Loading...
HomeMy WebLinkAboutContract 51011 RE��IV�� 6 2018 CITY SECRETP►RY3&, - �o%%MV, CONTRACT NO. I CC(`I ii�VZ ' STANDBY AGREEMENT Thompson Consulting Services,LLC. This STANDBY AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation, acting by and through Valerie Washington, its duly authorized Assistant City Manager, and Thompson Consulting Services, LLC. ("Contractor"), a Texas Company, and acting by and through Jon Hoyle, its duly authorized President, each individually referred to as a "party" and collectively referred to as the "parties." AGREEMENT DOCUMENTS: The Agreement documents shall include the following: OFFICIAL RECORD 1. This Professional Services Agreement; CITY SECRETARY 2. Exhibit A—Scope of Services FT.WORTH,TX 3. Exhibit B— Fee Schedule __ 4. Exhibit C—Verification of Signature Authority Form. 5. Exhibit D—CFR Provisions 6. Exhibit E - Contractor's Proposal in response to RFP 17-0282 Exhibits A, B, C, D, and E, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B, C and D and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. 1. SCOPE OF SERVICES. Contractor hereby agrees, with good faith and due diligence, to provide debris monitors and debris monitoring services to assist the City in monitoring the operations of the disaster debris removal, hauling and disposal contractor(s) on an as-needed basis. Exhibit "A," — Scope of Services and Exhibit E more specifically describes the services to be provided hereunder. 2. TERM. This Agreement shall begin on February 21, 2018 ("Effective Date") and shall expire on February 20, 2022 (`Expiration Date"), unless terminated earlier in accordance with this Agreement (`Initial Term"). City shall have the option, in its sole discretion, to renew this Agreement under the same terms and conditions, for up to five (5) one-year renewal options, at City's sole discretion. 3. COMPENSATION. Upon issuing a Notice to Proceed, the City shall pay Contractor in accordance with the provisions of this Agreement and the Fee Schedule attached as Exhibit "B," which is incorporated for all purposes herein, for services rendered in accordance with this agreement. Contractor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City Standby Agreement Page l of 74 Thompson Consulting Services,LLC shall not be liable for any additional expenses of Contractor not specified by this Agreement unless the City first approves such expenses in writing. Under no circumstances shall Contractor be entitled to charge City any rate or fee in excess of the amount included in Exhibit B for services. The total amount the City may expend on services in connection with this contract shall be determined at the time the Notice to Proceed is issued and shall be included on the Purchase Order issued in response to an event necessitating these services. 4. TERMINATION. 4.1. Written Notice. City may terminate this Agreement at any time and for any reason by providing the other party with 30 days' written notice of termination. Contractor may terminate this agreement at any time and for any reason by providing the other party with 30 days' written notice of termination so long as the City has not issued a Notice to Proceed, and services are still requested by City. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, City shall pay Contractor for services actually rendered up to the effective date of termination and Contractor shall continue to provide City with services requested by City and in accordance with this Agreement up to the effective date of termination. Upon termination of this Agreement for any reason, Contractor shall provide City with copies of all completed or partially completed documents prepared under this Agreement. In the event Contractor has received access to City Information or data as a requirement to perform services hereunder, Contractor shall return all City provided data to City in a machine readable format or other format deemed acceptable to City. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. 5.1 Disclosure of Conflicts. Contractor hereby warrants to City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to City in writing. 5.2 Confidential Information. Contractor, for itself and its officers, agents and employees, agrees that it shall treat all information provided to it by City ("City Information") as confidential and shall not disclose any such information to a third party without the prior written approval of City. 5.3 Unauthorized Access. Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access, modify, delete or otherwise Standby Agreement Page 2 of 74 Thompson Consulting Services,LLC corrupt City Information in any way. Contractor shall notify City immediately if the security or integrity of any City Information has been compromised or is believed to have been compromised, in which event, Contractor shall, in good faith, use all commercially reasonable efforts to cooperate with City in identifying what information has been accessed by unauthorized means and shall fully cooperate with City to protect such City Information from further unauthorized disclosure. 6. RIGHT TO AUDIT. Contractor agrees that City and any federal agency who is reimbursing City for any services provided in connection with this contract shall have the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Contractor involving transactions relating to this Agreement at no additional cost to City. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Contractor reasonable advance notice of intended audits. Contractor shall retain any pertinent documents in connection with services provided in connection with this agreement a period not less than three (3) years from the date of(i) final payment by the City, (ii)an audit by the City or a federal agency reimbursing the City, or (iii) a date provided to Contractor by the City of a federal agency reimbursing the City for services provided in connection with this agreement, whichever is later. 7. INDEPENDENT CONTRACTOR It is expressly understood and agreed that Contractor shall operate as an independent Contractor as to all rights and privileges and work performed under this Agreement, and not as agent, representative or employee of City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, consultants and subcontractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, Contractors and subcontractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. It is further understood that City shall in no way be considered a Co-employer or a Joint employer of Contractor or any officers, agents, servants, employees or subcontractor of Contractor. Neither Contractor, nor any officers, agents, servants, employees or subcontractor of Contractor shall be entitled to any employment benefits from City. Contractor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself, and any of its officers, agents, servants, employees or subcontractor. 8. LIABILITY AND INDEMNIFICATION. 8.I LIABILITY - CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR Standby Agreement Page 3 of 74 Thompson Consulting Services,LLC CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.2 GENERAL INDEMNIFICATION- CONTRACTOR HEREBY COVENANTS AND AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONTRACTOR'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.3 INTELLECTUAL PROPERTY INDEMNIFICATION— Contractor agrees to defend, settle, or pay, at its own cost and expense, any claim or action against City for infringement of any patent, copyright, trade mark, trade secret, or similar property right arising from City's use of the software and/or documentation in accordance with this Agreement, it being understood that this agreement to defend, settle or pay shall not apply if City modifies or misuses the software and/or documentation. So long as Contractor bears the cost and expense of payment for claims or actions against City pursuant to this section, Contractor shall have the right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, City shall have the right to fully participate in any and all such settlement, negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate with Contractor in doing so. In the event City, for whatever reason, assumes the responsibility for payment of costs and expenses for any claim or action brought against City for infringement arising under this Agreement, City shall have the sole right to conduct the defense of any such claim or action and all negotiations for its settlement or compromise and to settle or compromise any such claim; however, Contractor shall fully participate and cooperate with City in defense of such claim or action. City agrees to give Contractor timely written notice of any such claim or action, with copies of all papers City may receive relating thereto. Notwithstanding the foregoing, City's assumption of payment of costs or expenses shall not eliminate Contractor's duty to indemnify City under this Agreement. If the software and/or documentation or any part thereof is held to infringe and the use thereof is enjoined or restrained or, if as a result of a settlement or compromise, such use is materially adversely restricted, Contractor shall, at its own expense and as City's sole remedy, either: (a) procure for City the right to continue to use the software and/or documentation; or (b) modify the software and/or documentation to make it non-infringing, provided that such modification does not materially adversely affect City's authorized use of the software and/or documentation; or (c) replace the software and/or documentation with equally suitable, compatible, and functionally equivalent non-infringing software and/or documentation at no additional charge to City; or (d) if none of the foregoing alternatives is reasonably available to Contractor terminate Standby Agreement Page 4 of 74 Thompson Consulting Services,LLC this Agreement, and refund all amounts paid to Contractor by City, subsequent to which termination City may seek any and all remedies available to City under law. 9. ASSIGNMENT AND SUBCONTRACTING. 9.1 Assignment. Contractor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of City. If City grants consent to an assignment, the assignee shall execute a written agreement with City and Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. Contractor and Assignee shall be jointly liable for all obligations of Contractor under this Agreement prior to the effective date of the assignment. 9.2 Subcontract. If City grants consent to a subcontract, subcontractor shall execute a written agreement with Contractor referencing this Agreement under which subcontractor shall agree to be bound by the duties and obligations of Contractor under this Agreement as such duties and obligations may apply. Contractor shall provide City with a fully executed copy of any such subcontract. 10. INSURANCE. Contractor shall provide City with certificate(s) of insurance documenting policies of the following types and minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability: $1,000,000 - Each Occurrence $2,000,000 - Aggregate (b) Automobile Liability: $1,000,000 - Each occurrence on a combined single limit basis Coverage shall be on any vehicle used by Contractor, its employees, agents, representatives in the course of providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non- owned. (c) Worker's Compensation: Statutory limits according to the Texas Workers' Compensation Act or any other state workers' compensation laws where the work is being performed Employers' liability $100,000 - Bodily Injury by accident; each accident/occurrence Standby Agreement Page 5 of 74 Thompson Consulting Services,LLC $100,000 - Bodily Injury by disease; each employee $500,000 - Bodily Injury by disease; policy limit (d) Professional Liability (Errors & Omissions): $1,000,000 - Each Claim Limit $1,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made, and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to City to evidence coverage. 10.2 General Requirements (a) The commercial general liability and automobile liability policies shall name City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers in respect to the contracted services. (b) The workers' compensation policy shall include a Waiver of Subrogation (Right of Recovery) in favor of City. (c) A minimum of Thirty (30) days' notice of cancellation or reduction in limits of coverage shall be provided to City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the Risk Manager, City of Fort Worth, 200 Texas Street, Fort Worth, Texas 76102, with copies to the Fort Worth City Attorney at the same address. (d) The insurers for all policies must be licensed and/or approved to do business in the State of Texas. All insurers must have a minimum rating of A- VII in the current A.M. Best Key Rating Guide, or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. (e) Any failure on the part of City to request required insurance documentation shall not constitute a waiver of the insurance requirement. (f) Certificates of Insurance evidencing that Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement. Standby Agreement Page 6 of 74 Thompson Consulting Services,LLC 11. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Contractor agrees that in the performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws, ordinances, rules and regulations, including those listed in Exhibit D, and that any work it produces in connection with this Agreement will also comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies Contractor of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Contractor, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY CONTRACTOR, ITS PERSONAL REPRESENTATIVES, ASSIGNS, SUBCONTRACTORSS OR SUCCESSORS IN INTEREST, CONTRACTOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: To CONTRACTOR: City of Fort Worth Thompson Consulting Services, LLC Attn: Valerie Washington Jon Hoyle, President Assistant City Manager 1 135 Townpark Avenue, Suite 2101 200 Texas Street Lake Mary, FL 32746 Fort Worth, TX 76102-6314 Facsimile: (407) 878-7858 Facsimile: (817) 392-8654 With copy to Fort Worth City Attorney's Office at same address 14. SOLICITATION OF EMPLOYEES. Neither City nor Contractor shall, during the term of this Agreement and additionally for a period of one year after its termination, solicit for employment or employ, whether as employee or independent Contractor , any person who is or has been employed by the other during the term of this Agreement, without the prior written consent of the person's employer. Standby Agreement Page 7 of 74 Thompson Consulting Services, LLC Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds to a general solicitation of advertisement of employment by either party. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, City does not waive or surrender any of its governmental powers or immunities. 16. NO WAIVER. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes that make performance of their duties under this Agreement in the City of Fort Worth physically impossible. Occurrence of a natural disaster or act of God elsewhere is not sufficient to invoke the protections of this provision. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the scope of any provision of this Agreement. Standby Agreement Page 8 of 74 Thompson Consulting Services,LLC 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or Exhibits A, B, and C. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No amendment, modification, or extension of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is executed by an authorized representative of each party. 23. ENTIRETY OF AGREEMENT. This Agreement, including Exhibits A, B and C, contains the entire understanding and agreement between City and Contractor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. 24. COUNTERPARTS. This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute one and the same instrument. 25. WARRANTY OF SERVICES. Contractor warrants that its services will be of a professional quality and conform to generally prevailing industry standards. City must give written notice of any breach of this warranty within thirty (30) days from the date that the services are completed. In such event, at Contractor's option, Contractor shall either(a) use commercially reasonable efforts to re-perform the services in a manner that conforms with the warranty, or (b) refund the fees paid by City to Contractor for the nonconforming services. 26. IMMIGRATION NATIONALITY ACT. City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Contractor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Contractor shall complete the Employment Eligibility Verification Form (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Contractor shall provide City with a certification letter that it has complied with the verification Standby Agreement Page 9 of 74 Thompson Consulting Services,LLC requirements required by this Agreement. Contractor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Contractor 27. OWNERSHIP OF WORK PRODUCT. City shall be the sole and exclusive owner of all reports, work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from the date of conception, creation or fixation of the Work Product in a tangible medium of expression (whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a "work-made-for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work Product, or any part thereof, is not considered a "work- made-for-hire" within the meaning of the Copyright Act of 1976, as amended, Contractor hereby expressly assigns to City all exclusive right, title and interest in and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret, and all other proprietary rights therein, that City may have or obtain, without further consideration, free from any claim, lien for balance due, or rights of retention thereto on the part of City. 28. SIGNATURE AUTHORITY. The person signing this Agreement hereby warrants that he/she has the legal authority to execute this Agreement on behalf of the respective party, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This Agreement and any amendment hereto, may be executed by any authorized representative of Contractor whose name, title and signature is affixed on the Verification of Signature Authority Form, which is attached hereto as Exhibit "C". Each party is fully entitled to rely on these warranties and representations in entering into this Agreement or any amendment hereto. 29. CHANGE IN COMPANY NAME OR OWNERSHIP Contractor shall notify City's Purchasing Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining updated City records. The president of Contractor or authorized official must sign the letter. A letter indicating changes in a company name or ownership must be accompanied with supporting legal documentation such as an updated W-9, documents filed with the state indicating such change, copy of the board of director's resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the specified documentation so may adversely impact future invoice payments. 30. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Standby Agreement Page 10 of 74 Thompson Consulting Services,LLC CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of i Complete Nos.1-4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 it there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-231946 Thompson Consulting Services,LLC Lake Mary,FL United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 07/05/2017 being filed. City of Forth Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. Bid Number 17-0282 Disaster Debris Monitoring Services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Thompson Holdings,Inc. Mobile,AL United States X Hoyle,Jon Lake Mary,FL United States X Counseil,Nathaniel Lake Mary,FL United States X Baker III,John Mobile,AL United States X Manning,Michael Mobile,AL United States X Shumock,James Mobile,AL United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Eay,,. KRISTINEChISBY Nt1pry Public State of Flori6aCommission#FF 923726tAy Comm.Expires Oct 1,2019 Sign f a z agent f contracting business entity onded through Nrlional Notary Asum AFFIX NOTARY STAMP F SEAL ABOVE Sworn to and subscribed before me,by the said __.this the day of 20_12 _,to certify which,witness my hand and seal of in%hrA �s Nit bl Signature of officer administering oath Printed name of officer ministering oath Title bf officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel' and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2)will not boycott Israel during the term of the contract. (Signature Page Follows) Standby Agreement Page 11 of 74 Thompson Consulting Services,LLC IN WITNESS W"--OF the parties ereto have executed this Agreement in multiples this I y of , 20� ACCEPTED AND AGREED: CITY OF FORT WORTH: CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and By: admims7ents. of this tract, including Name: Valerie Washington ens tnfo anc and reporting Titley: Assistant City Manager re Date: ��JI�� By: ame: Ro ert Smo se APPROVAL RECOMMENDED: Title: Ass ompliance Director APPROVED AS TO FORM AND LEGALITY: By: Name: EWdonnett Title: irector F FOIq a J n Pate ATTEST: V., Tit e: Asst tant City Attorney RACT AUTHORIZATION: By: )orm P-12156 ry ays AS Title: ty Secretary 1295 Certification No: 2017-231946 CONTRACTOR: Thompson Consulting Services, LLC. , ATTES By: Nam n oyle Title: esident Date: 6 O Y t 1l ►� OFFICIAL RECORD CITY SECRETARY FT WORTH,TX Professional Services Agreement—Exhibit C Page 12 of 74 EXHIBIT A SCOPE OF SERVICES I. SCOPE OF SERVICES 1. Pre-Event Requirements 1.1 Contractor shall provide assistance in preparation for disasters through participation in meetings and workshops and the establishment of data management and other integrated systems as outlined in Section 2.2. 1.2 Contractor shall, at no cost to the City: • Provide identified personnel with a half-day debris management training session. Training program must, at a minimum, meet the training requirement for debris monitors as outlined by current FEMA debris management guidance, once per year between the beginning of January and the end of February.. • Provide identified personnel with a half-day review and training session on Fort Worth's final Disaster Debris Management Plan (DDMP) once per year between the beginning of January and the end of February. • Provide a list of key personnel and subcontractors that may be involved in the disaster debris monitoring activities to include fax, cell phone numbers, and e- mail addresses within 24 hours after Notice to Proceed. • Assist the City in selecting primary, secondary and tertiary Debris Removal Contractors from the City's contracted disaster debris removal and disposal contractors. The recipient of the Monitoring contract shall not be eligible to contract with the City for disaster debris removal services. • Participate in annual workshops or planning meetings with City representatives and debris removal and disposal contractor(s) to establish/review applicable policies and procedures and the DDMP. 1.3 Mobilization and Work Requirements: • Within twenty-four (24) hours of receipt of a Notice to Proceed issued by the City, the Contractor shall have a representative present at a location specified by the City at no charge to the City. If the City issues a Notice to Proceed (NTP) for a pending storm event, the Contractor shall have staff on-site in Fort Worth and be prepared to begin operations described below in section 2.4 within forty-eight (48)hours of such notification. • Upon the issuance of the NTP by the City, the successful Contractor(s) shall mobilize equipment and personnel required by the City's Solid Waste Manager, Standby Agreement Page 13 of 74 Thompson Consulting Services,LLC or his designee. • The Contractor(s) may utilize the designated Debris Management Center (either the Solid Waste Management Office or the Emergency Management Operations Center) as a temporary field office or, a designated office approved by the City's Solid Waste Manager. • Coordinate daily briefings, work progress, staffing and other key items with the City's designated staff at the designated Debris Management Center. • Develop daily operational reports to keep the City informed of work progress. • Contractor shall enforce and monitor the current storm debris hauling contracts with the City. • The Contractor(s) shall furnish a complete listing of all subcontractors intended to be used for the project. The debris removal and disposal firms have been identified by the City through a previous procurement. The contractor shall assist the City in selecting which of the six (6) selected firms shall be utilized for debris collection. 1.4 Monitoring • Monitor recovery contractor operations and mail/implement recommendations to improve efficiency and speed up recovery work. • Ensure that a quality and quantity assurance monitor is present at each debris management site and City disposal site to provide accuracy in weight or volume of debris and verification that debris is eligible. • Manage and monitor the construction of observation towers at all unloading sites, including TDSRS and the Southeast Landfill (SELF). Debris haulers are required to construct the towers at unloading sites the Proposer(s) will utilize in the performance of their duties. A detailed design for construction of the tower shall be provided to the Contractor(s) within 48 hours of the issue of Notice to Proceed. Conceptual design descriptions for the towers (Exhibit D) are included in the DDMP. 1.5 Vehicles • Certify Contractor vehicles for debris removal using methodology and documentation practices appropriate for contract monitoring and approved by FEMA. • Contractor shall provide an official Tare Weight Ticket for each vehicle used for debris removal, and an official measurement of each vehicle verifying the hauling Standby Agreement Page 14 of 74 Thompson Consulting Services,LLC volume of the vehicle. • The City reserves the right to determine which method of payment shall be used for the landfills (volume or weight) and the debris haulers in accordance with current contracts. • Contractor shall measure volume capacity of each vehicle or trailer in cubic yards. • Contractor shall take pictures of each vehicle/trailer and maintain record/documents. 1.6 Load Tickets • Load tickets shall be generated by Contractor from an automated debris management system. The Contractor shall insure that all applicable information is captured on each ticket. • Load tickets information shall include the following minimum: 1. Date 2. Time 3. Load ticket number 4. Contract Information 5. Prime Contractor's name 6. Truck Number 7. Trailer number 8. Truck capacity 9. Trailer capacity 10. Load size(cubic yards) (tons) 11. Disposal Location 12. Tower monitor's name 13. 32.2.6.1 Zone/Section (if applicable) • Contractor(s) shall ensure proper handling of load tickets that record vehicle capacity, percent full and type of waste. • Contractor shall utilize an automated debris management system to capture load ticket data and provide data as needed, i.e. daily, weekly and monthly. 1.7 Post-Event Requirements • Contractor shall assist with implementing a truck certification process throughout the recovery operation. • Contractor shall assist with load inspections for debris cleanup being performed by one or more debris removal and disposal Contractors or by the City. Standby Agreement Page 15 of 74 Thompson Consulting Services, LLC • Contractor shall supply a sufficient number of trained debris monitors and trained field supervisors to accommodate the volume of debris to be removed at loading sites and debris management sites or final disposal sites. • Contractor shall supply one field supervisor to oversee no more than 10 loading and tower/site debris monitors. • Contractor shall remove and replace employees immediately upon notice from the City Debris Manager for conduct or actions that violate the disaster debris removal and disposal contract. • Contractor shall notify the City of any deviation by residents or businesses from debris management requirements. • Upon request, the Contractor shall provide 8 1/2" x 11" color enlargements of multiple view (usually three (3) aerial photographs of Debris Management Sites located within Tarrant County and/or other designated county(ies) for the purpose of documentation, measuring and calculating cubic yards. Printed on each photograph shall be the company name, date, time and name of location. • Contractor shall participate in after-action reviews to improve future recovery operations. 1.8 Debris Monitoring Project Manager • Contractor shall appoint a Project Manager who will be the City's primary point of contact and will be responsible for all services and personnel provided by the Contractor. The Project Manager shall: 1. Report to the City's Emergency Operations Center (EOC) or other designated location no more than twenty-four(24) hours after notification by the City. 2. Assist the City in developing an incident-specific Debris Management Action Plan. Contractor may also be requested to assist in other debris recovery planning efforts such as identifying adequate TDSRS, estimating debris quantities, and developing disaster plans for debris clearance following a disaster event. 3. Contractor may also be requested to assist in other debris recovery planning efforts such as identifying adequate TDMS, estimating debris quantities, and developing disaster plans for debris clearance following a disaster event. 4. Attend all meetings and briefings designated by the City. Daily meetings shall be conducted by the City and Contractor to confirm daily debris recovery activities and schedules, address and resolve problems, and discuss progress of the debris recovery effort. Standby Agreement Page 16 of 74 Thompson Consulting Services, LLC 1.9 Debris Monitoring Field Supervisor • Contractor shall provide one debris monitoring field supervisor for every 10 debris site monitors. Services shall include, but are not limited to: 1. Assistance with debris estimation activities prior to the beginning of collection and removal. 2. Oversight and supervision of loading site and disposal site debris monitoring activities. 3. Schedule debris monitoring resources and deployment timing. 4. Communicate and coordinate with City personnel. 5. Provide suggestions to improve the efficiency of collection and removal of debris. 6. Coordinate daily activities and future planning. 7. Remain in contact with debris management/dispatch center or supervisor. 8. Identify, address and troubleshoot any questions or problems that could affect work area safety and debris eligibility. 9. Supervise the accurate measurement of load hauling compartments and accurately compute volume capacity in cubic yards (CY). 10. Document and record measurements and computations. 11. Document truck hauling compartment condition(s) using digital photographs. 12. Prepare a master log book of all hauling equipment used by the City's debris removal contractor(s). 13. Compile, reconcile and document daily, in an electronic spreadsheet format, all eligible debris hauled by the debris removal contractor(s). 1.10 Debris Loading Site Monitors • Contractor shall provide trained debris monitoring personnel to oversee the loading of eligible debris at collection sites and verification of load capacity and documentation at designated temporary debris management or final disposal sites. • Contractor shall perform on-site, street-level debris monitoring at all debris loading sites to verify debris eligibility based on the monitoring contract's requirements and initiate debris removal documentation using load tickets. Standby Agreement Page 17 of 74 Thompson Consulting Services,LLC Services shall include, but are not limited to: 1. Check and verify information on debris removal operations at designated loading sites. 2. Monitor collection activity of trucks. 3. Issue load tickets at loading site for each load. 4. Document damage to utility components, driveways, road surfaces, private property, vehicles, etc., should it occur, with photographs (if possible, collect information about owner, circumstances of the damage [who, what, when, where])and report to field supervisor. 5. Properly monitor and record performance and productivity of debris removal crew. 6. Ensure incident-related vegetative debris can be directed to the City's Texas Pure Composting operations and that it is tracked accordingly within FEMA reimbursement guidelines. 7. Remain in regular contact with debris management/dispatch center or supervisor. 8. Perform other duties as directed by the debris management project manager or designated debris management personnel. 1.11 Debris Tower/Site Monitors • Contractor shall site monitors to verify quantities of eligible debris hauled by contractor trucks and documented on load tickets. Services shall include, but are not limited to: 1. Accurately measure load hauling compartments and accurately compute volume capacity in CY for all Contractor trucks and trailers prior to commencement of debris hauling operations. 2. Document measurements and computations. 3. Complete record of contract haulers' cubic yardage, tonnage, and other recordkeeping as needed on the load ticket. 4. Utilize an automated debris management system to capture disposal data and close each load ticket before permitting trucks to proceed from the check-in area to the tipping area. 5. Remain in regular contact with debris management/dispatch center or field Standby Agreement Page 18 of 74 Thompson Consulting Services,LLC supervisor. 6. Perform other duties as directed by the dispatch/staging operation, debris management project manager or other designated personnel. 1.12 Roving Monitor • Contractor shall provide a roving monitor to observe debris management operations to ensure that only "Eligible Debris" is removed from the areas designated by the City and to verify the proper loading and compaction of debris into debris recovery equipment. 1.13 Clerical/Data Entry Supervisor • Contractor shall provide a clerical/data entry supervisor to coordinate data entry and information management systems. Services include, but are not limited to: 1. Supervise the preparation of detailed estimates and submit them to the City's Solid Waste Manager 2. Implement and maintain a disaster debris management system linking the load ticket and debris management site information, including reconciliation and photographic documentation processes 3. Provide daily, weekly, or other periodic reports for the City's Solid Waste Manager noting work progress and efficiency, current/revised estimates, project completion, and other schedule forecasts/updates 1.14 Clerical Staff/Data Entry Clerk • Contractor shall provide clerical staff/data entry clerk(s) as required to enter load ticket information into the Contractor's information management systems and to respond to specific directions from the data entry supervisor. 1.15 GIS Analyst • Responsible for coordinating GIS application with City GIS staff members. 1.16 Staffing • Contractor shall provide a list of job titles,job descriptions and hourly rates of all proposed staff who will be utilized in the performance of this agreement. • Contractor shall be responsible for hiring, scheduling and managing field staff. • Contractor shall schedule work for all team members and the City's debris Standby Agreement Page 19 of 74 Thompson Consulting Services,LLC removal Contractor(s) on a daily basis. 2. Additional Requirements 2.1 Correlate disposal site charges with load tickets to verify that disposal site is paid for the same volumes as the debris removal Contractor(s). Advise the City on reimbursement of Force Account expenditures for debris removal. 2.2 Provide comprehensive review, reconciliation and validation of debris removal Contractor(s) invoices prior to submission to the City for processing. 2.3 Prepare Project Worksheet and other pertinent report preparation required for reimbursement by FEMA, and other applicable agencies for disaster recovery efforts by the City and designated debris removal Contractor(s). 2.4 Prepare final report and appeal preparation and assistance. 2.5 Digitize source documentation (such as truck certifications). 2.6 Develop maps, GIS applications, etc., as necessary. • Provide monitors at each approved route that is supported by a map or GIS application. 2.7 Contractor shall coordinate all public information data with the Solid Waste Services Division. 3. DEPLOYMENT 3.1 Contractor must be prepared to deploy one or more representatives to assist the City in evaluating the situation within 24 hours of an emergency event. Contractor shall work with the City to assess the conditions and debris estimate and, within 70 or fewer hours of the event, create an estimate of the maximum time required for removal operations and monitoring. The City shall issue a Notice to Proceed based on the assessment and the hourly rates established by the contract. Contractor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless the City first approves such expenses in writing. Under no circumstances shall Contractor be entitled to charge City any rate or fee in excess of the amount included in Exhibit B for services. The total amount the City may expend on services in connection with this contract shall be determined at the time the Notice to Proceed is issued and shall be included on the Purchase Order issued in response to an event necessitating these services. Standby Agreement Page 20 of 74 Thompson Consulting Services,LLC 3.2 Contractor must be prepared to deploy required personnel within 24 hours from issuance of the Contract Release Order. Should additional debris monitoring be needed to meet requirements of the monitoring contract, Contractor shall be prepared to increase the number of debris monitors for the City to use as needed. Standby Agreement Page 21 of 74 Thompson Consulting Services,LLC EXHIBIT B FEE SCHEDULE The amount due to Contractor shall be based on the actual hours of services furnished, multiplied by the Contractor's hourly billing rates, plus all reasonable expenses directly related to the services furnished under this agreement. The actual amount may be more or less than the total project cost estimated, based on the actual quantity of hours of services furnished and reasonable expenses required. Pricing Form Job Title Hourly Rate Debris Monitoring Project Manager $69.00 Debris Monitoring Field Supervisor $49.00 Debris Loading Site Monitors $32.50 Debris Tower/ Site Monitors $33.50 Roving Monitors $24.00 Clerical/Data Entry Supervisor $18.00 Clerical Staff/Data Entry Clerk $15.00 GIS Analyst $55.00 Mobilization(explain) $ 0.00 Aerial Photography $50.00 Other(explain)ADMS Surcharge [1] $ 2.50 Other(explain)Travel Stipend [2] $26.38 Other The foregoing prices shall include all labor, materials, equipment, removal, overhead, profit, freight, insurance, etc. to cover the finished work specified in this proposal. All items proposed and installed under this procurement shall be new, unused and in undamaged condition. [11 Automated Debris Management System(ADMS)Charge applies to positions that require the use of an ADMS handheld device and hip printer. [2] Hourly Travel Stipend will apply to all project employees that permanently reside greater than 30 miles from Fort Worth, Texas. The stipend will only be applied up to the first 40 hours worked and totaling no greater than the current standard GSA rate. Standby Agreement Page 22 of 74 Thompson Consulting Services,LLC EXHIBIT C VERIFICATION OF SIGNATURE AUTHORITY Full Legal Name of Company: Thompson Consulting Services, LLC Full Business Address: 1135 Townpark Avenue, suite 2101, Lake Mary, FL 32746 Services to be provided: To provide disaster debris monitoring services as-needed. Contractor hereby agrees to provide City with independent audit basic financial statements, but also the fair presentation of the financial statements of individual funds. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Contractor and to execute any agreement, amendment or change order on behalf of Contractor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Contractor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Contractor. Contractor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Contractor. 1. Name: Jon 00,It, Position: PreS i don� <Z�IZ94- Si atu ' - 2. Name: Position: Signature 3. Name: Position: Signature Name: Signa e President`/CEO NOther Title: ►`� X Date: 406/ 13 Standby Agreement Page 23 of 74 Thompson Consulting Services,LLC EXHIBIT D For purposes of the following clauses, the City is referred to as "GOVERNMENT." A. EQUAL EMPLOYMENT OPPORTUNITY CLAUSE (2 CFR§200.326 Appendix II to Part 200 (C)) If applicable to the work and services performed by CONTRACTOR under the AGREEMENT, during the performance of the AGREEMENT, CONTRACTOR shall comply with the Equal Employment Opportunity Clause (41 CFR 60-1.4(b)): (1) CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. 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, 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. 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) 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, or national origin. (3) CONTRACTOR will send to each labor union or representative of workers with which it has a collective bargaining agreement or other agreement 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. (4) 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. (5) 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 for purpose of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the CONTRACTOR'S noncompliance with the nondiscrimination clauses of this AGREEMENT or with any of the said rules, regulations or orders, this AGREEMENT 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 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. Standby Agreement Page 24 of 74 Thompson Consulting Services,LLC (7) CONTRACTOR will include the portion of the sentence immediately preceding paragraph (1) and the provisions of subparagraphs 1 through 7 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 contractor. 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 CONTRACTOR becomes involved in, or is threatened with, litigation with a subcontractor or contractor 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 interest of the United States. B. DAVIS-BACON ACT AND COPELAND "ANTI-KICKBACK" ACT (2 CFR §200.326 Appendix II to Part 200 (D)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT: (1) Bacon-Davis Act: Applicable to construction or repair of public buildings or public works. See FEMA Public Assistance Program and Policy Guide, Ch.2 (V)(G)(2), page 32 and Ch. (FP 104-009-2/January 2016); (2) Copeland "Anti-Kickback" Act: In contracts subject to the Davis-Bacon Act, CONTRACTOR shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that the contractor and subcontractor must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The GOVERNMENT must report all suspected or reported violations to the appropriate Federal agency. If applicable to the work and services under the parties' AGREEMENT: (a) CONTRACTOR shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this AGREEMENT. (b) CONTRACTOR or subcontractor shall insert in any subcontract the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The CONTRACTOR shall be responsible for the c compliance by any subcontractor or lower tier subcontract with all of these contract clauses. Standby Agreement Page 25 of 74 Thompson Consulting Services,LLC (c) A breach of the AGREEMENT clause above may be grounds for termination of the AGREEMENT, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (2 CFR §200.326 Appendix II to Part 200 (E)) (40 U.S.C.3701-3708) Contracts in excess of $100,000 that involve the employment of mechanics or laborers shall comply with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor and its subcontractors shall compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. (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-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. D. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (2 CFR§200.326 Appendix II to Part 200 (G)) CONTRACTOR shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). CONTRACTOR shall include the foregoing requirements in each subcontract exceeding $100,000. E. ENERGY EFFICIENCY AND CONSERVATION (2 CFR §200.326 Appendix II to Part 200 (H)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT, CONTRACTOR shall comply with the mandatory standards and policies of the state regulation promulgated in accordance with the Energy Policy and Conservation Act (42 U.S.C. § 6201). F. DEBARMENT AND SUSPENSION (2 CFR§200.326 Appendix II to Part 200 (I)) (I) This AGREEMENT 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. § I80.935). Standby Agreement Page 26 of 74 Thompson Consulting Services,LLC (2) The CONTRACTOR 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 GOVERNMENT. 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 GOVERNMENT, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C AGREEMENT is valid and throughout the period of performance. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower tier covered transactions. G. BYRD ANTI-LOBBYING AMENDMENT (2 CFR §200.326 Appendix II to Part 200 (J)) CONTRACTOR must file with the GOVERNMENT the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier-to-tier up to the non-Federal award. If not provided with the bid response, CONTRACTOR must complete and submit the Certification Regarding Lobbying Form. H. PROCUREMENT OF RECOVERED MATERIALS (2 CFR §200.326 Appendix II to Part 200 (K) and 2 CFR §200.322) (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. (a) Competitively within a timeframe providing for compliance with the contract performance schedule; (b) Meeting contract performance requirements; or (c) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is available at http://www.el2a.gov/cpg/products/htm. Standby Agreement Page 27 of 74 Thompson Consulting Services,LLC I. AGREEMENTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES,AND LABOR SURPLUS AREA FIRMS (2 CFR§200.321) Should the CONTRACTOR subcontract any of the work under this AGREEMENT, CONTRACTOR shall take the following affirmative steps: place qualified small and minority businesses and women's business enterprises on solicitation lists; assure that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. I ACCESS TO RECORDS (1) CONTRACTOR agrees to provide GOVERNMENT, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this AGREEMENT for the purposes of making audits, examinations, excerpts, and transcriptions. (2) 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) CCONTRACTOR agrees to provide the FEMA Administrator or his authorized representative's access to construction or other work sites pertaining to the work being completed under the contract. K. SEAL,LOGO AND FLAGS CONTRACTOR shall not use the U.S. Department of Homeland Security's seal(s), logos, crests, or reproductions of flags or likenesses of the U.S. Department of Homeland Security's agency officials without specific FEMA preapproval. L. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this AGREEMENT and is not subject to any obligations or liabilities to GOVERNMENT, CONTRACTOR, or any other party pertaining to any matter resulting from the contract. M. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS 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. Standby Agreement Page 28 of 74 Thompson Consulting Services,LLC EXHIBIT E Contractor's Response to RFP 17-0282 Standby Agreement Page 29 of 74 Thompson Consulting Services,LLC i5lee4roKie Cop, /376_-_ �_.�..:T�°•r_- �n. Rr�yu\1.'-.'till. - 1 Jr aw 66( o f-o4 Work Texas Request for Proposal No. 17-0282 DISASTER DEBRIS MONITORING SERVICES Due Date/Time: May 18, 2017 1 1:30 P.M. thom p s o n CONSULTING SERVICES Page 30 of 74 thompson May 18, 2017 City of Fort Worth,Texas Attn: Purchasing Division, Lower Level 200 Texas Street Fort Worth,Texas 76102 RE: Request for Proposals No. 17-0282 for Disaster Debris Monitoring Services Dear Members of the Selection Committee, Thompson Consulting Services(Thompson) is pleased to submit the enclosed proposal to provide the City of Fort Worth,Texas (City)with professional disaster debris removal monitoring services. Thompson's consultants have over 50 years of combined experience in supporting more than$2.5 billion of federal grant funding in response to tornadoes, hurricanes,floods,earthquakes, ice storms, rock slides,oil spills and other natural disasters on behalf of over 120 local government agencies. We believe Thompson is best suited to assist the City with disaster debris monitoring services for the following reasons: Thompson's experience with post-disaster debris removal monitoring and management services spans three decades and accounts for the administration of more than $2.5 billion of debris removal funding on behalf of more than 120 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. Thompson's staff of consultants is amongst the most educated, qualified, and dynamic in the industry. All of Thompson's staff has extensive experience with disaster recovery programs including both small and large scale debris removal programs, many involving over 1,000,000 cubic yards. Our emergency response and disaster recovery experts have responded to some of the most devastating incidents to impact the United States in the last two decades.This experience means that the City can rest assured that its disaster reimbursement is in the hands of the industries most qualified professionals. Thompson has invested considerable resources in technologies to support more efficient debris removal monitoring.Thompson proposes using our ADMS solution,the Thompson Data Management Suite (TDMS)to electronically capture data in the field and ensure accurate and timely reporting to the City. TDMS has been routinely deployed on FEMA reimbursed projects and meets the requirements for the U.S.Army Corps of Engineers (USACE) Advanced Contracting Initiative(ACI). -!JILITY OF OWhile many firms can offer experience and personnel in certain aspects of the City's needs,Thompson provides the City with professional engineers and consultants that have experience with developing programs to address any of the following disaster recovery programs: • Right-of-way (ROW)debris removal Page 31 of 74 • Right-of-way leaning tree and hanging limb removal (leaner/hanger) • Parks cleanup • Private property debris removal (PPDR) • Right-of-entry(ROE) administration • Demolition program management • Vehicle/vessel recovery • White goods removal and decommissioning Thompson has offices throughout the Southeast and inspectors on stand-by. Should a debris generating incident occur we will be able to deploy staff and resources within 72 hours of receiving a notice to proceed from the City. We have a successful history of meeting, and often exceeding the response times required by our clients.Thompson is set-up to quickly adapt to the uncertain and changing needs of the City. Following contract activation,Thompson will provide qualified City residents in need of work with the first opportunity to fill available temporary positions as debris monitors. Thompson will provide qualified residents with safety training,drug screening,and on the job training with experienced Thompson supervisors. This effort will help residents earn a competitive wage and participate in the City's recovery effort with a meaningful contribution, ultimately turning FEMA funding over within the City's local businesses. Thompson is the debris monitoring firm that performs drug screening and motor vehicle operating record reviews 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. I would like to extend our sincerest hope that the City is not impacted by a disaster incident that would necessitate our assistance. In the event of such an occurrence, however, I would like to extend our commitment to serving the City as it endeavors to recover from any disaster and rebuild a fortified and stronger community. Thompson has the experience, personnel,and resources to be extremely responsive to the City. We would be honored to serve as your disaster debris removal monitoring services provider and stand prepared to exceed the service expectations that the City has established. Best regards, THOMPSON CONSULTING SERVICES, LLC Jorf Hoyle, resident Jon Hoyle, President Nate Counsell,Vice President 0:407.792.0018 1 C:321.303.2543 F: 407.878.7858 0:407.792.0018 1 C:407.619.2781 F:407.878.7858 E-mail:jhoyle@thompsoncs.net E-mail: ncounsell@thompsoncs.net Page 32 of 74 FORT WORT PURCHASING DIVISION REQUEST FOR PROPOSALS (RFP) for DISASTER DEBRIS MONITORING SERVICES RFP No. 17-0282 Issued: APRIL 19,2017 PROPOSAL SUBMISSION DEADLINE: *******May 18,2017 by 1:30PM Local Time******* NO LATE PROPOSALS WILL BEA CCEPTED RESPONSES SHALL BE DELIVERED TO: RESPONSES SHALL BE MAILED TO: CITY OF FORT WORTH PURCHASING DIVISION CITY OF FORT WORTH PURCHASING DIVISION LOWER LEVEL LOWER LEVEL 200 TEXAS STREET 200 TEXAS STREET FORT WORTH,TEXAS 76102 FORT WORTH,TEXAS 76102 *********************************************** NAME AND ADDRESS OF COMPANY FOR ADDITIONAL INFORMATION SUBMITTING PROPOSAL: REGARDING THIS RFP PLEASE CONTACT: Thompson Consulting Services. LLC May Ma,Contract Compliance Specialist 1 135 Townpark Avenue, Suite 2101 may.maC2fortworthtexas.gov Lake Mary,Florida 32746 *********************************************** Contact Person: Jon HoZ le RETURN THIS COVER SHEET WITH RESPONSE TO: Title: President Phone: (407) 792-0018 Fax:(407) 878-7858 _ May Ma Contract Compliance Specialist Email: e n sone .net Purchasing Division Signature: Financial Management Services Department Printed N ne: n Ho le Will contract be available for Cooperative Agreement use?(See Section 27,page 11)Yes X No Acknowledgment of Addenda:#1 #2 #3 #4 #5 RFP No. 17-0282,Disaster Debris Monitoring Services,Page 1 of 48 Page 33 of 74 - TABLE OF C City of Fort Worth, Texas Request for Proposal No. 17-0282 Disaster Debris Monitoring Services SECTION Cover Letter Proposal Submittal Form Table of Contents • Company Profilel.............................................................................................................................l Certificate of Insurance Bonding Capacity Letter Conflict of Interest Form Acknowledgement of Addenda • Qualifications of Key Personnel.......................................................................................................2 Exhibit 2-1: Key Personnel Resumes • Experience& Past Performance .....................................................................................................3 • Technical Response/Project Approach'.........................................................................................4 Exhibit 4-1:Sample Reports and Field Documents • Cost Proposa13..................................................................................................................................5 Cost Proposal Form 1 Financial Statements have been provided under separate cover and marked "Confidential". 2 Thompson Health,Safety and Environment Plan has been provided under separate cover. 3 The Cost Proposal Form has only been provided in the Original version of the proposal response as directed in the request for proposal. thom pson CONSULTING SERVICES Page 34 of 74 SECTION 1 COMPANY PROFILE History of the Firm Thompson Consulting Services 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 sister companies Thompson Engineering and Watermark Design. What began as a small company doing basic soils and materials testing in Mobile,Alabama has since grown into a national corporation with thirteen branch offices throughout five states in the southeastern United States. Our ongoing success,strong growth,consistent project delivery and commitment to 100 percent client satisfaction can be traced back to 1953 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 With more than 325 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 Fort Worth,Texas (City). . iK thompson HOLDIr-_-,,INC. thompson thompson watermark CONSULTING SERVICES ENGINEERING DESIGN Services Services Services Disaster Debris Monitoring Full-Service Engineering Architecture Grant Writing&Administration Environmental Consulting Interior Design Infrastructure&Housing Mitigation Construction Management Master Planning Prior to the inception of Thompson Consulting Services in 2011,disaster debris monitoring and program management services have been provided by Thompson Engineering 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. 'Cl ViLC;l VV .. . recovery service offerings. CONSULTING SERVICES Page 35 of 74 COMPANY PROFILE Company Information Thompson Consulting Services is registered with the Secretary of the State of Texas,our TID is 10308 and our State Filing document number is 370780100002.A summary of our Company data is provided below. Firm Dada Firm Name: Thompson Consulting Services, LLC Address: 1135 Townpark Avenue,Suite 2101 Lake Mary, Florida 32746 Telephone: (407)792-0018 Fax: (407)878-7858 Email: info@thompsoncs.net Website: www.thompsoncs.net Company/Ownership Type: Limited Liability Company Year Established: 2011 Former Name: Thompson Engineering Year Est.: 1953 Sate of Formation: Delaware Federal ID No.: 45-2015453 SAM No./CAGE Code: 968677158/7NZ42 E-Verify Company ID: 1111126 Texas SOS ID: 10308 Texas Vendor ID: 14520154536 Jon Hoyle, President John H. Baker, III, BOM Officers/Board of Managers: Nate Counsell,Vice President Michael Manning, BOM James H.Shumock,C.P.A., BOM Locations With 13 corporate and eight satellite offices scattered throughout the Southeast United States, Thompson has the resources and capabilities to support the City of Fort Worth's disaster debris removal monitoring needs from near and afar, in the event of a catastrophic disaster. t h o m p s o n- --- -- -- CONSULTING SERVICES 1 -2 Page 36 of 74 ----- --- ----- - -- --- -- — ---- ------ --- - .___— COMPANY PROFILE Thompson Consulting Services has provided our Certificate of Insurance as evidence of our coverage in the following pages of this section. Thompson Consulting Services has provided a letter from our Surety confirming our ability to meet and/or exceed the performance and payment bond requirements detailed in the request of proposal in the following pages of this section. Financial Cay Thompson has been in business for over 64 years.We are financially stable and have the necessary personnel,equipment and financial resources to provide the services at the level required by the City. Thompson has both the financial capacity and the access to credit necessary to commence and continue project operations both before and while federal and state funds are approved for the declared emergency or disaster event. In 2016,Thompson was simultaneously activated by twenty five(25) county and city governments in Louisiana, Florida, Georgia,South Carolina, North Carolina,and Virginia. In addition,the Georgia Department of Transportation activated Thompson in eleven (11)counties, and the South Carolina Department of Transportation activated Thompson in seven (7)counties. At its peak operating period in the fall of 2016,Thompson was actively monitoring debris removal operations to manage and monitor the removal of over 4,000,000 cubic yards of debris by ten contractors working in a forty three(43)county/parish area across six(6)states. At peak,Thompson deployed over 930 field staff and 900 automated debris management system (ADMS) handheld field devices.Through project initiation and implementation Thompson has demonstrated our capacity to perform recovery programs prior to the obligation of federal funds.Thompson has a proven record of successfully deploying adequate personnel and resources to implement disaster debris removal monitoring and management services. vei o/consulting services to our custorners in a cost elfective Through attainment of this goal we have been able to develop long-lasting relationships with our clients which have allowed our Company significant growth over the last 15 years. Thompson has provided a copy of our audited financial statements for the last two years as requested by the City.Thompson considers our financial data confidential and has submitted our statements under separate cover and marked"Confidential'. Litiaation Thompson Consulting Services does not currently have, and has not had, any settled or pending litigation or claims; nor have any criminal convictions ever been issued against Thompson Consulting Services or its owners or principals. Furthermore,Thompson Consulting Services has not ever failed to complete a project or provide the goods for which it has been contracted. Acs., Thompson has included the cover page of Addendum 1 in the following pages of this section as acknowledgement of receipt. -- ----- — CONSULTING SERVICES 1 -3 Page 37 of 74 COMPANY PROFILE Current Contracts Thompson strongly believes that responsible disaster response consultants should disclose their commitments so that perspective clients can gage whether they can reliably provide critical resources in the event of mobilization. In order to ensure that we are able to deliver the full force of man-power committed in our proposal,Thompson limits its stand-by commitments to ensure that we can responsibility exceed our clients expectations. A list of contracts for similar services within the State of Texas is included below.A full contracts list available upon request by the City. Table 1-1: Curre Tnyn, C;, ^iitArl (:C,ntrnrt� Client State Services Begin Date End Date Dallas County TX Debris Monitoring Dec-15 Dec-20 Jim Wells County TX Debris Monitoring Apr-14 Apr-18 Newton County TX Debris Monitoring Apr-16 Apr-21 Parker County TX Debris Monitoring Jul-16 Jul-21 Piano,City of TX Debris Monitoring Oct-15 Oct-23 'Houston-Galveston Area Council TX Multiple Jun-16 May-19 *Texas General Land Office TX Debris Monitoring TBD TBD Trinity Bay Conservation District TX Debris Monitoring Nov-16 Oct-21 Resource / Equipment Capacity Thompson has not had any issues on past projects with supplying sufficient amounts of equipment and supplies. However,we do have pre-event contracts in place to provide additional supplies as needed within 24-hours.Thompson is fully prepared to provide all materials necessary to fully execute the scope of work, including safety equipment,ADMS hardware,field hardware, and other specialized equipment. A listing of our office and field equipment is shown in the following table. Table 1-2, Avnilnble Field Equipment Resources/Field Equipment Quantity Resources/Field Equipment Quantity Southeast Offices 13 Full Time Employees 350 ADMS Sets 950 Stand-by Disaster Recovery Employees 1,000 Computer—Desktop Station 175 Printers/Copier—Color Laser 30 Computer—Laptop 175 Printers—Black and White Laser 20 Air Card 18 Printer/Copier/Scanner/Fax—Portable 10 MiFi Access Point 25 Digital Cameras 100 Communication—Blackberries/Cell Phones 213 Handheld GPS Units 100 Communication—Radios 83 Boats(12'to 22') 6 Communication—Desktop Phones 350 Trucks 125 Printers—Wide Format Plotters 12 Trailers(8'to 48'—open and enclosed) 15 Thompson has the necessary resources,field equipment, and access to capital to operate with complete self-sufficiency if activated by the City following a catastrophic event.Thompson will not burden the City in executing the services requested. t h o m p s o n -------- ----- ---- — CONSULTING SERVICES 1 -4 Page 38 of 74 C�® DATE(MMIDD/YYYY) A CCOCERTIFICATE OF LIABILITY INSURANCE 12/29/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemen s). PRODUCER NONEACT patt Sav @ The Insurance Center,A Division of PHONE22&374-2000 FAX 228-863-1957 BancorpSouth Insurance Services F_ All P.O.Box 228 ,patty.savage@bxsi.com Biloxi MS 39533 INSURERS AFFORDING COVERAGE NAICS INSURERA:James River Insurance Co 12203 INSURED THOMINC-03 INSURER EI:Valley Fore Insurance Company 20508 Thompson Consulting Services,LLC INSURERC:American Casualty Company of Readin 20427 1135 Townpark Ave,Ste.2101 Lake Mary FL 32746 INSURER D: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:233211648 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DDNYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY 00065344-2 1/1/2017 1/1/2018 EACH OCCURRENCE $5,000,000 CLAIMS-MADE FX I OCCUR D E TO RENTED D $50,000 PREMISE E occurrence) MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $5,000,000 GEML AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $10,000,000 POLICY PR 7 LOC PRODUCTS-COMP/OP AGG $5,000,000 OTHER: $ B AUTOMOBILE LIABILITY 2097385745 1/1/2017 1/1/2018 Ea accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPE DAMAG X AUTOS ONLY X AUTOS ONLY Per accident $ UMBRELLA LIAB LJ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ C WORKERS COMPENSATION 2097385843 1/1/2017 1/1/2018 X STgTUTE ERR AND EMPLOYERS LIABILITY Y I N ANY PROPRIETOR/PARTNERIEXECUTIVE F7N NIA E.L EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes describe under DESCRIPTION OF OPERATIONS below E.LDISEASE-POLICY LIMIT $1,000,000 A Professional Liab 00065344-2 1/1/2017 1/1/2018 Per Claim/Agg $5 mi1/$10 mil Contractors Pollution Per Claim/Agg $5 mil/$10 mil Liability DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached H more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE EVIDENCE OF COVERAGE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN XXXXXXXXXXXXXX)OWOOCXX ACCORDANCE WITH THE POLICY PROVISIONS. XXXXX XXXXXX XXXXXXXX - AUTHORIZED REPRESENTATIVE y� ©1988-2015 ACORD CORPORATION. All rights reserved. ACCIRD 25(2016/03) The ACORD name and logo are registered marks of ACORD Nage 39 of 74 ety Grow TOKIOMARINE 4a` 90o Woodlands Suita 207 }�C C Ridgaland,MS 391679167 USA Tal:769.230-1310 May 9, 2017 City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Re: Thompson Consulting Services, LLC, a subsidiary of Thompson Holdings, Inc. Disaster Debris Monitoring Services - RFP No. 17-0282 To Whom It May Concern: We are pleased to write this letter on behalf of our valued client, Thompson Consulting Services, LLC, a subsidiary of Thompson Holdings, Inc. (Thompson). Over the last 10 years, Thompson has proven to be a leader in their industry. They have a history of completing projects on time or ahead of schedule, and with superior workmanship. U. S. Specialty Insurance Company is the surety company for Thompson and its subsidiary, Thompson Consulting Services, LLC. U. S. Specialty is rated A+ (Superior) by the AM Best rating service. We have written bonds in excess of$18,000,000 for Thompson, and would consider larger projects if the need arises. Our willingness to issue the performance and payment bonds is subject to our approval of the final contract documents and bond forms, verification of financing, and our underwriting requirements at the time the bonds are requested. We assume no liability to third parties or to you if, due to any unforeseen circumstance, we do not execute such bonds. We highly recommend Thompson Consulting Services, LLC to you. If additional information is needed, please do not hesitate to contact me. Sincerely, Diane M. Jackso Vice President, Regional Director A m.rnb.r of the Toldo Marin.FICC group of ccx,gm iss CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code,by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1),Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. .1J Name of vendor who has a business relationship with local governmental entity. ] t son Consultin Services LC z FT Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 71h business day after the dale on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. None Name of Officer 41 Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income,from the vendor? a Yes 1:1 No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes FlNo 51 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director,or holds an ownership interest of one percent or more. s ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). D7 - 5/12/2017 5/12/2017 Signatur of nd r doing business with the governmental entity Date Form provided by Texas cs Commission www.ethics.stale.tx.us Revised 11/30/2015 Page 41 of 74 FoRTW,oRTH, ADDENDUM TO THE REQUEST FOR PROPOSALS DISASTER DEBRIS MONITORING SERVICES CITY OF FORT WORTH PURCHASING DIVISION ADDENDUM NO. 1 DATE ISSUED: MAY 5, 2017 INVITATION TO BID NUMBER: 17-0282 BID OPENING DATE: MAY 18, 2017 Addendum No. 1, dated May 5, 2017, is hereby amended to incorporate in full text the following provisions: 1. Questions and Answers document received through emails is hereby incorporated, in full text, page 2. All other terms and conditions remain the same. MARILYN JACKSON PURCHASING CONTRACTS SUPERVISOR ■■rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr COMPANY NAME: Them son Consulting Services LLC SIGNATURE: NOTE: Comp tame and sig ature must be the same as on the bid documents. 1'agc 42 oC74 -- - S E C T 10 N 2 QUALIFICATIONS OF KEY PERSONNEL proposed Project Organization, Manogem. 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. jui r — Debris hauling vehicle certification(volumetric) — Contractor invoice reconciliation and payment — Right-of-Way debris collection recommendation — Debris management site operations — Vessel and vehicle recovery — Leaning tree,hanging limb,and hazardous stump — Asbestos abatement removal — Health and safety monitoring — Private property debris removal — Multi-jurisdictional coordination/scheduling — Right-of-Entry(ROE)administration — Damage claim resolution — Waterways debris removal monitoring — Disaster recovery monitoring with handheld devices — Data management — Hazardous material removal — Document management — GIS reporting — Progress reporting — Cost recovery/grant applications Thompson is committed to staffing the City's disaster debris removal monitoring and management project in accordance with the key personnel proposed herein. Our technical approach is designed to be scalable in nature to adjust to the changes needs of the City regardless of the type and magnitude of the event and throughout the recovery process.The following organizational chart graphically presents Thompson's proposed project staffing and key personnel. Figure 2-1 : Proposed Organizational Chart FORT WORTH. HEALTH AND SAFETY OFFICER __ I PRINCIPAL IN CHARGE Hunte>Hutlson P-e IGER E Jon Hoyle Eric Hard I RECRUITING OFFICERson ;_ RESOURCE OFFICER Rya^Ke�Ie. Nate Couns0 DATAMANAGEMENT ADMS DEPLOYMENT OPERATIONS MANAGER/SUPERVISOR PLANNING& FEMA COORDINATION Daniel Gardner Wes Holden Raul Cardenas Tamer Kharuf PREPAREDNESS Corey Thomas Kyle Hoyle Gene Larsson Tommy Dorsey Paul Lehman Nicole Coun.sell Brad Simpson Melvin Ramos Patrick Edgens RodgerJones Bnana Bastian David Harrell Ceth McGill Jeff Hollis Connie Stewart 4 LOCALLY SOURCED MONITORS t h o m p s o n - --- CONSULTING SERVICES 2- 1 Page 43 of 74 QUALIFICATIONS OF KEY PERSONNEL Key Personnel Over,,i:W 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 twelve years of experience including ten years providing management and oversight for disaster response and recovery efforts and grant writing administration/program management throughout the United States. He has managed 75 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 over the past 10 years. His programmatic experience includes FEMA-PA, FHWA-ER, NRCS-EWP, HUD-CDBG, FEMA-HMGP, and others. NATE COUNSELL will serve as the Client Resource Officer to ensure project operations have the staff and resources necessary to remain on track,on schedule and on budget in accordance with the contact and task order(s) issued by the City. Mr.Counsell has managed over 60 projects under contracts that total over$1 billion in recovery efforts and required the mobilization of over 5,000 professional and field personnel. He has designed and managed removal projects in Texas, Louisiana, Florida, Mississippi, Alabama,South Carolina, North Carolina,Virginia, New Jersey and New York. ERIC HARRISON will serve as a Project Manager for the City and ensure project operations are implemented in accordance with the contract and task order(s)issued by the City. Mr. Harrison will also coordinate closely with the City's debris hauler to coordinate crew requirements and scheduling. Mr. Harrison has over twelve years of experience providing debris monitoring program management support and oversight for disaster response and recovery efforts throughout the United States. GARY BROOKS will serve as a Project Manager for the City and oversee day-to-day operations of the project. Mr. Brooks is a retired United States Marine who began supervising debris removal operations in Pensacola, Florida following Hurricane Ivan. Since then Mr. Brooks has managed disaster debris removal monitoring programs in South Carolina, Louisiana,Texas,Oklahoma,Missouri, New York, New Jersey, Florida,Alabama,and Mississippi. Recently, Mr. Brooks served as a project manager for the South Carolina Department of Transportation overseeing debris removal monitoring in seven counties throughout the State following Hurricane Matthew. R.PSl. Y?£$fnr I<E?L°?srrcr r rgtf f111;,)fFPn n�lE7t{u r{!Ytxf}£Fsjt D.? ft} hic cnrtg^� The following tables further summarize the background and experience of our key personnel,outlines our staff's extensive experience managing and monitoring more than 1,000,000 cubic yards on behalf of local and state governments. Name/Project Role Representative Experience/ Debris Program Experience Background Cubic Yards of Debris(as applicable) Jon M. Hoyle, Principal in Charge MBA—Finance/Management — Aiken County,SC—1,500,000 CY — ADMS Implementation — Harris County,TX-2,500,000 CY — ROW Debris Removal 13 Years of experience — Chambers County,TX-500,000 CY — Leaners,Hangers,and Stumps — Norman,OK—750,000 CY — DMS Operations — Springfield,MO—1,448,539 CY — Vessel/Vehicle Recovery Waterways Debris Removal Beach Restoration — Private Property Debris Removal Demolition Management — Recycling(DMS site separation) Chompson -___ CONSULTING SERVICES QUALIFICATIONS OF KEY PERSONNEL DebrisName/Project Role Representative Experience/ Background Cubic Yards of Debris applicable) Nate Counsell, Principal in Charge MBA—Finance/Management — South Carolina DOT-1,200,000 CY ADMS Implementation — Virginia DOT —500,000 CY — ROW Debris Removal 12 Years of experience — New Orleans,LA —1,000,000 CY — Leaners,Hangers,and Stumps — Amherst,NY—800,000 CY — DMS Operations — Miami-Dade County,FL —3,000,000 CY — Vessel/Vehicle Recovery — Escambia County,FL-7,681,500 CY — Waterways Debris Removal — Beach Restoration — Private Property Debris Removal — Demolition Management — Recycling(DMS site separation) Eric Harrison, Project Manager MS—Electronics Engineering South Carolina DOT-1,200,000 CY — ADMS Implementation Virginia DOT —500,000 CY — ROW Debris Removal 12 Years of experience — New Orleans,LA —1,000,000 CY — Leaners,Hangers,and Stumps — Pembroke Pines,FL—800,000 CY — DMS Operations — Tonawanda,NY-200,000 CY — Vessel/Vehicle Recovery — Greene County,MO—545,000 CY — Waterways Debris Removal Beach Restoration — Private Property Debris Removal — Demolition Management — Recycling(DMS site separation) — White Goods(household appliances) Gary Brooks,Project Manager M U.S.Marine Corps,Ret. -- South Carolina DOT-1,200,000 CY ADMS Implementation — Virginia DOT —500,000 CY — ROW Debris Removal 12 Years of experience — Springfield,MO—1,448,539 CY - Leaners,Hangers,and Stumps — Baytown,TX —1,000,000 CY — DMS Operations — Harrison County,MS-1,850,000 CY — Vessel/Vehicle Recovery Escambia County,FL-7,681,500 CY — Waterways Debris Removal — Beach Restoration — Private Property Debris Removal — Demolition Management — Recycling(DMS site separation) — White Goods(household appliances) Nicole Counsell,Planning and Preparedness BA—Psychology&Spanish — Georgetown County,SC—100,000 CY — ADMS Implementation — Virginia DOT —500,000 CY — ROW Debris Removal 9 Years of experience — Galveston County,TX —1,700,000 CY — Leaners,Hangers,and Stumps City of Galveston,TX 1,700,000 CY — DMS Operations — New Orleans,LA -1,000,000 CY — Vessel/Vehicle Recovery — Norman,OK-750,000 CY — Waterways Debris Removal — Beach Restoration — Private Property Debris Removal — Demolition Management — Recycling(DMS site separation) — White Goods(household appliances) Corey Thomas, FEMA Coordination MBA—Finance/Management - South Carolina DOT—$160,000,000 — ADMS Implementation — Alabama Tornados—$25,000,000 — ROW Debris Removal 8 Years of experience — Iowa Flooding—$1,640,325 — Leaners,Hangers,and Stumps — South Dakota Winter Storms— $60,000,000 — Private Property Debris Removal — Hurricane Alex—$3,500,000 Demolitions/ROE Program Design Hurricane Ike—$445,000,000 — Debris Project Formulation — Debris Removal Invoice Management = Debris Closeout Audit Support C h o m p son- -- --------------------- CONSULTING SERVICES 2-3 Page 45 of 74 QUALIFICATIONS OF KEY PERSONNEL BackgroundName/Project Role Representative Experience/ applicable) — Debris Appeals Assistance Wes Holden,ADMS Deployment BS—Mgmt.Info.Systems South Carolina DOT-1,200,000 CY — ADMS Implementation Houston,TX—4,500,000 CY — Private Property Debris Removal 13 Years of experience — New Orleans,LA—1,000,000 CY — Leaners,Hangers,and Stumps — Harris County,TX-2,500,000 CY — Debris Data Management — Baytown,TX —1,000,000 CY — Debris Document Management — Charlotte County,FL-1,870,669 CY — Waterways Debris Removal — Hazardous Materials — Household Hazardous Waste — Recycling(source separating/curbside) Danny Gardner, Data Manager MBA—Finance/Management — South Carolina DOT-1,200,000 CY — ADMS Implementation — Aiken County,SC—1,500,000 CY — Demolitions/ROE Program Design 8 Years of experience — Alabama Tornados—$25,000,000 — Debris Project Formulation — Hurricane Ike—$445,000,000 — Debris Data Management — Hurricane Gustav—$19,374,540 — Debris Document Management Hurricane Dolly—$12,241,000 Debris Removal Invoice Management - Massachusetts Severe Storms —$896,475 — Debris Closeout Audit Support Debris Removol Moni+or I nbor 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 10 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,drug screening,and on the job training with experienced debris monitoring supervisors.Thompson is the only debris monitoring firm that performs drug screening and motor vehicle operating record reviews for 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. thompson CONSULTING SERVICES 2-4 Page 46 of 74 EXHIBIT 2 - 1 KEY PERSONNEL RESUMES t h o m p s o n Jon M. Hoyle President FIRM response to statewide severe flooding. He was Thompson Consulting Services responsible for contract obligations,cost controls,and 1135 Townpark Avenue,Suite 2101 FEMA Category A&B reimbursement for all projects. Lake Mary,FL 32746 Thompson provided debris monitoring services on behalf of the SCDOT in 11 counties as well as FEAM PA services EDUCATION to identify and document damages to approximately 600 BA:International Relations sites and prepared and submitted both large and small MBA:Management and Finance project worksheets totaling over$35,000,000 and including hazard mitigation measures. EXPERIENCE Putnam,Fentress and Overton Counties,Tennessee, 13 years Sever Winter Storm,2015—Mr. Hoyle served as the PROGAM EXPERIENCE Principal-in-Charge during for all projects following a • FEMA Public Assistance Emergency Work(Categories A-B) regional ice storm that impacted Tennessee.He and Permanent Work(Categories C-G) managed and ensured all contracts and task orders were • FEMA Hazard Mitigation Grant Program(404 and 406) processed and implemented. • FEMA Severe Repetitive Loss Program South Carolina,Winter Storm Pax Regional Response • FHWA ER Program and Disaster Recovery,2014—Winter Storm Pax • CDBD Disaster Recovery impacted the State of South Carolina generated • CDBG Housing widespread vegetative disaster debris.Thompson was activated by the South Carolina Department of Transpiration(SCDOT),Georgetown, Marion, Williamsburg,Aiken and Allendale Counties to provide Mr. Hoyle has thirteen years of experience providing debris removal monitoring services. Mr.Hoyle served on management and oversight for disaster response and the Thompson management team responsible for recovery efforts and grant writing administration/ contract obligations,cost controls, and FEMA Category program management throughout the United States. A&B reimbursement for all projects.Thompson He has managed 65 projects under contracts that total monitored,documented,and substantiated over$1 Billion in grant administration and recovery reimbursement for the removal of over 2,900,000 cubic efforts that required the mobilization of over 5,000 yards of debris and the removal of 400,000 hazardous field and professional personnel. limbs and trees. Texas and Louisiana,Hurricane Ike Long Term Recovery, Infrastructure Repair and Grant Management Hurricane Matthew,Disaster Recovery Operations, Administration,2008-2011—Following the devastating Multiple States,2016-2017—Mr. Hoyle served as impact that Hurricanes Ike made on the Texas and principal-in-charge during Thompson's multi-state Louisiana coast, Mr. Hoyle implemented and managed mobilization in response to Hurricane Matthew. over 15 large longterm recovery, infrastructure repair, Thompson conducted debris removal monitoring and grant administration programs in Texas and Louisiana operations in five(5)states and 23 unique clients and helping obtain over$250 million FEMA PA, FHWA ER, simultaneously. Mr. Hoyle was responsible for contract and CDBG DR funds on behalf of local governments and obligations,cost controls,and FEMA Category A&B agencies such as the Port of Galveston,City of Galveston, reimbursement for all projects.Thompson provided and Texas Department of Transportation. 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 • Science Applications International Corporation(SAIC), Maitland, FL,2009-2011 Flooding,2015-2016—Mr.Hoyle again served on the Thompson management team during the SCDOT's • Beck Disaster Recovery(BDR), Maitland, FL,2005- 2009 Page 48 oft 4 Eric Harrison FIRM including the mobilization and demobilization of staff and Thompson Consulting Services resources throughout the State. 1135 Townpark Avenue,Suite 2101 South Carolina,Winter Storm Pax Regional Response Lake Mary,FL 32746 and Disaster Recovery,2014—Winter Storm Pax impacted the State of South Carolina which generated EDUCATION widespread vegetative disaster debris.Thompson was BS:Electronic Engineering Technology activated by the South Carolina Department Of Graduate Certificate:Geographic Information Science Transpiration(SCDOT),Georgetown,Marion, EXPERIENCE Williamsburg,Aiken and Allendale Counties to provide — -- – debris removal monitoring services. Mr. Harrison 12 years served on the Thompson management team _PROGAM EXPERIENCE responsible overseeing operations,staffing and controls • FEMA Public Assistance Emergency Work(Categories A-B) on all active projects.Thompson is scheduled to • FHWA ER Program monitor,documents,and substantiate reimbursement for the removal of 1,000,000 cubic yards of debris and • Demolition Program Management the removal of hazardous limbs from 154,000 • Occupational Safety and Health Administration hazardous trees. Implementation Hurricane Deployment,Hurricane Sandy,New Jersey, Experience and £' "" New York,2012–Mr. Harrison deployed teams to respond to Hoboken, NJ and Babylon, New York Mr. Harrison has twelve years of experience assisting following Hurricane Sandy to provide debris monitoring communities with disaster response and recovery efforts using ADMS and grant administration assistance. Mr. throughout the United States. He has lead and supported Harrison performed quality control of field supervisors multiple debris operations through project management, and monitors utilizing ADMS to certify equipment, mobilization of response teams,staging logistics,data credential new monitors,and track debris removal. management and permitting debris sites.Also,as a Concurrently, Mr. Harrison also deployed a field team geographic information systems(GIS)specialist he has skilled in ADMS and special programs to manage the extensive experience in developing zone and routing extensive documentation associated with the maps for disaster recovery projects. identification, removal,and inventory management of Project EXperiel flooded vehicles and vessels in New York City. Hurricane Matthew,Disaster Recovery Operations, Louisiana and Texas,Hurricane Deployment, Multiple States,2016-2017–Mr. Harrison oversaw Hurricanes,Gustav,and Ike,2008-2010–Following the Thompson's debris removal monitoring operations in five devastating impact that Hurricanes Gustav and Ike (5)states and 23 unique clients simultaneously. He made on the Louisiana and Texas coast, Mr.Harrison assigned and managed project and operations managers supported the debris monitoring operations in New across all projects and ensured each had the resources Orleans as well as providing GIS support for multiple necessary to complete efficient and effective debris field operations in Texas. removal monitoring operations.Thompson provided ` debris monitoring and substantiation for more than 3.2M cubic yards of debris as a result of Hurricane Matthew. • Occupation Safety and Health Administration(OSHA) 7600 Disaster Site Worker South Carolina Department of Transportation,Severe • Occupation Safety and Health Administration(OSHA) Flooding,2015–Following severe statewide flooding in 10-hour Construction Safety South Carolina,SCDOT contracted Thompson to provide debris removal monitoring services in 11 counties • ArcGIS 9.x and ArcGIS Server 9.x throughout the State. Mr. Harrison served on the • ArcGIS Spatial and Network Analyst Thompson management team responsible overseeing operations,staffing and controls on all active projects Page 4 Gary Brooks =,rations Manager/ Meld Monitor Supervisor FIRM right-of-way collection on SCDOT maintained Thompson Consulting Services roadways throughout the Counties. 1135 Townpark Avenue,Suite 2101 Putnam County,Tennessee,Severe Winter Storm Lake Mary,FL 32746 Recovery Operations,2015—Mr. Brooks served as the MILITARY EXPERIENCE operations manager overseeing day-to-day debris removal monitoring operations throughout Putnam United States Marine Corps County.The County is performing both hazardous tree EXPERIENCE and limb removal as well as right-of-way(ROW) 13 years collection programs on County maintained roadways. South Carolina Department of Transportation PROGAM EXPERIENCE (SCDOT),Winter Storm Pax Recovery Operations, • FENIA Public Assistance Emergency Work(Categories A-B) 2014—Mr. Brooks served as the operations manager • FHWA ER Program 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 Mr. Brooks has thirteen years of experience managing collection,and removal of hazardous leaners and debris monitoring operations throughout the United hangers on SCDOT maintained roadways throughout States. In additional to Right-of-Way(ROW)debris the County. monitoring programs, Mr. Brooks has worked Williamsburg County,South Carolina,Winter Storm extensively on large scale debris reduction sites, Pax Recovery Operations,2014—Mr. Brooks served as including a temporary site in Pensacola Florida that the operations manager for debris removal monitoring reduced over 1,000,000 cubic yards of Construction operations in Williamsburg County. He was in charge and Demolition debris following Hurricane Ivan. Mr. of overseeing day-to-day operations for all monitoring Brooks also has extensive experience Leaner, Hanger, projects including emergency road clearance, right-of- and Stump Removal,Vessel Recovery and Waterways way collection,and removal of hazardous leaners, Debris Removal monitoring programs. hangers on County maintained roadways. Iberville Parish, Louisiana,Hurricane Isaac Recovery, Waterway Debris Removal Monitoring,2013—Mr. South Carolina Department of Transportation, Brooks served as operations manager and field Hurricane Matthew Recovery Operations,2016— supervisor overseeing the debris removal monitoring 2017—Mr. Brooks served as project manager for effort in various Parish waterways.The debris debris removal monitoring services on behalf of congestion in the waterways was remaining from the SCDOT following Hurricane Matthew. Mr. Brooks impacts of Hurricane Isaac. oversaw debris monitoring operations in seven counties, including Colleton, Darlington, Florence, City of Baytown,Texas,Hurricane Debris Removal Horry, Orangeburg,Sumter and Williamsburg.These Monitoring,2008—In 2008, Mr. Brooks served as the operations substantiated the removal of over 956,000 field project manager on the City of Baytown debris cubic yards of vegetative debris. monitoring effort. Mr. Brook's monitoring team oversaw, monitored, and documented the removal of South Carolina Department of Transportation, over 1,000,000 cubic yards of storm debris by two Lexington and Richland Counties,South Carolina, prime contractors. Mr. Brooks also coordinated with Severe Flooding Recovery Operations,2015—Mr. the City,State, and FEMA to monitor the removal of Brooks served as operations manager for debris derelict vessels displaced by the Hurricane Ike storm removal monitoring in Lexington and Richland surge onto public property. Counties on behalf of SCDOT following a severe flooding event. He oversaw day-to-day operations for Page 50 of 74 S E C T 10 N 3 EXPERIENCE & PAST PERFORMANCE Qualifications and Experience Thompson has provided disaster response and recovery services Our staff has monitored the since - following Hurricane Frederic. Since then,our staff has federally reimbursed remora/ supported over 120 federal,state and local government entities plan of oyer 80 million cubic yards of debris on behalf of over for and respond to a variety of disaster incidents,such as, 100 different local and state tornadoes, hurricanes,floods,earthquakes, ice storms, oil spills and goyemment agencies across other natural disasters. Our emergency response and disaster the United States. recovery consultants have over years of combined experience and have responded to some of the most devastating incidents to impact the United States in the last two decades including: Hurricanes Charley, Frances and Ivan in 2004; Hurricane Katrina in 2005;the Buffalo, NY ice and snow storm of 2006;Hurricane Ike in 2008;the Nashville,TN floods in 2010;the Southeast tornadoes of April 2011; Hurricane Irene in 2011;the Midwest tornados of 2012 which impacted Missouri, Illinois, Indiana, Kentucky,Tennessee and West Virginia, Hurricanes Isaac and Sandy in 2012,Winter Storm Pax in 2014;South Carolina flooding in 2015 and Hurricane Matthew in 2016 which impacted Florida, Georgia,South Carolina, North Carolina and Virginia.This work has resulted in our clients successfully applying for and retaining more than$2.5 billion of federal grant funding for debris removal. Our approach to providing disaster,response and recovery services to the City of fort Worth(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 Texas Division of Emergency Management(IDEM)and the federal Emergency Management Agency(FEMA)Public Assistance(PA)Program. Thompson's consultants have performed debris monitoring and grant administration services for a variety of Federal Emergency Management Agency(FEMA)and Federal Highway Administration (FHWA) reimbursable federally declared disasters and emergencies.A summary of our experience over the last twelve years is provided in the table below Table 3-1 : Grant Programs and Funding Administered by Disaster ProgramsDisaster Year Clients Grant Funds Grant Administeredi Hurricane Matthew(FEMA DR-4283-86,4291) 2016 17 TBD FEMA PA Louisiana Severe Flooding(FEMA DR-4277) 2015 2 TBD FEMA PA,FEMA HMGP South Carolina Severe Flooding(FEMA DR-4241) 2015 1 $35,000,000 FEMA PA,FEMA HMGP Winter Storm Pandora(FEMA DR-4211) 2015 3 $750,000 FEMA PA Alabama Severe storms(FEMA DR-4176) 2014 4 $2,000,000 FEMA PA Winter Storm Pax(FEMA DR-4166) 2014 6 $200,000,000 FEMA PA,FHWA ER,FEMA HMGP Hurricane Sandy(FEMA DR-4085-4086) 2012 7 $2S0,000,000 FEMA PA,FHWA ER,FEMA HMGP Hurricane Isaac(FEMA DR-4080-4081) 2012 4 $2,000,000 FEMA PA,FHWA ER thomPson- -- - -- -- _ CONSULTING SERVICES EXPERIENCE & PAST PERFORMANCE Disaster Year Clients Grant Funds Grant Programs Indiana Tornados(FEMA DR-4058) 2012 1 $2,500,000 FEMA PA,FHWA ER Hurricane Irene(FEMA DR-4024) 2011 1 $4,500,000 FEMA PA,FHWA ER Alabama Tornados(FEMA DR-1971) 2011 3 $25,000,000 FEMA PA,FEMA HMGP,FHWA ER,CDBG DR,DOE Oklahoma Severe Storms(FEMA DR-1876) 2010 1 $284,160 FEMA PA,FHWA ER Tennessee Flooding(FEMA DR-1909) 2010 1 $4,133,100 FEMA PA,FHWA ER Iowa Flooding(FEMA DR-1763) 2010 2 $1,640,325 FEMA PA,FEMA HMGP FHWA ER Massachusetts Snow Storm(FEMA\DR-1813) 2009 2 $896,475 FEMA PA,FHWA ER Hurricane Ike(FEMA DR-1791) 2008 12 $445,504,160 FEMA PA,FEMA SRL,FHWA ER,CDBG DR Hurricane Gustav(FEMA DR-1786) 2008 6 $19,374,540 FEMA PA,FEMA SRL,FEMA HMGP,FHWA ER Hurricane Dolly(FEMA DR-1780) 2008 2 $17,241,000 FEMA PA,FHWA ER Oklahoma/Missouri Ice Storm(FEMA DR-1735) 2007 2 $12,375,000 FEMA PA,FHWA ER Missouri Ice Storm(FEMA DR-1676) 2007 3 $31,523,000 FEMA PA,FHWA ER New York Winter Storm(FEMA DR-1665) 2006 7 $20,700,000 FEMA PA,FHWA ER,NRCS Hurricane Wilma(FEMA DR-1609) 2005 15 $214,491,000 FEMA PA,FEMA HMGP,FHWA ER,NRCS Hurricane Rita(FEMA DR 1606) 2005 2 $96,000,000 FEMA PA,FHWA ER Hurricane Katrina(FEMA DR 1602-1604) 2005 30 $914,304,040 FEMA PA,FEMA HMGP,FHWA ER,NRCS Hurricane Dennis(FEMA DR-1595 2005 3 $90,000,000 FEMA PA,FHWA ER Hurricane Ivan(FEMA DR-1551) 2004 3 $243,332,500 FEMA PA,FEMA HMGP,FHWA ER,NRCS Hurricane Frances(FEMA DR-1545) 2004 1 $5,000,000 FEMA PA,FHWA ER Hurricane Charley(FEMA DR-1539) 2004 3 $97,085,850 FEMA PA,FHWA ER 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 thorough understanding of how agencies at the federal,state,and local levels coordinate during a recovery operation. Past Performance Thompson has an exceptional record of performance on our previous and existing contracts.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. Thompson has provided a selection of five(5) projects within the last five(5)years resulting in the substantiation of 200,000 cubic yards or more of vegetative debris below as required in the request for proposal.Additional project examples are available upon request by the City. t h o m p s o n-------- CONSULTING SERVICES 3-2 Page 52 of 74 EXPERIENCE& PAST PERFORMANCE 1. City-Parish of East Baton Rouge, Louisiana August 2016 - Present Y Summary: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. Thus far,Thompson has performed disaster debris removal monitoring services overseeing the collection of more than 1.8 million cubic yards of constructing and demolition 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 canvased neighborhoods distributing right-of-entry forms and staffed multiple libraries and community centers —= to assist homeowners in completing the required paper work. 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. Key Personnel:Nate Counsell, PIC; Eric Harrison, Project Manager;Wes Holden,ADMS Manager, Keith Forrester, Operations Manager;Jeff Hollis, Raul Cardenas,Supervisor; Danny Gardner,Data Manager;Gene Larson, Developer;Corey Thomas,Jonathan Clark, FEMA PA Reference:Adam M.Smith, P.E., Interim Director 222 Saint Louis St.,Suite 816, Baton Rouge, LA 70802 225-389-4865 JAMSmith@brgov.com 2. Chatham County; Ceorgin October 2016—April 2017 1,4:;t,, _Y - Summary:Thompson has maintained a stand-by debris monitoring contract with Chatham County,GA(County)for over four years prior to being activated following Hurricane Matthew in October of 2016. During that time,Thompson performed annual debris training and disaster response process reviews with the County in order to maintain a high level of operational readiness should our debris monitoring team ever be needed to respond to a,historically and,statistically rare direct hurricane impact to the coast of Georgia. Yom; While Hurricane Matthew worked its way up the Atlantic Coast,Thompson deployed a response team to the County 72 hours prior to receiving a notice to '' proceed in anticipation of a contract activation. In the aftermath of the hurricane,the County activated Thompson's contract and we began debris operations immediately with over 75 field staff ready due to our diligent planning and pre-deployment of resources.To date Thompson has monitored the removal of over 1,400,000 cubic yards of vegetative debris,as well as the removal of hazardous limbs from 16,000 trees and the complete removal of over 900 hazardous leaning trees.In addition,Thompson has worked closely with the County and its stakeholders to obtain approval for,and implement a FEMA approved private property debris removal program that has resulted in the removal of over 200,000 cubic yards from private property and gated communities. Key Personnel:Nate Counsell, PIC;Wes Holden, Project Manager; Raul Cardenas,Operations Manager,Jeff Hollis, Supervisor;Danny Gardner, Brad Simpson, Data Managers Reference: Robert Drewry, Public Works and Park Services Director 7226 Varnedoe Drive,Savannah,GA 31406 912-661-1352 1 RWDrewry@chathamcounty.org t h o m p s o n_ ----- -------- CONSULTING SERVICES 3-3 Page 53 of 74 EXPERIENCE & PAST PERFORMANCE 3. City of Daytona Beach, Florida Oct 2016 - Mar 2017 tris Removal MCF i Summary:As the City's debris monitor and FEMA Public Assistance grant management consultant,Thompson is assisting the City of Daytona Beach with MW, their debris removal operations and FEMA PA activities following the devastating impacts of Hurricane Matthew.Thompson immediately responded to the City following 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 the City's documentation and FEMA project worksheets.Thompson's FEMA PA consultants have a seven-year history of performance with Daytona Beach. Key Personnel:Jon Hoyle, PIC; Eric Harrison, Program Manager; Nicole Counsell, Program Manager;Corey Thomas,John Kropog, FEMA PA; Randy Henderson,Operations Manager,Danny Gardner,Data Manager Reference: David Waller 950 Bellevue Avenue, Daytona Beach,FL 32115 386-671-86811 wallerd@codb.us 4. City of Denham Springs, Louisiana August 2016 - Present ��-. F_ ei3 11 -movni Mfi SMA 2016 Severe Flooding:Thompson is currently providing disaster debris removal monitoring and FEMA grant management and Public Assistance consulting services to the City of Denham Springs following the recent flooding that impacted over 90%of the City causing approximately$7,000,000 in damages eligible for FEMA PA reimbursement.Thompson has substantiated over 257,000 cubic yards of vegetative debris and 272 tons of white goods. In addition,Thompson worked closely with the City to implement a comprehensive Private Property Debris Removal Program for extended ROW collection.Overall,339 right-of-entry forms were collected,validated and processed for extended collection. Most of the damage in Denham Springs consisted of residential property flooding.Thompson's FEMA PA consultants are assisting the City in their pursuit of funding for a private property housing demolition program to restore destroyed properties currently posing a threat to public health and safety.Additionally,Thompson is preparing projects and supporting documentation for damages to City-owned buildings,equipment,roads,storm water and wastewater utilities,and for the reimbursement of force account emergency protective measures. 2012 Hurricane Isaac:Following Hurricane Isaac's landfall,Thompson was engaged by the City to provide disaster debris removal monitoring services.The force of the wind downed power lines and trees and scattered debris throughout the City.Within hours of a notice to proceed,Thompson deployed a field management team to train and on-board local debris monitors in the impacted area,as well as coordinated with the City,the Governor's Office of Homeland Security and Emergency Preparedness(GOHSEP), Louisiana Department of Environmental Quality(LDEQ),and FEMA to begin emergency debris removal.Thompson monitored 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. Furthermore,Thompson conducted a city-wide survey to identify hurricane damaged trees and assisted with the development and implantation of a leaner/hanger program to address City ROW and public parks. Key Personnel: Nate Counsell, PIC; Eric Harrison, Project Manager;Gary Brooks;Operations Manager; Danny Gardner, Data Manager;Corey Thomas, FEMA PA Reference: Michelle Hood,Treasurer 116 North Range Ave, Denham Springs,LA 70726 225-667-8312 1 Treasurer@cityofdenhamsprings.com - thompson— - -- - CONSULTING SERVICES 3-4 Page 54 of 74 EXPERIENCE& PAST PERFORMANCE 5. South Carolina Department of Transportation (SCDOT) Feb 2014— Mar 2017 `)00 CY Hurricane Matthew 2016: Following Hurricane Matthew,the SCDOT again activated Thompson to provide disaster debris removal monitoring and disaster recovery services in seven counties,including Colleton, Darlington, Florence, Horry,Orangeburg,Sumter and Williamsburg.Thompson mobilized within 24 hours of receiving a notice to proceed. Over 960,000 cubic yards of vegetative debris have been collected from state- maintained roadways. Severe Flooding 2015: In early October,2015,South Carolina experienced severe storms and heavy rainfall which left multiple counties throughout the State flooded and in need of disaster assistance.Homeowners began removing damaged household items and piling debris along the right-of-way.SCDOT activated Thompson w: to guide and assist with response and recovery efforts.Thompson worked with the SCDOT to quickly establish debris removal operations along State maintained ' roadways and assisted in the development of a Mutual Aid Agreement for SCDOT to provide debris removal and monitoring services to participating counties along municipal roadways as well.Thompson performed monitoring services in 11 counties throughout the State and documented over 111,500 cubic yards of C&D debris,as well as 39.89 tons of unregulated E-Waste, 1,480 units of regulated E-Waste,48.4 tons of HHW and 486 units of white goods. In addition,hundreds of roadways and bridges throughout the State were compromised from the flood waters and SCDOT has again sought the services of Thompson's FEMA Public Assistance professionals to assist in the management and development of project worksheets. Winter Storm Pax 2014:In February,2014 Winter Storm Pax coated an 18 county area in South Carolina with up to 1.5"of ice and generated widespread vegetative debris. The SCDOT activated its pre-event contract with Thompson to monitor a six county area in the eastern part of the state including, Horry,Georgetown, Williamsburg, Florence, Dillon,and Marion Counties.Thompson monitored, documented,and substantiated reimbursement for the removal of 1,200,000 cubic .' yards of debris and the removal of hazardous limbs from 175,000 hazardous trees by three debris removal contractors. _ s Thompson also supported the SCDOT by providing Federal Emergency Management " Agency(FEMA) Public Assistance,Category A and B consulting services,overseeing the preparation of more than 115 large Project Worksheets on behalf of SCDOT and recovering more than$155,000,000 in funding. Key Personnel:Jon Hoyle, PIC; Nate Counsell, Resource Officer;Eric Harrison, Program Manager;Corey Thomas, Brad Simpson,FEMA PA;Wes Holden,ADMS; Danny Gardner, Data Manager;Nicole Counsell, Program Manager; Gray Brooks,Raul Cardenas, David Harrell, Keith Forrester,Jeff Newton,Operations Manager/Supervisor Reference:David Cook,State Maintenance Engineer 955 Park Street Room 324,Columbia,SC 29201 803-737-1290 I cookdb@scdot.org Experience & Knowledge of Federal, State & Local Emergency Management Our recent disaster recovery and debris monitoring experience in Georgia, Florida,South Carolina, Virginia, Louisiana, Mississippi,and Alabama demonstrates Thompson's ability to comply with application requirements of the FEMA Public Assistance Alternative Procedures Pilot Program 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 Public Assistance Program and Policy Guide (PAPP), ----------- CONSULTING SERVICES 3-5 Page 55 of 74 EXPERIENCE & PAST PERFORMANCE updated April 2017,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 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) • 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 desireu outcome at the forefront of whl~f l—,rin,rfnrffmcn$ 'n nirfysrii,, tr7 grant reimbursement to our 0 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. t h o m p son -_ ---- - - - -- CONSULTING SERVICES 3-6 Page 56 of 74 S E C T 10 N 4 TECHNICAL RESPONSE/PROJECT APPROACH Project Eyr ­1-"-n Utllizir- =q+- t r! Debris Mona-ement system Thompson will execute the proposed tasks described below with our ADMS hardware and software system, Thompson Data Management Suite(TDMS). Thompson's ADMS was developed in-house and is proprietary. We do not rely on licensing for the use of an ADMS.TDMS has been successfully deployed over the past four(4)years and utilized by the Georgia Department of Transportation (GDOT),the South Carolina Department of Transportation (SCDOT), as well as for county, parish, and municipal clients in Louisiana,Alabama, Florida,Georgia,South Carolina, North Carolina,Virginia and New York to electronically document debris removal, hazardous tree work,vehicle recovery, and private property debris removal. TDMS is a collection of hardware,software and communications infrastructure for the management of data and documents related to disaster recovery.The TDMS collection includes our hardware solution or handheld device,TDMSmobile,which allows us to capture data in the field and provide near real-time analysis though our software solution,TDMSweb,which is a variety of web—based software applications that serve as the backbone for data storage and management. The TDMS meets the USACE ACI standard for ADMS and is configured to document a variety of debris removal activities and programs. • Truck Certification • Demolitions • Right-of-Way(ROW)Collection • Haul Out/Disposal • Tree Work(L/H/S) • Project Administration • Private Property Debris Removal (PPDR) • Monitor Management TDMSmobile provides enhanced quality control through geofencing,geocoding,and location verification. 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.This enhanced level of accuracy and corroboration increases the efficiency and production of debris removal operations.To date we have observed cost savings to our clients ranging from 20—30 percent with the use of our ADMS solution. TDMSweb a web based application that serves as the backbone of the TDMS for storage and data management while providing access to viewing, querying,sorting, reporting, mapping and managing project related data and documents. In addition,Thompson is able to control access to TDMSweb and what permissions (read, read/write,etc.) users have through credentialing. 6rapnicat aepiction5 ul the i L)M'irictbrie suiution and its components as weir'as aai exampie of the interface between TDMSmobile and TDMSweb are included in Exhibit 4-1. Thompson has functionally organized its technical approach 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 the unique challenges of the County's specific future disaster.Our tasks and task approach can be t h o m p s o n --------- ------- _.....-- -------- CONSULTING SERVICES 4- 1 Page 57 of 74 TECHNICAL RESPONSE/PROJECT APPROACH modified and scalable to address both large and small scale events and our mobilization times can be either compressed or extended based on the needs of the City and the public. Task Mobilization Description Debris Program Implementation Within twenty-four(24)hours Program Management Team will report to the City 48 hours prior to known disaster from notification date events and within 24 hours passage of no-notice disaster events.Thompson will implement a program based on the specific needs of the City,feedback from debris removal contractors,and debris estimates developed through the preliminary damage assessment. 2. Onboarding and Training of Employees Within forty-eight(48)hours Thompson performs Motor Vehicle Reports(MVR's)and drug testing on field staff. from notification date 3. Health and Safety Plan Implementation Within forty-eight(48)hours At project initiation,Thompson will implement a health and safety plan that from notification date 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 plan will outline that work performed on the project shall comply with all applicable OSHA,Texas,and all other safety requirements provided by FEMA and its authorized contractors. Thompson will also provide a hard hat,reflective vest, hearing protection,and eye protection in addition to any project specific PPE(i.e.waders,snake chaps,etc.) 4. Measure and Certify Trucks by FEMA PAPPG Standards J Within forty-eight(48)hours Thompson will complete equipment check-in and certification of trucks and other from notification date 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 the City's debris removal contract. Thompson will assign a unique identification number to each truck and a placard with the truck number will be affixed to each side of the debris removal truck. 5. Deploy Loading Site Collection Monitors Within forty-eight(48)hours Thompson will deploy a debris removal collection monitor for each mechanized from notification date piece of loading equipment deployed by the Contractor unless multiple debris loading operations can be safely and substantially observed and documented by a single monitor. The Collection Monitor's primary responsibility is to observe, document,and substantiate the removal of eligible storm debris from City ROW and other collection zones identified and approved by the City.The Collection monitor will be responsible for all duties outlined in the Scope of Services. 6. Monitor the Removal of Leaning Trees, Hanging Limbs,and Hazardous Stumps Within forty-eight(48)hours Thompson anticipates beginning hazardous tree removal operations prior to or from notification date concurrent with Right-of-Way 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 all tree work is documented to include the GPS location, physical address,date/time that the work was performed and photographs.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. 7. Deploy Debris Management Site Monitors Within forty-eight(48)hours Thompson will work with the City and its contractor to establish the appropriate from notification date number of Debris Management Site(DMS)and staff it with a DMS Monitor. DMS t h o m p s o n- CONSULTING SERVICES 4-2 '4 TECHNICAL RESPONSE/PROJECT APPROACH MobilizationTask/ 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.Thompson will work with the City and TCEQ to develop a recycling/debris diversion plan that minimizes the amount of potentially recyclable debris that is disposed of at landfills in accordance with the FEMA Alternative Procedures Pilot Program for Debris Removal. 8. Deploy Field Supervisors/Field Supervisors Within forty-eight(48)hours Thompson will deploy Field Supervisors at a 10 monitor: 1 supervisor ratio to from notification date efficiently and effectively oversee,document,and substantiate debris removal. 9. Damage Complaint Tracking Concurrent with field Thompson field supervisors will have the primary responsibility for damage report operations tracking and resolution. 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 and each Work Order will include responsible party,photographs of damage,corrective actions taken, photographs of repair and a cost summary. 10. FEMA Consultation Within seventy-two(72) To the extent that it is required by the City,Thompson will serve as a liaison hours from Federal between the City,TDEM and FEMA to document and demonstrate that debris Declaration removal, response and recovery activities are eligible,allowable,and in compliance and in compliance with FEMA Publication FP-104-009-2 Public Assistance Program and Policy Guide. 11. Ordinance Review to Determine Best Method to Perform Private Property Debris Removal(PPDR) 2-3 weeks after debris Thompson management staff has experience analyzing and designing PPDR operations begin(subject to programs based on Voluntary/Right-of Entry, Imminent Danger of Collapse,and need) Public Nuisance Programs.In order to ensure that the PPDR program is successful, Thompson will have the following objectives during ordinance review: 1.)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 in order to establish legal authority and FEMA eligibility.2.)Establish a multi-step process to ensure that all proper notifications are made to property owners.3.)Develop a public outreach plan to ensure that City residents in need are able to participate in the program. 12. Private Property Debris Removal Monitoring TBD,based on input from In managing,monitoring,and documenting PPDR programs,Thompson will develop GEMA and FEMA a property identification number for each property. Each property will have a PPDR "packet"that documents the following information:ordinance granting legal authority,documentation of necessary actions taken to satisfy ordinance, notification to property owner,property posting,execute Right-of-Entry agreement,FEMA/TDEM approval,FEMA HP review/approval,documentation of asbestos abatement and utility disconnects,field documents and site schematic, and before/after photographs. 13. Specialized Debris Removal Monitoring TBD, based on input from The damage caused by debris generating events,such as tornadoes,often City,TDEM,and FEMA necessitate the need for special debris removal programs which include,debris removal from parks and recreation trails,waterway debris removal and abandoned vehicle removal.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, FEMA,TDEM, thom pson- CONSULTING SERVICES 4-3 Page 59 of 74 TECHNICAL RESPONSE/PROJECT APPROACH MobilizationTask/ Description NRCS and other regulatory agencies to expeditiously remove storm generated debris from affected public facilities. 14. Accumulate Daily Field Data Immediately after the start of Thompson will maintain field data for all debris recovery programs monitored. program operations Debris removal data will be organized by debris type, road type,and program 15. Reconcile Contractor Invoices Weekly following the start of Thompson will comply with the invoicing and payment term in the debris removal ROW and tree programs contract. 16. Develop FEMA Project Worksheets Ongoing throughout the Thompson will prioritize Cat A and B Project Worksheets and provide support to the recovery operation City with Permanent Work(Categories C-G)Project Worksheets upon request. Debris Collection Strategy Following an actual event,Thompson will model the storm characteristics taking into account our understanding of impacts caused by historical storm events,to assist the City with developing strategies for debris collection. It may be determined that the City has the capability to perform debris removal with in-house staff and equipment following smaller incidents such as severe storms or local flooding. For more significant disaster debris events,the City may elect to engage its contracted forces for debris removal and monitoring. Regardless of which approach the City takes following a debris generating incident,the Debris Collection Strategy will be scalable to the size of incident and resources necessary and will include the following elements: • Anticipated events and assumptions • Monitoring of debris operations • Anticipated scope of work based on the • Health and safety requirements debris forecasting developed . Environmental considerations • Anticipated debris streams and programs . Debris collection zone maps with road • An overview of the use of City force account designations (County/City/TxDOT) labor to perform debris removal operations . Action items checklists for preparedness, • Specialized debris programs response,and recovery operations • Debris removal from gated communities and • A public information strategy with draft press private property releases Debris Program Implementation Thompson will assist the City 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 • Crew/Monitor Estimates, by collection zone • Debris removal contractor rates and • Onboarding and safety training locations and specifications procedures • Debris estimates, by collection zone • Operations Manager/Supervisor Assignments • Debris removal from gated communities • Progress reporting distribution lists and protocols -t h o m p s o n _-- -- ---- CONSULTING SERVICES 4-4 Page 60 of 74 TECHNICAL RESPONSE/PROJECT APPROACH Proposed Meetings Thompson is prepared to meet with the City Debris Manager, City Stakeholders, and representatives from FEMA,TDEM,TCEO,and other agencies on a daily basis at a time and location specified by the City.To the extent necessary,Thompson will help the City secure a meeting location.Thompson recommends that project stakeholders conduct a daily briefing while the EOC is fully operational and re-evaluate the frequency of meetings after the first 14 days of project operations. City Emergency Staff and Tectmworl< Throughout the project,the Thompson Project Manager will identify critical path functions that will required close coordination between the City and Thompson.These may include public information, private property issues, Special Needs Assistance, information on FEMA and 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 member 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.). kesponse i ime by i cosi 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. For example, if the City is within a cone of certainty for severe weather,Thompson will deploy a representative to meet with the City 48 to 72 hours prior to the anticipated event.Thompson's response times by task are summarized in Table 4-2. i hcmlpsu ik Kesponse, i ifP1e5 Response Time I Task Description Immediately after notification Thompson will report to the City's EOC or Contract Management Center No more than 48 hours after notification Thompson ready to assist the City with truck certification No more than 48 hours after notification Thompson ready to staff public drop-off sites and other City locations No more than 48 hours after notification Thompson to have monitors ready for ROW debris removal operations No more than 72 hours after notification Thompson to have monitors ready for hazardous tree removal operations Onboarding and Training of Employees Following an event,Thompson will establish a local office from which to perform recruiting,onboarding, and training.Thompson will also make every effort to hire residents from within the City to serve as debris monitors. This effort will help skilled residents participate in the City's recovery efforts with a meaningful impact and earn a competitive hourly wage. In accordance with FEMA FP-104-009-2,Thompson will train debris monitors,City employees,and other project stakeholders to have a complete understanding of the roles and responsibilities of the debris manager, including all responsibilities outlined in the Scope of Services. HL;{:li`y iU tJlit))WC! ut16 i .JiiI wliiiiti °-f0 rIuLdr'>. 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 t h o m p s o n -------------- - - -- -- ----- -- -- CONSULTING SERVICES 4-5 Page 61 of 74 r TECHNICAL RESPONSE/PROJECT APPROACH short periods of time. 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 existing candidates to serve as field monitors. Thompson will ensure that we deploy trained,safe, drug-free local hires within 48 hours of a notice-to- proceed and fully staff the project within 72 hours of receipt of notice to proceed. Reporting and Record keeping Thompson uploads daily debris collection and disposal information from our ADMS system into a secure electronic disaster debris data management system that summarizes debris quantities to include collection and disposal information by date,debris type,collection zone,and collections and disposal location. Thompson will plot daily collection totals using GIS software and provide the City with a map of daily collection operations and cumulative debris removal to date. Thompson's graphical reporting tools can provide the City with the collection information needed to make critical decisions and report progress to the public. In addition the Thompson data management system will serve as an electronic clearinghouse for photographs,electronic"ticket"transaction images,and other field reports developed to document the debris removal operation. The following information further outlines Thompson's data management operations and capabilities. Our scalable approach has been developed to accommodate both small and large scale activations and multiple debris removal contractors. Doto Monogement, Project Trnckinn, and Computer Accountability Progron-� 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. Each day Thompson queries and reviews truck certifications, load transactions,and unit rate transactions. This data is then used for the following purposes: QLI, Illt\;Acctirnnr.r-1 unlit Crmtml A critical component of the debris removal monitoring firm's responsibilities is to identify and correct any impropriety that may occur in the debris removal process.To do this,Thompson leverages its data management system to provide CIA/QC through standard data queries. Such queries and parameters include: • Count of loads by collection truck • Average load call by truck • Trip time per load • Average load call by disposal monitor • Trip distance • Count of loads by collection location Thompson cross references real-time data with boundary GIS mapping provided by the City.Any outliers are provided to the City and Contractor for review and resolution. keportinq The final tool employed by Thompson through its data and document management system allows us to timely report progress of debris removal to the City. This reporting tool is flexible and can be tailored to report debris removal by any number of parameters. In the past we have reported debris removal according to the following: • Percent of total estimate complete • By political district(council,commission districts,etc.) • By GIS grid • FEMA eligible versus state aid eligible • By Service Area • Quantity by DMS thompson CONSULTING SERVICES 4-6 Page 62 of 74 TECHNICAL RESPONSE/PROJECT APPROACH • By voting precinct • By material type(vegetative, C&D,white goods,etc.) Thompson will review the QA/QC reports each day to identify anomalies. In most cases these anomalies are explained through investigations of circumstances surrounding the irregularity. Our experience has shown that the mere fact that debris removal contractors and monitors are aware that such metrics are being monitored deters impropriety. In addition to the cumulative debris collection and financial report,Thompson will coordinate with the contractor to provide summaries that will address the number of crews deployed,types and quantities of equipment deployed, active work zones,status of DMS operations and any changes or problems encountered since the last report. A saitipi L;i4i y tel t is Lone' fuii nej;O:t Ond oiht i Sult)pie jut tits ui-e piovided!ti F..RM4W 4-1. FEMA Public Assistance Consulting 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 TDEM and FEMA 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,TDEM, and FEMA,Thompson will seek to expedite the City's recovery process, maximize reimbursement, and limit the need for post-submittal administration including audit preparation and appeals support. Emergency Management Planning and Training 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.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. C h o m p son CONSULTING SERVICES SERVICES 4-7 Page 63 of 74