Loading...
R-2025-013 - 1/9/2025 RESOLUTION NO. R-2025-013 WHEREAS, the City of Round Rock ("City") has duly sought proposals for the purchase of disaster cleanup services on an as needed basis; and WHEREAS, TFR Enterprises, Inc. has submitted the proposal determined to provide the best value to the City considering the price and other evaluation factors included in the request for proposals; and WHEREAS, the City Council desires to enter into an agreement with TFR Enterprises, Inc. for disaster cleanup services, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement with TFR Enterprises, Inc. for Purchase of Disaster Cleanup Services, a copy of same being attached hereto as Exhibit"A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551,Texas Government Code, as amended. RESOLVED this 9th day of January, 2025. CRARC&ORN, Mayor City o Roun ock,Texas AT ST: L ANN FRANKLIN, City Clerk 0112.20252;4916-7061-2488 EXHIBIT „A►► AGREEMENT BETWEEN THE CITY OF ROUND ROCK AND TFR ENTERPRISES, INC. FOR PURCHASE OF DISASTER CLEANUP SERVICES THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § This Agreement ("Agreement") is made and entered into on this the day of , 2025, by and between the CITY OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664, referred to herein as the "City,"and TFR ENTERPRISES, INC., whose offices are located at 601 Leander Drive, Leander, Texas, 78641, referred to herein as "Vendor." This Agreement supersedes and replaces any previous agreement between the named parties, whether oral or written,and whether or not established by custom and practice. RECITALS: WHEREAS, City desires to purchase disaster cleanup services on an as needed basis; and WHEREAS, City has issued its "Request for Proposals" for the provision of said services;and WHEREAS, City has determined the proposal submitted by Vendor provides the best value to the City; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights,duties,and obligations; NOW, THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties mutually agree as follows: 1.0 DEFINITIONS A. Agreement means this binding legal contract between City and Vendor whereby City is obligated to buy specified services and Vendor is obligated to sell same. The Agreement includes the following: (a) City's Request for Proposal, designated Solicitation Number 25-001 dated October 2024 ("RFP"); (b) Vendor's Proposal; and(c)any exhibits and/or addenda thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving preference in the following order: 4935-8794-1125/ss2 I (I) This Agreement; (2) Vendor's Proposal; (3) City's Request for Proposals,Addenda, exhibits, and attachments. B. City means the City of Round Rock, Williamson and Travis Counties,Texas. C. Effective Date means the date set out in the introductory paragraph above. D. Services mean the specified services, supplies, materials, commodities, or equipment. E. Vendor means TFR Enterprises, Inc.,or any successors or assigns. 2.0 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the Effective Date and shall remain in full force and effect unless and until it expires by operation of the term indicated herein or is terminated or extended as provided herein. B. The term of this Agreement shall be for sixty(60) months from the Effective Date C. City reserves the right to review the relationship at any time and may elect to terminate this Agreement with or without cause or may elect to continue. 3.0 CONTRACT DOCUMENTS AND EXHIBITS A. City selected Vendor to supply the Services as outlined in the RFP; any Addenda to RFP; and the Proposal submitted by Vendor, all as specified in Exhibit "A," incorporated herein by reference for all purposes. The intent of these documents is to formulate an Agreement listing the responsibilities of both parties as outlined in the RFP and any Addenda to RFP and as offered by Vendor in its Proposal. The Services which are the subject matter of this Agreement are described in Exhibit"A" which is fully a part of this Agreement as if repeated herein in full. 4.0 ITEMS AWARDED; SCOPE OF WORK A. All items in"Attachment D—Bid Sheet"of Exhibit"A"are awarded to Vendor. B. Vendor shall satisfactorily provide all Services described in Exhibit"A," attached hereto, within the contract term specified in Section 2.0. Vendor's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Vendor has been specifically engaged. Vendor shall perform its services in accordance with this 2 Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.0 COSTS A. In consideration for the Services to be performed by Vendor, City agrees to pay Vendor the amounts set forth in "Attachment D — Bid Sheet" of Exhibit "A" for any such services performed at the request of the City. B. Vendor specifically acknowledges and agrees that City is not obligated to use any estimated annual quantity of services. C. The City shall be authorized to pay the Vendor an amount not-to-exceed $10,000,000.00 for the term of this Agreement. 6.0 INVOICES A. All invoices shall include, at a minimum,the following information: 1. Name and address of Vendor; 2. Purchase Order Number; 3. Description and quantity of Services provided; and 4. Delivery dates. 7.0 INTERLOCAL COOPERATIVE CONTRACTING/PURCHASING A. Authority for local governments to contract with one another to perform certain governmental functions and services, including but not limited to purchasing functions, is granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter F, Section 271.101 and Section 271.102. B. Other governmental entities within the State of Texas may be extended the opportunity to purchase off of the City's proposal, with the consent and agreement of the successful service provider(s)and the City. Such agreement shall be conclusively inferred for the Vendor from lack of exception to this clause in the service provider's response. However, all parties hereby expressly agree that the City is not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements. 3 8.0 NON-APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the Services as determined by City's budget for the fiscal year in question. City may affect such termination by giving Vendor a written notice of termination at the end of its then-current fiscal year. 9.0 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, any payment to be made by City to Vendor will be made within thirty (30) days of the date City receives the Services under this Agreement, the date the performance of the Services under this Agreement are completed, or the date City receives a correct invoice for the services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September I of the Fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b). This Prompt Payment Policy does not apply to payments made by City in the event: 1. There is a bona fide dispute between City and Vendor, a contractor, subcontractor, or supplier about the Service performed that cause the payment to be late; or 2. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the Services performed that causes the payment to be late; or 3. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds;or 4. The invoice is not mailed to City in strict accordance with any instruction on the purchase order relating to the payment. 10.0 GRATUITIES AND BRIBES City may, by written notice to Vendor, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 11.0 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Vendor's charges. 4 12.0 INSURANCE Vendor shall meet all City of Round Rock insurance requirements set forth in the RFP and on the City's website at: http://www.roundrocktexas.aov/wp-content/uRloads/2014/12/Corr insurance 07.20112.0d 13.0 CITY'S REPRESENTATIVE City hereby designates the following representative authorized to act in its behalf with regard to this Agreement: David Buzzell Assistant Director of Parks and Recreation 301 W. Bagdad Avenue, Suite 250 Round Rock, TX 78664 (5 l 2)341-3345 dbuzzelLc roundrocktexas.aov 14.0 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made,then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 15.0 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City acquiring the specified goods elsewhere. Vendor shall be declared in default of this Agreement if it does any of the following and fails to cure the issue within thirty(30)days of receipt of written notice: 1. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; 2. Becomes insolvent or seeks relief under the bankruptcy laws of the United States, and is unable to perform its material obligations tinder the Agreement. 16.0 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. 5 B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10)days' written notice to Vendor. C. Vendor has the right to terminate this Agreement only for cause,that being in the event of a material and substantial breach by City, or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B,) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for Services it would have performed under the remaining term of the Agreement except as provided herein. 17.0 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor, or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution)against any third party who may be liable for an indemnified claim. 18.0 COMPLIANCE WITH LAWS, CHARTER, AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 2271, Texas Government Code,a governmental entity may not enter into a contract with a company for goods or services unless the contract contains written verification from the company that it: (1)does not boycott Israel;and(2) will not boycott Israel and will not boycott Israel during the term of this contract. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel during the term of this Agreement. C. In accordance with Chapter 2274,Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not have a practice, policy, guidance, or directive that 6 discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association.The signatory executing this Agreement on behalf of Vendor verifies Vendor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Agreement against a firearm entity or firearm trade association. D. In accordance with Chapter 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars ($100,000.00) unless the contract has a provision verifying that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. The signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott energy companies, and it will not boycott energy companies during the term of this Agreement. 19.0 ASSIGNMENT AND DELEGATION The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the other party. 20.0 NOTICES A. All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to recipient's address as stated in this Agreement;or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: TFR Enterprises, Inc. 601 Leander Drive Leander, TX 78641 Notice to City: Brooks Bennett, City Manager Stephanie L. Sandre, City Attomey 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 B. Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 7 21.0 APPLICABLE LAW, ENFORCEMENT, AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 22.0 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. 23.0 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 USC Section 1-14) or any applicable state arbitration statute. 24.0 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 25.0 MISCELLANEOUS PROVISIONS A. Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. B. Time is of the Essence. The parties agree that, from time to time, certain unique transactions may have special requirements relative to timing and, accordingly, the parties will identify those transactions and exercise best efforts to accomplish those transactions within the stated timeframe. Other timing requirements will be met in a commercially reasonable manner. Where damage is caused to City due to Vendor's failure to perform in the special timing requirement circumstances, City may pursue any remedy available without waiver of any of City's additional legal rights or remedies. 8 C. Binding Agreement. This Agreement shall extend to and be binding upon and inure to the benefit of the parties' respective heirs, executors, administrators, successors and assigns. D. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 9 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. TFR Enterpri s, Inc. By: Printed Name: Title: Date Signed: C� (I �( City of Round Rock,Texas By: Printed Name: Title: Date Signed: For City,Attest: By: Ann Franklin, City Clerk For City,Approved as to Form: B y: ---- — Stephanie L. Sandre, City Attorney 10 Exhibit "A" m UND ROCK TEXAS ASING DIVISION City of Round Rock, Texas Purchasing Division 221 East Main Street Round Rock, Texas 78664-5299 www.roundrocktexas.gov REQUEST FOR PROPOSAL (RFP) DISASTER CLEANUP SERVICES SOLICITATION NUMBER 25-001 OCTOBER 2024 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 DISASTER CLEANUP SERVICES PART GENERAL REQUIREMENTS 1. PURPOSE AND BACKGROUND: The City of Round Rock, herein after"the City"seeks proposals from firms experienced in pre-event contracts for Disaster Cleanup Services.The primary purpose of this Request for Proposals is to create at-the-ready resources, at established prices, for the City's disaster response and recovery operations in the event of a weather event or disaster situation. The City intends to award one (1)contract to be utilized on an "as-needed" basis to provide clean-up, demolition, removal, reduction, and disposal of debris as directed by the City following a natural or manmade disaster.An anticipated total contract award will be made by the City in an amount not to exceed $10,000,000. 2. SOLICITATION PACKET: This solicitation packet is comprised of the following: Description Index Part I—General Requirements Page(s)2-4 Part II —Definitions, Standard Terms and Conditions, and Insurance Requirements Page 5 Part III —Supplemental Terms and Conditions Page(s)6-8 Part IV—Scope of Work Page(s)9-16 Part V—Proposal Preparation Instructions and Evaluation Factors Page(s) 17-19 Attachment A—Proposal Submittal Form Separate Attachment Attachment B—Reference Sheet Separate Attachment Attachment C—Subcontractor Information Form Separate Attachment Attachment D—Cost Proposal Sheet Separate Attachment Attachment E— Prevailing Wage Rates Separate Attachment Attachment F—Monarch Trees Separate Attachment 3. SCHEDULE OF EVENTS: It is the City's intention to follow the solicitation timeline below. EVENT DATE Solicitation released October 25, 2024 Deadline for submission of questions November 5, 2024 @ 5:00 PM, CST City responses to questions or addendums Approx November 8, 2024 @ 5:00 PM, CST Deadline for submission of responses November 15, 2024 @ 3:00 PM, CST All questions regarding the solicitation shall be submitted through Bonfire in writing by 5:00 PM, CST on the due date noted above.A copy of all questions submitted and the City's response to the questions shall be posted on the City's webpage in the form of an addendum at: Page 2 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 https://roundrocktexas.bonfirehub.com The City reserves the right to modify these dates. Notice of date change will be posted to the City's website: https://roundrocktexas.bonfirehub.com 4. SOLICITATION UPDATES: Respondents shall be responsible for monitoring the City's website at https://roundrocktexas.bonfirehub.com for any updates pertaining to the solicitation described herein. Various updates may include addendums, cancellations, notifications, and any other pertinent information necessary for the submission of a correct and accurate response. The City will not be held responsible for any further communication beyond updating the website. 5. RESPONSE DUE DATE: Appropriately submitted responses are due at or before 3:00 PM, on the due date noted in PART I, Section 3—Schedule of Events. The Offeror shall respond via the City's electronic bidding platform, Bonfire: https://roundrocktexas.bonfirehub.com A. This request for proposal (RFP)does not commit the City to contract for any supply or service. B. No paper or submittals outside of Bonfire will be accepted by the City. C. Responses cannot be altered or amended after digital opening. D. No response can be withdrawn after opening without written approval from the City for an acceptable reason. E. The City will not be bound by any oral statement or offer made contrary to the written specifications. F. Samples and/or copies shall be provided at the Respondent's expense and shall become the property of the City. G. Late responses will not be considered. 6. CERTIFICATE OF INTERESTED PARTIES: Section 2252.908 of the Texas Government Code requires the successful offeror to complete a Form 1295 "Certificate of Interested Parties"that is signed for a contract award requiring council authorization. The"Certificate of Interested Parties"form must be completed on the Texas Ethics Commission website, printed, signed, and submitted to the City by the authorized agent of the Business Entity with acknowledgment that disclosure is made under oath and under penalty of perjury prior to final contract execution. Link to Texas Ethics Commission Webpage: https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm 7. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of an offer, the City of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official, Employee, City Consultant, or Evaluation Team member evaluating or considering the offers prior to the time an award decision has been confirmed. Communication between an Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the offer. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration of award in evaluation or any future bid. 8. OPPORTUNITY TO PROTEST: The Purchasing Manager for the City of Round Rock ("City"), in consultation with the City Attorney, shall have the authority to settle or resolve any dispute concerning the solicitation or award of a contract. The Purchasing Manager may solicit written responses to the protest from other interested parties. The aggrieved person must prepare his or her complaint in writing and send it by electronic mail to the City's Purchasing Department at protest(a)roundrocktexas.gov. In the event of a timely protest, the City shall not proceed further with the solicitation or award of a contract unless it is determined that the award must take place without delay, to protect the best interests of the City. The procedures for notifying the City of an alleged deficiency or filing a protest are listed below. If you fail to comply with any of these requirements, the Purchasing Office may dismiss your complaint or protest. A. Prior to Offer Due Date: If you are a prospective offeror for the award of a contract("Offeror") and you become aware of the facts regarding what you believe is a deficiency in the solicitation process before the due date for receipt of offers in response to a solicitation ("Offers"), you must notify the City in writing of the alleged deficiency before that date, giving the City an opportunity to resolve the situation prior to the Offer due date. Page 3 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 B. After Offer Due Date: If you submit an Offer to the City and you believe that there has been a deficiency in the solicitation process or the award, you have the opportunity to protest the solicitation process, or the recommended award as follows: i. You must file a written notice of your intent to protest within four(4)working days of the date that you know or should have known of the facts relating to the protest. If you do not file a written notice of intent within this time, you have waived all rights to protest the solicitation process or the award. ii. You must file your formal written protest within ten (10)working days of the date that you know or should have known of the facts relating to the protest unless you know of the facts before the Offer has been closed. If you know of the facts before those dates, you must notify the City as stated in section(A)above. iii. You must submit your protest in writing and must include the following information: a. your name, address,telephone number, and email address. b. the solicitation number. c. a specific identification of the statutory or regulatory provision that you are alleging has been violated. d. a detailed statement of the factual grounds for your protest, including copies of any relevant documents. e. a statement of any issues of law or fact that you contend must be resolved; and f. a statement of the argument and authority that you offer in support of your protest. iv. Your protest must be concise and presented logically and factually to help with the City's review. C. Receipt of Timely Protest: When the City receives a timely and complete written protest, the Purchasing Manager,with assistance from the City Attorney, shall make one of the following determinations: i. Determine that a violation of rules and statutes has occurred prior to the award of the contract and inform you and other interested parties of the determination.The City will prepare updated solicitation documents and will re-solicit. ii. Determine that no violation of rules or statutes has occurred and inform you and other interested parties of the decision by letter.The reasons for the determination will be presented in the letter. iii. Determine that a violation of rules and statutes has occurred after the award of the contract and inform you and other interested parties of the determination. However, the awarded contract will not be canceled.As needed, corrective actions may be taken with purchasing or any other pertinent City staff. iv. A determination will usually be made within fifteen (15) business days after receipt of the formal protest. v. Any written decisions by the Purchasing Manager shall be the final administrative action for the City. All documentation pertaining to a protest will be kept on file at the City and are subject to open records requests. Page 4 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 PART II DEFINITIONS, STANDARD TERMS AND CONDITIONS, AND INSURANCE REQUIREMENTS 1. DEFINITIONS, STANDARD TERMS AND CONDITIONS: By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. These can be obtained from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract. 2. INSURANCE: The Respondent shall meet or exceed all insurance requirements set forth in Standard Insurance Requirements. The City's Standard Insurance Requirements document can be viewed and downloaded from the City's website at: https://www.roundrocktexas.gov/city-departments/purchasing/ 3. ADDITIONAL INSURANCE. The Respondent, at the Respondent's sole cost, shall purchase and maintain during the entire term while the Contract and any Ensuing Agreement(s)is in effect the following insurance: A. Worker's Compensation in accordance with statutory requirements. B. Commercial General Liability Insurance C. A combined minimum Bodily Injury and Property Damage limits of$1,000,000.00 per occurrence and $2,000,000.00 in the aggregate. D. Automobile Liability Insurance for all owned, non-owned, and hired vehicles with combined minimum limits for Bodily Injury and Property Damage limits of$500,000.00 per occurrence and $1,000,000.00 in the aggregate. E. Damages to Rented Premises coverage in the minimum amount of$100,000. Page 5 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 PART III SUPPLEMENTAL TERMS AND CONDITIONS 1. AGREEMENT TERM: The terms of the awarded agreement shall include but not be limited to the following: A. The term of the Agreement shall begin from date of award and shall remain in full force for sixty(60) months. B. Upon expiration of the contract term, the Contractor agrees to hold over under the terms and conditions of this agreement for such a period as is reasonably necessary to re-solicit and/or complete the project up to 120 days. 2. RESPONDENT QUALIFICATIONS: The City has established the following minimum qualifications. Respondents who do not meet the minimum qualifications will not be considered for award. The Respondent shall: A. Be firms, corporations, individuals, or partnerships normally engaged in providing disaster cleanup services as specified herein and have adequate organization, facilities, equipment,financial capability, and personnel to ensure prompt and efficient service to the City. B. Have an established management team, an established network of resources to provide the necessary equipment and personnel, comprehensive workforce management, operations, and safety plans, and demonstrable experience in major disaster recovery cleanup projects. C. Have the capacity to manage a large workforce and to carry the expenses associated with a major recovery operation prior to the initial City payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance. D. Have a minimum of five years of experience in providing debris hauling, cleanup and disaster events experience. E. In order to confirm financial stability, the City may choose to review audited financial statements at any time throughout the RFP evaluation process. Upon request, the Respondent shall provide two years audited financial statements, including any notes or supplemental schedules within 2 business days of the original request. F. The Respondent shall include in the proposal a list of all litigation the company or its principals have been involved in within the last three(3)years. G. Be domiciled in or have a home office inside the United States. Respondents domiciled outside the United States, or not having a home office inside the United States will not be included for consideration in this RFP process. 3. SUBCONTRACTORS: If Subcontractors will be used the Respondent is required to complete and submit with their proposal response Attachment B: Subcontractor Information Form. The Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractors own acts and omissions.The Contractor shall: A. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications, and terms of the Contract. B. Require that all Subcontractors obtain and maintain, throughout the term of their agreement, primary insurance in the type and amounts specified for the Contractor, with the City being named as an additional insured; and C. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City. D. Awarded Contractor is required to submit a list of all subcontractors for approval by the City prior to use of any subcontractors throughout the term of the contract. 4. PREVAILING WAGE: Pursuant to Chapter 2258 of the Texas Government Code, a worker employed on a public work project by a city must be paid: (1) not less than the general prevailing wage rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2)not less than the general prevailing rate of per diem wages for legal holiday and overtime work. In accordance with Chapter Page 6 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 2258.022, the City adopted through Resolution No. R-2016-3760 the wage rates set forth by the Texas Workforce Commission for the Austin-Round Rock Area as the general prevailing wage rate for the City's public works contracts. A contractor or subcontractor who is awarded a contract by the City shall pay not less than the rates set forth in Attachment E and comply with all applicable sections of Chapter 2258. Attachment E— Prevailing Wage Rates are posted in Solicitation Documents for RFP 25-001 Disaster Cleanup Services on the City of Round Rock Bonfire website at: https://roundrocktexas.bonfirehub.com S. SAFETY: The City reserves the right to remove any employee from City property for violation of federal, state, and local health, safety and environmental laws, ordinances, rules, and regulations. The Respondent shall: A. Ensure that all employees comply with all Occupational Safety and Health Administration (OSHA), State and City safety and occupational health standards and other applicable federal, state, and local health, safety, and environmental laws ordinances, rules, and regulations in the performance of these services. B. Ensure all vehicles and equipment shall have proper safety signage, be fit for their intended. C. Be held responsible for the safety of their employees and unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. In case of conflict, the most stringent safety requirement shall govern. D. Indemnify and hold the City harmless from and against all claims, demands, suits, actions,judgments, fines penalties and liability of every kind arising from the breach of the Contractor's obligations under this paragraph. E. Immediately report any hazardous condition or damage to the City's representative. 6. WORKFORCE: Successful Respondent shall: A. Ensure Respondent's employees perform the services in a timely, professional, and efficient manner. B. Ensure Respondent's employees, while working on City property, wear a company uniform that clearly identifies them as the Respondent's employee. C. Employ all personnel for work in accordance with the requirements set forth by the United States Department of Labor. The City reserves the right to verify citizenship or right to work in the United States. 7. PRICING: The Respondent shall determine and submit a fixed cost for the work and shall include all incidental costs, labor, overhead charges, travel, payroll expenses, freight, equipment acquisition and maintenance, demurrage, fuel surcharges, delivery charges, costs associated with obtaining permits, insurance, bonds, and risk management. No separate line-item charges shall be permitted for either response or invoice purposes. 8. PRICE INCREASE: Contract prices for disaster cleanup services shall remain firm throughout the initial twelve (12) month term of the contract. A price increase to the agreement may be considered on the anniversary date of the Contract each year and shall be equal to the consumer price index for that year, but at no time can the increase be greater than 3% for any single line item unless otherwise approved by the City. A. Consumer Price Index (CPI): Price adjustments will be made in accordance with the percentage change in the U.S. Department of Labor Consumer Price Index (CPI-U)for all Urban Consumers. The price adjustment rate will be determined by comparing the percentage difference between the CPI in effect for the base year six-month average (January through June OR July through December), and each (January through June OR July through December six month average)thereafter. The percentage difference between those two CPI issues will be the price adjustment rate. No retroactive contract price adjustments will be allowed. The Consumer Price Index (CPI) is found at the Bureau of Labor Statistics, Consumer Price Index website: http://www.bls.gov/cpi B. Procedure to Request Increase: i. Email the written price increase request to purchasing a)roundrocktexas.gov with the rate detail comparison, a comprehensive calculation, and any supporting documentation to the designated City Contract Specialist a minimum of 45 days prior to the annual Contract anniversary date. The detailed written calculation will be verified and confirmed. All written requests for increases must include the Page 7 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 City of Round Rock contract number, solicitation reference information and contact information for the authorized representative requesting the increase. ii. Upon receipt of the request, the City reserves the right to either accept the escalation and make change to the purchase order within 30 days of the request or negotiate with the Vendor or cancel the agreement or purchase order if an agreement cannot be reached on the value of the increase. 9. ACCEPTANCE/INSPECTION: Acceptance/Inspection should not take more than five (5)working days. The Contractor will be notified within the time frame if the services delivered are not in full compliance with the specifications. In the event the services are not performed to the satisfaction of the City the Contractor shall agree to reperform services to specification at no additional cost to the City. If any agreement or purchase order is cancelled for non-acceptance, the needed services may be purchased elsewhere. 10. PERFORMANCE REVIEW: The City reserves the right to review the awarded Contractor's performance anytime during the contract term. 11. ORDER QUANTITY: The quantities shown on the solicitation are estimates only. No guarantee of any minimum or maximum purchase is made or implied. The City will only order the services/goods needed to satisfy requirements within budgetary constraints, which may be more or less than indicated. 12. AWARD: The City reserves the right to enter into an Agreement or a Purchase Order with a single award, split award, primary and secondary award, non-award, or use any combination that best serves the interest and at the sole discretion of the City. Respondents to the solicitation will be notified when City staff recommendation of award has been made. The award announcement will be posted to the City's website at https://roundrocktexas.bonfirehub.com once City Council has approved the recommendation of award and the agreement has been executed. 13. POINT OF CONTACT/DESIGNATED REPRESENTATIVE: A. Contractor's point of contact: In order to maintain consistent standards of quality work performed across the City, the City shall be provided with a designated and identified point of contact upon award of the contract to include contact information. The City's designated representative shall be notified by the Respondent immediately should the point of contact change. B. The City's designated representative: The City's designated representative shall be: Ricci Strayhorn Manager Parks and Recreation Phone: 512-341-3151 E-mail: rstrayhorn@roundrocktexas.gov C. Do not contact the individual listed above with questions or comments during the course of the solicitation. 14. INTERLOCAL PURCHASING AGREEMENTS: A. The City has entered into Interlocal Agreements with other Governmental agencies pursuant to the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code. B. The Contractor may offer the same price and terms and conditions to other eligible agencies that have an interlocal agreement with the City. C. The City does not accept any responsibility or liability for the purchases by other government agencies through an interlocal cooperative agreement. Page 8 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 PART IV SCOPE OF WORK 1. OVERVIEW: The intent of this proposal is to enable the City to acquire a qualified contractor to perform emergency debris cleanup and removal services on an on-call basis for the City. Eligible debris to be removed shall be determined to eliminate immediate threats to life, public health and safety; determined to eliminate immediate threats of significant damage to improved public or private property; and/or considered essential to ensure economic recovery of the affected community to the benefit of the community at large. In the event of a disaster, the Contractor shall give priority to the City of Round Rock contract and debris cleanup operation. The City does not intend to use this contract for FEMA reimbursement. 2. ANNUAL COORDINATION MEETING: The Contractor may be asked to attend an annual coordination meeting at the City's facility at no additional cost to the City. 3. PREPOSITIONING: Upon notification from the City, the Contractor shall provide a project manager on-site to participate in advance recovery preparations. This project manager shall be on-site 24 to 36 hours prior to the projected disaster. The purpose is to initiate actions necessary to ensure that Contractor's resources shall be able to begin recovery operations within 24 hours of receiving the Notice to Proceed from the City. 4. INSPECTION OF DEBRIS: As soon as possible after the disaster event has subsided or upon request from the County, the Contractor shall make a detailed and thorough on- site inspection of debris to be removed. During this inspection, the Contractor shall consider the following at a minimum: A. Amounts and types of debris; B. Working conditions such as traffic, street/road width, and land use; C. Means of ingress and egress to work areas and debris management sites; and D. All other factors affecting the removal and disposal work. 5. LOAD TICKETS: The City and the Contractor will come to a mutual agreement on the final load ticket to be used. The tickets must be signed by the vehicle driver and then presented to the City's representative at the designated disposal site. A copy of the ticket should also be submitted to the driver. The Contractor will not be paid for tickets that are not signed. At a minimum, each load ticket will contain the following information: A. Contractor Name; B. Ticket Number; C. Load Site Location; D. Date; E. Load Site Zone; F. Truck (Container) Number; G. Capacity(Container); H. Total Debris Volume (Quantity); I. Dump Site Name(Location); J. Debris Classification (Vegetation, C&D, Mixed, Other); K. Comment Section; and L. Verification Signature Lines (Load Site, Dump Site Monitors, and Contractor). 6. DESCRIPTION OF DESIGNATED AREAS: A. The designated area for debris removal (the City right-of-way) is comprised of the incorporated areas for the City and includes public property and Right-of-Way (ROW), City parks and City debris staging areas Page 9 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 within the City may include private segments within the jurisdictional boundaries of the City. City Debris Coordinators may also authorize the Contractor to perform debris removal on non-City roadways or other areas, as directed in writing. B. City Debris Coordinators will authorize and approve which services the Contractor shall provide from the scope of services and which zones/areas must be prioritized. C. All debris identified by the City Debris Coordinators shall be removed. The number of complete passes the Contractor shall conduct through each City is at the discretion of the City Debris Coordinators. Partial removal of debris piles is strictly prohibited. The Contractor shall not move from one designated work area to another designated work area without prior approval from the City or its authorized representative. Any eligible debris, such as fallen trees, which extends onto the ROW from private property, shall be cut at the point where it enters the ROW, and that part of the debris which lies within the ROW shall be removed. The Contractor shall not enter onto private property during the performance of this contract unless specifically authorized by the City Debris Coordinators in writing. Loose leaves and small debris shall be removed within the designated area. No debris shall be left on the road surface. No single piece of debris larger than three inches in any dimension shall be left at the point of collection. D. The Contractor shall deliver all disaster related debris to the City approved Temporary Debris Management Site (TDMS)or City approved Final Disposal Site that has been approved to receive disaster-generated debris and adhere to all local, state and federal regulations. E. All Final Disposal Sites must be approved, in writing, by the City Debris Coordinators. The Contractor will be responsible for the handling, reduction and final haul out and disposal of all reduced unreduced debris. TDMS operations and remediation must comply with all local, state and federal safety and environmental standards. The Contractor reduction, handling, disposal and remediation methods must be approved, in writing, by the City Debris Coordinators. F. Payment for disposal costs such as tipping fees incurred by the Contractor at a City approved Final Disposal Site that meet local, state and federal regulations for disposal will be reimbursed by the City as a pass-through cost. Prior to reimbursement by the City, the Contractor must furnish electronic format scale/weight tickets numbers with load ticket or haul out ticket numbers and other applicable information. The Contractor will also be required to provide proof of Contractor payment to the City approved Final Disposal Site. G. The Contractor shall conduct the work so as not to interfere with the disaster response and recovery activities of local, state and federal governments or agencies, or of any public; utilities. H. The City reserves the right to inspect the TDMS, verify quantities and review operations at any time. 7. TEMPORARY DEBRIS MANAGEMENT SITES: The Contractor shall be responsible for providing a sufficient number of TDMS to support the event in which the contract is activated. The proposed TDMS must be approved by the City. Depending on the event, the City may provide the Contractor with TDMS locations within the City. The cost associated with acquiring, preparing, leasing, renting, operating, and remediating land used as TDMS in the City is a cost borne by the Contractor and compensated based on the Contractor's bid for site management and reduction of debris. The Contractor will prepare and maintain the TDMS facility to accept and process all eligible storm debris. Preparation and maintenance of facilities shall include the following: A. Within the limits of or adjacent to the TDMS, there may be existing underground electric, telephone, and television cables and conduits, and gas, water, and sewer utility lines which cannot be located from existing data. It is the responsibility of the Contractor to determine their exact location and to carry out the work carefully and skillfully to avoid damage to them.The City may elect to provide this information to the Contractor in advance. In any case, the Contractor shall ensure the locations of such utility installations are marked. B. Maintaining the TDMS approach and interior road(s)for all weather conditions for the entire period of debris hauling, including provision of crushed concrete for any roads that require stabilization for ingress and egress. Page 10 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 C. The Contractor shall make every effort to control the nature of the material allowed into the TDMS, with the objective to have only Construction and Demolition ("C&D") materials, clean woody debris, household debris (other than hazardous and garbage), and similar materials brought to and deposited in the DMS. All materials brought to the DMS by vehicles under Contractor's control or because of unauthorized or illegal dumping, but not accepted at the DMS, must be disposed of by the Contractor at an approved landfill or by other legal means of disposal. D. The Contractor is responsible for monitoring the temperature of stockpiled mulch at least twice daily to detect hot spots resulting from natural microbial decomposition. Upon finding a hot spot, the Contractor shall mechanically mix the affected mulch to cool it down and avoid creating a fire hazard. The Contractor shall secure the services of an independent laboratory to sample and test any ash generated from burning prior to its lawful disposal. Copies of all documents pertaining to the disposition of the ash (e.g., analytical results, shipping manifests, certificates of destruction) must be submitted to the Director of Emergency Management or designee. The Contractor shall secure an EPA Identification Number prior to the lawful disposal of any ash determined to be hazardous based on analytical results. Copies of this documentation must be provided to the Director of Emergency Management or designee for review prior to lawful disposal of the ash. E. The Contractor shall separate hazardous waste and asbestos from all woody and structural debris that is to be further processed, reduced, recycled, or burned. Segregation of asbestos from curbside debris planned for direct disposal at a landfill shall not be required. F. Debris at TDMS will be clearly segregated and managed independently by debris type (C&D, vegetative debris, Household Hazardous Waste (HHW)etc.), program (ROW collection, private property debris removal, etc.)and applicant(s). G. All un-reduced storm debris must be staged separately from reduced debris at the TDMS. H. Ensuring only Contractor vehicles and others specifically authorized by the City will be allowed to use the TDMS. I. Providing TDMS utilities which include but are not limited to water, lighting, and portable toilets. J. Providing traffic control which includes but is not limited to traffic cones and staff with traffic flags. K. Providing TDMS dust control and erosion control which includes but is not limited to an operational water truck, silt fencing, and other best management practices. L. Providing TDMS fire protection which includes but is not limited to an operational water truck (sufficient and equipped for fire protection), fire breaks, and a site foreman. M. Providing 24-hour site security for each TDMS. N. The Contractor shall attend all meetings required by the City to evaluate the operations of the TDMS. Failure to attend meetings will be considered a breach of contract. O. Site Remediation: Restoring the site to its original condition prior to site use. Site remediation includes i. Returning original site grade, sod, and other physical features. Site remediation also includes returning the site to its original condition as verified through soil and groundwater samples. Site remediation does not include restoring fencing, concession stands, lighting, and other permanent structures that may have to be demolished at the City's direction. ii. The City may also establish designated homeowner drop-off sites. The Contractor shall be responsible for removing all debris from those sites daily. iii. The Contractor shall assign a Foreman who will be responsible for the management of all operations of the sites, including traffic control, dumping operations, segregation of debris, grinding, fire protection, and safety. The TDMS Foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the Contractor's Operation Manager, who will in turn provide this information to the City. iv. The Contractor shall be responsible for returning all utilized TDMS to their original condition prior to site use. TDMS remediation will include, but is not limited to, returning the original site grade, fill dirt, base material, sod, and other physical features. TDMS site remediation will also include returning all utilized sites to their original condition as verified through soil and groundwater Page 11 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 samples. TDMS remediation will abide by all state and federal environmental regulatory requirements and is subject to final approval by the County and the Texas Commission on Environmental Quality(TCEQ). All debris, mulch, etc. is to be removed adequately; fill dirt and/or other base material (if required) must meet standards for intended use, new sod or seeding must meet standards for intended use. 8. CONTRACTOR RESPONSIBILITIES AND WORK DESCRIPTION: A. Emergency Road Clearance: Under this contract, work shall consist of all labor, equipment, fuel and associated costs necessary to clear and remove debris from City roadways, to make them passable immediately following a declared disaster. All roadways designated by the City Debris Coordinators shall be clear and passable within 70 working hours of the Notice to Proceed from the City to conduct emergency roadway clearance work. The City may choose to extend the Contractor's 70-hour limit through written request. This may include roadways in the City or other governmental agencies under the legal responsibility of the City. Clearance of these roadways will be performed as identified by the City Debris Coordinators. The Contractor shall assist the City and its representatives in ensuring proper documentation of emergency road clearance activities by documenting the type of equipment and/or labor utilized (i.e., certification), starting and ending times, and zones/areas worked. B. Loose Debris: All loose debris, such as tree limbs, must be compacted in the hauling vehicles during loading. All debris extending beyond the vehicle in any horizontal direction must be cut off or otherwise removed so that the debris remains within the containment area of the vehicle. C. Containment of Loads: All vehicles utilized in hauling debris must be equipped with means for containing the load, including canvas covering or other suitable cover while transporting the debris to the TDMS and/or approved facilities. The covering must prevent debris from being blown or bounced off the vehicles. Sideboards or other extensions to the bed shall be permitted provided they meet state and local requirements, cover the front and two sides, and are solidly constructed. Sideboards must be constructed of 2"x 6" boards or greater and may not extend more than two feet above the metal bed sides. Vehicles must be equipped with a tailgate or other devices that shall effectively contain the debris on the vehicle while hauling and also permit the vehicle to be loaded to capacity. D. Hauling: All debris must be hauled to the assigned TDMS and/or approved facilities. All trees, woody debris, and brush shall be accepted at TDMS and may be accepted at other sites specifically approved by the City. Construction and demolition debris must be similarly transported. E. Equipment Storage: The Contractor is responsible for locating areas where its equipment may be stored, serviced, and repaired. Such areas must not be located within ROW, impact traffic flow, or produce a safety hazard. This does not preclude parking equipment for short periods of time, including overnight, in ROW areas where work is in progress. On-site refueling and operating checks, including daily maintenance, shall be allowed. Prepared areas within the TDMS may be used for this purpose. The Contractor is responsible for obtaining approval from the City. F. Removal Operations: Removal operations must begin within 24 hours of receiving the Notice to Proceed and be functioning at 100% of capacity within four days. These operations are to be fully integrated with the DMS operations. Removal may begin earlier if disposal sites are available and prepared. The Director of Emergency Management or designee reserves the right to increase or decrease the scope of the removal activity as deemed necessary to ensure effective management of the overall debris removal and disposal operations. G. Working Hours: Unless otherwise permitted by the County, working hours for removal operations shall be limited to daylight hours. H. ROW Vegetative Debris Removal: Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to pick up and transport disaster-related vegetative debris existing on the City ROW to a City approved TDMS or a City approved Final Disposal Site in accordance with all federal, state and local rules and regulations. Page 12 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 i. For the purposes of this contract, vegetative debris that is piled in immediate close proximity to the street and is accessible from the street with loading equipment (i.e., not behind a fence or other physical obstacle)will be removed. ii. Removal of vegetative debris existing in the City will be performed as identified by the City Debris Coordinators. iii. Once the debris removal vehicle has been issued a load ticket from the City's authorized representative, the debris removal vehicle will proceed immediately to a City approved TDMS or a City approved Final Disposal Site. The debris removal vehicle will not collect additional debris once a load ticket has been issued. iv. All debris will be removed from each location before proceeding to the next location unless directed otherwise by the City or its authorized representative. v. Entry onto private property for the removal of vegetative hazards will only be permitted when directed by the City or its authorized representative. The City will provide specific Right-of-Entry (ROE) legal and operational procedures. vi. Monarch Tree Removal:The Contractor will consult with the City's Forestry Manager or designee to determine whether a Monarch Tree may be removed. I. ROW CBD Debris Removal: Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to pick up and transport Construction and Demolition (C&D)debris existing on the City ROW to a City approved TDMS or City approved Final Disposal Site. i. For the purposes of this contract, C&D debris that is piled in immediate close proximity to the street, and is accessible from the street with loading equipment(i.e., not behind a fence or other physical obstacle)will be removed. ii. Removal of C&D debris existing in the City ROW will be performed as identified by the City Debris Coordinators. iii. All debris will be removed from each location before proceeding to the next location unless directed otherwise by the City or its authorized representative. iv. Entry onto private property for the removal of C&D hazards will only be permitted when directed by the City or its authorized representative. The City will provide specific ROE legal and operational procedures. J. TDMS Management, Operations and Reduction Through Grindinq: Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to manage and operate TDMS for the acceptance, management, segregation, staging and reduction through grinding of disaster related debris. Grinding must be approved by the City Debris Coordinators prior to commencement of reduction activities. The TDMS layout and ingress and egress plan must be approved by the City Debris Coordinators. K. TDMS Management, Operations and Reduction Through Air Curtain Incinerators: Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to manage and operate TDMS for the acceptance, management, segregation, staging and reduction through an Air Curtain Incinerator(ACI)of disaster related debris. ACI reduction must be approved by the City Debris Coordinators, Division of Forestry, TCEQ and any other applicable regulatory agencies as required prior to commencement of reduction activities. TDMS layout and ingress and egress plan must be approved by the City Debris Coordinators. L. Haul-Out of Reduced Debris to a City Approved Final Disposal Site: Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and associated costs necessary to load and transport reduced material such as ash, compacted C&D or mulch existing at a City approved TDMS to a City approved Final Disposal Site in accordance with all federal, state and local rules and regulations. The Contractor shall not receive any payment from the City for haul-out or load tickets related to reduced or un-reduced debris transported and disposed of at a non-City approved Final Disposal Site. Page 13 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 0 gF@at@F @XiStiAg in tho G04, ROW will be p! the safest possihl. Inant a nn __ f6-nit., D lAl halffeetfFem the ofth- tF@@, will be f6sh out, leaded &A FW----d Th nit--ill __t� Work. it thwe em faF safe plaeafnapt along the Gity ROW attost to t t _t 4@9 wiil dis, and potentially eFe-ate a falling 1-1-4 f-fl- 04W fifty POPGOAt 4. The tree has a split trwAk that exposes ho-arrhAln-n-d eligible for payppopt, the limb mwst satisfy a-1.1 - W4@_40_4"_ _ r-a­hromap4&� 6 Stumps! WAdw=this-wfltFa6t, wadi sh J-1 9 ppluvEou- Q.48 or a Got),approved Fipal Disposa4��ip ;4QQQF'AQAQGl -- Rom performed as by the Gity D@bFis Q_ disaster sp regarding size- siumps will be Gomm, 04) OF FROM At thQ F9_Ot ball iG OAPG&044� 2, The sturAp is op Gity ROW and pose '' thFaat to pwblic� Page 14 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 O. Household Hazardous Waste Removal Transport and Disposal: Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary for the removal, transportation and disposal of HHW from the ROW to the TDMS. i. The removal, transportation and disposal of HHW includes obtaining all necessary local, state and federal handling permits and operating in accordance with all rules and regulations of local, state and federal regulatory agencies. ii. All HHW shall be managed as hazardous waste and disposed of at a permitted TSDF or acceptable recycling facility. The facility for recycling or final disposal site must be approved in writing by the City. P. ROW White Goods Debris Removal: Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary for the collection of white goods from the ROW, removal of refrigerants, transportation to a City approved TDMS, decontamination, and transportation to a City approved facility for recycling or final disposal. The facility for recycling or final disposal site must be approved in writing by the City. White goods containing refrigerants must first have such refrigerants removed by the Contractor's qualified technicians prior to mechanical loading. White goods can be collected without first having refrigerants removed if the white goods are manually placed into a hauling vehicle with lifting equipment so that the elements containing refrigerants are not damaged. i. The removal, transportation, and recycling or final disposal of white goods includes obtaining all necessary local, state and federal handling permits and operating in accordance with all rules and regulations of local, state and federal regulatory agencies. ii. All white goods containing food items shall be decontaminated in accordance with local, state and federal law prior to recycling. iii. The Contractor shall recycle or dispose of all white goods in accordance with all rules and regulations of local, State and federal regulatory agencies. iv. Refrigerant containing items will have such refrigerants removed prior to mechanical loading or will be manually loaded and hauled to a City approved TDMS for refrigerant removal by the Contractor's qualified technicians. Q. Other Debris Removal Work: Neither the Contractor nor any sub-Contractor shall solicit work from private citizens or others to be performed in the designated work areas during the term of this agreement. The City reserves the right to require the Contractor to dismiss or remove from the project any workers as the City sees necessary. Any debris removal vehicles dismissed from the project must have their issued placard removed and destroyed. 9. DAMAGE TO PUBLIC OR PRIVATE PROPERTY: During debris removal operations, extreme caution must be exercised by the Contractor to ensure that no damage is done to public or private properties. All crawler or tracked vehicles operated on public streets must have pads to prevent damage to hard-surfaced streets. In the event any damage is done to public or private properties the Contractor shall be liable. The Contractor shall notify the City immediately and complete a damage form so any claims can be monitored. A. All items damaged as a result of the Contractor's or their subcontractors' operations (for example, damage to sidewalks, seating, curbs, pipes, drains, water mains, pavement, mailboxes, and turf)shall be repaired or replaced by the Contractor at their expense in a manner prescribed by and at the sole satisfaction of the City. B. The Contractor shall be responsible for any invoices submitted to the City (such as by utility companies or landowners)that are determined to be the result of damage done by the Contractor, or the City reserves the right to pay any such invoices and deduct the cost from the Contractor's invoice. Repairs or receipt of repairs shall be completed and submitted to the County prior to submission of the Contractor's invoice for work accomplished. If the Contractor fails to repair any damaged property, the City may have the work performed and charge the Contractor. C. The Contractor shall restore all disturbed areas to their original condition, including regrading, use of erosion control and permanent grass, and any other means necessary. D. The Contractor's failure to restore damage to public or private property to the satisfaction of the City will result in the City withholding retainage money in an amount sufficient to make necessary repairs. Page 15 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 10. DAILY REPORTS: The Contractor shall submit a report to the City by close of business each day for period in which the contract is activated during the term of the contract. The report shall be able to be exported to Microsoft Excel. Each report shall contain, at a minimum, the following information: A. Contractor's name, B. Report date; C. Location of completed work; D. Location of work for next day; E. Daily and cumulative hours for each piece of equipment and crew (emergency clearance); F. List of roads that were cleared (emergency clearance); G. Number of crews (including number of trucks and loading equipment); H. Daily and cumulative totals of debris removed, listed by category; I. Daily and cumulative totals of debris processed, to include method(s)of processing and disposal location(s), J. List of all vehicle numbers used; K. Daily estimate of hazardous waste debris segregated, and cumulative amount of hazardous waste placed in the designated holding area; L. Number of hazardous trees and hanging limbs removed; M. Site inspection results (including closure and restoration); and N. Problems encountered or anticipated. 11. EVENT TYPES: A. Spot Jobs— Localized: In this scenario, the Proposer may be called upon only to provide removal, hauling, and/or reduction of localized debris. The work will most likely be assisting city resources. B. Small Event—Citywide: In this event, the Proposer may provide all necessary, supervision, labor, and all equipment to clear, remove, haul, recycle, and/or dispose of all types of debris with its own resources. The quantity shall not be so significant as to require specialized reduction in volume, such as by burning. C. Significant and/or Catastrophic Event—Citywide: In this event, the Proposer shall provide all necessary supervision, labor, and all equipment to remove, reduce, recycle, and haul mixed debris to a recycling and/or disposal site(s)designated, managed, and operated by a city agency or contractor. Page 16 of 19 Exhibit "A" Attachment D- Bid Sheet Disaster Cleanup Services oco ,)s ani Section 4:Equipment and Labor services needed outside of those identified in Sections 1-3.This section will not be evaluated but will become part of the contract. 4.1 Air Curtain Burner,Self-Contained System 1 Hourly $80.00 $80.00 4.2 50'Bucket Truck 1 Hourly $215.00 $215.00 4.3 Crash Truck w/Impact Attenuator 1 Hourly $125.00 $125.00 4.4 Dozer,Tracked,D3 or Equivalent 1 Hourly $85.00 $85.00 4.5 Dozer,Tracked,D4 or Equivalent 1 Hourly $90.00 $90.00 4.6 Dozer,Tracked,D5 or Equivalent 1 Hourly $125.00 $125.00 Dozer,Tracked,D8 or Equivalent 4.7 1 Hourly $190.00 $190.00 Dump Truck, 16+/-CY 4.g 1 Hourly $155.00 $155.00 4.9 Dump Truck,20+/-CY 1 Hourly $165.00 $165.00 4.10 Dump Truck,38+/-CY 1 Hourly $175.00 $175.00 4.11 Generator,5.5 kW,List kW Capacity 1 Hourly $45.00 $45.00 4.12 Generator,200 kW,List kW Capacity 1 Hourly $165.00 $165.00 Generator,2,500 kW,List kW Capacity 4.13 1 Hourly $535.00 $535.00 4.14 Light Plant with Fuel and Support 1 Hourly $45.00 $45.00 4.15 Grader w/12'Blade(Min.30,000 LB) 1 Hourly $165.00 $165.00 4.16 Hydraulic Excavator, 1.5 CY 1 Hourly $165.00 $165.00 4.17 Hydraulic Excavator,2.5 CY 1 Hourly $175.00 $175.00 Knuckleboom Loader 4.1g 1 Hourly $290.00 $290.00 4.19 Lowboy Trailer w/Tractor 1 Hourly $115.00 $115.00 4.20 Mobile Crane up to 15 Ton 1 Hourly $145.00 $145.00 Pump,95 HP(Minimum 25'Intake and 200'Discharge to Include 4.21 Fuel and Support Personnel) 1 Hourly 1 $115.00 $115.00 3of5 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 PART V PROPOSAL PREPARATION INSTRUCTIONS AND EVALUATION FACTORS 1. PROPOSAL ACCEPTANCE PERIOD: All proposals are valid for a period of one hundred and twenty (120) calendar days subsequent to the RFP closing date unless a longer acceptance period is offered in the proposal. 2. PROPOSAL RESPONSE: Responses shall be clear and concise while appropriately responding to the evaluation criteria listed below in Section 3. In order to do business with the City of Round Rock you must be registered with the City's Vendor Database. To register, go to: https://roundrocktxvendors.munisselfservice.com/Vendors/default.aspx Proposal Submittal Instructions: The Respondent shall include all of the following documents in their response- c Attachment A- Proposal Submittal Form o Attachment B- Reference Sheet o Attachment C- Subcontractor Form o Attachment D- Cost Proposal Sheet o Acknowledged Addenda (if applicable) o Segment requirements listed below. o A statement of your compliance with all applicable rules and regulations of Federal, State and Local governing entities. o List of Exceptions (if any)- Be advised that exceptions to any portion of the Solicitation may jeopardize acceptance of the Proposal by the City. Exceptions to this solicitation if any, shall be submitted on a separate sheet labeled "Exceptions"with the Respondent's proposal. 3. EVALUATION CRITERIA: A. Segment 1 —Respondent's Solution, Approach, &Timeline i. System Concept and Solution: Define in detail your understanding of the requirement presented in the Scope of Work of this request for proposal and your system solution. Provide all details as required in the Scope of Work and any additional information you deem necessary to evaluate your proposal. ii. Availability: Describe in detail the resources available to your organization. Include machine types, quantities, manpower, etc that can be deployed for the City. iii. Load Tickets: The Respondent shall submit a sample load ticket that meets all the requirements in PART IV, Number 5. iv. Program Approach and Timeline: Describe your technical plan for accomplishing required work and the estimated timeline for a project. Include such time-related displays, graphs, and charts as necessary to show tasks, sub-tasks, milestones, and decision points related to the Scope of Work and your plan for accomplishment. Specifically indicate: 1. A description of your mobilization plan by tasks. Detail the steps you will take in proceeding from Task 1 to the final tasks. 2. The technical factors that will be considered in section above, and the depth to which each will be treated. 3. The location of the office from which this service is to be performed, including the number and nature of the staff to be employed, be it full-time or part-time, etc. 4. The degree of definition provided in each technical element of your plan. 5. The points at which written, deliverable reports will be provided. Page 17 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 B. Segment 2—Company Work Experience and Personnel i. Business Organization: State full name and address of your organization and identify parent company if you are a subsidiary. Specify the branch office or other subordinate element which will perform, or assist in performing, work herein. Indicate whether you operate as a partnership, corporation, or individual. Include the State in which incorporated or licensed to operate. ii. Project Management Structure: Provide a general explanation and chart which specifies project leadership and reporting responsibilities, and interface the team with City project management and team personnel. iii. Prior Experience: State the number of years the Respondent company has been providing the services requested in the solicitation. Describe only relevant municipal, governmental, corporate, and individual experience for the company and personnel who will be actively engaged in the project. Do not include corporate experience unless personnel assigned to this project actively participated. Do not include experience prior to 2014. Supply the project title, year, and reference name, title, present address, and phone number of principal persons for whom prior projects were accomplished. iv. Personnel: Include names, qualifications, and resumes of all personnel who will be assigned to the account. State the primary work assigned to each person and the percentage of time each person will devote to this work. Identify key persons by name and title. v. Contractors' past performance with the City may be evaluated. C. Segment 3—Cost Proposal: Complete Attachment D—Cost Proposal Sheet. Rates quoted should be inclusive of all costs. Sections 1-3, which represents the majority of the anticipated work, will be used for evaluation and scoring. Section 4 will not be evaluated but will become part of the contract. All prices must be quoted in order to be considered responsive. Alternative bids will not be considered and unauthorized modifications to the cost proposal sheet format will result in the rejection of the bid. The City reserves the right to purchase more or less than the quantities presented. 4. EVALUATION SCORING: The intent of the City is to award to one Respondent in accordance with the evaluation criteria below. The purpose of this evaluation criteria is to determine which proposal best meets the requirements and provides the best overall value to the City. A. Evaluation Criteria: Weights: • Respondent's Solution, Approach, Availability &Timeline (Segment 1) 35 pts • Company Work Experience and Personnel (Segment 2) 35 pts • Cost Proposal (Segment 3) 30 pts Maximum Weight: 100 pts B. An evaluation committee will be established to evaluate the proposal. The committee will include employees of the City and may include other impartial individuals who are not City employees. The evaluation committee will determine if discussions and/or Best and Final Offers (BAFO) are necessary. Award of a contract may be made without discussions or BAFO, if in the best interest of the City. The evaluation committee may determine that discussions are necessary to clarify or verify a written proposal response. The City may, at its discretion, elect to have respondents provide oral presentations of their proposal. The City reserves the right to rescore an offer based on provided demonstrations. A request for a BAFO is at the sole discretion of the City and will be requested in writing. The evaluation committee will evaluate the finalists and make a recommendation for award. C. The City reserves the right to reject any or all proposals submitted, or to award to the respondent who in the City's opinion, offers the best value to the City. The City also reserves the right to cancel the RFP process and pursue alternate methods for providing the requirements. D. The City reserves the right to conduct studies and other investigations as necessary to evaluate any proposal. E. The City reserves the right to waive any minor technicality, irregularities, or informalities noted in the submission process. Submission of proposal confers no legal rights upon any Respondent. Page 18 of 19 Exhibit "A" City of Round Rock DISASTER CLEANUP SERVICES RFP No. 25-001 Commodity Code: 990-60 OCTOBER 2024 F. The City reserves the right to request further documentation or information and to discuss proposal response with any Respondent in order to answer questions or to clarify any aspects of the proposal. G. The City may develop a "short list" of qualified proposal and may determine that the Respondent(s) should submit a Best and Final Offer(BAFO). Each "short listed" Respondent will be given a reasonable opportunity for discussion and revision of their proposal. 5. AGREEMENT NEGOTIATIONS AND AWARD PROCESS: A. A proposal presented in response to this RFP is subject to negotiation concerning any issues deemed relevant by the City. The City reserves the right to negotiate any issue with any party. Any unsolicited communication by the Respondent to a City official, undesignated employee, or an evaluation team member evaluating or considering the offers may be grounds for disqualifying the offending Offeror from consideration of award. B. Submission of proposal indicates the Respondent's acceptance of the evaluation process and recognition that the City may make subjective judgments in evaluating the proposal to determine the best value for the City. C. If negotiations are successful, the City and Respondent may enter into an agreement. If negotiations are unsuccessful, the City may formally end negotiations with that Respondent. D. The City also reserves the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to waive any irregularities or informalities in the submittal received. E. An independent signed authorized Contract will be sent to the successful Respondent(s). Execution of a City of Round Rock contract is required prior to starting work and processing any payments to the Contractor. 6. POST AWARD MEETING: The City and the Respondent may schedule a post award meeting to discuss, but not be limited to the following: A. The method to provide a smooth and orderly transition of services performed from the current Contractor. B. Provide City contact(s) information for implementation of the Agreement. C. Identify specific milestones, goals, and strategies to meet objectives. Page 19 of 19 Exhibit "A" y ROUND ROCK TEXAS PURCHA51NG DIV15ION I ADDENDUM CITY OF ROUND ROCK,TEXAS Solicitation: RFP 25-001 Addendum No: 1 Date of Addendum: 10/29/24 This addendum is to incorporate the following changes to the above referenced solicitation: I. Clarifications: A. Some additional information has been added to PART IV, 1. B. Three sections of the Scope of Work have been removed: PART IV, 12, 8M and N. ll. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into and made a part of the above referenced solicitation. Exhibit "A" ROUND ROCK TEXAS PURCHASING DIVISION ADDENDUM CITY OF ROUND ROCK,TEXAS Solicitation: RFP 25-001 Addendum No: 2 Date of Addendum: 11/6/24 This addendum is to incorporate the following changes to the above referenced solicitation: I. Clarifications: A. The following vendor question in Bonfire has been updated to"Yes/No". "The Respondent shall have the capacity to manage a large workforce and to carry the expenses associated with a major recovery operation prior to the initial City payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance." B. Attachment D-Cost Proposal Sheet: Lines 4.45 through 4.56 have been removed. C. We have added a new attachment: Attachment F- Monarch Trees. D. PART IV Scope of Work: Overview has been updated. II. Questions: Q1: Overview Section found in Part IV: Scope of Work on pg. 9 of 19 states: "The intent of this proposal is to enable the City to acquire a qualified contractor to perform emergency debris removal monitoring services on an on-call basis for the City." Will the City please confirm that the RFP is for Disaster Cleanup Services and not Monitoring? Al: This was an oversight. That section of the document has been updated. The City is not looking for a monitoring contract. Q2: Will the City please clarify the meaning of Monarch Tree as referenced in 8? Contractor Responsibilities and Work Description, H. ROW Vegetative Debris Removal, vi. Monarch Tree Removal (pg. 13 of 19). A2: Monarch trees are trees that may not be removed without City's representative approval. If a tree is determined to be a monarch tree the city will handle the removal. Q3: Several of the debris line-items have hourly pricing (Namely 1.1,1.2,2.1,2.2,2.3). FEMA only reimburses hourly for the first 70 hours following an event. The referenced items will go on long past those 70 hours. Would the City consider changing these items to cubic yard pricing? A3: The City is not considering a FEMA reimbursable contract for this RFP. The City is only looking for hourly rates for those lines. Q4: The prevailing wage sheet is dated 2016. Is that correct for 2024 prices? A4: The 2016 rates are the currently adopted rates for the City of Round Rock. III. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. By the publication of this document on the City of Round Rock Bonfire website this addendum is hereby incorporated into and made a part of the above referenced solicitation. Exhibit "A" ATTACHMENT E- PREVAILING WAGE 2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE RATES Construction and Extraction Occupations Hourly $12.32 First-Line Supervisors of Construction Trades and Extraction Workers Hourly $18.79 Brickmasons and Blockmasons Hourly $20.94 Carpenters Hourly $13.28 Floor Layers, Except Carpet,Wood, and Hard Tile Hourly $12.00 Tile and Marble Setters Hourly $12.20 Cement Masons and Concrete Finishers Hourly $12.92 Construction Laborers Hourly $10.81 Paving,Surfacing,&Tamping Equipment Operators Hourly $12.41 Pile-Driver Operators Hourly $14.65 Operating Engineers and Other Construction Equipment Hourly $13.80 Drywall and Ceiling Tile Installers Hourly $14.28 Electricians Hourly $15.80 Glaziers Hourly $13.08 Insulation Workers, Floor,Ceiling, and Wall Hourly $13.29 Insulation Workers, Mechanical Hourly $14.52 Painters, Construction and Maintenance Hourly $12.25 Pipelayers Hourly $13.19 Plumbers, Pipefitters,and Steamfitters Hourly $14.46 Reinforcing Iron and Rebar Workers Hourly $13.87 Roofers Hourly $12.38 Sheet Metal Workers Hourly $13.25 Structural Iron and Steel Workers Hourly $14.75 Helpers-Brickmasons, Blockmasons,Stonemasons,and Tile and Marble Hourly $12.36 Setters Helpers-Carpenters Hourly $8.17 Helpers-Electricians Hourly $8.78 Helpers-Pipelayers, Plumbers, Pipefitters, and Steamfitters Hourly $10.04 Helpers-Construction Trades,All Other Hourly $10.34 Construction and Building Inspectors Hourly $19.15 Fence Erectors Hourly $12.17 Hazardous Materials Removal Workers Hourly $12.98 Highway Maintenance Workers Hourly $13.44 Septic Tank Servicers and Sewer Pipe Cleaners Hourly $12.05 Construction and Related Works,All Others Hourly $13.34 Derrick Operators,Oil and Gas Hourly $10.38 Service Unit Operators, Oil,Gas and Mining Hourly $13.22 Earth Drillers, Except Oil and Gas Hourly $16.45 Rock Splitters, Quarry Hourly $10.65 Roustabouts,Oil and Gas Hourly $11.69 Installation, Maintenance,and Repair Occupations Hourly $12.59 First-Line Supervisors of Mechanics, Installers,and Repairers Hourly $19.61 1 Exhibit "A" ATTACHMENT E- PREVAILING WAGE 2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE RATES Computer,Automated Teller&Office Machinery Repairers Hourly $10.93 Radio Mechanics Hourly $14.11 Telecommunications Equipment Installers and Repair Hourly $15.62 Electric Motor, Power Tool,and Related Repairs Hourly $13.76 Electrical and Electronics Repairers,Commercial and Residential Hourly $16.12 Electrical and Electronic Repairers, Powerhouse Substation,and Relay Hourly $22.18 Electronic Equipment Installers and Repairers, Motor Vehicles Hourly $13.30 Security and Fire Alarm Systems Installers Hourly $17.79 Aircraft Mechanic and Service Technicians Hourly $21.97 Automotive Body and Related Repairs Hourly $15.89 Automotive Glass Installers and Repairers Hourly $14.29 Automotive Service Technicians and Mechanics Hourly $13.38 Bus&Truck Mechanics& Diesel Engine Specialists Hourly $15.61 Farm Equipment Mechanics Hourly $11.52 Mobile Heavy Equipment, Except Engines Hourly $14.84 Motorboat Mechanics Hourly $13.38 Motorcycle Mechanics Hourly $10.79 Outdoor Power Equipment&Other Small Engine Mechanics Hourly $10.31 Recreational Vehicle Service Technicians Hourly $12.75 Tire Repairers and Changers Hourly $10.45 Control and Valve Installers and Repairers, Except Mechanical Door Hourly $14.82 Heating,Air Conditioning and Refrigeration Mechanics and Installers Hourly $16.15 Home Appliance Hourly $13.04 Industrial Machinery Mechanics Hourly $15.74 Maintenance Workers, Machinery Hourly $15.31 Millwrights Hourly $15.79 Electrical Power-Line Installers and Repairers Hourly $15.94 Telecommunications Line Installers and Repairers Hourly $13.68 Medical Equipment Repairers Hourly $19.05 Precision Instrument Repairers,Other Hourly $14.40 Maintenance and Repair Workers, General Hourly $11.42 Coin,Vending,and Amusement Machine Servicers and Repairers Hourly $10.00 Locksmiths and Safe Repairers Hourly $12.93 Helpers-Installation, Maintenance, and Repair Workers Hourly $8.30 Installation, Maintenance& Repair Workers, Other Hourly $10.61 Production Occupations Hourly $10.43 First Line Supervisors of Production and Operating Workers Hourly $19.08 Electrical and Electronic Equipment Assemblers Hourly $11.81 Electromechanical Equipment Assemblers Hourly $15.04 Structural Metal Fabricators and Fitters Hourly $14.88 Team Assemblers Hourly $9.19 Timing Device Assemblers,Adjusters&Calibrators Hourly $16.33 2 Exhibit "A" ATTACHMENT E- PREVAILING WAGE 2016 ANNUAL TEXAS WORKFORCE COMMISSION WAGE RATES Assemblies and Fabricators,All Other Hourly $10.10 Computer Controlled Machine Tool operators, Metal and Plastic Hourly $12.70 Numerical Tool and Process Control Programmers Hourly $20.26 Extruding and Drawing Machine Setters Hourly $12.14 Cutting, Punching, and Press Machine Setters, Operators Hourly $10.91 Grinding, Lapping, Polishing and Buffing Machine Hourly $10.58 Lathe and Turning Machine Tool Setters, Operators Hourly $13.47 Machinists Hourly $14.96 3 Exhibit "A" ATTACHMENT A SOLCITATION SUBMITTAL FORM AND EXECUTION NOTE. RESPONDENTS SHALL COMPLETE, SIGN,AND UPLOAD THIS ATTACHMENT WITH THEIR SUBMITTAL IN BONFIRE. FAILURE TO DO SO MAY RESULT IN DISQUALIFICATION OF THE SUBMITTAL. By signature hereon,the Respondent certifies that: All statements, pricing and information prepared and submitted to the City's Bonfire portal in response to RFP 25-001 are current, complete, and accurate. He/she has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan gratuity, special discount, trip, favor, or service to a City employee, evaluator, or evaluating entity in connection with the submitted response. Signing the Execution of Solicitation Submittal Form with a false statement shall void the submitted offer or any resulting contracts. Respondent represents and warrants that the individual signing this Execution of Solicitation Submittal Form is authorized to sign this document, represent the Respondent and to bind the Respondent under any contract resulting from this submittal. RESPONDENT(COMPANY): TFR Enterprises, Inc. SIGNATURE(INK/DIGITAL): NAME (TYPED/PRINTED): Tipton F. Rowland TITLE: CEO DATE: 11/14/2024 STREET: 601 Leander Drive CITY/STATE/ZIP: Leander, TX 78641 TELEPHONE&FAX NO.: 512-260-3322 512-528-1942 E-MAIL ADDRESS: tiffany@tfrinc.Com FEDERAL TAX IDENTIFICATION NUMBER(FIN): 72-1149862 By submitting a response to this solicitation, the Respondent agrees that the City's Definitions and Standard Terms and Conditions, in effect at the time of release of the solicitation, shall govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. In addition, the Supplemental Terms and Conditions listed in Section III, shall also be enforced as part of the contract, and can be obtained from the City's website at: https://www.roundrocktexas.-gov/city-businesses/solicitations/ Exhibit "A" ATTACHMENT B REFERENCE SHEET PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RFP No. 25-001 Disaster Cleanup Services RESPONDENT'S NAME: TFR Enterprises, Inc. DATE: 11/14/2024 Provide the name, address, telephone number and E-MAIL of at least three(3)valid Municipal, Government agencies or firms of comparable size that have utilized services that are similar in type and capacity within the last two (2)years. City of Round Rock references are not applicable. References may be checked prior to award. If references cannot be confirmed or if any negative responses are received it may result in the disqualification of submittal. 1. Company's Name Florida Department of Environmental Protection Name of Contact V. Morgan Tyrone Title of Contact Project Manager at Highland Hammock State Park E-Mail Address victor.tyrone@dep.state.fl.us Present Address 5931 Hammock Road City, State, Zip Code Sebring, FL 33872 Telephone Number 863-386-6099 Fax Number: 2. Company's Name Jefferson County, FL Name of Contact Shannon Metty Title of Contact County Manager/Planning Official E-Mail Address smetty@jeffersoncountyfl.gov Present Address 445 W. Palmer Mill Road City, State, Zip Code Monticello, FL 32344 Telephone Number 850-342-0223 Fax Number: 3. Company's Name Forsyth County, GA Name of Contact Joey Smith Title of Contact Deputy Director E-Mail Address jhsmith@forsythco.com Present Address 3520 Settingdown Road City, State, Zip Code Cumming, GA 30028 Telephone Number 770-205-4530 Fax Number: FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. Exhibit "A" ATTACHMENT C SUBCONTRACTOR INFORMATION FORM COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE SOLICITATION NUMBER: RFP No. 25-001 Disaster Cleanup Services RESPONDENT'S NAME: TFR Enterprises, Inc. DATE: 11/14/2024 • CIRCLE ONE - NO, I WILL NOT USE SUBCONTRACTORS ON THIS CONTRACT NO YES, I INTEND TO USE SUBCONTRACTORS ON THIS CONTRACT YES If yes complete the information below As Needed 1. Subcontractor Name Lyellco, Inc. (Local WBE) Name of Contact Levi Lyell E-Mail Address levi@lyellco.com Address 7503 White Oak City, State, Zip Code Lago Vista, TX 78645 Telephone Number (512) 698-9812 Fax Number: Describe work to be performed Trucks, cut and toss crews, hauling, manpower Percentage of contract TBD % work to be performed 2. Subcontractor Name Timberline Trading, Inc. Name of Contact Michael Dotson Title of Contact Owner/CEO E-Mail Address michaeld@timberlinetradinginc.com Address P.O. Box 643 City, State, Zip Code Lathrop, MO 64429 Telephone Number (816) 564-1761 Fax Number: Describe work to be performed Trucks, cut and toss crews, hauling, manpower Percentage of contract work to be performed TBD ° �° • Add additional pages as needed Exhibit "A" Attachment D- Bid Sheet Disaster Cleanup Services RFP 25-001 The Respondent acknowledges that they have received and read the entire solicitation packet,attachments,and all documents incorporated by reference, and agrees to be bound by the terms therein. Special Instructions:All prices must be quoted in order to be considered responsive,be advised that exceptions taken to any portion of the solicitation will jeopardize acceptance of the bid.Alternative bids will not be considered and unauthorized modifications to the bid sheet format will result in the rejection of the bid.The City reserves the right to purchase more or less than the quantities indicated below No. Description Estimated Unit Unit Cost Extended Total Quantity Section 1:Clearing and/or removing debris from public right-of-way,streets,roads(or private property as directed by the City) Load and haul vegetative debris on the ROW or public property to a City-approved Temporary Debris Management Site(TDMS) 1,000 Hourly or City-approved final disposal site.The TDMS or final disposal 1.1 site will be within County limits. $325.00 $325,000.00 Load and haul construction and demolition(C&D)debris on the ROW or public property to a City-approved TDMS or City- 500 Hourly approved final disposal site.The TDMS or final disposal site will 1.2 1 be within County limits. $325.00 $162,500.00 Load and haul white goods-refrigerators/freezers requiring refriderant recovery and decontamination on the ROW or public property to a City-approved TDMS or City-approved final 100 Cubic Yards disposal site.The TDMS or final disposal site will be within 1.3 County limits. $15.75 $1,575.00 Load and haul white goods-washers,dryers,stoves,ovens, AC units,hot water heaters,etc.on the ROW or public property 100 Cubic Yards to a City-approved TDMS or City-approved final disposal site.The 1.4 DMS or final disposal site will be within County limits. $15.75 $1,575.00 Load and haul household hazardous waste(HHW) on the ROW or public property to a City-approved TDMS or City-approved final 100 Pounds disposal site.The TDMS or final disposal site will be within 1.5 County limits. $5.00 $500.00 Load and haul disaster-damaged televisions,computers, monitors,microwaves,etc.on the ROW or public property to a 100 Pounds City-approved TDMS or City-approved final disposal site.The 1.6 TDMS or final disposal site will be within City limits. 1 $5.00 1 $500.00 Section 1 Total: $491,650.00 1of5 Exhibit "A" Attachment D-Bid Sheet Disaster Cleanup Services Section 2:Management and operations of Temporary Debris Management Site(TDMS) Management and operation of TDMS for acceptance of vegetative disaster-related debris through grinding.The costs associated with acquiring and maintaining the appropriate site, equipment,and personnel to fulfill this process should be 2.1 reflected in this proposed price. 100 Hourly $500.00 $50,000.00 Management and operation of TDMS for acceptance of vegetative disaster-related debris through air curtain Incineration.The costs associated with acquiring and maintaining the appropriate site,equipment,and personnel to 2.2 Ifulfill this process should be reflected in this proposed price. 100 Hourly $225.00 1 $22,500.00 Management and operation of TDMS for acceptance and compaction of construction and demolition debris.The costs associated with acquiring and maintaining the appropriate site, equipment,and personnel to fulfill this process should be 2.3 reflected in this proposed price. 100 Hourly $225.00 $22,500.00 Section 2 Total: $95,000.00 Section 3:Final Disposal Load,transport,and dispose of reduced vegetative debris to a 3.1 disposal site. 100 Cubic Yards $9.75 $975.00 Load,transport,and dispose of reduced construction and demolition(C&D)debris to a City-approved final disposal site. 3.2 The final disposal site will be within City limits. 100 Cubic Yards $9.75 $975.00 Section 3 Total: $1,950.00 Section 1,2,3 Total $588,600.00 2of5 Exhibit "A" Attachment D- Bid Sheet Disaster Cleanup Services -RFP 26 001 Pump,200 HP(Minimum 25'Intake and 200'Discharge to 4.22 Include Fuel and Support Personnel) 1 Hourly $195.00 $195.00 Pump,650 HP(Minimum 25'Intake and 200'Discharge to 4.23 Include Fuel and Support Personnel) 1 Hourly $415.00 $415.00 4.24 Vac Truck(Mist Capacity), List Capacity 1 Hourly $250.00 $250.00 4.25 Pickup Truck, 1 Ton 1 Hourly $20.00 $20.00 Skid-Steer Loader, 1,500 LB Operating Capacity(w/utility 4.26 grapple) 1 Hourly $145.00 $145.00 Skid-Steer Loader,2,500 LB Operating Capacity(w/utility 4.27 grapple) 1 Hourly $155.00 $155.00 Compact Track Loader, 1,500 LB Operating Capacity(w/utility 4.28 grapple) 1 Hourly $160.00 $160.00 Compact Track Loader,2,500 LB Operating Capacity(w/utility 4.29 grapple) 1 Hourly $170.00 $170.00 4.30 Tub Grinder,800 to 1,000 HP 1 Hourly $490.00 $490.00 4.31 Hydraulic Excavator, 1.5 CY(w/thumb) 1 Hourly $165.00 $165.00 4.32 Hydraulic Excavator,2.5 CY(w/thumb) 1 Hourly $175.00 $175.00 4.33 Truck, Flatbed 1 Hourly $55.00 $55.00 4.34 Articulated,Telescoping Scissor Lift for Tower, 15 HP/37 FT Lift 1 Hourly $85.00 $85.00 Water Truck,2500 Gal(Non-Potable,Dust Control and Pavement 4.35 Maintenance) 1 Hourly $115.00 $115.00 4.36 Wheel Loader,3 CY,152 HP 1 Hourly $190.00 $190.00 4.37 Wheel Loader,4.0 CY,200 HP 1 Hourly $235.00 $235.00 4.38 Wheel Loader-Backhoe, 1.5 CY,95 HP 1 Hourly $190.00 $190.00 Operations Manager w/Cell Phone and .5 Ton Pickup 4.39 1 Hourly $70.00 $70.00 Crew Foreman w/Cell Phone and 1 Ton Equipment Truck w/Small 4.40 Tools and Misc.Supplies in Support of Crew 1 Hourly $65.00 $65.00 4.41 Tree Climber/Chainsaw and Gear 1 Hourly $90.00 $90.00 4of5 Exhibit "A" Attachment D- Bid Sheet Disaster Cleanup Services RFP 26 001 Laborer w/Chain Saw 4.42 1 Hourly $60.00 $60.00 4.43 Laborer w/Small Tools,Traffic Control,or Flag person 1 Hourly $60.00 $60.00 4.44 Bonded and Certified Security Personnel 1 Hourly $95.00 $95.00 COMPANY NAME: TFR Enterprises,Inc. PRINTED NAME: Tipton F.Rowland PHONE NUMBER: 512-260-3322 EMAIL ADDRESS: tiffany@tfrinc.corn 5of5 Exhibit "A" Segment 1. RIntroduction November 15,2024 City of Round Rock Purchasing Division 221 East Main Street Round Rock,TX 78664 RE: RFP No. 25-001 Disaster Cleanup Services To Whom It May Concern, Thank you for considering TFR Enterprises as the City of Round Rock's disaster recovery contractor. Established in 1989 and headquartered in Leander,Texas with field offices across America,our corporation has served those impacted by devastating extreme weather on more than 450 projects nationwide. In our 34 years of disaster recovery experience,TFR has collected and processed over 70,000,000 cubic yards of debris. TFR is prepared, equipped, and ready to provide a turnkey, expedited, and cost-effective emergency response solution compliant with emergency management guidelines and public policy. TFR is a member of the National Disaster Recovery Coalition of America whose members fulfill the nation's mission of preparing for,responding to,recovering from, and mitigating against disasters and emergencies by working side-by-side with federal, state, and local governments. DRCA's membership is comprised of top emergency management experts and contractors in the country, representing over 15 industries and a broad range of critical emergency management-related products, services, and capabilities. TFR's capacity is unlimited with no job or disaster too large. For example, in 2023, TFR managed 3,500,000 cubic yards of debris while serving 22 cities, counties, and state agencies within 9 states. In response to the crippling 2020 hurricane season,TFR managed 57 simultaneous contract activations that spanned Iowa,Louisiana, Mississippi,Alabama,Texas,and Oklahoma.With a database of over 1,000 subcontractors and an expansive fleet of owned equipment, TFR Enterprises is prepared to tackle the greatest challenges. Our dedication to service is best described by Morgan Tyrone,Project Manager for Highland Hammock State Park: "After almost 30 years as a Florida Park Service Manager, I wish that all park vendors were as helpful, communicative, flexible, efficient, safe, and trustworthy. TFR was an extension of our own staff during a trying time with extensive damage over 11,000 acres in two parks separated by 20 miles." TFR owns more than 200 pieces of equipment, including a fleet of self-loading debris-hauling trucks, rubber- tired/tracked loaders, heavy-haulers, excavators, dozers, and eight(8) Diamond-Z Model 1463 Tub Grinders for vegetative debris reduction(grinding). Not only is this company-owned equipment uncommitted on current long- term contracts,but it is also primarily designed for debris removal operations. Owning one of the nation's largest fleets of equipment allows TFR to mobilize quickly and efficiently while managing multiple projects. Debris clearing,removal,and processing are only the initial phases of recovery efforts. TFR understands and has extensive experience implementing all phases of environmental and infrastructure recovery to return communities to their pre-storm quality of life. Our suite of services includes land clearing, stream and river clearing and diversion, tree removal, trimming and pruning at parks, golf courses, and on rights-of-way, tree repair and maintenance,debris recycling,tub grinding,hauling,and demolition. Quiumft'im. DISASTER RESPONSE DIVISION Exhibit "A" At TFR,we know that projects of this scope can be a huge financial burden.Our staff is well-versed in the FEMA reimbursement process and can provide guidance when needed. ALL TFR'S CLIENTS HAVE RECEIVED 100% OF THE ELIGIBLE REIMBURSABLE AMOUNT. Our financial strength allows us to fund and start the project as the reimbursement process begins. TFR declares that this proposal is in all respects fair and in good faith without collusion or fraud and that the signor of the proposal has the authority to bind TFR Enterprises,Inc. for contractual needs. Once again,thank you for offering TFR the opportunity to become the disaster recovery contractor for the City of Round Rock and its representatives.The authorized representatives for TFR Enterprises,Inc. are as follows: Primary Contact for RFP: Signature Authority: Project Manager: Tiffany Jean Tipton F.Rowland Mel Utterback Contract Manager CEO/President Project Manager Office:(512)260-3322 Mobile: (281)731-4398 Mobile: (512)619-1087 Mobile: (512)565-0710 tiffany a.tfrinc.com Sincerely, Tipton F.Rowland, CEO/President 601 Leander Drive Leander,Texas 78641 Office: 512-260-3322 Incorporated in 1989 FEIN#: 72-1149862 DUNS: 08-1346561 all].W",k DISASTER RESPONSE DIVISION 2 Exhibit "A" Mobilization Plan Our team has developed efficiencies to deliver Rapid Deployment exceptional service while minimizing expenses 0 Management Team,within 12 hours of based on decades of experience working on local, receiving NTP,TFR will have our state, and federal contracts. We have years of management team on-site. experience with time-sensitive response efforts and emergency debris removal, employing fast-tracked 0 Emergency PUSH Crews,PUSH crews operations to get the job done.We're also cognizant will immediately begin mobilizing upon that following a disaster event, the local economy notice. will have taken a severe hit and the income of many area residents may be temporarily impacted. Our 0 ROW Debris Removal Crews,hauling team makes it a point to hire as many local operations will begin 24-48 hours from subcontractors as possible and to purchase products NTP. and supplies from local suppliers. 0 Hazardous Tree Removal Crews,tree Our nationwide subcontractors and vendors have crews will begin 24-48 hours from NTP. locations across the US and can respond with assets to any disaster nationwide. Our operations manager 0 Debris Management Site Locating/Set- will call all subcontractors and vendors and place up,if not previously identified,we will them on 24-hour on-call"standby"and will require begin locating/site set-up operations them to provide us with a list of available immediately following NTP. equipment, materials, personnel, and timelines for deployment. 0 Establish Temporary Office Location, immediately following NTP,TFR will set up a temporary office or mobilize one of our company-owned command centers. MobilizationKey Advantages of TFR's Readiness,Transition,and E Strategic Planning and Our readiness, deployment, and mobilization plans outline our Prepositioning steps to mobilize and execute under emergency conditions. Pre-Event Monitoring We maintain situational awareness of pending events through continuous monitoring of weather outlets. We begin pre- planning 72 hours before a known projected event will occur. Continuous Training and We will hold annual in-house training sessions and implement Exercises programs based on lessons learned from past events. Subcontracting and We have built a large database of specialized,pre-qualified Procurement subcontractors and vendors that allow us to procure multiple sources for labor, equipment, and required materials. Understanding of We're convinced that, with more than three decades of disaster Emergency Response response experience,we'll exceed the objectives of this RFP. Processes 0111.EmsA. DISASTER RESPONSE DIVISION 3 Exhibit "A" Project Management Approach As Prime Contractor,TFR possesses effective program management systems for overall management, reporting, cost and schedule control, and quality assurance. We have a strong track record on similar contingency contracts with USACE, FEMA, and other Federal agencies that will provide valuable lessons learned to be used when disaster strikes. To expediently serve our clients, our organizational approach features several important organizational initiatives, including an emphasis on logistics, optimized subcontractor teaming with regional and nationwide coverage, a 24/7 response from our home office, and localized, dedicated project support. Managing On and Off-Site Personnel In a disaster,TFR's approach to resource management is to keep the degrees of separation between the operations manager and field personnel as minimal as possible and ensure that the span of control remains manageable. We provide our managers with the authority to make swift decisions in often unforeseen circumstances. These concepts enable us to remain informed of daily operations, maintain efficiencies, and remain agile to adjust to changes. On-Site Management Our team's proposed key personnel have more than 155 years Operations of debris management experience and are committed to sharing their knowledge and capabilities with our clients and L Mana"- mobilizing within 24 hours of notification. Our team is aware of the issues that may arise in the aftermath of a natural or Project man-made disaster and is prepared and experienced in dealing Manager with them. The debris team will gain a comprehensive knowledge of project goals beyond what is stated in the Task Order written scope of work by coordinating with government and Crews municipal disaster management personnel. Our management structure clearly defines duties and reporting lines for our team and clients. We understand the importance of providing the management team and field personnel with defined roles and a span of control that creates a stable structure for workers functioning in a post-disaster environment. Allowing our personnel to concentrate on specific tasks allows them to focus on the project's objectives and manage them in a way that meets or surpasses all contractual standards set within the scope of work. Daily operations and planning meetings will be attended by all key personnel to convey the status of ongoing operations, quality, safety, and scheduled activities. These meetings are meant to provide for an open discussion of problems as well as an opportunity for attendees to share ideas that will improve efficiency, safety, and quality. Meeting minutes will be kept and made available so that the project status and work assignments may be documented. The project manager will assign specific crews to localities based on the priorities established by the client's priority routes, debris volume, debris category,disposal options,and available equipment resources. Our team management and integration plan include the following: • Subcontract agreements DISASTER RESPONSE DIVISION 4 Exhibit "A" • Define protocols • Documentation processes • Daily/weekly schedule reviews • Training on quality control, safety, and data reporting • Performance reviews Off-Site Management When multiple missions occur,our program manager will oversee the performance of each operations manager deployed from our corporate office in Leander, Texas. He/she will provide support for subcontracting resources, lodging, fuel, equipment resources, quality control, and health and safety compliance. Quality Control Overview TFR has a strong quality assurance/quality control culture, a tried-and-true corporate quality management system that has been employed in all recent disasters, and a track record of high-quality recovery projects. Our quality assurance team is well-versed in corporate procedures. We confirm that the processes,equipment,and verification testing utilized on a wide range of debris removal and other recovery operations correspond to contracts and task order requirements through 3-phase inspections. (Preparatory Phase, Initial Phase, and Follow-up Inspections), we know that a one-size-fits-all approach to quality control is not realistic,based on lessons learned from previous disaster initiatives. TFR is dedicated to delivering high-quality standards in a cost-effective and timely manner while adhering to government guidelines and regulations. Clean As You Go Policy TFR's "Clean as you go" policy applies to all employees and subcontractors during all phases of work. It is designed to ensure and maintain the cleanliness and safety of each work zone to the highest standard. The policy places the responsibility on all workers to maintain YOU GO the working environment in a clean, tidy, and safe condition at all times when carrying out duties on each pass as thoroughly as practicable. Safety Overview The safety and health of our employees continue to be the first consideration in the operation of our business. TFR Enterprises, Inc. and its principals are committed to maintaining a safe and healthy workplace for each employee by providing guidelines for safe practices and accident prevention.Safety is considered a condition of employment and is the responsibility of all personnel associated with TFR, whether in the capacity of employee or subcontractor. As a condition of employment, each employee is expected to use safe work practices and identify all unsafe conditions immediately. All employees/subcontractors are required to report any violations, unsafe conditions, or known safety hazards to their immediate supervisors at once. All subcontractors are subject to TFR's safety and health policy as a condition of the contract agreement. The responsibility for the health and safety of TFR employees' rests with all levels of management. The specific areas of responsibility are as follows: 0j"" T.F.R.Earprism,Inc. DISASTER RESPONSE DIVISION 5 Exhibit "A" • Creating and implementing safe and healthy work practices, working conditions, and a safety mindset among all employees. • Appointment of appropriate persons to administer the safety and health program. • Provide a means of collecting, evaluating, and circulating safety and health information, necessary audio-visual aids, and other appropriate materials. • Maintenance of injury and illness recordkeeping systems with periodic review and evaluation. • Inspections of health and safety work practices and conditions in the field on a routine basis, utilizing checklists that will be reviewed with site personnel. • All levels of management and supervisory personnel are committed to the following principles that are the foundation on which the TFR safety and health program is built: All injuries and occupational illnesses can be prevented. All construction and operating expenses can be reasonably safeguarded. Working safely is a condition of employment. Environmental Overview TFR is committed to protecting the environment and preserving the Nation's historic resources while complying with applicable Federal environmental and historic preservation laws such as: • National Historic Preservation Act • National Environmental Policy Act • Endangered Species Act • Clean Water Act • Clean Air Act • Coastal Barrier Resources Act • Migratory Bird Treaty Act • Resource Conservation and Recovery Act • Coastal Zone Management Act • Farmland Protection Policy Act • Fish and Wildlife Act • Wild and Scenic Rivers Act • Magnuson-Stevens Conservation and Management Act • Executive Order 11988, Floodplain Management • Executive Order 11990, Protection of Wetlands • Executive Order 12898,Environmental Justice The primary potential environmental impacts occur from activities related to debris management sites, individual demolition sites,and transportation activities associated with moving debris and waste along with general transportation activities. A comprehensive Environmental Protection Plan will be prepared and submitted within five days of notice of award. It will identify specific debris management sites and specific impacts associated with the location(s). This includes site-specific information such as depth to the water table, distance to potential receptors and pathways,and the site setting parameters that may be affected by activities such as dust,odor,noise,traffic,etc. Until the specific debris site is identified,the Environmental Protection Plan cannot be finalized. T.F.R.borpprises,Iic. DISASTER RESPONSE DIVISION 6 Exhibit "A" This framework is intended to demonstrate our familiarity with the requirement and our ability to deliver the submittal plan as required. It's not intended to be a complete or thorough model for the Environmental Protection Plan. Pathways to be evaluated and issues to be addressed in the Environmental Protection Plan: • Air/Dust, Odor, Gases, Smoke • Water/Storm Water Runoff/Erosion Control, Leaching into Water Table • Esthetics&Community Relations-Setbacks,Noise,Traffic, Hours of Operation, Tree Preservation, Site Restoration • Spills and Spill Response Special Considerations: • Wetlands Protection • Ground Water Recharge and Discharge • Aquatic Food Chain Support • Fish and Wildlife Habitat • Fire/Rodent/Wind/Hauling Control Primary considerations also include prevention of soil erosion and sedimentation,improved air quality, reduced noise pollution, energy conservation through site layout and design, protection of privacy by maintaining and establishing buffers between conflicting land uses, and maintaining or enhancing habitat for wildlife through final restoration. 12111.larrr"Ia,In. DISASTER RESPONSE DIVISION 7 Exhibit "A" of ipof i Event Type 1: Spot Jobs—Localized #DMS Type of Equipment Estimated CY Quantity of Mobilization Sites Haul Units time from NTP N/A Chainsaw Crews Hourly Cut& 3-5 6-12 Hours Self-Loading Knucklebooms Shove Operations Bobcats TFR Spotlight Methodology: TFR will aid local government forces in the TFR mobilized 180 Emergency Cut& clearing, removing, hauling, and/or reduction by chain saw of Shove Crews within 6 hours after localized woody debris by cutting and removing vegetative debris Hurricane Florence made landfall in to a point of two feet beyond the curb or gutter. The entire scope North Carolina.The crews responded of this event may be performed on an hourly basis utilizing local in 6 counties and were comprised of subcontractors and company-owned resources. (The number of 720 responders and 180 bobcats. personnel, push equipment, and cut crews will depend on the Although the state was devastated with severity of the storm.) Although a debris management site is not historical flooding caused by the storm,TFR had the roads and normally required for this type of event, if one is required, TFR highways cleared within 72 hours can select and set up a site within 24 hours. Event Type 2: Small Event—Widespread or County/City Wide #DMS Type of Equipment Estimated CY Quantity of Mobilization Sites Haul Units time from NTP 1 Chainsaw Crews Less than 5-8 24 Hours Self-Loading Knucklebooms 25,000CY Bobcats Bucket Trucks Methodology:Using company-owned resources,TFR will provide TFR all necessary supervision, manpower, and equipment to clear, Spotlight remove,haul, recycle, and/or dispose of all types of debris. For an Town of Madisonville,Louisiana event of this size, we anticipate needing one debris management Event:Hurricane Ida,2021 site, which we will either locate or use government land that may TFR provided all necessary be suitable for segregation activities. Throughout the setup, supervision,labor,and equipment to maintenance,and closeout of the project,all federal guidelines and clear,remove,haul,recycle and regulations will be followed. Debris types that cannot be recycled dispose of 27,000 cubic yards of storm debris.TFR was onsite 24-hours from will be hauled to a permitted final disposal facility. notice to proceed. TFR does not anticipate needing subcontractors in an event of this size,however,if necessary,we will pull from our list of local subcontractors first.All subcontractors will be required to adhere to all federal contract requirements and report directly to a TFR project manager. Q""461111.Enterprises,Inc. DI$A. 8 Exhibit "A" Event Type 3: Significant Event—Removal,Reduction,Hauling—Woody Debris Only Widespread or County/City Wide #DMS Type of Equipment Estimated CY Quantity Mobilization Sites of Haul time from NTP Units 2 Self-Loading Knucklebooms 100,000 CY 20-25 24 Hours-50% Tub Grinders 48 Hours-100% Bucket Trucks DMS Support Equipment (Excavators,Dozers) Methodology: Using subcontractors' and company-owned resources, TFR will provide all necessary supervision, manpower, and equipment to remove, reduce (grind and mulch) and haul woody debris to a disposal site. We will operate two debris management sites for an event of this size, which we will either locate or use government land that may be suitable for reduction activities.TFR will comply with all federal guidelines and regulations for debris management site operations. Immediately following activation, TFR will implement an aggressive mobilization and hauling schedule. Haul trucks, bucket trucks, grinders, and support equipment will mobilize to a staging yard to begin the certification process. Next, a meeting will be held with all personnel to discuss priority routes, safety protocols, and documentation processes, and review onsite points of contact. Simultaneously, our site operations manager is constructing towers, addressing any ingress/egress issues, and reviewing the site layout plans. Finally, all bucket trucks/haul trucks have been given the green light to begin cutting and hauling operations. TFR Spotlight - Safety is of utmost concern at TFR and all standard safety policies City of Choctaw,Oklahoma and procedures, including signage, flagging, etc., will be Event:2021 Ice Storm implemented and strictly followed. Once the vegetative material TFR provided all necessary reaches the DMS, it will be stockpiled, reduced, and hauled out supervision,labor,and equipment to for final disposal. If the DMS is located near occupied structures, remove,reduce,haul,and dispose of our quieter, but slower, horizontal grinders will be utilized to 81,694 cubic yards of woody debris. TFR was onsite 24-48 hours from reduce noise pollution. If it is a rural area, large, high-speed tub notice to proceed. grinders will be used. Event Type 4: Significant Event—Removal, Reduction, Hauling, and Separating Mixed Debris Widespread or County/City Wide #DMS Type of Equipment Estimated CY Quantity Mobilization Sites of Haul time from NTP Units 3 Self-Loading Knucklebooms 250,000 CY 25-35 24 Hours-25% Tub Grinders 48 Hours-50% Bucket Trucks 72 Hours-100% DMS Support Equipment (Excavators,Dozers) T.F.R.Bombs,Inc. DISASTER RESPONSE DIVISION 9 Exhibit "A" Methodology: This event type is identical to Event Type 3,except that debris segregation on the right-of- way and at the debris management site will be mandatory.TFR will work with government representatives to create public service announcements and distribute literature on how to properly segregate material on the right-of-way. Through clear communication, proper planning, the adaptability of our team, and their combined knowledge of the industry, we ensure that our clients receive the best service possible, maintain FEMA eligibility for reimbursement,and recover with minimal hindrance or delays. Event Type 5: Catastrophic Event—Removal,Reduction,Hauling, and Separating Mixed Debris Widespread #DMS Type of Equipment Estimated CY Quantity Mobilization Sites of Haul time from NTP Units 3-4 Self-Loading Knucklebooms 500,000- 50-75 24 Hours-25% Tub Grinders 1,000,OOOCY 48 Hours-50% Bucket Trucks 72 Hours-100% Bobcats DMS Support Equipment (Excavators,Dozers) Methodology: The same operational process utilized for Event Type 4 will be utilized but in an expanded manner. This type of event has the potential to generate up to 1,000,000 cubic yards of debris. We will consult with Government officials to assess the appropriate number of haul units to have on the road. In jobs of this capacity,the contractor must ensure not to"flood"the impacted area with hauling units. This leads to traffic safety hazards, a slowdown in traffic flow, and increased lines at the debris management sites and landfills; however, TFR would estimate a need for 50- TFR Spotlight 75 trucks and at minimum three debris management sites for this type of event. That said, our primary concern is meeting our Rapides Parish,Louisiana client's needs and we will bring on as many units as necessary to Event:Hurricane Laura,2020 ensure that this occurs safely and expeditiously. TFR provided all necessary supervision,labor,and equipment to The operational plan remains the same as the scale of the disaster remove,reduce,recycle,haul,and grows in destruction.We are confident in our capacity to maintain dispose of 692,024 cubic yards of mixed debris.TFR was onsite 24 compliance, enforce safety regulations, and offer the necessary hours from notice to proceed. supervision,personnel,and equipment resources. Event Type 6: Catastrophic Event—Site Management-County/City Wide #DMS Type of Equipment Estimated CY Quantity Mobilization Sites of Haul time from NTP Units 3-4 Tub Grinders 1,000,000+CY N/A 24 Hours-25% DMS Support Equipment 48 Hours-50% (Excavators,Dozers) 72 Hours-100% T.F.R.Emerprises,Inc. DISASTER RESPONSE DIVISION 10 Exhibit "A" Methodology: With eight tub grinders, two horizontal grinders, TFR Spotlight and more than 200 pieces of heavy equipment, TFR can single- handedly set up, manage, operate, and close out enough debris Cedar Rapids,Iowa management sites to assist the client in its recovery from the most Event:2020 Derecho devastating events. Our ability to mobilize owned equipment, TFR was tasked to equip,operate,and along with equipment from a list of over 1000 subcontractors,will manage 8 debris management sites. allow TFR to mobilize and expeditiously complete a project of any TFR managed and processed more size and scope. This event may require multiple debris than 3,500,000 cubic yards of debris. management sites and we're committed to providing the necessary traffic control,weighing,measuring,reduction,and recycling services simultaneously,if needed. x""'2111.Eaterprises,Inc. DISASTER RESPONSE DIVISION �� Exhibit "A" Ability i TFR is capable of executing multiple contract activations within one or more regions because our team brings: ■ An experienced Prime who has successfully completed 450+ FEMA funded debris removal contracts and procured more than$2B in contingency contracts. ■ Management processes proven on disaster events. ■ Central oversight by experienced Operations staff and empowered project delivery teams. ■ Prime Subcontractors who are committed and proven responders. ■ Nationwide partners for personnel and equipment/trucking resources,along with a commitment to utilization of local and disadvantaged business enterprises as much as possible. The primary execution and staffing options are: ■ The TFR team self-performs using in-house resources. ■ The TFR team plus additional local/regional subcontractors perform the task order. The selected option is based upon a number of factors,including cost and availability of local technical resources with relevant skill and experience to successfully accomplish contractual requirements. Regardless of the execution strategy, the managing staff will come from the TFR team and strictly follow our proven management processes and procedures. Our management approach to execute multiple contract activations is based on the following: Single Point of The operations manager will serve as single point of contact, ensuring a clear Contact and direct communication channel.For simultaneous projects,multiple sectors, or when needed sites will have either an operations orproject/site manager. Clear Roles and The operations manager will select the project and site managers, as needed, Responsibilities depending on project scope. All support staff, subcontractors, and crews will report to the site manager. Our team has a large pool of assets that ensure we can readily provide the convect mix of labor,equipment,and materials for every project. The project manager will be responsible for staffing, subcontractors, budget, schedule,technical,and quality aspects of the task order assigned. Proactive Corporate Working with our overall Program Manager, our operations manager will Leadership monitor team performance and ensure resource availability and client satisfaction.We're committed to ensuring appropriate resources for all projects. Cohesive Team Our combined team is accustomed to working at multiple locations and coordinating within the team, as well as with local government, regulatory, and state agencies. The site manager will be responsible for coordinating with the technical staff for scheduling and deliverables. All personnel will be linked by our robust communication system/tools to ensure seamless delivery of services. Access to Vast TFR has a database of 1,000+previously employed subcontractors and hundreds Reach-Back of equipment dealerships throughout the US. Our operations manager will Capabilities coordinate access to these vast resources in coordination with our project managers. j'1.f.R.Enterprises,Inc. DI SAS7ER RESPONSE DIVISION 12 MANAGING MULTIPLE CONTRACTS IN 2020 Iowa Louisiana Additional Oklahoma 850,796 CY Yards5, 196,679 31802,802 Alabama 384,819 CY Cubic . Yards Mississippi • 111 CY Derecho (17) Jurisdictions Hurricane Laura (27) Jurisdictions Geographic Performance 2020 Season Summary 74 Companies Subcontracted 10,360,096 Cubic L Yards Managed Certified 1,350 Pieces of Equipment $76,000,000 0 L Revenue Operated, Remediated, and Closed 0 out 67 Debris Management Sites 13 Exhibit "A" Additional Disaster Experience Managing Multiple Contracts Contract Hazardous Contract Year Disaster Events Activations Volume Trees Value 200,000 CY 221 Cut&Toss Aug-19 Hurricane Dorian 6 Hours 1,000 $ 434,927.00 198,800 CY 71,500 Operator& Aug-18 Hurricane Michael 3 Equipment Hours 0 $ 13,806,189.00 166,000 CY 1,066 Daily Rate for Equipment& Operator Aug-18 Hurricane Florence 13 206 4 Men Crews 0 $ 7,936,486.00 Mar-18 California Floods 2 58,420 0 $ 8,630,020.00 Sep-17 Hurricane Maria 1 495,000 CY 39,411 $35,404,180.00 Aug-17 Hurricane Irma 9 902,000 CY 39,748 $31,927,010.00 Aug-17 Hurricane Harvey 9 416,000 CY 1,000 $ 6,402,517.54 Sep-16 Hurricane Matthew 5 300,000 CY 75,000 $17,889,818.00 Client Testimonial "Battling a global pandemic environment,inclement winter weather,while also responding to multiple hurricanes that impacted other areas of the country during 2020,TFR has successfully aided the State of Iowa in grinding and disposing of more than 1.6 million cubic yards of vegetative debris in less than six months"Jordan Moser, Iowa Department of Homeland Security T.F.R.WpNscs,Iic. DI SaSTER RESPONSE DIVISION 14 TFR ENTERPRISES, INC. President/CEO MULTIPLE DELIVERY ORDER OPERATIONS CHART CQC System Manager Operations Manager EH&SO Task Order#1 Task Order#2 Superintendent Superintendent Load& Hazardous Tree Site Demolition Load& Hazardous Tree Site Demolition Haul Trimming Manager and ROE Haul Trimming Manager and ROE Removal Removal Foreman HHW Foreman HHW Foreman Foremen ForemenCrew Crew Foreman FFoman Foremen Foremen Grinding Incineration Foreman Grinding Incineration Operators Drivers Operators Sawmen HHW Drivers Climbers Operators Operators HHW Laborers Crew Sawmen ClimbersOperators Operators Crew Bucket Truck Laborers Laborers Laborers Flagmen Sawmen Operators Laborers Bucket Truck Laborers Operators Laborers Flagmen Sawmen Flagmen Laborers Laborers Flagmen Laborers 0T.F.R.barriscs,Inc. DISASTER RE5PONSE DIV 1510)' 15 Exhibit "A" Technical Approach This operational plan has been thoroughly vetted over years and years of disaster-related debris management projects. ® Ready Utilized in Plantation, Florida to smaller projects such as Port Aransas, Texas, the operational plan outlined below With years of experience helping hundreds of maintains the flexibility to administer and complete multiple customers, offers a deep understanding of the disasterr recovery process. We help our large-scale projects simultaneously without sacrificing clients put together a plan before a disaster safety, transparency, and performance. In 2017, TFR's strikes so that they will be ready to respond flexible operational plan was tested.With projects spanning when it does. from Puerto Rico, California, and Florida, to Beaumont, Texas, TFR operated, funded, and completed 26 ® React simultaneous projects with a total value of over$78 MIL. TFR hits the ground running as soon as a disaster strike. We can mobilize our expert FEMA Understanding and Experience project managers, crews, and state-of-the-art TFR possesses an intimate understanding of the FEMA equipment within hours. funding and reimbursement process. ALL TFR CLIENTS HAVE RECEIVED 100% OF THEIR ELIGIBLE 0 Respond REIMBURSEMENT. TFR HAS NEVER HAD A TFR carefully coordinates every disaster SINGLE DOLLAR DEOBLIGATED BY FEMA or the recovery/debris management plan to meet the FHWA. We understand that our client's reimbursement is needs of the community. Our deep planning directly correlated to their ability to pay TFR and we work and project expertise enable us to provide with our clients to ensure this process is as fast and efficient extremely accurate time/cost estimates and as possible. meet or exceed all project expectations. TFR personnel have conducted over 450+ federally funded ® Recover projects,and as such,have gained invaluable experience and TFR provides support and technical assistance familiarity with the FEMA recording and reimbursement to help clients navigate a complex maze of state process conducted under the federal Public Assistance and federal public assistance programs, Program. With minimal turnover in our key personnel for mcluding FEMA reimbursements, to help the past five (15)years, our employees have been working disaster-impacted communities get back on their feet as quickly as possible. as a cohesive team to confront FEMA issues and ensure the reimbursement of our clients for 34 years. Sharon Lyell,our Project Administrator, in conjunction with Tiffany Jean, Senior Contract Administrator, heads our FEMA Compliance Team in all disaster-related projects. Our FEMA Compliance Team is deeply vetted in FEMA management and operational styles, and NEVER has TFR, or its officers, had a disputed claim for FEMA reimbursement.These individuals are very familiar with and aware of the federal guidelines for independence in accountability and reporting as well as recognizing that it cannot perform or assume the sovereign duties of the government officials.However,this does not preclude TFR from offering the following services to aid our clients in complying with the federal Public Assistance Program: • Provide extensive pre-event training sessions with a review of previously submitted FEMA paperwork. • Design appropriate cost tracking systems before approval of Project Worksheets is received. • Assist in the estimation of debris volumes by debris types and debris management costs for Preliminary Damage Assessments • Train clients on FEMA's Cost Estimating Format,a forward pricing model allowing FEMA to account for all possible costs on large projects. • Assist in the preparation of Immediate Needs Funding(INF)requests. Aj'T.f.R.B&rulIC. DISASTER RESPONSE DIVISION 16 Exhibit "A" • Review the operational procedures of the FEMA Public Assistance Program as it relates to the overall recovery process. • Inform and prepare for critical meetings with FEMA, with emphasis on "Kick-off Meeting" and "Applicant's Briefing." • Aid in the preparation of Project Worksheets • Provide, review, and confirm the accuracy of supporting documentation (i.e., Truck Certifications, Load Tickets,Equipment Time Sheets,etc.)for the Project Worksheets to realize full reimbursement. TFR takes a proactive approach to debris management. Enacting a comprehensive, efficient debris management plan,which retains operational flexibility to address problems on the fly, is vital to the success of the project and our client's realization of full FEMA reimbursement. Upon establishment of a debris management plan, we strongly suggest submitting the plan for FEMA review, relieving undue stress over FEMA acceptance following a disaster event. Training Sessions and Tabletop Exercises Preparation is the be-all of good emergency management.As such,TFR offers annual on-site training and tabletop exercises for all Clients wishing to participate.Usually lasting 4 to 5 hours,TFR conducts the training service in the months preceding Hurricane Season on simulated events developed by TFR.In the past,we have offered this value-added service to Clients to familiarize ourselves with key emergency management officials and local agencies designated to the project.TFR believes understanding the needs of the local officials allows us to tailor- make a debris management plan that best suits the community. With TFR's expertise and guidance,the client and TFR will develop a complete,full-service debris management plan that anticipates encumbrances, highlights transparency, emphasizes expediency, and forces accuracy. The preparation and experience gained during our training exercises will position local officials to respond quickly and realize full FEMA reimbursement. Additionally, by identifying key elements, such as DMS and Staging locations,TFR can rapidly mobilize to ensure an efficient response immediately following the storm. TFR's training session focuses heavily on the following topics: TFR Spotlight FEMA Guidelines and Policies TFR has successfully This portion of the training is billed as"How Best to Maximize Your Federal completed more than Reimbursement."We walk through,step-by-step,the FEMA Public Assistance $350,000,000.00 in Program from the Disaster Declaration by the President to the submittal of the federally funded task "Letter Requesting Project Closeout." TFR will inform our clients of topical orders. and current FEMA guidelines and policies that are affecting the reimbursement process. Additionally, to benefit and familiarize Officials with federal documentation and expectations,TFR will review and analyze a FEMA Reimbursement Submittal from a current client that received full funding.This portion of the training is customized to fit the knowledge and expertise of the local officials,however,in every training session we stress key elements of the process outlined below: • Review and recommendations for the Request for Public Assistance Form • Training of personnel on federal expectations in Project Worksheets(PW) - Review the scope of work justifications including narratives,fiscal documentation,and - Analyze accepted content documentation of completed projects, including photo documentation,invoices,etc. - Review supporting documentation for PW's for accuracy. - Familiarize the client with an individual project and deficiencies of the file, scope of work relating to the project worksheets,and cost estimates. • Review and identification of eligible equipment, labor, and contracts, accurate unit costs, and scope of work. Quiumft* DISASTER RESPONSE DIVISION 17 Exhibit "A" • Review and analyze the utilization of Force Account Equipment,Force Account Materials,and Force Account Labor practices for reconciliation with Work Orders and Equipment Codes • Review and recommendations for Force Account Labor Summary Record,Force Account Equipment Summary Record, and Contract Work Summary Record • Review and analysis of the documentation program in keeping with FEMA reimbursement guidelines: - Update existing documentation and record-keeping systems to comply with federal reporting and record-keeping,or - Propose a record-keeping and documentation system that will comply with federal reporting and record-keeping requirements. • Provide training and orientation to clerical and department heads on required documentation quality and quantity requirements. • Examine the reconciliation of invoices to appropriate Purchase Orders and PW's scope of work. • Examine status reports and PW tracking through State and Federal Agencies. • Review the organization and preparation of invoices, canceled checks, contracts, public notices, bid tabulations, force account labor and equipment information summaries with easy reference tabs, attached in document format,to coincide with the guidance documents utilized by FEMA inspectors. • Examine the drafting and final submittal of the"Letter Requesting Closeout." Debris Management Site Location and Testing In conjunction with Government Officials,TFR seeks to aid in selecting and qualifying Debris Management Sites. Identification and selection of an appropriate DMS are vital to the debris management process's efficiency, cost control, and overall safety. The FEMA Debris Management Guide outlines the selection of a DMS through the following: 1. Ownership 2. Size 3. Location 4. Environmental and historic concerns In past planning sessions, TFR and Government Officials have scoured potential areas locating and qualifying numerous DMS through a stringent identification process. Examining the layout of the City/County, possible high-volume areas, and environmental impact, TFR and Officials can establish probable locations that best suit the debris management effort. After sites have been identified, historical information is pulled to ensure compliance with the National Historic Preservation Act,and soil and water samples are collected to file with State Environmental Protection Agencies. Coupled with TFR's unique ability to operate 8 concurrent debris management sites with Company-owned Diamond Z Grinders, the qualification process of logistically, geographically,and environmentally appropriate DMS is key to the efficient,rapid mobilization effort TFR can offer. Sectoring of the Impacted Area TFR strongly recommends our clients develop and review sector maps for the debris management plan. If requested, TFR will assist in the establishment of emergency routes with a pivotal focus on immediate-need facilities. TFR prioritizes certain immediate need facilities, including EOCs, government buildings, hospitals, and FEMA Distribution Centers, to employ a rapid 70-hour"Push"to secure facility access. Following the establishment of emergency routes, TFR and Government Officials will review preliminary sector maps and designated DMS for debris collection. Our goal is to develop sector maps that retain flexibility post-storm to ensure efficient allocation of resources to debris-ridden areas while emphasizing safety to our crews and the community. Q.-IT.F.H.EnMppriscs,Inc. DI SAS iER RE SPUN>E DIV ISiUN 18 Exhibit "A" Pre-Strike Procedures 48-72 hours before anticipated landfall: Both the President and Director of Operations of TFR Enterprises, Inc. have been monitoring and tracking"Mock"hurricanes through local communication and weather channels. The Director of Operations will contact the known designated Government Representatives and provide them with the primary and secondary, 24-hour emergency contact personnel and points of contact (e-mail and cell phone). The Contract Administrator in the home office will produce a list of known,experienced subcontractors from the database and sort the list by State (a list can be provided upon request) *Note: The subcontractors listed as pre- qualified are companies familiar with TFR procedures and expectations. In past projects, these subcontractors have been successful in operating alongside TFR and thoroughly vetted. Project Managers will each be given a group of these subcontractors to contact. Each Project Manager will begin calling the subcontractors and make the following determinations for each and in aggregate: • Current equipment and personnel on hand and available to commit if tasked. • Best-estimated anticipated response time if tasked. • Plans for housing, feeding personnel,and fuel supply resources. During this same period,the Service Manager in the home office will begin calling Equipment Rental Dealers to identify available equipment on hand, such as Rubber Tired Front End Loaders, Skid Steer Loaders, Grapple attachments, Knuckleboom Loaders, Bucket Trucks, Vacuum Trucks, Water Trucks, Bulldozers, Portable Generators, and Portable Toilets, to augment, if necessary, TFR owned equipment. Also, the Service Manager will prepare preliminary tracking routes for Company-owned equipment and determine what states and what permits may be required if tasked. An evaluation of the information gathered from the Subcontractors who have been contacted and an estimated crew/response capability will be made in the following priority: 1) Subcontractors on a call with Emergency Road Clearing Equipment. 2) Subcontractors on a call with Loading and Hauling Equipment. 3) Subcontractors on a call with Site Management Equipment. This information will be added to the estimated crew/response capability of TFR's Company-owned equipment and personnel,and a preliminary mobilization schedule will be prepared. 24-48 hours before anticipated landfall: The Service Manager will begin acquiring trip permits for dispatching the initial transport of heavy equipment(debris clearing and site preparation equipment)to the designated staging area. Loading and Hauling equipment and personnel will be dispatched to the designated staging area as well as mobile campers and temporary housing units. The experienced subcontractors previously notified will be contacted by the Project Managers and placed on standby,if necessary.Their mobilization capability and preparedness will be noted and updated in the preliminary crew assessment. 0-24 hours before anticipated landfall: Upon notification of the Government Representative, or at the discretion of the Director of Operations, the Pre-Execution Planning Team (Operations Manager, Operations Planner, Project Managers,Environmental Health and Safety Officer,and the Program/QC Manager)will deploy. jI.F.I.B"122 IIC. DISASTER RESPONSE DIVISION 19 Exhibit "A" To provide an immediate point of contact, at least one (1) TFR Representative shall "ride out"the storm with Government Officials.This TFR representative shall be responsible for coordinating the"push"effort as the Pre- Execution Planning Team assesses the damage,and sections of the City/County,if not completed,and mobilizes resources. A workforce of Management and Loading and Hauling crews (minimum of ten) have been notified, prepared, and will be in the affected Sector/Subsector and poised to respond within a few hours following the landfall or strike for the immediate emergency needs response. In a post-strike environment,with a Notice to Proceed,the planning team will deploy to the designated location within hours to participate in estimating debris volume, sectoring the disaster area, locating debris sites, determining personnel and equipment requirements, evaluating environmental and health and safety issues, and identifying necessary permits and license requirements. Once this meeting has taken place, a defined list of equipment and personnel necessary will be identified. During this planning session,the following determinations will be made: • Total area affected. • Estimated number of Debris(This can be performed by Government Officials or TFR,either by aerial assessment or by`windshield"drive-by through the damaged area) • Number of Sectors to be assigned for best management. • Number of estimated DMS required for efficient removal. • Location of best possible DMS Mobilization of Personnel and Equipment Following the coordination with Government Representatives,and identifying the quantities,sectors,DMS,and production requirements,TFR will continue the mobilization process. Pre-Execution Planning Team will call a meeting of all Project Managers and s alert them to prepare to leave within 24 hours and be away from home for an s- extended period. Being within relative proximity of the disaster area,TFR can provide an expedient response, as personnel fully understand the requirements and urgency associated XW with disaster relief and recovery and the little notice provided after the award of a contract. TFR and its partners are fully prepared to meet the mobilization requirements,including the extended time away from families,and fulfill those requirements with the utmost pride in our product. • The Operations Manager and his assistant will locate a Staging area where equipment and personnel can be mobilized for inspection and orientation. • The Service Manager in the home office will deploy one or more of the company's Mobile Field Offices to the Staging area if needed. • Project Managers will review the equipment and personnel requirements and compare them with equipment already on hand to determine the additional equipment and personnel to be mobilized.The Project managers will then review the Company-owned equipment available list, the selected Subcontractor's immediately available list, and equipment suppliers list. The project managers will notify the subcontractors selected for use on this task order. Enterprises,Inc. DISASTER RESPONSE DIVISION 20 Exhibit "A" • Communication will be given to the dispatcher in the home office about the need for any Company- owned equipment so that they may begin the process of permitting and shipping the necessary pieces. If additional equipment is needed, the project managers will communicate with the equipment manager who will contact the equipment suppliers on standby and order the necessary equipment for the completion of equipment requirements. • The Operations manager and his assistant will attempt to secure temporary housing,such as RV parks or other suitable locations for temporary use for parking travel trailers.(The company,as well as many of its employees and subcontractors, have self-contained travel trailers which are used in the early response and mobilization of the project. As the local infrastructure improves and the demand for housing(hotels,etc.)decreases,many employees will relocate.) • The Operations Manager or his assistant will prepare a list of all TFR employees and their Points of Contact(i.e.,cell phone,e-mail)and deliver copies to Government Officials. • The Operations Manager or his assistant will review Subcontract Agreements and supply copies of Current Wage Rates. Preparation of Debris Management Sites r-- ----- --- ---- -------- -------- Gate- ----- --- ---- -------- --------Gate I I I I I I Ole C&D Entire Site=100 Acres Public Disposal Inspection I Construction&Demolition . I (C&D)Debris - I Tower I Parking/Port-a-John Adequate Turnaround I ices Dumping Area I 1/4-1/2 Mile — - I IJ I HGate 3 20'-30' I ' HTW I I I \� I I Vegative Debris I Stop Blocks I Ash Pit Air Curtain Incinerators iTub 300'Exclusion nder I 15"-20 Zone L-_ - - _ -- ----- -----_-. Obtaining and Possessing Necessary Licenses and Permits - The Operations Manager or his designee will investigate the state and local statutory requirements needed to perform the work described in the pre-position planning in the affected areas and determine what permits are necessary to complete the work. Video and/or digital photographs of the site,before the occupation,will be made for the record,in addition to any soil,water, or other test documents.After acquiring all necessary permits and licenses,the Operations Manager and the EHS Manager will then prepare copies of all necessary permits for delivery to Government Representatives. Submittal of Site Plan and Establish Field Offices and Equipment Staging Area-After the approval/assignment by Government Representatives of the DMS,which currently is unidentified,a physical review of the site will be WT.f.R.loprises,lac. DISASTER RESPONSE DIVISION 21 Exhibit "A" made by the OM,the site manager,and representatives.Within 12 hours of the location and inspection of the site, a final site plan will be submitted for approval. The Site Plan shall reflect:(1)access to the site(ingress,egress) (2) Site preparation-clearing, erosion control, and grading, (3) traffic control procedures, (4) safety, (5) segregation of debris, (6) location of ash disposal area, hazardous material containment area, contractor work area,and inspection tower,(7)location of vegetative debris dump,(8)location of Mixed Debris and C&D dump, (9) Location of Temporary sanitary facilities, (10) location of reduction operations including incineration operations, chipping operations, (11) location of any existing structures or sensitive areas requiring protection from smoke, dust, noise and with awareness to existing traffic conditions (12) location of dump area for debris hauled from the public or haulers other than TFR with traffic patterns reflected for this area. Tasks will then be assigned to construct and establish the required elements of the site, such as the inspection tower, hazardous materials containment area,temporary fencing,etc. For this RFP and the general understanding of the layout offered by TFR,included is a general site plan utilized by TFR on previous projects that directly address the uses outlined above. However,before these site plans can be formally submitted, the necessary soil and water samples will need to be taken, checked, and filed with appropriate Government Agencies and maintained,on hand,at the TFR field office.The site plan will be reviewed and accepted by Government Representatives before DMS accepts storm-generated debris. QUIBOWMA. DISASTER RESPONSE DIVISION 22 Exhibit "A" Inspection Tower Construction Diagrams Corrugated metal roof,7'minimum above floor with 2' overhangs Min.3'• Worktable,Min. additional 4'x2.5'%"plywood Floor area 8'x 8',2x8 height w/4 corner joists,16"O.C.w/%" support plywood floor supported 4'high,YV' by 4-6"x6"posts anchored plywood 2'into ground with concrete walls I I Symmetrical wooden stairs Treated 6 x 6, w/top rail 30-34" 10'ground-to- and midrail floor,anchored 2'into ground with concrete I I I I I I I I I I I I I I I I Min.3' 4' 10' I I I I Min.2' II II II 11 �jT.F.R.EOPOes,Iic. OI s.1 TER RESPONSE DIVISION 23 Exhibit "A" Hazardous Materials Containment Area — TFR's employees have been involved in the preparation and construction of many DMS to FEMA/USACE specifications.The Company will have had all necessary tools and supplies shipped from its home office for the first deployment of equipment. Once again, this is done as a safeguard measure if supplies and materials may not be readily available in the area following a disaster event. This Hazardous Materials Containment Area shall be constructed to the specifications outlined in the RFP. Before construction,the site will be graded, and a berm constructed to provide a Hazardous Containment Area that will direct site runoff away from the Hazardous Containment Area.The area shall be WOO'.The perimeter shall be lined with hay bales and staked in place. The area shall be lined with a heavy gauge plastic(or tarp for colder climates where plastic may be too brittle)to provide a waterproof barrier. Six inches(6")of sand shall be spread within the area to provide an additional defense against hazardous leakage while also protecting the heavy gauge plastic against rips and tears. Additional plastic or tarp sufficient to cover the area will be available to prevent rain or snow from entering the containment. Lastly, site runoff shall be redirected away and from the containment area through the utilization of site grading. Additional Construction Procedures that may be necessary are: • The establishment of a lined temporary storage area for ash, fuels, and other materials that could contaminate soil and groundwater. • Construction of temporary fencing around debris material storage areas for segregation and protection from traffic. • Construct non-combustible stop blocks for equipment located at the bum pit. • Establishment of an equipment staging area where equipment can be isolated and inspected regularly for fuel and oil leaks. Describe provisions for a lined area for fueling and equipment repair to protect soils from spills of petroleum products,hydraulic fluids,etc. • Provision of plastic liners under stationary equipment such as generators and mobile light plants. • Construct Roadways Throughout the Site - Traffic will be designed for one way in and one way out to avoid congestion. • Erect Stop,Slow,and Direction Signs for safety and traffic flow. Signs will also be provided at the main entrance with the site name and directions,i.e.,OfficeNisitor Check-in,visitor parking,truck inspection tower, etc. There will also be signs designating the HTW area, white goods area, first aid area, mixed debris,etc. • Establish a gated entrance for security to the perimeter of the site and a guard building to record visitors and authorized personnel visiting the site. • If necessary, establish a"public"or separate dump area for debris hauled by others with separate traffic patterns and a distinguished and separated (by temporary fencing or other means) perimeter to avoid mixing the debris with the debris hauled by the contractor. Once the Site Plan is approved,the Company will locate its office _ command center. TFR owns five self-contained command centers COMMAND - constructed on a 45-foot travel trailer.They are inventoried with all p� CENTER_ • 1.(,fl~S jP , needed onsite management,communications,record-keeping, and safety materials. This includes such items as truck tickets, safety forms, identification signage, cellular phone, radio broadcast systems, desktop computer/fax and copying equipment,hard hats, ' -- - �_j steel-toed boots,flags, safety vests,and other miscellaneous items necessary to the immediate operations. These command centers will be equipped with self-supporting generators and temporary sanitary facilities if not,or until,available on site. �jT.F.R.Ones,Iic. DISASTER RESPONSE DIVISION 24 Exhibit "A" Establish Field Office Communications • Mobile telephones and Company radios will be the main source of communication in the field office until local landline telephones can be installed. All TFR truck drivers are equipped with smartphones. In addition, all TFR managers, supervisors, and foremen are equipped with mobile telephones for outside communication to coordinate the mobilization and dispatching of equipment as well as being available to the client. • All Company administrative personnel, including the Operations Manager, have electronic linkage capability for cellular telephones,satellite communications,Internet access,and fax access. • Records and communications are made using a network of personal desktop and laptop computers. • As quickly as the equipment is available (local services may be out for a time following a disaster) all major field locations are given at least one local number to facilitate communication with other local Government Agencies,local suppliers,and members of the public. • As soon as the field office is established,office personnel will be available during hours of operation. • Inspection of Equipment before beginning Task Order. All equipment previously dispatched and on hand for debris loading and hauling will be brought into the staging area for a safety inspection,identification, measuring,and numbering before being deployed to any work area. • Each piece of equipment will be inspected,and a written inspection report prepared to denote the results of the inspection. • In addition to the safety inspection checklist for trucks,all vehicles(trucks and trailers)will be inspected for a current license,tags,registration,and insurance. The inspection report will denote the truck owner and the truck driver.A copy of the operator's driver's license will be copied and on file. • A determination of driver qualification will be made(i.e.,a requirement for a Class A License). • Trucks to be used in hauling debris will be inspected for proper tailgates and proper sideboards or other extensions as well as the previous checklist. • Before a truck will be assigned a number, the inspection report and driver information will be made available for review by a Government Representative, and they shall physically inspect, approve the tailgate and any sideboards or other extensions,and measure the truck for capacity. Personnel Safety Orientation All Company employees will receive a copy of the Company's Health and Safety Manual at the time of employment.As part of the Company's Safety and Occupational Health plan and in compliance with the Accident Prevention Plan,a safety meeting will be held before any personnel is assigned to a task order. • The Company Safety Officer will conduct the meeting in the presence of a Government Representative. • All personal protective equipment required for the assigned task will be checked before personnel are dispatched to the assigned task. • A Personal Emergency Contact List and Map of Key Facilities for emergency conditions will be passed on to all Company and Government field personnel. Following the Equipment Inspections and Safety Orientation, Truck Measurement, and Numbering, equipment and personnel will be dispatched to the work areas prescribed because of meetings between the Project Managers and Government Representatives. Daily Coordination with Government Representatives The following is an outline of the company's daily procedures for keeping an informed dialogue between TFR and Government Representatives. • Each debris removal project is assigned a Load and Haul Project Manager. Before the beginning of each Project or Task Order, the Load and Haul Project Manager and the Project Operations Manager will meet with the Government's Representative to define the scope of work,work area, and any Government priority as to areas included in the Task Order. QT.FJ.WftkL DISAS7ER RESPONSE DIVISION 25 Exhibit "A" • After the total area of work to be performed under the Task Order has been defined,a map of the area is prepared to divide the total area into sections. These sections are then given a territorial reference(for example Section 1,Section 2,etc.,). • Two identical copies of this map of the total area divided into sections are prepared, one for the Contractor and one for the Government. The contractor's copy is kept in the field office headquarters of the contractor. • Each evening a meeting is held between a Government Representative and the Load and Haul Project Manager to review the areas which have not been worked on. • The Loading and Hauling Project Manager shall confer with a Government Representative and shall provide a work schedule plan daily reflecting the assigned location of all loading crews daily. • A daily work schedule assigning crews to specific Sections previously approved by the Government's Representative,is prepared by the Load and Haul Project Manager,and distributed to the foremen of each crew. • Loading and Hauling crews shall not be re-assigned to another location until the Load and Haul Project Manager and the Government Representative have inspected the area worked and they have determined that the work performed has met the Scope of Work requirements in the Task Order. • Each evening following the workday,the Crew Foremen will meet with the Load and Haul Project Manager and will report on the amount of progress in the sections assigned to them. • The Load and Haul Project Manager, along with the Government Representative will tour each section daily to confirm progress. When a section has been completed to the satisfaction of TFR and the Government Representative,the Load and Haul Project Manager will indicate the completed section on the map by color-coding the completed section. This map will provide a visual display of work completed and work remaining daily. Public Service Announcements TFR shall aid Government Representatives in developing a comprehensive Public Information Strategy. Oftentimes, residents hold local, state, and federal officials responsible for slow progress, however, enacting specific procedures to control the efficient flow of information to residents is vital to the community's recovery process.This includes the establishment of a Disaster/Debris Information Center,centralizing the release of vital information to the public. Operated from TFR's Mobile Command Unit utilizing satellite communications, Government Officials,in conjunction with TFR's Management Team,shall create television and radio advisories in the immediate aftermath of an event to be broadcasted five times daily.Additionally,when print media resumes, TFR shall aid in the development of pertinent newsletters detailing the recovery phases while providing a conservative timeline of events. These will be released online, through local newspapers, and posted at pivotal locations throughout the impacted area. TFR also recommends the establishment of an information hotline with a brief recording outlining the information listed below and additional vital information, i.e., debris drop-off locations,etc.This allows citizens to obtain up-to-date information immediately and on their schedule. Sample Radio Address has adopted regulations for the removal of disaster-generated debris. We have established an efficient and effective system in coordination with our debris contractor, so you,the citizen,will know what to expect and how to have your disaster-generated debris removed successfully. Contractors are working seven(7) days a week,twelve(12)hours a day to collect ONLY storm-generated debris. has divided the City/County into multiple debris collection zones. All zones are being worked simultaneously with the goal of coordinated,safe,and efficient recovery.Debris contractors are collecting all the disaster-generated debris moved to the curb from one subdivision/street/block in a zone before moving to the next.Your cooperation and patience are much appreciated during this trying time. 0"MOU.R.Enterprises,Inc. DISASTER RESPONSE DIISiOF: 26 Exhibit "A" The first pass will be made in your neighborhood beginning Fellow citizens, as you prepare to place your debris curbside for collection, please adhere to the following guidelines: 1. Do not place debris on top of utilities,for example,cable,phone,electrical,or storm drain boxes. 2. Please do not place debris in front of or around your mailbox. 3. Please do not place debris in front of or around your driveway,as emergency vehicles may need to enter the area. 4. Please drive with extreme caution in areas with large debris piles. 5. Please do not block or dump any debris into the storm drains or ditches. This will cause flooding. 6. Please aid contractors by sweeping excess and loose debris from the street in front of your house for collection. 7. Report damages that occur to your personal property to the TFR hotline, at(512)260-3322. 8. Please sort debris according to the following outline. We are a community, and we shall recover as a community. We appreciate your patience, cooperation, and assistance as we undertake this monumental cleanup effort. The following diagram, "Picking up the Pieces" can be posted online, distributed in local newspapers, and available for residents to properly segregate disaster debris along the ROW. PICKING UP THE PIECES OLCROSSING THE LI PROPPING UP r Any debris placed frcnT the A-Do not set debris against Following these specific guidlines sidewalk towardycur trees or poles.Doing so when hauling hurricane-related Cont actors cannot collect. makes it harder foc cleanup orew$to soocp debris and household garbage items on privateprcperty. up the items. to the curb will make for a speedier removal , d . � . process xy • i O eyI PO 1 -'� +�, .Irl ♦•• � AMY C rto of !� :••• O J - Enaneers b[YE rplgNAl ey uwaunr: • STAFF GRAPW By ••• CAN SW SM •���.. HELPFUL MNITS .•••J 0 Y' Q limn curbside garbage to two 32- gallon contags lners or eight trash ba I s ♦• O Share piles with neighbors iterri er dews Fbtneowners and businesses are being asked 0 must a sale .0 rrth dot tap wast W seeund with Met tape to separate debris into the following categories: O NOANGEOLD C0E0 UCT10N = V0E0ETgTION J BRIHAZARDOUS WASTE �'TINRE'00003 U ELECTRONICS HOUSEHOLD GARBr Bagged trash r Building materials i r Tree branches Ods r Refrigerators r Tele,islons r Discarded food i r Drywall rLeaves r Batteries r Washers,dryers r Computers r Packaging,papers '• r lumber r Logs Pesticides r Freezers r RacLcs . All garbageshould he r Carpet Paints r Air conditioners r Stereos placed curbside the night ? r Furniture Cleaning supplies r Stoves r DVD players before the scheduled r Mattresses Compressed gas r water heaters Telephones weekly pickup. Plumbing r Dishwashers j1.F.B.Emotes,lac. DISASTER RESPONSE DIVISION 27 Exhibit "A" Debris Collection Operations During the daily collection, movement, and disposition of debris, the TFR Operations Manager remains in constant contact with all Foremen and Supervisors via 2-way radio/smartphones to ensure that proper accounting and operational management of debris collection complies with TFR operational procedures. Midday conferences, either in person or by radio, ensure that right-of-way, public/private, and local issues are quickly addressed,often immediately.TFR's manager and principals are mindful of other disaster operations taking place in the affected areas during the debris removal process and are cautious not to interfere with the efforts of others during the performance of the contract. The CQC Plan and TFR's Quality Control Manager shall address the Recording and Reporting requirements with all levels of supervisors and crew foremen. Different levels shall have different requirements. A sample form will be provided and approved with the final CQC Plan, including any additional required modifications. This discussion shall include the general procedures set forth below: • All loading and hauling crews are under the direction of a TFR supervisor. • Daily reports are maintained by the crew foreman and all equipment downtime for repairs is noted on the daily reports. • Hours of each piece of equipment and each employee are recorded and reconciled with a Government Representative daily. • Daily Reports shall have daily and year-to-date totals for each piece of equipment/personnel tasked. • Daily Reports shall be signed by the Contractor's Representative and by a Government Representative. The TFR's Quality Control Officer shall prepare, sign, and submit to a Government Representative a Daily Quality Control Report. This report at a minimum shall include originals and one copy of all levels of QC reports received and in addition shall include a summary of safety issues,infrastructure damage,total numbers of trucks loaded, equipment, and plant hours worked, and idled or down, testing performed and by whom, loads and quantities hauled to DMS, the quantity of debris reduced, number of subcontractors working, contract non- compliance issues and all corrective actions. Removal of Debris from Public Right of Way Upon receipt of the task order and at the direction of Government Representatives, the Operations Manager will direct the Load and Haul Supervisor to dispatch the previously selected loading and hauling equipment to locations designated by the Government's Debris Managers. One foreman will oversee the loading and hauling operations for each crew. The foreman is responsible for conducting toolbox safety meetings, and a general briefing of operations including truck routes,local ordinances,and other pertinent information. The foreman is equipped _ with a fire extinguisher, a pick-up truck with mobile radio and cellular telephone, a first aid safety kit and a list of emergency telephone numbers, and a map to emergency medical facilities.The foreman is responsible for preparing a daily report of activities. �j'1.f.R.Enterprises,Inc. DI SASiER RESPONSE D M.. 28 Exhibit "A" Before Truck Certification and Inspection,all Subcontractors will have met with the sector superintendent or field administrator and provided the necessary paperwork including copies of current certificates of insurance(general, auto,workers comp.)copies of driver's licenses,and the execution of Subcontractor Agreements including: • Copy of Scope of Work • Copy of Accident Prevention Plan • Copy of Safety Sheet • Copy of Ticket Reporting Procedures • Location of Emergency Response Facilities and Contact Numbers • Copy of Equal Opportunity Policy • Copy of Alcohol and Drug Abuse Policy A truck Measure/Certification Site will be established at the DMS, or another appropriately designated location determined by the City/County, for all trucks to be inspected, measured,photographed, and, in case of tonnage contracts, a tare weight. Truck Certification, available upon request,will include the recording(first on a paper Certification Form and by Electronic Form)of the following: • Date of Measure • Assigned Truck Number • Truck Measured Capacity • Truck Description(including model,type,and color) • License No. and State • VIN No. • Truck Owner • Name of Subcontractor Truck is working for. • Truck Driver • Truck Driver's License No. and State • Truck Drivers cell phone or contact number. • Truck Tare Weight • Notes or exceptions(i.e.,descriptions, deductions for a doghouse,etc.) • Signature space for o Truck Driver o Contractor's Representative o Government Representative • A photograph of the Measured Truck w/driver will either be taken by Polaroid Camera and attached to the Certification Sheet; or by Digital and Stored. • Each Truck Dump Bed will be assigned the required TFR-issued side signs on each dump body,all to be weather durable,tamperproof, and non-removable: o Company Name o Truck Number o Maximum Volume in Cubic Yards o Inspector's Name and Date These signs will be placed,one each on each side of the dump bed body and are maintained throughout the project to ensure readability. Additional Truck dump trailers (pup trailers) will each have a separate truck measure certification including all the information outlined above along with a notation as to the truck that it is coupled with. Before equipment is dispatched to the loading sites, it will have already undergone all the necessary safety inspection,measurement,and hauling procedures at the staging area as outlined in the section above. All loading oWN.f.R.E pPiall Inc. DISASTER RESPONSE DIVISION 29 Exhibit "A" and hauling crews will have received a copy of the scope of work,accident prevention plan,safety indoctrination, and assigned a crew foreman.All crews and foremen will be instructed by the Load and Haul Supervisor that they are to work in areas designated by a Government Debris Manager and are not to relocate or move from one area to another without prior approval.No employees or subcontractors of TFR will be allowed to work for private or other public entities while employed or contracted under this project. Hazardous Tree Removal Unstable and leaning trees along a public ROW or within a naturalized area,such as public parks or golf courses, are eligible for removal. The Sub-Grantee may choose to attempt to save the tree through straightening and bracing if the cost of repair is less than the removal and disposal. A tree is deemed hazardous and eligible for removal if: ■ The tree is an immediate threat to public health and safety or improved property. ■ It has a DBH of 6"or greater. ■ AND one or more of these criteria: - 50%or more of the crown is damaged or destroyed. - A split trunk or broken branches that expose the heartwood. - Fallen or uprooted within a public use area. - Leaning at an angle greater than 30 degrees After a tree has been deemed eligible and scheduled for removal, TFR tree crews will discuss a tree-specific removal plan to ensure a safe,proper felling operation,considering: ■ Surrounding area for anything that may cause trouble when the tree falls. ■ The shape of the tree,the lean of the tree,and decayed or weak spots. ■ Wind force and direction ■ Location of other people ■ Electrical hazards Once the tree crew has identified a tree-specific removal plan,the following procedures shall take place: 1. The employee shall work from the uphill side whenever possible. 2. Before felling operations,the work area shall be cleared to permit safe working conditions and an escape route shall be planned. 3. Each worker shall be instructed as to exactly what he/she is to do. All workers not directly involved in the operation shall be kept clear of the work area. 4. Before starting to cut,the operator shall be sure of his/her footing and must clear away brush,fallen trees, and other materials that might interfere with cutting operations. 5. A notch and back cut shall be used in felling trees over 5 inches in diameter measured at breast height (DBH).No tree shall be felled by"slicing"or"ripping"cuts. 6. The depth of penetration of the notch shall be about one-third the diameter of the tree. The opening or height of the notch shall be about 2.5 inches for each 1 ft. of the tree's diameter. The back cut shall be made higher(approximately 2 inches)than the base of the notch to prevent kickback. 7. The resulting notch shall be flush cut to the ground. Hazardous Limb Removal Hazardous limb removal work shall consist of the removal and disposal of storm-damaged limbs that are: ■ Imminent and impending peril to the public ■ Greater than 2"in diameter at the point of breakage ■ Broken and still attached to the tree. The resulting debris will be collected from the grounds and hauled by normal debris collection standards. T.f.B.Ema�p�tiscs,Inc. DISASTER RESPONSE DIVISION 30 Exhibit "A" Hazardous Stump Removal The removal of hazardous stumps is a unique process requiring specialized equipment.As such,this process requires unique documentation and costing to realize full reimbursement,and meet the following criteria: ■ 50%or more of the root ball exposed. ■ Greater than 24"in diameter,as measured 24"above the ground. ■ Located on public property or a public ROW. ■ Immediate threat to public health and safety Once the diameter is established,pictures are taken,GPS coordinates establish the location,and the specific threat is documented,the stump will be physically removed by the best means available. The resulting hole from the stump removal will be backfilled and the amount of material needed will be recorded. Reduction of Debris Reduction of debris is normally applied to vegetative debris such as brush and tree debris,which is also referred to as "burnable debris". However, the reduction process can also be applied to some items that are considered non-burnable or construction and demolition debris. This would include such items as household furniture, construction materials such as roofing, and treated timber. This process is applied to reduce the volume of the material that is being landfilled. The economic evaluation of weighing the reduction cost against the unreduced landfill cost will be a factor in determining the feasibility of this approach. The most common methods of reduction are burning,chipping,grinding,and recycling.Recycling is covered in various sections as appropriate. Incineration There are two general classifications of the burning method,open burn,and air curtain incineration. Open Burning: Open burning,although very cost-effective,may not be suitable for urban areas. The feasibility of this method is very dependent on the location and the cleanliness of the debris. Many areas and locations will not permit open burn, particularly in urban environments where heavy smoke can create health and property damage concerns.However,in rural locations,if the debris is clean,there is very little environmental impact,and the resulting ash can remain on the site or be used as a soil additive. Bulldozers and loaders are the primary equipment required to operate an open burn process. Air Curtain Incineration:Air curtain incineration is also a very cost-effective method of reducing clean,vegetative debris but with less environmental impact than the open burning method. Air curtain incineration incorporates the use of a"bum pit"aided by a forced-air blower.The pit can be constructed below or above grade(depending on the water table) and includes a mechanical blower to create constant optimal bum rates and an"air curtain" effect. The air curtain incineration system is a combination of the blower and pit,engineered as a unit to achieve the effect of holding the smoke while feeding air to the fire pit. Since differing site locations contain differing conditions,such as soil composition,water table levels,etc.,there are no air curtain incineration systems standards in the industry. In the construction and operation of an efficient air curtain incineration system, special consideration must be given to the following factors: 1. A setback of at least 100 feet between debris piles and the bum area with a minimum setback from buildings and structures of at least 1,000 feet. 2. Construction of non-combustible"warning"stop blocks(at least 1 foot in height)for equipment located at the bum pit. 3. Use limestone(or equal material)for the construction of the"pit"with reinforced earth anchors,or wire mesh to support the loader ramps. 4. Use clay or limestone to create an impervious layer on the bottom of the pit to prevent the leaching of the ash from the aquifer. This layer shall be at least 1 foot deep and will be regularly inspected and maintained at that depth in the event scraper activity removes part of the layer during operations. 5. Seal the pit ends at least four feet high. I.F.R.[Uprises,loc. DISASTER RESPONSE DIVISION 31 Exhibit "A" 6. Pit construction(by this solicitation)shall be 8-9 feet wide,and 14 feet deep. 7. A 12"dirt seal will be placed on the lip of the burn pit area to seal the lower nozzle. 8. The blower will be configured to direct the airflow to strike the wall of the pit 2 feet below the edge. Operators will be instructed that the debris should not break the path of the airflow except during dumping. 9. Equipment used will be tested and adjusted to assure that a minimum nozzle velocity of 8,800 ft/min(100 mph)and a volume of 900 cf/min/linear feet is produced during bum operations. 10. The length of the pit shall be no longer than the length of the blower nozzle. 11. The operators shall be instructed to load the pit uniformly along its length. 12. Operators will also be instructed to extinguish the fire at least 2 hours before removing the ash. 13. Water trucks will be used to dampen ash residue as well as areas surrounding the bum site. Chipping/Grinding Reduction of debris by chipping and/or grinding is an opportunity to recycle the vegetative debris back to economically beneficial use. However, the overall economic impact of chipping/grinding compared to burning will have to be reviewed before a determination can be made. Grinding/Chipping is the reduction of woody, vegetative debris by cutting and pounding the debris to reduce the woody materials into small pieces or"chips" This method normally produces a reduction +` 1 of between 3 to 1 and 5 to 1, whereas burning reduces the debris by approximately 95%.However,wood chips can be recycled and used as mulch, fuel, ground cover, and animal bedding to name a few. The availability to recycle the chips would be a significant factor in determining the economic value of chipping/grinding. In the construction and operation of a chipping/grinding reduction operation, special consideration is given to the following factors: 1. Grinding machines must have a clearance of 300 feet. Warning signs must be stationed around the perimeter of the grinding equipment,warning of possible flying objects from the grinders. 2. The grinding machines must have screens,which produce chips not exceeding 4 inches in length and%2 inch in diameter. 3. Liners shall be placed underneath grinders, and other stationary equipment, as a preventative measure against possible leaks or spills exposing the soil and groundwater to contaminants. 4. Debris must be sorted and cleaned of other contaminants such as metals. 5. Operators must wear hard hats even in closed cab machines while operating. 6. Root Rake loaders are used to avoid contaminating the debris entering the grinder with dirt or sand. 7. Ground debris or mulch shall be stored onsite in piles no higher than 15 feet. Such piles shall not remain on-site for longer than seven (7) days and haul-out procedures shall ensure. Ground debris or mulch is monitored daily for heat and internal combustion. Segregation of Debris Before the material is brought into the DMS,all preparations outlined above will be substantially completed.The DMS will have staging areas for each category of debris brought to the site.All debris will pass by the inspection tower after entering the site and all loads will be inspected. Although every effort will be made to segregate debris on the right-of-way before loading, debris materials still become mixed,and some loads are so co-mingled that they are classified as mixed debris loads. These loads will be directed to the area defined on the site plan as the"mixed debris"pile.This material will be sorted and separated QUIBOWMAt DISASTER RESPONSE DIVISION 32 Exhibit "A" by machines with grapples and"thumbs"and by hand labor and placed into the C&D,Vegetative,HHW,White Goods, and Metals Piles. C&D Debris is non-burnable,non-recyclable debris that will eventually be delivered to a landfill. Samples of this type of debris include mattresses, clothing,household garbage, concrete, asphalt,metals,plastics, manufactured furniture, building components, etc. Parts of this material, if well separated, can be reduced by grinding before the landfill,to reduce the cost of hauling and tipping fees(if charged by volume). Other parts, such as metal can be recycled if well separated and cleaned. Vegetative Debris is burnable debris and can be reduced by either incineration or by chipping/grinding.If reduced by incineration,the estimated reduction rate is 95%and leaves the ash residue to be hauled off and disposed of. If reduced by chipping/grinding, the reduction rate is estimated at only 60%-75%, however, the by-product, mulch,can be recycled. The vegetative debris may become mixed with earth materials such as dirt,gravel,rock, or sand during the disaster.Root rakes are employed to shake and separate the brush and vegetative debris before it is reduced. Sometimes shaker screens or trommels are necessary to separate the earthen debris before reducing it. Household Hazardous Waste(HHW)is debris such as household chemicals,pesticides,unidentified liquids,paint, batteries, etc. As mentioned earlier, the primary goal is to separate this material on the curbside and pick it up separately by a designated HHW crew. These items are then delivered to the collection points designated by the Government Debris Manager. However, if HHW inadvertently becomes co-mingled with other debris and enters the site,it is separated from the other debris and placed into a Hazardous Containment area on the site for further disposal by those licensed to handle and dispose of this type of debris. White Goods refer to items such as refrigerators, air conditioners, freezers, etc. which may contain chemicals or fluids such as freon or oil,which must be remediated by someone with the appropriate license and certifications to do so. These items should be separated at the curbside and delivered to the collection points designated by the Government Debris Manager. If they are brought to the site for temporary storage, they will be contained in a separate staging area so that they may be inspected and properly cleaned of all chemicals or fluids. Metals will be separated at the curbside and delivered to a separate staging area at the DMS unless directed otherwise by the Government Debris Manager. These items may be recycled. During the operation of a DMS,special attention is afforded to the following areas: Site Safety: The Operations Manager and the Site Project Manager will conduct a Pre-Operations Site Safety meeting before the beginning of operations of the debris reduction site. Items to be included in the Safety meeting will be: a. An overall review of the Site Plan and directions as to the location of all temporary structures, the planned traffic flow, the location of first aid stations, eyewash stations, fire extinguishers, and the location of a sign with postings of emergency numbers. b. The first Weekly Safety Meeting will be held and all information as outlined in the Company Safety and Occupational Health Plan will be covered. c. The Activity Hazard Analysis for each operations activity will be reviewed and discussed. d. A communication path between the site management and site personnel will be established in the event of an emergency so that an orderly and efficient means is established to mitigate the event. Dust Control:TFR provides water trucks,which do routine trips throughout the site during the operations,keeping dry roads dampened to minimize the dust count.Water trucks are also used to dampen ash residue when removed from the burn pit to the ash pit.Attention is given to normal wind direction when the layout of the site is prepared. 4M T.f.B. ,1C. DISASTER RESPONSE DIVISION 33 Exhibit "A" Hazardous Materials Containment Area: The Site Manager will regularly inspect the Hazardous Materials Containment area for any cuts, tears, or leaks in the protective membrane that lines the containment area. The Manager will also inspect the berm surrounding the area to ensure proper site runoff is still intact. Roadways:Traffic will be designed to allow the flow of incoming and outgoing debris trucks to avoid congestion. Safety and directional signs will be posted throughout the site along with flagmen to assist and control traffic flow as well as for safety reasons.Road surfaces will be rock laid for easier maintenance and to protect from erosion. Private,non-operation-related traffic will be prohibited from the site. Communication: Operators and flagmen are equipped with two-way radios on the same frequency as the office base radio unit so that communications will be readily accessible throughout the site. Disposal Procedures Disposal sites for the debris will be determined before operations begin. This submittal encompasses the possibility that permanent or final debris resting place may not be immediately available at the beginning of operations, and we have therefore included the general operations of a Debris Management Site (DMS) in this proposal. Disposal of debris is the operation of placing debris in its final resting place such as a licensed, permitted permanent landfill or as expressed above,at a DMS.This operation includes the use of hauling equipment.In the Hauling and Dumping operations,special consideration is given to the following: 1. All loading and hauling crews are under the direction of a TFR supervisor. Daily reports are maintained by the Crew Foreman,and all equipment downtime for repairs is noted on the daily reports. The hours of each piece of equipment and each employee are recorded and reconciled with a Government Representative,daily. 2. Qualification of all operators/drivers is reviewed and determined before being allowed to haul materials. 3. All insurance documents and copies of driver's licenses are on file in the field office before beginning operations. 4. The safety orientation meeting is held by the Load and Haul Project Manager before operations begin. 5. Equipment is inspected and a record of the inspection is retained on file in the field office before operations begin. 6. Operators/drivers are versed in the dumpsite procedures before leaving the loading site. 7. All truck operators will be instructed to observe traffic regulations and follow the instructions of the flag persons. 8. All operators will report to the weigh station/inspection tower and deliver their"load ticket"to the QC operator(or government inspector)for inspection and approval before proceeding to dump debris. 9. Each truck operator will be directed as to where to dump each load at the dumpsite location by the designated dumpsite operator. 10. Each truck operator will inspect his truck and tailgate after the dumping process is completed to assure that it is secure before leaving the dump area. 11. Truck operators will follow the designed traffic flow when leaving the dump and returning to the designated loading area. Haul Out Procedures Hauling out of debris is the operation of hauling reduced debris from a DMS to a final resting place at a designated destination to be used in any number of capacities such as ground cover,biofuel, and fertilizer. This operation 0T.F.R.B01ft,kc. DISASTER RESPONSE DIVISION 34 Exhibit "A" includes the use of hauling equipment. In the hauling out operations, special consideration is given to the following: 1. All hauling crews are under the direction of a TFR supervisor.Daily reports are maintained by the Site Manager,and all equipment downtime for repairs is noted on the daily reports.The hours of each piece of equipment and each employee are recorded and reconciled with a Government Representative, daily. 2. Qualification of all operators/drivers is reviewed and determined before being allowed to haul materials. 3. All insurance documents and copies of driver's licenses are on file in the field office before beginning operations. 4. The safety orientation meeting is held by the Load and Haul Project Manager before operations begin. 5. Equipment is inspected and a record of the inspection is retained on file in the field office before operations begin. 6. Operators/drivers are versed in the dumpsite procedures before beginning loading activities and hauling reduced debris out of the DMS. 7. Trucks are loaded by rubber-tired backhoes, or excavators, utilizing a mulch ramp constructed approximately twelve(12) feet high, eight(8)feet wide, and at a grade,not to exceed thirty-five(3 5) degrees.This shall be determined at the site depending on topography and availability.No individuals will be allowed on the structure unless otherwise instructed to do so by the Site Manager and/or by assessing the overall safety of the structure. 8. Each truck operator shall inspect his/her truck before proceeding to the inspection tower to ensure the load is filled and any items are secured and covered by a tarp or other covering preventing chips from being blown from the bed. 9. All truck operators will be instructed to observe traffic regulations and follow the instructions of the flag persons. 10. All operators will report to the weigh station/inspection tower and deliver their"load ticket"to the QC operator(or government inspector) for inspection and approval before proceeding to leave the dump to its final destination. 11. Truck operators will follow the designed traffic flow when leaving the dump and returning to the designated loading area. White Goods White Goods refer to items such as refrigerators, air conditioners, freezers, etc. which may contain chemicals or fluids such as Freon or oil,which must be remediated by someone with the appropriate license and certification to do so. These items will be separated at the curbside and will be delivered to the DMS collection point. At the DMS we will contain Dirty White Goods separate from White Goods and they will be inspected and properly cleaned of all chemicals or fluids or removed by professionals certified and licensed to dispose of them.TFR shall submit a Dirty White Goods Operations,Cleaning,and Disposal Plan before beginning site operations. Upon award of a contract, a Hazmat removal team will be assigned to oversee the curbside removal and HHW removal at the DMS and,if given a contract for ROE,precede the demolition team.The Hazmat team will remove all HHW and White Goods to the curbside, separated, before hauling off, or demolition begins. This team will document on a daily reporting form,the type and quantity of HHW and White goods at the pick-up location. ■ Refrigerants with putrescible wastes will be sealed by taping closed so as not to have accidental openings and spillage while in transit to a disposal site. ■ The separated HHW and White Goods will be transported by separate containers from the demolition site to the DMS. ■ Any HHW that may inadvertently become mixed with truckloads shall be separated at the DMS and stored in the HHW area for removal by the HHW crew. QW.F.R.raises,is. DISASTER RESPONSE DIVISION 35 Exhibit "A" ■ Automobiles will be moved to a separate temporary storage area where they will be held for recycling. ■ Loose tires located at the curbside will be kept separate and removed by the HI-IW crew. ■ Extra caution will be applied to the handling of dirty white goods that still contain putrescible wastes, such as sealed freezers, refrigerators, coolers, and iceboxes. Putrescible waste is solid waste that contains organic matter capable of being decomposed by microorganisms and of such a character and proportion as to cause obnoxious odors and to attract or provide food for birds or animals. Improper handling of putrescible waste could lead to odor issues that make sitting and operating a DMS difficult. There are also numerous potential employee health and safety issues related to the removal and disposal of putrescible waste. ■ White goods may also have refrigerants(Freon and Freon replacements),and often plastics and motors and sometimes other electronic components that need to be removed before recycling. Refrigerant removal must be done by trained and qualified personnel and can potentially lead to spills of regulated chemicals. Only certified, experienced, and trained personnel will be used for these critical tasks to minimize risk and maximize efficiency. ■ All waste removal, cleaning, and handling will be managed to minimize the potential exposure of workers and others to waste and minimize the generation of odors. ■ Procedures such as proper sealing of refrigerants and containers will be in place to control vector exposure and the attraction of wildlife and minimize volume expansion through the addition of water to the waste stream. Vehicles and Vessels Abandoned Vehicles and Vessels will be removed and taken to a temporary staging/storage area.It is anticipated that the State Government's Department of Transportation or Department of Motor Vehicles will be the project manager for the title of ownership issues related to any vehicle recovery and recycling project associated with the disaster response. Vehicles and vessels brought to the staging areas will be inventoried by license plate,make, model,color,and vehicle identification number.They shall be staged,and site tagged for easy retrieval. ■ For a vehicle or a vessel to be deemed eligible it must: ■ Present a hazard or immediate threat that blocks ingress/egress in a public-use area ■ Ownership is undetermined. ■ The applicant followed all local ordinances and State Bastrop laws by securing ownership. .,We are fortunate to have TFR as an ■ The applicant verified the chain of custody, transport, experienced contractor,with an abundance and disposal of the vehicle or vessel. of specialized equipment and an experienced management staff helping us Private Property Debris Removal with our recovery efforts.I am thankful for Private property debris removal must present an immediate health all that TFR has done to help Bastrop and safety threat to the public before it is reimbursed under the County in our recovery efforts,and I am Public Assistance Program. This is typically the responsibility of pleased to provide this endorsement and recommendation to others that are in need private property owners however if the debris poses a threat to the of the services TFR provides." public at large and the property owners are unavailable the State or Ronnie Moore local municipalities may need to enter onto private property to alleviate the immediate threat. Bastrop County Engineer If authorized, FEMA 325, Public Assistance Debris Management 616,500 Total Cubic Yards(245,700 PPDR) Guide states applicants are required to document all legal processes 38,000 Total Hazardous Trees(27,000 PPDR) used to gain access to private property through the following: 1) Each property owner must sign a right-of-entry which includes a hold harmless agreement and indemnification applicable to the scope of work. 2) Photos to document the condition of the property before beginning work. 3) PPDR Assessment to establish the scope of eligible work. QT.F.R.BW=,k DISASTER RESPONSE DIVISION 36 Exhibit "A" 4) Documentation of Environmental and Historic Review. Disaster Debris Recycling TFR is a green industry company.The principals of TFR are proponents of recycling whenever possible and many members of management are LEED Certified. As such, TFR utilizes tub grinders, slow-speed shredders, trommels,loaders,and excavators which are used to sort,separate,and reduce vegetative debris to reusable mulch, dirt,metals,and other construction products.Following each disaster event,TFR will make every effort to locate a reusable purpose for this material such as bedding material for plants,ground cover for parks,animal bedding, and reusable energy sources such as boiler fuel for co-generation plants or production mills. In addition to vegetative recycling,every effort is made to keep the metals segregated and clean so that the Ferris and non-Ferris metals can be recycled. In cases of large quantities of mixed debris, a system of separation using a trommel, air curtain burner,picking line conveyor, and tub grinder, can be used which will allow the paper and plastic to be separated,and the clean dirt,rock&concrete,Ferns metals,non-Ferris metals,and clean vegetative debris sorted and piled for recycling. SpotlightTFR Sources will be sought for the following recyclable material: Bastrop County Wildfire Asphalt Roofing Materials 100%of the mulch created from C&D White Goods grinding of trees was utilized in a Concrete/Aggregate Mulch beneficial reuse or was recycled. Dirt Tires E-Waste 100%of the C&D was recycled. Metals TFR has vast experience employing recycling activities and maintains established relationships with recycling firms to accept various types of debris. While completing debris reduction of 2,000,000 CYD for the City of Tulsa, TFR loaded the chips on railcars and shipped the excess reduced debris to a Company-owned mulching facility in Leander, Texas. Alternative methods of disposal exist and are well documented by TFR. During Hurricane Ike, storm-generated debris from Polk County was hauled and burned at a local paper mill in Orange County,Texas.This strict commitment to recycling storm-generated debris has benefited both clients and TFR. DMS Remediation and Restoration In the event of a natural disaster,a Debris Management Site(DMS),usually selected by the government,may be used to process debris before its final disposal. Substantial site preparation may be required such as proper access points of entry, security devices, control gates, fenced storage compounds, adequate internal haul roads,proper erosion, and sediment control fencing, and stormwater retention features,to name a few. If a DMS is required, then TFR will,upon entering each site for the first time,photo-document the existing site conditions using both a video camera and still photographs. At the cessation of DMS operations, all sites will be restored to the satisfaction of Government Representatives/Owners with the intent of maintaining the utility of each site,leaving it unencumbered for future use and safeguarding the environment. Soil and water samples will be taken and compared to pre-work samples to ensure that TFR operations have not negatively affected the environment. Other factors that are considered during the remediation process are: • All pre-existing grades including roads,ditches, etc. will be restored to the satisfaction of the customer before the final closure of each site. • Areas where soils were excavated(e.g.,ditches and retention ponds)or stockpiled(e.g.,berms)will also be restored to pre-existing grade before vacating each site. 0T.F.I.Wfox DISASTER RESPONSE DIVISION 37 Exhibit "A" • Pre-construction drainage patterns will also be restored, as well as all improvements (e.g., trailers, fencing, construction entrances, and built-up aggregate haul roads) will be removed from each DMS unless otherwise instructed by the Government's Representative. Upon completion of the above remediation tasks, TFR will photo-document site conditions using both video cameras and still photographs.As done with the water and soil samples,the post-work photos will be compared to pre-work photos to ensure that the site was remediated to its original condition. Emergency Services TFR has partnered with companies throughout the United States to provide emergency services beyond debris removal. The following is a list of additional services that TFR stands ready to supply if needed. SuppliersEmergency Services Water/Ice •Reddy Ice •H2eco •Water Monster •Sparkletts •Kitchen Corps,Inc •RK Emergency Management Suppor Kitchen Facilities •Temporary Kitchens 123 •Disaster Management Group,LLC •Heater Meals •Chef Minute Meals Ready Meals •Mountain House •GA Foods •Granny's Alliance •Brookstone Emergency Services Base Camps •Ellipse Global •Disaster Management Group,LLC •United Site Services,Inc •Ellipse Global Restroom/Shower Units • Daisy Waste •Afford-A-Potty •Payne's Environmental Services,LLC •SWS Environmental Services Environmental Services •FGL Environmental •One Stop Environmental •Mobile Office Pros •Mobile Modular Temporary Office •Pan-Van •US Construction Trailers Aerial Video/Photos •Drone Aire •Airborne Response Housing •CLC Lodging •Ellipse Global Security •Off Duty Services •Safety Cop LLC Generators •Aggreko •Genset Services,Inc •Suncoast Resources •Atlas Oil Fuel Suppliers •Jaguar Fueling Services,LLC •Fuel Master •Deep South Crane Rentals •Volvo •United Rentals •Komatsu Equipment Rental •Caterpillar •Herc Rentals •Sunbelt Rentals •John Deere •Hertz Equipment Rental Emergency Roof •Beyond Exteriors •Storm Guard Tarping •Affordable Roofing •Servpro Barge Transport •Poseidon Barge •American Commercial Barge Line Satellite •Verizon Service/Communication- Diving Services •Lone Star Diving Services,Inc •Diver Dan �1.f.R. isa,rc. DISASTER RESPONSE DIVISION 38 Exhibit "A" Subcontracting Plan TFR is uniquely positioned within the debris removal industry as one of the premier companies maintaining an extensive fleet of machinery utilized in debris removal, reduction, and management efforts to fully operate independently. To accommodate your debris project needs, TFR provides access to 200+pieces of equipment including,but not limited to,twenty-five(25)self-loaders with trailers,six(6)Diamond Z Tub Grinders,two(2) horizontal grinders,heavy haulers,excavators,and five(5)mobile command units maintaining electronic access to manage entire projects. This extensive list would be insufficient without the pairing of our in-house maintenance crew. These individuals ensure that key equipment necessary for fluid, efficient operations shall never hamper the ongoing project and impact TFR's project timeline. TFR's maintenance crew augments the daily responsibilities of our employees and subcontractors for fulfilling any duties to the City/County by securing the vitality of our equipment. With a large fleet of equipment and the necessary logistical support,TFR is fully capable of quickly and efficiently responding independently with a substantial workforce of equipment and personnel to an affected community almost immediately. However, this independence does not secure the necessary goals strictly outlined and routinely reinforced by upper management in response to our service-minded attitudes.TFR firmly believes that our business cannot be sustained and grow without a strong, positive working relationship with our clients, suppliers, and our countless subcontractors. This service-minded attitude drives the business and fortifies the strong relationships TFR maintains with our subcontractors.Therefore,such relationships maintained with small businesses, minority-owned, and numerous other companies allow TFR to fulfill the requirements that may be mandated by Government Representatives and other Government Agencies. At TFR,we firmly believe that local contractors provide the most cost-effective measure to complete the contract requirements while aiding the local economy after the impact of a disaster. TFR plans to utilize local subcontractors to the extent to which they are available and properly licensed. TFR shall exhaust any avenues to obtain qualified local subcontractors to meet the needs of the community while infusing the local economy with needed revenue. As such,TFR is committed to identifying the local subcontractors qualified and is prepared to support the community on the path to recovery. TFR plans to solicit and establish local subcontractors through the following plan: TFR Enterprises' principals and managers have always exercised a policy of recruiting subcontractors in the affected work locally. This practice is considered good business because of the advantages received by contracting with local companies residing in the affected area. Several factors contribute to the overall effectiveness of local subcontractors: (1) familiarity with the areas to be worked, (2) knowledge of the most efficient traffic patterns,(3)information on local suppliers for parts,equipment repairs,etc.,(4)reduction in end project costs as local subcontractors do not require housing and travel cost,per diem, etc. These factors reduce the cost of the project while allowing the City/County to retain large portions of the money in the hands of its constituency. With these reasons in mind, TFR is committed to fulfilling the requirements by implementing the Local Subcontracting Plan listed below: 1. Establish a local telephone line so that it may be contacted easier than calling long-distance cell phone numbers. 2. The Company will post signs and telephone numbers at the entrance to its worksite and its field office. 3. Subcontracting opportunities are advertised by local newspapers/online. 4. During the search for subcontractors following an award,the company's Chief Operating Officer will contact the Small Business Administration office in the work area and access the Procurement Marketing and Access Network, National Minority Purchasing Council Vendor Information Service, and the Research and Information Division of the Minority Business Development Agency in the Department of Commerce. Qu.nmft,kc. DISASTER RESPONSE DIVISION 39 Exhibit "A" 5. The local Veteran's Administration is contacted upon the company's assignment of task order and alerted as to the type of products and service the contract requires, and the company's local telephone number and address are registered with them,not only for subcontracting but for short- term employment opportunities. 6. State and local trade agencies will be contacted, such as the Association of General Contractors (AGC) for example. They oftentimes maintain databases sorted by business classification and status and can provide a resource for small businesses in the area. 7. The Chamber of Commerce in the affected area will be contacted and asked to provide a listing of any(a)trade associations,(b)business development organizations,and(c)HUBZone concerns. Contacts arising from these inquiries are followed up with calls to local subcontractors requesting detailed information leading to their qualification for work. With such action,TFR shall exhaust all avenues to identify, qualify and employ any local subcontractor. When local subcontractors are unavailable,outside sources may be contacted to achieve the desired mobilization goals. Subcontractor Management TFR manages subcontracts through a five-step process: 1. Selection of the most appropriate subcontractors. This is done by balancing geography and capability. Local subcontractors are almost always more cost-effective as they go home at night to sleep and eat. They also have local resources for materials,supplies,and equipment repairs,and thus,are preferred. 2. The issuing of the formal subcontract establishes contract compliance requirements, formalizes expectations, and provides an established, impartial mechanism for quick resolution of disputes as they arise. 3. Production is tracked and expectations are communicated daily. 4. Daily active Quality Control results in the immediate identification and correction of problems. 5. QC and other reporting get rolled up regularly into Contract compliance and reporting, such as small business subcontracting plans. TFR's Subcontractor Management Plan and approach are focused on three main performance evaluation criteria. • Production • Safety,explained in Safety Section • Quality Control Production: Ready means that the subcontractors have completed appropriate administrative actions, have their equipment and personnel on-site and in a condition to work and know the tasks they are expected to perform. Before NTP, the subcontractors are identified, selected, and notified by the Operations Manager. Priorities are based upon a review of the database of all experienced subcontractors. The priority list for subcontracts is grouped into our known,experienced subcontractors,and augmented by the capabilities of the local subcontractors. Upon receiving notice to proceed from the contracting agency or at the discretion of the Operations Manager,we will notify subcontractors on stand-by to execute mobilization plans and their personnel and provide us with a firm arrival ready-to-work time. Additionally, TFR personnel will also review the equipment and personnel requirements and compare them with equipment already on hand to determine the additional equipment and personnel to be mobilized. This will first come from the Company-owned available list, then Level 1 Subcontractors' immediately available list, comprised of our known, experienced subcontractors and local contractors,and equipment suppliers list. Q-20T.F.H.Eopriscs,Inc. DISASTER RESPONSE DIVISION 40 Exhibit "A" No employees or subcontractors of TFR will be allowed to work for private or other public entities while employed or contracted under this project. Working effectively means good communication of expectations and regular optimization. There will be daily formal and informal communications between the Project Managers and the subcontractor's superintendents. At the start of each day,the geographic area assigned will be reviewed and verified,along with any known hindrances to free-flowing operations. Also covered will be production expectations, other difficulties expected, and the performance of the previous period (usually the previous day). In addition to this startup communication, the subcontractors will have the chance to review and comment on the previous QC report, noting key items like production reported, equipment and personnel readiness,and actions and variances. Each day(or other period depending on project requirements)subcontractors will get the chance to communicate and"buy in"to the immediate operations plan. Subcontractor Safety: Subcontractor safety is addressed in the Corporate Safety Program Section of this proposal. Subcontractor Quality Control Program: The purpose of this Quality Control Program is for TFR to establish a quality control system to perform sufficient inspection and tests of all items of work,including that of our subcontractors,to ensure conformance to applicable specifications and drawings concerning the production, quantities, field activities, materials, workmanship, construction, finish,functional performance,and identification. During work on this contract, the quality control personnel will perform the required inspections of the subcontractor's work. The Quality Control Officer is responsible for the direct supervision of all superintendents and subcontractors to ensure that the work is being performed according to the Scope of Work and TFR's Quality Control Program. Additionally,the TFR Quality Control Officer shall prepare, sign, and submit to Government Representatives a Daily Quality Control Report.This will include the identification of Subcontractor QC actions. Subcontractor actions subject to QC verification and reporting,include, at a minimum: • Summary of safety issues • Infrastructure damage • Total number of trucks loaded. • Equipment and plant hours worked and idled or down. • Testing performed and by whom. • Loads and quantities hauled to DMS. • Quantity of debris reduced(if applicable) • Number of subcontractor personnel working • Contract non-compliance issues • All corrective actions In the event of notice of a violation as a result of the actions of any employee or subcontractor, the Operations Manager will take immediate corrective action and follow up on the enforcement of such action and so notate in his daily log record. Additional quality control measures will be discussed later in the Quality Control Section. Multiple Delivery Orders in Multiple Locations In general,the company management approach applied to multiple projects being performed simultaneously is: ■ Each Task Order has its own Task Order Superintendent assigned. ■ Task Order Superintendents have the authority to commit the company. ■ All Task Order Superintendents report to the Operations Manager Aowu !T.f.R.Wnes,Iic. DISASTER RESPONSE DIVISION 41 Exhibit "A" ■ Depending on the scope of work and size of the contract: - A Project manager will be assigned to each phase of the debris removal/management operations,(i.e.,Load&Haul Manager,Site Manager). Each Project manager will report daily to the Task Order Superintendent - Each crew will be under the direction of a Crew Foreman who will report to the Project manager. - Crew foremen will be responsible for maintaining daily reports and overseeing the crew operations. ■ Each Project manager will: Provide daily work assignments to each crew foreman. Perform daily reviews with the Task Order Superintendent of work performed,time schedules, performance targets,and work assignments for the following day. Managing Multiple Subcontractors on Multiple Task Orders If awarded multiple task orders in different geographical areas, TFR will assign a separate Project Manager for each region to oversee TFR operations and subcontractors. Subcontracting agreements will often be executed in the field and copies of all agreements along with necessary, tax, insurance, and license information will be available for review and approval by Government Representatives.As in all projects,it remains absolute condition precedence;all subcontractors will be under the direction of a TFR Supervisor. Each superintendent will establish a field office located within the area of the assigned Task Order. The Superintendent for each task order will have the authority to hire subcontractors and additional field personnel when necessary.All field office personnel will have electronic linkage with the capability of communicating and sending information and daily records to the home office. Daily ticket recording and recordkeeping will be conducted and maintained in the field. Should the quantity of work warrant enhance capabilities for the region and at the discretion of the Superintendent,TFR shall dispatch additional mobile command units where necessary. Reconciled information for subcontractors will be sent to the home office weekly and billings and subcontractor payments,as well as local employees,vendors,and suppliers,will be recorded and posted,and checks written on National Banks from the home office. Checks for payments will be processed weekly and sent to the field office by either courier or public carrier(such as Federal Express or UPS)for disbursement. Task Order Superintendents will appoint Load&Haul Crew Managers,Hazardous Tree Trimming and Removal Managers, Site Managers,and Demolition and ROE Managers(as needed per task order). Each Task Order Superintendent shall have the authority to commit the Corporation, and resources of TFR including signing contracts and modifications. They shall also have the authority to provide administrative and financial resources, equipment, and personnel in support of the project. Their authority will include supporting and investing authority and oversight to Project Managers and Supervisors, Safety officers, Quality Control officers,Environmental officers,and Health and Safety officers. The Task Order Superintendent is responsible for day-to-day operations,including waste stream documentation, daily reporting/progress, and planning requirements, communications with Government Representatives, enforcement of the Scope of Work, and oversight of Load and Haul and Site Managers. They report to the Operations Manager and the on-site Government Representative and act as liaisons between the two. Subcontracting agreements will often be executed in the field and copies of all agreements along with necessary, tax,insurance,and license information will be available for review and approval by Government Representatives. As in all projects,as it remains absolute condition precedence,all subcontractors will be under the direction of a TFR Supervisor. QT11. W. DISASTER RESPONSE DIVISION 42 Exhibit "A" Corporate Safety Program The safety and health of our employees continue to be the first consideration in the operation of our business. TFR Enterprises, Inc., and its' principals are committed to maintaining a safe and healthy workplace for each employee by providing guidelines for safe practices and accident prevention. Safety is considered a condition of employment and is the responsibility of all associated with TFR Enterprises, Inc. whether in the capacity of employee or subcontractor. As a condition of employment,each employee is expected to use safe work practices and identify all unsafe conditions immediately. All employees are required to report any violations, unsafe conditions,or known safety hazards to their immediate supervisors at once. All subcontract agreements are subject to the Company's Safety and Occupational Health Policy as a condition of the contract agreement.To ensure compliance,the Safety Officer is empowered with the authority to take such actions necessary to protect life,health, and safety and to protect the environment, as they deem necessary. This authority shall be irrevocable and shall include,but is not limited to,the power to unilaterally alter,suspend and/or halt any operation or portion thereof that endangers or potentially endangers life,health, and safety or threatens the protection of the environment. The Safety Officer will report to the Operations Manager and the Chief Executive Officer of the corporation. A copy of the Company's Safety and Occupational Health Policy and its related Accident Prevention Plan was not included with this proposal because of its length but can be supplied upon request. Safety for Subcontractors and Suppliers Safety is considered a condition of employment and is the responsibility of all associated with TFR, whether in the capacity of employee or subcontractor.All subcontract agreements are subject to this Safety and Occupational Health Policy as a condition of the contract agreement. The following procedures will be administered to ensure that all subcontractor activities are fully integrated into the project safety plan and job hazards analysis. When subcontractors first report to the job site and before beginning work, the project manager shall review with the subcontractor safety representative the contractual obligation to safety and the project safety rules that subcontractor employees are required to follow. 1. Review the Corporate Accident Prevention Plan and stress all the applicable requirements and procedures. 2. Review the specific Company safety rules and regulations. 3. Review hazardous work conditions presented by the physical assessment of the project. 4. Instruct their safety representative that they are to attend a monthly safety meeting. 5. It must be firmly established that all subcontractors' employees must abide by the applicable OSHA regulations. Housekeeping Housekeeping is essential in accident prevention and is the responsibility of each employee and subcontractor. The work area must be maintained in a neat and orderly manner and excess materials and waste should be removed daily. Supervisors and managers are to inspect and enforce orderly, safe,and clean working areas at all times. Subcontractors will generally be responsible for their First Aid and medical treatment. However, the following will be required in writing in the subcontract agreement: ■ Contact the Contractors foreman and supervisor of any incident requiring First Aid treatment. A"'''WIR.E 00es,Iii. DISASTER RESPONSE DIVISION 43 Exhibit "A" ■ Provide all their foremen and supervisors a listing (with directional maps) indicating the location of the nearest emergency facilities such as Hospitals,Emergency Medical Facilities,Police Departments, and Fire Departments. ■ Provide their foremen and supervisors with a 16-man first aid kit. Quality Control Program The purpose of this Quality Control Program is for TFR to establish a quality control system to perform sufficient inspections and tests of all items of work, including that of our subcontractors, to ensure conformance to applicable specifications and drawings concerning the production, quantities, field activities, materials, workmanship, construction, finish, functional performance, and identification. This control will be established for all activities except where the special provisions and the technical provisions of the contract provide for specific government control by inspections,tests,or other means. The TFR control system will specifically include the surveillance and tests required in the technical provisions of the contract specifications. Both onsite and off-site fabrication will be controlled and keyed to the proposed construction sequence. The personnel assigned to the Quality Control Section will also be charged with the responsibility of policing TFR's approved safety program as required by the Accident Prevention Plan of the contract specifications. General The Quality Control System will include at least three phases of inspection for all technical provisions of the specifications as follows: Preparatory Inspection: 1. This inspection is to be performed before beginning any work on a section of the technical provisions of the specifications. 2. The inspection will include a review of contract requirements; a check to assure that all materials and/or equipment have been tested,submitted,and approved. 3. Check to ensure that provisions have been made to provide required control testing. 4. Examination of the work area to ascertain that all preliminary work has been completed. 5. A physical examination of materials and equipment to assure that they conform to approved shop drawings or submittal data and that all materials, certificates, and other submittal data are before submission to the contracting officer. 6. Each submittal offered to the contracting officer for approval will bear the date and signature of a member of TFR's Quality Control organization indicating that he has reviewed the submittal and found it to be acceptable(or showing the required changes). 7. Review the appropriate Activity Hazard Analysis to assure safety requirements are met. 8. Discussion of procedures for controlling the quality of the work including repetitive deficiencies. Document construction tolerances and workmanship standards for that feature of work. 9. Check to ensure that a Government Representative has accepted the plan for the work to be performed. Initial Inspection: An initial inspection will be performed as soon as a representative segment of the particular item of work has been accomplished and to include an examination of the quality of workmanship and a review of control testing for compliance with contract requirements, use of defective or damaged materials, omissions, and dimensional requirements. This phase shall be accomplished at the beginning of a definable feature of work. The following shall be accomplished: 1. A check of work to ensure that it is in full compliance with contract requirements.Review minutes of the preparatory meeting. 0T.F.I.B&MA. DISASTER RESPONSE DIVISION 44 Exhibit "A" 2. Verify adequacy of controls to ensure full contract compliance. Verify required control inspection and testing. 3. Establish the level of workmanship and verify that it meets minimum acceptable workmanship standards. 4. Resolve all differences. 5. Check safety to include compliance with an upgrade of the safety plan and activity hazard analysis. Review the activity analysis with each worker. 6. Notify a Government Representative at least 24 hours in advance of the beginning of the initial phase. Separate minutes of this phase shall be prepared by the CQC System Manager and attached to the daily CQC report. The exact location of the initial phase shall be indicated for future reference and comparison with follow-up phases. 7. The initial phase will be repeated for each new crew to work onsite, or at any time acceptable specified quality standards are not being met. Follow Up Inspections: Follow-up inspections will be performed daily or as frequently as necessary to assure continuing compliance with contract requirements,including control testing,until completion of the particular segment of work. Records: TFR will maintain current records of all inspections and tests performed in the format detailed below, entitled Quality Control Report. This form will provide factual evidence of the required inspections or tests involved,results of inspections or tests,nature of defects,causes for rejection,etc.,proposed remedial action,and corrective actions taken. TFR's records will cover both conforming and defective items and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records will be furnished to a Government Representative daily. Daily, TFR's designated representative will verify records. Site-Specific Quality Control Plan The site or contract-specific QC Plan must accomplish the complete daily documentation of operations,utilization and production, safety, and variations from normal operations of a debris management operation. It must be in place and approved for use before beginning any field operations, including site preparation. It must be in full compliance with contract requirements. Multiple forms are usually formatted for the Plan, which covers different activities. A summary general daily form is also usually formatted for the project that is completed by the CQC Officer,and totals of all activities are reported on summary forms. Usually, all originals and one set of copies are delivered to a Government Representative, and TFR keeps two copies of each form. Quality Control Organization The duties and specific areas of responsibility of the various members of the Quality Control Organization are as follows: Operations Manager: Advises all supervisory personnel including, but not limited to, Sector superintendents and key foremen assigned to critical areas, of the requirements of the specifications and advises supervisors concerning methods to be used and the degree of workmanship required. Quality Control Officer: The Quality Control Officer is responsible for the direct supervision of all superintendents and subcontractors and superintendents to ensure that the work is being performed according to the Contract Plans and Specifications and TFR's Contractor Quality Control Program. He/she will supervise the Quality Control Personnel and advise other job personnel in advance of Quality Control Requirements,submittal material, inspections, etc. of their work. When work does not comply with contract requirements, he will immediately advise the Project Manager and together they will decide what corrective action should be taken. AOQ1 .R.Wmet lic. DISASTER RESPONSE DIVISION 45 Exhibit "A" The corrective action taken will be shown in the daily log. The designated Quality Control Supervisor will have full authority in implementing the Quality Control Program and the Safety Program of TFR Enterprises,Inc. Quality Control Technician: Performs inspections as directed by the Quality Control Supervisor and reports any deviations from the contract directly to the Quality Control Supervisor. A chart,documenting TFR's Quality Control organizational structure is detailed below: TFR CQC System , Operations Manager Manager(Officer) Project Manager (Officer) Sector Superintendent(s) CQC Load&Haul TDSR Site Debris Incineration Chipping Foreman& Foreman& Separation Foreman& Grinding QC QC Foreman& QC Foreman QC &QC Memorandum of Appointment A sample memorandum of appointment and notification to supervisors and foremen of the appointment of the Quality Control Officer is detailed below: a U.l.forpmsas,lac. MEMOM"UMOF U."FRSTANDF\G DATE: THD TO: AD TFR �I—5upna P-1 FROM: -"p R Vi'y Y PrudmlcOO suHlEcr: afro Cowl sym w— covrnAcr va Effmive My I,2m,—1 mnpini..r die Fmleo Q bi M b wn x Rabee "H y"Dy is lamb.ipmddwd�.fQJ,y Cm M.eSer.11eishmhy>umm .o Pl w dfea TFR Emapriw4 1¢. Q-1y C-1 Props we eapev and require JI TFII Emcpis.I=',f—Wd aupervimry p—s m wapnu with Mr.ay.and mroPly with his mdm and i.sru—i.f irry nu this prop.m Ec Supavw.Eoyoea.. Favoao who o dagoatrtl ro be rhe a.lity ewuol RepesenraPoe f r his wic w P.rt of the work will a to ii dr.tlrcy eM1eh dr followin. 1) Clsxks Ne spenficriars w sa what is repwM w work iinnz 27 eTeek to ss rhr die aqui0mrnr-m.eriJs w tr imoryorvd in RR work mens requirenm 5) elan-Ya to re rN me equipnrnr-maarW s re pmPerry mainwnN IJ The work rtd wwk na is vfe.J m mmP1—with TFR f:mcrpro.M1.IM s W. Pmp.m wd UK Eryioecs S—y 4anuJ. 5) Repns JI def<ieaein ud cortacnrc anim rakm. Signed. willi.m R nuk W PreJde.tR.UO &j-NOT.f.R.Bios,IrC. DISASTER RESPONSE DIVISION 46 Exhibit "A" QC Daily Reporting Procedures The CQC Plan and the TFR Quality Control Manager shall address the Recording and Reporting requirements with all levels of supervisors and Crew Foremen. Different levels will have different requirements. A sample form as a model is provided above, and all final versions of all forms will be approved with the final CQC Plan, including any additional required modifications. This discussion shall include the general procedures set forth below: ■ All loading and hauling crews are under the direction of a TFR supervisor. ■ Daily reports are maintained by the crew foreman and recording all equipment downtime for repairs is on the daily reports. ■ The hours of each piece of equipment and each employee are recorded and reconciled daily. ■ Daily Reports shall have daily and year-to-date totals for each piece of equipment/personnel tasked. ■ Signatures of both TFR's Representative and a Government Representative are required on all Daily Reports. The TFR Quality Control Officer shall prepare, sign, and submit to the Government Representative a Quality Control Summary Sheet.This report at a minimum shall include originals and one copy of all levels of QC reports received and in addition shall include a summary of safety issues,infrastructure damage,total numbers of trucks loaded, equipment, and plant hours worked, and idled or down, testing performed and by whom, loads and quantities hauled to DMS, the quantity of debris reduced, number of subcontractors working, contract non- compliance issues and all corrective actions. QC Inspection Methods and Procedures During work on the contract, the Quality Control personnel will perform the required inspections of both the TFR's and subcontractor's work.The staff that performs the Quality Control inspections will be charged with the following duties: 1. Maintain and keep in serviceable condition,all machinery,and materials. 2. Take whatever corrective action is necessary to replace or repair deficiencies observed at any time that affect the operation of machinery and materials. 3. Inspect for compliance with contract requirements. 4. Maintain copies of Inspection Records. Detailed below are the procedures and methods that will be implemented: Safety Issues: The role of QC in support of safety is to document that the safety plan provisions are being followed. At each level,the Quality Control Report has appropriate reporting requirements for safety, including worker protection, equipment safety, trimming of loads, flagmen, work zone safety, and traffic control. Each level of the Quality Control Report for each activity should have a section addressing daily safety meetings, issues,and activities. Debris Eligibility: TFR should only be handling materials authorized by our contract. The CQC Officer shall train the field ROW personnel on these materials classifications,and shall include the general eligibility requirements set forth below: Eligible Debris- C&D Debris is non-burnable debris and can consist of recyclable as well as non-recyclable debris that will eventually be delivered to a landfill. Samples of this type of debris include, but are not limited to, mattresses, clothing,masonry,concrete,asphalt,metals,plastics, lumber,manufactured furniture,building components,etc. Quiumft,kc. DISASTER RESPONSE DIVISION 47 Exhibit "A" Vegetative Debris is burnable debris of natural origin such as grass, shrubs,and trees and can be reduced and/or recycled by either incineration or by chipping/grinding. Household Hazardous Waste (HHW) is the debris of a chemical nature and includes such items as household chemicals,pesticides, liquids,paint,batteries,waste oil,waste fuels,antifreeze, spray cans,etc. White Goods refer to items such as refrigerators, air conditioners, freezers, etc. which may contain chemicals or fluids such as freon or oil,which must be remediated by someone with the appropriate license and certifications to do so. Metals,both Ferris and non-Ferris such as copper, aluminum, steel,or iron may include parts from automobiles, trucks,bicycles, small engines,buildings,small appliances, and other items. Ineligible Debris- Any Debris which is not located on the Right of Way,regardless of category, i.e., C&D, Vegetative, Household Hazardous Waste, White Goods, or Metals is INELIGIBLE DEBRIS. Debris removal from private property is the responsibility of the individual property owner.No TFR crews or Subcontractors are allowed to work for the private sector while underemployment/contract to TFR Enterprises, Inc. during the duration of the Project/Task Order. Fallen trees located on public property but in an unused forested or wilderness area are ineligible unless specifically directed. Daily Household Garbage,or what could be classified as Municipal Solid Waste(MSW),is ineligible debris. Debris, which is not the result of the disaster event, for example, debris from a demolition that was performed before the disaster event occurred,is ineligible. Segregation of Debris at Curbside Pick Up 1. All loading operators are also instructed on the importance of maintaining the segregation of eligible debris when loading. 2. All vegetative debris will be loaded on trucks hauling vegetative debris only. If other debris is encountered alongside the vegetative debris,it will be left at the curbside to be later loaded on the trucks hauling whatever type of debris that is left. 3. Separate trucks will be used for loading Construction and Demolition debris. 4. Metals and white goods will also be loaded and hauled separately. 5. Any household hazardous waste shall be left at the curbside for the HHW crew to load and haul. 6. When possible,any"mixed piles"of debris encountered at the curbside will be separated by hand before loading. If it is not practical to separate the mixed piles at the curbside by hand,the mixed piles will be loaded on separate trucks and the load ticket will indicate"mixed debris." Loading: 1. All Loaders will have been previously inspected at the staging area for safety and compliance before being dispatched to the loading location. 2. All Loader operators will receive safety briefings before beginning loading operations. 3. Flagmen will be located ahead of loading operations to direct and control traffic. 4. All flagmen will be properly attired and wearing safety equipment including hard hats, safety shoes, reflective vests,and carrying traffic-directing flags. 5. All flagmen are under the supervision of the crew foreman. 6. Operators are cautioned to be observant and conscious of their surroundings at all times, in particular being aware of hanging and downed power lines and structures hidden by debris,such as fire hydrants, water mains,fences,etc. �jT.F.1.1aPPNscs,Iic. DISASTER RES VONSE DIVISION 48 Exhibit "A" 7. Operators are cautioned not to overload trucks with debris so that the transporting of the debris could cause the excess debris to become dislodged and fall into traffic areas. 8. Operators are cautioned to stay in the right of way and not to enter private property during the loading process. 9. Operators are equipped with mobile radios and are supervised by a crew foreman. 10. Operators are instructed to keep the debris loads segregated between (a) burnable (vegetative), (b) non-burnable(C&D), and(c)mixed piles where C&D, non-burnable, and vegetative are co-mingled and cannot efficiently be separated at the curbside, (d) other (such as household hazardous waste [HHW]) 11. Household hazardous waste (HHW) crew, trained in EPA requirements for handling of HHW, will load HHW materials,(household cleansers,butane,poisons,etc.)at the curbside by hand in a specially equipped compartmental truck. HHW will be delivered to the collection point. 12. As it is TFR policy, Loading and Hauling Crews shall complete any debris-clearing operations that have been started on any pass through a neighborhood,and shall not"skip"through designated work areas for"gravy"loads. 13. All Loading and hauling crews are under the direction of a TFR supervisor. Daily reports are maintained by the crew foreman who records all equipment downtime for repairs on the daily reports. The hours of each piece of equipment and each employee are recorded and reconciled with the Government Representative daily. 14. In the event of notice of a violation because of the actions of any employee or subcontractor, the Operations Manager will take immediate corrective action and follow up on the enforcement of such action and make note in his daily log record. Hauling: 1. All Trucks will have been previously inspected at the staging area for measurement,numbering,safety, and compliance before being dispatched to the loading location. 2. All truck operators will be instructed to observe traffic regulations and follow the instructions of the flag persons. 3. All truck operators are to wear safety equipment,hard hats, and steel-toed shoes. 4. Truck operators are not allowed to leave with "overhanging" loads. Loads will either be trimmed or reloaded before being allowed to leave the loading area. 5. It is the truck operator's responsibility to check and determine that his load is safe before leaving the loading site. 6. Truck operators are equipped with mobile radios and are supervised by crew foremen. 7. Truck operators will be issued a "load ticket" at the loading site and will deliver the ticket to the inspector at the dump site. Dumping: 1. Dumping operations will be at either the DMS or at a landfill/disposal site designated. 2. All traffic regulations and speed limits will be observed at the dump site. 3. Truck operators will report to the weigh station and deliver their "load ticket" to the TFR QC and Government QA for inspection and approval before proceeding to dump his/her debris. 4. Each truck operator will be directed as to where to dump each load at the dumpsite location by the designated dumpsite operator. 5. Each truck operator will inspect his truck and tailgate after the dumping process is completed to assure that it is secure before leaving the dump area. 6. Truck operators will follow the designed traffic flow when leaving the dump and returning to the designated loading area. �jT.f.B.Emcrp��s,Inc. DISASTER RESPONSE DIVISION 49 Exhibit "A" QC Private Property(ROE)Program Procedures The Company's Quality Control Manager shall discuss the requirements and procedures for the removal of debris from private property under the Right of Entry (ROE) Program with all Crew Foremen. This discussion shall include the general procedures set forth below: 1. Before a demolition project on private property can begin, a Right-of-Entry document must be executed,including: a. Authorization to enter the property for demolition. b. Hold harmless agreement accompanied by a non-duplication of benefits agreement from the City/County. 2. TFR crews are not permitted to enter private property except at the direction of the TFR ROE Manager or Government Representative. 3. Proper completion of a TFR ROE Program Checklist: a. HHW crew will be assigned to remove any hazardous materials from the property. b. All HEW materials will be cataloged,and disposition defined. c. All utility connections will be inspected to ensure that they are disconnected. After demolition,all materials can be either placed on the right of way to be picked up under the debris removal agreement or taken directly to the DMS for separation and disposal. QC Rental of Equipment with Operators 1. Inspection and Identification of Equipment&Materials before any machinery or materials are placed in use;they shall be inspected and tested by competent personnel.The Contractor's personnel will perform such duties. 2. The contractor's personnel chosen by the Quality Control Officer will perform an inspection of all machinery and materials daily. 3. Records of inspections shall be maintained at the site and shall be available on request. 4. Preventative maintenance procedures recommended by the manufacturer shall be followed. 5. All repairs on machinery or materials shall be made at a location, which will protect traffic for repairmen.Any machinery or equipment found by the contractor to be unsafe shall be dead lined until unsafe conditions have been corrected. 6. Only TFR-designated personnel shall operate machinery and mechanized equipment. 7. The Quality Control Supervisor shall instruct all operators in the use and details of Safety Operations. 8. Operators of machinery will establish and confirm requirements daily to comply with contract documents with TFR's representative. 9. Material deficiencies observed shall be reported to the proper TFR personnel for correction. 10. All safety procedures will be used by TFR's Accident Prevention Plan. 11. All phases of work being performed will be inspected daily by the responsible member of the Quality Control team. T.F.6.Enterprises,Inc. DI SASiER RESPONSE DIVISION 50 Exhibit "A" Documentation •dData Management TFR Enterprises,Inc.has developed a Disaster Debris Data Management System(DDD)used for creating, gathering, managing, and retaining all project information for all stakeholders involved in each debris mission. This disaster-specific debris management system includes documents,processes, and procedures that ensure accurate and timely invoices, subcontractor payments, and client reimbursement. These processes are specific to FEMA documentation compliance and employ quality controls to ensure accuracy with a goal of zero defects. Material Tracking and Quantification There are three critical data management forms used for material tracking and quantification: 1. Truck Certification forms which certify and measure each hauling unit.The certified truck number and measured hauling capacity are transferred onto a Placard which is affixed to each haul unit at the beginning of the job. 2. Load tickets for quantifying the right-of-way Debris Collection 3. Unit tickets for documenting Hazardous Leaners and Hangers(tree trimming and removal) A truck certification form is a form used at the beginning of the project that documents all hauling units and their precise measurements calculated and recorded in unit measure Cubic Yards. The client or its contracted monitoring company performs this certification. This critical record at the beginning of operations records all truck-specific information,including assigning a unique truck number or unit number sometimes referred to as a placard number,the truck owner or subcontractor contact information,legal state vehicle registration, and measured capacity in cubic yards. Proof of liability insurance for that specific vehicle is also validated at this time. Some of this information is then transferred to a placard and affixed onto each haul unit identifying 3 key items: Truck number, the Measured Capacity of the unit, and the Contract Name(Applicant/Client). These placards are then used by the monitors to document the hauling operations onto haul tickets.TFR scans the certification along with the photographs of each unit and driver information for that vehicle into our DDD system and it is downloaded into our database. When documenting the right of way debris removal operations,and Hazardous Leaners and Hangers there are two different methods for capturing and documenting the unit data of the work being performed in the field: hand-written paper tickets or ADMS (Automated Data Management System) tickets using handheld units such as smartphones or tablets.Both methods are provided by either the client's personnel, if self-monitoring the project,or by monitoring company personnel selected and hired by the client. Load tickets allow all applicants or recipients to document billable activities accurately during the debris mission and are submitted to FEMA as required documentation. The following data is collected on the paper haul tickets: Ticket number Load Date Load Time Material Type Pickup location or origin or GPS Contractor Name Truck number Driver Name Certified Capacity of Truck Load Call%(if applicable) I.F.R.Earprises,Inc. ISl.S tER RESPONSE DIVISION 51 Exhibit "A" Net Cubic Yards Delivered(CY or Tons) Destination of Material Landfill Disposal ticket number(if applicable) Monitor Name and Signature Similar information is collected on the Hazardous Leaner/Hanger tickets but includes Tree, Stump, or Hanger Qty and Diameter instead of truck capacity and load call and must include GPS coordinates and be accompanied by before and after photo representation. ADMS Technology(Automated Data Management Systems) is an electronic means of capturing data on all operations in the field.ADMS technology uses handheld units such as smartphones,tablets,or other portable hardware. The field monitors capture all pertinent data with these devices including date, time, truck number,capacity,debris type,and pick-up location(with GPS coordinates),and these units typically can take photographs documenting the operations. Load quantities will be verified and "scored" or "called" by tower monitors at DMS or final destination sites. Once the official call is recorded onto the "open" load ticket, and a validation signature is executed by the tower monitor,the ticket is"closed"and carbon copies of the ticket are distributed as follows: one copy to the truck driver,one copy to the TFR Enterprises,Inc Project manager,two copies to the monitoring firm(one for monitor and one for client). Having 5-part rickets ensures that proper reconciliation is done between the Prime Contractor,Sub-contractors(if any),the monitoring company,and the Client to maintain the integrity of the processes and to follow FEMA guidelines. TFR Data Processing.All recorded load tickets are scanned every day at our field office and downloaded into our debris database.Quality control procedures are completed on the data to ensure no duplicate tickets are entered and each ticket line is checked through programming to ensure that the measured capacity of the trucks,from the truck certifications, is correct on each ticket. The data is then reconciled with each of our subcontractor invoices to ensure data matches and is approved through our debris data management system.This process is only used with the hand-written paper ticket method,it is eliminated when an ADMS system is utilized. These procedures incorporate multiple types of billing items to include several units of measure such as"Cubic Yard",and"Ton"for right-of-way hauling items such as vegetative, C&D, sand, water-way debris removal,a unit of measure"each"for hazardous tree removal,hazardous hanging limbs (hanger),white goods,e-waste,vessels, abandoned vehicles,etc.)as well as"Hours/Days"for emergency debris clearance or 72-hour push.These items are the basis for customer invoicing as well as subcontractor payments. Customer Invoicing. TFR will invoice using this.data per the contract's applicable invoicing cycles: weekly, bi-weekly, monthly, etc.). TFR will not invoice for duplicate tickets or debris collected off the designated right-of-way. If a duplicate ricket is invoiced, TFR will immediately revise and resubmit the invoice. These procedures adhere to FEMA and FHWA guidelines and Record Retention and Access (2 C.F.R. 200.333-337) regulations and will maintain records for a minimum of seven years (TFR exceeds these guidelines and retains these records for 10 years). These processes are well-vetted, have been improved upon over the last 34 years, and ultimately streamline our subcontractor invoice approval and payment process as well as increase the speed and accuracy of our reconciliation and invoicing to the Client. Each invoice will be accompanied by Excel spreadsheets exported from our debris data management system and will include all pertinent data from each load ticket from the period of each invoice and will comply with FEMA guidelines for reimbursement. 0'411111.Emerprises,loc. DISASTER RESPONSE DIVISION 52 Exhibit "A" Subcontractor Data Management and Weekly Payments The above-described data management processes are used for managing subcontractor data. TFR's typical workweek is Monday through Sunday unless specified otherwise by contract.Sub-contractors email weekly invoices to TFR's Project Administration team the week following the workweek for reconciliation. Reconciliation is done quickly using TFR's debris data management system and any discrepancies are sent to the subcontractor until completely reconciled. Payment for each week is made the second Friday after the workweek ends. The TFR Project Administration team sends a weekly Partial Payment and Release to the sub-contractors for signature before payment is made. This Payment release is accompanied by a spreadsheet that includes all tickets that are included in that week's payment.The subcontractor's signature on the release warrants four critical items: a) Covenants and warrants that all labor,materials,equipment,services,and other items,including without limitation,all payroll,sales,and privilege taxes furnished under the above subcontract or purchase order(s) have been paid for,and b) Releases TFR Enterprises,Inc.,Project Owner,and Project Prime Contractor from all claims whatsoever arising out of or relating to the subcontract or purchase order,and c) Waives any lien rights concerning the project to the extent of payments received and, d) Agrees to indemnify TFR Enterprises, Inc., Project Owner, and Project Prime Contractor against any claim or lien asserted through or under the undersigned concerning the project. TFR Enterprises, Inc., has prepared and submitted invoices with backup documentation for, received payments of over $240,000,000 over the past 5 years, and made subcontractor payments of over $125,000,000 on more than 100 municipal FEMA-reimbursed disaster debris management contracts.TFR's extensive FEMA experience, thorough understanding of FEMA guidelines and procedures, and reporting and payment processes allow for successful reimbursement to our customers.TFR's thoroughly vetted data management system results in the successful completion of FEMA reimbursements and audits. Pre-Event Assistance- TFR can guide the development of debris management plans. Coordinate annual readiness (kick-off) meetings after the award. Assist in locating and pre-approving temporary debris management sites with the appropriate authorities(i.e.,Department of Environmental Quality,etc.) Post-Event Assistance - Provide guidance and assistance with debris volume assessments post-storm. Attend kickoff meetings and subsequent meetings. Provide daily progress reports. Assist with Public Announcements. Provide client-requested reports. Keep in constant communication with the client on all debris operations and provide supporting data for FEMA reimbursement. DISASTER RESPONSE DIVISION 53 Exhibit "A" Sample Haul Ticket T.F.R.ENTERPRISES,INC. Ticket 601 Leander Drive Number> 10001 Leander,TX 78641 CREW NO. 20 CONTRACT NUMBER SUBCONTRACTOR NAME TRUCK DRIVER NAME QUANTITIES: TRUCK MEASURED NUMBER CAPACITY CY Est. % Total CY Full Delivered CY LOAD CLASSIFICATION: BURNABLE MIXED NONBURNABLE-C&D OTHER LOCATION PICKUP ZONE/SECTION DEBRIS DELIVERY SITE TIME MONITOR SIGNATURE LOADING SITE: DUMPING SITE: TRUCK DRIVER SIGNATURE Comments: White-Dumpsite Monitor Green-Load Site Monitor Canary,Pink,Gold—On-Site Contractor's Representative or Driver 111M T f R 10prises,Inc. CA OI BASTER RESPONSE DI Vi SIGN 54 Exhibit "A" I.F.H. Eeterprises, Inc. Government Entity Contract No_ TRUCK MEASURE CERTIFICATE Event TRUCK NO. CONTRACTOR: TFR ENTERPRISES,INC. TRUCK CUBIC MEASURE YARDS Date Truck Description Type_ Cobs License No &State VIN No. Truck Owner Subcontractor trick is working for Truck Driver Name: Drivers License#&State TRUCK BED MBASURE KNTS: Truck Bed Trude Bed Truck Bed Length Width Height F Total DividedBy IN INCHES �X � �X � = / 46,1556 = (wbr.yi"tc OR Truck Bed I Trudt Bed j Truck Bed Length YY-idth Heigh Total Divided By IN FEET X X = ! 27 = Notes or Exceptions: (I.e.descriptions,deductions for dog house,etc.) Signed: Measured By Truck Driver TFR Representative Government's Representative I.F.R.Eeterprises,lee. DISASTER R111.NSE DIVISION 55 Exhibit "A" SAMPLE TRUCK IDENTIFICATION PLACARD � T.F.R. Enter ppises, Inc. D I S A 5 T F R R F S P O N 5 E D I V I S I O N UNDER CONTRACT TO: 18" TRUCK# MEASURED CAPACITY: CY 12" �'j'T.F.R.[10prises,Inc. DISASTER RESPONSE DIVISION 56 Exhibit "A" Equipment Resources TFR maintains an extensive amount of equipment to provide our clients with greater value and to ensure the quality of our work. With the largest fleet in the industry coupled with numerous staging areas, TFR can respond to any natural or man-made disaster quickly and efficiently. This rapid response capability provides the client with vital emergency road clearance services to allow federal, state, and local officials access to debris-restricted areas and begin disaster recovery efforts. Often on TFR projects, our equipment, and manpower completely fulfill all project scopes and requirements in a timely matter. When subcontractors are used on large-scale projects, TFR self-performs all key elements of the project to the satisfaction of the client and certifies the work is done properly to the TFR standard. Furthermore, our in-house maintenance crew provides immediate support to our field operators to ensure the sustainability of our equipment and operations. With years of experience working on Diamond Z's to overhauling dozer engines,TFR's maintenance crew is the logistical support necessary to ensure the limiting of costly downtime. Dedicated to their trade, TFR's maintenance crew can quickly identify, address, and repair any problem befalling our equipment and additionally, make the appropriate modifications on other similar equipment to avoid future pitfalls. For large-scale projects, TFR can augment our resources with local rental suppliers in the area. TFR maintains valuable, fruitful relationships with rental companies to rapidly obtain any additional equipment needed to perform the work under contract. With corporate accounts and a priority call rating with Hertz Equipment Rental, Sunbelt Rentals, United Rentals, and Volvo Construction Equipment, TFR can readily access hundreds of EQUIPMENT PROVIDERS pieces of specialized equipment quickly to achieve CATERPILLAR, &. , KOMAfSU desired project goals and time requirements. Furthermore, with years of loyalty with National 0 UDealers for Caterpillar, Prentice Loaders, and "•"T" ® Diamond Z Corporation,TFR can obtain new and used equipment for rent or purchase faster than any JOHN DEERE VOLVO other company in the industry.This vital lifeline to HercRentals Co,,.t,,,dt,,,Equipment equipment suppliers allows TFR to mobilize a job however large and specialized the project may be. Real-Time GPS Tracking Our fleet is equipped with Real-Time tracking so that we can ensure our trucks are deployed and active where assistance is needed most.This gives our leaders the tools to adapt to the ever-changing demands of the project.The helicopter view is an easy-to-use feature that displays all the information one needs to efficiently dispatch&/or locate crews.All vehicle movement is saved in the Samsara cloud allowing for the routes to be reviewed and the next day's work plan.Geofencing is another feature that provides a variety of alerts to help us efficiently manage trucks and routes in the recovery efforts. With this state-of-the-art technology, TFR is always in compliance with ELD mandates and DOT/FMCSA regulations. T.F.I.wift Ic. DI SASTEQ RESPONSE DIVISION 57 Exhibit "A" Samsara Features REAL-TIME GPS TRACKING TRAILER TRACKING SAFETY S DASH CAMS ROUTING&MESSAGING • Lve vehicle location tracing Theft derecton • Ustracted driving detection • Real-time route tracking • Tnp histones Utilization reporting • In-cab voice coaching Historical performance analysis • Geofence alerts • Cargo and temperature Automatic Incident upload • Two-way messaging Learn more Watch video Learn more Learn more Watch video Learn more I Watch video DOCUMENTS FLEET MAINTENANCE WIFI HOTSPOT ELD COMPLIANCE • Document upload with photos • Fault code monitoring In-cab WiF • FMCSA.-listed ELD • Centralized record-keeping Paperless DVIRs Cellular data included Works with any mobile device • Proof of delivery.fuel&more Usage-based maintenance For any mobile app or device Centralized real-time visibility Learn more Watch video Learn more Watch video Learn more Learn more Watch video REEFER MONITORING REPORTING•ALERTS DEVELOPER APIS • Easy to install wireless monitors • Fuel efficiency&vehicle health Open REST APIs • live temperature change alerts Activity and driver behavior • TMS,payroll,GIS integrations • Automatic historical logs IFTA.ELD.and FSMA Custom software and apps Learn more Learn more Get a demo Developer docs Samsara Helicopter View eElect Alerts Settings Support CAI',. ..t 39 Van #19 o �'. \ a ., a • North lil"Way Lakeland,TX • ,' 63 mpb \a, _ �• Odomotor 171,8a0 mrlec \ • .• `` 7 � A NIftO11Y a \ 1' `Tnps) J m-progress d1.7 n• • _ Dispatch.Willis.Tx i Di,rul Willi, TX19.61r: '�'jT.f.a.Enriss,lac. DISASTER RESPONSE DIVISION 58 Exhibit "A" (C) Company Owned (R) No. Equipment Type Year Make Model Identification No. Reserved 1 Air Compressor 1990 Emglo Y5A60V 92190020 C 2 Air Compressor 2003 Ingersoll Rand 338927UGN221 C 3 Air Compressor 2006 Ingersoll Rand 365253UAX C 4 Air Compressor 2012 Doosan XP375WJDT3 435426UAW048 C 5 Air Compressor Ingersoll Rand MC2A 1945 C Campbell 6 Air Compressor Hausfeld C 7 Air Curtain Burner ACD T400 T35FN01052 C 8 Air Curtain Burner ACD 103846 C 9 Air Curtain Burner McPherson M30F U149701V C 10 Air Curtain Burner McPherson M30F U148961V C 11 Bridge Erection Boat AD MKIII 42XBK23649H112935 C 12 Bridge Erection Boat AD MKII 06681V368 C 13 Bucket Truck 1999 International 4900 1HTSDAANOXH659739 C 14 Bucket Truck 2012 Freightliner M2106 1FVACXDU8CHBE2106 C 15 Bucket Truck 2011 Freightliner M2106 1FVACXDU3BDAU8452 C 16 Bucket Truck 2007 International 4300 1HTMMAAN97H433997 C 17 Bucket Truck 2006 International 4300 1HTMMAAR06H199847 C 18 Bucket Truck 2010 Freightliner M2106 1FVACXDT7AHAP3532 C 19 Bucket Truck 1998 Ford F800 1FDXF8000WVA35473 C 20 Bucket Truck 1990 GMC C71-1042 R 21 Bucket Truck 2007 International 430 R 22 Bucket Truck 2001 International 4700 1HTSCAAM61H398263 R 23 Bucket Truck 2004 International 1HTMMAAL54H672005 R 24 Bucket Truck 2005 International 4300 1HTMMAANX5H692740 R 25 Bucket Truck 2006 International 4300 1HTMMAAP76H248265 R 26 Bucket Truck 2007 Ford F750 3FRNF75E77V512537 R 27 Bucket Truck 2007 Ford F750 3FRNF75E47V467587 R 28 Bucket Truck 2007 Ford F750SD 3FRNF75E57V467601 R 29 Bucket Truck 2007 International 4000 1HTMMAAN17H392586 R 30 Bucket Truck 2007 Ford F750SD 3FRNF75E07V467585 R 31 Bucket Truck 2007 International 1HTMMAAN97H413877 R 32 Crawler Tractor 2014 Magnatrac MH8000 H800152 R 33 Crawler Tractor 2012 Komatsu D31PX22 KMTD011P01060725 R 34 Dozer 1984 Caterpillar D71-1 79Z01488 C 35 Dozer 1991 Caterpillar D71-1 4AB04147 C 36 Dozer 1981 Caterpillar D8K 77V17840 C FT.F.R.ER�d Des,Iic. DISASTER RESPONSE DIVISION 59 Exhibit "A" 37 Dozer Caterpillar D6TLGP THX28329 C 38 Dozer 2006 Caterpillar D6RLGP CATOOD6RKWRGO0215 C 39 Dozer 2008 Caterpillar D7R AECO1989 C 40 Dozer Caterpillar D6RLGP 9PNO2000 C 41 Dozer 1991 Caterpillar D7H 4FG04117 C 42 Dozer 2003 Caterpillar D711 AECO0681 C 43 Dozer 2008 Caterpillar D6TLGP CATOOD6TCKJL00560 C 44 Dozer 1978 Caterpillar D6D 6X597 C 45 Dozer 2009 Caterpillar D6TLGP KJL00985 C 46 Dozer 1979 Caterpillar DO 4X5133 C 47 Dozer Caterpillar DV060 08Z53048 C 48 Dozer Caterpillar 963-TL 0963CKBBDO1120 C 49 Dozer Caterpillar 973-C CAT0973CK3RZ00613 C 50 Dozer 1989 John Deere 550G T0550GH758338 R 51 Dump Truck 2000 Freightliner FL70 1FV6HLAA5YHB76509 C 52 Excavator 2001 Komatsu PC270LC6 A85139 C 53 Excavator Deere 690D DW690DL533807 C 54 Excavator Volvo EC330BLC 330810324 C 55 Excavator Volvo EC220DL 220D210418 C 56 Excavator 2012 Komatsu PC240LClO A20120 C 57 Excavator 2013 Komatsu PC21OLC KMTPC243VO2450356 C 58 Excavator 2020 Kobelco EK-SK210 YQ15605293 C 59 Excavator Komatsu 21OLC KMTPC257PLTC81212 C 60 Excavator 2013 Komatsu PC240LClO KMTPC240002090090 C 61 Excavator 2019 Kobelco SK260LClO LL1610594 C 62 Excavator Komatsu 21OLC KMTPC257HJTC80715 C 63 Excavator Komatsu 290LC KMTPC255TEWA27188 C 64 Flatbed Trailer 2005 Big Tex 4YNBN20245CO27949 C 65 Flatbed Trailer 2007 Big Tex 16VGX202672680173 C 66 Flatbed Trailer 2011 Magnum 4P5B52027B2159392 C 67 Flatbed Trailer 2013 Big Tex 16VNX122XD2C97883 C 68 Flatbed Trailer 2013 Big Tex 16VPX1629C2348689 C 69 Flatbed Trailer 1999 HMDE 4AG6U2338XCO29735 C 70 Flatbed Trailer 1997 Centerville 1C6EG102XV1752300 C 71 Flatbed Trailer 1997 Reitnouer 1RNF48A27VR003233 C 72 Flatbed Trailer 2006 Town 4KNTT142261-161597 C 73 Flatbed Trailer 2015 JLG 5DYAAB2L5FC006883 C 74 Flatbed Trailer 2015 PJ 4P5FD3623F1217625 C 75 Flatbed Trailer 2008 Towmaster 4KNTT14248L161314 C 76 Flatbed Trailer 2008 Towmaster 4KNTT14257L162843 C 77 Flatbed Trailer 2015 Big Tex 16VFX2026F2092400 C WT.F.R.1"scs,IRC. DISASTER RESPONSE DIVISION 60 Exhibit "A" 78 Flatbed Trailer 2007 Trail King 1DA72C7NO7CO18695 C 79 Flatbed Trailer 2019 Texas Pride R 80 Flatbed Trailer 2016 Big Tex 16VFX202OG2074525 R 81 Horizontal Grinder 2014 Diamond Z DZH4000 1R9FX39OXEC722024 C 82 Horizontal Grinder 2014 Diamond Z DZH4000 1R9FX3904EC722030 C 83 KB Pup-Trailer 2012 Homemade HMDE MOHMTRAILER020044 C 84 KB Pup-Trailer 2006 Great Lakes TR2250DC lG9CD23336S139786 C 85 KB Pup-Trailer 2006 Great Lakes TR2250DC 1G9CD23346S139779 C 86 KB Pup-Trailer 2006 Great Lakes TR2250DC 1G9CD23376S139712 C 87 KB Pup-Trailer 2006 Great Lakes 1G9CD23356S1397ll C 88 KB Pup-Trailer 2018 Titan Machinery HMDE MOHMTRAILER025812 C 89 KB Pup-Trailer 2019 Edgewood ST lE9US2629KS589119 C 90 KB Pup-Trailer 2018 Homemade HMDE MOHMTRAILER025813 C 91 KB Pup-Trailer 2019 Edgewood ST 1E9US2625KS589103 C 92 KB Pup-Trailer 2019 Edgewood ST 1E9US2624KS589089 C 93 KB Pup-Trailer 2019 Edgewood ST lE9US2627KS589118 C 94 KB Pup-Trailer 2018 Homemade HMDE MOHMTRAILER025811 C 95 KB Pup-Trailer 2019 Edgewood ST lE9US2626KS589126 C 96 KB Pup-Trailer 2019 Edgewood ST 1E9US2627KS589135 C 97 KB Pup-Trailer 2019 Edgewood ST 1E9US2627KS589149 C 98 KB Pup-Trailer 2020 Edgewood ST lE9US2923LS589159 C 99 KB Pup-Trailer 2020 Edgewood ST lE9US2923LS589162 C 100 KB Pup-Trailer 2020 Edgewood ST 1E9US2927LS589164 C 101 KB Pup-Trailer 2020 Edgewood ST lE9US2925LS589163 C 102 KB Pup-Trailer 2012 Edgewood HMDE MOHMTRAILER020042 R 103 KB Pup-Trailer 2010 Edgewood HMDE MOHMTRAILER018042 R 104 KB Pup-Trailer 2012 Edgewood HMDE MOHMTRAILER020041 R 105 KB Pup-Trailer 2018 Edgewood ST lE9US2728JS589061 R 106 KB Pup-Trailer 2018 Edgewood ST lE9US2725JS589050 R 107 KB Pup-Trailer 2018 Edgewood ST lE9US2725JS589048 R 108 KB Pup-Trailer 2018 Edgewood ST lE9US2727JS589049 R 109 KB Pup-Trailer 2018 Edgewood ST 1E9US2762JS589060 R 110 KB Pup-Trailer 2018 Edgewood ST lE9US2622JS589073 R 111 KB Pup-Trailer 2017 Edgewood ST lE9US2623HS589030 R 112 KB Pup-Trailer 2018 Edgewood ST IE9US2723JS580947 R 113 KB Pup-Trailer 2018 Edgewood ST lE9US2721JS589046 R 114 KB Pup-Trailer 2021 Edgewood ST 1E9US302XMS589258 R 115 KB Pup-Trailer 2021 Edgewood ST 1E9US3021MS589262 R 116 KB Pup-Trailer 2021 Edgewood ST 1E9US3028MS589260 R 117 KB Pup-Trailer 2021 Edgewood ST lE9US3021MS589259 R 118 KB Pup-Trailer 2021 Edgewood ST lE9US3023MS589263 R 0"k1.f.R.EmcrPMa irc. DISASTER RESPONSE DIVISION 61 Exhibit "A" 119 KB Pup-Trailer 2021 Edgewood ST 1E9US3022MS589268 R 120 KB Pup-Trailer 2021 Edgewood ST 1E9US3024MS589269 R 121 KB Pup-Trailer 2021 Edgewood ST lE9US302OMS589270 R 122 KB Pup-Trailer 2021 Edgewood ST lE9US3023MS589277 R 123 KB Pup-Trailer 2021 Edgewood ST 1E9US3021MS589276 R 124 KB Pup-Trailer 2021 Edgewood ST lE9US302XMS589275 R 125 KB Pup-Trailer 2009 Edgewood ST ARKAVTL0590455016 R 126 KB Pup-Trailer 2007 Great Lakes R 127 KB Pup-Trailer 2000 WBH 1W9SD1628YC269033 R 128 KB Self-Loader 2003 Sterling L9500 2FZHAZAS73AK28772 C 129 KB Self-Loader 2004 Sterling L9500 2FZHAZAS84AM87966 C 130 KB Self-Loader 2003 Kenworth T800 1NKDLUOX43J710108 C 131 KB Self-Loader 1998 Peterbilt 357 1NPALT9XOWN461734 C 132 KB Self-Loader 1998 Peterbilt 357 1NPALT9X5WN461728 C 133 KB Self-Loader 2003 Freightliner FL112 1FVHBGAS53HK52388 C 134 KB Self-Loader 2006 Western Star 4900 SB 5KKPALAV96PV43823 C 135 KB Self-Loader 2007 Western Star 4900 SB 5KKPALAV47PY35512 C 136 KB Self-Loader 2009 Kenworth T800 1NKDLUOX69J242505 C 137 KB Self-Loader 2009 Kenworth T800 1NKDLUOXX9J242507 C 138 KB Self-Loader 2007 Kenworth T800 iNKDLTOX87J190818 C 139 KB Self-Loader 2008 Kenworth T800 1NKDLUOX78J235352 C 140 KB Self-Loader 2009 Kenworth T800 1NKDLUOX89J242506 C 141 KB Self-Loader 2009 Kenworth T800 1NKDLUOX09J242502 C 142 KB Self-Loader 2009 Kenworth T800 1XKDDUOX89J246574 C 143 KB Self-Loader 2009 Kenworth T800 1NKDLUOX99J242501 C 144 KB Self-Loader 2008 Kenworth T800 1XKDDUOX18J223975 C 145 KB Self-Loader 2008 Kenworth T800 1XKDDUOX78J223981 C 146 KB Self-Loader 2011 Kenworth T800 1NKDLUOX6BJ281035 C 147 KB Self-Loader 2010 Kenworth T800 1NKDLUOXXAR266280 C 148 KB Self-Loader 2011 Kenworth T800 1NKDLUOX7BJ278354 C 149 KB Self-Loader 2009 Kenworth T800 1NKDLUOX69J256033 C 150 KB Self-Loader 2008 Kenworth T800 1XKDDUOX78J228727 C 151 KB Self-Loader 2009 Kenworth T800 1NKDLUOX39J237424 C 152 KB Self-Loader 2008 Kenworth T800 1NKDLUOX08J233491 C 153 KB Self-Loader 2005 Sterling 2FWBA2DE5SAV23128 R 154 KB Self-Loader 1995 Freightliner 1FUPFZXB2SA597897 R 155 KB Self-Loader 2004 Peterbilt 357 1XPADBOX04DB819508 R 156 KB Self-Loader 2005 Peterbilt 357 1NPALBOX45D842644 R 157 KB Self-Loader 2006 Peterbilt 357 1NPALBOX96D632705 R 158 KB Self-Loader 2007 Freightliner 1FVHC5DE27HX68138 R 159 KB Self-Loader 2007 Freightliner 1FYHC5DE07HX68140 R �T.f.R.Ema�ris�,Inc. DISASTER RESPONSE DIVISION 62 Exhibit "A" 160 KB Self-Loader 2006 Western Star 5KKHAWAVX6PW37855 R 161 KB Self-Loader 2001 Peterbilt 379 1NP5XU0X41D569216 R 162 KB Self-Loader 2013 Peterbilt INPTX4TX6DD181864 R 163 KB Self-Loader 2005 Peterbilt/Red 1XP5DB9X25D881630 R 164 KB Self-Loader 2006 Peterbilt 379 IXP5DB9X76D646688 R 165 KB Self-Loader 2006 Peterbilt 379 1XP5DB9XX6N898414 R 166 KB Self-Loader 2003 Peterbilt 357 1NPALBOX53N596260 R 167 KB Self-Loader 2019 International HX520 3HTDPAPT4KN358427 R 168 KB Self-Loader 2005 International 5900L 1HTXRAPTX5JO28306 R 169 KB Self-Loader 1990 Ford 1FDZY90X3LVA25141 R 170 KB Self-Loader 2007 Peterbilt 1XP5D49X17D683748 R 171 KB Self-Loader 2005 Peterbilt 1XP5DB9XO5N860477 R 172 KB Self-Loader 2014 Peterbilt 367 1NPTL4OX9ED227589 R 173 KB Self-Loader 2003 Peterbilt 379 1XP5DB9X13D591649 R 174 KB Self-Loader 2019 Freightliner 3ALHG3DVIKDKN11095 R 175 KB Self-Loader 2020 Western Star 4900SB 5KKMALDIOLPU3935 R 176 KB Self-Loader 2007 Sterling 2F2HAZCV07AV53003 R 177 KB Self-Loader 2003 Sterling 9500 2FZHAZAS03AK68711 R 178 KB Self-Loader 2004 Sterling LT9501 2FZHAZCV64AM24825 R 179 KB Self-Loader 2005 Sterling LT9501 2FZHAZCV75AU92195 R 180 KB Self-Loader 2006 Freightliner M2112 1FVHC5CV86HV54044 R 181 KB Self-Loader 2007 Kenworth INKWLBOX071156522 R 182 KB Self-Loader 2008 Mac CH613 1M1AN07Y18N002964 R 183 KB Self-Loader 2019 Western Star 47005F 5KKMAVDV7KPKM6019 R 184 Light Tower 2012 Doosan LSC 4FVLSACA6CU444257 C 185 Light Tower Magnum C 186 Light Tower Magnum MLT3060MMH 80743 C 187 Light Tower Magnum MLT3060MMH 170255 C 188 Light Tower 2008 Ingersoll Rand 393605UJRC13 R 189 Light Tower Nighthawk LT12 R 190 Light Tower 1999 Magnum 40601MH 99246 R 191 Light Tower Coleman MH4000RDKH 151217 R 192 Low Boy Trailer 2014 Fontaine 57JE513OXE3561385 C 193 Low Boy Trailer 2013 Fontaine 13NE51308D3560602 C 194 Low Boy Trailer 1994 Talbert 40FHO482RIO10817 C 195 Low Boy Trailer 1992 Trail King 1TKS00517NMO30565 C 196 Low Boy Trailer 1992 Trail King ITKS00517NMO30566 C 197 Office Trailer 1984 Grumman IGXDBAF21EW001008 C 198 Office Trailer 1987 Ellis H9EE57431-11013022 C 199 Office Trailer 1992 Trail MBL 1PT011AH6W9002247 C 200 Office Trailer 1992 Moex 1M9X25225TA237065 C Wrpri I.F.R.Eas,Inc. DISASTER RESPONSE DIVISION 63 Exhibit "A" 201 Office Trailer 1997 Coach 1M9A6A729VH022102 C 202 Office Trailer 1999 Moex iM9X25227TA237058 C 203 Power Screen 2001 Trommel 725 9500531 C 204 Power Screen Trommel 830 9202071 C 205 Pressure Washer 2007 HMDE PC101 C 206 Pressure Washer Alkota 192477 C American 207 Pressure Washer Kleaner C368 C 208 Pressure Washer Hotsy H51669 C 209 Pressure Washer Landa P00306 C 210 RV 2006 Denali 31FGBS 47CTD1R216P615392 C 211 RV 2004 Jayco 27B 1UJBJ02N741EF1875 C 212 RV 2006 Open Road 5L4TR322361012206 C 213 RV 1998 Prevost 2PCV33493V1011707 C 214 RV 2015 Heartland Trail Runner 5SFEB3222GE312623 C 215 Service Trailer 2001 Titan 5DZC8162511001697 C 216 Service Trailer 1997 WW 11WEC1623VM227765 C 217 Service Trailer 2002 TRBL 4X4TSEV282U200791 C 218 Service Trailer 1999 WW 11WHC162XYW251191 C 219 Service Trailer 1999 Magnum 1V5BA1624X1133175 C 220 Service Truck 2005 Ford F450 1FDXF46P05EC08622 C 221 Service Truck 2013 Ford F350 1FT8W3BT10EC38201 C 222 Service Truck 2014 Ford F350 1FT8W3BT6EEA40636 C 223 Service Truck 2009 Ford F450 1FDAX46R79EA14566 C 224 Service Truck 2014 Ram 5500 3C7WRNBL8EG228497 C 225 Service Truck 2011 Ford F350 1FDRF3G6XBEA70849 C 226 Service Truck 2001 Ford F450 1FDXF46F31EA27158 C 227 Service Truck 2018 Toyota Tacoma 5TFCZ5AN9JX150501 C 228 Service Truck 2020 Ram 3500 3C7WRTCLXLG103257 C 229 Service Truck 2013 Ford F150 1FTFWlETlDKD64424 C 230 Service Truck 2020 Ram 2500 3C6UR5CL6LG252045 C 231 Service Truck 2022 Ram 3500 3C63RRGL2NG135014 C 232 Service Truck 2022 Ram 3500 3C63RRGLONG114808 C 233 Service Truck 2011 Dodge 57H7CK 3D6WU7EL6BG591535 R 234 Skid Steer 2003 Bobcat T300 5219-12445 C 235 Skid Steer Bobcat 5300 525815902 C 236 Skid Steer 2009 Bobcat T300 A5GU35117 C 237 Skid Steer Bobcat T300 A5GU20012 C 238 Skid Steer Bobcat T300 525415884 C 239 Skid Steer Bobcat T300 525413076 C 240 1 Skid Steer 2009 Bobcat T300 A5GU35209 C �jT.F.R.lapprises,loc. OI IAITER RESPONSE DIVISION 64 Exhibit "A" 241 Skid Steer 2012 Bobcat T750 ANKA12229 C 242 Skid Steer 2019 Bobcat T870 R 243 Skid Steer 2013 Bobcat T190 R 244 Skid Steer Bobcat T320 A7MP60119 R 245 Skid Steer Bobcat T300 532011795 R 246 Skid Steer Bobcat 246 00246C5SZ06425 R 247 Skid Steer 2019 Bobcat T770 AT6318861 R 248 Stump Grinder 2013 Rayco RG1665AC 0-449 C 249 Stump Grinder 2014 Fecon SH260 C 250 Tractor 2005 Peterbilt 379 1XP5PBEX75D826166 C 251 Tractor 2008 Kenworth T800 1XKDDU9X68R213592 C 252 Tractor 2009 Kenworth T800 1XKDP4EX59J253787 C 253 Tractor 2010 Kenworth T800 1XKDDU9XXAR259318 C 254 Tractor 2009 Kenworth T800 1XKDDU9X89J256363 C 255 Tractor 2010 Kenworth T800 1XKDDU9X4AR260416 C 256 Tractor 2012 Western Star W4900 5KJJABDR5DPBU1199 C 257 Tub Grinder 1999 Diamond Z 1352BI 1D9FX423XN147003 C 258 Tub Grinder 2003 Diamond Z 1463-B 1D9FX4530NN47068 C 259 Tub Grinder 1997 Diamond Z 1463-B 1D9FX4536TN147184 C 260 Tub Grinder 1999 Diamond Z 1463-B 1D9FX4534XN147240 C 261 Tub Grinder 1998 Diamond Z 1463-B 1D9FX4537WN147232 C 262 Tub Grinder 2003 Diamond Z 1463-B 1D9FX4639YC147259 C 263 Tub Grinder 2004 Diamond Z 1463-B 1D9FX46311C147262 C 264 Tub Grinder 1999 Diamond Z 1463-B 1D9FX46364C147293 C 265 Vacuum Truck 2000 Freightliner 1FVUFXYB9YPB65702 C 266 VersaHandler 2009 Bobcat V723ZFL 368112100 C 267 VersaHandler Genie GTH6622 C 268 Walking Floor Trailer 2002 MAC 5MAMN45292C005339 C 269 Walking Floor Trailer 2005 MAC 5MAMN48285C008359 C 270 Walking Floor Trailer 2004 MAC 5MAMN48214C007357 C 271 Walking Floor Trailer 2008 MAC 5MAMN48288C016384 C 272 Walking Floor Trailer 2005 MAC 5MAMN482X5C008556 C 273 Walking Floor Trailer 2019 MAC 5MAMN4824KW051069 C 274 Walking Floor Trailer 2019 MAC 5MAMN4824KW051073 C 275 Walking Floor Trailer 2017 East lElU2X289JR060527 C 276 Water Truck 2000 Freightliner FL70 1FV6HJAA3YHB19746 C 277 Water Truck 2000 Ford F650 3FRNF65995V180949 C 278 Water Truck 2006 Eco 5PKUEH2236W052290 C 279 Wheel Loader Volvo L110E L110EV60278 C 280 Wheel Loader Volvo L120E L120EV66140 C 281 Wheel Loader Volvo L120G VCEL120GL00030787 C IF" T.F.R.Emcrpriscs,loc. DISASTER RESPONSE DIVISION 65 Exhibit "A" 282 Wheel Loader Volvo L120E L120V64601 C 283 Wheel Loader Volvo L120E L120EV64757 C 284 Wheel Loader Volvo L120C 62368 C 285 Wheel Loader Volvo L120G 30275 C 286 Wheel Loader Volvo L120E C 287 Wheel Loader 2001 John Deere 444H DW444HX581391 R OT.fj.wmkL DISASTER RESPONSE DIVISION 66 Exhibit "A" Subcontractors__ TFR Enterprises, Inc. maintains a current, constantly updated database of subcontractors by location, classification,equipment resources, and capability. The working relationship with this reservoir of close- knit subcontractors has been so successful that a majority of them,following a disaster event,will not offer their services to,or accept an offer from,another contractor until first consulting with TFR's management personnel as to their subcontracting needs.A network of communication and contact of these subcontractors in the event of a disaster has been divided among the TFR management team in advance,which has enabled the company to contact, activate, and mobilize as many as 630 pieces of equipment in 30 days as the company did following Hurricane Laura in 2020. These subcontractors are considered as much a part of the disaster response team as are the full-time employees of TFR. Local and Disadvantaged Business Subcontracting At TFR,we firmly believe that local contractors provide the most cost-effective measure to complete the contract requirements while aiding the local economy after the impact of a disaster. TFR plans to utilize local subcontractors to the extent to which they are available and properly licensed.TFR shall exhaust any avenues to obtain qualified local subcontractors to meet the needs of the community while infusing the local economy with needed revenue. As such, TFR is committed to identifying the local subcontractors qualified and prepared to support the community on the path to recovery. During the past three (3) decades, TFR has actively promoted the participation of Small Business Enterprises (SBE), Disadvantaged Business Enterprises (DBE), Women-Owned Business Enterprises (WBE), Minority-Owned Business Enterprises (MBE), and Veteran-Owned Business Enterprises (VBE), in the performance of disaster-related debris removal projects. Born from a small tree service company in 1954, TFR was a long-time small business-enabled firm working in Memphis,Tennessee. Renamed TFR and incorporated in 1989, owner, Tipton Rowland, considers this sector of the industry to be a vital and reliable source of debris management resources recalling his days as a small business owner himself. As such,TFR executives are directly involved in the achievement of SBE's and DBE's plans and goals by the project. Proposed on • 35 years of proven disaster debris removal and management experience Recent Projects Completed with TFR: • Over 200 units of company- • Hamilton County,FL owned specialized equipment • Jacksonville,AR including knuckle boom trucks, • City of Cedar Park,TX heavy haulers,dump trucks, . Hancock County,MS bunkhouses,airboats,barges, ty, skid steers,dozers,excavators, • City of Choctaw,OK loaders,skidders,and tree • City of Enid,OK TRAD cutters. • City of Blanchard,OK • Owner and key employees • City of Norman,OK certified in tree • City of Citronelle,AL removal/chainsaw management • Alabama DOT,Dallas County by the Department un Forestry • City of Robertsdale,AL ep • Partnered on more than 50 • Rapides Parish,LA projects with TFR,over the last 20 years. Timberline Trading is a leading subcontractor in the disaster debris removal industry. Thirty-five years of experience has allowed the team at Timberline to master the skills and FEMA knowledge necessary to t.fl[Uprises,Iic. ,itinti LER RESPONSE DIVISION 67 Exhibit "A" complete any size debris mission. Timberline's tenured management team gives them added ability to manage a wide range of disaster response services. With more than 200 pieces of specialty equipment, Timberline can respond immediately to all emergencies.Company-owned bunkhouses and generators allow Team Timberline to respond to devastated areas where housing or electricity is not available. Timberline has been a major subcontractor for TFR since 1995. 7777 Proposed Maji DBE Subcontractor • Women-Owned Business Recent Projects Completed with TFR: (WBE) • Suwannee County,FL • Incorporated in 2013 . Hardin County,TN • Principles hold Florida& • City of Leader,TX California Contractors License a FDEP-Highland Hammock State Park LY E L LCO • Owner and Principles have . Kentucky Transportation Cabinet,KY more than 25 years of • Oklahoma City Parks OK combined experience in City Corpus. Ci of Co us Christi TX Disaster Response,Debris Removal,and Hazardous Tree • Texas DOT,Montague County Removal Services • Louisiana DOT,Cameron Parish • Partnered on 7 projects with • Tyndall Airforce Base,FL TFR,over the last 8 years. Lyellco, Inc. is a family-owned tree trimming and disaster response company incorporated in 2013 as a small woman-owned business. Lyellco owns 27 pieces of equipment and has performed more than 20 federal and state contracts nationwide, responding to hurricanes, tornados, ice storms, floods, and more. Lyellco strives for the safety of its employees and the communities affected and operates according to FEMA rules and regulations. The following list is just a few of our available DBE Partners: DBE Partners State Type Services A leen Trash Hauling Services,Inc. FL SBE/MBE Hauling Services,Hazardous Tree Removal CSA Land Clearing FL DBE Site Management Florida Developers of Tallahassee FL DBE Site Management Gulf Coast Environmental Contractors FL WBE Hazardous Tree Removal Pa e's Environmental Services LLC FL MBENBE Hazardous Tree Removal Prism Lighting Services FL SBE Temporary Lighting YG Construction,Inc. FL MBE Temporary Fencing Cabildo Services LA DBE Temporary Staffing Disaster Recovery Group and Tree,Inc. NC DBE Hauling Services,Hazardous Tree Removal Action-Roll Offs Inc. TX DBE Hauling Services -Eggemeyer Land Clearing,LLC TX DBE Hauling Services,Site Management Highway Barricades and Services Inc. TX DBE Safety Supplies Lyellco TX WBE Hauling Services,Hazardous Tree Removal 0""N.F.R.bWa1c. DISASTER RESPONSE DIVISION 68 Exhibit "A" Ant�rt�p TRADING INC. TFR Enterprises, Inc Tipton F. Rowland 601 Leander Drive Leander,Texas 78641 Re: Letter of Commitment/Timely Payments Please accept this letter as our interest to assist TFR Enterprises, Inc by offering to make our services available in the event they are activated for Disaster Debris/Hazardous Tree Removal Services during the term of the contract. Timberline has worked for TFR Enterprises, Inc since 1996 and has always been paid on time. Timberline's roles and responsibilities will support TFR as a subcontractor providing labor and equipment services for this contract to include: • Vegetative Debris Removal • C&D Debris Removal • Hazardous Tree Removal Company Information: Timberline Trading, Inc Michael Dotson PO BOX 643 Lathrop, MO 64429 FEIN: 43-1695748 I, Michael Dotson, am authorized to sign for and legally bind Timberline Trading, Inc., and have full authority to commit any of our company's resources necessary to successfully perform this contract. Should you need additional information please contact me at(816) 564-1761. Sincerely, Md4d Vaa" Michael Dotson Owner/CEO QUIDWOWN. DISASTER RESPONSE DIVISION 69 Exhibit "A" www.lvellco.com [L:YELLC0 Sharon Myellco.com Office(512)576-3000 TFR Enterprises,Inc Tipton F.Rowland 601 Leander Drive Leander,Texas 78641 Re: Subcontractor Letter of Commitment Dear Mr.Rowland. Please accept this letter as our interest to assist TFR Enterprises,Inc by offering to make our services available in the event they are activated for Disaster Debris/Hazardous Tree Removal Services during the term of the contract. Lyellco's roles and responsibilities will support TFR as a subcontractor providing labor and equipment services for this contract to include: • ROW Vegetative Debris Removal • ROW C&D Debris Removal • Hazardous Tree Removal Company Infonnation: Lyellco,Inc Levi Lyell 7503 White Oak Lago Vista,Texas 78645 FEIN:463383578 Woman-Owned Small Business Levi Lyell is authorized to sign for and legally bind Lyellco Inc.and has the full authority to commit any of our company's resources necessary to successfully perform this contract.Should you need additional information please contact me at(5 12)698-9812. Sincerely, Levi Lyell Vice President 7503 White Oak Drive,Lago Vista,TX 7845 DISASTER RESPONSE DIVISION 70 Exhibit "A" Additional i i : Service Providers The following is a list of potential subcontractors and service providers TFR Enterprises, Inc. may utilize if activated. This list is not exhaustive,and resources may be added or substituted if needed. TFR offers preference to qualified local subcontractors, including local DBE subcontractors,who have the necessary equipment and experience to meet the project requirements. Company Name State DBE Black Services,Inc. Alabama Chad Ward Inc. Alabama Global Rental Co.Inc. Alabama HAL Construction LLC Alabama Hall's Tree Service Alabama Hunter Fuzzell Alabama Moore Lawn&Landscape Alabama Oak Hill Construction,LLC Alabama Southeastern Logistics,LLC Alabama Ward Land&Timber,LLC Alabama Z&H Enterprises,LLC Alabama A&A Trucking LLC Arizona Sunstate Equipment Co Arizona Carter Global Arkansas Conway Enterprises Arkansas John L Weaver Arkansas Labor Finders Arkansas McFadin Global Construction,Inc. Arkansas Moores Dozer Service Arkansas Troy Brown Arkansas Chriso Tree Trimming California Core Tree Care California D&E Construction Inc. California FGL Environmental California Granite Construction Inc California Inland Empire Equipment California Myers Tire Supply California Palomar Mountain Premium Spring Water California Silverstrand Construction California Triton Transport Ltd. California Front Range Landfill Colorado Jim's Pride Landscaping&Maintenance Colorado Larimer Solid Waste Colorado Lenahan Land Clearing&Grinding Connecticut A Soto Southern Ag Inc Florida QUI[OpMin,im. DISASTER RESPONSE DIVISION 71 Exhibit "A" Absolute Asphalt Services Inc Florida Acme Barricades Florida AES Portable Sanitation Florida AM Environmental Florida Anderson Rentals Inc. Florida Aqua Control Tech Florida Arrow Service&Towing Florida Arthur Auville Florida Atlantic Coast Transport,LLC Florida Aucilla Area Solid Waste Florida Ayleen Trash Hauling Service Florida Yes Backstrom Trucking Florida Better Barricades Florida BG Katz Nurseries,LLC Florida Branching Out Florida Coffin Marine Florida CSA Land Clearing Florida Yes Dawnell Ayres Florida DeFord's Fuel&Oil,Inc Florida Downrite Engineering Corp. Florida Dyna Trucking Florida East Coast Site Works Florida Edgewater Recycling Florida Emergency Standby Power LLC Florida Evergreen Tree Service Florida Fast Track Logistics Florida Flagler Construction Equipment Florida Florida Developers of Tallahassee Florida Yes Florida Equipment Service and Repair Inc Florida Florida Paving&Trucking Service Florida Fort Lauderdale Ice Florida G Hemphill Tree Service Florida Gallegos Trucking Inc. Florida Gaston TDR Florida Gill Sikes Florida Green's Tree&Landscape Florida Grinder Wear Parts,Inc. Florida Gulf Coast Environmental Contractors,Inc. Florida Yes Hamilton County Landfill Florida Haulin Dixon Florida Kessler Hauling Inc. Florida U.B.Enterprises,Inc. OI 111 TIN RE S PONSF DIVISION 72 Exhibit "A" Knight Jon Boy Florida Landscape Service Professionals Florida Lank Oil Florida Lee County Solid Waste Florida Leon County Solid Waste Florida Lopez Trucking Inc Florida Lucas Garage&Trucking Florida Macias&Sons Florida Macias Landscape Inc.dba Miguel Macias Landscape Florida Miami-Dade County Dept of Solid Waste Florida Morgan Marine Salvage&Recovery,LLC Florida National Waste Management,Inc Florida Nicolas Macias Florida North Oak Recycling Florida Payne's Environmental Services,LLC Florida Yes Pine Island Group,LLC Florida Prism Lighting Services Florida Yes Putnam County Central Landfill Florida Rainey Cawthon Distributor Florida RIO Harvesting Florida Rio Indio,LLC Florida Ron's Trucking&Equipment Florida S&B Machine,LLC Florida Sampson Tree Service Florida Samsula Waste Inc Florida Seminole County Solid Waste MgmtA Florida Spinning Crane Works Florida T-Roy&Sons,Inc. Florida Tate Transport Corporations Florida Texas Aquatic Harvesting Florida USA Services Florida Yahl Mulching&Recycling Florida YG Construction Florida Yes ZZ Truck Inc Florida All Star Mobile RV Georgia Bobcat of Orlando Georgia Bolgers Tree Service Georgia Brian Brinson dba Brinson Tree&Stump Georgia Brown's Tree and Logging Service Georgia Casey Tree Experts Georgia Colonial Fuel and Lubricant Services,Inc. Georgia Quiurm,kc. DISASTER RESPONSE DIVISION 73 Exhibit "A" HeavyQuip Georgia Horner Services,LLC Georgia Jaguar Tree Service Georgia KDF Enterprises,LLC Georgia Kelly Services,Inc. Georgia Kelly's Clearing&Grinding Georgia Neff Rental Georgia Parkway Tire and Service Georgia Southeastern Modular Construction Georgia Sunbelt Rentals Georgia Synergy Rents LLC Georgia Terry Bucks Contracting,LLC Georgia TRC Staffing Services Georgia Waste Management-Florida Georgia Diamond Z Manufacturing Idaho DZ Grinders LLC AKA Diamond Z Idaho Rule Steel Tanks,Inc Idaho A-I Tree Care Illinois JJ Keller Illinois JT"s Tree Service Illinois Southwest OKC Landfill Illinois Richards Tree Service Illinois Yes Buchanan Hauling&Rigging,Inc. Indiana K&K Dirt Works Indiana Yes Pac Van,Inc. Indiana Poseidon Barge Indiana Richard Clemons dba Clemons Tree Service Indiana Blue Beacon Kansas Custom Tree Care Inc Kansas Freightquote.com Kansas Kansas City Tree Care LLC Kansas Lakeside Tree Service Kansas Reno Truck&Tractor Kansas Team DriveAway Kansas United Disaster Response,LLC Kansas Douglas Keeton Kentucky Mr.Pressure Kentucky Oakland Farms Trucking Kentucky Aqua Tech Louisiana Brooks Industrial Louisiana Cabildo Services Louisiana Yes DISASTER RESPONSE DIVISION 74 Exhibit "A" Coastal Heavy Haulers Louisiana Coastland Trucking,LLC Louisiana Complete Staffing Louisiana G&M Rentals Louisiana Gator Environmental Waste Solutions,LLC Louisiana Gills Crane Service Louisiana Gordon's Disposal,LLC Louisiana Gordon's Landfill,LLC Louisiana Greenpoint,Inc Louisiana H&E Equipment Services Louisiana Leaf Services,LLC Louisiana Michael Munna Louisiana Northshore Tree&Bucket Truck Louisiana Pearl River Navigation Louisiana Pipeworks Plumbing/Demolition Louisiana PMI Resource Inc Louisiana Traffic Control Products of Louisiana Louisiana Wilco Marsh Muggies,Inc Louisiana Wishams Hauling Louisiana J Carlson Trucking Michigan Fastenal Minnesota Davy Busby dba Famco Mississippi Forrester&Associates Mississippi Lonnie Roberts II dba Lil Al's Tree Mississippi PK Diesel Mississippi Ruiz Contracting Solutions,LLC Mississippi TLW Inc Mississippi Atlas Tree Care,LLC Missouri Crooked River Missouri Custom Truck One Source Missouri Dotson&Sons Logging Missouri Double D Disaster Relief LLC Missouri Gary Long Missouri Grainger Missouri Hampel Oil Missouri Ozark Machinery Company Missouri Timberline Trading Inc Missouri Titan Machinery,LLC Missouri Tri Rivers Logging Inc. Missouri Turbo Supply Missouri R&L Transport New Jersey QT.F.R.fiW=,h1. DISASTER RESPONSE DIVISION 75 Exhibit "A" Ricelli Enterprises,Inc. New York Scott Macon Equipment Rental New York Ascendum Machinery,Inc. North Carolina Berico Fuels,Inc. North Carolina Bobcat of New Bern North Carolina Carolina Tree Debris,Inc. North Carolina Columbus County Landfill North Carolina Couch Oil Company North Carolina Disaster Recover Group&Tree North Carolina Yes East Coast Disaster Recovery North Carolina Graham County Land Company North Carolina Premier Staffing Solutions North Carolina Slickrock Development,LLC North Carolina Soundside Recycling North Carolina Stafford Debris Removal North Carolina TSI Disaster North Carolina RDO Equipment Co North Dakota Bruce Sloan Tire Service Oklahoma Butler Brothers Sand&Gravel Oklahoma Express Employment Professionals Oklahoma Kirby-Smith Machinery,Inc. Oklahoma Kudron Trucking Oklahoma Mosely Welding Oklahoma Norman Tree Service Oklahoma Quality Towing Service Oklahoma Sprague's Backhoe Oklahoma Tree Dr.,LLC Oklahoma Eagle Rock Freight Oregon Blake Marine Group Pennsylvania Davidson Trucking Pennsylvania Antilles Power Depot,Inc Puerto Rico Garden Max and Power Equipment Puerto Rico Green Group,Inc. Puerto Rico RZ Contractors,Inc Puerto Rico Buddin Construction South Carolina Comeback Rentals South Carolina Creative Fence Concepts South Carolina DTS Inc. South Carolina Ferrell Construction South Carolina State Tree Service,LLC South Carolina Willis Recovery LLC South Carolina fjT.f.B.Ems,In. DISASTER RESPONSE DIVISION 76 Exhibit "A" Dysart Trucking South Dakota Hodkinson Construction South Dakota Jacobsen Tree Experts South Dakota John Nelson Trucking South Dakota Lacey Rentals South Dakota Robert Bungert South Dakota 4 Corners Truck Service Tennessee DeLoy Brown Petroleum LLC Tennessee Industrial Rubber Tennessee Isis Tree Tennessee Robinson Tree Service,Inc. Tennessee Southeast Mowing,LLC Tennessee Stowers Machinery Corp Tennessee Yardworks,Inc. Tennessee 1st Fire Safety Texas 3TM Transport LLC Texas A&W Water Well Service Texas A Line Auto Parts Texas A-1 Tire&Service Texas Aaron Johnson Texas ABC Erosion Control,Inc Texas Yes Absolute Diesel Texas Action Propane Texas Action Roll-Offs,Inc Texas Yes Adobe Machinery Services,LLC Texas Advanced Flame Cutting&Steel,Inc. Texas Airgas-Mid South Texas Alamo Welding Supply Co.,Inc. Texas All Star Land Surveying Texas Art's Truck&Equipment Texas Aspen Tree Service Texas Austin Brake&Clutch Supply,Inc. Texas Bane Machinery Houston,LP Texas BFI Colonial Landfill Texas Big Bird Tree Service Texas Binswanger Glass Texas Black Rose Steel&Trading Texas Yes Blue Beacon Truck Wash Texas Blue Ridge Landfill Texas LP Texas B1ueLine Rental Texas Bobcat Quality Equipment Texas DISASTER RES VONSE DIVISION 77 Exhibit "A" Burkett Construction Texas C.J.Express,Inc. Texas Capitol Auto Parts Texas Capitol Bearing Service Texas Capitol Hydraulics Texas Cedar Park Wrecker&Recovery Service Texas Charles Gamelin Texas Chrome Enterprises Texas Complete Environmental Product Texas Crocker Crane Rentals Texas Dennis Sissell Texas Diesel Specialists Texas Diesel Tech Services,Inc Texas Diversified Machining Inc Texas Double Diamond Heavy Haul Texas Dusty Berryhill Texas DVT Freightways Texas Yes Earthco Landscape Construction Texas Yes Eggemeyer Land Clearing,LLC Texas Yes Environmental Allies Texas Equipment and Diesel Techs Texas Fabcon Products,Inc. Texas Fleetcard,Inc Texas Flex Supply Texas Francisco Perez Texas Franks Nursery Texas Freightliner of Austin Texas Fresno Fence Texas GAC Equipment,LLC Texas Golden Triangle Landfill Texas Greenseen Texas Green Planet,Inc. Texas Yes Gulley-Hurst Landfill Texas H2eco Bulk Water Texas Herc Rentals Inc Texas Hertz Equipment Rental Texas Hi-Line Texas Highway Barricades and Services,Inc. Texas Yes Holt Cat Texas Holtsy/Carlson Equipment Co. Texas Houston Bearing Texas QT.F.I.Wft,Inc. DISASTER RESPONSE DIVISION 78 Exhibit "A" Hudgins Co. Texas Hydraulic Specialists,Inc Texas Hydraulics of Texas Texas Iron Horse Texas ISNetwork Texas JTB Demolition Services Texas Just Hydraulics&Mechanics Texas Kenneth Caplan Texas King Jehu Trucking,Inc Texas Labor Ready Texas Lampasas Trucking Texas Land and Sea Services Texas Liberty Hill Truck Service Texas Llano River Fence Texas Yes Longhorn INT Truck Texas Lyellco,Inc Texas Yes Matoka,Inc Texas Mayo Mulch, Sand,and Gravel,Inc. Texas McLaughlin Transport,LLC Texas Mike Berryhill Texas Mimbres Tree&Debris Texas Monge Trucking Texas Motion Industries Texas Mustang Cat Texas Mustang Rental Texas Naegli Transportation Texas Novus Wood Group Texas Onsite Diesel Texas Pacesetter Personnel Services Texas Peninsula Marine Texas PeopleReady Florida,Inc. Texas Port Lavaca Plumbing Texas Precision Tracking Solutions Texas Precision Truck&Trailer Texas Pro Glass Texas R&R Tire Service Texas R&S Tractor&Dump Truck Service Texas RAM Products LTD Texas Red River Equipment Texas Redwine Enterprises,Inc. Texas Yes Regional Traffic Services Texas j'1.F.1.B PMtwo IIC. DISASTER RESPONSE DIVISION 79 Exhibit "A" Reid Services Texas Rene Bates Auctioneers,Inc. Texas River City Hose and Supply,Inc. Texas Rock Plus Texas Romco Equipment Company Texas RSC Equipment Rental Texas Rush Truck Center Texas Southern Tire Mart Texas Spartan Divers Texas Sprint-Fort Bend County Landfill Texas Stewart&Stevenson Texas Suncoast Texas Sundance Fuels Texas TDH Transport Texas Yes Texas Disposal System Texas Texas Hydraulics Texas Texas Outhouse Texas Texas Welding Supply Co. Texas Three-B's Stump Removal Texas Tire&Truck Masters Texas Titan Sandblasting&Coating Texas TNK Services Texas Yes Tucker Oil Co. Texas United Rentals Texas United Site Services of Florida Inc. Texas Vanguard Truck Texas Vermeer Equipment Texas Walt Pene Trucking Texas Waste Connections Seabreeze Texas Waukesha-Pearce Industries,LLC Texas WCA Waste Corporation Texas Wingfoot Commercial Tire Systems LLC Texas Off Duty Services Texas Yes Flex Fleet Rental LLC Utah Kitchen Corps,Inc Virginia Yes Medek Tree Service Virginia Yes Southern Transportation,LLC Virginia �'"A'2T.f.R.b"Mul IIC. DISASTER RESPONSE DIVISION 80 Exhibit "A" Subcontractor Registration Subcontractors interested in doing business with TFR can register at www.tfrinc.com. Subcontractor Registration Ready. React. Respond. Recover. If you are interested in becoming a subcontractor with TFR Inc.,please complete the form below.Someone will contact you shortly. Company Name Federal Identification Number(EIN or SS#) For more information go to http://www.irs.govBusinesses/Small-Businesses-&-Self-Employed/Employer-ID-Numbers-EIN Dun&Bradstreet(DUNS)Number ISNetworld#(if Applicable) What is your Business Size and Classification?In comments please list Certifying Agency and corresponding number O Large Business(LB) O Small Business(SB) O Small Disadvantaged Business(SDB) O HUBZone Small Business O 8a Designation O Woman-Owned Small Business(WOSB) O Veteran-Owned Small Business(VOSB) U Service-Disabled Veteran-Owned Small Business(SDVOSB) What services does your business provide? F' Emergency Road Clearance F1 Debris Collection C Site Management O Debris Reduction L Tree Trimming and Removal U Hauling C Permitted Solid Waste Facility O Stumps L' Snow Removal U Project Staffing l,, Marine Debris Removal U Sand Screening O Recycling U Household Hazardous Waste What equipment is owned by your business?(not contracted equipment) 0111.100s,IIC. DISASTER RESPONSE DIVISION 81 Exhibit "A" Disasters are unpredictable. Disasters can vary in size, scope, and intensity. Yet given this inherent unpredictability, governments can take the necessary steps to ensure the safety and relief of their constituency. At TFR, we address the needs of our clients long before the TFR Spotlight establishment of a relationship. Every project is different. TFR has handled more Every state, county, or city, desires, and highlights different aspects of disaster relief and recovery that they deem MOST than 7U,000,UUUCy of important. With this ever-changing landscape in mind, TFR disaster debris. continually stresses the proper due diligence and planning to fully comprehend the type of service that each client desires. We routinely review and scrutinize our operational and management plans to ensure that we present the most practical, efficient structure to complete the project. TFR's knowledgeable management team retains over 155 years of combined experience responding to hurricanes, floods, and other various disasters. Pre-planning allows TFR to respond to any project rapidly and efficiently in any location should the need arise. What allows TFR to provide an expedient response? Pre-planning certainly encompasses a large portion of this service. In addition, TFR maintains a fleet of over two hundred (200+)pieces of company-owned equipment pre-positioned across the Southeastern United States. By staging equipment directly outside the impact zone, TFR can respond within hours to immediately begin emergency road clearance services to provide a vital lifeline for federal,state,and local emergency responders to assess the damage.Furthermore, TFR can prep and construct a debris management site for immediate acceptance of storm-generated debris in less than 24 hours. Mobile Command Units can be deployed to enhance response and achieve greater coordination between parties to fully augment our operational capacity and aid the organization of relief efforts. Concurrently,project teams scour the impacted area to quantify debris,deduce an overall damage estimate,and adapt a preplan accordingly. TFR prepares for economic instability in the immediate aftermath of natural or man-made disasters by maintaining strong relationships with suppliers and organizing resources for dispatch. Additionally, TFR owns the necessary equipment to house and feed personnel temporarily as the local business community reacts and rebounds from such a disaster.Other initial and vital supplies,such as fuel,parts trailers,welders, wood,and other necessities,are brought from the home office to certify that work stoppages shall not occur due to inadequate logistics.However,the backbone of our logistical support team is our maintenance crew. TFR would not be capable of providing the timely, cost-effective service that we provide without the knowledge and experience our maintenance crew retains. With a dedicated warehouse at the home office for two (2) traveling equipment trailers, the TFR maintenance crew ensures that our equipment is functioning safely and efficiently with limited downtime.We strive to foresee any potential encumbrances and take the appropriate actions to safeguard against such occurrences. Operationally, TFR manages on the principle of transparency. We always remain available to answer questions, address issues immediately, and submit reports on time. This is to the benefit of all parties involved,as this is a team effort to respond to a major disaster.As safety and contract responsibility are the utmost priorities of the principals and officers of TFR, it is the policy of management to see that its employees and subcontractors conduct themselves with integrity and courtesy in the performance of their duties. Following a disaster event,there is an urgency to remediate the damage and return to normalcy as �'jT.F.R.Eriscs,Inc. DI SnS TER RESPONSE DIVISION Exhibit "A" quickly as possible. The principals and officers of TFR firmly believe that this and price competitiveness can be achieved courteously and without sacrificing health,safety,and contract integrity. Price is a large determinant of any decision an informed consumer discerns. TFR fully understands that providing the highest value-added service is sometimes not enough to,alone,secure a contract,as different clients desire different qualities in a personalized project.TFR can fulfill these needs by utilizing Company- owned equipment and manpower. These resources allow TFR to control costs, subsequently discounting prices without conceding overall quality and safety,which is a corporate must. Our mission is to provide our customers with the highest level of service at a fair and market-competitive price. History TFR Enterprises, Inc. is a Texas-based specialty contractor, first incorporated in 1989 in the State of Tennessee, actively participating in disaster recovery contracts nationwide since Hurricane Andrew in 1992.We have a history of safe,rapid,and professional service in the industry with federal,state,and local governments, providing expedient, cost-effective disaster debris management, removal, reduction, and cleanup services to over 450 satisfied clients,as well as numerous private industries funded by the Federal Emergency Management Agency(FEMA). A family-owned and operated corporation headquartered in Leander,Texas,20 miles outside Austin,Texas; TFR also owns and operates a tub-grinding division, responsible for vegetative debris reduction and recycling projects.Although disaster response remains our primary scope of business,TFR exploits natural adaptations and synergies to complement our current service offerings including land clearing,tree removal, trimming, and pruning on parks, golf courses, and right-of-way, tree repair and maintenance, debris management,tub grinding,hauling,and demolition. TFR has completed more than 100 projects in Disaster Response in the last five (5) years. We have successfully performed on USACE projects and many other federal, state,and local government projects. In the past, TFR has received multiple multi-million-dollar task orders from our clients spanning a large geographical area. By applying our resources and an efficient operational plan, we completed each designated task on time in compliance with FEMA guidelines. When you hire TFR Enterprises,you get us,not a General Contractor with mostly subcontractors.We will arrive on time.We will self-perform all key elements of the project to ensure our end service and in some cases much of the entire delivery order with our equipment and personnel.We can bring our camps to house our project personnel until community establishments are staffed and operational again. Our service is disaster relief and recovery,which includes the economic impact our stay will have on the local economy. Our goal is to partner with the City of Round Rock and its community to provide a full-service disaster relief and recovery effort. Organizational Structure Our organization is designed to deliver proactive leadership to any area, while effectively managing all project risks and providing maximum responsiveness to our clients. We provide each client with a dedicated, proven team prepared to execute any debris management mission with the highest degree of quality,professionalism,and efficiency. Our management approach,proven on more than 450 FEMA-funded disaster response activations,will be applied to this contract, and establish the roles and responsibilities for the debris mission's management team,as well as support personnel. j'T.F.1.a N V0,hc. DISASTER RESPONSE DIVISION 2 Exhibit "A" With a robust network of subcontractors and vendors and firsthand knowledge of their capabilities and performance in emergency response and debris management, we readily access the best performers to quickly support the demands we expect under this contract. TFR's organizational structure minimizes the gap between the Operations Manager and the Project/Site Manager(s), depending on the size and scope of the response. We believe that by keeping the degree of separation between the management staff and field supervisors to a minimum,our entire team will be better connected and benefit from the increased level of communication. Our essential employees have been chosen for their disaster recovery experience, leadership abilities, and debris expertise, as well as their ability to respond immediately to crises around the country. I ipton F_Rowland Julie Rowland Fleet&Safety Operations Contract on ct Mel Utterback Steven Vinyard JesseGuin Kevin Rolison RigobertuMcjilk Mike Mcjia Project Manager Project Manager ProjectManager Project Manageg Project Manager Service Manag Ancillary Service Crews Equal Employment Opportunity Employer TFR Enterprises,Inc.provides equal employment opportunities without regard to race,color,sex,religion, national origin,age,or disability.TFR Enterprises,Inc. conforms with all applicable federal and state laws, rules, guidelines, and regulations and provides equal employment opportunities in all employment and employee relations. Experienced Project Management Large-Scale Events: TFR demonstrated our capabilities to respond to large-scale events following Hurricane Laura in 2020. We were activated in 36 Parishes to provide hazardous tree removals, debris removal, reduction, and final disposal for state-owned rights-of-way. In total,we supplied more than 150 debris removal crews, and 100 tree crews, managed and closed out 30 debris management sites, and removed more than 2.4 million cubic yards of debris. Multiple Contract Activations:2020 proved to be a catastrophic storm season.TFR responded to contract activations within 57 jurisdictions throughout Iowa,Louisiana,Oklahoma,Alabama,Mississippi,and Texas. TFR managed 10.3 million cubic yards of debris,partnered with 74 subcontractors, certified more than 1,350 pieces of equipment,and remediated and closed out 67 debris management sites. 'O"''WIR.f&PMses,Iic. DISASTER RESPONSE DIVISION '3 Exhibit "A" Meeting Client's Needs: In August 2020,a severe weather event wreaked havoc in the state of Iowa. The Iowa Department of Homeland Security contracted TFR to grind and dispose of 1.6 million cubic yards of vegetative waste. "The professionalism, knowledge, understanding, and work ethic demonstrated by TFR Enterprises' employees is a compliment to your organization and is in keeping with the best standards of emergency response contractors everywhere," says Jordan Moser, Strategic Planner. Financial Capability Since the company's incorporation in 1989,TFR has completed over 450+federally funded debris removal contracts in its 34-year history. From a dedicated owner to experienced staff, TFR offers not only the knowledge to perform any size job but also the financial flexibility to complete multiple large-scale projects simultaneously. Company Owned Equipment Joel TFR owns over 200 pieces of equipment, including debris- handling trucks, such as self-loaders, heavy-haulers, excavators,dozers,and numerous mobile command units.TFR also owns six (6) Diamond Z 1463 Tub Grinders and two (2) horizontal grinders to accommodate our client's debris reduction needs. With the industry's largest collection of tub grinders, TFR can rapidly and efficiently dispose of massive amounts of storm-generated debris. -- Subcontractors In addition, to our extensive list of company-owned equipment, TFR maintains highly valued, working relationships with over one thousand (1000) subcontractors nationwide, who are versed in TFR project procedures and multiply the resources available to the project. Client Testimonials Client Testimonial E HU@ "We would like to commend TFR Enterprises for their responsiveness and diligence in removing CITY D vegetative debris following Hurricane Sall in ROBERTSDALE g g y September of 2020." Gregory B. Smith, City co�a�J, Engineer(2020) "On behalf of the State of Iowa,I would like to thank TFR Enterprises for the exceptional debris removal service provided in the wake of the devastating severe weather event that impacted Iowa on August 10h, 2020. TFR's swift response and unwavering commitment to this mission has assisted Iowans, at Fields of opportunities every level,in returning to normal life in a time when the very definition of the word"normal"seems to be ever in doubt." Jordan Moser, Strategic Planner (2020) �jT.F.R.Emd�pri�s,Inc. DISASTER RESPONSE DIVISION 4 Exhibit "A" Client Testimonial "We were very pleased with the rapid deployment of Zw equipment and resources to start the clean-up cprocess. The workers and equipment were both top- notch and were ready to work once their boots hit the ground in Citronelle." Jason T. Stringer, Mayor `•. (2020) 1, "In closing should the need arise again for debris .Itis ! removal services in Hancock County I hope TFR H A N C 0 C K C 0 u M T Y would be the one's here to help" Vic Johnson, Hancock County Road Manager(2020) "This Hurricane, and the devastation it left behind, SOF NOArh will stick with me the rest of my life. I hope that we y 90Gnever experience another storm event with the same ' potential for destruction. However, if we do, the o ; assurance knowing that TFR Enterprises is ready to P° provide their professional services gives us the confidence we need to weather another storm." �ryt°F TRP 'P Jeffrey Garrett, Maintenance Engineer, NCDOT (2018) e _ "You and your team work tirelessly to achieve the mission laid out by ECC and MCAS Cherry Point. NECCEYour leadership and work ethic was much appreciated and valued." Craig Duncan, Cherry Point Program and Project Manager(2018) "T.F.R. Enterprises, Inc. performed extremely well in an emergency environment. T.F.R. responded within less than 48 hours to the Governments need for assistance hauling debris in the Santa Barbara 1 .1 County area, due to rains and flooding that occurred on January 8, 2018." Juan Martinez, Civil Engineer,United States Army Corps of Engineers (2018) T.f.l.Ems,Nc. DISASTER RESPONSE DIVISION 5 Exhibit "A" Organizational Our organization is designed to deliver proactive leadership to any area, while effectively managing all project risks and providing maximum responsiveness to our clients. We provide each client with a dedicated, proven team prepared to execute any debris management mission with the highest degree of quality,professionalism,and efficiency. Our management approach,proven on more than 450 FEMA-funded disaster response activations,will be applied to this contract, and establish the roles and responsibilities for the debris mission's management team,as well as support personnel. With a robust network of subcontractors and vendors and firsthand knowledge of their capabilities and performance in emergency response and debris management, we readily access the best performers to quickly support the demands we expect under this contract. TFR's organizational structure minimizes the gap between the Operations Manager and the Project/Site Manager(s), depending on the size and scope of the response. We believe that by keeping the degree of separation between the management staff and field supervisors to a minimum,our entire team will be better connected and benefit from the increased level of communication. Our essential employees have been chosen for their disaster recovery experience, leadership abilities, and debris expertise,as well as their ability to respond immediately to crises around the country. • R ger Barfield Sharun Lyell Tiffany Jean Thayne Tipton Drake RvA land Fleet&Safety Operations Contract Contract Environmental Manager Manager Manager Administrator Manager r_ T_ \1,:l Utterback Steven Vinyard Jesse Guin Kevin Rolison Mike Mejia jectManav r Project%la nager Project Manager Service Manager Pioject Manager Pro c ROW Debris' Waterway Debris Removal Crews Removal Crews Equal Employment Opportunity Employer TFR Enterprises,Inc.provides equal employment opportunities without regard to race,color,sex,religion, national origin,age,or disability.TFR Enterprises,Inc.conforms with all applicable federal and state laws, rules, guidelines, and regulations and provides equal employment opportunities in all employment and employee relations. W0"' T.F.R.happPises,Inc. ' , S STIR RESPONSE DIVISION 6 Exh' ' "A" Corporations Section SAT E 0 Jane Nelson P.O.Box 13697 5 Secretary of State Austin,Texas 78711-3697 W x is Office of the Secretary of State Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that the document, Application For Certificate Of Authority for T.F.R. ENTERPRISES, INC. (file number 13561506), a TENNESSEE,USA, Foreign For-Profit Corporation, was filed in this office on November 16, 2000. It is further certified that the entity status in Texas is in existence. In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on March 09, 2023. ` Jane Nelson Secretary of State Come visit us on the Internet at hops://www.sos.texas.gov/ Phone:(512)463-5555 Fax:(512)463-5709 Dial: 7-1-1 for Relay Services Prepared by: SOS-WEB TID: 10264 Document: 1228147190004 Exhibit "A" �Past Performance on Projects of Similar Scope Florida Department of Transportation a. Point of Contact Kevin Rogers District Construction Service Manager Office: 386-961-7416 Email:kevin.rogers@dot.state.fl.us b. Event Details Dixie,Suwannee,Hamilton,and Madison Counties Hurricane Idalia,DR4734 09/2023 to Present c. Contract Value $52,565,466.00 to Date d. Key Personnel Assigned Operations Manager,Sharon Lyell Project Manager,Mel Utterback Health&Safety,Roger Barfield Site Manager,Kevin Rolison Contract Manager,Tiffany Jean e• Scope of Work -Vegetative Debris Removal -C&D Debris Removal -Hazardous Tree Removals f. Quantity of Debris Removed 3,282,724 CY of Veg 21,026 CY of C&D 185,255 Hazardous Tree Removals On August 30a',2023,Hurricane Idalia made a historic landfall in North Central Florida.With recorded wind speeds of up to 125mph,the heavily wooded geography of this area sustained widespread damage. Due to the low population density, and high poverty levels of this region, the Florida Department of Transportation entered into a mutual aid agreement to assist the affected counties with debris removal and recovery operations. TFR crews assisted with the initial road clearance efforts under a pre-event contract which was in place with FDOT District 2. One week after landfall,FDOT was ready to move from the initial emergency response into their long- term recovery efforts. On September sixth,six individual contracts were let for bid by FDOT,for debris removal operations in the affected counties. On September 8th, TFR Enterprises was awarded four of these six,covering all operations in Hamilton,Madison, Suwannee, and Dixie counties in Florida. Due to the magnitude of this storm, a swift response was imperative. Within 48 hours of receiving notice to proceed from the Department,TFR Enterprises dispatched 25 double-hauling units,and 15 aerial bucket trucks with traffic control personnel and devices to each county.The logistics involved with mobilizing 160 crews in this short time was challenging but allowed TFR to showcase our extensive network of resources when the residents of Florida needed it most. Within 72 hours of NTP,TFR Enterprises began securing private land lease agreements,and established debris management sites, for storage and processing of the recovered materials. Accomplishing this in as little time as possible was of the utmost importance,as this allows us to begin removing right-of-way debris without delay. With resources in place, and disposal sites opened, TFR Enterprises began the daunting process of mitigating the hazards left behind by this Category 3 hurricane.Crews worked tirelessly from sun-up to sun-down, 7 days a week, removing debris and hazardous trees from the county and state-maintained �jt.f.R.6 PM22 Inc. DISASTER RESPONSE DIVISION 8 Exhibit "A" highway systems. Over the next 5 months, TFR crews would ultimately collect 3.2 million cubic Project Spotlight yards of debris from the public ROW,over 30,000 Reduction Site cubic yards of private property debris,and remove roughly 160,000 hazardous limbs and trees. Collecting the debris is only half of the burden ,., � " following a storm. These materials must be y processed,reduced, and disposed of. With limited y, landfills in this area, finding an alternate disposal =� stream was crucial to avoid overfilling the existing facilities. TFR Enterprises leveraged our years of , experience with materials recycling to locate, and permit alternative disposal options, using the reduced vegetative materials as agricultural soil > ' c ; amendments. Over 500,000 cubic yards of mulch ' X were hauled to privately owned lands and recycled , '. through this effort. This not only significantly lessened the impacts to local landfills, but also ?1� provided substantial cost savings to the Florida Department of Transportation. From the initial emergency road clearance to the final disposal of recycled materials, TFR Enterprises fully supported the Florida Department of Transportation in providing an efficient, cost-effective, and FEMA-reimbursable recovery to the residents of North Central Florida. Our expertise and years of experience in this industry allowed TFR Enterprises to accomplish this large-scale mission with minimal setbacks or delays and return a sense of normalcy to the affected area and its residents. Enterprises,Inc. DISASTER RESPONSE DIVISION 9 Exhibit "A" Florida Department of Environmental Protection a. Point of Contact Wes Howell,Bureau Chief Division of Recreation and Parks Office: 850-245-3112 Email:wes.howell@floridadep.gov b. Event Details Delnor Wiggins Pass State Park Hurricane Ian,DR4673 11/2022 to 04/2023 c. Contract Value $3,409,902.98 d. Key Personnel Assigned Operations Manager,Sharon Lyell Project Manager,Mel Utterback Health&Safety,Roger Barfield Contract Manager,Tiffany Jean e. Scope of Work -Vegetative Debris Removal -C&D Debris Removal -Demolition -Sand Screening -Beach Restoration -Mangrove Cleaning -Hazardous Tree Removals f. Quantity of Debris Removed 58,095 CY of Sand 12,249 CY of Veg 7,981 CY of C&D 9,597 CY of Demolition 190 Acres of Mangroves 150 Hazardous Tree Removals On September 28`x, 2022, Hurricane Ian landed on the southern coast of Florida as a category 4 storm. Initial landfall occurred near Cayo Costa Florida, with wind speeds reaching 140+mph, and storm surge inundation totaling 15' or more in areas. The damage left behind by this storm impacted many state parks managed by the Florida Department of Environmental Protection, with whom TFR Enterprises holds a disaster response contract. Immediately following this storm TFR management was dispatched by FDEP to survey the impacts at Delnor Wiggins Pass State Park in Naples,Florida.Located just 50 miles from the landfall of this monstrous hurricane's eye, Delnor Wiggins suffered extensive damage. The single access road for the park was piled with sand ranging from 2' in depth up to almost 10' in places. All nine structures were demolished or damaged beyond repair. The once wooded areas between the beach and the parking area had been turned into a mangled pile of downed trees, and debris littered the mangroves that encompass half of the park property. Knowing that this park not only has economic significance,but also ecological,TFR Enterprises worked quickly to develop a recovery plan and set it into motion. This process began by clearing the access road using heavy machinery and moving displaced sand into lots within the park for stockpiling. Once a clear route was established, TFR utilized experienced arborists to inspect the wooded areas and remove any hazardous trees. Haul units were then dispatched to remove the vegetative material piled by these arborists. 011.1.Ea",IIC. DISASTER RESPONSE DIVISION 10 Exhibit "A" After establishing a route for ingress and egress, TFR Project Spotlight management met with park managers, state biologists, and the volunteer group that serves as a stewardess for the park,to develop IIII a plan for restoration of the beach. This started with the removal II of the damaged structures. Heavy equipment was utilized to remove and dispose of the nearly 10,000 linear feet of bathhouses, ranger stations, and dwellings. Next, biologists marked off " sensitive areas including tortoise burrows, endangered cacti, and other habitats in need of protection. Multiple trommel screens, stacking belts,wheel loaders,excavators,and off-road trucks were _ then deployed to the beach side of the park. TFR crews worked r from sun-up to sun-down,Monday through Sunday,screening this ;. sand for debris left behind by Ian.Over 58,000 cubic yards of sand Before~ were removed,sifted clean,and returned to the beach. - Simultaneously with sand screening operations, TFR headed up the daunting task of returning the mangroves of the park,to their m pre-storm condition. Ian left tons of large debris entangled within the 190-acre mangrove forest. To protect the mangroves from machinery impacts,TFR utilized a 20-man crew to hand clean this a extremely sensitive and important ecosystem. Debris was cut into pieces that could be carried and then passed down the assembly line of workers, to be piled by the park access road, where haul crews could remove it for final disposal. "I am so grateful for each Within a few short months, TFR Enterprises evaluated, planned, and every one of the and executed the recovery of Delnor Wiggins Pass State Park with amazing individuals that minimal environmental impacts,allowing residents and visitors to once again enjoy the white sand, wildlife, and sunset views that brought our park back to make this beach a local favorite. life and would recommend TFR Enterprises without hesitation of reservation." —Amy Modglin,Modglin L,eadershin Solutions Additional Task Orders Assigned by Florida DEP in Response to Hurricane Ian: Lake Manatee Cayo Costa Koreshan Cockroach Bay Gamble Plantation Sebastian Inlet Charlotte harbor Preserve Florida Keys Overseas Estero Bay Stump Pass Indian Keys Lovers Key Washington Oaks James Van Fleet Don Pedro Highland Hammock Oscar Scherer Gasparilla Hillsborough Myakka River Lake Louisa j'I.F.R.10prises,Inc. Exhibit "A" Kentucky Transportation Cabinet a. Point of Contact Laura Hagan Purchasing Director Office:502-782-3980 Email:laura.hagan@ky.gov b. Event Details Ice Storm,DR4592 05/2021 to 10/2021 c. Contract Value $41,297,152.00 d. Key Personnel Assigned Operations Manager,Sharon Lyell Project Manager,Mel Utterback Health&Safety,Roger Barfield Contract Manager,Tiffany Jean e. Scope of Work -Vegetative Debris Removal -Hazardous Tree Removals f Quantity of Debris Removed 36,050 Tons of Veg On February 81h,the state of Kentucky endured an ice storm event that lett more than 150,000 homes without power. Many of these power outages were caused by broken, twisted, and uprooted trees that could not handle the sheer weight of the accumulated ice. This was only the beginning of their battle. Once the ice began to melt,the influx of water exceeded the capacity of the creeks,rivers,and drainage systems,leading to flooding in many areas. Once the power was restored and flooding had receded, the state worked to secure FEMA funding and procure contractor assistance with debris and hazardous tree removal. The quantities of debris left behind were far more than they were capable of handling with in-house or force- account labor. TFR Enterprises was awarded a contract by the Kentucky Transportation Cabinet in May of 2021 to remove ice storm and flood debris from state rights-of-way in ten eastern Kentucky counties. TFR management arrived on site within 24 hours of contract activation and immediately started mobilizing equipment. TFR crews removed more than 100 tons of debris within the first 72 hours following the notice to proceed. Project Spotlight Because of the region's geography, which includes steep embankments, high rock walls, deep valleys, and small winding roads, TFR needed to use specialized equipment to fully service the client's needs. A fleet of excavators, skilled operators, grapple trucks, sawmen, and traffic 0 a control personnel were deployed. Over 14,000 tons of garbage and thousands of hazardous trees were removed by these crews, who worked nonstop. TFR cleared more 17 e . than double the expected quantities of debris from KYTC rights-of-way in the first 30 days of work. TFR's capacity - - `® to overcome hurdles while exceeding our client's expectations was demonstrated throughout the contract, resulting in the effective completion of the work we were tasked with. QUA.Wfflft,kc. DISASTER RESPONSE DIVISION 12 Exhibit "A" Disaster Experience Listed below are the projects performed by TFR Enterprises,Inc. in the past 10 years including the season,storm,contract terms,and amounts. Project values with an asterisk(*)are still in progress and may increase. ProjectDates ContractingDescription Amount Florida DOT Hamilton County ROW Debris Removal, 09/23 to Kevin Couey 386-961-7059 Reduction,Disposal,and $14,129,937.00 791,500 CY Present John.couey@dot.state.fl.us Hazardous Tree Removal- to Date 43,125 Trees Hurricane Idalia DR4734 -- --- - — - ._... -- ..........._...... Florida DOT Dixie County ROW Debris Removal, 09/23 to Mark Hanna 352-493-6870 Reduction,Disposal,and $4,714,688.00 334,250 CY Present Mark.hanna@dot.state.fl.us Hazardous Tree Removal- to Date 10,600 Trees Hurricane Idalia DR4734 Florida DOT Madison County ROW Debris Removal, 09/23 to Tim Whitley 352-381-4329 Reduction,Disposal,and $15,098,597.00 978,000 CY Present Hazardous Tree Removal- to Date 48,095 Trees Timothy.whitleyl@dot.state.fl.us Hurricane Idalia DR4734 Florida DOT Suwannee County ROW Debris Removal, 09/23 to Reduction,Disposal,and $18,622,181.00 1,200,000 CY Present Kevin Couey 386state. .us Hazardous Tree Removal- to Date 83,435 Trees John.couey@dot.state.fl.us Hurricane Idalia DR4734 i Florida DEP ROW Debris Removal 09/23 to Wes Howell 850-528-3576 Reduction,Disposal,and $5,399,718.00 143,258 CY Present Hazardous Tree Removal- to Date 12,535 Trees wes.howell@depstate.fl.us Hurricane Idalia DR4734 Jefferson County,FL ROW Debris Removal 61,450 CY 09/23 to 11/23 Shannon Metty 850-342-0223 Hazardous Tree Removal $1,138,239.00 g,400 Trees smetty@jeffersoncountyfl.gov Hurricane Idalia DR4734 Hernando County,FL ROW C&D Debris Removal 09/23 to 10/23 Stephen Stack 352-754-4060 Hurricane Idalia DR4734 107,720.00 6,500 CY sstack@co.hemando.fl.us Forsyth County,GA ROW Debris Removal, 08/23 to 10/23 Joey Smith 770-205-4530 Grinding,and Final Disposal $287,078.00 20,335 CY jhsmith@forsythco.com Berkeley County,SC 08/23 to 10/23 Alan Roberts 843-719-2382 Wood Waste Grinding Services $175,350.00 283 Hours Alan.roberts@berkeleycountysc.gov City of Topeka,KS Emergency ROW Debris 10,240 CY 07/23 to 07/23 Travis Tenbrink 785-861-5476 $108,840.00 ttenbrink@topeka.org Removal-Severe Storms 125 Hours City of Hopkinsville,KY Emergency ROW Debris 06/23 to 07/23 Mike Perry 270-890-0601 Removal-Severe Storms $112,020.00 12,000 CY mpeny@h-ky.net DR4702 Hardin County,TN 12,000 CY Emergency ROW Debris 05/23 to 06/23 Lori Bearden 731-925-9943 $160,515.00 Veg&475 hcsw@hardincountytn.net Removal-Tornado DR4712 Tons C&D City of Birmingham,AL - -- - 05/23 to 05/23 Joshua Yates 205-335-8082 Bulk Waste Hauling $72,000.00 590 Tons oshua.yates@binninghamal.gov City of Jacksonville,AR Emergency ROW Debris 04/23 to 07/23 Randy Watkins 501-982-6071 Removal&Reduction-Tornado $411,300.00 31,480 CY rwatkins@cityofjacksonvifle.net DR4698 ^-20T.f.R.Enterprises,Inc. DI5�5T ER RESPONSE DIVISION 13 Exhibit "A" ProjectDates ContractingDescription of WorkVolumeContract Amount City of Norman,OK Emergency ROW Debris 03/23 to 04/23 Joseph Hill 405-329-2524 $618,615.00 3716 Hours joseph.hill@normanok.gov Removal-Ice Storm DR4690 City of Lago Vista,TX Emergency Debris Removal& 03/23 to 04/23 James LeBlanc 512-517-8005 $54,000.00 9,000 CY james.leblanc@lagovistatexas.gov Reduction-Ice Storm DR4705 City of Cedar Park,TX Emergency Debris Removal& 02/23 to 05/23 Michael Lerash 512-769-1195 Reduction-Ice Storm DR4705 $1,608,000.00 9565 Hours michael.lerash@cedarparktx.gov Williamson County,TX DMS Site Support Equipment- 03/23 to 04/23 Leticia Gomez 512-943-1591 Ice Storm DR4705 $28,500.00 150 Hours Igomez@wilco.org Sunset Valley,TX Debris Reduction by Grinding 02/23 to 03/23 Dakota Burns 512-591-9102 Ice Storm DR4705 $31,900.00 2,700 CY dbums@sunsetvalley.org City of Round Rock,TX Emergency Debris Removal, 02/23 to 04/23 Ricci Strayhom 512-801-7391 Reduction,&Disposal-Ice $1,658,989.00 6662 Hours rstrayhorn@roundrocktexas.gov Storm DR4705 City of Leander,TX Emergency Debris Removal, 02/23 to 05/23 Mike Neu 512-28-2745 Reduction,&Disposal-Ice $460,000.00 22,600 CY mney@leandertx.gov Storm DR4705 Hale County,AL Emergency Debris Removal, 25,000 CY& 02/23 to 03/23 Frederick Powell 334-529-7453 Reduction,&Disposal- $304,000.00 Hazardous hcengrl@gmail.com Tornado DR4710 i Trees Florida DEP,FL Emergency Debris Removal, 111,000 CY 10/22 to 10/23 Wes Howell 850-528-3576 Reduction,&Disposal $12,986,000.00 &4,000 wes.howell@dep.state.fl.us Waterway Debris Removal- Hazardous Hurricane Ian DR4673 Trees City of Lake Mary,FL Emergency Debris Removal& 10/22 to 11/22 Bruce Paster 407-585-1452 Disposal-Hurricane Ian $212,000.00 939 Hours bpaster@lakemaryfl.com DR4673 State College of FL Manatee,FL Emergency Debris Removal& 10/22 Rebecca Ferda 941-752-5342 Disposal-Hurricane Ian $28,890.00 2,646 CY ferdar@scf.edu DR4673 j Lake County,FL Emergency Debris Removal, 10/22 to 12/22 Mary Hamilton 352-253-6006 Reduction,&Disposal- $1,923,459.00 88,000 CY 1 mary.hamilton@lakecountyfl.gov Hurricane Ian DR4673 i FL Southwestern State College,FL Emergency Debris Removal& 12,687 CY& 10/22 to 11/22 Mat Mason 239-985-3497 Disposal-Hurricane Ian $429,492.00 1,390 Hours matthew.mason@fsw.edu DR4673 FLDOT—District 02,FL 72-Hour Push-Hurricane Ian Standby Cut 09/22 Brad Long 386-961-7067 DR4673 $12,500.00 &Toss Crews bradford.long@dot.state.fl.us City of Cedar Rapids,IA Debris Reduction by Grinding- 10/22 Taylor Burgin 319-491-4164 $279,160.00 54,275 CY t.burgin@cedar-rapids.org Derecho Hale County,AL Emergency Debris Removal- 06/22 Fredrick Powell 334-538-7453 Tornado $53,808.00 5,585 CY hcengrl@gmail.com _ City of Pembroke,GA Debris Reduction by Burning- 06/22 to 07/22 Arlene Hobbs 912-653-4406 Tornado $79,538.00 21,210 CY clerk@pembrokega.net ga l fl WpHips,I,c. DISASTER RESPONSE DIVISION 14 Exhibit "A" Project Dates Contracting Agency Description of Work Contract Volume Amount USDA,KY Vegetative Reduction by 02/22 Billy Graham 615-210-0617 Grinding&Haul Out-Avian $10,800.00 1,200 CY billy.m.graham@usda.gov Flu Fulton County,KY ROW Debris Removal, 01/22 to 02/22 Jim Martin 270-559-0192 Reduction,&Disposal- $385,440.00 30,000 CY feje@bellsouth.net Tornado DR4643 Marion County,OR 10,000 CY& ROW Debris Removal-Winter 5,525 11/21 to 04/22 James Hess 503-566-4139 $1,465,617.00 jwhartonhess@co.marion.or.us Storm DR4599 Hazardous Trees Hidalgo County,TX ROW Debris Removal-Ice 09/21 to 01/22 Tony Forina 956-383-3112 Storm $630,000.00 93,600 CY tony.forina@co.hidalgo.tx.us City of Bogalusa,LA ROW Debris Removal, 09/21 to 10/21 Robert Wallace 985-732-6213 Reduction,&Disposal- $82,656.00 13,225 CY robert.wallace@bogalusa.org Hurricane Ida DR4611 r Village of Folsom,LA ROW Debris Removal, 09/21 to 10/21 Margra Steel 985-796-5607 Reduction,&Disposal- $50,669.00 5,835 CY L margrasteele@villageofolsom.com -Hurricane Ida DR4611 Town of Madisonville,LA ROW Debris Removal& 27,733 & 09/21 to 10/21 Kyle Matthews 985-2649862 Disposal-Hurricane Ida $310,544.00 1800 kylem@townofmadisonville.org DR4611 Hazardous Trees Iowa DOT,IA Vegetative Debris Reduction& 07/21 Jody McNaughton 515-239-1298 $79,343.00 12,340 CY jody.mcnaughton@iowadot.us Haul Out-Derecho Sac&Fox Tribe,IA Vegetative Debris Reduction by 07/21 Mark V Bear 641-484-4678 $48,750.00 13,000 CY mark.vbear@meskwaki-nsn.gov Grinding-Derecho TXDOT Kingsland,TX Waterway Debris Removal of 06/21 Joe Muck 512-715-5702 Collapsed Bridge-Storms& $289,000.00 112 CY joe.muck@txdot.gov Flooding Boyd County,KY Reduction of Vegetative Debris- 06/21 Jason Queen 606-393-1801 Ice Storm DR4592 $103,680.00 192 Hours jqueen@boydcountyky.gov KYTC,KY Debris Removal,Reduction,& 05/21 to 10/21 Laura Hagan 502-782-3980 Site Restoration-Ice Storm $4,297,452.00 36,050 Tons laura.hagan@ky.gov DR4592 City of Eunice,LA ROW Debris Removal- 04/21 to 05/21 Paul Carrier 337-305-1635 Hurricane Laura DR4559 $102,260.00 11,490 CY pccarrier@yahoo.com City of Bastrop,LA ROW Debris Hauling, 03/21 to 06/21 Diane Lenoir 318-283-3301 Reduction,&Disposal- $946,770.00 99,660 CY ddlenoir@cityofbastrop.com Hurricane Laura DR4559 TXDOT-Travis County,TX ROW Debris Removal& 03/21 to 09/21 Jacob Wells 512-304-8122 Disposal-Ice Storm DR4586 $186,182.00 8,950 CY jacob.wells@txdot.gov City of Corpus Christi,TX ROW Debris Removal& 03/21 to 04/21 Gabriel Maldonado 361-826-1986 Disposal-Ice Storm DR4586 $671,580.00 74,620 CY pbrielm3@cctexas.com Hancock County,MS ROW Debris Removal& 12/20 to 3/21 Ben Benvenutti 228-368-4786 Disposal-Hurricane Zeta $590,696.00 64,520 CY ben@ccellc.us DR451 �j111 Enterprises,Inc. DI.S/\.....' RESPONSE DIVISION 15 Exhibit "A" Project Dates Contracting Agency Description of Work Contract Volume Amount City of Choctaw,OK 02/21 to 04/21__l Loren BumROW Debris Removal&gamer 405-390-8300 Disposal-Ice Storm DR4587 $375,000.00 81,694 CY lbumgamer@choctawcity.o_rg Oklahoma City,OK Debris Removal from City 01/21 to 05/21 1 Greg Little 405-297-2105Drainage Channels-Ice Storm $1,450,493.00 3,680 Tons greg.little@okc.gov DR4575 Oklahoma City,OK Removal of Debris from City 02/21 to 06/21 Jacob Webb 405-919-4169 parks-Ice Storm DR45Ci $351,505.00 1,770 Tons jacob.webb@okc.gov I City of Enid,OK ROW Debris Removal& 12/20 to 01/21 Everett Glenn 580-747-2677 Disposal-Ice Storm DR4575 I $680,635.00 5,770 Tons eglenn@enid.org City of Blanchard,OK ROW Debris Removal& 01/21 to 03/21 Robert Floyd 405-485-9392 Disposal-Ice Storm DR4575 $730,085.00 137,752 CY citymanager@cityofbianchard.us City of Norman,OK ROW Debris Removal, 572,400 CY 10/20 to 02/21 Tony Mensah 405-329-2524 Grinding,Hauling,&Final $4,054,876.00 &9,995 tony.mensah@normanok.gov Disposal-Ice Storm DR4575 Hazardous - t.. Trees City of Citronelle,AL ROW Hauling,Grinding,& 75,400 CY& 01/21 to 02/21 i Tanya Williams 251-866-7977 Final Disposal-Hurricane Zeta $942,531.00 2,618 mayor@cityofcitronelle.com DR4573 Hazardous i Trees Alabama DOT-Dallas County,AL ROW Hauling,Grinding,& 35,000 CY& 12/20 to 04/21 , David Bohannon 334-269-2311 Final Disposal-Hurricane Zeta $1,612,114.00 6,990 Hazardous rby.mccrary@volkert.com DR4573 ki Trees City of Robertsdale AL ROW Hauling,Grinding,& 09/20 to 03/21 Gregory Smith 251-947-8955 Final Disposal-Hurricane Sally ! $2,508,447.00 420,411 CY gregsmith@robertsdale.org DR4563 City of Beaumont,TX Hauling 10/20 to 11/20 Patrick Bardwell 409-880-3720 ROW Hauling-Hurricane Beta $244,625.00 Daily Rate patrick.bardwell@beaumonttx.gov Rapides Parish,LA ROW Hauling,Grinding,& 09/20 to 05/21 Corey Ashmore 318-729-5663 Final Disposal-Hurricane $7,364,356.00 692,024 CY cashmorel@rppj.com Laura DR4559 City of Ruston,LA ROW Hauling-Hurricane 09/20 to 10/20 John Freeman 318-245-2398 Laura DR4559 $108,322.00 15,078 CY jfreeman@ruston.org -------------- — Louisiana DOT,LA ROW Hauling,Grinding,& 09/20 to 05/21 Seth Matheme 225-719-3424 Final Disposal-Hurricane $50,777,879.00 3,095,700 CY seth.matheme@la.gov Laura DR4559 City of Beaumont,TX Rental Equipment-Hurricane Hourly 08/20 to 09/20 Patrick Bardwell 409-880-3720 Laura DR4572 $149,201.00 Rental patrick.bardwel.l@beaumonttx.gov Iowa Dept Homeland Security,IA Reduction of Vegetative Debris- 09/20 to 02/21 Jordan Moser 515-323-4246 Derecho Contract#21074& $7,722,536.00 1,600,000 CY 'ordan.moser@iowa.gov #21214 City of Cedar Rapids,IA Reduction of Vegetative Debris- 09/20 to 08/21 Taylor Burgin 319-491-4163 $10,571,166.00 3,571,339 CY t.burgin@cedar-rapids.org Derecho City of Corpus Christi,TX ROW Hauling-Hurricane 08/20 to 09/20 Gabriel Maldonado 361-244-6264 Isaias $575,820.00 64,000 CY pbrielm3@cctexas.com 07/20 to 08/20 City of Norman,OK ROW Hauling-Severe Storms $150,910.00 891 Hours jTill.101wises,lac. D......R RESPONSE DIViSOry 16 Exhibit "A" ProjectContract Dates Contracting Agency Description Tony Mensah 405-329-2524 tony.mensah@normanok.gov TXDOT Montague County,TX ROW Removal of Brush& 28 Miles& 01/20 to 07/20 Mike Hallum 940-665-5071 Hazardous Trees-ROW $335,907.00 362 Hazardous mike.hallum@txdot.gov Maintenance Trees _ - NCDOT,Carteret,Craven,Jones, ROW Hauling&Reduction of 11/19 to 01/20 &Pamlico Counties,NC Debris-Hurricane Dorian $206,000.00 100,000 CY Jeremy Stroud 252-775-6103 DR4465 — - jdstroud@ncdot.gov City of Ingleside,TX 100,000 CY 11/19 Kimberly Sampson 361-776-2517 PPDR Debris&Hazardous Tree $26,568.00 &1,000 ksampson@inglesidetx.gov Removal-Hurricane Harvey Hazardous _ Trees City of Beaufort ROW Hauling,Hazardous Tree 100,000 CY 10/19 Christi Wood 252-728-2141 Removal,Grinding,&Final $116,383.00 &1,000 cwood@beaufortnc.org Disposal-Hurricane Dorian Hazardous DR4465_ Trees NCDOT Duplin County,NC Emergency Cut&Shove Road 1 09-19 Kevin Bradshaw 910-682-5100 Clearance-Hurricane Dorian $17,825.00 35 Hours ckbradshaw@ncdot.gov DR4465 NCDOT-Onslow County,NC Emergency Cut&Shove Road 09/19 David Sawyer 910-467-0550 Clearance-Hurricane Dorian $32,337.00 63.5 Hours dsawyer@ncdot.gov DR4465 NCDOT Pender County,NC Emergency Cut&Shove Road 09/19 Patrick Riddle 910-467-0505 Clearance-Hurricane Dorian $43,795.00 86 Hours priddle@ncdot.gov DR4465 _._ -1 NCDOT Sampson County,NC Emergency Cut&Shove Road 09/19 Kevin Bradshaw 910-682-5100 Clearance-Hurricane Dorian $18,587.00 36.5 Hours ckbradshaw@ncdot.gov DR4465 City of Beaumont,TX ROW Hauling-Tropical Storm 166 Roll-Off 09/19 to 10/19 Patrick Bardwell 409-880-3720 Imelda DR4466 $143,000.00 Trucks at gov Daily Rate patrick.bardwell@beaumonttx.gov - — City of Donalsonville,GA Vegetative Debris Reduction by 08/19 to 09/19 i Stephen Powell 850-209-4165 Grinding-Hurricane Michael $136,230.00 47,800 CY stephen.powell@gmcnetwork.com 1 DR4400 City of Raleigh,NC Vegetative Debris Reduction by 02/19 to 03/19 Timothy Gainer 919-625-3175 Grinding-Hurricane Florence $125,056.00 42,000 CY timothy.gainer@raleighnc.gov DR4393 Columbus County,NC Vegetative Reduction by 02/19 to 03/19 Harold Nobles 910-642-5257 Grinding ti Disposal DR4393 $318,000.00 40,000 CY hnobles@columbussco.org Tyndall Airforce Base FL Debris Removal&Final 01/19 to 04/19 Johnny Walker 850-283-1378 Disposal-Hurricane Michael $2,314,186.00 151,000 CY johnny.walker.4@us.af mil DR4399 TXDOT Lee County,TX ROW Debris Removal& 12/18 to 01/19 Lori Wagner 512-832-7057 Under-Bridge Debris Removal- $61,392.00 1,600 CY lori.wagner@txdot.gov Severe Storms&Flooding DR4416 TXDOT-Llano County,TX ROW Debris Removal&Final 11/18 to 01/19 Billy Camey 325-423-2762 Disposal-Severe Storms& i $1,065,621.00 19,600 CY billy.carney@co.Ilano.tx.us Flooding DR4416 TXDOT Kingsland,TX Waterway Debris Removal of 10/18 to 07/19 Lori Wagner 512-832-7057 Collapsed Bridge-Severe $7,532,510.00 13,838 Hours lori.wagner@txdot.gov Storms&Flooding DR4416 j1.f.R.Enterprises,Inc. DISASTER RESPONSE DIVISION 17 Exhibit "A" AmountProject Dates Contracting Agency Description of Work Contract Volume (KBR)Tyndall Airforce Base,FL AFB Emergency Debris 10/18 to 07/19 Bee Trajkovski 713-753-5872 Hauling&Reduction- $11,355,773.00 71,500 Hours brankica.trajkovski@kbr.com Hurricane Michael DR4399 New Hanover County,NC Landfill Debris Management- 128 Total 12/18 to 02/19 Kim Roane 910-798-4402 $175,365.00 kroane@nhcgov.com Hurricane Florence DR4393 Day Rate (EEC)Camp Lejune,NC Utility ROW Trimming- 560 Total 10/18 to 11/18 Dan McFerrin 720-635-2237 $1,240,865.00 dmcferrin@eec.net Hurricane Florence DR4393 Day Rate (EEC)Camp Cherry Point,NC Tree Trimming,Hauling,& 378 Total 09/18 Craig Duncan 210-632-2493 Debris Reduction-Hurricane $944,455.00 Day Rate cduncan@eec.net Florence DR4393 NCDOT-Brunswick,NC Emergency Cut&Shove Road ! 30 Crews& 09/18 I Patrick Riddle 910-467-0505 Clearance-Hurricane Florence $567,450.00 priddle@ncdot.gov DR4393 1,170 Hours NCDOT-Columbus County,NC Emergency Cut&Shove Road 30 Crews& 09/18 Ken Clark 910-642-3760 Clearance-Hurricane Florence $227,576.00 1,548 Hours kclark@ncdot.gov DR4393 NCDOT Duplin County,NC Emergency Cut&Shove Road i 28 Crews& 09/18 Kevin Bradshaw 910-682-5100 Clearance-Hurricane Florence $496,398.00 1,023.5 ckbradsha Wcdot.gov .. DR4393 Hours NCDOT Onslow County,NC Emergency Cut&Shove Road 26 Crews& 09/18 David Sawyer 910-467-0550 Clearance-Hurricane Florence $246,896.00 761.25 Hours dsawyer@ncdot.gov DR4393 NCDOT Pender County,NC Emergency Cut&Shove Road 30 Crews& 09/18 Jeff Garrett 910-259-5413 Clearance-Hurricane Florence $464,751.00 958.25 Hours jlgarrett@ncdot.gov DR4393 NCDOT-Sampson County,NC 30 Crews, Emergency Cut&Shove Road 09/18 Kevin Bradshaw 910-682-5100 Clearance,Hauling,&Final $2.895,617.00 777 Hours,& ckbradshaw@ncdot.gov Disposal-Hurricane Florence 14,000 Tons DR4393 i NCDOT New Hanover County,NC Emergency Cut&Shove Road 30 Crews& 09/18 Chris Cocker 910-387-2128 Clearance-Hurricane Florence $510,463.00 1,033.5 cacocker@ncdot.gov DR4393 Hours 2 Debris (EEC)Parris Island,SC Debris Removal&Hazardous Removal 09/18 Barbara Growney 201-953-2790 Trees on Base-Hurricane $66,650.00 Crews, 1 bgrowney@ecc.net Florence DR4393 High Voltage Line Crew City of Port Aransas,TX Nature Preserve Waterway 08/18 to 09/18 Leo Wood 228-224-2156 Debris Removal-Hurricane $1,051,818.00 11,220 CY lwood@broaddusassociates.com Harvey DR4332 USACE,CA Flood Creeks/Channels Debris 02/18 to 03/18 James Constantino 213-452-3237 $6,251,020.00 45,369 CY james.constantino@usace.artny.mil Hauling-CA Floods USACE,CA 02/18 to 03/18 Tracy Eccles 661-265-7222 Flood Basin Debris Removal- $2,379,000.00 13,051 CY l tracy.l.eccles@usace.army.miCA Floods Puerto Rico DOT ROW Debris Removal,Tree 494,974 CY 12/17 to 12/18 Elias Huertas 787-380-7078 Trimming,Hauling,& $35,404,180.00 &35,411 etirado dto r. ov Disposal-Hurricane MariaHazardous _�° p'p g DR4339 Trees Miami-Dade,FL ROW Hauling&Debris 12/17 to 04/18 '77iJennyfer Calderon 305-375-5312 Reduction-Hurricane Irma $4,450,000.00 104,500 CY jennyfer.calderon@miamidade.gov DR4337 1�t.f.R.10prises,loc. DISASTER RESVON.. DIVISION 18 Exhibit "A" Project Dates Contracting Agency Description of Work Contract N'oltime Amount ROW Debris Removal,Tree 740 CY& Florida Turnpike,FL Trimming,Hauling,& 5,436 09/17 to 10/17 I Maria Connolly 954-934-1209 $2,404,647.00 Hazardous maria.connolly@dot.state.fl.gov Disposal-Hurricane a DR4337 j Trees ROW Debris Removal,Tree 77,500 CY& FLDOT District 1,FL Trimming,Hauling,& 5,625 09/17 to 11/17 Amy Perez 863-519-2316 Disposal-Hurricane Irma $6,934,050.00 Hazardous anwilys.perez@dot.state.fl.gov DR4337 Trees FLDOT District 2,FL ROW Debris Removal,Tree 18,736 CY& 09/17 to 11/17 Jennifer Curls 38-961-7561 Trimming,Hauling,& $2,682,704.00 6,419 jennifer.curls@dot.state.fl.gov Disposal-Hurricane Irma Hazardous DR4337 Trees Debris Removal,Hauling, 45,000 CY, FLDOT District 5,FL 918 Miles,& 09/17 to 02/18 Victor LoPiccolo 386-943-5287 Disposal,Street Sweeping,& Emergency Push Crews- victor.lopicollo@dot.state.fl.gov 4,500 victor.lopicollo@dot.state.fl.gov Hurricane Irma DR4337 Hazardous Trees ROW Debris Removal,Tree FLDOT District 7,FL 1,700 CY& 09/17 Anita Moun o 813-975-6442 Trimming,Hauling,& h y Disposal-Hurricane Irma � $46,704.00 68 Hazardous anita.mountjoy@dot.state.fl.gov Trees DR4337 City of Plantation,FL ROW&Waterway Debris 500,000 CY 09/17 to 02/18 Steve Rodgers 954-452-2535 Removal-Hurricane Irma ; $8,200,063.00 &12,000 srodgers@plantation.org DR4337 j Hazardous Trees ROW Debris Removal, 153,600 CY, City of Homestead,FL 3,600 09/17 to 01/18 Maria Pineda 305-224-4772 Reduction,Final Disposal,& $3,568,027.00 Hazardous mpineda@cityofhomestead.com Emergency Push Crew- Trees,& Hurricane Irma DR4337 6,150 Hours St.John's County,FL ROW Tree Trimming,Hauling, 2,100 10/17 to 12/17 Benjamin Bright 904-209-0252 &Disposal-Hurricane Irma $622,235.00 Hazardous bbright@sjcfl.us DR4337 Trees -- -- TXDOT Victoria,TX ROW Debris Removal and 10/17 to 11/17 David Stephens 361-293-4341 Disposal-Hurricane Harvey $516,582.00 30,125 CY david.stephens@txdot.gov DR4332 TXDOT Nueces CountyTX ROW Debris Removal, 09/17 to 12/17 Martin Horst 361-808-2261 Reduction,&Final Disposal- $3,603,645.00 212,000 CY martin.horst@txdot.gov - Hurricane Harvey DR4332 TXDOT-Harris County,TX ROW Debris Hauling& 10/17 to 01/18 Cody McKenny 281-686-9871 Disposal-Hurricane Harvey $238,150.00 13,300 CY _ cody.mckenney@txdot.gov DR4332 City of Beaumont,TX Emergency Pumps,Generators, 09/17 to 10/17 Tommy Gill 832-767-8118 &Dump Trucks for ROW $490,597.00 11,750 CY& tgill@ci.beaumont.tx.us Debris Removal-Hurricane 2,100 Hours Harvey DR4332 City of Dayton,TX ROW Debris Removal& 10/17 Theo Melancon 936-258-2642 Disposal-Hurricane Harvey $29,106.00 1,000 CY citymanager@daytontx.org DR4332 City of Port Lavaca,TX ROW Debris Removal& 10/17 to 11/17 Jody Weaver 361-827-3601 Reduction-Hurricane Harvey $400,451.00 34,900 CY _ jweaver@portlavaca.org DR4332 City of Sugarland,TX ROW Debris Removal& 09/17 to 10/17 Rana Harris 281-275-2497 Disposal-Hurricane Harvey $45,601.00 2,000 CY ihazris@sugarlandtx.gov DR4332 �j1.f.R.happriscs,Inc. DISASTER RESPONSE DIVISION 19 Exhibit "A" Project Dates Contracting Agency Description of Work Contract Volume Amount City of Raleigh,NC Debris Reduction by Grinding j 02/17 Kelly Lindsey 919-996-2202 &Haul Out-Hurricane Matthew $96,000.00 14,650 CY kelly.lindsey@raleighnc.gov ! DR4285 Port St.Lucie,FL ROW Debris Removal, 100,800 CY 10/16 to 02/17 Richard Perkins 772-344-4263 Reduction,&Haul Out- $2,706,514.00 ! &5,775 rperkins@cityofpsl.com Hurricane Matthew DR4283 Hazardous Trees Clearance Debris Removal, i 146,805 CY FLDOT District 3,FL Reduction,&Disposal.Street &57,000 10/16 to 01/17 j Rick Coe 386-740-3490 Sweeping,Inlets Vacuuming,& ''! $12,299,889.00 Hazardous i frederick.coe@dot.state.fl.us Sand Hauling-Hurricane Trees Matthew DR4283 FLDOT District 3,FL ROW Debris Removal&Sea 15,600 CY& 10/16 to 12/16 Amanda Mauldin 850-330-1364 Grass Removal-Hurricane $1,480,308.00 6,030 amanda.mauldin@dot.state.fl.us Matthew DR4283 Hazardous Trees FLDOT District 2,FL ROW Debris Removal& 3,400 CY& 6,650 10/16 to 12/16 Jennifer Smith 386-943-5367 Disposal-Hurricane Matthew j $1,307,107.00 1Hazardous DR4283 Trees -._._ ROW Flood Debris Removal& LADOTD-District 61,LA 240,530 CY 08/16 to 12/16 Mark Benton 225-379-1164 Disposal,White Goods&E- $3,192,347.00 &2,043 Lbs. mark.benton3@la.gov Waste-Severe Storms& Recycled Flooding DR4277 LADOTD-District 03,LA ROW Flood Debris Removal& 09/16 to 12/16 Mark Benton 225-379-1164 Disposal-Severe Storms& $185,039.00 17,125 CY mark.benton3@la.gov Flooding DR4277 _ Iberia Parish,LA ROW Flood Debris Removal& r 09/16 Michael Broussard 337-492-5412 Disposal-Storms&Flooding $30,025.0 2,555 CY mbroussard@iberiagov.net DR4277 Waste Management Landfill,OK Debris Reduction Services- 03/16 to 04/17 Shawn Cockrell 405-427-1112 Single Contract,3 Callouts $105,000.00 70,000 CY scockrel@wm.com ROW Flood Debris,E-Waste, 48,010 CY, Fort Bend County,TX 20,280 Lbs. 06/16 to 08/16 Scott Wieghat 218-342-4513 White Goods'&HHW $423,187.00 HHW,& scott.weighat@fortbendcounty.gov Removal&Disposal-Severe 9,985 Lbs.E- Storms&Flooding DR4272 Waste Maryland Dept of General Services ROW Snow Removal- 01/16 Denise Wade 240-205-3086 Snowstorm DR4261 $75,096.00 732 Hour; denise.wade@maryland.gov Collin County,TX Debris Reduction Services- 06/16 to 09/16 Gary Enna 972-548-3700 Annual Contract $347,752.00 94,400 CY genna@co.collin.tx.us TXDOT,TX ROW Debris Removal& 11/15 Jamie Witten 512-585-4678 Disposal-Severe Storms& $111,779.00 10,000 CY jamie.whitten@txdot.gov Flooding DR4245 Bastrop County,TX ROW Debris Removal& 11/15 Ronnie Moore 512-779-9926 Disposal-Severe Storms& $43,469.00 5,000 CY ronnie@cbdeng.com Flooding DR4245 - City of Guthrie,TX Debris Reduction Services-Ice 12/15 i Tenny Maker 405-260-3091 Storm DR4256 $15,000.00 10,000 CY tmaker@cityofguthrie.com City of Edmond OK Debris Reduction Services-Ice 12/15 to 01/16 Johnny Carter 405-216-7612 I Storm DR4256 $175,000.00 58,500 CY I.I.R.Enterprises,IDC. , IER RESPONSE DIVISION 20 Exhibit "A" Project Dates Contracting Agency Description of Work Contract N olume Amount jcarter@ci.edmond.ok.us 1 Guadalupe County,TX ROW Debris Removal& 11/15 Judge Kyle Kutscher 830-303-8857 Disposal-Tornado DR4245 $36,000.00 550 CY le.kutscher@co.guadalupe.tx.us Texas State University,TX Debris Removal,Reduction,& 11,060 CY, 09/15 to 10/15 Joel Soto 512-245-1880 Disposal-Severe Storms $196,400.00 370 jsl 142@txstate.edu DR4245 Hazardous Trees TXDOT Blanco,Bastrop,Caldwell, Debris Removal from Bridges 06/15 Lee,&Hays County,TX &Waterways-Severe Storms $374,000.00 9,916 CY Jamie Witten 512-585-4678 DR4223 jamie.whitten@txdot.gov City of Martindale,TX ROW&Park Debris Removal 06/15 to 07/15 Jordan Powell 512-398-1811 &Disposal-Severe Storms 594,000.00 I 9,050 CY jpow@caldwellcountync.org DR4223 City of Wimberly,TX ROW Debris Removal, 06/15 to 09/15 Mark Kennedy 512-393-2219 Reduction,&Disposal-Severe $394,000.00 20,500 CY mark.kennedy@co.hays.tx.us Storms DR4223 – ------ -- City of San Marcos,TX Debris Removal&Disposal- 06/15 to 09/15 Bert Stratemann 512-393-2219 Severe Storms DR4223 $439,500.00 12,000 CY bstratemann@sanmarcostx.gov TXDOT Recovery,TX 06/15 Jamie Witten 512-585-4678 Search&Rescue Services- $86,400.00 635 Hours jamie.whitten@txdot.gov Severe Storms DR4223 Caldwell County,TX Debris Removal,Reduction,& 05/15 to 07/15 Jordan Powell 512-398-1811 Disposal-Severe Storms $29,100.00 1,300 CY jpow@caldwellcountync.org DR4223 Hays County,TX ROW Debris Removal, 06/15 to 09/15 Mark Kennedy 512-393-2219 ! Reduction,Disposal,White $489,009.00 16,764 CY mark.kennedy@co.hays.tx.us E-Waste,&HHW-Severe ark.kennedy@co.hays.tx.us Storms DR4223 Town of Monterey,TN Debris Reduction Services-Ice 04/15 to 05/15 Bill Wiggins 931-839-3770 $30,000.00 15,000 CY bwmanager@citlink.net Storm DR4211 Overton County,TN I 04/15 to 05/15 Ben Danner 931-823-5638 ROW Debris Removal& $366,241.00 53,000 CY � overtonexec@twlakes.net Disposal-Ice Storm DR4211 I l Putnam County,TN ROW Debris Removal& 04/15 to 05/15 Randy Porter 931-526-2161 Disposal-Ice Storm DR4211 $1,044,000.00 102,000 CY randy.porter@putnametn.gov NCDOT Davidson County,NC ROW Debris Removal, 1,126 Tons& 03/14 to 08/14 Brad Wall 336-487-0000 Hauling,&Hazardous Tree $1,347,067.00 14,530 bwall@ncdot.gov Work-Ice Storm DR4167 Hazardous L Trees NCDOT Guildford County,NC Debris Removal,Hauling,& 352,100 CY 03/14 to 08/14 Brad Wall 336-487-0000 Hazardous Tree Work-Ice Storm $7,627,602.00 &13,850 bwall@ncdot.gov DR4167 Hazardous Tree SCDOT,SC ( Debris Removal,Hauling,& 134,000 CY 02/14 to 06/14 Shannon Welch 843-907-2095 I Hazardous Trees-Ice Storm $5,814,631.00 Hazardous welcbsl@dot.state.sc.us I DR4166 — -- – ---- Trees �j'11110priscs,Inc. DISASTER ftE5PON5E DIVISION 21 Exhibit "A" Experience with FEMA Reimbursement TFR possesses an intimate understanding of the FEMA&FHWA funding and reimbursement process. ALL TFR CLIENTS HAVE RECEIVED 100% OF THEIR ELIGIBLE REIMBURSEMENT. TFR HAS NEVER HAD A SINGLE DOLLAR DEOBLIGATED BY FEMA or the FHWA. We understand that our client's reimbursement is directly correlated to their ability to pay TFR and we work with our clients to ensure this process is as fast and efficient as possible. TFR personnel have conducted over 450+ federally funded projects and have gained invaluable experience and familiarity with the FEMA recording and reimbursement process conducted under the federal Public Assistance Program. With no turnover in our key personnel for the past ten (10) years, our employees have been working as a cohesive team to confront FEMA issues and ensure the reimbursement of our clients for 34 years. Sharon Lyell, our operations manager, in conjunction with Tiffany Jean,contract manager, leads our FEMA Compliance Team in all disaster-related projects. Our FEMA Compliance Team is deeply vetted in FEMA management and operational styles, and NEVER has TFR, or its officers,had a disputed claim for FEMA reimbursement. These individuals are familiar with and aware of the federal guidelines for independence in accountability and reporting as well as recognizing that it cannot perform or assume the sovereign duties of the government officials.However, this does not preclude TFR from offering guidance to aid our clients in complying with the federal Public Assistance Program. FEMA Compliance Team Spotlight Independent Study Course Codes: 1,5,10,11,15,18,19,20,21,27,29,30,35,37,42,45,60,61,62,63,64,66,75,100,101,102,103,107,120,130, FEMA 144,156,158,162,200,200.C,201,212,215,216,230,235,240,241,242,244,245,253,271,279,289,293,302, Training 315,317,321,322,323,324,325,326,559,632,633,650,660,700,700.B,703,706,727,772,800,815,904,905, Courses 906,907,908,909,913,915,916,1000,1001,1004,1013,1150,and 2200. Emergency Management Institute Emergency Management Institute FEMA FEMA Itis<'mf i<c(1.fix+u+wni i..a k,. kde- 1h I_f...oLMG�...1-1.w—,+LeP<,hv TRAYNT A.TIPTON Emergency Management Institute JA(.K'E.:\.NDEWSON,III Nirolli,m<dadcdicam,n o.m'<muvAsdai<u lluggli nwJaJ.L.aiw¢,.,.<miim<+nl.msib.vyA imaJ pnf uwl dev<khm,rn ane ea+glnnr o(ui<Im.Tn.4T Cn.t,< J<.eY,AnvAaW<.MPM�n nY 11+4p velem z n,.,<: LSLM.E: MIM: FI'�D.\NENT.\190f f_YR RCAI('\'.\1.\♦'(f.F.\R\ !:tlf f.\IEMf.F.WI'IlT.0.(TNINS CE_�TR i1(TN„i FEMA Thn fcnes.Y el'A<.<+rnrn<in aknw In4;c N TIFFANY J WII.KIN na.Iw 0.YIM T.F.R.woses,ix DISASTER RESIONSE DIVISION 22 Exhibit "A" Recent Performance on Major Disaster Declarations DeclarationYear Client Major Disaster 2023 Florida Department of Florida Hurricane Idalia,DR-4734-FL Transportation 2023 Florida Department of Florida Hurricane Idalia,DR-4734-FL Environmental Protection 2023 City of Jacksonville Arkansas Severe Storms and Tornadoes DR-4698-AR 2023 City of Round Rock City of Leander City of Cedar Park Texas Severe Winter Storm,DR-4705-TX City of Lago Vista City of Sunset Valley Williamson County 2022 Florida Department of Environmental Protection City of Lake Mary Lake County State College of Florida Florida Hurricane Ian,DR-4673-FL Manatee Florida Southwestern State College Florida DOT-District 02 2021 City of Bogalusa Town of Madisonville Louisiana Hurricane Ida,DR-4611-LA Village of Folsom 2021 Kentucky Transportation Kentucky Severe Winter Storms,Landslides,and Mudslides,DR-4592- Cabinet KY Boyd County 2020 City of Choctaw Oklahoma City City of Enid Oklahoma Severe Winter Storm,DR-4575-OK City of Blanchard City of Norman TFR has had an initiative-taking approach to debris cleanup since Hurricane Andrew(DR-955-FL) in 1992. Implementing a comprehensive, efficient debris management plan that keeps operational flexibility to solve problems as they arise is critical to the project's success and our client's receipt of full FEMA reimbursement. After developing a debris management strategy, we strongly advise submitting it to FEMA for approval, which will alleviate any anxiety about FEMA acceptance following a disaster event. Qun"WkL DISASTER RESPONSE DIVISION 23 Exhibit "A" CONTRACTReferences 1 Florida Department of Environmental Protection • a. Point of Contact V.Morgan Tyrone Project Manager,Highland Hammock State Park b. Address 5931 Hammock Road Sebring,FL 33872 c. Phone (863)386-6099 d. Email Victor.tyrone@dep.state.fl.us e. Contract Term 10/2022 to 12/2022 f. Contract Amount $591,884.00 g. Description of Work Hurricane Ian debris removal,reduction,site management, and disposal. (9,000 CY,and 216 hazardous Trees) Jefferson • Idalia CONTRACT • a. Point of Contact Shannon Metty County Manager/Planning Official b. Address 445 W Palmer Mill Rd Monticello,FL 32344 c. Phone (850)342-0223 d. Email smetty@jeffersoncountyfl.gov e. Contract Term 08/2023 to 11/2023 f. Contract Amount $1,138,239.00 g. Description of Work Emergency debris removal,reduction,disposal,and hazardous tree removals from Hurricane Idalia. (61,450 CY and 8,431 Hazardous Trees) Forsyth • CONTRACT • a. Point of Contact Joey Smith Deputy Director b. Address 3520 Settingdown Road Cumming,GA 30028 c. Phone (770)205-4530 d. Email jhsmith@forsythco.com e. Contract Term 08/2023 to 10/2023 f. Contract Amount $287,078.00 g. Description of Work Emergency debris removal,reduction,disposal,and hazardous tree removals from 2023 severe weather. (20,335 CY and 8 Hazardous Trees) 1.f.R.lompopises,loc. DISASTER RESPONSE DIVISION 24 Exhibit "A" 4 City of - • . Storm CONTRACT • a. Point of Contact Michael Lerash Superintendent b. Address 450 Cypress Creek Road Cedar Park,TX 78613 c. Phone (512)401-5563 d. Email Michael.lerash@cedarparktexas.gov e. Contract Term 02/2023 to 05/2023 f. Contract Amount $1,608,000.00 g. Description of Work Emergency debris removal and reduction. (9,565 Man/Equipment Hours) Florida Southwestern State College- CONTRACT • a. Point of Contact Mat Mason Director of Facilities Management b. Address 8099 College Parkway,D-214 Ft.Myers,FL 33919 c. Phone (239)985-3497 d. Email Mathew.mason@fsw.edu e. Contract Term 10/2022 to 11/2022 f. Contract Amount $429,492.00 g. Description of Work Hurricane Ian vegetative debris,hazardous leaners,hangers, and stump removal.(1,390 Man Hours and 12,687 CY) 6 City of • CONTRACT • a. Point of Contact Joseph Hill Streets Department b. Address 201 W Gray Street Norman,Oklahoma 73069 c. Phone (405)788-2122 d. Email Joseph.hill@normanok.gov e. Contract Term 10/2020 to 02/2021 f. Contract Amount $4,054,876.00 g. Description of Work ROW hauling,hazardous tree removal,reduction,and final disposal.(572,400 CY and 9,995 Hazardous Trees) jT.f.R.10prises,lac. DISASTER RESPONSE DIVISION 25 Exhibit "A" 7 Iowa Department of Homeland Security and Emergency Management- Derecho CONTRACT • a. Point of Contact Karl Wendt b. Address 6100 NW 78'Avenue Johnston,lA 50131 c. Phone (515)281-7073 d. Email Karl.wendt@iowa.gov e. Contract Term 09/2020 to 02/2021 f. Contract Amount $7,722,536.00 g. Description of Work Reduction of vegetative storm debris(1,600,000 Cl) • • Rapides Parish- Hurricane Laura CONTRACT • a. Point of Contact Corey Ashmore Public Works Direct b. Address 8051 Highway 28 West Alexandria,Louisiana 71303 c. Phone (318)729-5663 d. Email Cashmorel@rppj.com e. Contract Term 09/2020 to 05/2021 f. Contract Amount $7,364,356.00 g. Description of Work Hurricane Laura ROW hauling,reduction,and final disposal.(692,024 Cl) E1erprises,loc. Ci SII TER RESPONSE DIVISION 26 Exhibit "A" Lefters of Recommendation Forsyth County Emergency Management Agency Thomas S.Cisco,Director TO:TFR Enterprises RE: Letter of Recommendation To whom it may Concern: On behalf of Forsyth County GA, I would like to acknowledge the excellent level of professionalism and service that was provided by TFR Enterprises after a severe thunderstorm occurred on July 20th, 2023. TFR Enterprises was used as our emergency debris management contractor and was very responsive to the County's needs and requirements. All the staff and crews working with,or for TFR were a pleasure to work with and all the pieces of the project went very smoothly from the onset Forsyth County Government is appreciative of the service provided and would recommend TFR Enterprises to other local governments. Sincerely, /Thomas S.Cisco Director Forsyth County Emergency Management 3520 Settingdown Rd. Cumming,GA 30028 Tel:678-965-7173 3520 Settingdown Road Cumming,Georgia 30028 (770)205-5674 (770)887-4910 fax forsythco.com I.F.H.beepriscs,Inc. DI$NST ER RESPONSE DIVISION 27 Exhibit "A" CITY OF ' TOPEKA h K 4. rn • iRi � .6 J1 yF Forestry Department• F 201 NW Topeka Blvd Tel:785-368-0914 SPF. Topeka,KS 66603 Henbrink@1opeka,orLJ— To whom it may concern, Please accept this letter of recommendation from City of Topeka Forestry Department,Kansas.On July 14,2023 the city of Topeka sustained citywide damage as a result of strong winds during a storm that moved through the City.The damage resulting from the storm required citywide clearing and hauling of vegetative debris.Within 24 hours'notice TFR mobilized crews and equipment to assist in our clean-up efforts.Rodger and his team were very courteous to city staff and citizens during the project and greatly aided in our ability to complete the project in a timely manner. I would recommend and utilize TFR's services again. Sincerely, Travis Tenbrink City Forester,City of Topeka �jT.F.R.E prim Iic. DI SAS i IR RESPONSE .IV I IOIJ 28 Exhibit "A" FLORIDA SOOT WESTERN ', IAI L COLLLC,t. RE:TFR Debris Removal To Whom It May Concern, Please accept this letter of recommendation from Florida Southwestern State College in Fort Myers,FL. We would like to commend TFR Enterprises for the extremely fast mobilization and diligence in removing debris from our campuses immediately following Hurricane Ian in Sept 2022. Within 24 hours of my call,TFR had mobilized equipment and personnel to begin emergency clean-up clearing our roadways. The remainder of the project was handled professionally and timely in which FSW is greatly appreciative. I would recommend and utilize TFR's services in the future. Sincerely, Mat Mason FSW Director,Facilities and Construction Management DISASTER RESPONSE DIVISION 29 Exhibit "A" �17H�F COMMONWEALTH OF KENTUCKY TRANSPORTATION CABINET Andy Beshear Department of Highways, District 9 Office Jim Gray GOVERNOR 822 Elizaville Road SECRETARY Flemingsburg, KY 41041 606-845 2551 To whom it may concern, In May of 2021 KYTC was pleased to have TFR Enterprises, Inc as the prime contractor for the 2021 Ice Storm Debris Removal project. This project required extensive removal of vegetative debris in the Ashland, KY area. TFR provided fast and quality work on KYTC's Interstates,state primary, state secondary, and rural secondary routes across our region.TFR responded with fully staffed crews and the proper equipment to complete the work in a timely and quality manner. Project Manager Melvin Utterback responded to all calls,emails, and requests made by me and all KYTC representatives at the time they were made. TFR followed all state and federal guidelines that were in place for our state and region. Those requirements included work zone safety,work zone traffic control, and the ozone requirements in effective for Boyd County, KY.TFR's attention to these details were greatly appreciated by KYTC and the Kentucky Division of Air Quality. I ask that TFR Enterprises, Inc accept this letter of recommendation for their responsiveness,quality of work,and excellent working relationships they established with our organization.TFR's knowledge, professionalism, and insight of the work they completed made this project simple for our organization. Sincerely, Darren Gifford Engineer-in-Training II KYTC—District 9 Ashland Section transportation.ky.gov AN EQUAL OPPORTUNITY EMPLOYER WFID 1.f.R.lopriscs,Inc. F, 30 Exhibit "A" %44 11101 Fields of Opportunities STATE OF IOWA IQ11i REYNOLDS 10NA DEPART.�T OF HOMELAND SECLTM GOVERNOR AND ENEMC IVCY MA.IACEME v r ADAM GREGG PAUL'IROMBC'0 JIL HOMEIA%j)SECLTM AMMOR ANI)DoffRGENCY MANAGEMENT DaUK IM LT.GOVONOR Tiffany. On behalf of the State of Iona.I would like to thank TFR Enterprises for the exceptional debris removal services provided in the wake of the devastating severe weather event that impacted Iowa on August 10h.2020. TFR's swift response and unwavering commitment to this mission has assisted Iowans.at every level.in retuning to normal life in a time when the very definition of the word."normal."seems to be ever in doubt. Battling a global pandemic environment.inclement winter weather.while also responding to multiple hurricanes that impacted other areas of the country during 2020.TFR has successfully aided the State of Iona in grinding and disposing of more than 1.6 mullion cubic yards of vegetative debris in less than six months.a feat which.to my knowledge.is unprecedented in Iowa's Emergency Management history. Tine professionalism.knowledge.insight.and work ethic.displayed by TFR Enterprises' staff is a tribute to your company and is in keeping with the highest standards of emergency response contractors everywhere. Thank you for all that you have done and continue to do. Having secured a standing muster agreement with your company through 2021.1 take great comfort in the knowledge that. should the State of Iowa require these services in the ftntuue.TFR Enterprises is standing by,at the ready.to help Iona travel the road to recovery. Sincerely. Jordan DVt*l, I�°' Moser DieMlwm 1332 oanv Jordan Moser Strategic planner Response Division 7900 HICKMAN ROAD/SUITE 500/WINDSOR HEIGHTS,IOWA 50324/515-725-3231 http://www.homelandsecurity.lowa.gov QT.F1.Wftk DISASTER RESPONSE DIVISION 31 Exhibit "A" CITY OF CITRONELLE CITY COUNCIL DAVID FERRELL 19135 SOUTH MAIN STREET DISTRICT I CITRONELLE,ALABAMA 36522 CONNIE A.ROBINSON DISTRICT 2 V LORETTA PRESNELL / DISTRICT 3 JEFF MASON DISTRICT J JOE BEATY JASON STRINGER DISTRICT 5 MAYOR LORI H.BRYAN,CMC CITY CLERK Tiffany, On behalf of The City of Citronelle,Al.and our citizens,I would like to Thank TFR Enterprises for the great job removing Hurricane Zeta debris in our city. As you are aware Hurricane Zeta caused major damage to the City of Citronelle in late Oct of 2020. Once we received a FEMA declaration we started our bid process to find a debris removal contractor and for us these was not an easy process as we found that several contractors who bid to remove our storm debris were not properly licensed to operate in the State of Alabama. Along this journey it was determined that TFR Enterprises did indeed have the correct license and met all other areas of our specification. We were very pleased with the rapid deployment of equipment and resources to start the clean up process. The workers and equipment were both top-notch and were ready to work once their boots hit the ground in Citronelle. The Site Manager kept us informed throughout the process and worked closely with our city employees and the monitoring company to get the qualified debris removed,ground-up and taken to an approved landfill for final disposal. All of this was accomplished during the Covid-19 Global Pandemic. The City of Citronelle hopes and prays that we do not face another weather event that causes such damage and destruction in our community for many years to come. With the yearly threat of tropical weather in our region along with the threat of tornadoes,we can now rest easy knowing that TFR Enterprises stands ready to help us in our time of need. With great gratitude and appreciation, '4on T.Stringer Mayor City of Citronelle,Al [Ia,Is. DISASTER RESPONSE DIVISION 32 Exhibit "A" 1� risussi►��•s HANCOCK - COUNTY --- Hancock County Maintenance Department - 18382 Highway 43 Kiln, MS 39556 Phone: 228-255-3367 - Fax: 228-255-4425 Dear TFR Enterprises My name is Vic Johnson Hancock County road manager.I am writing this letter to let you know how grateful I am for the services you and your team provided us after hurricane Zeta here on the gulf coast. The team that handled the debris removal which was led by Mr.Glenn Tucker(Rooster)was a real pleasure to work with. Since Zeta was not a major storm and there was not hundreds of thousands of cubic yards of debris during so my first meeting with Rooster I only requested a couple of trucks.Not long;into the cleanup realizing that only two trucks would take too long a simple call to Rooster and the problem was solved more trucks started showing up. Rooster was a pleasure to work with we were in constant communication and the crews on the trucks were very professional when dealing with people thru out our county.In closing should the need arise again for debris removal services in Hancock County I hope TFR would be the one's here to help. Sincerely Vic Johnson Hancock County Road Manager Q"61111 Enterprises,loc. DISASTER RESPONSE DIVISION 33 Exhibit "A" MAYOR Charles FI.Murphy CITY OF ROBERTSDALE City[fall 947-8900 COUNCIL MEMBERS: City Clerk 947-8920 Ruthie Campbell Court Clerk 947-8910 Joe M Kitchens The Hub Public Works 947-8950 Paul Hollingsworth CM0Police Dept. 947-2222 Russell Johnson nouulrINDF s of Baldwin County Fax 947-2619 Sue Cooper TDD# 947-2122 CHIEF FINANCIAL OFFICER Ann Simpson CITY CLERK P.O. Box 429 Shannon 1 Burkett Robertsdale,AL 36567 April 1, 2021 Tipton F. Rowland TFR Enterprises, Inc. 601 Leander Drive Leander,TX 78641 RE: Hurricane Sally—Debris Removal Dear Mr. Rowland Please accept this letter of recommendation from the City of Robertsdale,Alabama. We would like to commend TFR Enterprises for their responsiveness and diligence in removing vegetative debris following Hurricane Sally in September of 2020. Not only did TFR respond immediately upon Notice to Proceed, but TFR Enterprises completed the debris removal in a professional and timely manner. It was a pleasure working closely with your company to accomplish this cleaning up in the City of Robertsdale. Sincerely, G I� Gregor Smith, P.E. City Engineer I.F.R.Eawlses,I1C. �IsnsTER RESPONSE DIVISION 34 Exhibit "A" add STATE OF NORTH CAROLINA DEPARTMENT OF TRANSPORTATION ROY COOPER JAMES H.TROODoN,III GOVERNOR SECRETARY December 21,2018 Division of Highways Pender County Maintenance 401 North Smith Street Burgaw,NC 28425 Hurricane Florence Cut&Shove Contract Dear TFR Enterprises, Pender County Maintenance would like to thank your organization for the professional services it provided during Hurricane Florence. At a time of chaos and devastation,TFR's arrival and readiness to get to work,gave our office hope that we could offer our County the response that it desperately needed. Roger Barfield did an amazing job. His ability to manage his crews and constantly communicate with me,was much appreciated. Also,both citizens and public officials in Pender County were very impressed with the speed TFR crews were able to clear the roads of debris after the storm. This allowed them a chance to check on family and neighbors,respond to emergencies,or get supplies they desperately needed. This Hurricane,and the devastation it left behind,will stick with me the rest of my life. I hope that we never experience another storm event with the same potential for destruction. However, if we do,the assurance knowing that TFR Enterprises is ready to provide their professional services,gives us the confidence we need to weather another storm. Sincerely, (a At of rey L.Garrett Pender County Maintenance Engineer (910)259-5413 EBB T.F.R.B&PHSS,IIc. DISASTER RESPONSE DIVISION 35 Exhibit "A" OFFICE OF THE MAYOR CITY COUNCIL Dane Veltri Bendekovic, Lynn Stoner,President Mayor Mark Hyatt,Council President ProTem 1 Jerry Fadgen PUBLIC WORKS DEPARTMENT Plantation Ron Jacobs Edward J.Consaul, the brass is greener Peter S.Tingom Director Tipton F.Rowland "CFR Enterprises.Inc. 601 Leander Drive Leander,Texas 73641 Dear Mr.Rowland, Please except this letter of recommendation from the City of Plantation,Florida. We would like to thank TFR Enterprises for their immediate response and your diligence with completing emergency debris removal within the time and scope of the terms of our contract.In 2017,Hurricane Irma devastated the city of Plantation,Florida. TPR Enterprises was successful with completing the debris removal and recovery efforts for our community Sincerely, Steve L.Rodgers I Assistant Director of Public Works City of Plantation,Florida 750 NW 91stAvenue • Plantation, Florida 33324 954.452.2535 • econsaul@Plantation.org 0N.f.B.Emc 0se Inc. DISASTER RESPONSE DIVISION 36 Exhibit "A" 1 Tipton F.Rowland TFR Enterprises.htc. Jeff Porter 601 Leander Drive Mayor Leander,Texas 78641 Stephen R.Shelley Vice Mayor Dear Mr.Rowland. Jenifer N.Bailey Please accept this letter of recommendation from the Ci of Homestead, Florida. Councilwoman P City We would like to thank TFR Enterprises for their immediate response and your Jon Burgess diligence with completing emergency debris removal within the time and scope of Councilman the terms of our contract.In 2017,Hurricane Irma devastated the City of Homestead, Patricia Fairclough Florida. TFR Enterprises was successful with completing the debris removal and Councilwoman recovery cfforts for our community. Elvis R.kialdonado Councilman Larry Roth Councilman Sincerely, George GfetSdS City Manager Dennis R.Maytan Jr. p Director Parks&Public Works City of Homestead,Florida 100 Civic Court Homestead,FL 33030 305-224-4400 vvvwv.cityofh o m estead.co m 4"'W.F.R.BOPMses,Iic. DISASTER RESPONSE DIVISION 37 Exhibit "A" Key Personnel and Staffing Approach Experience and Qualifications of Key Personnel TFR has assembled a team with a combined 155 years of experience in emergency debris removal, reduction, and management services. From Hurricane Andrew to the devastating effects of Hurricane Ida, TFR personnel have participated in relief efforts across the country, on different continents, and in varying debris capacities.As one of the most experienced project teams in the industry,agencies are contracting with a company deeply rooted in customer value, experience, and expediency. These principles, on which TFR is built, drive our current customer relationships and further the growth of the company. Our team has a complete understanding of the roles, responsibilities, lines of communication, and challenges involved with rapid deployment in disaster scenarios. They can handle any debris mission they are tasked with. The TFR team has proven field-tested debris damage assessment, removal, reduction, disposal, and overall debris management experience associated with responding to natural and man-made disasters. TFR's Management Team TogetherWorked lndu!try Key Personnel Contact Information . Experience Sharon Lyell sharon@tfrinc.com 18 Years �s Operations (512) 576-30001010 Manager HURRICANE TORNADO FIRE ICE/SNOW FLOODING Tiffany Jean tiffany@tfrinc.com 16 Years Contract Manager (512) 565-0710 ( ` ) 00 HURRICANE TORNADO FIRE ICE/SNOW FLOODING Rigo Mejia rigo@tfrinc.com 13 Years Site (512)779-772200 Manager ` / HURRICANE TORNADO FIRE ICE/SNOW FLOODING Kevin Rolison kevin@tftinc.com 21 Years 1411-1low Project (512)944-8766 Manager HURRICANE TORNADO FIRE ICE SNOW FLOODING Melvin melvin@tfrinc.com 19 Years / 1 Utterback (606)776-9782 t j Project Manager HURRICANE TORNADO FIRE ICE SNOW FLOODING Steven Vinyard steven@tfrinc.com 8 years Project (512)619-1087 � 1 ;,: Manager J HURRICANE ICE/SNOW FLOODING Roger Barfield roger@tfrinc.com 7 Years Safety (407) 868-0568 Manager HURRICANE TORNADO ICE/SNOW FLOODING �j'T.f.R.Emcrpriscs,I�. DISASTER RESPONSE DIVISION 38 Exhibit "A" Snapshot of Certifications-, Operations Manager: The operations manager will supervise and direct all field operations for TFR. In a United States Army Corps of Engineers, addition to the execution of field operations, the Construction Quality Management operations manager will ensure full compliance with all 0 United States Army Corps of Engineers, corporate, municipal, state, and federal safety and 30-Hour Construction Safety environmental policies. Duties also include: 0 United States Army Corps of Engineers, Direct all project managers, site managers, and safety Safety Level 2 Assessment officers. 0 United States Army Corps of Engineers, Assign company-owned and subcontractor resources Debris Level Two to debris zones, ensuring that the equipment placed in R1 National Incident Management System each zone is the most efficient, depending upon the ICS-100,200,700,703,706,800 zone's geographic and demographic constitution. 0 OSHA Maximization of debris stream recycling if possible 40-Hour HAZWOPER Contract Manager: The contract manager will be the ultimate liaison between the client and TFR for the entirety of the debris mission. The contract manager will be available 24 hours per day, 7 days per week, with redundant communication capabilities including cell phones, satellite phones, and email. His/her responsibilities will include: Primary client/consulting firm point of contact. Receipt of client direction and development of a corporate strategy to best fulfill the client's needs. Communicate with the operations manager regarding mobilizing resources. Supervise and execute contract documents. Ensure all corporate reports and deliverables meet the client's expectations. Site Manager: The site manager is responsible for all operations within their assigned debris management site, including: Safety compliance Environmental compliance and monitoring at the site. Proper debris segregation and reduction Coordination of reduction and haul-out schedules Project Manager:The project managers are primarily responsible for the day-to-day operations within the zone(s)to which they are assigned. The responsibilities of the project managers include: Ensure all operational processes within their debris zone are being executed to full compliance with the FEMA Debris Management Guide/Public Assistance Program and Policy Guide In conjunction with the safety officer,host daily instructional and safety meetings Serve as initial contact and point of resolution for any complaints. Direct all debris crews to their assigned work zones. Execution of daily reports, including the keeping of a daily log of activities within their zone Assignment of daily road schedules Safety Manager: The safety manager has complete responsibility and authority over all safety issues at all levels of contract performance including the power to unilaterally alter, suspend, and/or halt any operation or portion thereof that endangers or potentially endangers life,health,and safety or threatens Wj'T.F.R.1"wat IC. DISASTER RESPONSE DIVISION 39 Exhibit "A" the protection of the environment. Includes documentation, daily reporting requirements, communication,and conducting onsite training and inspections.The safety manager is responsible for ensuring complete compliance with OSHA,USDOT, DOL, as well as all other applicable regulatory bodies. Staffing Approach With over 400+on-call personnel across the U.S. and in-house equipment,the TFR team has the capacity and capability to accommodate all contract staffing requirements. We have refined our staffing process, recruiting strategies, and resource management tools to reflect lessons learned over the last decade within a wide range of contingency and disaster support contracts. With contingency-specialized recruiters and new hiring criteria for managers and superintendents,our staffing efforts have kept pace with the personnel requirements of global contingency and disaster support. To employ the most cost-effective means of accomplishing the work (e.g., self-perform, subcontract, combination) our project teams integrate subcontractors when cost-beneficial. TFR views staffing as part of an integrated and comprehensive approach to managing and executing contracts and uses named team partners along with nationwide,local, and small businesses to achieve cost and execution efficiency. Despite the challenges that face all contingency contractors,TFR has had notable success at retaining key personnel. Central to our staffing strategy is a requirements-driven analysis of staffing needs, available resources, and an optimized execution strategy. TFR promotes a culture and work environment that supports employee longevity and satisfaction.We offer industry-competitive compensation and incentives that produce high retention rates and project continuity. Based on experience, we found that a thorough orientation: upfront, proactive, and frequent communication (initial and ongoing), detailed planning for safety, security, comfort, and competitive benefits enhances our ability to retain staff; our major subcontractors employ similar programs to retain personnel. This proven project delivery process has demonstrated our success in fully integrating in-house team members while utilizing local and small businesses on time-sensitive disaster response programs. The TFR team is committed to identifying the local subcontractors qualified and prepared to support the recovery of their community and plans to utilize them to the extent that they are available and properly licensed. We continuously apprise subcontractors and our internal recruiters of impending requirements. Upon issuance of a task order,our key personnel meet and analyze general requirements and assignments. Area/Sector/Site Managers are selected based on alignment of experience in the technical scope of work, familiarity with the geographic area, language skills, and similar criteria. TFR firmly believes that local contractors provide the most effective means to complete the contract requirements while aiding the local economy after the impact of a disaster.We will exhaust all avenues to obtain qualified local subcontractors to meet the needs of the community while infusing the local economy with needed revenue. Our operations manager has pre-identified qualified personnel readily available to provide immediate support to TFR once an event is identified and/or a task order is released.The TFR training program ensures that all staff remain ready to deploy and are fully capable of performing tasks safely. Our team meets all technical and quality requirements following systems and procedures for contract execution and oversight including QC,EHS,and security.Training may include in-house staff,subcontractors,and local hires.Our subcontractors will maintain their readiness to respond to an event by ensuring their employees are well- trained and equipment is maintained and properly functioning. Typical training for employees includes certifications for their service area, regularly scheduled technical skill demonstrations with TFR, and environmental health and safety practices and procedures.We do not keep personnel or laborers who cannot adhere to safety policies,as this is of the utmost importance.In addition to training,the TFR team conducts program exercises to validate operating systems and rehearse our response actions for large-scale, short- notice contingency assignments. We deliberately crafted our team to ensure nationwide and regional coverage and provide redundancy in capacity. Eawlses,loc. ..iSnS tER RESPONSE DIVISION 40 Exhibit "A" One key to successfully staffing-and ultimately executing multiple and concurrent contracts-is balancing the right level of program-level guidance and oversight with the local autonomy and ownership needed for task performance.Our capability to meet,sustain,and manage multiple geographic areas is focused on the numbers and types of personnel resources available nationally and locally that best support contingency scenarios. TFR's organization and coordination methodology are specifically developed for the effective execution and control of multiple simultaneous missions. Our team has a wide range of assets that ensure we can readily provide the correct mix of labor,equipment,and materials for every mission. Our nationwide resource platform and strategic team facilitate rapid response anywhere in the country, including impacted areas with limited resources. Our team and subcontractors will follow a logistical strategy to staff each project and meet mission requirements in separate regions simultaneously as required. All support staff, subcontractors, and crews will report to the site manager. If an event impacts our operations in Leander,we may relocate to any team office that has the right capabilities,thereby mitigating the risk of a single point of failure. Assignments will be staffed with internal resources from the management team and supplemented with subcontractor resources. Qu.I.Boft'ic. DISASTER RESPONSE DIVISION 41 Exhibit "A" Tipton Rowland President/Chief Executive Officer 601 Leander Drive Leander,Texas 78641 M: (281)731-4398 Introduction Tipton Rowland founded TFR Enterprises, Inc. in 1989. A disaster services division was added in 1992 to include debris management following disasters such as hurricanes, floods, ice storms, tornados, and earthquakes. Projects that have been undertaken and completed under his supervision include Vegetative and C&D Debris Removal from Rights-of-Way and streams and canals, Temporary Debris Storage and Reduction Site (TDSRS) management, weed and brush control services, tree pruning, trimming and removal services, mulch and compost production services, vegetative debris incineration(Open Burn and Air Curtain), vegetative reduction by grinding, separation and recycling of C&D debris and demolition of residential structures. Mr. Rowland has overseen 350+ separate disaster response projects, which were federally funded by the Federal Emergency Management Agency (FEMA). By providing "hands-on" oversight as President and Chief Executive Officer of TFR Enterprises,Inc.,he has successfully performed as a damage assessment evaluator, cost proposal estimator, project supervisor, safety, and compliance officer, and has assisted in interacting with local government officials in developing debris management policies in compliance with State and Federal(FEMA)reimbursement regulations. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Tornado Hardin County,TN 2023 Tornado City of Jacksonville,AR 2023 Ice Storm City of Cedar Park,TX 2023 Ice Storm City of Round Rock,TX 2023 Tornado Hale County,AL 2023 Ice Storm City of Cedar Park,TX 2023 Ice Storm City of Leander,TX 2023 Ice Storm City of Round Rock,TX 2023 Hurricane Ian Florida Dept of Environmental Protection 2022 Hurricane Ian City of Lake Mary,FL 2022 Hurricane Ian Lake County,FL 2022 Tomado Hale County,AL 2022 Tornado City of Pembroke,GA 2022 Tornado Fulton County,KY 2022 Disaster Debris Management Projects 1992-2021 Areas of Expertise • Director of Debris Management • TDSR Site Locating • Pricing of Proposals • Negotiating Contract Terms • Maintaining relationships with subcontractors,clients, suppliers,and vendors OT.F.I.Edea,I1c. DISASTER RESPONSE DIVISION 42 Exhibit "A" Julie Rowland Chief Financial Officer julierAtfrinc.com 601 Leander Drive Leander,Texas 78641 M: (512)751-9799 Introduction Julie Rowland joined TFR Enterprises,Inc.in 1989 and came on board full time after graduating from the University of Memphis with a bachelor's degree. She has been involved in the overall well-being of the company since its formation. Julie has 34 years of experience in Debris Management Operations. She possesses the ability to effectively manage on-site and off-site project personnel and operations management. Julie monitors key metrics on projects and immediately acts to rectify any inefficiencies. Julie has strong relationships with customers, subcontractors, vendors, monitoring firms, and suppliers. Transparency and open communication are key to a successful emergency debris removal contract and that is Mrs. Rowland's approach. Her leadership and ability to work in fast-paced environments make her an important asset on disaster projects. Applying lessons learned from 34 years of involvement in hundreds of projects,she has put processes and procedures in place to ensure compliance and reduce or eliminate the possibility of deficiencies. Her experience in the management of debris removal operations is unparalleled in the industry. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Tomado Hardin County,TN 2023 Tornado City of Jacksonville,AR 2023 Ice Storm City of Round Rock,TX 2023 Ice Storm City of Cedar Park,TX 2023 Hurricane Ian Florida DEP 2022 Hurricane Ian City of Lake Mary,FL 2022 Hurricane Ian Lake County,FL 2022 Derecho City of Cedar Rapids,IA 2022 Avian Flu USDA,KY 2022 Winter Strom Marion County,OR 2021 Ice storm Hidalgo County,TX 2021 Hurricane Ida City of Bogalusa,LA 2021 Hurricane Ida Village of Folsom,LA 2021 Hurricane Ida Town of Madisonville,LA 2021 Ice Storm KYTC 2021 Ice Storm City of Choctaw,OK 2021 Ice Storm Oklahoma City,OK 2021 Disaster Debris Management Projects 1992-2020 Education/Certifications • Bachelor of Arts-Communications,University of Memphis • FEMA IS:035,037, 100, 101,700,Debris Management Planning for State,Tribal,and Local Officials • GHC TS 10:Debris Management&Monitoring RFPs Quiwftkc. DISASTER RESPONSE DIVISION 43 Exhibit "A" Drake Rowland Environmental Manager DrakerAtfrinc.com 601 Leander Drive Leander,Texas 78641 M: (512) 569-4605 Introduction Drake Rowland is the son of the owner Tipton Rowland.He has been working at TFR since he was in high school, spending his summers assisting in any way possible. Drake has first-hand experience from the ground up with all aspects of TFR's work. From assisting our mechanics to running job sites Drake has seen it all. He also graduated from Texas A&M University in 2018 with a bachelor's in mechanical engineering. Since then,he has worked full-time at TFR as the Environmental Manager. In this role he has performed client outreach, ensured TFR compliance with all regulations, and other roles to help TFR run smoothly and grow as a company.Drake has extensive knowledge of the industry and knows what it takes to get the job done efficiently and correctly. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Tornado Hardin County,TN 2023 Tornado City of Jacksonville,AR 2023 Ice Storm City of Leander,TX 2023 Ice Storm City of Cedar Park,TX 2023 Texas Floods Kingsland,Llano Co.,Lee Co.,TXDOT 2018 Hurricane Michael Tyndall Air Force Base,FL 2018 Hurricane Florence Camp Lejeune,NC 2018 Hurricane Florence Brunswick,Sampson,Duplin,Onslow,NCDOT 2018 Hurricane Harvey Victoria,Nueces,and Harris Counties,TXDOT 2017 California Mudslide San Bernardino,CA(USACE) 2017 Hurricane Irma Miami-Dade,FL 2017 Hurricane Matthew District 5,Florida DOT 2016 Louisiana Floods District 03 &61,Louisiana DOT 2016 Texas Floods San Marcos&Wimberly,TX 2015 Education/Certifications • Bachelor of Science-Mechanical Engineering,Texas A&M University • FEMA IS 005, 100,and 200. • USACE:Construction Quality Management for Contractors,#784 • OSHA 40-Hour HAZWOPER Training • CPR Certified oul.Wrft Ips. DISASTER RESPONSE DIVISION 44 Exhibit "A" Jack Anderson Director of Government Relations and Business Development jackAtfrinc.com 601 Leander Drive Leander,Texas 78641 M: (407)760-0758 Introduction Mr.Anderson has extensive experience in government affairs and public policy,having worked in multiple roles within state government. He has served as a public affairs officer, a legislative aide in the Florida House of Representatives,and most recently as the Chief of Staff to a Florida state Senator. Mr.Anderson has in-depth knowledge of the legislative, regulatory, and political processes governing the emergency management industry, and is highly skilled at developing collaborative relationships with government entities. During his tenure in the Florida Legislature,Mr. Anderson was assigned as the legislative liaison to county emergency operations centers during Hurricanes Dorian, Laura, Eta, and Ian, assisting with intergovernmental relations and serving constituents impacted by the storms. Mr. Anderson is responsible for establishing and maintaining strong relationships with state,county,local,and tribal governments across the country to prepare for and respond to natural disasters. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Tornado City of Jacksonville,AR 2023 Ice Storm City of Leander,TX 2023 Ice Storm City of Round Rock,TX 2023 Ice Storm City of Cedar Park,TX 2023 Hurricane Ian Tampa,FL 2022 Hurricane Eta Palm Beach County,FL 2020 Hurricane Laura Palm Beach County,FL 2020 Hurricane Dorian Palm Beach County,FL 2019 Education/Certifications • Bachelor of Science-Psychology,The University of Alabama • FEMA: 8.a, 10.a, 1 La, 15.b, 18.23, 19.23,20.23,21.23,26,27,29.a,35.23,37.23,42.a,45,64.a,66, 75, 100.c, 102.c, 107.23, 11 La, 144.a, 156,200.c,201,212.b,230.e,235.c,240.c,241.c,242.c,244.b, 253.a,271.a,279.a,289,293. 302,315.a,317.a,322,323,324.a,325,326,395,403,559,632.a,633, 650.b,660,815,904,905,906,907,908,909,913.a,914,915,916, 1004, 1150,2200 T.f.R.E00ses,Iic. DISASTER RESPONSE DIVISION 45 Exhibit "A" Kevin Rolison Project Manager KevinAtfrinc.com 601 Leander Drive Leander,Texas 78641 M: (512)944-8766 Introduction Mr.Rolison joined TFR Enterprises, Inc.in 2002 and immediately began taking a very hands-on approach to debris removal operations. He started as a grapple truck operator and is now a seasoned Operations Manager. He has deployed to more than 100 emergency debris removal projects for federal,state,and local government entities. Before joining TFR, Kevin had 10 years of heavy equipment and commercial truck driving experience. In 2004, Mr. Rolison served as project manager on various projects resulting from Hurricanes Charley, Frances, Jeanne, and Ivan in the state of Florida. In 2005 after Hurricane Katrina, Kevin was deployed to Louisiana and worked as a Project Manager for Belle Chase Military Base.In 2006, he deployed immediately to Texas after Hurricane Rita where he continued as a Project Manager,working simultaneously in 6 counties. His strong verbal and written communication skills, leadership skills, experience, and diplomacy quickly promoted him to project Operations Manager. Mr. Rolison's tenure enables him to easily estimate cubic yardage at a historically accurate level,create an operational plan and efficiently execute it for a successful response to complex and diverse debris removal projects caused by natural and manmade disasters. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Tornado City of Jacksonville,AR 2023 Hurricane Ian Lake County,FL 2022 Hurricane Ian FDEP 2022 Ice Storm KYTC 2021 Hurricane Laura Louisiana DOT 2020 Maintenance Contract Montague County,TXDOT 2020 Hurricane Isaias City of Corpus Christi,TX 2020 Hurricane Dorian Beaufort,NC 2019 Hurricane Florence Duplin,Onslow,Pender,Sampson(NCDOT) 2018 Hurricane Irma Florida DOT,District 5 2017 Hurricane Harvey Victoria,TXDOT 2017 Disaster Debris Management Projects 2002-2016 Education/Certifications • FEMA IS: 020,035,230,632,633. • DOT: 101 Safety Compliance Training,Supervisor Training • FLDOT:Maintenance of Traffic(MOT)Advanced Course • USACE: 30 Hour Construction Safety • Texas:Registered Flagger • Level 1 Antiterrorism Awareness Training • Project Management Workshop • 60/60 DOT Supervisor Training TIR.Opriscs,In. DISASTER RESPONSE DIVISION 46 Exhibit "A" Melvin Utterback Project Manager McRtfrinc.com 601 Leander Drive Leander,Texas 78641 M:(606)776-9782 Introduction Melvin Utterback became an integral part of the TFR Team in 2004 when he came on board to assist in the clean-up efforts following Hurricane Ivan.TFR was called upon for immediate support in debris removal and hazardous tree trimming at the Naval Air Station(NAS)Pensacola. Mel proved to be a capable self-loading grapple truck operator,as well as an excellent equipment operator with effective leadership skills. With the specialized skills and teamwork attitude that Mel possesses,he earned a swift promotion to Project Manager for TFR.After Katrina hit the Mississippi-Louisiana coast in 2005,Mel was called to the lead at Gulfport Navy Base and Belle Chase Naval Air station in New Orleans. Conditions at the bases were extremely primitive, Mel and his team slept on the ground for 6 weeks while building a man cap out of a golf course for the military and Seabees.Because of his accurate documentation,strict adherence to Job Safety Analysis,and Zero Defects, Mel is TFR's go-to Senior Project Manager for Federal Contracts and Military installations.Mr.Utterback can successfully lead debris management crews in all operations;debris hauling,ROW emergency push,hazardous tree work,large and multiple debris site management,and grinding operations to load and haul out and final disposal.Mel has successfully managed emergency debris projects for TFR for over 19 years and has had zero recordable injuries throughout his tenure with the company. Mr. Utterback's effective communication skills and experience with critical logistics planning continue to earn him excellent project evaluations of Emergency Debris Management contracts managed under his direction. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Hurricane Ian FDEP 2023 Tornado Fulton County,KY 2022 Winter Storm Marion County,OR 2021 Ice Storm KYTC 2021 Hurricane Zeta Dallas County,ALDOT 2020 Hurricane Laura Louisiana DOT 2020 Hurricane Dorian Carteret,Craven,Jones,Pamlico NCDOT 2019 Hurricane Dorian Town of Beaufort,NC 2019 Hurricane Michael Tyndall Air Force Base,FL 2018 Hurricane Florence Cherry Point Marine Air Base,NC 2018 Hurricane Florence Camp Lejeune US Marine Air Base,NC 2018 Hurricane Irma Plantation&Homestead,FL 2017 Hurricane Irma Miami-Dade,FL 2017 Hurricane Matthew District 5,FLDOT 2016 Severe Ice Storm City of Tulsa,OK 2007 Hurricane Katrina Gulfport,MS Naval Base 2005 Hurricane Katrina New Orleans,LA Belle Chase 2005 Hurricane Ivan Pensacola,FL Navy Base 2004 j'11H.10prises,Inc. DI Sh$TER RESPONSE DIVISION 47 Exhibit "A" Steven Vinyard Project Manager StevenAtfrinc.com 601 Leander Drive Leander,Texas 78641 M: (254)396-2995 Introduction Steven Vinyard joined TFR Enterprises, Inc. in June of 2015 as a field supervisor and his enthusiasm for quality and efficiency quickly led him into the role of Project Manager for emergency debris management. Mr.Vinyard has more than 20 years of hands-on experience with all types of heavy equipment,specialized machinery, and commercial trucks. His experience in operating, repairing, and maintaining all types of equipment is invaluable in managing daily operations of emergency debris removal projects. Steven's positive attitude,willingness to help others,and clear communication skills naturally lead others to reach maximum potential in safety, production, and quality. Mr. Vinyard has participated in the successful management of more than 50 contract task orders responding to a variety of natural disasters such as hurricanes,floods,tornados,and straight-line winds. Mr.Vinyard's experience has allowed him to become proficient in FEMA guidelines on eligibility for the right of way debris removal, hazardous leaners and hangers, stumps, right of entry requirements for private property debris removal and waterway debris removal, exceptions for gated community access as well as locating, permitting, setting up and site remediation for temporary debris management sites. Recent Notable Events&Projects Event Project Year Tornado City of Jacksonville,AR 2023 Ice Storm City of Cedar Park.TX 2023 Ice Storm City of Leander,TX 2023 Ice Storm City of Round Rock,TX 2023 Hurricane Ian Lake County,FL 2022 Ice Storm Hidalgo County,TX 2021 Hurricane Ida City of Bogalusa 2021 Hurricane Ida Village of Folsom 2021 Hurricane Ida Town of Madisonville 2021 Hurricane Laura Louisiana DOT 2020 Hurricane Dorian Carteret,Craven,Jones&Pamlico Counties,NCDOT 2020 Hurricane Michael Donaldsonville,GA 2019 Hurricane Michael Tyndall Air Force Base,FL 2018 Hurricane Florence Camp Lejeune&Cherry Point,NC Military Bases 2018 Texas Floods Lee County,Texas DOT 2018 Hurricane Irma Florida Turnpike,Florida DOT 2017 Hurricane Irma City of Homestead,FL 2017 Hurricane Harvey City of Port Aransas,TX 2017 Disaster Debris Management Projects 2015-2016 Education/Certifications • FEMA IS 035,037,317,and 321. • FLDOT:Temporary Traffic Control(TTC)Advanced Course • USACE:Construction Quality Management for Contractors#784 • Level 1 Antiterrorism Awareness Training • CPR Certified j'T.F.R.barpriscs,IN. ^i Sn SiER RESPONSE Div�SiON 48 Exhibit "A" Juan(Mike)Mejia Service Manager Mike_tfrinc.com 601 Leander Drive Leander,Texas 78641 M:(512)9444327 Introduction Mike Mejia joined TFR Enterprises,Inc in 2008 after Hurricane Ike made landfall in Texas.Mr.Mejia has 15 years of experience performing equipment repairs and maintenance. The specialized fleet owned by TFR requires Mike to have an in-depth knowledge of every type of equipment from Self-Loading Knuckleboom trucks to Diamond Z 1463 Tub Grinders.Mike can design and fabricate any part for any machine in our fleet during emergency debris operations, ensuring minimal to no downtime. Mike leads the maintenance crews both on-site during disaster response and in-house at the TFR Headquarters where the fleet is maintained and repaired when not responding to disasters.Mike also orders all inventory of critical replacement parts for key components as well as shop supplies and specialty tools.He also sets the priorities and schedules of equipment repairs and maintenance for all in-house mechanics.Mike oversees safety and housekeeping in the TFR shop and has successfully managed zero injuries or incidents in the last 5 years. Recent Notable Events&Projects Event Project Year Ice Storm Williamson County,TX 2023 Ice Storm City of Round Rock,TX 2023 Hurricane Ian Florida Southwestern State College 2022 Ice Storm KYTC 2021 Ice Storm City of Corpus Christi 2021 Hurricane Zeta Hancock County,MS 2020 Hurricane Laura City of Beaumont,TX 2020 Hurricane Laura Louisiana DOT 2020 Hurricane Dorian Sampson County,North Carolina DOT 2019 Hurricane Florence Columbus County,NC 2019 Texas Floods Llano County,TX 2018 Texas Floods Kingsland,Llano Co.,Lee Co.,Texas DOT 2018 Hurricane Michael Tyndall Air Force Base,FL 2018 Hurricane Harvey Port Aransas,TX 2017 Hurricane Harvey Victoria,Nueces,and Harris Counties,Texas DOT 2017 Hurricane Irma Plantation&Homestead,FL 2017 Hurricane Irma Miami-Dade,FL 2017 Hurricane Matthew Port St.Lucie,FL 2016 Hurricane Matthew District 5,Florida DOT 2016 Louisiana Floods District 03 &61,Louisiana DOT 2016 Texas Floods San Marcos&Wimberly,TX 2015 Texas Floods University of Texas—Wimberly 2015 Severe Ice Storm City of Norman,OK 2014 Disaster Debris Management Projects 2011-2013 ^j011H.10priscs,Inc. DISASTER RESPONSE DIVISION 49 Exhibit "A" Roger Barfield Fleet Manager/Safety Manager Roger(&tfrinc.com 601 Leander Drive Leander,Texas 78641 M: (407) 868-0568 Introduction Mr.Barfield joined TFR Enterprises,Inc.,in 2016 following successful employment for a Heavy Highway Construction Firm out of Texas. As a safety manager in civil construction, Roger gained valuable knowledge in all aspects of Occupational Health and Safety and Project Supervision.Roger was specifically tasked with implementing road detours, road closures, bridge closures, high traffic maintenance, and direction/diversion of traffic. This experience makes him the TFR expert on ROW safety. Mr. Barfield recruits,trains, and manages all maintenance of traffic crews for TFR Department of Transportation jobs nationwide as well as flaggers on city and county projects. Roger spent several months in deteriorated conditions in Puerto Rico in response to Hurricane Maria devastating the island.He was the safety manager for debris operations for the entire eastern quadrant of the island. His supervision led to a successful zero injury and zero-incident record for that project. Roger has also served as administrator and project supervisor on 4 military bases. His position on other storm recovery contracts includes quality assurance, safety,traffic maintenance,and project superintendent. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Ice Storm City of Round Rock,TX 2023 Hurricane Ian State College of Florida Manatee 2022 Hurricane Ian FDEP 2022 Hurricane Ian Florida Southwestern State College 2022 Tornado City of Pembroke,GA 2022 Tornado Fulton County,KY 2022 Disaster Debris Management Projects 2016-2021 Education/Certifications • Florida Department of Transportation,Approved Temporary Traffic Control(TTC)Advanced Course • FEMA IS:010,011,035,037, 100,660,and 700. • OSHAcademy, Safety Committee Member • OSHAcademy, Safety Committee Chair • OSHAcademy,Occupational Safety and Health Trainer(Train-the-Trainer) • OSHAcademy,Occupational Safety,and Health Supervisor • OSHAcademy,Occupational Safety and Health Specialist • OSHAcademy,Occupational Safety,and Health Professional • OSHAcademy,Construction Safety and Health Manager • OSHAcademy,Construction Site Safety Supervisor • OSHA,30-Hour General Industry Safety and Health • USACE,Debris Level Tow • USACE,2017 Safety Level 2 Assessment • NATMI,Motor Fleet Safety Basics • NATMI,Managing Motor Fleet Safety Programs DISASTER RESPONSE DIVISION 50 Exhibit "A" Sharon Lyell Operations Manager SharonAtfrinc.com 601 Leander Drive Leander,Texas 78641 M: (512)576-3000 Introduction Sharon Lyell has 30 years of experience in successful project management and quality control. As TFR's Operations Manager,Mrs.Lyell is fully committed to the successful operations of all projects by ensuring safe and efficient productivity for every client. She has established detailed quality control procedures and measures for all aspects of performance,which encompasses both office and field operations to ensure that key metrics are met or exceeded.She has successfully overseen field operations and administration of more than one hundred thirty projects during TFR's contract performance over the past 17 years, ensuring subcontractor conformity and project reimbursement documentation compliance for FEMA funding. She builds and maintains excellent working relationships with hundreds of qualified debris hauling and hazardous tree removal subcontractors nationwide.Sharon ensures that subcontractors are trained annually on TFR's procedures and FEMA eligibility,guidelines,and policies. Sharon has the authority to stop work for quality issues &/or non-compliance. Sharon has extensive training and experience in quality control, quality assurance, zero defects, and process improvements. This experience has proven invaluable in assuring full compliance with Public Assistance Program and Policies throughout Emergency Debris Removal Contract performance. Sharon continually reviews FEMA policies and stays abreast of changes to policies to ensure complete satisfaction and 100%eligible funding for applicants. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tornado City of Hopkinsville,KY 2023 Tornado Hardin County,TN 2023 Tornado City of Jacksonville,AR 2023 Ice Storm City of Cedar Park,TX 2023 Ice Storm City of Round Rock,TX 2023 Hurricane Ian FDEP 2022 Hurricane Ian City of Lake Mary,FL 2022 Hurricane Ian Lake County,FL 2022 Tornado City of Pembroke,GA 2022 Tornado Fulton County,KY 2022 Disaster Debris Management Projects 2006-2021 Education/Certifications • FEMA IS:037,Debris Management Planning for State,Tribal&Local Officials • FEMA IS:037.19 Managerial Health&Safety • USACE:Construction Quality Management for Contractors#784 • DOT:Required Safety Management Controls&Federal Motor Carrier Safety Admin Compliance • Joint Chiefs of Staff-Level 1 Antiterrorism Awareness Training • Project Management Workshop • CPR Certified 0j"'11H.Enterprises,Inc. DISASTER RESPONSE DIVISION 51 Exhibit "A" Tiffany Jean Contract Manager Tiffany-Atfiinc.com 601 Leander Drive Leander,Texas 78641 M: (512)565-0710 Introduction Tiffany Jean joined TFR Enterprises, Inc after graduating from Texas A&M University in 2007. She has more than 16 years of Contract Management experience where her attention to detail and responsiveness is extraordinary and her value within the organization is unparalleled. Mrs. Jean handles all contract documentation, and all city, county, and state registrations throughout the United States. Tiffany ensures field documentation on debris removal projects follows contract requirements and the Quality Control Plan for FEMA reimbursement. She stays abreast of FEMA changes in policy while maintaining excellent ongoing relationships with all TFR's clients. This experience has proven invaluable in complying with federal regulations required by Emergency Debris Removal contract performance and documentation to receive FEMA reimbursements. Recent Notable Events&Projects Event Project Year Windstorm City of Topeka,KS 2023 Tomado City of Hopkinsville,KY 2023 Tomado Hardin County,TN 2023 Tornado City of Jacksonville,AR 2023 Tornado Hale County,AL 2023 Ice Storm City of Cedar Park,TX 2023 Ice Storm City of Leander,TX 2023 Ice Storm City of Round Rock,TX 2023 Hurricane Ian FDEP 2022 Hurricane Ian Lake County,FL 2022 Hurricane Ian City of Lake Mary,FL 2022 Hurricane Ian Florida Southwestern State College 2022 Hurricane Ian State College of Florida Manatee 2022 Tomado City of Pembroke,GA 2022 Tornado Fulton County,KY 2022 Emergency Debris Management Projects 2007-2021 Education/Certifications • Bachelor of Arts-History,Texas A&M University • FEMA IS: 001,005,035, 100,200,800,906,907,and 909. • USACE:Construction Quality Management for Contractors,#784 • Project Management Workshop • DOT Compliance Workshops:Audit Survival,Driver Qualification Files,Hours of Service, Maintenance Management,Accident Reporting,Supervisor Drug and Alcohol • GHC TS 10:Debris Management • CPR Certified QT.F].WrftkL DISASTER RESPONSE DIVISION 52 Exhibit "A" Sally Wallace Human Resources/Driver Compliance sallynd,tfrinc.com 601 Leander Drive Leander,Texas 78641 M: (512)931-9031 Introduction Sally Wallace joined TFR Enterprises, Inc. in February of 2018. She has over 20 years of experience in Accounting, HR, and Payroll serving as both a Full Charge Bookkeeper and Office Manager. She has experience in certified payroll for multiple jobs and has effectively handled an increase in employee count from 18 employees to 160 employees in less than two weeks when disasters strike. Sally also participates in continuing education classes to remain in compliance with DOT regulations for onboarding of CDL drivers and assists our fleet department and project management to ensure employee training and documentation of training is current. Notable Events&Projects Event Project Year Hurricane Ida City of Bogalusa,LA 2021 Hurricane Ida Village of Folsom,LA 2021 Severe Weather TXDOT-Kingsland 2021 Ice Storm KYTC 2021 Ice Storm City of Corpus Christi,TX 2021 Ice Storm City of Oklahoma City,OK 2021 Ice Storm City of Enid,OK 2020 Ice Storm City of Blanchard,OK 2020 Hurricane Sally City of Robertsdale,AL 2020 Hurricane Zeta Hancock County,MS 2020 Ice Storm City of Norman,OK 2020 Hurricane Zeta City of Citronelle,AL 2020 Hurricane Zeta Dallas County,Alabama DOT 2020 Hurricane Beta City of Beaumont,TX 2020 Hurricane Laura Rapides Parish,LA 2020 Hurricane Laura City of Rustin,LA 2020 Hurricane Laura Louisiana DOT 2020 Hurricane Harvey City of Ingleside,TX 2019 Tropical Storm Imelda City of Beaumont,TX 2019 Hurricane Dorian Beaufort County,NC 2019 Hurricane Dorian Duplin,Onslow,Pender,Sampson Counties,NCDOT 2019 ROW Trimming Marshall,Texas DOT 2019 ROW Debris Removal Bastrop,TX 2019 Hurricane Michael Donaldsonville,TX 2019 Texas Floods Llano County,TX 2018 Texas Floods Kingsland,Llano Co.,Lee Co.,Texas DOT 2018 Hurricane Michael Tyndall Air Force Base,FL 2018 Hurricane Florence Camp Lejeune&Cherry Point,NC 2018 Hurricane Florence Brunswick,Sampson,Duplin,Onslow,NCDOT 2018 Education/Certifications • Bachelor of Management,University of Phoenix • Mastering QuickBooks,Level 1 • CPR Certified i.H.loprises,Inc. DISASTER RESPONSE DIVISION 53 Exhibit "A" Thayne Tipton Contract Administrator thayne(atfrinc.com 601 Leander Drive Leander,Texas 78641 M: (361)401-0657 Introduction Since joining TFR Enterprises in August 2023, Ms. Tipton has worked alongside our Contract Manager, Tiffany Jean. Thayne has been responsible for organizing and documenting contract information and plays an active role in the review and assembly of proposal submissions. With a background in Information Technology and Database Management, Thayne carefully updates records while maintaining supporting documentation and comprehensive knowledge of current projects. She continually reviews FEMA policies and reimbursement procedures to ensure compliance with the Public Assistance Program and Policy Guide. Recent Notable Events&Projects Event Project Year Hurricane Idalia Hamilton County,FL 2023 Hurricane Idalia Dixie County,FL 2023 Hurricane Idalia Madison County,FL 2023 Hurricane Idalia Suwannee County,FL 2023 Education/Certifications • Bachelor of Arts-English,Texas A&M University • Technical Writing Certificate,Texas A&M University 2021 • FEMA IS: 5, 8, 10, 11, 15, 18, 19,21,26,27,29, 30,31,32, 35,36,37,42,45,66,75, 100, 102, 103,200,230 • CPR Certified DISASTER RESPONSE DIVISION 54 Exhibit "A" Key Personnel Training and Certifications TFR's disaster response team includes a variety of skills and certifications including NIMS Certification, Safety Certifications(OSHA), Quality Control,and Environmental Certifications. Course ID Description Course ID Description IS-00001 Emergency Manager IS-00200.0 Basic Incident Command System IS-00005 Intro to Hazardous Materials IS-00201 Forms for Incident Action Plan IS-00010 Animals in Disaster IS-00212 Introduction to Unified Hazard Mitigation IS-00011 Animals in Disaster IS-00215 Unified Federal Review Advisor Training IS-00015 Contingency Planning for Public Safe IS-00216 Overview of the Unified Federal Review IS-0018 EEO Employee Course IS-00230 Fundamentals of Emergency Mgmt. IS-0019 EEO Supervisor IS-00235 Emergency Planning IS-00020 Diversity Awareness IS-00240 Leadership and Influence IS-00021 Civil Rights&FEMA Assistance IS-00241 Decision Making and Problem-Solving IS-0027 Orientation to FEMA Logistics IS-00242 Effective Communication IS-00029 Public Information Officer Awareness IS-00244 Developing and Managing Volunteers IS-0030 Mitigation E-Grants for the Sub ant IS-00245 Federal Priorities and Allocations IS-00035 FEMA Safety Orientation IS-00253 Overview of FEMA Environmental/Historical IS-00037 Managerial Safety&Health IS-00271 Hazardous Weather&Community Risk IS-0042 Social Media in Emergency Management IS-00279 Flood-Prone Residential Buildings IS-0045 Continuous Improvement C Overview IS-00289 Voluntary Agency Liaison IS-0060 GEOCONOPS for Planners IS-00293 Mission Assignment Overview IS-00061 Geos atial Concept of Operations IS-00302 Emergency Radiological Response IS-0062 GEOCONOPS In Use IS-00315 Incident Command System IS-0063 Geos anal Information Infrastructure IS-00317 Intro to CERT IS-0064 DHS Common Operating Picture IS-00321 Hurricane Mitigation Basics IS-0066 Space Weather Events IS-00322 Flood Mitigation Basics IS-0075 Military Resources in Emergency IS-00323 Earthquake Mitianon Basics IS-00100 Incident Command System IS-00324 Community Hurricane Preparedness IS-00101 Preparing for Disaster Operations IS-00325 Earthquake Basic Science Risk IS-00102 Preparing for Disaster Operations IS-00326 Community Tsunami Preparedness IS-00103 Geos atial Information Systems IS-00559 Local Damage Assessment IS-00107 FEMA Travel Rules and Regulations IS-00632 Intro to Debris Operations IS-00120 An Introduction to Exercises IS-00633 Debris Management IS-00130 How to be an Exercise Evaluator IS-00650 Building Partnerships with Tribal IS-00144 TERT Basic Course IS-00660 Intro to Public-Private Partnerships IS-00156 Building Design for Homeland Security IS-00700 Intro to National Response Partners IS-00158 Hazard Mitigation Flood Insurance IS-00700.B Introduction to the NIMS IS-00162 Hazard Mitigation Floodplain Mgmt. IS-00703 NIMS Resource Management IS-00200 Single Resources&Initial Action IS-00706 NIMS Mutual Aid �T.F.R.6s,IAC. DISASTER RESPONSE DIVISION 55 Exhibit "A" IS-00727 Floodplain Management Fred Prior Project Mgmt.Workshop IS-00772 IA Preliminary Damage JKO Antiterrorism Awareness Training IS-00800 National Response Framework NATMI Motor Fleet Safety Basics IS-00815 A-B-C of Temporary Power NATMI Managing Motor Fleet Safety IS-00904 Active Shooter Prevention Online Registered Flagger IS-00905 Responding to Active Shooter OSHA 30 Hour Hazwo er IS-00906 Basic Workplace Security OSHA 30-Hour General Safety&Health IS-00907 Active Shooter OSHA 30 Hour Outreach IS-00908 Emergency Mgmt.for Senior Officials OSHA 40 Hour Hazwo er IS-00909 Community Preparedness OSHA Construction Industry Trainers IS-00913 Critical Infrastructure Security OSHA Construction Safety IS-00915 Protecting Critical Infrastructure OSHA Construction Safety Manager IS-00916 Theft and Diversion OSHA Construction Safety Professional IS-01000 Public Assistance Program OSHA Construction Safety Specialist IS-01001 Delivery Model Orientation OSHA Occupations Safety IS-1004 FEMA Site Inspection Process OSHA Occupational Safety IS-1013 Costing OSHA Occupational Safety Manager IS-1150 Human Trafficking OSHA Occu ational Safety Professional IS-2200 Basic Emergency Operations Center OSHA Occupational Safety Specialist ATEM CPR,AED,&First Aid OSHA Occupational Safety Supervisor ATSSA Certified Flagger OSHA Occupational Safety Trainer DOT 101 Safety Compliance Training OSHA OSHA Standards DOT 60/60 Supervisor Training OSHA Safety Committee Chair DOT Compliance Overview and Audit Survival OSHA Safety Committee Member DOT Compliance Driver Qualification Texas Mutual Award of Safety Excellence DOT Compliance Supervisor Drug&Alcohol Training TS 10 Debris Management DOT Compliance Maintenance Management Workshop TS 12 Evaluating Debris Management RFP's DOT Compliance Accident Reporting USACE Construction Safety DOT Compliance Hours of Service USACE Debris Level Two DOT Compliance Required Safety Management USACEuali Management FEMA Debris Management PlanningUSACE Safe Level Two FLDOT Maintenance of Traffic Advanced FLDOT Temporary Traffic Control General Contractor license in the following states: Alabama Arkansas California Florida Louisiana Mississippi Tennessee DISASTER RESPONSE DIVISION 56 Exhibit "A" Financial Stability Since the company's incorporation in 1989, TFR Financial Stability Overview has completed over 450+ federally funded debris removal contracts in its 34-year history. From a 0 Bonding capacity$400,000,000.00 dedicated owner to experienced staff, TFR offers R1 Line-of-credit to fund multiple projects not only the knowledge to perform any size job,but in multiple locations. also the financial flexibility to complete multiple ® Completed every project it was tasked large-scale projects simultaneously. This was to execute and has never been exemplified during the 2023 storm seasons in which terminated for default. TFR performed 22 debris missions across 9 states ® Never filed for bankruptcy and has totaling more than $65 Million in revenue and never been involved in any liens or 3,500,000 cubic yards of debris. litigation involving financial performance or subcontractor non- With such large-scale performance across an payment. enormous geographical area,a company must retain the financial flexibility and strength to pay subcontractors, suppliers, and employees on time, every week. Contact Information "TFR Enterprises Inc. as well as the principle's Banking: Tipton and Julie Rowland,have been an excellent Prosperity Bank customer of the bank for over 18 years. Currently, Travis Freeman,Regional President TFR Enterprises Inc. has a $5,000,000.00 25661I-45 Revolving Line of Credit that is unfunded, and The Woodlands,TX 77380 they keep considerable deposits with Prosperity P: (281)292-6691 Bank The Rowland's have always performed as agreed and are a pleasure to work with."— Travis Freeman,Prosperity Bank Regional President Bonding: Toby Miclette For additional information on TFR's financial Bowen,Miclette&Britt Insurance Agency capabilities, please feel free to contact Toby 2800 North Loop West Miclette or Travis Freeman. Contact information is Suite 1100 listed for your convenience and audited financial Houston,TX 77092 statements are available upon request. P: (713) 880-7109 Insurance: Higginbotham Insurance Erin Woodard, Senior Account Manager 1221 S. Mopac Expressway Suite 160 Austin,TX 78746 P: (512)583-1543 j'T.F.I.Wft,kC. DISASTER RESPONSE PIVI 1ION 57