Loading...
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 \ � ` ,.�