Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ASHBRITT Contract
AshBritt, Inc. is vigorously committed to contributing to and to fostering environmental conservation and sustainability through both our corporate and operational practices. Internally, we promote and maintain a robust recycling program in which employees reduce the waste of office paper, supplies, computers, electronics, mercury - containing light bulbs and other applicable products. Recycling containers for paper goods, plastic bottles, and cans are made readily accessible to employees at both our corporate and our satellite offices. Furthermore, we use recycled paper and office products to the greatest practical extent. As such, we wish to express that: Do THE FOLLOWING PROPOSAL IS PRINTED AND COPIED ON RECYCLED PAPER cQ r o� y je4UawuaJ!nu3 ysb Ash Environmental Tab Section Title 1 Introductory Letter • Proposal Form • Bidder's Qualification Questionnaire Organization & Documentation • Contact & General Corporate Information • Licenses, Permits & Certification Listing • Business license • Financial Capacity Statement • Bank of America letter • Bonding capacity • Insurance Certificate 3 Qualifications & Management • Background & Experience Overview • Recent Related Recovery Projects: Overview • Detailed Historical Disaster Response & Recovery Experience Table • Recent Hurricane Recovery Performance: Texas Project Summaries • AshBritt USACE Katrina Mission Production Graphs • Other Related Experience • Recovery Organization & Responsibities • Corporate Organizational Chart • Key personnel — Experience & Expertise • AshBritt Personnel Professional Certifications • Base Project Management Team • Project & Program Understanding • Project Management & Operations Standards • Additional Support: Emergency & Ancillary Services • Client Training Statement • Pre Event Planning Statement • Debris Management Planning & Scope Activities 4 References • Chart of client references • Letters of recommendation • Current Pre -Event Contracts Detail Table V 5 Methodology & Auoroach 565 East Hillsboro Boulevard Deerfield Beach, Florida 33441 Phone 954.545.3535 Facsimile 954.545.3585 Web: www.ashbritt.com Email: res2ons=raas^britt corn l • V Response & Mobilization Overview • USACE debris estimate for Miami Shores Village • Subcontractor Participation Statement • AshBritt Registered Subcontractors • Partial Standby/Reserve Subcontractor Participation Table • Equipment/Personnel Commitments & Availability Table • Initial Mobilization & Response Plan • Public Information Support • Curbside Segregation Diagram • Sample Press Releases • Documentation Management & Disaster Tracking Information • Debris Information Management System (DIMS) Overview • Public Assistance Reimbursement • Project Invoicing & Billing Overview • Sample of Sub - contracting Agreement 6 Cost Information 1.0 Introductory Letter Ash Environmental `.J April 25, 2012 Miami Shores Village 10050 NE 2 "d Avenue Miami Shores, Florida 33138 RE: Request for Proposal — Debris Management and Removal Services Dear Sir or Madame: AshBritt would like to thank you for the opportunity to submit our proposal for Debris Management and Removal Services for Miami Shores Village. We have thoroughly reviewed the proposal instructions, general terms and conditions, and requested of scope of work. We positively confirm we have the understanding, the competence, and the experience base to successfully complete all elements of the required scope for the Village in a safe, efficient and timely manner. Further, we confirm we will comply with all stated provisions of the contract and reasonable expectations of Village representatives. With AshBritt's extensive and strong history in disaster response and recovery services and we are confident we will fulfill and surpass any future expectations and needs of Miami Shores Village. We want first to stress, as the Village is aware, the criticality of pre - planning, expeditious mobilization, quality control and safety, as well as financial stability for disaster event recovery. The foundations of these core activities are coordination, communication and commitment, with strong values of responsibility and reliability. AshBritt, as a long- standing recovery firm, has cultivated these values and engaged in sound business practices to ensure future V positive recovery efforts and minimal risks for our clients. Moreover, as a "bona fide" local South Florida firm located in Broward County, we are uniquely positioned to deliver for Miami Shores Village more rapid, sound and comprehensive solutions than all of our competition. Simply, our proximity, local knowledge, network of resources, and current planning, coupled with our rooted operations and technical assistance experience, sets us apart as the best equipped firm. In addition, one of our senior managers grew up in Miami Shores while another senior manager was employed by the Miami Shores. This provides us with a unique understanding of the residents, lifestyle and beautification of the Miami Shores Village. We present herein our understanding of disaster recovery management, our strong past performance record, our qualified management team, as well as an overview of our operational plans. We also stress our strong financial standing, current sufficient and qualified resource base, equipment assets, materials, industry partners, technological facility, and expert personnel (including a large pool of local resource suppliers, vendors, and subcontractors). For almost two decades, the foundation of our approach and delivery has been our skilled and broadly experienced employees and consultants. Our principals, staff and consultant partners have well over 150 years of combined disaster management and recovery operations experience —on both large- and small scale - projects. Most importantly, they posses broad practical experience with the principles and regulations of federal, state and local disaster reimbursement concepts and procedures. AshBritt has relied on our management expertise and experience to successfully assist in over 95 major recovery missions nationwide since Hurricane Andrew. These missions have included ice storms, snow blizzards, tornadoes, floods, earthquakes, wildfires, and tropical storms, as well as minor and major hurricanes. Most recently, we solely managed the recovery efforts in both Massachusetts and Connecticut following the 2011 severe snowstorm event. All in all, we assisted over 40 clients, handling, processing and disposing of almost 4 million cubic yards of vegetative debris. Also in 2011, we were activated and assisted multiple clients following Hurricane Irene and the Eastern U.S. tornado outbreaks. In 2010, we provided integral mitigation services to multiple Florida clients in response to the Gulf oil spill. We also mobilized significant equipment and manpower to Maryland and Virginia Vfollowing the early 2010 Mid - Atlantic snowstorm. Further, in 2008, we deployed to Hidalgo County, Texas servicing the County and most cities that were adversely 565 East Hillsboro Boulevard Deerfield Beach, Florida 33441 Phone 954.545.3535 Facsimile 954.545.3585 Web: www.ashbritt.com Email: response @ashbritt.com Miami Shores Village, FL Tuesday, April 27, 2012 RE: RFP 2012 -10 Page 2 of 3 u affected by Hurricane Dolly. We collected approximately 650,000 cubic yards of debris. We also deployed a fleet of VacTrucks and Pumps at the County's request to mitigate severe flooding caused by the storm. All told, we pumped and relocated over 350 million gallons of flood waters, which was essential to the progress of the debris mission. Additionally in 2008, we were actively involved in the recovery efforts in many communities in Texas owing to Hurricane Ike. Here we collected over 1.7 million cubic yards of mixed vegetative and construction debris. We also provided emergency services, such as power generation, ready -to -eat meals, drinking water, lodging and supplies, and building restoration and drying -in services. Communities served included the Galveston, Orange County, Hardin County, and the Pasadena. In total, we provided services to over 16 communities. Most notably in the recent past, AshBritt was the initial response contractor for the USACE in both Louisiana and Mississippi for Hurricane Katrina. Ultimately, AshBritt was the USACE's Prime Contractor for debris removal and management in Mississippi, the largest debris mission by a single company in U.S. history. For this massive mission, we collected and disposed of over 21 million cubic yards of vegetative debris and wreckage over sixteen jurisdictions, employing greater than 1,200 subcontractors and 500 supervisory, quality control, safety and administrative personnel. What is more, for this mission, we achieved a remarkable safety record, maintaining a less than .01 percent of lost -time injuries to total- man -hours worked and negligible environmental impacts. AshBritt generally maintains a core, full -time staff of about 50 persons, over half of which are experienced senior managers. We rapidly expand personnel following an event, however, drawing on our extensive pool of qualified reservists. Like our full -time staff, our reservists are knowledgeable, skilled and trained to effectively contribute to any disaster recovery project. The majority of these personnel have worked on past AshBritt projects and most possess other relevant response and recovery experience, making them invaluable members of our team. Regardless of the great depth of our personnel, an AshBritt principal or senior manager is always personally responsible for overall project management, ensuring a standard and cohesive recovery. We strive to provide a dedicated management team to increase project efficiencies and avoid disruptions. We acknowledge the importance of maintaining a cohesive team and consistent communication lines with the Village, so we will minimize substitutions of management personnel as identified herein. Should designated personnel be unavailable or require replacement, we will seek authorization and approval from the Village. As a future disaster event could again overwhelm and incapacitate the Village's infrastructure and resources, impairing the local economy and endangering residents further in the aftermath, AshBritt's mission as the prime recovery contractor, will be to act as an "extension" and "surrogate" to the Village to ensure the rapid return first to safety, then to normalcy. This deep responsibility unquestionably demands considerable financial stability and wherewithal, as well as sound business practices. AshBritt presently stands as one of the most financially capable and stable disaster recovery contractors, with sufficient assets, bonding capacity and insurance policies, and a solid, verifiable financial history. As we clearly illustrate herein, we have the financial strength to assume extensive and large expenditures from the onset and throughout extensive recovery missions, and the administrative systems in place to ensure subcontractors and vendors are paid consistently on time and in full. In conclusion, we declare that this proposal is made without collusion with any other person or entity submitting a proposal. Moreover, we declare the information herein is true and accurate to the best of our knowledge and the proposal prices submitted are reasonable and fair, and offered in good faith for the services proposed. As a duly appointed officer, I further declare I am authorized to represent and bind AshBritt contractually through such a proposal, and that it stands as a firm and irrevocable offer for a period of at least 120 calendar days from the time of its opening. The other principal who have authority to make representations for AshBritt, Inc. is: Randal R. Perkins, Chief Executive Officer Cell: 954 -553 -2157 (24 hours) We appreciate your time and consideration and we look forward to the possibility of serving Miami Shores Village, Florida. Please Jo not hesitate to contact any of us should we be of further assistance. Sine er y John W Noble, Chief Operatin Officer Cell: 9 4- 683 -0247 (24 hours)/ Email: jnoble @ashbritt.com `./ PROPOSAL FORM PROPOSER'S NAME AshBritt Miami Shores Village 10050 NE 2°" Avenue Miami Shores, Florida 33138 1. The undersigned, having carefully and to our full satisfaction examined the RFP Documents for: DEBRIS MANAGEMENT AND REMOVAL SERVICES hereby proposes to furnish same as follows: In accordance with Attachment "A ". 2. By submission of this Proposal, the undersigned certifies, and in the case of a joint Proposal, each party hereto certifies as to his own organization, that this Proposal is made in good faith and has be arrived at independently, without collusion, consultation, communication or agreement as to any matter relating to this Proposal with any other Proposer. Submitted by: _AshBritt Inc. Company Name (Print) Phone _565 East Hillsboro Boulevard Company Address (Print) _Boynton beach, FL 33441 City, State, Zip Code (Print) By:—John Noble C.O.O. Name and Title (Print) _CGC060313 CONTRACTOR'S License Number _65- 0364711 (Corporate Seal) Federal Tax I.D. Number (0)954- 545- 3535(F)954- 545 -3585 Phone/Fax Number (include area code) D:\MyDocumentsBackup- 2012- 03- 16 \Wshbritt \Clients\Florida\Miami Shores\Debrls RFP 2012.doc Page 7 v BIDDER'S QUALIFICATION QUESTIONNAIRE 1a. State the number of years your business organization has been doing business in Florida. _AshBritt has been in business for 20 years since 1992 1b. State the number of years your business organization has been doing business duly certified by the State of Florida or licensed in a county in Florida. 20 years 2. Has the proposer or any principals of the organizations failed to qualify as a responsible bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, been dedared to be in default of a contract or had appraisals rejected by your dient in the last five (5) years? If so, state where, when and why? l , No V 3. The following are named as three (3) references - public entities, corporations or individuals for which you have provided similar services: a) State of Connecticut Disaster Debris Management Services June 2008 to June 2014 Contact: Judy Paul, Emergency Management Program Specialist Department of Emergency Management and Homeland Security 25 Sigourney Street, 6th Floor Hartford, CT 06106 (860) 920 -3319_ b) Town of Agawam, MA 11/19/2011 thru 1/1912012 Disaster Debris Removal, Hazardous Limb/Tree Removal, DebrisManagement Site Operations Contact: Chris Golba, Director of Public Works 1000 Suffield St. Agawam, MA 01001 (413) 821 -0623 c) City of Chicopee, MA 11/07/2011 thru 12/05/2011 Disaster Debris Removal, Hazardous Limb/Tree Removal, Debris Management Site Operations ( Contact: Stan Kulig, Director of Public Works 115 Bakin Dr. Chicopee, MA 0 10 13 (413) 594 -3557 \\ katrina. hq.ashbritt.com \aperkins\Desktop \Debris RFP 2012.doc Page 55 4. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business. (If corporation, state the name of the president and secretary. If a partnership, state the name of all partners. If a trade name, state the name of the individuals who do business under the trade name). Ash Britt. Inc. (Legal Name of Bidder) (a) The business is a Corporation (Insert form of business entity) (b) The address of the principal place of business is: 565 East Hillsboro Boulevard Deerfield Beach FL 33441 (c) The names of the corporate officers, or partners, or individuals doing business under a trade name are as follows: Randal Perkins; John Noble; Terry Jackson (d) I f a Corporation, attach a copy of the most recent good standing certificate issued by the Secretary of State of the State of Florida. Date Aoril26 2012 Bidder Ash Britt Inc. By John Noble Title Chief O eratin Officer Mailing Address 565 E Hillsboro Blvd Deerfield Beach FL 33441 \\ katrina. hq. ashbritt.com\aperkins\Desktop\Debris RFP 2012.doc Page 56 M) PROPOSAL In accordance with the foregoing terms, conditions and specifications, the undersigned proposer hereby proposes to supply Miami Shores Village with the goods and/or services called for in RFP #2012 -10 DESCRIPTION: PROVIDE DEBRIS MANAGEMENT AND REMOVAL SERVICES $ (attach proposal) Please Note: It is incumbent upon all participants to include information regarding their qualifications and background in sufficient detail to allow an informed decision process. d Perkins C.E.O. D:\ MyDocumentsBackup- 201 2- 03-1 6\Ashbritt \Clients\Florida\Miami Shores\Debris RFP 2012.doc Page 53 `.J 2.0 V Organization & Documentation Contact & General Corporate Information ` Offeror's Profile: Comorate Headquarters• AshBritt, Inc. 565 East Hillsboro Blvd. Deerfield Beach, Florida 33441 Hours: 8:00 AM -6:00 PM (Not active) Phone: (954) 545 -3535 Toll Free: (800) 244 -5094 Fax No.: (954) 545 -3585 Web: www.ashbritt.com Email: response @ashbritt.com Primary Contacts - John W. Noble, Chief Operating Officer (954) 683 -0247 cellular (24 hours) Email: jnoble @ashbritt.com Tim Mooney, Regional Manager (Project Manager) (954) 270 -4555 cellular (24 hours) Email: [moony @ashbritt.com Ralph Dahlgren, Managing Vice President (954) 818 -3564 cellular (24 hours) VEmail: rdahlgren @ashbritt.com Organizational Status: Organization: Corporation (Privately held S- Corporation) Date of Incorporation: 10/28/1992 State of Florida: For - Profit Corporation Nature of Activities: General Contracting, Emergency Services & Disaster Recovery Note: AshBritt has not operated under a different name within the past 10 years. FEIN: 65- 0364711 Duns No.: 848970893 FL Corp. Cert No.: P92000000600 FL GC License No.: CGC060313 Deerfield Beach OC License: 12- 00028228 U.S. DOT No.: 568535 CAGE No.: OOZ46 Principals (Authorized to Contract), Randal R. Perkins, Chief Executive Officer John W. Noble, Chief Operating Officer Terry M. Jackson, Chief Client Relations Officer Staff Size (Core): 45 to 50 V Staff Classification: Please refer to our Key Personnel and Base Project Management Organizational Charts for more detailed information. Licenses, Permits & Certifications Listing License & Permit Numbers: Federal Tax ID (FIN): 65- 0364711 Duns No.: 848970893 FL Corporate Certification No.: P92000000600 (exp. 12/31/12) FL DBPR Qualified Business Organization: QB26117 (exp. 8/31/13) FL DBPR General Contractor License No.: CGC060313 (exp. 8/31/13) Deerfield Beach Occupational License: 12- 00028228 (exp. 9/30/12) FL Certified Pollutant Storage Systems Contractor: PCC056744 (exp. 8/31/12) U.S. DOT No.: 568535 CAGE No.: OOZ46 * *See attached Licenses and Permits in this Section. Firm & Personnel Certitications(Associations• FL Board of Professional Engineers Certificate of Authorization: 9719 (exp. 2/28/13) Society of American Military Engineers — South Florida Post [John Noble Jr., associate member] National Demolition Association [member] Dredging Contractors of America [member] IS -00100 — Introduction to the Incident Command System (ICS 100), EMI -FEMA [multiple] IS -00200 — ICS for Single Resources and Initial Action Incidents, EMI -FEMA [multiple] IS -00230 — Principles of Emergency Management, EMI -FEMA [multiple] IS -00253 — Coordinating Environmental and Historic Preservation, EMI -FEMA [Matt Gierden] IS -00300 — Intermediate ICS, EMI -FEMA [Adrian Parker, Ed Stowitts] V IS -00400 — Advanced ICS, EMI -FEMA [Ed Stowitts] IS -00700 — National Incident Management System (NIMS), an Introduction, EMI-FEMA [multiple] IS- 00800.A — National Response Plan (NPR), an Introduction, EMI-FEMA [multiple] USACE Construction Quality Management for Contractors [multiple] USACE — Jacksonville District — Safety Conference Training Course: (Excavation, Crane, Scaffolding and Confined Spaces, Safety Pays) [John Noble, Ralph Dahlgren] Anti Terrorism (AT) Level 1 Awareness Training, Department of Defense (DoD) [multiple] OSHA 40 HR Hazardous Waste Operations and Emergency Response [multiple] OSHA 10 HR Construction Course Certification [multiple] OSHA 8 HR Refresher HAZWOPER Course [multiple] OSHA 8 HR Hazardous Waste Operations and Emergency Response First Responder [multiple] DOT Hazardous Materials Transportation Certification [multiple] Field Chemist Skills Training [Came Onderko] Benzene Awareness [Multiple] National Safety Council Certificate [multiple] Entry Level Firefighter I — Parts 1 & 2, Fire Service Training [Adam Vandenhouten] First Aid, CPR, AED Administration Certificate [multiple] Hurricane Functional Exercise Coastal Bend 0 6 Hours) - TX GDEM [Adrian Parker] Consequence Management — Disaster Course, Joint Interagency Training Center -West, DOA -DAF [Dow Knight] Enterprise Safety Applications Management System of CNFR -Job Hazard Analysis Training [Dow Knight] Joint Humanitarian Operations Course, USAID & OFDA [Dow Knight] Construction Organizing Membership Education Training (Comet I) Certificate [Ed Stowitts] Ethics Training Workshop [Tom Credle] Certified Arborist, International Society of Arboriculture [multiple] Broward Co. Tree Trimmer License: B -179 (issue 12/18/08) [multiple] Florida Intermediate Work Zone Traffic Control, ATSSA — DOT Traffic Safety [multiple] State of Florida Department of State I certify from the records of this office that ASHBRITT, INC. is a corporation organized under the laws of the State of Florida, filed on October 28, 1992. The document number of this corporation is P92000000600. I further certify that said corporation has paid all fees due this office through December 31, 2012, that its most recent annual report was filed on January 6, 2012, . and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of Florida, at Tallahassee, the Capital, this the Sixteenth day of January, 2012 f � Secretary of State Authentication ID: 500218482835- 011612- P92000000600 To authenticate this certificate,visit the following site, enter this ID, and then follow the instructions displayed. https:// a £ile.sunbiZ.Org /certauthver.htmi V II State TOf Florida of State 1 certify from the records of this office that ASHBRITT, INC. is a corporation organized under the laws of the State of Florida, filed on a °W = I ° `v - g r October 28,1992. c = $ - f IC L�� `_8 0$ Imo. a iriKj' k The document number of this corporation is P92000000600, m IS I further certify that said corporation has paid all fees due this office r -'W' a °g °e ° - through December 31, 2011, that its most recent annual report was filed on January 5, 2011, and its status is active. I further certify that said corporation has not filed Articles of i rn 4p y 5 H 0 L Dissolution mop e - _ M - R D i I OoN u Y U� _ Mks F Ew _ - 2 Em O 0 e0 L S. c Given enderynY baMand Me G —,Smlj ( .� I PIDrld ,la-ad4.RupleM1 xx��r_�RD/9�� {{{K � =� f x > .hina E E C 0, Mo W Ir - °N - �,Tt 4D Secretary ajState • ° • ` ' F m IN € 3 D _ f m p:90p1Mr1111NIKrr- AZNeOeIeW r - ,x r-4 �t TeulMrbp. WrvntifinlAVNy Ae kibw[=ee.mnr0u a:rsevn.vu[. ^+.v>�- rf,Sr.: =.n-ma ays..�mm_x. _.msa:ax✓x.:v�..mne.sa.:r®+m+. .�..vw m. uJ 4m lelb° Ik uu=tiw dI W rPL /J hMpJlelneevn6porglttrYXMvex.bhol �I f 2012 FOR PROFIT CORPORATION ANNUAL REPORT FILED �.. STATE OF FLORIDA J8006,$ %$ 'a • OEPAATNB].T OF B9aZNFSb AaD pappgSEZONAL RE47i I.AS20x ODC JMENTP P92015000,nL600 SICrMPry OlaUl! !f_ CONSTROSSE M NROEBTAS LICENSIpO BORRD le5al 4fiI -1395 rmlM Nam' A_n3F'\ L'_ �ti}v TALLAHASSEEXDNROE S?REET FL 32199 -0793 Cinrnr PnrXIWI p4u NMnrnen. Xf�PWtiylPlu el pualma: 12 E 41[EaCW:` Eo.9 c-'Ra9 CEE +Gn :_'Gla 1. Cvnxn MaPlrrp A/nma: 1NVI,YPIp YCrnf: ASMENIZ ZNf 400 DAENS AVL E =M1LS % +_ E_w SVZZE AN ]0] C= ER =i1C ECL�N G_ }3<ay �� POMPANO BEALH pL ])069 Xa°r°4I,— NCUnenlRrylnanB AWnt r\ WmeaM bMSS NM= 0.piWrp RPm,yrl V'pT �Rrr �\• =RICERS AND DIRECTORS- em y xru[vnp°= IE 11%[- f. ISb P anx ?JSi+ane PeaY�aYU -=newt y°R4il rAac n°n ` ane' Ip]14 BF ..BINS S PXDILSBIMAL R.4 Tr :aru WVCen :�=.>m8 tt ➢Exm ev.9 /Pa Peml91D] W 'n yMO =b°'W OIFI® 8n i.MES OROABILTI08 +qz[ ,cu sLxTGrw rn=rcn pkannmlenWn,w.. eW wn r^.,na=n[ninmu. RVUr x A.ALS88RI'PP MC INoS A LICBXBE t. PBApORX Mon. rcpeNnmmnl "� L rrs¢EIE=eny. RUaulau FPirlr'• \'p ALLOM9 CONK tO a- No9IN858 R _ nn« rn IrerA ru cr nrr9 Li Nnee. �n -I..Na.:M [o-�aouee IT US i,icanED.[.ALIPI8R.1 OFTRCN XeoL STATE OF FLORIDA DEPARI %E}ll OF BpSSN665 Aso I`..JnSIONAL RS.VLAT20N CCAS?FVCIION mE.S?RY LCEA'SIHG BWRD a6Gpr.Ofo609003x9 CE 9 B �U6/09/3009 tDpD y] —� 8V8 SN858 OAOAIR ZAT . ION wtl telw IS pVAL2pofD .n2er [he pzm'lef°nn of ChM 469 FS. (1FISRIN NOT A °LI CEIASBITOIPERPOp } i WORR. TOSS AL1AN8 EOMFAN$ ?O ➢0 BVSSNE55 DNLY IF IS p $ A OpALIFIER.I 48NSRITF 'NC 450 S AMJRFn'S AVx S orre MPANO a BAC. ... 31059 OOVEP.VOR cEXRLES F. pRAGO ..9 °lA"r151iEOLINCD qy LAlt 6ECRE?ARY STATE OF FLORIDA ii V- �&,g OEPARTMLTT OF BOSINE35 AND PRO- 19SIONAL RECULAtION i 114STRUCTION '!ICUStRY •ICE:L ^!1C BOAPa IpSC) 9p7- ;395 3999 EORTB KCNRCS STREET TAL:.AEF -SEE FL 32390 -0781 V 3At1GTA, GREGORIO ASY. BRI ^T INC COOPERGItIT ROAD SFL 33328 p p a Cap setiR•T OP BOSINE53 : e.. rei a., v • 1 + PRCP Eu ^E ICNN, REGpL:, TI9ti r J COCO6 a]1l are /x5 /30 a9D 90 ]56] Ya - RrTIFI® p @]ERAL t'ORTRAcT.R BA -IS.A, damom Ip -i an+.en . uT,.s. •.r "•,+ ... '• AS Res Ia- I Ir o n .i •star¢ 'i ,•r u.,...ur« er a.a a- r: � ..,....- — . 4.1. )L . .CIY OcTAC-r 4PRE STATE OF FLORIDA VEPARTIfENT OF ROS=N S AND PROFESS I'JNAL RQ�rIWTS4E CORSTRUCT ON SAT113 ^RY LI CENSINC EOAAlI SEDF LLOO Bx Sa [>:9 C SE NBR OB /35L303O 99996]583 ICGC06031J The 1 pi, IS E.,7 Naaaa below IS .icwa IED Exp�r the Pdet!s ions I CLaprer 989 P5. ra[ion Gate: AUG 31, 2912 BATISTA. a. -OR10 AEEBRS:T C., MOO ORIPFIN ROAD STE 201 COOPER City FL 33328 CLARLIE CRIST ^.1fARC'E L•EN ^DVEREOR 9ECREIRST UISPV.V qS q'9 UIRE0 BV L9l1 ^x`50752199 STATE OF FLORIDA Fg DEPASTPONT S: IAUCB- E'•UNEIAEyVS'CRYRLIC @53SNNAGiBp p ATIOi SE@aLi9an5o31n G• Ir 0. Th. FO1PIANT noPA ...'3 Named sheer SS CPSFIYO COL:RACede 4nper she proto: ROO • C26 rat 1, as - Esparae!en pnee. Ftiv 33, 3G 1i - aL _ St S4YN MILLI AY ON 480 1i.. 3NC 98p S O BEACH A \Y M 193 FOPSANO BEACH TL 33464 ° CNARLIE _LIST ARLIC LTpi Col... CR LAR 5o'.A >_ lE REO'U.R'J 9V lAW SECRETARY - curt 5L 50}5[11 DIM.T. OF and as ANO � P0.0PCi IORAL PLC J.iICR Een -�, �..>'•a PttosT99 }V /OS(19 x9e0xs sxx S m carm POLLD•An PM"= the CCPPA i �ner r ... I ®lCii tRN -aP Pna -rile L.< :er:xx. fl,lu, I., AUt VE1.11 1; 111 �I E19ROII +ly Y d r� C 2 _ uJ 04 C i o Y Q v CO L O It te So st d U c _ RU CL st 0 9 y Ss i mnM9PUta -v wnuctlmw!,. O Z u_ ¢ J q U r`> O Ps as Ps as a au a H 2 0 a Z C C 6 0 W Q sw.w 111011 CompaMt Betala Sspayed Is a hating M pubes cwrylalnce regarding the person ar arty selected. The Only comanes that appear on th'e preen are aft Com adore against persons Of entak:s that currently cram Ikensep by the Ca, artment of OusMess and PmfesS oMl "abodrl Such data rrpa Ma for which @o0able Cause has been detnmined or, where the subkct Of the complaint has waived his/her right to Comftlentaay. However, the GegRrrere is precluded from dincbsng any Complaints which ere Confidential Pursuant to S<Cngr 055.225(10), Florida Statutes. If you would eke to Me a new complaint k can W Bled here, - CNOvIs t3 Read with the Waion of Florida land sales, CondoImirre are aware Homes, the Complaint farre, and all Mfometan subM[te! t0 the Wian are pope, records under the provbbrls of Chapter 119, Florida Statutes, FbM 's Public Record taw. AccordM9ly, ant patent may Inspect the can file and my obtain copes of any of the reaterahs m the hie. The Wain does not represent your prNBte interests. Any action taken by the Mason we be on behalf M the State of Florida. Fandearts Created by or Had with the Cohen of AkoMk anomaea ant Total on. pulp, upon the completion of the hweatgat on However, only throe completes ,reared per fund since August 21, 2002, are avalable through this Red To ascertain the examp ce, of ppYC compaMts pertakdng to vaatbns of alcohol and tobacco lows prior to that date, plean subMt a pule, records rtanR by connecting us va phone at 850.467.1395 or via m0 at Department of Surinam and Prefessloral Regustmn, Cayman of Alcohols, Beverages eat Tobacco, 19W North Ronme Street, Tallahassee, Florida 32399 -1020. Additional search machan6m are aveMde to asartaa the eA once of any public records pertaining to the unlicensed activity of the ptlsOn or eme, about which you are MOWMg. i R P 1 wine: Number Chase Incident Data Slaw: ohpovtion oispoc4on Data Champlin UI¢ghme Dace No Conduit Information found. co.nn u. ::i g .cunome. carom rMbNal'mee.cpryvkiL ¢ rrpaFLO... Em ME tti-C anrb of inginrrrs Is authorized under the provisions of SecHV �da Statutes, to offer engineering services to the public through a Professional Engine&, sed under Chapter 471, Florida Statutes. Certificate of Authorization EXPIRATION: 2 /28/2013 CA. LIC. NO: AUDIT NO: 228201301712 9719 Data Contained In Search Results Is Current As Of 03/09/2011 12:05 PM. Search Results Please see our glossary of terms for an explanation of the license status shown in these search results. For additional Information, including any complaints or discipline, click on the name. License Type Name Name License Number/ Status /Expires Type Rank Certificate of ASHBRITT. INC. Primary 9719 Current, Active Authorization Cert of Auth 02/28/2013 Main Address *: 480 S. ANDREWS AVE. POMPANO BCH., FL 33069 • deno0es Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mail associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This is the address where the place of business is physically located. Contact Us :: 1940 North Monroe street. Tallahassee FL 32399 :: Call.CenterOdbor.state.fLus :: Customer Contact Center: 850.487.1395 The State of Flonda is an AA /EED employer. [oovrlaht 2007 -2010 State of Florid Privacy 9btement 11VI' Under Florida law, e-mail addresses are public records. If you do not want your e-mail address released in response to a publlc-records request, do not send electronic mall to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions regarding DBPR's ADA web accessibility, please contact our Web Master at webmasterOdbocsta[e.n us. `.J IM U e b W � O E-{ a U 0 F 0 a .0 O ti F O W N w w Q �I F W z W O a 0 A W a z N w O a H 3 O ° F 1�1 z i-r H W a dlg T/ L U L A V U ►C w V N L' � N L � �U L C � 7 u `./ V ii - Y � L O t _ S n. �_ < r-� 6 �i gcc E r - ._ —._ _ ___ __._ __.._ v.4 �5 [+•¢� t _ 6 _ fs� �'� �' L p s � � - 1 b f E � � �� _ L1 ` 1 _ ® V ��4 g � � -s II M U Drug Froo V''ortplacc Programs 5440 NIV 33 ^1 AVCIlUC Sttite 106 F'1. Lauderdale, Florida 33309 (953) 677,12100 Phone (954) 67--121oi Fax April 24, 2008 To Whom it May Concert: Irnal Compliance Network implemented a State of f l wida Drug Frrc Wvrl pla :e Prograrn for the company listed belcm. fCN also provided the below- indicated .en'i,es. if \'irit hate qucstion]g, please feel tizc to contact me at myofftce., ($O(1) KKI�S26. CrrtnpanyName: Ashhritt.Inc, Address: 480 S. Andrews Ave. Pompano Reach, Fl, 33069 Telcphoue =: (954) 545-3535 Contact Person: Ralph Dah1„ren Date TCN Implemented program t.ith the abu.r Contact person: April 2008 TCN provided the abot'e -named company whir a compliance hianual which include: L An 1= inpkoyee handbook contahnne company policy and all necessan' infornatiun (i.e., Inf,rrnaion on where to seek help, rnedications tl?at affect the outcome of a dru__ test, etc. ). ? Inutal 60 -day Drug Free Workplace notification. 3. Ltnplo.'ce avreemcm lorals, including company disciplinary action. 4- A Sul.vI''isur's handbook. Information to post in conspicuous locations (si;ns, posters). 6. Additional Conns and agreements ( rehabilitation. notl,Gca6un of positive teat results, etc). TCN ltas also set up a drug screen collection site. AHCA or NIDA certiticd test:n-, laboratory, on -stsff Officer, Medical Review results reporting (telrphoua and hard copy) and billing. T(:N has urstructcd the above -named contact person on the follo..ing, procedures: L Distribution of 60 -day Drug Free Workplace notification. 2. Conducting the Fmployee meeting inchtding distribution of Employee handbook, educational materizl and collection of stgned paperwork. 3. Dru_ testing requirements and pmccdures for testing: a. 1cb Applccauds d. Rcturn- to- w:crk. b. Pout - accident c. Random (if applicable). c. Reasonab3e suspicion f. Routine fitness- for -duty. 1C:N will also continue to act as a consultant for any questions regrading this program, but will not be held responsible for any company's roc li• cn e or inal?ility ro pztiot' :n the St, of Florida Dnt_e Free Workplace rcquircment. usinu IZ N or li_N material. Total Compliance Network Rc prese" a}i NirkAlirotckr — - NOTICE TO EMPLOYER: If you have a Drug- Free'ddorkplace Program established and maintained in accordance with Florida law, and you would like to apply for the 5% premium credit that is available, please complete this form and forward it to your insurer. Re- certification is required annually_ APPLICATION FOR DRUG -FREE WORKPLACE PREMIUM CREDIT PROGRAM Name of Employer: Ashbritt, Inc. 480 S. Andrews Ave. Pompano Beach. FL 330$9 Date Program Implemented: ti- Testing: Procedures for drug testing have been established andror drug testing has been conducted in the following areas: Q. Job applicant Reasonable suspicion Notice of Employer's Drug Testing Policy: Copy to all employees prior to testing S¢ Posted on employer's premises Copy to job applicants prior to testing General notice given 60 days prior to testing Education: Resource rile on providers }$t Employee Assistance Program Education Routine fitness for duty Follow -up testing to Employee Assistance Program Show notice of drug testing on vacancy announcements 15!� Copies available in personnel office or other suitable locations Q No notice required because the employer had a drug testing program in place prior to July 1, 1990 V re of Medical Review Officer: Total Compliance Network— ❑r Seth Portnoy (9541 577 -1200 A. li of approved Agency for Health Care Administration Labor United States Department of Health and Human Services Certified Laboratory: Quest Diagnostics B, Phone No.: (800) 877 -7484 C_ Address: 3175 Presidential Drive. Atlanta, GA 30372 Your certification is subject to physical verification by the insurer. Your policy is subject to additional premium for reimbursement of premium credit, and cancellation provisions of the policy if it is determined that you misrepresented your compliance with Florida law. Any person who knowingly and with intent to injure, defrau ', or deceive any insurer files a statement of claim or an application containing any false, incomplete, or misreading in r at' n is guilty of a felony of the third degree. r I� -__. _ _ _�. S Employer Name Liato E' — Application must be signed by an officer or owner. ff&�� Otficerf0 :•ner signature' G. o -0 THE AF5 j E SIGNED CERTIFIES THAT THIS INFORMATION IS A TRUE AND FACTUA `R &iRJJTT,)@N OF THEIR CU RfEEJ dG:. J I y 14ubk c grature \/ W W i l. oomimiom (Nc nic) r Orm Revised T'04 � 2004 National Council on Compensation Insurance, Me. Financial Capacity Statement Financial stability is the hub of the disaster debris business wheel. It is the element that everything revolves around. It V is of paramount importance, but often overlooked by prospective clients and grantees, for disaster affected communities to partner with firms who not only have debris management experience, but who have the resilient foundation and working capital to support costly, large -scale operations. Financial liquidity and deep coffers are critical to recovery success; access to immediate operational funds, and in many cases longer -term credit, is the lifeblood of response and recovery endeavors that propels all positive activities forward toward getting the job done. It is surely prudent then that communities partner with firms who possess a balance of response and recovery know -how and financial stability. U ME AshBritt, as the following financial overview and supporting documentation will illustrate, is financially sound and has the capital strength to adequately accommodate the increased cash -flow demands at the inception of and throughout any scale disaster recovery mission. We possess the financial capacity and wherewithal to assume extensive and large expenditures for prolonged periods (historically exceeding 150 days in some instances) before receiving any available, eligible funds for our response and recovery services. This capability profoundly serves our clients by allowing the response and recovery efforts to commence and progress without unnecessary delay. The rapidity and continuity with which we are able to perform, in turn, alleviates the client's internal administrative burdens and political pressures, amongst other immediate hardships. In other words, following any large- scale, wide -spread disaster event, the client's resources, infrastructure, processes, and even collective psyche may become overwhelmed. Reliable financial support and sound management and judgment at this time are vital to curing this paralyzed state, creating a recovery framework and bridging the gap between upheaval and normalcy AshBritt is a proven nation -wide disaster response and recovery partnering firm with unmatched financial resources, human capital, technological capabilities and business references. Our historical record and our supporting financial documentation should clearly validate these strengths. Moreover, our insurance policies and bonding capabilities at present are unequaled in our industry, and we posses one of the most reputable records for ensuring that all of our employees, subcontractors, consultants and independent contractors are paid expeditiously and in full. We cover in our proposal some of the protocols and procedures to which we follow and comply to ensure that all of our personnel and subcontractors are paid accurately and fully. A casual examination of the disaster debris management industry and the myriad firms purporting to deliver these services, will quickly uncover much anecdotal and real evidence of unscrupulous behavior with respects to prime contractors (and subcontractors with tiered subs under them) not paying fully or not paying at all or excessively delaying payments, as well as a host of other undesirable business practices. Although there is recourse for many of these activities, clients should be made well aware that the perpetrating of these actions during any effort, at a minimum, creates project disruptions and delays and unnecessary aggravation for clients. We simply have zero tolerance for this way of conducting 50 Mi(t ong Cap7at�inP;afCredit business and, as such, we and our clients have enjoyed the benefits of doing it "right" and the upstanding > Undertvro a M// /ion E Katrina Mission :_= reputation that follows. As one _ _ testament to our values, we have -'- Z, - never had a Payment Bond called �� : Secured $ZOOM Performanc — U for neglect of our financial `_ = responsibilities; nor have we had a r >> Inrance Cali^ cb, AA ; A+ RatAg) Performance Bond called for that Bond ,; Al &A+ Rating) matter. I " a •:yr+•�!pi .��os r iavanama upon jqWesr s More specifically on financing Asharitt Financial Stability History- Overview considerations, our billing terms our typically net 30 or 45 days, yet as we have alluded to we have and are able to "float" or "underwrite" funds as necessary to keep any project progressing and on track to serve the best interest of our clients and the communities at -large. With our own capital reserves and our significant line of credit, as well as the ability to draw on a deep well of resources from some of our long- standing business partners, we are able to maintain and finance full operational capability of multiple, large, and extended projects. Our ability to ramp -up and maintain a strong, steady workforce during the Katrina recovery mission in Louisiana and Mississippi is a solid testament to our financial capabilities. Note, AshBritt was able to sustain an operation that quickly skyrocketed into the hundreds of millions. Most recently, we advanced approximately $50 million toward the recovery efforts in coastal Texas communities owing to the destructive Hurricane Ike before we received our first payment. Bank Qf America '4 March 28, 2012 0 COPY Re: Ashbritt Inc. 565 E. Hillsboro Blvd. Deerfield Beach, FL 33441 I, Kimberly Bryson, a Senior Vice President of Bank of America, N.A. ( "Bank of America'), confirm that AshBritt Inc. maintains average balances with Bank of America in the eight figures. Ashbritt Inc. has a Low to Mid Eight Figure Line of Cradit Facility with Bank of America that has been handled as agreed. This information is being delivered to you at the request of AshBritt. Please note that the information set forth in this letter is subject to change without notice, and is provided in strictest confidence to you for this limited purpose and your use only, without any responsibility, guarantee, commitment or liability on the part of Bank of America, its affiliates or any of its or its affiliates' directors, officers or employees. Bank of America cannot provide any Vcredit ratings or opinions of the creditworthiness of Ashbritt, and the above information does not constitute an opinion of Bank of America of the ability of AshBrtt to successfully perform any obligations under any agreement it may enter into with you, Bank of America or any other entity. Finally, Bank of America undertakes no responsibility to update the information set forth in this letter. If you have any additional questions, please do not hesitate to contact me. Regards, Kimberly Bryson Senior Vice President 954 - 765 -2144 V Baal: of America, FLe- M-09 -01 401 E. Las Olm Blvd, 9th Floor, Foil Lauderdale, FL 33301 CRe.J.d Fxper ;rte I h S U n I,r Re: AshBritt, Inc. Contractor Prequalification Letter To Whom It May Concern: (601) 960 -8209 It is the privilege of The Bottrcll Insurance Agency, Inc. and Safeco Insurance Company of America to provide surety support for AshBritt, Inc. In the past, AshBritt, Inc. has successfully completed single projects in the S500,000,000.00 range with an overall program of $650,000,000.00 US Dollars. Should any projects be awarded to and accepted by AshBritt, Inc., we are prepared to l , consider providing the required bonds on their behalf. Our support is conditioned upon V completion of the underwriting process, including satisfactory review of contract documents, confinnation of financing and our ongoing review of the operational and financial capacity of AshBritt, Inc. We are pleased to share with you our favorable experience and high regard for AshBritt, Inc. This letter is not an assumption of liability and is issued only as a prequalification reference request fi-om our client. It should be understood that any arrangement for bonds is strictly a matter between AshBritt, Inc. and Safeco Insurance Company of America. Safeco Insurance Company of America is listed on the U.S. Treasury Department's Listing of Approved Sureties (2005 Department Circular 570) and is rated A (Excellent) Financial Size Category XV (S2 Billion or greater) by A.M. Best Company. Sincerely, 4fcrry G. Veazey, Jr. Attomey -in -Fact M 36479 N m CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOIYY'YY) 4/27/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Commercial Lines - (561) 655-5500 Wells Fargo Insurance Services USA, Inc. 2054 Vista Parkway, Suite 400 West Palm Beach, FL 33411 CONTACT Curtis Weaver NAME: PHC O NNE c - - C No), 561 -555 -5509 Ext : E-MAIL DR INSURERS AFFORDING COVERAGE NAIC # INSURERA: Berkley Insurance Company 32603 INSURED AshBritt, Inc & Southeast Equipment 565 East Hillsboro Blvd. Deerfield Beach, FL 33441 INSURER. B : Great Divide Insurance Company 25224 INSURER c : Federal Insurance Company 20281 INSURER D $ 1.000,000 INSURER E: $ 100,000 INSURER F: $ 5,000 rnVFF Ar.FS CERTIFICATE NUMBER. 4254491 REVISION NUMBER: See below THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE AOO SUER POLICY NUMBER MMfDDfYYYY MMIDDY EXP LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY ECP01532245 -10 5 -22- 2011 5-22 -2012 EACH OCCE URRENCE $ 1.000,000 D A MAG TO REN I F PREMISES fFa occurrence $ 100,000 MED EXP (Any one person) $ 5,000 CLAIMS -MADE [ OCCUR PERSONAL & ADV INJURY $ 1,000,000 X Blkt Addl Insrd by contract X Blkt WOS by contract GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 PROFESSIONAL $ 1,000,000 POLICY X PRO LOC B AUTOMOBILE LIABILITY BAP1532245 -10 5 -22 -2011 5 -22 -2012 COMBINED SINGLE LIMIT Ea accidenC � $ 1000000 BODILY INJURY (Par person) $ X ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS NON -GWNED X HIRED ALTOS X AUTOS PROPERTY DAMAGE Per accident $ $ Blkt WOS by contact X Blkt Add'I Insr x Blkt WOS by A UMBRELLA LIAB X OCCUR FFX1532248 -10 5 -22 -2011 5 -22 -2012 EACH OCCURRENCE $ 10,aoo.Doo AGGREGATE $ 10.000,000 EXCESS LUIS CLAIMS -MADE DIED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE I�--ry-�� OFFICERIMEMBER EXCLUDED? I_.._J (Mandatory In NH) NIA WCA1532247 -10 5 -22 -2011 5 -22 -2012 X I WC IMTj I pTH- E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1.000000 E.L DISEASE - POLICY LIMIT $ 1.000.000 If yes, describe under DESCRIPTION OF OPERATIONS below C Rented /Leased 6639855 5 -22 -2011 5 -22 -2012 250,000 any one item DESCRIPTION OF OPERATIONS f LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) GENERAL LIABILITY: Comprehensive General Liability including Pollution and Professional Liability with $10,000 81/PD Deductible. Coverage includes Blanket Additional Insured with products and completed operations coverage for Additional Insured with Waiver of Subrogation when required by written contract, performs ECP1004 AND ENV2004. COMMERCIAL AUTO: Includes Blanket Additional Insured with Waiver of Subrogation when required by written contract. WORKERS COMPENSATION: Blanket Waiver of Subrogation applies when required by written contract. EXCESS LIABILITY: Follow -Form over General, Pollution and Professional Liability, Commercial Auto and Workers Compensation policies. EQUIPMENT FLOATER: $250,000 limit for any rented or leased equipment and $500,000 policy limit for rented or leased equipment. 10 Day Notice of Cancellation applies in the event of non - payment of premium. AshBritt, Inc. 565 East Hillsboro Blvd. Deerfield Beach, FL 33441 ACORD 25 (2010105) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE le 10 The ACORD name and Iogo are registered marks of ACORD (?) 1968 -2010 ACORD CORPORATION. All rights reserved. (This =r fi ete MPs ®s WdAuW 4254AN agu m e27r201 .2i 3.0 Qualifications & Management MA Background & Experience Overview AshBritt, Inc. is a South Florida based national rapid- response emergency services and disaster recovery and special environmental services contractor. For nearly two decades, we have managed and executed over 96 disaster and 38 special environmental projects, successfully serving over 100 clients. We have been directly involved in the debris recovery efforts of 35 federally declared major disasters in 15 states, beginning with Hurricane Andrew. Each of these recoveries was conducted under the authority and oversight of the Federal Emergency Management Agency (FEMA), positioning us as one of the foremost experts in federally funded and monitored disaster -debris recovery missions. This extensive experience over the past two decades has created an abundance of knowledge and expertise for our principals, managers, and personnel. Our senior management and technical consultants at present have more than 150 years of combined disaster -debris management experience, and are intimately acquainted with all facets of disaster recovery, including debris removal, management, reduction, processing, recycling, and disposal, as well as emergency planning, damage mitigation and risk abatement. Most importantly, they are widely conversant with the Robert T. Stafford Act and 44 C.F.R., the resultant FEMA debris management policies, and the federal Public Assistance Program procedures and guidelines. As such, our team is able to manage recovery projects to fully maximize state and federal reimbursements. We pride ourselves on our full- service, client- focused approach to disaster recovery, as we offer adept and balanced operational and administrative support—a factor often neglected and paid `lip service" in our industry. We fully appreciate the exigent - nature, pressing schedules, and exacting demands of recovery efforts, and we have proven through our capabilities and wherewithal to be a Demoiiuon- HeRi2010 professional, reliable and competent contracting F We have it first hand the economic strain and demands that communities face in the aftermath of major disasters. State and federal funding to support immediate local recovery efforts often lags significantly. To ensure a cleanup proceeds and remains on track for our clients, we have always been willing and able to delay receipt of payments and offer financial support to sustain a project. Our careful management and sound financial capacity allows us to see even the largest of recovery projects through. Our expertise, capabilities and financial strength were recently highlighted by our Snow Remove) - MD/VA 201D unprecedented accomplishments as the Prime Contractor for the U.S. Army Corps of Engineers' ( USACE) recovery mission for Hurricane Katrina in Mississippi. The Katrina MS recovery project was the largest and most varied debris mission by a single company in U.S. history. The lessons learned from this project as well as from our other diverse past projects have allowed us to expand and fortify our technical and production abilities, making us the forerunner in the disaster recovery industry. This is further validated by our recent selection, after rigorous evaluation of our experience and capabilities, as the USACE Prime ACI Contractor for Regions 2b (NC, SC, and GA), 5 (CA, NV, UT, AZ, and NM) and 6a (HI), as well as the Reach Back (secondary) Contractor for Region 3 (LA, MS). Our ultimate success, however, has always been founded on our commitment to caring management, direct communication, ethical business practices, and unmatched safety and quality control— values all leading to total client satisfaction (and, most importantly, grateful residents). Following are some highlights of our capabilities and recent accomplishments and successes. Severe S.n- owstorm &T/MAJ, 201-1. - Through Statewide contracts, activated in 55 CT and MA communities for emergency push and debris removal. Conducted hourly emergency work in 30+ jurisdictions, totaling over 3,500 equipment/man hours at a cost of approximately $]million. Performed debris and hazardous tree removal services in 19 communities in both CT and MA, collecting and processing approximately 3.7 million cubic yards of debris. Removed a combined total of over 180,000 hazardous hanging limbs and 14,000 hazardous leaning trees in both states. Operated 19 DMS in CT and 19 in MA Vsimultaneously. Total value of contracts approximately $160 million. Hprri cane_ Irene, -2011 11 - Activated in multiple VA, CT and MA communities. Conducted damage assessments, equipment mobilization, debris removal (approx. 68,000 CY), DMS operations and technical assistance. ` 201.1.lomados= _EasternM.S, v - Activated for demolition and debris removal in Washington County, VA, Fayetteville, NC, Floyd County, GA, and Western MA (multiple communities) in response to 2011 tornados and straight -wind outbreaks in eastern U.S Haiti - Earthquake Relief - Through multiple Joint Ventures: Demolished over 400 buildings; hauled over 450,000 cubic meters of debris; constructed approximately 1,800 square meters of support buildings (3 acre life- support base - camp); imported 15 ship loads of heavy equipment (200+ pieces) and emergency assets; managed Truitier Landfill site and other dump sites. Gulf 0 LSpill 2010 - Mobilized and deployed management and supervisory personnel, boats, oil skimmers, and absorbent boom to Bay County, Gulf County and Walton County, Florida, as well as specialized oil skimmer boats and supervisors to the State of Mississippi (contracts still active). We are also on stand -by for a number of other Florida coastal communities. Mid _Atlantic S now storm.i2010) - Mobilized project managers and foremen and over 425 pieces of heavy equipment (wheel loaders), dump trucks, dump plows and other support equipment for six MD and VA communities following the multiple snow blizzards that struck February 2010. Owing to the dearth of available local resources and the high immediate demand, we mobilized much of our own equipment from Florida and called upon many of our long -term first responders from as far away as Alabama. The lion's share of equipment was mobilized within 12 to 18 hours of official NTPs. -We supported the snow cleanup and removal operations, which were conducted on 950- a 24 hour basis, logging approximately 4,000 man -hours and just over 26,500 equipment -hours in just over a two week period. .Hurricane _Dolly_and Ike, Texas2008 - Supplied flood mitigation (Hydraulic Pumps/Vac Trucks), power generation, emergency water, food and lodging, building restoration services, amongst other emergency response services to multiple clients (see details herein). v- Collected, hauled, processed and disposed /recycled of over 2 million cubic yards of debris for 14 clients (Dolly: 645K CY, Hidalgo, TX — 15 subs, 93 trucks, 5 DMS, 14,429 loads; Ike: 1.7Mi1 CY, Multi — 79 subs, 565 trucks, 10 DMS, 38.5k loads). Restoration Work - Ike 2008 .Hurricane -Katrina,Mimissippi, 2005 -2006 - Removed and processed over 21 million cubic yards of vegetative debris and wreckage, managing and operating 49 temporary debris processing sites. - Hauled over 700,000 loads of debris and wreckage, using approximately 12,400 certified operational hauling vehicles. - Served 16 jurisdictions, covering over 8,400 square miles and over 175 miles inland. - Employed and managed over 1,230 subcontractors, and over 500 local personnel for recovery efforts. - Disposed of over 1,900 tons of spoiled foods and significant quantities of household hazardous materials. - Collected, processed, recycled and/or disposed of over 25,000 dirty and clean white goods, as well as over 3,500 cubic yards of a -waste and over 75,000 cubic yards of concrete and masonry. - Removed and hauled 24,045 hazardous stumps, 182,940 leaning trees, and 332,079 trees with hanging limbs. - Backfilled 40,542 hazardous holes and 1,840 private pools, providing barrier fencing for pools. - Completed approximately 29,000 right -of -entry properties, including over 3,000 contained demolitions. - Provided emergency quarters and hygiene facilities for more than 300 government personnel, as well as established a commissary that served more than 10,000 meals. - Provided over 50,000 gallons of emergency diesel fuel for initial operations. - Maintained less than .01 percent of lost -time injuries to total- man -hours worked, operating at high levels of safety, quality control and integrity. - Successfully accounted for all ROW and ROE work through our information Base Camp - Katrina 2005 tracking systems. Hurricane -Wilma & Katrina,- Florida, 2005 v- Collected and processed over 5 million cubic yards of vegetative debris and C &D for multiple clients, managing over 30 temporary debris processing sites. - Collected and hauled over 200 attached /3,200 unattached hazardous stumps. i - Provided emergency power to 12 clients and pump support to several clients. i - Conducted emergency response for petroleum releases in Collier County, FL. 2004 Storm Seasor .Florida Served as the prime contractor for 23 clients in the State of Florida, simultaneously. Major clients included: 1) Charlotte County (1.9M CY, 70 % -90 days), Orange County (1M CY, 85 % -90 days) - Hurricane Charley; 2) Escambia County (24M CY, 73% -90 days) - Hurricane Ivan; 3) St. Lucie County -Port St. Lucie (840K CY, 92 % -90 days), Brevard County (380K CY, 96 % -90 days) - Hurricanes Frances, Jeanne. - Collected and processed over 10 million cubic yards of vegetative and C &D debris, hauling approximately 30,000 attached and unattached hazardous stumps. - Provided myriads of ancillary services to numerous clients, including: boat containment, canal dredging, sewerage vacuum services, and emergency power generation. Tr &Queue - Isabel 2003 AshBritt Basic Organization To provide the broadest range of integrated services to our clients, AshBritt is organized into three divisions: I . Disaster Response & Recovery Services- Provides response of personnel, equipment, resources, assets and an array of emergency services to communities throughout the U.S. impacted by various disaster events. Provides pre -event planning, preparation and training and technical assistance. 2. Restoration & Rebuilding Services Provides environmental and mechanical engineering and construction management services. Specifically, develops site and remedial action plans, conducts wetlands mitigation and water quality analysis, designs plumbing and HVAC systems, site lighting and fire alarm and security systems. 3. Special Environmental Services: Manages demolition and specialized environmental projects such as marine activities, dredging, boat removal, and waterway debris removal. Hazardous material containment and mitigation, mass decontamination, toxic material abatement, and emergency remediation fall under this division. The integration of these divisions provides us, and ultimately our clients, with the solid foundation of personnel, management, and expertise so vital to disaster recovery missions. As all disaster events are unique, it is essential to respond and adapt to wide and varied circumstances. We have shown with our diverse base of operation that we can provide thorough, comprehensive, value -added recovery services to all disaster - impacted communities. Moreover, we have demonstrated the capability to mobilize either to a single catastrophic event or to multiple simultaneous events with hundreds to thousands of crews and with myriad essential resources and specialized services. Miami Canal DreEging - 2002 In addition to our own considerable resources, AshBritt maintains ample relationships with specialty firms experienced in the complexity and demands of recovery missions. These partners include PA program consultants, temporary humanitarian support and facilities suppliers, emergency power generation providers, canal and marine recovery and removal contractors, hazardous materials response and mitigation specialist, as well as highly skilled heavy equipment owners and operators Overall our corporate, managerial, technological, and operational infrastructure allows us the flexibility and adaptability to grow quickly to meet the resource demands of potential large and varied events. Following is a list of some of AshBritt's memberships, commendations and charitable outreach: Florida Licensed GC; FDOT, TXDOT, TX -GLO Qualified Contractor; FDEM Stand -By Contractor; Member of the USACE - Jacksonville District Safety Pays Committee, National Association of Demolition Contractors, Dredging Contractors ofAmerica, State of Florida, Board of Professional Engineers, Society ofAmerican Military Engineers; South Florida APWA — Board. Sponsor APWA ofAmerica: Various Chapters, Florida Emergency Preparedness (FEPA), National Hurricane Conference, Governors Hurricane Conference, Texas Hurricane Conference, South Carolina Emergency Management, North Carolina Emergency Management, Maryland Emergency Management, South Florida Hurricane Conference and Florida League of Cities and Association of Counties. Awarded 2009 "Award of Excellence" - South FL Chapter of the APWA; APWA South Florida, Vendor of the Year 2006 -2007; Contractor of the Quarter three times by the U.S. Army Corps of Engineers, Mobile District; Presented 2010 "Keep Texas Beautiful" Award; Presented "Award of Gratitude" from the City of Port St. Lucie Keep PSL Beautiful Committee (2005- 2007); Presented "Hurricane Isabel Heroes" Recognition from the City Council of Hampton, Virginia (2004) for disaster recovery efforts. Recent Related Recovery Projects: Overview Through pre -event emergency stand -by contracts, AshBritt has responded to multiple clients in 2011 the wake of northeast severe snow storms, Hurricane Irene and the spring tornado destruction. In 2010, we responded to the Gulf Oil Spill and to the Mid - Atlantic snow blizzards. Additionally in 2008, following Hurricanes Dolly and Ike, as well as TS Fay, we responded to multiple clients. In addition to the vital function of debris management and removal services, AshBritt provided an array of critical emergency response, restoration and remediation services. Following are summary statistics and descriptions from these recovery efforts. Proiect Summaries 2011 Severe Snowstorm — MA/CT (3.7M CY) NC Tornados — 4111 (142K CY) Hurricane Irene — MA, CT, VA (70K CY) GA Tornados/Wind Storms — 4 111 (23K CY) MA Tornados — 6/11 (385K CY) VA Tomados/Wind Storms — 5111 (80K CY) Proiect Summaries 2010 Gulf Oil Spill Response (Bay County, Gulf County, Walton County, Mississippi) — 2M Linear Feet Mid - Atlantic Snowstorm (Maryland and Virginia Clients) — Over 30,000 Equipment/Man Hours Project Summaries 2008 Hurricane Dolly — Hidalgo County, TX Hurricane Ike — Multiple Clients (Coastal TX) 645,000 cubic yards debris collection/removal. 1.7 million cubic yards debris Flood mitigation/water relocation missions. collection/removal. TS Fay — Collier County, Brevard County, FL Multiple Emergency Services missions 45,000 cubic yards debris collection /removal. (delineated below). Detailed Statistics (Debris Removal) ' Hurricane Dolly Recovery Project Statistics Total Trucks (Collection) 52 Client: Hidalgo County, TX ( +Munis) White Goods 0 Category Total Amount TDSRS Sites 2 Cubic Yardage 644,153.50 FDS Sites 2 VSubcontractors 15 Total Tickets 1,191 Total Trucks (Collection) 93 White Goods 0 Hurricane Ike Recovery Project Statistics TDSRS Sites 5 Client: Multi (TX) FDS Sites 3 Category Amount Total Tickets 14,429 Total Cubic Yardage �.7 M Water Relocation/Pumping (gals) 350 M Subcontractors 79 TS Fay Recovery Project Statistics Total Trucks (Collection) White Goods 565 Client: Multi (FL) TDSRS Sites 29,287 10 Category Amount FDS Sites 7 Total Cubic Yardage 45,472.20 Total Tickets 38,500 Subcontractors 10 Texas Project Information (Special Services) Power _Generation:. Over 40 Generators Deployed: Orange County, City of Orange, City of West Orange, Hardin County, Victoria, Wharton, Bridge City, Vidor, Lumberton, Nome, Beaumont, and Galveston. Emergency Meals ,_Lodging. &_Hygiene: MREs, Water, Gatorade, Cots /Sleeper Units, Temp Housing, Shower Units, Tempo Office Units, Refrigerators, Dry Containers, Grocery Deliveries to Orange County, Bridge City, Vidor, Victoria Water-Relocation_&_Putnping: Over 350m gallons of flood water relocated in Hidalgo County (hydraulic pumps and Vac Trucks); Pumps/Vac Trucks deployed to Bridge City, Orange County, and Galveston. Building___ Remediation/Restoration: 17 Orange County Government Buildings: water /debris extraction, decontaminate /disinfect, drying -in, and climate control, document recovery, etc.; Galveston Trolley Station remediation/restorati on. Texas Special Debris Handling White Goods_(WGO: 18,000, Orange County, TX; 11,000, Galveston, TX L Freon Extraction: 3,200, Orange County, TX; 4,300, Galveston, TX �/ White Good Decon_ (Dirty WG): 3,900, Orange County, TX; 4,800, Galveston, TX E_WAstgUnits: 2,200, Galveston, TX; Household Hazardous_Waste_(HHW): 195,000lbs, Galveston, TX v I� v1 G � 'S N Q C N u 0/ %cc � rd: to d � ai h w r d d �O v v Gv 0 a" V y p v O 3 v 4 c `u �n 0 eb < C v �n e e b m 0 n v 0 b 0 T a 4 „ a' R C B p C m 8 y ¢ w F c 2 i r O v b O O aca ao a a �; c E U U V � t' V � '_' \ ^• O V y �o C a 01 6 •y ° b H y m i G V � O a � � o; � o m ao ie c j P N a y A N C Y •° � � O ° V {L b r 0 v 0 C T Z Yi a^ m Vl �:. f" p❑ K l V L y ti p 0' G (-0 lL v V 4 ° 4 O 3 6 W Yi ppOl 1' Zi o~Uw= �0°22� S20 ;Z'p 'Sk b U 02 v = Toz k = ov $� y rt U •y h U ro d o v e a y 0 3 u' � O •� O ti n N g O < 'OT °° < V 4 4� ,.] ,� O •`• -1 O 0 O �i Li a 2= U °V U Q C o O iv. � V 9� ° v ULUt '° c mwi Yi' r Y yll C � 0 oa N O � O > y v � a c co ai 4 C4 .mod. V y � O Q ,N� .c. �u O y � T C 'a � v $ 3 a 0 3 0 r O o Oa $ y ° O b ` W b L� ❑ O Q O ¢ ^ �^ w V N Jul. pur zW a O, w W m N a Q — A y = o N p V N Y � _ T O tiw o v o a i n d � a b r o a _ o a v J ¢ 3 `e L 3 V l° i C N 4 ry "3E 3 a` a = sva q� a`ro 9�ar a d 3 SH'� ueiCZFxE� y W s2Fgx y O uEiCS F�Y JV .`o E v ' o y E p j V O N i G W E u 3 h p E o 3 9 m a 'o i i a "' ❑ o DS oa DS oa° OS ? 3 E e m Z.` T � ❑ c O o = d O y 3 w u y WK2�88 o uSrcx°� vz;zx'�88 o a° m n eo n h o0 ry V Q !N O W O q !w v_ _ o _ v 'o =pox os 5vs L V `o O A d K a � m < o� ¢ V m❑ ¢ °1❑ c n ,0 a b b 4i m m m W .EJ. as G i PH y � T C 'a � v 3 a 3 � m r O H Oa o y �a�e O b ` W b L� ❑ m r < 6 'Q O �a�e O b ` W b L� ❑ O Q O ¢ O Jul. �o6 U O, n W m N a Y _ T O tiw o v o a i n b y ry o a _ o a v J ¢ 3 W "3E 3 a` a = sva q� a`ro 9�ar a SH'� ueiCZFxE� y W s2Fgx y O uEiCS F�Y JV E v ' o y E p j V O N i G W E u v c E a 'o i ❑ a "' ❑ o DS oa DS oa° OS O b ` W b L� ❑ O Q O ¢ O Jul. �o6 U O, n I� v1 2� o ad O N �+ O > y a u � yd G W d QW a m � A y n .L ca .� .0 d ¢ "O i U c m 6 W �i a °o S o a $ S o 8 0 0 ?e o h K b Ci e tl V L b oo �G p e ch O E w `mom °w }r O w w t m w V CR '� N b '� u M r 3 • o o M o _ m n r a y y � v a o Q a D U X E pp O o°o r V E dv °vrni y 3 °u d > 1 d W y o W me Lppa NL� >O mV "p1 by.]gq WO W Y e�}arn CNN 9p N duY r'V y U TMU Yb@J ._ r'^ E ...Iq�A�aN �� E `• s tl O C ,� m u :. m d'�oe?. S�O9 a M q U ~ U � � M 9 ti Q 6i W W L 00 p p m W W L OO Sg y U) M M {31 a C1 r L y p 4g, p C 9 O 1p b A n N 3 ° $ $^i c nv o ga a .�.. b d 4 C l- y y 0 > O °� W O Z T T V V l y T U Q � � VJ 4 b� p C m a p tl ❑� �o O O.' � p $ .. O O T C S. p y a d•� �� a " � 1.2 K a,e o3 % � e�3 � o� T' e�3 � ¢a� q�3 eS "o 3 ° � o wrcxF -x� wwxFxx T 0 wwx Fd'g � Q u we xFC�� � wof xF�� v - wK xF rl a' - �'b o E =' E ° o E ry a `O E E >.: E a a` v a o v m m e m e m a v E g O 6 v 6 yv. O O j O O 3 O ° u W - mC' m d �C mNa rte, t mo �C W �C Nt a oK m E h `o_ T < or a oT UFO m o w� w m_ q u u. E m v E c E o E y p Z 2 r/ v pv 6 v `o e `o i 3 v K O a O E N E N W O a y a e y d .Q u � YC t c k =_ W b � V V o y n Q: O N a tu cc � O d O $ u N v C4 � ° N a+ a u � s � � a V rt0n •` � R O w � c d rC = • � C x � W v Q 0 2 g N 0 0 ? b m o a s oa v v v> m r d o °; o� o IC y O M < o h C a < u < U _ 0 4y Yo1 yC wr'a v° a y •O a � O °^ � � p' S vo. > 00 0 `� O" > a y_l V M® L N ✓1 >pbb ° a N V A le: d a r °� N e M M� 1 d a 6 r q V L d fl M L O ti 8 O N Z W W Y N W 3 y< b b y N ° ap y 4 r„ O e 4 p a U Y d° L N p .Ti 1�•1 mo v 3 v W z C O N L q E %�• V � ^mil n W $V' E i�� G Z y$ C ti EL S e q�3 "e c ;mE ,moo t3'm'E E = 3m°E'E v'o m39y3 d� 3�rc.p oC,eo 3o: .g .n V wc2FCYx � h wz2F[]o O wK2Fx� wz21 -gxw> o m w K SF�� �' y Q wzx „~V, y Q F�� o o OE s y OR zii F D^'�+• �c° a QLL ` E y 3= a E s o e v p b p y 5 0 S .° y a a G S o Q° b Q Ed 'om m y •� r .� N Z E� y_ °� d u e v Y a 9 v L$> N v y G LL; ❑ >. O i y u 41 � r u y ato z r V „O ❑ hl •L J Y 40 v v 4 e a y 0 v `b '3 v n s 6 �C a `o Q r e _ 4 e a i 0 4 { 0 0 0 i E 4 O b V 2 u a W g w O N a y _ CJ O � yVj yrj •y �a y3 b w N � � H (A L b y f9 6 b 0 M > a W o O y W' b C eo y O\ b O y d d a U U o a` jb d U Y a ry v n � [, _: c v n ° a V O y > `• C O a V U > O d �% b a r C r �D b- N A V q �O p N b � �• A �_ r°n L • E L M b 9 r r V� � y C U ,^ � mw y� Fr�F �_:a c.ry n � Qxr � °t° F•a n �Oor .° Yj w 0 0 n U p O p c p c b° v P y h z � it rii g m 'o F m >° ° ❑ E o o C'i [-" c v F .` = E; � o ^ np 3 b u w °O� 2 y z'EF ��t• ° z °'E� 5 ° �_ mg � 9 m .°, 'c n mg m � m� _��`S ��, ^+ O. cai 6 YE1 K S F x T y °V' ... K 2 d U T O a `a y• . C � a C V L c zi > °`ti E � `o'.•�°.p e y +a b o `a u'o ° aa` A as � O E o .a E E r O�� O S e"i ❑ O C _° � ti W N O. C V O❑ V y L] V �. � uy U o•n _ O,: ob ❑ S o a i ❑ S ❑S °i ❑rn �❑ ri `nQ T ¢ iw 20 Gtl o❑ Qdz❑ Q.an Q'E❑ Q E L nd HC y O �1 a N � Q > y u N N. a m M oC W % O acc U N L N Y A ,N d y d e � v 4 aT d C O v 0 v x 3 v "m g Qe- h U �O 0 a 5 F V v �4 g v b V A a m `y 0 O O V v N G 6 d d W C y r v x ¢ W C z° g o 4 T,eiuN O V O a �+ 0 3 a E 0 0 o z fi ` o E h N V O N h O U D\ O W G m vtl N '0_4 GV< C N f7 x =mro pC a rnmin - 'a 'e a `a i 3 � ° 3 � `+ .5 > ° V ° 3 a 3 •� o u °� u °�m:o "u ° @�, "„ h "u ° "e �: _ °•u° ".g Qmu "-s.S .; "u°m.a ., i" �� i i �• � E °a i 0 x O � rK O 8' a ri D v u O �� :: `v x O I u '�' � y x i E" � � �' � i E rii � i ° rcs��8 'm °zx °Stl 'u�`isi�8g "a �'o am. "�&o" E =o ;Ez.2 .8 a" gg g9oa 3E' .2 c b U a` a` a`o b wzx�gx ewsx a`wzx��� Nws b s�x� 'a a a a a V � o b V W 0 V v d V W U FIWiLL y d w d rn d U� haLL yi `.S ii `"V fi V N m m m d m •"m Y •� Y in Z d d a �m a a a r a V d y Lr N q � O > y u 41 F4 � y Y c w u y V L° O q _N rCK 'L a "O v _u i O T { a 0 `u 3 i U K l' a V 5 �o a b v a K r a 0 e Y ti 0 a v o' E 0 { 0 v i m Q i r m d d c s W E E N u W n W O D m b y y P �f s gS y [e � i r 0 O U c°. O 0 0 g OO e S Q S o y N P vz o° ° �e o 'E � J P N no .v e Y V �i N vsO hs ; v om 31H I U U � � wOo�oN w w—�vW �e wP wr •V wS woe `0 a �sC w wS rsro wQ na C vsO i ppppm U c'°� N F�P O O O . q L u L v U- eg�Nsp a li a IL F sgr v O Q O c v U g `OY vU'O' i2 v°0ia. ° u ? o a u` -a 3 o V L V gWz O Y a 0 V ^ h " S u> i o � a �a vo �o y m 8os a0mf .oxciYo °zx °88 zx��x h °cx "TSB c u v au a a ` E ° E FV yW EVO V d L Y 4 — a e L V C m0 m � Q 0 { Y o `m Z e 4 E° E° E v Y Y .T. U U = e e a a a W E E N u W n W O D gO svO so �f s gS y [e � i r 0 O O 0 O 0 0 g OO 0 0 1° vz `. �e o n —t mboP P a�sO om�n no .v r o�sO o v �i N vsO hs ; v om 31H I n `ves ^ Vi � � wOo�oN w w—�vW �e wP wr w8 wS woe `0 Ao wO �sC w wS rsro wQ na vsO i w U c'°� F�P eg�Nsp wg sgr v Q V e �a U U 0 d C e pp pp Oti O O Z Z O Z o ZriYiyHy�i m v�C) y V Q F O ro P h O g N h N — � ^ �� N N m O O r g m O m Nl N N P M Q Po N b� — m N m� r fh ro� N m N m m P m e m V b �' r r Y N O e r r e mq eve moo.j `° ymj P M P P„ m P N N r P P b r ri m p p P U o U Er 9 t: g= c E g E Y`m u E o E o g o D as iC :]FUU> F V h M MU. - . •L JG YYYY y N y c y oy Y U Y 08 y V c JZ` c JZ Y Y U.�.�.R's c c c c c � c :2 c :E V o m m m w m o o m o o 0. a o 0 0 ;m z^ ^^ ^zzu ^zz zzz p G A A W A F F + a F � - ° , � . ° ao ' F n ° n° o' c ' . ° , . ° . � � z a a a a s 8a�aaaaaaaaa ".gaaa as sTegegggggg o V p fJ (l a o 0 0 8 a o a a o 0 o e s o o s 3 ci ci IJ (J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � m a. a . 3 8` n ` 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 3 3 0 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 0 3 3 0 3 3 ° o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 x m m m m V 0 0 0 ee— a Ioc�w9.guom L V U O O V U 'E U -E O O E V V O V t U _ SSSSSS 22ti li. f- SS4.u:S221 111 a U O z V z u m F v0 3�z3u 0_ o OX CE g'> E D`o �'9 z0UCi Eij Recent Hurricane Recovery Performance: TX Project Summaries Orange County- Texas (Hurricane Ike FEMA 1791 DR) Contact: Jeff Kelly, EMC, p 409 - 882 -7895, Email: jkelley @co.orange.tx.us Project Term: 09/14/08- 02/19/09; VolumeNalue ( Approx.): 620,000 CY /$16.4 mil Description: Supplied 8 emergency power generators, emergency meals, lodging & hygiene and other response services, including: MREs, water, Gatorade, cots /sleeper units, temp housing, shower units, temp offices, refrigerators, dry containers, and grocery deliveries. Provided building remediation/restoration services for 17 Orange County government buildings, including water /debris extraction, decontamination and disinfecting, drying -in, climate control, and document recovery. Supplied eligible debris collection, removal, temporary storage, management, reduction and lawful disposal. Work consisted of handling over 18,000 White Goods, of which 3,200 required Freon Extraction and 3,900 required decontamination owing to putrescent food and other substances. Overall, we collected approx. 15,750 loads of debris and removed over 11,000 hazardous hanging limbs utilizing approximately 250 hauling vehicles. Contact: Charlie Kelly, EMC, p 409 - 765 -3725, Email: kellycha @cityofgalveston.org Project Term: 10/01/08 - 10/26/08; VolumeNalue ( Approx.): 330,000 CY /$12.0 mil Description: Supplied eligible debris collection, removal, temporary storage, management, reduction and lawful disposal. Work consisted of handling over 11,000 White Goods, of which 4,300 required Freon Extraction and 4,800 required decontamination owing to putrescent food and other substances. Also collected and processed over 2,200 Ewaste units and over 195,000 pounds of household hazardous waste. Extra diligence had to be performed during recovery operations owing to the great number of historical structures severely damaged in the City. Overall, we collected approx. 7,500 loads of debris utilizing 140 hauling vehicles. City of Pasadena. Texas (Hurricane Ike FEMA- 1791 -DR) Contact: Robin Greene, Dir. PW, p 713 -475 -7835, Email: rgreen @ci.pasadena.tx.us Project Term: 09/15/08- 10/26/08; VolumeNalue ( Approx.): 428,000 CY /$4.5 mil Description, Provided emergency debris clearance. Provided eligible debris collection, removal, and lawful disposal, as well as hazardous tree and limb removal. Overall, we collected approx. 9,500 loads of debris and removed over 9,800 vhazardous limbs and leaning trees utilizing 90 hauling vehicles. Hardin County, Texas (Hurricane Ike, FEMA- 1791 -DR) Contact: Ken Pelt, County Comm., p 409 - 287 -3300, Email: peltfarm @outdrs.net Project Term: 09 /16/08- 11/18/08; VolumeNalue ( Approx.): 377,000 CY /$4.5 mil Description: Supplied emergency power generation directly following hurricane. Provided emergency debris clearance. Provided eligible debris collection, removal, temporary storage, management, reduction by grinding and burning and lawful disposal. Overall, we collected approx. 6,400 loads of debris utilizing over 130 hauling vehicles. City of Jersey Village, Texas (Hurricane Ike FEMA- 1791 -DR) Contact: Michael Brown, PW Dir, p 713- 466 -2107, Email: mbrown @ce.jersey - village.tx.us Project Tenn: 09/16/08- 10 /1/08; VolumeNalue ( Approx.): 38,000 CY /$500,000 Description Provided eligible debris collection, removal, temporary storage, management, reduction by grinding and lawful disposal. Overall, we collected approx. 760 loads of debris utilizing 22 hauling vehicles. City of Beaumont- Texas (Hurricane Ike FEMA- 1791 -DR) Contact: Sgt. Tim Ocnsachek, EC, p 409466 -5117, Email: tocnaschek @ci.beaumont.tx.us Project Tenn: 09/12/08 - 10/1/08; Value ( Approx.): $260,000 Description: Supplied 7 emergency power generators directly following hurricane. City of Victoria. Texas (Hurricane Ike FEMA - 1791 -DR) Contact: Jeb Lacey, Emergency Management Coordinator, p 361 - 485 -3362, Email: jlacey @victoriatx.org Project Term: 09/10/08 - 9/24/08; Value ( Approx.): $235,000 Description: Supplied 5 emergency power generators and 200 cots directly following hurricane. Wharton County, Texas (Hurricane Ike FEMA -1791 DR) U Contact: Andy Kirkland, EC, p 979 -532 -2541, Email: andy.kirkland @co.wharton.tx.us Project Term: 09/10/08- 09/24/08; Value ( Approx.): $25,000 Description: Supplied emergency power generation directly following hurricane. Contact Jerry Jones, EC, p 409 - 626 -1723, Email: jjones @bridgecitytex.com Project Term: 09/14/08- 9/30/08; Value ( Approx.): $573,000 Description- Supplied emergency power generation, fuel and pumping services, as well as mobile sleeper units, showers, a mobile command center and an aviation trailer directly following hurricane. City of Vidor. Texas (Hurricane Ike FEMA 1791 DR) Contact: Ray Mosely, EC, p 979- 798 -9135, Email: rmoseley @vidorisd.org Project Term: 09/14/08 - 10/5/08; Value ( Approx.): $171,000 Description- Supplied emergency power generation and mobile shower units directly following hurricane. Ci'lof Brazoria. Texas (Hurricane Ike FEMA 1791 DR) Contact: Teresa Borders, City Manger, p 409- 656 -8591, Email: citymanger @cityofbrazoria.org Project Term: 09/16/08 - 10/15/08; Volume/Value ( Approx.): 15,500 CY /$245 k Description Provided eligible debris collection, removal, temporary storage, management, reduction by grinding and lawful disposal. Overall, we collected approx. 300 loads of debris utilizing 15 hauling vehicles. City of Sour Lake. Texas (Hurricane Ike FEMA 1791 DR) Contact: Larry Saurage, City Manager, p 409 - 287 -3573, Email: Isaurage @cmaaccess.com Project Term: 09/17/08 - 10/19/08; Volume/Value ( Approx.): 27,200 CY /$290 k Description Provided emergency debris clearance. Provided eligible debris collection, removal, temporary storage, management, reduction by grinding and burning and lawful disposal. Overall, we collected approx. 450 loads of debris utilizing 22 hauling vehicles. City of Kountze. Texas (Hurricane Ike FEMA 1791 DRI Contact: Kimberly Haines, CS, p 409 - 246 -3463, Email: kmkch @sbcglobal.net Project Term: 09/16/08 - 10/16/08; Volume/Value ( Approx.): 10,100 CY /$137 k Description Provided emergency debris clearance. Provided eligible debris collection, removal, temporary storage, l i management, reduction by grinding and burning and lawful disposal. Overall, we collected approx. 215 loads of debris \� utilizing 10 hauling vehicles. City of Lumberton. Texas (Hurricane Ike FEMA -1791 DR) Contact: Steve Clark, City Manager, p 409 - 755 -3700, Email: susan @cityoflumberton.com Project Term: 09/14/08 - 10/15/08; Volume/Value ( Approx.): 65,100 CY /$725 k Description, Supplied emergency power generation. Provided emergency debris clearance. Provided eligible debris collection, removal, temporary storage, management, reduction by grinding and burning and lawful disposal. Overall, we collected approx. 1,610 loads of debris utilizing 35 hauling vehicles. City of Rose Hill Acres. Texas (Hurricane Ike FEMA -1791 DRl Contact: Nannette Knight, Mayor, p 409 - 755 -7160, Email: mystormyknight @yahoo.com Project Term: 09/16/08 - 10/13/08; Volume/Value ( Approx.): 7,900 CY /$131 k Description.• Provided emergency debris clearance. Provided eligible debris collection, removal, temporary storage, management, reduction by grinding and burning and lawful disposal. Overall, we collected approx. 157 loads of debris utilizing 9 hauling vehicles. City of Nome. Texas (Hurricane Ike FEMA -1791 DR) Contact: David Studdert, EC, p 409 - 656 -0946, Email: davidstuddert@hotmail.com Project Term: 09/14/08- 09/28/08; Value ( Approx.): $48,000 Description: Supplied emergency power generation and pumps directly following hurricane. Hidalgo County. Texas (Hurricane Dolly FEMA 1780 DR) Contact: Raul Lozano, A.D., p 956- 975 -8044, Email: raul .lozano @hidalgocountyjudge.com Project Term: 07/23/08 - 11/24/08; Volume/Value ( Approx.): 650,000 CY /$11.6 mil Description: Supplied emergency pumps and vacuum trucks to mitigate severe flooding attributed to the storm; relocated and rechanneled over 350 million gallons of flood water. Provided eligible debris collection, removal, temporary storage, management, reduction by grinding and burning, and lawful disposal. Overall, we collected approx. 14,500 loads of debris utilizing 94 hauling vehicles. We established and maintained 5 temporary debris storage sites and serviced 16 separate municipalities within the County. AshBritt USACE Katrina Mission Production Graphs v Note: During the Hurricane Katrina USACE mission, AshBritt collected and removed over 9 million cubic yards of debris during the first 60 days of the recovery, an average production rate of approximately 170,000 cubic yards per day. At our peak, we removed over 300,000 cubic yards in one day. AshBritt collected and removed over 21.5 million cubic yards of debris within 52 weeks (365 days) of notice -to- proceed (USACE Task Order). n a U U `lliii.wiil0` 0 0 z i V a U U rI AshBritt ROW Debris Collection, USACE Katrina Mission (First 60 Days - Production Rates >150,000 Cubic Yards /Day) Days AshBritt Production Graph - USACE Katrina Mission Debris Hauled per Day, First 60 Days (Avg. 170,000 CYD) AshBritt ROW Debris Collection, USACE Katrina Mission (Weekly Cumulative Totals - Over 62 Weeks) Weeks (ending Sunday) AshBdtt Production Graph - USACE Katrina Mission Total Cumulative Debris by Week Other Related Experience Following is a list of AshBritt contracts for other related experience over the past several years. Most of these contracts encompass cross -over services, which are those that are generally required and utilized during a disaster recovery and response mission. Florida Department of Agriculture and Consumer Services Project: St. Lucie County, Citrus Clearing Address: P.O. Box 147100, Gainesville, FL 32614 -7100 Contact: John Quigley, 772 - 2164039 Date of Service: 12/2006 - 03/2006 Project Description: 2,993.5 acres of citrus groves cleared, grubbed, piled, burned and disked. Grove canker wash stations utilized. Contract Value: $2,320,000 Florida Department of Agriculture and Consumer Services Project: Citrus Canker Eradication Project Address: 10300 Sunset Drive, Suite 150, Miami Beach, FL 33173 Contact: Richard Miranda, Public Info Director, 305- 275 -1907 Date of Service: 11/2004 - 01/2006 Project Description: Specialized tree and stump removal, processing, hauling and disposal performed throughout Miami Beach -Dade, Broward, Palm Beach, St. Lucie, Indian River and Brevard Counties, as well as counties on west coast. Contract Value: $6,113,934 City of Plantation, Florida Project: Hazardous Tree Removal Address: 400 NW 73 Avenue, Plantation, FL 33317 Contact: Frank DeCelles, Public Works Director, 954452 -2536 Date of Service: 06/2006- 09/2006 Project Description: Cut and toss, removal and disposal, and mechanical dredging of hazardous trees and other debris in vdesignated areas in and adjacent to canals, and other items as specified. Repair and restoration of affected areas. Contract value: $1,209,000 Weston. Florida Waterway Clearing Brad Kaine — Public Works Director Phone: 954- 4107269 Dates of Service: 2006 2500 Weston Rd Ste 101 Weston, FL 33331 Project Description: Waterway debris removal from waterways after Hurricane Wilma. Contract value: $100,000 Escambia County, Florida Project: Hurricane Ivan Hazardous Tree Removal/Waterway Clearing Address: P.O. Box 1591 Pensacola, FL 32591. Contact: George Touart, County Administrator, 850 -595 -4947 Date of Service: 09/2004- 08/2005 Project Description: Hazardous tree mitigation removal, loading, burning and disposal. Vegetative debris removal via mechanical, hydraulic dredging. Repair and restoration of effected areas. Contract value: $3,500,000 Escambia County, Florida Waterway George Touart — County Administrator Phone: 850 -595 -4947 P.O. Box 1591 Pensacola, FL 32591 Dates of Service: 2005 Project Description: Cleared vegetative debris generated from Hurricane Ivan from Three Old Fannie Road Bridge, Pine Barren Creek, and Thompson Bayou via mechanical, hydraulic dredging. Contract value: $220,612 Oakland Park Florida WateELyav Debris Removal V Dave WOmax — Public Works Director Phone: 954 -561 -3280 250 NE 33rd St Oakland Park, FL 33334 Dates of Service: 2005 Project Description: Waterway debris removal from two waterways after Hurricane Wilma. Contract value: $115,000 Miami Beach Beach Florida Waterway Debris Removal Gus Lopez — Director of Procurement Phone: 786 -586 -3491 1700 Convention Center Dr. Miami Beach Beach, FL 33139 Dates of Service: 2005 Project Description: Waterway debris removal including vegetation, C & D and vessels following Hurricane Wilma via mechanical dredging. Contract value: $331,271 County of San Diego California Project: Removal of Dead, Dying and Diseased Trees (Bark Beetle Infestation) Address: 555 Overland Ave., Suite 2182, San Diego, CA 92123 Contact: Tamara Ford or John Rollin, Purchasing, 858- 694 -2646 Date of Service: 2005 (45 days to completion) Purpose: Fire Safety and Fuels Reduction/Hazard Mitigation Project Description: Removal, processing and lawful disposal of approx. 110,000 dead, dying and/or infested trees (Bark Beetle) over a 1500 acre area. Work conducted using experienced manpower and heavy equipment and cranes via felling, climbing, chipping and hauling to approved final disposal sites. Contract value: $2,500,000 VCounty of San Bernardino California Project: Southern California Edison Hazardous Tree Removal and Reimbursement Program Address: San Bernardino, California Date of Service: 2004 ( Approx. 6 months to completion) Purpose: Fire Safety and Fuels Reduction/Hazard Mitigation Project Description: Removal, processing and lawful disposal of approx. 100,000 burned, dead, dying and /or infested trees (Bark Beetle) from over 900 private properties. Work conducted using experienced manpower and heavy equipment and cranes via felling, climbing, chipping and hauling to approved final disposal sites. Contract value: $4,000,000 Select Demolition Management Experience Client a Location I PM Cli I Project Descin tIon Contract Value U.S. Army Engineer District Mobile Randy Perkins Ms Sue Speights Removal of Abandoned Property $367,548.00 Pensacola, FL (334) 441 -5599 and Bldg Maint. (365 Dwellings) U.S. Army Engineer District Mobile John W. Noble Mr. Don Skipper DACWO1 -99 -D -0002 Indefinite Quantity Contract $1,698,754.00 Ft. Rucker, AL (334) 255 -3612 Demolition of WWII era Bldgs U.S. Army Engineer District Mobile John W. Noble Mr. Don Skipper Contract: DACA01 -99-D-001 8 Indefinite Quantity Contract $2,243,434.00 Ft. Rucker, AL (334) 255 -3612 Demolition of WWII era Bldgs Directorate of Contracting John W. Noble Mr. Bob Walls Contract: DACA01 -95 -D -0065 Demolition of WWII Contracting Division Ft. Jackson, SC (803) 751 -7704 era Buildings @ Ft. Jackson $344,070.00 AOIC Facilities Support John W. Noble Malone Sadler DABT47 -98 -C -0006 Demolition of 15 Buildings & Facilities MCAS Cher Point MCAS, NC (252) 466 -4531 one 1.5 million gallon AST $315,000.00 U.S. Army Engineer District Mobile John W. Noble Ms Sue Speights N62470 -97 -C -2699 Removal of UST and Installation $361,839.00 Ft. Rucker, AL (334) 441 -5599 of (3) ASTs with piping AOIC Facilities Support Facilities MCAS John W. Noble Ms. June Finn 9725- 63- 1 -006 -1 Demolition of Building 200 $195,236.79 Cher Point MCAS, NC (919) 466 -4130 N62470 -95 -C -0187 rate of Contractin cting Division l./ 9 -- John W. Noble Mr. Jim Stubbs ' '° ` °' " " "' 1OO Demolition of WWII are son, SC (803) 751 -2592 Buildings Ft. Jackson rate of Contractin ting Division g *trJ7)7TT7y Rand Perkins Mr. Jim Stubbs y Contract: DABT47- 95 -C -OC Demolition of WWII era son, SC (803) 751 -2592 Buildings @ Ft. Jackson my Engineer District rk Randy Perkins Mr. Glenn Smith Demolit o0 of Conc9ete -o0 y Hook. NJ (908) 571.1594 Bunkers @ Ft. Sandy Hook Marine/Waterway-Debris Removal (Managed by Mark Ber Bav County. Florida Oil Cleanup Mark Bowen — Emergency Manager Phone: 850-819-8124 700 Highway 2300, Southport, FL 32409 Dates of Service: 2010 Project Description: Mobilized and deployed management and supervisory personnel, boats, oil skimmers, and absorbent boom to Bay County, Gulf County and Walton County, Florida, as well as specialized oil skimmer boats and supervisors to the State of Mississippi, plus AshBritt constructed the barrier across St. Andrews Bay protecting it from possible oil. Contract value: Approx. $19,000,000 Canal Clearing, South Florida Water Mana ement Excavated sediment and debris from 4 canal sections totaling nearly 5 miles in length. Material was removed utilizing a mix of floating and land based assets. Contracts totaling approx. $20 Million. Debris Removal. Kerr Dam ASACE Removal of approximately 350 yards of material from upstream of the outlet works. Debris Removal, Fox River Wl Removal of 120,000 cubic yards of contaminated sediment and debris for the USEPA. Contract value undisclosed. Debris Removal. Red River ND Removal of accumulated debris at various sites following flood events utilizing a mixture of water bome and land based equipment V Recovery Organization & Responsibilities Depending on the disaster recovery scope of service and work, the actual nature and impact of an event, and the l prescribed organizational nomenclature, the positions, titles and general makeup of the operations organizational fir•/ structure and command may vary. These differences are generally superficial and semantical. For instance, the terms operations manager, project manager, project director, incident manager and operations executive, amongst others, may all represent a position with the same functions and responsibilities. As a full- spectrum response and recovery provider, for our organizational purposes, AshBritt assimilates the foundations of the Incident Command System (ICS) by devising flexible `base" organizational charts, command structures and staffing plans. Consequently, we are able to adapt and co -opt prevailing organizational structures and position tides, ensuring we interface seamlessly with clients and other responders. For purposes of this proposal, we present herein are base project management organizational structure and staffing plan, along with the general chain of command, position titles, functions and responsibilities for a typical disaster debris recovery mission and emergency services logistics. Key Management Positions Senior OPMr pns_Manager -(SOMI — The Senior Operations Manger will be an AshBritt firm principal, a company- wide leader and decision maker. When applicable, he has overall contract and mission authority, with the executive ability to dictate and implement policies, plans and procedures, to commit company resources and funds, to authorize AshBritt personnel project decision making privileges, to negotiate directly with clients, and to recommend and /or approve contract modifications. Depending on the size and scope of a disaster event, he may serve as the primary liaison for clients for pre- planning, for public information dissemination, and for high -level operational planning and oversight. Often he will serve as a lead on pre -event preparation and planning exercises with clients. The SOM is conversant with all AshBritt plans, methodologies, schemes, standard operating procedures (SOP) and administrative protocols. The SOM will be on -call and accessible 24 hours, 7 days per week, as applicable, during any mission activation, and will have available multiple electronic communication means to transmit and receive operations and/or contract information. For lesser events, the SOM will perform internal project oversight and serve as a knowledge and advice source for the dedicated Project Manager. Project_ Manager_(PM) — The Project Manager will serve as the primary liaison and principal point of contact with the client from the pre- planning phase, through the recovery phase, to the close -out of the mission. The PM may or may not be the Client Relations Representative (CRR), as assigned to the client for pre -event contract maintenance, administration, training, and general client services. Nonetheless, the designated PM will have a minimum of five (5) years direct project management experience for disaster recovery work of a similar size and scope, applicable disaster management training, and a thorough working knowledge of all AshBritt plans, methodologies, schemes, standard operating procedures (SOP) and administrative protocols. The PM will be responsible and accountable for all AshBritt service scopes, work scopes, mission tasks and activities, and be granted full authority by the SOM to sign and to commit resources and funds on behalf of the company for the mission at hand. Basically, he will have authority to make all critical logistical, operational and administrative decisions on a first -hand basis regarding the recovery project. The PM, through daily meetings and communication with client representatives and AshBritt field project management personnel, will help devise, implement, oversee and supply feedback on all project- specific tasks and plans, ensuring the operation progresses in a timely, efficient and safe manner in accordance with client expectations. Specifically, the PM will interface with client representatives and local stakeholders to assess needs and set priorities for the recovery. This will include assisting with damage assessments and public information dissemination, as well as establishing resource levels, project timelines, reporting goals and progress updates. The PM will provide the client with technical guidance throughout the mission to ensure state and federal funding, where applicable, is not jeopardized. The PM will be on -site for the duration of the project and accessible 24 hours per day, 7 days per week. He will have multiple electronic communication means to transmit and receive operations and /or contract information as may be needed. On an operations level, the PM will coordinate and oversee the AshBritt project management team, assigning personnel and specific tasks, hiring personnel when necessary, and setting requirements for site - specific orientation and training when applicable. He will be responsible for approving, hiring, background - checking, and deploying project subcontractors and consultants. He will also be directly responsible for reviewing, approving and signing -off on all ` purchase orders, time sheets, invoices, and other salient project documentation and reports. The PM, as the leader of the AshBritt team, will in conduct daily progress and debrief meetings with field managers, supervisors and the data management team. He will communicate plan revisions, operational adjustments, client requests, project deficiencies and successes, resource levels and overall progress, amongst other issues. From the team, he will garner field -level information and data to make future operational decisions and to report progress back to the client. Throughout the mission, the PM will work closely with the Safety Manager, Logistics /Claims Manager, Quality Control Manger and Dumpsite Manager to ensure all operation activities are in conformance with AshBritt and client standards. Logistics/Process Manager.(LLPMI – The Logistics/Process Manager wears multiple hats, depending on the stage of the response and recovery mission. The position is divided into separate assignments with multiple personnel for larger recovery events. The attendant responsibilities are especially critical for the response and mobilization phases following an event. During this stage, the LPM directly assists the SOM and PM with personnel organization and assignment, internal resource and asset management, subcontractor and vendor coordination, communication plans and implementation, client needs assessment, initial response plan development, emergency road clearance ( "push ") coordination and management, preliminary recovery plan development, including drafting initial plans. The LPM also initially coordinates all project records and documentation, including internal purchase orders, vendor account information, personnel files, medical clearances, subcontractor agreements, certificates of insurance (to validate against contractual requirements), tax information, licenses and permits, and safety and training credentials and certifications, where applicable. He helps coordinate and implement, with the Safety and Quality Control Manager, the project orientation and safety program. Once the recovery is well underway, the LPM directly assists the PM and Data Manager, as well as the entire team, as applicable to ensure all operational and administrative processes are carried out with high accuracy and efficiency. He continues to coordinate logistical needs and to ensure the implemented communications plan and related deployed assets functions efficiently. .Quali[y_Contrpl /Compliance_ Manager_(QCM) – The Quality Control and Compliance Manager develops task specific plans related to quality control by identifying personnel, procedures, and control methods to be used to ensure contractual compliance. The QCM has overall responsibility for integrating, administering and enforcing AshBritt's Quality Control Plan for the recovery operations. With the PM and Safety Manager, as well as client representatives, he also develops site - specific strategies and adapts into our base plan for seamless implementation. As such, the QCM is responsible for delineating the project guidelines and ensuring field enforcement thru the QC team. He assigns and coordinates the efforts of the Quality Control Supervisors, and Quality Control Representatives (QCRs), as applicable. l / He serves as the liaison for the project hotline, claims reporting and resolution, subcontractor operations, and payment V procedures. With the LM and PM, he establishes if adequate resources are available for initial and throughout the mission. He reviews daily reports, logs, and records from QC Supervisors and QCRs and directs for follow -up as needed. Through means of our QC Plan, he ensures immediate follow -up to deficiencies and homeowner complaints. The QCM reports directly to the Project Manager. , Qpality Control_ Superyisors_(QCS) and.Representatjves_(QCRs� – Quality Control Supervisors, along with subordinate Quality Control Field Representatives (QCRs), together form a team that is responsible for overall recovery site quality control and assurance in accord with our Quality Control Plan and Standard Operating Procedures (SOP). Supervisors, either directly or through QCRs, supervise 5 to 10 crews in an assigned collection zone, and our directed with daily oversight of operations in sectors. Generally, the greater the damage, the more QCRs are employed under each QC Supervisor. QCS, then, serve effectively as Sector Managers with a team QCRs who enforce Quality Control and SOP. The QC team communicates with and reports on sector subcontractors daily, and ensures their adherence to project work rules. The QC team responds to client requests, as communicated down -line from the PM to the QCM. They investigate and resolve, within their respective sector and zone, citizen issues and complaints, as communicated via the client, the project hotline, the monitoring firm, or directly from subcontractor foremen. intimately, they are responsible at ground -level for the resolution of all project deficiencies and the attendant recordkeeping and reporting. The QC team continually assesses project progress via field logs, reports, GIS tools, and location maps and advises up -line on all field operations. The QC team serves as a direct line in the field to subcontractor foremen and crew leaders, ensuring efficient and safe debris clearance, collection, routing and transport. The team reports directly back to the QCM and PM on all field issues, especially resource requirements and needs. Safely Manager_(SM_or SHM) – The AshBritt Safety Manager has overall responsibility for safety planning, training and field implementation for recovery missions. The SHM is responsible for establishing and communicating project safety rules, as specifically adapted from our Safety & Health Plan (SHP) —and its embedded Activity Hazard Analyses (AHAs) and Accident Prevention Plan (APP). He coordinates, initially with our Logistics Manager, the delivery and procurement, as applicable, of all safety equipment, supplies and resources for project performance. This coordination includes devising a plan to identify and distribute the proper personal protective equipment (PPE) and safety supplies, including traffic control devices, to our field personnel, to our subcontractors and suppliers, including their staff, and to all site visitors, as may be required. The SHM will adapt from our base Safety & Health Plan a Site - Specific Safety Plan, by which all personnel, AshBritt, subcontracted, and local hires, will be subject to a site orientation and safety training program. This will be conducted by the SI M or a certified Safety Trainer, as obtained by the SHM. L/ Throughout the course of a project, the SHM, with assistance from indoctrinated Safety Supervisors, will prepare safety packets and bulletins, including critical local emergency contact information (i.e., hospitals and clinics); weekly "toolbox" safety meeting agendas; conduct vehicle and equipment safety inspections; investigate, record, and report accidents through proper channels; review and modify dump site plans for safety concerns; and perform structure safety inspections, including DMS vehicle inspection towers and decommissioned properties. The SHM will have all appropriate OSHA certifications, and report directly to the PM. Dpmp...ite MapagerMaM) – The Dump Site Manager assists the PM in the identification and securing, as necessary, and design and development of temporary Debris Management Sites (DMS). The DSM formulates and implements site plans, coordinates and supervises site management (day and night foremen and safety supervisors, as applicable), and debris separation and reduction crews — including site spotters and flagmen. He also ensures proper containment and categorization of hazardous waste found in the debris stream, arranges for recycling of appropriate materials per mission or task specific plans, ensures adherence to work rules, and safety and environmental monitoring guidelines. Through directing site foremen, he oversees the loading of reduced debris for transportation to final disposal, and ensures debris haul trucks are loaded within State DOT weight limits. Furthermore, he oversees the cleanup and restoration of sites, and assists in the final closeout process. A DSM, as assigned by AshBritt, will have broad knowledge and experience of site operations and a minimum of 7 years practical experience managing disaster- generated debris DMS. The DMS is directly responsible for all administrative paperwork generated and collected at DMS, and reports directly to the PM. He also coordinates with the QCM and SHM to ensure AshBritt's Quality Control Plan and Safety Plan, as directly related to dump sites, are implemented and enforced. Records/Data_Manager__(RDM� - The Records/Data Manager is responsible for the coordination, oversight and organization of project records, documentation, and reports, as well as general project administration. The RMD will have an administrative and data entry team to support her efforts, the size of which will depend on the size and scope of the disaster. The RDM will communicate daily with the PM, QCM and SHM to ensure streamlined processes between field and office administration, and to ensure all field -level "paperwork" is obtained, quality checked and routed properly. The RDM will ensures accurate and timely posting of daily truck records and load haul tickets, as well as 1 other project data, into AshBritt's database. The RDM will track deficiencies as reported by our QC team or the client from report to resolution. She will also ensure accurate client reporting and develop custom reports as needed. The RDM, in coordination with the PM and our company Controller, will supervise the subcontractor and client billing, reconciliation, and invoicing process, utilizing our proprietary Debris Information Management System® (DIMS). Technical_ Assistance_ Mapager_(_TAM) – The Technical Assistance Manager, along with a technical assistance team, serves as dedicated subject matter expert to support the client with Public Assistance and other funding Program Management. The TAM will also serve, alongside the Ethics Director, as a high -level watchdog to ensure all of AshBritt's operations are in full conformance with federal, state and local regulations, rules, codes, ordinances and laws, especially in regards to project grant reimbursement. The technical assistance team, under the direction of the TAM, will quality check all critical project documentation and records, and coordinate directly with the client or with its designated monitoring firm to ensure such is properly reconciled, audited and approved. The TAM and the team will also be available for support during any FEMA audits and appeals processes later down the line. Ethics. Director_ (ED) – The Ethics Director is the designated authority responsible for the administration, education, compliance, and enforcement of AshBritt's Ethics Plan and resultant code of business ethics and conduct, including our Drug -Free Workplace policy. Our Ethics Plan, and oversight and enforcement by the ED, helps to ensure that all of our operations are conducted in accordance with Federal Acquisition Regulations, and all other applicable federal, state and local laws. Advance Plapning Team_(APTj - The APT is comprised of firm principals and senior management personnel. Personnel will number between 2 to 8 persons, and variously consist of an Operations Manager, Project Manger, Logistics Manager, Safety Manager, Quality Control Manger, Technical Assistance Advisors, as well as mission quality control and compliance personnel. The APT is responsible for overall preparation, planning, logistics, safety, quality control and general management and administrative of the entire recovery mission. This team will assist the client directly with initial planning, preliminary damage assessment, and response logistics, amongst all other pressing matters. The APT, to varying degrees, will be deployed and onsite for clients within 48 to 24 hours prior to event impact (for predictable v. threats) and within 2 to 12 hours post impact (for sudden events). When an AshBritt representative or team is on site prior to and during event impact, they serve as a vital communication line to our outside management organization, facilitating initial resource and logistical considerations. V 1I V C O N 0 Y S V �i U O' 0. y a !2 or � N G m j _ d a � rm U O mW` N d U � m � G m IL = c U�U o c k N Q NQ Uy v 0 L N � S ' C i C y o g 4 v • v ` o b y E � e Y O y 2 4 3 E y N d � U = V Q N N 0 U O¢ y O N O t i N d a o omv 0 CM rna` m w�"o ^• u n mm iu m q O$�� mCQC U) — N a C `O OD d d U vOi mU' Z` v�Qc a5.0 cNm O c'c 3=co -�° dmQy c 0 d`O+E a0 le OgorU .6 0 O- dN m a a-m�n 0mm 'Q�v? C7 ?? cog y 0 in O m m o O rz 0 ffi C7 c� m E-U m Yi m 0 vUi V) d t� n d OI d d V r m� O. 0 qjj y C G o 9, N F y¢ y LL tGp N Lys .. 0ZL 3�cv� ¢°mOaZ =ONE O a m c s° z m d E_- La o d Qn m S m 7 0 7 C U a L G N C OI d C N O) YEN m a d m O a o O N o Q. ulm nd3m dyad Em "OIL YO O 0 LL �� G Q N m cc N d W N> W gd >m u¢oU z00 CD U °n dU �ao� v�` �a dwSQ � m N dU `0cw � m E;e "m N Qc cap E N U m d LLIU m W~ C 20.2 L d Q pCUN T��� DW01ro CC`'2 ti �V co ��p�U 9o�(�j a v to ~ 20 ~yo mYmo �UUa V A¢� Q V c m a d T d 0 N ¢yy Q y 0 d¢ U , G O U m L jU� Key Personnel - Experience & Expertise AshBritt's greatest asset is our dynamic, capable and knowledgeable management team. Our principals and senior V project managers have well over 125 years of exposure and experience with disaster response and recovery disciplines. Our team consists of consummate professionals from diverse backgrounds who understand all facets of disaster management and emergency services. All members of our team, as a value of our corporate and operational approach, are empowered to make decisions quickly and definitively to push forward single tasks to overall recoveries. Our senior operational and field personnel are conversant with the federal emergency management standard Incident Command System (ICS), a key component of the National Incident Management System (NIMS). As such, AshBritt has assimilated the foundations of the ICS into our own organizational structure and planning standards for response, logistics and recovery. Our team is also familiar with the base tenets of NIMS and the National Response Plan (NPR) through completion of the FEMA Emergency Management Institute training IS- 00700, NIMS, An Introduction, and IS- 00800.A, NPR, An Introduction. Moreover, our team is certified through the USACE program Construction Quality Management for Contractors, the stringent standard for safety and quality control adhered to by the USACE during disaster recovery missions (as well as other civil construction projects). Key personnel have also been trained in other USACE and OSHA- compliant training programs. Many of our senior managers are also certified in the Department of Defense's (DOD) Level 1 Awareness Anti - Terrorism training. Comprehensive resumes and applicable certificates and documentation of accreditation are included herein. Below are brief profiles of our senior management team and key personnel. Main Contact Info: AshBritt, Inc. Phone: (954) 545 -3535 565 E. Hillsboro Boulevard Toll Free: (800) 244 -5094 Deerfield Beach, FL 33441 Fax: (954) 545 -3585 Name Job Title YB Functional Role Contact Information Randal R. Perkins I Chief Executive Officer 1 19 ]__Operations Manager 954 -553 -5157 c, erkins @ashbritt.com Training/Education- ICS -100, 700; CQCM; SAME; Business course work: UCF, Miami Beach, UM, Miami Beach. Relevant Ezo: 26 yrs site management, debris reduction, 19 years disaster response -debris management, collection and disposal. John W. Noble I Chief Operating Officer 1 17 Operations Manager/SF M 954 -683 -0247 c, 'noble @ashbritt.com Trainine/Education, ICS -100, 700; CQCM; 40 /8hr Hazwoper; 8hr First Responder; ATLI; USACE Safety Training; SAME; MA, BS- Engineering (Solid/Haz Waste Mgt), USMA,West Point, UF, Gainesville. Relevant Exo: 17 years disaster response -debris management, collection and disposal. -Te—rry M. Jackson I Chief Marketing Officer 1 19 1 Operations Mana er /SPM 1 954- 683 -0248 c; gackson@ashbritt.com Training/Education, ICS -100, 700; CQCM; SAME; BA- Business, UGH, Houston, FIU, Miami Beach. Relevant Exo: 25 years general managemenUmarketing; 19 years disaster response -debris management, collection and disposal. Dow Knight I VP (Operations) 1 8 1 Project/Section Manager 1 954 -818 -4416 c; dow @ashbritt.com Trainine/Education- ICS -100, 700; CQCM; 40hr Hazwoper, 8hr First Responder; ATLI, USAID Joint Humanitarian Operations Course, JITC — Consequence Management; BS- Marine Transportation/Engineering, USMMA, Kings Point. Relevant Exo: 13 years general logistics management; 8 years environmental and disaster response -debris management, collection and disposal. Robert Ra I VP (Client Relations) 8 1 Project/Section Mana er 954 -868 -9502 c; rray@ashbritt.com Training/Education, ICS -100, 700; CQCM; ATLI. Relevant Exo• 15 years marketing /management; 8 years environmental and disaster response - debris management, collection and disposal. Ral h Dahl en VP (Managing) 7 1 Pm'ecURecords Mana er 954 -818 -3564 c; rdahl n @ashbritt.com Trainine/Educatiow ICS -100, 700; CQCM; ATLI; MA, BA- Business Administration, UOF, Gainesville, FIU, Miami Beach. Relevant Exo: 18 years logistics /management; 7 years disaster response -debris management, collection and disposal. Bill Johnson Senior DMS Manager I 12 1 DMS/Pro'ect Manager 1 954 -553 -1488 c; b'ohnson @ashbritt.com Training/Education, ICS -100; CQCM; 40 18hr Hazwoper. Relevant Exo• 39 years waste, refuse management and transportation logistics; 12 years disaster response -debris management, collection and disposal; DMS site construction and management. Mark Berge I VP (En 'neerin Const) 1 4 1 Logistics/Project Mana er 1 954- 871 -3311 c; mber e@ashbritt.com Training/Education- ICS/NIMS Training; 8 /10 /30 /40hr OSHA/Hazwoper; A.S. Constr. Mgmt, BSC, Bismark; Commercial Diver. Relevant Exo- 25 years construction /environmental management; 10 years exposure to disaster response - various disciplines. Dann D'Emidio Senior Pro'ect Mana er 19 Pro'ect/Site/ C ManaT-er 954 -553 -1479 c, ddemidio @ashbritt.com Trainin /Education: ICS -100; CQCM; 40hr Hazwoper, 8hr First Responder; DOT Traffic Safety. Relevant Ex : 21 ears disaster V Main Contact Info, 0* Inc. Phone: (954) 545 -3535 565 E. Hillsboro Boulevard Toll Free: (800) 244 -5094 Deerfield Beach, FL 33441 Fax: (954) 545 -3585 Name J Job Title A AB F Functional Role Contact Information response /construction supervisory and management experience -site operations, debris collection, removal and disposal. Matt Gierden Regional Mana er 1 9 1 Project/Section M r /Su 239 - 229 -5829 c; matt @ashbritt.com Tmi.oine/Hducation: ICS -100, 200, 230, 700; OSHA -40hr; 8hr First Responder; CQCM; A ATLI; FEMA Historical Preservation IS- 253. Relevant Exn 9 years field supervisory/management in disaster response - -debris management. Adrian Parker Re,; onal Mana er 4.5 Pro'ecl/Section M r /Su 954 -553 -0433 c; a arker @ashbritt.com Trainine/Education' I ICS -100, 200, 300, 700, 800.A; 40hr Hazwoper; 8hr First Responder; ATLI; BA- Finance, UM, Oxford, MS. Relevant Exo• 4 years field supervisory/management in disaster response - -debris management. Tim Moone Region Mana er 8 Project/Section M r /Su 954 - 270 -4555 r, tmooney@ashbritt.com Trainine/Education• ICS -100, 700; CQCM; ATLI; Florida Fire Academy, EMT Training, Broward College, FL. Relevant Exo' 8 8 years field supervisory/management in disaster response -debris management. Matthew Melillo I I o I .,____..� _ _. .. ._ _ I ratmn /education: ICS -100, 200, 230, 700, 800.A; ATLI; Workzone Safety. BA- Economics/Fmance, SU, Syracuse. Relevant Ex V. 8 years field supervisory/management in disaster response -debris management. r rW1Un1Jnaucanom ICS /NIMS Training; OSHA- 8 /40hr, National Safety Council Certification; DOT HazMat Trans Certification; Field Chemist Skills Training; CDL Class B, Forklift License. MA, BS- Chemistry, UOK, Lawrence, KS, UOM, Kansas City, MO. Relevant Exo- 10 years management and safety experience; 5+ year's safety management in disaster response -debris management John Noble Sr rmlppr I Q I i I rmmngiraucanon: ICS /NIMS Training; Certified PA; BS- Accounting, Thiel College; Marine Reserves Relevant Ex o• 8 years field supervisory, quality control and management in disaster response -debris management; over 35 years managerial experience. ra,mnernaucation• ICS /NIMS Training; BS- Agronomy (Soil/ 1 urf Mgt), Texas A &M; Marine Reserves. Relevant Exo 8 years field management and quality control in environmental /disaster response -debris management. Ron Cataldo I Frnject Supervisor 13 1 Field Su ervisor /QCR 1 954- 369 -6540 c; ron @ashbritt.com Training/Education, ICS/NIMS Training; Field Supervisor 40hr; Operations Manager 40hr Training; 40hr Hazwoper; AA- Business Communications, Santa Fe CC. Relevant Exo• 13 years field supervisory in disaster response -debris management. imtmne /mutation: ICS 100; DOT Traffic Safety; Class -B License; Mechanic/Welder. Relevant Exo- 13 years field supervisory in disaster response -debris management. 9lu11191cuuc8nom lUb /NIMS Training; 8hr First Responder; OSHA 10hr; MS, BS- Management, Naval War College, Newport, RI, UOWF, Pensacola. Relevant Exo' 5 years field supervisory in disaster response -debris management. _.a1,,,1ginuucanom 1UNMIMS Training; Workzone Safety; 8hr First Responder; Mechanic. Relevant Exo 5 years field V supervisory in disaster response -debris management, 2 years disaster debris monitoring experience. James Lofton Com Hance Consultant 6 Quality Control Manager 601 218 0123 c buddvlofton @bellsoal a�mnvcaucanon ICS /NIMS Trarnmg, Multi EM Training (USAGE); Emergency Management Specialist (retired); EILIM EAR: Over 32 year's field management and supervisory experience in disaster response -debris management, multi disciplines. ❑.uucanom ICS/N1MS Training, Ethics Training; Multi Disaster Planning Certifications; MA- Public Admin, UM, BA, Admin, CW &M; Relevant Exo: 40+ year's disaster response experience: FEMA Director, Deputy Dir., FCO 70+ times. Ira"UnRIMucation: Q I 700; 8hr First Responder Operations; MS, BS -Music Educa c..uuw�: a5uonn.cont tion; Accounting coursework, NOVA Institute. Relevant Exo- 7 years field project administration and data management in disaster response -debris management. Personnel Bins VFirm_Principals Randal R. Perkins — Chief Executive Officer Randal "Randy" Perkins founded AshBritt as a Florida corporation in 1992. Randy sets the vision for the organization through constant insight, research, and analysis of the technical, operational, and political environments comprising the disaster industry. Randy is highly qualified and experienced in all phases of disaster response and recovery operations from his years of practical, hands -on, real -world experience. He has an encyclopedic knowledge regarding all response measures, damage assessment, debris collection, removal, reduction, recycling, and disposal activities. Moreover, he is a deft communicator who is able to assist high level stakeholders with the public information demands following major disaster events. Randy has completed course work at the University of Central Florida in Business Administration and at the University of Miami Beach in Global Business Concepts. He holds seats on the Board of Directors of several national charitable organizations, and is very active in state and local charitable endeavors. John W Noble — Chief Operational Officer John Noble is an environmental engineer who earned his Masters degree in Solid and Hazardous Waste Management from the University of Florida. He also is a graduate of the United States Military Academy at West Point, where he earned a Bachelors Degree in Civil Engineering- Engineering Management. Over his career, John has managed a long line of environmental construction and mitigation projects. Since joining the AshBritt team in 1994, he has successfully overseen the operations of over thirty mid -to -large -scale disaster response and recovery projects. Furthermore, he has generally provided operational insights for all of AshBritt recovery deployments. John is currently a State of Florida Board of Professional Engineers — Engineer Intern (# 1096ET126) and a licensed Certified Pollutant Storage System Contractor (No. PC C056744). He is certified in OSHA's 40 Hour Hazardous Waste Operations and Emergency Response training, as well as the 8 Hour Annual Refresher course. Terry Jackson — Chief Client Relations Officer Terry Jackson is AshBritt's chief marketing strategist, as well as an experienced, hands -on project manager. Since joining the AshBritt team in 1995, Terry has successfully managed over twenty -five various disaster and special environmental projects. Terry is a resident expert in the federal Public Assistance program and in the many regulations and guidelines propagated by FEMA. He is also AshBritt's senior compliance and safety manager, having gained invaluable first -hand experience and professional training over his many years of experience. Owing to this background, he is generally responsible for the oversight and implementation of all AshBritt's training activities. What's more, Terry joined the AshBritt team after a fruitful twenty year career with PepsiCo Corporation. His experience there in multi- market management, organization, and systems analysis has been transferred over the years to develop better client service, marketing, and administrative practices for AshBritt. Terry holds a Bachelors of Business Administration from the University of Houston, and has completed continuing education course work in business from the Florida International University. Key_Management Ralph Dahlgren — Managing Vice President Ralph Dahlgren is currently the Managing Vice President and a senior project manager at AshBritt. Ralph has had over 20 years of customer service, property management, logistics and transportation experience. As the Out -port Ops Manager for Royal Caribbean Cruise lines, Ralph was responsible for transportation and logistics operations in ports and airports world -wide. As the GM of the Disney Resort property in Hilton Head Island, he directed all operations for a 15 acre resort property. Since joining AshBritt in 2004, Ralph has become fully integrated into the disaster industry and utilizes his organizational skills to benefit AshBritt's clients. He successfully managed AshBritt's response and recovery efforts in Escambia County, Florida following Hurricane Ivan in 2004, from which AshBritt collected and disposed of over 2 million cubic yards of debris. He was also instrumental in managing several concurrent projects in South Florida after Hurricane Wilma in 2005, with total debris quantities exceeding 2 million cubic yards. Ralph is a graduate of the Florida International University in business administration, and he earned an MBA from the University of Florida. Charles Knight — Vice President Operations Charles "Dow" Knight is a graduate of the United States Merchant Marine Academy in Kings Point, New York. As a Lt. Commander in the Naval Reserve assigned to the Military - Sealift Command, Dow has obtained vital experience in logistics and transportation of large scale operations. This expertise is utilized by AshBritt to manage timely resource allocations to multiple disaster projects and to manage the complexities of large scale multi- faceted recovery projects. Dow also provides operational oversight for all marine services projects. Dow was the task project manager in Hancock County, Mississippi for AshBritt's USACE Hurricane Katrina debris mission. Dow was responsible for oversight of all project activities, including subcontractor management and assignments, scheduling, documentation and reporting, right -of -entry program implementation and f management, as well as a host of other duties. u Rob Ray — Vice President Client Relations Rob Ray has over 14 years of related management and customer service experience, with specific experience in landscaping and environmental tree work and safety training. Rob first collaborated with AshBritt, as part of a joint venture in 2004, as an Operations Manager for several Hazardous Tree Removal projects in San Diego County and San Bernardino County, California. In 2005, Rob served as both a Senior Project Manager and as the Operations Manager for the USACE Hurricane Katrina State of Mississippi recovery operations, coordinating and organizing subcontractor operations in 15 counties. Rob was also responsible for administrative oversight in AshBritt's primary Regional Field Office in Saucier, MS. Here he managed the project - specific accounting and data/reporting staff team, and assisted AshBritt's mission administrator /contract compliance specialist. He also directed the activities of Task PM(s), negotiated agreements with subcontractors, and negotiated operational arrangements with the USACE command weekly. Tom Credle — Ethics Director (Quality Assurance! Tom Credle began his disaster experience in 1970 when he was the first Director of the Virginia Office of Emergency Services. He began his federal career in 1973 as the Regional Director of the Federal Disaster Assistance Administration, which later became a key element of FEMA. During his federal service he was appointed the Federal Coordinating Officer (FCO) on 70 major disasters across the United States. He also participated in several disaster recovery efforts outside the United States. Tom retired from federal service in 1996. He worked for the State of Florida as a Disaster Recovery Officer for two years before entering the private sector as a disaster recovery consultant. He currently is an exclusive consultant to AshBritt, where he supports AshBritt efforts in training, Public Assistance and contract interpretation, compliance issues, and field operations. Recently, he served as an important liaison with the USACE at the inception of our Hurricane Katrina recovery mission. He is a graduate of the College of William and Mary and has a post graduate degree from the University of Maryland. Jim Loomis — Project Administrator Jim Loomis has extensive relevant disaster- recovery expertise. Jim's unique knowledge and sharp insight was developed during his 12 year career at the State of Florida Department of VCommunity Affairs in the Division of Emergency Management. He worked extensively on a vast array of Federal Public Assistance projects and handled many program challenges through their completion. He has both supervisory and hands -on experience with approximately one hundred federal disaster declarations in the areas of govemment -to- government assistance for wildfire management and infrastructure assistance, govemment -to- individual assistance for meeting uninsured family needs, and government -to- business assistance for uninsured business recovery needs. Jim served as Senior Mission Administrator for AshBritt during the USACE Hurricane Katrina mission, handling all contract and fiscal administration. He is a leading expert in his field. Bill Johnson — Director of Site Management Bill Johnson has been involved in the solid waste industry for over thirty years. Beginning as an owner /operator of a Florida waste collection firm, he was later recruited by BFI to manage their operations in several South Florida communities. His expertise in equipment, route management, logistics, and site management has been integrated as standard operating procedure for AshBritt disaster recovery operations. Bill has served as a temporary debris site consultant and as a Debris Site Manger on a number of AshBritt recovery projects. Moreover, he served as a Project Manger in Jackson County, MS for our Hurricane Katrina mission, where he successfully managed the collection and removal of over 3 million cubic yards of debris and over 4,000 right -of- entries. Most recently, Bill served as an Assistant Project Manager in Orange County, TX following Hurricane Ike, and specifically as the Project Site and Disposal Manager. Mark Berne — VP Engineering & Construction Mark Berge has spent the last 20 years in the construction industry, serving in various management capacities from Supervisor to Vice President. The market segments in which he has been involved include commercial and industrial construction as well as the offshore oil and gas market. Prior to joining AshBritt/Global Infrastructure, Mark was the Senior Manager of Strategic Planning for Veolia Environment — Industrial Services (a $43B company with offices in 132 countries). During his tenure he developed, implemented and managed numerous groups which furthered the company's strategic goals, including an offshore construction company with over $650M in assets, a specialty fabrication plant to ASME standards and a heavy civil /marine construction group. Projects during this time encompassed inland marine construction projects including intakes, outfalls, water and flood control structures and dredging. Additionally, he has been heavily involved in offshore subsea construction projects for the oil and gas community. During his tenure at AshBritt/GI, Mark has been instrumental in spearheading and managing a number of special logistical projects, including the emergency provisions supplied to our Texas clients following Hurricane Ike. Matt Gierden —Regional Mana erg /Project Manager Matt has been with AshBritt for over six years on a full -time basis, working his way up from an equipment operator to a field supervisor to a project manager and to wider- reaching marketing representative. Matt maintains a myriad of client relations throughout Florida, Georgia, the Carolinas, and all the way up to Maryland. He is also instrumental in helping organize AshBritt's annual training regime, and in helping AshBritt implement new innovative processes, both marketing and operational. Matt's hands -on field experience has made him a deft Project Manger. Most recently, he oversaw the recovery efforts in Hardin County, TX following Hurricane Ike. He also helmed projects during AshBritt's USACE Hurricane Katrina Mission, where he oversaw all facets of the removal over 4 million cubic yards of debris collection and disposal. Before Katrina, Matt served as the Project Manger for the City of Boca Raton, Florida following Hurricane Frances. Overall, Matt has served on more than 25 federally declared disasters events. Matt Melillo —Business DeveloomentlProiect Manager Matt Melillo, since joining AshBritt, has performed a number of key responsibilities, from quality control manager to project superintendent to operations and project manager. Matt's strong management and technology background has helped build overall company and process efficiencies. He is instrumental to the marketing efforts of AshBritt, conducting research, assisting in the formulation of training programs, and preparing and coordinating client proposals, as well as other ad hoc marketing and operational materials. Matt also serves as a Project and Operations manager. He successfully assisted in managing the recovery efforts in Orange County and Miami Beach, Florida in 2004, and he served as the Operations Manager for both Lamar County and Forrest County, MS, overseeing the collection and disposal of over 4 million cubic yards of disaster and approximately 4,000 right -of- entries. Matt holds a BA from Syracuse University, New York, in economics and finance with a concentration in professional management. Tim Mooney — Sr. Client Relations Manager Tim Mooney has over 15 years of customer service, project management, logistics and transportation experience. Tim serves as the Senior Marketing Coordinator, assisting with market research, preparing proposals, client relationships and technical assistance. Tim also serves as AshBritt's local subcontractor, MBE, WBE and DBE liaison. Tim has also has a great deal of disaster recovery field experience, managing several key projects in South Florida for AshBritt since 2004, including assisting in the recovery efforts in l , Charlotte County in 2004 and managing projects for the City of Cooper City, City of Sunrise, Town of Dania Beach V and City of Plantation. Most recently, Tim oversaw the recovery efforts in Brevard County, Florida, which was struck by Tropical Storm Fay in 2008. Adrian Parker — Regional Manaeer/Proiect Manger Adrian Parker received his Bachelor's degree in Business Administration from the University of Mississippi with a dual major in banking and managerial finance. As AshBritt's Government Relations Director, he has managed and coordinated consultant affairs nationwide, as well as coordinated fundraising events, both charitable and political. His roles have included subcontractor coordination for potential fire debris removal in San Diego, CA, promoting AshBritt's efforts for Bark Beetle Remediation in Colorado, and promoting AshBritt's Emerald Ash Borer Beetle Program in Michigan. As a Regional Manager, he is currently overseeing the marketing efforts and client preparedness in Texas, the Gulf Coast, and the Florida Panhandle, as well as in other southern and southwestern states. Recently, Adrian oversaw the response and restoration efforts (flood mitigation) in Hidalgo County, TX, following Hurricane Dolly, and he was first- responder for our Hurricane Ike recovery efforts. Adrian was on the ground in Orange County, TX when Ike struck, having had to evacuate from his home outside of Houston, TX. He was instrumental in coordinating many of our emergency response services, such as power generators, temporary lodging, building decontamination, etc. immediately following the storm. Fred Neris — Project Consultant (Contract) Fred Neris is the owner of Dorado Services a 100 percent Hispanic- Owned, Certified 8(a) and HUB Zone Corporation capable of providing contracted services for Waste Management, Demolition, Land Management, Disaster Recovery, General Contracting, Facilities Maintenance, and Environmental Engineering. Mr. Neris is a Florida Registered Professional Engineer. He is licensed as an Environmental Engineer with over 17 years of experience in this field. This professional certification is indicative of his dedication to excellence and professional service. Fred has served as a project manager on several AshBritt recoveries, including Orange County and Miami Beach, Florida in 2004 and in George County and Jackson County, MS for our USACE Katrina Recovery mission. Most recently, he served as the Senior Project Manager for Orange County, TX following Hurricane Ike. Fred holds a Bachelor of Science in Environmental Engineering which he received from the University V' of Central Florida in 1991. Please note, although Dorado Services is a separate firm, AshBritt has an exclusive, contractual relationship that for all intents and purposes co -opts Dorado resources toward any AshBritt recovery efforts. Phil Foreman — Proiect Consultant (Contract) Phillip Foreman is Vice President of Dorado Services and is responsible for its waste management operations. Mr. Foreman has 28 years experience in the waste industry. He has held numerous positions in the business as indicated in his attached resume. Prior to joining Dorado, Phil was the District Manager for Allied Waste Industries, Inc. South Florida operations; these included 3 collection operations, 2 transfer stations, 2 recyclers and 3 construction debris processing facilities. Phil is also highly knowledgeable and experienced in the design, construction and operation of landfills. As well as the management of ongoing operations, he has been responsible for the award and start up of many collection contracts in numerous states. Phil's experience ranges from managing waste related operations with 2,300 employees and annual budgets in excess of $300,000,000 to being the Federal Court appointed Operations Manager for a waste company operating under the protection of bankruptcy regulations. Phil has personally managed several AshBritt recovery projects, as full -blown project manager to disposal and site manager. James "Buddy" Lofton — Compliance Manager After serving in the U.S Army Corps of Engineers for over 32 years, Buddy Lofton retired in June 2005 as Emergency Management Specialist (EMS) for the USACE Vicksburg District. He was the point person for all natural disasters including hurricanes, tornados, floods, snow storms, and droughts. Along with personally responding to these disasters, he also attended formal training in debris management, project management, safety, construction management, disaster management, quality control, cost estimating, and project funding. What's more, he designed and conducted a variety of exercise scenarios testing projects and its personnel in the response and recovery from a natural or national disaster. Buddy was an indispensible resource during AshBritt's recovery USACE Katrina mission in Mississippi in 2005, and he now serves as an important consultant and project compliance manager for the firm. Just recently he served as AshBritt's safety and compliance field supervisor in Orange County, TX. Mw OR M AshBriff Personnel Professional Certifications John W. Noble Emergency Management Institute Randal R. Perkins Teny Jackson Emergency Management Institute Ralph Dahlgren Dow Knight Rob Ray FEMA Bill Johnson Daniel D'Emidio FEMA Matt Gierdn FEMA Tim Mooneey Adrian Parker 1 1. ,,1 . — h I Matt Melillo Jason Santiago Richie Bensh Bryan Jansen James Lofton .. ..... Christine D'Emidio Cars Rosenthal Et al. Adrian Parker Emergency Management Institute Matt Gierden Matt Melillo Bryan Jansen Edward Stowitts FEMA Adam Vandenhouten FEMA 1'. Matt Gierden Matt Melillo Emergency Management institute Bryan Jansen Edward Stowitts Adam Vandenhouten FEMA Matt Gierden Ei Emergency Management. Institute Bryan Jansen James Lofton I FEMA John W. Noble Randal R. Perkins Emergency Management Institute Terry Jackson Ralph Dahlgren Dow Knight Rob Ray FEMA Bill Johnson Daniel D'Emidio Matt Gierden FEMA Tim Mooney Adrian Parker Matt Melillo Jason Santiago RIC It W11 IWNYI Richie Bensh . . ... I ! Bryan Jansen James Lofton 6 - -P Christine D'Emidio Cara Rosenthal Et al. Adrian Parker Matt Gierden Emergency Management Institute Matt Melillo Bryan Jansen James Lofton FEMA U V Adrian Parker Ed Stowitts r' °'_ -. r L ^,ti`t177 CAI I,, (7F''Ti?:1f rC1 \r .is Ia, �c �. IS-00400 Ed Stowitts q-tcA7 OF �. 021 r "1r o� s�¢aasfct mr-pletior e.f tom` lQ✓ John W. Noble Randal R. Perkins Terry Jackson - Ralph Dahlgren Dow Knight Rob Ray Bill Johnson .nul♦ ��, unu [—;04 Tim Mooney .. .. .. .. Matt Gierden 'f'Na n.ucnoa gun; * <rn•;r: r.,: -tnsmt rca cow ua %:rn�s Daniel D'Entidio . .... _.- _.__..._.:,..... -._.. John W. Noble John W. Noble Ralph Dah1gren Dow Knight Rob Ray Adrian Parker Tim Mooney Matt Gierden Daniel D'Emidio Cars Rosenthal Chris D'Emidio 'Ell -tic Of C(71)1 RoBERT if. R 1) Ilarch al. 'Ofm Holders: Daniel D'Emidio First Responder Operations Level Training Certification Dow Knight John Noble Sr. Glj Adrian Parker Matt Gierden Ron Cataldo Danny Sides Jessie McQueen Wayne Smith John Robbins Jason Haynie Rob Weber Christina D'Emidio Jeffrey Spoerl Edward Stowitts Adam Vandenhouten 40 Hour: John W. Noble Mark Berge Bill Johnson Dow Knight Adrian Parker Daniel D'Emidio Matt Gienden Ron Cataldo Danny Sides Jessie McQueen Wayne Smith John Robbins Jason Haynie Rob Weber Carrie Onderko Fred Neris Jim Rolette Adam Vandenhouter, Ed Stowitts Jeff Spoerl Joe Villarreal Mike Harris Jeremy Legatt Rick Koebcke Jamie Wallish Chris Welbaum-Boyk Scott Holiday Nick Nadler Bill Murphy John W. Noble Mark Berge THE NATIONAL Matt Gierden Jim Rol ENVIRONMENTAL TRAINERS Jeffrey Spoarl Edward Stowitts ltln:eh, U:, rd r!! — Adam Vandenhouten u.;:.. 1P 40 Hour HAZWOPER & CONFINED SPACE 7i'l 1:1� ..... .... . .. U.4 A L P. AN PAF1 X R :Z t A, MELTT I John W. Noble Mark Berge THE NATIONAL Matt Gierden Jim Rol ENVIRONMENTAL TRAINERS Jeffrey Spoarl Edward Stowitts ltln:eh, U:, rd r!! — Adam Vandenhouten u.;:.. 1P *✓ V John W. Noble Bill Johnson - - • - Daniel D'Emidio - Matt Gierden Jim Rolette Adam Vandenhouten I �. Ed Stowitts ;I Jeff Spoerl Joe Villarreal :.. Mike Harris i. Jeremy Legatt Rick Koebcke Jamie Wallish Chris Welbaum -Boyk Scott Holiday Nick Nadler Bill Murphy " Mark Berge Jim Rolette Adam Vandenhouten ��., i, :•d,,. Ed Stowitts -- -.--- -- - - -- Jeff Spoerl -" Joe Villarreal Mike Harris Jeremy L.egatt ' — Rick Koebcke Jamie Wallish Chris Welbaum -Boyk Scott Holiday Nick Nadler Bill Murphy Came Onderko Dow Knight Mark Berge Jim Rolette _ Adam Vandenhouten - -• - Ed Stowitts Jeff Spoerl Pup. -n iwr aatrn Tl:dnin_ James Lofton ! - Rob Weber - T Jason Haynie Daniel D'Emidio Tim Mooney - - - Ron Cataldo - - - - v Carrie Onderko Jim Rolette Adam Vandcnhouten Frl Stowitts Jeff Spoerl Mark Berge Harry Leonard Carrie Onderko Mike Houllis Daniel D'Ernidio Richie Bensch Matt Gierden Jim Rolette Adam Vandenhouten Ed Stowitts Jeff Spoerl Joe Villarreal Mike Harris A* Jeremy Legatt Rick Koebcke Jamie Wallish Chris Welbaum-Boyk Scott Holiday Nick Nadler Bill Murphy Dow Knight ,'R',USAID Certificate of Training I.-,d.d 1, LCDR Charles Knight na 'T ......... . . , I,, Joint thimemilarian Operalions Counze U Dow Knight Tom Credle Jose M. Infante James Brock 11:.4W1 \f. CENTER -1C EST Charle,-, KninN 71 Thamas Credle IONa COMPANY P— .... .. UJO U V Mw Daniel D'Emidio Richie Bensch CERTIFICATE OF COMPLETION BASIC TREE PRUNING DANIEL DEMIDlO has successfully compielud the training pruryrarn c=oucted by the Sra.•nrd County EJlensron Educapon Dmsian on, December 18, 2008 _ NJL.�--- f�[":.,'�r/F� —e�•� idanri`i:alian Numbc. COMMcIcial ka Imultu'a Agent 13713 Daniel D'Emidio Richie Bensch Ron Cataldo Brim Scott l7't' �i N r l' call '-F, Evert Suarez Basilio Garcia Joel Bermudez . ..... - .. Richie Berish 'ir-, rb9I I ... Dow Knight Daniel D'Emidio HfATR! Katrina Response lnrtrativ -:+; Richie Bensch Ron Cataldo Y c� f of Traiinin •, t:. � e Matt Gierden Matt Melillo Mike Houllis Came Onderko aHassureESiu1ly �ornetec{2Fety Uailiing fit Rob Weber Jason Haynie ,11$[[rllr01.ZllftE S3f2ty .,. Jason Santiago James Lofton Lop tiob ':H urricalle Katrina Disaster Dwight Anderson Brian Scott Dat6 Evert Suarez Basilio Garciai�,`, Joel Bermudez WORKER EDUCATION & TRAINING PRG GItA l�;' Et. at 2 u1s E53lw7T144 wa v,hmtri erg . H M T R i. `11Y Adam Vandenhouten Adam Jr. Vandenhouten Eld• Level Fio.,figWep I - Pa, i I Adam Vandenhouten Fox val�ev 1'.1 1. ✓I•No h,. Holders: Construction Operating Membership Education Training Ed StovAtts Jeff Spcerl Mike Harris Rick Kcebcke Comet Cerl"17CWc of ComPlelion sE z^ GT SSC 5E �u I E i¢¢ 5FF Oe ?u u `O =E au uc o V E $ aC °Y ae' �SaE `o'Qyp`e' € "B�Fo'EE'=��p'� °ti'o5 8 2z "�y�ESO�HEHUS U° QF F F� F� F F F F� 2 F F F F�� F F Fro F� F •.$ F F� F Gg U F 2 fn U C d 92 = rs '� `o �'` ::v Uu "' mE3ic•? u nw` ° 6$OCq S e F �.B Yu' M M a i6 €E BEEef:m °�M m�3�Qa ��YZ.�o�`e � °YE l�mzhau °R�°ai 8�d"8z w`�cwF u.'2W zui��s "�-m` 0 O�� F F F F� F F F 9 F F F F a • F• � •• � F F F b n - �e V b y E = r C1 Q ey£ C w atf - e S S gE ga;C BG 2sn V % E � e V ttl b na E @ l Hale a €e � lip 2E =C W egiI M V V� A WI rN ik a z € a a y � CC E _ =9y, sE z^ GT SSC 5E �u I E i¢¢ 5FF Oe ?u u `O =E au uc o V E $ aC °Y ae' �SaE `o'Qyp`e' € "B�Fo'EE'=��p'� °ti'o5 8 2z "�y�ESO�HEHUS U° QF F F� F� F F F F� 2 F F F F�� F F Fro F� F •.$ F F� F Gg U F 2 fn U C d 92 = rs '� `o �'` ::v Uu "' mE3ic•? u nw` ° 6$OCq S e F �.B Yu' M M a i6 €E BEEef:m °�M m�3�Qa ��YZ.�o�`e � °YE l�mzhau °R�°ai 8�d"8z w`�cwF u.'2W zui��s "�-m` 0 O�� F F F F� F F F 9 F F F F a • F• � •• � F F F Project & Program Understanding As established by Miami Shore's request for proposal for emergency debris management and removal services, it is clear an important component of the Village's proactive approach and plan is to enter into a pre -event agreement with a qualified and experienced disaster recovery contractor should an event impact the Village that is beyond its singular capabilities and wherewithal to handle. Through such an agreement, the Village will bear no immediate cost, but will be ensured of the availability of the vital resources (supplies, materials, equipment, manpower, various systems and financial backing) necessary in the aftermath of any overwhelming disaster recovery. The Village's goal will be to clear, remove and dispose, safely and responsibly, all event - generated debris in the quickest and most efficient manner. Following an event, AshBritt's role as the primary contractor would be to serve as an extension to the Village so it is better prepared to restore public services expeditiously and efficiently. Further, we will serve as an immediate financial and administrative backbone to minimize the initial burdens following in the wake of major disaster events. Our role will also be to ensure the utmost public health and safety of the residents and recovery workers in the aftermath, on site. Much of the groundwork to ensure these goals and roles are met and clearly defined will be laid during the critical pre- event planning phase of this partnership. AshBritt fully contemplates and understands the many necessary actions and steps needed to be established well before any disaster ever occurs, and we are fully committed to these. Our overall objective, then, for Miami Shores is to offer and supply the knowledge, planning, resources and .assets to efficiently respond and clear and remove large volumes of disaster - generated debris from the affected area in a methodical, timely and cost - effective manner. This includes safely and lawfully disposing of all such debris, in the end restoring Village property that was damaged as a result of the disaster to the greatest extent practicable. Through such an endeavor, special emphasis will be placed on minimizing environmental impacts, including but not limited to maximum debris diversion from landfills. Further, emphasis will be placed on fiscal responsibility and the goal of maximizing all available federal reimbursements. Quality control, safety and overall project diligence will be paramount. We will be responsible for assembling, directing, and managing a qualified and dedicated work force within the Villa that will undertake all debris management operations as tasked until full completion of debris removal, disposition, and utilized resource restoration (i.e., temporary debris management sites or other work sites, including contractor induced infrastructure damage to public or private property). UThis objective is ultimately targeted toward the overall goal of "eligible debris work ", which is work that serves the public interest within the borders of the Village and declared disaster area. To satisfy the concept of "public interest" all eligible debris work, in a program -wide manner, must: 1) eliminate immediate threats to life, public health and safety; 2) eliminate immediate threats of significant damage to improved public or private property; 3) ensure economic recovery of the affected community /area to the benefit of the community -at -large; or 4) mitigate the risk to life and property by removing substantially damaged structures and associated appurtenances as needed to convert property acquired through a FEMA hazard mitigation program to uses compatible with open space, recreation, or wetlands management practices. More specifically, with respects to actual debris removal, AshBritt forces must comply with the following criteria: 1) all debris we collect must have been generated by the declared disaster event (and approved by the Village); 2) all debris must be located within the designated disaster area (Village borders) on Village improved property or rights -of -way; or 3) the debris is the legal responsibility of the Village (usually established by Village ordinances, codes or by- laws). AshBritt will not under any circumstances willfully remove ineligible debris. We will make a concerted effort through our planning stages and routine meetings with Village and/or FEMA representatives to clearly delineate debris eligibility throughout the course of the debris cleanup. If ineligible debris is inadvertently collected and hauled, all necessary actions to remedy the occurrence will be taken and such loads will not be billed to the Village. AshBritt will provide all the necessary supervision, labor, and equipment to remove, reduce (via grinding, burning, compaction or recycling) and haul mixed debris to an approved recycling and disposal site or sites designated, managed, and operated by us. AshBritt also will locate, develop and operate temporary debris management sites (DMS) for the purposes of debris staging, segregation and processing, as deemed necessary for an orderly, cost - effective and expeditious recovery. As such, we will mobilize all equipment and materials to effectively manage, operate and close - out (reclaim to pre -use condition) all mixed debris management sites Village -wide, including all burn operations (as applicable). In the course of managing these sites, we will be responsible for all necessary traffic control, weighing, _ measuring, reduction, recycling, and all other necessary functions for the operation of the site or sites through closeout of each. We will acquire all necessary land -use and environmental permitting to operate DMS. These are specifically identified later in our proposal. In practice, under an official notice -to- proceed (NTP) by the Village, AshBritt's work will consist of clearing and removing any and all "eligible" debris as defined by Federal Emergency Management Agency (FEMA) Publication 325- Debris Management Guide, all applicable state and federal Disaster Specific Guidance and policies, and as directed by the Village Debris Manger (VDM). Our scope of work activities will include: 1) inspecting debris to determine whether or not debris is eligible for pickup (under the guidance of the Village), and whether it is burnable or non - burnable, 2) segregating and loading the debris with rubber -tired mechanical loading equipment, 3) hauling the debris to an approved DMS or landfill(s) for self- unloading, 4) reducing the debris (via grinding, compaction or burning), 5) hauling the debris to a Village approved recycling or disposal facility, and 6) lawfully dumping the debris at the facility or landfill. Debris not defined as eligible by FEMA Publication 325 -DMG or state or federal disaster specific guidance or policies will not be loaded, hauled, or dumped under the standing contract unless written instructions are given to AshBritt management by the VDM. It will be AshBritt's responsibility to load, transport, reduce, and properly dispose of any and all disaster generated debris which was the result of the declared event under which we were issued an NTP, unless otherwise directed in writing by the VDM. This may include, but is not be limited to: Vegetative Debris 1. Damaged and disturbed trees, tree limbs, bushes, shrubs, brush untreated lumber and wood products. 2. Remains of standing trees which are clearly damaged beyond salvage. Construction and Demolition (C &D) Debris 1. Building materials, including wood structural members, concrete blocks, window glass, structural siding, and roofing materials including shingles or metal roofing panels. 2. Household debris, consisting of damaged furniture and appliances, flooring materials and the like. 3. Treated timber, plastic, rubber products, sheet rock, cloth items and carpeting materials. 4. Metal Debris - Various thicknesses of corrugated metal and other thin sheet metal products. In addition to the above debris, AshBritt will collect and manage hazardous waste, silt deposits, sand deposits, spoiled food, sunken vessels and debris located in canals if requested by the Village. AshBritt, in accord with all applicable federal regulations, will to the greatest extent practicable utilize resources located within the disaster area, including but not limited to, procuring supplies and equipment, and awarding subcontracts and employing qualified individuals. The working hours of the project will be Monday through Sunday, 7 days per week, 12 hours per day (or during daylight hours or as otherwise directed by the Village). The first seventy -two (72) working hours of the response and recovery phase we will deploy crews to clear vital transportation routes on a 24 hour per day basis, as needed. AshBritt crews will not perform work outside these hours unless approved in advance for some extenuating circumstances by the Village. Furthermore, we will not use any certified project equipment for private work during work hours, nor will our personnel solicit work from private citizens or others during the course of our recovery work. During our response, we will work in concert to the greatest extent practicable with all other emergency responders, including by not limited to other government agencies, utilities companies, volunteers, Village forces. As with all federally declared and funded disaster events, recovery time is of the essence. As such, AshBritt will assemble and manage resources and manpower sufficient to complete debris removal and disposal operations within a minimum amount of time, typically 30 to 120 days, depending on the size of the event. N Project Management & Operations Standards As part of our contract commitment, and as a general rule, AshBritt will deploy a fully qualified, experienced and vdedicated project management team (PMT) for Miami Shores that is commensurate with the severity and magnitude of the disaster event. Disaster debris stream quantities and makeup and overall post- disaster conditions will always vary. AshBritt will respond specifically and proportionately to any recovery with the appropriate personnel, organizational structure, equipment assets, communications structure, resources, and systematic plans of execution to ensure an efficient, rapid and safe recovery. We will comply, to the greatest practical extent, with all established Village schedules and minimum equipment deployment expectations. For a large -scale recovery operation, we will deploy a broad, mostly specialized PMT to handle the complexity of an expanded recovery mission. For smaller events, when the recovery response is generally limited to the collection of vegetative debris, we will deploy a smaller PMT. During smaller event recoveries, the Project Manager will assume a greater share of responsibilities and oversight. Naturally, any deployed PMT will likely expand and contract over the course of the recovery, smoothly transitioning to achieve the optimal level of personnel. AshBritt specifically assures Miami Shores that the management personnel deployed for any recovery in them will be dedicated and sufficient to design the best site - specific debris management and operations plan to meet their needs. The following standards, at a minimum, will be upheld for any recovery efforts in which we may assist the Village: Regulatory Compliance: All of our services and operations will comply strictly to the Occupational Safety and Health Administration (OSHA) and Environmental Protective Agency (EPA) rules, regulations and requirements for maintaining a safe and environmentally responsible work site. Further, our personnel will do their best to ensure recovery work is performed and documented in conformity with all established Federal Emergency Management Agency (FEMA), Florida Department of Emergency Management (FDEM), Federal Highway Administration (FHWA), and all other applicable federal, state and local authority guidelines for emergency service and debris management eligibility requirements. ` It is acknowledged that debris that may be eligible for clearance and removal, generally, includes: trees, other vegetative debris, sand and gravel, building wreckage, vehicles, vessels, personal property, and other material. To be eligible for FEMA assistance, such removal must be necessary to do one of the following: 1) Eliminate immediate threats of life, public health, and safety; or 2) Eliminate immediate threats of significant damage to improved public or private property; or 3) Ensure economic recovery of the affected community to the benefit of the community -at- large. AshBritt's team and forces will only handle debris in the areas duly designated by the Village. Overall, all of our operations, including all subcontracted work, will be completed in accordance with all relevant federal, state and local laws. Common Framework: As a known part of the larger effort, mutual aid response and Village Incident Command, AshBritt will maintain best practices of cooperation, clear communication, collaboration, accountability and efficient use of resources, whether ours or others. We will maintain flexibility, visibility, and accessibility throughout the response and recovery mission. Project Responsibility: AshBritt senior management, whether a large or small team is deployed, will have full responsibility and authority to direct all subcontractors and teaming partners who are involved in the recovery efforts. Management will be solely responsible for all means, methods, operations, safety matters and other project procedures over our operations and over all subcontractors, ensuring conformity to Village objectives. Self Sufficiency: AshBritt personnel and subcontractors, in performance of response and recovery and our DMP, will maintain self- sufficiency in regard to lodging, sanitation, hygiene, and sustenance, as well as equipment safety, maintenance, repair and fuel by means consistent with local requirements and with common sense to minimize adverse affects and further disruption in the Village. Project Organization: For AshBritt's part, our processes and actions will proceed in accordance with a flexible, modular, coordinated and objective plan of action that can be easily adjusted or scaled to accommodate the ever changing recovery environment and mission —and attendant Village expectations. Operations, as most practicable, will be efficient, unified, and cost- effective, meeting the full and utter approval of the Village. Deviations from the Village v expectations or standards will be corrected in the shortest time possible. ualified Technical Assistance: Training and guidance offered by our Technical Assistance team will be timely, consistent, thorough and accurate — resulting in the full realization and reimbursement of all eligible claims in the l r shortest possible time frame. The team will participate to the greatest extent allowable by Village and by federal and v local authorities to offer the maximum support and assistance throughout the funding process, while at the same time maintaining the highest level of neutrality and integrity. Timely and Accurate Recordkeeoing/Renorting: Personnel and equipment hours will be carefully monitored, tracked and recorded through a coordinated effort by AshBritt and Village personnel. All field documentation and reports will follow a thorough and systematic review and acceptance process. AshBritt will ensure daily, weekly or other cumulative reporting, accounting and attendant reconciliations will satisfy Village- Finance and Administration objectives. We will employ for the Village the best available support technology and systems. And all data, documentation, and invoices will be timely, accurate and audit quality. Transparency of the documentation and reporting process will be maintained through direct Village access to our fully compliant and accountable debris tracking system, known as our Debris Information Management System (DIMS). Safety First: Operational safety, health and accident prevention measures will be in effect and reinforced daily by all active personnel. These measures and procedures will be reiterated weekly during planning meetings, or as needed. All AshBritt personnel, not only our Safety Manager, will be empowered to address any potential unsafe conditions or actions. Immediate, swift action will be taken to correct any safety deficiency, while maintaining the utmost respect for all workers. Safety of Village representatives and citizens will be considered paramount. Drug -Free Work Place and Ethics Plan: AshBritt is a certified drug -free work place. Our drug -free policies, as a component part of our corporate Ethics Plan, encompass all company operations and actions, whether in -house or in the field. Our Ethics Director and Safety Manager, ultimately, will enforce our Drug -Free Workplace and overall Ethics Policy. All AshBritt personnel, however, are given the responsibility to monitor and ensure that all co- workers and subcontracted personnel are drug free and actively responsible in accordance with our policies. A procedure for reporting, investigation and resolution are in place as part of our Ethics Plan. All AshBritt personnel and subcontracted partners —full -time, reserve and temporary —are obligated to participate in and acknowledge by signature corporate Ethics training and compliance review. Training is conducted on -site as part of our Quality Control Program. Performance Schedule: Field operations will be conducted during visible daylight hours seven (7) days per week. Upon proper approvals, emergency road clearance and DMS operations may be conducted twenty -four (24) hours per day, through the means of shift changes and proper lighting and safety apparatus. Daily Meetings: AshBritt management personnel, specifically the OM, PM and Technical Advisors, will attend and conduct daily meetings with Village and our own personnel. Relevant issues will be discussed, including: progress, potential and/or needed adjustments, area - specific modifications, problems, concerns, accidents, and any other issues that need to be addressed. Adjustment decisions to increase or decrease manpower and/or equipment, change work areas, and /or improve productivity and work quality, will be made by the PM based on daily evaluation reports from our field personnel and the Village. Ouality Control Review: AshBritt's Quality Control Manager (QCM) will be charged with overseeing ongoing progress, the quality of work being performed, and any property damage. Field Quality Control Supervisors and Representatives (QCR) will communicate the objectives and enforce our project Quality Control Plan, ensuring standards are met. Through an established process and series of reports and journals, all quality control oversight is documented through the course of the recovery, especially project deficiencies. Deficiency Reporting and Response: Project deficiencies (public or private collateral damage and/or area complaints) will be posted, tracked, and reported in a timely manner to the Village by AshBritt QCRs. Reports will fully describe the deficiency, supply evidence of a 24 hour response of the conflict resolution and of the corrective action to prevent future occurrence. Cumulative status reports and releases of repair or monetary settlements will be supplied to the Village in a timely manner. Access to all deficiency reporting will also be available to Village representatives via DIMS.. Vehicle and Equipment Maintenance: Well- maintained vehicles and equipment are essential for efficient operations. AshBritt's PM, QC field supervisors, and crew foremen, as well as subcontractor personnel will be responsible for keeping all vehicles and equipment in satisfactory working condition and prepared for each workday. AshBritt, as well l as our subcontracted partners, will provide mechanics and maintenance trucks, on -site for troubleshooting, maintenance and repair of equipment. Relationships with local mechanic shops will also be established during pre - planning phases. Traffic Control: AshBritt will use its knowledge and best efforts to mitigate the impact of recovery activities on local traffic. We will source, supply and employ sufficient signage, flaggers, barricades and other MOT devices, as acceptable, to ensure the safety of vehicular and pedestrian traffic in all work areas. All field operations will be conducted in conformity with all applicable local, state and federal codes, ordinances, rules, regulations and laws, specifically in regards to maintenance of traffic. The Manual on Uniform Traffic Control Devices (MUTCD) is our guiding document for traffic control standards. Clean -As- You -Go (C- A -Y -G): The concept of Clean -As- You -Go is a component our Quality Control Plan. C -A -Y -G epitomizes the value of "do it right the first time ". AshBritt field personnel and forces will be directed to complete assignments and cleanup activities as completely and thoroughly as practicable at each stage of work so to avoid do- over's, inefficiencies and delays. C -A -Y -G does not interfere with the concept of multiple debris passes, but emphasizes the objective of removing all accessible and eligible debris during each respective pass, sometimes employing basic hand laborers and tools (i.e., rakes, shovels and brooms). Maintaining C -A -Y -G objectives is especially important for debris work on emergencies and major disasters where restoration of critical public functions is the highest priority. AshBritt personnel and subcontracted partners will be expected to abide by this policy. If, after orientation and performing under the C -A -Y -G concept, work site conditions do not reflect the objectives of this policy, AshBritt personnel and subcontractors will be subject to corrective action up to and including dismissal from the project. Truck Certifications. Placards and Load Tickets: The prime elements and key features of debris management documentation and financial accountability are truck certification and measurement records, truck identification placards, and hauling load tickets. Truck certifications are used to record and compile official information on employed hauling vehicles and support equipment, including type, load carrying capacity, project assignment and safety qualification. These forms are co- signed by AshBritt and government representatives and serve as a vital record for eventual FEMA reimbursement. Truck placards are used to relay quickly and clearly in the field the vital information recorded on truck measurement records. A properly completed and affixed truck placard indicates the asset is approved for project performance. The load ticket, which is described in greater detail later, is the chief financial /cost record for project debris removal and quantity tracking. AshBritt may supply these, review and quality check transcribed data, and handle, process and compile data thereon, but Village designated personnel are ultimately responsible for completing and approving, via signature or initial, these forms. AshBritt compiles all truck measurement records and load tickets electronically and transcribes recorded information into readily accessible and useable database format. Note: Hourly Time and Materials Logs (i.e., time sheets), which are used to document and record hourly work for specific task orders, are also classified as a prime element of documentation and financial accountability. These are typically used to a lesser degree for debris management missions, owing to reimbursement restrictions on time and material contracts and work. Nonetheless, they are handled and processed with the same diligence as the other documentation. Through use and application of these prime elements, financial accountability is maintained throughout the recovery process. A system of checks and balances is implicitly established, which is tied directly back to truck measurement records, and to all load tickets, hourly T &M logs, field logs, and subcontractor /vendor billing data. All data is transferred, recorded and maintained in our Debris Information Management System (DIMS). This system can be linked electronically with client systems, as applicable, to ensure smooth data transfer. V Additional Support: Emergency & Ancillary Services Major, wide- spread weather disasters can be totally devastating to stricken communities, warranting the need for more i expansive support services. These are services above and beyond debris removal and management. In many cases these v services are necessary precursors to ensure a debris mission advances effectively, safely and efficiently. AshBritt is a full- service, single - source contractor able to coordinate and deliver turnkey emergency response, environmental remediation, and recovery and restoration services. Under one umbrella, we can minimize the worry and confusion surrounding a client's recovery, restoration and build -back needs following a major event impact. Through our own resources and through our teaming partners, we will ensure that these vital offerings are handled professionally, completely and expertly. Following is a list of the additional support services that AshBritt can offer and supply Miami Shores Village, as needed. Emergency Services Emergency Water/lee — Supplies of water in gallon, 2 -Itr bottles, or bulk potable water tankers; supplies of bagged ice (50- 1001b), reefers /fridges, as needed, delivered to a central distribution points within 24 hours. Logistical managers and POD supervisors to oversee the orderly distribution and tracking of provisions; Emergency Housing — Secured temporary housing and turnkey base camps to support local and out -of -area relief workers, representatives and residents can be established within 48 -72 hours following a major event. Base camps will be scaled and equipped to meet event scenarios. Hard -sided and soft -sided tents, CONEX systems, or other modular structures can be supplied and fully managed; [ Mobile Kitchen and Shower Units — As an extension to camps or as specific areas, these units, serving for disaster support workers, local representatives, and residents can ` be delivered, set up, and powered by generators within 48 hours. Multiple configurations and output available. Full oversight and maintenance of facilities; Canteen. Commissary and Meals Ready to Eat (MRE) — Full canteen and commissary services, serving hot breakfast, lunch, and dinner, as well as mid - rations can be established, and expanded to support local relief representatives, workers, volunteers and residents; MREs and heater meals can also be distributed systematically; Emergency Power Generation — Temporary power generation for critical facilities can be delivered, set up, and maintained if the normal power supply is disrupted. Emergency light towers can be delivered and distributed throughout the affected area and work sites; Light Sources — Provision of light and power sources within 24 hours of request to Village. Capable of supplying these items to multiple locations simultaneously without interruption. Supply of necessary light towers and power plants site -wide, as required; Satellite Service /Communication InfrasWCture — Satellite telecommunication service can be supplied, to a greater or lesser extent, contingent on the magnitude of the event and scope of damage. Services will support telephone and online internet access. Various equipment/configurations available depending on scenario; Emergency Fuel Supply — Through strategic coordination and partnerships with wholesale fuel distributors, fuel can be supplied immediately and as necessary to maintain continuity of vital services; r� n� Emeryenry lee MRE and Cant- en Service Power Generation Temporary Offices. Warehousing & Container Storage — Mobile command centers, temporary offices, critical document and asset warehousing, and storage containers (CONEX or other) can be supplied in any configuration to meet local v needs. Temporary prison facilities can also be delivered and maintained; POD Manpower & Equipment: All necessary manpower, management organization, equipment and supplies (i.e., forklifts, pallet jacks, lighting, hygiene stations, traffic devices, trash collections, etc.), community relations and security personnel, and other provisions to safely and efficiently deliver water, ice, meals, tarps, food supplies or any other commodity or supplies; Emergency Barge Transport* — When major bridges and access routes to areas surrounded by water are damaged and transportation is impeded due to storm damage, vital equipment and supplies may require transport by barge. Multiple major vendors and subcontractors are committed to AshBritt to ensure expeditious response and sufficient resources for Miami Shores; Emergency Roof Tarping & Repair — Coordination and work of temporarily patching roofs when permanent repairs cannot be made immediately, mitigating further damage. Multiple, experienced crews can be deployed; Also, distributing tarps to residents from PODS; Fire Suppression Support — Provision of water trucks and personnel (including trained, certified firefighters) as necessary to augment local water supply systems. Trucks with minimum capacities of 2,000 gallons, which are filled and outfitted with valves compatible with fire hose connections meeting NFPA standards. Marine & Remediation Services Pumps & Flood Control — Supply and manage various pump types and configurations to control and mitigate flood waters. VacTrucks can also be deployed for various circumstances; Sewer & Catch Basin Clearing — Removal of storm - generated sediment/debris from storm water sewer systems aids the prevention of secondary flooding. Clearing is normally accomplished using industrial VacTrucks and other specialized equipment. Work will be conducted by licensed, experience crews; River and Canal Shoreline Restoration - AshBritt will perform river and canal oil spill Re iy - Sof Boom shoreline restoration to include any necessary excavation, compaction, fill, and backftll of embankment soils and materials to restore banks to preexisting conditions insofar as possible. VacT ck/PUmping SeM Marine Recovery — Underwater search and rescue, video systems, vessel recovery, underwater welding and salvage, debris removal from canals and waterways, deployment of commercial divers, deployment of remote operated vessel (ROV), deployment of barge and landing craft as work platforms for equipment and supply transport. Various work boats and crew configurations available for surface debris removal; Oil Spill Resoonse — Provision of vessels, skimmers, hard and soft boom, support equipment and materials, and experienced, licensed and certified personnel and technicians. Equipment, vehicles, personnel and plans for lawful disposal of collected oil and by- product; Dredging — Mechanical and hydraulic dredging of canals, marinas and navigable waterways. AshBritt is a member of the Dredging Contractors of America and has completed a number of large and small dredging projects throughout our history; Mass Decontamination — Decontamination of buildings and facilities after detection of bio or chemical toxic and harmful agents. Licensed and certified, fully equipped with appropriate level PPE, available; Drvinil Services — Emergency temporary dry-in of public facilities to include removal and disposal of affected building materials, securing structural openings, dehumidification and moisture abatement; V Mold Remediation — Identification and remediation of mold in buildings and facilities with licensed and certified, fully equipped with appropriate level PPE, personnel and technicians; Drying -In /Restoration Services W Household Hazardous Waste (HHW) and Hazardous Materials — Offer planning and programs for handling and management of HHW and commercial hazardous materials and toxic waste by certified, licensed and fully equipped with appropriate level PPE, personnel and technicians. .. Other Recovery & Restoration Services Vehicle. Boat & Vessel Containment & Disposal — Removal, transport and disposal of abandoned vehicles, boats and other vessels to include aggregation staging, inventorying and indexing for easy location and retrieval. Information dissemination, owner contact, and supplemental investigations for proper disposition will be conducted. Scraping, decontamination and recycling of vehicles and vessels; Dead Animal, Livestock, Fish Collection — Collect and lawfully dispose of animal, bird and fish carcasses from public property and right -of -ways. Specialized crews are dispatched to specific locations where remains have been identified to collect, haul and dispose of all carcasses as directed by the City. Erosion Control & Silt Fence Maintenance — Provision of personnel, equipment and materials for temporary and permanent soil stabilization under multiple scenarios (i.e., post- flooding, wild fire, etc.). Installation and maintenance of silt fencing for ad hoc situations and sites where applicable; Sand Collection & Screening - Debris -laden sand can be loaded from right -of -ways and hauled to designated locations, such as a temporary collection sites. After debris -laden sand is discharged, it will be screened and stockpiled at a temporary site. Once sand is cleaned, it will be returned to the beach and stockpiled for reuse along the shoreline/beach. Debris generated from sand screening will be hauled to a DMS or other designated location. AshBritt has multiple strategic partnerships with local Florida subcontractors who specialize in sand screening and beach restoration. Our comprehensive Beach Restoration Plan is available upon request; Hauraous Materials Containment Animal Carcass Disposal Backfill - AshBritt will supply and place suitable fill dirt in voids and ruts created by equipment and vehicles, holes created by hazardous stump extraction, and in other areas posing imminent and significant threats to public health and safety. This may include filling hazardous pools (Note: AshBritt filled approximately 1,900 private pools during the Katrina -MS Mission); and Creosote Timber Piling Removal - AshBritt will load, haul and dispose at a Village and State approved Type I or II landfill all eligible creosote timber piling and miscellaneous creosote timber (Note: Telephone poles are not typically considered eligible for federal reimbursement, as they are the property of public utilities.). AshBritt will only haul this type of debris upon proper authorization. Client Training Statement AshBritt maintains a hearty annual training, presentation and workshop schedule. Although direct sponsored client training seminars and table -top exercises comprise the greatest share of our efforts —as we offer training each year to active clients who wish to participate —we also conduct and participate in ad hoc training seminars for national, state, regional and local stakeholders and associations (i.e., non - contract parties). For instance, just over the last several years we have conducted and/or participated in disaster recovery related training, workshops and seminars for the American Society of Civil Engineers (ASCE), the USACE Safety Pays Committee, the 2007 -2011 Houston - Galveston Area Council (Annual Debris Workshops), the Coastal Texas Local Government Storm Debris Management Seminar, the Texas Recycling Summit, the 2008 Disaster Preparedness & Recovery Seminar (West Florida, sponsored by S &S Business Records Management), the Manatee County, FL 2007 Debris Summit, and the 2008 CRA, Inc. sponsored table -top exercises for disaster response scenarios in Northeast regions (i.e., CT, MA, RI, VT) dubbed "Operation Logjam ". We also regularly participate in and /or sponsor workshops at the National Hurricane Conference, the Governor's Hurricane Conference (FL), the SE Recycling Association and APWA conferences and other state emergency management association functions. Furthermore, we often conduct pre -event local subcontractor, personnel and vendor out -reach and training programs and workshops in coordination with clients to strengthen potential local business participation as well as to begin a positive indoctrination process. These have proven beneficial in improving response and recovery coordination, and in overall recovery efficiency and effectiveness. We have conducted these types of programs in Florida, Texas, Connecticut, North Carolina, South Risks and Assumptions Assessment Carolina and California. We conduct our annual client on -site training and table -top exercises generally between the months of ` - . January and June, but often ad hoc sessions are arranged if immediate needs arise for clients. Our sessions are generally 6 to 10 hours in length with ample time provision for questions and answers. We largely customize the training to meet the needs of our clients, considering such aspects as previous disaster recovery exposure, geographical and demographic profile, years of prior training and topics covered, and new salient regulatory and operational considerations. We can conduct traditional seminar/lecture style programs or interactive table -top exercises with attendee participation and role playing under a variety of event scenarios. Professional Training & Planning Over the past several years, we have conducted mainly the latter type, providing client officials and key personnel an opportunity to evaluate debris management response concepts, policies, plans, procedures, and capabilities prior to and immediately following a disaster event. This approach provides clients with the opportunity to contemplate further and refine their overall response and decision - making processes as well as their integration and coordination among responding public health, emergency management, public safety agencies, and private industry enterprises, going far beyond just our part in the overall recovery process. The overall scope is to support the validation and coordination of local response plans and procedures (i.e., local and state Disaster Debris Management and Recovery Plans), and to identify the logistical concerns and resource integration requirements (local, regional and state -wide) for a natural disaster from the perspective of debris management. We generally address the following target capabilities, as adapted from the National Preparedness Goal, which can be used as guides for preparedness planning, for establishing further training requirements and discussion dialogues, and for evaluating performance readiness through exercises and operations. They include: 1) Critical Resource Logistics and Distribution; 2) Economic and Community Recovery; 3) Emergency Public Information and Warning; 4) Emergency U Operations Center Management; and 5) Responder Safety and Health. Moreover, our overall training philosophy is to remain current and topical, and to carefully address the state of present FEMA guidance and policy regarding the federal Public Assistance Program, as well as the current environment of other emergency relief programs. Some of key points that may be covered during the training include: Review of potential disaster threats; historical look. Congress actions in review and pending legislation. Current debris management environment. The PA Program and new FEMA guidance. Relationships of and for local government. Benefits of mutual aid and local Gov't collaboration. Our Disaster Recovery Team (local and federal government, tech assist contractor, debris contractor). Roles and responsibilities of client key staff members. Local government/agency/organization preparedness. Required and recommended elected body resolutions. Local government actions — management, administration, finance. Recovery meetings — applicants briefing, kick -off meeting, timelines. The Office of inspector General, audits, final inspections and closeouts. Benefits of action vs. reaction. Public Information and Notification best practices. Project "lessons learned" and DM best practices. Best practices for mobilization and response. Operations and administrative overview of accepted FEMA practices. Local historical and environmental sensitivities. Local subcontractor and vendor participation goals and /or specific recommend training regimes Following is a partial list of government clients and select participants to whom we've delivered formal technical training over the past few years, Please feel free to contact any of them for a review of our training. Select Trainee References Municipality Name Title Contact Number Email Boca Raton, FL Judy Ahern O erations Manager 561 -416 -3384 'aahern@ci.boca- raton.tl.us Bradenton, FL Steve Sibert Engineering 941- 708 -6300 steve.sibert@cityofbradenton.com Brevard County, FL Bob Lay Director 321 - 637 -6670 bob.lay@brevardcounty.us Bridge City, TX Jerry Jones City Manager 409 -735 -6801 Colleton County, SC Suzanne Gant Director 843- 549 -5632 _�ones@bridgecitytex.com cocepa@collatoncountv.orq Cooper City, FL Carl Miller Public Works Director 954 - 434 -2300 cmiller@coopercityfl.org Dania Beach, FL Connie Falzone Admin. Coordinator 954 -924 -3741 cfalzone @ci.dania- beach.fl.us Davie, FL Russell Muniz Town Clerk 954 - 797 -1023 russell_muniz@davie -fl. ov Deerfield Beach, FL Marnie Rosen Asst. Recycling Sec. 954 -480 -4454 mrosen@deerfield-beach.com Durham, NC Tom Ayres Public Works Director 919- 560 -4326 Floyd County, GA Scotty Hancock EMC 706- 291 -5110 —Thomas.Ayers@durhamnc.gov hancocks@floydcountyga.org Fort Pierce, FL Paul Bertram Public Works M r. 772 -460 -2200 Georgetown Co, SC Ray Funn a Public Works Director 843 -458 -5144 _pbertram@city-ftplerce.com rctunnye@georgetowncountysc.org H- GAC -TX rksh Cheryl Mer o Solid Waste Pr gm Mgr 713- 993 -4502 cmeroo@h-gac.com Holmes Beach, FL Joseph Duennes Public Works 941- 708 -5800 publicworks @holmesbeachfl.or Homestead, FL Ernest Donaldson Solid Waste 305- 297 -9337 E.J.Donald.cityofhomestead.com Jackson County, TX Allan Friedrich EMC 361- 782 -3398 'ceoc@co.'ackson.tx.us Kingsville, TX Carlos Yerena City Manager 361 - 595 -8002 citymanager@cityofkingsville.com Manatee County, FL Sue Ciccione Solid Waste Coord. 941 - 792 -8611 sue.ciccione @co.manatee.fl.us Nassau County, FL Ben S illers Emergency M mt. 904- 548 -4980 bspillers@nassaucountyfl.com Orange County, TX Jeff Kelly EMC 409 - 882 -7895 jkelley@co.orange.tx.us Oran e, TX Jerry tiller EMC 409 - 882 -9149 jzilJer@orangefd.com Plantation, FL Frank DeCelles Public Works Director 954- 452 -2537 fdecelles@plantation.org St. Lucie County, FL K le Croce Sr. Project Engineer 772 -462 -2153 crocek@stlucieco.gov Sunrise, FL Michael Pulver Internal Auditor 954 - 746 -3315 mpulver@ci!yofsunrise.org Vidor, TX Aleta Ca en EMC 409- 769 -4561 acappen @ci ofvidor.com West Orange, TX Mike Stelly Chief of Police /EMC 409- 883 -7574 mstell @cit ofwestoran e.com Wharton, TX Jim Cooper EMC 979- 532 -4811 icooperOcityofwharton.com Wharton County, TX Andy Kirkland i EMC 979 - 532 1123 And .Kirkland @co.wharton.tx.us Pre -Event Planning Statement AshBritt recognizes the importance of planning for disaster response and recovery actions cannot be overstated. Planning is paramount to the success of any recovery mission. First and foremost, it permits the introduction of and communication amongst all key personnel and decision makers. Regular meetings and communication with clients as part of the greater continual planning and preparedness process are vital for sharing established goals, the strategies to achieve them, and for fostering coordination and continuity towards the best possible outcomes. In other words, meetings keep all parties on the same page and dialogue running that both reinforces and revises, as necessary, goals, roles and responsibilities. As part of our standard operations planning with Miami Shores Village, AshBritt will encourage and partake in multiple operational planning meetings throughout the duration of the contract. These meetings are above and beyond our training sessions and cover more specific operational considerations, expectations and goals. For the most part, they are initially conducted with a broader perspective, where organizational structures, command chains, standing resources and assets, current debris management plans, and special expectations (i.e., logistical, environmental, or local hiring) are discussed. Then subsequent more specific meetings and planning sessions are typically held to address a broad array of operational issues, as applicable. For instance, we typically discuss selection, evaluation and assessment of debris management sites, or re- evaluations and re- assessment for currently identified sites, recycling and final disposal options and preliminary plans, critical facilities and key route identifications, including formulation of or updates to debris collection zone maps and primary road clearance routes, and identification and assessment of sensitive environmental and historical areas. We also review our GIS collection tracking system and our Disaster Information Management System (DIMS) modules, and applicable updates, while indoctrinating state and local representatives about their functionality. Health and safety protocols as related to AshBritt personnel, subcontractors, client representatives, other responders and the general public are addressed. Debris Management Site Selection. Planning, and Testing AshBritt strongly desires to participate in the review of and/or selection of potential temporary debris management sites (DMS) with clients whenever possible. The FEMA 325 Debris Management Guide discusses the identification of l debris management sites as such: "The planning staff should consider public lands first in order to avoid costly land leases. Existing disposal or recycling facilities that are inclose proximity to the disaster area are ideal locations for DMS. Nearby landfill and recycling center capacities need to be evaluated for site feasibility. Applicant -owned sites that will not require extensive repair costs, such as parks, vacant lots, or sports fields, should be considered as well. State -to -state or [county/city-to- county/city] agreements may present possible solutions for public land use. " Based on these guidance and suggestions, a collaborative process of identification, review and on -site inspection of potential DMS is mutually beneficial to AshBritt's operations personnel and Village ICS representatives. It can preclude potential operational and liability issues that can develop; it can ensure fast -track mobilization, response and production ramp -up in the event of a disaster; and it can aid in a more expeditious, efficient and cost - effective recovery. We use established operating selection criteria for determining DMS viability and practicability. The following pages contain an example of our Debris Site Evaluation Worksheet, which is a first step planning tool in collecting site data and determining site viability. Logistical, environmental and geographical considerations, as discussed in greater detail herein, are carefully evaluated during the assessment of all temporary debris management sites. As applicable, members of our operations staff will meet with Village representatives to discuss and evaluate pre- identified sites. Further, we will use this tool to evaluate the feasibility of additional sites, as may he required. We can assist the Village in securing additional sites if tasked or if we deem necessary owing to the extent of damage and debris volumes. AshBritt has a remarkable track record of constructing and managing a multitude of diverse sites, both large and small, with minimal environmental impacts. More detailed information follows. Area/Sector/Zone Mans & Emeryencv Routes AshBritt can assist the Village in preparing preliminary area and sector maps for debris clearance zones, as well as assist with the creation or review emergency clearance route maps (GIS samples are available upon request). Such maps 1 - are often critical to efficient initial damage assessment activities and debris quantity estimations. Typically, preliminary base maps are adjusted after events to ensure the proper allocation of resources to priority areas with the greatest damages and needs. It is highly encouraged to generate initial planning maps well in advance of events. U V Ash DEBRIS SITE EVALUATION WORKSHEET Environmental USEABLE SITE CLIENT: PUNTA GORDA iX Yes F No PRIMARYSITE USE POTENTIAL SITE USE R TDSRS F RALLYPOINT F FDS f- TRUCK A TDSRS IX RALLYPOINT I RESIDENTIAL DROP OFF IX WHITE GOODS RECYCLE F FDS Ix TRUCKMEASURING i OTHER SITE SPECIFICATIONS SITE NAME: (WASTEWATER TREATMENT PLANT SITE ADDRESS: 30999 BERMONT RD SITE OWNER: CONTACT: PHONE NUMBER: GPS COORDINATES F- TOWER ;X SITE ENTRANCE �— LATITUDE: N 26 DEG 56 MINI49.02 SEC LONGITUDE: W 81 DEG 56 MIN 41 2,28 SEC CIS WEBSITE• TOTAL USEABLE ACRES: 400 INITIAL SITE SURVEY CHECK UST X Location C Yes F- No Logistically convenient? VC Yes r' No Located in a good plane? F Yes IX No Located in or next to a residen dal area? 6C Size R Yes F- Size sufficent for its intended use? IX Yes F- No Expansion capabilities? 6C Access/Traffic Flow XC Yes F- No Good access roads? F- Yes R No MOTrequired? fX Developrnent F- Yes 6C No Grading, grubbing, or clearing required? ,R Yes I- No Existing roads on site? R Yes I- No Site base solid enough? 6C Safety r Yes VcC No Above ground or under ground utility lines? • Security 5? Yes F- No Is the site secure? iX Environment F- Yes F<C No Waters of the state on site? F- Yes pC No Protective species habitat? F Yes R No Storm water drainage? • fX Yes I- No Grinding? F Yes 6C No ACI Burning? F- Yes DZ No Open burning? F- Yes 6c No Below ground burning? ll year or seasonal ly? Specify dates and ranges. TALL YEAR hesitecurrentlyusedfor? W.T.P. What was the site historically used for? 1UNKNOWN Evaluted by: JDANNY. D. D te: Jung 2009 Ash DEBRIS SITE EVALUATION WORKSHEET Environmental CLIENT: PUNTA GORDA SITE SCHEMATIC Survey Notes site is looted about 6 miles to the of the municipal western ie site entrance is depicted by the flow push pin. The parcel boundary indicated by the yellow line. There e wetlands within the property as )ted by the green and grey shaded Debris Management Planning & Scope Activities ` Generally, a site - specific Debris Management Plan (DMP) has many facets, and is implemented as phases, specific actions and /or specific task orders depending on the nature, size and evolution of the event. From a basic chronological perspective, the main phases and actions are as follows. Note that many of the elements of AshBritt's DMP, in practice, overlap and occur simultaneously either in full or in part. 1. Pre -Event Planning, Training and Exercising , us- AshBritt and Village re resentatives upon iast§ cea vne o ce Y- •t contract execution (Preparation) CUM Concept - Debris Management , 2. Alert and Response Phase and Actions Planning PfiasesjAetlons - AshBritt and Village representative event monitoring and activation 1• Pmpa stionli re -Evest Planning -Early warning, scenario identification and initiation of communication lines I 2. Monitoring, Alert & Activation 3. Response and Mobilization Phase - Logistics and Coordination — Handshakes s. Response /MOaR;zarion (cagistres) j - Advance Planning Team (APT) deployed - Initial strategy meetings; organization, command chains a.—Arsesamest /site - specific Planning i established _ - Personnel, resources and equipment en route s. DMS Se «ti net Esbb6shmenr - Rally- points and staging areas identified �' / - Communication, lodging and basic needs plans activated / and implemented 6. Debris Clearsnce LRemuvarcnow) / - Mobile command center deployed Plug into the Village EOC and ICS structure j�ZDNS Mass9emenE & Processrnp -Emergency fuel supply plan invoked 4. Post-Event Assessment and Planning Actions ate Prope ty oeSris Re soya/ (ROE) / - Assessment and Needs — Planning V- Damage and debris projections (via windshield and 9. Debris Recycling & Final Disposal aerial survey- AshBritt craft accessible) -High impact and priority areas identified i 10. site Closeout& DNS Restoration / - Initial route safety assessment (w/ utility companies and law enforcement) / -Plan for crew /equipment quantity and configuration / 11. De- MObiliration /Aker Action Review needs — hot spot crews, special needs - Pre - staging equipment, resources and personnel (certifications and documentation) - Command center situated; Project working hours established with Village - Clean -as- you -go policy recognized with Village - Public Information support from APT 5. Debris Management Site (DMS) Selection and Establishment Actions - Pre - identified and new selections - Village approvals and permits process -For prospects, baseline testing and site documentation conducted - Design, layout and construction of site - Staging, construction and placement of site assets and resources - Traffic control plan approvals from Village — law enforcement details and security, as needed 6. Debris Clearance and Debris Removal Phases and Actions - Initial plans derived from assessments, APT and Village -Field personnel organization and assignment — safety and site orientation - Priority areas, streets and facilities identified and communicated - Equipment certified for safety and load capacity, with Village or monitor verification -Phase 1 (emergency push) activities - monitored - Geographic area management to establish collection sectors and zones -Phase 2 (debris removal) activities - monitored - Hazardous waste segregation and special handling - monitored -Other special debris handling - monitored - Safety, quality control and traffic protocols in force - Multiple - passes and sign -off from Village representatives y V DMS Management and Debris Processing Actions - Site - specific health and safety protocols in force - Environmental monitoring activities — Village, state and/or federal oversight - Segregation of debris activities - monitored -Debris processing for reduction and recycling — monitored - Hazardous waste containment — monitored 8. Private Property Debris Removal (Right -of- Entry) - Property identification — Village with AshBritt assistance - Authorizations, permissions and hold harmless agreements secured - Village - Property survey and pre- inspections - Notifications to regulatory entities, as applicable - Clearance and decommission activities for demolition - Documentation administration and management 9. Debris Recycling and Disposal (Haulout and Diversion) - Identify markets for debris re -use and routes - Identify final disposal sites and routes - Coordinate with Village for reduction and recycling approvals IO.DMS Restoration and Closeout - Restore site to pre -use conditions - Baseline comparisons and property releases 11.De- Mobilization and After Action Review - Assurances of all equipment and materials removed, approvals and sign - offs - AshBritt management team and Village ICS and debris managers ROE - Before ROE- ARer reviewed and submitted for approval. Planning Assumptions All of these DMP main elements are discussed in greater detail herein. This outline is presented to identify the major processes and steps of our DMP and to acknowledge that AshBritt will coordinate closely with Village representatives through the proper Village EOC and ICS functional area for debris management, predominantly Operations and Planning on a day -to -day basis and Finance and Administration at regular intervals as project recordkeeping, cost data, and billing information is compiled, processed, The following planning assumptions are typical for most disaster affected communities: 1. The successful management of disaster debris typically requires a united, cooperative effort by local, state and federal agencies, private contractors (i.e., AshBritt), nongovernmental organizations, business and industry, public and private institutions, and the general public. 2. barge- scale/catastrophic debris generating events will likely overwhelm communities for their clean up and recovery efforts, necessitating involvement by others in the management of the disaster debris operation. 3. Maximum utilization of existing local, state, and non - governmental organization debris management resources should occur before federal assistance is sought. 4. For most disasters, the disaster debris management function can, and should, be handled by and through affected local governments and their emergency operations centers, even with the assistance of others. 5. Initial debris removal will concentrate on the clearance of roads for emergency responders and life saving activities. 6. Hazardous materials and environmental issues will have to be addressed throughout the debris management operation. 7. In the case of federally declared events, local resources and private contractors should only handle eligible debris, as defined by FEMA. 8. All local, state and federal statues, regulations, guidelines and rules regarding public assistance, work zone safety, and environmental Pte/POSi- EventT anning 39 V considerations must be adhered to. Operational Guidelines Immediately following a major disaster, local damage assessment teams, including AshBritt personnel, will estimate (as part of the damage /needs assessment process) the quantity and types of debris and prioritize debris removal activities. In general, the debris management operation will be divided into two major phases. These are: Phase l- Debris Clearance (aka "bush ") During the first 0 to 72 hours after disaster impact, debris activities will emphasize clearing key roads for emergency access by pushing debris to the edge of the right -of -way, rather than restoring roads to pre -event conditions. Phase I activities will also include identifying and removing any obvious debris situations that may pose an immediate threat to public health and safety. (Examples may include dangerously positioned, damaged trees; debris piles that obstruct traffic visibility; fire prone debris piles; etc.) This phase is generally concurrent with the Response Phase of emergency planning. Although Phase I is not the primary focus of recovery services, it is a crucial time for organizing the majority of the tasks required of full recovery. Debris clearance and utility restoration coordination will expedite clearance of utility impacted debris and restoration of services. Without close coordination, debris clearance and utility restoration may work at cross - purposes, adversely affecting both objectives. Good coordination will also yield improved damage and debris assessments and more accurate work scheduling. AshBritt is experience and committed in planning and coordinating with other responders. Phase 11: Debris Removal. This phase entails the actual management of accumulated disaster- generated debris. Debris removal may begin during the emergency planning Response Phase and will constitute a major part of the Recovery Phase. Phase II, depending on the nature and size of the disaster, will span upwards of 30 to 120 days, but may last up to a year or longer. Phase II will also involve reassessment of debris quantities, operations and management of temporary debris storage and staging areas (DMS), public information and education facets, and debris separation, collection, storage, reduction, recycling, and disposal activities —most often conducted by an experienced primary debris management contractor, such as AshBritt, who has the capacity to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial payment and between subsequent payments. The primary contractor should also have the capacity to provide the necessary bonds and insurance for large -scale events, as well as an established and knowledgeable management team, an large network of resources to provide the necessary equipment and personnel, comprehensive debris removal and volume reduction operations plans, extensive health, safety, quality control and environmental monitoring plans, and demonstrable experience in major disaster recovery work. AshBritt Service and Work Scope Provisions The following overview and summaries delineate the primary values and minimum service scopes, work scopes, actions and standards AshBritt can provide Miami Shores to ensure the most expeditious, comprehensive and beneficial emergency disaster response and recovery for the Village. These outlines serve to illustrate our broad understanding of the many facets comprising successful disaster debris management tasks and emergency services and materials provision to best serve the public interest. Our in -depth knowledge and understanding of complexities of response mobilization, logistics, material allocation, and debris removal and disposal missions are further illustrated herein, where we have included overviews of our base Quality Control and Health & Safety Plan. General Emergency, Recovery & Debris Management Activities Pre -Event Activities: Engage and participate in annual pre -event planning, preparation and training endeavors with designated Miami DISASTER MANAGEMENT CONTINUUM V V Shores emergency operation representatives. Review, discuss and critique with Village representatives local Emergency Management and Disaster Plans, as applicable, to performance expectations, standards and priorities. Assist Village representatives with identifying and prioritizing federal and state roads for emergency debris clearance (i.e., debris "first push" efforts). Assist Village representatives in the locating, assessing, securing and /or re- assessing and re- visiting suitable locations for temporary debris management sites (DMS), staging areas, commodity points of distribution (PODs), community shelters, other facilities and vehicle and vessel aggregation sites. Inform Village representatives and review Public Assistance grant program changes that may affect the Village. Review new technologies, innovations and administrative procedures that may be applied to future recoveries. Research local markets for recycling and beneficial use of anticipated disaster debris stream, as well as out of area disposal options to ensure future maximum diversion of debris from overextended local facilities. Engage for commitment of local subcontractors, vendors and suppliers for efficient first response; canvass Village representatives and other sources for referrals and/or approvals of cached subs and vendors. Share AshBritt's subcontracting/vendor database for Village review and vetting. National Incident Management System (NIMS) IS -00700 certified project managers and senior personnel identified and debriefed on Village expectations and needs. Reputable and reliable teaming partners and associates; standby agreements and pre -event contracts identified, committed and organized for future response. Local community involvement in and with Miami Shores in other environmental and civic activities and charitable outreach, as applicable. Pre - planning & Emergency Response Activities: Deployment of pre - execution planning team and execution of pre- mission preparations upon receipt of NTP and task order from the Village. Strategic staging of vital recovery resources and assets to ensure the most effective response and recovery mobilization (to include all emergency services and debris management scopes and deliverables) Rapid mobilization and supply of vital communication and command center resources. Initial damage assessment and environmental health and safety inspection assistance through ground and aerial support, utilizing current GIS technologies (vehicle "windshield" surveys, helicopter and airplane flyovers, utilizing our corporate and leased craft). Assistance with debris volume estimations and advice on ideal Assessment Support- Aerial sector and zone demarcations. Assistance in identifying, evaluating and selecting final PODS, DMS and aggregation sites. Preliminary and revised final site specific Mgt and Ops Plan. Outreach, employment, coordination and assistance for local MBE/WBE/DBE and SBE, including contract insurance coverage subsidy where applicable. Coordination and oversight of requested additional commodities, materials, services, supplies and human and artificial resources for all applicable "sections" of the contract. Emergency road clearance of debris from public streets and complexes, as applicable. Construction, management, operations, maintenance and safety measures of temporary debris sites, including all management, supervisory and safety control personnel. Conduct environmental baseline studies, site descriptions, and site plans and provide to Village representatives and Florida Department of Environmental Protection (FDEP). Financial stability, security and underwriting for initial phase and throughout the recovery effort to ensure the project progresses expeditiously and stays on target. Payment grace periods; expeditious payments of personnel, vendors, and subcontractors. Provide all permits for emergency service and debris collection activities, for temporary debris sites and for V the HazMat containment, clean -up, removal, transportation, storage, testing, treatment and disposal. Post -Event Cleanup & Recovery Proven standard operating procedures and trained, certified management personnel in the National Incident Command System (NIMS/ICS) standards and applicable OSHA and environmental standards. Screened, reputable and reliable subcontractors with long - standing relationships with AshBritt. Coordinate, interface and operate in accord with Village Emergency Management Plans, as applicable. Supply all qualified project management and personnel to meet highest standards of: Quality Control; Safety Control; Hygiene; Environmental Monitoring; Maintenance of Traffic; maximization of safe operations and minimization of noise and dust pollution or other disruptions to the local environment; best practices for food and water handling, for lodging and personal hygiene apparatus and programs, for medical equipment and supply handling and distribution, and for waste and refuse handling, storage and disposal (including gray water and generated refuse). Certification and training of all subcontractors and teaming partners, as necessary to ensure professional, safe workforce; minimum of one year experience for all recovery personnel. Right -of -way (curbside) and public facility debris collection and removal for all "eligible" debris], complying with all applicable federal, state and local laws and regulations. All supply and hauling vehicles and equipment will be in compliance with all applicable federal, state, and local rules and regulations; loading equipment will be rubber tired and sized properly to fit loading conditions; oversized equipment must be approved, accordingly, by the Village. Hand loading of equipment will not be allowed unless expressly approved by the Village (under special circumstances). Proper and adequate coordination and collaboration with other contractors, government agencies, volunteer entities and utilities simultaneously performing in the affected area. Proper debris segregation and separation to the greatest extent practicable at work sites (curbside, etc.) and at temporary debris staging areas; safe and secure transport of all ROW debris types. Hazardous tree and stump work, including tree trimming, tree topping, tree removal, stump excavation, grubbing, grinding, clearing, hauling and disposal. Supply of suitable fill material and sod where applicable. Household hazardous waste segregation, collection, processing and disposal (as required) by licensed and certified technicians. Debris removal from drainage ditches, waterways and canals, and additional marine work as required. Removal of sand from streets and public rights -of -way; screening sand and returning clean sand to designated areas or s beaches. u Debris acceptance, processing, reduction, recycling, compaction and incineration at DMS Construction of hazardous materials containment area, management and disposal. Provision of certified scales at DMS for monitoring of "(- truck/load weight capacity, as applicable. Assistance and coordination of citizen drop sites, and clearing , and restoration of sites, as permitted. Hazardous Stump Removal Debris removal from private property and assistance with the implementation and administration of a Right -of -Entry (ROE) program, as applicable. Assistance with reports for insurance claims for public property. Demolition of condemned structures and buildings that pose a threat to public health and safety and removal and lawful disposal of attendant debris. Process and dispose of all debris in a safe and efficient manner in accordance with the Village's strategies for landfill diversion, reduction, recycling, beneficial use, and solid waste management infrastructure utilization. Hazardous waste spills remediation and reporting (as applicable) by licensed and certified technicians. Prudent consideration and application of measures for Environmental and Historic Preservation issues related to recovery actions, all in accordance with federal and local statute (also during pre - planning phase). t Generally, debris that may be eligible for clearance and removal includes: trees, other vegetative debris, sand and gravel, building wreckage, vehicles, vessels, personal property, and others. To be eligible for FEMA assistance, such removal must be necessary to do one of the following: 1) Eliminate immediate threats of life, public health, and safety; or 2) Eliminate immediate threats of significant damage to improved public or private property; or 3) Ensure economic recovery of the affected community to the benefit of the community -at -large. AshBritt forces will only handle debris in the areas duly designated by the State or the participating jurisdictional authority. Environmental damage assessments and recommendations for remediation. l / A safe, healthy and drug free work environment, with equal employment opportunities. v Invoice in a timely, clear and logical manner, providing resolutions of discrepancies within five days. Greatest possible protection and preservation of all existing infrastructure, structures and personal property within the work area not specifically damaged during the disaster. Due diligence in identifying such damage. Timely response and resolution of all resident and public complaints and claims related to debris operations and damages caused at work sites. Make all repairs or settlements as necessary in the timeliest fashion. Provide resolution of discrepancies in service within twenty -four (24) hours notification by the Village. Public relations and information dissemination assistance as required by the Village (all phases). Demonstrate clearly for all stakeholders and the public the recovery project is progressing rapidly and effectively with the Village and its resident's best interest in mind (all Phases). Additional emergency response services and ancillary support services as outlined herein. Post - Recovery Activities: Restoration and remediation of all PODS, base camps, staging areas, work areas and temporary sites to pre - use condition. Provide all documentation, records and all audit - quality documentation, reporting and tracking of all emergency service and debris management project activities, including all applicable logs, timesheets, inventory sheets, reports, photographs and GPS coordinates (continual throughout project). Dedicated administrative close -out to ensure full project reimbursement. Diligent review of all project documentation for consistency, compliance and completeness. Expert assistance with the federal Public Assistance grant program, as applicable, or any federal or state rules, regulations, guidance or laws regarding the recovery effort (all phases). Conduct all response and recovery services within the public interest and at a fully reasonable cost to the Village and all funding sources (all phases). Be and remain free from all legal and regulatory matters and encumbrances which might prevent fulfillment of recovery efforts (all phases). Conduct comprehensive and in -depth After Action Review and Reports (AAR) of response and recovery successes and challenges. V IM 4.0 l.J References Client References AshBritt maintains a professional, positive relationship with all of its clients -past and present. Below is a list of select clients for whom we have performed emergency disaster response and recovery services over the past eight years. Furthermore, please feel free to contact any of our current or past clients as listed herein for a reference and /or more detailed account of our specific performance. Note: Clients with an asterisk ( *) beside their name represent single recovery projects for which we collected, processed and disposed of greater than one (1) million cubic yards of disaster - generated debris. Several of these projects entailed managing over two (2) million cubic yards of debris. State of Connecticut Judy Pahl Public Assistance Deputy Coordinator p (860) 256 -0877; Email: judy.pahl @ct.gov CT Dept. of Emergency Services and Public Protection 25 Sigourney Street, 6th Floor, Hartford, CT 06106 Project Term 08/28- 9/22/2011 (Irene * /Snowstorm) Approx. Quantity/Fees: 2,603/$377,848* State of Massachusetts David B. Mahr. Capital Budget Director p (508) 820 -2017; Email: david.mahr @state.ma.us 251 Causeway Street, Room 800, Boston, MA 02114 Project Term:8 /26- 9/9/2011 (Irene /Snowstorm) Contract Fees: $862,101/$800,000 (Hourly Push) West Hartford, Connecticut John Phillips. DPW Director p (860) 748 -0280; Email: JohnP @westhartford.org 50 South Main Street, West Hartford, CT 06107 Project Terms: 11/3- 12/8/2011 (Snowstorm) u Approx. Quantity/Fees: 340,000/$10.5 mil Hartford. Connecticut Jack N Hale Park Operations Manager p (860) 757 -4979; Email: halej002 @hartford.gov 40 Jennings Road, Hartford, CT 06120 Project Terms: 11/3 - 12/16/2011 (Snowstorm) Approx. Quantity/Fees: 100,000 /$5.1 mil Wilbraham. Massachusetts Ed Mica, Town Engineer p (413) 544 -1075; Email: emiga @wilbraham - ma.gov 240 Springfield Street, Wilbraham, MA 01095 Project Terms: 6/6- 7/18/2011 ( Tomado) 11/6- 12/9/2011 (Snowstorm) Contract Fees: $3.0mil/$4.65 mil Chicopee, Massachusetts Stan Kulic Public Works Superintendent p (413) 575 -9695; Email: kulig @chicopeema.gov 115 Baskin Drive, Chicopee, MA 01020 Project Terms: 11/7- 11/15/2011 (Snowstorm) Approx. Quantity/Fees: 161,000 /$5.3 mil Citv of Emporia,. Virginia Brian Thrower, City Manager p (434) 634 -3332 f (434) 634 -0003 vEmail: bthrower @ci.emporia.va.us 201 South Main Street, Emporia, VA 23847 Project Term: 09/02/11- 09/22/11 Approx. Quantity/Fees: 15,213/$110,182 City of Springfield Massachusetts Al Chwalek, Public Works Director p (413) 787 -6224 Email: achwalek @springfieldcityhall.com City of Springfield Department of Public Works 70 Tapley Street, Springfield, MAO 1104 Project Term: 06 /08/11 — 09/23/11 (Tornado) Approx. Quantity/Fees: 163,000/$7,398,536.41 Citv of Fayetteville, North Carolina Benny Nichols, Fire Chief p (910) 433 -1726 f (910) 433 -1757 Email: BNichols @co.fay.nc.us 433 Hay Street, Fayetteville, NC 28301 Project Term: 04116/11- 08/18/11 (Tornado) Approx. Quantity/Fees: 142,230/$2.5 M Orange County, Texas Jeff Kelly, EM Coordinator p (409) 882 -7895 c (409) 988 -9700 f (409) 670 -4143 Email: jkelley @co.orange.tx.us 123 South 6th Street, Orange, TX 77630 Project Term: 09/14/08- 2/10/09 (Ike) Approx. Quantity/Fees: 620,000/$16.4 M City of Jersey Village, Texas Michael Brown, Public Work Director p (713) 466 -2107 f (713) 466 -2109 Email: mbrown @ce.jersey- village.tx.us 16501 Jersey Drive Jersey Village, TX 77040 Project Term: 09/16/08 - 10/1/08 (Ike) Approx. Quantity/Fees: 38,000/$500,000 Project/Technical Description: See Section City of Pasadena, Texas Robin Greene, Director of Public Works p (713) 475 -7835 f(713) 472 -0144 Email: rgreen @ci.pasadena.tx.us P.O. Box 672, Pasadena, TX 77501 Project Term: 09/15/08- 10/26/08 (Ike) Approx. Quantity/Fees: 428,000/$4.5 M Hidalgo County, Texas Raul Lozano Admin Director Hidalgo County p (956) 975 -8044 f (956) 318 -2699 Email: Raul .lozano @hidalgocountyjudge.com 100 E. Cann, Second Floor, Edinburg, TX 78539 Project Term: 07125/08 - 11/24/08 (Dolly) Approx. Quantity/Fees: 650,000/$11.6 M Collier County, Florida* Daniel Rodriguez, SWM Department p (239) 732 -2508 f (239) 732 -2508 Email: DanRodriguez @colliergov.net 3301 E. Tamiami Trail, Bldg. H, Naples, FL 34112 Contract Term: 06/14/05- 06/14/09 (Pre- event) Project Term: 10/23/05- 2/16/06 (Wilma) Approx. Quantity/Fees: 1.3 M/$24.3 M City of Pass Christian, Mississippi* Malcolm F. Jones, Citv Attorney /Asst to Mayor p (228) 452 -3310 c (228) 861 -9368 f (228) 452 -5435 Email: cityattomey @ci.pass- christian.ms.us PO Drawer 368, Pass Christian, MS 39571 Project Term: 9/1/05- 8/28/06 (USACE ACI- Katrina) Approx. Quantity/Fees: 1.5 M/$35.0 M Forrest County, Mississippi* Rod Wollard, County Supervisor p (601) 606 -3079 f (601) 545 -6077 USACE, Mississippi Valley Division 1400 Walnut Street, Vicksburg, MS 39181 Project Term: 9/1/05 - 8/28/06 (USACE - Katrina) Approx. Quantity/Fees: 2.5 M/$67.5 M Jones County, Mississippi* Stephen "Duke" Loney. Resident Engineer p (225) 241 -7162 p (601) 634 -5760 f (601) 634 -7110 Email: stephen.r.loney @usace.army.mi USACE, Mississippi Valley Division 1400 Walnut Street, Vicksburg, MS 39181 Project Term: 9/1/05 - 8/28/06 (USACE- Katrina) Approx. Quantity/Fees: 1.9 M/$43.3 M Charlotte County, Florida* Alan Holbach Maintenance & Operations Manager p (941) 575 -3624 f (941) 575 -3653 Email: Alan.Holback @charlottefl.com 18500 Murdock Circle, Port Charlotte, FL 33948 Contract Term: 06/08/04- 06 /08/10 (Pre- event) Project Term: 8/15/04- 6/25/05 (Charley) Approx. Quantity/Fees: 1.9 M/$57.0 M Escambia County. Florida* Bob McLaughlin, County Administrator p (850) 595 -4946 f (850) 595 -4928 Email: bob_mclaughlin @co.escambia.fl.us 213 Palafox Place, Pensacola, FL 32502 Contract Term: 09/07/06 - 09/07/10 (Pre - event) Project Terms: 9/22/04-5/31/05 (Ivan); 7/13/05- 12/9/05 (Dennis) Approx. Quantity/Fees: 2.4 M/$44.0 M; 700 K/$10.4 M City of Hampton. Virginia* Ted Henitin. Public Works Director (former) p (757) 460 -4242 c (757) 727 -6020 f (757) 766 -9367 Email: THenifin @hrsd.com One Franklin St. 3 rd Floor— Hampton, VA 23669 Contract Term: 4/30/03- 3/24/08 (VPPSA pre- event) Project Term: 9/13/03 - 3/13/04 (Isabel) Approx. Quantity/Fees: 2.2 M/$23.8 M City of Weston. Florida Brad Kaine, Public Works Director p (954) 410 -7269 f (954) 385 -2010 Email: kaineb @westonfl.org 2500 Weston Rd. Ste 101, Weston, FL 33331 Contract Term: 06/23/06- 06 /23/11 (Pre- event) Project Term: 11/2/05 - 3/2/06 (Wilma) Approx. Quantity/Fees: 245 K/$3.5 M City of Dania Beach, Florida Leo Williams. Public Works Director p (954) 651 -5031 f (954) 923 -1109 Email: Lwilliams @ci.dania- beach.fl.us 100 W Dania Bch. Blvd, Dania Beach, FL 33304 Contract Term - 04/12/05- 08/02/11 (Pre- event) Project Terms: 10/27/05 - 1/8/06, 8/26 - 10/10/05, 9/11- 9/25/04 (Frances, Katrina, Wilma) Approx. Quantity/Fees: 26 K/$40,000; 150 K/$1.9 M* Brevard County, Florida Euri Rodriguez Solid Waste Director p (321) 633 -2042 f (321) 633 -2038 Email: Euripides .rodriguez @brevardcounty.us 2725 Judge Fran Jaimison Way Building A Ste 213, Viera, FL 32940 Contract Term: 12/05/06 - 12/05/11 (Pre- event) Project Term: 9/19/04 - 11/30/04 (Frances) Approx. Quantity/Fees: 375 K/$8.25 M V G TY 8a U � UN � � N $ C E h c 6 d �pp T.J � gg W v o o z3� y U €i 1 y O ��FgS o Q a U v O C C O U O W Hf A E d c > g c o i0 U a' Q ° E s a £ c u C Fy $ E S a 0 0 s 0 0. jig V o Q = � $ag=x _ Ya O. F A N (i Em SScg � Q U N o d � oar E i C y j � L d U „ E Q g@ Q G � U L aye w 7 7 F O O O C i°o -� " € e c c c d o y = a E- m a wo E � aci ` P- R v u i E a£ C S� � gE F SG$ F l �gpE$ sg� E'1 {{€€B E56 Z F 8a UN u� y $ C S � 6 � �pp � gg €i 1 z° S� � gE F SG$ F l �gpE$ sg� E'1 {{€€B E56 S L 0 V •J h 4 8a UN o �pp €i 1 ��FgS S Hf E g 8 € s a £ c €5 $ E S a s jig ggC $ag=x 3g Ya Z (i Em SScg E i 8 j g' g@ U F gg " € e E- P- S L 0 V •J h 4 8a UN o �pp €i 1 ��FgS S Hf £ e $ a s jig $ag=x Z (i Em SScg S L 0 V •J h 4 �pp s g@ U F gg E- S L 0 V •J h 4 �a C V I s Q` BSE =1 S iY 0 m 7 O O a IN �Fm SSE 0 _ S jj66 s y, V FF I�. F gma sT= h e m t— d Egi br. y U 0 Q 6 _ 5 W � s Q` BSE =1 S iY 0 m 7 O O a D! �Fm SSE 0 _ S U U jj66 s Nm FF I�. F gma sT= h e m t— bP Egi br. y U 0 6 m 6 fc Qg- 9_ s Q` BSE e� =1 S iY 0 m 7 O O a �Fm SSE _ jj66 s Nm FF I�. gma g t— c 1 br. • � � ° III' � Q qg $ b g Yw Ei I- E E e� =1 S iY 0 m 0 0 0 0 �Fm SSE _ jj66 s Nm FF I�. gma g t— c 1 br. go N 0 0 0 0 0 0 0 0 0 • � � ° frzz � Q qg $ b g Yw Ei E E E 8^ — �I nss i �R* S s LL MA L a E n O m E 5� d E 8 S 0T2C) d �g 0l0 00 sE ( -Iy0 N s EU Y�EG �W 1 _ I � 1 V tpV y�� L $ n Y �a fil I c I I m I � n O m E 5� d E 8 O 8�$ �SC �r s 3�. 9 0 0T2C) �g 0l0 00 sE N Y�EG I � V tpV y�� L $ n °c fin li �a fil I I I m I � i s Ems Fig mti sii E 9 �$ & E ¢PE$ SO - LE > E o � s O 8�$ �SC �r s 3�. 9 0 �o 0T2C) �g 0l0 00 sE Y�EG � 0 tpV y�� L $ n °c fin li �a fil I m I � i Ems Fig mti sii E 9 �$ & E ¢PE$ SO - LE b ig & m g 'E E E la s s s g _ E m Y �o �g sE Y�EG � 0 tpV y�� L $ n °c fin li �a fil Ems Fig mti sii $ va �$ & E SO - LE �o $ u E 'E g _ 3 Y E Q Ed G 2:; 3� a 1 6 ME 0 z` v p4 Egg 0 5 =� 5 F e�s fr' s sb 8 e e 86� a�a-� .� i� I I� � I I io I I a' b I I e a I , J - _ _ - _ p4 Egg 0 5 =� 5 F e�s fr' s sb 8 e e 86� a�a-� .� i� I I� � I I io I I a' _ I G I 5 N z II€ mI 8 s` w b e LY _ I G I 5 N z II€ mI 8 s` w U Tifg of cfflarga fr, ;4 �f ariba PUBLIC WORKS DL AR FNIENT SAMUEL A. MAY, DIRECTOR To Whom It May Concern; The City of Margate, Florida contracted with AshBritt to perform debris removal from waterways within our city limits. The project was approved and funded by NRCS. Debris removal operations commenced on March 12, 2012 and were completed ahead of schedule on April 5, 2012. AshBritt performed these services to the complete satisfaction of the City and without incident. I would not hesitate to recommend AshBritt for future projects in our City. Please do not hesitate to contact me in the event you have any questions regarding the above. Sam May Director of Public Works City of Margate 102 Rock Island Road Margate, FL 33063 954- 972 -8126 102 ROCK ISLAND ROAD • MARGATE, FLORIDA 33063 • TELEPHONE (954) 972 -8126 • FACSIMILE (954) 972 -7586 litip: /ht vtv.margatca.coni • E -mail: ptvOjnargateflxont V r. �E Leo "Chipper "91YcOermott, rylayor August 28, 2007 City of Tass Christian DO (Drawer 368 (Pass Chrishi n, 9KY 39571 Than (228) 452 -3310 Tax (228) 452 -5435 Randy Perkins, President AshBritt, Inc. 480 South Andrews Avenue Suite 103 Pompano Beach, FL 33069 Dear Mr. Perkins: Louis wizzardi, A(dennan Ward I Joseph ffernas, A.fdeiman'Ward2 Anthony 7CafX Afderman'Ward3 7fuey Bang, Alderman 'Ward 4 Tifip Mumann, Alderman -at -Large Here in the City of Pass Christian we remember Katrina two years later in part by thanking those who worked so hard during recovery operation on our behalf. As you recall, as the Chief Administrative Assistant to the Mayor and City Attorney I was the principal person in charge of the debris operation while the former Mayor was ill, unavailable and after he resigned. Mayor McDermott was only elected Mayor at the very end of this debris operation and he has asked and authorized me to send this letter on behalf of the City. v The City of Pass Christian is a satisfied customer of the AshBritt/Army Corps partnership, which helped clean up the wreckage left by Katrina. You truly made a positive difference, not only by completing the work in a professional and timely manner, but as importantly by putting devastated local citizens to work as crew members and employees. It is our understanding from these citizens that men and women from all walks of life, who had lost nearly everything, picked up meaningful work and paychecks by working for AshBritt. At the time, there was nowhere else for them to turn for work and for this we are eternally grateful. When the City decided not to hire private contractors and go forward with the Army Corps using AshBritt, we hoped (and later found out) that when the work was completed we would not have to endure the same level of scrutiny by other federal and state recovery agencies as other cities and counties have experienced. At this time we barely have the manpower and resources to work on the rebuilding of the public buildings and infrastructure that were all destroyed. We would not have wanted to use these scarce resources to compile, analyze and present documents for audits or other reviews, although we believe the process we followed under the supervision of the Army Corps would more than pass muster of any review. I again want to express my thanks and appreciation to you for your outstanding accomplishment on our behalf under the most stressful and difficult conditions imaginable. God forbid another disaster in our City requiring your services but based upon your past performance, I would be glad to recommend your company again to work in our community. With kind reg4rds , Malcolm F. Jones Vim: i Cn: '# ,a IL4NC0CK COUNTY 3068 Longfellow Drive, Bldg. #3 Bay St. Louis, MS 39520 Telephone (228) 467 -0192 Fax (228) 466 -5994 October 20, 2007 DLSCrLCt I David Yarborough 813 View Street w- aueland, MS 39576 AshBritt, Inc. District 2 Mr. Randy Perkins, President -President 480 South Andrews Avenue, Suite 103 Rodrick `Rocky "Pullmanpompano Beach, Florida 33069 P.O. Box 16 Pearlington, MS 39572 RE: Hancock County, Mississippi District 3 rice President Dear Randy: risa Cowand 15DunbarAvenue �ay St. Louis, MS 39520 I have been requested by the Hancock County Board of Supervisors to personally thank ou, y your employees and contractors that served Hancock County in the District 4 demolition and debris removal process conducted through the U.S. Army Corps of Steve Seymour Engineers following Hurricane Katrina. Hancock County greatly appreciates the 19215 Highway 603 demolition and debris removal services performed by your company and was very IiLM, MS 39556 pleased with the quality of your work and the relationship forged with our citizens. District 5 Your company's efforts were crucial in allowing us to begin our recovery process. Jay Cuevas P. 0. Box 428 Again, on behalf of Hancock County we would like to thank you and company Kiln, MS 39556 your for the work and effort provided in the wake of Hurricane Katrina. This was a Ronald J. Artigues, Jr. monumental task the scope of which was previously unseen in our country that could Board Attorney not have been completed without you. 033 Highway 90 Suite I Sincerely, Boy St. Louis, MS 39520 Ronald J. Artigues, Jr. Board Attorney kZOLLIER COUNTY SOLID WASTE MANAGEMENT DEPARTMENT' 5su1 bast k[:mi ^i3�i Trail • 3uildin; H •'N'VIcs, Florida 34112 • (2391 732.2508 • h °a _ 1239) 774- 9 22 ' August 29, 2006 Mr. John Noble Division Vice President AshBritt Environmental, Incorporated 480 South Andrews Avenue. Suite 103 Pompano Beach, FL 33069 Dear Mr. Noble: We would like to express our gratitude for the excellent service that your company, provided during Hurricane Wilma last year. We are very pleased with the quality of service and sincerely appreciate your responsiveness and the way you conduct business. The professionalism and efforts that you provided in removing the hurricane- related debris was exemplary. The resources used including reliable contractors, highly trained V personnel, equipment and technologies were exceptional. We received a positive feedback from the community including the State of Florida and FEMA, and 01G. Due in part to your organization's professionalism and accounting of debris collected and ..correct" invoicing, Collier County has received all reimbursement_ allowed from FEMA and the State of Florida. Again, thank you for the opportunity to be associated with such an excellent company and we look forward to working with you on future projects. Sincerely-- ,• Daniel R. Rodriguez, M.13.4 CFM 'z' Solid Waste Management I- epartment Director C: Mr. Roger Jones, Acting Deputy Director, FEMA May 17.240s COUNTY OF CHARLOTTE To Whom it May Concern: PUBLIC WORKS DIVISION 70110 FlorMa Siteak PUnth Gwdar RaMa 93950 Phoasr: (941) 575.3600 Fax (941) 637.9265 www.chaefaaPcounivi com In 2003, Charlotte County Florida entered into a contract with Ashbritt Environmental to provide debris management services in the event of a natural or manmade disaster. That eventuality happened on August 13, 2004 when Hurricane Charley swept through the County. Ashbritt Emvironmental personnel were on scene within hours of the Passing of the hurricane, helping a stunned and dazed County staff regroup and ;lump start the recovery process. Ashbritt was called upon to perform emergency protective measures that allowed for our primary EOC and Government Center to be placed back in service within 36 hours after sustaining substantial structural damage. With Ashbritt's assistance and guidance we were able to quickly estab- lish three TDSRS and start initial debris collection within 48 hours. Within a week, Ashbritt had aver 220 trucks with associated equipment loading and hauling debris frorn throughout the County. They have worked continuously to ensure that, not only was the debris collected, processed and properly disposed of, it was done as economi- cally as possible and in such a way as to maximize Federal and State reimbursement. Ashbritt provided us with options and information that allowed Charlotte County to make uniformed decisions on how to deal with both storm debris and massive amounts of mobile home wreckage. No one Ferman or company "sst restponaible for the mucceststful recovery from a natural disaster. we have to work as a team and without concern for individual reward or recognition. Ashbritt demonstrated that they are the consummate team player and the residents of Charlotte County will be eternally grateful for all of their assistance. It is without hesitation that 1 wholeheartedly recommend the services of Ashbritt Environmental to local governments for their emergency debris management needs. 5incercty, R. Alin Holbach, FPEM Maintinince k Qp*ritfons Manager 1541) 575 -3624 V OUR IMtVO V:ToEweriEiywe2rk^3,n the Grf.v yc.JNUrrSrr�'crs �.J u Fric M. Hersh Daniel J. Stenuer Cunm:i.vxione, Murray Cliemmk Cnnunicsinnrr Mercedes G. Henrikxson Cnmu: i.einnrr Ansel Gomez C'unuuimonr:. John R_ Flint C'in h✓anugcr March 20, 2008 Re: Letter of Recommendation — Ashbritt, Inc. To Whom It May Concern: I have had the pleasure of working with Ashbritt, Inc. during the storm seasons of 2004 and 2005 in the two municipalities I was employed in at those times. Ashbritt, Inc. provided outstanding project management as well as tremendous resources and excellent services to the City of Weston during the course of cleaning up after Hurricane Wilma. Ashbritt's management team has demonstrated excellent professionalism and provided great expertise and knowledge due to their professional experience in the solid waste industry. I highly recommend Ashbritt for any work relating to solid waste services or disaster recovery services in the cleaning up of storm debris. If you have any questions, please contact me at (954)385 -2600. Sincerely, CITY OF WESTON Brad Kaine Director of Public Works #38797 The A'anon'c Pi'e)nier A-rnuriripal Corporoiinn "' 17200 Ronal Paint [3oulceard € V.- cston. Florida 33326 r. Phone: 9�4-385 -' -000 E Pax: 9j4-331',5-2010 �." ,c�ew.westonll.urg r 09 COOPER CITY PUBLIC WORKS November 2, 2006 Randal Perkins AshBritt Environmental 480 S Andrews Avenue, Suite 103 Pompano Beach, FL 33069 Re: Hurricane Wilma Mr. Randal Perkins: I would like to take this time to thank of Hurricane Wilma. This storm toc caused by the storm, as well as the c Cooper City and the Chair of tt}e, Soo I would personally like to thank,' sb I would also like to 4 with APWA. These They are the ones t they make things 00 real heroes of AW Ralph Dahlgren .014 personally would lik get things done {'y Broward & Datle Ct Thank you Sincerely, " 2L your Company for the fine job it did in the cleanup by surprise in the amount of destruction that was Was generated. As the Public Works Director of B "ran6b of.:the American Public Works Association with Cooper City, as well as any as well as its good will. e day to day problems, and ial closeouts. They are the 3tptaise. Tim Mooney and C. O 4,gmplete this task. I y sari; [hake a decision and "ny of my counter parts in American Public Works Association 9070 S.W. 51st Street Cooper City, Florida 33328 Ph. 954- 434 -2300 • Fax 954 -433 -1365 • E -mai: PublicWorks @Coopercityfl.org V Fehruar• 25, 2405 Ashliritt, Inc. Don Madio Director of Marketing 4SO South Andre%% Avenue Pompano, Beach, FL 3309 Rv: Letter of Reference To Whom it 1%,7av Concern: City Of Dania Beach Dee rtment of Public Services Off-ite of the 5uperintenricnt Aftx!r a numbtr of years of having a contract v6th AshRritt for "Disaster Recovery Services" we ne(•drd their se rviroq during tho hutiti In:rric`ant ..was[rn of 2(YA. Even with all the arras ni the State of Florida noLvding services at basically (he ;amv. time AshAritt was quick to respond and ver'Y efficiently l+rovided this help and u,rviet- we n(Y-el {-d, as WtAl as f011Vtving up by assure our guals ant' needs were inset and completed. I would without hctu itxtion r4+C(-?rnm,L'nd this company to others nced ng such services and also fecund Don Madic: to Ix- very helpful and thorough in arranging our needs. Respectfully, il"Xl, - !..J tj-z -- I ern �itiilliams - Superintendent Public Service Department 1YX ):ulic.I ±.l L)l11 Plix %- .�s_t0)24 -x'41 I.,,,itr54)L)— ; rx?n ASIN - -LErOY WENA '[I L:SVILLE. FLORIDA =,Kt- Fcbrasry 14, 2005 Mr Terry Jackson Division Vice President Ash13ritt Environmental 4SQ'South Andrews Avenue Suite 103 Pompano Beach, FL 33069 RL. LETTER OF RECONIMl NDATION pear Mr. Jackson- 1 wish to express my sincere appreciation for AshBritt's assistance during the recent hurricanes of Fall 2004 that ravaged Elrevard County and its cities The timely response shown by Ashl'Irilt ensured a quick start on debris removal operations in the City of Titusville. v I believe AshBritt went above and beyond nrrrnral debris removal efforts to assia the City with collection In addition, the company and its sub contractors displayed both profNSiortalism and efficiency when dealing wiIli our customers Without vaur assistants removal efforts %%o uld have taken much longer. Further, there were very fe* debris remcival problems encount`rcd in the prmess i know the citizcrs of "litusvillc appreciated your etbrts and the timely collection; because i rcocivcd nuay compliments on the work done be AshBriitt Again, 1 wish to express my deepest gratitude and satisfaction fcrr a jute well done. I wilt certainly rc ommend Ashiiritt to my solid waste counterparts Jim debris removal collections arrd operations. I locv< forward to wot king with you in the future should the nced arise again. File CrIpti U Sincerely, t f Hillary FI. Aren-a '- Solid Waste Superintendent u Ar A City of Hampton Ur � ),111];: .1. _lml Mr. Brad Kamm Assisumt11irCL-W,+i(1'nhli Iti'nrk,- ]le ('i'.N id Parkl:_nd 6611E1 linit"cr.?.tt% Drive Parkland_ H- _. +tt ;? Re: [-suer n €lierrinunendatinn +trAalLBriitFrnirnnunntaE Bear Mr, [:nine, G Fn y 11 is with great p.eacure and wAn -o t reservation thal I Ixr slv III', IvVvr (of rucamrnendation lt,r AshBritl Envirtn.mental. Me Ci[v c +f I lan" tun a,ntmzkr d u ith AshBritt for deh-is mamleeirl�r3c 3en�ICCs :t €c4r Inur'i-alli. ds:lhel m .`tit:1,lCmElv!r 2i FESJ. ANhlirilt provided debris removal services, Constructed alltl managed near ecmjwi ear% dCllrls swra--v :LI,LI ;v —lint SitC. Ik ndled parr dange- uve fv rernacal pmlzr.jnI. preformed ri httIf -Clem titeak, Ilea: rd pi,t+, 1trollcnv of efcliri5 and prvN Ued F \fCUSiPr. Iv''114k:oI ]llltl urt IIl diva] lu! IV: di FFMA amI &I -i i, kwes In Urner31. AshBrltt wak tnl -�ilc rernovinU ddlriti within 13 hour, ;,I n "0. phone Call acfi%% lnA their cnn[raat 1 -he TDSIN a,c tIMILT r,o -truC liner uitllin ?.; luarr•, anti :: r, l +rnrr tlehris within 36 hours. IFreir abelrly IC ne ;,nilize quickly Fla %CLI a Crucial rule en our 9clrt rr, eti'nrts. 71Leir Sepri >ntentand I' ic Cquipntelll ;wtlLlll irr hF thClr tiV;l'0AI',ra4IOrS % %,1, il: ccccllrnr r.,ridifian and ahle to rnainta ill .nu I�- h:).Lr .loci, dat pCr kvQek np�r:L -L'W tu,r dw F r *.[ t BCpi�. .� nl •nipple }. Tae 1cc:I,nir.d +uprpnl ;1shBriu t +m. ideal coat +led the I i7, •.d 1l.ruperal tr rrtinimirr the each L'tsu impact oI such :r m:n,tr Lhcactcr, I}} ;�±,r;itny „s ql .I1r:,LIUS;: cal; l•: lsnrrbt:rscrliertl trtrldmg G1nrGe FE-MA that ron'inued ;c+ flow to the :;IN thrau• ± "Lnut Ihr r.cc .rrti rrcn:ian. To date the City lie,, rezcivcd i,ti:C`.' \?jf Euilrior, In reijuh trseniews 5%iih lit' •n :rzLlile cli iE,iliw. 1 cannot e;ev 4run:c[t 7!aitrt 1hc• pn,lc�.ionadisnl. J;! liv.:rti.•.n anti il:.Jalily sen•ice rlshbritt proriLie,a to flee (ict 01' l lacrpcon ;crud I hil:hl_: re ant_ erd Elwin f.,r - and ;r ta„rk in arty jurisdiction. Sint °r.It.s� t•� I tniru� I'I DEPARTMENT OF PL[Bt[C WORKS AMIENISTPATION (753)727 -4346 FAX(757)727 -6123 22 LINCOLN STREET, HAMPTON, VIRGINIA 23684 - O;:$asJ Canrrnr.c.usc :ra.R- Sacek�r45c;t, ..- th•,nhn AfnP'i:d.I•':r SARASO'r,,1 (,OUIVI`y I hlfl IL, nled aa] �ranlarla .: •rr ar Nuvemher'I, 2451 To Whom It May Concem: 0t15c�n tenlbcr 14, 2001, 5a_asota C( WAS' exfxriClLxd a severe atorril, Trzfpicat Storm Cra1 rletle. Ar, a result of damttees sustained from the 51OF111. Surlsola %liUAIV':; &4id Waste unit enl;gge E the services of AshPritt. Inc. for removal of storm deli -is AshRritt, Inc, Performed thcw, services from kwptc:nty r 2I.0 to Novcm(er j°i Mr. Terry Jackson, Vice President of()perltiorls, was the ClliCO CunlPanv Clftki:Ll. in charge of the operation. 1 h company perfomcd these seyviccs it) a lY'Llfe sional and eouliletenl manner. All aspects of the operation (frn¢n mnhili'r;uinrt thmugh staging, cicannp• and cicmohitii ttinn) were I roiled efficiently and ellectively. All members of the Ashtlritt Ip •ratitisn were c<xlperativc and exhibited a philouaphy of working mgerher and.i;c: rang dre jnh clone. Sarasota County's associatiol with Ashlfritt. Inc. occurred d;airig a time of duress ftu tae County. I1w.w cr. duc to the llu :life of the AARritt organization, ;his trying, time U'35 t114dc much easier filr Kith Couniv stafl-,tn f resit` -cats As our experience with A dillrin, IrtL_ was %cry putiitive, f high recommend [his cnrnP:Lny _o (.ethers. The COUrtt1• plaats to emir i:to a tu:L,r -[gnu i:j Gr aCt with ANILlirat for rernoY d nl �turta cicbric. If You would like additicwt:e! infOrmatiolt. I }lease feel lice to enniaci Inc at (941) R444W "tension 5708. Sincerely, f__t ".C. Anita Largent 4_} Solid Waste (icneral ManrLVcr ENN9FpA'MERrkL E YI.. -_'j. 50:ii •e'idStQ • 2.1 .v3�le•men R O . ;i:f'2: f. FL )+1L:3 ic. '.]ty{2q's_,:2. GS 1 -373 -7617 October 12, 2006 COUNTY OF CHARLOTTE PUBLIC WORKS DIVISION 7000 Florida Street Punta Gorda, Florida 33950 Phone: (941) 575-3600 Fax :(941)637 -9265 It chavlottecoun7g/1. C0172 Mr. Randal R. Perkins, Managing Vice President AshBritt, Inc. 480 South Andrews Avenue, Suite 103 Pompano Beach, FL 33069 Subject: AshBritt Training Dear Mr. Perkins: Just a quick note to let you know how much we appreciated the annual training provided by your staff as part of our pre - positioned contract for response and V recovery services. This training is an essential part of our preparedness planning. Having experienced the full brunt of Hurricane Charley, we are uniquely aware of the bene`its of training provided by AshBritt. Your staff does an excellent job of tailoring the training to fit our needs. They understand the various levels of experience that our employees have and ensure that the training sessions provide something for everyone. The instructors' expert subject knowledge and their empathy are major factors in improving our employees' abilities to respond to disasters. Keep up the good work! Sincerely, R. Alan Holbach, FPEM Maintenance & Operations Manager OL R 141SS10Y To Ecceed .c--.vpec.ations in the Delii eti: of Public Bemires v It :s my pleasure to offer comments re'ati,e to training prov;ded by Ashbritt_ Living and working in Florida, we must constantly plan and prepare for disasters. Since we partnered with Ashbritt, the networking and training we have been a beneficiary of has given Manatee County a sense of readiness we could not have achieved on our own. The personal, hands on relationship has given Manatee County the necessary preparedness we could not find anywhere else. The training allowed us to discuss in detail, lessons learned and best practice approaches to use in a disaster, where Ashbritt has a vast amount of experience." THANKS....... _ - -JOH N John R. Barnott Administrator Utilities Customer Service 4410 66th Street V Bradenton, Fl 34210 541- 752 -8811 x -5210 441- 755 -3 "79- Fax V Our Mission "Serving our customers -with readership and innovative direction to deliver exceptional services." Vvrtten communications to or from government officials are public records available to the public upon request, therefore your e-mail may be subject to public disclosure. _ ;.a= a _eat a__ccsa _..c :_t; c£ i'_^te_VFaskVa�pe -•_sc_ _ ?tai° _ �'-tr c_t; Rtath_ .'---Fare_ O£ ......= d. aQ _cd_..�... _n tic ^t-d- w2 :.a^ a c.._e Q£ 3e _tj ^a ^Q _c:c. £ 74^l£O.t '..e had not '.._t. Management t iidB a \t_e7c_ k ^O'.d_eB_eaL_e d ^te_ta_^ _ ca ^'t t ^a-k _ _ and tie ra ^a__tt sta£` - a stet _ _ _._,pe we ^e': =: --a<;= to ?e. _ -ar.ks aoa_r. V AshBritt, Inc Disaster Response & Recovery Divisions 1 AshBritt, Inc. Current Pre -Event Contracts Detail Table NOTE: The following table lists our pre -event contracts first (1), shared frsr (1) and gnnlifred vendors c,irenr Austin County State Position Contact Name Phone/Ext. End Term Years Renew Bay County TX FL (1) Flat Judge Caroline Bilski 979- 865 -5911 07/31/12 3 2z1 yr Belleair Beach, City 14 ty FL (1) First Kim Brown 850- 272 -5790 3 2x1 yr Belleair Bluffs, City FL (])First (1) Fiat Pete Cavalli Robert 727 - 595 - 4646 06/06/]2 4 Boca Raton, City tY FL (1) Fiat David Judi 727 - 584 -2151 5 2x1 yr Bradenton Beach, City FL (q First Ahem LL John Cosby 561 -416 -3384 941- 09/16/13 3 rs 2x3yrs Brazoria County TX Shared (1) Doc Adams 778 -1005 979 - 864 -2015 07/01/14 5 2z1 yr Brazoria, City Brevard County TX (])First Teresa Borders 979- 798 -9135 04/10/11 04/10/11 1 3 4x1 yr Bridge City, City FL TX Shared(]) Euripides Rodriquez 321-733 -2042 03/01/12 5 No. Opt Calhoun County (I) Firs[ (1) First Jerry Jones Don "Sonny" 409 - 735 -6801 0423/11 4 Charleston County SC O'Bryan 850 -774 -8075 0720/13 3 2 xlyr Chatham County GA (t) First (1) First James Niel Robert Drewery 843- 202 -7600 912- 652 -6842 07/26/11 1 4x1 yr Citrus County Citrus n County FL QualVend Larry Brock 352 -527 -7610 10 /08 /II 08/07/12 1 3 4xlyr Collier County SC FL (1) Fiat Susanne Gant 843 -549 -5632 09/05/13 6 Collier County School District FL (1) First Dan Rodriquez 239- 732 - 2508 06/13/14 4 2x1 yr Connecticut (State) CT (1) First Dan Rodriquez 239 - 732 -2508 06/13/14 3 Cooper City, City FL (1) Fiat Paul Greco 860- 713 -5189 06/30/14 3 Coral Gables, City FL (I)Fim (1) First Jim Homan Dan 954 -434 -2300 0821/11 3 Dania Beach, City FL (])First Keyes Leo Williams 305 - 460 -5130 06/01/13 3 2x3 yr Davie, City FL Shared Russnne 954 - 924 -3743 954- 0723/13 2 3x1 yr Delaware (State) DE nd QualVend Pa Roxanne Parker 8574584 302 - 857 -4550 06/15/12 10 /14 /I1 4 1 4x1 Fes[ Bernard, City ty' TX (1) First (1) Fiat Tom Ayers Buck 919 - 5604326 0228/12 3 yr 2x1 yr Edisto Beach, Town SC (1) First Boettcher Susanne 979 - 335 -6558 09/38/11 2 1x2 yr Edna, City TX Gant 843 - 549 - 5632 09/05/13 5 Emporia, City VA (1) Fiat Ken Pryor 361- 782 - 3122 0423/11 4 Escambia County FL (1) Fiat QualVend Ken Riles Jeffery Pillitary 434 - 634 -2121 850-595-4985 05/19/11 1 1 x1 yr Everglades, City FL ! First O Dan Rodriquez 239- 732 -2508 07/08/13 3 No. Opt Fairfax County Fayetteville, City VA (1) First Case[ Sheehan 703-324 -3884 06/13/14 12131115 2 5 FloridaCounty NC FL (])First (1) Fiat Dale !roan 910433 -1990 05/30/11 1 1x4 yr Florida FDOT District 5 FL Russ Wetherington 386 - 3134010 04/30/13 3 2x1 yr Florida FDOT District 7 Ff, (1) First Eddie Ferris 352- 326 -7747 09/05111 3 Floyd County GA Q�y'uid (1) Fiat Rosa Morales 813- 975 -6462 0521/13 3 1x3 yr Gadsden GOUn County FL Scotty Hancock 706 - 291 -5110 1221/12 2 3x1 yr Gainesville, City FL (1) Fiat Charles Chapman 850- 875 -8672 11/16/13 3 2xlyr Galveston, City TX (1) First Shared 1 Faith Myers Char! Kell eY 352- 334 -5070 409_ 02/04/17 4 Ix4yr Georgetown County SC (])Fiat y Ray 765 - 3725 843 -458 - 5144 06/05/13 5 2x5yr Gulf County Hamilton County FL (])First Marshall Marshall Nelson 850- 229 -9111 0623/13 09/08/12 1 3 Ix4yr 2x1 yr Hampton County FL QualVend Henry Land 386- 792 -6647 12/31/11 3 2x1 yr Harris County DOE ty' TX (])First Shared(]) John Jack 803-625- 0197 04/01/12 3 H -GAC (Houston-Galveston) TX QualVend Cutting Canny Cheryl Margo 713- 696-0744 713 9934520 12/01/11 1 4x1 yr Hildalgo County (])First Raul Lozano - 956 -318 -2600 12/31/11 5 Hillsborough County Sh tY Holmes Beach, City FL QualVend QualVend JoM Hollingshead 813- 272 -5790 07131/12 07131/12 3 1 3x1 yr Holmes County FL FL QualVend Rich Bohnenberger 941- 708 -5800 0729/12 3 1x2O yr Hypoluxo, City (1) )First Wanda Stafford 850- 547 -1112 09108/12 3 No. Opt Indian Rocks Beach, City 14 tY FL FL (1) First Len Rubin 561 - 721 -1683 0621/13 6 Indian Shores, City FL (1) First Dean Scharmen 727- 595 - 6889 06/06/12 5 2x1 yr Jackson County TX (1) Fiat Bonnie Dhonsu 727- 595 -7497 06/06/12 5 Jefferson County FL (1)First Allan Friedrich 361 - 782 -3398 06/05113 9 Jeresy Village, City TX (1) Fiat (1) First Roy Schleicher 850-342-0287 06/38/12 2x1 yr Key West, City FL QualVend Michael Brown Portia Navarro 713466 -2139 09/18/12 4 4 4x1 yr Kingsville, City TX ) First (q First Carlos Yerena 305 -809 -3883 361 - 595 -8002 11110/12 3 ixl yr Lauderhill, City Liverpool, City FL Shared (1) Chuck Feranda 954 -730 -3000 01/17/13 70/31/]7 5 3 Longboat Key, Town TX FL (1) Fiat Mdse Peters 832 -621 -5401 04 /11/11 2 Manassas, City VA (1) Fiat Gerold Wilson 941- 316 -1943 06131/12 3 3x1 yr Manassas Park, City VA (1) Fiat (])First JettyeenG 703- 257 -8368 01/33/13 1 4x1 yr Manatee County FL (1) Fiat Kathleen Gemmel 703 - 335 -8840 01/03/11 l Marathon, City UMarco Island, City Shared (1) Su Ciccone 941- 756 -7252 305 - 2894125 05/19/12 16/10132 3 5x1 yr FL (])First Dana Sou Dana Souza 239-642 3 Ixl yr Margate, City FL Shared (I) Sam May -1666 06/13/14 4 2z1 yr Marion County Manion, City SC (1) Fiat Brandon Elis 843431 8126 5009 06/18/13 09/05/13 5 IxS yr Martin County SC FL (1) Fiat Brandon Ellis 843431 -5009 09/05/13 5 5 (])First Mike Kitten 772 -288 -5509 07/14112 2 3x1 yr AshBritt, Inc Disaster Response & Recovery Divisions AshBritt Inc. Current Pre -Event Contracts Detail Table NOTE: The following fable lists our pre -event contracts first (1), shored first (])and qualified vendors Massachusettes(State) MA (1) First Darcy C. Rowell 617 -720 -3128 08/31115 5 Matagorda County TX (1) First Bob Watts 979 - 323 -0707 08131/11 2 Miami Beach, City FL QualVend Gus Lopez 305 -673 -7490 05/30/12 4 Miami Gardens, City FL (1) First Pam Thompson 305622 -8031 0723/13 5 Miramar, City FL QualVend Thomas Good 954 -538 -6836 08/07/13 2 Naples, City FL (1) First Dan Mercer 239- 213 -4712 06/13/14 3 Nassau County FL QualVend Nancy Freeman 904 -548 -0980 09/30/15 5 Oldsmar, City FL (])First Bob Cyr 813 - 749 -1262 06/06/12 4 Opa Locks, City FL QualVend Bryan Finnie 305- 953 -2821 09/11/12 3 Orange City FL (])First Paul Johnson 386- 775 -5447 06/30113 3 Orange City, City TX (1) First Jerry Ziller 409- 882 -9149 07131/13 4 Orange County -FL FL QualVend James Schell 407- 836 -5635 05/30113 3 Orange County -TX TX (1) First Jeff Kelley 409 - 882 - 7895 0423/11 4 Orange County-CA CA (1) First Polin Modanlou 714- 667 - 3211 09/30/13 3 Osceola County FL Shared (1) Lautesha Morten 407 - 742 -0932 0628/12 3 Palacics, City TX (1) First Charles Winfield 361- 972 -3605 08131/11 1 Palm Beach County (SWA) FL Shared (1) Mike Davis 561- 640 -0000 06/13/13 6 Palm Beach School District FL QualVend Helen Stokes 561 -434 -8365 0720/12 1 Pasadena, City TX (1) First Robin Green 713477 -1511 0720112 2 Perquimans County NC (1) First Jarvis Winslow 252426 -7029 0625112 5 Pinellas County FL (1) First Sam Parker 727464 -7725 06/06/12 5 Pinellas Park, City FL (1) First Randy Roberts 727- 214 -7841 0623/13 3 Pompano Beach, City FL (I) First Russell Kethem 954 - 545 -7011 0623112 1 Prince William County VA (1) First Susan Stanley 703- 792 -6793 0129/12 1 Queens Anne County MD (1) First John Conover 410- 7584500 0228/11 3 Redington Shores, Town FL (])First Casey Wojcik 727- 647 - 8403 06/06/12 5 Rockville, City MD (1) First Jon Pierson 240 - 314 -8433 06/30/11 1 Safety Harbor, City FL (I) First Raymond Bolan 727- 724 -1550 06/06/12 5 Sanibel , City FL Shared (1) Gates Castle 2394724359 06/04/12 3 Sealy, City TX (1) First Krisha Langton 979 - 885 -3511 12131/12 3 Seminole, City FL (])First Jeremy Hockenbury 727 - 397 -6383 06/06/12 5 South Pasadena, City FL (1) First Gary Anderson 727 - 384 - 0701 06/06/12 5 SPSA(VA) VA QualVend Steve Cromer 757 -960 -3486 04/01/13 5 St. Lucie County School District FL Qua]Vmd Allan Lee 772- 336 -6980 0623/12 1 Sunner, City SC (1) First Al Harris 803436 -2115 0226/11 7 Sunny Isles Beach, City FL (1) First Rick Conner 305- 792 - 1928 09/08/12 3 Sunset Beach, Town NC (1) First Dustin Grahm 910-579 -6297 0828/11 3 Surfside, Town FL (1) First Fernando Rodriguez 305 -861- 4863 x235 01 /08 /16 5 Suwannee County FL QualVend Kimberly Thomas 386 -590 -3049 06/30/13 3 Tamarac, City FL Shared (1) Kieth Glatz 954 -597- 3567 06/26/13 3 Texas General Land Office TX QualVend Judy Coover 512475 -2225 08/31/11 1 Thunderbolt Town GA (1) First Bob Thomson 912- 354 -5533 08/09/11 4 Treasure Island, City FL (1) First Charles Fam 727 - 5474575 06/06/12 5 USACE -ACI (Reg 2b-NC, SC, GA) Multi (1)First Tim Black 504- 862 -2918 12/31112 5 USACE -ACI (Reg 5 -CA, NV, UT, AZ, NM) Multi (1) First Tim Black 504- 862 -2918 12/31/12 3 USACE- ACI(Reg 6a -H) Multi (1) First Tim Black 504- 862 -2918 12131/12 3 Victoria County T}{ (])First leb Lacey 361485 -3362 06/05/13 5 Victoria, City TX (1) First David Mnyn 361485- 3362 06/05/13 4 Vidor, City TX (1) First Alem Cappen 409 - 7694561 0423/11 4 Virginia DGS(State) VA QualVend Robert A. Fatalist 804 -786 -0078 07/31 /11 3 VPPSA(VA) VA QualVend Steve Geissler 757- 259- 9850 04/04/13 5 Washington (State) WA (1) First Michael Maverick 360 -902 -7430 01/31/13 4 West Orange, City TX (1) First Mike Stelly 409- 883 - 7574 0423/11 3 Weston, City Wharton County FL (])First Brad Kaine 954410.7269 06/19/16 5 Wharton, City TX (I) First Andy Kirkland 979 - 532 -1123 09/30/11 2 Winter Springs, City TX (1) First Jim Cooper 979 - 5324811x570 09/30/11 2 FL (1) First Kip Lockcuff 407- 327 -5989 04/30/13 3 V 3x] yr 3x1 yr 4x1 yr 2x2 yr 2x1 yr 2x1 yr 2x1 yr 2x1 yr 2 xlyr BI Co. 4x1 yr 4x2 yr 2x1 yr 2x1 yr 4x] yr 4x1 yr 2 xlyr (I ym mdef) 2x1 yr 4 x lyr 2x1 yr let yr 2x1 yr 2x1 yr 2x1 yr No. Opt 2x1 yr 2x1 yr 2x1 yr 2x1 yr 2x1 yr 2x1 yr 2x1 yr 2x1 yr 2x5 yr 5 xlyr Mm %mof 5.0 '%./ Methodology & Approach V Response & Mobilization Overview AshBritt maintains a comprehensive base Response and Mobilization Plan, which is devised to address different types of potential disaster events. The first type is the foreknown, predictable —or somewhat predictable — threat. With these there is advanced warning and the ability to monitor and track the situation prior to impact. These are generally natural occurrences that include hurricanes, tropical storms, floods, ice storms and wildfires. The second type is the completely unpredictable threat with sudden, catastrophic impact. These can be natural or man -made events, such as tornadoes, earthquakes, tsunamis, flash floods, fires, terrorist attacks, infrastructure failure or other man -made related disasters. Our plan is comprised of a tiered approach delineating our response protocols, responsibilities, actions and resources for both known (impending) and unknown (sudden impact) events. The rudimentary actions for response are: 1) alert, 2) activate, 3) prepare, 4) ready, 5) deploy, and 6) organize. These actions encompass management, personnel, subcontractors, vendors, and other strategic partners, and very importantly, direct communication of actions with City representatives. Our response steps are broken out into pre - event planning actions (for predictable events), post -event actions, and notice- to- proceed and mobilization actions which typically cover a minus ( -) 72 hour to plus ( +) 96 hour window. For unpredictable, sudden - impact events, the same protocols and actions are taken, but on an expedited scale. (Note: Our detailed mobilization matrices and timelines are available upon request.) Essentially, for mobilization timing, when monitored conditions warrant, we will deploy a pre- activation planning team consisting of two (2) to four (4) personnel depending on the impending event. When our presence is deemed not immediately necessary, we will at the least deploy an advance team to be Response & Mobilization Phase in the region prior to event impact. Local first- responders, as well as regional and our prime partners, will also be alerted to ready and prepare to report to any pre - designated "rally- points ". This will ensure we have resources on the ground, ready to commence operations within six (6) to twelve (12) hours after any impact. Depending on the scope of recovery, we will escalate resources achieving 30 to 50 percent within 24 hours of NTP, 50 to 60 percent within 48 hours, and 60 to 80 percent within 72 hours, 80 to 100 percent within 96 hours. Specialized unanticipated equipment, as required, may take up to 120 hours. The bottom line is we will have deployed a lion's share of management, manpower and resources to Miami Shores Village within 48 to 72 hours of the task order. Regardless of the nature of the event, we are fully capable —and have a known track record —of responding in almost real -time to the degree we are allowed by authorities and stakeholders. Our overwhelming goal for the City is to have the maximum number of resources available and ready or actually working in the shortest timeframe possible. We strive, and have a proven ability, to have all critical personnel (as mandated and beyond), all pre - identified first- responder subcontractors, all critical supplies and materials, both internal and through vendor supply chains, and as may be specifically required by the Metro to mobilize within twenty -four (24) hours following an event with a minimum of 15 crews to commence debris clearance and removal operations. Each crew will be composed of 2 to 5 dump trucks (16 -50 CY capacity); 1 front -end loader; 1 foreman/QCR and 2 laborers /flagmen (or an equivalent configuration of clearing and hauling capacity —i.e., self- loading knuckle -boom trucks). Additionally, a project manager, quality control manager and dump site manager (as applicable) will be deployed. At a minimum the project manager will be deployed for pre- planning purposes prior to disaster impact (when actively tracking). When applicable, we will generally follow the above timelines (and expedite as possible) to deliver any emergency logistical assets or services required. At a minimum, we will always have at the ready and deploy the contractually mandated personnel, equipment, resources and materials to an affected locale, but we will regulate travel and deployment of all resources based on the most accurate available information before and immediately following any event to ensure an efficient response effort. Using our tiered approach of response and deployment allows us to glean vital event information to ensure our resource deployment is commensurate with the damage and debris quantities at the scene. Utilizing an advance assessment team as well as early communication and coordination with City representatives facilitates this planning. By regulating the travel and deployment of personnel and equipment in organized waves, a more accurate quantity and utilization of resources above the initial minimum level is achievable. E m 6 Z `d i o 0 0 0 0° 0 C O y s F = m d a e a r c y 6 c m N W o m no W Nn d m.-ma W mnr�i: Om W 0 � Non � i 2 C m g � o m u� a) o = 00 U o o W ^U nU a g 9 e a E E0 E o ow CL E e LL F € b 3 s b N th O Vl N t7 O h 8 N i6 N N N e > � f.ViUU�U @ 9 UUUUU �b gr <9 C c C C C p : m L o. 6y�= wwwwwg a wwwww z° u° N b a � o C W m m C W N W O n N 0 .CioB?le,� w�o�g O W m N y N m W m W p p mN Nn c� C CD d= �. N ern ornm vm m as Ho m ogr= o a� r o m v o o.o a e Q o �.I e C = o$aeii mo e,p "' Eo E h o a m gat e �^ r d W € 3 v 0.1 m a U d .°• c o a va, C [ d a I— UUUUU p w Q m H U U U U U N E m 8 o d a s 8 A T 6 m i h g � o U o o a u $ O E S ow E e $ VI b 3 s 8 �b gr _ 6y�= b a 0 U U U V U .CioB?le,� w�o�g E m MA FLOOR PLAN SCALE: }':I' -0' u SECTION A -A SCALE: OBSERVATION TOWER T AWBRITT SK -I v FLOOR PLAN SCALE: I SECTION A -A SCALE: OBSERVATION TOWER ASHBRITT SK -1 �.J u FLOOR PLAN SCALE: SECTION A -A SCALE: OBSERVATION TOWER ASHBRITT SK -1 v v r�� FLOOR PLAN SCALE: SECTION A -A SCALE: OBSERVATION TOWER ASHBRITT SK -1 `.J v FLOOR PLAN SCALE: SECTION A -A SCALE: OBSERVATION TOWER T ASHBRITT SK -1 V V V 81-0' a � e A A FLOOR PLAN �' CORR SCALE: SHEETIf�s ON 2X6 RAFTERS 1p 12'0L. 2x4 POST ®I6'O.0 W/ } 'PLYUM EA FACE. :n a' PLYUAIOD � DECK 2x8 JOISTS* WO.C. 6X6 P.T. POST e 9 SECTION A -A SCALE: 14' =I' -0' OBSERVATION TOWER ASNBRITT SK -I Subcontractor Participation Statement Subcontractor participation in disaster recovery missions is instrumental to the success of any project. As such, it is important that all stakeholders fully appreciate and comprehend the subcontracting plan and compliance controls exercised by a prime recovery contractor. AshBritt will make every reasonable attempt to use local firms in the recovery mission for Miami Shores Village. AshBritt has always maintained a solid commitment and plan for the inclusion of local, small, minority and disadvantaged businesses. More importantly, we have the historical data and references to substantiate this. AshBritt clearly understands the complex perception that limits the participation of small, minority and disadvantaged business enterprises on recovery projects. We typically look over these perceptions, simply because the employment of these companies historically benefits all stakeholders after a disaster event: the local community, the firm itself, us as a prime contractor, and the Village. Owing to our long history, we have the experience in managing sensitive relationships in complex projects such as disaster recovery, including partnering, teaming, and joint ventures with both small and large firms. We pride ourselves on understanding our role as a professional stakeholder within these relationships and we stay committed to local team building and developing quality relationships. AshBritt makes ongoing efforts to create new subcontractor relationships. We welcome any referrals by local representatives to meet and to confer with native subcontractors. It behooves all parties involved to establish relationships and commitments prior to any storm event. AshBritt believes that the best solution is pre- disaster planning for identification and eventual inclusion of local businesses in the post -event recovery projects. The pre-event planning and relationship building must take place on an annual basis and any subcontractor lists or relationships need to be consistently updated. Commitment Our industry, on the whole, relies heavily on subcontractor resources, both firms and personnel. AshBritt has worked with thousands of subcontractors and individuals over our history. We maintain records and databases of all past subcontractors and employees, and we always encourage new interested firms and qualified individuals to register and submit resumes through our web portal. Additionally, we maintain a core group of standby subcontractors who are exclusively available for deployment on AshBritt projects. VWe also engage local firms and minority, women and disadvantaged enterprises and individuals in recovery efforts whenever possible. Local contractors and individuals are extremely beneficial, as they are quick to mobilize, highly motivated to assist their own community, and knowledgeable of local customs, politics, demographics, geography and area suppliers. We are committed to giving local firms and individuals the first opportunity for work when it's available. We have accumulated our robust pool of qualified staff reservists across the country by following such a practice. Simply, all available local resources are indispensable to the rapid, efficient and successful completion of any recovery project. We identify potential local subcontractors and individuals on an ongoing basis through several sources. These may include: the local Chambers of Commerce, local Equal Business Opportunity organizations and resources, Village of Miami Shores MWBE directory, other locally established M/W/D /SBE directories, the Florida Office of Supplier Diversity, the FOOT DBE Directory, the SBA 8(a) Minority-Owned and Woman -Owned Business Directory and the SBA, as well as recommendations from local trade associations, equipment dealers, and client personnel. Generally, our selection process is broken down into three generic steps: 1) Identification, 2) Qualification, and 3) Execution. They are as follows: t) Identification: Identification of subcontractors is ideally conducted as part of the preplanning process prior to the event response. Given the unpredictability of disasters, either location or extent, additional identification of subcontractors, especially local and regional, occurs just after events and often throughout the recovery. By utilizing various public and private sources, as highlighted above, we are able to canvass potentially useful and qualified subcontractors. Further, we are able to glean valuable business background information to reference against our subcontracting goals. Subsequently, we work towards cataloging all identified firms into our subcontractor database. Our Subcontractor Management System is a customized web -based computer application that allows for efficient information storage and retrieval and subsequent, on -going identification of subcontractors from the affected region. A robust and sophisticated set of filtering parameters allows for the efficient culling of relevant data, making our selection process both pre- and post -event sufficiently rapid. 2) Qualification: Qualification and vetting of viable subcontractors is accomplished thorough an operational, financial, and administrative review, which includes, but is not limited to, the following: An initial interview —via phone or in person. A review of equipment and resource list, work history, special qualifications and capabilities. A review of applicable Dunn and Bradstreet Reports. An on -site inspection of facilities and equipment, as applicable. An insurance review to ensure current or future contract compliance. 3) Execution: Execution and potential deployment of subcontractors on an AshBritt mission will take place only after careful consideration, evaluation, and selection by an AshBritt authorized representative. Ultimately, the selection process culminates with the execution of a subcontract agreement, either pre- event/position or post- event. This selection vetting process is based on the information obtained during the second phase of the hiring process. AshBritt will review in detail the scope of work each local contractor may be asked to perform within the terms of their contract. They will be briefed on all aspects of the operation, including safety rules and regulations, and required toolbox discussions, attendance at weekly safety meetings, use of the tracking system, invoicing procedures, and all facets of AshBritt's debris management plan. Furthermore, they will be provided the opportunity to review and ask questions about their Subcontract Agreement (Contract). Subcontracting Plans & Agreements Relying on subcontractor resources makes it critical to establish stringent standards and guidelines to protect our own and the Village's interest. AshBritt's Base Subcontracting Plan sets performance criteria for all prospective subcontractors. It also works to develop a professional and capable workforce and to promote work force diversity and inclusion of small and disadvantaged firms. Most importantly, it ensures real participation of qualified disaster - affected local firms. All potential subcontractors, to perform under an AshBritt contract, must be pre- approved from our resource database, have a favorable evaluation from either a prior AshBritt project or at least three non- AshBritt projects, or the favorable endorsement of the client. V Additionally, all equipment to be deployed is thoroughly inspected and certified as operationally safe. Workforce safety training is administered when necessary, and a compliance agreement of all safety policies as mandated by all governing authorities must be acknowledged. Subcontractors must execute a Subcontractor Agreement, which defines the scope of work, responsibilities, accountabilities, and binds the subcontractor to comply with FAR and FEMA regulations, as well as all Village contract requirements. They must also execute a hold harmless agreement indemnifying the Village and agents. Further, based on anticipated participation revenues, comprehensive insurance coverage, including worker's compensation is mandated. A certificate of liability insurance with established limits must be submitted before work can commence. Moreover, compliance with all applicable federal, state, and local tax, unemployment compensation, and worker compensation laws is mandated. Challenges Local small business subcontractors present challenges as well as advantages. On the plus side, as we have mentioned, they know the local area well and in some respects may offer immediate effectiveness in identifying what will become important and sensitive sections of the affected jurisdictions. High level demographics and socioeconomic factors which may be success factors for a timely and orderly return to normalcy are likely to be more quickly understood by locals, resulting in production advantages. The negative side of local small businesses, out -of -state small businesses, and most small disaster driven start-ups is well known to AshBritt from our Katrina Mississippi experience. Large -scale disaster response and recovery missions, to achieve great success, must have the highest safety standards, the strictest oversight standards, the heightened labor protection standards. The safety requirements of the USACE EM 385 -1 -1, our governing safety document, are unknown to most of the small businesses encountered in disaster areas. The safety requirements are major drivers.for better and more expensive equipment, better training, and much higher levels of safety awareness than small business are, on average, encountering in their regular work lives and with their current going concerns. The requirements of the Service Contract Act and the Fair Labor Standards Act for wage determinations, holiday pay rules, and overtime payments are much less likely to be understood before the event by small businesses, whether local or not. This was true in our Hurricane Katrina experience and resulted in AshBritt continuously providing pamphlets of information and instructions to subcontractors in our efforts to comply with our USACE Contract Requirements. Our j success in this area is a testament to the effectiveness of the AshBritt managers in conveying accurate information to v subcontractors. AshBritt recently received a request to pay liquidated damages (LDs) totaling $750.00 for an overtime violation at a bankrupt subcontractor and that represents the entire universe of LDs on Katrina contracts of more than $700 million. AshBritt intervened, when requested, in subcontractor wage and benefit disputes in cooperation with the local U.S. Labor Wage and Hour Division Offices to make every worker whole as prescribed by the investigators. SubcontractinE and "Small' Business Goal Achievement For our Hurricane Katrina recovery mission, AshBritt's contractually obligated goal for hiring small business concerns, which included SDB, MBE, WOSB, HBCU/MI, HUB Zone SB, and VOSB (including Service - Disabled VOSB) was 60 percent. AshBritt far surpassed that goal by attaining an 81.9 percent small business subcontractor utilization mark. Furthermore, throughout our history, AshBritt has had great success in employing local SBE/MBE/WBE and DBE businesses on our past disaster debris management contracts, often exceeding 50 to 60 percent local participation. We have always strived to meet and exceed any expectations or our past clients, and we have typically exceeded their and our own (when not formally established) goals. Subcontractor Monitoring In addition to the processes previously described regarding subcontractor identification, qualification and execution, as well as their performance standards, requirements and responsibilities on activated AshBritt contracts, it's important to state that all subcontracted personnel and assets and all related information, records, and documentation from Subcontractor Agreement to operations tracking data to accounting information to final release of lien are collected, processed and archived through our Debris Information System (DIMS). The entire evolution and coordination of subcontractor management is documented through DIMS, as far as work- critical information and records concerned. DIMS and AshBritt's Subcontractor Audit System serve to track all engaged assets, site work locations, work performance and production, project deficiencies and resolutions, project billing and discrepancy resolution. These data are available on demand and can be customized through various reports over established project timelines (i.e., daily production and weekly progress). All archived documents are available for batch download. Essentially, these systems reflect the direction and activities of Subcontractor performance in the field, as managed by AshBritt's command chain. v n auk n N ab A O £w A n go C ¢^ A m LLH n aA sn Qm o z 2 m £A m 3w n n I VA V ow g^ A zm W N ¢A £ w >m a z^ ¢w 0A O=^ >b n HA �^ mA Y On i unw n a m OA WO b ov m s z yN Z Ong a m^ Ib aA u m a iA m gn A qw n a ° �w A in �n un Z> Z O V w �^ ^ LA O Z L^ 3A w i m a 2 Z D yl , Xm GA QA A OA g £ 0 w sA O y� TA i w T HA 3A ^ wA W U SA Z �M Q Zb j On A YA Ib CA i o Om mn Z a O^ aA £ 0 A 3 A z ^ u -A ZA m 0 0 VOUi y 1m 0 A A o 7 w W A Zm mb un xA DA FA ZZA A FA n b QQT O mA Tn U £b OA NA i £A z �o a M 3n oM QA O N WO'O JA A <an OA mm a N £m n Un M L w $ � T i 3 a v •" a u o a, E = u C zA A C. Q� 9 O C ti 0 j �) 0 'o N m s o g y v n m 8t c °� Um dy V: yI u u n O ` j N w cJ Q z O M. n auk n N ab A O £w A n go C ¢^ A m LLH n aA sn Qm o � W L UO : 2 m £A m 3w n n I VA V >N zm W N ¢A £ n q ^Om mti £A z^ ¢w ^ �^ mA Y On i n a m OA s m ov m s �-A w A W A ° �w On � un Z> zn a� LA n u i m A z �n a n 7A. w sA O OA i w T HA 3A ^ VA U SA Z �M m Ib CA i o Om mn -n O^ aA £ iA 7 m D 0O ^ x U IA 0 0 VOUi y 1m 0 A A a A ph I <1i A Zm OA 2A FA ZZA A FA n Tn U W S y w zn a £A n auk n N ab A O £w A n go C ¢^ A m LLH n aA sn Qm m �N m £A £n A \ n n I VA V �n x N zn n q ^Om 3w ^ n \ 5p' NK £ i n n A i zn n On un >n zn a� LA n ^ ^ m a n n 3A ^ VA SA x� Ib O^ m ^ Yn £O ^ A Zm OA 2A A FA n n auk n N ab A O £w A n go C ¢^ A m LLH n aA sn �n 3w ^ J n 5p' NK £ i NK A On a� LA zy £A VA SA ymjA Ib N OA Tn ^ £A JA OA n >n zA A C. b Vn n n auk n N ab A O £w A n go C ¢^ A m LLH n aA sn J n 5p' NK £ i NK n auk n N ab A O £w A n go C ¢^ A m LLH n aA sn rI U V 8 3 5 O � Z at a 'm o a F. 6 0 W E PL e v m ° C .5 O e y x E W to h 0 T 2 5 ti S ca 'c t A � c _ a_ L C T Y e m P u - y O s 5 o LL 2 � d �v y y D J O sy y e co 0 o` o o e -" o f L o o e o y E q EEEEu= E C _ p ao m__ - CSommmeo Y mYom °gym" mq Cw8 mm� m ° ed E E E uC h E E E E E E E.� E E E E E�E E E E men en ofmo eu oo N an 3 3 3 3 3 c °; 004 eua Yy c 4 as a ..ou euu en . .-° _ 2i c c_ c c c 3 E y3 ° - - ' - o - - �'> > - a A'c a 0 o co 0 o E co 'c € o _ 15 o E c o ,co - -y,. r ' .E .E o 5 = o =o o=_ _° 0 0 0 o o -o� E o o `a .� .c a .c .� .c ._ .0 'C 'C 'C 'C 'C 'C 'E L .a .� u . .� .� .� .� 3 .0 'a 'C z o .c v a- a a` a E a o a a a a a a a a` a a a a a a a a a a a io "& goo& 38oY 8�8u& S000888 00 8&80088�Y�oog�88& &$SFOO "o "��888 wmmWOaaamWaaQWWamaaw as °o om m amawam mmm m Z N N Z Z Z N Z z z N% Z Z Z N Z Z Z m z z N Z N N N Z Z N Z y Vmj 3 p O m^ d N N$ m r O N ry m g N P- Ip b r0+1 pp O n P . O�pp b O nl O M b N a Na m O vmi N fOV N0 0 ray m M 4 1�1 0 b P 0 0 N g N 0� �6O Rm O P R P ,O n^ O ebl N vNl N N r Cal p b h g b b °m b N O N N N m g b N m P tMV ^m n N N b N V P V m N Nm r 1� ee i v`O O m O v v v by v v v v Iv Iv v v v v m N N v P - - - - - N- P O 0 c e1'ced�dd���F�EE������E�d�����E ��a z oN u_ i E2 ioim z S°z 'S.uC ° a °E idE 2 3i.9wu uY ° =maia - O � w � N � H M y 8 z 9 V Wyi f E T Y L �2 Lq��ZZw x >Y m r- 5u y� � 9a uo�w -vFi dh�'��' .yYgE ^�W [09 N.°-' vii min $v3iNny 3 Y °^ m3.� a o. ^ $' m °.Nn m °n 13i� vii 3 EovNmaA Z z Q I - - A z W o - oo a� o _ N N W N^ n O n! b - O Z Z U u O E Y vi W Z U c ,�W` uJJi j m u�f U a O ZU Z Z U `%a Z .Jia a y Z c ? go m o c c c N o a m z u o x o y i - zWNW��ssz`v "�`m °doucy d`zde A`e �'ua 80eoa,�'�J'a OOa� W 3ouIc E E, Z > wi$ 3 Q Q Q Q Q 6 a 6 0 0 0 m m U U U U U U U OU u u u m 0 0 0 Q 0 m w W IY LL1 W W W QW Y] LL LL LL G. LL M 3 v E E 8 v O a J a Z € � 3 v s x IW Y O > W v y d� O � a V � s y a u W � W ° 2 5 n S v/ Ta � y t _ A V r r d s o m P y m o S y e E aCC°0 E E E E E E E E E E E E E E E E E E E E E E E E meo 8o q&'mc mq e°o 8°'0� mmmc %oe°o °o o`n eo e°oc 80 °' ° eoq ffi c°m� " c E E E E E E E E E E E y E E E E E E E E E E E E E ;, E E E E E E y E y E E E en end eu eu eu en eu en on en au en en `o ei eu ee cu en ro eu eu eu c a E 3 ;° eo en en en en 06 ro O O u O O O O O O O O O O u Z '• ° m O OO O OO O _ _ O O _ O _ L O O O O O O O 0 " N" °- 8 8... S 8. 3 " 3 E S° c a a 'n�' ���x88 og8o&& oci' o8& 8�oo 8S8008o8 &o "8googFEO "�wsogo888c$8o8 W W W W W W W W N W N �a iaQa aWaa maaa maa mo mammQmQmaamm am <oamaomWaaaoaam�mam '' �33z3' zz'' zyzz�' zz' z' ziziE�NZ��z�' zsz 'z��zNZ�'zoz�f3'z'zz�'zzf$�zo $a °d mmao"'mO °�= `�er°o�e.M r 000 �nr m N o PmR $ o � ryryapp°'��p$ ry nm qq m —Ob —'D Om N h g N m ���pp b P M M m g O .�NYYpp O b O N m b d P b 2 P m P ^..-. _ P N d W P P d^ 1� vrl vml P M !� G? fi fi �fi G?G? 4�Li fi� fi fi li li ii � �� fi �(i G: fi G? u��G?fi fi li� ii Ii 4��li fi li a4�fi Ii li li �fi li Ci Ci �i; ggEEUFa°= iimimsiiiai3m6 €fE�yF�iuiaz9iu3i 0 R W > a S V P_ Q m ry F lL N N N P m N Z S> F S F=^ S u_ .] W q'C F N a V L Q V N k z —5 raka;mke <ae °- �W- °cPuem'ae" aN x m p n O P^ p n P O p m m O zud ° uu - uZ- 5: =e c; �d o� Z� u "u z0 ° U V 2 O' c $ U Z z ~Z z 0 U a c m n 8U pG O U z z a- o ° rl yyu �> m �+ A; g mWz 9a8O oozxyU o o zPUE tm f'z V a p V u ROE u ;o G , 3 0 Z s s 2 r= o S Q Z a N, C Fn LEO U n Z Z z Z 0 0 . <j 0 E 5 O aF ' O .0 . a ° EJ W_ U V Go W G V y e � ya D V T (� V C � o � d � a" R h � O .�5 y L 8 3 9 c 8 5 g� S 3 C C x Y e y "e G e F 3 3 z 2 P 5 q $ e� y e� �e z� '8 E E E q u�E EEEEEEE��EE E y g n 6 O 9 C 9Y 6 i0 W q o0 C C W W e0 0�0 E E E E a E E E a a E E E E E E E E y y E E? E eb en en of of eo en eo � eu a6 of on ee ai ° en c c c c s M c' s s a r c c„ c E: c' c' c c c c c c° c° L i c c c c L L c d c i r co o_ o co_ co co o c c o co- co_ co_ co 0 0 0 0 0 o_c oo -c c o o co_ co S E -" 3° S 3 u. S 3 u V ogw= o ❑ "oo8�ggggg❑"i❑"o❑"o8ggg ❑ " ❑ "oi8 m 9 W m 0 W m m roil maa m °fmgmz..g.... gggEam °aaa z Z Z z N N Z nmgoNoa ��- �drr n = °.baY ��drmro &n < ad �� v woo e � � � n�o a °r rveroeaalvHry n enre.°po� ca 9 9 o Z�i.�a °lii ❑FI:.iFFFiu� €SF€ W N T W W T a F U u N < [L a �z. ❑�z �z3 Z ..g 00 `3 ar3ii o r3n3m�3 03 U 1' Y Q m y N N O Y N r1 N O N Z q N y N P O P O O m N NN- tZ_ µG1 ti tom W o co_ aZQ n a a K � �Z E— D <� g „a °DuWEu .2 z? x sa Q g U C 0, o Z ' lit u� u v UE,Uc =W xi—ctl2 �F �i W °OmaSF mF❑ W h rY �NNr°n rn°yh �yr'nh yrn'y � F(4 --� °> 33333 N .'.8 o� s h S 7 E e m � 5 r E Ta o$E$ 3 V 3 u i �E �e y c C Y u x 53� Fri se O e yY � S d�EEE E � E 80 � a Z 2 � xa e�. i E D �I dl A e N Q •i O N �c z d o �U C O L �a Q L W 'sg G e c' � E Z Y G O O o O O O h O o O° O a b ^ y S c iS �9�gY o gg p - _ r € o b Lo a� ei s p a C o 9 Yue Cm a pyo� 0 � u b U N a O O O N N a u00 �y Fntc c Omy9 L u °p❑E� U'� K $ of X33 �uu33 3oF 8aF >:`,e> Z r NN a bN n N b N V N N P m b� try N O O N N P o h' N� °m Uro m O m m m_ Y z a Q¢ Z 7 Z Z Z Z Z � e o m o Si 6 Q o z Q Q 6¢ 0 0 0 Q Q Z Z z Z Z Z Z Z Z Z Z Z Z °�g8o8o88o�gS8�Saa�a8 n r U U E E E E E E Y Y c ° r aa u 333333 4i Yyyr'ny _e`= s33333`0E`o333_g °� F F F Fv�i �i rK rX vS'ri'i K F Frii rn riiy 3 °r%rii 3 y ao ao _ moo 2 <°aOmm °��zzzzzz3'zz $•3 mmz�zziizz � N - w ° o o C O S O 2J 6 0 S O a g ry '°OV 0 8 H n S Y C C O O <i » »U'UUii�a` »ttiiis��a == ` Q ' e � F a V FFFF 'o � C d n n d n J 2 F E ovvcpndg oaf mFE f-HFHF v` AshBritt, Inc. . Disaster Response & Recovery Divisions Equipment & Supplies Availability Table - Supplement Select AshBrilr Owned. Leased and Available For Lase Heavv Enuinmeotlltecnvent Ar-f - R— rolemant Nrx TrueW[iyuipment Type Year Model ManufJrype State VINR.SIN -LPN Statue Smrrce Avallahility-> C•crmmnre R =Reamed I 11 raulic excrvamr }d 2 1K1R 32417E Calttpillar rL LAW 15 Ound Ashnritt Cnmmit 2 I lydraulic aseavator 2008 325C CAtapillw FL BFE(WI2 Owncd AsliBria R 1 hydraulic excavator 200E YKIDL Catenpillar, I-. 861in.l Owned AshBriu R 4 Track L:nrkr 2007 "IC Cat'"ailar 1-L B1113AIM7 Owned AshBriu R 5 Track. Lneder 200796 -IC jCatttrPdtV R. B8r)0251 R. Ownd Ashlinti R 6 Track Loader 2007 953C Caterpillar P_ BIWA% Owned Ashnritt It 7 W%%.l l<urder 20%966 Ctu pillar M AN / 1412 Owned A011mi R R Skid Si— Lardy 2006 CTL70 C Id FL :1401893 Owned Ashnritt Cnmmit 9 Skid St— Loader Wl trendier and hucke.l 2006 Gehl F7. 21403891 Owned AsIiRrill Cmnmir IC Skid Slone LUaden 2tK16 MAI Geld IL 21404348 Ownd AshBriu Cnmmit ] I Skid Star hair 2807 C'n,70 GahI I-L 17106175 Owned 1A.,hBrilt Commit 12 Skid Steer Lewder 2007 C1170 GI01 rL 21406163 Owned AshBriu Cammlt 13 Skid Stec I,uada 2007 CT1,70 Gehl f•L 121406176 Owned AshBrill Cornmlt 14 UFhI Plants 2010 .Magnum FL NIA. Owned Ashnritt Cnmmit 15 Ughl Plants 2010 MnBaum FL NIA Owned Asitliriit Cnmmit 16 Light Plant 2010 Magnum ' fL NIA Ownd A.shBrilt Commit 17 Light Plant 2010 Magnum FL N!A nwned Ashflric Cmandt IF Ughl Plants 2010 MuFnnm FL WA Owvd AshBriu It 19 fight Plants 20101 Magnum IL NIA Owned Ashnritt It 20 Light Pla yr 2010 Magnum FI_ NJA Owned Ash Britt R 21 Light Plants 2010 Magnum ft_ NIA Owned AshBriu R 22 jUght Plants 2010 Magnum PI. NIA Own d AshBriu R 23 Uglll Plants 2nla Magnum FL NIA Owned AS$Rrill. R 24 Tcvck Crane Mot TM650 Gave FL 30673 Owned AshBriu 11 25 1la—, 2010 C u.7ifar rL NIA awned A.shBritl R 26 Sleet $her 2010 Caterpillar FL WA Owned Ashnritt R 27 Grapplc 2010 Ciumiliar H. WA Owned Ashnritt R 2K Pulverizer, 2010 Calcrpiilar FL NIA Owned AshBriti R 29 Motmgrader 2k6 12- IfVfIP Calopillar rL BKO0455 0—ad Ashfi hi 14 30 Flydmulie exavatoc 2006 33110 Caterpillar F7_ KV)(10150 Owncd AshBriu Cnmmit 31 Hydraulic excavattx 2007 3101) Caterpillar R DD00498X Owned AshBriu Cnmmit 37 rlydmulic Exavator 2088320 Cnttspillar Fl- CAT0320C)ANH02081 Owned AshBrtlt Commit 33 135draulic Frsenvater 2008320 CaurplllW FL 0320clpahM198 Owhd AshBriu Commit .4 hydraulic Excawtar 2007325 Cmcrpillar IL 7LMCM03 Owned Ashnrin R I lydraulic Excavator 2CO6 3458 Calcrpillar FL CA M.145BLAGS01778 Owner) Ashllrill R 36 Iltdraulie Csravalor 20M 3458 Caterpillar FL CATOUSBAGS023HR Owned Ashnritt R 37 IIvdraulit f cavatm 2007, 3450 Calepillar FL UPIWOU782 Owned AshBriu R 3S Hydraulic Excavator 2(10717-4517 Caterpillar 1L OPJWOC951 Owned Ashnrin R 39 I lyrimplic cxcewalnr NIX ?30C CutcrpilW r•L CATO330CCKD1XKAt56 Owner) Ashlrin R 40 ]'rack Laadv 2007 963 Caterpillar FL CVnBr10I 1999 Owned AshBru R 41 ITrack Loader inO7 963 Caterpillar FL 2DS01041 Owned AshBrin R 42 Track, lmdr WK)ii 963 Caterpillar FL 68001343 owned Ashfirht R 4? T-1, Type tractor 2003 0711 Caterpillar N, 19701962 owned AshBriu It 44 ]rack type =m yr 2M 137E lCalripillar FL AECO0736 Owed lAghBritl R 45 Truk type tractor 280! D8N Caterpillar Fl. 5TJ00794 Owned AshBrut R 46 Telescopic Handler 2005 TI183 Caterpillar M. 3RN1740 Owned AshBriu R 47 TcTncnpic Handler 2NA T)16.1 Calcrpillar FIL 510M08233 Ow•nd AshBriu R 48 Sclnmd grapple tuck 21104 Mack M- IVNf7:YB2XW 3550 Owned Ash6fiu Cammil 49 SclBaad Cripple truck 2005 Freighiliner rL I M2I170Y8NM012111 Owned AshBriu Cnnmit 50 Rallorf -I 20&11) 2007 CV713 Mack FL I WAG I 1 C06MO33513 Owned AshBntt R, 51 RnIlo1rw120011 2007 CV717 Mack tti I WAG I I C65M022336 Owned IA,hlii,t R 52 Road Tractm 2007 WOM Kenwurlh IL IXKWD09XIWJ772427 Owned AgiBritl R 53 Road Trutnr 2007 370 Nitrb ill FS. I X115PBEX16NO35490 (hvncd AshBrn R 54 Tfuel. 2007 1-139 Kenwmdi R INKWLB9X75)073654 Owned AshBrill R 55 60Tnn Lowhoy 2007 Udell FL IL9SL53336236299 Owned AshBriu R 56 60 Ton lnwha5• 2007 _ Udell FL Iz92R98MME094082 Owned Ashnnu R 57 Water Truck 2004 Topkick GMC 1L lCDM117IIJJ2W5iF240 Gvnd AshBriu Cnmmit 58 Pickvp[ 191 and umel trailer QV) 2008 Fi5(14X4 Fmd rL . IfrS71WI4V66KC76866 Owned IA,hflnu Cnmmit 59 Water Truck 2001 Water Truck Imernmional FL 111717SCARNXII043645 Owned Ashllmt Commil 60 Lube Truck 2W7 7315) Ken—th IL ends in 6260 '0wnd Ashllrdl Caamit 61 late TnWk 2006 Acmn:ut IWd IL 1lT"9ITXVVA220)93 Owed AshBriu H 62 Sm•im Trueks 2087 F650 Ford f1 3FRN7f65NO4V653988 Owned Ashnrin Cnmmit 63 Sari- Trucks 2007 F650 turd I'L 3171)NF6549fMAi 1227 Own! AshBriu It 64 8 Man Bunk Tmila NIA' GE I•L C1CHV496242 Owned AshBriu R 65 12 Man Bunk Trailer WA GP IL PATh66.39W Owned _ Ash6rilt 'R (16 Her w) 2fuci ml_ NIA Step Deis Tra —aft R ITTC48208Y 1063847 Owrld AshBriu R 67 Offtmilbc4 Trailer WA P--.p i- Irartak, R A90CM30 Owned: AshB,Iu R Mhleommnnd et, 2067 stack haul Feath rli r M. 4fcgc85327ftG85476 Owned AsIdlrlll Cmnm)t .1 Hammer 2009 C.Icpillar FL NIA Owned AshBrin R 70 Steel Sitaar 2009 Cai•rpillar IFL N/A Owned Ashlinll R 71 Hammer 2009 Caterpillar In. NIA Owned AshBriu R 72 Generator 20111 175kw Caterpillar jI:, 66MI178 Owned Ashnnu R 73 Rn11 -off Ctmtatner 2W) 20 Galbreath IFL NIA Owi d Ashnritt Cnmmit Selecl AshBriff Owned. Leased and A—R hlc r las.. ue.. r.,,..r........... >savr,,. mace I'L I WAXO9C39M007426 (Avncd AshOriu R l 0 Tn -Aslc Dump Truck 20(1901013 Mack 7L I M2AX09C89M007423 Owned AsbBrUt R S IT.-A.). Dump frock 2W)OU713 Mack R. EM2AX09C39MU07430 Owned lAlhHlio IR aaxwlU116 IM.ck IrL IM2AXWC19M003925 O red A.M116tl R I )3 Na TrucWliquipment Type Year Made[ ManufJType Stulc VINMS/N -I,PN Staves Source C C Pahi[fl) °t 74 Rnli -oYl Container POfN) 211 Gdlxcatlt €I. NIA Owned Ti-Axle tbmp Truck N.Ner 75 Roll.affCrmuxiner 2{109 20 AshBrul fl- NIA Owned AshBxin Ashhn(l Cnmmit Cmmmi1 76 Roll-aff Conlain,r 2 IX1 AshOriu h 117 NA mcd AshOriu Cnmrrut '7 RWI- orfCortaincr 2nn9 40 C L cllh.. Il. NIA Ow o d AshRntt Cnmmit .B Itnll -ofl Cnnwincr 2(W 40 Galhrealh f€y, NIA Owned A.chl)riu R 74 Cuerele fhrl+xaircrs 2(109 cp100 La hnumy n NIA Owned AshBriu Ashodll RO ParG_lrmis.11on tic. (on xlgt dak) NIA Ship Cumainer Sea. Ark FL NIA Owned A.hliriu R 81 Trace! v.iltr 2004 Mack Span— I1, cads in 029 Owned O—W Achl)rlu AshBriu R Cnmmil ft2 Invc9 trailo 21104 Classic Tra}1v Dutchman R. 47CR0't2RNL022820 Ownpl A013riu L--111 R3 Travel bailer 2003 IMZAGI IC05M024535 Coachman R, ends rn COP (363) Owned AshBritt Cnmmit 84 7 -ravJ trailer 21X77 Sportsman CnacLsmao I1. 417822 1 28 1SOS9977 Owmed AshOriu Cnmmil 85 Travel trailn 2{1(17 AshBri Conqucas R NL10TM2931O22894 Owned AshDriu Cnmmil R6 Travel nailer 20113 Senn Trailtx Dutchman R ends in 135 (1474) Ownn1 IYLhRitt R R 97 Trawl under 2007 Smnkxy ,Sunray R 5LORf.28215Ynp112B9 Ommeai JA013riu IM2AMC36M001742 R SR Travel bailer 2007 1 Self- Larder(Grappic Truck) Celia I-l. 4X4TIRCRBRXpIB0220 Own rd A,Uriu R 89 Travel traitor 211117 Exallp Avs— PL STJCAM25R151WIS Owncd A611rio R 90 Travel vafla 2CU7 Lyn. I}owler tl. rCIS292X449(g972 Owned AshBriti R 91 7'ract9 nailer 2007 SPrri Avian R 47CTDDV264(3513fi10 Owned Ash Brill R 92 .Flatbed Mack N1A lltil 42 lhilily R ILIYSS24501IA657717 C)-.d Ashllrio R 93 Bus 2005 Vanalarc Coach fY .[ R NIA Ovmm1 AshOntt K 94 Van Trails 1989 .Self -L—jer (Grapf?lel'mek3 Unknown I-L P330127 Owned Ashilriu R 95 Supply Van 1988 Van Trailer Unknown Fl. 48.1361 C—ed AihBHu R 96 7'ri -ASlc Dump Truck 2010 CiU?13 Mack R IM2AX09COAM00754B Owrrd AshIlolu Cnmmit 97 Tri -Asir Dump Truck 2010011713 Mack R IM2AX09C3AM007544 D-ed Ashllrill Cnmmil 98 Tri -Axle Dump Tmck 2n Ia GLT713 Mack R Ih52AXOl)C2AM00'7549 Q led AWllria Commit 99 Tri -Axle Uumry Tmck 2010 GUNS Mack R_ IM2AX09C'7AM1107546 Owned Ac40riu Cnmm0 100 TiDamp Truck 'CU713 Mack M. IM2AXCi9CVAM007550 Owned 'Ash[3611 Cammlt )(11 Dump Tmck OU713 Mack Fl. IM2AXN)CIAMC07543 Owmtd A.ahlldu Cnmmil 102 Dump Truck GU713 Mack R IMZA %09C9AMIX17511 Okm¢I As11Britl Commit *2Mg;, 103 Dump Truck GU713 Mack R IM2AXI19C5AMQ075S5 (]ward AshBri0 Commit 104 Dump Truck CLI713 Mack 1S- IM2A XOK99M007429 Owned AsHiritt Commit 105 Tri -Axle Dump Truck GI}li3 Muck M. IM2AX0909 MM7425 O—el AshlJ.rill i:nmmil }(t6 Tri-A.L. Dump Truck 20()9 611713 Mack R (M2AX09C491003"' Owmea' Ash0rilt R 107 Tri-Axle Dump Truck 2W9GU713 Mack R IMZAX09C59M0G7J27 Gwncd AaylUnit R IOS Tri -Axle DUmp'fruck 2099(311713 Mack R IM2AXOriC59Mn019P7 0-ed AshBrill lit >savr,,. mace I'L I WAXO9C39M007426 (Avncd AshOriu R l 0 Tn -Aslc Dump Truck 20(1901013 Mack 7L I M2AX09C89M007423 Owned AsbBrUt R S IT.-A.). Dump frock 2W)OU713 Mack R. EM2AX09C39MU07430 Owned lAlhHlio IR aaxwlU116 IM.ck IrL IM2AXWC19M003925 O red A.M116tl R I )3 'In-A.I. Dwmp Tmck 2009 GIP13 Mack FL I WAXWC79MOO4428 Owned Ac RUnt It 114 Tri -Axle Dump Tack 2MGU71.1 Mack R IM2AX(M3C79MIX)7221 Owncel /WiRrill li 115 Ti-Axle tbmp Truck 20119 Cf1713 Mack F7. I M2AXO9O69M(X)7422 O—d AshBrul R Y16 Tri-Axle Dump Truck ZON GI1713 Mack R IM2AX09C98MG017R3 Owned AshOriu R 117 Tn -Axle Dump Truck 2007 CIP713 Mack 1L 9 M2AT04C37MOIW770 Owned Ashurill R IIR Tri-AA. Dump Truck 2007=13 Mack )l. IM2A'[O407M(XW771 Owned AShl3rilt k 119 Tn -A.Ic Damp Truck ZO07 CTP713 Mack Fl. I NUAT(MC2714004775 Owned AAffidu R .120 ,Tri-Axle Damp Truck 2007 CiP713 Mack FL I M2ATO4C97M00A5773 Ownm1 Ashodll Il 323 7'ri -Axle Dame Truck 2(1(17 CTI'713 Mack Fl. IM2ATn4C77MIXW769 Owned A.hliriu R 122 Tri-Axle Dump Truck 2005 CV? 13 Mack Fix iM2AGI IC55M024529 Owned Ash&W R 123 Tri -Axle Dump Truck 2005 CV713 Mack FL IM2AGI IC95MO24534 O—W Ashl),in R IN Tri-Axle Dump Track ZOOS CV713 Mack Fl_ IMZAGI IC05M024535 Ownd AshBrill R 125 Rcll- OflTruck(Tri -A.) 20nR 60173 Mack I'•- IM2AX(WCX8M1103133 Dwncd Ashllrill R 126 Roll- GffTruck COi -A.) 2002 Wcctcrn FL 2WLItALAS92KK2fWM O_.d AshBri R 127 Self -L mdv (Grapple Tmck) 2(k72 _ WMIern fl. 2WLPCD2G22K972379 1Thsmcd €i A911Brilt Cnmmit 126 Sclf- l:oader(Grapple Tmckl 2(1[1'_' Western R 2WLPCDIM2K972963 Owned Aslinnu Cnmmil 129 Self -].ceda(G.rapp)e Truck) 2DM lm.ck FL IM2AMC36M001742 Owned Asitf3ritt Comm11 13[1 1 Self- Larder(Grappic Truck) 11 2002 jwastc. R 2W'L€- (AU15dZKK2Rfi17 Owned Ash Brill Commit 131 Self -Lander (Grapplx Truck) 20(12 Wectarn 12, _ ^WIJ'('O2GXZK9724I75 Owned AshBrill Cammlt 132 Self- Laader(Gmppie TNck) MOB Mack JIL I M2AX 1108M0G2O31 Oxmed AshBriu Cnmmit 133 Self- Loader (Grapplc Track) 2016 Mack R 1M2A02C96M00382I Owned AshOri« Commit 134 Sclr- t-dtt(Grapp)e Truck) - 2(XXt Mack Fl. 1 M2AW2C06M003B22 Owned AshBrill Cnmmil 135 Sclf- L!oadcr (Grapple Truck) 2001 Vnivn fl. M543IR Lnasc WS. Inc. Cmmnil 136 .Self -L—jer (Grapf?lel'mek3 2001 Volvo fl. N9394O Lrnce BWS. Inc. Commit 137 Self- L.aadu(Grapple Tmck) 2001 Vn }vn F7_ N9385D _ 138 S014aadcr(Grapple Truck) 2001 Iclsa JEWS. Ire. Cnmm0 Vnim R N931hD Irasc EWS. Inc. Commit 139 Fly.lraulic cacavalar 211(}333(10 Caterpillar R. 'WA Owm AshBrilt Cnmmil 140 111yargulicuca, vaI" 200433(X' Caterpillar R NIA Osvncel Ash0rltt 941 95OCr ATtxl fAadcr 3(XW Ca Hilly R NIA Cnmmil. 142 Tuh Grinder Oweed A.U«Srill Cnmmil M3 rnhGrina�r NIA �,. Mwha k 13100 .._ �..._..m F7. WA Ownu! Ash0nrt Cnmmil Select AshDrifl [)Rated.. Lased arid Av ilahfn r ,• ranch rra..nn l:....L...,e..rrn........a n....... c Nu. Truckll)yuipment 7'yRe Veer hl idol hrammr.fPype Sutr VIN#- SIN -LPN Slulus %u,- Av WhRilyrr. C.Cmn: 1 n.ae.nrr 151 TractmTrails 20(m Mack Mcncilus R, NIA Oumrd Ashllrin it 152 T—ur Trailc 211x5 Mack FL _ NIA 0—al A.shlirid R 153 2(8)6 Anderson 2()6 Aadsxn TT_ NIA base Crmnty 14adc• Inc. R 54 Ball Off Truck 2006 ]at rrra ctianl N' N/A Owned A0116tt 'R 55 Roil OTT.ck xiim lntamaunnal M. INJA Owned AOTIrm IR 156 Traeta Trails 2006 Mack M. NIA base County Wnslc. Ine. Cannmit 157 I'Mcmr Trailer 2006 C1713 Mack C1713 Ff. NIA I_— Canty trout Inc. Cnmmit 158 Trance Trails 20M CI713 Mack 01713 R. NIA Laisc Crmmy W-1c, Inc. Cnmmit 151) Roll OR Truck 2002 SVc tern 171.. N3075O I.— County Wwht Inc. C.mrmil T60 Traelor- Trailer 2106 Mack R, NM Lease County Wadi: Inc. Cnmmil 161 liana -Tmila 2fffl Mack FL. N3789K Lcaw County W.1c. Inc. C.—ii 162 Self -Loads wl Pup frailer 2UO51 Staling PA NIA Itasc. Paul Runyn. Inc. Cnmmit 163 Solf -l—ds wl Pup Trailer 2305 Sterling PA N/A 1"", Paut nunyan. Inc. Cnmmit 164 Self -1 ads W Alt, Truilor 20% Slcrl'ing PA NIA Banc Paul Runyan. In Cnoait 165 Sei1-Lmds w! Pup Trails 20116 Sterling PA NIA I-se Paul Runyan, Inc. Cammll 166 IA toy Trwar- trailer 1988 Mm-k PA NIA I.,W Se ]Sul 0unwn. Inc. Commit IV 1 ScIGLoads Gupplo 1998 Kcnwmth PA N/A lrax Paul Bun5an. Inc. Cnmmit T68 Scir-1 —der Crm plc 1997 Pctcrhuitt PA NIA La`isc Paul Runyan.. Inc. Cnmmit 169 Lnwhny Tractor- hnilcr 1993 Kenwmnh PA NIA Irate Paul H9nyan• Inc. Cnmmit 170 ScTI- Lnadcr Cnapplc 2005 Kcnwath PA NIA l,uax Paul nunyan. I— Cnmmil 171 2 Man L?zcc. (Crew. #010330141 2010 Contain Hunan R. NIA Owned Mbl rite R 172 2 Man r.... (Cunt. #010130151 2010 Cattains llnrmn FI. NIA 0—od AsbUri(t R 173 2 Man (Cant.. #01033016) 2010 Container Flairin FL i SEAT, D512.5740 Ownrd Ashllrin R 174 2 Man (Cam. #010330]71 2010 Contains HaTun R. SEAL 0512,5739 Owned Ashlrin 'R 175 8 Man (Coot. 1101033019) 2010 Contains Hmttm FL ,VAL D5 1250M Osmnd AshRriu R 176 8 Man (Cunt. 0371(133019) 2010 Conains Ilaum FL seal LIS 125058 Owned AshRriu R 177 9 Man (Cant. 001013020) 2010 Contains Hat R. sual 4.5125057 Owna1 Ashl3ritl R 178 8 Man (CnnL0070330211 2010 Cantatas Hatnn R, seal d5146145 Owned A.dtR.rin R 179 8 Man (Cant. 0(11033022) 2010 Container Hann T•L SCAL DS 1251159 Owns) AshOri11 R 180 Car.. Room (Cant- 0010330231 2010 Crmtaincr 110 ua r•3. NIA Owned Ashnrill R 191 1 Man Kant. 001031024) 2010 CtnEains lisna, 17L SCAL 9(4.187 Ownai AshOrill R 182 1 Man (Cons. 401033025) 2010 CmW.a IRmon TL SIIAL 929722 Onmcd MIAlr311 R 183 Tnnl Ron. iCorul 001033R27) 2010 Contains Maim n- NIA Owned A51i0rtu ii 184 Sh—or 2010 Contains Haim IL scat 929656 Owned Ashllrht K 185 Water T— Iment(Cnnl. x 0i 033026) 2010 Contwas Haim R. sea151250M Owned Ashllrin It 186 Water Treatment 2010 Can Pure tnnnvaurc Wma R. NIA Owned AshBr u R 187 Kitchca Tan flat hat) 2010 Co Wns EMK R. seal Numha (1X611941 Owool AshDriu It 188 Dining (open on one. side) 2010 Cantaina Eh4K ft- 141A Owned Ashnflll R. 1R9 Dining 2010 Crnlaina EMK R. Scarf Nu.ha ffD61187T Ca a A4hRrin R `0 Main (nnop. en 110111 id,0 20I0 Cmu)ner EMK IT VA Owns3 Adil3ritt R 341 Assembly Para for Ki10en container (an Lnwho 211111 Crinwina INK. R, NIA Owned MhDflu It 192 2010 Various 0.1ang 5urmlics rL NIA Owned A,0611 R 173 (lacy Wagon 1998 17450 Frcaghtiva EL NIA Owncd AshBriB R 194 MY. 100' Tin Bathd) 2010 Qauna. Building Olympia R. I L1YP52456PA027201 (AS122) Oscncd AshOrm R 195 6Uk TOO'(an Ratltid) 2010 Qtmn.,a Building Olympia 1•t- iL1YF52453PA00203(AS320) nwncd AFh Rrit( R 196 Ocncraa 2005 20OKW C-atmplllar FL NIA f)-cal A.shliriu tk I91 TWIS and 11,W,ro NfA C-L.— Various FI. MILT 9396726 (SEAL 129470) 0—d Ashllrin R 198 fools and I lard.rarc NIA Can— Various R. R1XU 8401890 (SEAL 129470) Owned AchRrin R 199 ']'nods and Hardw9m (on Lsrw") NfA Contains Vstnus. F(. RCSO 2RI17479 Owmrd Ashn.tl R 200 _ Ptastrc Tanis (nn Lawhoy) NIA PT I lannu• IL N/A Ownul Mbliritt R 201 Plasue Tanks (nn LnwMy) NIA PT fixtnw R. NIA Owned AshnrsB R 202 11.,uc Tank, NIA PT IWn,ow FL NIA Owned Ash33AU R 203 3us 2010 Maria R, NIA Owmsl AshDriu R 203 Pick_] _ 2010 M.,& PL NIA Owned A,I.r)riu Cnmmit 205 viap 2010 Marla AL NIA Ww.cc B.1 Rental Cap. (SE) R 206 $LN 2010 M.M., AL NIA base Best Rawl Carp. 1$E) R 2(17 SW 2010 MaaJa AL NIA bast P-1 Rcnu1 Cap. ISE) It 20R 25 acre 2010 Lighdioc Al. N/A J— Best Rrnul Corp. (Sr) R 210 I Kdraulie Lacavatm 2009 325 Caterpillar AL NfA 1r sc Rcm Rstul Carp. (Sr) R 21 L 113dr- o E—lor 2(x19 325 Cmeminar AL NIA .Lease Beat Rental C.T. (SE) R 212 D draabe Escavmnr 2(109 325 Caterpillar AT WA Ixacw Rua RLmu1 Cap. (SE) R 213 13ydranlic 11—ta 2(109 725 C Isrpillar AL N/A I.rax Rcsi Ra.a1 C.M. (SL) R 214 Tmek type trncta 2(06 D711 Calspillar AL WA I=x Ilem Rcntal Corp ,.(Sr:) R 215 Thumb 2019 229 -R403 CaterPillar AI. N/A Lease 0cu Rcn(21 Cary. ISE) R 216 •rhumb 20(NJ 2298403 _ Caterpillar AL NIA T—W Dot Renal Corp. (SEI R 217 Thumb 2009 229 -8403 Catcrpolar AL NIA 1-. 13.1 R.MO Corm. (SE) It 218 Thumb 2009 2298403 Cauritillar AL NIA I=% U71 Rental Corp. T$L) R 219 I Iydraulic I:...(a 200.5 330DL Caterpillar AL N/A Icasc Ile ( Ranu1 Cap. (SE) R 220 ID Card System 2010 Wasp AL NIA l4ax Oc.51 Renal CDM. TSE7 R Sec my Rdin 2010 XBR63-10 M.au1a AL NfA I.r3,,c Os, t Rental Cap. (Sr) R OMcc 2010 Conlairts Ilmmn AL WA Owns) Jim Real Corp. (SL') R EU.ndry Contains 2010 Cnnuins Ha1nn AL NfA Elwood IT-RentalC .(SE) R Qmlalna 20#0 Crntiner liorseua AL, NIA Onnod Rem Rcn(al C . ($1) 201 IT Coruaina I Im- AI, NIA O—od Rest Renal Csnp. ME) R 6 Q8 FmchaufTanks Trlr rSi] 1985 I IT, AL 1114T04527ELf)(P1202 Lc Breen hcuMl Corp. [SE) It .7 52'8' Liddell I—hrry Tr1r 20% Trails AL I LOS1 533361216299 base Baer Runial Crux. (SE) R 228 20' Pace Amman Cargo Trir 2000 Tradlcr AL 4FPAR1822YCA6'NI ?TT Irasc U., "emlal Can. (SE) R 229 29'Bctta Built 11I.M Omsc Neck Trlr 1998 Traitor Al. 4hIND132924W1(0)892 Lrvsc nest Rcntal Cap. ISr.) R 230 S1'Trailhos, Dmcwl Lowboy Trir 2(06 Trails AL 4SODK533961W24M [to. 0ssa Rental Cmp, T%U,) R 231 Crcnsal Equipment Trir 1972 7— JAE. 19117.51117 L.casc Bcst Rcntal Cap. ($E) R Select AkhBril( ONned,, bNd,,,Q1nQAedi1dhId tier L. Le,,. I—; ...... m Nn T Ta VEgtn menl TYP, V Vor M MWO M Mse aV ,, S Slule V VINN "-LPN A S4un S Srurve r Avd'nLililYr, W" �L CD C d 9i y a, ` C C wa � o c a as v h 4ti d c o d m ti o pQ •,� Ol d ."�".. 'y •5 ti sz vy C3 N V d � N rs •� H Q A � � 4 _Q 4 %' m N v o Its Old :• to u to j z c tz s, :a C7 r C•7 i. CL�� y cz. � d 6 U U is C c ti ts 4y, ?a V Q. �L CD C d 9i y wa up s, :a C7 W 6 U U ?a CL i b° U C) O U rs. p, U �i 4 a C7 v) O to E ;O� .�+ •� LO M CO3 cn Id C� cC � _Q � .� •t•o � � � � 4CL. A 44 44 o v —,g O ,emu 5 P, � � :'G ? b �. u n r. ❑ t7 _ G3 N Nwr a Cd p u � • a) v a •cs ai -� _ �n °� 0 0 cl PL o a ° w C6 u 6, nui as u o � -a � � ca o u cd '� u w v, � tF a O N v, > c� ran � � • � O. � � � b 6z ti ti aai Ln ° t�uo 4r C a a .o a ~ o a�i o 4. y f1+ o �y y VJ h.i p Le ct C 4. o ar '� �--i �•• Ri ..�/ ci/'.i ycfl �C./+J 73, 0 o ° 0 vi Q o Ld •d b D ..+ r 7 0. CL , G -a > a u L aa � �+ y C a u � o a b O b © yG in Rf d~ C G y E Id t,�4^�.•,'• "b U .N O Cf-�. CY C �3 .0 d o CL cyy� L) Q f-� L W cd �> s �Pr+ 4J C1 ❑ �4 tom/] Q•.[ co C D O C] O O O O © a x vi a � [V fV N N O Lc? O O a* W N V I c +o4+m s s s s s C 7 Vim' m O 0 TJ o Cj w A 3 •y O v 0 IA o ° A 3 .N h 0 - P. [%1 ..>. O .S b E Q 'OU' .ia o y U h c e o w o ° ca c a a p a o a s "2 u m y E cl = c °bd'a a .? °' N a A cf) t:6 ns o o v c i 'C y po H aEi ca b 3 F U O cab o u: o .o aCi 0- > o,° o•° cy Sa y o .14 O 0. QW •o 0 o :: '� E c y •3 °' U a v ° .q m o m o E> 3 c •a c o �' a, c v aci ' •N o N �v � �ii� .oEo °—°i 7 .ocu .� m o . ° ° c�a •C 1 Q �'AQAQ� °Wu �¢ E ^oo ° zw ° 1 °1 ° 171 + o E m c � o w> a` v a c 7 � T a � W U � o A a Qo .a u F U � m m u > 3 • s u c -E w � ° 6 � Ta U �� •p a u, o a+ U N a •o po h `v r y � T Y DO p 0 O � m �d ❑G � o nt p C � "c •E ° E y c s ca a N � a v o v E O � O O' 0 o O O W O O E m r X u o o � n d .•-r y V1 a U W O 0 ,E O O b o z aU N Q o U U Q C Y _ z�� o w r o N u h N b0 U a A co C p y o - e C o O U W c c c = e 0. c° °n, '❑ E � c o m to d V O Y 4J y y . 4 E .7 b c � n ❑❑� E o � f 'C c � •� 3 v ,� .c W o w o o a o a y w .E ❑ z T N i y p >, y O O C U •.'1 R to as Wx O y Q O O O O p 0 TJ o Cj w A 3 •y O v 0 IA o ° A 3 .N h 0 - P. [%1 ..>. O .S b E Q 'OU' .ia o y U h c e o w o ° ca c a a p a o a s "2 u m y E cl = c °bd'a a .? °' N a A cf) t:6 ns o o v c i 'C y po H aEi ca b 3 F U O cab o u: o .o aCi 0- > o,° o•° cy Sa y o .14 O 0. QW •o 0 o :: '� E c y •3 °' U a v ° .q m o m o E> 3 c •a c o �' a, c v aci ' •N o N �v � �ii� .oEo °—°i 7 .ocu .� m o . ° ° c�a •C 1 Q �'AQAQ� °Wu �¢ E ^oo ° zw ° 1 °1 ° 171 + o E m c � o w> a` v a c 7 � T a � W U � o A a Qo .a u F U � m m u > 3 • s u c -E w � ° 6 � Ta U �� •p a u, o a+ U N a •o po h `v r y � T Y DO p 0 O � m �d ❑G � o nt p C � "c •E ° E y c s ca a N � a v o v E O � O O' 0 o O O O O O E m r X u o o � n x y Y a L7 z N cq + U U U Q C z�� a A 0 TJ o Cj w A 3 •y O v 0 IA o ° A 3 .N h 0 - P. [%1 ..>. O .S b E Q 'OU' .ia o y U h c e o w o ° ca c a a p a o a s "2 u m y E cl = c °bd'a a .? °' N a A cf) t:6 ns o o v c i 'C y po H aEi ca b 3 F U O cab o u: o .o aCi 0- > o,° o•° cy Sa y o .14 O 0. QW •o 0 o :: '� E c y •3 °' U a v ° .q m o m o E> 3 c •a c o �' a, c v aci ' •N o N �v � �ii� .oEo °—°i 7 .ocu .� m o . ° ° c�a •C 1 Q �'AQAQ� °Wu �¢ E ^oo ° zw ° 1 °1 ° 171 + o E m c � o w> a` v a c 7 � T a � W U � o A a Qo .a u F U � m m u > 3 • s u c -E w � ° 6 � Ta U �� •p a u, o a+ U N a •o po h `v r y � T Y DO p 0 O � m �d ❑G � o nt p C � "c •E ° E y c s ca a N � a v o v E O � O O' 0 o O O O O O E m r X u o o � n y Y a N cq + + + + Q C z�� Public Information Support Following major catastrophic disaster events, communications in the affected area need to be addressed on several levels. Chief amongst them are: 1) How to communicate — i.e., infrastructure is typically inoperable, leading to the need for temporary emergency communication equipment and systems; and 2) What to communicate — i.e., keeping the public, local and state representatives and first- responders informed of the situation and relevant actions, and coordinated to the greatest degree where applicable. Our Communications Response Plan, addressing the "how to communicate" and infrastructure issues was just presented. Following we address the "what to communicate" and manner in which it is conducted. The AshBritt team will assist Miami Shores and their Public Information Officer (PIO) with the public relations and information dissemination challenges that occur before, during and after a disaster event. We typically begin addressing and coordinating public information support during our annual preparedness phase, as it is prudent to be semi - prepared prior to impact. We view ourselves as a full- service partner during planning, response, and recovery efforts, and we can play an important role in devising strategies related to public information and announcements, public appearances, commission meetings, and briefings. We bring years of exposure, objective observation, and practical expertise to this critical aspect of recovery planning and information dissemination. We recognize the Village and other local PIOs will be coordinating with the State Public Information Officer (SPIO) and other agencies and organizations to develop an incident - specific public information plan for the recovery and debris management operation. The plan should include the parameters, rules, and guidelines for the debris management operation so that affected residents can begin their personal recovery activities. The plan should also help to quell rumors and misinformation and ensure that the debris management operation runs as smoothly as possible. AshBritt subject matter experts can surety help guarantee the plan objectives are clear and well - rooted. At a minimum, the plan should address the following issues and considerations: Method(s) that will be used to collect debris (curbside and/or community drop -off sites); A Specifics regarding dates, hours, locations, routes, etc. for pickup and /or drop off, allowable types and quantities of debris, segregation requirements for debris, household hazardous waste considerations, etc.; e Specifics regarding the debris management facilities that will be in use in the Village (e.g., types, their dates and v hours of operation, debris transport routes, what the public should expect regarding dust, noise, after -dark operations and other potential issues of concern, etc.); Multi- lingual (non - English) requirements for the affected population(s); Methods that will be used to disseminate the information (e.g., electronic and print media, intemet sites, public forums, direct mail / direct distribution, billboards, flyers within billings, door -to -door campaigns, special needs advocacy organizations, etc.); and Where public concerns, complaints, and questions can be directed (e.g., Debris Information Center, web site, specific governmental office, etc.). In support of the plan, the use of public service announcements (PSAs) and /or other audio, visual and print media to inform the public of all upcoming, ongoing and planned response and recovery activities is critical. Public information and public relations issues regarding emergency services, response priorities and schedules, and recovery activities and instruction, including: basic safety issues; hot line contract information; critical care; community points of distribution (PODS) and base camp locations, where applicable; calls for volunteers; overall traffic concerns; rules of road; debris sorting and placement by roadside; recycling and reuse (NAME OF JURISDICTION) opportunities; community debris drop -off locations; noise and traffic issues r near work sites; locations and operation of DMS(s); debris collection schedules and progress reports, as well as other considerations of the plan r - should be disseminated on a constant, recurring basis. That said, AshBritt _ can greatly assist the Village in administering their public information program if requested. Yet, at a minimum, we will contribute important N E project planning and progress information and reports, both hard copy and DISASTER DEBRIS RECYCLING / REMO electronic (conditions permitting), °Ue1o1Aea - [o the Village from which I_ ^au.a �a°°maa, aTm cmaeia^a ^a wabm asses am »rua representatives can glean information to accurately inform residents, °, a^ �JM rM w °.z.r "'� aam^ °e° "°wn an° "'" meama °w am vu rwa inw �a ^° °a a, - stakeholders and other participants in the recovery process. V With our past experience and sophisticated [racking systems, we are able to • 0.r1 /uMlprawl. generate accurate, valuable information throughout the course of any PUNIC SeMM Announmmenm recovery to ensure that the public is kept informed of all salient information. AshBritt has been successful in assisting many clients with professional consultation, supplied graphic materials, and fact sheets. Recently, during the recovery efforts in Mississippi, both firms assisted the USACE and local communities V with press releases and other announcements. Additionally, and more recently, both firms assisted a number of our clients following Hurricanes Dolly and Ike along the Texas Gulf Coast. In several instances, AshBritt specifically was better prepared to assist our clients than the monitoring firms that they had contracted with to supply that critical assistance. Moreover, for past projects and operations, AshBritt's CEO, Randal Perkins, has participated in television and radio round -table discussions with governors, congressmen, and local officials regarding in- progress recovery efforts. With his years of experience in managing disaster -debris recoveries, he has a keen insight into the many challenges and nuances that arise with respects to the public and political perceptions following major disasters. Examples and samples of PSAs, bulletins and notices are included herein. AshBritt has utilized some of these templates on past recovery events. V § �\ LL L) z0 LU k/% ® 2 °>, o0 e /§ A CL ■ � u U) 04- L § @ © I® c � L� � ■ d � §f � \\ )S ;yam o\� �j2§ ««o- §�c� m =Ao 2/) � k\ k\ LU §/# 0±{ «aw /- 2 z .� {� E *§ %\2 LU -i e�« 2$)N uj 2$]/ Zco ■£G¥ w p5 M o. o Q =moo ■§EE k A to k | | C ° ■§ { § a a | u U. ■ . 0 0 a � CL )2 .® � ° ■ ■�! |c§ § % E2$ k C m ■ - = c o ; ! % #!' ■tea■■ o' ` CL ©4..A, _ § . ■ e / o m 2 B; v 2 0 \ k A k k A. AL \. 2 ■) \�W § i2 \ §2 ©§2� <u it § o o k A to k | | C ° ■§ \ § a a | u U. ■ . 0 0 a ƒ §■ to .® � ° ■ ■�! |c§ § ® k E2$ k #!' ■tea■■ ©4..A, k A ! k | . ! C ° ■§ § § a a | u U. ■ z 2�2 0 � .0 to � 22 C ° ■§ '��; K r z B22! 2�2 0 a k to .® 0 ° ■ ■�! |c§ 222222■ � .0 to � z K r z 50 ( /|! . 0 a k � .0 to � SAMPLE PRESS RELEASE #2 (Curbside Collection) Date FOR IMMEDIATE RELEASE FOR MORE INFORMATION CONTACT: Name / Title of State or Local Debris Manager Telephone Number / Facsimile Number / E -Mail Address (Note: list the hours / days of the week this telephone number is staffed.) Name of Agency / Web Site Address Disaster Debris Removal to Begin (Note: This would be used fora curbside collection /removal operation that EMPHASIZES RECYCLING.) Recovery efforts are underway in response to (describe disaster conditions) in (name of iurisdidion). Clearing and removing disaster debris is a major part of the recovery effort. (Name of agency) will begin debris collection and removal in (name of iurisdiction) on (beginning date) and will continue until end date). In an effort to reduce the amount of debris that has to be disposed of, as well as the associated debris disposal costs, the (name of jurisdiction) will be recycling as many materials as possible. Residents are asked to separate disaster debris as follows, and place it in piles at the curb in the public riahtof- way, not on private property: • Metals (window frames; sheet metal siding and roofing; cast iron tubs / sinks; railings; appliances such as washers, dryers, refrigerators, and stoves; mobile home frames; metal parts from cars; personal belongings that are metal such as damaged tools; metal furnishings such as chairs, tables, file cabinets, and bed frames; metal pipes; etc.) • Wood materials (framing materials; plywood; wood flooring; decks and decking material; wood furniture such as tables l ' and chairs; personal belongings that are wood such as picture frames; etc.) v Dirt I sediment (soil, sand, gravel, etc.) • Concrete (concrete chunks; concrete block; bricks; concrete pavers; etc.) • Tires (from automobiles, bicycles, trailers, etc.) • Glass (empty / clean bottles and jars, household items, window panes, glass block, etc.) • Residual construction and demolition materials (non - recyclable building construction materials — drywall, asphalt shingles, plastic sinks / tubs, floor tiles, etc.; non - recyclable building contents and personal property — carpeting / rugs, furnishings, clothing, etc.) • Vegetative materials (trees, limbs, brush, leaves, etc.) • Household hazardous waste (paints, cleaners, oils, batteries, pesticides, etc.); please be sure these materials are in a secured container and are not leaking in any way. Please be advised that debris removal crews WILL NOT, at this time, enter onto private property to collect or remove debris. All debris must be placed in separate piles at the curb in the public right -of -way, as described above. It is the home / business owner's responsibility to bring the debris to the curb and to properly separate it. Your cooperation will make this debris removal operation proceed smoothly and ensure that the community recovers as quickly as possible. If placing your materials at the curb will cause a traffic or other safety hazard, or if you are unable to move debris to the curb due to physical limitations, debris size / weight, etc., please call (telephone number) before (date / time) to arrange for special pick- up at a later time. Please note that debris WILL NOT be removed from private property without a signed Right -of -Entry Agreement from the property owner. (This requirement will be explained when you call.) To report unsafe debris situations (e.g., leaning trees, trees on houses, partially collapsed structures, etc.) please call (telephone number) immediately. Please note that this operation is ONLY for disaster debris. Please do not attempt to place garbage or other household refuse with the disaster debris, as it will not be accepted. Regular trash removal services in the community will continue as scheduled. AshBritt, Inc. Attachment SAMPLE PRESS RELEASE #3 (Use of Collection Centers) Date FOR IMMEDIATE RELEASE FOR MORE INFORMATION CONTACT: Name I Title of State or Local Debris Manager Telephone Number I Facsimile Number / E -Mail Address (Note: list the hours /days of the week this telephone number is staffed.) Name of Agency / Web Site Address Disaster Debris Removal to Begin (Note: This would be used for a collection / removal operation that EMPHASIZES RECYCLING and the use of collection Centers.) Recovery efforts are underway in response to (describe disaster conditions) in (name of iurisdictionl. Clearing and removing disaster debris is a major part of the recovery effort. (Name of agency) will begin debris collection operations in (name of iudsdictionl on (beginning date l and will continue until end date . Several debris Collection Centers will be used. In an effort to reduce the amount of debris that has to be disposed of, as well as the associated debris disposal costs, the (name of jurisdiction) will be recycling as many materials as possible. Residents are asked to transport their disaster - related debris to any of the Collection Centers that have been opened throughout the community (see locations below) for drop off. At the Collection Center, residents must separate their disaster debris as follows, and place R in large bins for: • Metals (window frames; sheet metal siding and roofing; cast iron tubs I sinks; railings; appliances such as washers, dryers, refrigerators, and stoves; mobile home frames; metal parts from cars; personal belongings that are metal such as damaged tools; metal furnishings such as chairs, tables, file cabinets, and bed frames; metal pipes; etc.) • Wood materials (framing materials; plywood; wood flooring; decks and decking material; wood furniture such as tables and chairs; personal belongings that are wood such as picture frames; etc.) • Dirt / sediment (soil, sand, gravel, etc.) • Concrete (concrete chunks; concrete block; bricks; concrete pavers; etc.) • Tires (from automobiles, bicycles, trailers, etc.) • Glass (empty I dean bottles and jars, household items, window panes, glass block, etc.) • Residual construction and demolition materials (non - recyclable building construction materials — drywall, asphalt shingles, plastic sinks / tubs, floor tiles, etc.; non - recyclable building contents and personal property — carpeting / mgs, furnishings, clothing, etc.) • Vegetative materials (trees, limbs, brush, leaves, etc.) • Household hazardous waste (paints, cleaners, oils, batteries, pesticides, etc.); please be sure these materials are in a secured container and are not leaking in any way. Separate bins will be available for each type of debris described above. Staff from the (name of agency) will be present at each Collection Center to aid residents in the proper separation and disposal of their disaster debris. Please note that general curbside debris collection / removal will not occur. It is each resident's responsibility to transport (or arrange for the transport of) their disaster- related debris to one of the Collection Centers and property unload and separate the debris. Residents are NOT to leave their disaster- related debris by the curbside or in the public right -of -way. This may result in a citation by the (name of agencvl and a possible fine. Your cooperation will make this debris removal operation proceed smoothly and ensure that the community recovers as quickly as possible. Residents that are physically and /or financially unable to transport (or arrange for the transport of) their disaster - related debris to a Collection Center are asked to call (telephone number) on (what days I between what hours?) before (deadline date) to arrange for assistance. Family members or caretakers are asked to call on behalf of those that are not able to make the call themselves. Please note that debris WILL NOT be removed from private property without a signed Right -of -Entry Agreement from the property owner. (This requirement will be explained when you call.) The Collection Centers will only accept disaster - related debris. Please do not attempt to place garbage or other household refuse with the disaster debris, as it will not be accepted. Regular trash removal services in the community will continue as scheduled. Debris Collection Center Locations • (Location / Address / Hours of Operation of Collection Center #1) • (Location / Address / Hours of Operation of Collection Center #2) • (Location / Address / Hours of Operation of Collection Center #3) Etc. (Note: If both curbside collection and Collection Centers will be used, then blend the Saml Release with the connect amount of emphasis on each collection method.) Press Releases together to create a single Press AShBritt, Inc. Attachment SAMPLE PUBLIC SERVICE ANNOUNCEMENT #3 (Name of jurisdiction) Office of Emergency Management OR Department of State Police, Emergency Management and Homeland Security Division (Address FOR USE UNTIL DI ATE) DISASTER DEBRIS REMOVAL (Note: This would be used for a collection /removal operation that does NOT emphasize recycling and that uses Collection Centers.) 30.45 SECONDS Due to the recent (describe disaster conditions), the (name of local iurisdiction I State of InsName) is coordinating the collection and removal of disaster debris within (name of turisdiction). (Name of agency) will begin debris collection operations on (beginning date) and will continue until end date). Debris Collection Centers have been established at (list locations). Residents are asked to transport their disaster - related debris to any of the Collection Centers (between what hours ?) for drop off. At the Collection Center, residents must separate their disaster debris and place it in large bins for • Building materials and contents; Trees, limbs, and brush; Household hazardous waste; and • Dirt, sand, and gravel. Staff from the (name of agency) will be present at each Collection Center to help. The Collection Centers will only accept disaster - related debris. Garbage or other household refuse will not be accepted. For further information, call (telephone number) or visit the (name of agency) web site at (web site address). Thank you. SAMPLE PUBLIC SERVICE ANNOUNCEMENT #4 (Name of jurisdiction) Office of Emergency Management OR Department of State Police, Emergency Management and Homeland Security Division (Address FOR USE UNTIL DI ATEI DISASTER DEBRIS REMOVAL (Note: This would be used for a collection /removal operation that EMPHASIZES RECYCLING and the use of Collection Centers.) 45 SECONDS Due to the recent (describe disaster conditions), the (name of local jurisdiction / State of InsName) is coordinating the collection and removal of disaster debris within (name of iurisdiction). (Name of agency) will begin debris collection operations on (beginning date) and will continue until (end date). Debris Collection Centers have been established at (list locations). Residents are asked to transport their disaster - related debris to any of the Collection Centers (between what hours ?) for drop off. In an effort to reduce the amount of debris that has to be disposed of, as well as the associated debris disposal costs, the (name of jurisdiction) will be recycling as many materials as possible. At the Collection Center, residents must separate their disaster debris and place it in large bins for: • Metals; • Wood materials; • Dirt / sand / gravel; • Concrete / bricks; • Tires; • Glass; • Residual construction materials and building contents; • Trees, limbs, and brush; • Household hazardous waste; and • Dirt, sand, and gravel. Staff from the (name of agency) will be present at each Collection Center to help. The Collection Centers will only accept disaster - related debris. Garbage or other household refuse will not be accepted. For further information, call (telephone number) or visit the (name of agency) web site at (web site address). Thank you. L(Note: If both curbside collection and Collection Centers will be used, then blend the Sample Public Service Announcements together to a single Public Service Announcement with the correct amount of emphasis on each collection method.) AshBritt, Inc. Attachment SAMPLE HANDBILL / DOOR HANGER #2: NOTICE OF RECYCLING / DEBRIS REMOVAL `. (Curbside collection with emphasis on recycling) (NAME OF JURISDICTION) DISASTER DEBRIS RECYCLING / REMOVAL Due to the recent (describe disaster conditions), the (name of iurisdiction /State of InsName) is coordinating the collection and removal of disaster debris within name of iurisdiction). (Name of agency) will begin debris collection and removal on (beginning date) and will continue until end date). In order to recycle as many materials as possible, residents are asked to separate disaster debris into the following piles: • Metals; • Wood materials; • Dirt / sand / gravel; • Concrete / bricks; • Tires; • Glass; • Residual construction materials and building contents; • Trees, limbs, and brush; and • Household hazardous waste. Please place the debris piles at the curb in the public right -of -way in front of your home or business by (date / time). If properly separated, it will be picked up by crews. For further information, call (telephone number) or visit the (name of agency) web site at (web site address). THANK YOU. AshBritt, Inc. Attachment Documentation Management & Diasaster Tracking Information Documentation Management AshBritt will provide documentation management, recordkeeping and support to the Village before, during and after disaster recovery efforts. Our recovery team and technical subject matter experts will assist the Village in the preparation of FEMA, FHWA and other federal and state reports for reimbursement. This assistance will include instruction to designated Village employees, as well as oversight and review of documentation and records prior to submittal. Our team will work closely with state emergency management, FEMA, FHWA and other federal agencies to ensure debris collection, handling, disposition, and all supporting data and reports meet each agency's requirements for reimbursement eligibility. Where applicable, AshBritt forces will utilize Village tracking documentation and/or provide approved load hauling tickets, field inspection reports, and other required reports and documentation to support and substantiate federal, state and local reimbursement. AshBritt project management personnel will conduct daily meetings with the Village to provide updates on the status of operations, discuss issues and problems, and daily work schedules. AshBritt will provide daily reports in web based, electronic and hard copy format that detail the progress of debris removal and disposal activities (i.e., Phase 2 work), as well as deficiency (i.e., safety, accidents, quality control, damages and complaints) tracking and status, and subcontractor payment verification (and releases, as applicable). Reports will include a description of all geographic areas and zones to street -level where work has been performed. They will include crew identification, street names, beginning and ending cross streets, and address blocks and village limit lines when applicable where debris removal was completed. Phase 2 reports will itemize and summarize the types and volumes of debris transported, reduced and disposed, including separation of FHWA eligible debris. The reports will include issues requiring attention and other information requested by the Village. AshBritt will maintain and store, in a safe and secure location on site (i.e., within our mobile command center or local office) one hard -copy record of all truck certifications, load tickets, disposal tickets, weigh tickets (as applicable), quality control, safety and other field inspection reports, as well as other records and data collected to provide substantiation of debris removal costs for federal and state reimbursement. All said records will also be scanned and digitally archived, as well as electronically transcribed in many cases, into our DIMS suite. Record storage and digital archiving will include contracts, the notice -to- proceed, purchase orders, tasks orders, written amendments, change orders, work change directives, as well as written interpretations and clarifications. All documents will be maintained in good order and annotated to show all changes and revisions made during the execution of the work scope. These record documents, along with all approved samples, will be readily available via download and hard copy to the Village for reference. Upon completion of all Phases of work, these records and samples will be delivered to the Village. AshBritt will maintain adequate records, documents, and information to justify all charges, expenses and costs incurred in performing the work scope for at least five (5) years after completion of the contract activation. Disaster Information Management System (DIMS) AshBritt is the industry leader in employing technologies to streamline the planning, logistical and administrative requirements of a disaster recovery. Technology, along with a savvy staff, enhances productivity and increases efficiency. These lead to faster, more thorough cleanups and more accurate and timely information reporting. The administrative burdens are lessened and state and federal grant reimbursements are expedited. At the forefront of our -- - technology resources is our proprietary Disaster Ash o-. :,„r:: a ,,rR„ s : em mi: Information Management System (DIMS). After a disaster, accurate real -time information is crucial to recovery success. DIMS facilitates communication and information 0 Debris Information Management System (DIMS) exchange dunng and after an event recovery by allowing us to instantly share critical project information across the internet. It also serves as an electronic repository for all critical project documentation and, most importantly through its built -in quality control modules; it helps ensure maximum compliance with FEMA documentation and reporting standards. Specifically, DIMS is a web -based database application that tracks the daily, weekly, and monthly "evolution" of a response and recovery project. It allows us and our clients, through the DIMS Client Edition, to track and analyze data culled from debris load tickets, truck certifications and incident reports, amongst others. DIMS is a modular tracking system in that it segregates and organizes data by clients, jobs and all unit and hourly services, minimizing confusion and inaccuracies. In this manner, DIMS is able to generate detailed management reports and useful charts and graphs. These then assist us and our clients in monitoring mission performance and progress, in informing local elected officials and the public, in ensuring accuracy to lessen project modifications and appeals, and in facilitating the invoicing process, reconciliations and audits. Each day during a recovery, debris load tickets, as well as other important tracking documents, are collected, organized, then scanned, keyed and stored in the system. This information is published immediately to the web and is accessible from any computer with online access. Our servers are located in multiple locations and our backed -up under rigorous protocols to ensure zero data losses. DIMS is user friendly and integrates well with other programs, such as Microsoft Excel and Access. From this integration, faster processes and more advanced or specific analyses can be conducted. More wide - spread data sharing is also permitted. An example of effective integration that increases overall job productivity is the coupling of DIMS with our suite of proprietary electronic subcontractor invoices (eSubinvs). We allow all of our subs, with the capabilities, to use these files free of charge. It increases both their and our billing accuracy and, integrated with DIMS, serves as a first level audit action, greatly streamlining the administrative process throughout any project. In order to more accurately and efficiently process and reconcile subcontractor services and transactions, DIMS has a Subcontractor Audit System (SAS) module. This module is a final level audit step that tracks all subcontractor activities, including equipment, services performed, payables, damage claims, back charges, etc. The SAS serves to ensure all subcontractors employed by AshBritt are paid accurately and closed -out efficiently. As such, it ultimately, serves as a vital audit trail for proper project billing. Unlike dealing with paper trails, searching load tickets and hauling vehicles is efficient and can be done with an array of filters to specifically target information. Subcontractor and contact information is also easily accessible. Our web -based subcontractor portal is tied seamlessly to DIMS minimizing duplication of effort. Additionally, DIMS tracks property damages and other deficiencies caused by subcontractors. This allows us to expeditiously handle and rectify such r ) matters, lessening the burden of resident complaints and inquiries, freeing up valuable phone lines and, in effect, v controlling public sentiment with regards to the cleanup progress and quality of service. Moreover, DIMS seamlessly tracks all services and geographies. For instance, local roads and FHWA roads can be imported into the system to ensure the proper documentation and reporting segregation of debris within any jurisdiction. Sections, load origins and destinations are tracked. Also, hazardous stumps, leaning trees, hanging limbs, white goods, right -of- entries and hazardous materials are separately tracked. Generating the myriad reports of DIMS is simple. Some examples of these are Debris ROW Report Debris ROW -FHWA Report White Goods Report Debris Site Management Report Debris Processing — Grinding or Burning DMS to Disposal Site by Debris Type Disposal Trucks Hauling Report Stumps by Category Report Stumps by Dia. to CYD Report Subcontractor Detail Report ROE Unit/Hourly Summary Report Deficiency Tracking Subcontractor AR/AP Reports Ash'L- emus souwtrxuwuuu[m ers¢u Debris Inkmu[ion Manspement Syetem (I'll - ",I Ge eulr We are always willing to arrange an on -site demonstration of the value of this advanced tracking and reporting system. We also have more extensive documentation, which can be supplied upon request. Please see attached sample documents for an overview. These documentation and samples clearly illustrates the power and versatility of this valuable too]. V `.,J v} Debris Information Management System (DIMS) Flexibility & Capacity Ash Environmental Overview IMS Flexibility & Capacity Our Debris Information Management System (DIMS) tracks all project documentation: Proprietary web -based database system. Modular, flexible & expandable. Field tested & superior to all alternatives. DIMS can accommodate any format of load ticket and truck certification record (and other forms). All load tickets, truck certifications and project logs /reports are scanned and uploaded into DIMS. DIMS can easily accommodate millions of project records.* Ash * AshBria processed and managed over I million project transactions and documents for our Hurricane Katrina -MS debris mission, alone. Hundreds of thousands other records were simultaneously necked for Environmental our clients during our recovery projects in S. Floridafollowing Hurricane Wilma in 1005. There When You Need Us. M V DIMS: Load Tracking Flexibility Ash- - Environmental HOME • CLIENTS A CONTRACTS • SUBCONTRACTORS DLSPOSAL SUES =PROJECTS ✓ Florida Severe Storms and Tornadoes Humcane Venn. > Hurricane Katrina ♦, Hur i<ane Katrina- l-A -USACE " Hurricane Katrna-1,15-USACE Clarke Recover, Co ✓!'gran Recovery -'- For: eS: Reco✓e" `- George Recovery 4 CreeO Reco,@,v Hancock Recorery DEBRIS INFORLIATl011 FAWME1.1i SYSTEM CliU' On The Sbr- Froletl -� ACC Indicator Counts To`, his DElall. :oral Plo /attar£ Ou entering u lets �1 for-, J Cdlit (eat are ,ou entering 4d 8t S to, -, 1' J '.Tat Type of tcl'its are oa rp 1pption entering Felon( r Browse_ Uglcad +3 — 777,77 - Z20J'. +BM1BnIt In!. -11 Rights Reser :eo :: :fir u0n _ C.1 i.Vscn Rscpvery )ows Recta ✓ery •' Lamar Reco e.-y •. Leake Reco.: er✓ k Lnccln Racovery Ash ► All load tickets scanned and tracked separately for each Environmental project. There When You Need Us. DIMS: Load Tracking Flexibility Ash'_: t "z cetRmm�pxP nafvar ARAma : pu En =m. r1_ta P ... b.. Ash LOAD TICKET DEBRIS CLASSIFICATION Hun+BeH _ I �.,"11h- 1,...... LOCATION DEBRIS QUANTITY Ash ► DIMS can accommodate our horizontal load ticket or any Environmental other load ticket format (including vertical tickets). There When You Need Us. DIMS: Load Tracking Flexibility LCCAC - CK= :-=: 2 C --E t = --- C.F-e ILI, T" C,. �k Ash ► DIMS can be customized to include any data input field Environmentat for the State and jurisdictions. DIMS: Load Tracking Flexibility AY Z 7-1 . cc Ct US I= I. U C-zr / I L TIIKET 21 :!!R 5 2. -?.TTY Ash 0- DIMS was easily modified to integrate USA CE load EnvironmentaL tickets; over 700,000 were tracked 7-1 . cc Ct Ash 0- DIMS was easily modified to integrate USA CE load EnvironmentaL tickets; over 700,000 were tracked V DIMS: Load Tracking Flexibility Ash DEBRIS RIEDRIAATION 1AA AGELIERT SYSTEM Environmental Ticket Dumber F— F-�j DIMS can accommodate unlimited To Ticket [lumber load tickets and truck certifications. Ash Environmental DIMS: Load Tracking Flexibility As W7 - DEBRI S 115ORMATIO11 WIAGEAIEFT SYSTEIA En- dronmental aTlckettl umber II J To Ticket bumber I rickel Dale F— '_ X Protects Humcane Katrina- FAS- USAC_j "a"Pro'ects Foaast Feca:en,• Subcontractors ':"lads Landscaprij LLC Trucks I 1.latenal I o =a:n rckxs There When You Need Us. Ticket A - Truck 9 Ticket Date Ticket Data I J X Sec'Area Projects `Tickets can be searched by: ISub - Projects ► Number ► Range of Numbers Subcontractors -BI -.a E9C:..4' lo- Date Truck I ► Project /Sub- Project t.iaterial ► Subcontractor No Truck No. eam, TzkalS `C'FY ► Material - dd- irkets �e°aroq Ash Environmental DIMS: Load Tracking Flexibility As W7 - DEBRI S 115ORMATIO11 WIAGEAIEFT SYSTEIA En- dronmental aTlckettl umber II J To Ticket bumber I rickel Dale F— '_ X Protects Humcane Katrina- FAS- USAC_j "a"Pro'ects Foaast Feca:en,• Subcontractors ':"lads Landscaprij LLC Trucks I 1.latenal I o =a:n rckxs There When You Need Us. Ticket A - Truck 9 Sulcontractw Ticket Data I De,moti Sec'Area I-oeo IcniTcris I Payable Slaws -BI -.a E9C:..4' Vic,, [.S =4JI a__E - 31:`.a__ve.4 `C'FY 112 �e°aroq cI'f S "t CI24 _a ^[scac S.n.1 31 CC I =.0 [I' G' CI S. L: IS Tll=t -3l to _a.4 c••ea C.c C ^o' "S =c.II -_l i- +5 N`C I`c C -"d., '12 e..: °[:a - cc. ^c.. _S 11 : • <e'ce- CIZZ:t" c1:4' I.-I.e ^e'.C: ^ {." Gr43C" '31 -C w7 1 =.c YS F, Mr —I C 177f - ;.'CC C41 C_E 'BI ^et5t^ .. LK ICC CC TS c L. +L i.: 1 - -1, -C .S'I °R_ K.•cv_ 5 "c a CIH17. .H- :. Li... IE.: :I.: CI S. c S -' CE1: _l iea uS 0 2 ItC c mane :1fEia CI'C? - c -S. __ .R I? Z:: .- -31 x - - - - [•5 C1c` -s. CI 5.--C CS 12 2C-`. -31 -at 54 C 1'.: 14, :I °:`u: CI ..f. '- •aa. e.. bl: °.e... 1 a I:.[ :r.4 C. :I 1- 11 e E7.EC I = .0 a i. di -31 :- I tla:'I'.. _L.. -81 :.-a.e__.. 'i i.: . -C 11: as ^c Ash ► DIMS hauling search results. Ticket detail is obtained Environmental by hyperlinks. All data is exportable. There When You Need Us. DIMS: Load Tracking Flexibility Ash` DEBRIS RIFORMATIOUMARAGEMEt1T SYSTEU En:dronmental List SuMmjpcK £ MfpugF Commanle $ Audil Hifrefy ;' Full "tail l Tickets measure Date Monist, tAeasuretl BY Locatlon Govern Rep 713 ZIXI_ $b3f11 F.h3Ni J0035 P3f1' Sa3RI J3nlo5:11 Ash ► DIMS integrates with any truck certification and Environmental placard. Digital photos can be easily uploaded. There When You Need Us. DIMS: Load Tracking Flexibility R. W. Dili True Zertficalim Form 1 a� Z Ash ► Example non- AshBritt Truck Certification Form Environmental integrated into DIMS. V u u DAILY REPORT - ROW AShBritt DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder STEP 1 : Select A Report Collactlon Site Management& Removal& E�E Processing Disposal r Executive Summary G Debris Right Of Way (ROW) Report r Debris Right Of Way (ROW) FHWA Report r Debris Right Of Way (ROW) Non -FHWA Report r Load Origin Listing Report r Load Origin FHWA Listing Report r Right Of Way (ROW) Trucks Hauling Report C Right Of Way (ROW) Section Area By Zone C White Goods Report r ROW Progress Report (USAGE) STEP 2: Select A Level r All Projects r Project:: by Sub - Project (e Sub-Project:: by Hauling Comp. r Municipality:: by Destination r SectiordArea :: by Truck r Destination:: by Truck r Subcontractor:: by Tmck Truck stumps Hurricane Wilma Boca Raton Recovery Wilm — I J Subcontractors pAIpC Payable. STEP 3 : Select A Period F All to Date October 29 - 2005 To October 29 - 2005 STEP 4: Run Report Run Report 02006 AshBdtt Inc. All Right; Reserved:: version 4.0.1 fp Mau Melillo AshBritt, Inc. Attachment LJ 09 DAILY REPORT - SUMMARY ROW AshBritt, Inc. AshBritt DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder Report Summary 17} Matt Melillo Debris ROW Summary Report Printed On: 4/712010 Event: Hurricane Wilma Muni.: ALL Destination: ALL ALL Contract: Boca Raton Recovery Wilma Section /Area: ALL Subcontractor: ALL =: Periotl: 10/29/2005 To 1012912005 Hauling Company Material Load Tickets Cubic Yards Tons Farache Enterprises Inc Burnable 46 1,597.6 0.00 46 1,597.6 0.00 Paul Bunyan, Inc. Burnable 127 6,469.3 0.00 Mixed 1 62.7 0.00 128 6,532.0 0.00 174 &,124.6 0.00 Export to Excel 02006 AshBdtI Inc. All Rights Reserved:: version 4.0.1 Attachment DAILY REPORT DETAIL ROW AshBritt, Inc, Ash F3 r[ F_ DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder Report Detail "T:• Matt Melillo I Debris ROW Detail Report Printed On: 4t7120110 Project: Hurricane Wilma Muni.: ALL Destination: ALL Truck: ALL — Sub - Project: Boca Raton Recovery Wilma Section /Area: ALL Subcontractor. Paul Bunyan, Inc. Period: 1 012 912 00 5 To 10129f20D5 fici ;ei date ' Destfnatian 11cF,r.t f Suffix Tmck Il Laac! EEL C«L�ic "a!d Load 0111 iin i xc1i,., r - iSa ;e Create Dz +e 1 012 9120 05 Banyan 402180 39 95,00 46.6 SW 16TH ST 2F Invoiced 1 110612 00 5 1012912005 Banyan 402130 27 95.00 55.1 PINE HAVEN GIR _ 4E Invoiced 1110612005 10!2912005 Banyan 402111 18 95,00 48.5 VERDE TRL S 26 Invoiced 11 1061260 5 1012912005 Banyan 402068 24 95.00 54.6 NW 30TH RD 4G Invoiced 11/D612005 10129/2005 Banyan 402047 22 100.00 50.0 NW 43RD ST 4C Invoiced 11ID612005 10129!2005 1 Banyan 402029 21 85.00 56.1 NW 24TH TER 4E Unvoiced 1110612005 10129/2005 Banyan 402034 21 95.00 62,7 NW 24TH TER 4E Invoiced -1110612005 1012912005 Banyan 402041 22 100.00 50.0 NW 43RD ST 4B Invoiced 11106/2005 1 012 912 0 0 5 Banyan 402109 18 100.00 51.0 VERDE TRL S 26 invaiced 1110612005 10129/2005 Banyan 402283 39 100_OD 49.0 SW 16TH ST 2H Invoiced I 11!06!2005 Attachment TICKET DETAIL ROW As h �tLG DEBRIS INFORMATION MANAGEMENT SY STEM Eri nmenfal M I Hauling Search StumplWG Search Oull Search Payables Search Ticket Detail 710 Matt Melillo Load Tien Paviona A Reteirables Autlit War, Full Detail ?. Scanned Lead Ticket Image "'L f Cvevan to VeM9 cal Tichei ASh En,i,,,,,,,e,,,,, LOAD TICKET DEBRIS DEBRIS CLASSIFICATION 000 ..K IdUMBFJR: - - LOAD TICKET NON - BURNABLE DEBRIS CLASSIFICATION FC01lectiOn MI %ED CONTRACT OWNER t - -. fe Or,.1cR LOCATION HAULING COMPANY: LOAD OR Iv IN iETF£ET NAME): - GATE: SECTiDNlAP.EA. DUMPSITE ' - - DEBRIS QUANTITY f IIME INSPECTOR-- TRUCK NO - - - - CAPACITY - LOADING - LEAD ESTIMATE i%) TONS ISCALEDI: DUMPING I - TRUCK DRIVER NAME: --:" I COMMENTS: WHITE: OWNER COPY GREEN:OWNER COPY YELLOW: ASHBRITT COPY PINK: HAULER COPY GOLD: FIELD COPY DEBRIS QUANTITY Reference Number 0 Truck No.: 139 Capacity: 49 Load Estimate( %): 95 - Tons: 0 Net CYD: a55 j Truck Driver Name: Troy WhiDDle Load Ongin: 000 I SW 16TH ST Stan: 0 LOAD TICKET Status DEBRIS CLASSIFICATION FC01lectiOn Dumpsite: fe Burnable Ticket Number 402180 F-Lj Inspadcp Loading: 01 :18 Sam Johnson f NonBUmaDle Tay Balog Comments: f Mixed Contract Ovrtrer: Bop Raton Recovery Wilma f Other f Demo - suspect f Demo - ACM Hauling company: +'a'vl soni'•n /4 Irc - f Concrete Date: A,e you sure mE ioe. m1en earn. 1029!1005 FEMAlneligible] I- LOCATION DEBRIS QUANTITY Reference Number 0 Truck No.: 139 Capacity: 49 Load Estimate( %): 95 - Tons: 0 Net CYD: a55 j Truck Driver Name: Troy WhiDDle Load Ongin: 000 I SW 16TH ST Stan: 0 ODO End: 0 Status SecaedArea: Dumpsite: 2F Banyan Collection (Watling And Time Inspadcp Loading: 01 :18 Sam Johnson Dumping: 01 :38 Tay Balog Comments: P. yaGic; ur:ail Type Subcontractor Status Involm Check Collection (Watling And Hauling) Paul Runyan, Inc. Approvetl 242 P.auimbles D'�Elll Type Status I.I.# Checks Ticket Audit u ,Action By Action Data Action Code Trail White, DaWd 9120051:12:DO PM Added To Sub Invoice Gargus, Ruth, 111620053: 57: 00 PM Crashed Ticket Save Ticket D lFn F.1 -: W006 Ashanti Inc. All Rights Rese,ved :: version 4.0.1 AshBritt, Inc. Attachment V MA MONTHLY REPORT - SUMMARY ROW AshBritt, Inc. Ash Britt DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder Report Summary Debris ROW Summary Event: Hurricane Wilma Muni.: ALL Destination: ALL Contract: Boca Raton Recovery Wilma Section /Area: ALL Subcontractor. ALL Hauling Company Farache Enterprises Inc Paul Bunyan, Inc. Material Load Tickets Mixed Non-Burnable 5 Burnable 3,69 3,76 Non-Burnable Mixed 3 Burnable 6,79 Other 6,88 � X64 Export to Excel i n7 Matt Melillo Report Printed On: 4!82010 Period: 102912005 To 11292005 Cubic Yards T Tons 02006 AshBritt Inc. All Rights Reserved:: version 4.0.1 Attachment 111iiivoi lillila..i DAILY REPORT - MGT /PROC AshBritt, Inc. AshBr €fit Environmental Report Builder DEBRIS INFORMATION MANAGEMENT SYSTEM S'FP 1 S¢le<: A F.ewr Collectlon Slb Management 6 Removal d Pmcecciag Disposal G Debris Site Management Report r Debris Site Management FHWA Report r Debris Site Management Non -FHWA Report r Debris Processing - Grinding r Debris Processing - Burning C Debris Processing - Materials Other Than Burnable r Debris Site Management - Report By Dumpsite STEP 2 : Select A Level C All Projects r Pmjecl :: by Sub-Pm %ect G Sub - Pmjecl :: by Hauling Comp. r Municipality:: by Destination r Secgon(Ama :: by Truck C Destination :: by Truck C' Subcontractor:: by Truck C Truck Stumps Hurricane Wilma Boca Raton Recovery Wilm Subcontraoton DaoC Payables STEP 3 : 5e1en A Period r All to Date October -]F29 - 2005 TO October - 29 -]F2005- STEP k : Run Repot: Run Report 02006 AshBdd Inc. All Rights Reserved :: version 4.0.1 fl: Matt Melillo Attachment kii,.olf DAILY REPORT - SUMMARY MGT /PROC AshBritt, Inc. AshBritt DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder Report Summary Debris Site Management Summary Event: Hurricane Wilma Muni.: ALL Destination: ALL Contract: Boca Raton Recovery Wilma Section /Area: ALL Subcontractor: ALL Hauling Company City of Bow Raton Farache Enterprises Inc Paul Bunyan, Inc. Material Load Tickets Burnable 36 36 Burnable 46 46 Burnable 127 Mixed 1 126 210 Export to Excel rri Matt Melillo Report Printed On: 4/712010 02006 AshBritt Inc. All Rights Reserved :: version 4.0.1 Attachment Truck: ALL Period: 10/29/2005 To 10/2912005 Cubic Yards Tons 1,159.7 0.00 1,159.7 0.00 1,597.6 0.00 1,597.6 0.00 6,469.3 0.00 62.7 0.00 6,532.0 0.00 2,289.3 0.00 02006 AshBritt Inc. All Rights Reserved :: version 4.0.1 Attachment DAILY REPORT - DETAIL Nri TIP ROC Ash Britt DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder Report Detail 17' Matt Melillo Debris Site Management Detail Report Printed On: 417/2014 Project Hurricane Wilma Muni.: ALL Destination: ALL Truck: ALL Sub - Project: Boca Raton Recovery Wilma Section /Area: ALL Subcontractor: City of Boca Raton Period: 1012912005 To 10129/2805 Tir.t:el Date• = Destination Ti-_I:(: Tuck K L �� Yards Lead Orisin t5treeti SectionlArea tvat�I �'.-a1vs. 10129!2005 Banyan 402171 04 95.00 29.6 BOLA ESTATES Blank Pestling 1012912605 Banyan 402772 Di 100 00 31.0 BOCA ESTATES Blank Pending 10129/2005 Banyan 402803 03 100.00 310 LOAD ORIGIN BLANK Blank Pending 1412912D05 Banyan 402777 06 100.00 31,0 BOCA ESTATES Blank Pending 10!2912005 Banyan 402769 04 100.00 310 BOLA ESTATES Blank Pending 1012912005 Banyan 402812 07 9D.OQ 27.9 BOCA ESTATES Blank Pending 1012912095 Banyan 402797 06 100.00 31.0 BOLA ESTATES Blank Pending 1072912005 Banyan 402861 07 100.00 31.0 BOCA ESTATES Blank Pendkng 10/29/2005 Banyan 402779 09 100.00 38.0 BOCA ESTATES Blank Pendino 3012912005 Banyan 462166 07 95.00 29.5 BOCA ESTATES Blank Pending 10r29l2065 Banyan 462808 02 100.00 37.0 BOCA ESTATES Blank Pendin❑ 1012912005 Banyan 402607 OS 300 AO 31.0 BOLA ESTATES Blank Pending 1 012 9120 0 5 Banyan 402775 04 100.00 31.0 BOCA ESTATES Blank Pending 1Q12912005 Banyan 402776 DB 100.00 31.0 BOLA. ESTATES Blank Pending 10!29!2005 Banyan 402777_ 05 100.00 31.0 BOCA ESTATES Blank Pending 1012912005 Banyan 402252 09 190.00 38.0 COCOANUT RD 9D Pending 1012912005 Banyan 402780 43 100.00 31.0 BOCA ESTATES Blank Pending 1012912005 Banyan 402806 04 190.00 31.0 BOCA ESTATES @kook Pending 10,2912005 Banyan 402778 62 100.D0 37.0 BOLA ESTATES Blank Pending I0i2912005 Banyan 402809 07 100.06 31.0 BOCA ESTATES Blank Pending 1012912Q05 Banyan 462810 01 100.00 31.0 BOCA ESTATES Blank Pending 10!2912005 Banyan 402172 06 95.00 29.5 BOCA ESTATES Blank Pending 70129!2005 Banyan 402796 11 100,00 35.0 BOCA ESTATES blank Pending 1612912005 Banyan 402787 19 100.00 35.0 BOCA ESTATES Blank Pending 1D12912005 Banyan 402174 68 45.00 29.5 BOCA ESTATES Blank Pendkng 1 012 97 2 0 05 Banyan 402167 01 95.00 29.5 BOCA ESTATES Blank Pending 16!29!2005 Banyan 402251 OB 100.00 31.0 LOAD ORIGIN BLANK 1D Pending 1012912005 Banyan 402804 09 100.00 38.0 BOCA ESTATES Blank Pending 10129!2005 Banyan 402160 11 95.00 33.3 @OCA ESTATES Blank Pending Banyan 4 442811 1 10!29!2005 Banyan 402162 35.0 B 05 100.00 31.0 BOCA ESTATES Blank Pending 1012912005 Banyan 402181 09 10000 38.0 BOCA ESTATES Blank Pending 1012912005 Banyan 402254 03 100.00 31.D LOAD ORIGfNBLANK 1D Pending IOP29l2D05 Banyan 462253 OS 100.00 31_/1 COCOANUT RD 1❑ Pending 14129/2405 Banyan 402165 03 100.00 31.0 BOLA ESTATES Biank Pending 16/2912005 Banyan 402802 01 100.0 Export to Excel i 02006 AshBdtt Inc. All Rights Reserved :: version 4.0.1 AshBritt, Inc. Attachment 0 3 310 B BOCA ESTATES B Blank P Pendin 10129!2005 B Banyan 4 442811 1 11 1 106.90 3 35.0 B BOCA ESTATES B Bank P Pending Previous Page 1 of 1 Rows 1 through 36 0` 36 Next DAILY REPORT - SUMMARY DISPOSAL Ash-Britt DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental 'I% Report Builder Report Summary AshBritt, Inc. Debris Removal -TDSRS to Disposal Site Event: Hurricane Wilma Muni.: ALL Destination: ALL Contract: Boca Raton Recovery Wilma Section /Area: ALL Subcontractor: ALL Hauling Company Material Load Tickets CTI Mulch 31 31 Fareche Enterprises Inc C and D 24 Tons 24 849.38 55 849.38 Export to Excel l]'! Matt Melillo Report Printed On: 4!72010 Truck: ALL Period: 12/2112005 To 12812005 Cubic Yards Tons 3.351.0 849.38 3,351.0 849.38 1,634.0 241.97 1,634.0 241.97 4985.0 1.09L35 02006 AshBria Inc. All Rights Reserved :: version 4.0.1 Attachment MAP V TICKET DETAIL DISPOSAL AshErlf': DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental K' I I Hauling Search StumpMG Search OAfOC Search t Payables Search Ticket Darnall Gp Must Melillo I IuCFlckel payableea Pa[eivablei pWit Nielory Full 0.0 6: Scnnnod Lono Tidier Image `i r Convut la'Jeniwl Sicket Ash :da LOAD TICKET DEBRIS CLARION BUF.NABLC- 71CItFTNWAREH: - - :10!4- BL'RKC,9'_E CONTRACT OWNER LOCALOAD HAULING COMPANY. ORIGIN (STR ET NAIAEj DATESEC NOWAREA' DEBRIS QUANTITY 70,117 muU NO.. - r,0.PAOITYt LOADING LOAD ESTWIATE I %hy. TOWS(SCALED) DUMPING TRU rK DRIVER NAME: COMMENTS: WHITE: OWNER COPY GREEN:OWNER COPY YELLOW: ASHBRITT COPY PI14K: XFULER COPY LOAD TICKET DEBRIS CLASSIFICATION Outbound Disposal Ticket Number 415715 f CI— I7 1 J C& ca D f Demo - Suspect Convect Ovmeo Boca Raton Recovery Wilma - r Demo -ACM r Ash Hauling Company r7t r Concrete Date:(o�eya �a ,lb., 1212112005 FEMA Ineligible? r LOCATION DEBRIS QUANTITY Load Origin: I BANYAN -TDSRS ODO Sled: 0 ODO End: 0 Reference Number 253416 SectioNArae: Dumpsde: Truck No.: 239 - Capacity: 107 Blank - Okeelanh, Load EwmeM( %I: 100 Tons: 26.51 r e iorl»ear Net CYD: 10].00 Loading: 11:05 Carl Dumping'. 00:00 Blank Truck Diner Name: Bob Buftolden Comments: PayabF.e Detail TYPe Subcontractor Buick Invoice# Check Deposal (Loading and Hauling) CTI Approved 2005 -134 aecmvaLl�s Dania Tyip, BtaWa Invoice # Cheek Is LL n aH@ -tort' Acton By Action Date Action Cade whXe, sheens 2/2&2005 5:07:00 PM Added To Sub Invoice ModiSed noical while. sheens MW20064:51:00 PM MR&F, %,ad to 253416 bdTons: 0. changed to 26.51 Modified Ticket While, David 1273020051:45:00 PM cidn'ruck: 0000, changers to 16155 @107CUnknown MtCapeclly: 0, changed W 107 MCubsyards: 0.00, dumped to 107 bitTrocklD: 11649, changed to 16155 @107@1.1nimmen SCOTT RAYNELLE 12282005 11,43:00 AM Created Ticket Save Ticket I pulse TLlll ® 006 Amend Inc. All Rights Rattrved :: version 4.0.1 AshBritt, Inc. Attachment LWA w �t.,,00f DAMAGE /DEFICIENCY REPORT Ash Br-tt DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder Report Detail fi+ Matt Melillo Report printed On: 4/7/2010 Project: Hurricane Tamarac Muni.: ALL Truck: ALL Sub - Project: City of Tamarac Recovery Section /Area: ALL Subcontractor: County Waste Tickets ASOf: 717120093:46:OOPM Deficiw'rop Number. Category Assigned Address Reportetl 2 ROW Damage Tim Moons 6011 NOB HILL ROAD 07/0]/2009 a f ROW Damage Dow Knighi 1200 Unrversiry Dr 07/07120M Previous Page 1 of 1 Rows 1 through 2 of 2 Next Export to Excel 02006 AshBnti Inc. All Rights Reserved :: version 4.0.1 AshBritt, Inc. Attachment V V DAMAGE /DEFICIENCY REPORT - DETAIL AshBriti DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Search or Add Detail Deficiency Information Status Date Deficiency Number 2 'Status Reported - Reported 7/7/20091:47:00 PM Active 7(72009 1:47:00 PM Reported By '.BDR Reported Date 7/7/2009 1:47:( I_'I X Pending 7!7/2009 1:48:00 PM Category ROW Damage Denied Complete 7/7/2009 1:50:00 PM `Deficiency Description ',Debris was piled around mailbox and debris grapple operator - �f pulled out mailbox with debris .� Homeowner Details First Name 'Troy Last Name :'Gies `Address '8011 NOB HILL ROAD Phone !954 1597 !37 8 Non - Listed Street r Email 4royg @t --Mc org Responsible Parry `Hauling Company I County Waste gd Truck OOOD - Cost 80 Corrective Details Assigned To ;Tim Mooney Action ,Replace mailbox. Repair completed on 7/7/09 @ 2:OOpm /CCoorrrr'Jective Save Comments Q> Matt Melillo Action By Action Date Action Code Bickhart,Chdstina 7/712009 1:50:00 PM Modified Deficiency Bickhart,Chdsdna 71720091:48:00 PM Modified Deficiency Bickharl,Chdstina 7/7/20091:48:00 PM Modified Deficiency Birkhad,Chdsbna 7!7/20091:47:00 PM Added Deficiency AshBdtt, Inc. Attachment Y UNIT WORD REPORT Ash6rift DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Report Builder F(7 Matt Melillo Collection Site Management &processing Removal a Stumps Subconlradars Disposal QNQC Unit Tiekals Deficiencies Payables STEP I : Select A Report G Unit Tickets By Line Item STEP 2 : Select A Level C' All Projects ° -EP 3 : Seicol k Period r All to Date Project:: by Sub- Project Mid Atlantic Snowstorm February r - 1' --"-I F2010 r Sub-Project:: by Hauling Comp. I Rockville MD Recovery 70 r Municipality:: by Destination February 28 - 2010 r Section/Area:: by Truck r Destination:: by Truck STEP 4: Run Report Subcontractor:: by Truck Run Report r Truck r Unit Ticket Line Item r Unit Ticket Line Item Type — J ®2006 AshBdU Inc. All Rights Reserved :: version 4.0.1 AshBritt, Inc. Attachment k4l.,ioll V V UNIT WORK REPORT - SUMMARY Ash E3rk'F DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Builder Report Summary t% Matt Melillo Unit Tickets by Line Item Report Printed On: 4/7 /2010 Event: Mid Atlantic Snowstorm Muni.: ALL Destination: ALL Truck: ALL Contract: Rockville MD Recovery Section /Area: ALL Subcontractor. ALL Period: 211 /2010 To 2/28/2010 Subcontractor A&M Moving AshBntt Inc County Waste Drewery Construction East Alabama Clearing 8 Grading Hill Grading 8 Landscaping Metal Technicians MR Austin Thunder Disaster Services Service H05 -CAT 966 Wheel Loader H01 - Project Foremen H06 - Tri Axle Dump Truck (Snow Removal) H11 - Tri Axle Dump Truck (Salt) H05 - CAT 966 Wheel Loader H05 - CAT 966 Wheel Loader H06 -Tri Axle Dump Truck (Snow Removal) H11 - Tri Axle Dump Truck (Sall) H05 - CAT 966 Wheel Loader H06 - Tri Axle Dump Truck (Snow Removal) H05 - CAT 966 Wheel Loader H05 - CAT 966 Wheel Loader H06 - Tri Axle Dump Truck (Snow Removal) Export to Excel Unit Ticket Tickets Units Type Equipment 4 82 4 82 Labor 28 259 Truck 1 4 Truck 5 74 34 336 Equipment 6 85 6 85 Equipment 4 49 Truck 6 82 Truck 18 153 28 263 Equipment 24 450 24 450 Truck 16 194 16 194 Equipment 7 156 7 156 Equipment 8 164 8 164 Truck 4 16 4 16 131 1,765 @2006 AshBrill Inc. All Rights Reserved :: version 4.0.1 AshBritt, Inc. Attachment UNIT WORK REPORT - TICKET DETAIL v I AshSrTtE DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Hauling Unit Ticket Stump/WG OA/OC. Payables Ticket Detail k\/ rI Load Ticket Payablesa Audit History Full Del Receivables ++ Scanned Load Tiu.et Image -l. f Convert to Horizontal Tic ASHBRITT DAILY LOG DATE AREA CREW# - 40DRESS OF WORK FOREMAN EtlAn1' On EDIFe[InoNiENE%eEL oF5'.MPIIDN TXtE IN TINE lyt MANN ou NDUPS w0al GSAN 1nLIlU103010p: W Te¢1 j IklwawY I DamLm Gann5W, E,orevgla Gn ! suaAS.ew Tk,LwMG llucryua uwa.Nhee,lm, I aedialiffia lJ dia lel - DaaGllobWa acted a Eke Ea"a c v cereal. Aide E Will Tek Desna eer.iac,e newleallee hater.. F. Ggtm nerlW ! salsa Xl- heaekpLlW, I i Carte le a twaid; DEEeno, 11 ,!al Senate, ccA,.A:rs E,kar, Jayahles D ^Wl Type Unit Ticket Fnwivablea Dean Type Status Action By Demidio, Christina Demidio, Christina %;vwdI 17P Matt Melillo ,it kel LOAD TICKET Ticket Number 14409 Contract Owner I Rockville MD Recovery Hauling Company: County Waste Dale: Ali, ecl 01. 'mss 02/11/2010 FEMA Ineligible? r e _I dale Truck Driver Name: 56015 DEBRIS CLASSIFICATION I Unit Ticket LOCATION Street Address: Load Origin: City of Rockville SeUioNArea: Dumpsite: City of Rockville - I Unknown Crew #: 56015 CPS N: GPS W: Rate Code I Service: H05 - CAT 966 Wheel Loader Units: Measurement: 15.25 Tie Inspector Loading: 08:45 UNKNOWN Dumping: 24:00 UNKNOWN Comments: Save Ticket Delete Ticket SubContractor Status Invoice # Check# County Waste Approved 9603 Transaction Invoice Check# Action Date Action Code 3/9/2010 9:46:00 AM Added To Sub Invoice 212412010 1121:00 AM Created Ticket AshBritt, Inc. Attachment � LWA LN CU 0 ai 7 / LU � : : \� / «�� \ LL \� \�\ / \ � \ \ \`� � LU �\ /� \ LU VI LU MF-4 � : : \� / «�� \ \ � � \. VI LU MF-4 |� / «�� \ � � \. •V d t L R� W V G O �N J V Z W d L rn tr Q U c Nc Q O 0 O L 01 C Y O O NN 0 0 O N C J N a H O "O �Q C N a Y Y U a ~ mo elo o: o o a M Ld JJ } '- aa � o :o O U m m c; N C d W CD Cl) C d d N U •Y ci% V W LU O� 0 H �O } N 'w N J O J O d Z 0 Ua w W • ° l0 uj O a a` �+ C O {� CO U O a O m ~ o U. E R d E to w rn O `o W m O y > Qi C N °i [r m V' O _ L 'W E v p a o % N v N N > a o C w U } w C m 0 W c � O O CL Lcu G O �N J V Z W d L rn tr Q U c Nc Q O 0 O LIM W V/ L ^O n TT iy C d E T 0 V st t, Deficiency Tracking Overview: Quality Control & Response to Citizen Complaints & Damages Ash Environmental There When You Need Us. . Citizen Complaints & Damage Response Assign Quality Assurance /Quality Control (QA/QC) Manager (Modeled after USACE standards for Quality Control for Contractors). Establish 24 Hr Damage /Complaint Hotline. Assign QA/QC Field Supervisors/Personnel. Subcontractor Orientation & Indoctrination to lJ Minimize Potential Damages. Ash Environmental �V Citizen Complaints & Damage Response Same Day Investigation/Response Goal. Maximum 24 Hour Response. Comprehensive Investigation & Field Reporting/Documentation. QA/QC Daily Report Log & Damage Report Tracking with DIMS. Ash Environmental Damage Field Reporting QA/QC Field Personnel are required to investigate & report all damage claims and complaints within 24 hours of notification. Reports are logged daily into DIMS for efficient follow-up. Ash Environmental Ash M There When You Need Us. DIMS: Damage /Deficiency Tracking AshE r'1'. EnNronmental HOME • CLIENTS & CONTRACTS • SUBCONTRACTORS DISPOSAL SITES ^PRO)ECTS PROJECT LOAD TICKETS TRUCK SEARCH REPORTS DEFICIENCY TRACKING USER ADMINISTRATION ow SYSTEM ADMINISTRATION MY PROFILE LOGOUT DEBRIS INFORMATION MANAGELIEIIT SYSTEM Clrr Gn The cut-Pr %jeCl C -:CC mdi nor Counts T., e& Getaa J T e CeNll atl r nncc PLF 5inpik es T,hij Sheet I.S E-csi J Fa-- ,er -neet CIE':: pr'. Gemeps F,I,a -s 6roese.. L ^,wment hams !IFlcatl 20'vE snBntl Irrc. in FlFhts Ressr:e:':'. ersian _ J.1 Ash ► DIMS allows for efficient tracking and follow- through of Environmental damage claims. There When You Need Us. DIMS: Damage /Deficiency Tracking Ash E. DEBRIS UIFORLUnON MAIJAGEMENT SYSTEM En,wonmentel �.... Deficiency lWmber F Sub Project Deficiency• - Comm I Assloned TO T Homeovmer Address - R0 C3mape 'a.ns 3J' &CH -RTER "v0. =DF FO':: Gamape '.'a;ne 11L tIGBLEG ST .T R. ^r: r:arcaa- ikt :aiuna. ", __E6n15 ^PELp pp RO',- Damags °a.nz 19 %'s':-CCGBRIGGE GR IEscambia Recc:er, i FC Gamape ;:ne E ^.- 3'Jnfm:am J 'd: CeFrr- .'elC, 11 L I u msns I - , - I - .nl'=Rm. ISci. -.!_ .:._:I Ash ► DIMS allows for efficient tracking and follow- through of Environmentat damage claims. k6tivill Citizen Complaints & Damage Response Employ Local Handyman for Small Jobs & Local Vendors for Specialized Repairs (i.e., Plumbing, Concrete, Landscaping). Maintain Contact & Diligent Follow-through with Claimant and Jurisdiction (Weekly Status Reports) Acquire Damage/Monetary Releases for all Settled Repairs & Claims. Ash Environmental DIMS: Damage/Deficiency Tracking Deficiency Information Status Date Deficiency Number Complete R'': Beck, [4 2 �200� . 32 r_V X FrF �C-mnt __j Reported Active Pending Denied Complete 7 28 Z7;, P32 10 P1.1 Status Reported By Reported Date Category Deficiency Description --me ._e :a-- snay -�::k s..'_ Homeo%imer Details First flame Bill Last flame 'Address 16__ 'Phone cE0 1 'IS16 Mon-Listed street r F— Email Responsible Party Hauling Company FFatrick, (Achel Truck 1P285 Cost Corrective Details Assigned To IAiYe Noble Corrective Action "--n Ash 0- The QA /QC Manager tracks and monitors all reported Environmentat claims to ensure expeditious follow -up. M There When You Need Us. Damage Remedies & Closure QA/QC Field Personnel obtain Unconditional Releases for all settled damage claims. Ash Environmental A,I -9 ill. n Property Damage Unconditional Release I I m4twhirc SC111 mcnl C•7 Repair Dala: \IwnhalxvY car I'A':. n, ,on.ulamli.w of lh. lu,ynm,l oI'sNlA, in -kind plpnenl, m,dar repair nl' pmp.Ml. Jo ircmh. remise, rilrn.e, and lorcvnr di,Jw" 14,1,110 1", livnlmling,hmn:•t limil.d In Ihsir.uhannnelarx. cn,ploc,::a. a ^onll. an<I ¢pr.,rnmli, c <) liom:md n): iin 1 all Aim, rkm:md..:mlivnx. nml c.mu•= it ach"Is I'm d:ma-er nh..""er and ho""evv, arum. on a...... nl dmu:me e. pnq,mn(nreludin Im.e:'use Iha, It)ano n. wn It all aa.idad„hkh w CLflrcd during IP.rlalA ry ram Addrc- C'ounn.: Stmcl. 'the aho.: unn zlaLVl a, a nvuidora4on ol'IN, aelca=c i, In In paid m foao,c, la: I: i., ;114 vrmou and aenmd dru 1e01111 1111 It dame ram am pad li.111 made Immvnl Iowa i. to IV Iul.en a, an adn,imion ol'Iial Jil,' ra Ilu,n nl enp iwrwon in ob,m Innor this li.•Iemc ie .4i rrn. IWnhei nore. tai,. ra:av I, unconditional :md pagm ,,I, There When You Need Us, NMM =gS�B !: ;F� FF�`E4Pe �^8 dk$��4 §Fo 3F F S 6kS�j S & q S E'�EFSif3g �?r.4S�6 p F€ g E�i6 v ss ee pp C s e y�m [If ilk 314 t E�`gr$eSSS`s�° tt 111$111 Fitt �€ Y R ¢ y 9 g E d F �P � 3xa¢FE azsg¢L:'y'yzE "epga :FE'): ee¢F FFpp �ec¢F " €� a �i F Y $ e �r YI . t �J A.. 0-:u n_., Ash DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Sub Lost Sub Detail Matt Melillo Hurtlane Dennis> Esambie Remve.: = RzW cvn;z Inc. Corporate Details Name Paul Bunyan, Inc. Collection Class Status Contact Molly GregalJR Enos Trees /Stumps Class 8825 CHISHOLM RD Address 494 Harvest Drive Marine Class NR City, State, Zip Rockwood PA 15557 Specialty Class NR Phone 814 443 2991 Fax 814 926 24t1 Primary Sub: Email Previous Page 1 of 1 Rows 1 through 2 of 2 1 Save Trucks - Services Defeclences ' Payahles I — Audit History Comments Deficiency fi Homeowner Address Reported Date Status Days Open 43 8825 CHISHOLM RD 08109112005 Completed t 48 15 DUKES DR 08)1712005 Completed Complete Previous Page 1 of 1 Rows 1 through 2 of 2 1 020178 Asl i8 Inc. All Rights Reserved:! version 4.0.1 ASh .. DEBRIS INFORMATION MANAGEMENT SYSTEM Environmental Search or Add Detail (�R.p,,Ld Bate 8117!2005 3:26:00 PM Deficiency Number 48 Status Reported Reported By R.W.Beck Reported Date 811712005 — X (�R.p,,Ld Bate 8117!2005 3:26:00 PM Assign ed To Wayne Corrective Action - Jed from Paul Bunyan repaired flower bed. cfr Matt Melillo _ Denied Category RpW Damage 81171200: Complete 327:00 PM :L'D70ciencyDescription Crew lore u7h., wer bed during pick up. Wants something done about this. Homeowner Details - First Name Nana Last Name Owen 'Address 15 DUKES DR 'Phone 850 476 No Street ❑ Email Responsible Party - I--' ' ny t i Paul Bunyan, Inc. � ck st D Assign ed To Wayne Corrective Action - Jed from Paul Bunyan repaired flower bed. cfr Matt Melillo V Z E 6 R d a4 8 eg 'a e 8 4 ° - S F _ z ql Saarcbor Add DHall Cp>Man 10.1111. DaNMncy lmoneapon su1.. ml. NO.Werey NUmbr 2]3 RepoelM 1 V=005 7:03:00 PM 'SLN. RepmleE - •ellw RePOMd 9T VNiam GmpCM R.podetl D.I. F,00-0057 0 I —� Pending C"iriv I ROW Damage Denied! Compile 212L200011:a400 AM 'Defitl.n.y Dwvlpnon On OeeemOe I2 FEwell LLC as eondutting in ROE at 5100 Bud Ladner Rtl AS_Lh_e_y w _ Lotting down e tree branch fell •� Nomeow....1.11. Rint N.m. JoreNen test N.m. Vi1W_r_ 'Aderss 5100 .BUD IADNER RE - _ _ _r ° PM- 22R •424 4102 Non{lani Serest r ER411 0206211 Re.ponelble Pally 'Naulirq COmgny FEWELL LLC • N Bmneuk TmrA F CM 0 cwrMroe.11. Aed,nid T. John BOUrpeioS Connected, Arden Fewell Repaired the tank and the line. Sze c.m HE c.m—. Di. I tenement Ry C.—ne EeB D.Lu 000e Add Acll.n 9y "Bid 0.t. Anon cad. MmM,bel y11ROC9518:W PN Modif 10NClarcy '.. `*`l &I WD6J:10:WPM Modified DeMYrcy MueM.loN ]RSRCW 11:a5:w AM M9fn ad Deficed, ea Muh "Re IWWO0510BW PM Adds]Defitlenry Bmneuk $$ s$P - -Id HE e 000e es`ge € €; sa& s € €�S € € €gfi9F _ a e v Z 2 5 Z u E o J A o u e ? Z S E ° 3 ,^a3e; °3- �D ;q3,_q' ; °3:3,_F ?h_'; °3 S'3 °3A'3�3 E¢OE °3E3 ° ;..3 °3° • ° ° m F3 °3�3 E•3 °3 ° - QEOE ¢QE O¢E OE O�Oa EOE pE OE OBC Oq OECE]. 00 ¢k¢'C Up. Oo OCO � � �V.) \ | | § / � \ :{ �! ! /\�� § \{ ! ; ! \ \ \ \ \ \ \ \ \ \)§ ` f {I ■� ! 0. ; !!! :•)Zl:, ; ; ;!!)1 ;[I / ° - )`})`Z); �« §)\{[(`!` \ '6 tn / \ 0 | - � _ . . ! 16 02 o -qC ©� | k ) ƒ�0 / - ) _ `! f \ }k \ {\ \ \k k \ ! e e \ | | § / � \ :{ �! ! -i`{ § \{ ! ! \ \ \ \ \ \ \ \ \ \)§ ` f {I ■� \ | | § :{ .!, -i`{ . ! \ \ \ \ \ \ \ \ \ \)§ ` f ! ; !!! :•)Zl:, ; ; ;!!)1 ;[I / ° ° }( )`})`Z); §)\{[(`!` \ \ | | § kt./ r. Public Assistance Reimbursement Process: Technical Assistance., Recordkeeping,, Reporting & Conflict Resolution Summary Ash�, Environmental There When You Need Us. Public Assistance: Support Offered Guidance on Compliance with Federal and State Guidelines Details on FEMA Public Assistance Program Reimbursement Support Dispute Resolution Ash Environmental Attachment .... .... .. ....... . NM .-I Attachment V '.J - F-i A, AshBritt Recovery Technology Document Management with our Disaster Information Management System (DIMS): Proprietary web -based database system. Modular, flexible & expandable. Field tested & superior to all alternatives. Ash - Environmental There When You Need Us. DIMS Flexibility & Capacity DIMS can accommodate any format of load ticket and truck certification record. All load tickets and truck certifications are scanned and uploaded into DIMS. Managed over 1 million loads in 2005. Ash Environmental Attachment V AV DIMS Benefits Real -time operational data for Monitoring Firm & the Village. Invoice reconciliations (Subs & Village). Quality controlled data. Used For: Reports & Reimbursement Documentation. Records Management & Archiving. Job Progress & Public Information. Ash Environmental There When You Need Us. Facilitating Project Funding Ensure recovery progress through financial and managerial foundations: Time is money! Follow and enforce FEMA project guidance. Collaborate closely with Monitoring company/Village representatives. Validate and document all project work. l.1 Ash Environmental AshBritt, Inc. Need Attachment V Yx r Aw The Audit Process: Interfacing Data swapping & cross - checking exercises. Pre - Invoice reconciliations to ensure accurate billing and supporting backup data. Common data formats and flow processes. Ash Environmental There When You Need Us. "upport for Conflict Resolution Ash Environmental First level of support: Avoid Conflicts! I . Know the rules & comply with them. 2. Follow Federal Procurement guidelines. 3. Document: Get it all in writing. 4. Be thorough: No incomplete paperwork. 5. Track all project costs. 6. Tie back all costs to specific PWs. 7. Quality control & reconcile on an "as -go" basis. 1./ wacilitating Project Funding Engage and confer with designated FEMA debris specialist. Provide technical assistance to Village as requested & when necessary. Multi -tier reconciliation on an "as -go" basis: Ash. Environmental AshBritt Data Quality Control Monitoring Finn/Village Subcontractors There When You Need Us. he Audit Process: Interfacing Validate project data continually throughout recovery process. Multi -part forms as "checks- and - balances" Scan and record all project paperwork for efficient filing and reference. Ash Environmental There When You Need AshBritt, Inc. Attachment v V "11 - Support for Conflict Resolution Recovery Team is widely experienced. Team includes: Ash Environmental Tom Credle, former FEMA Deputy Regional Director, served as FCO for over 70 disasters. Jim Loomis, former Program Admin. for the Florida Division of Emergency Management. Principals have combined 50 years experience. There When You Need Us. Support for Conflict Resolution Employ standard operating procedures (SOP) and guidance to minimize conflict. Leverage DIMS and reconciliation process to resolve discrepancies. Garner project reports and data as necessary. Ash Environmental Attachment V V Project Invoicing & Billing Overview AshBritt's extensive disaster recovery experience, coupled with our advanced data and debris information tracking and record keeping systems, ensures streamlined and accurate reporting and invoicing processes that adhere strictly to established FEMA guidelines and audit acceptability standards. Invoices typically can be provided to the Village on a bi- weekly, semi - monthly or monthly basis, as requested. Invoices are not submitted for any billing period until all cost data items have undergone a thorough pre- invoice reconciliation. This process is conducted with the designated monitoring firm or directly with the Village and encompasses both unit and hourly service and material items. The process has been field tested and streamlined over the past eight years and has become standard operating procedure for A invoice submittals. Invoices will be submitted in original form and electronic format, with all accompanying backup data, support documentation, and cost reasonableness substantiation, prepared in full compliance with state and federal funding criteria. All project invoices will be uniquely and consecutively numbered, and include all the following important data points: Ash Cnvironmmbl Date of Generation Job Name/Number Event Name Event Number (i.e., FEMA Declaration) Work Scope Category (i.e., ROW/Public Property, EMG Support Services) Program (i.e., EMG Power, ROW, Hazardous Trees, ROE, Marine) e` Purchase Order/Task/Contract Number (as applicable) Itemized Contract Line Items (i.e., Quantity — Description — Unit — Period — Subtotal) Gross Total Retainage (as applicable, pursuant to contract) Total Net Contact and Remittance Information Payment Terms rmauwKaa Backup data and support documentation will include itemized and Itemized Invoices w/ Backup summarized (rolled -up) billing items, properly categorized for the performance period by: contract or service code (i.e., debris, work, material or resource type); date; week end; ticket, log and vehicle number; geographic location — zone, emanation, destination; monitoring personnel; debris volumes or item quantities; contract rates; and cost calculations. Additionally, hard copy and digital documentation such as: equipment and vehicle certifications; photographs of vehicles, ID placards and operators; time and material sheets and logs; equipment meter logs; vendor purchase orders, quotes and invoices; load haul tickets (for debris hauling and disposal); weigh tickets (for final disposal fees); hazardous tree and stump worksheets (with photos and GPS data); driver and operator license and insurance information; personnel training and safety certifications, amongst other documents, will be supplied with invoices and discretely where appropriate to substantiate all project cost and contract conformity and compliance. As we separately track recovery service data through DIMS and through other field reporting, all costs we invoice are segregated accordingly and clearly delineated on all invoices. All other salient information is clearly identified on invoices, and applicable backup is attached in a clear and concise fashion. This procedure increases both invoice clarity and accuracy. Our current goal for unit work is to submit pre- invoice reconciliation data with less than a five percent load tickettreporting error exceptions (i.e., questionable and /or challenged loads or reporting). Our procedures significantly expedite client processing, audits and grant reimbursements. Moreover, given the flexibility afforded us by our real -time data processing and analysis, we are also open to any process suggestions by our clients. Our processes are extremely adaptable and flexible, so we can accommodate any specific billing procedures or systems. Per any Village (or contracted agent) guidance and instruction, AshBritt will submit all project invoices with all applicable backup and supporting documentation as required for validation of their correctness. AshBritt will include as backup for all billing periods hard copies of the actual debris load tickets, hard copies of all landfill weight tickets (as applicable), hard copies of the all data in an Excel spreadsheet format, and electronic files of the Excel spreadsheet in an acceptable format to the Village. AshBritt recognizes that payments will not be made based off of incorrect invoices; however, if our pre- invoice data Backup data and support documentation will include itemized and Itemized Invoices w/ Backup summarized (rolled -up) billing items, properly categorized for the performance period by: contract or service code (i.e., debris, work, material or resource type); date; week end; ticket, log and vehicle number; geographic location — zone, emanation, destination; monitoring personnel; debris volumes or item quantities; contract rates; and cost calculations. Additionally, hard copy and digital documentation such as: equipment and vehicle certifications; photographs of vehicles, ID placards and operators; time and material sheets and logs; equipment meter logs; vendor purchase orders, quotes and invoices; load haul tickets (for debris hauling and disposal); weigh tickets (for final disposal fees); hazardous tree and stump worksheets (with photos and GPS data); driver and operator license and insurance information; personnel training and safety certifications, amongst other documents, will be supplied with invoices and discretely where appropriate to substantiate all project cost and contract conformity and compliance. As we separately track recovery service data through DIMS and through other field reporting, all costs we invoice are segregated accordingly and clearly delineated on all invoices. All other salient information is clearly identified on invoices, and applicable backup is attached in a clear and concise fashion. This procedure increases both invoice clarity and accuracy. Our current goal for unit work is to submit pre- invoice reconciliation data with less than a five percent load tickettreporting error exceptions (i.e., questionable and /or challenged loads or reporting). Our procedures significantly expedite client processing, audits and grant reimbursements. Moreover, given the flexibility afforded us by our real -time data processing and analysis, we are also open to any process suggestions by our clients. Our processes are extremely adaptable and flexible, so we can accommodate any specific billing procedures or systems. Per any Village (or contracted agent) guidance and instruction, AshBritt will submit all project invoices with all applicable backup and supporting documentation as required for validation of their correctness. AshBritt will include as backup for all billing periods hard copies of the actual debris load tickets, hard copies of all landfill weight tickets (as applicable), hard copies of the all data in an Excel spreadsheet format, and electronic files of the Excel spreadsheet in an acceptable format to the Village. AshBritt recognizes that payments will not be made based off of incorrect invoices; however, if our pre- invoice data reconciliation process is followed, all invoices should be fast - tracked for approval and payment. If a submitted invoice is erroneous, AshBritt will correct all errors and submit a revised invoice for payment. AshBritt will not bill for any debris collected in areas located outside of the Village, or any ineligible debris (if deemed such). We will never willfully bill for unknown duplicate tickets either. Our backup data and Excel spreadsheet will include, at a minimum and as applicable, the following for each load collected: Date and Time of Load Street Name, Zone and Area Debris Hauler Name (Subcontractor) Truck Number (Certs, as necessary) Certified Truck Capacity (in CY) Certs and Truck Record Logs - FEMA Approved Cubic Yardage of debris Hardcopies of the backup data spreadsheets accompanying all invoices will contain data and information pertaining only to the submitted applicable invoice. The spreadsheet included with each invoice will depict one sheet with data and information pertaining only to the invoice being submitted and a second sheet, which summarizes all data and information from the project to date (i.e., a cumulative total). disposed (if applicable) Corresponding Invoice Number Ticket Number Landfill Disposal Ticket Number (if applicable) Landfill Disposal Weight (if applicable) Disposal Type, (i.e. Landfill, Incineration) 7Sh.t. DIMS W DC Data Submlt I Monitoring AshBritt/ Data lllnp Data FirmlClicnU Reconcile Data Submit Invoices ! Cannrm Blllinp: ,t. Validate Data reim,n vulcawu Validate Data I Furthermore, any additional data and 'x. Make corrata a '�r:a: +. ^,y Exceptions information in any required format 3. Request Backup H,;:, cw, a Emcv ao� Rpcmnmend which the Village may request will be lot Payment I supplied. Sample project invoices are D=nnentauon, Billing a Remndllanon overview included herein for review. AshBritt would be happy to review further our billing protocols and supply other samples of project billing invoices and records upon request. Field Level Su000rt In support of accurate accounting and reporting on a field level, we assign specific duties to members of our management team in support of documentation controls and processing. We typically use a number of manual reports and logs to track all work scope activities; these are subject to a tiered approval process, where applicable. Our Project Manger, in the end, is required to endorse all documents that commit funds. Hourly Equipment Logs and Time Sheets are used during emergency debris clearance ( "push ") operations (Phase 1). These are multi -part forms which are distributed to applicable parties. In addition to completed Truck Measurement Records and Load Haul Tickets, which are scanned and stored in our database (via FTP transfer), manual Truck Measurement and Truck Load Call logs are maintained. Moreover, QC Deficiency Reports and other safety reports and logs are kept. All reports are collected and compiled by field supervisors and managers and routed daily to our central processing office, where our Project Manger reviews as necessary. All field documentation, reports and photographs are scanned and stored digitally in DIMS —in which they are linked to applicable service or work scopes for rapid retrieval and reporting functions. All digitally stored documents are available for batch download for clients. Ultimately, a systematic process is established to collect all the project ' I documentation needed to validate the location, time, type, length, and quantity of services conducted with the objective 1t� of full compliance to federal and state reimbursement regulations. Reconcile Data: t. Validate Data 2. Discrepancies 1 3. Make Corrections d. Request Backup T DIMS W DC Data Submlt I Monitoring AshBritt/ Data lllnp Data FirmlClicnU Reconcile Data Submit Invoices ! Cannrm Blllinp: ,t. Validate Data reim,n vulcawu Validate Data I Furthermore, any additional data and 'x. Make corrata a '�r:a: +. ^,y Exceptions information in any required format 3. Request Backup H,;:, cw, a Emcv ao� Rpcmnmend which the Village may request will be lot Payment I supplied. Sample project invoices are D=nnentauon, Billing a Remndllanon overview included herein for review. AshBritt would be happy to review further our billing protocols and supply other samples of project billing invoices and records upon request. Field Level Su000rt In support of accurate accounting and reporting on a field level, we assign specific duties to members of our management team in support of documentation controls and processing. We typically use a number of manual reports and logs to track all work scope activities; these are subject to a tiered approval process, where applicable. Our Project Manger, in the end, is required to endorse all documents that commit funds. Hourly Equipment Logs and Time Sheets are used during emergency debris clearance ( "push ") operations (Phase 1). These are multi -part forms which are distributed to applicable parties. In addition to completed Truck Measurement Records and Load Haul Tickets, which are scanned and stored in our database (via FTP transfer), manual Truck Measurement and Truck Load Call logs are maintained. Moreover, QC Deficiency Reports and other safety reports and logs are kept. All reports are collected and compiled by field supervisors and managers and routed daily to our central processing office, where our Project Manger reviews as necessary. All field documentation, reports and photographs are scanned and stored digitally in DIMS —in which they are linked to applicable service or work scopes for rapid retrieval and reporting functions. All digitally stored documents are available for batch download for clients. Ultimately, a systematic process is established to collect all the project ' I documentation needed to validate the location, time, type, length, and quantity of services conducted with the objective 1t� of full compliance to federal and state reimbursement regulations. SUBCONTRACT AGREEMENT THIS SUBCONTRACT AGREEMENT ( "Agreement ") is entered into and effective as of this _ day of 2012 by and between Ashbritt, Inc., a Florida corporation, whose address is 565 East Hillsboro Boulevard, Deerfield Beach, Florida 33441 ( "Contractor "), and , whose address is ( "Subcontractor "), whose type of business can be best described below as: (Check One) • Large Business • Small Business • Small Disadvantaged Business • HUB Zone small business • Women Owned Small Business • Service - Disabled veteran-owned small business • Veteran-Owned small business • Historically Black/Minority institution WHEREAS, Contractor entered into a contract (the 'Prime Contract ") with (the "Owner ") for Disaster Debris Management Services in ('Project Zone "); and WHEREAS, Contractor desires to engage Subcontractor to provide the services set forth 1./ herein at the Project Zone, and Subcontractor desires to provide such services at the Project Zone, pursuant to and in accordance with the terms and conditions of this Agreement. NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration for the mutual covenants and agreements hereinafter set forth, Contractor and Subcontractor agree as follows: 1. Scone of Subcontract Work and Contract Documents. 1.1 The recitals above are true and correct and are incorporated herein by reference. 1.2 Contractor engages Subcontractor, as an independent contractor, to perform a portion of the work, which Contractor has contracted with the Owner, which portion is set forth in Exhibit "A" attached hereto ( "Subcontract Work "). 1.3 Subcontractor agrees to perform the Subcontract Work under the direction of Contractor, and to the reasonable satisfaction of Contractor and Owner. Subcontractor agrees (i) to provide and pay for all labor, materials, tools, supplies and equipment necessary to perform the Subcontract Work, except as otherwise expressly provided herein, and (ii) to perform the Subcontract Work in strict conformity with the requirements of this Agreement. Subcontractor shall perform all Subcontract Work in the best and most workmanlike manner by qualified, ' careful and efficient workers who shall be satisfactory to Contractor. V 1.4 The Contract Documents for this Agreement consist of the contract between and the Contractor, including the statement of work and contractor requirements, insurance requirements, all terms and conditions and any other documents listed in or referred to by the Prime Contract. 1.5 The Contract Documents are hereby incorporated by reference into this Agreement; provided, however, that notwithstanding the foregoing, it is expressly acknowledged and agreed by the parties that all payment terms between Contractor and Owner set forth in the Contract Documents are not incorporated by reference and are expressly excluded from this Agreement. The Contract Documents are available in Contractor's office and Subcontractor acknowledges that it has carefully examined them and understands them completely. To the extent of any conflict between the provisions of this Agreement and the Contract Documents, this Agreement shall control. 1.6 Subcontractor is bound to Contractor by the terms of this Agreement, including those of the Contract Documents, and shall assume towards Contractor, with respect to Subcontractor's performance, all of the obligations and responsibilities which Contractor assumes towards Owner under the Contract Documents with respect to the Subcontract Work. In the event of any conflict between the terms of this Agreement and the terms of any of the Contract Documents, or a conflict among any of the Contract Documents themselves, the provision granting the greater rights or remedies to Contractor, or imposing the greater duty, standard, responsibility or obligation on Subcontractor, as determined by Contractor, shall govern. Subcontractor shall bind its lower tier subcontractors and suppliers to all of the performance obligations and responsibilities which Subcontractor assumes towards Contractor hereunder. 1.7 This Agreement is for the Subcontract Work provided herein, and is not an exclusive contract for work in the Project Zone. Contractor may assign to other subcontractors, and/or reserve unto itself, any portion of the work required pursuant to the Prime Contract between Owner and Contractor, except for the Subcontract Work, which is further subject to the terms and conditions of this Agreement regarding, amongst other things, suspension, termination and performance generally. 2. Contract Sum and Payment Schedule. 2.1 In consideration for the Subcontractor's services hereunder, Contractor shall pay to Subcontractor the contract sum set forth on Exhibit "B" attached hereto ( "Contract Sum "). The Contract Sum shall be paid in accordance with the Payment Schedule set forth on Exhibit "B" attached hereto. Contractor, if provided on Exhibit "B ", may withhold ten percent (10 %) of each payment of the Contract Sum due to Subcontractor ( "Retainage ") pending final payment by Owner to Contractor, completion of the Subcontract Work, the Contractor and Owner's acceptance thereof, and Subcontractor's delivery to Contractor of a final release of all claims, including any lien or bond claims, in form and substance satisfactory to the Contractor. 12 Contractor may deduct from any Contract Sum payment, any sum owed by Subcontractor to Contractor, either under this Agreement or any other agreement between 2 Contractor and Subcontractor. Further, in the event of any breach by Subcontractor of this Agreement or any other agreement between Contractor and Subcontractor, or in the event of the assertion by others of any claim or lien against Owner, Contractor, or Contractor's surety, which claim or lien arises out of Subcontractor's performance hereunder, Contractor may, but is not required to, retain out of any payments due Subcontractor, either under this Agreement or any other agreement between Contractor and Subcontractor, an amount sufficient to protect Contractor and Owner from any and all loss, damage or expense therefrom, until the breach has been cured or the claim or lien has been adjusted by Subcontractor to the reasonable satisfaction of Contractor, even though Subcontractor may have posted a payment or performance bond. Contractor, in its sole discretion and at its sole option, may directly negotiate, settle and pay any claim or lien of any person or entity claiming by, through or under Subcontractor in the event Subcontractor fails to satisfy such claim or lien within thirty (30) days after Contractor places Subcontractor on notice of such claim or lien. Contractor may withhold final payment of the Contract Sum, including Retainage, pending payment of any such claim or lien and receipt of a final release of all claims, including any lien or bond claims, in form and substance satisfactory to the Contractor. 3. Prosecution of Subcontract Work. 3.1 Subcontractor agrees, within forty -eight (48) hours after notification by Contractor ( "Notice to Proceed "), to commence its operations and to continue diligently in its performance of the Subcontract Work until completion. Subcontractor shall not commence the Subcontract Work until receipt of such Notice to Proceed. 3.2 Time is of the essence of this Agreement and in the Subcontractor's performance of the Subcontract Work. 3.3 Subcontractor shall cooperate with Contractor and other subcontractors whose work must be coordinated with the Subcontract Work. Subcontractor shall send a representative, with full authority to act on behalf of and bind Subcontractor, to all meetings and conferences, as may be directed by Contractor. 3.4 Subcontractor shall keep the Project Zone clean from debris resulting from the performance of the Subcontract Work, and free from damage caused by the Subcontractor's performance of such Subcontract Work, and shall remove and properly dispose of all debris generated by the execution of the Subcontract Work and promptly repair any damage caused thereby. If the Subcontractor fails at any time to comply with this Section, within twenty-four (24) hours after receipt of notice from Contractor of such noncompliance, Contractor shall have the right, but not the obligation to, perform such necessary clean-up or repair and deduct the cost from any amounts due Subcontractor under this Agreement or any other agreement between Contractor and Subcontractor. Said right shall be in addition to all other rights and remedies available to Contractor as a result of such noncompliance by Subcontractor. 3.5 Subcontractor shall give all required notices pertaining to the Subcontract Work to the proper authorities and shall secure and pay for all necessary licenses and permits to carry 3 on the Subcontract Work. Subcontractor shall provide a copy of such notices, licenses and permits to Contractor prior to the start of the Subcontract Work. 3.6 Subcontractor shall at all times have at the Project Zone when any of the Subcontract Work is being performed a competent superintendent satisfactory to Contractor and with full authority to act for and bind Subcontractor on all matters arising out of or relating to this Agreement or the performance of the Subcontract Work. 3.7 Subcontractor shall assign only qualified personnel to perform the Subcontract Work. Contractor shall have the authority, at any time during the course of the prosecution of the Subcontract Work, to require Subcontractor to remove or terminate any employee of the Subcontractor, if such employee is unsatisfactory to Contractor or Owner. Subcontractor shall immediately remove and replace the employee at no cost to Contractor or Owner, including those costs resulting from delay or inefficiency the change may cause. 3.8 Contractor may for any reason whatsoever suspend, in whole or in part, performance of the Subcontract Work and Subcontractor's performance under this Agreement. Contractor shall give notice, either written or verbally, of such suspension to Subcontractor specifying when such suspension is to become effective and the scope of the Subcontract Work affected by such suspension. 3.8.1 Ceasing Performance Upon Suspension. From and upon the effective date l , of any suspension order by Contractor, Subcontractor shall not incur any further expense or V obligations in connection with the suspended portion of the Subcontract Work. From and upon the effective date of any suspension ordered by Contractor, Subcontractor shall utilize its best efforts to mitigate its costs resulting from the suspension. 3.8.2 Resumption of Subcontract Work After Suspension. If Contractor lifts the suspension it shall do so in writing and Subcontractor shall promptly resume performance of the Subcontract Work unless, prior to receiving the notice to resume, Subcontractor has exercised its right of termination as provided in Section 7.6 herein. 3.8.3 No Claim for Suspension. Neither Owner nor Contractor shall be liable for any claims due to the suspension of the Subcontract Work. Without limitation, Owner and Contractor shall not be liable to Subcontractor for any damages, expenses, lost profits, mobilization or de- mobilization charges, or any other amounts or losses incurred by Subcontractor as a result of such suspension. 3.9 Subcontractor shall not subcontract all or any portion of the Subcontract Work without the express, prior written consent of Contractor, in its sole and absolute discretion. Any unauthorized subcontract will constitute a breach of this Agreement and Subcontractor shall not be entitled to any payment therefore. 4. Insurance. V u� 4.1 Prior to starting the Subcontract Work, Subcontractor at its own expense, shall procure and maintain in full force throughout the entire term of this Agreement, and the completion of the Subcontract Work, on all its operations, insurance in accordance with the Owner's and Contractor's requirements as set forth in Exhibit "C" attached hereto. Subcontractor shall not perform any Subcontract Work unless Subcontractor is and remains insured. 4.2 The policies of insurance shall be in such form and shall be issued by such company or companies as may be reasonably satisfactory to Contractor and licensed to insure in the state where the Subcontract Work is performed. Before commencing the Subcontract Work, Subcontractor shall furnish Contractor with certificates of insurance from the insuring companies, which certificates shall specify the effective dates of the policies, the limits of liability there under, and contain a provision that such insurance will not be cancelled or modified except upon thirty (30) days prior written notice to Contractor. Subcontractor shall not cancel any policies of insurance required hereunder without the prior written consent of Contractor, which may be withheld in Contractor's discretion unless the terms of this Section and Exhibit "C" are strictly complied with. Except for workers' compensation, Contractor and Owner shall be named as additional insured's under all policies required to be maintained by Subcontractor under this Agreement. 4.3 Subcontractor may use a combination of General Liability Insurance and Excess Liability Insurance provided the sum of these insurances at least equals the amounts listed for the General Liability Insurance on Exhibit "C" attached hereto. If Excess Liability Insurance is used, "Umbrella Form" must be famished. 4.4 The carrying of insurance shall not be deemed to release Subcontractor or in any way diminish or limit its liability, by way of indemnity or otherwise, as assumed by it or otherwise provided under this Agreement. 5. Bonds. 5.1 Subcontractor [ ] is / [ ] is not (check appropriate box) required to provide a performance and payment bond. If Subcontractor is required to provide a performance and payment bond, Subcontractor shall furnish Contractor, in the form attached as Exhibit "D ", a full and duly executed performance and payment bond, underwritten by a surety or sureties reasonably satisfactory to Contractor, authorized to issue the same in the state where the Subcontract Work is to be performed, in the full amount of the Contract Sum to be paid over the terns of this Agreement. If such bond is required, Subcontractor's failure to deliver a satisfactory bond within ten (10) calendar days after the execution of this Agreement shall be deemed a material breach by Subcontractor of this Agreement. Initial Acknowledgment Of Selection Above: 6. Inspections. V Subcontractor Contractor 5 l 6.1 Subcontractor shall allow for the inspection of the Subcontract Work by Contractor, Owner or any of their authorized representatives, at any time. MA 6.2 Neither the review and acceptance by Contractor, nor the approval by Owner or its representative, of any of the Subcontract Work by Subcontractor shall relieve Subcontractor of liability for any deviations from any requirement of this Agreement unless specifically called to Contractor's attention, in writing, and so acknowledged by Contractor in writing. Inspection or supervision by Contractor shall not relieve Subcontractor of its obligations herein. 7. Term and Termination. 7.1 This Agreement shall be coterminous with Contractor's Prime Contract with Owner, unless this Agreement is terminated early pursuant to this Section 7. 7.2 Should Subcontractor fail, in the reasonable opinion of Owner or Contractor, at any time and in any respect, to (i) supply a sufficient number of properly skilled employees, (ii) prosecute the Subcontract Work with promptness and diligence, (iii) supply sufficient material or equipment, or (iv) otherwise perform the Subcontract Work in accordance with the requirements of this Agreement, Contractor may, at its option, provide such labor, equipment and services to perform the Subcontract Work and deduct the cost thereof, together with all loss or damage occasioned thereby, from any money then due or thereafter to become due Subcontractor either under this Agreement or any other agreement between Contractor and Subcontractor. Contractor shall provide notice, either written or verbal, of any such failure to Subcontractor except in an emergency, in which event, no notice is required. 7.3 Contractor may immediately terminate this Agreement if an Event of Default (as defined below) has occurred, and such Event of Default is not cured by Subcontractor after receipt of notice, either written or verbal, by Contractor of such Event of Default. For the purposes hereof, "Event of Default" shall mean Subcontractor has, at any time, (i) refused or neglected to supply sufficient properly skilled employees or materials or equipment of the proper quality and quantity, (ii) failed in any respect to prosecute the Subcontract Work with promptness and diligence in accordance with this Agreement, (iii) caused by any action or omission the stoppage or interference with the work of Contractor or other subcontractors, (iv) failed in the performance of any of the covenants contained in this Agreement, (v) breached any provision of this Agreement, and/or (v) been unable to meet its debts as they mature. Upon termination of this Agreement pursuant to this Section, Contractor may take possession of the Project Zone and Subcontract Work, including all materials, appliances and equipment of Subcontractor at the Project Zone, and through itself or others provide labor, equipment and materials to prosecute the Subcontract Work on such terms and conditions as Contractor deems reasonably necessary, and Contractor shall deduct the cost thereof, including all charges, expenses, losses, costs, and damages, incurred as a result of Subcontractor's failure to perform and the termination of this Agreement, from any money then due or thereafter to become due Subcontractor either under this Agreement or any other agreement between Contractor and Subcontractor. no 7.4 In addition, Contractor shall have the right to terminate this Agreement, or any portion of the Subcontract Work hereunder, at any time, with or without cause, upon notice, either written or verbal, to Subcontractor. Upon receipt of such notice, Subcontractor shall immediately stop performance of the Subcontract Work or the portion thereof terminated. In such event, Contractor shall pay Subcontractor for that portion of the Subcontract Work actually performed in an amount proportionate to the Contract Sum. Contractor shall not be liable to Subcontractor for any costs or damages, nor for prospective profits on portions of the Subcontract Work not performed. Without limitation, Contractor shall not be liable to Subcontractor for any damages, expenses, lost profits, mobilization or de- mobilization charges, or any other amounts or losses incurred by Subcontractor as a result of such termination. 7.5 From and after the effective date of any termination, Subcontractor shall cease performance to the extent of the terminated portion of the Subcontract Work and shall not incur any further expense or obligations in connection with the terminated portion of the Subcontract Work. Subcontractor shall terminate any outstanding authorized sub - subcontracts and purchase orders related to the terminated portion of the Subcontract Work unless directed to do otherwise by Contractor. If so requested by Contractor, Subcontractor shall assign its rights, title and interest under open sub - subcontracts and purchase orders to Contractor or its designee. Unless directed otherwise by Contractor, Subcontractor shall settle the liabilities and claims arising out of the termination of any sub - subcontracts. If so requested by Contractor, Subcontractor shall vacate the Project Zone immediately. f 7.6 Subcontractor may, upon written notice to Contractor, terminate this Agreement if, after issuance of a Notice to Proceed, the Subcontract Work required under this Agreement is suspended by Contractor in its entirety for a period of seventy-two (72) hours or more, through no fault of Subcontractor. In the event Subcontractor terminates this Agreement pursuant to this Section 7.6, Subcontractor shall be entitled to recover from Contractor as though Contractor had terminated Subcontractor's performance for convenience pursuant to Section 7.4 above. 8. Claims and Disputes. 8.1 Either party may litigate any dispute arising under or relating to this Agreement before a court of competent jurisdiction subject to the limitations of Section 15.4 of this Agreement. Pending resolution of any such dispute by settlement or by final judgment, or the termination of this Agreement under Section 7, the parties shall proceed diligently with performance hereunder. Subcontractor's performance of the Subcontract Work shall be in accordance with Contractor's written instructions irrespective of any claim or dispute. 8.2 The rights and obligations described in this Section shall survive completion of the Subcontract Work and final payment of the Contract Sum. 9. Indemnification. 9.1 Subcontractor assumes full liability for any and all damages, death or injury of any kind to all person(s) (whether employees or otherwise) and property arising out of or in any way connected with the Subcontract Work or Subcontractor's performance hereunder, including that of Subcontractor, its sub - subcontractors and materialmen, or agents and employees thereof, 7 and shall to the fullest extent permitted by law defend, indemnify and hold harmless Contractor and Owner, and their respective parents, subsidiaries, affiliates, officers, managers, members, agents, employees, indemnitees, insurers, bond companies and sureties (collectively, the "Contractor Indemnified Parties ") from and against any and all claims, losses, liabilities, suits, damages, fines, demands or expenses, legal and otherwise, including attorneys' fees and costs, (collectively, "Losses "), arising out of or in any way connected with the Subcontract Work or Subcontractor's performance hereunder, including all claims and demands of Subcontractor's subcontractors, vendors, suppliers or materialmen, or arising out of the same, unless such claim, loss, suit, damage or expense is caused in part by Contractor. If any claim or demand is made against the Contractor Indemnified Parties for any matter enumerated herein, any payment due, or thereafter to become due, Subcontractor under this Agreement or any other agreement between Contractor and Subcontractor, shall be held liable by Contractor to the extent necessary to cover such losses and expenses, including reasonable attorneys' fees. As separate consideration for this indemnification, defense and hold harmless obligation provided by Subcontractor hereunder, the parties acknowledge and agree that the first One Hundred Dollars ($100.00) of the Contract Sum paid to Subcontractor shall be paid as separate consideration for these indemnification obligations of Subcontractor. 10. Compliance with Laws and Safety Standards. 10.1 All work, labor, services and materials to be furnished by Subcontractor hereunder, and the performance of the Subcontract Work, must strictly comply with all r applicable federal, state and local laws, rules, regulations, statutes, ordinances and directives, 1✓ including any applicable environmental rules and regulations and Federal Emergency Management Agency (TEMA ") policies and procedures, (hereinafter "Laws ") now in force or hereafter in effect. Additionally, Subcontractor warrants and represents that Subcontractor is familiar with all applicable Laws including FEMA policies and procedures. All work, labor, services or materials necessary to comply with said Laws will be furnished by Subcontractor as part of this Agreement without any additional compensation. Subcontractor agrees to indemnify, defend and hold the Contractor Indemnified Parties harmless from and against any and all Losses caused directly or indirectly by its failure to fully comply with all Laws. 10.2 Subcontractor shall be responsible for the safety of its operations and its employees and agents and shall take all reasonable safety precautions with respect to its Subcontract Work and in accordance with all applicable Laws. Subcontractor shall comply with all safety policies and procedures initiated by Contractor for the Project, including Contractor's policy regarding drugs, alcohol and controlled substances and shall comply with all applicable laws, ordinances, rules, regulations and orders of any public authority for the safety of persons or property, including, but not limited to, the Federal Occupational Safety and Health Act (OSHA). Subcontractor shall immediately notify Contractor of any injury to any of the Subcontractor's employees or agents. Subcontractor shall require its personnel to attend any safety meetings Contractor might conduct and direct Subcontractor to attend. 10.3 Subcontractor agrees that the prevention of accidents to workers engaged in the Subcontract Work under Subcontractor is solely its responsibility. Subcontractor shall comply with all applicable safety laws and with any safety standards established during the progress of 0 the Subcontract Work by Contractor. If requested by Contractor, Subcontractor shall submit a safety plan for review by Contractor. The review of any safety plan by Contractor shall not be deemed to release Subcontractor or in any way diminish or limit its liability, by way of indemnity or otherwise, as assumed by it under this Agreement. 10.4 Subcontractor agrees that in performing the Subcontract Work, it will not create, use or dispose of any hazardous chemicals or substances in an unlawful or hazardous manner and shall be solely responsible for the lawful, proper and safe handling, storage and removal of all hazardous wastes, chemicals and substances which are introduced to the Project, or removed from the Project Zone, by Subcontractor's operations in performing the Subcontract Work. The term "hazardous waste, chemicals or substances" shall mean those materials and substances prohibited, proscribed, or the use of which is controlled, by any agency of the federal government or the applicable state or local agency having jurisdiction of such matters. Subcontractor shall comply with all federal, state and local regulations dealing with the use, storage or disposal of all hazardous wastes, chemicals and substances. Subcontractor shall be responsible for any and all claims and damages resulting from the use, handling and storage and removal and disposal of such hazardous wastes, chemicals or substances from the Project, and will indemnify, defend and hold Contractor and Owner harmless, in accordance with Section 9 herein, from any and all liability associated with such use, handling, storage, removal and disposal including all associated attorneys' fees and costs of all clean-up operations wherever and whenever required by any governmental authority, Contractor or Owner. r 10.5 Subcontractor shall comply with all codes, laws, ordinances, rules, regulations V and orders of any public authority bearing on the performance of the Subcontract Work and shall not allow itself, its employees, agents or subcontractors to submit to or profit financially by any illegal activities, including, but not limited to bribery, threats to property or person, conspiracy, extortion, public or private "kickbacks," corruption, or federal or state racketeering. Subcontractor shall secure and pay for all costs and expenses to perform the Subcontract Work including, without limitation, permits, fees and licenses necessary for the execution of the Subcontract Work, and all federal, state and local taxes in connection with the Subcontract Work, and Subcontractor agrees that all costs thereof are included in the Contract Sum. When required by Contractor, Subcontractor will famish satisfactory evidence showing its payment of all costs incurred in connection with its performance of the Subcontract Work under this Agreement. Subcontractor shall promptly review the Subcontract Work and report in writing to Contractor any variance with codes, laws, ordinances, rules and regulations, and without having given such notice to the Contractor, Subcontractor shall assume full responsibility therefore, and shall bear all costs and damages attributable thereto. 10.6 When so ordered, Subcontractor shall stop any part of the Subcontract Work which Contractor deems unsafe or improper until corrective measures satisfactory to Contractor have been taken. Should Subcontractor neglect to adopt such corrective measures, Contractor may do so and deduct the cost from any payments due Subcontractor under this Agreement or any other agreement between Contractor and Subcontractor. Subcontractor shall timely submit copies of all accident or injury reports to Contractor. V 11. Assi¢nments. M v 11.1 Neither this Agreement nor any interest herein may be transferred, voluntarily or involuntarily, nor may the Subcontract Work or any part thereof be subcontracted by Subcontractor, without the prior written consent of Contractor. Notwithstanding the foregoing, except as otherwise provided in this Agreement, no assignment or subcontract by Subcontractor shall relieve Subcontractor from its obligations to Contractor hereunder. Contractor may assign this Agreement without the consent of Subcontractor provided the assignee hereof assumes all of Contractor's duties and obligations hereunder, in which case Contractor shall be relieved of all duties, obligations and liabilities under this Agreement. 12. Labor Relations. 12.1 Subcontractor shall do whatever is reasonably necessary in the progress of the Subcontract Work to assure harmonious labor relations at the Project Zone and to prevent strikes or other labor disputes. Subcontractor shall employ only such labor as, to Contractor's reasonable satisfaction, will work in harmony at the Project Zone and shall not use materials or employ means which may cause strikes or other labor troubles. 12.2 If requested by Contractor, Subcontractor shall conduct a criminal background check acceptable to Contractor on each and every employee and independent contractor it employs or engages to work on the Subcontract Work or at the Project Zone. Subcontractor shall fully comply with all applicable laws relating to the terms and conditions of employment of any ' I employee who is employed in connection with the Subcontract Work or at the Project Zone. 12.3 Subcontractor agrees not make, or cause any employee or independent contractor it employs or engages to work on the Subcontract Work or at the Project Zone to make, disparaging remarks or comments with respect to Contractor, its related entities or the Owner. 12.4 Subcontractor's authorized subcontractors shall comply with this Section 12 to the same extent required of Subcontractor and an express provision imposing such requirements on lower tier subcontractors shall be included in their subcontracts. Subcontractor shall indemnify, defend and hold the Contractor Indemnified Parties harmless from and against any and all Losses resulting in any way, directly or indirectly, from Subcontractor's failure to comply with the requirements of this Section 12. 13. Taxes, Charges. 13.1 Subcontractor shall comply with federal, state and local tax laws, Social Security acts, unemployment compensation acts and workers' compensation acts, insofar as applicable to the performance of the Subcontract Work. Subcontractor shall be responsible for all payments of taxes and other withholdings (whether city, county and/or state taxes), contributions and /or premiums payable on its employees or on its operations under workers' compensation laws, unemployment compensation laws, the Federal Social Security Act, health and welfare benefit plans, gross business taxes, sales and use taxes and any other taxes, contributions and/or premiums which are payable by employers generally, and Subcontractor shall indemnify, defend Vand hold the Contractor Indemnified Parties harmless from and against any and all Losses 10 resulting from Subcontractor's failure to comply with these requirements in accordance with V Section 9 herein. Subcontractor shall comply with all rules and regulations at any time applicable hereto and shall, on demand, substantiate to Contractor's reasonable satisfaction that all taxes and other charges are being properly paid. 14. Equal Opportunity. 14.1 Subcontractor shall not discriminate against any employee or applicant for employment because of race, creed, color, sex, age, national origin, sexual orientation, or other prohibited classification or cause. Subcontractor shall comply with all laws, procedures rules and regulations with regard to nondiscrimination issued or to be issued by any federal, state or local government or agency, including the Equal Employment Opportunity Commission, insofar as they may apply to the Subcontract Work. 15. General Provisions. 15.1 The failure of Contractor to insist in any instance upon strict compliance with any of the provisions of this Agreement, or to exercise any options provided Contractor hereunder, shall not be construed as a waiver of Contractor's right to thereafter require such compliance or to exercise such option. 15.2 This Agreement comprises the entire agreement between Contractor and l Subcontractor relating to the Subcontract Work covered hereby and no other agreement, V representation or understanding concerning the same has been made and no oral statement, understandings or agreement shall affect the terms hereof. All prior discussions, representations and/or agreements shall be merged herein and are superseded hereby. 15.3 To the best knowledge and belief of the parties, this Agreement contains no provision that is contrary to federal, state or local law, ruling or regulation. However, if any provision of this Agreement shall conflict with any such law, ruling or regulation, then such provision shall continue in effect only to the extent permissible. In the event any provision is thus inoperative, the remaining provisions shall, nevertheless, survive and remain in full force and effect. 15.4 No party may commence litigation against the other party without providing written notice and demand to the other party setting forth the matters in dispute including the amounts in dispute and no party may commence litigation against the other party without first mediating the dispute before a certified mediator in Broward County, Florida. In the event, the mediation results in an impasse, the parties may commence litigation. With respect to any litigation, this Agreement shall be construed and governed by the laws of the State of Florida, without giving effect to any choice or conflict of law provision or rule. The sole and exclusive venue for any suit, action or proceeding arising out of, relating to, to interpret or for breach of this Agreement, or with respect to the Subcontract Work (a "Related Proceeding ") shall be in the courts of Broward County, Florida, federal or state. Each of the parties irrevocably consents and l submits to the exclusive subject matter and personal jurisdiction of the courts of the State of V Florida located in Broward County, and of the United States District Court for the Southern 11 c District of Florida located therein for the purposes of a Related Proceeding, and irrevocably V waives, to the fullest extent it may effectively do so, (i) any objection it may have to the laying of venue of any Related Proceeding in the Courts of Broward County, Florida, federal or state, and (ii) the defense of any inconvenient forum to the maintenance of any Related Proceeding in such court. 15.5 CONTRACTOR AND SUBCONTRACTOR HEREBY SEVERALLY, VOLUNTARILY, KNOWINGLY AND INTELLIGENTLY WAIVE ANY AND ALL RIGHTS TO TRIAL BY JURY IN ANY RELATED PROCEEDING, REGARDLESS OF WHETHER SUCH PROCEEDING CONCERNS ANY CONTRACTUAL, STATUTORY, TORTIOUS OR OTHER CLAIM. CONTRACTOR AND SUBCONTRACTOR SEVERALLY ACKNOWLEDGE THAT THEY HAVE BEEN REPRESENTED BY AN ATTORNEY OR HAVE HAD AN OPPORTUNITY TO CONSULT WITH AN ATTORNEY REGARDING THIS AGREEMENT AND UNDERSTAND THE LEGAL EFFECT OF THIS JURY TRIAL WAIVER. 15.6 This Agreement shall be binding on and inure to the benefit of the heirs, successors and permitted assigns of the parties hereto. 15.7 All sections and headings are used for convenience only and do not affect the construction or interpretation of this Agreement. v 15.8 This Agreement may be executed in any number of counterparts, each of which shall be deemed to be an original but all of which shall constitute one and the same Agreement. 15.9 Unless the context of this Agreement otherwise clearly requires, references to the plural include the singular, the term "including" is not limiting and the terms "hereof," "herein," "hereunder" and similar terms in this Agreement refer to this Agreement as a whole and not to any particular provision of this Agreement unless stated otherwise. Additionally, the parties hereto acknowledge that they have carefully reviewed this Agreement and have had the opportunity to consult with legal counsel of their choosing with respect thereto, and that they understand its contents and agree that this Agreement shall not be construed more strongly against any part hereto, regardless of who is responsible for its preparation. 15.10 The following Exhibits are attached hereto and made part hereof: Exhibit A Scope of Subcontract Work Exhibit B Contract Sum and Payment Schedule Exhibit C Insurance Requirements Exhibit D Bond Form Exhibit E Additional Terms and Conditions 15.11 This Agreement, including all Exhibits hereto, may not be amended, modified or changed except by a written instrument executed by both Contractor and Subcontractor. No r future oral modification or course of dealing shall be effective to modify the express terms of this V 12 Agreement unless set forth in a written instrument executed by both Contractor and Subcontractor. 15.12 Sections 2, 3.3, 4, 8, 9, 13, 14 and 15 shall survive the termination of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. CONTRACTOR: ASFIBRITT, INC., a Florida corporation By: Print Name: Title: 13 SUBCONTRACTOR: 0 Print Name: Title: `.J EXHIBIT A SCOPE OF SUBCONTRACT WORK j EXHIBIT C INSURANCE REQUIREMENTS m V EXHIBIT B PAYMENT SCHEDULE Payment terms: Work week is from Sunday to Saturday. Contractor will give Subcontractor a listing of cubic yards hauled by vehicle. Subcontractor will review and compare the calculations to their data. If Subcontractor agrees with Contractor calculations, Subcontractor will sign and return listing sheet to Contractor. If Subcontractor does not agree with calculations, Subcontractor will note discrepancies and provide any missing load tickets at that time. Contractor will then review notes and tickets for reconciliation. Any tickets that are not identified on the cubic yard listing or the Subcontractor review will have to be given to Contractor at the end of entire operation. Ashbritt will process payment within a time period not to exceed 15 days. Contractor listing of cubic yards will be based on the net yardage hauled as determined by the Monitoring Firm, identified on the load tickets. Contractor /AshBritt shall retain 10% Retainage from each payment made herein, which Retainage shall be paid in accordance with Section 2 of the Agreement. V kJ V EXHIBIT D BOND FORM Attached Bond Form, if applicable or state "None" if not applicable. V EXHIBIT E ADDITIONAL TERMS AND CONDITIONS E -1 �.J —U 6.0 Cost Information %0� EMERGENCY DEBRIS CLEARANCE (PUSH) FEESCHEDULE ITEM DESCRIPTION PRICE 1 Dump Truck, 20 -30 yd 3 capacity, with Operator $ 90.00 /hourly 2 Rubber Tired Front -end Loader, 3 -5 yd3 capacity, with Operator $ 135.00 /hourly 3 Two (2) Person Laborer Crew with Chainsaws, 16 "min bar, traffic flags, and misc. small tools (axes, shovels, safety equip.) $ 90.00 /hourly 4 Crew Foreman with Pickup Truck,' /2 -1 Ton, and cellular phone. $ 95.00 /hourly 5 Track Hoe Excavator, 2 -3 yd 3 bucket with operator $ 140.00 /hourly 6 Low Bed Equipment Trailer, 35 Ton capacity, and Tractor Truck with operator $ 95.00 /hourly k./ DEBRIS REMOVAL (LOAD AND HAUL) FEESCHEDULE ITEM DESCRIPTION PRICE 1 Removal of Vegetative Debris from assigned load site to TDSR, including sorting, loading, haulm , etc. Mileage Radius: 0 -15 Miles $ 7.25 /cu. yd. 16 -30 Miles $ 9.25 /cu. yd. 31 -60 Miles $ 10.75 /cu. yd. 2 Removal of Construction and Demolition Debris and White Metal Debris from assigned load site to TDSR, including sorting, loading, hauling, etc. Mileage Radius: 0 -15 Miles $ 7.25 /cu. yd. 16 -30 Miles $ 9.25 /cu. yd. r 31 -60 Miles $ 10.75 /cu. yd. 3 Removal of Hazardous Waste Debris From Curbside at assigned load site to TDSR, including sorting, loading, hauling, etc. Mileage Radius: 0 -15 Miles $ 35.00 /cu. yd. 16 -30 Miles $ 35.00 /cu. yd. 31 -60 Miles $ 35.00 /cu. yd. 4 Removal of Silt and Sand Deposits from assigned load site to TRSR, including sorting, loading, hauling, etc. Mileage Radius: 0 -15 Miles $ 11.00 /cu. yd. 16 -30 Miles $ 13.75 /cu. yd. 31 -60 Miles $ 19.00 /cu. yd. 5 Stump Grubbing. Removal and Disposal: 24 to 48 inches $ 175.00 /each 6 Stump Grubbing. Removal and Disposal: 39 to 72 inches $ 225.00 /each V 7 Stump Grubbing, Removal and Disposal: 73 inches and larger $ 350.00 /each 8 Removal and Disposal of Stump Remnants: 73 inches and larger $ 265.00 /each 9 Spoiled Food and Non - Hazardous Waste Removal and Disposal — The removal $ 90.00 shall include, sorting, loading, handling, staging, and hauling to the final disposal /Ton site. 10 Hazardous Waste Debris Removal From Structures — Search safely accessible $ 7.31 residential structures, including garages and detached outbuildings for hazardous /sq. ft. of waste debris for removal. At a minimum the removal shall include, sorting, handling, loading, staging and placing the debris on public ROW for removal and floor space dis osal bv other pay items in the proposal. 11 Private and Public Property Demolition and Debris Removal — The Contractor $ 9.75 shall operate beyond the Public Right of Way (ROW) only as identified and directed by Miami Shores Village. Operations beyond the ROW on private property shall be only as necessary to abate imminent and significant threats to public health and safety of the community and shall include, but is not limited to, the demolition of structures and the sorting, loading, and hauling of the debris to /cu. yd. an approved TDSR site. 12 Removal of Unsafe Debris from Within Private or Public Structures - The $ 8.00 Contractor shall operate within public or private structures only as identified and directed by Miami Shores Village. Operations beyond the ROW on private property shall be only as necessary to abate imminent and significant threats to public health and safety of the community and shall include, but is not limited to, /sq. ft. of floor space removing, sorting, loading, and placing the debris on public ROW for removal and disposal by other pay items in the proposal. 13 Canal Shore Line Restoration (Provide Detailed Proposal) $ 35.00 14 Canal Debris Removal (Provide Detailed Proposal) $65.00 per cu. Yd 15 Sunken Vessel Removal (Provide Detailed Proposal) $706.25 per (See Note #1) linear foot kwo 4/ TSDR SITE MANAGEMENT FEESCHEDULE ITEM DESCRIPTION PRICE 1 Management, Processing and Loading of all debris and /or residue at the TDSR sites: $ 3.95 Including locating, preparing and layout of sites; management, maintenance and operation of the TDSR sites; the receiving, sorting, segregation, processing and reduction debris, loading (as described in other sections of this contract and directed by Miami Shores Village) /cu. yd. 2 Final haul out of processed debris from the TDSR site to an approved disposal site. Mileage Radius: 0 -15 Miles $ 4.25 /cu. yd. 16 -30 Miles $ 6.75 /cu. yd. 31 -60 Miles $ 7.50 /cu. yd. 61 -90 Miles $ 9.75 /cu. yd. 3 Final haul out of processed debris from the TDSR site to an approved disposal site. Mileage Radius: 0 -15 Miles $ 23.75 /Ton 16 -30 Miles $ 27.50 /Ton 31 -60 Miles $ 33.75 /Ton 61 -90 Miles $ 37.50 /Ton 4 Freon Recovery — The Contractor shall remove and recover Freon from any White Metal Debris, such as refrigerators, freezers or air conditioners, at the TDSR site or final disposal site in accordance with all federal, state and local rules, regulations and laws. The Contractor must have all required license and certifications to perform work. $ 595.00 /Ton TREE AND LIMB REMOVAL FEESCHEDULE ITEM DESCRIPTION PRICE I Tree Removal and Disposal - 4" to 12" DBH N/A (As per Vegetative debris cubic yard rate 2 Tree Removal and Disposal - 13" to 24" DBH $ 175.00 3 Tree Removal and Disposal - 37" to 48" DBH $ 285.00 4 Tree Removal and Disposal - 49" & Greater DBH $ 575.00 5 Limb Removal and Disposal - I to 5 Limbs Per Tree $ 125.00 6 Limb Removal and Disposal - 6 to 10 Limbs Per Tree $ 125.00 7 Limb Removal and Disposal - I 1 Limbs or Greater Per Tree $ 125.00 Notes: 1. Vessel removal (land) and disposal (including processing) `/ OTHER DISASTER RELATED SERVICES* FEESCHEDULE ITEM DESCRIPTION PRICE 1. Units Generator Size Per Da 24 hrs 2. 25 kW Generator $ 703.40 3. 56 kW Generator $ 1,137.78 4. 100 kW Generator $ 1,764.00 5. 175 kW Generator $ 2,421,09 6. 250 kW Generator $ 3,000.05 7. Gasoline/Diesel/Aviation Fuel OPIS Rack Daily Average Price per allon + $0.85 *Provide a detailed description and price for other Disaster Related Services your company can supply. OR Attachment a SERVICE CONTRACT (See Replacement Contra=) This Service contract moo this d oyof 61161es V11, between.Miami Village, A Political subdivision of the State, -Of referred as Village") and Flodda,,(horem-4-a 10 Of referred to as "CONTRAc-roR-). (hereinafter NOW, THEREFORE, in accordance with the mutual cov=a_qto hWkAaf ter co good and valuable cond&Udon, the receipt and a#quacy of whicli contained and other, P"os agree as follows: wherebyackhowledged,.-the 1. COM110101' agrees to perform and carry ,.oqt in a satisfelcry, and proper manner th C!s Pursuant to the-specifications -set forth in the*bid.docmnents._qW this reference. hed hereto an. y, a b The Village reserves the 6SU to add or delete from the Specifications set I forth in the bid documents, attached hereto and incorporated herein by this reference, 2. The Village agrees to pay the Contractor for the work as t forth bid documents, hereto and O in the attached incorporated herein'by this tdcrence. The Contmctor Wilt bill The Village on a monthly basis or as otherwise provided fbr the w0ikPCffDrn1cd. Invoices recei ved from theContractorpurAuapttodib.4;, co . tMI wUb* reviewed and approved by theIrdtiating VillageDepartmentand.then.will be, sent to ft Accounting Dep artmentforpaymotaL Invoices must be made within thirty (3()) days of apoibval by the village, . L 3. This Contract shall be for a Period of one (1) year begiWng 2012 ending 2W3 with an option of six (6) 12 month renewals, A 4. The Village may terminate this 00fthut for aurleasdu upon thirty (30) days prior jpvritteu notice - Additionally; any defwtoncy-n - 't- 'Cb9ft2`t0t-bY *0 Villa .. 'Wo during the a r`to- - _P rePreseNtative shalt be corrected same business workaday A If corrective :work is nciper.fam r -Or. � md during thathne, deficiency WD be corrected by Villige pCrwnnel and charged baclj4o-the 0-ontractor •MOT 5. Thee Contractor shall not 00MAWnce work under this Contract until ailjnsurawe required under this Section has been obtained and ....Fadhinsurancelfas. *n approY'od by-it Village. Insurance shall be in full compliance with rquirem" forth intho, bld document as Set. meat A. All insurance policies shall be'issued by companies authorl - zed to do business ' und er er the la w s of Stare of Florida The commi6t Ift furnish o I the 1the copmenoemet-di work r 11ge i csid41-6 Contractor has obtained of the MM- amount and- diiidf ie0tiDn aLmquired for abict"coft Ili ancd with -this, Atd We and that 116ingl6kial ChObse.,or cancl"6ior the e "MMUM �0-*sb.all be efteguveavithopt.thirty Written notice to the'Viluge Mince ith (34 days prior Cow L not relieve &C NY th6foftoingnqum Contractor of its 116flit. Y` obligationcunder this Con . B. The Contractor shall O during the life of this Contract, CoMprehensive Otmeral laability insurance m dre amount of . ,QllO lrer p[erson,::S300,t)DOpPr _occurrence fb:pre" the Contractor from clarms_for damagta for bodily- uguny, including.wningful death, ss•weqA11--a fibm claims of Property damagesarisin8 Prom operations of the Contractor or by anyone directly employed by or coAtrar ling with the Contractor. C. The Contras shall maintain, during the life of this contract, Comprehensive Liabilitylasuranoe in the amount of .00.0 papperson for bodily injury and property damage >Gabilityaud:5300 0U0 per ocaurence, to protect the Contractor from claim's-for damages for b JAY, njury, including death erg well as from claims.for p damage; which ma of owned rope Y at?se fFOgltbY9igb(A' use �,:;,,r, *nri and non -owned autorn6iles whether such operaaons,be by the Couttacto or by anyone rGrectly or indirectly employed by dic:Cohtractor. D. The contractor awl awl maintain, :during ft life of-Ms. Contrac;-odequate Woftmes Compensation Insurance and Employes LialirhtyTnsurgnee in ar lea st auch.aomunts av are. employees equired by law for all of its oyees fif three or more) 5ec4on- 4- 40.02, FioridaStatotes. lfemploying any subcoutrac6m' l the Contractor shalliequire the subcoutractor.similarly to provide Workers Compensation Insurance for all of the latta's employees unless coveted by the protection ;afforded by the Contractor. E. All insuraace, except Worker's Compensation. to bemaintaibed by the Contractor shall specifically include the Village as an "Additional Ahmed Insured ". 6. Contractor shall fully comply with all applicable Federal, State, and'local laws, rules, and regulations. 7. Any and all legal action necessary to enforce the Contract willAm held in Miami Dade County and the Contract will be interpreted according to the laws of Florida. No remedy herein conferred upon any party is intended.Yo be exclusive of any other remedy,.and each-and every such remedy. shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. 8. The Contractor shall not pledge the Village's credit =or make :ita.gusrantor of payment or surety for any contract, debt, obligations, jtfdgemeut, Gen or any form of- indebtedaess. The Contractor further warrants and represents that it Gas no obligation or indebtedness thpt avottld ;impair its ability to fulfill thetetiitsoftiiisCOnttact L AL -1 9. The Contractor i and shall be,, in the performance of all work services and activities under this Contract a4lndepen at Contractor, atria not aa_empla};OC -agent or savant of the Village. All persona engaged in any of the m* �r setvrcas per _br[ne i "u.t dt to this Contract shall at all.'' tmes, aad:in all places, be subject to the Contractor's seledirsMon, supervjalon and control. The Contractor shall . exercise control over the nteaa5 antl'm8rttta in which rt a>itJ �ts:.employees perform= thawork,,anii_i_n all respects the Contractor s relationship and the relafionship v€ its employees to the Village shall be-tbat of an .independent Contractor amd;not as employees or, agents of <the Village. 10. The Contractor does not have the power or authority to bind the Village in any promise, agreement or representation other thangpecifically provided for-in this Contract. 11. The Contractor shall maintain adequate t tecords to justify all charges, expenses and costsIncuard In Peffmmmg the work fWatle0t ft" (3) years after completion of t* Have access to gu* Coutrikqt The Village shall . . books reCa .4 epts at requited inspection or .4n4l, dur4t6l:nwl. W A - - � W_ be forthe purpose of smM 00;' at-the or notice. VA14A cost, 461i 1110 (5) dirys;.pid ' written 12. Thb Contractor wan-ants and represents ts that all of Its " treated: equally doting employment.witbout regard to rate, I 10YOu are W. u ly d ng 00 r �eligiqi- n, Ph 1 61 handicap, SOX,: age or national origin. 13. nc�;= This Contra podtes and i 0OW111-prior negotiations, nde 18S app licable titho matters contained' nce cdtvergatons, that theft are no 4thi are no uridftsW"i-qQr�Wern_ not in documents. I , kilt the telms'llereof sbajl be predicated upon any prior rc .. .-:-, 7" - 1. . I I _�" _ ti from . . or a -br- . Uft1her agreed that ao4addifi on, t --adonin or a -"hed in a herah shall be meant 6ax 14, If any 109RI action or other proceeding is brought for the enforcement of this Contract or because of an alleged dispute,. breach; default or misrepresentation in connection with: any provisions of this Contract, the Prevailing _Party Or Parties Shall be entitled to recover, talons ble at W" yss fees, court and all expenses (including taxes)1even if not taxable it able as court costs tincluding without limitation, I -incident to appeals), incurred that c proeft6ugj inaddition to such fees, costs and expense 1 cur in at ti6nor- any other relief to which such party or parties may be entitled. 15. If any term or pr6vision of this Contract Wj a aP 'cadOO thereof-to any "bo or vintatans" Contract r -ch shall, to any extent, be 1261rce0a0ifernainder.of this Cooft�Worthc application I -held invalid or 1 jedorcbj j� of such term or provisipjn to persons 0 a er than those as.to which it is held invalid or unenforceable, shall not be affected;, and efferf-Ptherltnu and provision of d&Contract be deemed valid and enforceableio the extent pennimed.bylaw. 16- Any n0jt'ce,.rcqUM demand, consent, approval or,other communication rcquired or ned Permi, by this Contract shall be givewor made in writing and shall be nor-Vie as elected by the, party giving such notice) by any of the following methods: ser%heN (1) Hand delivery to the party; or (I!) Delivery by commercial overnight might courier service; or requested. (III) Mailed by registered or certified mail (postage' prepaid), return receipt For purposes of nbticc the addresses are as follows: CONTRACTOR: Miami Shores Village: Village Manager 1010$Q:NE t�Az+eiiue Miami Shoresi Horida'93159 Notice given in accordance with the provisions of is paragraph sliall be deemed to be delivered and effective on the date of hao;tjejrvery o'r.On the. . nd da atterthe.date of the courier or on the<IAU upon, width there; , y ' deposit with ore overnight WPf! nS: pt is srgnexl,or delivery. is.r Nsed or theaoticx is designated hr tht+ postal authorities as sot as the cases maybe, if I ed: Ry givtug proper notice as resiurred, either niity mAV rtlinnae ro aaa.,. �__v._a__ 17. The Contractorwarrants that its services under this contreashall be performed in a_ thorough efficient, and workmanlike manna, promptly and with .due dil geuce acrd care, and in accordance with tike standard ptactiC4* -,O the %xeMod'profeaston: IN WITNESS Ny"M OP, the partiss hereto set their-'harids on •thaday and year first written above. wrrlrtESS: Z. Signature ?7m M�ne{y Nance e 'or tirlat) MA MI SHORES VILLAGE Village Manager APPROVED A5 TO FORM AND CORRECTNESS: Village Attorney ItONTRACTOR-: Ashl3ritt`InC Company Name