Loading...
HomeMy WebLinkAboutThompson Consulting Services, LLC - Disaster Debris Monitoring 2023 11 29AGREEMENT FOR DISASTER DEBRIS MONITORING SERVICES THIS AGREEMENT (“Agreement”) is made this 29th day of November, 2023, by and between the CITY OF WINTER SPRINGS, located at 1126 East State Road 434, Winter Springs, Florida, 32708 (“City”), and THOMPSON CONSULTING SERVICES, LLC, a Foreign Limited Liability Company authorized to conduct business in the state of Florida, located at 2601 Maitland Center Parkway, Maitland, Florida 32751 (“Contractor”) (collectively, “Parties”). RECITALS: WHEREAS, the City desires to retain the Contractor for the work identified in the bid and/or proposal specifications outlined in the Request for Proposal for Disaster Debris Monitoring Services RFP No. 06-23-02 BI (“Debris Monitoring Services” or “Services”); and WHEREAS, the City desires to retain Contractor to provide Debris Monitoring Services, as subsequently set out in Task Orders to be issued under this Agreement; and WHEREAS, the Contractor is willing to provide such Debris Monitoring Services to the City under the terms and conditions stated herein; and WHEREAS, the Contractor hereby warrants and represents to the City that it is competent and otherwise able to provide professional and high quality services to the City; and WHEREAS, all City-promulgated bid documents pertaining to Debris Monitoring Services and all submissions of the Contractor in the proposal submitted to the City are hereby incorporated herein to the extent not inconsistent with the terms and conditions set forth herein; and WHEREAS, the City desires to retain the Contractor to provide all labor, materials, equipment, facilities, and services in accordance with the guidelines provided in the bid documents; and NOW THEREFORE, in consideration of the mutual promises set forth in this Agreement, it is agreed by and between City and Contractor as follows: SECTION ONE NATURE OF WORK Contractor will provide services related to debris removal monitoring, as described in the City’s RFP No. 06-23-02 BI, which is attached hereto as Exhibit “A” and incorporated herein by this reference, and in the Contractor’s Response to RFP No. 06-23-02 BI, which is attached hereto as Exhibit “B” and incorporated herein by this reference, generally referred to as “Services” herein. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 1 of 25 Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 2 of 25 Unless otherwise provided herein, Contractor shall furnish all tools, equipment, and manpower to complete the work required by this Agreement. The Contractor warrants that it holds any and all necessary licenses required to conduct the work required by this Agreement and agrees to maintain said licenses in good standing during the term of this Agreement, including a City of Winter Springs Business Tax Receipt (unless Contractor is otherwise exempt from the payment of the City’s business taxes). Contractor shall immediately notify City in the event of a loss, suspension, or termination of any license required to perform the Services set forth in this Agreement. Contractor acknowledges that it has performed due diligence investigation prior to the execution of this Agreement and has satisfied itself as to the conditions affecting the Services to be provided including but not limited to, the availability of materials and labor, the cost thereof, the requirements to obtain necessary insurance as set forth herein, and the steps necessary to complete the Services. Contractor warrants unto the City that it has the competence and abilities to complete the Services carefully and faithfully. Contractor will perform the Services with due and reasonable diligence consistent with sound professional practices. Contractor shall ensure compliance with all applicable safety standards and with all federal, state, and local regulations related to the Services. The City reserves the right, at its discretion, to perform any services related to this Agreement or to retain the services of other debris monitoring companies to provide professional services. Further, the City does not guarantee that any Work will be assigned to Contractor under this Agreement. The Contractor acknowledges that the Contractor shall stand by and remain inactive for much of the duration of this Agreement and may only be called to active duty when a debris- generating event occurs. Services will be activated only in the event of an emergency and services will be activated through a Task Order issued by the City. The City reserves the right to assign or contract for professional services with any party at its sole discretion. No provision of this Agreement shall be construed to require the City to assign any Work or task to Contractor under this Agreement. SECTION TWO PLACE OF WORK Contractor agrees to come to such locations as reasonably designated by the City to perform the Services as necessary. The address of such places designated by the City for service shall be provided in the Task Orders entered into pursuant to this Agreement. Contractor shall be responsible for coordinating access to the location where Services will be performed and for coordinating all necessary meeting, set-up, staging, or workstation space with City’s representative. Contractor shall additionally follow all security protocols deemed necessary by the City as determined by the City’s sole discretion. As part of the Services, Contractor will be responsible for safekeeping all keys, access codes, combinations, access cards, personal identification numbers, passwords, and similar security codes and identifiers issued to Contractor’s employees, agents, or subcontractors, as applicable. Contractor agrees to require its employees to promptly report a lost or stolen access device or information. City or its affiliates shall at all times have the right to review or observe the Services performed by Contractor. No inspection, review, or observation shall relieve Contractor of its responsibility under this Agreement. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 3 of 25 SECTION THREE TIME DEVOTED TO WORK In the performance of Services, the services and number of hours Contractor is to work on any given day will be entirely within Contractor’s control and professional judgment, and City will rely upon Contractor to exercise sound professional judgment and to devote such time, as is reasonably necessary, to fulfill the intent and purpose of this Agreement. In preparation for an imminent hurricane strike, or other natural disaster, monitoring crews may stage outside the strike area. Contractor should be prepared to respond immediately after tropical sustained winds have receded to below 40 miles per hour in Seminole County, Florida. Contractor shall be expected to assemble, direct, and manage a workforce that can complete the debris monitoring operations in a maximum of 120 calendar days. Contractor shall meet the accelerated debris removal timeframes outlined by FEMA in the Sandy Recovery Improvement Act whenever possible. All work furnished by Contractor hereunder shall conform to all applicable high quality professional standards of diligence, care, and practice which are in effect at the time the work is performed. Contractor shall complete all Services in a timely manner and will keep City apprised of the status of work as reasonably requested by the City. Should Contractor fall behind on an established schedule, it shall employ such resources as necessary to adhere to the schedule. No extension for completion of Services shall be granted to Contractor without City’s prior written consent. Time is of the essence in the performance of this Agreement and any Task Order hereunder. SECTION FOUR PAYMENT Contractor shall be compensated as set forth in individual Task Orders issued pursuant to this Agreement. Payments shall be due and payable as provided by the Florida Local Government Prompt Payment Act s. 218.70 et. seq., Florida Statutes. All services provided to the City must be described upon the Contractor’s invoice with sufficient clarity for the City to easily identify and confirm the Services having been provided. All invoice entries shall clearly indicate the type of Service being rendered, identify the Contractor employee who rendered such service, and note the appropriate charge and hourly rate if applicable. The City may make changes to the Services at any time by giving written notice to the Contractor. If, upon the request of the City, Contractor agrees to perform additional Services hereunder, the City shall compensate Contractor for the performance of such additional Services an additional amount (in addition to all other amounts payable under this Agreement) based on a mutually agreed upon Addendum to this Agreement executed in writing by the parties providing for such additional fees and services. The City shall not be responsible for the payment of any additional services provided by Contractor unless the description of such services has been set forth in the aforementioned Addendum and the Addendum has been approved by the City Council or City Manager in accordance with the City’s purchasing policies and procedures. Contractor shall not Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 4 of 25 invoice the City or seek any compensation from the City to correct or revise any errors or deficiencies in Services provided under this Agreement. To the extent Contractor owes the City any money under this or any other Agreement with the City, the City shall have the right to withhold payment and otherwise back charge Contractor for any money owed to City by Contractor. The City's payment of any invoice under this Agreement shall not be construed or operate as a waiver of any rights under this Agreement or any cause of action arising out of the performance of this Agreement, and the Contractor shall remain liable to the City in accordance with applicable law for all damages to the City caused by the Contractor’s performance of any Services provided under this Agreement. SECTION FIVE TERM The Term shall commence upon the parties’ execution of the Agreement (“Effective Date”). The initial term of this Agreement shall be for three (3) years with the option to extend for two (1) additional one-year periods. The City’s City Manager may exercise a renewal option, subject to Contractor’s agreement to the renewal, by providing the Contractor with at least sixty (60) days’ written notice in advance of the anniversary of the Effective Date. Renewals shall be made upon mutual agreement of the Parties and upon the same terms described herein. SECTION SIX STATUS OF CONTRACTOR This Agreement calls for the performance of the Services of Contractor as an independent contractor. Neither Contractor, nor its assigns, nor its successors, shall be considered employees, officers, or agents of the City in any capacity. Contractor shall not be entitled to any benefits which would otherwise apply to City employees. SECTION SEVEN INDEMNIFICATION Contractor shall protect, defend, indemnify and hold harmless, the City, its employees, agents, elected or appointed officials, and representatives from any and all claims, losses, suits, costs, expenses, fines, penalties, deficiencies, damages, obligations, and liabilities, including all reasonable attorney’s fees and court costs through all appeals, for which City, its employees, agents, elected or appointed officials, and representatives can or may be held liable as a result of injury to persons (including death) or damage to property occurring by reason of any negligent acts, errors, omissions, or willful misconduct of Contractor, its employees, or agents, arising out of or connected with this Agreement; or which arise out of any inaccurate representation made by the Contractor, its employees or agents; or any breach of this Agreement by Contractor, its employees or agents, except to the extent of negligence, wrongful acts or omissions of the City or its agents, elected or appointed officials, employees, or representatives. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 5 of 25 For purposes of this indemnification only, Contractor shall indemnify the City for claims made by the employees of Contractor, and Contractor hereby waives its entitlement, if any, to immunity under Section 440.011, Florida Statutes. This waiver has been specifically and mutually negotiated by the parties. Contractor shall further protect, defend, indemnify and hold harmless, the City, its employees, agents, elected or appointed officials, and representatives from any and all claims and liabilities, whether rightful or otherwise, alleging that the work furnished by the Contractor hereunder, or any part thereof, constitutes an infringement of any patent, copyright, trademark or other intellectual property right of the United States. Contractor shall pay all damages and costs awarded against the City in connection with any such infringement, copyright, trademark, or other intellectual property rights claims. This indemnification paragraph shall survive the termination of this Agreement. SECTION EIGHT TERMINATION The City may terminate this Agreement for any reason, with or without cause and without penalty, by giving the Contractor sixty (60) days advance written notice of the termination of this Agreement. In the event of any termination without cause pursuant to the preceding sentence, City shall continue to be responsible for the payment of any outstanding undisputed invoices delivered to the City prior to the date of termination. In addition, should Contractor materially breach this Agreement and should such breach not be cured within fifteen (15) days of receiving written notice of such breach by the City, the City shall be entitled to terminate this Agreement immediately and Contractor shall refund the City any pre-paid fees for Services not delivered to the City’s satisfaction by Contractor. Upon receipt of a notice for any termination of this Agreement and any Work Order hereunder, the Parties shall cooperate with each other and use all commercially reasonable efforts to affect a smooth transition process. SECTION NINE PUBLIC RECORDS A. Pursuant to Section 119.0701, Florida Statutes, and other applicable public records laws (collectively, the “Public Records Laws”), Contractor agrees that any records, documents, transactions, writings, papers, letters, computerized information and programs, maps, books, audio or video tapes, films, photographs, data processing software, writings or other material(s), regardless of the physical form, characteristics, or means of transmission, of Contractor related, directly or indirectly, to the services provided to the City under this Agreement and made or received pursuant to law or ordinance or in connection with the transaction of official business by the City, may be deemed to be a public record under and pursuant to the Public Records Laws, whether in the possession or control of the City or the Contractor. If and to the extent said records, documents, transactions, writings, papers, letters, computerized information and programs, maps, Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 6 of 25 books, audio or video tapes, films, photographs, data processing software, writings or other material(s), regardless of the physical form, characteristics, or means of transmission of Contractor are subject to the provisions of Chapter 119, Florida Statutes, or other Public Records Laws (records subject to the Public Records Laws are herein referred to as “public records”), they may not be destroyed without the specific written approval of the City’s designated custodian of public records. All books, cards, registers, receipts, documents, and other papers in connection with this Agreement shall at any and all reasonable times during the normal working hours of the Contractor be open and freely exhibited to the City for the purpose of examination and/or audit. Notwithstanding anything herein to the contrary, the parties agree to maintain the confidentiality of any and all records or documents from third party disclosure that are deemed confidential and/or exempt from public records disclosure pursuant to federal or state law, including, but not limited to, under the Health Insurance Portability and Accountability Act of 1996 and related HIPAA Privacy Rules. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE CITY CLERK, AT (407) 327-5999, cityclerkdepartment@winterspringsfl.org, 1126 East State Road 434, Winter Springs, Florida, 32708. Contractor is required to and agrees to comply with public records laws. Contractor shall keep and maintain all public records required by the City to perform the services as agreed to herein. Contractor shall provide the City, upon request from the City Clerk, with copies of the requested public records or allow the public records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided by law. Contractor shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. Upon completion of the Agreement, Contractor shall transfer to the City, at no cost, copies of all public records in possession of the Contractor, provided the transfer is requested in writing by the City Clerk. Upon such transfer, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. However, if the City Clerk does not request that copies of the public records be transferred, the Contractor shall continue to keep and maintain the public records upon completion of the Agreement and shall meet all applicable requirements for retaining public records. All public records stored electronically must be provided to the City, upon request from the City Clerk, in a format that is compatible with the information technology systems of the City. Should the City not possess public records relating to this Agreement which are requested to be inspected or copied by the City or any other person, the City shall immediately notify Contractor of the request and the Contractor shall then provide such public records to the City or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with a public records request, the City may enforce this Section to the extent permitted by law. Contractor acknowledges that if the Contractor does not provide the public records to the City Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 7 of 25 within a reasonable time, the Contractor may be subject to penalties under Section 119.10, Florida Statutes. The Contractor acknowledges that if a civil action is filed against the Contractor to compel production of public records relating to this Agreement, the court may assess and award against Contractor the reasonable costs of enforcement, including reasonable attorney fees. All public records in connection with this Agreement shall, at any and all reasonable times during the normal business hours of the Contractor, be open and freely exhibited to the City for the purpose of examination, audit, or otherwise. Failure by Contractor to grant such public access and comply with public records laws and/or requests shall be grounds for immediate unilateral cancellation of this Agreement by the City upon delivery of a written notice of cancellation. If the Contractor fails to comply with this Section, and the City must enforce this Section, or the City suffers a third- party award of attorney’s fees and/or damages for violating Chapter 119, Florida Statutes, due to Contractor’s failure to comply with this Section, the City shall collect from Contractor prevailing party attorney’s fees and costs, and any damages incurred by the City, for enforcing this Section against Contractor. And, if applicable, the City shall also be entitled to reimbursement of all attorneys’ fees and damages which the City had to pay a third party because of the Contractor’s failure to comply with this Section. The terms and conditions set forth in this Section shall survive the termination of this Agreement. B. All documents, including but not limited to, drawings, specifications and data or programs stored electronically or otherwise, prepared by the Contractor and its independent contractors and associates pursuant to this Agreement or related exclusively to the Services described herein shall be owned by the City and may be reused by the City for any reason or purpose at any time. However, the City agrees that the aforesaid documents are not intended or represented to be suitable for reuse by the City or others on any undertaking other than the Work outlined in this Agreement. Any reuse for an undertaking other than for the Work without verification or adaptation by the Contractor, or its independent contractors and associates, if necessary, to specific purposes intended will be at the City’s sole risk and without liability or legal exposure to the Contractor. C. The City and the Contractor agree that upon payment of fees due to the Contractor by the City for a particular design, report, inventory list, compilation, drawing, specification, model, recommendation, schedule, or otherwise, said design, report, inventory list, compilation, drawing, specification, technical data, recommendation, model, schedule, and other instrument produced by the Contractor, as applicable, in the performance of this Agreement, or any Work hereunder, shall be the sole property of the City, and the City is vested with all rights therein. The Contractor waives all rights of copyright in said design, report, inventory list, compilation, drawing, specification, technical data, recommendation, model, schedule, and other instrument produced by the Contractor in the performance of this Agreement, and hereby assigns and conveys the same to the City whether in the possession or control of the Contractor or not. D. Notwithstanding any provisions to the contrary contained in this Agreement, the Contractor shall retain sole ownership to its preexisting information not produced and paid for by the City under this Agreement including, but not limited to, computer programs, software, standard details, figures, templates, and specifications. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 8 of 25 SECTION TEN INSURANCE During the term of this Agreement, Contractor shall be responsible for providing the types of insurance and limits of liability as set forth under this Paragraph. The insurance policies provided hereunder by Contractor shall also include coverage with respect to services performed by all agents and independent contractors employed by Contractor to perform any Work hereunder. A. The Contractor shall maintain comprehensive general liability insurance in the minimum amount of $1,000,000 as the combined single limit for each occurrence and $2,000,000 general aggregate with a deductible not less than $5,000 unless otherwise approved in writing by the City Manager to protect the Contractor from claims of property damages which may arise from any Work performed under this Agreement whether such Work are performed by the Contractor or by anyone directly employed by or contracting with the Contractor. B. The Contractor shall maintain comprehensive automobile liability insurance in the minimum amount of $1,000,000 combined single limit bodily injury and minimum $1,000,000 property damage as the combined single limit for each occurrence to protect the Contractor from claims for damages for bodily injury, including wrongful death, as well as from claims from property damage, which may arise from the ownership, use, or maintenance of owned and non- owned automobiles, including rented automobiles whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor. C. The Contractor shall maintain, during the life of this Agreement, adequate Workers’ Compensation Insurance in at least such amounts as are required by law and Employer’s Liability Insurance in the minimum amount of $1,000,000 for all of its employees performing Work for the Client pursuant to this Agreement. D. The Contractor shall maintain Umbrella Excess Liability Insurance with a limit of no less than one million dollars ($1,000,000) minimum per occurrence during the life of this Agreement. E. During the term of this Agreement, the Contractor shall carry Professional Liability Insurance which will cover liability for any damage or non-performance on account of any error, omission, or other provable negligence caused by the Contractor. The amount of insurance shall not be less than one million dollars ($1,000,000) per occurrence and aggregate. All required insurance must be from insurance carriers that have a rating of “A” or better and a financial size category of “VII” or higher according to the A.M. Best Company (or equivalent rating and rating service as reasonably determined by the City Manager). Current, valid insurance policies meeting the requirements herein identified shall be maintained during the term of this Agreement. A copy of a current Certificate of Insurance shall be provided to the City by Contractor upon the Effective Date of this Agreement which satisfies the insurance requirements of this Section. Renewal certificates shall be sent to the City at the time of any expiration. There shall also be a 30-day advance written notification to the City in the event of cancellation or material Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 9 of 25 modification of any stipulated insurance coverage. The City shall be an additional insured on all stipulated insurance policies as its interest may appear, from time to time, excluding worker’s compensation and professional liability policies. SECTION ELEVEN NOTICE Any and all notices required or permitted under this Agreement shall be in writing and shall be sufficient in all respects if (i) delivered personally, (ii) mailed by registered or certified mail, return receipt requested and postage prepaid, or (iii) sent via a nationally recognized overnight courier service to the following: For CITY: City of Winter Springs Attn: City Manager 1126 East State Road 434 Winter Springs, FL 32708 For CONTRACTOR: [INSERT NAME] [INSERT ADDRESS] Att’n: _________________________________ Any Notice given as provided herein shall be deemed received as follows: if delivered by personal service, on the date so delivered; if delivered to an overnight courier service, on the business day immediately following delivery to such service; and if mailed, on the third business day after mailing. SECTION TWELVE E-VERIFY A. Pursuant to section 448.095, Florida Statutes, Contractor shall register with and use the U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all employees hired on and after January 1, 2021. B. Subcontractors: (i) Contractor shall also require all subcontractors performing work under this Agreement to use the E-Verify system for any employees they may hire during the term of this Agreement. (ii) Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, as defined in section 448.095, Florida Statutes. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 10 of 25 (iii) Contractor shall provide a copy of all subcontractor affidavits to the City upon receipt and shall maintain a copy for the duration of the Agreement. C. Contractor must provide evidence of compliance with section 448.095, Florida Statutes. Evidence shall consist of an affidavit from the Contractor stating all employees hired on and after January 1, 2021, have had their work authorization status verified through the E-Verify system and a copy of their proof of registration in the E-Verify system. D. Failure to comply with this provision is a material breach of the Agreement, and shall result in the immediate termination of the Agreement without penalty to the City. To the extent provided by Florida law, Contractor shall be liable for any additional costs incurred by the City as a result of the termination of the Agreement. Nothing in this section may be construed to allow intentional discrimination of any class of persons protected by law. SECTION THIRTEEN ATTORNEY FEES In the event of any action arising under this Agreement, whether or not a lawsuit or other proceeding is filed, each party shall bear its own costs and expenses of such action including, but not limited to, reasonable attorney’s fees incurred in any way in connection with the matter, whether incurred before litigation, during litigation, during appeal, or in connection with enforcement of a judgment, including, but not limited to, attorneys’ and experts’ fees. This shall include fees and costs incurred in litigating entitlement to attorneys’ fees and costs, as well as in determining or quantifying the amount of recoverable attorneys’ fees and costs. The reasonable costs shall include costs that are taxable under any applicable statute, rule or guideline, as well as non-taxable costs, including but not limited to, costs of investigation, copying costs, electronic discovery costs, telephone charges, mailing and delivery charges, information technology support charges, consultant and expert witness fees, travel expenses, court reporter fees, and mediator fees, regardless of whether such costs are otherwise taxable. SECTION FOURTEEN VENUE This Agreement is made and shall be interpreted, construed, governed, and enforced in accordance with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole County, Florida. Venue for any federal action or litigation shall be in the Middle District of Florida, Orlando Division. SECTION FIFTEEN SEVERABILITY Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 11 of 25 Should any term or provision of this Agreement be held, to any extent, invalid or unenforceable, as against any person, entity, or circumstance during the term hereof, by force of any statute, law, or ruling of any forum of competent jurisdiction, such invalidity shall not affect any other term or provision of this Agreement, to the extent that the Agreement shall remain operable, enforceable, and in full force and effect to the extent permitted by law. SECTION SIXTEEN ENTIRE AGREEMENT This Agreement states the entire understanding and agreement between the parties and supersedes any and all written or oral representations, statements, negotiations, or agreements previously existing between the parties with respect to the subject matter of this Agreement, save for the representations which are attached to this Agreement as Exhibits. The Contractor recognizes that any representations, statements, or negotiations made by the City staff do not suffice to legally bind the City in a contractual relationship unless they have been reduced to writing and signed by an authorized City representative. This Agreement shall inure to the benefit of and shall be binding upon the parties, their respective assigns, and successors in interest. SECTION SEVENTEEN NO ASSIGNMENTS OR SUBCONTRACTS Contractor shall not assign or subcontract this Agreement or any rights or any monies due or to become due hereunder without the prior, written consent of the City. Unless specifically stated to the contrary in any written consent to any assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing under this Agreement shall be construed to give any rights or benefits in this Agreement to anyone other than the City and Contractor, and all duties and responsibilities under this Agreement will be for the sole and exclusive benefit of the City and Contractor and not for the benefit of any other party. SECTION EIGHTEEN SOVEREIGN IMMUNITY The City intends to avail itself of the benefits of Section 769.28, Florida Statutes, and any other statutes and common law governing sovereign immunity to the fullest extent possible. Neither this provision nor any other provision of this Agreement shall be construed as a waiver of the City’s right to sovereign immunity under Section 768.28, Florida Statutes, or other limitations imposed on the City’s potential liability under state or federal law. Contractor agrees that City shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further, City shall not be liable for any claim or judgment, or portion thereof, to any one person over two hundred thousand dollars ($200,000.00), or any claim or judgment or portion thereof, Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 12 of 25 which, when totaled with all other claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or occurrence, exceeds three hundred thousand dollars ($300,000.00). Nothing in this Agreement is intended to inure to the benefit of any third party for the purpose of allowing any claim which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. This paragraph shall survive termination of this Agreement. SECTION NINETEEN APPROPRIATIONS This Agreement is subject to the annual appropriation of funds by the City Commission. The City has a right to terminate this Agreement for fiscal non-funding at no additional cost or liability to the City. SECTION TWENTY FORCE MAJEURE Any delay or failure of either party in the performance of its required obligations hereunder shall be excused if and to the extent caused by acts of God; fire; flood; windstorm; explosion; riot; war; sabotage; strike (except involving the Contractor’s labor force); extraordinary breakdown of or damage to City’s affiliates’ facilities; court injunction or order; federal and/or state law and/or regulation; or order by any other regulatory agency, provided that prompt notice of such delay is given by such party to the other and each of the parties hereto shall be diligent in attempting to remove such cause or causes. If any circumstance of Force Majeure remains in effect for sixty (60) days, either party may terminate this Agreement. Monetary damages will not be awarded in the event of Force Majeure. SECTION TWENTY-ONE CITY PREMISES Contractor acknowledges that its employees and agents will behave in an appropriate manner while on City property and while on any residential or commercial private property relating to the performance of Services in accordance with this Agreement and shall, at all times, conduct themselves in a manner consistent with City policies and within the discretion of the City Project Manager or designee. Professional and personal conduct of Contractor’s staff shall conform to City’s personnel policies and procedures. It is a material breach of this Agreement for any agent or employee of Contractor to behave in a manner which is inconsistent with appropriate conduct or decorum or to behave in any manner that will disrupt the functioning of the City or constitute any level of threat to the safety, health, and/or well-being of any citizen, invitee, licensee, agent, or employee of the City. Contractor agrees to immediately remove any agent or employee if directed to do so by the City Project Manager or designee. Contractor acknowledges that the City shall not be responsible for injury (including death) to Contractor’s employees, agents, officers, or other personnel, nor shall the City be responsible for damage to Contractor’s property, which occurs on the City’s property, unless the injury is the result Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 13 of 25 of the City’s sole gross negligence or willful misconduct. At all times while on City’s premises, Contractor shall comply with all rules and regulations of City. SECTION TWENTY-TWO MOST FAVORED CUSTOMER Contractor warrants and represents that all terms, including prices, charges, benefits and warranties, in this Agreement are at least as or more favorable than any terms that Contractor has offered to any other person or entity, for the types of Services covered by this Agreement. If at any time during this Agreement Contractor shall offer any other person or entity, terms more favorable, Contractor shall promptly notify City of such more favorable terms, and if such more favorable terms were offered by Contractor to another person or entity City shall immediately receive the benefit of the more favorable terms for the remainder of this Agreement, including any renewals thereof. Upon City’s request, Contractor shall advise City in writing, executed by an officer of Contractor, that this section has not been contradicted by Contractor since the later of (i) the Effective Date of this Agreement or (ii) the date of the most recent notice provided by Contractor pursuant to this section. SECTION TWENTY-THREE MISCELLANEOUS A. As an independent contractor, Contractor shall pay all expenses in connection with its consulting business and Contractor will not incur any indebtedness on behalf of City with this Agreement. B. This Agreement may be amended, extended, or renewed only with the written approval of the parties. There shall be no modification of this Agreement without a writing. C. The City and Contractor each represent that they have both shared equally in drafting this Agreement and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute between the parties. D. The Contractor warrants that it has not employed or retained any company person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any City employee or official, person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award of making of this Agreement. E. Precautions shall be exercised at all times for the protection of all persons (including City’s employees) and property. The safety of all applicable laws, regulations, and codes shall be observed. Hazards arising from the use of vehicles, machinery, and equipment shall be guided or eliminated in accordance with the highest accepted standard of safety. Contractor shall be solely and absolutely responsible and shall assume all liability for the safety and supervision of its principles, employees, contractors, and agents when performing the Services provided hereunder. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 14 of 25 F. Contractor shall comply with all requirements of federal, state, and local laws, rules, regulations, standards, and ordinances applicable to the performance of services under this Agreement and the incorporated Exhibits. Contractor shall also secure and maintain any and all permits and licenses required to complete this Agreement. G. Contractor shall acquire no rights under this Agreement to, and shall not use, the name of the City, either alone or in conjunction with or as a part of any other name, word, mark, picture, logo, design, and/or trademark (“City Marks”) in any of Contractor’s advertising, publicity, or promotion, to express or imply any endorsement by the City of its Services, or in any other manner (whether or not similar to the uses hereinabove specifically prohibited) without the prior review and written approval by the City, except as expressly permitted herein. No advertisement, publication, or other use of the City Marks shall be published or otherwise promulgated by Contractor without City’s prior inspection and written approval. This clause shall survive the expiration or termination of this Agreement. H. By signing this Agreement, Contractor certifies that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency. 2. Have not, within the preceding five-year period, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local)transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property. 3. Are not presently indicted or otherwise criminally charged by a government entity (federal, state or local) with commission of any of the offense enumerated in the preceding paragraph. 4. Have not within the preceding five years had one or more public transactions (federal, state or local) terminated for cause or default. Contractor agrees to notify City within thirty (30) days after the occurrence of any of the events, actions, debarments, proposals, declarations, exclusions, convictions, judgment, indictments, informations, or terminations as described above, with respect to Contractor or its principals. I. In case of any inconsistency in any of the documents bearing on the Agreement between the City and the Contractor, the inconsistency shall be resolved by giving precedence in the following order: Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 15 of 25 1. Addenda or change orders to this Agreement entered subsequent to the Effective Date of this Agreement; 2. This Agreement; 3. Exhibits to this Agreement; 4. Task Orders entered into pursuant to this Agreement. Any inconsistency in the work description shall be clarified by the City and performed by the Contractor. J. At its discretion, during the course of the work, should any errors, ambiguities, or discrepancies be found in the Agreement or specifications, the City at its sole discretion will interpret the intent of the Agreement and work descriptions and the Contractor hereby agrees to abide by the City’s interpretation and agrees to carry out the work in accordance with the decision of the City. K. The Contractor warrants and represents that it complies with all Federal and State requirements concerning fair employment and that Contractor does not and shall not discriminate by reason of race, color, religion, sex, age, national origin, disability, sexual orientation, gender identity or expression, genetic information, or any other category of persons protected pursuant to federal and/or Florida law. L. No inspection by the City, nor any payment for or acceptance of the whole or part of the items in this Agreement, nor any extension of time, nor any possession taken by the City of the product or services hereunder shall operate as a waiver of (1) any provision of this Agreement, (2) the right to have it fully performed, (3) any power herein reserved by the City or (4) any right to damages under this Agreement. No waiver of any breach of this Agreement shall be held to be a waiver of any other breach. Failure of City to insist upon performance within any time period or upon a proper level or quality of performance shall not act as a waiver of City’s right to later claim a failure to perform by Contractor. M. Contractor guarantees that it is duly licensed and registered to conduct business in the state of Florida. SECTION TWENTY-FOUR FEDERAL CONTRACT REQUIREMENTS INCORPORATED The Contractor acknowledges and agrees that FEMA financial assistance will be used to fund this Agreement. Accordingly, those contractual provisions required by FEMA shall further govern this Agreement and are incorporated herein by this reference and attached hereto as Exhibit “C.” IN WITNESS WHEREOF, the Parties or their duly authorized representatives hereby execute this Agreement on the date first written above. Page | 1 RFP 06-23-02 BI Disaster Debris Monitoring Services REQUEST FOR PROPOSAL FOR DISASTER DEBRIS MONITORING SERVICES RFP NO. 06-23-02 BI JUNE 16, 2023 City of Winter Springs 1126 East State Road 434 Winter Springs, FL 32708 Exhibit A Page | 2 RFP 06-23-02 BI Disaster Debris Monitoring Services GENERAL INFORMATION 1. Preamble ............................................................................................................................. 3 2. Contact ................................................................................................................................ 3 3. Addenda ............................................................................................................................. 4 4. Rights of The City ............................................................................................................... 4 5. RFP Schedule ...................................................................................................................... 4 6. Evaluation and Criteria ...................................................................................................... 4 7. Selection Procedure ......................................................................................................... 5 8. Proposal Evaluation ............................................................................................................ 5 9. Preparation of Proposal ................................................................................................... 6 10. Submission of Proposal ..................................................................................................... 6 11. Rejection of Proposal(s) ................................................................................................... 7 12. Withdrawal of Proposals ............................................................................................. ...7 13. Late Proposals .................................................................................................................... 7 14. Local, State and Federal Compliance .............................................................................. 7 15. Award of Request for Proposal ........................................................................................ 7 16. Not Responsible for Costs .................................................................................................. 8 17. Bonds ................................................................................................................................. 8 18. Public Information ............................................................................................................ 9 19. Additional Information ...................................................................................................... 9 20. Indemnification and Insurance ........................................................................................... 9 21. Payments .......................................................................................................................... 11 22. Proposal/Bid Protests ..................................................................................................... 11 23. Federal Grant Money ..................................................................................................... 11 24. Lobbying .......................................................................................................................... 11 MANDATORY PROPOSAL FORMS 12 Exhibit A Cost of Service Form ........................................................................... 13 Exhibit B PROPOSER Acknowledgement and Agreements ............................ 15 Exhibit C Public Entity Crimes Statement ...................................................... 17 Exhibit D Drug Free Workplace Certification .................................................. 19 Exhibit E E-Verify Statement ............................................................................. 20 Exhibit F Conflict of Interest ............................................................................. 21 Exhibit G Non-Collusion Affidavit ..................................................................... 23 Exhibit H Disputes Disclosure........................................................................... 24 Exhibit I SMWBE Utilization Plan ..................................................................... 25 Exhibit J Byrd Anti-Lobbying Amendment ...................................................... 26 Exhibit K References ........................................................................................... 28 Exhibit L Scrutinized Company Certification .................................................... 29 Exhibit M Insurance Requirements Form ....................................................... 31 ATTACHMENTS Attachment A Disaster Debris Monitoring Services Description 32 Page | 3 RFP 06-23-02 BI Disaster Debris Monitoring Services RFP 06-23-02 BI DISASTER DEBRIS MONITORING SERVICES The City of Winter Springs, Florida (CITY) is accepting competitive sealed Proposals to assist with DISASTER DEBRIS MONITORING SERVICES as defined in Attachment A. The CITY will receive sealed Proposals at the location stated below not later than 3:00PM, (Eastern Time) July 14, 2023. Any Proposal received after the above stated time and date will not be considered. It shall be the sole responsibility of the PROPOSER to have its Proposal delivered to the City of Winter Springs, by U.S. Mail, hand delivery or any other method available to him/her; however, facsimile, or electronic submittals will not be accepted. Delay in delivery shall be the sole responsibility of the PROPOSER. Proposals received after the deadline will not be considered. The original Proposal submitted (1 original, 3 copies and 1 electronic version, CD or memory stick) must be delivered to City Hall in a sealed package, clearly marked on the outside, RFP #06-23-02 BI and addressed to: City of Winter Springs Attn: Procurement Manager 1126 East State Road 434 Winter Springs, FL 32708 Hand delivered Proposal is to be taken to one of the representatives at the Utility Billing Office at the above address. The Proposal shall be submitted on the specified Cost of Services Form, hereto provided as “Exhibit “A”. The person signing the Proposal forms shall have the authority to bind the PROPOSER to the Proposal. All information on the Proposal forms shall be provided, or the Proposal may not be accepted. The competitive sealed Proposal shall be accompanied by a “PROPOSER Information and Acknowledgement Form”, hereinafter provided as “Exhibit B”, a “Public Entity Crimes Statement” herein provided as “Exhibit C”, a “Drug Free Workplace Certification”, herein provided as “Exhibit D”, an “E-Verify Statement,” herein provided as “Exhibit E”, “Conflict of Interest” herein provided as “Exhibit F”, “Non-Collusion Affidavit”, herein provided as “Exhibit G” and “Disputes Disclosure”, herein provided as “Exhibit H”, “SMWBE Utilization Plan”, herein provided as “Exhibit I”, “Byrd Anti-Lobbying Amendment”, herein provided as “Exhibit J”, “References” , herein provided as “Exhibit K”, “Scrutinized Company Certification” , herein provided as “Exhibit L”, “Insurance Requirements Form” , herein provided as “Exhibit M”,. CONTACT Questions during the Proposal period shall be submitted in writing to Stuart MacLean, Interim Procurement Manager, at smaclean@winterspringsfl.org. PROPOSERS are hereby put on notice that no contact shall be made with any of the CITY Commission members, other CITY staff, or others that may be involved in the selection process to discuss this request or to influence the outcome of the selection. Page | 4 RFP 06-23-02 BI Disaster Debris Monitoring Services ADDENDA A written response to PROPOSERS questions will be issued via Addenda and posted on the CITY’s website at https://www.winterspringsfl.org/rfps and the DemandStar website at www.demandstar.com . It is the PROPOSER’s responsibility to check the City’s website and/or Demand Star for Addenda prior to submitting their Proposal. The deadline for questions is as stated in the RFP Schedule below. PROPOSER shall signify receipt of Addenda, if any. Failure to Acknowledge Receipt of any Addenda may result in rejection of the Proposal. RIGHTS OF THE CITY The CITY reserves the right to revise the stated contract terms and conditions prior to the PROPOSER and CITY executing the agreement. The PROPOSER shall serve at the pleasure of the CITY and be subject to removal, with or without cause, at any time during the term of the service agreement, by the CITY Commission. Each Proposal shall be considered binding and in effect for a period of 90 calendar days following the proposal opening. RFP SCHEDULE The following schedule is the current schedule for evaluations. The City reserves the right to alter dates as needed. 1 Issue RFP June 16, 2023 2 Last Date for City to Receive Questions on RFP June 28, 2023 3 Last Date for City to Issue Addenda in Response to Questions June 30, 2023 4 Proposal Submission Due Date July 14, 2023 5 Selection Committee Meeting (tentative date) July 21, 2023 6 City Commission Meeting TBD 7 Notice of Award to Successful PROPOSER TBD 8 Notice to Proceed to Successful PROPOSER TBD EVALUATION CRITERIA An Evaluation Committee will review all responsive Proposals. PROPOSERS submitting Proposals deemed to be reasonably acceptable to be selected will be evaluated using the evaluation criteria set forth herein. The information that will be considered and relative scoring for each criterion is as follows: CRITERIA MAXIMUM POINTS • Compliance with Request For Proposal (Mandatory) Not Applicable • Quality of Response 15 Points • Qualifications, Experience and Knowledge of Debris Monitoring Programs, 30 Points Procedures and Guidelines • Availability and Ability to Respond in a Timely Manner with Adequate Resources 30 Points • Price Proposal 25 Points Note: The above scoring mechanism will be used by individual Evaluation Committee members to ordinal rank PROPOSERS. Ordinal ranks from all Evaluation Committee members will then be summed for each PROPOSER in order to establish the overall rank order. Page | 5 RFP 06-23-02 BI Disaster Debris Monitoring Services SELECTION PROCEDURE The Proposals received will be evaluated by qualified personnel of the CITY. The Evaluation Committee shall be responsible for evaluating the qualifications and capabilities of PROPOSERS who have submitted Proposals in response to the Request For Proposals. Committee evaluations shall be conducted in accordance with applicable Florida Public Records Laws, including F.S. 119. Evaluation may include such activity as is deemed appropriated by the Committee to verify the qualifications and capabilities of the proposers and their ability to furnish the required goods or services. The Evaluation Committee shall review the Proposals and prepare by consensus a recommendation of award to the PROPOSER or PROPOSERS it deems to be most qualified and capable to perform the required services. The Evaluation Committee, at its discretion, may request oral, written or visual presentations from; conduct interviews with; or conduct visits to the office, facilities or projects of the PROPOSERS it selects from among those submitting Proposals. In the Evaluation Committee decides to entertain presentations or conducts interviews at a subsequent meeting, it shall set the date, place and time for that meeting, then establish the order of presentations of interview before adjourning. The Procurement Department shall be responsible for notifying all PROPOSERS of the meeting and order of presentations or interviews. If no oral presentations or interviews are requested, the Evaluation Committee selection shall be based on its review and evaluation of qualified PROPOSERS at its initial Committee meeting. The evaluation of PROPOSER qualifications and capabilities shall include, but not be limited to, such factors as: experience; capabilities; past record; past performance; adequacy of personnel; ability of professional personnel; willingness and ability to meet time and budget requirements; recent, current and projected workload; location; approach to the project; ability to furnish the required services; volume of work previously awarded to each firm submitting qualifications; and such other factors as may be determined by the Evaluation Committee to be applicable to the particular requirements of the project for which the professional services have been requested. At the conclusion of its evaluation, the Evaluation Committee shall report its recommendations and order of preference (final ranking) to the CITY Commissioners. PROPOSAL EVALUATION The City of Winter Springs shall be the judge of its own best interests, the Proposals, and the resulting Contract. An award may be made to the most responsive and responsible PROPOSER whose proposal is determined to be the most advantageous to the CITY. The CITY will consider as an important factor in the award, in addition to price, a demonstrated history of reliable and dependable service to similar users or demonstration of a long history of reliability and dependability for users with critical municipal needs similar to the CITY. The CITY reserves the right to consider historic information and fact, whether gained from the PROPOSER’s Proposal, question and answer conferences, references, and/or other sources in the evaluation process. The CITY reserves the right to conduct investigations as deemed necessary by the CITY to assist in the evaluation of any Proposal and to establish the responsibility, qualifications and financial ability of PROPOSER, subcontractors, suppliers and other persons and organizations to perform and furnish the work in accordance with the RFP documents. It is the PROPOSER’s sole responsibility to submit information related to the evaluation categories. The CITY is under no obligation to solicit such information if the PROPOSER fails to include it within their Proposal submittal. Failure to provide requested information may result in the rejection of the Proposal, or a deduction in evaluation points at the sole discretion of the Evaluation Committee. Page | 6 RFP 06-23-02 BI Disaster Debris Monitoring Services GENERAL CONDITIONS OF REQUEST FOR PROPOSAL 1. Preparation of Proposal Responses to this RFP shall be prepared in accordance with the following: a. The enclosed Proposal Form, “Cost of Services Offered” attached hereto as “Exhibit A”, shall be used when submitting your Proposal. b. All information required by the Proposal Form shall be furnished. The PROPOSER shall print or type his/her name and manually sign the Proposal and any continuation sheet on which an entry is made. c. Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. d. Alternate Bids will not be considered unless authorized by the Request For Proposal. e. PROPOSERS will not include federal taxes nor State of Florida sales, excise, and use taxes in prices, as the CITY is exempt from payment of such taxes. An exemption certificate will be signed where applicable upon request. f. PROPOSERS shall make all investigations necessary to thoroughly inform themselves about any and all conditions related to the performance of the contract. Plea of ignorance by the PROPOSER of conditions that exist or may hereafter exist as a result of failure or omission on the part of the PROPOSER to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements provided for in the Purchasing Policy, Purchasing Ordinance and/or State and Federal Statutes. The CITY’s Purchasing Ordinance is set forth in Ordinance 2023-05. g. Prices quoted must be FOB City of Winter Springs, Florida with all transportation charges prepaid unless otherwise specified in the Request For Proposal. h. Deliveries are to be FOB Destination unless otherwise specified in the Request For Proposal. i. Deliveries are to be made during regular business hours. j. Proposals and Proposal pricing shall be valid for a minimum of ninety (90) days, unless otherwise stated on the Request For Proposal. 2. SUBMISSION OF PROPOSALS a. Proposals and changes thereto shall be enclosed in sealed envelopes & addressed as instructed on the Proposal Form. The name and address of the PROPOSER, the date and hour of the Request For Proposal opening and the material or service shall be placed on the outside of the envelope. b. Proposals must be submitted on the forms furnished. Electronic Bids will not be considered. Page | 7 RFP 06-23-02 BI Disaster Debris Monitoring Services 3. REJECTION OF PROPOSALS The CITY reserves the right to accept or reject any or all Proposals, to waive irregularities and technicalities, and to request resubmission or to re-advertise for the services. The CITY shall be the sole judge of the submittals. The CITY's decision shall be final. 4. WITHDRAWAL OF PROPOSALS a. Proposals may not be withdrawn after the time set for the opening for a period of time as specified. b. Proposals may be withdrawn prior to the time set for the opening. Such request must be in writing. c. Proposals, once opened, become the property of the CITY and will not be returned to the PROPOSER. 5. LATE PROPOSALS a. Proposals and modifications received after the time set for the opening will not be considered. b. Modifications in writing received prior to the time set for the opening will be accepted. 6. LOCAL, STATE, AND FEDERAL COMPLIANCE a. PROPOSER shall comply with all local, state, and federal directives, orders and laws as applicable to the Request For Proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Minority Business Enterprise (MBE), Small and Minority and Women’s Business Enterprise (SWMBE), Veteran Owned Business and Occupational Safety and Health Administration (OSHA) as applicable to this contract. See Exhibit J for SWMBE response form b. A “Public Entity Crimes Statement”, in accordance with Florida Statutes, Section 287.133 (3)(a), on Public Entity Crimes, (see Exhibit “B”), must be received at the time of the Proposal. c. A “Drug Free Workplace Certification” (see Exhibit “C”), must be received at the time of the Proposal d. The City of Winter Springs requires that the PROPOSER selected will not discriminate under the contract against any person, in accordance with federal, state and local government regulations. e. An “E-Verify Statement” attached (see Exhibit “D”) must be received at the time of the Proposal. f. A “Byrd Anti-Lobbying Clause and Certification” form attached (see Exhibit “K”) must be received at the time of the Proposal. 7. AWARD OF REQUEST FOR PROPOSAL a. The Request For Proposal will be awarded to the most responsive and responsible PROPOSER offering the best value to the City of Winter Springs. b. The CITY reserves the right to accept and award item by item, and/or by group, or in the aggregate. c. A written award of acceptance, (Purchase Order), mailed or otherwise furnished to the successful PROPOSER shall result in a binding contract without further action by either party. Page | 8 RFP 06-23-02 BI Disaster Debris Monitoring Services d. Unless otherwise noted in the specifications, the length of the agreement shall be three years, with 2 one- year renewals possible based on the mutual consent of the parties. e. Agreement may be cancelled with 60-day notice unless otherwise stated in signed contract documents. 8. NOT RESPONSIBLE FOR COSTS a. The CITY shall not be responsible for any cost incurred by a prospective PROPOSER in responding to this Request For Proposal. 9. BONDS • If Proposal is less than $100,000 no Proposal Bond or Payment and Performance Bond required. • If Proposal is greater than $100,000 and is for material only, a Proposal Bond is required but no Payment and Performance Bond is required. • If Proposal is $100,000 - $200,000, and is for services, a Proposal Bond is required but no Payment and Performance Bond is required. • If Proposal is greater than $200,000, and is for services, Proposal Bond and Payment and Performance Bond is required. BID BOND: If the Base Proposal or the Base Proposal plus the sum of any alternates fall into the criteria above requiring a Bid Bond, the bidder shall enclose a Certified Check or Bid Bond with each bid. A Certified Check or Bid Bond shall be for an amount not less than five percent (5%) of the Proposal price and shall be made payable to the City of Winter Springs as a guarantee that the PROPOSER will not withdraw its Proposal for a period of ninety (90) calendar days after Proposal closing time. Bid Bonds or Certified Checks will be returned to unsuccessful PROPOSERS within 10 days of Proposal award. Successful PROPOSERS will receive their Certified Check or Bid Bond after the contract/agreement has been signed and a Performance and Payment Bond is received. PERFORMANCE AND PAYMENT BONDS: In the event the Contract is awarded to the PROPOSER, PROPOSER will thereafter enter into a written contract with the City of Winter Springs and furnish a Payment and Performance Bond in an amount equal to the contract price. The form of the bonds shall be in accordance with Section 255.05 of Florida Statutes. Failing to do so, PROPOSER shall forfeit its Proposal security. Payment and Performance Bond shall be secured from or countersigned by an agency or surety company recognized in good standing and authorized to do business in the State of Florida. The following exceptions to PROPOSER providing Performance and Payment Bonds are as follows: In lieu of the Performance and Payment Bonds, a PROPOSER may file with the CITY an alternative form of security in the form of cash, a money order, a certified check, a cashier's check, an irrevocable letter of credit, or a security of a type listed in part II of chapter 625, Florida Statutes. Any such alternative form of security shall be for the same purpose and be subject to the same conditions as those applicable to the bonds. The value of an alternative form of security shall be in the amount of the Proposal. Page | 9 RFP 06-23-02 BI Disaster Debris Monitoring Services 10. PUBLIC INFORMATION a. All information contained in this RFP is public information, and as such will be handled in accordance with chapter 119, Florida Statutes. 11. ADDITIONAL INFORMATION a. The CITY reserves the right to require PROPOSERS to provide references and information on previous similar experience prior to award of the contract. 12. QUESTIONS a. Any questions about the RFP should be communicated per instructions in the RFP. 13. INDEMNIFICATION AND INSURANCE INDEMNIFICATION The parties recognize that CONTRACTOR/PROPOSER is an independent Contractor. CONTRACTOR/PROPOSER agrees to assume liability for and indemnify, hold harmless, and defend the CITY, its commissioners, mayor, officers, employees, agents, and attorneys of, from, and against all liability and expense, including reasonable attorney’s fees, in connection with any and all claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage, equitable relief, or loss of use, arising directly or indirectly out of or in connection with any negligent and/or deliberate act or omission of CONTRACTOR/PROPOSER, its officers, employees, agents, and representatives. CONTRACTOR/PROPOSER's liability hereunder shall include all attorney’s fees and costs incurred by the CITY in the enforcement of this indemnification provision. This includes claims made by the employees of CONTRACTOR/PROPOSER against the CITY and CONTRACTOR/PROPOSER hereby waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes. The obligations contained in this provision shall survive termination of this Agreement and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement. Nothing contained in the foregoing indemnification shall be construed to be a waiver of any immunity or limitation of liability the CITY may have under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. INSURANCE Prior to commencement of any work under this Contract and until completion and final acceptance of the work, the PROPOSER shall, at its sole expense, maintain the following insurance on its own behalf, and furnish to the CITY certificates of insurance evidencing same and reflecting the effective date of such coverage as follows: The term "Contractor" as used in the insurance rider, shall mean and include Subcontractors of every tier. A. Worker's Compensation and Occupational Disease Insurance in accordance with the applicable law or laws; Employer's Liability Insurance with limit of at least One Million ($1,000,000) dollars. This includes sole proprietorships and officers of corporations who will be performing work on the job. B. Commercial General Liability with a combined Bodily Injury and Property Damage limit of not less than ONE Million ($1,000,000.00) dollars per occurrence and TWO Million ($2,000,000) Dollars in the aggregate. The aggregate must be applicable on a per project basis. Coverage must include the following perils: 1. Broad Form Blanket Contractual Liability for liability assumed under this Contract and all other Contracts relative to the project. 2. Completed Operations/Products Liability. 3. Broad Form Property Damage Page | 10 RFP 06-23-02 BI Disaster Debris Monitoring Services 4. Personal and Advertising Injury Liability 5. Independent Contractors 6. Endorsements must be furnished reflecting the inclusion of the interests of Owner, Construction Manager, General Contractor, Contractor, (your company) , their officers, directors, partners, representatives, agents and employees, and naming each as an Additional Insured on a primary and non-contributing basis. 7. Coverage is to be endorsed to reflect that insurance is to be primary and non-contributory with respect to any other collectable insurance, for the Owner, General Contractor, Contractor, (your company) and all other parties required to be named as additional insureds. 8. Coverage is to be provided on an "occurrence" basis with carriers licensed and admitted to do business in the State of [your state] or otherwise acceptable to the Contractor (your company). 9. A copy of policy and/or endorsement(s) and any other documents required to verify such insurance are to be submitted with the appropriate certificate(s), or upon the request of Contractor (your company). Failure to provide these documents is not to be construed as a waiver of the requirements to provide such insurance. C. Commercial Automobile Liability Insurance covering the use of all Owned, Non-Owned, and Hired Vehicles with combined Bodily Injury and Property Damage Limit of at least One Million ($1,000,000.00) Dollars. D. Umbrella I Excess Liability Insurance with a limit of no less than One Million ($1,000,000) minimum per occurrence. E. During the term of this agreement, (if applicable) the Contractor/Vendor will carry Professional Liability Insurance which will cover liability for any damage or non-performance on account of any error, omission, or other provable negligence caused by the Contractor/Vendor. The amount of insurance shall not be less than $1,000,000 per occurrence and aggregate. F. Loss Deductible – If the insurance of any CONTRACTOR/VENDOR contains deductible(s), penalty(s) or self-insured retention(s), the CONTRACTOR/VENDOR whose insurance contains such provision(s) shall be solely responsible for payment of such deductible(s), penalty(s) or self-insured retention(s). G. Where an Off Project Site Property exposure exists, the Contractor at its sole expense shall furnish to the Owner and Contractor (your company) Certificates of Insurance and other required documentation evidencing the following coverage which shall provide for the interests of [Name of Owner] , [Name of General Contractor] and (your company) to be named as Loss Payees and shall contain a provision requiring the insurance carriers to waive their rights of subrogation against all indemnities’ named in the contract. "All Risk" Property Insurance on all materials, equipment and supplies intended to become a permanent part of the construction stored on premises away from the project site and while in transit, until actually delivered to the project site. Coverage is to be provided on a replacement cost basis. H. The above insurances shall each contain the following wording verbatim: "[Name of Owner], [Name of General Contractor], and (your company) are interested in the maintenance of this insurance and it is agreed that this insurance will not be canceled, materially changed or not renewed without at least a thirty (30) day advance written notice to [Name and address of Owner], [Name and address of General Contractor] and [Name and address of your company] by certified mail-return receipt requested." I. The amount of insurance contained in the aforementioned insurance coverages shall not be construed to be a limitation of the liability on the part of the Subcontractor or any of its Subcontractors. Page | 11 RFP 06-23-02 BI Disaster Debris Monitoring Services J. The Contractor shall file certificates of insurance prior to the commencement of work with the Owner and the General Contractor which shall be subject to the Owner, General Contractor and (your company) approval of adequacy of protection and the satisfactory character of the Insurer. K. Any type of insurance or any increase of limits of liability not described above which the Subcontractor requires for its own protection or on account of statute shall be its own responsibility and at its own expense. L. The carrying of the insurance described shall in no way be interpreted as relieving the Contractor or Subcontractor of any responsibility of liability under this Contract. M. Any policies effected by the Contractor on its Owned and/or Rented Equipment and Materials shall contain a provision requiring the insurance carriers to waive their rights of subrogation against the [Name of Owner], [Name of General Contractor], [Name of Contractor (your company)] and all other indemnities named in the Contract. N. Should the Contractor engage a Subcontractor, the same conditions will apply under this contract to each Subcontractor, however, the retained Subcontractor shall be required to maintain limits of liability of not less than One Million ($1,000,000.00) Dollars per occurrence and Two Million ($2,000,000) Dollars in the aggregate, with said limits applicable on a per project basis, or such greater limits as may be required by the retaining Subcontractor. 14. PAYMENT Payment due hereunder shall be made by the CITY to PROPOSER in accordance with the Florida Prompt Payment Act. 15. PROPOSAL/BID PROTESTS Proposal protest conditions and procedures are in accordance with CITY Ordinances. 16. FEDERAL GRANT MONEY In the event this project is funded with federal grant monies, PROPOSER may not participate in the bid if PROPOSER is listed in the System for Award Management (SAM) a Federal suspension and debarment listing: www.sam.gov PROPOSER shall include copy of search results with Proposal. 17. LOBBYING Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the governmental decision of a Board Member, the CITY Manager, and/or any CITY Personnel during the solicitation process. The lobbying black-out period commences upon the issuance of this RFP and concluded upon the signing of the agreement. PROPOSERS shall not contact any CITY Commission Member and/or any requesting or evaluating Department/Office personnel during said black-out period. All questions and procedural matters shall be directed to the CITY Procurement Manager. The CITY Commissioners and/or the CITY Manager may disqualify any solicitation response where any Commissioner, the CITY Manager, and/or CITY Personnel have been lobbied in violation of the black-out period. Page | 12 RFP 06-23-02 BI Disaster Debris Monitoring Services EXHIBITS – MANDATORY FORMS Exhibit A Cost of Services Form Exhibit B PROPOSER Information and Acknowledgement Form Exhibit C Public Entity Crimes Statement Exhibit D Drug Free Workplace Certification Exhibit E E-Verify Statement Exhibit F Conflict of Interest Statement Exhibit G Non-Collusion Affidavit Exhibit H Disputes Disclosure Statement Exhibit I SMWBE Utilization Plan Exhibit J Byrd Anti-Lobbying Amendment Exhibit K References Exhibit L Scrutinized Company Certification Exhibit M Insurance Requirements Form ATTACHMENTS Attachment A Debris Monitoring Services Description Mandatory Proposal Forms Mandatory forms must be submitted with the Proposal. Failure to submit forms will disqualify the PROPOSER from the RFP Page | 13 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit A – COST OF SERVICES OFFERED COST OF SERVICES OFFERED – Disaster Debris Monitoring Services PROPOSER shall attach a job description to each position. PROPOSER is encouraged to include hourly rates for services, including rates by position that may help to meet FEMA guidelines. The hourly rates shall include all costs, all applicable overhead and profit (excluding lodging, meals, and transportation). POSITIONS HOURLY RATES EST. HOURS* TOTAL Field Supervisor $ - Debris Site/Tower Monitors/Collection Monitor $ - Field Coordinators (Crew Monitors) $ - Project Manager $ - Operations Manager $ - FEMA Coordinator $ - Scheduler/Expeditors $ - GIS Analyst $ - Environmental Specialist $ - Project Inspector (Citizen Site Monitor) $ - Load Ticket Date Entry Clerks (QA/QC) $ - Billing/Invoice Analysts $ - Administrative Assistants $ - TOTAL $ - Other Required Positions – Proposer may include other positions, with hourly rates and include job descriptions for each position POSITIONS HOURLY RATES EST. HOURS* TOTAL Data Manager ** $ - Page | 14 RFP 06-23-02 BI Disaster Debris Monitoring Services Key Positions – Provide resumes for the Project Manager and Operations Manager. Provide job descriptions for other key positions listed. Please add lines or additional sheets to include any other key positions not listed, but which could be utilized by PROPOSER to support the services Exhibit A – COST OF SERVICES OFFERED *These hours are not intended to represent the actual contract amount, but are an estimated representation of a typical event, and is used for Proposal purposes only. This is a “requirements” based contract and no minimum amount of hours/work is guaranteed or implied. The actual manpower and contract value will be coordinated with the successful PROPOSER prior to the issuance of a notice to proceed for each event. ** Data Manager: oversees the entering, tabulating, and organization of collection and disposal data into required formats in compliance with requirements of FEMA, FHWA, and all other applicable federal, state, and local agencies. The Data Manager provides the CITY, debris contractors, and applicable public agencies with regular updates on the quantities and types of debris collected. The Data Manager also designs and implements quality assurance and control processes for the review and verification of field and debris contractor-provided data in support of invoices. The Data Manager serves as the CITY’s representative in meetings with representatives of the Debris Contractor(s), State of Florida, FEMA, or other federal, state, or local agency speaking to data-related issues. Note: Provide both unit price and extended total. Price must be stated in the units shown in the Proposal form, and extended based on the quantities specified in the Proposal requirements in this document. In case of a discrepancy in computing the amount of the Proposal, the unit price quoted will govern and the total will be adjusted accordingly. No spaces are to be left blank, but should be marked as follows: N/A = Not Applicable, N/C = No Charge, N/P = No Proposal Spaces marked with a zero (0) will be considered no charge. City of Winter Springs Travel and Subsistence Policy and Allowances The CITY will not pay and/or reimburse any additional costs including, but not limited to, travel, mileage, lodging, meals, and other travel and subsistence expenses. Price submittals should be inclusive of all such expenses. SUBMITTED BY: PROPOSER Name: ________________________________________________________________________ Address: _______________________________________________________________________________ City: State: Zip: __________________________________________________________________________ Telephone: _______________________________ FAX: ________________________________________ Email: ____________________________________ NOTE: To be considered eligible for award, one (1) original copy of this Proposal form must be submitted with the Proposal. NO PROPOSAL INDICATION (IF "NO PROPOSAL" IS OFFERED): Please indicate reason(s) why a Proposal is not being submitted at this time. Page | 15 RFP 06-23-02 BI Disaster Debris Monitoring Services EXHIBIT B - PROPOSER INFORMATION AND ACKNOWLEDGEMENT The undersigned PROPOSER does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements/evaluation criteria shown by the Request for Proposal to be delivered to the specified site for the price indicated. IT IS THE PROPOSER’S RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDUMS BEFORE SUBMITTAL THIS PROPOSAL MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Proposal. If not submitted, Proposer will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney. PROPOSER NAME: TAX ID# SNN or EIN: PROPOSER ADDRESS: PURCHASE ORDER ADDRESS: PHONE NUMBER: COMPANY WEBSITE: COMPANY CONTACT (REP): CONTACT EMAIL ADDRESS: SIGNATURE: THE UNDERSIGNED: A.Acknowledges receipt of: 1.RFP 06-23-02 BI – DISASTER DEBRIS MONITORING SERVICES SERVICES 2.Addenda: Number ________, dated ____________. 3.Number: _________, dated ____________. B.Has examined the site and all RFP Documents and understands that in submitting this Proposal, they waive all right to plead any misunderstanding regarding the same. Page | 16 RFP 06-23-02 BI Disaster Debris Monitoring Services EXHIBIT B - PROPOSER INFORMATION AND ACKNOWLEDGEMENT C. Agrees: 1. To hold this Proposal open for 90 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this RFP at the prices quoted in my responsive proposal and in compliance with the RFP Documents. 3. To accept the provisions of the Instructions to Proposers. 4. To negotiate a contract with the City incorporating the proposal prices, if selected on the basis of this Proposal. 5. To accomplish the work in accordance with the contract documents. D. Certifies: 1. That all information contained in this Proposal is truthful to the best of my knowledge and belief. 2. That I am duly authorized to submit this Proposal on behalf of the PROPOSER and that the PROPOSER is ready, willing, and able to perform if awarded the Proposal. Stipulated Amount – Submit on Cost Proposal Worksheet, Exhibit A Page | 17 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit C – PUBLIC ENTITY CRIME STATEMENT SWORN STATEMENT UNDER F.S. SECTION 287.133(3) (A), ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1.This sworn statement is submitted with Proposal for RFP 06-23-02 BI. Disaster Debris Monitoring 2.This sworn statement is submitted by (PROPOSER) ___________________________ whose business address is _______________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is _____________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ___________. 3. My name is ____________________ and my relationship to the PROPOSER named above is ___________________________. 4.I understand that a "public entity crime" as defined in Paragraph 287.133(a) (g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5.I understand that "convicted" or "conviction" as defined in paragraph 287.133(a) (b), Florida Statutes, means finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt, in any federal or state trial court of records relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. 6.I understand that an "affiliate" as defined in Paragraph 287.133(1) (a), Florida Statutes, means: 1.A predecessor or successor of a person convicted of a public entity crime; or 2.An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The City of Fernandina Beach, Florida ownership by one of shares constituting a controlling income among persons when not for fair interest in another person, or a pooling of equipment or income among persons when not for fair market value under a length agreement, shall be a prima facie case that one person controls another person. A person who was knowingly convicted of a public entity crime, in Florida during the preceding 36 months shall be considered an affiliate. 7.I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of the state or of the United States with the legal power to enter into a binding contract for provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Page | 18 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit C – PUBLIC ENTITY CRIME STATEMENT 8. Based on information and belief, the statement which I have marked below is true in relation to the PROPOSER submitting this sworn statement. (Please indicate which statement applies) ____Neither the PROPOSER submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the PROPOSER, nor affiliate of the PROPOSER have been charged with and convicted of a public entity crime subsequent to July 1, 1989. ____The PROPOSER submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the PROPOSER, or an affiliate of the PROPOSER has been charged with and convicted of a public entity crime subsequent to July 1, 1989. (Please attach a copy of the final order.) ____The person or affiliate was placed on the convicted FIRM list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in public interest to remove the person or affiliate from the convicted FIRM list. (Please attach a copy of the final order.) ____The person or affiliate has not been placed on the convicted FIRM list. (Please describe any action taken by, or pending with, the Department of General Services.) __________________________________________ Signature Date: STATE OF ________________________________ COUNTY OF ______________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ____ day of ___________________, 20____, and is personally known to me, or has provided ____________________________ as identification. ___________________________________My Commission expires: ________________ Notary Public Page | 19 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit D – DRUG FREE WORKPLACE CERTIFICATION DRUG-FREE WORKPLACE CERTIFICATION The below-signed PROPOSER certifies that it has implemented a drug-free workplace program. In order to have a drug-free workplace prepare, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violation of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or services a copy of the statement specified in paragraph 1. 4. In the statement in paragraph 1., notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of nolo contendere to, any violation occurring in the workplace no later than five (5) working days after such conviction. 5. Impose a sanction on, or require fine satisfactory participation in drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section As the person authorized to sign this statement, I Certify that this firm complies fully with the above drug- free workplace requirements. PROPOSER: __________________________________________________________________________ CITY: __________________________________ STATE: _________ ZIP CODE: _____________________ TELEPHONE NUMBER(S): ___________________SIGNATURE: __________________________________ NAME (TYPED OR PRINTED): _________________________ TITLE: _____________________________ Page | 20 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit E – E-VERIFY STATEMENT Bid/Proposal Number: RFP 06-23-02 BI Project Description: Disaster Debris Monitoring Services PROPOSER acknowledges and agrees to the following: PROPOSER shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1. All persons employed by the PROPOSER during the term of the Contract to perform employment duties within Florida; and 2. All persons assigned by the PROPOSER to perform work pursuant to the contract with the Department. PROPOSER: __________________________________________________________________ Authorized Signature: __________________________________________________________ Title: ________________________________________________________________________ Date: _______________________________________________________________________ Page | 21 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit F – CONFLICT OF INTEREST STATEMENT This sworn statement is submitted with Request For Proposal # RFP 06-23-02 BI Disaster Debris Monitoring This sworn statement is submitted by (PROPOSER) ___________________________ whose business address is _________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is ________________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ____________.) My name is ________________________ and my relationship to the PROPOSER named above is___________________________________________. 1. The above-named PROPOSER is submitting a Proposal for the Winter Springs. 2. The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her own knowledge. 3. The Affiant states that only one submittal for the above proposal is being submitted and that the above-named PROPOSER has no financial interest in other PROPOSERS submitting proposals for the same project. 4. Neither the Affiant nor the above- named PROPOSER has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the PROPOSER’s Proposal for the above RFP. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. 5. Neither the PROPOSER nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. 6. Neither the PROPOSER nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7. I certify that no member of the PROPOSER’s ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. 8. I certify that no member of the PROPOSER’s ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. 9. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above- named PROPOSER, will immediately notify the City of Winter Springs. ________________________________________________________ Signature Date: Page | 22 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit F – CONFLICT OF INTEREST STATEMENT STATE OF ___________________________ COUNTY OF _________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this _____ day of ________________, 20_____, and is personally known to me, or has provided ______________________ as identification. ___________________________________ My Commission expires: ____________________ Notary Signature Page | 23 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit G - NON-COLLUSION AFFIDAVIT This sworn statement is submitted with Request For Proposal # RFP 06-23-02 BI Disaster Debris Monitoring This sworn statement is submitted by (PROPOSER) ___________________________ whose business address is __________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is _____________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: ____________.) My name is______________________and my relationship to the entity named above is__________________. 1. The above named is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such proposal; 2. Such Proposal is genuine and is not a collusive or sham proposal; 3. Neither the said PROPOSER nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, connived, or agreed, directly or indirectly, with any other PROPOSER, firm or person to submit a collusive or sham Proposal in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other PROPOSER, firm, or person to fix the price or prices in the attached Proposal or any other PROPOSER, or to fix any overhead, profit or cost element of the Proposal price or the Proposal price of any other PROPOSER, or to secure through any collusion, connivance, or unlawful agreement any advantage against the City of Winter Springs, Florida or any person interested in the proposed Contract; and 4. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPOSER or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. ____________________________________________ Signature Date: STATE OF ______________________ COUNTY OF ____________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ___ day of ________________, 20__, and is personally known to me, or has provided ______________________ as identification. ___________________________________ My Commission expires: ________________ Notary Signature Page | 24 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit H - DISPUTES DISCLOSURE FORM Answer the following questions by placing as “X” after “YES” or “NO”. If you answer “YES”, please explain in the space provided, or via attachment. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional association within the last five (5) years? YES ______ NO______ Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five years? YES______ NO_______ Has your firm had against it or filed any request for equitable adjustment, contract claims, bid protest, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES______ NO_______ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of this proposal for the City of Winter Springs. _________________________________________ ______ ________________________ Firm Date _________________________________________ ______ _________________________ Authorized Signature Printed or Typed Name and Title Page | 25 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit I - SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (PROPOSER): ________________________________________________________ Project Name : Disaster Debris Monitoring Services RFP Number : RFP 06-23-02 BI 2 CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The City requires that proposers (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. • Placing qualified small and minority business and women’s business enterprises on solicitation lists. • Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. • Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. • Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd Page | 26 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit J – BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. §1352 (as amended). Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. See below – Certification Regarding Lobbying. Byrd Anti-Lobbying Certification Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Page | 27 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit J – BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. §1352 (as amended) The Contractor, _____________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chapter 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official Name and Title of Contractor’s Authorized Official Date Page | 28 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit K – CONTRACTOR REFERENCES Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Representative Typed Name/Title: Representative Signature: Firm: Page | 29 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit L – SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on, submit a Proposal for, or enter into or renew a contract with the CITY for goods or services of: a.Any amount if, at the time of bidding on, submitting a Proposal for, or entering into or renewing such contract, the PROPOSER is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b.One million dollars or more if, at the time of bidding on, submitting a Proposal for, or entering into or renewing such contract, the PROPOSER: Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The PROPOSER must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a.The PROPOSER is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; b.Been placed on the Scrutinized Companies that Boycott Israel List or c.Is engaged in a boycott of Israel; or d.Been engaged in business operations in Cuba or Syria. The CITY shall provide notice, in writing, to the PROPOSER of any determination concerning a false certification. a.The PROPOSER shall have five (5) days from receipt of notice to refute the false certification allegation. b.If such false certification is discovered during the active contract term, the PROPOSER shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c.If the PROPOSER does not demonstrate that the CITY’s determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. Page | 30 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit L – SCRUTINIZED COMPANY CERTIFICATION THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The PROPOSER, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and b. The PROPOSER, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c. For contracts of one million dollars or more, the PROPOSER, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and If awarded the Contract, the PROPOSER, owners, or principals will immediately notify the CITY in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of PROPOSER) STATE OF _______________________________ COUNTY OF _____________________________ The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online notarization, this ______ day of __________, 2023 by _____________________ the _____________________ of ________________________________, a _____________________________ (____) who is personally known to me or (_____) who produced ______________________________________ as identification. _________________________________________________________________ Notary Public Print Name: _____________________________________________________ Page | 31 RFP 06-23-02 BI Disaster Debris Monitoring Services Exhibit M – INSURANCE REQUIREMENTS FORM Insurance Type Required Limits Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits Employer’s Liability $1,000,000 each accident, single limit per occurrence Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless City of Winter Springs, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. Other Vendor shall ensure that all subcontractors comply with the same insurance requirements that he/she is required to meet. The same Vendor shall provide the City with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as “Additional Insured” on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty (30) days cancellation notice required. Contractor: _________________________________________________________________ Signature: ____________________________________________________________________ Printed Name/Title/Date: _______________________________________________________ Page | 32 RFP 06-23-02 BI Disaster Debris Monitoring Services ATTACHMENT A DISASTER DEBRIS MONITORING SERVICES DESCRIPTION PART 1 - DISASTER DEBRIS MONITORING SERVICES. The City of Winter Springs, Florida is soliciting Proposals to obtain the services of a qualified firm to perform work concerning post hurricane and weather event debris collection monitoring and related services and collection and debris site monitoring services in accordance with applicable regulations of the Federal Emergency Management Agency (FEMA), Federal Highway Administration (“FHWA”), Florida Department of Transportation (“FDOT”), Florida Department of Health (“FDH”), Natural Resources Conservation Services (“NRCS”), South Florida Water Management District (“SFWMD”), and the Florida Department of Environmental Protection (“FDEP”) in conjunction with the City’s needs. Specific services include: • Monitor contractor recovery operations and recommend efficiencies. • Accurately measure and certify truck capacities (recertify on a regular basis). • Properly and accurately complete and physically control load tickets (in tower and field) • Entering load tickets into a database application. • Developing daily operational reports to keep the CITY informed of work progress. • Comprehensive review, reconciliation, and validation of debris removal contractor(s) invoices. • Record pertinent information in format required for reimbursement by FEMA. • Disaster related damage assessment and reconstruction services, as needed. • Final report and appeal preparation and assistance. • Other disaster recovery services as requested by the CITY. PART 1 – DISASTER DEBRIS MONITORING SERVICES The City of Winter Springs is soliciting Proposals to obtain the services of a qualified Proposer to provide paper and electronic debris monitoring services following a debris generating event such as a hurricane, storm, or other event. The contract monitors are necessary to ensure applicable federal, state, and local laws, regulations, and guidelines and debris removal contracts are met by monitoring the debris removal from public access roads, rights- of-way, CITY maintained waterways, and CITY owned/maintained public property; monitoring debris management sites; and field monitors to assure debris management plan and contracts are effectively and efficiently implemented. The qualified PROPOSER will provide Disaster Debris Monitoring Services to ensure that debris removal operations are efficient, effective and eligible for FEMA Public Assistance grant funding. The contract will be dependent upon the number of disasters and does not guarantee or invoke an annual minimum. The awarded Disaster Debris Monitoring contract (“PROPOSER”) shall advise and support the CITY during a disaster recovery effort and shall be responsible for coordinating with and overall monitoring of the CITY’s Debris Collection Contractors (“DCC”) and recommending efficiencies to improve and expedite DCC recovery work. PROPOSERS must meet rules for federal grants, as provided in Title 2, C.F.R. § 200 for contracts awarded by non- federal entities under Federal Awards which are incorporated into this RFP by reference as if enumerated in their entirety in order to be eligible for reimbursement under the Public Assistance Program. This Proposal is solicited in accordance with the Procurement Requirements as shown in Title 2 C.F.R. § 200 and Appendix II as detailed in EXHIBIT C to this document and shall apply to all contracts issued pursuant to this Request for Proposal. Page | 33 RFP 06-23-02 BI Disaster Debris Monitoring Services ATTACHMENT A SCOPE OF PROPOSAL PART ONE - SCOPE OF PROPOSAL FOR MONITORING DEBRIS REMOVAL This statement of work describes and defines the services which are required for the execution of paper and electronic debris removal monitoring for the City of Winter Springs, Florida (“CITY”). The Contractor shall provide all services described in this RFP. Monitoring debris removal operations requires comprehensive observation and documentation of the debris removal work performed from point of collection to final disposal. In the event of a disaster or emergency, the Contractor shall be on-call to provide disaster debris monitoring management services and FEMA Public Assistance Grant Administration and Consulting necessary to ensure the safety and well-being of all residents and visitors to the City. Response will be activated only in the event of an emergency and in accordance with an awarded contract. Response activation will be through a Task Order issued by the CITY. Activities shall include, but are not limited to monitoring the following: field operations regarding all storm generated debris; debris pickup; debris hauling; debris staging and reduction; temporary debris storage site management; debris management; and final disposal of debris to an approved facility. Roads and other CITY facilities will be identified by the CITY and direction will be given to the Contractor for clearing these roads and facilities and act in accordance with the CITY Debris Management Plan. The CITY reserves the right to add or remove road segments at the direction of the CITY Debris Manager. Response activation will be through a Task Order issued by the CITY. While this contract scope provides for monitoring debris removal work off the state road system, no work on or off the State Road System is guaranteed. The CITY, at its sole discretion, may elect to perform work with in-house forces or other contract forces, or may cancel this contract at any time if in the best interest of the CITY. The Contractor shall have experience in the Federal Emergency Management Public Assistance Program (FEMA-PA) and the Federal Highway Administration Emergency Relief Program (FHWA-ER), and other applicable federal, state, and local programs to assist the CITY and its Emergency Response and Recovery efforts. Proper documentation by the Contractor as required by FEMA, FHWA, and all other applicable federal, state, and local agencies is required for all debris removal monitoring operations to ensure reimbursement to the CITY from the appropriate agency. The response of the Contractor to the disaster recovery process must be immediate, rapid, and efficient with acceptable cost controls, accountability procedures, written reports and submittals to ensure compliance with Florida Department of Environmental Protection (FDEP) regulations, Florida Department of Transportation (FDOT), Federal Highway Administration (FHWA), FEMA reporting requirements and any other federal, state, or local regulation to ensure that the CITY shall have the means to be reimbursed for all eligible disaster recovery costs from the appropriate federal, state, and private agencies. The Contractor shall monitor the Disaster Debris Contractor’s (“DCC's”) progress and suggest and assist with implementing recommendations to improve efficiency. Contractor and personnel shall stay current with FEMA and FHWA policies and procedures and promptly notify the CITY’s Debris Manager as changes occur. The Contractor shall provide Disaster Debris Monitoring Services to support the CITY in debris removal and recovery resulting from but not limited to catastrophic events such as hurricanes, floods or tornadoes When a major disaster occurs or is imminent, the CITY will contact the Contractor to advise it of the intent to activate the contract. Monitoring Services will generally be limited to monitoring of debris in, upon, or brought to public streets and roads, rights-of-way, municipal properties and facilities, and other public sites. In preparation for an imminent hurricane strike, or other natural disaster, monitoring crews may stage outside the strike area. In this case, the Contractor should be prepared to respond immediately after tropical sustained winds have receded to below 40 mph in Seminole County, Florida. Contractor shall be capable of assembling, directing, and managing a work force that can complete the debris monitoring operations in a maximum of 120 calendar days. Contractor shall meet the accelerated debris removal timeframes outlined by FEMA in the Sandy Recovery Improvement Act whenever possible. Contractor shall monitor Debris Collection Contractor (“DCC”) activities to ensure satisfactory performance. Monitoring includes: verification that all debris picked up is from public property or right-of-way and is a direct result of the disaster; measurement and inspection of trucks to ensure they are fully loaded; on-site inspection of pick-up areas, debris traffic routes, temporary storage sites, and disposal areas; verification that the DCC is working efficiently and in its assigned contract areas; verification that all debris management sites have access control and security. Page | 34 RFP 06-23-02 BI Disaster Debris Monitoring Services Also the Contractor will provide a range of related services including damage assessment, training, emergency planning and other services as needed and ordered by the CITY. Other services may include facilitating communication with FEMA, FHWA, NRCS, the State of Florida, and other federal, state, county, and local agencies, and coordination with state insurance representatives. The Contractor will be responsible for tracking all the contract costs and adhering to the not to exceed limit as defined. Proper notification must be given to the CITY as costs approach this limit. The work will begin upon authorization by the CITY. No guarantee on minimum or maximum amount per items Proposal is made under this Contract. No adjustment to Proposal prices will be considered due to increases or decreases in estimated quantities or fuel costs. Compliance with FEMA Super Circular "2 CFR Chapter 2, Part 200 et al." is required. Link to the FEMA Super Circular is listed below: https://www.gpo.gov/fdsys/granule/CFR-2016-title2-vol1/CFR-2016-title2-vol1-part200/content-detail.html 1. Emergency Push/Road Clearance Monitoring: Contractor shall monitor the cutting, tossing and pushing of debris, hanging limbs, or leaning trees off of transportation routes as identified and directed by the CITY or as specified by FEMA for a particular storm event. The emergency push will normally be completed within the first seventy (70) work hours, as FEMA may change from time to time, following the activation of this contract, unless notified otherwise by the CITY. Normally, time and material rate shall be paid to the Debris Collection Contractor (DCC), however, the payment to DCC will be accordance with reimbursement rules established by FEMA. Contractor is responsible for keeping the CITY abreast of FEMA requirements. Unlike other categories of work eligible for Public Assistance grants, initial debris removal project worksheets typically do not have a defined scope of work, since precise quantities of debris are difficult to attain. Therefore, unit price contracts which pay by debris volume or weight removed are typically implemented. Unit price contracts require extensive monitoring to determine accurate quantities of eligible debris removed and disposed. As load tickets are compiled and accurate quantities are determined through monitoring, the scope of work for the project worksheet, or version, is established. 2. Debris Removal from Public Rights-of-Way (ROW): Contractor shall monitor the DCC load and haul all eligible debris to an approved and certified temporary debris management site (TDMS) or other disposal destination, as specified by the CITY. All collection and hauling will be consistent with federal requirements applicable to the disaster event. The Contractor will ensure compliance with regulations and instructions from FEMA and applicable state and local agencies regarding the collection, hauling and disposal of storm debris including other categories of debris including hazardous wastes. Contractor will prepare load tickets and verify debris was handled in accordance with FEMA requirements. Potential TDMS will be identified to the successful PROPOSER by the CITY in the resulting Agreement for Services.. It is understood that the CITY’s intent is to have the work performed and paid for in a manner consistent with FEMA reimbursement regulations. 3. Designation and Management of Staging Areas: Contractor shall monitor staging areas in collaboration with the DCC for the purposes of truck/equipment certification and other operational service functions related to debris removal efforts. 4. Management of Tree Debris: Tree debris is defined as vegetation, stumps, hanging limbs, leaning trees, and similar materials resulting from trees damaged during the event. The Contractor will monitor the removal, collection, hauling and disposal of eligible tree debris, which will adhere to the most current FEMA Guidance Policy Disaster Specific Guidelines. Page | 35 RFP 06-23-02 BI Disaster Debris Monitoring Services 5.Disaster Recovery Technical Assistance: Contractor will provide Disaster Recovery Technical Assistance to the CITY to assist with guidance and consultation on all aspects of the recovery process. This assistance shall include attendance at the CITY’s Emergency Operations Center (EOC) during activations of the EOC as requested by the CITY Administrator, and continuing assistance throughout and subsequent to the work on the CITY’s FEMA reimbursement requests. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 17 of 25 EXHIBIT B RESPONSE TO REQUEST FOR PROPOSAL FOR DISASTER DEBRIS MONITORING SERVICES RFP NO. 06-23-02 BI City of Winter Springs, Florida Request for Proposal No. 06-23-02 BI Disaster Debris Monitoring Services Due Date / Time: July 14, 2023 | 3:00 pm Electronic Copy Exhibit B 2601 Maitland Center Parkway Maitland, Florida 32751 O: (407) 792-0018 | F: (407) 878-7858 www.thompsoncs.net A THOMPSON HOLDINGS, INC. COMPANY TDMS provides real -time access to data July 14, 2023 City of Winter Springs ATTN: Procurement Manager 1126 East State Road 434 Winter Springs, FL 32708 RE: REQUEST FOR PROPOSAL NO. 06-23-02-BI – DISASTER DEBRIS MONITORING SERVICES Dear Members of the Selection Committee, Thompson Consulting Services, LLC (Thompson) is pleased to submit the enclosed proposal to provide the City of Winter Springs, Florida (City) with disaster debris monitoring services. Thompson is a full- service emergency management planning, response, disaster recovery and grant management consultancy. Our consultants have over 75 years of combined experience in supporting local and state agencies in response to hurricanes, tornados, floods, ice storms, wildfires, earthquakes, rockslides, oil spills and other natural disasters. Our approach to providing disaster response, assessment, and recovery services maintains a primary focus on the efficient and effective utilization of resources while assisting our clients with navigating the funding channels of the Federal Emergency Management Agency's (FEMA) Public Assistance (PA) program as well as other post-disaster grant programs. We believe Thompson is best suited to assist the City with disaster debris monitoring services for the following reasons which are expanded upon throughout our proposal response: POST-DISASTER DEBRIS REMOVAL MANAGEMENT & FEMA FUNDING EXPERIENCE: Thompson’s experience with post-disaster debris removal monitoring and management services spans three decades and accounts for the administration of more than $4.5 billion of debris removal funding on behalf of more than 300 local and state government agencies. Our staff’s experience is unparalleled in the industry and provides assurance to the City that we will stand by our work from project inception to regulatory closeout and audit. FLORIDA EXPERIENCE: Thompson’s consultants have responded to disaster incidents in the State of Florida since Hurricane Charlie in 2004. Over the last six years alone, Thompson has provided debris removal monitoring and grant consulting services to Florida clients following Hurricane Matthew in 2016, Hurricane Irma in 2017, Hurricane Michael in 2018, Hurricane Sally in 2020, and Hurricane Ian in 2022. We are experienced and well positioned to work closely with the City, the Florida Division of Emergency Management (FDEM), Florida Department of Transportation and the Florida Department of Environmental Quality to implement a compliant and efficient disaster debris removal monitoring program. DELIVERY EFFICIENCY & AUTOMATED DEBRIS MANAGEMENT SYSTEM: Thompson’s debris removal monitoring experience includes the documentation of over 150 million cubic yards of debris. We have consistently demonstrated Thompson’s delivery efficiency through the use of our automated debris management system (ADMS), the Thompson Data Management Suite (TDMS). TDMS is used to electronically capture data, such as employee credentialing, Selection Committee, City of Winter Springs July 14, 2023 RFP No. 06-23-02-BI Disaster Debris Monitoring Services commitment to local hiring equipment barcoding, GPS coordinate, digital photography, etc. in the field and ensure accurate and timely reporting to the City. TDMS significantly reduces the quantity of hours required to perform equivalent services by competitors with “lower” hourly rates. TDMS has been routinely deployed on FEMA reimbursed projects and meets the process requirements for the U.S. Army Corps of Engineers (USACE) Advanced Contracting Initiative. ABILITY & EXPERIENCE OF PROFESSIONAL PERSONNEL: Thompson’s consultants are amongst the most educated, qualified, and dynamic in the industry, having responded to some of the most devastating incidents to impact the United States. Thompson provides the City with professional engineers and consultants that have experience with developing programs to address any of the following disaster recovery programs that may be required following a disaster event: • Right-of-way (ROW) debris removal • Right-of-way leaning tree and hanging limb removal (leaner/hanger) • Parks, beaches, and waterways cleanup • Private property debris removal (PPDR) • Right-of-entry (ROE) administration • Demolition program management • Vehicle/vessel recovery • White goods removal and decommissioning ABILITY TO QUICKLY RESPOND: Thompson has personnel and resources on stand-by should a debris generating incident occur. With 26 corporate and branch offices across the United States including a corporate office located less than one (1) hour from the City in Maitland, Florida, we will be able to deploy staff and resources within 24 hours of receiving a notice to proceed. Thompson is set up to quickly adapt to the uncertain and changing needs of the City and understands that this ability to rapidly respond to the City is of paramount importance. LOCAL PREFERENCE FOR HIRING MONITORS: It is Thompson’s intent to fill temporary debris monitoring positions with Winter Springs residents in need of work. Thompson will provide qualified residents with safety training and job training with experienced debris monitoring supervisors. We will make sure that all local hires are thoroughly and properly trained prior to being deployed to monitor a debris removal crew. This effort will help residents participate in the City’s recovery efforts with a meaningful impact and earn a competitive hourly wage. COMMITMENT TO SAFETY & QUALITY: Thompson is the only debris monitoring firm that performs motor vehicle operating record reviews and as-needed drug screening for temporary employees. This practice results in a team of monitors that is both safe and committed to quality. In addition, Thompson deploys a quality assurance team to each of its projects to ensure that certain quality standards are being upheld, regardless of the operating conditions and climate. Thompson has the experience and resources necessary to be responsive to the City’s disaster debris monitoring services needs following a disaster incident. We stand prepared to guide the City through the debris removal and recovery process while working with the FDEM and the FEMA Public Assistance program to achieve maximum disaster recovery cost reimbursement for the City. We would be honored to serve as your disaster debris monitoring services provider and stand prepared to exceed the service expectations that the City has established. Best regards, THOMPSON CONSULTING SERVICES, LLC Jon Hoyle, President AUTHORIZED POINTS OF CONTACT: Jon Hoyle, President O: 407.792.0018 |C: 321.303.2543 |F: 407.878.7858 E-mail: jhoyle@thompsoncs.net Nate Counsell, Executive Vice President O: 407.792.0018 |C: 407.619.2781 |F: 407.878.7858 E-mail: ncounsell@thompsoncs.net TABLE OF CONTENTS City of Winter Springs, Florida Request for Proposal No. 06-23-02 BI Disaster Debris Monitoring Services Cover Letter Table of Contents SECTION • Mandatory Proposal Forms ............................................................................................................. 1 − Exhibit A: Cost of Services Offered − Exhibit B: Proposer Information & Acknowledgement − Sunbiz Certification − Exhibit C: Public Entity Crime Statement − Exhibit D: Drug-Free Workplace Certification − Exhibit E: E-Verify Statement − Exhibit F: Conflict of Interest Statement − Exhibit G: Non-Collusion Affidavit − Exhibit H: Disputes Disclosure Form − Exhibit I: SMWBE Utilization Plan − Exhibit J: Byrd Anti-Lobbying Amendment − Exhibit K: Contractor References − Exhibit J: Scrutinized Company Certification − Exhibit M: Insurance Requirements Form − Bid Bond1 • Proposer’s Experience ..................................................................................................................... 2 − Exhibit 2-1: Staff Experience Matrix • Staff Qualifications ........................................................................................................................... 3 − Exhibit 3-1: Key Personnel Resumes • Technical Approach .......................................................................................................................... 4 1 Thompson has included the original bid bond in a separate sealed envelope. 1 - 1 SECTION 1 Mandatory Proposal Forms Thompson has completed and included the following forms in the subsequent pages of this section: • Exhibit A: Cost of Services Offered • Exhibit B: Proposer Information & Acknowledgement • Sunbiz Certification • Exhibit C: Public Entity Crime Statement • Exhibit D: Drug-Free Workplace Certification • Exhibit E: E-Verify Statement • Exhibit F: Conflict of Interest Statement • Exhibit G: Non-Collusion Affidavit • Exhibit H: Disputes Disclosure Form • Exhibit I: SMWBE Utilization Plan • Exhibit J: Byrd Anti-Lobbying Amendment • Exhibit K: Contractor References • Exhibit J: Scrutinized Company Certification • Exhibit M: Insurance Requirements Form • Bid Bond1 1 Thompson has included the original bid bond in a separate sealed envelope. 2 – 1 SECTION 2 Proposer’s Experience Firm Overview Thompson Consulting Services, LLC is a full-service emergency response, disaster recovery and grant management consultancy, organized as a subsidiary of Thompson Holdings, Inc. (Thompson) which also includes our affiliate companies Thompson Engineering and Watermark Design Group. What began as a small company doing basic soils and materials testing in Mobile, Alabama has since grown into a national corporation with 26 corporate and branch offices throughout the southeastern United States. Our ongoing success, strong growth, consistent project delivery and commitment to 100% client satisfaction can be traced back to when our founder, Vester J. Thompson, established the high standards that lay the foundation of our work ethic. These standards are still upheld today and summarized as follows: • Excellence in workmanship • Innovative solutions • Timely, responsive service • Cost effectiveness As a 100% employee-owned company with more than 400 personnel spanning the consulting, engineering and architecture disciplines, commitment to these standards ensures a universal threshold for project quality. Our staff has a vested interest in providing safe, quality driven, successful projects that are completed on time and within budget. The corporate organizational chart below graphically depicts the relationship between the Thompson Family of Companies and provides a brief summary of each company’s service offerings. Thompson Consulting Services will serve as the contracting entity for the services requested by the City of Winter Springs, Florida (City). PROPOSER’S EXPERIENCE 2 – 2 Years of Experience Thompson was founded in 1953 and has been providing disaster debris monitoring and program management services since 1979 following Hurricane Frederic. Since then, our organization has supported various local, state, and federal entities, including the United States Army Corps of Engineers (USACE), throughout the Nation respond to and recover from a variety of natural disasters. In 2011, Thompson Consulting Services, LLC was formed to focus solely on disaster preparedness, response and recovery service offerings and brings over 70 years of experience to the City through our family of companies and personnel. Office Locations With 26 corporate and satellite offices scattered throughout the Southeast United States, Thompson has the resources and capabilities to support the City’s debris monitoring needs. The City’s contract will be serviced from Thompson’s corporate office in Maitland, Florida, which is less than one (1) hour from the City. In addition, Thompson is experienced and capable of establishing a field office within the City should the need arise. Thompson has provided our full list of office locations below. • Atlanta, Georgia • Baton Rouge, Louisiana • Chattanooga, Tennessee • Clarksville, Tennessee • Daphne, Alabama • Dothan, Alabama • Evergreen, Alabama • Harriman, Tennessee • Helena, Alabama • Houston, Texas • Jackson, Mississippi • Kenner, Louisiana • Knoxville, Tennessee • Lake Charles, Louisiana • Maitland, Florida • Metairie, Louisiana • Millington, Tennessee • Mobile, Alabama • Moss Point, Mississippi • Orange, Texas • Pelham, Alabama • Pensacola, Florida • Raleigh, North Carolina • Richland, Mississippi • Savannah, Georgia • Troy, Alabama FIRM DATA SUMMARY FIRM NAME Thompson Consulting Services, LLC ADDRESS 2601 Maitland Center Parkway Maitland, Florida 32751 PHONE | FAX 407-792-0018 | 407-878-7858 WEBSITE www.thompsoncs.net EMAIL info@thompsoncs.net YEAR ESTABLISHED 2011 STATE OF FORMATION Delaware FEDERAL ID NO. 45-2015453 DUNS / SAM NO. | CAGE CODE 968677158 | 7NZ42 E-VERIFY ID 1111126 OFFICERS Jon Hoyle, President Nate Counsell, Executive VP John H. Baker, III, BOM Chad Brown, BOM Michael Manning, BOM PROPOSER’S EXPERIENCE 2 – 3 Disaster Response Experience Thompson has provided disaster response and recovery services to over 300 federal, state, and local government entities in planning for and responding to a variety of disaster incidents, such as hurricanes, tornados, floods, ice storms, wildfires, earthquakes, oil spills and other natural disasters. Our emergency response and disaster recovery consultants have over 75 years of combined experience and have responded to some of the most devastating incidents to impact the United States in the last two decades. This work has resulted in the documentation of over 150 million cubic yards of debris and our clients successfully applying for and retaining more than $4.5 billion of federal grant funding for debris removal. Our approach to providing disaster response and recovery services to the City maintains a primary focus on the efficient and effective utilization of available resources while assisting the City in navigating the funding and compliance channels of the Florida Division of Emergency Management (FDEM) and the Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program. Thompson’s consultants have performed debris monitoring and grant administration services for over 60 Federal Emergency Management Agency (FEMA) and Federal Highway Administration (FHWA) reimbursable federally declared disasters and emergencies. A summary of our experience over the last decade is provided in the table below, and a comprehensive staff experience matrix has been provided as Exhibit 2-1 following this section. Table 2-1: Funding Administered by Disaster Disaster Year Grant Funds Administered Disaster Year Grant Funds Administered New Mexico Wildfires (FEMA DR-4652) 2022 TBD Hurricane Sandy (FEMA DR-4085-4086) 2012 $250,000,000 Hurricane Ian (FEMA DR-4673) 2022 TBD Hurricane Isaac (FEMA DR-4080-4081) 2012 $2,000,000 KY Severe Storms (FEMA DR-4630) 2021 TBD Indiana Tornados (FEMA DR-4058) 2012 $2,500,000 Hurricane Ida (FEMA DR-4611) 2021 TBD Hurricane Irene (FEMA DR-4024) 2011 $4,500,000 Hurricane Zeta (FEMA DR-4576) 2020 $23,000,000 Alabama Tornados (FEMA DR-1971) 2011 $25,000,000 Hurricane Sally (FEMA DR-4563,4564) 2020 $180,000,000 Iowa Flooding (FEMA DR-1763) 2010 $1,640,325 Hurricane Laura (FEMA DR-4559) 2020 $48,000,000 MA Snow Storm (FEMA DR-1813) 2009 $896,475 Hurricane Dorian (FEMA DR-4465) 2019 $5,000,000 Hurricane Ike (FEMA DR-1791) 2008 $445,504,160 Hurricane Michael (FEMA DR-4399, 4400) 2018 $40,000,000 Hurricane Gustav (FEMA DR-1786) 2008 $19,374,540 Hurricane Florence (FEMA DR-4393, 4394) 2018 $12,000,000 Hurricane Dolly (FEMA DR-1780) 2008 $17,241,000 Hurricane Maria (FEMA DR-4339) 2017 TBD Missouri Ice Storm (FEMA DR-1676) 2007 $31,523,000 Hurricane Irma (FEMA DR-4337, 4338) 2017 $100,000,000 New York Winter Storm (FEMA DR-1665) 2006 $20,700,000 Hurricane Harvey (FEMA DR-4332) 2017 $20,000,000 Hurricane Wilma (FEMA DR-1609) 2005 $214,491,000 PROPOSER’S EXPERIENCE 2 – 4 Disaster Year Grant Funds Administered Disaster Year Grant Funds Administered Hurricane Matthew (FEMA DR-4283-86) 2016 $100,000,000 Hurricane Rita (FEMA DR 1606) 2005 $96,000,000 Louisiana Severe Flooding (FEMA DR-4277) 2015 $65,000,000 Hurricane Katrina (FEMA DR 1602-1604) 2005 $914,304,040 SC Severe Flooding (FEMA DR-4241) 2015 $35,000,000 Hurricane Ivan (FEMA DR-1551) 2004 $243,332,500 Winter Storm Pandora (FEMA DR-4211) 2015 $750,000 Hurricane Frances (FEMA DR-1545) 2004 $5,000,000 Winter Storm Pax (FEMA DR-4166) 2014 $200,000,000 Hurricane Charley (FEMA DR-1539) 2004 $97,085,850 Thompson’s clients benefit from our long and consistent history in providing disaster response and recovery services through the incorporation of program management best practices gained over the years and understanding of current federal disaster recovery guidelines and procedures. Ability to Perform Services Thompson’s consultants have responded to disaster incidents in the State of Florida since Hurricane Charlie in 2004. Recently, Thompson has provided debris removal monitoring and grant consulting services to Florida clients following Hurricane Matthew in 2016, Hurricane Irma in 2017, Hurricane Michael in 2018, Hurricane Sally in 2020, and Hurricane Ian in 2022. Since 2010, Thompson has responded to 5 federally declared disaster incidents in the State of Florida and supported 82 local and state clients in monitoring and documenting nearly 32 million cubic yards of disaster debris. We are well positioned to work closely with the City, the Florida Division of Emergency Management (FDEM), Florida Department of Transportation and the Florida Department of Environmental Quality to implement a compliant and efficient disaster debris removal monitoring program. Thompson has never failed to provide services for which we have been contracted, and we have never failed to respond to a client. Record of Prior Successful Experience Past Disaster Recovery Experience The following select project examples highlight our experience and capabilities performing similar services to the scope of work requested by the City and include several recent examples that demonstrate our experience and ability to guide local governments to meet the FEMA Public Assistance Program eligibility requirements for debris removal and monitoring. In addition, many of these projects provide evidence of our ability to perform damage assessment, right- of-way monitoring, hazardous leaner/hanger removal, private property debris removal (PPDR), disposal site monitoring, solid and hazardous waste management, and FEMA reimbursement. City of Daytona Beach, Florida 2016, 2017 , 2022 Debris Removal Monitoring & FEMA Grant Management Support Debris Quantity: 790,000 CY 2022 Hurricane Ian: Thompson was activated by the City of Daytona Beach (City) to provide disaster debris monitoring services following the impacts of Hurricane Ian. The City suffered from extensive wind damage and PROPOSER’S EXPERIENCE 2 – 5 storm-surge impacting sea walls. Thompson was able to mobilize immediately deploying personnel and equipment to begin debris removal operations including right-of-way debris removal and the removal of hazardous leaning trees and hanging limbs. Throughout project operations, Thompson monitored the removal of over 343,000 cubic yards of debris and 3,450 hazardous trees and limbs from the City. 2017 Hurricane Irma: Following Hurricane Irma, the City once again activated Thompson to provide disaster debris removal monitoring and FEMA PA services. Thompson immediately be gan coordinating with the City's debris removal contractor to determine crew configurations and onboarding local residents for debris removal monitor positions. Thompson monitored and documented the removal of over 117,077 cubic yards of debris, completing operations in less than three months. 2016 Hurricane Matthew: Thompson assisted the City with their debris removal operations and FEMA PA activities following the devastating impacts of Hurricane Matthew. Thompson immediately responded to the City following the passing of Hurricane Matthew to begin on -boarding and training local residents as debris removal monitors. Over all, Thompson monitored, documented, and substantiated reimbursement for the removal of 330,000 cubic yards of debris. In addition, Thompson has assisted the City with the identification of eligible projects, provided FEMA policy and process guidance, and continues to provide hands-on support to prepare and review documentation and FEMA project worksheets. Thompson’s FEMA PA consultants have a seven-year history of performance with the City. DDMP Update: In 2015 the City Public Works Department contracted Thompson to assist in updating their existing Disaster Debris Management Plan to meet current FEMA guidelines. The updated DDMP defines debris management roles and responsibilities and policies and procedures the City will refer to following a debris generating incident. Thompson also conducted validity assessments of the City's pre-identified temporary debris management site locations. City of Mobile, Alabama Sept. 2020 – Mar. 2021 Hurricane Sally Debris Removal Monitoring Debris Quantity: 660,000 CY 2020 Hurricane Sally: Thompson was activated the City following the passage of Hurricane Sally, the first hurricane to make landfall in the State of Alabama since 2004. The storm caused structural damage and severe flooding that produced large amounts of construction, demolition, and vegetative debris. Thomp son monitored and substantiated the removal of over 660,000 cubic yards of debris from the City. As the City of Mobile is known for its historic oak trees that line the main thoroughfares, special debris removal measures were imperative to protect this aspect of the City’s heritage. Thompson devoted considerable efforts and took measures to work hand-in-hand with the City arborist to ensure maximum preservation of historic trees, while trimming or removing limbs deemed hazardous according to FEMA guidelines. Lee County, Florida Sept. 2017 – March 2018 / Oct. 2022 – Present Disaster Debris Removal Monitoring Debris Quantity: 5,744,000 CY / 2,319,784 CY 2022 Hurricane Ian: Hurricane Ian was one of the deadliest hurricanes to impact the State of Florida and caused widespread flooding and extensive damage. Lee County was greatly impacted due to storm surge and high winds causing large amounts of debris and infrastructure damage. Thompson was once again called upon by the County to provide debris removal monitoring and recovery services and was able to respond immediately. Thus far, Thompson has substantiated the removal of over 5.7 million cubic yards of debris from the County. Additionally, Thompson has monitored the removal of over 43,450 hazardous limbs and trees throughout the County. Operations are ongoing. 2017 Hurricane Irma: As Lee County braced for the potential impact of Hurricane Irma, the strongest Atlantic basin hurricane ever recorded, they activated Thompson’s contract for debris removal monitoring services, and PROPOSER’S EXPERIENCE 2 – 6 Thompson prepared to deploy a response team to the County immediately following the passage of Hurricane Irma. Hurricane Irma made a secondary U.S. landfall just South of Lee County, however still passed through the County as a strong devastating storm. Hurricane Irma left property damage, flooding from rainfall, and downed trees and power lines throughout the County. Thompson began operations immediately upon receiving a notice to proceed and working closely with the County’s debris removal contractor to quickly begin debris removal operations. Thompson monitore d the removal of over 2 million cubic yards of debris from County ROW, and performed special debris removal programs including commercial, parks, and utilities ROW removal monitoring. Thomson also monitored the removal of over 70,000 hazardous limbs, and 4,000 trees throughout the County. In addition, Thompson substantiated the removal of nearly 10,000 CY of vegetation from County waterways. City of Fort Myers, Florida Sept . – Dec . 2017 / Oct . 202 2 – Mar . 2023 Disaster Debris Removal Monitoring Debris Quantity: 973,000 CY 2022 Hurricane Ian: Thompson has maintained a stand-by debris monitoring services contract with the City of Fort Myers since 2017. Since then, Thompson has supported the City in preparedness efforts and maintained operational readiness in the event of a federally declared disaster or activation. Thompson assisted the City with their debris removal operations following the impacts of Hurricane Ian. Thompson was able to immediately respond to the City following a notice to proceed and began training local residents as debris removal monitors. Overall, Thompson monitored, documented, and substantiated reimbursement for the removal of 640,000 cubic yards of debris and over 7,300 hazardous limbs and trees. 2017 Hurricane Irma: Following the devastating impacts of Hurricane Irma, the City activated Thompson to perform debris removal monitoring services. Thompson deployed resources and staff immediately to begin debris removal operations as quickly as possible. Thompson monitored the removal of over 332,000 cubic yards of debris and 3,136 hazardous limbs and trees from the City completing operations in under 90 days. City of Fort Lauderdale, Florida Sept . – Dec. 2017 / Apr. 2020 – Present Hurricane Irma Debris Removal Monitoring / PPDR Debris Quantity: 460,000 CY Thompson has maintained a stand-by debris monitoring contract with the City of Fort Lauderdale (City) for over five years prior to being activated following Hurricane Irma in September of 2017. During that time, Thompson performed annual debris training and disaster response process reviews with the City in order to maintain a high level of operational readiness should our debris monitoring team ever be needed to respond. 2020 COVID-19: Thompson is currently supporting the City of Fort Lauderdale with its recovery of grant funds to support the City’s COVID-19 pandemic response efforts. This includes Category B costs related to the City’s labor, equipment and material use for pandemic response costs as well as the establishment of temporary non -congregate shelters. Thompson has maintained an active knowledge of the disaster-specific guidance issued by FEMA for the COVID- 19 declarations and continues to support the City as FEMA mobilizes to begin administering its PA program. Additionally, Thompson is coordinating with the City to identify its expenditures and potential grant funding opportunities, such as those available through the US Department of Health and Human Services (HHS) and the Center for Disease Control (CDC). 2017 Hurricane Irma: In advance of Hurricane Irma, the City activated Thompson’s contract, and Thompson deployed a response team to the City immediately following passage of Hurricane Irma. Thompson began debris operations immediately with over 75 field staff ready due to our pre -deployment of resources. Thompson monitored the removal of over 460,000 cubic yards of vegetative, construction and demolition debris, as well as the removal of hazardous limbs from 12,000 trees and the complete removal of over 400 hazardous leaning PROPOSER’S EXPERIENCE 2 – 7 trees. Thompson also worked closely with the City and its stakeholders to obtain approval for, and implement a FEMA approved private property debris removal program that has resulted in the removal of debris from private property and gated communities. Furthermore, high wind and storm surge displaced nearly 60,000 cubic yards of beach sand onto A1A, City sidewalks, City parking lots, and other facilities including picnic areas and volleyball courts. The sand on A1A was pushed back to the beach entrances and onto the sidewalks during the emergency push, leaving massive 10- foot piles of sand covering the iconic Fort Lauderdale Beach wave wall. Within hours of a notice to proceed, Thompson began coordinating with the City, County, FDEP and FEMA to begin emergency sand recover y and screening to remove the large piles and return the sand to the beach. Thompson coordinated with the Contractor to ensure project completion within an expedited debris removal schedule that allowed the City to quickly recover from the costly environmental and economic impacts of Hurricane Irma. City of Lakeland , Florida Sept. 2017 – Feb. 2018 / Oct. – Dec. 2022 Disaster Debris Removal Monitoring & FEMA PA Debris Quantity: 377,000 CY 2022 Hurricane Ian: The City once again activated Thompson as their disaster debris removal monitoring and financial recovery services provider following the devastating impacts of Hurricane Ian. Thompson responded immediately mobilizing resources to begin debris removal monitoring operations which included right-of-way debris removal, the removal of hazardous trees and limbs, and City parks debris removal programs. Overall, Thompson documented the removal of over 117,000 cubic yards of debris and over 3,000 hazardous trees and hanging limbs from the City. 2017 Hurricane Irma: In 2017, the City activated Thompson’s debris monitoring and financial recovery services contract. Thompson mobilized immediately to the City with personnel and resources and began monitoring and documenting debris removal operations including right-of-way debris removal and hazardous leaning and hanging trees and limb removal. Overall, Thompson substantiated 260,084 cubic yards of debris on behalf of the City. Simultaneously, Thompson began providing FEMA Public Assistance consulting support to the City, working closely with City staff to assist in proper documentation of disaster response activities, including force account labor and resources. Thompson’s consultants collaborated with City departments to identify eligible projects, develop supporting documentation, and submit information to the FEMA GrantsPortal. In addition to substantial Category A – Debris Removal Costs, Thompson assisted the City with the submittal of project worksheets for eligible emergency protective measures and permanent repairs to City-owned infrastructure such as fencing, sidewalks and facilities including Tiger Town and the Lakeland Linder International Airport. City -Parish of East Baton Rouge, Louisiana 2016, 2019, 2021 Debris Removal Monitoring & PPDR Debris Quantity: 35,000 / 1,800,000 CY / 922,000 CY 2021 Hurricane Ida: Most recently, Thompson’s stand-by debris monitoring contract was activated following the devastating effects of Hurricane Ida. The City- Parish suffered widespread damage to due destructive winds and severe flooding. Thompson was able to respond immediately, mobilizing personnel and resources to the City-Parish. Thompson oversaw the collection and disposal of over 922,000 cubic yards of vegetative and demolition debris. 2019 Hurricane Barry: Following Hurricane Barry in 2019, the City-Parish activated Thompson to assist in monitoring and documenting debris removal efforts. Thompson immediately mobilized to the Parish and began implementing debris removal monitoring operations. In just two weeks, Thompson substantiated nearly 35,000 cubic yards of debris and assisted the Parish in a swift and efficient recovery operation. PROPOSER’S EXPERIENCE 2 – 8 2016 Severe Flooding: In August 2016 prolonged severe storms caused massive flooding throughout the City- Parish of East Baton Rouge, Louisiana leaving over 60,000 homes damaged or destroyed. As the flood waters subsided the City-Parish activated their debris removal hauler and monitor, Thompson, to assist in the monumental effort of managing the removal of debris generated from the thousands of flooded homes. Thompson oversaw the collection of more than 1.9 million cubic yards of constructing and demolition (C&D) debris throughout the City-Parish. In addition, Thompson worked closely with the City-Parish and the debris removal hauler to design and implement a comprehensive Private Property Debris Removal Program for extended ROW collection. Thompson canvassed neighborhoods, distributed right-of-entry forms, and staffed multiple libraries and community centers to assist homeowners. Once ownership of the property was verified, Thompson logged the record into TDMS and provided the debris removal contractor with a list and map of properties approved for PPDR. Over 1,450 right-of-entry forms were collected, validated and processed for extended collection. Hillsborough County, Florida Oct. 2022 – Feb. 2023 Hurricane Ian Debris Removal Monitoring Debris Quantity: 669,650 CY Thompson has maintained a stand-by debris monitoring contract with the County since 2020 before being activated following Hurricane Ian in September of 2022. During that time, Thompson maintained a high level of operational readiness should our debris monitoring team ever be needed to respond. 2022 Hurricane Ian: Hurricane Ian was one of the deadliest hurricanes to impact the State of Florida and caused widespread flooding and extensive damage. Hillsborough County was impacted due to tornadoes and high winds causing large amounts of debris and infrastructure damage. Thompson was called upon by the County to provide debris removal monitoring and recovery services and was able to respond immediately. Overall, Thompson substantiated the removal of over 669,650 cubic yards of debris from the County. Additionally, Thompson has monitored the removal of over 300 hazardous limbs and trees throughout the County. U.S. Army Corps of Engineers (USACE), Louisville District Dec. 2021 – Apr. 2022 Disaster Debris Removal Monitoring Debris Quantity: 433,000 CY 2021 Tornado: In December of 2021 Graves County and the City of Mayfield were devastated by a Major EF4 tornado that required a massive emergency response and recovery operation. The County and City called on the United States Army Corps of Engineers (USACE) to facilitate disaster debris removal efforts. As part of the USACE debris removal mission, Thompson served as the debris removal monitoring firm on behalf of the USACE’s selected debris removal contractor. Thompson provided comprehensive project management support including field debris monitoring, safety management, quality assurance, project reporting, mapping, data management, and invoice reconciliation support. In addition to deploying Thompson’s experienced management team and debris monitoring staff, Thompson hired and trained more than 35 Graves County and City of Mayfield residents to support the operation. In total, Thompson monitored the removal of more than 433,000 cubic yards of vegetative, construction and demolition, and concrete debris from the County and City. References The following references attest to the versatility of Thompson and the capabilities that we maintain in debris removal monitoring and disaster related services. We believe the highest praise a consultancy can receive is that of a recommendation from a previous or current client. PROPOSER’S EXPERIENCE 2 – 9 City of Fort Myer s, Florida Sept. – Dec. 2017 / Oct. 2022 – Mar. 2023 Disaster Debris Removal Monitoring Debris Quantity: 973,000 CY Nicole Monahan, P.E., City Engineer – Public Works 239-321-7459 | nmonahan@cityftmyers.com 2200 Second Street Fort Myers, FL 33901 City of Lakeland, Florida Sept. 2017 – Feb. 2018 / Oct . – Dec. 2022 Disaster Debris Removal Monitoring & FEMA PA Debris Quantity: 340,000 CY Gene Ginn, Director – Solid Waste & Recycling 863-834-8777 | gene.ginn@lakelandgov.net 605 Evelyn Avenue Lakeland, FL 33801 Hillsborough County, F lorida Oct. 2022 – Feb. 2023 Disaster Debris Removal Monitoring Debris Quantity: 669,650 CY Kyle Beverland, Special Projects Coordinator – Solid Waste Mgmt. Dept. 813-326-0527 | BeverlandK@Hillsboroughcounty.org 350 N. Falkenburg Rd. Tampa, FL 33619 Simultaneous Contract Activations / Managerial Capabilities Thompson recognizes that each disaster situation is going to be different. Although we will always be able to leverage our extensive experience and capabilities, we will also have to be prepared to draw on resources intelligently, prioritize efficiently, and act decisively when facing new challenges. In order to do this, Thompson promotes a collaborative working relationship with our clients and their debris removal contractors. Recent disaster incidents, including Hurricane Ian in 2022, Hurricane Ida in 2021, Hurricanes Laura, Sally, and Zeta in 2020, Hurricane Florence and Michael in 2018, Hurricanes Harvey, Irma, and Maria in 2017, and Hurricane Matthew in 2016 have tested and enhanced Thompson’s managerial capabilities across the United States, especially in the State of Florida. Table 2-2: Major Disaster Events and Simultaneous Contract Activations Disaster Event Contract Activations 2022 Hurricane Ian 30 2021 Hurricane Ida 10 2020 Hurricanes Laura, Sally, and Zeta 17 2018 Hurricane Michael 6 2017 Hurricanes Harvey, Irma, and Maria 54 2016 Hurricane Matthew 27 These disaster incidents have resulted in regional, nearly state-wide, and multi-state response operations. Hurricanes Michael and Florence made landfall within one month of each other and required simultaneous disaster response operations for nine (9) clients in North and South Carolina and six (6) clients in Florida and Georgia. Following Hurricane Irma, Thompson was activated by, and successfully responded to 47 clients within the State of Florida, including Lee County, Volusia County, and the Solid Waste Authority of Palm Beach County, some of the hardest hit and largest debris removal missions throughout the State. In 2016 when a massive flooding event devastated the greater Baton Rouge area of Louisiana and Hurricane Matthew struck the Atlantic Seaboard of the United States, PROPOSER’S EXPERIENCE 2 – 10 Thompson was simultaneously activated by twenty-five (25) county and city governments in Louisiana, Florida, Georgia, South Carolina, North Carolina, and Virginia. At peak times following Hurricane Irma in Florida alone, Thompson had deployed over 1,600 field staff, and nearly 1,200 pieces of ADMS equipment. Through these recent events Thompson worked closely with our clients and many different debris removal companies to work through the following challenges: Logistic Considerations: When addressing a multi-state disaster response such as Hurricane Matthew, Thompson’s debris removal monitoring assignments were extended over a large area including south central Louisiana and spanning nine hundred (900) miles along the Atlantic coast from Palm Beach County, FL to Norfolk, Virginia. In order to address client specific field personnel and equipment needs, Thompson implemented several operational hubs in six (6) states with runner and logistics support to all projects. Thompson maintains over 26 corporate and branch offices throughout the Southeastern United States, allowing us to strategically stage personnel and equipment resources following a disaster event. Additionally, Thompson is also experienced and prepared to establish field offices within the City and operational hubs nearby should the need arise. Large Scale ADMS Deployment to Monitor All Types of Debris Collection: Thompson’s ADMS deployment following Hurricanes Harvey, Irma, and Maria in 2017 was one of the largest simultaneous ADMS deployments in history, with over 1,300 units deployed to over 55 work locations. Thompson’s ADMS units were configured to monitor the collection of nearly 15 million cubic yards of disaster related debris. Thompson’s ADMS system (TDMSmobile) was configured to monitor the removal of vegetative, construction and demolition (C&D), white goods, household hazardous waste, animal carcasses, sand, waterway, and private property debris removal. The following list includes a summary of each disaster incident over the last decade and the number of handheld units deployed. Staffing Execution Plan: Thompson maintains a professional in-house recruiting and staffing department so that we can respond quickly and efficiently to surge staffing demands. We maintain a network of over 1,000 potential field monitors on call to supplement monitors sourced locally. When tasked with ramping up quickly, efficiently, and simultaneously over a six (6) state area following Hurricane Matthew, Thompson relied on dedicated resources that owned the ramp-up process. We did not, and do not currently, rely on any third-party staffing firms that do not understand the disaster business. This was critical to our success with the Hurricanes Matthew, Irma and Michael mobilizations. Thompson is extremely proud of our response time record and our ability to deploy resources quickly and efficiently in disaster situations across the country. As an example of our staffing abilities, we have summarized our response times to previous disasters and resources deployed in the following table. Table 2-3: Previous Response Times and Resources Deployed Disaster Year Number of Clients Response Time Field Staff Hired Hurricane Ian (FEMA DR-4673) 2022 30 Within 12-24 hours of NTP 2,538 New Mexico Wildfires (FEMA DR-4652) 2022 1 Within 12-24 hours of NTP 125 Kentucky Severe Winter Storm (FEMA DR-4592) 2021 1 Within 48 hours of NTP 529 Hurricane Ida (FEMA DR-4611) 2021 13 Within 12-24 hours of NTP 2,900 PROPOSER’S EXPERIENCE 2 – 11 Disaster Year Number of Clients Response Time Field Staff Hired Hurricane Sally (FEMA DR-4563,4564) 2020 10 Within 12-24 hours of NTP 1,425 Hurricane Dorian (FEMA DR-4465) 2019 2 Within 24 hours of NTP 160 Hurricane Michael (FEMA DR-4399, 4400) 2018 13 24 hours prior to NTP 1,300 Hurricane Florence (FEMA DR-4393, 4394) 2018 13 48 hours prior to NTP 989 Hurricane Maria (FEMA DR-4339) 2017 1 Within 24 hours of NTP 1,200 Hurricane Irma (FEMA DR-4337, 4338) 2017 47 Within 12-24 hours of NTP 1,600 Hurricane Harvey (FEMA DR-4332) 2017 6 Within 12 hours of NTP 200 Hurricane Matthew (FEMA DR-4283-86) 2016 17 48 hours prior to NTP 600 Louisiana Severe Flooding (FEMA DR-4277) 2016 2 24 hours prior to NTP 440 South Carolina Severe Flooding (FEMA DR-4241) 2015 1 Within 48 hours of NTP 55 Winter Storm Pax (FEMA DR-4166) 2014 6 Within 48 hours of NTP 475 EXHIBIT 2-1: STAFF EXPERIENCE MATRIX Page 1 / 10 STAFF EXPERIENCE MATRIX Thompson Consulting Services Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support HURRICANE IAN 2022 – 2023 EVENT TOTAL CUBIC YARDS – 11,479,698 Altamonte Springs, FL 4673 20,613 ♦ ♦ ♦ ♦ Apopka, FL 4673 77,316 ♦ ♦ ♦ ♦ ♦ ♦ Bonita Springs, FL 4673 247,116 ♦ ♦ ♦ ♦ ♦ Casselberry, FL 4673 21,225 ♦ ♦ ♦ ♦ ♦ Clewiston, FL 4673 8,022 ♦ ♦ ♦ ♦ Cocoa, FL 4673 3,005 ♦ ♦ ♦ ♦ Daytona Beach, FL 4673 342,909 ♦ ♦ ♦ ♦ ♦ DeBary, FL 4673 57,507 ♦ ♦ ♦ ♦ Deland, FL 4673 55,929 ♦ ♦ ♦ ♦ ♦ Desoto County, FL 4673 569,372 ♦ ♦ ♦ ♦ ♦ ♦ Ft. Myers, FL 4673 641,023 ♦ ♦ ♦ ♦ ♦ Ft. Myers Beach, FL 4673 756,295 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Hendry County, FL 4673 41,132 ♦ ♦ ♦ ♦ Hillsborough County, FL 4673 669,652 ♦ ♦ ♦ ♦ ♦ ♦ Kissimmee, FL 4673 19,823 ♦ ♦ ♦ ♦ ♦ LaBelle, FL 4673 13,697 ♦ ♦ ♦ ♦ Lakeland, FL 4673 117,102 ♦ ♦ ♦ ♦ ♦ ♦ Lee County FL Schools 4673 30,023 ♦ ♦ ♦ ♦ ♦ Lee County, FL 4673 5,743,776 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Ocoee, FL 4673 37,377 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Orlando, FL 4673 82,079 ♦ ♦ ♦ ♦ Ormond Beach, FL 4673 123,441 ♦ ♦ ♦ ♦ ♦ Oviedo, FL 4673 33,706 ♦ ♦ ♦ ♦ ♦ ♦ Port Orange, FL 4673 297,678 ♦ ♦ ♦ ♦ ♦ ♦ Sanibel, FL 4673 1,457,258 ♦ ♦ ♦ ♦ ♦ ♦ Wellington, FL 4673 3,387 ♦ ♦ ♦ ♦ Winter Garden, FL 4673 9,235 ♦ ♦ ♦ ♦ NEW MEXICO WILDFIRES 2022-2023 EVENT TOTAL TONNAGE – 49,552 NM Department of Transportation 4652 49,552 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ KENTUCKY SEVERE STORMS & FLOODING 2022-2023 EVENT TOTAL TONNAGE – 331,818 KY Transportation Cabinet 4663 331,818 ♦ ♦ ♦ ♦ ♦ KENTUCKY SEVERE STORMS & FLOODING 2021-2022 EVENT TOTAL CUBIC YARDS – 542,050 USACE DRC 4630 433,857 ♦ ♦ ♦ ♦ Mayfield, KY 4630 108,193 ♦ ♦ ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 2 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support HURRICANE IDA 2021 – 2022 EVENT TOTAL CUBIC YARDS – 11,760,000 Ascension Parish, LA 4611 469,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Denham Springs, LA 4611 71,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City-Parish of East Baton Rouge, LA 4611 922,000 ♦ ♦ ♦ ♦ Jefferson Parish, LA 4611 1,621,600 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ LA Department of Transportation 4611 2,038,000 ♦ ♦ ♦ ♦ ♦ Livingston Parish, LA 4611 1,324,000 ♦ ♦ ♦ ♦ ♦ ♦ Town of Sorrento, LA 4611 9,400 ♦ ♦ ♦ ♦ St. Tammany Parish, LA 4611 2,530,000 ♦ ♦ ♦ ♦ ♦ Terrebonne Parish, LA 4611 2,775,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ SEVERE STORMS & FLOODING EVENT TOTAL CUBIC YARDS – 42,800 City-Parish of East Baton Rouge, LA 4606 42,500 ♦ ♦ ♦ ♦ Ascension Parish, LA 4606 300 ♦ ♦ ♦ ♦ SEVERE WINTER STORM 2021 EVENT TOTAL CUBIC YARDS – 153,000 KY Transportation Cabinet 4592 153,000 ♦ ♦ ♦ ♦ SEVERE WINTER STORM 2021 EVENT TOTAL CUBIC YARDS – 64,000 City-Parish East Baton Rouge, LA 4590 64,000 ♦ ♦ ♦ ♦ SEVERE WINTER STORM 2021 EVENT TOTAL CUBIC YARDS – 79,400 City of Corpus Christi, TX 4586 75,000 ♦ ♦ ♦ ♦ City of Pearland, TX 4586 4,400 ♦ ♦ ♦ ♦ HURRICANE ZETA 2020 EVENT TOTAL CUBIC YARDS – 1,473,700 Jefferson Parish, LA 4577 143,000 ♦ ♦ ♦ ♦ Terrebonne Parish, LA 4577 12,000 ♦ ♦ ♦ ♦ City of Gautier, MS 4576 7,700 ♦ ♦ ♦ ♦ Jackson County, MS 4576 438,000 ♦ ♦ ♦ ♦ City of Long Beach, MS 4576 112,000 ♦ ♦ ♦ ♦ ♦ City of Pascagoula, MS 4576 42,000 ♦ ♦ ♦ ♦ Clarke County, AL 4573 243,000 ♦ ♦ ♦ ♦ ♦ City of Mobile, AL 4573 261,400 ♦ ♦ ♦ ♦ ♦ ♦ Mobile County, AL 4573 263,000 ♦ ♦ ♦ ♦ ♦ ♦ Washington County, AL 4573 213,000 ♦ ♦ ♦ ♦ ♦ SEVERE WINTER STORM 2020 EVENT TOTAL CUBIC YARDS – 477,000 City of Norman, OK 4575 477,000 ♦ ♦ ♦ ♦ HURRICANE DELTA 2020 EVENT TOTAL CUBIC YARDS – 77,221 City-Parish East Baton Rouge, LA 4570 77,221 ♦ ♦ ♦ ♦ HURRICANE SALLY 2020 STAFF EXPERIENCE MATRIX PAGE 3 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support EVENT TOTAL CUBIC YARDS – 9,456,677 Escambia County, FL 4564 4,427,522 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Gulf Breeze, FL 4564 98,600 ♦ ♦ ♦ ♦ ♦ AL Dept. of Transportation 4563 2,451,641 ♦ ♦ ♦ ♦ ♦ City of Gulf Shores, AL 4563 656,203 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Mobile, AL 4563 408,450 ♦ ♦ ♦ ♦ ♦ ♦ Mobile County, AL 4563 270,400 ♦ ♦ ♦ ♦ ♦ ♦ City of Orange Beach, AL 4563 644,782 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Spanish Fort, AL 4563 95,162 ♦ ♦ ♦ ♦ ♦ HURRICANE LAURA 2020 EVENT TOTAL CUBIC YARDS – 2,415,052 Grant Parish, LA 4559 1,186,807 ♦ ♦ ♦ ♦ ♦ ♦ Jefferson Davis Parish, LA 4559 215,825 ♦ ♦ ♦ ♦ ♦ City of Jennings, LA 4559 54,600 ♦ ♦ ♦ ♦ ♦ LA Dept. of Transportation 4559 139,000 ♦ ♦ ♦ ♦ City of Natchitoches, LA 4559 31,600 ♦ ♦ ♦ ♦ City of Pineville, LA 4559 36,700 ♦ ♦ ♦ ♦ Vernon Parish, LA 4559 726,831 ♦ ♦ ♦ ♦ ♦ Winn Parish, LA 4559 148,789 ♦ ♦ ♦ ♦ ♦ ♦ MIDWEST DERECHO 2020 EVENT TOTAL CUBIC YARDS – 426,440 IA Dept. of Homeland Security and EM 4557 406,000 ♦ ♦ ♦ City of Bertram. IA 4557 20,440 ♦ ♦ ♦ ♦ HURRICANE ISAIAS 2020 EVENT TOTAL CUBIC YARDS – 2,400 New Hanover County, NC 4568 2,400 ♦ ♦ ♦ ♦ TROPICAL STORM IMELDA 2019 EVENT TOTAL CUBIC YARDS – 3,755 City of Beaumont, TX 4466 3,850t ♦ ♦ ♦ ♦ City of Liberty, TX 4466 3,755 ♦ ♦ ♦ ♦ HURRICANE DORIAN 2019 EVENT TOTAL CUBIC YARDS – 186,600 Currituck County, NC 4465 31,200 ♦ ♦ ♦ ♦ ♦ Dare County, NC 4465 155,400 ♦ ♦ ♦ ♦ ♦ HURRICANE BARRY 2019 EVENT TOTAL CUBIC YARDS – 87,359 Terrebonne Parish, LA 4458 50,790 ♦ ♦ ♦ ♦ City-Parish East Baton Rouge, LA 4458 36,569 ♦ ♦ ♦ ♦ HURRICANE MICHAEL 2018 – 2019 EVENT TOTAL CUBIC YARDS – 4,392,415 Leon County, FL 4399 1,043,757 ♦ ♦ ♦ ♦ ♦ City of Tallahassee, FL 4399 427,650 ♦ ♦ ♦ ♦ ♦ Gadsden County, FL 4399 1,524,442 ♦ ♦ ♦ ♦ ♦ ♦ Jackson County, FL 4399 499,627 ♦ ♦ ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 4 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support Tyndall Air Force Base, FL 4399 57,466 ♦ ♦ Georgia Department of Transportation 4400 184,527 ♦ ♦ ♦ ♦ Thomas County, GA 4400 45,031 ♦ ♦ ♦ ♦ ♦ HURRICANE FLORENCE 2018 – 2019 EVENT TOTAL CUBIC YARDS – TBD Town of Bogue, NC 4393 8,915 ♦ ♦ ♦ ♦ Carteret County, NC 4393 1,507,059 ♦ ♦ ♦ ♦ ♦ Cumberland County, NC 4393 1,319t ♦ ♦ ♦ ♦ City of Jacksonville, NC 4393 269,383 ♦ ♦ ♦ ♦ ♦ Dept. of Transportation, NC 4393 14,153t ♦ ♦ ♦ ♦ ♦ Town of Swansboro, NC 4393 30,816 ♦ ♦ ♦ ♦ ♦ HURRICANE MARIA 2017 – 2019 EVENT TOTAL CUBIC YARDS – 460,000 Dept. of Transportation, PR 4339 1,275,612 ♦ ♦ ♦ ♦ ♦ HURRICANE IRMA 2017 – 2018 EVENT TOTAL CUBIC YARDS – 12,000,000 City of Altamonte Springs, FL 4337 68,144 ♦ ♦ ♦ ♦ ♦ City of Bonita Springs, FL 4337 536,487 ♦ ♦ ♦ ♦ ♦ ♦ City of Casselberry, FL 4337 31,317 ♦ ♦ ♦ ♦ ♦ Citrus County, FL 4337 173,920 ♦ ♦ ♦ ♦ Hendry County, FL 4337 300,110 ♦ ♦ ♦ ♦ ♦ City of Cooper City, FL 4337 153,376 ♦ ♦ ♦ ♦ ♦ City of Crystal River, FL 4337 3,142 ♦ ♦ ♦ ♦ City of Daytona Beach, FL 4337 117,077 ♦ ♦ ♦ ♦ ♦ City of Deland, FL 4337 129,377 ♦ ♦ ♦ ♦ ♦ ♦ City of Delray Beach, FL 4337 173,674 ♦ ♦ ♦ ♦ ♦ City of Flagler Beach, FL 4337 27,515 ♦ ♦ ♦ ♦ City of Ft Lauderdale, FL 4337 647,519 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Ft Myers, FL 4337 331,986 ♦ ♦ ♦ ♦ ♦ Town of Ft Myers Beach, FL 4337 24,783 ♦ ♦ ♦ ♦ Glades County, FL 4337 40,827 ♦ ♦ ♦ ♦ Hernando County, FL 4337 118,699 ♦ ♦ ♦ ♦ ♦ City of Hialeah, FL 4337 211,704 ♦ ♦ ♦ ♦ ♦ City of Inverness, FL 4337 10,238 ♦ ♦ ♦ ♦ City of Lake Mary, FL 4337 55,826 ♦ ♦ ♦ ♦ ♦ City of Lakeland, FL 4337 260,084 ♦ ♦ ♦ ♦ ♦ ♦ City of Largo, FL 4337 54,992 ♦ ♦ ♦ ♦ Lee County, FL 4337 2,319,785 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Leesburg, FL 4337 27,118 ♦ ♦ ♦ ♦ ♦ Leon County, FL 4337 37,619 ♦ ♦ ♦ ♦ City of Maitland, FL 4337 36,443 ♦ ♦ ♦ ♦ ♦ Manatee County, FL 4337 560,188 ♦ ♦ ♦ ♦ ♦ City of Margate, FL 4337 94,506 ♦ ♦ ♦ ♦ ♦ ♦ City of Miami Springs, FL 4337 165,755 ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 5 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support City of Oak Hill, FL 4337 6,124 ♦ ♦ ♦ ♦ City of Orange City, FL 4337 47,722 ♦ ♦ ♦ ♦ ♦ ♦ City of Orlando, FL 4337 216,508 ♦ ♦ ♦ ♦ ♦ City of Ormond Beach, FL 4337 157,371 ♦ ♦ ♦ ♦ ♦ City of Oviedo, FL 4337 39,208 ♦ ♦ ♦ ♦ City of Palm Bay, FL 4337 253,867 ♦ ♦ ♦ ♦ City of Stuart, FL 4337 17,851 ♦ ♦ ♦ ♦ ♦ Sumter County, FL 4337 116,322 ♦ ♦ ♦ ♦ ♦ Solid Waste Authority Palm Beach Co 4337 3,035,786 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Venice, FL 4337 12,817 ♦ ♦ ♦ ♦ ♦ City of Vero Beach, FL 4337 69,897 ♦ ♦ ♦ ♦ Volusia County, FL 4337 858,138 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Chatham County, GA 4338 100,889 ♦ ♦ ♦ ♦ ♦ Georgia Department of Transportation 4338 27,559 ♦ ♦ ♦ ♦ HURRICANE HARVEY 2017 – 2018 EVENT TOTAL CUBIC YARDS – 3,000,000 Aransas County, TX 4332 2,775,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Beaumont, TX 4332 70,857 ♦ ♦ ♦ ♦ City of Lake Jackson, TX 4332 4,281 ♦ ♦ ♦ ♦ Newton County, TX 4332 8,859 ♦ ♦ ♦ ♦ ♦ City of Santa Fe, TX 4332 22,690 ♦ ♦ ♦ ♦ City of Texas City, TX 4332 22,400 ♦ ♦ ♦ ♦ TENNESSEE WILDFIRES 2016 – 2018 EVENT TOTAL CUBIC YARDS – 676t City of Gatlinburg, TN 4293 404t ♦ ♦ ♦ ♦ ♦ ♦ Sevier County, TN 4293 272t ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE MATTHEW 2016 – 2017 EVENT TOTAL CUBIC YARDS OF DEBRIS – TBD City of Norfolk, VA 4291 29,000 ♦ ♦ ♦ ♦ ♦ City of Southern Shores, NC 4285 20,000 ♦ ♦ ♦ ♦ ♦ Dare County, NC 4285 96,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Lumberton, NC 4285 26,000 ♦ ♦ ♦ ♦ ♦ SC Department of Transportation 4286 960,000 ♦ ♦ ♦ ♦ ♦ ♦ Chatham County, GA 4284 1,400,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Effingham, GA 4284 11,000 ♦ ♦ ♦ ♦ ♦ City of Pooler, GA 4284 17,000 ♦ ♦ ♦ ♦ ♦ Georgia Department of Transportation 4284 180,000 ♦ ♦ ♦ ♦ ♦ City of St. Augustine, FL 4283 83,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Orange City, FL 4283 13,000 ♦ ♦ ♦ ♦ ♦ City of Ormond Beach, FL 4283 170,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Deland, FL 4283 57,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Daytona Beach, FL 4283 330,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Palm Bay, FL 4283 99,000 ♦ ♦ ♦ ♦ Solid Waste Authority Palm Beach Co. 4283 14,000 ♦ ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 6 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support City of Vero Beach, FL 4283 27,000 ♦ ♦ ♦ ♦ ♦ SEVERE STORMS & FLOODING 2016 EVENT TOTAL CUBIC YARDS OF DEBRIS – TBD (Projects Ongoing) City-Parish of East Baton Rouge, LA 4277 1,800,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Denham Springs, LA 4277 250,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ SEVERE STORMS & FLOODING 2016 EVENT TOTAL CUBIC YARDS OF DEBRIS – 44,736 Vernon Parish, LA 4263 7,706 ♦ ♦ ♦ ♦ ♦ Newton County, TX 4266 37,030 ♦ ♦ ♦ ♦ ♦ SEVERE STORMS & FLOODING 2015 EVENT TOTAL CUBIC YARDS OF DEBRIS – 120,000 SC Department of Transportation 4241 120,000 ♦ ♦ ♦ ♦ ♦ ♦ SEVERE WINTER STORM PANDORA 2015 EVENT TOTAL CUBIC YARDS OF DEBRIS – 271,000 Putnam County, TN 4211 140,000 ♦ ♦ ♦ ♦ ♦ ♦ Fentress County, TN 4211 77,000 ♦ ♦ ♦ ♦ ♦ ♦ Overton County, TN 4211 54,000 ♦ ♦ ♦ ♦ ♦ ♦ TORNADOES 2014 EVENT TOTAL CUBIC YARDS OF DEBRIS – 144,000 City of Adamsville, AL 4176 22,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Graysville, AL 4176 80,000 ♦ ♦ ♦ ♦ ♦ ♦ City of Kimberly, AL 4176 20,000 ♦ ♦ ♦ ♦ ♦ ♦ Lee County, AL 4176 22,000 ♦ ♦ ♦ ♦ ♦ ♦ SEVERE WINTER STORM PAX 2014 EVENT TOTAL CUBIC YARDS OF DEBRIS – 2,930,000 South Carolina DOT 4166 1,200,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Georgetown County, SC 4166 105,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Marion County, SC 4166 25,000 ♦ ♦ ♦ ♦ ♦ Williamsburg County, SC 4166 40,000 ♦ ♦ ♦ ♦ ♦ ♦ Aiken County, SC 4166 1,500,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Allendale County, SC 4166 60,000 ♦ ♦ ♦ ♦ ♦ HURRICANE ISAAC 2013 EVENT TOTAL CUBIC YARDS OF DEBRIS – 950 Iberville Parish, LA (Waterways) 4080 950 ♦ ♦ ♦ ♦ ♦ HURRICANE ISAAC 2013 EVENT TOTAL CUBIC YARDS OF DEBRIS – 1,000 AL Port Authority (Wetlands) 4082 1,000 ♦ ♦ ♦ HURRICANE SANDY 2012 EVENT TOTAL CUBIC YARDS OF DEBRIS – 125,000 City of Hoboken, NJ 4086 25,000 ♦ ♦ ♦ ♦ ♦ Town of Babylon, NY 4085 100,000 ♦ ♦ ♦ HURRICANE ISAAC 2012 EVENT TOTAL CUBIC YARDS OF DEBRIS – 92,000 Terrebonne Parish, LA 4080 56,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 7 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support Denham Spring, LA 4080 9,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Hancock County, MS 4081 23,000 ♦ ♦ ♦ ♦ Jackson County, MS 4081 4,000 ♦ ♦ ♦ HURRICANE IRENE 2011 EVENT TOTAL CUBIC YARDS OF DEBRIS – 465,000 Saluda Residency, Virginia DOT 4024 100,000 ♦ ♦ ♦ Petersburg Residency, Virginia DOT 4024 75,000 ♦ ♦ ♦ Ashland Residency, Virginia DOT 4024 200,000 ♦ ♦ ♦ Chesterfield Residency, Virginia DOT 4024 15,000 ♦ ♦ ♦ City of Portsmouth, Virginia 4024 50,000 ♦ ♦ ♦ Brunswick County, Virginia 4024 25,000 ♦ ♦ ♦ TORNADOES 2011 EVENT TOTAL CUBIC YARDS OF DEBRIS – 450,000 City of Tuscaloosa, AL 1971 N/A ♦ ♦ ♦ ♦ ♦ ♦ Calhoun County, AL 1971 350,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Alabama DCNR 1971 100,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ TORNADOES 2010 EVENT TOTAL CUBIC YARDS OF DEBRIS – 18,944 City of Norman, OK[1] 1926 18,944 ♦ ♦ ♦ ♦ ♦ ♦ ♦ FLOODING 2010 EVENT TOTAL CUBIC YARDS OF DEBRIS – 348,895 City of Nashville, TN [2] 1909 275,540 ♦ ♦ ♦ ♦ City of Cedar Rapids, IA[2] 1763 109,355 ♦ ♦ ROCKSLIDES 2009 EVENT TOTAL CUBIC YARDS OF DEBRIS – 60,000 City of Chattanooga, TN N/A 60,000 ♦ ♦ ♦ SNOWSTORMS 2009 EVENT TOTAL CUBIC YARDS OF DEBRIS – 59,765 Town of Spencer, MA[1] 1813 10,930 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Town of Sterling, MA[1] 1813 48,835 ♦ ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE IKE 2008 EVENT TOTAL CUBIC YARDS OF DEBRIS – 12,275,208 City of Houston, TX[1] 1791 4,500,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Harris County, TX [1] 1791 2,500,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Galveston County, TX [3] 1791 1,400,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Baytown, TX [1] 1791 1,000,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Montgomery County, TX [1] 1791 871,452 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Fort Bend County, TX[1] 1791 415,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Town of Dauphin Island, AL[1] 1797 50,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Hardin County, TX [1] 1791 200,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Sugarland, TX [1] 1791 125,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Missouri City, TX [1] 1791 97,238 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE GUSTAV 2008 EVENT TOTAL CUBIC YARDS OF DEBRIS – 968,727 STAFF EXPERIENCE MATRIX PAGE 8 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support Terrebonne Parish, LA[2] 1786 296,039 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ St. Landry Parish, LA[2] 1786 225,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Iberville Parish, LA[2] 1786 179,185 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of New Orleans, LA[2] 1786 136,559 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Thibodaux, LA[4] 1786 78,820 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ St John the Baptist Parish, LA[1] 1786 53,124 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE DOLLY 2008 EVENT TOTAL CUBIC YARDS OF DEBRIS – 612,050 Hidalgo County, TX[1] 1780 310,585 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Cameron County, TX[2] 1780 301,465 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ IOWA FLOODING 2008 EVENT TOTAL CUBIC YARDS OF DEBRIS – 200,000 City of Waterloo, IA[1] 1763 200,000 ♦ ♦ ♦ ♦ ♦ MIDWEST ICE STORM 2007 EVENT TOTAL CUBIC YARDS OF DEBRIS – 825,000 City of Norman, OK[1] 1735 750,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Webb City, MO[1] 1736 75,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ MIDWEST ICE STORM 2007 EVENT TOTAL CUBIC YARDS OF DEBRIS – 2,101,539 City of Springfield, MO[1] 1676 1,448,539 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Greene County, MO[2] 1676 545,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Lebanon, MO[2] 1676 108,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ BUFFALO SNOW STORM 2006 EVENT TOTAL CUBIC YARDS OF DEBRIS – 1,386,000 Town of Amherst, NY[2] 1655 800,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Town of Tonawanda, NY[2] 1655 200,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Lackawanna, NY[2] 1655 150,000 ♦ ♦ City of North Tonawanda, NY[2] 1655 100,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Genesee County, NY[2] 1655 80,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Erie County, NY[4] 1655 50,000 ♦ ♦ Town of Alden, NY[4] 1655 6,000 ♦ ♦ HURRICANE WILMA 2005 EVENT TOTAL CUBIC YARDS OF DEBRIS – 8,579,640 Miami-Dade County, FL[2] 1609 3,000,000 ♦ ♦ ♦ ♦ ♦ ♦ Collier County, FL [4] 1609 932,000 ♦ ♦ ♦ City of Ft. Lauderdale, FL [2] 1609 901,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Hollywood, FL [2] 1609 600,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Town of Davie, FL [4] 1609 593,789 ♦ ♦ ♦ City of Boca Raton, FL [4] 1609 574,200 ♦ ♦ ♦ City of Plantation, FL [4] 1609 366,551 ♦ ♦ ♦ City of Parkland, FL [4] 1609 244,910 ♦ ♦ ♦ City of Weston, FL [4] 1609 244,395 ♦ ♦ ♦ City of Cooper City, FL [4] 1609 217,464 ♦ ♦ ♦ City of Coral Gables, FL [4] 1609 213,947 ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 9 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support Broward County, FL [4] 1609 204,105 ♦ ♦ ♦ City of Sunrise, FL [4] 1609 199,548 ♦ ♦ ♦ City of Oakland Park, FL [4] 1609 151,906 ♦ ♦ ♦ City of Miami Beach, FL [4] 1609 135,825 ♦ ♦ ♦ HURRICANE KATRINA 2005 EVENT TOTAL CUBIC YARDS OF DEBRIS – 27,143,468 Hancock County, MS [4] 1604 5,773,291 ♦ ♦ ♦ Jackson County, MS [4] 1604 3,183,425 ♦ ♦ ♦ City of Gulfport, MS [1] 1604 2,600,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Forrest County, MS [4] 1604 2,496,933 ♦ ♦ ♦ Jones County, MS [4] 1604 1,961,427 ♦ ♦ ♦ Harrison County, MS [1] 1604 1,850,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Lamar County, MS [4] 1604 1,533,579 City of Pass Christian, MS [4] 1604 1,484,288 ♦ ♦ ♦ City of Pascagoula, MS[4] 1604 1,236,646 ♦ ♦ ♦ Mobile County, AL 1605 789,658 ♦ ♦ ♦ ♦ City of Mobile, AL 1605 728,469 ♦ ♦ ♦ ♦ George County, MS [4] 1604 651,359 ♦ ♦ ♦ Perry County, MS [4] 1604 550,967 ♦ ♦ ♦ Walthall County, MS [4] 1604 507,754 ♦ ♦ ♦ City of New Orleans, LA[2] 1603 401,238 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Jefferson Parish, LA [4] 1603 397,770 ♦ ♦ ♦ City of Slidell, LA [4] 1603 153,165 ♦ ♦ ♦ City of Covington, LA [4] 1603 143,919 ♦ ♦ ♦ Lafourche Parish, LA [4] 1603 134,384 ♦ ♦ ♦ Jasper County, MS 1604 131,251 ♦ ♦ ♦ ♦ Town of Dauphin Island, AL 1605 94,037 ♦ ♦ ♦ ♦ ♦ ♦ City of Prichard, AL 1605 70,445 ♦ ♦ ♦ ♦ Clark County, MS 1604 90,134 ♦ ♦ ♦ ♦ City of Citronelle, AL 1605 48,423 ♦ ♦ ♦ ♦ City of Saraland, AL 1605 44,419 ♦ ♦ ♦ ♦ City of Satsuma, AL 1605 29,404 ♦ ♦ ♦ ♦ Choctaw County, AL 1605 26,409 ♦ ♦ ♦ ♦ City of Bayou Le Batre, AL 1605 18,336 ♦ ♦ ♦ ♦ City of Creola, AL 1605 7,719 ♦ ♦ ♦ ♦ City of Mt. Vernon, AL 1605 4,619 ♦ ♦ ♦ ♦ HURRICANE RITA 2005 EVENT TOTAL CUBIC YARDS OF DEBRIS – 4,800,000 Jefferson County, TX[2] 1606 4,600,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Monroe County, FL[2] 1602 200,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE DENNIS 2005 EVENT TOTAL CUBIC YARDS OF DEBRIS – 3,600,000 Santa Rosa County, FL [1] 1595 2,000,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Escambia County, FL [1] 1595 1,200,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ STAFF EXPERIENCE MATRIX PAGE 10 / 10 Event/Client FEMA- DR Cubic Yardage/ Tonnage Disaster Debris Contract Management Contract Procurement Assistance ROW Debris Removal Monitoring Parks Debris Removal Monitoring DMS/Disposal Monitoring Leaner/ Hangers/ Stumps Removal Monitoring DMS Environmental Support Beach Remediation/Restoration Private Property Debris Removal (PPDR) Administration Marine/Waterway Debris Removal Data Collection/ Management/ Billing/ Invoicing Customer Information/ Service Call Centers Demolition Administration & Program Management FEMA Category A&B Reimbursement Support City of Pensacola, FL [1] 1595 400,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ HURRICANE IVAN 2004 EVENT TOTAL CUBIC YARDS OF DEBRIS – 9,733,300 Escambia County, FL [2] 1551 7,681,500 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ City of Pensacola, FL [1] 1551 1,343,000 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ Florida Dept. of Transportation[1] 1551 708,800 ♦ ♦ ♦ ♦ ♦ HURRICANE FRANCES 2004 EVENT TOTAL CUBIC YARDS OF DEBRIS – 200,000 City of Boca Raton, FL [1] 1545 200,000 ♦ ♦ ♦ ♦ ♦ HURRICANE CHARLEY 2004 EVENT TOTAL CUBIC YARDS OF DEBRIS – 3,883,434 Charlotte County, FL [4] 1539 1,870,669 ♦ ♦ ♦ City of Orlando, FL [2] 1539 1,035,500 ♦ ♦ ♦ ♦ ♦ ♦ ♦ Orange County, FL [4] 1539 977,265 ♦ ♦ ♦ [1] This work was completed by Beck Disaster Recovery’s principal owners. Beck Disaster Recovery was acquired in 2009 and dissolved in 2011. Jon Hoyle, Thompson’s President, served as the technical lead on this project. [2] This work was completed by Beck Disaster Recovery’s principal owners. Beck Disaster Recovery was acquired in 2009 and dissolved in 2011. Nate Counsell, Thompson’s Vice President, served as the technical lead on this project. [3] This work was completed by Beck Disaster Recovery. Beck Disaster Recovery was acquired in 2009 and dissolved in 2011. Nicole Counsell, Thompson’s Grant Management Consultant, served as the technical lead on this project. [4] This work was administered by Asevotech for Ashbritt Environmental. Wes Holden, Thompson’s Director of Operations, served as the technical data administration lead on this project. 3 – 1 SECTION 3 Staff Qualifications Staff Overview Thompson’s staff of consultants is amongst the most educated, qualified, and dynamic in the industry. Our personnel are disaster recovery and response experts, business, and financial consultants; registered professional engineers, geologists, and surveyors; scientists; and technical professionals in the following disciplines: civil, structural, environmental, geotechnical, hydraulic, mechanical, and electrical engineering. Thompson has over 400 multi-disciplined personnel on staff with diverse qualifications that can be drawn upon to address any project needs. Thompson has provided the following list of personnel by discipline as evidence of our unique qualifications and credentials as well as our capacity to support projects of any size and scope. Personnel by Discipline Grant/Financial Consultants Debris Project Managers Debris Supervisors On-call Debris Monitors Construction Managers Architects Civil Engineers Marine Engineers Structural Engineers Geotechnical Engineers Transportation Engineers Hydraulic Engineers 10 25 50 1000 26 3 30 4 7 14 5 3 Environmental Engineers Geologists Scientists/Environmental Credentialed Inspectors Investigative / Roof Consultants Professional Land Surveyors LEED Accredited Professionals Construction Engineering Inspectors Construction Materials Techs C.P. - Stormwater Quality (CPSWQ) C.P. - Erosion & Sediment Control Safety Professionals 9 10 20 57 13 9 5 50 19 1 5 4 With advanced degrees in business, economics, finance, engineering, computer science and other disciplines we provide a well-rounded perspective and approach to problem solving in the emergency management and disaster recovery industry. Thompson provides the City with access to a unique combination of experience, services, resources, and personnel through our family of companies. With 26 corporate and branch offices scattered throughout the southeast and a network of more than 150 on-call debris removal monitoring managers and supervisors and more than 1,000 inspectors, Thompson has the personnel and experience to support the City’s disaster debris monitoring needs. Proposed Project Team Thompson is committed to staffing the City’s disaster debris removal monitoring and recovery services project in accordance with the management staffing and key personnel proposed herein. Our technical approach is designed to be scalable in nature in order to effectively respond to both minor and catastrophic debris generating events. The following organizational chart graphically presents Thompson’s proposed project staffing and key personnel. STAFF QUALIFICATIONS 3 – 2 Figure 3-1: Organizational Chart Key Personnel Overview JON HOYLE will serve as the Principal-in-Charge for the City and provide support as needed to ensure project operations are in accordance with the City’s expectations. Mr. Hoyle has over nineteen years of experience providing management and oversight for disaster response and recovery efforts and grant writing administration / program management throughout the Nation. He has managed 75 projects under contracts that total over $2.5 billion in grant administration and recovery efforts that required the mobilization of over 5,000 field and professional personnel over the past 10 years. His programmatic experience includes FEMA-PA, FHWA-ER, NRCS-EWP, HUD-CDBG, FEMA-HMGP, and others. SIMON CARLYLE will serve as the Client Liaison for the City and serve as a direct point of contact to address the City’s needs throughout the term of the contract. Mr. Carlyle has over sixteen years of experience working with state and local governments providing disaster debris removal monitoring services. He has responded to over 30 disaster incidents and has extensive knowledge of federal, state, and local policies and reimbursement guidelines. OLIVER YAO will serve as the Project Controller for the City to oversee contractual requirements and budget expectations. He will also make certain project operations are implemented in accordance with the contract and task order(s) issued by the City. Mr. Yao has sixteen years of experience providing program management and oversight of disaster response and recovery projects throughout the Nation. PAUL LEHMAN will serve as the Project Manager for the City and oversee day-to-day operations of the project and will also work closely with the City’s debris hauler to coordinate crew requirements and scheduling. He has over nine years of experience, and has managed FEMA funded debris removal projects in Florida, Louisiana, Texas, Mississippi, Arkansas, Oklahoma, Missouri, New York, and South Carolina. Mr. Lehman previously served as an Operations Manager for Fort Lauderdale, Florida following Hurricane Irma which produced over 600,000 cubic yards of debris. Most recently, Mr. Lehman served as the Operations Manager for Jefferson Davis Parish, Louisiana following Hurricane Ida resulting in the removal of over 215,000 cubic yards of debris from the Parish. STAFF QUALIFICATIONS 3 – 3 DANNY GARDNER will serve as the Data Manager for the City. Mr. Gardner has served as a data manager, program manager and grant management consultant for multiple federally funded grant programs on projects totaling approximately $2 billion. His extensive understanding of the eligibility requirements, federal regulations and policies across many federal grant programs allows clients to maximize disaster recovery and mitigation reimbursement. NICOLE LEHMAN will serve as the Planning and Preparedness lead for the City. Ms. Lehman has fourteen years of disaster response and recovery experience. She is well versed in the programs, agencies, procedures, and regulations involved in successfully running disaster debris management operations. Recently Ms. Lehman served as a Project Manager for the Lee County, Florida, debris mission following Hurricane Ian. In addition, Ms. Lehman provides annual training to many of our clients regarding debris removal monitoring operations and FEMA policy guidance. JONATHAN CLARK will serve as the FEMA Coordination / Cost Recovery Specialist and work directly with the County as needed to oversee the financial recovery of all eligible costs associated with FEMA PA and FHWA-ER activities. Mr. Clark began his career in disaster recovery as a FEMA employee in Louisiana following Hurricane Katrina. Since that time, Mr. Clark has served as a grant management consultant for both Grantees and Applicants/Sub-Grantees, giving him experience in all roles involved in the FEMA Public Assistance grant program. Having served clients at the local, state and federal level, Mr. Clark has managed the financial recovery of communities receiving more than $800 million in federal funding. PATRICK GARDNER will provide GIS and mapping support to the City. Mr. Gardner has over nine years of experience and has supported recovery operations in this capacity for several large-scale, multi- state, region, and municipal disaster incidents. He is well versed in ESRI ArcGIS applications and utilizing geospatial data to convey project operations and progress. Mr. Gardner is also a Federal Aviation Administration Certified Remote Pilot for Small Unmanned Aircraft. WES HOLDEN Mr. Holden has eighteen years of experience providing data management and disaster recovery software application development for disaster response and recovery efforts throughout the United States for a broad range of local and state government clients. The following table further summarizes the background and experience of our key personnel and outlines our staff’s extensive experience managing and monitoring more than 2,000,000 cubic yards on behalf of local and state governments. Resumes for key personnel have been provided as Exhibit 3-1 following this section. Table 3-1: Experience Summary of Project Team Name, Education, Background Representative Experience Jon Hoyle | Principal-in-Charge MBA – Finance/Management 19 Years of experience − Escambia County, FL – 3,700,000 CY − Puerto Rico DOT – 1,000,000 CY − Lee County, FL – 2,300,000 CY − South Carolina DOT – 3,000,000 CY − Aiken County, SC – 1,500,000 CY − Harris County, TX – 2,500,000 CY Simon Carlyle | Client Liaison 16 Years of experience − Calcasieu Parish, LA – 6,700,000 CY − City of Lake Charles, LA – 3,400,000 CY − Baldwin Co, AL – 4,400,000 CY − Pinellas Co, FL – 380,000 CY − Sarasota Co, FL – 288,000 CY − Beaufort Co, SC – 1,700,000 CY Oliver Yao | Project Controls MS – Management & Finance 16 Years of experience − Beaufort Co, SC – 1,700,000 CY − Baldwin Co, AL – 4,400,000 CY − Bay County, FL – 1,200,000 CY − Hidalgo Co, TX – 187,000 CY − Hamilton Co, TN – 408,000 CY − Linn Co, IA – 1,100,000 CY Paul Lehman | Project Manager STAFF QUALIFICATIONS 3 – 4 Name, Education, Background Representative Experience 9 Years of experience − Jefferson Davis Parish, LA – 215,000 CY − Puerto Rico DOT – 400,000 CY − Fort Lauderdale, FL – 460,000 CY − City of DeLand, FL – 130,000 CY − Daytona Beach, FL – 330,000 CY − Georgetown County, SC – 100,000 CY Jonathan Clark | FEMA Public Assistance Liaison 17 Years of experience − City-Parish E Baton Rouge – 2,000,000 CY − South Carolina DOT – $37,000,000 − Alabama Tornados – $25,000,000 − South Dakota – $60,000,000 − Hurricane Alex – $3,500,000 − Hurricane Ike – $445,000,000 Danny Gardner | Data Manager MBA – Finance/Management 14 Years of experience − SWA Palm Beach Co – 2,300,000 CY − Chatham Co, GA – 1,400,000 CY − Baton Rouge, LA – 1,800,000 CY − Alabama DOT – 870,000 CY − South Carolina DOT – 3,000,000 CY − Escambia County, FL – 3,700,000 CY Nicole Lehman | Planning and Preparedness BA – Psychology & Spanish 14 Years of experience − Puerto Rico DOT – 400,000 CY − Fort Lauderdale, FL – 460,000 CY − St. Augustine, FL – 83,000 CY − Chatham Co, GA – 1,400,000 CY − Daytona Beach, FL – 330,000 CY − Escambia County, FL – 3,700,000 CY Wes Holden | ADMS Deployment BS – Mgmt. Info. Systems 18 Years of experience − SWA Palm Beach Co – 2,300,000 CY − City-Parish E Baton Rouge – 2,000,000 CY − South Carolina DOT – 3,000,000 CY − Alabama DOT – 870,000 CY − Chatham Co, GA – 1,400,000 CY − Aiken County, SC – 1,500,000 CY Patrick Gardner | GIS / Environmental MS – Fisheries & Aquatic Sciences BS – Marine Science 9 Years of experience − Gadsden County, FL – 900,000 CY − SWA Palm Beach Co, FL – 3,200,000 CY − Fort Lauderdale, FL – 400,000 CY − Chatham Co, GA – 1,400,000 CY − Baton Rouge, LA – 1,800,000 CY − South Carolina DOT – 3,000,000 CY Key Personnel Qualifications Debris Removal Programs Thompson’s proposed team of disaster response and recovery experts have responded to some the most devastating natural disasters to impact the United States in the last decade. Each team member has served in a variety of recovery operations roles and has real-world experience managing and supporting special disaster recovery programs to include right-of-way (ROW), private property/right-of- entry (ROE) work, waterways clean-up and reimbursement, leaning tree and hanging limb removal, hazardous material removal, vessel and vehicle recovery, asbestos abatement, data management and hauler invoice reconciliation and contracting, and FEMA appeals assistance. Thompson’s consultants have experience with all of the following disaster recovery programs. Debris Removal Monitoring − Debris hauling vehicle certification (volumetric) − Right-of-Way debris collection − Debris management site operations − Leaning tree, hanging limb, and hazardous stump removal − Private property debris removal − Right-of-Entry (ROE) administration − Waterways debris removal monitoring − Beach and shoreline restoration − Data management − Document management − Progress reporting − Contractor invoice reconciliation and payment recommendation − Vessel and vehicle recovery − Asbestos abatement − Health and safety monitoring − Multi-jurisdictional coordination/scheduling − Damage claim resolution − Disaster recovery monitoring with handheld devices − Hazardous material removal − GIS reporting − Cost recovery/grant applications STAFF QUALIFICATIONS 3 – 5 Special Services Debris Removal Programs Thompson’s consultants consider special debris removal programs such as private property/right of entry work, waterways clean-up, demolition management, vessel, and vehicle recovery, etc. as service offerings that our clients expect following a disaster event. Thompson’s consultants have extensive and unique experience with private property debris removal and demolition housing initiatives, including the management of many of the largest multi-phase, multi-property demolition and housing initiatives in the United States over the past ten years. In addition, Thompson has extensive waterway/coastal recovery experience, including waterway, wetland and beach sand removal and restoration monitoring. A sample of Thompson’s extensive experience with special debris removal monitoring programs includes, but is not limited to: • New Mexico Department of Transportation: Acequia Debris Removal Program • Puerto Rico Infrastructure Financing Authority: Private Property Debris Removal and Demolition • City-Parish of East Baton Rouge: C&D, HHW, E-Waste, White Goods • SC Department of Transportation: Leaning Trees/Hazardous Limbs • New York City: Abandoned Vehicle Recovery • Hancock County: Animal Carcasses • Sevier County: Private Property Debris Removal • City of Tuscaloosa: Structural Demolitions • City of Gulfport: Food Waste • City of Fort Lauderdale: Beach Sand Removal and Restoration • Alabama State Port Authority: Wetland Debris Removal • Aiken County, South Carolina: Waterway Debris Removal Thompson has extensive experience working closely with various federal, state and local agencies, including departments of transportation, environmental protection, FEMA, FHWA and the NRCS to monitor special debris removal programs. Disaster Cost Recovery and Reimbursement Processes Thompson’s consultants are well versed in federal program compliance regulations and policy for FEMA and other federal agencies. Our consultants thoroughly understand the programs, policies, and regulations related to disaster reimbursement and will use this knowledge to aid in the recovery and reimbursement of all eligible debris and other related project costs. Thompson’s goal is to promote an effective recovery in the most efficient amount of time while focusing on the end product of reimbursement though compliance with all applicable federal, state and local regulations. Public Assistance Program Consulting Services − Preliminary damage assessment (PDA) data management tool development (categories A-G) − Damage site surveying (photography, GPS, condition reports, cost estimation, etc.) − Collection and compilation of PDAs − Small/large project formulation and scoping − Applicant kickoff meeting facilitation − Alternate / improved projects STAFF QUALIFICATIONS 3 – 6 − Debris staging site consultation (environmental, logistical, etc.) − Section 406 mitigation consultation − Procurement assistance − Project worksheet development − Expenditure review/approval and reconciliation − Housing inventory damage assessment − EMMIE monitoring/support − Direct administrative cost (DAC) support − FEMA appeals assistance Grant Application, Administration, and Management Thompson’s experience in supporting recovery efforts for local and state governments spans three decades and accounts for the administration of more than $4.5 billion in federal grant funding. Our consultants can draw upon their knowledge and experience in working with over eight different federal grant funding agencies and 15 grant programs, including the following: • Federal Emergency Management Agency − Public Assistance (PA) − Hazard Mitigation Grant Program (HMGP) − Pre-disaster Mitigation (PDM) − Flood Mitigation Assistance (FMA) • Federal Highway Administration (FHWA) − Emergency Relief (ER) • Environmental Protection Agency (EPA) • Department of Housing & Urban Development − Community Development Block Grant − HOME Investment Partnership Program • Natural Resources Conservation Service (NRCS) − Emergency Watershed Protection (EWP) • Small Business Administration (SBA) • Department of Agriculture (USDA) Experience and Knowledge of Environmental Requirements In addition to our disaster related debris removal monitoring and grant administration experience, Thompson stands fully equipped and prepared to assist the City as needed with services related to permitting, solid waste management, hazardous waste management, asbestos abatement, lead based paint testing and other environmental and engineering inspection requirements. Our Environmental Group was established in 1982 and is comprised of 30+ environmental engineers, water/wastewater engineers, geologists, biologists, NEPA specialists, GIS specialists, soils scientists, hazardous materials managers, asbestos and lead-based paint specialists, storm water and erosion control experts, safety professionals, inspectors, and technicians. Debris Management Planning Thompson has leveraged the lessons that we have learned from managing previous disaster debris programs as well as our strong regulatory knowledge and capabilities to develop a number of comprehensive debris management plans (DMP). Thompson works closely with our clients throughout the DMP development process to make certain the resulting plan is both in accordance with the Federal Emergency Management Agency (FEMA) Public Assistance Program and Policy Guide and the Alternate Procedures Pilot Program for Debris Removal and contains the components critical to the success of a debris removal operation. Though conceptually similar, Thompson understands that each DMP will vary to reflect the intricacies and needs of our clients. Our plan development process is scalable and flexible depending on the need for developing a new plan or updating an existing plan; or the need for selecting and validating potential debris management sites (DMS) or to have existing sites reviewed and permitted by specific state STAFF QUALIFICATIONS 3 – 7 agencies. Typically, the geographic size, population characteristics, propensity for and type of disaster, and many other factors dictate the complexity of a DMP. Debris Removal Monitor Labor Force Sourcing Thompson’s proposed staffing plan is designed to be flexible and scalable so that we can effectively and efficiently respond to the City’s needs. We maintain a staff of full time and on-call disaster debris monitoring experts, consultants and supervisors that will be available to support the implementation and management of debris removal monitoring operations. In addition, Thompson maintains professional human resources and recruiting staff that have over 11 years of experience in disaster response and recovery services available to assist in identifying and placing personnel. It is Thompson’s intent to fill temporary debris monitoring positions with the City’s qualified residents in need of work. Thompson will provide qualified residents with safety training and on the job training with experienced debris monitoring supervisors. Thompson is the only debris monitoring firm that performs motor vehicle operating record reviews and as-needed drug screening for its temporary employees. This practice results in a team of monitors that is both safe and committed to quality. We will make sure that all local hires are properly trained prior to being deployed to monitor a debris removal crew. In addition, this effort will help residents participate in the City’s recovery efforts with a meaningful impact and earn a competitive hourly wage. Experience & Knowledge of Federal, State & Local Emergency Management Our recent disaster recovery and debris monitoring experience in Florida, Georgia, Texas, South Carolina, Virginia, Louisiana, Mississippi, and Alabama demonstrates Thompson’s ability to comply with application requirements of the FEMA Public Assistance Program and Policy Guide (PAPPG) for Debris Removal as well as other guidance documents and eligibility requirements issued by FEMA. Thompson closely monitors changes to FEMA policy and guidance so that we can make the appropriate changes to our own practices and procedures in order to best protect the clients we serve. For instance, our team is thoroughly versed and ready to implement the PAPPG which incorporates and supersedes language from other PA Program publications including FEMA 325, 327 and the 9500 Series. Thompson’s consultants are well versed in federal program compliance regulations and policy for FEMA and other federal agencies. Although the guidance listed below is not exhaustive in nature, it is a sample of specific material which may shape the City’s recovery. Our consultants understand the material contained in these documents and will use this to aid in the recovery and reimbursement of all eligible debris and other related project costs in conjunction with local regulations and existing agreements. Thompson’s goal is to promote an effective recovery in the most efficient amount of time while focusing on the end product of reimbursement though compliance with all applicable federal, state and local regulations. • Local/state government debris management plan/standard operating procedures • Local/state government purchasing guidelines and manuals • Local government code of ordinances • Local memorandums of understanding or mutual aid agreements • FEMA Public Assistance Program and Policy Guide (FEMA PAPPG) STAFF QUALIFICATIONS 3 – 8 • FEMA Damage Assessment Operations Manual (April 5, 2016) • OMB Circular A-87 – Cost Principles for State, Local and Indian Tribal Governments • OMB Circular A-133 – Audits of States, Local Governments and Non-Profit Organizations • 44 CFR Part 13 – Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments Thompson’s approach to providing disaster debris monitoring services begins with the desired outcome at the forefront of what we do: document debris removal in a manner to ensure maximum grant reimbursement to our clients. Through past experience and lessons learned, we have been able to develop a fine-tuned and tested approach to efficiently and effectively meet or exceed the FEMA compliance regulation standards for maximum reimbursement to our clients. When dealing with disaster recovery and compliance with FEMA and other federal agency regulations, not many things can take the place of first-hand experience. Our debris monitoring and reimbursement procedures, tools and training methods are the results of a unique blend of theoretical and applied implementation strategies on real recovery projects. The City receives the benefits of past client successes which have been retained and included in our program knowledge base. By the same token, we have been able to actively morph our tools based on the ever- changing environment of debris monitoring and reimbursement assistance. Federal & State Reimbursement Thompson’s clients benefit from our long and consistent history in providing disaster response and recovery services through the incorporation of program management best practices gained over the years and understanding of current federal disaster recovery guidelines and procedures. We have a comprehensive understanding of how agencies at the federal, state, and local levels coordinate during a recovery operation. Thompson’s approach to providing disaster debris monitoring services begins with the desired outcome at the forefront of what we do: document debris removal in a manner to ensure maximum grant reimbursement to our clients. We will exercise judgment and expertise making every effort to limit services to those that will provide maximum reimbursement. Thompson encourages transparency with clients at every stage of the recovery process and will notify the City if at any time services provided may be ineligible for reimbursement. Thompson’s proposed team has assisted some of the largest government agencies recently impacted by natural disasters to recover and retain FEMA Public Assistance grant funding for debris removal, force account operations and complex infrastructure repair, replacement, and mitigation projects. While many firms can offer experience and personnel in certain aspects of the City’s needs, Thompson provides professional consultants and engineers to deliver expertise in a variety of grant programs and tasks. Through past experience and lessons learned, we have been able to develop a fine-tuned and tested approach to efficiently and effectively meet or exceed the FEMA compliance regulation standards for maximum reimbursement to our clients. When dealing with disaster recovery and compliance with 4.5+ billion in federal grant funding STAFF QUALIFICATIONS 3 – 9 FEMA and other federal agency regulations, not many things can take the place of first-hand experience. Our debris monitoring and reimbursement procedures, tools and training methods are the results of a unique blend of theoretical and applied implementation strategies on real recovery projects. The City receives the benefits of past client successes which have been retained and included in our program knowledge base. By the same token, we have been able to actively morph our tools based on the ever- changing environment of debris monitoring and reimbursement assistance. FEMA Performance Record Thompson is proud to have a 100% success rate with adhering to FEMA Public Assistance regulations. Thompson does not have any closed, active, or pending FEMA disputes, audits, or lawsuits. In addition, Thompson is not aware of any denials for eligible service/work items performed for our clients. Thompson will assist the City on an as-needed basis throughout the audit process to help ensure the City recovers funding for all eligible work. EXHIBIT 3-1: KEY PERSONNEL RESUMES       PAGE 1 / 2    Jon Hoyle  President  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EDUCATION BA: International Relations  MBA: Management and Finance EXPERIENCE 18 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FEMA Hazard Mitigation Grant Program  (404 and 406) | FHWA ER Program | CDBD Disaster Recovery | CDBG Housing    Mr. Hoyle has 18 years of experience providing management and oversight for disaster response and recovery efforts and grant  writing administration / program management throughout the United States. He has managed 70 projects under contracts that  total over $1.5 Billion in grant administration and recovery efforts that required the mobilization of over 5,000 field and  professional personnel.  PROJECT EXPERIENCE  Escambia County, Florida, Hurricane Disaster Debris Removal  Monitoring, 2020 | Mr. Hoyle served as the principal‐in‐charge  for Escambia County, Florida following Hurricane Sally. He was  responsible for over‐seeing cost controls for projects and  maintaining contract obligations. Thompson provided FEMA  reimbursement support as well as debris removal monitoring  and substantiation for over 4M cubic yards of construction,  demolition, and vegetative debris.   Puerto Rico Department of Transportation and Public Works  (DTOP), Hurricane Maria, 2017 ‐ 2018 | Hurricane Maria is  regarded as the worst natural disaster on record to impact  Puerto Rico. Following the devastating impacts of the storm  Mr. Hoyle worked with DTOP to ensure proper procurement  measures were in place to solicit and begin disaster debris  removal and monitoring services. Ultimately, Thompson began  performing debris monitoring services in three DTOP zones.  Mr. Hoyle oversaw the establishment of project operations  and is responsible for contract obligations and cost controls.     Hurricane Irma, Disaster Recovery Operations, State of  Florida, 2017 ‐ 2018 | Mr. Hoyle served as principal‐in‐charge  during Thompson’s state‐wide mobilization in response to  Hurricane Irma. Thompson conducted debris removal  monitoring operations on behalf of 45 unique clients  simultaneously. Mr. Hoyle was responsible for contract  obligations and cost controls for all projects. Thompson  provided debris monitoring and substantiation for more than  11.6M cubic yards of debris as a result of Hurricane Irma.  Hurricane Matthew, Disaster Recovery Operations, Multiple  States, 2016 ‐ 2017 | Mr. Hoyle served as principal‐in‐charge  during Thompson’s multi‐state mobilization in response to  Hurricane Matthew. Thompson conducted debris removal  monitoring operations in five (5) states and 23 unique clients  simultaneously. Mr. Hoyle was responsible for contract  obligations, cost controls, and FEMA Category A&B  reimbursement for all projects. Thompson provided debris  monitoring and substantiation for more than 3.2M cubic yards  of debris as a result of Hurricane Matthew.  South Carolina Department of Transportation, Severe  Flooding, 2015 ‐ 2016 | Mr. Hoyle again served on the  Thompson management team during the SCDOT’s response to  statewide severe flooding. He was responsible for contract  obligations, cost controls, and FEMA Category A&B  reimbursement for all projects. Thompson provided debris  monitoring services on behalf of the SCDOT in 11 counties as  well as FEAM PA services to identify and document damages  to approximately 600 sites and prepared and submitted both  large and small project worksheets totaling over $35,000,000  and including hazard mitigation measures.  Putnam, Fentress and Overton Counties, Tennessee, Sever  Winter Storm, 2015 | Mr. Hoyle served as the Principal‐in‐ Charge during for all projects following a regional ice storm  JON HOYLE    PAGE 2 / 2     that impacted Tennessee. He managed and ensured all  contracts and task orders were processed and implemented.      South Carolina, Winter Storm Pax Regional Response and  Disaster Recovery, 2014 | Winter Storm Pax impacted the  State of South Carolina generating widespread vegetative  disaster debris. Thompson was activated by the South Carolina  Department of Transpiration (SCDOT), Georgetown, Marion,  Williamsburg, Aiken and Allendale Counties to provide debris  removal monitoring services. Mr. Hoyle served on the  Thompson management team responsible for contract  obligations, cost controls, and FEMA Category A&B  reimbursement for all projects. Thompson monitored,  documented, and substantiated reimbursement for the  removal of over 2,900,000 cubic yards of debris and the  removal of 400,000 hazardous limbs and trees.  Louisiana and Mississippi, Hurricane Isaac Regional Response  and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac  struck the Louisiana and Mississippi gulf coast with Category 1  strength winds and 24 hours of sustained rainfall. Mr. Hoyle  served on the Thompson debris program team responsible for  mobilizing and deploying project staff and resources to  multiple jurisdictions along coastal Mississippi and Louisiana,  including Jackson and Hancock County, MS, and Terrebonne  Parish and Denham Springs, LA. In all, Thompson’s field  monitoring efforts documented and substantiated  reimbursement for the removal of nearly 100,000 cubic yards  of debris from roadways, canals, and beaches.    Virginia Department of Transportation (VDOT), Multiple  Locations, Hurricane Recovery Debris Monitoring, 2011 | In  the wake of Hurricane Irene the VDOT called upon their pre‐ position contractors to assist it with collecting and disposing of  debris strewn about its rights‐of‐way in the Central and  Eastern regions of the State. Thompson was tasked with  providing debris removal monitoring services in the Ashland,  Chesterfield, Petersburg, South Hill, and Saluda Residencies,  which included a territory of 23 Counties. Mr. Hoyle served as  the Principal‐In‐Charge acting as the liaison officer between  the VDOT’s pre‐positioned contractors and the field  management team.     Alabama Department of Conservation and Natural Resources  (ADCNR), Disaster Management and Debris Monitoring,  Alabama, 2011 | Mr. Hoyle served as the Project Manager for  the disaster management and debris monitoring at  Guntersville, Buck’s Pocket, and Morgan’s Cove State Parks  following the crippling tornados of April 2011. The  campgrounds were totally destroyed and massive amounts of  debris were scattered in the roadways, trail systems, and fire  lines. At peak, 90 crews were mobilized, managed, and  monitored. Contract value totals $1.5‐million.  Calhoun County, Alabama, Tornado Recovery Operations,  2011 | During April of 2011, north/central Alabama, eastern  Mississippi, northwest Georgia, and southeast Tennessee,  were struck with a record‐breaking number of crippling,  deadly tornados. Thompson was selected by Calhoun County  to provide disaster response and recovery consulting services  including grant administration and debris removal monitoring.   Mr. Hoyle served as the Principal‐In‐Charge while supporting  the field management team’s efforts to aid the County in a  swift recovery.    Texas and Louisiana, Hurricane Ike Long Term Recovery,  Infrastructure Repair and Grant Management  Administration, 2008‐2011 | Following the devastating impact  that Hurricanes Ike made on the Texas and Louisiana coast, Mr.  Hoyle implemented and managed over 15 large long term  recovery, infrastructure repair, and grant administration  programs in Texas and Louisiana and helping obtain over $250  million FEMA PA, FHWA ER, and CDBG DR funds on behalf of  local governments and agencies such as the Port of Galveston,  City of Galveston, and Texas Department of Transportation.  Escambia County, Florida, BP Deep‐water Horizon Oil Spill  Response, 2010 | As oil threatened the beaches and  waterways of Escambia County (Pensacola), FL during the  summer of 2010, Mr. Hoyle deployed a team responsible for  documenting and accounting for over $10 million of  contracted efforts to contain the oil and mitigate the  environmental impact the oil spill made on beaches,  waterways, and tourism.   Norman, Oklahoma, Ice Storm Deployment, 2008 | Following  a crippling ice storm in Norman, Oklahoma in 2008, Mr. Hoyle  served as the Principal in Charge for a program to document  and account for contracted response, recovery, and debris  removal operations initiated by the City. The effort  documented and substantiated over $3 million worth of  eligible FEMA and FHWA funding.  Florida and Mississippi, Hurricane Deployment, Hurricane  Katrina, 2005‐2007 | Mr. Hoyle deployed teams to  simultaneously respond to multiple local governments in  Florida and Mississippi to provide debris monitoring and grant  administration assistance. The effort documented and  substantiated the removal of over 5,000,000 cubic yards of  debris, representing $175 million of FEMA and FHWA  reimbursement to local governments.          PAGE 1 / 2    Nathaniel Counsell  Executive Vice President  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EDUCATION BA: Economics   MBA: International Business EXPERIENCE 18 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FEMA Hazard Mitigation Grant Program  (404 and 406) | FEMA Severe Repetitive Loss Program | FHWA ER Program | CDBD Disaster Recovery | CDBG Housing  Mr. Counsell has 18 years of experience providing management and oversight for disaster response and recovery efforts  throughout the United States. He has managed 80 projects under contracts that total over $1.5 Billion in recovery efforts that  required the mobilization of over 5,000 field and professional personnel.    PROJECT EXPERIENCE  City of Mobile, Alabama, Hurricane Disaster Debris Removal  Monitoring, 2020 ‐ 2021 | Mr. Counsell served as the principal‐ in‐charge / corporate resource officer for the City of Mobile  following the effects of Hurricane Sally. Severe flooding  produced large amounts of construction, demolition, and  vegetative debris, and Thompson monitored the removal of  over 660,000 CY of debris from the City. Mr. Counsell ensured  all projects had the resources necessary to implement  monitoring operations including special debris removal  programs involving City parks and the environmental  preservation of historical flora.  Solid Waste Authority of Palm Beach County (SWA),  Hurricane Irma, 2017 ‐ 2018 | Mr. Counsell served as the  principal‐in‐charge / program manager to coordinate debris  monitoring and disposal operations throughout the county,  this included performing monitoring services for 18  communities within the County and documenting all disposal  loads brought to the SWA’s landfills. Overall Thompson  provided the substantiation for more than 3M cubic yards of  debris as a result of Hurricane Irma.  Hurricane Irma, Disaster Recovery Operations, State of  Florida, 2017 ‐ 2018 | Mr. Counsell served as the principal‐in‐ charge / corporate resource officer during Thompson’s state‐ wide mobilization in response to Hurricane Irma. Thompson  conducted debris removal monitoring operations on behalf of  45 unique clients simultaneously. Mr. Counsell ensured all  projects had the resources necessary to implement monitoring  operations for all projects and programs. Thompson provided  debris monitoring and substantiation for more than 11.6M  cubic yards of debris as a result of Hurricane Irma.  Louisiana Severe Flooding, City of Baton Rouge, Parish of East  Baton Rouge and Denham Springs, LA, 2016 ‐ 2017 | Mr.  Counsell served as the principal‐in‐charge / corporate resource  officer for the City of Baton Rouge, Parish of East Baton Rouge  and Denham Springs disaster recovery operations conducted  by Thompson. Each of these communities were severely  impacted by massive flooding and required specialized debris  removal programs. Recovery operations in the City / Parish of  East Baton Rouge resulted in the collection of over 1.9M cubic  yards of construction and demolition debris, the largest C&D  removal program since Hurricane Katrina. Over 90% of the City  of Denham Springs was impacted by flooding resulting in  250,000 CY of debris collected. Both projects also required  extended ROW debris removal and Thompson worked with  each community to implement a private property debris  removal (PPDR) program. Mr. Counsell ensured all projects  had the resources necessary to implement monitoring  operations for all programs. He also worked closely with the  leadership of each community to address public information  concerns and worked closely with the debris removal  contractors to assist in organized debris removal operations.  South Carolina Department of Transportation, Severe  Flooding, 2015 | Mr. Counsell served as the corporate  resource officer during the SCDOT’s response to statewide  severe flooding. Mr. Counsell ensured all projects had the  NATHANIEL COUNSELL    PAGE 2 / 2     resources necessary to implement debris removal monitoring  in 11 counties throughout the State.      South Carolina, Winter Storm Pax Regional Response and  Disaster Recovery, 2014 | Winter Storm Pax impacted the  State of South Carolina covering various regions of the State in  up to 1.5” of ice which generated widespread vegetative  disaster debris. Thompson was activated by the South Carolina  Department of Transpiration (SCDOT), Georgetown, Marion,  Williamsburg, Aiken and Allendale Counties to provide debris  removal monitoring services. Mr. Counsell served on the  Thompson management team responsible for contract  obligations, cost controls, and FEMA Category A&B  reimbursement for all projects. Thompson monitored,  documented, and substantiated reimbursement for the  removal of over 2,900,000 cubic yards of debris and the  removal of 400,000 hazardous limbs and trees.  Louisiana and Mississippi, Hurricane Isaac Regional Response  and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac  struck the Louisiana and Mississippi gulf coast with Category 1  strength winds and 24 hours of sustained rainfall.  Mr. Counsell  served on the Thompson financial team responsible for  contract cost controls and FEMA Category A&B  reimbursement for multiple jurisdictions along coastal  Mississippi and Louisiana, including Jackson and Hancock  County, MS, and Terrebonne Parish and Denham Springs, LA.  In all, Thompson’s data and financial management efforts  authorized nearly a $1,000,000 of eligible contractor payments  and substantiated reimbursement for the removal of nearly  100,000 cubic yards of debris from roadways, canals, and  beaches.    Virginia Department of Transportation (Multiple Locations),  Hurricane Recovery and Debris Removal, 2011 | In the wake  of Irene, the Virginia Department of Transportation (VDOT)  called upon their pre‐position contractors to assist it with  collecting and disposing of debris strewn about its rights‐of‐ way in the Central and Eastern regions of the State. Thompson  was tasked with providing debris removal monitoring services  in the Ashland, Chesterfield, Petersburg, South Hill, and Saluda  Residencies, which included a territory of 23 Counties. Mr.  Counsell served as Project Manager for this engagement and  oversaw all debris monitoring operations.    Calhoun County, Alabama, Tornado Disaster Debris  Monitoring, 2011 | Mr. Counsell served as the Project  Manager for disaster debris removal monitoring following the  crippling tornados of April 2011. The project involved  monitoring right‐of‐way collection of vegetative and  construction and demolition (C&D) debris throughout the  County and administering and monitoring contracted debris  removal from private property through a right‐of‐entry (ROE)  program as part of Operation Clean Sweep administered by  FEMA and AEMA. Contract value totals $3‐million.  New Orleans, Louisiana, FEMA Funded Commercial and  Residential Demolition Program, 2007‐2009 | Between 2007  and 2009, Mr. Counsell served as the Program Manager of the  City of New Orleans residential and commercial demolition  program, helping the City design and implement a multi‐phase  process for the identification, historical review,  decommissioning, demolition, and disposal of over 1,500  residential and commercial structures located throughout the  City. The program required coordinated cost tacking to 5 large  Project Worksheets totaling over $50 million in FEMA Public  Assistance Funding.    Louisiana and Texas, Hurricane Deployment, Hurricanes  Dolly, Gustav, and Ike, 2008‐2010 | Following the devastating  impact that Hurricanes Dolly, Gustav, and Ike made on the  Texas and Louisiana coast, Mr. Counsell deployed,  implemented, and executed 10 large scale debris monitoring  and grant administration programs in Texas and Louisiana and  helped obtain $250 million FEMA PA, FHWA ER, and CDBG DR  funds on behalf of local governments and agencies such as  Terrebonne Parish, City of New Orleans, and City of Houston.  South Florida, Hurricane Deployment, Hurricane Wilma,  2005‐2006 | Mr. Counsell deployed teams to simultaneously  respond to 17 local governments in Broward, Miami‐Dade, and  Monroe County, FL to provide debris monitoring and grant  administration assistance. The effort documented and  substantiated the removal of over 5,000,000 cubic yards of  debris, representing $175 million of FEMA and FHWA  reimbursement to local governments.    PAGE 1 / 2 Simon Carlyle Vice President FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EXPERIENCE 17 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) | FEMA Hazard Mitigation Grant Program (404 and 406) | FHWA ER Program | HUD CDBD Disaster Recovery | HUD CDBG Housing Mr. Carlyle has 17 years of experience providing management and oversight for disaster response and recovery efforts throughout the United States. He has managed over 30 of the most devastating disaster events in Florida, Texas, Alabama, Virginia, Louisiana, South Carolina, Georgia, and Mississippi. Mr. Carlyle has extensive experience in all stages of disaster recovery and has a thorough knowledge of federal, state, and local policies. PROJECT EXPERIENCE Virginia Department of Transportation, Severe Winter Storm Debris Removal Monitoring, 2021 | Mr. Carlyle served as client liaison for the Virginia Department of Transportation where he provided senior management oversight, coordinated staffing and logistics support, ensured unique health and safety plan was executed and oversaw and audited daily reporting. State of Louisiana – Multiple Communities, Hurricane Laura, 2020 - 2022 | Mr. Carlyle served as the regional manager to multiple cities and parishes following the devastating effects of Hurricane Laura. He coordinated and provided support during debris monitoring and disposal operations throughout the state. State of South Carolina – Multiple Communities, Tornado Recovery Operations, 2020 | Mr. Carlyle served as the regional manager during mobilization in response to an unprecedented number of tornados affecting the state. Following the tornado outbreak, Mr. Carlyle managed multiple projects overseeing debris removal operations and debris site quality control. State of South Carolina – Multiple Communities, Hurricane Dorian Recovery operations, 2019 | Following the effects of Hurricane Dorian, an extremely powerful Category 5 hurricane, Mr. Carlyle served as the regional manager for multiple clients across the state. Mr. Carlyle provided program oversight, order preparation and quality assurance measures. Jefferson County & Orange County, Texas, Tropical Storm Imelda Disaster Recovery Operations, 2019 | Mr. Carlyle served as regional manager on behalf of Jefferson County and Orange County, Texas following the devastating effects of Tropical Storm Imelda. The storm caused wide-spread flooding and produced large quantities of debris throughout the state. Mr. Carlyle assisted the counties in the removal and substantiation of over 100,000 cubic yards of debris. Lee County, Alabama, Tornado Disaster Recovery Operations, 2019 | Mr. Carlyle served as the project manager for Lee County after it was impacted by one of the most fatal and highly destructive tornadoes in recent history. Mr. Carlyle was able to mobilize to the County within hours of a notice to proceed and began immediate coordination with local, state and federal officials. Mr. Carlyle worked closely with the County and the County’s debris hauler to develop a debris removal strategy and schedule. Southwest Georgia – Multiple Communities, Hurricane Michael Response and Disaster Recovery, 2018 – 2019 | Hurricane Michael was an extremely destructive Category 5 storm that impacted multiple states across the panhandle including Georgia. Mr. Carlyle served as a regional manager under a team providing debris monitoring and documentation under the United States Army Corps of Engineers. Mr. Carlyle oversaw field operations and served in a client liaison role. SIMON CARLYLE PAGE 2 / 2 State of Florida – Multiple Communities, Hurricane Irma Recovery and Debris Removal Monitoring, 2017 – 2018 | Mr. Carlyle served as regional manager on behalf of nearly 20 cities and counties in the state of Florida following the impacts of Hurricane Irma. As regional manager, Mr. Carlyle was responsible for communicating with City and County administrators, scheduling debris removal operations, overseeing training, project staffing and data management, ensuring that debris and documentation remains accurate, representing clients in meetings with State and Federal officials, and coordination between County and City/Town government. State of Texas – Multiple Communities, Hurricane Harvey Disaster Debris Monitoring & Recovery Services, 2017 – 2018 | Mr. Carlyle served as the regional manager for disaster debris removal monitoring in multiple cities and counties following Hurricane Harvey. Mr. Carlyle worked directly with impacted Cities, Counties, and respective communities, scheduling debris removal operations and task orders, and communicating all project matters related to the counties, cities, and towns to City and County staff. Beaufort County, South Carolina, Hurricane Matthew Recovery Operations & DDMP Development , 2016 – 2017 | Mr. Carlyle has maintained a relationship with the County for nearly a decade. He worked closely with the County to provide support during annual trainings and assisted in the development of the County’s Disaster Debris Management Plan (DDMP). Following Hurricane Matthew in 2016, Mr. Carlyle served as the project manager on behalf of the county and oversaw debris removal operations including the removal of over 1.7M cubic yards of debris and the removal of over 62,000 Hazardous hanging limbs and leaning trees. In addition, he successfully oversaw a waterway debris and vessel removal program. State of South Carolina – Multiple Communities, Winter Storm Pax Disaster Recovery, 2014 | In February of 2014 Severe Winter Storm Pax impacted the State of South Carolina covering various regions of the State in up to 1.5” of ice which generated widespread vegetative disaster debris. Mr. Carlyle worked with multiple county and local governments to establish debris removal and incident response plans in order to begin responding to residential and community needs. Mr. Carlyle created debris removal and monitoring programs with communities that had no preposition contract or plans in place. City of Sioux Falls, South Dakota, Severe Winter Storm Recovery Operations, 2013 | The City was severely impacted by a severe winter storm in the spring of 2013 causing damage and hazardous debris. Mr. Carlyle served as the project manager overseeing the deployment and activation of staffing and equipment resources. Mr. Carlyle also assisted the City in utilizing unique mapping parameters and reporting p rotocols. Nearly 30,000 hazardous hanging limbs were removed from the City. Bastrop County, Texas, Wildfire Recovery Services, 2011 – 2012 | Mr. Carlyle served as the project manager following devastating wildfires that impacted the County. Mr. Carlyle led a team of experts who expedited project worksheets, maintained FEMA compliant documentation and initiated a private property debris removal program. City of Waveland, Mississippi, Hurricane Katrina Disaster Recovery & Private Property Debris Removal, 2006 | The City was severely impacted by Hurricane Katrina and suffered widespread damage. Mr. Carlyle served as the project manager on behalf of the City and oversaw right-of-way debris removal operations, the removal of hazardous leaning and hanging limbs and trees, City parks debris removal operations, and private property debris removal projects. TRAINING & CERTIFICATIONS - IS-100: Introduction to ICS - IS-120: Introduction to Exercises - IS-00556: Damage Assessment for Public Works - IS-00559: Local Damage Assessment - IS-00634: Introduction to FEMA’s Public Assistance Program - IS-700: Introduction to NIMS - Homeland Security Exercise and Evaluation Program (HSEEP) Certified PAGE 1 / 2 Oliver Yao Vice President FIRM Thompson Consulting Services 2601 Maitland Center Parkway Maitland, Florida 32751 EDUCATION BA: Economics MBA: Management and Finance EXPERIENCE 16 years PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work (Categories A-B) and Permanent Work (Categories C-G) Mr. Yao has 16 years of experience providing program management and oversight of disaster response and recovery projects throughout the United States. His experience spans recovery efforts following hurricanes, tornadoes, ice storms, wildfires, and other debris generating incidents. Mr. Yao is a subject matter expert in FEMA Public Assistance criteria and documentation standards and has overseen the data management and documentation of over 116 million cubic yards of debris over the course of his career. PROJECT EXPERIENCE CalRecycle, Wildfire 2021 | Mr. Yao served as a senior manager and supported project controls for the 2021 Wildfire structural debris and hazard tree assessment and removal program. The program consisted of two divisions, the North Division which included the counties of Lassen, Plumas, Siskiyou, Tehama, and Trinity; and the Central Division which included the counties of Alpine, El Dorado, Placer, Nevada, and Lake. Mr. Yao supported project setup including workplans, staffing, and data documentation and reporting. Louisiana, Hurricane Ida Program Management, 2021 | Mr. Yao Provided senior management oversight and project controls for 11 projects within the State of Louisiana including St. John the Baptist, St. James, Iberville, and St. Helena Parishes. Mr. Yao’s senior oversight included over 4.7 million cubic yards and over 82,000 hazardous trees from the 11 combined projects. CalRecycle, North Branch Fires 2020 | Mr. Yao provided senior management oversite and project controls for the North Branch Fires which included the Counties of Butte, Siskiyou, Shasta, and Trinity. Mr. Yao supported project setup, staffing, data management, financial accounting, and project controls and reporting. Louisiana, Hurricanes Delta and Zeta Program Management, 2020 | Hurricanes Delta and Zeta were two late season hurricanes that impacted Louisiana. Mr. Yao provided senior management oversight and project controls for six projects including Acadia and St. Martin Parish. The response and recovery operations for Hurricanes Delta and Zeta were completed on average within 30 days and totaled 167,000 CY of debris and 3,800 hazardous trees. Baldwin County, Alabama, Hurricane Sally Program Management, 2020 | Hurricane Sally impacted the State of Alabama as a strong Category 2 hurricane and caused extensive damages to Baldwin County. Mr. Yao served as part of the senior management team and supported project setup, documentation, staffing, reporting, and project controls. The project resulted over 4.4 million cubic yard of debris and over 46,000 hazardous trees and stumps. Mr. Yao also supported the County in responding to FEMA requests for information and supporting documentation. Louisiana, Hurricane Laura Program Management, 2020 | Hurricane Laura impacted the State of Louisiana as a destructive category 4 hurricane. Mr. Yao served as senior leadership and oversaw project setup, documentation, staffing, and project controls for 15 clients in Louisiana. Work included the City of Lake Charles, Calcasieu Parish, the City of Sulphur, Allen Parish, Vermillion Parish, and the City of Alexandria to name a few. Mr. Yao’s senior oversight included over 15.3 million cubic yards and over 130,000 hazardous trees from the 15 combined projects. Mr. Yao also supported the two Private Property Debris Removal programs for Calcasieu Parish and the Town of Vinton. OLIVER YAO PAGE 2 / 2 CalRecycle, Camp Fire, 2019 | The Camp Fire Incident destroyed over 13,000 structures. Mr. Yao served as a senior manager supporting project setup, staffing, data management, financial accounting, and project controls. This program resulted in the documentation of over 3.6 million tons of structural debris. Florida, Hurricane Michael Program Management, 2018 | Hurricane Michael impacted the Florida panhandle region as a Category 5 hurricane. Mr. Yao provided management and data oversight for 11 projects in Florida including Bay County , Franklin County, Wakulla County and the cities of Lynn Haven, Springfield, and Callaway. Mr. Yao supported the oversight and documentation of over 5.5 million cubic yards and over 21,000 hazardous trees. Georgia, Hurricane Michael Program Management, 2018 | In addition to impacting the State of Florida, Hurricane Michael also severely impacted the State of Georgia. The United States Army Corps of Engineers (USACE) was activated to coordinate debris removal in 13 counties. Mr. Yao served as a senior manager and was responsible for project setup, controls, reporting, and staffing. In total, over 3.4 million cubic yards of debris was documented and collected. Florida, Hurricane Florence Program Management, 2018 | Hurricane Florence was a powerful and long-lived hurricane that severely impacted North Carolina. Mr. Yao served as a senior manager and help oversee 15 projects within the State of North Carolina including Onslow County, Craven County, Lenoir County, and the City of New Bern. Mr. Yao supported the documentation of over 1.3 million cubic yards of debris and over 14,000 hazardous trees. Florida, Hurricane Irma Program Management, 2017 | Hurricane Irma was an unprecedented storm that impacted almost the entire State of Florida. Mr. Yao supported documentation and reimbursement for clients throughout the State of Florida. Mr. Yao also supported final invoicing and the response to requests for information by FEMA for multiple projects. Florida, Hurricane Matthew Program Management, 2016 | Hurricane Matthew impacted the east coast of Florida. Mr. Yao served as a senior manager and data management coordinator 21 projects including the counties of Volusia, Flagler, St. Johns, and Brevard County. Mr. Yao supported the documentation and data management of over 3.2 million cubic yards of debris. South Carolina, Hurricane Matthew Program Management, 2016 | Mr. Yao served as a senior manager and data management coordinator for over 11 projects in South Carolina including Beaufort County and the Town of Hilton Head Island. Mr. Yao supported the documentation and reporting of over 4.4 million cubic yards of debris. Texas, Severe Storms, Tornadoes, Straight-Line Winds and Flooding Program Management, 2015 | Mr. Yao served as a senior manager and data management coordinator for the City of Houston, Hays County, and Caldwell County following severe storms and flooding that resulted in a disaster declaration. Mr. Yao supported project documentation and reporting. Alabama, Severe Storms and Tornadoes Program Management, 2014 | Mr. Yao served as a senior manager and data management coordinator for the counties of Blount and Limestone. Mr. Yao supported documentation, data management, and reporting deliverables for the projects. New Jersey Department of Environmental Protection, Hurricane Sandy, 2012| Mr. Yao served as a senior manager and data management coordinator for NJDEP waterways debris removal program. This program included the removal of submerged and partially submerged hurricane debris as well as sediment removal that was a result of the hurricane. North Carolina, Hurricane Irene Data Management, 2011 | Mr. Yao served as a senior data manager and was responsible for the coordination, data management, reporting, and invoice reconciliation of 11 projects following Hurricane Irene. Mr. Yao supported the data management and project reporting of over 1 million cubic yards combined. City of New Orleans, Hurricane Katrina Data Management, 2011 | Mr. Yao served as a senior data manager and was responsible for the coordination, data management, reporting, and invoice reconciliation of over 1,700 residential structural demolitions that were a result of Hurricane Katrina. Texas, Hurricane Ike Data Management, 2008 | Mr. Yao served as a senior data manager and was responsible for the coordination, data management, reporting, and invoice reconciliation of multiple projects including the City of Houston, City of Galveston, and Galveston County.       PAGE 1 / 2    Jonathan Clark  Senior Closeout Specialist / FEMA Consultant  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EXPERIENCE 16 years     PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) | FEMA Hazard Mitigation Grant Program (404 and 406) | HUD CDBG Disaster  Recovery | ROE / PPDR Removal Programs   Jonathan Clark is a multifaceted emergency management leader with a broad and diverse set of experience. He has served in  critical logistics roles and applied this experience to emergency management planning. He has a wealth of training and experience  in acquisition and accountability making Jonathan a strong resource for procurement review. Mr. Clark has demonstrated  capabilities in applying technology concepts to the emergency management environment.  PROJECT EXPERIENCE  City of Fort Lauderdale, Florida, Hurricane Irma and COVID‐ 19, 2017 ‐ 2020 | During Hurricane Irma, the City incurred  damages to its beaches, parks, buildings and utility  infrastructure. Mr. Clark processed category A and B claims  totaling more than $25 million as well as multiple permanent  work projects, including categories E, F and G, to restore  damaged buildings, utilities and parks. Mr. Clark is also  assisting the city with its’ COVID‐19 pandemic response efforts  which includes approval of a temporary non‐congregate  shelter to house vulnerable residents of the community.  Volusia County, Florida, Hurricane Irma, 2017 – 2020 |  Following Hurricane Irma, Mr. Clark assisted Volusia County, FL  with the preparation of PWs for both emergency and  permanent work. The County suffered widespread damages  generating more than 750,000 cubic yards of debris and  destroying County infrastructure such as buildings and  equipment. In total Mr. Clark prepared project worksheets  totaling nearly $20 million in eligible FEMA PA damages.  Additionally, Mr. Clark provided consultation regarding hazard  mitigation opportunities to limit the potential damage during  future disasters.  City Denham Springs, Louisiana, Severe Flooding FEMA PA,  HUD CDBG‐DR and Hazard Mitigation Consulting,   2016 ‐  2020 | Severe storms and flooding left over 1,000 homes  severely damaged and public infrastructure devastated,  including a destroyed City Hall and over one dozen lift stations  in Denham Springs, LA. Mr. Clark is supporting the City in  developing FEMA PA and Hazard Mitigation documentation to  substantiate over $12 million in disaster recovery costs. Mr.  Clark is also managing the City’s HUD CDBG‐DR claims, which  will provide funding for the non‐federal share of the FEMA PA  project costs.   South Carolina Department of Transportation (SCDOT),  Severe Flooding FEMA PA Consulting, 2015 ‐2016 | Mr. Clark  served as a FEMA PA grant administration consultant for the  SCDOT. Mr. Clark prepared both large and small projects for  approximately 100 roads and bridges throughout the State. In  this role, Mr. Clark has conducted site visits with SCDOT  engineers, State representatives and FEMA staff and provided  policy guidance and consulting support to maximize  reimbursement for the SCDOT. Additionally, Mr. Clark  identified mitigation opportunities and prepared Section 406  hazard mitigation requests to further strengthen SCDOT’s  infrastructure.  New York State Office of Emergency Management, Hurricane  Sandy FEMA PA Consulting, 2012 ‐ 2014 | Mr. Clark assisted  multiple Long Island applicants in a grantee role as part of the  NYSOEM team. His duties included documentation collection  and review, project worksheet development, and program  management of FEMA PA applicants' large projects.  Emergency Management Consultant, 2011 ‐ 2012 | As an  Emergency Management Consultant, Mr. Clark coordinated  and assisted federal, state and local emergency management  JONATHAN CLARK    PAGE 2 / 2     agencies with developing Emergency Response, Multi‐Hazard  Functional, and/or Mitigation Plans in accordance with Federal  and State requirements. His responsibilities include  coordinating and assisting federal, state and local emergency  management agencies with developing Continuity of  Operations, Continuity of Government, Business Continuity  Plans, and emergency communication and notification plans  and procedures, in accordance with Federal and State  guidelines. In addition, Mr. Clark coordinated and assisted in  the design, development, facilitation and evaluation of  tabletop, functional and full‐scale exercises Develop, define,  establish correlation and maintain metrics. Through this  valuable experience, he often interfaces and communicates  with clients to execute project plans and prepare project  deliverables to meet client expectations.  Planning Section Chief 2010‐2011 | Mr. Clark served as acting  Branch Planning Chief. In this position, he collected and  organized incident status and situation information as defined  within ICS. This involved coordinating, evaluating, analyzing,  and displaying information for supervisory managers. In  addition, Mr. Clark was responsible for developing, defining,  establishing, correlating, and maintaining performance  metrics. Other duties included plan, establish and maintain  mission assignments, goals and benchmarks for operational  planning.   FEMA, Ground Support Unit Lead (Coordinating and  Planning) 2005‐2009 | While at FEMA, Mr. Clark planned,  coordinated, and managed staff and resources as Deputy  Logistic Chief Understudy. He also evaluated and analyzed  resources and market trends and research. Other  responsibilities at FEMA included:  - Federal Equipment Manager: Includes maintenance,  tasking, mobilization, and installation.   - Acting Program Analyst: Created and evaluated  logistic operational plans and statistical reports.   - Project Manager: Maintained oversight on special  projects and departmental budgets.   - Contracting Officer: Technical Representative  managing contracts of more than 5 million USD.   - Resource, Supply, Documentation and Procurement  Supervisor   - ICS Team Lead for logistics during Federal response of  Gustav and Ike operations.  TRAINING & CERTIFICATIONS - Environmental Management, Oklahoma State University at  Tulsa   - Transportation of Hazardous Materials (DOT), Oklahoma  State University at Tulsa   - Management of Solid and Hazardous Waste (RCRA),  Oklahoma State University at Tulsa   - RS Means Construction Cost Estimating Concepts   - Executive Certificate Certified Professional Project  Manager (CPPM), St. Thomas University, Minneapolis MN   -  FEMA E0930, Local ICS Management Course   - Construction Management Certificate, Fordham University  (in progress)        PAGE 1 / 2    Daniel Gardner  Vice President / Data Operations  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EDUCATION BSBA: Management Information Systems   MBA: Finance and Management EXPERIENCE 14 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FEMA Hazard Mitigation Grant Program  (404 and 406) | FEMA Severe Repetitive Loss Program | CDBD Disaster Recovery | CDBG Housing  Mr. Gardner has served a program manager and grant management consultant for multiple federally funded grant programs on  projects totaling approximately $160 million. His extensive understanding of the eligibility requirements, regulations and policies  across many federal grant programs allows clients to maximize disaster recovery and mitigation reimbursement. He provides  oversight throughout grant and project implementation and is intimately familiar with such activities as application development,  public outreach, environmental review, vendor procurement, project and process monitoring, fair housing and Davis Bacon  compliance, project closeout and program audits.  Mr. Gardner has assisted clients obtain funding from multiple federally funded grant programs including the U.S. Department of  Housing and Urban Development (HUD) Community Development Block Grant (CDBG) Program, the Federal Emergency  Management Agency (FEMA) Public Assistance (PA) Program and the FEMA Hazard Mitigation Grant Program (HMGP).  PROJECT EXPERIENCE  Grant Parish, Louisiana, Hurricane Laura Disaster Recovery  Operations, 2020 ‐ 2021 | Mr. Gardner served as the Data  Manager overseeing all data operations for Grant Parish  following the severe effects of Hurricane Laura. He was  responsible for daily ticket reviews, data reconciliation and  validation, daily reporting and contractor invoice tracking.  Overall, Thompson has monitored and documented the  removal of over 1.1M cubic yards of debris from the Parish.  Puerto Rico Department of Transportation and Public Works  (DTOP), Hurricane Maria, 2017 ‐ 2018 | Hurricane Maria is  regarded as the worst natural disaster on record to impact  Puerto Rico. Following the devastating impacts of the storm  DTOP selected Thompson to perform debris monitoring  services in three DTOP zones. Mr. Gardner served as Data  Manager and was responsible for overseeing all daily ticket  review, detailed road review and daily reporting. In addition,  Mr. Gardner performs all contract review and invoice  reconciliation.     Hurricane Irma, Disaster Recovery Operations, State of  Florida, 2017 ‐ 2018 | Mr. Gardner served as the lead Data  Manager overseeing Thompson’s state‐wide mobilization in  response to Hurricane Irma. Thompson conducted debris  removal monitoring operations on behalf of 45 unique clients  simultaneously within the State. Mr. Gardner was responsible  for all QA/QC activities as well as contractor invoice  reconciliation. Thompson substantiated more than 11.6M  cubic yards of debris as a result of Hurricane Irma.  Hurricane Matthew, Data Management Operations, 2016 ‐  2017 | Mr. Gardner oversaw Thompson’s data management  operations, to include daily reporting, ticket/data review and  invoice reconciliation for all projects activated as a result of  Hurricane Mathew. Following the hurricane, Thompson was  activated in five (5) states and 23 unique clients  simultaneously. Managing a team of data administrators, Mr.  Gardner ensured each client received customized daily  reporting within 24 hours of debris removal operations  beginning. He also worked closely with eight (8) different  debris contractors to review and reconcile debris removal  invoices and provide payment recommendations to each  client. Thompson provided debris monitoring and  substantiation for more than 3.2M cubic yards of debris as a  result of Hurricane Matthew.  DANIEL GARDNER    PAGE 2 / 2     South Carolina Department of Transportation, Severe  Flooding Statewide Response, 2015 ‐ 2016 | The SCDOT  activated Thompson to provide debris removal monitoring  services in 11 counties throughout the State following severe  storms and flooding. Mr. Gardner served on the on‐site project  kickoff team and managed the data reporting and invoice  reconciliation tasks throughout the projects. He oversaw the  daily review of data and produced reports for the Counties  including a daily summary, cost estimation and contractor  summary.  Putnam, Fentress and Overton Counties, Tennessee, Severe  Winter Storm, 2015 | Mr. Gardner served on the on‐site  project kickoff team and managed the data reporting and  invoice reconciliation tasks throughout the projects. He  oversaw the daily review of data and produced reports for the  Counties including a daily summary, cost estimation and  contractor summary. Additionally, Mr. Gardner worked with  the debris hauler to reconcile all project data for invoicing and  provided payment recommendations to the Counties. All data  was submitted to FEMA in a Project Worksheet ready package  for immediate review and submission for reimbursement.  South Carolina, Winter Storm Pax Regional Response and  Disaster Recovery, 2014 | In February of 2014 Severe Winter  Storm Pax impacted the State of South Carolina covering  various regions of the State in up to 1.5” of ice which  generated widespread vegetative disaster debris. Thompson  was activated by the South Carolina Department of  Transpiration (SCDOT), Georgetown, Marion, Williamsburg,  Aiken and Allendale Counties to provide debris removal  monitoring services. Mr. Gardner managed the Thompson  data management team responsible for validation and  reporting of all project data. He was also responsible for data  reconciliation and contractor invoicing. Thompson monitored,  documented, and substantiated reimbursement for the  removal of 2,000,000 cubic yards of debris and the removal of  400,000 hazardous limbs and trees.  City of Hoboken, NJ, Emergency Operations Planning, Debris  Monitoring, and FEMA PA Consulting, Hurricane Sandy 2012‐  2013 | The City of Hoboken was severely impacted by  Hurricane Sandy, experiencing widespread flooding  throughout the majority of the City. Mr. Gardner assisted with  the oversight and coordination of debris removal operations  immediately following the hurricane, and served as the Senior  Grant Consultant during preparation the City’s FEMA Project  Worksheets.  Louisiana and Mississippi, Hurricane Isaac Regional Response  and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac  struck the Louisiana and Mississippi gulf coast with Category 1  strength winds and 24 hours of sustained rainfall.  Mr. Gardner  served on the Thompson financial team responsible for  contract cost controls and FEMA Category A&B  reimbursement for multiple jurisdictions along coastal  Mississippi and Louisiana, including Jackson and Hancock  County, MS, and Terrebonne Parish and Denham Springs, LA.  In all, Thompson’s data and financial management efforts  authorized nearly a $1,000,000 of eligible contractor payments  and substantiated reimbursement for the removal of nearly  100,000 cubic yards of debris from roadways, canals, and  beaches.    City of Tuscaloosa, Alabama, Public Assistance and Long Term  Recovery Grant Program, 2011 | The City of Tuscaloosa was  impacted by multiple large and small tornadoes in April, 2011.  The largest tornado flattened a one mile by six mile swath of  the City causing an estimated $85M in damage. Critical  infrastructure was damaged and hundreds of residents lost  their homes and property during the event. Mr. Gardner aided  the City secure federal funding across several grant programs  including CDBG, to assist with the rebuilding of lost public  housing while focusing on the goal of energy efficiency and  sustainability.  TRAINING & CERTIFICATIONS - Homeland Security Exercise and Evaluation Program  (HSEEP)  - FEMA IS‐31: Mitigation eGrants System for the Grant  Applicant  - FEMA IS‐100a: Introduction to the Incident Command  System  - FEMA IS‐208a: State Disaster Management  - FEMA IS‐230: Principles of Emergency Management  - FEMA IS‐253: Coordinating Environmental and Historic  Preservation Compliance  - FEMA IS‐279: Retrofitting Flood Prone Residential  Structures  - FEMA IS‐386: Introduction to Residential Coastal  Construction  - FEMA IS‐559: Local Damage Assessment  - FEMA IS‐631: Public Assistance Assessment  - FEMA IS‐632: Introduction to Debris Operations in FEMA’s  PA Program  - FEMA IS‐634: Introduction to FEMA’s Public Assistance  Program  - FEMA IS‐700a: National Incident Management System  (NIMS) An Introduction  - FEMA IS‐922: Applications of GIS for Emergency  Management        PAGE 1 / 2    Wesley Holden  Senior Vice President / ADMS Operations  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EDUCATION BS: Management Information Systems  EXPERIENCE 18 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FEMA Hazard Mitigation Grant Program  (404 and 406)  Mr. Holden has 18 years of experience providing data management and disaster recovery software application development for  disaster response and recovery efforts throughout the United States for a broad range of local and state government clients.  PROJECT EXPERIENCE  Iowa, Midwest Derecho Disaster Recovery Response, 2020 ‐  2021 | Following an unprecedented derecho that caused  devastating damage statewide, Thompson was activated by  the Iowa Department of Homeland Security and Emergency  Management and the City of Bertram to provide debris  removal monitoring services. Mr. Holden was responsible for  overseeing the deployment of all equipment and personnel  needed to begin debris monitoring operations and provided  oversight of the implementation of Thompson’s automated  debris management system (ADMS). Overall, Thompson  monitored the removal of over 425,000 cubic yards of debris  resulting from the derecho event.  Hurricane Irma, Disaster Recovery Operations, State of  Florida, 2017 ‐ 2018 | Mr. Holden oversaw Thompson’s ADMS  deployment during Thompson’s state‐wide mobilization in  response to Hurricane Irma. Thompson conducted debris  removal monitoring operations on behalf of 45 unique clients  simultaneously. Mr. Holden ensured all projects had the  equipment and personnel necessary to perform monitoring  operations utilizing Thompson’s ADMS for all projects and  programs. Thompson provided debris monitoring and  substantiation for more than 11.6M cubic yards of debris as a  result of Hurricane Irma.  Hurricane Matthew, Disaster Recovery Operations, Multiple  States, 2016 ‐ 2017 | Mr. Holden oversaw Thompson’s ADMS  deployment in five (5) states and 23 unique clients  simultaneously as a result of Hurricane Matthew. He assigned  and managed a team of ADMS operators across all projects.  This effort included the setup, distribution and management  of more than 500 ADMS handheld and hip printer units which  enable real‐time data collection of debris monitoring  operations. Overall, Thompson provided debris monitoring  and substantiation for more than 3.2M cubic yards of debris as  a result of Hurricane Matthew.  Chatham County, Georgia, Hurricane Matthew Recovery  Operations, 2016 – 2017 | Mr. Holden served as the project  manager for debris removal monitoring services on behalf of  Chatham County following Hurricane Matthew. He worked  closely with the County and the debris removal contractor to  ensure right‐of‐way (ROW), hazardous tree and limb, and  private property debris removal (PPDR) programs were  performed efficiently and in accordance with federal and state  regulations. Thompson substantiated the removal of over  1,400,000 cubic yards of vegetative debris.  South Carolina Department of Transportation, Severe  Flooding, 2015 | Following severe statewide flooding in South  Carolina, SCDOT contracted Thompson to provide debris  removal monitoring services in 11 counties throughout the  State. Mr. Holden provided oversight of the implementation of  Thompson’s automated debris management system (ADMS),  the Thompson Data Management Suite, and our handheld  field units, TDMSmobile across all projects throughout the  State.  Mississippi Department of Transportation, Road Sign  Tracking Analysis, 2015 | The Mississippi Department of  Transportation (MDOT) contracted Thompson to conduct an  analysis of current roadway sign shop operations, systems  WESLEY HOLDEN    PAGE 2 / 2     integration of roadway sign shop operations, field  maintenance operations, data gathering, and creation of  standard operating procedures of roadway sign creation and  maintenance. Mr. Holden served as Project Manager and  ensured project deliverables were completed and presented  to MDOT stakeholders in accordance with the project task  order.  South Carolina, Winter Storm Pax Regional Response and  Disaster Recovery, 2014 | Winter Storm Pax impacted the  State of South Carolina covering various regions of the State in  up to 1.5” of ice which generated widespread vegetative  disaster debris. Thompson was activated by the South Carolina  Department of Transpiration (SCDOT), Georgetown, Marion,  Williamsburg, Aiken and Allendale Counties to provide debris  removal monitoring services. Mr. Holden provided oversight of  the implementation of Thompson’s automated debris  management system (ADMS), the Thompson Data  Management Suite, and our handheld field units,  TDMSmobile. Overall Thompson deployed 450 units to  document and substantiate reimbursement for the removal of  an over 2,900,000 cubic yards of debris and the removal of  400,000 hazardous limbs and trees throughout the State.  Town of Babylon, New York, Hurricane Sandy Recovery  Operations, 2012 ‐2013 | Following the devastating landfall of  Hurricane Sandy, Mr. Holden provided oversight of the  implementation of Thompson’s automated debris  management system (ADMS), TDMSmobile, which was utilized  to  track a number of different inventory metrics associated  with the Town’s debris removal program, including equipment  deployed, trucks assigned to different work zones, debris types  removed, debris collection locations, and recyclable material  recovered.  Louisiana and Mississippi, Hurricane Isaac Regional Response  and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac  struck the Louisiana and Mississippi gulf coast with Category 1  strength winds and 24 hours of sustained rainfall.  Mr. Holden  served on the Thompson financial team responsible for  contract cost controls and FEMA Category A&B  reimbursement for multiple jurisdictions along coastal  Mississippi and Louisiana, including Jackson and Hancock  County, MS, and Terrebonne Parish and Denham Springs, LA.  In all, Thompson’s data and financial management efforts  authorized nearly a $1,000,000 of eligible contractor payments  and substantiated reimbursement for the removal of nearly  100,000 cubic yards of debris from roadways, canals, and  beaches.    Clark County, Indiana, Tornado Recovery Operations, Data  Management, 2012 | Mr. Holden managed a team tasked with  supporting data entry, document scanning and data  management to track and report debris removal operations for  Clark County. He was also in charge of debris hauler invoice  reconciliation and payment recommendations.  Calhoun County, AL, Tornado Recovery Operations, 2011 |  Mr. Holden served as the County’s project manager during the  disaster debris removal monitoring efforts following the April  2011 tornadoes. He was in charge of overseeing collection  operations for the County to ensure that all debris removal and  monitoring was within federal regulations.  Texas, Hurricane Ike Data Management, 2008‐2009 |  Following Hurricane Ike, Mr. Holden managed a team tasked  with supporting data entry, document scanning, and data  management to track and report debris removal operations for  multiple municipalities and counties throughout Texas.  At the  peak of the engagement, Mr. Holden was tasked with  managing the scanning and entry of over 250,000 documents  and images per day.  City of New Orleans, FEMA Funded Commercial and  Residential Demolition Document Management, New  Orleans, LA, 2007‐2009 | Between 2007 and 2009, Mr. Holden  helped design a software application to electronically store  critical field documents that supported a multi‐phase process  for the identification, historical review, decommissioning,  demolition, and disposal of over 1,500 residential and  commercial structures located throughout the City of New  Orleans.      Mississippi, Hurricane Katrina, Data Management 2005‐   2007 | Following the devastating impact that Hurricanes  Katrina made on the Mississippi coast, Mr. Holden managed a  data management operation responsible for inputting,  tracking, and reporting the quantities of debris removed and  disposed of by the United States Army Corps of Engineers  contractors throughout the State of Mississippi.  TECHNOLOGY EXPERTISE - Enterprise Web, Accounting and Document Management  Applications  - ASP.Net, VB.Net, C#, JavaScript, HTML, Visual Studio,  Source Control  - SQL Server, T‐SQL, Stored Procedures, Index Tuning,  Performance Management        PAGE 1 / 2    Nicole Lehman  Director of Client Services / Program Manager  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EDUCATION BA: Psychology and Spanish EXPERIENCE 15 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FHWA ER Program | CDBG Disaster  Recovery | CDBG Housing  Ms. Lehman has 15 years of experience providing grant and program management support and oversight for disaster response  and recovery efforts throughout the United States. Following Hurricane Ike, she managed multiple projects for Galveston County  and the City of Galveston, the most heavily impacted communities by the storm.    Presenter: National Hurricane Conference, 2013 – Debris Monitoring and Contracting Training Workshop  PROJECT EXPERIENCE  Escambia County, Florida, Hurricane Disaster Recovery  Operations, 2020 ‐ 2021 | Ms. Lehman served as a program  manager during the recovery operations and response by  Escambia County following Hurricane Sally. She was  responsible for ensuring all projects had the adequate  resources necessary for completion, and that all projects were  adhering to all federal, state, and local requirements. As the  County’s stand‐by debris monitoring service provider, Ms.  Lehman has provided planning support and preparedness  services to the County.  Puerto Rico Department of Transportation and Public Works  (DTOP), Hurricane Maria, 2017 ‐ 2019 | Ms. Lehman served as  a program manager overseeing project operations for debris  monitoring services in three DTOP designated zones. She was  responsible for ensuring all projects were operating in  accordance with federal, state and local requirements.   Fort Lauderdale, Florida, Hurricane Irma Disaster Recovery,  2017 | Ms. Lehman served as program manager for Fort  Lauderdale's recovery efforts following Hurricane Irma.  Thompson monitored the removal of over 600,000 cubic yards  of vegetative and construction and demolition debris, as well  as the removal of hazardous limbs from 13,000 trees and the  complete removal of over 450 hazardous leaning trees. In  addition, Thompson implemented a sand recovery and  screening operation to return the displaced sand to the public  beaches. She coordinated closely with the City and the debris  removal contractors to implement and carry out debris  removal programs.   City of Daytona Beach, Florida, Disaster Debris Management  Plan Update, 2015 | Ms. Lehman led a planning team in the  update of the City’s Disaster Debris Management Plan. The  update included ensuring the plan met new FEMA policy and  procedure guidance as well as a review and update of the City’s  debris management roles and responsibilities and the debris  collection and monitoring strategies.   Alabama Department of Transportation Southwest Region,  Disaster Debris Management Plan, 2014 ‐ 2015 | Ms. Lehman  assisted in the development and preparation of a Disaster  Debris Management Plan (DDMP) for the ALDOT Southwest  Region. She worked closely with the Region to develop the  debris collection and monitoring strategies included in the  plan. In addition Ms. Lehman reviewed debris management  site options throughout the Region.    South Carolina Department of Transportation (SCDOT),  Winter Storm Pax Recovery Operations, 2014 | Ms. Lehman is  currently serving as operations manager for the SCDOT debris  removal monitoring mission in Georgetown County. She is in  charge of overseeing day‐to‐day operations for all monitoring  projects including emergency road clearance, right‐of‐way  collection, and removal of hazardous leaners and hangers on  SCDOT maintained roadways throughout the County.    NICOLE LEHMAN    PAGE 2 / 2     Georgetown County, South Carolina, Winter Storm Pax  Recovery Operations, 2014 | Ms. Lehman served as the  operations manager for debris removal monitoring operations  in Georgetown County. She was in charge of overseeing day‐ to‐day operations for all monitoring projects including  emergency road clearance, right‐of‐way collection, and  removal of hazardous leaners and hangers on County  maintained roadways.    City of Hoboken, NJ, Emergency Operations Planning, Debris  Monitoring, and FEMA PA Consulting, Hurricane Sandy 2012‐  2013 | The City of Hoboken was severely impacted by  Hurricane Sandy, experiencing widespread flooding  throughout the majority of the City. Ms. Lehman has served as  the City’s Project Manager for debris operations immediately  following the hurricane, and PA Consultant in preparing the  City’s FEMA Project Worksheets. Additionally, Ms. Lehman  assisted in the preparation of the City’s Emergency Operations  Plan, to help prepare the City and all department personnel to  respond during future disaster events.  Trinity Bay Conservation District, Texas, FEMA PA Project  Worksheet Close‐out and Audit Preparation, 2012 | Ms.  Lehman served as Grant Management Specialist for the final  reconciliation of expenditures to grant funds received for  Hurricane Ike bridge and facility replacements. Ms. Lehman  organized all supporting documentation for project  worksheets and prepared projects for close‐out and federal  audit.   Louisiana and Mississippi, Hurricane Isaac Regional Response  and Disaster Recovery, 2012 | In August 2012, Hurricane Isaac  struck the Louisiana and Mississippi gulf coast with Category 1  strength winds and 24 hours of sustained rainfall. Ms. Lehman  served on the Thompson debris program team responsible for  mobilizing and deploying project staff and resources to  multiple jurisdictions along coastal Mississippi and Louisiana,  including Jackson and Hancock County, MS, and Terrebonne  Parish and Denham Springs, LA.  Trinity Bay Conservation District, Texas, Disaster Debris  Management Planning, 2012 | Ms. Lehman assisted in the  development and preparation of a Disaster Debris  Management Plan (DDMP) for the Trinity Bay Conservation  District in Chambers County, Texas to ensure increased  eligibility for federal PA cost‐share in accordance with recent  changes to FEMA’s PA Pilot Program.   City of Tuscaloosa, Alabama, Severe Storms, Tornadoes,  Straight‐line Winds, and Flooding, 2011 | Ms. Lehman served  as project manager for the City of Tuscaloosa, Alabama and ran  the FEMA Public Assistance (PA) and assisted the City with the  design and implementation of Housing Demolition Programs  following the April 2011 tornadoes that devastated the City  and caused an estimated $85M in damages.    Escambia County, Florida, BP Deepwater Horizon Oil Spill  Response, 2010 | Ms. Lehman served as Program Manager of  a program designed to minimize the impact that the BP oil spill  made on Escambia County’s (Pensacola area) beaches,  waterways, and tourism.  During this effort, over $1.5 million  in claims for oil containment and public outreach were  documented and substantiated.  Ms. Lehman coordinated and  documented the efforts of participating local, state, federal,  and private to substantiate the BP claims.      City of Galveston, Texas, Standing Dead Tree Removal  Program, Hurricane Ike, 2009‐2010 | Following Hurricane Ike,  Ms. Lehman monitored a contracted program to remove over  10,000 standing dead trees throughout the City that were  killed as a result of saltwater inundation.  The monitoring and  documentation efforts substantiated over $3.5 Million in  FEMA PA funding.  In addition, Ms. Lehman worked with  Galveston County to monitor and document over $62 million  worth of debris removal programs including sand removal,  vessel recovery, and private property debris removal.   Galveston County/Bolivar, Texas, ROW Debris Removal and  Specialized PPDR Programs Following Hurricane Ike, 2008‐ 2009 | Ms. Lehman served as the Project Manager for  Galveston County, including the Bolivar Peninsula and eleven  cities within the County following Hurricane Ike. Ms. Lehman  oversaw disaster debris removal programs and assisted the  County with planning and implementing specialized voluntary  and involuntary PPDR programs under which debris, sand,  vessels, and hazardous materials were removed from over  1500 private properties on the Bolivar Peninsula and mainland  Galveston County.    TRAINING & CERTIFICATIONS - HAWOPER 40‐hour Certification  - OSHA 30‐hour Certification  - ISO 9000  - Applying for Federal Grants and Cooperative Agreements for  Recipients Certificate  - FEMA IS 700.a – National Incident Management Systems  (NIMS) an Introduction        PAGE 1 / 2    Patrick Gardner  GIS Manager  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EDUCATION BS: Marine Science   MS: Fisheries and Aquatic Sciences EXPERIENCE 9 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B)   Mr. Gardner brings GIS and data management experience from the State University System of Florida.  He oversaw data collection  and processing for state and federally funded research projects. During this time, he worked both locally and internationally to  complete grant deliverables. These deliverables included the creation of publication quality maps and figures which communicated  complex spatial data into clear and coherent representations.  Most recently, Mr. Gardner assists with data management, invoice  reconciliation, and GIS analysis.  PROJECT EXPERIENCE  City of Mobile, Alabama, Hurricane Sally Recovery  Operations, 2020 ‐ 2021 | Mr. Gardner served as the GIS  manager for the City following Hurricane Sally. He was  responsible for coordinating with the City to provide  geospatial analysis and maps and figures representing City‐ wide debris monitoring operations data. Overall, Thompson  monitored the removal of over 850,000 cubic yards of debris  from the City.   Hurricane Michael, Disaster Recovery Operations, Florida and  Georgia, 2018 ‐ 2019 | Mr. Gardner provided GIS and data  management services during Thompson’s mobilization in  response to Hurricane Michael which included over 12  contract activations. Mr. Gardner coordinated will each  community to establish eligible roadway maps and was  responsible for mapping data points through GIS and providing  support to the QA/QC team.  Hurricane Florence, Disaster Recovery Operations, North  Carolina, 2018 | Mr. Gardner provided GIS support for all of  Thompson’s projects following Hurricane Florence, including  the NCDOT, Carteret and Cumberland Counties and the City of  Jacksonville. Mr. Gardner also provided geospatial analysis  utilizing Thompson’s drone capabilities to measure and  substantiate disaster debris piles.    Hurricane Irma, Disaster Recovery Operations, State of  Florida, 2017 ‐ 2018 | Mr. Gardner provided GIS and data  management services during Thompson’s state‐wide  mobilization in response to Hurricane Irma. Thompson  conducted debris removal monitoring operations on behalf of  45 unique clients simultaneously within the State. Mr. Gardner  was responsible for mapping data points through GIS and  providing support to the QA/QC team. Thompson  substantiated more than 11.6M cubic yards of debris as a  result of Hurricane Irma.  Sevier County, Tennessee, Chimney Tops 2 Wildfire, 2016 ‐  2018 | Mr. Gardner served as the onsite project manager  overseeing debris monitoring services for right‐of‐way tree  removal of standing dead trees as a result of the 2016 wildfires  which burned over 17,000 acres and destroyed more than  2,400 properties.   In addition, Mr. Gardner administered the  private property debris removal program established to  eliminate hazardous conditions located on private property.  Dare County and included municipalities, North Carolina,  Hurricane Matthew, 2016 | Dare County activated Thompson  to provide debris removal monitoring services to the county  and local municipalities following Hurricane Matthew.  Mr.  Gardner assisted with data management and invoice  reconciliation.  South Carolina Department of Transportation, Severe  Flooding Statewide Response, 2015 ‐ 2016 | The SCDOT  activated Thompson to provide debris removal monitoring  services in 11 counties throughout the State following severe  storms and flooding. Mr. Gardner assisted with data reporting  and invoice reconciliation tasks throughout the projects.  PATRICK GARDNER    PAGE 2 / 2     Putnam, Fentress and Overton Counties, Tennessee, Sever  Winter Storm, 2015 | Mr. Gardner assisted with data reporting  and invoice reconciliation tasks throughout the projects. He  oversaw the daily review of data for the Counties.  All data was  submitted to FEMA in a Project Worksheet ready package for  immediate review and submission for reimbursement.  South Carolina, Winter Storm Pax Regional Response and  Disaster Recovery, 2014 | In February of 2014, Severe Winter  Storm Pax impacted the State of South Carolina covering  various regions of the State in up to 1.5” of ice which  generated widespread vegetative disaster debris. Thompson  was activated by the South Carolina Department of  Transpiration (SCDOT), Georgetown, Marion, Williamsburg,  Aiken and Allendale Counties to provide debris removal  monitoring services. Mr. Gardner assisted with the data  management and invoice reconciliation. Thompson monitored  and substantiated reimbursement for the removal of  approximately 2,000,000 cubic yards of debris and the removal  of 400,000 hazardous limbs and trees.  Brevard County, FL, Hurricane Sandy Beach Renourishment,  2013 ‐ 2014 | Federal funding following Hurricane Sandy  provided funding for Beach renourishment on Florida’s east  coast. While working for Land and Sea Surveying Concepts Inc.,  Mr. Gardner acted as surveying technician using real‐time  kinematic GPS to produce 1000 m beach elevation transects  before and after sand renourishmnet.  Environmental Project Experience   Exploration, Habitat Characterization, and Coral Health  Assessment in Flower Garden Banks National Marine  Sanctuary, 2015 ‐2016 | Mr. Gardner served as a Research  Coordinator at Harbor Branch Oceanographic Institute at  Florida Atlantic University.  While assisting with this project in  the lab, Mr. Gardner used transect photos to characterize  habitat on shallow and mesophotic reefs. Field collections  included technical diving to 170 fsw collect live coral tissue for  RNA sequencing analyses.  Development of Fisheries Independent, Habitat‐Based  indices of Abundance for Pre‐Reproductive Gag Grouper in  the Northeastern Gulf of Mexico, 2013 ‐ 2015 | As a research  assistant Mr. Gardner performed counts of gag grouper on  artificial reefs using closed‐circuit rebreathers. He interpreted  and classified side scan SONAR data, constructed sampling  regimes, validated and analyzed data for use by resource  managers, and created publication quality maps in ArcGIS.  Impact of invertebrate grazers on freshwater algae in Kings  Bay, FL, 2013 ‐ 2015 | As a research assistant, Mr. Gardner  conducted fieldwork collecting freshwater invertebrate  grazers and implemented lab studies to determine grazing  rates on freshwater algae.  Reproductive Biology of Invasive Lionfish (Pterois  volitans/miles complex) from Little Cayman Island, 2013 ‐  2014 | Mr. Gardner developed, implemented, and published  results determining spawning seasonality, frequency and  batch fecundity of invasive lionfish. This project was  completed in fulfillment of his master’s degree at the  University of Florida.  (Peer reviewed publication: Gardner PG,  Frazer TK, Jacoby CA, Yanong RPE.  2015.  Reproductive biology  of invasive Lionfish (Pterois volitans) from Little Cayman.  Frontiers in Marine Science 2:7).  Assessing Organic Soil Amendments in Saltwater Marsh  Restoration, 2007 ‐ 2009 | While a student at Eckerd College,  Mr. Gardner served as a research assistant working in the field  to collect plant biomass, invertebrate, and water samples. In  the lab, he performed sulfide analysis, prepared plant biomass  for nitrogen analysis, and composed a research paper on the  effects of sulfides on wetland plants. In a supervisory role, he  trained volunteers and interns for various project tasks.  TRAINING & CERTIFICATIONS - Federal Aviation Administration Certified Remote Pilot for  Small Unmanned Aircraft Systems  - U.S. Environmental Protection Agency Scientific Diver  - NAUI SCUBA Instructor  - Department of the Interior Motorboat Operations  Certification Course  - First Aid, CPR, Oxygen Delivery, and Blood Bourne  Pathogens  - GIS Applications for Natural Resource Management,  Florida Sea Grant        PAGE 1 / 2    Gary Brooks  Project / Operations Manager  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  MILITARY EXPERIENCE United States Marine Corps   EXPERIENCE 17 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) | FHWA ER Program  Mr. Brooks has 17 years of experience managing debris monitoring operations throughout the United States. In addition to Right‐of‐Way (ROW)  debris monitoring programs, Mr. Brooks has worked extensively on large scale debris reduction sites, including a temporary site in Pensacola,  Florida that reduced over 1,000,000 cubic yards of Construction and Demolition debris following Hurricane Ivan. Mr. Brooks also has extensive  experience Leaner, Hanger, and Stump Removal, Vessel Recovery and Waterways Debris Removal monitoring programs.  PROJECT EXPERIENCE  Escambia County, Florida, Hurricane Sally Disaster Recovery  Operations, 2020 ‐ 2021 | Mr. Brooks served as the operations  manager overseeing day‐to‐day operations for all debris  monitoring operations including special projects such as public  parks debris removal within the County and Private Property  Debris Removal (PPDR) efforts. Thompson monitored the  collection and removal of over 4.4M cubic yards of vegetative  and construction and demolition debris from the County.  Gadsden County, Florida, Hurricane Michael Recovery  Operations, 2018 ‐ 2019 | Mr. Brooks served as the operations  manager for debris removal monitoring efforts in Gadsden  County, Florida, following Hurricane Michael. He was in charge  of overseeing day‐to‐day operations for all monitoring  programs including right‐of‐way (ROW) debris removal and  hazardous tree and stump removal on County maintained  roadways. Overall, approximately 1.5M cubic yards of debris  was collected from the County.  Puerto Rico Department of Transportation and Public Works  (DTOP), Hurricane Maria, 2017 ‐ 2018 | Hurricane Maria is  regarded as the worst natural disaster on record to impact  Puerto Rico. Mr. Brooks served as the operations manager  overseeing day‐to‐day debris removal monitoring operations  from the North DTOP Zone.  Solid Waste Authority of Palm Beach County (SWA),  Hurricane Irma, 2017 ‐ 2018 | Mr. Brooks served as the project  manager to coordinate debris monitoring and disposal  operations throughout the County including performing  monitoring services for 18 communities within the County and  documenting all disposal loads brought to the SWA’s landfills.  Overall, Thompson provided the substantiation for more than  3M cubic yards of debris as a result of Hurricane Irma.  South Carolina Department of Transportation, Hurricane  Matthew Recovery Operations, 2016 – 2017 | Mr. Brooks  served as project manager for debris removal monitoring  services on behalf of SCDOT following Hurricane Matthew. Mr.  Brooks oversaw debris monitoring operations in seven  counties, including Colleton, Darlington, Florence, Horry,  Orangeburg, Sumter and Williamsburg. These operations  substantiated the removal of over 956,000 cubic yards of  vegetative debris.  South Carolina Department of Transportation, Lexington and  Richland Counties, South Carolina, Severe Flooding Recovery  Operations, 2015 | Mr. Brooks served as operations manager  for debris removal monitoring in Lexington and Richland  Counties on behalf of SCDOT following a severe flooding event.  He oversaw day‐to‐day operations for right‐of‐way collection  on SCDOT maintained roadways throughout the Counties.    Putnam County, Tennessee, Severe Winter Storm Recovery  Operations, 2015 | Mr. Brooks served as the operations  manager overseeing day‐to‐day debris removal monitoring  operations throughout Putnam County. The County performed  both hazardous tree and limb removal as well as right‐of‐way  (ROW) collection programs on County maintained roadways.  South Carolina Department of Transportation (SCDOT),  Winter Storm Pax Recovery Operations, 2014 | Mr. Brooks  GARY BROOKS    PAGE 2 / 2     served as the operations manager for the SCDOT debris  removal monitoring mission in Williamsburg County. He was in  charge of overseeing day‐to‐day operations for all monitoring  projects including emergency road clearance, right‐of‐way  collection, and removal of hazardous leaners and hangers on  SCDOT maintained roadways throughout the County.  Alabama State Port Authority, Hurricane Isaac Recovery,  Wetland Debris Removal Monitoring, 2013 | Mr. Brooks  served as operations manager and field supervisor overseeing  the debris removal monitoring effort in the ASPA Arlington  Park wetlands in Mobile, AL. Debris impacting the 27‐acre  wetlands consisted of an up to four foot thick layer of logs and  wood debris carried into the park by the storm surge in late  August 2012. The FEMA‐funded debris program involved  specialized, low‐impact debris removal techniques in  accordance with the United States Corps of Engineers permit.  A total of 771 cubic yards of debris was successfully removed,  allowing for the recovery of the wetlands.  Denham Springs, Louisiana, Hurricane Isaac Recovery  Operations, 2012 | Mr. Brooks served as an operations  manager for debris removal monitoring efforts on behalf of  Denham Springs following the landfall of Hurricane Irene. He  was in charge of overseeing day‐to‐day operations for all  monitoring projects including emergency road clearance and  debris removal operations and right‐of‐way collection of over  9,300 CY of vegetative and construction and demolition (C&D)  debris throughout the affected areas.   Clark County, Indiana, Tornado Recovery Operations, 2012 |  Mr. Brooks served as an operations manager for debris  removal efforts following the devastating February severe  weather incident which swept through the County and  surrounding areas. He was in charge of overseeing day‐to‐day  operations for all monitoring staff throughout the County.  City of Portsmouth, Virginia, Hurricane Irene Recovery  Operations, 2011 | Mr. Brooks served as field supervisor  overseeing disaster debris removal operations for the City of  Portsmouth, VA following Hurricane Irene. The recovery  efforts included the collection and removal of over 50,000  cubic yards of debris from the City.   Alabama Department of Conservation and Natural  Resources, Tornado Debris Removal Monitoring, 2011 | The  devastating tornados in the spring of 2011 ripped through the  State of Alabama and ravaged two of the state parks. Mr.  Brooks served as the parks field supervisor to oversee field  monitors tasked to monitor the removal and reduction of  thousands of damaged trees in compliance with FEMA 325 and  327 guidelines.  City of Baytown, Texas, Hurricane Debris Removal  Monitoring, 2008 | In 2008, Mr. Brooks served as the field  project manager on the City of Baytown debris monitoring  effort. Mr. Brook’s monitoring team oversaw, monitored, and  documented the removal of over 1,000,000 cubic yards of  storm debris by two prime contractors. Mr. Brooks also  coordinated with the City, State, and FEMA to monitor the  removal of derelict vessels displaced by the Hurricane Ike  storm surge onto public property.    Town of Amherst, New York, Snow Storm Debris Removal  Monitoring, 2006 | Following an unusual snow storm that  collapsed the pre‐fall vegetative canopy in Western New York  in 2006, Mr. Brooks served as a field operations supervisor for  the Town of Amherst’s debris removal monitoring program.  The effort monitored, documented, and secured FEMA  funding for the removal of over 900,000 cubic yards of  vegetative storm debris as well as damaged trees, and hanging  limbs from the Town’s Right‐of‐Way.  Escambia County, Florida, Hurricane Debris Disposal  Monitoring, 2004 | Following the devastating impact that  Hurricane Ivan made on Escambia County, Mr. Brooks served  as the Debris Management Site (DMS) manager for Bronson  Field, a former U.S. Military base that served as the largest  DMS to support Escambia County’s debris removal program.  County‐wide, three prime contractors removed nearly  8,000,000 cubic yards of vegetative and construction and  demolition debris, nearly 30% of which was processed and  reduced at Bronson Field.  TRAINING & CERTIFICATIONS - Occupation Safety and Health Administration (OSHA) 30‐ hour Construction Safety   - Occupation Safety and Health Administration (OSHA) 10‐ hour Construction Safety   - Federal Emergency Management Agency (FEMA) IS‐700a –  NIMS An Introduction        PAGE 1 / 2    Raul Cardenas  Project / Operations Manager  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EDUCATION BA: Political Science   MA: Liberal Studies – Political Theory EXPERIENCE 17 years  PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FHWA ER Program  Mr. Cardenas has 17 years of experience supporting and managing debris monitoring operations throughout the United States. He has worked  extensively on private property debris removal programs as well as, right‐of‐way (ROW) debris monitoring, and leaner, hanger, and stump  removal programs in some of the largest areas impacted by debris generating events in the last decade.  PROJECT EXPERIENCE  City of Mobile, Alabama, Hurricane Sally Disaster Recovery  Operation, 2020 ‐ 2021 | Hurricane Sally inundated the Gulf  Coast with heavy rains and damaging winds causing large  amount of disaster debris. Mr. Cardenas served as the  operations manager for the City and monitored all debris  removal operations including right‐of‐way (ROW) removal  projects and hazardous tree and limb removal projects.  Overall, Thompson monitored the removal of over 848,000  cubic yards of debris from the City.  Aransas County, Texas, Hurricane Harvey Recovery  Operations, 2017 – 2018 | Mr. Cardenas served as the project  operations manager for debris removal monitoring services on  behalf of Aransas County following Hurricane Harvey. Mr.  Cardenas oversaw day‐to‐day operations of the extensive  right‐of‐way (ROW), parks, and private property debris  removal (PPDR) programs. Thompson substantiated the  removal of over 2.8 million cubic yards of vegetative debris.  Chatham County, Georgia, Hurricane Matthew Recovery  Operations, 2016 – 2017 | Mr. Cardenas served as senior  operations manager for debris removal monitoring services on  behalf of Chatham County following Hurricane Matthew. Mr.  Cardenas oversaw day‐to‐day operations of the extensive  right‐of‐way (ROW), hazardous tree and limb, and private  property debris removal (PPDR) programs. Thompson  substantiated the removal of over 1,400,000 cubic yards of  vegetative debris.  City/Parish of East Baton Rouge, Louisiana, Severe Flooding,  ROW and PPDR Program Management, 2016 ‐ 2017 | Mr.  Cardenas served as a senior field supervisor for debris removal  monitoring efforts on behalf of the City/Parish. He assisted in  daily field operations for all monitoring programs including  right‐of‐way (ROW) debris removal and an extended ROW  Private Property Debris Removal (PPDR) program. To date over  1.8 million cubic yard of construction and demolition debris  have been collected and more than 1,450 applicants  participated in the extended ROW PPDR program.  South Carolina Department of Transportation, Dorchester  and Berkeley Counties, South Carolina, Severe Flooding  Recovery, 2015 | Mr. Cardenas served as operations manager  for debris removal monitoring in Dorchester and Berkeley  Counties on behalf of SCDOT following a severe flooding event.  He oversaw day‐to‐day operations for right‐of‐way collection  on SCDOT maintained roadways throughout the Counties.    South Carolina Department of Transportation (SCDOT),  Winter Storm Pax Recovery Operations, 2014 | Mr. Cardenas  served as the operations manager for the SCDOT debris  removal monitoring mission in Marion County. He was in  charge of overseeing day‐to‐day operations for all monitoring  projects including emergency road clearance, right‐of‐way  collection, and removal of hazardous leaners and hangers on  SCDOT maintained roadways throughout the County.  County‐ wide, nearly 500,000 cubic yards of vegetative debris was  collected, temporarily disposed, and burned.  In addition,  nearly 45,500 hazardous trees were addressed.  Marion County, South Carolina, Winter Storm Pax Recovery  Operations, 2014 | Mr. Cardenas served as the operations  manager for debris removal monitoring operations in Marion  RAUL CARDENAS    PAGE 2 / 2     County. He was in charge of overseeing day‐to‐day operations  for all monitoring projects including emergency road  clearance, right‐of‐way collection, and removal of hazardous  leaners, hangers on County maintained roadways.  Virginia Department of Transportation (VDOT), Hurricane  Irene Recovery Operations, 2011 | Mr. Cardenas served as  field supervisor overseeing disaster debris removal operations  in the Richmond and Fredericksburg VDOT Districts which  included six different residencies across the eastern part of  state. The recovery efforts included the collection and removal  of over 450,000 cubic yards of debris.   MEMA, Hurricane Deployment, Hurricane Katrina, 2005‐  2007 | Mr. Cardenas worked as part of a disaster recovery  team contracted by MEMA following Hurricane Katrina. The  team was responsible for conducting damage assessments,  reviewing Right‐off‐Way collection and disposal operations  and the permitting of temporary debris sites.  In addition, Mr.  Cardenas would review leaner and hanger debris removal  programs, private property debris removal programs, and  other specialized debris removal programs performed by local  governments and the United States Army Corps of Engineers  to closely monitor compliance, eligibility, and proper  documentation.  South Florida, Hurricane Deployment, Hurricanes Charley,  Frances and Jeanne, 2004‐2005 | Mr. Cardenas was a part of  a response team to provide immediate on‐site assistance and  a wide range of disaster recovery management and storm  debris clean‐up monitoring services to aid multiple South  Florida communities in making a quick recovery.  Mr. Cardenas  was assigned to multiple municipalities in Broward County,  where he oversaw collection and disposal operations  performed at County Debris Management Sites.  In addition,  Mr. Cardenas provided Quality Assurance/Quality control over  municipal debris being disposed of and reduced at County  Temporary Debris Management Sites.  TRAINING & CERTIFICATIONS - OSHA 29 CFR 1910.120 40‐Hour HAZWOPER Training  - OSHA 29 CFR 1910.120 8‐Hour Refresher Trainings  - National Safety Council Defensive Driving Training  - TSCA Title II 24‐Hour Asbestos Inspection and  Assessment Training  - FEMA IS 700a. – National Incident Management System,  An Introduction        PAGE 1 / 2    Connie Stewart  Field Operations Supervisor  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EXPERIENCE 17 years    PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FHWA ER Program  Ms. Stewart has 17 years of experience supporting and managing debris monitoring operations throughout the United States. She  has worked extensively on private property debris removal programs as well as, right‐of‐way (ROW) debris monitoring, and leaner,  hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade.  PROJECT EXPERIENCE  Alabama Department of Transportation (ALDOT), Hurricane  Sally Disaster Recovery Operations, 2020 ‐ 2021 | Hurricane  Sally inundated the Gulf Coast with heavy rains and destructive  winds causing a large amount devastating debris. Ms. Stewart  served as the operations manager for ALDOT and oversaw  debris removal operations such as right‐of‐way (ROW) debris  removal programs and hazardous tree/limb removal on ALDOT  maintained roadways. Overall, more than 2.4M cubic yards of  debris was monitored, collected, and removed.  Jackson County, Florida, Hurricane Michael, 2018 ‐ 2019 | Ms.  Stewart served as the operations manager overseeing day‐to‐ day debris removal monitoring operations throughout the  County following Hurricane Michael. The County performed  right‐of‐way (ROW) debris removal programs, hazardous tree,  limb and stump removal, and County parks debris removal  projects. Thompson substantiated more than 120,000 cubic  yards of debris.  Carteret County, North Carolina, Hurricane Florence, 2018 ‐  2019 | Following the landfall of Hurricane Florence, Carteret  County experienced pervasive damage and extensive flooding.  Ms. Stewart served as operations manager overseeing debris  removal monitoring operations including right‐of‐way (ROW)  debris monitoring, and leaner, hanger, and stump removal  throughout the County. Overall, approximately 1.5 million  cubic yards of debris was removed from the County.  Puerto Rico Department of Transportation and Public Works  (DTOP), Hurricane Maria, 2017 ‐ 2018 | Hurricane Maria is  regarded as the worst natural disaster on record to impact  Puerto Rico. Ms. Stewart served as the project coordinator  overseeing day‐to‐day personnel management for various  debris programs.  Lee County, Florida, Hurricane Irma Recovery, 2017 ‐ 2018 |  Ms. Stewart served as the operations manager overseeing day‐ to‐day debris removal monitoring operations throughout the  Lee County, including the City of Fort Myers and the Town of  Fort Myers Beach. The County performed both hazardous tree  and limb removal, right‐of‐way (ROW) and waterway  collection programs on County maintained  roadways/waterways. Overall, Thompson substantiated more  than 2.4 million cubic yards of vegetative debris.  City of Ormond Beach, Florida, Hurricane Matthew Recovery  Operations, 2016 ‐ 2017 | Ms. Stewart served as the  operations manager overseeing day‐to‐day debris removal  monitoring operations throughout the City of Ormond Beach  following Hurricane Matthew. The City performed both  hazardous tree and limb removal as well as right‐of‐way (ROW)  collection programs on City maintained roadways.  Sumter County and City of Sumter, SC, Winter Storm Pax,  2014 | Ms. Stewart served as a project manager and oversaw  debris removal monitoring project operations from project  inception to closing the local field office. Duties also included  hiring, training and managing field supervisors and field  monitors.      New York Department of Transportation, Hurricane Sandy,  2012 – 2013 | Ms. Stewart served as a project data manager  and disposal site supervisor. Her responsibilities included  CONNIE STEWART    PAGE 2 / 2     overseeing a crew of oil recovery technicians along the  shoreline and barrier islands of the Mississippi coast line.    US Army Corp of Engineers, New Orleans, LA, Levee  Restoration, 2010‐ 2011 | Ms. Stewart operated heavy  equipment, including trackhoes, dozers and off‐road dump  trucks in removing and stockpiling clay for the USACE Levee  Restoration Mission. In addition, Ms. Stewart served as the site  Safety Officer.  Decon Facility, Pascagoula, MS, BP Deep‐water Horizon Oil  Spill Response, 2010 | Ms. Stewart served as a project  manager overseeing a crew of oil recovery technicians along  the shoreline and barrier islands of the Mississippi coast line.    Galveston County, TX, Hurricane Debris Removal Monitoring,  2008 | In 2008, Ms. Stewart served as a field operation  manager for the Galveston County debris monitoring effort.  Ms. Stewart managed a field team responsible for monitoring  the removal of debris from the Bolivar Peninsula off of  Galveston County.     St. Landry Parish, LA, Hurricane Debris Removal Monitoring,  2008 | Ms. Stewart served as a field operation manager for St.  Landry Parish following Hurricane Gustav. Ms. Stewart was  responsible for the hiring, training and management of field  debris monitors overseeing right‐of‐way and leaner and  hanger debris removal programs.     Norman, Oklahoma, Ice Storm Deployment, 2007 ‐ 2008 |  Following a crippling ice storm in Norman, Oklahoma in 2008,  Ms. Stewart served as a field supervisor overseeing daily  activities of a group of debris removal monitors and ensured  project compliance.    Monroe County, Florida, Hurricane Wilma, Waterway Debris  Removal 2006 | Ms. Stewart was responsible for hiring,  training and managing field monitors to document waterway  debris removal and derelict vessel removal programs  throughout the Florida Keys. In addition, Ms. Stewart  performed canal surveys identifying debris posing potential  navigational hazards.   City of Gulfport, MS, Hurricane Katrina, 2005‐2006 | Ms.  Stewart was responsible for hiring, training and managing field  monitors to document a variety of debris removal programs  including, right‐of‐way, saltwater kill tree removal, private  property debris removal, hazardous leaning tree and hanging  limb removal, and abandoned storm damaged car and boat  removal. She also oversaw a special program to provide  temporary fencing around swimming pools.  TRAINING & CERTIFICATIONS - FEMA Professional Development Series (consists of 7  different courses)  - FEMA IS‐00005.A An Introduction to Hazardous Materials  - FEMA IS‐00100.B Introduction to Incident Command  Systems ICS‐100  - FEMA IS‐00340 Hazardous Materials Prevention  - FEMA IS‐631 Public Assistance Operations 1  - FEMA IS‐00632.A Introduction to Debris Operations  - FEMA IS‐00634 Introduction to FEMA’s Public Assistance  Program  - FEMA IS‐00700.A National Incident Management System  (NIMS) An Introduction  - FEMA IS‐00703.A NIMS Resource Management  - FEMA IS‐00704 NIMS Communications and Information  Management  - FEMA IS‐00800.B Nation Response Framework, An  Introduction  - FEMA IS‐00805 Emergency Support Function (ESF) #5  Emergency Management  - FEMA IS‐00810 Emergency Support Function (ESF) #10 Oil  and Hazardous Materials Response  - OSHA 16 Hour Course #7600 Disaster Site Worker  - OSHA 40 Hour HAZWOPER + 8 Hour Refresher to Stay  Current  - OSHA 10 Hour Construction Safety and Health  - OSHA 30 Hour Construction Safety and Health  - OSHA 510 – Construction Safety and Health  - OSHA 500 – Authorized Construction Safety and Health  Instructor  - TWIC Card  - Class D CDL        PAGE 1 / 2    Jeff Hollis  Field Operations Supervisor  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EXPERIENCE 17 years     PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) and Permanent Work (Categories C‐G) | FHWA ER Program  Mr. Hollis has 17 years of experience supporting and managing debris monitoring operations throughout the United States. He  has worked extensively on private property debris removal programs as well as, right‐of‐way (ROW) debris monitoring, and leaner,  hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade.  PROJECT EXPERIENCE  Winn Parish, Louisiana, Hurricane Laura Disaster Recovery  Operations, 2020 | Mr. Hollis served as the operations  manager for Winn Parish following Hurricane Laura. He  oversaw all debris removal monitoring operations including  right‐of‐way debris removal and hazardous tree and limb  removal. Overall, 149,000 cubic yards of debris was  documented and removed from the Parish.   Puerto Rico Department of Transportation and Public Works  (DTOP), Hurricane Maria, 2017 ‐ 2018 | Hurricane Maria is  regarded as the worst natural disaster on record to impact  Puerto Rico. Mr. Hollis served as the operations manager  overseeing day‐to‐day debris removal monitoring operations  from the South DTOP Zone.  City of Santa Fe, Texas, Hurricane Harvey Recovery, 2017 ‐  2018 | Mr. Hollis served as the operations manager overseeing  day‐to‐day debris removal monitoring operations throughout  the City of Santa Fe. The City performed both hazardous tree  and limb removal as well as right‐of‐way (ROW) collection  programs on County maintained roadways.    City of St. Augustine, Florida, Hurricane Matthew Recovery  Operations, 2016 ‐ 2017 | Mr. Hollis served as the operations  manager overseeing day‐to‐day debris removal monitoring  operations throughout the City of St. Augustine following  Hurricane Matthew. The City performed both hazardous tree  and limb removal as well as right‐of‐way (ROW) collection  programs on City maintained roadways. Thompson  documented over 83,000 cubic yards of vegetative debris.    Lumberton, North Carolina, Hurricane Matthew, 2016 –    2017 | Mr. Hollis served as operations manager for debris  removal monitoring in Lumberton County, NC following  Hurricane Matthew. He oversaw day‐to‐day operations  including up to 35 debris removal monitors ADMS units for  right‐of‐way collection on County maintained roadways.  Overall, Thompson substantiated more than 26,000 cubic  yards of vegetative debris.  City/Parish of East Baton Rouge, Louisiana, Severe Flooding,  ROW and PPDR Program Management, 2016 ‐ 2017 | Mr.  Hollis served as a senior field supervisor for debris removal  monitoring efforts on behalf of the City/Parish. He assisted in  daily field operations for all monitoring programs including  right‐of‐way (ROW) debris removal and an extended ROW  Private Property Debris Removal (PPDR) program. To date over  1.8 million cubic yard of construction and demolition debris  have been collected and more than 1,450 applicants  participated in the extended ROW PPDR program.  South Carolina Department of Transportation, Horry and  Georgetown Counties, South Carolina, Severe Flooding  Recovery Operations, 2015 | Mr. Hollis served as operations  manager for debris removal monitoring in Horry and  Georgetown Counties on behalf of SCDOT following a severe  flooding event. He oversaw day‐to‐day operations for right‐of‐ way collection on SCDOT maintained roadways throughout the  Counties.     Allendale County, South Carolina, Winter Storm Pax Recovery  Operations, 2014 | Mr. Hollis served as the operations  manager for debris removal monitoring operations in  JEFF HOLLIS    PAGE 2 / 2     Allendale County following Winter Storm Pax. He was in charge  of overseeing day‐to‐day operations for all monitoring projects  including emergency road clearance, right‐of‐way collection,  and removal of hazardous leaners, hangers on County  maintained roadways. County‐wide, nearly 30,000 cubic yards  of vegetative debris was collected, temporarily disposed, and  burned.  In addition, over 6,000 hazardous trees were  addressed.  South Carolina Department of Transportation (SCDOT),  Winter Storm Pax Recovery Operations, 2014 | Mr. Hollis  served as operations manager for the SCDOT debris removal  monitoring mission in Dillon County. He was in charge of  overseeing day‐to‐day operations for all monitoring projects  including emergency road clearance, right‐of‐way collection,  and removal of hazardous leaners and hangers on SCDOT  maintained roadways throughout the County.  County‐wide,  nearly 200,000 cubic yards of vegetative debris was collected,  temporarily disposed, and burned.    Harris County, TX, Hurricane Debris Removal Monitoring,  2008 | In 2008, Mr. Hollis served as a field operations manager  for the Harris County debris monitoring effort.  Mr. Hollis  managed a field team responsible for monitoring the removal  of over 2,500,000 cubic yards of debris.     City of New Orleans, Louisiana, Demolition Field Manager,  2007‐2008 | Mr. Hollis served as a demolition field manager  on the City of New Orleans residential demolition program in  2007 and 2008.  Mr. Hollis was responsible for ensuring that  each FEMA eligible property had been properly condemned,  posted, and decommissioned prior to being demolished.  In  addition, Mr. Hollis was responsible for ensuring that  properties containing Asbestos Containing Materials (ACM)  were properly demolished and disposed of at Type I Disposal  facilities.   St. Landry Parish, Louisiana, Hurricane Gustav,                            2008 | Following the devastating impact that Hurricane  Gustav, Mr. Hollis served as the field project manager for the  Parish’s debris removal monitoring program.  Mr. Hollis’s field  team monitored and documented the removal of eligible  storm debris and worked with the Parish, State, and FEMA to  address many unique challenges.  Parish‐wide, nearly 225,000  cubic yards of vegetative and construction and demolition  debris was collected.  Escambia County, Florida, Hurricane Debris Disposal  Monitoring, 2004 | Mr. Hollis served a field supervisor  responsible for overseeing field monitors and ensuring only  eligible debris was collected. County‐wide, nearly 8,000,000  cubic yards of vegetative and construction and demolition  debris was collected.  TRAINING & CERTIFICATIONS - OSHA 29 CFR 1910.120 40‐Hour HAZWOPER Training        PAGE 1 / 1    Paul Lehman  Project / Operations Manager  FIRM Thompson Consulting Services  2601 Maitland Center Parkway   Maitland, Florida 32751  EXPERIENCE 9 years    PROGRAM EXPERIENCE   FEMA Public Assistance Emergency Work (Categories A‐B) | Automated Debris Management System  Mr. Lehman has nine years of experience in debris removal operations, including experience working on behalf of the debris hauler  and now managing debris monitoring operations. He has worked extensively on right‐of‐way (ROW) debris monitoring, and leaner,  hanger, and stump removal programs as well as private property debris removal programs.  PROJECT EXPERIENCE  Jefferson Davis Parish, Louisiana, Hurricane Ida Recovery  Operations, 2020 | Mr. Lehman served as the operations  manager overseeing day‐to‐day debris removal monitoring  operations for Jefferson Davis Parish following Hurricane Ida.  The Parish carried out debris removal programs including  emergency road clearance, right‐of‐way collection, and  removal of hazardous leaners and hangers on roadways  throughout the Parish. Overall, Thompson has substantiated  over 216,000 cubic yards of debris.  Puerto Rico Department of Transportation and Public Works  (DTOP), Hurricane Maria, 2017 ‐ 2018 | Hurricane Maria is  regarded as the worst natural disaster on record to impact  Puerto Rico. Mr. Lehman served as the operations manager  overseeing day‐to‐day debris removal monitoring operations  for all programs including emergency road clearance, right‐of‐ way collection, and removal of hazardous leaners and hangers  on DTOP maintained roadways throughout the Central Region.  Thompson has substantiated over 400,000 cubic yards of  debris throughout three DTOP zones.    Fort Lauderdale, Hurricane Irma, 2017 | Mr. Lehman served  as project / operations manager for Fort Lauderdale's recovery  efforts following Hurricane Irma. Thompson monitored the  removal of over 600,000 cubic yards of vegetative and  construction and demolition debris, as well as the removal of  hazardous limbs from 13,000 trees and the complete removal  of over 450 hazardous leaning trees. In addition, Thompson  implemented a sand recovery and screening operation to  return the displaced sand to the beach.  City of Deland, Florida, Hurricane Matthew Recovery  Operations, 2016 ‐ 2017 | Mr. Lehman served as the  operations manager overseeing day‐to‐day debris removal  monitoring operations throughout the City of Deland following  Hurricane Matthew. The City performed both hazardous tree  and limb removal as well as right‐of‐way (ROW) collection  programs on City maintained roadways.      Georgetown County, South Carolina, Winter Storm Pax  Debris Removal Operations, 2014 | Winter Storm Pax coated  an 18 county area in South Carolina with up to 1.5” of ice and  generated widespread vegetative debris. Mr. Lehman served  as an equipment operator for a debris removal crew  addressing hazardous hanging limbs and trees throughout the  County.  Toms River, New Jersey, Hurricane Sandy Debris Removal  Operations, 2012 | Mr. Lehman served as an equipment  operator for a debris removal crew addressing hazardous  hanging limbs and trees caused but the devastating impacts of  Hurricane Sandy.  TRAINING & CERTIFICATIONS - OSHA 29 CFR 1910.120 40‐hour HAZWOPER Training  4 – 1 SECTION 4 Project Approach Our Understanding The City of Winter Springs, Florida (City) is in Seminole County in Central Florida. The City encompasses 14.99 square miles and has a population of 38,342. As evidenced by Hurricane Irma in 2017, and more recent impacts from Hurricane Ian in September of last year, the City is highly vulnerable to the impacts of debris-generating disasters such as hurricanes, tropical storms, severe weather, flooding, and tornadoes. As such, the City maintains a constant, high level of readiness to respond to a variety of hazards that may impact its citizens and consequently, is seeking proposals from qualified consultants to provide debris monitoring support and assist the City in navigating the funding and compliance channels of the Florida Division of Emergency Management (FDEM) and the Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program. Thompson staff have proven experience in supporting local response and recovery efforts following both Hurricane Irma in 2017 and Hurricane Ian in 2022 and understand the challenges to providing effective debris monitoring and grant administration support to the City. We will use what we have learned from previous disaster recovery projects in Florida throughout the United States to improve the efficiency of the debris removal program and expedite the City’s recovery following a future disaster. Further, with our corporate office located in Maitland, we will be able to deploy staff and resources within hours of receiving notice to proceed from the City. Utilization of Technology Solutions Thompson’s Automated Debris Management System (ADMS) Thompson has invested considerable resources in technologies to support more efficient debris removal monitoring. Among these technologies is our best-in-class ADMS solution, the Thompson Data Management Suite (TDMS). TDMS is a collection of hardware, software, and communications infrastructure for the management of data and documents related to disaster recovery. The suite provides near real time debris collection data to applicants, grantees, FEMA, FHWA, debris removal contractors, and others without disrupting the speed of the recovery. Each major component of TDMS is summarized below: TDMSmobile: is an ADMS hardware solution that provides clients the option to manage and monitor debris recovery missions electronically in the field utilizing a handheld device and hip printer. The handheld device and system have configurable security settings to protect use and data. Specified locations, such as debris pickup and disposal sites, are captured by the GPS capabilities of the handheld and verified in the web-based system. TDMSmobile also has a disconnected architecture and is fully operational in a post storm environment where cellular networks are compromised or destroyed. TDMSweb: is a web-based application that serves as the backbone of the TDMS for storage and data management. TDMSweb provides access to viewing, querying, sorting, reporting, mapping and managing project related data and documents including electronic tickets, contractor invoices, text message updates, reports, and FEMA data and image exports. 11+ years of TDMS deployments PROJECT APPROACH 4 – 2 TDMSmaps: is a web-based GIS application that integrates geospatial and relational data to enhance management and public information capabilities. TDMSmaps provides full access to live maps, progress maps and query maps which assist in the evaluation of progress, assignment, or re-assignment of crews, and provide graphical information to make debris management decisions that support effective and efficient operations. Thompson can tailor progress and real-time operation mapping to meet the needs of the project. TDMSportal: is a web-based portal that serves as the client and contractor information center for contract documents, project costs, electronic tickets, accounting transactions and invoices. TDMSportal will be the City’s secure and single sign-on resource to access all project data and documentation. TDMSportal also provides access to viewing, querying, sorting, reporting, mapping, and managing project related data and documents. The portal eliminates email for document sharing and transfer and ultimately increases visibility between the applicant, Thompson, and the debris contractor. Through the implementation of these technologies, TDMS limits the propensity for human error, fraud, data entry error, and reconciliation challenges resulting in efficiencies, increased accuracy, and cost savings. Thompson owns and maintains TDMS and does not lease any part of our ADMS solution from an alternate provider. Successful Deployment History TDMS has been deployed by Thompson on nearly every FEMA eligible disaster debris removal monitoring project we have performed since 2012. TDMS can be utilized for a variety of programs and activities, including but not limited to: • Truck Certification • Right-of-Way (ROW) Collection • Hazardous Tree Work (L/H/S) • Private Property Debris Removal (PPDR) • Demolitions • Haul Out/Disposal • Project and Data Administration • Monitor Role and Time Management TDMS has also been evaluated and proven to meet the process requirements for the U.S. Army Corps of Engineers (USACE) Advanced Contracting Initiative (ACI). The following list includes a summary of each disaster incident and the number of handheld units deployed. Table 4-1: TDMS Deployments Disaster Units Deployed Disaster Units Deployed 2022 Hurricane Ian 2,015 2017 Hurricane Maria 375 2021 KY Sever Winter Storm 689 2017 Hurricane Irma 1,200 2020 Hurricane Delta 61 2017 Hurricane Harvey 400 2020 Hurricane Zeta 343 2016 Hurricane Matthew 876 2020 Hurricane Sally 1,619 2016 Louisiana Flooding 330 2020 Hurricane Laura 438 2015 South Carolina Flooding 180 2019 Hurricane Dorian 91 2014 Winter Storm Pax 475 2018 Hurricane Michael 1,300 2012 Hurricane Sandy 100 2018 Hurricane Florence 235 2012 Hurricane Isaac 12 single source to access all project data PROJECT APPROACH 4 – 3 Thompson maintains over 2,800 TDMSmobile units on hand and has access to additional units within 24 hours of notification when necessary. TDMSmobile can operate on both Android and Apple devices further strengthening our ability to access additional units even during disaster conditions or global supply chain issues. Thompson’s TDMSmobile devices have been deployed successfully over the last 11 years, and from day one of debris removal operations Thompson will be able to provide the City with paperless ticketing. GIS Mapping Capabilities Thompson continues to expand our geographic information system (GIS) resources and capabilities to better support debris removal management. This includes enhanced gathering, managing, and analyzing data to provide spatial location information such as project boundaries and roadway maintenance responsibility designations (e.g., local vs. state roadways). Figure 4-:1 Road Ownership Map Thompson employs ArcGIS Pro, ESRI’s latest desktop GIS application, which allows for seamless integration with our company’s ArcGIS Online and Enterprise platforms. Additionally, we can integrate data collected through ESRI’s Survey123 and Field Maps for display in ArcGIS applications (Web Mapping Applications, Dashboards, or StoryMaps). TDMSmaps is a web-based GIS application that integrates geospatial and relational data to enhance management and public information capabilities and is available to our clients through the TDMSportal. Thompson’s clients have full access to a variety of live maps, progress maps and query maps and can be tailored to the needs of the City. Pass, Progress, and Activity Mapping Progress and pass mapping, which geographically present debris removal contractor activity, is a valuable tool for our clients, the contractors, and the community. The ability to show which roadways debris removal crews have performed collection allows the client and project managers to evaluate progress, assign or re-assign crews, and make general debris management decisions. PROJECT APPROACH 4 – 4 Figure 4-2: Road Clearance Pass Maps Progress maps can be URL/web-based and shared with the public to communicate debris removal activity. Zoom functions within the map can provide street-level detail. Debris monitor activity maps depict, in real-time, where monitors are documenting debris removal. Zoom features provide street-level view and ticket details including date, time, location debris collection type and quantity. Activity maps can also be searched by exact street addresses to check progress. Figure 4-3: Daily Debris Monitor Activity Maps Dashboards Thompson can also create GIS Operations Dashboard that displays real time data including daily and cumulative collection totals, collection locations, eligible/ineligible ticket locations, collection debris type breakdowns, etc. Dashboards can be created for a variety of debris removal programs, including private property debris removal. PROJECT APPROACH 4 – 5 Figure 4-4: Punch List and Pass Map Dashboard Approach to Debris Removal Monitoring Maximizing Reimbursement Thompson’s approach to providing disaster debris removal and disposal monitoring services begins with the desired outcome at the forefront of what we do: document debris removal in a manner to ensure maximum grant reimbursement to our clients. Through past experience and lessons learned, we have been able to develop a fine-tuned and tested approach to efficiently and effectively meet or exceed the FEMA compliance regulation standards for maximum reimbursement to our clients. When dealing with disaster recovery and compliance with FEMA and other federal agency regulations, not many things can take the place of first-hand experience. Our debris monitoring and reimbursement procedures, tools and training methods are the results of a unique blend of theoretical and applied implementation strategies on real recovery projects. This approach is applied throughout all contract activities and all phases of the disaster preparedness, response, and recovery program for disaster debris removal monitoring. Figure 4-5: Disaster Debris Removal Monitoring Phase and Task Summary PROJECT APPROACH 4 – 6 Non-Event / Preparedness and Planning Part of Thompson’s commitment to pre-positioned clients is providing planning and training services to the communities we serve. Our team is constantly expanding education, training, and field experience in the disaster debris monitoring, grant management, and emergency management fields and will share their knowledge with City leadership and staff. Following contract award, Thompson will coordinate training schedules with the City to provide departments and key staff members training which will address prioritized topics, as requested by the City. In addition, Thompson can provide a variety of planning services, training programs, and tools and templates that can be utilized by the City in future disasters or participate in exercises related to the City’s disaster preparedness, response, and recovery. A listing of sample services that can be provided to the City is provided below. • Disaster Debris Management Plans (DDMP) • FEMA Public Assistance (PA) Training • Identification of Debris Management Sites (DMS) • Procurement Assistance • Public Information • Mitigation Planning and Support • Comprehensive Emergency Management Planning • Executive Guidance to Commissions, Boards, and Panels Post-Event / Disaster Debris Removal Monitoring Operations Thompson has functionally organized our disaster debris removal monitoring operations by task predicated on the various debris streams and programs that can be expected based on our experience monitoring and documenting large scale debris removal operations. Thompson will tailor our approach to the City’s debris recovery effort based on disaster specific challenges. Our tasks and task approach can be modified and scalable and our mobilization times can be either compressed or extended based on the needs of the City and the public. Table 4-2: Mobilization Timeline Task Mobilization Time Mobilization Program Management Immediately following NTP Damage Assessment 12-24 hours following notice to proceed (NTP) Onboarding and Training of Employees 12-24 hours following NTP Debris Program Implementation Health and Safety Plan Implementation 12-24 hours following NTP Measure and Certify Trucks by FEMA PAPPG Standards 12-24 hours following NTP Deploy Field Supervisors / Field Supervisors 24-48 hours following NTP Deploy Loading Site Collection Monitors 24-48 hours following NTP Deploy Debris Management Site Monitors 24-48 hours following NTP Monitor the Removal of Leaning Trees, Hanging Limbs, and Hazardous Stumps 24-48 hours following NTP PROJECT APPROACH 4 – 7 Task Mobilization Time Perform Special Debris Removal Programs (e.g., private property debris removal) TBD, based on input from FDEM and FEMA Data Management Accumulate and Review Daily Field Data (QA/QC) Onset of debris collection activities Reporting and Progress Mapping On-going throughout recovery operation Reconcile Contractor Invoices On-going throughout recovery operation Mobilization Mobilization | Program Management Thompson will assist the City in in overseeing the debris management operations, obtaining proper approvals for special debris removal programs, and providing in-depth working knowledge of a variety of recovery operations, USACE debris management guidelines, and FEMA eligibility and reimbursement guidelines. Thompson will work with the City to develop a project management plan to ensure that contracted debris removal is properly documented to substantiate FEMA PA, FHWA ER, and NRCS funding. Some of the initial considerations will include, but not be limited to: • Single/multiple debris removal contractors • Debris removal contractor rates and specifications • Debris estimates, by collection zone • Debris removal from gated communities • Crew/Monitor Estimates, by collection zone • Onboarding and safety training locations and procedures • Operations Manager/Supervisor Assignments • Progress reporting distribution lists and protocols In most cases, Thompson will deploy our project team in anticipation of receipt a notice to proceed so that we can be responsive to the City’s needs and effectively manage the deployment of personnel and resources. Upon receipt of a Notice-to-Proceed, Thompson will deploy Project Quality Assurance and Project Administrative initiation teams to the City. The Project Quality Assurance Team will consist of the Project Manager and appropriate number of Field Supervisors, based on the severity of the event. In addition to providing surge support to the City, the Project Quality Assurance Team will serve as the field project management team. The Project Quality Team will be deployed with equipment kits to accommodate all field staff. The Project Administrative Team will consist of administrative/human resource employees. The Project Administrative Team will be temporarily deployed to the City to support the monitor on-boarding process, including: • Employee application reviews • Motor Vehicle record checks • Debris Monitor Training • Health and Safety Plan Implementation Collaboration with the City: Immediately following Notice-to-Proceed, Thompson will begin coordinating with the City and City contractors to synchronize mobilization and response activities. Thompson will need the following information from the City prior to or upon mobilization: • Points of Contact • Copy of contract between City and debris removal contractor(s) PROJECT APPROACH 4 – 8 • GIS shapefiles • List of priority roads • Preferred debris removal zones (if available) • Any inter-local agreements or memoranda of understanding with State, County, or other municipalities Throughout the project, the Thompson Project Manager will identify critical path functions that will require close coordination between the City and Thompson. These may include: • Public Information • Private Property Issues • Special Needs Assistance • Information on FEMA • Damage reports and resolution Thompson will identify a lead for each function to serve as a direct interface with the appropriate City staff on each issue. The Thompson team members will be available in person, by phone, or email to communicate with the City and project stakeholders. To the extent that cellular connectivity is not available, Thompson will secure alternative communications methods (radios, satellite, etc.). Debris Removal Contractor Coordination: Thompson recognizes that each disaster situation is going to be different and therefore promotes a collaborative working relationship with the City and their debris removal contractors. Immediately following a notice to proceed, Thompson will begin coordinating with the City and City contractors to synchronize mobilization and response activities. These activities may include: • Identification/confirmation of equipment staging area • Damage assessment • Emergency push • Zone assignment to contractors and subcontractors • Distinct field management based on authorized scopes of work • DMS permitting Scope and Budget Development: During the Debris Program Implementation stage, Thompson will work closely with the City and City contractors to develop scopes of work, project schedules and budgets in accordance with the contracts and task order(s) developed and issued by the City. It is Thompson’s objective to deliver our services at or below estimated budgets for the anticipated period of performance. As needs change, particularly as the project nears completion, Thompson will adjust the number of personnel assigned to the contract accordingly. Thompson will immediately notify the City of any deviations from the budget, which may occur if the City requests changes to the level of assistance Thompson is to provide. FEMA and State Agency Coordination: To the extent that it is required by the City, Thompson will serve as a liaison between FEMA, FDEM, and other public entities to document and demonstrate that debris removal, response and recovery activities are eligible, allowable, and in compliance with FEMA Publication FP-104-009-2 Public Assistance Program and Policy Guide (PAPPG). Thompson will work with the City, FDEM, FEMA Region 4, and FEMA Headquarters to facilitate a transparent, well documented partnership throughout the recovery effort. This will allow Thompson to integrate Disaster Specific PROJECT APPROACH 4 – 9 Guidance (DSG) issued from FEMA into the City’s debris removal efforts, and pro-actively create a positive working relationship with participating stakeholder regulatory agencies. Public Information Support: Thompson has a variety of resources and tools to assist the City’s public information and outreach efforts. During non-event times, prior to and immediately following a disaster incident, Thompson can work with the appropriate City staff to develop press releases to inform the public on topics related to debris removal efforts, including proper setout procedures for bring debris to the right-of-way, anticipated collection start, progress and end dates, and notification of special debris collection programs available to the public. Thompson can also utilize our technology solutions, including our enhanced mapping capabilities, to provide project data summaries including debris types and collection totals as well as URL/web-based maps and dashboards that the City can share with the public. Thompson can also establish and staff a hotline to assist with public telephone inquiries and complaints regarding debris removal operations. Thompson will ensure that all calls are documented and assigned a status to track the complaint and resolution. Damage complaints concerning debris removal will be tracked and reported by debris contractor(s). All complaints will be provided to the project management team for resolution with the debris contractor. Thompson will provide a log of inquiries and complaints and their resolution to the City Project Manager on a weekly basis. Mobilization | Damage Assessment At the direction of the City, Thompson can assist with preliminary damage assessments in accordance with the FEMA Damage Assessment Operations Manual. Thompson will perform damage assessments with the City and City contractors to determine the scope of the damage, identify the need for special debris programs such as leaner/hanger/stump removal, and develop crew configurations and assignments. Damage assessment assistance may include, and is not limited to, participation in one or more of the following tasks: • Identifying damaged facilities • Documenting damages • Documenting work and cost • Other Considerations (codes and standards, repair vs. replacement, hazard mitigation etc.) All damage assessment documentation will be captured, digitized, and managed using TDMS. This information will allow Thompson and the City Contractor(s) to develop budget estimates to be used for task orders and Project Worksheet development. Estimation Methodology: For purposes of pre-event planning and understanding resource requirements, Thompson utilizes the US Army Corps of Engineers (USACE) debris-estimating model for developing debris estimates. The USACE developed this model based on debris generated by Hurricanes Frederic, Hugo, and Andrew. The model contemplates the number of households in an urban/suburban area, as well as the category of storm, vegetative characteristics, commercial density and precipitation. The estimated quantities produced by the model have a predicted accuracy of ± 30%. PROJECT APPROACH 4 – 10 Because of the margin of error in the model, Thompson validates the modeled result via windshield surveying and aerial drone flyover assessments in a post-disaster scenario. Windshield surveys provide debris removal professionals the opportunity to estimate the quantity of debris per parcel surveyed, which can be extrapolated to include the number of parcels within jurisdictional limits of the community. Aerial drone flyover assessments are important because they provide Thompson with the ability to gauge the consistency of the damage across the jurisdiction and provide a means for identifying areas that have been compromised which may be isolated without means of conventional travel due to debris or flooding. Mobilization | Onboarding and Training of Employees Thompson’s staffing plans are designed to be flexible and scalable so that we can effectively and efficiently respond to the City’s needs no matter the operating climate. Typically, Thompson begins the process of recruiting and on- boarding immediately upon contract award, not reactively following a notice to proceed. Thompson will issue contingent job postings through a variety of outlets to pre-identify a pool of candidates to serve as future debris collection and disposal monitors. Thompson will contact these candidates immediately following the issuance of a notice to proceed and simultaneously begin recruiting efforts for the City. Thompson is fully prepared to deploy the appropriate number of fully trained field staff to the City within 24 hours of receiving a notice to proceed and will make every effort to hire residents from impacted communities within the City to serve as debris monitors. This effort will help residents participate in the City’s recovery efforts with a meaningful impact and earn a competitive hourly wage. In accordance with FEMA PAPPG, Thompson will train debris monitors, City employees, and other project stakeholders to have a complete understanding of the roles and responsibilities of the debris monitor, including: • Accurate and objective debris estimating techniques • Process for determining debris eligibility: (1) threat to public health/safety, (2) direct result of the disaster event, and (3) existing in the public right-of-way • A comprehensive understanding of all phases of debris management operations, including loading sites, debris management site (DMS), and final disposal locations • The ability to differentiate between debris types • Ability to operate ADMS device and issue load tickets properly • Understanding of collection site and DMS safety procedures • Understanding of the Thompson Health and Safety Plan • Understanding of the terms, conditions, and scope of the debris removal contract and other disaster specific guidance provided by FDEM, FDEP, and FEMA • Ability to communicate effectively and efficiently Ability to Onboard and Train within 24 Hours: Thompson has made a tremendous investment in our personnel, resources, technology, and tools to have the flexibility and scalability necessary to be an industry leader in debris monitoring. Part of this investment is in a proven process to identify, train, and equip local hires in a safe manner in extremely short periods of time. 100+ monitors onboarded daily PROJECT APPROACH 4 – 11 The table below outlines Thompson’s local hire tasks and timelines to ensure that we deploy trained and safe local hires within 24 hours of a notice-to-proceed and fully staff the project within 72 hours of receipt of notice to proceed. Table 4-3: Local Hire Task Summary Task Mobilization Time Non- event local hire recruiting Year-round Local hire recruiting (activation imminent or issued) 12-48 hours Driver motor vehicle record check 12-48 hours Health and safety training 12-48 hours Debris collection and disposal monitor training 12-48 hours TDMS – debris management system training 12-48 hours Issuance of personnel protective equipment (PPE) First day of field operations for each monitor Project is fully staffed < 72 hours Debris Program Implementation Debris Program Implementation | Health and Safety Plan Thompson employees are trained to put the safety of anyone on a jobsite above all else – even a project timeline. Our behavioral-based program enables employees to conduct risk assessments to identify and control or eliminate hazards. Most importantly, our employees are authorized and required to stop work when safety is compromised. Our employees work in a variety of environments, from the field to the office. We believe that the health and safety of our employees are best protected when our activities are properly planned, so we work in advance to determine the different types of training and information our employees need. Thompson will implement a Health and Safety Plan (HSP) that outlines site-specific precautions to be taken to avoid and mitigate the risk of hazards associated with work performed in the elements, around heavy equipment, near tree work, and close to vehicle traffic. The HSP will establish that work performed on the project shall comply with all applicable OSHA, State of Florida, and all other safety requirements provided by FEMA and its authorized contractors. Thompson will also provide a hard hat, reflective vest, safety glasses and hearing equipment to collection and disposal monitors, and field supervisors. In addition, Thompson will ensure that all collection and disposal monitors, and field supervisors report to work with a cell phone, protective shoes, long pants, hot, cold, and/or wet weather gear, sunscreen, and a supply of bottled water. Debris Program Implementation | Truck Certification In accordance with FEMA PAPPG standards, Thompson will complete equipment check-in and certification of trucks and other equipment mobilized by the Contractor so that debris removal operations can be recorded and substantiated in accordance with the terms, conditions, and unit rates in City’s debris removal contract. To comply with these standards, Thompson will observe and record the following information during truck certifications: • Valid truck registration • Volumetric capacity of the inside of the loading container PROJECT APPROACH 4 – 12 • Calculated deductions of volumetric capacity for dog boxes, round container bottoms, and other volumetric capacity reductions • Brief physical description of the truck • Photographs of the truck and container Thompson will assign a unique identification number to each truck and a placard with the truck number affixed to each side of the debris removal truck. Debris Program Implementation | Deploy Field Supervisors Thompson will deploy Field Supervisors at a 10 monitor: 1 supervisor ratio to oversee, document, and substantiate debris removal efforts efficiently and effectively. Field Supervisors will: • Be prepared to operate a minimum of 12-14 hours per day, 7 days per week • Verify that only eligible debris is being removed from designated public ROW and public property within assigned collection zones • Maintain regular communication with and ensure that collection monitors are documenting the collection and removal of eligible debris from approved public areas • Confirm the completeness and accuracy of load tickets and field documentation generated by collection monitors to substantiate debris removal operations • Identify, address, and troubleshoot any questions or problems that could impact work safety and eligibility • Suggest methods to improve the efficiency of collection and removal of debris Field Personnel Timekeeping: After operations conclude each evening, Thompson project managers will perform a review on all clock in/clock out times to ensure that electronic time stamps are captured in TDMS. Time entries will be finalized on a nightly basis. Following each work week, individual monitor time logs are distributed in the field by Supervisors for employee review and approval. Any discrepancies in time are reviewed and reconciled by management before the monitor signs their timesheet. Debris Program Implementation | Deploy Debris Collection Monitors Thompson will deploy a debris removal collection monitor for each piece of loading equipment deployed by the Contractor. The Collection Monitor’s primary responsibility is to observe, document, and substantiate the removal of eligible storm debris from City property and other collection zones identified and approved by the City. The Collection Monitor will be responsible for: • Ensuring that only eligible, disaster related debris is removed for loading and hauling from approved public areas • Utilizing maps developed by the City and debris removal contractor that designate work zones • Ensuring that debris collected is in accordance with the regulations, safety considerations, and contract terms of the specific waste stream (i.e., hazardous waste is not loaded into container of clean vegetative debris, etc.) 10:1 monitor to supervisor ratio PROJECT APPROACH 4 – 13 • Recording the time, date, disaster number, truck number, and loading location using TDMS • Issuing load ticket to driver when loading container is fully loaded • Ensuring that debris loads are contained properly in the loading container prior to the departure of the truck from the loading location to the DMS • Checking for safety considerations and areas of potential problems (school zone, utility meters, power lines, mailboxes, etc.) and reporting potential issues to the Field Supervisor • Recording and reporting any damages caused to streets, curbs, utility meters, mailboxes, and other public property because of debris removal operations including photos, owner information, and circumstances of the damage within 24 hours of incident • Ensuring all white goods and freon containing appliances are sorted and ready for freon removal on site or separate transport for Freon removal before final disposal • Certifying household hazardous wastes (HHW) are segregated, handled, loaded, and hauled in accordance with environmental laws and local, state, and federal regulations. HHW must be handled by specialists licensed by FDEP • Ensuring work area is clear of debris to the specified level before equipment moves to a new loading area • Remaining in constant contact with their Field Supervisor • Other duties as directed by the debris management project manager or designated City personnel Debris Program Implementation | Deploy Hazardous Leaning Tree, Hanging Limb, and Stump Removal Monitors Thompson anticipates beginning hazardous tree removal operations prior to or concurrent with right-of- way (ROW) debris collection. By getting the bucket trucks out ahead of the debris removal trucks with hazardous tree and limb removal, the overall collection operation will be more efficient. Thompson will ensure that hazardous stumps are pre-approved by FEMA and that the stump removal process is documented to include before and after photographs and GPS coordinates. The leaner, hanger, and stump monitor will be responsible for: • Ensuring that only eligible leaners, hangers, and stumps are removed, as defined by FEMA PAPPG, from approved public areas • Recording the date, GPS location, physical address, and time that the work was performed • Measuring the eligible tree work in accordance with the City’s contract • Photo documenting the work performed to facilitate an audit ready paper trail for FEMA review Debris Program Implementation | Deploy Debris Management Site Disposal Monitors Thompson will work with the City and their contractor(s) to establish the appropriate number of debris management site (DMS) required and staff each site with trained DMS Disposal Monitors. Disposal eligibility: - eliminates threat to public health and safety - result of the disaster - located within assigned collection zone and on the right - of-way PROJECT APPROACH 4 – 14 Monitors are responsible for completing the load transactions and recording debris volumes for loads that have been transported to the DMS for processing and storage or final disposal. DMS monitors will remain in contact with Field Supervisors and report any issues at the DMS site immediately. Disposal Monitors are responsible for observing and recording the following information: • Debris classification • Debris load call/volume estimation • Truck unloading time and date • Spot check photographs of loads before and after unloading as a Quality Assurance measure for load call methodology and to ensure that trucks are completely unloaded at the DMS • Identifying hand-loaded trucks and trailers to grade in accordance with low load compaction • Use badge credentials to electronically sign each ticket • Record load information from other agencies/entities that utilize City debris management sites • Ensure white goods and freon containing appliances are sorted and ready for freon removal • Document that white goods are cleaned and processed to remove putrescent debris inside and all oils, solvents, and refrigerants are removed • Verify and document that DMS has ample space to process collected white goods • Ensure hazardous and household hazardous wastes are segregated, handled, stored, and disposed in accordance with environmental laws and local, state, and federal regulations • Document and immediately report any improper segregation of hazardous waste debris • Observe site safety and security and report any concerns or issues Debris Disposal Diversion: Thompson will work with the City and FDEP to develop a recycling/debris diversion plan minimizing the amount of potentially recyclable debris disposed of at landfills. White goods, e-waste, metals, vegetative and other types of debris may be processed and recycled. Thompson will ensure that salvage operations are documented separately in accordance with FEMA policy. Debris Program Implementation | Damage Complaint Tracking Mitigating Damages: Thompson will proactively work with debris removal contractor(s) to discuss operational conditions to mitigate damages. Collection and Disposal Monitors are trained to identify and notify the debris removal contractors of potential causes damages before they occur. Thompson can also appoint a Field Supervisor dedicated to receiving and documenting damages that occur and are reported from the Collection and Disposal Monitors. Documenting Damages: Collection and Disposal Monitors and Field Supervisors will be trained on the process for reporting and documenting damages, in addition Thompson will also appoint a dedicated Field Supervisor to each work zone for receiving damage reports and documenting all required information to track the incident from occurrence through resolution, including photographs, descriptions, and GPS coordinates. Tracking Damages: Thompson will assign a unique work order number to each damage complaint and will track the work order by the GPS coordinate of the complaint. A map will be maintained of all damage related work orders showing the status (identified, verified, and resolved) of each incident. Thompson will maintain the following information for each damage complaint work order and organize work orders by service area: PROJECT APPROACH 4 – 15 • Work order point of contact • Responsible contractor/sub-contractor • Photographs of damage • Description of actions by responsible party • Photographs/other evidence of repair • Cost summary, if available Debris Program Implementation | Special Debris Removal Programs The damage caused by major debris events including hurricanes, tropical storms, tornadoes and flooding often create the need for special debris removal programs which include, but are not limited to: • Private property debris removal (PPDR) • Debris removal and restoration of waterways and canals • Debris removal from parks and recreation trails • Vehicle and vessel recovery and disposal • Hazardous waste and contaminated debris management • Debris removal from storm drains and catch basins To the extent necessary, Thompson management staff will review existing maintenance records to establish the pre-disaster conditions and ensure compliance with FEMA policy and work with the City’s contractors, FDEM, FDEP, NRCS, USACE and other regulatory agencies to expeditiously remove storm generated debris from affected public facilities. Special debris program monitors will be responsible for: • Demonstrating that the debris/sediment/vehicle presents a hazard or immediate threat to public health and safety • Ensuring that only eligible debris is removed as defined by FEMA PAPPG from approved public areas • Ensuring that contaminated debris/soil is handled, processed, and disposed in accordance with the type of contaminant • Verifying that any contaminated disaster-related debris is addressed by the specialist from FDEP and/or EPA and managed appropriately in the designated areas • Recording the date, GPS location, physical address, and time that the work was performed • Measure the eligible debris removal in accordance with the City’s contract (e.g., linear foot) • Ensuring vehicles and vessels are abandoned, i.e., the vehicle/vessel is not the owner’s property and ownership is undetermined • Verifying and documenting the chain of custody, transport and disposal of the vehicle or vessel • Photo documenting the work performed to facilitate an audit ready paper trail for FEMA review Private Property Debris Removal (PPDR) Monitoring: Thompson has extensive experience in developing and implementing private property debris removal (PPDR) programs, including the management of many of the largest multi‐phase, multi‐property demolition and housing initiatives in the United States over the past ten (10) years. Thompson will review local ordinances and design a PPDR program that demonstrates and documents that local governments have the legal authority (and FEMA eligibility) to perform a variety of debris removal programs on private property. We have performed comprehensive PPDR ordinance feasibility reviews and PPDR program implementation in California, Puerto Rico, Texas, Alabama, Mississippi, PROJECT APPROACH 4 – 16 Louisiana, and Florida. To ensure that the PPDR program is successful, Thompson will have the following objectives during ordinance review: • Identify an ordinance that clearly grants the City with the authority to enter private property to remove and dispose of debris, such as a nuisance abatement or public nuisance ordinance. This is critical to establish legal authority and FEMA eligibility. • Establish a multi-step process ensuring all proper notifications are made to property owners. • Develop a public outreach plan to ensure that residents in need can participate in the program. Upon review and approval of a proposed PPDR program by the City, FDEM, and FEMA Thompson will implement and document the program to maximize available reimbursement. PPDR programs may include: • Vegetative, construction and demolition (C&D), and mixed waste debris removal • Residential and commercial structural demolitions • Leaner, hanger, and stump removal In managing, monitoring, and documenting PPDR programs, Thompson will develop a property identification number for each property. Each property will have a PPDR “packet” that documents the following information: • Ordinance granting legal authority under which the private property debris removal work was performed • Documentation of all necessary actions taken to satisfy the requirements of the ordinance • Notification to property owner • Posting on property • Executed Right-of Entry Agreement • FEMA/FDEM Approval • FEMA Historic Preservation review / approval • Documentation of asbestos abatement (if necessary) • Documentation of utility disconnections (if necessary) • Field documents and site schematic documenting eligible work performed • Before/after photographs • Property close-out documentation All PPDR documentation is managed through multiple elements of TDMS, including organizing and storing program and property documentation, mapping, and property status and program statistics. Figure 4-6: TDMSweb Management and Administration of PPDR Documents PROJECT APPROACH 4 – 17 Figure 4-7: PPDR Applicant Intake Dashboard Data Management Thompson utilizes technology as integral part of its approach to providing debris removal monitoring services for purposes of quality assurance/quality control (QA/QC), contractor invoice reconciliation, and reporting. Data Management | Quality Control / Quality Assurance Debris collection and disposal information generated from tickets created in the field utilizing TDMSmobile is uploaded into a secure electronic disaster debris data management system, TDMSweb, that summarizes debris quantities to include collection and disposal information by date, debris type, collection zone, and collection and disposal location. This information is reviewed daily through Thompson’s quality assurance/quality control (QA/QC) queries and parameters which check of irregularities and outliers. Such queries and parameters include: • Count of loads by collection truck • Trip time per load • Trip distance • Average load call by truck • Average load call by disposal monitor • Count of loads by collection location Figure 4-8: Ticket Data Presented in TDMSweb PROJECT APPROACH 4 – 18 Thompson will also plot daily collection activities using GIS software to review collection locations against eligible City boundaries to ensure collection is occurring in designated work zones. Figure 4-9: Ticket Location and Boundary Mapping Data Management | Reporting Thompson collects a large amount of information from field operations daily and can provide our clients a variety of reports, maps, and dashboards to summarize this information. We develop and manage all reports in-house and can customize each product based on the client’s reporting needs and program configuration. Daily Debris Collection Report: Thompson’s Daily Debris Collection Report is produced each day and summarizes the previous day’s field activities as well as providing project metrics and trend reporting. This can include, daily and cumulative haul totals or unit counts for each type of debris collected along with several other totals and statistics including but limited to: • Date of reporting, client, disaster number, project, and contract number • Summary of the previous day’s activities • Number of contractor certified equipment in field • Total number of monitors in the field • Minimum, maximum, and average load size • Average load call percentage • Days from debris removal start date • Days from FEMA Disaster Incident start • Disposal locations with debris totals The main body of the report contains standard reporting metrics to meet the requirements of FEMA, however, Thompson can adjust the Daily Debris Collection Report to also meet the needs of any additional contractual (e.g., requirement of minimum contractor trucks in field within a certain hours/days timeframe) or local needs (e.g., collection or political zones or districts). GIS Mapping and Dashboards: Thompson can also provide project data through GIS mapping and dashboards that also displays real time data including daily and cumulative collection totals, collection locations, eligible/ineligible ticket locations, collection debris type breakdowns, etc. PROJECT APPROACH 4 – 19 Figure 4-10: Project Operations Dashboard Our goal is to provide efficient and effective insight into the debris removal and recovery operation through a customized approach to avoid submitting an unnecessary or overwhelming amount of “off the shelf” reports. Field Documentation: Thompson captures a variety of physical and digital field documentation through logs and our automated debris management system. Unique to Thompson, our process retains one physical copy of the electronic receipts created at the disposal site or in the field for unit rate work. These paper copies are housed with the other paper field logs throughout the life of the project as a backup for any technical issue that may arise in the field. Additional copies of the paper ticket are provided to the truck driver, scale house (if applicable) and the debris contractor representative. TDMSportal: A main component of TDMS, the TDMSportal, serves as the client and contractor information center. The TDMSportal provides real-time access to project related documents and data, including but not limited to: • Contract documents • Environmental permits • Truck Certifications • Ticket and image details • Daily Reports • Maps (live, progress, pass, roadway) • Contractor invoice packages • Monitor invoice packages Data Management | Invoice Reconciliation Thompson will perform a thorough review and reconciliation of contractor invoices submitted to the City. For contractor payments to be verified as accurate and correct, Thompson verifies truck certification, load transactions and unit rate transactions with its database. The reconciliation will include a review of the collection date, time, and location, as well as the debris volume, disposal time and location submitted by the Contractor against the data maintained by Thompson on behalf of the City. Upon completing the verification of each record being claimed for payment, Thompson will render a payment recommendation to the City. Thompson’s payment recommendation will include the following: • A copy of the contractor invoice PROJECT APPROACH 4 – 20 • Invoice back-up organized by program, date, service type, contract line item, and location • A summary of discrepancies identified • A payment recommendation report • A cover letter summarizing the reconciliation findings and payment recommendation Figure 4-11: Invoice Process Summary Closeout Thompson’s team of consultants, engineers, cost estimators and subject matter experts are disaster recovery and grant management practitioners and implementers that maintain an active knowledge of federal policy and industry leading expertise in navigating federal programs to maximize and retain federal funding for impacted communities. FEMA PA Worksheet Development Thompson will assist the City with developing Project Worksheets (PWs) and necessary documentation to substantiate cost claims to FEMA for the Public Assistance (PA) program. Thompson will deploy consultants to coordinate PA operations with FDEM officials and prepare small and large project PWs to capture eligible costs incurred by the City. Throughout the PA process, Thompson carefully tracks all associated labor and expenses in accordance with FEMA DAP 9525.9, outlining eligibility requirements for reimbursement of Direct Administrative Costs (DAC), allowing the City to be reimbursed for the majority of Thompson’s PA Consulting costs. Though some costs may remain ineligible for reimbursement by declaration in federal guidelines (i.e., indirect costs for FEMA PA), Thompson’s emphasis on efficient performance and accurate cost tracking will ensure the City receives maximum reimbursement for Thompson’s services. Thompson applies a forward-thinking, collaborative, and cost-effective approach to FEMA PA consulting. Our tried and tested consultants are knowledgeable of PA program policy, requirements, and best- practices and draw upon experience to make certain PWs are efficiently and properly prepared, and whenever possible, are audit-ready at the time of submission. Through encouraging transparency between the City, FDEM, and FEMA, Thompson will seek to expedite City’s recovery process, maximize reimbursement, and limit the need for post-submittal administration including audit preparation and appeals support. PROJECT APPROACH 4 – 21 Thompson consultants have experience preparing and administering PWs in all categories of work including: • Category A: Debris Removal • Category B: Emergency Protective Measures • Category C: Roads and bridges • Category D: Water control facilities • Category E: Public buildings and contents • Category F: Public utilities • Category G: Parks, recreational, and other facilities • Category Z: Indirect and Direct Administrative Costs Audit Ready Documentation Throughout the duration of the project, the City will be provided access to the TDMSportal, which will include all project documentation and reports required by FEMA for review. Thompson’s documentation process mirrors the FEMA GrantsPortal to expedite the submittal and review process. For example, all reconciled invoices are delivered to the City for submission to FEMA as audit ready packages which include the contractor invoice, all supporting data in MS excel, Thompson’s payment recommendation and an Adobe PDF of all associated load and unit tickets. Upon project completion, Thompson will provide the City with a final report that captures all reconciled cumulative project totals, with quantities broken out by debris type, DMS site, and final disposal location. A separate cost report, broken out by contract line item, will also be provided at project completion. Figure 4-12: TDMSportal Documentation Summary Audit Support To the extent necessary, Thompson will provide the City with first and second appeal support for unfunded or de-obligated disaster related projects or initiatives that the City and Thompson mutually agree may be determined eligible by FEMA based on a re-review of existing project documentation or other review of new information presented to substantiate the eligibility of the project. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 18 of 25 EXHIBIT C FEDERALLY REQUIRED CONTRACT CLAUSES FOR FEMA PUBLIC ASSISTANCE GRANTEES AND SUBGRANTEES Any contract or subcontract funded by this Agreement must contain the applicable provisions described in Appendix II to 2 C.F.R. Part 200. It is the responsibility of the Contractor to include any of the required provisions in its sub-contracts. A. Equal Employment Opportunity During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 19 of 25 Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 20 of 25 as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. B. Compliance with the Contract Work Hours and Safety Standards Act (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 21 of 25 (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. C. Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. D. Federal Water Pollution Control Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. E. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor and any subcontractors must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida and , the Federal Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 22 of 25 Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. F. Byrd Anti-Lobbying Amendment Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 23 of 25 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor,______________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. ________________________________________________ Signature of Contractor’s Authorized Official ________________________________________________ Name and Title of Contractor’s Authorized Official ___________________________ Date G. Procurement of Recovered Materials (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA-designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. H. Access to Records The following access to records requirements apply to this contract: Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 24 of 25 (1) The contractor agrees to provide the City, the State of Florida, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. I. DHS Seal, Logo, and Flags The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA preapproval. J. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. K. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. L. Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract. M. Additionally, a Contractor’s or any other non-federal entity’s contracts must contain all or any applicable provisions described in 2 C.F.R. Ch. II, pt. 200, App. II (2022) (hereby incorporated by reference, as applicable). N. It is solely the responsibility of the Contractor to comply with and/or include in its subcontracts all applicable provisions, including but not limited to: 1) Contractor shall also comply with the requirements of 2 C.F.R. § 200.216 (Prohibition on certain telecommunication and video surveillance services or equipment). 2) Contractor shall also comply with the requirements of 2 C.F.R. §§ 200.321 (Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms). Agreement for Disaster Debris Monitoring Services City of Winter Springs / Thompson Consulting Services, LLC Page 25 of 25 3) Contractor shall also comply with the requirements of 2 C.F.R. §§ 200.322 (Domestic Preferences for procurements). 4) Contractor shall also comply with the requirements of 2 C.F.R. §§ 200.323 (Procurement of recovered materials).