Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Arbor Tree & Land, Inc Proposal
"Disaster Debris Reduction and Disposal Services DR 4337 Hurricane Irma" RFP # 2018 -10 -02 Bid Due: November 13 2017 @ 5p.m. 1. Letter of Interest. 2. Price Proposal. 3. Additional Prices. 4. Qualification and Experience 5. Scope of Services Offered. 6. References & Similar Projects 7. Company Owned Equipment 3. In addition, stump removal services should be included as part of contractor's submittal on a separate sheet. 4. The Contractor shall perform work so as not to interfere with the normal operations of the Village, state or federal functions and or violate existing regulations of these or other regulatory agencies. 5. The Contractor shall promptly correct all work rejected by the Village as failing to conform to this Agreement. The Contractor shall bear all costs of correcting such rejected Work. Rejected work shall consist of that work which is deemed ineligible by the Village's representative. 6. The parties agree that time is of the essence in the completion of the work called for under this Agreement. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. Debris Reduction and Disposal Operations: Respondents are to make no changes to the following table and are required to fill_ it-out completely. Values must be provided for all categories below or the response may be deemed non - responsive. 1. Debris Reduction Debris Reduction of vegetative debris via grinding at the Miami Shores Village permitted temporary debris storage reduction site (TDSR). Price includes set -up, equipment mobilization and demobilization, and final load out of debris; maintenance of onsite entry and exit roads, and closure of temporary debris storage and reduction site (TDSR). Price includes maintaining dust particulates to a minimum and provide dust particulate control if needed. Per Cubic Yard $ 1 , 570 2. Final Haul and Debris Disposal at a Class I Landfill Note: contractor is to provide a permitted disposal facility location which contractor has disposal contract price for reduced vegetative storm debris disposal. Debris Disposal at permitted Landfill; Disposal Tipping fees will be included in the amount quoted. Per Cubic Yard $ ')A, O D 3. Stump Removal Services Per stump $ ,OO . C Q Arbor Tree Land, Inc. (ATL) Supplemental Services -2017 Rate Schedule EQUIPMENT UNIT PRICE ATV (All Terrain Vehicles) Hour $ 45.00 Bobcat, Skid -Steer Loader (Mini- Loader) Hour $ 85.00 Backhoe, Wheel Loader, 1.0 - 1.5 CY Hour $ 100.00 Backhoe, Extend -A -Hoe (Forklift) Hour $ 120.00 Bucket Truck, 50'- 70' Hour $ 150.00 Crane, Clam Bucket for 50 Ton Hour $ 45.00 Crane, Winch Hydraulic w/ Cable for 3 & 5 yd Loader Hour $ 45.00 Crane, 50 Ton w/ 90' Boom Hour $ 225.00 Dozer, CAT D4 Hour $ 100.00 Dozer, CAT D6 Hour $ 150.00 Dozer, CAT D6 XL Hour $ 19 Dozer, CAT D7 Hour $ 5.00 Dozer, CAT D8 Hour $ 20 ?1`. Dump Trailer, Demo +/- 50 yds & Tractor Hour $ 145.00 Dump Self Loader Grapple Truck Mack 50 Yds Hour $ 175.00 Dump Truck Tandem 18 -29 yds Hour $ 60.00 Dump Truck Tandem 30 -40 yds Hour $ 90.00 Dump Truck Tandem 41 -50 yds Hour $ 130.00 Dump Truck Tandem 51 -100 yds Hour $ 160.00 Dump Walking Floor 100 yd Trailer with Tractor Hour $ 200.00 Grapple Truck, Mack DM688S, self - loader, end -dump Hour $ 175.00 Grapple Truck Mack for Loading Hour $ 175.00 Equipment Transport Trailer & Tractor 55 ton Hour $ 165.00 Excavator - 1 yd Hour $ 125.00 Excavator - 2 yds Hour $ 175.00 Excavator - 3 yds Hour $ 250.00 Excavator - 4 yds Hour $ 300.00 Excavator w/ Longstick 60,000 Hour $ 190.00 Excavator M322 Rubber Tire Hour $ 160.00 Excavator Wood Shear Attachment Hour $ 50.00 Excavator, Gradall, Rubber Tire Hour $ 160.00 Frontend Loader 1 yd Rubber Tire Hour $ 85.00 Frontend Loader 3 yd Rubber Tire Hour $ 150.00 Frontend Loader 4 yd Rubber Tire Hour $ 185.00 Frontend Loader 5 yd Rubber Tire Hour $ 170.00 Frontend Loader 6 yd Rubber Tire Hour $ 200.00 Mower, Boom Flail Hour $ 125.00 Motor Grader Hour $ 175.00 Tracked Loader, Cat 955 Hour $ 140.00 Tractor w /box blade Hour $ 60.00 Water Truck (2000 gallon) Hour $ 100.00 Reviewed 4/15/14 -BH 1 ATL Disaster Recovery Arbor Tree Land, Inc. (ATL) Supplemental Services -2017 Rate Schedule FORESTRY EQUIPMENT UNIT PRICE Tigercat Feller Buncher (tree felling and selective cut applications) Hour $ 275.00 Excavator (with safety shields) Backhoe 60,000 Hour $ 175.00 Excavator (with safety shields) w/ Hydraulic Grapple & Thumb Hour $ 260.00 Excavator (with safety shields) with Sheer Hour $ 495.00 Excavator (with safety shields) w/ Longstick 60,000 Hour $ 190.00 Excavator (with safety shields) PT 76 Hour $ 100.00 Grinder, DZ 1000 HP Tub Grinder Hour $ 800.00 Grinder, DZ 1000 HP Horizontal Grinder Hour $ 800.00 Chipper, Bandit - 14 inch Hour $ 85.00 Chipper, Whole Tree - 18 inch 330 hp Knuckle Boom Hour $ 280.00 Stump Grinder, Hydro Ax, Rubber Tire 210 HP Hour $ 350.00 Chainsaw, Medium & Large Hour $ 30.00 MARINE RESOURCES UNIT PRICE Barge Single 12'x 40/50' Hour $ 250.00 Barge 30'x 1507200' (mobilization in $19,000) Day $ 3,000.00 Self propelled barge 150 HP 12x30 Hour $ 275.00 Push/Tug Boat 900 HP Hour $ 550.00 Push/Tug Boat 700 HP Hour $ 450.00 Push/Tug Boat 300 to 450 HP w/Tower Hour $ 375.00 Push/Tug Boat 50 to 150 HP Hour $ 125.00 Push/Tug Boat w/ Tower 150 HP Hour $ 160.00 Work Boats +/- 50 HP Hour $ 110.00 Rigging Cable Hour $ 15.00 Diver w /Equipment (2- person crew) Hour $ 375.00 Licensed Scuba Diver w /Gear Hour $ 155.00 Scuba Bottle Refill (Air) Each $ 20.00 Mats (each) Hour $ 30.00 TRANSPORTATION VEHICLES Pickup Truck, 1/2 Ton UNIT PRICE Hour $ 65.00 Pickup Truck, 1 Ton Hour $ 70.00 Box Truck, 3/4 Ton Hour $ 95.00 Utility Van 3/4 Ton Hour $ 70.00 Passenger Van, 9 passenger Hour $ 65.00 Passenger Car, full size Hour $ 50.00 Flatbed Trailer Hour $ 25.00 MISCELLANEOUS EQUIPMENT /SERVICES UNIT I PRICE Office Trailer 20' with air conditioner Day 1 $ 300.00 Reviewed 4/15/14 -BH z ATL Disaster Recovery Arbor Tree Land, Inc. (ATL) Supplemental Services -2017 Rate Schedule MISCELLANEOUS EQUIPMENT /SERVICES UNIT PRICE Winch Boom for 5 yd Loader Hour $ 55.00 1 yd Rake & Grapple Hour $ 25.00 3 yd Rake & Grapple Hour $ 30.00 4 yd Rake & Grapple Hour $ 33.00 5 yd Rake & Grapple Hour $ 40.00 Fuel (2000 gallon) /Service Truck with operator (less fuel) Hour $ 150.00 Fuel (800 gallon) /Service Truck with operator (less fuel) Hour $ 100.00 Aggregate Hopper /Feeder, 8x14 feet (800/1100 Tons /Hr.) Hour $ 80.00 Vibrating Grizzly Screening Rack Hour $ 50.00 Conveyor System, 100 feet (1000 Tons /Hr.) Hour $ 150.00 Metal Cutting Torches Hour $ 25.00 Mechanized Broom Hour $ 75.00 Arrow Board Hour $ 25.00 Lightboard Generator Day $ 500.00 Sign Board Hour $ 50.00 Sign & Cones Hour $ 5.00 Water Pump & Hose (suction and 25' discharge) Hour $ 35.00 Catch Basin /Storm Drain Cleaning (up to 10 VF) Each $ 200.00 TDSR custom steel inspection towers Day $ 75.00 DRINKING WATER UNIT PRICE Drinking water, 8.45 oz. units, 27 units /case, 135 cases /pallet Pallet $ 1,350.00 Drinking water, 1 Liter units, 12 units /case, 75 cases /pallet Pallet $ 1,250.00 Drinking water, 1 gallon units Gallon $ 1.25 Packaged Ice Delivered Pound $ 0.45 **Subject to special terms and conditions, due to emergency conditions Day GENERATORS UNIT PRICE Generator, 15kW Day $ 500.00 Generator, 25 kW Day $ 675.00 Generator, 56 kW Day $ 1,100.00 Generator, 100 kW Day $ 1,690.00 Generator, 125 kW Day $ 1,875.00 Generator, 150 kW Day $ 2,115.00 Generator, 175 kW Day $ 2,350.00 Generator, 250 kW Day $ 2,890.00 Generator, 320 kW Day $ 3,275.00 Generator, 500 kW Day $ 3,970.00 Generator, 800 kW Day $ 6,630.00 Generator, 1000 kW Day $ 71990.00 Generator, 1500 kW Day $ 9,500.00 Reviewed 4/15/14 -BH 3 ATL Disaster Recovery Arbor Tree Land, Inc. (ATL) Supplemental Services -2017 Rate Schedule GENERATORS UNIT PRICE Generator, 15kW Week $ 1,615.55 Generator, 25 kW Week $ 2,181.00 Generator, 56 kW Week $ 4,185.75 Generator, 100 kW Week $ 6,652.26 Generator, 175 kW Week $ 9,688.02 Generator, 250 kW Week $ 11,375.74 Generator, 320 kW Week $ 12,674.32 Generator, 500 kW Week $ 14,622.30 Generator, 800 kW Week $ 22,648.64 Generator, 1000 kW Week $ 27,186.79 Generator, 1500 kW Week $ 32,314.99 PERSONNEL PER HOUR OVERTIME Clerical $ 45.00 $ 67.50 Truck Driver $ 55.00 $ 82.50 Climber w /gear $ 90.00 $ 135.00 Equipment Operator $ 55.00 $ 82.50 Temporary Debris Site Manager $ 75.00 Laborer $ 40.00 $ 60.00 Project Foreman $ 65.00 $ 97.50 Project Manager $ 75.00 $ 112.50 Security Personnel $ 40.00 $ 60.00 Traffic Control Personnel $ 45.00 $ 67.50 Operator w/ chainsaw $ 75.00 $ 112.50 Certified Arborist $ 100.00 $ 150.00 Crew leader $ 65.00 $ 97.50 Superintendent $ 85.00 $ 127.50 Supervisor $ 75.00 $ 112.50 Safety /QC Manager $ 55.00 $ 82.50 Push/Tug Boat Captain $ 65.00 $ 97.50 Diver w /Equipment (2- person crew) $ 375.00 $ 375.00 Mechanic w/ truck and tools $ 150.00 $ 150.00 The above lists reflect general response equipment; equipment pricing for hazmat response, telecommunications equipment, and temporary camp facilities available upon request. Reviewed 4/15/14 -BH 4 ATL Disaster Recovery ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 ATL's disaster recovery contracts date back over 22 years. We have since grown into one of the top local disaster recovery and debris removal corporation in South Florida. As exampled by the picture below and reported by news outlets, Florida has been fortunate over the last few years in that no severe storm events until Hurricane Irma which have impacted us. Regardless of the accommodating weather conditions, ATL continues to prepare for the possibility of an event along with administering dedicated contracts we hold with other communities and State organizations. In any prior event that we had �FLOWA TNOWAL STM U RIC NE COMAL been contracted to help with recovery, we responded immediately and began work as AL. e-1 required and without any down time. In the case of Mi Springs, Pinecrest and Co Springs, we were instructed by the representatives of both of DEBBY _ these cities to pre - position crews �- and equipment in their communities before the hurricane actually made landfall and we joined their emergency first responders in preparation for each emergency push. For jaql f Miami Dade County, ATL y Mobilized and started work within 48 hours of award. It is ATL's usual practice to dispatch a Project Manager within twenty -four (24) hours after the thirty -six (36) hour hurricane warning has been issued and to be present at all initial meetings, so to be prepared and fully operational within the first twenty -four hours. Below is a list of a few government agencies we have served over the years. For instance, South Florida Water Management District is a return customer of ours. We have established a good working rapport with them over the years. We have performed significant recovery work for them throughout south Florida, totaling nearly $20 million dollars. To date, the District continuously reaches out to us for a variety of emergency recovery situations. Illustrated below are several disaster deployments ATL has responded wherein we performed 100% of the contracted work as the prime contractor. ATL can manage many deployment activities at the same time, at valued contract savings. It is ATL's commitment to offer our disaster recovery services to the residents of the State of Florida first. The State of Florida has not experienced a hurricane landfall in 8 -years however; we remain committed to our dedication, "Florida First ". Hurricane Irma, 2017 Miami -Dade County, FL Population: 2.71 Million Square Miles: 2,431 • Awarded Miami -Dade County Debris Reduction Contract, Est. 3,500,000 to 4,000,000 cubic yards. ATL Disaster Recovery Miami Shores Village, III, P # 2018 -10 -02 • Estimated total reduction value, $13,100,000. • ATL has multiple Reductions sites where each site has multiple grinding operations. • Reduction Site to date totals: #1 850,000yds, #2 750,000yds, #3 285,000yds, and #4 79,000yds. South Florida Water Management District Population: 7.7 million Area: 16 Counties * 12 Canal and Right of Way Storm Debris Removal Projects Throughout South Florida. * Total value: $2,500,000 City of Pine Tree, FL Population: Area: * Canal and Right of Way Storm Debris Removal Projects. * Total Estimated Value: $350,000. Tropical Storm Fay, 2008 County of Port St. Lucie, FL Population: 169,000 • Awarded $316,278.00 contract in 2008 for removing debris in catch basins, inlets, and vaults throughout the County generated by Tropical Storm Fay. • Awarded the repairs of failed canal slopes along applied special TRM materials for stabilization at a cost of nearly $400,000. • Contract issued to clear out Howard Creek Waterway following Tropical Storm Fay. Work included clearing, vegetation reduction and disposal, slope regarding and sodding at a cost of slightly over $1 million. • Work was done from the existing drainage right -of -way and a small County owned acreage adjacent to the site. Approximately 100,000 cubic yards of vegetation was removed, processed on site, and disposed. Hurricane Wilma, NRCS recovery proiects of 2005 City of Port St. Lucie Population: 169,000 • Awarded $2,578,172.00 contract in 2008 for waterway storm vegetation cleaning and reduction by grinding along the E -8 canal of approximately 2.5 miles of canal with barges, excavators, dozers, special environmental control fabric installation, and sod • Approximately 200,000 cubic yards of vegetation and disposed Hurricane Wilma, 2005 -2006 (Within three -month period) City of Coral Springs, FL Population: 128,852 • Emergency push; joined emergency first responders in the City before the storm hit • Debris removal services from "cradle -to- grave" at a cost of $6,250,000 • Managed over 200 subcontractors and processed 515,000 cubic yards of debris in 30 -days. City of Miami Springs, FL ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 Population: 13,824 • Emergency push; joined emergency first responders in the City before the storm hit ■ Debris removal services from "cradle to grave" and processed over 300,000 cubic yard of debris at a cost of $3,700,000 Northern Palm Beach County Improvement District ■ Debris removal services from "cradle -to- grave ", debris hauling and reduction of approximately 100,000 cubic yards for $759,929 North Springs Improvement District ■ Waterway debris removal: debris removed by barge, reduction via grinding, and hauled to disposal site of approximately 100,000 cubic yards for $250,000 Crossings Drainage District ■ Waterway debris removal: debris removed by barge, reduction via grinding, and hauled to disposal site of approximately 100,000 cubic yards Miami -Dade County, FL, NRCS Reimbursement Population: 2,402, 208 • Awarded $2,500,000.00 contract in 2006 for waterway debris removal and disposal along 15 canals within the County that were damaged by Hurricane Wilma • Processed approximately 200,000 tons of debris South Florida Water Management District three projects below totaled approximately 200,000 cubic yards of vegetation reduction and disposal for $2,700,000. 1) South Florida Water Management District, Homestead/Florida City Waterway ■ Debris removal, reduction (grinding) and disposal of 25 miles of canal bank debris 2) South Florida Water Management District, Broward County Waterway • Debris removal by barges, debris reduction (grinding) and trucking mulch to disposal site from 30 miles of canal banks 3) South Florida Water Management District, Palm Beach County Waterway • Debris removal by barges, debris reduction (grinding) and trucking mulch to disposal site from 40 miles of canal banks Hurricanes Charlie Frances Ivan, eanne 2404 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 South Florida Water Management District • Cleared various canals /waterways within Palm Beach County, Broward County and Miami -Dade County of all storm related debris • Processed and hauled debris to disposal sites Indian River Farms Water Management District • Waterway debris removal, grinding, and hauling to disposal site for $272,000 City of Coral Springs, FL Population: 126,711 Debris removal services from "cradle -to- grave" of nearly 100,000 cubic yards at a cost of $510,565 Indian River - Mosquito Control District- Vero Beach, FL ■ Constructed an 800 foot floating bridge and transported 9,000 cubic yards of fill to rebuild the dike damaged by the hurricane at a cost of $272,000 Village of Golf, FL ■ Street right -of -way cleanup and golf course vegetation removal, grinding and hauling of 75,000 cubic yards of vegetation to disposal site for $109,047 Sanibel Island, FL • Right -of -way debris pickup and hauling to disposal site of approximately 100,000 cubic yards for $289,540 • Performing 100% of all debris reductionlhauling work City of South Miami, FL Population: 10,891 ■ Waterway debris removal, grinding, and hauling to disposal site of approximately 5,000 cubic yards for $107,000 The following are other noteworthy and historical disaster debris service projects wherein ATL performed 100% of all the contracted work: Hurricane George, 1998 Florida Keys • Debris pickup and trucking vegetation llurricanc Fran, 1990 3 _ rr•� 4 I. Miami `bores V illagle, 14,11 # 2018 -10-02 Wilmington, North Carolina ■ Debris pickup and trucking vegetation Hurricane Opal, 1995 Destin to Homestead, FL ■ Debris pickup and trucking vegetation Historic Projects Job Name Contract With Contract Value Debris Removed Work Type Hurricane Irma, 2017 Miami Dade County $10,000,000.00 Debris Reduction 3to 4 million yds Hurricane Irma, 2017 SFWMD $ 2,500,000.00 Canal /debris removal Hurricane Irma, 2017 City of Pinetree $ 350,000.00 Canal /debris removal Tripical Storm Fay -Roads 2008 City of Port St. Lucie $ 310,052.00 Inlets /basins Tripical Storm Fay -E8 Canal 208 City of Port St. Lucie $ 398,188.00 Slope Repairs Tripical Storm Fay -HC 2008 City of Port St. Lucie $ 1,080,793.00 100.000 Hurricane WiIma2008, E -8 Canal Grant City of Port St. Lucie $ 2,186,210.00 200,000 Hurrcane Wilma 2005 City of Coral Springs $ 6,250,000.00 515,000 Hurricane Wilma 2005 North PB County Improvement District $ 3,700,000.00 300,000 Hurricane Wilma 2005 Coral Springs Improvement District $ 759,929.00 100,000 Hurricane Wilma 2005 North Springs Improvement District $ 1,500,000.00 500,000 Hurricane Wilma 2005 Crossin Draina a District $ 250,000.00 100,000 Hurricane Wilma 2005 Miami Dade County $ 2,500,000.00 200,000 Hurricane Wilma 2005 South Florida Water Management District $ 2,700,000.00 200,000 Hurrane Charley, Frances. Ivan and Jeanne 2004 Indian River Farms Farms Water management 5 375,000.00 Waterways Hurrane Charley, Frances, Ivan and Jeanne 2005 City of Coral Springs $ 510,565.00 100,000 Hurrane Charley, Frances, Ivan and Jeanne 2006 Indian River Mosquito Control District $ 272,000.00 9,000 Hurrane Charley.. Frances, Ivan and Jeanne 2007 Village of Golf $ 109,047.00 75,000 Hurrane Charley, Frances, Ivan and Jeanne 2008 Sanibel island $ 289,540.00 100,000 Hurrane Charley, Frances, Ivan and Jeanne 2009 City of South Miami $ 107,000.00 5,000 Company Owned Equipment ATL maintains a full range of top -of- the -line, company owned equipment. The asset list attached following this page should not be overlooked when looking for experience, efficiency, and rapid deployment and mobilization. These assets are available to the District at any time for any need, land or marine. Understanding that the District of Coral Springs Improvement District is approximately 24 square miles and has a population of approximately 129,000, we are confident that ATL can handle the District's recovery operation with efficiency and due diligence and within a reasonable amount of time. ATL strives to deploy its assets based on requirement and capability to perform the maximum production in the shortest amount of time. With our vast and wide subcontractor /supplier list, we can obtain additional equipment at a moment's notice. We have attached our equipment inventory list as required by the ITB, including the ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 equipment that we foresee necessary to the remove debris and recover from a major disaster. Also, please see Tab E "Unique Capabilities" for additional truck equipment support services we have available to assist in your needs. ATL has the ability to design and build specialty equipment and attachments; material handling and conveyor systems, barges, etc. This ability allows us to quickly create equipment and or material handling adaptations to address an unusual situation, thus reducing the wait time to activate a recovery process not normally undertaken. Description Make/Model Model Serial No. Year CHEVY K2500 CHEVY 1995 1GNGK26K9SJ423452 CHEVY K2500 CHEVY 2000 IGCGK24RXYR110235 CHEVY K2500 CHEVY 2000 1GCGK24R4YR133462 FORD F -150 FORD 2006 1FTRX12W06NA45672 FORD F -350 FORD 2001 1FTSW31F61EA26084 FORD F -350 FORD 2001 1FTSW31F81EA26085 FORD F -350 FORD 2005 1FTWW31P95EC38848 FORD F -350 KING RANCH FORD 2005 1FTWW31P65EC04916 FORD F -350 KING RANCH FORD 2005 1FTWW31P45ECO4915 FORD WELDING TRK FORD 1995 1FDLF47F8SEA55942 FORD F -450 FORD 2005 1FDXF46P65EA46561 FORD F -450 FORD 2006 1FDXW47P36EB19451 FORD F -450 FORD 2006 1FDXF47P56EB19452 FORD F -450 FORD 2006 1FDXW47P16EB19450 FORD F -550 SD BUCKET #1 FORD 2001 1FDAF56FI IEC09260 FORD F -550 FORD 2001 1FDAF56F31ECO9261 FORD F -600 CHIP TRK FORD 1992 1FDNK64P8NVA03633 FORD F -700 FORD 1994 1FDPK74C8RVA05996 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 ,GMC SIERRA 3500 GMC 2008 1GTHK33698F115283 VW JETTA 4DR BLUE VOLKSWAGON 2006 3VWFT71K36M851397 VW JETTA 4DR WHITE VOLKSWAGON 2006 3VWST71K76M847710 CHEVY WHITE VAN CHEVY 2002 IGAHG39R021164985 FORD F350 FORD 2001 1FTSW31F61EA31673 GMC TERRAIN GMC 2012 2GKALSEK7C6168428 E350 ECONOLINE VAN FORD 2007 1FB5531LX7DA83067 CADILLAC SEDAN CADILLAC 2010 1G6DV5EP2A0118397 GMC Sierra 2000 P/U GMC 2000 I GCEK14TIYE246810 White Sierra P/U GMC 2014 1GTR1TEH5EZ218457 Ford F450 2014 'Ford 2014 1FDOW4HTXEEA80854 Chevy 1500 CHEVY 2000 IGCEK14TIYE246810 GMC Sierra GMC 2014 1GTV2TEH1EZ273371 GMC White Sierra 2500 GMC TK 25743 2015 IGT12ZE80FF138967 White F450 P/U FORD 2015 1FDOW4HT6FEA60263 GMC Sierra 1500 GMC 2014 1GTV2TEH8EZ365495 GMC White Sierra GMC 2014 3GTP1TEH6EG223870 GMC White Sierra 1500 GMC 2014 3GTPITEHXEG218428 CHIPPER 250 BANDIT INDUSTRIES 2005 020614 CHIPPER 250 BANDIT INDUSTRIES 2005 020616 CHIPPER MORBARK 1992 64ZI3607 CPS 185 COMPRESSOR CHICAGO PNEUMATIC 2011 WUX630010 P185DWJD COMPRESSOR INGERSOLL- RAND 1994 246225UEE327 Crawler Tractor D -61 KOMATSU AMERICA 2005 1070 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 Crawler Tractor D39PX -22 KOMATSU 2011 KMTOD108L01003710 Hydraulic Excavtor 322C CAT CATERPILLAR 2004 HEK00406 Hydraulic Excavtor 322C CAT CATERPILLAR '2004 BDK00164 322 CAT RUBBER TIRE #1 CATERPILLAR 2004 BDK02096 322 CAT RUBBER TIRE #2 CATERPILLAR 2004 BDK0964 KOBELCO SK210 KOBELCO CONSTRUCTION 2008 YQ08U2270 BOBCAT E35 4 -001 GE 2011 A93KI3507 Hydraulic Excavator XL2300 GRADALL 2000 239418 Hydraulic Excavator SK330 LC KOBELCO CONSTRUCTION 2005 'TC07U1122 Hydraulic Excavator SKI 35 KOBELCO AMERICA 2005 YH04 -03503 Trash Pump - 3" NTE Manufacturing 2013 109173 Multi Quip - 3" NTE Manuf /305 2012 305 -0130 JET PUMP THOMPSON 2014 .4JA -265 PUMP MOBILE COMMAND BUS BLUE BIRD 1978 11212 OBSERVATION TOWER #1 HOMEMADE N/A OBSERVATION TOWER #2 HOMEMADE N/A OBSERVATION TOWER #3 HOMEMADE N/A OFFICE TRAILER IOT ALLIED TRAILERS 1999 26390 TAURUS 1800 SCREENER TEREX COMPANY 2005 9501548 YELLOW SCREEN -IT CEC 2003 03436 -189 SAND BLAST MACHINE MARCO 2013 1055203 CONVEYOR B 42" x 95' KAFKA 2013 SPRAYER PUMP JOHN BEAN 1989 N/A BOOM MOWER JOHN DEERE 2013 UMDS00556 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 HOPPER/FEEDER A 8'x 14' KAFKA 2013 EL814FL712515FD HOPPER/FEEDER B 8'4" x 14' KAFKA 2012 EL814FL413515FD KAFKA CONVEYOR A 40' KAFKA 2012 SCREENER FRONTIER Keestrack 2014 101514250 Serial # COMPACTOR Volvo SD75 :2014 240102 FUEL TANK - 250 GAL N/A N/A Water Truck American General 1985 C531 -02694 WATER TRK - F -60C FORD MOTOR COMPANY 1994 1FDNF60H4BVA02476 FUEL TRK - 4000 gal INTERNATIONAL 1990 1HTSDZ7N2LH292598 Fuel Truck Mack GU713 2015 1M2AX07C5FM023870 100 YD WKFLR BTM TRL #1 'TRAIL KING INDUSTRIED 2000 ITKHA4522YB021877 100 YD WKFLR BTM TRL #2 'TRAIL KING INDUSTRIES '2000 1TKHA4523YB032046 100 YD WKFLR BTM TRL #3 'TRAIL KING INDUSTRIED 1998 ITKHA4523XG090711 50 YD STEEL DUMP 32FT BORCO 1999 1B9DS3326XP313007 50 YD STEEL DUMP 32FT BORCO 1998 1B9DS3328WP313007 80 YD ALUM DUMP BENSON 2001 5MADS3631 IC004646 80 YD ALUM DUMP BENSON 2002 5DMDSAHCO29000196 80 YD ALUM DUMP RHODES TRAILER 2000 IA9AD36374P432037 ALLAMER BOAT TLR ALL AMERICAN :2007 1 A9BB45357F71447 BOAT 16' TLR BEAR '2006 41YEB181761025605 BIKE TLR FOR FUEL TNK HOMEMADE 1972 NOVIN000084106605 DOLLY HEAVY DUTY HOMEMADE 2007 N/A DOLLY LIGHT DUTY HOMEMADE 2008 N/A ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 DOLLY MEDIUM DUTY HOMEMADE 2010 N/A FLATBED TRAILER #1 UTILITY 1984 iUYFS2480EA137202 FLATBED TRAILER #2 FRUEHAUF 1973 MEP325402 HMDE AIRBOAT/FLOAT 13' HOMEMADE 1986 NOVIN0229904213 HMDE TRAILER HOMEMADE '2004 NOVIN0200370090 HMDE TRAILER HOMEMADE 2003 NOVIN0200356440 LOWBOY 35TON YELLOW GLOBE TRAILERS 1995 44RL04324SF000225 LOWBOY 55TON FONTAINE 1999 4LF455230X3508418 LOWBOY 55TON FONTAINE 2005 4LFR5130853527370 LOWBOY 55TON - FONTAINE 2007 13NE5230073530102 RF581 5X8 ENCLD WELLS CARGO 2005 IW4200C1353053481 RIO TRAILER HOMEMADE 1988 09003888W8 ROBCOL ENCLD 8' UTILITY ROBCOL 1998 1R9BC1617WS341202 TCM 20' TRAILER HUDS 1999 IOHHTD1D9X1000463 TCM 29' TRAILER WILR 1990 1 W9F292T2L1012067 WORK & PLAY 18' FOREST RIVER 2006 4X4TWPT2X6K007983 WORK & PLAY 29' FOREST RIVER 2006 4X4TWPD286K007351 WABA FLATBED TRAILER WABA 2006 ITTF4520361079907 HOMEMADE TRAILER HOMEMADE 2012 NOVIN0200973018 PACE TRAILER 2995 PACE JV5IOSA 2015 53BPTEA13FU012995 Subcontracting Protocol Located throughout Florida, Georgia and the Carolinas, ATL has a good working rapport and positive relationships with many subcontractors for varying services should the need arise. Our communication with these subcontractors is open and on- going. The variables of need do not pose any issues with their efforts to work year round. They are ready to mobilize upon need. ATL begins with company resources and adds subcontractor resources as needed to effectively maintain and manage the disaster at hand. Local subcontractors will be used when available in compliance with 44 Code of Federal Regulations (CFR) 206.10. It is our policy to make a good ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 effort to use qualified local subcontractors and small businesses. Upon this proposal being awarded, ATL will only work with qualified contractors that meet Villagestandards. Before any subcontractor is contracted to assist in the disaster, a detailed description of all work to be performed plus a description of the company's background and staff members will be provided to Miami Shores Village. All subcontractors and consultants will be required to abide by all of the terms and conditions set forth within the bid specifications, including but not limited bonding /performance requirements as found in 44 Code of Federal Regulations (CFR) 13.36 (h) (1) & (2). A complete and updated file will be maintained at our administrative office for each subcontractor or consultant. The Director of Operations (DO) and Logistic Manager (LM) along with the Contract Management Team (CMT) have the responsibilities of requesting qualified subcontractors to mobilize equipment and personnel. Once this is complete, the Project Manager (PM) and his staff will organize the debris clearance zones and day -to -day operations. Our approach has been to assign ATL personnel and equipment among subcontractors to lessen the possibility of non - compliance with recovery directives. Any corrective measure required of both ATL and subcontractor personnel is handled by our CMT, PM, EMT, and QCSM. Refer to Specific Information tab — under Quality Control Task Assignments for functional description of these personnel duties). In general, subcontractors become an integral part of ATL throughout the recovery process. They become part of the ATL fabric, receiving prompt and respectful acknowledgement to operational needs. In short, we would use our subcontractors in a systematic approach utilizing the basic and major tenants of deployment, such as: • In preparation to a land - falling event we will have contacted prime and strategic subcontractors to prepare for work authorizations; • Finalize contracts and insurance requirements; • Instructions provided on access points and intended ATL equipment staging sites will be shared; • Once deployed they will be provided a point of destination, rally area, to commence the registration/certification process; • Subcontractors teams will be established and zones of responsibility are issued; • Subcontractor zones are monitored closely and thoroughly completed prior to dispatching to a new location /zone; • Subcontractor responsibilities end when all debris has been picked up /processed/and disposed, including but not limited, public /private damage repairs, releases, and final closeout. A subcontractor list of potential hires is attached in the next section. ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 ATL - Partial/Potential Subcontractor List Company Address City State Zip Federal ID Contact Phone ACME Barricades 9800 Normandy Blvd. Jacksonville FL 32221 593541899 Dayne /Kathy Evansen 305 -592 -4326 A -DU -ALL Sewer & Drain 509 South H St. Lake Worth FL 33460 651123451 Keith Jeffrey 561 - 753 -3446 Advanced Landscape Solutions 13961 Okeechobee Blvd. Loxahatchee FL 33470 592684466 Douglas MacArthur Jr. 561- 503 -7855 Adventure Environmental, Inc. 12935 SW 87th Ave. Miami FL 33174 650768539 Christopher L. Colarusso 305 - 235 -8333 Adwood, Inc. 4670 NW 69th Ave. Miami FL 33166 650624013 Aileen Araquez 561- 294.8345 All American Barricades 3355 NW 154 Terrace Miami Gardens FL 33054 650827246 Tom Farnan 305- 685 -6124 Allen & Allen Tractor Service 314 Pinehurst St. Lakeland FL 33805 200391827 Wilbur Allen 863 -688 -4074 Allied Portables PO Box 2506 Ft. Myers FL 33902 264556128 Robin Youmans 239 - 334 -7689 Allied Trucking 2701 Vista Parkway Unit A West Palm Bch. FL 33411 65087613 Felix Perez 561 - 642 -7750 Allstate Seeding & Erosion Control 11596 Waterbend Ct. Wellington FL 33414 203177982 John Rizzo 561 - 792 -2071 Atlantic Icon 2200 N. Federal Hwy. Hollywood FL 33020 202952373 Nataliya Golyk 954- 260 -9445 Avirom + Assoc, Inc. 50 SW 2nd Ave, Ste 102 Boca Raton FL 33432 392101822 Mike Avirom 561- 392 -2594 Best -Tec Asbestos Abatement, Inc. 630 Industrial Avenue Boynton Beach FL 33426 650077168 Gregory Kleinrichert 561 - 844 -6684 Brigcon Construction Services 3320 Kapot Terr. Miramar FL 33025 141930208 Carol Williams 954- 444 -8970 C &W Trucking 703 Hennis Rd. Winter Garden FL 34787 592826935 Charles Creeden 407- 877 -2600 Capital Construction Services 90 SW South Court Pompano Bch. FL 33061 650841986 Brett Johnson 954- 782 -9222 CDS Sitework & Trucking 12601 SR. 545 Winter Garden FL 34787 592255449 Carlos Cantero, 407 - 239 -4565 CJ Disaster Repair 655 Fulton St., #7 Deltona FL 32771 203173341 Joy Grew 386- 574 -5735 Consolidated Resource Recovery 3025 Witfield Ave. Sarasota FL 34243 943154672 Douglas Halward 941 - 756 -0977 Coastal Land Development 5670 SE Grouper Ave. Stuart FL 34997 200175132 Osiris Ramos 772 - 463 -8333 Ramos Cell 772- 260 -2687 Coyote Trucking 2903 NW 115th Terr. Coral Springs FL 33065 550874899 Petrinea Mattis 954- 446 -3111 Complete Property Services, Inc. 140 South Pine Avenue Oldsmar FL 34677 593376883 Reyes Figueroa 727 - 793 -9777 Reves Cell 352- 263 -6426 CSI Natural 3096 Eels Grove Road Edgewater FL 32141 460536352 David Cloer 386 -478 -4599 CST Environmental 11208 Boggy Creek Rd. Orlando FL 32824 261400552 John Jenkins 407- 855 -2365 Craco Contracting, Inc. 6123 NW 18th Court Margate FL 33063 650091566 Andy Pemigo 954- 977 -9076 D &H Builders 1717 SW 1st Way, #6 Deerfield Bch. FL 33441 223894174 Michael Delaney 954 - 214 -2917 Dennis Bobcat Services 800 NW 72 Terr. Plantation FL 33317 200479289 Peter Lopez 954- 583 -6786 Dragon Trench Burning 927 Grand Reserve Drive Davenport FL 33837 592756240 Eric Hall 407 - 716 -9346 E Sciences 34 E. Pine St. Orlando FL 32801 593667002 James Bassett 407 -481 -9006 E &B Elite Services 5821 Starcher Ave. Fort Pierce FL 34947 202148648 Beverly Gaines 772- 577 -0826 East Coast Contractors 2280 NW 33rd Cf. Pompano Bch. FL 33069 650136943 Edward Rega 954 - 935 -9536 Eliasen Environmental 3435 Craftsman Blvd. Lakeland FL 33803 201522558 Michelle Eliasen 863 - 510 -0110 EnviroWaste Services Group 2911 NW 39th St, Miami FL 33142 650829090 Rafael Barb 877- 637 -9665 Adrian Cruz 786 - 232 -1038 Everglades General Contracting Svcs. 12717 W Sunrise Blvd. Sunrise FL 33323 650343417 Stephen Hoffman 954- 749 -2430 Florida Ultimate Heavy Hauling & Michael Cammarata 1750 N Powerline Road Pompano Beach FL 33069 455162657 954- 972 -7878 Rigging Arnie Cammarata, VP GFA 1215 Wallace Drive Delray Beach FL 33444 650874962 Tom Ortner 561- 347 -0070 Goodwin Contractors 993 E Oakland Park Blvd. Oakland Park FL 33334 650359595 Ashley Goodwin 954 - 566 -7623 Hercules Demolition 2305 NW 6th St. Ft. Lauderdale FL 33311 650940198 Ulysses Moore 954 - 327 -3335 J &A Trucking 2301 Shoma Ln. Royal Palm Bch. FL 33414 651158192 Angelica Ticlavilca 561 - 441 -9771 JCL Maintenance Services 2216 SW 58 Ave. West Park FL 33023 650372177 Walter Wright 954 - 985 -5783 JP'S Lawn Service 5431 NW 176 ST Miami FL 33055 650555894 Joseph Pander 954 - 961 -5772 Keith Boutwell Construction 8435 Tocoi Path Lakeland FL 33810 200687952 Keith Boutwell 863- 698 -6144 Kennedy Landscapes 10755 SW 17 Place Davie FL 33324 651154265 Joshua Kennedy 954 - 370 -8896 Lambert Bros. 823 NW 571h St. Ft. Lauderdale FL 33309 651005943 Gregg Lambert 954- 491 -9380 Logistic Solution Services (LSS) 13615 So. Dixie Highway #483 Miami FL 33176 275083095 Sean Herschman 305 - 665 -3575 MWI Corporation 33 NW 2nd St. Deerfield Beach FL 33441 590613752 Gary Evans 954- 635 -7291 Native Tree Service 15733 SW 117 Ave. Miami FL 33177 Dayne /Kathy Evansen 305 - 238 -1178 OC Unlimited Inc. 2329 Ave E. Riviera Beach FL 33404 592029679 Osmand Clarke 561 - 842 -1335 Odums 13961 Okeechobee Blvd. Loxahatchee FL 33470 592684466 PhearcherOdums 561 - 333 -7416 One Call Property Services, Inc. 2602 SE Willoughby Blvd. Stuart FL 34994 203566260 Tammy Ambrosius 772- 226 -8400 One Two Tree, Inc. 7256 SW 42nd Terrance Miami FL 33155 592844328 Marc Terwillinger 305 - 235 -8333 P.J.'s Land Clearing & Excavating 9396 Pinion Dr, Lake Worth FL 33467 650896310 Patrick Wilson 561 - 7409938 PLM Trailer Leasing 100 Paragon Dr. Montvale NJ 7645 Don Roell or Earl Sims 201- 334 -5146 R Cline 1010 Jordan Rd. Lakeland FL 33811 591678566 Barbara Sanders 863 - 646.4098 R.J. Trucking & Bulldozing 231 SW 8th St, Deerfield Bch. FL 33441 743117991 Raymond Strowbridge 954 - 214 -6182 Retranca Equipment & Trucking 1280 SW 26 Ave., #4 Ft. Lauderdale FL 33312 650143941 Angel Trujillo 954 -581 -6613 Rick Hamann & Son Demolition 4023 W Lake Estates Dr. Davie FL 33328 650232189 Richard Hamann 954- 370 -7784 RO GO Trucking 2400 Sunderland Ave. Wellington FL 33414 650536183 Rolando Gonzalez 561 - 791 -2717 Rocklan Earth Services 3389 Sheridan Street #265 Hollywood FL 33021 650378451 Robert Stull 954- 514 -0015 Rockline Vac Systems 2580 SW 32nd St. Ft. Lauderdale FL 33312 650257704 Thomas Dean 954. 792 -8287 Skyy's Construction 5911 SW 195th Terr. SW Ranches FL 33332 50615938 Angie Salkey - Leslie 954 - 260 -6126 Sidar Trucking, Inc. 13332 71st Place N. West Palm Bch. FL 33412 271217080 Chris Sirdar 561- 723 -6820 Southern Transport & Equipment 18465 49th St. North Loxahatchee FL 33470 650526938 Hiram Mendiondo 954 -894 -5114 Tags Construction 1125 NW 27Th Ave Ft. Lauderdale FL 33311 652251172 Alexander Robinson 954 - 652 -8150 TCR Green Waste Recovery 5702 S. Cassels Rd. Plant City FL 33567 300243024 Thomas Hull 813 - 967 -4028 The Jones Comoanv of South Florida 3774 NW 16th St. Lauderhill FL 33311 650725119 Anaela Jones 954 -583 -7300 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 RESPONDER'S EXPECTATION FOR ADMINISTRATIVE ASSISTANCE ATL's management team will meet with District officials to overview the pre -event planning process. Contact information for all ATL field project managers and supervisors will be made available along with identifying key emergency personnel. It is essential that we review the District's emergency management plan — including timelines, established procedures for debris removal, reduction, and disposal — and discuss all findings in a detailed, round -table overview. At this time we would consider establishment of operation zones in relation to your Debris Management Sites (DMS), emergency routes and facilities, and critical local and regional routes. We would also discuss additional potential DMS locations and evaluate the preparation requirements and prepared mobilization procedures to each location. ATL staff members will work with District officials to research short and long -term recovery options and for possible consideration of federal funding. If requested, we would work with District officials to organize debris management training and development sessions, and tabletop exercises. We have routinely provided training options based on the debris services relating to our contract obligations. We also have also participated in joint training venues where ATL and monitoring firms prepare a more holistic training program utilizing Table Top means and methods. Below are some examples training that may be of interest: • Zone operations and management • TDSRS operations • FEMA and public assistance • FEMA Courses (ICS, Debris Management, etc.) • Disaster recovery team (local, state and federal partners, monitoring and debris contractors). • District's and Contractor roles and responsibilities • Area disaster threats • Proactive practices and District's preparedness • Local mitigation programs • Long term recovery process • Grant programs • COOP /COG Planning ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 In closing, we recently hosted a 2 -day training session at one of our year -round operating TDSRS for the South Florida Water Management District, in August of 2014. We jointly presented the training with Tetra Tech. ATL/Tetra TechlSouth Florida Water Management District We provide classroom training with our contract as a Disaster Recovery Prime Contractor. ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 STAFF EMERGENCY RESPONSE CERTIFICATION Miami Shores Village, RFP # 2018 -10 -02 ICS -100 NIMS Training • Francesca Gianoli • William Hodges • Zach Hodges • Roberto Lopez • Larry Nadeau ■ Tony Ornelas ■ John Rollins ■ Anne Walker • Clint Hodges • William Hodges • Zach Hodges • Roberto Lopez • Larry Nadeau • Tony Ornelas • John Rollins Emergency Management Institute FEMA This Certificate of Achievement is to acknowledge that CRENCENCIO ORNELAS has reaffirmed a dedication to sear in limes of crisis through continued prolessional detelopmenl and completion of the independent study course: IS- 00100.. Introduction to the locldent Command System, Ih D,] blued fhb 51h Da) /Augur 7009 I'RII 031-1 CEV n Surc,i [CS -200 NIMS Training Emergency Management Institute t 4;: 4, l ! FEMA I his Certificate of Achievement is to acknowledge that JONN ROLLINS has reaffirmed a dedication to serve in limes of crisis Through continued professional do clopmenl and completion of the independent study course IS- 00200.. ICS for Single Resources and Initial Action Incidents, ICS -200 1 , hr�rrJ lhl. 1.1 lhn, /lum%, 200 l ! ATL Disaster Recovery Nlia mi Shores 'Villa ge, )<'1,11' # 2018-10-02 • William Hodges • Zach Hodges • Larry Nadeau • Zach Hodges • William Hodges • Larry Nadeau ICS -G300 NIMS Training ��;; ,. .. :. •. .... ,. • , ,, . ,, .., t ley c�triergenc 1 41 Certificate of Zcbiebement Zachariah Hodges HAS SUCCESSFULLY COMPLETED Intermediate Incident Command System for Expanding Incidents (G -900) may ta, xoo1 ss��•�.e���,�,rl� - -' r •5 KPH CIw Le G�sl L-lo�11 iS _ pvn an of En L1iurpwwy AlonaBerrcni Slate of Wa iv vN !! ICS -G400 NIMS Training r 22nd Annual Governor's hurricane Conference Ibrl laudmialr, I Inrldrl Ala, 12-14,2008 IS1�'_IC \1W AI )VAN'CInI \LII)P- %i(X)AIAIAI:I) SYS I NICONIAIAVIIA\I-1 M RAI tit AI -i4WI II<n(al IIII IRA RI) ri'/ilorw/r• rl •I 1/ /4 frrrrL LdRR I' NdDEAU MO �a ►ry+ i �Fi. s•�p IrrCrea ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 • Francesca Gianoli • Clint Hodges • William Hodges • Zach Hodges • Roberto ICS -700 NIMS Training Emergency Management Institute v FEMA This Certificate of Achievement is to acknowledge 11im ROBERTO 119 LOPEZ SR has rcalT,nned a dedicmtion to serve in limes of crisis through continued professional development and complelion of the independent study course: IS•00700.a National Incident Management System (NINIS) An Introduction I��u,J 1111 51h Ih1, n /AuFini 21113 Supvin .•rd.n1 Lopez ■ Larry ICS -800 NIMS Training Nadeau • Tony Ornelas • John Rollins • Anne Walker • William Hodges • Zach Hodges Emergency Management Institute FEMA I Ilk ( cllilicale ol',Achieven,ent is to acknowledge that WILLIAM D HODGES has lcollumcd a dcdicatioh to serve in timesol crisis through continued piofessioual de�clopincnt uhd completion of the independent study course: IS- 001100.1, Nutionul Response Framework, An Introduction I' -,,hh. 01h l)q1 n/AW,,,1 2009 _ Vlk -F1 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 Hazwo er 40 OSHA Compliance Trainin • Zach Hodges • Tony Ornelas • John Rollins OSHAcampus ..11-'" powered by 36etralning.com CERTIFICATE OF COURSE COMPLETION John E Rollins Hazwoper 40 Hour Course •y r.. I" 06MMooe000sT St—', N— eeuree Tnk Caane a ftWn Me -40 1605963 uden ...I1. err N..iYr, Ap[— dNaF11— A C a�m+oa weNw'Yw vesee+ E T ..�...,_.. ... BA.%rdy Cal Pw.M d...u..:., (fJ�.L.mpnpeMea ne Mvwnr arrNrM.w4N.W leepbnev. . ot�r .19W�015ahruau.waiw.sNnW�gmum `s�cbeendeem.l tnurYm� �„ N.Ir, F.1. 100 r :W MO ncr Slx »1�1M1 .m..: •Wnr.leMrnN mm OSHA 30 Hour Compliance Training 0 Chris Medford (gerfifirah, of (gompIrtion 360training tills &rtifirs EIlat Christopher E Medford is ahiarlrb tills rertifiratr for OSHA 30 Maur Ca 1 b Indwky OW—h Tr nhg Credlt Moon: 30 Co plellon Deb: 0- 130r"ceT Mane A"V, Trams C 0026M end O 0039871 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 Debris Management Planning for State & Tribal • Roberto Lopez • Clint Hodges • Zach Hodges Emergency Management Institute ,P FEMA This is to certify that Roberto Max Lopez successfully completed Debris Management Planning for Stale, Tribal and I.ocai Officials Orlando, Florida April 14 - 15, 2014 crmcaxw UErMlaM Building Partnerships with Tribal Governments ■ Clinton Hodges Emergency Management Institute 'i' FEMA This Certificate of Achievement is to acknowledge that LARRY J NADEAU has realfinned a dedication to serve in times of crisis through continued professional development and completion of the independent study course: IS- 00650.a Building Partnerships with Tribal Governments t/ ETI ,. , Miami Shores Village, RFP # 2018 -10 -02 Basic Skills in Effective Communication G242 Larry Nadeau N I MS Effective Communication IS -00242 Clint Hodges NIMS Public Information Systems IS-00702 Clint Hodges ATL Disaster Recovery ��t�$e��'iv�Trtrrrrffe�irr'Pr`, , CERTIFICATE OF ACHIEVEMENT I THIS IS TO ACKNOWLEDGE THAT LAIIPI A 3A11FA1 NAS SUCCESSFULLY COMPLETED ,l�� �p ♦N1Sto ..I Is IN EMC. 1- I a egall �IrtUbvgu.: al. Emergency Management Institute FEMA t I I:; Flle �IIUPI,F� I, : id, Emergency Management. lns6tute �� FEMA � I I \ulN VIrIUl,l1 i Miami Shores Village, RFP 2018 -10-02 Other Certificates /Licenses by ATL Staff Emergency Management • American Red Cross Damage Assessment I • Basic HAZUS Training • HAZUS Flood Information Tool Training • Basic Incident Command System IS -195 • Basic Skills Decision Making Problem Solving • Computer Aided Management of Emergency Operations • Debris Management Course G202 • Economic Development Administration S246 (Pilot) • Hurricane Planning G -360 • Integrated Emergency Management —All Hazards • Introduction to Mitigation IS -393 • Orientation to FEMA Logistics IS — 00027 • Federal Highway Administration Emergency TS -13 • Hazardous Materials Prevention • NIMS IS -704 Multiagency Coordination System • Integrated Emergency Management • Introduction to Hurricane Preparedness NOAA • Emergency Operations Center Management and Operations G275 • First Responder Awareness • Fundamentals of Radiological Response G320 • COOP: Elements of Viability G -781 • Benefit Cost Analysis Entry Level G278 • Intro to Benefit Cost Analysis Course • Mitigation Planning Workshop for Local Government G318 • Advanced Incident Command System Command and General Staff G400 • Dept. of Transportation Emergency Response and Recovery FEMA /DOJ /DHS • Hazard Awareness & Remediation - Weapons of Mass Destruction (M.E.T.A.) • Emergency Response to Criminal Terrorist G357 • Preparing & Responding: Terrorism /Weapons of Mass Destruction (Texas A &M, ODP /DOJ) • Preparing for Responding to Terrorism /WMD Incidents (NEERTC, ODP /DOJ) • Emergency Response to Terrorism Basic Concepts (FEMA, DOJ) Frlurntinnni • Recovery from Disaster Train - the - Trainer OSHA Hazwoper 40 Hours • Construction Safety 30 Hours Arboriculture • Licensed Arborist • Licensed Pesticide Applicator Environmental • Dept. of Environmental Inspector #7302 • US Environmental Agency Health and Safety Plan 165.12 • USEPA Health & Safety Plan ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 DOCUMENTATION & FEMA /FHWA REIMBURSEMENTS Through our years of debris management, we are well versed in FEMA reimbursement policies and procedures, and we understand the importance of proper documentation. ATL clients have never had eligible reimbursements withheld because of non - compliance with FEMA regulations. ATL has historically used pre - printed load tickets (see sample at left). These 5 -part tickets are inputted on a daily basis into software customized for generating reports needed for FEMA/FHWA reimbursement. ATL strives for accuracy at the input- stage: our staff cross -check load tickets with database reports and Daily Load sheets on an ongoing basis. Reports are printed out as well as backed up on our server. Hard copies of the load tickets are filed meticulously as additional backup material. Our load tickets do meeting FEMA requirements, such as: Loading Date, Dumping Date, Preprinted Ticket Number, Hauler's Name, Truck Number, Loading Location, Debris Quantity, Debris Classification, Stump Classification, Reduction/Disposal Dumping Location, Client Representative, State Inspector (if applicable), and Federal Inspector (if applicable). ATL employees are equipped with battery- operated GPS devices that clearly pinpoint the start and end locations. DATA TRACKING AND MANAGEMENT Data tracking and management is the expertise of our accounting department. With the ingenuity of our audit/internal control and computer science professionals, ATL is capable of effectively and efficiently processing high volumes of data. All data documentation is secured in paper and electronic formats. These database programs LOAD TICKET TICKET Nt- IBER: CONTRACT NUMBER CONTRACTOR DATE: DEBRIS QUANTITY To tick No: I Capncih- (CY): Lond Size (CY): Tom: Tt uck Driver: Location (adds ,): DEBRIS CLASSIFICATION Burnable Non- Burnable �BxeA LOCATION (address) SecfloWArea: Dmnpsite Time Inspec- Loading o..g.oel: (City) Yello Conteecio� Gold (Cirvl Dumping Eligibility (Y /N7: have been engineered to comply with Agency standards and requirements. The programs facilitate expediting and ensuring the accuracy of sub - contractor payments, project reconciliation reports and logs, cost estimates, as well as FEMA and other agency reimbursement reporting. The need to have real -time data reporting accessible remotely is very important. Our computer and networking experts have developed and designed web -based systems to make this data available anytime and anywhere internet access is available. This tool creates documents such as, but not limited to, vehicle certification, load tickets with debris description and measurements, hauling summaries, and invoices available instantly through secured internet servers. These programs are flexible and can be structured to meet the needs of the District's. They are designed to be compatible with almost all operating systems and standard office software. ATL'S INVOICING ATL invoices electronically with scanned copies of all load tickets (if necessary hard copies are made available). These would be submitted daily, weekly or at minimum monthly. Example below. ATL Disaster Recovery Aliami Shores Village, RFP # 2018 -10 -02 Report Pier Billing [ay Wurki rdor 1470 Date 8/21/2008 Billing Item Qty (late Start End Start End NI Day Hm rs Amount 1001 -01 Transport 12' Wide Barge 1 $150.00 700 12.00 1250 18.00 ❑ 10.50 $1,575.00 1001 -02 Escort Supervisor & Pickup 2 $60.00 7.00 1200 12.50 18.00 ❑ 21.00 $1,260.00 1001 -03 Transport 12' Wide Barge 1 $150.00 7.00 12.00 12.50 18,00 ❑ 10.50 $1,575.00 1002 -04 Excavator 325 2 $140.00 12.00 1700 0.00 0.00 ❑ 10.00 $1,400.00 1003 -07 Loader 980 1 $160.00 1200 17.00 0.00 0,00 ❑ 5.00 $800.00 1003 -13 Laborer & Tools 3 $40.00 7.00 12.00 12.50 18.00 ❑ 31.50 $1,260.00 1003 -14 Clerical 1 $35.00 18,00 19,00 0.00 0 -00 ❑ 1.00 $35.00 1003 -15 Equipment Transport 2 $150.00 7.00 12.00 12.50 18.00 ❑ 2100 $3,150.00 Summary for'Date' = 8/21/2008 (8 detail records) Data 8/22/2008 0811110 Item Qty Rate Start End Start End NI Day HOWS $11,055.00 Amount 1001 -01 Transport 12' Wide Barge 1 $150.00 7.00 12.00 1250 18.00 ❑ 1050 $1,575.00 1001 -02 Escort Supervisor & Pickup 2 $60.00 7.00 12,00 12.50 18.00 ❑ 21 00 $1,260.00 1001 -03 Transport 12' Wide Barge 1 $150.00 7.00 12.00 12.50 18.00 ❑ 1050 $1,575.00 1002 -04 Excavator 325 1 $140.00 7.00 12.00 0.00 0.00 ❑ 5.00 $700.00 1002 -07 Loader 980 1 $160.00 7.00 1200 , 0.00 0.00 ❑ 500 $800.00 1003 -13 Laborer & Tools 3 $40.00 7.00 1200 12.50 18.00 ❑ 31.50 $1,260.00 1003 -14 Clerical 1 $35.00 18.00 1900 . 000 0.00 ❑ 1.00 $35.00 1003 -15 Equipment Transport 2 $150.00 7.00 1200 1250 18.00 ❑ 21.00 $3,150.00 Summary for'Date' = 8/2212008 (8 detail records) Date 8/23/2008 011119 Item Qty late Start End Start End All Day HWS $10,355.00 Amount 1002 -01 Shallow Draft Barge Set 1 $5,000.00 ® $5,000.00 1002 -02 Shallow Draft Barge Set 1 $5,000.00 $5,000.00 1002 -04 Excavator 325 2 $140.00 700 12.00 12.50 17.50 ❑ 20.00 $2,800.00 1002 -07 Loader 980 1 $160.00 700 1200 . 1250 17.50 ❑ 10.00 $1,600.00 1002 -09 Supervisor & Pickup 2 $60.00 700 12.00 12.50 17.50 ❑ 20.00 $1,200.00 1002 -13 Operator & Chainsaw 5 $50.00 700 12.00 12.50 17.50 ❑ 5000 $2,500.00 1003 -09 Utility Boat 14 Ft 1 $400.00 © $400.00 1003 -15 Equipment Transport 2 $150.00 700 1200 1250 1850 ❑ 2200 $3,300.00 Summary for'Date' = 8123/2008 (8 detail records) $21,800.00 Monday, April 27, 2009 Page 1 of 13 ATI. Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 1003 -13 Laborer & Tools 5 $40.00 7.00 12.00 12.50 18.50 ❑ 5500 $2,200.00 1003 -14 Clerical 1 $35.00 18.50 19.50 0.00 0.00 ❑ 1 00 $35.00 Summary for'Date' = 9116/2008 (14 detail records) Data 81171200B Billing Item Qty Bate Start End Start End All Day Hours $38,775.00 Amount 1002 -04 Excavator 325 4 $140.00 7.00 12.00 12.50 18.50 ❑ 4400 $6,160.00 1002 -05 Tub Grinder 1 $525.00 7.00 12,00 12.50 18.50 ❑ 11 00 $5,775.00 1002 -11 Trailer + Tractor 3 $130.00 7.00 12.00 12.50 18.50 ❑ 33.00 $4,290.00 1002 -13 Operator & Chainsaw 5 $50.00 700 12.00 1250 18.50 ❑ 55.00 $2,750.00 1003 -01 Shallow Draft Barge Set 1 $5,000.00 © $5,000.00 1003 -02 Shallow Draft Barge Set 1 $5,000.00 ® $5,000.00 1003 -04 D -6 Dozer 1 $150.00 7.00 1200 12.50 18.50 ❑ 11.00 $1,650.00 1003 -06 Loader 966 1 $140.00 7.00 12.00 1250 18.50 ❑ 11 00 $1,540.00 1003 -07 Loader 980 1 $160.00 700 12.00 12.50 18.50 ❑ 11 00 $1,760.00 1003 -09 Utility Boat 14 Ft 1 $400.00 91 $400.00 1003 -10 Pickup Truck 1 Ton 3 $235.00 lit $235.00 1003 -11 Supervisor & Pickup 3 $60.00 7.00 12.00 12.50 18.50 ❑ 33.00 $1,980.00 1003 -13 Laborer & Tools 5 $40.00 700 12.00 12.50 18.50 ❑ 55.00 $2,200.00 1003 -14 Clerical 1 $35.00 1850 19.50 0.00 0.00 ❑ 1 00 $35.00 Summary for'Date' = 911712008 (14 detail records) $38,775.00 Summary for'Workorder' = 1470 (378 detail records) $984,305.00 IMonday, April 27, 2009 Page 13 of 13 ATL Disaster Recovery Miami Shores Village, RFP # 2018 -10 -02 FEMA/FHWA/NRCS FUNDING APPLICATIONS ATL offers over decades of disaster recovery experience. We have staff available to providing training on FEMA funding procedures. We strive to keep up -to -date on ever - changing FEMA regulations, and we offer rigorous record - keeping procedures throughout the duration of our contract. We work closely with the County's staff and /or monitoring company to ensure that all eligible work has been documented and the Villagereceives all due reimbursements. FEMA REIMBURSEMENTS Our historical project completion list would be testament to our abilities and understanding of FEMA funding and the reimbursement process. Highlighting certain aspects of the FEMA reimbursement process, it is first necessary to work with the Village on completing the require Project Worksheet. This will be utilized to request funding for related recovery projects, such as debris collection /disposal. The State Public Assistance Officer will be working with the Village to insure the community has prepared the required documents in assisting the State to leverage disaster assistance. Multiple project worksheets will be required throughout the recovery process. Working in partnership with the State, FEMA, and FHWA will ultimately cause the Village to recoup a greater reimbursement. Payment of project worksheets can be incremental or at the completion of the project. We have always encouraged proportional reimbursement in maintaining a community's cash flow during the recovery process. Also, in the Technical Plan under Project Approach, we discuss in detail the varying concerns that must be complied with when undertaking debris recovery operations and in seeking Federal reimbursement. We also have extremely knowledgeable staff that has performed under Federal Declaration processes and federally sponsored grants that can be applied for thereafter. ATL has staff on board that can assist the Villagein seeking grants through the County's Local Mitigation Strategy process, or through other Federal agencies, such as the Natural Resources Conservation Services. Miami Shores Village, RRP # 2018 -10 -02 SIMILAR EXPERIENCE & REFERENCES ATL ATL has provided emergency debris recovery services to the following government agencies in the past. For each project, ATL was the prime contractor. This table below highlights the projects along with key details. ATL would be happy to provide more information if needed. Agenc3, Address South Florida Water Management 3301 Gun Club Road, West Palm Beach, FL 33406 Phone/Fax/E -mail 561- 248 -4033 - Contact Name Steve Fairtrace Contract Title Ve etation and Land Management Bureau Type of Disaster Waterway Cleanup Type of Services Provided Debris Removal Date of Services Present Debris Collected/Handled ATL has had a standing contract with SFWMD for debris removal, processing, hauling, and disposal throughout the district. Following Hurricane Wilma, ATL managed million yards of debris. Debris Recovery work originates as far back as Hurricane Andrews to recent events such as Issac. Total Contract Value $3,700,000.00 Agency City ot'Port St. Lucie Address 121 SW Port St. Lucie Blvd. Port St. Lucie, FL. 34984 Phone/Fax/E -mail (772) 340 -4035 - (772) 871-7397jdunton@cityofpsl.com Contact Name John Dunton Contract Title Right -of -Way Inlets - Emergency Debris Collection and Removal Services Type of Disaster Tropical Storm Fa — FEMA/FHWA sponsored Type of Services Provided City Wide Catch Basin Cleaning as directed by the Public Works Department. Using 3 vactor /vacuuming trucks /storm drain cleaning equipment, crews mobilized throughout City to quickly complete debris cleaning of catch basins /inlets based on assigned list of units (-1600 units) to clean. Date of Services August 2008 Debris Collected/Handled Dispatch of 3- vactor /vacuum trucks along with support personnel. Cleaned storm debris from 1,600 catch basin/inlets (- 3,200cy) throughout the City. The materials cleaned out was hauled to and disposed at the county landfill. Total Contract Value $310,052.00 Miami Shores Village, RRP # 2018 -10 -02 ATL Address 121 SW Port St. Lucie Blvd. Address Port St. Lucie, FL. 34984 Phone/Fax/E -mail (772) 340 -4035 - (772 ) 871-7397jdunton@cityofpsl.com Contact Name John Dunton Contract Title E -8 Canal Slope Repairs — NRCS Sponsored Type of Disaster Tro ical Storm Fa Type of Services Provided E -8 Canal slope repairs due to heavy rains and water level Type of Disaster action to slopes. Emergency repairs required mobilization of Type of Services Provided barges, excavators, & personnel. Repair methodology required placement of geotextile /pyramat with extended anchors along with canal cleaning, slope restoration, grading, and sodding. Date of Services March 2009 Debris Collected/Handled Slope excavation was barged to staging area, added bedding sand for new pyramat, disposed of dredged soils /muck, spoils and debris encountered. Approximately 5,000 cy of material was handled. Total Contract Value $398,188.00 Agqfty City of Port St. Lucie Address 121 SW Port St. Lucie Blvd. Port St. Lucie, FL. 34984 Phone/Fax/E -mail (772) 340 -4035 - (772) 871-7397jdunton@cityofpsl.com Contact Name John Dunton Contract Title Howard Creek Segment I & II - Emergency Debris Collection, Removal, & Disposal Services Type of Disaster Tropical Storm Fay — Local Funding Type of Services Provided Emergency work following Tropical Storm Fay to relieve following in Howard Creek. The entire southeastern section of Port St. Lucie was under several feet of water during /following the storm. ATL was activated under its standing emergency recovery contract with the City to remove all vegetated debris in/along Howard Creek starting at Route 1 and ending at the tributary to the St. Lucie River without affecting wetland and protected plant species. Howard Creek was reconstructed for future ease of maintenance by Public Works. Work required coordination with private property owners as the Creek was directly behind a very prominent residential neighborhood. Work was completed without issue and with admired results. Date of Services September 2008 Debris Collected/Handled Vegetation and stumps were removed and transported at 2 staging areas provided by the City. Grinding and haul -out was done daily. Estimated vegetation removed along the canal rights -of -way was 125,000 cubic yards and then processed by rindin and disposed/recycled. Palm waste Miami Shores Village, RRP # 2018 -10 -02 ATL Agency was disposed at the landfill and the hard/soft wood was recycled for wood chips. Total Contract Value $1,080,793.00 Total 2 segments Agency My of Port St. Lucie Address 121 SW Port St. Lucie Blvd. Port St. Lucie, FL. 34984 Phone/Fax/E -mail (772) 340 -4035 - (772) 871-7397jdunton@cityofpsl.com Contact Name John Dunton Contract Title E -8 Canal - Emergency Debris Collection and Removal Type of Disaster Services Type of Disaster Hurricane Wilma Storm Damages — NRCS /localsponsored Type of Services Provided Approximately 3 miles of canal was cleaned of downed and floating vegetation, stumps pulled, canal re- profiled, and slopes restored/sodding. The City of Port St. Lucie sought external funding for this project and received a grant from NRCS to undertake the work at a 75 -25 cost match requirement. ATL had recently been awarded the City's emergency recovery contract during this same period in September 2007. ATL was activated to undertake the recovery work for this grant program. The City added additional similar work after the NRCS work was complete. The project was looked upon as one of the best projects completed in the City along with NRCS' admiration of ATL for a job well executed and with no issues. Date of Services March 2008 Debris Collected/Handled Approximately 500,000 cubic yards of vegetation/stump removal and 3,000 yards of muck removed. Vegetation was reduced by grinding, disposing of dirt/palm contaminated vegetation and recycling hard/soft wood for wood chips. Total Contract Value 1 $2,186,210.00 Total both projects Agency South Florida Water Management District Address 3301 Gun Club Road West Palm Beach, FL 33406 Phone/Fax/E -mail (561) 682 -6105 - (561) 682 - 5110 / 1 arrish@sfwmd. ov Contact Name Linda Yarrish Contract Title Debris Removal/Disposal, Debris Hauling, DMS operations Type of Disaster Each Hurricane Since 1992 and other incidental storms Type of Recovery Services Under contract (past & current) ATL has provided debris Provided management and removal services for SFWMD since Hurricane Andrew. ATL has provided hazardous tree removal, debris processing, and debris hauling of storm derived debris at numerous waterway location within the District's water management system. Services are activated throughout the year based on need. Miami Shores Village, RRP # 2018 -10 -02 ATL Date of Service Continuous service since 1992 to current date Debris Collected/Handled ATL has removed, hauled, and processed over 1 million cubic Phone/Fax/E -mail yards of debris. ATL's service and commitment to the Contact Name District has always been extremely appreciated by the Contract Title District. Contract Value $15+ million (cumulative) Agency City of Coral Springs Agency Address Northern Palm Beach r unty Improvement District 359 Hiatt Drive Palm Beach Gardens, Florida 33418 Phone/Fax/E -mail (561) 624 -7830 - (561) 624 -7839/ tiniC n hcid.or Contact Name Tim Helms Contract Title Disaster Recovery Services Type of Disaster Hurricane Wilma — FEMA/FHWA sponsored Type of Services Provided Debris Removal Date of Services 10/24/05 to 1/1/06 Debris Collected/Handled Approximately 100,000 cubic yards of storm debris was collected along waterways and rights -of -way. It was later reduced throu h processing and disposed accordin 1 . Total Contract Value $759,929.00 Agency City of Coral Springs Address 9551 W. Sample Road Coral Springs, FL 33065 Phone/Fax/E -mail (954- 345 -2200 Contact Name Louis Goldstien Contract Title Disaster Recovery Services Type of Disaster Hurricane Wilma — FEMA/FHWA sponsored Type of Services Provided Debris Removal Date of Services 1- Wilma 2005 -06 2- 2004 Hurricanes Debris Collected/Handled 1- Approximately 515,000 cubic yards of storm debris was collected along the rights -of -way. It was later reduced through processing at a TDSR and disposed accordingly. 2- During the 2004 Hurricanes ATL undertook storm debris collection along the rights -of -way and processed the debris at a TDSR and disposed accordingly. Approximately 30,000 cubic yards was collected and processed. Total Contract Value 1- $6,250,000.00 2- $510,565.00 Address 345 North Royal Poinciana Boulevard I Miami Sminas. FL 33166 Miami Shores Village, RRP # 2018 -10 -02 ATL Phone/Fax/E -mail (954)967 -4264 d oea ie @ doll woodfl.orQ Contact Name Denise Yoezle (now working in Holl ood) Contract Title Disaster Recovery Services Type of Disaster Hurricane Wilma — FEMA/FHWA sponsored Type of Services Provided Debris Removal Date of Services Wilma 10/2005 -1/06 Debris Collected/Handled Approximately 250,000 cubic yards of storm debris was collected along waterways and rights -of -way. It was later reduced through processing and disposed accordingly. Total Contract Value $3,700,000.00 Agency Miami Dade Comity Address Stephen P. Clark Center Contact Name 111 NW 1St Street, 16th Floor Contract Title Miami, FL 33128 Phone/Fax/E -mail (305) 592 -3116 (305) 592 -7719 wwm@miamidade. ov Contact Name Manny Garcia Contract Title Disaster Recover Services Type of Disaster Hurricane Wilma Type of Services Provided Debris Removal Date of Services Wilma 2005 -06 Debris Collected/Handled Approximately 200,000 cubic yards of storm debris was collected along waterways and rights -of -way requiring various specialty equipment to access the numerous points of debris cleaning. It was later reduced through processing and disposed accordingly. Total Contract Value $2,500,000.00 AgenQ7 Address City ot'South Miami 6130 Sunset Drive South Miami, FL 33143 Phone/Fax/E -mail (305) 405 -2063 (305) 668 -7208 Contact Name Jose Olivio, Jr. Contract Title Disaster Recovery Services Type of Disaster Hurricane Wilma Type of Services Provided Debris Removal Date of Services 2004 Hurricanes Debris Collected/Handled Approximately 5,000 cubic yards of storm debris was collected along waterways and rights -of -way requiring various specialty equipment to access the numerous points of debris cleaning. It was later reduced through processing and disposed accordingly. Total Contract Value $107,000.00 Arbor Tree Land, Inc. Company Owned Equipment Al CHEVY K3500 CHEVY 1993 A10 FORD F -350 KING RANCH FORD 2005 All FORD F -350 KING RANCH FORD 2005 Al2 FORD WELDING TRK FORD 1995 A13 FORD F -450 FORD 2005 A14 FORD F -450 FORD 2006 A15 FORD F -450 FORD 2006 A16 FORD F -450 FORD 2006 A17 FORD F -550 SD BUCKET #1 FORD 2001 A18 FORD F -550 FORD 2001 A19 FORD F -600 CHIP TRK FORD 1992 A2 CHEVY K2500 CHEVY 1995 A20 FORD F -700 FORD 1994 A21 JGMr YUKON GMC 1992 A23 GMC SIERRA 3500 GMC 2008 A24 VW 1ETTA 4DR BLUE VOLKSWAGON 2006 A25 VW JETTA 4DR SILVER VOLKSWAGON 2006 A26 VW JETTA 4DR WHITE VOLKSWAGON 2006 A28 CHEVY WHITE VAN CHEVY VAN 2002 A29 FORD F350 FORD 2001 A3 CHEVY K2500 CHEVY 2000 A30 SEE A28 - CHEVY WHITE VAN CHEVY 2002 A31 GMC TERRAIN GMC 2012 A32 E350 ECONOLINE VAN FORD 2007 A33 CADILLAC SEDAN CADILLAC 2010 A34 GMC SIERRA GMC 2000 A35 GMC SIERRA GMC 2014 A36 Ford F450 2014 Ford 2014 A37 Chevy 1500 CHEVY _ 2000 A38 GMC SIERRA GMC 2014 A39 GMC 2500 GMC 2015 A4 CHEVY K2500 CHEVY 2000 A41 FORD F450 FORD 2015 A42 GMC SIERRA 1500 GMC 2014 A43 GMC GMC 2014 A44 GMC SIERRA 1500 GMC 2014 AS FORD F -150 FORD 2006 A6 FORD F -250 FORD 2006 A7 FORD F -350 FORD 2001 A8 FORD F -350 FORD 2001 A9 FORD F -350 FORD 2005 C1 BANDIT CHIPPER 250 BANDIT INDUSTRIES 2005 C2 BANDIT CHIPPER 250 BANDIT INDUSTRIES 2005 C3 MOBARK CHIPPER MORBARK 1992 COM1 1185 COMP INGERSOLL RAND 2011 D1 KOMATSU D -61 KOMATSU AMERICA 2005 D2 KOMATSU D39PX -22 KOMATSU 20_11 E1 318 CAT CATERPILLAR 2004 E10 KOBELCO SK135 KOBELCO AMERICA 2005 Ell KOBELCO SK235 KOBELCO AMERICA 2005 E12 KOBELCO SK235 KOBELCO AMERICA 2005 E13 KOMATSU PC220 KOMATSU INDUSTRIES 2012 E14 KOMATSU PC270 KOMATSU INDUSTRIES 2013 E15 KOMATSU PC300 KOMATSU INDUSTRIES 2000 E16 KOMATSU PC -78 KOMATSU INDUSTRIES 2005 E17 LINKBELT 240X LINK BELT CONSTRUCTION 2007 E18 TIGERCAT 822 TIGERCAT INDUSTRIES 2004 E19 TIGERCAT 822 TIGERCAT INDUSTRIES 2005 E2 322C CAT CATERPILLAR 2004 E20 VOLVO EC240 VOLVO 2008 Arbor Tree Land, Inc. Company Owned Equipment E21 LINKBELT 250 LINKBELT CONST. 2011 E22 TRIMBLE HL700 2011 E23 TRIMBLE GL710 2008 E24 KOMATSU PC390LC -10 KOMATSU PC390LC -10 2012 E25 KOMATSU PC300 KOMATSU 2000 E26 'TRIMBLE GCS600 2010 E27 'TRIMBLE LL100 2011 E28 TRIMBLE MS992 #1 2011 E29 'TRIMBLE MS992 #2 2011 E3 322C CAT CATERPILLAR 2004 E30 TRIMBLE CB450 2011 E31 PC390LC -10 w 30" Bucket KOMATSU 2013 E32 PC290LC -10 KOMATSU 2014 E33 PC390 LC KOMASTU 2014 E4 322 CAT RUBBER TIRE #1 CATERPILLAR 2004 E5 322 CAT RUBBER TIRE #2 CATERPILLAR 2004 E6 KOBELCO SK210 KOBELCO CONSTRUCTION 2008 E7 BOBCAT E35 4 -001 GE 2011 E8 GRADALL XL2300 GRADALL 2000 E9 KOBELCO SK330 CL KOBELCO CONSTRUCTION 2005 GEN1 GENPAC GEN 15KW COLEMAN ENGINEERING 2000 GEN2 INGER G -40 GEN 40KW INTERSOLL RAND 2003 GEN3 KUBOTA GEN 11000 PORT KUBOTA 2006 GEN4 PANELSOURCE 25 KW 'V3300 -T 2004 GEN5 PANELSOURCE 25KW 'V3300 -T 2004 GEN6 JOHN DEERE 160KW JOHN DEERE 2013 GEN7 WACKER GEN 58KW WACKER INDUSTRIES 2013 G1 1463 DIAMOND DIAMOND Z MANUFACTUR 2001 G2 1463 DIAMOND DIAMOND Z MANUFACTUR 2001 G3 7000 DIAMOND DIAMOND Z MANUFACTUR 2005 G4 7000 DIAMOND DIAMOND Z MANUFACTUR 2005 G5 ZEHR #1 _ .ZEHR MANUFACTURING 2000 G6 ZEHR #2 ZEHR MANUFACTURING 2000 G7 HYDROAX BLOUNT 1996 G8 STUMP CUTTER RG1672 DxH RAYCO 1999 TK1 GRAPPLE TRUCK MACK 2001 TK10 SEMI WESTERN STAR WESTERN STAR 2001 TK11 SEMI MACK CH -613 MACK TRUCKS 2004 TK12 SEMI MACK CH -613 MACK 2006 TK13 SEMI MACK CL -733 MACK 2006 TK14 VOLVO FIN (A25F) VOLVO 2011 TK15 ORT VOLVO A25 -F VOLVO 2014 TK16 ORT VOLVO A25 -F VOLVO 2011 TK2 GRAPPLE MACK DM688S MACK 2004 TK3 HINO 268 HINO MOTORS 2005 TK4 HINO 338 RED BOX HINO MOTORS 2005 TK5 HINO SG 3320 FLAT NOSE HINO MOTORS 2001 TK6 INTL L4700 BUCKET TRK INTERNATIONAL 2000 TK7 SEMI MACK OLD MACK TRUCKS 1986 TK8 SEMI MACK CH -613 MACK TRUCKS 1999 TK9 SEMI MACK CL -713 MACK 1999 TR2 GRAPPLE MACK DM688S MACK TRUCKS 2001 L1 CAT 930 LOADER CATERPILLAR 1983 L10 TCM 820 LOADER #1 TCM MANUFACTURING 2000 L11 TCM 820 LOADER #2 TCM MANUFACTURING 2000 L13 VOLVO L35 #1 VOLVO CONSTRUCTION 2011 L14 VOLVO L35 #2 VOLVO CONSTRUCTION 2011 L15 VOLVO L90 -C #1 VOLVO CONSTRUCTION 1998 L17 VOLVO L90 -E #1 VOLVO CONSTRUCTION 2005 L18 VOLVO L90 -E #2 VOLVO CONSTRUCTION 2005 L19 L90G WHEEL LOADER VOLVO 2014 Arbor Tree Land, Inc. Company Owned Equipment L2 JCB LOADER JCB N/A L20 L35GS WHEEL LOADER VOLVO L3 .JOHN DEERE 744 DEERE AND COMPANY 1993 L4 KAWASAKI Z80 KAWASAKI CONSTRUCTION 2005 L5 KAWASAKI Z85 KAWASAKI CONSTRUCTION 2005 L6 KAWASAKI Z90 KAWASAKI CONSTRUCTION 2005 L7 KAWASAKI Z95 KAWASAKI CONSTRUCTION 2005 L8 KOMATSU WA450 CC KOMATSU AMERICA 2000 L9 KOMATSU WA450 OC KOMATSU AMERICA 1997 M1 AIRBOAT 13FT GAS FLZ 2003 M10 ROCKBOX BARGE #1 HOMEMADE M11 ROCKBOX BARGE #2 HOMEMADE M12 SEACRAFT 20' GAS SEACRAFT 1970 M13 SINGLE ENGINE BARGE HOMEMADE 2006 M14 WRKBOAT BARGE DUAL HOMEMADE M15 BARGE 15'6" HOMEMADE 2010 M16 WRKBOAT SING LE W/BOX HOMEMADE 1994 M17 PUSH BOAT INLAND 2012 M18 BARGE 20' HOMEMADE 2010 M19 BARGE 17'3" HOMEMADE 2010 M2 BARGE 40' PIECE #1 HOMEMADE M20 BARGE 12' HOMEMADE 2003 M21 BARGE 30'3" HOMEMADE 2010 M22 MAKO 19' BOAT OB MAKO 1970 M23 TUG BOAT CLYDESDALE 2014 22' BOAT TAHITI BOAT 1993 _M24 M25 3 PIECE BARGE SET 50' BARGE M26 3 PIECE BARGE SET 50' BARGE M27 3 PIECE BARGE SET 50' BARGE M3 BARGE 40' PIECE #2 HOMEMADE M4 BARGE 50' HEAVY #1 HOMEMADE M5 BARGE 50' HEAVY #2 HOMEMADE M6 BARGE 50' PIECE #1 HOMEMADE M7 BARGE 50' PIECE #2 HOMEMADE M8 CANOE 16FT INDIAN INDIAN RIVER CANOE M 2006 M9 OCEANMASTER 31' GAS OCEAN MASTER MARINE 1996 P1 3 " TRASH PUMP NTE MANUFACTORING 2013 P2 MULTI QUIP 3" NTE MANUFACTURING 2012 P3 THOMPSON JET PUMP 6" THOMPSON_ 2014 S1 MOBILE COMMAND BUS BLUE BIRD 1978 510 CONVEYOR B 42" x 95' KAFKA 2013 S11 JOHN BEAN SPRAYER PUMP JOHN BEAN 1989 S12 BOOM MOWER JOHN DEERE 2013 S13 HOPPER /FEEDER A 8'x 14' KAFKA 2013 S14 HOPPER /FEEDER B 8' 4" x 14' KAFKA 2012 S15 KAFKA CONVEYOR A 40' KAFKA 2012 S16 SCREENER FRONTIER KEESTRACK 2014 S2 OBSERVATION TOWER #1 HOMEMADE S3 OBSERVATION TOWER #2 HOMEMADE S4 OBSERVATION TOWER #3 HOMEMADE S5 OFFICE TRAILER 10T IALLI ED TRAILERS 1999 56 'TAURUS 1800 SCREENER TEREX COMPANY 2005 S7 'YELLOW SCREEN -IT CEC 2003 S8 CRF 150F7 HONDA 2007 S9 SAND BLAST MACHINE MARCO 2013 SU5 FUEL SERVICE TRUCK MACK GRANITE GU713 2015 SU1 250 GAL FUEL TANK N/A SU2 WATER TRUCK AMERICAN GENERAL 1985 SU3 F -60C WATER TRK FORD MOTOR COMPANY 1994 SU4 INTL 4000 FUEL TRK INTERNATIONAL 1990 TL1 100 YD WKFLR BTM TRL #1 TRAIL KING INDUSTRIE 2000 Arbor Tree Land, Inc. Company Owned Equipment TL10 BEAR BOAT 16' TLR BEAR 2006 TI-11 BIKE TLR FOR FUEL TNK HOMEMADE 1972 TI-12 DOLLY HEAVY DUTY HOMEMADE 2007 TL13 DOLLY LIGHT DUTY HOMEMADE 2008 TL14 DOLLY MEDIUM DUTY HOMEMADE 2010 TL15 I FLATBED TRAILER #1 UTILITY 1984 TL16 FLATBED TRAILER #2 FRUEHAUF 1973 TL17 HMDE AIRBOAT /FLOAT 13' HOMEMADE 1986 TL18 HMDE TRAILER HOMEMADE 2004 TL19 HMDE TRAILER HOMEMADE 2003 TL2 100 YD WKFLR BTM TRL #2 TRAIL KING INDUSTRIE 2000 TL20 LOWBOY 35TON YELLOW GLOBE TRAILERS 1995 TL21 LOWBOY 55TON FONTAINE 1999 TL22 LOWBOY 55TON FONTAINE 2005 TL23 LOWBOY 55TON FONTAINE 2007 TL24 RF581 5X8 ENCLD WELLS CARGO 2005 TL25 RIO TRAILER HOMEMADE 1988 TL26 ROBCOL ENCLD 8' UTILITY ROBCOL 1998 TL27 TCM 20' TRAILER HUDS 1999 TL28 TCM 29' TRAILER WILR 1990 TL29 WORK & PLAY 18' FOREST RIVER 2006 TL3 100 YD WKFLR BTM TRL #3 'TRAIL KING INDUSTRIE 1998 TL30 WORK & PLAY 29' FOREST RIVER 2006 TL31 WABA FLATBED TRAILER 'WABA 2006 TL32 TRAILER Homemade 2012 TL33 TRAILER PACEJV510SA 2015 TL4 50 YD STEEL DUMP 32FT BORCO 1999 TL5 50 YD STEEL DUMP 32FT BORCO 1998 TL6 80 YD ALUM DUMP BENSON 2001 TL7 80 YD ALUM DUMP BENSON 2002 TL8 80 YD ALUM DUMP RHODES TRAILER 2000 TI-9 ALLAMER BOAT TLR JALLAMERICAN 2007 J WATER MANAGEMENTDISTRICT May 9, 2017 William Hodges, President Arbor Tree & Land, Inc. 5796 Western Way Lake Worth, FL 33463 Dear Mr. Hodges: REGISTERED VENDOR NO. 100516 CERTIFICATION EXPIRATION DATE May 9, 2020 The South Florida Water Management District (District) has certified your firm as a Small Business Enterprise (SBE). This certification is valid for three (3) years and may only be applied when business is conducted in the following area(s): General Contracting Services Your submittal of bids or proposals to supply other products or services outside of this specialty(s) win not count toward SBE participadom If you require certijkadon In other areas of specialty, please contact the Procurement Department, SBE Section, for additional Information. Renewal is required every three (3) years and should be requested within 45 days prior to the above expiration date. If any changes occur within your company during the certification period (such as ownership, affiliate company status, address, telephone number, licensing status, gross revenue, or any information that relates to your SBE Certification status), you must notify this office in writing immediately. It is imperative that we maintain current information on your company at all times. FAILURE TO REPORT CHANGES MAY RESULT IN DECERTIFICATION. Certification is not a guarantee that your firm will receive work, nor an assurance that your firm will remain in the Districts solicitation database. Upon requesting or downloading a bid or proposal package your firm must respond by submitting a bid or proposal or submit a Statement of No Response form. This is very important, for failure to respond to three (3) solicitations will result in your company being removed from the Districts solicitation database. Si cerely, Sandra Hammerstein Sr. Compliance Specialist Procurement Department /sh 3301 Gun Club Road, West Palm Beach, Florida 33406 • (561) 686 -8800 • 1- 800 -432 -2045 Mailing Address: P.O. Box 24680, West Palm Beach, FL 3341611680 • www.sfwmd.gov WEST PALM BEACH Procurement ". fee e'apaae eitsp o f dw Jaen. 53eacffe.6" July 28, 2017 Arbor Tree & Land, Inc. Attention: Frank Fernandez 5796 Western Way Lake Worth, Florida 33463 Dear Mr. Fernandez: Procurement Division Small Business Program P,0. Box 3366 West Palm Beach, FL 33402 Tel. (561) 822 -2100 Fax (561) 822 -1564 www,wpb.orglprocurement Congratulations! Your company has been certified as a Small Business Enterprise with the City of West Palm Beach. Your certification will remain in effect until July 31, 2020. There are many benefits to certification with the City, which include: Notification of opportunities to participate in City contracts in your business area of specialty; Providing your business and contact information to contractors who are selected for major bids; and Access to technical assistance, training and other support from the Small Business Program. Please notify us of any changes in ownership, control of your company or contact information during the period of your certification. If we can assist you in any way, please do not hesitate to call on us. Sincerely, Frank Hayden Procurement Official Encls. C� N FBI W V1 E �i a Wct cn ct Cif ct Cif U C �F i` LJ C3 z z od W W 0 rA O M �z Cd � U cd � O � U � U O `2 U b U V] N U � U M an O �d M O t U rA 'C N U O U cd U O P-4 $-, 0 a� U 4-i En 0 En bA �i .O Q) U bA QI Cad N U H U U C Cd Cd cd O a� U U In 7d O a� 0 • 0 N 0 N M ti O 0 N 0 N O O Cd j, U Cd �° N Cd a.� 3 0 A U N 'O a� Cd N y-i (� Y x� cu cu w ci 0 Q+ �o z 0 b V N U County Administrator This certification entitles you to participate in contracting opportunities when the products and services offered by your firm are being considered for bid. As Verdenia C. Baker an additional service to your firm, you will be included in the Palm Beach County Directory of certified SBE firms. If you wish to have your firm's services changed, please contact our office at (561) 616 -6840 for an application to amend your certification. Your company's certification is subject to periodic review to verify your continued eligibility. Any changes to your business must be reported to OSBA. "An Equal Opportunity Affirmative Action Employer" printed on recycled paper June 26, 2017 a a QR,I�' Mr. Zach Hodges, Secretary Arbor Tree & Land, Inc. 5796 Western Way Lake Worth, FL 33463 office of Small Business Assistance 50 South Military Trail, Suite 202 Dear Mr. Hodges: West Pallas Beach, FL 33415 The Palm Beach County Office of Small Business Assistance has completed its (561) 616 -6840 review of the documents you submitted for certification and is pleased to Fax: (56l) 616 -6850 announce that your firm has been certified for: www pbcgov.comlosba 56173 Landscaping Services 91219 Clearing and Grubbing Services PALM BEACH COUNTY 91223 Construction, General: Backfill Services, Digging, Ditching, Road OSBA Grading, Rock Stabilization, etc. mil' ' OFFICE OF SMALL BUSINESS ASSISTANCE 91244 Excavation Services FJlrNl 96834 Dredging Services 98846 Landfill Services 96850 Leaf, Bush, Tree Limb Collection 96888 Tree and Shrub Removal Services Palm Beach County Board of County 98802 Arborist Services Commissioners 98852 Landscaping, Including Design, Fertilizing, Planting, etc., Not Grounds Maintenance or Tree Trimming Services Paulette Burdick, Mayor 98888 Tree Trimming and Pruning Services Melissa McKinlay, Vice Mayor 98889 Weed and Vegetation Control, Including Trees, Shrubs and Aquatic Hal R Valeche Weed Control Dave Kerner as a Small Business Enterprise for three (3) years, expiring on June 25, 2020. Steven L. Abrams Please remember, you will not receive SBE consideration if you bid in another area. Enclosed is your certificate. Mary Lou Berger Mack Bernard Your firm shall be subject to the provisions of the Palm Beach County Purchasing Ordinance and all State and Federal laws relating to the transaction of business. County Administrator This certification entitles you to participate in contracting opportunities when the products and services offered by your firm are being considered for bid. As Verdenia C. Baker an additional service to your firm, you will be included in the Palm Beach County Directory of certified SBE firms. If you wish to have your firm's services changed, please contact our office at (561) 616 -6840 for an application to amend your certification. Your company's certification is subject to periodic review to verify your continued eligibility. Any changes to your business must be reported to OSBA. "An Equal Opportunity Affirmative Action Employer" printed on recycled paper W b 4� O Ai O N ■r` O � �i ��►1 � p c N o� t, to � gq ;05eu ,y W V •yam V V a bA AV1 ~•p C AR � • • bD C/� v �•�pm a-, y as •� p C y C 0 •c o cl .14 cis F0 Z co ~ 4-1 US C"� .Q U cq CC a 6 � � •nul C � a A cl Q Q 04 v C E 0 C U w O PC L O CG a 0 U u W u CO E a 0 O C Q cd U Q u U a Q �rd r L O N L �p ^ N V a C u: r a DISASTER DEBRIS REDUCTION, AND DISPOSAL SERVICES RESPONDENT'S CERTIFICATION I have carefully examined the Request for Proposal. I hereby propose to furnish the services specified in the Request for Proposal. I agree that my submittal will remain firm for a period of at least 365 days in order to allow the Village adequate time to evaluate the submittals and determine a ranking of the most qualified Responders. I certify that all information contained in this submittal is truthful. I further certify that I am duly authorized to provide this submittal on behalf of the Responder as its agent and that the Responder is ready, willing and able to perform if an Agreement is executed. I further certify, under oath, that this submittal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation tendering a submittal for the same service; that no officer, employee or agent of the Village or any other respondent has an interest in said submittal; and that the undersigned executed this Respondent's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. L ha 7(v( LC, Inc, (ATL—) Responder BY: S natu J2�,A[;v''1 <,&yw-Ck Res _ Q I 1' Name and Title, Typed or Printed --1�3 5a "111-L"al q'lVA Mailing Address City, State, Zip Code ( 56 k )-712 -636 Telephone Number Sworn to and subs ribed before me 4L this !L'�! , 2t1 Notary Phlic *nature STATE OF �,,w..e& Frame State of Florida ' Commission Expires 00512019 Printed, typed or stampedname' o eat ry public My Commission Expires SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to Miami Shores Village, Florida. by: L 1 s yx 1-2) r\ 7, - Z ) rf z C (print incl idual's name a d title) for: �sr TCLL s (print name of entity submitting whose business address is: L nt) u ,-�iALr^ RIuA ,V)akA A5", IuPf �r3L-I►3 and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 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 of the United States, including but not limited to, any Response 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 misrepresentations. 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 afterJuly 1, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida 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. 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 Agreement and which bids or applies to bid on Agreements for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners. shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (Indicate which statement applies). • Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. • The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO AN AGREEMENT IN EXCESS OF THE THRESHOLD AMOUNT PRO IDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANYCHANG W- HE I ORMA ION CONTAINED IN THIS FORM. f i re 0.I1yc)a oLimj Printed Name Sworn to and subscribed before me this I ,7 day of Personally known OR \ l Produced identification 26 Notary Public — State of 1, (_ 0 �= My commission expires: Type of identification Printed, typed or stamped name of notary public State of Florida . My Commission Expires 04/5(2019 '� a► Conurrssion No. FF 217276 AMERICANS WITH DISABILITIES ACT (ADA) DISABILITY NONDISCRIMINATION STATEMENT THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC. This sworn statement is submitted to Miami Shores Village, Florida. by: i VA �- � T Ic 'Z1 (print individual's name and title) ! } for: _' Tc�� � 4 i . cam. � , )�-I C l A -1 (print name of entity submitting sworn statement) whose business address is: °1 1' ' 3 S a;. `t 11 A f u and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: I, being duly first sworn state: That the above named firm, corporation or organization is in compliance with and agreed to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The American with Disabilities Act of 1990 (ADA), Pub. L. 101 -336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501- 553.513, Florida Statutes: The Rehabilitation Act of 1973, 229 USC Section 794; The Federal Transit Act, as amended 49 DISC Section 1612; The Fair Housing Act as amended 42 UA Section 3601 -3631. Sworn to and subscribed before me this day of Personally known OR �- Produced identification Type of identification My commission expires: PM 1'& rot" °r. Mph FMP ted, typed or stamped name of notary public My Com Slate of Florida mission Commission Nat 19 F 21727Q MIAMI SHORES VILLAGE CONFLICT OF INTEREST DISCLOSURE FORM ENTITY COMPLETING FORM ADDRE S 6 l LI 13 IJ CITY, STATE, ZIP TELEPHONE NUMBER VILLAGE DEPARTMENT THAT WILL RECEIVE GOODS, SERVICES, OR IS RESPONSIBLE FOR GRANT AWARD CITY, STATE, ZIP TELEPHONE NUMBER This form is provided with the following document: Invitation to Bid Request for Proposal / Qualifications 0 Proposal 0 Grant or Loan Request 0 Other Has your business entity or any of your business entities' partners, divisions, or any related business entity previously performed work or provided goods or services to any Village Department within the current or last two calendar years? 0 Yes 0 No If yes, identify below the Village Department that received the goods or services, the type(s) of goods or services previously provided, and the amount received for the provision of such goods or services. (Use additional pages if necessary) f VILLAGE DEPARTMENT TYPE OF GOODS /SERVICES AMOUNT RECEIVED Has your business entity or any of your business entities' partners, divisions, or any related business entity previously applied for and received any grants or loans from any Village Department within the current or last two calendar years? LJ Yes No If yes, identify the Village Department that awarded the grant or loan, the date such grant or loan was awarded, and the amount of the grant or loan. 1. List below the name(s) and address(es) of all public officials with whom your business entity, or members of your immediate family have a familial relationship. Identify the office the public official holds or the Village Department for which the public official works. (Attach additional sheets if necessary.) NAME of PUBLIC oFFICIAI,IEMPLOYEE ADDRESS VILLAGE DEPARTMENT P 2. List below the name(s) and address(es) of all family members of public officials with whom your business entity, or members of your immediate family have a familial relationship. Identify the office the public official holds or the Village Department for which the public official works. (Attach additional sheets if necessary.) NAME OF PUBLIC OFFICIAL/ VILLAGE DEPT EMBER ADDRESS PUBLIC EMPLOYEE WHERE EMPLOYED ulfl If you identified individuals in items one and / or two above, describe in detail below the direct benefit to be gained by the public officials, and /or their family members as the result of the contract, proposal, request for proposals, invitation to bid, or grant proposal. (Attach additional sheets if necessary.) List below the name(s) and address(es) of all paid consultants and /or lobbyists utilized in preparation of request for proposal or qualifications, invitation to bid, or grant or loan proposal: iNAME OF .: ADDRESS t� r ft. List below the names of any individuals, partners, or officers of the business entity who worked for the Miami Shores Village within the current or past two calendar years. ADDRESS NAME OF INDIVIDUAL By signing below, I certify under oath and penalty of perjury that all statements on or attached to this form are true and correct to the best of my knowledge. I further understand that omissions shall be cause for disqualification from participation in the proposed t TV on � f Signature } Date it hum at 171 I-7 Printed Name Title VENDOR APPLICATION Business Name: 1+ r hc , I Cz 2 Order from Address: `l SO,JtICIA /3/,, City: a State: Fc Zip: Pay to Address: (if different) Address: City: City. State: Zip: State: Zip: Telephone: 4 ( -7 ' 2 Fax: Email Address: CxAl L)t.fs �1Z1 . � %:,•t Website URL: Contact Person: C Title: Federal I.D. No.: 'S9 -2� -H-9-1c t Date Business Established: 1 ` -z k Business is: ?corporation ❑Proprietorship ❑Partnership ❑Other: Primary business classification (check all that apply): []Retailer []Wholesaler []Manufacturer /Services []Prime Contractor []Sub Contractor All applicants are required to provide a copy of their Business Tax Certificate if they have an office in Miami Shores Village, as well as their Workman's Compensation Insurance Certificate if applicable). Please see the enclosed commodity list to properly identify the commodities and /or services, which your firm provides. Please mail completed Vendor Application to the mailing address above. The undersigned does hereby certify that the foregoing and subsequent statements are true and correct. Signature Title ^ 7 Print Name Date: