Loading...
HomeMy Public PortalAboutTAG Grinding Complete ContractTAG GRINDING SERVICES, INC. Proposal for: TOWN OF GULF STREAM Gulf Stream, Florida Disaster Debris Removal Contract for The Town of Gulf Stream ITB #2008-10 Due Date: April 21, 2008 @ 12:05 p.m. TOWN OF GULF STREAM Attention: Town Clerk 100 Sea Road Gulf Stream, Florida 33483 ORIGINA P. 0. Box 25 * Daviston * Alabama * 36256 * Office: (256) 395-2243 * Fax: (256) 395-9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969-7980 * Fax: (770) 969-7988 ��y ��y ���%�� TAG��m4 GRINDING SERVICES, INC. RE: Letter of Interest Dear Sirs: Thank you in advance for the opportunity to provide our qualifications for storm debris removal services for the Town of Gulf Stream. Please find enclosed requested documents on our company. TAG Grinding Services, Inc. specializes in debris management services as a full time year-round business. We have many years of experience in disaster assistance and debris removal. Due to our extensive experience and qualified personnel, we are not only able to handle large amounts of debris removal and disaster assistance in a timely manner, but we are also able to assist Town officials in the more technical issues that they may encounter with both FEMA and the U. S. Army Corp of Engineers. Because we deal with debris management on a day-to-day basis, we are certain that TAG Grinding Services, Inc. is the most qualified company for the Town of Gulf Stream. TAG is associated with other companies that provide a full range of disaster recovery services from emergency generators, ice and water, to temporary drying of facilities and emergency housing. If you are interested in additional information on these services, please let us know. Again, thank you for the opportunity. Please feel free to contact me directly at (256) 395-2243 or on my cell at (404) 473-1266 should you have questions or need additional information. We look forward to assisting the Town of Gulf Stream in future disaster response situations. Sincerely, . Or: 0�� Jerry W. Brooks CFO P. 0. Box 25 * Davlston * Alabama * 36256 * Office: (256) 395.2243 * Fax: (256) 395.9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969-7980 * Fax: (770) 969-7988 LETTER OF TRANSMITTAL FINANCIAL REPORTS & COMPANY INFORMATION EXPERIENCE, RESOURCES, & AVAILABILITY BID DOCUMENTS ""41111140 TAGS64 GRINDING SERVICES, INC. Letter of Transmittal TAG Grinding Services, Inc. is a Georgia corporation licensed to transact business in the states of Florida, Mississippi, Louisiana, Alabama, North Carolina, South Carolina, Kentucky, Virginia, Oklahoma, Arkansas, and Texas. The corporate office is located at 8395 Williams Road, Palmetto, Georgia, 30268. The company was founded in 1996 and incorporated in 1998. Our hours of operation are 24 hours per day. TAG Grinding Services currently employees 43 full- time employees. Jerry W. Brooks, Chief Financial Officer, is authorized to bind the company to any type of contract for disaster debris removal services. Other contact available for information regarding this proposal: Jeff Hill, Emergency Response Officer: (706) 718-7274 John Bowden, Procurement Officer: (678) 201-6068 TAG Grinding Services, Inc. FEIN Number: 58-2373565. TAG Grinding Services, Inc. has been assisting clients in disaster recovery and debris removal since inception in 1996. We are confident that our extensive experience and qualified personnel make us more than capable of handling any disaster recovery needs. All aforementioned personnel can be reached at (256) 395-2243. 3.1 Rule: TAG Grinding Services, Inc. declares that it was made without collusion with any other person or entity. • TAG Grinding Services, Inc. does not employ any Lobbyist for this proposal or for the County of Polk, Florida. Signed: Wit' ] ry W.Brooks Chief Financial Officer P. 0. Box 25 * Davlston * Alabama * 36256 * Offlce: (256) 395-2243 * Fax: (256) 395.9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969.7980 * Fax: (770) 969-7988 Ow TAG��� GRINDING SERVICES, INC. FINANCIAL STATEMENTS P. 0. Box 25 * Daviston * Alabama * 36256 * Office: (256) 395-2243 * Fax: (256) 395.9269 8395 Williams Road * Palmetto * Georgia * 30268 * Off lee: (770) 969.7980 * Fax: (770) 969.7988 oy �y W TAG GRINDING SERVICES, INC. To Whom It May Concern: Financial Statements are included under separate cover because of their private and confidential nature. P. 0. Box 25 * Daviston * Alabama * 36256 * Office: (256) 395-2243 * Fax: (256) 395-9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969-7980 * Fax: (770) 969-7988 40y TAG GRINDING SERVICES, INC. CORPORATE STRUCTURE P. 0. Box 25 * Davistan * Alabama * 36256 * Office: (256) 395-2243 * Fax: (256) 395-9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969-7980 * Fax: (770) 969-7988 Ow Ow �m40 TAG"%40 GRINDING SERVICES, INC. EXECUTIVE SUMMARY TAG Grinding Services, Inc., is a Georgia corporation authorized to transact business in the states of Florida, Mississippi, Louisiana, Alabama, North Carolina, South Carolina, Kentucky, Virginia, Oklahoma, Arkansas, and Texas. TAG Grinding Services, Inc. was founded in 1996 and incorporated February 23, 1998 by Greg Rodgers, President and Vice President and Jerry W. Brooks, Secretary and Treasurer. TAG Grinding Service, Inc.'s main line of business is debris collection, removal, reduction, and disposal. We operate 7 grinders on a continuous basis and process over 12,000 yards of debris per day year round in the Atlanta, Georgia area. In addition to the continued management of debris facilities in Georgia, TAG Grinding Services, Inc. responds to demolition and debris projects created from national disasters. We have successfully completed hundreds of land clearing operations, landfill debris reduction, storm debris removal, and reduction, plus storm recovery and restoration jobs since 1996. While continuing reduction services in Atlanta, TAG Grinding Services, Inc. responded to the Florida hurricanes of 2004 with five simultaneous disaster response operations. These operations ranged from removing debris from 450 miles of canals in Cape Coral, Florida to clearing 2,000 miles of roads throughout Florida, to removing debris at the curbside at storm damaged locations. All operations were personally started by Jerry W. Brooks and completed successfully. Unlike some contractors, TAG has fully paid all sub -contractors and suppliers, even though we are still owed money. TAG Grinding Services, Inc. owns over 200 pieces of debris removal and disposal equipment (see attached list) plus self -supportive campers and trailers to provide facilities, accommodations, and meals enabling their storm response crews to respond before the wind and rain is over. In addition, TAG has a strong relationship with 20+ debris collection / removal sub -contractors, as well as equipment rental companies. We call upon these subcontractors and equipment companies whenever there is a need for additional assistance in responding to a natural disaster. The majority of these sub -contractors can respond anywhere in the southeast within 24 hours. They are trained and experienced in disaster response and are familiar with living conditions, environmental concerns and safety requirements at disaster sites. In addition to debris management and disposal services, TAG Grinding Services, Inc. is associated with other companies that provide a full range of disaster recovery services. Through these affiliations, we are able to offer services such as emergency generators, ice and water, temporary dry -in services, emergency housing, and other services. Please contact us for specific information on services you require. Unlike many other disaster relief contractors, TAG Grinding Services, Inc. is a full-time debris management contractor. We do not perform grading or general construction or just broker disaster recovery work. Every day, TAG handles debris for the City of Atlanta, Georgia; Cobb County, Georgia; Fulton County, Georgia; Carrollton, County Georgia; Monroe County, Georgia; Covington, Georgia; Peachtree City, Georgia; Lagrange, Georgia; Gadsden, Alabama; and Sylacauga, Alabama. TAG operates a 20+ -acre debris management reduction site 24 hours per day year round serving a combined population of over 5,000,000 and averaging over 12,000 yards of debris daily. In addition, all of the equipment we own is geared towards debris management operations. We may not be the least expensive but you will find that we are your best value in any debris collection, disposal, and management operation. TAG GRINDING SERVICES, INC. M W. Brooks — Chief Financial Officer ��y ��y TAG GRINDING SERVICES, INC. ORGANIZATIONAL CHART TOWN OF GULF STREAM, FLORIDA Jerry W. Brooks CFO John Bowden Project Mgr - Documentation Phillip Goodwin Equipment Placement Jeff Hill Emergency Response Manager Marion Brooks j ( Bobby Montgomery Debris Operations I Debris Operations Jean Davis Subcontractors Charlene Daniel Pre -Removal Documentation Dorothy Montgomery Data Entry Manager Ow 4PW -"m40 TAG GRINDING SERVICES, INC. CREDIT LIl`IES & BO1`IDII`IG CAPACITY P. 0. Box 25 * Davlston * Alabama * 36256 * Office: (256) 395-2243 * Fax: (256) 395-9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969.7980 * Fax: (770) 969.7988 MUni1-2ed^�_�'jl� CGIT1I11I,I$. % BGLt - RE: BANYjNG PEE-ATIONSHIP WITH TAG GRJiDING SERVICES. INC. To Whom 14 Pi y Concern: TAG Grinding Services, Inc. has been a valued cusmoracr of United Community Bank finla 1" Community Bank ftnla Faitbuin Banking Company, for approximately nine years, when they opened their first deposit account with Us. Since that titne, TAG Grinding Services has opened other deposit accounts and has had nwnerous loans with us, which have boon maintained in a highly satisfactory and professional manner, according to the agreed upon terms. Their high credit with us has been $1,000,000.00 for a Line of Credit, which we are in the process of renewing for another year. We have the highest regard for the relationship we have developed over the years and Look forward to their continued patronage in future financial endeavors. If I may be of further assistance, plcasc don't hesitate to call. Sincerely, Howard V. Turner, In Executive Vice -President 65 W,&bin�yn Serer F Q13cx 37 Fu:.-U.ta GA 30213 .� 770-964-1551 .. ww.ucb�.Con; Paz 770-)64-6076 M mbe- )SCC • Zqual Fie ting ?,ander Q Ee 10y*6 Owned 6640 Carothers Parkway Charlotte Suite 100 Greensboro Franklin, TN 37067 164M Knoxville Tel (615) 771-9600Lynchburg Fax (615) 771-6999 Raleigh CONSTRUCTION Richmond SERVICES Roanoke April 14, 2008 Town of Gulf Stream, Florida Attention: Town Clerk 100 Sea Road Gulf Stream, Florida 33483 SUBJECT: TAG Grinding Services, Inc / Disaster Debris Removal Services TO WHOM IT MAY CONCERN: Please be advised that TAG Grinding Services, Inc is a valued client and we have bonded many multi-million dollar projects on their behalf. They presently have bonding capacity available for $25,000,000, subject to receipt of an acceptable contract document and the normal underwriting criteria. Liberty Mu Insurance Company Br H. Riley Hollida , Attryf¢ y-= fact scottins.com Insurance, Bonds, Beneftt Services and Financial Management With Captive Insurance Operations In Grand Cayman Founded 1864 40W TAG�'�� GRINDING SERVICES, INC. LITIGATION P. 0. Box 25 * Daviston * Alabama * 36256 * Office: (256) 395-2243 * Fax: (256) 395-9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969-7980 * Fax: (770) 969.7988 TAG��� GRINDING SERVICES, INC. To Whom It May Concern: TAG Grinding Services, Inc. is not now, nor has ever been, involved in any litigation within the past three (3) years nor ever filed bankruptcy. If further information is required, please contact Jerry Brooks, CFO, at (256) 395-2243. P. 0. Box 25 * Daviston * Alabama * 36256 * Office: (256) 395.2243 * Fax: (256) 395.9269 8395 Wllliams Road * Palmetto * Georgia * 30268 * Office: (770) 969-7980 * Fax: (770) 969-7988 40W Ow -"p' 0 TAG GRINDING SERVICES, INC. COMPANY EXPERIENCE P. 0. Box 25 * Davlston * Alabama * 36256 * Office: (256) 395-2243 * Fax: (256) 395-9269 8395 Williams Road * Palmetto * Georgia * 30268 * Office: (770) 969.7980 * Fax: (770) 969-7988 *W 1W '%40 TAG"64 GRINDING SERVICES, INC. EXPERIENCE IN DEBRIS MANAGEMENT TAG Grinding Services, Inc. is a full-time Debris Management Specialist authorized to transact business in the states of Florida, Georgia, Mississippi, Louisiana, Alabama, North Carolina, South Carolina, Kentucky, Virginia, Oklahoma, Arkansas, and Texas. TAG Grinding Services, Inc. was founded in 1996 and incorporated February 23, 1998 by Greg Rodgers, President/Vice President and Jerry W. Brooks, Secretary/Treasurer. TAG Grinding Service, Inc.'s main line of business is debris collection, removal, reduction, and disposal. We manage the daily debris for over 5,000,000 people in the Atlanta, Georgia area alone — processing over 12,000 cubic yards of debris every day for a total of 4,000,000 cubic yards per year. In addition, TAG performs all services associated with Debris Management from land clearing and landfill management to disaster response. Jerry W. Brooks, CFO for TAG Grinding Services, Inc., has been involved in disaster response since 1979, adding the grinding phase in 1996. In this time, Mr. Brooks, along with TAG, has responded to over 100 disaster recovery operations. Since a key element in any successful operation is getting started correctly, Mr. Brooks has personally started every recovery project since our incorporation. From this experience, he has learned the difficulties related to disaster recovery and how to operate in areas that have limited services, utilities, or means of communication. He is often on site before any services or utilities are restored. Unlike many other disaster recovery contractors, TAG Grinding Services, Inc. is a full-time debris management contractor. We do not perform grading or general construction or just broker disaster recovery work. Every day, TAG handles debris for the City of Atlanta, Georgia; Cobb County, Georgia; Fulton County, Georgia; Carrollton County, Georgia; Monroe County, Georgia; Covington, Georgia; Peachtree City, Georgia; Lagrange, Georgia; Gadsden, Alabama; and Sylacauga, Alabama. We deal with debris on a daily basis year round. TAG operates a 20+ -acre debris management reduction site 24 hours per day year round. In addition, all of the equipment we own is geared towards debris management operations. Our disaster debris experience consists of clearing roadways and canals, debris consolidation management and reduction services, including grinding, management of landfill operations, demolition and removal of damaged structures. Since it's beginning, TAG Grinding Services, Inc. has done a variety of disaster recovery operations. These range from Clarke County, Arkansas where TAG Grinding Services, Inc. cleared over 800 miles of road right-of-ways to the removal of all trash and debris from 450 miles of canals for the City of Cape Coral, Florida. The scope of work consisted of collecting, consolidating, reduction and disposal of all types of debris while documenting all types and quantities of each type of debris. While continuing contracts for debris collection, grinding, disposal and management with the City of Atlanta, Georgia; Carroll County, Georgia; Cobb County, Georgia and others, TAG Grinding Services, Inc. has been able to perform numerous disaster response contracts simultaneously. Although it is not common for any one Debris Management contract to exceed 750,000 cubic yards, TAG has simultaneously managed multiple contracts that total over 750,000 cubic yards. Listed below are a few of the disaster events with which TAG has been in charge of debris management that exceeded 750,000 cubic yards. When the Hurricane Charlie hit Florida in 2004, we had equipment and personnel available to start work within 24 hours. Our first disaster response was in Cape Coral, Florida, with the next being in Orlando, Florida. When Hurricane Francis struck Jupiter, Florida, TAG Grinding Services, Inc. was requested to provide crews and management to assist them. At this time, we were performing three contracts for disaster removal/reduction in Florida. Hurricane Ivan then struck the panhandle of Florida and the pre -event contractor for Fort Walton Beach, Florida was unable to respond in the timely manner required by the contract. Mike Tatum with the City of Fort Walton Beach requested TAG Grinding Services, Inc. to begin work within 24 hours. The conversation was held around noon and equipment and crews were on site the following day starting work. In Ft. Walton, Florida, TAG removed over 200,000 cubic yards of debris on two passes, ground the debris, disposed of the ground debris, reconditioned the reduction site, completing the entire job within 24 days. While at the same time, TAG was maintaining three additional contracts in other Florida cities. Next, the prime contractor in charge of storm debris for the Florida state roads requested assistance from Tag Grinding Services, Inc. We were able to provide crews for this job while still maintaining five (5) other disaster debris removal/reduction contracts ongoing in Florida and still maintain our daily operations in the Atlanta area. The total debris managed under these simultaneous contracts total 1,125,000 cubic yards. When Hurricane Katrina hit the Gulf Coast area in 2005, TAG Grinding Services, Inc. responded initially by managing and providing crews for the debris removal for Enterprise, Mississippi. We completed this job within a one-week period after removing and disposing of a total of 20,000 cubic yards, and then began assisting Wayne County, Mississippi as a second tier contractor. In addition, we were prime contractor for Quitman, Mississippi during this same period. While maintaining these two contracts, TAG Grinding Services, Inc. was approached by AshBritt to begin assisting them in debris removal in both Pike County and the City of Summit, Mississippi. To this date, AshBritt still owes TAG over $150,000 for this work, which is not for the 10% retainage for this job. However, all of TAG's subcontractors and suppliers have been paid as the work was completed. Our next contract was as prime contractor for the debris removal for the Mississippi Department of Transportation in both Newton and Lauderdale Counties, Mississippi. Although we were second in the bidding process, TAG Grinding Services, Inc. was ultimately awarded the contract due to the fact that the low bidder, Ceres Environmental, was unable to provide adequate equipment. In addition to our contract with MDOT, TAG Grinding Services, Inc. began debris removal in Clarke County, Mississippi as a second tier contractor. The debris managed under these contracts totaled 600,000 cubic yards. As TAG Grinding Services, Inc. maintained these two contracts, Hurricane Wilma struck Cape Coral, Florida and, since we held the pre -event contract for this area, we began managing the debris and providing crews for the debris removal for this area. As we completed the debris removal for MDOT and Clarke County, Mississippi, we were approached by Dunn RoadBuilders to assist them in Jones County, Mississippi on removing leaners and hangers from county roadways. In addition, Dunn requested our assistance on removing debris left on county roadsides by AshBritt and the Corp of Engineers when they initially held the contract. This debris consisted of large stumps and heavy debris that neither AshBritt nor their subcontractors had equipment to remove. Our final contract under Katrina came as a second tier contractor in charge of removing debris from county right-of-way in Perry County, Mississippi. While managing these projects we removed over 100,000 dangerous limbs, over 5,000 dead or dying trees, over 170,000 cubic yards of other debris, demolished 15 damaged buildings and cleaned 450 miles of canals. From jobs like these, and the experience derived from the hundreds of other disaster responses we have been involved in, TAG Grinding Services, Inc. understands the importance of meeting with the contracting officer or designated representative daily to review progress and current priorities and make any needed changes in the work plans or any other concerns to insure progress is as efficient as possible. We make it a priority to make sure that all requests and requirements are met to the highest standards through constant communication with appropriate officials. TAG Grinding Services Inc. understands the importance of performing quality work in a safe manner and partnering with cities, municipalities, counties, or other applicants. We do not differ if it is a small storm resulting in the necessity for debris collection or major disaster recovery. TAG Grinding Services Inc. understands the importance of being flexible to the clients' needs. We make it a practice to meet any demands of our clients and guarantees complete satisfaction. TAG Grinding Services Inc. has always started contracts within 24 hours of the notice to proceed and we are ready to proceed on this contract within the same time frame. Once work begins it is our practice to work 7 days a week until the contract is completed. Unless dangerous weather is a safety factor, we will continue to work in any weather conditions. Our motto is: "It rains on TAG. It does not rain TAG out." A designated person will be at each collection site for TAG Grinding Services, Inc., along with the contracting officer, to help monitor each ticket when written. Daily reports are a standard with TAG Grinding Services Inc. The daily reports are necessary to help keep track of the quantities processed each day and monitor any problems that may develop. This also helps prevent any discrepancies in completed work quantities or delays in reimbursements to the local entity from FEMA. In the time TAG Grinding Services Inc. has been in the debris removal/reduction business, we have seldom had a discrepancy as to a pay request. If any discrepancies occurred, they were resolved promptly and efficiently. This is accomplished by TAG Grinding Services Inc. having a designated person at each collection site to help the client monitor each debris ticket as it is written. These tickets are compiled daily and put in the daily reports. These daily reports are turned in the following morning with a consolidation of all the previous days pay activities, both in paper and electronic formats. This helps the client confirm that tickets match those of TAG Grinding Services Inc. without any discrepancies. In addition, if FEMA requires it, we will provide the same report to them. All submissions are made in such a way that they can be forwarded directly to FEMA or other governmental agencies with little or no additional paperwork from local officials. Each pay period TAG Grinding Services, Inc. will provide an affidavit from each of our sub -contractors stating they have been paid for work they have completed. Before final payment is made, TAG Grinding Services Inc. will provide the contracting officer with a release of claims and certification that all subcontractors and suppliers have been paid by TAG Grinding Services Inc. and its sub -contractors. TAG Grinding Services, Inc. recognizes the impact of disaster related incidents on local economics and strives to employ local personnel, suppliers, and subcontractors. We also consider geographic locations in selecting sub -contractors and in doing so establish a two-tier limit for the number of sub -contractors. This allows for a more effective management of the operation. Included in TAG Grinding Services, Inc. criteria of selection, is the desire to include small business, minority-owned, veteran -owned, HUB zone and women -owned businesses. TAG Grinding Services, Inc. has adopted and follows its statement of EEO policy as attached herein. TAG Grinding Services, Inc. owns over 200 pieces of debris removal and disposal equipment, see attached list, plus self -supportive campers and trailers to provide facilities, accommodations, and meals enabling their disaster response crews to respond before the wind and rain is over. In addition, TAG has a strong relationship with 20+ debris collection/removal sub -contractors, as well as equipment rental companies. We call upon these subcontractors and equipment companies whenever there is a need for additional assistance in responding to a natural disaster. The majority of these sub -contractors can respond anywhere in the southeast within 24 hours. They are trained and experienced in disaster response, are familiar with living conditions, environmental concerns and safety requirements at disaster sites. TAG Grinding, Inc. has a list of subcontractors that are used on a regular basis. With the help of these subcontractors, we have successfully completed every job awarded to us. These subcontractors are accustomed to working under TAG Grinding Services, Inc.'s fast paced schedule in a safe manner. In addition, these subcontractors understand the importance of safety and quality debris removal/reduction and the necessity of putting the affected clients and their constituencies back to pre -disaster conditions. This is accomplished with minimal interference. These subcontractors are also ready to be performing removal operations within 24 hours of notification. TAG is able to call on and retain the best -qualified subcontractors because these subcontractors know they will get paid every Friday. Unlike many other contractors, TAG pays its subcontractors and suppliers every week, regardless of whether payment is received by TAG. TAG's financial stability allows for funding payroll, subcontractor pay, and other expenses until the applicant begins receiving payment from FEMA. In fact, there are companies that still owe TAG for work performed over a year ago but all of TAG's subcontractors and suppliers have been paid in full. Several of TAG Grinding Services' drivers have attended HAZMAT Driver Training. In addition, both Marion Brooks, Jr. and Phillip Goodwin have attended classes on protection of utilities. Jeff Hill has had extensive training on FEMA operations, Corps of Engineers and OSHA safety training, hazardous materials handling, and contractor management. John Bowden has had extensive training from FEMA in regards to public assistance operations and emergency planning and decision-making. Charlene Daniel has had training in regards to environmental concerns of asbestos, mold, and other airborne dangers. She has also had training in regards to OSHA safety requirements. Please refer to key personnel listing for more details. During this pre -event bid season, TAG Grinding has been awarded a one-year contract with a four -option for renewal with the City of Fort Walton Beach, Florida; the City of Cape Coral, Florida; Fulton County, Georgia; Escambia County, Florida; Monroe County, Alabama, and the State of North Carolina. Even though TAG Grinding Services, Inc. was not always the low bidder, we were awarded the contract based on best value, because of our past history and proven performance with previous and present contracts. TAG is closely associated with contractors that respond to other services often required after disasters. These associates are well versed in disaster response and, through TAG, can respond to nearly any disaster related requirement; i.e. ice, water, generators, building dry -in, emergency and temporary housing, etc. Please contact us for any of your disaster related requirements. We at TAG Grinding Services, Inc. feel that, once a contract is in place with us to perform your debris removal, reduction and management services, you will agree TAG Grinding Services, Inc. provides the best value for your money for debris collection, reduction, disposal management; whether it is a year-round contract or in response to a disaster. ingress and egress of haul vehicles, location of dump piles, and other safety procedures implemented in the reduction site. G. DISPOSAL OF WOOD DEBRIS All of the wood debris shall be collected and disposed of in a safe manner. The wood debris collected shall be ground into mulch and disposed of as determined best appropriate by the applicant. Once wood debris is ground and the fuel wood is hauled, there will be no further liability with the wood debris for the applicant. H. DISPOSAL OF HAZARDOUS DEBRIS Household hazardous waste will be collected, separated, and boxed in special boxes in a safe manner. It will be stored in a locked container and disposed of by Complete Environmental. They will oversee and manage the collection, hauling, and disposal of all household hazardous waste. Please see attached information on Complete Environmental. I. DISPOSAL OF C&D DEBRIS All C&D debris shall be collected and disposed of in a safe manner. It will be separated accordingly and hauled to the appropriate landfill(s). J. EQUIPMENT Mechanically loaded trucks and trailers will be used, from small yardage capacity to seventy (70) plus cubic yard capacity. The number of pieces of hauling equipment initially mobilized will be thirty (30) plus with fifteen (15) loaders. The evaluation for the need of additional equipment will be conducted daily. If the need for additional equipment is needed, it can be provided within six (6) hours. K. CONSTRUCTING TOWERS Because of safety concerns of people climbing observation towers, it has been recommended by some FEMA personnel that man lifts be used as opposed to these towers. We have adopted this policy and will rent man lifts capable of accommodating 3 to 4 observers. In addition, we will provide an approved cover for the man lift if none is provided with the rental. Although this is our standard policy, we ill construct the needed towers to the specification requirements of the U. S. Army Corp of Engineers if the applicant deems this preferable. L. PUBLIC ANNOUNCEMENTS/NOTICES ON PROPOSAL VENUES We will provide weekly notices of the debris removal schedule via advertisements in the Sunday edition of the local paper each week during the duration of the contract. These schedules will be coordinated with the Contract Administrator. Additionally, we will advertise these notices on local radio stations for a minimum of 30 seconds each and will run these advertisements a minimum of 3 days per week. All notices will be approved by the Contract Administrator prior to release and will contain a description of work to be performed, how debris should be places on the right-of-way, what is considered eligible debris, and the schedule for debris removal. M. TRACKING AND RECORDING WORK FOR INVOICE AND AUDIT PURPOSES Daily reports are necessary to track the quantities of debris processed each day and to monitor any potential problems that may develop. Using our unique computerized program in tracking and invoicing all work, we have seldom had any discrepancies and, in the event of discrepancy, have been able to quickly and efficiently resolve it. Daily reports, in both paper and electronic version, will be submitted to the appropriate official(s) each morning for review of the previous day's activities. In addition, we will designate one person for each collection site to assist the applicant in monitoring each debris ticket as it is written. This process insures officials of quick and accurate reimbursements from FEMA or other government agencies by allowing review of the applicant's records with those of TAG Grinding Services, Inc. to alleviate discrepancies when invoicing federal agencies. Before final payment is made, we will provide the Contract Administrator with a release of claims and certification that all subcontractors of TAG, as well as all suppliers of both TAG and its subcontractors, have been paid. We are currently developing additional software that will enable us to use "smart cards". This program is per recommendations from FEMA and will further eliminate discrepancies that may occur with current paper/electronic documentation. All loads will be designated at the origination point with GPS location, which will assist in the qualification of debris and expedite reimbursement from FEMA. Furthermore, this program provides for full electronic data storage at both loading and dumping sites and can be downloaded daily, or at any required time, directly into applicant computers. N. LOCAL PARTICIPATION AND SUBCONTRACTING POLICY It is the policy of TAG Grinding Service, Inc. to provide employment opportunities for all qualified subcontractors and individuals that we can hire. Therefore, upon award of the contract or issuance of a notice to proceed, we will advertise with local newspapers/radio stations listing services needed. All applicants will be screened for qualifications prior to being hired to fill vacant positions. We will give preference to minority-owned businesses. Due to our records of weekly payroll for the previous workweek, there are a large number of subcontractors that have worked with us on previous disaster efforts that begin contacting us as soon as there is any word of possible disaster. These subcontractors are experienced and highly qualified for disaster recovery services and are familiar with are method of management. Therefore, we will use many of these subcontractors if needed. O. OTHER UNIOUE SERVICES PROVIDED BY BIDDER Although TAG Grinding Services, Inc. specializes in vegetative debris recovery and management; we are also well versed in demolition of damaged buildings and the management and safety concerns associated with this type of demolition. TAG is closely associated with other types of emergency response contractors and can provide any type of emergency services for ice, water, generators, emergency temporary shelters, temporary and permanent roofing, temporary housing, and response to hazardous waste remediation. For additional information on these services, please contact our office. *** DUE TO PAGE LIMITATIONS, WE INCLUDED ONLY THE MOST PERTINENT DETAILS OF OUR DISASTER RESPONSE PLAN. FURTHER INFORMATION ON OUR PLAN WILL BE PROVIDED UPON REQUEST. 1M' *W "mO TAG""�■4 GRINDING SLIIVICES, INC. DISASTER RESPONSE ACTION PLAN ��1I1i�9 To provide management, supervision, labor, equipment, and tools to provide service to the County of Polk for the removal and disposition of debris caused by a major disaster. To facilitate and coordinate the management and removal of debris following a disaster in order to mitigate against any potential threat to the lives, 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. SITUATION • Natural and manmade disasters precipitate a variety of debris that include, but are not limited to, such things as trees, gravel, sand, building construction material, vehicles, personal property, and hazardous materials. • The quantity and type of debris generated from any particular disaster will be 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 are over which it is dispersed will have a direct impact on the type of collection and disposal methods utilized to address the debris problem, associated costs incurred, and how quickly the problem can be addressed. • In a major or catastrophic disaster, many state agencies and local governments will have difficulty in locating staff, equipment, and funds to devote to debris removal, in the short-term as well as long-term. CONCEPT OF OPERATIONS Emergency Operations Center Activation • TAG Grinding Services, upon issuance of a notice to proceed, will provide an Emergency Operations Center (EOC) at a designated site pre -appointed through discussion with designated officials of the County of Polk. If this pre -appointed site has received damage making it unsafe or unsuitable for use, TAG Grinding Services, Inc. will provide a temporary EOC until a more permanent site can be established. • The Debris Management Task Force (DMTF) will be made up of management personnel of TAG Grinding Services, Inc. to include Jerry Brooks; Emergency Operations Director; Jeff Hill, Chief Project Coordinator; John Bowden, Contract Compliance; Charlene Daniel, Project/Documentation Coordinator and other supervisory personnel as needed, as well as designated officials for the County of Charleston. Complete assignment of specific duties as required by the event will be assigned at this time. • The EOC and staff will assist the County in review and documentation of the extent of damage and resulting debris and assist in the appropriate directives to implement the restoration process. • TAG Grinding Services will assist the County in creating an appendix that contains a listing of key points of contact and forward this appendix to all appropriate personnel. Estimating the Type and Amount of Debris Although it is not standard procedure for contractors to assist in the estimation of debris, TAG Grinding Services, Inc. can provide the required Debris Estimating Model as provided by the United States Army Corp of Engineers (USACE) Emergency Management staff. In addition, we will assist County officials in debris estimation if requested. Once the area has been assessed, actions will be taken to implement Phase I debris - clearing procedures. Site Selection Priorities • The number of Temporary Debris Storage and Reduction (TDSR) sites will be based on the estimation of debris. TAG will provide assistance to the County to obtain additional TDSR sites if so deemed necessary. Preliminary TDSR sites will be established prior to an event. • TDSR sites will be prioritized as follows: First Priority.* Pre -determined TDSR sites Second Priority.- Public property within the damaged area Last Priority., Private property Pre -Designated TDSR Sites • Pre -identified TDSR sites should be identified on City/County maps and provided to TAG Grinding Services, Inc. • Contact information for the designated agency responsible for TDSR site should be forwarded to TAG (e.g. Solid Waste Authority, Public Works, etc.) • Detailed information should include exact location, size, available ingress and egress routes and results of an environmental assessment and initial data samples. If this information is not available, TAG will provide assistance in establishing this information. • Baseline date should include videotapes, photographs, documentation of physical and biological features, and soil and water samples. TAG Grinding Services can provide assistance in establishing this baseline information. • The list of TDSR sites should be reviewed annually and updated as necessary as part of the normal maintenance plan. This information should be forward to TAG Grinding Services, Inc. as it is made available. TDSR Site Preparation Upon review of the TDSR site, TAG Grinding Services, Inc. will prepare actions that need to be accomplished. An operation layout, which includes ingress and egress routes, will be established and forwarded to appropriate County officials. Baseline information will be updated as required. Existing Landfills County officials should identify and locate all city and private landfills. Restrictions and limitations for these landfills should be forwarded to TAG, along with the name and location of each site. Tipping fees will be the responsibility of the County unless otherwise noted in the contract documents. DEBRIS REMOVAL General • Hurricanes and other natural disasters can generate unprecedented amounts of debris in a few hours or a few minutes. The debris may be equally heavy in both urban and rural areas depending on the magnitude of the tree blow -down and associated structural damage such as homes, businesses, utilities, and signs. • Debris removal, regardless of source, becomes a high priority following a disaster. Debris management strategy for a large-scale debris removal operation divides the operation into two phases. • Phase I consists of the clearance of the debris that hinders immediate life saving actions being taken within the disaster area and the clearance of that debris which poses an immediate threat to public health and safety. • Phase II operations consist of the removal and disposal of that debris which is determined necessary to ensure the orderly recovery of the community and to eliminate less immediate threats to public health and safety. Emergency Roadway Debris Removal (Phase I) • County personnel will identify critical routes that are essential to emergency operations. • Roadway debris removal involves the opening of arterial roads and collector streets by moving debris to the shoulder of the road. There is no attempt to physically remove or dispose of the debris, only to clear key access routes to expedite the movement of emergency vehicles, law enforcement, and critical services, as well as provide for assessment of damage to key public facilities and utilities such as schools, hospitals, and government buildings. • The type of debris, as well as the priority to open access to other critical community facilities shall be defined by County officials. • The requirement for governmental services will be increased drastically following a major natural disaster. Per contract requirements, TAG Grinding Services, Inc. will provide necessary additional services including, but not limited to, water, temporary power, temporary housing, temporary dry -in, blue roof services, etc. Supervision and Special Considerations • Immediate debris clearing (Phase I) actions will be supervised by appropriate County or State officials, in conjunction with TAG management staff. • All personnel will be required to adhere to all local, state, and federal safety rules and regulations. All equipment will be equipped with proper safety equipment as per local, state, and federal requirements. Public Right -of -Ways (ROW) Debris Removal and Disposal (Phase II) Debris is simply pushed to the shoulders of the roadway during emergency opening (Phase I) of key routes. There is little time or concern for sorting debris at that time. The objective is to provide for the safe movement of emergency and support vehicles into and out of the disaster area. As removal operations progress, the initial roadside piles of debris become the dumping location for additional yard waste and other storm - generated debris, such as construction material, personal property, trash, white metals such as refrigerators, washers, dryers and hot water heaters, roofing and even household, commercial, and agricultural chemicals. County officials, along with TAG Grinding Services, Inc., will coordinate debris removal operations. " Field inspections supervisors will be established by TAG Grinding Services, Inc. to assist in supervising the debris removal operations. " Monitors for debris removal operations, who will be responsible for tickets and loading and dumping sites, will be provided by the County. " Daily update briefings will be held between key supervisory personnel of both TAG and County officials. This will ensure that all major debris removal and disposal actions are reviewed and approved County officials, as well as provide an opportunity to resolve any coordination problems between State and Federal debris removal efforts and local debris removal efforts and disposal efforts. " Appropriate traffic control efforts will be taken to expedite debris removal activities while ensuring the safety of those using the roadways. " TAG will implement a proactive information plan. This plan will provide actions the public can perform to expedite the cleanup process, such as separating burnable and non -burnable debris; segregating HHW; placing debris at the curbside; keeping debris piles away from fire hydrants and valves; reporting locations of illegal dump sites or incidents of illegal dumping; and segregating recyclable materials. This plan will be provide to the public through the use of local radio, television, and print. " TAG will assist County officials in keeping the public informed of debris pick-up schedules, disposal methods, and ongoing actions through the use of local radio, television, and print. The following questions are likely to be asked: What is the pick-up system? When will the contractor be in my area? Who are the contractors and how can I contact them? Should I separate the different debris materials and how? How do I handle Household Hazardous Waste? What if am elderly? TAG will assist County officials in appropriate answers to questions based on FEMA guidelines. Private Property Debris Removal Dangerous structures should be the responsibility of the owner or the County to demolish the health and safety of adjacent residents. However, experience has shown that unsafe structures will remain because of the lack of insurance, absentee landlords, or under -staffed and under -equipped local governments. Consequently, demolition of these structures may become eligible for federal assistance. If that is the case, TAG will provide equipment and personal necessary for demolition of approved structures and disposal of debris from this demolition. The most significant building demolition problem will be that local governments do not have proper ordinances in effect to handle emergency condemnation procedures. If proper ordinances are in place, a copy of said ordinances should be made available to TAG personnel. There is always the possibility that structures will be misidentified or have people or belongings in them when demolition crews arrive. Therefore, it is imperative that County officials work closely with TAG management personnel to ensure efficient and safe demolition of properties. It is recommended that at least one FEMA representative be on site to work directly with County officials to ensure that all required legal actions are taken. Household Hazardous Wastes Removal " HHW may be generated as a result of a natural disaster. HHW may consist of common household chemicals, propane tanks, oxygen bottles, batteries, and industrial and agricultural chemicals. These items will be mixed into the debris stream and will require close attention throughout the debris removal and disposal process. Salvageable hazardous materials will be collected and segregated based on their intended use. Properly trained personnel, provided by Complete Environmental, will accomplish removal of all hazardous waste. Cleanup actions will meet or exceed all local, state, and federal regulations. HHW debris will be identified and removed prior to the building demolition. Personnel provided by Complete Environmental will identify and remove all HHW. A separate staging area for HHW materials, contaminated soil, and contaminates debris will be necessary and will be established at each TDSR site. The staging area will be lined with an impermeable material and bermed to prevent contamination of the groundwater and surrounding area. Materials will be removed and disposed of using qualified HHW personnel provided by Complete Environmental in accordance with all local, state, and federal regulations. TEMPORARY DEBRIS STORAGE AND REDUCTION SITES • Once the debris is removed from the damaged area, it will be taken to temporary debris storage and reduction sites. • Removal and debris actions will be handled expeditiously and safely. Equipment and personnel will be provided per the magnitude of the event. • SITE PREPARATION: The topography and soil conditions will be evaluated to determine the best site layout. Ways to make the remediation and restoration easier will be considered. • SITE OPERATIONS: Site operation will be in accordance with FEMA guidelines, in addition to local, state, and federal guidelines. • Lined temporary storage areas for ash, HHW, fuels, and other materials that can contaminate soil, surface water and groundwater will be established if necessary. If possible, plastic liners will be used under stationary equipment such as generators and mobile lighting plants. • If the site is also an equipment staging area, fuel and equipment repair will be monitored to prevent and mitigate spills such as petroleum products and hydraulic fluids. Appropriate measures will be taken in the event of such spills. • TAG Grinding Services, Inc. is constantly aware of things that might irritate neighbors of the TDSR sites. Proper construction and operation of incineration pits will be necessary to ensure low smoke. Water trucks will be employed to lower dust. Perimeter berms will be constructed to lower noise. Proper layout of ingress and egress procedures will be mandatory to help traffic flow. DEBRIS REDUCTION METHODS Volume Reduction by Incineration The following are various incineration methods, which may be used if deemed preferable by County officials. Although incineration methods can be used, TAG prefers grinding and chipping methods as the preferable methods ofdebris reduction due to environmental recycling issues. There are several incineration methods available including uncontrolled open incineration, controlled open incineration, air curtain incineration, and refractor line pit incineration. TAG will work will County officials to implement the most appropriate method if incineration is requested as part of the overall reduction strategy. Uncontrolled Open Incineration: Uncontrolled open incineration is the least desirable method of volume reduction because it lacks environmental control. However, in the haste to make progress, the Department of Natural Resources may issue waivers to allow this method of reduction early in a disaster. Controlled Open Incineration: Controlled open incineration is a cost-effective method for reducing clean woody debris in rural areas. This option must be terminated if mixed debris such as treated lumber, poles, nails, bolts, tin, and aluminum sheeting enters the waste flow. Clean woody tree debris presents little environmental damage and the resulting ash can be used as a soil additive by the local agricultural community. Department of Agriculture and county agricultural extension personnel should be consulted to determine if and how the resulting ash can be recycled as a soil additive. Responsible agencies and telephone numbers should be provided to TAG should County officials choose this method. Air Curtain Pit Incineration: Air curtain pit incineration offers an effective means to expedite the volume reduction process by substantially reducing the environmental concerns caused by open incineration. Specifications and statements of work will be developed to expedite the proper use of the systems and ensure the County if the knowledge of air curtain incineration by TAG. Refractor Lined Pit Incineration: Pre -manufactured refractory lined pit burners are an alternative to air curtain open pit incineration. The units can be erected on site in a minimal amount of time. Some are portable and some are built in place. The units are especially suited for location with high water tables, sandy soil, or where materials are not available to build above ground pits. The engineered features designed into the units allow for a reduction of approximately 95% with minimum air pollution. The air curtain traps smoke and small particles and re -circulates them to enhance combustion that reaches over 2,500 degrees Fahrenheit. Manufacturers claim that combustion rates of about 25 tons per hour are achievable while still meeting emission standards. Local officials, environmental groups, and local citizens should be thoroughly briefed on the type of incineration method being used, how the systems work, environmental standards, health issues, and the risk associated with each type of incineration. A proactive public information strategy to include press releases and media broadcasts should be included in any operation that envisions incineration as a primary means of volume reduction. Environmental Controls Environmental controls are essential for all incineration methods, and the following will be considered: • A setback of at least 1,000 feet will be maintained between the debris piles and the incineration area. There will be at least 1,000 feet between the incineration area and the nearest building. Fencing and warning signs will be used to keep public away from the incineration area. • The fire will be extinguished approximately two hours before anticipated removal of the ash mound. The ash mound will be removed when it reaches 2 feet below the lip on the incineration pit. • The incineration area will be placed in an above ground or below ground pit, depending on the site, that is no wider that 8 feet and between 9 and 14 feet deep. • The incineration pits will be constructed with limestone and reinforced with eart anchors or wire mesh to support the weight of the loaders. There will be a 1 -foot impervious layer of clay or limestone on the bottom of the pit to seal the ash from the aquifier. • The ends of the pit will be sealed with dirt or ash to a height of 4 feet. • A 12 -inch dirt seal will be placed on the lip of the incineration pit area to seal the blower nozzle. The nozzle will be 3 to 6 inches from the end of the pit. • There will be one -foot high, unburnable warning stops along the edge of the pit's length to prevent the loader from damaging the lip on the incineration pit. • Hazardous or contaminated ignitable material will not be placed In the pit. This is to prevent contained explosions. The airflow will hit the wall of the pit about 2 feet below the top edge of the pit, and the debris will not break the path of airflow except during dumping. The pit will be no longer than the length of the blower system, and the pit will be loaded uniformly along the length. Volume Reduction by Grinding and Chipping This is the preferred method of debris reduction for TAG Grinding Services, Inc. because it is generally more affordable than incineration techniques and is more environmentallyfriendly. • Hurricanes and tornadoes, as well as ice storms, may present the opportunity to employ large-scale grinding and chipping operations as part of the overall debris volume reduction strategy. Hurricanes can blow away scarce topsoil in the agricultural areas and cause extensive tree damage and blow -down. This two -fold loss, combined with the local climatic conditions, may present an excellent opportunity to reduce clean woody debris into suitable mulch that can be used to replenish the topsoil and retain soil moisture. • Grinding and chipping woody debris is a viable method. It is more environmentally friendly, and the resulting product, mulch, can be recycled. In some locations the mulch Will be a desirable product because of shallow topsoil conditions. In other locations it may become a landfill product. • Grinding and chipping woody debris reduces the large amounts of tree blow -down. Chipping operations are suitable in urban areas where streets are narrow or in groves of trees where it is cheaper to reduce the woody vegetation to mulch than to move it to a central grinding site and then returning it to the affected area. This reduces the costs associated with double handling. • The DMTF will work closely with local environmental and agricultural groups to determine If there is a market for mulch. Another source for disposal of ground woody debris may be as an alternative fuel for industrial heating or for use in a cogeneration plant. • There are numerous makes and models of grinders and chippers on the market. TAG Grinding Services, Inc. will work closely with County officials in determining the best grinder application based on the usage of the resulting mulch. • Chippers are ideal for use in residential areas, orchards, and groves. The number of damage and uprooted trees presents a significant problem if they are pushed to the rights-of-way for eventual pick-up and transport to staging and reduction sites. The costs associated with chipping are reasonable because the material does not need to be transported twice. This method is generally used when dealing with large volumes of uprooted trees in one localized area. It is not cost effective if dealing with trees that are scattered throughout a generalized area. • Grinders are ideal for use at debris staging and reductions sites because of their high volume reduction capacity. Locating the grinders is critical from a noise and safety point -of -view. Moreover, there is a need for a large area to hold the woody debris and an area to hold the resulting mulch. Ingress and egress routes to the site are also an important consideration. TAG will provide a detailed layout of the staging and reduction site to County officials prior to beginning operations. The layout will be based on the evaluation of the site, as well as the surrounding area. TDSR SITE CLOSE-OUT PROCEDURES Each TDSR site will eventually be emptied of all material and be restored to its previous condition and use. TAG will remove and dispose of all mixed debris, construction and demolition (C & D) debris, and debris residue to approved landfills. Quality assurance inspectors will monitor all closeout and disposal activities to ensure contract compliance. Additional measure required by local, state, and federal agencies will be adhered based on the nature of the staging and reduction operation. • All sites will be properly remediated. TAG will establish baseline data collection and strict site operation procedures will be followed to ensure proper restoration. • The basic closeout steps are to remove all debris from the site; conduct and environmental audit or assessment; develop a remediation or restoration plan approved by the appropriate environmental agency; execute the plan; get acceptance from the landowner; and terminate lease payments, if applicable. The key to timely closeout of the mission is the efficient scheduling of the above activities for multiple sites. Therefore critical path scheduling of all activities as far in advance as possible will minimize down time between steps. • Environmental Restoration: Stockpiled debris will be a mix of woody vegetation, construction materials, household items, and yard waste. HHW and medical waste will be segregated and removed prior to stockpiling. Activities at the debris disposal site will include anyone or a combination of the following activities: stockpiling, sorting, recycling, incineration, grinding, and chipping. Incineration is done in air curtain pits and generally only woody debris is incinerated; however, the efficiency of the incineration and the quality of incineration material is highly variable. Contamination may occur from petroleum spills at staging and reduction sites or runoff from the debris piles, incineration sites, and ash piles. • Site Remediation: During the debris removal process and after the material has been removed from each debris site, environmental monitoring will be need to close each of the sites. This is to ensure that no long-term environmental contamination is left on the site. The monitoring should be done on three different media: ash, soil, and groundwater. • The monitoring of ash should consist of chemical testing to determine the suitability of the material for land -filling. • Monitoring of the soils should be by portable methods to determine if any of the soils are contaminated by volatile hydrocarbons. TAG will do this if it determined that hazardous material, such as oil or diesel fuel was spilled on the site. This phase of the monitoring should be done after the stockpiles are removed from the site. • The monitoring of the groundwater should be done on selected sites to determine the probable effects of rainfall leaching through either the ash areas or the stockpile areas. • TAG Grinding Services, Inc. considers the following requirements to closeout a temporary staging and reduction site(s): ✓ Coordinate with local, state, and federal officials regarding requirements and support for implementation of a site remediation. ✓ Establish a testing and monitoring program. TAG will be responsible for environmental restoration of both public and leased sites. TAG will also remove all debris from sites for final disposal at landfills prior to closure. ✓ Reference appropriate and applicable environmental regulations. ✓ Prioritize site closures. ✓ Schedule closeout activities. ✓ Determine separate protocols for air, water, and soil testing. ✓ Develop cost estimates. ✓ Develop decision criteria for certifying closure based on limited baseline information. ✓ Meet with approving authority to review and evaluate closure activities, progress, and completion. ✓ Retain staff during closeout phase to develop site-specific remediation, as needed, based on the information obtained from the closure checklist. ORGANIZATION AND RESPONSIBILITIES Administration and Logistics • TAG will provide all equipment and personnel necessary to complete restoration processes in a timely and efficient manner. Equipment and personnel will be mobilized within 24 hours of notification to proceed and will be sufficient in volume to handle appropriate needs of the affected area. • TAG will ensure that all processes will be done in an environmentally friendly manner to the best of our ability. • TAG will ensure that all processes will be done to minimize the impact on the community, both residential and commercial. • TAG will document all personnel and material resources used to comply with this contract, as well as all processes taken to ensure restoration. Copies of all documentation will be provided to appropriate County officials on a daily basis. Documentation will be used to support any Federal assistance that may be requested or required. • TAG will comply with all rules and regulations of FEMA and all local, State, and Federal agencies as they apply. THE TOWN OF GULF STREAM, FLORIDA INVITATION TO BID BID NO.: 2008-10 Sealed bids may be hand delivered or mailed to the Town Clerk, Town of Gulf Stream; 100 Sea Road; Gulf Stream, Florida 33483. All bids, with original signature and five (5) additional copies, whether hand delivered or mailed, must be received by Wednesday April 21, 2008 at 12:05 p.m. local time. Thereafter, immediately following the deadline for receipt of the bids, those proposals received will be opened and publicly read at Town Hall concerning: DISASTER DEBRIS REMOVAL CONTRACT FOR THE TOWN OF GULF STREAM. Complete specifications, if not attached, or additional information may be obtained upon application to the Town Manager, Town of Gulf Stream, 100 Sea Road; Gulf Stream, Florida 33483 or by calling Town Hall at (561) 276-5116. The Town of Gulf Stream reserves the right to accept or reject any or all bids, to waive any bid informalities and to re -advertise for bids when deemed in the best interest of the Town of Gulf Stream. . TOWN OF GULF STREAM �t t�— Rita Taylor Town Clerk Publish: Palm Beach Post Dates: March 19, 2008 March 22, 2008 THE TOWN OF GULF STREAM, FLORIDA REQUEST FOR PROPOSALS CONTRACTUAL SERVICES GENERAL CONDITONS To ensure acceptance, all proposers submitting proposals to the Town of Gulf Stream shall be governed by the following conditions, attached specifications, and proposal form(s) unless otherwise specified. Proposals not submitted on the proposal form(s) provided shall be rejected and proposals not complying with these conditions will be subject to rejection. 1. Intent of Specifications: it is the intent of the specifications attached hereto to set forth and describe certain services to be purchased by the Town of Gulf Stream including all labor, materials, equipment, machinery, apparatus, and means of transportation (including freight costs) necessary to provide the services. 2. Leval Requirements: All applicable provisions of Federal, State, County, and local laws including all ordinances, rules, and regulations shall govern the development, submittal and evaluation of all proposals received in response to these specifications, and shall govern any and all claims between persons submitting a proposal responding hereto and the Town of Gulf Stream, by and through its officers, employees and authorized representatives. A lack of knowledge by the proposer concerning any of the aforementioned shall not constitute a cognizable defense against the legal effect thereof. The proposer agrees that it will not discriminate on the basis of race, creed, color, national origin, sex, age or disability. C 3. Interpretations: All questions concerning the specifications or conditions shall be directed in writing to the Town Manager, or as instructed on the Request for Proposal page, at least ten (10) days prior to the proposal opening. Inquiries must reference the proposed service and the date of the proposal opening. interpretations will be made in the form of an addendum with copies mailed or delivered to each party represented on the vendors' list. 4. Sealed Proposals: The specifications and all executed proposal forms must be submitted in a sealed envelope. All proposals must be signed by an authorized representative of the proposer. The face of the proposal envelope shall be plainly marked identifying service(s) proposed and the date of the proposal opening. It shall be the sole responsibility of the proposer to assure receipt of proposal at the Town Hall prior to the published time for the proposal opening. No proposal will be accepted after closing time for the receipt of proposals or will any offers by telephone, fax, or Internet E-mail be accepted. 5. Alternate Solutions: During the drafting of written specifications, a sincere effort is made to describe services best suited by the needs of the Town. However, the Town invites proposals with alternate solutions to the performance objectives set forth in the specifications, unless a particular specification is expressly identified as mandatory. 6. Exceptions to Specifications: In order that consideration is exceptions to or deviations from the specifications as written The Town Manager is the final authority in determining the specifications. 7. Proposal Bond: None. given to evaluating proposals, any must be noted and fully explained. acceptability of any exceptions to 2 8. Mistakes: Proposers are expected to examine the conditions, scope of work, proposal prices, extensions, and instructions pertaining to the services involved. Failure to do so will be at the prnposees risk. Unit prices bid will govern in award. 9. Proposal Withdrawals: No proposal may be withdrawn after closing time for receipt of proposals for a period of sixty (60) days thereafter. 10. Determination of Award to be Based on Best Interest of Town: There is no obligation on the part of the Town to award a contract to the lowest proposer and the Town reserves the right to award a contract or to negotiate a contract with a responsible proposer submitting a responsive or best alternative proposal with a negotiated contract which is most advantageous and in the best interest of the Town. The Town shall be the sole judge of the proposal and the resulting negotiated contract that is in its best interest and its decision shall be final. 11. Reiection of Proposals: The Town of Gulf Stream reserves the right to accept or reject any or all proposals, award proposals on a split -order basis by item number, to waive any irregularities, technicalities, or informalities and to re -advertise for proposals when deemed in the best interest of the Town of Gulf Stream. 12. Tax: The Town of Gulf Stream is exempt from all State and local sales taxes. 13. Payment of Invoices: The Town of Gulf Stream issues checks for the payment of invoices on a weekly basis. The Town will audit each Contractor invoice prior to payment. All invoices are payable by the Town under the terms of Florida Prompt Payment Act, Florida Statue §218.70. All purchases are subject to availability of funds in the Town's budget. 14. Public Entity Crimes: By submitting a proposal each proposer is confirming that the company has not been placed on the convicted vendors list as described in Florida Statue §287.133 (2)(a). 15. Licenses, Reeistration and Certificates: Each proposer shall possess at the time of submitting its Cproposal licenses, registrations and certificates necessary to engage in the business of contracting (or special contracting the work to be performed necessitates a particular type of specialty contractor) in the Town of Gulf Stream. Proposer must also possess all licenses, registrations and certificates necessary to comply with federal, state and local laws and regulations. 16. Permits and Taxes: The proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices, necessary and incidental to the due and lawful prosecution of the work. 17. Public Records: Any material submitted in response to this Request for Proposal will become a public document pursuant to Florida Statue § 119.07. This includes material which the responding proposer might consider to confidential or a trade secret. Any claim of confidentiality is waived upon submission and will be effective after opening pursuant to Florida Statue § 119.07. 18. Protests: Protests of the plans, specifications, and other requirements of bids and requests for proposals must be received in writing by the Town Clerk at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of a contract must be in writing and received by the Town Clerk within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE, PRECEDENCE. 52.209-5 FAR Certification Regarding Debarment Suspension, Proposed Debarment, and Other Responsibility Matters 1. The Offeror certifies, to the best of its knowledge and belief, that the Offeror and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statement tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Offeror has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and persons having primary management or supervisory responsibilities within a business entity (e.g. general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result withholding of an award under this solicitation. Failure of the Offeror to furnish certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contract Officer may terminate the contract resulting from this solicitation for default. I-_ 52.209-6 FAR Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment C1. The Government suspends or debars Contractors to protect the Government's interests. The Contractor shall not enter into any subcontract in excess of $25,000 with a Contractor that is debarred, suspended, or proposed for debarment unless there is a compelling reason to do so. 0 2. The Contractor shall require each proposed first-tier subcontractor, whose subcontract will exceed $25,000, to disclose to the Contractor, in writing, whether as of the time of award of the subcontract, the subcontractor, or its principals, is or is not debarred, suspended, or proposed for debarment by the Federal Government. 3. A corporate officer or a designee ofthe Contractor shall notify the Contracting Officer, in writing, before entering into a subcontract with a party that is debarred, suspended, or proposed for debarment (see FAR 9.404 for information on the Excluded Parties List System). The notice must include the following: A. The name of the subcontractor. B. The Contractor's knowledge of the reasons for the subcontractor being in the Excluded Parties List System. C. The compelling reason(s) for doing business with the subcontractor notwithstanding its inclusion in the Excluded Parties List System. D. The systems and procedures the Contractor has established to ensure that it is fully protecting the Government's interests when dealing with such subcontractor in view of the specific basis for the party's debarment, suspension, or proposed debarment. Company Name 7AC - la f it' dA `q � ►- Vi L2 -S V 1Ci' Authorized Printed Name J -ex r U W pa U o k's DRUG-FREE WORKPLACE CERTIFICATE CIDENTICAL TIE BIDS - Pursuant to Section 287.087, Florida Statutes, preference shall be given to businesses with Drug- Free Work Place Programs. Whenever two or more bids which are equal with respect to price, quality, and service are received for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a Drug -Free Work Place Program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a Drug -Free Work Place Program. In order to have a Drug- Free Work Place Program, a business shall: I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the work place and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the work place, the business's policy of maintaining a Drug- Free Work Place, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) in the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the Cl statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug- free work place through implementation of this section. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUTRF,MENTS. Signature 1j Gd 1S Printed Name Te r 114/ 116 'ef oa 111-5- C REQUEST FOR PROPOSAL 2008-10 A CONTRACT FOR DISASTER DEBRIS RECOVERY SERVICES FOR THE TOWN OF GULF STREAM, FLORIDA Intent The intent of the RFP is to seek proposals from experienced and qualified Contractors interested in, and capable of providing, debris cleanup and recovery services to the Town of Gulf Stream in the aftermath of a disaster. General Information The Town of Gulf Stream (Town) shall establish a Proposal Evaluation Committee to review and evaluate all proposals submitted in response to this RFP. The Committee shall conduct an evaluation of proposals based on the information provided, The Contractor must demonstrate the financial stability and ability to enter into a contract for the services described in this RFP. This shall include the demonstration of the financial ability to guarantee operations and pay vendors and subcontractors for a minimum of sixty days following the start of a disaster cleanup without receiving payment from the Town. The Contractor must demonstrate an extensive history of successful participation and completion of disaster cleanup projects as a Prime Contractor. The Contractor shall provide a detailed plan for �\) mobilization and operations in response to a disaster. The Committee shall determine, on a pass or fail basis, the capability of the Contractor to perform the services detailed herein. That review shall include the following: Contractor's Financial Capability Contractor's Experience, Resources and Availability Contractors Mobilization and Operations Plan The Price Proposals ('Attachment 3') of those Contractors passing the qualifications review shall he opened after the Committee has completed the full qualifications review process for all proposals. The Committee shall make a recommendation to award a contract(s) to the best responsible Contractor(s) providing the lowest overall cost benefit. Proposal Format Each Contractor submitting a proposal shall do so in accordance with the format and requirements set forth herein. The Contractor response shall not exceed sixty (60) pages, excluding the Price Proposal and the audited Financial Reports which are to be submitted separately in sealed envelopes. A page shall consist of one typewritten (10 or 12 characters per inch) side of standard size R 1/2 x 11 inch stationary. Qualifications Response The Contractor shall submit one (1) signed original, clearly marked as the "Original" and five (5) copies of the proposal that includes responses to the following sections: " Financial Reports and Company Information (Part I. Qualifications Section 1.1) C Experience, Resources and Availability (Section 1.2) " Mobilization and Operations Plan (Section 1.3) Each element of the Qualifications portion of the proposal shall be individually tabbed. Price Proposal The Contractor must submit only one (1) copy of the Price Proposal pages ("Attachment 3") of this document in an envelope separate from the narrative portion of the response as detailed in Section I.1., Financial Reports and Company Information. Letter of Transmittal This is to serve only as the document covering the transmittal of the Proposal package and shall not exceed two (2) Pages. The letter shall provide the name, title, address, and telephone number of the official contact person and an alternate. These individuals shall have the authority to bind the Contractor and shall be available to be contacted by telephone or attend meetings as may be appropriate. PART 1. QUALIFICATIONS Section 1.1 Financial Reports and Comnany Information The Contractor is required to submit the company's past three (3) years of audited financial statements to demonstrate its current financial condition and stability. Only one (1) copy of each years audited financial report is required. The Proposal package shall provide the following information: A. Financial Statements (1) Audited financial statements for the past three (3) years for the Contractor's company. (2) Audited financial statements of the Contractor's parent company for the past three years (if applicable). B. Corporate Structure (1) Description of ownership/legal structure of the Contractor's company. (2) Description of ownership/legal structure of the Contractors parent company (if applicable). C. Credit Lines and Bonding Capacity (1) List all available lines of credit, and their current status, held by the Contractor and provide a letter(s) from the financial institution holding the line(s) of credit and indicating the amount. (2) Provide a letter from a reputable Bonding Agency indicating a bonding capacity of ��^ at least $1,000,000. D. Litigation 8 C The Contractor shall provide a listing of litigation covering the past three (3) years and disclose the following: (1) Actual and/or potential financial impact of litigation (2) indicate whether applicant has ever filed bankruptcy and, if so, provide a description of the circumstances. Section 1.2 Experience, Resources and Availability A. Company Experience The section should provide information on the Contractor's background and experience on disaster recovery projects acting as the prime contractor and/or acting as a key sub -contractor. This section should contain the following information: (1) Number of years that the Contractor's company has been in existence and number of years Company has been involved in disaster debris removal (2) A summary of the disaster debris removal and/or processing projects that the Contractor has completed or is currently under contract to complete, with the following information to be included: (a) Date of disaster (b) Type of disaster (c) Location of disaster (d) Contracting organization's name and name of contact person and �- phone number (e) Description of work completed with type of debris and cubic yardage of debris removed and/or processed (f) Total dollar value of the contract (g) Designate whether acting as the Prime Contractor or as a Sub -Contractor (3) The Contractor should document and demonstrate their expertise, ability and experience in: (a) responding to and assisting local, state, and national governmental agencies in debris cleanups resulting from major disasters (b) assisting government agencies in clearing roadways within the first 72 hours after a storm event (c) the collection, sorting, processing and disposal of various types of disaster debris that citizens may place on the right -of ways following the occurrence of a major disaster such as a hurricane, flood, or tornado (d) collecting and disposing of extraordinary debris such as hazardous waste, dead animals, oversized and hazardous stumps, boats, automobiles, docks, household waste, and C&D debris that may exist as a result of a hurricane, flood, tornado or other disaster (e) establishing and operating temporary debris staging and reduction sites (TDSRS) (f) locating regional sites for recycling and/or final disposal of debris and processed waste or chips �. (g) operation of a Right -of -Entry (ROE) program to demolish structures and/or remove trees and debris from private properties under the guidance of 9 FEMA. B. Resources and Availability (1) The Contractor shall provide a listing of Project Managers and Key personnel, with resumes, that would be available for assignment to the Town in the event of a disaster. (2) The Contractor shall provide a listing of Contractor owned equipment that may be utilized in the Town in the event of a disaster. (3) The Contractor shall provide a listing of subcontractors and equipment that the Contractor has available for assignment to the Town in the event of a disaster. (4) The Contractor shall provide a listing of contractual obligations within Florida, Alabama and Mississippi for similar disaster response. The Contractor shall provide reasonable assurance that such contracts will not interfere with or preclude the Contractor from responding to the Town with all necessary manpower and equipment needed to fulfill the obligations of a disaster debris recovery contract with the Town. Section 1.3 Mobilization and Operations Plan A. Mobilization Plan The Contractor shall provide a Mobilization Plan that outlines the procedures that the Contractor will implement immediately before and after an approaching hurricane. This plan should address the issue of how the rapid deployment of Contractor resources will be made. This plan shall include a detailed accounting of the type and numbers of equipment and manpower that the Contractor can have on-site and working to assist in road clearing within twenty- four (24) hours, and the type and numbers of equipment and manpower that would be available within seventy-two (72) hours to begin collection of debris. B. Operations Plan The Contractor shall provide an Operations Plan that outlines the procedures to be used in the day- to -day operation to address the elements of operations contained of Sections 2.1 through 2.4 (part 2 - Scope of Services). The Contractor shall also consider the various operational requirements contained in Section 2.5 when developing the Operations Plan. PART 2. SCOPE OF SERVICES It is the intent of this Scope of Services to define the general expectations that the Town has for services to be performed by the Contractor in the aftermath of a disaster at the request of the Town in a Notice -to -Proceed. The Notice -to -Proceed will give specific direction to the Contractor of the types of services needed at the time that the Notice -to -Proceed is issued. The Scope of Services addressed in this RFP includes the following: Section 2.1 Debris Removal- from Public Riahts-of-Way A. Emereency Road Clearine At the request of the Town, the Contractor shall respond within the first twenty four (24) hours after a disaster event to assist town crews in clearing roadways by cutting, tossing, 10 and/or pushing of debris from the primary transportation routes as identified by and directed Cby the Town. This operational aspect is generally limited to the first five days immediately after a disaster, but this time frame could change according to the amount of debris blocking roadways and the Town's need for this level of assistance. B. Removal of Debris from Public Rights -of- Way (ROW) Upon receipt of a Notice -to -Proceed from the Town, the Contractor shall respond within seventy-two (72) hours of a disaster with manpower and equipment to begin the process of removing piled debris from Town rights-of-way and/or other Town owned properties as directed by the Town. The Contractor shall provide amount and type of equipment and manpower needed to accomplish the task of debris removal on a schedule approved by the Town. Generally, in the case of a hurricane, this schedule would allow thirty (30) days to complete a certified 1' pass of all city rights-of-way and shall not exceed one hundred fifty (150) days to complete the entire project with a minimum of three (3) certified passes. The Town may alter this schedule based on the amount of debris generated by the specific disaster as well as directive from FEMA. The Contractor is expected to comply with the Town's schedule for completion of the project. The Contractor shall be responsible for collecting eligible debris from public rights-of-way, in accordance with FEMA eligibility regulations, and hauling such debris to a Town designated Temporary Debris Staging and Reduction Site (TDSRS). This may require the Contractor to utilize a TDSRS located outside the town limits and operated by county L`. contractor. This work shall be performed consistent with FEMA debris eligibility and documentation requirements and all work shall be done under the observation of the Town's authorized field monitors. The Contractor shall make every effort to collect and handle vegetative debris separately from all other forms of debris so that processing and disposal alternatives can be maximized. The Contractor shall be responsible for all materials, fuel, and associated costs related to the collection of ROW debris. For load documentation purposes, the Town shall supply, and its authorized monitors, with unique and sequentially numbered four-part load tickets that comply with FEMA documentation requirements and shall include the following information; ticket number, contract number, date, contactor's name, subcontractor's name, drivers name, truck number, measured capacity of truck. percentage of full load, location of debris collection, loading monitor's name, dumping monitors name, dumpsite, load class (vegetative or mixed), debris eligibility (eligible Cubic Yards). The Contractor shall be compensated for collection on a cubic yard basis per the unit price reflected in the Contractor's Price Proposal (part 3 of this RFP). All waste collected and transported by the Contractor, including any special waste such as stumps, white goods, household waste, construction and demolition waste, boats, docks, vehicles, concrete, asphalt, and other similar waste shall be calculated based the cubic yard volume for eligible Contractor invoicing purposes. The Town shall direct the Contractor regarding collection of debris on roadways eligible for Federal Highway Administration Emergency Relief Program (FHWA) funding, The Town's 11 authorized field monitors will make the on-site eligibility determination of specific collections concerning these FHWA roadways. Section 2.2 Cutting and Trimming of Hazardous Trees and Limbs from Public and Private Property A. Cutting and Trimming of Hazardous Trees and Limbs on Public Rights -of -Way and Other Public Properties Should damaged trees limbs, and/or other debris caused by the disaster be present on publicly owned properties (including public facility grounds, public rights-of-way, or other public land), and its existence constitutes a threat to the life, safety and health of the general public, the Town may direct the Contractor to cut and pile the damaged trees/limbs and/or other eligible debris on the public properties or the adjacent public right-of-way where it will be collected by the Contractor and hauled, processed and disposed of as described in Section I (Debris Removal Public Rights -of -Way) of this document. This work shall involve the cutting, trimming and/or the felling of leaning trees and/or hanging limbs and/or the placement of felled trees and limbs and the removal of uprooted stumps and backfilling the hole. This work shall be contingent on FEMA eligibility requirements and all work shall be done under the observation of the Town's authorized field monitors and shall comply with all FEMA requirements. The Town, with the assistance of FEMA, will develop a procedure for establishing eligibility, monitoring the work, and coordinating the operation of this program if the need is apparent and the program is approved by FEMA. Pricing guidance for the cutting and trimming of hazardous trees and limbs on Public Properties is included herein as "Attachment 2". Pricing is for this service is separate from, and in addition to, the ROW collection and hauling pricing. R. Cutting and Trimming of Hazardous Trees and Limbs on Private Property through a Right -of-. Entry Program (ROE). Should damaged trees, limbs, and/or other debris caused by the disaster be present on privately owned properties and its existence constitutes a threat to the life, safety and health of the general public and FEMA authorizes a Right -of -Entry (ROE) program, the Town may direct the Contractor to cut and place the damaged trees, limbs and/or other eligible debris on the public right-of-way where it will be collected by the Contractor and hauled, processed and disposed of as described in Section 1 (Debris Removal - Public Rights -of -Way) of this document. This work shall involve the cutting, trimming and/or the felling of leaning trees and/or hanging limbs and/or the placement of felled trees and limbs and the removal of uprooted stumps and backfilling the hole. This work shall be contingent on FEMA eligibility requirements and all work shall be done under the observation of the Town's authorized field monitors and shall comply with all FEMA requirements. The Town, with the assistance of FEMA, will coordinate a procedure for establishing 12 eligibility, monitoring the work, and managing the operation of this program if the need is apparent and the program is approved by FEMA. Pricing guidance for the cutting and trimming of hazardous trees and limbs through the ROE Program is included herein as "Attachment 2". Pricing for this service is separate from, and in addition to, the ROW collection and hauling pricing. Section 2.3 Manaein¢ the TDSRS, Debris Processine, and Disposal of the Processed Debris A. Management of Temporary Debris Staging and Reduction Sites (TDSRS) The Town shall determine the TDSRS site for debris management. The Contractor shall operate and manage the TDSRS in accordance with FDEP and FEMA regulations to accept and process all disaster event debris. All Contractor costs associated with management and operation of the TDSRS shall be included in the Contractor's line item price for processing of debris. The Contractor shall be responsible for obtaining and paying for all permits required to construct, operate, maintain, close and reclaim the debris processing sites. The Contractor shall maintain the site in accordance with all local, state, and federal rules and regulations including, at a minimum erosion control, stormwater management, and fire control, and other site management and site maintenance. The Contractor shall provide stabilized ingress and egress to each debris processing site and shall maintain such access throughout the life of the site. The Contractor shall provide Town, State or Federal officials access to the TDSRS at all times fur inspection and monitoring purposes. The Contractor shall also be responsible for, but not limited to the following tasks related to TDSRS site preparation and management I . site work and materials necessary to build and maintain stabilized roads for ingress or egress, or any roads within the site (if needed), 2. dust and windhorne debris control, 3. portable toilets, 4, temporary fencing or other necessary security measures 5. restoration of the site to its pre -event condition 6. subcontractor trailers and parking 7. traffic control R. site monitnring for safe operations 9. site cleanliness. B. Debris Processing The Contractor shall accept loads of disaster debris into the TDSRS only upon inspection by Town authorized monitors and only after documentation has been completed so that the load is consistent with FEMA eligibility requirement The Contractor shall be required to segregate debris into distinct piles of vegetative debris, construction and demolition debris (C&D), recyclable debris, white goods and hazardous waste. All methods of debris processing used by the Contractor shall be approved by the Town. Generally, these methods shall include the use of tub -grinding, incineration when approved by the Town, or other effective methods of reduction that may be presented to the Town and approved for use by the Town, FDEP and FEMA. The Contractor shall be responsible for maintaining a level of processing at the TDSRS that will 13 allow continuous removal of the residuals so that the site doesn't become full prematurely. The Contractor shall only be paid a debris processing fee for that debris which is processed through methods acceptable and approved by the Town. C. Haul -out of Residual Waste After Processine The Contractor shall be responsible for haul -out of all residual waste after processing is complete. This waste shall be hauled to the landfill site determined by the Town. The project will not be complete until all residuals are removed from the TDSRS. D. Disposal of the Processed Debris The Contractor shall transport loads of residual debris to the approved disposal sites and all out- bound loads shall be inspected by Town authorized field monitors. Debris tickets will be prepared by Town site monitors for all out -bound loads. Tickets will clearly indicate the type of debris (mulch, C&D, white goods, etc.), truck identification, cubic yardage, date and time. Section 2.4 Project Management and Documentation Support A. Management Su000rt The Contractor shall designate a Project Manager for the duration of the project and that Project Manager shall be the Contractor's representative on all day-to-day issues related to the completion of the project. The Project Manager shall be available at all hours, day or night, by i cell phone or other means of communication available to the Town. The Town shall also designate a liaison representative. The Contractor shall meet with the Town representative on a weekly basis, at a minimum, to report on the progress of the project and to discuss any outstanding issues that may exist. B. Documentation Support The Contractor shall assist the Town in providing documentation necessary for the Town to apply for FEMA assistance. Therefore, the Contractor shall follow FEMA guidelines for documentation and shall provide four-part and sequentially numbered load tickets to be used for all inbound and outbound debris hauled into or out of a TDSRS in order to comply with FEMA requirements. Each invoice generated by the Contractor shall provide a computer database containing all documentation of load tickets. The database shall be such that it can be converted to a file compatible with Town software so that it can be reviewed prior to payment. The Contractor shall submit a daily report to the Town for the duration of the project. This report shall contain the following information; Contractor's name, Contract number, number of crew working, location of work (by zone), cubic yards of debris hauled into TDSRS and cubic yards of debris out -bound from the TDSRS, as well as any problems encountered that day. Section 2.5 Other.Onerational Considerations The Contractor shall comply with the following: 14 I . The Contractor shall supervise and direct the work using skillful labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment, and the Contractor's subcontractor personnel and equipment, is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform the tasks of the project. 2. The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor's or subcontractor's actions or operations during the performance of the project. Corrections for such violations shall be at no cost to the Town. 3. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. At a minimum, one flag person should be posted at each approach to the work area. Work shall be accomplished in a safe manner in accordance with OSHA standards. 4. All Contractor loads of debris and/or residuals shall be subject to inspection by Town, State and/or Federal inspectors at any time to ensure compliance with applicable laws and FEMA regulations. 5. All Contractor trucks and other equipment shall be in compliance with all applicable federal, state and local laws and regulations. G. All Contractors hauling equipment shall be measured for capacity by Town authorized monitors and shall be clearly marked with self-adhesive signage provided by the Town. Magnetic signs are not permitted. Signs shall contain the following information; contractors name, subcontractor's name, truck number, the cubic yard capacity of the truck, and the date of measurement and inspection. Truck certification sheets shall be completed in detail on every truck depositing debris and out -going trucks delivering reduced debris to include the actual measurements (length, height, width), calculated cubic yardage, truck identification, driver identification. These forms shall be collected electronically for transmission to Town and FEMA officials responsible for the financial record keeping of the event. 7. All Contractors hauling equipment shall have a tailgate capable of containing the debris effectively as to avoid spillage. Plastic webbing is not acceptable for a tailgate. Sideboards and extensions are allowable provided they meet FEMA guidelines and are constructed in such a manner as to withstand severe operating conditions. All extensions are subject to acceptance or rejection by the Town. Once installed, the sideboards and extensions must remain in place or the equipment shall be re -measured and re -marked and given a new identification number. Tarps shall be used only if required by FEMA or continual problems exist with debris spillage on public streets. R. All Contractor loads shall he verified by FEMA acceptable procedures through Town authorized field monitors. 9. The Contractor shall coordinate collection of debris with the Town's project representative on a daily basis and shall provide daily production reports. 10. Contractor crews shall work safely and efficiently and shall leave collection location in a safe and neat condition, as determined by the Town, after loading is complete. if. Right-of-way collection of debris by the Contractor shall be performed during visible daylight hours seven (7) days. per week. Work at the TDSRS may begin at dawn and must end by 7:00 p.m. unless extended hours are approved by the Town. 12. The Contractor is responsible for obtaining sites to store trucks and equipment when not in use. 15 13. The Contractor shall make multiple scheduled passes of each right-of-way to collect eligible debris. The number of passes and the conclusion of the project will be determined by the Town. 14. The Contractor shall mitigate the impact of the collection and/or processing operation on local traffic to the fullest extent practicable. The Contractor is responsible for establishing and maintaining appropriate traffic controls in all work areas, including the TDSRS. 15. The Contractor shall be responsible for the repair of any public and/or private property damages caused by negligence of the Contractor or any of its subcontractors. The Town shall make the final determination regarding cause of damage, the ruling of negligence, the satisfaction of the repairs, and the completion of the repairs. 16. The Contractor shall establish a local office within one (1) week of the notice -to -proceed and shall provide staffing to include a knowledgeable claims adjustment employee designated to be the Town's point -of -contact regarding damage complaints or claims originating from the collection of debris on the ROW. This claims adjustment employee shall respond promptly to the claimant and work to resolve the claim, or complaint, in a reasonable timeframe. This office shall remain open at least 40 hours per week for the duration of the project and shall be equipped with the appropriate personnel, communications; computer and office equipment to provide the Town and its citizens with the appropriate level of assistance required. 17. The Contractor shall make every effort to hire local workers and/or subcontractors. 18. The Contractor shall accommodate Town crews and equipment in order to allow such crews to utilize the TDSRS to unload eligible debris. Debris hauled to the TDSRS by Town crews shall he processed and disposed of by the Contractor and the Contractor shall invoice the Town for the processing and disposal of such debris but not for the collection of such debris. PART 3. Price Proposal The Contractor shall complete the Price Proposal schedule included herein as "Attachment 3". The Contractor's itemized quote shall include all charges related to the categorized line item. The Contractor should submit only the original copy of the Price Proposal. The Price Proposal ("Attachment 3") shall be submitted in a separate envelope and must he marked in the bottom left comer on the outside of the envelope as follows: Price Proposal Disaster Debris Recovery Services - RFP: 2008-10 Opening Date: _ Name of Contractor: PART 4. Contract The Town and the Contractor shall formalize an agreement in the form of a Contract as contained herein as "Attachment I". 16 Date Suhmitted: J405 PROPOSAL RFP NO.: 2008-10 The undersigned, as proposer, does declare that no other persons other than the proposer herein named has any interest in this proposal or in the contract to be taken, and that it is made without any connection with any other person or persons making a proposal for the same articles, and it is in all respects fair and without collusion or fraud. The undersigned further declares that he has carefully examined the specifications and is thoroughly familiar with their provisions and penalties. The proposer proposes and agrees if this proposal is accepted, to contract with the Town of Gulf Stream, Florida, in the form of contract specified, to furnish all the material, equipment, machinery, tools, apparatus, means of transportation and labor necessary to provide: DISASTER DEBRIS REMOVAL CONTRACT FOR THE TOWN OF GULF STREAM Si nature: y/t Gv' /�//baRs' Q d Firm: I ► (T t " tri 25 VII Name: rr W • 1 opk5 Address: po -2-5,11P-12-Iii- UL ritle: C,r it sta tate: Tele hone: 0264 b`15 - 22 3 Fax: (ZSir) 315-91to Gnail: ^ 1L� Yt.0.l .C-0YY`i \'Aj J 17 ATTACHMENT 1. CONTRACT FOR DISASTER DEBRIS RECOVERY SERVICES FOR THE TOWN OF GULF STREAM THIS CONTRACT is made and entered into this day of 20 1 by and between duly authorized to conduct business in the State of Florida, whose address is hereinafter called the "CONTRACTOR" and the Town of Gulf Stream, a political subdivision of the State of Florida, whose address is 100 Sea Road, Gulf Stream, Florida 33483, hereinafter called the "TOWN". W I T N E S S E T H: WHEREAS, the TOWN desires to retain the services of a competent and qualified contractor to provide disaster debris recovery services for the Town of Gulf Stream; and WHEREAS, the TOWN has requested and received proposals to provide disaster debris recovery services; and WHEREAS, the CONTRACTOR is competent and qualified to furnish services to the TOWN and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, the TOWN and the CONTRACTOR agree as follows: SECTION 1. SERVICES. The TOWN does hereby retain the CONTRACTOR to furnish services as further described in the Scope of Services, attached hereto as Exhibit "A" and made a part hereof, and contained in the Town of Gulf Stream Request for Proposals (RFP) Number 2008-10, which was responded to by the CONTRACTOR. The services required of the CONTRACTOR shall be specifically enumerated, described and depicted in a Notice to Proceed, issued by the TOWN in the event of a disaster. The Notice to Proceed shall be the authorization required for the CONTRACTOR to perform services in accordance with this Contract. This Contract standing alone does not authorize the performance of any work or require the TOWN to request any work. This Contract is complimentary to the E Scope of Services, attached herein as Exhibit "A", and what is called for by one is as binding as if called for by all. SECTION 2. AUTHORIZATION FOR SERVICES. Authorization for Cperformance of services by the CONTRACTOR under this Contract shall be made in the form of a Notice to Proceed issued and executed by the TOWN. The Notice to Proceed shall describe the services required and state the date for commencement. The Notice to Proceed will be issued under and shall incorporate the terms of this Contract. The TOWN makes no covenant or promise as to the number of available projects, nor that, the CONTRACTOR will perform any project for the TOWN during the life of this Contract. The TOWN reserves the right to perform any or all the services described in this Contract with TOWN equipment and TOWN employees either separate from or in conjunction with CONTRACTOR involvement. The TOWN also reserves the right to contract with other parties for the services contemplated by this Contract when it is determined by the TOWN to be in the best interest of the TOWN to do so. SECTION 3. TIME FOR COMPLETION. The services to be rendered by the CONTRACTOR shall be commenced, as specified in the Notice to Proceed, and shall be completed within the time specified therein. Any extensions to the time specified shall be made in writing to the CONTRACTOR at the sole discretion of the TOWN. SECTION 4. TERM. This Contract shall take effect on the date of its execution by the TOWN and shall run for a period ending May 1, 2009 and may, upon mutual agreement of the TOWN and the CONTRACTOR, be renewed for two (2) successive periods not to exceed two (2) years each. Expiration of the term of this Contract shall have no effect upon any Notice to Proceed that are issued pursuant to this Contract and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized under the Notice to Proceed. SECTION 5. COMPENSATION. The TOWN agrees to compensate the CONTRACTOR for services called for under this Contract in accordance with the fee schedule attached as Attachment 3. Those fees shall be paid by the TOWN only after the CONTRACTOR provides the TOWN with proper 19 documentation that verifies the detail and completion of the work performed. The CONTRACTOR shall invoice the TOWN on a bi-weekly basis and the TOWN agrees to pay the CONTRACTOR the appropriate fees within l one week of a properly documented invoice. The original invoice shall be sent to the Town Manager, 100 Sea Road, Gulf Stream, Florida 33483. The compensation fee schedule shall be initially taken from the original bid and negotiated prior to each subsequent two-year renewal term. Renewal of the Contract shall be dependent upon mutual agreement between the CITY and the CONTRACTOR of a compensation fee schedule by May 1st of each two-year Contract period. SECTION 6. COMPENSATION ESCALATOR CLAUSE. The TOWN agrees to automatically adjust the fee schedule, attached hereto as Exhibit "C", annually. An adjustment shall be made to each item of service. Such adjustments will be rendered by a factor equal to the increase in the Consumer Price Index (CPI) for Urban Wage Earners and Clerical Workers - All Items - South Region as reported by the U. S. Department of Labor, as that Index may increase from the effective date of this Contract. The CFI shall be calculated on the month ending sixty (60) days prior to the annual Contract execution date. SECTION 7. PERFORMANCE SECURITY. In lieu of retainage being held on each invoice, the CONTRACTOR agrees that they will provide a $500,000 payment and performance bond upon issuance of a Notice to Proceed. Prior to final payment, the TOWN, or its authorized representative, may conduct a complete audit and review of all documentation related to completion of work and the invoices submitted by the CONTRACTOR as well as any outstanding damage claims. The CONTRACTOR agrees to cooperate thoroughly in the review. Final payment will be dependant upon this review and reconciliation process. The TOWN agrees to expedite the reconciliation process. SECTION B. ASSIGNMENT. This Contract, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by the parties without prior written consent of the other party and in such cases only by a document of equal dignity herewith. Pic SECTION 9. SUBCONTRACTORS. In the event that the CONTRACTOR, during the course of work under this Contract, requires the services of any subcontractors, or other professional associates in connection with Gthe services covered under this Contract, the CONTRACTOR shall provide the CITY with written notification of the subcontractor's involvement in the project. The CONTRACTOR shall remain fully responsible for the actions, services and compensation of its subcontractors or other professional associates. SECTION 10. TERMINATION. The TOWN may, by written notice to the CONTRACTOR, terminate this Contract in whole or in part, at any time, either for the TOWN'S convenience or because of the failure of the CONTRACTOR to fulfill its Contract obligations. Upon receipt of such notice, the CONTRACTOR shall immediately discontinue all services affected and deliver to the TOWN all documentation related to the work that is completed or in progress. If the termination is for the convenience of the TOWN, the CONTRACTOR shall be paid compensation for services performed to the date of the termination. Compensation shall be made pursuant to the terms contained herein. If the termination is due to the failure of the CONTRACTOR to fulfill its Contract obligations, the TOWN may take the work and prosecute the same to completion by other contracts or means. In such case, the CONTRACTOR shall be liable to the TOWN for all reasonable costs occasioned to the TOWN thereby and, in addition, the CONTRACTOR shall forfeit, to the TOWN, their performance bond. The CONTRACTOR shall be responsible for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of the TOWN in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without any fault or negligence of the CONTRACTOR. If, after notice of termination for failure to fulfill its Contract obligations, it is determined that the CONTRACTOR had not failed, the 21 termination shall be conclusively deemed to have been affected for the convenience of the TOWN. In such event, the CONTRACTOR shall be paid, in accordance with this Contract, for all work satisfactorily completed. The rights and remedies of the TOWN provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Contract. SECTION 11. ALTERNATIVE DISPUTE RESOLUTION. (a) In the event of a dispute regarding performance or payment obligations arising under this Contract, the parties agree to exhaust TOWN protest procedures prior to filing suit or otherwise pursuing legal remedies. (b) The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in the TOWN protest procedures set forth in subsection (a) above of which the CONTRACTOR had knowledge and failed to present during the TOWN protest procedures. (c) In the event that TOWN protest procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. SECTION 12. TOWN AND CONTRACTOR REPRESENTATIVES. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Contract will arise. The TOWN, upon request by the CONTRACTOR, shall designate in writing and shall advise the CONTRACTOR in writing of one (1) or more of its employees to whom all communications pertaining to the day-to-day conduct of the Contract shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the TOWN'S policy and decisions pertinent to the work covered by this Contract. 22 (b) The CONTRACTOR shall, at all times during the normal work week, designate or appoint one (1) or more representatives of the CONTRACTOR who are authorized to act in behalf of and bind the �! CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Contract and shall keep the TOWN continually and effectively advised of such designation. SECTION 13. ALL PRIOR CONTRACTS SUPERSEDED. This document incorporates .and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations of agreements, whether oral or written. SECTION 14. MODIFICATIONS, AMENDMENTS OR ALTERATIONS. No modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. SECTION 15. EQUAL OPPORTUNITY EMPLOYMENT. The CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color, religion, sex, age, disability, or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. SECTION 16. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the CONTRACTOR (including its officers, employees, and agents) the agent, representative, or employee of the CITY for any purpose, or in any manner, whatsoever. The CONTRACTOR is 23 to be and shall remain forever an independent contractor with respect to all services performed under this Contract. SECTION 17. EMPLOYEE STATUS. Persons employed by the CONTRACTOR 1, in the performance of the service and functions pursuant to this Contract shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the TOWN'S officers and employees either by operation of law or by the TOWN. SECTION 18. INDEMNIFICATION OF TOWN. The CONTRACTOR shall indemnify and hold harmless the Town of Gulf Stream, its officers and employees, from any and all liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of this contract. The CONTRACTOR'S obligation shall not be limited by, or in any way to, any insurance coverage or by any provision in or exclusion or omission from any policy of insurance. SECTION 19. INSURANCE. (a) GENERAL. The CONTRACTOR shall, at the CONTRACTOR'S own cost, procure the insurance required under this Section. (1) The CONTRACTOR shall furnish the TOWN with a Certificate of Insurance signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liabil- ity, Workers' Compensation and Employer's Liability, Automobile Liability and Commercial General Liability). The TOWN, its officials, officers, and employees shall be named additional insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the CITY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the CONTRACTOR, the CONTRACTOR shall provide the TOWN with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expiration or replacement of the insurance for which a previous certificate has been provided. 9 (2) The Certificate shall contain a statement that it is being provided in accordance with the Contract and that the insurance is in full compliance with the requirements of the Agreement. In lieu of the statement on the Certificate, the CONTRACTOR shall, at the option of the CITY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Contract and that the insurance is in full compliance with the requirements of the Contract. The Certificate shall have this Contract name clearly marked on its face. (3) In addition to providing the Certificate of Insurance, if required by the TOWN, the CONTRACTOR shall, within thirty (30) days after receipt of the request, provide the CITY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the TOWN nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR'S full responsibility for performance of any obligation including CONTRACTOR indemnification of TOWN under this Contract. (b) INSURANCE COMPANY REQUIREMENTS. Insurance companies providing the insurance under this Contract must meet the following requirements: (1) Companies issuing policies, other than Workers' Compen- sation, must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. Policies for Workers' Compensation may be issued by companies authorized as a group self -insurer by Section 440.57, Florida Statutes. (2) In addition, such companies other than, those authorized by Section 440.57, Florida Statutes, shall have and maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to A.M. Best Company. (3) If, during the period which an insurance company is providing the insurance coverage required by this Contract, an insurance 1 company shall: 1) lose its Certificate of Authority, 2) no longer comply �J with Section 440.57, Florida Statutes, or 3) fail to maintain the 25 requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the TOWN and immediately replace the insurance Ocoverage provided by the insurance company with a different insurance company meeting the requirements of this Contract. Until such time as the CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to the TOWN the CONTRACTOR shall be deemed to be in default of this Contract. (c) SPECIFICATIONS. Without limiting any of the other obligations or liability of the CONTRACTOR, the CONTRACTOR shall, at the CONTRACTOR'S sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in the Contract, the insurance shall become effective prior to the commencement of work by the CONTRACTOR and shall be maintained in force until the Contract completion date. The amounts and types of insurance shall conform to the following minimum requirements. (1) Workers' Compensation/Employer's Liability. (A) The CONTRACTOR'S insurance shall cover the CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. The CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both the CONTRACTOR and its subcontractors are outlined in subsection (c) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida 26 Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. C' (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $100,000.00 (Each Accident) $500,000.00 (Disease -Policy Limit) $100,000.00 (Disease -Each Employee) (2) Commercial General Liability. (A) The CONTRACTOR'S insurance shall cover the CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B). The minimum limits to be maintained by the i \ CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess v policy) shall be as follows: LIMITS General Aggregate $3,000,000 Personal & Advertising $1,000,000 Injury Limit Each Occurrence Limit $1,000,000 (3) Professional Liability Insurance. The CONTRACTOR shall carry limits of not less than ONE MILLION AND NO/100 DOLLARS ($1,000,000.00). (d) COVERAGE. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary basis. (e) OCCURRENCE BASIS. The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims -made basis. The Profes- sional Liability insurance policy must either be on an occurrence basis, or, if a claims -made basis, the coverage must respond to all claims 27 reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. C(f) OBLIGATIONS. Compliance with the foregoing insurance requirements shall not relieve the CONTRACTOR, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. (g) LOSS CONTROL AND SAFETY. The CONTRACTOR shall retain control over its employees, agents, servants and subcontractors, as well as control over its invitees, and its activities on and about the subject premises and the manner in which such activities shall be undertaken and to that end, the CONTRACTOR shall not be deemed to be an agent of the CITY. Precaution shall be exercised at all times by the CONTRACTOR for the protection of all persons, including employees, and property. The CONTRACTOR shall make special effort to detect hazards and shall take prompt action where loss control/safety measures should reasonably be expected. O(h) PAY ON BEHALF OF THE TOWN. The CONTRACTOR agrees to pay on behalf of the TOWN, as well as provide a legal defense for the TOWN, both of which will be done only if an when requested by the TOWN, for all claims as described in the Hold Harmless paragraph. Such payment on behalf of the TOWN shall be in addition to any and all other legal remedies available to the TOWN and shall not be considered to be the TOWN'S exclusive remedy. SECTION 20. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Contract, the CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services, including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules, or regulations shall constitute a material breach of the Contract, and shall entitle the TOWN to terminate this Contract immediately upon delivery of written notice of termination to the CONTRACTOR. 28 SECTION 21. WARRANTIES AND REPRESENTATIONS. The CONTRACTOR shall comply with all Federal, State, County, and municipal laws, ordinances, and regulations. The CONTRACTOR certifies his/her eligibility to aperform this Contract under local and Federal law, and certifies that he/she is not now and has never been debarred from performing Federal or State government contracts and that all subcontractors used in the performance of this Contract have the same qualifications. SECTION 22. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, with return receipt requested, addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. SECTION 23. RIGHTS AT LAW RETAINED. The rights and remedies of the CITY, provided for under the Contract, are in addition and supplemental to any other rights and remedies provided by law. IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the date below written for execution by the TOWN. TOWN OF GULF STREAM ATTEST: Town Clerk (SEAL) ATTEST: Corporate Secretary (Corporate SEAL) Approved as to form and legal sufficiency: William F. Koch, Jr. Mayor Date: CONTRACTOR 0 Date: Town Attorney President 29 Exhibit "A" PART 2. SCOPE OF SERVICES It is the intent of this Scope of Services to define the general expectations that the Town has for services to be performed by the Contractor in the aftermath of a disaster at the request of the Town in a Notice -to -Proceed. The Notice -to -Proceed will give specific direction to the Contractor of the types of services needed at the time that the Notice -to -Proceed is issued. The Scope of Services addressed in this RFP includes the following: Section 2.1 Debris Removal- from Public Riahts-of-Way A. Emereencv Road Clearine At the request of the Town, the Contractor shall respond within the first twenty four (24) hours after a disaster event to assist town crews in clearing roadways by cutting, tossing, and/or pushing of debris from the primary transportation routes as identified by and directed by the Town. This operational aspect is generally limited to the :first five days immediately after a disaster, but this time frame could change according to the amount of debris blocking roadways and the Town's need for this level of assistance. B. Removal of Debris from Public Riahts-of- Way (ROW) Upon receipt of a Notice- to- Proceed from the Town, the Contractor shall respond within seventy-two (72) hours of a disaster with manpower and equipment to begin the process of removing piled debris from Town rights-of- way and/or other Town owned properties as directed by the Town. The Contractor shall provide amount and type of equipment and manpower needed to accomplish the task of debris removal on a schedule approved by the Town. Generally, in the case of a hurricane, this schedule would allow thirty (30) days to complete a certified I" pass of all city rights-of-way and shall not exceed one hundred fifty (150) days to complete the entire project with a minimum of three (3) certified passes. The Town may alter this schedule based on the amount of debris generated by the specific disaster as well as directive from FEMA. The Contractor is expected to comply with the Town's schedule for completion of the project. The Contractor shall be responsible for collecting eligible debris from public rights-of-way, in accordance with FEMA eligibility regulations. and hauling such debris to a Town designated Temporary Debris Staging and Reduction Site (TDSRS). This may require the Contractor to utilize a TDSRS located outside the city limits and operated by county contractor. This work shall be performed consistent with FEMA debris eligibility and documentation requirements and all work shall be done under the observation of the Town's authorized field monitors. The Contractor shall make every effort to collect and handle vegetative debris separately from all other forms of debris so that processing and disposal alternatives can be maximized. The Contractor shall be responsible for all materials, fuel, and associated costs related to the collection of ROW debris. For load documentation purposes, the Town shall supply its authorized monitors, with unique and sequentially numbered four-part load tickets that comply with FEMA documentation requirements and shall include the following information; ticket number, contract number, date, contractors name, subcontractor's name, driver's name, truck number, measured capacity of truck. percentage of full load, location of debris collection, loading monitor's name, dumping monitor's name, dumpsite, load class (vegetative or mixed), debris eligibility (eligible Cubic Yards). The Contractor shall be compensated for collection on a cubic yard basis per the unit price reflected in the . l Contractor's Price Proposal (part 3 of this RFP). All waste collected and transported by the Contractor, including any special waste such as stumps, white goods, household waste, construction and demolition waste, boats, docks, 30 vehicles, concrete, asphalt, and other similar waste shall be calculated based the cubic yard volume for eligible Contractor invoicing. The Town shall direct the Contractor regarding collection of debris on roadways eligible for Federal Highway Administration Emergency Relief Program (FHWA) funding. The Town's authorized field monitors will make the on-site eligibility determination of specific collections concerning these FHWA roadways. Section 2.2 Cutting and Trimming of Hazardous Trees and Limbs from Public and Private Property A. Cutting and Trimmina of Hazardous Trees and Limbs on Public Rights -of -Way and Other Public Properties Should damaged trees limbs, and/or other debris caused by the disaster be present on publicly owned properties (including public facility grounds, public rights-of-way, or other public land), and its existence constitutes a threat to the life, safety and health of the general public, the Town may direct the Contractor to cut and pile the damaged trees/limbs and/or other eligible debris on the public properties or the adjacent'public right-of-way where it will be collected by the Contractor and hauled, processed and disposed of as described in Section I (Debris Removal Public Rights -of -.Way) of this document. This work shall involve the cutting, trimming and/or the felling of leaning trees and/or hanging limbs and/or the placement of felled trees and limbs and the removal of uprooted stumps and backfilling the hole. This work shall be contingent on FEMA eligibility requirements and all work shall be done under the observation of the Town's authorized field monitors and shall comply with all FEMA requirements. The Town, with the assistance of FEMA, will develop a procedure for establishing eligibility, monitoring the work, and coordinating the operation of this program if the need is apparent and the program is approved by FEMA. Pricing guidance for the cutting and trimming of hazardous trees and limbs on Public Properties is included herein as "Attachment 2". Pricing is for this service is separate from, and in addition to, the ROW collection and hauling pricing. B. Cutting and Trimming of Hazardous Trees and Limbs on Private Property through a Right -of -Entry Program (ROE). Should damaged trees, limbs, and/or other debris caused by the disaster be present on privately owned properties and its existence constitutes a threat to the life, safety and health of the general public and FEMA authorizes a Right -of. Entry (ROE) program, the Town may direct the Contractor to cut and place the damaged trees, limbs and/or other eligible debris on the public right -of -.way where it will be collected by the Contractor and hauled, processed and disposed of as described in Section 1 (Debris Removal - Public Rights -of: Way) of this document. This work shall involve the cutting, trimming and/or the felling of leaning trees and/or hanging limbs and/or the placement of felled trees and limbs and the removal of uprooted stumps and backfilling the hole. This work shall be contingent on FEMA eligibility requirements and all work shall be done under the observation of the Town's authorized field monitors and shall comply with all FEMA requirements. The Town, with the assistance of FEMA, will coordinate a procedure for establishing eligibility, monitoring the work, and managing the operation of this program if the need is apparent and the program is approved by FEMA. Pricing guidance for the cutting and trimming of hazardous trees and limbs Ihrough the ROE Program is included herein as "Attachment 2". Pricing for this service is separate from, and in addition to, the ROW collection and hauling pricing. Section 2.3 Managing the TDSRS, Debris Processing, and Disposal of the Processed Debris A. Manaaement of Temporary Debris Staging and Reduction Sites (TDSRS) 31 The Town shall determine the alternative sites for debris management. The Contractor shall operate and manage the TDSRS in accordance with FDEP and FEMA regulations to accept and process all disaster event debris. All Contractor costs associated with management and operation of the TDSRS shall be included in the Contractors line item price for processing of debris. The Contractor shall be responsible for obtaining and paying for all permits Crequired to construct, operate, maintain, close and reclaim the debris processing sites. The Contractor shall maintain the site in accordance with all local, state, and federal rules and regulations including, at a minimum erosion control, stormwater management, and fire control, and other site management and site maintenance. The Contractor shall provide stabilized ingress and egress to each debris processing site and shall maintain such access throughout the life of the site. The Contractor shall provide Town, State or Federal officials access to the TDSRS at all times fur inspection and monitoring purposes. The Contractor shall also be responsible for, but not limited to the following tasks related to TDSRS site preparation and management: 1. site work and materials necessary to build and maintain stabilized roads for ingress or egress, or any roads within the site (if needed), 2, dust and windborne debris control, 3. portable toilets, 4. temporary fencing or other necessary security measures 5. restoration of the site to its pre -event condition 6, subcontractor trailers and parking 7. traffic control R. site monitoring for safe operations 9. site cleanliness. C. Debris Processing The Contractor shall accept loads of disaster debris into the TDSRS only upon inspection by Town authorized monitors and only after documentation has been completed so that the load is consistent with FEMA eligibility requirement The Contractor shall be required to segregate debris into distinct piles of vegetative debris, construction and demolition debris (C&D), recyclable debris, white goods and hazardous waste. All methods of debris processing used by the Contractor shall be approved by the Town. Generally, these methods shall include the use of tub -grinding, incineration when approved by the Town, or other effective methods of reduction that may be presented to the Town and approved for use by the Town, FDEP and FEMA. The Contractor shall be responsible for maintaining a level of processing at the TDSRS that will allow continuous removal of the residuals so that the site doesn't become full prematurely. The Contractor shall only he paid a debris processing fee for that debris which is processed through methods acceptable and approved by the Town. D. Haul -out of Residual Waste After Processing The Contractor shall be responsible for haul -out of all residual waste after processing is complete. This waste shall be hauled to the landfill site determined by the Town. The project will not be complete until all residuals are removed from the TDSRS. E. Disposal of the Processed Debris The Contractor shall transport loads of residual debris to the approved disposal sites and all out -bound loads shall be inspected by Town authorized field monitors. Debris tickets will be prepared by Town site monitors for all out -bound loads. Tickets will clearly indicate the type of debris (mulch, C&D, white goods, etc.), truck identification, cubic yardage, date and time. W Section 2.4 Protect Management and Documentation Support A. Management Support The Contractor shall designate a Project Manager for the duration of the project and that Project Manager shall be the Contractors representative on all day-to-day issues related to the completion of the project. The Project Manager shall be available at all hours, day or night, by cell phone or other means of communication available to the Town. The Town shall also designate a liaison representative. The Contractor shall meet with the Town representative on a weekly basis, at a minimum, to report on the progress of the project and to discuss any outstanding issues that may exist. B. Documentation Support The Contractor shall assist the Town in providing documentation necessary for the Town to apply for FEMA assistance. Therefore, the Contractor shall follow FEMA guidelines for documentation and shall provide four-part and sequentially numbered load tickets to be used for all inbound and outbound debris hauled into or out of a TDSRS in order to comply with FEMA requirements. Each invoice generated by the Contractor shall provide a computer database containing all documentation of load tickets. The database shall be such that is can be converted to a file compatible with Town software so that it can be reviewed prior to payment. The Contractor shall submit a daily report to the Town for the duration of the project. This report shall contain the following information; Contractor's name, Contract number, number of crew working, location of work (by zone), cubic yards of debris hauled into TDSRS and cubic yards of debris out -bound from the TDSRS, as well as any problems encountered that day. Section 2.5 Other Operational Considerations The Contractor shall comply with the following: C A. The Contractor shall supervise and direct the work using skillful labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment, and the Contractors subcontractor personnel and equipment, is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform the tasks of the project. B. The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor's or subcontractor's actions or operations during the performance of the project. Corrections for such violations shall be at no cost to the Town. C. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor shall provide all Flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. At a minimum, one Flag person should be posted at each approach to the work area. Work shall be accomplished in a safe manner in accordance with OSHA standards. D. All Contractor loads of debris and/or residuals shall be subject to inspection by Town, State and/or Federal inspectors at any time to ensure compliance with applicable laws and FEMA regulations. E. All Contractor trucks and other equipment shall be in compliance with all applicable federal, state and local laws and regulations. F. All Contractor's hauling equipment shall be measured for capacity by Town authorized monitors and shall be clearly marked with self-adhesive signage provided by the Town. Magnetic signs are not permitted. Signs shall contain the following information; contractor's name, subcontractor's name, truck number, the cubic yard capacity of the truck, and the date of measurement and inspection. Truck certification sheets shall be completed in detail on every truck depositing debris and out -going trucks delivering reduced debris to include the actual measurements (length, height, width), calculated cubic yardage, truck identification, driver identification. G. All Contractor's hauling equipment shall have a tailgate capable of containing the debris effectively as to avoid spillage. Plastic webbing is not acceptable for a tailgate. Sideboards and extensions are allowable provided they 33 meet FEMA guidelines and are constructed in such a manner as to withstand severe operating conditions. All extensions are subject to acceptance or rejection by the Town. Once installed, the sideboards and extensions must remain in place or the equipment shall be re -measured and re -marked. Tarps shall be used only if required by FEMA or continual problems exist with debris spillage on public streets. CH. All Contractor loads shall be verified by FEMA acceptable procedures through Town authorized field monitors. 1. The Contractor shall coordinate collection of debris with the Town's project representative on a daily basis and shall provide daily production reports. J. Contractor crews shall work safely and efficiently and shall leave collection location in a sate and neat condition, as determined by the Town, after loading is complete. K. Right-of-way collection of debris by the Contractor shall be performed during visible daylight hours only, seven (7) days per week. Work at the TDSRS may begin at dawn and must end by 7:00 p.m. unless extended hours are approved by the Town. L. The Contractor is responsible for obtaining sites to store trucks and equipment when not in use. M. The Contractor shall make multiple scheduled passes of each right-of-way to collect eligible debris. The number of passes and the conclusion of the project will be determined by the Town. N. The Contractor shall mitigate the impact of the collection and/or processing operation on local traffic to the fullest extent practicable. The Contractor is responsible for establishing and maintaining appropriate traffic controls in all work areas, including the TDSRS. 0. The Contractor shall be responsible for the repair of any public and/or private property damages caused by negligence of the Contractor or any of its subcontractors. The Town shall make the final determination regarding cause of damage, the ruling of negligence, and the satisfaction and completion of the repairs. P. The Contractor shall make every effort to hire local workers and/or subcontractors. Q. The Contractor shall accommodate Town crews and equipment in order to allow such crews to utilize the TDSRS to unload eligible debris. Debris hauled to the TDSRS by Town crews shall be processed and disposed of by the Contractor and the Contractor shall invoice the Town for the processing and disposal of such debris but not for the collection of such debris. 34 _. EXHIBIT' "A" Attachment 2 Right -of -Entry Private Property Debris Removal Program Plan C1. The Town of Gulf Stream shall request that FEMA establish eligibility for participation in a program that would allow the Town to receive reimbursement funding from FEMA for work performed on certain private properties located within the city limits where specific vegetative debris hazards resulting from a disaster continue to exist and those hazards are determined to represent a violation of Town Code. 2. The Town shall establish a process to identify private properties where code violations related to vegetative debris hazards may exist. This shall be done through a public awareness campaign and through Feld inspections conducted by Town Code Enforcement Officer. 2. The Town's authorized field monitors shall perform in -field monitoring of the removal of debris from private properties. 3. The Town shall contract with the Contractor to perform debris removal work cut, collect, process and dispose of eligible storm debris on ROE designated private properties. 4. The Town shall establish the following process for management of the ROE Private Property Debris Removal Program: a) When the ROE Debris Hotline receives a call from a resident requesting assistance to correct a hazard, or location of a nuisance violation involving storm generated debris on private property is received from a Town of Gulf Stream Code Enforcement Officer, the Town's authorized field monitor shall input the following information into a database: First and Last Name of the �- Resident/Property Owner, Mailing Address, Damaged Property Address, Jurisdiction (Town or County) and Telephone Number. b) The database shall generate a mailing list of private property owners whose properties are in violation due to debris hazards. ROE form is mailed out that contains the following: a. Notice of Hazard c) When the ROE form is returned, the Town monitor ensures that it is correct and complete. If not, the ROE form is returned to the property owner with instructions as to what information is missing. d) The completed ROE information is entered into the monitor's database as returned, and the property location is assigned to the ROE surveyor team. The ROE surveyor teams consists of one Town monitor representative and one FEMA representative that go onto each ROE property, assess eligibility, hazards, and methods needed to remove each hazard. The Town's monitor documents and photographs each hazardous item, and enters the information into a field surveyor database. The FEMA representative marks each eligible item with orange spray paint. Each completed ROE survey along with photo documentation is compiled weekly to be submitted as a FEMA Project Worksheet. e) The resident/property owner is notified by telephone 48 hours in advance and is asked a series of questions regarding site hazards such as where septic tanks, electric lines and water/gas meters are located. The resident is asked to put away any animals while work is underway. If the resident checked the box stating they have, or will, receive compensation from insurance for debris removal, they are dealt with on a case by case basis. ' f) The contractor goes to the ROE property on the designated day with a ROE monitor. The monitor will have a copy of the survey conducted with FEMA as a reference to observe all of the items 35 listed as hazards to be removed. The contractor shall load the debris onto transport trucks/trailers and the ROE monitor shall document the total cubic yards removed and the corresponding charge category based on equipment used to cut and remove the debris. A FEMA representative may or may not be present for this part of the process. g) The contractor then transports the debris to a Temporary Debris Storage and Reduction Site. h) After processing, the contractor transports the debris to an approved disposal facility. ROE Pricing Pricing for the ROE Program shall be based on categories of service numbered 1 through 3, each of which requires a distinct level of service. The Contractor shall be paid based on cubic yards of debris cut and collected at the ROE location as measured at the dumpsite tower. The cubic yardage to be used as a basis of payment on any individual ROE property shall be based on the highest category of service required on said property. For example, a property having category 1 and 2 service requirements would be invoiced under category 2 pricing since that level of service and equipment was needed to complete the job at that particular location. This should only include the price for cutting, cleaning and piling the debris at the ROW. The Contract price for hauling the ROW debris, debris processing, haul -out and disposal will apply as indicated and priced under the Contract. (Category 1) The per cubic yard cost associated with cutting and removing vegetative debris from the private property by the use of common and skilled labor, and mechanized equipment commonly used in tree cutting and removal services. The mechanized equipment utilized consists of, but is not limited to, wheeled loading equipment, aerial bucket trucks, and chain saws. (Category 2) The per cubic yard cost associated with cutting and removing vegetative debris from the private property by the use of all labor and equipment described in Category 1, with the addition of requiring skilled "climbers" C to cut trees and branches in areas not accessible to aerial bucket trucks. (Category 3) The per cubic yard cost associated with cutting and removing vegetative debris from the private property by the use of all labor and equipment described in Category 1 and/or Category 2, with the addition of requiring the use of a crane to remove debris due to access limitations and/or weight factors. Backfilling The per cubic yard cost associated with the backfilling stump holes created from the removal of uprooted trees. IR EXHIBIT "C" Attachment 3 Price Proposal - RFP # 2008-10 Contractor cn�' -RCT Old i if i JU V i C Q S, bq C) THE FOLLOWING PRICES ARE SUBMITTED BY THE BIDDER FOR THE PURPOSE OF: A. ARRIVING AT AN ESTIMATED TOTAL BID PRICE BASED ON AN ASSUMED DEBRIS VOLUME. B. ESTABLISHING DETAILED UNIT PRICING TO BE UTILIZED IN THE INITIAL CONTRACT TERM AND TO BE USED AS THE BASIS FOR CALCULATING THE PRICE ESCALATIONS. Column I Column 11 Column III Column IV Unit of Item 4 Description of Service or Manpower / Equipment Measure Unit Price Emergency Road Clearing (IF REQUIRED) Note: All equipment Pricing to Include Operator Proposer's Bid (Regmred for all items) 1 Wheel Loader, 644 or equivalent w/min. 2.5 yd3 bucket Hours 85 • UO 2 Hydraulic Excavator, crawler, 90,200 lb. w/min. 1.5 cy3 bucket Hours Zoo • uo 3 Lowboy trailer and tractor Hours ! OD -CA) 4 Dozer, tracked 2-3 yd3 blade capacity Hours 5 Dozer, tracked, D-7 or equivalent Hours 186. CrD 6 Motor Grader with 12ft blade, 130-140 net hp Hours (5D , UD 7 Backhoe, with loader, 1.5 yd3 capacity with thumb attachment Hours , V V R Dump truck or truck /trailer with 16-20 yd3 capacity Hours 55, OD 9 Dump truck or truck /trailer with 21-30 yd3 capacity Hours t05-- V- 10 Dump truck or truck / trailer with 31-50 yd3 capacity Hours lv $ c ) 11 Dump truck or truck / trailer with 51-60 yd3 capacity Hours 12 Self -loading knuckleboom with body of 30 yd3 or more Hours / 26- UV 13 304on Crane Hours J%, uo /50 * 14 501t. bucket truck Hours /2-oruQ 15 Trailer mounted flood light set with generator unit Hours m il0 16 Service truck w/air, fuel, welding and misc. tools Hours 6,45, 17 Project Manager with pickup truck and radio I cell phone Hours 18 Crew Foreman with pickup truck and radio / cell phone Hours too. 10 Laborer with pickup truck, 1/2 ton or larger Hours 45, U0 20 Laborer with Chainsaw, minimum 16" wl hand tools / safety equip. Hours 35. 21 Climber w/gear Hours 12-6, ffD 22 Laborer with hand tools and safety equipment Hours 30 ov 23 Flagman with safety signs Hours 30 UD Page I of 2 37 EXHIBIT "C" Attachment 3 Price Proposal - RFP # 2008-10 Contractor Y) ✓l 4vn.hc2s Column I Column II Column III Column IV Column V Column VI Unit of Estimated Item 9 Description of Service or Manpower / Equipment Measure Volume Unit Price Extended Price Debris Removed from Public Rights -of -Way Proposer's Bid Line Item Total Line Item Total (Required for all items) (Esl. vmume x unit price 1 Collection of eligible debris from TOWN rights-of-way and other rj Category 1 - cutting trees and limbs 8 piling debris at ROW public properties and transport of debris to a TDSRS located "Attachment 0-5 miles (one-way) from the point of collection Cubic yards 300,000 ,� 2 OZT OV6 2 Processing of eligible debris through grinding and/or chipping Cubic yards 300,000 /15 {{ G �� Q�U (J :J 3 Hauling of reduced debris or other materials to landfill Cubic yards located 42 miles from TDSRS (one-wny miles) 100,000 3.00 oeto-D �.J l.! 4 TDSRS site management to include site operation, debris Cubic yards loading 300,000 2 900000 acceptance, pile management, material (transport) U_D Cubic yards 00 fit) Total Cost Estimate for Debris Removal from ROWS -050 C)vo VY - Column I Column It Column III Column IV Column V Column VI Unitof Estimated Item 9 Description or Service or Manpower/Equipment Measure Volume Unit Price Extended Price Hazardous Tree and Limb Cutting on Public Properties Proposer's Bid Line Item Total (Required for all items) (Estvolume. aril pnce) rj Category 1 - cutting trees and limbs 8 piling debris at ROW "Attachment to �0 C tl - IJ with common equipment per description in 2" Cubic yards 3,000 J�' Ooo 6 Category 2 • cutting trees and limbs 8 piling debris at ROW with climbers per description in "Attachment 2" Cubic yards 1,000 �p� �� • o ^',/ /\l �Q Wv d Category 3 - cutting trees and limbs 8 piling debris at ROW with use of a crane per description in "Attachment 2" Cubic yards 1,000 3o. (YD ' 0OD 8 Category 4 - Backfilling of stump holes associated with "Attachment 2-0. O• U0 1 removal of stumps per description in 2" Cubic yards 800 DO Total Cost Estimate Public Properties Tree Cutting and Trimming TOTAL DEBRIS PROPOSAL BID (ITEMS 1-8) 2M 01 N .. C 77 nn oz ro '=7>>>> a d o p c n n W p fl c .n7 0 0 009 k m CL p C2 C °� C .. p O a w 0 y n C ,,,, n n y n y 0 0 n y y 00 G nT' z y ..2 roil �' 3 a rn y eCD w a O y n n a m ri d r C y O y , C z R 000 a CL CL c oro y p y d w Viy p WCD n w C S C 7 K S � N n a fA d9 N p+ W 00 00 b A ONi O J Ul b r H+ O 00 N W -4 ON Ch W W Ut w N V VU1 1 �+ w �+ C, fh �+ b C Gl a i-+ W„ N J V O (Ah b 0 000 O V ba O Ut W - r b r O O ut r r V O 00 H &9 A W W Wh 00 a CVN \O 00w 00 00 O, I O\ + NA O O W QO U1 Ut N W N Ut W A C C Lq O O i-+ A (h W W UI O O O UI O O UI UI A O W VI O O 00 A 00 O\ V W N N O W O O ID A O W 00 O O r IO O D\ A A � n E. � '� 9 c OC-7�y7W s� n ewe moo' C .+ C A .C.� 7 � '•.� 't � � '� Fn y a y C < ^ r+ + A C a O ON ^ c oo . c n W W d n n 0 w 07 tl0 {q � N N N A W W 00�O F. W W W VI V DD V N Q\ D\ VI V ON A �o N N W '�O Ut -�O OO\ W U, Wh i-+ \O A 00 (h lJ N W O V A V A= F W W A N 00 O O� 00 O\ O V b O\ F+ V 4A &9 A �` �•-� W N N N Ul 00 Wh N A F+ A N W b N 000 O V a b b th D\ W Ul C T 00 A V W uj C �O N D\ �••� 00 VI O\ O% 00 UI V O �O V V 00 UI W 00 A 00 A W .. C 77 nn oz ro '=7>>>> a d o p c n n W p fl c .n7 0 0 009 k m CL p C2 C °� C .. p O a w 0 y n C ,,,, n n y n y 0 0 n y y 00 G nT' z y ..2 roil �' 3 a rn y eCD w a O y n n a m ri d r C y O y , C z R 000 a CL CL c oro y p y d w Viy p WCD n w C S C 7 K S � N n a fA d9 N p+ W 00 00 b A ONi O J Ul b r H+ O 00 N W -4 ON Ch W W Ut w N V VU1 1 �+ w �+ C, fh �+ b C Gl a i-+ W„ N J V O (Ah b 0 000 O V ba O Ut W - r b r O O ut r r V O 00 H &9 A W W Wh 00 a CVN \O 00w 00 00 O, I O\ + NA O O W QO U1 Ut N W N Ut W A C C Lq O O i-+ A (h W W UI O O O UI O O UI UI A O W VI O O 00 A 00 O\ V W N N O W O O ID A O W 00 O O r IO O D\ A A ii W 6 tz G G elm W boa =oz=E nod �2c_= z p 0C -IA �j E <aa O O y l" n m a, ="e a� cc5. ►�+.d� 5 COP .�o 0"�+. a C� ^ �ak4 ° p C y A d G' C y O 'ma yQQ 00 + CEn — fye O F A G F'�+'f ^1NO. m•A A o n re 'amo, "0 C 0 -4 m n; K o'^'C7a. O „yew n HC d o <o+ o g d(M C6 °° `e ama ACL Q nm in a�2 Y m o° am ""s o 0 ti d• o d w y�' `a' p �•, �• O. as ° o ter'= S. 'o' yrrm C3 C3 Gr. mIn, C >O A A ro M M d [ay f,9 a cs C Cs 0 n 3 nod ,o,� y 4, tER q'L7 S w 0. y Q, W Ig Lein' Gi`nPK' p enn "qq>n ":'3. CL n e m A o o fB o r a m C� w o r d p O m n o 013 y Fo O tsi' p A fr7 a ? G F° C n mrr7 in'•�-nC Gvmi 1Aa' �a $ iogm ,, Is A ow J v N o � 00 0 �] J Vn eo O \D I W C to ON N N A to W O W 00 O 00 V O 00 W A J W W W N N 00 J W OW0 0000 N W N O J 1 O 00 F+ O 00 O\ O ON W O to N v 0 W to O to A ee 'S U n X = O tnii � 6Ai p o n n m a 3 y y i.T T � T n r 3 m a O w n 0 �e 0 ao J v N 00 0 �] J Vn eo O \D I W C to ON N N A to W O W 00 O 00 V O 00 W A J W W W N N 00 J W OW0 0000 N W N O J 1 O 00 F+ O 00 O\ O ON W O to N v 0 W to O to A 2 z z � a a o a in ., II00 4 th N CD n N O m n n � o � ay � o°ya n A � R n , d �i � v°a '+ o n ° Efi I Efl 00 a a o a in ., II00 4 th N Efi I Efl I� 0 II00 I00 W CD 00 N O I� 0 G �n FA m 4 b1 N A %I G n A d9 &9 H 0l fh A W Oa 00 O C\ A N N O VO* �+ A a O u A J �a .O N C C N W cO VA A W IO O V v N0 O -1 A d9 &9 yy n VI T W A N lJ ^ ^ OO a J 00 i-+ A O W 000a oo Ui OoW O -1 W NOEL" AA A A� W O A a W N J A 00 O A 'l 00 a i-+ F+ ul n A O O A A a a A a �O 11i 1.0 A C\ O N 00 W "O 'O \O -. W A 1%0 lO 110 N �D W n C .ro C S \O H N a s H+ LQ p 1 V W O N 0 0 A A 0 b o 3 aro c e o ra o G o 3'37 ra R ^ ? <= 7 H CL n< n< O C m Q d �' , CD t p ? n T O n n A 70 S vi C 5 1 0=C < p p 0Q m C O� .Oro n ,., m C C n • T O ,C O O p G� n N = C ,�7 n T T T QQ y p VI T ^ � aQ �e n S y o O A C' uni cm CL p S n �e O �• _T n n G y _T 0Q p n S &9 _T EA y n y _ b O fI� f!i 00 O a to ul N O O 00 N F+ A -4 00 J A O O a N aNaO W W O �D QO O�D a J 4i w l N A W 00 0C O �O A J ul �'0 W tO O �O O 00 b J V� L" J J w f/� 00 V O bi N N O A J V O O A d9 &9 yy W A N lJ IJ OO a J 00 i-+ A O W 000a oo Ui OoW O -1 W NOEL" AA A A� W O A a W N J A 00 O A 'l 00 a i-+ F+ ul n A O O A A a a A a �O 11i 1.0 A C\ O N 00 W "O 'O \O -. W A 1%0 lO 110 N �D W N F+ 4i O O O W 00 �l -1 00 \O H N a s H+ LQ V W O N 0 0 A A 0 b a a a� 3 S rn n n' T n y 0 ("1 n O H a n d n m b n O n 5 '. 7 n ii C n p n p • �. n 000 O p 0 n O x e"o R A R� ,n C C ^ G '. n O UO p 'nO b C7 3 d _ o rj 0 R J 'O � n rZI R n .O G m—omA� S CD] O n S O, 'O � ^ .,,OG X O O- a O ^_" � y '<' "v r: Vn " A '"• '- O d^ r) .O vni G .»� rnD n O O S C^ yD w ., n n?^ .00 y ;F, rRa .°! c °o G S n 3 DD n o� n S C 0 dCL Vn dO O n n O nd0 n n n w G p �• O ,nn R .R I n n^ ,°+ n' 7 n a C G .nj M S d C .� tn9 A O° A R w m UMM y d 3 7 n' d° R y 7 X .'� „nr r. anD aca 3. e� O S S O `G �� D7 S C n O cn..' d T G � n 0 n rn• 0 o x n o o x o o o o R 3 R °o ° vn °0 a R o fl d R m B "' ° n •_� n°= c G° a o c ._'• fS, "Ct n PO n• O O R F' n O. �_ 90 0 X p d n n ° w D) a w n n p aC d .7 Cj Fr .O+ O =="="n Nro o" c m uo0 � c °� - °, o A Q C n C o n 0 w ., 00 y d fyD rr R o �e E. a d o' n o •R•, o v, :n O 7 Ci :� o o rDD o Uq n N RMy n N ti 40 �. O n m 7 7 O n A CN o° G y H a a G C `. y. CRi C n N• °, o Rn o 000 ° o ° 'o g o o G; m ° n O n C C C C G C O' C. '� DD L. n n O n G S 00 R n a :^ y fD J d O n n d0 p O S d A n' � `o' to n A mNF'i m v c �_ N = cnD `�' •o �. @ ao n rRD .. n g in w 0 d C n o B g- X e n �. m o o n • A c Of + 7 ^, d N ° X 3 y O d'w A p C R rD o C 5 0 �' A O 7 a, n d n: .wj M y n 0 A 7 A R o R R d n 0"M n, n, w M ,� d d ;" a c :. 11 a n y 0 ro :. 0 Oil PC A r C27 `o' a' A o C 77 C2] tz w o O a �°' 7 C w A o a o a n 000 A 0 N a G G c o A a O G 0 3 n a0 _T O � o y n 0 0 0 � n 00 Q vi 3 sr> yv V O C O A N U00 T N W m � � n a O N N 1�+ l�nAN� O p w rN+ W NO W O W 1l O ON T n W J ID\ N J n W V VpNi N W 0 O Mme+ :. 11 a n y 0 ro :. A I c m to m •S• �iT 17 �,' j T FSI R Iri O C .. w < M < y Ry G C' C F•j' C� n A 0 5 M N� lD � S� 'R' •fl QQ r R G1 0 z ° 'ti ^� ! °� ars •° � 0� m •° R� x y d(n' A O C.OA w y O ^ O n C G G 1 J r Mo y r Of A 7 'fl 00 y 3 f9 A c• c' •e �. C m C c O ° R C^ o a mm $ � � C G 00 n n R R n G CL 0 C, O d n n 3 a W y� A C O ri o p a o 00 CL K O..�•n C. C C C G 6. = d» C• O O ro F G O O a o f7 '. � �p b ti O •O •b R � •p w ac rOw m `J at ti a< •�.n ac O RI f� O A A Mrl 2;i ° ^Uj a C C O m �o°:x' N .°.� C. 0000 � to 1Y �I -, Go O R b N W b A 00 A W N 7' 0- oLan, 7N o A o C O W A v A O G n n 60N0p � O C CO O C1 0 v IJ 00 10 to b nNi b C 7 III be GCJ �a I W A Ie o46 y c m to m •S• �iT 17 �,' j T FSI R Iri O C z ° 'ti ^� ! °� ars •° � 0� m •° R� x y d(n' A O C.OA � C A w 7• 1 J r Mo y r Of A 7 'fl 00 y 07j d �] N f9 A �. C m C O co � C R C^ o a mm $ G 00 n n n G CL 0 C, O d C' C. y� d O ro F G O O a o f7 C C .Os 1 tOD ^CM n C U Mrl 2;i ° ^Uj a C C O m �o°:x' N � to 1Y �I Go O C p„O n 60N0p � O C CO O C1 n.. i. m o O 6 ?' �O a x W A M 10 O t�j� n °' y3 3 o. M H fJ O � n m x Ow G ti N m �O ION IDS W 10 O t�j� m IN pd pq O J1 V� O O � ' d 0 0 0 0 0 b 00 C. O I UQ &9 W d7JJN O fD N VI C, W O 00 N a\ ON J NO IJ W O IA IN pd pq O J1 V� O O � ' d 0 0 0 0 0 b 00 C. O I UQ &9 W d7JJN O fD N VI C, W O 00 N a\ ON J NO TAG GRINDING SERVICES, INC. REVIEWED FINANCIAL STATEMENTS FEBRUARY 28, 2006 AND 2005 Contents Accountants' Review Report Reviewed Financial Statements: Balance Sheets Page Statementsof Income..................................................................................... 3 Statements of Retained Earnings.................................................................. 4 Statements of Cash Flows Notes to Financial Statements 6-9 RICHARD L. COOPER, CPA PHILIP T. TRAVIS, CPA' HILLIOUS D. SULLIVAN, CPA DENNIS A. CHAPPELL, CPA TIMOTHY M. COOPER, MA, CPA' AUDREY W. MCELHINEY, CPA D. MARK COLEMAN, CPA SPACI D. LEWIS, CPA TRENT]. MITCHELL, CPA COOPER, TRAVIS & COMPANY, PLC CERTIFIED PUBLIC ACCOUNTANTS 3008 POSTON AVENUE NASHVILLE, TENNESSEE 37203 MEMBERS: AMERICAN INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS TENNESSEE SOCIETY OF CERTIFIED PUBLIC ACCOUNTANTS STATE OF TENNESSEE LICENSE - 264 'LICENSED IN TENNESSEE AND GEORGIA Accountants' Review Report The Board of Directors TAG Grinding Services, Inc. Palmetto, Georgia We have reviewed the accompanying balance sheet of TAG Grinding Services, Inc. as of February 28, 2006 and the related statements of income and retained earnings and cash flows for the year then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these financial Statements is the representation of the management of TAG Grinding Services, Inc. A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. The accompanying 2005 financial statements of TAG Grinding Services, Inc. were compiled by us 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 2005 financial statements and, accordingly, do not express an opinion or any other form of assurance on them. Nashville, Tennessee May 25, 2006 TELEPHONE 615.329-4500 FACSIMILE 615.3294569 Co,Q,� , � cvn e-`tq I P� Cooper, Travis & Company, PLC Certified Public Accountants TAG GRINDING SERVICES, INC. STATEMENTS OF INCOME FOR THE YEARS ENDED FEBRUARY 28.2006 AND 2005 Revenues Earned Cost of Revenues Earned Gross profit General and Administrative Expenses Other Income Other Expenses Income before officer's compensation and management fees Officer's Compensation and Management Fees Income before income taxes Federal and State Income Taxes: Current Deferred (reduction) Net income 2006 2005 (Reviewed) (Compiled) $ 16,659,466 $ 12,708,902 12,943,224 10,484,435 3,716,242 2,224,467 271,750 203,914 307 15,000 54,634 18,352 3,390,165 2,017,201 3,352,000 1,712,000 38,165 305,201 87,783 34,105 (88,000) 73,000 (217) 107,105 $ 38,382 $ 198,096 See accountants' review report and the accompanying notes to financial statements. -3- TAG GRINDING SERVICES. INC. STATEMENTS OF RETAINED EARNINGS FOR THE YEARS ENDED FEBRUARY 28.2006 AND 2005 Retained earnings at beginning of year Net income for the year Retained earnings at end of year See accountants' review report and the accompanying notes to financial statements. -4- 2006 (Reviewed) 841,720 38,382 $ 880,102 2005 (Compiled) 643,624 198,096 $ 841,720 TAG GRINDING SERVICES. INC. STATEMENTS OF CASH FLOWS FOR THE YEARS ENDED FEBRUARY 28.2006 AND 2005 Cash at beginnine of year Cash flows from operating activities: Cash received from customers Cash paid to suppliers and employees Interest paid Net cash provided by operating activities - Schedule below Cash flows from investing activities: Payments to purchase equipment Net cash used for investing activities Cash flows from financing activities: Net proceeds from bank line -of -credit Proceeds from issuance of installment debt Principal payments on installment debt Net payments on loans from stockholders Net cash used for financing activities Net increase(decrease)in cash Cash at end of year 2006 (Reviewed) 2005 (Compiled) 34,999 $ 49,990 14,896,239 (13,646,900) (4,425) 1,244,914 (1,140,960) (1,140,960) 454,422 (61,210) (425,195) (31,983) 71,971 $ 106,970 Reconciliation of net income to net cash provided by operating activities: Net income Adjustments to reconcile net income to net cash provided by operating activities: Depreciation Loss on disposal of equipment Deferred income taxes Net effect on cash from operating assets and liabilities: Increase in accounts receivable Increase in accounts payable Increase in other current liabilities Increase in income taxes payable Total adjustments Net cash provided by operating activities $ 38,382 484,831 50,209 (88,000) (1,764,605) 687,457 1,802,912 33,728 1,206,532 $ 1,244,914 Supplemental schedule of noncash investing and financing activities: None See accountants' review report and the accompanying notes to financial statements. .5. 12,314,463 (11,632,877) (18,352) 663,234 (579,152) (579,152) (181,145) (343,123) 425,195 (99,073) (14,991) $ 34,999 $ 198,096 474,420 73,000 (420,557) 315,132 11,143 12,000 465,138 $ 663,234 TAG GRINDING SERVICES INC. NOTES TO FINANCIAL STATEMENTS FEBRUARY 28.2006 AND 2005 Note 1 - Summary of Significant Accounting Policies a. Business Activity The Company provides vegetation grinding services primarily for construction site excavation contractors and local government entities. b. Revenue Recognition Revenues from long-term construction contracts are recognized on the percentage -of - completion method measured by the percentage of total costs incurred to date to estimated total costs for each contract. That method is used because management considers total cost to be the best available measure of progress on the contracts. Because of inherent uncertainties in estimating costs, it is at least reasonably possible that the estimates used will change within the near term. Contract costs include all direct job costs and those indirect costs related to contract performance, such as indirect labor, payroll taxes, supplies, insurance, equipment repairs and depreciation costs. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions and estimated profitability, including those arising from final contract settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Changes in estimated job profitability resulting from job performance, job conditions, contract penalty provisions, claims, change orders and settlements, are accounted for as changes in estimates in the current period. The liability, `Billings in excess of costs and estimated earnings on uncompleted contracts", represents billings in excess of revenues recognized. c. Cash Equivalents For purposes of the statement of cash flows, the Company considers all highly liquid instruments purchased with a maturity of three months or less to be cash equivalents. d. Equipment Equipment is stated at cost. The Company utilizes the straight-line method for depreciation of its assets for financial reporting purposes and utilizes the Modified Accelerated Cost Recovery System for tax reporting purposes over an estimated five year life. Depreciation expense for the year ended February 28, 2006 and 2005 amounted to $484,831 and $474,420 for financial reporting purposes and $529,922 and $544,579 for tax reporting purposes, respectively. e. Income Taxes The Company recognizes income using the percentage -of -completion method for financial reporting purposes, and reports for tax purposes on the accrual method of income recognition. Provision has been made for the deferred federal and state income taxes arising from timing differences in the recognition of revenues and costs and depreciation timing difference for financial reporting and tax reporting purposes. -6- TAG GRINDING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS FEBRUARY 28.2006 AND 2005 Note 1 - Continued I. Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. g. Advertising Advertising costs are expensed as incurred. Advertising costs for the year ended February 28, 2006 and 2005 amounted to $225 and $1,200, respectively. Note 2 - Concentration of Credit Risk In the normal course of business, the Company grants credit to its customers throughout the states of Georgia, Tennessee, Southeastern United States. Note 3 - Contract Receivables The following is a summary of contract receivables at February 28, 2006 and 2005: Note 4 — Uncompleted Contracts As outlined in Note 1(b), the Company recognizes income from long-term contracts on the pecentage-of-completion method. Information concerning uncompleted contracts at February 28, 2006 and 2005 is as follows: Costs incurred on uncompleted contracts Estimated earnings recognized Less: Billings to date Percentage -of -completion adjustment 7- 2006 2005 $1,917,771 2006 2005 Estimates Receivable: 2,140,823 2,257,894 Completed contracts $ 467,379 $326,239 Uncompleted contracts 1,937,711 284,018 $2.405.090 $610.257 Retainage Receivable: Completed contracts $ - $221,890 Uncompleted contracts 215,301 Note 4 — Uncompleted Contracts As outlined in Note 1(b), the Company recognizes income from long-term contracts on the pecentage-of-completion method. Information concerning uncompleted contracts at February 28, 2006 and 2005 is as follows: Costs incurred on uncompleted contracts Estimated earnings recognized Less: Billings to date Percentage -of -completion adjustment 7- 2006 2005 $1,917,771 $1,806,339 223,052 451,555 2,140,823 2,257,894 (2,153,012) (2,269,012) 63filf_ TAG GRINDING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS FEBRUARY 28, 2006 AND 2005 Note 4 - Continued Included in the accompanying balance sheets as follow: Billings in excess of costs and estimated earnings on uncompleted contracts S 12.189 $ 11.118 Note 5 - Note Payable - Bank Line -of -Credit The Company presently has a line -of -credit with United Community Bank at Fairburn, Georgia in the amount of $1,000,000. There were no borrowings on the line -of -credit at February 28, 2006. Interest is computed at 7.5% and the line matures on February 3, 2007 and is secured by all inventory, chattel) paper, accounts, accounts receivable, general intangibles, contracts and equipment. At February 28, 2005, the Company had a line -of -credit with BB&T of Georgia in the amount of $200,000. There were no outstanding borrowings on the line -of -credit at February 28, 2006 and 2005. Interest payments are due monthly at 4.0% on the outstanding borrowings. The line -of - credit matures on April 30, 2006 and is secured by certificates of deposit of the stockholders. Note 6 - Installment Notes Payable The installment notes payable at February 28, 2006 and 2005 are summarized as follows: Payable To Original Terms Principal Balance 2006 2005 Wells Fargo 48 monthly payments of $2,030, Minneapolis, Minnesota including interest at 6.85% $ 74,003 Paccar Financial 60 monthly payments of $4,454, Atlanta, Georgia including interest at 8.98% 211,481 Komatsu Financial 36 monthly payments of $4,387, Birmingham, Alabama bears no interest 114,069 Regions Bank 60 monthly payments of $655, Dadeville, Alabama including interest at 5.49% 13.680 20,021 $JL3.2-3a $20.021 The notes are secured by equipment and are presented in the accompanying balance sheet as follows: Installment notes payable, principal due within one year $112,274 $ 6,933 Installment notes payable, principal due after one year 300,959 13.088 Total installment notes payable $413,233 $20,421 -8- TAG GRINDING SERVICES, INC. NOTES TO FINANCIAL STATEMENTS FEBRUARY 28, 2006 AND 2005 Note 6 - Continued Future principal payments for installment notes payable are summarized as follows: Year Ending February 28. 2007 $112,274 2008 119,290 2009 74,180 2010 56,553 2011 50,936 141123-3 Note 7 - Notes Pavable - Stockholders Notes payable, stockholders at February 28, 2006 and 2005 consist of the following: 2006 2005 John F. Thompson, III $ 1,800 $ 1,800 Jerry Brooks, net of receivable 1,150 163,747 Greg Rogers, net of receivable 262,598 S 2,950 L S The notes payable are shown net of stockholder receivables totaling $74,805. This loan was for the purchase of land and was split equally between Mr. Rogers and Mr. Brooks. Note 8 - Deferred Income Taxes Deferred income taxes at February 28, 2006 and 2005 are calculated as follows: 2006 Deferred income and costs, net $ 791,165 Approximate state and federal tax rates x 40% Total deferred tax liability (rounded) S 316.000 Current $ 53,000 Long-term 263,000 $3316,000 -9- 2005 $1,010,257 x 40% $ 194,000 210,000 $ 404.000 N n I� H � a a •q. n w ewe m m• �* R7 a �' m A � F 3•o y a o n n a• o 0 � A m n W W m n 0 3 b CrQ Hi yi N N fNilin N A 'p 000 N O a b b In UO1 AAAp�, til -700 En000 A W O O fA N r+ F+ N r .. N A O lw Vt W O to b th b V a W N 00 00 O -4 �O m R r n n a Oil n n to O nG p y �_ � n o �' •^i C O� a O •-t m .moi n C ^l C C� w C� %i .Hj O �, C: r L". m e•r r n p 5e 0 w O t'lp +a a Am ? a 1 m a m o S. m " .. "" '� F A H n a H C C O' A n m ti m fA O a ""' q fnii n O enr n m O' n d t3 CT 0w0 00 O n, 'O i0i' .l y 7 S m a ,O„ m m a2 n CL n c� C m L'. O F O n m p ,0.. m O .�. O ,',' O p A m a' a m a ` r.+ .... A n Rto Q• AD m O� m ^•'! /fl w L1 O. Lot m O y ,d S a � 0 nm to O w w D\ A b 00 z R n y x C V m y A a n a C w D A W oa N n a 'J5 H4 V•Vf..,, OOOC WO 00 F+ N V In 1 00 ut 00 ut N O\ N A b N vi Ul Ul W AO O �OO 00 YW W O �c O W O O 000W Q, A 6 N F., �•' N 00 A A N O ON N A ON l•+ 10 W N �-+ ice+ O y0000 W �p A O O� H b D\ lJ N O r C 0 0 0 N \tn O O O O b w p Ln 00 C\ O N V , 00 t00 W j , , , (l n I� H CONTRACT FOR DISASTER DEBRIS RECOVERY SERVICES FOR THE TOWN OF GULF STREAM THIS CONTRACT is made and entered into this " I't'�'1 day o 20 $, by and betweenT4(r(Trlrnd(hi Seyius.1gduly authorized to conduct business in the State of Florida, whose address isp0•8Du 25., DayiSZrl., At apzato hereinafter called the "CONTRACTOR" and the Town of Gulf Stream, a political subdivision of the State of Florida, whose address is 100 Sea Road, Gulf Stream, Florida 33483, hereinafter called the 'TOWN". WITNESSETH: WHEREAS, the TOWN desires to retain the services of a competent and qualified contractor to provide disaster debris recovery services for the Town of Gulf Stream; and WHEREAS, the TOWN has requested and received proposals to provide disaster debris recovery services; and WHEREAS, the CONTRACTOR is competent and qualified to furnish services to the TOWN and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, the TOWN and the CONTRACTOR agree as follows: SECTION 1. SERVICES. The TOWN does hereby retain the CONTRACTOR to furnish services as further described in the Scope of Services, attached hereto as Exhibit "A" and made a part hereof, and contained in the Town of Gulf Stream Request for Proposals (RFP) Number 2008-10, which was responded to by the CONTRACTOR. Additionally, CONTRACTOR shall provide the services and equipment designated in Exhibit "B", attached hereto, under the terms and conditions set forth therein. The services required of the CONTRACTOR shall be specifically enumerated, described and depicted in a Notice to Proceed, issued by the TOWN in the event of a disaster. The Notice to Proceed shall be the authorization required for the CONTRACTOR to perform services in accordance with this Contract. This Contract standing alone does not authorize the performance of any work or require the TOWN to request any work. This Contract is complimentary to the Scope of Services, attached herein as Exhibit "A", and the services and equipment designated in Exhibit "B", and what is called for by one is as binding as if called for by all. SECTION 2. AUTHORIZATION FOR SERVICES. Authorization for performance of services by the CONTRACTOR under this Contract shall be made in the form of a Notice to Proceed issued and executed by the TOWN. The Notice to Proceed shall describe the services required and state the date for commencement. The Notice to Proceed will be issued under and shall incorporate the terms of this Contract. The TOWN makes no covenant or promise as to the number of available projects, nor that, the CONTRACTOR will perform any project for the TOWN during the life of this Contract. The TOWN reserves the right to perform any or all the services described in this Contract with TOWN equipment and TOWN employees either separate from or in conjunction with CONTRACTOR involvement. The TOWN also reserves the right to contract with other parties for the services contemplated by this Contract when it is determined by the TOWN to be in the best interest of the TOWN to do so. SECTION 3. TIME FOR COMPLETION. The services to be rendered by the CONTRACTOR shall be commenced, as specified in the Notice to Proceed, and shall be completed within the time specified therein. Any extensions to the time specified shall be made in writing to the CONTRACTOR at the sole discretion of the TOWN. SECTION 4. TERM. This Contract shall take effect on the date of its execution by the TOWN and shall run for a period ending May 1, 2009 and may, upon mutual agreement of the TOWN and the CONTRACTOR, be renewed for two (2) successive periods not to exceed two (2) years each. Expiration of the term of this Contract shall have no effect upon any Notice to Proceed that are issued pursuant to this Contract and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized under the Notice to Proceed. SECTION 5. COMPENSATION. The TOWN agrees to compensate the CONTRACTOR for services called for under this Contract in accordance with the fee schedule attached as Exhibit "C". Those fees shall be paid by the TOWN only after the CONTRACTOR provides the TOWN with proper documentation that verifies the detail and completion of the work performed. The CONTRACTOR shall invoice the TOWN on a bi-weekly basis and the TOWN agrees to pay the CONTRACTOR the appropriate fees within one week of a properly documented invoice. The original invoice shall be sent to the Town Manager, 100 Sea Road, Gulf Stream, Florida 33483. The compensation fee schedule shall be initially taken from the original bid and negotiated prior to each subsequent two-year renewal term. Renewal of the Contract shall be dependent upon mutual agreement between the TOWN and the CONTRACTOR of a compensation fee schedule by May 1st of each two-year Contract period. SECTION 6. COMPENSATION ESCALATOR CLAUSE. The TOWN agrees to automatically adjust the fee schedule, attached hereto as Exhibit "C, annually. An adjustment shall be made to each item of service. Such adjustments will be rendered by a factor equal to the increase in the Consumer Price Index (CPI) for Urban Wage Earners and Clerical Workers — All Items — South Region as reported by the U. S. Department of Labor, as that Index may increase from the effective date of this Contract. The CPI shall be calculated on the month ending sixty (60) days prior to the annual Contract execution date. SECTION 7. PERFORMANCE SECURITY. In lieu of retainage being held on each invoice, the CONTRACTOR agrees that they will provide a $500,000 payment and performance bond upon issuance of a Notice to Proceed. Prior to final payment, the TOWN, or its authorized representative, may conduct a complete audit and review of all documentation related to completion of work and the invoices submitted by the CONTRACTOR as well as any outstanding damage claims. The CONTRACTOR agrees to cooperate thoroughly in the review. Final payment will be dependant upon this review and reconciliation process. The TOWN agrees to expedite the reconciliation process. SECTION 8. ASSIGNMENT. This Contract, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by the parties without prior written consent of the other party and in such cases only by a document of equal dignity herewith. SECTION 9. SUBCONTRACTORS. In the event that the CONTRACTOR, during the course of work under this Contract, requires the services of any subcontractors, or other professional associates in connection with the services covered under this Contract, the CONTRACTOR shall provide the TOWN with written notification of the subcontractor's involvement in the project. The CONTRACTOR shall remain fully responsible for the actions, services and compensation of its subcontractors or other professional associates. SECTION 10. TERMINATION. The TOWN may, by written notice to the CONTRACTOR, terminate this Contract in whole or in part, at any time, either for the TOWN'S convenience or because of the failure of the CONTRACTOR to fulfill its Contract obligations. Upon receipt of such notice, the CONTRACTOR shall immediately discontinue all services affected and deliver to the TOWN all documentation related to the work that is completed or in progress. If the termination is for the convenience of the TOWN, the CONTRACTOR shall be paid compensation for services performed to the date of the termination. Compensation shall be made pursuant to the terms contained herein. If the termination is due to the failure of the CONTRACTOR to fulfill its Contract obligations, the TOWN may take the work and prosecute the same to completion by other contracts or means. In such case, the CONTRACTOR shall be liable to the TOWN for all reasonable costs occasioned to the TOWN thereby and, in addition, the CONTRACTOR shall forfeit, to the TOWN, their performance bond. The CONTRACTOR shall be responsible for the actions of its subcontractors, agents, employees and persons and entities of a similar type or nature. Such causes may include acts of God or of the public enemy, acts of the TOWN in its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without any fault or negligence of the CONTRACTOR. If, after notice of termination for failure to fulfill its Contract obligations, it is determined that the CONTRACTOR had not failed, the termination shall be conclusively deemed to have been affected for the convenience of the TOWN. In such event, the CONTRACTOR shall be paid, in accordance with this Contract, for all work satisfactorily completed. The rights and remedies of the TOWN provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Contract. SECTION 11. ALTERNATIVE DISPUTE RESOLUTION. (a) In the event of a dispute regarding performance or payment obligations arising under this Contract, the parties agree to exhaust TOWN protest procedures prior to filing suit or otherwise pursuing legal remedies. (b) The CONTRACTOR agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in the TOWN protest procedures set forth in subsection (a) above of which the CONTRACTOR had knowledge and failed to present during the TOWN protest procedures. (c) In the event that TOWN protest procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. SECTION 12. TOWN AND CONTRACTOR REPRESENTATIVES. (a) It is recognized that questions in the day-to-day conduct of performance pursuant to this Contract will arise. The TOWN, upon request by the CONTRACTOR, shall designate in writing and shall advise the CONTRACTOR in writing of one (1) or more of its employees to whom all communications pertaining to the day-to-day conduct of the Contract shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the TOWN'S policy and decisions pertinent to the work covered by this Contract. (b) The CONTRACTOR shall, at all times during the normal work week, designate or appoint one (1) or more representatives of the CONTRACTOR who are authorized to act in behalf of and bind the CONTRACTOR regarding all matters involving the conduct of the performance pursuant to this Contract and shall keep the TOWN continually and effectively advised of such designation. SECTION 13. ALL PRIOR CONTRACTS SUPERSEDED. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations of agreements, whether oral or written. SECTION 14. MODIFICATIONS, AMENDMENTS OR ALTERATIONS. No modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. SECTION 15. EQUAL OPPORTUNITY EMPLOYMENT. The CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed, and employees are treated during employment, without regard to race, color, religion, sex, age, disability, or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. SECTION 16. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting the CONTRACTOR (including its officers, employees, and agents) the agent, representative, or employee of the TOWN for any purpose, or in any manner, whatsoever. The CONTRACTOR is to be and shall remain forever an independent contractor with respect to all services performed under this Contract. SECTION 17. EMPLOYEE STATUS. Persons employed by the CONTRACTOR in the performance of the service and functions pursuant to this Contract shall have no claim to pension, workers' compensation, unemployment compensation, civil service or other employee rights or privileges granted to the TOWN'S officers and employees either by operation of law or by the TOWN. SECTION 18. INDEMNIFICATION OF TOWN. The CONTRACTOR shall indemnify and hold harmless the Town of Gulf Stream, its officers and employees, from any and all liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of this contract. The CONTRACTOR'S obligation shall not be limited by, or in any way to, any insurance coverage or by any provision in or exclusion or omission from any policy of insurance. SECTION 19. INSURANCE. (a) GENERAL. The CONTRACTOR shall, at the CONTRACTOR'S own cost, procure the insurance required under this Section. (1) The CONTRACTOR shall furnish the TOWN with a Certificate of Insurance signed by an authorized representative of the insurer evidencing the insurance required by this Section (Professional Liability, Workers' Compensation and Employer's Liability, Automobile Liability and Commercial General Liability). The TOWN, its officials, officers, and employees shall be named additional insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the TOWN shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the CONTRACTOR, the CONTRACTOR shall provide the TOWN with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expiration or replacement of the insurance for which a previous certificate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with the Contract and that the insurance is in full compliance with the requirements of the Agreement. In lieu of the statement on the Certificate, the CONTRACTOR shall, at the option of the TOWN submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Contract and that the insurance is in full compliance with the requirements of the Contract. The Certificate shall have this Contract name clearly marked on its face. (3) In addition to providing the Certificate of Insurance, if required by the TOWN, the CONTRACTOR shall, within thirty (30) days after receipt of the request, provide the TOWN with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the TOWN nor failure to disapprove the insurance furnished by a CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR'S full responsibility for performance of any obligation including CONTRACTOR indemnification of TOWN under this Contract. (b) INSURANCE COMPANY REQUIREMENTS. Insurance companies providing the insurance under this Contract must meet the following requirements: (1) Companies issuing policies, other than Workers' Compensation, must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the (1) Workers' Compensation/Emplover's Liability. (A) The CONTRACTOR'S insurance shall cover the CONTRACTOR for liability which would be covered by the latest edition of the standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. The CONTRACTOR will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both the CONTRACTOR and its subcontractors are outlined in subsection (c) below. In addition to coverage for the Florida Workers' Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: $100,000.00 (Each Accident) $500,000.00 (Disease -Policy Limit) $100,000.00 (Disease -Each Employee) (2) Commercial General Liability. State of Florida. Policies for Workers' Compensation may be issued by companies authorized as a group self -insurer by Section 440.57, Florida Statutes. (2) In addition, such companies other than those authorized by Section 440.57, Florida Statutes, shall have and maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to A.M. Best Company. (3) If, during the period which an insurance company is providing the insurance coverage required by this Contract, an insurance company shall: 1) lose its Certificate of Authority, 2) no longer comply with Section 440.57, Florida Statutes, or 3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the TOWN and immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of this Contract. Until such time as the CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to the TOWN the CONTRACTOR shall be deemed to be in default of this Contract. (c) SPECIFICATIONS. Without limiting any of the other obligations or liability of the CONTRACTOR, the CONTRACTOR shall, at the CONTRACTOR'S sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in the Contract, the insurance shall become effective prior to the commencement of work by the CONTRACTOR and shall be maintained in force until the Contract completion date. The amounts and types of insurance shall conform to the following minimum requirements. (A) The CONTRACTOR'S insurance shall cover the CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by the CONTRACTOR (inclusive of any amounts provided by an Umbrella or Excess policy) shall be as follows: LIMITS General Aggregate $3,000,000 Personal & Advertising $1,000,000 Injury Limit Each Occurrence Limit $1,000,000 (3) Professional Liability Insurance. The CONTRACTOR shall carry limits of not less than ONE MILLION AND NO/100 DOLLARS ($1,000,000.00). (d) COVERAGE. The insurance provided by CONTRACTOR pursuant to this Agreement shall apply on a primary basis. (e) OCCURRENCE BASIS. The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims -made basis. The Professional Liability insurance policy must either be on an occurrence basis, or, if a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) OBLIGATIONS. Compliance with the foregoing insurance requirements shall not relieve the CONTRACTOR, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. (g) LOSS CONTROL AND SAFETY. The CONTRACTOR shall retain control over its employees, agents, servants and subcontractors, as well as control over its invitees, and its activities on and about the subject premises and the manner in which such activities shall be undertaken and to that end, the CONTRACTOR shall not be deemed to be an agent of the TOWN. Precaution shall be exercised at all times by the CONTRACTOR for the protection of all persons, including employees, and property. The CONTRACTOR shall make special effort to detect hazards and shall take prompt action where loss control/safety measures should reasonably be expected. (h) PAY ON BEHALF OF THE TOWN. The CONTRACTOR agrees to pay on behalf of the TOWN, as well as provide a legal defense for the TOWN, both of which will be done only if an when requested by the TOWN, for all claims as described in the Hold Harmless paragraph. Such payment on behalf of the TOWN shall be in addition to any and all other legal remedies available to the TOWN and shall not be considered to be the TOWN'S exclusive remedy. SECTION 20. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Contract, the CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services, including those now in effect and hereafter adopted. Any violation of said statutes, ordinances, rules, or regulations shall constitute a material breach of the Contract, and shall entitle the TOWN to terminate this Contract immediately upon delivery of written notice of termination to the CONTRACTOR. SECTION 21. WARRANTIES AND REPRESENTATIONS. The CONTRACTOR shall comply with all Federal, State, County, and municipal laws, ordinances, and regulations. The CONTRACTOR certifies his/her eligibility to perform this Contract under local and Federal law, and certifies that he/she is not now and has never been debarred from performing Federal or State government contracts and that all subcontractors used in the performance of this Contract have the same qualifications. SECTION 22. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, with return receipt requested, addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. SECTION 23. RIGHTS AT LAW RETAINED. The rights and remedies of the TOWN, provided for under the Contract, are in addition and supplemental to any other rights and remedies provided by law. IN WITNESS WHEREOF, the parties hereto have made and executed this Contract on the date below written for execution by the TOWN. ATT"' I/ \ Town Clerk (TOWN SEAL) TOWN OFILF STR ABy /(- William F. Koch, Jr. Mayor Date: v ATTEST: . led 1 e.� rp Secretary (CORPORATE SEAL) CONTRA TOR /2 4 President Date: Appro d f legal sufficiency: own Attorney PAD0CS\13147\00001 \DOM13D3425.DOC Exhibit "A" PART 2. SCOPE OF SERVICES • it is the intent of this Scope of Services to define the general expectations that the Town has for services to be performed by the Contractor in the aftermath of a disaster at the request of the Town in a Notice -to -Proceed. The Notice -to -Proceed will give specific direction to the Contractor of the types of services needed at the time that the Notice -to -Proceed is issued. The Scope of Services addressed in this RFP includes the following: Section 2.1 Debris Removal- from Public Riehts-of-Way A. Emereency Road Clearine At the request of the Town, the Contractor shall respond within the first twenty four (24) hours after a disaster event to assist town crews in clearing roadways by cutting, tossing, and/or pushing of debris from the primary transportation routes as identified by and directed by the Town. This operational aspect is generally limited to the :first five days immediately after a disaster, but this time frame could change according to the amount of debris blocking roadways and the Town's need for this level of assistance. B. Removal of Debris from Public Riehts-of- Way (ROW) Upon receipt of a Notice- to- Proceed from the Town, the Contractor shall respond within seventy-two (72) hours of a disaster with manpower and equipment to begin the process of removing piled debris from Town rights-of- way and/or other Town owned properties as directed by the Town. The Contractor shall provide amount and type of equipment and manpower needed to accomplish the task of debris removal on a schedule approved by the Town. Generally, in the case of a hurricane, this schedule would allow thirty (30) days to complete a certified I" • pass of all city rights-of-way and shall not exceed one hundred fifty (150) days to complete the entire project with a minimum of three (3) certified passes. The Town may alter this schedule based on the amount of debris generated by the specific disaster as well as directive from FEMA. The Contractor is expected to comply with the Town's schedule for completion of the project. The Contractor shall be responsible for collecting eligible debris from public rights-of-way, in accordance with FEMA eligibility regulations, and hauling such debris to a Town designated Temporary Debris Staging and Reduction Site (TDSRS). This may require the Contractor to utilize a TDSRS located outside the city limits and operated by county contractor. This work shall be performed consistent with FEMA debris eligibility and documentation requirements and all work shall be done under the observation of the Town's authorized field monitors. The Contractor shall make every effort to collect and handle vegetative debris separately from all other forms of debris so that processing and disposal alternatives can be maximized. The Contractor shall be responsible for all materials, fuel, and associated costs related to the collection of ROW debris. For load documentation purposes, the Town shall supply its authorized monitors, with unique and sequentially numbered four-part load tickets that comply with FEMA documentation requirements and shall include the following information; ticket number, contract number, date, contractors name, subcontractor's name, driver's name, truck number, measured capacity of truck. percentage of full load, location of debris collection, loading monitor's name, dumping monitor's name, dumpsite, load class (vegetative or mixed), debris eligibility (eligible Cubic Yards). The Contractor shall be compensated for collection on a cubic yard basis per the unit price reflected in the Contractor's Price Proposal (part 3 of this RFP). All waste collected and transported by the Contractor, including any special waste such as stumps, white goods, household waste, construction and demolition waste, boats, docks, vehicles, concrete, asphalt, and other similar waste shall be calculated based the cubic yard volume for eligible Contractor invoicing. The Town shall direct the Contractor regarding collection of debris on roadways eligible for Federal Highway Administration Emergency Relief Program (FHWA) funding. The Town's authorized field monitors will make the on-site eligibility determination of specific collections concerning these FHWA roadways. • Section 2.2 Cutting and Trimming of Hazardous Trees and Limbs from Public and Private Property A. Cutting and Trimming of Hazardous Trees and Limbs on Public Rights -of -Way and Other Public Properties Should damaged trees limbs, and/or other debris caused by the disaster be present on publicly owned properties (including public facility grounds, public rights-of-way, or other public land), and its existence constitutes a threat to the life, safety and health of the general public, the Town may direct the Contractor to cut and pile the damaged trees/limbs and/or other eligible debris on the public properties or the adjacent'public right-of-way where it will be collected by the Contractor and hauled, processed and disposed of as described in Section I (Debris Removal Public Rights -of -.Way) of this document. This work shall involve the cutting, trimming and/or the felling of leaning trees and/or hanging limbs and/or the placement of felled trees and limbs and the removal of uprooted stumps and backfilling the hole. This work shall be contingent on FEMA eligibility requirements and all work shall be done under the observation of the Town's authorized field monitors and shall comply with all FEMA requirements. The Town, with the assistance of FEMA, will develop a procedure for establishing eligibility, monitoring the work, and coordinating the operation of this program if the need is apparent and the program is approved by FEMA. Pricing guidance for the cutting and trimming of hazardous trees and limbs on Public Properties is included herein as "Attachment 2". Pricing is for this service is separate from, and in addition to, the ROW collection and hauling • pricing. B. Cutting and Trimming of Hazardous Trees and Limbs on Private Property through a Right -of -Entry Program (ROE) Should damaged trees, limbs, and/or other debris caused by the disaster be present on privately owned properties and its existence constitutes a threat to the life, safety and health of the general public and FEMA authorizes a Right -of. Entry (ROE) program, the Town may direct the Contractor to out and place the damaged trees, limbs and/or other eligible debris on the public right -of -.way where it will be collected by the Contractor and hauled, processed and disposed of as described in Section 1 (Debris Removal - Public Rights -of. Way) of this document. This work shall involve the cutting, trimming and/or the felling of leaning trees and/or hanging limbs and/or the placement of felled trees and limbs and the removal of uprooted stumps and backfilling the hole. This work shall be contingent on FEMA eligibility requirements and all work shall be done under the observation of the Town's authorized field monitors and shall comply with all FEMA requirements, The Town, with the assistance of FEMA, will coordinate a procedure for establishing eligibility, monitoring the work, and managing the operation of this program if the need is apparent and the program is approved by FEMA. Pricing guidance for the cutting and trimming of hazardous trees and limbs Ihrough the ROE Program is included herein as "Attachment 2". Pricing for this service is separate from, and in addition to, the ROW collection and hauling pricing. . Section 2.3 Managing the TDSRS, Debris Processing, and Disposal of the Processed Debris A. Management of Temporary Debris Staging and Reduction Sites (TDSRS) The Town shall determine the alternative sites for debris management. The Contractor shall operate and manage the TDSRS in accordance with FDEP and FEMA regulations to accept and process all disaster event debris. All Contractor costs associated with management and operation of the TDSRS shall be included in the Contractors line item price for processing of debris. The Contractor shall be responsible for obtaining and paying for all permits • required to construct, operate, maintain, close and reclaim the debris processing sites. The Contractor shall maintain the site in accordance with all local, state, and federal rules and regulations including, at a minimum erosion control, stormwater management, and fire control, and other site management and site maintenance. The Contractor shall provide stabilized ingress and egress to each debris processing site and shall maintain such access throughout the life of the site. The Contractor shall provide Town, State or Federal officials access to the TDSRS at all times fur inspection and monitoring purposes. The Contractor shall also be responsible for, but not limited to the following tasks related to TDSRS site preparation and management: I . site work and materials necessary to build and maintain stabilized roads for ingress or egress, or any roads within the site (if needed), 2. dust and windborne debris control, 3. portable toilets, 4. temporary fencing or other necessary security measures 5. restoration of the site to its pre -event condition C. subcontractor trailers and parking 7. traffic control 8. site monitoring for safe operations 9. site cleanliness. C. Debris Processing . The Contractor shall accept loads of disaster debris into the TDSRS only upon inspection by Town authorized monitors and only after documentation has been completed so that the load is consistent with FEMA eligibility requirement The Contractor shall be required to segregate debris into distinct piles of vegetative debris, construction and demolition debris (C&D), recyclable debris, white goods and hazardous waste. All methods of debris processing used by the Contractor shall be approved by the Town. Generally, these methods shall include the use of tub -grinding, incineration when approved by the Town, or other effective methods of reduction that may be presented to the Town and approved for use by the Town, FDEP and FEMA. The Contractor shall he responsible for maintaining a level of processing at the TDSRS that will allow continuous removal of the residuals so that the site doesn't become full prematurely. The Contractor shall only he paid a debris processing fee for that debris which is processed through methods acceptable and approved by the Town. D. Haul -out of Residual Waste After Processing The Contractor shall be responsible for haul -out of all residual waste after processing is complete. This waste shall be hauled to the landfill site determined by the Town. The project will not he complete until all residuals are removed from the TDSRS. E. Disposal of the Processed Debris The Contractor shall transport loads of residual debris to the approved disposal sites and all out -bound loads shall be inspected by Town authorized field monitors. Debris tickets will be prepared by Town site monitors for al I out -bound . loads. Tickets will clearly indicate the type of debris (mulch. C&D, white goods, etc.), truck identification, cubic yardage, date and time. Section 2.4 Project Management and Documentation Support A. Manaeement Su000rt The Contractor shall designate a Project Manager for the duration of the project and that Project Manager shall be the • Contractor's representative on all day-to-day issues related to the completion of the project. The Project Manager shall he available at all hours, day or night, by cell phone or other means of communication available to the Town. The Town shall also designate a liaison representative. The Contractor shall meet with the Town representative on a weekly basis, at a minimum, to report on the progress of the project and to discuss any outstanding issues that may exist. B. Documentation Su000rt The Contractor shall assist the Town in providing documentation necessary for the Town to apply for FEMA assistance. Therefore, the Contractor shall follow FEMA guidelines for documentation and shall provide four-part and sequentially numbered load tickets to be used for all inbound and outbound debris hauled into or out of a TDSRS in order to comply with FEMA requirements. Each invoice generated by the Contractor shall provide a computer database containing all documentation of load tickets. The database shall be such that is can be converted to a file compatible with Town software so that it can be reviewed prior to payment. The Contractor shall submit a daily report to the Town for the duration of the project. This report shall contain the following information; Contractor's name, Contract number, number of crew working, location of work (by zone), cubic yards of debris hauled into TDSRS and cubic yards of debris out -bound from the TDSRS, as well as any problems encountered that day. Section 2.5 Other Operational Considerations • The Contractor shall comply with the following: A. The Contractor shall supervise and direct the work using skillful labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment, and the Contractor's subcontractor personnel and equipment, is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform the tasks of the project. B. The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor's or subcontractors actions or operations during the performance of the project. Corrections for such violations shall he at no cost to the Town. C. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. At a minimum, one flag person should be posted at each approach to the work area. Work shall he accomplished in a safe manner in accordance with OSHA standards. D. All Contractor fonds of debris and/or residuals shall he subject to inspection by Town, State and/or Federal inspectors at any time to ensure compliance with applicable laws and FEMA regulations. E. All Contractor trucks and other equipment shall be in compliance with all applicable federal, state and local laws and regulations. F. All Contractor's hauling equipment shall be measured for capacity by Town authorized monitors and shall be clearly marked with self-adhesive signage provided by the Town. Magnetic signs are not permitted. Signs shall contain the following information; contractor's name, subcontractor's name, truck number, the cubic yard capacity of the truck, and the date of measurement and inspection. Truck certification sheets shall be completed in detail on every truck depositing debris and out -going trucks delivering reduced debris to include the actual measurements • (length, height, width), calculated cubic yardage, truck identification, driver identification. G. All Contractor's hauling equipment shall have a tailgate capable of containing the debris effectively as to avoid spillage. Plastic webbing is not acceptable for a tailgate. Sideboards and extensions are allowable provided they meet FEMA guidelines and are constructed in such a manner as to withstand severe operating conditions. All extensions are subject to acceptance or rejection by the Town. Once installed, the sideboards and extensions must remain in place or the equipment shall be re -measured and re -marked. Tarps shall be used only if required by FEMA or continual problems exist with debris spillage on public streets. • H. All Contractor loads shall be verified by FEMA acceptable procedures through Town authorized field monitors. 1. The Contractor shall coordinate collection of debris with the Town's project representative on a daily basis and shall provide daily production reports. J. Contractor crews shall work safely and efficiently and shall leave collection location in a sate and neat condition, as determined by the Town, after loading is complete. K. Right-of-way collection of debris by the Contractor shall be performed during visible daylight hours only, seven (7) days per week. Work at the TDSRS may begin at dawn and must end by 7:00 p.m. unless extended hours are approved by the Town. L. The Contractor is responsible for obtaining sites to store trucks and equipment when not in use. M. The Contractor shall make multiple scheduled passes of each right-of-way to collect eligible debris. The number of passes and the conclusion of the project will be determined by the Town. N. The Contractor shall mitigate the impact of the collection and/or processing operation on local traffic to the fullest extent practicable. The Contractor is responsible for establishing and maintaining appropriate traffic controls in all work areas, including the TDSRS. 0. The Contractor shall be responsible for the repair of any public and/or private property damages caused by negligence of the Contractor or any of its subcontractors. The Town shall make the final determination regarding cause of damage, the ruling of negligence, and the satisfaction and completion of the repairs. P. The Contractor shall make every effort to hire local workers and/or subcontractors. Q. The Contractor shall accommodate Town crews and equipment in order to allow such crews to utilize the TDSRS to unload eligible debris. Debris hauled to the TDSRS by Town crews shall be processed and disposed of by the Contractor and the Contractor shall invoice the Town for the processing and disposal of such debris but not for the • collection of such debris. - EXHIBIT "A" Attachment 2 Right -of -Entry Private Property Debris Removal Program Plan • 1. The Town of Gulf Stream shall request that FEMA establish eligibility for participation in a program that would allow the Town to receive reimbursement funding from FEMA for work performed on certain private properties located within the city limits where specific vegetative debris hazards resulting from a disaster continue to exist and those hazards are determined to represent a violation of Town Code. 2. The Town shall establish a process to identify private properties where code violations related to vegetative debris hazards may exist. This shall be done through a public awareness campaign and through field inspections conducted by Town Code Enforcement Officer. 2. The Town's authorized field monitors shall perform in -field monitoring of the removal of debris from private properties. The Town shall contract with the Contractor to perform debris removal work cut, collect, process and dispose of eligible storm debris on ROE designated private properties. 4. The Town shall establish the following process for management of the ROE Private Property Debris Removal Program: a) When the ROE Debris Hotline receives a call from a resident requesting assistance to correct a hazard, or location of a nuisance violation involving storm generated debris on private property is received from a Town of Gulf Stream Code Enforcement Officer, the Town's authorized field . monitor shall input the following information into a database: First and Last Name of the Resident/Property Owner, Mailing Address, Damaged Property Address, Jurisdiction (Town or County) and Telephone Number. b) The database shall generate a mailing list of private property owners whose properties are in violation due to debris hazards. ROE form is mailed out that contains the following: a. Notice of Hazard c) When the ROE form is returned, the Town monitor ensures that it is correct and complete. If not, the ROE form is returned to the property owner with instructions as to what information is missing. d) The completed ROE information is entered into the monitor's database as returned, and the property location is assigned to the ROE surveyor team. The ROE surveyor teams consists of one Town monitor representative and one FEMA representative that go onto each ROE property, assess eligibility, hazards, and methods needed to remove each hazard. The Town's monitor documents and photographs each hazardous item, and enters the information into a field surveyor database. The FEMA representative marks each eligible item with orange spray paint. Each completed ROE survey along with photo documentation is compiled weekly to be submitted as a FEMA Project Worksheet. e) The resident/property owner is notified by telephone 48 hours in advance and is asked a series of questions regarding site hazards such as where septic tanks, electric lines and water/gas meters are located. The resident is asked to put away any animals while work is underway. If the resident checked the box stating they have, or will, receive compensation from insurance for debris removal, they are dealt with on a case by case basis. . f) The contractor goes to the ROE property on the designated day with a ROE monitor. The monitor will have a copy of the survey conducted with FEMA as a reference to observe all of the items listed as hazards to be removed. The contractor shall load the debris onto transport trucks/trailers and the ROE monitor shall document the total cubic yards removed and the corresponding charge category based on equipment used to cut and remove the debris. A FEMA representative may or may not be present for this part of the process. • g) The contractor then transports the debris to a Temporary Debris Storage and Reduction Site. h) After processing, the contractor transports the debris to an approved disposal facility. ROE Pricin¢ Pricing for the ROE Program shall be based on categories of service numbered 1 through 3, each of which requires a distinct level of service. The Contractor shall be paid based on cubic yards of debris cut and collected at the ROE location as measured at the dumpsite tower. The cubic yardage to be used as a basis of payment on any individual ROE property shall be based on the highest category of service required on said property. For example, a property having category 1 and 2 service requirements would be invoiced under category 2 pricing since that level of service and equipment was needed to complete the job at that particular location. This should only include the price for cutting, cleaning and piling the debris at the ROW. The Contract price for hauling the ROW debris, debris processing, haul -out and disposal will apply as indicated and priced under the Contract. (Category 1) The per cubic yard cost associated with cutting and removing vegetative debris from the private property by the use of common and skilled labor, and mechanized equipment commonly used in tree cutting and removal services. The mechanized equipment utilized consists of, but is not limited to, wheeled loading equipment, aerial bucket trucks, and chain saws. (Category 2) The per cubic yard cost associated with cutting and removing vegetative debris from the private property by •the use of all labor and equipment described in Category 1, with the addition of requiring skilled "climbers" to cut trees and branches in areas not accessible to aerial bucket trucks. (Category 3) The per cubic yard cost associated with cutting and removing vegetative debris from the private property by the use of all labor and equipment described in Category 1 and/or Category 2, with the addition of requiring the use of a crane to remove debris due to access limitations and/or weight factors. Backfilling The per cubic yard cost associated with the backfilling stump holes created from the removal of uprooted trees. EXHIBIT "B" The Contractor shall provide the Town a rubber tired machine equal to or larger than a Komatsu WA200 with a "toothless" bucket (smooth edge). Contractor shall deliver said equipment no later than two (2) days prior to the estimated arrival of the storm in the area. This equipment may be operated by Town employees experienced in the operation of the equipment. The Town will be responsible for any damage to the equipment while in use by the Town. In the event the storm does not impact the Town to such extent that a Notice to Proceed is issued to the Contractor, the Town shall reimburse the Contractor for the transportation of the piece of equipment to and from the Town. In addition, the Town shall pay for the daily utilization of the equipment commencing with the day it is delivered and ending with the arrival of the Tag Grinding, Inc. personnel. The transportation charge and the daily fee shall be at the average rate charged by area equipment rental agencies. PADOCSU 3147\00001 \DOC\13D0771. DOC EXHIBIT "Cr1 Attachment 3 Price Proposal - RFP N 2008-10 Contractor ccn��� -MCT &-r riidIrlit Vi La S) LVlv 1 THE FOLLOWING PRICES ARE SUBMITTED BY THE BIDDER FOR THE PURPOSE OF: A. ARRIVING AT AN ESTIMATED TOTAL BID PRICE BASED ON AN ASSUMED DEBRIS VOLUME. B. ESTABLISHING DETAILED UNIT PRICING TO BE UTILIZED IN THE INITIAL CONTRACT TERM AND TO BE USED AS THE BASIS FOR CALCULATING THE PRICE ESCALATIONS. Column I - Column II Column 111 Column IV Unit of Item # Description of Service or Manpower I Equipment Measure Unit Pdce Emergency Road Clearing (IF REOUIRED) Nate: All equipment Pricing to Include Operator Proposer's Bid (Required fm all Items) 1 Wheel Loader, 644 or equivalent w/min. 2.5 yd3 bucket Hours 5, ao 2 Hydraulic Excavator, crawler, 90,200 lb. w/min. 1.5 cy3 bucket Hours 00 . (,fp 3 Lowboy trailer and tractor Hours ! OD -CAD 4 Dozer, tracked 2-3 yd3 blade capacity Hours ' 5 Dozer, tracked, D-7 or equivalent Hours 195--a-0 6 Motor Grader with 1211 blade, 130-140 net hp Hours 5—b , UD 7 Backhoe, with loader, 1.5 yd3 capacity with thumb attachment Hours , YD R Dump truck or truck I trailer with 16-20 yd3 capacity Hours 55.U0 9 Dump truck or truck I trailer with 21-30 yd3 capacity Hours IPJC-, VV 10 Dump truck or truck I trailer with 31-50 yd3 capacity Hours , CrD 11 Dump truck or truck / trailer with 51-60 yd3 capacity Hours 12 Self -loading knuckleboom with body of 30 yd3 or more Hours 126— ,, 13 30 -ton Crane Hours / 50 , VV 14 50 f. bucket truck Hours / 6-, crQ 15 Trailer mounted good light set with generator unit Hourst:aouD 16 Service truck wlair, fuel, welding and misc. tools Hours 17 Project Manager with pickup truck and radio / cell phone Hoursdro le Crew Foreman with pickup truck and radio / cell phone HoursUQ 19 Laborer with pickup truck, 112 ton or larger Hours 20 Laborer with Chainsaw, minimum 16" w/ hand tools / safety equip. Hours21 Climber w/gear Hours22 Laborer with hand tools and safely equipment Hours23 Flagman with safety signs Hours Pngc I of EXHIBIT "Crt Attachment 3 Price Proposal - RFP # 2008-10 Contractor ! Sx ✓itkatimhc2f Column I Column II Column III Column IV column V Column VI Unit of Estimated Item # Description of Service or Manpower / Equipment Measure Volume Unit Price Extended Price Debris Removed from Public Rights -of -Way Proposer's Bid Line item Total Line Item Total (Required for all items) (Est, vatuma x unit once 1 Collection of eligible debris from TOWN rights-of-way and other rj Category 1 - cutting trees and limbs 8 piling debris at ROW public properties and transport of debris to a TDSRS located "Attachment 0-5 miles (one-way) from the point of collection Cubic yards 300,000 1 2 DZ� 000 2 Processing of eligible debris through grinding and/or chipping Cubic yards 300,000 'J //h/ L { J i] 26 WUf 3 Flailing of reduced debris or other materials to landfill Cubic yards located 42 miles from TDSRS (onc-way miles) 100,0.. • oo 3. 2DU/)JOOo �J l 4 TDSRS site management to include site operation, debris Cubic yards acceptance, management, loading 300,000 , n, o w pile material (transport) with use of a crane per description in "Attachment 2" o, Ooo Total Cost Estimate for Debris Removal from ROWS Column I Column It Column 111 Column IV Column V Column VI Unit of Estimated Item # Description of Service or Manpower/Equipment Measure Volume Unit Price Extended Price Hazardous Tree and Limb Cutting on Public Properties Proposer's Bid Line Item Total (Required for all Items) (Est volume s unit pnce) rj Category 1 - cutting trees and limbs 8 piling debris at ROW "Attachment ���' C ��\\ a I 6o with common equipment per description in 2" Cubic yartls 3,000 OUV 6 Category 2 • cutting trees and limbs 8 piling debris at ROW with climbers per description in "Attachment 2" Cubic yards t,..o JO • CU Lr 50 DU o % Category 3 - Cutting trees and limbs 8 piling debris at ROW with use of a crane per description in "Attachment 2" Cubic yards 1,000 �� • 0u) S Category 4 - Backfilling of stump holes associated with removal of stumps per description in "Attachment 2" Cubic yards 800 l DD ui Total Cost Estimate Public Properties Tree Cutting and Trimming TOTAL DEBRIS PROPOSAL BID (ITEMS 1-8) 2�1ip (�U`R an h u to C3 v $ N n m > 0 O75 v >O m a a � E o O❑ ❑ n v v >o n _ C 2 .n ami o a � Nn .l] L u � ❑ a y N ` 3 c E ac a a N w a u m m m? E E 'u Ln Q c a c u' " c 12 � a n C N v O U a a C y 1 U 0 O (vpa a m N '^ u E a in vLLE �7 E v ❑ al a v 3 C E L N u a u a Y C O W C v W 3L 'u ®'.m©©© U1 1wlwl wlw a v k.] h C3 v $ — n m > m C> v >O m a a E E o O❑ ❑ n v E o >o n _ C v c .n ami o a In L O .l] L u � ❑ a y 3 c E ac a a w a 0 c m m m? E E 'u M c u' " c 12 � a 2 u v TAG Grinding Services, Inc. September 7, 2017 Mr. Gregory L. Dunham Town Manager 100 Sea Road Gulf Stream, FL 33482 TAG Grinding Servi' r75o Powder Springs Rd. Suite igo-r7t Marietta, Ga 3oo64 Phone: 678-940-5oot Fax: 770-672-6775 RE: Disaster Debris Removal Contract Dear Mr. Dunham, Visit us at:w .taggrinding.rom Per our conversation, we are writing to inform you of our intent to renew our Disaster Debris Removal Contract with the Town of Gulf Stream for an additional term. All contractual obligations will remain the same. For information, we request that all correspondence be sent to our office at: TAG Grinding Services, Inc. 1750 Powder Springs Rd. Suite 190-171 Marietta, GA 30064 (678) 540-5001 If you have any questions or need any additional information, please contact Jerry Brooks-Jerrv@taeerinding.com (256) 786-9673 or Jay Brooks-lay@taeerindine.com (256) 675-7055. Zy rely, /0�W. Brooks, CFFOO TAG Grinding Services, Inc. JWB/afj TAG Grindir Services Inc. June 6, 2016 Mr. William Thrasher Town Manager 100 Sea Road Gulf Stream, FL 33482 TAG Grinding Serv'i�e°I 175o Powder Springs Rd. Suite igo-171 Marietta, Ga 30064 Phone: 678-540-5001 Fax: 77o-672-6775 RE: Disaster Debris Removal Contract Dear Mr. Thrasher Visit w at: w .taggrinding.com Per our conversation, we are writing to inform you of our intent to renew our Disaster Debris Removal Contract with the Town of Gulf Stream for an additional term. All contractual obligations will remain the same. For information, we request that all correspondence be sent to our office at: 1750 Powder Springs Rd. Suite 190-171 Marietta, Ga 30064 (678) 540-5001 If you have any questions or need additional information, please contact Jerry Brooks, Jerry n,taggrindine.com (256)786-9673 or Sonny Armond, Armondii(@aol.com (504) 722-4975. Sincerely, 2 %r A1-4 / erry W. Brooks, CFO TAG Grinding Services, Inc. TA r.. Grinding Services, Inc. July 18, 2014 Mr. William Thrasher Town Manager 100 Sea Road Gulf Stream, FL 33482 TAG Grinding Services, In www.taggrinding.com m3 Horseshoe Bend Road • Dadeville, Alabama 36893 • Phone: (256) 825-4400 • Fax: (256) 825-4100 RE: Disaster Debris Removal Contract Dear Mr. Thrasher: 543 Olivier St • New Orleans, la 70114 • Phone: 504-722-4975 • Fax: 504-gio-6103 8395 Williams Road • Palmetto, Georgia 30268 Per our conversation, we are writing to inform you of our intent to renew our Disaster Debris Removal contract with the Town of Gulf Stream for an additional term. All contractual obligations will remain the same. For information, we request that all correspondence be sent to our office at: 1113 Horseshoe Bend Road Dadeville, AL 36853 (256) 825-4400 If you have any questions or need additional information, please contact Jerry Brooks, ierry@taRRrindine.com or Donna Hawkins, donna@taearindina.com. Sincerely, 12 ///I rry W. Brooks, CFO TAG Grinding Services, Inc. TAG. Grinding Services, Inc. May 30, 2013 Mr. William Thrasher Town Manager 100 Sea Road Gulf Stream, FL 33482 TAG Grinding Services, Inc. x www.taggrinding.com 1113 Horseshoe Bend Road • Dadeville, Alabama 36853 • Phone: (256) 825-4400 • Fax: (256) 829-4100 RE: Disaster Debris Removal Contract Dear Mr. Thrasher: 543 Olivier St • New Orleans, La 70114 • Phone: 504-722-4975' Fax: 504-q10-6to3 8395 Williams Road • Palmetto, Georgia 30268 Per our conversation, we are writing to inform you of our intent to renew our Disaster Debris Removal contract with the Town of Gulf Stream for an additional term. All contractual obligations will remain the same. For information, we request that all correspondence be sent to our office at: 1113 Horseshoe Bend Road Dadeville, AL 36853 (256) 825-4400 If you have any questions or need additional information, please contact Jerry Brooks, lerry@tal;arindins.com or Donna Hawkins, donna@taggrindina.com. Sincerely, Jerry W. Brooks, CFO TAG Grinding Services, Inc. TAG Grinding Services, Inc. April 11, 2012 Kelly Avery Town of Gulf Stream 100 Sea Road Gulf Stream, Florida 33482 www.taggrinding.com 1113 Horseshoe Bend Road • Dadeville, Alabama 36893 • Phone: (256) 825-4400 • Fax: (256) 829-4100 Re: Disaster Debris Removal Contract Dear Ms. Avery, 543 Olivier St • New Orleans, La 70114 • Phone: 504-722-4975' Fax: 504-910-6103 8395 Williams Road • Palmetto, Georgia 30268 Per our conversation, we are writing to inform you of our intent to renew our Disaster Debris Removal contract with the Town of Gulf Stream for an additional term. All contractual obligations will remain the same. For information, we request that all correspondence be forwarded to our office at: 1113 Horseshoe Bend Road Dadeville, Alabama 36853 Phone: (256) 825-4400 Fax: (256) 825-4100 If you have questions or need additional information, please contact Charlene Daniel at our office or on her cell at (256) 749-2997. Sincerely J ryW. Brooksyy�// CFO TAG Grinding Services, Inc. Bill Thrasher Town of Gulf Stream 100 Sea Road Gulf Stream, Florida 33482 TAG Gni t672 Drake Road P. O. Bax 25 Daviston, Alabama 36z56 Phone: z56-395-2213 Fax: 256-395-9269 Re: Disaster Debris Removal Contract Dear Mr. Thrasher, 8395 Williams Road Palmetto, Georgia 30268 Phone: 77o-969-7980 F": 77-969-7988 Visit us an w raggrindingsom x655 Sunnyside Drive Maitland, Florida 32751 Phone: 678-2o7-6068 Per our conversations, we are writing to inform you of our intent to renew our Disaster Debris Removal contract with the Town of Gulf Stream for an additional term. All contractual obligations will remain the same. For your information, we request that all correspondence be forwarded to our Alabama office at: 1672 Drake Road P. 0. Box 25 Daviston, AL 36256 Office: (256) 395-2243 Fax: (256) 395-9269 If you have questions or need additional information, please contract Charlene Daniel at our office at (256) 395-2243 or on her cell at (256) 749-2997. Sincerely, 43eW. Brooks JUN 16 COMMISSIONERS WILLIAM F. KOCH, JR. Mayor JOAN K. ORTHWEIN. Vice Mayor FRED S. DEVITT III CHRIS D. WHEELER MURIEL J. ANDERSON June 25, 2009 Tag Grinding Attn: Jerry P. 0. Box 25 Daviston, AL Gentlemen: TOWN OF GULF STREAM PALM BEACH COUNTY, FLORIDA Services, Inc. Brooks & Sonny Armond 36256 Telephone (561) 276-5116 FU (561) 737-0188 Town Manager WILLIAM H. THRASHER Town Clerk RITA LTAYLOR Please find enclosed a letter I have prepared for your personnel to present to anyone delaying them when enroute to Gulf Stream. I hope the content is adequate. If not, just let me know and I will revise it to fit your needs. There is one other matter that needs our attention. The current contract document on file expired in May 2009. I am enclosing a copy of Section 4. of the document for your review. Are you preparing something to reinstate this for another 2 years? Please advise. Very truly yours, Rita L. Taylor Town Clerk Encl. 100 SETA ROAD, GULF STREAM, FLORIDA 33483 TOWN OF GULF STREAM PALM BEACH COUNTY, FLORIDA COMMISSIONERS WILLIAM F. KOCH, JR. Mayor JOAN K. ORTHWEIN, Vice Mayor FRED 0. OEVITT III CHRIS 0. WHEELER MURIEL J. ANDERSON June 25, 2009 TO WHOM IT MAY CONCERN: Q F Telephone is T'n (561) 276.5116 F Fax (561) 737.0188 Town Manager WILLIAM H.THRASHER Town Clerk RITA L TAYLOR This is to confirm that the bearer of this letter, TAG GRINDING SERVICES, INC, is under contract for the entire year 2009 with the Town of Gulf Stream, Florida to remove storm debris. We are respectfully asking your cooperation by allowing all equipment and personnel, employed by or leased to, TAG GRINDING SERVICES, INC., to immediately pass through in order that they be able to open the streets in the Town of Gulf Stream, Palm Beach County, Florida without delay. Anything you can do to expedite their arrival will be greatly appreciated. Thank you for your cooperation and assistance in this time of disaster. Very truly William F. Koch, Jr. Mayor 100 SEA ROAD, GULF STREAM, FLORIDA 33483 TAG Grindir Services Inc. TAG Grinding Serui��l 1113 Horseshoe Bend Road Dadeville, Alabama 36853 Phone: 256-825-4400 Fax: 256-825-4100 8395 Williams Road Palmetto, Georgia 3oz68 Visit us at w .taggrindingxom EMERGENCY CONTACT INFORMATION Jerry Brooks — CFO Cell: (256) 786-9673 Home: (256) 329- 3519 Office: (256) 825-4400 Email: ierry(abtaggrinding.com Charlene Daniel — VP/Operations Cell: (256) 749-2997 Home: (256) 896-4563 Office: (256) 825-4400 Email: charlene(a)tagorinding.com Sonny Armond — Director of Field Operations Cell: (504) 722-4975 Home: (985)201-0810 Office: (256) 825-4400 Email: sonny(a)taggrinding.com Jay Brooks — VP/Debris Removal Cell: (256) 675-7055 Home: (256) 329-3519 Office: (256) 825-4400 Email: iay(dltaggrinding.com 543 Olivier Street New Orleans, LA 70114 Phone: 504-722-4975 Page 1 of 1 Rita Taylor From: Bill Thrasher Sent: Thursday, August 04, 2011 1:58 PM To: ramondiiCPaol.com Cc: Rita Taylor; Garrett Ward; Linda Harvel; Gail C. Abbale Subject: Stand-by H Emily Ramon, Thank you for contacting us and letting us know you are on "stand-by" Please confirm your direct t-# 504-722-4975 8/4/2011 Rita,Taylor From: donna@taggrinding.com Sent: Thursday, May 30, 2013 4:38 PM To: Bill Thrasher Subject: Intent to renew TAG Grinding Attachments: img-530153342.pdf UJ img-530153342.p df (338 KB) Mr. Thrasher, Please see attached letter of intent to renew from TAG Grinding. Thanks Donna Hawkins TAG Grinding Services, Inc (256)825-4400 donna@taggrinding.com TAGGR-1 OP ID: TT A� CERTIFICATE OF LIABILITY INSURANCE DAM 241201YV) o7/2a/2o1a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hawkins 8 Rawlinson,lnc. P.O. Box 3493 CONTACT NAME Chuck Hawkins e PHONE .EdI,888-822-1173 IFAx Not: 334-821-5801 2515 East Glenn Ave, Ste 101 Auburn, AL 36831-3493 A�ESS: chawkins@hrinsurance.com 100 Sea Road Chuck Hawkins INSURER(S) AFFORDING COVERAGE NAIL$ INSURERA:Companion Property& Casualty 12157 MED EXP one pearl $ _ INSURED TAG Grinding Services, Inc. JWB Leasing Co,. Inc 1113 Horseshoe Bend Rd INSURER B: INSURER C: GENERAL AGGREGATE $ Dadeville, AL 36853 INSURER O: INSURER E: AUTOMOBILE NSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILSR TYPE OF INSURANCE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE POLICY NUMBER POLICY MMDDrDIYYYY LIMA COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FlOCCUR AUTHORIZED REPRESENTATIVE Rita Taylor 100 Sea Road EACH OCCURRENCE $ PREMISES Ea occurrence $ MED EXP one pearl $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT F-1 LOC OTHER GENERAL AGGREGATE $ PRODUCTS-COMP/OP AGG $ It AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOSNON-OWNED AUTOS P 1 COMBINED SINGLE LIMIT $ e accident BODILY INJURY (Par Person) $ BODILY INJURY (Per accident) $ PROPEIQDAMAGE $ paraccidenl $ UMBRELLA UAB EXCESS LUIS OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATIONPER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YaN/A OFFICERIMEMBER EX (Mandatory In NH) CLUDED7 N yes, describe urcer DESCRIPTION OF OPERATIONS below CWC 3070514 12 03 07/27/2014 07/27/2015 OTH• X STA ITEEIR E.L. EACH ACCIDENT $ 1,000,00 E.L DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE -POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more spans Is required) Grinding / Covered states are Georgia, Alabama, Texas and Florida CERTIFICATE HOLDER CANCELLATION TOWGU01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of Gulf Stream fax 561-737-0188 AUTHORIZED REPRESENTATIVE Rita Taylor 100 Sea Road iGulf Stream FL 33483 ACORD 25 (2014101) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Jun 03 2011 14:29:07 -> 561-737-0100 J Smith Lanier Client#! 67166 9ATA(%r%RIMnIN Page 003 ACORD. CERTIFICATE OF LIABILITY INSURANCE -06 Y) CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. /0312011 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: It the certificate holder Is an ADDITIONAL N ED, the po lcy(les) must be endorsed. it SLISROOATIONIS 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). PRODUCER NAON U ME: T Rachel Bulloch "ai J Smith Lanier 8 Co of Newnan N N �AP,�a:771/6831048 '70 683-1010 P. O. Box 71429 ADDRESS: rbulloch(MJsmithlanler.com� Newnan, GA 30271.1429 "PRODUCER" - 779 683-1 ODD CUSTOMER ID W. INSURER(S)APFORDINOCOVERAGE NAICA (FL Only)S-MAOE INSURED INSURERA• Employers Mutual Casualty Compa 21415 TAG Grinding Services, Inc. -- --- - - -- INSURERa: Great American Insurance Compan 16691 W B Leasing Inc. INSURER C, Indian Harbor Ins. Co, 36940 1 B 1 113 HorseshoeBend Rd. -------- --' - - Dadeville,AL 36853 INSURER O: INSURER E INSURER F: .. .. _ ..,,.. COVEKAGES CERTIFICATE NUMBER, OCVIe1nM M11E.n Co• THIS I6 TO CERTIFY THAT Tr IS POLICIES OF INSURANCE LISTED DELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTI'dER DOCUMENT WITH RESFECTTO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED PAID CLAIMSINHR, LTjL 4DDL TYPE OF INSURANCE BUSH POLICY NUMBER CyyBY MMIDO MIN YPY OMIT A oENERALUABILTY 3K74918 0712712010 0712712011 FACHOCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY CLAIMOCCUR (FL Only)S-MAOE PREMISES (<a aauavnceJ sf 00000 � ~ MEM D EXP (Any one ra.n Pel f5,00D PERSONAL A ADV INJURY $1,000000 XI PD Ded: 500 .. .. _ ..,,.. OtNERALA004EGATE --- $2,0001000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG 52,00(0,0D0 POLICY X PRO- LOC $ A AUTOMOBILE LIABILITY • X' ANY AUTO 3E74918 7/27/2010 07/2712011 cOMDINEDawGLEHMIT tEn a00kien,) 1 1.000 00 BODILY INJURY IP., u.man) f ALL OWNED AUTO$ BODILY INJURY (P.rA«Nem) -- $ SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE PoractlanU f XI NON.OWNEDAUI03 �_ 5 5 B X UMBRELLA une X OCCUR SUB01939880D 8109/2010 08109/2011 EACH OCCURRENCE 54,000,000 EXCESS LIAB CLAIMN-MAUE! AGGREGATE f4OD0000— DEoucnBLE ..—....—.... .... ...—.... f X RET NnoN S 10,000 _...--....— _,_,..... s WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PPCLPRIETORIPARTNF.R/FXFGUTIVF OFFICEWMEMBER E%GL11C/EA7 �. WA (MRNIAIary In NHI H a, NITON 0170 ) Sr Pn nF P TI S I WCa ATU- OTH• C.L. EACH ACCIDENT f F.L. DISEASE - EA EMPLOYEE E.L. DISE0.aE-POLICV LIMIT f C Equipment Floater UMOOOOD165MA10A 712712010 07/2712011 Limit Per Policy C Leased/Rented Ecip UM00000165MAIOA D7127120110 0712712011 $100,0001 SS -000 Ded DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IARadr ACURD 101, AW slag. R.Am Ike 30"W., If mor..pen I. r.gww) Certificate Holder is named as Additional Insured as respects to the General Liability policy described above when required by written contract, but only with respects to (See Attached Descriptions) City of Gulf Stream Attn: Rita Taylor 100 Sea Road Gulf Stream, FL 33483 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL 0E DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. REPRESENTATIVE DIM -2009 ACORD CORPORATION, All richis reserved, ACORD 25 (2009/09) 1 of 2 The ACORD name and logo are registered marks of ACORD i13121656O)M1216554 HXS Jul 27 2009 10:10:43 -> 561-737-0100 J Smith Lanier nn..f b a71nn Knrnnn oulnlu Page 003 ACORDI. CERTIFICATE OF LIABILITY INSURANCE INSK LYN 7DATEIM200MIODPYYY) !27/9 PRODUCER THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION J Smith Lanier & Co of Newnan ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. Box 71429 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Newnan, GA 30271-1429 - 770 683-1000 INSURERS AFFORDING COVERAGE NAIC N INSURED INSURER A, Employers Mutual TAG Grinding Services, Inc. INSURER D National Union Fire Insurance J W B Leasing Co„ Inc. INSURER C: Catlin Specialty Insurance Comp P. O. Box 25 INSURER Daviston,AL 36256 CLAIMS MADE Q OCCUR C INGVRER C. 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. INSK LYN 40011 OW TYPE OF INSURANCE POLICY NUMBER POLT Y FF TVE P ATELICY DD ION LIMITS A GENERAL UAaIUTY 3D74918 07/27/09 07/27110 EACH OCCURRENCE $1,000,000 COMMERCIAL GENERAL LIABILITY AO"iU HENI'ED S1 000 CLAIMS MADE Q OCCUR MEO FXP (Any Mw Wm ) S5,000 PERSONAL AOV INJURY $1.000.000 X PD Ded:500 CENERAL AGGREGATE $2,000,000 OENL AOOREOAi'E LIMIT APPUER PER PAODUCTS-COMPIOP FOG $2,000,000 POLICY F X FHO LOC A AUTOMOBILE X UASILnY ANYAUTO 3E74918 07/27/09 07/27/10 COMBINED 4ddant) SINGLE LIMIT 511000,000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Par".M/ 5 X X HIREDAUTOS NON•OWNEDAUTOS BODILY INJURY IPwr ac nl, 5 PROPERTY DAMAGE S (Par Paldan0 GARAGE UABIUTY AUTO ONLY. EA ACCIDENT S OEA ACC S ANY AUTO AVID 10ONLYHAN AGO S B EXCESBNMBRELLA LIABILITY X OCCUR F-1 CLAIMS MADE BE1658273 07/27/09 07/27/10 EACH OCCURRENCE 52,000,000 AGGRErATE 5 000 000 S 5 DEOUCTIRL.E S HCTENTIDN s WORKERS COMPENSATION AND WC 'TA LLLITH. EMPLOYERS' LIABILITY E.I. EACH ACCIDENT S ANY PROPRIETOWPARTNER/EXECUTNE F..L. DISEASE EA EMPLOYEE 6 OrnCERIMEMOCR EXCLUDED? R ai. W. be YIMaf BECIAL P OVIRI R hMow .L. DISEASE • POLICY LIMIT I S C OTHER Equipment FI IM1064230710 07/27/10 Limit Per Policy C Leased/Rented IM1064230710 T071,27109 7/09 07/27/10 $100,000 Per Item Limit Equipment E5 ODO Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT) SPECIAL PRDVISIONS Certificate Holder Is named as Additional Insured as respects to the General Liability policy described above, but only with respects to operations of the named insured and subject to provisions and limitations of the policy, City of Gulf Stream Attn: Rita Taylor 100 Sea Road Gulf Stream, FL 33483 28 (2001108) 1 of 2 N3621338IM621312 I ANY Of THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION IEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL In DAYS WRITTEN TO THE CERTIFICATE HOWER NAMED TO THE LEFT. BUT FAILURE To DO 60 SMALL NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. 17S AGENTS OR AUTHORIZED RXR 0 1888 Cliantg- R71nR 50TAGGRINDIN ACORDra CERTIFICATE OF LIABILITY INSURANCE 05/06/ 0139"�" PRODUCER J Smith Lanier & Co of Newnan P. O. Box 71429 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Newnan, GA 30271-1429 TYPEOFINSURANCE 770 683-1000 INSURERS AFFORDING COVERAGE NAIC # INSURED TAG Grinding Services, Inc. J W B Leasing Co., Inc. P. O. Box 25 Daviston, AL 36256 INSURER A: Employers Mutual INSURER a: National Union Fire Insurance w$u!sac! Federal Insurance INSURER 0: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. LTR NSR TYPEOFINSURANCE POLICY NUMBER DATEIMMMONY)E PDA E MMDDNYIN LIMITS A GENERAL LIABILITY 31374918 07/27108 07/27/09 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPRFMIRFS IF, occurrence) s100000 CLAIMS MADE 51OCCUR MED EXP (Any one person) S5,000 PERSONAL 9ADV INJURY $1,000,000 X PD Ded:500 GENERAL AGGREGATE S2 QQQ QQQ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGS 52000000 POLICY MX PEI LOC A AUTOMOBILE LIABILITY 3E74918 07127106 07127109 COMBINED SINGLE LIMIT Be accident) $1 000000 X ANY AUTO BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (Par person) BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GAR AGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S ANY AUTO AUTO ONLY: AGG $ B EXCESSNMBRELLA LIABILITY BE1658273 08106108 07127109 EACH OCCURRENCE s2,000,000 X OCCUR F] CLAIMS MADE AGGREGATE s2,000,000 S DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION ANDWC STATU- OTH- ER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE E.L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEE S OFFICERIMEMBER EXCLUDED? Des. describe ander SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT S C OTHER Equipment FI 6640674 07/27/08 07/27/09 Limit Per Policy C Leased/Rented 6640674 07/27/08 07/27/09 $100,000 Per Item Limit ,Equipment $5,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Certificate Holder is named as Additional Insured as respects to the General Liability policy described above, but only with respects to operations of the named insured and subject to provisions and limitations of the policy. Town of Gulf Stream 100 Sea Road Gulf Stream, FL 33482 ACORn 2s t2nn1/OR11 .d O eccai nncreeci Rn71 OF WE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION ENDEAVOR TO MAIL . In DAYS WRITTEN TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED ovo 1QRR ACOR - CERTIFICATE OF LIABILITY INSURANCE T 101 i DATE 06 s PRODUCER Hawkins & Rawlinson I Inc. P.O. Box 3493 2515 East Glenn Avenue, Suite Auburn AL 36831-3493 Phone: 888-822-1173 Fax:334-821-5801 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 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIL 4 INSURED T83 Grinding SerY1CC51, Ino. Pa 5 tto GA�30268d INSURERA caaP.asm, vrapaeeY c orvaLey 12157 INSURER B: INSURER C: INSURER D: NSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NMAED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TD 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 SEEN REDUCED BY PAN) CLAMS. LTR S0. TYPE OF INSURANCE POUCYISMOER DATE MMIDOIYY PATE MMRID LIMITS GENERAL LIABILITY EACH OCCURRENCE S PREMISES Et acanrrca S COMMERCIAL GENERAL LABILITY CLAIMS MADE OCCUR MEDEXPU%M mPrraal) S PERSONAL S ADV INJURY $ GENERAL AGGREGATE S GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOP AGG 3 POLICY JECT LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (EM aee m) 5 SODLY INJURY (PK Panora) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY 5 (Par accldaM) HIREDAUTOS NON -OWNED AUTOS PROPERTY DAMAGE S (Pa aaJd") GARAGE LABILITY GARAGE AUTO ONLY -EA ACCIDENT Is - OTHER THAN EAACC S ANY AUTO AUTOONLY: AGO $ EXCESSUMBRELLA LIABLLITY EACH OCCURRENCE S OCCUR F—I CLAIMS FADE AGGREGATE S S $ DEDUCTIBLE S RETENTION S WORHERS COMPENSATION AND IOTM x TORY LIMITS ER A EMPLGYERVWORnY ANY PROPRIETOSPARTNESEXECUTME CWC 3070514 06 03 07/27/08 07/27/09 E.LEACH ACCIDENT 51000000 E.LDISEASE-EAEMPLOYE 31000000 OFFICERMENBER EXCLUDED? It SPECIALaPRbOVID80 SONav EL MSEASE-POUCYLMIT 51000000 OTHER DE MPTIDNOFOPERATIONSILOCATIONS1VEHICLES? EXCLUMONSADDEDBYENDORSEMENTISPECMLPROVISIONS Grinding Town of Gulf Stream fax 561-737-0188 Rita Taylor 100 Sea Road Gulf Stream FL 33483 MJnr�Glv.nal TOWGU01I eHOUWMYOFTHEABOVEDESCMBEDPOUCIESBECANCELLEDBEFORETHEEXPIRADON GATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO W $0 SHALL IMPOSE NO OBLIOAMON OR LIABILITY OF ANY RIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AC CERTIFICATE OF LIABILITY INSURANCE OP ID TT DATE IMM /DDIYYVYI -ORD- TAGGR-1 07 23 08 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Hawkins, Rawlinson, Lanier Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Sox 3493 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2515 East Glenn Avenue, Suite ALTER THE COVERAGE AFFORDED BYTHE POLICIES BELOW. Auburn AL 36831-3493 GENERAL LIABILITY Phone:888-822-1173 Fax:334-821-5801 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Camps�on Prapacty s Casually 12157 INSURERS: INSURER C: TAG Grinding Services, Inc. 8395 Williams Road Palmetto GA 30268 INSURER D: INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/Y' Y EXPIRATION PLIILTR DATE MM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ PREMISES (Eat a ccrenca $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE F7OCCUR MED EXP (Any we person) $ PERSONAL B ADV INJURY $ GENERAL AGGREGATE S GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG S POLICY PRO JECT LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ (Ea ectltlenl) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per Person) $ HIREDAUTOS NON -OWNED AUTOS BODILY INJURY (Per accident)$ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT It OTHER THAN EAACC It ANY AUTO AUTO ONLY: - AGO S EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR 71 CLAIMS MADE AGGREGATE $ S g DEDUCTIBLE $ RETENTION $TH'I A WORKERS COMPENSATION ANO EMPLOYERS'LMBILfTY ANY PROPRIETORPARTNER:1 ECUTIVE CWC 3070514 06 03 07/27/08 07/27/09 A TORY LIMITS ER E.L. EACH ACC-TATIDENT 51000000 E.L.DISEASE-EAEMPLOYEE1 $ 1000000 OFFICERIMEMBER EXCLUDED? liyas, describe Under SPECIAL PROVISIONS below 1 E.L. DISEASE -POLICY LIMIT I $1000000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS TOWGUO1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Town of Gulf Stream NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL fax 561-737-0188 Rita Taylor IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 100 Sea Road REPRESENTATIVES. Gulf Stream FL 33483 AUTH E�T9nVE o7dKa7=7�IKi777i7:7a\I[HaFL•i:1 cel 8/7/2008 Timex 8136 AM To/ R 1-561-737-0188 Client#: 67108 S SMITH LANIER a CO Pagel 002 50TAGGRINDIN ACORDTa CERTIFICATE OF LIABILITY INSURANCE TYPE OF INSURANCE PODGY NUMBER POLICY EFFECTIVE GATE MMOO/YY 08062008 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION J Smith Lanier & Cc of Newnan ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. Box 71429 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 07/27/09 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Newnan, GA 30271-1429 770683-IGOD INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A. Employers Mutual 21415 TAG Grinding Services, Inc. INSURERS. Federal Insurance 20281 J W B Leasing Co., Inc. INSURER c National Union Fire Ins C 19445 16418 Highway 22 E Daviston,AL 36256-6616 INSURER D: PERSONAL 8 ADV INJURY $1,000,000 INSURER E 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. LTR NSR TYPE OF INSURANCE PODGY NUMBER POLICY EFFECTIVE GATE MMOO/YY POLICYEXPIRATION DATE(Mi DMFS A GENERAL LIABILITY 3D74918 07127/06 07/27/09 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENIEO $100,0G0 MED EXP (Any one person) s5,000 CLAIMS MADE 51OCCUR PERSONAL 8 ADV INJURY $1,000,000 X PD Ded:500 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGO s2,000,000 POLICY X ECT LOC A AUTOMOBILEUMBLRY X ANY AUTO 3E74918 07/27/06 07/27/09 COMBINED ENGLE LIMIT $1,000,000 (Ea accident) ALL OWNED AUTOS SCHEDULEOAUTOS BODILY INJURY IParpamon) $ X X HIREDAUTOS NON OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ IPeracaa.0 GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OEA ACC $ AN ANY AUTO AUUTOTO OONLNLY AGO $ C EXCESSAIMBRELLALIIIBILFY X OCCUR F1 CLAIMS MADE 553858960 08/05/08 07/27/09 EACH OCCURRENCE $2,000,000 AGGREGATE $2 000 000 8 $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND WCSTArU OTH EMPLOYERS' LIABILITY ANV PROPRIETOR/PARTNERIEXECtn NE E. L. EACH ACCIDENT $ E.L. DISEASE EA EMPLOYEE $ OFFICER/MEMBER EXCLUDED? T ECIALP OVISIer SPECIAL PROVISIONS bel. E.L. DISEASE -POLICY LIMIT $ B OTHER Equipment FI 6640674 07/27/08 07/27/09 Limit Per Policy B Leased/Rented 6640674 07/27/08 07/27/09 $100,000 Per Item Limit Equipment $5,000 Deductible IESCRIPFON OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS :ertificate Holder is named as Additional Insured as respects to the 3eneral Liability policy described above, but only with respects to Iperations of the named insured and subject to provisions and limitations Athe policy. City of Gulf Stream Attn: Rita Taylor 100 Sea Road Gulf Stream, FL 33483 (CORD 25 (2001/08) 1 of 2 AS5075151M505487 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ESUNG INSURER WILL ENDEAVOR TO MAL 10_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY MIND UPON THE INSURER ITS AGENTS OR RXB O ACORD CORPORATION 1988