 ▪ First Aid/CPR/AED ▪ HAZWOPER Refresher 8hr 567 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 10 Hubert Russell (Bo) Ansley, FEMA Reimbursement Specialist Mr. Ansley worked with the U.S. Army Corps of Engineers (USACE) for 33 years. His experience includes Emergency Management; Technical Support to FEMA applicants, and sub-applicants to ensure FEMA eligibility, compliance with State regulations and adherence to contract specifications; review of FEMA eligibility and processing documentation for FEMA reimbursement; training sessions with clients; and development of new documentation systems. His experience runs deep both with Ceres and the US Army Corps of Engineers (USACE), where he served as a technical liaison to FEMA for E mergency Support Function 3 (ESF3) – Public Works and Engineering, and a Senior Level Debris Removal Subject Matter Expert (SME). Mr. Ansley’s participation with USACE on the Yellowstone River Flood mission gives him unique insight and experience in waterway debris assessment and removal projects. PROFESSIONAL EXPERIENCE Ceres Environmental Services, Inc. September 2022 - Present ▪ Hurricane Helene 2024. Provided operational oversight and FEMA reimbursement assistance to Georgia jurisdictions affected by Hurricane Helene. ▪ Hurricane Debby, 2024. Provided operational oversight and FEMA reimbursement assistance for debris removal projects in Georgia following Hurricane Debby. ▪ Hurricane Beryl 2024. Provided operational oversight and FEMA reimbursement assistance to 16 jurisdictions in Texas following Hurricane Beryl. ▪ Hurricane Idalia 2023. Provided operational oversight and FEMA reimbursement assistance for debris removal in Georgia following Hurricane Idalia. ▪ Hurricanes Ian and Nicole 2022. Operations Area Manager and Client Services Liaison for 8 contract activations in Florida. U.S. Army Corps of Engineers 1989 - 2022 ▪ Yellowstone River Floods 2021. Senior USACE Debris Removal SME and FEMA Liaison. Provided technical support and conducted a comprehensive assessment of flooding impacts and waterway debris for the State of Montana. USACE was mission assigned by FEMA to provide an analysis of the debris with a rough order of magnitude for removal that included scoping and estimating the cost for removal on over 250 miles of waterway on the Yellowstone River. During this mission, much was learned about “navigable” (State owned) and “non-navigable” (Property owners have authority to the centerline of the river) waterways, and the challenges that “non -navigable” waterways can present to removing waterway debris due to lack of public access. ▪ Hurricanes Laura, Sally, and Zeta 2020. Senior USACE SME and FEMA Liaison. Provided Technical Support to FEMA as well as multiple applicants in Louisiana, Alabama, and Florida. Provided supervisory oversight for 21 Federal Technical Monitors. ▪ Southeast Tennessee Tornadoes 2020. Senior USACE Debris Removal SME and FEMA Liaison for 3 local activations in the Chattanooga, TN area. ▪ Hurricane Michael 2018. Lead USACE Debris Removal SME and FEMA Liaison for 6 Florida Counties and 13 Georgia Counties. Served as Contracting Officers Representative for USACE Advanced Contract Initiative (ACI) in Georgia. ▪ Hurricane Irma 2017. Lead USACE ESF3 Liaison to FEMA Region 2. Prepositioned with Forward Team to VITEMA prior, during and after landfall. Supported Recovery Field Office and assisting in activating the Debris ACI for USACE. ▪ Hurricane Maria 2017. Supported recovery efforts in Puerto Rico as Emergency Management Chief, Mobile District. Managed USACE Recovery Field Office for multiple FEMA missions including power restoration, temporary roofing, debris removal and repair of critical public facilitie s. ▪ Southeast Tornadoes 2017. Lead USACE Debris Removal SME and FEMA Liaison for multiple activations near the City of Albany, GA. ▪ Hurricane Matthew 2016. Lead USACE Debris Removal SME. Provided technical assessment of storm impacts along the Florida Coast from St. Augustine to Melbourne. ▪ Hurricane Hermine 2016. Lead ESF3 Representative to FEMA in Florida. Developed debris volume estimate and debris removal cost estimate. ▪ Pacific Ocean Storms 2015. Served as USACE ESF3 forward for Guam (Typhoon Dalphin) and Saipan (Typhoon Soudler). Provided impact assessments for FEMA. ▪ Oso, WA Landslide 2014. Assistant ESF3 Team Lead and Debris SME supporting FEMA. Provided preliminary report and debris removal estimate. 568 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 11 ▪ Hurricane Sandy 2012-2013. Lead Debris SME and Contracting Officers Representative – Suffolk County, NY. Oversaw Debris Removal Operation for Fire Island, NY. ▪ Alabama Tornadoes 2011. Supported recovery efforts as Emergency Management Chief, Mobile District. Managed USACE Recovery Field Office for multiple FEMA missions including temporary power, debris removal and repair of critical public facilities. ▪ Hurricane Ike 2008. USACE liaison to Texas and ESF3 lead in support of FEMA Region 6. ▪ Hurricane Katrina 2005-2006. Debris SME for Alabama recovery. EDUCATION/CERTIFICATIONS ▪ Bachelor of Landscape Architecture, University of Georgia ▪ Graduate Certificate, Homeland Security and Emergency Management, George Washington University ▪ FEMA ICS 100, 200, 300, 400, 700, 800 569 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 12 Tia Laurie, Contract/Subcontract Manager, Corporate Secretary Tia Laurie provides a background in several fields including quality control, construction, logistics, management, and contracting. Ms. Laurie serves as Qualifying Agent, holding General Contractors Licenses on behalf of Ceres in many states including California, Louisiana, Alabama, Tennessee, Mississippi, Oregon, and South Carolina. Certified in Constructi on Quality Management by USACE, Ms. Laurie has served in supporting roles on several missions for more than ten (10) years. Additionally, Ms. Laurie is responsible for the overall administrative response to all disaster response and recovery missions, including contracting and subcontracting. She manages the overall development and maintenance of relationships with subcontractors specifically in local areas of pre -event contracts and competitive pricing. Ms. Laurie also provides management in the areas of maintaining and upgrading the database, registration process, and evaluation criteria for subcontractor, as well as creating and executing their training programs. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024. Director of Administration including subcontracting and contract management for debris removal for 53 activations in 48 Florida and Georgia jurisdictions following Hurricanes Helene and Milton. ▪ Hurricane Debby, 2024. Director of Administration including subcontracting and contract management for debris removal projects in Florida and Georgia following Hurricane Debby. ▪ Hurricane Beryl 2024. Director of Administration including subcontracting and contract management for debris removal in 16 jurisdictions in Texas following Hurricane Beryl. ▪ Hurricane Idalia 2023. Director of Administration including subcontracting and contract management for debris removal in Florida and Georgia following Hurricane Idalia. Over 1,800,000 cubic yards of debris were removed. ▪ California Floods 2023. Director of Administration including subcontracting and contract management for flood debris removal services in Tulare County, CA and Merced, CA. ▪ Texas Winter Storm Mara 2023. Director of Administration including subcontracting and contract management for debris removal in 2 Texas jurisdictions following a winter storm. 330,846 cubic yards of debris were removed. ▪ State of Vermont Summer Flood 2023. Director of Administration including subcontracting and contract management for 5920 tons of debris removal in (sixteen) 16 jurisdictions across the State of Vermont ▪ Hurricanes Ian and Nicole 2022. Director of Administration including subcontracting and contract management for 27 contract activations in Florida. Two of these contract surpassed 2 million cubic yards of debris each. ▪ Hurricane Ida 2021. Director of Administration including subcontracting and contract management for Ceres projects in Louisiana. ▪ Oregon Wildfire Recovery 2020 – 2022. Director of Administration including subcontracting and contract management for Oregon Department of Transportation Hazard Tree Removal Project. 22,311 trees were removed. ▪ Oklahoma Ice Storm 2020. Director of Administration including subcontracting, and management of 5 contract activations as a result of the Oklahoma Ice Storm. Over 200,000 cubic yards of debris were removed. ▪ Hurricanes Hanna, Laura, Sally, Delta and Zeta 2020. Director of Administration including subcontracting. Managed over 30 subcontractors providing debris collection, reduction, and disposal. While working contract administration on over 13 contract activations. ▪ Linn County, IA 2020. Director of Administration including subcontracting and managing 4 subcontractors and working contract administration. Over 1 million cubic yards of debris were removed. ▪ Hamilton County, TN and Jones County, MS Tornados 2020. Director of Administration including subcontracting. Managed 6 subcontractors providing debris collection, reduction, and disposal. Over 600,000 cubic yards of debris were removed. ▪ Bulk Waste Removal 2020. Director of Administration including subcontracting. Managed 6 subcontractors providing bulk waste removal to the City of Atlanta and Macon-Bibb County, GA as a result of limited staff due to COVID-19. 5,966 tons of waste were removed. ▪ Paradise and Butte County, CA Fire 2019. Director of Administration including subcontracting and managing over 23 subcontractors and working contract administration with CalRecycle. 768,558 tons of debris were removed. 570 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 13 ▪ Hurricanes Florence and Michael 2018. Director of Administration for storm operations in a wide geographic area. ▪ North Carolina Department of Agriculture 2018. Director of Administration and Subcontracting Manager for hauling vegetative material for NC farms after Hurricane Florence. ▪ Northern California Wildfire Debris Removal 2018. Subcontractor Manager responsible for hiring all subcontractors for the USACE debris removal project in Lake, Mendocino and Napa Counties, CA following the fires between October and December of 2017. ▪ Hurricanes Harvey, Irma, and Matthew 2017. Director of Administration and Subcontracting Manager for over 50 storm and civil construction projects. ▪ Hurricanes Hermine and Matthew 2016. Subcontractor Manager for over 20 contracts in Florida, Georgia, South Carolina, and North Carolina following two hurricanes in September and October. ▪ Louisiana Floods 2016. Subcontractor Manager for Ceres response to August floods in Louisiana. ▪ Winter Storm Cara and Goliath 2015. Subcontractor Manager for debris removal and disposal projects in Oklahoma following winter storms. ▪ Alabama and Mississippi Tornados 2014. Subcontractor Manager for four separate tornado recovery projects in Kimberly, Adamsville, and Graysville, Alabama as well as Lee County, MS. 185,758 cubic yards of debris were removed. ▪ Winter Storm Pax and Ulysses 2014. Subcontractor Manager for Columbia County, GA and NC DOT ice storm recovery; Recruited and subcontracted companies for hauling, tree work, and grinding. ▪ Hurricane Sandy 2012-2013. Subcontractor Manager recruiting local subcontractors and vendors for Ceres response in New York and New Jersey. ▪ Hurricane Isaac 2012. Subcontractor manager for five separate contracts in response to Hurricane Isaac. Ceres provided recovery services to Jefferson Parish, Kenner, Livingston Parish, Denham Springs and St. Bernard Parish. ▪ Winter Storm Alfred 2011. Subcontractor Manager for response to unseasonal snowstorm in the Northeast. Ceres managed over 320,000 CY of debris in two locations. ▪ Hurricane Irene 2011: Subcontractor Manager for Greenville, NC response and recovery efforts. ▪ Alabama Tornadoes 2011. Subcontractor Liaison: recruited local and specialty subcontractors and vendors to provide services for tornado cleanup. ▪ Haiti Earthquake 2010. Subcontractor Liaison identifying specialist organizations & sea transport. ▪ Ice Storms 2009. Subcontractor Liaison identifying and coordinating qualified subcontractors for debris removal from county rights-of-ways in Kentucky. ▪ Hurricanes Dolly, Gustav and Ike 2008. Subcontractor Liaison screening and coordinating qualified subcontractors for debris removal, processing, and disposal operations. ▪ Floods 2008. Subcontractor Liaison identifying and coordinating qualified subcontractors for debris removal due to Cedar River flooding in Iowa. ▪ Military Stars, Orion International 2007-2008. Account Executive researching, identifying, and capturing of new clients providing opportunity for hiring of transitioning military personnel. ▪ U.S. Army Corps of Engineers, Captain 1999-2005. Battalion Logistics/Supply Officer, Detachment Commander, Company Executive Officer, and Topographic Platoon; awarded Bronze Star Medal for her bravery and meritorious service with USACE. EDUCATION/CERTIFICATIONS ▪ Master’s degree, Engineering Management, University of Missouri (Rolla) ▪ Bachelor’s degree, Engineering Management, U.S. Military Academy, West Point, New York ▪ Engineer-In-Training (EIT/FE): Registered in New York, 1999 ▪ FEMA certified IS-10, ICS-200, IS-102, IS-632, NIMS IS-700 ▪ USACE CQM certified ▪ Red Cross Disaster Services certified 571 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 14 Personnel (Alphabetically by Last Name) Omar Arroyo, EHS Manager Mr. Arroyo has more than 22 years of professional experience in safety management. He has worked in various fields including debris management, civil construction, new construction, and oil, dealing with all aspects of Environmental Health and Safety Management and Training. PROFESSIONAL EXPERIENCE ▪ Ceres Environmental Services 2017 – Present. • Safety and Health Officer for projects in Florida and Georgia following Hurricanes Helene and Milton. • Safety and Health officer for LUMA Island Wide Vegetation Clearance in Puerto Rico. • Safety and Health Officer for NMDOT Hermits Peak/Calf Canyon Flood, Straight Line Wind and Wildfire Recovery in 2022-2023. • Safety and Health Officer for Taylor County, FDOT following Hurricane Idalia. Over 1,703,000 cubic yards of debris have been removed. • Safety and Health Officer for the Luma Vegetation Clearing Service Contract in 2022 and 2023 in Puerto Rico. • Safety Officer for Wildfire recovery for the Oregon Department of Transportation in 2020 - 2022. 22,311 trees were removed. • Safety Officer for the Wildfire clean up and logging operations for California, Colorado, and Oregon. • Safety and Health Officer. Vegetative, construction and demolition, and metal debris removal from local municipality Rights-of-Way (ROW) and other eligible public property in the U.S Virgin Islands for the USACE ACI project following Hurricanes Irma and Maria. Work also included site preparation, debris reduction - chipping/mulching/grinding, and debris disposal. ▪ PES Performance Energy Services 2015-2016. HHSE Site Safety Supervisor in Beaumont, Texas conducting daily equipment inspections, confine space audits, air sampling for confined space, confined space rescue procedures, daily mass safety toolbox meetings, Air Liquide safety and production meetings, safety record keeping, first aid, incident investigations, daily safety audits, inspection and control of safety equipment, fire watch training, confine space training, lockout/tag - out training and new hire orientations. ▪ Saxon Constructions PES 2015. HSSE Site Safety Manager for Williams Station 520 Pipeline project in Jersey Shore, Pennsylvania and Devon/E-Link Terminal project in Cuero, Texas. Responsible for daily audits of work being performed, daily field equipment inspections, equipment training, PRE-TASK ANALYSIS (PTA) audit and training, held the daily all employee’s safety meeting, met with the client HSSE for any concerns and correction, job specific overview, employee orientation, incident reporting, near miss reporting, record keeping, and continue to strive for a zero incident and accident-free workplace for all employees. ▪ Titan 360 Industrial Services 2014-2015. HSSE Site Safety Manager coordinating a project at Trunk line in Lake Charles, Louisiana overseeing 85 employees. My duty and responsibility was to conduct daily safety meetings within the company and the client, daily safety audits on employee behavior, permits, and company (JSA), daily equipment inspection, record keeping, first aid case management, attend and participate in client turnaround safety progress, monitor and conduct SCBA breathing air equipment inspection and proper function prior to job task, and incident reporting/investigation. ▪ Total Safety 2014. HSSE in Busan, Korea working as a third-party safety representative for Nobel and Shell at a shipyard reconstructing the Nobel Discoverer ship oil driller. Duties and responsibilities were to be part of the Shell and Nobel safety HSE team to contribute as a third-party safety representative in the daily work activities such as safety daily audits and inspections on hot work activities, confine space, permit and JSA audits, evacuation drills. Conducted safety meetings, record keeping, and daily inspection on equipment, tools, and safety equipment. ▪ KBR Kellogg Brown & Root 2012-2013. HSSE Site Safety Manager. Conducted safety audits and meetings, performed daily equipment and apparatus inspections, first aid case management and related record-keeping. 572 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 15 ▪ BP 2010-2012 HSSE Site Safety Turnaround Manager. Managed and oversaw safety field turnaround for several units. Conducted weekly mass safety meetings, daily audits, and inspections, reporting for near miss and first aid, and performed relevant recordkeeping. ▪ STARCON International, Inc. 2001-2010 HSE Safety Supervisor. Performed daily audits and inspections, permit training, oil rig basket training, SCBA training and fire watch training. Maintained company and refinery compliance and recordkeeping, supervising various units for turnaround work and implementing company site standards. Performed unit orientations for new hired team members for the turnaround, equipment inspection and purchasing, daily toolbox team safety meetings. Conducted daily permit and JHA audits for compliance, JHA training, recordkeeping, and conducted near miss and incident investigations. EDUCATION/CERTIFICATIONS ▪ San Jacinto College Central Campus Two Years, Courses Studied: • EPCT- Introduction to Environmental/Health • EPCT- Principals of Industrial Hygiene • OSHT- Safety Program Management • OSHT- Physical Hazards Control • OSHT- Accident Prevention, Inspection, and Investigation • OSHT- OSHA Regulation General Industry ▪ College of the Mainland (Conducting Safety Audits) ▪ OSHA 30 Hour Construction ▪ OSHA 500 ▪ OSHA 502 ▪ BASIC Arborist Training Certification ▪ Construction Site Safety Technician CSST Certification ▪ Construction Site Safety Technology CSST Certification ▪ Construction Site Field Safety CSST Certification ▪ Construction Site Safety Supervisor CSST Certification ▪ Industrial Toxicology Certification ▪ GHS and OSHA Hazardous Communications Certificate ▪ Introduction to Safety Accountability-OSHA Academy ▪ Emergency Action and Fire Prevention-OSHA Academy ▪ Conducting a Job Hazard Analysis (JHA)- OSHA Academy ▪ Personal Protective Equipment-OSHA Academy ▪ Introduction to Safety Recognition- OSHA Academy ▪ Introduction to OSHA-OSHA Academy ▪ Introduction to Hazard Control- OSHA Academy ▪ Electrical Safety for Employees- OSHA Academy ▪ Introduction to Safety Training- OSHA Academy ▪ Personal Protective Equipment- OSHA Academy ▪ Introduction to Safety Supervision- OSHA Academy ▪ Hazard Communication- OSHA Academy ▪ Effective Accident Investigation- OSHA Academy ▪ Introduction to Safety Leadership- OSHA Academy ▪ Walking-Working Surfaces and Fall Protection-OSHA Academy ▪ Introduction to Job Hazard Analysis- OSHA Academy ▪ Supervisor 201 Training-LEAD Leadership, Excellence, and Development-Houston Area Safety Council ▪ EM 385-1-1 8 Hour Awareness- US Army Core of Engineers ▪ First Aid-CPR-AED Certification 1377463 ▪ American Red Cross (CPR-Adult) ▪ AMERICAN Red Cross (Standard First Aid) ▪ TWIC Transportation Worker Identification Credential ▪ Houston Area Safety Council (Basic Plus) ▪ Baytown, TX Safety Council ▪ HAZWHOPER, OSHA 30 FR, OSHA 500, 573 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 16 Demetri Bassil, Equipment Director Mr. Demetri Bassil is responsible for overseeing Ceres’ $108 million equipment division, comprising of over 30 employees and over 2,019 pieces of equipment. Demetri’s responsibilities include maximizing the effectiveness of Ceres’ assets while providing leadership to the equipment division. He is responsible for supporting Ceres’ operations by optimizing the methods and materials required for each mission. PROFESSIONAL EXPERIENCE ▪ Ceres Environmental Services Inc. April 2024 – Present. Equipment Director. Oversees the equipment division with 30+ full-time employees; a fleet of 2,019 pieces of equipment and commercial trucks/trailers with an acquisition value approaching $110 million. ▪ Alleyton Resource (Summit Materials) 2015 – 2024. Vice President of Equipment. Alleyton Resource / Summit Materials (NYSE: SUM) is an integrated aggregate and ready -mix concrete company based in Denver Co. ▪ Chicago Bridge & Iron 2010 – 2015. Manager Batch Plant Operations / Superintendent 4. CB&I (NYSE: CBI) is the most complete energy infrastructure focused company in the world and a major provider of government services. Responsibilities included managing site preparation, erection of batch plant and facilities, fixed and mobile equipment maintenance, along with assisting in actual placement and civil actives. ▪ Lafarge Corporation 1991 – 2009. • Southeast Division 2008 – 2009. North Georgia Equipment and Maintenance Manager. Equipment and Maintenance Manager, responsibilities included: full accountability for divisional maintenance costs, leading a team of supervisors and support staff responsible for the maintenance and repair of 720 mobile units and 57 RM production sites from 2 maintenance facilities. • Southeast Region 2004 – 2008. General Manager Downtown Atlanta Market. The Downtown Atlanta Market was the largest market in the Division with 425K cubic yards produced, 2 permanent production facilities, 2 portable production facilities, $40M+ in expenses and 75 employees. As General Manager, responsibilities included: full cost accountability, quality, productivity, capital expenditures, environmental management, community relations, labor relations, and safety. • Southeast Region 2002 – 2008. Southeast Regional Director Transportation and Maintenance. The Transportation, Maintenance and Construction Department managed and maintained 1,440 mobile units (ready mix trucks, loaders, excavators, dozers, passenger vehicles, tractors, and trailers) and 90 production facilities. As Director of Transportation and Maintenance, responsibilities included: leading a team of 12 salaried and 85 hourly employees with fixed facilities and mobile crews, managed $34M in expenses, developed and implemented capital projects, continued to improve maintenance practices and safety. • Lafarge Corporate Business Performance Group 2000 – 2002. North America TMT Manager. Responsibilities included: development and implementation of the process to utilize the technology tool to reduce operating expenses and improve equipment utilization and life across the NA operations. • Louisiana Division 1991 – 2000. Equipment Manager/Divisional TMT Coordinator. The Lafarge Louisiana Ready-Mix Concrete Division is the largest producer in the New Orleans Metro Market. As Equipment Manager, responsibilities included: full cost responsibility for the divisional mobile maintenance department, leadership of 3 mobile maintenance facilities with 12 employees and 200 mobile units, along with full implementation of TMT, a maintenance information system. EDUCATION/CERTIFICATIONS • AEMP – CEM (Certified Equipment Manager) Certification • Strayer University • Southeastern Louisiana University • Delgado JR College • Southeastern Louisiana University ▪ 1988 Gretna Police Training Academy 574 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 17 Everett Bond, Project Superintendent Mr. Bond has managed projects since 2016 supervising and managing storm debris removal teams for major disaster recovery projects with Ceres. Mr. Bond’s responsibilities were maintaining contract schedules and detailed agreements, communicating with senior project management and lead superintendents to make sure any foreseen issues, opportunities and company change orders and conducted superior oversight of site and subcontractor performance. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024 – Current. Project Superintendent responsible for disaster debris removal, reduction and disposal in Gainesville, FL and Pasco County, FL. ▪ Mississippi Tornado 2023. Project Superintendent overseeing the cleanup of 32,500 cubic yards of tornado generated debris in Carroll County, MS. ▪ Hurricane Ian 2022. Project Superintendent overseeing debris management and removal in Longwood, FL. ▪ Hurricane Ida 2021. Quality Control Manager and Supervisor in New Orleans, LA for the clean-up of storm debris. Over 280,000 cubic yards of debris were hauled during this project. ▪ Hurricanes Laura and Delta – 2020. Quality Control Manager and Supervisor for Allen Parish, LA for the clean-up of over 550,000 cubic yards of storm debris. ▪ California Wildfires – Camp Fire, Butte County 2020 – 2021. Project Superintendent for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North-Central California in 2017. ▪ Deatrick Engineering Associates, Orlando, FL 2019 – 2020. Inspector responsible for performing various asphalt, earthwork, concrete, masonry, cement, and aggregate testing, both in the field and the laboratory. Ensure jobsite tests and inspections are performed as required or requested by a contractor, architect or engineer as well as being performed per AASHTO, ASTM, ACI, FDOT or other required methods and specifications while working closely with the Laboratory Manager in supervising lab technicians and lab testing. ▪ Camp Fire, Butte County 2019. Divisional Supervisor for the campfire project in Paradise, CA leading 45 individuals during wildfire debris cleanup effort. ▪ Hurricane Michael 2018. Senior Quality Control Manager and Supervisor in Georgia for the cleanup of debris in October of 2018. ▪ Hurricane Florence 2018. Senior Quality Control Manager and Supervisor for North and South Carolina, managing multiple city and county contracts for clean-up of storm and flood debris in September 2018. ▪ Kablelink 2016 – 2018. Cable Installation Technician installing entertainment, networking, and security systems and responding to repair calls while keeping customer satisfaction. ▪ Broadband Interactive 2001 – 2016. Disconnection Technician communicating with customers and companies to resolve and uninstall cables. EDUCATION ▪ Bachelor of Science in Sport and Fitness, University of Central Florida 2011 ▪ Associates of Art, Valencia Community College, 2008 CERTIFICATIONS ▪ OSHA 30 Construction ▪ OSHA 40 HAZWOPER ▪ Flagger ▪ Jones NCTI 575 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 18 Alonzo Clay, Project Superintendent Mr. Clay has worked for Ceres performing multiple aspects of emergency response in the past seven (7) years. He has served as project manager, superintendent, and quality control on projects including flooding, waterway debris removal, hurricanes, tornadoes, ice storms and fires. Mr. Clay is an experienced field manager with excellent communication skills who excels in coordinating and managing multiple crews, ordering materials, tracking costs, scheduling equipment and keeping good relations with clients. He is certified in Hazardous Waste Operations and Emergency Response (HAZWOPER) PROFESSIONAL EXPERIENCE Ceres Environmental Services September 2017 - Present • Hurricanes Helene and Milton 2024 – Current. Area Manager responsible for emergency debris removal, reduction and disposal in Franklin County, FL, Hillsborough County, FL and Temple Terrace, FL. • Atmospheric River Flood Event, July 2023 - March 2024. Project Manager responsible for all aspects of emergency debris removal in Merced County, CA. Debris streams included vegetation, C&D, hazardous waste, white goods, and waterway debris. This project was carried out in multiple stages and required flexibility to adapt to changing conditions, including managing the impact of an additional flood that occurred mid-project. Responsibilities included estimating the number of homes that were affected by the flood event, coordinating with County personnel on zoning and the impact of the event throughout the County, working with all involved entities on the breakdown of eligible FEMA debris streams, sourcing final disposal facilities to accept each debris stream, scheduling, coordinating, and dispatching resources, maintaining accurate data including weather delays, and ensuring all work was completed within the timeframe of maximum government funding. • Severe Windstorm, July 2023. Project Superintendent for removal of debris following a severe June windstorm in Harris County, TX. • March Tornados, April 2023 – July 2023 - Project Manager for removal and disposal of debris as a result of the March tornados.in Carroll County, MS. • Winter Storm Mara, February 2023 - Project Superintendent for removal and disposal of debris in Austin, TX. • Hurricane Ian, October 2022 – January 2023 – Project Superintendent for the Florida Department of Transportation debris removal in Manatee County, FL. • Bulk Waste Removal 2020 – September 2022. Project Superintendent providing bulk waste removal to the City of Atlanta, GA resulting from limited staff due to COVID -19. • Tornado 2020. DMS Site Manager for removal and disposal of tornado debris generated in the City of Chattanooga, TN. • Camp Fire Butte County, CA 2019. Division Supervisor for the CalRecycle cleanup project for hauling and disposal of debris in North-Central California in 2017. • Aldine Westfield Detention Basin 2019. Project Superintendent for the Aldine Westfield detention basin project in Houston, TX. • Hurricane Michael 2018. Sector Manager in Miller County, GA for the USACE project to clean-up of debris generated by Hurricane Michael in October of 2018. Responsibilities included scheduling assets for each area, coordinating with the monitoring firm, submitting operational plan s and daily dispatch reports, meeting with USACE to discuss project operations, and maintaining a safe and efficient working environment. • Hurricane Florence 2018. Quality Control for debris clean-up projects in North Carolina. • Hurricane Irma – Tampa, FL 2017 Project Superintendent overseeing debris clean-up, reduction and haul out. • Lott Farms February – August 2017. Operations Manager who oversaw and managed multiple jobs and tasks. Mr. Clay oversaw all shop and mechanic work, operated various pieces of equipment, created weekly schedules and tasked lead mechanic and lead foremen while maintaining a clean and safe workplace for all employees and the health of the animals. Mr. Clay also represented Lott Farms by attending meetings on behalf of the company. EDUCATION/CERTIFICATIONS • Mississippi Delta Community College • Northwest Community College • NFPA 70E Electrical Safety • HAZWOPER 576 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 19 Huey Deville, Project Manager, Quality Control Manager With more than 35 years of construction management and quality control experience, Mr. Deville is an experienced supervisor and field manager capable of concurrently supervising multiple crews and projects. He brings extensive expertise in flood control, having successfully managed levee repair and construction projects across Louisiana, Texas, Florida, North Dakota and Puerto Rico, including work for the U.S. Army Corps of Engineers (USACE). He is an experienced project estimator, manager, and surveyor with construction experience in commercial, residential and disaster recovery areas of specialty. He is responsible for project planning and execution; project equipment maintenance; crew supervision; project production; workmanship quality, safety, and reporting; and recordkeeping. Mr. Deville’s vast experience allows Ceres to apply his expertise in a variety of critical roles including disaster response and recovery mission management, demolition and construction project management. His broad experience, commitment to quality and safety, technical expertise, and natural leadership skills make Mr. Deville an asset to our Supervisory team. PROFESSIONAL EXPERIENCE ▪ Hurricane Helene 2024 – Current. Project Manager for emergency disaster debris removal for FDOT Division II, Taylor County, FL. ▪ New Mexico DOT Fire and Flood Recovery 2023. Project Superintendent for New Mexico Department of Transportation providing Hazardous Debris Removal and Remediation oversite. Over 18,000 Hazardous trees were removed, and 101,210 tons of debris was managed by Ceres. ▪ Oregon Wildfire Recovery 2021 – 2022. Quality Control for Oregon Department of Transportation providing Hazard Tree Removal Services for Operational Branch 1: Archie Creek Fire, Douglas County, Operational Branch 5: Thielson Fire, Douglas County and Operational Branch 6: Two Four Two Fire, Klamath County. 22,311 trees were removed. ▪ California Wildfires – Camp Fire, Butte County 2020. Quality Control for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North-Central California in 2017. ▪ Houston, TX 2019 – 2020. General Superintendent/Manager overseeing the construction of multiple detention/retention ponds. Responsible for coordinating and managing subs, ordering materials, tracking costs, scheduling equipment and keeping good relations with clients. ▪ Louisiana Civil Construction 2017 – 2019. General Superintendent/Manager overseeing multiple projects ranging from DOTD work installing median cable barriers, new streets, pedestrian bridges, street improvements, highway improvements, new building sites and parking lots for the cities within LA. ▪ Miami-Dade County, FL C-111 Detention Pond 2016 – 2017. General Superintendent/Manager responsible for coordinating and managing subs, ordering materials, tracking cost, scheduling equipment and keeping good relations with clients. ▪ Louisiana Levee Construction 2013 – 2016. General Superintendent for Terrebonne levee projects, overseeing five levee projects over $45 million – responsible for coordinating managing subs, ordering materials, tracking cost, scheduling equipment and quality control. ▪ Hurricane Isaac 2012. Area Manager for ROE and PPDR projects in St. Bernard Parish, LA. ▪ Mountrail County, ND April – October 2012. Project Manager for Palermo Road grading, aggregate surfacing, signing and incidentals. ▪ Minot, North Dakota Flood Recovery 2011. Project Superintendent/Manager: supervised Levee breach repair - responsible for coordinating with USACE, scheduling work, resourcing labor and equipment. ▪ Minot, North Dakota Flood Recovery 2011. Project Superintendent/Manager: supervised Emergency levee removal in Minot, Sawyer, and Burlington - responsible for lining sub-contractors up, made sure they complied. Finished job ahead of schedule. ▪ Alabama Tornadoes 2011. Quality Control for USACE ROE Debris Removal project in Lawrence and Limestone Counties, Alabama. ▪ Alabama Tornadoes 2011. Project Superintendent for Jefferson County, Alabama. Assisted with management of removal and reduction of over 1 million cubic yards of tornado debris. ▪ Birdland Park Levee Improvements. Surveyor, Des Moines Iowa, Survey site, built 3D tin surfaces for the Project, set up GPS equipment ▪ Little Calumet River Flood Prevention Project. Surveyor/Superintendent, Indiana, Survey site, set up GPS equipment, built 3D tin surfaces for project and supervised the construction of the concrete retaining wall 577 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 20 ▪ Puerto Rico Rio Fajardo Flood Control Project. Surveyor. Responsible for layouts, constructing jobs from data input, building 3D surface tins, designing a 60-acre Mitigation flood plain for Mangrove Trees, and Cross section with quantity reports. ▪ Nassau Drive Subdivision and Drainage Work. Supervised layout and grade control. ▪ Hurricane Katrina 2005 – 2007. Private Property Debris Removal project, New Orleans LA: Field Supervisor. Responsibilities included crew supervision, production and quality, scheduling and crew assignments, PPDR site inspections, enforcement of safety and quality standards, and documentation and record keeping. Levee reconstruction projects in Plaquemines Parish, LA: Site Superintendent. Responsible for crew supervision, compliance with project and USACE safety requirements, production quality, and equipment operations and maintenance, d aily reports and inspections, and oversight of survey teams. Emergency levee repair project, St. Bernard Parish, LA: Site Superintendent. Site Superintendent, Lafreniere Park Restoration project, Metairie, LA Site Superintendent, Caminada Restoration Project, Grand Isle LA. Restoration included proper capping of the entire site to meet local landfill requirements. Demolition Project, Hurricane Katrina response mission: Field Supervisor. Responsible for management of demolition crews, including subcontract crews, and conformance to strict company and USACE protocol specific to emergency demolition operations. EDUCATION/CERTIFICATIONS ▪ OSHA 10-hour safety training ▪ CPR First Aid Certified 578 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 21 Patricia Deville, Project Superintendent Ms. Deville has over 20 years of supervisory experience in the construction field including personnel and subcontractor management, agricultural recycling operations, debris management, yard waste processing, landfill restoration/cover, and new civil construction. Ms. Deville also has experience operating heavy equipment, logging, and grinding equipment. Her management duties as a Site Superintendent include supervision of material receipts, production and sales; maintenance scheduling; crew and production scheduling; production operations; cost control and reduction; and enforcement of site safety requirements. Her experience managing debris removal operations for Hurricanes Frances, Jeanne, Katrina, Ike, Gustav, the Ice Storm of 2009 in Kentucky and several Civil Construction Projects makes Ms. Deville an invaluable resource to Ceres in performance of contract and emergency debris removal operations and civil construction. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024 – Current. Project Superintendent responsible for emergency disaster debris removal, reduction and disposal in Sarasota County, FL. ▪ New Mexico DOT Fire and Flood Recovery 2023. Superintendent for New Mexico Department of Transportation providing Hazardous Debris Removal and Remediation oversite. Over 18,000 Hazardous trees were removed, and 101,210 tons of debris was managed by Ceres. ▪ Hurricane Laura 2020 – 2021. Project Manager in Cameron Parish, LA for the collection, reduction, and disposal of Hurricane Laura generated debris. Over 1,150,000 cubic yards of debris were removed. ▪ HCFCD Aldine-Westfield Stormwater Detention Basin 2019. Project Superintendent and QC for building substantial drainage systems and excavating a flood control basin in Harris County, TX. ▪ Hurricane Maria St. Croix, VI- 2018 – 2019. Project Superintendent for Debris Management Site segregating debris for proper recycling and removal. ▪ USACE - Central Everglades Reservoir Project 2017 – 2018. Project Superintendent and QC building reservoir levees in the Everglades of Florida. ▪ Hurricane Matthew 2016. Project Superintendent for Indian River County, FL for contract activation. Ceres removed nearly 100,000 CY of vegetative debris from the County rights -of-way. Worked with local officials and managed all debris removal and recycling of storm related debris. ▪ Morganza to the Gulf Levee System 2013 – 2017. Project Superintendent and QC for Levee’s Reach F, Reach E, and Supervised 5 Excavation Pits for 5 Levees total excavating roughly 4 million CY dirt between all projects. ▪ Hurricane Isaac 2012. Project Superintendent for the City of Kenner. Ceres removed almost 54,000 CY of vegetative and C&D debris, including bagged mixed debris, from the City rights -of- way in three weeks. ▪ Haiti Earthquake 2010 – 2012. Acting as Project Superintendent for Truitier Landfill Debris Site Management Project in Port-au-Prince, Haiti for the Haitian Ministry of Public Works. ▪ Ice Storms 2009. Debris Removal Project Superintendent - worked with local officials and managed subcontractors for the 2009 Ice Storm in Hardin County, KY. ▪ Hurricane Gustav 2008. Debris Removal Project Superintendent - worked with local officials and managed subcontractors in East Baton Rouge, LA. ▪ Hurricane Ike 2008. Debris Removal Project Superintendent - worked in coordination with the USACE for TXDOT Emergency Road Clearance in the City of Kemah and Chambers County, TX. ▪ Hurricane Katrina 2005 – 2007. Field Supervisor in coordination with the U.S. Army Corps of Engineers in Livingston and Jefferson Parish, LA. ▪ Hurricanes Frances and Jeanne 2004 – 2005. Field Supervisor for SWA debris removal in Palm Beach County, FL. ▪ Site Supervisor 2002 – 2006. Supervision of receipt of recyclable materials, heavy equipment operations, grinder operation, researching and allocating future revenues, soil testing and compliance with outside agencies, maintaining product quality and overseeing proper ratios of soil mix recipe’s, contaminant identification and segregation, and supervision of production and sales. Duties also included scheduling and completion of preventative maintenance for equipment; managing site personnel and scheduling work tasks; provision of weekly safety training for site personnel and enforcement of site safety requirements; and daily production reporting. ▪ Assistant Manager 1999 – 2002. Supervision of receipt of recyclable materials, contaminant identification and segregation, heavy equipment operator, scheduling and dispatching outgoing 579 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 22 mulch sales, inventory and ordering supplies, documentation of equipment maintenance, parts, fuel usage, and daily sales. Performed land-clearing operations including operation of CAT 330 and 320 excavators, D6 dozer, IT-38-wheel loader/grapple with root rake, and log skidder equipment. Responsible for operating various equipment to clear sites in preparation for dirt construc tion, reading blueprints and determining which trees were to be felled and burned, chipped, or logged based on contract and print requirements, assisted heavy hauler driver in loading and unloading various types of heavy equipment onto a low boy. Responsible for the operation and maintenance of a horizontal grinder at a grinding site. Maintained and operated equipment, managed quality of material receipts and identified/removed contaminants, managed production rates and finished product quality. CERTIFICATIONS/TRAINING ▪ Hazardous Materials Awareness (8-hour course) ▪ 40 Hour HAZWOPER Certification ▪ FEMA certified NIMS IS-100, IS-200, ICS 300, ICS 400, & IS-700 ▪ OSHA 10 ▪ CPR/First Aid ▪ Fire Prevention and Protection, Emergency Response ▪ Ceres Authorized Equipment Operator (all); Grinder Operator (horizontal and tub) ▪ ATTSA Traffic Control Supervisor – CA Specific ▪ ATTSA Traffic Control Technician – CA Specific 580 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 23 Chad Dorsey, Project Superintendent/Planning Chief Mr. Dorsey is a self-motivated, results-driven individual who seeks opportunities for growth and knowledge. He joined the Ceres team working in quality control and quickly worked his way to becoming a Project Superintendent/Planning Chief. Prior to working at Ceres, Mr. Dorsey was a reliable police officer for over 20 years which helped sharpen his leadership and communication skills. Mr. Dorsey demonstrates those skills daily and one of his roles included training others. Mr. Dorsey’s other responsibilities include, but are not limited to, preparing daily progress reports, creating and coordinating work schedules, communicating with current clients, ordering the appropriate tools and materials, and resolving any issues that may arise. Mr. Dorsey has managed disaster debris removal projects resulting from hurricanes, fires, ice storms, and tornadoes. Several of these projects included waterway debris removal in ecologically and environmentally sensitive areas. PROFESSIONAL EXPERIENCE • Hurricanes Helene and Milton, 2024 – Current. Project Superintendent responsible for emergency debris removal, reduction and disposal in Holmes Beach, FL. • NMDOT (Ceres was a subcontractor under Bering Straits) Hermits Peak/Calf Canyon Flood, Straight Line Wind and Wildfire Recovery. September 2022-November 2023. Project Superintendent/Planning Chief in San Miguel County and Mora County for hazard tree, flood, and fire debris removal. Over 90,000 tons of sediment and debris, 18,000 hazard trees and hazardous materials removed from private residences. A unique aspect of this project was the extensive debris removal of the acequias. These waterflow control irrigation ditches were filled with silt, bud, ash and debris following the wildfires and mud slides. Part of this project was the removal of debris from the acequias to control waterflow and prevent further flooding. The headgates, flumes and other features needed for waterflow had to be repaired and cleared for unobstructed waterflow in coordination with the New Mexico Interstate Stream Commission (NMISC). • Hurricane Ian 2022. Project Superintendent/Planning Chief in Cape Coral, FL for emergency waterway debris removal. Removed 741,000 CY of debris across 400+ miles of both freshwater and saltwater canals. The project involved land-based and waterway-based debris removal, utilizing excavators, skid steers with specialized grapples, barges with self -loading grapples, winches, and erosion control on access to the waterways. Ceres worked in coordination with the U.S. Army Corps of Engineers (USACE), The Natural Resources Conservation Service (NRCS) and the Florida Wildlife Protection Agency. Work was carefully planned and executed to ensure that protected wildlife (bald eagles, manatees, west indigo black snakes, dolphins, gopher tortoises, burrowing owl) and plant species mangroves, Sea grapes, sand oats, Florida royal palms), remained safe throughout the project. • Cedar Rapids, IA Derecho 2022. Project Superintendent/Planning Chief overseeing operations for collection, reduction, and disposal of vegetative debris in and around streams, creeks and drainage ditches in Cedar Rapids. Some waterways required skid steers equipped with grapple arms attached to cable to winch debris across ditches/waterways and up steep inclines. The project also utilized erosion control matting for ditch crossings and high impact areas. • Hurricane Ida 2021. Project Superintendent/Planning Chief for debris removal in Mandeville, LA. • Winter Storm Uri 2021. Project Superintendent/Planning Chief in Pearland, TX and Nacogdoches, TX for debris removal operations following an ice storm. • Oklahoma Ice Strom 2020. Project Superintendent in El Reno, OK for the collection, reduction, and disposal of ice storm generated debris. • Hurricanes Laura and Delta 2020. Project Superintendent/Planning Chief in Allen Parish, LA and St. Martins Parish, LA following Hurricanes Laura and Delta. • Hurricane Hanna 2020. Truck boss in Edinburgh TX following a hurricane. • Laurel, Mississippi 2020. Truck boss following a tornado. • Hamilton County, TN Tornado 2020. Truck boss following a Tennessee tornado in 2020. • Bahamas September 2019-2020. Project Superintendent for debris removal following Hurricane Dorian. • Hurricane Michael 2019. Started work in quality control and was later promoted to truck boss. • Law Enforcement 1998 – 2018. Maintained a clear understanding of and enforce the laws of the State of Georgia. Responsibilities and skills included c onflict resolution/de-escalation, courtroom testimony, investigations, emergency vehicles operations and control. 581 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 24 EDUCATION/CERTIFICATIONS • Certified Police Officer, Investigations, Interviews and, Supervision, Georgia Public Safety Training Center • OSHA 30 and HAZWOPER certified • Class A CDL 582 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 25 Domenick Fazio, Project Superintendent Mr. Domenick Fazio has over 10 years of direct disaster response and management experience. Since 2013, he has been actively involved in responding to major storm and disaster events across the United States, including in Georgia, Texas, Florida, Vermont, and the U.S. Virgin Islands. In his role as Project Superintendent for Ceres, Mr. Fazio oversees and coordinates storm debris removal and disposal crews for large-scale recovery projects. His responsibilities include maintaining contract schedules, dispatching subcontractors, enforcing safety protocols on-site, and serving as a key liaison between clients and monitoring agencies. Mr. Fazio was part of the Ceres’ team on several USACE projects. PROFESSIONAL EXPERIENCE Ceres Environmental Services, Inc. 2016 - Current ▪ Hurricane Helene 2024. Superintendent for Augusta-Richmond, GA, responsible for emergency debris removal, reduction, and disposal. ▪ Texas Tornado 2024. Project Superintendent for the debris collection and disposal for Morgan’s Point Resort following a tornado. ▪ Winter Storm Mara 2023. Project Superintendent for debris removal and disposal in Williamson County, TX following Winter Storm Mara. ▪ Hurricane Ian – Vacant Lot Removal 2023. Project Superintendent for debris removal and disposal in Cape Coral, FL. Specifically oversaw the private property debris removal from vacant lots from October 2023 to April 2024. ▪ Great Vermont Flood 2023. Project Superintendent in the State of Vermont for the collection, reduction, and disposal of flood debris. ▪ Hurricane Ian 2022. Project Superintendent on multiple Florida projects following Hurricane Ian. ▪ Hurricane Ida 2021. Project Superintendent on multiple Louisiana projects following Hurricane Ida. ▪ Hurricane Michael 2018. DMS superintendent for the USACE contract following Hurricane Michael. Managed multiple debris management sites for grinding. ▪ Hurricanes Irma and Maria 2017. Project Superintendent for all 3 main islands in the US Virgin Islands following Hurricanes Irma and Maria. Under this USACE contract, over 1,000,000 CY of storm debris were managed b Ceres. ▪ Hurricane Matthew 2016. Project Superintendent for Beaufort County, SC following Hurricane Matthew. Over 1.6 Million CY of debris was removed, hauled, reduced, and disposed of. D&J Wholesale 2013 - 2015 Owned and operated a grinding company. Performed debris reduction for regular and emergency work. Mountain Mulch 2009 - 2013 Worked as a grinder for Mountain Mulch. Daily activities included machine set up, machines feeding (woody materials), monitored operations, maintained and repaired equipment, and managed the grinder output. 583 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 26 Bryan S. Fike, National Client Services Manager Mr. Fike possesses more than 30 years of disaster response, recovery, incident command, and command center operations experience, including as a first responder during Hurricane Andrew’s devastating impact on South Florida in 1992. His life of public service began as a firefighter in 1984 and was followed by a career in law enforcement from which he retired in 2004. Over the past 19 years, Mr. Fike has managed recovery efforts for many of the largest and most destructive events to ever impact the United Sta tes, by coordinating and overseeing large scale disaster debris removal/recovery operations, supervising debris monitoring programs, and spearheading specialized debris programs, as well as short - and long-term recovery programs for impacted communities across the country. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024. Providing senior oversight/administration coordinating with clients for disaster debris removal projects in Florida jurisdictions following Hurricanes Helene and Milton. ▪ Hurricane Debby 2024. Provided senior oversight/administration and coordinated with clients for debris removal projects in Florida and Georgia following Hurricane Debby. ▪ Hurricane Beryl 2024. Provided senior oversight/administration and coordinated with clients for debris removal projects in Texas following Hurricane Beryl. ▪ Hurricane Idalia 2023. Provided senior oversight/administration over debris removal in Florida and Georgia following Hurricane Idalia. Over 1,800,000 cubic yards of debris were removed. ▪ Hurricane Ian 2022. Provided senior oversight/administration over multiple jurisdiction debris removal and disaster recovery activations in Southwest and South-Central Florida. ▪ Hurricane Sally 2020. Provided senior oversight/administration over disaster recovery programs in Northwest Florida and Southeast Alabama ▪ Hurricanes Irma, Harvey, Maria 2017-2018. Served in client services/senior operations oversight role, taking part in every facet of these historic response and recovery programs, which spanned multiple states, and the Caribbean Islands. ▪ Hurricanes Matthew and Hermine 2016-2017 - Managed multiple jurisdiction debris removal contract activations on the eastern and western coasts of Florida. ▪ South Carolina Ice Storms 2014 - Debris removal program leadership and guidance provided. ▪ Hurricane Isaac 2012 – Provided senior project management and leadership in jurisdictions in and around New Orleans and the Louisiana Gulf Coast ▪ Winter Storm Alfred 2011 – Provided management and leadership on a 22 City debris removal activation throughout the State of Connecticut ▪ Hurricane Irene 2011 - Provided management and leadership on a multi-jurisdictional debris removal activation throughout the States of Virginia and North Carolina ▪ Gulf Coast BP Oil Spill Recovery Programs 2010 – Program leadership and development. ▪ State of Arkansas 2010 – Senior debris removal/recovery management and leadership following historic ice event statewide. ▪ Washington Floods, 2009. Program Management. Designed one of a kind local resident disposal program. ▪ Oklahoma Ice Storms 2008 – Led debris removal recovery programs as operational lead in east central Oklahoma. ▪ Georgia Tornado 2008 – Provided debris removal and leadership in Macon, GA ▪ Iowa Flooding 2008 – Provided debris removal management in the wake of this historic event. 4,000 homes/3,000 businesses destroyed. ▪ Hurricane Ike 2008-2009. Houston- Galveston Theatre of Operations – Provided senior leadership and client services to 37 Cities & Counties in the wake of this historic hurricane. ▪ Hurricane Gustav 2008 – Led disaster debris recovery mission in southeast Louisiana in the wake of this large-scale event. ▪ Missouri/Oklahoma Ice Storms 2007 – Managed debris programs in Springfield, MO/Tulsa, Muskogee, and Checotah, OK. ▪ Hurricane Katrina 2005/2006 – Served as senior project manager for debris removal operations on the Mississippi gulf coast for more than a year in the wake of this catastrophic event. ▪ Hurricane Wilma 2005 – Served as debris recovery operations lead in Southwest Florida ▪ Hurricanes Charley, Frances, Ivan, Jean 2004 – Served in a variety of roles from entry level to operations lead throughout this year of unprecedented storm activity. 584 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 27 EDUCATION/CERTIFICATIONS ▪ Bachelor of Science – Political Science, University of North Florida 1990 ▪ State of Florida Certified – Law Enforcement Officer / Firefighter / EMT ▪ State of Florida, Incident Command Center Operations and Communication ▪ IS630 - Introduction to the Public Assistance Process ▪ IS631 - Public Assistance I & II ▪ IS632 - Debris Operations in FEMA’s PA Program ▪ IS393 - Introduction to Hazard Mitigation ▪ IS547 - Continuity of Operations ▪ IS325 - Earthquake Basics: Science, Risk, and Mitigation ▪ IS0253 - Environment & Historic Preservation ▪ IS0022 - Citizen Preparedness ▪ NIMS IS-700 - National Incident Management System ▪ NIMS IS-800 - National Response Framework ▪ Asbestos Disposal Training: Type 1, 2, 3 AWARDED MEDALS FOR: ▪ Meritorious Service ▪ Lifesaving on two occasions ▪ Outstanding Scholastic Achievement in the Police Academy 585 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 28 John Gallicchio, Project Superintendent Mr. Gallicchio has twenty-six years of experience as a Project Superintendent with Ceres Environmental Services, Inc., overseeing and managing disaster recovery, demolition, and construction projects. Mr. Gallicchio’s professional work ranged from management oversight and coordinating projects to communicating with the U.S. Army Corps of Engineers. PROFESSIONAL EXPERIENCE ▪ Hurricane Milton 2024 – Current. Project Superintendent responsible for emergency debris removal, reduction, and disposal in The Cities of Daytona Beach and Port Orange, FL. ▪ Hurricane Ian 2023. Project Superintendent responsible for overseeing the clearing of vegetative debris generated from 2022 Hurricane Ian on vacant lots in Cape Coral, FL. ▪ Oregon Wildfire Response 2021-2022 Oversight of multiple Debris Management Sites in remote locations, managing traffic control and segregation of debris. ▪ Hurricane Sally 2020. Project Superintendent for Ceres response in Santa Rosa County, FL. 595,746 cubic yards of debris were removed. ▪ Hurricanes Michael and Florence 2018 – 2019. Provided management oversight for 13 individual contract activations in jurisdictions across North Carolina, South Carolina, Florida, and Georgia ▪ Hurricanes Irma and Harvey 2017. Provided management oversight for disaster recovery projects in Florida and Texas. ▪ Southeast Tornadoes 2017. Project Superintendent for disaster recovery projects in Georgia and Louisiana following early tornadoes. ▪ Louisiana Levee Construction 2013 – 2016. Project Superintendent for Terrebonne levee projects. ▪ Moore, OK Tornado 2013. Senior Project Superintendent responding to the City of Moore, Oklahoma following an EF5 tornado. ▪ Hurricane Sandy 2012 – 2013. Project Superintendent for Ceres response in Point Pleasant Beach, NJ. ▪ Hurricane Isaac 2012. Project Superintendent for five separate contracts in response to Hurricane Isaac. ▪ North Dakota Flooding 2011. Operator for emergency levee removal and repair projects after historic flooding in spring of 2011 near Minot, North Dakota. ▪ Hurricane Ike 2008. Project Superintendent debris removal in Texas and Louisiana. ▪ Hurricane Gustav 2008. Project Superintendent for the debris removal and disposal and trimming and removal of hazardous trees in Louisiana. ▪ Hurricane Katrina 2005 – 2007. Project Manager/Operator for the cleanup and Restoration of Lafreniere Park damaged by hurricane and storm surge in Grand Isle, Louisiana and demolition of approximately 50 damaged homes in Metairie, Louisiana. ▪ Hurricane Katrina 2005 – 2006. Project Manager for debris removal in the City of Biloxi, MS. ▪ U.S. Army Corps of Engineers; Louisiana 2005 – 2007. Superintendent Oversight of crews operating directly with Parish presidents, FEMA personnel and Representatives with USACE ▪ Hurricane Jeanne and Frances 2004. Superintendent overseeing the debris removal and disposal in Palm Beach, FL. ▪ Fort Knox Building Demolition. Superintendent involved in the demolition of a variety of buildings. ▪ Hurricane Isabel 2003. Project Superintendent for the debris removal and disposal in Virginia. ▪ Hurricane Floyd 1999. Project Superintendent for debris removal in North Carolina. ▪ Oklahoma City Tornadoes 1999. Project Superintendent providing debris management ▪ Hurricane Fran 1996. Project Superintendent for USACE EDUCATION/CERTIFICATIONS ▪ First Responder ▪ First Aid CPR, AED, BLS ▪ ACLS Medical (Advanced Cardiovascular Life Support) ▪ Certified heavy equipment operator/Instructor 20+ years ▪ Certified Flagger 10+ years ▪ OSHA 40 HAZWOPER ▪ USACE Construction Quality Management for Construction ▪ Rigger Level 1 586 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 29 Millie Gonzalez, Finance Chief Millie Gonzalez has been the lead project accountant on multiple disaster recovery projects. She participated in the accounting for large-scale projects including the USACE Blue Roof Mission in Puerto Rico, USACE Wildfire Debris Removal Mission in Northern California, USACE Southwest Georgia contract and CalRecycle Camp Fire contract. Ms. Gonzalez is experienced in accounting systems and possesses exceptional knowledge of accounting procedures, regulations, and source documents. This includes expenditure, revenue, general ledger and related accounting procedures , the interrelationship of internal and external recordkeeping systems, general bookkeeping, accounting and audit methodology, terminology, and standards. PROFESSIONAL EXPERIENCE ▪ Ceres Environmental Services, Inc., Senior Project Accountant November 2017 – Present ▪ Supervises and manages all accounting and financial activities relating to the development, implementation, reporting and close out of contracts projects. ▪ Submits invoices to Project Manager on the project specific date for approval. ▪ Provides high level of support to the Company Vice President and the Director of Accounting, along with other division managers. ▪ Ensures timely payment to subcontractors after approval is received and all paperwork has been submitted. ▪ Ensures all monthly project invoices are prepared and provided to the Accounts Receivable department on a timely basis. ▪ Ensures all financial activities and requirements relating to project close-outs are carried out in a timely manner. ▪ Provides any supplemental reports/documentation as may be required by Owner. ▪ Plaquemines Parish Government – Belle Chasse, LA Senior Accountant July 2013 – September 2017. ▪ Coordinated and processed information to ensure completion of assigned projects or duties within specified timelines; monitors compliance with laws, rules and regulations related to area of assignment and related fiscal activities. ▪ Prepared, maintained, and/or verified a variety of complex and comprehensive accounting, financial, and statistical records, ledgers, logs, and files. ▪ Prepared a variety of comprehensive financial, accounting, and statistical statements, analyses, documents, and reports; assists other staff in the preparation of reports and recommendations including gathering, organizing, and analyzing data. ▪ Utilized various computer programs and applications; enters and maintains data; generates reports from a database or in-house system; creates spreadsheets and generates reports using spreadsheet software. ▪ Answered questions and provided information and assistance to other staff and the public in a courteous manner; interpreted and explained City ordinance or administrative policies. ▪ Trained employees in their areas of work including proper methods, procedures, and techniques; verified the work of assigned employees for accuracy. ▪ Riverside County Regional Park and Open-Space District- Riverside, California, Senior Accounting Assistant November 2011 – April 2013 ▪ Accounts Payable ▪ Established new department record for volume of vouchers processed for payment within two months of being given the task. ▪ Created purchase orders using PeopleSoft Financials 8.8. ▪ Received, sorted, analyzed, and prioritized a variety of invoices and billings from vendors, contractors, and consultants. ▪ Worked closely with field staff, supervisors, and managers to obtain required purchase approvals and documentation. ▪ Created payment vouchers using PeopleSoft Financials 8.8, assembled accounts payable documents for review and approval. 587 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 30 ▪ Reconciled monthly vendor statements, followed up on past -due items, and resolved billing discrepancies. ▪ Payroll ▪ Wrote step-by-step procedure manual for entire payroll process. ▪ Collected, reviewed, and processed timesheets for approximately 250 employees. ▪ Entered detailed time and labor data using PeopleSoft HRMS Financials 9.0. ▪ Created reports for payroll using Dazel Reports. ▪ Designed formats for reporting and retaining data and physical files. ▪ Trained other professional accounting staff on the payroll process. ▪ Knowledge of payroll practices and procedures including FLSA (Fair Labor Standard Act) requirements using PeopleSoft HRMS Financials 9.0. ▪ Macro Mix, Inc. – Hormigueros, Puerto Rico, Business Manager January 2000 - April 2010 ▪ Compiled, monitored, and researched data for reports and budget projections. ▪ Anticipated, identified, and resolved problems in accounting operations. ▪ Assisted other staff in solving difficult and unusual problems relating to payroll, accounts receivable, and accounts payable. ▪ Answered questions that involve searching for and abstracting technical data to explain laws, policies, and procedures. ▪ Performed a variety of complex accounting duties requiring interpretation of multiple guidelines, policies, or procedures. ▪ Act as technical lead and full supervisor for a small number of lower - level Accounting Assistants or clerical support staff. EDUCATION/CERTIFICATIONS ▪ MBA, University of Phoenix – Murrieta, California, August 2012 ▪ MBA, Finance- University of Puerto Rico – Mayaguez Campus, May 1987 ▪ BSBA, Industrial Management University of Puerto Rico- Mayaguez Campus May 1984 ▪ Low Value Purchase Order Certificate Program ▪ The Price of Government: Budgeting for Outcomes ▪ How to Master Success in your Personal and Professional Life ▪ Crucial Conversations ▪ Myers-Briggs Temperament Indicator Assessment ▪ Strong Interest Inventory Assessment ▪ Strength Finder 2.0 Training ▪ Simpler 3.0 Training for Queries ▪ FEMA-ICS 100 Training ▪ FEMA-ICS 200 Training ▪ Community Emergency Response Team Basic Training AWARDS ▪ Employee of the Month – Riverside County Park & Open-Space District, Riverside, California November 2012 ▪ Certified PeopleSoft HRMS 9.0 query writer February 2013 588 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 31 Rick Good, Project Manager Mr. Good has more than 20 years of experience in management and operations coordination. He has full knowledge of State and Federal Environmental codes and regulations and has overseen operational aspects of disaster response projects. In past positions, h e has provided clients with consulting and management services regarding hazardous and non -hazardous waste. Mr. Good has also coordinated provisions for clients, including both services and subcontractors after an emergency event. PROFESSIONAL EXPERIENCE ▪ Hurricane Helene 2024 – Current. Project Manager responsible for emergency debris removal, reduction and disposal in Columbia County, Fl. ▪ Hurricane Idalia 2023. Project Superintendent in Columbia County, FL and Perry, FL for debris removal following Hurricane Idalia. Over 68,000 cubic yards of debris were removed. ▪ Hurricane Ian 2022. Project Superintendent for the removal of over 100,000 cubic yards of debris in Sarasota, FL following Hurricane Ian. ▪ Hurricane Ida 2021. Project Manager for debris removal in Kenner, LA. 239,906 cubic yards of debris were removed. ▪ Oklahoma Ice Storm 2020. Senior Project Manager in Oklahoma City, El Reno, and Piedmont for collection, reduction, and disposal of ice storm generated debris. Over 140,000 cubic yards of debris were removed. ▪ Hurricanes Laura and Delta 2020. Senior Project Manager in Scott, LA and Houston, TX for hurricane debris removal and disposal. ▪ Tornado: El Reno, OK 2019. Project Manager with one Ceres’ self-loading truck debris removal and disposal. Just under 100,000 cubic yards of debris were removed. ▪ Hurricane: Michael – USACE Southwest GA 2018. Operations Planner assisting in the debris removal cleanup after Hurricane Michael in the southwest Georgia area. ▪ Hurricane: Florence (NC Dept of Ag) 2018. Project planning and management for confidential project for supply of carbon material to facilitate composting. Role included responsibility for meeting with agricultural department officials and state senators, official planning, managing acquisition of carbon source material, transportation, and logistics in southeastern NC. ▪ Hurricane: Irma, (Miami, South Florida.) 2017. Area Manager for South Florida until Puerto Rico deployment; role entailed planning, acquisition, set-up, management, and supervision of multiple DMS sites, coordinating with multiple municipalities, planning, coordinating assets and resources ▪ Hurricane: Maria (Puerto Rico) 2017. Blue Roof Operations Planner; GM Ceres Caribe; Role included planning and coordinating with both USACE senior and field management multiple times per day on operations as well as safety and environmental compliance. ▪ Hurricane: Matthew, Savannah, GA 2016. Project Manager, role included meeting with Head of Sanitation/DPW disposal facility/landfill management, coordinating and planning collection operations and personnel, third-party haul out planning and coordination, coordination with sub- contractors for curbside pickup, haul, DMS coordination vis a vis the grinding function, All aspects lease negotiation, curbside pickup, processing, final disposal. Negotiations with city for use of a subset of its landfill for our DMS. Material was staged and processed at the landfill. Secured secondary DMS in town via planning and negotiating with US Army Reserves for use of its property, led all communications, planning between Ceres and the municipal command office in downtown Savannah. ▪ Flood: City of Denham Springs, LA 2016; Start-up PM; role included the planning and coordination with city and subcontractors of all curbside collection, transport via direct haul to final disposal landfill. No reduction of waste prior to disposal at Waste Management landfill. ▪ Rubicon Global, LLC. Atlanta, GA. 2015 - 2016, Regional subcontractor relationship manager responsible for prospecting, bidding, planning, contracting and managing services provided to client base. Direct management of approx. 7,000 haulers servicing over 16,000 customers. ▪ ECO Systems, Inc. Atlanta, GA 2012 – 2015.Professional Consultant, International and domestic environmental consulting in the field of hazardous and non-hazardous waste management, as well as Emergency Management Services in Disaster Response. Both of these service areas include program development/design/planning, training and overall project management. Service areas included the Continental US, Venezuela, Dominican Republic, Mexico and the island of Guam. 589 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 32 ▪ Asplundh Environmental Services, Inc. Atlanta, GA 2003 – 2012. Senior manager responsible for overall project management for all emergency response efforts supplied by the company to state, federal, municipal and private sector clients. These services include but are not limited to logistical and infrastructure suppor t for remediation, transportation, disposal and recovery. These project missions, focusing primarily on disaster response generated revenues of $100+ million per year. EDUCATION/CERTIFICATIONS ▪ Bilingual in English and Spanish 590 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 33 Michael Hansen, Resources Manager Mr. Hansen brings over 25 years of resources management to Ceres. Mr. Hansen has been instrumental in debris and construction projects, providing support in operations, logistics, safety, heavy equipment, ground equipment and purchasing. In addition to logistics and resources management to emergency response projects, he oversees the day-to-day management and maintenance of office equipment, safety equipment, mechanical equipment, heavy equipment, electronic equipment, and fleet vehicles. PROFESSIONAL EXPERIENCE ▪ Hurricanes Beryl, Debby, Helene and Milton 2024. Operations and Logistics Manager for shipping supplies and equipment for debris removal in Texas, Florida and Georgia following the 2024 Hurricanes. ▪ Hurricane Idalia 2023. Operations and Logistics Manager for shipping supplies and equipment for debris removal in Florida and Georgia following Hurricane Idalia. Over 1,800,000 cubic yards of debris were removed. ▪ Hurricanes Ian and Nicole 2022. Operations and Logistics Manager for shipping supplies and equipment over 20 Florida jurisdictions. ▪ Hurricane Ida 2021 Operations and Logistics Manager for shipping supplies and equipment to 14 Louisiana jurisdictions. ▪ Bahamas 2020. Operations and Logistics Manager for shipping supplies and equipment for debris removal from public and private property. ▪ California Wildfires and Camp Fire, Butte County 2018-2019, Operations and Logistics Manager for CalRecycle clean-up project for hauling and disposal of debris generated by the Camp Fire in 2018 and the USACE Northern California Wildfires project in 2017. ▪ Hurricanes Michael and Florence 2018 – 2019, Operations and Logistics Manager for shipping supplies and equipment for disaster recovery in over 13 Georgia Counties, North and South Carolina and Florida. ▪ Hurricane Harvey, Irma, and Maria 2017. Operations and Logistics Manager for shipping supplies and equipment for three project recovery projects. ▪ Sink Hole, Land O Lakes, FL 2017, Operations and Logistics Manager for shipping supplies and equipment for Pasco County. 150,734 cubic yards of debris were removed. ▪ Hurricanes Hermine and Matthew 2016. Operations and Logistics Manager for shipping supplies and equipment. ▪ Livingston Parish Waterway Cleanup 2015, Operations and Logistics Manager for response during the removal of vegetative, C&D and white goods debris removal in Louisiana. ▪ Hurricane Sandy, Isaac; Winter Storm Pax and Alfred 2011 — 2014, Operations and Logistics Manager for shipping supplies and equipment for major disaster recovery projects. ▪ North Dakota Flood Recovery 2011, Operations and Logistics Manager for shipping supplies and equipment for three flood recovery projects. ▪ Hurricane Irene 2011, Operations and Logistics Manager for shipping supplies and equipment for two hurricane recovery projects. ▪ Alabama and Mississippi Tornadoes April 2011, Operations and Logistics Manager for shipping supplies and equipment to and between four projects. ▪ New Zealand Earthquake 2011 – 2012, Logistics Manager in charge f or shipping supplies and equipment for operations in New Zealand. ▪ Haiti Earthquake 2010 - 2013, Logistics Manager in charge of shipping supplies and equipment for operations in Haiti. ▪ Ice Storm 2009, Operations and Logistics Management and support for debris removal and disposal from county rights-of-ways in Kentucky ▪ Hurricane Ike 2008, Operations and Resources Management for debris removal and disposal for 11 different locations; Logistics management of positioning, establishing and set up of field offices in Texas ▪ Hurricane Gustav 2008, Resources and Operations Management for debris removal and disposal in Louisiana; Positioned, located, and set up of field offices including maintenance ▪ Hurricane Dolly 2008, Operations, Logistics, and Resources Management and support providing critical resources such as equipment, personnel, office equipment, and networks to debris removal and disposal in Texas 591 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 34 ▪ Iowa Flood 2008, Project Administrative and Operations support for debris removal due to Cedar River flooding in Iowa ▪ Flood Control, Rio Puerto Nuevo, Rio Fajardo 2007, Operations, Logistics and Resources management to Floodway Control project in Puerto Rico including shipping and receiving equipment ▪ Ice Storm 2007, Operations and Resources Management to debris removal in response to Winter Ice Storm in Oklahoma ▪ Hurricane Katrina 2005, Operations and Logistics Management support to debris removal, processing, and disposal operations of over 13 million cubic yards of storm debris in Louisiana ▪ U.S. Coast Guard, Auxiliary Service Engineer, EMT, Fuel/Oil & Water Engineer, and Machinery Technician. Responsibility of mechanical engineer on station and watercraft providing oversight to engines, boilers, generators, propulsion units, HVAC units, watercraft and aircraft refueling EDUCATION/CERTIFICATIONS ▪ Forestry, Biology, and Business Management, Northland College, Wisconsin. ▪ FEMA certified ICS-100, ICS-200, IS-300, IS-400, IS-700 ▪ USACE CQM certified ▪ OSHA 10 Hour Construction Safety & Health ▪ First Aid/CPR certified 592 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 35 Randy Hardy, Quality Control Manager Mr. Hardy is a resourceful Civil Engineer, Certified Traffic Control Manager, ATSSA -ODOT Traffic Control Flagger Instructor, USACE Construction Quality Manager, EPA Certified Lead/Asbestos Abatement Supervisor with approximately 40 years of CQC Heavy Civil Construction and Disaster Project Management in addition to extensive CQC Planning experience. He has expertise in guiding a wide range of Heavy Civil Project Operations, including Roads/Bridges Construction/Reconstruction, Drainage, Erosion Control, Laboratory Material Testing, CQC Material Sampling, CQC Field Inspection Management and Traffic Control Plans/Management. Mr. Hardy is proficient in construction project layout, concrete/asphalt roadway operations, concrete construction management, elevation m anagement, and electronic milestone tracking and filing systems/document control. He has a proven record of establishing productive relations with jurisdiction owners, engineering management, subcontractors, and regulatory officials, to drive a strong team with multiple trades. He maintains a professional acquaintance towards CSLB with Classifications in reference to Class A General Engineering, C-31 Traffic Control, California Business & Law, and Hazardous Substance Removal in respect to several licenses. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton, 2024 – Current. Providing quality control management for Ceres’ responses for 53 activations in 48 jurisdictions in Florida and Georgia. ▪ Florida Hurricane Idalia _ County Debris Clean-Up Project October 2023 – November 2023. Quality Control Manager for work provided on the 1.7 million Disaster Debris Response in 3 Florida Counties to include hurricane generated vegetative debris collection, transportation and disposal services and hazard (leaner and hanger) tree removal and tr imming. Ensured quality control personnel and subcontractors met the required qualifications of the project contract. Trained all Ceres Area, Sector and QC management and operations personnel, subcontractors in the debris mission operational, documentation and eligibility requirements. Provided FDOT - ATSSA Traffic Control Flagger training in a classroom setting to Ceres flaggers, operations personnel and sub - contractor operation crews. ▪ Ceres Caribe _ Luma Vegetation Clearing Service Contract June 2022 – July 2023. Provided continuous support on purchasing project equipment and traffic control devices. Maintained equipment inventory on project assets Generated Traffic Control Plans on various logistic locations due to roadway orientation. ATSSA Traffic Control Flagger Training for all Ceres and Subcontractor personnel. ▪ New Mexico Department of Transportation Soil Debris and Hazard Tree Removal (Ceres was a subcontractor under Bering Straits) May 2022 – July 2023. NM Department of Transportation Hazard Tree Removal and Soil Disposal Project for Mora County and San Miguel County. Removed 22,318 hazard trees using conventional logging and specialized tree removal methods to include Heli-logging, low ground pressure and low impact mechanical and hand techniques in culturally ecological sensitive riparian and wetland environme nts along New Mexico Highway Corridors. Coordinated the processing of merchantable timber and slash in USFS, BLM, OR Department of Parks and private properties. Generated traffic control plans and ATSSA traffic control flagger training for all Ceres and Subcontractor personnel. Daily Management of QC inspection and addressing Quality Control Plan (QC Plan) issues. ▪ Florida Hurricane Ian _ County Debris Clean-Up Project October 2022 – March 2023. Quality Control Manager for work provided on the 2.3 million Disaster Debris Response in 7 Florida Counties to include hurricane generated vegetative debris collection, transportation and disposal services and hazard (leaner and hanger) tree removal and tr imming. Ensured quality control personnel and subcontractors met the required qualifications of the project contract. Trained all Ceres Area, Sector and QC management and operations personnel, subcontractors in the debris mission operational, documentation and eligibility requirements. Provided FDOT - ATSSA traffic control flagger training in a classroom setting to Ceres flaggers, operations personnel and sub - contractor operation crews. ▪ Oregon _ Wildfire Recovery 2021 – 2022. Quality Control Manager (CQCM) for Oregon Department of Transportation Hazard Tree Removal and Disposal Project for Archie Creek, Thielsen Fire, Two Four Two and South Obenchain Fires. Removed 22,318 hazard trees using conventional logging and specialized tree removal methods to include Heli-logging, low ground pressure and low impact mechanical and hand techniques in culturally and ecological sensitive riparian and wetland environments along ODOT Hwy Corridors. Pro cessed merchantable timber 593 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 36 and slash in USFS, BLM, OR Department of Parks and private properties. Generated traffic control plans and ATSSA traffic control flagger training for all Ceres and Subcontractor personnel. Daily Management of QC inspection and addressing Quality Control Plan (QC Plan) issues. ▪ California Wildfires – Camp Fire, Butte County 2020 – 2021. Contractor Quality Control Manager (CQCM) for the Cal Recycle Hazardous Tree Removal and Disposal Project resulting from the Camp Fire in California in 2017. Removed 59,000 hazard trees along 2,500 rights -of-way (ROW) and rights of entry (ROE) properties to include steep slope terrain operations and sensitive areas. Monitored the multidisciplinary execution to ensure that biological and archaeological resources were protected. Extensive cultural and environmental resources in Concow and Honey Run required intensive coordination and specialized operations. Generated traffic control plans and ATSSA traffic control flagger training for all Ceres and Subcontractor personnel. ▪ Kuykendahl, Glen Forest and Aldine Westfield Detention Basin 2015 – 2019. Contractor Quality Control Manager (CQCM) managing QC inspection in reference to complex features conflicting with engineering designs, for Kuykendahl, Glen Forest and Aldine Westfield stormwater detention basins in Houston, TX. Performing submittals and permitting in support to the $39 million Kuykendahl Detention Basin Project incorporated 4500 CY Concrete, 3.6 million CY Soil Excavation, 5060 Lin Ft Concrete Pipe and 100 Acres Tree Removal. The $25 million Glen Forest Project entailed 2500 CY Concrete, 2.2 million CY Soil Excavation, 2400 Lin Ft Concrete Pipe and 130 Acres Tree Removal. The $7.1 million Aldine Westfield Detention Basin utilized 1850 CY Concrete, 700,000 CY Soil Excavation, 10,000 Lin Ft Concrete Pipe, and 38 Acres Tree Removal. In addition to maintaining monthly pay request, performing daily management of QC inspection, CQC construction material submitting/environmental permitting, generating traffic control plans, ATSSA traffic control flagger training was achieved, to assure Quality Assurance (QA). ▪ California Wildfires-Camp Fire, Butte County 2018 - 2019 Wildfire Structure and Debris removal in Butte County, CA Camp Fire. Quality Control Manager for the 1.4 million CY Cal Recycle/Cal OES clean-up project for removal, transportation, and disposal of asbestos and structural debris on 3,100 properties generated by Camp Fire in 2018. ▪ Hurricane Michael 2018 - 2019. Quality Control Manager for work provided on the 4.9 million CY USACE Disaster Debris Response (SAD) in 13 Southwest Georgia counties to include hurricane generated vegetative debris collection, transportation and disposal services and hazard (leaner and hanger) tree removal and trimming. Ensured quality control personnel and subcontractors met the required qualifications of the project contract. Trained all Ceres Area, Sector and QC management and operations personnel, subcontractors in the debris mission operational, documentation and eligibility requirements. Provided ATSSA traffic control flagger training in a classroom setting to Ceres flaggers, operations personnel and sub -contractor operation crews. Developed project-specific quality control plans; ensuring all quality control inspections are performed and documented in accordance with the testing plan and making sure all results are being reviewed for conformance with requirements with all documentation including records, photographs, and logbooks for the USACE project closeout requirements. ▪ Morganza Hurricane Levee Project 2015. Quality Control Manager (CQCM) responsible for the planning, scheduling, conducting, and coordinating detailed phases of the engineering for a $58 million Hurricane Coastal Levee Protection Project in Terrebonne Parish, LA. Supervised and coordinated the work with engineers, draft persons, plan reviews, as -built, specifications and CQC material testing frequencies in addition to Quality Assurance (QA) Testing. ▪ Glendo Wyoming Reservoir Rehabilitation 2015. Operations Planner – Responsible for the continuation of production and maintenance of quality. Reviewed project traffic control plans in reference to field operation. Created and assisted in weekly meeting agenda. Assisted in managing environmental permits and regulations. Managed underground utility notifications. Quality Control Manager – responsible for the planning, scheduling, conducting, and coordinating detailed phases of the engineering for a $10 million Concrete Reservoir. Supervised and coordinated the work with engineers, draft persons, plan reviews, as-built, specifications and QC material testing frequencies to develop an accurate cost proposal. EDUCATION/CERTIFICATIONS ▪ Bachelor of Science – Civil Engineer from the University of Louisiana at Lafayette. ▪ USACE Construction Quality Management for Contractors Certificate ▪ LADOTD Asphaltic Concrete Roadway 594 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 37 ▪ LADOTD Embankment and Base Course Certification ▪ LADOTD Portland Cement Concrete Paving Certification ▪ LADOTD Portland Cement Concrete Structural Certification ▪ LADOTD Authorized Density Tester ▪ ATSSA Traffic Control Supervisor ▪ ATSSA Certified Traffic Control Supervisor ▪ ATSSA Certified Flagger ▪ ATSSA Certified Traffic Control Flagger Instructor ▪ ODOT Traffic Control Supervisor ▪ ODOT Certified Flagger ▪ ODOT Certified Traffic Control Flagger Instructor ▪ CSLB C31 Traffic Control Classification ▪ CSLB Business/Law Classification ▪ CSLB General Engineering Class A Classification ▪ OSHA 30 for Construction Certificate ▪ Radiation Safety Officer APNGA Certification ▪ Radiation Safety Officer NORM Certificate ▪ Heavy Bid Training Certificate ▪ South Carolina Pesticide Applicators Core Standards Certificate ▪ South Carolina General Structural Pest Management Certificate ▪ Georgia Lead Supervisor Initial Certificate ▪ EPA Lead Supervisor Training Certificate ▪ Puerto Rico Lead Supervisor Certificate ▪ Louisiana DEQ Lead Supervisor Certificate ▪ New Mexico EPA Lead Supervisor Certificate ▪ California Lead Supervisor Initial Course Completion ▪ Texas Lead Supervisor Refresher Certificate ▪ Puerto Rico Asbestos Supervisor Certificate ▪ Florida Asbestos Respiratory Protection Certificate ▪ Florida Asbestos Supervisor Initial Certificate ▪ California Asbestos Supervisor Initial Certificate ▪ Texas Asbestos Supervisor Initial Certificate ▪ Louisiana Arborist/Utility Arborist License 595 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 38 Bobby Harrell, EHS Manager Mr. Harrell has more than 25 years of successful safety, fire, and medical project management leadership. Mr. Harrell holds multiple NWCG, FEMA, OSHA, Fire and Medical certifications. PROFESSIONAL EXPERIENCE ▪ Ceres Environmental Services, Inc. 2022 – Current. • Hurricane Helene 2024 – Current. Project Safety Manager for multiple emergency debris removal projects in Georgia. • Hurricane Idalia 2023. Project Safety Manager for emergency debris operations in Taylor County. • Hurricane Ian 2022. Project Safety Manager for emergency debris operations for FDOT in Charlotte County, Collier County, Hendry County, Lee County, Manatee County, and Sarasota County. ▪ Department of Homeland Security 2021 – 2022. Transportation Security Officer. ▪ Compliance Solutions 2019 – 2021. Instructor providing accredited safety training such as: HAZWOPER 40, 24, & 8; OSHA 10, 30; Confined Space; DOT Hazardous Materials; EPA Hazardous Waste Management; Emergency Response 1, 2, & 3; and Emergency Incident Commander. ▪ Ceres Environmental Services, Inc. 2018 – 2019. Chief Safety Manager for 13 counties in Georgia on the Hurricane Michael USACE ACI Debris Project. ▪ Liberty Lift Solutions. Corporate Safety Manager- administered OSHA and DOT compliance programs, conducted safety audits, incident investigation and drug & alcohol testing, conducted all safety training across the organization, Managed EHS data for ISNetworld, Avetta, PEC SSQ Systems. ▪ InnoSpec Oil Field Services 2017 – 2018. Frac Assistant/Safety Collection and management of all chemical data and safety audits. ▪ Transwood Inc. 2017. Safety/Sand Coordinator- Ensured safety & DOT compliance, all employee safety training. Incident investigation and drug and alcohol testing. ▪ Lehoski Welding 2015 – 2016. Safety Manager / PEC Instructor-Conducted all new hire orientation, PEC and field safety training, composed safety policies and procedures , Conducted safety audits, incident investigation and drug & alcohol testing, Managed EHS data for ISNetworld. ▪ L&P Pipeline and Construction 2014 – 2015. Safety Coordinator /Safety & PEC Instructor-In charge of all new hire orientation including drug testing, DOT, field safety audits, Incident investigation. ▪ Big Star Crude 2013 – 2014. Safety Adviser / Asst. Terminal Manager- All new hire orientation, drug testing, DOT, field safety audits, managed all billing of the clients and drivers, all DOT inspections, Performed accident, injury investigations and safety audits. ▪ Safety Medics 2012 – 2013. Safety Inspector-Safety audits of large oil field construction sites, pipeline construction and drilling rigs. Performed accident and injury investigations. ▪ Sierra Industries 2011 – 2012. Fire Chief / Safety / Training-Army UC-35 project in charge of DCMA audits airport safety and training including all fire calls and emergency issues, New hire orientations training for employees, drug testing and wrote all safety policy and procedures for company -wide programs. ▪ Pinkerton Government Services 2010 – 2011. Shift Fire Captain- In charge of all fire and medical calls on shift at Sikorsky Helicopter Facility. ▪ Smirfit Stone Paper Mill 2007-2010. Safety and Medic Cared for all employees’ injuries, Performed safety audits in the mill. ▪ Gulf Coast State College 2004-2008. Adjunct Instructor Courses for Fire, Paramedic, Emergency Medical Technicians and Hazardous Materials. ▪ Bay Medical Center 2001-2009. EMT, Paramedic – Took emergency calls county wide transported to hospital. ▪ Bay County Fire Rescue 1994-2009. Battalion Captain EMT-P- Supervised 40 Officers and fighters, All fleet maintenance, Fire Department Training, Safety Officer, Hazardous Materials Officer and Medical Officer. 596 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 39 EDUCATION/CERTIFICATIONS ▪ Certified Occupational Safety and Health Officer (CSHO I & II) – TEEX Estimated Date: Dec 2019 ▪ NWCG qualified S-131, S-190, S-205, S-215 ▪ FEMA certified ICS-100, ICS-200, ICS-300, IS-00005.a, IS-00035.18, IS-100, IS-200, IS-244, IS- 315, IS-317, IS-340, IS-346, IS-700, IS-800, IS-804, IS-907, IS-1900 ▪ OSHA- 501,511, 2055, 2225, 3015, 3115, 7205, 7505 ▪ OSHA Outreach Instructor ▪ Medic First Aid CPT Instructor 597 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 40 Tammy Hunt, Project Superintendent Tammy Hunt comes from a diverse background with experience in multiple fields , including health, safety and environmental management, quality control, logistics, hazardous material remediation management, training management, resource procurement, risk management, technical writing, EPA/Coast Guard/DOT/OSHA compliance management, disaster debris monitoring, and disaster debris response management. Ms. Hunt has experience in multiple disaster debris disposal projects . Her responsibilities included but were not limited to scheduling, dispatch of subcontractors, and liaising with clients and monitoring agencies. PROFESSIONAL EXPERIENCE ▪ Cameron Parish PPDR Program 2022. Project Superintendent for private property debris removal. ▪ Hurricane Ida 2021. Superintendent for New Orleans disaster debris removal as well as the removal of municipal solid waste resulting from Hurricane Ida. Identified opportunities and resources required to meet project goals and deadlines. Achieved project deadlines by coordinating with subcontractors and the monitoring firm. Scheduled daily work for each subcontractor and communicated that work to all required parties to ensure a smooth and efficient workflow. Drove team success through shared vision and recognition of quality performance. ▪ California Wildfires – Camp Fire, Butte County 2020 – 2021. Division Supervisor for the CalRecycle removal of hazardous trees generated by the Camp Fire wildfire in North -Central California in 2017. Duties included coordinating with CALFire, CalRecycle, multiple subcontractors and the monitoring firm to successfully locate, cut and dispose of hazardous trees that were damaged in the Paradise fire. Worked within the Incident Command System to communicate goals, achievements and opportunities for improvement. Conducted safe operations in highly hazardous terrain and conditions. ▪ Hurricane Zeta 2020. Assistant Superintendent for the disaster debris removal for the City of New Orleans following Hurricane Zeta. Over 60,000 cubic yards of debris were removed. ▪ Hurricanes Laura and Delta 2020. Debris monitoring technician in Allen Parish, LA. Duties included monitoring and documenting the cutting, collection, and disposal of debris according to FEMA guidelines. Over 550,000 cubic yards of debris were removed. ▪ Safety Manager of Central Crude, LA Tank and CC-Utica 2014-2020. Responsible for all aspects of safety, training, DOT, EPA, Coast Guard and OSHA compliance for these companies whose services included the drilling, storage, gathering, and transportation of crude oil and natural gas across the southern unites states. Created and implemented Health and Safety Plan as well as DOT required equipment maintenance plans. Participated in annual and unannounced Coast Guard drills, as well as OSHA, Workforce Commission and EPA audits. Maintained Class A CDL with HAZMAT license as well as TWIC Certification. ▪ Safety, Health, Environmental and Security (SHES) Manager of Aqua Drill International 2013- 2014. Assigned to the Barzan Onshore Project in Ras Laffan, Qatar during the pre-planning and project initiation stages for the new GTL plant. Duties included composing safety plan and procedures for the 12-month,10-million-dollar project, developing and implementing a comprehensive training plan for all incoming international employees and communicated with a multi-national site management team regarding all health and safety issues. Successes included a completed Readiness Review Audit and the closing of all gaps from the resulting Gap Analysis review, as well as 12 months with no lost time injuries. Ms. Hunt received a Letter of Commendation from JGC site management for creating an incident and injury free safety culture. ▪ Project Manager of Conco Industrial Services 2010-2013. Provided operations leadership for the organization, managing job planning, field supervision, equipment procurement and maintenance as well as quality control. Analyzed future job sites to identify and mitigate areas of concern for employee safety. Supervised crews at large-scale turnarounds in chemical and oil plants, completing critical path units ahead of schedule to satisfy customer requirements. Successes included reorganizing pre-job planning and equipment preparation and maintenance resulting in a significant increase in job success and customer satisfaction and retention, as well as organizing on the job training and safety meetings to promote a shift in the safety culture, resulting in zero lost time injuries for two straight years. 598 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 41 ▪ Operator/Emergency Response/Industrial Firefighter/ESH Specialist for Solutia Chemical Plant 1999-2009. Served as the Operator/Safety Specialist in methionine and acrylonitrile production units. Responsibilities of this job included maintenance, job safety analysis, permitting (lockout-tagout, hot work, confined space, excavation and working from heights), leak detection and repair, and hazardous materials prevention and control. Job duties al so included being a Certified Industrial Firefighter with annual training at the CERTC training facility at Texas A&M University in College Station, Texas as well as maintaining certifications as a Nationally Registered EMT- Intermediate, HAZMAT Technician, high angle and confined space rescue and CPR/First Aid certifications. EDUCATION/CERTIFICATIONS ▪ Emergency Management Institute • FEMA IS -0230.d Fundamentals of Emergency Management • FEMA IS -00632.a Introduction to Debris Operations • FEMA Introduction to the National Incident Command System ▪ IS-00100.c ▪ IS-00700.b • FEMA IS -00907 Active Shooter: What Can You Do • FEMA IS 10.A Animals in Disasters: Awareness and Preparedness ▪ OSHA General Industry-30 Hour ▪ OSHA General Industry- 10 Hour ▪ Red Cross First Aid/CPR/AED Certified ▪ HAZWOPER 40 Hour with 8-hour Refresher ▪ Current Class A CDL with HAZMAT Endorsement ▪ Pro-Board-Certified Industrial Firefighter-Advanced Exterior-Texas A&M College Station ▪ COSS-Certified Occupational Safety Specialist ▪ National Association of Safety Specialists-Environmental, Health and Safety Specialist ▪ NCCER-CSST-Construction Site Safety Technician ▪ NCCER-Construction Site Safety Supervisor ▪ NCCER- Field Safety Technician ▪ PEC-SafeLand USA 2015-Current ▪ SHE&S (Safety, Health, Environmental & Security) Supervisor Leadership Skills Program ▪ OSHAcademy 900-Oil and Gas Safety Management Certificate ▪ OSHAcademy 904-Oil and Gas Well Inspection Certificate ▪ U.S. Army 5th Infantry Division – Signal Corps – Honorably Discharged ▪ US Army Corps of Engineers (USACE) – CQM Certified ▪ APMP Bid and Proposal Writing Certified 599 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 42 Ricardo “Ricky” Morales, Project Manager/Operations Manager Mr. Morales has sixteen (16) years of experience that includes disaster debris management as well as marine debris/vessel removal. Hus experience includes responses to Hurricanes Ian, Ida, Maria, Irma and Matthew; as well as the Camp Fire debris removal project in Butte County. Mr. Morales’ skills include team management, field operations, material handling expertise, production management, and managing safety standards. PROFESSIONAL EXPERIENCE ▪ Hurricane Helene 2024 – Current. Operations Manager for debris management projects in Georgia following Hurricane Helene. ▪ Hurricane Beryl 2024. Operational planning and oversight for the debris management for 16 clients across Texas. ▪ Hurricane Idalia 2023. Provided logistical and operational oversight for debris removal in Florida and Georgia following a Hurricane Idalia. Over 1,800,000 cubic yards of debris were removed. ▪ Hurricane Ian 2022. DMS Manager and Operational Planner for the City of North Port debris removal project. Grinding of over 2 million cubic yards of vegetative debris. ▪ Hurricane Ida 2021. Operational planning and oversight for 14 contracts in Louisiana. ▪ Tropical Storm Nicholas 2021. Supervised management of vegetative debris in Lake Jackson, TX. ▪ Routine Grinding and Mulching 2020-Current. Manager of Operations at The Ground Up, LLC (TGU), an affiliate of Ceres Environmental Services, Inc, and a Houston -based green waste recycling company focusing on yard waste disposal, grinding and mulching operations. ▪ Camp Fire Butte County, CA 2019. Superintendent overseeing all operations for self-performing debris removal team. Debris removal includes all vehicles, metal, ash, concrete and contaminated soil on residential properties affected by the fire. ▪ Hurricane Maria 2017-2019. Operational Planner for disaster debris removal operations in St. Croix, U.S. Virgin Islands. The project included vessel recovery and off island disposal, vegetative debris removal and grinding, C&D debris grinding, and management of debris for STEP pro gram. ▪ Hurricane Irma 2017. Superintendent overseeing debris clean-up in Florida ▪ Hurricane Matthew 2016. DMS Manager for vegetative debris reduction of 650,000 cubic yards of debris following Hurricane Matthew in Beaufort County, SC ▪ Production Superintendent, Riverside Citrus Harvesting, LLC, 2008-2017. Managed human resources and production activities for timely project execution. Investigated potential improvements to quality, productivity and cost reduction and implemented favorable ideas. EDUCATION Nashville Auto Diesel College CERTIFICATIONS ▪ OSHA 30 General Construction Certificate ▪ OSHA Excavation Certificate ▪ OSHA 40 HAZWOPER ▪ OSHA HAZWOPER Supervisor for Construction ▪ Workplace Harassment Prevention for Managers ▪ First Aid CPR AED 600 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 43 Betsy Pease, Project Accountant Ms. Pease brings years of extensive accounting management experience to her work as a project accountant on various contracts for Ceres Environmental Services, Inc. She is responsible for maintaining accounting procedures to ensure proper data tracking and correct invoicing to clients, as well as payment reconciliation with subcontractors. She oversees data entry and invoicing procedures during storm projects, as well as completing reconciliation of projects after work is accepted. PROFESSIONAL EXPERIENCE ▪ The Ground Up (TGU) (Ceres Affiliate) 2021. Accountant for TGU. This business unit is a Houston-based green waste recycling company focusing on yard waste disposal, grinding, and mulching operations. ▪ Soteria (Ceres affiliate) 2018 – 2021. Accountant for global multicurrency company, responsible for AP/AR and Inventory control, Sales forecast, cash flow, and budget preparation. Account Reconciliation and VAT Tax compliance. ▪ Texas Civil Construction 2017 – 2021. Project Accountant and database supervisor for civil construction projects in Texas. ▪ Hurricane Irma and Maria 2017 – 2019. Project Accountant and database supervisor for projects in St. Croix and St. Thomas, US Virgin Islands. ▪ Louisiana Levee Construction – 2013 to 2016. Project Accountant and database supervisor for USACE levee construction projects in LA. ▪ Hurricane Isaac 2012. Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. ▪ Winter Storm Alfred 2011 Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. ▪ North Dakota 2011 Flood Recovery Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and client, subcontractor payments, and billings to client. ▪ Hurricane Irene 2011 Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. ▪ Alabama Tornadoes 2011 Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to clients. ▪ Haiti Earthquake 2010 – 2013. Project Accountant and database supervisor. Managed data, reconciliation with subcontractors and clients, subcontractor payments, and billings to client. ▪ Ice Storms 2009, Project Accountant managing the set-up, extraction and maintenance of databases to prepare A/R billings to clients in Kentucky; Reconciliation of all tickets with the clients; Management and preparation of subcontractor payments, reconciliation and manag ement of accounts, management of internal audit functions. ▪ Hurricane Ike 2008, Project Accountant managing design, extraction of data and maintenance of databases for multiple contracts in Texas ▪ Hurricane Gustav 2008, Project Accountant managing the set-up, extraction, and maintenance of databases to prepare A/R billings to the clients in 3 Parishes in Louisiana; Reconciliation of all tickets with the clients; Management and preparation of subcontractor payments, reconciliation and management of accounts, management of internal audit functions; Liaison with Parishes and subcontractors to insure data and procedural integrity and security ▪ Hurricane Dolly 2008, Project Accountant managing the design, extraction of data and maintenance of databases to prepare A/R billings to the clients in Texas; Reconciliation of all tickets with the clients; Preparation of all subcontractor payments, reconciliation and managem ent of accounts, management of internal audit functions. ▪ Hurricane Katrina 2005, Project Accountant managing the design, extraction of data, maintenance of databases to prepare A/R billings to the U.S. Army Corps of Engineers; Reconciliation of all payments with USACE; Management and preparation of subcontractor payments, reconciliat ion and management of accounts, management of internal audit functions; Administrative support to project manager compiling data for submissions to USACE relating to the Hurricane Katrina service contract; Management and processing of payables for Hurricane Katrina service contract ▪ Executive Analyst, George S. May International 2003-2005, Financial Management and leadership in determining areas of weakness in accounting controls and bookkeeping. 601 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 44 EDUCATION/CERTIFICATIONS ▪ Business Accounting, University of Alaska ▪ International Business Law, Lewis & Clark College, Oregon ▪ Accounting Software training: Maxwell Systems and Sage Timberline Accounting ▪ Systems Integration training ▪ Fiscal Planning and Control training 602 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 45 Michael (Mike) Randall, Project Manager Mr. Mike Randall has managed several multi-million-dollar contracts with Ceres, serving as both Project Manager and Project Superintendent. He has collaborated extensively with government officials and the U.S. Army Corps of Engineers on numerous projects. Known for his strong leadership abilities, Mr. Randall oversees Ceres employees and subcontractors, leads meetings to assign daily tasks, and troubleshoots operations to ensure seamless coordination among various State, environmental, archaeological, subcontractor, and cultural groups involved in the projects. Many of his assignments have included the removal of debris from Private Property (PPDR). Mr. Randall is committed to completing projects safely and on schedule. PROFESSIONAL EXPERIENCE ▪ Hurricane Helene 2024 – Current. Project Manager responsible for emergency debris removal, reduction and disposal in Lincoln County, GA. ▪ NMDOT (Ceres was a subcontractor under Bering Straits) Hermits Peak/Calf Canyon Flood, Straight Line Wind and Wildfire Recovery. September 2022-September 2024. Project Superintendent for hazard tree, flood, and fire debris removal. Over 90,000 tons of sediment and debris. 18,000 hazard trees and hazardous materials removed from private residences. Responsible for Private Property Debris Removal (PPDR) and removal of waterway debris from acequia’s and ROW ditches. Coordinated operations with NMDOT, subcontractors and monitoring firm. Conducted pre-work inspections, post-completion inspections, and operations planning. ▪ Hurricane Nicole 2022. Project Manager for debris removal Melbourne, FL. ▪ Hurricane Ian 2022. Project Manager for disaster recovery services in Wellington, FL. ▪ Oregon Wildfire Recovery 2020. Area Branch Manager providing hazard tree removal for the Oregon Department of Transportation. ▪ California Wildfire – Camp Fire, Butte County 2019-2020. Area Manager for the campfire project in Paradise, CA. Responsible for managing 8 to 10 division supervisors and over 40 plus working crews. ▪ Hurricane Michael 2018. Project Supervisor for Jackson County, FL and Project Manager for Mitchell County, GA for emergency debris removal. ▪ California Wildfires 2018. Quality Control Manager for Napa County, CA and Redwood Valley, CA for a USACE debris removal project following the California Wildfires. ▪ Hurricane Irma 2017. Project Manager in Tampa, FL and USACE – Virgin Islands for debris removal. ▪ North American Senior Benefits 2015 – 2017. Insurance Broker responsible for scheduling sales leads and preparing and presenting presentations to clients based on their needs. ▪ One Main Financial / Citi Group 2007-2015. Branch Account Manager responsible for planning and directing the activities of workers, networking, reviewing reports, establishing relationships with clients, and providing customer service. ▪ Chestatee Counseling Center 2003-2007. Parent Aide responsible for assisting clients in completing case plans, facilitating parenting lessons, substance abuse counseling, and anger management to clients, and served as a liaison between the Department of Family and Children Services and the DFCS clients. EDUCATION/CERTIFICATIONS • Piedmont University, Bachelor of Arts – Major in Sociology and Minor in Business. • U.S. Army Corp of Engineering construction quality management for contractors. • OSHA 30-hour construction safety training. • HAZWOPER 40-hour site worker training. • Completion of numerous ICS courses (incident command system). 603 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 46 Martin Rodriguez Sr., Corporate Safety Manager Mr. Martin Rodriguez Sr. has over 30 years of strong and extensive experience in Management and as an Environmental, Health and Safety (EHS) Professional, including experience in Construction (commercial, heavy civil and residential) Industry, General Industry, Environmental and Industrial Hygiene (IH) Management. Mr. Rodriguez is also a highly experienced Emergency Response and Disaster Relief Manager and worked in the aftermath of both the 1989 Loma Prieto (San Francisco) and 1994 Northridge (Los Angeles) earthquake relief efforts, including response to super -typhoon Paca (Guam, USA) and the Korean Airline crash (Guam, USA) for the US Environmental Protection Agency (EPA) and Government of Guam. Other agencies Mr. Rodriguez has worked with include, but not limited to Occupational Safety & Health Administration (OSHA), California Department of Industrial Relations (Cal/OSHA), Washington Industrial Safety & Health Administration (WISHA), Minnesota Occupational Safety & Health Administration (MNOSHA), California Department of Transportation (Caltrans), US Army Corps of Engineers (USACE), US Navy (Seabees), US Air Force, National Aeronautics and Space Administration (NASA), Lawrence Livermore National Laboratory (LLNL), Los Alamos National Laboratory (LANL), Jet Propulsion Laboratory (JPL) and the California Department of Health Services (Cal/DHS) and Colorado Department of Health Services (DHS), including other federal, state and local agencies. Mr. Rodriguez is also a qualified OSHA and EPA instructor. Other responsibilities include the EHS Management, Supervision and mentoring of safety professionals & loss prevention personnel, Risk Management and Workers’ Compensation programs. PROFESSIONAL EXPERIENCE ▪ Corporate Safety Manager, Ceres Environmental Services, Inc. 2024 – Current. Mr. Rodriguez’s is responsible for all corporate Environmental, Health & Safety (EHS) programs and providing oversight and safety management of all disaster response projects. Additional duties include Risk & Loss Management, overseeing the Workers’ Compensation Program, Quality Control/Quality Assurance (QAQC), and acting as the Corporate EHS/EPA Trainer and liaison to operations and Executive Management. ▪ Founder, Compliance Safety Professionals (CSP), Chico & San Francisco, California 2013- 2024. As the Founder of CSP, an Environmental, Health & Safety (EHS) consulting firm, Martin Rodriguez managed business strategies and oversaw the development of EHS programs and protocols for clients and industry. ▪ Safety Director/Risk Manager, NOVO Construction, San Francisco, California 2009-2013. Mr. Rodriguez’s responsibilities included developing all corporate Environmental, Health & Safety (EHS) programs and providing oversight and management of all construction supervision and projects. ▪ Regional & Branch Safety Manager, Kinetics Systems, Inc. Phoenix, Arizona 1999-2001 & 2007-2009. Responsibilities were for continued development of Corporate and Regional Safety Program, oversight of several large projects and contracts throughout the Western and Southwestern United States. ▪ Compliance Safety Professionals (CSP) Contracted as Corporate Safety Director, Environmental Professional Associates (EPA) Ltd. dba Provco (Quanta Services), Yuba City, California 2005-2007. As a contracted consultant, duties and responsibilities as the Corporate Safety Director included program development and management of Company Safety Program with emphasis on Electrical & NFPS70E standards and protocols, Risk & Loss Prevention Program and Workers’ Compensation Program, Also worked with corporate legal counsel on litigation and liability issues related to civil and criminal matters. Provided compliance and training guidance with occupational and environmental laws and regulations for operations in California, Nevada, Oregon, Texas and Florida operations. ▪ Western Regional & Division Environmental, Health & Safety Director, Balfour Beatty Construction, Inc. Fairfield, California 2000-2005. Balfour Beatty Construction, Inc. (BBCI) is a heavy civil contractor involved in heavy civil construction, bridge, highway, retrofitting, water treatment plant construction and other heavy civil construction projects. Originally hired as the US Corporate Safety Director then appointed as the Western Regional/Division EHS Director, Responsible for the Western United States operations. ▪ Senior Project Health & Safety Coordinator II, IT Corporation, Concord California 1995-1999. Assigned to various projects in the Western United States, including Guam USA and South Pacific Islands (Midway Island, Wake Island and Diego Garcia Island). Assigned to work on several military 604 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 47 contracts as an Environmental, Health and Safety Specialist II and Medic on several large hazardous waste remediation projects, Superfund sites, including Unexploded Ordinance (UXO) and Explosive Ordinance Disposal (EOD) projects. Projects included Total Environmental Restoration Contracts (TERC), Base Realignment and Closures Act (BRAC) and US Army Corps of Engineers (USACE) and US Navy and in oil and gas production refineries. ▪ Project Manager & Safety Manager, Cleveland Environmental & Wrecking Company, San Francisco, California 1992-1995. Initially hired as a Safety Manager, duties were to assure compliance with environmental and construction projects and to head the safety program for various projects. Duties included interaction and liaison work with regulatory agencies, (i.e., OSHA, CAL-OSHA, and California Dept. of Health Services (DHS), Local Fire Departments, etc.). Assisted in managing the Workers’ Compensation Program and the duty specific training program. In February of 1994, was assigned as Emergency Response Manager to Los Angeles, California to manage disaster relief efforts and emergency response projects caused by the Northridge (LA) earthquake. Managed two projects at Robinson/May Company Department Store (Topanga Canyon, CA) and California Institute of Arts School (Valencia, CA). ▪ Project Manager & Compliance Safety Manager, Environmental Chemical Corporation, Lakewood, Colorado & Burlingame, California 1989-1992. As Safety Specialist, supported continuous contract work for the United States Government, including Military Installation Closures (i.e., Presidio of San Francisco, Fort Ord, Mare Island, Alameda Naval Base, Oakland Army Base, etc.) under the Base Realignment & Closure Act (BRAC) and the General Services Administration (GSA), including the US Geological Survey (USGS), United States Federal Center and Coors Brewing Company in the greater Denver, Colorado area. Projects included Underground and Aboveground Storage Tank (UST/AST) removals, soil remediation, hazardous waste management, heavy civil construction activities, road construction/maintenance and other reclamation projects. Clients included state and federal agencies, including United States Army Corps of Engineers (USACE), US Navy (USN), US Air Force (USAF), US Coast Guard (USCG), US EPA, US Geological Services (USGS) and other federal facilities. ▪ Firefighter/EMT II, Arvada Fire Department, Arvada, Colorado 1988-1993. As a firefighter and Emergency Medical Technician II (EMT II), Mr. Rodriguez’s duties included responding to fire and medical emergencies and completing an extensive firefighter and Hazardous Material Emergency Response training program and Advanced Medical Life Support, firefighting skills, survival techniques, fire prevention, hazardous materials emergency response, and hazardous materials incident command. CERTIFICATIONS ▪ Certified Safety Manager (CSM) ▪ Certified Safety & Health Official (CSHO) ▪ Certified Construction Health and Safety Technologist (CHST) ▪ Certified Occupational Health and Safety Technologist (OHST) ▪ Certified EPA Lead Renovation, Repair and Painting (RRP) Instructor & Base Paint Abatement Supervisor and Monitoring ▪ Certified in Practices and Procedures in Asbestos Control ▪ Qualified OSHA Instructor - (OSHA Training Institute) ▪ Firefighter Survival Techniques Certified - (National Fire Academy) ▪ Hazardous Materials Emergency Response Incident Commander (HMERIC) - (National Fire Academy) ▪ Hazardous Materials Emergency Response Technician - (National Fire Academy) ▪ Hazardous Materials Incident Command and Analysis Certified - (National Fire Academy) ▪ Hazardous Materials Instrumentation & Emergency Response Certified - (Arvada Fire Department) ▪ Hazardous Waste Operations & Emergency Response (HAZWOPER) Instructor ▪ Hazardous Waste Operations & Emergency Response 40-hour (HAZWOPER) ▪ Hazardous Waste Operations & Emergency Response Supervisor (HAZWOPER) ▪ OSHA 29 CFR 1910.120 Emergency Response ▪ OSHA 29 CFR 1910.120(e) Supervisors Training ▪ Certified Confined Space Rescuer Instructor ▪ Certified Confined Space Rescuer & Manager ▪ Hazardous Materials & Emergency Response / First Responder Certified 605 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 48 ▪ Hazardous Materials Emergency Response Incident Command (IC) Certified EDUCATION ▪ Arizona State University (ASU) – Architecture ▪ Phoenix Institute of Technology (PIT) – Architectural Drafting ▪ University of California Berkeley (Cal) – Certification & Continuing Education ▪ University of San Diego (USD) – Certification & Continuing Education ▪ Chabot Las Positas Community College (SLPCC) – Certification & Continuing Education ▪ Red Rocks Community College (RRCC) – Certification & Continuing Education ▪ National Fire Academy / International Firefighter Association (IFFA) 606 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 49 Dan Selenak, Grinding Operations Manager Mr. Selenak has over 25 years’ experience in all aspects of grinder operations. He oversees the operations of all grinders, grinder support equipment, and associated personnel on a day -to-day basis. He has experience managing large-scale grinding operations, including projects that involve over 1 million cubic yards of vegetative material. Mr. Selenak ensures optimal grinding operations for all projects, including in challenging and remote situations, while maintaining quality control procedures and ensurin g a safe work environment. Mr. Selenak also conducts training for Ceres’ current and prospective grinder operators. PROFESSIONAL EXPERIENCE ▪ Ceres Environmental Services, Grinder Operations Manager, May 2022 – Current o Hurricanes Helene and Milton 2024 – Current. Grinding Operations Manager ▪ City of Tallahassee, FL ▪ Columbia County, GA ▪ City of Augusta, GA o Hurricane Beryl 2024. Grinding Operations Manager in the City of Houston, TX. 644,210 CY of debris reduced by grinding. o TN Tornado 2024. Grinding Operations Manager in Maury County, TN. 54,120 CY debris reduced by grinding. o GA Tornado 2024. Grinding Manager in Rockdale County, GA. 30,606 CY of debris reduced by grinding. o Hurricane Idalia 2023. ▪ FDOT District 2 – Taylor County. 1,717,950 CY of debris reduced by grinding. ▪ Columbia County, FL. 52,643 CY of debris reduced by grinding. ▪ Glynn County, FL. 20,028 CY of debris reduced by grinding. o Shreveport June Windstorm 2023. Managed grinding operations for Shreveport, LA. 195,220 CY debris reduced by grinding. o Winter Storm Mara 2023. ▪ Williamson County, TX. 96,650 CY debris reduced by grinding ▪ Austin, TX. 156,861 CY debris reduced by grinding. o Hurricane Ian 2022. ▪ City of Winter Park, FL. 19,772 CY debris reduced by grinding. ▪ Indian River County, FL. 9,770 CY debris reduced by grinding. ▪ Manatee County, FL. 134,908 CY debris reduced by grinding. ▪ Seminole County, FL. 178,135 CY debris reduced by grinding. ▪ Arcadia, FL. 89, 965 CY debris reduced by grinding. ▪ Bradenton, FL. 34, 737 CY debris reduced by grinding. ▪ Cape Coral, FL. 2,133,799 CY debris reduced by grinding. ▪ Deltona, FL. 30,614 CY debris reduced by grinding. ▪ Hardee County, FL. 137,146 CY debris reduced by grinding. ▪ Longwood, FL. 13,347 CY debris reduced by grinding. ▪ North Port, FL. 2,132,800 CY debris reduced by grinding. ▪ Palmetto, FL. 26,159 CY debris reduced by grinding. ▪ Sarasota County, FL. 37,417 CY debris reduced by grinding. ▪ Sarasota, FL. 110,097 CY debris reduced by grinding. ▪ Ceres Environmental Services, Grinder Operations Foreman, Feb 2021 – May 2022 o Winter Storm Uri. Grinding Operations foreman for Nacogdoches, TX. 1,364 hours of grinding took place. o Hurricane Sally. Grinding Operations Foreman for Santa Rosa County, FL. 375,039 CY debris reduced by grinding. ▪ Ceres Environmental Services, Grinder Operator, Feb 2019 – Feb 2021 o 2020 Derecho. Grinding Operator for Linn County, IA. 479,167 CY debris reduced by grinding. ▪ SMSC Organic Recycling Facility, May 2011- February 2019 o Responsible for scheduling, operating, and managing offsite grinding and screening operations, tracking, and documenting offsite grinding and screening expenses and revenue, coordinating weekly staff and safety meetings, overseeing daily 24/7 operations and more. 607 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 50 ▪ RW Farms LLC, March 2009 – May 2011 o Responsible for managing multiple compost processing facilities and mobile grinding operations, utilized screeners, grinders, and front-end loaders to process waste to be used for composting, and operated equipment used to process material such as, skid loaders, front end loaders, trommel screeners, desk screeners, horizontal grinding, tub grinders and excavators. 608 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 51 Linda Smith, Director of Accounting Operations Ms. Smith has over 30 years of experience in leading accounting teams in day -to-day activities while providing owners, shareholders, and executives with the financial information and guidance required to make informed business decisions. Ms. Smith is a specialist in coordinating with monitoring firms, assuring a smooth billing and reconciliation process. With almost a deca de of experience in disaster recovery, Ms. Smith has developed the expertise to efficiently manage and reconcile large volumes of load tickets, ensuring accuracy and timely resolution of discrepancies. On some of Ceres’ projects, she oversaw the processing of thousands of load tickets at once. Ms. Smith is an expert at managing ADMS and has experience working with the USACE on large-scale projects covering large geographical areas, such as 13 Southwest Georgia Counties following Hurricane Michael. In addition to that, Ms. Smith has managed accounting teams for Ceres’ waterway projects funded by FEMA and NRCS in the past 7 years. PROFESSIONAL EXPERIENCE ▪ Ceres Environmental Services, Inc. Director of Accounting Operations. In coordination with the accounting team, responsible for the day-to-day functions of the entire storm accounting department and assisting the field operations to establish internal protocols. • Hurricanes Beryl, Debby, Helene and Milton 2024 • Hurricane Idalia – 2023 • California Floods – 2023 • Texas Winter Storm Mara – 2023 • State of Vermont Summer Flood – 2023 • Hurricanes Ian and Nicole, FL – 2022 • New Mexico DOT Fire and Flood Debris – 2022 • Hurricane Ida, LA – 2021-2022 • Oregon Wildfire Recovery 2020 – 2022. • California Wildfires – Camp Fire, Butte County Hazardous Tree 2020-2021 • Oklahoma Ice Storm 2020 (5 jurisdictions) • Hurricanes Laura, Hanna, Sally, Delta, and Zeta 2020 (13 jurisdictions) • Linn County, IA – Derecho 2020 • City of Atlanta, GA and Macon-Bibb County, GA – Bulk Waste 2020 • Hamilton County, TN – Tornado 2020 • Jones County, MS – Tornado 2020 • Santa Rosa County, FL – Wind Event 2020 • California Wildfires – Camp Fire, Butte County Debris Removal 2019 • Northern California Wildfires 2018 (USACE) • Hurricane Michael 2018 (USACE) • Hurricane Irma 2017 ▪ Resort Funding, LLC. 1997 – 2017. Senior Accountant. Analyzed financial statements and created reports for monthly corporate reporting. Generated financial statements in accordance with GAAP and facilitated account closing procedures for multiple companies monthly. Created strong internal controls and accounting processes that reduced the financial statement close from 10 days to 3 days, which led to completion of 17 clean audits. Assisted other departments in identifying problems and finding solutions to correct, assisted IT in implementation of new systems and the controller in projects regularly. ▪ Fay’s Inc. 1995 – 1997. Corporate Accountant participating in design, testing and implementation of accounts receivable system resulting in departmental efficiencies. Ms. Smith was also responsible for tracking and analysis of accounts receivable activity on decentralized systems in maintained at the store level. EDUCATION ▪ Bachelor of Science, Accounting 1989 ▪ Minor in Economics, State University of NY at Oswego CERTIFICATIONS ▪ IS-100 Introduction to Incident Command System ▪ IS-700 National Incident Management System (NIMS) Introduction ▪ IS-800 National Response Framework, An Introduction ▪ IS-102, Deployment Basics for FEMA Response Partners ▪ IS-240- Leadership and Influence 609 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 52 Michael Smith, Project Manager, Planning Chief Mr. Smith is a dynamic leader with extensive experience in Safety constructions, maintaining standards in manufactured products by testing a sample of the output against the specification. Delivers excellent on and offsite program management for locations around the world while ensuring compliance with laws and regulations within guidelines. Creates industry -leading programs that deliver significant cost savings and efficiency gains while minimizing risk and liability exposure in Heavy Industrial setting. E xcels in training, developing, and coaching staff in the US and globally. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton, 2024 – Current. Area Manager overseeing all aspects of emergency debris removal, reduction and disposal in seven Florida jurisdictions, including Debary FL, Deltona FL, Lake County, FL, Longwood FL, Maitland FL, Mount Dora FL, and Ocoee FL. ▪ Wildfire Fuel Reduction (WFR) Vegetation and Tree Removal Services - Orange County, CA – Caltrans 2023 Project Manager overseeing all phases of the contract. Scoped work includes Wildfire Fuel Reduction vegetation and tree removal within Caltrans ROW District 12. Additional scopes include monitoring and avoidance of cultural and environmentally sensitive areas. Responsibilities include preparatory phase oversight, subcontracts / contracts, project coordination & scheduling, daily & weekly project specific documentation, FRAP implementation to include oversight of prescription-based treatments, permitting/environmental certs, Invoicing & closeout. ▪ Sacramento River Tree Removal – USACE 2023 Project Manager overseeing the felling and removal of various tree species in environmentally sensitive and public areas, and Biological monitoring, along the Sacramento River. These areas of shoreline stem from the Interstate 50 Bridge and Garcia Bend Park, specifically reaches 2, 3, and 6. Responsibilities include the development of pre-work submittals, partner with the Army Corps and two other contractors working within these reaches, developing and enforcing daily production and resource reporting, cost controls, invoicing, and managing schedules. ▪ Folsom Dam Tree Removal, 2023 – USACE. Project Manager over the successful removal of 210 trees within public and environmentally sensitive areas. Responsibilities included the development of pre-work submittals, partner with the Army Corps on BOR permitting, developed and enforced daily production and resource reporting, was successful with interagency coordination (BOR, USACE, State Park), cost controls, invoicing, and schedules. ▪ Hurricane Ian 2022. Project Manager for debris management and removal in Cape Coral, FL. ▪ Hazard Tree Removal Project for the Campfire in Butte County -- 2020 to 2021. Planning Section Chief. Roles and Responsibilities included and were not limited to the daily dispatching and scheduling of tree removal and hauling crews for approximately 2,200 properties, containing just below 60,000 eligible trees. Developing crew schedules, work packages & runways. Tracking of project quantities daily and in total. The contract value exceeded $100,000,000.00 worth of work. ▪ Hurricane Laura 2020. Project Manager in Santa Rosa County, FL for debris cleanup. The project included removal of over 1,000,000 CY of Vegetative and Construction & Demolition Debris , reduction by Grinding and ACI of 500,000 CY and removal of approximately 20,000 hangers and leaners. Oversaw 4 section supervisors and over 150 hauling units and bucket trucks operators. ▪ Hurricane Hannah 2020. Superintendent for the City of Edinburg & Hidalgo County; Precincts 1, 3, & 4 Debris Cleanup & Reduction. Responsible for field supervision, traffic control labor and upwards of 50 hauling unit operators. ▪ Puerto Rico Sheltering and Temporary Essential Power Program (STEP) 2019 . Project Manager for the PR STEP providing temporary repairs to single family dwellings with a monetary cap of $20,000.00 per dwelling. The scope of work entailed numerous pre and post inspections, database creation/data management, applicant interaction/customer service, and the contracting and coordination of skilled tradesmen to provide electrical, HVAC, potable water and gas to a safe, secure and weatherproof dwelling. ▪ Hurricane Maria 2017 – 2018. Senior Quality Control Manager/Superintendent for the ACI Emergency Temporary Roofing in Puerto Rico. Mr. Smith implemented systems of distribution, logistics, document controls/flow, work order and production tracking, inventory and material coordination for the construction of the roofs. ▪ Hurricane Irma 2017. Project Manager for the debris clean-up in Highland and Okeechobee Counties, FL. 610 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 53 ▪ Morganza Hurricane Levee Project 2015. Senior Quality Control System Manager/Project Manager for a massive levee system located just south of Houma, LA. These segments of levee make up approximately 9 miles of newly constructed earthen levee through the marsh. ▪ Aquamen, LLC, 2009-2014, Vice-President / Co-Owner. The company performed certified residential & commercial mold inspections, sampling for indoor air-quality, day-to-day monitoring, and post-clearance. Responsibilities included project estimating, project management, procurement, manage/coordinate subcontractors, manage/coordinate inspections, manage/coordinate invoicing and draw requests. EDUCATION/CERTIFICATIONS ▪ USACE Construction QC Management ▪ GHS & OSHA Hazardous Communication ▪ OSHA Certification: 30 HR Construction Safety ▪ OSHA Certification: 10 HR Construction Safety ▪ FEMA EMI – ICS-100, Exercises 120, 200 ICS/NIMS ▪ OSHA Refinery Safety Courses – CSE Attendant/Entrant, Fire Prevention, Haz. Gases ▪ HCSS Heavy Bid/Heavy Job Certified (2014) ▪ LOTD, First Aid/CPR and refinery safety standards ▪ Home Inspection Certification for the State of Ohio ▪ HAZWOPER Certification ▪ Mold remediation & inspection Certification (Commercial and Residential) for Ohio 611 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 54 Kevin Sudbury, Project Manager/Assistant Director of Disaster Operations Kevin Sudbury has a 25-year career that includes experience in planning, project management, business administration, public speaking, and client support. He thrives in fast -paced, high-pressure environments. Mr. Sudbury has a reputation for applying advanced problem-solving techniques that lead to the restoration of smooth-flowing procedures and systems, developing innovative solutions to any challenge. He analyzes complex customer requirements and can execute simultaneous projects. Mr. Sudbury is an excellent communicator with exceptional interpersonal skills . These skills ensure project engagement and cohesion across diverse groups of staff, management, and clients. PROFESSIONAL EXPERIENCE ▪ Hurricanes Helene and Milton 2024. Operations/Area Manager responsible for oversight of Ceres’ emergency disaster debris removal responses to multiple Florida jurisdictions. ▪ Hurricane Debby 2024. Area Manager. Responsible for the management of five (5) emergency debris removal and disposal activations in Florida and Georgia following Hurricane Debby. ▪ Hurricane Beryl 2024. Area Manager. Responsible for the management of 16 emergency debris removal and disposal activations in Texas. ▪ Hurricane Idalia 2023. Project Manager. Responsible for the management of Hurricane Idalia generated debris in Glynn County, GA. 25,440 cubic yards of debris were removed. ▪ Red Tide Cleanup 2023. Project Manager. Responsible for managing all aspects of Red Tide Cleanup in Sarasota, FL. ▪ State of Vermont Summer Flood 2023. State Manager. Responsible for managing 16 debris removal projects across the State. Services included ROW C&D debris haul in, ROW vegetation debris haul in, site restoration and hazardous materials handling. ▪ Central Texas Winter Storm Mara Debris 2023. Area Manager. Responsible for managing four (4) debris removal projects across two (2) counties. Services provided to clients included ROW debris haul in, park facilities clean-up, reduction, debris haul-out, and site restoration. 330,846 cubic yards of debris were removed. ▪ West Central Florida Hurricane Ian Debris 2022. Area Manager. Responsible for managing 11 debris removal projects across five (5) counties. Services provided to clients included cut/push, ROW debris haul in, specialized debris removal, reduction, debris haul -out, site restoration, street sweeping, and catch basin cleanout. Clients served include cities, counties and FDOT. ▪ Terrebonne Parish School District, LA Hurricane Ida Debris 2022. Project Manager. Responsible for managing all aspects of debris removal across 45 facilities heavily impacted by Hurricane Ida. Developed a specialized operations plan that accounted for working on active campuses to protect all children, staff, visitors, and facilities. ▪ City of Covington, LA Hurricane Ida 2021. Project Manager. Responsible for all recovery components including push, debris collection and final disposal. Push started on Day 1 after the event and completed it in less than 4 days, which was the quickest completion of a significantly impacted City on the North Shore. According to the electric company this allowed them to refocus assets from other areas to Covington resulting in the restoration of 84% of the City’s grid in 6 days. Debris collection and disposal was completed ahead of the projected schedule. ▪ Sabine River Authority, LA Hurricane Laura/Delta Debris 2021. Project Manager. Responsible for managing all aspects of debris removal along 40 miles of canal including 80 miles of levee and over 35 entrance ways/ramps in 92 working days. Debris streams included vegetative, C&D and leaners/hangers. ▪ Vermilion Parish, LA Hurricane Delta Debris 2020. Project Superintendent. Responsible for managing all aspects of debris removal across a 1,200 sq mile parish divided into 14 districts. ▪ Escambia County School District Hurricane Sally Debris 2020. Project Superintendent. Responsible for scheduling, managing, and ensuring quality control for the removal of debris and hangers/leaners from 60 facilities. Brought the 28 facilities initially assigned to a safe and operationally ready status in four (4) days so that the District could reopen the entire school system. All operations were completed in less than four (4) weeks. ▪ City of Edinburg, TX Hurricane Hanna Debris 2020. Project Superintendent. Responsible for scheduling, managing, and ensuring quality control for both subcontractors and self-performing debris removal trucks. 612 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 55 ▪ Hamilton County Tennessee Tornado Debris 2020. Subcontractor Manager. Responsible for the acquisition, scheduling and management of multiple subcontractors executing ROW Vegetative and C&D Haul-in and Mulch Haul-out. Over 409,500 cubic yards of debris were removed. ▪ Butte County California Fire Debris 2019 . Logistics Chief/Subcontractor Manager. Responsible for project-wide and self-performing crew logistics support including resource forecasting, equipment acquisition, materials selection, competitive pricing evaluation, personnel housing, and asset management. Secured required local permits for laydown yard. Refocused subcontractor haul-out operations including a review of the existing haul-out operations, vetting, and negotiating with new subcontractors, and provided subsequent operational oversight which led to a project savings of over $426K. ▪ SW Georgia Hurricane Michael Debris 2018. Operations Manager/ Subcontractor Manager. Responsible for the direct management of over 120 ROW debris haulers and haul-out subcontractors (1,000+ containers) across 13 counties. Duties include operational planning, subcontractor management, overall project management and daily coordination with USACE. ▪ City of Coral Gables Hurricane Mitigation Grant Program 2018. Senior Project Manager/Funding Specialist. Developed 4 HMGP successfully funded applications for disaster mitigation projects in response to Hurricane Irma. ▪ Apex Oil Terminal Improvements 2017. Senior Project Manager. Responsible for developing procurement policies, ensuring Good Faith Efforts were followed and documented to maximize DBE participation, pre-construction planning, project management, federal compliance (Davis Bacon, American Iron and Steel, EEO), financial reconciliation and close-out of a 7-month, FEMA funded $1,500,000 fuel terminal improvements project which spanned 3 sites each in a different state with concurrent procurement and construction activities. ▪ City of Miami Wagner Creek/Seybold Canal Stormwater Improvements 2017 . Senior Project Manager. Responsible for funding, project management, federal compliance (Davis Bacon, American Iron and Steel, EEO), financial reconciliation and close-out of an 18-month, $21,000,000 sediment removal project that included 1 prime contractor and 4 subcontractors. Project was awarded the 2018 WEDA Environmental Excellence Award. ▪ US Virgin Islands Gordon A. Finch Marine Terminal 2016. Senior Project Manager. Responsible for preparing a federal TIGER grant application, award acceptance, procurement, and project management of a $13,000,000 project to demolish and replace the existing Roll-On/Roll-Off pier as well as construction of horizonal and vertical site improvements. ▪ City of Marco Island Septic Tank Replacement Program 2015. Senior Project Manager. Responsible for the planning, funding, procurement, project management, federal compliance (MBE/WBE participation, Davis Bacon, Buy American, EEO), financial reconciliation and close -out of a 6-year, FDEP/EPA funded $63,000,000 program that included 8 prime contractors and over 24 subcontractors. ▪ Collier County Wastewater System Improvements Program 2014. Senior Project Manager. Responsible for the planning, funding, procurement, project management, federal compliance (Davis Bacon, EEO), financial reconciliation and close-out of a 8-year, FDEP funded $140,000,000 program that included the construction and/upgrade of 3 wastewater treatment facilities with a combined capacity of over 55 MGD and 16 miles of collection mains. EDUCATION/CERTIFICATIONS ▪ BA, Business Administration-Finance, Keiser University, Sarasota, FL ▪ AS, Computer Network Administration, Keiser University, Sarasota, FL ▪ OSHA 30/HAZWOPER ▪ US Army Corps of Engineers (USACE) – CQM-C ▪ FEMA IS20, IS21, IS33, IS102, IS559, IS632, IS 633, IS634, IS700, IS702, ICS100 ▪ FDOT Resident Compliance Specialist – Local Agency Program SPEAKING ENGAGEMENTS/PROFESSIONAL ACKNOWLEDGEMENTS ▪ Florida Department of Transportation – “Simplifying Davis Bacon” ▪ American Water Works Association – “SRF: A Local Government Perspective” ▪ Florida Department of Transportation – Disadvantaged Business Enterprise SME ▪ Florida Department of Environmental Protection – Davis 613 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 56 Ed Ziegler, Project Manager Mr. Ziegler has been in environmental services for 28 years, starting in building demolition, slab and foundation removal, restoration and asbestos abatement then moving to disaster recovery response while working on snow removal in the early 1990s. Mr. Ziegler has experience managing large scale demolition and construction projects. PROFESSIONAL EXPERIENCE ▪ Hurricane Helene 2024 – Current. Project Manager for disaster debris removal, reduction and disposal in Effingham County, GA and Thunderbolt, Ga. ▪ MN Mulch/Snow 2022 – Current. Project Manager for routine debris related tasks during the winter season. ▪ Hurricane Ian 2022. Project Superintendent in Indian River County, FL, Mt. Dora, FL, Winter Park, FL, Seminole County, and, Deltona, FL for debris management and removal following Hurricane Ian. Over 363,500 cubic yards of debris were removed. ▪ Hurricane Ida 2021. Project Manager in Gonzales, LA. 106,041 cubic yards of debris were removed. ▪ Cameron Peak Wildfire 2021. Project Manager in Larimer County, CO. over 14,000 trees were removed. ▪ Hurricane Laura 2020. Project Superintendent in Vermillion Parish and City of Scott, LA for debris clean-up after Hurricane Laura in September 2020. Over 265,000 cubic yards of debris were removed. ▪ Hurricane Michael 2018. Project Manager for the U.S. Army Corps of Engineers ACI SAD activation in 13 Georgia counties to perform debris clean-up after Hurricane Michael made landfall in October 2018. ▪ Hurricane Matthew 2016. Project Manager for the debris removal and disposal projects on all 40 TDR sites, City of Albany and Dougherty County following Hurricane Matthew in October. ▪ Christchurch, New Zealand Demolition 2012 – 2013. Project Manager for the demolition and soil remediation. ▪ Hard Drives Construction 2003 – 2005. Grade Foreman and Operator responsible for construction of roads and buildings. ▪ Landwehr Construction 2001 – 2003. Grade Foreman ▪ El Centro California Naval Air Base 2000. Project Manager for the demolition of a 1,393 M2 Cold Storage Facility. The project included building demolition, slab and foundation removal, asbestos abatement, lead based paint abatement, pcb ballast, electrical reroute, mercury switch removal, utility disconnects, and restoration. ▪ Oklahoma City Tornadoes 1999. Lead project manager for USACE contract providing debris removal, managing multiple debris sites, and demolishing damaged residential structures. ▪ Fort Knox, Kentucky Demolition 1996. Project Manager for the demolition of various building projects. Work included demolition of approximately 8,825 m2 of one -, two- and three-story wood frame or concrete/brick buildings; removal and disposal of pcb, demolition of associated asphalt, gravel and concrete surfaces and foundations and recycling of metals, crushing of brick, CMU, concrete footers, sidewalks, streets, and parking lots. ▪ Fort Benning, Georgia Demolition 1995. Project Manager for demolition and recycling of various buildings. Demolition of 13,372 m2 from 39 buildings, 6-story power plant and 60-meter stack, asbestos abatement, lead abatement, removal of utility lines, foundations, pavements, and drainage structures, temporary sedimentation and erosion control, environmental protection, grading, site restoration and turf establishment ▪ Fort McCoy, Wisconsin Demolition 1994. Project Manager for the demolition of WWII wood frame buildings with concrete foundations project. ▪ Wood Waste Recycling 1992 – 2020. Grinder Superintendent for the Libertyville Navel Training Facility in Minnesota and Texas. ▪ Seasonal Snow Removal 1992 – 2020. Performing 28 years of snow removal for Ceres during the winter season. Clearing areas of snow accumulation and removing to off-site storage areas and responding to snow emergencies. EDUCATION/CERTIFICATIONS ▪ OSHA Standard 1910.178 614 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 57 Jay Martin Zulinke, Project Superintendent Jay Martin Zulinke has over 20 years of experience with debris removal, construction, utilities, and environmental operations. In his role as a superintendent, Mr. Zulinke promotes a safety-first mindset, and a culture centered around productivity and profitability. His skills include strong leadership, problem solving, and analytical thinking. PROFESSIONAL EXPERIENCE ▪ Ceres Environmental Services, Inc., Superintendent 2020 – Present • Hermits Peak, Calf Canyon Fires October 2024 – Current. Project Superintendent for the State of New Mexico Energy, Minerals and Natural Resources Department – Forestry Division Private Property Debris Removal Project. • NMDOT (Ceres was a subcontractor under Bering Straits) Hermits Peak/Calf Canyon Flood, Straight Line Wind and Wildfire Recovery. September 2022 -November 2023. Superintendent in San Miguel and Mora County, New Mexico following Hermits Peak & Calf Canyon Fire. Mr. Zulinke’s roles included supervising daily crew operations, leading quality control personnel, and facilitating daily meetings with traffic control cre ws, monitors, environmental and archeological personnel. • Oregon Wildfire Recovery. Archie Creek Fire 2021 - 2022. Superintendent in Douglas County, OR and Glide, OR. following Archie Creek Wildfire. Mr. Zulinke’s roles included evaluating job sites to determine all trees in need of removal for ROW., recording and tracking all trees for invoicing, reviewing operations and crew completed assignments to ensure compliance with all state and contract policies, and overseeing daily operations of machinery and tree fallers for tree removal, slash removal, and log removal. • Tropical Storm Nicholas 2021. Superintendent in Richwood, TX for vegetative debris removal following Tropical Storm Nicolas. • Hurricane Ida 2021. Superintendent in Thibodaux, LA for the removal and disposal of debris following Hurricane Ian. Over 100,000 cubic yards of debris were removed. • California Wildfire – Camp Fire, Butte County 2019-2020. Superintendent in Butte County, CA. His roles included managing personnel and equipment, leading quality control of hazard trees to ensure all processes were executed according to protocol, reconciling invoices to eliminate errors, and overseeing maintena nce of all tools and equipment. (Over 3000 ROEs managed; 768,458 tons of debris removed) • Obenchain Fire 2020. Superintendent in Jackson County, Oregon following the Obenchain Fire. Mr. Zulinke’s roles included overseeing tree removal operations, creating layout plans for correct placement of equipment and materials, verifying safety procedures and policies among crews, facilitating daily meetings, directing operations for chipping of slash and logs, and creating layout plans. ▪ Northeast Foods, Sanitation Supervisor 2022-2020. Led a team of technicians to maires w met for FDA, OSHA Safety, HAZMAT, and GMP. ▪ Ameritech Utilities, DROP Construction Manager 2008-2011. Trained subcontractors on OSHA safety standards and troubleshot machinal repairs for constriction equipment. ▪ Vermeer Northeast, Territory Technical Sales Manager 2006-2008. Obtained factory certifications as Underground Specialist and Waste Reduction Specialist and sold industrial equipment to DOT, municipalities, and statewide programs. ▪ Bryd Brothers, LLC, Project Manager – Emergency Department 2004 -2005. Directed crew members in Volusia County following the 2004 Hurricane Season. ▪ Mitchell Distribution Company, Manufacturer’s Representative 2000-2003. Sold heavy construction equipment. ▪ U.S Army (Honorable Discharge). Assembled over 100 steel bridges for use in military training in Germany in 3 years. Received commendations for representing 8th Infantry Division as part of the U.S. Army Ski Team. Served as a Truck Driver and Heavy Equipment Operator. EDUCATION/CERTIFICATIONS • Johnson Community College – Welding Program • Alfred State College – HVAC Certificate • Erie Community College – Basic Carpentry 615 City of Winter Springs ITB #04-25-01 PH Creek Debris Removal Services Appendix Key Personnel Resumes & Certification Page 58 • Construction Safety & Health (30-Hour) | OSHA • OSHA 40-Hour HAZWOPER • OSHA Academy – Introduction to Job Hazard Analysis o Conducting a Job Hazard Analysis o Introduction to Safety Supervision o Safety Supervision and Leadership o Introduction to Safety Management • Emergency Management Institute o Introduction to Debris Operations o Debris Management Plan Development o FEMA Safety Orientation 616 ITB # 04-25-01 PH Creek Debris Removal Services City of Winter Springs, Florida 1126 East State Road 434 Winter Springs, Florida 32708 INVITATION TO BID CREEK DEBRIS REMOVAL SERVICES (Includes Removal and Disposal) ITB #04-25-01 PH Date: April 04, 2025 The purpose of this Invitation To Bid (ITB) is to solicit formal written Bids from experienced individuals, corporations, partnerships and other legal entities (Bidder). The City of Winter Springs, FL (CITY) is seeking to obtain the Services of a qualified vendor(s) to perform Creek Sediment Removal and Disposal Services, hereinafter Creek Debris Removal Services, consistent with the specifications detailed in Appendix B (includes Attachments B-1 and B-2). Sealed Bids will be received by the City of Winter Springs (CITY) Procurement Department, located at: Winter Springs City Hall, 1126 East State Road 434 Winter Springs, Florida 32708 Attention Procurement Manager Until May 09, 2025, 2:00pm local time for ITB # 04-25-01 PH Creek Debris Removal Services Bids shall conform to the requirements outlined in the Invitation To Bid. The CITY reserves the right to reject any and all offers and to waive minor informalities. The CITY issues this ITB for the project requirements defined herein, in order to select a Bid(s) for further contract negotiations and selection by the CITY may not necessarily result in the formation of a contract. Bidder shall submit their Bids to this ITB by: providing one (1) original, marked as such, three (3) copies, marked as such and one (1) electronic copy of your Bid to this office by the date and time indicated above. The outside of your package must be clearly labeled with the ITB number, title, opening date and time, and the name and address of the Bidder. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not constitute meeting the CITY’S receipt deadline stated above. Offers received after May 09, 2025 at 2:00 p.m., will be rejected. Deadline for questions is April 18, 2025 1:00pm local time An Addenda will be issued and posted to Demand Star by 2:00pm on April 23, 2025 if questions are received and require clarification for all Bidders. If you have any questions regarding this Invitation To Bid, please contact: Stuart MacLean, Procurement Manager, at (407) 327-7581, or via email at smaclean@winterspringsfl.org PROPOSAL DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM: www.demandstar.com or https://www.winterspringsfl.org/rfps 617 ITB # 04-25-01 PH Creek Debris Removal Services Invitation To Bid Table of Contents • PART I SCOPE OF SERVICE/EVALUATION CRITERIA ........................................................................................................................... 1 Background ....................................................................................................................................................................................... 1 Scope of Work .................................................................................................................................................................................. 1 General Requirements ...................................................................................................................................................................... 1 Special Conditions ............................................................................................................................................................................. 3 Consideration of Bids ........................................................................................................................................................................ 6 Timeline of Events ............................................................................................................................................................................ 7 • PART II INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS ................................................................................................... 8 Definitions ......................................................................................................................................................................................... 8 Preparation of Invitation To Bid ....................................................................................................................................................... 8 Submission and Receipt of Bids ........................................................................................................................................................ 8 Selection of Bid(s) ............................................................................................................................................................................. 9 Acceptance of Offer .......................................................................................................................................................................... 9 Notice of Award and Performance Bond .......................................................................................................................................... 9 Discrepancies, Errors, and Omissions ............................................................................................................................................. 10 Right to Reject Bids ......................................................................................................................................................................... 10 Fiscal Non-Funding Clause .............................................................................................................................................................. 10 Rights of the CITY ............................................................................................................................................................................ 10 Conflict of Interest .......................................................................................................................................................................... 10 Public Entity Crimes ........................................................................................................................................................................11 Options ...........................................................................................................................................................................................11 Subcontracting ................................................................................................................................................................................11 Default of Contract .........................................................................................................................................................................11 Modification for Changes ...............................................................................................................................................................11 Order of Precedence .......................................................................................................................................................................11 Examination of Records ..................................................................................................................................................................12 Bids Received ..................................................................................................................................................................................12 Contacting City Staff .......................................................................................................................................................................12 Hold Harmless .................................................................................................................................................................................12 Qualifications of Bidder ..................................................................................................................................................................12 Disqualification of Bidder ...............................................................................................................................................................12 Lobbying/Cone of Silence ...............................................................................................................................................................12 Applicable Law and Venue ..............................................................................................................................................................13 Bid Disclosure; Public Records Responsibilities ..............................................................................................................................13 Attorney Fees..................................................................................................................................................................................14 E-Verify ...........................................................................................................................................................................................14 Additional Information ...................................................................................................................................................................14 618 ITB # 04-25-01 PH Creek Debris Removal Services Modification and Withdraw ...........................................................................................................................................................15 Prohibition on Gifts to City Employees and Officials ......................................................................................................................15 Discrimination .................................................................................................................................................................................15 Federal Requirements ....................................................................................................................................................................15 • PART III SPECIFIC BID REQUIREMENTS .............................................................................................................................................. 16 Format ............................................................................................................................................................................................16 Section A – Proposer Information and Acknowledgement Form ...................................................................................................16 Section B – Table of Contents .........................................................................................................................................................16 Section C – Introduction Letter.......................................................................................................................................................16 Section D – Qualifications ...............................................................................................................................................................16 Section E - Other Information .........................................................................................................................................................17 Section F – Cost and Time ...............................................................................................................................................................17 Section G – Mandatory Proposal Forms .........................................................................................................................................17 Section H – Florida State Corporate Filing ......................................................................................................................................17 • Mandatory Proposal Forms ............................................................................................................................................. o Bidder Information and Acknowledgement o References o Insurance Requirements o Scrutinized Company Certification o Drug Free Workplace o Non-Collusion Affidavit o Public Entity Crimes Statement o Debarment, Suspension etc. Certification o E-Verify Statement o Conflict of Interest Statement o Byrd Anti-Lobbying Certification o SMWBE Utilization Plan • Appendix A Bid Tabulation Worksheet • Appendix B Project Specifications (Includes Attachments B-1 & B-2) • Appendix C Bid Bond Agreement (5% of contract price) • Appendix D Perfomance Bond Form • Appendix E Notice of Award • Appendix F Notice to Proceed 619 1 ITB # 04-25-01 PH Creek Debris Removal Services PART I - SCOPE OF SERVICE/EVALUATION CRITERIA FOR ITB # 04-25-01 PH Creek Debris Removal Services Background The City of Winter Springs is located in Seminole County Florida, which is part of the Orlando-Kissimmee-Sanford Metropolitan Area. As of July 1, 2021, the City of Winter Springs had a population of approximately 38,975. Scope of Work The scope of this project is to remove debris from creek waterway areas within the City of Winter Springs, FL in accordance with the engineering documents which are attached to this Invitation To Bid as Appendix B, including attachments. General Requirements 1.SCOPE The scope of work includes furnishing all labor equipment, tools, materials, and incidentals necessary to complete the work in accordance with the Contract Documents in a first-class workmanlike manner, complete in all respects and ready for use 2.APPLICABLE SPECIFICATIONS AND REQUIREMENTS All work to be performed on this project shall conform to the specifications and requirements, as referenced on the Drawings, unless otherwise noted in the Contract Documents. 3.PERMITS AND REGULATIONS The Bidder shall procure and pay for all permits, licenses, and bonds necessary for the prosecution of the Work, and/or required by Municipal, State and Federal regulations, laws and procedures, unless specifically provided otherwise in the Contract Documents. The Bidder must fully comply with all Federal and State Laws and County and Municipal Ordinances and Regulations in any manner affecting the performance of the work. The CITY shall provide all required easements. This Contract, as to all matters not particularly referred to and defined herein, shall notwithstanding, be subject to the provisions of all pertinent ordinances, codes and normal regulatory procedures of the municipality or other political subdivision within whose limits the services are performed, which ordinances, codes and procedures are hereby made a part hereof with the same force and effect as if specifically set out herein. It is the Bidder’s responsibility to apply to the local jurisdiction for any Building Permit or Permit that may be required. 4.INSURANCE AND HOLD HARMLESS INDEMNIFICATION To the fullest extent permitted by laws and regulations, Bidder shall indemnify and hold harmless CITY and its consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expenses (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Bidder, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of , 620 2 ITB # 04-25-01 PH Creek Debris Removal Services them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such party. In any and all claims against CITY or any of their consultants, agents or employees by any employee of Bidder, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Bidder or any such Subcontractor or other person or organization under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. Bidder's Liability Insurance - The Bidder shall not commence any work under this Contract until he has obtained all insurance required under the Agreement. Bidder shall purchase and maintain such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth which may arise out of or result from Bidder's performance and furnishing of the Work and Bidder's other obligations under the Contract Documents, whether it is to be performed or furnished by Bidder, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. The insurance required shall include the specific coverage's and be written for not less than the limits of liability and coverage's provided or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. The comprehensive general liability insurance shall also include Contractual Liability Insurance applicable to Bidder's obligations under the Hold Harmless Indemnification. All of the policies of insurance so required to be purchased and maintained (or the certificates or their evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days’ prior written notice has been given to CITY by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when Bidder may be correcting, removing or replacing defective work in accordance with the Contract Documents. Bidder's General Liability Insurance shall include the CITY, and CITY's consultants as insured or additional insured which may be accomplished by either an endorsement of Bidder's Comprehensive General Liability policy or by Bidder 's carrier issuing a separate protection liability policy. 5.SALES TAX The Bidder shall include in its Bid, and shall pay, all Florida State sales tax and other local, State, and Federal taxes in accordance with existing laws and regulations. 6.LAYOUT OF WORK The Bidder shall perform and be responsible for all layout work in connection with the project. The CITY will provide benchmarks as necessary in the project area. 7.CHANGES IN THE WORK The CITY may, at any time, or from time to time, without invalidating the Agreement, order alterations, deletions or revisions in the Work by written Change Order or Field Order. Upon receipt of any such order, Bidder shall promptly proceed with the Work involved, which shall be performed under the applicable conditions of the Contract Documents. Any deviations from these specifications, plans and contract documents, must be approved by the CITY in advance of the work either by a written and executed Change Order or a written Field Order. The Bidder agrees that he will do such work as may be required for the proper execution of the whole work herein contemplated, including all labor, equipment and materials reasonably necessary for the proper completion of the work. The Bidder agrees that he will make no claim for extra work unless that material or work is not covered by, or properly inferable from the Contract Documents. If the Bidder makes a claim for an extra or additional cost and requests a Change Order be issued prior to performing the work, and the CITY renders a decision denying such request, the Bidder must notify the CITY in writing within 3 days of the time that the Bidder is informed of the CITY's decision. Otherwise the CITY will not consider any such difference as a claim for a Change Order or additional payment or time. Any such written notice received by the CITY from the Bidder within the 3-day period shall be just reason for the CITY to reevaluate its previous decision. 621 3 ITB # 04-25-01 PH Creek Debris Removal Services 8.PAYMENTS The CITY may make partial payments on a monthly basis to the Bidder based on pay estimates, which have been approved by the CITY. The Bidder shall submit at least three (3) copies of his estimate, with reasonable time allowed to make a field inspection, check, and process the estimate. Final Payment, including the retainage, will be made upon the completion of the work and certification by the CITY, and regulatory agencies and acceptance by the CITY that all of the work has been completed in accordance with the approved plans, specifications, and other Contract Documents, will be made to the Bidder. The CITY shall make final payment not later than 30 days after final acceptance of the work. Prior to final payment, the Bidder shall transfer to the OWNER all applicable items accumulated throughout construction. These include but are not limited to the following items: Waivers of lien, releases and other items CITY may require in evidence of full payment to all Subcontractor’s, suppliers and labor related costs. Progress payments may be withheld if: 1.Work is found defective and not remedied; 2.Bidder does not make prompt and proper payments to Subcontractors; 3.Bidder does not make prompt and proper payments for labor, materials, or equipment furnished; 4.Another Bidder is damaged by an act for which Bidder is responsible 5.Claims or liens are filed on the job; or 6.In the opinion of the City of Winter Springs, Bidder’s work is not progressing satisfactorily. 9.PAYMENTS WITHHELD The CITY will disburse and shall have the right to act as agent for the Bidder in disbursing such funds as have been withheld pursuant to the agreement between Bidder and the CITY, to the party or parties who are entitled to payment therefrom. The CITY will render to the Bidder a proper accounting of all such funds disbursed on behalf of the Contract. Neither the final payment nor any part of the retained percentage shall become due until the Bidder, if required, shall deliver to the CITY his written one year guarantee on the work and a complete release of liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed; but the Bidder may, if any subcontractor refuses to sign a release or receipt in full, furnish a bond satisfactory to the CITY, to indemnify himself against any lien. If any lien remains unsatisfied after all payments are made, the Bidder shall refund to the CITY all monies that the latter may be compelled to pay in discharging such a lien, including all costs and a reasonable attorney’s fee. 10.GENERAL GUARANTEE All work to be performed under this Contract shall be constructed in compliance with the Contract Documents. Special Conditions 1.Existing Utilities In areas of work, all existing utilities, public or private, shall be located by the Bidder, and owners of said utilities shall be notified prior to commencing work. Bidder shall immediately notify the CITY of any existing utilities that may interfere with completing the work. Bidder is to coordinate the relocation of any utilities within the areas of construction. Utility coordination work shall be considered as part of the lump sum pay item for mobilization. 2.Work Hours All activity must occur between 7:00 AM and 6:00 PM. 622 4 ITB # 04-25-01 PH Creek Debris Removal Services 3.Maintenance of Traffic If necessary, temporary lane closures during working hours at an active site with an approved MOT plan will be permitted, subject to CITY review. 4.Shop Drawings Shop drawings for all work materials shall be submitted to and approved by the CITY. 5.Property Restoration All private and public property affected by the work shall be restored to a condition equal to or better than the prework condition, including sodding, landscaping, irrigation systems, driveways, sidewalks, mailboxes, curbs, etc. The cost for all restoration work shall be incidental and no extra compensation will be allowed. 6.Excess Materials All excess excavation and other removed materials are the responsibility of the Bidder. 7.Equal Employment Opportunity 41 CFR 60-1.4 (b) (As required by 2 CFR 200.326 Appendix II to Part 200) During the performance of this contract, the Bidder agrees as follows: The Bidder will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Bidder 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, sexual orientation, gender identity, 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 Bidder 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. The Bidder will, in all solicitations or advertisements for employees placed by or on behalf of the Bidder, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. The Bidder will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. The Bidder will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Bidder's commitments under this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Bidder 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. 623 5 ITB # 04-25-01 PH Creek Debris Removal Services The Bidder 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. In the event of the Bidder'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 Bidder 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 may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Bidder will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) 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 PROPOSER 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 Bidder becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Bidder may request the United States to enter into such litigation to protect the interests of the United States. The Bidder further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: provided, that if the applicant so participating is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The Bidder agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of its contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The Bidder further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to part ii, subpart d of the Executive Order. In addition, the Bidder agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the Bidder under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the department of justice for appropriate legal proceedings. 624 6 ITB # 04-25-01 PH Creek Debris Removal Services 8.Contract Work Hours and Safety Standards Act (40 U.S.C 3701-3708) Overtime requirements. No Bidder or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 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 Bidder and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Bidder and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 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 Bidder 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 Bidder or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. Subcontracts. The Bidder or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. Consideration of Bids Bids will be considered by the CITY, and the chosen Bidder will be selected based its ability to provide the services required at the lowest possible cost to the CITY. In assessing Bids the CITY shall consider, in addition to the Cost Proposal, but not limited to, the following capabilities and background in determining if a Bid is considered responsible. a.The background, and experience of the Bidder in providing similar services elsewhere, including the level of experience in working with municipalities and the quality of services performed or items supplied. b.Reasonableness/competitiveness of proposed costs and/or benefits to the City of Winter Springs. The City of Winter Springs reserves the right to negotiate fees and/or benefits with the selected Bidder. c.Determination that the selected Bidder has no contractual relationship which would result in a conflict of interest with the CITY. d.The Bidder‘s ability, capacity, and skill to fully and satisfactorily, provide these services and/or items required in this ITB. e.Whether the Bidder can provide the service and/or items in a professional, prompt and timely fashion. Pursuant to Florida Statutes § 287.05701, the CITY shall not request documentation regarding, consider, or give preference based upon, a vendor’s social, political, or ideological interests when determining the vendor’s qualifications. 625 7 ITB # 04-25-01 PH Creek Debris Removal Services Timeline of Events Release of ITB April 04, 2025 Deadline to receive questions (electronically) – 1:00pm local time April 18, 2025 Addendum Released by 1:00pm local time April 23, 2025 ITB Submittals are Due by 2:00 pm local time May 09, 2025 Bid Opening and Selection at 2:15 pm local time at Winter Springs City Hall May 09, 2025 City Commission Award Approval TBD Notice of Award to Successful Bidder TBD Notice to Proceed to Successful Bidder TBD 626 8 ITB # 04-25-01 PH Creek Debris Removal Services PART II - INSTRUCTIONS TO BIDDERS AND GENERAL PROVISIONS For ITB # 04-25-01 PH Creek Debris Removal Services Definitions (as used herein) a.The term "Invitation to Bid" means a solicitation of bids. The acronym "ITB" means Invitation to Bid. b.The term "Bid" means the price to conduct the scope of work requested based on the required minimum criteria. c.The term "professional services" means those services of architects, auditors, dentists, engineers, landscape architects, lawyers, physicians, psychologists, surveyors, and any other professional service as determined by the CITY. d.The term "Bidder" means the company/firm making an offer. e.The term "CITY" means the City of Winter Springs, Florida. f.The term "CITY Commission" means the governing body of the City of Winter Springs. Preparation of Invitation To Bid a Bidders are expected to examine the minimum requirements and all special and general conditions. Omission on the part of the Bidder to make the necessary examinations and investigations, or failure to fulfill every detail the requirements of the contract document, will not be accepted as a basis for varying the requirements of the CITY or the compensation to the Bidder. Failure to properly and fully complete the proposal is at the Bidder's risk. The Bidder shall sign the Invitation To Bid and print or type his/her name, address, and telephone number on the face page. a.The apparent silence of any supplemental minimum requirements as to any details, or the omission from it of a detailed description concerning any point will be regarded as meaning that only the best commercial practices are to prevail. All workmanship is to be first quality. All interpretations of the minimum requirements shall be made upon the basis of this statement. b. Bidders should submit their response to this ITB by: providing one (1) original, marked as such; three (3) copies, marked as such and one (1) electronic copy of your Bid, to the address noted above and by the date and time indicated. The outside of your package must be clearly labeled with the ITB number, title, opening date and time and the name and address of the Bidder. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not meet the CITY’s deadline requirements. c.The Bidder should retain a copy of all documents for future reference. d.All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of corporate signer must be included with the submittal with the Bid. You may use the Sunbiz website screen shot or include a copy of your Corporate Resolution to prove the authority of the corporate signer. e.Failure to follow the instructions in the Invitation To Bid is cause for rejection of your offer. Submission and Receipt of Bids a. Bids must be received before the specified time as designated in the ITB. A list of Bidders who submitted Bids will be furnished, upon request, following opening of the Bids. 627 9 ITB # 04-25-01 PH Creek Debris Removal Services b.Bids shall be submitted in a sealed envelope. The envelope must show the opening date and time, the ITB number, and the name and address of the Bidder. c.The City of Winter Springs is not responsible for the U.S. Mail or private couriers, in regard to mail being delivered by the specified time so that a Bid can be considered. d.Email and Facsimile (FAX) Bids will not be considered, however, Bids may be modified by email and FAX notice, provided such notices are received prior to the hour and date specified. e.Late Bids will be rejected. f. Bids having any erasures or corrections must be initialed by the offer or in ink. Bids shall be signed in ink. All amounts shall be typewritten or completed in ink. g.All Mandatory Bid Forms must be completed and attached to the Bid. h.All costs of Bid preparation, inspection of the ITB documents, and presentation of the Bid shall be solely borne by the Bidder. The CITY shall not be liable for any cost incurred by the Bidder during the preparation and submission of its Bid in response to this ITB. Selection of Bid(s) Only the CITY Commission can select Bids, authorize the CITY Manager to engage in negotiations, and ultimately enter into a contract. After the initial Bid review, the CITY may require one or more of the top Bidders to attend a meeting to make an oral presentation, answer questions, or clarify Bid conditions with the Bidder(s). This meeting will be exempt from the requirements of the Sunshine Law in accordance with section 286.0113, Florida Statutes. Bidder(s) will be notified of any further meeting requirements. Acceptance of Offer The signed Bid shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted only upon issuance by the CITY of a Purchase Order, Blanket Purchase Order, or other contractual document. The contract will be awarded to the most responsible and responsive Bidder whose Bid best meets the minimum requirements, with the lowest proposed cost set forth in this ITB. The CITY reserves the right to accept or reject any and all Bids or parts of Bids, waive minor informalities, and to request clarification of information from any Bidder. The CITY reserves the right to award the contract on a split-order, lump-sum, or individual-item basis, or such combination as shall best serve the interest of the CITY unless otherwise specified. Notice of Award and Performance Bond Within ten (10) calendar days from the date stipulated in the Notice of Award notifying Bidder that its Bid has been accepted, the successful Bidder shall execute the Agreement. Simultaneously with the execution of the Agreement, Bidder shall furnish a Performance Bond in the amount of 110 percent of the contract price. The bond shall be secured from a surety company acceptable to the CITY. The form of the Bond, the successful Bidder will be required to execute is included in the Bidding Documents. Failure to execute the Agreement and/or to furnish said bond within ten (10) calendar days from the date of the Notice of Award entitles the CITY to consider all rights arising out of the CITY's 628 10 ITB # 04-25-01 PH Creek Debris Removal Services acceptance of the Bid as abandoned and the Bid Bond shall be forfeited. The CITY shall be entitled to such other rights as may be granted by law. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the Invitation To Bid or Addenda (if any) should be reported in writing to the CITY's Procurement Manager smaclean@winterspringsfl.org . Should it be found necessary, a written Addenda will be incorporated in the Invitation To Bid and will become part of the Service Agreement (contract documents). The CITY will not be responsible for any oral instructions, clarifications, or other communications. Right to Reject Bids The CITY reserves the right to reject any Bids that do not meet a completeness of at least 75%, as it relates to the instructions set forth in this document. Right is reserved to reject any or all Bids and to disregard typographical, mathematical, or obvious errors. The CITY will not pay costs incurred by any Bidder in the preparation of Bids. Fiscal Non-Funding Clause In the event sufficient budgeted funds are not available for a new fiscal period, the CITY shall notify the Bidder of such occurrence and any contracts entered into between the CITY and Bidder shall terminate on the last day of the current fiscal period without penalty or expense to the CITY. Rights of the CITY This ITB constitutes an invitation for submission of Bids to the CITY. This ITB does not obligate the CITY to procure or contract for any of the scopes of services set forth in this ITB. 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 ITB that may expand, restrict, or cancel any portion or all work described in the ITB without obligation to commence a new procurement process or issue a modified or amended ITB. •To receive questions from potential Bidders and to provide such answers in writing as it deems appropriate. •To waive any informalities, technicalities or irregularities in the Bids submitted. •To reject any and all Bid submissions. •To change the date for receipt of Bids or any deadlines and dates specified in the ITB. •To change the procurement and/or selection process prior to receipt of Bids. •To conduct investigations with respect to the information provided by each Bidder and to request additional information (either in writing or in presentations and interviews) to support such Bidder’s responses and submittals. •To visit facilities referenced in the Bidder’s submittal at any time or times during the procurement process. •To seek clarification of Bids from the Bidders either in writing or in presentations and interviews •To cancel the ITB with or without the substitution of another ITB. Conflict of Interest Bidder acknowledges and certifies that this Bid does not violate any ethics provision found in Chapter 112, Florida Statutes, or Chapter 2 of the Code of Ordinances of the City of Winter Springs. The Bidder certifies that, to the best of their knowledge or belief, no elected/appointed official or employee of the City of Winter Springs, a spouse thereof or other person residing in the same household, is financially interested, directly or indirectly, in providing the goods or services specified in this proposal. Financial interest includes ownership of more than five percent (5%) of the total assets or capital stock or being an officer, director, manager, partner, proprietor, or agent of the business submitting the proposal or of any subcontractor or supplier thereof providing goods or services in excess of ten percent (10%) of the total Bid amount. 629 11 ITB # 04-25-01 PH Creek Debris Removal Services Additionally, the Bidder, on company letterhead, must divulge at the time of Bid submittal, any relative, other than those already specified, of an elected /appointed official or employee of the City of Winter Springs who has a financial interest, as defined herein, in providing the goods or services specified in the proposal. The CITY, at its sole discretion, will determine whether a conflict exists and whether to accept or reject the proposal. Public Entity Crimes A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a Bid, Proposal or Quote on a contract to provide any goods or services to a public entity, may not submit a Bid, Proposal or Quote on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bid, Proposal or Quote 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. Options When the CITY requests Bids with options regarding the extent of services to be provided, the CITY requests all Bidders to provide a cost breakdown for each option proposed. Although all options may be proposed, some options may not ultimately be purchased. The CITY reserves the right to decide, at its discretion, which options shall be purchased. The CITY reserves the right to engage more than one (1) Bidder if it is believed that different Bidders might best serve the CITY's interests in performing different segments of the work (e.g., one Bidder to provide building estimates, and another to provide infrastructure estimates). Subcontracting Where Bidders do not have the "in-house" capability to perform work desired in the Invitation To Bid, subcontracting may be permitted only with prior knowledge and approval of the CITY. The CITY must be assured of and agree that any proposed subcontractor(s) can perform work of the desired quality and in a timely manner. The name(s) of any intended subcontractor(s) should be given in the Bid. Default of Contract In case of default by the Bidder, the CITY may procure the requested services from other sources and hold the Bidder responsible for any excess costs occasioned or incurred thereby. Modification for Changes No agreement or understanding to modify this ITB and resultant purchase order or contract shall be binding upon the CITY unless made in writing by the City of Winter Springs. Order of Precedence In the event of an inconsistency between provisions of the ITB, the inconsistency shall be resolved by giving precedence in the following order: (a) Instructions to Bidders and General Provisions; and (b) the minimum requirements. 630 12 ITB # 04-25-01 PH Creek Debris Removal Services Examination of Records The Bidder shall keep adequate records and supporting documentation applicable to the subject matter of this ITB to include, but not be limited to: records of costs, time worked, working paper and/or accumulations of data, and criteria or standards by which findings or data are measured. Said records and documentation shall be retained by the Bidder for a minimum of one (1) year from the date the contract is completed and accepted by the CITY. If any litigation is initiated before the expiration of the one-year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved, unless otherwise instructed by the CITY. Should any questions arise concerning this contract, the CITY and its authorized agents shall have the right to review, inspect, and copy all such records and documentation during the record retention period stated above; provided, however, such activity shall be conducted only during normal business hours and shall be at CITY expense. Bidders shall be authorized to retain microfilm copies in lieu of original records if they so desire. Any subcontractor(s) employed by a Bidder who is subject to these requirements and the Bidder itself is required to so notify any such subcontractor(s). Bids Received All Bids received in response to this ITB become the property of the CITY. Contacting or Soliciting from City Staff The Bidder, including its agents and associates, shall refrain from contacting or soliciting any staff member or official of the CITY regarding this ITB upon the release of the ITB through the time of notification of award. Failure to comply with the provision may result in disqualification of the Bidder. Qualifications of Bidder A Bidder may be required, before the award of any contract, to show to the complete satisfaction of the CITY that they have the necessary facilities, equipment, ability and financial resources to perform the work in a satisfactory manner within the time specified. Disqualification of Bidder Any or all Bids will be rejected if there is any reason for believing that collusion exists among the Bidders, and participants in such collusion will not be considered in future proposals for the same work. Lobbying/Cone of Silence Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a CITY Commission Member, the CITY Manager, any requesting or evaluating Department/Division/Office personnel and/or any member of the Evaluation Committee concerning an active solicitation during the black-out period. A lobbying black-out period commences upon the issuance of this solicitation document. If an award item is presented to CITY Commission for approval or for a request to provide authorization to negotiate a Contract(s) and the CITY Commission refers the item back to the CITY Manager, Procurement Division and/or requesting Department/Division/Office for further review or otherwise does not act on the item, the Cone of Silence/Lobbying Black-out Period will be reinstated until such time as the CITY Commission meets to consider the item for action. Bidders, Proposers, Respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives shall not contact any CITY Commission member, the CITY Manager, any requesting or evaluating Division, Department, Office personnel, and/or any member of the Evaluation Committee concerning an active Invitation To Bid during the Lobbying/Cone of Silence Black-out period. 631 13 ITB # 04-25-01 PH Creek Debris Removal Services Applicable Law and Venue This Agreement shall be governed by, construed and interpreted in accordance with the laws of the State of Florida without regard to the conflicts or choice of law principals thereof. Each of the parties hereto: (a) irrevocably submits itself to the exclusive jurisdiction of the State of Florida, and agree that venue shall lie exclusively in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida for any state court action arising out of this Agreement, and exclusively in the United States District Court for the Middle District of Florida, Orlando Division, for any federal court action arising out of this Agreement; (b) waives and agrees not to assert against any party hereto, by way of motion, as a defense or otherwise, in any suit, action or other proceeding, (i) any claim that it is not personally subject to the jurisdiction of the above-named courts for any reason whatsoever, and (ii) any claim that such suit, action, or proceeding by any party hereto is brought in an inconvenient form or that venue of such suit, action, or proceeding is improper or that this Agreement or the subject matter hereof may not be enforced in or by such courts. Bid Disclosure, Public Records Responsibilities Florida law provides that municipal records shall, at all times, be open for personal inspection by any person. Section 119.01, Florida Statutes et. seq. (the Public Records Law). Unless otherwise provided by the Public Records Law, information and materials received by the City in connection with an ITB response and under any awarded contract shall be deemed to be public records subject to public inspection and/or copying at the end of the statutory exemption time period pursuant to Section 119.071, Florida Statutes. However, certain exemptions to the Public Records Law are statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable laws. If the Bidder believes any of the information contained in its response is exempt from the Public Records Law, including trade secrets as defined by Florida law, the Bidder must, in its response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption; otherwise, the CITY will treat all materials received as public records. Pursuant to section 119.0701, Florida Statutes, for any tasks performed by Bidder on behalf of the CITY, Bidder shall: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes (“Public Records”), required by the CITY to perform the work contemplated by this Agreement; (b) upon request from the CITY’s custodian of public records, provide the CITY with a copy of the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion or termination of this Agreement, if Bidder does not transfer the records to the CITY in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the CITY, in its sole and absolute discretion, requests that all Public Records in possession of Bidder be transferred to the CITY, Bidder shall transfer, at no cost, to the CITY, all Public Records in possession of Bidder within thirty (30) days of such request or (ii) if no such request is made by the CITY, Bidder shall keep and maintain the Public Records required by the CITY to perform the work contemplated by this Agreement. If Bidder transfers all Public Records to the City pursuant to (d)(i) above Bidder shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty (30) days of transferring the Public Records to the CITY and provide the CITY with written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. If Bidder keeps and maintains Public Records pursuant to (d)(ii) above, Bidder shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the CITY, upon request from the CITY’s custodian of public records, in a format that is compatible with the information technology of the CITY. If Bidder does not comply with a Public Records request, or does not comply with a Public Records request within a reasonable amount of time, the CITY may pursue any and all remedies available in law or equity including, but not limited to, specific performance. The provisions of this section only apply to those tasks in which Bidder is acting on behalf of the CITY. IF THE BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE BIDDER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Telephone number: (407) 327-6560 ext. 7003 E-mail address: cityclerkdepartment@winterspringsfl.org 632 14 ITB # 04-25-01 PH Creek Debris Removal Services Attorney Fees In the event of legal action or other proceeding arising under this ITB, the prevailing party shall be entitled to recover from the adverse party all its reasonable attorneys’ fees and costs incurred by the prevailing party in the prosecution or defense of such action, or in any post-judgment or collection proceedings and whether incurred before suit, at the trial level or at the appellate level. This shall include any bankruptcy proceedings. The prevailing party also shall be entitled to recover any reasonable attorneys’ fees and costs incurred in litigating the entitlement to attorneys’ fees and costs, as well as in determining the amount of attorneys’ fees and costs due to the prevailing party. The reasonable costs to which the prevailing party will be entitled include costs that are taxable under any applicable statute, rule, or guideline, as well as costs of investigation, copying costs, electronic discovery costs, mailing and delivery charges, costs of conducting legal research, consultant and expert witness fees, travel expenses, court reporter fees and mediator fees, regardless of whether such costs are taxable under any applicable statue, rule or guideline. E-Verify Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, any CITY contractors shall register with and use the U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all employees hired on and after January 1, 2021. Bidders must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Bidder stating all employees hired on and after January 1, 2021 have had their work authorization status verified through the E-Verify system and a copy of their proof of registration in the E-Verify system. Failure to comply with this provision will be a material breach of the contract and shall result in the immediate termination of a contract without penalty to the CITY. The Bidder shall be liable for all costs incurred by the CITY securing a replacement contract, including but not limited to, any increased costs for the same services, any costs due to delay, and rebidding costs, if applicable. If the Bidder utilizes Subcontractors, the following shall apply: Bidder shall also require all subcontractors performing work under the Agreement to use the E-Verify system for any employees they may hire during the term of the Agreement. Bidder shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. Contractor shall provide a copy of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement. Additional Information Additional information may be obtained from the Procurement Manager, (407) 327-7581, e-mail smaclean@winterspringsfl.org, or from any other CITY employee or agent listed on the ITB cover letter. Bids received in response to this Invitation to Bid are exempt from disclosure under the Public Records Law until such time as an award decision has been made known or until thirty days after the Bid opening, whichever occurs earlier. Each Bidder shall clearly mark each page of its Bid that contains trade secrets or other information which the Bidder believes is exempt from disclosure pursuant to Article I, Section 24 of the Florida Constitution and Chapters 119 and 286, Florida Statutes (commonly referred to as the “Sunshine Laws”). Disclosure of information marked according to the requirements of this section in response to a public records request will be determined by the CITY in its sole and absolute discretion and in accordance with the Florida laws, rules, and regulations. If there is no information marked as exempt by the Bidder, the CITY will assume that the Bidder does not claim that any portion of its Bid is exempt from disclosure under the Sunshine Laws. 633 15 ITB # 04-25-01 PH Creek Debris Removal Services Modification and Withdraw Bids may not be modified after submittal. Bids may be withdrawn at any time prior to the deadline. Withdrawal requests shall be made in writing and must be received by the CITY’s Procurement Manager before the time and date stated or as amended for the Bid Opening. Properly withdrawn Bids will be returned unopened to the person or Bidder submitting the Bid. A Bidder who timely withdraws its Bid may submit a new Bid in the same manner as specified herein under “Submission of Bid.” A Bid submitted in place of a withdrawn Bid shall be clearly marked as such on the outside of the envelope and on the Bid Form. If a Contract is not awarded within 90 calendar days after opening of Bids, a Bidder may file a written request with the CITY’s Procurement Manager for the withdrawal of its Bid. Prohibition on Gifts to City Employees and Officials No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any CITY employee, as set forth in Chapter 112, Part III, Florida Statutes, the current CITY Ethics Ordinance, and City Administrative Policy. Violation of this provision may result in one or more of the following consequences: a.Prohibition by the individual, firm, and/or any employee of the firm from contact with CITY staff for a specified period of time; b.Prohibition by the individual and/or firm from doing business with the CITY for a specified period of time, including but not limited to: submitting Bids/proposals, RFP, and/or quotes; and, c.Immediate termination of any contract held by the individual and/or firm for cause. Discrimination A Bidder or affiliate who has been placed on the discriminatory vendor list may not submit a Bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a Bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit Bids, proposals, or replies 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. Federal Requirements This contract may be funded in whole or in part with federal funding. As such, federal laws, regulations, policies and related administrative practices shall apply to any contract negotiated with a selected firm as required by federal law. The most recent of such requirements, including any amendments made such as the submission of the Bids, shall apply, unless the federal government determines otherwise. The federal government requirements contained in the most recent version of the Uniform Administrative Requirements for federal awards (Uniform Rules) codified at 2.C.F.R, Part 200, including any certifications and contractual provisions required by any federal statutes or regulations referenced therein to be included in this contract are deemed incorporated herein by reference and shall be incorporated into any sub-agreement or subcontract executed by the Bidder pursuant to its obligations under federal law. 634 16 ITB # 04-25-01 PH Creek Debris Removal Services PART III - SPECIFIC BID REQUIREMENTS For ITB # 04-25-01 PH Creek Debris Removal Services To assure consistency, Bids must conform to the following format: A.Bidder Information and Acknowledgement Form B.Table of Contents C.Introduction Letter D.Qualifications E.Other Information F.Cost & Time G.Mandatory Bid Forms H.Florida State Corporate Filing Section A – Bidder Information and Acknowledgement Form 1.Use the form provided in the Mandatory Bid Forms titled “BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM.” (See Form 1) Section B – Table of Contents 1.Identify Bid material by section and page number. Section C – Introduction Letter 1.Summarize the key points of the Bid including an understanding of the scope of work. Must be signed by an authorized official of the firm. Section D – Qualifications 1.General – Provide general information about the firm, including size, office location(s), and structure of your firm. Identify and explain any significant changes in organizational structure, ownership, or management both firm-wide during the past five (5) years. 2.Bidder Experience – Describe the Bidder’s experience with providing creek debris removal services. Focus on the Bidder’s experience with debris removal in waterways, such as creeks and ponds. 3.Team Experience – Identify key members of firm’s team that will service the CITY. Identify the primary day-to- day contact for the engagement and their experience. Identify the proposed project manager. Provide brief resumes for key team members that will service the CITY as an Appendix. 4.Florida Knowledge – Describe any political, economic, legal, or other issues impacting Florida municipalities, specifically those impacting the City of Winter Springs, which may be relevant to the Proposal. 5.References – Use the form provided in the Mandatory Proposal Forms titled “REFERENCE INFORMATION FORM” 6.Conclusion – Briefly summarize why Bidder should be selected, including Bidder Firm is pursuing the City of Winter Springs’ business. In short, summarize what makes the Bidder different and why the CITY should select your Bid above all others. 635 17 ITB # 04-25-01 PH Creek Debris Removal Services Section E - Other Information This section should address any other information necessary for a full understanding of Bidder’s services. Please provide detailed information on any relevant additional services offered by Bidder. Section F – Cost This section must clearly state the cost associated with the project. Use Appendix A: Bid Tabulation Worksheet. Section G – Mandatory Bid Forms Fill out the forms provided, Bidder Information and Acknowledgement Form, Reference Information Form, Insurance Requirements Form, Scrutinized Company Certification, Non-Collusion Affidavit of Prime Bidder, Drug Free Workplace Form, Public Entity Crimes Statement, Debarment, Suspension etc. Certification, E-Verify Statement, Conflict of Interest Statement, SMWBE Utilization Plan and Byrd Anti-Lobbying Act Certification. Section H – Florida State Corporate Filing All Bids must be signed with the Bidder name and by an officer or employee having authority to bind the Bidder by his/her signature as indicated by the Florida Department of State, Division of Corporations (www.sunbiz.org). Proof of corporate signer must be included with the submittal with the Bid. Use Sunbiz website screen shot or include a copy of Corporate Resolution or a Power of Attorney. 636 ITB # 04-25-01 PH Creek Debris Removal Services MANDATORY BID FORMS Form 1 -Bidder Information and Acknowledgement Form Form 2 -Reference Information Form Form 3 -Insurance Requirements Form Form 4 -Scrutinized Company Certification Form 5 –Non-Collusion Affidavit of Prime Bidder Form 6 -Drug Free Workplace Form Form 7 -Public Entity Crimes Statement Form 8 -Debarment, Suspension etc. Certification Form 9 - E-Verify Statement Form 10 -Conflict of Interest Statement Form 11 -SMWBE Utilization Plan Form 12 -Byrd Anti-Lobbying Act Certification Appendix A Bid Tabulation Worksheet Appendix C Bid Bond Form Mandatory forms must be submitted with the proposal. Failure to submit forms will disqualify the Bidder from the ITB Appendix B Project Specifications (Includes Attachments B-1 & B-2) Appendix D Performance Bond Form Appendix E Notice of Award Appendix F Notice to Proceed ** Appendices B, D, E and F do not need to be returned as a Mandatory Form** 637 ITB # 04-25-01 PH Creek Debris Removal Services BIDDER INFORMATION AND ACKNOWLEDGEMENT FORM For ITB # 04-25-01 PH Creek Debris Removal Services The undersigned Bidder does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements shown by the Invitation To Bid to be delivered to the specified site for the price indicated. IT IS THE BIDDER’S RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDA BEFORE SUBMITTAL THIS BID MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Bid. If not submitted, Bidder will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney. BIDDER NAME: TAX ID# SNN or EIN: BIDDER ADDRESS: PURCHASE ORDER ADDRESS: PHONE NUMBER: COMPANY WEBSITE: COMPANY CONTACT (REP): CONTACT EMAIL ADDRESS: SIGNATURE: THE UNDERSIGNED: A.Acknowledges receipt of: 1.ITB # 04-25-01 PH Pertaining To: Creek Debris Removal Services Addenda Number ________, Dated ____________. Addenda Number _________, Dated ____________. B.Has examined the site and all ITB Documents and understands that in submitting its Bid, they waive all right to plead any misunderstanding regarding the same. C.Agrees: 1.To hold this Bid open for 90 calendar days after the Bid opening date. 2.To furnish the goods and/or services specified in this Bid at the prices quoted in my responsive proposal and in compliance with the ITB Documents. 3.To accept the provisions of the Instructions to Bidders. 4.To negotiate a contract with the CITY incorporating the Bid prices, if selected on the basis of this Bid. 5.To accomplish the work in accordance with the contract documents. D.Certifies: 1. That all information contained in this Bid is truthful to the best of my knowledge and belief. 2.That I am duly authorized to submit this Bid on behalf of the Bidder and that the Bidder is ready, willing, and able to perform if awarded the Bid. Stipulated Amount A.Submit on Bid Tabulation Worksheet, Appendix A. 638 ITB # 04-25-01 PH Creek Debris Removal Services REFERENCE INFORMATION FORM ITB # 04-25-01 PH Name: Creek Debris Removal Services Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Bidder Representative Typed Name/Title: Bidder Representative Signature: Bidder: 639 ITB # 04-25-01 PH Creek Debris Removal Services INSURANCE REQUIREMENT FORM Insurance Type Required Limits Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits Employer’s Liability $1,000,000 each accident, single limit per occurrence Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless City of Winter Springs, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. Other Bidder shall ensure that all subcontractors comply with the same insurance requirements that it is required to meet. The same Bidder shall provide the CITY with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as “Additional Insured” on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty (30) days cancellation notice required. The undersigned Bidder agrees to obtain, prior to award, if selected, minimum insurance as stated above. Bidder Authorized Signature Officer Title Date 640 ITB # 04-25-01 PH Creek Debris Removal Services SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the CITY for goods or services of: a.Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the Bidder is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b.One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to s. 215.473; or c.Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The Bidder must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a.The Bidder is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List; b.Been placed on the Scrutinized Companies that Boycott Israel List or c.Is engaged in a boycott of Israel; or d.Been engaged in business operations in Cuba or Syria. e.Has been placed on a list created pursuant to s. 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. The CITY shall provide notice, in writing, to the Bidder of any determination concerning a false certification. a.The Bidder shall have five (5) days from receipt of notice to refute the false certification allegation. b.If such false certification is discovered during the active contract term, the Bidder shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c.If the Bidder does not demonstrate that the CITY’s determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. 641 ITB # 04-25-01 PH Creek Debris Removal Services THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a.The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and b.The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c.For contracts of one million dollars or more, the Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List and, further, are not engaged in business operations in Cuba or Syria; and d.If awarded the Contract, the Vendor, owners, or principals will immediately notify the CITY in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of Bidder) STATE OF ____________________________________ COUNTY OF __________________________________ The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online notarization, this ______ day of __________, 2025 by _____________________ the _________________ of __________________________, a ________________________ (____) who is personally known to me or (_____) who produced ______________________________________ as identification. Notary Public __________________________________ Print Name: ___________________________________ My Commission Expires: _________________________ 642 ITB # 04-25-01 PH Creek Debris Removal Services NON-COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF COUNTY OF ____________________________________, being duly sworn, deposes and says that: (1)He/she is ___________________________ of ___________________________________ Title Bidder The Bidder that has submitted the attached response. (2)He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid. (3) Such Bid is genuine and is not a collusive or sham Bid. (4)Neither the said Bidder nor any of its officers, partners, owners, agent representatives, employees or parties in interest including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Bidder, firm or person, to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of Winter Springs, Florida, or any person interested in the proposed Agreement. (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of interest, including affiant. (Signed) (Title) STATE OF _______________________________ COUNTY OF _______________________________ The foregoing instrument was acknowledged before me this ____________________by _____________________________, who is (___) personally known to me or (___) who has produced _______________________________ as identification and who (did / did not) take an oath. ___________________________________ (Signature of Notary Public) ___________________________________ (Name of Notary Typed, Printed or Stamped) ___________________________________ (Commission Number) 643 ITB # 04-25-01 PH Creek Debris Removal Services DRUG FREE WORKPLACE FORM The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that ___________________________________________________________________ does: (Name of Bidder) 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 contract a copy of the Drug-Free statement. 4.Notify the employees that as a condition of working on the commodities or contractual services that are under contract, 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 States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5.Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, 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. 7.As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. (Authorized Signature) (Date) (Print/Type Name as Signed Above 644 ITB # 04-25-01 PH Creek Debris Removal Services PUBLIC ENTITY CRIMES STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted with Bid for ITB # 04-25-01 PH Creek Debris Removal Services. 2.This sworn statement is submitted by (Bidder) ______________________________ whose business address is _________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is __________________________(If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ___________. 3.My name is ____________________ and my relationship to the Bidder named above is ________________________. 4.I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5.I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6.I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1.A predecessor or successor of a person convicted of a public entity crime; or 2.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7.I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 645 ITB # 04-25-01 PH Creek Debris Removal Services PUBLIC ENTITY CRIMES STATEMENT cont. 8.Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies) ____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. ____The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.) ____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.) ____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with, the Department of General Services.) _______________________________________________________ Signature Date: STATE OF ________________________________ COUNTY OF ______________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this _____ day of ________________, 2025, and is personally known to me, or has provided ______________________ as identification. ___________________________________My Commission expires: ________________ Notary Public 646 ITB # 04-25-01 PH Creek Debris Removal Services DEBARMENT, SUSPENSION and OTHER RESPONSIBILITY MATTERS Certification A - Primary Covered Transactions The prospective primary participant certifies to the best of its knowledge and belief that its principals: a.Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal debarment or agency; b.Have not within a three-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; c.Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b)of this certification; and d.Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation of this proposal. Instructions for Certification (A) By signing and submitting this Bid, the prospective primary participant is providing the certification set out below; a.The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or any explanation shall disqualify such person from participation in this transaction. b.The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. c.The prospective primary participant shall provide immediate written notice to the department or agency to which this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 647 ITB # 04-25-01 PH Creek Debris Removal Services d.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of these regulations. e.The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. f.The prospective primary participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines this eligibility of its principals. Each participant may, but is not required to, check the Non- procurement List. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i.Except for transactions authorized under paragraph (6) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. Certification B - Lower Tier Covered Transactions a.The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b.Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 648 ITB # 04-25-01 PH Creek Debris Removal Services Instructions for Certification (B) By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. a.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. b.The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. c.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. d.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. e.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause title “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitation for lower tier covered transactions. f.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principles. Each participant may but is not required to, check the Non- procurement List. g.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 649 ITB # 04-25-01 PH Creek Debris Removal Services h.Except for transactions authorized under paragraph (5) of these instructions, if a participant in a lower covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies including suspension and/or debarment. Bidder: Date: Signature of Authorized Certifying Official: Title: 650 ITB # 04-25-01 PH Creek Debris Removal Services E-VERIFY STATEMENT Bid Number: ITB # 04-25-01 PH Project Description: Creek Debris Removal Services Bidder acknowledges and agrees to the following: Bidder shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1.All persons employed by the Bidder during the term of the Contract to perform employment duties within Florida; and 1.All persons assigned by the Bidder to perform work pursuant to the contract with the CITY. Bidder: _____________________________________________________________________ Authorized Signature: __________________________________________________________ Title: ________________________________________________________________________ Date: _______________________________________________________________________ 651 ITB # 04-25-01 PH Creek Debris Removal Services CONFLICT OF INTEREST STATEMENT This sworn statement is submitted with Bid for ITB # 04-25-01 PH Creek Debris Removal Services This sworn statement is submitted by (Bidder) ________________________ whose business address is _____________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is _____________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ____________.) My name is ________________________ and my relationship to the Bidder named above is__________________. 1.The above-named Bidder is submitting a Bid for the City of Winter Springs. 2.The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her own knowledge. 3.The Affiant states that only one submittal for the above Bid is being submitted and that the above-named Bidder has no financial interest in other entities submitting Bids for the same project. 4.Neither the Affiant nor the above- named Bidder has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the Bidder’s submittal for the above Bid. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. 5.Neither the Bidder nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. 6.Neither the Bidder nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7.I certify that no member of the Bidder’s ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. 8.I certify that no member of the Bidder’s ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. 9.In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named Bidder will immediately notify the City of Winter Springs. ________________________________________________________ Signature Date: STATE OF _______________________________ COUNTY OF _____________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ___ day of ________________, 2025, and is personally known to me, or has provided ______________________ as identification. ___________________________________ My Commission expires: ____________________ Notary Signature 652 ITB # 04-25-01 PH Creek Debris Removal Services SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (Bidder): ________________________________________________________ Project Name : Creek Debris Removal Services Project ITB #04-25-01 PH 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that Bidders (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. •Placing qualified small and minority business and women’s business enterprises on solicitation lists. •Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. •Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. •Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. •Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd 653 ITB # 04-25-01 PH Creek Debris Removal Services BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. §1352 (as amended). 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. See below – Certification Regarding Lobbying. Byrd Anti-Lobbying Certification Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1.No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LL, “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 section 1352, title 31, U.S. Code. 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. Byrd Anti-Lobbying Amendment, 31 U.S.C. §1352 (as amended) The Bidder, _____________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Bidder’s Authorized Official Name and Title of Bidder’s Authorized Official Date 654 ITB # 04-25-01 PH Creek Debris Removal Services Appendix A – BID TABULATION The Bidder hereby indicates the following total units and total prices which represent all materials, labor, equipment, transportation, performance of all operations relative to construction of the project, overhead, and costs of all kinds and profit to complete the work items in accordance with the Project Manual, plans, and permits. Work for which there is not a listed item below shall be considered incidental to the Contract and no additional compensation will be allowed. The detailed Schedule of Values shall be provided by the lowest responsible Bidder and be included with their executed contract, as attached. TOTAL BID: ________________________________________________DOLLARS $ ________________ (In Words) ESTMATED TIME TO COMPLETE PROJECT: ____________________ calendar weeks ITEM NO.ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL 101-1a Mobilization 1 LS 101-1b Bonds and Insurance 1 LS 102-1 Maintenance of Traffic 1 LS 9999-1 Sheoah Creek - Removal and Disposal of debris affecting approximately 300 linear feet of creek (2 debris target locations)300 LF 9999-2 Gee Creek - Removal and Disposal of debris affecting approximately 6,250 linear feet of creek (49 debris target locations)6,250 LF 9999-3 No Name Creek - Removal and Disposal of debris affecting approximately 150 linear feet of creek and (1 debris target location)150 LF 9999-4 Howell Creek - Removal and Disposal of debris affecting approximately 9,200 linear feet of creek and (62 debris target locations) 9,200 LF 9999-5 Bear Creek - Removal and Disposal of debris affecting approximately 9,290 linear feet of creek and (40 debris target locations) 9,290 LF 9999-6 Little Howell Creek (Oak Forest) - Removal and Disposal of debris affecting approximately 2,550 linear feet of creek and (36 debris target locations) 2,550 LF 9999-7 Little Howell Creek (Winding Hollow) - Removal and Disposal of debris affecting approximately 2,300 linear feet of creek and (30 debris target locations) 2,300 LF 9999-8 Project Photographs (Before and After) of all Debris Removal Targets 1 LS TOTAL 655 Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) APPENDIX B PROJECT SPECIFICATIONS 656 SPECIFICATIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) P ART 1A SPECIAL PROVISIONS 657 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-2 SPECIAL PROVISIONS These Special Provisions modify, clarify, delete, or supplement the General Conditions of the Contract. SP-01 ................................................................................................................................. ……………Scope of Work The City of Winter Springs is seeking to obtain the services of a qualified vendor to remove and dispose of vegetative debris, such as fallen trees, and other accumulated debris from Howell Creek, Bear Creek, Sheoah Creek, Gee Creek, No Name Creek, and Little Howell Creek within the City of Winter Springs, Florida. This project is intended to restore functionality and aid in the unobstructed conveyance of stormwater. Following Hurricanes Milton, a debris removal site inspection / survey was performed for Sheoah Creek, Gee Creek, No Name Creek, Howell Creek, Bear Creek, and Little Howell Creek within the City of Winter Spring limits. Based on the site inspection, more detailed information of the debris removal for each of the creeks is included in the paragraphs below. With respect to Sheoah Creek, the length of the affected creek is approximately 300 linear feet of debris cleanup (around Sheoah Boulevard). For this stretch of creek, there were two (2) debris target removal locations identified (refer to Figure 1A and Attachment “B-2” for the Sheoah Debris Removal Figure and associated photograph log, respectively). For Gee Creek, the length of the affected creek is approximately 6,250 linear feet of debris cleanup (Lido Road to South Moss Road). For this stretch of creek, there were approximately 49 debris target removal locations identified. For No Name Creek, the length of the affected creek is approximately 150 linear feet of debris cleanup (near Sailfish Road). For this stretch of creek, there was one (1) debris target removal locations identified (refer to Figure 1B and Attachment “B-2” for the Gee Creek and No Name Creek Debris Removal Figure and associated photograph log, respectively). For Howell Creek, the length of the affected creek is approximately 9,200 linear feet (from the Cross Seminole Trail to approximately 500 linear feet north of Northern Way (South)). For this stretch of creek, there were approximately 62 debris target removal locations identified (refer to Figure 2 and Attachment “B-2” for the Howell Creek Debris Removal Figure and associated photograph log, respectively). With regards to Bear Creek, the length of the affected creek is approximately 9,290 linear feet (west of Carrington Court to Winter Springs Boulevard). For this length of creek, there were approximately 40 debris target removal locations identified (refer to Figure 3 and Attachment “B-2” for the Bear Creek Debris Removal Figure and associated photograph log, respectively). With regards to Little Howell Creek (Oak Forest), the length of the affected creek is approximately 2,550 linear feet (south of Trotwood Boulevard to Chokecherry Drive). For this length of creek, there were approximately 36 debris target removal locations identified (refer to Figure 4A and Attachment “B-2” for the Little Howell Creek at Oak Forest Debris Removal Figure and associated photograph log, respectively). With regards to Little Howell Creek (Winding Hollow), the length of the affected creek is approximately 2,300 linear feet (the powerline easement on the east to No Name Creek on the west). For this length of creek, there were approximately 30 debris target removal locations identified (refer to Figure 4B and Attachment “B-2” for the Little Howell Creek at Winding Hollow Debris Removal Figure and associated photograph log, respectively). 658 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-3 The project is intended to restore the functionality of creek areas, to aid in conveyance of storm water management, and reduce the potential flooding of adjacent properties. The work will consist of cleanup of creek debris by removing and disposing of trees, logs, stumps, brush, blockages, rubbish, and debris deposited in the debris removal area of the creeks (refer to Figure 5). SP-02 .................................................................................................................................................... ……Access The contractor will be granted access to the creek by way of the roadway / bridge crossings (i.e. City right-of-way) and are generally shown on the Figures for each creek. Prior to the beginning of construction, Contractor and CITY Staff will visit each access point. Contractor may suggest an alternate route or access point, but written approval by the CITY Project Manager along with adequate real property rights and/or completed right of entry agreements may be required. SP-03 .......................................................................................................................... …………………Limits of Work Limits of the work areas are generally defined in the Figures for each creek. The project shall consist of the removal and disposal of creek debris from approximately 30,040 (Thirty Thousand and Forty) linear feet (LF) of the creeks shown in Attachment “B-1” Figures. SP-04 .......................................................................................................................... ……………….Debris Removal a.All downed trees, brush, limbs, tops, vines, and other washed-in woody vegetative materials within the stream banks shall be removed. Trees within or outside the creek banks which are leaning or unstable may be removed at the discretion of the City Project Manager. Trees within or outside the stream banks which are still standing and stable shall not be removed. All rubbish including, but not limited to, building materials, manufactured items, and other loose foreign debris lying completely or partially within the limits of designated areas shall also be removed. b.Trees designated for removal shall be cut off as near to the ground surface or creek bottom as conventional cutting tools or field conditions will permit, to minimize erosion or disturbance to the stream bottom. Stumps of downed trees within the creek bank or tree bottoms shall not be removed unless any root mass located within the channel bank has become unstable or obstructs the flow in the channel. c.All work performed shall take extra care that active vegetation in the canopy over the creek and its banks, along the littoral shelf and the littoral/riparian interface, and the bottom habitat are not harmed. Fallen trees and associated debris shall be removed in such a manner as to avoid damage to trees left standing or existing structures and with due regard for the safety of persons and property. Impacts to adjacent properties shall be minimized using Best Management Practices as necessary, including but not limited to the use of mats under vehicles or heavy equipment and regarding any rutting to natural contours, such that temporary impacts would readily re-recruit and return to un-impacted conditions within one growing season. Unless otherwise approved by the CITY Project Manager, work on all sites shall progress from downstream to upstream. 659 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-4 d.Naturally leaning trees with apparently undamaged root systems and other natural, undamaged vegetation shall remain in its natural condition and not be removed. Trees that have been "snapped", are not leaning, have a strong root structure, and pose no threat to the channel will be left as they are. The approval of the CITY Project Manager shall be obtained prior to cutting any "healthy" tree for equipment access purposes. e.Water level in the channel will fluctuate up and down due to rainfall events. The extent of debris removal in the channel cross section is not changed by the fluctuation in the water level. Dredging, excavation, or addition of soil/sediment shall not be allowed. SP-05 .......................................................................................................................... ……………………….Equipment a.The work shall be accomplished by hand removal or limited mechanical clearing. Flow obstructions shall be removed with portable winches, chainsaws, handheld tools, block and tackle, cables, log chains, etc. by methods including, but not limited to, sawing, cabling, winching, lifting, or dragging or as approved by the CITY Project Manager. b.Disturbance of the channel bottom and banks, and equipment access areas shall be held to the minimum necessary to allow the construction equipment to remove the debris. Heavy equipment working on wet soil conditions must operate from mats or use other measures as approved by the CITY Project Manager to minimize rutting or soil disturbance. c.Boats, barges, and wheeled and/or tracked vehicles for removing, loading and hauling the debris off-site will be allowed at the specified locations as approved by the CITY Project Manager. d.Access for mechanized equipment shall be limited to one side of the channel. Access to the channel shall generally be perpendicular to the channel with precautions taken to protect private property as well as mast producing and canopy trees. e.Hydraulic excavators, if used, shall be low ground pressure (LGP) machines and be equipped with a stationary or mechanical thumb attachment or have a grapple. The use of rubber-tired skidders will not be allowed without prior written approval of the CITY Project Manager. When the use of skidders is allowed, they shall be equipped with low ground pressure, high flotation tires. SP-06 .......................................................................................................................... …………………………….Dipsosal a.The Contractor shall be responsible for the proper disposal of all materials removed. Debris hauled off-site shall be taken to the disposal site at any County Landfill, Class III or higher. Alternate landfills for disposal proposed by the Contractor must be pre- approved by the CITY Project Manager. b.Debris removed from the principal run shall not be placed in or adjacent to other runs tributaries, side ditches, floodplains nor any other defined water entrances to the watercourse being cleaned. Also, when one side of the channel is through improved areas and the other side is woods, it is not permissible to dispose of the river debris from the improved side on the side that is in woods. Nor is it permissible to place debris on the property of others, to "pile up" debris, or to move debris upstream or downstream in improved areas to dispose of debris in wooded areas to avoid hauling off-site. 660 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-5 c.Debris shall not be placed on nature or hiking trails, sewer lines, highways, or railroad right-of-ways, or any other improved areas. Debris shall not be placed in tributaries or side ditches. The debris shall be placed in such a manner to prevent potential movement of the materials back into the floodway by subsequent high-water flows. d.All foreign debris such as building materials and manufactured items (stoves, refrigerators, washing machines, other household goods, cars, tin, building material, etc.) found within the limits of the debris cleanup area shall be hauled to the off-site disposal area(s). Unless otherwise specifically approved by the receiving County Landfill, all debris will have to be separated by woody, construction and demolition, "white goods", and tires prior to placement in the landfill. e.Where petroleum or gas tanks, pesticide containers or other hazardous materials are found within the limits of debris cleanup, the contractor shall note the location of the tank, container, or material and notify the CITY Project Manager. The Contractor shall avoid disturbance or damage to the tank, container, or materials. SP-07 .......................................................................................................................... Environmental Requirements a.No activity shall adversely affect any species which is endangered, threatened, or of special concern, as listed in Rules 68A-27.003, 68A-27.005, F.A.C. b.Disturbance of the creek banks and the creek bottom will be held to the minimum necessary to remove the debris. c.Where the use of heavy equipment is allowed, equipment shall operate adjacent to the creek and not within the stream unless prior approval is granted by the CITY Project Manager. Crossing a creek with equipment to gain access to the opposite bank is only allowed with the specific approval of the CITY Project Manager. d.Equipment shall be maintained to prevent fuel, oil, and lubricant spills. Refueling, repairs, and lubrication will be performed at safe distances from the creek. Should fuel leaks, oil leaks or hydraulic pipe rupture occur during construction, the Contractor's operators shall immediately remove the equipment to a safe area and take prompt action to minimize damage and safeguard the site. The Contractor or his Superintendent shall immediately report the spill or discharge in accordance with the Special Provisions of this Contract; and the requirements of the Florida Statute Chapter 376 Pollution Discharge Prevention and Removal will be followed. e.The Contractor shall provide tanks or barrels to be used for off-site disposal of chemical pollutants such as drained lubricating or transmission oils, greases, etc. produced as a by-product of this work. f.Washing, fueling or servicing of equipment shall be avoided where spillage or wash water can enter the watercourse. SP-08 .......................................................................................................................... ………..Special Requirements a.The CITY shall have the right to temporarily suspend the Contract due to unforeseen weather conditions or any other conditions that in the sole opinion of the CITY may cause the work to not proceed in an expeditious or safe manner as determined by the CITY. 661 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-6 b.The Contractor shall submit to the CITY Project Manager for review and approval prior to construction, a list of equipment and construction schedule showing the sequence of all work to be performed. Any changes to the schedule after start of construction will require minimum 24-hour notification and prior approval by the CITY Project Manager. c.The Contractor shall exercise care while working in the areas of existing lawns, roads, structures, utilities, and other improvements. The Contractor shall be responsible for the prompt repair or replacement of any such improvements damaged by his/her operations. d.Fences, if any, which must be removed for access shall be removed with the minimum damage practical and reinstalled as near to the original condition as possible immediately after construction access is no longer needed at the site. Prior authorization is required by the CITY Project Manager for any fence removals. e.The Contractor shall be responsible for complying with all applicable requirements of the Florida Department of Transportation's Manual on Uniform Traffic Control Devices as adopted by the Department of Transportation pursuant to Chapter 316 Florida Statute when work is performed on public right-of-ways. When equipment or personnel are operating on public right-of-way, flagmen shall be stationed to warn oncoming traffic of congestion. Proper construction road signs shall be in place. A means of removing sediment and/or debris from roadways shall be established. Sweep machines may remove residue deposited on roadways, manual sweeping methods or pressurized water. The Contractor shall be responsible for implementation of these measures. f.Contractor is to document the removal of debris at each location with before and after photos. Photos are to be submitted to the CITY digitally on a weekly basis. The photos shall be submitted in an image (jpeg) format and shall include location identifiers (gps location) in the photograph. g.As needed, the contractor is to stabilize damaged creek banks by mulching. CITY Project Manager will make the determination as to which locations need to be re-stabilized. SP-09 .......................................................................................................................... ……Measurement of Payment Measurement and Payment for all bid items will be as measured in-place upon acceptance of the Work by the Owner or Engineer. Payment for all unit price items will be made for the actual quantities placed and measured. A.Unit Price and Lump Sum Contracts 1.All schedules are given for the convenience of the Engineer and the Contractor and are not guaranteed to be complete. The Contractor shall assume all responsibility for estimating the size, kind, and quantity of materials and equipment included in work to be done under this Contract. 2.All Contracts shall be subject to retainage as defined in the General Conditions and the Agreement. B.Methods of Payment 1.Unit Price Contracts/Items: Payment will be made for actual quantities of work properly installed as approved by the Owner or Engineer unless otherwise indicated herein. 662 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-7 2.Lump Sum Contracts/Items: Payment will be made for each individual item on a percentage complete basis as estimated by the Contractor and approved by the Owner or Engineer. Quantities provided in the Contractor’s Schedule of Values are for the purpose of estimating the completion status for progress payments. Adjustments to costs provided in the accepted Schedule of Values may be made only by Change Order. C.Methods of Measurement 1.Units of measurement shall be defined in general terms as follows. a.Linear Feet (LF)f.Each (EA)k.Each Day (ED) b.Square Feet (SF) g. Sacks (SK) c.Square Yards (SY)h.Lump Sum (LS) d.Cubic Feet (CF)i.Ton (TN) e.Cubic Yards (CY)j.Allowance (AL) 2.Unit Price Contracts/Items a.Linear Feet (LF) shall be measured along the horizontal length of the centerline of the creek, unless otherwise specified. 3.Lump Sum Contracts/Items a.The Measurement of Work for lump sum contracts and/or items shall be based on the information provided in the Contract Documents and compiled through the Contractor's own field verifications, investigations and testing prior to Bidding. D.No separate payment will be made for the following work, and its cost shall be included in the appropriate payment item. 1.Applications and pulling of all utility and construction permits. 2.Shop drawings, working drawings and samples. 3.Pre-construction video and photographs. 4.Permits. 5.Field engineering, including utility coordination, locates and conflict identification. 6.Backfill, compaction and grading (as needed). 7.Cleanup. 8.Close-out documentation, including photographs, etc. 663 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-8 SP-09 .......................................................................................................................... ……Grant Funding Compliance Funding for this project will be provided by the U.S. Department of Agriculture Natural Resources Conservation Service (NRCS); pursuant to Agreement No. NR254209XXXXC003; CFDA No. 10.923. As such, all applicable federal guidelines, including, but not limited to the following are hereby incorporated herein by reference. The Contractor shall abide by all applicable federal guidelines at all times throughout the execution and completion of this project. i. Procurement Standards – 2 CFR 200.317 through 200.326 ii. Contract Provisions For Non-Federal Entity Contracts Under Federal Awards – Appendix II to 2 CFR Part 200 iii.Labor Standards – 29 CFR Part 5 iv.Work Hours and Safety – 40 USC 324-330 v.NRCS Supplement to OSHA Parts 1910 and 1926 SP-10 ...................................................................................................................................................... Pay Items All work under this Contract shall be included in the pay items listed on the bid schedule (bid form). Any items for which a specific pay item is not included shall be included in the price of the item to which it pertains or is associated. Any items not shown or omitted that are required for a complete installation shall be furnished and installed by the Contractor at no additional cost to the Owner. Measurement and payment for the creek debris removal sites will be a linear feet basis for each creek for the work described in the bid documents. The Contractor shall submit a Schedule of Values along with their bid. Payments are to be considered full compensation for all labor, equipment, tools, materials, and other items necessary and incidental to complete the work. The Contractor may propose a payment schedule or alternate payment method for all the work to be completed with this project. SP-11 ...................................................................................................................................... Description of Work Work included in the Contract as bid items are shown on the bid schedule (bid form) and as shown on the Project Figures. No direct payment will be made for any other work necessary to complete the planned work, but the cost therefore shall be included in the unit prices bid for pay items. All costs to perform the work called for in the Contract Documents are included in the unit prices and the Total Bid Amount in the Proposal submitted by the Contractor. Any commission or omission shown or implied shall not be cause for deviating from the intent of the Contract Documents. If any modification of the Contract Documents is deemed necessary by the Contractor, details of such modifications and the reasons therefore shall be submitted in writing to the Engineer for written approval prior to beginning such modified work. SP-12 ............................................................................................................................................. Contract Bonds The cost of the Contract Bonds shall be included in the Total Bid Amount. Compensation to the Contractor for providing the required Contract Bonds shall be included in Pay Item 101-1b, Bonds and Insurance. 664 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-9 SP-13 ................................................................................................................................ Construction Procedure The Contractor shall at all times conduct the work in such manner and in such sequence as will ensure the least practicable interference with traffic. The Contractor's vehicles and other equipment shall be operated in such manner that they will not be a hazard or hindrance to the traveling public. The Contractor shall not open up work to the prejudice of work already started, and the City and or Engineer may require the Contractor to finish a section on which work is in progress before work is started on any additional section. The Contractor shall arrange the work and dispose of materials in accordance with the spirit of the Contract Documents and perform the work in proper sequence all as may be approved by the City and or Engineer. The Contractor is responsible for maintaining proper drainage during construction. Existing functioning gutters, pipes, and ditches shall not be obstructed. Materials or equipment stored along the roadway shall be placed so as to cause no obstruction to the traveling public. SP-14 ...................................................................................................................................... Time of Completion Time extensions for delays caused by the effects of inclement weather shall be governed by the General Conditions contained within the City of Winter Springs’s Construction Contract. SP-15 ......................................................................................................................................................... Utilities The Contractor shall coordinate various efforts to confirm the location of existing utilities and identify any potential conflicts prior to commencing construction. •It shall be the Contractor's responsibility to perform utility locates and notify all utility owners prior to commencing construction under this contract, giving sufficient notice to enable the utility owners to locate their facilities in the vicinity of any proposed construction including excavation or grading activities. •It shall be the sole responsibility of the Contractor to perform his work in such manner to protect existing utilities from damage. The Contractor shall use all possible care in removing debris on this project so as not to disturb any existing utilities whether shown on the plans or not shown on the plans. •Locations of existing utilities are approximate only and may not be complete. Any utilities disturbed or damaged by the Contractor through accident or carelessness shall be replaced by the Contractor at no cost to the Owner. SP-16 ..................................................................................................... Endangered, Threatened or Listed Species The Contractor is obligated to assure that its employees and agents notify the Owner immediately upon encountering any endangered, threatened, or listed species such as the gopher tortoise, scrub jay, or indigo snake. No such protected species or its nesting area shall be disturbed without complying with the procedures of the Florida Game and Fresh Water Fish Commission and the U.S. Fish and Wildlife Service. The Contractor shall hold the Owner harmless from any claims, damages, attorney’s fees, litigation expenses, costs and fines for the actions in violation of applicable procedures as may be performed by the Contractor, persons employed by the Contractor, or any persons acting as agent for the Contractor. 665 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-10 SP-17 ..........................................................................................................Barricades, Warnings and Detour Signs The Contractor shall provide, erect and maintain all necessary barricades, suitable and sufficient warning lights, danger signals and signs, provide a sufficient number of watchmen to direct the traffic, and take all necessary precautions for the protection of the work and safety of the public. Highways closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs and lights. The Contractor shall erect and maintain acceptable warning and directional signs at all closures (partial or whole), intersections and at various points along the detour routes, directing the traffic around the closed portion or portions of the highway, so that any temporary detour route or routes shall be indicated clearly throughout the entire length. All barricades and obstructions shall be illuminated at night and all lights shall be kept burning from sunset until sunrise. All warning and directional signs shall be furnished by the Contractor unless otherwise stipulated. Compensation for all work related to Barricades, Warnings and Detour Signs is included in Pay Item 102- 1, Maintenance of Traffic. SP-18 ............................................................................................................................ Existing Irrigation Systems The Contractor shall repair or replace any element of any irrigation system that is damaged or disturbed as a result of the construction whether on public right of ways or private property. The Contractor shall coordinate with all property owners prior to commencing excavation to determine where irrigation is located and protect existing irrigation equipment whenever and wherever possible. Damaged or disturbed irrigation equipment shall be repaired and restored to functioning condition within three (3) days after it is damaged or disturbed. Replacement parts of irrigation equipment must be of the same type and manufacture as what was removed. Prior to Final Acceptance of the project by the Owner, the Contractor shall contact the property owner of any damaged or disturbed irrigation element that is encountered during construction and confirm with the property owner that the irrigation equipment has been restored to pre-construction conditions. Payment for irrigation repairs and replacement is incidental to the unit cost of any work being performed in the area where damage occurred. SP-19 ........................................................................................................................... ……………………..Restoration The Contractor is responsible for restoring all disturbed areas inside or outside the limits of construction, including demolition activities or damage as a result of construction activities that are not specially accounted for by other bid items. The disturbed areas shall be returned to a condition equal to or better than the condition that existed prior to beginning construction. The Contractor shall restore all disturbed open space by backfilling, compacting, and re-grading to match surrounding ground elevations. In residential areas, the Contractor shall match existing sod and place the sod within thirty (30) days after improvements have been installed and land disturbing activities are complete. Sod shall be placed, fertilized and watered according to the Standard Specifications, and/or as directed by the Owner or Engineer. SP-20 ......................................................................................................................................................... Permits The Contractor is responsible for ensuring that all required permits and licenses are obtained and in hand before commencing construction. For additional information, refer to the FDOT Standard Specifications (Section 7-2, Permits and Licenses). 666 SPECIAL PROVISIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SP-11 << End of Special Provisions >> 667 SPECIFICATIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) P ART 1B SUPPLEMENTAL SPECIFICATIONS 668 SUPPLELMENTAL SPECIFICATIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SS-1 SUPPLEMENTAL SPECIFICATIONS These Supplemental Specifications are intended to clarify and more specifically define work items encompassed by the FDOT Standard Specifications. Strikeout text has been used to identify any information that is not applicable to the current contract. Section 101 ........................................................................................................................................ Mobilization Mobilization (and demobilization) consists of preparatory work, operations and mobilizing for beginning work on the project and demobilizing at end of work, including, but not limited to: •Those operations necessary for the movement of personnel, equipment, supplies and incidentals to and from the project site. •The establishment of safety equipment and first aid supplies, sanitary and other facilities as required by these specifications and State and local laws and regulations. •Unless specified otherwise in the Special Provisions, the cost of bonds and required insurance, and any other pre-construction expense necessary for the start of the work, excluding the cost of construction materials, shall also be included in this section. •Mobilization (and demobilization) expenses may include security services and/or expenses associated with night work, if approved by the Owner. Partial payments will be made in accordance with the following: Percent of original Contract amount earned Allowable percent of the lump sum price* for mobilization 5 25 10 50 25 75 50 100 *Contract lump sum price for mobilization (and demobilization) will be limited to 10% of the original Contract amount, calculated as the total of all pay item extended costs, exclusive of mobilization (and demobilization) and any other pay items included within the section of the bid schedule (bid form) entitled “SECTION 1 – GENERAL ITEMS”. Payment shall be made under: •Pay Item 101-1a – Mobilization – Per Lump Sum. •Pay Item 101-1b – Bonds and Insurance – Per Lump Sum. 669 SUPPLELMENTAL SPECIFICATIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SS-2 Section 102 ......................................................................................................................... Maintenance of Traffic 1.General: Work under this section consists of maintaining traffic within the limits of the project for the duration of construction in accordance with the U.S. Department of Transportation – Federal Highway Administration’s Manual on Uniform Traffic Control Devices (MUTCD), FDOT Standard Plans Index 102-600 series and FDOT Standard Specification Section 102. 2.The Contractor shall submit a Maintenance of Traffic (MOT) Plan to the Owner for review and approval a minimum of 28 calendar days prior to the proposed activation of such plan(s). The Contractor shall: •Acknowledge, via letter to the Owner, his intent to use the MOT Plan included with the Contract Drawings (if such a plan is included within the engineering drawings); or •Submit an alternate MOT Plan to the Owner, signed and sealed by a Professional Engineer registered in the State of Florida, for review and approval. The submitted MOT Plan shall conform to FDOT Standard Specification Section 102 and FDOT Standard Plans Index 102-600 series. The Contractor shall provide a Worksite Traffic Supervisor, per FDOT Standard Specification Section 102-3.2, who will be responsible for initiating, installing and maintaining all traffic control devices as described in the Contract Documents. The Contractor shall coordinate all construction that may impede traffic with appropriate representatives of the Owner and emergency services. The Contractor shall provide public notice, detours, roadways, and crossings to minimize traffic impedance along all public roadways. The Contractor shall not isolate residences and places of business. Access shall be provided to all residences and all places of business whenever construction interferes with the existing means of access. 3.Quantities: The Contractor is to determine the actual quantities and items to be used for maintenance of traffic. 4.Construction shall not begin until the MOT Plan is approved. •Road closures will not be permitted (unless under special circumstances and as authorized by the Owner). •Lane closures will not be permitted during peak hour traffic volumes. Lane closure restrictions will be determined at the time the MOT Plan is submitted. Lanes cannot be closed until such time that notification of the lane closure can be sent to the police department, fire department, school board, and other affected agencies. •Temporary lane closures will be limited to the hours of 9 a.m. to 4 p.m. unless otherwise approved by the Owner in writing. The Contractor must maintain at least one paved lane, a minimum of ten (10) feet in width, open to traffic at all times during lane closures. Maintenance of traffic for lane closures shall be according to FDOT Standard Plans Index 102-603 with a minimum of two (2) flag persons at all times. Flag persons must be trained and be FDOT certified. •At the sole discretion of the Owner, the Contractor may place “ROAD CLOSED – LOCAL TRAFFIC ONLY” signs to limit daytime traffic through the work zone. During daylight hours, paved roadways may be occupied by the Contractor’s operations. However, local residents, emergency vehicles, mail delivery, waste removal, and school buses must have continuous access through the work zone at all times. The Contractor shall maintain traffic at all times, and construct, maintain, and remove detours, temporary approaches, crossings, etc., as required. •Certain locations may require work in the right-of-way to be performed at night only. 670 SUPPLELMENTAL SPECIFICATIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SS-3 5.Prior to any required road closings, the Contractor is to perform exploratory excavations and investigation as necessary to identify existing utility locations (underground and overhead) and any conflict areas. Any required utility relocations to be scheduled and coordinated with the Owner and the affected utility companies prior to any road closing. 6.Traffic control techniques, including re-routing of traffic, signing and striping, shall be in conformance with the FDOT's Manual on Traffic Control and Safe Practices (latest edition). 7.Only reflective sheeting, as specified in FDOT Standard Specification Section 994, shall be used for signs and barricades for maintenance of traffic. The reflective sheeting on signs and barricades scratched or damaged to the point that reflectivity is impaired shall be replaced. 8.All construction warning signs shall be 48” x 48” or larger along the project. All construction signs for signalized intersections shall be 48” x 48” or larger along crossroads. All construction signs for non-signalized intersections shall be 36” x 36” or larger along crossroads and shall be supplied by the Contractor. 9.Driveways to private property, residences, businesses, etc., and all public street connections shall remain open except for very short periods associated with a critical construction operation of limited duration. 10.Non-Compliance: Should the Owner or Engineer determine that traffic within the project is not being maintained in accordance with the approved maintenance of traffic plan, or presents a public safety concern, the Contractor shall have three (3) hours to take corrective action after notification is given. Should the Contractor fail to make the required modifications, the Owner shall have the option to fine the Contractor $50.00 per hour (from the time of notification) until the situation is remedied or corrected. The cost of such corrective action taken by the Owner shall be deducted from monies due the Contractor. 11.If drop-offs within the clear zone are greater than six inches (6”) during a daylight moving operation (pipe installation, etc.), the Contractor shall erect a concrete barrier with attenuator ends and relocate the entire system as the work proceeds. This specification supersedes and is in addition to FDOT Standard Plans Index 102- 600 series. 12.Materials for driveway maintenance shall be provided pursuant to FDOT Standard Specification Section 102-8 for all impacted driveways. 13.Temporary curb, curb relocation, temporary concrete barriers and inertial crash cushion shall be provided pursuant to FDOT Standard Specification Section 102. 14.The Contractor shall furnish two (2) FDOT approved portable message signs at least five (5) days prior to approved lane closures related to mobilization, deliveries, or construction activities. The Owner shall approve the final sign locations and will also provide the message to be displayed on the signs. 671 SUPPLELMENTAL SPECIFICATIONS Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) SS-4 15.Compensation: All compensation for maintenance of traffic shall be lump sum, including commercial materials for driveway maintenance, temporary concrete barrier wall (furnish, install and relocate), temporary crash cushions (furnish, install, and relocate) per FDOT Standard Plans Index 102-100. This shall include all items and services necessary for the safe maintenance of traffic within the project limits in conformance with the FDOT Standard Plans Index 102-600 series and MUTCD Specifications. This shall include, but not be limited to, message signs, barricades, flaggers, construction and advisory signing, detours, temporary pavement, temporary pavement markings, maintenance of pavement, asphaltic concrete curb, stormwater removals, temporary drainage structures and pipe, pumps, flashing arrow boards, high intensity flashing lights, removable and temporary pavement markings, traffic control (uniformed law enforcement) officer, steel traffic plates, temporary signal loops or cameras and temporary reflective pavement markers, all of which is specific to maintenance of traffic operations. Payment shall be made under: •Pay Item 102-1 – Maintenance of Traffic – Per Lump Sum. 672 Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) ATTACHMENT B-1 DEBRIS REMOVAL FIGURES 673 301 W E S T S T A T E R O A D 4 3 4 , S U I T E 3 0 9 W I N T E R S P R I N G S , F L 3 2 7 0 8 T E L : 4 0 7 - 9 9 2 - 9 1 6 0 ● F A X : 4 0 7 - 3 5 8 - 5 1 5 5 W E B : W W W . P E G A S U S E N G I N E E R I N G . N E T JOB N O.:DAT E: APPROX. 150 LF OFDEBRIS REMOVAL APPROX. 150 LF OFDEBRIS REMOVAL S-01 S-02 Lake Lucerne LakeAudubon Boat Lake NUS17-92 SR 4 1 9 GEN E R A L H U T C H I S O N P K W Y SHANE CIR NIGHTHAWK CIR ABERDEEN LN SHEOAHBLVD G A L L O W A Y D R SH EOAHBLVD S EVEN OAKS BLVD W I L D W O O D DR TAM CT C L E A R N C T TANGLEWOOD R D S HEOAHCIR S H E P A R D R D RAVEN AVE M E A D O W B R O O K D R N G RETNA C T MAC GREGOR RD DUNBAR DR A N HIN GAR D S H E P A R D R D L A K E L U CERNE CIR OSPREY TRL GALLOWAY C T CLUB D R M A R N I D R FLORIDA AVE DE L A N E Y D R K I L T C T N ED G E M O N A V E D O R N O C H C T MARKRUN ELGIN D R LIS ALOO P DUN BAR TER ERICAWAY D E W A R S C T H A R T M A N L N N B R A S S I E D R M A P L E LEAF LOOP S o l d i e r 's Creek S o l dier's C reek S H EO A HCR EEK W SC-22019 FIGURE 1A SCALE: 1" = 600' 1/29/2025 SOU RCES:AERIAL: FDOT (2024) 0 600 I WI N T E R S P R I N G S , F L O R I D A DE B R I S R E M O V A L (S H E O A H C R E E K ) LEGEND De b ris Re m ova l T a rge tsPhotogra ph Loc a tions De b ris Re m ova l Are a s ATTACHMENT B-1 674 301 W E S T S T A T E R O A D 4 3 4 , S U I T E 3 0 9 W I N T E R S P R I N G S , F L 3 2 7 0 8 TEL : 4 0 7 - 9 9 2 - 9 1 6 0 ● F A X : 4 0 7 - 3 5 8 - 5 1 5 5 W E B : W W W . P E G A S U S E N G I N E E R I N G . N E T JOB N O.:DATE: SA ILF I S H RD S H ORE R D STONER RD G-01 G-10 G-11 G-12 G-13 G-14 G-16 G-17 G-18 G-19 G-02 G-20 G-23 G-24 G-25 G-26 G-28 G-29 G-03 G-30 G-32 G-34 G-35 G-36 G-37 G-38 G-39 G-04 G-40 G-41 G-42G-43 G-44 G-45G-46 G-47 G-48 G-49 G-05 G-06 G-07 G-08 G-09 G-31 G-27 G-22 G-21 G-15 APPROX. 150 LF OFDEBRIS REMOVAL APPROX. 150 LF OFDEBRIS REMOVAL APPROX. 450 LF OFDEBRIS REMOVAL APPROX. 800 LF OFDEBRIS REMOVAL APPROX. 2,300 LFOF DEBRIS REMOVALAPPROX. 2,400 LFOF DEBRIS REMOVAL NN-01 APPROX. 150 LF OFDEBRIS REMOVAL MossPark W S R 4 3 4 E SR 434 SR 419 NMOSSRD WINDING H O L L O W B L V D NALDERW O O DST H A C I E N D A D R B E N N E T T S T H A Y E S R D N1ST S T PA N O R A M A DR SHERRYAVE M O S SWOOD CIR ALTON RD S M O S S R D N E D G E M O N A V E E L A V I S T A D R S E D G E M O N A V E SA NMIGUELST SANGABRIELST W I N D I N G W A T E R S C I RS H O R E R D WLAVISTADR DORADODR CASAGRA N D E DR BI T T ERWOODST LOMBARDY RD D O L P H I N R D D A V I D S T AZT E C D R C O S T ARICA DR A L B E R T S T I N GLEN O O K C I R CELLO CIR C H A R L E S S T L A N C E R S D R C A S A G R A N D E C T S A I L F I S H R D T I D E S R D MURPHY R D R I U N I T E C IR N3RDST S F L A M I N G O A V E SA N G A B R I E L S T HOLI DAY L N B R O O K S H I R E CT E L D E R W O O D S T W A D E S T H O RIZ O N D R SILVERCR E EK D R NFAIRFAXAVE T RIN A L N L A N C E R SD R BIRCHTER C O S T A C I R CORY L N L I D O R D RHODEN L N P O NCEDE L E O N D R E BAHAMA RD SWEETGUM C T ED W I N S T B OXWO O DCI R S ANRAFAELST LORI ANNE LN G A RDEN D R N D E V O N A V E BURGOS RD M O C K I N G B I R D L N A L M A D E N C T O A K R D S D E V O N A V E S F A I R F A X A V E M A R L IN R D B O N I T A R D C O R A L W AY S H A D O W B R O O K T R L PEARL R D STONER RD G e e C r e e k G ee Creek N o N am e Cr e e k W SC-22019 FIGURE 1B SCALE: 1" = 600' 1/29/2025 SOURCES:AERIAL: FDOT (2024) 0 600 I WI N T E R S P R I N G S , F L O R I D A DE B R I S R E M O V A L (G E E C R E E K A N D N O N A M E C R E E K ) LEGEND De bris Re m ova l Ta rg e tsP h otog ra ph Loca tions De bris Re m ova l Are a s 675 301 W E S T S T A T E R O A D 4 3 4 , S U I T E 3 0 9 W I N T E R S P R I N G S , F L 3 2 7 0 8 TEL : 4 0 7 - 9 9 2 - 9 1 6 0 ● F A X : 4 0 7 - 3 5 8 - 5 1 5 5 W E B : W W W . P E G A S U S E N G I N E E R I N G . N E T JO B NO .:DATE: H-10 H-11 H-12 H-13 H-14 H-15 H-16 H-17 H-18 H-19 H-02 H-20 H-21H-22 H-23 H-24 H-25 H-26 H-27 H-28 H-29 H-03 H-30 H-31 H-32 H-33 H-35 H-36 H-37 H-38 H-39 H-04 H-41 H-42 H-43 H-44 H-45 H-47 H-48 H-05 H-50 H-51 H-54 H-56 H-57 H-58 H-59 H-06 H-60 H-61 H-62 H-07 H-08 H-09 H-55 H-53 H-52 H-49 H-46 H-40 H-34 H-01 APPROX. 1,450 LFOF DEBRIS REMOVAL APPROX. 1,650 LFOF DEBRIS REMOVAL APPROX. 1,800 LFOF DEBRIS REMOVAL APPROX. 2,000 LFOF DEBRIS REMOVAL APPROX. 2,300 LFOF DEBRIS REMOVAL LakeTuscawilla NO R T H ER N W A Y W I N T E R S P R I N G S B L V D W S R 4 3 4 NO RTHE RN W A Y NO R T H E R N W A Y FORES THILLSDR A UGUSTANATIONAL BLVD WOODEDV I N EDR GREENBRIARLN W H I T E H A L LBLVD TUSCORA DR W O ODLEAFDR CASA P A R K CIR O L D W HITE W A Y TROTW O O D B L V D FO X G L E N C T A D I D A S R D DUNLA P CI R R O Y A L O A K D R B RAEWICKST C H E S T N U TRID G E ST GLEN A B B E Y C I R D A P P L E D E L M L N S T REAM V I EW W A Y WILSO N RD S P A L DINGRD T O R R E Y P I N E D R TROON T R C E PLEASANTGROVEDR EAGLEWINDTER A S H F O R D D R KIM C T TRA I L H E A D P T RU S H I N G R A P I D S W A Y BEAR CREE K C I R N W E D G E W O O D D R W O O DSGLENDR EWINGE DF O O T CIR NANDINA TER NANC Y CIR B ENTLEYGREE N CIR DA N C I N G W A T E R D R C H E R R Y C R E E K C I R CREEKSIDE CIR A T R I U M CT BENITAWOODCT S T R A T F O R D D R B ORGLN ARR O W H E A D C T M T L AUREL DR YE L L O W P I N E C T IRONWOOD CT B ROWNBEAR C T W H I T E O A K D R E PEBBLE B E A C H CIR BARRINGTON CI R FLA T WOODDR FOXGLENDR HEA T HERWOODCT AY E R S W O O D C T LI T T L E C R E E K L N BEARC R E E K CT S P R I NG CREEK L N BL A C K B E A R C T GRACE F ULDO E LOOP A N D O V ER CIR B E N T L EYGRE E N CI R B e ar Cre e k Ho well Creek W SC-22019 FIGURE 2 SCAL E: 1" = 600' 1/29/2025 SO U RCES:AERIAL : FDO T (2024) 0 600 I WI N T E R S P R I N G S , F L O R I D A DE B R I S R E M O V A L (H O W E L L C R E E K ) LEGEND De b ris Re m ova l Ta rge tsPhotogra ph L oc a tions De b ris Re m ova l Are a s 676 301 W E S T S T A T E R O A D 4 3 4 , S U I T E 3 0 9 W I N T E R S P R I N G S , F L 3 2 7 0 8 TEL : 4 0 7 - 9 9 2 - 9 1 6 0 ● F A X : 4 0 7 - 3 5 8 - 5 1 5 5 W E B : W W W . P E G A S U S E N G I N E E R I N G . N E T JO B NO .:DATE:APPROX. 140 LF OFDEBRIS REMOVAL APPROX. 1,900 LFOF DEBRIS REMOVAL APPROX. 3,050 LFOF DEBRIS REMOVAL APPROX. 4,200 LFOF DEBRIS REMOVAL B-01 B-10 B-11 B-12 B-13 B-14 B-15B-16 B-17B-18 B-19 B-02 B-20 B-21 B-22 B-23 B-24 B-25 B-26 B-27 B-28 B-29 B-03 B-30 B-31 B-32B-33B-34 B-35 B-36 B-37 B-38 B-39 B-04 B-40 B-05 B-06 B-07 B-08B-09 B e a r C reek W INTE R S P RING S BLVD S SR 417 N SR 417 N O R T H E R N W A Y W I N T E R S P R I N G S B L V D N O RTHE R N W A Y GLEN EA G L E D R WOODDUCK D R BLUECREEK DR FIELD ST SENECA BL V D OAKBEND CT SHADY OAK L N FO X G L E N C T PECAN ST O W AS CO S T BRAE WIC K ST CARRINGTO N A V E W OODSGLENDR WHITEDOVEDR W I L LA LAKE CIR O V E R L O O K W A Y MI S S I O N R D WARRINGTONST E A G L E N E S T C I R GOLFPOINT DR C O U G A R C T T I O G A C T CARRINGTONCT TIV E R T O N S T STOCKP ORTST OT I S C O W A Y SLEEPINGROCKCT OLEAN CT IRONWOOD CT WOODCHUCKCT CANADICE L N N A T U R E C T S G R E E N L E A F C T BEAR C R E E K C I R CONESUS L N FO X G L E N D R ONEI DA LN CA Y U G A D R SA R A N A C DR L AM O KA CT WING SPAN W A Y FIGURE 3 SCAL E: 1" = 500' 1/29/2025 SO U RCES:AERIAL : FDO T (2024) 0 500 I W SC-22005 WI N T E R S P R I N G S , F L O R I D A DE B R I S R E M O V A L (B E A R C R E E K ) LEGEND De b ris Re m ova l Ta rge tsPhotogra ph L oc a tions De b ris Re m ova l Are a s 677 301 W E S T S T A T E R O A D 4 3 4 , S U I T E 3 0 9 W I N T E R S P R I N G S , F L 3 2 7 0 8 TEL : 4 0 7 - 9 9 2 - 9 1 6 0 ● F A X : 4 0 7 - 3 5 8 - 5 1 5 5 W E B : W W W . P E G A S U S E N G I N E E R I N G . N E T JO B NO .:DATE: L I T T L EL A K EH O W E L L APPROX. 150 LF OFDEBRIS REMOVAL APPROX. 150 LF OFDEBRIS REMOVAL APPROX. 1,150 LF OFDEBRIS REMOVAL APPROX. 1,100 LFOF DEBRIS REMOVAL OF-01 OF-10 OF-11 OF-14 OF-15 OF-16 OF-17 OF-18 OF-19 OF-02 OF-20 OF-21 OF-25 OF-26 OF-30 OF-31 OF-34 OF-35 OF-36 OF-05 OF-06 OF-09 OF-08 OF-07 OF-04 OF-33 OF-32 OF-03 OF-29 OF-28 OF-27 OF-24 OF-23 OF-22 OF-13 OF-12 Lake Willa Oak ForestLake Little LakeHowell TU S K A W I L L A R D W I NTERSPRINGSBLVD DUN M A R CIR BAYTRE E C T TOW N P L AZA CT WI N D W ILLOW CIR WINDCREST PL OAKFOREST D R GAZELL TRL FO R E S T C R E E K D R TROTWOODBLVD WINTERSPRINGSBLVD D E E R R U N N ENDEAVOU R D R BI G B U C K C I R CHOKECHERRYDR ODAY D R VENTURE CT LYNXTRL NIGH T O W L LN S END E A V O U R D R S A P L I NG DR ARBOR GLEN CIR TU S C A T R L PAPAYA LN A N T E L O P E T R L LEOPARDTRL TURKEYHOLL O W CIR B A L T I C L N IRWIN CT CHEETAHTRL TAPROOT D R WYCKLIFFE PL B E N C H W O O D D R SWAN S T PHEASANT CIR RED OAK CT SA B L E C T TI N A L N TU S K A W I L L A T R L DUNM AR WAY FORESTCIR JULIE LN SEQUOIACT GU L F S T A R D R SYBI L W O ODCIR PUMATRL CHEOY LEE CIR SEQUOIA DR F R E E D O M LN E R M I N E A V E SEA F A R E R L N MARDUN LN W SC-22005 FIGURE 4A SCAL E: 1" = 600' 1/29/2025 SO U RCES:AERIAL : FDO T (2024) 0 600 ILEGEND De b ris Re m ov al Targ e tsPhotog raph L ocations De b ris Re m ov al Are as WI N T E R S P R I N G S , F L O R I D A DE B R I S R E M O V A L (L I T T L E H O W E L L C R E E K OA K F O R E S T ) 678 301 W E S T S T A T E R O A D 4 3 4 , S U I T E 3 0 9 W I N T E R S P R I N G S , F L 3 2 7 0 8 TEL : 4 0 7 - 9 9 2 - 9 1 6 0 ● F A X : 4 0 7 - 3 5 8 - 5 1 5 5 W E B : W W W . P E G A S U S E N G I N E E R I N G . N E T JOB N O.:DATE: APPROX. 800 LF OFDEBRIS REMOVAL APPROX. 1,500 LFOF DEBRIS REMOVAL WH-01 WH-11WH-12WH-13 WH-14 WH-15 WH-16 WH-17 WH-18 WH-19 WH-02 WH-21 WH-22 WH-23 WH-24 WH-25 WH-26 WH-27 WH-28 WH-29 WH-03 WH-30 WH-31 WH-04WH-05 WH-06 WH-07WH-09 WH-08 WH-20 E SR 4 3 4 PARKSTONE BLVD W INDING HOLLOWBLVD A L T O N R D WI N D I N G W AT ERS CI R TIMBERWILDE CT W A L N U T C R E E K C V C R U Z BA Y C I R B L E N H E I M L O O P TIMBERWILDE AVE TWELVE OAKS DR T E NN I S C T W O O D C R E S T S T TAVESTOC K L O O P HOL I D A Y L N B R O O K S H I R E C T S A N D R I N G H A M C T S T O N E GABL E C I R WINDSORCRES E N T S T C A N E E L B A Y T E R LIDO RD S E N E C A M E A D O W S R D SADDLEWOOD LN S T O N E H A R B O U R R D S A G E C R E E K C T SPRI N G VIE W C T D E V O N C R E E K R D SHORE RD S H A L L O W B R O O K A V E M O C K I N G B I R D L NOAK RD WAGNER PT S H A D O W B R O O K T R L G e e C r e e k N o N a m e C r e e k W SC-22005 FIGURE 4B SCALE: 1" = 400' 1/29/2025 SOURCES:AERIAL: FDOT (2024) 0 400 I WI N T E R S P R I N G S , F L O R I D A DE B R I S R E M O V A L (L I T T L E H O W E L L C R E E K WI N D I N G H O L L O W ) LEGEND De bris Re m ova l Ta rg e tsP h otog ra ph Loca tions De bris Re m ova l Are a s 679 301 W E S T S T A T E R O A D 4 3 4 , S U I T E 3 0 9 WIN T E R S P R I N G S , F L 3 2 7 0 8 T E L : 4 0 7 - 9 9 2 - 9 1 6 0 ● F A X : 4 0 7 - 3 5 8 - 5 1 5 5 WE B : W W W . P E G A S U S E N G I N E E R I N G . N E T JOB NO.:DAT E: WSC-22019 FIGURE 5 N.T.S. 3/17/2025 For fallen trees with tree stumps that are rooted in the creek sidebanks, the contractor shall keep the stump intact in the side slopefor stabilization and shall remove the remaining portion of the tree. WI N T E R S P R I N G S , F L O R I D A DE B R I S R E M O V A L D E T A I L 680 Winter Springs Creek Debris Removal Project USDA NRCS Emergency Watershed Protection Program (EWP) ATTACHMENT B-2 DEBRIS TARGET PHOTOS 681 ATTACHMENT B-2 682 683 684 685 686 687 688 689 690 691 692 693 694 695 696 697 698 699 700 701 702 703 704 705 706 707 708 709 710 711 712 713 714 715 716 717 718 719 720 721 ITB # 04-25-01 PH Creek Debris Removal Services Appendix C- BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby and firmly bound unto the CITY OF WINTER SPRINGS as OWNER, in the penal sum of Dollars ($ ) for the payments of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. The condition of the above obligation is such that whereas the Principal has submitted to the CITY OF WINTER SPRINGS a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the Work described as: Creek Debris Removal Services NOW, THEREFORE, if the Principal shall not withdraw said Bid within 90 days after the opening of the same, or in the alternate, if said Bid shall be accepted and the Principal shall execute and deliver required certificates of insurance and a contract that, at minimum, includes the terms of the Form of Agreement attached hereto (properly completed in accordance with said Bid), and shall give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract, then this obligation shall be void; otherwise the same shall remain in force and effect and the sum herein stated shall be due and payable to the CITY OF WINTER SPRINGS and the Surety herein agrees to pay said sum immediately, upon demand of the CITY OF WINTER SPRINGS, in good and lawful money of the United States of America, as liquidated damages for failure of the Principal; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by an extension of the time within which the OWNER may accept such Bid; and said Surety does hereby give waive notice of any such extension. IN WITNESS WHEREOF, the above bounded parties have executed this instrument under their several seals this day of , 2025, the name and corporate seal of each corporate body being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Principal) (Seal) (Title) (Address) (Witness) 722 ITB # 04-25-01 PH Creek Debris Removal Services (Surety) (Seal) (Title) (Address 723 ITB # 04-25-01 PH Creek Debris Removal Services Appendix D – PERFORMANCE BOND FORM Bond No. __________________ BY THIS PERFORMANCE BOND, We ___________________, as Principal, whose address is ____________________________________ and telephone number is ______________ and ____________________, as Surety, whose address is ________________________________ and telephone number is _________________are bound to the City of Winter Springs, a Florida municipal corporation, as OWNER, whose address is 1126 E. State Road 434, Winter Springs, Florida 32708 and telephone number is 407-327-1800, in the initial sum of $ ______________________________ (110% of Contract Price), or such greater amount as the Contract may be adjusted from time to time in accordance with the Contract between the Principal and OWNER) (the “Penal Sum”). WHEREAS, the Principal has executed a contract with the OWNER, dated ______________, for the Creek Sediment Removal project in the City of Winter Springs, Seminole County, Florida (the “Project”); and WHEREAS, the OWNER has required the Principal to furnish a performance bond in accordance with law and as a condition of executing the Contract with Principal; and WHEREAS, this bond is being entered into to satisfy the requirements of Section 255.05(1), Florida Statutes and the Contract referenced above, as the same may be amended, and additionally, to provide common law rights more expansive than as required by statute. NOW THEREFORE, the Surety and the Principal, both joint and severally, and for themselves, their heirs, administrators, executors, successors and assigns agree as follows: 1.CONTRACT INCORPORATED; SURETY AND PRINCIPAL BOUND FOR FULL PERFORMANCE. The Contract is incorporated by reference and made a part of this bond. The Surety and the Principal are bound for the full performance of the Contract including without exception all of the Contract Documents (as defined in the Contract) and all of their terms and conditions, both express and implied. Without limiting the Principal’s and Surety’s obligations under the Contract and this bond, the Principal and Surety agree: A.Promptly and faithfully perform their duties and all the covenants, terms, conditions, and obligations under the Contract including, but not limited to the insurance provisions, guaranty period and the warranty provisions, in the time and manner prescribed in the Agreement, and B.Pay OWNER all losses, damages, delay damages (liquidated or actual), expenses, costs and attorneys’ fees under sections 627.428 or 627.756, Florida Statutes, including costs and attorney’s fees on appeal that OWNER sustains resulting directly or indirectly from any breach or default by Principal under the Contract, and C.Satisfy all claims and demands incurred under the Contract, and fully indemnify and hold harmless the OWNER from all costs and damages which it may suffer by reason or failure to do so. 2.OWNER’S AFFIDAVIT OF CONTRACTOR BREACH OR DEFAULT. If the OWNER shall provide to Surety the written affidavit of the OWNER stating that the Principal is in breach or default of the Contract, and that such breach or default remains uncured by the Principal, then upon delivery of such affidavit to the Surety in the method for providing notices as set forth in Paragraph 7 below, Surety must promptly notify the OWNER in writing which action it will take as permitted in Paragraph 3. 3.SURETY’S OBLIGATION UPON DELIVERY OF OWNER’S AFFIDAVIT OF CONTRACTOR’S BREACH OR DEFAULT. Upon the delivery of the OWNER’s affidavit of breach or default by the Principal as provided in Paragraph 2 above, the Surety may promptly remedy the breach or default or must, within ten (10) days, proceed to take one of the following courses of action: 724 ITB # 04-25-01 PH Creek Debris Removal Services A.Proceed Itself. Complete performance of the Contract including correction of defective and nonconforming Work through its own CONTRACTORs or employees, approved as being acceptable to the OWNER, in the OWNER’s sole discretion, provided, however, that OWNER’s discretion in approving the Surety’s CONTRACTOR will not be unreasonably withheld as to any CONTRACTOR who would have qualified to offer a proposal on the Contract and is not affiliated in any way with the Principal. During this performance by the Surety, the OWNER will pay the Surety from its own funds only those sums as would have been due and payable to the Principal under the Contract as and when they would have been due and payable to the Principal in the absence of the breach or default not to exceed the amount of the remaining Contract balance less any sums due the OWNER under the Contract. During this performance by Surety, any payment bond required under the Contract must remain in full force and effect; or B.Tender a completing CONTRACTOR acceptable to OWNER. Tender a CONTRACTOR, together with a contact for fulfillment and completion of the Contract executed by the completing CONTRACTOR, to the OWNER for the OWNER’s execution. OWNER’s discretion to approve Surety’s completing CONTRACTOR will not be unreasonably withheld as to any CONTRACTOR who would have qualified to offer a proposal on the contract and is not affiliated with the Principal. OWNER’s discretion to approve CONTRACTOR as the completing CONTRACTOR and to approve the tendered contract shall be in OWNER’s sole and absolute discretion. Upon execution by the OWNER of the contract for fulfillment and completion of the Contract, the completing CONTRACTOR must furnish to the OWNER a performance bond and a separate payment bond, each in the form of those bonds previously furnished to the OWNER for the Project by the Principal. Each such bond must be in the Penal Sum of the full cost to complete the Contract. The OWNER will pay the completing CONTRACTOR from its own funds only those sums as would have been due and payable to the Principal under the Contract as and when they would have been due and payable to the Principal in the absence of the breach or default not to exceed the amount of the remaining Contract balance less any sums due the OWNER under the Contract. To the extent that the OWNER is obligated to pay the completing CONTRACTOR sums which would not have been due and payable to CONTRACTOR under the Contract (any sums in excess of the then remaining Contract balance less any sums due the OWNER under the Contract), the Surety must pay the OWNER the full amount of those sums at the time the completing CONTRACTOR tenders an invoice to the OWNER so that the OWNER can utilize those sums in making timely payment to the completing CONTRACTOR; or C.Tender the Full Penal Sum. Tender to the OWNER the full Penal Sum of the performance bond. The OWNER will refund to the Surety without interest any unused portion not spent by the OWNER procuring and paying a completing CONTRACTOR or completing the Contract itself, plus the cost allowed under Section 4, after completion of the contract for fulfillment and completion of the Contract and the expiration of any applicable warranties; or D.Other Acts. Take any other acts mutually agreed upon in writing by the OWNER and the Surety. E.IT SHALL BE NO DEFENSE TO SURETY’S OBLIGATION TO UNDERTAKE ONE OF THE PRECEDING COURSES OF ACTION THAT THE PRINCIPAL CONTENDS THAT IT IS NOT IN BREACH OR DEFAULT OF THE CONTRACT, OR THAT THE NOTICE OF BREACH OR DEFAULT WAS DEFECTIVE, OR THAT THE PRINCIPAL HAS RAISED ANY OTHER CLAIM OF DEFENSE OR OFFSET, PROVIDED ONLY THAT THE SURETY HAS RECEIVED THE AFFIDAVIT OF THE OWNER AS SPECIFIED IN PARAGRAPH 2. 3.SURETY’S ADDITIONAL OBLIGATIONS. In addition to those duties set forth herein above, the Surety must promptly pay the OWNER (i) all losses, costs and expenses resulting from the Principal’s breach(es) or default(s), including, without limitation, fees (including attorney’s fees pursuant to sections 627.428 or 627.756, Florida Statutes and related costs), expenses and costs for architects, ENGINEERs, consultants, testing, surveying and attorneys, plus (ii) liquidated or actual damages, whichever may be provided for in the Contract, for lost use of the Project, plus (iii) re-procurement costs and fees and expenses, plus (iv) costs incurred at the direction, request, or as a result of the acts or omissions of the Surety; provided that in no event shall Surety’s liability exceed the Penal Sum of this Bond. 4. 725 ITB # 04-25-01 PH Creek Debris Removal Services 5.SURETY’S WAIVER OF NOTICE. The Surety waives notice of any Modifications to the Contract, including changes in the Contract Time, the Contract Sum, the amount of liquidated damages, or the work to be performed under the Contract. 6.NO THIRD-PARTY BENEFICIARIES. The Surety provides this performance bond for the sole and exclusive benefit of the OWNER and OWNER’s heirs, administrators, executors, successors and assigns. No other party, person or entity has any rights against the Surety. 7.METHOD OF NOTICE. All notices to the Surety, the Principal or the OWNER must be given by Certified Mail, Return Receipt Requested, to the address set fourth for each party below: SURETY: Name: ____________________________________________________________ Attention: ____________________________________________________________ Street: ____________________________________________________________ City, State: ____________________________________________________________ Zip: ____________________________________________________________ PRINCIPAL: Name: ____________________________________________________________ Attention: ____________________________________________________________ Street: ____________________________________________________________ City, State: ____________________________________________________________ Zip: ____________________________________________________________ OWNER: The City of Winter Springs Attention: Kevin Sweet, City Manager 1126 E. State Road 434 Winter Springs, Florida 32708 (407)327-5957 with a copy to: Anthony A. Garganese, City Attorney Garganese, Weiss, D’Agresta & Salzman, P.A. 111 N. Orange Avenue, Suite 2000 Orlando, Florida 32802 (407)425-9566 8.STATUE OF LIMITATIONS. Any statutory limitation, which may be contractually superseded, to the contrary notwithstanding, any action hereon may be instituted so long as the applicable statute of limitations governing the Contract (including any warranty period) has not run or expired or within three (3) years following Final Completion of the Contract (including any warranty period) and acceptance of the Work performed under the Contract by the OWNER, whichever is longer. 726 ITB # 04-25-01 PH Creek Debris Removal Services 9.RECITALS. The recitals contained in this Performance Bond are incorporated by reference herein and are expressly made a part of this Performance Bond. 10.GOVERNING LAW. This performance bond shall be governed by, and construed in accordance with, the laws of the State of Florida without regard to its conflict of laws provisions. 11.VENUE. In the event any legal action shall be filed upon this performance bond, venue shall lie exclusively in the Circuit Court for Seminole County, Florida. 12.MISCELLANEOUS. A.The Surety agrees that this performance bond shall afford the OWNER with all of the protections and rights afforded under Florida Statutes and under common law. B.This performance bond is issued in addition to any other bond or warranty required under the Contract including, but not limited to, any labor and materials payment bond and maintenance bond. Each bond issued under the Contract shall be construed as separate and distinct from each other. C.In the event that the Surety fails to fulfill its obligations under this performance bond, then the Surety shall also indemnify and hold the OWNER harmless from any and all loss, damage, cost and expense, including reasonable attorneys’ fees and costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety’s failure to fulfill its obligations hereunder. This subsection shall survive the termination or cancellation of this performance bond. D.This performance bond shall remain in full force and effect until such time all the work, labor and materials under the Contract have been performed or provided to the OWNER’s complete satisfaction, through the expiration of all warranty periods. 727 ITB # 04-25-01 PH Creek Debris Removal Services Principal Surety _______________________________ ____________________________________ (Typed Firm Name) (Typed Firm Name) _______________________________ ____________________________________ (Seal) (Seal) By:____________________________ By:_________________________________ (Signature) (Signature) _______________________________ ____________________________________ (Printed Name) (Printed Name) ________________________________ ____________________________________ (Title) (Title) ________________________________ ____________________________________ ________________________________ ____________________________________ (Address) (Address) ________________________________ ____________________________________ (Date of Execution) (Date of Execution) 728 ITB # 04-25-01 PH Creek Debris Removal Services Appendix E – NOTICE OF AWARD TO: (BIDDER) _________________________________________________ PROJECT NAME: ITB # 04-25-01 PH Creek Debris Removal Services The CITY has considered the BID submitted by ______________________ , for the above described WORK in response to the Advertisement for Bids dated April 11, 2025 and Instructions to Bidders. You are hereby notified that your BID has been accepted and the total amount of the contract award is $ _______________________. You are required by the Instructions to Bidders to execute the Agreement and certificates of insurance and payment and performance bond within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said certificate of insurance within ten (10) calendar days from the date of this Notice, the CITY will be entitled to consider all your rights arising out of the CITY’s acceptance of your BID as abandoned and your BID BOND shall be forfeited. The CITY will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the CITY. Dated this day of , 2025. CITY: By:_______________________________ Kevin Sweet Title: C ITY Manager ACCEPTANCE OF NOTICE Receipt and acceptance of the above NOTICE OF AWARD is hereby acknowledged by this the ___________ day of , 2025. By: __________ Title: __________ 729 ITB # 04-25-01 PH Creek Debris Removal Services Appendix F – NOTICE TO PROCEED TO: _____________________________________________________ EFFECTIVE DATE OF THE NOTICE TO PROCEED: PROJECT: ITB # 04-25-01 PH Creek Debris Removal Services You are hereby notified to commence WORK in accordance with the Agreement dated , 2025. In accordance with the Agreement, WORK shall commence within 10 days of the date of this Notice to Proceed and shall be complete within _______________consecutive calendar days from the effective date of this Notice to Proceed. The final completion of all WORK is therefore ______________ . CITY: By: _________________________________________ Kevin Sweet Title: CITY Manager ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED IS HEREBY ACKNOWLEDGED by this the _day of _______________, 2025. By: _______ Title: ________ 730