Loading...
HomeMy WebLinkAboutPR 20370: EXECUTE CONTRACT WITH WITT O'BRIEN'S, LLC FOR DEBRIS MONITORING SERVICES IN THE EVENT OF AN EMERGENCY OR DISASTER City of ort rtlru www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: July 26, 2018 To: The Honorable Mayor and City Council Through: Harvey Robinson, Interim City Manager From: Clifton Williams, Purchasing Manager RE: P. R No. 20370 Introduction: The intent of this Agenda Item is to seek the City Council's approval for the City Manager to execute a non-exclusive contract with Witt O'Brien's, LLC of Houston, Texas for debris " monitoring services in the event of an emergency or a disaster. Background: This service will monitor the debris removal contractor to ensure the actual amount of debris that is picked up. Purchasing advertised for bids on May 9, 2018 and May 16, 2018 and opened on May 30, 2018. Committee members evaluated the proposals and Witt O'Brien's, LLC was the highest ranked proposal. The contract will have an expiration date of December 31, 2019, with an option to renew for two (2) additional one-year periods. Budget Impact: Funds will be provided for in the appropriate disaster/emergency recovery project accounts. Recommendation: It is recommended that City Council authorize the City Manager to execute a non-exclusive contract with Witt O'Brien's, LLC of Houston, Texas, for debris monitoring services in the event of an emergency or a disaster. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743 P. R. No. 20370 07/26/18 cew Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING A NON-EXCLUSIVE AGREEMENT WITH WITT O'BRIEN' S, LLC OF HOUSTON, TEXAS, FOR DEBRIS MONITORING SERVICES IN THE EVENT OF AN EMERGENCY OR DISASTER WHEREAS, it is deemed in the best interest of the City of Port Arthur to have a service in place for debris monitoring as required by FEMA in the event of an emergency or a disaster; and, WHEREAS, pursuant to Chapter 252 of the Texas Local Government Code, the City solicited requests for proposals to provide a debris monitoring plan and disaster support and management services in the event of an emergency or disaster; and, WHEREAS, six (6) companies provided proposals as delineated in Exhibit "A" ; and, WHEREAS, a committee made up of City staff evaluated all of the proposals and Witt O' Brien' s, LLC of Houston, Texas, was ranked as the most qualified company; and, WHEREAS, the City desires to enter into an agreement with Witt O' Brien' s, LLC with a term expiring on December 31, 2019, with the option to renew for two (2) additional one-year periods, as delineated in Exhibit "B" ; and, P. R. No. 20370 07/26/18 cew Page 2 of 3 WHEREAS, this agreement is non-exclusive and the City maintains the authority to retain other companies to perform similar work. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: Section 1. That the facts and opinions in the preamble are true and correct . Section 2 . That the City Manager is hereby authorized to enter into a non-exclusive agreement with Witt O' Brien' s, LLC of Houston, Texas, in substantially the same form as attached as Exhibit "B" . Section 3 . That execution of said contract is contingent upon approval of the procurement process utilized by the Texas Division of Emergency Management (TDEM) to ensure reimbursement by the Federal Emergency Management Agency (FEMA) . Section 4 . That a copy of the caption of this Resolution be spread upon the Minutes of the City Council . READ, ADOPTED AND APPROVED on this day of August, A.D. , 2018 , at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote : AYES : Mayor: , Councilmembers , NOES: . P. R. No. 20370 07/26/18 cew Page 3 of 3 DERRICK FORD FREEMAN, MAYOR ATTEST: SHERRI BELLARD CITY SECRETARY APPROVED AS TO FORM: VAL TIZENO CITY ATTORNEY APPROVED FOR ADMINISTRATION: HARVEY ROBINSON INTERIM CITY MANAGER APPROVED AS TO AVAILABILITY OF FUNDS: ;4)( ANDREW VASQU Z FINANCE DIRECTOR 1 4, /Attie,. ' TON WILLIAMS PURCHASING MANAGER EXHIBIT "A" ƒ / . / ƒ - k k 2 N k O , '' - - - ® / / S § / :=,-, / m 0 § ® ? q % © N. CO Q \ 0 00 CO n - CO t % 0 00 « / _ •/ . w © '( 0 0 0 © m m / .ƒ \ $ 00 $ - / Q , \ ( \ 0 y •{ ƒ / % ? $ 0 q 00 \ 7 J = u 00 a - m 2 ® k t \ ./ a \ 0 3 p. / 0 U % ' / m CD / / Cl)/ / $ 00 k k 0 k ~ 0 0 \ \ c q U % LO ƒ& a / ,\,, \ 7 © m m © m $ 2 4 f C" 0 / \ q \ \ .§ = tri $ $ $ E $ E / ƒ - -- -n $ ii CA 1 » 0 / 0 Cl) .� / I> u z t �_{ ) cn 0 / cn C / / CI 7 C/) 2 $ d 4._,'� / / t 0 ) _ ƒ Q 0 _ u . 2 _ / 0 § 7 0 § \ 'u J o S Q 0 $ CY O. Q cn O a » EXHIBIT "B" Exhibits Are Available For Review In The City Secretary Office Or Online CONTRACT TO PROVIDE DEBRIS MONITORING SERVICES THIS AGREEMENT, made this day of , 2018, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Witt 0' Brien's, a Corporation herein after called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be from date on Notice to Proceed to December 31, 2019. This contract has the option for two additional One (1) year periods. 2. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts stated in bid document. 4. The term "Contract Documents" means and includes the following: 1) Agreement 2) Invitation to Bid 3) General Information 4) Specification 5) Proposal 6) Notice of Award 7) Notice to Proceed 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in(2 copies) each of which shall be deemed an original on the date first written above. Signed on the day of , 2018. Page 1 of 2 CITY OF PORT ARTHUR BY: Harvey Robinson, City Manager ATTEST: Sherri Bellard, City Secretary Signed on the day of , 2018. WITT 0' BRIEN'S BY: PRINT NAME: TITLE: WITNESS: PRINT NAME: Page 2 of 2 DERRICK FORD FREEMAN,MAYOR //@fr' HARVEY ROBINSON CAL J.JONES,MAYOR PRO TEM INTERIM CITY MANAGER COUNCIL MEMBERS: City of " SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. /7 1B CITY SECRETARY THOMAS J.KINLAW,III r'* _.00 HAROLD DOUCET SR. t r th`—' �=%'— VAL TIZENO CHARLOTTE MOSES CITY ATTORNEY KAPRINA FRANK Texas May 5,2018 REQUEST FOR PROPOSAL PROVIDE DEBRIS MONITORING SERVICES DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Wednesday, May 30, 2018. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15p.m. on Wednesday, May 30, 2018 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud. MARK ENVELOPE: P18-066 DELIVERY ADDRESS: Please submit one(1) original and three (3) exact duplicate copies of your RFP to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal should be directed in writin;;to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager Page 2 of 36 REQUESTS FOR PROPOSALS PROVIDE DEBRIS MONITORING SERVICES (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid,we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 36 City of Port Arthur Request for Proposals To Provide Debris Monitoring Service OBJECTIVE The City of Port Arthur (City) is seeking a response to the Request for Proposals (RFP) from qualified firms for Debris Monitoring Services in the event of a man-made or naturally occurring disaster such as hazardous materials incidents, hurricanes, or other similar emergencies and disasters. BACKGROUND 1. The City serves an area of 87.96 square miles with a population of 53,818. 2. The City is organized into fifteen (15) departments and provides a full range of municipal services to its citizens including fire and police protection, water and sanitary sewer utilities, solid waste removal and disposal, transit, the construction of streets, drainage and other infrastructure, recreational activities, library and other cultural activities. 3. Per Article II, Section 15 of the City Charter, during a state of emergency, the Mayor assumes the leadership of the City. He is assisted by the Emergency Management Team in addition to all the City department directors. 4. This contract will be till December 31, 2019 with the possibility of two (2) one year extensions that must be submitted to City Council for approval. Should any active individual project extend beyond the expiration date of the contract, the project agreement shall be extended until the project has been satisfactorily, successfully completed, and accepted. The agreement or contract between the selected respondent and the City will be non-exclusive, on an as-needed basis and will not provide for a retainer. SCOPE OF WORK Monitoring debris removal operations requires comprehensive observation and documentation by the Public Assistance applicant of debris removal work performed from the point of debris collection to final disposal. Monitoring debris removal work involves constant observation of crews to ensure that workers are performing eligible work in accordance with Public Assistance guidelines, and helps to verify compliance with all applicable Federal, State, and local regulations. The Contractor is expected to be highly knowledgeable in Federal Emergency Management Agency (FEMA)regulations, guidelines and operating policies. 1. The Contractor shall perform all services in a professional and workmanlike manner and in compliance with all applicable laws, ordinances, rules, regulations, and permits. Only the highest quality of workmanship will be acceptable. Services, equipment, and/or workmanship not conforming to the intent of the awarded contract or meeting the approval of the City may be rejected. Replacements and/or rework, as required, will be accomplished at no additional cost to the City. 2. Contractor shall bear all of its own operating costs. 3. Contractor shall be responsible for knowledge of and compliance with all federal, state and local laws, rules, practices and regulations. Provide City with updates of State and Federal rules and policies relating to disaster. Page 4 of 36 4. The Contractor will serve to advise and support the City through a disaster recovery effort. The Contractor will also assist the City in disaster debris planning as directed by the City. 5. The specific responsibilities and duties of individual debris monitors in the field are the same for both force account and contracted debris monitoring operations. They are: A. Report issues to their direct supervisor which require action (such as safety concerns, contractor noncompliance and equipment use) B. Accurately measure and certify truck capacities (recertify on a regular basis) C. Properly and accurately complete and physically control load tickets (in tower and field) D. Ensure that trucks are accurately credited for their load E. Ensure that trucks are not artificially loaded (ex: debris is wetted, debris is fluffed—not compacted) F. Validate hazardous trees, including hangers, leaners, and stumps G. Ensure that hazardous wastes are not mixed in loads H. Ensure that all debris is removed from trucks at Debris Management Sites(DMS) 1. Report if improper equipment is mobilized and used J. Report if contractor personnel safety standards are not followed K. Report if general public safety standards are not followed L. Report if completion schedules are not on target M. Ensure that only debris specified in the contract is collected (and is identified as eligible or ineligible) N. Assure that force account labor and/or debris contractor work is within the assigned scope of work 0. Monitor site development and restoration of DMSs P. Report to supervisor if debris removal work does not comply with all local ordinances as well as State and Federal regulations(i.e., proper disposal of hazardous wastes) Q. Record the types of equipment used (Time& Materials contract) R. Record the hours equipment was used, include downtime of each piece of equipment by day (Time&Materials contract) S. Assist City with disaster debris management planning as requested. Examples of this work may include, but are not limited to: updating the City's Disaster Debris Management Plan, developing a detailed scope of work for debris collection contract activities, selecting potential locations for use of DMSs and provides training to City. T. Provide forms, databases, etc. for tracking field activities, submitting invoices to FEMA, etc. in formats approved by City. Review forms and databases with City annually. 6. Applicant debris monitoring responsibilities may include tracking performance measures used to assess the progress of debris removal operations in the field. Specific debris contract performance measures may include: A. Percentage completion tracking Page 5 of 36 B. Adherence to contract time schedules C. Adherence to contract cost schedules No guarantee is expressed or implied as to the volume of services, if any, that may he procured under this Request for Proposal by the City of Port Arthur. Detailed descriptions of the above listed services, equipment and products are located in Appendix A. STRATEGIC PLANNING The Contractor shall meet with the City staff prior to the beginning of each Hurricane season for pre-event planning. At this meeting, the City and Contractor will discuss elements that may change or affect disaster recovery. MOBILIZATION The contractor is responsible to contact the City's representative ninety-six (96) hours, forty-eight (48) hours and twenty-four(24) hours prior to a storm event. Depending on the category of event and/or type of event, the City may revise the requirements for immediate mobilization. The Contractor shall coordinate with the City a disaster recovery plan applicable to the event. The plan shall include: • Verification of primary transportation routes which require clearing; • Debris removal strategy (i.e., landfill disposal site, TDSRS site, if required additional mileage to disposal site, etc); The Contractor shall be capable of deploying all resources for the following immediate need services within twenty—four(24)to thirty—six(36) hours following an event: • Equipment for clearing transportation route; The Contractor shall be capable of mobilizing 100% of required resources within 96 hours following an event for all other services. Page 6 of 36 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pares, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. A.) FIRM QUALIFICATIONS AND EXPERIENCE 1. Provide a brief profile of the firm including types of services, equipment, and products offered, year founded, form of the organization and location of offices and response facilities. 2. Please describe in detail the current and historical experience the proposer has working with governmental entities in responding to and dealing with debris removal and emergency services resulting from natural disasters such as hurricanes, tornadoes, floods, etc within the past five (5) years. Provide descriptions and references for all engagements of comparable complexity and sensitivity to the requirements of the RFP. References must contain the name, title, company name, address, phone and email of organizations that may be contacted to verify qualifying experience. 3. Provide a brief statement of assurance as to the firm's ability to deliver within a reasonable time, personnel, equipment, and products to the area affected by the disaster. 4. Please state any experience the firm has in relation to FEMA claims reimbursement. *NOTE: —All references must be for the responding firm operating under its existing name and must be for the firm as a company. References will not be for an individual, but for the company as a whole. B.) PERSONNEL QUALIFICATIONS 1. Please identify all key personnel who are to be part of the proposed team. Identify the principal supervisory and management staff, including partners, managers, other supervisors and specialists, who would be assigned to this project. Information should be presented in sufficient detail as to provide the City an indication that the personnel involved can perform the work specified in this RFP. The City reserves the right to approve or reject each member of the team and to request substitutions. For each person, please provide the following: a. Full name; b. Employment history; c. Education and professional licensing of each person as it relates to this project; d. Specific description of what role the individual will have in this project; and e. Any additional helpful information to indicate the individual's ability to aid the proposer in successfully performing the work involved in this RFP. Page 7 of 36 2. Provide an organizational chart covering the services offered in the proposal, indicating lines of authority, names, titles, and functions of individuals assigned. The proposer must assign a contact person to the project. C.) PROJECT MANAGEMENT PLAN 1. Describe your firm's capability to provide all services and equipment required for debris monitoring. 2. Provide a description of the firm's typical resourcing approach for a project of similar scope, indicating staff hierarchy and level, contractor oversight, equipment ordering, etc. 3. Include sample billings. D.) COST OF PROFESSIONAL SERVICES The Offeror must utilize the form provided in Appendix B in its submission of a cost proposal in response to this RFP. The cost proposal must be included in each copy of the proposal. Any reworked version of Appendix B that is intended to be a substitute for Appendix B, that is provided by a Offeror may be determined as non-responsive, and may result in the proposal's disqualification. E.) QUALITY OF RESPONSE Completeness of the response to this RFQ including submission of all checklist documents. Page 8 of 36 EVALUATION AND SELECTION PROCESS All proposals will be screened by an evaluation committee and those proposers selected for a short list may be invited to attend an interview, at the proposers own expense. Any invitation for an oral presentation will be solely for the purpose of clarifying proposals received from each qualifying proposer, and will not represent any decision on the part of the evaluation committee as to the selection of a successful proposer. The City will evaluate all responses based on the experience, qualifications, project approach, price, and quality of response. The City reserves the right to negotiate the final fee prior to recommending any Vendor for a contract. The City's process is as follows: 1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100 point scale and shall be based on the following criteria: a. Firm Qualifications and Experience (25 points) b. Personnel Qualifications (25 points) c. Project Management Plan (25 points) d. Cost of Professional Services (20 points) e. Quality of Response (5 points) 2. The evaluation committee shall recommend the most qualified firm to the City Council for approval and will offer a contract based on services and fees as agreed upon. 3. Prior to the approval of an award, no evaluation committee member shall disclose any information regarding the committees' decision. 4. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for,traveling to and attending interviews. The City reserves the right to use all pertinent information (also learned from sources other than disclosed in the RFP process)that might affect the City's judgment as to the appropriateness of an award to the best evaluated proposer. This information may be appended to the proposal evaluation process results. Page 9 of 36 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: haps://www.ethics.state.tx.us/fi I inginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. The following are the current City Council and City Employees who are anticipated to either recommend or approve award of the proposal. Page 10 of 36 MAYOR: DERRICK FREEMAN COUNCIL MEMBERS: RAYMOND SCOTT JR.; CAL JONES., MAYOR PRO TEM; THOMAS KINLAW; HAROLD DOUCET SR.; CHARLOTTE MOSES; KAPRINA RICHARDSON FRANK CITY STAFF Interim City Manger: Harvey Robinson Assistant to City Manager: Rebecca Underhill Director of Finance: Andrew Vasquez Director of Development Services: Ron Burton Director of Public Works: Armando Gutierrez Interim Director of Utility Operations: Dr. Hani Tohme ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: l. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively, beginning with 1. Page 11 of 36 PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or Page 12 of 36 otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. Page 13 of 36 INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. Page 14 of 36 PUBLIC INSPECTION OF PROPOSALS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Proposer has notified the City, in writing, that the Proposal Document contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps, even if the City is negligent in failing to do so. PROPOSAL EVALUATION AND CONTRACT AWARD: Proposal Evaluation and Contract Award Process: An award of a contract to provide the goods or services specified herein will be made using competitive sealed proposals, in accordance with Chapter 252 of the Texas Local Government Code and with the City's purchasing policy. The City will evaluate all proposals to determine which offerors are reasonably qualified for the award of the contract, applying the anticipated evaluation factors and emphasis to be placed on each factor as identified in the Scope of Services. A variety of factors may be used in the evaluation of the submitted proposals for this project. The City may, at its option, conduct discussions with or accept proposal revisions from any reasonably qualified proposer. Discussions may not be initiated by offerors. These discussions will be limited to issues and topics brought forth by the City. Any attempt by proposer or vendor at deviating from the issues and topics to discuss other issues and topics concerning the Proposal brought forth by the City of Port Arthur shall be grounds for disqualification. Vendors shall not contact any City of Port Arthur personnel during the proposal process without the express permission from the City's Purchasing Manager. AMBIGUITY: Any ambiguity in the Proposal Document as a result of omission, error, lack of clarity or non-compliance by the Proposer with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Proposer's ability to meet the minimum standards required by this RFP. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. Page 15 of 36 APPENDICES RETURN WITH PROPOSAL A. Bid Sheet Yes B. Letter of Interest Yes C. Affidavit Yes D. Conflict of Interest Questionnaire IF NO CONFLICT WRITE Yes NA ON LINE 1 AND SIGN/DATE LINE 7 E. Proposer Warranties Yes F. Non Collusion Affidavit Yes G. House Bill 89 Verification Yes H. SB 252 Yes I. Federal Clauses (1-12) Yes Page 16 of 36 APPENDIX A • COST PROPOSAL FORM Date: May 30, 2018 POSITIONS HOURLY RATE Project Manager $ 69.00 Billing/Invoice/Data Manager $ 55.00 Operations Manager $ 58.00 Scheduler/Routing Manager $ 48.00 Field Supervisor $ 49.00 GIS Operator $ 53 00 Disposal Site/Tower Monitors $ 37.50 Collection Monitors $ 32.50 • Citizen Drop-Off Site Monitors $ 32.50 Load Ticket Data Entry Clerks $ 27.50 Administrative/Clerical $ 28.00 Other ADMS Specialist $ 55 00 Other FEMA Public Asstistance Specialist $ 105.00 Witt O'Brien's,LLC 818 Town & Country Blvd., Suite 200 CO NY STREET ADDRESS SIGNAT OF BIDDER P.O.BOX Greg Fenton Houston Texas 77024 PRINT OR TYPE NAME CITY STATE ZIP Chief Operating Officer 404 942-7750 TITLE AREA CODE TELEPHONE NO gfenton@wittobriens.com 281-320-9700 • EMAIL FAX NO. Page 17 of 36 • •i• WITT O'BRIEN'S • 4110 E. Quality of Response Required Forms Please see Witt O'Brien's completed required forms listed below on the following pages. • Bid Sheet • Letter of Interest • Affidavit • Conflict of Interest Questionnaire • Proposer Warranties • Non-Collusion Affidavit • House Bill 89 Verification • SB 252 • Federal Clauses (1-12) III III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 26 APPENDICES • RETURN WITH PROPOSAL A. Bid Sheet Yes B. Letter of Interest Yes C. Affidavit Yes D. Conflict of Interest Questionnaire IF NO CONFLICT WRITE Yes NA ON LINE 1 AND SIGN/DATE LINE 7 E. Proposer Warranties Yes F. Non Collusion Affidavit Yes G. House Bill 89 Verification Yes H. SB 252 Yes I. Federal Clauses (1-12) Yes III • Page 16 of 36 APPENDIX B LETTER OF INTEREST 110 RFP—To Provide Debris Monitoring Services Deadline: May30, 2018 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposals (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to provide Debris Monitoring Services for the City of Port Arthur, TX. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Completed Bid Sheet ❖ Completed RFP Letter of Interest Form • Completed Affidavit ❖ Completed Conflict of Interest Form ❖ Completed Non Collusion Affidavit ❖ House Bill 89 Verification ❖ Proposer Warranties ❖ SB 252 ❖ Federal Clauses (1-12) Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. • Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. Witt O'Brien's,LLC 5/29/2018 Firm Name Date 818 Town& Co,try Blvd., Suite 200 Houston, Texas 77024 Ad City/State/Zip Chief Operating Officer Author',ed Signature Title Greg Fenton 404-942-7750 Name(please print) Telephone gfenton@wittobriens.com 411) Email Page 18 of 36 APPENDIX C • AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Witt O'Brien's,LLC 5/29/2018 Firm Name Date 818 Town & Country Blvd., Suite 200 Houston, Texas 77024 Ad. •_s City/State/Zip • - Chief Operating Officer Authori Signature Title Greg Fenton 404-942-7750 Name(please print) Telephone gfenton@wittobriens.com Email STATE: Texas COUNTY: Harris SUBSCRIBED AND SWORN to before me by the above. . ed A reg Fenton on this the 29 day of May 20 4 �tP•P_ !AV,. 4 / DENNA M RAMSEY '�, My Commission Expires taryPu iW is ' E�,E August 24,2018 Sl l • o T RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL Page 19 of 36 APPENDIX D • CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a)with a local governmental entity and the person 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 person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code. An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. N/A 2. 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 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. Name of Officer • This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes No D. D# ribe each -••U oyment or business relationship with the local government officer named in this section. i. 0----- 4. • Greg Fenton 5/29/2018 Signature of person doing business with the governmental entity Date III Page 20 of 36 APPENDIX E • PROPOSER WARRANTIES A. Proposer warrants that it is willing and able to comply with State of Texas laws with respect to foreign(non-state of Texas)corporations. B. Proposer warrants that it is willing and able to obtain an errors and omissions insurance policy providing a prudent amount of coverage for the willful or negligent acts, or omissions of any officers, employees or agents therof. C. Proposer warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City. D. Proposer warrants that all information provided by it in connection with this proposal is true and accurate. Witt O'Brien's,LLC 5/29/2018 Firm Name Date 818 Town & Country Blvd., Suite 200 Houston,Texas 77024 Add/ City/State/Zip 1111 . 612 Chief Operating Officer Authorized Signature Title Greg Fenton 404-942-7750 Name(please print) Telephone gfenton@wittobriens.com Email • Page 21 of 36 • APPENDIX F CITY OF PORT ARTHUR,TEXAS NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion • related to the develo•ment a bmission of this bid proposal. Signature: !� Printed Name: Greg Fenton Title: Chief Operating Officer Company: Witt O'Brien's, LLC Date: 5/29/2018 SUBSCRIBED and sworn to before me by the able n. :d Greg Fenton on this the 29 day of May , 2018 . Itib po4I 4` DENNA M RAMSEY Nota Pub�n an' for the � `!4k Of te0- My Commission Expires State of Texas August 24,2018 My commission expires: q, 911 iq 1111 Page 22 of 36 APPENDIX G • House Bill 89 Verification Greg Fenton (Person name), the undersigned representative (hereafter referred to as "Representative") of Witt O'Brien's, LLC (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and • 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNAT ' OFR PRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 29 day of May , 2018 Notary Public I 4it1111 DENNA M RAMSEY My Commission Expires `` August 24,2018 ri Page 23 of 36 1 S *0 APPENDIX H • SB 252 CHAPTER 2252 CERTIFICATION 1, Greg Fenton , the undersigned an representative of Witt O'Brien's, LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051 , Section 807.051 or Section 2253.153. I 1111 further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Greg Fenton Name of Company epresentative (Print) /: Signature • Company Representative 5/29/2018 Date • Page 24 of 36 • APPENDIX I FEDERAL • CLAUSES • • 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES The Owner and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Owner, Contractor, or any other party(whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Greg Fenton (printed name of signatory) /' igt • , 5/29/2018 (signature an s-te) • Page 26 of 36 • 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 et seq. Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq., "Administrative Remedies for False Claims and Statements," apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. Greg Fenton (printed name of signatory) • Avg5/29/2018 (signature a I s ate) 1111 Page 27 of 36 • 3.ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits,examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." • Greg Fenton (printed name of signatory) 5/29/2018 (signature an' date) • Page 28 of 36 • 4. EQUAL EMPLOYMENT OPPORTUNITY 29 CFR Part 1630, 41 CFR Parts 60 et seq. During the performance of this contract,the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion,sex,or national origin.The 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. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex,or national origin. (3)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules, regulations,and relevant orders of the Secretary of Labor. • (5)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books,records,and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations,or orders,this contract may be canceled,terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. (7)The contractor will include the portion of the sentence immediately preceding paragraph(1)and the provisions of paragraphs(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 vendor.The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with,litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States." Greg Fenton (printed name of signatory) 5/29/2018 (signature an ate) Page 29 of 36 • 5. GOVERNMENT-WIDE SUSPENSION AND DEBARMENT By signing and submitting its bid or proposal, the bidder or proposer agrees to comply with the following: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified(defined at 2 C.F.R. § 180.935). (2) The contractor 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 (insert name of subrecipient). 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 (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract • that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Greg Fenton (printed name of signatory) rn 5/29/2018 (signature . da e) • Page 30 of 36 • 6. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 29 CFR § 5.5(b) (1) Overtime requirements -No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards,employed in violation of the clause set forth in paragraph (1)of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages—The Owner shall, upon its own action or upon written request of an authorized representative of the Department of Labor, • withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (I) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1)through (4) of this section. Greg Fenton (printed name of signatory) 4 5/29/2018 (signature and date) • Page 31 of 36 • 7. LOBBYING Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A,44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans,and Cooperative Agreements (To be submitted with each bid or offer exceeding$100,000) The undersigned [Contractor] certifies,to the best of his or her knowledge, that: • 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3)The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § (as amended by the Lobbying 1111 Disclosure Act of 1995). Any person who fails to the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Page 32 of 36 • The Contractor, Witt O'Brien's, LLC , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq apply to this certification and disclosure, if any. Executed this 29 day of May 2018 f, o By _ a Signature of : d•er/Contractor/Subcontractor's Authorized Official Greg Fenton Printed Name of Bidder/Contractor/Subcontractor's Authorized Official 410 Chief Operating Officer Title of Authorized Official • Page 33 of 36 • 8. CLEAN AIR 42 U.S.C. § 7401 et seq. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas,Federal Emergency Management Agency,and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Greg Fenton (printed name of signatory) I, 5/29/2018 (signature .. . date) • 9. CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 et seq. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Greg Fenton (printed name of signatory) • 5/29/2018 (signature a d date) Page 34 of 36 • 10. PROCUREMENT OF RECOVERED MATERIALS 42 U.S.C. 6962 (1) In the performance of this contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— (i)Competitively within a timeframe providing for compliance with the contract performance schedule; (ii)Meeting contract performance requirements; or (iii)At a reasonable price. (2) Information about this requirement,along with the list of EPA-designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. Greg Fenton (printed name of signatory) • i, J . 5/29/2018 (si•nature .A • date) 11.DEPARTMENT OF HOMELAND SECURITY SEAL,LOGO,AND FLAGS The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval Greg Fenton (printed name of signatory) 5/29/2018 (signature .4% date) • Page 35 of 36 • 12. COMPLIANCE WITH FEDERAL LAW, REGULATIONS,AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies,procedures, and directives. Greg Fenton (printed name of signatory) 141, 5/29/2018 (signature a d ate) • • Page 36 of 36 1 ••• WITT O'BRIEN'S • Appendix IIIResumes Leadershipand Key Project Staff Please see Witt O'Brien's project leadership and key staff resumes on the following pages. • Charles Bryant, Director of Debris Operations • Ryan Booth, Regional Manager • Mike Burgeson, Project Manager • Curt Johnson, Operations Manager • Chris Denney, Data Manager/Billing—Invoice Analyst • Josh Vetters—Field Supervisor • Alexandra Hestilow, GIS Analyst • Lynne Storz, FEMA Debris Specialist III III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 27 CHARLES BRYANT *so WITT O'BRIEN'S Qualifications Profile Areas of Expertise Charles Bryant is a highly qualified debris and emergency Debris Management Operations;Disaster Recovery and Debris Specialist;Public response specialist. His 35 years of experience in emergency Assistance;Grant Funding;Technical response services, and 10 years of experience in debris Advisor monitoring and emergency management, include leading Registrations and Certifications debris management operations in Louisiana, Georgia, New EMI NIMS Advanced Level ICS Curricula Jersey, and Texas. He is fully qualified and experienced in Train the Trainer E449,Certified Instructor providing problem resolution assistance and coordination for EMI E202 National Debris Management FEMA Public Assistance (PA)Category A and B grant funding, Planning Course,Certified Instructor and liaising with state agencies for public assistance grant EMI National Debris Management,Training funding and project development. FEMA Pilot Program Train the Trainer, Training His expertise also includes serving as debris technical advisor FEMA Hazardous Materials Contingency providing technical assistance for development of FEMA Planning,Training project worksheets for Category A debris removal projects. He FEMA Introduction to Emergency served as technical advisor for FEMA eligibility determinations Management,Training providing contractor oversight of debris management site and FEMA Liability Issues in Emergency monitoring operations. He was also subject matter expert for Management,Training debris operations aiding in development, management and National Fire Academy Fire Service operations for wet debris removal for environmental Financial Management and Planning, protection agencies, has assisted local government applicants Training and private citizens with debris removal, and served as a Hazardous Materials Tactical private property demolition technical advisor. Considerations,Training • Hazardous Materials on Scene Prior to joining Witt O'Brien's, Charles owned and operated C. coordinator,Training Bryant, Inc., an emergency management consulting firm. He Fire Department Insurance Rating,Training performed various contracted emergency management Education response and recovery planning services and provided Associate Fire Science Degree,Louisiana technical assistance for local,state and federal governments. State university at Eunice His primary areas of service were debris operations and Year Joined Witt O'Brien's planning, as well as private property debris removal program 2014 development. He also performed project management and development and oversaw the FEMA public assistance process. Charles is also certified in hazard analysis and mitigation. He has also designed Homeland Security Exercise and Evaluation Program (HSEEP) exercises, as well as instructional and educational services. Charles is a national certified instructor for E202 National Debris Management Planning Course and is an Advanced Level ICS Instructor—E449 ICS Curricula. He served on the course development team for the 2007 and 2012 rewrites of the National Debris Course, E202. Additionally, Charles is a senior adjunct instructor for the National Emergency Response and Rescue Training Center, a division of Texas A&M University. He teaches exercise design and facilitation for the Weapons of Mass Destruction (WMD)exercise program and hurricane exercise design. Charles served 25 years with the Sulphur Fire Department (SFD) in the city of Sulphur, Louisiana. For 18 of those years, he was the fire chief and emergency manager. Charles was responsible for the overall management and coordination of the fire department. Part of his responsibilities entailed the • development of organizational goals and objectives for the department. He also oversaw SFD's 0 CHARLES BRYANT • + WITT O'BRIEN'S • 1111 budgetary and staffing concerns, and coordinated and developed the department's emergency management and response efforts. Relevant Project Experience Hurricane Harvey, Texas DR 4332 (2017-2018) Served as Witt O'Brien's Regional Operations Manager for all Texas Debris Operations because of Hurricane Harvey. He is project manager for 6 concurrent client projects including Village of Jones Creek, City of West Columbia, Waller County, Clear Brook Municipal Utility District,City of West University Place, and City of Port Arthur TX. City of New Orleans Tornado (February 2017) Senior Project Manager for tornado event,which occurred in New Orleans-East. Florida - Hurricane Hermine DR 4280 Technical Advisor, Logistics Support and Operational Support initially, and later as Project Manager in Tallahassee and Leon County, FL. Livingston Parish, LA Flood Event DR 4277 Technical Advisor, Logistics Support and Operations support in Livingston Parish, LA. Louisiana Flood Event DR 4263 Served as the State of Louisiana Public Assistance Debris Manager for Debris Operations,with the responsibility for overall coordination of debris operations for the State of Louisiana as technical advisor for Local Applicants, provided FEMA Liaison support and Problem Resolution. • Georgia Severe Winter Storm Pax, DR-4165 (2014) Served as a debris technical advisor and provided technical assistance to Columbia County,Georgia,for development of FEMA project worksheets for Category A debris removal. He also served as technical advisor for FEMA eligibility determinations,and provided contractor oversight of debris management site and monitoring operations. Prior to joining Witt O'Brien's, Charles'project experience included: State of New Jersey, Hurricane Sandy, DR-4086 (2012-2013) Served as a subject matter expert for debris operations after Hurricane Sandy. He worked as a technical advisor to the New Jersey Governor's Office of Recovery and Rebuilding and aided in development, management and operations for wet debris removal for the New Jersey Department of Environmental Protection. Charles also assisted local government applicants and private citizens with debris removal. He served as a private property demolition technical advisor and provided problem resolution assistance and coordination for Public Assistance Category A and B grant funding,while serving as liaison for state agencies for public assistance grant funding and project development. Hurricane Isaac for State of Louisiana, DR-4080 (2012) After Hurricane Isaac pummeled Louisiana in 2012, Charles worked as technical advisor to the Louisiana Governor's Office of Homeland Security and Emergency Preparedness (GOHSEP). He provided planning and operational support for recovery operations and served as subject matter expert for debris operations. Charles also provided technical assistance and operational support and problem resolution to all local applicants for right-of-way debris removal, private property debris removal and private property demolition. He also provided problem resolution assistance and coordination for Public Assistance Category A and B grant funding and developed and reviewed project worksheets. III CHARLES BRYANT •`• WITT O'BRIEN'S • FEMA, AECOM (2011) Charles was a technical assistance contractor who provided FEMA with technical assistance during the development of a debris management pilot program. In that capacity, he reviewed and assessed proposed policies and procedures. He served as the lead instructor for the delivery of the pilot program to state and local governments. He also served as a debris specialist and instructor for the National Debris Planning and Management Course,given to representatives from various local and state agencies. At the regional level, he performed a debris management plan review for FEMA Region X, which includes the states of Alaska, Idaho,Oregon and Washington. During the review, he developed the plan crosswalk and criteria for the plan's review. He also conducted reviews on more than 60 local debris management plans, including the Urban Area Security Initiative Plan for the Seattle,Washington area. As a trainer, Charles served as a debris specialist and instructor for the National Debris Planning and Management Course,which is given to representatives from various local and state agencies. He also conducted debris management training for FEMA Region IX,training that was given to representatives from the Hawaiian state government and the government of Guam. Charles served as a debris monitor and trainer for five months in Joplin, Missouri,following the EF5 tornado that destroyed much of the town in 2011. Louisiana Hurricanes Gustav and Ike, DR-1786; DR-1791 (2008 - 2009) Charles was deputy debris manager responsible for overall coordination of debris operations for the State of Louisiana following hurricanes Ike and Gustay. His responsibilities included the coordination of debris removal, identification of staffing and monitoring levels as well as the establishment of a monitoring operations plan. Charles also developed and managed project worksheets and provided • environmental and historical guidance for all debris operations. Cities of Houston and Galveston, TX, Texas A&M, Galveston (2008) In the wake of Hurricane Ike,Charles provided technical assistance to the cities of Houston and Galveston,Texas and to the Texas A&M University Galveston Campus. He coordinated debris removal, developed and managed project worksheets and provided project oversight, as well as environmental and historical guidance for all debris operations. Louisiana Hurricanes Katrina and Rita, DR-1603; DR-1607 (2005) In the wake of hurricanes Katrina and Rita, Charles served as the state of Louisiana's deputy debris planning manager,and was responsible for the overall coordination of the state's debris operations. He identified necessary staffing and monitoring levels,established a plan for monitoring operations, developed and managed project worksheets and provided environmental and historical guidance for all debris operations. Charles also provided oversight of projects and supervised structural demolition activities and private property debris removal throughout the state. He coordinated and developed planning strategies and operational objectives,as they related to debris removal. Baltimore Metropolitan Council (2014) Charles developed the Baltimore Metropolitan Council's first debris removal operations and coordination specific Homeland Security Exercise and Evaluation Program (HSEEP)-compliant exercise. The exercise allowed the regional planning body— which includes the City of Baltimore as well as Ann Arundel, Baltimore, Harford and Howard counties — to evaluate multi-jurisdictional efforts to recover from a major incident. • RYAN BOOTH 960 WITT O'BRIEN'S • Qualifications Profile Areas of Expertise Ryan Booth has 8 years of experience as a Debris Debris management,project management Management Specialist. He has held many central positions in Registrations and Certifications debris monitoring projects, including recent efforts managing FEMA IS-100,Is-zoo,I5-230,IS-235,IS-240, ISO-254,15-300,15-400,15-700,IS-703,IS- operations for the City of Sanibel, Hardee County, City of 704 Bradenton, City of Palmetto, City of Ocala, Marion County, Hazardous Materials Emergency Response City of Gainesville, Alachua County in 2017-2018. City of Training(HAZWOPER 40-Hour) Tallahassee, New Hanover County, NC, and Wayne County, NC Occupational Safety and Health resulting from Hurricanes Hermine and Matthew in 2016. Administration(OSHA)Training(30-Hour) He was the Project Manager of Hurricane Isaac debris Hazardous Communications Training monitoring projects in Louisiana,where he managed crews American Red Cross First Aid&CPR that monitored private property debris removal programs Certified involving rights of entry and hold harmless agreements with HSC Basic Plus Safety Course residents, structure demolitions,and removal of debris for Transportation Security Administration parish waterways; he ensured debris removal contractors Transportation Worker Identification adhered to all laws and regulations.The storm's cleanup (TWIC)Card involved three parishes and four cities,totaling more than $2 Confined Space Attendant million in removal costs for more than 230,000 cubic yards of Firewatch Attendant debris. He was on our team that was on the ground within Breathing Air Bottiewatch Attendant hours of the event, providing preliminary damage Education assessments, hiring and training residents, and ensuring that Bachelor of Arts,Business,University of all federal, state,and local requirements were adhered to Alabama • during the removal process. Associate of Science,Faulkner State Community College Ryan's effective management has provided safe debris monitoring operations and he has managed multiple Year Joined Witt O'Brien's simultaneous projects,such as the Massachusetts storms and 2011 tornadoes, where he was a project manager with the Base Location Massachusetts Emergency Management Agency managing Houston,Texas several debris projects in 20 cities and towns in western Massachusetts. He served as a division supervisor for Mobile and Escambia Counties in Alabama on the BP Deepwater Horizon Oil Spill response project,where he coordinated cleanup efforts with the state and local municipalities. Ryan taught boom deployment strategies to response staff and was instrumental in overseeing more than 1 million feet of boom being deployed throughout the region. He also implemented safety, health, and security procedures and requirements. Ryan worked at the Naval Air Station Pensacola in Florida, overseeing the decontamination station for the US Coast Guard ships at the naval base's shipyard during the cleanup, and as a member of the Rapid Strike Force Response Team,where he oversaw all first-response vessels that responded to and investigated oil contaminated areas. He oversaw the beach cleanup in Escambia County, utilizing innovative oil removal machinery such as the E5 and E7 oil removal filters. This machinery could be programmed to sift and clean oil out of the beaches as deep as six feet.At the height of the response, Ryan coordinated the work of more than 750 beach tech workers. • RYAN BOOTH •f• WITT O'BRIEN'S • • Relevant Project Experience Florida - Hurricane Irma (2017 - 2018) Ryan served as Project Manager for City of Sanibel, Hardee County, City of Bradenton, City of Palmetto, City of Ocala, Marion County, City of Gainesville and Alachua County after Hurricane Irma affected the entire state. He facilitated staffing for the debris operations and that staff were fully trained. He managed and ensured all contractual obligations were met for these clients,advised clients on FEMA policy,and ensured that they met all FEMA guidelines to maximize reimbursement. Florida, Georgia, South Carolina and North Carolina Hurricanes (2016- 2017) Ryan has served in a Project Manager position for coordinating Witt O'Brien's response on the recovery efforts in the City of Tallahassee, New Hanover County, NC, and Wayne County, NC from Hurricanes Hermine and Matthew that impacted the Southeast in 2016. He helped to ensure debris operations were staffed,trained and that all our contractual obligations were being met to the satisfaction of our clients and all efforts were coordinated with state and FEMA appropriately. Livingston Parish, Louisiana (October 2015- December 2015) Ryan oversaw the removal of waterway debris in Livingston Parish, Louisiana. Over 10,000 cubic yards were removed from over 80 miles of shoreline.Since the debris was scattered in many locations, he worked with contractors and developed efficient methods to remove and transport the debris to FEMA- approved locations.The project was finished ahead of schedule and under budget. US Department of Agriculture (June 2015-July 2015) Ryan was part of the USDA's response team for the Avian Influenza outbreaks. He oversaw the • composting efforts of infected turkeys and chickens. He helped develop the method that USDA used to compost all remains and ensure that the virus naturally decomposed and did not spread to other farms. He also worked with experts and veterinarians to make sure the process was effective and could be duplicated on a large scale. New Hanover County, North Carolina (March 2014- May 2014) As the Project Manager, Ryan was one of the initial first responders into the State. He was responsible for collecting more than 100,000 cubic yards of debris. He also hired and trained all monitors.This project utilized hand-held tablets and printers. St. Bernard Parish, Louisiana (2012- 2013) Ryan was part of the initial response team that was on the ground with two mobile command units ready to begin preliminary assessments within hours of"all clear" being sounded after Hurricane Isaac. He hired and trained local residents to fill monitoring positions, ensured adherence to federal,state,and local requirements,and monitored and managed public and private property debris removal,as well as waterway removal and private structure demolitions. The City of Springfield, Massachusetts (June 2011 — December 2011) Ryan was the Project Manager for 2 debris monitoring projects in western Massachusetts in response to a severe tornado and snowstorm. He led planning and coordination between clients, FEMA and contractors.Storm cleanup totaled 41,792 tickets and 1,726,420 cubic yards of debris;the storm created 96,696 hanging limbs and left 4,093 leaning trees,for a total cost of$74,769,145. • RYAN BOOTH ••• W I TT O'B R I E N'S • BP Deepwater Horizon Oil Spill (April 2010- April 2011) Ryan implemented safety, health, and security procedures and requirements as part of the response to the BP Deepwater Horizon Oil Spill. He managed response teams for cleanup efforts, and purchased/leased equipment —ATVs, absorbent boom, personal protective equipment, boats,trucks, etc. —to enhance the cleanup effort, as well as taught booming strategies to personnel. He also conducted weekly safety training for responders and coordinated efforts with local municipalities and communities. He collected and submitted samples for analysis and investigated and managed cleanup of oil-contaminated areas.Additionally, Ryan conducted incident investigation on injuries, illnesses and near misses. He implemented hurricane preparedness plans, and ensured compliance with Federal and State air quality,water quality, and waste regulations, in addition to OSHA and US Coast Guard regulations. III III MIKE BURGESON 05) WITT O'BRIEN'S • Qualifications Profile Areas of Expertise Mike Burgeson is a debris supervisor for Witt O'Brien's having Disaster monitoring and management worked on monitoring projects in Florida and Georgia Registrations and Certifications following Hurricanes Matthew and Hermine in 2016. Prior to None joining Witt O'Brien's, Burgeson worked for Solid Resource; Education Inc., monitoring debris following a severe ice storm in Tulsa, Associates Degree,Health and Human Oklahoma in 2007. Performance,Applied Sciences,Tulsa Community College,2010 Relevant Work Experience Year Joined Witt O'Brien's « Witt O'Brien's, 2016-present, Hurricanes Matthew 2016 and Hermine 4 Project Manager DR-4280 t Operations Manager DR-4280 • Field Supervisor DR-4284 Solid Resources, Inc.,Tulsa, OK, 2008-2009 Field Supervisor DR-1786 Project Coordinator DR-1786 Debris Monitor,Tulsa Ice Storm 411 • • ••• WITT O'BRIEN'S • Transmittal Letter • May 30, 2018 Clifton Williams, Purchasing Manager City of Port Arthur 444 4th Street,4th Floor Port Arthur,Texas 77640 RE: RFP#P18-066—Debris Monitoring Services Dear Mr. Williams: Witt O'Brien's appreciates the opportunity to offer this Request for Proposal response to the City of Port Arthur to continue to provide disaster debris monitoring services to support the City with the oversight and management of their debris recovery contractors on an"as needed"basis for either declared or non- declared events. Witt O'Brien's builds resilience. We provide clients with extensive disaster monitoring services, and we routinely perform the specific services outlined in the RFP Scope of Services. We have a range of services to prepare clients before a disaster strikes, and services that will support their swift recovery efforts when disasters strike.We are exceptionally proficient at building necessary coalitions to link government agencies,first responders, business communities and residents. We are on the frontline, ensuring that public, private, and non-government organizations are fully prepared to manage challenges of any type or magnitude of a disaster, and we are prepared to activate within 24 hours of a notification to proceed. • Our principal point of contact regarding this proposal are as follows: o Greg Fenton, Chief Operating Officer-Authorized to Sign on Behalf of, and Bind the Company: gfenton@wittobriens.corn;CC: vendors@wittobriens.com; (404)942-7750(m); (281)320-9796 (o);(281)320-9700(f) o Cheryl Joiner, Director of Contracts and Compliance-Authorized to Sign on Behalf of, and Bind the Company:cdetillieu@wittobriens.com; CC: vendors@wittobriens.com; (281)606-4721 (o); (281)320-9700(f) o Charles Bryant, Director of Debris Operations-Proposed Project Principal regarding Technical and Price Proposals:cbryant@wittobriens.corn; CC:vendors@wittobriens.com; (337)476-0158(m); (281)320-9700(f) Upon notification of award, Witt O'Brien's will actively work with the City of Port Arthur to negotiate and finalize any contracting needs in a fair and reasonable manner. We are confident that our proposal identifies us as the most capable candidate, and we look forward to your favorable review,which will allow us to continue providing the requested professional services to the City of Port Arthur. Respectfully yours, I Greg Fenton, Ch-e Op- a ing Officer-Authorized to Sign on Behalf of, and Bind the Company II/ Witt O'Brien's, LLC Witt O'Brien's, LLC 1818 Town&Country Blvd.,Suite 200, Houston,TX 77024 I (281)320-9796 I www.wittobriens.com • •s• WITT O'BRIEN'S • Table of Contents • Transmittal Letter 1 Table of Contents 2 A. Firm Qualifications and Experience 3 About Witt O'Brien's 3 Our Capacity 3 Successful Debris Recovery Project Examples 5 References 9 B. Personnel Qualifications 11 Principal Contact 11 Debris Monitoring Project Organization Chart 11 Project Leadership and Key Staff 11 C. Project Management Plan 13 Disaster Debris Monitoring—Plan and Approach 13 Special Disaster Recovery Program Management Services 23 D. Cost of Professional Services 25 • E. Quality of Response 26 Required Forms 26 Appendix 27 Resumes I Project Leadership and Key Staff 27 Proposed Contract Exceptions 28 • RFP#P18-066 1 City of Port Arthur 1 Debris Monitoring Services 2 • ••• WITT O'BRIEN'S • A. Firm Qualifications and Experience • About WittO'Brien's O Brlen s Witt O'Brien's builds resilience.As a global leader in crisis and emergency management, our innovative solutions help governments, communities, and businesses in times of emergencies and crises. We make a difference by partnering with our clients to save lives, protect assets, and recover from disasters. Witt O'Brien's was established through the combination of the nation's top preparedness,crisis management, and disaster response and recovery organizations:Witt Associates,founded in 2001 by former Federal Emergency Management Agency(FEMA) Director James Lee Witt, and O'Brien's Response Management,founded in 1983 by Jim O'Brien's, a premier leader in oil spill response management and debris management. Now, Witt O'Brien's is a limited liability company, incorporated in the State of Delaware,with over 500 full-time, part-time, and on-call employees nationwide with offices in Washington, DC,Texas, Florida, Puerto Rico and a global office in Brazil. With zero debt,strong cash flow, and a record of accomplishment of true partnership between the company and its clients,Witt O'Brien's is a financially stable,100%wholly owned subsidiary of SEACOR Holdings, a $lbillion+publicly traded company on the New York Stock Exchange under the symbol CKH. SEACOR had more than$336mm of cash as of December 31, 2017.As a SEACOR subsidiary, we have stability and resources that surpass most of our peers. Our Capacity Witt O'Brien's has a long history of multiple contract activations for a single disaster event and assures the City that such obligations will not preclude us from meeting the obligations under this contract. Our . success extends to and depends on the capacity to support multiple clients at once—we have supported as many as 40 concurrent client deployments. We recently supported simultaneous recovery efforts as result of the Hurricanes Harvey and Irma in Texas, Florida,Georgia and the US Virgin Islands. On these projects combined,we activated more than 1,500 personnel. Experience Mobilizing Large Workforces Witt O'Brien's is proud to demonstrate how we will seamlessly meet your goals and objectives while possessing the ability to manage multiple large-scale projects in unison if the situation arises. We have a long history of successfully supporting multiple client activations at the same time. In late August 2017 and early September 2017, we mobilized teams to respond to the devastating hurricane events that impacted Texas, Florida and Georgia. We were activated to support nearly 40 clients for debris monitoring.Through these efforts,we have managed and monitored more than 5 million cubic yards of debris and have hired, trained and utilized over 1,500 monitoring personnel. In August of 2016, we mobilized a team to respond to the devastating flood events that impacted Louisiana. While still in Louisiana, we were called on to mobilize and support three (3)clients with their debris operations and recovery from Hurricane Hermine which impacted Florida in early September 2016. Before these efforts were complete, Hurricane Matthew formed and impacted the entire southeast coast from Florida up through North Carolina. We were activated and mobilized to support eleven (11) additional clients with debris monitoring and support. Through these 2016 efforts,we have managed and monitored more than 2,200,000 cubic yards of debris and we have hired,trained, and utilized over 1,500 monitoring personnel. Between September 2012 and February 2013,the company managed seven (7)debris monitoring projects, removing over 240,000 cubic yards of debris in response to Hurricane Isaac in Louisiana while III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 3 • ••• WITT O'BRIEN'S • at the same time managed over 525,000 cubic yards of debris at eight (8) of the New Jersey Hurricane • Sandy sites from October 2012 through October 2013. Our company is effective at managing multiple efforts simultaneously because our project managers and executive leadership are constantly meeting, coordinating, and planning. At the first sign of potential obstacles, project managers engage directly with senior leaders to identify additional resources, strategies and solutions. Emergency Coordination and Local Government Representation A key component of Witt O'Brien's approach to supporting our clients with disaster management and recovery is to advocate for our clients' interests. Our team will coordinate with Federal, State, and Local emergency agencies and we will be at all meetings to represent the City.Throughout the lifecycle of the disaster recovery period,we will be prepared to directly engage with FEMA, FHWA, NRCS, and any other Federal,State,or Local emergency agencies to: • Minimize confusion and miscommunication • Provide required and requested documentation • Explain the City's intent and project status • Solve problems that may arise • Maximize reimbursement Our experts will work with the City to establish a regular meeting schedule with our Federal, State,and Local counterparts so that we can discuss issues, share ideas, and identify priorities for the immediate future. For each meeting,we will help prepare your designated officials with all necessary background information and materials,discuss strategy,and provide support. Expertise in Federal Funding Programs FEMA, FHWA, HUD and NRCS • Few companies can cite our experience and success with FEMA, FHWA, HUD and NRCS disaster recovery funding programs. Our permanent staff of professional consultants has extensive experience with the complexities,and nuances of federal funding guidelines, requirements, and eligibility rules,and environmental, historical and archeological regulation compliance.They have prepared hundreds of FEMA claims with the goal of maximizing reimbursements to disaster-affected communities. We have also provided training and planning services to many large state agencies and local government entities. Experience with FEMA Public Assistance, Emergency Management Planning and Preparedness Services Witt O'Brien's offers a complete range of planning, mitigation, and prevention services to better prepare an organization before a crisis occurs as well as response and recovery services to ensure an organization can respond appropriately afterward.These services range from on-call consulting to full- scale program development and implementation conducted by personnel with demonstrated expertise in EOC operations, damage assessment, Hazard Mitigation Grant Programs, Individual Assistance Program, Public Assistance Program among other areas of expertise. No firm that provides disaster recovery consulting services at the state and local level is more experienced than us when it comes to advising clients on disaster recovery needs and providing a full range of recovery services under the Stafford Act.The most daunting and challenging issues faced by states and local governments during disaster recovery following a significant event, are exactly the issues and problems we have tackled and have been successful in resolving over the past 15 years. Our experts help manage and implement critical recovery programs for disaster-impacted communities. Since 2001,we have assisted in the management and implementation of more than$25 billion in PA IIII Program funding, representing more than 80,000 Project Worksheets (PWs). We have helped manage RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 4 ••• WITT O'BRIEN'S • and implement more than$3.1 billion in HMA funds for more than a thousand mitigation projects. Witt • O'Brien's experts have helped clients justify, secure, and utilize more than$12 billion in disaster supplemental funding—funding beyond PA and HMA—including monies from the Community Development Block Grant Program (CDBG). Witt O'Brien's provides a suite of Recovery services, including: • Long-Term Recovery Planning • FEMA Public Assistance Program Support and Technical Assistance • Financial and Grant Management • FEMA Hazard Mitigation Program Support and Technical Assistance Staff Augmentation • Insurance Recovery&Adjusting • FEMA Close-out and Audit Support • FEMA 1st and 2nd Appeal Assistance • Federal Disaster Recovery Grants • Disaster Housing Assistance Witt O'Brien's provides a suite of Preparedness, Planning and Training services including: • Assessment and Gap Analysis • Emergency Management Accreditation Program Support Services(EMAP) • Emergency Management Capability Assessments • Physical and Cyber Security Assessments • Emergency Response Planning; All-Hazard and Hazard-Specific • Continuity of Operations/Government Planning • In-Person and Computer-Based Training • Emergency Operations Center Planning,Training, Exercising • • Public Health Preparedness • HSEEP-Based Exercises Successful Debris Recovery Project Examples Our relevant current and past performance includes the projects listed below. Debris Monitoring—Hurricane Irma; Multiple Clients in Florida and Georgia; September 2017—March 2018 Witt O'Brien's recently was active and fully engaged in debris monitoring and management of multiple client operations in Florida and Georgia because of Hurricane Irma that impacted the area in early September 2017.To date,for these projects, we have monitored the removal of nearly 4.3 million CY ROW vegetative debris, approximately 208,000 CY of C&D debris,and hauled approximately 702,000 CY of mulch. Our operations for Irma projects are noted below: • Alachua County, FL • City of Sanford, FL • Broward County School Board, FL • City of Sanibel, FL • City of Atlanta, GA • City of Savannah, GA • City of Bradenton, FL • Hardee County, FL • City of Coral Gables, FL • Indian Creek Village, FL • City of Edgewater, FL • Marion County, FL • City of Fernandina Beach, FL • Nassau County, FL • City of Homestead, FL • Orange County, FL • City of Gainesville, FL • Town of Davie, FL IP • City of Lighthouse Point, FL • Town of Lauderdale by the Sea, FL RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 5 ••• WITT O'BRIEN'S • City of North Lauderdale, FL • Town of Loxhatchee Groves, FL • • City of North Miami Beach, FL • Town of Miami Lakes, FL • City of Oakland Park, FL • Town of Southwest Ranches, FL • City of Ocala, FL • Town of Surfside, FL • City of Palmetto, FL • Village of Key Biscayne, FL • City of Parkland, FL • Village of Virginia Gardens, FL • City of Plantation, FL Debris Monitoring—Hurricane Harvey; Multiple Clients in Texas; August 2017— January 2018 Witt O'Brien's recently was active and fully engaged in debris monitoring and management of multiple client operations in Texas because of Hurricane Harvey that impacted the area in late August 2017.To date,for these projects,we have monitored the removal of more than 543,000 CY of vegetative C&D debris and nearly 4,700 CY of household hazardous waste. Our operations for Harvey projects are noted below: • City of Port Arthur • City of West Columbia • City of West University Place • Clear Brook City MUD • County of Waller • Village of Jones Creek Our project in Port Arthur was the largest of the six,with 487,974 CY of debris plus E-Waste and White Goods. IIIDebris Monitoring—Severe Storms and Flooding (DR-4277) Livingston Parish, Louisiana;August 2016—June 2017 Witt O'Brien's was retained by Livingston Parish, Louisiana to assist with the monitoring of debris removal after the historic level flooding event in August 2016. We helped the Parish manage the monumental task of the removal of over 850,000 cubic yards of construction and demolition debris, 20,000 white goods, and over 338,000 pounds of putrescible waste, 26,000 pounds of e-waste and 34,420 pounds of hazardous waste resulting from water damaged homes and businesses. We are currently monitoring the removal efforts in the Parish, continuing to help with the long-term recovery of the communities within the Parish. Debris Monitoring—Severe Winter Storm (DR-4165) Columbia County,GA,and New Hanover County, NC; February 2014—July 2014 Witt O'Brien's was contracted by Columbia County, Georgia and New Hanover County, North Carolina in the aftermath of a severe winter storm of snow and ice that struck Georgia, North Carolina,and South Carolina. We helped the counties recover from the disaster by managing debris operations and developing FEMA Project Worksheets for Category A debris removal. In Columbia County and New Hanover County,we monitored approximately 650,000 CY and 126,000 CY of debris removal, respectively. In client questionnaires, Columbia County and New Hanover County rated us 10 out 10 in ability to manage project costs; ability to maintain project schedule; quality of work; quality of consultative advice provided on the project; professionalism and ability to manage personnel; project administration; ability to verbally communicate and document information clearly and succinctly; ability to manage risks and III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 6 • ••• WITT O'BRIEN'S • unexpected project circumstances; ability to follow contract documents, policies, procedures, rules, and • regulations; and overall comfort level with hiring us. Debris Monitoring— Hurricane Isaac (DR-4080) Various Clients in Louisiana;September 2012—February 2013 Witt O'Brien's had prepositioned personnel and equipment just outside of the region long before Category 1 Hurricane Isaac struck the State of Louisiana. Our initial response team, which consisted of our Vice President of Debris Services, a Senior Project Manager, Project Managers for each client, Data Managers and administrative staff, was on the ground with two Mobile Command Units and ready to commence preliminary damage assessments within hours of the "all clear." Within just a few days, we had hired and trained residents to fill monitoring positions and had fully staffed several projects. We completed professional disaster debris monitoring and FEMA Public Assistance consulting projects for these local governments: Client CYs Tickets DMS Monitoring Costs St.Bernard Parish 48,038 2,269 2 $470,000 Livingston Parish 15,155 402 3 $139,710 Lafourche Parish 111,818 2,291 2 $436,705 City of Slidell 22,449 1,609 2 $171,940 City of Mandeville 11,000 289 1 $77,104 • City of Central 26,508 599 1 $69,504 City of Thibodaux 22,026 396 1 $124,153 Totals 256,994 7,855 12 $1,489,716 On each of these projects,our debris management and monitoring specialists ensured that FEMA,state and local requirements were adhered to by the debris removal contractors, and that all work was performed efficiently, safely and in compliance with environmental regulations.All projects involved Right of Way debris removal and several had waterway and other special debris issues. In St. Bernard Parish, our crews also monitored and managed private property debris removal programs involving Right of Entry and Hold Harmless agreements with residents,and some home demolitions, as well as the removal of debris from the Parish's waterways. Debris Monitoring and FEMA Public Assistance— Hurricane Sandy (DR-4086) Multiple Clients in New Jersey;October 2012—October 2013 Witt O'Brien's provided debris monitoring and FEMA Public Assistance program consulting services to several local governments in New Jersey affected by Hurricane Sandy. Debris Monitoring-Our project manager was operational in the State Emergency Operations Center immediately after the storm passed, to assist with the Office of Emergency Management's response and recovery coordination efforts and to assist local governments in identifying immediate needs and performing Preliminary Damage Assessments. On each of these projects,we provided project management and field personnel to monitor and document of the removal of hazardous waste and materials, private property debris, white goods, • including verification of Freon recovery, stumps, hanging limbs,trees,construction and demolition RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 7 • elle WITT O'BRIEN'S • materials, and loose vegetative debris. Several of these projects also entailed electronic waste, recycling • of materials, roll off container monitoring, sand removal and the clearing of drainage systems and basins. Our services also included collecting and managing the large amount of data generated, providing each client with daily status reports on their debris removal projects and preparing daily and weekly reports for the New Jersey Department of Environmental Protection,which oversees all debris removal operations affected areas of the State.The table below provides a summary of each project for our various New Jersey local government clients: Client CYs Tickets DMS Peak Staff Monitoring Costs Borough of Deal 300 35 1 6 $21,204 Borough of Keansburg 25,617 532 2 5 $111,787 Borough of Lavallette 198,148 7,232 1 25 $543,928 Neptune Township 82,920 2,278 1 8 $208,999 Borough of Sea Bright 47,571 1,405 1 5 $129,182 Borough of Union Beach 74,074 2,065 2 13 $280,996 Town of Holmdel 85,765 1,542 2 11 $119,871 Ventnor City 11,274 482 1 12 $126,649 • Totals 525,669 15,571 11 85 $1,542,615 FEMA Public Assistance-Witt O'Brien's staff assisted the State of New Jersey and several local towns and boroughs directly with coordination,team development, and communication to maximize grant awards and to reduce the likelihood of problems.We implemented the program delivery by utilizing Public Assistance Specialist/Project Officers. We enhanced the overall recovery effort and assisted in maximizing funding from insurance and federal disaster programs by: • Participating in applicant briefings and kickoff meetings; • Providing information to the applicant to help determine possible program and damage eligibility; • Inspecting damage sites and ensuring a properly documented damage inspection process that facilitated less burdensome applicant claims and quicker reimbursement; • Providing eligibility guidance using our staffs comprehensive knowledge of federal Public Assistance and 406 mitigation program eligibility requirements; and • Working with FEMA and applicants by facilitating on-site visits when appropriate. We also assisted in the project worksheet preparation, request for reimbursement review, scope of work validation, interim inspection completion, request for Improved and Alternate project submissions, overrun validation and final inspection completion. We provided insurance guidance and worked closely with the Applicant and their staff members to promote a professional forum for all parties and ensure the claims process moved forward.Additionally,we promptly reviewed documents to facilitate the reimbursement process and advocated for maximum benefits for the applicant with FEMA. • RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 8 • ••• WITTO'BRIEN'S • Witt O'Brien's consistently strives to provide our clients with exceptional service.The projects presented • here are a representation of our ability to consistently and successfully support our clients and execute their projects on-time, on-budget and with their complete satisfaction. References The projects presented here are a representation of our ability to consistently and successfully support our clients and execute their projects on-time, on-budget and with their complete satisfaction. Reference No. 1 Project Name Orange County, FL Contact Name&Title Ralphetta Akers, Manager Fiscal and Operational Support Address 4200 S.John Young Pkwy, Orlando, FL 32839 Telephone 407-836-7900 Email ralphetta.akers@ocfl.net Period of October 2017—March 2018 Performance Scope of Work We helped the County recover by managing debris operations and developing Performed FEMA Project Worksheets for Category A ROW debris removal and storm water drain debris removal. We monitored approximately 64,892.68 CY. Reference No. 2 Project Name City of Edgewater, FL Contact Name&Title Brenda Dewees, Director of Environmental Services Address 409 Mango Tree Drive, Edgewater, FL 32132 Telephone 386-424-2400 ext.4001 • Email bdewees@cityofedgewater.org Period of September 2017 Performance Scope of Work Witt O'Brien's was contracted by the City of Edgewater to help recover by Performed managing debris operations and developing FEMA Project Worksheets for Cat. A debris removal.We monitored approximately 125,629.15 CY. Reference No. 3 Project Name Alachua County, FL Contact Name&Title Sam Sullivan,Assistant Director of Solid Waste Address 5620 N.W. 120th Lane, Gainesville, FL 32653 Telephone 352-213-4799 Email rss@alachuacounty.com Period of September 2017 Performance Scope of Work We helped the County recover from the disaster by managing debris Performed operations and developing FEMA Project Worksheets for Category A debris removal. We monitored approximately 179,513.15 CY of debris removal. Reference No.4 Project Name New Hanover County, NC Contact Name&Title Kim Roane, Business Officer IIIAddress 230 Government Center Drive, Wilmington, NC 28403 RFP#P18-066 City of Port Arthur 1 Debris Monitoring Services 9 • ••• WITT O'BRIEN'S • Telephone 910-798-4402 • Email kroane@nhcgov.com Period of February 2014—July 2014 Performance Scope of Work Witt O'Brien's was contracted by New Hanover County in the aftermath of a Performed severe winter storm of snow and ice (DR-4167)that struck Georgia, North Carolina, and South Carolina. We helped the County recover from the disaster by managing debris operations and developing FEMA Project Worksheets for Category A debris removal. We monitored approximately 125,629.15 CY. • • RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 10 • •i• WITT O'BRIEN'S • * B. Personnel Qualifications Principal Contact The authorized principal contact for technical clarifications regarding this proposal: Charles Bryant, Director of Debris Operations 2200 Eller Drive Fort Lauderdale, Florida 33316 (337)476-0158 cbryant@wittobriens.com Debris Monitoring Project Organization Chart CITY OF PORT ARTHUR,TEXAS Witt O'Brien's Witt O'Brien's Regional Project Manager Director of Debris Operations RYAN BOOTH CHARLES BRYANT Witt O'Brien's Debris Project Manager MIKE BURGESON al Operations Planning/Training Finance Logistics Operations Manager Environmental Specialist Billing/Invoice Analyst Supply Support' Health and Safety Manager GIS Analyst ADMS Specialist Expediter/Scheduler Federal Grant Specialists/ Data Manager Field Supervisors Coordinators(Debris) Data Entry Clerks Disposal Site Monitoring Call Center Operator* Roving Monitors Admin Support Staff Removal/Roadway Monitors *Other Required/Suggested Debris Monitoring Positions Citizen Drop-off Site Monitor Project Leadership and Key Staff Witt O'Brien's has an impressive lineup of subject matter experts and seasoned debris monitoring specialists to our clients' projects.Their knowledge and experience has helped our clients effectively accomplish the complexities of managing crises and disasters.We retain permanent full-time employees, staff of debris monitoring specialists who are ready to mobilize on behalf of our clients on short notice. Each is highly qualified and motivated to manage large projects for government entities, especially multiple local governments simultaneously. During project execution, our executive management team performs high-level oversight to provide our project teams with organizational and planning guidance. We understand what can be expected and leverage their experiences to aid our clients in full, long-term recovery. • Our proposed project team includes: RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 11 • •f• WITT O'BRIEN'S • Charles Bryant, Director of Debris Operations • • Ryan Booth, Regional Manager • Mike Burgeson, Project Manager • Curt Johnson,Operations Manager • Chris Denney, Data Manager/Billing—Invoice Analyst • Josh Vetters—Field Supervisor • Alexandra Hestilow, GIS Analyst • Lynne Storz, FEMA Debris Specialist Resumes of the proposed project team listed above can be found in the Appendix. Our Local Hiring and Diversity Program Witt O'Brien's is an equal opportunity employer. We are committed to hiring as many qualified local personnel as possible on our projects,to both minimize travel expenses and to spread employment opportunities locally.We are also dedicated to diversity and opportunity for qualified minorities—within our company, as well as on temporary projects. Disadvantaged, Minority, Woman-Owned, Small Business Inclusion Plan Witt O'Brien's does not plan to directly utilize subconsultants on this project now. However, if subconsultants are needed, we will make every effort to identify qualified local, minority and/or small business suppliers of goods and services from around the area if activated to provide the requested services as necessary. Witt O'Brien's will endeavor to team with such qualified firms to provide these goods and services as needed: • Professional and technical services staff • Compliance services staff S .• Administrative and office staff • Engineering/Environmental services • Office supplies and equipment • Field inspectors and site monitors Veteran Hiring Initiative Many of our emergency preparedness and disaster response leaders are former service men and women who have served our country in challenging military and humanitarian relief missions.Their considerable training and response experience brings significant advantage to Witt O'Brien's clients:A constant state of readiness with qualified, experienced and dependable personnel ready to deploy.To secure this valuable human resource, in addition to our full-time dedicated professional staff,we partnered with veteran and National Guard recruiting programs to identify former military personnel and their spouses who are interested in being on our teams. Our veteran recruiting program conducts outreach efforts through local job fairs, military recruiting and networking events.These events allow us to identify and add to our resource pool veterans who bring unparalleled dedication to our clients. Our program is active throughout the United States and its territories.To supplement our full-time employees and ensure sufficient staffing, readiness and responsiveness necessary for our contracts, we are also highly engaged in local and regional veteran job fairs. We maintain an active database of qualified individuals who can be temporarily employed by us to respond to and support a project. III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 12 • ••• WITT O'BRIEN'S • C. Project Management Plan • Disaster Debris Monitoring— Plan and Approach Witt O'Brien's has a sound project management approach, which allows us to mobilize rapidly, adapt to fluid circumstances and challenges, implement our tested operating procedures seamlessly, and provide the City with the finest debris monitoring and federal grants management services available. We are an extension and partner to the City, and will serve to augment and strengthen your capabilities. Our approach is designed to allow us to coordinate and integrate rapidly and effectively with all participants in a major debris removal and grants management operation while maintaining the highest level of customer service and accountability, while remaining flexible and scalable to allow us to adapt to ever changing project requirements. Effective debris operations will be initiated by establishing partnerships with the City, State FEMA and Removal Contractors.This is accomplished by working within an established organizational structure to ensure adequate operational controls and that adequate decision-making processes are established.The establishment of an organizational structure is performed to define responsibilities for debris monitoring staff and for efficient operational control and clear lines of communication to meet the City's expectations.This is accomplished by consulting with the city to establish operational areas or branches based on specific areas or regions of responsibility for the field operations.A NIMS compliant structure that is flexible and will support existing operations to allow for efficient communications flow and operational controls. It will also provide adequate debris contract support, field debris operations, logistical and planning support. Field operations are coordinated through project development and staffing levels sufficient to • adequately conduct an effective field monitoring process and Debris Management Sites operation. Assigned field monitors will review operations daily in support of the City on overall activities for their assigned area for contract validation and documentation of debris eligibility and contract compliance. Daily reports and communications will be submitted to the operations and planning branches. Coordination of debris operations will be performed by establishing overall project management and development of ongoing and changing operational goals and strategies.The coordination of meetings among all agencies associated with the debris operations is required to maintain overall situational awareness.Some of the associated agencies will include but not limited to Witt O'Brien's staff,the City, associated contractors, legal representation, environmental agencies, historical agencies, and other Public Assistance groups.The planning section assists in providing technical assistance for all debris operations to the applicant including Waterway debris, Private Property Debris Removal (PPDR) and Demolition activities. The following sections describe our customized technical approach to fully respond to the services expected by the City.We have also included details of our valued-added services where pertinent. Project Plan Timeline I "The Master Plan" (Subject to Change) Project Management Plan Summary and Timeline(Subject to Change) Task Time Frame Scope-of Work • Pre-Event Coordination,Planning Prior to Storm Season Train client's debris staff;review/revise debris and Training or an anticipated management plan;review ordinances and codes. event Pre-Event Project Management 12—48 Hours from a Coordinate with client,debris removal contractors,FEMA, Notice to Proceed State;Devise Action Plan. • RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 13 Project Management Plan Summary and Timeline(Subject to Change) • Task Time Frame Scope of Work Damage Assessments and Debris 8—48 hours Coordinate with FEMA,State and Client to scout affected Quantity Estimations area and document damages;estimate debris quantities and removal costs identify hazardous and dangerous debris for immediate removal. Debris Clearance Coordination and First 70 hours of Prioritize roads,facilities and areas for initial debris Monitoring clearance work clearance;document T&M contract work and force account expenses.Track costs for Federal Aid roads separately. Truck Measurement and Initiated within first Measure capacity,mark,certify,log,photograph collection Certification two days and trucks as they arrive on scene;Periodically"spot check" continued as needed trucks for compliance and accuracy of volume measurement to reveal and deter tampering. Health and Safety/Quality 48—72 hours Initiate Health and Safety awareness and compliance Assurance Program program;ensure debris sites and personnel are equipped with proper safety gear;Implement Quality Assurance program to ensure contract compliance and maintain performance standards and goals. Public Information First two weeks Establish Debris Hotline phone center to field questions from residents and record complaints;devise and disseminate information about debris removal program requirements and timelines. Hire and Train Local Debris 48 hours in and as Recruit,screen and train locally hired monitoring,clerical Monitors needed for duration of and administrative personnel project Debris Management Site 48—72 hours Inspect sites,document conditions,secure permits, Establishment and Staffing prepare safety report,coordinate set-up with contractors; Staff each DMS with at least 2 experienced and trained • monitors to assess load volumes and inspect debris. Debris Collection Site Monitors 48—72 hours Pair monitors to collection crews and dispatch to debris removal sites as needed to complete and issue load tickets. Field Supervisors 48—72 hours Deploy experienced Field Supervisors to oversee monitoring activities and implement quality assurance program at a ratio of 1:10. Roving Monitors 48—72 hours Deploy roving monitors to locate,document and map special debris(hazardous,stumps,leaning trees,white goods,etc.);report on ineligible debris and contractor caused damages. Federal Aid Roadway Debris 1st pass Initiate the collection of debris from Federal Aid System Removal Program roadways;track and document all costs separately for FHWA ER program. Special Debris Program 2—3 weeks in Deploy specially trained and equipped monitors to document(with photos and GPS)the proper removal of special debris types(stumps,hanging limbs,leaning trees, hazardous waste,white goods,etc.) Data and Document Management 48 hours in and for Data collection,entry,management,and daily reporting; and Reporting duration of project document collection,management,scanning and storage. Contractor Invoice Reconciliation Within 3 days of Review contractor invoices and database for accuracy and receiving invoices reconcile with Witt O'Brien's independently maintained database;provide written discrepancy reports and payment approvals. Final Pass Completion Last weeks of debris Publish public announcements of last pass schedules; collection operations Deploy roving monitors to confirm clearance of all roadways and map any remnants;Provide written confirmation of debris removal completion. • RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 14 Project Management Plan Summary and Timeline(Subject to Change) 410 Task Time Frame Scope of Work Mulch and Processed Debris Haul- Last two weeks Monitor and document the removal of reduced and out processed debris from DMS;Confirm final disposition of debris and document. Debris Management Site Closure After DMS cleared of Document and confirm removal of all debris,equipment, debris towers and materials;document site restoration work and costs;confirm compliance with environmental regulations. FEMA Claims Support For Duration of Project Witt O'Brien's works with the Client,the State and FEMA from the initiation of the project to ensure that all eligible costs for debris removal are documented and submitted for reimbursement,including for Immediate Needs Funding estimates. After Action Report Within 30 days of Prepare a report detailing project specifics,highlights,data, project completion lessons learned and recommendations for next event. The project schedule and response times set forth in this proposal are subject to change due to various conditions which are outside of the CONTRACTOR's control, including but not limited to availability of hauling assets, evacuation orders, persistent extreme weather conditions,flooding, access/entry to the impacted area,and unsafe entry conditions. Our Equipment Witt O'Brien's is dedicated to preparing for a rapid response to all clients'disaster response and recovery needs, and it maintains all the supplies and equipment necessary to initiate a debris monitoring project in pre-packaged bundles at office facilitates and warehouses—ready for rapid deployment to any disaster area in the US. 11111 Our team will have all necessary equipment and supplies needed for a major debris monitor project ready to mobilize on short notice, including: • Offices and Support Staff—We can draw on additional project support staff, equipment, and supplies or use for off-site tasks such as Geographic Information Services(GIS) analysis,data entry, payroll management, logistics, printing, etc. • Mobile Command Posts—We maintain four modified RV-style vehicles equipped with generators, computers, printers, communication equipment,and sleeping quarters,which allows the management team to deploy rapidly and to be self-sufficient for several days until base utility services have been restored to the disaster area; • Mobile Command Post Assets Witt O'Brien's Mobile Command Post Assets MCPS 40 , �1 ;MCP4OW MCPS4,11110 MCP6 Role:Operations Role:Management& Role: Equipment Role:Operations ;Human Resources Transport Length:38 ft. >.ength:37 ft. Length:20 ft. Length:38 ft. • Features • Features • Features • Features • Diesel and battery • Shower and • Equipment • Generator backup Toilet transport and backup • Refrigerator • Washer and dryer storage • Sleeps six • 2 TVs/monitors • 1 TV/monitor • Generator • Wi-Fi • 3G data access on • Generator • AC Verizon • Sleeps four • Can be turned • Internal wired network • Wi-Fi into an office • • Wi-Fi RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 15 • Electronic Hand-Held Units/Tablets and Printers—More than 300 hand-held units (tablets)for • paperless load ticketing and automated data management; we can acquire additional units as required on short notice- we have a contract in place that will provide us with tablets drop- shipped to us within 48 hours; • Laptop and Desktop Computers—More than 100 portable computers and printers ready to deploy; • Generators—Multiple generators will power computers and printers and recharge handheld devices; • Cell Phones—Project management team members are issued company smartphones with internet,GPS, email, voice, and texting communication capabilities; • Digital Cameras—More than 250 cameras include large capacity memory cards and GPS tagging capability;our tablets are also equipped with cameras • Safety Equipment—Hardhats, safety vests,traffic flags and cones, and medical kits are part of all personnel materials; • Office Supplies—We will supply folding chairs and tables,file cabinets, staplers,folders, etc., if required; • Field Supplies—Measuring tapes, spray paints, ladders, plastic boxes, batteries,etc.; • Forms and Documents—Load tickets,truck certification forms,truck placards, time sheets,tower monitor logs, incident reports, load ticket summary forms, etc.,will be supplied to personnel. • Pre-Identified Vendor Lists—Prior to an event, we identify local vendors of other equipment, supplies, services, or facilities that may be needed, such as office or warehouse rental,tents, boats, hotel rooms, photocopier rental, ice and water suppliers, staffing agencies, automobile rental, etc. Rapid Response Assurance IIIClients rely on us for a rapid response guarantee. We are always poised to respond. Our assets at various offices—pre-packaged mobilization packages in trailers and Mobile Command Unit posts—keep core management staff on standby, maintain a national emergency call center, and coordinate with the City staff to ensure that lines of communication are always open.Our mobile command posts, consist of 4 modified RV-style vehicles equipped with generators, computers, printers, communication and safety equipment, and sleeping quarters, which allows the management team to deploy rapidly and to be self- sufficient for several days until base utility services are restored to the disaster area; mobile command assets include all supplies and equipment necessary to initiate a debris monitoring project in pre- packaged bundles at office facilities and warehouses. We have responded to hundreds of incidents on behalf of clients,always within hours of the event or can be located on-site prior to an anticipated event if requested.Scheduling the expected monitoring services along with the debris removal is a vital step to ensure efficient implementation of debris operations. A Project Management team will arrive on-scene to assist the City upon notification, such notification shall include at a minimum a written notice to proceed and a purchase order committing funds to the services.Additional management and will arrive as needed when local hiring and debris monitor training will commence. Daily Briefings Our Project Manager and/or Deputy Project Manager will attend daily meeting with the City's Debris Manager and the debris removal contractors' management and operational staff to coordinate scheduling, resolve problematic issues,and make any adjustments required to debris removal, • RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 16 reduction,and disposal operations to enhance safety, control costs, increase efficiencies or better • comply with FEMA guidelines. TDSRS Site Selection and Permitting Witt O'Brien's would assist with pre-event selection of Temporary Debris Storage and Reduction Sites (TDSRS)suitable to handle the quantities and types of debris forecast during the planning session and would advise the City on obtaining all necessary environmental or other permits, in coordination with local and state environmental agencies. We will review potential sites, consult on site selection criteria and issues, assist with the acquisition of all necessary environmental and other State, Federal or Local permits, make sight visits to photograph and inspect potential properties and produce a summary report with recommendations. Scheduling Work Debris operations can be the single costliest task associated with a disaster.Scheduling the monitoring services to be provided along with the debris removal is a vital step to ensure efficient implementation of debris operations. Hiring, Scheduling, and Managing Field Staff Witt O'Brien's responsibility to its disaster-affected clients goes beyond project management.We understand that disasters impose economic hardships on communities, and we are committed to hiring as many local personnel as possible on our projects, to both minimize travel expenses and to spread employment opportunities locally. When potential disasters loom, our management activates Witt O'Brien's'standard procedures for broadcasting job announcements in a storm's path—via radio, newspapers, unemployment offices, college job boards, churches, and the internet. We also consult with our clients to determine if any recently retired or laid-off government employees-from the Solid Waste, Public Works, Parks and Recreation, Police or Fire Departments—might be available to assist • with the recovery effort. We have found that not only are recently retired or laid-off government employees up to the task, but also their local knowledge proves invaluable. We carefully screen our monitoring staff with background checks and drug tests to ensure that any with felony convictions, drug use or questionable moral character are excluded. Witt O'Brien's also regularly uses E-Verify to screen potential employees, which is an internet based system for determining eligibility for employment in the United States. We impose a strict "zero tolerance" policy for drug usage, safety violations, foul language, disrespectful behavior or any confrontational approach towards debris removal contractors or our client's personnel, or any hint of impropriety or misconduct which may reflect negatively on our client or our firm and the City can always dismiss any of our field staff from the project, for any reason. Health and Safety Program One of our primary responsibilities is to remain vigilant for ways to avoid accidents and enhance safety. The company takes safety seriously and works with clients and removal contractors on ways to ensure that all debris removal and monitoring operations are conducted in the safest manner possible. Supervisory and monitoring staff will be trained in internal safety guidelines for monitoring projects. Safety guidelines include daily safety inspections at temporary debris sites to ensure that fire suppression equipment,first aid kits, eye flush materials and other safety equipment is on hand; that the contractors are operating in safe manner, and that OHSA safety guidelines posters are prominently displayed. Supervisors always carry first aid kits in the field with them, and stress safety issues. Monitors are required to call supervisors in the event of safety program violations.All monitoring personnel are required to wear hard hats, steel-toed boots, safety vests, and eye protection (at DMS) and are required to remain a safe distance from loading equipment and activities.Trucks are inspected before leaving the loading sites to ensure that debris is properly loaded and is not protruding or hanging out of the truck in III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 17 a dangerous manner. Witt O'Brien's will document and report any serious unsafe activities or conditions • witnessed in the field and halt debris operations immediately until corrective measures are taken. Monitoring Recovery Operations and Continuous Improvement Witt O'Brien's is committed to customer service and project success. At the core of our project management approach is a tested system for ensuring that our staff are performing at optimal levels and meeting our high standards.The accurate completion of load tickets is perhaps the most important element of our quality control program. Our supervisory personnel are trained to focus sharply on ticket completeness and accuracy from the first day of the program, by spot checking tickets in the field, reviewing them at the inspection towers and debriefing monitors at the end of the day to assess their performance and identify any issues. Our tower monitors and data entry staff also remain vigilant to load ticket errors or omissions and quickly report them to field supervisors,who in turn contact monitors and take corrective measures. As an added measure, we frequently deploy trained roving monitors/quality control inspectors to assist in the identification and documentation of ineligible debris (such as land-clearing or construction waste), consult with FEMA debris specialist about eligibility issues, assist with mapping of debris clearance progress, and inspect debris zones for"hot spots" and zone closure status.Their primary roles would be to ensure that only FEMA-eligible debris is collected, hauled and removal contractors do not enter onto private property. Designated personnel would also provide QA/QC oversight of all project activities, report safety concerns, inspect trucks for alterations to capacity or placards, halt any work deemed unsafe or ineligible under FEMA guidelines,confirm clearance of all roadways and map any remnants, and provide written confirmation of debris removal completion. Periodically, a Witt O'Brien's project analyst would also perform internal project inspections on our documentation and data management functions to ensure full compliance with company standards,the • City's requirements and federal reimbursement guidelines—to intercept and swiftly correct any potential deficiencies.We focus on the need to find better ways in which to operate and solve problems.A significant element of our success in this area is the commitment of both managers and line staff in continual process improvement.We foster a communicative atmosphere among our deployed personnel, regularly holding meetings, conference calls, and other engagements to allow us to discuss issues they face in the field, and brainstorm on ways in which to address them that will result in more efficient and effective project delivery. Public Information Emergency Response We understand the vital importance of keeping the public informed throughout the duration of a major debris removal project and we will coordinate with the City to implement a Public Information Plan. We will work with the City to develop timely and informative public announcements about the debris project, safety considerations, hazardous waste handling, collection schedules, methods of sorting and separating debris to increase collection and disposal efficiencies and other issues and assist with the City efforts to efficiently disperse information to any target audience including the community, media, elected officials, police and fire personnel, field staff, contractors, and federal authorities. We also will make staff available to the City to distribute and disperse public information on the debris project and may deploy our field monitoring staff to disseminate fliers to residents. Truck Measurement and Certification Program As the debris removal contractor's trucks and equipment begin to arrive at the disaster scene, Witt O'Brien's will initiate the truck measurement and certification program in coordination with the debris removal contractor,to accurately measure the volumetric capacity of each truck. We follow the latest FEMA standards and methodologies for measuring and calculating the capacity of debris removal trucks. 11111 RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 18 We also will provide FEMA compliant truck placards and truck certification forms. Original truck • certification forms signed by our Truck Certification Manager, with photographs of each truck showing its placard and any modifications, would be provided to the City in a binder along with electronic "PDF" copies and a summary spreadsheet. Our roving monitors/quality control inspector will also periodically spot check and re-certify trucks during the project to deter and detect fraudulent alteration of truck capacities or placards. In addition, the truck certification and measurement information is easily verified using our electronic debris management system, DebrisProTM. Electronic Debris Management System Witt O'Brien's success in managing debris monitoring projects is based on our ability to provide responsive, efficient service. Our electronic debris management solution, DebrisProTM, a securely hosted, multi-device supported, web-enabled system, in use by our firm for more than 10 years. It integrates the best of the breed technology,tools, server infrastructure, hand-held devices, and a web portal to simplify the basic tasks of managing debris monitoring and removal, contracts management, and office operations. DebrisProTM provides a distributed as well as a central database-driven platform to create different rosters, manage contracts and contractors, load tickets,and deliver business results in a timely, productive, and customizable manner. DebrisProTM effectively captures field operations and synchronizes information to the central server over the internet.This allows our leadership to view reports, charts, and summaries relevant to their level of authority through a web portal.The system automates the tracking, documentation and quantification of disaster debris. Our electronic, "ticketless" system collects data in the field using smartphone or tablet devices which monitors use to capture data on each debris load. DebrisProTM allows automatic integration of global positioning system (GPS)/geographic information system (GIS) data and • streamlines the documentation and data collection process.A simple bar-coded ticket is produced for the truck's driver to take to the tower, where a final receipt is printed out for each load. Witt O'Brien's can warrant that our database of debris volumes,types, locations and removal costs is sound, secure, and accurate and would allow the City and FEMA to easily review,validate and audit the project. We currently have on-hand over 475 electronic devices, and enough portable printers to equip our field staff for this project. We also can acquire additional devices and printers quickly, shipped on location within 24 to 48 hours to meet any additional operational demands that may arise. Our electronic debris management system is designed to automate and streamline the tracking and documentation of all elements of debris removal work and costs, including for these operational and programmatic elements: • Truck certifications • Federal Aid roadway debris collection for FHWA reimbursements • Removal of hazardous stumps, leaning trees, hanging limbs,white goods and HHW • Monitor hour and activity tracking • Right of Way(ROW) debris removal • Debris haul-out and disposal • Canal and waterway debris removal • Private property debris removal DebrisProTM automatically loads all field data into our secure web-based data management program and allows real-time reports to be generated on any set of metrics for the debris projects.Authorized client personnel can access their data using secure web portals and generate their own reports, while all data is stored on multiple redundant servers to ensure safety and security. • RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 19 Our electronic debris management system was developed to conform to US Army Corps of Engineers II/ technical specifications and FEMA documentation requirements, and it meets or exceeds all the detailed specifications found in the USACE electronic debris management system requirements. Paper Load Tickets Witt O'Brien's is also proficient with the use of the standard paper load ticketing system.The paper load tickets serve as the basis for payment for the removal contractors and are carefully handled and managed by us. Load tickets document and certify the loading location of the debris, its eligibility under FEMA guidelines and its type and quantity. Our field supervisors manage quality control over the proper completion of the load tickets with all required information and ensure that tickets are organized, secured, sorted, recorded, compiled and distributed daily. Daily Operational Reports Daily detailed summaries of the previous day's debris removal activities and data are provided to the City's Debris Manager by 10 a.m., which will contain, at a minimum,the following information: • Daily and running summaries of the quantities and types of debris collected • Operation times of all debris loading trucks and debris management sites • The number of trucks operating daily • The number of Witt O'Brien's debris monitors working daily • Progress by area or zone and estimates of remaining debris • Amounts of reduced debris removed from temporary sites and hauled to final disposal Maps and GIS Applications Our monitors and field supervisors map out debris locations, locate 'hot spots'for immediate collection, mark ineligible debris piles and track progress for pass completions and debris removal zone closures. III This information can be used by the government's debris management staff to track progress and provide updates to the media, elected officials and the public, or to approach FEMA about eligibility issues. Our mapping services incorporate state-of-the-art technology and can be tailored to any specifications requested, including GIS applications. Debris collection data can be used to update neighborhood or zonal maps daily, and we can assist with the development of a web-based mapping system to upload to an internet site. We utilize DebrisProTM for automated GIS data integration and mapping. Our technology generates an automatic link of GPS and GIS data and photos to each load,tree stump, hanging limb, leaning tree,vessel, or other type of debris requiring validation for FEMA reimbursement. Comprehensive Review, Reconciliation, and Validation of Debris Removal Contractor(s) Invoices Prior to Submission to the City for Processing Witt O'Brien's will reconcile each of the debris removal contractor's invoices and backup documentation with our database of debris quantities and project costs. We ensure that all costs presented on the invoices conform to the removal contract's scope of work, unit prices, performance parameters and timelines. We inspect and audit the invoice backup documentation to ensure that it reconciles with our own database for the specified period and work.Any discrepancies are brought to the attention of the City immediately in the form of an Invoice Discrepancy Report. We will coordinate with the hauling contractor to resolve any discrepancies or disputes and, upon resolution, we will provide you with a final reconciliation and payment approval report highlighting the target date for payment and any other fees that may be outstanding. Included with this payment approval report is a complete load ticket summary from our database to support the invoice amount, as well as details of any adjustments or corrections which had to be made. III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 20 Project Worksheet and Other Pertinent Report Preparation Required for IIIReimbursement by FEMA and Any Other Applicable Agency for Disaster Recovery Efforts by the City Staff and Designated Debris Removal Contractors Documentation of project costs maintained by Witt O'Brien's would meet or exceed federal and state agency requirements,to ensure that all FEMA, FHWA, NRCS and other disaster response and recovery claims are properly documented and able to withstand scrutiny during the project preparation, final inspection,and closeout process. We will prepare Category A (debris removal and monitoring), Category B (debris clearance) FEMA Project Worksheets, FHWA Detailed Damage Inspection Reports, and other applicable reports. Invoice Reconciliation and Final Payment Approval Witt O'Brien's will reconcile each of the debris removal contractor's invoices and backup documentation with our independently maintained database of debris quantities and project costs. First,we ensure that all costs presented on the invoices conform to the removal contract's scope of work, unit prices, performance parameters and timelines. We then inspect and audit the invoice backup documentation to assure that it reconciles with our own data base for the specified time frame and work.Any discrepancies are brought to the attention of the City immediately, in the form of an Invoice Discrepancy Report. We will coordinate with the contractor to resolve any discrepancies or disputes and, upon resolution, provide the client with a final reconciliation and payment approval report/letter, highlighting the target date for payment and any retainer or other fees that may be outstanding. Included with this payment approval report is a complete load ticket summary from our database to support the invoice amount, as well as details of any adjustments or corrections which had to be made. Final Disposal Confirmation and Documentation Presentation • Witt O'Brien's will assist in confirming that all eligible storm debris is disposed of in a manner and at a site which conforms to Federal, State and Local regulatory guidelines. Our monitors inspect loads of reduced debris leaving the TDSRS, issue a load ticket to each truck and maintain a log of ticket numbers and volumes. If requested, we also position monitors at the final disposal landfill or other designated sites to record tare weights and document disposal costs. If final disposal sites other than established landfills are to be used, then we would confirm that all the required documentation and environmental permits are in place and that Federal,State and Local authorizations are secured. We would also coordinate with Federal, State and Local environmental agencies to ensure the integrity and regulatory compliance of all final disposal activity. After the project,we will provide all documentation of debris clearance, removal, management, reduction, disposal and monitoring costs,sufficient to fully and accurately support federal grant program claims.As stated in the RFP,we will maintain adequate records to justify all charges, expenses, and costs incurred in estimating and performing the work for three years after completion of the contract, and the City will have access to all records, documents, and information collected and/or maintained. Sample Reports and Forms • Monitor Daily Report • Debris Monitoring Daily Report • Damage Incident Report • Debris Collection Field Monitor Disposal Ticket Journal • White Goods Field Monitor Disposal Ticket Journal • Hazardous Tree Limbs (Hangers) & Hazardous Tree Validation Field Log ID • Hazardous Stump Worksheet RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 21 • Time Sheet • • Tower Monitor—Disposal Ticket Journal- Haul Out • Tower Monitor—Disposal Ticket Journal- Inbound • Daily Safety Message • Incident Action Plan Safety& Risk Analysis Form • Truck Management Certification Form Debris Estimating Methodology For purposes of pre-event planning and determining potential resources requirements Witt O'Brien's utilizes the US Army Corps of Engineers (USACE) debris estimating model for developing debris estimates, for purposes of pre-event planning and understanding initial resource requirements for Hurricane events.The USACE developed this model based on debris generated by Hurricanes Frederic, Hugo and Andrew.The model contemplates the number of households in an urban/suburban area, as well as the category of storm,vegetative characteristics, commercial density and precipitation and is accurate within +/-30%for Hurricane events. Witt O'Brien's can also utilize the HAZUS°MH is the Federal Emergency Management Agency's(FEMA) nationally applicable software program that estimates potential building and infrastructure losses from hurricanes, riverine and coastal floods,and hurricane winds. HAZUS°MH loss estimates reflect state-of- the-art scientific and engineering knowledge and can be used to inform decision-making at all levels of government by providing a reasonable basis for developing mitigation, emergency preparedness, and response and recovery plans and policies. HAZUS°MH uses geographic information system software (ArcGIS) to map and display hazard data,the results of damage and economic loss analyses, and potential effects on area populations. HAZUS°MH analyses also can be run in real time to support response and recovery actions following a disaster event. • Witt O'Brien's will meet with the City representative and coordinate the preliminary debris assessment and obtain a list of the areas to be inspected, local contacts and local damage estimates. We will visually inspect all major damage sites and develop a representative sample of all damage locations to the extent necessary to develop an accurate preliminary debris estimate. Witt O'Brien's will use a combination of methodologies along with available GIS data and perform an analysis using industry standard calculations, historical data for residential housing based on square footage, flood plain layers, and windshield surveys and other demographic data to provide an accurate estimate for the post disaster operations. Procurement Assistance as Needed Witt O'Brien's can provide the City with professional consultants to work with the City to secure pre- event contracts for services that are anticipated to be required in the aftermath of a disaster as well as post-event contracts and purchases of services on an emergency procurement basis. Our technical consultants are available to assist the City with all steps of the procurement process from bid formulation and advertisement through contract execution and activation of services. On various projects, we have worked with our clients to provide invaluable advice,guidance, and staff support to local communities struggling to deal with procurement issues, eligibility questions,the facilitation of the development of Project Worksheets(PWs),and the review and reconciliation of financial documentation to ensure eligibility and promote the timely and complete reimbursement of funds. III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 22 ••• WITT O'BRIEN'S Our Internal Training IIIProject Management Personnel Training Project management and supervisory personnel are trained in Incident Command System (ICS), debris management and monitoring techniques, FEMA debris removal guidelines and eligibility rules, project and disaster management, and have valuable experience from serving on major recovery projects. Our project management personnel and core consultants hold training certificates from the Emergency Management Institute. In-House Client Training Program and Qualifications of Field Staff Our comprehensive in-house training program for newly-hired debris monitors consists of classroom instruction and exercises; a Microsoft PowerPoint presentation on FEMA debris operations; eligibility guidelines and monitoring techniques;and a review of the company's field manual, of which each monitor receives a copy. Each new hire undergoes an intensive four-hour training and orientation session conducted by the operations coordinator or lead supervisor,which emphasizes safety considerations, FEMA eligibility guidelines,job duties and responsibilities, load ticket management, dress codes, and standard procedures for debris monitoring and project management. A special training session is held for monitors chosen to serve as truck measurement certification crew. New monitors are also trained in the use of GPS units and digital cameras and are supplied with reference materials and maps of their work zones.Once trained, monitors are then closely supervised on the job, debriefed at the beginning and end of each day, and held to our high standards of performance and conduct. Special Disaster Recovery Program Management Services ROW, ROE, PPDR and Demolition Recent Program Support Witt O'Brien's has monitored and documented the removal of over 50 million cubic yards of all types of III disaster debris including Right of Way(ROW), Right of Entry(ROE), and private property debris removal (PPDR). When destruction is widespread and FEMA renders permission, Witt O'Brien's will assist the City in taking the initiative to enter private property after signed ROE agreements have been executed.Witt O'Brien's has extensive experience in implementing, managing and monitoring ROE programs and we would assist the City in identifying private properties which may be eligible for debris removal, work with FEMA to ensure that local ordinances and proper procedures are followed and secure ROE agreements from residents. If demolition of private or public structures is warranted, Witt O'Brien's would also guide the City in the proper implementation, documentation and monitoring of that program. Special Debris—Stumps, Limbs, Trees, and Other Issues Certain types of hazardous debris(such as leaning tree and hanging limb removal, hazardous material removal,vessel and vehicle recovery,and asbestos abatement) require special pre-removal validation and documentation to be eligible for removal cost reimbursement from FEMA or FHWA. Witt O'Brien's has extensive experience with all debris types and will provide expert consulting services to the City regarding unique debris challenges. We have extensive experience with: • Vegetative debris, including stumps, hanging limbs and leaning trees • Construction and Demolition (C&D)debris • White goods, appliances and electronics • Waterborne debris in canals, lakes, drainage systems, and marinas • Sediments, sand, mud, seaweed, and beach restoration • Waterways/wetland clean-up and reimbursement • Abandoned and derelict vessels III • Oil, chemical and ash spills RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 23 • Asbestos abatement, removal and disposal • • Hazardous materials and waste • Demolition programs—homes, buildings, mobile homes, boats • Recycling programs for disaster debris • Animal carcasses and putrescent debris We make it a priority to manage load ticket population correctly, whether through generation by monitors in our electronic handheld system or physically written paper tickets.We will produce accurate electronic database files of all pertinent information from the debris removed, which we use to reconcile records against those of the debris removal contractor and to certify approval of the removal contractor's invoices. Hauler Invoice Reconciliation Not only will Witt O'Brien's work with haulers to reconcile invoice discrepancies, but we also take a proactive approach by coordinating daily with debris haulers to immediately resolve disputes or problems. For example, after severe snow storms in Massachusetts in 2011, we completed 20 debris monitoring projects,which included reconciling invoice discrepancies with the haulers.As an added benefit, our automated debris management system electronically audits and reconciles hauler invoices for consistency and accuracy assurance. FEMA Reporting and Appeals Assistance Our priority is to protect the City's interests and federal funding by ensuring that all work to remove hazardous debris is done in accordance with FEMA and FHWA funding eligibility guidelines, or that prior permission is granted to perform work outside of general federal guidelines.As such, Witt O'Brien's would coordinate closely with FEMA debris specialists in the field to pre-validate these types of debris before removal takes place,and would document—with digital photographs, GPS coordinates, logs and • reports—the locations and eligibility of storm debris. We propose using a team approach to appeals and arbitration,to leverage the broadest expertise possible for each appeal.This makes it important that the Appeals Specialist perform in a coordination and facilitation role, involving sub-grantees, Public Assistance Program Assistance Liaisons,Technical Assistance Liaisons, and others to gather all the relevant information and craft arguments that can enhance the likelihood of achieving positive results. Please see Witt O'Brien's Sample Billings on the following pages. • RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 24 ENVIRONMENTAL VENDOR NAME ADDRESS Invoice No. 01010100 CONTACT PERSON Page 1 • Phone: (555) 555-1212 Fax: (555) 555-1713 B J I L Client Name Client Name L Client ID # B Client ID # Finance DepartmentN Finance Department T Address Address 0 O Invoice Date Invoice No. Customer No. Payment Terms Contract No. 06/12/17 01010100 ABC001 Net 30 00801 Unit Extended Quantity Description Price Price Debris Removal & Disposal Services Contract from Hurricane Matthew Contract No. 00800 Purchase Order No. P00000 • 60.00 EA Removal of Dangerous Hanging 70.3600 4,221 . 60 Limbs (Hangers) -Removing hanging or partially broken limbs from trees in the ROW or limbs hanging over the ROW and placing the debris in the ROW for haul-off. Period 11/03/16 to 01/01/17 1638 . 90 CY CLIN 1 Rights-of-Way 9.0400 14,815. 66 Vegetative Collection Rate (Weight=3) . Vegetative debris collected from public or private right-of-way (ROW) and improved public lands, hauled to, and dumped at the debris management site(s) . This includes the removal, collection, hauling, and disposal of all stumps less than 24 inches in diameter and any stumps not originating in the ROW (including stumps removed by third parties and placed in the ROW) . 0-20 Miles CONTINUED ENVIRONMENTAL VENDOR NAME Invoice No. 01010100 ADDRESS CONTACT PERSON Page 2 • Phone: (555) 555-1212 Fax: (555) 555-1713 B J I L Client Name B Client Name L Client ID # Client ID # Finance DepartmentN Finance Department T Address Address 0 O Invoice Date Invoice No. Customer No. Payment Terms Contract No. 06/12/17 01010100 ABC001 Net 30 00801 Unit Extended Quantity Description Price Price Period 11/03/16 to 01/01/17 1638.90 CY CLIN 10 Reduction of 4.2800 7,014.49 vegetative debris via grinding • at debris management site(s) or other designated location. (Weight=3) Reduction of vegetative debris via grinding. Period 11/03/16 to 01/01/17 85.00 CY CLIN 13 Haul-out reduced 4. 6000 391. 00 vegetative debris Period 11/03/16 to 01/01/17 1.00 EA CLIN 4 Cutting Partially 27.0600 27.06 Uprooted or Split Trees (Leaners) (Weight=3) Leaner Uprooted >12" <24" Total Period 11/03/16 to 01/01/17 1 .00 EA CLIN 4 Cutting Partially 54 .1200 54.12 Uprooted or Split Trees (Leaners) (Weight=3) Leaner Uprooted 24-36" Total Period 11/03/16 to 01/01/17 1 .00 EA CLIN 6 Hazardous Stump Removal 81.1800 81.18 and Collection >24"-<36" Total 1,1) Period 11/03/16 to 01/01/17 CONTINUED ENVIRONMENTAL VENDOR NAME Invoice No. olololoo ADDRESS CONTACT PERSON Page 3 • Phone: (555) 555-1212 Fax: (555) 555-1713 B I J L Client Name O Client Name L Client ID # B Client ID # Finance Department N Finance Department T Address Address 0 O Invoice Date Invoice No. Customer No. Payment Terms Contract No. 06/12/17 01010100 ABC001 Net 30 00801 Unit Extended Quantity Description Price Price Details Attached Please note this may not be the final invoice for this time period. There may be additional tickets billed at a later date when the final reconciliation is completed. Gross Retainage Tax Net Amount 26, 605.11 .00 .00 26,605.11 `e8 o ECO 0< 80 >_ c -O ,-0 F3Z O> 0 <1- 2 Z O cc 1 Z W O O lP O O O N O O OD 0,-O D O N O N t 0 to t O O pO O O 7 _ N W O M UN9 fA 4"2 N tI�JN T.74-;3 W 0 W a - I-- pp P'I O (A O 0 O O ' O tD O to t0 t0 t0 tp t0 tD t00 0 Mm - - MNN MM NNS M NN NinNvv..- COCO NN COMM N O 0 00 04,10!N N COMMOO C N • ot z pp l`0') Nf00O"20°iD Nt00n NMN 00, ,0,-- O O O CON 0 C0 N N t0 to V!fA f9 di f9 N OI N c O d Y w a a C c W n '" 3 .4 o re p0 0 0 TS E c to to } >2>2 C U U U R 0.0.0 W > >> d d ad d ad B-.888 d d E ,^ F 0 0 0 I-1-I-I-I-co TI-I--F-- F-F-- y rn e6 ° •t- d N m d m m d d m d P a °VLL a a 0-0-0-0-M0-0-0- -aa a.a.0 0- 00- m 4cC a11(111 mm Pr >2 6 ma ._c. d mi d Wa o- > c . ti4:cg4o Ed LLE, $ ag =EaaL1ernwy arn k YnL a.m, Wo Mm 5L Mm oWT,ar, dLEEc L.E0fttr NN.Q mandUN m ..E- . aO NmmN EWC aO .30x O7 Oy C UiV --st NOa V& f'0", .-E8E dOL >Vr 22 ObL - gvCE rnm Nn .O� ryW CtL2CT-OtgldN dAEv CII `'"6421-> t-2Way 2•8 � ,ox..... . 0- ›. ,0 aTE a? OWovc mm �WVC 'cN dn. 0 lyy-N U = a v m $-=LL . $- LNWN El:, Tag ELC mN °" > FOo H- EyaC oaTr.0TcaJCLcrnftcE ac 2m d = Q ULa0aOY UW0C L mE tT(0 .0 m0a0 vF-_Eaco ° o8T 3 v~ - 640 �-.0 .7 . '22022 c-oaLWa WwoW09 N L ° m ge, a TWa m2 >NNF- O d dN < W O . EE 9 C j d VO<0,Vc per« C NO W 0yjva) aN.Od. O'OUoO wA -_? n y- Cda N `d' O.OON N 0 . . ,..- a N Ca• 0 _ NUUd > ^M v ° TO ° NO C E W C CE m c `cdO o 0 0 > O °4.pY mm ENd " OOm Q O"O O.O',R aO U U tHil �Obo a vo D-00-2E E fl Wt C V= d C YaO 1 y mm rn , d Gdwalyd ° mc-.800 =JJJahN. oataOvI 02taoN7 22c122-8UNo aLe WITT I O'BRIEN'S • County of CLIENT NAME Payment Recommendation ATTN:Accounts Payable 06/15/2017 Sir/Madam, I have reviewed invoice 105147 and I recommend payment is made to Environmental VENDOR NAME. The invoices include debris operations for the period beginning 11.03.16 through 01.01.17 Environmental Vendor Invoiced Amount= $26,605.11 Witt I O'Brien's Data Verified Amount = $26,605.11 We have verified our data and reconciliation with Environmental Vendor Name for invoice 01010100. I therefore suggest that the County of CLIENT NAME make payment up to a total confirmed amount of$26,605.11. Verified Data Numbers: Hanger Removal: 60 Hazards @ $70.36 = $4,221.60 ROW Vegetative Debris Removal: 1,638.90 CY @ $9.04=$14,815.66 • Reduction of Vegetative Debris: 1,638.90 CY @ $4.28 = $7,014.49 Haul out of Reduced Vegetative Debris: 85.00 CY @ $4.60 = $391.00 Uprooted Leaner 12"-24": 1 Hazard @ $27.06 = $27.06 Uprooted leaner 24"-36": 1 Hazard @ $54.12 = $54.12 Stump Removal 24"-36": 1 Hazard @ $81.18 = $81.18 Environmental Vendor Name Invoice Totals Invoice 01010100 = $26,605.11 Total = $26,605.11 If you should have any questions or require additional information,please feel free to contact me. Very Respectfully, Chris Denney I Data Manager, Recovery Services Witt I O'Brien's cdenney@wittobriens.com Cell: +1(985)710-0629 818 Town and Country Blvd,Houston,TX 77024 (281)320-97961 www.wittobriens.com • ••• WITT O'BRIEN'S • D.Cost of Professional Services • Please see Witt O'Brien's completed Fee Schedule form on the following pg a es. Pricing Proposal Notes • The hourly rates include all applicable overhead and profit. • All non-labor related project costs will be billed to the City at cost without mark-up.This includes travel expenses such as airfare, hotel, per diem, rental car and/or mileage, which will be billed in accordance with the current GSA schedule. • All expenses shall be submitted with full supporting documentation in compliance with FEMA guidelines for reimbursement. • Witt O'Brien's hourly rates(in fee schedule)for operations with and without use of our automated system, DebrisPro'M are the same as the hourly rates indicated above. Our rates as presented above, are structured to include use of our DebrisProTM. III III RFP#P18-066 I City of Port Arthur I Debris Monitoring Services 25