19So ry
South Miami
0 3�
NIAneiCaC(b
s CITY OF SOUTH MIAMI 1 v F
OFFICE OF THE CITY MANAGER
INTER- OFFICE MEMORANDUM 2 001
To: The Honorable Mayor & Members of the City Commission
From: Fritz Armand, Public Works & Engineering Director
Via: Buford R. Witt, Acting City Manager O .W,UnJ
ffff IN
AM
Date: September 7, 2010 Agenda Item No.:
Subject: Emergency Bebris Removal Contract
Resolution: A Resolution of the Mayor and City Commission of the City of South Miami,
Florida, authorizing the Acting City Manager to execute a one year service
contract with Bamaco Inc. and All Florida Tree & Landscape for Emergency
Debris Removal; providing for an effective date.
Request: Authorizing the Acting City Manager to execute a one year service contract with
Bamaco Inc. and All Florida Tree & Landscape for Emergency Debris Removal.
Reason/Need: In an effort to be better prepared for clean up response after a hurricane disaster, the Public
Works Department wishes to piggyback on the Village of Pinecrest contract with Bamaco Inc. and All Florida
Tree & Landscape for emergency debris removal.
In June, 2007 the Village of Pinecrest accepted sealed proposals for emergency debris removal, on September
12, 2007 the Village of Pinecrest signed agreements with two vendors for a two year term with a two year
renewal option if agreed by both parties. The Village has since extended the term of the agreement with both
vendors for another two years, thus ending on September 12, 2011.
The City of South Miami's Public Works Department along with the city's Purchasing Department met with
both vendors and has reviewed their respective contracts and find them acceptable, further both vendors have
agreed to offer the City of South Miami the same contract as the Village of Pinecrest.
We recommend issuing Notice of Award/Purchase order to Bamaco Inc, and All Florida Tree & Landscape.
Backup Documentation:
❑ Proposed Resolution
❑ Contract proposals
❑ Bamaco Inc. Contract with the Village of Pinecrest
❑ All Florida Tree & Landscape Contract with the Village of Pinecrest.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
Resolution NO.
A Resolution of the Mayor and City Commission of the City of South Miami,
Florida, authorizing the Acting City Manager to execute a one year service
contract with Bamaco Inc, and All Florida Tree & Landscape for Emergency
Debris Removal; providing for an effective date.
Whereas, the Mayor and City Commission wishes to be prepared and to provide immediate response to
road clearing and debris removal after a hurricane event; and
Whereas, In June, 2007 the Village of Pinecrest accepted sealed proposals for emergency debris removal,
on September 12, 2007 the Village of Pinecrest signed agreements with Bamaco Inc, and All Florida Tree
& Landscape for a two year term with a two year renewal option if agreed by both parties. The Village has
since extended the term of the agreement with both vendors for another two years, thus ending on
September 12, 2011.
Whereas, the Mayor and City Commission wishes to piggyback on the Village of Pinecrest contract for
emergency debris removal; and
Whereas, the Mayor and City Commission authorizes the Acting City Manager to execute a one year
service contract with Bamaco Inc. and All Florida Tree & Landscape for emergency debris removal.
Now, therefore, be it resolved by the Mayor and City Commission of the City of South Miami,
Florida that:
Section 1: The Mayor and City Commission authorizes the Acting City Manager to execute a one year service
contract with Bamaco Inc, and All Florida Tree & Landscape for emergency debris removal.
Passed and adopted this _day of 2010.
Attest: Approved:
City Clerk
Read and approved as to form
and sufficiency:
CITY ATTORNEY
Mayor
Commission Vote:
Mayor Stoddard:
Vice Mayor Newman:
Commissioner Palmer:
Commissioner Beasley:
Commissioner Harris:
August 30, 2010
Sent via E- mail: rtorre@citvofsouthmiami.net
Mr. Rudy De La Torre
Assistant Public Works Director
Public Works & Engineering Department
City of South Miami
RE: Village of Pine Crest Contract for Emergency Debris Removal
Dear Mr. De La Torre
Please be advised that on behalf of All Florida Tree & Landscape, Inc., and
the owner, Alan McPherson, it is hereby agreed to piggyback the above
referenced contract with the City of South Miami. The current contract with
the Village of Pine Crest reflects all hourly charges for equipment, labor and
miscellaneous debris removal/tree work.
Kindly contact me if you have any questions or require additional
information. We look forward to working with you.
Very truly yours,
Mar Anne Wolfson
ISA Certified Arborist
FL #5709A
5855 N.W. 47TH PLACE, CORAL SPRINGS, FL 38067
PHONE: 954 -753 -6292 FAX: 954 - 509-9049
August 30, 2010
City of South Miami
City Clerk's Office
6130 Sunset Drive
South Miami, Florid
RE: City
To Whom It May
This letteris to inl
conditions as the
Pinecrest, Florida
from you on this r
Thanks in Advance,
Robert M. Mitchell
President
BAMACO Inc.
BAMACO, Inc.
6869 West HWY 100
Bunnell, FL 32110
386 - 586 -1281
321- 445 -6043 FAX
bamacoinc @aol.com
illage of
to hearing
VILLAGE OF PINEC_RES_T
OFFICE. OF THE VILLAGE MANAGER
June 17, 2009
Robert Mitchell, President
Bamaco, Inc.
6869 West Highway 100
Bunnell, Florida 32110
Dear Mr. Mitchell:
Peter G. Lombardi
Village Manager
On September 12, 2007, the Village of Pinecrest signed an agreement with Bamaco for Emergency
Debris Removal. According to the term of this agreement, it covered a two (2) year period with a
two (2) year renewal option if agreed to by both parties. The Village would like to extend the
term of this agreement for another two years, thus ending on September 12, 2011.
If Bamaco would like to extend the term of the current agreement, please execute this document
in the space below and return the original to my office. If you have any questions, you may contact
me at (305) 234 -2121 or Lombardi @pinecrest - fl.gov.
Village Manager
[,(print name and title) J�G�elZ"f d1 /, l � ,kk ` ��&e6 dPn � hereby
request that the Emergency Debris Removal Agreement between the Village of Pinecrest and
Bamaco be renewed for another term, expiring on September 12, 2011.
1 9 nature
12645 Pinecrest Parkway I Pinecrest, Florida 33156 1 305.234.2121 1 305.234.2131 1 manager @pinecrest- fl.gov
Emergency Debris Removal Services
AGREEMENT
Bamaco, Inc.
September 2007
EMERGENCY,
.DEBRIS' REMOVAL
Village of Pinecrest
r]
Ap-
��Idr r,.O .10
VILLAGE OF PINECR.EST
( REQUEST FOR PROPOSALS
EMERGENCY DEBRIS REMOVAL
NOTICE
The Village of Pinecrest is soliciting proposals from qualified firms to provide specified
services in connection with emergency debris removal.
The proposals shall be based on the furnishing of all material, labor, supervision and
equipment in connection with emergency debris removal services for the Village of
Pinecrest, including, but not limited to:
• Village facilities and sites
Streets and rights -of -way
• Canals
• Tree removal, standing and re- staking
in complete and strict accordance with specifications in the Proposal Packet.
A complete copy of the RFP may be obtained at www.pinecrest-fl.goy/bids.h or:
Village of Pinecrest
Office of the Village Manager
12645 Pinecrest Parkway
Pinecrest, Florida 33156
The Village of Pinecrest reserves the right to waive informalities in any proposal, delete
any proposal item in the project or extend the project within the limits of the work
involved. The Village of Pinecrest reserves the right to accept or reject any or all
proposals, and to contract with multiple contractors for the services specified in this
RFP.
All proposals must be received by 10:00 am. on Thursday, June 21, 2007, at the
Village of Pinecrest, 12645 Pinecrest Parkway, Pinecrest, Florida 33156. Any proposal
received after the time specified will not be accepted. Proposals must be sealed and
clearly marked "EMERGENCY DEBRIS REMOVAL ".
Guido H. Inguanzo, Jr., CMC
Village Clerk
,w N,,p''necfeat -@gov
A. Scope of Work: The work covered by this specification consists of furnishing all
material, labor, supervision and equipment in performing all operations necessary in
connection with the emergency debris removal services for the Village of Pinecrest,
including, but not limited to:
• Village facilities and sites
• Streets and rights -of -way
• Canals
Tree removal, standing and re- staking
B. Submittal Deadline: Sealed proposals completed as described in the instructions to
the contractor will be received until 10:00 am., Thursday, June 21, 2007 by Village
Manager Peter G. Lombardi, 12645 Pinecrest Parkway, Pinecrest, FL 33156.
C. Questions: Any questions concerning the RFP or any required need for clarification
must be made to the Village Manager, Peter G. Lombardi, in writing, at least five (5) days
prior to the submittal deadline, to Lombardi inecrest- fl.Qov_ or fax (305) 234 -2131.
Interpretations or clarifications considered necessary by the Village in response to such
questions will be issued by an addenda e- mailed or faxed to all parties listed on the
official BIDDER's list as having received the RFP documents, and be made available to
any person upon request. Only questions answered by written addenda shall be
binding. Oral interpretations or clarifications shall be without legal effect. No plea of
ignorance or delay or required need of additional information shall exempt a contractor
from submitting the RFP on the required date and time as publicly noted.
D. Quality Assurance: The Village of Pinecrest may inspect work and reject
unsatisfactory or defective material or work at any time during progress of work. The
contractor is expected to correct any deficiencies as soon as possible after notification.
As a part of the evaluation of this proposal, the effectiveness of the equipment or
techniques being proposed to do this service shall be evaluated by the Village's
Representative. Please specify any special certifications or rating employees have and
any special equipment that is available to provide emergency debris removal service.
i N O G:tr il`A(t 5)) __
�, � U
Bamaco's president, Robert M. Mitchell, obtained his
Contractor /Supervisor Certification for Asbestos
Abatement from the University of Georgia Tech. Mr.
Mitchell also has certification for Hazardous Waste
Operations (HA,ZWOPER). He is also certified to
remove above and underground fuel storage tanks plus
many more.
U.S. Army Corps of Engineers Construction Quality
Management for Contractors
01 \11
MIKE MITCHELL
xme�Frmmr>� �m�.r��rs,� nuw„sco�.x
CONSTRUCTION OUAUW MANAOEMM FOR CONTRACTORS
"tom... 4Y
Y T
JAMES MARTIN
t=mvkw lu C&w of u7xtmsC-
CONSMUCTM WAU" MANAOEMSNTFOR CONTRACTORS
W ��.M'YWdMSw —�Lvtl ...
Maintenance of Traffic Certification
Bamaco, also the following personnel certified in Asbestos
Abatement:
$TAMOFLOUXS"
lkl[Illpi
N..e; ME]
"iZ N7121)417
AM: 1"� A
IIIWMWLOIO�tRA
M pNI,,,,mwa qtOALtY
Ngmg:CLAMAWOODS
Cerc WORKER
AttredWmn So: axt'0600
VINN07
IUIXI& I&
STATE W
Saw: MICHkEL, LEE RIG"
C[n WOSNZA
A[ I ftd-OVpt S Vb
expims; 31I5x2007
A IN. 13801
MATtffLOIDSANA
N. 8SWAN LEE IVONIAe
WORKER
jv,reN00.. b: M"W
VISR0(17
Al S01 13'+998 91,
STAUMLIRMSIM
WORKER
N"i
Nitnw,
"M6
STATE OP LOW�ItMA
velvdIt"M
BILLNMVNS�
%O"&K
13%10(W
VAU M LC1M19A14t
N..m M
Ctrr.
nttrcuRatiun S0: 1502519
Expires: 3.'11.'2001
it b: 131913
DEQ
N..: JEFFRE) PWEL�.'
Cvu WORKER
ENUM)2
STATE OFLORDWS
DEPARTMENT OF Eom-AW than QUALITY
- �'�md}�: ArPMmitP ONWon- ASba#asand Lead
17 .
Name: JAMES W MC:Di:FFIE
Cere WORKER
Atteedimdon Not 7W06601
Expires: 311 $2007
At SO: 1557999
STATE OF LOUISIANA
'�,.. DEPARTMENT OF ENVIRONMENTAL QUALM
ft is Oivicion- ASOeataaM Lead
'.5. -'
Same; SICKIEJHARRIS
Cern CO .N7RACTOR7SCPERVISOR
Acuedi: 3 ion 100: 7$02578
\0:x:37002 07
Al AI Sn: 131992
STATE OFIAUOW*
DEPARTMENT OFENP -Asbeg an QUALM
... .x... ANPamdIP ONMkn- ASOeMaFandLOW
Name: JAMESRVSSELLHCNDLEV
Can: WORKER
.Aeeredtmdan Nm 7W06598
Expires: 3/IVM7
AI N0: 137996
STATE OF LOUISIANA
OEPARTMEMTOF waR0NNWAL QUALITY
++E^-rNttd^^.pp,. ArParmib DMODn- AsbaAmand Lead
DEQ
Name: MERLIN A WOODS
Corr. WORKER
Acereditafi0o NO: 7WO6609
Expires: 3 /152007
AI Nn: 138007 1k
swroF LOUMM A
DEPARTMENTOF UNITED H MAL QUMM
Air Perm to ONkdon- AL6e.ROAand Lum
/
Same: CLAVDE D WOODS
Cut: WORKER
AceredimHon No: TWO6607
Expires: 3/152007
AI No: 1380D.+
STATE OF LOUISIANA
DEPARTMENT O`EN WOtO MALQUAUTT
M pemtb DiKwoa -A aml4ead
6 Name: ANCELOSMARTIN
ctn; WORKER
Aeereditafion NO: TWO6597
Expires: 325200? '
At Na: 137995
SFAM OF LOUISIANA
DWARTMEINTOF ENPLRONMENTAL QUALITY
..c:I AirPemdb OW Ian- AACONand Land
lsf;t,3
Name: JACKIE K MCCARTY
Cen: WORKER
AeeredhAtion N0: AV06605
Expires: 3/152007
.AI NO: 136003
I n
STATE Oi LOOFSFARA
DEPARTMENT OF ENVFRONNENTA .QUALITY
Air Permit WA*".A$b and Land
Nanvr: F:ARNES:
cen: WORKER
Aceredita d0a S n: T W afi599
Expi:cs:37t52007
Al Na 13799'
dtlltglL` aJ 1elA1�s ax x -++
James is a roadway and bridge construction professional with a history of
managing multi- million dollar construction projects. He has sound
mechanical reasoning founded on 40 years of hands -on experience. James
can distinguish communication skills achieving team oriented environments
and excellence. He demonstrates knowledge of engineering principles and
practices. He also has the ability to perform computatiors applied to
standard surveying, read and interpret all types of civil plans and
specifications recognize variance from specifications and problem
resolution.
FDOT CERTIFICATION
Florida Department cif Transportation
(•uARLIN R1Kt 60 Suwanrr�e Stlet t 11 ITH\SIV, c. Rprrs.ol s(%
I:DP F.H])H SF( HV VAHl
iallahossrc. F'. 32399�!?A56
April ii, 2G0"
samaco, imi
6869 Melt Highway 100
9URn021, FL 321io
ne.: CF, R'f 1's tci::'s. it �i:AL1F1CrtY,�::;
Gent J.amen:
The 0epartment of irart$pertatior. has cuclif:ey y.;ve' company tot EMERGENCY
DEBRIS REMOVAL WORK. Un::.ess your on^pae,y i.s rotif ;, %fj otherwi se, thi
rercification will expire March 30, 2000.
Please take nota -0e th2t to ensure rORtincity in your t;ertif.ication at least
thirty ON rlaya prior to yo r erp'_rattor. ,late, please s,vimit your Text:
application for qualification.
31!: r9
Juanita moor.e, manager
ContraeCs P.H.:,i r.i.cra ^.ion Of`ice.
[O t1'11 . dWS M.1C f.us
E. Contract Period: The Agreement shall cover a two year period with a two year
option if agreed to by both parties, at least ninety (90) days prior to the expiration of
the two year contract The contract will commence upon signing of AGREEMENT.
F. Instructions to Contractor.
The below listed instructions and proposed Agreement for Emergency Debris Removal
Services (including Attachment A) are hereby made part of this RFP. Compliance with
the instructions listed below is necessary for consideration of this proposal.
I. FORMAT- The proposal prices must be provided on the FEES FOR SERVICE
section in the Agreement and in compliance with all conditions listed.
2. ADDRESS- Address all sealed proposals to: Village Manager Peter G. Lombardi,
Village of Pinecrest, 12645 Pinecrest Parkway, Pinecrest, FL 33156.
3. LABELING- You must mark on the outside of the envelope "Emergency Debris
Removal'
4. DEADLINE- Proposals received after the stated date and time will not be
considered.
5. MODIFICATIONS- Be sure to read all conditions and verify all amounts prior to
submitting bid. No changes or additions will be allowed after the submission
date and time deadline.
6. SIGNATURE- The proposal must be signed with the firm name by an authorized
officer, employee, or agent in the spaces provided.
7. DEVIATIONS FROM SPECIFICATIONS- All exceptions to the proposal
specifications or alternative proposals must be clearly shown along with
complete information. Proposals with such deviations or exceptions may or
may not be considered.
8. FIRM PRICE- All prices will remain firm for the term of the AGREEMENT, unless
otherwise specified by the CONTRACTOR.
9. SUITABILITY OF PROPOSAL- The Village reserves the right to evaluate the
proposal in its entirety rather than just considering the price quoted with specific
emphasis on the quality of the service provided by the CONTRACTOR.
10. IDENTICAL PROPOSALS- In the event of two or more identical proposals the
Village reserves the right to award the contract arbitrarily, or for any reason, to
any of the CONTRACTORS or split the contract in any proportion between
two or more CONTRACTORS at the sole discretion of the Village.
I I . AMBIGUITY OF PROPOSAL- Any ambiguity in any proposal as the result of any
omission, error, lack of clarity, or non - compliance by the CONTRACTOR with
specifications, instructions, and all conditions of bidding shall be construed in the
light most favorable to the Village.
12. CANCELLATION FOR NON - PERFORMANCE- The Village reserves the right
to cancel any Agreement arising out of this RFP upon providing five (5) days
written notice.
13. ACCEPT OR REJECT PART OR WHOLE OF ANY PROPOSAL- The Village
reserves the right to accept part or all of any specific proposal and the right to
reject all proposals, or any part of any specific proposal or proposals. The Village
of Pinecrest reserves the right to contract with multiple contractors for the
services specified in this RFP.
14. EVALUATION OF PROPOSALS - Proposals will be evaluated based upon
several criteria: prices, the quality of the service available, and references will be
evaluated.
15. ANTI- COLLUSION- No collusion with any other CONTRACTOR on prices or
the terms of any proposal is permitted and shall be cause for any such proposal
to be rejected.
16. REFERENCES- All qualified CONTRACTORS must submit a list of at least three
firms, organizations, or major customers to which they have supplied Emergency
Debris Removal Services within the past five years. Along with this information
should be supplied the name, address and the phone number of each reference
listed.
Reference #i: DAV/l�.. .Qm_ y E72SA4J
Reference #2:
��.'gi}gLSt "sA,aiTik'rloei
'78G Rye 7RoAp
4
Reference #3! ��r E \ ;A1,S
&091DA � � <tCa M GnSI 9� t SPo-�tFnY(or�
��'>'2o feu
'Zt�_-o
17. PUBLIC ENTITY CRIMES- All vendors are prohibited from submitting a
proposal to the Village of Pinecrest if they have been convicted of any Public
Entity Crimes as described in Florida State Statutes Chapter 287.133 which
states, "A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a
contract to supply goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or
public work, may not submit bids or 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 S
287.017 for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list."
A CONTRACTOR must submit a completed public entity crimes form attached
to this RFP packet
18. CONE OF SILENCE - You are hereby advised that this RFP is subject to the
"Cone of Silence," in accordance with Miami -Dade County Ordinance Nos.
98106 and 99 -1. From the time of advertising until the Village Manager issues his
recommendation, there is a prohibition on communication with the Village's
professional staff. The Cone of Silence does not apply to oral communications at
pre -bid conferences, oral presentations before evaluation committees, contract
discussions during any duly noticed public meeting, public presentations made to
the Village Council during any duly notice public meeting, contract negotiations
with the staff following the award of an RFP, RFQ, RFLI or bid by the Village
Council, or communications in writing at any time with any Village employee,
official or member of the Village Council unless specifically prohibited. A copy of
all written communications must be filed with the Village Manager. Violation of
these provisions by any particular bidder or proposer shall render any RFP
award, RFQ award, RFLI award, or bid award to said bidder or proposer void,
and said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or
bid for a contract for the provision of goods or services for a period of one year.
5
AGREEMENT FOR PROFESSIONAL SERVICES
Emergency Debris Removal
THIS AGREEMENT, made and entered into on the W day of September , 2007 by and
between the Village of Pinecrest, Miami -Dade County, Florida, party of the first part
(hereinafter called "VILLAGE "), and Bamaco. Inc. , party of the second part (hereinafter called
"CONTRACTOR ");
RECITALS:
The VILLAGE wants to engage the CONTRACTOR to perform certain professional
services as specifically described in accordance with ATTACHMENT A - SCOPE OF SERVICES
in this Agreement. The CONTRACTOR wants to provide such specified services in
connection with emergency debris removal.
In consideration of the mutual covenants set forth in this Agreement, the parties agree
as follows:
SERVICES TO BE PERFORMED BY CONTRACTOR
Furnish all material, labor, supervision and equipment in performing all operations
necessary in connection with the clearing and removal of debris, and standing and
staking trees throughout the Village of Pinecrest, including, but not limited to Village
facilities and sites, streets and rights -of -way, and canals.
The CONTRACTOR agrees, as directed by the Village Manager or his designee, to
perform the services as specifically stated in the Scope of Services attached hereto as
part of this Agreement as "Attachment A ", and as may be specifically designated and
additionally authorized by the VILLAGE through the issuance of a Work Order.
2. FEES FOR SERVICES
Upon satisfactory completion of the specified work as determined by the sole discretion
of the Village Manager, the CONTRACTOR agrees to charge the VILLAGE in
accordance with the following fees for service:
A.
Grapple Truck with Operator
B.
Bobcat with Operator
C.
Chainsaw with Laborer
D.
Power Pruner with Laborer
E.
Cherry Picker with Operator
$ 120.00
per hour
$ 52.50
per hour
$ 28.50
per hour
$ 28.50
per hour
$ 87.00
per hour
3.
F.
Bucket Truck with Operator
$
118.00
per hour
G.
Loader Truck with Operator
$
1 18.00
per hour
H.
Front End Loader with Operator
$
100.00
per hour
I.
Back -hoe with Operator
$
45.00
per hour
J,
Flat Bed Truck with Operator
$
40.00
per hour
K.
Pick -up Truck with Operator
$
28.00
per hour
L.
Dump Truck with Operator
$
48.00
per hour
(please state size: )
M.
Water Truck with Operator
$
80.00
per hour
N.
Polecat with Operator
$
65.00
per hour
O.
Misc. Tools, Gas, Oil & Equipment
$
50.00
per hour
P.
Supervisor
$
38.00
per hour
Q.
General Laborer
$
28.00
per hour
R.
Debris Pushing
$
100.00
per hour
S.
Debris Removal*
$
82.00
per ton
$
11.00
per cubic yd
T.
Cutting of Tree Hangers (1 -5 hangers)
$
48.00
per tree
U.
Cutting of Tree Hangers (6+ hangers)
$
68.00
per tree
V.
Stump Removal**
$
120.00
per hour
$
170.00
per stump
(stump size:
24" to 36" )
W.
Stump Grinding
$
120.00
per hour
$
50.00
per stump
(stump size:
36" )
*This includes
all equipment, operator, special labor, and any and all other fees necessary for the general debris pick -up throughout
the Village of Plnecrest, hauling and dumping this debris. Dumping fees are NOT Included.
*+Stumps are to measure more than 24 inches in diameter (measured two feet from the ground) and be at least 50 7uprooted.
INVOICING AND PAYMENT
The CONTRACTOR will issue an invoice of the work, which has been completed, in
the Village Manager's sole discretion. If he/she determines that the work specified in the
invoice has been performed according to the job specifications, the VILLAGE shall pay
such invoice within 30 days.
The VILLAGE shall pay to the CONTRACTOR for the faithful performance of this
Agreement, in lawful money of the United States of America.
7
4. TER
The Agreement will cover a two (2) year period with a two (2) year renewal option if
agreed to by both parties, at least ninety (90) days prior to the expiration of the two
year contract. The contract will commence upon signing of AGREEMENT.
5. ASSIGNMENT
This Agreement shall not be assignable by the CONTRACTOR.
6. PROHIBITION AGAINST CONTINGENT FEES
The CONTRACTOR warrants that it has not employed or retained any company or
person, other than a bona fide employee working solely for the CONTRACTOR, to
solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s),
company, corporation, individual or firm, other than a bona fide employee working
solely for the CONTRACTOR any fee, commission, percentage, gift, or any other
consideration, continent upon or resulting from the award or making of this Agreement
unless approved by the Manager of the Village of Pinecrest.
TERMINATION
This Agreement may be terminated by either party upon 60 days written notice with or
without cause. If this Agreement is terminated, the CONTRACTOR shall be paid in
accordance with the provisions of Paragraph 3 of this contract for all acceptable work
performed up to the date of termination.
8. NONEXCLUSIVE AGREEMENT
The services to be provided by the CONTRACTOR pursuant to this Agreement shall
be nonexclusive and nothing herein shall preclude the VILLAGE engaging other firms to
perform the same or similar services for the benefit of the VILLAGE within the
VILLAGE'S sole and absolute discretion.
9. ENTIRE AGREEMENT
This agreement, together with all pertinent documentation including attachments and
related materials shall constitute the entire agreement which may only be amended or
modified upon written agreement between the parties.
10. WARRANTIES OF CONTRACTOR
The CONTRACTOR hereby warrants and represents that at all times during the term
of this Agreement it shall maintain in good standing all required licenses, certifications
and permits required under Federal, State and local laws necessary to perform the
Specified Services.
H
I I. INSURANCE
Contractor must also provide proof of insurance to the VILLAGE to be made part of
this contract. The CONTRACTOR shall have and furnish Workers' Compensation
Insurance and Employers Liability in the limits to comply with the Florida Statutes. The
CONTRACTOR shall also furnish Public Liability and Contingent Liability Insurance for
bodily injury in the minimum limits of the policy of One Million Dollars ($1,000,000)
each person and One Million Dollars ($1,000,000) each occurrence for bodily injury
liability and limits of Two Hundred Fifty Thousand Dollars ($250,000) for each
occurrence on property damage liability or Three Hundred Thousand Dollars
($300,000) single limit coverage, all to be in a form satisfactory to the Village and
protecting the Village from any loss due to any claim arising from or out of the contract
work, and shall have the same approved by the Village prior to the signing of the
contract. Insurance must be issued from a company who is licensed to sell insurance in
the State of Florida. Proper certificates of such coverage shall be filed with the Village at
the time of contract signing. The VILLAGE shall be named as an additional insured on
the above- referenced policies.
12. ATTORNEY'S FEES
In connection with any litigation arising out of this Agreement, the prevailing party shall
be entitled to recover reasonable attorney's fees and costs. This provision shall exclude
all litigation resolved by agreement of the parties.
13. NOTICES
All notices and communications to the VILLAGE shall be in writing and shall be deemed
to have been properly given if transmitted by registered or certified mail or hand
delivery. All notices and communications shall be effective upon receipt. Notices shall
be addressed as follows:
VILLAGE: Peter G. Lombardi
Village Manager
Village of Pinecrest
12645 Pinecrest Parkway
Pinecrest, Florida 33156
CONTRACTOR: Robert Mitchell
President
Bamaco, Inc.
6869 West Highway 100
Bunnell, Florida 32110
17
14. GOVERNING LAW
This Agreement shall be corstrued in accordance with the laws of the State of Florida.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated on the day and year first above
written.
510 :c •
By.
�(t2= a4o6t3T F �j(ind�riC -D, �e.1C.
VILLAGE:
VILLAGE OF PINECREST
Peter G. Lombardi, Village Manager
12645 Pinecrest PV-k6ay
Seal:
[.
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
I. SCOPE OF WORK (General Description of Services)
The following is a general description of services that upon issuance of a Work Order
shall be performed by the CONTRACTOR as approved by the Village Manager or his
designee. The CONTRACTOR shall provide all supervision, labor, materials, tools,
equipment, and subcontracted equipment/tools, materials necessary for the
performance and completion of the work. The CONTRACTOR shall conduct the work
so as not to interfere with disaster response and recovery activities of federal, state and
local governments and agencies or public utilities. Scope of work shall include, but may
not be limited to the paragraphs below numbered 2 through and including 6.
2. FIRST RESPONSE Initial Push)
The CONTRACTOR shall perform the following services for the first response (initial
push). The emergency initial push will normally be completed within the first 70 hours
following the activation of this contract unless notified otherwise by the VILLAGE.
Time and material rate shall be applicable. The VILLAGE reserves the right to include a
cost - not -to- exceed provision in the Work Order that the Contractor exceeds at its
own risk without a written and agreed -to amendment.
• CONTRACTOR shall conduct emergency clearance of debris from primary
transportation routes as directed by the Public Works Director, or his
designee.
• CONTRACTOR shall accomplish street clearance by removing large debris
from traffic lanes and stacking the debris on the rights -of- way /swales.
• CONTRACTOR shall develop pre -event emergency response contracts with
local equipment contractors, as approved by the VILLAGE, to ensure
sufficient resources are available on a timely basis to rapidly accomplish road
clearance. Equipment and personnel will assemble at pre - determined rally
point(s), as established by the VILLAGE and the CONTRACTOR, to be
assigned priority roads for immediate clearance based on the disaster event
debris stream. At the rally point(s), all equipment will be photographed,
equipment numbers assigned, and all pertinent information for each crew
recorded. A master crew summary will be provided to the VILLAGE for
documentation purposes. Crews shall be instructed to protect to the extent
practicable existing utilities, curbing, sidewalks, signage, street pavements, and
other permanent fixtures.
• CONTRACTOR shall be able to respond to emergency situations when
product is unknown or extent of service needed is uncertain.
• CONTRACTOR shall identify work -site limitations.
• CONTRACTOR and their subcontractors shall obtain all required permits,
certificates and licenses. All fees pertaining to VILLAGE permits shall be
waived.
ATTACHMENT A— SCOPE OF SERVICES
Emergency Debris Removal
•, CONTRACTOR shall provide clearance to allow for emergency access of
search and rescue operations.
• CONTRACTOR shall allow for major roadways linking outside areas to
designated response staging and relief center sites.
• CONTRACTOR shall provide for access and entry roadways to and from
disposal sites and solid waste disposal facilities.
• CONTRACTOR shall assist public /private utility companies with the ability
to provide water and electrical service.
• CONTRACTOR shall be responsible for the removal of various types of
debris from public property and rights -of -way.
• While CONTRACTOR is engaged in work requirements under this
agreement, CONTRACTOR shall be responsible for the protection of street
surfaces, asphalt, water, sewer, storm drain, cable TV, gas and electrical lines
and all other infrastructure and communication lines or other utility lines.
• CONTRACTOR shall provide for the emergency assessment of suspected
contaminations of hazardous materials.
3. PICK -UP AND HAUL
A. Debris Removal from Public Property and Rights -of -Way
• CONTRACTOR shall mobilize equipment to the VILLAGE as soon as a
disaster event is deemed imminent.
• CONTRACTOR'S primary responsibility includes, but is not limited to the
pick up of debris, removal from public property and rights -of -way and the
hauling to the designated disposal site, or to the Temporary Debris Staging
and Reductions site(s) for further separation and reduction prior to final
disposal.
• CONTRACTOR shall utilize its own vehicles to collect and load all debris
from the VILLAGE'S properties and rights -of -way.
• The VILLAGE shall direct CONTRACTOR'S arriving equipment and crews
to a central rally point for inspection, measurement, and certification prior to
assignment and deployment.
• CONTRACTOR shall take photographs and detailed information of each
vehicle used for debris removal. The VILLAGE shall supervise the process
and approve each vehicle's entry in the Truck Measurement Log provided by
the CONTRACTOR.
• CONTRACTOR'S Truck Measurement Log shall include:
s Assigned equipment number
License plate number of the haul vehicle
a Operating company
Drivers name
Measurements in feet of the height, width, and length of the truck or
trailer bed
❖ Sketrh of the vehicle indicating exactly where the measurements were
go
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
taken, volume capacity in cubic yards as calculated for the truck or
trailer bed and initials of the VILLAGE and CONTRACTOR
CONTRACTOR shall adhere to the trucks and /or trailers their company
logo and sticker in 8" numbers which details the assigned equipment number
and the calculated volume capacity of the truck/trailer bed.
CONTRACTOR is responsible for obtaining signed load tickets from Miami
Dade County.
B. Debris Removal from Private Property
• CONTRACTOR shall not conduct any work, including debris removal, in
private property. The VILLAGE will not pay CONTRACTOR for any work
done on private property.
C. Work Areas/Zones
• Using a system that incorporates neighborhoods, major streets, waterways,
and other natural boundaries, the VILLAGE and CONTRACTOR shall
prepare zone maps of the affected area.
• The assignment of CONTRACTOR'S crews to specific zones for debris
collection shall be made in coordination with the VILLAGE, prioritizing those
areas most affected by the disaster.
• The CONTRACTOR shall monitor collection crews in their assigned areas
to insure debris eligibility, safe operation, and adherence to FEMA debris
collection guidelines.
• The CONTRACTOR shall conduct a minimum of three debris removal
collection passes from VILLAGE properties and rights -of -way within each of
the zones. CONTRACTOR'S third debris removal collection pass will
require the VILLAGE'S close observation and inspection to ascertain
whether or not the VILLAGE will certify the zone clear of debris.
CONTRACTOR shall resolve any deficiencies noted by the VILLAGE prior
to moving crews to the next zone. The CONTRACTOR shall submit daily
reports to the Village that indicate each zone's status including those that
have been cleared.
• CONTRACTOR shall insure all debris is loaded at curbside with appropriate
machinery that will not destroy property. CONTRACTOR shall be
responsible for all property damage.
• Depending on the debris size and type, CONTRACTOR shall use
appropriate excavation type machinery in accordance with local, state, and
federal safety guidelines.
13
ATTACHMENT A— SCOPE OF SERVICES
Emergency Debris Removal
4. TECHNICAL ASSISTANCE/RECORD KEEPING AND REPORTING
A. Technical Assistance
CONTRAC'TOR'S technical assistance team will perform the following core
responsibilities, which are intended to assist the VILLAGE in receiving the
maximum eligible reimbursement from external sources.
• CONTRACTOR shall comply with Federal and State guidelines conducted
under the Public Assistance Program including, but not limited to the
following reference materials: Debris Management Guide (FEMA), Policy
Digest (FEMA), Public Assistance Guide (FEMA), Applicant Handbook
(FEMA), Stafford Disaster Relief and Emergency Assistance Act (US
Congress), and 44 CFR (US Congress).
• CONTRACTOR shall provide documentation of all costs associated with
emergency incidents in a timely manner to assist the VILLAGE in cost
recovery in accordance with established FEMA requirements.
CONTRACTOR must coordinate with appropriate VILLAGE staff regarding
proper billing procedures to meet FEMA reimbursement requirements.
CONTRACTOR'S invoice shall include the segregation of costs by Site or
Project Worksheet. CONTRACTOR shall deliver the aforementioned
records to the VILLAGE'S Public Works Director.
• CONTRACTOR shall immediately report the discovery of any hazardous
material to the VILLAGE.
• CONTRACTOR shall provide recovery overview to the VILLAGE.
• CONTRACTOR shall brief the VILLAGE on the recovery process, critical
meetings, required procedures and the current disaster recovery
environment.
• CONTRACTOR shall assist and support the local recovery team through
the recovery process.
• The CONTRACTOR shall remain on site until released by the VILLAGE.
• CONTRACTOR shall conduct an exit interview with the VILLAGE.
• CONTRACTOR shall prepare an after action disaster event report for the
VILLAGE.
• CONTRACTOR shall remain available for any additional recovery assistance
and guidance requested by the VILLAGE.
B. Documentation and Reporting
CONTRACTOR shall supply the VILLAGE with the load tickets to record the
debris collected from the rights -of -way and transported to the designated
disposal site. CONTRACTOR'S load ticket shall contain 15 key data points
described in the Debris Management Guide (FEMA). CONTRACTOR'S load
ticket shall consist of five -parts allowing all recovery participants to maintain
documentation.
14
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
The CONTRACTOR shall post the load tickets to a report with a hard copy and
disk provided to the VILLAGE'S Public Works Director. CONTRACTOR shall
detail the following load ticket information on the report:
• Date
• Village of Pinecrest
• Preprinted ticket number
• Hauler's name
• Truck number
• Truck capacity in tons
• Load percentage full
• Load amount in billable weight
• Debris classification as burnable, non - burnable, mixed, other
• Point of origin for debris collected and time loaded
• Dump site location, date and time dumped
CONTRACTOR shall provide to the VILLAGE'S Public Works Director daily
reports denoting progress to date and crew assignments. CONTRACTOR'S
reports shall detail current crew assignments by zone and the percentage of
completion for each pass by zone. The CONTRACTOR will also provide a
project deficiency report to the VILLAGE on a daily basis detailing any accidents,
private or public damage, and /or homeowner complaints. CONTRACTOR shall
be committed to an initial response to all deficiencies within 24 hours.
S. PROF ECT MANAGEMENT
CONTRACTOR shall attend meetings and provide for daily progress reports as well as
the dispatching of field supervisors where necessary. A twenty four (24) hour response
must be provided by CONTRACTOR for any complaints from homeowners.
CONTRACTOR shall provide for quality assurance at all times.
CONTRACTOR shall be monitored by the Village Manager or his designee to ensure
work is being performed as detailed in this Agreement, including Attachment A, Scope
of Services.
CONTRACTOR shall provide name, phone numbers and emails of crew chiefs,
foremen, superintendents, etc., to be contacted in the field. Said crew chiefs, foremen,
superintendents, etc. must have radio and /or phone communication with the crew
reporting to them.
Is
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
6. MOBILIZATION PLAN
CONTACTOR must provide a mobilization plan which includes a time line indicating
set -up and the different steps of mobilization, anticipated staging area(s), and office
location.
CONTRACTOR shall mobilize equipment to the VILLAGE as soon as a disaster event is
deemed imminent.
7. OTHER SERVICES AS NEEDED
The CONTRACTOR shall perform other services only as specifically designated and
additionally authorized through the issuance of a work order by the VILLAGE for the
following services and /or as negotiated in accordance with Emergency Procurement
Procedures.
• Hazardous stump removal
• Hazard and debris removal from canals and waterways
• Aerial hazard mitigation (hangers)
• Backfill material
IV
PUBLIC ENTITY CRIMES AND CONFLICTS OF
Emergency Debris Removal
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate
who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a
Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a
public entity for the construction of repair of a public building or public work, may not submit bids on leases or
real property to a public entity, may not be awarded to 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 Category Two of Section 287.017, Florida Statutes, for thirty six'(36) months from
the date of being placed on the convicted vendor list ".
The award of any contract hereut4der is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS
must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or
employee of the Village of Pinecrest or it's agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AIVD SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
J [print name of the public entity]
for TAM&,{
[print name
name and tide]
submitting sworn
whose business address is ' KC7 /U osT Ayy
&fi40,4- � a 321(o
and (if applicable) its Fed -ral Employer Identification Number (FEIN) is '706o70 $2 (If the
entity has no FEIN, include the Social Security Number of the individual signing this sworn statement:
2. 1 understand that a "public entity crime' as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the
United States, including, but not limited to , any bid or contract for goods or services to be provided to
any public entity or an agency or political subdivision of any other state or of the United States and
involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (I)(b), Florida Statutes .
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by Indictment or information after
July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined In Paragraph 287.133 (1)(a), Florida $tat=, means:
(a) A predecessor or successor of a person convicted of a public entity crime; or
(b) An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in any person, or a pooling of equipment or income among persons when not for fair
market value under an arm's length agreement, shall be a prima facie case that one person
controls another person. A person who knowingly enters into a joint venture with a person
17
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Emergency Debris Removal
who has been convicted of a public entity crime in Florida during the preceding 36 months shall
be considered an affiliate.
S. 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 any state or of the United States with the legal power to
enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or
services let by a public entity, or which otherwise transacts or applies to transact business with a public
entity. The term "person' includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in management of an entity.
6. Based on information and belief, the statement which I have marked below is true in relation to the entity
submitting this sworn statement. [Indicate which statement applies.]
_V� Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July 1, 1989.
_ The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
I, 1989.
_ The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
or an affiliate of the entit/ has been charged with and convicted of a public entity crime subsequent of July
I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of
Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this sworn statement on
the convicted vendor IiSL (attach a copy of the final order.]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE
PUBLIC ENTITY INDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND
THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I
ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING
INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017,
FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINFQ IN
THIS FORM. /-1 A _ ad-L-&—/e-
[signature]
Sworn to and subscribed before me this t t? tt- day of
2007.
Personally known ti/ OR Produced identification
Notary Public - State of
)) I(. L e- My commission expires
(Type of identification)
(Printed, typed or stamped commissioned
name of notary public)
Form PUR 7068 (Rev.06l11 /92)
ELBERTTUCKER
# MY COMMISSION#DD390308
* EXPIRES:Febmary22,2009 18
�^4jkore�wl Banded new BudgNNouty sme"
I �
;1
VILLAGE OF PINECREST
OFFICE OF THE VILLAGE MANAGER
MTO pig
Project Name: Emergency Debris Removal
Date: Juna 4, 2007
Sent: E- maiUWeb Site
This addendum submission is issued to clarify, supplement and /or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
SPECIFICATIONS
I. How many copies of this bid do you require?
We only require one (1) copy of the proposal.
2. Do you require any bonding informadon?
No, we do not require any bonding information.
17645 Rincr=st. P::rk•,oay ' P`n,.or.sr. Florida 33i56 305.234.2!21 305.234.21331 manarc:-`iJPimc.rvs ='. ,o„
VILLAGE OF PINECREST
F, OFFICE OF THE VILLAGE MANAGER
ADDENDUM NO.2
Project Name: Emergency Debris Removal
Date: June 7, 2007
Sent: E- maiUWeb Site
nwr.+zre rs- rzrax+m
This addendum submission is issued to clarify, supplement and/or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
1. Page 7 pricing for letter "R" do you want per for hour pricing debris pushing crew of
multiple labors:' if so, do you want to specify what you consider the make up of a
crew. (dump truck, front loader, chain saw with operator) , and how many to a crew.
Letter "R" is for pricing, per hour, for a pushing crew consisting of all necessary labor
and equipment. Please list what your pricing includes.
2. Page 7 pricing for letter "S" do you want per CY and per ton rate for collection only
or Processing and Disposal at Temporary Debris Management Sites.
Letter "S" includes all equipment, operator, special labor, and any and all other fees
necessary for the general debris pick -up throughout the Village of Pinecrest, hauling
and dumping this debris.
It includes dumping at Miami -Dade County Trash Centers — The Village does not
anticipate initializing any Temporary Debris Management Sites. Dumping fees are NOT
included.
:2645 Pa,ec•est P;1+1'av ' P =nvoau. Fiorldn 33i56 ' 305234.212; 305.234.:.131 �anager @pnec,.vt- -£.go,
i
r . ,
OFFICE OF THE VILLAGE MANAGER
ADDENDUM NO.3
Project Name: Emergency Debris Removal
Date: June 15, 2007
Sent: Fax/E- mail/Web Site
This addendum submission is issued to clarify, supplement and /or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
1. What parts of the Bid are required to be returned with our proposal? Other than the
Public Entities Form (the cost portion is part of the bid is attached to the Agreement
for Professional Services)
I am sending Qualification/Experience info with whatever else you require sent back
Contractors must submit the entire RFP packet with the appropriate sections filled
out Specifically, the References on pages 4 and 5, Fees for Service on pages 6 and 7;
and, Public Entity Crimes and Conflicts of Interest form on pages 17 and 18.
Additionally contractors should submit a letter of interest along with any other
pertinent information to the company including qualifications and experience.
2: On page seven (7), Fees for Service, item "S", requests a "tonnage" price for Debris
Removal. Question: Will the monitoring firm, or the Village, be equipped to certify
the "weight" of the truck prior to commencing work? if not how will certification of
the truck be performed?
Contractor will need to certify their trucks through the Miami -Dade County Solid
Waste Department
:2545 Pmncreat Par!nnay Pi woars� Pbr 33 i56 305.234.212! '305.734.21 manayc; �4�Gineu'2s[:ea,
i
�= w
OFFICE OF THE VILLAGE MANAGER
Project Name: Emergency Debris Removal
Date: June 18, 2007
Sent: Fax/E- maiUWeb Site
This addendum submission is issued to clarify, supplement and/or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
SPECIFICATIONS
1. In reviewing the RFP documents, it states:
EVALUA7701V OF PROPOSALS - Proposals W11 be evaluated based upon severs/
criteria prices, die qudigy of the service available, and references will be evaluated.
To satisfy evaluation of the "the quality of service available" what information, in any,
in addition to that asked for in Section D, Quality Assurance is the Village requiring?
For instance, should contractors submit a history of similar projects completed
and/or personnel experience and qualifications beyond what is required in Section D
(i.e., resumes)?
The only requirement is to submit the entire RFP packet with the appropriate sections
filled out. Specifically, the References on pages 4 and 5, Fees for Service on pages 6
and 7, and, Public Entity Crimes and Conflicts of Interest form on pages 17 and I8.
However, contractors should submit a letter of interest along with any other
pertinent information to the company including qualifications and experience.
2. Within Attachment A — Scope of Services, it states:
MOB/L0477ON PLAN - CONTACTOR mustprovide a nxi&llwoon plan which
includes a dme /ice indica ft set - -up and the dferent steps ofmobi /cation, ani*ipated
sti ngarea(s), and office location.
Is this a requirement of the proposal or is it to be submitted by the successful bidder?
This is a requirement of the proposal.
:2645 Pinecrest Parkway P;ne ^resc, Florid,: 33i56 305.234.2 i 2% 305.234.2131 gov
Sep 11 07 03:59p Bamaco Inc. 386 -586 -3663 p.2
.4cotira_ CERTIFICATE OF LIABILITY INSURANCE xy 09/11/07
PRODUCER
Reiter Insurance Agency, Inc.
926 North Summit Street
P. O. BOX 518
THIS CERTIFICATE IS ISSUED AS A NATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND
ALTER THE COVERAGE AFFORDED BY THE POUCIES
OR
BELOW.
PODDYNUMOER
ES00021819
DATE
12/16/06
Crescent City FL 32112
Phone: 386 -698 -2400
INSURERS AFFORDING COVERAGE
NAICE
INSURED
INSURMR . Indian Harbor
MEOEXP(AMee$Pa )
INSURERS, American Safety IndemitY
PERSONAL&ADYBUURY
s2000000
INSURER C:
s2000000
HAMACO, Sac
ke 14itche 1
Bonner FLg321j0100
INSURERa. KEG
_..
._._
WSURERE:
GOVERAUE.S
THE POUGES OF INSURANCE USTEDBEIDW HAVEREEN ISSUED TOTHE INSUREDNAMET ARGUE FORTHE POLICY PERIODINDICATED. NOTVATRSTANDING
ANY REOUIREMENT,TERM OR CONDMONOFANY CONTRACT OR OTHER DOCUMENT "TH RESPECT TOWN'CH THIS CERTIFICATEMAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERM, EXCLUSIONS AND CONDITIONS OF SUCH
ROUGES, AGGREGATE LIMITS SHOWN MAY HAVE SEEN REDUCED BY PART CLAIMS,
LTR
A
X
TYPEOFNSURANCE
GENERAL ILLBiLJ1Y
X coMMERCwL CEea =RAL LIASLrn
CLAIMSMADE ®OCCUR
PODDYNUMOER
ES00021819
DATE
12/16/06
OATS
12/16/07
IJU°S
EACH OCCURRENCE
$1000000
PRELasEs IEOOmr )
$100000
MEOEXP(AMee$Pa )
seSCluded
PERSONAL&ADYBUURY
s2000000
GENERAL AGGREGATE
s2000000
GENIAGGREGATE LRWpIITAPPU ES PER:
P.O
PRoDLCTs- cOMPAGG
$2000000
POLICY JPECT LOC
C
AUTOMOB"LIARIURY
X
ANYAUTO
4696258800
09/22/06
09/22107
COMBINEDSINGLEUMIT
(ftwditm
Z1000000
AILOWNEDAUTOS
BODILY INJURY
(PwPN9PA)
s
SCHEDULEDAUTOS
HIRED AUTOS
OOGLYIMURY
(PPrectlaanq
s
NON-0WNEDAUTOS
PROPERTY DAMAGE
a, Noddw)
S
GARAGELIABBJn,
AUTOONLY- EAACGDENT
S
OTHERTHAN RAACC
AUTOOMY: AGG
$
ANY AUTO
S
S
EXCESSnBeRELLAUAmDLY
X OCCUR cLmmsMADE
ESU01534106
12/16/06
12/16/07
EACNOCCummm
$ 5000000
AGGREGATE
s5000000
s
$
DEDUCTIBLE
Is
RETENTION $
WORID:RS COMPENSATION AND
7TH m;U X ER
EL EACHACGDENT
$1000000
D
Eba'L °rerts'LUebm
O,=EM OA & «ARiUERiFX��ECURVE
WC5314230
09/09/07
09/09/08
EL DISEASE -EAE
SIDODODD
EL DISEASE- POUCYUMD'
I s1.000000
SPEGAL PRO VI ps l+s dew
OTHER
DESCWP'IWN OF OPEMTONS(LOCATX)B4t VENIGESf FXCW910NSADOEDBYENDORSGIB •M7SYE45LPRBV610NS
VIISPII
VILLAGE OF PINECREST
PETER G. LOMBARDI- VILLAGE MGR
12645 PINECREST PARKWAY
PIMCREST FL 33156
DATETHENEDF ,TNELRM/EIGmAmRwILLEwrAYIXtTOS AL 30 DAYSWR wA
NpTCET) COMFIGT ENULDENRAM ®TOTELFJ-T.dRFAEARETODOSDSNALL
IMPO$ENOODUCATMORUAMLPYOFANY UPONTTEWSURERRSAUHIROR
Aug 29 07 11:29a Bamaco Inc. 386 -S86 -3663 P.3
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the poilcy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certfiloate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
F 4,10a ' Lf,,k W ............. 3, .
SECTION WMaros #an4
Experience 4 klistory .....................
Practical Experience .........
. . .........
Client Contacts ...........................9
Resumes .... .............................10
InSWance Certificates . .....................
31
Financial Statements ......................3Z
Proposed Alan ........................... 40.
Invoicing.4 Auditing ..................... V
Qr n zit on .I. Chart ..................... 5
iCi l( pool infor aft
Mobile command; Units ................... 53,
Quelity, Control Plan ......................5:4
Letters_ of Recommendation ............... 70
Equipment List .......................... 74
Subcontractors ......................... 80
4
Appenifix
Complete RFR froth. V,illag p oU Ainecrest ... • . 8
2
June 21, 2007
Dear Pinecrest Officials,
Bamaco offers a full line of professional, public and private environmental services to
accommodate any situation that may arise during the course of a natural or man made
disaster. Bamaco has an arsenal of personnel and equipment at its disposal to assist the
City of Pinecrest in the cleanup.
Bamaco has the finest up -to -the- minute and state -of -the -art telephones, faxes,
and telecommunications available from satellite feeds at the home office and extended to
our mobile command units in the field to assure constant means of communication to
keep our management staff apprised of the ever - changing developments.
Bamaco works hard to ensure that safety, quality and professionalism are maintained on
every job site. Additionally, Bamaco takes pride in finishing all work in a timely
manner. This drive is the backbone of Bamaco and our excellent reputation.
Our experience, management controls and detailed documentation process ensures that
agencies eligible for disaster related funds, receive the maximum amount allowed for
fending on projects of this nature.
Our management staff has combined experience with over 500 related completed FEW
Federal and State projects. These projects combined relate to over $750, 000, 000 in
earned revenues.
This disaster response proposal and technical support is intended to provide the City of
Pinecrest with an overview of our experience, methods, means, qualifications,
capabilities, technology and the financial stability of our corporation.
Sincerely,
Robert (Mike) Mitchell
President
386 -586 -3656 (Office)
386 -586 -3663 (Fax)
Bamaco, Inc.
6869 West HWY 100
Bunnell, FL 32110
k l
Barnaco, Inc.'s management personnel have been in the disaster response business for
over 30 years. Bamaco has worked every major hurricane and disaster since Hurricane
Fredrick in 1979. Additionally, Mike Mitchell and Bamaco key personnel have worked
together in response to tornadoes, floods, ice storms and forest fires throughout the
United States. Bamaco's Management personnel have completed many hazardous jobs
on both manmade and natural disasters. This highly skilled and professional team, under
the lead of Project Manager, D.R. Mitchell, will provide the City of Pinecrest direction on
funding, required training and other elements necessary to meet FEMA's ever changing
standards. This all being evidenced by Bamaco's combined management staff has
completed over $750,000,000.00 in disaster related projects across the United States.
Barnaco, Inc. request that you take time to visit our web site at:
This proposal requires that the contractor provide 5 years of successful experience in
providing disaster recovery services as a prime contractor. Prior to BAMACO, Inc.
incorporating, the company was known as Bamaco, a sole proprietor. This clearly proves
Bamaco has been a successful contractor for many years.
All of our contracts require FEMA reimbursement. During the time BAMACO served as
the prime contractor we were directly involved on each contract; providing
documentation for FEMA reimbursement. BAMACO, Inc. provides various forms of
documentation to the city or to a monitoring company, all of which are provided to
FEMA for reimbursement.
BAMACO, Inc. produces spreadsheets on a daily basis that provide a recap of daily
operations. These operations are backed up with daily load tickets or hourly performance
tickets. Each truck has been properly certified and measured for quantities. Regardless
of the type of materials being hauled or disposed of, BAMACO keeps up to date records
that meet the strict FEMA guidelines. These records are produced daily and hard copies
are given to the County. To ensure quality control, along with these hard copies we will
also send the information via email, fax and hand delivery. The information will also be
available on our secure web server, should we be selected as your provider.
Bamaco, Inc. Capabilities Include:
0 Emergency Management Assistance
• Providing Pre - Disaster Planning
• Preposition Contracting
• All Aspects of Debris Management Including: Assessing, Removal, Staging,
Segregation, Reduction, Hauling, Hazardous Materials and Final Disposal
0 FEMA Funding Assistance - Providing Necessary Reimbursement Documentation
• Waterway Restoration
• Beach Restoration — Sand Sif4ing, Dune Restoration, and Stabilization
• Dredging On and Offshore
• Demolition Services
0 Asbestos Abatement
• Haz Mat
• RCRA Issues
O USTs /ASTs
• Marine Salvage
• Marine Debris Removal
• Emergency Potable Water, Delivery of Ice
• Temporary Satellite Communications
• Emergency Power Generation
• Providing Emergency Fuel
• Providing Temporary Housing
The information in this RFP for the City of Pinecrest includes details of practical
experiences (along with dates) and shows evidence of the Bamaco's ability to manage the
proposed tasks in your area simultaneously and expeditiously, while following all the
various rules and regulations required for the removal, processing and disposal required
by the state for various types of debris.
In August of 2005, Bamaco, under contract for the City of Gulfport, Mississippi through
P &J responded in lightning speed to Hurricane Katrina. Within hours Bamaco provided
108 pieces of equipment to open the right -of -ways to allow the rescue workers and
various disaster units to move into the area. Additional Bamaco provided another 173
pieces of equipment the following two days. Ultimately, Bamaco provided over 250
crews and more than 1300 pieces of equipment in Gulfport, Mississippi. With an
experienced team, BAMACO, Inc. provided an army of equipment and over 4,000 trucks.
Bamaco managed a population of workers in excess of 7,000 working to restore order in
a devastated Alabama, Mississippi and Louisiana Gulf Coast.
That's not all, Bamaco also provided massive crews to assist the USACE with the
devastation caused in Southern Alabama. With Katrina's severe winds and storm surge so
severe, it caused the Battleship USS Alabama to list out of its concrete mooring.
In addition to Mississippi and Alabama, Bamaco, Inc was selected as the debris removal
and demolition contractor for the largest section of the hard hit 9th Ward in New Orleans,
working under ECC with the USACE. Bamaco had to deal with, not only the debris left
by the storm and flood, but tasked by the USACE to search for bodies while contending
with the environmental consequences of untreated sewage and industrial waste. Health
and safety considerations were and are still paramount on this project.
Just when you thought it couldn't get any worse, Hurricane Wilma pounded Southern and
Central Florida. Hurricane Wilma, with her lightning travel speed coupled with the
intensity of the storm, surprised everyone. As late as the night before landfall, Wilma was
predicted to be a Category One or at worst a sleepy Category Two, blitzed Florida with
category three level winds. Again, Bamaco responded with lightning speed. Most
companies would not even attempt to work in four states at the same time, but Bamaco
flexed its muscle and proved to the Disaster Debris Removal world that Bamaco is one of
the strongest, and most dependable debris removal and management companies in the
United States. Bamaco provided disaster recovery and debris removal services in Palm
Beach County, as well as the cities of Miramar, Sunrise, North Lauderdale and Pembroke
Park in Florida.
Today Bamaco continues debris removal in multiple states. With millions upon millions
of yards of debris removed over the past year, Bamaco sails into the future prepared for
the next disaster.
a y-
• Demolition, Asbestos Abatement, Debris
Removal, Paving, Sand Sifting and
Disposal
• Andy Headrick (now the City Manager Of Fuquay Varina,
NC)
Phone: 919 -567 -3907
807 South Walker Street
P.O. Box 5
Burgaw, North Carolina 28425
• Response Time: 24 Hrs
• Project Term
• Over $3,000,000.00
• Demolition, Asbestos abatement, Debris Removal / disposal
including staging / sand sifting / street paving (all from start
to finish). Marine vessel, house, trailers and debris removal
from navigatable waters- Pender and Onslow Counties.
• Multi - County Debris Removal, TDSRS,
Grinding and Disposal
• FDOT
• Jeff Ryals
Metro Orlando North
2400 Camp Road
Oviedo, FL 32765
321.258.8710
• Response Time:
Less than 24 Hrs
• October 2004 — January 2005
• Approximately $5,000,000.00
• Hurricane Charlie, Frances and Jeanne in 2004 through
completion. Complete Debris Removal Operations Load/
Haul/ TDSRS Operations and final disposal.
• Debris Removal Asbestos Abatement,
Bio- Hazard Debris Removal and
Disposal
• City of Gulfport
• Cecil Patterson 865- 414 -4400
P.O. Box 1780
Gulfport, MS 39502
• Hurricane Katrina
• . Over $20,000,000.00
• Debris Removal from beginning to end. Load/ Haul/ Haz
Mat removal/ Asbestos Abatement.
• Response Time:
Less than 24 Hrs
• Demolition and Debris Removal,
asbestos abatement
• USACE — (ECC -DTS)
Jack Smith
9th Ward Corp of Engineers Job
New Orleans, LA
985.518.7480
• Response Time: 24 Hrs
• On -going
• September 2005 — Present
• Over $12,000,000.00
• Hurricane Katrina Debris Removal Operations still ongoing.
7
• Debris Removal Operations
• West Palm Beach
David A Unversaw
Sunburst Sanitation
786 Pike Road
West Palm Beach, FL 33411
561.248.8131
• Response Time:
Less than 24 Hrs
• Approximately $5,000,000.00
• October 24, 2005 Hurricane Wilma
• Debris Removal Operations West Palm Beach County
• Debris Removal, TDSRS, Grinding and
Disposal
• City of Miramar
Thomas Good
2300 Civic Center Place
Miramar, FL 33025
954.602.3115
• Response Time:
Less than 24 Hrs
• Over $7,000,000.00
• October 26, 2005 to Present (still under contract)
• Hurricane Wilma. Debris Removal Operations
• Load/ Haul/ TDSRS Operations and final disposal.
• Demolition, Asbestos Abatement, Debris
Removal, Paving, Sand Sifting and
Disposal
• Town of Surf City
Jane Kirk — Surf City Finance, Surfcitviinance(d;charter.nel,
(910) 328 -4131.
214 N. New River
P.O. Box 2475
Surf City, NC 28445 -9821
• Response Time:
Less than 24 Hrs
• Approximately $3,000,000.00
• Demolition, Asbestos abatement, Debris Removal / disposal
including staging / sand sifting / street paving (all from start
to finish).
• Debris Removal, Stump Removal and
Disposal
• Escambia County, AL & Atmore, AL
Army Corps of Engineers
Cecil Patterson 865- 414 -4400
P.O. Box 1780
Gulfport, MS 39502
• Response Time: 24 Hrs
• Hurricane Ivan
• Approximately $12,000,000.00
• Debris Removal from beginning
to end. Load/ Haul/ Haz Mat removal/ Asbestos Abatement.
Andy Headrick
(now the City Manager Of Fuquay Varina, NC)
Phone: 919 -567 -3907
807 South Walker Street
P.O. Box 5
Burgaw, North Carolina 28425
Jeff Ryals
Phone: 321 - 258 -8710
Florida Department of Transportation
Metro Orlando North
2400 Camp Road
Oviedo, FL 32765
• Cecil Patterson
Phone: 865- 4144400
City of Gulfport (Phillips & Jordan)
P.O. Box 1780
Gulfport, MS 39502
• Jack Smith
Phone: 985.518.7480
USACE — (ECC -DTS)
9th Ward Corp of Engineers Job
New Orleans, L
0
• David A Unversaw
Phone: 561- 248 -8131
Sunburst Sanitation
786 Pike Road
West Palm Beach, FL 33411
• Thomas Good
Phone: 954 -602 -3115
City of Miramar
2300 Civic Center Place
Miramar, FL 33025
• Jane Kirk
Phone: 910- 328 -4131
Town of Surf City
214 N. New River
P.O. Box 2475
Surf City, NC 28445 -9821
David Medley
Phone: 918- 423 -9300 Ext. 4995
Assistant City Engineer
City of McAlester
I"& Washington
McAlester, Oklahoma 74502
l
Robert (Mike) Mitchell
President/ Bamaco, Inc
251 - 747 -4459
mike.mitchell@bamaco.com
Bamaco, Inc Disaster Response (and predecessor companies) (1977- Present)
Mr. Mitchell has been involved in disaster
recovery and debris removal since 1979. His
first project was Orange Beach, Gulf Shores
and Mobile, Alabama following Hurricane
Frederick. In this project Mr. Mitchell was a
subcontractor to the United States Army
Corps of Engineers. The primary task during
these three projects was debris removal. His
work in the disaster response field has
continued and expanded throughout the last
twenty -nine years.
rs
MIKE MITCHELL
h. *W At caw et ftwgC-
CORBTRUMM WAUV WXAG M WT FOR COWRACTM
Following is a very brief listing of a few of the hundreds of disaster response projects that
Mr. Mitchell has successfully completed:
Hurricanes from Frederick (1979) thru Katrina and Wilma (2005)
1979 — Hurricane Fredrick
• Orange Beach Alabama
• Gulf Shores Alabama
• Mobile Alabama
1980 — Hurricane Allen
• Corpus Christi
• USACE
1983 — Hurricane Alicia
• Houston Zone 2
• Houston Zone 3
1989 -1990 — Hurricane Hugo
• City of Charleston SC - Zone 2
• City of North Charleston SC
10
• James Island Park
• Daniels Island Park
• Johns Island Park
• Hampstead Park
• Cypress Gardens
• Ashley Park
1990 — Hurricane Hugo
• City of Sullivan's Island- Demolition
• Charlestown Museum Civil War
Batteries
• Summerville SC Zone 1 -8 Debris
Rmvl
• Santee Cooper Power Cemetery
• Santee Cooper Power Santee Dam
• Santee Cooper Helicopter Debris
Removal
1991 — Department of Transportation
• Demolition of Structures
• Underground Storage Tank Rmvl.
• Bio- Remediation
• Removal of Standard Oil Bulk Plant
1992 — Hurricane Andrew
• City of Miami Beach Debris Removal
• City of Kendall Debris Removal
• NRCS Coral Gables Dredging
• NRCS Boat Salvage and Recovery
• NRCS Waterway Debris Removal
NRCS Bank Stabilization
• Homestead
• Kendall
• Everglades
• SFWM— Bank Stabilization
City of Homestead Demolition
1995 — Hurricane Opal
• City of Rutledge, AL
• Pike County —Debris Removal
• Conecuh county —Debris Removal
• Crenshaw County —Debris Removal
• Prime contractor various cities and
counties
1996 —1997 — Hurricane Fran
• Town of Surf City, prime contractor
• NRCS Debris removal from over a
thousand miles of waterways
Prime contractor
• Paves damaged highway through
FEMA
11
1996 —1997 — Hurricane Fran (coot.)
• Beach restoration and construction
of dunes
• NRCS Wake Co, Cary Area Debris
Removal
• COE Wilmington — Debris
Removal
• Raleigh, NC —NRCS Debris
Removal
• City of Smithville, NC
• City of Raleigh, NC
• CRCS Duplin Co Magnolia
• Wayne Co. Board of Comm.
• CRCS Duplin co Wallace T.
• Surf City, NC
• NRCS Pender Co. Maple Hill
• NRCS Duplin Co Pink Hill
NRCS Duplin Co Kenansville
• NRCS Marsh Creek
• U.S. COE / Phillips & Jordan
1997 -- Hurricane Danny
1998 — Hurricane Bonnie
• Virginia Beach, VA
• NRCS St. Johns Co, FL
• NRCS Orange Co, FL
• NRCS Santa Rosa Co, FL
1999 — Hurricane Floyd
• City of Raleigh, NC
• Pender Co, NC
• City of Goldsboro, NC
2000 — City of Monroe — Ice Storm
2000 -- Burlington, NC — Damn Burst
2000 -- Green County — Floods
(Hurricane Floyd)
2000 — Surf City, NC
• Debris Removal
• Beach Restoration
• Sand Restoration
• Dune Restoration
• Right of Way — Sand Removal
• Personal Property — Sand Removal
2001— Ice Storm
• Pine Bluff, AR
• North Carolina
• Arkansas
2002 — Ice Storm
• Raleigh, NC (DOT)
2002 — Hurricane Lilly
• Lafayette, LA
2004 — Hurricane Charlie
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2004 -- Hurricane Frances
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2004 -- Hurricane Jeanne
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2004 -- Hurricane Ivan
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
Mr. Mitchell's companies have been involved in the
demolition market both in response to natural or man-made
disasters and in the more standard real estate construction
and development markets. He has demolished thousands of
homes, commercial properties and industrial facilities
throughout the country.
Asbestos Abatement
Mr. Mitchell has been certified as an asbestos abatement
contractor. He has demolished literally thousands of homes
and commercial buildings which have contained or been
suspected of containing asbestos materials. Wet
demolition, removal or encapsulating of ACM and
glovebagging are some of the procedures he has used to
complete these projects in a safe, timely and cost - effective
manner.
UST Removal
Mr. Mitchell has, also, been certified as a tank removal
contractor. The safe removal of underground tanks that
contain a wide variety of toxic and hazardous materials is a
meticulous process. Any deviation from the rigorous
attention to details can cause severe environmental
2005 — Present Hurricanes Katrina
• Mobile
• Gulfport
• New Orleans
2005 — Present Hurricane Wilma
• Palm Beach County
• North Lauderdale
• Pembrooke Park
• City of Sunrise
• City of Miramar
12
Chris Dorgan
Health & Safety Manager
251 - 269 -7827
CAPTAINCM DORGAN @MSN.COM
Experience (Briefl
* ** 2004/PRESENT * ** Consultant, Company Interest Representative for the "Mobile
Bay Fast Ferry System" conduct Feasibility Analysis for Venue, Route Options,
Economic Impact, Environmental concerns etc. Have and continue to work with Baldwin
and Mobile County Administrative Officials including principal City Planning
Committees and ALL core interest - Private/Business Sector
2000 -2004: Present: Active, License is current, Passport is current.
Member of the Society of Naval Architects and Marine Engineers (SNAME) also
currently work on a "as needed" basis for various Marine Consultant & Survey Firms.
(DHS Ship/Port Security, Customs, U.S.C.G.) Maritime Consultant, Surveyor Liaison..
.Compliance of Certificates, Shipping manifest, Cargo, Structural Integrity, Vessel
Stability, Draft Survey etc.
2003 -2004: Captain/Commanding Officer aboard Geophysical Research, EPA, State of
Massachusetts Regulatory Agencies, U.S.C.G., Emergency Response including personnel
and cargo transport Vessel for the Northeast Maritimes Project operating from the port of
Boston, Ma. (Natural Gas pipeline from Canada extending Southward along Eastern
Seaboard to Chesapeake Bay, Virginia.
1996 -1998: Dantzler Boat and Barge of Pascagoula, Ms. - 2 Captain/Mate upon
Tug/Barge - Coastwise, Crew boat, OSV operating in the Oil and Mineral Industry,
Company Sold out in 1998.
1990- 2004: Miller Divers of Fairhope, Al. Captain or "Officer In Charge" upon Dive
Support, Geophysical Research, Fast Response /Rescue, Safety and all support for
transportation to and from various destinations OIC, Captain, 2nd Captain, Mate,
"Contract Employment" and work within Oil & Mineral Sector.
1986: N.A.S.A., Morton Thiokol Inc- Wasatch Operations, Space Services, P.O. Box
21237, Kennedy Space Center, Fl. 32815 A.M. Rasmussen, THd 705 - (Ops
Coordinator).
Mission 51 -L, Space Shuttle Disaster Salvage Team. Mission was a Classified Recovery
Operation (lived and worked) with 2 U.S. Navy SEAL Teams aboard each vessel
assigned to task.
1986 -1987: Litton Industries of Houston, Texas: Able Seaman Unlimited (AB -UNL) and
Mate upon Geophysical Research Ships operating from Brownsville, TX. to Key West,
FL. (laid off due to Oil & Mineral Industry collapse.
1979 -1986: St. Philips Towing of Tampa, Fl., Mobile Al. Operations, OS, AB -UNL,
Officer License obtained, Harbor and Coastwise Towing. Trained as Captain upon Single
Screw and ASD Tractor Tugs ...Company sold out in 1986.
1996 to Present: Marine Consultant and Survey (Insurance, Cargo, Structural Integrity,
etc)'
Michael Barrie Associates (former ABS) of Mobile ,AI. Michael Barrie 251 - 433 -8122
Harbor Services Corp. of Gautier, Ms., Author Portas 228 -497 -2141
Maritime Consultant Services of Fairhope , Alabama. Marine Consultant/Surveyor,
Marine Science and Research - Inshore /Offshore. Christopher M. Dorgan 251 -9,2$ -6798
13
Adam Plitt
Controller — IT Manager
352 - 585 -7501
adam.piitt@bamaco.com
Bamaco, Inc. (and predecessor companies) (2005- Present)
• Web Development — ham: / /www.bamaco.com (webmaster)
+ Disaster Recovery/Demolition & Debris Removal
o 2005 — Present Hurricanes Katrina
• Gulfport
• New Orleans
o 2005 — Present Hurricane Wilma
• Palm Beach County
• North Lauderdale
• Sunrise
• Miramar
Gulfport School District
Certified School Teacher 2002- 2006
Computer Discovery 8s` Grade
Technology Discovery 9a` Grade
Holmes & Associates Financial Services
• Web Development
• Marketing (Advertising)
• Insurance Sales
• Responsible for original web design of company web site and logo. Obtained
license to sell insurance in the State of Mississippi. Screened potential clients for
financial advisement and registered customers for health insurance. Attended
seminars and trade shows to generate additional business for the company.
Walmart.com -2001
Email Administrator
• Convergy's Call Center —Helped with the development of an email program to
answer questions generated by the Walmart.com web site. Teams of employees
fielded emails and responded with pre - generated responses.
AT &T Call Center -2000
• Supervisor
Convergy's Call Center - Managed a
crew of thirty. Answered incoming
calls in a fast paced sales
environment. Responsible for
meeting quotas and hiring additional
staff members.
14
Enterprise Rent -A -Car -1996 - 2000
• Branch Manager — Bay St.
Louis, MS
• Branch Manager — Gulfport,
MS
Eva Richardson
Mobile Accountant
256- 996 -7202
OBJECTIVE; To help people and communities during their time of need.
JOB HISTORY: Shaw Industries -17 years. June, 1988 --September, 2005
Bamaco, Inc.--- September, 2005 to Present
JOB DUTIES: SHAW INDUSTRIES:
Worked operating machinery ( spinning machine, winder, twister, heat -
set, packing, and shipping. Could run all jobs in the plant.
Assistant- Supervisor for 8 years.
Supervisor- Full Time I year. Communicated with employees about job
requirements. Handled problems and situations that would arise in the
Workplace. Completed required paperwork. Completed time- keeping
for Payroll. Watched for safety violations and expressed a safe work-
place. Administered first aid when necessary. Kept an open line of com-
munication with Management.
Certified in the operation of a Fork Lift and Squeeze Lift.
Certified in Quality Control —Made sure our products were produced
According to specifications.
Certified in ISO9000 Procedures.
Certified in Kronos Time - keeping.
Certified in Transportation- - Doing required paperwork for loading and
hauling of products.
BAMACO, INC.--- Hurricane Katrina
Office Manager- Performed Secretarial duties: filing, typing, calculating
voices and payroll for Alabama, Mississippi, Louisiana, and Florida.
Also kept open line of communication with Management and Contrac-
tors .
Performed Payroll duties, Filed Contracts and Insurance Certificates.
15
Charles. Pullen P.O. Box 334
Secretary Mentone, AL 35984
256 - 312 -1403
charies.pullen@bamaco.com
OBJECTIVE
1995- Present
EDUCATION
High school advanced diploma Fort Payne
Auburn University 1991 -1994
Major: Business
Minor: Horticulture
EXPERIENCE
Project Manager, (Aug 2005- Present)
Hurricane Katrina Disaster Gulfport, MS
Responsible for all crew placements
Safety and project efficiency
Meeting with city officials
and local government
Public Relations
Trouble shooting and resolve
Daily progress reports
Debris site reduction
Project Manager, (Aug 2004 -Mar 2005)
Hurricanes Charlie, Jean, Frances, Ivan
Orlando, FL; Orange, Seminole,
Osceola and Polk counties. I -4
interchanges Walt Disney World,
Kissimmee FL
Responsible for all crew placements
Safety and project efficiency
Meeting with DOT officials
Public relations
Daily progress reports
Debris site reduction
Crew Leader, (Dec 2002 -April 2003)
Burlington, NC Ice Storm
Crew safety
NCDOT Highway safety
Responsible for ROW cleanup
16
Crew Leader, (Jan 2001 -Feb 200 1)
Mentone, AL Ice Storm
ROW push out
ROW debris removal
ROE tree removal and disposal
Crew Leader, (Oct 1995 -Jul 1996)
Hurricane Opal Rutledge, Auburn, Mentone, AL
Tree Felling
Debris Removal
Owner operator C & C Landscape, Inc. (Oct
1995- Present)
Mentone, AL
Landscape Design and installation
Lawn Maintenance
Water Gardens
Irrigation Systems (design and
installation)
Tree Removal
Stump Grinding
Residential and Commercial
ACTIVITIES
American Red Cross Volunteer (Oct 1987 -
Present)
Fort Payne, AL Dekalb County Chapter
Lifelong commitment for emergency
response, Disaster response, Fund raisers,
Community commitment for disaster
response, planning, and preparing for
emergencies (Ice storms, tornadoes,
hurricanes and wild fires)
SHILLS
Excellent management, operational, and
supervisory skills
Excellent people skills
Motivational skills
James A. Martin
Project Superintendent / Quality Control
251 - 968 -2258
James Martin(@bamaco.com
Bamaco, Inc Disaster Response
.lames is a roadway and bridge construction
professional with a history of managing
multi - million dollar construction projects.
He has sound mechanical reasoning founded
on 40 years of hands -on experience. James
can distinguish communication skills
achieving team oriented environments and
excellence. He demonstrates knowledge of
engineering principles and practices. He
also has the ability to perform computations
applied to standard surveying, read and
JAMES MARTIN
xw oznyrsua n5e Cgwm nl �� nn+wns cause
CONSTRUCTION QUALITY IMNAf OW" FOR CONTRACTORS
interpret all types of cavil plans and
specifications recognize variance from specifications and problem resolution.
James Martin has, in his professional career, personally been responsible for over
$300,000,000.00 in completed projects.
Education & Trainina
St. Bernard College 1958 -1960
Auburn University — short course — Traffic Engineering 1967
On the Job Training and Continuing Education 1962 -1991
Extensive formal educational classes and hands -on training on work related subjects
including land surveying, concrete, asphalt, soils, safety, OSHA rules and guidelines,
personnel and project management.
Experience
Bamaco, Inc. July 2002 — Present
Project Superintendent / Quality Control
James also plays a key role in seeking out disaster related projects throughout the United
States, evaluate and make recommendations as to the involvement of Bamaco. He helps
in securing bonds and providing his experts opinions.
17
Disaster Management Corporation August 1999 — June 2002
Project Manager
Supervise work of subcontractors and project personnel on projects located throughout
the United States. Duties also consist of bid takeoffs, payment of suppliers and
subcontractors, securing bonds for various projects, enforcing all company policies
regarding safety, hiring and dismissals.
Southeastern Contractors January 1998 — September 1999
Project Manager/Project Superintendent/CQC Manager
Supervised work of subcontractors and project personnel, constructing Nature Trails for
the US Forestry Service in Cape Carteret, North Carolina, a Drainage Project for
Chatham County, GA, a Solid Waste Landfill Closure Project for Lenoir County, NC
(Landfill consisted of 31 acres). Responsibilities included takeoffs from plans,
purchasing needed materials, quality control of projects. As Superintendent/CQC
Manager he was assigned to project after work floundered under subcontractor and
engineering firm hired to handle contractor's quality control management. Duties
included daily supervision of project personnel and equipment movement, directing work
of subcontractors and performing duties of CQC Manager on Corps of Engineers Project
DACW60 -98 -C -0008 in Charleston, SC. He Remained as superintendent until
completion May 10, 1999.
Temco, Inc. September 1996- November 1998
Project Engineer
Worked on multi - million dollar golf course subdivisions, site work for schools and
commercial buildings in Baldwin County, AL. Responsibilities included site layout and
supervision of construction personnel along with purchasing needed materials and
supplies.
Construction Consultant April 1993 -June 1996
Worked as a Construction Consultant with companies in Miami, FL, Mobile, AL, and
Baton Rouge, LA, on construction claims and construction problems. Advice given on
items of work as pile driving, soils, concrete and dredging operations as to methods of
construction and interpretation of engineers' directives.
BOH Brothers Construction Company, Inc.
Project Engineer/Field Safety Supervisor
Project Engineer of a $13,000,000 road and bridge project connecting the interstate
system in Alabama. Coordinated the work of subcontractors, acted as liaison with the
State Dept. of Transportation, initiated field office reports and payments to subs,
Supervised survey crew and traffic safety throughout the construction work zone.
Responsibilities included construction progress, specification adherence, material
delivery and obtaining quotes on added work. As Field Safety Supervisor he was
responsible for OSHA and Monsanto safety compliance of a co- generator foundation
project at Monsanto Chemical in Pensacola, FL. Conducted safety orientation for all new
hires and transfers to the project and completed accident reports, making OSHA
recordable determinations; participated in random drug test selection. Mr. Martin was
In
responsible for safety inspections and support coordination with the superintendent and
individuals relating to unsafe working conditions and acts; targeting an accident free
workplace through prevention.
State of Alabama Highway Department
Civil Inspector /Project Engineer:
Civic Inspector: Originally hired as an Engineer Assistant I, gaining the basics in
surveying and inspection procedures. Promoted to Engineer Assistant I1 in March 1960,
acquiring the skills to run surveying instruments and testing on soils, asphalt and
concrete. Promoted to Engineer Assistant III in March 1963, working as a survey party
chief, instrument man and as an inspector on all phases of road and bridge construction.
Gained considerable knowledge of engineering principles and practices and the
inspection and testing of materials. Promoted to Civil Engineer I in October 1972,
college degree equivalent in Civil Engineering. Responsibilities involved bridge layout
and inspection, providing the contractor horizontal and vertical control with follow up
inspection of form dimension for plan and material compliance. Inspector on most items
of roadway and utility relocations related to interstate construction. Represented the
Dept.'s interest in obtaining quality control.
Project Engineer. Promoted to Civil Engineer II in 1984 and assigned to secondary and
Federal Aid construction in Mobile and Baldwin Counties as Project Engineer.
Coordinated contractor's work, ensuring compliance to specifications and supervised
State Inspectors assigned to project. Directed contractor's superintendent's construction
practices, safety requirements and traffic control, and made field changes to fit local
conditions. Most notable project was
the bridge of Perdido Pass in Baldwin
County, AL, which not only won design
awards but an award for construction
excellence. In 1991, supervised four
interstate projects and one secondary
project at a combined contract cost of
over $50,000,000. These projects
contained a broad spectrum to include
utilities, soils, concrete, steel, asphalt,
contaminated soils remedies, demolition
and wetland restoration. He insured that
the projects met State specifications
before disbursement of funds.
19
Jeffery Mitchell
Assistant Vice President
407 - 470 -4367
Jeffery. mitchell@bamaco.com
.Jeffery has been involved in disaster recovery and debris removal since 1990. His first
projects were Charleston, SC, Gulf Shores and Mobile, Alabama. The primary task
during these three projects was debris removal. The following is a brief listing of the
disaster response projects that Mr. Mitchell has successfully completed:
1990 — Hurricane Hugo • Conecuh county —Debris Removal
• . City of Sullivan's Island- Demolition . Crenshaw County —Debris Removal
• Charlestown Museum Civil War • Prime contractor various cities and
Batteries
• Summerville SC Zone 1 -8 Debris Rmvl counties
• Santee Cooper Power Cemetery
• Santee Cooper Power Santee Dam
• Santee Cooper Helicopter Debris
Removal
1991- Department of Transportation
• Demolition of Structures
• Underground Storage Tank Rmvl. ,
• Bio- Remediation
• Removal of Standard Oil Bulk Plant
1992 — Hurricane Andrew
• City of Miami Beach Debris Removal
• City of Kendall Debris Removal
• NRCS Coral Gables Dredging
• NRCS Boat Salvage and Recovery
• NRCS Waterway Debris Removal
• NRCS Bank Stabilization
• Homestead
• Kendall
• Everglades
• SFWM — Bank Stabilization
• City of Homestead - Demolition
1995 — Hurricane Opal
• City of Rutledge, AL
• Pike County — Debris Removal
1998 — Hurricane Bonnie
• Virginia Beach, VA
• NRCS St. Johns Co, FL
20
1996 —1997 — Hurricane Fran
• Town of Surf City, prime contractor
• NRCS Debris removal from over a
thousand miles of waterways, prime
contractor
• Paves damaged highway through FEMA
• Beach restoration and construction of
dunes
• NRCS Wake Co, Cary Area Debris
Removal
• COE Wilmington — Debris Removal
• Raleigh, NC —NRCS Debris Removal
• City of Smithville, NC
• City of Raleigh, NC
• CRCS Duplin Co Magnolia
• Wayne Co. Board of Comm.
• CRCS Duplin co Wallace T.
• Surf City, NC
• NRCS Pender Co. Maple Hill
• NRCS Duplin Co Pink Hill
• NRCS Duplin Co Kenansville
• NRCS Marsh Creek
• U.S. COE / Phillips & Jordan
1997 -- Hurricane Danny
• NRCS Orange Co, FL
• NRCS Santa Rosa Co, FL
1999 — Hurricane Floyd
• City of Raleigh, NC
• Pender Co, NC
• City of Goldsboro, NC
2000 — City of Monroe — Ice Storm
2000 -- Burlington, NC — Damn Burst
2000 -- Green County — Floods
2000 — Surf City, NC
• Debris Removal
• Beach Restoration
• Sand Restoration
• Dune Restoration
• Right of Way — Sand Removal
• Personal Property — Sand Removal
2001— Ice Storm
• Pine Bluff, AR
• North Carolina
• Arkansas
2002 — Ice Storm
• Raleigh, NC (DOT)
2002 — Hurricane Lilly
• Lafayette, LA
2004 — Hurricane Charlie
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2004 -- Hurricane Jeanne
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2004 -- Hurricane Ivan
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2005 — Present Hurricanes Katrina
• Gulfport
• New Orleans
2005 — Present Hurricane Wilma
• Palm Beach County
• North Lauderdale
2004 -- Hurricane Frances (Florida DOT)
• Seminole County
• Brevard County
• Orange County
21
Tara Painter
Project Coordinator
251 - 747 -7211
.corn
Tara has been involved in disaster recovery since 1996 She worked along side several
other members of our staff before Bamaco was a corporation, gaining valuable
experience In the debris removal industry. Today, Tara is one of our key performers in
the field and a major asset to the company. Here are some of the projects she played key
roles:
1996 -1997 — Hurricane Fran
• Town of Surf City, prime contractor
• NRCS Debris removal from over a
thousand miles of waterways, prime
contractor
• Paves damaged highway through FEMA
• COE Wilmington — Debris Removal
• Raleigh, NC — NRCS Debris Removal
• City of Smithville, NC
• City of Raleigh, NC
• CRCS Duplin Co Magnolia
• Wayne Co. Board of Comm.
• CRCS Duplin co Wallace T.
• Surf City, NC
• NRCS Pender Co. Maple Hill
• NRCS Duplin Co Pink Hill
• NRCS Duplin Cc Kenansville
• NRCS Marsh Creek
• U.S. COE / Phillips & Jordan
1997 -- Hurricane Danny
• NRCS Orange Co, FL
• NRCS Santa Rosa Co, FL
1999 — Hurricane Floyd
• City of Raleigh, NC
• Pender Co, NC
• City of Goldsboro, NC
2000 — City of Monroe — Ice Storm
2000 -- Burlington, NC — Damn Burst
2000 -- Green County — Floods
22
2000 — Surf City, NC
• Debris Removal
• Beach Restoration
• Sand Restoration
• Dune Restoration
• Right of Way — Sand Removal
• Personal Property — Sand Removal
2004 — Hurricane Charlie
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2004 -- Hurricane Jeanne
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2004 -- Hurricane Ivan
(Florida DOT)
• Seminole County
• Brevard County
• Orange County
2005 — Present Hurricanes Katrina
• Gulfport
• New Orleans
2005 — Present Hurricane Wilma
• Palm Beach County
• North Lauderdale
William J. Carter
Claims Resolution Manager
251 - 747 -5187
sarge@bamaco.com
OBJECTIVE
1995- Present
EDUCATION
High School Monroe Academy 011ie, AL
Troy State University 1980 -1998 Cumulative
Criminal Justice
Primary leadership development course Fort Benning, GA 1981
Basic Non - Commissioned Officer Course 1983
Anti -Armor Leadership Course 1983
Jungle Warfare Center 1983
United States Army Ranger School 1983
Military Air Lift Planners Course 1986
Material Hazmat Handler Course 1987
Mountaineering Rescue/Recovery Training Course 1991
Instructor Training Course 1992
Combat Life Saver Course 1992
Pathfinder School 1995
NATO Operations Planner Course 1996
United States Army Retention and Recruiting School 1990
Alabama Department of Corrections Course 2002
EXPERIENCE
Field Supervisor, Project Superintendent, and Claims Resolutions Manager
Hurricane Katrina Gulfport, MS, Mobile, AL
Supervision of contractors
Zone management
Removal of debris
Safety Inspections
Supervision of claims
Intermediate between sub - contractors and home owners
Coordinate between public officials and utilities
Resolve hot spot issues
23
William J. Carter (continued)
Reduction Site (Landfill) Manager (Aug 2004 -Feb 2005)
Hurricane Ivan Escambia County, AL
Responsible safety management and daily operations
Logging and recording all trucks into reduction site
Receiving and reducing millions of yards of vegetative debris
Successful closure of debris site in accordance with USCOE guidelines
Corrections Officer AL DOC (Aug 2002 -Aug 2004)
Responsible for safety and transport of inmates
Conducted daily patrols and searches of inmates and property
Responded to and quelled disturbances
Supervisor (Jan 2000 -Aug 2002)
Blue Circle Aggregates
Supervised six mechanics to ensure quality of work
Inspected and certified trucks in accordance to ADOT regulations
Safety coordination
US Army (Jun 1979 -Dec 1999)
Squad, platoon and operations noncommissioned officer in charge of Airborne
Ranger infantry units
Responsible for training and accountability of units and equipment
Conducted plans and operations for worldwide deployment
Lead team leader for security and recovery of Secretary of Treasury Ron Brown
Fatal plane crash in Croatia
Personal security of Two Star General during NATO operations
Planned and executed humanitarian service relief missions
SHILLS
Certified combat life saver
Trained in hazardous material handling and movement
Survival instructor
Detection and recovery of personnel in mountainous and urban terrain
Instructed demolitions
Instructed combat hand gun techniques
Instructed combative and knife fighting techniques
Instructor trainer of plans and operations
24
Joe Holloway
Project Manager
251 - 747 -8249
joe.holloway @bamaco.com
Experience
2005 — Present Bamaco, Inc.
1963 —2005 Vulcraft- A Division of Nucor
Job Performance
Bamaco, Inc.
Responsible for interviewing and hiring personnel for middle
management positions. Oversees day -to -day operations of the field
managers and subcontractors and reports to the Project
Superintendent. Responsibilities also include holding biweekly
meetings with team members to discuss issues that may arise
throughout the contract and to keep managers informed of any new
request made by our client(s). Keeps managers and their
subcontractors on task to insure projects are completed on time and
in most cases ahead of schedule.
• 1963 2005 District Sales Manager: Ultimately achieved this
position after 42 years. Opened Office in Montgomery, AL.
Covered State of AL and parts of FL.
• Holds the current national sales record for the company
• Was awarded Employee of the Month over 100 time during his 43 year
reign at Vulcraft
• Replaced only twice in career, only by himself
• As a Regional Sales Manager: covered states of TN, KY, IN and MO.
• As a Drafting Supervisor: Proficient in AutoCAD, with knowledge of
3D Modeling and capable of checking and detailing. Responsible for
interviewing and hiring, inventory and deadlines. Created schedules
and resolved employee disputes.
• Responsible for all purchases by the organization. Evaluates and
approves vendors and authorizes purchase orders for goods or services.
25
• Completed 8 years of experience in the field. Relied on experience and
judgment to plan and accomplish goals. Managed a staff of buyers and
typically did the job of a purchasing manager.
• Performed activities to monitor and maintain inventory control of
merchandise or materials. Evaluated inventory levels and notified
purchasing agent when reorders were necessary. Performed receiving,
stocking, distributing, and packing in addition to inventory control.
Maintained inventory records and prepared reports.
• Managed inventory of materials, parts, and finished product to maintain
required supply. Maintains records, replenishes stock, and plans for
future requirements based on orders, production schedules and
forecasts.
• Handled material and product to maintain appropriate flow through
production areas. Documented incoming and outgoing materials and
supplies. Utilized material handling equipment. Sometimes trained less
experienced material handlers.
• Received incoming and ships outgoing materials, products, or supplies.
Counted items received or shipped and checks against packing lists,
recording any discrepancies. Prepared receiving or shipping reports and
notes any shortages or damages.
• Supervised the shipment or receipt of outgoing or incoming materials,
parts, or products. Studied shipping and receiving processes for
effectiveness. Suggested improvements to distribution procedures, and
acts to improve timeliness or reduce costs. Documented shipping or
receiving information. Completed reports for management.
• Directed the company's program for transport of orders or shipments
when it is accountable for the costs. Evaluated and selected a suitable
route and method of transport. Examined claims for loss or damage and
approved for processing. Appraised shipper quality, timeliness, and
charges. Recommended shipping containers or method of packing.
Served as company representative to state and federal agencies.
• Performed warehouse work related to receipt, shipment, storage,
distribution and delivery of products, parts, and materials. Loaded,
unloaded, moved and stored items according to delivery or routing
documents. Operated a hand truck, forklift and other heavy equipment.
• Controlled activities of company warehouse personnel. Ensured
shipping, receiving, storage, and distribution were performed in an
efficient manner. Took precautions to protect warehouse contents
against loss. Retained and reviewed warehouse documents and reports.
F
D.R. Mitchell
Project Manager
256- 997 -6431
David.mitcheil @bamaco.com
Bamaco, Inc. (and predecessor companies) (1979- Present)
Disaster Recovery /Debris Removal (see letters of recommendation)
David has been involved in disaster recovery and debris removal since 1979. His first
project was Orange Beach, Gulf Shores and Mobile, Alabama following Hurricane
Frederick. In this project Mr. Mitchell was a subcontractor to the United States Army
Corps of Engineers. The primary task during these three projects was debris removal.
His work in the disaster response field has continued and expanded throughout the last
twenty -seven years. Following is a very brief listing of a few of the hundreds of disaster
response projects that Mr. Mitchell has successfully completed:
Experience
Hurricanes from Frederick (1979) thru Katrina and Wilma (2005)
1979 — Hurricane Fredrick (Orange Beach Alabama)
1979 — Hurricane Fredrick (Gulf Shores Alabama)
1979 — Hurricane Fredrick (Mobile Alabama)
1980 — Hurricane Allen (Corpus Christi)
1980 - Hurricane Allen (USAGE)
1983 — Hurricane Alicia (Houston) Zone 2
1983 — Hurricane Alicia (Houston) Zone 3
1989 — Hurricane Hugo (City of Charleston SC) Zone 2
1989 — Hurricane Hugo (City of North Charleston SC)
1990 — Hurricane Hugo ( City of Charleston SC) James Island Park
1990 — Hurricane Hugo (City of Charleston SC) Daniels Island Park
1990 — Hurricane Hugo (City of Charleston SC) Johns Island Park
1990 — Hurricane Hugo (City of Charleston SC) Hampstead Park
1990 — Hurricane Hugo (City of Charleston SC) Cypress Gardens
1990 — Hurricane Hugo (City of Charleston SC) Ashley Park
1990 — Hurricane Hugo (City of Sullivan's Island) Demolition
1990 — Hurricane Hugo (Charlestown Museum) Civil War Batteries
1990 — Hurricane Hugo (Summerville SC) Zone 1 Debris Rmvl
1990 — Hurricane Hugo (Santee Cooper Power) Cemetery
1990 — Hurricane Hugo (Santee Cooper Power) Santee Dam
1990 — Hurricane Hugo (Santee Cooper) Helicopter Debris Rmv.
1991 — Department of Transportation — Demolition of Structures
1991 — Department of Trans. Underground Storage Tank Rmvl.
1991— Department of Trans. Bio- Remediation
1991 — DOT Removal of Standard Oil Bulk Plant — Disassembled
1992 — Hurricane Andrew (City of Miami Beach) Debris Removal
1992 -- Hurricane Andrew (City of Kendall) Debris Removal
27
1992 — Hurricane Andrew NRCS (city of Coral Gables) Dredging
1992 — Hurricane Andrew NRCS Boat Salvage and Recovery
1992 — Hurricane Andrew NRCS Waterway Debris Removal
1992 — Hurricane Andrew NRCS Bank Stabilization
(Homestead)
1992 — Hurricane Andrew NRCS Bank Stabilization
(Kendall)
1992 — Hurricane Andrew NRCS Bank Stabilization
(Everglades)
1992 — Hurricane Andrew SF WM — Bank Stabilization
1992 — Hurricane Andrew (City Homestead, FL) Demolition of structures
1995 — Hurricane Opal (City of Rutledge, AL)
1995 — Hurricane Opal, Pike County —Debris Removal
1995 — Hurricane Opal, Conecuh county —Debris Removal
1995 — Hurricane Opal -- Crenshaw County —Debris
Removal
1995 — 1996 Hurricane Opal, prime contractor various cities and counties
1996 —1997 Fran
Town of Surf City, prime contractor
2000 — Surf City, NC Debris Removal
NRCS Debris removal from over a thousand
2000 — Surf City, NC Beach Restoration
mile of waterways, prime contractor
Sand Restoration
Paves highway damaged by Hurricane Fran
Dune Restoration
through FEMA
Right of Way — Sand Removal
Beach restoration and construction of dunes.
Personal Property — Sand Removal
1996 COE Wilmington — Debris Removal
2001 — Pine Bluff, AR — Ice Storm
1996 COE Raleigh, NC — NRCS Debris Removal
2001 — Ice storms in North Carolina and
1996 Hurricane Fran
Arkansas
NRCS Wake Co, Cary Area Debris Removal
2002 — Raleigh, NC — Ice Storm (DOT)
City of Smithville, NC
2002 — Hurricane Lilly, Lafayette , LA
City of Raleigh, NC
2004 — Hurricane Charlie (Florida DOT)
CRCS Duplin Co Magnolia
Seminole County
Surf City, NC
Brevard County
NRCS Pender Co. Maple Hill
Orange County
NRCS Duplin Co Pink Hill
2004 -- Hurricane Frances (Florida DOT)
NRCS Duplin Co Kenansville
Seminole County
NRCS Marsh Creek
Brevard County
U.S. COE / Phillips & Jordan
Orange County
1997 -- Hurricane Danny
2004 -- Hurricane Jeanne (Florida DOT)
1998 — Hurricane Bonnie — Virginia Beach, VA
Seminole County
1999 — Hurricane Georges
Brevard County
NRCS St. Johns Co, FL —Debris Removal
Orange County
NRCS Orange Co, FL - Debris Removal
2004 -- Hurricane Ivan (Florida DOT)
NRCS Santa Rosa Co, FL- Debris Removal
Seminole County
1999 — Hurricane Floyd
Brevard County
City of Raleigh, NC — Debris Removal
Orange County
Pender Co, NC — Debris Removal
2005 — Present Hurricanes Katrina
City of Goldsboro, NC — Debris Removal
Gulfport
2000 — City of Monroe — Ice Storm
New Orleans
2000 -- Burlington, NC — Damn Burst
2005 — Present Hurricane Wilma
2000 -- Green County — Floods (Hurricane Floyd)
Palm Beach County
28
Pete Gonzalez
Project Manager
407 - 427 -6790
pete.gonzalez @bamaco.com
Pete has been active in the industry since 1996, with experience in the construction and
disaster response field. He has performed duties that range from safety adviser, Project
manager, Zone coordinator, and Equipment operator. His management skills are a great
asset to our company. Reference: Dave Unversaw: 561.248.8131
Experience
2005 — 2006 Hurricane Wilma
• Palm Beach County, FL / Project manager
• North Lauderdale, FL / Field supervisor
2005 — 2005 Hurricane Katrina
• Gulfport, MS / Field supervisor, Zone coordinator
• New Orleans, LA / Field supervisor
2004 — 2005 Hurricane Charlie
• Orange County, FL / Project Manager, Daily progress reports
• Osceola County, FL / Safety supervisor
• Kissimmee, FL /Project Manager
2001 — 2001 Ice Storm
• North Carolina / Project Manager
• Arkansas / Machine operator
1996 —1997 Fran
• Town of Surf City / Daily progress reports
• NRCS Debris removal from over a thousand mile of waterways, prime contractor
• Cleaned highways damaged by Hurricane Fran through FEMA
• Coordinated Beach restoration and construction of dunes.
Property Demolition
Involved in the demolition market both in response to natural or man-made disasters and
in the more standard real estate construction and development markets. Demolished
homes, commercial properties and industrial facilities throughout the country.
Safety Instructor
He regularly trained employees and subcontractors on safety regulations in the field
according to FEMA rules and guidelines. Also follower OSHA rules and regulations.
29
Ryan Mitchell
Project Manager
205 - 246 -2904
ryan.mitchellobamaco.com
Ryan has been involved in disaster recovery since 1996
Experience
1997 -- Hurricane Danny
1998 — Hurricane Bonnie — Virginia Beach, VA
1999 — Hurricane Georges
NRCS St. Johns Co, FL — Debris Removal
NRCS Orange Co, FL - Debris Removal
NRCS Santa Rosa Co, FL- Debris Removal
1999 — Hurricane Floyd
City of Raleigh, NC — Debris Removal
Pender Co, NC — Debris Removal
City of Goldsboro, NC — Debris Removal
2000 — City of Monroe — Ice Storm
2000 -- Burlington, NC — Damn Burst
2000 -- Green County — Floods (Hurricane Floyd)
2000 — Surf City, NC Debris Removal
2000 — Surf City, NC Beach Restoration
Sand Restoration
Dune Restoration
Right of Way — Sand Removal
Personal Property — Sand Removal
2001 — Pine Bluff, AR — Ice Storm
2001 — Ice storms in North Carolina and Arkansas
2002 — Raleigh, NC — Ice Storm (DOT)
2002 — Hurricane Lilly, Lafayette, LA
2004 — Hurricane Charlie (Florida DOT)
Seminole County
Brevard County
Orange County
2004 -- Hurricane Frances (Florida DOT)
Seminole County
Brevard County
Orange County
2004 -- Hurricane Jeanne (Florida DOT)
Seminole County
kill
2004 -- Hurricane Ivan (Florida DOT)
Seminole County
Brevard County
Orange County
2005 — Present Hurricanes Katrina
Gulfport
New Orleans
2005 — Present Hurricane Wilma
Palm Beach County
• mo.
*0L
]000000
n au®ie eiie
I°XwuS/'eiiuc"mwNOCCi
u36fl3XRCOwRAOeaF
�CSCy DL 32312
u 1 W
B6- 690.8000
�IXeOROlOAIrOROIXa WN
6B6'cMa 1 1110xC1 3c0
mmlt
W *0
Rmm1IC 32
jAmwu
R
®uu��a<axvfOl°w.a ""`�s _
:wm�av�+mmss�ays'"uaa`t"el�'we.
Mox :.."<�AAeml.�o°. �n
naww:e..rcAO®.. "mw .uo.sww.?ti .
mR+,w. w.w.v<e[Wn¢MDa+ ^/IOavlu •�
WM02M9
j 32/16/86
13/16/07
C 1 —.,. 18695350800
[0001338]06 ]2/16/86 13/16/03
.5310074
.I OP MR3'8 FORT
8930 CLTY %LLL RLVA BOITE IRA
AORTA PoRT PL 36]66
09/09/061 09/09103
I .'r ,
aaam,K
*0L
]000000
�ecl
i2
?mmrwry
u 1 W
.BwlAU,a,�l�
rwox,A.cowPao.oJ
e40000do ""
eROOOOOo
miW
1vP1aLnV]RmYN
aBmllpttW"M1w, pYWnenaxlmAUWVrkI
ACORO,. CERTIFICATE OF UASIUTY INSURANCE 616 vo
Nl1atl NoitLAatt[:c ?YO.au[enca 9iokovAge10
02 NJnkla9[vP. 44C
tluY AW CGMRRB Iq RpMe YPOM 3X6 CERl1rIGR
OWN a leaueR AA wuA3]m oD uaoWAYwx
� �R�` �pODy ® =3 AklRprylDfCe6� CR
I]][ W.o]A Inlectl Ave NX� 6tl]Ce 60I
MaATiy[oc GC 3[G]'I
IIa4REMAi2ORgNCCBVEPMC WABD
4elOmY3AeN9calD._.._.._.._.
]!c
6B6'cMa 1 1110xC1 3c0
mmlt
viPiPoAm NJ'!W< :emm ucuv xavv B me ixa+ %um uavC r�m[ouivi^i i� "�» �
iJU�� C`A MA �W ei m v mtI's:wea�xNtlu�
anx�li
vv
¢qp� a_ri noun Pami.itiv _____ _
W r
n <m
u�I�a..rna
comaCOaa, y
I
a
wwewv»
n1°'°
ne<va+eraOy�cvuu it
I
�� -
:MEN-
uv
pilry v me. <qu�nev ana <c.vima. nawwminn[r<maae
n <�, evvL<.en µR'Lee.
C BaYCI .uTOX
re
viWlnaawn Bvz
uC�[ourt
� ]�w DA�Pmi� _
x 1 Ivm,
xa:: *. ro�a e4 ]ueB
fa4 M L:w4[
a A...raa.A' ur u kxlo own
31
I I 77u'
BAMACO, Inc.
Financial Statements
March 31, 2006
32
CPA Professional, Inc.
P.O. Box 680042
Fort Payne, Alabama 35968
(256)844 -1272
To the Board of Directors
BAMACO, Inc. 6869 W
Highway 100 Bunnell, FL 32110
We have compiled the accompanying balance sheet of BAMACO, Inc. as of March 31,
2006, and the related statement of income for the 6 Months then ended, in accordance
with Statements on Standards for Accounting and Review Services issued by the
American Institute of Certified Public Accountants.
A compilation is limited to presenting in the form of financial statements information that
is the representation of management. We have not audited or reviewed the accompanying
financial statements and, accordingly, do not express an opinion or any other form of
assurance on them. However, we did become aware of the departures from generally
accepted accounting principles that are described in the following paragraphs.
The statements do not reflect the Company's federal income tax provision for the
period ended March 31, 2006. The effects of this departure from generally accepted
accounting principles has not been determined.
Management has elected to omit substantially all of the disclosure s and the statement of
cash flows required by generally accepted accounting principles. If the omitted
disclosures and statement were included in the financial statements, they might influence
the user's conclusions about the Company's financial position, results of operations, and
cash flows. Accordingly, these financial statements are not designed for those who are
not informed about such matters.
CPA Profe�� Xncz.
August 7, 2006
33
BAMACO, Inc.
BALANCE SHEET
As of March 31, 2006
ASSETS
CURRENT ASSETS
Wachovia Checking #6970
$ 441,003.08
Wachovia Checking #7131
98,545.38
Wachovia Checking 97228
35.608.61
Accounts Receivable
7,218,273.93
Inventory
47,443.00
Inventory - Aft
650,232.34
Inventory - Coins
53,05Q,99
Total Current Assets
8.544.157.33
PROPERTY AND EQUIPMENT
Equipment
58,903.00
Transportation Equipment
2.346,305.40
Less: Accumulated Depredation
(284754001
Net Property and Equipment
2120454.40
OTHER ASSETS
Investments - Available for Sale
a-601,026,00
Total Other Assets
8.601.026.00
TOTAL ASSETS
$ 19.265.637.73
See Accountants' Compilation Report
1
BAMACO, Inc.
BALANCE SHEET
As of March 31, 2006
LIABILITIES AND STOCKHOLDERS' EQUITY
CURRENT LIABILITIES
Accounts Payable
$ 483,650.90
Accrued Sales Tax
3,095.00
Accrued State Income Tax
99,475.00
Accrued Federal Income Tax
562812.00
Total Current Liabildles
1169.932.00
LONG -TERM LIABILITIES
Total Llabilides
1.169.032.00
STOCKHOLDERS' EQUITY
Capital Stock
1,090.00
Additional Paid -in Capital
10,559,026.00
Retained Earnings
7536579.73
Total Stockholders' Equity
18.096.605.73
TOTAL LIABILITIES AND
STOCKHOLDERS' EQUITY
L 19.265,637.73
Sae Accountants' Compilation Report
2
35
BAMACO, Inc.
INCOME STATEMENT
Sales
Construction Income
$ 30,663,613.40
Less Returns & Allowances
0.00
Total Sales
3D.563.613.40
Cost of Goods Sold
COGS - Materials
367,610.97
COGS�Suboonlractors Expense
23 369.71724
Total Cost of Goods Sold
23.751328.21
Gross Profit
6,812285.19
Operating Expenses
Bank Service Charges
7,616.18
Depredation Expense
169,033.00
Insurance
6,88146
Uoenses
17,748.37
Postage and Delivery
186.61
Rent
20,128.45
Repairs and Maintenance
51,652.28
Telephone
36,467.91
Travel
36,252.33
U6lfties
48,662.82
Office Supplies
4,039.06
Taxes
8.408.01
Total Operating Expenses
406878.48
Operating Income (Loss)
6405406.71
Other Income (Expense)
Net Income (Loss) Before Taxes
6.406,406.71
Net Income (Loss) $ 6.aD5.4D6.71
See Accountants' Compilation Report
3
36
BAMACO, Inc. is providing this copy of the owner,
Beverly Mitchell and her husband's, financial
statement to show the strength of finances behind
the company.
BEVERLY R. AND ROBERT M. MITCHELL
Bunnell, Florida
STATEMENT OF FINANCIAL CONDITION
August 3, 2006
CPA Professionals, Inc.
Certified Public Accountants and Consultants
Fort Payne, Alabama
37
CPA. Professionals, Inc.
P.O. Box 680042 • Fort Payne, Alabama 35968 -1901
Phone: 256- 844 -1272 • Fax: 256 -844 -2191
w ucpaprotessionalsoom
PROFESSIONALS
Beverly R. and Robert M. Mitchell
Bunnell, Florida
We have compiled the accompanying statement of financial condition of Beverly R. and
Robert M. Mitchell as of August 3, 2006 in accordance with Statements on Standards
for Accounting and Review Services issued by the American Institute of Certified Public
Accountants. The statement of financial condition is intended to present the assets of Beverly R.
and Robert M. Mitchell at estimated current values and liabilities at estimated current amounts.
A compilation is limited to presenting in the form of financial statements information that is
the representation of the individual whose financial statement is presented. We have not
audited or reviewed the accompanying statement of financial condition and, accordingly. do
not express an opinion or any other form of assurance on it.
Beverly R. and Robert M. Mitchell has elected to omit substantially all of the discicnures required
by generally accepted accounting principles. If the omitted disclosures were included in the
statement of financial condition, they might influence the users conclusions about the financial
condition of Beverly R. and Robert M. Mitchell. Accordingly, this statement of financial condition
is not designed for those who are not informed about such matters.
August 7, 2006
im
BEVERLY R AND ROBERT M. MITCHELL
STATEMENT OF FINANCIAL CONDITION
AUGUST 3, 2006
Cash and Short -Term Investments
S 30,000,000
Transportation Equipment
3,880,500
Personal Residence
6,500,000
Real Estate Holdings and Investments
11,000,000
Personal Effects
6,000,000
Notes Receivable
472,000
Fine Art Collection
200,000,000
100% Equity Interest in BAMACO, Inc., at book value
as of March 31, 2006 (most recent statement)
18,097,000
TOTAL ASSETS
$ 275,949,500
LIABILITIES ESTIMATED INCOME TAXES AND NET WORTH
Liabilities
Mortgage Payable S 1,396,000
Notes Payable -Real Estate 150,000
Note Payable - Vehicle 45,000
Estimated Income Taxes on the Differences Between the
Estimated Current Values of Assets and the Estimated
Current Amounts of Liabilities and Their Tax Bases
Net Worth
TOTAL LIABILITIES, ESTIMATED INCOME
TAXES, AND NET WORTH
See Accountards, Compilation Report
-2-
39
18,344,000
256,0142500
$ 275,949,500
Approach planning is a vital asset that saves time and money when a disaster strikes
Pinecrest. Bamaco offers these services because it is in the best interest of all parties.
Being prepared and knowing that a plan is already in place alleviates time and pressure
concerns for public officials, which allows them to focus on more important issues. A
guaranteed response time for Pinecrest will be less than 24 hours from notice to proceed.
Bamaco believes approach planning should consist of the following but is not limited to:
Review and update plans, standard operating procedures and checklists relating to
debris removal, storage, reduction, and disposal process.
Review potential local, regional, and debris staging and reduction sites that may
be used in the response and recovery phases in the context of the impeding threat.
Review resource listing of private contractors who may assist in debris removal
process. Make necessary arrangements to ensure their availability in the event of
the disaster.
To demonstrate and understand the scope of services for emergency disaster recovery and
understand how these services effect the community we have put together a Work Plan
for Pinecrest. This plan contains proven strategies that are implemented by Bamaco, Inc.
to assist in completing contract obligations in a timely and safe manor during emergency
debris removal operations...
1. MISSION To facilitate and coordinate the removal, collection, and disposal of
debris following a disaster to work against any potential threat to the health, safety, and
welfare of the impacted citizens, expedite recovery efforts in the impacted area, and
address any threat of significant damage to improved public or private property.
2. CONDITIONS AND CIRCUMSTANCES Natural and man-made disasters
precipitate a variety of debris that includes, but is not limited to, such things as trees,
sand, gravel, building/construction materials, vehicles, personal property, etc.
The quantity and type of debris generated from any particular disaster is a function of the
location and kind of event experienced, as well as its magnitude, duration, and intensity.
The quantity and type of debris generated, its location, and the size of the area over which
it is dispersed directly impacts the type of collection and disposal methods used to
address the debris problem, associated costs incurred, and the speed with which the
problem can be addressed.
Private contractors play a significant role in the debris removal, collection, reduction, and
disposal process of State agencies and local governments. Our goal is to hire as many
local contractors necessary to successfully complete the contract in a timely manor.
.t
The debris management program implemented by Bamaco, Inc. for Pinecrest will be
based on the waste management approach of reduction, reuse, reclamation, resource
recovery, incineration, and land filling, respectively.
3. ORGANIZATION Using BAMACO, Inc. instead of government workers in
debris removal activities has a number of benefits. It shifts the burden of conducting the
work from Pinecrest to the private sector, freeing up city personnel to devote more time
to their regularly assigned duties. Private contracting also stimulates local, regional, and
State economics impacted by the storm, as well as maximizes State and local
governments' level of financial assistance from the Federal government. Private
contracting allows the State and its political subdivisions to more closely tailor their
contract services to their specific needs. The entire process (i.e. clearance, collection,
transporting, reduction, and disposal, etc.) or segments of the process can be contracted
out.
4. CONCEPT OF OPERATIONS BAMACO, Inc. will be responsible for
coordinating debris removal operations for Pinecrest. To this end, BAMACO, Inc. will
stage equipment in strategic locations locally as well as regionally, if necessary, to
protect the equipment from damage, preserve the decision maker's flexibility for
employment of the equipment, and allow for the clearing crews to begin work
immediately after the storm.
BAMACO, Inc. has maintained a list of over 1,000 approved subcontractors who have
the capability to provide debris removal, collection, and disposal in a cost effective,
expeditious, and environmentally sound manner following a disaster. The listing will
categorize contractors by their capabilities and service area to facilitate their
identification by State agencies and local governments, as well as ensure their effective
utilization and prompt deployment following the disaster.
Necessary Resources
Bamaco, Inc. has the resources necessary to perform all aspects related to the scope of
Pinecrest's ITB including the ability to manage a major workforce and, if needed,
multiple subcontractors. Bamaco has the resources to cover the expenses associated with
a major recovery operation prior to the initial payment and between subsequent
payments, as well as providing the necessary bonding and insurance coverage.
41
Disposal Diversion Plans
Debris storage and reduction sites will be identified and evaluated by interagency site
selection teams comprised of a multi - disciplinary staff that is familiar with the area.
Initially, debris will be placed in temporary holding areas until such time as a detailed
plan of debris collection and disposal is prepared. This is not anticipated until after the
local traffic has been restored. Temporary debris collection sites should be readily
accessible by recovery equipment and should not require extensive preparation or
coordination for use. Collection sites will be on public property when feasible to
facilitate the implementation of the mission and mitigate against any potential liability
requirements.
Site selection criteria will be developed into a checklist format for use by these teams to
facilitate identification and assessment of potential sites. Criteria will include such
factors of ownership of property, size of parcel, surrounding land uses, environmental
conditions and transportation facilities that serve the site.
Debris Removal Priorities
The debris removal process must be initiated promptly and conducted in an orderly,
effective manner in order to protect public health and safety following a major or
catastrophic event. To achieve this objective, the first priority will be to clear debris
from key roads in order to provide access for emergency vehicles and resources into the
impacted area. The need and demand for critical services will be increased significantly
following a disaster. Therefore, the second priority that debris removal resources will
be assigned is providing access to critical facilities pre - identified by Pinecrest. The third
priority for the debris removal teams to address will be the elimination of debris related
threats to public health and safety. This will include such things as the repair, demolition,
or barricading of heavily damaged and structurally unstable buildings, systems, or
facilities that pose a danger to the public. Any actions taken to mitigate or eliminate the
threat to the public health and safety must be closely coordinated with the owner or
responsible party. If access to the area can be controlled, the necessary actions can be
deferred.
Debris Classification
To facilitate the debris management process, debris will be segregated by type. It is
recommended that the categories of debris established for recovery operations will be
standardized. BAMACO, Inc. will adapt the categories established for recovery
operations by the U. S. Army Corps of Engineers. Modifications to these categories can
be made as needed. Hazardous and toxic materials /contaminated soils and debris
generated by the event will be handled in accordance with Federal, State, and local
regulations.
42
DEBRIS MANAGEMENT ACTIONS
Normal Operations
• Utilize the hiring of local contractors who can assist BAMACO, Inc in all phases
of debris management.
• Develop work plans with scopes of work to expedite the implementation of
Bamaco's debris management strategies.
• BAMACO, Inc. will assist Pinecrest with developing mutual aid agreements with
other State agencies and local governments, as appropriate, following guidelines
established in the FEMA agency procurement manual.
Identify and pre - designate potential debris storage sites for the type and quantity
of debris anticipated following a catastrophic event.
• Pre - identify local and regional critical routes in cooperation with contiguous and
regional jurisdictions.
Develop site selection criteria checklists to assist in identifying potential debris
storage sites.
• Identify and coordinate with appropriate regulatory agencies regarding potential
regulatory issues and emergency response needs.
• Develop the necessary right of entry and hold harmless agreements indemnifying
all levels of government against any potential claims.
• Establish debris assessment process to define scope of problem.
• Develop and coordinate pre - scripted announcements with the Public Information
Office (P10) regarding debris removal process, collection times, temporary
storage sites, use of private contractors, environmental and health issues, etc.
Response
• Activate debris management plan, coordinate with needs assessment team.
• Begin documenting costs.
• Coordinate and track resources (public and private).
• Establish priorities regarding allocation and use of available resources.
• Identify and establish debris temporary storage and disposal sites (local, regional).
• Address any legal, environmental, and health issues relating to the debris removal
process.
• Continue to keep public informed through Pinecrest officials.
Recovery
• Continue to collect, store, reduce, and dispose of debris generated from the event
in a cost - effective and environmentally responsible manner.
• Continue to document costs.
• Upon completion of debris removal mission, close out debris storage and
reduction sites by developing and implementing the necessary site restoration
actions.
43
BAMACO, Inc's management personnel have been involved in the disaster response
business since 1977. For over 30 years, they have been witness to the growth and
development of the FEMA organization.
BAMACO is well versed in the ever changing FEMA guidelines and its requirements for
payment reimbursement as a result of any type of disaster.
Personnel and past performance has afforded BAMACO, Inc. a crystal clear
understanding of the needs and requirements for this project.
The work under this contract will consist of the contractor providing all labor, equipment,
machines and tools necessary to load and haul eligible disaster - generated debris.
Primarily, debris removal shall include all eligible disaster related debris found on the
ROW within the area designated by the County. The County may specify any eligible
debris within the ROW which shall not be removed, or which should be removed at a
later time or by others. Ineligible debris will not be loaded, hauled, or dumped under this
contract. Mixed loading of debris shall be kept to a minimum. All debris will be hauled
to an approved dumpsite or landfill and dumped.
The contractor shall make as many passes thru the designated areas as required by
Pinecrest. Any eligible debris, such as fallen trees, which extends on to the ROW from
private - property shall be cut, by BAMACO, at the point where it enters the right -of -way,
and that part of the debris which lies within the right -of -way shall be removed.
BAMACO understands that we shall not enter onto private property without the approval
of the County.
BAMACO will only use rubber -tired equipment in the performance of loading and
hauling of debris. BAMACO agrees to use self - loading equipment in areas designated by
the County. BAMACO shall not enter onto private property during the performance of
this contract without the approval of the County.
All debris shall be mechanically loaded and reasonably compacted. Hand loading will
not be performed under this contract unless specified by the County.
BAMACO will be responsible for repairing all damages as a result of any negligence.
BAMACO will be responsible for filling to grade with like material all surface damage,
such as rutting and pavement damage, caused by BAMACO's equipment during debris
removal. BAMACO shall repair all damage to existing grade, road shoulders, sidewalks,
drainage structures, trees, shrubs, grassed areas, etc. caused by BAMACO's equipment or
personnel.
BAMACO shall preserve and protect all existing structures, infrastructures, vegetation
and etc. on or adjacent to the area of work. BAMACO shall repair or replace with like
Ir
materials all damaged mailboxes within 48 hours of the time when the damage occurred.
If BAMACO damages any private or public property other than Pinecrest property, he
shall contact the person(s) making claims regarding damages within 2 days of receiving
said claim; information such as method of repair and timeline for completion shall be
discussed. The Debris Management Director shall have the final authority to decide any
disputes regarding damage claims. All damages shall be repaired no later than thirty (30)
days after the completion of the debris removal. BAMACO shall provide the County
with a weekly report outlining the status of all damage concerns. Liquidated damages
shall be assessed at $1,000.00 per calendar day for any damages not repaired after thirty
(30) days.
Disaster- related debris shall be separated into clean vegetative, construction and
demolition, white metal, hazardous waste, mixed and ineligible debris at the load sites.
Hauling of mixed loads will require approval from the County prior to loading. Ineligible
debris shall be left in place, except those items directed by County.
All stump remnants which are fully disengaged from the ground shall be considered
normal vegetative debris regardless of size. BAMACO shall remove all disengaged
stump remnants from the assigned load site area before moving to another work area
unless approved by Pinecrest.
Mobilization Plan & Keys to Success in Pinecrest...
A. Once Pinecrest goes under a hurricane watch, BAMACO, Inc. will begin
mobilizing equipment to the area. Once it becomes imminent a hurricane will
impact the city, we will have crews standing by in safe zone throughout the city
and additional equipment will be located in safe areas outside the city. Once the
wind dies to safe levels the additional equipment will be routed inside the city
limits.
B. BAMACO, Inc. has an arsenal of equipment and can produce 100 ( +) pieces of
equipment for Pinecrest to assist in the "push" and opening of right -of -ways
throughout the city. This is immediately following the storm.
We guarantee a mobilization time of less than 24 hours. As previously stated
within this proposal, BAMACO, Inc. produced over 100 pieces of equipment in
less than 24 hours for Gulfport, MS, following Hurricane Katrina..
C. BAMACO, Inc. can produce 300 ( +) pieces of equipment within 72 hours of a
notice to proceed.
D. Should BAMACO, Inc. become the successful offeror, we will work diligently in
pursuing various locations throughout the city for TDSRS sites.
ELI
E. We have previously provided you with a list of equipment which shows size,
quantity and types.
F. BAMACO, Inc. will assign a project manager and two project supervisors that
will be on -site and available to the City of Pinecrest in less than 24 hours.
G. The methodology is stated above in this section of the proposal.
As stated above in the work plan, private contractors play a significant role in the debris
removal, collection, reduction, and disposal process of prime contractors, especially in
large scale operations. Our goal is to hire as many local contractors necessary to
successfully complete the contract in a timely manor.
The quantity and type of debris generated, its location, and the size of the area over which
it is dispersed directly impacts the type of collection and disposal methods used to
address the debris problem, associated costs incurred, and the speed with which the
problem can be addressed.
Each subcontractor with trucks or containers to be used for hauling debris will be given
instructions on where to report for their safety inspection and measurements. Bamaco,
Inc. uses placards that are permanently attached to vehicles which contain the truck
number, cubic yard capacity and our company logo.
TRUC K N
P
BAMACO:
All subcontractors are given area maps which are zoned to designate assigned areas of
operation. If Laclede County requests predetermined routes then these maps will be
clearly marked. Bamaco, Inc. has Project Managers assigned to oversee the operation of
each zone and the subcontractors assigned to that zone, respectfully. It is the
responsibility of the Bamaco, Inc. Managers to address concerns from the subcontractors
following the chain of command.
46
In addition, Bamaco, Inc Project Managers will monitor subcontractors' progress on a
daily basis. Weekly reports are generated and forwarded to the City via hard copy, CD
ROM and email.
The scope and coordination of activities are also addressed on a weekly basis with the
subcontractors. The meetings will give both parties the opportunity to address any
problems and corrective measures can be implemented. Performance and progress
schedules are reviewed and updated regularly throughout the contract. More details on
the responsibilities of our subcontractors can be found in the sample contract below this
section.
0 F5C
Below is an example of one of BAMACO, Inc.'s daily reports on an Excel spreadsheet.
This will be provided to Pinecrest on a daily basis by email, CD and in written form. It
will be necessary Pinecrest and BAMACO to review the daily reports and make sure that
the information is identical with information City inspectors have obtained. This must be
done within 48 hours of the actual work date. Reviews are done in order to correct any
mistakes that may arise during the course of the project. It becomes virtually impossible
to make corrections after 48 hours because of the massive amount of work being done.
The verified reports are then attached to Pinecrest's report (or Pinecrest's monitoring
company) for evidence of work performed. This information is sent to FEMA for
funding.
To assure FEMA reimbursement for the City of Pinecrest,
BAMACO, Inc. is providing this document to the city
officials. This plan has been proven effective in obtaining
reimbursement from FEMA.
See pate 58 of this proposal
47
BAMACQ, Inc
Load Ticket Summary
Miramar. Florida
Ticket #
314771
Date
11M M76
Truck #
022721
Sud•ContraCtor
WS EMORY SCt 1
Loa
ding
Site
1
Load
Time
12:00
arm
t
PM
Driver
J N811eal
Disposal
Site Name
AYaanrar
Um
load
Time
11:38
am/
AM
Mix
Capa
city
C
23
Pero
ant
Full
�f
95%
Total
C
HAS
NOTES
CD
307094
11119105
WMD225
Nona
51
1625
AM
Q NISM
Mimor
11:10
AM
21
1W%i
21.00
CD
307093
11119105
1149
Nona
j
9:30
AM
JEWA
Miraw
953
AM
34
100%1
34.00
CD
307092
111tOM
1149
Nova
pro
PM
J Ee9W8
Miramar
700
AM
34
100%
34A0
CD
307091
111199
1149
Nova
11x0
AM
JEesm
Mtmmar
11:43
AM
34
90%
30.60
GO
907160
11119106
1036K
PinnWe
9
pro
PM
C Kq
Mau
9.03
AM
70
100%
70.00
CO
307161
111405 I
WM0209
PiAWA
9
1046
AM
P Armalr
Miramar
11:40
AM
38
96%
36.10
CD
139565
1111M
11441
Mann
12
840
AM
F GOMM
Mmamar
M
AM
32
100%
3200
CD
f39666
s1r19r05
11441
Mara
12
10:46
AM
FGOni h
Miramar
ti:i5
AM
32
100%
32.90
CD
319918
1111x415
109N
W Demo
12
1 11:90
AM
W Toga ce
Miramar
11:52
AM
$t
10096
ma
CD
314672
11H9105
W1105
Top Nth
17
1 US
AM
RR*d
Miramar
t0:00
AM
45
10046
46.00
CD
i3974o
ivism
WM0215
Top W
17
8:15
AM
RReW
- Miramar
825
AM
45
t00%
46,00
CD
139284
11119105
1 OF
W NO
17
pro
PYII
BkW
Miramar
6:50
AM
31
90%
1 27,90
CD
319650
11110
1 0212ZG
Top Nokh
17
7:35
AMI
PRO
Miramar
7:35
AM
48
100%1
46,00
CD
139363
111IM5
I 1081T
BMW
11
10:03
AM
J Ryan
Moamar
10:09
AM
23
95%
1 21.85
CD
314584
11119105
1051T
DAP
11
9:10
AM
J R ar
Miramar
9:18
AM
23
05%
21,86
GO
314565
11119105
1082T
BMW
It
10:00
AM
M Johnson
Miramar
10:03
AM
23
90%
2010
CD
$14666
1iAN5
10617
BE
11
10:61
AM
J Ran
Miramar
11:00
AM
23
95%
21.86
CD
314263
11119105
1131.7
n G868
14
11:30
AM
C POf O
Miramar
11:47
AM
27
100%
27,00
CD
130743
111191-05
10090
Pow
11
1 si:40
AM
BKeahmidc
Miramar
12:13
PM
37
100%
37.00
CD
139197
11
10:50
AM
3 lovd9rmigl
Mirarnar
1048
1 AM
30
96%
28.50
CD
13D194
till - 6
11660
LOAM lk
11
9:0
AM
8WAsmilk
Miramar
0:35
AM
30
W%
vs
CD
139196
11119/05
10256
LOldemdik
11
11:12
AM
GAikn
Miramar
11,16
AM
23
90%
2010
CD
130195
ttt19M)5
10260
LOOWlk
11
10:00
AM
GAtee
Miramar
10:03
AM
23
86%
1 19.66
CD
Page s of 4
a:3
Ticket I
Data
Truck #
Sub ooatractor
Loa
ding
Sits
Load
Time
am
!
pm
Driver
DOapoBal
31W Name
Un•
load
Time
amt
Max
Capa
city
C
Pero
ent
Fuli
°4
Total
GY
NQTES
306624
11110146
10271
Mario
24
100
AM
6DRIVER
Miramar
10:36
AM
3$
06%
3150
VEG
306626
7- 1119!05
10271
MBrb
24
11.80
AM
SDRNER
Miamk
11:07
AM
38
tOD%
3600
VEG
139159
11/16106
WM0214
8U11SEYE
24
106$
AM
CJDNE$
Miramar
11:00
AM
i9
100!6
10.00
VEO
306938
11!19!06
10271
Mario
24
11:50
AMI
S DRKR
Miramar
11:551
AM
36
95%
34.20
VEG
3118939
wls/05
to27i
Wo
24
12'26
PM
$DRIVER
Miramar
12:30
PM
3a
100%
3640
VEG
319661
f1119t06
1087'
MtBIuM
17
12:60
PM
BLAXTQN
Miramar
1.07
PM
32
10096
x240
VEG
1391$1
1119=5
WM0214
$ULLSEYE
24
1:16
PM
CJDNE$
Miramar
1:35
PM
19
9DD%
1940
VEG
319917
11119!56
1056N
80 Dwo
16
1:15
PM
W Toone
Miramar
1 :33
PM
51
100%
81,00
VEG
306640
i1119Hi5
10271
Mario
24
1:39
PM
3DRIVER
Miramar
135
PM
3$
100%
36.00
VEG
314666
11119616
1082T
8MW
2t
PM
MJONN60N
Miramar
1:43
PM
23
10D%
23,00
VEG
139265
lingl6
1066E
AA%N
17
1:30
PM
aArro
Miramar
1,45
I PM
31
t00%
31.00
VEG
139100
11119106
WM0214
BULLSEYE
24
12:10
PM
CJDNE$
Miramar
12'30
PM
19
100%
1940
VEG
31460
tiH9/06
10811
ow—
21
1,41
PM
J RYAN
Mai mer
1:47
IPM
23
95%1
2146
VEG
319965
lined<
1066N
B &DDemo
16
2:00
PM1
GMASSIE
Miramar
2:13
PM
62
90%
66.80
VEG
13$162
11190
WM0214
BULLSEYE
24
2:05
PM
G JONES
Miamar
2:20
PM
19
108%
1940
VEG
3041
11119bS
10271
Mart
24
2:15
PM
$DRIVER
Maemer
2.26
PM
96
100%
x,00
VEG
130367
11119!06
10811
BMW
21
2:25
PM
JRYAN
Mrams+
2:30
PM
23
100%
2300
VEG
319964
lingo
1055N
B &D Demo
16
12.10
PM
GMASSIE
Miramar
12:27
PM
62
S5%
0640
VEG
319682
11119105
1067'
WBluii
17
2:40
PM
8LAXTON
MINIM
3:00
PM
32
96%
30-40
VEG
139163
11119106
WM0214
BULLSEYE
24
2:66
PM
CJDNE$
Miramar
3:03
PM
19
180%
ilA
VEG
319955
1111W
10271
MasO
24
310
PM
$ DRVER
Mannar
3:17
t>ht
3$
9316
81.20
VEG
314671
11!111105
10$21
BMW
66
326
PM
MJOHNSLNJ
Miramar
3:43
PM
23
96%
21.65
VEG
319919
lingo
105#1
B&DDemo
16
34S
PM
GMASSIE
Miramar
3.55
PM
82
96%
68,90
VEG
314570
ii111906
10817
BMW
16
3:43
PM
JRYAN
Miramar
400
PM
23
iW%
23,.0
VEG
11119108
1830.16
VEG
11118706
197446
cD
11119106
Miramar
TOTAL
X04.15
For years BAMACO, Inc has been working with FEMA providing every
element of debris removal necessary including reimbursement. For BAMACO, Inc. to
show Pinecrest that we have the ability to provide record keeping and reporting we offer
the following FEMA documentation. By following this standard operating procedures
(SOP) manual by FEMA, Panama City will have the resources needed to receive
reimbursement. It clearly defines procedures and it identifies what is and is not eligible
for reimbursement. BAMACO, Inc. is well versed in FEMA procedures and will be
happy to assist you in gaining reimbursement and prompt payment.
*The next page contains a sample Truck/Trailer registration form.
:'
Truck/Trailer ## BAMACO Cubic Yards
160; 1[N C O RPO RAT ED .
6869 West Hwy 100
Bunnell, FL 32110
386.586.3656
FAX: 386.586.3663
Truck
Trailer
Make I Model ( Vin I License Plate
1sT TIER SUB: 2ND TIER SUB:
Owners Name: Drivers Name:
Owner's Owners Phone:
Address: Drivers Phone:
City /State Zip
VEHICLE / TRACTOR CAPICITY
X X =
Bed Length Bed Width Bed Height Cubic Feet
Divided By 27 =
Cubic Feet Cubic Feet / Cubic Yard CY
Sketch of Truck Bed
50
TION
Conversion Table
Inches 1/12
Decimal 1/10
1.00
0.08
2
0.17
3
0.25
4
0.33
5
0.42
6
0.50
7
0.58
8
0.67
9
0.75
10
0.83
11
0.92
12
1.00
Bamaco, Inc. Rep. Date
City /County Rep. Date
*Actual size of load ticket is 3.5" x 8 ".
__. ......... .... _. -- --
LOAD TICKET
Ticket Number: 1007779
Contract Number:
INC.
Date:
DEBRIS
Truck No: Capacity (CY or TON)
Load Size: CY
Or Tons
Truck Driver:
DEBRIS CLASSIFICATION
51
=77,=U i
BAMACO, Inc. is registered as a Corporation with the Florida Secretary of State.
Corporate Headquarters is located in Bunnell, FL. Robert M. Mitchell will be your
City's authorized representative and has the ability to legally bind the Corporation.
BAMACO, Inc.
6869 West HWY 100
Bunnell, FL 32110
Adam Plitt
IT Manaaei
(386) 586 -3656
(386) 586 -3663 FAX
(251) 747 -4459
Beverly Mitchell
CEO
Robert 'Mike" Mitchell
President
Beverly Mitchell
Vice President
Charles Pullen
Secretary
Tara Painter
Project Coordinator II
Will J Carter
is Resolution
Captain Chris Dorgan
Health & Satety Manager
Eva Richardson
Mobile Accountant
Ruth Holloway
Assistant Mobile Accountant
Joe NdloNray D.R. Mtdtell Pete Gonzalez Ryan Mfldteil
Project Mgr. Project Manager Project Manager^ Project Manag
52
Mobil Command Units
Should you be impacted by a storm or need our assistance for any other reason, we will
be ready to respond with lightening speed.
We have several mobile offices strategically placed around the region should our services
become necessary. Anticipated timeframe needed to travel to most areas is less than
twenty -four (24) hours.
Our mobile offices come equipped with wireless Internet, satellite pho µ e
fax lines. Our goal is to eliminate any risks associated with a lack ofd n
which is vitally. important in this line of work. Our mobile command out
strategic loctrttoas that best serves the contract and your city. This any key
advantages to i sirtg.$amaco, Inc. as your disaster recovery servic mrra er.
f
BAMACO, Inc. cdn,esta h
center within two to s&,J or
mobilizing �
g recove rY b
BAMACO, Inc. can provia
the same amount of time as
response on -site
time a storm cea
ie it within your'
Two -Way radios are also standard equipment for managers.
kW communication
kMACO, Inc. can begin
a matter of hours.
i and have them on -site in
53
i
�N
It
t tt- il
To assure FEMA reimbursement for the City of Pinecrest,
BAMACO, Inc. is providing this document to the city
officials. This plan has been proven effective in obtaining
reimbursement from FEMA.
WHEREAS, it is foreseen that it may be in the public interest to provide for the expedient
removal of stoma debris within the corporate limits of Pinecrest to the appointed and
elected officials resulting from a future storm or manmade event; and
WHEREAS, Pinecrest has in the past suffered the full force and effects of major storms
and the resulting destruction brought upon Pinecrest by such storms or manmade
disasters; and
WHEREAS, the Public Health and Safety of all the citizens will be at serious risk; and
WHEREAS, the immediate economical recovery of Pinecrest and its citizens is a major
concern and the primary priority for recovery; and
WHEREAS, the availability of experienced prime storm debris removal companies may
be severely limited; and
WHEREAS, BAMACO, Inc. has the experience, equipment, manpower, permits and
licenses to perform all storm related debris services; and
WHEREAS, Pinecrest and BAMACO, Inc. have agreed to the Scope of Services, prices,
terms and conditions as set out in this proposal; and
NOW THEREFORE, in consideration of the promises contained herein and
acknowledge by both parties, the parties do agree as follows:
1.0 SERVICES
1.0.1 Scope of BAMACO, Inc. Services:
BAMACO, Inc. shall provide all expertise, personnel, tools, materials, equipment,
transportation, supervision and all other services and facilities of any nature necessary to
execute, complete and deliver the timely removal and lawful disposal of all eligible
storm - generated debris (herein referred to as "debris'), including hazardous and
(Xopyright BAMACO, Inc.
54
industrial waste materials and within the time specified within this Proposal. Emergency
clearance, debris removal, disposal, and demolition of structures will be limited to:
1) That which is determined to eliminate immediate threats to life, public health, and
safety; 2) That which has been determined to eliminate immediate threats of significant
damage to improved public or private property; and 3) That which is considered essential
to ensure the economic recovery of the affected Pinecrest to the benefit of Pinecrest at
large.
These proposed services shall provide for the cost effective and efficient removal and
lawful disposal of debris accumulated on all public, residential and commercial
properties, streets, roads, other right -of -ways and public school properties, including any
other locally owned facility or site as may be directed by Pinecrest. Proposed services
will only be performed when requested and as designated by Pinecrest.
1.1.0 Emergency Protective Measures Emergency Road Clearance:
BAMACO, Inc. may be requested to accomplish the cutting, tossing and/or clearance of
debris from the primary transportation routes to allow emergency vehicles to traverse the
roadways. Pinecrest officials shall determine route priorities for this clearance. The time
and materials operational aspect of the scope of this proposal service should not exceed
the first 70 hours of actual clearance work following a disaster event.
1.2.0 Right -of -Way (ROW) Removal:
BAMACO, Inc. shall remove all debris from the ROW of Pinecrest when directed to do
so by Pinecrest officials. This debris removal work shall include:
1) examining debris to determine whether or not the debris is eligible vegetative,
construction and demolition or other debris;
2) loading the debris;
3) hauling the debris to an approved dumpsite, TDSRS or landfill; and
4) dumping the debris at the dumpsite or landfill.
Ineligible debris will not be loaded, hauled, or dumped under this proposal. Mixed
loading of debris shall be kept to a minimum. Debris removal shall include all eligible
disaster related debris found on the ROW within the area designated by Pinecrest.
Pinecrest officials may specify any eligible debris within the ROW which should not be
removed, or which should be removed at a later time or by others. Any eligible debris,
such as fallen trees, which extends onto the ROW from private property, shall be cut, by
BAMACO, Inc., at the point where it enters the ROW, and that part of the debris which
lies within the ROW shall be removed. BAMACO, Inc. shall not enter onto private
property during the performance of this proposal without the approval of Pinecrest.
BAMACO, Inc. may be requested by Pinecrest to remove debris from public areas which
may include operational facilities, utility facilities and other land owned by Pinecrest.
BAMACO, Inc. shall use reasonable care not to damage any public or private property
not already damaged by the storm event. Should any property be damaged due to
negligence on the part of BAMACO, Inc., Pinecrest may either bill BAMACO, Inc. for
55 OC'opyright BAMACO, Ine.
the damages or withhold funds due to BAMACO, Inc. Debris removal and delivery to a
debris disposal site shall be paid based per cubic yard according to the prices found
within this proposal. Debris removed and delivered to an authorized landfill shall be paid
based on per cubic yard hauled.
1.2.1 Geographic Assignment:
The geographic boundary for work by BAMACO, Inc.'s crews shall be directed by
Pinecrest and limited to properties located within Pinecrest's legal boundaries.
1.2.2 Multiple, Scheduled Passes:
BAMACO, Inc. shall make scheduled passes at the direction of Pinecrest and/or
unscheduled passes of each area impacted by the storm event. Pinecrest officials shall
direct the interval timing of all passes. Sufficient time shall be permitted between
subsequent passes to accommodate reasonable recovery and additional debris placement
at the ROW by the citizens.
1.2.3 Operation of Equipment:
BAMACO, Inc. shall operate all trucks, trailers and all other equipment in compliance
with any /all applicable federal, state and local rules and regulations. Equipment shall be
in good working condition. BAMACO, Inc. shall use mechanical equipment to load and
reasonably compact debris into trucks and trailers. All loading equipment shall be
operated from the road, street or ROW using buckets and/or boom and grapple devices to
collect and load debris. No equipment shall be allowed behind the curb or outside:of the
public ROW unless otherwise directed by Pinecrest:
1.2.4 Certification of Load Carrying Capacity:
BAMACO, Inc. shall submit to Pinecrest, a certified report indicating the type of vehicle,
make and model, license plate number and/or trailer VIN number, assigned debris
hauling number and measured maximum volume, in cubic yards, of the load bed of each
piece of equipment to be utilized to haul debris. The measured volume of each piece of
equipment shall be calculated from the actual physical measurement performed by
Pinecrest and BAMACO, Inc. Representative(s). A standard measurement form
certifying actual physical measurements of each piece of equipment shall be an
attachment to the certified report(s) submitted to Pinecrest officials.
1.2.5 Vehicle Information:
The maximum load capacity of each hauling vehicle shall be based on exact
measurements. The measured maximum load capacity of any vehicle load bed shall be
the same as shown on the trailer measurement form and painted on each numbered
vehicle or piece of equipment used to haul debris. All vehicles or equipment used for
hauling shall have and use a BAMACO, Inc. approved tailgate. Sideboards shall be
limited to those that protect the load area of the trailer.
1.2.6 Security of Debris During Hauling:
BAMACO, Inc. shall be responsible for the security of debris on/in each vehicle or piece
of equipment utilized to haul debris. Prior to leaving the loading site(s), BAMACO, Inc.
56 (3 Copyright BAMACO, Inc.
shall ensure that each load is secure and trimmed so that no debris extends horizontally
beyond the bed of the equipment in any direction. All loose debris shall be reasonably
compacted and secured during transport. As required, BAMACO, Inc. shall survey the
primary routes used by BAMACO, Inc. and recover fallen or blown debris from the
roadway(s).
1.2.7 Traffic Control:
BAMACO, Inc. shall mitigate impact on local traffic conditions to all extents possible.
BAMACO, Inc. is responsible for establishing and maintaining appropriate traffic control
in accordance with the latest Manual of Uniform Traffic Control Devices. BAMACO,
Inc. shall provide sufficient signing, flagging and barricading to ensure the safety of
vehicular and pedestrian traffic at all debris removal, reduction and/or disposal site(s).
1.2.8 Work Days/Hours:
BAMACO, Inc. may conduct debris removal operations from sunup to sundown, seven
days per week as directed by Pinecrest officials. Adjustments to work days and/or work
hours shall be as directed by Pinecrest following consultation and notification to
BAMACO, Inc.
1.2.9 Hazardous and Industrial Wastes:
BAMACO, Inc. shall set aside and reasonably protect all hazardous or industrial
materials encountered during debris removal operations for collection and disposal in
accordance with State and Federal Hazardous and Industrial Materials Cleanup and
Disposal requirements.
1.2.10 Stumps:
All hazardous /eligible stumps identified will be pulled, loaded, transported, stored,
reduced and disposed of, in accordance with FEMA standards.
1.2.11 Work Safety:
BAMACO, Inc. shall provide and enforce a safe work environment as prescribed in the
Occupational Safety and Health Act of 1970, as amended. BAMACO, Inc. shall provide
such safety equipment, training and supervision as may be required by Pinecrest.
BAMACO, Inc. shall ensure that its subcontracts contain a similar safety provision.
1.2.12 Inspection and Testing:
All debris shall be subject to adequate inspection by Pinecrest officials or any public
authority in accordance with generally accepted standards to ensure compliance with the
Proposal and applicable federal, state and local laws. Pinecrest officials shall, at all
times, have access to all work areas. In addition, authorized representatives and agents of
the Government shall be permitted to inspect all work,,materials, invoices and other
relevant records and documentation.
1.2.13 Monitoring:
57 S;Copyright BAMACO, Inc.
Pinecrest may assign Monitors at the load sites to oversee BAMACO, Inc.'s debris
operations. Monitors would verify all information on the load ticket and the Loading Site
Monitor's signature would be needed to have a valid load ticket.
1.2.14 Accountable Debris Load Tickets:
Pinecrest shall accept the serialized copy of BAMACO, Inc.'s debris load ticket(s) as the
certified, original source documents to account for the measurement and accumulation of
the volume of debris delivered and processed at the reduction and/or disposal site(s). The
ticketing system shall also be used in the event of additional debris handling for volume
reduction and/or the possible requirement for a debris transfer station(s). These tickets
shall be used as the basis of any electronic generated billing and/or report(s). They
should include the following
• Date
• Preprinted Number
• Hauler's name
• Truck number
• Truck capacity in cubic yards
• Load percentage full or as assigned by Pinecrest
• Load amount in billable cubic yards
• Debris classification as burnable, non - burnable, mixed other
• Point of origin for debris collected and time loaded
• Dumpsite location and time dumped
1.2.15 Reports:
BAMACO, Inc. shall submit periodic, written reports to Pinecrest officials as requested
or required, detailing the progress of debris removal and disposal. These reports may
include, but not be limited to:
■ Daily Reports:
The daily reports may detail the location where passes for debris removal
were conducted, the quantity of debris (by type) removed and disposed
and the total number of personnel crews engaged in debris management
operations. BAMACO, Inc. shall also report damages to private property
caused by the debris operation or damage claims made by citizens and
such other information as may be required to completely describe the daily
conduct of BAMACO, Inc.'s operations.
■ Weekly Summaries:
A summary of all information contained in the daily reports as set out in
Daily Report of this Proposal or in a format required by Pinecrest.
■ Report(s) Delivery:
The scheduling, point of delivery and receiving personnel for the debris
operations report(s) shall be directed by Pinecrest in consultation with
BAMACO, Inc.
■ Final Project Closeout:
Upon final inspection and/or closeout of the project by Pinecrest,
',Copyrighr BAMACO. Inc.
58
BAMACO, Inc. shall prepare and submit a detailed description of all
debris management activities to include, but not be limited to the total
volume, by type of debris hauled, reduced and/or disposed, plus the total
cost of the project invoiced to Pinecrest. If requested, any other additional
information as may be necessary to adequately document the conduct of
the debris management operations for Pinecrest and/or Government.
Additional Supporting Documentation:
BAMACO, Inc. shall submit sufficient reports and/or documentation for debris loading,
hauling, disposal, and load capacity measurements as may be required by Pinecrest
and/or Government to support requests for debris project reimbursement from external
funding sources.
1.3.0 Right -of -Entry (ROE) Removal (f implemented by Pinecrest):
BAMACO, Inc. may be requested to remove ROE debris from private property with due
diligence, as directed by Pinecrest. BAMACO, Inc. also agrees to make reasonable
efforts to save from destruction items that the property owners wish to save, (i.e., trees,
small buildings, etc.). BAMACO, Inc. shall exercise caution when working around
public utilities (i.e., gas, water, electric, etc.). Every effort shall be made to mark these
utilities but Pinecrest does not warrant that all will be located before debris removal
begins, nor does BAMACO, Inc. warrant that utility damages will not occur as a result of
properly conducting the proposed services. Pinecrest reserves the right to propose ROE
with outside contractors as deemed necessary.
1.4.0 Demolition of Structures (ifimplemented by Pinecrest):
BAMACO, Inc. shall remove structures designated for removal by and at the direction of
Pinecrest. BAMACO, Inc. agrees to remove in a timely manner, all structures as
determined by Pinecrest as set out in Section 1.1 of this Proposal.
1.5.0 Private Property Waivers:
Pinecrest shall secure all necessary permissions, waivers and Right -of -Entry Agreements
from property owners as prescribed by the Government for the removal of debris and/or
demolition of structures from residential and/or commercial properties, as set out in
Sections 1.3.0 and 1.4.0 above.
1.6.0 Disposal/Temporary Debris Storage Sites
The first part includes site setup /preparation and site closeout/restoration and shall be
compensated on a time and materials basis in accordance with the hourly rates provided
in the Price Proposal Form. Site set -up/ preparation /closeout/restoration includes:
clearing, stripping, hauling, fill placement, constructing/deconstructing processing pads,
lime rock or crushed concrete access roads, and any other similar activity necessary to
make the site usable for its intended purposes and to return the site to its original
condition as directed by Pinecrest.
The second Hart shall consist of managing the operations of a debris storage site(s) and
performing debris reduction by air curtain incineration and or grinding of storm generated
'Copyright BAMACO, Inc.
59
debris as directed by Pinecrest. BAMACO, Inc. shall provide equipment, operators, and
laborers for debris storage site operations as specified by Pinecrest. Unit prices provided
within this proposal shall include all labor and materials necessary to fully operate and
maintain (including fuel, oil, grease, repairs, operator, mobilization, demobilization,
overhead, profit, and insurance and security bonds) all equipment under this proposal. In
addition, materials needed for BAMACO, Int.'s site
setup/preparation/closeout/restoration (including rental or construction of the Inspection
Towers) are to be included in these unit rates. All rates shall include the cost of
protective clothing, fringe benefits, hand tools, supervision, transportation, and any other
associated costs.
1.6.1 Types:
Pinecrest should plan to use temporary debris storage sites as needed. Vegetative debris
storage sites shall be primarily devoted to the reduction of clean woody debris by either
burning or grinding. Mixed debris and Construction & Demolition (C &D) debris storage
sites shall be (segregated when required by proposal) operated as transfer points. Mixed
and C &D debris shall be deposited at these sites (segregated when required by proposal)
and then reloaded for final transport to an authorized landfill. Material coming into the
Vegetative or C &D debris storage site(s) shall be measured and paid for by a unit price
measurement according to the Price Proposal Form. Materials removed and transported
from a C &D debris storage site(s) shall be measured and paid by a unit price
measurement according to rates found within this proposal.
1.6.2 Locations of debris management sites:
Locations of all debris storage sites shall be provided by Pinecrest and/or BAMACO, Inc.
Pinecrest must approve site improvements before work begins and any costs, other than
those found within this proposal.
1.6.3 BAMACO, Inc.'s Debris Site Management Plan:
Once the debris storage site(s) is /are identified by Pinecrest, BAMACO, Inc. shall
prepare and provide a Site Management Plan for review and approval by Pinecrest
officials prior to beginning work.
This plan shall address following functions:
• Access to site
• Site management, to include point -of- contact, organizational chart, etc.
• Site preparation, - clearing, erosion control, and grading
• Traffic control procedures
• Site Safety
• Site Security
• Site Layout/Segregation of debris
• Hazardous waste material plan
• Location of ash disposal area, hazardous material containment area,
BAMACO, Inc. work area, and inspection tower (if required)
• Location of incineration operations, grinding operation (if required).
Note: All incineration and grinding operations shall be in accordance with
P oppyright BAMACO, €nc.
•►
Appendix H, Public Assistance Debris Management guide, FEMA 325
dated April 1999 or latest edition, and with NC Division of Solid Waste
and Air Quality Control.
Location of existing structures or sensitive areas requiring protection
Environmental mitigation plan, including consideration for smoke, dust,
noise, traffic, buffer zones, storm water runoff
All necessary licenses, permits, and fees for the same are the responsibility
of BAMACO, Inc.
BAMACO, Inc. shall provide all utilities, sanitation facilities, as required. BAMACO,
Inc. shall protect existing structures and natural resources at the site(s) and repair any
damage caused by BAMACO, Inc.'s operations at no additional cost to Pinecrest or any
other Governmental Identity.
1.6.4 Inspection Tower:
BAMACO, Inc. shall construct an inspection tower at each debris storage site as
requested by Pinecrest. The tower shall be constructed using pressure treated wood or
metal scaffolding. The floor elevation of the tower shall be 10 -feet above the existing
ground elevation. The floor area shall be a minimum 8' by 8', constructed of 2"x 8"
joists, 16" O.C. with 3/4" plywood supported by a minimum of four 6"x 6" posts. A 4-
foot high wall constructed of 2 "x 4" studs and Ya" plywood shall protect the perimeter of
the floor area. The floor area shall be covered with a roof. The roof shall provide a
minimum of 6-6" of headroom below the support beams: Steps with a handrail shall
provide access to the tower. Tower shall be built in accordance with approved City
building standards and shall be inspected by a local building inspector's office.
1.6.5 Household Hazardous Waste Issues:
BAMACO, Inc. shall be required to construct a containment area at each debris storage
site. This containment area shall be a dumpster that is properly lined to hold the
hazardous materials or in 55 gallon drums.
Any material found that is classified as HHW shall be reported immediately to Pinecrest
official. This material shall be segregated from the remaining debris using a method that
will allow the remaining non -HHW debris to be processed. All HHW debris shall be
moved and placed in the designated HHW containment area.
1.6.6 BAMACO, Inc. HHW Spills:
BAMACO, Inc. shall be responsible for reporting to Pinecrest and cleaning up all HHW
spills caused by BAMACO, Inc.'s operation at no additional cost to Pinecrest or any
other governmental identity. Immediate containment action shall be taken as necessary
to minimize effect of any spill or leak. Cleanup shall be in accordance with applicable
federal, state, and local laws and regulations.
Spills other than the site shall be reported to Pinecrest Emergency Management
Coordinator immediately following discovery. A written follow -up shall be submitted to
,(..)Copyright BAMACO. Inc.
61
Pinecrest coordinator not later than seven (7) days after the initial report. The written
report shall be in narrative form and at a minimum, shall include the following:
• Description of the material spilled (including identity, quantity, manifest number,
etc.)
• Determination as to whether or not the amount spilled is EPA/state reportable,
and when and to whom it was reported
• Exact time and location and spill, including description of the area involved
• Receiving stream or waters
• Cause of incident and equipment and personnel involved
• Injuries or property damage
• Duration of discharge
• Containment procedures initiated
• Summary of all communication BAMACO, Inc. has had with press, agencies, or
government officials other than Pinecrest official
• Description of cleanup procedures employed or to be employed at the site,
including disposal location of spill residue.
1.6.7 Operations Requirements:
BAMACO, Inc. shall supervise and direct the work, using skilled labor and proper
equipment for all tasks. Safety of BAMACO, Inc.'s personnel and equipment is the
responsibility of BAMACO, Inc. to include maintaining all OSHA safety records and:; ;
inspections as may be required for this type of service. Additionally, BAMACO, Inc:'
shall pay for all materials, personnel, taxes, and fees necessary to perform under the
terms of this proposal.
BAMACO, Inc. shall be responsible for control of pedestrian and vehicular traffic in the
work area.
BAMACO, Inc. shall be responsible for installing site security measures and maintaining
security for the operation at the site.
BAMACO, Inc. shall be responsible for fire protection and shall manage the site to
minimize the risk of fire.
1.6.8 BAMACO, Inc. Temporary Debris Storage Site Foreman:
The debris storage site foreman and/or night foreman is responsible for management of
all operations of the site to include, traffic control, dumping operations, segregation of
debris, burning, grinding, and safety. All night operations must be approved by
Pinecrest.
1.6.9 Debris Storage Site Monitoring:
BAMACO, Inc. and Pinecrest's Monitor shall inspect each load to verify the contents are
in accordance with the accepted definition of eligible debris as stated in the contract. If
any load is determined to contain material that does not conform to the definition of
eligible debris, the load shall be ordered to be deposited at another landfill or receiving
facility and no payment will be allowed for that load and BAMACO, Inc. will not invoice
C)Copyright BAMACO.. htc.
62
Pinecrest for such loads. BAMACO, Inc. and Pinecrest's Monitor shall inspect each load
to.verify the volume of eligible debris that has been hauled to the staging site. Pinecrest's
Monitor will note on the load ticket the verified debris capacity hauled to the staging site.
Pinecrest's Monitor signature is required on all valid load rickets. If BAMACO, Inc. is
continually not in agreement with Pinecrest's Monitor regarding inspections, BAMACO,
Inc. should contact Pinecrest's project manager and/or its designated agent. All
unloading of debris should stop until an agreement can be reached.
1.6.10 Inspection and Testing of Debris Site Operations:
All Debris Storage Site operations shall be subject to inspections by Pinecrest officials or
any public authority in accordance with generally accepted standards to ensure
compliance with the Proposal and applicable federal, state and local laws. Pinecrest
officials shall, at all times, have access to all work areas. In addition, authorized
representatives and agents of the Government shall be permitted to inspect all work,
materials, invoices and other relevant records and documentation.
1.6.11 Reporting:
BAMACO, Inc. shall submit a report to Pinecrest. Each report shall contain, at a
minimum, the following information:
BAMACO, Inc.
Contract #
Daily and cumulative hours for each piece of equipment (when operations are by the
hour)
Daily and cumulative hours for personnel, by position, (when operations are by the hour)
Daily and cumulative totals of debris processed, to include method(s) of processing and
disposal location(s)
Any problems encountered or anticipated.
2.0 PERFORMANCE OF SERVICES
2.1 Description of Service:
BAMACO, Inc. agrees to perform the proposed services in a professional and
workmanlike manner and in compliance with all applicable laws, ordinances, rules,
regulations and permits. Only the highest quality workmanship will be acceptable.
Services, equipment and workmanship not conforming to the Proposal documents or
meeting the approval of Pinecrest may be rejected. Replacements and/or rework, as
required, shall be accomplished at no additional cost to Pinecrest.
2.2 Cost of Services:
BAMACO, Inc. shall bear the costs of performing all proposed services hereunder, as
directed by Pinecrest, including but not limited to, that which is set out in Section 1.0,
plus applicable license fees and all maintenance costs required to maintain its vehicles
and other equipment in a condition and manner adequate to accomplish and sustain all
proposed services as set out in this Proposal.
CCopyright BAMACO, Inc.
63
2.3 Matters Related to Performance:
2.3.1 Subcontractors:
BAMACO, Inc. may utilize the service of subcontractors and shall be responsible for the
acts or omissions of its subcontractors to the same extent BAMACO, Inc. is responsible
for the acts and omissions of its employees. BAMACO, Inc. shall submit a subcontractor
plan including a clear description of the percentage of the work BAMACO, Inc. may
subcontract out. BAMACO, Inc. shall ensure that all its subcontracts have and carry the
same major provisions of this Proposal and that the work of their subcontractors is
subject to said provisions. Nothing contained in this Proposal shall create any
subcontractor relationship between any sub, BAMACO, Inc. and Pinecrest. BAMACO,
Inc. shall supply the names and addresses of subcontractors for approval and materials
suppliers when requested to do so by Pinecrest. Notwithstanding, BAMACO, Inc. will
be expected to use fully qualified and properly equipped local firms, including
Minority /Women Business Enterprises, to maximum extent practicable.
2.3.2 Indemnification:
BAMACO, Inc. agrees to indemnify, hold harmless and defend Pinecrest from and
against any and all liabilities, suits, actions, legal proceedings, claims demands, damages,
costs and expenses (including attorney's fees) rising out of any act or omission of ,
BAMACO, Inc., its agents, subcontractors or employees in the performance of this
Proposal.
2.3.3 Insurance(s):
BAMACO, Inc. agrees to keep the following Insurance in full force and effective during
the term of this Proposal. BAMACO, Inc. must also name Pinecrest, as additional
insured, while working within the boundaries of that Pinecrest.
2.3.4 Worker's Compensation:
This coverage is required if BAMACO, Inc. employs individuals on either a full or part-
time basis to perform the proposed services.
Coverage A Statutory State Requirements
Coverage B $1,000,000
2.3.5 Automobile Liability:
Bodily Injury $1,000,000 each person $1,000,000 each accident
Property Damage $1,000,000 each accident
2.3.6 Comprehensive General Liability:
Bodily Injury $1,000,000 each person $2,000,000 aggregate
Property Damage $1,000,000 each accident $2,000,000 aggregate
t (-Copyright BAMACO. Inc.
.,
2.3.7 Insurance Cancellation I Renewal:
BAMACO, Inc. shall notify Pinecrest at least thirty (30) days in advance of cancellation,
non- renewal or adverse change to the required insurance. New certificates of insurance
are to be provided to Pinecrest at least ten (10) days following coverage renewals or
changes.
3.0 STANDARDS OF PERFORMANCE
3.1 BAMACO, Inc. Representative:
BAMACO, Inc. shall have a knowledgeable and responsible Representative report to
Pinecrest's designated Proposal Representative following the execution of this Proposal.
BAMACO, Inc. Representative shall have the authority to implement all actions required
to begin the performance of proposed services as set out in this proposal.
3.2 Mobilization:
When the written Notice to Proceed has been received by BAMACO, Inc. and/or the on-
site BAMACO, Inc. Representative, he /she shall make all necessary arrangements to
mobilize forces within 24 hours to commence and conduct these proposed services.
3.3 Time to Complete:
BAMACO, Inc. shall complete all directed work as set out in Section 1.0 of this
Proposal. A completion date shall be determined once the.extent of damage has been
determined and a time frame will be put in place to be followed.
3.4 Completion of Work:
BAMACO, Inc. shall be responsible for removal of all debris up to the point where
remaining debris can only be described as storm litter and additional collection can only
be accomplished by the use of hand labor.
3.5 Extensions:
In as much as this is a "time is of the essence" based Proposal; the commencement of
proposed services shall be as set out in Section 3.2. This Proposal may be extended by
mutual consent of both Pinecrest and BAMACO, Inc. for reasons of additional time,
additional services and/or additional areas of work.
3.6 Term of Proposal:
The term of the Proposal shall be for time allocated within this proposal.
3.7 Proposal Termination:
This Agreement may be terminated by BAMACO, Inc. upon thirty (30) days prior
written notice to Pinecrest in the event of substantial failure by Pinecrest to perform in
accordance with the terms of the Agreement through no fault of BAMACO, Inc.
BAMACO, Inc. may also be terminated by Pinecrest for breach of contract, but not
before BAMACO, Inc. is given written notice at the location described w'' Cop >•rlght BAMACO. Inc.
6'E
proposal and given twenty (20) days to cure that deficiency. Should BAMACO, Inc. be
terminated, BAMACO, Inc. shall be paid for services rendered to Pinecrest through the
date of termination. After receipt of a Termination Notice and except as otherwise
directed by Pinecrest, BAMACO, Inc. shall:
a) Stop work on the date and to the extent specified
b) Terminate and settle all orders and subcontracts relating to the performance of the
terminated work
c) Transfer all work in process, completed work, and other material related to the
terminated work to Pinecrest
d) Continue and complete all parts of the work that have not been terminated.
4.0 GENERAL RESPONSIBILITIES
4.1 Other Agreements:
Pinecrest may be required to enter into agreements with Federal and/or State agencies for
disaster relief.
4.2 Owners Obligations:
Pinecrest shall furnish all information and documents necessary for the commencement
of proposed services, to include a valid written "Notice to Proceed ". A representative
shall be designated by Pinecrest to be the primary point of contact for inspecting the work
and answering any on site questions prior to and after activation of this Proposal via a" °
written "Notice to Proceed ". Communities are responsible for issuing all Public Service
Announcements (PSA) to advise citizens and agencies of the availableAchris services..
BAMACO, Inc. may assist Pinecrest with the development of debris -based PSA(s), if
requested.
4.3 Conduct of Work:
BAMACO, Inc. shall be responsible for planning and conducting all operations in a
satisfactory workmanship manner. BAMACO, Inc. shall exhibit respect for the citizens
and their individual private properties. All operations shall be conducted under the
review of Pinecrest. BAMACO, Inc. shall have and require strict compliance with a
written Code of Ethics.
4.4 Supervision:
BAMACO, Inc, will supervise and/or direct all proposed services. BAMACO, Inc. is
solely responsible for the means, methods, techniques, safety program and procedures.
BAMACO, Inc. will employ and maintain on the work site a qualified supervisor who
shall have full authority to act on behalf of BAMACO, Inc. and all communications given
to the supervisor by your city /county's Authorized Representative shall be as binding as
if given to BAMACO, Inc.
4.5 Damages:
BAMACO, Inc. shall be responsible for conducting operations in such a manner as to
cause the minimum damage possible to existing public, private and comn (()copyright BAMACO. Inc.
66
and/or infrastructure. BAMACO, Inc. shall also be responsible for any damages due to
the negligence of its employees and subcontractors.
4.6 Other Contractors:
BAMACO, Inc. shall acknowledge the presence of other contractors involved in disaster
response and recovery activities by the federal, state and local government and of any
private utility, and shall not interfere with their work.
4.7 Ownership of Debris:
All debris, including regulated hazardous waste, shall become the property of BAMACO,
Inc. for removal and lawful disposal. The debris shall consist of, but not be limited to,
vegetative, construction and demolition, white goods and household solid waste.
Disposal plans of this debris must still be given to Pinecrest and all debris must be
dispose of in accordance with all Federal and State laws.
5.0 GENERAL TERMS AND CONDITIONS
BAMACO, Inc. shall, to every extent possible, give priority to utilizing resources within
Pinecrest. Debris Proposal local preferences will include, but not limited to, procurement
of services, supplies and equipment, plus awarding subcontracts and employment to the
local work force.
5.1 Other Agencies:
The term "Government" as used in this Proposal refers to those governmental agencies,
which may have a regulatory or funding interest in this Proposal.
5.2 Price for Emergency Push I Road Clearance:
BAMACO, Inc. shall invoice Pinecrest and be paid for this proposed service in
accordance with the rates as set out within this proposal.
5.3 Unit Price for Debris:
The unit price per cubic yard includes all costs for mobilization, loading, transportation,
storage, reduction, disposal, overall project management and de- mobilization (plus ROE
site work, if applicable) as directed by Pinecrest in accordance with the rates within this
rp oposal.
5.4 Billing Cycle:
BAMACO, Inc. shall invoice Pinecrest on a 30 day basis (plus or minus) reflecting the
close of business on the last working day of the billing period (weekly or monthly).
Serialized debris reporting tickets and disposal site verification of the actual cubic
yardage for each load of debris or itemized stumps will support all invoices.
5.5 Payment Responsibility:
Pinecrest agrees to accept BAMACO, Inc.'s invoice(s) and supporting documentation as
set out in this Proposal and process said invoices for payment within 10 t 0)Copyright BAMACO. Inc.
Pinecrest shall advise BAMACO, Inc. within five (S) working days of rei
67
debris service invoice that requires additional information for approval to process for
payment.
5.6 Tipping Fees:
All Tipping Fees paid by BAMACO, Inc. shall be reimbursed at cost to BAMACO, Inc.
by Pinecrest upon submittal of receipts in the billing period as stated as set out within this
proposal unless other terms are outlined within the proposal.
5.7 Ineligible Work:
BAMACO, Inc. shall not be paid for the removal, transportation, storage, reduction
and/or disposal of any material or stumps as may be determined by Pinecrest as ineligible
debris.
5.8 Price /Service Negotiations:
Unknown and/or unforeseen events or conditions may require an adjustment to the stated
prices of this Proposal. Any amendments, extensions or changes to the scope of proposed
services or prices are subject to full negotiation(s) between Pinecrest and BAMACO, Inc.
Any amendments, extensions or changes to the scope of this proposal agreed upon shall,
be put in writing, signed by both parties and dated before it becomes effective.
5.9 Specialized Services:
BAMACO, Inc. may invoice Pinecrest for costs incurred to mobilize and demobilize
specialized equipment required to perform services in addition to those specified within
this proposal. Additional specialized services will only be performed if/when directed by
Pinecrest. The rate for specialized mobilization and demobilization shall be fair and
reasonable as determined by Pinecrest.
5.10 Confidentiality:
No reports, information, computer programs, documentation, and/or data given to, or
prepared or assembled by BAMACO, Inc. under this Agreement shall be made available
to any individual or organization by BAMACO, Inc. without prior written approval of
Pinecrest.
6.0 MISCELLANEOUS
6.1 Notice:
Whenever in this proposal it is necessary to give notice or demand by either party to the
other, such notice or demand shall be given in writing and forwarded by certified or
registered mail
BAMACO, Inc.
6869 West HWY 100
Bunnell, FL 32110
`SCopyrighr BAMACO, Inc.
6.2 Applicable Law:
The laws of the State of Florida shall govern this proposal.
6.3 Entire Proposal:
This proposal (including any schedules or exhibits attached hereto) constitutes the entire
proposal and understanding between the parties with respect to the matters contained
herein. This proposal supersedes any prior proposals and /or understandings relating to
the subject matter hereof. This proposal may be modified, amended or extended by a
written instrument executed by both parties.
6.4 Waiver:
In the event one of the parties waives a default by the other, such a waiver shall not be
construed or deemed to be a continuing waiver of any subsequent breach or default of the
other provisions of this proposal, by either party.
6.5 Severability:
If any provision of our proposal is deemed or becomes invalid, illegal or unenforceable
under the applicable laws or regulations of any jurisdiction, such provision will be
deemed amended to the extent necessary to conform to applicable laws or regulations. If
it cannot be so amended without materially altering the intention of the parties, it shall be
stricken and the remainder of this proposal will remain in full force and effect.
V)CbpyriC!hi BAM AM Inc.
69
■rrr�rrrrr ■�wnr.
1111 Or fM.AY VhRINA
EVO
^ "• ••,•. ••:IU wt M tMM W
Tn \VMmI ltMry [brcaal',
Mr4o Mitdall,Iww Jning En<inw av WWI Inc PxfomlN xndonluwnl rmjttu AF t
TwnofinRClt)', 4wA['arollm.IMM Wt 141V +while I wuth<Tnwn Manvpm. Hi<M Pmj[at
nvolraltadlaii :y.xin!n &a'IddiYdWlinysantl deMia Ronl NUmtune Flepl. Nlkc WahtllPmvilLtl
� kel�vM lAtxNtl wwdinBlnaM rommct i'111n,prvjxl byWnBhu NOirtlttnt In MtiLl aml alu!pe
n[nn.4iJ Jmw Wtw,'n rctlnt IM Tawin <fSUfCeY n'+, b0 wi�naRerMikeeMimiHl tomrinN tl m thr
Pr<i:wt
tiinlnlla!'rolxlywirA Ilrc iW JvLnapnl<[t..\44t Mllclwil war the Inw,n,P:,miVl<• b'Wdttf<ra
ptUat lotolktl, t<wpnn,aM JrAp'uof Nom: JCluiv frvm lAe Tm„n of larfl'itY a:iv+a. H,ncompanr
peiformNl M,kplde ire<nMitiml Wmwhrtl hY4vnN[Tnxn. TUelw!dinaf oftlwngnte`<6
p) i (arm
Nll uonul prolxt f hl hlh' akal 'M1M411' Ldl' <h Jt tiv rtmnWn t'n le(
santl lM dvY(FI AIm. MaM d'➢aaal fJ yNA wMrdl nfllnmPm.krvn in
�UM. Mik<MNCMIi waa Uwm- »IeeuMrviW of hs<rrvlxts, YN wnlr.afarnl4 mclwMJ nt rmnin6
[ nlpinyttnaup. +'vivnBaVhconRxlnrt.n'mW.kvginC. x.nkintl^'iNl Tn»n inpal<n mW'rmm�
ma:uganrntandrtxk,n ¢ ac dupnxal efJfirin lmn'tnf »With mnuinM FaanNnnan,nruirix)
mmtm'n<nrnN'w,vemerctaanvnin »'iN nrk[Mlmlun.I Nrt rntnunNVl.uoatiwnAw
dtUM+rith<NntinW rirtumaul!tensvmuntlinNapn9nl. 1 alwan rn<ml Mike Ni¢hdl mM
t �wm`. (nia wW Pmf, uw'I mXif huumx<xllonn MY hlyhnlrynito tir Afikt NircMllinMl Wu
mhiawmd. Ilnvtr JnuM<tl aNl Mikt wnuhl nna Perfnr:nuneplaulxal Ymfl is aJlRiedt
dm:mllu Vlnld Mtwcn ePt nlulowncrunllotonl[xtw. Tlrcowntrle lrYing n`nonrmiaxllv`aen
,aala�mJam�nxtmaimanr rcBmL. nktmmr+nxblry;nxt• +maat:meewnrl n „m!nlmfnegntalm
t,pem«In nlNngapni<m lxn<.<INI M1FeuMCrslmdflhv,NP1`YOxnm mhamixaw the [io
nfmr +a.tlw xdnnmr,nongay:mN rtlt<Ylnr nlnNt n«xnr..•[ nwn. fo:.
NotN nn lnYnmkinBta' tt, T<[ whn nnk[Miunal.iw!nda nm hva!I:Jtu, hp"'.m[nmrunrto
Mr( nwa,kfnrlL<TU»mfl'u4uaY'Vaunaoe anY mMV iudWlOion ttmtiwoold he <mpWY*tbr, 1
xhalvncvaNb'xt <mrn<ml Mika MimMllmnnYhminna'wm'm lFalmold conxidcr Linnel'mmrhia
ttmpanY Ifltan rnwiJ <:uXlitiunal l!!lnm,alim,rlvavt Jn!uH Mnilal<mtnntl[I mt.
51!I[mel5'.
iro l+
1ndv 11aLr[k
CUTTING EDGE ENTERPRISES, LLC
1210111«Ieaux Rd.
Gulrinry Mimlvippi »wa
rmxr:malalds, ro<nrv2�- ay.laa
N..: xte.glnrow
ikhtuary 1.2007
Letter of Nemmmenfletion
R<: RoAm iMik<)MiICANI. Bvn.<oJnc.
1 am xxitlrlg NU to givemy gmon<I aM profeuimN m`ommeMalion for
Mmo<o, inc. Thvy' dxwzgn the work dmc [<gaWlasnfamMidnne Badp
I'md, I Fave mode a la of mmq'tlue 11INC Mmmgmermgem<nl1<am m Mmam.
lixyhma pMny of inagxiq'mtl uWill Thal amw irupiq' imoall pf their
submntrminn. mn'nta' <ow.dtw npmsl marnn aonap, mpnm maher<
ah,a7x pnid m timo Dory Wlc. Not and >'har<drry' p+id U,ton lime. M1m IAaY hnva
knt ua YUnds whm wn <•rconlrxnuadidnpl w>'.
!f emeca al»np aawf s u e Imm. 'Ihu is wMl Is IwdN to mo4<anY job
u'evfpl. I uaWd Ifkelommmma Mike MircMii.m Pfaidml. Ae is olxnyz
rhtte ohm he in nmaed, Axtnmmmmpxlfl unticmmdjoa h <,vdiiTiculunis
nn M el times.
1 an pmddtY any Invl [xn a pan ofdre A. I.n, and++nutd.,w m
ars,' of Bmm<o z uMS. I woNid piso like m Innak Rmnam fm aI M,ri ng m<m b <a
pen ofdrcirtmmin GRlfpw4 Miuiaippi. Cwtinp l!dg<i!nl<rpis<x hLC wy
ma'lolirc diwttr»'wl: and lheydidlwl m4eadanbgepfrhvr 1411. 1Myslmretl
Ih<il knw„ledg<lo mnke m<4 itnmgdifxtertornpmy.
Sine <mly.
1S'iiliml Wka{: .M v
Curling fAgtitmtrptius.l.tC
70
Vii;
+xeh tat:n r4'+.!nt ma! 11<,.mrmoW n,lnn'a hN'.
Nvrtxul!n`wn� nut iron <o!w JeMin rt!mnel taNnn,a'n<fne XUnlav!,rt<1!uni••. i'nnv.,,nml hvrvv in `rx,a l:n
nrMUamnll ioriJx <MaMnun
Na nualn' m4k'r`mh LaJlN w'dylk[null'mvdr %unin:NMi . nmm. 1: xv lhry'IINt e:J
p +...,r ImJ I h, nF eJ'ry X ryn p
M1Ik.Y r: 1 11 11. 1 I4'Nl. r I '
nyv lJ Me "I ry ,x<I::W'nvM'a el) vW I J r X n:\ - 4 41, I rfiuN,nX
M:Im+vl n[4 r <Mi[Wnpmn[nt ♦ Ina ryully owl m':
4vnM+•In nuW M'x rn va•)Jab:hnn!o+vlt(! ,vvllwnlwM ^� ^F'lar r >r ,aaAnhl�annl
vndnr
Its
4n
rnmm rx,i�r
k4!nJn o +rvnm+ln:d mmx..mmn[.
Mm.nnlnh,.::m!
maumtY
SU!:BU4515ANRA90N w I„ pe
b. w.wv- n[4a...an
,rcxJ:n:L,el+N UU tvp.Ikw,+.aewnanatvvepw :.l..N..nnw.<.nn
P�ImlkrFl w•q(14.m Y..,: na! N+ vLc.:: x,”: Nwlu. ctwwa ,tm`u ^u.i)1n4.vr,w..eaa.i,n
YtlnlAwLt.w!),va
!n(x ^),tike Ma.uw.rM1 W, 1M,! v1w1nL: YM +1:rlhMl4n'nt'uw)e,n,vrN.N,lw
.. x` �Ix.. a,.., rv:<,:•.: xr:• w... x..' .w.,aw.NUt.,wa,.ao.kd:.,a.:.••n ra
.x m.w,mr!va m ryp n, "I'„n�"npkmvw bWnMmvnw.,+
wY, �. �!,.. �:'r a: r�Rx<::.:.; n .,.< +:Mairw:lr.:....o.mx»�.�i "d ENO Nnw:=.+.•sM ln:!....
.uN •+. nuce, M .a:A'N'..Ina,.,,.Ym.xxn.t'vrxtl nlJrta.:an,ll!Iw•m,.,v, ap.•am!, q:NielM
IMµxNvl: I. I:xnu,nn,,.w .n,N •,wN*m!.�N.n. +M'I,.:.n,a
�NII. r:o-., u:)n,.:v�•irn."�:!maaa`n: w..• wu ;:l,.lr.!,x..a....a....n„,t..,m
nunve' dYwt,+, .rvatAVru•IVIr'^INF,W.:)vw.nAb:. ve+✓Lnp „MU:ae!„xe. v.unl,.nnwNti
awq,. wl',MrrviwN.+.x!MtiNw!�•.aw+ \ Iola• ncn. rmWUUlcvmw .n.n..n +w:exlyrmlkM:'.wy
w %rw••erawr la,...:b,..i.[::.nw . a.w ^m.Nxr!r,,.pr' +n)
,vmruN!x,h W!IL,nn,rc.4nMY•wwn,m +wW mwv.•
m ,M'n,.,:M(:n,:t W I4,a nx,. W!nn,Aw +•:n W4 VnMi rw +•a••'V
tx,nu w,»m XIPU1 )ap.,gM'. \N\wywv)IkMnYwtvmmt
Flol1Qo Doparinleal of Trolx<porlaltoa
m +I,pn +i4,, a
+L� Y,4NY
In nhnn•:. nw,•m 1-
+xeh tat:n r4'+.!nt ma! 11<,.mrmoW n,lnn'a hN'.
Nvrtxul!n`wn� nut iron <o!w JeMin rt!mnel taNnn,a'n<fne XUnlav!,rt<1!uni••. i'nnv.,,nml hvrvv in `rx,a l:n
nrMUamnll ioriJx <MaMnun
Na nualn' m4k'r`mh LaJlN w'dylk[null'mvdr %unin:NMi . nmm. 1: xv lhry'IINt e:J
p +...,r ImJ I h, nF eJ'ry X ryn p
M1Ik.Y r: 1 11 11. 1 I4'Nl. r I '
nyv lJ Me "I ry ,x<I::W'nvM'a el) vW I J r X n:\ - 4 41, I rfiuN,nX
M:Im+vl n[4 r <Mi[Wnpmn[nt ♦ Ina ryully owl m':
4vnM+•In nuW M'x rn va•)Jab:hnn!o+vlt(! ,vvllwnlwM ^� ^F'lar r >r ,aaAnhl�annl
vndnr
Its
4n
rnmm rx,i�r
k4!nJn o +rvnm+ln:d mmx..mmn[.
Mm.nnlnh,.::m!
maumtY
SU!:BU4515ANRA90N w I„ pe
b. w.wv- n[4a...an
,rcxJ:n:L,el+N UU tvp.Ikw,+.aewnanatvvepw :.l..N..nnw.<.nn
P�ImlkrFl w•q(14.m Y..,: na! N+ vLc.:: x,”: Nwlu. ctwwa ,tm`u ^u.i)1n4.vr,w..eaa.i,n
YtlnlAwLt.w!),va
!n(x ^),tike Ma.uw.rM1 W, 1M,! v1w1nL: YM +1:rlhMl4n'nt'uw)e,n,vrN.N,lw
.. x` �Ix.. a,.., rv:<,:•.: xr:• w... x..' .w.,aw.NUt.,wa,.ao.kd:.,a.:.••n ra
.x m.w,mr!va m ryp n, "I'„n�"npkmvw bWnMmvnw.,+
wY, �. �!,.. �:'r a: r�Rx<::.:.; n .,.< +:Mairw:lr.:....o.mx»�.�i "d ENO Nnw:=.+.•sM ln:!....
.uN •+. nuce, M .a:A'N'..Ina,.,,.Ym.xxn.t'vrxtl nlJrta.:an,ll!Iw•m,.,v, ap.•am!, q:NielM
IMµxNvl: I. I:xnu,nn,,.w .n,N •,wN*m!.�N.n. +M'I,.:.n,a
�NII. r:o-., u:)n,.:v�•irn."�:!maaa`n: w..• wu ;:l,.lr.!,x..a....a....n„,t..,m
nunve' dYwt,+, .rvatAVru•IVIr'^INF,W.:)vw.nAb:. ve+✓Lnp „MU:ae!„xe. v.unl,.nnwNti
awq,. wl',MrrviwN.+.x!MtiNw!�•.aw+ \ Iola• ncn. rmWUUlcvmw .n.n..n +w:exlyrmlkM:'.wy
w %rw••erawr la,...:b,..i.[::.nw . a.w ^m.Nxr!r,,.pr' +n)
,vmruN!x,h W!IL,nn,rc.4nMY•wwn,m +wW mwv.•
m ,M'n,.,:M(:n,:t W I4,a nx,. W!nn,Aw +•:n W4 VnMi rw +•a••'V
tx,nu w,»m XIPU1 )ap.,gM'. \N\wywv)IkMnYwtvmmt
W Y�IYMI W.�....UIIIIp1YYw�l
CITY ,f <;t LM1,01t i'
In:nuuY 'n E(rY..
i M1 IIu
f paa 'F ¢mI14.AMfO Nn rlau ar[mr vvl LIW4hevaM'nn
A �w ( f..'au {(MI {pen lvn.wnvWb«.nmm[tAlny
Ar: e14/
,.b;w�.... City of Charleston w>
saen GlaPk
Cilprrs9 Gorderls
Nly R0, 39A0
io Xmm� iC XsY Cancan:
erpreeo wwene x.. ne.rty a.acioy.a by xnec.. xoao.
Mi mo. 1W 13 Ooo Me.1Ve O3ClRwv :`ease a..1- 11e3.1 e
CM etoam.
w ::amttxa.a rixn xlk. xlecben e:w cma.re [.i eebils
m then elgn[y ac[av o a v antl ra
Fev highly 'plaeeva r3[M1 Xt. NSeeM)i'e xo[k.0 Xa a Lotetl
0 1W valn eMW o! acryetluler rea a wely lnrwvltive in
eel:ntgertn n nlnfnite amegsa[o a va
gecaenv ena rent (vi YO tM CMBCp o Ago
that Xee cypne. Wrlmenh mma b Iola . c Con: — to ua i
gte[y. Mi Nn act xlcn Nr. Y.ICGVII r [he
x Ieiuev
aebi W wntcna axoyaa An tM veko et xreelunv qo nna
y[Xltenelt IunOlee ell aepette et tl:o conera<[ vtiht
06ve3olullem. n .aalt]om m Nsa eontewe ana fn many
vbatVeanlo[vebObv 4 ha we ataca'tleSeCent lyAtmualabis.
roultl Mg01Y rei'i®Cntl glfe MltcM1al) ene ghp ., Lo[ xnY
Lypo e[ tleb[ly reecval vt Msv^ egefpxnC w t. 3( yov
na.a epecieSC rt¢uaetlme co feq Xr. NlKnett'e ro[4
neon. pinovn C el fire co coneve ns eny[IV:e. fU0) -vf)-
oxv
sbcoioly.
cXNerme xowama, ne:vAa
evp•.ee wra.ne
bto cxrm c.m>i.Nm+lew+.cbl:e.xnbf rang SUCS1s
71
(=OFMONWF
y Mltw
M: Mt1a0 MgpaFnMLH9p
Fran:I H~L F.Er 64orowtq tbnbw*ivg r
Thb IMM1l WiwiwbtWk /NMOMCt1I'[IatMtl11L0Hb11 NMIa
YxpMY vwn MroL W p0 Mn 1M 4141 w Jeff 1w b pMaw awAL
wnlet'LI Md bPwLt wrvAnL n1 W tl ro ALgan LMw wlmAp Ltoln
ena. MFtlIMLYe�1�wp1wA�LLYrl6ylbflaLy FThatlgM1 lMW wI1LH
lwaywMLI1ML11bMIAbmortlYfW YlLfeeM MMFwt MM
a0°IH1. e° �dxu .n.�nae�..wOlen:.mt1..1e°..a�u tr�enr
b w11i/ 4MMM.0IRLM�W aelclHM�w YMy YOw.
1 MwtpunH4ML bM0MFb1CW,terJab HLWbin yN.kHNO tlu
roaleptM 4lb W YavoL.RYau Y arYVxNLtALIw
Lpap� my�.11uyppptMb OAKbJH wF811ApMw wocaMUtlw�t
ErghaLHlp lLeritY &I W IMta
CHy of Mhltlwr
fen
n
� II[NIrvmM
Wryr:wM'r
I
yN� n^
S: (kvLq $h.'�ImmW IX M �a LLMN:e x
aa�w Item
Uylr�`�:M�ilux rkUUnlln a rM'pu+N an
Y r: SQyal Mve:ve
m yywrr9:.M pgpr N YMV Rv:uae vl Nx:
CR9YDa� �
C v MaN.'v u uVxC.v tln nxMVm r:' W4M rxm Xe gxrol.
XM
Y: Maaeav IlNnma W.bkvnnf v+mr a+Y4e nrw.nv hrm
FT
I IMOnn•.:'X.eKF h>am�a^i "nbYXxxer4�M: aawvpwwn yr
�r+wnMMn
•tdvn
N
rm xWa'o
t,Mnt
pn[Yn yA vxtla0.
u
Mrr
n:[
�
{ � aI1NtJ
1 N.tl
M1UeI IxMaIM
vabn>vaNe
Iwo
x. Nxp na. � ns
I
ao•nen•.mr.
(x�'�.p'M�U'..?,y�n » „e.. r: X:, r. +rn.
......rm,•..
e
1
71
(=OFMONWF
y Mltw
M: Mt1a0 MgpaFnMLH9p
Fran:I H~L F.Er 64orowtq tbnbw*ivg r
Thb IMM1l WiwiwbtWk /NMOMCt1I'[IatMtl11L0Hb11 NMIa
YxpMY vwn MroL W p0 Mn 1M 4141 w Jeff 1w b pMaw awAL
wnlet'LI Md bPwLt wrvAnL n1 W tl ro ALgan LMw wlmAp Ltoln
ena. MFtlIMLYe�1�wp1wA�LLYrl6ylbflaLy FThatlgM1 lMW wI1LH
lwaywMLI1ML11bMIAbmortlYfW YlLfeeM MMFwt MM
a0°IH1. e° �dxu .n.�nae�..wOlen:.mt1..1e°..a�u tr�enr
b w11i/ 4MMM.0IRLM�W aelclHM�w YMy YOw.
1 MwtpunH4ML bM0MFb1CW,terJab HLWbin yN.kHNO tlu
roaleptM 4lb W YavoL.RYau Y arYVxNLtALIw
Lpap� my�.11uyppptMb OAKbJH wF811ApMw wocaMUtlw�t
ErghaLHlp lLeritY &I W IMta
6 of
GADty SDEN
r[uW a.3m�
=.H. lWprvv'IwI k.I '
Ray.13:
.roaM.Nw,<wnm
n+uwm Nn MUe Maelpll
wiM „�weIMW P�Ja'Ie. a�NNaem�mYn w�' MNPn�l139 1'au.wupl,uJ
:<nln.+lmhaf P, w, wt. rm .•,Mew.wNmlW/kmM.w�n/wavmr.q+��
r�ntm-..•''
R=.mc.cam«
City of Champions
72
a
CITY OF ATMORE
gi
P.O.gRRWEPIWi
AyMYr[.NAYYM[a _„n
!��
P<brvmY9.DWh rwv..m
TO VNONII'NAY WHCE.01:
��
The DUrWeoMmUlaarUbeapaea rp appsmxsra,m
•�,,;,;p
B/,MACO Me. WYG NDa NI[<t9 m NaeWmtand CBO, forme
arepmt lar mey dN wlm atam deNU smaai b me fJty a
AtmM. The Clbq(AtmMe uthttma o nemmmva oa[enn[ W
anmo®e m n [ewl< of xwrim[e I.m. Dbbilpa dM aewn+
w."e,aa°ra
Wime mntMOr M mlxfe r®ovm, ➢enufclen whh
'
&VdACO WC.
Ns. JM' lualn oM Db veve hive LtWttg aM
D<gNeebmE, W htt
eel[ 6 storm deMb [mgrs Nem e�y. ep11y.
MNAM Im. Fm a1m Fem aml empaanD< mE pmRealooJ
mmpmy U mardenllogaMm ograpmeaa.
I w<tmme me mmrnNp w wh BAN11W
W. tW
Ina eW Ne NIMfieD M me NWrz. 3!f mn pmtde idd(t(wut
mformeum.Iddae WJ has momaeeme a Ds3 sdanAh.
tv,
�Sm
Ngvm Hoemd SFell
72
a
�eGd� '�,levv✓ to�z
.�
M. �
7'
n „�R��Ma
oY3�,al
•�,,;,;p
w,Ir v.IDRD P a. �.,G„, eseoz
w."e,aa°ra
To M.I, Mty COa<m
I Mve tdlktlm CorymMion Comlel(w Ole Clx OICFMdIaI for dle ryn
nvmsrdum nud.
M upambef. lm ft City Namwwnxssvn<t by husrictm HUgo mthinD
mevlawdimry dmmBn Y6NeItY aaryntan in lbe Ciry wy bied ;edwhFdebel[
end dwasmds of buildings \me dmagetl.
W Mn F EM M1 nm•ad mM1 ors begpn IM posse et ale<f <e hbdt •emmai
<ongan<as. Mik<Mil<he11 wmgeeefHavmaaNl Mtltlen.
W. Wlthail hod ban M ma bwc afdabns amoral aflermwaaphiq mmis
m,d very nn<Flawwlu<hewmdobl¢. Th<aly wa 3vidW ImoquNransanJ.
cmMJerwlly.Mr. MIISFaIi MJ aymdanl IMS islWUJed my Mmo. Mylmv
w�nmsCwgwaM�c �mtle�Mt IrpW �aetU�ic�rivfm�row�m
mmam Tosgy shl uxneglUammgcyxiwaadlRi<Wl lodml xilF ism
mAe9alemml bm MIRe MhdwA mtl h4 paple wpq P plegame m x em \NIA e W
mmpony xavptlekaerdid ebenee]ebilmn Me Mil<fiel. He woe �emm
J e r aHavlmv++e'vhb+M1wd
1 xwld NDIJYacwmm�a Mmfa emtlm{LLrgofatl.
Iq'm nad (mlmmfnmromM,. NiwtalL Frill beheppy to pn )ao Inaech
a'hh Omer yeopir FI ma Ciq' ofCludeuan,oim +elmnsfa wn<d.
Dluac Lay fna rn enll nplm nu l.+r m' mnba letlmnminn.
4'Id, um np:adv. l nn+
- ti61la�AiiEq. goo
tvm3runily
Atmore Area Chamber Of Commerce AM
FM . Y, ms
To Whomltmq CO.
Tlwmomva NSepnMaz is wdl bg ttcMdmmemlmxnid M'mecitivevs
d'Abam.AUWVU. AIMsIdgNafwhm mWdben %devribedesn
yhhaa, we ewolegfud NC W Wgaofu<ammudp Rrcver
dlaged. Nm naywdeov <r Fdfofnvlmge mumshe pemdhW moll
xneonhacd. We hna dweya Morn Dald ofomd ®p+aoa ma "TSm
Cary:'
1 wu<uM6 W e INVw eeprea2ii<ommigWY> deep ygsxvubn(a'de
web tlmety BAMACO, Ix. Mile MrtcWL pe4dml ad CF.O.dWm
oW<haWinp job in debro symovd mrougbml me dH qvd F.uurd+f n Colwr.
AI¢O t0 be wnptimmatl UdspojeW mvwed.JcrtawiM1 wlaww so
apmmFda lode Msgflhe pmpb ofwrwomded<iry. UmU
arvianmmt dasamm N<biam wum gr<N mdil nwa wmm6 N
bore drvlB iodiviM1Nt m oa side.
i woWd be pad la rmisnmmd HAMACn, im. Mr. Milo MUhcA and
felftewiofordcMSrepowl U e^Y ukmbn Nee[clnwvrbl me cidxen.
q[AlmJa wdl fomc4ind<LIW to1Mm.
SppnmAY.
Wo�+. t,�.hluaS
Dwhtw M.
Euwsiv<Uia<tw
Lw<wn4mtanewaU w oca
a...Mrww.bl
@lafan of *ummecbilie
rums wamp \ �e� / uu t.ruuaa
aupO)PI� IN CVICCMV
as nolnluv grmnmd(er6WMCSrodu xVbdiaW
Mr. YeIe VWltll
Ya VPrnJEal:ICm WpAw[mrvntla PbwtlNMIPUWO JOnxW aFVnYO1bM
4f[br[PUNM.YkEYw MC<mai(d PxPelum�vq 1e1C.' IOeTUn ✓S:mnrMlN
<vnV We1M W w1Y IYOgM19 MnbxllnN
14JY.[YUUbMIddMGn[entub fmuW[u[mnuH0.TO.ccf&[n� t[ud Ou
mwenarwb<bamrenuma, a. .n.rn+:mw:l�wow.nawrwle +l^+++°J
tlMmYeWe[I W.kD rtlfaaN66n11K 1rHll UPwbtlnnbIXOMiJeC[[PbnYp
M00amiw[MYOrana va adl4rJwmPb Ve.mnou[ooFmrwan Yl ✓w
NmprmYUWm WKJ {rm Ya GdPAlle Wtb[[Vpb[IYnlMftlnY
01�Wa� f amIW�WMrrtIwM WYbWIw. Wwmtlr[onO1be61rJ
Wtlxw.4wMro ®nJw W tlalrmw[wWjyy<onNxYOVa^Ymwkn fV tn:.[
a�n[wNxrvai°M�wY^hlrlrw�AVl' "'. e. NJrpn4 +bb.xpp:weA�Ywbo \ \.Cm11wA�
m Ympmotmpn
V.. Y. WUYq.
Tde A6Mltlnb
I
40Taaalln aln."i•�`brl"
,NalfPnrryfaNtraWef)H
mndaialT[IpWa <3+r+M°�
HlnflFifMAV4b
MP[1r19.20ar
TO W lam d wyoenwrcr:
O�vJ. 1, Ma.mala�r ke.ammlxra btl.'n•en ereiNma amPalb
MPnWPIMPtldeadc
TIUMPb BetlfPr4tl BANac9, W,abaharW FPPalPaoalElabOa
mumwedrin Pelcbl4 CmMmvrm. TMfl111aCOalmrulderbYws
aonimadvsxau pctlabfP+IPG IaulmuaamdPareaJhg b8P dlaaaa mh
atwernbs�r.
mmpleb, a�BY mPIJn(od aay upla<tl fro waM PIW PaaGJPd e
I dom MWbM roadralNP BAAUCA .IM.bryaurwnabn8m.
d l w Oatl m frfflvw o 6'r MN1M0N. PMMan' MmaWItr$59.
5188.
�d+� ilelllc/m
73
�V SABINE & WATERS
Y pNN[NYn1.LWn MAXACEMG rgNSVLinNi6
AtiMe MikMll
Tan payn0. AUMnw)O56)
Toxbum h:niYwnum:
A4. Mlke IHMA 1, w(nmxrlY mv<iabJ aAlh Mile MlWlell Aixaimes, wm IM
I,- b{JAn an a (tlad llumnae llvyo ekaneP wlnily in Ch:u14oR NvIM1
fUmlina. 1 xm ,h lFC proJwl nwager foe fhc <konvp xwk on a vik o+mW bylk
tluJ<u+m A� Vm.'Ifie duvg<+aw'caieruim to eluwnnedly vi5[Jf 1(:ivil Nrm
Henry aM ngamJ <nmuu' cuv mW lo+a' ImpoP aalv{IY w prcxnn Jm 41c
Mr. Mll[h:Ilp
Mii Imlti tuNCACmOnIm[iI n a w edalcm w asigfwf< c pm*1 f siJb i nmSMJ tih,, n vfrooe \ W Il nnr(m
rilom
xso nemIWNineeew prefn NI WCiol+ff lime
:mJ cn butµ rill: +w co:npliwliom. On@ I nM IM ('Iwfe. on Muuum Amrt r[
I:ei:WlUmlli niaumm nJi:a:bixmmPmrYw NvttJ on rM1 I exry+km• 1 +wulJ Iwnv r nn
Sinw� ell.
S'N.
A Acrr,
4lbl 1.1,1:AwXVY
aiali r.
r.W\: Wl v'[9wA
r>rn:ln::'xl r'r "a'A
1In1'4,?I III]
10+ fnn+ll \I:n IrNnarn
Unm w. ln< xav low hiJJVrnn mo pmiaw(•: of I 1111 Ynivinl Itt Storm 11-1pulliIq
in WU cr. CkMN,n,r. IV. pn+iwl +im'a +F'N nnnnlnl; uhekpile lmd6riz
+inN ,f...rt¢ IimMlrnln 6uM1lie rigllh+LUUy WWI., afd Vnxnal (onu[ I.Wlill
(Wlum+brl' h, i'i1J'a'r<xv', IhC aWm:+Ne ITn11h, W., '(W7 Irr, 81.1 xrn [el.:n.ia'a`
a: tlw < "ny 1.06, l++JUw in al,,A woo mr.NNl u d po wurly.
IAVrmwrveytnWNmremoemp NCa'rnApiW d,hnn in r: 11, frlr m:uumr, axwaJinp
mPttulm: _. nw lraa "'nine pnrittl le rnmmtly pm[avlinP in a :mwfru n
:nnnn<rm lb•rim<,
itr. rum 6nnmlce, 11",r MUnaYn lbr A.::n:xv. f-anry+NU1 in'u tinwq nrunno (o rA
:.li[nn nur[ili /.eM UUr Jeh(i. nnnrilnn.11WA."I "'w1r.. 1111i01WRY
uPprv['iule itip mnI1M ulhur Ilmn:¢n purwnm<I'x ell'um i, n' "Milg In puFlie lmlliv'
iuuev xM nny [irirrn ram mmPL inb.
u I.:m pr „ai.tr yr +n:ml nrnha. inle:nmrir,rr, m<n><hn fn.: a +.om:wr mr.
I1veiJ k NavOey. P.f.
(pl Nrill -9iilp Iyr. JrlpS
9 U k 0
Bamaco has an arsenal of manpower and equipment to offer. The next few pages contain
a partial list of our subcontractors, who have experience in storm debris removal and
meet our strict standards.
Bamaco Partial Subcontractor List
74
4 D USAire
2 Royal Oak Ct.
Hickory Creek, TX 75065
4 D's Contracting
20439 Scarborough Rd.
Saucier, MS 39574
A - Lug —As
P O Box 79 -1104
New Orleans, LA 70179
ACS
262 Judas Rd.
Mooresville, NC 28117
A Team Recovery Sery
6339 C. Muck Pond Road
Seffner, FL 33584
A.N.T.S.,LLC
19335 Odem Drive
Citroneli, AL 36522
Alabama Land Works
2550 Dale Co Rd 20
Ozark, AL 36360 USA
Alice Gibson
777 Lynn McGhee Drive
Atmore, AL 36504 USA
All City Ground
5145 Areca Palm St
Cocoa, FL 32927 use
All Truck & Trailer
27901 CO. Road 64
Robertsdale, AL 36567
All Wrecker Service
27901 County Road 64
Robertsdale, AL 36567
Allied Recycling
2495 Covington Hwy.
Conyers, GA 30012 USA
American Cat Con
P O Box 3929
Gulfport, MS 39505
American Lawn Broths
2129 Gum Springs Rd.
Sterling, VA 20166
AmeriHaul Disaster
2576 Westbury CL
Suwanee, GA 30024
Amor Inc.
918 Holly Hill Road
Davenport, FL 33837
Anderson Contracting
Rt 1 Bx 294
Evergreen, AL 36401
April French
5842 Hwy 41 South
Buena Vista, GA 31803
Arrowhead Land Clear
1411 E Washington Street
Orlando, FL 32801
Asphalt Specialist
802 Liberty Hill Dr
Evergreen, AL 36401
AsPro, LLC
Rt 2 Box 3368
Evergreen, AL 36401
B & D Demolition
9225 Mountain Aire Circle
Charlotte, NC 28214
B & G Enterprises
319 Gravett Road
Arkadelphia, AR 71923
B 3 Inc.
P. O. Box 339
Beece, AR 72012
S &V Trucking
9924 Aileson Avenue
Pensacola, FL 32506
Barnes Contracting,
3350 Green Acres Rd.
Saint Cloud, FL 34772 USA
Basic Construction,
1695 Electric Avenue
Springdale, AR 72764 USA
Ba side Construction
12208 North Ole Avenue
Tampa, FL 33612
Big M Group
1410 Stoney Mtn. Rd.
Martinsville, VA 24112 USA
Bobby Bounds Exc
3125 Jacqueline Street
Wichita, TX 76305
Bobby Holland Excava
1489 Mtn. Valley Rd.
Axton, VA 24054 USA
Boone Custom Homes
11 Charolais Run
Hampton, VA 23669
Bowen Auger Service
326 Pleasant Valley Rd.
Adairsville, GA 30103
Boykin Construction,
6733 Thunder Ridge Drive
Olive Branch, MS 38654
74
Brandon Carlisle
1292 Glendale Place
Gulfport, MS
Bra n's Construction
425 Plaza Drive
Eustis, FL 32226
Brewer Construction
69 Brewer Lane
Clay City, KY 40312
Brown Enterprises,
2100 Government Street
Mobile, AL 36606 USA
Bryan Ram2y.,
556 Blackburn Ave.
Ashland, KY 41101
Bulls Of the Woods
2381 Snapfinger Rd.
Decatur, GA 30034
Butch Oustalet
15150 Air ort Road
Gulfport, MS 39503
C & C Landscaping
768 Hub Presie Rd
Laurel Hill, FL 32567 USA
C & J Reconstruct.
539 Coun Road 441
Rainsville, AL 35986
C & M Enviromental
2301 Franford Court
LeAngton, KY 40510 USA
Cap. K. Enterprise
2373 North Central Avenue
Kissimmee, FL 34741
Carters Concrete
10513 5th Avenue
Gulfport, MS 39503
CB&W
9150 Puritan Way
Rosharon, TX 77583
CCC
PO Box 779
Heavner, OK 74937
Cecil Hicks
Box 184 County Road 744
Flat Rock, AL 35966
Central Farm Supply
107 Wet Claiborne Street
Monroeville, AL 36461
Central Hauling
1215 Crown Park Circle
Winter Garden, FL 34787
Central MtHardwood
1402 Wilkinson Ct.
St. Peter, MN 56082 USA
Certified Concrete P
4324 West 20th St.
Panama Ci , FL 32405
Chad Miller
304 Rural Street
Evergreen, AL 36401 USA
Charles Byrd
19430 Lot 1 Patillo
Mt Vernon, AL 36560
Charles Howie
1464 Co Rd 15
Heflin, AL 36264
Charles Lovejoy
P.O. Box 584
Scottsmoor, FL 32775
Chris Noel
P.O. Box 503
Trion, GA 30753
Christian Shanklin
P.O. Box $51
Mentone, AL 35984
Clay Co. Inc. -
1991 Cochran Rd.
Dallas, GA 30132 USA
Cleo Shows
P O Box 1752
Laurel, MS 394414752
CIVIC Enviromentai
2601 Wilmore Road
Nicholasvilie, KY 40356
Complete Contracting
7757 Comfort Rd
Bellaire, MI 49615
Creative Image Lands
717 Delane Park Drive
Orlando, FL 32806
Cresent Services
P 0 Box 850213
Mobile, AL 36685
CRS
P. 0. Box 1147
Atmore, AL 36504
Curry & Fryer
117 New Field St.
St. Simons Isle, GA 31522
D M Trucking
Rt. 194 East
Ma estic, KY 41647
DC General Service
PO Box 569
Prospect, KY 40059
Dale Wilson
1125 County Road 418
Dutton AL 35748
Daniel Green Contr
576 Chestnut Grove Rd.
Hamilton, AL 35570 USA
David Motor& Scrap.
12360 Hickman Road
Biloxi, MS 39532 USA
David Scott Lofton
2126 C Coy Smith Hyw
MT. Vernon, AL 36560
Dean Alford Constr
11650 Lott Road
Chunchula, AL 36521
Decorative Concrete
6512 Rose Farm Rd.
Ocean Springs, MS 39564
Delta Tree Service
103 Stanton Place
Clinton, MS 39506 USA
Design Precast, Inc.
P O Box 2324
Gulfport MS 2324
Dick Burcon
P. O. Box 325
Mentone, AL 35984 USA
Dirt Cheap, Inc.
147 Cottonhill Road
Fort grains, GA 39581
Disaster Management
P O Box 2508
Robertsdale, AL 36567
Disaster Services
P.O. Box 212
Enka, NC
Diversified Services
5874 State Rd. 11
Deleon Springs, FL 32130
Doing it Right Truck
5642 Dixie Plantation Road
Hollywood, SC 29449
Double E Constructi
P. O. Box 394
Santo, TX 76472
Do les
2577 Vanceville Rd
r, LA 71111
75
Drewe Hoisomback
15278 Highway 8
Colfax, LA 71417
DRT1
137 S Parsons Ave.
Brandon, FL 33511
ECS Services
154 Hartley Drive
Lucedale, MS 39462
English & Holmes
2095 Highway 211 NW
Braselton, GA 30517
Enviromental Oil Rec
P O Box 1175
Hailsviile, TX 75650
Eureka Hauling
10459 Airline Highway
St. Rose, LA 70087
Felix Maldonado Tru
11250 Hyw 16 South
San Antonio, TX 78224
Florida Fiber Recove
417 West Su garland Hyw
Clewiston, FL 33440
Fosters Tree Care
P.O. Box 515
Springfield, LA 70462 USA
Fountain Farms
13220.225th Road
Live Oak, FL 32060
French Enter rises
5861 Hyw 41 South
Buena Vista, GA 31803
G. A. Faulkner Jr.
P 0 Box 373
Bolingbroke, GA 31004
G. Wayne Brown Jr.
Rt 2 Box 302
Evergreen, AL 36401 USA
Gary Lott
12310 Oakdale Ave
Grand Bay, AL -
Gary Lowe
P.O. Box 402
Pickens, OH 74625
Gregory L. Wilson
P.O. Box 178
Boutte, LA 70039
GSG -Golf Services
15767 C W Haden Dr.
Bennington, NE 68007
t Contract#
12342 Mornin Dew Street
Fole , AL 36535
t Haulin
20 East 52nd Street
Gulf ort, MS 39507
t Redevelo
2598 Pass Road
Biloxi, MS 39531
w
818 N. McKinzle
Fole , AL 36535 USA
I , Co. Inc
PO Box 11454
Mobiloe, AL 36611 USA
rises
P. 0. Box 6204
Van Cleave, MS 39565
vin
3414 Doctorlove Drive
Orlando, FL 32810
Harrison Enter rises
106 Jamas Street
Waiterboro, SC 29488 USA
Harvey's Tree Sery
49 Cedar Lane
Kilmarnock, VA 22482 USA
Hetherinton Septic T
2886 Turkey Trot Road
Frisco City, AL 36445 USA
Holbrook Transport
2206 Exeten Lane
Clarksville, TN 37043
Holden Earth Moving
P 0 Box 5188
Vancieave, MS 39665
Hooper Construction
4614 Mistletoe Road
Wichita Falls, TX 76310
Hyatt Transportation
P O Box 578
Be Minette, AL 36607
1-40
P. 0. Box 96
Wildersville, TN 383881099
Industrial Wise
P 0 Box 428
Medina, TN 38355 USA
Ingram Timber Cc
10465 Reva Rd N
Chunchula, AL 36521 USA
Integrity's Sport S
1774916th Street
Gulfport. MS 39503
J & L Construction
2075 Cedar Creek Road
Mt. Vernon, AL 36560 USA
J E Sanders Constr
715 Hamer Rd
Alma, AR 72921
J. C. Grading, Inc.
920 Sylvia Drive
Belton„ FL 32725
J. F. Miller Timber
P O Box 366
Wiggins, MS 39577 USA
Jack Wood Jr.
P.O. Box1843
Dothan, AL 36302 USA
Jackie Corman
1540 Jessamine Station
N cholaaville, KY 40356
James Bates
5249 Brosche Rd
Orlando, FL 32807
Janice R Lofton
P.O. Box 295
McIntosh, AL 36553 USA
Jason Whitaker Con
P.O. Box 3
Pendelton, KY 40055
JCSI
102 N. Railroad Street
Bunnell, FL 32110
Jeff Hess
3505 Camden Hyway
Dalzell, SC 29040
Jerem Crocker She
6179 Sanmorino Drive
Theadore, AL 36582
Jerem Dees
8220 Meadowood
Citronell, AL 36522 USA
Jar Neal
5089 CC Road
Sauicer, MS 39574 USA
Jimm Yarbro 1.40
P. O. Box 96
Wildersvilie, TN 383881099
John Corey Camp
I 5210 Cherokee Trail
Gainesville, GA 30606
76
John Hoffner Constr
10900 Flanders Crt. NE
Blaine MN 56449
John L. Byrd
158 Dallas Brown Lee Road
Laurel, MS 39443 USA
Jose Bernier
9867 Tivoli Chase Drive
Orlando, FL 32829
Joseph L. Travis
PO Box 965
Sun, LA 70463 USA
Jumilco Menendez
P 0 Box 770931
Orlando, FL 32877
K & W Trucking
288 SW Taylor GLPN
Lake City, FL 32054
K &C
51 Coffman Drive
New Hope, AR 71959
Kappa Development
10480 Richold Rd
Gulfport MS 39503
Keith Payne
1426 Carol Lee Street
Daytona, FL 32117
KennethWorkLogging
P. O. Box156
Potts Camp, MS 38651
Kennith R. Hardaway
PO Box 177
Battiest, OK 74722 USA
Kevin Billiot
8044 Jess Lane
Bay St Louis, MS 39520
Wimberly Carter
135 South Canooe Road
Atmore, AL 36502 USA
L G C
7575 Frankford Rd
Dallas, TX 75252 USA
L &L Dirt Works
125 Cherry Bark Cove
Brandon MO 39042
Lawrence D. Mcka
3084 Happy Lauding
D'Ibervilie„ MS 39540
Lawrence K Stedman
204 South Roberts St,
Atmore, AL 36502 USA
Lee Bradley
603 N. Hazeldeil Ave.
Crandon, WI 54520
Learner
13660 Hwy 181 N
Sacramento, KY 29372
LeVon Kirkwood
4106 Oak Ave.
Gulfport, MS 39507
Lon Morris Paving
1940 S H 79N
Wichita Falls, TX 76305
Louisiana Pole
PO Box 958
Ponchatoula, LA 70464
Loveless Trucking
P. 0. Box 129
Mt. Sterling, KY 40363
LSC Cc
125 Plantation Centre Road
Macon, GA 31210
M. W. Trucking
P 0 Box 123
Locust Fork, AL 35097
Man -A -Cure Serv.
50 Carriage Lane
Senola, GA 30276
Mancil's Tractor Ser
4551 BE Hampton Ct
Stuart, FL 34997
Mark Camp
280 Jeff Sullen Road
Dahione a, GA 30533
Mark Doyle
2577 Vanceville Rd
Bossier City, LA 71111
Martin-Payne & Ass
32080 Lasater Road
Bush, LA 70431
Marvin Lofton
PO Box 37
Mt Vernon, AL 36560
Massey Brothers Ex
P.O. Box 2201
Branford, CT 06405
Masters Construction
8127 Valencia College Lane
Orlando, FL 32825
Matthews & Summer
75144 West River road
Kentwood, LA 70444
Matthews Trucking
1260 mathews Rd.
Sarah, MS 38665
McClain Logging
Rt 4 Box 371A
Andalusia, AL 36421
McEwenDevelo ment,
2785 Lake Front Dr.
Belmont NC 28012
McMahan Bros. Pi lin
PO Box 527
St. Matthews, SC 29136
Mcmillan TreeService
208 Tatom Avenue
Atmore, AL 36502 USA
McMiiton Properties,
16 Furman Dr.
Kenner, LA 70065
Michael Hankins
1837 Prospect Ave. BE
Grand Rapids, MI 49507
Michael Jordon
87 Hendrix Street
Oneonta, AL 35121
Michael Landon
HCR 34 Box179
Evergreen, AL 36401 USA
Michael Maftox
P.O. Box 278
Newton, TX 75922
Mike Comesac
2640 Carddiff Rd
Ebensburg, PA 15931
Miller Tree Service
P O Box 72420
Bossier City, LA 71172
MNL Enterprises
17 Sliver Creek Or
Foxworth, MS 39483 USA
Moms B e
30555 Caribbean Blvd.
Spanish Fort, AL 36527
Mountain Bluff Enter
P O Box 551
Mentone, AL 35984
MSSpecialty Conk
9171 Ashbury Lane
Gulfport, MS 39503
N &C Enterprises
2960
Hen . TN 38231
77
Newman Contracting
P 0 Box 489
Glen pool, OK 74033 USA
Orr Tractor Inc.
1100 North US "M 1
Bunnell, FL 32110
Owens Construction
3450 Shenandoah Trail
Semmes, AL 36575
P & R Construction
110 Shore Drive
Long Beach, MS USA
Palmetto Coast Co
100 Mill Water Lane
Goose creek, SC 29445
Pat Fore Truck Lines
P 0 Box 2324
Gulf ort, MS 39505
Philli GuI tta
271315th Avenue
Gulfport, MS 39501
Philli s Landsca in
282501 Warren
Westland, MI 48185
Phoenix Services
711 S. Columbus Ave
Mt. Vernon, NY 10550
Premier Contracting
430 CR 6812
Nataiiia, TX 78059
Price Trucking
1034 Carter Park Rd.
Weimar, TX 78962 USA
QCPM
22 Raceland Ln
Summerdale FL 32164 USA
Quiett Inc.
P 0 Box 36
Fate, TX 75132
R - Pro Corporation
2227 E. College Ave.
Atlanta, GA 30317
R L L, LLC
P 0 Box 1633
Van Cleave, MS 39565
R &L Products
9492 Pensacola Blvd
Pensacola, FL 32534
Ragland Farm
Box 129
Bentonia, MS 39040 USA
Ray Dukes
64 Co.Rd 12 Box 413
Ider, AL 35989 USA
Rene Stella
7623 Harbor Lake Drive
Orlando, FL 32822
Ricky Powell
PO Box 1283
Camden, AL 36726 USA
Rifenburg Constructi
303 Highway 70 Bypass
Durham, NC 27703 USA
RJB
16244 Magnolia Street
Kiln, MS 39556
RLR Construction
8575 East Shelby Dr.
Mem is, TN 38125 USA
Rob -Nic Construction
RR 1 Box 207
Leon, WV 25123
Robbie D. Wood Inc.
P 0 Box 10992
Birmingham, AL 35202
Robert L Lloyd
11405 Ashton Lane West
Gulfport, MS 39503
Robert Maples
P.O. Box 551
Mentone, AL 35984
Rock -N -Los
3561 5th Avenue
Wisconsin Dell, WI 53965
Ro ans Hauling
1675 Union Ave.
Hazlet, NJ 07730
Roger Smelser
41556 State Hyw 63
Talihina, OK 74571
Ronald Lofton, Inc.
1490 Villard Byrd Rd
Mt. Vernon, AL 36560 USA
Russell C. Chestang
PO Box 188
Bucks, AL 36512
R ans Excavating
5144 Hunter Road
Boonville, IN 47601
S & J Construction
46007 Sunset Drive
Bay Minette, AL 36507
S & R Excavating
340 Shawers Meadows Ln.
Anna, IL 62906 USA
S &W Excavation
889 Old Gallatin Road
Scottsville, KY 42164
S. Wayne Brown JR.
-Fit 2 Box 302
Evergreen, AL 36401 USA
Salomon Huezo
6304 Phyllis Ln.
Alexander, VA 22312 USA
Schroeder Grapple
P 0 Box 4296
Stanford, FL 32772
Scott Lofton
2126 C Coy Smith Hwy.
Mt. Vernon, AL 36560
S ft Sullivan
88 Burbank Drive
Summerdale, FL 32137 USA
Scott Truckin
1700 SE Hamiben RD.
Lee's Summit, MO 64052
Service Lo is C C o rp
307 Dorothy SL
Lake Hills, TX 78067
Shipman Contracting
2133 Gault Avenue North
Fort Payne, AL 35967
Southern Recycling
P 0 Box 6271
Biloxi, MS 39640 USA
Southern Tower
289 Geiger Road
Lucedale, MS 39452
Southern Turf Maint
160 Sky View Dr.
Social Circle, GA 30025
Specialty Mgt
Po BOX 1085
Stevensen, AL 35772
Spectra Constructio
Sol Grandview Court
Pearl, MS 39208
S otswood's Tree
1252 Patrick Street
Daphne, AL 36526
Storm Chasers
25020 Coun Rd 71
Robertsdale, AL 36567
78
Structural Designs
8430 lake Drive
Diamond Head., MS 39525
Sullivan & Associate
1672 Rabbit Creek Rd
Grove Hill, AL 36451
Sunbelt Rentals
933 Blending Blvd.
Orange Park, FL 32065
Sunnie A. Gentry
1993 Coral Reef Rd.
Pensacola, FL 32606
Superior Dirt Servic
12303 Co Rd 185
Alvin, TX 77511
Taylor Logging
P. 0. Box 1342
Sai ersville, KY 41465 USA
Ta for Excavatin
841517th St North
St. Pete, FL 33702
TH Davis
Po Box 1526
Fairho e, AL 36533 USA
Thomas Warren
P 0 Box 394
Mellen, WI 54646
Tidewater Forest
PO Box 93
Ruffin, SC 29475 US
Tommy Gayle
10452 Highway 1033
DS, LA 70726
Tommy Moore
6687 Cortez Circle
Ocean Springs, MS 39564
Top Flight Roofing
5460 Hoffner Ave. Ste 406
Orlando, FL 32812
Total Brick Pavers
6440 Old Winter Garden Rd
Orlando, FL 32835
Tri Breeze
1672 Kauai Court
Gulf Breeze, FL 32563
ConstIWU:3636OUSA
x 314
La Grange, TX 40031
avin
n Road 18
Ozark, AL 36360 USA
at tle Cun
Rd 651
Chancellor 39316
N,�County
E ui
ed Bird Lane
Lithia, FL 33547
oses
Irwin Avenue
Melbourne, FL 32825
ulin
bell Avenue
Kenna olis, NC 28081 USA
Dirt Seardline
Rd
Hammond, LA 70401 USA
Wally & Son Truckin
2730 Rollilnq Broak Drive
Orlando, FL 32837
Walter Cozean
4481 Legendary Drive
Destin, FL 32641
Wayne Brown
Rt. 2, B ox 302
Evergreen, AL 36401
Wayne Spencer
P. 0. Box 1098
Paula Valley, OK 73075
The following is a partial list of certified minority subcontractors currently with the
Bamaco, Inc. team:
79
Precision Logistics Group
Kenneth's Demo
Sparr, FL
Greensville, MS
Jumilco Mendez Cons
Doyle Redevelopment
Orlandr�op`, FL
Bossier City, L•A�
j
p DentbFL
y
Wrl
.:
79
0
Equipment Description.
Make
Model
Model
RUBBER TIRE EXCAVATOR
JOHN DEERE
595D
FF595DX001591
RUBBER TIRE LOADER
KOMATSU
WA250
K3307C
RUBBER TRACK LOADER
TAKEUCH
TL126
260165
MAN LIFT
JLG
400S
AIR CURTIN INC
AIR BURNER
T400
T40FNO4173
MOBILE COMMAND UNIT
FLEETWOOD
REVELOUTION
4VZBN1M935CO49836
MOBILE COMMAND UNIT
MONICO
DIPLOMAT
1RF12051OX2006792
MOBILE COMMAND UNIT
ALLEGRO
28 ALLEGRO
1GBKP37N5V3312221
MOBILE COMMAND UNIT
MONICO
SEFARI
4CDN6EK22P2901321
MOBBILE OFFICE
LAYT
CT (BODY)
1SL300R27TC001300
MOBILE OFFICE
SUNSTREAM
MODLE 31
1GBKP37W6G3303828
SUPERVISOR VEHICLE
JEEP (2005)
UT (BODY)
1J4HR58285C672433
SUPERVISOR VEHICLE
FORD
F- SERIES
1FTWW32F72
SUPERVISOR VEHICLE
GMC
C2500
1GTGK29F7PE542706
SUPERVISOR VEHICLE
MERCEDES
SL55K
WDBSK74F93F052852
SUPERVISOR VEHICLE
DODGE
DURANGO
1B4HR28YXXF589948
SUPERVISOR VEHICLE
DODGE
RAM1500
1B7HF16Y5WS770552
SUPERVISOR VEHICLE
TOYOTA
4 RUNNER 2005
JTEBT17R75053128
DUMP TRUCK
INTR
4300
1HTLDTVN5JH535435
2006 P -UP TRUCK
LINCOLN
MARK LT
5LTPW1854GFJ05999
2005 P -UP TRUCK
FORD
F350 LARIAT
1FTWW31P45EC16532
DUMPTRUCK
NAVISTER
4700
1HTSCASKSTH30768
ASPHALT PAVER
LEEBOY
8500
1.0412E +12
SUPERVISOR VEHICLE
CADILLAC
ESCALADE
3GYEK63N53G313517
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC120
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC121
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC122
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC123
BUCKET TRUCK
FORD
CB (BODY)
1FDNK64P2KVA59952
ROLL OFF
MACK
6
1M2AG11COGM03632
TRCTR -DUMP TRLR
FRGT
85
1 F4PYB4FP2450901
DUMPTRUCK
KENSWRTH
99
1NKDL80X3R827531
TRACK HOE
KOMATSU
210
30175
DUMP TRUCK
MACK
79
DM685543555
DUMPTRUCK
PETR
0
INPFLUOX9Y5501033
DOZER
CAT
D4H
88P03218
Track Hoe
Cat
330BL
6dr03102
Track Hoe
Cat
322 CL
J00369
Shedder Grinders
Cat
D8n
51j02820
Truck
Peerless
95
2hsfbaer36002663
Track Hoe
Hitachi
Ex160
1pleo4831spm1814
Track Hoe
Hitachi
Ex120
12v40823
Tractor
Mack
6
1 m2ag 11 c460320
Wheel loader.
Cat
906
625001115
m
81
6
lftsw21 p66ea6348
Dump Truck
Ford
KOMATSU
PC138
1192655
EXCAVATOR
BOBCAT
V723
368011129
VERSAHANDLER
T300
525416277
SKID STEER
BOBCAT
T300
525416261
SKID STEER
BOBCAT
T300
525416269
SKID STEER
BOBCAT
262B
CAT0262BAPDT0219
SKID STEER
CAT
JOHN DEERE
260
T00260893295
SKID STEER
GEHL
CT618
216992
TELEHANDLER
DUMP TRUCK
KENWWRTH
76
320C
AKH003152600
EXCAVATOR
CAT
D6MXL
3WN02432
DOZER
CAT
FLAT ALLIS
FR220
523192
WHEEL LOADER
1 GCGK24K7RE153751
P -UP TRUCK
CHEVY
250
LE4200631
WELDER
BOBCAT
TRLR
13NE5240923516058
LOW BOY
FONTAIN
4YDF35028X
TC
KEYS
1 N8WR35028X1010129
TC
KOUN
2WKEDDCJRYK963309
DUMPTRK
WESTRN
1996
1FDXF80C2TVA17133
BUCKET TRUCK
FORD
DUMP TRUCK
PTBR
87
92
1GTFC24K4NE556380
P -UP TRUCK
CHEVY
LT8000
U80DVEB1077
DUMP TRUCK
FORD
87
INKDL59X2HS345566
DUMP TRUCK
KENWORTH
F30
2HTEBG3T4HC007060
DUMP TRUCK
INTL
96
1 GTECI4M87E531194
P -UP TRUCK
GMC
88
M511753NAX
BOX TRLR
40'
1DTBS1R20BA151720
BOX
BOX
DORSEY
97
1GCGKZ9F3VE248684
P-UP TRUCK
CHEVY
94
1FTHX26H3RKC06888
P -UP TRUCK
FORD
1
ANBO1894
TRACK HOE
CAT
2
BER0046
TRACK HOE,
CAT
TRACK HOE
CAT
4
TRACK HOE
CAT
4
IT28G
8CR00506
LOADER
CAT
CAT
DGMLGP
DOZER
FW028 05
DOZER
CAT
79 8
6GN08 4
DOZER
CAT
4TS02 9
DOZER
CAT
4LS0072729
DOZER
CAT
FORD
F350
IFTSX31MEC05504
TRUCK (PICK -UP)
FORD
F350
ITSX61EXYLOO617
TRUCK (PICK -UP)
318CL
MOY00235
TRACK HOE
CAT
318CL
MEY00317
TRACK HOE
CAT
318CL
MEY00782
TRACK HOE
CAT
D36
WLB0513
DOZER
CAT
CAT
DSL -XL
WLB1818
DOZER
TRACTOR
J.DEERE
2640 W/ RACK
MLC0612
BLOWER
FORD
POWER UNIT60HP
XM6112
HOUSE PUMP
N/A
6"
LM136
81
EXCAVATOR
CAT
320C
AKH003152600
DOZER
CAT
D6MXL
3WN02432
WHEEL LOADER
FLAT ALLIS
FR220
523192
P -UP TRUCK
CHEVY
IGCGK24K7RE153751
WELDER
BOBCAT
250
LE4200631
LOW BOY
FONTAIN
TRLR
13NE5240923516058
TC
KEYS
4YDF35028X
TC
KOUN
IN8WR35028XI010129
DUMP TRK
WESTRN
2WKEDDCJRYK963309
BUCKET TRUCK
FORD
1996
IFDXF80C2TVA17133
DUMPTRUCK
PTBR
87
P -UP TRUCK
CHEVY
92
IGTFC24K4NE556380
DUMP TRUCK
FORD
LT8000
USODVEB1077
DUMPTRUCK
KENWORTH
87
INKDL59X2HS345566
DUMPTRUCK
INTL
F30
2HTEBG3T4HC007060
P-UP TRUCK
GMC
96
I GTEC14M87E531194
BOX TRLR
88
M511753NAX
BOX
DORSEY
40'
IDTBSIR20BA151720
P -UP TRUCK
CHEVY
97
IGCGKZ9F3VE248684
P-UP TRUCK
FORD
94
1 FFHX26H3RKC06888
TRACK HOE
CAT
1
ANB0IS94
TRACK HOE
CAT
2
BER0046
TRACK HOE
CAT
4
TRACK HOE
CAT
4
LOADER
CAT
IT28G
8CR00506
DOZER
CAT
DGMLGP
4JN02831
DOZER
CAT
FW00585
DOZER
CAT
6GN07984
DOZER
CAT
4TS01289
DOZER
CAT
4LS00729
ROLL OFF
MACK
6
I M2AGI ICOGM03632
TRCTR -DUMP TRLR
FRGT
85
IF4PYB4FP2450901
DUMP TRUCK
KENSWRTH
99
INKDL80X3R827531
TRACK HOE
KOMATSU
210
30175
DUMP TRUCK
MACK
79
DM68SS43555
DUMP TRUCK
PETR
0
INPFLUOX9Y5501033
DOZER
CAT
D4H
SBP03218
Track Hoe
Cat
330BL
6dr03102
Track Hoe
Cat
322 CL
J00369
Shedder Grinders
Cat
D8n
5tJ02820
Track
Peerless
95
2hstbaer36002663
Track Hoe
Hitchi
Ex160
Ipleo483lspm1814
Track Hoe
Hitchi
Exr20
1200823
Tractor
Mack
6
lm2agl lc460320
Wheel loader
Cat
906
625001115
Dump Track
Frod
6
Iftsw2lp66ea6348
EXCAVATOR
KOMATSU
PC 138
1192655
VERSAHANDLER
BOBCAT
V723
368011129
SKID STEER
BOBCAT
T300
525416277
82
SKID STEER
BOBCAT
T300
525416261
SKID STEER
BOBCAT
7300
525416269
CAT
262B
CAT0262BAPDT0219
SKID STEER
JOHN DEERE
260
T0026OB93295
SKID STEER
GEHL
CT618
216992
TELEHANDLER
TRUCK (PICK -UP)
FORD
F350
IFTSMIMEC05504
TRUCK (PICK -UP)
FORD
F350
IT5X61EXYL00617
TRACK HOE
CAT
318CL
MOY00235
TRACK HOE
CAT
318CL
MEY00317
TRACK HOE
CAT
318CL
MEY00782
DOZER
CAT
D36
WLB0513
DOZER
CAT
DSL -XL
WLB1918
TRACTOR
J.DEERE
2640 Wi RACK
MLC0612
BLOWER
FORD
POWER UNIT60HP
XM6112
HOUSE PUMP
N/A
6"
LM136
TUB GRINDER
DIAMOND Z
1463
147166
RUBBER TIRE EXCAVATOR
JOHN DEERE
595D
FF595DX001591
RUBBER TIRE LOADER
KOMATSU
WA250
K3307C
RUBBER TRACK LOADER
TAKEUCH
TL126
260165
MAN LIFT
JLG
4005
AIR CURTIN INC
AIR BURNER
T400
T40FN04173
MOBILE COMMAND UNIT
FLEETWOOD
REVELOUTION
4VZBNIM935CO49836
MOBILE COMMAND UNIT
MONICO
DIPLOMAT
IRF12051OX2006792
MOBILE COMMAND UNIT
ALLEGRO
28 ALLEGRO
IGBKP37N5V3312221
MOBILE COMMAND UNIT
MONICO
SEFARI
4CDN6EK22P2901321
MOBBILE OFFICE
LAYT
CT (BODY)
ISL30OR27TC001300
MOBILE OFFICE
SUNSTREAM
MODLE 31
IGBKP37W6G3303828
SUPERVISOR VEHICLE
JEEP (2005)
UT (BODY)
1J4HR58285C672433
SUPERVISOR VEHICLE
FORD
F- SERIES
1FTWW32F72
SUPERVISOR VEHICLE
GMC
C2500
IGTGK29F7PE542706
SUPERVISOR VEHICLE
MERCEDES
SL55K
WDBSK74F93F052852
SUPERVISOR VEHICLE
DODGE
DURANGO
IB4HR28YXXF589948
SUPERVISOR VEHICLE
DODGE
RAM1500
1B7HF16Y5WS770552
SUPERVISOR VEHICLE
TOYOTA
4 RUNNER 2005
JTEBT17R75053128
DUMP TRUCK
INTR
4300
IHTLDTVNSJH535435
2006 P -UP TRUCK
LINCOLN
MARK LT
5LTPW1854GFJO5999
2005 P -UP TRUCK
FORD
F350 LARIAT
IFTWW31P45EC16532
DUMP TRUCK
NAVISTER
4700
IHTSCABKSTH30768
ASPHALT PAVER
LEEBOY
8500
1.0412E +12
SUPERVISOR VEHICLE
CADILLAC
ESCALADE
3GYEK63N53G313517
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC120
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC121
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC122
HYDROLIC GRAPPLE
IT MODLE
6 CY
GC123
BUCKET TRUCK
FORD
CB (BODY)
IFDNK64P2KVA59952
ROLL OFF
MACK
6
1M2AG11COGM03632
TRCTR -DUMP TRLR
FRGT
85
IF4PYB4FP2450901
DUMP TRUCK
KENSWRTH
99
INKDL80X3R827531
TRACK HOE
KOMATSU
210
30175
DUMP TRUCK
MACK
79
DM685543555
m
DUMP TRUCK
PETR
0
INPFLUOX9Y5501033
DOZER
CAT
D4H
SBP03218
Track Hoe
Cat
330BL
6dr03102
Track Hoe
Cat
322 CL
J00369
Shedder Grinders
Cat
Olin
5tj02820
Truck
Peerless
95
2hsfbaer36002663
Track Hoe
Hitch!
Ex160
1pleo4831 spm1814
Track Hoe
Hitchi
Ex120
1200823
Tractor
Mack
6
Im2ag11060320
Wheel loader
Cat
906
625001115
Dump Truck
Ford
6
Iftsw2lp66ea6348
EXCAVATOR
KOMATSU
PC138
1192655
VERSAHANDLER
BOBCAT
V723
368011129
SKID STEER
BOBCAT
T300
525416277
SKID STEER.
BOBCAT
T300
525416261
SKID STEER
BOBCAT
T300
525416269
SKID STEER
CAT
262B
CAT0262BAPDT0219
SKID STEER
JOHN DEERE
260
T0026OB93295
TELEHANDLER
GEHL
CT618
216992
DUMP TRUCK
KENSWRTH
75
EXCAVATOR
CAT
320C
AKH003152600
DOZER
CAT
D6MXL
3WN02432
WHEEL LOADER
FLAT ALLIS
FR220
523192
P -UP TRUCK
CHEVY
1GCGK24K7RE15375I
WELDER
BOBCAT
250
LE4200631
LOW BOY
FONTAIN
TRLR
13NE5240923516058
TC
KEYS
4YDF35028X
TC
KOUN
IN8WR35028X1010129
DUMP TRK
WESTRN
2WKEDDCJRYK963309
BUCKET TRUCK
FORD
1996
IFDXF80C2TVA17133
DUMP TRUCK
PTBR
87
P-UP TRUCK
CHEVY
92
1GTFC24K4NE556380
DUMP TRUCK
FORD
LT8000
U80DVEB1077
DUMP TRUCK
KENWORTH
87
INKDL59X2HS345566
DUMP TRUCK
INTL
F30
2HTEBG3T4HC007060
P-UP TRUCK
GMC
96
1 GTEC14M87E531194
BOX TRLR
88
M511753NAX
BOX
DORSEY
40'
IDTBSIR20BA151720
P-UPTRUCK
CHEVY
97
IGCGKZ9F3VE248684
P-UP TRUCK
FORD
94
iFTHX26H3RKC06888
TRACK HOE
CAT
I
ANBO1894
TRACK HOE
CAT
2
BER0046
TRACK HOE
CAT
4
TRACK HOE
CAT
4
LOADER
CAT
IT28G
SCR00506
DOZER
CAT
DGMLGP
4JN02831
DOZER
CAT
FW00585
DOZER
CAT
6GN07984
DOZER
CAT
4TS01289
DOZER
CAT
4LS00729
a]
36' Response Trailer
REVOLUTION
2005/38B
TUB GRINDER
DIAMOND Z
1460
TUB GRINDER
DIAMOND Z
1460
TUB GRINDER
DIAMOND Z
1463
POWER SCREEN SIFTER
CHEFTON
2400
POWER SCREEN SIFTER
CHEFTON
2400
BH
KOMATSU
140
MUSTANG
2002/MTL16
SS
SS
DAEWOO
6114
SS
BOBCAT
2 00 5151 50
FL
VOLVO
2005/1-2013
TH
SUMMITOMO
1989/220CH
FL
VOLVO
2000/1-30
FL
VOLVO
2005/1-208
EX
KUBOTA
2003/KX91 -2
EX
MUSTANG
20041ME6002
KOMATSU
2001 /200CC
EX
EX
CATERPILLAR
312
SS
MUSTANG
2005/2109
EX
CATERPILLAR
2005/M318C
SS
BOBCAT
2004IT300
KN
BARKO
160B
EX
CATERPILLAR
1999/3078
STIHL
2004/MS310
CS
CS
STIHL
44
CS
HUSKY
372/XP
ST
FORD
1986/150
CS
STIHL
CS
HUSKY
372XP
ST
FORD
1992/F150
CS
STIHL
2004/MS290
CS
STIHL
2002/MS440
CS
HUSQUARNA
2003/136
CS
HUSQUARNA
2003/350
ST
NISSAN
1995
SS
KOMATSU
2004/SK1020
FIAT
1997/FR220
FL
KOMATSU
005/WA400
2
FL
LB
PETERBILT
1984/359
TT
FORD
1994/1-9000
ST
FORD
1990/F250
CS
POULAN
2375
DZ
JOHN DEERE
31056
FL
CATERPILLAR
2005/9306
BH
FORD
55B
SS
CATERPILLAR
2005/257B
FL
CATERPILLAR
2005/908
SS
CATERPILLAR
2005/2576
SS
CASE
2005/75XT
FL
CATERPILLAR
2005/TH350B
85
EX
JOHN DEERE
120
TL
CATERPILLAR
2003/257
DZ
CATERPILLAR
2002/D5G
TH
JOHN DEERE
2005/160CLC
KB
INTERNATIONAL
1981/7VR
DZ
CASE
2005/1850K
DZ
CASE
2005/1850
KB
BARKO
160A
LB
MACK
1996IE7454
KB
INTERNATIONAL
1995
ST
DODGE
2002/3500
ST
FORD
1997/F250XL
SS
BOBCAT
2002/S185
ST
CHEVROLET
2001/1500
ST
FORD
1999/F450
KB
TIMBER -JACK
2004/430B
LB
MACK
1979/C60
LB
MACK
1998/R
LB
MACK
2004NISION
ST
GMC
2000 /SONOMA
BH
CATERPILLAR
2004/420D
SS
BOBCAT
2003IT300
ST
DODGE
2003/3500
ST
CHEVROLET
199611500
SS
CATERPILLAR
2005/257B
CS
STIHL
2005IMS440
CS
STIHL
2001/MS230
CS
STIHL
2005IMH361
ST
FORD
1995/F150
SS
BOBCAT
20021T200
CS
HUSQUARNA
2005/345
CS
STIHL
2005/MS250
CS
HUSQUARNA
2004/55
CS
HUSQUARNA
2003155
ST
CHEVROLET
1996/1500
CS
HUSQUARNA
350
ST
CHEVROLET
1999/3500
ST
CHEVROLET
2005/350D
CS
HUSKY
2004/300
CS
HUSKY
2004/350
CS
POULAN
20041PP4018
CS
STIHL
2004/MS270
CS
STIHL
2004/U46
CS
HUSKY
2004/359
CS
HUSKY
2004/300
CS
POULAN
2004/2150LE
SS
CASE
1997/70XT
LB
INTERNATIONAL
1984/S2300
LB
FREIGHTLINER
1998/FL80
ST
FORD
2001/F350
Em
ST
GMC
1996
KB
CHEVROLET
1984/70
ST
FORD
2001/F150
CS
HUSQUARNA
350
ST
NISSAN
1999 /FRONTIER
KB
KENWORTH
1986/W900
ST
GMC
1996NUKON
FL
CATERPILLAR
1988/910
ST
DODGE
1996/3500
ST
TOYOTA
1994/DLX
ST
GMC
1994/1500
36' RESPONSE TRAILER
REVOLUTION
2005/38B
ST
FORD
1993
ST
CHEVROLET
2005/350
BH
FORD
19881565B
ST
DODGE
1999/3500
SS
CATERPILLAR
2004/287B
CS
STIHL
44
LB
FORD
LT9000
FL
CASE
2002/580
SS
JOHN DEERE
2001/250
KB
INTERNATIONAL
1996/9200
LD
JOHN DEERE
2005/521
ST
FORD
1993/F350
EX
CATERPILLAR
2001/320C
KB
MACK
1978/R
KB
BARKO
1994/R
SS
BOBCAT
1981/763
ST
CHEVROLET
1990 1CHEYENNE
FL
JOHN DEERE
1984/644G
ST
GMC
1998/3500
FL
JOHN DEERE
20031430
ST
FORD
1997/F
ST
CHEVROLET
2000
ST
FORD
2000/F350
SS
BOBCAT
2003/S250
EX
SAMSUNG
19991210
TH
CATERPILLAR
20001312B
WL
CATERPILLAR
1996/924F
KB
FORD
1978/9000
FL
CATERPILLAR
2004/416D
TH
KOBELCO
1998/SK220
SS
CATERPILLAR
226B
TH
CATERPILLAR
TH63
FL
CASE
2000/580 SUPER L
EX
CATERPILLAR
315CL
EX
CATERPILLAR
321C
KB
CHEVROLET
1983
SS
CATERPILLAR
236
SS
CATERPILLAR
236B
a
KB
PRENTICE
1975
FL
JOHN DEERE
20021790
EX
DAEWOO
1999/DH
SS
BOBCAT
2002/S185
SS
JOHN DEERE
2005
EX
CATERPILLAR
320C
TH
CATERPILLAR
312C
BH
CATERPILLAR
416D
FL
CATERPILLAR
TH62
FL
BOBCAT
623
EX
VOLVO
2002 /EC5S
VH
CATERPILLAR
2005
VH
BOBCAT
2004
VH
BOBCAT
2005
SS
CATERPILLAR
2001121G
SS
BOBCAT
S300
KB
PRENTICE
210D
SS
BOBCAT
763
KB
INTERNATIONAL
1994/940
FL
JOHN DEERE
2002/5410
TH
CATERPILLAR
1998/307
KB
PRENTICE
310E
BH
CATERPILLAR
416C/2000
DZ
CATERPILLAR
1995/D4
SS
BOBCAT
763
TH
KANAMOTO
1996/
TH
CATERPILLAR
2005/320C
FL
NEW HOLLAND
TN75A
EX
M320
SS
POSI -TRACK
RC100
SS
CATERPILLAR
2005/2878
FL
VOLVO
2005 /1-2013-P
WL
CATERPILLAR
2005/908
SS
JOHN DEERE
FL
KUBOTA
1998IM4700
SS
DAEWOO
2002/1550XL
WL
CATERPILLAR
200519048
KB
BARKO
160
BH
JOHN DEERE
310D
SS
BOBCAT
2005/T190
DZ
CATERPILLAR
2005/D5
DZ
CATERPILLAR
19941D3
FL
CATERPILLAR
950G
EX
CATERPILLAR
315B
EX
CATERPILLAR
322
FL
CATERPILLAR
544E
EX
KOMATSU
2005/160
SS
CASE
1840
AIR BURNERS
TRENCH BURNER
T400
604'
2005
PETERBILT
m
2NPLLZOX55M858928
Emergency Debris Removal Services
Bamaco, Inc.
Original Submittals — For Reference Only
AGREEMENT FOR PROFESSIONAL SERVICES
Emergency Debris Removal
THIS AGREEMENT made and entered into on the day of
2007
by and between the Village of Pinecrest, Miami -Dade County, Florida, parry of the first part
(hereinafter called "VILLAGE "), and ^ Nrnf jt4C, , party of the second
part (hereinafter called "CONTRACTOR");
RECITALS:
The VILLAGE wants to engage the CONTRACTOR to perform certain professional
services as specifically described in accordance with ATTACHMENT A - SCOPE OF SERVICES
in this Agreement. The CONTRACTOR wants to provide such specified services in
connection with emergency debris removal.
In consideration of the mutual covenants set forth in this Agreement, the parties agree
as follows:
SERVICES TO BE PERFORMED BY CONTRACTOR
Furnish all material, labor, supervision and equipment in performing all operations
necessary in connection with the clearing and removal of debris, and standing and
staking trees throughout the Village of Pinecrest, including, but not limited to Village
facilities and sites, streets and rights -of -way, and canals.
The CONTRACTOR agrees, as directed by the Village Manager or his designee, to
perform the services as specifically stated in the Scope of Services attached hereto as
part of this Agreement as "Attachment A ", and as may be specifically designated and
additionally authorized by the VILLAGE through the issuance of a Work Order.
2. FEES FOR SERVICES
Upon satisfactory completion of the specified work as determined by the sole discretion
of the Village Manager, the CONTRACTOR agrees to charge the VILLAGE in
accordance with the following fees for service:
A.
Grapple Truck with Operator
B.
Bobcat with Operator
C.
Chainsaw with Laborer
D.
Power Pruner with Laborer
E.
Cherry Picker with Operator
$ /20.00 per hour
$ .5;Z 50
per hour
$ 28.50
per hour
$ 2 & 50
per hour
$ S7.oa
per hour
3.
F.
Bucket Truck with Operator
G.
Loader Truck with Operator
H.
Front End Loader with Operator
I.
Back -hoe with Operator
J.
Flat Bed Truck with Operator
K.
Pick -up Truck with Operator
L.
Dump Truck with Operator
$ 8.00
(please state size:
M.
Water Truck with Operator
N.
Polecat with Operator
O.
Misc. Tools, Gas, Oil & Equipment
P.
Supervisor
Q.
General Laborer
R.
Debris Pushing
S.
Debris Removal*
T. Cutting of Tree Hangers (I -5 hangers)
U. Cutting of Tree Hangers (6+ hangers)
V. Stump Removal**
W. Stump Grinding
$ 118.00
per hour
$ /18.00
per hour
$ /00.00
per hour
$ NsoO
per hour
$ 40.00
per hour
$ 08 400
per hour
$ 418.00
per hour
$ 80.00 per hour
$ 65.00
per hour
$ 50 o
per hour
$ 38.CD
per hour
$ 2'e -0o
per hour
$ jOD.cc)
per hour
$ E3 Z.00
per ton
$ I/00
per cubic yd
$ 8.00
per tree
$ 6P.00
per tree
$ /2Zo zo
per hour
$ 1-/0.00
per stump
(stump size:
$ 104 .BO
per hour
$ 50.E per stump
(stump size:
*This includes all equipment. operator, special labor, and any and all other tees necessary for the general debris pick -up throughout
the Village of Pinacrest. hauling and dumping this debris. Dumping fees are NOT included.
*"Stumps are to measure more than 24 inches in diameter (measured two feet from the ground, and be at least 50 %uprooted.
INVOICING AND PAYMENT
The CONTRACTOR will issue an invoice of the work, which has been completed, in
the Village Manager's sole discretion. If he/she determines that the work specified in the
invoice has been performed according to the job specifications, the VILLAGE shall pay
such invoice within 30 days.
The VILLAGE shall pay to the CONTRACTOR for the faithful performance of this
!Agreement, in lawful money of the United States of America.
7
VILLAGE OF PINECREST
OFFICE OF THE VILLAGE MANAGER
September 12, 2007
Robert M. Mitchell, President
Bamaco, Inc.
6869 West Highway 100
Bunnell, Florida 32110
Dear Mr. Mitchell:
Peter G. Lombardi
Village Manager
Thank you for submitting a proposal for Emergency Debris Removal services for the Village of
Pinecrest. Enclosed is a fully executed agreement for your records. Please note that the
agreement is for a two year term beginning on the date of the agreement.
Along with Bamaco, Inc., the Village has decided to sign with the following companies for
emergency debris removal services:
• A Native Tree Service
• All Florida Tree & Landscape
• Romary Equipment
• SFM Services, Inc.
• Thomas Maintenance
In case of an emergency where we need to activate the agreement, you will be contacted by our
Public Works Director, Dan Moretti. If needed, you may reach him at (305) 669 -6916 or
moretti ct oinecrest-fl.gov.
If you have any questions, you may contact me at (305) 234 -2121 or Gasca @pinecrest- fl.gov.
Sincerely,
Angel T. Gasca
Assistant to the Village Manager
Enclosure
12645 Pinecrest Parkway 1 Pinecrest, Florida 33156 1 305.234.2121 1 305.234.2131 monager@pinecreshfl.gov
VILLAGE OF PINECREST
OFFICE OF THE VILLAGE MANAGER
June 17, 2009
Alan McPherson, President
All Florida Tree & Landscape, Inc.
5855 NW 47 Place
Coral Springs, Florida 33067
Peter G. Lombardi
Village Manager
Dear Mr. McPherson:
On September 12, 2007, the Village of Pinecrest signed an agreement with All Florida Tree &
Landscape for Emergency Debris Removal. According to the term of this agreement, it covered a
two (2) year period with a two (2) year renewal option if agreed to by both parties. The Village
would like to extend the term of this agreement for another two years, thus ending on September
12, 201 I.
If All Florida Tree & Landscape would like to extend the term of the current agreement, please
execute this document in the space below and return the original to my office. If you have any
- (305) 234 -2121 or Lombardi @ pinecrest- fl.gov.
I, (print name and title)
t/tJ r ' a
request that the Emergency Debris Removal Agreement between the
Florida Tree & Landscape be renewed for another term, expiring on Se
FA
F �MA
_i
31Z)L hereby
of Pinecrest and All
12,2011.
12645 Pinecrest Parkway I Pinecrest, Florida 33156 1 305.234.2121 1 305.234.2131 1 i monager@pinecrest- fl.gov
Emergency Debris Removal Services
AGREEMENT
All Florida Tree & Landscape, Inc.
September 2007
�.+ ....._I•
1
II
ViLLAGE OF rPINEC'RF. i
REQUEST FOR PROPOSALS
EMERGENCY DEBRIS REMOVAL
NOTICE
WwYOI� /Gi�le /'!Y
The Village of Pinecrest is soliciting proposals from qualified firms to provide specified
services in connection with emergency debris removal.
The proposals shall be based on the furnishing of all material, labor, supervision and
equipment in connection with emergency debris removal services for the Village of
Pinecrest, including, but not limited to:
• Village facilities and sites
• Streets and rights -of-way
• Canals
• Tree removal. standing and re- staking
in complete and strict accordance with specifications in the Proposal Packet.
A complete copy of the RFP may be obtained at www. ip necrestfl.gov /bids.htm or
Village of Pinecrest
Office of the Village Manager
12645 Pinecrest Parkway
Pinecrest, Florida 33156
The Village of Pinecrest reserves the right to waive informalities in any proposal, delete
any proposal item in the project or extend the project within the limits of the work
involved. The Village of Pinecrest reserves the right to accept or reject any or all
proposals, and to contract with multiple contractors for the services specified in this
RFP.
Ail proposals must be received by 10.00 am. on Thursday, June 21, 2007, at the
Village of Pinecrest, 12645 Pinecrest Parkway, Pinecrest, Florida 33156. Any proposal
received after the time specified will not be accepted. Proposals must be sealed and
clearly marked "EMERGENCY DEBRIS REMOVAL ".
Guido H. Inguanzo, Jr., CMC
Village Clerk
A. Scope of Worts The work covered by this specification consists of furnishing all
material, labor, supervision and equipment in performing all operations necessary in
connection with the emergency debris removal services for the Village of Pinecrest,
including, but not limited to:
• Village facilities and sites
• Streets and rights -of- -way
• Canals
• Tree removal, standing and re- staking
B. Submittal Deadline: Sealed proposals completed as described in the instructions to
the contractor will be received until 10:00 am., Thursday, June 21, 2007 by Village
Manager Peter G. Lombardi, 12645 Pinecrest Parkway, Pinecrest, FL 33156.
C. Questions: Any questions concerning the RFP or any required need for clarification
must be made to the Village Manager, Peter G. Lombardi, in writing, at least five (5) days
prior to the submittal deadline, to Lombarduwvmecresc -n sov or fax (305) 234 -2131.
Interpretations or clarifications considered necessary by the Village in response to such
questions will be issued by an addenda e- mailed or faxed to all parties listed on the
official BIDDEWs list as having received the RFP documents, and be made available to
any person upon request. Only questions answered by written addenda shall be
binding. Oral interpretations or clarifications shall be without legal effect. No plea of
ignorance or delay or required need of additional information shall exempt a contractor
from submitting the RFP on the required date and time as publicly noted.
D. Quality Assurance: The Village of Pinecrest may inspect work and reject
unsatisfactory or defective material or work at any time during progress of work The
contractor is expected to correct any deficiencies as soon as possible after notification.
As a part of the evaluation of this proposal, the effectiveness of the equipment or
techniques being proposed to do this service shall be evaluated by the Villages
Representative. Please specify any special certifications or rating employees have and
any special equipment that is available to provide emergency debris removal service.
V
S' d jJ` r-ad oA 2
E. Contract Period: The Agreement shall cover a two year period with a two year
option if agreed to by both parties, at least ninety (90) days prior to the expiration of
the two year contract. The contract will commence upon signing of AGREEMENT.
F. Instructions to Contractor.
The below listed instructions and proposed Agreement for Emergency Debris Removal
Services (including Attachment A) are hereby made part of this RFP. Compliance with
the instructions listed below is necessary for consideration of this proposal.
I . FORMAT - The proposal prices must be provided on the FEES FOR SERVICE
section in the Agreement and in compliance with all conditions listed.
2. ADDRESS- Address all sealed proposals to: Village Manager Peter G. Lombardi,
Village of Pinecrest, 12645 Pinecrest Parkway, Pinecrest, FL 33156.
3. LABELING- You must mark on the outside of the envelope "Emergency Debris
Removal"
4. DEADLINE- Proposals received after the stated date and time will not be
considered.
S. MODIFICATIONS - Be sure to read all conditions and verify all amounts prior to
submitting bid. No changes or additions will be allowed after the submission
date and time deadline.
6. SIGNATURE - The proposal must be signed with the firm name by an authorized
officer, employee, or agent in the spaces provided.
7. DEVIATIONS FROM SPECIFICATIONS - All exceptions to the proposal
specifications or alternative proposals must be clearly shown along with
complete information. Proposals with such deviations or exceptions may or
may not be considered.
8. FIRM PRICE- All prices will remain firm for the term of the AGREEMENT, unless
otherwise specified by the CONTRACTOR.
4. SUITABILITY OF PROPOSAL - The Village reserves the right to evaluate the
proposal in its entirety rather than just considering the price quoted with specific
emphasis on the quality of the service provided by the CONTRACTOR.
10. IDENTICAL PROPOSALS- In the event of two or more identical proposals the
Village reserves the right to award the contract arbitrarily, or for any reason, to
any of the CONTRACTORS or split the contract in any proportion between
two or more CONTRACTORS at the sole discretion of the Village.
11. AMBIGUITY OF PROPOSAL- Any ambiguity in any proposal as the result of any
omission, error, lack of clarity, or non - compliance by the CONTRACTOR with
specifications, instructions, and all conditions of bidding shall be construed in the
light most favorable to the Village.
12 CANCELLATION FOR NON - PERFORMANCE- The Village reserves the right
to cancel any Agreement arising out of this RFP upon providing five (5) days
written notice.
13. ACCEPT OR REJECT PART OR WHOLE OF ANY PROPOSAL- The Village
reserves the right to accept part or all of any specific proposal and the right to
reject all proposals, or any part of any specific proposal or proposals. The Village
of Pinecrest reserves the right to contract with multiple contractors for the
services specified in this RFP.
14. EVALUATION OF PROPOSALS - Proposals will be evaluated based upon
several criteria: prices, the quality of the service available, and references will be
evaluated.
15. ANTI- COLLUSION- No collusion with any other CONTRACTOR on prices or
the terms of any proposal is permitted and shall be cause for any such proposal
to be rejected.
16. REFERENCES- All qualified CONTRACTORS must submit a list of at least three
firms, organizations, or major customers to which they have supplied Emergency
Debris Removal Services within the past five years. Along with this information
should be supplied the name, address and the phone number of each reference
listed.
Reference #1:
Reference #2
WQ4'4j
Reference #3: (5o.4-IN Ro .
6 L(tnC�
cwla t --
cS4-vu (L- U(:d � - -mf n-4 )-57,05 T `/
- -4(r 11
17. PUBLIC ENTITY CRIMES- All vendors are prohibited from submitting a
proposal to the Village of Piinecrest if they have been convicted of any Public
Entity Crimes as described in Florida State Statutes Chapter 287.133 which
states, "A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid on a
contract to supply goods or services to a public entity, may not submit a bid on a
contract with a public entity for the construction or repair of a public building or
public work, may not submit bids or 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 S
287.017 for CATEGORY TWO for a period of 36 months from the date of
being placed on the convicted vendor list"
A CONTRACTOR must submit a completed public entity crimes form attached
to this RFP packet.
18. CONE OF SILENCE - You are hereby advised that this RFP is subject to the
"Cone of Silence," in accordance with Miami -Dade County Ordinance Nos.
98106 and 99 -1. From the time of advertising until the collage Manager issues his
recommendation, there is a prohibition on communication with the Village's
professional staff. The Cone of Silence does not apply to oral communications at
pre -bid conferences, oral preservations before evaluation committees, contract
discussions during any duly noticed public meeting, public presentations made to
the Village Council during any duly notice public meeting, contract negotiations
with the staff following the award of an RFP, RFQ, RFLI or bid by the Village
Council, or communications in writing at any time with any Village employee,
official or member of the Village Council unless specifically prohibited. A copy of
all written communications must be filed with the Village Manager. Violation of
these provisions by any particular bidder or proposer shall render any RFP
award, RFQ award, RFLI award, or bid award to said bidder or proposer void,
and said bidder or proposer shall not be considered for any RFP, RFQ, RFLI or
bid for a contract for the provision of goods or services for a period of one year.
5
AGREEMENT FOR PROFESSIONAL SERVICES
Emergency Debris Removal
THIS AGREEMENT, made and entered into on the 12' day of September , 2007 by and
between the Village of Pinecrest, Miami -Dade County, Florida, party of the first part
(hereinafter called "VILLAGE "), and All Florida Tree & Landscape. Inc. party of the second
part (hereinafter called "CONTRACTOR ");
The VILLAGE wants to engage the CONTRACTOR to perform certain professional
services as specifically described in accordance with ATTACHMENT A - SCOPE OF SERVICES
in this Agreement. The CONTRACTOR wants to provide such specified services in
connection with emergency debris removal.
In consideration of the mutual covenants set forth in this Agreement, the parties agree
as follows:
SERVICES TO BE PERFORMED BY CONTRACTOR
Furnish all material, labor, supervision and equipment in performing all operations
necessary in connection with the clearing and removal of debris, and standing and
staking trees throughout the Village of Pinecrest, including, but not limited to Village
facilities and sites, streets and rights -of -way, and canals.
The CONTRACTOR agrees, as directed by the Village Manager or his designee, to
perform the services as specifically stated in the Scope of Services attached hereto as
part of this Agreement as "Attachment A ", and as may be specifically designated and
additionally authorized by the VILLAGE through the issuance of a Work Order.
2. FEES FOR SERVICES
Upon satisfactory completion of the specified work as determined by the sole discretion
of the Village Manager, the CONTRACTOR agrees to charge the VILLAGE in
accordance with the following fees for service:
A.
Grapple Truck with Operator
B.
Bobcat with Operator
C.
Chainsaw with Laborer
D.
Power Pruner with Laborer
E.
Cherry Picker with Operator
$ 75.00
per hour
$ 46.00
per hour
$ 26.00
per hour
$ 26.00
per hour
$ 65.00
per hour
0
3.
F.
G.
H.
I.
J.
K.
L.
M.
N.
O.
P.
Q.
R.
S.
d
W.
Bucket Truck with Operator
Loader Truck with Operator
Front End Loader with Operator
Back -hoe with Operator
Flat Bed Truck with Operator
Pick -up Truck with Operator
Dump Truck with Operator
$ 95.00
per hour
$ 55.00
per hour
$ 65.00
per hour
$ 17.00
$ 70.00
per hour
$ 45.00
per hour
$ 184.00
$ 35.00
per hour
$ 65.00
per hour
(please state size: 12 yds — 30 )ds )
Water Truck with Operator $ 65.00 per hour
Polecat with Operator
Misc. Tools, Gas, Oil & Equipment
Supervisor
General Laborer
Debris Pushing (front end loader & chainsaw man)
Debris Removal*
Cutting of Tree Hangers ( 1 -5 hangers)
Cutting of Tree Hangers (6+ hangers)
Stump Removal **
Stump Grinding
$ 70.00
per hour
$ 25.00
per hour
$ 35.00
per hour
$ 17.00
per hour
$ 125.00
per hour
$ 184.00
per ton
$ 24.00
per cubic yd
$ 63.00
per tree
$ 95.00
per tree
$ 145.00
per hour
$ 550.00
per stump
(stump size: 24"
and up )
$ 120.00
per hour
$ 400.00
per stump
(stump size: 24" and u
"This Includes all equipment, operator, special labor, and any and all other fees necessary for the general debris pick -up throughout
the Village of Pinecrest. hauling and dumping this debris. Dumping fees are NOT included.
'Stumps are to measure more than 24 inches In diameter (measured two feet from the ground) and be at least 50 %uprooted.
INVOICING AND PAYMENT
The CONTRACTOR will issue an invoice of the work, which has been completed, in
the Village Manager's sole discretion. If he /she determines that the work specified in the
invoice has been performed according to the job specifications, the VILLAGE shall pay
such invoice within 30 days.
The VILLAGE shall pay to the CONTRACTOR for the faithful performance of this
Agreement, in lawful money of the United States of America.
19
4. im
The Agreement will cover a two (2) year period with a two (2) year renewal option if
agreed to by both parties, at feast ninety (90) days prior to the expiration of the two
year contract The contract will commence upon signing of AGREEMENT.
ILIA &I.�
This Agreement shall not be assignable by the CONTRACTOR.
•;• LOU L ti I ZA 111KON" ►
The CONTRACTOR warrants that it has not employed or retained any company or
person, other than a bona fide employee working solely for the CONTRACTOR, to
solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s),
company, corporation, individual or firm, other than a bona fide employee working
solely for the CONTRACTOR any fee, commission, percentage, gift, or any other
consideration, continent upon or resulting from the award or making of this Agreement
unless approved by the Manager of the Village of Pinecrest
7. TERMINATION
This Agreement may be terminated by either party upon 60 days written notice with or
without cause. If this Agreement is terminated, the CONTRACTOR shall be paid in
accordance with the provisions of Paragraph 3 of this contract for all acceptable work
performed up to the date of termination.
8. NONEXCLUSIVE AGREEMENT
The services to be provided by the CONTRACTOR pursuant to this Agreement shall
be nonexclusive and nothing herein shall preclude the VILLAGE engaging other firms to
perform the same or similar services for the benefit of the VILLAGE within the
VILLAGE'S sole and absolute discretion.
This agreement, together with all pertinent documentation including attachments and
related materials shall constitute the entire agreement which may only be amended or
modified upon written agreement between the parties.
The CONTRACTOR hereby warrants and represents that at all times during the term
of this Agreement it shall maintain in good standing all required licenses, certifications
and permits required under Federal, State and local laws necessary to perform the
Specified Services.
1 1. INSURANCE
Contractor must also provide proof of insurance to the VILLAGE to be made part of
this contract. The CONTRACTOR shall have and furnish Workers' Compensation
Insurance and Employers Liability in the limits to comply with the Florida Statutes. The
CONTRACTOR shall also furnish Public Liability and Contingent Liability Insurance for
bodily injury in the minimum limits of the policy of One Million Dollars ($1,000,000)
each person and One Million Dollars ($1,000,000) each occurrence for bodily injury
liability and limits of Two Hundred Fifty Thousand Dollars ($250,000) for each
occurrence on property damage liability or Three Hundred Thousand Dollars
($300,000) single limit coverage, all to be in a form satisfactory to the Village and
protecting the Village from any loss due to any claim arising from or out of the contract
work, and shall have the same approved by the Village prior to the signing of the
contract. Insurance must be issued from a company who is licensed to sell insurance in
the State of Florida. Proper certificates of such coverage shall be filed with the Village at
the time of contract signing. The VILLAGE shall be named as an additional insured on
the above - referenced policies.
12. ATTORNEY'S FEES
In connection with any litigation arising out of this Agreement, the prevailing party shall
be entitled to recover reasonable attorney's fees and costs. This provision shall exclude
all litigation resolved by agreement of the parties.
13. NOTICES
All notices and communications to the VILLAGE shall be in writing and shall be deemed
to have been properly given if transmitted by registered or certified mail or hand
delivery. All notices and communications shall be effective upon receipt. Notices shall
be addressed as follows:
VILLAGE: Peter G. Lombardi
Village Manager
Village of Pinecrest
12645 Pinecrest Parkway
Pinecrest, Florida 33156
CONTRACTOR: Alan McPherson
President
All Florida Tree & Landscape, Inc.
5855 NW 47 Place
Coral Springs, Florida 33067
F7
14. GOVERNING LAW
This Agreement shall be construed in accordance with the laws of the State of Florida.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated on the day and year first above
written.
CONTRACTOR:
ALL FLORIDA TREE & LANDSCAPE, INC.
Alan McPherson, President
5855 NW 47 Place
Coral Springs, Florida 33067
8y. --
Alan McPherson
President
VILLAGE:
VILLAGE OF PINECREST
Peter G. Lombardi, Villa e
12645 Pinecrest P y
Pinecrest Flo ' 15�j
Witness: y �( ttest:
„_ Guido
Villast?
Seal:
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
1. SCOPE OF WORK (General Description of Services)
The following is a general description of services that upon issuance of a Work Order
shall be performed by the CONTRACTOR as approved by the Village Manager or his
designee. The CONTRACTOR shall provide all supervision, labor, materials, tools,
equipment, and subcontracted equipment/tools, materials necessary for the
performance and completion of the work. The CONTRACTOR shall conduct the work
so as not to interfere with disaster response and recovery activities of federal, state and
local governments and agencies or public utilities. Scope of work shall include, but may
not be limited to the paragraphs below numbered 2 through and including 6.
The CONTRACTOR shall perform the following services for the first response (initial
push). The emergency initial push will normally be completed within the first 70 hours
following the activation of this contract, unless notified otherwise by the VILLAGE.
Time and material rate shall be applicable. The VILLAGE reserves the right to include a
cost - not -to- exceed provision in the Work Order that the Contractor exceeds at its
own risk without a written and agreed -to amendment.
CONTRACTOR shall conduct emergency clearance of debris from primary
transportation routes as directed by the Public Works Director, or his
designee.
CONTRACTOR shall accomplish street clearance by removing large debris
from traffic lanes and stacking the debris on the rights -of- way /swales.
CONTRACTOR shall develop pre -event emergency response contracts with
local equipment contractors, as approved by the VILLAGE, to ensure
sufficient resources are available on a timely basis to rapidly accomplish road
clearance. Equipment and personnel will assemble at pre- determined rally
point(s), as established by the VILLAGE and the CONTRACTOR, to be
assigned priority roads for immediate clearance based on the disaster event
debris stream. At the rally point(s), all equipment will be photographed,
equipment numbers assigned, and all pertinent information for each crew
recorded. A master crew summary will be provided to the VILLAGE for
documentation purposes. Crews shall be instructed to protect to the extent
practicable existing utilities, curbing, sidewalks, signage, street pavements, and
other permanent fixtures.
CONTRACTOR shall be able to respond to emergency situations when
product is unknown or extent of service needed is uncertain.
CONTRACTOR shall identify work -site limitations.
CONTRACTOR and their subcontractors shall obtain all required permits,
certificates and licenses. All fees pertaining to VILLAGE permits shall be
waived.
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
• CONTRACTOR shall provide clearance to allow for emergency access of
search and rescue operations.
• CONTRACTOR shall allow for major roadways linking outside areas to
designated response staging and relief center sites.
• CONTRACTOR shall provide for access and entry roadways to and from
disposal sites and solid waste disposal facilities.
• CONTRACTOR shall assist public/private utility companies with the ability
to provide water and electrical service.
• CONTRACTOR shall be responsible for the removal of various types of
debris from public property and rights -of -way.
• While CONTRACTOR is engaged in work requirements under this
agreement, CONTRACTOR shall be responsible for the protection of street
surfaces, asphalt, water, sewer, storm drain, cable TV, gas and electrical lines
and all other infrastructure and communication lines or other utility lines.
• CONTRACTOR shall provide for the emergency assessment of suspected
contaminations of hazardous materials.
A. Debris Removal from Public Property and Rights- of-Way
• CONTRACTOR shall mobilize equipment to the VILLAGE as soon as a
disaster event is deemed imminent.
• CONTRACTOR'S primary responsibility includes, but is not limited to the
pick up of debris, removal from public property and rights -of -way and the
hauling to the designated disposal site, or to the Temporary Debris Staging
and Reductions site(s) for further separation and reduction prior to final
disposal.
• CONTRACTOR shall utilize its own vehicles to collect and load all debris
from the VILLAGE'S properties and rights -of -way.
• The VILLAGE shall direct CONTRACTOR'S arriving equipment and crews
to a central rally point for inspection, measurement, and certification prior to
assignment and deployment.
• CONTRACTOR shall take photographs and detailed information of each
vehicle used for debris removal. The VILLAGE shall supervise the process
and approve each vehicles entry in the Truck Measurement Log provided by
the CONTRACTOR.
• CONTRACTOR'S Truck Measurement Log shall include.
rr Assigned equipment number
fi License plate number of the haul vehicle
• Operating company
• Drivers name
A Measurements in feet of the height, width, and length of the truck or
trailer bed
rr Sketch of the vehicle indicating exactly where the measurements were
12
ATTACHMENT A _ SCOPE OF SERVICES
Emergency Debris Removal
taken, volume capacity in cubic yards as calculated for the truck or
trailer bed and initials of the VILLAGE and CONTRACTOR
CONTRACTOR shall adhere to the trucks and /or trailers their company
logo and sticker in S" numbers which details the assigned equipment number
and the calculated volume capacity of the truck/trailer bed.
CONTRACTOR is responsible for obtaining signed load tickets from Miami -
Dade County.
B. Debris Removal from Private Property
• CONTRACTOR shall not conduct any work, including debris removal, in
private property. The VILLAGE will not pay CONTRACTOR for any work
done on private property.
C. Work Areas/Zones
• Using a system that incorporates neighborhoods, major streets, waterways,
and other natural boundaries, the VILLAGE and CONTRACTOR shall
prepare zone maps of the affected area
• The assignment of CONTRACTOR'S crews to specific zones for debris
collection shall be made in coordination with the VILLAGE, prioritizing those
areas most affected by the disaster.
• The CONTRACTOR shall monitor collection crews in their assigned areas
to insure debris eligibility, safe operation, and adherence to FEMA debris
collection guidelines.
• The CONTRACTOR shall conduct a minimum of three debris removal
collection passes from VILLAGE properties and rights - of-way within each of
the zones. CONTRACTOR'S third debris removal collection pass will
require the VILLAGE'S close observation and inspection to ascertain
whether or not the VILLAGE will certify the zone clear of debris.
CONTRACTOR shall resolve any deficiencies noted by the VILLAGE prior
to moving crews to the next zone. The CONTRACTOR shall submit daily
reports to the Village that indicate each zones status including those that
have been cleared.
• CONTRACTOR shall insure all debris is loaded at curbside with appropriate
machinery that will not destroy property. CONTRACTOR shall be
responsible for all property damage.
• Depending on the debris size and type, CONTRACTOR shall use
appropriate excavation type machinery in accordance with local, state, and
federal safety guidelines.
13
_ATTACHMENT A SCOPE OF SERVICES
Emergency Debris Removal
4. TECHNICAL ASSISTANCE/RECORD KEEPING AND REPORTING
A. Technical Assistance
CONTRACTOR'S technical assistance team will perform the following core
responsibilities, which are intended to assist the VILLAGE in receiving the
maximum eligible reimbursement from external sources.
• CONTRACTOR shall comply with Federal and State guidelines conducted
under the Public Assistance Program including, but not limited to the
following reference materials. Debris Management Guide (FEMA), Policy
Digest (FEMA), Public Assistance Guide (FEMA), Applicant Handbook
(FEMA), Stafford Disaster Relief and Emergency Assistance Act (US
Congress), and 44 CFR (US Congress).
• CONTRACTOR shall provide documentation of all costs associated with
emergency incidents in a timely manner to assist the VILLAGE in cost
recovery in accordance with established FEMA requirements.
CONTRACTOR must coordinate with appropriate VILLAGE staff regarding
proper billing procedures to meet FEMA reimbursement requirements.
CONTRACTOR'S invoice shall include the segregation of costs by Site or
Project Worksheet. CONTRACTOR shall deliver the aforementioned
records to the VILLAGE'S Public Works Director.
• CONTRACTOR shall immediately report the discovery of any hazardous
material to the VILLAGE.
• CONTRACTOR shall provide recovery overview to the VILLAGE.
• CONTRACTOR shall brief the VILLAGE on the recovery process, critical
meetings, required procedures and the current disaster recovery
environment.
• CONTRACTOR shall assist and support the local recovery team through
the recovery process.
• The CONTRACTOR shall remain on site until released by the VILLAGE.
• CONTRACTOR shall conduct an exit interview with the VILLAGE.
• CONTRACTOR shall prepare an after action disaster event report for the
VILLAGE.
• CONTRACTOR shall remain available for any additional recovery assistance
and guidance requested by the VILLAGE
B. Documentation and Reporting
CONTRACTOR shall supply the VILLAGE with the load tickets to record the
debris collected from the rights- of-way and transported to the designated
disposal site. CONTRACTOR'S load ticket shall contain 15 key data points
described in the Debris Management Guide (FEMA). CONTRACTOR'S load
ticket shall consist of five -parts allowing all recovery participants to maintain
documentation.
14
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
The CONTRACTOR shall post the load tickets to a report with a hard copy and
disk provided to the VILLAGE'S Public Works Director. CONTRACTOR shall
detail the following load ticket information on the report:
• Date
• Village of Pinecrest
• Preprinted ticket number
• Hauler's name
• Truck number
• Truck capacity in tons
• Load percentage full
• Load amount in billable weight
• Debris classification as burnable, non - burnable, mixed, other
• Point of origin for debris collected and time loaded
• Dump site location, date and time dumped
CONTRACTOR shall provide to the VILLAGE'S Public Works Director daily
reports denoting progress to date and crew assignments. CONTRACTOR'S
reports shall detail current crew assignments by zone and the percentage of
completion for each pass by zone. The CONTRACTOR will also provide a
project deficiency report to the VILLAGE on a daily basis detailing any accidents,
private or public damage, and/or homeowner complaints. CONTRACTOR shall
be committed to an initial response to all deficiencies within 24 hours.
S. PROF ECT MANAGEMENT
CONTRACTOR shall attend meetings and provide for daily progress reports as well as
the dispatching of field supervisors where necessary. A twenty four (24) hour response
must be provided by CONTRACTOR for any complaints from homeowners.
CONTRACTOR shall provide for quality assurance at all times.
CONTRACTOR shall be monitored by the Village Manager or his designee to ensure
work is being performed as detailed in this Agreement, including Attachment A, Scope
of Services.
CONTRACTOR shall provide name, phone numbers and emails of crew chiefs,
foremen, superintendents, etc., to be contacted in the field. Said crew chiefs, foremen,
superintendents, etc. must have radio and /or phone communication with the crew
reporting to them.
11
ATTACHMENT A — SCOPE OF SERVICES
Emergency Debris Removal
6. MOBILIZATION PLAN
CONTACTOR must provide a mobilization plan which includes a time line indicating
set-up and the different steps of mobilization, anticipated staging area(s), and office
location.
CONTRACTOR shall mobilize equipment to the VILLAGE as soon as a disaster event is
deemed imminent.
7. OTHER SERVICES A$ NEEDED
The CONTRACTOR shall perform other services only as specifically designated and
additionally authorized through the issuance of a work order by the VILLAGE for the
following services and/or as negotiated in accordance with Emergency Procurement
Procedures.
• Hazardous stump removal
• Hazard and debris removal from canals and waterways
• Aerial hazard mitigation (hangers)
• Backfill material
16
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Emergency Debris Removal
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes - "A person or affiliate
who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a
Bid on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a
public entity for the construction of repair of a public building or public work may not submit bids on leases or
real property to a public entity, may not be awarded to 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 Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from
the date of being placed on the convicted vendor list".
The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. BIDDERS
must disclose with their Bids, the name of any officer, director, partner, associate or agent who is also an officer or
employee of the Village of Pinecrest or it's agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted to 4
me 10/Ae- ,
6u,oE.-
[print name of entity submitting sworn statement] yy
whose business address is (i � , � ! ' ' �� 0-a /U �Y. 4S '7-`
6
and (if applicable) its Federal Employer Identification Number (FEIN) is - M7; (if the
entity has no FEIN, include the Social Security Number of the individual signing this sworn statement
2. 1 understand that a "public entity crime' as defined in Paragraph 287.133 (1)(g), Florida Statutes means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the
United States, including, but not limited to ,any bid or contract for goods or services to be provided to
any public entity or an agency or political subdivision of any other state or of the United States and
involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes .
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by indictment or information after
July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate' as defined in Paragraph 287.133 ([)(a), Florida Statutes. means:
(a) A predecessor or successor of a person convicted of a public entity crime: or
(b) An entity under the control of any natural person who is active In the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in any person, or a pooling of equipment or income among persons when not for fair
market value under an arm's length agreement, shall be a prima facie rase that one person
controls another person. A person who knowingly enters into a joint venture with a person
17
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Emergency Debris Removal
who has been convicted of a public entity crime in Florida during the preceding 36 months shall
be considered an affiliate.
5. 1 understand that a "person" as defined in Paragraph 287.133 (1)(e), Florida Stawtes. means any natural
person or entity organized under the laws of any state or of the United States with the legal power to
enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or
services let by a public entity, or which otherwise transacts or applies to transact business with a public
entity. The term "person" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in management of an entity.
6. Based on information and belief, the statement which 1 have marked below is true in relation to the entity
submitting this sworn statement. Qndicate which statement applies.]
VINeither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July I, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
11 1989.
The entity submitting this sworn statement or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active In the management of the entity,
or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July
1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of
Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this sworn statement on
the convicted vendor list (attach a copy of the final order.)
1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE
PUBLIC ENTITY INDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND
THAT THIS FORM IS VAUD THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I
ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING
INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017.
FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN
THIS FORM. t /� n n
[signature]
Sworn to and subscribed before me this day of I'b 2007.
Personally known V OR Produc identification
Notary Public — State of
jc ssi expires
(Type of identification)
(Printed, typed or stamped commissioned
name of notary public)
Form FUR 7068 (Rev.06/11 /92)
°,wY ^off Notary Public State of Florida
Mary Anna. Wolfson
y- My Commission DD452979
Expires 0712912009
18
Emergency Debris Removal
Village of Pinecrest
Mobilization Plan
All equipment and crew will respond and be onsight within 6 hours after the initial
emergency activation. We will utilize all staging areas designated by the Village of
Pinecrest. Travel trailers with generators will be used as our base of operations and
command centers until further needs are accessed and available.
Debris removal will be determined as to major roadways/ intersections and severity of
same after all Public Safety Vehicles are mobile and human safety situations have been
assessed and determined to be resolved. Upon confirmation from the Village, All
Florida Tree will commence when the wind falls to approximately thirty five (35) miles
per hour.
We will continue to work up to full strength within the next 24 to 48 hours. We will work
all daylight hours minimally, and stay working seven (7) days a week until such time the
community is clear of all major debris.
All onsite supervisors have two way Nextel radios and telephones with alternate
providers should there be any lapse in service coverage. Management coummicates
right on down the chain of command throughout the day with each and every job to
insure that our impact is negligible and safe for our employees, citizens and
environment.
iI µ.
ALAN S. MCPHERSON
PRESIDENT
ALL FLORIDA TREE & LANDSCAPE, INC.
WEST PALM BEACH, FL
present; Company specializing in commercial and residential; tree
services/projects related to pruning, trimming, dusting, fumigating, Installation
and removal; landscape installation and removal, including exotics; waterway
cleanup and debris removal and Hurricane /Disaster Relief Work. Customers
included governmental entities Management Districts, Municipalities,
Homeowner's Associations, Private and Public Golf Courses and Residential
home owners.
South Florida Water
Management District
y- City of Key Biscayne, Fl-
o City of Wilton Manors, FL
+s Port Saint Lucie County, FL
•3 Port Charlotte, FL
•e Sanibel island, FL
6- Arcadia, FL
+ Hampton, VA
-S City of Ft. Lauderdale, FL
•`
City of Oakland Park, FL
City of Pompano Beach, FL
❖ Village of Royal Palm Beach, FL
-le Collier County, FL
❖ Marion County, FL
•3 Desoto County, FL
Country Club at Mirasol
•5 Crowder Gulf
g, 2003 Hurricane Isabella - (Virginia): Disaster Relief, Debris Removal,
Riaht of Way Clearing
.r
.g
grinding, Mulch
Removal, Removal and hauling of
Mulch hauling and waterway clearing
TEEAWLANDKAF1 .. ALAN S, McPHERSOK
PRESIDENT
1998- 2003 I COMMUNITY TREE & LANDSCAPE, INC.
WEST' PALM BEACH, FL
Operations Management: Management of construction operations for
commercial and residential; tree services /projects related to pruning, trimming,
dusting, fumigating, installation and removal; landscape installation and
removal, including exotics; waterway cleanup and debris removal.
1980 —1983 Comeii College - Mount Vernon, Iowa
Bachelor of Arts in Environmental Studies
Bachelor of Arts in Economic & Business
International Society of Arborist — Certified Arborist, Certificate # FL -1332A
MARY ANNE WOLFSON
VICE PRESIDENT
2005 - Present
PROFESSIONAL EXPERIENCE
ALL FLORIDA TREE & LANDSCAPE, INC.
WEST PALM BEACH, FL
Vke Pqr~ Planning, implementing and managing the operational
initiatives and objectives to meet the Company's financial and strategic goals.
Communicate and management of all departments. Oversees all aspects of
project management including due diligence, construction management,
scheduling and budget development interacts with Customer's to ensure
customer's goals and objectives are met Oversees preparation of accurate and
complete reports to owner. Anticipates and responds to Customer's needs and
concerns. Bids and negotiates accurate, timely and complete contracts between
Customers and Vendors. Supervises and performs all aspects of contract
administration including contract review, change orders, project start -up and
closeout.
1995- 2D05
CARMAM, BEAUCHAMP & SANG, P.A.
BOCA RATON, FL
Pa-~-, irsurarloe defense — profident in all aspects of high profile litigation including
case management, dsovery, remrd review, deposition summaries, preparing per,
attrdarxe at depositions and rr ns.
1989-1995
WOLFSON & KONIGSBURG, P.A.
DAVIE, FL
Para/egat: Worker's Compensation, Social Security Disability, General Civil
Litigation, Family law, Federal and District Appeals
1987 -1989
MARK S. ROTH, P.A.
HOLLYWOOD, FL
Paraftal /Legal wry: Family & Civil Trial Litigation
tANDSEVE-, MARY ANNE WOLFSON
VICE PRESIDENT
1987 -1987
1980 -1982
PETERSON & BERNARD P.A.
FORT LAUDERDALE, FL
Legal Sec►etarr, Defense Malpractice
F. SLANE CARNEAL, P.A.
FORT LAUDERDALE, FL
parafegaf/LeyafSecnetarya Plaintiff Personal Injury
CAREY, DWYER, COLE, SELWOOD & BERNARD, P.A.
FT. LAUDERDALE, FL
Conrfer/oA'fae AssLWant: Performed administrative clerical functions and
performed courier responsibilities.
1980 —1983: Florida Atlantic University, Boca Raton, FL
Undergraduate Program - Literature
Institute for Legal Assistants 1981
1979-1980 Palm Beach Junior College, West Palm Beach, FL
Associates Arts Degree
Member of Phi Beta Kappa
NAME JOB TITLE LOCATION
ALAN MCPHERSON OWNERIPRESIDENT FIELD
561262 -0752 Certlfed Arborist
6660 SW Markel St Palm City, FL 34990
LARRY BUSHA MANAGER FIELD
561767-0472
EDWIN HERNANDEZ FOREMAN
5612145819
SCOTT SCHMIDTT
SUPERVISOR
772 3705522
701 N. Mien River Or
Ft. Pierce, FL
DAN WERTZ, JR
MANAGER
561889-0399
167 S Sewaiis Pt Rd
Stuart, FL
ALECIA CANTRELL
RISK MANAGER
954 249.8275
MARY ANNE
Vice President
WOLFSON
954254-4219
5855 NW 47 Place
Coral Springs, FL
FIELD
FIELD
KEY PERSONNEL
SUPERMSORS/MANAGERS
RESPONSIBILITIES
Overall running of corporation
overseeing all current projects
Supervises crews and nursery
Supervises Crews
Supervises job sites/crews &
handling of large equipment
FIELD Supervises job skes/crews
operates heavy equipment
OFFICE Oversees all insurance, equip
issues, payroll
OFFICEIFIELD Preparation of bids, contracts
insurance, preparation of
invoices/proposals, assists
in estimations in the field
Arborlst Certification pending
YEARS
EXPER
10
24
25
15
40
10
20
it
1 t"�
1
.y
11 r.
1 11
VILLAGE OF PINLCR.EST
OFFICE OF THE VILLAGE MANAGER
"IDIWI •
Project Name: Emergency Debris Removal
Date: June 4, 2007
Sent: E- maii/Web Site
Am
I
This addendum submission is issued to clarify, supplement and /or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
1. How many copies of this bid do you require?
We only require one (1) copy of the proposal.
2. Do you require any bonding information?
No, we do not require any bonding information.
1 16?. Yv' n,V "r _ M H",.' 411',,, <V5 !14 /I i1 U1. %44)1:1 m� �9� 1' ---.. ..
.rj
e 1 \ $
-+ V1� AGE OF PiNECREST
OFFICE OF THE VILLAGE MANAGER
ADDENDUM NO.2
Project Name: Emergency Debris Removal
Date: June 7, 2007
Sent: E- mail/Web Site
This addendum submission is issued to clarify, supplement and /or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
SPECIFICATIONS
I. Page 7 pricing for letter "R" do you want per for hour pricing debris pushing crew of
multiple laborst N so, do you want to specify what you consider the make up of a
crew. (dump truck, front loader, chain saw with operator) , and how many to a crew.
Letter "R" is for pricing, per hour, for a pushing crew consisting of all necessary labor
and equipment. Please list what your pricing includes.
2. Page 7 pricing for letter "S" do you want per CY and per ton rate for collection only
or Processing and Disposal at Temporary Debris Management Sites.
Letter "S" includes all equipment, operator, special labor, and any and all other fees
necessary for the general debris pick -up throughout the Village of Pinecrest, hauling
and dumping this debris.
It includes dumping at Miami -Dade County Trash Centers — The Village does not
anticipate initializing any Temporary Debris Management Sites. Dumping fees are NOT
included.
I %h3`. Yv�nrrn•i Yv'p.v +V Y'nrv' F.n.H, ii1\{. 1111 1 W%I/I it 1,)'4ll 4 1
4�
---I
'f I�
VILLAGE OF PINECREST a�YC»a s•r
OFFICE OF THE VILLAGE MANAGER
ADDENDUM NO.3
Project Name: Emergency Debris Removal
Date: June 15, 2007
Sent: Fax/E- mail/Web Site
This addendum submission is issued to clarify, supplement and /or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
1. What parts of the Bid are required to be returned with our proposalt Otter than the
puMk Entitles Form (the cost porton is part of the bid is auacimd to the Agreement
for Professional Services)
I am sending Quallficaton/Experfence Info with whatever else you require sent bads
Contractors must submit the entire RFP packet with the appropriate sections filled
out Specifically, the References on pages 4 and 5, Fees for Service on pages 6 and 7,
and, Public Entity Crimes and Conflicts of interest form on pages 17 and I&
Additionally contractors should submit a letter of interest along with any other
pertinent information to the company including qualifications and experience.
2. On page seven (7), Fees for Service, item "S", requests a "tonnage" price for Debris
RemovaL Queston: VVIU the monitoring firm, or the Village, be equipped to certify
the `wve*W of the truck prior to commenting work? if not how will certification of
the truck be performed?
Contractor will need to certify their trucks through the Miami -Dade County Solid
Waste Department.
1 1h4 \ 14 )1 it _ '!(.n .•
:i
I!
VILLAGE OF PINECREST
OFFICE OF THE VILLAGE MANAGER
Project Name: Emergency Debris Removal
Date: June 18, 2007
Sent Fax/E- mail/Web Site
.,I.
e�sr =s ri-7A4
This addendum submission is issued to clarify, supplement and/or modify the previously issued
RFP Documents, and is hereby made part of the RFP Documents. All requirements of the
RFP Documents not modified herein shall remain in full force and effects as originally set
forth.
1. In reviewing the RFP documents, it states
E'YALUA7XW OFPAOPOSALS- Avpo als *Y# be eua/wtedband Ww seva a/
&*ar : prka& the gmfty ofdre swWce aval/eb/ey and ro/brn xw w1# be eva/aattd
To satisfy evaluation of the "tire quality of service available° what information, in arty,
In addition to that asked for in Section D. Quality Assurance is the Village requiring!
For instance, should contractors submit a history of similar projects completed
and/or personnel experience and quralifications beyond what is required im Section D
(Le., resumes)!
The only requirement is to submit the entire RFP packet with the appropriate sections
filled out. Specifically, the References on pages 4 and 5, Fees for Service on pages 6
and 7; and, Public Entity Crimes and Conflicts of Interest form on pages 17 and 18.
However, contractors should submit a letter of interest along with any other
pertinent information to the company including qualifications and experience.
2. Within Attachment A — Scope of Servlces, It states
1.9WL/ZA770NPLAN- CONTACTOR mmtp owde a mob✓ /I=6;7n pAw wh/ch
lndu&v a time Nne /adtaft mt-V and du 49br ntsteps ofmoAftail>: &Wk*W
saWngaroa(s), and o** k adun.
Is this a requirement of the proposal or Is It to be submitted by the successful bidder!
This is a requirement of the proposal.
! /y4p vrn•..n., v,r�,n. +.y vA.....«4,.n. 11Th <,,yi 4 it /I ly)Gi4 tI?I ""'r
4f20/200.' 3;27 FM FROM FOR Amp, Pief 14g4ing TO! 160103214 ORR, 001 or Q01
TMPOUOM
"U""ER MEDBELOWMVEOMMSUGOVOTM
."
juff
=AWVEMRTHEP0UCYPeww
a. TM 4R CONDMONOF ANY CONTIMCY 00t 00ifft �M Na"REPECT10104aw"
CERTIFICATE OF LIABII'JTY INSURANCE
"n maw, m tw meumiml
V2012M 3121:
7 RK
Higbpoint Risk
14160 Dal 1A
Dallas, TX
ees LLC
s Parkway 9500
15254 j
OMY AND COMP
HGUML Im C8R1wtC
UPM 'RE CERTIFICATE
WTANWARXTMDOR
(800) 632-5)96
Fax: (972) 404-4450 i
—ALURTMCOWMAaff
UMM*
ww"Lu
"I W0"RQm KMwMT%0A
COW
Mown
jk;s0mFk"
wamenk Companion Pr
'r
t Casualty insurance cow
ALL FLORIEP
6861 RAMA
Raw", rL
TREE AND LANDSCAPM
U. DR,
33401 I
POMERH
tweepa-M
I
V19uRSRC;
(561) 832-9
M Fax: (561) 032 -9568
AGORWAV
TMPOUOM
"U""ER MEDBELOWMVEOMMSUGOVOTM
."
juff
=AWVEMRTHEP0UCYPeww
a. TM 4R CONDMONOF ANY CONTIMCY 00t 00ifft �M Na"REPECT10104aw"
BEISIM OR
"n maw, m tw meumiml
ANY
&MA90 TO A" IRE Tqgtwmk
j
to SUCH
STRUT ROAD, SUITE 200
TEUM"SHDVMW rKWOMMEDUMBYPM
RICHE
man I r4s
ormamma mummmmurn MAU
UMM*
ww"Lu
"I W0"RQm KMwMT%0A
COW
�tx1l uhmuw i
jk;s0mFk"
V
060SMM*
Dom
tweepa-M
I
AGORWAV
I
90,100
"Mom
HMO,
MOM
Jme
ROM"
VVA ' M,cc
"Pum
KnM m
murV
M"i
od S
w Kws
4YY7a11Aaa
LOOLWY
WC77779990101 f
4/l/2007
4/1/2008
LaOWWM ER
et"M�v
$ it
X)00(
% I(
X)GO(
t 1(
*00(
•rwK
I
1, this certificate
remains in effect, provided the cfient's account is in goads *Nnm"R
..th AMS. Coverage
is not pro,ided
for any ouployee for which the clientli. act reporting rftqae to
. 1 4
pplie, to 1001, of the
eMPloye" Cf
.
AMS leased to ALL FLORIDA TREE AND ING, effective 04/01J2007i
'A.
2. 1irmured is afforded
Workers C
oration & Employers liability as a co-am�lnyer under the policy for
Oyprps lensed froth AM
Staff Leas' llon,
Im.
I
CITY Of
FORT 1AUDERMLA C/O
CREAM
INSURANCI CDOCEPTS, INC. i
"n maw, m tw meumiml
79Y 30 m% YnaRY
7206 ML
STRUT ROAD, SUITE 200
RICHE
. VA 23235
wom me m"mmom uuamd
"I W0"RQm KMwMT%0A
Emergency Debris Removal
Village of Pinecrest
Mobilization Plan
All equipment and crew will respond and be onsight within 6 hours after the initial
emergency activation. We will utilize all staging areas designated by the Village of
Pinecrest. Travel trailers with generators will be used as our base of operations and
command centers until further needs are accessed and available.
Debris removal will be determined as to major roadways/ intersections and severity of
same after all Public Safety Vehicles are mobile and human safety situations have been
assessed and determined to be resolved. Upon confirmation from the Village, All
Florida Tree will commence when the wind falls to approximately thirty five (35) miles
per hour..
We will continue to work up to full strength within the next 24 to 48 hours. We will work
all daylight hours minimally, and stay working seven (7) days a week until such time the
community is clear of all major debris.
All onsite supervisors have two way Nextel radios and telephones with alternate
providers should there be any lapse in service coverage. Management coummicates
right on down the chain of command throughout the day with each and every job to
insure that our impact is negligible and safe for our employees, citizens and
environment.
ArXRa
CERTIFICATE OF
BILITY INBU
n1 07
PRODUMR.
Glenn
3086
Lake
861)
Inanranea Agency
Road
rth , fl 33467
32 -5984
TidS C
ONLY AND
AL TM
USD AS A MATTER OF )N
NO RMNTS UPON THE
DOES 6�1fTT i Pte'
RMA
RTIFI
s a
tNSUNENSAFF
MKOM iV 8
0!
"Co
tv W EO
ALL FLDRIDA TRU AND LANDSCAPING
625 N.FLAGLER DRIVE SUITES
NEST PALM SEAC8, rL 33401
62 -9752
7
wwAAA a N7►
.1N$URANCE
_
wuRtaa
ewASAO:
reuAd� c
COVERAGAS
THE
ANY
MAY FFR
PQ IM.
E6 OF"'UPANCe UPOULdNNAMUNMU
7, TERM OA CONOnM OF ANY CQNiRAC�
T1M WSUAANCEAFFOR060 BY TNe POLK.7R8
REQATEUMR66N0WNMAYMAVE6ee1
TOTNENlBURWNAMEOASOJE
OTNER OOCUUEW YY o
QR 6�DHVWI 16 SLMX TO
►AI�CLMM6.
PdtlOD PiCICATEO, NO
THS CEWnFrAYE MAY
. SRCLU**t4 AND C0N0M
AN01
1SBUE0
OF 6U
A
LtAUM
OsswRCUt otNaALU6Am
CUNSIMO4 OoOCUR
pmwww
CP -7654
A
j
1
02/07/07
;'
02'
7%18
UNR$
EACH 0CM0WOCE
t 2 L 00
000
PAeswES
t 5
000
NlDOO(AMOMDMN�I
s
000
PEAwrPStAawuRr
t 2 00
000
OENMA AOOREGATE
s 2 00
000
AOMW EUNTAPPLUPW
►OUCY toO
PROOUCn•eOWWAOO
s 2 00
000
8
�,AW0
A"QWW 0AU7Of
6dIWULPo AUTOS
MM AUM
3070S
08/02/06
08
02j4D 7
t6 YtAw.ewvr
s 1,00
,000
rODArwwY
t fYNM11
s 25
, 000
rNta»T
t 50
,000
(PROPiaAaAAOe
10
, 000
uASAlrr
ANYA O
AVTOON.Y-FAACC10iN1
OEM EA A=
AulOONtY; AW
f.
CESSAAORVAA 1V*UfY
OCMA GNIl6YADE
wDucrou
anow ION s
I
UCK O= A P"
AOOIIEWTS
womts
compesATaw o
�UABIM
X1 I 109t
lL fACN ACCIOiRf
cotHAt.0
SMPIOY
E
S1.01AFAtE •POIA:Y tMMf
OTt"
OPSMTpNiILOCAT101e /YHA0le6 E1IQ.VE10116ADOS0
WDDIeM WISPWALPFAMMNB .
T1F1
TE "mom
LATM 11
SIOSPSERE INTZMTIONAL Iw
3734 131ST AVM NORTE UNIT
CLTJUMTMR,FL 33762
727 -540 -0707
3
SNO"AW Or
DATA TN6AW
M"I ce ToyK
OPMNO0M16A
AEPAlSe1TATIVt6
mo micas Y CANC&LO
POLO" wAt Swoop To NAA
NNASO Lu T.NTr
9a. morANr 1NE
TNC
CAw
7000
rc6
XWATO
$"U
oR
AurnoAaee
ACORO
WA
Ulm)
i
1666
4000007 7127 IN
PA9Mt Pax ANO 8
aff Le891"
TOf 1661872!8
l mRt 001 or 00)
MR
CITY Of
wMYlaeq
iMNCmt,K'ICM1iItM sf
KR TTWOWl1FOR8ATM
ww. .. 1 I it '.',. E
TIEt4A10EK
ANY
WIr
POUCM
CERTIFICATE OF LIABI
..
TY INSURANCE „;
LRtP%&T q.1
2� ,;
t
;7
MR
CITY Of
wMYlaeq
iMNCmt,K'ICM1iItM sf
KR TTWOWl1FOR8ATM
ratLrErMNt
T9SNTW
sk Setay es LLC
INSURANCE CONCEPTS, Illc.
ONLY AiW COIl1dt� K
7X[ CBtTIFICIl1E
wMwl
14160 DAI
11160.
Parkway 1500
A. STREET ROAD, SUITE 200
NOR.OM. 7NeO0tIKK'
no
KOTW
f
Dallas. T%
1
5259
. VA 23235
YgDnha
FOL. M89LOR
rR KFlOW.
(8001 632 -5
6 Par: (972) 404 -4450
MMIRBH"
O Cf7VBfAOE
M o
'
P1S(K6RA Companion Pr
If N
y, Casualty Insurance C
MOSatrF
ALL FLORIM
TREE AND LANDSCAPING
CFIA
01sun to
••
DMIeWNNF
6861 SAA1444A, BMW"
8W"
DR.
33901
V
Pl9URfRC.
INREERO
aW M7
Nl
VswV
IREO
tlfmllYY
fDIn4
DN7NA
IOf
(561) 832-
60 Pax: (5611 832 -9568
OK10.f WI
l
f
PIlUR2RE
feAeH
S
ww. .. 1 I it '.',. E
TIEt4A10EK
ANY
WIr
POUCM
P, gPA4REUEfIS]�OEIKLEr91MRRDlOTNf
. IM OR COUTW OF AW COOIUCT OR UrMR
TE MIJOWNWAFFOMMYTHIIVOLKISOMMMMIXIM
7E W7 K
f1Al®AEDYEPoItTEPOA.YPBWD
NIM/E81ECrIOWNCHTM
ROUSALTTOALLTHE TeOIt,
r W IMU.L OR
OF Rook
rMklll(m mUaY lntloA&rge
MR
CITY Of
wMYlaeq
POLYrMW4kM
ratLrErMNt
T9SNTW
W1r
INSURANCE CONCEPTS, Illc.
wn maw, oe
i
wMwl
o o(mm
m{Efr
1KYI.ODNrnV.tVg11,V
YM:E QOCdrt
A. STREET ROAD, SUITE 200
ROmIS qRR QRIPYAtf MKKR
f
f
. VA 23235
YgDnha
f
µremfe.a9
t _ —••
Me" M 9K4RORM UNIKO V
{AlVM11Nfr
f
'
YlefMgtlrKfeRam! �
MOSatrF
S
CFIA
tE Wr/AtRSNRt
DMIeWNNF
f
V
aof
aW M7
Nl
VswV
IREO
tlfmllYY
fDIn4
DN7NA
IOf
OK10.f WI
l
f
feAeH
S
��.
y,y�W
S
DM9.ff
L
yM«
x11Y t'1
0
YrANS.1KN1
f
i11tF FAMC
r kc
f
s
on. m
OnYaomfa
f
N
_
f
r
aEa
f
t
t
A
YomNMf
AMR
f.oReM
lmmaRr
tg77779990101
4/1/2007
4/1/2000
w I ER
ExAocm9000Emr
f 2
(
MF;W--EWOrtt
f ]
- ,VtIC/W,
f to
(
m18&
�
f
f
Oncor' OF
1. This cat
is not M
employees c
Yorkers Crapensation
staff Lass
ificate remains in affect, provided the c
ded for any employee for which the client
I AMU leased to ALL FLORIDA TR6i AND
i Employers liability as a co-
, Inc.
I FONMat
!ant's account is in good
is not reporting wages to
IM. effective 04/0112007i
layer under the policy for
nd1MI2 etth A,6. Coverage
. )Applies to 100% of the
2. Vured is afforded
lotus. leaned trove ARS
1...,.. I I ..see.. � w..ee....e e I ! 1
ACORD 2549 71 OAOORI)CORPORATIORI
MRam&rrK nfMMK
rMklll(m mUaY lntloA&rge
CITY Of
PORT LAUDERDALE C/O
CREAM:
INSURANCE CONCEPTS, Illc.
wn maw, oe
i
eMmtoa row& 30 ewf wine
1206 HU
A. STREET ROAD, SUITE 200
ROmIS qRR QRIPYAtf MKKR
11!11 t,ff,mw feaKlr ro OOWflefl
RI
. VA 23235
Me" M 9K4RORM UNIKO V
AK' fP twom m am*wk nt wins W
'
YlefMgtlrKfeRam! �
::
ACORD 2549 71 OAOORI)CORPORATIORI
ACORD.. CERTIFICATE OF LIABILITY INSURANCE
D 10 /oLO /0 MIODYWY)
z /o7
PRODUCER 1 -305- 592 -6080
Arthur J. Gallagher Risk Management Services, Inc.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
$200 N.W. 41st Street
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
POLICYNUMBER
POUCYEFPECT(VE
Suite 200
Miami, FL 33166
INSURERS AFFORDING COVERAGE
NAIC#
INSURED
ALL FLORIDA TREE & LANDSCAPE, INC.
INSURERA: Hartford Cas Ins Co
29424
INSURER B: COltaperCe & Industry Ins Co
19410
INSURER C:
PREMISESIEaonaure�
5855 NW 47TH PLACE
INSURERO:
CORAL SPRING, FL 33067
INSURERE:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TR
DD'
HER
POLICYNUMBER
POUCYEFPECT(VE
POLICYEXPIRATION
LIMITS
•
X
GENERALUABILITY
21UENSRS830
10/02/07
10/02/08
EACHOCCURRENCE
$1,000,000
PREMISESIEaonaure�
$ 300_000
X COMMERCIAL GENERAL LIABILITY
J CLAIMS MADE OCCUR
MEDEXP(Anyonaperson)
$N /A
PERSONALSADVINJURY
S 1,000,000
GENERALAGGREGATE
$ 2,000,000
GEN'LAGGREGATELIMITAPPUES
PER:
PRODUCTS- COMPIOPAGG
$N /A
POLICY PRO- X
ECT
LOC
•
X
AUTOMOBREUABILNY
X
ANYAUTO
21UENSR5830
10/02/07
10/02/08
COMBINED SINGLE LIMIT
(Ea ao dont)
$1.000,000
SODILYINJURY
(Perperaon)
$
ALLOWNEDAUTOS
SCHEDULEDAUTOS
BODILYINJURY
(Peraccitlant)
S
_
HIREDAUTOS
NON.OWNEDAUTOS
PROPERTY DAMAGE
(Peramken0
$
GARAGE LIABILITY
AUTO ONLY- EAACCIDENT
$
OTHERTHAN EAACC
$
ANYAUTO
_
$
AUTO ONLY: AGG
EXCESSNMBRELLAUABNTY
EACHOCCURRENCE
$
OCCUR CLAIMSMADE
I
AGGREGATE
$
_ _
_
$
DEDUCTIBLE
$
RETENTION $
B
WORKERS COMPENSATION AND
WC5314065
08/30/07
08/30/08
X I WCSTATU- DTH-
EMPLOYERWUABILITY
EXECUVE
ANY PROPRIETONPARTNEN 11
OFFICENMEMBER EXCLUDED?
EL EACHACCIDENT
$1,000,000
E.L. DISEASE -EA EMPLOYEE
$1,000,000
Ifyes.dosmbeunCer
SP ECIALPROVISIONSbolO
E.L. DISEASE - POLICY LIMIT
$1,000,000
OTHER
I
DESCRIPTIONOFOPERATIONS ILOCATIONSI VEHICWSI EXCLUSIONSADDEDBYENDORSEMENTISPECIALPROWSIONS
RE: EMERGENCY DEBRIS REMOVAL- FURNISH ALL MATERIAL, LABOR, SUPERVISION, AND EQUIPMENT TO PERFORM ALL OPERATIONS
NECESSARY IN CONNECTION WITH THE CLEARING AND REMOVAL OF DEBRIS, STANDING AND STARING TRESS THROUGHTOUT THE
VILLAGE OF PINECREST, INCLUDING BUT NOT LIMITED TO VILLAGE FACILITIES AND SITES, STREETS AND RIGHT OF WAY, AND CANALS.
TWO YEAR PERIOD WITH TWO YEARS RENWABLE OPTION.
THE CERTIFICATE HOLDER IS NAMED AS AN ADDITIONAL INSURED.
OF PINECREST
GASCA
PINECREST PARKWAY
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO WE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
FL 33156 I AUTHORIIEDREPRESENTATWE
USA
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
Emergency Debris Removal Services
All Florida Tree & Landscape, Inc.
Original Submittals — For Reference Only
AGREEMENT FOR PROFESSIONAL SERVICES
Emergency Debris Removal
THIS AGREEMENT, made and entered into on the day of 2007
by and between the Village of Pinecrest, Mi mi -Dade County, Florida party of the first part
(hereinafter called `VILLAGE "), and j}I ( lt�Traw+� (�nr�., . party of the second
part (hereinafter called "CONTRACTOR "); -'
RECITALS:
The VILLAGE wants to engage the CONTRACTOR to perform certain professional
services as specifically described in accordance with ATTACHMENT A - SCOPE OF SERVICES
in this Agreement. The CONTRACTOR wants to provide such specified services in
connection with emergency debris removal.
In consideration of the mutual covenants set forth in this Agreement, the parties agree
as follows:
I. SERVICES TO BE PERFORMED BY CONTRACTOR
Furnish all material, labor, supervision and equipment in performing all operations
necessary in connection with the clearing and removal of debris, and standing and
staking trees throughout the Village of Pinecrest, including, but not limited to Village
facilities and sites, streets and rights -of -way, and canals.
The CONTRACTOR agrees, as directed by the Village Manager or his designee, to
perform the services as specifically stated in the Scope of Services attached hereto as
part of this. Agreement as "Attachment A", and as may be specifically designated and
additionally authorized by the VILLAGE through the issuance of a Work Order.
2. FEES FOR SERVICES
Upon satisfactory completion of the specified work as determined by the sole discretion
of the Village Manager, the CONTRACTOR agrees to charge the VILLAGE in
accordance with the following fees for service:
A.
Grapple Truck with Operator
B.
Bobcat with Operator
C.
Chainsaw with Laborer
D.
Power Pruner with Laborer
E.
Cherry Picker with Operator
$ T5 • GU per hour
�
$ - Q Q per hour
$ - 0 per hour
$ pin. Q10 per hour
$ Co S . 00 per hour
6
F.
G.
H.
1.
J.
K.
L.
M.
N.
O.
P.
Q.
R.
S.
Bucket Truck witfa (inaratnr
Loader Truck
Front End Lo
Back -hoe wit
Flat Bed Truc
Pick -up Trud
Dump Truck
(please state
Water Truck
Polecat with
Misc. Tools, Gas, Oil & Equipment
as: GG
Supervisor
General Laborer
Debris Pushing
Debris Removal*
T. Cutting of Tree Hangers (1 -5 hangers)
U. Cutting of Tree Hangers (6+ hangers)
V. Stump Removal**
W. Stump Grinding
per hour
per hour
per hour
per hour
per hour
per hour
per hour
per hour
per hour
$ . Q4
per hour
$ [�'ri • 0
per hour
$
I� -- 0 Q
per hour/ r ac" 6f1
ton
$ R y o a
per
$ Z`f • (fib
per cubic yd
$ 43-o'6
per tree
$ T5J a a
per tree
$ 14' . Oa
per hour
$.... . Oct
per stump
(stump size: V( P
$ ' ZO,, UO
per hour
$ Ef 4o, o b
per stump
(stump size: Z 4 PI T 1
•nds eududet aU egWpment. Wemwr, spacW hbor. and any and all other fees necessary for the two-J debris 0&d p throu &out
the Aup of Phw r t h"ns and dumpGtg this debris. Dumpirc fees are NOT included.
*%tamps arc w maasuro more than 24 huduu in clai er (measured two faetfrom the ground) and be at least 50%Wp ted.
3. INVOICING AND PAYMENT
The CONTRACTOR will issue an invoice of the work, which has been completed, in
the Village Manager's sole discretion. If he/she determines that the work specified in the
invoice has been performed according to the job specifications, the VILLAGE shall pay
such invoice within 30 days.
The VILLAGE shall pay to the CONTRACTOR for the faithful performance of this
Agreement, in lawful money of the United States of America.
7
11. INSURANCE
Contractor must also provide proof of insurance to the VILLAGE to be made part of
this contract. The CONTRACTOR shall have and furnish Workers Compensation
Insurance and Employers Liability in the limits to comply with the Florida Statutes. The
CONTRACTOR shall also furnish Public Liability and Contingent Liability Insurance for
bodily injury in the minimum limits of the policy of One Million Dollars ($1,000,000)
each person and One Million Dollars ($1,000,000) each occurrence for bodily injury
liability and limits of Two Hundred Fifty Thousand Dollars ($250,000) for each
occurrence on property damage liability or Three Hundred Thousand Dollars
($300,000) single limit coverage, all to be in a form satisfactory to the Village and
protecting the Village from any loss due to any claim arising from or out of the contract
work, and shall have the same approved by the Village prior to the signing of the
contract. Insurance must be issued from a company who is licensed to sell insurance in
the State of Florida. Proper certificates of such coverage shall be filed with the Village at
the time of contract signing. The VILLAGE shall be named as an additional insured on
the above- referenced policies.
12. ATTORNEY'S FEES
In connection with any litigation arising out of this Agreement, the prevailing party shall
be entitled to recover reasonable attorney's fees and costs. This provision shall exclude
all litigation resolved by agreement of the parties.
13. NOTICES
All notices and communications to the VILLAGE shall be in writing and shall be deemed
to have been properly given if transmitted by registered or certified mail or hand
delivery. All notices and communications shall be effective upon receipt. Notices shall
be addressed as follows:
VILLAGE Peter G. Lombardi
Village Manager
Village of Pinecrest
12645 Pinecrest Parkway
Pinecrest, Florida 33156
CONTRACTOR:
• _c. .
This Agreement shall be construed in accordance with the laws of the State of Florida.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated on the day and year first above
written.
CONTRACTOR:
IAllA-, V,
�_�_.•
Seal:
VILLAGE:
VILLAGE OF PINECREST
Peter G. Lombardi, Village Manager
12645 Pinecrest Parkway
Pinecrest, Florida 33156
Peter G. Lombardi
Village Manager
Guido H. Inguanzo, Jr., CMC
Village Clerk
10
�
\
k
B
a.
■
$
ƒ
e
25 /�
■
§
>
<S
%
�
222_
�o~
et�
w
]$ \k
§ }\
f
Uj
S §32
�E§f
Ste§
k
§
ƒIe
w
/j}/
2§w
�2)
k
t / §�
2
m
�
��
Q
U,
w
\
�
` ,.�