TERM CONTRACT FOR

EMERGENCY-DISASTER DEBRIS REMOVAL RFP# 18- 002

Jr r44lr" J , THIS AGREEMENT is made this day ofj'//? 20 / by and between the CITY OF OCOEE, a municipal corporation, 150 North Lakeshore Drive, Ocoee, Florida 34761 ( hereinafter referred to as the " City") and CROWDERGULF JOINT VENTURE, INC., a Florida corporation( hereinafter referred to as the " Contractor").

RECITALS

WHEREAS, the City solicited proposals to perform certain city wide emergency debris removal work as set forth in RFP # 18- 002 and its Exhibits to include all federal requirements, a

as Exhibit " 1" complete copy of which is attached hereto and by this reference made a part hereof( the " RFP");

WHEREAS, the City has made an award to the Contractor to perform city wide emergency debris removal work pursuant to the RFP; and

WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work pursuant to the terms of this Agreement, and for the prices and rates specified in the attached as Exhibit " 2" Contractor' s response to the RFP, a copy of which is hereto and by this reference made a part hereof( the " Proposal").

NOW THEREFORE, in consideration of the premises and other good and valuable considerations exchanged between the parties hereto, the receipt and sufficiency of which is hereby acknowledged, the parties hereto incorporate by reference the above recitals and agree as follows:

Recitals; Definitions. The above recitals are true and correct and incorporated herein by this reference. All capitalized terms not otherwise defined herein shall be as defined or described in the RFP, unless otherwise indicated.

Scope of Work. The Contractor shall provide the services and materials as specified in the RFP ( the " Work"). The Contractor shall furnish all materials, tools, equipment, manpower, and consumables to complete the Work. In the event Contractor declines the work after the issuance of a Notice to Proceed by the City, Contractor shall provide the City with a formal declaration of work refusal.

Term of Agreement. This Agreement shall be for a period of three ( 3) years with two 2) separate automatic one ( 1) year renewal terms, each of which shall automatically commence on the anniversary of the Effective Date unless the City exercises its sole option not to proceed with the renewal term. The City, at its sole discretion, may refuse to exercise the renewal options by providing written notice of same to Contractor not later than thirty (30) days before the expiration of a term. The City shall have the option of extending the term an additional one

1 RFP18- 002 Emergency- Disaster Debris Removal Page 1) year after completion of the renewal terms. The commencement date of this Agreement shall be the date this Agreement is executed by the City (the " Effective Date").

Compensation. Contractor agrees to perform the Work for the rates and prices specified in the Proposal. The amounts as specified in the Proposal may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement, will remain firm for the first year of this Agreement. Prices may be adjusted in subsequent years only pursuant to the RFP and this Agreement. Adjustments not otherwise provided for in the RFP and this Agreement will only be permitted solely at the discretion of the City.

Payment. Payments made by the City to the Contractor shall be deemed to fully compensate the Contractor for all labor, supervision, administration, material, fuel, mobilization, collection and disposal of debris, and equipment rental incurred, expended or performed by the Contractor. Invoices shall be submitted by the Contractor to the City at the end of each authorization or on a monthly basis. All invoices shall be payable in accordance with the procedures set forth in the RFP. The City reserves the right, with justification, to partially pay Contractor. NOTE: ALL INVOICES MUST CLEARLY any invoice submitted by the INDICATE: CITY AGREEMENT # RFP 18- 002 EMERGENCY DEBRIS REMOVAL TERM CONTRACT.

Contractors Officers and Employees.

Contractor' s Officer(s): The Contractor shall assign a qualified person or persons to be in charge of the operations within the City and shall provide the name( s) of such

person( s) and related contact information to the City. Information regarding the person' s

experience and qualifications shall also be furnished. Supervisory employees must be available for consultation with City staff within a reasonable and practicable time after notification of a request for such consultation. The supervisor( s) shall operate a vehicle which provides mobile communication for immediate contact with City staff.

Conduct of Employees: The Contractor shall see to it that its employees serve

manner. Contractor' s collection employees will the public in a courteous, helpful, and impartial be required to follow the regular walk for pedestrians while on private property. No trespassing by employees will be permitted, nor crossing property of neighboring premises unless residents given permission. Care shall be taken to prevent or owners of both such properties shall have damage to property including cans, carts, racks, trees, shrubs, flowers, and other plants.

Employee Uniform Regulations: During working hours, the Contractor' s shirt the s name. collection employees shall wear a uniform or bearing company' Lettering stitched on or identifying patches permanently attached to uniform shirts and jackets will be acceptable. The Contractor shall keep a record of employees' names and numbers assigned.

Driver' s License: Each vehicle operator shall, at all times, carry a valid Florida driver' s license for the type of vehicle that is being driven.

Patents and Copyrights. The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in

Page 2 RFP18- 002 Emergency- Disaster Debris Removal performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City.

Termination for Cause. If Contractor fails or neglects to perform a material obligation under this Agreement the City shall provide written notice to the Contractor that the Contractor is in default and that City intends to terminate this Agreement if the default( s) are not cured. If the Contractor fails to cure the default(s) or, if such default(s) cannot practicably be cured within five ( 5) days and Contractor fails to diligently commence to correct the default( s), then the City may, without prejudice to any other remedy, cure such default(s) and/or rectify such deficiencies and charge the Contractor the reasonable cost thereof; or, at the City' s option, may terminate this Agreement. In the event of such termination for cause the Contractor shall turn over to the City all documents, materials, plans, specifications, manuals, records, submittals, correspondence, minutes, memoranda, tape recordings, videos, or other things or electronic data that relate to or

under Agreement. If it is later determined concern the work performed by the Contractor this that the City' s termination for cause under this Agreement was improper or not justified, then the parties agree that the termination of the Contractor shall be deemed and treated as a termination

for convenience and, the Contractor' s sole and exclusive remedy shall be to receive compensation in the same manner as prescribed for a termination for convenience.

Termination for Convenience. The City may terminate this Agreement at any time solely for its convenience by providing the Contractor with thirty (30) days written notice. In the event of such a termination by the City for convenience, the City shall be shall pay for all Work properly performed prior to the effective date of the termination and for all materials, supplies and services, which were reasonably utilized to perform the Work through the effective date of the termination for convenience and other normal and reasonable costs incurred by the Contractor that are caused by or reasonably arise out ofthe termination for convenience.

Warranty. The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed; be free from all faults, defects or errors; and be of the highest quality. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one 1) year from expiration date of this Agreement, the Contractor shall, at the City' s option, either redo such portions of the Work to correct such fault, defect or error, at no additional cost to the City; or refund to the City the amount paid by the City which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for obtaining another Contractor to redo the Work.

ALL MATERIALS AND SERVICES PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANTABLE AND FIT FOR THE PURPOSES INTENDED.

THE CONTRACTOR SHALL BE LIABLE FOR SECONDARY, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE RESULTING FROM ANY WORK PERFORMED UNDER THIS AGREEMENT.

RFP18- 002 Emergency-Disaster Debris Removal Page 3 Time of Completion. Time is of the essence in the performance of this Agreement. All Work shall be performed regularly, diligently, and uninterrupted within the times and in accordance with the specified schedule provided by the City. The City shall provide Contractor with a reasonable extension of time for any delay caused by acts of God, fire, flood, hurricanes, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor' s control which prevent or hinder the performance of the Contractor.

Indemnification. To the fullest extent provided by law, Contractor shall indemnify, defend and hold harmless the City and all of its officers, agents and employees from all claims, loss, damage, cost, charges or expense including, but not limited to reasonable attorneys' fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor, its agents, employees, or subcontractors during the performance of the Agreement. The City shall use its best efforts to promptly notify the Contractor in writing of any Claims and shall provide the Contractor with information regarding the Claims as the Contractor may reasonably request, but the failure to give such notice or provide such information shall not diminish the obligations of the Contractor under this Section.

Correction of Work. The Contractor shall promptly correct all Work rejected by the conform Agreement. The Contractor shall bear all City as faulty, defective, or failing to to this costs of correcting such rejected Work. In the event that Contractor fails to timely correct the Work, then the City, at its sole discretion and without waiving any other rights or remedies under this Agreement, may deduct from any amounts due under this Agreement, the actual cost paid by the City to a third party to perform the Work. If the City performs such work with its own personnel then the City may deduct from any amounts due under this Agreement such amount work, plus 110% of such amount. equal to what the Contractor would have charged for doing the

Right to Audit Records. The City shall be entitled to audit the books and records of the Contractor or any sub-contractor to the extent that such books and records relate to the performance of this Agreement or any sub-contract to this Agreement. Such books and records period of three ( 3) years from the date of final shall be maintained by the Contractor for a payment under this Agreement and by the subcontractor for a period of three ( 3) years from the date of final payment under the sub- contract unless a shorter period is otherwise authorized in writing.

Information. All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents.

Safety Measures. The Contractor shall take all necessary precautions for the safety of the City' s and Contractor' s employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workers and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site.

Page 4 RFP18- 002 Emergency- Disaster Debris Removal Extra Work. The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement.

Price Adjustments. The contract labor rates shall increase no more than 3% upon renewal of the contract each year. All other provisions of the contract shall remain constant for the life of the contract.

Performance of Agreement.

The Contractor' s performance of this Agreement shall be supervised by the Director of Public Works or his or her authorized representative ( the " Director"). If at any time during the term of this Agreement, performance is considered unsatisfactory to the Director, the Contractor shall increase the work force, tools, and equipment as needed to properly perform this Agreement. The failure of the Director to give such notification shall not relieve the Contractor of his obligation to perform the Work at the time and in the manner specified by this Agreement.

The Contractor shall furnish the Director with every reasonable opportunity for ascertaining whether or not the Work, as performed, is in accordance with the requirements of this Agreement.

The Director may appoint qualified persons to inspect the Contractor' s operation and equipment at any reasonable time and the Contractor shall admit authorized representatives of the City to make such inspections at any reasonable time and place.

Familiarity With The Work. The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Agreement by the Contractor serves as the Contractor' s stated commitment to fulfill all the conditions referred to in this Agreement.

Insurance.

The Contractor, at all times during the term of this Agreement, shall meet the following

requirements:

Maintain all insurance coverage required by the RFP or this Agreement.

Maintain any additional coverage required by the City.

Name the City as an additional insured on all liability policies required by this Agreement. When naming the City as an additional insured, the insurance companies shall agree and will endorse the policies to state that the City will not be liable for the payment of any premiums or assessments.

RFP18- 002 Emergency-Disaster Debris Removal Page 5 Make no change or cancellation in insurance without thirty (30) days prior written notice to the City.

File original signed Certificates of Insurance, evidencing such coverage and endorsements as required herein with the City for approval before work is

started. The certificate must state the Proposal Number and Title. Upon

expiration of the required insurance, the Contractor must submit updated certificates of insurance during the term of this Agreement.

It is understood and agreed that all policies of insurance provided by the Contractor are primary coverage to any insurance or self-insurance the City possesses that may apply to a loss resulting from the work performed under this Agreement.

The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless provision which shall be a part of the indemnification provided by the contractor under Paragraph 12:

The Contractor hereby agrees to indemnify and hold harmless the City of Ocoee, its officers, agents, and employees from all claims for bodily injuries to the public in and up to the amount of 1, 000,000 for each occurrence and for all damages to the property of others in and up to the amount of $1, 000,000 for each

occurrence per the insurance requirement under the specifications s` including costs of investigation, all expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of any such claims or suits arising out of any and all acts or omissions by the Contractor, its agents, servants, or employees, or through the mere existence of the project under contract."

The foregoing indemnity contract shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the City, its officers, agents, and jurisdiction. employees, as determined by a court of competent The foregoing shall not be construed as a limitation on the liability of the Contractor, but merely as a statement related to insurance coverage with respect to such indemnity. In addition:

The Contractor shall notify its insurance agent without delay of the existence of the indemnification provisions contained within this Agreement, and furnish a copy of this Agreement to the insurance agent and carrier.

The Contractor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City under the indemnity contract from any and all claims arising out of contractual operations.

All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure and shall be made available to the City upon request to

RFP18- 002 Emergency- Disaster Debris Removal Page 6 the Contractor. No deductibles will be allowed in any policies issued on this Agreement unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the City.

Compliance by the Contractor with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Contractor of its liabilities and obligations under any section or provision of this Agreement or under applicable law.

Insurance coverage required shall be in force throughout the term of this Agreement. Should the Contractor fail to provide acceptable evidence of current insurance within seven ( 7) days of receipt of written notice at any time during the term, the City shall have the right to consider this Agreement breached and declare a default by the Contractor.

If the Contractor does not meet the insurance requirements of this Agreement, alternate insurance coverage, satisfactory to the City, may be considered.

Miscellaneous Provisions.

The City and other authorizing agencies shall have the right to inspect the site, verify quantities and review operations at any time.

The Contractor shall not employ subcontractors without the advance written permission of the City.

Contractor shall not assign this Agreement without the advance written consent of the City. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement.

The Contractor shall conduct the Work so as not to interfere with the disaster response and recovery activities of federal, state, and local governments or agencies, or of any public utilities.

All activity associated with debris operations shall be performed during visible daylight hours only. The Contractor may work daylight hours seven ( 7) days per week, including holidays.

No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the City.

The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement.

RFP18- 002 Emergency- Disaster Debris Removal Page 7 1 s t 1 The Contractor shall at all times, keep the its work areas free from accumulation of waste materials or rubbish caused by its operations, and promptly remove any such materials to an approved disposal location and leave each location where it performs services in a broom clean condition.

t The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables left on City property by the Contractor. This Agreement is considered a non-exclusive Agreement between the parties. 1 This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. 1 t As a condition precedent to the filing of any suit or other legal proceeding, the parties shall endeavor to resolve claims, disputes or other matters in question by mediation. A party shall initiate mediation by serving a written request for mediation on the other party. The parties shall, by mutual agreement, select a mediator within fifteen I 15) days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator, then the City shall select the mediator who, if selected solely by the City shall be a mediator certified by the Supreme Court of Florida. No suit or other declares an impasse, which declaration, legal proceeding shall be filed until the mediator I in any event, shall be issued by the mediator not later than sixty (60) days after the initial mediation conference. I The parties agree that this Agreement was entered into in Orange County, Florida, and that the performance of the parties under this Agreement shall be deemed to be accomplished in Orange County, Florida, and that payment is due in Orange County, Florida, and that the venue for any mediation, collection or enforcement action under this litigation or k Agreement shall be in Orange County, Florida. The exclusive venue of any other judicial proceeding between the parties shall be the Circuit Court of the Ninth Judicial Circuit in and for Orange County, Florida. The laws of the State of Florida shall govern the validity, construction and performance of this Agreement without reference to its conflict of laws provisions. t i 1 WAIVER OF JURY TRIAL Contractor hereby voluntarily and intentionally 1 waives the right to a trial by jury in respect to any litigation arising out of, under, or in connection with this Agreement or in connection with any course of conduct, course of dealing, statements ( whether verbal or written) or action of either party, whether in connection with this Agreement or otherwise unrelated thereto. This Waiver of Jury Trial shall be binding upon all successors and assigns of the parties hereto.

The undersigned hereby certify that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all respects fair and warrants and without collusion or fraud. As to Contractor, the undersigned hereby I certifies that it is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. I t

Page 8 RFP18- 002 Emergency- Disaster Debris Removal

I This Agreement, including Exhibit " 1" and Exhibit " 2" hereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto.

Compliance with Law. In addition to compliance with the Required Contract Provisions for Federal-Aid Construction Contracts stated in the RFP and the RFP Exhibits and incorporated herein by reference, the Contractor shall coordinate with the City, the Federal Highway Administration ( FHWA) and the Federal Emergency Management Agency ( FEMA) in the contract. performance and administration of the federal requirements of this Contractor The acknowledges that FEMA financial assistance will be used to fund the contract only. Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives, and FHWA regulations, as amended from time to time.

The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the City, Contractor, or any other party pertaining to any matter resulting from this contract.

Accordingly, the services required in this RFP are being solicited in accordance to 2 C.F.R. Section 200.317- 326. The Contractor also acknowledges that 31 U.S. C. Chap. 38 Administrative Remedies for False Claims and Statements) applies to the contractor' s actions pertaining to this contract. Order of Precedent. In the event of a conflict between the provisions of this Agreement along with the terms of the RFP and its Exhibits, and Federal Code, the more restrictive rule shall prevail.

Severability. If any part, section, subsection, or other portion of this Agreement is declared void, unconstitutional, invalid for any reason, such part, section, subsection or other portion, or the prescribed applications thereof, shall be severable, and the remaining provisions of this Agreement, and all applications thereof not having been declared void, unconstitutional or invalid shall remain in full force and effect. The City and the Contractor declare that no invalid or prescribed provision or application was an inducement at the execution of this Agreement, and that they would have executed this Agreement, regardless of the invalid or prescribed provision or application.

Attorneys Fees. In the event that either party finds it necessary to commence an action against the other party to enforce any provisions of this Agreement or because of a breach by the other party of any of the terms hereof, the prevailing party shall be entitled to recover from the other party its reasonable attorneys' fees, paralegal fees and costs incurred in connection therewith, at both trial and appellate levels, including bankruptcy proceedings and the right to such reasonable

attorneys' fees, paralegal fees, and costs shall be deemed to have accrued from the commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment.

Notices. All notices and approvals which any party shall be required or shall desire to make or give under this Agreement shall be in writing and shall be made or given ( i) by certified mail,

Page 9 RFP18- 002 Emergency- Disaster Debris Removal postage prepaid, return receipt required, ( ii) by hand delivery to named individuals representing the party to be notified, or ( iii) by private parcel, next day ( delivery service). Notices, including notice of a change of address or telephone number, shall be addressed or transmitted to the addressees set forth below, or that a party may otherwise designate in the manner prescribed herein:

As to the City: City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761 Attention: City Manager Phone: ( 407) 656- 2322

with a copy to: Director of Public Works City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761 Attention: Director of Public Works Phone: ( 407) 905- 3100 ext. 6001

As to Contractor: John Ramsay, President& CEO CrowderGulf Joint Venture, Inc. 5435 Business Parkway Theodore, AL 36582 Phone: ( 800) 992- 6207

Notices and approvals given or made as aforesaid shall be deemed to have been given and received on the date of actual receipt.

Entire Agreement: This Agreement embodies and constitutes the entire understandings of the parties with respect to the matters contemplated herein, and all prior or contemporaneous agreements, understandings, representations, and statements, oral or written are merged into this Agreement. Neither this Agreement nor any provisions hereof may be waived, modified, amended, discharged, or terminated except by an instrument in writing signed by the party amendment, discharge, or against whom the enforcement of such waiver, modification, termination is sought, and then only to the extent set forth in such instrument.

Captions: Captions of the section and subsections of this Agreement are for the convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement.

Public Records Compliance:

The City of Ocoee ( City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida' s Public Records Law. Specifically, the Contractor shall:

Page 10 RFP18- 002 Emergency- Disaster Debris Removal 1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City' s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion ofthe contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City' s custodian ofpublic records, in a format that is compatible with the information technology systems of the City. 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119. 10, Florida Statutes.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR' S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407- 905- 3100, EXTENSION 1022, [email protected], WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761.

Counterparts: This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original, but all of which together shall constitute one and the same instrument.

Signature page follows.)

Page 11 RFP18- 002 Emergency- Disaster Debris Removal IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed by their duly authorized officers as of the day and year first above written.

AL:12 CONTRACTOR: CROWDERGULF JOINT Witness t Name: Wesley Naile VENTURE, INC.

WitnePrint Name: Mary Challeil Turner a corporation

By: ig:AL— Name: Ashl Ramsay- ile Title: Sr. Vice President/ COO

SEAL)

ATTEST: CITY OF OCOEE, FLORIDA

By: 11111110: 111& City Clerk Rusty Johns or f(yfhy// moo oAmig SEAL)

FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE, FLORIDA; COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND ON August 21, 2018 UNDER AGENDA LEGALITY this l*' day of ITEM NO. 11. 2018.

SHUFFIELD, LOWMAN & WILSON, P.A.

BY: C,-- Scott A. Cookson, City A Irney

RFP18-002 Emergency- Disaster Debris Removal Page 12 No. 155 DATE( MMIDDIYY) CERTIFICATE OF LIABILITY INSURANCE 8/ 14/2018 PRODUCER THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE Point Clear Insurance Services LLC AFFORDED BY THE POLICIES BELOW. 368 COMMERCIAL PARK DRIVE COMPANIES AFFORDING COVERAGE FAIRHOPE, AL 36532- 1910 COMPANY A THE GRAY INSURANCE COMPANY INSURED COMPANY B CrowderGulf Joint Venture, Inc. COMPANY 5435 Business Parkway C Theodore, AL 36582- 1675 COMPANY D COVERAGES 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.

CO POUCY EFFECTIVE POLICY EXPIRATION LTR DATE( MM/DD/YY) TYPE OF INSURANCE POLICY NUMBER DATE( MPA/ DD/ YY) LIMITS i GENERAL LIABILITY GENERAL AGGREGATE _ Unlimited X COMMERCIAL GENERAL PRODUCTS— COMP/OP AGG $ 3, 000,000.00 LIABILITY A XSGL-074306 9/ 1/ 2017 7/ 1/ 2020 PERSONAL& ADV INJURY 1, 000,000.00 OWNER' S& CONTRACTOR'S PROT EACH OCCURRENCE 1, 000,000.00 FIRE DAMAGE( Any one fire) 50,000.00 MED EXP( Any one person) 5, 000.00 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1, 000,000.00 X ANY AUTO BODILY INJURY X ALL OWNED AUTOS Per person) SCHEDULED AUTOS BODILY INJURY A X HIRED AUTOS XSAL-075300 9/ 1/ 2017 7/ 1/ 2020 Per accident) X NON-OWNED AUTOS PROPERTY DAMAGE

GARAGE LIABILITY AUTO ONLY— EA ACCIDENT

ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT

AGGREGATE EXCESS LIABILTY EACH OCCURRENCE 4, 000,000.00 UMBRELLA FORM AGGREGATE 4, 000,000.00 A GXS-043383 7/ 1/ 2018 7/ 1/ 2019 X OTHER THAN UMBRELLA` FORM WORKER'S COMPENSATION AND X WOSTATU- oTH TORY LASTS E2 EMPLOYERS' LIABILITY EL EACH ACCIDENT 1, 000,000.00 A THE PROPREITOR/ GWC- 071021- FL2 7/ 1/ 2018 7/ 1/ 2019 EL DISEASE— POLICY LIMIT $ 1, 000,000.00 PARTNERS/ EXECUTIVEINCL EL DISEASE— EA EMPLOYEE $ 1, 000, 000.00 OFFICERS ARE: I 1 EXCL OTHER

DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/ SPECIAL ITEMS The certificate holder is an additional insured on all policies except Workers' Compensation and is provided a Waiver of Subrogation, all if required by written contract. The above insurance policies shall be primary aid noncontributorytory to any other insurance policies maintained by the certificate holder, if required by written contract.

FRP# 18-002 Emergency- Disaster Debris Removal Term Contract

CERTIFICATE HOLDER CANCELLATION 2523# 155 In the event of cancellation by The Gray Insurance Company and if required by written contract, 30 days written notice will be given to the Certificate Holder. AUTHORIZED REPRESENTATIVE City of Ocoee 150 N. Lakeshore Drive Ocoee, FL 34761

Alei:Xof , GCF 00 50 01 01 12 THE Y INSURANCE.'.

Louisiana certificate form: LDI COI 280990 01 12 CERTIFICATE OF INSURANCE Page 2

THE GRAY INSURANCE COMPANY

The below coverages apply if the corresponding policy number is indicated on the previous page.

A. Commercial General Liability

General Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured ( CGL Form# CG 20 10 11 85) when required by written contract. Primary Insurance Wording Included when required by written contract. Broad Form Property Damage Liability including Explosion, Collapse and Underground ( XCU). Premises/Operations Products/Completed Operations Contractual Liability Sudden and Accidental Pollution Liability Occurrence Form Personal Injury In Rem" Endorsement Cross Liability Severability of Interests Provision Action Over" Claims Independent Contractors coverage for work sublet Vessel Liability- Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment. General Aggregate applies per project or equivalent.

B. Automobile Liability Policy Includes:

Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract.

C. Workers Compensation Policy Includes:

Blanket Waiver of Subrogation when required by written contract. U. S. Longshoremen's and Harbor Workers Compensation Act Coverage Outer Continental Shelf Land Act Jones Act( including Transportation, Wages, Maintenance, and Cure), Death on the High Seas Act& General Maritime Law. Maritime Employers Liability Limit: $ 1, 000,000 Voluntary Compensation Endorsement Other States Insurance Alternate Employer/Borrowed Servant Endorsement In Rem" Endorsement Gulf of Mexico Territorial Extension

D. Excess Liability Policy Includes:

Coverage is excess of the Auto Liability, General Liability, Employers Liability, & Maritime Employers Liability policies Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract.

Louisiana certificate form: LD1 COI 280990 01 12 EXHIBIT " 1"

TEXT OF RFP# 18- 002 WITH RFP EXHIBITS

INCLUDING FEDERAL REQUIREMENTS

To be added at time of execution)

gtg

13 RFP18- 002 Emergency- Disaster Debris Removal Page yZ Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank George Oliver III, District 4 ocoee florida August 23, 2018

John Ramsay, President& CEO CrowderGulf Joint Venture, Inc. 5435 Business Parkway Theodore, AL 36582

Re: RFP# 18- 002 Emergency-Disaster Debris Removal Services

NOTICE OF AWARD

Please be advised that the City Commission awarded RFP # 18- 002 Emergency-Disaster Debris Removal Services to CrowderGulf Joint Venture, Inc.; Ceres Environmental Services, Inc.; and T.F.R. Enterprises, Inc. at the August 21, 2018 City Commission Meeting, and authorized City Staff to issue task orders with the selected firms on an as needed basis up to the budgeted amount.

Please execute and return the attached two ( 2) original contract documents within ten ( 10) business days along with the required certificate of insurance, naming the City as an additional insured. An Officer of the company must sign the contract; or provide a letter signed by an Officer of the company authorizing a certain employee of the company to sign the contract. You will receive an original Contract document with Exhibits once approved by the City. Services shall begin pursuant to the effective date established by the contract.

The City looks forward to working with your company to provide these services, and should there be any questions regarding the above, please feel free to contact me at extension 1516.

Sincerely, 972z Joyce Tol ert, CPPB Purchasing Agent

Enclosures: contract( 2 originals)

cc: Steve Krug, Public Works Director Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District3 Robert Frank George Oliver III, District 4 ocoee florida

CITY OF OCOEE

REQUEST FOR PROPOSALS RFP # 18- 002

EMERGENCY-DISASTER DEBRIS REMOVAL TERM CONTRACT TABLE OF CONTENTS RFP # 18- 002 EMERGENCY-DISASTER DEBRIS REMOVAL TERM CONTRACT

RFP DOCUMENTS

Section Page

Legal Advertisement 3

Proposal Instructions 4- 8

General Terms & Conditions 9- 23 Summary of Litigation*, p. 20 Acknowledgement of Addenda*, p.20 List of Subcontractors*, p. 20 Equipment Listing*, p. 21 References/Experience, pp. 21

SCOPE OF SERVICES, PROPOSAL FORM, FEDERAL REQUIREMENTS, AND PROPOSED CONTRACT

Section Page

24- 33 Exhibit A— Scope of Services

Exhibits B1 & B2— Contract Performance & Payment Bond 34-38

Exhibit C— Proposal Form* 39

Exhibit D— FHWA- 1273 Required Federal Provisions for Federal- Aid Construction 40-60 Contracts 61- 64 Exhibit E— FEMA 2 C. F. R. Appendix II to Part 200— Contract Provisions for Contracts Under Federal Federal Awards 65-77 Exhibit F— Proposed Draft of Contract for Emergency Debris Removal 78 Exhibit G- Drug-Free Workplace Form* 79-80 Exhibit H- Sworn Statement on Public Entity Crimes Form* 81 Exhibit I- Certification of Non-segregated Facilities Form* 82 Exhibit J- Certification Regarding Scrutinized Companies' Lists Form* 83 Exhibit K- Conflict of Interest Disclosure Form* 84 Exhibit L- Company Information and Signature Sheet* 85-89 Exhibit M — Prevailing Wage Rates— Orange County, FL 90 Exhibit N— Map— Roadways on the Federal Aid System

Submit with Proposal

End Table of Contents 2 RFP18- 002 Emergency- Disaster Debris Removal LEGAL ADVERTISEMENT

Request for Proposals, Legal Advertisement The City of Ocoee, Florida (City) is soliciting sealed proposals for RFP #18- 002 Emergency— Disaster Debris Removal Term Contract. Proposals will be received at the office of Joyce Tolbert, CPPB, Purchasing Agent, Finance Department/Purchasing, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2: 00 pm, local time, on July 24, 2018. Proposals received after that time will not be accepted under any circumstances. Sealed proposals that have been timely received will be publicly opened and the names of the responding firms read aloud at that time. No Pre- proposal conference is scheduled at this time. Prospective respondents may secure a copy of the documents required for submitting a proposal through Demandstar by accessing the City' s website at http:// www.ocoee. org under the " Living & Working" section. Partial sets of the documents required for submitting a proposal will not be issued. By using Demandstar, prospective respondents will be provided with all information regarding this RFP and addenda and changes to the project requirements. Membership with Demandstar is not required to submit a proposal; fees may apply for non-members. Persons other than prospective Respondents may inspect the documents required for submitting a proposal at the Ocoee City Hall City Clerk' s Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk' s office that request copies will be required to pay a fee, as prescribed by statute. Melanie Sibbitt, City Clerk, Orlando Sentinel, June 24, 2018.

RFP18- 002 Emergency- Disaster Debris Removal 3 CITY OF OCOEE REQUEST FOR PROPOSALS ( RFP) # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT

A. Sealed proposals for RFP # 18-002 will be received by the City of Ocoee, hereinafter called " City," by any person, firm, corporation, or agency, hereinafter called " Proposer, Respondent, Bidder, or Participant" submitting a proposal for the services being solicited. Each Proposer shall furnish the information required on the proposal form supplied and each accompanying sheet thereof on which an entry is made. Proposals submitted on any other format shall be disqualified. Proposals must be typewritten or handwritten using ink; do not use pencil. Proposal documents must be submitted under the signature of a legally responsible representative, officer, or employee and should be properly witnessed and attested. All proposals should also include the name and business address of any person, firm, or corporation interested in the proposal, either as a principal, member of the firm, or general partner. If the Proposer is a corporation, the proposal should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation.

B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance Department/ Purchasing, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent ( 407) 905- 3100, extension 1516 and fax ( 407) 905- 3194 or email jtolbert(a.ci. ocoee.fl. us, and must be received not later than July 12, 2018 at 2: 00 p. m. in order to receive an answer. Any clarifications/changes will be only through written addenda issued by the Purchasing Agent. Proposers should not contact City staff, with the exception of the Purchasing Agent, or other City consultants for information regarding this RFP before the proposal award date. Any contact with any other member of the City Staff, City Commission, or its agents during the solicitation, award, and protest period may be grounds for disqualification.

C. Proposals must describe the qualifications of the firm planning to provide services. The proposal shall be presented as one ( 1) original and four (4) copies. The entire proposal package shall be received by the Finance Department not later than 2: 00 P. M., local time, on July 24, 2018. Proposals received by the Finance Department/Purchasing after the time and date specified will not be considered, but will be returned unopened. " Postage Due" items will not be accepted. Proposals or any information transmitted by fax or e- mail will not be accepted. Proposals shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and closing date and time, to:

City of Ocoee Finance Department/Purchasing Attention: Joyce Tolbert, Purchasing Agent, CPPB 150 N. Lakeshore Drive Ocoee, FL 34761- 2258

D. Pre- Proposal Conference: None is scheduled at this time.

I' E. Proposals will be reviewed by a evaluation committee appointed by the City Manager and will be ranked in accordance with the established evaluation RFP18- 002 Emergency- Disaster Debris Removal 4 criteria. Date, time, and location of any scheduled evaluation committee meeting( s) for this RFP will be noticed publicly and on Demandstar. The evaluation committee shall supply a ranked list of the proposing firms and a recommendation regarding which firm( s) should be selected by the City Commission for negotiation of a term contract for emergency-disaster debris removal services. Please be aware that all City Commission meetings are duly noticed public meetings and that all documents submitted to the City as a part of a proposal constitute public records under Florida law.

F. All Proposers shall thoroughly examine and become familiar with this RFP package and carefully note the items specifically required for submission of a Fi complete proposal.

G. Submission of a proposal shall constitute an acknowledgment that the Proposer has complied with the instructions of this RFP. The failure or neglect of a Proposer to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed based upon a lack of knowledge or understanding of any of the contract documents or the scope of services. Proposals shall be in compliance with the contract documents and scope of services. All costs to prepare and submit proposals shall be the responsibility of the Proposer and the City shall make no reimbursement of any kind.

H. Any response by the City to a request for information or correction will be made in the form of a written addendum, which will be distributed via Demandstar. It shall be the responsibility of each Proposer to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning the date and time when proposal acceptance shall close at any time up to the date and time set for proposal closing. In this case, proposals that have been received by the City prior to such an addendum being issued will be returned to the Proposer, if requested, unopened. In case any Proposer fails to acknowledge receipt of any such Addendum in the space provided in the RFP documents, its proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a

proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Proposers are cautioned that any other source by which a Proposer receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City.

I. Any of the following causes may be considered sufficient for the disqualification and rejection of a proposal: a) Submission of more than one ( 1) proposal for the same work by an individual, firm, partnership, or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships, or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the Proposers; 6` c) Being in arrears on any existing contracts with the City or in litigation with the City, or having defaulted on a previous contract with the City; RFP18- 002 Emergency- Disaster Debris Removal 5 d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to the Proposer's ability to properly perform the services; or e) Any other cause that, in the City's judgment and sole discretion, is sufficient to justify disqualification of Proposer or the rejection of its proposal.

J. FEDERAL GRANTS: All procurements by Federal Grant recipients and sub- recipients shall comply with the provisions of 2 C. F. R. Section 200.317 — 326. All procurement transactions shall be conducted in a manner providing full and open competition consistent with the standards of 2 C. F. R. Section 200.317 —326.

In the event of a conflict between the City' s Purchasing Policy, codified at Chapter 21 of the City' s Code of Ordinances, and Federal Code, the more restrictive rule shall prevail.

K. CONVICTED VENDOR LIST ( PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on an award to provide any goods or services to a public entity, may not submit a proposal on an award with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under an award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287. 017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See Florida Statute 287. 133 ( 2) ( a).]

L. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Proposers should be aware that the proposal and the responses thereto are in the public domain and are available for public inspection. Proposers are requested, however, to identify specifically any information contained in their proposal that they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All proposals received in response to this request for proposals become the property of the City of Ocoee and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. r! M. PUBLIC RECORDS COMPLIANCE. The City of Ocoee (City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida' s Public Records Law. Specifically, the Contractor shall: 1. Keep and maintain public records required by the City to perform the service.

2. Upon request from the City' s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law.

RFP18- 002 Emergency- Disaster Debris Removal 6 3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City.

4. Upon completion of the contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain is public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, rt the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from 1 the City's custodian of public records, in a format that is compatible with the

information technology systems of the City. t 5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119. 10, Florida Statutes. f IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE

CONTRACTOR' S DUTY TO PROVIDE PUBLIC RECORDS k RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407- 905-3100, EXTENSION 1022, CCDL@ci. ocoee.fl. us, WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761.

i The City reserves the right to accept or reject any or all proposals, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any proposal, or to re- advertise for new i proposals. The City may accept any item or group of items of any proposal, unless the Proposer qualifies its proposal by specific limitations. The City may accept one or more proposals if, in the City' s discretion, the City determines that it is in the City' s best interest to do so. i The City reserves the right to award the contract to the Proposer which, in the City's sole discretion, is the most responsive and responsible Proposer The City reserves the right, as an aid in determining which proposal is responsible, to require a Proposer to submit such additional evidence of Proposer' s qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Proposer, including past performance experience) with the City and others. The City Commission shall be the I final authority in the selection of any and all proposals.

Remainder of page left blank intentionally)

I RFP18- 002 Emergency- Disaster Debris Removal 7

1 I RFP # 18- 002 GENERAL TERMS & CONDITIONS:

1. BID SECURITY:

a) Each proposal must be accompanied by a Cashier's/ Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to ONE THOUSAND DOLLARS ($ 1, 000. 00). A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the Proposer, if awarded the Contract, will, after written notice of such award, enter into a written Contract with the City and as a guarantee that the Proposer will not withdraw its proposal for a period of ninety ( 90) days after the scheduled closing time for the receipt of proposals, in accordance with the accepted proposal and RFP documents. b) In the event of withdrawal of said proposal within ninety ( 90) days following the opening of proposals, or Proposer's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the RFP after issuance of Notice of Intent to Award by the City, then such Proposer shall be liable to the City in the full amount of the check or Bid Bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the Bid Bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power ti of Attorney from the surety company issuing the bond. d) The cost of the required Bid Bond and required insurance coverage is to be included in the Proposers overhead and is not eligible for reimbursement as a separate cost by the City. The checks of the three ( 3) most favorable Proposers will be returned within three ( 3) days after the City and the 91st successful Proposer have executed the contract for work or until the day after proposal opening, whichever is earlier. The remaining checks will be returned within thirty ( 30) days after the opening of proposals. Bid Bonds will be returned upon request following the same criteria as a check.

2. PERFORMANCE & PAYMENT BOND: 1

Provide a Letter of Intent from a qualified surety company indicating the Respondent' s bonding capacity for this project ( performance and payment bond) and the surety's willingness to issue such a bond that is in compliance with Florida Statute 255. 05 in an amount in an amount equal to or greater than the amount of the original contract. The Contractor shall, without expense to the City, and within five ( 5) days of a written Notice to Proceed issued by the City for the g' commencement of any services ( not at the time of contract signing), furnish a k' 100% Performance and Payment Bond on the form provided in this RFP as security for the timely performance and payment of its services. Said performance and payment bonds will be in the amount of TWO HUNDRED THOUSAND AND NO/ 100 DOLLARS ($ 200, 000.00) and shall be submitted on the attached form. (See Exhibit B1 & B2.) All premiums for the performance and payment bonds shall be paid by the Contractor. The performance and payment bonds shall be written by a surety company listed on the U. S. Treasury,

RFP18- 002 Emergency- Disaster Debris Removal 8

S49 Fiscal Service, Bureau of Governmental Financial Operations, ( latest review) entitled " Companies Holding Certificates of Authority as Acceptable Surety on Federal Bond and as Acceptable Reinsuring Companies" and approved by the City. NOTE: Only the successful Proposer who enters into a contract with the City is required to supply a performance and payment bond within five ( 5) days of a written Notice to Proceed issued by the City for the commencement of services under this contract.

3. PATENT INDEMNITY:

Except as otherwise provided, the successful Proposer agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses, for infringement upon any letters patent of the United States arising out of the performance of this contract.

Further, the Proposer shall fully indemnify, defend, and hold harmless the City and its officers, agents, and employees from any suits, actions, damages, and costs of every name and description, including attorneys' fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret, unpatented invention, or intellectual property right. If the Proposer uses any design, device, or materials covered by letters, patent, or copyright, it is mutually agreed and understood without exception that the proposal price shall include all royalties or cost arising from the use of such design, device, or materials.

4. DEFAULT:

As a result of proposals received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/ or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline( s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected I' within a specified period of time. Such notification shall not constitute a waiver of any of the City' s rights and remedies hereunder. F'

RFP18- 002 Emergency- Disaster Debris Removal 9 5. PRICING:

Pricing should be provided as indicated on the Proposal Form attached as Exhibit C, to include any alternate proposals. Please note that alternate price proposals will not be accepted unless specifically called for on the Scope of Work and/ or Proposal Form. Cost of preparation of a response to this RFP is solely that of the Proposer and the City assumes no responsibility for such costs incurred by the Proposer.

The Proposal Form may not be completed in pencil. All entries on the Proposal Form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Proposer to clarify an illegible entry on the Proposal Form. If the Proposal Form requires that the proposed price, or constituent portions of the proposed price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Proposal Form should be provided by the Proposer and be correctly computed. If there is an arithmetical conflict between the unit price stated by the Proposer on the Proposal Form and the total price stated by the Proposer on the Proposal Form, the unit price stated by the Proposer on the Proposal Form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Proposal Form to calculate the total price, utilizing the unit prices that have been identified by the Proposer. The taking of such action by the City shall not constitute grounds for the Proposer to withdraw its proposal nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error, or other irregularity that may appear on the Proposal Form. However, the City reserves the right to reject Proposal Forms that are incomplete or contain information that is not required as being non- responsive. a) The prices have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Proposer or with any competitor; b) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the Proposer and will not knowingly be disclosed by the Proposer prior to opening, directly or indirectly to any other Proposer or to any competitor; c) No attempt has been made or will be made by the Proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful ( s. 542. 18, Florida Statutes, i' and all applicable federal regulations); 1 d) Proposer warrants the prices set forth herein do not exceed the prices charged by the Proposer under a contract with the State of Florida Purchasing Division; and e) Proposer agrees that supplies/ services furnished under this proposal, if awarded, shall be covered by the most favorable commercial warranties the Y` Proposer gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the proposal award.

RFP18- 002 Emergency- Disaster Debris Removal 10 6. DISCOUNTS:

a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of proposals. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check.

7. SAMPLES:

Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of proposal opening, same will be disposed of in the best interest of the City.

8. AWARD CRITERIA:

The contract will be recommended to be awarded to the overall lowest most responsive and responsible Proposer according to the evaluation criteria listed in this RFP, to include a successful reference check.

9. LITERATURE:

If required by the scope of work or the specifications, descriptive literature/ brochures shall be included with this proposal in order to properly evaluate make/ model offered. Proposals submitted without same may be considered non- responsive and disqualified. 1 10. BID PROTESTS:

All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 1 2. A bid protest shall be limited to the following grounds: ( a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents ( drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Agent not later than five (5) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier.

RFP18- 002 Emergency- Disaster Debris Removal 11 5. The Purchasing Agent, on behalf of the City, shall make a determination of the merits of the protest not later than five ( 5) business days after receipt of the protest. If the City denies the protest, the City may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction.

11. PAYMENT TERMS:

a) No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Also see Section 4.0 of the Scope of Services, Payment. b) Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available for the work. c) The City of Ocoee, Florida has Florida Sales & Use Tax Exemption Certificate No. 85- 8013779974C- 0; and, pursuant to Chapter 212, Florida Statutes, is exempt from federal excise, state, and local sales taxes.

12. SAFETY REQUIREMENTS:

The Proposer guarantees that the services to be performed and the goods to be provided herein shall comply with all applicable federal, state, and local laws, ordinances, regulations, orders, and decrees, including, without limitation, such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. f a) All contractors are required to comply with the Congressional Federal Register ( CFR) of the U. S. Department of Labor, Occupational Safety and Health Administration ( OSHA) Construction Industry, Part 1926, and CFR 1910- General Industry Standards that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) The Contractor must assure that a certified first aid person is designated, phone numbers of physicians, hospital, and ambulance services are posted copy to Human Resources Director, City of Ocoee), and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress ( e. g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and be secured to prevent displacement. i) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. j) All heavy equipment must have, where applicable: (a) back- up alarms, ( b) boom angle indicator, ( c) load chart, ( d) reeving, ( e) fire extinguisher, and ( f) RFP18- 002 Emergency- Disaster Debris Removal 12 condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30. 5. k) Personal fall protection must be provided at elevations exceeding ten ( 10) feet.

13. DRUG- FREE WORKPLACE:

Provide a statement concerning the Proposer's status as a Drug- Free Work Place or evidence of an implemented drug- free workplace program. Include the attached form with your proposal.

14. CONTRACT:

a) Each successful Proposer, herein also referred to as Contractor, will be required to enter into a contract with the City along the terms and conditions included in this RFP, including the RFP Exhibits and Federal Requirements, for the initial period of three ( 3) years with two ( 2) separate automatic one ( 1) year renewal terms, the contract may be optionally renewed for an additional one year period at the option of the City after the completion of the renewal terms. b) The City may, in its sole discretion, award any additional services, whether in the existing areas of the scope of work or in any area additional to those in the existing scope of work, to any third party or the City's employees. Contractor will be expected to cooperate with any or all other contractors who may be performing services for the City.

15. CERTIFICATION OF NON- SEGREGATED FACILITIES

a) Proposer certifies that it does not and will not maintain or provide any segregated facilities for the Proposers employees at any of the Proposers establishments, and that Proposer does not permit Proposer's employees to perform their services at any location under the Proposers control where segregated facilities are maintained. Proposer agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of its Proposal. As used in this certification, the term " segregated facilities" means any waiting room, work areas, time clocks, locker rooms, other storage and dressing areas, parking lots, or drinking facilities provided for employees that are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. Proposer agrees that ( except where Proposer has obtained identical certification from proposed contractors for specific time periods) Proposer will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $ 10, 000 that are not exempt from the provisions of the Equal Opportunity clause, and that Proposer will retain such certifications in Proposer's files. Include the attached form with your proposal. b) The non- discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U. S. Secretary of labor, are incorporated herein.

RFP18- 002 Emergency- Disaster Debris Removal 13 16. STATEMENT OF AFFIRMATION AND INTENT:

a) Proposer declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above-named entity has directly or entered into indirectly any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity' s submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of a contract for the described services. b) Proposer certifies that no City Commissioner, other City Official, or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. ( For purposes of this paragraph, indirect ownership or benefit applies to any members of his or her immediate family) c) Proposer certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing. Proposer must submit the attached Conflict of Interest Statement. d) Proposer further declares that a careful examination of the scope of services, P. instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents.

e) Proposer agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Proposer offers and agrees that if this negotiation is accepted, the Proposer will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Proposer. The proposal constitutes a firm and binding offer by the Proposer to perform the services as stated.

17. PUBLIC ENTITY CRIME STATEMENT:

a) All invitations to proposal, as defined by Section 287. 012( 11), Florida Statutes, requests for proposals, as defined by Section 287. 012( 16), Florida Statutes, and any contract document described by Section 287. 058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph ( 2)( a) of Section 287. 133, Florida Statutes, which reads as follows:

A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for RFP18- 002 Emergency- Disaster Debris Removal 14 the construction or repair of public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287. 017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list."

b) All Proposers that submit a Bid or Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the submitted documents are qualified to do so under Section 287. 133, ( 2)( a), Florida Statutes. Include the attached form with your proposal.

18. SCRUTINIZED COMPANIES: The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287. 135 and 215. 473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287. 135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Respondent must submit the attached Certification Regarding Scrutinized Companies' Lists Form.

19. PERMITS/ LICENSES/ FEES:

a) Any permits, licenses or fees required will be the responsibility of the Contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee contractor registration if permitting is required. Please contact the City' s Building Department at ( 407)905- 3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations ( Federal, State, County, and City) is the responsibility of the Contractor.

RFP18- 002 Emergency- Disaster Debris Removal 15 20. SMALL, MINORITY FIRMS, WOMEN' S BUSINESS ENTERPRISES AND LABOR SURPLUS AREA FIRMS: Contractor will take all necessary affirmative steps to assure that qualified small, minority firms, women' s business enterprises, and labor surplus area firms are used when possible by ( a) placing qualified small and minority businesses and women' s business enterprises on solicitation lists, (b) assuring that small and minority businesses, and women' s business enterprises are solicited whenever they are potential sources, (c) dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women' s business enterprises, ( d) establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women' s business enterprises, e) using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce, and ( f) requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in this section.

Remainder of page left blank intentionally.)

RFP18- 002 Emergency- Disaster Debris Removal 16 21. STANDARD INSURANCE REQUIREMENTS:

The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best' s Rating of " A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F. S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/ or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $ 500, 000/$ 500, 000/$ 500, 000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor' s Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability 1, 000, 000 Combined single limit per occurrence ( each person, each

accident) All covered automobile will be covered via symbol 1 Liability coverage will include hired & non- owned automobile liability Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability ( Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non- contributory. 2, 000, 000 GENERAL AGGREGATE

RFP18- 002 Emergency- Disaster Debris Removal 17 2, 000,000 PRODUCTS- COMPLETED OPERATIONS AGGREGATE 1, 000,000 PER OCCURRENCE 1, 000,000 PERSONAL & ADVERTISING INJURY Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured' s liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured' s general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $ 1, 000, 000, and per occurrence, $ 2, 000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: FOR PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. 1, 000, 000 PER OCCURRENCE 2, 000, 000 AGGREGATE 6) Commercial Umbrella: 1, 000,000 PER OCCURRENCE 2, 000,000 Aggregate Including Employer's Liability and Contractual Liability 7) Builders Risk: N/ A for Debris Removal Services 100, 000 Any ( 1) Location 1, 000, 000 Any ( 1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form ( see sample below), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: i) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. ii) Statement that the Insurer shall mail notice to the Owner at least thirty ( 30) days prior to any material changes in provisions or cancellation of the policy, except ten ( 10) days written notice of cancellation for non- payment of premium.

RFP18- 002 Emergency- Disaster Debris Removal 18 a+ ACORD_ CERTIFICATE OF LIABILITY INSURANCE „, i° em11/ 0°io+ TIMICERTIFICATE M ISSUED AS A MATTER OF INFORMATION Mq ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I– HOLDER THIS CERTIFICATE DOES NOT AMEHO. EXTEND OR ALUMNI COVERAGE AFFORDED BY THE POLICES BELOW.

INSURERS AFFORDING COVERAGE MAIC•

SAW' S MOM is d ire i.eW . r. Atter

NIUNEIM

Coniractoes Dam MOM llddra/! NaEelo

MUMS t

commes NSSCUMSOF SEINAIKS LIST® SDOW HAVE SEEN Meg TO1114MUM NA MM0/SFORTEPOLICY NFMOINDICATED IOMTMaTAMM ANYIISaAIEYBR. TTaM M C01E010N Of ANY Cairns= OR MIS OOOABRnfIll rOSCTTO TaSCNTIIE CERTIFICATE MAY r MIWOR MAY Pans&THE NalMMSAMMO ry M SCUMS DESGIDEDNMI IS SUOMI'WAU.TNE TINA LCLUSOMSNoCOMMAS OF NKR SYFAgUw KISCO. AOSR[ Owisnao DOWN LMYROE MEIN SWUM g1C p N[ FwN,7OEE R7pp WS POLICY NUN= w11aMOiRo WIIEFMOORn LSTrlM TMOPDaa• CS X '$ 1, 000. 000 11110 ' Wmem* a 50, 000 X X caaelNleaLGelelauAwn L® OT( AA..,. NAI 15, 000 low/ mums Lawrie 0. 0. LSAOYNRAIY 11, 000, 000

semmuADErOATE 12, 000, 000 PROOUCTS. UMW AGO. s 2, 000, 000 GSM-AGORBIATELSETArrwPet F« KYIi IS n LOC MROSirS UMW! 11. 000. 000 x NWAVM

AU. Omni SONY a pir SOeA{® AUTOS

X NENO AUTOS 1 SOCKSookroMils X NONONNEDMROS D. IADE ' 1 per ammo

AUTOOKY• EA ALLODR I Swat SMUTS Is KC. 1 Olsoln THAN AMY AUTO AUTOOILY' AGO a

POI= CUM= 11, 000, 000 DEEnAEDIIAU TT AOONSOATE S2, 4100400 x x otos o) EY WOE s

EEWCTRt S InN IETD/ s A,,. y, N. x YLrrn Iv Np l, o'$ l NSLOYDVLIMAS EL. EACH ACmSNT 1500, 000 1 moyoenoton ' uARO M Ii.DnM I. uuvu m 1500, 000 ELomaua. FOLKYLMC 1500, 000 iAECwWMOMFRoaIaaadr O II/ I Any 1 Loc 100,0W Builders Risk Any 1 Occ 1, 000, 000 OrOSPIOM a OFrATDE/ 10CAT10W/ YDECLY/ ISCLUS NISAOEMaT EMOEEErR/ SPIOSLNOMDO S The insurance evidenced by this certificate shall Dame the certificate holders as an additional insured on the General Liability a Umbrella Liability. Workers. Compensation, limployers• Liability i General Liability shall contain a Waiver of Subrogation is favor of the certificate holder. Th• csrtilicats holder is added as a id i®zId icr aNiL03$ Rid[. CANCEIAT1011 CERTIFICATE HOLDER SIEeOFO vrrO lIC6LrrraEThe p/. IATOI. OCOBSol DED• MIYOFTIIsawiEral OATETIeIiF. no Warn NSURENTeLL OOSpORTO ma 10 ensyweTDI NOICSTOTECaNe1GLTE MOLDER MIND TOTS U9T.. UT MUM TO 00 r WILL City of Ocoeerroe00EUS001104NArIITMANY MOUPON TIEMUMITS AGSM on Lakeshore Drive 1S0 X. rrIESDIYATEISL 117. 1- 1755 Ocoee 7L A/ T// Ilm ErrEDITaTM

O ACORO CORPORATION 1• N 1110. ACORD 7S( 200110.) SA4044. Ale &

RFP18- 002 Emergency-Disaster Debris Removal 19 eeaKtwamGCMOONAM 22. SUMMARY OF LITIGATION:

Provide a summary of any litigation, claim( s), proposal disputes, or contract dispute(s) filed by or against the Proposer in the past five ( 5) years that is related to the services that the Proposer provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. ( Attach additional sheets, if necessary)

23. ACKNOWLEDGMENT OF ADDENDA:

Proposer acknowledges receipt of the following addenda:

No. Dated No. Dated No. Dated

24. LIST OF SUBCONTRACTORS:

SUBCONTRACTOR and/ or TEMPORARY WORKER AGENCY NAME/ADDRESS/ FEDERAL I. D. NO./ CONTACT PERSON/ PHONE #:

Attach additional sheets if necessary)

The Proposer certifies that the Proposer has investigated each subcontractor/temporary worker agency listed and has received and has in the Proposer's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed

RFP18- 002 Emergency- Disaster Debris Removal 20 above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project.

25. EQUIPMENT LISTING:

Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor.

26. REFERENCES/ EXPERIENCE OF RESPONDENT WITH SIMILAR WORK:

The Proposer shall complete the following blanks regarding experience with similar type of work. Proposer must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three ( 3) years.

DATE OF CONTRACT/AMOUNT OF PROJECT/ CLIENT' S NAME AND ADDRESS/ TELPHONE NUMBER/ EMAIL ADDRESS/ NAME OF CONTACT

Have you any similar work in progress at this time? Yes No Length of time in business years months.

Bank or other financial references:

Attach additional sheets if necessary)

RFP18- 002 Emergency- Disaster Debris Removal 21 27. SUBMITTALS:

The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Proposers shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Proposers with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation.

Submissions shall be limited to a total of forty (40) 8. 5" x 11" pages ( excluding front and back covers, dividers, and all forms included in this RFP), single-sided, portrait orientation, 12- point font, and contained in a three- ring binder or other format amenable to easy photocopying. The person signing the RFP on behalf of the Proposer shall have the legal authority to bind the Proposer to the submitted proposal.

In order to simplify the review process and obtain the maximum degree of comparison, the Proposer must provide the following content when responding to the RFP:

Section 1 — Company Information Firm' s history, number of years in business, etc. List of all firm' s supervisory employees, their qualifications, and their role for this contract. Firm and employee certifications and registrations with regulatory agencies, professional organizations, etc. Firm' s sub- contractors, their qualifications, and their role in providing services. List and quantity of firm' s ( and firm' s sub- contractors' if applicable) type and quantity of equipment to be used for this contract.

Section 2— Company Experience/ References List of firm' s other current or recently completed similar services within the past three ( 3) years with other public or private agencies. List of at least three ( 3) client references to include organization name, contact person, telephone number (s), and e- mail address.

Section 3 — Price Proposal

Exhibit C

Section 4— All Forms Included in the RFP

Conflict of Interest Disclosure Form. Company Information/ Signature Sheet Bid Security. Surety Company Letter of Intent.

RFP18- 002 Emergency- Disaster Debris Removal 22 Drug- Free Workplace Program Form. Public Entity Crimes Form. Certification of Non- Segregated Facilities Form. Certification Regarding Scrutinized Companies Form. Litigation Summary Statement, if none please so state. MBE or Small or Women' s or Labor Surplus Area Firm Certification, if applicable. Include Copy of MBE Certification for the Respondent or any Subcontractors ( partial points may be awarded for subcontractors assigned to this contract) All other forms listed on Table of Contents to be submitted with your

proposal.

28. EVALUATION CRITERIA:

The criteria for making an award recommendation are:

1. Ability to rapidly mobilize and respond 0— 30 points) 2. Resources ( personnel, equipment, machinery, etc.) ( 0 — 20 points) 3. Previous similar experience, licensing, and references ( 0 — 20 points) 4. Price proposal 0 — 20 points) 5. Certified small or minority business, women' s 0 — 10 points) Business enterprise, or labor surplus area firm

A City evaluation committee will evaluate each respondent's qualifications and will short- list and recommend to the City Commission one or more firms, in ranked order of qualifications, based upon the evaluation committee' s evaluation of the proposals and any client references. All Respondents shall be notified via Demandstar or other means of staff's recommended ranking of firms to the City Commission. The City Commission' s decision to endorse or modify the ranking by staff shall be final. The City Commission shall be the final authority in the award or rejection of any all responses. The City reserves the right, before awarding the contract, to require a Proposer to submit such additional evidence of its qualifications, as the City may deem necessary. The City shall be the sole judge of the competency of Proposers. All successful Proposers shall be required to execute an agreement with the City.

Remainder of page left blank intentionally)

RFP18- 002 Emergency- Disaster Debris Removal 23 EXHIBIT " A" SCOPE OF SERVICES EMERGENCY-DISASTER DEBRIS REMOVAL DEBRIS REMOVAL

1. 0 GENERAL

This pre- event contract is subject to the provisions of 2 C. F. R. Part 200 and the Robert T. Stafford Disaster Relief and Emergency Assistance Act. This statement of work describes and defines the services which are required for the execution of Natural Disaster-related emergency debris removal from Federal- Aid Highway segments, State, local, and private roadways within the City of Ocoee in Orange County Florida (" City"). The Contractor shall provide all services described herein and any other services required to complete the removal of debris during and following emergencies. Activities include, but are not limited to, field operations, debris pickup, debris hauling and removing, debris staging and reduction, temporary debris storage site management and debris management. All debris removal and disposal management services shall be in accordance with all applicable federal and state laws, and environmental regulations. Roads will be identified by the City and direction given to the Contractor for roads and limits for which the Contractor will be responsible for within each County assigned. The City reserves the right to add or delete roadway segments at the direction of the Engineer at no additional cost to the City. The City, at its sole discretion, may elect to perform work with in- house forces or additional contract forces. This solicitation is being issued in conjunction with a solicitation for Debris Monitoring Services, and the City will not award both solicitations to the same firm.

Proper documentation as required by Federal Highway Administration (FHWA), Federal Emergency Management Agency ( FEMA), or other federal natural disaster response agency shall be provided for all debris removal operations to ensure reimbursement to the City from the appropriate federal agency. Contractor shall comply with FHWA and/ or FEMA laws and regulations, including those now in effect and hereafter adopted. FHWA will only pay for debris due to an event " not declared a major disaster or emergency by the President under the Robert T. Stafford Disaster Relief and Emergency Assistance Act". Therefore, any time there is a Presidential Declaration within the State of Florida, all debris removal activities on federal- aid roads, first push/ first pass or otherwise, will become potentially reimbursable by FEMA.

The City will not provide price adjustments for cost increases or decreases in the price of fuel. The Contractor is required to perform at least 30% of the work with its own forces.

The Florida Department of Transportation ( FDOT) has published Specifications for Road and Bridge Construction and other applicable Design Indexes and Construction Standards, which are made part of this contract by reference and are applicable when proposing on and when performing work under this RFP.

Upon execution of this agreement, the contractor will supply to the city a letter, from a surety authorized to do business in the State of Florida, verifying the contractor is bondable in the State of Florida in an amount equal to or greater than the amount of the original contract. Within five (5) days after a written Notice to Proceed issued by the City

RFP18- 002 Emergency- Disaster Debris Removal 24 for the commencement of any services pursuant to this Agreement, the Contractor will supply to the City and keep in force a$ 200,000 performance and payment bond provided by a surety authorized to do business in the State of Florida, payable to the City, per Section 2 of the General Conditions.

The work will begin upon written authorization by the City. No guarantee of minimum or maximum amounts per proposal item is made by the City under this Contract. No adjustment to proposed prices will be considered due to increases or decreases in

estimated quantities.

In the event that the natural disaster impacts another local government jurisdiction, the terms and conditions of this Agreement may apply to work in the affected jurisdiction, with the concurrence of both parties.

The City, at its sole discretion, may award one or more contracts based on the proposals received and the potential demand for services related to natural disasters.

Any references to " Engineer" within this Agreement means the City Engineer, the City Public Works Director, their designees, or an employee of a firm retained by the City providing debris monitoring services.

2. 0 SERVICES TO BE PROVIDED BY THE CONTRACTOR

Field Operations

The following listed services shall be performed by the Contractor in the presence of the City, debris monitoring personnel, or their designated representative:

The Contractor shall provide equipment, labor, and materials necessary to perform " cut and toss," " first pass," and all subsequent passes directed by the Engineer. " Cut and toss" is defined as cutting and/or pushing the debris off of the roadway sufficiently to allow safe vehicular traffic on all lanes. " First Pass" is defined as removing all debris on the affected roadways from within the rights- of- way as directed and authorized by the City, FHWA, FEMA, and their authorized representatives. Cut and toss services include, but are not limited to, cutting and removing vegetative debris and other debris to a point two feet beyond the curb and gutter section or to a point two feet beyond the edge of pavement ( i.e. 2 feet beyond the paved shoulder or edge of turn lane ( s) whichever is further) and vertical clearance of 16 feet as needed. Every effort shall be made to push debris into areas where no utilities are present. The work associated with first pass and subsequent passes, includes but is not limited to: cutting fallen vegetative debris; picking up and loading vegetative debris; collecting and disposing of hazardous materials; hauling materials to either a temporary debris staging and reduction site; volume reduction at the temporary debris staging and reduction site; and final hauling and disposal at an appropriate landfill or" waste to energy" facility.

The Contractor shall mobilize and begin operations upon written authorization, from the City' s Public Works Director ( or his authorized designee) for debris removal and disposal of all eligible debris. Once priorities are established by the City or its representative, crews shall be required to complete entire sectors and/or

RFP18- 002 Emergency- Disaster Debris Removal 25 corridors prior to moving on to other areas. No streets should be bypassed based on quantity of debris alone.

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 is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract.

The Contractor must be duly licensed in accordance with the state' s statutory requirements to perform the work.

The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractors or any subcontractors' actions or operations during the performance of this contract. Corrections for any such violations shall be made at no additional cost to the City.

The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. When applicable, the Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. The traffic control personnel and equipment shall be in additional

to the personnel and equipment required in other parts of this Agreement. At a minimum, one flag person should be posted at each approach to the work area. The Contractor shall provide traffic control ( day and/or night) using current FDOT Design Standards.

The Contractor shall provide labor, equipment and materials necessary to remove all stumps authorized by the City, FHWA, and FEMA. Stump removal operations shall be in accordance with FHWA and FEMA guidelines, and Federal Rules and Regulations, including the Robert T. Stafford Disaster Relief and Emergency Assistance Act (44 C. F. R), and working with debris monitoring firm to document dimensions to include photos and measurements.

The Contractor shall ensure all Contractor and subcontractor personnel have and utilize personal protective safety gear in accordance with OSHA requirements and company safety policies.

The Contractor shall coordinate with utility companies, as required, to permit safe removal of debris.

The Contractor shall provide a means for the Debris Monitoring firm to measure and certify all trucks. All Temporary Debris Staging and Reduction Sites TDSR' s) shall be equipped with at least one tower from which monitors can safely view contents on each load and determine capacities of each load entering and exiting the TDSR. Provide a copy of the TDSR site Permit. Once site is closed, provide a closeout permit from FDEP.

The Contractor shall provide a means for securing all TDSR' s, throughout the life of the Agreement, to ensure no unauthorized or illegal dumping can occur at the site.

RFP18- 002 Emergency- Disaster Debris Removal 26 The Contractor shall vacuum inlets and sweep curbs and gutter sections.

The Contractor shall remove damaged trees and exposed roots to ground level.

The Contractor shall remove leaning trees that present a hazard. Compensation will be per tree ( each).

The Contractor shall remove leaning trees that are not an immediate hazard only when directed by the City or its designated representative. Compensation will be by stump removal ( each) and debris removal ( cubic yard).

The Contractor shall remove hanging limbs that present a hazard. Compensation will be per limb (each).

The Contractor shall fill any holes left by removed trees. The cost of borrow soil required for fill will be included in the cost of related proposal items. Sod replacement is not required.

For trees, limbs, and stumps, the Contractor shall provide services and documentation according to and in compliance with FEMA publication 9580.204.

Contractor shall be responsible for clearing, removing and transporting debris from public right-of-way ( ROW). This work includes removing damaged sidewalks and other improvements. Areas from which damaged sidewalks and other improvements are removed by the Contractor shall be brought back to grade. Damage to sidewalks will primarily occur due to falling trees as the tree root systems lift and displace the sidewalk. Therefore, the cost of sidewalk removal is part of several listed bid Items; e.g., Loading and Hauling Debris to a TDSR, Loading and Hauling C& D debris; and Loading and Hauling Reductions to a Final Disposal Site. The City expects concrete wastes to be segregated from other debris and hauled to a concrete recycling facility for final disposal.

Contractor shall remove fallen trees that originate from within the ROW and those that extend onto the ROW from private property at the point where it enters the ROW, and that part of eligible debris that lies within the ROW as a result of tree trimming, tree topping, tree removal, stump grinding, grubbing, and other activities.

Contractor shall provide all permits and services necessary for the containment, clean up, removal, transport, storage, testing, treatment, and/or disposal of hazardous and industrial materials, including white goods, resulting from the event.

Contractor shall clean and clear ROW drainage systems, including removal of sand, earth, and foreign materials from roads, streets, bridges, rights-of-way, canals, retention ponds, drain wells, pump stations, control structures, and associated drainage structures. This work may include screening sand and returning clean sand to beaches or other designated sites. " Sweeping Curb and Gutter, Vacuum Inlets, Loading and Hauling C& D Debris, and Loading and

RFP18- 002 Emergency- Disaster Debris Removal 27 Hauling Reductions to a Final Disposal Site" are the most applicable bid items to include these costs.

All areas throughout the city where debris removal is accomplished and there is damage due to the Contractor' s operations, the Contractor shall be responsible for returning those areas to their original condition. All damages to pavement, sidewalk, curbs, or any other infrastructure shall be repaired or restored to the satisfaction of Engineer.

Buy America The" Buy America" provisions in 23 U.S. C. 313 and FHWA implementing regulations 23 CFR Part 635. 410) apply to all ER funded projects. These requirements prohibit the obligation of funds for a project unless all permanently incorporated steel and iron used in such projects are produced in the United States. This restriction applies to all contracts eligible for assistance under title 23, including the ER program, for a project within the scope of the NEPA review. Under certain circumstances a State may request, and FHWA may grant, a waiver from these requirements if the Secretary funds that the application of Buy America would be inconsistent with the public interest or that the required steel or iron products are not produced in the United States in sufficient quantities of a satisfactory quality. [ 23 U.S. C. 313( b) and 23 CFR 635. 410( c)].

DHS Seal, Logo and Flags

The contractor shall not use the Department of homeland Security( DHS) seal( s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval.

Media Interaction

The contractor, including all sub- contractors, will not provide any information to the media without the expressed written permission of the City' s Public Works Director. This includes on site interviews requested from any media outlet. All inquiries by a member of the media or any elected official will be directed to the City' s Public Works Director. The Contractor will ensure this guidance is disseminated to all employees and sub- contractors on the project

Cadaver Recovery and Identification

Cadaver recovery and identification may be required during response operations. Crews will strictly adhere to stringent guidelines and protocols owing to the sensitive nature of the loss and for consideration of notifying surviving family members. The following guidelines will be followed while working in ALL areas and/ or sectors in which cadaver recovery is necessary:

Each crew leader is responsible for watching the debris pile and identifying any potential human remains. The crew leader will immediately stop work in the area and notify law enforcement and the City' s Debris Contract Manager immediately if they believe they have identified human remains. The crew will remain at the site until released by the authority having jurisdiction.

RFP18- 002 Emergency- Disaster Debris Removal 28 All crews are forbidden from discussing the location, status, composition, sex, and especially name of the deceased. Any individual found to be passing this information on about what they have seen will be immediately dismissed from the job. Proper next of kin notification procedures will be conducted by the responsible authority.

Equipment

All trucks and other equipment must be in compliance with all applicable federal, state, and local rules and regulations. Any truck used to haul debris must be mechanically loaded by an appropriately sized front end loader, backhoe or other approved and appropriate equipment. Additionally, the truck or trailer must dump hydraulically and be controlled from the cab of the vehicle and capable of rapidly dumping its load without the assistance of other equipment. If rear- load trucks are used for hauling eligible storm debris, mechanical loading is waived in favor of manual labor.

Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2" by 6" boards or greater and not to extend more than two feet above the metal bedsides. All extensions are subject to acceptance or rejection by the Engineer. The Contractor will provide means to rapidly unload any trailer that does not have a means for dumping. All trailers must have a metal-framed exterior and a minimum of 5/ 8" plywood (not wafer board) interior

walls. All equipment used to haul debris must be equipped with a tailgate that will effectively contain the debris during transport and permit the truck to be filled to capacity. No plastic snow/construction fencing will be used. All hauling equipment must be measured and marked for its load capacity. All equipment will be inspected by the Contractor prior to use. The Engineer will provide a form for this purpose.

If not already marked with proper identification signs, trucks and other heavy equipment designated for use under this contract shall be equipped with two signs, one attached to each side. These signs will be furnished by the Contractor and shall be pre-approved by the Engineer.

Prior to commencing debris removal operations, the Contractor shall present to the Engineer all trucks, trailers, or containers that will be used for hauling debris. Each truck or trailer will be measured to determine the load capacity. Each truck or trailer will be numbered and clearly display the load capacity for identification with a permanent marking. The Engineer may, at any time, request that the trucks be re- measured. The Contractor shall notify the Engineer each time a new truck, trailer or container is to be used under this contract. No capacity can exceed 100% of the measured volume.

Trucks or equipment, which are designated for use under this contract, shall not be used for any other work during the working hours of this contract. The Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Under no

RFP18- 002 Emergency- Disaster Debris Removal 29 circumstances will the Contractor mix debris hauled for others with debris hauled under this contract.

Loading equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. Excessive size loading equipment ( 6 CY and up) and non-rubber tired equipment must be approved by the Engineer.

At dumpsites with no restrooms, the Contractor shall provide a restroom when requested by the Engineer. Cost of a restroom shall be negotiated between the City and Contractor prior to work.

Staging/ Reduction

In performing its work, the Contractor is to:

Secure the necessary permits for the TDSR' s for any non- City approved sites from the appropriate regulatory agencies, prepare and manage the TDSR' s and, when operations are complete, return all TDSR' s to their original condition to the satisfaction of the City and the regulatory agencies. Perform any testing required or requested by the regulatory agencies to ensure TDSR' s have not been contaminated.

Provide, operate, and maintain equipment for debris reduction.

Maintain segregation of debris ( vegetative vs non- vegetative).

Reduce and dispose of any vegetative debris hauled by the City crews to the TDSR' s.

Recycle white goods and hazardous household waste in accordance with all

federal, state, and local rules, regulations, and laws. White goods and hazardous household waste include washing machines, clothes dryers, dehumidifiers, dishwashers, gas and electric stoves, TVs, computer monitors, refrigerators, freezers, window air conditioners, and water heaters or coolers.

Remove and recover Freon from any white goods and hazardous household waste, such as refrigerators, freezers, or air conditioners, at the final disposal site in accordance with federal, state, and local rules, regulations, and laws.

Directly haul construction and demolition debris to a licensed Florida Department of Environmental Protection ( FDEP) and/ or Environmental Protection Agency EPA) disposal facility. Tipping fees shall be reimbursed at cost, no mark-up allowed. Phase I covers hauling to an intermediate site that the Contractor and the City establish to store and reduce the volume of debris prior to hauling it to a final disposal site. A contractor should not charge itself a disposal and tipping fee at its own facility, as such costs should be part of its bid price. However, if the Contractor and City elect to use a Temporary Debris Staging and Reduction Site owned by another entity and fees are charged by that entity for such use, then the disposal and tipping fee so charged would be reimbursed by the City.

RFP18- 002 Emergency- Disaster Debris Removal 30 Administration and Paperwork

A Load Ticket meeting FEMA standards shall be used for each load of debris removed for disposal. Each ticket shall contain the following information:

1. Ticket Number 2. Contract Number 3. Date 4. Contractor Name 5. Truck or Roll- off Number 6. Truck Capacity 7. Point of Debris Collection 8. Loading Departure Time 9. Dump Arrival Time 10. Percent of Load 11. Actual Debris Volume 12. Debris Eligibility( Y/N) 13. Indication as to which pass produced the debris ( 1st, 2nd, etc.)

A minimum four-part load ticket will be issued by the Engineer prior to transport of the debris from the loading site. The entire four-part load ticket is given to the vehicle operator. Upon arrival at the dumpsite, the vehicle operator will give the entire four-part load ticket to the Engineer. The Engineer will verify the hauler and equipment and establish a percent of truck capacity of the eligible cubic yardage of debris load. After documenting the percentage, the Engineer will calculate the actual cubic yardage of the load, to the nearest 0. 10 yard. The

Engineer will document his data on the load ticket. The Engineer will detach one copy of the load ticket and give that one copy to the vehicle operator. One copy is then given to the contractor, one copy is given to FEMA and the original is kept by the Engineer. The load tickets will be submitted with the daily report.

The Director of Public Works may waive the foregoing procedures on a case- by- case basis if compliance is not practical in light of the emergency situation.

The Contractor shall submit a report to the Engineer during each day of the term of the contract. Each report shall contain, at a minimum, the following information:

1. Contractor' s Name 2. Contract Number 3. Crew 4. Location of work 5. Day of Report 6. Daily and cumulative totals of debris removed, by category

Discrepancies between the daily report and the corresponding weigh tickets will be reconciled no later than the following day.

The Contractor must include a certification disbursement of previous periodic

payment to subcontractors ( Form 700- 010- 38) and the amount paid to all

RFP18- 002 Emergency- Disaster Debris Removal 31 subcontractors performing work under this Agreement to date with each invoice submitted for payment.

The Contractor shall be responsible for the preparation of all invoices in a format acceptable to the City -and in accordance with federal, state, and local rules, regulations, and laws. Invoices shall include original receipts and all backup necessary to support the quantities and amounts invoiced.

3. 0 SERVICE TO BE PROVIDED BY CITY OR ITS DESIGNATED REPRESENTATIVE

Field Operations

Identify and evaluate the scope of the post-disaster debris problem.

Provide inspection for all Contractor operations.

Provide field inspectors in sufficient numbers to adequately monitor all field operations. Such work will not exceed limits defined by FHWA eligibility criteria. The number of inspectors per crew shall vary based on need.

Identify and prioritize removal from Federal Aid Highway segments, State, local, and private roadways authorized by the City and FEMA. Prioritization of debris removal will be based on a " sector approach" ( as opposed to site to site). Once

priorities are established, crews are required to complete entire sectors or corridors prior to moving on to other areas. No streets should be bypassed based on quantity of debris alone, unless directed by the City' s Engineer.

Ensure no pickup of unauthorized debris by the Contractor and his subcontractors unless directed by the City.

Staging/Reduction

Identify potential staging areas for debris stockpiling and reduction. There is no guarantee as to availability or suitability.

Provide one Quality Control Tower Monitor per tower to observe and record truck quantity estimates.

Ensure that all field crews are outfitted with required safety gear.

Administration and Paperwork

Four-part debris tickets will be provided to properly document the work in accordance with FDOT, FHWA, and FEMA requirements.

Spreadsheet format for invoices will be provided to properly document the work in accordance with FDOT, FHWA, and FEMA requirements.

RFP18- 002 Emergency- Disaster Debris Removal 32 When applicable, the Engineer is responsible for obtaining all applicable environmental and regulatory permits prior to the contractor commencing operations.

4. 0 PAYMENT

Payment, less applicable retainage, as described below, will be made in

accordance with the Fee Rates shown on Exhibit C. Such payment will be full and complete payment for all work performed, as required in Sections 1. 0 and 2. 0. Bid prices shall include all direct costs for performing the work, as well as all indirect costs including, but not limited to, administrative costs, all overheads and profits, except for travel to another jurisdiction.

A lump sum retainage of$ 10, 000 per TDSR (staging area) will be held from the total invoice of work performed at the staging areas until the staging area is restored to its original condition or as otherwise mutually agreed. The lump sum amount will be withheld from the first invoice submitted. The contractor may post a bond in lieu of such retainage. However, the bond( s) must be posted prior to work beginning at the TDSR.

If mutually agreed, the Contractor may be requested to work in another jurisdiction affected by the natural disaster. In that event, the Contractor will be paid for that work by that other jurisdiction in accordance with Exhibit C and additional payment will be made for travel. Travel will be reimbursed in accordance with Section 112. 061, Florida Statutes.

The proposal items listed in Exhibit C include compensation for all work required in Sections 1. 0 and 2. 0.

Remainder of page left blank intentionally)

RFP18- 002 Emergency- Disaster Debris Removal 33 EXHIBIT " B1"

CONTRACT PERFORMANCE BOND

KNOW ALL MEN BY THESE PRESENTS that a company, ( hereinafter referred to as " Principal"), and a corporation organized under the laws of the State of and licensed to do business in the State of Florida ( hereinafter referred to as " Surety"), are held and firmly bound unto the City of Ocoee, Florida, as Obligee, ( hereinafter referred to as " Obligee"), in the Penal Sum of Two Hundred Thousand Dollars ($ 200,000. 00), for the payment of which sum well and truly made, Principal and Surety bind themselves, and their successors and assigns, jointly and severally, in accordance with the terms set forth herein.

Recitals

WHEREAS, Principal has by written agreement dated entered into a contract, with the Obligee titled " Emergency- Disaster Debris Removal Services Term Contract" ( hereinafter referred to as the " Contract") for the purposes of establishing an exclusive franchise granted by the Obligee and accepted by the Principal for the collection of emergency and/ or disaster debris within the corporate limits of the City of Ocoee; and

WHEREAS, the Contract identifies certain performance obligations of the Principal for a term of years, which term may be extended for an additional years; and

WHEREAS, the Surety acknowledges receipt of good and valuable consideration for the obligations it assumes hereunder.

NOW, THEREFORE, it is agreed that the above Recitals are acknowledged to be true and are incorporated herein by reference.

This Contract Performance Bond is being issued by the Surety to secure the performance obligations of the Principal under the Contract and any additional extensions thereof. If the Principal shall well, truly and timely perform all the undertakings, covenants, terms, conditions, and agreements of said Contract, within the term of the Contract and all extensions thereof; and shall also well, truly and timely perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized modifications of said Contract that may hereafter be made; and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, caused by any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, costs and attorneys' fees, including attorneys' fees incurred in appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform its performance obligations under the Contract, then the obligations of this Contract Performance Bond shall be null and void; otherwise, this Contract Performance Bond shall remain in full force and effect and Surety shall be liable to Obligee under this Contract Performance Bond in accordance with its terms.

RFP18- 002 Emergency- Disaster Debris Removal 34 The Surety's obligations to the Obligee hereunder shall be direct and immediate and not conditional or contingent upon Obligee' s pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding ( a) amendments or modifications to the Contract entered into by Obligee and Principal without the Surety's knowledge or consent; ( b) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (c) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The United States Bankruptcy Code, as the same may be from time to time amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or ( d) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. Any changes in or under the Contract or noncompliance with any formalities connected with the Contract or changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes.

The Surety shall perform the obligations of the Principal under the Contract upon receipt of five ( 5) days written notice of the Principal' s default. In the event that the Surety fails to fulfill its obligations under this Contract Performance Bond, then the Surety shall pay, indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, caused directly or indirectly by the Principal' s default( s) and the Surety' s failure to fulfill its obligations hereunder. This Contract Performance Bond and its obligations shall survive the termination or cancellation of the Contract. The payment and indemnification obligations set forth in this paragraph shall be limited by the Penal Sum of this Contract Performance Bond.

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of 2018, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body.

Signed, sealed and delivered in the presence of:

Principal

By: SEAL)

Official Title)

Surety

By: SEAL)

Official Title)

If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney

RFP18- 002 Emergency- Disaster Debris Removal 35 Appointing Individual Attorney- In- Fact for execution of Performance Bond on behalf of Surety.

Remainder of page left blank intentionally)

RFP18- 002 Emergency- Disaster Debris Removal 36 EXHIBIT " B2" Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq.

KNOW ALL MEN BY THESE PRESENTS, THAT

hereinafter called the Principal"), as Principal, and a corporation organized and existing under the laws of the State of hereinafter called the " Surety"), as Surety, are held and firmly bound unto the City of Ocoee, Florida, ( hereinafter called the " Obligee"), by bond number in the sum of Dollars and Cents ($ for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has entered into a written Contract with the Obligee dated 20_ to perform, as Contractor, in accordance with the Contract and Contract Documents for " Emergency-Disaster Debris Removal Services Term Contract", which Contract and Contract Documents are hereby incorporated herein by reference.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255. 05 1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255. 05 ( 1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name.

The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection ( 2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 ( 2), Florida Statutes.

IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

RFP18- 002 Emergency- Disaster Debris Removal 37 Seal) Principal)

By Name & Title)

Signature)

Witness or Secretary's Attestation

Seal) Surety)

By Name & Title*)

Signature)

Witness or Secretary' s Attestation

Attach Power-Of-Attorney

END OF SECTION

RFP18- 002 Emergency- Disaster Debris Removal 38 EXHIBIT " C" PROPOSAL FORM FOR RFP# 18- 002 CITY OF OCOEE EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT Estimated Unit Description Unit Quantity* Price** Total Phase I—collection, hauling to staging site, reduction Loading and Hauling Debris to a TDSR Cubic Yard 360 Price to include MOT) Reduction by Grinding at the TDSR Cubic Yard 500 Reduction by Incineration at the TDSR Cubic Yard 300

Stumps 24"- 48" Diameter stump removal Each 10 48" Diameter stump removal Each 5

Sweeping Curb and Gutter Hour 16

Vacuum Inlets Hour 12

Removal of Hanging Limbs (> 2" @ break) Each 100

Leaning Trees (> 6" @ 4. 5' above ground) Each 20

Loading and Hauling C& D debris Cubic Yard 270

White Goods and Hazardous Each 20 Household Waste Disposal

Freon recovery Unit 10 Phase II—loading of reduced material, final disposal Loading and Hauling Reductions to a Final Disposition Site Cubic Yard 360

Disposal/Tipping Fees will be reimbursed at actual cost; do not include in prices. TOTAL PRICE

Estimated quantities will only be used for evaluating proposals. Quantities are not intended to be an estimate of the actual quantities expected for this work. Payment will be made based on actual units of work performed, as approved by Engineer. If a pay item is left blank or N/A is used, the proposal may be declared irregular and the City may reject the proposal. Prospective Respondents are hereby advised that the final price list negotiated between the parties may include additional details, bid items, clarifications, and other information that refine the prices offered in the original proposal. The Bid Form has been structured to allow the comparison of prices among multiple proposals as part of an overall award recommendation process. The actual price list incorporated into the executed contract may differ and may be amended over time by the parties, as needs may dictate, and will not include estimated quantities.

Proposer:

RFP18- 002 Emergency- Disaster Debris Removal 39 FHWA- 1273 -- Revised May 1, 2012

EXHIBIT " D"

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis- Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 ( excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower- tier subcontractor or service provider.

Form FHWA- 1273 must be included in all Federal- aid design- build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design- builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Contracting agencies may reference Form FHWA- 1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

RFP18- 002 Emergency- Disaster Debris Removal 40 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal- aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal- aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal- aid construction contracts and to all related construction subcontracts of$ 10, 000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts.

In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended ( 29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1. 4( b) and, for all construction contracts exceeding 10, 000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60- 4. 3.

Note: The U. S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625- 1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended ( 29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U. S. Department of Labor ( US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employment opportunity ( EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations ( 28 CFR 35, 29 CFR 1630, 29 CFR

RFP18-002 Emergency- Disaster Debris Removal 41 1625- 1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U. S. C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 ( 42 U. S. C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.

b. The contractor will accept as its operating policy the following statement:

It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre- apprenticeship, and/ or on- the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so.

3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

RFP18- 002 Emergency- Disaster Debris Removal 42 e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: " An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon

RFP18- 002 Emergency- Disaster Debris Removal 43 completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i. e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U. S. C. 140( a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full RFP18- 002 Emergency- Disaster Debris Removal 44 efforts to obtain qualified and/ or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants/ Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations.

10. Assurance Required by 49 CFR 26. 13( b):

a. The requirements of 49 CFR Part 26 and the State DOT' s U. S. DOT- approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following:

1) The number and work hours of minority and non- minority group members and women employed in each work classification on the project;

RFP18- 002 Emergency- Disaster Debris Removal 45 2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA- 1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on- the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal- aid construction contracts and to all related construction subcontracts of$ 10,000 or more.

The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single- user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

IV. DAVIS- BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal- aid construction projects exceeding $2, 000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal- aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U. S. Department of Labor regulations in 29 CFR 5. 5 " Contract provisions and related matters" with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements.

1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent

RFP18- 002 Emergency- Disaster Debris Removal 46 deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1( b)( 2) of the Davis- Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1. d. of this section; also, regular contributions made or costs incurred for more than a weekly period ( but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5. 5( a)( 4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination ( including any additional classification and wage rates conformed under paragraph 1. b. of this section) and the Davis- Bacon poster (WH- 1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. ( 1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and ii) The classification is utilized in the area by the construction industry; and iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. 2) If the contractor and the laborers and mechanics to be employed in the classification if known), or their representatives, and the contracting officer agree on the classification and wage rate ( including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U. S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. 3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate ( including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and

RFP18- 002 Emergency- Disaster Debris Removal 47 so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. 4) The wage rate ( including fringe benefits where appropriate) determined pursuant to paragraphs 1. b.( 2) or 1. b.( 3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid ( including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1( b)( 2)( B) of the Davis- Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5. 5( a)( 1)( iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1( b)( 2)( B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification RFP18- 002 Emergency- Disaster Debris Removal 48 of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. ( 1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5. 5( a)( 3)( i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e. g. , the last four digits of the employee' s social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH- 347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol. gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. 2) Each payroll submitted shall be accompanied by a " Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: i) That the payroll for the payroll period contains the information required to be provided under§ 5.5 ( a)( 3)( ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under§ 5. 5 ( a)( 3)( i) of Regulations, 29 CFR part 5, and that such information is correct and complete; ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH- 347 shall satisfy the requirement for submission of the Statement of Compliance" required by paragraph 3. b.( 2) of this section. 4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3. a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of

RFP18- 002 Emergency- Disaster Debris Removal 49 funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5. 12.

4. Apprentices and trainees a. Apprentices ( programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates ( expressed in percentages of the journeyman' s hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees ( programs of the USDOL). Except as provided in 29 CFR 5. 16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly RFP18- 002 Emergency- Disaster Debris Removal 50 rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees ( programs of the U. S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal- aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA in any subcontracts and also require the subcontractors to include Form FHWA- 1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5. 5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5. 5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5. 12.

8. Compliance with Davis- Bacon and Related Act requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and RFP18- 002 Emergency- Disaster Debris Removal 51 the contracting agency, the U. S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it ( nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3( a) of the Davis- Bacon Act or 29 CFR 5. 12( a)( 1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3( a) of the Davis- Bacon Act or 29 CFR 5. 12( a)( 1). c. The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal- aid construction contract in an amount in excess of$ 100, 000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5. 5( a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph ( 1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States ( in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph ( 1.) of this section, in the sum of$ 10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph ( 1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages

RFP18- 002 Emergency- Disaster Debris Removal 52 and liquidated damages as provided in the clause set forth in paragraph ( 2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph ( 1.) through ( 4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs ( 1.) through ( 4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT

This provision is applicable to all Federal- aid construction contracts on the National Highway System.

1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization ( 23 CFR 635. 116).

a. The term " perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions:

1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; 2) the prime contractor remains responsible for the quality of the work of the leased employees; 3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and 4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. " Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract.

RFP18- 002 Emergency- Disaster Debris Removal 53 2. The contract amount upon which the requirements set forth in paragraph ( 1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish ( a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations. regardless of who performs the work) and ( b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph ( 1) is not applicable to design- build contracts; however, contracting agencies may establish their own self- performance requirements.

VII. SAFETY: ACCIDENT PREVENTION

This provision is applicable to all Federal- aid construction contracts and to all related subcontracts.

1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation ( 23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/ her health or safety, as determined under construction safety and health standards 29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U. S. C. 3704).

3. Pursuant to 29 CFR 1926. 3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U. S. C. 3704).

RFP18- 002 Emergency- Disaster Debris Removal 54 VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS

This provision is applicable to all Federal- aid construction contracts and to all related subcontracts.

In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal- aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA- 1022 shall be posted on each Federal- aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:

18 U. S. C. 1020 reads as follows:

Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal- aid Roads Act approved July 1, 1916, ( 39 Stat. 355), as amended and supplemented;

Shall be fined under this title or imprisoned not more than 5 years or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT

This provision is applicable to all Federal- aid construction contracts and to all related subcontracts.

By submission of this bid/ proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal- aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:

RFP18- 002 Emergency- Disaster Debris Removal 55 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph ( 1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.

X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

This provision is applicable to all Federal- aid construction contracts, design- build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25, 000 or more — as defined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification — First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.

d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms " covered transaction," " debarred," " suspended," " ineligible," participant," " person," " principal," and " voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. " First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant ( such as the prime or general contract). " Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). " First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or

RFP18- 002 Emergency- Disaster Debris Removal 56 general contractor). " Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants ( such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled " Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $ 25, 000 threshold.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website ( https:// www.epls. gov/), which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph ( f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals:

1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; RFP18- 002 Emergency- Disaster Debris Removal 57 2) Have not within a three- year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity ( Federal, State or local) with commission of any of the offenses enumerated in paragraph ( a)( 2) of this certification; and

4) Have not within a three-year period preceding this application/ proposal had one or more public transactions ( Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

2. Instructions for Certification - Lower Tier Participants:

Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25, 000 or more - 2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.

b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/ or debarment.

c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms " covered transaction," " debarred," " suspended," " ineligible," participant," " person," " principal," and " voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. " First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction ( such as subcontracts). " First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds ( such as the prime or general contractor). " Lower Tier Participant" refers

RFP18- 002 Emergency- Disaster Debris Removal 58 any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants ( such as subcontractors and suppliers).

e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled " Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $ 25, 000 threshold.

g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website ( https://www.epls. gov/), which is compiled by the General Services Administration.

h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/ or debarment.

Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

RFP18- 002 Emergency- Disaster Debris Removal 59 Xl. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

This provision is applicable to all Federal- aid construction contracts and to all related subcontracts which exceed $ 100, 000 (49 CFR 20).

1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, " Disclosure Form to Report Lobbying," in accordance with its instructions.

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U. S. C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $ 10, 000 and not more than $ 100, 000 for each such failure.

3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $ 100, 000 and that all such recipients shall certify and disclose accordingly.

Remainder of this page left blank intentionally)

RFP18- 002 Emergency- Disaster Debris Removal 60 EXHIBIT " E"

Appendix II to Part 200— Contract Provisions for Non- Federal Entity Contracts Under Federal Awards

In addition to other provisions required by the Federal agency or non- Federal entity, all contracts made by the non- Federal entity under the Federal award must contain provisions covering the following, as applicable.

A) Contracts for more than the simplified acquisition threshold currently set at 150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council ( Councils) as authorized by 41 U. S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.

B) All contracts in excess of$ 10, 000 must address termination for cause and for convenience by the non- Federal entity including the manner by which it will be effected and the basis for settlement.

C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of" federally assisted construction contract" in 41 CFR Part 60- 1. 3 must include the equal opportunity clause provided under 41 CFR 60- 1. 4( b), in accordance with Executive Order 11246, " Equal Employment Opportunity" 30 FR 12319, 12935, 3 CFR Part, 1964- 1965 Comp., p. 339), as amended by Executive Order 11375, " Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, " Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."

D) Davis- Bacon Act, as amended ( 40 U. S. C. 3141- 3148). When required by Federal program legislation, all prime construction contracts in excess of$ 2, 000 awarded by non- Federal entities must include a provision for compliance with the Davis- Bacon Act 40 U. S. C. 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations ( 29 CFR Part 5, " Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non- Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for

RFP18- 002 Emergency- Disaster Debris Removal 61 compliance with the Copeland "Anti- Kickback" Act (40 U. S. C. 3145), as supplemented by Department of Labor regulations ( 29 CFR Part 3, " Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non- Federal entity must report all suspected or reported violations to the Federal awarding agency.

E) Contract Work Hours and Safety Standards Act (40 U. S. C. 3701- 3708). Where applicable, all contracts awarded by the non- Federal entity in excess of$ 100, 000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U. S. C. 3702 and 3704, as supplemented by Department of Labor regulations ( 29 CFR Part 5). Under 40 U. S. C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U. S. C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.

F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of" funding agreement" under 37 CFR §401. 2 ( a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, " Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency.

G) Clean Air Act (42 U. S. C. 7401- 7671q.) and the Federal Water Pollution Control Act 33 U. S. C. 1251- 1387), as amended— Contracts and subgrants of amounts in excess of 150,000 must contain a provision that requires the non- Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U. S. C. 7401- 7671q) and the Federal Water Pollution Control Act as amended ( 33 U. S. C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency ( EPA).

H) Debarment and Suspension ( Executive Orders 12549 and 12689)— A contract award ( see 2 CFR 180. 220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 ( 3 CFR part 1986 Comp., p. 189) and 12689 ( 3 CFR part 1989 Comp., p. 235), " Debarment and

RFP18- 002 Emergency- Disaster Debris Removal 62 Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549.

I) Byrd Anti- Lobbying Amendment (31 U. S. C. 1352)— Contractors that apply or bid for an award exceeding $ 100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U. S.C. 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non- Federal award.

J) See § 200. 322 Procurement of recovered materials. A non- Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency ( EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$ 10, 000 or the value of the quantity acquired by the preceding fiscal year exceeded $ 10, 000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.

78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75888, Dec. 19, 2014]

RFP18- 002 Emergency- Disaster Debris Removal 63 ADDITIONAL INFORMATION FOR EXHIBIT "E" APPENDIX II TO PART 200

A. Applies to this RFP/Contract.

B. Applies to this RFP/ Contract.

C. See Exhibit " D" FHWA- 1273.

D. See Exhibit " D" FHWA-1273.

E. See Exhibit " D" FHWA- 1273. F. Does not apply to this RFP/Contract. G. See Exhibit " D" FHWA- 1273.

H. See Exhibit " D" FHWA- 1273.

I. See Exhibit " D" FHWA- 1273.

J. See § 200.322 Procurement of recovered materials.

RFP18- 002 Emergency- Disaster Debris Removal 64 EXHIBIT" F"

PROPOSED DRAFT- TERM CONTRACT FOR EMERGENCY-DISASTER DEBRIS REMOVAL RFP# 18- 002

THIS AGREEMENT is made this day of, 20 , by and between the CITY OF OCOEE, a Florida municipal corporation, 150 North Lakeshore Drive, Ocoee, Florida 34761 ( hereinafter referred to as the " City") and a hereinafter referred to as the" Contractor").

RECITALS

WHEREAS, the City solicited proposals to perform certain city wide emergency debris removal work as set forth in RFP # 18- 002 and its Exhibits to include all federal requirements, a complete copy of which is attached hereto as Exhibit " 1" and by this reference made a part hereof( the" RFP");

WHEREAS, the City has made, an award to the Contractor to perform city wide emergency debris removal work pursuant to the RFP; and

WHEREAS, the Contractor is capable of performing the Work and agrees to perform the Work pursuant to the terms of this Agreement, and for the prices and rates specified in the Contractor' s response to the RFP, a copy of which is attached hereto as Exhibit " 2" and by this reference made a part hereof( the " Proposal").

NOW THEREFORE, in consideration of the premises and other good and valuable considerations exchanged between the parties hereto, the receipt and sufficiency of which is hereby acknowledged, the parties hereto incorporate by reference the above recitals and agree as follows:

Recitals; Definitions. The above recitals are true and correct and incorporated herein by this reference. All capitalized terms not otherwise defined herein shall be as defined or described in the RFP, unless otherwise indicated.

Scope of Work. The Contractor shall provide the services and materials as specified in the RFP ( the " Work"). The Contractor shall furnish all materials, tools, equipment, manpower, and consumables to complete the Work. In the event Contractor declines the work after the issuance of a Notice to Proceed by the City, Contractor shall provide the City with a formal declaration of work refusal.

Term of Agreement. This Agreement shall be for a period of three ( 3) years with two 2) separate automatic one ( 1) year renewal terms, each of which shall automatically commence on the anniversary of the Effective Date unless the City exercises its sole option not to proceed with the renewal term. The City, at its sole discretion, may refuse to exercise the renewal options by providing written notice of same to Contractor not later than thirty (30) days before the expiration of a term. The City shall have the option of extending the term an additional one 1) year after completion of the renewal terms. The commencement date of this Agreement shall be the date this Agreement is executed by the City( the " Effective Date").

Compensation. Contractor agrees to perform the Work for the rates and prices specified in the Proposal. The amounts as specified in the Proposal may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement, will remain firm for the first year of this RFP18- 002 Emergency- Disaster Debris Removal 65 Agreement. Prices may be adjusted in subsequent years only pursuant to the RFP and this Agreement. Adjustments not otherwise provided for in the RFP and this Agreement will only be permitted solely at the discretion of the City.

Payment. Payments made by the City to the Contractor shall be deemed to fully compensate the Contractor for all labor, supervision, administration, material, fuel, mobilization, collection and disposal of debris, and equipment rental incurred, expended or performed by the Contractor. Invoices shall be submitted by the Contractor to the City at the end of each authorization or on a monthly basis. All invoices shall be payable in accordance with the procedures set forth in the RFP. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor. NOTE: ALL INVOICES MUST CLEARLY INDICATE: CITY AGREEMENT # RFP 18- 002 EMERGENCY DEBRIS REMOVAL TERM CONTRACT.

Contractors Officers and Employees.

Contractor' s Officer(s): The Contractor shall assign a qualified person or persons to be in charge of the operations within the City and shall provide the name( s) of such person( s) and related contact information to the City. Information regarding the person' s experience and qualifications shall also be furnished. Supervisory employees must be available for consultation with City staff within a reasonable and practicable time after notification of a request for such consultation. The supervisor( s) shall operate a vehicle which provides mobile communication for immediate contact with City staff.

Conduct of Employees: The Contractor shall see to it that its employees serve the public in a courteous, helpful, and impartial manner. Contractor' s collection employees will be required to follow the regular walk for pedestrians while on private property. No trespassing by employees will be permitted, nor crossing property of neighboring premises unless residents or owners of both such properties shall have given permission. Care shall be taken to prevent damage to property including cans, carts, racks, trees, shrubs, flowers, and other plants.

Employee Uniform Regulations: During working hours, the Contractor' s collection employees shall wear a uniform or shirt bearing the company' s name. Lettering stitched on or identifying patches permanently attached to uniform shirts and jackets will be acceptable. The Contractor shall keep a record of employees' names and numbers assigned.

Driver' s License: Each vehicle operator shall, at all times, carry a valid Florida driver' s license for the type of vehicle that is being driven.

Patents and Copyrights. The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City.

Termination for Cause. If Contractor fails or neglects to perform a material obligation under this Agreement the City shall provide written notice to the Contractor that the Contractor is in default and that City intends to terminate this Agreement if the default( s) are not cured. If the Contractor fails to cure the default( s) or, if such default( s) cannot practicably be cured within RFP18- 002 Emergency- Disaster Debris Removal 66 five ( 5) days and Contractor fails to diligently commence to correct the default(s), then the City may, without prejudice to any other remedy, cure such default(s) and/or rectify such deficiencies and charge the Contractor the reasonable cost thereof; or, at the City' s option, may terminate this Agreement. In the event of such termination for cause the Contractor shall turn over to the City all documents, materials, plans, specifications, manuals, records, submittals, correspondence, minutes, memoranda, tape recordings, videos, or other things or electronic data that relate to or concern the work performed by the Contractor under this Agreement. If it is later determined that the City' s termination for cause under this Agreement was improper or not justified, then the parties agree that the termination of the Contractor shall be deemed and treated as a termination for convenience and, the Contractor' s sole and exclusive remedy shall be to receive compensation in the same manner as prescribed for a termination for convenience.

Termination for Convenience. The City may terminate this Agreement at any time solely for its convenience by providing the Contractor with thirty (30) days written notice. In the event of such a termination by the City for convenience, the City shall be shall pay for all Work properly performed prior to the effective date of the termination and for all materials, supplies and services, which were reasonably utilized to perform the Work through the effective date of the termination for convenience and other normal and reasonable costs incurred by the Contractor that are caused by or reasonably arise out of the termination for convenience.

Warranty. The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed; be free from all faults, defects or errors; and be of the highest quality. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one 1) year from expiration date of this Agreement, the Contractor shall, at the City' s option, either redo such portions of the Work to correct such fault, defect or error, at no additional cost to the City; or refund to the City the amount paid by the City which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for obtaining another Contractor to redo the Work.

ALL MATERIALS AND SERVICES PROVIDED BY THE CONTRACTOR, SHALL BE MERCHANTABLE AND FIT FOR THE PURPOSES INTENDED.

THE CONTRACTOR SHALL BE LIABLE FOR SECONDARY, INCIDENTAL OR CONSEQUENTIAL DAMAGES OF ANY NATURE RESULTING FROM ANY WORK PERFORMED UNDER THIS AGREEMENT.

Time of Completion. Time is of the essence in the performance of this Agreement. All Work shall be performed regularly, diligently, and uninterrupted within the times and in accordance with the specified schedule provided by the City. The City shall provide Contractor with a reasonable extension of time for any delay caused by acts of God, fire, flood, hurricanes, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor' s control which prevent or hinder the performance of the Contractor.

Indemnification. To the fullest extent provided by law, Contractor shall indemnify, defend and hold harmless the City and all of its officers, agents and employees from all claims, loss, damage, cost, charges or expense including, but not limited to reasonable attorneys' fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor, its agents, employees, or subcontractors during the performance of the Agreement. The City shall use its best efforts to promptly notify the Contractor in writing of any Claims and shall provide the Contractor with information regarding the Claims as the Contractor may RFP18- 002 Emergency- Disaster Debris Removal 67 reasonably request, but the failure to give such notice or provide such information shall not diminish the obligations of the Contractor under this Section.

Correction of Work. The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to this Agreement. The Contractor shall bear all costs of correcting such rejected Work. In the event that Contractor fails to timely correct the Work, then the City, at its sole discretion and without waiving any other rights or remedies under this Agreement, may deduct from any amounts due under this Agreement, the actual cost paid by the City to a third party to perform the Work. If the City performs such work with its own personnel then the City may deduct from any amounts due under this Agreement such amount equal to what the Contractor would have charged for doing the work, plus 110% of such amount.

Right to Audit Records. The City shall be entitled to audit the books and records of the Contractor or any sub- contractor to the extent that such books and records relate to the performance of this Agreement or any sub- contract to this Agreement. Such books and records shall be maintained by the Contractor for a period of three ( 3) years from the date of final payment under this Agreement and by the subcontractor for a period of three ( 3) years from the date of final payment under the sub- contract unless a shorter period is otherwise authorized in writing.

Information. All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents.

Safety Measures. The Contractor shall take all necessary precautions for the safety of the City' s and Contractor' s employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workers and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site.

Extra Work. The City, without invalidating this Agreement, may order changes in the Work within the general scope of this Agreement consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written Addendum to this Agreement, and shall be executed under the applicable conditions of the Agreement.

Price Adjustments. The contract labor rates shall increase no more than 3% upon renewal of the contract each year. All other provisions of the contract shall remain constant for the life of the contract.

Performance of Agreement.

The Contractor' s performance of this Agreement shall be supervised by the Director of Public Works or his or her authorized representative ( the " Director"). If at any time during the term of this Agreement, performance is considered unsatisfactory to the Director, the Contractor shall increase the work force, tools, and equipment as needed to properly perform this Agreement. The failure of the Director to give such notification shall not relieve the Contractor of his obligation to perform the Work at the time and in the manner specified by this Agreement.

RFP18- 002 Emergency- Disaster Debris Removal 68 The Contractor shall furnish the Director with every reasonable opportunity for ascertaining whether or not the Work, as performed, is in accordance with the requirements of this Agreement.

The Director may appoint qualified persons to inspect the Contractor' s operation and equipment at any reasonable time and the Contractor shall admit authorized representatives of the City to make such inspections at any reasonable time and place.

Familiarity With The Work. The Contractor by executing this Agreement, acknowledges full understanding of the extent and character of the Work required and the conditions surrounding the performance thereof. The City will not be responsible for any alleged misunderstanding of the Work to be furnished or completed, or any misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this Agreement by the Contractor serves as the Contractor' s stated commitment to fulfill all the conditions referred to in this Agreement.

Insurance.

The Contractor, at all times during the term of this Agreement, shall meet the following requirements:

Maintain all insurance coverage required by the RFP or this Agreement.

Maintain any additional coverage required by the City.

Name the City as an additional insured on all liability policies required by this Agreement. When naming the City as an additional insured, the insurance companies shall agree and will endorse the policies to state that the City will not be liable for the payment of any premiums or assessments.

Make no change or cancellation in insurance without thirty( 30) days prior written notice to the City.

File original signed Certificates of Insurance, evidencing such coverage and endorsements as required herein with the City for approval before work is started. The certificate must state the Proposal Number and Title. Upon

expiration of the required insurance, the Contractor must submit updated certificates of insurance during the term of this Agreement.

It is understood and agreed that all policies of insurance provided by the Contractor are primary coverage to any insurance or self-insurance the City possesses that may apply to a loss resulting from the work performed under this Agreement.

The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless provision which shall be a part of the indemnification provided by the contractor under Paragraph 12:

The Contractor hereby agrees to indemnify and hold harmless the City of Ocoee, its officers, agents, and employees from all claims for bodily injuries to the public in and up to the amount of 1, 000,000 for each occurrence and for all damages to the property

RFP18- 002 Emergency- Disaster Debris Removal 69 of others in and up to the amount of $ 1, 000, 000 for each occurrence per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable attorney fees and the cost of appeals arising out of any such claims or suits arising out of any and all acts or omissions by the Contractor, its agents, servants, or employees, or through the mere existence of the project under contract."

The foregoing indemnity contract shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the City, its officers, agents, and employees, as determined by a court of competent jurisdiction. The foregoing shall not be construed as a limitation on the liability of the Contractor, but merely as a statement related to insurance coverage with respect to such indemnity. In addition:

The Contractor shall notify its insurance agent without delay of the existence of the indemnification provisions contained within this Agreement, and furnish a copy of this Agreement to the insurance agent and carrier.

The Contractor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the City under the indemnity contract from any and all claims arising out of contractual operations.

All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure and shall be made available to the City upon request to the Contractor. No deductibles will be allowed in any policies issued on this Agreement unless specific safeguards have been established to assure an adequate fund for payment of deductibles by the insured and approved by the City.

Compliance by the Contractor with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Contractor of its liabilities and obligations under any section or provision of this Agreement or under applicable law.

Insurance coverage required shall be in force throughout the term of this Agreement. Should the Contractor fail to provide acceptable evidence of current insurance within seven ( 7) days of receipt of written notice at any time during the term, the City shall have the right to consider this Agreement breached and declare a default by the Contractor.

If the Contractor does not meet the insurance requirements of this Agreement, alternate insurance coverage, satisfactory to the City, may be considered.

Miscellaneous Provisions.

The City and other authorizing agencies shall have the right to inspect the site, verify quantities and review operations at any time.

The Contractor shall not employ subcontractors without the advance written permission of the City.

Contractor shall not assign this Agreement without the advance written consent of

RFP18- 002 Emergency- Disaster Debris Removal 70 the City.

The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement.

The Contractor shall conduct the Work so as not to interfere with the disaster response and recovery activities of federal, state, and local governments or agencies, or of any public utilities.

All activity associated with debris operations shall be performed during visible daylight hours only. The Contractor may work daylight hours seven ( 7) days per week, including holidays.

No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the City.

The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement.

The Contractor shall at all times, keep the its work areas free from accumulation of waste materials or rubbish caused by its operations, and promptly remove any such materials to an approved disposal location and leave each location where it performs services in a broom clean condition.

The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables left on City property by the Contractor.

This Agreement is considered a non- exclusive Agreement between the parties.

This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida.

As a condition precedent to the filing of any suit or other legal proceeding, the parties shall endeavor to resolve claims, disputes or other matters in question by mediation. A party shall initiate mediation by serving a written request for mediation on the other party. The parties shall, by mutual agreement, select a mediator within fifteen 15) days of the date of the request for mediation. If the parties cannot agree on the selection of a mediator, then the City shall select the mediator who, if selected solely by the City shall be a mediator certified by the Supreme Court of Florida. No suit or other legal proceeding shall be filed until the mediator declares an impasse, which declaration, in any event, shall be issued by the mediator not later than sixty (60) days after the initial mediation conference.

The parties agree that this Agreement was entered into in Orange County, Florida, and that the performance of the parties under this Agreement shall be deemed to be accomplished in Orange County, Florida, and that payment is due in Orange County, Florida, and that the venue for any mediation, collection or enforcement action under this Agreement shall be in Orange County, Florida. The exclusive venue of any litigation or other judicial proceeding between the parties shall be the Circuit Court of the Ninth

RFP18- 002 Emergency- Disaster Debris Removal 71 Judicial Circuit in and for Orange County, Florida. The laws of the State of Florida shall govern the validity, construction and performance of this Agreement without reference to its conflict of laws provisions.

WAIVER OF JURY TRIAL Contractor hereby voluntarily and intentionally waives the right to a trial by jury in respect to any litigation arising out of, under, or in connection with this Agreement or in connection with any course of conduct, course of dealing, statements ( whether verbal or written) or action of either party, whether in connection with this Agreement or otherwise unrelated thereto. This Waiver of Jury Trial shall be binding upon all successors and assigns of the parties hereto.

The undersigned hereby certify that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that it is authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor.

This Agreement, including Exhibit " 1" and Exhibit " 2" hereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto.

Compliance with Law. In addition to compliance with the Required Contract Provisions for Federal- Aid Construction Contracts stated in the RFP and the RFP Exhibits and incorporated herein by reference, the Contractor shall coordinate with the City, the Federal Highway Administration ( FHWA) and the Federal Emergency Management Agency ( FEMA) in the performance and administration of the federal requirements of this contract. Contractor acknowledges that FEMA financial assistance will be used to fund the contract only. The Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives, and FHWA regulations, as amended from time to time.

The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the City, Contractor, or any other party pertaining to any matter resulting from this contract.

Accordingly, the services required in this RFP are being solicited in accordance to 2 C.F. R. Section 200. 317- 326. The Contractor also acknowledges that 31 U.S. C. Chap. 38 Administrative Remedies for False Claims and Statements) applies to the contractor' s actions pertaining to this contract.

Order of Precedent. In the event of a conflict between the provisions of this Agreement along with the terms of the RFP and its Exhibits, and Federal Code, the more restrictive rule shall prevail.

Severability. If any part, section, subsection, or other portion of this Agreement is declared void, unconstitutional, invalid for any reason, such part, section, subsection or other portion, or the prescribed applications thereof, shall be severable, and the remaining provisions of this Agreement, and all applications thereof not having been declared void, unconstitutional or invalid shall remain in full force and effect. The City and the Contractor declare that no invalid or prescribed provision or application was an inducement at the execution of this Agreement, and

RFP18- 002 Emergency- Disaster Debris Removal 72 that they would have executed this Agreement, regardless of the invalid or prescribed provision or application.

Attorneys Fees. In the event that either party finds it necessary to commence an action against the other party to enforce any provisions of this Agreement or because of a breach by the other party of any of the terms hereof, the prevailing party shall be entitled to recover from the other party its reasonable attorneys' fees, paralegal fees and costs incurred in connection therewith, at both trial and appellate levels, including bankruptcy proceedings and the right to such reasonable attorneys' fees, paralegal fees, and costs shall be deemed to have accrued from the commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment.

Notices. All notices and approvals which any party shall be required or shall desire to make or give under this Agreement shall be in writing and shall be made or given ( i) by certified mail, postage prepaid, return receipt required, ( ii) by hand delivery to named individuals representing the party to be notified, or ( iii) by private parcel, next day ( delivery service). Notices, including notice of a change of address or telephone number, shall be addressed or transmitted to the addressees set forth below, or that a party may otherwise designate in the manner prescribed herein:

As to the City: City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761 Attention: City Manager Phone: ( 407) 656- 2322

with a copy to: Director of Public Works City of Ocoee 150 North Lakeshore Drive Ocoee, Florida 34761 Attention: Director of Public Works Phone: ( 407) 905- 3100 ext. 6001

As to Contractor:

Notices and approvals given or made as aforesaid shall be deemed to have been given and received on the date of actual receipt.

Entire Agreement: This Agreement embodies and constitutes the entire understandings of the parties with respect to the matters contemplated herein, and all prior or contemporaneous agreements, understandings, representations, and statements, oral or written are merged into this Agreement. Neither this Agreement nor any provisions hereof may be waived, modified, amended, discharged, or terminated except by an instrument in writing signed by the party against whom the enforcement of such waiver, modification, amendment, discharge, or termination is sought, and then only to the extent set forth in such instrument.

RFP18- 002 Emergency- Disaster Debris Removal 73 Captions: Captions of the section and subsections of this Agreement are for the convenience and reference only, and the words contained therein shall in no way be held to explain, modify, amplify or aid in the interpretation, construction or meaning of the provisions of this Agreement.

Public Records Compliance:

The City of Ocoee ( City) is a public agency subject to Chapter 119, Florida Statutes. The Contractor agrees to comply with Florida' s Public Records Law. Specifically, the Contractor shall:

1. Keep and maintain public records required by the City to perform the service. 2. Upon request from the City' s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Florida Statutes, or as otherwise provided by law.

3. Ensure that public records that are exempt or confidential and exempt from the public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the City. 4. Upon completion ofthe contract, Contractor agrees to transfer at no cost to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public record to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City' s custodian of public records, in a format that is compatible with the information technology systems of the City.

5. A Contractor who fails to provide the public records to City within a reasonable time may be subject to penalties under section 119. 10, Florida Statutes.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR' S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 407- 905- 3100, EXTENSION 1022, [email protected], WITH AN OFFICE LOCATED AT 150 NORTH LAKESHORE DRIVE, OCOEE, FLORIDA 34761.

Counterparts: This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original, but all of which together shall constitute one and the same instrument.

Signature page follows.)

RFP18- 002 Emergency- Disaster Debris Removal 74 IN WITNESS WHEREOF, Contractor and the City have caused this Agreement to be executed by their duly authorized officers as of the day and year first above written.

CONTRACTOR: Witness Print Name:

a corporation Witness Print Name: By: Name: Title:

SEAL)

ATTEST: CITY OF OCOEE, FLORIDA

By: Melanie Sibbitt, City Clerk Rusty Johnson, Mayor

SEAL)

FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE, FLORIDA; COMMISSION AT A MEETING HELD APPROVED AS TO FORM AND ON 2018 UNDER LEGALITY this day of AGENDA ITEM NO. 2018.

SHUFFIELD, LOWMAN& WILSON, P.A.

BY: Scott A. Cookson, City Attorney

RFP18- 002 Emergency- Disaster Debris Removal 75 EXHIBIT " 1"

TEXT OF RFP# 18- 002 WITH RFP EXHIBITS

INCLUDING FEDERAL REQUIREMENTS

To be added at time of execution)

RFP18- 002 Emergency- Disaster Debris Removal 76 EXHIBIT " 2"

CONTRACTOR' S PROPOSAL

To be added at time of execution)

RFP18- 002 Emergency- Disaster Debris Removal 77 EXHIBIT " G" DRUG-FREE WORKPLACE CERTIFICATION

The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that it has a drug- free workplace program. In order to have a drug-free workplace program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection( 1).

4. In the statement specified in subsection( 1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five( 5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

Bidder:

Signature:

By: Print or Type Name)

Title:

Date:

RFP18- 002 Emergency- Disaster Debris Removal 78 EXHIBIT" H" SWORN STATEMENT UNDER SECTION 287.133( 3)( a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to City of Ocoee, Florida by Entity)

by Print individual's Name& Title)

whose business address is

2. I understand that a" public entity crime" as defined in Paragraph 287. 133( 1)( g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation.

3. I understand that " convicted" or " conviction" as defined in Paragraph 287. 133( 1)( b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.

4. I understand that an" affiliate" as defined in Paragraph 287. 133( 1)( a), Florida Statutes, means:

a. A predecessor or successor of a person convicted of a public entity crime: or

b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term " affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

5. I understand that a " person" as defined in Paragraph 287. 133( 1)( e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term " person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.

6. Based on information and belief, the statement I have marked below is true in relation to the entity submitting this sworn statement. ( please indicate which statement applies).

RFP18- 002 Emergency- Disaster Debris Removal 79 Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. ( Please attach a copy of the final order.)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ( ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287. 017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

Signature)

Date:

Name of Bidder( Contractor)

STATE OF

COUNTY OF

PERSONALLY APPEARED BEFORE ME, the undersigned authority,

who, after first being sworn by me, Name of Individual Signing) affixed his/her signature in the place provided above on this day of

20

Notary Public My Commission Expires:

RFP18- 002 Emergency- Disaster Debris Removal 80 EXHIBIT " I" CERTIFICATION OF NON-SEGREGATED FACILITIES

The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that ( except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $ 10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Governing Law: The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor.

Note:

The penalty for making false statements in offers is prescribed in 18 U.S. C. 1001.

Date 20 .

By:

Title) Official Address( including Zip Code):

RFP18- 002 Emergency- Disaster Debris Removal 81 EXHIBIT " J" Certification Regarding Scrutinized Companies' Lists

The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287. 135 and 215. 473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287. 135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria.

Name of Respondent:

By: Authorized Signature)

Title:

Date:

RFP18- 002 Emergency- Disaster Debris Removal 82 ocoee florida

EXHIBIT" K" RFP CONFLICT OF INTEREST DISCLOSURE FORM

The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, or any FEMA, FHWA, FDOT employee, who owns assets or capital stock, directly or indirectly, in the Proposer' s firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal. ( Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity' s ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing.

The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract.

According to Chapter 112, Florida Statutes, the term" conflict of interest"" means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee' s professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities.

Please check one of the following statements and attach additional documentation if necessary:

To the best of our knowledge, the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal.

Acknowledged by:

Firm Name

Signature

Name and Title( Print or Type)

Date

RFP18- 002 Emergency- Disaster Debris Removal 83 Exhibit" L" RFP# 18- 002 COMPANY INFORMATION& SIGNATURE SHEET

FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE " SCOPE OF WORK/ FEE RATES PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE RESPONDENT FURTHER AGREES TO COMPLY WITH ALL FEDERAL REQUIREMENTS IN THE PERFORMANCE OF THIS CONTRACT.

COMPANY NAME TELEPHONE( INCLUDE AREA CODE)

FAX ( INCLUDE AREA CODE)

E- MAIL ADDRESS

IF REMITTANCE ADDRESS IS DIFFERENT

AUTHORIZED SIGNATURE( manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW:

NAME/TITLE( PLEASE PRINT)

STREET ADDRESS

CITY STATE ZIP

FEDERAL ID#

Individual; Corporation; Partnership; Other( Specify)

Sworn to and subscribed before me this day of 20 .

Personally Known or

Produced Identification

Notary Public- State of County of Type of Identification)

Signature of Notary Public

Printed, typed or stamped Commissioned name of Notary Public

RFP18- 002 Emergency- Disaster Debris Removal 84 EXHIBIT " M"

General Decision Number: FL180223 01/ 05/ 2018 FL223

Superseded General Decision Number: FL20170223

State: Florida

Construction Type: Highway

County: Orange County in Florida.

HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order ( EO) 13658, an hourly minimum wage of $ 10. 35 for calendar year 2018 applies to all contracts subject to the Davis- Bacon Act for which the contract is awarded

and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the ED, the contractor must pay all workers in any classification listed on this wage determination at least $10. 35 per hour ( or the applicable

wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above- mentioned types of contracts entered into by the federal government that are subject to the Davis- Bacon Act itself, but it does not apply to contracts subject only to the Davis- Bacon Related Acts, including those set forth at 29 CFR 5. 1 ( a) ( 2)- ( 60) . Additional information on contractor requirements and worker protections under the HO is available at www. dol. gov/ whd/ govcontracts.

Modification Number Publication Date 0 01/ 05/ 2018

ELEC0915- 004 12/ 01/ 2017

Rates Fringes

ELECTRICIAN 28. 18 38%+ 0. 35

SUFL2013- 041 08/ 19/ 2013

Rates Fringes

CARPENTER, Includes Form Work $ 15. 73 0. 00

CEMENT MASON/ CONCRETE FINISHER $ 12. 95 0. 31

FENCE ERECTOR 10. 23 0. 00

HIGHWAY/ PARKING LOT STRIPING: Operator ( Striping Machine) 15. 45 0. 00

HIGHWAY/ PARKING LOT STRIPING: Painter 12. 13 0. 00

IRONWORKER, ORNAMENTAL 13. 48 0. 00 RFP18- 002 Emergency- Disaster Debris Removal 85 IRONWORKER, REINFORCING 16. 28 0. 00

IRONWORKER, STRUCTURAL 16. 42 0. 00

LABORER ( Traffic Control Specialist) 11. 61 0. 00

LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor 14. 05 0. 00

LABORER: Common or General 10. 95 0. 00

LABORER: Flagger 13. 09 0. 00

LABORER: Grade Checker 15. 25 0. 00

LABORER: Mason Tender - Cement/ Concrete 12. 58 0. 00

LABORER: Pipelayer 14. 12 0. 00

OPERATOR: Backhoe/ Excavator/ Trackhoe 18. 33 0. 00

OPERATOR: Bobcat/ Skid Steer/ Skid Loader 12. 88 0. 00

OPERATOR: Broom/ Sweeper 12. 91 0. 00

OPERATOR: Bulldozer 15. 22 0. 00

OPERATOR: Concrete Finishing Machine 15. 44 0. 00

OPERATOR: Crane 23. 11 0. 00

OPERATOR: Curb Machine 18. 45 0. 00

OPERATOR: Drill 13. 04 0. 00

OPERATOR: Forklift 10. 43 0. 00

OPERATOR: Gradall 14. 71 0. 00

OPERATOR: Grader/ Blade 18. 20 0. 00

OPERATOR: Loader 14. 64 0. 00

OPERATOR: Mechanic 18. 05 0. 00

OPERATOR: Milling Machine 14. 79 0. 00

OPERATOR: Oiler 16. 67 0. 00

OPERATOR: Paver ( Asphalt,

Aggregate, and Concrete) 14. 91 0. 00

OPERATOR: Piledriver 17. 23 0. 00

OPERATOR: Post Driver

RFP18- 002 Emergency- Disaster Debris Removal 86 Guardrail/ Fences) 15. 97 0. 00

OPERATOR: Roller 13. 50 0. 00

OPERATOR: Scraper 12. 21 0. 00

OPERATOR: Screed 14. 24 0. 00

OPERATOR: Trencher 14. 25 0. 00

PAINTER: Spray 19. 57 0. 00

TRAFFIC SIGNALIZATION: Traffic Signal Installation 17. 23 0. 00

TRUCK DRIVER: Dump Truck 13. 82 0. 00

TRUCK DRIVER: Flatbed Truck 14. 28 0. 00

TRUCK DRIVER: Lowboy Truck 15. 89 0. 00

TRUCK DRIVER: Slurry Truck 11. 96 0. 00

TRUCK DRIVER: Water Truck 13. 29 0. 00

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

Note: Executive Order ( EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the

Davis- Bacon Act for which the contract is awarded ( and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health- related needs, including preventive care; to assist a family member ( or person who is like family to the employee) who is ill, injured, or has other health- related needs, including preventive care; or for reasons resulting from, or to assist a family member ( or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www. dol. gov/ whd/ govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses 29CFR 5. 5 ( a) ( 1) ( ii) ) .

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type( s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical

RFP18- 002 Emergency- Disaster Debris Removal 87 order of " identifiers" that indicate whether the particular rate is a union rate ( current union negotiated rate for local) , a survey rate ( weighted average rate) or a union average rate

weighted union average rate) .

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than " SU" or UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198- 005 07/ 01/ 2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i. e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/ 01/ 2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement ( CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the " SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non- union rates. Example: SULA2012- 007 5/ 13/ 2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/ 13/ 2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification( s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG- OH- 0010 08/ 29/ 2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/ 29/ 2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/ CBA rate of the union locals from which the rate is based.

RFP18- 002 Emergency- Disaster Debris Removal 88 WAGE DETERMINATION APPEALS PROCESS

1. ) Has there been an initial decision in the matter? This can be:

an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter

a conformance ( additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis- Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, DC 20210

2.) If the answer to the question in 1. ) is yes, then an interested party ( those affected by the action) can request review and reconsideration from the Wage and Hour Administrator

See 29 CFR Part 1. 8 and 29 CFR Part 7) . Write to:

Wage and Hour Administrator U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party' s position and by any information ( wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue.

3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board ( formerly the Wage Appeals Board) . Write to:

Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, DC 20210

4. ) All decisions by the Administrative Review Board are final.

END OF GENERAL DECISION

RFP18- 002 Emergency- Disaster Debris Removal 89 EXHIBIT" N" Roadways on the Federal Aid System

Mr ene on

III 111` TROUT L4KE SNI 1'' LAKE SHE 0 Ub 1 9 I`: 4DD.1N IN LIKE LDrI _ 4POPK4 Ilk Al C

NIP LIKE I' RADON' w 1111 --'.c. gifiLbib r LAKE o i LL4CKEE1 z ..

PRAIRIE AIM. III11 G 1 IS

N PaMM. A w A I EN IF I Al ` ` PEAC'N _ to 2 ce LIKE NLAKE,L4il Add • SPRING IP ST4ALE I' ' N0.17E LIKE

MEMO 11 all T. ' ' IIM ISI @ i = ' o I' omr M liI 41111ffigie II 1 NEI mow Ian IM,MK LIE Fl IP EL M1 1 I11 Q 41111 PRLxiA eh i ow l RLANDOAV 17STA 11941 E 1 EN t= 71

EN IEoMIowST .

MAINE STNMI Millin LAKE RE."' ET ' COLONIAL DR LIKE

11511111 ill LATTI i J IV 1 ot., Or

will .._ - ` 91) LAKE 7` 1G L1uT.': I`•, ` glipTR 7 tio 11b ` Ii riii ilir ells . il% EA J • v- il11 1 41 us% 3 31 Rir 1` 1 4 P l gin 7: di State Roads on Federal Aid System iiiime Local Roads on Federal Aid System

Local Roads not on Federal Aid System

L4Ks I MI City of Ocoee WHITNEY

L 4KP Unincorporated Territory e RxE1 , and Other Municipalities 0. 125 0. 25 os Map Generated: July 2017 0 Mi• s 1---" 1111101111 EXHIBIT " 2"

CONTRACTOR' S PROPOSAL TO RFP # 18- 002

To be added at time of execution)

Page 14 RFP18- 002 Emergency- Disaster Debris Removal Crowde rulfG Disaster Recovery and Debris Management

5435 Business Parkway Office:( 800) 992- 6207 Theodore, Alabama 36582 Fax:( 251) 459-7433

July 20, 2018

City of Ocoee Finance Department I Purchasing Joyce Tolbert, Purchasing Agent, CPPB 150 N. Lake Shore Drive Ocoee, FL 34761

Re: RFP 18.002 Emergency Disaster Debris Removal Term Contract CrowderGulf is pleased to submit the enclosed proposal as a firm and irrevocable offer in response to the RFP referenced above. We want to expresses our desire to enter into agreement with the City of Ocoee for Emergency Disaster Debris Removal Term Contract. We believe we are the best company to provide the City the requested services based on our personal experience, and our many years of experience and capabilities as synopsized below and demonstrated in the attached proposal.

CrowderGulf is a national full-service debris management firm with over forty-nine ( 49) years' experience in helping communities like the City of Ocoee recover from disasters. Having managed successful debris clean-up operations in fifteen( 15) states, including Florida, we have developed one of the most capable recovery management teams in the Country. Our team completed 91 activations last Hurricane season and CrowderGulf received the American Public Works Association— Florida Chapter 2018 Contractor of the Year Award for our work within the City of Punta Gorda, Florida. Our disaster experience includes the completion of over four hundred-fifty( 450) disaster recovery projects and success in removing, reducing and disposing of over three hundred and fifty (350) million cubic yards of debris and is testament to our ability to meet the scope of work established by the City. CrowderGulfs management team includes previous FEMA Directors, Emergency Managers and qualified Debris Specialists with 40+ years of training and " boots on the ground" field experience. You will find our team fully knowledgeable in all aspects. of debris clean-up from operational methodology to quality control and FEMA public assistance reimbursements. We recognize that an efficient, orderly and safe debris management operation can only be achieved by experienced on-site personnel. Our key management and field staff have obtained numerous FEMA and OSHA certifications in emergency management, safety and environmental compliance and remain with you from contract activation to closeout The knowledge and experience of the CrowderGulf management team, coupled with our personal inventory of heavy equipment and a large cadre of dedicated subcontractors, has meant that every project has been completed successfully and within contract timelines. Our team is dedicated to following FEMA 325 guidelines and meeting 2 CFR requirements. We are well versed in the Sandy Recovery Improvement Act and Moving Ahead for Progress MAP 21) initiatives and work diligently with our clients to incorporate these incentives into our debris recovery process. Our past experience enables us to assemble uniquely trained and experienced project teams and match specialized equipment and resources with project execution requirements. We believe training and pre-planning are keys to a successful debris removal operation. CrowderGulf provides pre-planning and training to our clients free of charge throughout the contract term.

CrowderGulf is committed to responding to any event in the City of Ocoee, regardless of size or type, with utmost promptness. Don Madio, Florida Regional Manager, is a very experienced member of the CrowderGulf team. He is a long time Florida resident and has first-hand experience working disaster declarations. He recently managed multiple contracts after Hurricane Irma caused significant damage to the State of Florida. He has been assigned to meet the needs and requests of the City of Ocoee throughout the year. He can provide valuable knowledge and experience with an inherent commitment and dedication to the City of Ocoee. Don MadiQ can be reached at( 813-285- 8749 or dmadioAcrowdergulf.com. Or, you may contact the CrowderGulf Disaster Assistance office at 1- 800-992- 6207. Page 2

Financial strength is one of the most important aspects for the City of Ocoee to consider when selecting a debris contractor. Following a major disaster, the City's financial burdens could be substantial. It is important to have a financially strong disaster-experienced contractor, such as CrowderGulf, that will work to get the job completed, regardless of any delays in invoice payments. CrowderGulfs financial stability is solid and reliable and over the years we have established an excellent line of credit with our financial institution. We have always paid our subcontractors and personnel weekly. This ensures that we are able to provide the very best subcontractors for the City and that we are able to secure additional qualified subcontractors to fulfill any concurrent contracts. CrowderGulf has always met all financial obligations without interruption. AGGREGATE BONDING CAPACITY 500,000,000 SINGLE BONDING CAPACITY 250, 000,000 OTHER AVAILABLE FUNDING 80, 000,000

CrowderGulf maintains all required Insurances such as General Liability, Personal Injury, Workers Compensation, Automobile/ Equipment Liability, as well as Maritime Insurance. Additional information regarding insurance has been presented with our proposal response. CrowderGulf has encountered and successfully handled everything within the City's Scope of Work identified in the RFP. This includes removal of eligible disaster-related vegetation, construction & demolition ( C& D), hazardous waste, white goods, e-goods, stump removal, marine debris removal, debris reduction and disposal etc. Details of our proposal. abilities are summarized in our Past Performance in the attached A summary of our debris management services include the following. CCOur Disaster Management Services include the following: Debris Removal Demolition Pre Planning and Training Waterway Emergency Road Clearance Marine Salvage Dredging ROW& ROW Debris Removal Bio-Mass Recycling Portable Housing Removal Levee Construction Development& Operation of DMS Derelict Vehicle and Abandoned Vehicle Final Debris Disposal Removal& Disposal of White Goods& E- Goods Sonar Scanning Marine Construction Hazardous Materials Handling Tree Trimming and Removal( leaners Mangers) Restoration Cellular Tower Construction Technical Disaster Recovery Assistance Sand Removal, Screening& Breach Historic Property Preservation Temporary Ice, Water and Other Consumables Road and Utility Work Services/Generators Bulkhead and Pier Replacement Pile Driving Temporary Power Land Clearing and Site Prep We greatly appreciate the opportunity to submit this proposal. We assure you that our professional disaster debris team will continue to exceed the expectations of the City of Ocoee. We will be pleased to provide any additional information that would assist the City in its deliberations and look forward to your favorable response. As the President of CrowderGulf, I attest that this proposal is presented in fairness and in good faith without collusion or fraud and I, John Ramsay, have the authority to bind CrowderGulf in all transactions relative to the award of this RFP. In addition, Ashley Ramsay-Naile, Senior Vice President, also has the authority to bind the company.

Best Rega • s,

John Ramsay President and CEO jramsayt crowderoulf.com CROWDER GULF Table ofContents

Section 1 – Company Information

6. Contract Information CrowderGulf At- A- Glance 2 Over Forty- Nine ( 49) Years of Debris Management Experience 2 Services Available 3 Key Personnel 8 Organizational Chart 16 Personnel Certifications & Training 17 Subcontracting 20 Mobilizing Large Workforces 29

Section 2 – Experience / References Yr Yit.:,, " a Past Performance Chart 32 References 46 Ability to Handle Multiple Projects 47

Section 3 – Pricing – Exhibit B

fr.i-; Section 4 - Forms r w: , r Summary of Litigation Addendum Acknowledgement Subcontractor List i Equipment List Yr. References & Past Experience of Similar Work

c i', Financial References – Bank & Bonding Letters a

4017,2 iii Bid Bond Exhibit G – Drug Free Workplace i vs Exhibit H – Sworn Statement of FL Public Entity Crimes i Exhibit 1 – Non- Segregated Facilities l ' r1 Exhibit J – Scrutinized Companies Certification Exhibit K– Conflict of Interest Disclosure Form

tkx Company Information/ Signature Sheet Licenses & Insurance Certifications

5 iv C ti City of Ocoee, FL RFP# 18- 002 Emergency Disaster Debris Removal Services CROWDER GULF

Section 1 -, ,„„ Company Information

N

1 4

pCp

i p Rte`' f.,

4, y;, EP

n} bNp

City of Ocoee, FL RFP# 18-002 Emergency Disaster Debris Removal Services yS CROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL Section 1 - Company Information

COMPANY CONTACT INFORMATION

CROWDER GULF

CrowderGulf Joint Venture, Inc. Disaster Administration Office 5435 Business Parkway Theodore, Alabama 36582 Phone: 800-992- 6207 Fax: 25.1- 459- 7433 iramsav( 7crowderaulf.com www.crowderqulf.com

FEIN: 01- 0626019 Incorporated in 2002 FL License CGC1522633

President & CEO Senior Vice President& COO John Ramsay Ashley Ramsay-Naile 800 992- 6207 646 872- 1548 cell [email protected] ramsa © crowder• ulf.com Both John Ramsay and Ashley Ramsay-Naile are authorized negotiators for CrowderGulf Joint Venture, Inc. and can bind the company in all things related to award of this contract.

Regional Manager Florida Regional Director Don Madio John Campbell 813 285- 8749 cell 859 963- 8672 cell [email protected] [email protected]

1 CROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

CrowderGulf At-A-Glance

Full time( 365 dayslyr) Debris Management Company with over 49 years of successful experience in debris management, removal and disposal services.

Bases of Operation: Primary Theodore, Alabama

CrowderGulf is a Florida Corporation

Satellite Offices Coral Springs, Davenport, Florahome, Clearwater and Winter Garden, FL

Never failed to complete all contract obligations and never defaulted on a contract.

Large cadre of management personnel with extensive disaster debris training and experience.

Completed simultaneous debris projects after all major hurricanes since 1969.

Over 450 disaster recovery projects successfully completed. Successfully removed, reduced and disposed of over 250 million cubic yards of debris. Industry leader in waterway debris removal, including work after Hurricane Sandy and Deep Horizon Oil Spill. Fully committed to using local citizens and qualified local subcontractors to the maximum extent, including Minority Business Enterprise( MBE) owners. No lawsuits, liens or judgments by clients ever filed or pending and no bankruptcy proceedings filed or pending. No lawsuits, liens or judgments by CrowderGulf to clients ever filed. Experienced in providing FEMA compliant documentation to every client, We provide unlimited support and accurate documentation to help ensure that no clients are denied reimbursement.

Well-developed and proven Debris Management and Operations Plan that is reviewed and revised after every event. Quality Control always maintained to reinforce the" Clean as You Go" policy for debris removal.

Significant financial strength: AGGREGATE BONDING CAPACITY $ 500, 000,000 SINGLE BONDING CAPACITY 250, 000,000 OTHER AVAILABLE FUNDING 80, 000,000

Over Forty-Nine Years of Debris Management Experience CrowderGulfs owners, John and Woodie Ramsay, joined forces with local contractors in 1969 to clean up Biloxi and much of the Mississippi Gulf Coast after Hurricane Camille. The business continued to grow and in 1984, they began doing business as Gulf Equipment Corporation, an Alabama General Contractor licensed in seven Southeastern states. Based on the work generated, John and Woodie developed three divisions in Gulf Equipment: tower erection, t. construction, and disaster management.

2 CrowderGulf

GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

y In 2002, CrowderGulf was formally created by the Ramsay brothers as an independent disaster management company. During the last four and a half decades, CrowderGulf has managed over 350 disaster recovery projects in 15 states and has successfully removed, reduced and disposed of over 250 million cubic yards of debris. CrowderGulfs current and past performance, as highlighted in this proposal, demonstrates our expertise in successfully completing multiple contracts simultaneously, regardless of their locations or the amount of damage. CrowderGulf has encountered and successfully handled everything within the City's Scope of Work identified in this RFP. We are committed to completing every project in a minimum amount of time and in a safe, orderly, and practical manner. CrowderGulf contracts have involved disaster debris work in all eligible areas identified in FEMA's Public Assistance Program, Category A. The confidence that we can deliver services to the City effectively and efficiently is bred from our past successes. All disaster management work is completed in full regulatory compliance with all agencies involved in disaster Management FEMA), recovery, including the Federal Emergency Agency ( the Federal Highway Administration FHWA), the Environmental Protection Agency ( EPA), the Florida Department of Environmental Protection, the Florida Department of Health, and the Florida Department of Transportation. . This commitment to regulatory detail has earned CrowderGulf a reputation as a company of integrity, dependability and reliability.

CrowderGulf is committed to working as a team with City personnel to The County of York hos; facilitate the pre-planning that will assure a smooth debris removal operation worked with CrowderGulf ons ' in the event of a disaster. We can assist in preparing and updating Debris three different storm eveints On Management, Emergency Operations and Mitigation Plans. In addition, all three events, rowder ulfS } protessionaLs,m, respopsiyeness, CrowderGulf will provide preparedness training designed specifically to meet end attention to detail was the needs of the City. Our training and technical advice is provided free out tandi g! A a'+Manager, I of charge throughout the contract term. could not have asked for any more support than they The CrowderGulf Staff is dedicated to providing the City of Ocoee with provided to us during these events,, priority service, quality performance and expert on- site management. The combination of CrowderGulfs human resources, extensive equipment FrankHedspeth,. WasteServtces inventory, financial capacity and experienced subcontracting teams, allow Manager the company to honor all contractual commitments with dispatch and county of York, VA efficiency, regardless of geographic location or size of disaster. The depth of these integrated components will also allow CrowderGulf to respond to those special needs of the City that may not have been considered in the pre-event contract.

CrowderGulf Services Available to the City of Ocoee CrowderGulf has a plan tailored to meet the needs and specific requirements of the City of Ocoee. The services provided will consist of furnishing all labor, materials, and equipment to complete and deliver full Emergency Response and Recovery Services. CrowderGulf is able to offer the City the widest possible spectrum of debris management and disaster recovery services which are itemized below:

Pre Planning& Training Annual pre-disaster debris management planning sessions include training, review of emergency management plans, Debris Management Site( DMS) selection and other disaster recovery components. rCRowoER3 ilEIERDWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Emergency Road Clearance" PUSH" CrowderGulf provides push services by making certain that roadways designated by City of Ocoee are clear and passable within 70 working hours _ :., . from issuance of a Notice to Proceed ( NTP) with such clearance. yip ' I 4 , , ROW& ROE Debris Removal CrowderGulf performs permitting, clearing, and/ or removing FEMA eligible disaster related debris from the public rights-of-way, private property, streets, roads, canals, lakes, ponds and waterways in the City's jurisdiction as directed. Each load of debris is accurately and verifiably recorded on load tickets and presented to the City daily along with requested daily and weekly reports.

Development and Operation of DMS CrowderGulf constructs DMS to handle the volume of debris generated in the City by the disaster. Operation of the DMS includes debris separation, reduction, : recycling and proper holding, separating and disposal of hazardous waste and fluids. completion. CrowderGulf can r: DMS are fully restored to original condition after project also assist in selecting and identifying appropriate DMS locations and provide site specific operational plans. a a

Final Debris Disposal CrowderGulf disposes of all debris, including reduced debris, in accordance with all applicable federal, state and local laws, standards and regulations. Tipping fees are

typically associated with final disposal facilities and can be paid by CrowderGulf and r back billed at a later date as a pass through cost at the City' s request.

Tree Trimming& Removal (Leaners and Hangers/ CrowderGulf performs tree trimming and removal in accordance with American National Standard ANSI A300. Other tasks also associated with tree trimming are tree topping, stump grinding, grubbing, clearing, hauling and disposal of trees to abate imminent and/or significant threats to public health and safety. All Tree work is directed by the City and a FEMA representative.

Stump Removal All stump removal will be conducted following all FEMA 325 regulations. Stumps left on the rights-of-way will be hauled as regular vegetative debris. Only hazardous stumps that meet FEMA stump requirements will be removed upon FEMA approval. Complete documentation will be collected before and after the extraction.

Demolition CrowderGulf provides demolition services and removal of condemned structures and buildings that pose a threat to public health and safety. All demolition services requested are commenced with safety and regulatory requirements in place and all local, state and federal requirements are followed.

Derelict Vehicle Removal& Abandoned Vehicle Removal 7 CrowderGulf can perform all aspects of vessel and vehicle removal from land or water. Also offered is assistance with Ownership records and contact verification procedures. If needed, a storage site is established, maintained and managed for the vessel and/or vehicle holding as may be required by law. Documentation is kept on all stages of the removal of each vessel and vehicle from collection to final disposal.

4 0s rRowoErr CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Removal& Disposal of White Goods& E- Goods • CrowderGulf is experienced in the special handling of white goods " Thc City of Dickinson refrigerators, stoves, ac units, etc.) and e- goods ( electronic equipment). All would like to.commend regulations on the proper disposal of hazardous fluids removal are followed. Crowder Gulf for doing_ian excellent job in clearu g., : :_? Boenrd ' s Gully. 0 Wer's Waterway Debris Removal& Shoreline Restoration y Gulley, and Benson' s Gully CrowderGulf has completed numerous projects throughout the Southeast These guys did'an amazing drainage ditches to large rivers and removing marine debris from storm water job and Nveliviere' really canal systems. Removal of debris from the rivers and canals can require the impressed with everything they accomplished and the use of shallow draft boats and barges equipped with knuckle-booms or track- a time grapples. In shallow water areas with limited access and hoes with debris to fiwah ttl e project.jest. We ahahad removed hand labor. extremely sensitive areas, the debris will be by t...agreat experience working With them ind are pleased CrowderGulf has also completed earthen fill repairs and restoration as well as - with the work.completea armored shorelines consisting of rip-rap, ( both stone and recycled concrete). eta+Grircta, Assistant Puhtic. Additionally, CrowderGulf has the capabilities and experience to install gabions, Works Director: geo- web products and various types of bulkheads and retaining walls. Dleklnson,

Sonar Scanning CrowderGulf has conducted numerous large scale operations utilizing sonar imagery and underwater video and photography. Sonar scanning is a technological and efficient way to locate and remove sunken marine debris from waterways.

Technical Disaster Recovery Assistance CrowderGulf can provide assistance with alt aspects of the Public Assistance Program including damage survey reports, project worksheets, documentation support and consultations/negotiation services and any other technical assistance needed.

Other services CrowderGulf is experienced in are, but not limited to: yl'' 4 - ,. Household Hazardous Waste( HHW) Temporary Ice, Water& Other Consumables Levee Construction F Hazardous Materials Handling Land Clearing and Site Preparation Historic Property Preservation

2, r-.,-. Road and Work Temporary Power Services/ Generators fi Utility f Marine Salvage Dredging Marine Construction Pile Driving l -: Bulkhead and Pier Replacement Bio- Mass Recycling s P Portable Housing Wetlands Restoration Cellular Tower Construction is

5 nishlint CRnwnen CrowderGulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Unique Services - New Drone & GoPro Capabilities CrowdeCrowderGulf utilizes the latest in Drone Technologyto access and document projects. As of 2015, CrowderGulf tit, , G utilized 3D Robotics Solo Smart Drones and DJI has y Phantom Series Drones on some of our projects. At i client's request and supplemental cost, implementation of ` , aerial technology has provided beneficial intelligence of existing conditions to help better prepare the response for areas that are still unreachable by truck or boat. Coupled with state of the art software, real time aerial maps and models can be constructed on site to deliver information t never before available to the client in a timely manner. i ,. 4 These capabilities have increased the effectiveness of a training with our Clients, by providing recent project data f i and experiences to reference. Pricing for the CG Drone Operations can be provided upon request.

3 Aerial footage of the r w:: 4 t, Hurricane Matthew Debris Removal Operation on Hilton Head Island, SC

Feb. 209 7(left) 1 t

r

b t Aerial Image of Debris j Management Site on Hilton Head Island, SC during the Hurricane Matthew Debris Removal Operation (right) aided in site documentation and updates to client. 1- o

6 CROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

l - Benefits of Utilizing Drone Technology: High Resolution Aerial Maps of DMS or Affected Area Debris Estimation Damage Assessments j 3D Computer Models High Definition Video sJ ,-. I x } , = Live Stream Video for EOC or other meetings a : r •!•71=,;-m Site/ Project Documentation Historical Documentation x Allows for effective decimation of information to the public z*-''''' hing the scope of the project M. . `` zr tee. ing 1 i ,/,' 1: 7 Much more cost effective than traditional aerial platforms Can be deployed quickly in the most austere environments with little support

Custom Aerial Maps produced on site allow for the real time 0 j flow and decimation of critical o e information. These maps can be overlaid with annotations and area/ volume calculations.

01

r 4 r ~ xrla

yi { Nim+«' . tN''• ( s- - tFF°

x' .. d•-:',:-.'::- P,.`„_--- q

Advanced Topographical Maps r can be generated and

P t are useful in planning, recovery, and pickup operations.

v- ..-..-5,' tK

7

t "' 4isfsi.:',: CRDWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Key Personnel CrowderGulf Disaster Management brings a responsible and experienced organization to partner with the City of Ocoee. CrowderGulfs extensive experience and personnel resources enables us to quickly assemble uniquely trained and experienced project teams and match specialized equipment and subcontractor resources with project execution requirements. All CrowderGulf officers, managers and supervisors have been involved in previous successful disaster related to debris operations and have been fully trained in quality control, safety, ethics and drug policies of CrowderGulf. Should we need their services we have additional management resources that include retired and semi-retired construction, City, County; FEMA, and Power Company professionals who are experienced in managing and inspecting disaster related work. We also have a standby agreement in place with various engineering companies to provide personnel for engineering services, if needed.

Regional Director John Campbell Senior Regional Director Winter Garden, FL 859) 963- 8672 cell jcamrobelk crowdergulf.corn

Mr. Campbell has experience in disaster response planning and management since 1968. tzt12.1 Southern Mississippi and a He has a B.S. degree in Political Science from the University of z., x Masters degree in Logistics Management from the Florida Institute of Technology. After retirement from the U. S, Army as a full Colonel with 30 years of service, he served for six years as Chief of Operations for Lee County Emergency Management in Fort Myers, Florida. Mr Campbell has direct experience in debris recovery operations from Hurricane Iniki in and Hurricanes Charley, Ivan and Wilma that impacted Southwest Florida. He also provided mutual aide to Escambia County, Florida following Hurricane Ivan. During his 36 years of public service, he amassed an extensive background in high-level management, disaster response and training. He also trains CrowderGulf clients in all facets of debris management, Incident Command System( ICS), National Incident Management System( NIMS) and the FEMA PA program process. Mr. Campbell was previously qualified as an accredited Professional Emergency Manager through the Florida Emergency Preparedness Association( FEPA) and remains active in the organization. ( NIMS Certified Instructor)

Regional Manager Don Medio Florida Regional Manager s Clearwater, FL 1 / r 813) 285-8749 cell Li dmad io( 7crowdergulf.com P

Since 1999, Don Madio has served on more than 75 mid-to- large- scale disaster recovery and 5._ _ ;.; debris management projects. Don's seasoned portfolio offers a wide range of competent recovery and management disciplines, providing critical oversight to operational challenges and innovative project strategies that regularly exceed client expectations and project goals. Upon taking a position with CrowderGulf, Don was deployed, following Hurricane Matthew, where he provided management and oversight to four adjoining municipal governments. These projects were successfully completed within the client's time frame and contract specifications. Most recently, Mr. Madio served as Florida's Regional Manager and was tasked to manage multiple clients after Hurricane Irma swept through the State of Florida. He and his team of Project Managers and Field Supervisors, along with 50+ subcontractors managed 17 successful debris management and waterway projects.

8 ININCROWDER CrowderG ulf RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

All the while, Mr. Madio handled any challenges that the historic 2017 Storm Season threw at him and met all client's expectations. After project completion, he and his team helped remove and dispose of over 1 MILLION CUBIC YARDS of debris. Mr. Madio is a graduate from the University of Florida. ( NIMS Trained)

Wilber Ledet— Senior Project Manager

i •- Mr. Ledet' s disaster experience with CrowderGulf began after Hurricane Ike with the managing of the wet debris targets identified by sonar from West Galveston Bay, Tiki Island and Omega Bay, TX. This project also included his expertise in managing the 4.--, which assisted in the removal of hazardous stored vessel reclamation program in he A. - substances from the vessel and coordinated its proper disposal. From 2010 to 2012, \ . Mr. Ledet managed up to 800 Hazwoper certified responders and facilitated meetings with Environmental Teams and BP officials, serving as project manager, assigned to the Deepwater Horizon Oil Spill. In 2012, following Hurricane Isaac, Mr. Ledet was assigned as Project Manager to oversee the sand removal, sand screening and beach berm construction for the Town of Dauphin Island, AL. This project included sea oat replacement, and the management of the right of entry program for sand reclamation on private property. Following Super Storm Sandy in 2012, Mr. Ledet was assigned as project manager to oversee the wet debris removal from Bamegat Bay, NJ, and successfully completed removal and disposal of over 700,000 yards of wet debris. Mr. Ledet has also served as Project Manager for Ice Storm Pax( NC), and 2014 Tornado Outbreak in Limestone County( AL). Mr. Ledet worked as the Project Manager after the 2015 Severe Floods that devastated Columbia County( SC) in early October, 2015. Most recently, Mr. Ledet managed the floods in Ouachita Parish( LA) and Brazoria County( TX). In late 2016, the City of Central (LA) suffered some severe flooding and Wilber lead the CrowderGulf Team during the removal operations within the City and East Baton Rouge Parish. Mr. Ledet also was the Senior Manager on Hilton Head Island ( SC) which resulted in the removal and disposal of over 2.8 Million Cubic Yards of debris. After Hurricane Matthew, he worked on the waterway debris removal project in Brevard and Volusia County (FL) for the Florida Department of Environmental Protection. In 2017, Mr. Ledet was deployed to Aransas County, Rockport and Corpus Christi after Hurricane Harvey caused extensive damage to the area. As Senior Project Manager, he was in charge of all 3 locations and he and the CrowderGulf Team removed and disposed of approximately 2.5 Million Cubic Yards of debris.

Nick Pratt—Operations Director Mr. Pratt serves as CrowderGulfs Director of Operations. His ability to coordinate our field assets and subcontractor resources has proved invaluable to the overall success of our many projects. Nick began r \ - -` operator crew foreman Hurricane Ivan. his work at CrowderGulf in 2004 as an equipment and following 7-4 operation success, Nick' s talents dnd abilities Having completed this large debris removal with great 4 . Hurricane 1. w r were used again to provide field supervision over crews in Pascagoula, MS following 1 .< Katerina in 2005 and in Texas after Hurricane Ike in 2008. Nick supervised and managed several - 11, hauling crews until the final cleanup work was completed in Bolivar, Texas. Nick was promoted to Project Manager in 2010 and was assigned project management duties for the BP Deep Water Horizon Oil Spill cleanup. He initially handled all of the logistics for the Oil Spill project, putting hundreds of pieces of CrowderGulf equipment in place and directing and training hundreds for CrowderGulf employees throughout the operation. Nick has continued to assist our team by providing his expert knowledge and leadership in the field to complete any assignment given to him on or ahead of schedule. He has played a vital role as project manager for our large waterway debris removal contract with the New Jersey Dept. of Environmental Services, as a result of Hurricane Sandy in 2012. From 2012- 2018, Nick has worked numerous disaster responses for CrowderGulf providing Project Management and asset coordination assistance for multi-state responses. Most recently, Mr. Pratt worked to secure subcontractors, field personnel, equipment and assets in 2017 after Hurricane Harvey struck the Texas Coast. Hurricane Irma devastated Florida two weeks later and he remobilized and oversaw the same task items along the Florida Coast. He managed to supply necessary subcontractors and equipment to all 91 activated contracts in Texas and Florida after those two historical storms. In addition, Mr. Pratt has been the Senior Project Manager in the field for the Florida Department of Environmental Protection waterway debris removal project that occurred after Hurricane Irma. Multiple Counties throughout Florida activated contracts and he worked with Project Manager to remove approximately 250,000 Cubic Yards of waterway debris. isimiLF9 CROWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Mr. Pratt attended the University of South Alabama. He also holds certificates in CPR and First Aid, 40 hour HAZWOPER and refresher and in 30 Hr OSHA Construction.( NIMS Trained)

Barrett Holmes— Eastern Regional Manager Mr. Holmes joined the CrowderGulf Management Team after more than 29 years of successful leadership and management experience with the United States Army Corps of Engineers with such elite groups as.the Army European Command, the 1st Calvary Division- III Corps, and the Japan Engineer District of the Pacific Ocean Division. From 2010 to 2014, Mr. Holmes was Senior Manager 1 Defense Coordinating Officer for the Federal Emergency Management Agency FEMA), Region IV, Atlanta, GA. He is a successful manager with substantial experience in crises management and disaster responses to complex catastrophes. He has worked closely with authorities at all levels of government including governors, state emergency management directors and local officials. His most recent experience includes oversight of the entire cleanup operation in Hilton Head Island, SC after Hurricane Matthew. Mr. Holmes and his team handled Emergency PUSH Operations and removed and disposed of approximately 3,012,487 Cubic Yards of Debris. His experience includes operations related to hurricanes Earl, Isaac and Sandy as well as the Gulf clean-up operations after the Deepwater Horizon oil spill. Mr. Holmes holds a Master of Science degree in Construction Management from the University of Florida and a Master of Science degree in Strategic Studies from the United States Army Senior Staff College. He is also affiliated with the Society of American Military Engineers, Army Engineer Association and the International Association of Emergency Managers. (NIMS Trained)

Brian Smallwood— Western Regional Manager, LEED AP Mr. Smallwood graduated Auburn University in 2006 with a Bachelor' s Degree in Building the Science. After graduation, he worked as a Project Manager in Atlanta, GA for one of largest , r foundation and m" general contracting firms in the nation. There he built a strong management engineers and _$ A obtained the necessary fundamentals to plan and coordinate with owners, government officials. Mr. Smallwood has the skills to estimate, propose, contract, coordinate, schedule, manage, budget, document and close-out a project from start to finish. Mr. Smallwood is often the first employee on the ground after a disaster. His fast mobilization time is of great benefit to clients as it generates an extremely quick start time. Mr. Smallwood has the ability to accurately assess damaged areas to help municipalities plan for a recovery effort. Mr. Smallwood took on the role of Regional Manager during the activation that took place after Hurricane Harvey. He oversaw ALL 26 contract activations throughout the State of Texas. He and his team removed and disposed of approximately 4.7 MILLION CUBIC ' YARDS of Debris. In 2016, he worked during Hurricane Matthew with the South Carolina Department of Transportation removing and disposing of approximately 500,000 Cubic Yards of Debris. He managed 6 separate Debris Management Sites for both State and County Roads and coordinated assets and resources for a population of over 315,000 residents. Mr. Smallwood serves as the Contract Representative for pre-event contracts in Alabama, Florida, Mississippi, Louisiana, Washington and California. His role in servicing contracts include conducting yearly training sessions, determining high risk areas within a community, locating debris storage sites, determining final debris disposal locations and discovering methods and options for recycling and reuse of debris. Mr. Smallwood is a LEED Accredited Professional with certifications in NPDES and FEMA courses. Mr. Smallwood has a current OSHA 30 and HazWoper 40 certification. Mr. Smallwood also holds the General Contractors license for CrowderGulf in the State of Florida. (NIMS Trained)

10 CROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Corporate Management Team I Top Level Management Personnel The personnel listed below bring a wealth of disaster debris removal and management experience. They have been involved in management and operational decisions of all past contract activations for the past 10 years. The knowledge and expertise make them invaluable assets to any debris removal operation from startup to final invoicing and reconciliation.

John Ramsay— Chief Executive Officer& President Mr. Ramsay is a graduate ofAuburn University with a degree in Agriculture and has over 45 years of experience in storm debris removal and reduction operations and management. Working all disaster work since Hurricane Camille, in 1969, Mr. Ramsay is one of the foremost experts in all phases of a debris operation, including removal, reduction, recycling and disposal. As one of the owners and the founder of CrowderGulf, he takes a personal interest in each of the municipalities we have served over the years. In non-emergencies, Mr. Ramsay is a well-respected member of the timber industry. His experience in agriculture, farming, and silviculture provides opportunities for CrowderGulf to leverage additional services and expertise to our clients. He is well respected in the field and his technical advice has been and continues to be sought after by other contractors, municipalities, and various agencies such as Wildlife and Fisheries. Mr. Ramsay has been especially involved in creating innovative ways to recycle debris wastes. (NIMS Trained)

Ashley Ramsay-Naile— Chief Operating Officer and Senior Vice President Mrs. Ramsay-Nae is a Graduate of the University of South Alabama. She has been involved in > , managing the day to day business of CrowderGulf operations since 1995 when Hurricane Opal impacted the Florida Panhandle. She has played a vital role in establishing the Disaster DAO) in which she has structured and managed since its acquisition As Administration Office ( r Chief Operating Officer for CrowderGulf, her role has provided a liaison to clients, logistics ` coordination with our field operations, contract negotiations, preparation of proposals, subcontractor coordination, field supervisor, project management, and all aspects of back office activities including accounts payable, accounts receivable and human resources. In 2012, Mrs. Ramsay-Naile was appointed by Governor Robert Bentley, to the Alabama State Workforce Investment Board. ( NIMS Trained)

Margaret R. Wright, Ph. D.— Senior Documentation Director Dr. Wright has over 25 years of professional training and managerial experience. As a vital " member of CrowderGulf's Senior Management Team, her roles include technical proposal writing, training developer and facilitator, regulations compliance, management of record , 0 ° keeping, including day-to-day operations of work completed, communication and coordination with contracting entities during reconciling process, and conducting formal evaluations at completion of projects. Dr. Wright has worked in field operations setting up and managing field offices, hiring and training personnel to work with all required documentation, and at CrowderGulfs Disaster Assistance Office ( DAO) after all major disasters since 2003. In 2017, Dr. Wright worked onsite with our Client and their monitoring firm to assure that documentation and FEMA reimbursement went smoothly after Hurricane Hermine caused damage in Florida. After several months of reconciliation, she worked to properly invoice and document approximately 9 Million Dollars for the City of Tallahassee and Leon County. Most recently, she and her team worked to invoice and reconcile over 180 Million Dollars for Hurricane Irma and approximately 86 Million for Hurricane Harvey. (NIMS Trained)

11 CROWDER C rowderG u if GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Raymond " Buddy" Young— Texas Regional Manager Mr. Young was Regional Director of FEMA Region VI from 1993 — 2001 and served as Administrator for 133 federally declared disasters and emergencies. He is nationally known and s,_ , recognized in the Emergency Management field and is extremely knowledgeable about FEMA policies and procedures. He is a retired Captain of the Arkansas State Police where he served for 26 years. As the Director of Operations, Mr. Young has been directly involved in the field operations = t 1 for all major disasters from Hurricane Isabel in 2003. Mr. Young's FEMA knowledge and experience is invaluable to both CrowderGulf and all clients as decisions must be made during the cleanup operation. Mr. Young is one of the most knowledgeable people working in the debris management field with firsthand experience in managing major disasters. He is also a current member of the Board of Directors for Disaster Recovery Contractors Association( DRCA). (NIMS Trained)

Gary Jones— FEMA Specialist and Technical Assistance Manager Mr. Jones has over 28 years working for the Federal Emergency Management Agency( FEM A). He served as Deputy Regional Director of FEMA Region VI for 17 years. During those 17 years as Deputy, he also served as Acting Regional Director for 4 years. Mr. Jones was responsible for administration of emergency management programs in the FEMA Region VI states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. He provided direct oversight , and implementation of response and recovery operations for presidentially declared disasters in the five-state region. Additionally, Mr. Jones served as a Branch Chief managing several Technological Hazards Branch programs to include Radiological Emergency Management Preparedness, Radiological Defense, Haz. Materials, Earthquake and Hurricane Preparedness, Dam Safety and Chemical Stockpile Emergency Preparedness programs. He was designated Federal Coordinating Officer for Hurricanes Katrina, Rita and Georges and provided executive leadership to over 300 federally declared disasters. Mr. Jones has a Master's Degree from Tulane University and a Bachelor's Degree from the University of Arkansas. (NIMS Trained)

Disaster Administration Office Team

Leigh Anne Ryals, ALEM, CLEM— Emergency Management Specialist f r`

z . Mrs. Ryals has over 17 years of experience and training in Emergency Management. She has 11 years serving as an Emergency Management Director and 5 years serving as a Disaster Public Information Officer. She has worked 12 Presidential Disaster Declarations and one Incident of National Significance, the Deep Water Horizon oil spill, and of those disasters she served as Incident Commander for eight of those events. She is extremely knowledgeable with FEMA's public assistance policies and procedures and has been successful in the FEMA appeals process. She has served as a member of the FEMA Hurricane Liaison Team and testified before the 110th and 111th U.S. Congress on Hurricane Katrina Preparedness and Response initiatives— Best Management Practices. Mrs. Ryals learned first- hand the type of documentation and determination it takes to be successful in an OIG/ FEMA audit. She obtained valuable knowledge in documentation proper damage survey, reports/technical writing, and extensive knowledge on FEMA policy and procedure. Mrs. Rya's is a Licensed and Certified Alabama Emergency Manager; and serves as a NIMS 300 & 400 Course instructor and holds numerous FEMA and State Emergency Management Certifications. NIMS Certified Instructor)

12 IMICROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Reid Loper—Vice President, LEED AP Mr. Loper previously worked as a project manager for a commercial construction company in Atlanta, Georgia, prior to choosing to return to the Gulf Coast. The time spent in Atlanta gave him t ,, -,, vast knowledge in management, estimating, schedule and budget supervision. Mr. Loper has F

gig estimated over$ 200 million of work and completed over$ 100 million in commercial construction ,

He graduated from Auburn University with a bachelor's degree in Aerospace Engineering where tc t. he worked as a research and design student. Mr. Loper started his career with CrowderGulf in 1, 0%.;:-4-44' i 7 2010, as Senior Project Manager( SPM) for the BP Oil Spill. As SPM, his role was managing over 1, 200 personnel and 600 pieces of equipment. Managing several projects at once is Mr. Loper's strong point and the BP project consisted of simultaneously managing more than eight different major projects throughout the Alabama Gulf Coast for the BP Deep Horizon oil spill operation. These projects ranged from sand screening, dredging, hazardous waste handling and vessel operations, to side scan sonar work. All projects have cumulatively exceeded 130 million in invoicing and total project cost. In 2012 Mr. Loper took on the task as SPM to oversee CrowderGulfs Hurricane Sandy Response for the New Jersey Department of Environmental Protection Agency. The work consisted of waterway, marine, and marsh debris removal, totaling in over 450,000 cubic yards of debris removed and 109 vessels recovered. The project was called" Unprecedented" by the DEP commissioner as the largest waterway debris removal operation and set new guidelines with the Federal Government on how marine debris and dredging operations are conducted. While in New Jersey, Mr. Loper also managed a flood prevention ( Harding) project using HESCO barriers, for JP Morgan Chase's national data center in Carlstadt, NJ. This project used temporary structures to effectively raise the building's relative flood plain. Towards the end of 2014 and his stay in New Jersey, Mr. Loper oversaw the removal of 6 massive derelict house boats in Southern New Jersey, which was funded under a NOAA Grant for coastal restoration and improvements. Mr. Loper is NIMS certified and holds general contractor licenses in the following states: Virginia, South Carolina, Georgia, Alabama, Mississippi, and Louisiana. (NIMS Trained)

Jeff Zemlik—Safety Manager 1 Mr. Zemlik has been affiliated with the construction industrysince a youngage,9 startinghis 0 h' a safetycareer g9 the safetydepartmentp of his family'Y s masonrycompany, which g, bymanaging k completed over 1. 5 million safe work hours. His past projects have included the State of New : Jersey after Hurricane Sandy in 2012, developing and directing the safety program for the BP f 1 Oil Spill for the State of Alabama, constructing the largest indoor primate house at Chicago's Brookfield Zoo and reworkingfurnaces in and around the steel mills of Gary, Indiana. He is ,\ Ie currently charged with overseeing the Safety Department for CrowderGulf. Mr. Zemlik is a graduate of Indian River State College, earning degrees in both Organizational Management and Occupational Health and Safety. Currently he is enrolled at Columbia Southern working toward his masters in Occupational Health and Safety. He holds certifications in USACE Construction Quality Management, USACE 385- 1- 140 hour, 40 hour HAZWOPER certificate and Instructor, SONS& TWIC, OSHA 10 hour General Industry, OSHA 510& 500, Leadership& influence, DOT Supervisor and Root Cause& Incident Training. ( NIMS Trained)

Andrew" Drew" Sprinkle- Project Manager Prior to joining the CrowderGulf team, Mr. Sprinkle worked as an Account Manager for a third party logistics provider in Chattanooga, TN. In this position, he managed multiple high volume logistics accounts for customers in the construction and steel industries. The cradle-to-grave business model of this company allowed Andrew to oversee all aspects of his accounts, giving f.. him valuable knowledge in the many areas of project management. Upon coming aboard with 1, CrowderGulf, Mr. Sprinkle was involved in debris removal and haul out operations in the Corpus Christi, TX area following hurricane Harvey. Most recently, Mr. Sprinkle worked as a Project Manager in Collier County, FL on a waterway debris removal project.

13 CROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Mr. Sprinkle has a BSBA Degree from Auburn University in Supply Chain Management. While studying at Auburn, Mr. Sprinkle served as a Student Project Management Consultant intern for the Port of Catania in Sicily, Italy. While there, he worked within a team of other international students to develop a solution plan that would allow for an increase in port traffic while maintaining safe and efficient operations. He holds certifications in USACE Construction Quality Management, OSHA 30, TWIC, and NIMS.

i' Howard Turner- Proiect Manager Mr. Turner has a long career spanning over 2 decades experience in the debris management f k . industry. He began his management career at Grind- all where he oversaw scheduling and 1 7 f operations of four grinders, three screens, mulch coloring plant, fifteen loaders, excavators, trucks, and miscellaneous equipment. He was also responsible for the operation of three ,,,,. i` dumping and grinding sites for preparation of mulch, topsoil and organic growing media. After Hurricane Isabel devastated the eastern portion of Virginia and the Carolina's in 2003, Mr. Turner utilized his experience in DMS and debris reduction management for CrowderGulf. Mr. Turner served as the Project Manager in Virginia Beach, Norfolk, Suffolk, Newport News, and the Counties of James City, Southampton, York, and Suffolk. He was responsible for all aspects of disaster debris collection, recordation, reduction, damage claims and client contact. In 2004, Mr. Turner served as the Project Manager for Lee County, Cities of Ft. Meyers and Cape Coral, Sanibel and Captiva Islands, and Upper Captiva Island after Hurricane Charley and Frances damaged the area. He was responsible for day-to-day management of all disaster recovery activities including collection crews and equipment, debris reduction and disposal, site restoration and acting as the Liaison with the municipalities, the Corps of Engineers and FEMA. Then in 2011, Mr. Turner managed York County, VA after Hurricane Irene effected the area. Most recently, Mr. Turner managed the Hurricane Irma debris management operation for numerous clients in the center portion of Florida. is Wesley Naile- Contracts Manager Mr. Naile has had experience in the disaster and recovery field since 2004 when he served in Volusia County, Florida as a CrowderGulfs Field Manager during Hurricane Charley, Frances a 1 L 1' ; 6:: ' and Jeanne. In 2005, he was assigned the role of Logistics Coordinator working out of the disaster administration office, coordinating materials, equipment and subcontractors to < CrowderGulfs clients. Mr. Naile roles now include the management of the pre-event contracts database information, coordinating with new and existing clients in establishing pre-event contract awards and contract documents and coordinating with clients on contract renewals. In 1999, Mr. Naile worked for Gulf Equipment Corporation Wireless Telecom Division on the southern east coast doing tower site build out. He has attended the University Of South Carolina Of Beaufort. He also served three years in the U.S. Army as a 12B Combat Engineer with an honorable discharge.( NIMS Trained)

Amber Ramsay– Public I Community Relations and Marketing Manager Ms. Ramsay has been CrowderGulfs Public/Community Relations and Marketing Manager since 2004. Throughout the year she interfaces with Clients and acts as CrowderGulfs continuing education) Conference Coordinator. During a disaster, one of her main responsibilities is to liaison between CrowderGulfs Project Managers and USAGE, elected

t officials, public work directors, incident commanders of Emergency Operations Centers and '. s_,...,.. Clients. She coordinates directly with Public Information Officers and assists in the release of pertinent debris recovery operations to the citizens. Some of her field experience includes Field Supervisor in Pascagoula, MS after Hurricane Ivan in 2004, Lake Charles, LA after Hurricane Rita in 2005, Deere Park, TX after Hurricane Ike in 2008, and in Edenton, NC after Hurricane Irene in 2011 and Dauphin Island, AL after Hurricane Isaac in 2012. Prior to coming to CrowderGulf she was a Marketing/ Sales Manager for McKenzie-Childs in New York City for 10 years. Ms. Ramsay is a Graduate of Auburn University. ( NIMS Trained)

14 IIIKRDWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Gina Walley—Accounts Receivable Manager I Documentation Specialist Ms. Walley has been the Accounts Receivable Manager and Documentation Specialist since 2005. She continually interfaces with clients and client representatives to build a strong team relationship to provide accurate documentation to support CrowderGulf work and eligibility. She works closely with clients during FEMA audits to provide necessary documentation in a timely manner. Her background in Computer Engineering Technology has helped her in creating and managing all in-house databases. Each database is specifically designed to meet the client's needs. In addition to client databases, she also builds databases that house pertinent company data such as contract information, subcontractor information and historical CrowderGulf information. Shortly after Hurricane Ike in 2008, she teamed with a programmer to build a unique and powerful database that has proven to increase accuracy in data recording. Ms. Walley's experience has spanned across more than 20 major hurricane events as well as numerous non-disaster related projects. (NIMS Trained)

Jenny Todd— Subcontractor SMBE Manager

promotes CrowderGulfs Small/ Ms. Todd manages subcontractors and develops and Minority ia Business division. Her focal point is to contact and localize subcontractors during and after the Iu. RFP development phase in an effort to maintain community involvement and maximize local small minority businesses participation. In 2003, she earned a Bachelor of Science degree in Marketing and a minor in Mathematics from the University of Alabama. After graduation, she joined a law firm in Tuscaloosa. In 2005 she joined the CrowderGulf Team which was during the rebuilding process along the Gulf Coast after Hurricane Katrina. The legal experience she gained made her the ideal candidate to oversee the subcontracting operations. (NIMS Trained)

Resumes can be provided upon request.

No employee identified for anticipated assignment to the City's Site Management Team has ever been a defendant in any proceeding involving or arising out of debris removal services.

i(

15 ipmECROWDER CrowderGulf 7RFP #18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT UNgsf-immi!4)., City of Ocoee, FL

Organizational Chart The Organizational Chart presented below depicts the structure and chain of command of the Company. CrowderGulf uses an organizational hierarchy based on the nationally recognized Incident Command System ( ICS). The ICS employs a cascade of organizational components in groups of five or less to assure good quality control in high stress operations. This arrangement limits the respective spans of control to tolerable levels. CrowderGulf's use of the ICS- based hierarchy of responsibilities exploits the strength and flexibility of its management/ supervisory structure.

r , =ryCity of Ocoee, FL xaoa;:...-: eell Assistance& - stA" 0°. x„ 0 FEMA Emergency Mgt I 04 a specialists: D.tsastcz• Administration Office (I) AO) '`'' DAO Management John Ramsay, Positions remain constant President& CEO 4 and are involved in all fir' ` I ter;, actt vatro ns liIAshley RamsayNaile Seiuoi Vtee:President l COO

Gina Wslloy Dr Mwgapet.Wrigh Jenny Todd, Jeff Zcmlik, Wes Nailc DataManagemCnt DoeuntCntation tiubcontractors l. o. Mangy er Director istics S ecialiet._.:::.:`?` Safety m .: Director Manager.•'

Staff Staff Staff Staff Staff:

1 M Field Operations `I' cani R :

t 1.:.::.*::::•••'" 1 '..,.'.. -:-..-,.,,, :. s i:.:.. Safety Regional DirectorQuality NS `'' Manager John Campbell Control Manager LcighAnne l ltegrnnal Manager

Don MaSlio w- ,

an J Rciluctton Manager

I I ioJcct Manager 0v Foremen tiO4 f.;

Crew Foremen a Re t}ction Grews ::.:"...'..:::'..:::...... -J.: 1 Field Ops personnel will be different J

I for each contract but responsibilities Debr; s Cress 7...... „...... :..„...:....,:::::.,...... :.....,:,...:„....„,,:.,::,,„:.....,....„:„..:...... will be the same. r

s-+.`,%';, w..• V',.s• - • r..... n:•r- 1a.. HiwAFa- vwk'. naraare r x,. k vz+.. . s< m xc>-uc a,. eexas

16 Mr CRO owderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Personnel Certifications and Understanding of Governmental Programs CrowderGulfs management team includes previous FEMA Directors, Emergency Managers and FEMA trained Debris Specialists. Numerous certifications are held by all of our key management staff as well as our field operations staff. This wealth of knowledge is used to assist our clients in complying with FEMA guidelines and completing any and all paperwork that they may be called upon to provide FEMA, FHWA or the Office of Inspector General. Our staff is well-versed in the Code of Federal Regulations (44 CFR), FEMA's Debris Management Guide ( FEMA 325), and Public Assistance Debris Monitoring Guide( FEMA 327). Today, the staff holds numerous FEMA course certifications and a number of OSHA Health& Safety and Hazardous Materials certifications. CrowderGulf employees are required to attend State and National conferences and training classes for continuing education credits and certification maintenance on a yearly basis.

Additional Courses that are relevant to Debris Management that are held by staff members include the following:

Course No. Course Name Course No. Course Name

IS 1 Emergency Program Mgr. IS- 75 FEMA Military Resources and EMA IS-2 Emergency Preparedness in the USA IS- 101/ 102 Deployment Basics IS- 5 Intro to Hazardous Materials IS- 111 Livestock in Disaster IS- 10111 Animals in Disaster IS- 120 Introduction to exercises IS- 27 Orientation to FEMA logistics IS- 139 Exercise Design IS- 30131 Mitigation eGrants training IS-208 State Disaster Management IS- 45.11 FEMA Safety Orientation IS-230 Principals of Emergency Management IS- 55 Household Hazardous Materials IS- 235 Emergency Planning IS- 240 Leadership& Influence IS241 Decision Making and Problem Solving IS- 242 Effective Communications IS- 250 Emergency Support Functions IS- 324 Community Hurricane Preparedness 1S- 403 Individual Assistance IS- 630 Intro to Public Assistance Process IS-631 Public Assistance Operations IS- 632 Intro to Debris Ops in FEMA's PA Program Oil and Hazardous Materials Response G202 Debris Management G363 Hurricane Readiness G 385 Disaster Response and Recovery Operations FEMA EMI Professional Development Series Debris Management Planning Course for State Side Scan Sonar Systems Introduction Tribal and locals and Side Scan Sonar Systems Operators Course OSHA HazWoper Training ICS 363 Hurricane Readiness Asbestos Contractor Supervisor L449 ICS Incident Command Train the Trainer IS 100 Intro to ICS IS 200 ICS for single resources& Initial Action Incidents

IS300 Intermediate ICS IS 400 Advanced ICS IS 700 Intro into the National Incident Mgt. System NIMS 800a National Response Plan NIMS Multi Agency Coordination System( MAC) NIMs 702 NIMS Public Information System 700/ 701 a 703 NIMS Resource Management IS 803 Emergency Support Functions PW

17 EROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

CrowderGulf' s Certifications & Training The following is a short list of certificates and training specialized by CrowderGulfpersonnel. There are over 135 additional certifications and training certificates available upon request.

Emergency Management Institute rrAM.ss v y q Fj d 1 EM d ] I P" FEMA 44AAS G_ IM ColOk.1.. W11. 1. m.ol l. Y.. 1w. 41y Mu

ry.1.W..11WW.• rta dedaokn.. 1MIu.'(W1... A.1 4(.leWe.WINNWJc.V.kr.J.lmm.. M.J,...II...: J

4. 11.+... 14. 1* 11... n... k+... m... A..... W

r.. `....

wru.. no,

x! Yet; # Z , a^ µ y td.. .., ` 1 '( , #. SI°, 4. '- Si O. n l a. I_ S,.€ •' s a. ' 4 t @ $ t u I Ix; i, AGI rale,!ti' 3' e = c ss = M«.. +". W' r-•.: -• E..'-.%.,'" -„ '<- rte. was.„ za.L' _ bC+ m•.- n_=_ s:... n . aev w. s=.,'r.. c..+'. Ramsaya GaryJones Ronald Thorson John Ramsay Eric Hall Mike Moulder Buddy Young Gina Walley Mike Moulder Buddy Young Gary Jones Mark Loper John Campbell Jenny Todd Mark Loper John Campbell Gina Walley Nick Pratt Ashley Ramsay Jeff Zemlik Nick Pratt Ashley Ramsay Jenny Todd Reid Loper Amber Ramsay Leigh Anne Ryals Reid Loper Amber Ramsay Jeff Zemlik Vance DeHart Barrett Holmes Linda Lucas Vance DeHart Andrew Sprinkle Leigh Anne Ryals Wes Naile Brian Smallwood Lisa Baldwin Wes Nalle Barrett Holmes Linda Lucas Wilber Ledet Clayton Young Margaret Wright Wilber Ledet Brian Smallwood Margaret Wright Ronald Thorson Donna Suters Charles Clark Desiree Matlack' r Clayton' Young Don Madio Eric Hall Andrews° ' nkle7, Don.-- _ Madio Donna s-,..---c s, <"` 7M,..• : Suters ra” n f. . 5."V, p ..,-_,—?, a' 7'"';"p 11:.S> e--- c,, t- 1 Fv. n o: o. ;: a;t 1307' , rrl0 °.` &--- Lucas s:e ,-11:-. . ' 3 ; u'-' -,-- E-' ` Ob i a Tin x r.;`.,- xrngt - I i 4.:._,,...--7,A---n'. l,Leigh Anneals Linda w Leah Anne 11.-Linda i1 ac}{ 6 ° j v--- m - y: :.„ Ryals Lucas 3 -, 1 tll a. 1.! . 001. 4g e ? S I. s lki." 4-`,,,,1. ,:,'-.. v w 1'....:;-''''' I''''''''''' F '^--„ c..<,+ J. Ma. s` R; . '- k r- Wv c x:•. E, > Aa rn• r' .,.- rr•3- .- 4' L c. 3r..,', s J, rte'G:i. N'+,^.+. ar._^'-a. ,., Loper Linda Lucas Reid Loper Linda a.Reid als Donna Lucas Lei. h Anne- als Mike Moulder Lei.? Anne ' Suters Mike 1 { i t...' il 4 EE i t .-. i@ 1 1 • l s a t -T11 1 : cr.1 i a .. F.444,.. - Moulder 1, -....-, - d. c r x . s m "-: 4,, ' r” -, e- .. rcr + +++ i. er '` yfh' 7,,- ''. ;, h'. u`•-»°'' a. a''r,.` 4•p:',-. . a•,. a` , ' T .,,',,a}- c: z .,.. `'" r'"'x`, „.'+',-` sµ*'; Ramsay John John Ramsay Ronald Young Margaret Wright i Buddy Young Eric Thorson Buddy Hall Eric Han Margaret Wright i John Campbell Mark Loper John Campbell Gary Jones Ramsay Gary Walley Mark i Ashley Jones Mike Moulder s';'-`Ashley Ramsay Gina Loper Gina Walley Mike Moulder Amber Todd Nick Pratt Amber Ramsay Jenny Sprinkle Jenny Todd Nick Pratt Andrew Ramsay y Reid Loper Andrew Sprinkle Jeff Zemlik Jeff Zemlik Reid Loper Barrett Holmes Vance DeHart t Barrett Holmes Leigh Anne Smallwood Leigh Anne Lucas Vance Ryals Brian Ryals Wes Nalle Brian Smallwood Linda Young Linda Clark Wes DeHart Lucas Wilber Ledet r Clayton Young Charles Clayton Suters Lisa Thorson Wilber Haile Donna Baldwin Desires Matlack Donna Suters Ronald Ledet Don 0> u0I4; $ '- > x5 4,, , V r atma Madio to "' w`' li' c., . l1 afiitrig1 O vr ' 0 ` `i4.- • .. F ^ ±- n—.. . ;,- ., 401' w „ - Y'•" s r x" . f. . ' ,

ofi Reid Loper Jeff Zemlik i Reid Loper Jeff

Zemlik John2. CRQWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

OSHA 30`Hour Construction i.Hazwoper Hazardous:Waste Operations and Emergencv-Response

John Ramsay Jeff Zemlik SEs po Brian Smallwood Ronnie Duhan Buddy Young Lisa Baldwin osrr,.:. - NsF John Campbell Charles Clark Jason Zlrlott Mark Loper v 1 o Barrett Holmes Andrew Sprinkle Jeff Zemlik Wilber Ledet re\ 0 Brian Smallwood Nick Pratt John Campbell Vance Dehart. z c) Clayton Young Reid Loper Nick Pratt • Vance DeHart Reid Loper Eric Hall yq\\\zwo4 Ronald Thorson Wes Nalie Mike Moulder Wilber Ledet Mark Loper

OSHA•Misc:: Watershed':Mana• ementTrainins OSHA 10 Hour Brian Smallwood Brian Smallwood Brandi Snell Jeff Zemlik Clayton General industry Jeff s- A• , Young! Reid Loper Leigh Anne Ryals II y. fe OSHA 500– Train Jeff ZemlikZemlikO - the trainer U SAC E - Q C M,jConstructlon Quality . T W I C Card Management) John Campbell Brian Smallwood Leighg Anne Ryalsy Reid Loper Brian Smallwood a Jason Zrrlolt Margaret Wright Nick Pratt Jeff Zemlik Jeff Zemlik Nick Pratt Reid Loper Wilber Ledet Andrew Sprinkle Barrett Holmes aAa sed+ Don Madlo USACE f/ Andrew Sprinkle 1. First Misc:-Training

DANGER Buddy Young O. 9 Clayton V Young Desiree Matlack o John Campbell Eric Hall n ASBESTOS p • Ashley Ramsay Reid Loper l Asbestos Amber TI Jeff Zemlik Ramsay Vance DeHart Supervisor Andrew Sprinkle Jeff Zemlik Gary Jones Asbestos Inspector Barrett Holmes Gina Walley Brian Smallwood Jenny Todd Naile Clayton Young Wes USACE 385-1140 - • Jeff Zemilk Wilber Ledet Jeff Zemlik Donna Suters Hour Leigh Anne Ryals i.., Margaret Wright Charles Clark r"3 Mark Loper Ronald Thorson s' r Mike Moulder Nick Pratt

ti

19 rw EROWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Subcontracting It is company policy to utilize qualified local subcontractors to the maximum extent possible in compliance with 44 CFR 206.10 and 2 C. F. R. 200.321. Per Client compliance requirements under 44 CFR 13.36(e), CrowderGulf, as Prime Contractor, will take all affirmative steps required to assure that minority firms, women' s business enterprises, and labor area surplus firms are used when possible.

In addition, we maintain a national subcontractor database of over 1, 800 pre-qualified subcontractors, which allows us to identify companies by size, equipment and geographical location. Prospective subcontractors may visit our website, www.crowderaulf.com, to register or may fax information to the Disaster Administration Office for review. Due to CrowderGulf's reputation of always treating our subcontractors fairly and paying them on a weekly basis, we have a surplus of subcontractors throughout the nation ready to work at a moment's notice.

The graphic below gives a breakdown of the number and general region that we have registered subcontractors. The number changes periodically as new subcontractors register on our website. For several reasons this number grows after a major disaster.

6 60 10 12

56 11 Naittri

78 ' 17 hc0

Hy

K8 A7:• OK TN NC NMI 1. 150 400 DTI: AL 0

Subcontracting Practices It is the practice of CrowderGulf to subcontract debris work and services using the following guidance: 1. Subcontract to the maximum extent possible with local firms and small businesses. in addition, preference will be given to qualified local vendors for equipment rental and supplies sourced in the jurisdictional boundaries. 2. Promote the use of local contracting by tasking a senior manager to assure notification through local media and organizations. 3. Promote subcontracting only with the assured compliance with equal opportunity hiring. 4. Provide all subcontractors a clear chain of command for purposes of official and/or unofficial communications. • 5. Accept, process and pay invoices of subcontractors in accordance with the CrowderGulf policy. 6. Provide priority subcontracting considerations to/for subcontractors that have provided quality work to CrowderGulf in past operations— consistent with the subcontracting policy. 7. CrowderGulf does not have a set-a-side percentage of subcontracted work for any particular classification of subcontractor, but will give special attention to small, disadvantaged firms and/or women owned small business firms for contract work or services needed.

20 IIMCRDWDER CrowderGulf GULF •RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

8. CrowderGulf is committed to promoting the use of small minority, disadvantaged firms and/or women-owned small business firms for contract work, whenever and wherever possible. 9. We currently maintain an active pre-qualified subcontractor database, tracking current certifications of local and regional "- Mr. Campbell and Mr Ram ay have been wonderful to work for, land DIM/ W/SBE qualified subcontractors. Subcontractors can mail, fax, mail or on to www. crowdergulf.com to submit their a thrill f9-13! around The entire, e- log company C Organization is very ; information for review. If we will use additional outlets necessary,ry impresswP,OWdsive,a and.1 am-amazed.by bow such as newspapers, publications, websites, etc. efficient CrowderGulf operates 10. As required by each awarded contract, CrowderGulf will meet or Thank you CrowderGuif for allowing exceed goals and expectations on the local minority workforce me to work for you.all and r hope that in the future;I can work population and the utilization of professional firms, minority again." forCrowderGnlf consultants and/or suppliers. CrowderGulf will maintain all requirements set forth by the Client. CrowderGuif,Subcontractor

Subcontracting Policy It is standard policy that all subcontractors comply with all of the contractual conditions and commitments of CrowderGulf. As such, all subcontractors shall agree to the following: 1. Enroll in the E- Verify program and provide acceptable evidence ofenrollment at the time of subcontract execution. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. It shall be the Subcontractor's responsibility to familiarize themselves with all rules and regulations governing this program. 2. Read and formally acknowledge by signature the CrowderGulf Contract for subcontractors and Safety Manual as provided by CrowderGulf. 3. Provide satisfactory evidence of bonding and licensing that complies with contract and jurisdictional requirements. 4. Provide assurances that no current owner, principal or officer of the firm is or has ever been debarred by the state and/or federal government. 5. Obtain and furnish satisfactory evidence of required insurance from a responsible insurer. 6. Give all notices and fully comply with all local, state and federal laws— including, but not limited to, social security, workers compensation and unemployment insurance, DOT, etc. 7. Begin work to be performed within two full workdays after a subcontractor is notified of a subcontract award, unless otherwise stipulated in the subcontract arrangements. The subcontractor will pay for all materials, equipment and labor used in the performance of the subcontract(s). 8. In the event a subcontractor makes an untimely start, or is unable to supply sufficient skilled workmen, equipment or materials to satisfy the subcontract arrangements, CrowderGulf may terminate the employment/contract of the subcontractor for cause. 9. Take all reasonable safety precautions with respect to contracted work, complying with all safety, workplace standards and environmental measures as directed by CrowderGulf. 10.. Furnish periodic progress reports on the work as directed by CrowderGulf, plus use the debris reporting system selected by CrowderGulf. 11. Provide CrowderGulf with progress payment billings ( as agreed in the respective subcontracts). 12. Final payments to subcontractor(s) may be deferred pending receipt of contractual or statutory lien waivers, releases, closeout documents or other encumbrances. 13. Other stipulations may apply as may be required by unique local conditions.

Understanding Requirements CrowderGulf takes several steps during the proposal preparation process to ensure local subcontractor participation as well as M/WBE utilization policies and 44 CFR 13.36(e) compliance are met. Understanding exactly what the Client is requesting during this initial proposal phase is key to implementation upon activation. In order to clearly define the expectations required we take several preliminary steps. The first step is to review M/WBE policies and procedures to determine specific goals set by the Client. Our second step is to determine utilization breakdowns required. Lastly, 21 CROWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

we identify all required certifications and/or M/ WBE directories to be used for soliciting M/WBE firms and any further breakdowns of percentage goals. Once these steps are completed and we have a clear understanding of all requirements we continue with the following process:

Steps in the Process: 1. Before any subcontractors are solicited, CrowderGulf compiles a list of local subcontractors from our Database of pre-qualified subs. These companies have either worked for CrowderGulf and are in good standing, have registered with us through our website, www.crowderqulf.com, or have been previously solicited by CrowderGulf. All subcontractors must meet the following requirements to be considered for prequalification: a. Verification through one or more of the following websites: The System forAward Management( SAM) is a Federal Government owned and operated free web site. that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS. SAM is used to review ail subcontractors' debarred status prior to approval as a prequalified subcontractor( https://www.earn.gov/) SBA HUBZone Search-confirmation, (http://dsbs.sba.gov/dsbs/search/dsp searchhubzone.cfm) Dun and Bradstreet, (https://sso.dnbi.com) b. Enroll in the E-Verify program and provide acceptable evidence of enrollment at the time of subcontract execution. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. For additional information regarding the Employment Eligibility Verification System ( E-Verify) program visit the following website: http://www.dhs.gov/E-Verifv. It shall be the Subcontractor's responsibility to familiarize themselves with all rules and regulations governing this program. c. Obtain and furnish satisfactory evidence of required insurance from a responsible insurer. 2. If specific directories are to be used, CrowderGulf will check the Client website for directory access or contact the M/ WBE Office for a list of potential M/WBE firms to be utilized then compare this list to our current list of local prequalified subcontractors to find possible matches, 3. Contact is then made with M/WBE firms that offer services similar to our scope of work. Initial contact is made by phone then followed up by fax and/or email, confirming the phone conversation. 4. Emailed and/or faxed correspondence provides MBE firms with specific details regarding the request, i. e., scope of work directly from the RFP documents, registration and requirements information, and specific deadlines for submittal of these documents to the CrowderGulf MIWBE Subcontracts Manager. 5. Should letters of intent from interested firms and further proof of M/WBE certifications be required by the Client, CrowderGulf will compile the received documentation and review for completeness. 6. Only those firms that have met set deadlines and returned all requested documentations will be considered for inclusion in final proposal to the Client as a responsive M/ WBE Firm. 7. All contacted firms are listed in proposal and delegated either responsive or non- responsive and the reason for this status. 8. Should the appropriations assigned to the responsive MNUBE firms not meet the Client's percentage goal, firm percentages will be adjusted and executed by both parties upon mutual agreement. 9. Once the RFP evaluation process is complete and award notices are received, these M/ WBE firms are notified of results and any additional documentation is requested to keep in the Client's file. 10. Current CrowderGulf client folders are updated yearly with current local pre- qualified subcontractors as well as M/ WBE firm confirmations. 11. Upon Client activation, if any of the proposed local MIWBE firms are no longer able to fulfill assigned goals, CrowderGulf will identify other certified MMWBE firms to replace inactive M/WBE firms to maintain our proposed percentage goals. CrowderGulf will provide a detailed explanation as well as further commitments from other t` M/ WBE certified subcontractors to perform scope of work in lieu of previously committed Subcontractors.

22 CROWDER CrowderGulf GL/LI— RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Reporting With the nature of" Stand- By" event contracts being on an " as needed" basis, utilization/ activation of the identified M/ WBE firms will be based on CrowderGulf's activation by Client. Should the Client have yearly or quarterly reports to be submitted, CrowderGulf will file the needed reports upon request.

Good Faith Effort As required by each awarded contract, CrowderGulf will meet or exceed goals and expectations on the local minority workforce population and the utilization of minority professional firms, consultants and/ or suppliers. CrowderGulf will maintain all requirements set forth by the City to maintain compliance with 44 CFR 13.36 ( e) and FEMA Super Circular 2 C. F. R. Chapter 2, Part 200.

Affirmative Steps Include: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women' s business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

Subcontractor Oversight In the past, CrowderGulf has mobilized over 300 subcontractors with as many as 3, 000 people, 1, 600 trucks, and 600 pieces of loading equipment. To assure the same quality control and efficient operations for the City, CrowderGulfs management team will rely on NIMS management protocols to identify the proper number of supervisors for each debris management operation. CrowderGulf is fully prepared to marshal as many Field Project Managers and Debris Supervisors as needed to meet the City's debris management requirements. Project Managers and Field Supervisors will have the direct responsibility to ensure all workers have received the proper safety training and education on Federal Rules and Regulations as they pertain to debris removal operations.

Subcontractor Experience Working with CrowderGulf Each of the subcontractors listed below has 10 years or more experience working with CrowderGulf on various disasters across the Country. Each of these Subcontractors has a standing subcontract with CrowderGulf for future activations. All subcontractors have ROW hauling experience and other specialties as identified in the table.

Subcontractor Storm Event Work Location a•,r an; f r fr. y„„ s.#.,..,. ,-,,.. ya;,.,, x i , j F , ` :'. a if r. s,,.-,.` f a : Aventtu O, -Flr _. ... : l af#1A)rtngs S k"'' . - 3 S, I t 6,. t„., 5.^ ,.. a . 3 ' E 0 .."{, w.. , 7r t . x>S:. a ''`-- , k S. a;'

04 : 8x2016Vath :r .ggw . o0:10ao1L 9410rFO, g g Cy t S e' 2012 Sandy keiderdaleROPORM r& A!I l=lottda Tree' Landscaping( FL) 2012 T S Is : o '' r Key West, FL IkOW-hauling, Tree Work, L& H ROE 20111craer puck;' NC N,PidiatNiiiKNAWN iapbng,, Beach! Sand) 2005 Witma 1* t. Lauderdale, FL Wellington, FL• 22Activations Lazy Lake, FL Will§tWilibri,ALROON 401. tmr Ft Lauderdale FL 0520000%';: Cws fA: [< l'T r kAUderdale, FL 5,: . r-- < 2Q:O5,t( pttl 4` r:= ;- tx x =F Wilton ManprS,:FL r14 a- S 3 '' 1f u.e i i h:- :•_ w Qmpano each, . L

23 crzOwoerr CrowderGulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM C ONTRACT City of Ocoee, FL

Subcontractor Storm Event Work location

44, r- x`„<. rci x - s; V_,_- rrra•>a ter,--,• 44. x C z:: -,; s'• tea s aa`- X -: badey t Sambel{ s)and, FL 2017 Harvey Brazoria Co, TX Montgomery Co., TX Casseiberry, FL Edgewater, FL Lake Mary, FL Orlando, FL C& W Trucking, Inc( FL) Polk Co„ FL Sanford, FL ROW hauling, ROE Hauling) Lake Co., FL 15 Activations 2012 Tornado Polk Co, FL 2008 Fay Brevard Co, FL 2005 Wilma Aventura, FL West Palm Beach, FL 2004 Charley, Frances, Jeanne Brevard Co, FL Orange Co, FL. n_. 2 j frena Quck IVC Ric rar dsnNy..;~>

5 c, r.__,•. SGS:^., ..- " 4:i moi:.'. a .. P-' ia:^i."i.:r - 1. h 5 r D...:i` r'< ii= -Cu-- :_,°;:° i~ iV. " portlVe us UA - i fib¢ , FN_., t i , s 4 C z.".•:-.---:-- 7. RAt t tX]S Jie, NC } -, d ` fir x x {. '''"'' w g' ., , °< 0,10 amla aba"ma„ aslllne h BF y o,,: s, q s{ z , i . 2O Iksi__ .fl'` i-on fX Freeport,' As p F LIS-,-„,61,„; a ' ti ` a -, ,_- 1 ti-Mala TX Galvestryi ry y. j , ' epliver Peninsula allg Clark NC) il Le gtie lty,1X ; Trucking( Ciute ' t X Ytkt) Jarrd, TX LH RQE ROW hauling hauling 2005 Rita C6Icasieu Parish/ Lake Chat1§a,-1. 1„£ Beach! Sand) 2005 Katrina M iIpXI; 1uIS dsosgoula MS 30 Activations 3A:,->k' J':J fv`:Ie, MS Pass riStian, ISS, E, 2 x J4atson Go, Ms i flanit 2005 Dennis 8cambia Co, FL 1 Zb059,1n eferson Parish, LA y : _- 2OU4j a 0 ESc rnbia Co FL M bOh MYJeyr,Frances, Jeanne Qrange Cp, FL Southa• ton Co, VA x( f0< I a) 1@( coq0osorj, UA mp ICortif Wight, VA 2017 Harvey Corpus Christi, TX Aransas, TX 2017 Mississippi Tornado Hattiesburg, MS 2016 Matthew Deltona, FL 2016 Flooding Ouachita Parish, LA Newton Co, TX Corpus Christi, TX 2016 Texas Flooding/ Misc Waller Co, TX Montgomery Co, TX Dawn Til Dusk Disaster LLC( iN0) 2015 SC Flooding SCDOT ROW Tree Work, L& H, ROE hauling, 2014 Ulysses— Ice Storm Greensboro, NC Beach/ Sand) hauling, 2014 AL Tornado ACCA— Blount Co, AL 21 Activations 2012 Sandy Kitty Hawk, NC Hawk, NC Dare Co, NC 2011 Irene Kitty Kill Devil Hills, NC Nags Head, NC 2008 Ike Montgomery Co, TX 2005 Katrina Pascagoula, MS Carver Court Pasc. 2004 Ivan Baldwin Co, AL

2017 Irma t3of1)tA S}?rips, I tlee r t Go, FL` 2017 Harvey AraflsaS, r Corpus Christi, TX Montgorhery Co,'. San Patrick), TX, _ 2016 Matthew Hilton Head 1SIand, S

zD sdn Sd s( MO•) 20 06 Ice QL 1 reNe rk I ry k 2005 l fa Calr sLett Parish/ LakB:Cbarle LA. e ; i . a`&.+"•.-'. 2p0`5 Katnna North Miami, FL 1N 1 I ahors FL 4. 1,,,,,-5 -- li ,. <, e 4.,-.-- r -.. s 4.,--N-,.. .., 10 Beach FL Pa`Q,,,,, la, MS 1. r Pomp 4 t 3 r y a04 Ivan Es mbia.OQ FL

s .. v r 2004 Frances, Jeanne L CJaFL a. Sans Charley, i t ..,_ a s y

24 StormE8g• tRawQER C rowderG ulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Subcontractor Storm Event Work Location Four R Equipment( FL) 2017 Irma Miami Springs, FL FL DEP Waterway Cleanup ROW hauling, Haul Outs, L& H, 2016 Matthew Edgewater, FL FL Dept. of Environmental ROE hauling, Waterway Debris) Protection 15 Activations 2016 Hermine Tallahassee, FL Leon County, FL 2014 Pax( Ice Storm) Dorchester Co, SC 2011 Irene Newport News, VA Duck, NC 2008 Ike Kemah, TX Galveston Co, TX League City, TX Bolivar Peninsula 2005 Wilma Pembroke Pines, FL 2004-Ivan Baldwin County, AL r:: ii5 .. s:..:,,,:sem:-.-<._.. ..,..<>,'.;.:. q: t. 2018' Irma lQ aa. :.::. o]llet F lfv; X==w < s. AlIgietfti ' 5rvard Co FL FL{ lEP erwajr Ie flUp a c oL FL p' iifigg 2017 Irma l^ ' 1 issl m ee Qk ` Po`Ik'Co: FL i alte ,+' r;` ;' ;,

TX Corptt Zt Y Aransas hrtstl ' *' M } Harvey x P s , f ___ y Patric o, o ti, Nue c a:, TX R):fI uF „;.,,. ; y.: x G:., 1 y` y__ cK'.: i • 1` Ir 6 i:^"_.,_':`?`D` K' "; it kilt,:F,. r, 4 t YS>• 4:jy--:. hf r:-. trvlrgii ental; i i^ ti 6136011a:' Proteon..:, k t''.^ -^>!::., s..-%1% s tl7_ 7. _ isrreAtfftilIk 2016 Maflhew r

rc ter.+-. c).. > :.:: rZ. n so_:a:_n`- ti^ y .,,,. Y''!' YJ!\ S•: U I: T•_': 5.='.'>...!!! 1... . I1 n- ^.`- wS.:. X ,,.,' rh S 1 1 ' z. o" l., ! t'. c;; Y^ M'. L sJ r,., .. v*. - n mill fbo;- nrlgfiui%e P >.-,,, t-..w_..

z,_•.:-: -;.,.;.,..,:-,;. .. 2016 Floadlr «::<.,•..,; r.= a;; otilfa Pa sf , U r

t 4.:,, ` 4 43.,:5 TIKTNi 4 G,} r je Y•il.T^<,.:,.. 016 Texts iri"') 1ll i; - I t,or._.,ao- TXC.`o r ptt. '+s, r..[ h ,-tsti 5:.t . -;_ F:_<, Q' a" _ w- e i~;: gi- rL 4' ..:`: z( ` ,' + G' Pi]'.-^. b +-, •„ 2Q16 T h? 9. i: _ SR 1,PS.4N 1, s'} ;••=.>^¢:' M ma` K. i . u,.:.•.' toherCo, AL r 2015. EloOdt 9,- ' 2416 S Flo lrllg `' . SL-2- e ' AL) 4'= b Elauhdgmoray( 2015 ell ttton + kz „ r J Qr tigB aach AL ROW haul¢ L& H,' ROE hauling, 2. Sform -' ' '`` timet h NC r : i }°;. ,. SGCion. r e a ti rr •!' Stumps, Sand,: Qemo, WaterWa ebrlS) Miscl esiWoodvTXs TX 49 Activations K 2015 Texas Flooding! E esti, T'. 4, „ , 2014 T rtiadp ACC

Rk K t 56 f y=111, "•.F1 2014 Al Flood_ ALD T .... Baldwin Cq, AL ry g i+.=. ..{.. too BC. s.. ` r 2014 Pa t: Ioe`= . tblm 3*: ter: 7T'` ' Bei !' b`s•..=»'`:= u.;_ _ -_„ 4,. '} ly.5 J,,,. i-- x s ,.,) x•+.,^ r, r` u. t " c• ra4•.S„ ..,~. a e' s'.,T-.,; a - t] aj fig; ;, Y . i a tiy .,<•_ r/ Q i,,. ., v_..-,_,.._.-+'''a._ - d_ ct .^,' ,,S. -ro- ro....¢..., ... n...,....^...,.:::-.241 sV 1. tt,'° l?:`ft, f iiq U.'..- 4.t:01. r...-,,. 1: 28 . l... ..,...:..: 45J!, 1*- er y„; _,,:: ham- 1 i r- c aa9' *,, isr., ' r. -:;,_a: _ r=im I QI r, N S- l 441:; str ''. { y sa-• Gp` MS clktt^.. a' s':>!`” ; z3s';. a e' '"- s!- x,, i". av: p, i;": . 4:;:,: =- 3''s, '`= tr. • r`'':. 5;-< ji.•^ i-» v_ i{: c 5, o:..ti" 7::T? r.." :- - a= - sf ? sem !' tit"t i%;:.2,.. n,:; y. c., 2' r>: tea.:_•: ii 4.::A,.::_-.,.:...

Itw y' s: - 21,201.11, rette= V All"ot7_ t. m7„,.. ulr-- y mow>' I- M''_ Al+7:am a j y

iliVtl Y» f O Y zion Wt01lCOj Tri Y ce 8toT01 ri` Cp iitglitti.tatOw Wilms Vllsk,f' mach >L" 113.0)- 2012 FL Tornado Polk Co, FL Jerry Herring Outdoors( FL) 2012 Debby Polk Co, FL ROW hauling, ROE hauling) 2012 Beryl Nassau Co, FL 6 Activations 2008 Ike Montgomery Co, TX 2004 Charley, Frances, Jeanne Brevard Co, FL Volusia Co, FL 2Q I a L. 4' v FI FL Flagler Beach, FL z XQ&le glee County, pry' s Tree Service( FL'j `- 1Qila lrb ` Talla(1assee,: FL• Leon County, FL OW hauling tree Work; ,. e14 t I ss sS- Ice Storm Greensbbr4; NC i r' ' H, ROE hauling; Stumps) L_3ti1t1 b ' , r, p lk oa-Cd, L is a. ^>`r: _ s ( 4FV" 3 Act vat ons r U -' P .' `e r%r !Mr. r a s k 4 4- I G ti al' od` 1 ra. 1r f l I N Y e d, NCC. r'.. . t " . , t RY \ `, t civ); -,.. ."-"----j "\ l v. ' ' u 4 v r a c2b ., 1„All?"Ont_Ome# ._tyt. Q.Bo, 6.01, 0.' •..

25 Za0.i49Ji4ll'201511.Iv'lo)pC' ": `" LRDWDER C rowde rG U if GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

SubcontractorS ,;..,:: Storm Event Work Location

W_ . . 1,:, a v F. Y. 5: Lx'- at S" r .. t, v.:+2'. y - C.. iti)::..afh,•.T}: k•;`•r r: ., ,,.,a_,.. 4., ti.',... , d relieid o. FL+ i... 0. 2017 Irma Aventura, FL Miami Springs, FL Edgewater, FL Stuart, FL Jupiter, FL Lauderdale By the Sea, FL 2016 Matthew Edgewater, FL Stuart, FL Brevard County, FL P. J.' s Land Excavation( FL} Clearing& 2008 Ike Galveston Co, TX ROW hauling, Haul Outs, L& H, ROE 2005 Wilma Ft. Lauderdale, FL Wilton Manors, FL hauling} North Miami, FL 21 Activations 2005 Rita Ft. Lauderdale, FL Calcasieu Parish, LA 2005 Katrina Ft. Lauderdale, FL Pompano Beach, FL 2004 Charlie Lee County, FL 2004 Frances Ft. Lauderdale, FL Wilton Manors, FL Pompano Beach, FL i mss: x; ti,. rY' n -- iLL sem'. et: '+ 4f t' J.;: 4 b .=?:.':..:::+-.: te`^ x ? a h, r. i.., ;), w': a:` _ c: : 7 ^ i • n' r^ x itA MY,0 zar 2r a -_: JI, y.- ..' sail_ u Y: Atil'$,,;r c:!' S-+ ca. f.x,'^ r,';a,, _x. - -:'t. x,,;.;; M. c:', ,,,,,:.- y :>., r' t:-s•>. s•a+... = trJ` __ ti„<• :^:: U : v. y, y / S,, k`y. y.' i`.•e'7io,.,:, 4z*'2u. e.y4".a^.^ C'. h. ..- x. x,.s=+`,'::^.. a, y-_. ax_,.. s .^, CoV1 F t,Y._?:`>^ t_ a• .,§rYZ} ) 441vQr! M` L aN\} i. b r+'-,>:iiYYi'.'. 1fi: : i3$ ti3i '•`• .• ' R.+ ,.: r.,K7:: e^ r,^3;h-..., r,-#{^ 7. a,_' u`=' 4oy'=s;t arti,Y. . 4`:^`'^+a. .'-', X,...... , fl..?C ..•:' M: . fl.k;': r 17r'.. ' ._ 7 xw'^ g 5: ems. X" s<' p,;._ 0 1 la"Tthdin.:,<., 11 on': : k e ' Isla-,d_ iG.2:= J " tVVi3:rttt_.C`.';°_._v.-.,.

r 2Q16 Hermine 1•a1lahassP.e, FLK leo Unty, FL 2Q197Qin0 ` S. St. George 0# Cprises( NY) CA $ 1§ rrlt Ct; Al, 1 - v "` C ester Co,;SC Site Grinding; Jt lejing, Site Work) cr. o 25 Activations 201'j0Irert; H '_` -:: Iona#WuIIlaifisburA ` - fe o News,^VA is n= sw . r . _ t Co VA b° u f NC -;:

tiR' tinaa_ . :, , t< L,$ Uderdale, FL IlUest Palm Beach, FL s''.'^```' .:,-,. Parish/ Lake es; 1Q,0.. iCIA! ; '' xr CC'alcasieu ChaC} LA" r is i % AL 4 200.61atrlIta Y a• v l llAe, Harrison Co, MS ria-''"_ rs.;j ::,. 4.;, 1NI y hand FL pasCaoula MS 2017 Irma Fort Myers, FL Sanibel, FL Lake Co., FL Lee Co., FL 2016 Matthew Brevard County, FL Cocoa Beach, FL Statewide Tub Grinding! WLW( FL) Ormond Beach, FL ROW hauling, Tree Work, 2012 Tornado( FL) Polk Co, FL L& H, ROE hauling) 2008 Ike Galveston Co, TX Texas City, TX 17 Activations La Marque, TX Tiki Island, TX 2005 Wilma Ft. Lauderdale, FL West Palm Beach, FL 2005 Katrina Harrison Co, MS Pass Christian, MS 2004 Ivan Escambia Co, FL F d18Mat fiery Clay County, FL ttell gt 3 VA x; 01ilr a Williamsburg, Newport News, VA Y , ' 4 ,:; tis. —. -• i` 4 z c f James Co, VA NCDOT Various J ` L City z Y t <: j` r`.. b i, t ` . Bolivar Peninsula, TX t_.,.r`* L Ike omery Co, TX fl„• Galveston Canals, TX T ineTrading; Inc{ MO} 5 MUD Canals 3'; .,< r `' 5 RROW hauling, TreeTree )Work, Galveston Co, TX Pearlsm,,,,, id, TX r';-$)::; a` . '" 41..t..,,. r L& H• ROE , 4h 4 League CIty, TX •• ; storr, '_ . o-MNY 22 Actrvat&ons x_0.6 jc . 4M u ) Erie 4 t s __, 4 a), n, u till.. i 9 r t). F s a- a f}.r:: anbra; FL I, eP1 A( r na:-: r,Clkrok,... .: 1!..,,x; u..,.,_F4Wm 3 i: 1";-,":; t,`. =• a'= _,'•, ti'} 4 .: :' 4Y,. '- rz; 1ii-- Y, e..,_.. sxi.7 " k,- _ ` ' f* r_,: 3:M ..,: S f= Vic:;,, rr. S . IY,: r.:: ct' a.4t- t:, 3J„ u ;. _ Uderda I e FL o eiiio"-Bull+..;.._. _ FL.... I. <:: k-- Cj;": r -..`.: r<....- g yJ. e P las-f`" tom-•.:;,__ .,:»_:;:;--, - .._. .,:,,„•.:...,'>:_=' lsaa`"b i , . : e 15.., ilii:_ ,-,>..<-,:,.:<>:-'...:... , ,,,.ZO a. __._... s;.;.:) s,•... i yet ta., o,.,F 009> larley..._F`ranes JSafi°ne Qliain _o FL Sanibel FL Trl-Rivers, Inc( MO) 2008 Ike Bolivar Peninsula, TX League City, TX ROW hauling, Tree Work, Deer Park, TX Manvel, TX L& H, ROE hauling) Friendswood, TX Tiki Island, TX 17 Activations Galveston Co, TX TX GLO Sand

26 y5 CRAWDER CrowderGulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM Ocoee, FL

Subcontractor Storm Event Work location Kemah, TX Webster, TX 2006 Ice Storm Erie Co, NY 2005 Rita Calcasieu Parish/ Lake Charles, LA 2005 Katrina Biloxi, MS Pascagoula, MS 2004 Ivan Baldwin Co, AL 2004 Charley, Frances, Jeanne Brevard Co, FL Orlando, FL 2017 Irma Jupiter, FL WBI of Palm Beach( FL) Contracting 2005 Wilma Ft. Lauderdale, FL Wilton Manors, FL ROW hauling, ROE Hauling) 2005 Katrina Ft. Lauderdale, FL Pompano Beach, FL 7 Activations 2004•Charley, Frances, Jeanne Ju iter, FL Lee Co, FL H;wr '`'` , ' w 2 1ZJ a EL BObltaSprings, FL arcs?€ . . k- x; a.. DEP r`},, iwra<;^ . 3: i=` .. L^`:.. a 1) v' i^_ Y'? e:.: µsl' l! d[, C• J.. IiT' O`. I! F L' a.E' vk:/: : y^,-' G":'1,:..: 4Z.,!...:.., ^ sti' t:""' Iag).

s?,. a,.. ti>k, ; F>5,.:, : Si:.:.,.=.....; v. ,:.;....??,.>,,r.,;°as' e:. i-.5:= ate:=#* e:-?,:,. 0. Sf Y t' ':'' ; u s'.. yP."+'. Ofi8" Aa theW. R. B9rkeley G4arz y SC, HlltYn.:hHead Isi`a^may•a SC n. i a,• t,;,, a".e'r' s., .. u, n; ;?'`. ar.;a" t` c{ ak?r i `:.xis i: 7 d, ii ,, : cull. s , zw v • t derbolt, GA Sy: r "? 4 i4w.y, harden Gly, T1tuI% a , d_W= r ' 4 r.,. ' Brevar Count` ii FL ,, FL ire t. ofEnvironmental k, Wit.,,,.:. << =. _ f- ;. _ Y. p ti y w k t K>..,- s:•t ns::''..= ti,; _ e "^ H Protection r

a t t,.,,.,;; Q Winter toim - S` z Ralei h, NCl. u.- t"moi`;: _ is i>3 ` i'• w ; i2,:^ tiryi ._,, ., s:,3?'= jsy,. r z'< i -,.;.: ° a, , 201. T'omedo: ACC9. Co, SC ' 4 f ICeStQ111 a C1ora ester Berkeley Co, SC X0121013$ d _ NJ Waterways Zehendner Disastdr elief( MO) 2012IsaaG . ' BiIoo, S` Magnolia, MS t y . M. r,. L& H, x ,. Pascagoula, MS ROW;haulmg, t Mccomb;,MS ROE h%adling Waterway,debris, 201 j Tornado AUs- r x WalkerCo, P& J Stumps, Beach Sand haul OUTs) 2011 Irene Fdenton,' NC Robersonville, NC s 46 Activations eCo, N oun

Jamesa Williamston, NC S Cityy Co VA r w , Y ri K Ygrk, VA NCDOT Various s•„ A Co i i Spill • k' i 201Q BP Oil E Alabama Coast TX d w y v? Alum, La Margpe, TX a `: .. OM Ike a e u' yist , TX League' jty,

w_ :-' _- L.,,,,>- s•; BrooOloenmsula, TX Manvel, TX sid : Villa e TX UD Canals

TA k 1_ ; t, CleaClear Lake Shores, TX Pearlarid, TX s, t Lt ; ft n? W _-1?, ce'. K 4 yr_ r x t r^; .5, § - _- u j _- 0 z ., ' -: 4:v':-:,ti ^ Galveston als, TX Sante Fe; TX moi-',-,::== : s* 5. : 2' <: i", A CifiV, o' ti`=: '", , . Z" iTs^:: aTF:.;' $.' d:, vu`. 1143 -7; '-• c)? ; y;?i y..`;' ri,,v i:' ' Tex as TX` eWg =°_ ,,,, ;' a Galyeslrbn:' City, Ni% Y•3 u n Holeole TX Tiki Island,n T ofCONTRACT27 CrowderGulf GULFGULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

M/ SBE Subcontractors - Local Subcontractor Utilization In addition to the above referenced prime experienced subcontractors, CrowderGulf strives to utilize qualified local subcontractors to the maximum extent possible in compliance with the Robert T. Stafford Act and FEMA Regulations 44 CFR 206. 10. The following table represents a list of other qualified local subcontractors closest to Ocoee that may be utilized in the event of an activation.

e

WORe r 170 1 gfaMPAVZ j £ p c o` t P t Vontrdcto-0201?-6. Ud m o..

Four R Equipment Miramar X 14 5 1 11 14 5

Georgis Fence Concrete Co. Inc. Fort Lauderdale I 1 1

GlobeTec Construction, LLC Deerfield Beach 2 3 3 2 1 1 1 1 GUTD Hauling Service, Inc. Fort Lauderdale X 3 14 1 2 Image Lawn Maintenance, Inc. Pembroke Pines X 7 1 3 3 1 3 2 3 Intercounty Engineering Inc. Pompano Beach Jatibre Property Presevation, Inc Coral Springs X 2 . 3 1 1 3 JEM Diversified& Son Trucking Hollywood I JMS Construction Services, Inc. Plantation X 1 2 1 2 2 1 2 4 Lamaz Trucking, Inc. Hollywood X Lawn Boyz, LLC Hollywood X 2 15 5 13 6 1 2 2 1 6 4 12 6 M. J. K. Services Ranches 2t 1 1 4 Miami Wrecking Co. Oakland Park 2 1 4 1 3 Mow Hog Mowing& Grading Coral Springs X 2 3 1 1 Protective Barrier Services, Inc. Fort Lauderdale 1 R. M. Trucking Service Inc. Lauderdale Lakes 3 2 2 3 Runway Agricultural Services Fort Lauderdale X 1 1 Rush Roll-Off& Recycling, Inc Deerfield Beach X 25 3 1 Ryan Incorporated Southern Deerfield Beach 1 1 9 8 2 8 2 3 1 Safety Guys LLC& Team Labor Fort Lauderdale X 1 Seldin Construction Co. Inc. Sunrise X 1 10 1 4 Shaw Equipment Inc. Oakland Park X 1 1 Shoreline Foundation Pembroke Park X 7 1 6 5 2 2 6 3 Since Trading& Transport Svcs Plantation X 1 3 1 Staying Green, Inc. Davie X 2 2 4 1 1 Sunquest Logistics, Inc. Miramar X 5 5 4 TCI Disaster Service Weston X 4 4 1 1 1 1 1 1 26 6 Tecta America South Florida, Inc Deerfield Beach 4 Triple Nickel Paving, Inc. Pompano Beach X 1 2 1 1 1 1 1 Turn Key Services, LLC Fort Lauderdale X 1 Weekley Asphalt Paving, Inc. Pembroke Pines 31 16 4 5 3 1 5 Xtreme Land Development Fort Lauderdale X 4 _ 2 11 1 1 1

28 C12OWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Mobilizing Large Workforces Company-owned/Leased Equipment CrowderGulf maintains a large inventory of company-owned/leased equipment that is debris specific and available for immediate response to a disaster. CrowderGulf is capable of handling at least 30% of the work with our own equipment and personnel, in compliance with the requirements on page 24 of RFP18. 002 Emergency-Disaster Debris i `,_%` 8#i Removal. Company-owned/ leased equipment will be pre- positioned for emergency PUSH operations and dispatched to the disaster area immediately upon the receipt of a NTP in order to begin restoring critical services in the City of Ocoee as quickly as possible.

The following is a partial list of company-owned equipment available for use in any debris operation. A complete equipment will be made available to the City of Ocoee upon request.

EQUIPMENT UNITS Self Loading Trucks; (30— 100 cubic yards) 65 Dump Trucks ( 16 yards— 50 yards) 153 Rubber Tire Loaders( equipped with debris handling grapples) 26 Rubber Tire and Track Equipped Excavators( with buckets and grapples) 18 Pick-Up Trucks( equipped with portable phones for Foremen) 25 Service Trucks 12 Skid- Steer Loaders ( equipped with buckets and grapples) 10 Cherrington Beach Cleaners 4500& 4500 XL 5 Stationary Power Screens—( sand screener) 2 Diamond Z 14' Tub Grinders 6 Shallow and deep water boats equipped with latest sonar and photo equipment 4 Barges, tugs and large boats for heavy marine debris removal 4

Our full Equipment List will be made available upon request.

Debris Removal Trucks

2010 Kenworth - 1 NKDL40S4AJ263924

29 CROWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Kenworth 2005 Kenworth 2013 Kenworth 1 NKDX4IX1 CJ312335 1 NKDX4EX7DJ3493741 1 NKDLU0X65J073435 1 U9LP2545CD059054 Rosa 100081 ti. . ., :,< eµ; U9LP2547DDD59056

2013 Kenworth r.: 1NKDX40X6DJ358798 2012 Mack 2006 Mack I U9LP25420D059060

1M2AX07C2CM010683 r _ z 1M2AD64C56M001612

52LBE1627JE06410a . Rosa 100323

I :` 2013 Kenworth w r"'"` '' 1 NKDL40XT305342909 1 G9CD213245139357 2010 Mack2002 Western Star 1 M2AX16C3AM011121 2WLHAEAV52KJ58274 Rosa 10090 Rosa 100175

2005 International 1 HTXHAPT65J080499

Equipment Rental Agreements CrowderGulf also maintains active accounts with all major national equipment rental companies to supplement equipment needs as may be required (i.e. Beard, Hertz, Caterpillar, John Deere, United Rental, Sunbelt, etc.).

Al! equipment shall meet all federal, state and local regulations.

Additional Equipment Information

or s::..- All equipment used for this contract will be rubber wheeled e,, ,---,,,,,,,, -..,---_,,,:---,27,,-, 7:-, k rubber tracked unless otherwise approved by the City. Y4' 514 X44 ., To the maximum extent possible, CrowderGulf and its

r subcontractors shall use self-loading trucks with grapples or ,, F grapple attachments. Hand loading will not be permitted. 114-*. 1.: 14, t'`: ,. n; . it - No subcontractor will be allowed to solicit work from private \''' I.'L' . .. citizens while assigned to the contract. Q` ,', $i

No equipment assigned to this contract will be used for any I. i/ , f,. Y. e,'', .' : ' ' other contract work. k ` l All trucks will be marked with proper signage. The lettering will , it,£,., be 3 inches in height or greater to allow for readability and w- clarity.

30 nw2012hI ' CROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Anticipated Outside Support/Subcontractor Equipment CrowderGulfs has developed a Nationwide Database of Approved and Trusted Subcontractors & Vendors, It is company policy to utilize qualified local subcontractors to the maximum extent possible in compliance with 44 CFR 206.10. We also endeavor to employ a percentage of qualified Minority Business Enterprise (MBE) subcontractors,

In previous disaster activations, CrowderGulf has pre-positioned manpower and equipment to provide immediate response. The table below provides the number of subcontractors and their equipment listed in our database, in relation to the State of Florida. CrowderGulf has the manpower and the equipment necessary to meet the requirement set forth by the City of Ocoee in RFP# 18. 002 to perform at least 30% of the work with our own forces.

Number of Registered Subcontractors 657 2176

f...... y,s:-a' ' ;, n:t. y_ 414. i 0.1B.,.: Dump Trucks( 16-65) 3559 11853 Pick up wl dump trucks 835 2847 Knuckle- boom trucks 401 1816 Wheel Loader 50hp— 150hp 1115 3552 5 ton Pickup truck 1045 4857 Hydraulic Excavator 50hp-150hp 920 4125 Trailer Mounted floodlight 172 910 Low-bed Trailer w/ tractor 389 1501 Water Truck 169 624 Air Curtain Burner 59 258 Backhoe w/ loader 15 270 1316

Dozer,2- 3 yd bladehoot rake blade D7 491 2265 Grader, Motor, 12 ft blade 130-140hp 137 507 Chipper 189 842 Tub Grinder 300-400 hp& 800- 1000 hp 128 663 Self loading trucks 686 3063 Skid steer 40 hp— 80 hp 1076 4730 C& D Walking Floor 80- 110 CY 250 1149 Mulch Trailer 80- 110 CY 57 483 Bucket Trucks 392 1835 Barges 86 516 Work Boats 129 699 Vacuum Trucks 76 511

yy1.

Small Business 459 MBE, HUB, SDB or Veteran Certified 283 Push Crews 253 Debris Haulers 472 Marine Debris 27 Haul Outs 30 Grinding 34 Burning 19 Concrete Reduction 5 Recycling 7 Hazardous Material 8 Tree Work 63 Staffing 18

I

31 CROWDER GULF

r

Section 2 — Experience l References ryN"'y,' a

f.-.----,!..,6,,,,73,44Ly•A,1,,,,,

o ` t

m p ' a1c

r: :.

t4jV

t. 4 Art) M Mo' 1: eN P461n1 rte• d I4i ,

ky, s its,

it

4- may: City of Ocoee, FL RFP# 18-002 Emergency Disaster Debris Removal Services OE O O cc'

Q J o_ co a) ` t (O wiriti CO > J N J U co( c ry p in p Zcrc Q CO 4) c- V as Q o_ Q U O O c N O >- O - a, '- U) Q> O 5 Y c O — M o UmN Co, U as cn m co r r V 5 Z k o 4 0 aas 713 O 71) CO a Y ( O n CT' RWINP O 0 I V4- N ( ay ?. U CD o' o SS ( w tL5 0- I' w u s,( J - o v s ' L3 0- c) O Q to UMN co Q vrn - 1.. C ?' Y) Qt N O M tt) - t.L. ti N U o o Y c . p' p Q 1:' J M w m 0 a` Q a ui OS-( 6- 0) rn LLI o a o c V O m m n cu C) a) X @ ca° 4 y c to n I- 4- ti-. 7N O T = i N ( o O O r p`a [MO J 0) (( J y m E C CO n CV C C c L- C* N c as o m co M aa) O c cO Lo a)o N ( dQws ¢ ¢ v- c CO U • l '"3 ' o oM Qa)u_ < O a rd. CO CD r c «- p O c 1-„,' ccs o o

o LJ 1 v o 0. 00 Q r en 2' rn u_ 0, o U , 7a 1 O Q) Q pp Q@j x o 0 cD

O O U p d N OQ = U m ' cpQ Q ir . Ii) U _ u. c . - oyco .. o7oom y s- e n O mm -- gcn0 N LLI E v' d- O rn r..... oo- E O NMNO y_ w M UON0 O Z o ma a+ mn-, oC QcJti @ou O v N rm n d N cma_ A aCU c _ - - - ` v@w O O CO m of cOu) %C I— a- aNc V - Q N NwU M ` — CO 0 _ . tM 0 - O Bo OOT-cn( N V 4ipt - o a ( O V 7C ,•-..,-.,. n V N L i'U (" j y m p c0 T. . ¢ :• LI- CO co U a`' c t. S o 0o 0 CO 0 m4 N d o r x O _ L - y c w n o_v c co

E t ML N

to

O co 0 N, o a) N orn O N v p O o us o M ce ouj co i cti o- i. - co LL! Uc E co o_ N o LLl Q) 0- a) C j 'rO co - s.. O oO f U NQ o LO Co T i Q co corn r 0 •' N rnO cDV' U to W co - o. 69 O i g': Cf) I j - v 11. zS lN LL CU O o , - re V Ca.. 4- E x, EE 340.04.,. Oi' at ci N a) O () a) n E to U 0U O w as i' ,.a au UC Q CO CO CO c co t8) y OL p as N C ll N asas to

ce O o) 75 4'- v) Q_ en E L COE V 3: 'w-' o 0) U e E O O s:._ c o C I) 0 f) O q. tu''. E O 6N O ( il I Q C CT c C U O _ r Cl)0) o c O 0 L^ si tn

E,-. O Cl) Tb di 00, N p t7T Cl C r'3 p 1) a) 0) 0 ap)7

17 1 O7: Cn 1) o cm • W cm....-',-— O a L1 - a ( a (/) v o rn w ti N ( a) a`n' t. d d? a) O a) >-, w, a) >. A O. e., .- w CO O (.) r !:,-;rf' '+' ca ca vi ut cn_ O Li 12 cw o E l eLU ty 2 n — 0. @ a- ro c vo L O c) en en- u) ' cn> CO ca N J _ c 0 rr.?Av- N rn ti r-. Q...•-. (, CA Z " )'.'._. 0 C)(n T a 6 }, O p >, 1 C N O ' o c . a U t CO 5 ad atf is- 6 ss oti o 7s Q. ; CO - 0 0 L . u vj .

V • o o• o o u o o 0 j 0 p r o;. yo>^ o ' 3 +- C C6 V N 0 V - E ix, o . Go d o cp S al C W .{ { ; . R . Ua, y d ri, C..) Cn

CV I O a s a) ll 2 s c-. N. t cu m ti t- N.^ - I 0 ,,1_n) -0 O al o o ca CU Z J N N J t ` 1,-,•1 c0 } y t 1.. ( C U O Q LI-. O 6 O Z 7 -- p ,_ N N N ya C O - N i.,- 0 F, a a CO yj C 4; U ( 3 O jV` V' co R r--• pa131V U Ic0 Q `- W. E5: NI- C1411 o a' w Q o = a("`vN r` N w 4:3 ov as LO cM Ii: 0 Om9oaco ate) NO' CcoMaa))aa))ate) aD b N 01 N N 0IU O N N J 0 u_ N LL V LLQ L06 N S N Q M co= o co NrLer,v

8 a E gc'rS co

MSL J N a. Q PV U L CCVV 0 c+' o 0 1 c L q 1- C C O C O rn O (> 6 IIU!i:ju i @ iz n cc § j1jjjJ :! c cE > Ih; W rno3'c m O 1011 14 U 8 3 to N"N U N O „ = 0 x iil h L7J O N CC cf CT. N N V OO' CL d S 8 = a O V c g eg N- W co O) m LL O C 8 7 N g O ''_ LLj N Oco W CI.+ O) O ( l( C ; c*; Cy ay• C- 5 21°' try M j y 'T 7ff/ C N: Com' { n A O LLQ UCV pCe02a Ei U AC j }, 40}C C• CO CNL y L-8 >Np„ CEJ E. 8 l w C W Z W C, n' O.2 PNEId N C g i.) p ab a 0 i cv ty Ra1`7vEf' _ @ OCcr. ooh

iie; 21 B rM N O. U g4 p O LE f: 0- ti J OCN- O OJ > r` O. E - N - ' D E V c : E 0-- B2 u_ anc70 g2 02 QO) r E5 U' I.- La 4 • 03 mi 03 UJ 3: I- Sim a a1g jiqj Ip:! C.)

o 11J co CO c4 0 gl r.... NO co 6Ni ,- Ce 0 V cp c W n. ` cgi co r, a R M

N w O co co

70 CV

69.

L 0 cn 0

co E m 8 8 w E tin o. g g L t co co C U U c UU N U N E E E E E co c' o C t 0

yl U G C C C C C U a U- ( C O O O O O O O 0 O a f6c M co E Eco E E 1 F co

vm 00 20 0 ' rn c 1-- 0 co 00 O O N d 0 A 0- Ll. n slp as rp - w Q Q Q 6 2 Q ' Q 0 g o oil`-' otf etl Q all a otl v C1) h 0)- a0- cv v > U c U ._, U U c U= U c > c to > c > c Q 8..= 2 >, e- E a ' O m - o_ p o' o' j o' o` v o C v E m .. X 1- 1-- 1- 51- a 2, N epX > cph' n~ 3 O E ° m4 pp. N: 10 pp pi Io.,. O C C 6 d^ ' a . O. t G, C C,•. a O Q. O. LLO N E cn en h. . i U) C1) to i-- w co i- F HOF.. •E1 13" t-- 12 13: e tce1-• y w H_1 Z . C. 0- >, 0 . >., C >, C.- >, C >, C.-- >, C.- C -- C >. G m— >, C >, C. >., ma 0 Tex, 0 o 0 0 osgagra- c 1 - co- t+oa D m. 06 CO . co- co 0tnA cop o • IZig1g 11 11 le 0; 11 la 111 la leig11 s o le m 1. 40 a igg11 ca leig o= c) o w =$ ooft O, O om Oyc$ O cm O O c; u O c 4 oc O C pp C C E C E E E Eoyy,= E C E 1= co! C! Chi- cu 3 op W N o au to O au N co 2. E N) a c aa2 a aax a as aCi a ate.$ W= WM WM as

w co j j l LLco oco ir> LV l LL C7 co rn 1 J J Q LL Q LL LL- p Ve o a Jc. LLA UQ J 0 6.- LL p" 1lCQ f` LL i LL moi' ti

mr C 1si ti dti ti V r 1+ V or s- co

g uo __"to Sol pp a qs II ua, 0 - 0cn a II Urn t u' Co' W o`' Wrn 61C0ticopgp68jpNCmCQcoin + S' c 8° zp L hd t) w cc.v. I J O O t0 c C7 m , n O SCO J tL c= ig V co U a in OO a.0. o, E c LL L o t() q 8i s u- 7) O m a> - Pa, cv c 7 m N 1j O u'' O a' 19 1..... N C V M . G ' c 2 O d M f0 m 3 N Z v u3 u. o m co E- SN vrn cr3p o MU1m m C c`„^ N d N ` N Uco c le— J m I+ II w cao V c43liiO p 0@ tn O ( O, y m tEg2 LII It i co 6/ w vJ 2 2 C iil I 03 t-+ . m co N " 6 ? N N R. Od' C N c cv Ca }$ h- l' RI m = f/ > a_= 6 z Q C ni5a g N^_ p co t/ 0 esNNchO d- i tD Tec%' §mi...- 0 073 0 rgGcol- M a "50 D U 0 8M Q cot w

m• o o V_ 5c--( re c s ~ pm E tW a N oti N tom E J C' yip) V _ e.+. m N V} r^ co p cUn may tp yyN iC36 1 1 Dga y { O..,. 1-) .=.- N Naj ` § 8N p7 coD - C _ Wpb G3- c b QM M' N CMS bii N 0.:.: t0 r" 4 3 8 E m LLi ii LLL.Zi t

11) o ' 2 o0 j MNoga— @E. :. . p E_ u; R NE~ kaiE g "_p - C9 u• SoN >C mwtLm oo J ? @ o e CNae E o ar' , E F- 0i: Y 0 ' z E E u. 4 6u.,-- o '' ico- 9 , y r cr• gti_ n; E N° a, N E o c 6 n s ° 8" y o c'g Sao , d' ' ti3' N ` z ma oho oN( mV " yatiE -; tiE c Yom tton t g a C iicEc Eca @' N OC - 1 Z_ } EM v- E = to p = C c ' mrna j. v

17. c rn t„.- O aS : 0 c N u>a> b g 7nc 2 E LI 1= 1" I " N ( 1) CO oZ coNcn: ce CC Lo ) 7ii" aFn' uSioN me v$

ILII 0 h cg CO CO N coOo 2 1 rn 8 ii) v O 00 CM 8 ct Q ai- 1 cr1 w a_ N N ` N ti 4 4to co

w

co N. co W cv 00 co to e4 cn M co 0.. co e4 to

46 al el 44 ed- 4} 69 a . a 3. 69 R' a C re c

com

a o' o w o ar v^ m

m cn

C 15 1. 0 t E.›

a> E U U U E U m c e c ,' c c c" C c c c c c 0 O O. T O—m O O 0 0 cD 0 O O c co 0 4 F _ 1m Qc) N2 m M ptM a .. M m Co rn m O a 0 0 Z o a> a> t» p a> rn m 3-i m meg' c y g' g''v

c 3c m c is 8. SA. S i a V I t o 1 g E 1 om E o 5. wS aq`{ EL o a,.°. 12. 1. S_: g CL 0 N c to'< N m in 0 cr' I_ L' E S t to jE t s 1u> F„ $ y> PB' i= G c >, c.— }. O 3,-a. d z •p >, G N C1 n' >, 0 >, co >. 0 >, g 0- o 0 0 0 A.a C- o a a e6 a8. of. ad V. o6 - ad . o5. s6 l • ea- ea'." ' to . 6 16- E ig 2- 1 al a > a' o > o > o > e0 > Fe- a > j > o= o o = o 0 co: o—a o ,;' e o 2 s gA 0 o. 0 o$ c c 08 c c c c E c E C E m C E d E o E v q 0 o al fu DC atXg L2aa a retro G ceE Ira t aM = 2 aIXM oz

ao m co co- 1-- 7 Z O ^ O n ti J co E E A O N J p p O O N Q cc co u J J Q ci 11. sT'

aZ• dO O eQ, 114 a la b Jai o 7 Al C9 w 2rn 3rn 3rn il tarn W 0) I tirn II UELMcoJNp2JftCVN4pOc71_siccc+QQoCoQUcoOEQ7tO) yu N , J 2, i,Li co` to 1- rn N w-' m o o i E E rn V LL J a) ....,r-- CO d 9 N_ CQ lq U co Za N • ID 2 n OTI,

1-1- c = [,°, co ps 3 n °"3 0 L - 92 §§.2 ` sY, o E c mC C r. 1reil5 6. ' a= CnU.. N t- E m u. 0 = O iia 7. C J Q W a) a"i fp C LL- O co IS W d 06 C S f j f6

o cnn>; 2 ccvv m p j. chid cc= O C • i li J'II CVS U• Li CJ O Of'7N O dJ_ ild a` C d•XX•¢ p j •• 0 V 3g•• O_ o OCQ O ll.. N d' C } CL C.7 m • 1... 5 C J C O 0 LL E o j oma- c j o` T, i, oti E O > o e moo' a OMSco —.n g .,,Ec 'i E r ci pepdL rn W IP @ g Q u_ C .. 0 C N •; L Q G SI C c U G O ' meq^ —. ' C tS V ' 0 Z ISMcc?' C p c7j` w o a. ..( o E a,, c 0` " ` o Ill a Q g$ jj. ' r-• o 1a @ coD 2 r E "• j 0 ca c • 2z .. o v > { i g' ._ rn cy U H Mr o7D flUiju 1 c ° ESi3o ,R. o• @ tqIa : 1_ m E 2. e 8 LI- LL In 00 s LBaLiti x = Z Q. cUfzmc _ Uu, 8 E oS Vcoco N - m Z EM ani E5 .. .. allo o E. oo ti c a2 .. c2ozz6 E U z&i c8 Ov c38a,m(3LL. e4- 28taI.-RI253 - O' t ezn6, y S & cl

O

V N 0i.V' O 8 z cc 1- re w CCVV CP co.." co Ch N 2 w Nw O c. 4 CO ti N O_ i • N Cp0 N f ° op m 8 0 op 2 N"' tD cci M 69 N 4 N 64 69 69 LUL a W a cn g N C D7 a1

Cr- eii c m ID c n C -co yr y ` d c E E

Ln E 0 Edi rn Eami e c oy 111 c yrs ' E U U U E' o, o s • N co c.; c co c c xi ca = c"- c c >, c rn Q re; c„ M foa ms etf`-' c .< o a Q a 5i o m oN0 p m `' cQ gEQ SQ EQ h g) co' gj' i g,--> Y iv m O . c L W ' 2 c c c c , o acfc fid= p o' v'`' -. c >. a tm a 2 a. 1= i °° 2 c E o v

a O a1 U Ill co ' M HI kM Id I I Ill 6

o. UI ID a 2 2E0' t''

w

I] alf N- CO N. CO oC) N- N. N-

U. 0. 0 a i, o o Er s la O w nor ti u. rRI LPL fl4 4 4ati U7LLoLL w co 0 co 3 a1 N Y O e0 O 0H 3rn 3a 1rn rn rn p mrn za> 2rn 2rn yccpFitracrNYcNZrn2 of o z a oTD I pip NUM N M U N. coa _ tcii M8' c uv 0coiicJEyEOUp c aY N. j'• L d m 7 c`- Io I i=' ' 8 i pili 4c a` FO V??, . co7 ^ 5. UC 00,- QS ' DOitN $M co OU U' d l?l h N M SNc-G W J74 pJ cl/ O O m JQ ze 7 W 0- 0uIWu- U- r ze O O 6q, p ' C_) cm_ o 0• N E 7r > O cQ o `-° ' O aiB v c. 0. a c' gro > Q8 mc?• c oEE"_c Eo`. a O v U-gaoo Wca E rn cia= mrna r;°o''? _ EN `) ' $ 8EELLE 1; VLi v tiS. Ei-` coo g0T daC@ 68- a E-$ @) gam= co }$ coo rog . c c5y > o,0Ezaziof 8 VV O ji 1C 0 jCDCar •:_ O lzCO di nl-CV to C co N Cci Lia, 12 g u coppy p> Q ui N jtl ROMw c

c.,, c I t O j Imo. >_ ANN 02 W 0 21 0 g O I'? N O o Ca01 .- OJT c fir' l° otf cNI t._ vr v co Q I" W c6 y „ o37cr i MMtpp I"?90 67, 00 cEE C7 p, cd O C o .. u ai y t dmx O 7+.-.. N CC), O a N r= E ti6 > O U-' l9 r@ jc° U N . p rn83 $ O OMa7 Q cA goppp@ U Q •(-) 42a g 8Q c)n A trrN UCJ H 1-. @ ¢` m[ 7 E_' iN ' O 9 Z O_ >. EIp aacc [ QN W -- o6 8 c u . 4.' EONc N C T cXa c m a . 0 U d o@ liQu- c L $ E Jrn 0U. 0 . Q 6,°- i'" c0 VdN q 02 co y > C': Y as 5 g IzQ O NL . C O, Ci N. CIIU g IflhJ W

O r`• rn p W a M N 2 W N W

co IA C[) r f csi O co CNO Q g ti O 1 p d 1- co D) co N P M 0 d: 8. M N OW tocsi U.. IX CL a.

0 E• co v E 0

c' C C a cv E Cpp Q) c m 4) N b N N N N E E 0 c 0 0 a E I- v C( Q) j o L C1 t N c T r2 fT E Jo L L E co y¢ t U C.f U UC 5 E 5 2w a13 ENg E U E Eo 4) C C C Cn eco C f 5 cco O 11'

t' dml0 y N g O) G) O) 0 a)•N 0 0 NQ t < ¢ a, r 0 C° 16 > se a Foes > c m c $ > 8 c > c >. > c > g >

3 t2 t°A'' ja ti 1 a E= wg° n° Eo 8. 0 a''' o .' a) g_ E. L O C fg- w ' m vi va IE v' N ccdl- C) 52 H c2 a Nce, Z O L 0. >, 0 r) O Ni >, fl >, 0 >, 0 >. 0•- >, Q >. 0 a G 0 o08a03 O 0 r---,•° 8ebrOa 0. a. co otiti ea'-'. e6. 5-° eo 06 §- gig g , gcii 10P leIP Isig

cc E E E lUll UI y Ec DI o a_. a w at 12 12 ° a&c? a , E2 a2 °&04A C2 re M

rk

c0 r I` i co Z r m t` i o Wo o r o co 5 o N W i--- O 0 J tomp f,Cl co t ) ti Ii.(` p u. csj

V W Wn Z d

2 W gC° £ E Ern Ern d c1r E°«3r c Ot- 0? Orn Oa) Orn Orn a- am 2. am am Fes.ofcnysQ-cgIY.uJoc,7N,pCca.Qg & to 4- o LL 4f o J Qu_ too c s 8 ` Cm 2c„ m CN yN J 0 -% I Q vim a_ r`• ^_ cr) LL 0cs o ' OJ oN V as O ` y O o 67 QLLy Q^ a C S J N_ Vi O M C M_ p e c J 15 Ei Ali,. 2 c o} di c y iu o LL 3i c4 ib cid N g 9Li n rix Z V or t— e' in a g iAmo c 7 c` m _ a c dtia` Lu-. Jcov, a 70 f '.- y m ° n N E E 4- v p lOc 0 m o. ZcA c a o r i „ r,,n zcrn d >, > a •- a] co a , e" eM o . E mN = E cou_ o a c, 19 d 7" 7 O? CAN M N wflC iii uf I' 1U4 J . Li§ O- 9 O H N@•-! co f6 _ 1219L s" cr Z m ] t co aNi a E c t` 3 u. E N N. o U 2 to Lt. >. > 0,_ 03 J EnY c 0 Z c tig $ o?? Q A c o o a YN gp i R ads 2 a L .:..71?M o J m co v co 6R, co s a- Ni M to f` O[ L s--' O -> O u_ co.-. 2. § 7 co cg N O C U C aa.

W cA v, N f j a;= ocN ti foo $ mM ga, i co Et N N ti Q cc' V,.- ti c: t N a

ii0o g e”? m u. a wosof 8 2 O m M o2~ N mow tiJ W. CN 0 P' a' cLtt) 4! O v au- crdcu,Urem6HiliHWH . a. 2@inm LL U lotpcoHHNc., q, a 1,-.• ln cDU i,• d > cN Jc`va" t' oicowrcfg a 532 a..-,. ' to- o dE'sai` m @ c env@a, IUB m e2 H crd a a I1 i!: ; a15 E flP: ccocmCI U w Q

W v rn co M u, c O c) t--ti N N O tL, M N l.

co OM N

W N W O a- N03 O co N TZ co I- 7---:. rn v o a co. M 17--a) r.. to ti co- of co V co rb c+_ M to N M a a. ato Csifie

CD

O. v C

C N C

N G- Li y. E O C 1 g O L C C cOC T v N N d i QzOy cn E >. LnE cu v, a L L N MO h O . 5- c coU Q U U la m E E U E E E alE p UM Q e e e co e to e•= a 2 3 e a • oC'•.6 0 0 0 o • Mo' ZM o 0, u) o m p m U) M .„, 2'atim t2 g1, 2c M . L Q 7Q Q Q vcQ c Q > CCQ E Y G 5, c 0„9 en o rn • IX 3• a w. a ado o a ° - A oa E 8. E u_ o ars O E o 1 8. o. 8. $. a, O 8.,, S. g cog lac a, l/1 E in 7 in CO M g. F^ U F- e u)' Sy O j 6 > c - tla G Q b eEp G C - a 2)> c> g .— , 06'-•' ea af!Caa 0 ea a W tsi$ ca 1% of _ ca dt ea is m ea• c

V Oto O O $ O g O O $ A A OO N $ V O O M m 3' 3 g c Eo a E'-' e D E E E- a— d o c LB at we` ii° ii I c c C wiz amezi R M M ceEra a' gaa W .. M ad I2

J

J

O O O co J 0 SOV 1,,, . F---- Iti O 1 J LL J iIiii 0 cd` sc o J 1La r ,, i 4 0l= QN- r arm ^ Ur` r u. ti aZ o QQQ g tre r COO NO M tD 4 3 g NfTN o A Q, N p, N O, f/7 Cr) a A rn II rte,OcoyQoMtogca'yotmcog C 1 O C7 N co N c+) U O N @ M _ u r• 47 U 1- Q N O > u_ 0 v o o o o CO J 0 , n 0000CD 4^ aim m N o4CD m cD r7 n M ALL QO a o N mNao 7n N -. a) d t .U a) O ( V 0 E O pp C ap O OCD co co Li CO • U N Q J N CO c d r > U U 1O Ld aD J C m LL. 4') U N 9 MCO 4u. 0a) M a is _ W= . y m H 7 r O 0 0 r-. 5 Q u7 C N 6-.. UArOc M a) ! a II a) 0. CU a) O . m t0 Q rn 0@ E, O N. ~ c Q O . N 5-CO u) 0 u- W v oQLL a) • 2 co ro X m V o m 8 O u c Oi` . o '..is o - c F I— c`-- r a a- c tui.( o 1,1 ca p c`. 1 m - = ti }T U c > ° a7 J 1";- ‘ cn L M 13 0 3 m be 0 X00 w a- t E <-) Y a7 Q Q c O „_,,,- S.-.." igco ,, , cs 5' - C,) ti 0 < CC) F- mCN CD 0 o Z p O U 07 JYcsi J 1.), C 0 E L 6 Z W F-• 0 LL 0 Ln a1 N co N p 0- X rn M 0! . N 0 Zr) O ce m W ( o+) Uu a` mrnvi:, w e > j Q cY I^ N QCD( coNE 0 v V/ 5M 0' n ta. O Z N V `, UN D S ' ( M _ I @j c)•'E' N co O U E ': , U Q/ 0 I NMS c c0 co W N M c 1,-.: J05 CO u- U S CV N 6. 1 N C7 407> O y o - E ' C ' CJ v) gg t)-- • O O N N. 7`-,, C ! U U O. N ',+= N W r R d' q N O O M v U a i p' s3.. ., a>7 ( :' O L -, ' F-" c N O , e) O N o o c p ' ^ c 5 c to U Z ` 2 Ti) Li U m m cvn m cM : 4.,,,,,,:,,,;,,?:,o•> c-S6 te. coTU "_ 0 Xa o 0 a_ c( D0nLL p a0io o ) 0 gym _ c W o a - a) R7 o w t N U c^ a) ` Q am c0 U o U rnr c A> o Y - C] (' N- -_ 0 0 a) EF.. ot0 rn d 0 m 0 • h v a`7 m (' 2 N ci 1PI-- OM N- YON) al 8 t~ 0 0) N_O V NO MO ^> a) M tO6 -0 0= a) YOM61 @J c0 C a5 "' m52r) . . , r , r ' isNu) 5 co ( hrn (' r, _ 0 ON 0.' 0 - 7 E . ( 2 ri rmQr-- , a) a) 0o po0t` r- y6 - d E . oz c ai E' rnrn cq > MIo - ll EE A Z 0 CO7a7j >, a c CV . U c• L77Evoa) 1607. i: . N CV CV (° CV M7Or °_-_."''_ erOon C aOLL mrn ( a —)_> rn O 1---• 1ca c-) d LLco -; ; oo . n fl'' FO0 '^ a . ' r- I- A

M} i 1,--) Z V o Wn CO CV CV CY)CO N co N W:: M N N M a LiJ d O) M CMJ CV -;.,. V N LL a Q W CNI LU

NpO `.' CO tJ d N CV M m MC‘./- O) lI) y:Q _:, CO J: r U O M in tr, Ny O V O N L1a 1 N r' o 0 j CSDr- W ( N V N p._•,:i, co ( co gyp M fN 7 CO 6H 69 EH b9 a I LL Ce ogg;

Q.2. 7 w w o 0 s; 111 cn cr a v CO ca Cus m

c 0 ' O) 8 2 m a7 a) Q R)

a) .; Q _ CD: C C f7 C L E 3 Ec 3 y c c N ch 0 0 n o O c a m. 3p 6 a c tS 0 oZf a7 0 no 4Sd1 Lil !: U old E E 0 m 0 V 0 0 Q F- 0 COQ L N O O 0 3 o - U) U O ( n OU -0 m (° is U O 0U @ 3 0 . 0 > o 2 is is m 7g is N ° 0 v en o d > . Qo r- - Dad d a- 7d Q d aid a7 r3 07U o 0 0 ci 0 m. 0) < w oJ< I m0Q Q mcQ Eg ca-..t _ Q a)— o7ra . g oa `¢ c U -- - c)os > c ? 09r > c 0 > c > o y. E' ce UT > Q > . 0 ` n o • co ' O P ii C 0 N N N V 67 . of G7 C a7 Q 07 T a a1 T H d v.5 F-- y y y y • y y ( a y y 47. n O N a C' E C y N @ E E a) LL O a) - Y 8 0 O -- 0 0 L > 0.' Q. 0 d 0 7 a . 0 C- v 0- 0 CO J 0 a) 47 o y 0 u7 to VJ > fR M y y 1-- N 1- F I— '.- G a F-- NNN Z N d d' _ d>.T ., O CO m 0 .- >, G] >., O >, O ' >, O a. d >, 0 = T c O _., a 0 a .? ots ozs _ as ojj - ob - cel is oty is oto - i =ea r in ( p _ p Ep otS 2 :i P. tJ D CV ( D 1D U " d • t D y Ci m ,- ' J ' B V a`7 2 ' a) N d 0 0 ' a) d d 0 o > — > M d Q7 lj Cl, y W L-. N N 0 +_' 5,.!.. 2 O O O" O Q) O - O O O O0 - e., ,,,.:O al . N a7' 0._ i-,)- EXUE47pq5 O a) , 0c Ev0 _ in c Ec Ec E- iU Ec cE n = Ea) O O O a) 0 0 a) a) o a) a, o ti"'ar = O a7 ( a M O d a3 O a) Z T 0 ( a O LU N a7 a7 co >, a> 11U. 00 tY co cc n 2 d re _c wm wcen tY2 R: .... n 0. 3 3 _

C T ar 1.11_ Ad CO ti r---„-- N- N- N- E n fes- r- z 0 O J O ra O tL as O N 1.L V S CO N O Q N N LV dCZ' X N I— M (, 7 J O 0 O ,/- y CD P- 0m N u-- y O H N O 0 m K N 0U (- — CC o 0 cc:-',1 o o 9 0 V pit c p O H o o p o 0 N ~ U r' LIU w yf LL^ 4 ti 2 ~ x y h m m h Z ( N~ O P ] y".. ~ P . 4 41. 11 C o O N c::, pa d C 1) JJ N N OCO.) ON EO pN dN ON ON C^ 2 w O` of N. K:{: N CN M ( O 05 u7 a0 :: e a 0 AJC- mrn Rte- >, a) 0 a7 i ': > C 0)) L cC CD mo) COrn Urn OF01- 1--'& 3) I- 0) > rn > a`7 LLrn rn < iN:` c am YJ%.FQ-aceCN`a0)0COaNMCJII'01.*0i'UOVO-'FX-Mo1C,,..!C05001E- CO

CV N S I M p F. C- E- O U r- co a c . 10 N > c0 C3 rn d MO XcoCOCO CO N µ.. N rna O a I-- m >", o CO C) d7 r- N c CO on 33 r CO U c so cd X n u- U co CoCO X co m Vi •° C/) N I-- O ~ O 6) $ ~ 4) co r y Q CON- U r I__co CD ' i 17 a' - co d X N 0) o0 c ( u5 XN o .-o p co W I- cv on a; CO t- '' a U = W on Q) }_ C C. a) c c Y c t T O a a) c-; O J CO C7 C N o a cn rn a O ca o o X r, c 0 r_ U U O U W N o o J l p ° rY E co U - a) o Zs CO n ciQ C7 - U 0 co11_ c X vrn H U- 0N r=' U., 5, o a) 7 0 0 ( WU t-.., 9i-, Ce f• 3 - o cEa ix o h c cnm o 0 > 1- ccd I: r, Q cc s,. o'? a) O r X • ti N O p) Y LL. co C 3"- A a5 CO n V Ll, N N M O Cl) X N Q 0Jo v0cv E o a) u_Or• ' O V rnU ' YM '<, I- ° > CT a) c`- C • V ( j. ° ¢ cd Q O • o0 ` N o o m 2 U m Yip a- mU) a, IV n '~ cca d- cUrn c 5 o a) 33 6 co Eco Q 7Lo - co C ZT u 41 LL O? o [ cJ E n7D Yrn= y CD O p` YUO ' ln ! ro V ti O UcnticaOv do~, o mtioo m a) p N J c rn c CV CO O o m ~ X 4 0 IX- 1- 1-) W XM aci o c ic F- w o ~ orn > bUCC 3 w N en U `- -ch > N n O o NmN T OO JM Z foo Q a, 2N. o ccooco -- o o co( a N a0) co rn n O -W` M - c U cr, XNp7O c V, uio o m U 25i d' COV) a) M N CD orn cr` mom. Oo0 m corn 0 C CD o m c [ l in o cm o` a) c E DF- o g oO "• a) W o cn E - ou V o C m C ti rU ? W O Q e cn E ' oo N o M- r N r c - c - _ rn z - acc," CM a) Y >, • E CY -- 3 . co . co a 0CCOO 0 o) • co - J,- Ute@ O O OQ c> N@ unin O Vl M - MUR) N W . un N M 0Nr• 9 Q 0 a °) i Xai m N o co •V •ro chi CO- C >.> a)a w nc W a)UM o = 0 o TXcNr,' mm roO UYUO N Y T. C Y L1JD gM- O C ( M AMMOz 2, OCD@ yrvca¢ Cv NF- c a) Nwa) c.> ja . 0 , 0Y rna3Q E > @, E _ . Qctoomo o car•p'ooO i, is Y cro m EAli _ 0 ro0cocnM v darn c ii Hill a Z2 6Lo e) N- C0 z C) CDD- CD u, ~ N m m cc, 4a • ICC) N • a - ' c E N- A 0 t < CV o O10( ' fna, ) -- o - 10 - E O 0 _, CO 0 roN roM a)ati t c a7 0 0 O 0N00 E tM CJ : E mr- N Jr L) co H 'OC 1-- U) NM r- r- M U W _JU ( J `JC JU- - c c W.° COI"- O) 4I (..) rn U Z CO X 0) CD V M O m NCO M c-- 0 Et co CO M co- JOCh M ) COamCO- CV W o Mn CO 0) r N CO Cd r CD W 0. a N

N O . O 77 O N rn N W J 10 00. I0 N 0) M- co ti CO CV 0. kr) ffC`•, ti V cr) N' d, c77 CO CD CO- CV M 1 r: 4:- V CD r- W EA Ch - CO COC N b4 0 69 4 N CL

to LL

UC- W CV N Gs. O CO w E coco N 8 ' tnd) co N co w a) v- co u) 0 3 rn N cu o)• 0 7.• 3 v z) o W ui Q L o a) Iii $ , 0 o O oi0 0 0,, cft o) 3 9 coOr cU CI d' 0 N p '=O 3 a) E cvS w 3 v cb 0 W v U co N a) co I- V) ro p C U O 0 03 O C o-•co O O Q O U co O O O O J co rn Cl) E l9 01 H 1 E 0 U 0 co1- V cn ' 0 c E 0 oo ClC o c o o 15 o cn _ u) : cn CO cn cn Ern o cn 3 > . 3 2 U ) 2 8`-' y cl)> J 3 5 00 0 a) Q - C3 42 co cn d C) OQ S - Cl o)¢ O ¢ 0 a¢ 0,.¢Cl as U U ,... co oz) • . 5 v) ot) o a) CO ots E ' Y 04 m O cn M y ' U U O UU U 5 ce t y t > v.. N U L U U - o U o - a a Q v a)vo 0 - o >. a)v o o' ' Cr) CIS vT° N - 0 a 0 - o a - CO ao o N- o N OF- ONF- O - C/ 0)) a)- I. 0 a) >, I-- O— I-aJN1- O1_ O >. Z i-OCD 0 V) - Q N 0 N m O 0 L, O) N O V1 o u) N 1/) 0.. O_-. @ 0.__ a) Q. a3 CV 00.-. VJ 0.. 0.=_ 00 00.'~'"0. j O_-. V!N 0 M-.O 2 2 E6 0-a) S n. a) CO m0." 15 o S U a)O a, 0. tgF- ySF- yF- N IS N in N a, N .0 I__I/rNh- C! m V) d a O M >. Z 0 2 >.C1 N >• 0 - >-. O >. 0 >.0 r) >. 0 >. Cl >. 0 >, ' >. E o n n „n m , o( N_ 0 5N. _ 5 ' 5.. oo . ySA o6 O fX .5 o . Sa . 0 Q ob ' s N - N o_T7 o - o -0 o - CV ' N ' C ` N N 0 0 10 ' N 0- W Pi O 0 ' 0 O O O N O O y ot) r = O O O v DE a N O C7 17 O rn 0 T a) a 0 _ O a) o o > o > o > o > O) O, W > --, 0 > O > ^ o > 0 > o > 00 > c ._ a) = O= O +' c a-'p r c 0 O +' o ' O a) o [[, ,_ o!= o =O 0 O E' o E- E s = E = c E . CO E n C Oc E a = E ) _ E =E o = E = o E E Cp a) 0 a) 0 a) a) 0 o W O Ca 0 0 0 0 a) 0 O a) 0 O 0 a) a) 0 a) O a) 0 O Cl C4 3 0.cenw 3n w 2a czars c 3 ixm cec2cecen

warn as

j x O x 0 q7 O ?( CO CO O O d 9f 0 a7 N F- I-X N O N N ON N O )--. X °C ` CO r---N X 1--• O d' . O C Fx" CD 00 t. Zi-,U O 0 m c'' u" 7 oo ~ n V ens V C X' a FO N O y 0O N O r H 6) U N CLa-,- ai C? ° Ni r OCD W Y V co r 1 0 r-- V t N co N 3 Z) p f O p Q C,:_‘)O Eck, z J O N r.v 1 (.) Q 5 t. N-UJ W c W 10 ea O N O J t_ CV = N a) ^ N N N N CV Y CD V) 0 O 0 C. O rL Y 0u) C M U CO• N 73) 7" ro r O N ro 5. roCfl co O OF- = Orn C); 5 orn U 5 Orn mai •-) 5 3a) Ja, J , a) :-- I oC) CO10cop O 5': @ O N p m 0 O Ch W L1J O 1: N O c

J M ov v N o 0 H co oX n. co Lc, O I- N N d LL N 1 N co E tc r'4 U O R coN co co 8c,iN N o) co > s- N0 ooa) rnsu, C L' to co m ch ' 4 - o L°.,( m m 0 4,.-:-,,,,,o1. 0o O m o ( 0 m R ( o > ( n c x ^ co Q1 I . 0 -) N- v n O m o O ' c co cm =n co E -- N o ' o ? o M Ea a) o O Ez U o rn v N U d - co N 2 h j 01 q/ 7 0 r.-- O '¢ ' M CJ V• O c ((7 O -,,-: 6 W m t3 U U O O ^ N ' N CO' IA O c N O) d O Cl- 1- ca N X xC X C c R NN ,o) Co( n F- A Q) O) oos 8 >O ( c- d04 L 1:' N1:NS(00 1 N LI Z N- M N x 7 O 0 i ' I- N a) a) a W N r U Gl ( a o O, M b J t- I C ....• O O X < N O X X N > x R O NNy CO 7 Q' F-- f- ¢ C/ 1' C Q a Q O b C a) C O ( C cp ( U N- v O` LL m O CV Q ro 2" a . J O O .- j O Np O- t Z coc '( i C . V N T M z . a d S@ vs O a) a co- N n ill - o rn ro n o o N > . ( a cc N O z C) o CD cn O m < CD m o,rn 6 ¢ n : ' 4 M m . s E O m a) 0 ( 1 CD I) tikl W 1- 0CD in a) • m ( Q No 2o': ;';,;,,,';'..': o > M Eob u M L) ... p E" d cn a) ( u Ct 43,- Eo) "' op L m Q 002 0 c m r) O p m N p 9 N N t o I-- tic' 3S cK E v 3 eco A m , m o o O (- o mv( N R N N O T M V' EO a ( A H C0 - 8.-, N ted 2 p s' LML C j( c 2 ' O vl - O R7 cp U LO 2 0 OL-7) ,D @ (` 0 ` E C 2 C W U-u. o p of E O w 0 W p ao 0C' c Am•

CD tfi EI r._', Iii0 p . r-- y nai .: is o Z 5Pm C 4. o iCD .. o'- Eco 06 >. i . g a c" . 0 W pXa) 0 Oc 7, n O N oo) E (` hY ( a ti O UD R F, a? C C n O ' R I- coM m n t a1 M (, R ( C O 5 O O -_ i = a U L U . M L L N N X O 7 d d '' -2 xx co a n C7d a_ U o. v Q E 0 c , s} a a • o ro 8 w 0 s. d I• 4 0 d' V o 0 7 O M L1 LL E CJ ' N w " N c) T O Q.- 2 c. E@ 0 CO ' N O)' M co YO p G) 7 E R O ' 0 U F R 1 0too, E 0 O a) 0 Ra .n n co o •:.-._ o = 0a) c F . E2sz+,s, oo - (' cn u) --, 0 U U C-, c) --) am8O . •. J-.;;;; U --- CO {` r- Q' O IL c U U U o v a m H¢ :-- CJS_ Z

o CO o ', CD cl- k 00C‘ J ODtr) 0.1 0 co Lo- co- S Ce N N co OO co O U, .z.. M N N W o- Q

W s 0 O N r'. N Q o CO c0 1` d' up N . c.?,` m ,- • O -' ll"l .- O 4j;' O 2 O O) co s, V 1- to C) N N O 7- co - ONO co N M dt') Vr1 i0 1,9, :;!. n N - fi f69 w , W d' M cD ( N } ei 79 49 It f:. K

a) o n cn sk'c>' E n CI) p

0 > O 0 O 0) c 0) D W e L N 3 f" Cr' U d O - E a) ZA s i 3 00 N E m 3 0 3 0, ,. t c^Q c' 2 pp' ', c C c aS o y 0 0 o o . c 0 1- p 0 0 0 m ? n O c Q V tea a is av m E - o 0 15) @L115 a6i I) _ aa) . E vM 0)Pi ( go- o' c o) u) co ro d p e) y...... <2 o Q o ro a p rnp m eTQ - d -, d a) ' W- c 0 ( n ( N v5 n o2S a 4 ¢, .6 . . 6 025 ooa oS ¢. c . T 0 T ao Q U U 0 U . U 0 ,-."'') U -I U U ,CL 0 ct C Ug hd ct C n, 0 e1,--47, ?,, s'3. 6, a8i - 0 ch v li c-,--=.- p >•, a v ( ii o co„ -m rp a O„ 2 m On 0 0 >, co co ` a) co u) N o a) r-I 61 0. a) T Z n. icp - E viA VI ID- C1 ( n a N ( n w 24 o m E o p E 0 O O 0 O O ty 0 - O O O O T j n0 a ' oU)0d a 0. c Q 2 ') CL r3. oo 0 CO N ( a0 ( N VI I- V/ ( n Cl' . 0 1..- A O n n O • V Z D (` D( h - D D DD p c , c D T D T D-- T na >, T g O o n 0 06 06- 06 e otf = oa .. pC is- 0 - ad -6 . 6 . 4 n s S' ek_ Is T 0 0 0 0 W O~. - r. v 0 d= i- N v ' J ia } ark r-N ' d a) d > = , N m > C.1 L > - o > o V w o > 0w 00 OO= 00 0) 0 = O. 0 0 d) c c 6 rn., C' E c E - o E "-) ' E• a .= E EtoE E-= Ec :: c •` r,?, card - r,' CI W 3 cen cc cem ccu aa2 tem re w °o U

W m ea r-- t` N. a ^ 4 K Q x J ^ Z E; N . o O. .' o O X a) X 0 C X U oN N (° N a iii _ 43 X 0 co N . O) M - R 0._ 2x o E Nco I- R E) Y' 7p v ti ' Nb J W m - E c.) E: 7 - az n '- 00ti I` in r ^ CD RO o N Q) 0 ao ra. W . 0 cel uid r C) ©; c I Qo ao o n Ur- cn( 1 n N N 1 ( D N. Z W ! N 2.-% O . 0 n M 7 h ~' _ N I C C N d RIC) 0) >< OO c K,' ..g- a., (- 5. 7ti. 0a) c Q) x- °) O. RQ O; Cl) 0) 0) o o) o) D CO c 1,:: 0 I- Z a`) Z Z C) d 0) cA co O) I-- N' N = 5 tBchcLOr7)pm?aN-u0)00JnMmate)wel17:-----'!: ' _ r^-``c- s rte. oo 0 ti..' r 5 O Z m cnNa a) at r--: m M F- J Q QE I 0 U 3 a) ai O 9 N T - O CO M O ti r— - 0 A O N N co Y" F Z . m a rn i t70i 3 o u c9 co ci N aS CCO a) t J O ci d B S M CO M 0 O cu Z ca v, O a> co ao c o « S m E Li CO N ' P j 0) o V) ( Z J at O cV O N- in cii CO LU U O N .O ( L] C ._ I m iL C cOj A >, F' J O C6 ' lL O O. C r U-. C O u) @'= co z i .. d U U) CO co co C) Q a) 0 ' O N CO Q) N FD3 C CD d co m p ou T Q co ` tJ CO O v C co

to - u) 0) m co - o M d' W H t N . E ca m ci . S22 ' it- E U 4) U U) d ` t'"l o•. "- i I. L A O 0 at C in CO O E p ' COCV c' '' 0 E 0' c o. n n • tot S c N N Z D O N U N Q M U 2 up C 0) N E - E O 0 u' E . N o' ro S - Ce cn 0 h at o c CO ¢ n n,t'' 2 0: LL U -- co > 0 at 0' N O) = d 0) C C O- C C c. U C Q N1 Y w 1w N rn m')N = O E CT m C` a) @ CI O o 9 3 C L 00 M 1 M 10 c N r N O p O ._- 6 C t) .. m CO O 2 y R M O U N co U or- ri c, co d , a) 0 . g -•' U W ia in oma y Q Ot M co N Z c 0 d i OO. a_ -. ti - O -` O - z - = xr- .- r ` _ - O - m n - I0 co OsO ; O 0_ CD 0 =, o^, CD O jai On dp y O OO• co r Ocy co CO W cNi, . l .r > O A O j Co 13 N . 3( 1~V N 7 N 7 N N m N 5 o O = CD - m M O N 0 O Q p O Q O O 0-0X cn O = x O O O A n ' y ro < C) c, ro C77' ( ro c= y v ro a) C) _ c - m r rno ` o T) o J 7 CD rnrn g'o 9)W 7, 5,„; 9' Q m rnwnro rna 9) rn O O ai0 wrT- io _ n cO7i p?" N w C ri Ooy o Nn co N v nON` Pe S NrcD W d W 3 Nli/ . C7 N N nNr1 d o O— O O n OQro ro - C. n N O0 J N -r- N N N5 - CD V O V ( C? O 0- 0 V b V- 0 V V x' T = O.- CT V 7. 3J n OJ Cr) CT T n n N 7 f) nt cro yO CO

XQ- POMP37770 - i 717 °' : o m rng * o -Omun 73 m - IM * MD sn )> m C M2 ro a CD X P c CD CP o 1D ro co 7 ro rt) 0 E cD 0 °. 0 - J. CD p O nw : rn p 3 3 3 5• S) 3 0 0 ro 3 ro < '' ro CD co 3' ro 41 .- ro . n c 3. C C ca D<) 4'( C) 0 =. - 0 Cl) 0 O O ti 0 b 00 0 CD 40 D( rn 5 mi 70 o O-• < = o o a) o in m ro O t7 Z i, in ro cD m ID 0 < g, , c g c° n a cD CP R. 73 7 c CD CD v n cD Q = n a a -- Q Q n = p 3 a = ro n• W = n 0- Q Q Q a• r° a o Ro Ro 90 `< Qu a) 9° liv cP Ro Rom m c•C n) _ w'< o'< 0-`< 7 $ oC c d o C7 o w•` O n; cD ' W cn CD m n 1 17 t7< D = N`< p p _ p•< t:) -, 0 p `< b ' ov 0 0 - r 0 e Q c =. f11 7 ( u) u). co N u) - N O co c N• N Q. 0 In N r- N y N =, N O p y W 7 D = u) CL N a 0 .-. 0 O Cr v CD N 0O p ' O C7 13 7 a 0 n- 0- 0. N in 7• 0 In • - Co = O «' CO C1 0 o 0 a Q (...) Cr CA N uoi CS coil cn D) H n N 3 m 70 to 7- 00 n • CO w 9 3 cd..< y 3 c7 om o m CCD a< , Q ro m gCI.u R° ro O 0 n m o a n Iva m c^ 0 3 o o 1a CO n n o 3 3 3 c 7-'. •< - < ro TJ, c 7 7) to <. 7• < p : p cn - 0 o n w Co C : j o o w T. c ' Qo • o co 0- CO co - co 70 ' cc) c = m 7 o n ' 0 0 A N m 0 CD = 0 m CD co v, ro 0 cc) CD 0 6. W Q p- 2 , p`< c_ co Q 0 7 ca D) < of 0 o 0 - Ro Rv o•Row v w c w Ro = -) co N . O w W N o Ca.. O C7 m n m = cc, m m m c co • o0 0 c 0 7CriCD o o v n > LT co < O. 0 n m o= ro 7 2 o c c D 0 O_ n y 0 o i P. R. co R. mco 5• v co C" u, t- 0°' 2 O 0 o. a m 3 Q 0 0 N co' m m a < m Q,' O CD , o' CD N • Q n O CD Q Cn CT Cr O Z aoo ° n CO m n' p - r 213 D0 < "—'. m 73 o 7- c m CCD I - 0 9 < 0 M co o ._%) fl' 0 0- go c R. co oo o - Q J C * a •,' 0 C_) c 0 O n m fpa o_ m CO ca 8 a C7 () m m co v c i O m o co o o' o i 3 D 11 D CD Dl C ( CD C1 y n' CD C D in j CD = C n CD 8 tD CC Iv cn CD = w N 0 CD a- co M a cl) U) c fN co

0 XI 73 n En O f9 9 Co cj Cl Cn n W 69 FA COi7. CO m N <..cQ rn o cn c)0 V CO N ,, co A CT U) _, Co i. 8 CT co N N N O ¢ O) T• A N CT ? A O ND D0 ( co ) 0) W CO A 0) CO 1 CNn cw0 +- ` 0 N Cl) 1 bJ O A N 0- D CO CO N 0 0) C M N m n 0, g N A W o 0 m W . U) O w70 p, T CO S = CO CO co V73 a •< - N P. 0 0 N N CO O y N C) Oi ( O A Co m

C)

8 -- W Co CO C, C-• V- V *- 0 - i co C I tD X C0 CN C7 T. 0 0 1 3 m 0) C) C WO p N A ro 09 ro 0 y • W W = 1 N 3 COCDIo oO 9) 3 Q co 0 CCD r0 < < 0 IDD ro 23 0 o = Z CO -. g' d o y W L 4 o rnn 0 O7 0 = 7 o Qo C7 = '` G7 7) C n Q o- CI . N ' 7.^ I cD 1P ypoN - O= 3 c. m • p 1 1• V 124 C N ( D CD . O A ' N ip v 7' O ( L ro ( m M co CD d I OCT Q• V) C.7' D 7 - 0 Z fl n m - 0 ro - O 70 - co O 73 00 =O `¢ m n j 3 cD o n n * n w > > m ,- o v Ill

o N-. 0 G o N n D 7 - S O o yam-. un• - N • N ( D) D 07 . ai o o = m v ( 0 C p7 D ca I o ro 7 N . m o n -- o m w o O Ill o CO 0 T1 w W o 0 cur = m o( 0 3n) o 3 m 0 < w) mco - 0 3 3 8 N D o ' c cg = _ _ W N O fl' W• m h ' o ': co o n. 7 co - CO CD CD G7 o o 7. `< G CD = CD C VI N 07 N Cn Od n CSD N y D •- 0_= m i d

o a' c o ti 0 CC) 70 CD m co cn ii o m N• j ( STI cn ooDcr, j= O o Q O 1 . m 0 r m CD O o z f o to o Y 2 alI,- D co C7 CD D o o o o CD 03 T Co CD CD T D CO CO w i? CO 0 O ' a Q w T N Cl CO a. o 02.G 73 n CO CO 1 V, CA to [ 0 IN- .•' 0: 0 r w. C7 O -' o co = O • 5. 0 7 7 co n) fl h t 9 D_ o O. a O a 0 CO o n co 0 2 O C CD w ciCn Cl) n v = CO 9 N UD Cn 3 C1 Z >. C1 cn 7 O 0 o 0 N 0) 8 N N c O /!' /^ A 7 n) co N ? . ' COO CO _ CNP Cl N CD c ] N 8 . N N co cc) V I O Co OVo Cn T7 C._, in CD Cocoa> r m 0 E co' C7 d < A Co CO o I"' -• I 7:4 N W -- W A r,) ro a j A W CD CO COCW N c_ 0 o

I Q10cocoNpWcc..,.,ONON=ClCD00 ![-' l

I- CA N:,m( n cD - I ( D r N ro1 S '-' I •-' O •-' Cn •-' cn •-'• --- xi -" ro _ 1 O rn o. a; r a o — 0 p; OcD e u:. ? rD oT 00 o on oo „ w Qo a n, ni = N.) rn if.. Nc ak cy 0) o = Ao. co com coccp N, wg v0 om -: mz ON• Q- t5O is XC) = Na fV T 1 Nrt O- NN N' 2 N. N 5' f o_ oro rn O O_mN o'tiI O@ yr o C0= 0r a, 0 0 o o_ m CS) co V-' Tr- ' rn o) CA CD rn 9) we 3>: c orno rn6- V) rn gym o '! Nm n• 8 n' a -._ _ mr0 a. 3 m C) n o o c_ N, N>` ' r3 or: rn_ g c7 1.--,. a oa o m a ? n CD wo 0 K3- v w c5 - a) r3 (' c.. r Nro Da r p. r = C o D z P s Al O +,., O ' 0 - V N N N N 2,_ N` O b-- s•• O O N 0 O N` O N N O 2 V V CD N O 0 rn . El; V D Q,— a0 4 ~ rn 0 Dr a C n rn rn Q0 sy rn O, O2 ' O: D N i?7 Nr. O) f0D 7N

g0' m ^) 73 E73 XI m M , 3 rro ro 7M( M3 m 3 , . ro g :A g . M ' 3: ca D D s c rD fD N fDT D O c rD rD o rD O m 400004 O ( 0 n 3 O 3 C) O 5" O O 0 3 D D 0 a co ci 3 3 3( co 3 3 3 3 3 co 3 co ( c)3 3 0. 3 3 3 ? c) 3 ) 3 3 3 3 3 D ( o < o < - o < . o ( 2 •o ro ( 0— < ( S< o? a < o? < < 0 < o < i-,,, a r f4 rD co m O m 0

a - o v -o .. P. a 0 a O a a 73 X .. . . ' Et, .-. CD a, - o fD 1.,..,..,: o :---- nr O O O O - 0O pr 0 0 0 0. . 3 m p, enO p) a 0 . H n Cl) CD aaw 0 w N y O . O m - 70 0 CDrD 1 CD -- i r..}. g k m D ( D Q Oco fD Q)0) rD rD - 1 rD -- I 0 3 . a -< n. 7, a 5. CDa EL$ U- I^ O. o G . 0. -- 8 .. 8ga o CUggCUg37" nWy3e• < ( 4, X1 7 7 D. n. C < C 0.p ( d w' m — ( T ( p cl. p c a, Cp (< 2 N 0(( c ( L] l-1( L] co r N Fr Q fl ( 2O 3O ( ( D 2 0 D - 00 vI v ( m OmA) ( ( COm < m m a a Co . o t0a (o ° o 0 w co n n v w w w m en < n< ( n , ' S C C - < C Cn . C C cn < O o W a ( D Cn a- N co n :; D CD N ( D Q: 0 N N ( D ( 3= Cl)' N Q cn n N i n . k. ' o w ( I) 3 rn' C) 5 m a C) 6: 0sz. a0 q, ,: 0 ( D CC) CD CD co D 0. Lll a < O._< R. Ro g 12

11IcocgcDa) con co co d cn Ro cD CD a o- to D co

o c c c

co ( D 0 Q 0 ig a N R. R. rti 1

D w n '., . Go cn 4n ea t"- w w w Cji to go) m D W • P W CO O O '') e.,.,:. ( O) U) N {. ad6. CO CO C.0 ND W cD ( T 64 N I. O) - Cn N a v' co D --- 4 :.: N co 0 W CO 0 D N N i N 0.o a, i (,n - O U) ( D C Zis r— n a: - 0 T m N F- k,....„,, m

P-,-_-).':: CV' A ( D O) ( D 6) m 5. N ti m O G.) 0 73 A . SC!, + P : J, 0 A 111 CWp - s N 14: U, ( DD `- c. co 83 S error R 111 r 7!)-1,..,,,,,,, r i w, K z s o- v, ( N C. m co o CI 1 ( n ct- N 7, 0 n - 7 p 0 n ro 3 c PC Cl w ? = m Om C)- ti), m cn a, r o _.' ( n . n m N . ow3 v ? O m_ a . cn m 3 3 3 ? &)`< Co `- Z I...< o f : S n • m m E- a. m rD) -. I r. 8- no m m O. a W ( D — I 0 0.r cn D a) ,-, r n C 2 p r-- -- 3§ a ` n V _ v 7 i 8 A @r * o d 0 - v `U z 3 O o 3 m o 3 w ro : O c 2` a D S ' N n1 . m Nur C "" C7r y O O ?,, k- 0g Na y ^* b : O r 1,_ - i. N Q = S = O : 0 - 1 n r„..- y 0 S Cr. (( = ( wD O c) n 0 5- D P` N_ z; 3 O s ( o coOrD ?. 7 ( m p - N G cn y 0 n c7 - rn D- g3 3 acv o to o o a' p 111 ti :' d rn m — PP - 0 n) nr a ro co . o

m0 ° r o C 5 0 0 P o — g • - 4— Al- m c . o 0 0 , . o - o< - v' D N o 0 m 0 t - D ( col, oro ( 0O Rl 3 wo con 0 o r< n co n cn ° o a

j or 0co m n o _ b 5 N c oc 0 - 0 3 w o m n Cnw p n) co n o m o m 71 S o O o d O o, m ( Thi O j OZ- O 0 W• d: n- co CD ()• N . r T ' 3 7 V n N n X _- • m V) CD v 0- CC ' 3 _ cn C) D r' — W O N n 3 r 3 07 Z N C) N N .- 2 N a„ 3 1 m n o b . N C/)'' ami c n n = ¢ T < ca - m 0 ( D W D s. Z ( c7 I W @o0. m w D 3 CA s". o N ami n O) 0..i - rS ; ' SO OQ Q 3 4 C ( n 4 co 2 co - C cn CD 11) w,, a 3 cD O = 0 I- o xi N D k' N w ch > - v d s D C ro a) m - I -- I C.)) — 1 m s m D ' z D o r nC) -, Jo cn 0M CO gyp (_,: cN C. O I' D A O N NW M Fii (

C) p V p ( z:• ; N 0 p fl CoW N C D ti A A c O 6 w 0 V 2, X 1 N° N O0 OD 3 0' O ' a ° co i a) j CO o

Cn O N C0 o n C) _ A m y.,- o o N Cn r ^I ! 1 W a) N CO O) a) IV N NO O

v 0 I F2ONrv'1N1nmWrycu'm0m0 4-.&) 1,,, 4, 3: 0.! n 0,- n ci,.‹ - z 0 r.'..-., 0 ga iiit": ,..., m :. 1- m ( r- 5_ 1- 1 a)- 11 CD 3 - I 0 s c)=.. DD. CA). m• c' a' -'. N- Z,1, v... c/. __, CD ,• F a e_. ii5 C7' 4- 2- 9 '' ci, ftl, rTi 2CV; '.'sz*,!io"*.: rn 1,-3. m ..-i;--,,,T mil5m.e.-0.50 k. * cr, 1-:., 0-. . 5: 01 o -,,, 11'-.--; k ..*';• 7..-, 0 ,,..- FT > N.) S' 4 a, 1,- N) 5,,> ,..,)". c=, o> CD 5D 5c ,;',; c.„ i• x * 0 . 1- ''' =". : 1- m 0 c, cn c)( c41:. r,,4" c..._, I._., 5" . °:: 447.11. c0, cn a -=., 4, 1,.. -'-.` ./ o, . pc --. ) pff 4, 2 r) , sp „ 0 X' c. i:',.-",.1.• 0, 0 03 TD 01 s 0•.• cD.,- .- 0 ...=-.). r- 3•: s.-.. z ' o ,.,.,. =,,,,•-• . 0 . c_.,...., . .„.:...„ I, k 430:,,, - 1'.• c).',=, —a) CD. „ C..3 . 0...,I") -- 4 DO 0 , c, < g 1p,',:,—. cu, r...., = IV 4„.:...: __Po , : A,„ ..,.. _.,. , 0, , 0.., 7, 1.- (.,-, ..., --..., 4 0 as, 0 ''.•-•, pj •,-:'',.)..0.: : c_..),„ i,. c ' .„ co,'..,: c,,,•-< ,:,...... ,a, 8 1„,-.! co - o.„:: al 1. 1),- Li.-- r.„)•- i•.9,- . ,,, ., ....,... -,..„- Ro_...g. is.; ,.-:-. 5 r) ›. 7 _ 6,:.-. e4. c =:, 4:', rvii, r71, I-. 5"' 1•)- „ r--;.-.) „ og o,. c..- c r.... c, c,.., . 0 - I I m"::' p• 1 I.- c„ mri 0 co, . 42 cz, < ca Cr' cz, n, _,. •.. i.)...,:: -'. X.' ':'„, V< . 0 X 5g."4, 1• 1 2- 0, >.....-:.,;. 0, A: tz R.

f••;}::',- i-:'. S. ' 7... 4..V ;:.,=.,..1t-7., - g.1.,..

7,3 ...,.... 0 : l) 0 -----,,,,,*•-•p, ',--•,- 1, , L) „ 0 .'":'::-: f-.. 0 0 g F, ( WI 0 0 4 cn,. i. ul ',:•"-: 0 2 2 0) g :': 2.,i, 2 . 9... R. ,.:. 5. 9 .,;:ii.,..:. 3 = 0 71' .'.... aT 7, v 0 '-' 6- a, di,..• 0: 0 P.:•-^ 0 C) 0 --... 0 o :.-.Mg r- Q.' ---. < '",'0 ,,,,:,,,;.: o < ' 0 0-. ••:.-,",..- ---< : igf''':5' - .• 4, 0 9-1-. < 71 5-."-,."-- . 9., 54! -. 0 ::. 2 0'. 54 cl, rp g, . m --..-.-. - 4, - ki'. g ,,.. o CD 0 i- 1..4,,‘ cr. a 2 .:::,A la a. 65. C.° '''- ', ------I=0- CL a. e.',:,,.'.:' 4 0. ',', ` El 0. izt, a D-- 1A O. o. P I r-, --,- po :,...... P'4'i: ge '- Y•.-.. 4‘) -° '.-' 9. :•., .: ,,: Civ P° = 0- R. ..,,, cr r ,_, cr(---, 1 ii, -< tl, 0 ,-[:' t rz„, 0 -.- 0 .:::...... -'0 0 •-••0 -,'''',.. 0 SAv 0 --- :;•,. 41," > I 1) 51) P "[",'...!,0 --- 1 ..=. CD -. 7 ill ,-.. in-' 4',-- 57 '- 0 .. ,, in 1 ti s. F,I, --• S';`, 0. 2 < CD . 0 iv., 0 ..::.ks• c-> . 0 )•.?,:•:), a ::, - R., 0 D. ,..... fi o co co --_---, 0 0 " 0 ,-,,.,,,::-...--. 0 - n a 0 ,:..,s.,i CL 3 r753 7:- 2' 5 .:.- D ( 1, 1) ,':.?, en le> :::•---• 8_2, '',:"..•-",-,- CO cp (. 2 2 3 Z3 k, - I := 4., 0 I CD :'•:-:,:!,--.". c,-.,- 2 ::. gf:: ( 7) CD '::' c. CD 4 , E, Til 5-*- co 0- co 0 a. ( cr. ci. .:. _. c,_ °-a) n . 0- 0. ±:.:;'2,'„: a. ---.' <, •• P3_ ° 8- ... 4% 2) 11 - 0 •• 0 •• ,.._.:::i. cr °) .-', --< < •••••••;',:,, 73 < :.: ig- 8 ",,.. _, a) ";-.,,,,,..),L,,, o so 0 r, 2 0° --,...',.....* ), 7,...,: =', 9, •:',.-. C3 0' CJ CD -.,:---: .--. 0 0., ,,,- cocI ..:., 9 _ a) ---• .....-- 4 '.*. - •-•' :,' 5-14 :''• 7t 0 0 u) 51) in -- • ' cor. ,-,- CD D, ,.....:-. 7 11.), M 0 51) ';',.,: ig6 0 71.:iA' K co 0 1) 0 CI1 0 .,..'D..,, ( 13 5 i, •) 8 CS -.-:',. ° 7 23,', - 3 7 0-- 7 :: --..:::'' CD ,_.- 41.:. CD cra 0- 3" co - 0-,-, ,' 4...". o ''.:::' C) : c,.-43,..... X ,• ,-.....&....:., 1) p-7. u' R. w- ct, co Ci 0 :"":":"", G . a: ' 1;'---'. i - .: 5.,,;:.: F);-E3 , T- ', 3 .-.-..;:.; * -,-,!,.:=;=,:-. (,) 0 ( 11- 0 ---' 11'. CP 2;"-:: = •'.'. q):-[ 2. 1) 0- .F.,),7. 0: 1 0 o ....."--,.; CD co CO 6 ': CO Cil gl.g - 0 ii30 D, ;-,,'/;:',.', ap :: 01:: V) - CC) .. 0 '-.:'!-f. CO 7 .---,-.<.: o ,,,, co CL ...-',..' 0, .-- , a 0- 0-.. 0 e 4 Ci) 7) ..--,,,,-,-. .---•4)./...) 1 ... SI- 7 .-. 0 c° 9, .1,--:-..-:::):., 8- gt,',',";'.• o, 4,', CD ?:'.•. IZ 02

iii:'i.,,,....,,,... t....

0 0 69 .--'....:. ' C' D 01 :'',:,,, M V ::,:',',..:'m E•'-',Wg ' 4=--. 1 -.° 54 c° cc' o 0. - 4 '':;' 1', i c, ,:,,..)!..:,. ; Pi 7-4 03 0, 7, :..., co : .- to.. c) < 4' ' CAD :''. - r... 4... 1 cD 4-;•:. -- 4,- .:,...,... ••,"( co oo > i C) - - N., 4, -,..,' CD I(. M.(, Co ,,,:: s' .:, 4.5,: Cs , C 0 M IV I rn gi•V 1z'.",- i--- 0 7.. c.:. .„.. - ---. -- Co ---:----' 4 C° M 3 _, or ,:".. 0 ''.., n.,-.. '---"--: 1\ 3 ..'-'--..- ----, --, co(. 0 P'.3 1• - '•:'• -- 4--• -:::: _-- 1 - g 73 . . 0 :_... ":-.::•:-..":".: C> 7, 0 C ; 57544; co X i..) 0, V O. ?‹ CI.> i-:. CO '', C...) CT) C... g2 '-'''-' Wg: C4 CD --' ::::: CO CD 0 N.> -'•:::::.:.• C° I'FiA (° -. cl' ' II•iiit 1' 5 g 0 M Z liril 0 Cr: 03 C-.•:!, g,i, -. 4 coo - p- xi ,,-- 0 I".A co C...-1 CO,-.;, 3'. E CO 70 27 0 CO CD CD ,',:.': TA,',,'. (- 71 , il,',.% , c. r. -.-... CD 7 -.. :, ° ° ,:':'-:','...g':, o. -,. cc, SP, 1.•'-,-' j 5-; 7, •=,.o., 0 ::::-....":" q ,.:,..-.,:. 0 a) 3 133 ØC)c' .' , 5- 0 73- 73 m -',-- 0- Z 3 0 ,( a' :• co=.. CCD ') til... .:.-?:':, --.-- CI- g :.. m C •-,0 ! •:-„, ,:,, 0 0 a* P). 0. * co 1 k I;, co --::' --, 7.3 Zr 4 •-:. c:)° . c.), 0 1 V' pr ._--, 1? "-•,,,. :), i, = „:, z, ,,'„..-::• a> =-.co Cl) ti) ','-', 2 ".•.•,";•: 9. ,', a, -... iii 0 "...... --:""' 0 , Co' 4„, , s0:::,,6,. a c, „::,,,,, ,.. , N3 a'cc - r) 0 ,‹ 0 ; *; _ - :.: 5' I . --: 0 cr„,,,,,, * - , z o = = ' _ .,:, Vi'i; K:( p ED 0 1„,,,,,,,,, 0.1,..., c, " t!-.41 zt cu ,,, CD 0.0 i< i:.ft.',.. - r. P. 0 8- 4. • ( D - 1 4. 4('' CD D- o .,,,,, I :.:,•• Lr' - rD en i...,,' & - o - n. = r - 77,- Lr, ,..* o -:. ,,...- >.< ::: i5- cn E Ir:'''': ... cn ° T ::::-..:, - X- 23._ I 7„-- ",•...' .' a''' '< '• re-:'..." Fri- 0 6 - 4 N":'.."' " p-i.•- . 8 ..-• 2) -' JOT--,7r-, ''' . 4',' •-. o x 0 0, •'-'-' 5 4 0 K '-...,.•-0 - - w 2.) ir-g• S Z= .::;-:'',":": ..,' - co 5 f, sg0,5.i 0 < L.;•-'. K o, E, Q: 2.. Z•;--: 6,- 5 - 1:::::- = co•-< ,,:,...,b, 7)..-,,, 0 c,' ra "";:" ct;- V-1 - ji'''' t) '-' ( K'' SN- 0 0- S,CS = I 0 F',',-,.;' s-• . 3 M S. --.:',-:- • C° C=. 4 ••.,:., 1)..„.._ ,_ g) i5!:,..•;"5 '-• ( 3. F- v o 0 M i.T3- 0 ( N.), .:,,. R..... 7) i4.p--- 0. . a a, co 0 n-i 2- 0 0 - - ., T.;,:-: 03 o M , co 4(.5 :,];n:: < rn .( 7, A•-4,, 4 do ID Ec j,-. -- - co 5.,.•,• 5 c-) 1 ' 0 ,__., 2- z:'' 0-1,, cy, -, .::;::.,( 0 ( D -• 0 :-:. cv 0 4, w .-«-F05 -, 3)/. 3 . 1, 1, 1 ,.,..,‘ i...- trl,: c., cn 0 1 . 1.'-...... `• c-•1 . .-'-.- 5.? C- 0.)- 4- -- 5'. 2:!,;f.5 2. •,!-,•i.; 1, co _ co so ,.,...„„ gs Cl) 0.).; 0 3 > zt x -,.. c.)'') T,,,,,,,, --, o., i,---, tD rr e, co-,,, 73 u, 8:..... s,,,,, .-. gg 2, co up 8 g - n-,:: ..,, I 1 5' ;--::""::::.: CT) eVR •-' 0 m 2 T ) 4 ( 0: 6-)S'' co4..t.)1 c....;kai ro a 5 n11.0 0) 0. - ',,,-,.:.4....' E - 4, N.. Am! s if, s.,,,, - r:j....,:., 0 0 c_ ;:-."' 8-' ts.) 73 - 0 3 5--''' - C: 7 ',:'.•:--" cr ii!''. N3 0 --- '',:-.,: -- 0 ::;'.'" i. K::,-; 0 ; A) :::::,:.!:: 4•-. -, 7. E.. E 104 N.,. C, a) cl, 1%.

T-,- .,!':,-:::-.;; $ E 3 ca 0 Yi -<•::',''..::::,.- i-, .- 2! .. 4 g: 9. 2 •-•:::'-',.,.".ca.- =. C> i]:',•?....( o .:,---,,: t... ! i T:,-.? 1) 5" CD 4;? P. 3•,.Di ( i.', cn - 0 CD B '••:.:.•••• •-•-go= ....; 1,,,,1 a co,.., ..:.,.. .„..,,,. cr ..,..,.., CD = P .,!.. 2 •••• : c4 -', 5,.,_,- 0 0 M QV. a) -•:::',••,•;•:, :,:'•;: a, - -''''' - a 0 ) .. To . L.:,--- a) ( 0 4, ...„, z„,:.,,,, ,...; C- 1 7° 1) i., co ::,.,.. . 5._' 14::: 1 co - ..:,- 4, g. 1: 1 ,,,,,,,:.:. P c..) s• mi c) 1.,...,! 0 :,..-----.. fcV.: :,!:,.. r---.. cp 6,- 0 eN, 0 a ,•'- I,, f,12, co :,,,,,- 9 -. I 4: '.. g'.)1! F<'< ( 1 4% C) k , - z i,,:;, 7 -.-"-;.:"..CT P- i , J,:!: N.) 2. :',-,:•'.)..-.1 ••••••"#, 13 .?- .--..,,-,•,- co.„. @.....w ...,:,..,.,,,;?;.,.Ce- F, - 1 E to D o. ,,i,,,,,:". -(=' 0 -0. 8 7.4r.-..§ -,,: i.,,.,, 3 - 8 ,:,....„ A, ::::.:,..,. 11 .-:".::,?--.:i: v, - 0 -- I CD 5" S ,. co 6 • C.0 73 "": o ? i77 4 a, 2 !'.:.;:i1. cp C0.CO1 CD frz.. 4; 1! ':::::•-:,- P. o- 0 51,',.';': 11 0 C S ac, 4 5,..,:,:,.., CD C 0 ....,_: p,,,...s.: -::"( 4> r..' ''' 4 a) '....";"":„-ril l 17 o 0 :::',•;%.7.• G co do 1-.-) co "", c,(.: i.,.. c.„__,. co f.49: ::: . 4: 9) 0 ,..,..,,,,,, co N3'•13,cncl-i7;'cl, ,.,. (.-' -.•,••'. P^ - (- CJ) " O - a m Z A Z Z C7 N W .' i) N" C) X) O) W 1` N cn 1 • 1 Q O • O - CC, O,_ ' c: t9. o Ob, .- co W CD ID r0 0 - to g3 O. Z N 3 O@ 0 4 0 t, 3 Com? rn it Np n O N x` O _, N O- EO.0CA CJI. o 7 .! O O ( T. j N NJ 3 7 7 p ...C o w 0 O U C.. ( c) c N N.( (_ C-, W Ut Ur( O U,( O O h O ( J) 4' c' C7= ( Tl': cJ, d (n Cit. m itmm PZ1 C) C) 0 c)( i"I ... n 0 .' CIt COl CD M CA 7 0 N O0 J1 O j O O Z N U, rp, w . O Sl: 0 iV C Po10113 0Q 3 1 iir w R4 o a, C7c v r s Dcn n v, 0, cn - 3' O o T r r o D X x Ak - O m = o 2 z t( rnN c

nz m 7 v no Jaz Q 7a mac, -!,- gl v 0 0 0 U )( 1D CD 0 0 ` D 3 < ( CD c ' 3 m oE- (D D -0 ( D c (3D ( l.;,.5?-, 3 3 3 3 D co a w a y (m( i o Q coo C ti , 0 ( o 7 ° N SNU_ < CD := CD < < 1`13 1`13 O ( o r m _ 3 ( O N N 013 fD u) N7 a C1 a a a a a N CS a O . o_' 7• UJ o' a a Zr l0 z5 o Ro 9" Ro R° • ft° v Q° G m 7 ; X R W rn , m CD 0 v CD 0 a O 0 7 CD • C7 v C) ` X S 0 . O 3 O 0 v Z 3 0 N 00 *- 0 0 CD a 0 ( f o o a 1n v v a ' o o 2 0 g' 0 0 O 71 N "' ( O 0 N O 10 Q. O 0 0 O N cn 7 N 7 0, N ( 0 CD CO NNN N 7l 0 , i. 3 3 7 N N r N N CC 0 3 tl- a { a , 0 w CO a [- G a a O_ -- p R Co N 5 CD a a C b m CO 7 O N C`D CD W ^ D 0-. Cn ei ,,E. , c?,) O . C) 07 ra . c D rn c 0 = ' O ccn m co C07 0 9) C)) 0) f)' 0 O 0 o) 0 4 tb c N = a v r{ f„C. d Q -, c O_ O 0 N C C O Clg( r n N X N O R. 3 O 0 N t D Cp W ac).. O 5 ( v' i,;.: d '• 3 D a Ro C ON f N an7i 0- n< y c8 D p 1; j 0.7 p rn CO C4/ p OC N - d Q o 00 N N 0C 0 CSD -•. R" 4,,:..,,, l U d o M 7q o co• w rrnn n R. o Q iv CT 3 m 0 C ie o C-' O Cll 7 N co @ Q N c=i) n) C) O bi cos 7.14.. 17:5. 5 11

to 69 fpm M N N U'i : N N rn m N N N Q CO CA A W N A A O 4, Q 0 c0 i. 0 ,-, V. G CO coNCVO . p. r = N pW coO CJ1 N W O p 0 O V r Cr m tQ

il nn r r r o S r P.,:•.,..-:,',',.. w N . R•l 3 3 3 N. CD 3 u w IV - v O S O " O O rn ' O CO CP r * _ O Co Q X c c c c m o o ar , 3 3 3 3 3 Ill Z C) cn Cn ( 7 0 c•1 t_. N- i _- I - o ( n CA Q d v 0 D C) COW O W C7 o x : c o ( o cD m COW n ( 0 1 C- O m n % 4 o 13 <_ QP)0 2, O coo o C : .! 7 a ti7 3 ( w, 7 a - w T Nn 7 a h CD` CI CO % C, ` G CD-- 1fl N CD ( O W « T = 03 7 CD CY0 .. Cp ( a (0 O° a n o , 1: 0 S G c j' a rn 4 a , u CO 10 w 3 f. p ' 0' o V J C7 b3 `( 0 7 o c) 0C) CD o o m •..-) cNi - O 7- cp7 NTG 0 n w .. d ., `) 1 D z0 7. - D. v 7 0, O O TX r)- n N o - m W o N d 0 _` -' Q8o (73 ) o 7 3 -. t' i 4 ; wI o, c m0 a)a 0 - v °) n= bN x a n v' ° d = D ":.' _ r,7 , o c RI o m x ') ( o 0. ( 0' Cl. 0 o P m 13 3 rn 77. M CD 0 8 cn . o CoR. Z z-I p g• o- co o n_, - n o ( 0oP o C3 n ao C10 ' v O D 0 _ co co c5 CO 0 2'.?.. C7 CD m 3 = - n 0 CD - CO O (([- rn -• a, CD v N CD c w cD O U W = CD C0 0 C N C) 3 O 1 .(( N O d W Q Cn co Z 7 AO C) N CD N D C)( D > o< c0 OD O m Q ( N E n Nyye(( p . CO UJ o c m o c rn CD 0( o N C ( D CD m N N-. Q O C ( D C) CD 0 CD . 0FiF co - c- I m co C"-- I b3 a - Qc - m5:0. 5- = Ol CD - CD 0CD ; n D 1? O A 3ki, CD X j q)`G

3 r p t T,...,-O o 7 bo m m m 3 a 7 Z7 m N D - d o) m 3 x m n v a m c o` n ct n7i w O v o o 7 ry s ca r o to D n) n) o to n w z co m (° L7

N T 7 3 O D C7 .? j C.) 7 n) CD 0 m N C N a 0 O co O ca N Cn z / ZICD- W - H

1 m 3 l r 0 CO 3 v oo 0 Q D n i rn D o o v N 7 cm w x n C1 Z CD n X CA o w n rn D O — II fD O rte CSp = N O c3 u) C7 UJ w m N X o o o O w C c( a A 0-) Q t w (o r —I •• 41

e rn 00)ozrL'cnto CRDWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

REFERENCES

1. Client: City of Aventura, FL Address: 19200 W Country Club Dr, Aventura, FL 33180 Contact: Robert Sherman, Community Services Director, 305-466-8930, rshermancitvofaventura.com Project Title: 2017 Hurricane Irma( 9/15/2017-Present) 2005 Hurricane Wilma ( 10/2005-11/ 2005) Removed & Disposed: vegetation, C& D, mulch, stumps( 104) Reduced by grinding 2005 Hurricane Katrina (9/2005) Removed & Disposed: vegetation, C&D Contract Value: CY Recovered& Reduced: Irma 200,781 18, 991 Wilma 359,967 17, 168 Katrina 30,462 2,437

2. Client: City of Miami Springs, FL Address: 201 Westward Drive, Miami Springs, FL 33166 Contact: William Alonso, City Manager, 305-805-5014 ofc,- 5018 fax, alonsow a(miamisprings-fl.gov 2017 Hurricane Irma( 9/ 14/2017-Ongoing) Push Operations, Removed& disposed of vegetation, C& D, mulch, leaners/hangers( 3, 112 trees) Reduction by grinding ( 1 site) Contract Value: CY Recovered& Reduced: Irma 2,445,325 99,312

POP: 59,110/ Marion Co 3. Client: City of Ocala, FL Address: 1805 NE 30th Avenue, Building 300, Ocala, FL 34470 Contact: Darren Park, Public Works Director, 352-351- 6733 ofc, 352-414-8622 cell, dparkAocalafl.orq Ken Whitehead, Assistant City Manager, 352-401- 3974 Ofc, 352-857- 1223 cell, kwhiteheadocalafl.orq Project Title: 2017 Hurricane Irma( 09/ 18/2017— 02/26/2018) Push Operations, removed& disposed: vegetation, mulch, leaners/hangers( 3, 713 trees) Reduced by grinding ( 2 sites) 2004 Hurricanes Charles, Frances( 8/2004-3/2005) Emergency Push; Removed& Disposed: vegetation, C&D, stumps( 8, 634) Reduced by grinding Contract Value: CY Recovered& Reduced: Irma 1, 833,496 167, 314 Charley/Frances 59,955,312 2,151, 802 CY

4. Client: Town of Hilton Head Island, SC Address: One Town Center Court Hilton Head Island, SC 29928 Contact: Scott Liggett, Engineer,( 843)384-8675 email: scottl aAhiltonheadislandsc.gov Jennifer Lyle, Assistant Town Engineer, 843- 384-2629, jenniferL aahiltonheadislandsc. gov

46 CROWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Project Title: 2016 Hurricane Matthew( 10/2016-04/2017) Emergency PUSH Removed & Disposed: ROW, SCDOT Roads, Private Roads, Public Use Areas Removed & Disposed vegetation, C& D, leaners& hangers, mulch Reduced at 2 sites by grinding Contract Value: CY Recovered& Reduced: Matthew $ 37, 124,940 3, 012,487 CY

5. Client: Aransas County, TX Address: 301 N. Live Oak Street, Rockport, TX 78382 Contact: Rick McLester, Emergency Management Coordinator, 361- 790-0100, [email protected] 2017 Hurricane Harvey( 9/5/2017- Ongoing) Removed& disposed of vegetation, C& D, C&D compacted, mulch, leaners/hangers 14,938 trees), white goods( 6,039) and HHW( 22,760 lbs) Reduction by grinding ( 3- sites) Contract Value: CY Recovered& Reduced: Harvey 19,362,989 2,006,840

Ability to Handle Multiple Contracts CrowderGulf has a proven track record of simultaneously managing multiple contracts and many specialty debris projects such as waterway debris removal and demolition. CrowderGulf has at its disposal an extensive inventory of company-owned equipment coupled with a large pool of dedicated subcontractors to complete any project, large or small. The 2017 Hurricane Season was extremely challenging as Hurricane Harvey caused extensive damage to the Texas Coast and two weeks later Hurricane Irma impacted the Florida Keys and stretched all the way to South and North Carolina. In Texas, CrowderGulf had 27 contracts activated and debris removal operations were in full swing. Then Hurricane Irma visited Florida, leaving behind great damage and devastation. As a result, CrowderGulfs resources had to be quickly expanded and adjusted to accommodate 64 clients in Florida. While the usual initial chaos and stress for everyone after a disaster was present, CrowderGulf focused on serving all affected clients in both states as quickly and efficiently as possible. As a result, all jobs were finished within 180 days, with many clients being able to utilize the FEMA reimbursement incentives.

Over 98% of the 368 disaster projects listed in the table below were the result of pre-event contracts that were activated after a disaster. CrowderGulf successfully provided every Client all documentation FEMA required for Client to receive reimbursement. The Summary Table below provides a snapshot of CrowderGulfs disaster-related work experience. It reflects the Company's ability to successfully complete multiple simultaneous disaster projects by providing the personnel and equipment resources needed, regardless of size, location, number of active projects, or the nature and severity of the disaster. For all activations, CrowderGulf Management teams have been led by experienced and knowledgeable . personnel well-versed in FEMA regulations, including eligible work, funding and reimbursement requirements. Several of CrowderGulfs personnel have held emergency management positions both locally, as well as state and federal positions. These individuals provide updates and training to CrowderGulf staff on a regular basis. Details of personnel qualifications are provided in the Key Personnel Section of this proposal.

47 CROWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Summary Table of Contract Activations by Year Simultaneous, of DMS Year . Hurricane Contract Approx. CY Invoice Amt Managed Activations

17Hurricane Nate 1 3 110, 000:0Y,' 1, 549, 1: 18 2017 HurricaneIrme( projects ongoing) 91 : 64- 11, 850.,445 CY. $ 180,937,263 ' 2017 . Hurricane Harvey( projects ongoing) 15 27 6, 371, 922 CY $ 86,676,080 120164'': . ' Hurricane Matthew32 . 39 5,675, 560 CY '$ 82,267;72.5."-: 2016 Hurricane Hermine( 2 Activations) 3 2 401, 366 CY 9, 080,715 2016. Severe:Storms, (Ice, Flood Tornados) 1_ '.*:- 1::..1.,,.-.:'',i)12-.` 648, 612 CY 9, 153,1.93 2015 Severe Storms, ( ice, Flood& Tomados) 0 15 109,578 CY 2, 311, 844 Ice Storms Pax& Ulysses,'-iii . .} 4 9;866,559 I 2014 a, s 5 14 669,314 CY Storms( Flood& Tornadog)T-Tf:' 2012 Sandy 1 4 727, 194 CY 57,805,734

2012 ;, . '. lsaac• 6::..v A:.:-..'":•.', ., 8: 9 245,799 CY ; $ 2,821; 936 . 2011 Irene 13 31 1, 673,821 CY $ 14, 754,641 2008 Ike 27 .....;:,.....,.....,--.,:',,.16;: . 16, 933,904 CY.- .,$ 178;318;425.-.':. 2005 Dennis, Katrina, Rita, and Wilma 41 67 19, 441, 656 CY $ 279,764,959 2004 Charley, Frances, Ivan, Jeanne ...... -' 6."1: 36 16,800,678 CY $ 292,426,233'.': 2003 Isabel 19 16 5,447, 815 CY $ 66, 344, 733

The best way to demonstrate the qualifications, knowledge, and experience of CrowderGulf is to provide summaries of past performance and references to support our work, which we have provided below. CrowderGulf's ability to successfully manage multiple contracts, within client timelines and FEMA guidelines, is highlighted in the following excerpts of past experience following major natural disasters. A Summary Chart is included at the end of each year's work that shows the varied scopes of work that were completed. More years can be provided upon request.

2017 Hurricanes Harvey & Irma c.

Hurricane Harvey r. 4x, Texas - On August 25, 2017, Hurricane Harvey, one of the strongest iv , i.f hurricanes to hit the United States since 2005, made landfall as a i. ,. 4 c r r , Category 4 Hurricane in Rockport, Texas. The maximum winds were 1307."..:7;r",'..\-1',.. ...':!'%.,-,. ° 4 mph as it churned its way through Aransas County. As the storm : ` x f ,. j . continued to make its way along the eastern edge of the Texas coastline, J additional impacts of and inland flooding affected numerous areas. The Houston metropolitan area observed between 30 and 60.5 inches of rain from this historic tropical system. Harvey destroyed 9,000 homes and damaged an additional 185,000 dwellings. CrowderGulf had 27 Texas County and Municipal contracts activated during this event and managed 15 Debris Management Sites ( DMS), resulting in approximately 6 MILLION CUBIC YARDS of debris being removed.

Hurricane Irma Florida - On September 10, 2017, Hurricane Irma made two landfalls in the State of Florida. The first landfall was recorded in Cudjoe Key, Florida, with winds of 130 mph. The second landfall occurred in Naples, Florida, with sustained winds of 115 mph. This large hurricane impacted all of Florida as it moved north, causing 67 counties to be declared for FEMA Public Assistance. In response, CrowderGulf had 65 contract activations and managed 92 DMS in Florida while simultaneously managing 26 contract activations that occurred in August in the State of Texas, following Hurricane Harvey. Clean up included the removal of over 11 MILLION CUBIC YARDS of debris and resulting in costs of over 180 MILLION DOLLARS.

48 CROWDER CrowderGulf GULF RFP# 18-002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

2017 Hurricane Harvey& Irma Projects and Tasks 91 Total Number of Clientsin 2017 Hurricane Harvey& Irma;Utilizing Task Glienfs

PUSH ROW Private Rds Debris Debris Tree White ARMS Waterway Contract Amt Stum ps E- waste HHW Ops Hauling Hauling Reduction Disposal Work Goods Utilized Debris

271, 124,074 7 91 15 d9 91 3G;_ 12 18 1 5 15, 79 2

2016 Hurricane Matthew Georgia• On October 7th, 2016, Hurricane Matthew began its devastating impacts on thirteen Counties in Georgia. CrowderGulf's debris contracts were activated the following week in Liberty County( serving the County and the Cities of Hinesville, Midway and Riceboro) as well as two contract activations in Chatham County. The storm left over 182,460 cubic yards of vegetative storm debris, 2,055 leaners and hangers, 727 stumps and 75 tons of C&D to be removed, reduced ( by air curtain incineration) and disposed in Liberty County. During our kick-off meeting, CrowderGulf was made aware the County elected to participate in the Public Assistance Pilot Program for expedited debris removal. CrowderGulf immediately began ramping up resources to successfully remove, reduce and dispose all debris within the given timeframe established by the County. Invoicing for the County was submitted in 30 day increments and supported by daily progress reports by both CrowderGulf and the monitoring Company. This close working relationship made participation in the Pilot Program successful for the County. The total project cost for Liberty County was$ 1, 736,692. In Chatham County, the municipalities of Port Wentworth, Thunderbolt and Garden City activated their pre-event contracts with CrowderGulf. Port Wentworth recovered over 6, 282 cubic yards of vegetative debris and removed 952 leaners and hangers while Garden City had 33,580 cubic yards of debris removed. Thunderbolt recovered 9,896 t, cubic yards of vegetative debris. All three municipalities reduced their debris by mulching/ chipping. Three Georgia contracts were monitored by Tetra Tech and one was monitored by Witt O'Briens. All were completed in less than 90 days. The total project cost for Port Wentworth was approximately$ 84,000, Thunderbolt was approximately$ 108, 700 and Garden City totaled $ 365,490. Florida- Following Hurricane Matthew impacting the east coast of Florida, CrowderGulf received 13 Florida contract activations from Counties and cities as far south as Martin County and as far north as Duval County. Utilizing 18 Project Managers, and numerous field supervisors and equipment assets, CrowderGulf removed over 1, 695,743 cubic yards of debris and managed 13 debris management site locations. CrowderGulf forces were tasked with the removal of vegetative debris, C& D, leaners, hangers and stumps, and collection and disposal of white goods. Reduction was performed by burning, grinding and mulching debris. Additional contract activations where received by the Florida Department of Environmental Protection( FDEP) in Duval, Clay, StJohn's, Brevard, Volusia and Nassau Counties for Waterway Debris Removal. Costs for the recovery efforts in Florida were$ 30,358,208. South Carolina- CrowderGulf was activated by Hilton Head Island( HH I) on October 7, 2016. CrowderGulf supplied over 125 pieces of equipment which included 6 grinders and a Trammel screen plus an additional 300+ personnel to assist with the HHI' s 12 communities with recovery operations. Reduction operations consisted of chipping and mulching at both Debris Management Site locations. CrowderGulf removed, reduced and disposed 2,989,342 cubic yards of vegetative debris and removed 42,058 hangers 5,301 leaners and 10,693 Cubic Yards of C& D material and managed 2 debris management site locations on the island for a total project cost of$ 33,693,545. Having worked in 2015 for the SCDOT to recover Richland and Lexington Counties from severe flooding, CrowderGulf was once again activated to aid Darlington, Florence and Sumter Counties with Hurricane Matthew debris removal. The SCDOT tasked CrowderGulf with removing debris on the right of way and hazardous leaners, hangers and stumps. CrowderGulf was responsibile for debris removal from the follwoing roads throughout the Counties:

49 CRO WDER CrowderGulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

State Maintained Roads County Maintained Roads City Maintained Roads Darlington County Florence County City of Sumter Florence County Sumter County Sumter County CrowderGulf quickly mobilized forces and hired local companies to begin the debris removal. CrowderGulf set up 7 Debris Managemnt Sites and reduced the debris by grinding. All of the mulch from reduction by grinding was hauled to mulch recycling facilities and papermills in the areas. None of the debris was hauled to any landfill which resulted in significant cost saving to the SCDOT from not paying landfill tipping fees. Overall, CrowderGulf removed and reduced over 500,000 cubic yards of debris in less than 90 days.

2016 Hurricane Matthew Projects and Tasks 39 Total - `' Clients . Number.of Clients in"2016 Hurricane Matthew Utihzm• Task

ROW Private Rds Debris Debris Tree White Contract PUSH Stumps ADMS Waterway Special Amt Ops Hauling Hauling Reduction Disposal Work Goods Utilized Debris Projects 1 5 . 82,287, 725 8 33 3 24 33'' 12 ; 6 2 18

1

50 CROWDER GULF

Section 3 - Pricing

3 k It. G-' sr/' afL

0. ifAE

v

A14

r: K lar4 b. .

ate., pi`t i, 4

t': tuk'' I Of jti

ex,,,;•,,,„cs

4 - City of Ocoee, FL RFP# 18- 002 Emergency Disaster Debris Removal Services EXHIBIT " C" PROPOSAL FORM FOR RFP# 18- 002 CITY OF OCOEE EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT Estimated Unit Description Unit Quantity* Price** Total Phase I—collection, hauling to staging site, reduction 8. 80 3, 168. 00 Loading and Hauling Debris to a TDSR Cubic Yard 360 $ Price to include MOT) 1, 550. 00 3. 10 Reduction by Grinding at the TDSR Cubic Yard 500 $ Reduction by.Incineration at the TDSR Cubic Yard 300 $ 2. 00 600. 00

Stumps 225.00 . $ 2,250. 00 24"- 48" Diameter stump removal Each 10 380.00 $ 48" Diameter stump removal Each 5 1, 900. 00

80.00 $ 1, 280.00 Sweeping Curb and Gutter Hour 16 $ 215. 00 $ 2, 580.00 Vacuum Inlets Hour 12 $

58.00 $ 5,800.00 Removal of Hanging Limbs (> 2" @ break) Each 100 NOTE: This price is per limb, 170. 00 $ 3,400. 00 Leaning Trees (> 6" @ 4. 5' above ground) Each 20 9. 20 2,484. 00 270 Loading and Hauling C& D debris Cubic Yard 45.00 900. 00 White Goods and Hazardous Each 20 Household Waste Disposal

40.00 $ 400. 00 Freon recovery Unit 10 Phase II—loading of reduced material, final disposal Loading and Hauling Reductions 3. 48 1, 252. 80 to a Final Disposition Site Cubic Yard 360

Disposal/Tipping Fees will be reimbursed at actual cost; do not include in prices. TOTAL PRICE $ 27, 564.80

Estimated quantities will only be used for evaluating proposals. Quantities are not intended to be an estimate of the actual quantities expected for this work. Payment will be made based on actual units of work performed, as approved by Engineer. If a pay item is left blank or N/A is used, the proposal may be declared irregular and the City may reject the proposal. Prospective Respondents are hereby advised that the fmal price list negotiated between the parties may include additional details, bid items, clarifications, and other information that refine the prices offered in the original proposal. The Bid Form has been structured to allow the comparison ofprices among multiple proposals, as part of an overall award recommendation process. The actual price list incorporated into the executed contract may differ and may be amended over time by the parties, as needs may dictate, and will not include estimated quantities.

Proposer: 1i1,, ir'/ e' John Ramsay, President& CE rowderGulf Joint Venture, Inc.

RFP18-002 Emergency- Disaster Debris Removal 39 CROWDER GULF

z.„....:...:: Section 4 —

z....„.„:„.„, Forms

c,„..,__, 4.,....,

pi

t !•

ri ' i„ i., Pnnl,. 1 r 11 J _ Ip . v -

yv k'

A 1 I' 3

vim'°

I

City of Ocoee, FL RFP# 18- 002 Emergency Disaster Debris Removal Services 22. SUMMARY OF LITIGATION:

Provide a summary of any litigation, claim( s), proposal disputes, or contract dispute(s) filed by or against the Proposer in the past five (5) years that is related to the services that the Proposer provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. ( Attach additional sheets, if necessary)

Please find attached Litigation Summary

23. ACKNOWLEDGMENT OF ADDENDA:

Proposer acknowledges receipt of the following addenda:

No. 1 Dated 07/ 17/ 2018 No. Dated No. Dated

24. LIST OF SUBCONTRACTORS:

SUBCONTRACTOR and/ or TEMPORARY WORKER AGENCY NAME/ADDRESS/ FEDERAL I. D. NO./ CONTACT PERSON/ PHONE #: Please see attached.

Attach additional sheets if necessary)

The Proposer certifies that the Proposer has investigated each subcontractor/temporary worker agency listed and has received and has in the Proposer's files evidence that each subcontractor/temporary worker agency maintains a fully-equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor/temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed

RFP18-002 Emergency-Disaster Debris Removal 20 CROWDER GULF

Lawsuit and Judgment Statement

Litigation Summary

CrowderGulf strives to maintain the utmost integrity and reputation in this industry. We have been very successful over the many years we have been in business but as any company can attest, being in business does allow a certain amount of exposure.

Palmisano, et at. v. CrowderGulf, LLC, et al.: CrowderGulf is currently defending a lawsuit filed by certain individuals who performed for subcontractors of CrowderGulf work during a waterway debris removal project following Hurricane Sandy in the central region of New Jersey. The individual plaintiffs have taken the position that CrowderGulf violated prevailing wage laws by not paying a prevailing wage for the work performed. However, the project was bid under emergency procurement procedures, and CrowderGulfs client represented that it was not a prevailing wage job. CrowderGulf expects to have no liability, or to be fully indemnified by its client if any liability is determined to exist CrowderGulf expects our projected outcome to have no liability, or to be fully indemnified by its client if any liability is determined to exist."

In addition, the most current Dun & Bradstreet Report for CrowderGulf, it identifies the total number of suits, liens, judgments and bankruptcy proceedings as zero. Due to our diligent efforts, we have been involved in very few litigation cases, none of any significance. Mayor Commissioners Rusty Johnson John Grogan, District 1 Rosemary Wilsen, District 2 City Manager Richard Firstner, District 3 Robert Frank V101 George Oliver III, District4 ocoee Florida

July 17, 2018

ADDENDUM NO: ONE (1) CITY OF OCOEE RFP# 18- 002 EMERGENCYDISASTER DEBRIS REMOVAL TERM CONTRACT

This addendum consists of three ( 3) pages, and shall inodi and become a part of the original RFP documents for Emergency-Disaster Debris Removal Term Contract. Respondents shall acknowledge receipt of this Addendum in Section 23, Page 20 of this RFP. Failure to do so may subject the Respondent to disqualification. The RFP due date remains the same.

Answers to questions received and/ or amendments to the RFP documents are as follows:

Q 1. Can you please confirm if the debris resulting from cutting Hazardous Trees and Dangerous hanging Limbs are to be placed in the ROW for collection and payment as vegetative debris under Loading and Hauling Debris to TDSR? If the Scope of work dictates that the debris resulting from the removal of hazardous trees and hanging limbs is to include hauling the resulting debris to DMS or final disposal site then the contractor would need dedicated collection trucks to follow the tree removal crews and ONLY pick up debris from their work, thereby skipping piles of debris and leaving it on the street to be picked up by another collection truck. If there is a major event, collection trucks will be more efficiently used if they could travel the ROW and pick up ALL debris rather than slcipping. piles and only following the tree crew. ALSO, the proposed rates will be higher to include the transport and disposal of debris. The typical method is to price hazardous trees and hanging limbs as a cut only rate and to place the resulting debris in the ROW for collection as vegetative debris. This method frees up collection trucks and expedites the collection process.

Al. Based on the most recent FEMA Debris Management Guide, the description for completing Hazardous Limb Removal is as stated; " Only the minimum amount of work necessary to remove the hazard is eligible. Pruning, maintenance trimming, and landscaping are not eligible. Work should be executed in an efficient manner." The best way to meet FEMA' s requirement to minimize the amount of work, and to ensure the hazardous limb removal is executed in an efficient manner will be for the cost for Removal of' Hanging Limbs to include only the cutting of hazardous trees and dangerous hanging limbs which will be placed in the ROW for collection and payment as vegetative debris under Loading and Hauling Debris to the TDSR.

Q2. Did the City sustain damages after Hurricane Irma? If so, how many cubic yards were removed?

A2. Yes. The City removed approximately 45,000 cubic yards of vegetative debris with hurricane Irma. Our Sanitation Team removed the C& D materials. Q3. We have reviewed the above RFP and wanted to find out about the 40 page limit. With the requirements that the City is looking for response on, we wanted to find out if there was a way to increase the page limitation?

A3. The page limit stated in the RFP Section 27, Submittals is hereby revised to fifty( 50) pages.

Q4. Please confirm the dollar value of the Bid Bond.

A4. RFP Section 1, Bid Security states One Thousand Dollars ($ 1, 000.00).

Q5. General Terms and Conditions, 21. 0.4, Owner' s Protective Liability Insurance states " as applicable for construction projects..." Will Owner' s Protective Liability Insurance be required for disaster

projects?

A5. No.

Q6. Please clarify the desired proposal. outline. RFP p 22 indicates: " The City of Ocoee requires comprehensive responses to every section within this RFP. To facilitate the review of the responses, Proposers shall follow the described proposal format." Should this be interpreted to mean that proposal should follow the outline presented in Section 27? If the desired format is as explained in Section 27, does the City desire ferns to include information regarding the approach to completing the project( as indicated in items 1 and 2 of the evaluation criteria on REP p 23)? If so, where should this information be included?

A6. Section 28, Items I and 2 should be part of your proposal and included in Section 2 Company Experience/ References.

Q7. Would the City consider lifting or increasing the 40-page single sided page limit with 12 point font? This page limitation does not provide enough room to adequately provide the information requested.

A7. The page limit has been increased to fifty (50) pages, single sided, 12-point font. However, the City understands that 12-point font may not always be feasible and going over the page limit by a few pages may be warranted. The intent is for your proposal to be legible and not unnecessarily lengthy as to inhibit the timely and comprehensive review by the evaluation committee.

Q8. Does the City want to see resumes for proposed key staff? If so, will these be included in the page limit?

Section 1, A8. Not necessarily resumes, but qualifications as indicated in Company Information. Resumes would be part of your proposal and included in the page limit.

Q9. Are the following typical proposal components to be included in the page limitation: Title page, Table of contents, Letter of transmittal, Proof of insurability, Licenses?

A9. The exclusions to the page limit are listed in Section 27, Submittals. Section 4-- All forms included in the RFP and other forms listed on the Table of Contents is excluded from the page limit.

Q10. For the purpose of added clarity, can additional information be added in appendices not included in the page limit? Such information may include sample plans, letters ofreference, resumes, etc.

Page Addendum# 1- RFP# 18- 002 Emergency-Disaster Debris Removal Term Contract 2 A10. No. These items would be part of your proposal and included in the page limit.

0.1 r J• _ olbe , PPB Purchasing Agent

cc: Evaluation Committee

Contract Page 3 Addendum# 1- RFP# 18- 002 Emergency- Disaster Debris Removal Term CROWDER CrowderGuif GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Reporting With the nature of" Stand- By" event contracts being on an " as needed" basis, utilization/ activation of the identified M/ WBE firms will be based on CrowderGulf's activation by Client. Should the Client have yearly or quarterly reports to be submitted, CrowderGulf will file the needed reports upon request.

Good Faith Effort As required by each awarded contract, CrowderGulf will meet or exceed goals and expectations on the local minority workforce population and the utilization of minority professional firms, consultants and/or suppliers. CrowderGulf will maintain all requirements set forth by the City to maintain compliance with 44 CFR 13.36 ( e) and FEMA Super Circular 2 C. F. R. Chapter 2, Part 200.

Affirmative Steps Include: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

Subcontractor Oversight In the past, CrowderGulf has mobilized over 300 subcontractors with as many as 3,000 people, 1, 600 trucks, and 600 pieces of loading equipment. To assure the same quality control and efficient operations for the City, CrowderGulfs management team will rely on NIMS management protocols to identify the proper number of supervisors for each debris management operation. CrowderGulf is fully prepared to marshal as many Field Project Managers and Debris Supervisors as needed to meet the City's debris management requirements. Project Managers and Field Supervisors will have the direct responsibility to ensure all workers have received the proper safety training and education on Federal Rules and Regulations as they pertain to debris removal operations.

Subcontractor Experience Working with CrowderGulf Each of the subcontractors listed below has 10 years or more experience working with CrowderGulf on various disasters across the Country. Each of these Subcontractors has a standing subcontract with CrowderGulf for future activations. All subcontractors have ROW hauling experience and other specialties as identified in the table.

Subcontractor Storm Event Work Location

2017 Irma Aventura,' Ft : ::`;::`:;':: V Miami°Sprin...:8s • Stuart, FL 2016 Matthew ' Cocoa Beach, FL Edgewater, FL: Stuart, FL Hilton'Head 2012 Sandy Ft. Lauderdale; FL All Florida Tree& Landscaping( FL) 2012 T.S. Isaac Key West, FL ROW hauling, Tree Work L,& H, R0E 2011 Irene Duck NC Newport News, VA:. hauling, Beach/..Sand 2005 Wilma Ft Lauderdale;;FL Wellington,9 FL 22 Activations La zy L•aFL ke, >• Wilton Manors, FL Sanibel, FL 2005 Rita Ft Lauderdale, FL 2005 Katrina • Ft, Lauderdale, FL Wilton Manors, FL Pompano Beach, FL 2004 Francis Pompano Beach, FL

23 CRDWDER CrowderGulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Subcontractor Storm Event : Work' Location 2004 Charley:' Sanibel Island, FL 2017 Harvey Brazoria Co, TX Montgomery Co., TX Casselberry, FL Edgewater, FL Lake Mary, FL Orlando, FL C& W Trucking, Inc( FL) Polk Co., FL Sanford, FL ROW hauling, ROE Hauling) Lake Co., FL 15 Activations 2012 Tornado Polk Co, FL 2008 Fay Brevard Co, FL 2005 Wilma Aventura, FL West Palm Beach, FL 2004 Charley, Frances, Jeanne Brevard Co, FL Orange Co, FL 2011 Irene Duck, NC Richlands, NC Jacksonville, NC Williamston; NC Onslow Co, NC Newport News, VA Robersonvllle, NC 2010 BP Oil Spill Alabama Coastline 2008 Ike Angleton, TX Freeport, TX Bayou Vista, TX Galveston Co, TX Bolivar Peninsula League City, TX Clarkl Trucking( NCj Clute, TX Tiki Island, TX ROW L& H, ROE hauling, hauling 2005 Rita Calcasieu Parish/ Lake Charles, LA Beach/ Sand) 2005 Katrina Biloxi, MS Pascagoula, MS 30 Activations D' Iberville, MS Pass Christian, MS Harrison Co, MS 2005 Dennis Escambia Co, FL 2005 Cindy Jefferson Parish, LA 2004 Ivan Escambia Co, FL 2004 Charley, Frances, Jeanne Orange Co, FL 2003 Isabel Poquoson, VA Southampton Co, VA Isle of Wight, VA 2017 Harvey Corpus Christi, TX Aransas, TX 2017 Mississippi Tornado Hattiesburg, MS 2016 Matthew Deltona, FL 2016 Flooding Ouachita Parish, LA Newton Co, TX Corpus Christi, TX 2016 Texas Flooding/ Misc Waller Co, TX Montgomery Co, TX Dawn Til Dusk Disaster LLC( MO) 2015 SC Flooding SCDOT ROW Tree Work, L& H, ROE hauling, 2014 Ulysses— Ice Storm Greensboro, NC hauling, Beach/ Sand) 2014 AL Tornado ACCA— Blount Co, AL 21 Activations 2012 Sandy Kitty Hawk, NC Hawk, NC Dare Co, NC 2011 Irene Kitty Kill Devil Hills, NC Nags Head, NC 2008 Ike Montgomery Co, TX 2005 Katrina Pascagoula, MS Carver Court- Pasc. 2004 Ivan Baldwin Co, AL 2017 Irma Bonita Springs, FL Lee.Co, FL 2017 Harvey :' Aransas, TX := Corpus Christi; TX Montgomery Co., TX San Patrick), TX, 2016 Matthew Hilton Head Island, SC Dotson& Sons( Mo) 2006 Ice Storm Erie Co, NY ROW Tree Work, hauling, 2005 Rita Calcasieu Parish/ Lake,Charles,' LA L:& H, Slumps} 2005 Katrina North Miami, Wilton Manors, FL 17 Activations FL Pompano Beach, FL Pascagoula, MS 2004 Ivan Escambia Co, FL 2004 Charley, Frances, Jeanne Lee Co, FL Sanibel, FL Orlando, FL ...

24 CRDWDER CrowderGulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Subcontractor Storm Event j Work Location Four R Equipment( FL) 2017 Irma Miami Springs, FL FL DEP Waterway Cleanup ROW hauling, Haul Outs, L& H, 2016 Matthew Edgewater, FL FL Dept. of Environmental ROE hauling, Waterway Debris) Protection 15 Activations 2016 Hermine Tallahassee, FL Leon County, FL 2014 Pax( Ice Storm) Dorchester Co, SC 2011 Irene Newport News, VA Duck, NC 2008 Ike Kemah, TX Galveston Co, TX League City, TX Bolivar Peninsula 2005 Wilma Pembroke Pines, FL 2004 Ivan Baldwin County, AL 2018 Irma Collier;Co, FL Aransas, TX Brevard Co, FL FL DEP Waterway Cleanup 2017 Irma Kissimmee, FL! Okeechobee, FL Polk Co., FL Lake Co., FL Aransas, TX Corpus Christi, TX 2017 Harvey San Patricia, TX Nueces Co., TX j Hilton Head Island, SC Garden City, GA FL Deptof Environmental Protection 2016 Matthew Port Wentworth,' GA Thunderbolt, GA Windmill Harbor, SG Long Cove POA, SC 2016 Flooding Ouachita Parish, LA 2016 Texas Flooding/ Misc Newton Co, TX: .. Corpus Christi, TX 2016 Tornado Rowlett, TX 2015 Flooding Limestone Co, AL 2015 SC Flooding SCOOT AL) Hauling Away( 2015 Demolition Orange Beach, AL ROW L& H, hauling, hauling, 2015 Winter Storm Raleigh, NC Stumps, Sand,`:Demo, Waterway Debris) Blanco County, TX Republic Services, TX 49 Activations 2015 Texas Misc Flooding! Corpus Christi, TX Friendswood, TX 2014 Tornado ACCA; 2014 AL Flood ALDOT Baldwin Co, AL 2014 Pax( Ice Storm) Dorchester Co, SC Berkeley Co, SC 20124013 Sandy NJ Waterways Biloxi, MS Magnolia, MS 2012 Isaac McComb, MS Pascagoula,`MS 2011 Tornado( MO) Joplin, MO 2011 Tornado( AL) Walker Co, AL 2011 IreneRocky;Mount,' NC 2010 Bp Oil Spill Alabama Coast 2008 Ike Galveston Co, TX 2006 Ice Storm Erie Co, NY 2005 Wilma West Palm Beach, FL 2005 Katrina Blioxi, MS. 2012 FL Tornado Polk Co, FL Jerry Herring Outdoors( FL) 2012 Debby Polk Co, FL ROW hauling, ROE hauling) 2012 Beryl Nassau Co, FL 6 Activations 2008 Ike Montgomery Co, TX 2004 Charley, Frances, Jeanne Brevard Co, FL Volusia Co, FL 2017 Irma Orange Co.,FL' 2016 Matthew Flagler County,'FL Hagler Beach, FL Jerry's Tree Service( FL) 2016 Hermine Tallahassee, FL Leon'.County,'FL ROW hauling, Tree Work,' 2014 Ulysses=' Ice Storm Greensboro, NC L& H, ROE hauling, Stumps) 2012 FL Tornado Polk:Co, FL 13 Activations 2012 Beryl Nassau Co, FL` 2011 Irene Manteo NC Nags Head, NC 2008 Ike Montgomery Co, TX '

25 CROWDER CrowderGulf GULF RFP # 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Subcontractor i Storm Event Work Location 2008 Brevard Co, FL` t Fay 2017 Irma Aventura, FL Miami Springs, FL Edgewater, FL Stuart, FL Jupiter, FL Lauderdale By the Sea, FL 2016 Matthew Edgewater, FL Stuart, FL Brevard County, FL P.J.' s Land Excavation( FL) Clearing& 2008 Ike Galveston Co, TX ROW hauling, Haul Outs, L& H, ROE 2005 Wilma Ft. Lauderdale, FL Wilton Manors, FL hauling) North Miami, FL 21 Activations 2005 Rita FL Lauderdale, FL Calcasieu Parish, LA 2005 Katrina Ft. Lauderdale, FL Pompano Beach, FL 2004 Charlie Lee County, FL 2004 Frances Ft Lauderdale, FL Wilton Manors, FL Pompano Beach, FL 2017 Irma Fort.Myers, FL Sanibel, FL Lake Co, FL Lee Co., FL 2016 Matthew.: Hilton Head Island, SC Port Wentworth, GA Thunderbolt, GA Norfolk, VA 2016 Hermine'` Tallahassee, FL Leon County, FL 2014 AL Tornado ACCA-'Blount Co, AL S. St, George Enterprises( NY) 2014 Pax— Ice Storm Co, SC Dorchester Co, SO Site Grinding, Mulching, Site Work) Berkeley Colonial WilliamsburgNewport News, VA 25 Activations 2011 Irene James City Co, VA Rocky Mount, NC York Co, VA 2005 Wilma Ft. Lauderdale, FL West Palm Beach, FL 2005 Rita Calcasieu Parish/ Lake Charles, LA 2005 Katrina Daphne, AL Harrison Co, MS Warieland, FL ` Pascagoula,`MS 2017 Irma Fort Myers, FL Sanibel, FL Lake Co., FL Lee Co., FL 2016 Matthew Brevard County, FL Cocoa Beach, FL Statewide Tub Grinding! WLW( FL) Ormond Beach, FL ROW hauling, Tree Work, 2012 Tornado( FL) Polk Co, FL L& H, ROE hauling) 2008 Ike Galveston Co, TX Texas City, TX 17 Activations La Marque, TX Tiki Island, TX 2005 Wilma Ft. Lauderdale, FL West Palm Beach, FL 2005 Katrina Harrison Co, MS Pass Christian, MS 2004 Ivan Escambia Co, FL 2016 Matthew Clay County FL 2011 Irene Williamsburg, VA Newport News, VAA James City CoVA NCDOT Various York Co, VA 2008 Ike Bolivar Peninsula, TX Montgomery Co, TX MUD Canals Timberline Trading, Inc( MO) Galveston Canals, TX '' ROW hauling, Tree Work, Galveston Co, TX Pearland, TX L& H, ROE hauling) League City, TX 22 Activations 2006 Ice Storm Erie Ca, NY 2005 Katrina Aventura, FL : Pembroke Pines, FL Ft, Lauderdale, FL Pompano Beach, FL 2005 Dennis Escambia Co, FL 2004 Ivan Escambia Co, FL 2004 Charley, Frances, Jeanne Orlando, FL Sanibel, FL Tri- Rivers, Inc( MO) 2008 Ike Bolivar Peninsula, TX League City, TX ROW hauling, Tree Work, Deer Park, TX Manvel, TX L& H, ROE hauling) Friendswood, TX Tiki Island, TX 17 Activations Galveston Co, TX TX GLO Sand

26 CRDWDER CrowderGulf GULF RFP# 18- 002 EMERGENCY- DISASTER DEBRIS REMOVAL TERM CONTRACT City of Ocoee, FL

Subcontractor Storm Event Work Location Kemah, TX Webster, TX 2006 Ice Storm Erie Co, NY 2005 Rita Calcasieu Parish I Lake Charles, LA 2005 Katrina Biloxi, MS Pascagoula, MS 2004 Ivan Baldwin Co, AL 2004 Charley, Frances, Jeanne Brevard Co, FL Orlando, FL 2017Irma Jupiter, FL WBI of Palm Beach( FL) Contracting 20005 Wilma Ft. Lauderdale, FL Wilton Manors, FL ROW hauling, ROE Hauling) 2005 Katrina Ft. Lauderdale, FL Pompano Beach, FL 7 Activations 2004 Charley, Frances, Jeanne Jupiter, FL Lee Co, FL 2017 Irma FL DEP Bonita Springs,'.FL Fort Myers, FL Estero Village, FL Lee Co., FL 2016 Matthew Berkeley County, SC ` Hilton Head Island, SC Garden City, GA Thunderbolt, GA Brevard County, FL FL Dept of Environmental Protection 2015 Winter Storm Raleigh, NC 2014 Tornado ACCA 2014 Pax( Ice Storm) Dorchester Co, SC I Berkeley Co, SC 2012-2013 Sandy NJ Waterways Zehendner Disaster Relief( MO) 2012 Isaac Biloxi, MS Magnolia, MS ROW hauling, L& H, McComb, MS Pascagoula, MS ROE hauling, Waterway debris, 2011 Tornado( AL) Walker Co, P& J Stumps, Beach Sand, Haul OUTs) 2011 Irene Edenton, NC Robersonville„ NC 46 Activations Edgecombe Co NC Rocky Mount, NC James City Co, VA Williamston, NC York Co, VA NCDOT— Various 201Q BP Oil Spill Alabama Coast 2008 Ike Alvin, TX La Marque, TX Bayou Vista, TX League City, TX Bolivar Peninsula, TX `. Manvel, TX Brookside Village, TX MUD Canals Clear Lake Shores, TX Peariand, TX Galveston Canals, TX Sante Fe, TX Galveston Co, TX Texas City, TX Henderson Hole, TX Tiki Island, TX

27 above shall require the City of Ocoee' s approval before any work shall commence by the additional subcontractor on this project,

25. EQUIPMENT LISTING:

Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. Please find attached Equipment List

26. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK:

The Proposer shall complete the following blanks regarding experience with similar type of work. Proposer must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three ( 3) years.

DATE OF CONTRACT/AMOUNT OF PROJECT/ CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/ EMAIL ADDRESS/ NAME OF CONTACT Our Past Performance Chart and References have been provided in Section 2( Pages 32-47).

this No X . Have you any similar work in progress at time? Yes Length of time in business 49 years 6 months.

Bank or other financial references: Please find attached Financial References.

Attach additional sheets if necessary)

21 RFP18- 002 Emergency- Disaster Debris Removal 2018 CrowderGulf Equipment List

Debris Removal Trucks

a.

2010 Kenworth- 1NKDL40S4AJ263924

2012 Kenworth _. , 2013 Kenworth 2005 Kenworth INKDX4EX1CJ312335 1 NKDLU0X65J073435 I U9LP2545CD059054 I NKDX4EX7DJ3493741 Rosa 100081 U9LP2547DDD59056

ti 1

f 2013 Kenworth m 1N KDX40X6DJ358798 2006 Mack 2012 Mack 1U9LP2542DD059060 V -- 1M2AD64C56M001612 1M 2AXO7C2CM010683 liq.z,r. ,-,=-,= -- 52LBE1627JE06410v. ,, 'i' `, Rosa 100323

I( lg: 2013 Kenworth 1NKDL40XT305342909 ac 1 G9CD213245139357 r ,, '°"'` 2010 Mack2002 Western Star 1 M2AX16C3AM011121 2WLHAEAV52KJ58274 Rosa 10090 Rosa 100175 2005 htomafionat 1 HTXHAPT65J080499 ADDITIONAL DEBRIS REMOVAL TRUCKS Vln Year Make Model 1 M2AD62C9WW006285 1998 Mack Debris/Combo 2WLPCCH25K937391 1995 Western Star Debris/Combo 1NKDLBOX72J884158 2002 Kenworth Debris/Combo INPTX4EX7DD178887 2013 Perterbilt 367 Debris/Combo INPTX4EX4ED237394 2014 Perterbilt 367 Debris/Combo 1 XPXD49X4DD192224 2013 Perterbilt 389 Debris/Combo 1 NPTX4EX7GD292571 2016 Perterbilt 367 Debris/Combo 1XPXP4TX4HD408644 2017 Perterbilt 389 Debris/Combo INPTX4EX9HD412906 2017 Perterbilt 367 Debris/Combo 1 NPTX4EX5HD449323 2017 Perterbilt 367 Debris/Combo 1XPXD40X1JD452166 2018 Peterbilt 389 Debris/Combo IXKDD49X5FJ436315 2015 Kenworth T800 Debris/Combo IXPXDPDX8JD480600 2018 Peterbilt 389 Debris/Combo Combo INPTXX4EX8JD488588 2018 Peterbilt 367 Debris/ 1 NPTX4EX3JD492774 2018 Peterbilt 367 Debris/Combo Combo 1 NPTX4EX5JD492775 2018 Peterbilt 367 Debris/ 1XPXD40X3JD498730 2018 Peterbilt 389 Debris/Combo SEMI TRUCKS Vin Year Make Model 1 M1ANO7YOHMO26412 2017 Mack CHU613 1M1AN07Y8HM025816 2017 Mack CHU613 1 M1AN07Y6HM026415 2017 Mack CHU613 1 M1ANO7YOHM0264O9 2017 Mack CHU613 CHU613 1 M1AN07Y4HM025814 2017 Mack 1 M1AN07Y7DM013439 2013 mack CHU613 1 M1ANO7Y2EMO15665 2014 Mack CHU613 1 M1ANO7Y6DM013416 2013 Mack CHU613 1XKDPBTX96J145904 2006 Kenworth 1800 1 M1ANO7YOEM015664 2014 Mack CHU613 1XKDD49X3CJ309350 2012 Kenworth T800 TRAILERS

Model yin Year Make

5C2BR45BXJMO10613 2018 Clement Monstar End Dump 5C2BF37BOJMO10653 2018 Clement Scrapstar End Dump 5C2BF37B2JMO10654 2018 Clement Scrapstar End Dump 5MADN4024FC033420 2017 Clement End Dump 5DMDSAGC45M000757 2005 Benson End Dump 5MADS35385C008667 2005 Mac End Dump 52LBE1627JE06410 2018 Stealth End Dump 4EPAA029VATA1459 1997 Vantage End Dump t 4EPAA4024VATA1515 1997 Vantage End Dump 4EPAA021VATA1536 1997 Vantage End Dump 4EPAA4022VATA1545 1997 Vantage End Dump 2018 Brazos Scrapper/End Dump 4B9BKDL29JH054106 2018 Brazos Scrapper/End Dump 4B9BKDLL24JH054126 2002 MAC End Dump 5MADS363130005105 1995 USTS End Dump 1U9DS3637S1051511 2005 MAC End Dump 5MADS353050009294 2001 MAC End Dump 5MADS356321C00439 1994 Benson End Dump 1 NUDT38P8RMAS0247 1995 Vantage End Dump 4EPAA3922SATA0615 1987 ACCURATE IND. End Dump 1A9754025H4037546 1990 Trilstar End Dump 1T9DS36C8L1066822 1998 USTS End Dump 1U9DS3229W1051699 2001 Benson End Dump 5DMDSAHC41 P000376 1993 JBEN End Dump 9DT3626PPJBB021 2007 Palmar Dump Trailer 4R7BD1624HT163081 2018 Mac Walking Floor 5MAMN4821JW044659 2016 Titan Walking Floor 2TVWF4826GD000602 2018 Mac Walking Floor 5MAMN4823JW045280 2011 Rolls Rite Tilt Top 1R9PT2229BM356115 2017 Rolls Rite Tilt Top 1R9BT222XHM356286 2018 Rolls Rite Tilt Top 1R9PT2227JM356001 2016 Talbert Roll- Back 40FG05336G1035421 1999 Dynawell Lowboy HU 181 DGX7X1 X38407 2017 Talbert Lowboy 40FSK5132H1035957 2017 Talbert Lowboy 40FSK5239H1035971 2018 Transcraft Step Deck 1 TTE532C8J3070477 k 2018 Transcraft Step Deck 1TTE532C1J3083796 PICK-UP TRUCKS Type of Trucks

S/ 14 2 Ton 1500 or Equivalent Pick Up 9 Ton 2500 or Equivalent Pick Up 1 Ton 3500 or Equivalent Pick Up 11 7 Greater than 1 Ton or Equivalent Pick Up

u7[ D Arr/ t

e

WHEEL LOADERS Year Make Model Vin 2003 CAT 924G 09SW01095 2003 Komatsu WA180 2MCA88062 V. 2005 CAT 928G 6XR02028 1998 CAT 962G 5AS00263 2004 CAT IT28G DBT01424 2001 CAT 924G 9SW02009 2004 John Deere 644H DW644HX586668 2004 John Deere 724H DW24JX590345 2005 CAT 1T38 CSX00926 2005 CAT 924G DDA2478 2006 CAT 924G DDA02934 2007 CAT 950G 2JS00604 2009 CAT 930H DHC01497 2014 CAT 924G 9SW01859 2011 CAT 930H DHCO2274 2014 CAT 908H CAT0908HJJRD01594 CAT0908MJH8801071 2016 CAT 908M 2017 John Deere 624K 1 DW624KZCGF674473 2017 John Deere 624K 1 DW624KZLGF676803 CAT0908MCH8801198 2017 CAT 908M H8800928 2017 CAT 908M CD2000596 2015 CAT 914K 1DW644KZJHF680047 2017 John Deere 644K CAT0908MCH8802397 2018 CAT 908M

A-

1'. r

Cat M318DMH Vin- CatM318DEW8R00228

EXCAVATORS Vin Year Make Model 1 FF210GXHGF523928 2016 John Deere 210G 1 FF300GXHDF710007 2014 John Deere 300G IFF060GXKGJ288041 2017 John Deere 60G Mini 308E2CRSB-FJX08636 2017 CAT 308 1 FF245GXCHF800280 2017 John Deere 245G CK0070DD009556 1990 John Deere 70D FF0330X0870719 2001 John Deere 330LC FF0200X500888 2001 John Deere 200LC P00160X041413 2000 John Deere 160LC 58212 2001 Komatsu PC60 1E8P057533 2002 Hitachi EX120 1E8P057534 2002 Hitachi EX120 1999 Bobcat 331X 512918815 512918429 2001 Bobcat 331X 4207 2003 Komatsu PC35 LLU2438 1999 Kobelco SK220LC YT01- 03382 2004 Kobelco SK7OSR KMTPC049K87C5037 2004 Komatsu 200 10014 R55W3 2004 Hyundai FF200CX505406 200C- LC 2002 JD 330CL DKY 02901 2004 CAT DAC0072321 9007B 2001 _ Case CAT0325CVCRB01486 325CL 2005 CAT PAB04298 CAT 320CL 2001 CATM318CKBC201044 M318C 2005 CAT CAT0325CEBFE01812 325CL 2005 CAT PAB01355 320 2004 CAT CRB00550 CAT 325CL 2003 KMTPC096T05006313 PC35 MR-2 2005 Komatsu FF120CX035517 120-C 2006 John Deere 30398 U35SS 2006 Kubota 30251 U35SS 2006 Kubota PAB4383 Cat 320CL 2006 GTN139 328D LCR 2007 Cat 31194 KX913R1S 2008 Kubota YT0408468 Kobelco SK70SR-1 E 2006 CAT3025CJGBB01604 302. 5 2007 Cat MCF00918 Cat 321 CL CR 2008 FF450CX091778 450C- LC 2005 John Deere HEK00647 322CL 2009 Cat HAS292 Cat 330D 2008 EC140V12265 Volvo EC140BLC 2006 FF120CX036343 John Deere 120-C 2010 PCA01891 Cat 314CL CR 2009 CAT0328DTGTN00403 328D CLR 2010 Cat 350 1FF035DXJBG266218 2011 John Deere DOZERS VIII Make Model Year T0450GF87820 450G 1992 John Deere T0750CX877301 750H John Deere 1999 CATOOD3GCJMH00732 CAT D3JXL 2004 T0450JX104665 4504 2005 John Deere T0650JX111587 650J John Deere 2005 CATOOD6NVALY00800 D6N CAT 2004 T0450HX922582 450H John Deere 1999 T0550HX937488 550H 2004 John Deere AAX01404 CAT D6R 2005 AK01461 D5N 2005 CAT TO450JX122072 John Deere 450-JLT 2006 T0450JX103785 John Deere 450J 2001 3059 D39PX 22 2008 Komatsu BYR01437 D3GLGP 2006 CAT CATOOD5KJYYY00703 LGPARO CAT D5K 2010 LLL00568 D3K LOP 2008 CAT LLL00382 D3K LOP 2011 CAT LLLO0388 D3K LGP 11 CAT 2{ T0450JX181468 450-J LOP 2011 John Deere 2011 John Deere 6504 T0650JX173003 FORK LIFTS Year Make Model Vin 2000 CAT V8OF 9NF00658

1997 Hyster H5OXL A177B31212K 2000 JCB 506 578972 1995 Nissan 50 PF02- 9H3269 2001 CAT GC25 4FM04520 9NF00558 2004 CAT 480E 2007 Yale 543372 GLPIIMCNSB098 A2F0260387 2001 CAT 2EC20 2002 CAT V60B 52J00932 1999 CAT CG25 4EM91233 5WM03130 2007 CAT TH63 2001 CAT GC25 4EM04516 TH1006A-8401 1997 Terex TH1048C 2005 JCB 930 SLP930025E0824674 GENERATORS

Year Make Model yin Onan Genset 50D6CA 6920476659

1999 Nissha NES25SIA XJ010300

1999 Nissha NES6OSIA KF010300

2004 Dewalt 4300 GC044627903DGC4300 DM0545005 2003 Coleman 9110619 LC492887 2006 Miller Bobcat 250NT LE209010 2006 Miller Bobcat 250NT LF205099 2006 Miller Bobcat 250NT 2038141 2011 Generac 97A06245-S LC574759 2007 Miller Bobcat 250NT EAPC- 1010707 2013 Honda 6500Watt 800390 2011 Magnum MMG55FH 45kW 73344 2011 Magnum MMG35FH 25kW 25kW 73345 2011 Magnum MMG35FH 73318 2011 Magnum MMG35FH 25kW LOADER - BACKHOE

Year Make Model Yin 1999 CAT 4261ZR00479 L3560624 2001 Kubota L35 T0310SG909356 2003 John Deere • 310SG T0310EX853300 2005 JS 310E 4ZN20996 2001 CAT 416C 42N24364 2004 CAT 416D T0310EX884694 2004 John Deere 310E 5YN06630 C 2004 CAT 418C 1WR10173 2006 CAT 416C IT FDP26873 2006 CAT 4200 II i

2006 John Deere 310G T0310GX937710 2001 CAT 416C 4ZN24603 SKID STEER LOADERS Year Make Model SNMN 1997 Bobcat 763 512222048 2001 Bobcat 763 512217575 1996 Bobcat 873 514120441 2002 CAT 236 CAT00236J4YZ04709 2005 Bobcat T300 521912526 2007 Caterpillar 262B PDT01685 Caterpillar 277C CAT0277CTJWF00578 2006 Daewoo 155XL AG00211 2006 Bobcat T190 531614194 2006 Caterpillar 246B CAT0246BLPAT03480 2006 Bobcat T300 530012266 2010 Caterpillar 268B CAT0268BJLBA01424 2010 Caterpillar 299C HF MBT01588 2011 Bobcat 1300 525415845 2008 JD 650-J T0650JX173003 2016 Cat 279D CAT0279DEGTL03016 2018 Cat 299D CAT0299DLFD203290

I MARINE DIVISION

1‘. i_ alipw:o7- elk

7 Bayou Bandit Betsie

27' Scout Boat 24' Debris Boat MNGT Vessel 18'

Vessel# 010 Vessel# 015 Vessel# 018

Year Built: 2003 Year Built: 1990 Year Built: 1995

Capacity: 12,000lbs Capacity: 16,000 lbs Personnel Only

7-: ' I,.,....,: 114*, -: e• . 71. . 44 1

Decker Bertram Pamela

Debris Boat 24' Flat Boat w/ 18' Deck Boat w/ Boom Boom Vessel# 002 Vessel# 002 Vessel#1001

2001 Year Built: 2003 Year Built: 1990 Year Built:

18,000 lbs. Capacity: 16,000 lbs. Capacity: 12,000 lbs Capacity:

11111 „, z., 4 p„ Al

Johnzey30' BT Express CG Gid 32'

Deck Boat w/ 27” Deck Boat w/ Boom Picker Barge Boom

Vessel#1020 Vessel# 022 Vessel# 009

Year Built: 2011 Year Bulk: 1999 Year Built: 2004

18,000 lbs Capacity: 24,000 lbs Capacity: Capacity: 20,000 lbs ime3mir.', Balrges

Size Type Material Capacity Notes

241x8' Debris Barge Fiberglass 8, 000 lbs Shallow Draft Barge

28'x8. 5' Debris Barge Aluminum 12,000 lbs Shallow Draft Barge

Debris Picker Barge w/ Shallow Draft Barge 30' x10' Grapple Steel 14, 000 lbs

Debris Picker Barge w/ Shallow Draft Barge 30'x10' Grapple Fiberglass 14,000 lbs

Debris Picker Barge w/ Shallow Draft Barge 30' x10' Grapple Aluminum 14,000 lbs

405x8' Pin- Together Barge Steel 10, 000 lbs Deck Barge

40' x8' Pin- Together Barge Steel 10, 000 lbs Deck Barge

40'x8' Pin- Together Barge Steel 10, 000 lbs Deck Barge

Deck Barge 40' x8' Pin- Together Barge Steel 10, 000 lbs

Deck Barge 40'x8' Pin- Together Barge Steel 10, 000 lbs

Deck Barge 40' x8' Pin- Together Barge Steel 10, 000 lbs

Deck Barge 401x8' Pin- Together Barge Steel 10,000 lbs

Debris Picker Barge w/ lbs Shallow Draft Barge 40' x11' Grapple Steel 20,000

N/ A 48' x12' 12" Hyd Dredge Steel 15' Dredging Depth- 36" Pump

lbs Shallow Draft Spud Barge 50'x20' Spud Barge Steel 40,000

Debris Picker Barge w/ Shallow Draft Barge 55' x11' Grapple Steel 24, 000 lbs

120'x30' Deck Barge Steel 150 Tons Deep Draft Barge

Tons 120' x30' Deck Barge Steel 150 Deep Draft Barge

Tons 120' x30' Spud Barge w/ Crane Steel 150 Deep Draft Barge

f CrowderGuif Disaster Recovery and Debris Management

5435 Business Parkway Office: (800) 992-6207 Theodore, Alabama 36582 Fax: ( 251) 459-7433

TRADE REFERENCES

June 2018 Federal ID# 01- 0626019

DUNS# 195686477

Name of Officer:

Mr. John Ramsay President/ Director 5435 Business Parkway Theodore, Alabama 36582 Phone: 800-992-6207 Fax: 251- 459-7433

Bank Information:

Regions Bank Contact: Mr. Edward Midyett P. O. Box 2527 Vice President- Commercial Banking Group Mobile, Alabama 36822 edward. midvett( regions.com 11 North Water Street RSA Tower— 29th Floor Mobile, Alabama 36602 Operating Account Number: 1420326591 Phone: 251- 690- 1204 Cell: 251- 408-2751 Fax: 251- 690- 1003

Bonding Agent: Insurance Company:

Mr. Michael J. Congelio Mr. G. B. Taylor Surety& Associates Point Clear Insurance 2110 Herschel Street 368 Commercial Point Drive Jacksonville, FL 32204 Fairhope, AL 36532 Phone: 904- 388- 5002 Phone: 251- 990-9050

Credit References:

1. Beard Equipment 2. Hertz Equipment Rental 2480 El-65 Service Rd N PO Box 650280 Mobile, AL 38617 Dallas, TX 75265-0280 Account#: 100000107 Customer#: 0477595 Phone: 251- 456- 1993 Phone: 800-456-6492 Fax# : 405-979- 3739

3. Roy Moffitt Cust. Fueling 4. RSC Equipment Rental 5. Neff Rental, Inc. Dept 5210 P. O. Box 840514 PO Box 99914 PO Box 2153 Dallas, TX 75284 Chicago, IL 60696 Birmingham, AL 35287 Customer#: 618148 Customer#: 20351 Customer#: 003822 Phone: 800-222- 7777 Phone: 941- 926-7368 Phone: 281- 320- 7577 Fax#: 281- 320- 1012 A REGIONS'

May 22, 2018

Re: Bank Reference for Crowder Gulf, LLC and Crowder Gulf Joint Venture, Inc.

Please consider thisletter as verification that Crowder Gulf, LLC, and its wholly owned entity, Crowder Gulf Joint Venture, Inc., are one of Regions Bank' s valued. customers. Regions is privileged to have serviced the operating accounts of the companies since 1987, with all accounts. handled in an exemplary manner.

The company currently maintains balances in the mid seven figures and a line of credit in the amount of$75, 000,000.

If you have any questions, please contact me at 251- 690- 1087.

Sincer y'

Christopher '. feller Senior Vice President Regions Bank Commercial Banking 11 N Water Street Mobile, Alabama 36602 251- 690- 1087- Office 251- 610-3453 - Cell 251- 690- 1003 - Fax [email protected]

x N Water Street, Mobile, Alabama 36602 MICLETTE BOWEN, MICLETTE& BRITT OF FLORIDA, LLC Z 1715 N. Westshore Blvd. Suite 920 Tampa, FL 33607 W II[1 5) iVit P r U) .- k O ( 5 1 V 1 11. 5)

July 24, 2018

City of Ocoee 150 North Lakeshore Dr. Ocoee, FL 34761

RE: RFP# 18-002 Emergency—Disaster Debris Removal Term Contract CrowderGulf Joint Venture, Inc.

To Whom It May Concern:

Performance and Please accept this letter as evidence of our willingness to provide the necessary 100% Payment bonds in compliance with Florida Statute 255.05 to CrowderGulf Joint Venture., Inc. in the event they are awarded the above referenced project. It is our pleasure to provide surety credit for CrowderGulf Joint Venture., Inc. We have never been asked to issue a bond that was not gladly provided, nor do we anticipate the contractor to undertake any project that we k would hesitate to bond because of its size or nature.

We currently have a line ofcredit established with Travelers Casualty and Surety Company ofAmerica covering a work program of$500,000,000 subject to a single job limit of$250,000,000. Neither of these limits should be construed as maximums but are established to handle the daily needs of our client. Travelers an of" A++,XV" and is listed in the Casualty and Surety Company of America has A.M. Best Rating Department ofthe Treasury Federal Registry with underwriting limitations of$210,630,000.00

We would foresee no problem in providing the necessary 100% Performance and Payment bonds to CrowderGulf Joint Venture., Inc. This commitment is contingent upon an acceptable contract to CrowderGulf and its surety. We consider this company one of the outstanding firms in the construction industry, and we feel that the principals ofCrowderGulfpossess broad experience, financial responsibility and high integrity. Without reservation, we highly recommend CrowderGulf Joint Venture., Inc. to you. This letter is not an assumption of liability, nor should it be considered a bid, payment or performance bond.

Si cerely,

B, i wen, ' clette& Britt of Florida, LLC

1,i, LeLfz- II k. 1 es, t. Congelio 4 l o - y-In-Fact

Insurance\ Bonds\ Risk Management

www.bmbinc.com kvito Document A310TM —2010 Conforms with The American Institute of Architects AlA Document 310 Bid Bond CONTRACTOR: SURETY:

rune, legalStatus and address.) Name, legalstains a nlprincipal place ttilturlurer)

CrowderOulf Joint Venture, Inc. Travelers Casualty and Surety Company of America One Tower Square 5435 Business Parkway This document has important Hartford, CT 06183 Theodore, AL 36582 legal consequences. Consultation Mailing Address for Notices with an attorney is encouraged with respect to its completion or modification, OWNER: Nana, legal stalks and address) Any singular reference to Contractor, Surety, Owner or City of Ocoee other party shall be considered 150 North Lakeshore Dr. plural where applicable. Ocoee, FL 34761

BOND AMOUNT: $ 1, 000.00 One Thousand Dollars and 001100

PROJECT: Name, location or arklms& andPrefect number, ifmty)

RFP# 18-002 Emergency• Disaster Debris Removal Term Contract

The Contractor and Surety aro bound to the Ownerin the amount sot forth above. for the payment ofwhioh the Contractor and Surety bind themselves. their heirs, executors, administrators, successors and assigns,jointly and severally, as provided herein. The conditions of this Bond aro suck that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period os may bo agreed to by the Owner and Contractor, and the Contractor either( I) enters into a contract with the Owner in accordance with the termsof such bid, mid gives such bond or bonds u may be specified in the bidding orContract Documents, with a surety admitted in thejurisdiction of the Project and otherwise acceptebio to the Owner, for the faithfLI perfomtanco dud Contract and for the prompt payment of labor and material tlimished in the prosecution thereof,or( 2) pays to the Owner tire ditTcrenco, not to exceed the amount of this Bond, between the amount specified ht said bid and such larger amount for which the Owner may in good faith contract with another party to perlbm the work covered by suit! bid, Oren this obligation shall be null and void, otherwise to remain in full force and ella:ei. The Surety hereby waives any notice ofan agreement between the Owner and Contractor to extend the time in which the Owner may uccept the bid. Waiver ul' notice by the Surety shell nut apply m any extension exceeding sixty( 60) days in the aggregate beyond the lime liar acceptance ofbids specified in the bid document%,and the Owner and Contractor shall obtain the Surely's consent for an extension beyond sixty( 60) days. Mills Bond is issued in connection with a subcontractor's bid ton Contractor. the tern Contractor in this Bond shall bo deemed to be Subcontractor and the term Owner shell be deemed to be Contractor. When this Bond has been ilintished to comply with u statutory or other legal requirement in the locution unite Project, any pnwisiopin deleted hcrel'nun and provisions such:•. this Bond conflicting with said statutory or legal requirement shall be deemed continuing to I I 1. gauntry or other legal requirement shell be deemed incorporated herein. When as furnished, the intent is that this Bond shalt be cohn,utnred :' us a statutory bond and not as a common law bond. Signed and sealed this 24th day of July, 2018

CrowderOulf Joint Venture, Inc. l.O Principal) Baal)

e."% 13y0404k4.% m„ eie,..,14 MIN 6r.V 4....WO

r__ Tray lore Ca pity and Surety Company of America n ) Seal) l.l1 ce i` c.." I Wl exr) Melissa Beckwortt, Account Manager C`

oma C. Congello, ;, Attorney-In- Fact Phone No. Suret 813227-4308 • .,;+ r; r!;, r,

S' 00541A8 8110 Travelers Casualty and Surety Company of America AIR Travelers Casualty and Surety Company TRAVELERS J • St. Paul Fire and Marine Insurance Company

POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the Companies"), and that the Companies do hereby make, constitute and appoint James C. Congello ofMAITLAND Florida their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory In the nature thereof on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017.

i user tr 7 Ur. 447

State of Connecticut By: City of Hartford ss. Robert L. Raney, Seofd r Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

Whereof, I hand and official seal. In Witness hereunto set my f C `. tU tRAut. My Commission expires the 30th day of June, 2021 N Margo C. Tetreault, Notary Public

This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys- In-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part ofthe foregoing authority to one or more officers or employees ofthis Company, provided that each such delegation is in writing and a copy thereof is filed In the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when( a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or( b) duly executed( under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power ofAttorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimle signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 24th day of July 2018

sir 10444171, W"^

ii(

160 i)),AyOter do Kevin E. Hughes, As retary

To verify the authenticity ofthis Power ofAttorney, please call us at1- 800-421-3880. Please refer to the above- namedAttorney--tin-Fact and the details ofthe bond to which the power is attached. f1Jp. EXHIBIT" G" DRUG-FREE WORKPLACE CERTIFICATION

lf

The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that it has a drug- free workplace program. In order to have a drug-free workplace program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection( 1).

4. In the statement specified in subsection( 1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or pleas of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five( 5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program is such is available in the employee's community, by any employee who is

so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above

requirements.

Bidder: CrowderGui oint Ve, ture, Inc.

Signature:

John Ramsay By: 40# Print or Type Name)

Title: President& CEO

Date: 07/ 20/2018

RFP18-002 Emergency-Disaster Debris Removal 78 EXHIBIT" H" SWORN STATEMENT UNDER SECTION 287.133( 3)( a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. CrowderGulf Joint Venture, Inc.

1. This sworn statement is submitted to City of Ocoee, Florida by Entity)

by John Ramsay, President& CEO Print individual' s Name& Title)

whose business address is 5435 Business Parkway Theodore, At. 36582

2. I understand that a" public entity crime" as defined in Paragraph 287. 133( 1)( g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material representation.

3. I understand that " convicted" or " conviction" as defined in Paragraph 287. 133( 1)( b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.

4. I understand that an" affiliate" as defined in Paragraph 287. 133( 1)( a), Florida Statutes, means:

a. A predecessor or successor of a person convicted of a public entity crime: or

b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term" affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

5. I understand that a " person" as defined in Paragraph 287. 133( 1)( e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term " person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.

6. Based on information and belief, the statement I have marked' below is true in relation to the entity submitting this sworn statement. ( please indicate which statement applies).

RFP18-002 Emergency-Disaster Debris Removal 79 tr X Neither the entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management ofthe entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of this entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The final order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. ( Please attach a copy of the fmal order.)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ( ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH 2024 I Or end of Contract Term I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF CHANGE IN THE INFORMATION CONTAINED IN THIS FO .

Signature)

Date: 07/20/2018

CrowderGulf Joint Venture, Inc. Name of Bidder( Contractor)

STATE OF Alabama

COUNTY OF Mobile

PERSONALLY APPEARED BEFORE ME, the undersigned authority,

John Ramsay who, after first being sworn by me, Name of Individual Signing)

20th affixed his/her signature in the place provided above on this day of

July 2018.

Notary Public, Mobile County, AL 17T MyCommission Expires: 20tPublic 09/ My Commission Expires Sept 12, 2018 xP

11. ff t.

RFP18-002 Emergency-Disaster Debris Removal 80 KerriehiNolls12120181. EXHIBIT" I" CERTIFICATION OF NON-SEGREGATED FACILITIES

The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that ( except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $ 10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. Governing Law: The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor.

Note:

offers prescri ed ' 1001. The penalty for making false statements in is 18 U. .

Date July 20 2018 ,

By: John Ramsay

President& CEO of CrowderGuif Joint Venture, Inc. Title) Official Address (including Zip Code):

5435 Business Parkway Theodore, AL 36582

RFP18- 002 Emergency-Disaster Debris Removal 81 EXHIBIT " J" Certification Regarding Scrutinized Companies' Lists

The Respondent certifies that the company is not participating in a boycott of Israel. The Respondent certifies that the Respondent is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List, not on the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, as those terms are used and defined in sections 287. 135 and 215.473 of the Florida Statutes. In the event that the Respondent is unable to provide such certification but still seeks to be considered for award of this solicitation, the Respondent shall, on a separate piece of paper, clearly state that it is on one or both of the Scrutinized Companies lists and shall furnish together with its proposal a duly executed written explanation of the facts supporting any exception to the requirement for certification that it claims under Section 287. 135 of the Florida Statutes. The Respondent agrees to cooperate fully with the City in any investigation undertaken by the City to determine whether the claimed exception would be applicable. The City shall have the right to terminate any contract resulting from this solicitation for default if the Respondent is found to have submitted a false certification, or to have been placed on the Scrutinized Companies that Boycott Israel List, or to have been placed on the Scrutinized Companies for Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria.

Name of Resp. fi dent: John Ramsay

B I A orized Signature)

Title: President& CEO of CrowderGulf Joint Venture, Inc.

Date: 07/20/2018

RFP18- 002 Emergency-Disaster Debris Removal 82 1 010 ocoee florida

EXHIBIT" K" RFP CONFLICT OF INTEREST DISCLOSURE FORM

The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Proposers must disclose within their Proposal: the name of any City of Ocoee employee, Mayor or City Commissioner, other City Official, or City Consultants, or any FEMA, FHWA, FDOT employee, who owns assets or capital stock, directly or indirectly, in the Proposer' s firm or any of its branches, or would directly or indirectly benefit by the profits or emoluments of this proposal.( Indirect ownership or benefit applies to any members of his or her immediate family.) Proposer certifies that no member of the entity' s ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, Proposer agrees to immediately notify the City in writing.

The purpose of this disclosure form is to give the City the information needed to identify potential conflicts of interest for the City Commission, Evaluation Committee members, and other key City employees and consultants involved in the award of this contract.

According to Chapter 112, Florida Statutes, the term" conflict of interest"" means a situation in which regard for a private interest tends to lead to disregard of a public duty or interest", and refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee' s professional judgment in exercising any City duty or responsibility in administration, management, instruction, research, or other professional activities.

Please check one ofthe following statements and attach additional documentation ifnecessary:

X To the best of our knowledge, the undersigned firm has no potential conflict of interest for this Proposal. The undersigned firm, by attachment to this form, submits information which may be a potential conflict of interest for this Proposal.

Acknowledged by:

CrowderGulf Joint Venture, Inc. Firm Name ie4 Sign e

John Ramsay, President& CEO Name and Title( Print or Type)

07/ 2012018 Date

RFP18-002 Emergency-Disaster Debris Removal 83 Exhibit" L" RFP# 18-002 COMPANY INFORMATION& SIGNATURE SHEET

FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE " SCOPE OF WORK/ FEE RATES PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE RESPONDENT FURTHER AGREES TO COMPLY WITH ALL FEDERAL REQUIREMENTS IN THE PERFORMANCE OF THIS CONTRACT.

CrowderGulf Joint Venture, Inc. 800-992- 6207

COMPANY NAME TELEPHONE( INCLUDE AREA CODE)

251- 459-7433 FAX ( INCLUDE AREA CODE)

[email protected]

i E-MAIL ADDRESS

IF REMITTANCE ADDRESS IS DIFFERENT A +' ORIZED SIGNATURE( manus ) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: John Ramsay, President& CEO NA\ME/TITLE( PLEASE PRINT)

5435 Business Parkway STREET ADDRESS

Theodore, AL 36582

CITY STATE ZIP

FEDERAL ID# 01- 0626019

Individual; X Corporation; Partnership; Other( Specify)

Sworn to and subscribed before me this 20th day of July 2018 ,

Personally Known X or

Produced Identification

Notary Public- State of AL County of Mobile Type of Identification) 7lVVIICII)L2q“ Signature of Notary Public •

Kerrie Noll exp. 0911212018 Printed, typed or stamped Commissioned name ofNotary Piblic

Kerrie k Ndl Notary Public, Mobile X1, Al- pt My Commission Expires ms RFP18-002 Emergency-Disaster Debris Removal 84 r ' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION. r 11:,?, tiiii. J '‘. t, CONSTRUCTION INDUSTRY LICENSING BOARD 850) 487-1395 c'- 2601 BLAIR.STONE;ROAD TALLAHASSEE FL 32399- 0783

STATE OF FLORIDA DEPARTMENT OF BUSINESS.AND PROFESSIONAL dbar REGULATION

CGC1522633 ISSUED: 06/ 04/ 2018 GENERAL CONTRACTOR SMALLWOOD; WESLEY BRIAN CROWDER=GULF JOINT VENTURE; INC.

iik./.. t(h' c.:e.,) 4,44.44..,----- Th Signature` . LICENSED UNDER CHAPTER.489. FLORIDA STATUTES EXPIRATION DATE: AUGUST 31, 2020 j

l

5tCKSCQTT, GOYEeHOR JONATHAN ZACHEM. SECRETAitY II 4c?, ,,.:,- F .'

i.".7- 7,: A ir..--.•, d • tii r l' !'i

STATE OF FLORIDA DEPARTMENT OFBUSINSAND PRpFESSIONAL REGULATION 1 j cONSTRUc N;INW: S1R.._YL1cENSING BOARD 1 THE GENE. 0 { tRAGCQR 1 IS CEt1 lE, UNDER THE PROVISIONS'1 F CHAPTER 489, F[; RIBA STATUTES I j s; ' i It ,,, k• k 4:.'t„

1110,r 99D,N1 S•4 Y I •MAN 14- 4. 1,i`llR, JNC,','• i d l .. 7 i'I6 TO 82 i 1.. +

EXPIRATION VGUST 31, 2020

Always verify licenses online at MyFloridalkense.com 1f I

i Do not alter this document! n any form. 1 l I;,, This is your license. It is unlawful,for anyone other than the licensee to use this document. l l r , State o Florida

Department ofState

I certify from the records of this office that CROWDER-GULF JOINT VENTURE, INC. is a corporation organized under the laws of the State of Florida, filed on September 3, 2002.

The document number of this corporation is P02000095020.

I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 15, 2018, and that its status is active.

I further certify that said corporation has not filed Articles ofDissolution.

Given under my hand and the Great Seal ofthe State ofFlorida at Tallahassee, the Capital, this the Fifteenth day ofJanuary, 2018

64 141,Ka-, ' ft.; , •: i,:, ':---,, 167" 04..trJA

4 ', ' y:" Secretary ofState

Tracking Number: CC5217016948

To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed.

https:// services.sunbiz.org/Filings/CertificateofStatus/ CertificateAutheutication

i No. 1 DATE(DATE MMlDDlYY)D CERTIFICATE OF LIABILITY INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS lint Clear Insurance Services LLC CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. J68 Commercial Park Drive COMPANIES AFFORDING COVERAGE Fairhope, AL 36532- 1910 COMPANY A THE GRAY INSURANCE COMPANY INSURED COMPANY B CrowderGulf Joint Venture, Inc. COMPANY 5435 Business Parkway C Theodore, AL 36582- 1675 COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY 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.

CO POUCY EFFECTIVE POLIICY N ID) LIMITS LTR TYPE OF INSURANCE POLICY NUMBER DATE( MM/DO/YY) GENERAL LIABILITY GENERAL AGGREGATE Unlimited 53, 000, 000.00 X COMMERCIAL GENERAL PRODUCTS- COM P/OP AGO LIABILITY ADV INJURY 1, 000, 000.00 A 0 XSGL-074306 9/ 1/ 2017 9/ 1/ 2020 PERSONAL& OWNER' S& CONTRACTOR' S PROT EACH OCCURRENCE 1, 000, 000.00 FIRE DAMAGE( Any one fire) 50, 000.00 MED EXP( Any one person) 5, 000.00 1, 000,000.00 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO BODILY INJURY X ALL OWNED AUTOS Per person) SCHEDULED AUTOS BODILY INJURY A X HIRED AUTOS XSAL-075300 9/ 1/ 2017 9/ 1/ 2020 Per accident) X NON- OWNED AUTOS PROPERTY DAMAGE

GARAGE LIABILITY AUTO ONLY- EA ACCIDENT

ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT

AGGREGATE EACH OCCURRENCE 4, 000,000.00 EXCESS LIABILITY 4, 000, 000.00 UMBRELLA FORM AGGREGATE A GXS• 043291 9/ 1/ 2017 9/ 1/ 2016• X OTHER THAN UMBRELLA FORM WeSTATU- OTH AND x WORKER' S COMPENSATION TORY LIMITS eR ACCIDENT 1, 000,000.00 EMPLOYERS' LIABILITY EL EACH 9/ 1/ 2017 9/ 1/ 2018 POLICY 31, 000,000.00 A THE PROPRIETOR! GWC-071021- FL1 EL DISEASE- LIMIT EA 1, 000, 000.00 PARTNERS/ EJCECUT VE X INCL EL DISEASE- EMPLOYEE $ OFFICERS ARE: EXCL

OTHER

DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES/ SPECIAL ITEMS The certificate holder la an additional insured on all policies except Workers' Compensation and is provided a Waiver of Subrogation, all If required by written contract The above insurance policies shall be primary and non ontrloutory to any other Insurance policies maintained by the certificate holder, if required by written contract

CERTIFICATE HOLDER CANCELLATION In the event of cancellation by The Gray Insurance Company and If required by written contract, days written notice will be given to the Certificate Holder. S A M P L E" AUTHORIZED REPRESENTATIVE

1,00,,,,

GCF 00 50 01 01 12 THE; RAY INSURANCE COMPANY

Louisiana certificate form: LD1 COI 280990 01 12 CERTIFICATE OF INSURANCE Page 2

THE GRAY INSURANCE COMPANY

The below coverages apply if the corresponding policy number is indicated on the previous page.

A. Commercial General Liability

General Liability Policy Includes: Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured (CGL Form# CG 20 10 11 85) when required by written contract. Primary Insurance Wording Included when required by written contract. Broad Form Property Damage Liability including Explosion, Collapse and Underground (XCU). Premises/ Operations Products/ Completed Operations Contractual Liability Sudden and Accidental Pollution Liability Occurrence Form Personal Injury In Rem" Endorsement Cross Liability Severability of Interests Provision Action Over" Claims Independent Contractors coverage for work sublet Vessel Liability- Watercraft exclusion has been modified by the vessels endorsement on scheduled equipment. General Aggregate applies per project or equivalent.

B. Automobile Liability Policy Includes:

Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract.

C. Workers Compensation Policy Includes:

Blanket Waiver of Subrogation when required by written contract. U. S. Longshoremen' s and Harbor Workers Compensation Act Coverage Outer Continental Shelf Land Act Jones Act (including Transportation, Wages, Maintenance, and Cure), Death on the High Seas Act& General Maritime Law. Maritime Employers Liability Limit: $ 1, 000,000 Voluntary Compensation Endorsement Other States Insurance Alternate Employer/Borrowed Servant Endorsement In Rem" Endorsement Gulf of Mexico Territorial Extension

D. Excess Liability Policy Includes:

Coverage is excess of the Auto Liability, General Liability, Employers Liability, & Maritime Employers Liability policies Blanket Waiver of Subrogation when required by written contract. Blanket Additional Insured when required by written contract. CrowderG u If Disaster Recovery and Debris Management

5435 Business Parkway Office: (800) 992-6207 Theodore, Alabama 36582 Fax: (251) 451- 7433

EQUAL EMPLOYMENT OPPORTUNITY

AFFIRMATIVE ACTION PROGRAM

This company is an equal employment opportunity employer. It is the policy of this company to assure that applicants are employed, and that applicants are treated during employment, without regard to their race, religion, sex, color, national origin, age, disability, veteran status, military obligations, genetic information or any other characteristics protected by law. Such action shall include: employment, upgrading, demotion, transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job-training.

1. Publication and dissemination of this company's written policy of equal employment opportunity. A. Each employee is informed that we are an equal opportunity employer and where our policy is posted. B. Our policy is reviewed annually, or more frequently if required by contract, with all supervisory personnel.

2. Appointment of Equal Employment Officer charged with the responsibility of securing compliance and advising corporate Officials of progress. Equal Employment Officer: Mary G. White Office#: 251- 478-6848 Email: [email protected]

3. Notification of all recruitment sources that the company, as an equal opportunity employer, solicits referral of qualified applicants without regard to race, religion, sex, color, national origin, age, disability, veteran status, military obligations, genetic information or any other characteristics protected by law.

4. The upgrading and promotion of employees shall be made based on qualifications and ability without regard to race, religion, sex, color, national origin, age, disability, veteran status, military obligations, genetic information or any other characteristics protected by law.

5. We request from all employees, especially minorities and females, that they_refer any qualified friends or relatives to us for employment.

6. All company facilities and activities shall be non-segregated.

7. All Advertisements for employment shall contain the statement, 'We are an Equal Opportunity Employer".

8. We continuously monitor, control, evaluate, and obtain feedback in regard to the application of our Equal Employment Opportunity policy at all levels.

9. Ail personnel activities shall be monitored to ensure that this Equal Employment Opportunity policy is being carried out. 10. CrowderGulf complies with all federal and state laws and regulations regarding Equal Employment Opportunity. 11. In succession to the previous EEO Officer, effective Mary G. White was appointed EEO Officer for the company effective 8/ 15/2011. Any person who believes he or she has been discriminated against should direct their complaint to Mary G. White.

poito Retseday President& CEO EmployerWizard Page 1 of 1•

VeriFyt efirrg,

h7 yr E- om Lo Employment Eligibility Verification eu1 yy4aeiee nI8$8 221PM- 11111/ 2010 too Out

HMS Company Information Say cases New Case CrowderGultJoint Venture. View Cases Company Name:

Pt* Me My Company 10 Number. 512220 Edit Prone Doing Business As( DBA) CasngaPiuword Name: DUNS Number. Cheeps Stoney Duesltons My Company Physical Location: Meiling Address; Edit Profile aoY Address 1: 8468 Business Parkway Address 1: Add New user Address 2: Address 2: View Existing UserCity: Theodore City: ate: Al State: Close Company Account Code: • 35582 Zip Cods: stemZip My County: MOBILE View Repots

MY Rsaouroes Additional Information: Eueeusl Resources Vlaw Employer ldentidottion Number•10529019

tike Tutette! Total Number of Employees: 20 to 99

Maw Ural Manual Parent Organlantion: Administrator: Contac Us Organisation Designation: Employer Category: None of theta categories apply

NAICS Code: 802- WASTE MANAGEMENT AND REMEDIATION SERVICES

Total Hiring Sites: I

Total Points of Contacts 1114717, 1

U s Deperoeem el H. lard 8sOunly• WWII OEs eoV U a Cde. mhp IMO Immpnban beMees• www ulIN two AeeeesMty Oownled Neaers

https:// e- verily.usais,gov/emp/EmployerWizard.aspx