Loading...
HomeMy WebLinkAboutPR 21205: AGREEMENT WITH DRC EMERGENCY SERVICES City of nrt rill rrlc www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: December 9, 2019 To: The Honorable Mayor and City Council Through: Ron Burton, City Manager From: Clifton Williams, Purchasing Manager RE: P. R#21205 Introduction: The intent of this Agenda Item is to seek the City Council's approval for the City Manager to execute the contract with DRC Emergency Services for the provision of emergency environmental, disaster, & logistical services in the event of an emergency or disaster. Background: The Contractor will be responsible for providing personnel, equipment, and materials for the City in the event of a natural disaster. The City received two proposals. DRC Emergency Services was the highest ranked proposal. The contract will be for one year with the option to renew for two additional one-year periods. Budget Impact: Funds will be provided in the appropriate disaster/emergency recovery project accounts. Recommendation: It is recommended that City Council approve the City Manager to award and execute the contract with DRC Emergency Services for the provision of emergency environmental, disaster, & logistical services in the event of an emergency or 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 . 21205 12/10/2019 cew RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A NON-EXCLUSIVE AGREEMENT WITH DRC EMERGENCY SERVICES OF DEER PARK, TEXAS , FOR THE PROVISION OF EMERGENCY ENVIRONMENTAL, DISASTER, AND LOGISTICAL RESPONSE 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 the provision of emergency environmental, disaster, and logistical response services 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 emergency and disaster support and management services; and, WHEREAS, two (2) companies provided proposals as delineated in Exhibit "A"; and, WHEREAS, a committee made up of City staff evaluated all of the proposals and DRC Emergency Services was the highest ranked proposal; and, WHEREAS, the City desires to enter into a one (1) year agreement with DRC Emergency Services, with the option to renew for two (2) additional one- year periods, as delineated in Exhibit "B"; and, s.pr21205 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 Garner Environmental Services, Inc. , in substantially the same form as attached as Exhibit "B" . Section 3. 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 December, A. D. , 2019, at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote : AYES: Mayor: Councilmembers , NOES: Thurman Bill Bartie, Mayor s.pr21205 ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: Ah„ 0 1G' 8 io.c al ii eno City A torrey APPROVED FOR ADMINISTRATION: Ronald Burton City Manager APPROVED AS TO AVAILABILITY OF FUNDS: Kandy Dani l Interim Finance Director kj)1104. Cli t n Williams, CPPB Purchasing Manager s.pr21205 EXHIBIT "A" s.pr17831 / , / 2 _ } , 5 ,' k 3 ) /0 K \ [ q .� ƒ ) C • 3' k f - k H o / - / CDr / Pa \ / $ n w \ / /. / n q Ck 2 NJ G NJ % r c q / q Cr' ® ® F Fbr / / ® 5 ^ '0 / 0 7 Q § n \ \ d % $ © 7 § 0 _ � o o n 0 § ■ E ƒ § / - � k \ 2 0 3 (0 / r) e 2 e 9 ~ \ E \ ? / / % g. q / 2 « § CI 11C7D \ >�\ l/!---* , y \ -,w,..,.. � _ EXHIBIT "B" s.pr17831 CONTRACT TO PROVIDE EMERGENCY AND DISASTER SUPPORT AND MANAGEMENT SERVICES THIS AGREEMENT, made this day of , 2019, 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 DRC Emergency Services, a(n) Corporation herein after called "COMPANY". WHEREAS, the City of Port Arthur desires to obtain services in connection with post disaster debris removal and emergency services; and WHEREAS, this Agreement between the Parties consists of the terms and conditions set forth herein, and the documents attached are incorporated for all purposes for the following services: EMERGENCY AND DISASTER SUPPORT AND MANAGEMENT SERVICES WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, CITY and COMPANY agree as follows: 1. SCOPE OF SERVICES: COMPANY will provide supplies and services (the "Work") to the CITY in Connection with the Project. Such Work is more specifically described in the scope of work details listed below. a. During the term of this Contract, the COMPANY will furnish at its own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of COMPANY in the Specifications. b. COMPANY agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts stated in its response to the Request for Proposals. c. The term "Contract Documents" means and includes this document along with the following: • Request for Proposals • General Information • Scope of Work Details • Cost Proposal Form • References • Letter of Interest • Affidavit • Conflict of Interest Questionnaire • Proposer Warranties • Non Collusion Affidavit • House Bill 89 Verification • SB 252 Chapter 2252 Certification • Federal Clauses • Notice of Award • Notice to Proceed 2. TERM: The term of this Contract shall be one year from the date on Notice to Proceed. This contract has the option for two additional one (1) year periods, upon execution by the CITY unless sooner terminated under the terms set forth herein. It is agreed that the CITY will have the option to extend the contract for up to two additional one (1) year periods. To exercise this option, the CITY shall serve notice a minimum 30 days prior to contract termination. The Option to Extend will not be considered if funding is unavailable or if the COMPANY's past performance is not within the industry standard or acceptable to the CITY. It is agreed that, due to the nature of the work to be performed, the COMPANY does not begin work unless the CITY has issued a Notice to Proceed to the COMPANY. After a Notice to Proceed is issued the COMPANY agrees to•perform the work according to the timeline in Exhibit A. 3. COMPLIANCE WITH LOCAL, STATE AND FEDERAL LAWS — COMPANY shall comply with all applicable laws, ordinances, and codes of the federal, state and local governments. 4. COMPENSATION: The CITY shall compensate COMPANY for the Work at the agreed upon pricing in Exhibit A. COMPANY will furnish an invoice to the CITY detailing activities performed and reflecting actual time and expenses incurred during the preceding month. All invoices are due under Government Code Sec. 2251.021, and are payable to COMPANY at . The CITY shall not be responsible for any payment to COMPANY for any additional services or expenses not specifically included in Exhibit A, except upon execution of an amendment to this Contract in writing by both parties. Parties shall attempt to resolve any payment disputes within thirty(30) days after the invoice date. 5. INSURANCE REQUIREMENTS: All insurance must be written by an insurer licensed to conduct business in the State of Texas. The COMPANY shall provide all required City of Port Arthur certificates of coverage and all renewals throughout the duration of the Project. For each policy except Workers' Compensation protection, COMPANY shall name the CITY as an additional insured and shall provide that the policy require the insurance carrier to notify the CITY a minimum of thirty days (30) in advance of cancellation of all or part of the policy. All insurance policies are to be issued by an insurance company authorized to do business in the State of Texas and using an insurance company with an A.M. Best rating of B+ or better. All subcontractors utilized must also comply with these specifications as if they were the winning proposer. Specific details of coverage limits and conditions are listed below: a. Commercial general liability insurance, naming the City of Port Arthur as an additional insured and as certificate holder, and waiving subrogation per the contractual requirements of this project. Limits are to be equal to or greater than: $2,000,000 general liability(includes products and personal, etc.) $1,000,000 bodily injury single limit per occurrence or $1,000,000 each person$1,000,000 per occurrence $1,000,000 fire damage $1,000,000 property damage per occurrence regardless of contract amount $1,000,000 automobile damage $1,000,000 professional liability $500,000 standard workers compensation employers' liability insurance Statutory limits for workers compensation Insurance coverage shall be on an "occurrence basis" 6. INDEMNIFICATION: COMPANY shall comply with the requirements of all applicable laws, rules, and regulations in connection with the services of COMPANY and shall exonerate, indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss or damage arising out of noncompliance with such laws, rules and regulations; without limitation, COMPANY shall assume full responsibility for payments of Federal, State and Local taxes or contributions imposed or required under the Social Security, Worker's Compensation, and Income Tax Laws with respect to COMPANY's employees. Further, COMPANY shall exonerate, indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss, damages, expenses or claims arising out of negligence of COMPANY, its officers, agents and employees in connection with any of the work performed or to be performed under this Contract by COMPANY or as a result of COMPANY's failure to use and employ reasonable skill and care. Further, COMPANY shall exonerate, indemnify and hold harmless the CITY, its officers, agents, and all employees from any and all liability, loss, damages, expenses or claims for infringement of any copyright or patents arising out of the use of any plans, design, drawings, or specifications furnished by COMPANY in the performance of this Contract. The foregoing indemnification provision shall apply to COMPANY regardless of whether or not said liability, loss, damages, expenses, or claims is caused in part by a party indemnified hereunder. 7. SUCCESSORS AND ASSIGNMENTS: The CITY and the COMPANY each binds itself and its successors, executors, administrators, and assigns to the other party of this Contract and to the successors, executors, administrators and assigns of such other party, in respect to all covenants of this Contract. Except as above, neither the CITY nor the COMPANY shall assign, sublet, or transfer his interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of any public body which may be a party hereto. 8. TERMINATION: This Contract shall terminate automatically upon completion of the Work by COMPANY. This Contract may be terminated prior to completion of the Work by either party upon 30 days' written notice to the other. If, through any cause, COMPANY shall fail to fulfill in a timely and proper manner its obligations under this Contract, the CITY shall thereupon have the right to terminate this contract by giving written notice to COMPANY of such termination and specifying the effective date thereof, at least five days before the effective date of such termination. In the event of early termination, CITY shall pay COMPANY for all work performed and expenses incurred to the date specified in the notice of termination, and COMPANY shall turn over to the CITY all documents,,information, and Work produced to said date relating to the Project. Notwithstanding the above, COMPANY shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of the Contract by COMPANY or its subordinates and the CITY may withhold any payments to COMPANY for the purpose of set-off until such time as the exact amount of damages due the CITY from COMPANY is determined. 9. INDEPENDENT CONTRACTOR: COMPANY is and shall be, in the performance of all Work, services, and activities under this Agreement, an independent contractor and not an employee, agent, or servant of CITY. All persons engaged by COMPANY to perform the Work, services, or activities described herein shall, at all times and in all places, be subject to the sole direction, supervision, and control of COMPANY. The relationship between CITY and COMPANY (including COMPANY's employees) shall be in all respects an independent contractor relationship and not an employer/employee or principal/agent relationship. 10. PERSONNEL:The COMPANY represents that it has, or will secure at its own expense, all personnel required in performing the services under this Contract. Such personnel shall not be employees of or have any contractual relationship with the CITY. All of the services required hereunder shall be performed by the COMPANY or under its supervision and all personnel engaged in the work shall be fully qualified and, if applicable shall be authorized or permitted under State and local law to perform such services. None of the work or services covered by this Contract shall be subcontracted without the prior written approval of the CITY. Any work or services subcontracted hereunder shall be specified by written Contract or agreement and shall be subject to each provision of this Contract. 11. REPORTS AND INFORMATION: The COMPANY at such times and in such forms as the CITY may require, shall furnish the CITY such periodic reports s it may request pertaining to the work or services undertaken pursuant to this Contract, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this Contract. 12. CIVIL RIGHTS: Under Chapter 106 Civil Practice and Remedies Code of the Revised Civil Statutes of Texas, no person shall, on the grounds of race, religion, color, sex or national origin, be excluded due to discrimination under any program or activity of the CITY. The COMPANY will carry out its work under this Contract in a manner which will permit full compliance by the CITY with the Statute. 13. INCORPORATION OF PROVISIONS REOUIRED 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 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. 14: ADDRESS OF NOTICE AND COMMUNICATIONS CITY: COMPANY: Mr. Ron Burton, City Manager City of Port Arthur PO Box 1089 Port Arthur,Texas 77641-1089 All notices and communications under this Contract shall be mailed or delivered to CITY and the COMPANY at the above addresses. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 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 , 2019. CITY OF PORT ARTHUR BY: Ron Burton, City Manager ATTEST: Sherri Bellard, City Secretary Signed on the day of , 2019. DRC EMERGENCY SERVICES BY: PRINT NAME: TITLE: WITNESS: PRINT NAME: THURMAN BILL BARTIE,MAYOR RONALD BURTON HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER COUNCIL MEMBERS: City of SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. \\� 4) CITY SECRETARY CAL J.JONES THOMAS J.KINLAW III ortr t It tt � VAL TIZENO CHARLOTTE MOSES �-" CITY ATTORNEY KAPRINA FRANK August 11, 2019 REQUEST FOR PROPOSAL TO PROVIDE EMERGENCY AND DISASTER SUPPORT AND MANAGEMENT SERVICES DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00p.m., Central Standard Time, Monday, August 26, 2019. (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 Monday, August 26, 2019 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: P19-086 DELIVERY ADDRESS: Please submit one (1) original and five (5) 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 writing 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 Street1 Port Arthur,Texas 77641 1 409.983.8160 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 seryices 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 38 REQUESTS FOR PROPOSALS TO PROVIDE EMERGENCY AND DISASTER SUPPORT AND MANAGEMENT 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 38 City of Port Arthur Request for Proposals To Provide Emergency and Disaster Support and Management Services OBJECTIVE The City of Port Arthur (City) is seeking a response to the Request for Proposals (RFP) from qualified firms for services, equipment, and products that the City might utilize in the event of a man-made or naturally occurring disaster such as hazardous materials incidents, hurricanes, or other similar emergencies and disasters. 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. 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. She is assisted by the Emergency Management Team which consists of the following primary individuals, in addition to all the City department directors: • Mayor • City Manager • Asst. City Manager • Police Chief • Fire Chief • Emergency Management Coordinator • Asst. Emergency Management Coordinator 4. This is a one year contract with the option to renew for two additional one year periods. SCOPE OF WORK The Contractor will provide the City with services designed to support emergency management and homeland security-related needs associated with emergency and disaster response in order to facilitate the timely and effective documentation and delivery of assistance and to help maximize federal and other funding including, but not limited to, funding for Contractor under this agreement, and to help the City retain funds during project closeout and audit. 1. The Contractor shall provide, upon the City's request, expertise, personnel, equipment and materials necessary for the containment, removal, neutralization, decontamination, recovery, clean-up, repackaging, transportation, remediation and disposal of hazardous and/or non- hazardous materials or substances. 2. The Contractor shall mobilize, and have on the site of a hazardous materials incident, the personnel and equipment necessary for the initiation of containment and mitigation activities within twelve(12)hours of notification from the City. Page 4 of 38 3. The Contractor shall provide, upon the City's request, with diligence as soon as practicable, the services, equipment and products necessary to eliminate or reduce the threat to life, public health, and safety arising from natural or man-made emergencies or disasters. 4. The services, equipment, and products shall be of the type ordinarily used for FEMA Category B Emergency Protective Measures and shall include but not be limited to: a. Generators (30kw up to 2mw)with fuel, cables and ancillary equipment b. Pumps with fuel c. Forklifts with fuel d. Pallet jacks e. Portable toilets f. Bucket trucks g. Road graders, tractors, cranes and similar heavy equipment h. Portable lighting i. Trailers, flatbeds, dump trucks,pickups j. Tents, shelter,heaters, air conditioners and ancillary equipment k. Meals and water 1. Chippers m. Personnel with subject matter expertise 5. For assets charged to the City, the Contractor shall provide for a staging area in, or as close to, the City of Port Arthur as the emergency or disaster will permit. 6. The Contractor shall be required to track non-consumable assets provided to the City, either from the Contractor's own resources, or from a sub-contractor, from the time and location when the asset is charged to the City until those charges terminate. The tracking identification shall be unique to the resource. This information is required as a condition of payment from the City. 7. The Contractor shall also be required to track consumable items that are used in connection with a non-consumable asset (e.g. fuel for generators or forklifts), using a unique tracking identifier. The invoice shall indicate the specific non-consumable asset and consumable item, the amount of consumable product supplied to the asset and the date supplied. This information is required as a condition of payment from the City. 8. Transportation costs associated with the non-consumable assets and consumable items, (e.g. freight, drivers, trucks) that are being passed to the City, shall also use a unique tracking identifier. The invoice shall indicate the name of the carrier, specific asset/item, location and time of pick-up and delivery for the duration of time the asset/item is charged to the City. This will include in-theatre charges for local pick-up and delivery (e.g. from staging to lift station back to staging). This information is required as a condition of payment from the City. 9. Where the Contractor passes-through costs from sub-contractors, the costs will be at market rates. 10. A daily tracking report of the assets charged to the City, and the disposition of those assets shall be provided no later than twenty-four (24) hours after the close of each twenty-four (24) hour operating period. The City may waive this requirement where the nature of emergency or disaster prevents its practical application. Page 5 of 38 11. Invoices from the Contractor shall contain a detailed exposition of costs for personnel (including timesheets for all personnel, direct or sub-contracted), services, products, and equipment and shall be accompanied by supporting documentation from sub-contractors at the time of submission. In general, the Contractor shall be responsible to supply to the City such documentation and supporting documentation which is customarily required by FEMA for reimbursement of expenses, regardless of whether the emergency or disaster ultimately qualifies for FEMA reimbursement. The Contractor will be required to supply this information as a condition of payment from the City. 12. Invoices for sub-contractor charges, which are being passed through to the City, shall reflect amounts paid by the Contractor, including any discounts the Contractor receives from the sub- contractor. Page 6 of 38 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 environmental threats from hazardous materials and 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 and the ability to render services up to and including a"worst case" scenario as defined by the Oil Pollution Act of 1990 and any amendments thereto. 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 38 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 response and recovery. 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. 4. Should include a plan to utilize small and minority businesses, women's business enterprises, and labor surplus area firms. Also should include a method of tracking the use of these firms and supply this to the City. D.) COST OF PROFESSIONAL SERVICES The proposal should include pricing information relative to performing the services as described in this RFP. Provide a current,personnel and equipment rate sheet at the time of the response to this RFP and any other pertinent facts regarding pricing structure, including overhead and profit fee markups of subcontractor's services and products. Indicate under what circumstances the firm will change the rates quoted. (The City will not be responsible for expenses incurred in preparing and submitting the proposal. Such costs should not be included in the proposal.) Page 8 of 38 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 (25 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 38 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 Vemon'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: httns://www.ethics.state.tx.us/filinginfo/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 38 MAYOR: THURMAN BARTIE 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: Ronald Burton Interim Director of Finance: Kandy Daniel Interim Director of Utility Operation: Donald Stanton Director Public Work: Alberto Elefano 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: 1. 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. 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. Page 11 of 38 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.: EOC, 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 ancl 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 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. Page 12 of 38 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. 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, Page 13 of 38 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. 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 Page 14 of 38 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 38 APPENDICES RETURN WITH PROPOSAL A. Bid Sheet Yes B. References Yes C. Letter of Interest Yes D. Affidavit Yes E. Conflict of Interest Questionnaire IF NO CONFLICT WRITE Yes NA ON LINE 1 AND SIGN/DATE LINE 7 F. Proposer Warranties Yes G. Non Collusion Affidavit Yes H. House Bill 89 Verification Yes I. SB 252 Yes J. MBE Document Yes K. Federal Clauses(1-12) Yes Page 16 of 38 APPENDIX A LIST OF KEY PERSONNEL NAME TITLE TELEPHONE Thurman Bartie Mayor 409.983.8105 Ronald Burton Interim City Manager 409.983.8101 Timothy Duriso Chief of Police 409.983.8611 Larry Richard Fire Chief 409.983.8740 John Owens Emergency Management Coordinator 409.983.8616 Fire Captain/ Asst. Emergency Management Robert Havens Coordinator 409.983.8740 Alberto Elefano 'Director of Public Works 409.983.8182 Kandy Daniel ' Interim Director of Finance 409.983.8150 Page 17 of 38 I r.. �_ _✓__-' .1 i V 't • , f4 L ,,, _ ,, e. I k .!, 0DIRC _ I � ,'',;:,.,:•:,..±1':--.' EMERGENCY SERVICEF t . .lq si);«,-- l�.n" ''rti rt t, -' ---- . .,f*,x.r` ',.c.f�?' .s :tit . : Striking Back. 3 s: --',,,p*. I PO Box 17017• Galveston,TX 77552 _ ` .b�I _ (888) 721-4372 •Fax: (504)482-2852 �_ ___-_- N Iwww.drcusa.com I p'- I .,�—. .- .�; REQUEST FOR PROPOSAL r_- T. .. ,1 i .� To Provide Emergency and Disaster Support and • C I �'-- ---, Management Services _ \ � J - 1 AUGUST 26, 2019 . 3:00PM I COPY Vittt:,.ies _ COPY _ _ I _ _, . ___ - av CITY OF PORT ARTHUR I " "riv;t i- r- City Secretary — 4 444 4th Street,4th Floor IPort Arthur,TX 77640 End et x :: PREPARE•RESPOND•RECOVER � � �' AL. i . POINTS OF CONTACT: `'_"""�"" 1 i Kristy Fuentes, Kfuentes@dreusa.com r, r, Clif Kennedy, Ckennedy@dreusa.com ' I -E `~. ' . i .,.. , fwd .. I I Table of Contents INITIAL DOCUMENTS IA. Proposal Letter 1 B. Signing Authority 3 IC. TX Secretary of State License 5 TAB A—FIRM QUALIFICATIONS AND EXPERIENCE 6 IA. Background and Capacity 7 B. Financial Strength &Stability 8 111 C. Commitment to Compliance &Ethical Business Conduct 9 D. Compliance Standards and Procedures 10 IE. Safety Procedures 11 F. 5 Year Past Performance 13 IG. Project Related Capabilities 19 H. References 22 I I. Experience With FEMA Reimbursement 23 J. Ability to Provide a Rapid Response 27 I K. Bonding Capacity Letter 28 L. Bank Reference Letter 29 M. Sample Insurance Certificate 30 ITAB B—PERSONNEL QUALIFICATIONS 32 A. Key Personnel 32 tB. Résumés 36 C. Organizational Chart 57 ITAB C—PROJECT MANAGEMENT PLAN 58 A. Capability to Provide Services 58 111 B. Resourcing Approach 60 C. Employment of Local and Minority Contractors 62 I D. Affirmative Action/Equal Opportunity Policy 64 TAB D—COST OF PROFESSIONAL SERVICES 66 IA. Pricing Calculation Sheet 67 B. Additional Pricing and Logistic Services 72 IC. Checklist 78 D. Letter of Interest 79 I E. Vendor References 80 F. Affidavit 81 i 40 DRc Srnni.Sar. I G. CIQ 82 H. Proposer Warranties 83 ' I. Non Collusion Affidavit 84 J. House Bill 89 Verification 85 K. SB 252 Chapter 2252 Certification 86 L. MBE Document 87 M. Federal Clauses 88 N. Addendum 1 100 I I I I 1 1 1 I I I I 1 RRC .g.yc,. I DRC4„,„ EMERGENCY SERVICES i Striking Back. PO Box 17017•Galveston,TX 77552•(888)721-4372•Fax:(504)482-2852 www.dreusa.com August 26,2019 City of Port Arthur City Secretary 444 4th Street,4th Floor 111 Port Arthur,Texas 77640 Re: To Provide Emergency and Disaster Support and Management Services ' RFP Dear Sir or Madam, iDRC Emergency Services, LLC,appreciates the opportunity to present to you and the City of Port Arthur our proposal to provide Emergency and Disaster Support and Management Services as required in the above referenced RFP. DRC is among the leading disaster management companies in the United States.Our services include emergency debris removal; disaster management— including temporary housing, workforce housing and life support—as well as required FEMA documentation; emergency logistics; debris management; right-of-way maintenance; marine debris, salvage and recovery; vehicle and vessel removal and ' processing; technical assistance and project management; construction and construction management; demolition; and landfill management. DRC is a Texas based company located in Galveston,Texas with additional offices in Houston, New Orleans, Louisiana,Semmes, Alabama, Surf City, North Carolina, and West Palm Beach, Florida. Our multiple office locations provide us with geographical maneuverability across the United States and will allow us to provide services to the City of Port Arthur should any location be ' compromised during a disaster. DRC has a tremendous amount of history and experience in the State of Texas. During Hurricane Harvey, DRC was instrumental in recovering several of the most impacted areas, including the City of Houston, Harris County, Jefferson County, Aransas Pass and Port Aransas. Additionally, DRC has the pleasure of currently holding this contract with the City of Port Arthur.As such, DRC is vastly familiar with the area and supplied the City with 11 mobile offices and a housing unit for the fire department after Hurricane Harvey. DRC currently has dozens of reservists and hundreds of subcontractors ready to participate in any response effort. Depending on the size of an event which may strike the City of Port Arthur, DRC will dedicate all necessary manpower and equipment and in no case,will the project be understaffed. Corporate officers with legal signing authority to bind DRC to the terms and conditions of this proposal include:John Sullivan, President;Kristy Fuentes,Vice President/Secretary-Treasurer.Evidence of their authority is attached. The Regional Manager for the City of Port Arthur is Clif Kennedy who can be reached at(888) 721-4372, by cell: (713) 715-8772 or by email:Ckennedy@dreusa.com. This proposal is in all respects fair and in good faith,without collusion or fraud and conforms to the specifications of your RFP. If we may offer any additional information or clarifications, please let us know.Thank you for the opportunity to offer our services and we look forward to continuing our relationship with the City of Port Arthur in the future. I i DRC 1 � Slrikinq Balk I Sincerely, i ' i)e,iii.2)tretz Kristy F tes Vice President,Secretary,Treasurer I 1 1 1 i I i 1 1 1 I 1 I 1 1 2 DRC ' ACTION IN LIEU OF A MEETING OF THE ' MANAGER OF DRC EMERGENCY SERVICES,LLC This action is taken in accordance with Section 10-12-22 of the Alabama Limited Liability Company Act, as amended (the "Act"), in lieu of a meeting of the sole Manager of DRC EMERGENCY SERVICES, LLC, an Alabama limited liability company (the "Company"), and is made effective as of January 19,2016. WHEREAS, Section 4.2 of the Company's Second Amended and Restated Operating Agreement dated January 20, 2016 (as amended, the "LLC Agreement") and the Act permit the Manager of the Company to take the following actions; and WHEREAS, the undersigned, DRC Equity LLC, constitutes the sole Manager of the Company(the "Manager"). NOW, THEREFORE, the undersigned hereby makes the following resolutions and consents to the following actions in lieu of a meeting of the Manager of the Company: I1. The following persons, in their respective corporate capacities indicated below, are hereby authorized and empowered for the express limited purpose of signing documents for the submission of bids, proposals, offers, responses and other related documents to,any federal, state or local government, including any governmental entity, organization, body, agency, department or political subdivision, for the transaction of business by or on behalf of the Company: Name Office/Capacity ' John R. Sullivan President Kristy Fuentes Vice President of Business Development, Secretary and Treasurer 2. The officers listed above after giving effect to this written consent are hereby authorized and directed on behalf of the Company to execute and deliver such agreements and instruments, make such filings and give such notices, and take any and all such other actions, and to do or cause to be done, such acts as such officers may deem necessary or advisable to accomplish or otherwise implement the purposes of the foregoing resolutions or to cause the Company to perform its obligations under any of the foregoing. 1 3. All actions taken by any officer of the Company in connection with any of the transactions contemplated by these resolutions are hereby authorized,approved, ratified and confirmed in all respects. 1 4. This written consent may be executed in counterparts,and all so executed shall constitute one action notwithstanding that all of the undersigned are not signatories to the original or to the same counterpart. This written consent shall be filed with the minutes of the proceedings of the Manager of the Company. [SIGNATURE PAGE FOLLOWS] 3ilDRC I fNC•E HCY Ert v Hack Striking HaUr. 1 Dated effective as of the date first written above. 1 DRC EMERGENCY SERVICES LLC By: DRC EQUITY,LLC a Texas limited liability company Its: Manager 1 2zS1/Z. 1 By: John R. Sullivan Its: President 1 1 1 i i 1 1 1 1 1 1 1 [Consent to Appoint Manager—DRC Emergency Services, LLC(January 2016)] 111 DRC 4 4 Slntinq Bask Corporations Section (P1 E pp David Whitley P.O.Box 13697 �, e Secretary of State Austin,Texas 78711-3697 w �' V, `�' X �; Office of the Secretary of State I Certificate of Fact The undersigned, as Secretary of State of Texas, does hereby certify that the document, Application for Certificate of Authority for DRC Emergency Services, LLC (file number 800551038), a ALABAMA, USA, Foreign Limited Liability Company(LLC), was filed in this office on September 28, 2005. It is further certified that the entity status in Texas is in existence. I I In testimony whereof, I have hereunto signed my name officially and caused to be impressed hereon the Seal of State at my office in Austin, Texas on April 01, 2019. I I4 \VE p i`s tarts ( 4 = �r� j 1) David Whitley • � Secretary of State I I I Come visit us on the Internet at http://www.sos.state.Ix.us/ Phone:(512)463-5555 Fax:(51V 463-5709 Dial:7-1-1 for Relay Services Prepared by: SOS-WEB 11D: 10264 Document:878846700003 Tab A: Firm Qualifications and I DRC Experience =MERGE',• • S""' r"' ' Emergency and Disaster Support and Management Services For 30 years, DRC has provided extensive disaster recovery services, environmental services and civil construction to federal,state,and local governments. As a leader in the recovery industry,our passion is helping communities prepare for I the worst while being prepared to deliver a rapid response when necessary, all to facilitate the most efficient recovery possible. Setting new industry standards is what our customers have come to expect; DRC takes pride in our versatility and in our innovative approach to every job. Having successfully completed over$2.5 billion in contracts over the last 30 Iyears alone, DRC employs scores of talented professionals ready to satisfy our client's needs. We are proven, and we are ready. I ipDRC ISpumy I Professional Efficent I 4 SPIT I ' Honestf A �" 1� . 11.R:\i �qt_� •F� v �Gr' t ,. I '.. ;1, ',; tit16610' I The primary mission of our company is to provide a professional, honest, and immediate response to natural and man-made Idisasters throughout the world. DRC is highly capable in managing all facets of a disaster, particularly because of our extensive experience in communicating with our clients.Through our experience,we have developed an inherent understanding of how to direct emergency response and recovery. I DRC has provided a plethora of services in response to disaster recovery including,but not limited to: ;b Debris Management 'u` Oil Spill Response and Mining 'g' Demolition 4 Right-of-way maintenance I '' Marine Debris,Salvage, and Recovery u Beach Restoration `' Vehicle and Vessel Removal and Processing .'. Canal Bank Stabilization m` Technical Assistance and Project Management 4 Drainage Improvement Projects Temporary Housing,Workforce Housing and Life =' Hazardous Waste Segregation ISupport ;y Environmental Control `g' Construction and Construction Management Traffic Control v' Landfill Management u` Tree Trimming and Removal I :' Civil, Heavy, and Recovery Construction Emergency Supplies and Support I I Tab A: Firm Qualifications and 4 DRC Experience EMERGENCY SERV.CE5 Striking Back. Emergency and Disaster Support and Management Services BACKGROUND AND CAPACITY I The company was formed in 1989 in response to Hurricane Hugo. In 2001 the company began operating as DRC Emergency Services, LLC.Since its inception, DRC has responded and navigated through countless disaster events that included hundreds of contracts,each involving a unique community with distinct circumstances.In the past,DRC has picked up as little as 170 cubic yards I for a single client and over 12 million cubic yards during 39 simultaneous activations. Having performed debris operations across the Continental United States and internationally for three decades, DRC has engaged a network of over 3,000 subcontracting partners. Our relationship with these contractors guarantees that no matter the size or location of an event,DRC will respond Itimely. When disasters hit communities, DRC Emergency Services is there. IWe stand by ready to help you prepare, respond, and recover iin the face of disaster. I rkk� • �'� T ,. .`,� ,' tom . r •.: � .. mss-' • • .. It -004010**4140.1. A I � ,,, „ z ( . WARNING�. '. r, - ,., .: 'I ' 'I Air"- ...,,,,,.... < .,..„- „,,...,, ,, :... . ,,,, _., ____,....: t-____._ _., I - . Ai _ad . . _ •, •i, ..,. ..„. - ` - i ,,,, moi' vsvc+ r s ' X� •` ,,+psi . „ 'a,• '1 �1 1 .i. F Tab A: Firm Qualifications and I DRC Experience S`r,k`° B k Emergency and Disaster Support and Management Services FINANCIAL STRENGTH & STABILITY I DRC is one of the most financially sound and stable companies in the disaster response industry.With a bonding capacity of over$1 billion and access to dedicated cash and credit lines in excess of$200 million, DRC has the ability to manage and complete multiple projects simultaneously without being hindered by a lack of operating capital. During high storm I seasons over the past decade, DRC operated substantially out of pocket prior to client payment, yet remained fully capable of providing the critical services necessary to complete all contracts. I 4 The 2018 hurricane season brought several storms,most notably Hurricanes Florence and Michael.With only two weeks of reprieve between each storm,DRC mobilized in Florida, North Carolina,Virginia and Georgia simultaneously. 4 Three major hurricanes hit continental North America in 2017, Hurricanes Harvey, Irma, and Maria, consecutively. DRC I managed a total of 53 projects simultaneously in the months that followed these disasters,totaling to $207 million and 6 million cubic yards. 4 2016 brought several severe flooding events,primarily in Texas and Louisiana.Additionally,Hurricanes Hermine and Mathew 1 wreaked havoc on Florida and the East Coast. DRC was activated in 30 total jurisdictions),DRC picked up a total of 4 million cubic yards of debris,totaling to an estimated amount of$64.7 million contract value. I 4 The winter of 2014 wreaked havoc on the eastern seaboard. Working primarily in South Carolina and North Carolina, DRC managed the debris removal for 5 counties in North Carolina and 8 counties for SCDOT. Removing over 225,000 trees and 400,000 cubic yards,the contract value is$54,449,473. I 4 DRC successfully performed in at least 9 contracts that were directly related to the British Petroleum Deepwater Horizon oil spill in the Gulf of Mexico which flowed for three months in 2010.The company's depth of knowledge with debris handling in ecologically sensitive environments was a significant asset to the regions affected.The total contract value is$185,334,469. I 4 In 2008,following Hurricanes Ike and Gustav,DRC provided debris removal services for 36 separate and simultaneous disaster management services contracts, including the cities of Houston, Galveston and New Orleans. The total value of these contracts was approximately$200 million. I 4 In 2005-2006,DRC mobilized,performed and completed a contract valued at over$100 million for the Louisiana Department of Transportation and Development in response to Hurricane Katrina,while still performing other projects across the United IStates. DRC has never failed to complete any awarded work,defaulted on a contract,or filed for bankruptcy.The company has a 100% Iassignment completion record. Banking Surety Insurance I Texas Capital Bank Bowen, Michlette& Britt Insurance McGriff, Seibels& Williams Mike Chryssikos Agency LLC Rob Harrison Senior Vice President Toby Michlette 818 Town & Country Blvd. I One Riverway,Suite 2100 Surety Bond Producer, Senior VP Suite 500 Houston,TX 77056 1111 North Loop West, Suite 400 Houston,TX 77024 (832)308-7109 Houston,TX 77046 (713) 940-6544 michael.chryssikos@texascapitalbank.com (713) 880-7109 Rob.harrison@mcgriff.com I (Please see attached letter) Tmiclette@bmbinc.com (Please see sample insurance (Please see attached letter) certificate attached) I 0 ti s Tab A: Firm Qualifications and 4 _ DRC Experience ,.C EMERGENCY SEP,. R`t V Striking Back. Emergency and Disaster Support and Management Services COMMITMENT TO COMPLIANCE & ETHICAL BUSINESS I CONDUCT DRC strives to provide the most dependable, honest, I customer-centric service in the industry while upholding the highest standards of ethical conduct and compliance at all times. To better ensure our continued compliance with all te .;., 0 I laws, rules, and regulations, DRC's senior management has �, ""• �;- `i , ;y '� `�` �tf established a formal code of business conduct that all a 4 9' r �� .„, °' �''"'-•�`�tr'` ,,,..,.:. .-/, (1.r_ A"` contractors and individuals are expected to adhere to. s• X . •••, , : ;,..,•' Kristy Fuentes, DRC's Vice President of Compliance and .„y A 4,' \ , .''- Administration, oversees the Corporate Compliance ��'*t Y Y - r � a I Program. Her responsibilities include: _; —Lek - t` i3"' 4 y Evaluating internal and external compliance . '„, ..�`" issues/concerns relating to DRC's interaction with '"� ' `'�``-�` �` '-,----�' Icustomers A4 Ensuring that our management, employees, and customers are in compliance y4 Serving to form a valuable line of communication between the company and customers I 0 Acting as a conduit to the President by monitoring and reporting results of the ethics practices of the company Providing guidance to the senior management team Ms. Fuentes is authorized to implement all necessary actions to insure achievement of the objectives of an effective Icompliance program. I Application of Core Values DRC is committed to upholding our core values in all aspects of business and conduct. We expect all personnel to apply these values: IDRC's Core Values our customers we place highest priority on our response Be Honest time to a disaster, our effectiveness, and the quality of our service Work Hard and solutions. IBe Accountable :b To our fellow employees we look out for their welfare, safety Show Courtesy and Respect and health. We promote an environment that encourages new Be Prepared ideas, enjoyment of work, and equal opportunity for advancement. I4. To our suppliers and subcontractors,we are fair and professional, honoring our commitments to business partners who I hold our same values. I I f , i ,' ,, Tab A: Firm Qualifications and I DRC Experience Strik og hack Emergency and Disaster Support and Management Services COMPLIANCE STANDARDS AND PROCEDURES I DRC aspires to be the "first in response" for natural and man-made disasters by being prepared, I responsive, competent, and demonstrating ethical business conduct. Headed by a team of caring people, we recognize that how we do our work is as important as what work we do. We will not tolerate any short cuts when it comes to our ethical values and standards of conduct. I Our senior management and key personnel are committed to the highest standard of ethical conduct and compliance.Our senior I management team has also established a very detailed ethics program with procedures to detect some of the obvious and easier ways that fraud occasionally occurs. IQuality Control Plan The purpose of the Quality Control Plan is to , promote efficient and safe operations and a Iquality product.DRC's approach to quality control . consists of a series of tasks and processes tailored • , _ i to suit the challenging circumstances facing the �` ..; .6y �' j> City of Port Arthur in the wake of a disaster event. -; ' "" a�' ' -- " I w;, A copy of the Quality Control Plan is available for f . `* ', lir- ' review upon request. `*- k A • Irate.,,( % _.,• I ti I Our mission is to provide the most dependable, honest and customer-centric 1 services in the industry by building lasting relationships with the clients we serve. We are among the leading disaster management and civil construction groups in the United States, specializing in providing emergency preparation, disaster response and recovery from major catastrophes. Our experience covers all facets of a project, Iincluding the FEMA reimbursement process. At DRC we're always striking back against disaster. I I I, M. • Tab A: Firm Qualifications and Experience DRC -,,¢,. EME RGEh CY SER�ICES Emergency and Disaster Support and Management Services T snrrr,yaack. SAFETY PROCEDURES I Through careful planning and rigorous attention to training and safety procedures, DRC ensures the health and safety for both personnel and the general public.DRC's Corporate Safety Plan includes basic policies,an accident prevention plan and a substance abuse policy. IKey safety plan components include: 1. Continuous instruction/monitoring of each contractor, subcontractor, "Your attention to safety is I supplier and employee in the safe operation of their work; 2. A reward system for consistent safe operation and performance. to be commended." Cynthia Halsey, Environmental I This organization's safety goals are to provide and maintain safe work Services, Okaloosa County, environments and establish procedures which will: Florida a Safeguard public,government personnel,and property I a Provide a safe work environment for employees and subcontractors Avoid interruptions to operations and delays involving project completion 4 Increase morale I5L Enhance cost measures through safe practices A copy of DRC's Corporate Safety Plan is available for review upon I request. r .x Employee Performance and Training .- , I As one of the leading disaster response companies in the United `". f1 States, DRC has developed one of the most comprehensive i employee training modules in the industry. Every staff member is �? I continuously trained in: 4 Online FEMA doctrine 4 Safety performance and practice — 1 `', Certifications relative to individual disciplines I p — f i All personnel records (management, supervisors, foremen and - laborers)are maintained to ensure all personnel have current training - Li I ,S. -1 , .. and certification relative to their job assignment.All of DRC's personnel ,, receive specialized training in emergency management and are E Iencouraged to further their education. 1 SAFETY 1 ,. r I 1 FIRST I i • II 16. Milk NIL NIL Nh,„ Igh, Nft, ..... 4 „3 Pd`P} R . NIS i '...'a Ar.-: Tab A: Firm Qualifications and DR_ ._.,,,..- Experience EHERGEN,CY„$EA, Emergency and Disaster Support and Management Services Drug Free Workplace Program I It is the goal of DRC to maintain a drug-free workplace in accordance with the Drug-Free Workplace Act of 1988.DRC has adopted the following policies on a case-by-case basis: 1. The unlawful manufacture,possession,distribution,or use of controlled substances is prohibited in the workplace. I 2. As an on-going condition of employment, employees are required to abide by this prohibition and to notify her/his supervisor,the Managing Director,or Vice President in writing and within five(5)days of the violation of any criminal drug statute arrest or conviction they receive. I 3. Employees who violate this prohibition or receive such a conviction are subject to corrective or disciplinary action as deemed appropriate,up to and including termination. 4. DRC provides information about drug counseling and treatment. 1 5. DRC reserves the right to search and inspect for the maintenance of a safe workplace. I Technical Training & Educational Services DRC Emergency Services,LLC can help local government prepare for almost any contingency with confidence.Our staff is trained to aid local governments with comprehensive planning and support. We are committed to helping our clients understand the I principals of Emergency Management and have had overwhelming success providing training programs and pre-event planning workshops. I Our personnel are always available to provide the City of Port Arthur with planning and training exercise. DRC will provide regular training and feedback "1 have been City Manager for sessions annually or on a more frequent basis to the City as a service at no over 50 years.DRC is the best additional cost.Typical workshops include: hurricane contractor I have had I4 Pre-Season Debris/Response Readiness Workshop the opportunity to work with.” 4 Scenario Based Tabletop Exercise Samuel Kissinger,City Manager, I When requested, DRC can offer a "Regional Debris Readiness Workshop" Indian Creek Village,FL for smaller jurisdictions by inviting neighboring communities to a Icombined training session. I . `, R iiiii, A ., I, 1 _ ., ilk- w At le ,..._, • _, , . 4 ' I j Tab A: Firm Qualifications and Experience , DRc Striking Sack. Emergency and Disaster Support and Management Services 5 YEAR PAST PERFORMANCE I .:z .CON RACTiNc. D •PTION••... !_v. C• m•: AMOUNT. August St.Charles County,MO Emergency Flood Debris Removal and Disposal Work In Progress August Village of Plover,WI Straight-Line Wind—Debris Removal Work In Progress IJuly Assumption Parish Hurricane Barry—Disaster Debris Removal Work In Progress July Pointe Coupee Parish Hurricane Barry—Disaster Debris Removal $21,600 IJuly Terrebonne Parish Hurricane Barry—Disaster Debris Removal Work In Progress July Lafayette Parish Hurricane Barry—Disaster Debris Removal Work In Progress I July East Baton Rouge Parish/City of Baton Rouge Hurricane Barry—Disaster Debris Removal Work In Progress June State of New York Provide MRE's $30,6060.00 I June State of Louisiana-Sand Activation Provide Sand per Region $2,537.00 June Puerto Rico's Department of Parks and Hurricane Maria Debris Removal(DR-4339) Work In Progress I Recreation June Monroe County,MS Tornado Debris Removal and Disposal Services Work In Progress Debris Removal and Disposal from Event of April 25, June City of Ruston,LA 2019(Tornado) $285,951.44 2018 CONTRACTING AGENCY CONTRACT AMOUNT I November Sampson CounHurricane Florence(DR-4393)—Disaster Debris Removal Services $23,484.79 October Jones County Hurricane Florence(DR-4393) $209,953.44 111 October GDOT-Colquitt Hurricane Michael(DR-4399) Est.$326,471.84 FDOT Region 3 October Bay and Calhoun Counties Hurricane Michael(DR-4399) $1,888,658.00 I FDOT Region 2 October Gulf,Liberty,Franklin,Gadsden,Wakulla, Hurricane Michael(DR-4399) Est.$23,000,000 Leon,and Jefferson Counties I October Southport, NC Hurricane Florence(DR-4393) Est.$19,000,000 October Greene County,NC Hurricane Florence(DR-4393) $467,856.46 I October Jackson County,FL Hurricane Michael(DR-4399) $12,779.24 • October Holmes County,FL Hurricane Michael(DR-4399) Est.$40,000,000 • IOctober Pamlico County,NC Hurricane Florence Veg Disposal(DR-4393) Est$1.2 million September Carolina Beach,NC Hurricane Florence Sand Debris Removal Est.$1.1 million 1 September Jasper,SC On Call Tree Trimming and Removal $19,158.60 a; - t Tab A: Firm Qualifications and I DRC Experience Emergency and Disaster Support and Management Services r.----- September Topsail Beach,NC Hurricane Florence(DR-4393) Maintenance Contract ISeptember Surf City,NC Hurricane Florence(DR-4393) Est.$460,000 September Pine Knoll Shores Hurricane Florence(DR-4393) Est.$1.4 million 1 September Burgaw,NC Hurricane Florence(DR-4393) $926,151.47 September Havelock,NC Hurricane Florence(DR-4393) Est.$260,000 September Wilmington,NC Hurricane Florence(DR-4393) $1,193,356.81 September Pender County,NC Hurricane Florence(DR-4393) $18.3 million 1 September Pinellas County,FL Red Tide-Fish Kill Est.$10,200,000 May Port of Corpus Christi Authority(POCCA) Marine Debris Removal Services $6,895,562.29 March ACCA-Jacksonville Severe Thunderstorms and Dangerously High Winds Est.$300,000 (DR-4362) March Jacinto City,TX Debris Removal from Temporary Site $3,889,408.12 I March ACCA-Calhoun County Severe Thunderstorms and Dangerously High Winds $80,000.00 (DR-4362) Severe Thunderstorms and Dangerously High Winds March ACOA St Clair County $882,966.84 I (DR 4362) q �, ''E f-, 3s'' �f`ft1-74,i .F`' :1-4.0. ??„,,,,' " '£4.' s. + aim. 'i` FY a`'•-,,,I.i, - h ],0=n u' r ti- . •,, y tr, is a1�, �,y, ,,' x , � :ht.-6,r ,4 r�,.,,.,' Y r to -�, =: uLgx,41,-, ,,tJ �'' e r7�:e l� "... . � , :, F� e { v i;_ Q •s. Ce 1 AT ,.i . '`' �'..c..,.:e,�_...�.,.. .�`}�` �.!✓.r'rr;;"n �e r,�� '5°'h`, _ - 4� at.^..�y�`•��:,.�. ..:�.,. 93.. �1.... .y�n:M:�..,.;.t'.��'�� ��•`.d�'�.; .:� ,r I November DTOP-Puerto Rico Hurricane Maria Debris Removal(DR 4339) Est.$78,000,000 October Miami Dade County,FL Site Management and Reduction of Temporary Debris $5,060,786.86 Storage and Reduction Site-Hurricane Irma(DR-4337) Debris Management and Reduction-Hurricane Irma(DR- October North Miami Beach,FL 4337) $2,383,018.23 October Monroe County,FL Debris Removal-Hurricane Irma(DR-4337) $11,648,125.84 ISeptember Florida Department of Environmental Protection Marine Debris Removal-Hurricane Irma(DR-4337) $416,444.79 September Brunswick,GA Debris Removal-Hurricane Irma(DR-4338) $642,298.98 ISeptember Orlando,FL Debris Removal-Hurricane Irma(DR-4337) $570,879.96 September Piney Point Village,TX Debris Removal-Hurricane Harvey(DR-4332) $30,010.87 1 September Debary,FL Debris Removal-Hurricane Irma(DR-4337) $1,073,891.11 September Inverness,FL Debris Removal-Hurricane Irma(DR-4337) $97,056.16 1 September Indian Creek Village,FL Debris Removal-Hurricane Irma(DR-4337) $142,821.03 September Bellaire,TX Debris Removal-Hurricane Harvey(DR-4332) $1,279,672.03 1 September Daytona Beach,FL Debris Removal-Hurricane Irma(DR-4337) $923,524.92 September Surfside,FL Debris Removal-Hurricane Irma(DR-4337) $103,132.63 I I • ; 3' F- t.,,.:,, t n Tab A: Firm Qualifications and , Experience ., DERcS Emergency and Disaster Support and Management Services ,lQ ShikinySack. September Orange City,FL Debris Removal-Hurricane Irma(DR-4337) $478,643.62 ISeptember St.Augustine,FL Debris Removal-Hurricane Irma(DR-4337) $469,540.11 September DeLand,FL Debris Removal-Hurricane Irma(DR-4337) $1,190,026.81 1 September Waller County,TX Debris Removal-Hurricane Harvey(DR-4332) $31,010.87 September Doral,FL Debris Removal-Hurricane Irma(DR-4337) $41,121.84 1 September Cutler Bay,FL Emergency Cut&Toss-Hurricane Irma(DR-4337) $98,530 September Fernandina Beach,FL Debris Removal-Hurricane Irma(DR-4337) $835,621.90 IISeptember Coconut Creek,FL Debris Removal-Hurricane Irma(DR-4337) $1,273,788.48 September Largo,FL Debris Removal-Hurricane Irma(DR-4337) $715,802.20 1 September Fort Lauderdale,FL Debris Removal-Hurricane Irma(DR-4337) $8,196,643.97 September Citrus County,FL Debris Removal-Hurricane Irma(DR-4337) $1,648,345.56 ISeptember North Miami,FL Debris Removal-Hurricane Irma(DR-4337) $2,383,018.23 September Miami,FL Debris Removal-Hurricane Irma(DR-4337) $9,851,246.94 ISeptember FDOT—District 2 Emergency Cut&Toss-Hurricane Irma(DR-4337) $563,069.00 September Coconut Creek,FL Food Activation-Hurricane Irma(DR-4337) $16,839.99 I September Palm Beach Gardens,FL Food Activation-Hurricane Irma(DR-4337) $55,125.00 I September Taylor Lake Village,TX Debris Removal-Hurricane Harvey(DR-4332) $17,246.1 September Humble,TX Debris Removal-Hurricane Harvey(DR-4332) $173,411.09 IAugust CIties of Port Neches,Nederland and Groves,TX Debris Removal-Hurricane Harvey(DR-4332) $1,062,849.32 August Port Arthur,TX Emergency Supplies-Hurricane Harvey(DR-4332) Est.$300,000 IAugust Harris County,TX Debris Removal-Hurricane Harvey(DR-4332) $33,677,520.71 August Texas City,TX Debris Removal-Hurricane Harvey(DR-4332) $217,981.17 IAugust Houston,TX Debris Removal-Hurricane Harvey(DR-4332) Est.$34,000,000 August TXGLO,TX Beach Restoration-Hurricane Harvey(DR-4332) $400,000 I August Jefferson County,TX Emergency Supplies and Debris Removal-Hurricane $5,027,062.72 Harvey(DR-4332) August City of Port Aransas,TX Debris Removal-Hurricane Harvey(DR-4332) Est.$15,000,000 IAugust Clty of Aransas Pass,TX Debris Removal-Hurricane Harvey(DR-4332) $7,595,915.65 August City of Pasadena,TX Food Services-Hurricane Harvey(DR-4332) $20,000 f • r Tab A: Firm Qualifications and I DRC Experience Sn'k'" Emergency and Disaster Support and Management Services I March Chambers County,TX Building Restoration as a result of a Tornado $3,400.00 IJanuary Assumption Parish,LA Removal of C&D from DMS February 2016 Tornado $94,646.55 2016 CONTRACTING AGENCY DESCRIPTION OF WORK CONTRACT AMOUNT 1 November Greene County,NC Disaster Debris Removal and Disposal-Hurricane Matthew (DR-4285) $160,943.04 Emergency Routine Maintenance-Hurricane Matthew November GDOT—Chatham County (DR 4284) $1,393,613.05 1 November Pender County,NC Disaster Debris Removal and Disposal-Hurricane Matthew (DR-4285) $1,162,119.60 October Sebastian,FL Disaster Debris Removal and Disposal-Hurricane Matthew $387,820.47 (DR-4283) October Hyde County,NC Disaster Debris Removal and Disposal-Hurricane Matthew $344,248.99 (DR-4285) October North Topsail Beach,NC Disaster Debris Removal and Disposal(Push&Load&Haul $148,682.78 Operations)-Hurricane Matthew(DR-4285) Disaster Debris Removal and Disposal-Hurricane Matthew October New Hanover County,NC (DR-4285) $899,548.29 Disaster Debris Removal and Disposal-Hurricane Matthew October City of Wilmington,NC (DR 4285) $929,414.68 October City of Debary,FL Disaster Debris Removal and Disposal-Hurricane Matthew $253,680.85 (DR-4283) October City of Ormond Beach,FL Disaster Debris Removal and Disposal-Hurricane Matthew $2,553,510.44 October Cityof DeLand,FL Disaster Debris Removal and Disposal Hurricane Matthew (DR-4283)) (DR-3283) $505,777.85 October Oran e Ci FL Disaster Debris Removal and Disposal-Hurricane Matthew g ty' (DR 4283) $115,245.54 October GDisaster Debris Removal and Disposal-Hurricane Matthew City of Daytona Beach,FL (DR-4283) $3,861,220.75 I October Cityof St Augustine,FL Disaster Debris Removal and Disposal-Hurricane Matthew g (DR-4283) $856,579.69 September Leon County,FL Debris Removal-Hurricane Hermine(DR-4280) $1,591,250.93 1 September Citrus County,FL Debris Removal-Hurricane Hermine(DR-4280) $200,846.00 Disaster Debris Removal and Disposal-Louisiana Severe August East Baton Rouge Parish/City of Baton Rouge,LA Storms and Flooding(DR 4277) $35,000,000.00 I August Ascension Parish,LA Disaster Debris Removal and Disposal-Louisiana Severe $5,903,607.61 Storms and Flooding(DR-4277) August Lafayette Parish,LA Disaster Debris Removal and Disposal-Louisiana Severe $975,792.64 Storms and Flooding(DR-4277) I August Tangipahoa Parish,LA Disaster Debris Removal and Disposal-Louisiana Severe Storms and Flooding(DR-4277) $468,387.73 Disaster Debris Removal and Disposal-Louisiana Severe August St.Martin Parish,LA $64,622.94 Storms and Flooding(DR-4277) August City of Baker,LA Disaster Debris Removal and Disposal-Louisiana Severe $413,150.33 Storms and Flooding(DR-4277) Disaster Debris Removal and Disposal-Louisiana Severe August Iberville Parish/City of St.Gabriel,LA IIIStorms and Flooding(DR 4277) $66,153.72 August Coastal Water Authority Houston,TX Lake Houston Dam Debris Removal and Road Restoration $1,624,328.13 June City of Desoto,TX Meadow Creek Park Remediation Resulting-May Tornado $1,030,62.00 3 Tab A: Firm Qualifications and EEx erience DRC xp _ �EMSER�.:ES Striking Back. Emergency and Disaster Support and Management Services June Caldwell Parish,LA March 2016 Flood-Louisiana Severe Storms and Flooding $16,401.60 (DR-4263) IJune St.James Parish,LA Haul Out-February 2016 Tornado $91,104.64 June Parish of East Baton Rouge/City of Baton Rouge, May 2016 Wind Event $198,105.72 1 MayTexas Department of Transportation—Smith& DebrisRemoval- Cherokee County April 2016 Tornado $558,910.69 May New Hanover County,NC Debris Removal-May 2016 Tornado $41,351.56 IApril Texas Department of Transportation—Hunt County On-Call Tree Trimming Maintenance Contract April Harris County,TX Debris Removal-Texas Severe Storm and Flooding DR-4269 $504,198.86 April City of Houston,TX Debris Removal-Texas Severe Storm and Flooding DR-4269 $2,728,745.37 Texas Department of Transportation—Denton April County Tree Trimming&Tree and Brush Removal Maintenance Contract March Tan ' ahoa Parish,LA Debris Removal-Louisiana Severe Storms and Flooding gp (DR-4263) $72,224.79 February Texas Department of Transportation Tree Trimming and Removal Maintenance Contract IJanuary Prince George's County,MD Snow Removal-Winter Storm Jonas $179,188.75 January Loudon County,VA Snow Removal-Winter Stone Jonas $223,113.50 January Maryland Department of General Services Snow Removal-Winter Storm Jonas $12,440.00 January City of Baltimore,MD Preston Road Complex Snow Removal-Winter Storm Jonas $122,550.00 January State of Maryland Highway Authority Snow Removal-Winter Storm Jonas $465,500.00 Delivery of Sand to Krotz January State of Louisiana Sand Activation Springs,LA $28,991.76 January Texas Department ofCountyortation—McLennan Tree Trimming and Removal Maintenance Contract I2015 CONTRACTING AGENCY DESCRIPTION OF WORK CONTRACT AMOUNT October Ethyl Road Industrial Park,LLC Pond Dewatering Est.$136,298 IOctober East Baton Rouge,LA Housing Authority Turner Plaza Demolition-Building 6 $187,523.53 August Alabama Department of Transportation—Distrid2, Tree Trimming and Removal Maintenance Contract Tuscaloosa Area I Jul Jackson County, Landfill Services for Chipping.Grinding Hauling,and Disposal July MS of Vegetative Debris $67,200.00 July St.Louis County,MO Tree Removal Maintenance Contract I June Texas Department of Transportation—Waller and Disaster Debris Removal and Disposal-Texas Severe Storm Montgomery County and Flooding(DR-4269) $87,304'60 MayCrtiesof Bellaire and Houston,TX Disaster Debris Removal and Disposal&Base Camps-Texas $1,952,025.31 Severe Storm and Flooding(DR-4269) Disaster Street Clearing Debris Collection,Removal, May Parish of East Baton Rouge and Ascension Parish,LA Processing Disposal and Management Services $875,867.76 Goose Creek Landing—Detention Pond Clearing&Section 1 April Castlerock Communities,LP Houston,TX Clearing $123,664.00 - • I Tab A: Firm Qualifications and I DRC Experience 'EMERGE' Emergency and Disaster Support and Management Services March City of Corpus Christi,TX Master Channel 31 Drainage Channel Excavation $878,176.52 I New Caney Defined Benefits Area MUD February Within the City of Houston ETJ in Montgomery Phase 2 Clearing and Grubbing $618,286.08 County,TX _ ,:.::.. : ` :; • :. : January Harris County,TX Expansion of James Driver Park Phase One $1,506,550.65 CONTRACi1NGAGENCY :, ,. . ._ >DESCRIPTION OF WORK } CONTRACrAMOU ;; Texas Department of Transportation—Smith I December County Tree Removal Maintenance Contract November Brazos County,TX Tree Trimming and Removal $118,366.25 I October Hams County,TX South Richey Storm Water Detention Basin Excavation $5,395,557.23 Alabama DepartmentofTransportation-2"� August Tree Trimming/Canopy Removal-District 3 $115,842.50 Division District 3 111 August Jefferson Parish,LA Public Works Stumps and Root Mass Grinding Maintenance Contract July City of Athens,AL Grinding and Disposal of April 28,2014 Storm Debris/Green $65,552.00 Waste 1 July Hyde County,NC Debris Management Services-Hurricane Arthur $8,750.00 July Houston Parks Board Bayou Greenways Tree pruning and Forestry-Maintenance Maintenance Contract I Contract Cross Lake Dam July City of Shreveport,LA Embankment Vegetation Removal $227,287.26 I July City of Center Point,AL Demolition and Cleanup $34,911.00 July CiityofArchdale,NC Winter Storm Debris Easement Removal $141,000.00 IJuly City of Jonesboro,AR Debris Removal $280,000.00 May City ofArchdale,NC Winter Storm Debris Removal $147,203.50 IMay Guff Breeze,FL Emergency Debris Removal-April Rain Event $108,995.46 May Okaloosa,FL Emergency Debris Removal $5,816.78 11 April Thomasville,NC Debris Removal and Disposal,Debris Management,and $473,222.69 Debris Clearance March City of New Orleans,LA Strategic Demolitions for Economic Recovery $6,685,950.00 IFebruary New Hanover,NC Emergency Response,Management,and Recovery $1,146756.55 C&D Debris Removal and Vegetative Debris Removal and February Wilmington,NC $1,555,223.85 Disposal IFebruary Pender County,NC Debris Management and Site Disposal $66,447.07 Clearing Roads,ROW,Debris Hauling due to a February South Carolina Department of Transportation hurricane/storm event $44,233,669.57 IJanuary Richmond,VA Snow Removal Services $36,855.00 I I � . �A i Tab A: Firm Qualifications and rt_ Experience ,Di Etc.: EMERGENCY SERVICES Stoking Back Emergency and Disaster Support and Management Services PROJECT RELATED CAPABILITIES DRC,SLS,GLE&I,Callan Marine,and Texas International Terminals, and our combined resources,assets and personnel will be able to provide all services as contemplated in the solicitation. We have voluminous experience in the provision of disaster-relief services, including the provision of man-camps, base camps, emergency housing and support services such as catering and dining.We have successfully performed these projects both domestically and internationally.The following are fundamental advantages and capabilities we bring to the project contemplated herein. ' Relevant Experience Over the past several years,DRC,and our family of companies, have provided base camp and disaster response man camp services in situations acutely similar this project in terms of situational response, services provided, mobilization requirements,operational aspects and continuous maintenance,management and oversight.A summary of these projects include the following: Port Arthur Emergency Facilities g Y t �n POYt Arthul' . . Civic Center - • �. tiat • goorms—iii Golletilua Convention end rS Bureau L AT LOCATION: Port Arthur,Texas CLIENT:City of Port Arthur TYPE: Municipal VALUE:$250,000 SCOPE: Modular Units In August 2017, Hurricane Harvey made landfall in Texas, impacting the majority of the Gulf Coast.The Category 4 storm disrupted the lives and economies of many coastal cities and towns, including Port Arthur, located just southeast of Beaumont. Following Harvey's impact,the City of Port Arthur immediately responded to its residents'needs and mobilized emergency personnel to assist in recovery efforts, which included ensuring citizen safety, clearing roads and aiding in evacuation and rescue efforts. To expedite operations, Port Arthur staff commissioned a base camp as a central muster point that was capable of handling the needs of emergency response personnel. DRC was engaged to provide modular units at the center of operations and was tasked with providing functionally viable office and sleeping accommodations for staff and responder personnel during the critical response timeframe. DRC provided 11 units comprised of office, sleeping and dining facilities, which were utilized for several weeks following Harvey's impact. Tab A: Firm Qualifications and I DRC Experience "'y"' "" Emergency and Disaster Support and Management Services FDOT Hurricane Response Shelter Ii' 1' ar . . LOCATION: Chipley, Florida ■ ■ I! ' •w• • . I .,. : 'ON . — CLIENT: Florida Department of Transportation = ' -- — - - TYPE: FEMA/State of Florida -- VALUE:$1.8 million UNITS: 150 beds IIn October 2018, Hurricane Michael made direct impact on the eastern Florida panhandle as a Category 4 hurricane.The storm caused mass devastation throughout the state and brought major disruption and damage to the landscape, 1 infrastructure, housing stock in and around multiple towns, communities and cities. Immediate response efforts required the mobilization of thousands of emergency response personnel, including FDOT service crews, who were charged with providing emergency road and highway clearing and access services. I DRC was immediately mobilized and tasked with assisting FDOT through the provision of an emergency response shelter I capable of housing and feeding hundreds of FDOT personnel. Within 72 hours, SLS transformed an existing FDOT facility into a fully-functional shelter and operations base, providing comprehensive sleeping, feeding, hygiene and power services. IUtilizing both in-house and subcontractor personnel and resources, DRC provided generators, cots, blankets, linens, pillows, sleeping trailers, shower trailers, portable toilets and personal products, as well as providing three fully-catered Imeals per day to shelter occupants. TXDOT Emergency Response Mancamps I LOCATION: Corpus Christi, Port Aransas,Yoakum, Beaumont, Sugarland,Texas " , CLIENT:Texas Department of Transportation _-,1---- '"i I TYPE: State of Texasor- Kw ••���� VALUE:$7.0 million c UNITS:700 beds in five locations - - i`. -t I_- _ � lie _ - ri' iE In 2017, Hurricane Harvey delivered a devastating blow to the ?! • coastal region of Texas, severely disrupting the economy and i I displacing thousands of businesses and homeowners. The E �. State immediately began massive response and recovery efforts, and our family of companies was activated to construct strategically-located mancamps for government personnel and responders. IWe immediately mobilized and set up five emergency TxDOT mancamps along the coast and in the affected areas, with all camps functional within five days of activation.The mancamps were located in Corpus Christi (100 beds), Port Aransas I (100 beds), Yoakum (100 beds), Beaumont (100 beds) and Sugar Land (300 beds). The camps were fully functional and included mobile housing units, dining facilities, showers, restrooms and laundry facilities. All power, communications, food,water, linens,towels and associated items were provided to keep responders working to restore communities across Ithe Texas coast. :j ' Tab A: Firm Qualifications and Experience oiic Striking Back. Emergency and Disaster Support and Management Services y MEMA/Columbia Gas Emergency Shelter LOCATION: Lawrence, Massachusetts - _ _ _ - CLIENT: Massachusetts Emergency Management i — I , ° Agency/Columbia Gas of Massachusetts r , .......� I TYPE: Private I _____ a_ , _ -�� UNITS: 1,000 beds -- ,7,- _• . .„. - In September 2018, Columbia Gas of Massachusetts was I ..,-• ...- ,... , ,, . ..�f • - . performing repairs on its gas supply system serving residents in Lawrence, Andover and North Andover. ��laLi4iiikanitialk,. During the effort,the low pressure gas distribution system Iwas over-pressurized, and service to the area had to be ._- � shut down. As a result, Columbia Gas had to perform extensive emergency inspections and repairs to the distribution and home systems, which caused the displacement of 111 hundreds of homeowners and residents in the affected areas. SLS was engaged by MEMA and Columbia Gas to set up an emergency shelter to house displaced residents, while the Iremedial work was performed. In a matter of days, SLS mobilized personnel and equipment to the area and transformed an existing warehouse into a warming center and shelter capable of housing in excess of 1,000 people.Services provided include intake, beds, showers, restrooms, linens, toiletries, catering& dining, pet care and first aid & medical care. Over I100 personnel were engaged on the project, and SLS worked closely around the clock with subcontractors, responders and utility employees to provide safe and comfortable service to shelter occupants. IVDEM Emergency Shelters LOCATION: Richmond, Williamsburg,and I Newport News,Virginia CLIENT:Virginia Department of -= - � -- Emergency _ - _ � - Management -` f ! \ _ - - TYPE: State of Virginia .tip., UNITS:5,775 beds in three locations 1 = . TNirik map 11 In anticipation of Hurricane Florence's 1' -.- ' impact on the East Coast, DRC was )...- activated by the Virginia Department of lifitk IEmergency Management to provide emergency shelter services for the state of Virginia and surrounding state evacuees. Prior to the storm's impact, DRC mobilized to three strategic locations in Virginia to facilitate emergency shelter housing Ifor storm evacuees, including 2,064 beds at Virginia Commonwealth in Richmond, 1,461 beds at William & Mary in Williamsburg and 2,250 beds at Christopher Newport in Newport News. IWithin 24 hours of activation, DRC worked with various state agencies and transformed the institutional facilities into emergency shelters, installing all beds and providing comprehensive dining services, as well as providing restroom and I shower facilities, linens, personal amenities and toiletries. DRC provided sheltering services to evacuees, state personnel and National Guard troops until the hurricane was no longer deemed a threat. Tab A: Firm Qualifications and I DRC Experience Emergency and Disaster Support and Management Services REFERENCES I OWNER&TIMEUNE DESCRIPTION OF WORK CONTRACT VALUE POINT OF CONTACT I Massachusetts Emergency Emergency Response Shelter $22,000,000 Mike Main,Regional 1 Manager Management Agency/ with Mass Feeding Phone:(978)985-0874 Columbia Gas Lawrence,Massachusetts Mikael.Main@MassMail.state.ma.us I October 2018—Present Utility Disaster 400 Worcester Rd. Framingham,MA 01702 Performed by DRC family of icompanies Jefferson County,TX Debris Removal.Logistics and Estimated Deborah Clark,Purchasing Agent I August 2017—Present Food Services Hurricane Harvey(DR 4332) $4,500,000.00 Phone:(409)835-8599 Syphrett@co.iefferson.tx.us 1149 Pearl Street Beaumont,TX 77701 Florida Department of . Emergency Response Shelter $1,800,000.00 Jason Peters,District Director(Operations) Transportation with Mass Feeding Phone:(850)330-1214 October 2018—Present Chipley,Florida jason.peters@dot.state.fl.us I Hurricane Michael 605 Suwannee St. Tallahassee,FL 32399 I Texas Department of Emergency Response Shelters $7,000,000.00 Rhonda Branecky,Assistant Regional Director Transportation with Mass Feeding Phone:(210)859-9389 August 2017—October 2017 Corpus Christi,Port Aransas, Rhonda.branecky@txdot.gov Yoakum,Beaumont, 150 East Riverside Dr. I Performed by DRC family of Sugarland,Texas Austin,TX 78704 companies Hurricane Harvey I I I I r I :.'.� C, Tab A: Firm Qualifications and Experience _ DRC 't a Striking Sack. Emergency and Disaster Support and Management Services z, EXPERIENCE WITH FEMA REIMBURSEMENT I Having participated in every major disaster for the past 30 years, DRC has an unparalleled record for providing jurisdictions the maximum reimbursement rate granted by FEMA. Our record serves as a testament to DRC's ability to perform within the strict guidelines established by our Federal Government, as well as our ability to attract and maintain well trained 1 and principled personnel. Adherence to Policy Changes IDRC Emergency Services strives to continuously stay ahead of any changes in FEMA policy and guidance that may affect our Clients. DRC, immediately implemented internal measures to ensure that our clients, and prospective clients, were I prepared to be fully compliant with this guidance. DRC carefully reviewed scopes of service,terms of inclusion,evaluation, pricing models,and other key components for any items which may have been deemed non-compliant relative to the new guidance. Additionally,DRC Emergency Services,LLC is a founding member of DRCA(the industry's trade organization).Through I this membership, DRC helps shape policy and legislation for jurisdictions recovery process. Our additional memberships in other professional organizations(NEMA,APWA and SWANA),provides us with recent industry knowledge necessary to support our client base. IMajor Disaster Recovery Projects DRC has extensive experience working with FEMA on major disaster recovery projects. With over 30 years of experience, IDRC has developed an inherent understanding of how to direct emergency response and recovery. ' Date Event State Declaration Number 1 2018 Hurricane Michael FL, GA DR-4399, DR-4400 Hurricane Florence NC DR-4393 IIHurricane Maria PR DR-4339 i 2017 Hurricane Irma FL, GA DR-4337, DR-4338 Hurricane Harvey TX DR-4332 IHurricane Matthew NC, GA, FL DR-4285, DR-4284, DR- 4283 1 2016 Hurricane Hermine FL DR-4393 ILA Severe Storms & Flooding LA DR-4277 2015 TX Severe Storms & Flooding TX DR-4269 1 I Tab A: Firm Qualifications and I DRç ?,‘ Experience_ , :.�� . y Striking Bat* Emergency and Disaster Support and Management Services 2014 Ice Storm Pax SC, NC DR-4166, DR-4167 i . 1111 Hurricane Sandy NY, MD, DR-4085, DR-4091, 1 2012 NJ, MO DR-4086, DR-4098 Hurricane Isaac LA DR-4080 IHurricane Irene VA MD, DR-4024, DR-4034, 2011 NC, RI DR-4019, DR-4027, 2010 TN Severe Flooding TN DR-1909 ip 1 2009 Ice Storms MD, VA DR-1875, DR-1874 I Hurricane Ike TX DR-1791 Hurricane Gustav LA DR-1786 I 2008 Mother's Day Tornadoes GA DR-1750 FS Tornado IA DR-1763 1 2007 Ice Storms MO DR-1736 1 2006 Ice Storms NY EM-3268 1 2005 Hurricane Katrina FL, LA, DR-1602, DR-1603 IMS DR-1604 2005 Hurricane Wilma FL DR-1609 I 2005 Hurricane Rita TX, LA DR-1606, DR-1607 I s Tab A: Firm Qualifications and _t-} 1: DRC Y Experience • :..'...P s Striking back Emergency and Disaster Support and Management Services M r:`, 1 2005 Hurricane Ophelia NC DR-1608 1 2005 Hurricane Dennis FL DR-1595 1 2004 Tropical Storm Gaston SC DR-1547 1 Hurricane Charley, FL DR-1539, DR-1545 2004 Francis, Jeanne, and Ivan DR-1561, DR-1551 1 2003 Hurricane Isabel VA DR-1491 1 2002 Hurricane Lili LA DR-1437 1 2002 Emergency Tire Fire VA FSA-2397 1 2002 Hurricane Isadore LA DR-1435 1 2002 Severe Floods VA DR-1406 1 2002 Snow Storm NY DR-1404 1 2001 Ice Storm KS, MO DR-1366, DR-1412 1 2001 Tropical Storm Gabrielle FL DR-1393 1 2001 Tropical Storm Allison LA DR-1380 I jjpSy i Tab A: Firm Qualifications and I DRC k Experience '1.113.` St"Rack. Emergency and Disaster Support and Management Services 2001 Severe Flooding WV DR-1378 I 2001 Severe Flooding TX DR-1379 2001 Ice Storms OK, LA DR-1355, DR-1357 I TX DR-1356 1 2000 Catastrophic Flood NJ DR-1337 2000 F4 Tornado TX DR-1323 2000 Ice Storm NC DR-1312 I MI 2000 Ice Storm GA DR-1311 I I 1999 Hurricane Floyd FL, SC DR-1300, DR-1299 NC DR-1292 1 1999 F5 Tornado OK DR-1272 1999 Hurricane Irene FL DR-1306 1999 Tropical Storm TX DR-1274 I We are committed to the people and Icommunities we serve. No matter the I project, we approach our work with the goal of bettering our clients' lives. I I YS.� Tab A: Firm Qualifications and Experience DERc, Striking Back. Emergency and Disaster Support and Management Services ABILITY TO PROVIDE A RAPID RESPONSE ' Maintaining Full Operational Capability tY ' As a leader in the recovery industry, DRC Emergency Services has developed an inherent understanding of how to direct emergency response and recovery. DRC has a large network of subcontractors and maintains long standing relationships with key subcontractors who ensure our ability to maintain full operational capability for an extended period.Additionally, DRC strongly believes the use of local resources is vitally important to a successful disaster recovery operation and recognizes the importance of community preparedness. By helping communities prepare for the worst, DRC can facilitate the most efficient and rapid response in the wake of a disaster. Encouraging local knowledge and experience enhances our ability maintain full operational capability for the duration of our recovery response. Responding to "Worst Case"Scenarios DRC considers"worst case" scenarios, as defined by the Oil Pollution Act of 1990,when preparing for potential disasters. Upon award, DRC's Regional Manager, Clif Kennedy, will schedule a meeting with the City of Port Arthur. The initial meeting is critical, allowing both the City and the Regional Manager to make introductions, as well as to prepare for any pending disasters. DRC's primary goal in this meeting would be to develop a step by step plan to expedite arrangements for training and response phases of the contract. These provisions include but are not limited to: 4 Presenting key team members, including the Project Manager, and their responsibilities 4 Scheduling table top scenario exercises to include planning and routing I I I r I 1 MI CL L T T 1. Bc�\�I.N,i\I1cl,lil'n &Biti n 1NSUR.\NCI{A('I NCY,LLC ' ]1]1 \cnrrr I Lo \\�I:�'r,SUM.,400 He)LISTON,>N, ;s.\S 7008 K. : Ti U1)11(/Ni (711 3)880-7100 F.\c;si\1u.i:.(713)880-7149 I July 26,2019 DRC } Emer g enc, Services,LLC 6702 Broadway Galveston,TX 77554 Re: DRC Emergency Services,LLC Dear Sir or Madam: We are the surety bonding agent for DRC Emergency Services, LLC, of Galveston,TX. In this capacity,we have ' become very familiar with their financial,management,and operational capabilities. DRC Emergency Services,LLC is bonded through Travelers Casualty and Surety Company of America(Travelers),which has an A.M. Best Rating of A++ Superior with a Financial Size Category of XV. Travelers has agreed to support performance and payment ' bonds for single projects up to $150,000,000 as long as these projects fit within a $300,000,000 aggregate work program. ' Please note that the decision to issue performance and payment bonds is a matter between DRC Emergency Services, LLC, and Travelers, and will be subject to the review and approval of the contract terms, conditions and related underwriting criteria at the time of the request. We assume no liability to third parties or to you if for any reason Travelers does not execute said bonds. We hold DRC Emergency Services, LLC in the highest possible regard and it is our pleasure and privilege to recommend them for your consideration. Very truly yours, BOWEN,MICLE 1'i'h&BRITT INSURANCE AGENCY,LLC David T. Miclette 111 Senior Vice President I DT/rg 1\SLR.\\c,I:/Bc/N'Ds/RISK NI.1\.1G1..\II:N 1' 1 28 CD TEXAS CAPITAL BANK NA. I ' November 8, 2018 DRC Emergency Services, LLC P.O. Box 131486 Houston,Texas 77219 To Whom It May Concern: DRC Emergency Services has the financial resources to perform the requested work for the jurisdiction and the ability to obtain additional resources if needed. The company has a multi-year syndicated revolving credit facility in the amount of $60,000,000 led by Texas Capital Bank and has an accordion feature to increase the credit facility to $100,000,000 if needed. DRC has the financial capability to finance a multi-million-dollar volume of work without interference or a slow-down of work. In addition to the Line of Credit with our bank,the owners of DRC keeps ample levels of Working Capital available at moments notice. I've personally banked the owners of the company for over 10 years and they have been a valued client of the bank, have always paid as agreed, and are one of the highest valued clients in the bank. I've witnessed them work on multiple projects and coordinate large scale efforts with excellent execution. Please feel free to contact me should you need additional information. ' lttk UySSkbS Mike Chryssikos Senior Vice President Texas Capital Bank 1 832-308-7109 STATE OF TEXAS COUNTY OF HARRIS The foregoing letter was acknowledged before me this 8th day of November, 2018, by Mike Chryssikos. ANTONIA NINO wy AV � kt, NOTARY PUBLIC STATE OF TEXAS � MY COMM.EXP.4(2112020 4�°` � NOTARY ID 4783256 ecu tc.tevaccahitalbank.cum ' 29 Inc Ri\crw.ty.Suitt 2100 I Inu,ran. 17c.77156 P S.;'.308.7000 F S32.308.7019 I , j RI3® CERTIFICATE OF LIABILITY INSURANCE DATE(MM1DD/YYYY) osr25r2o19 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Julia Becvar MCGRIFF,SEIBELS&WILLIAMS OF TEXAS,INC. NAME: _ 818 Town Country Blvd,Suite 500 (A/C No,Ext):71377-8975 ,FAX C,No):713-877-8974 Houston,TX 77024-4549 ADDRESS:)MAIL becvar m riff.com A INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Underwriters At Lloyd's,London 15792 ii INSURED INSURER B:The Charter Oak Fire Insurance Company 25615 DRC Emergency Services,LLC P.O.Box 17017 INSURER C:Texas Mutual Insurance Company 22945 Galveston,TX 77552 INSURER D Argonaut Insurance Company 19801 INSURER E:Crum&Forster Specialty Insurance Company 44520 I INSURER F: COVERAGES CERTIFICATE NUMBER:Y4GMNH7P REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR W TYPE OF INSURANCE ADDL SUBR POLICY EFF ` POLICY EXP LIMITS LTR INSD VD POLICY NUMBER (MMIDD(YYYY)I(MM/DD/YYYY) A I X COMMERCIAL GENERAL LIABILITY 60621 EMSSL000118 05/26/2018 06/30/2019 EACH OCCURRENCE $ 1,000,000 I DAMAGE IO REN!ED CLAIMS-MADE n OCCUR PREMISES(Ea occurrence) $ 300,000 MED EXP(Any one person) $ 10,000 X X PERSONAL&ADN INJURY $ 1,000,000 I GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 I POLICY n PRO- n LOC PRODUCTS-COMP/OP AGG $ 2,000,000 H, JECT OTHER: $ B AUTOMOBILE LIABILITY '810-9J994734 05/26/2019 05/26/2020 COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTOBODILY INJURY(Per person)_ $ - OWNED SCHEDULED AUTOS ONLY AUTOS X X BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE $ _ AUTOS ONLY _ AUTOS ONLY (Per accident) $ I A UMBRELLA LIAR X OCCUR B0621EMSSL000218 05/26/2018 06/30/2019 EACH OCCURRENCE $ 5,000,000 X- EXCESS LIAB CLAIMS-MADE X X AGGREGATE $ 5,000,000 DED RETENTION$ $ C WORKERS COMPENSATION 0001307608 TX 05/26/2019 05/26/2020 PER 0TH- D ,AND EMPLOYERS'LIABILITY WC928508471754 X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? n N/A X - - - - (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S 1,000.000 If yes,describe under 1,000,000 I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ E Contractors Pollution& PKC108645 05/26/2019 05/26/2020 Contractor's Pollution Errors&Omissions Errors&Omissions $ $ 5,000.000 5,000,000 X X Policy Aggregate $ 5,000,000 i $ I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Certificate Holder is included as an Additional Insured on the General Liability,Automobile Liability and Excess Liability policies.Waiver of Subrogation applies in favor of Certificate holder as respects General Liability,Automobile Liability,Workers'Compensation and Excess Liability.The General Liability Policy includes a Per Project Aggregate.Coverage is primary and non-contributory as respects to General Liability,Automobile Liability and Excess Liability policies. All as required by written contract subject to policy,terms,conditions,and exclusions. In the event of cancellation by the insurance companies the policies have been endorsed to provide 30 days Notice of Cancellation(except for non-payment)to the Certificate Holder shown below. ICERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN I ACCORDANCE WITH THE POLICY PROVISIONS. "FOR INFORMATION ONLY" AUTHORIZED REPRESENTATIVE (4 I___1 I3tlage 1 of 2 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AI 7 AGENCY CUSTOMER ID: I LOC#: ACO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 1 PRODUCER I INSURED MCGRIFF,SEIBELS&WILLIAMS OF TEXAS,INC , DRC Emergency Services,LLC POLICY NUMBER I CARRIER NAIC CODE ISSUE DATE: 06/25/2019 ADDITIONAL REMARKS ITHIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: Contractors Equipment Coverage 1 Carrier: Phoenix Insurance Company Policy #QT6608076X50APHX19 Policy Period: 05/26/2019 to 05/26/2020 $500,000 Leased or Rented - Any One Item $ 1,000 Deductible IIBlanket Loss Payee and Additional Insured as their interest may appear as required by written contract. 1 1 II II I II I i 1 1 1 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. IThe ACORD name and logo ar3 Tgistered marks of ACORD CERTIFICATE NUMBER:Y4GMNH7P DRC Tab B: Personnel Qualifications EMERGE'`_ Emergency and Disaster Support and Management Services KEY PERSONNEL DRC, its subcontractors, and/or personnel lists their accomplishments among memberships in several professional organizations including NEMA, APWA, SWANA and the Society of American Military Engineers. DRC and/or its' affiliates, associates and/or subcontractors are licensed General Contractors in the states in which DRC performs disaster response services. DRC is familiar with USACE, FEMA, and FHWA rules and regulations,the Stafford Act, and 44CFR as they pertain to emergency response, recovery and reimbursement. John Richard Alston Sullivan, President Mr.Sullivan has vast experience in all aspects of the construction industry, ranging from marine construction and dredging, land development and infrastructure construction as well as the intricate completion of individual custom homes. Mr. Sullivan, along with his brothers, started Sullivan Land Services, Ltd. which provides comprehensive site services for disaster response and recovery, infrastructure, and commercial landscaping, while earning a degree at Texas A&M University in Construction Management. His ingenuity eventually led to the creation of Sullivan Interests, Ltd., a portfolio of companies that provides services and products to various industries. With over 20 years of experience in the construction industry, Mr. Sullivan has gained both extensive knowledge and hands on experience with the recovery process. FEMA Certifications: IS-20.18, IS-100.b, IS-100.pwb, IS-200.b ' Thomas Mark Stafford, Vice President of Response and Recovery Y Mr.Stafford brings many years of experience in disaster and commercial/industrial waste management to DRC Emergency Services. He has participated in recovery following ice storms and hurricanes throughout the Southeast. Mark has overseen and operated landfills, recycling operations and transportation companies exceeding $200 million in annual revenues. He has managed teams of over 1,100 staff serving business, industry and municipalities. Prior to joining DRC, Mark was the president and regional director of Allied Waste for the State of Louisiana. He also worked in an executive capacity for Waste Management. He earned a B. S. in business from the University of Louisiana. FEMA Certifications: IS-5.a, IS-11.a, 15-33.17, IS-35.17, IS-100.pwb, IS-106.17, IS-200.b, IS-315, IS-317, IS-546.a, IS-547.a, IS-660, IS-700.a, IS-702.a, IS-706, IS-775, IS-800.b, IS-801, IS-802, IS-803, IS-806, IS-906, IS-907, IS-2900 Other Certifications: Hazwoper "The team at DRC has been most professional, engaging, and amenable to the City's needs during the initial five-year period." - Harry Hayes Director of Solid Waste Management City of Houston i ice} s h � Tab B: PersonnelQualifications 7 y Emergency and Disaster Support and Management Services EMECGE^.Cr _Ea cc Striking Back. Kristy Rose Fuentes, Vice President of Compliance and Administration Kristy Fuentes is the Vice President of Compliance and Administration for DRC Emergency Services, LLC(DRC ES)and Chief Ethics & Compliance Officer. Previously, Ms. Fuentes was Director of Business Development, leading the marketing,sales and communications functions. Since joining DRC in 2005, Ms. Fuentes has provided assistance to clients in planning, program management, disaster response, demolition contracting and regulatory compliance. Following Hurricane Katrina, Ms. Fuentes managed expansive projects for the Orleans Levee Board,St. Bernard Parish and the United States Corps of Engineers. Ms. Fuentes has served as program manager for four contracts with the Louisiana Department of Environmental Quality, including the "Katrina Car and Vessel" contract and three massive demolition projects in the City of New Orleans. Following Hurricane Gustav, Ms. Fuentes managed nine major disaster-response 111 contracts across southern Louisiana with a cumulative contract value of over thirty million dollars. In response to the BP MC 232 oil spill, Ms. Fuentes played a key role in the clean-up of lower Jefferson,Terrebonne and Plaquemines Parishes through the employment and management of hundreds of local residents and vessels. Since November 2013, Ms. Fuentes has implemented changes and improvements to the methods and procedures for contract, licensing and pre-qualification processes, ensuring contractor compliance with Federal and State regulations. Ms. Fuentes plays a key administrative role in every project DRC performs. In the wake of Hurricanes Michael and Florence in 2018 she directed 45 simultaneous contract activations while providing oversight of accounting, invoicing, ticket reconciliation and overall administrative management. Ms. Fuentes has provided this kind of oversight on all of DRC's projects since 2013. FEMA Certifications: IS-5.a, IS-10.a, IS-11.a, 15-29, IS-37.17, IS-42, IS-100, IS-100.b, IS-100.pwb, IS-106.17, IS-200.b, IS- 241.b, IS-244.b, IS-315, IS-317, 15-453, IS-546.a, IS-547,a, IS-632.a, IS-633, IS-634, IS-700, IS-702.a, IS-706, IS-775, IS- 800.b, IS-801, IS-802, IS-803, IS-804, IS-906, I5-907, IS-909, IS-2900 Other Certifications: Hazwoper Clifford "Cliff" Ault Lowe, Vice President of Business Development Cliff Lowe has over ten years of experience in the disaster management industry and has managed federal projects around the globe, giving him a unique knowledge of state and federal contracts. Since he has been with DRC, Mr. Lowe aided in the Hurricane Michael recovery at the Tyndall Air force Base in Florida. As DRC's Vice President of Business Development, Mr. Lowe is responsible for the day to day management of DRC's Regional Manager Team, sales and marketing, and coordinating with DRC's sister company,SLS. Mr. Lowe was previously employed at HDR Engineering and Construction, where he worked as a Project Manager for HDR's OCUNUS Program. The program collectively performed 300 million cubic yards of work in Iraq, Afghanistan, and Kuwait. In 2016, he was awarded the Pathfinder of Distinction for Leadership for his role in Hurricane Matthew recovery efforts. Mr. Lowe has a Bachelor's Degree of Science and a Master's Degree of Science, both obtained at Texas A&M University. Certifications:40 Hour HAZWOPER, License Asbestos Inspector Joseph "Joe" Robert Newman, Vice President of Operations With more than 13 years of experience in overseeing large-scale construction and disaster-related debris management projects, Mr. Newman has managed teams over multiple disasters including Hurricanes Isabel, Dennis, Katrina and Ike. xis • Sllyd Tab B: Personnel Qualifications EMERGENCY SER 10EV_V f n9r' 'r Emergency and Disaster Support and Management Services .__.._... .... Through the years,he has had many roles including heavy equipment operation,planning and coordination of construction process, securing permits and licenses, delivery of materials and equipment, FEMA compliance, coordinating and operating with municipality officials, and estimating for contracts. As Vice President of Operations, Mr. Newman provides operational oversite in order to measures progress and adjust processes to ensure the success of the project. Mr. Newman oversees all project managers and works closely with management personnel to maintain efficient team structure during an activation. Previously, while activated for Hurricane Ike, Mr. Newman oversaw the collection, processing, and recycling/disposal of over 1,000,000 cubic yards of debris. His recent project activations include Hurricanes Michael, Florence, Harvey, Maria, and Irma. Mr. Newman plays a role in every major activation providing overall project management and operational oversight. FEMA Certifications: IS-33.17, IS-35.17, IS-100.b, IS-100.pwb, IS-632.a, IS-702.a, IS-2900 Other Certifications: Hazwoper Clifton "Clif' Gene Kennedy, Regional Manager As a former Captain in the U.S. Marine Corps, Mr. Kennedy was responsible for the training and combat readiness of hundreds of Marines and led expeditionary combat operations around the world. His leadership and experience conducting operations in extreme situations gives him a unique perspective in the disaster response business. Additionally, his management background in a commercial real estate development and an international non- profit have broadened his capabilities in effective leadership. As a Regional Manager, Mr. Kennedy is responsible for maintaining business relationships and providing hands-on participation and incident command in response and recovery operations. His major recent activations include: Hurricanes Michael, Florence and Harvey. Upon joining the DRC team, 111 Mr. Kennedy was immediately activated in response to Hurricane Harvey and worked closely with the City of Houston and Harris County. Mr. Kennedy also worked with the Texas General Land Office restoring 125 miles of Texas coastline after Hurricane Harvey. During this project he coordinated with 8 different federal, state, and county agencies and completed the project on time while navigating numerous unexpected contingencies. Mr. Kennedy has a B.A. in Political Science from Texas A&M University. He is a Texas resident and has resided in Houston since 2010 with his Wife, Kat, and their four children. FEMA Certifications: IS 100, IS 00632.a, IS 00700.a 111 The Point of Contact for the City of Port Arthur is Clif Kennedy who can be reached at (888)721-4372, by cell: (713)715-8772 or by email:Ckennedy@dreusa.com. I Samuel Hood Dancer, Operations Manager After more than a decade in the military and law enforcement,Mr.Dancer became a Field Supervisor and Project Manager, handling contracts involving clean-up following Hurricanes Gustav and Ike; City of Fayetteville, AR ice storm; City of Nashville,Tennessee flooding; BP Oil Spill; and the Port Au Prince, Haiti earthquake. More recently, he was involved in: St. Charles County and the City of Bridgeton tornado debris removal (MO);Tuscaloosa (ALDOT) residential demolition of tornado-damaged residences (AL); Terrebonne Parish (LA) and St. Louis Bayou (MS) Cleanout project; City of New Orleans Strategic Demolition for Economic Recovery project (LA); East Baton Rouge Parish Tab B: PersonnelQ ualifications .au_ DRC Emergency and Disaster Support and Management Services "ERG" Striking Back. wind storm damage (LA); Ascension Parish, Tangipahoa Parish (LA), and Houston (TX)flood damage; project manager for Hurricane Irma Largo. FEMA Certifications: IS-3,IS-5.a,IS-10.a,IS-11.a,IS-20.19,IS-21.19,IS-29,IS-33.17,IS-36,IS-37.19, IS-42,IS-60.b, I5-75, IS-100.c, IS- 100.fda,IS-100.fwa, IS-100.hcb, IS-100.he, IS-100.Ieb,IS-100.pwb, IS-106.17,IS-200.b,IS-200.hca,IS-201,IS-230.d,IS-00240.b, IS- 111 241.b,IS-244.b,IS-315,IS-317,IS-324.a,IS-325, IS-394.a, IS-405,IS-420,I5-421, IS-453, IS-454, IS-546.a,IS-547.a, IS-632.a,IS-633,IS- 634,IS-660,IS-700.b,IS-702.a, IS-703.a, IS-706,IS-775,IS-800.b,IS-801,IS-802, IS-803, IS-804,IS-807,IS-807,IS-809,IS-810, IS-811,IS- 812,IS-813,IS-906, IS-907,I5-909,IS-912,IS-914, IS-01010,IS-1150,IS-1172,IS-2000,IS-2500, IS-2600,IS-2900.a OSHA Certifications: OSHA-105, OSHA-107, OSHA-108, OSHA-112, OSHA-113,OSHA-115, OSHA-116, OSHA-121, OSHA- 122, OSHA-123, OSHA-144, OSHA-150,OSHA-151, OSHA-152, OSHA-161, OSHA-162, OSHA-602, OSHA-603, OSHA-605, OSHA-612, OSHA-614, OSHA-618, OSHA-700, OSHA-701, OSHA-702, OSHA-704, OSHA-707, OSHA-716,OSHA-718, OSHA- 719, OSHA-722, OSHA-750, OSHA-806,OSHA-807, OSHA-808, OSHA-809, OSHA-815, OSHA-852 Other Certifications: Access to a TWIC card,Access to HSIN granted by the Department of Homeland Security for Louisiana, Mississippi,Texas,Alabama, and the EM Site Matthew Lee Mignerey, Project Manager Mr. Mignerey brings 20 years of experience in business development and client base expansion. With expertise in real estate and property acquisition, Mr. Mignerey specializes in both new account development and sustaining robust business relationships. He is recognized and experienced in diverse sales environments and competitive markets. Specializing in logistical services, he most recently worked in Puerto Rico after Hurricane Maria, which involved the comprehensive rehabilitation and reconstruction of thousands of homes damaged during the 2017 hurricane season. Mr. Mignerey manages the repair and reconstruction of over 27,000 homes in the program. Lisa Michelle Garcia Walsh, Contracts Manager Ms. Garcia Walsh has overseen DRC's contracts since 2010. Her role is to maintain all contractual records and documentation,such as receipt and control of all contract correspondence.She is responsible for applying, renewing, and activating general contractor licenses nationwide as well as other authorizations and pre-qualifications. Additionally, she is responsible for invoicing,ticket reconciliation and coordination with subcontractors, municipalities and monitoring firms regarding accounting procedures. Ms. Garcia Walsh helps ensure data is collected and processed efficiently. Ms. Garcia Walsh brings experience in data management operations following some of the largest debris generating natural disaster in recent history. She oversaw data collection and processing for state and federally funded projects. She 111 assists with data management, invoice reconciliation, and project closeout. Ms. Garcia Walsh has provided administrative assistance to DRC's management personnel on all major disasters since 2013. Prior to joining DRC, Ms.Garcia Walsh provided administrative assistance for emergency response projects involving FEMA protocol. FEMA Certifications: IS-5.a, IS-10.a, IS-11.a, IS-37.17, IS-42, IS-100.a, IS-100.b, IS-100.pwb, IS-106.17, IS-200.b, IS-201, IS- 244, IS-315, IS-317, IS-324.a, IS-453, IS-546.a, IS-547.a, IS-632.a, IS-633, IS-634, IS-660, IS-700.a, IS-702.a, IS-706, IS-775, IS-800.b, IS-801, IS-802, IS-803, IS-806, IS-906, IS-907 IS-909, IS-2900 Other Certifications: Hazwoper 1L✓. t uJOHN SULLIVAN PRESIDENT 110 Veterans Boulevard,Suite 515• Metairie, LA 70005 ` `.,`t (888)721-4372•Jsullivan@sullivaninterests.com I INTRODUCTION Mr.Sullivan has vast experience in all aspects of the construction industry, ranging from marine construction and dredging, land development and infrastructure construction as well as the intricate completion of individual custom homes. Mr.Sullivan,along with his brothers, started Sullivan Land Services, Ltd. which provides comprehensive site services for disaster response and recovery, infrastructure, and commercial landscaping, while earning a degree at Texas A&M University in Construction Management. His ingenuity eventually led to the creation of Sullivan Interests,Ltd.,a portfolio of companies that provides services and products to various industries. With over 20 years of experience in the construction industry, Mr. Sullivan has gained both extensive knowledge and hands on experience with the recovery process EDUCATION Texas A&M University—College Station,Texas Bachelor of Science—Construction Science PROMINENT CERTIFICATIONS FEMA IS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS 200.b ICS for Single Resources and Initial Action Incident OTHER CERTIFICATIONS OSHA Safety Certification USACE Contractor Quality Management NOTABLE PROJECTS Hurricane Maria-2017 Louisiana Severe Storms and Flooding(DR-4277)—2016 Hurricane Irma—2017 Winter Storm Jonas—2015 Hurricane Harvey—2017 Houston,TX Flood-2015 Hurricane Matthew-2016 ' EXPERIENCE NYC Build It Back Program—City of New York,NY • Program/construction management for the reconstruction, rehabilitation and elevation of over 700 homes in Staten Island. ' CDBG-DR funded project for New York City restoring homes damaged by Hurricane Sandy. New York City Rapid Repairs Program—New York, NY . Repair of over 1,700 homes throughout the five boroughs of New York following Hurricane Sandy.All repairs performed in a four-month period and included mechanical,electric and plumbing. FEMA Galveston County Emergency Housing—Galveston County,TX ' . Involved the complete development of two former athletic fields into fully-functional manufactured home communities totaling 106 units.Both projects were completed in 28 days. 36 z" DRC Svokmq BacY. I USACE GIWW Willacy County Dredging—Harlingen,TX Dredging of approximately 423,000 cubic yards of material in Gulf Intracoastal Waterway and disposal in designated USACE placement areas. I Port of Harlingen Maintenance Dredging—Harlingen,TX • Maintenance dredging of Port of Harlingen dock facilities. Dredging of approximately 58,000 cubic yards of material and disposal in POH placement areas. IIPort of Galveston Maintenance Dredging—Galveston,TX • Annual contract for maintenance dredging of Port of Galveston dock areas and shipping channel. Dredging of approximately I 70,000 cubic yards of material per dredging cycle. Port of Houston Maintenance Dredging—Houston,TX • Maintenance dredging of Bayport Wharf 3 facility. Dredging of approximately 53,000 cubic yards of material and disposal in IPOH placement areas. Galveston Pilots Association Dredging—Galveston,TX . Dredging of GPA facility to create proper draft for incoming vessels.The slips had not been dredged in over ten years,which allowed for a substantial amount of siltation.Over 10,000 cubic yards of material was removed to create 15-foot draft at vessel slips. II Texas International Terminals Levee,Dredge&Bulkhead Construction—Galveston,TX • Creation of new placement areas, reconstruction & reinforcement of 25 acres of existing levees, dredging of over 150,000 cubic yards of material from facility basin and slips,repair and replacement of existing bulkheads,new fendering systems and Idolphin installation. LBC Terminals Levee Construction&Dredging—Houston,TX I • Creation of a new 10-acre dredge spoil placement area at Houston Ship Channel facility and dredging of 40,000 cubic yards of spoil material. I I I I I I I I 1 37 DRC I I 1: 1 - i .�l MARK STAFFORD I Mat at .,,.t54 ;q o , .,, ,� . _,4, VICE PRESIDENT OF RESPONSE AND RECOVERY f. yy :1,11;::%'1'- ,; 110 Veterans Boulevard,Suite 515 • Metairie, LA 70005 I '� ;i�' ti`,; . ,,:t.:,24.,.--4.,,,-) i (888) 721-4372• Mstafford@dreusa.corn Ai p�y4a�►� o�,rv,21.,:,., ii t z �A,-, :{r, tr 7/ ay_ f� II i. I INTRODUCTION Mr. Stafford brings many years of experience in disaster and commercial/industrial waste management to DRC Emergency Services. He has participated in recovery following ice storms and hurricanes throughout the Southeast. Mark has overseen and IIoperated landfills,recycling operations and transportation companies exceeding$200 million in annual revenues.He has managed teams of over 1,100 staff serving business, industry and municipalities. Prior to joining DRC, Mark was the president and regional director of Allied Waste for the State of Louisiana. He also worked in an executive capacity for Waste Management. He earned a II B.S. in business from the University of Louisiana. EDUCATION 11 University of Southwest Louisiana—Lafayette, Louisiana Bachelor of Science in Business Administration—1980 Media Training School—Dallas,Texas Advanced Management Program i PROMINENT CER'T'IFICATIONS Hazardous Waste Operations&Emergency Response—Initial 11 FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS-200.b ICS for Single Resources and Initial Action Incident, ICS-200 FEMA IS-700.a National Incident Management System (NIMS),An Introduction I FEMA IS-702.a NIMS Public Information Systems OTHER CERTIFICATIONS FEMA IS-5.a FEMA IS-315 FEMA IS-706 FEMA IS-803 FEMA IS-11.a FEMA IS-317 FEMA IS-775 FEMA IS-806 FEMA IS-33.17 FEMA IS-546.a FEMA IS-800.b FEMA IS-906 FEMA 15-35.17 FEMA IS-547.a FEMA IS-801 FEMA IS-907 FEMA IS-106.17 FEMIA IS-660 FEMA IS-802 FEMA IS-2900 I NOTABLE PROIECTS Hurricane Maria—2017 Hurricane Irene—2011 Hurricane Irma-2017 BP Oil Spill—2010 Hurricane Harvey—2017 Hurricane Gustav-2008 Hurricane Matthew-2016 Hurricane Ike—2008 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Wilma—2006 Winter Storm Jonas—2015 Hurricane Rita—2005 III Houston,TX Flood-2015 Hurricane Ophelia—2005 Winter Storm Pax—2014 Hurricane Katrina—2005 Midwestern Tornado Outbreak-2013 Hurricane Dennis—2005 ' Hurricane Isaac-2012 DRC 1 38 GEtiC Stay tCt sna;ay exx. I to obtain municipal contracts. Participated in numerous public hearings statewide. Represented company before other public Ibodies and at political functions. Waste Management,Inc.-Commercial/Residential,New Orleans&St.Tammany Divisions—New Orleans,Louisiana I General Manager—February 1989-July 1995 Assistant General Manager—March 1988-February 1989 I Waste Management,Inc.—Acadiana—Lafayette,Louisiana Manager of Special Projects—January 1987-March 1988 Sales Manager—September 1985-January 1987 ICamel Industries—Lafayette,Louisiana Co-founder/Manager—December 1980-September 1985 I • Co-founded this commercial environmental services company. Built operation from its inception to$3 million in annual sales volume before its 1985 sale to Waste Management. I I I I I I I I I I I I 40 4' RRC I 1 -.7' _u - - KRISTY FUENTES 7 VICE PRESIDENT OF COMPLIANCE AND ADMINISTRATION 110 Veterans Boulevard,Suite 515 •Metairie, LA 70005 ' i )„ --' (888)721-4372 • Kfuentes@drcusa.com z F I INTRODUCTION I Kristy Fuentes is the Vice President of Compliance and Administration for DRC Emergency Services, LLC (DRC ES) and Chief Ethics & Compliance Officer.Previously,Ms.Fuentes was Director of Business Development,leading the marketing,sales and communications functions. Since joining DRC in 2005, Ms. Fuentes has provided assistance to clients in planning, program management, disaster response, demolition contracting and regulatory compliance. Following Hurricane Katrina, Ms. Fuentes managed expansive projects Ifor the Orleans Levee Board,St.Bernard Parish and the United States Corps of Engineers.Ms.Fuentes has served as program manager for four contracts with the Louisiana Department of Environmental Quality, including the"Katrina Car and Vessel"contract and three massive demolition projects in the City of New Orleans. Following Hurricane Gustav, Ms. Fuentes managed nine major disaster- response contracts across southern Louisiana with a cumulative contract value of over thirty million dollars. In response to the BP MC 232 oil spill, Ms. Fuentes played a key role in the clean-up of lower Jefferson, Terrebonne and Plaquemines Parishes through the employment and management of hundreds of local residents and vessels. Since November 2013, Ms. Fuentes has implemented I changes and improvements to the methods and procedures for contract,licensing and pre-qualification processes,ensuring contractor compliance with Federal and State regulations. I EDUCATION University of New Orleans-New Orleans,Louisiana Marketing-1993 I Southeastern Louisiana University—Hammond,Louisiana Marketing-1992-1993 I PROMINENT CERTIFICATIONS Hazardous Waste Operations&Emergency Response-Initial FEMA IS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-100.pwb Introduction to the Incident Command System IFEMA IS-632.a Introduction to Debris Operations FEMA IS-633 Debris Management Plan Development FEMA IS-634 Introduction to FEMA's Public Assistance Program II FEMA IS-700 National Incident Management System(NIMS),An Introduction FEMA IS 702.a NIMS Public Information Systems I OTHER CERTIFICATIONS FEMA IS-5.a FEMA IS-200.b FEMA IS-453 FEMA IS-802 FEMA IS-10.a FEMA IS-201 FEMA IS-546.a FEMA IS-803 I FEMA IS-11.a FEMA IS 241.b FEMA IS 547.a FEMA IS 804 FEMA IS 29 FEMA IS 244.b FEMA IS 706 FEMA IS-906 FEMA IS-37.17 FEMA IS-315 FEMA IS-775 FEMA IS-907 I FEMA IS-42 FEMA IS 317 FEMA IS 800.b FEMA IS 909 FEMA IS 106.17 FEMA IS 324.a FEMA IS 801 FEMA IS-2900 I NOTABLE PROIECTS Hurricane Maria-2017 Hurricane Irma-2017 I 41 :4DRC I Hurricane Harvey-2017 Hurricane Irene-2011 Hurricane Matthew-2016 BP Oil Spill—2010 Louisiana Severe Storms and Flooding(DR-4277)—2016 Hurricane Gustav-2008 Winter Storm Jonas—2015 Hurricane Ike—2008 Houston,TX Flood-2015 Hurricane Wilma—2006 Winter Storm Pax-2014 Hurricane Rita-2005 Midwestern Tornado Outbreak—2013 Hurricane Ophelia—2005 Super Storm Sandy-2012 Hurricane Katrina-2005 Hurricane Isaac-2012 Hurricane Dennis—2005 EXPERIENCE DRC Emergency Services,LLC—New Orleans,Louisiana Chief Executive Compliance Officer—October 2014-present ' • Overall day-to-day responsibility for directing the DRC ES ethics, business conduct and government contracting compliance programs ("Programs"). Ensure that all executives and employees have ethics training on an annual basis and that the Code provides compliance guidance appropriate to the size and nature of DRC ES business. Vice President of Business Development—2013-present • Management of DRC's marketing,sales and communications functions, providing client relations and assistance in the areas of planning,program management,disaster response,demolition contracting and regulatory compliance Regional Manager—2005-2013 • Management and oversight for all Louisiana projects since 2005,including Hurricanes Katrina,Gustav,Ike and Isaac recovery with state and local agency contracts. . Specialty project management including"Katrina Vehicle and Vessel" recovery in the State of Louisiana for the Department of Environmental Quality,South Shore Harbor Vessel Removal, debris removal,marine debris removal and demolition programs in four parishes,including asbestos removal ' • Managed contract and government relations in major disasters throughout the United States including but not limited to the Alabama tornados,Hurricane Irene in Maryland and New York,Hurricane Sandy,Ice Storm recovery in North and South Carolina • Coordination of multi-million-dollar shipment of all necessary materials and supplies to Haiti to erect a 350-man workforce housing facility in support of a US State Department work camp Lash Homes,Inc.—Chalmette,Louisiana Project Management—1998-2004 ' . Managed material,machinery and people for construction projects throughout New Orleans • Ensured the safety of the employees . Responsible for timely completion of projects Casey,Babin and Casey—New Orleans,Louisiana Real Estate Closing Coordinator—1998 2004 I . Arranged and managed documents for the legal proceedings containing real estate transactions • Scheduled and orchestrated multiple real estate transactions daily I I I I 1 42 � DRC 1 CLIFFORD A. LOWE JR. VICE PRESIDENT OF BUSINESS DEVELOPMENT 110 Veterans Boulevard,Suite 515 • Metairie, LA 70005 -1111111 (888)721-4372• Clowe@drcusa.com 44'1 INTRODUCTION Mr. Lowe has 10 years managing debris monitoring projects throughout the Southeast United States and providing emergency management training to public and private entities alike. Mr. Lowe has 22 years of experience managing and participating in environmental restoration activities for DoD,USACE,and the State of Texas; preparing Cost-to-Complete documents,Statements of Work, Cost Estimates, and Work Plans for USAF installations funding approval. While supporting DoD, Mr. Lowe has 3 years experience in developing and interpreting groundwater investigations conducted in complex subsurface geology,and modeling using a variety of groundwater modeling programs(Modflow,Groundwater Vistas,Aqtesolv,Surfer,and ADEPT),and served as the Water Quality Session Chairman at the 2001 Pollution Prevention Conference. Mr. Lowe has more than 11 years of experience completing Phase I and Phase II subsurface investigations in Texas and Louisiana and has been managing Title II oversight for AFCEC since 2008. EDUCATION Texas A&M University Corpus Christi,1998 M.S.,Environment Science,Environmental Studies Texas A&M University College Station,1996 B.S., Wildlife and Fishery Sciences PROMINENT CERTIFICATIONS NESHAP trained Asbestos Inspector DOD Secret Clearance Construction Quality Management HAZWOPER Certification I NOTABLE PROTECTS Hurricane Irma-2017 Hurricane Matthew-2016 Hurricane Harvey-2017 ' EXPERIENCE FDOT District 6 X0402-Hurricane Irma ROW(Right of Way)Debris Monitoring, Monroe County, Florida,September 2017- Current. Project Manager. HDR is completing a ROW debris monitoring project in Monroe County Florida for FDOT. The Florida Keys experienced flooding and high winds due to Hurricane Irma. HDR managed 100+staff and to date has overseen the collection of 1,000,000 cubic yards of combined storm debris along US 1 and additional county maintained roads. City of Corpus Christi Disaster Assessment Team Training Workshop and Emergency Management Coordination,Corpus Christi,TX,June 2017. Project Manager. HDR provided the City of Corpus Christi with a 2 day training event one month prior to Hurricane Harvey landfall. HDR trained city staff in EM preparedness and DAT procedures. Hurricane Matthew ROW(Right of Way)Debris Monitoring,St.Johns County, Florida, October 2016-Current. Project Manager. HDR completed a ROW debris monitoring project in St. Johns County Florida. The 602 square mile county experienced flooding and high winds due to Hurricane Matthew. HDR managed 100+ staff and to date has overseen the collection of 700,000 cubic 1 yards of combined storm debris. City of Flagler Beach, Florida-Hurricane Matthew(2016) Project Manager. HDR completed a ROW debris monitoring project in Flagler County Florida. HDR managed 35+staff and oversaw the collection of 450,000 cubic yards of combined storm debris. 1 '`, DRC 43 �` 's,„k,n96Uk Clarendon County,SC—Severe Flooding (2015) Provided on-site technical assistance to Clarendon County following a catastrophic flooding event in 2015. HDR assisted the County with coordination and communications with the South Carolina National Guard in the repair of County-maintained roadways. Escambia County, Florida—Severe Flooding (2013) Mr. Lowe assisted Escambia County, Florida following a 500-year flooding event that resulted in upwards of$100 million in damages to Escambia County. HDR assisted with the damage assessment documentation process, procured engineers and contractors for both temporary and permanent repairs, and helped the County Public Works Dept. with overall reimbursement efforts. ' Quality Assurance(Title II)for 46Kv Distribution Line at Kirtland AFB, New Mexico, October 2016—Current. Project Manager. Providing management and review of construction of a 46 Kv power distribution line at Kirtland AFB, NM. HDR's fulltime on-site Construction Inspector is responsible for daily reporting, invoice review, submittal review, and RFI response. Quality Assurance(Title II)for Melrose Range Control Tower at Cannon AFB, New Mexico,October 2016—Current. Project Manager. Providing management and review for design and construction of the Melrose Range Control Tower at Melrose Range, NM. HDR has provided at full time on-site Construction Inspector for AFCEC through the duration of the project. Quality Assurance(Title II)for Sanitary Sewer Repair at Tyndall AFB, Florida,September 2013-August 2015. Project Manager. ' Providing management and review for complete engineering design and construction for the repairing by slip lining the 1950s mains, manholes, and service laterals on the Sanitary Sewer System at Tyndall AFB. The project is getting underway with the cleaning and inspection of 127,700 Linear Feet of the Sanitary Sewer System by closed circuit television. Tyndall AFB was opened in 1941, much of the sanitary sewer remains unchanged since its installation in the 1950's and acts as the primary system for the bases 3,000+ ' residents. Today Tyndall AFB's primary mission is to provide air dominance training for F-22A Raptor pilots and maintenance personnel and air battle managers to support the combat Air Force. This project is just another example of HDR-EOC's ever expanding resume of Title II projects. ' Title I Services for Southwest Asia,September 2013—July 2015. Project Manager for master planning services for five locations in Southwest Asia. This project will provide Camp Master Plans for Camp As Sayliyah, Qatar, and Zayed Military City,Abu Dhabi, UAE. We will also be providing a Country Plan for Jordon and a draw down plan for the Kabul Base Cluster,Afghanistan. ' Quality Assurance/Quality Control(Title II)for Multiple Projects in Afghanistan,January 2012-Present. Assistant Project manager for Title II Construction Management work in Afghanistan. The work load included overseeing and managing construction totaling$600M. The team is comprised of 150 plus diverse individuals comprised of Expatriates, Third Country Nationals and Local Afghani Nationals. The work provided supervision, inspection, in-depth analysis of contractor cost and schedule performance and ' oversight for construction of various facilities throughout Afghanistan. Authored the QAPP for the program. The Air Force Center for Engineering and the Environment's(AFCEE)Guidance for Contract deliverables(GCD)was used to develop this extensive QAPP. Ensure compliance with the Health and Safety Plans for each site. This project is a firm fixed price(FFP)project valued at over$38M in revenue for HDR in 2012. Electrical Engineering and Inspection Support for the Area Support Group, Kuwait,2009. Project Manager. Provides oversight and management of a $3M AFCEE 4P A&E contract. In this capacity ensures overall quality and performance for inspection and construction oversight. Mr. Lowe is responsible for preparing proposals, reviewing Statements of Work, submitting reports and ensuring adequate resources are made available for the project. Value: 3M. Operations and Maintenance Services Camp Arifjan, Kuwait,2009-Present. Project Manager. Provides oversight and management ' of three AFCEE ECOS contracts worth over$3M. In this capacity ensures overall quality and performance for three maintenance contracts covering HVAC, electrical and general maintenance. Mr. Lowe is responsible for preparing proposals, reviewing Statements of Work,developing Work Plans and ensuring adequate resources are made available for the project.Value: 3.5 M. Preventive Maintenance and Repair of Generators at Camp Arifjan, Kuwait,2009. Project Manager. Provides oversight and management of a$4.5M AFCEE ECOS contract. In this capacity ensures overall quality and performance for maintenance contracts covering over 100 generators in Kuwait in support of US operations. Mr. Lowe is responsible for preparing proposals, reviewing Statements of Work, submitting reports and ensuring adequate resources are made available for the project. Value: 4.5M. Title I and Title II Construction Services ASG-KU Kuwait,2009. Project Manager. Provides oversight and management of a$4M AFCEE 4P A&E contract. In this capacity ensures overall quality and performance for construction oversight, inspection, and design. Mr. Lowe is responsible for preparing proposals, reviewing Statements of Work, submitting reports and ensuring adequate resources are made available for the project. Value: 4M. Title I and Title II Construction Services Cannon AFB Clovis, NM,3/08-5/10. Project Manager. Provides oversight and management of two AFCEE 4P A&E contracts worth over$2M. In this capacity ensures overall quality and performance for two contracts covering I (, DRC 44 S,,,Aog Back construction oversight, inspection, and design. Mr. Lowe is responsible for preparing proposals, reviewing Statements of Work, submitting reports and ensuring adequate resources are made available for the project.Value: 2M. Los Angeles AFB/United States Air Force,7/10-10/10. Project Manager. Supported the base Civil Engineering and Logistics Squadron (61 CELS)as the on-site Project Manager and Construction Inspector. Responsible for restructuring the construction ' inspection standard procedures and streamlining the exit strategy and transition to the incoming contractor.Value: $3M Asbestos Abatement and Removal—Precise Hard Chrome Inc.,Waco,TX,6/10-8/10. Project Manager. Coordinated effort to identify ACM in facilities targeted for demolition and oversaw the necessary abatement and removal actions. TSA Training Academy EA—Lackland AFB,San Antonio,TX, 5/09-11/09. Project Manager. Conducting field investigation and coordinating the EA effort for the acquisition of property leased to the TSA from LAFB for construction of The Canine Training Facility. Metes&Bounds Survey—Dyess AFB,Abilene,TX, 11/08-3/09. Project Manager. Provides oversight and management of vital project in the housing privatization process for Dyess AFB.Value: 60K. Metes &Bounds Survey—Northern Group; North Dakota, South Dakota, Idaho,8/08-10/09. Project Manager. Provides oversight ' and management of vital project in the housing privatization process for Grand Forks AFB, Minot AFB, Cavalier AFB, North Dakota, Ellsworth AFB, South Dakota, and Mountain Home AFB, Idaho.Value: 350K. Assessment of Asbestos Containing Soils, Brooks City-Base,TX,2008. Project Manager. Provides oversight and management of contract. In this capacity ensures overall quality and performance for inspection oversight. Mr. Lowe is responsible for submitting monthly reports and ensuring adequate resources are made available for the subcontractors on the project. Value: 70K. Renovation of Military Barracks,Corpus Christi Army Depot, Corpus Christi,TX,2008. Project Manager. Provides oversight and direction to Merrick Inc. to ensure that RFP's for barracks renovation include the appropriate level of Asbestos and Mold remediation. Value: 50K. LTM/LTO, Monitoring for FPTA2 at Brooks City-Base, TX, 2008.Assistant Project Manager. Provides oversight and management of t contract, coordinates with subcontractors and provides monthly reports to AFCEE. Value: 275K. NON-HDR EXPERIENCE Carrizo-Wilcox Aquifer Storage and Recovery Project, Bexar County,TX. Evergreen Underground Water Conservation District t Storage and Recovery Model,2003.As District Project Manager/Hydrogeologist, Mr. Lowe developed and presented a groundwater model that projected effects of withdrawal and injection of water into the Upper Carrizo-Wilcox Aquifer in Southern Bexar County, TX. Corpus Christi Landfill,Corpus Christi,TX. Methane Recovery Well Project. As Project Scientist for AES, Inc. Mr. Lowe completed the installation and system startup for a methane recovery project that consisted of twenty two(22)recovery wells. Massachusetts Military Reservation(MMR), MA.MMR Installation Restoration Program (IRP), 1999-2005. Project Manager. Mr. Lowe served as support to the Air Force Center for Engineering and the Environment(AFCEE)for projects initiated and completed on 1 the MMR. Mr. Lowe also provided funding documents for the IRP and cost-to-complete documents through 2007. Yokota Air Force Base(AFB),Tokyo,Japan. Flight Line Survey and Glide Slope Landscape Intrusion Project, 2001. As Project Manager, Mr. Lowe managed and participated in a GIS modeling project for the Yokota AFB, Japan. Mr. Lowe led a team of eight (8) GIS professionals in a thirty(30)day overseas project that was crucial to Air Force operations in Japan. I I DRC 45 Strrtrog back I M i91 -‘t.4 'v JOE NEWMAN I ' ii, k:.titt 4. VICE PRESIDENT OF OPERATIONS ., , 'v it : t`:` 110 Veterans Boulevard,Suite 515 • Metairie, LA 70005 I ` �— ,1- 'YAC", (888)721-4372•Jnewman@dreusa.com fj 1 • Qualify/safety and regulatory compliance United States Army Army Ranger-1995 2000 ' . Ranger Indoctrination Program(RIP) • Primary Leadership Development Course(PLDC) • Airborne School 1 I 1 I I I 1 DRC 47 Sinking Bxk. ! CL1F KENNEDY V REGIONAL MANAGER&SPECIAL PROJECTS 6702 Broadway Street• Galveston,TX 77554 etii (888)721-4372 • CKennedy@dreusa.corn • ' INTRODUCTION As a former U.S. Marine infantry officer, Clif was responsible for the training and combat readiness of hundreds of Marines and has led expeditionary combat operations around the world. His leadership and experience conducting operations in extreme situations give him a unique perspective in the disaster response business. His management background in a commercial real estate development and an international non-profit have broadened his capabilities in effective leadership. He currently serves as a Regional Manager,responsible for the business development efforts related to disaster response and recovery. Additionally,he ' is in charge of responding to the Request for Proposals and negotiating contracts with city, county, and federal agencies for pre- event disaster response contracts. EDUCATION Infantry Officer's Course—Quantico,Virginia 2003 Texas A&M University—College Station,Texas ' Bachelor of Arts in Political Science—2002 Corps of Cadets, Company E-1-1998-2002 Ross Volunteer Company Commander-2002 ' PROMINENT CERTIFICATIONS FEMA—IS-100.b Incident Command System ICS-100 FEMA—IS-632.a Introduction to Debris Operations FEMA—IS-700.a National Incident Management System(NIMS) FEMA—IS-00633 Introduction to Debris Management Plan Development HAZWOPER NOTABLE PROIECTS Hurricane Harvey—2017 Hurricane Maria—2017 Hurricane Florence-2018 Hurricane Michael—2018 iEXPERIENCE DRC Emergency Services LLC—Houston,Texas ' Texas&Southwest Regional Manager—March 2018—Present Special Projects Manager—October 2017-February 2018 • Responsible for seeking out, and managing the business development efforts for immediate and opportunistic disaster response and recovery projects in Texas and the Southwest United States. • In charge of responding to RFP's and negotiating contracts with city, county, and federal agencies for pre-event disaster response contracts. • Responsible for the response and coordination or a project and hand-over to the operations team in the field. 48 `�. DRC Stoking,back PROTECT EXPERIENCE Project Manager,Hurricane Florence,North Carolina,2018. Mr.Kennedy served as the company's lead in response and recovery for military installations that affected by the hurricane. Mr. Kennedy developed partnerships with federal contractors that led to debris removal contracts at Marine Corps Base,Camp Lejeune. Responsibilities included providing daily reporting to client, project management oversight, logistical support and contract management. Debris removal covered multiple mission essential areas around the 246 square mile installation. • Business Development,Hurricane Michael,Georgia,2018. Mr.Kennedy served in the role of business development and client relations in the affected areas of southwest Georgia. Immediately following the landfall of the hurricane, Mr. Kennedy mobilized to the area to meet with existing customers and advise them on what steps they needed to take to ensure an efficient response. DRC was awarded a contract from Georgia Department of Transportation to remove storm ' debris from state right-of-ways in Southwest Georgia. • Regional Manager, Hurricane Harvey, Houston, Texas, 2017-Present, City of Houston. Mr. Kennedy served as the manager during the recovery efforts for multiple contract activations in the aftermath of Hurricane Harvey. Mr.Kennedy's responsibilities included managing the daily operations of debris removal, transportation and final disposal; logistical coordination of the personnel and resources; maintain lines of communication and reporting with the customer. Mr. Kennedy has also directed the City of Houston's waterway clean-up project,encompassing debris removal operations in Lake Houston,San Jacinto River and creek and bayou system. • Special Projects Manager,Hurricane Harvey,Texas,2017,General Land Office. Mr.Kennedy served in various capacities to serve customers around the state of Texas. Mr.Kennedy oversaw contracts with the State of Texas'General Land Office recovery along a 130-mile stretch of Gulf Coast beaches. Mr. Kennedy's responsibilities included preparing operation plans and schedules,ensuring compliance with local,state and federal authorities, providing logistical and procurement support,and project management. Responsible for daily reporting to USACE and Texas General Land Office. PREVIOUS EXPERIENCE Every Village—Houston,Texas and South Sudan,Africa Director—2016-2017 • Developed strategy and vision for the organization to grow its budget and capacity to increase clean water and radio programs in South Sudan. ' • Led a team of fundraisers and communications professionals to increase the awareness of the organizations mission and financial needs. Stream Realty Partners—Houston,Texas Vice President—2010-2016 • Managed construction and development projects across the company's full service,commercial real estate platform. MILITARY EXPERIENCE: United States Marine Corps Captain/Infantry Officer Marine Barracks Washington, "8l'&I"-2007-2010 • Served as Company Commander for Bravo Company,comprised of 140 infantry Marines. During that time,executed over two hundred ceremonies in the National Capital Region, honoring U.S. Presidents,government officials, military officials, and visiting foreign dignitaries. • Served as Platoon Commander for Alpha Company, 15` Platoon, comprised of 40 infantry Marines. Maintained combat readiness for each individual Marine and also performed over one hundred high visibility ceremonies to represent the United States Marine Corps. 2"d Battalion,3'd Marines—Kaneohe Bay,Hawaii—2004-2007 • Assistant Operations Officer,Al Anbar Province, Iraq. o Developed and executed pre-deployment training plans for the 800-man Battalion. o Commanded the battalion's combat operations center(COC)throughout the deployment to Iraq,coordinating operations in the battalion's battlespace,consisting of over one thousand patrols and operations. I 49 ODRc Striking Bark. o Developed and executed battle plans for a large scale,joint operation with the U.S.Marines,Iraqi Army and Iraqi Police forces to locate high-value enemy combatants. • Infantry platoon commander,Jalalabad and Kunar,Afghanistan o Responsible for the training and combat readiness of 42 infantry Marines; deployed to Jalalabad and Kunar, Afghanistan and lead continuous combat operations over a 200-km area, significantly reducing the enemies' combat effectiveness and presence in the area. o Provided security across three provinces for the first democratic elections in the history of Afghanistan. . Infantry platoon commander,31St Marine Expeditionary Unit—Southeast Asia o Trained a platoon of 42 Marines in small boat raid operations in various locations around the South China Sea. o Conducted and led small unit joint urban warfare training exercises with the Japanese Ground Self-Defense ' Forces o Participated joint training exercises and operations with several foreign militaries,to include Royal Thai Marines, Republic of Korea Marines,Afghan National Army, Iraqi Armed Forces I I1 111 I I I I I I 40D RC 5 O Slaking 0ac4 I I SAM DANCER OPERATIONS MANAGER 4 r" ` 110 Veterans Boulevard,Suite 515•Metairie, LA 70005 \: (888)721-4372•Sdancer@drcusa.com 1 AIIC it i INTRODUCTION I After more than a decade in the military and law enforcement, Mr. Dancer became a Field Supervisor and Project Manager, handling contracts involving clean-up following Hurricanes Gustav and Ike; City of Fayetteville, AR ice storm; City of Nashville, Tennessee flooding;BP Oil Spill;and the Port au Prince,Haiti earthquake.Most recently,his projects have included St. Louis County and the City of Bridgeton, MO, tornado debris removal; Tuscaloosa, AL (ALDOT) residential demolition of tornado-damaged Iresidences; Terrebonne Parish, LA, St. Louis Bayou Cleanout project; and the City of New Orleans, LA, Strategic Demolition for Economic Recovery project. IEDUCATION Southeastern Louisiana University—Hammond,LA Computer Science—Fall 1980, Fall 1981,Spring 1982 IPROMINENT CERTIFICATIONS Hazardous Waste Operations&Emergency Response—Initial I FEMA IS-100.b Introduction to Incident Command System,ICS-100 FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS-632.a Introduction to Debris Operations I FEMA IS-633 FEMA IS 634 Debris Management Plan Development Introduction to FEMA's Public Assistance Program FEMA IS-700 National Incident Management System(NIMS),An Introduction IFEMA IS-702.a NIMS Public Information Systems OTHER CERTIFICATIONS I FEMA IS-3 FEMA IS-100.fwa FEMA IS 317 FEMA IS 706 FEMA IS 812 OSHA 150 FEMA IS 5.a FEMA IS-100.hcb FEMA IS 324.a FEMA IS 775 FEMA IS 813 OSHA-151 FEMA IS-10.a FEMA IS-100.he FEMA IS-325 FEMA IS-800.b FEMA I5-906 OSHA-152 FEMA IS-11.a FEMA IS-100.1eb FEMA IS-394.a FEMA IS-801 FEMA IS-907 OSHA-602 1 FEMA IS-29 FEMA IS 106.17 FEMA IS 405 FEMA IS 802 FEMA IS 909 OSHA 603 FEMA IS 33.17 FEMA IS 200.b FEMA IS 420 FEMA IS 803 FEMA IS 912 OSHA-605 FEMA IS-36 FEMA IS-200.hca FEMA IS-421 FEMA IS-804 FEMA IS-914 OSHA-612 I FEMA IS-37.17 FEMA IS 201 FEMA IS 453 FEMA IS 807 FEMA IS 1150 OSHA 700 FEMA IS 42 FEMA IS-230.d FEMA IS 546.a FEMA IS 807 FEMA IS 2900 OSHA-815 FEMA IS-60.b FEMA IS-241.b FEMA IS-547.a FEMA IS-809 OSHA-105 OSHA-852 I FEMA IS-75 FEMA IS 244.b FEMA IS 660 FEMA IS 810 OSHA 115 FEMA IS-100.fda FEMA 15-315 FEMA IS-703.a FEMA IS-811 I NOTABLE PROIECTS Hurricane Irma—2017 Midwestern Tornado Outbreak—2013 Hurricane Harvey-2017 Super Storm Sandy-2012 Louisiana Severe Storms and Flooding(DR-4277)—2016 Hurricane Isaac-2012 IHouston,TX Flood-2015 Hurricane Irene-2011 Winter Storm Pax-2014 BP Oil Spill-2010 I 51 it DRC SnM1mg BxY. Hurricane Gustav-2008 Hurricane Rita-2005 Hurricane Ike-2008 Hurricane Katrina—2005 EXPERIENCE DRC Emergency Services LLC—New Orleans,Louisiana Project Manager—2013—Present • Manages all phases of assigned projects,ensuring contractual obligations are met and accountable for the personnel and ' equipment onsite. Projects include St. Louis County and the City of Bridgeton,MO,tornado debris removal;Tuscaloosa,AL (ALDOT) residential demolition of tornado-damaged residences;Terrebonne Parish, LA,St. Louis Bayou Cleanout project; City of New Orleans,LA,Strategic Demolition for Economic Recovery project. The Country Club—New Orleans, Louisiana Security Supervisor—2013 ' . Maintained a safe environment for employees and patrons at a high-profile restaurant and nightclub;monitored activity via recorded digital CCTV and through live indoor and outdoor surveillance; ensured security staff members were properly trained in all methods of surveillance,guest service,non-violent crisis intervention and documentation of events. Defcon 1—Pearl River,Louisiana Owner/Operator—2012 2013 ' • Managed all operations of a personally owned business which involved the retail sales of law enforcement and military apparel and equipment and provided contract security for private parties, events and VIP escort services. Cahaba Disaster Recovery(acquired by DRC)—Mobile,Alabama Project Manager—2008-2012 • Directed all phases of disaster-related projects from contract activation to final closeout; coordinated mobilization ' of subcontractors and ensured crews in the field operated in accordance with OSHA and DEQ regulations; maintain effective communication with local governing bodies, FEMA, Army Corps of Engineers and monitoring firms. Recovery projects included areas impacted by Hurricanes Gustav and Ike; City of Fayetteville, AR ice storm; City of Nashville,Tennessee flooding; BP Oil Spill; and Port au Prince, Haiti earthquake Bourbon Blues Company—New Orleans,Louisiana Security—2008 . Provided a safe environment for the employees and patrons by ensuring rules regarding the service of alcoholic beverages to patrons by the bar staff were followed; communicated effectively with NOPD in regard to serious incidents occurring at the bar and submitted written reports to law enforcement and management Omni-Pinnacle Emergency Response—Slidell,Louisiana Field Supervisor-2005 2008 . Managed the day-to-day activities of crews and employees in the field, including operations involving tree cutting, debris removal, debris disposal, waterway clearing and residential and commercial demolition;ensured that FEMA, OSHA, DEQ and contractual obligations are met; project involvement included Hurricanes Katrina and Rita in unincorporated St.Tammany Parish, LA and Wilma in Indian River County, FL Target Corporation(Mervyn's and Target)—Multiple Locations Key Store Investigator,Field Assets Protection Team Leader,Executive Team Leader Assets Protection—1994-2005 • Implemented company-directed safety and shortage plans as well as creating store-based plans in accordance with annual inventory results, local safety issues and theft trends; monitored and maintained overt and covert surveillance systems; initiated, investigated and resolved internal and external theft cases including organized theft and fraud; apprehended and interviewed individuals responsible for shortages; partnered with local, state and federal law enforcement agencies and communicated with other retailers;testified in court when necessary 52 DRC 1 LAW ENFORCEMENT EXPERIENCE: Pearl River Police Department(Reserve Division)—Pearl River,Louisiana Officer—1990-1996 • Patrol the streets of Pearl River, protect citizens and their property while enforcing town, parish and state ' ordinances; participated in the initiation and resolution of investigations regarding the manufacturing transport, possession and distribution of controlled substances as a member of the Narcotics Task Force ' MILITARY EXPERIENCE: Louisiana Army National Guard(Infantry)—Houma,Louisiana Squad Leader—1989-1991 ' • Accountable for the proper training and the well-being of an eleven-person infantry squad; maintained combat readiness of the squad and all assigned weapons and equipment to ensure mission completion; unit was activated for Desert Storm United States Army(Infantry)—Multiple Locations Senior Custodial Agent,Fire Team Leader/Track Commander-1983-1986 ' . Controlled entry of US and German personnel into the limited and exclusion areas of a remote nuclear missile site and provide tactical response in the event of a perimeter breach;ensured that the soldiers in the fire team were properly trained and all assigned equipment was maintained;participated in Bright Star,Egypt(1985) 1 I 1 1 I 1 i 1 i 1 53 DRC I MATT MIGNEREY PROJECT MANAGER 6702 Broadway Street•Galveston,TX 77554 (888)721-4372• mmignerey@slsco.com INTRODUCTION Mr. Mignerey brings 20 years of experience in business development and client base expansion.With expertise in real estate and property acquisition,Mr. Mignerey specializes in both new account development and sustaining robust business relationships. He is recognized and experienced in diverse sales environments and competitive markets. ' EDUCATION Texas A&M University-2000 ' Bachelor of Science Maritime Administration PROTECT EXPERIENCE Puerto Rico Permanent Housing Construction Program Mr.Mignerey currently serves as Project Manager for the Puerto Rico Permanent Housing Construction programs,which involved the comprehensive rehabilitation and reconstruction of thousands of homes damaged during the 2017 hurricane season. Mr. Mignerey manages the repair and reconstruction of over 27,000 homes in the program. U.S.Virgin Islands Sheltering and Temporary Essential Power Program Mr. Mignerey served as the Project Manager for the STEP rehabilitation of thousands of homes on St.Croix,St.John and St.Thomas Islands severely damaged during the 2017 Hurricane Irma. Mr. Mignerey managed the repair and reconstruction of over 1,400 homes. ' Marcus&Millichap Real Estate Investment Services Mr. Mignerey served as a real estate investment specialist focused on income producing properties throughout the Greater Houston area. He advised clients on maximizing property value,area rental rates and market trends and managed all facets of the investment sales process including underwriting,contract negotiations and working with attorneys,bankers and 3rd parties for smooth closing. Mustang Caterpillar ' In his roles as Heavy Machinery Sales Representative,Sales Representative and Sales Coordinator, Mr. Mignerey developed expertise in developing and acquiring new customers utilizing scheduled appointments, professional quality sales presentations and demonstrations. He consistently achieved sales revenue in excess of$13 million annually and was a proven sales team leader. 54 I 0 DRC 5 viirnq bacA I I LISA GARCIA WALSH CONTRACTS MANAGER 110 Veterans Boulevard,Suite 515• Metairie, LA 70005 I . _ (888)721-4372• Lgarcia@dreusa.corn Y 11 INTRODUCTION I Ms.Garcia has overseen DRC's contracts since 2010,maintaining contractual records and documentation,such as receipt and control of all contract correspondence.She's also responsible for applying,renewing and activating general contractor licenses nationwide, and other authorizations and pre-qualifications. Projects on which she provided administrative assistance to the Chief Operating Officer, Regional Manager and several Project Managers include the BP Oil Spill Clean Up and Hurricane Isaac Recovery,as well has Inumerous demolition and DOT jobs. Prior to joining DRC, Ms. Garcia provided administrative assistance for emergency response projects involving FEMA protocol. I EDUCATION Our Lady of Holy Cross College—New Orleans,Louisiana Bachelor's Degree in Accounting—May 2015 I Nunez Community College—Chalmette,Louisiana Associates Degree in Business Technology—2010 I PROMINENT CERTIFICATIONS Hazardous Waste Operations&Emergency Response—Initial FEMA IS-100.b Introduction to Incident Command System,ICS-100 I FEMA IS-100.pwb Introduction to the Incident Command System FEMA IS 632.a Introduction to Debris Operations FEMA IS-633 Debris Management Plan Development I FEMA IS-634 FEMA IS 700 Introduction to FEMA's Public Assistance Program National Incident Management System(NIMS),An Introduction FEMA IS-702.a NIMS Public Information Systems I OTHER CERTIFICATIONS FEMA IS-5.a FEMA IS-201 FEMA IS-547.a FEMA IS-803 FEMA IS-10.a FEMA IS-244.b FEMA IS-660 FEMA IS-806 I FEMA IS-11.a FEMA IS 315 FEMA IS 706 FEMA IS 906 FEMA IS 37.17 FEMA IS 317 FEMA IS 775 FEMA IS-907 FEMA IS-42 FEMA IS-324.a FEMA IS-800.b FEMA IS-909 I FEMA IS-106.17 FEMA IS 453 FEMA IS 801 FEMA IS 2900 FEMA IS-200.b FEMA IS-546.a FEMA IS-802 I NOTABLE PROIECTS Hurricane Maria—2017 Winter Storm Pax—2014 Hurricane Irma—2017 Midwestern Tornado Outbreak—2013 I Hurricane Harvey-2017 Hurricane Matthew-2016 Super Storm Sandy-2012 Hurricane Isaac-2012 Louisiana Severe Storms and Flooding(DR-4277)-2016 Hurricane Irene—2011 I Winter Storm Jonas—2015 BP Oil Spill—2010 Houston,TX Flood-2015 Hurricane Gustav-2008 I 55 zi,,,0 DRC 1 Hurricane Ike—2008 Hurricane Ophelia—2005 Hurricane Wilma—2006 Hurricane Katrina—2005 Hurricane Rita-2005 Hurricane Dennis-2005 ' EXPERIENCE DRC Emergency Services,LLC—New Orleans, Louisiana Contracts Manager—November 2013-present . Maintain contractual records and documentation such as receipt and control of all contract correspondence • Ensure that signed contracts are communicated to all relevant parties to provide contract visibility and awareness,interpretation to support implementation 1 • Responsible for applying,renewing and activating general contractor's licenses nationwide; prequalification with Department of Transportation offices nationwide • Responsible for Secretary of State annual filings and authorizations to do business ' Project Administrator—July 2010-November 2013 • Provided administrative assistance to the Chief Operating Officer,Regional Manager and several Project Managers for projects in Louisiana including,but limited to: ' c MC52 BP Oil Spill Clean Up St. Bernard Road Project • Orleans Parish Sheriffs Office Hurricane Isaac Recovery—Assisted project managers in several contracts,coordinated and managed personnel to scan and submit tickets to Mobile office) . Project administrator for two demolition projects for the City of New Orleans;responsibilities included filing permits,making LA ' One Calls, review of all packets for demolition paperwork prior to demolition,attended monthly meetings with City of New Orleans and provided invoicing reconciliation • Researched bids and RFPs throughout the United States ' Law Offices of Christian D.Chesson—New Orleans,Louisiana Paralegal/Office Manager—September 2006 January 2009 . Assisted in Chapter 7 Bankruptcy and Lemon Law documentation for clients . Provided overall office management, including: Client relations o Accounts payable/receivable ' Administrative support to ten attorneys in the New Orleans office location • Liaison between the New Orleans office and the Lake Charles office locations ' Advanced Cleanup Technologies,Inc.—Rancho Dominguez,California Administrative Manager—October 2005-May 2006 •Director of Human Resources for the Southeastern Branch of ACTI .Administrative office manager duties included:documentation and operational support for operations manager and project managers;invoicing for emergency response projects following FEMA protocol 0 DRC 1 56 ... :�.,. I I a)t w! o t � t� ti4 • I • ' I I ` I I I y LI- 2 g z X .z.v I ,C., a Q LL r a V I s until ' m m u T= '° a 1 I {F I I I I C Cto i° 021 «SIi c 3 — Q ' 6 ^ cu O to L Y w f0 +; 2 u.i n2 ti 1 6 O; 8 c: ` E• Q, d. 1 c: C: a `m c 1 C f6 V N 0 d d Q R > _.w Ti.., C�C Y L C I ' .I N ? C G O 10 O 1 V t0 N h c VS. O o uIA '" f0 � ' V aJ d V _, 1 1 a 1 a a RI C T 67 CCI C C II = a c m 3 41 0 U yr Q Y DRC A Tab C: Project Management Plan F.. } Emergency and Disaster Support and Management Services CAPABILITY TO PROVIDE SERVICES Based on our prior experience, our strategic supplier/vendor partnerships and our internal pool of resources,we are intimately familiar with every aspect of the scope of services to be provided.We provide a comprehensive package of sheltering,feeding and mass care services for both emergency response personnel and disaster survivors.As is demonstrated by our recent projects,we have the ability to scale our operations up and/or down to meet critical demand,all the while providing a consistent and reliable level of service to all stakeholders involved. As noted by our national presence, we have the ability to mobilize throughout the country at a moment's notice. Family of Companies Together with our commonly-owned affiliates, SLSCO GLE&I, Callan Marine, and Texas International Terminals, we are able to ' respond immediately to disaster events and provide almost every service required to move through the complete disaster recovery timeline. We are one of the only companies in the United States that can perform these services in a streamlined manner from both the contracting and management sides.This portfolio of companies is under the same ownership and share all resources and assets,including financial, personnel,equipment and facilities. DRC Emergency Services, LLC Ditc DRC specializes in providing extensive disaster recovery, environmental and civil 1� construction services throughout the country. We are recognized for providing government EMERGENCY SERVICES Striking Back. and private entities with rapid response solutions and facilitating the most effective ' immediate recovery efforts tailored to each specific disaster. Throughout our 30-year history, DRC has successfully completed over $2 billion in response contracts and has handled over 40 million yards of debris. We have the ability to mobilize over 4,000 pieces of equipment to any location in the United States and maintain ' a strong cadre of disaster and debris management and operational personnel,who are augmented by hundreds of regional and local construction partners and personnel. SLSCO, LP SLSSLS specializes in disaster response, short-term and long-term housing solutions and comprehensive community rehabilitation and reconstruction.We are capable of providing both program/construction management and general contracting services. For over the past decade, SLS has been involved in the reconstruction, rehabilitation elevation of over 22,000 homes in programs worth in excess of $800 million.We have performed work nationwide and internationally and have served Federal clients such as FEMA and ' HUD, as well as numerous state, regional, county, and city governmental authorities throughout Texas, California, New York, New Jersey, Pennsylvania, Louisiana, South Carolina, South Dakota, Florida, Puerto Rico, and the U.S. Virgin Islands. ' Great Lakes Environmental & Infrastructure �r xGLE&I is one of the largest environmental construction companies in the United 01, GREAT LAKES States offering remediation and infrastructure solutions across the country. Key • ENVIRONMENTAL& ' V' CV INFRASTRUCTURE 1890 management personnel have a combined 200 years of experience delivering hundreds of safe and successful projects in a variety of settings utilizing innovative technical solutions and implementation strategies that render the best possible value. At Great Lakes E&I, client 1 Tab C: Project Management Plan DRC ;,.,_ EMERGENCY SERVICES Emergency and Disaster Support and Management Services m"``°g8'"` partnership is paramount,from initial project development and engineering design through field construction and remedy implementation. Callan Marine, LTD Callan Marine is a highly-specialized marine construction firm capable of providing kjr)' MLA N design, engineering, management, and construction services. We provide every type of marine construction activity including debris management and removal, dredging, shoreline protection, beach renourishment, port/dock facility construction, marine protection mitigation improvements and wetland construction. We are recognized as one of the leading marine construction service providers on the Gulf Coast with a long list of government and private clients who continually utilize Callan Marine for comprehensive marine construction services.Throughout our history,Callan Marine has performed hundreds of projects worth over$200 million. Texas International Terminals Texas International Terminals is a world-class liquid and dry bulk multi-modal facility for deep draft v , , r , along ip Ta capability esselunit for liquid manifest transfer andailstoragebarge, dryand bulk handlingtrucking andthe storage Galveston—as wellShasChannel.layberth facilities s for all vessels, including Panamax Class.As a full-service terminal operator, stevedore and material handler, 1 TEXAS Texas International Terminals links our clients with the global and domestic marketplace within a single, INTERNATIONAL 'FRMINAIS centrally-located facility on the United States Gulf Coast. Just three miles from the Gulf of Mexico and located in Galveston,Texas—TIT is well positioned on the Galveston Ship Channel and the Gulf Intracoastal Waterway. I • 1 I 1 1 i 1 1 DRC Tab C: Project Management Plan st„kolihack ' Emergency and Disaster Support and Management Services RESOURCING APPROACH DRC has national accounts with businesses positioned across the United States. DRC utilizes national and local businesses to ensure a quick delivery. DRC management personnel will contact the appropriate businesses in the region to request the supplies needed.The supplies will then be shipped to the agreed upon location within the City of Port Arthur. Logistic Support After receiving an Operations Order, DRC will deploy an Incident Management Team (IMT) to a centralized Emergency Operations Center near the impacted area that functions under unified command. DRC's IMT will include a Logistics Section responsible for logistic support. The responsibilities of the Logistics Section include, but are not limited to: m' Manage the logistical issues related to the mission for an organized and efficient response with personnel, ' equipment and resources to support to sustain operations. Communicate with vendors and suppliers to fill resource requests, including coordination of IT and related equipment. v' Logistics Section procures or transports resources (personnel, equipment, and supply) in support of operational needs. `4 Operations Section identifies site needs i.e. personnel,equipment, supplies based on site(s)assessment, including ratios for scale(resources like toilets and handwashing stations and personnel numbers) notifies Logistics Section via resource requests of operational needs ' Logistics Section implements vendor Memorandum of Understanding and issues activation confirmation to vendors and support entities via mass notification system with preset follow-up procedures for confirmation of receipt of order. 'tel Logistics Section activates supply unit to support demographic immediate needs while at reception site(s). ' 'i=' Logistics Section communicates w/vendors and suppliers to fill resource requests for reception site(s). When tasked, the Logistics Section sources, secures and deploys resources, equipment and personnel to accomplish the mission. To establish the supply distribution system to cover the affected area, the Logistics Section provides the following as requested by Operations. = Management of operations maintains ICS span of control and coordination among the various aspects of supply management and distribution. Supply Chain Management A supply chain management system will be established that is capable of tracking the status of materials and resources in ' or near "real time." This will be accomplished by identifying local and regional providers of construction materials and critical raw materials and executing strategic supplier agreements.As necessary,we will make strategic bulk purchases of construction materials and/or raw materials anticipated to become scarce and impact construction efforts. To ensure a consistent flow of resources, key logistical nodes and methods of transport will be identified and monitored to mitigate risks of disruption. DRC will render supply chain logistics support including shipments of material and commodities to the shelter operations. I F:- Tab C: Project Management Plan DRC EMEP.GENCY SERVICES Emergency and Disaster Support and Management Services Striking Back Features of our supply chain management include: Identify staging and/or logistics sites for warehousing, assembly and distribution of construction materials. Augment site features as necessary(e.g.,additional light towers, addition of Conex containers or other temporary structures)to provide safe and secure storage and accountability. Management of Operations maintains ICS span of control and coordination among the various aspects of supply management and distribution. I 1 1 I I 1 I I I E � +�'1Y 1 I DRC Tab C: Project Management Plan Striking B_ Emergency and Disaster Support and Management Services EMPLOYMENT OF LOCAL & MINORITY CONTRACTORS I DRC maintains one of the industry's largest network of pre-screened r and fully qualified subcontractors, including local and preferred , f vendors. DRCs subcontractors are evaluated extensively, including , ,,ice I past performance, equipment and +personnel availability, mobilization timeframes,insurance,and cost. '� "` t•_ `�. I The use of local resources is vitally important to a successful disaster .,.--..4._ ,,. recovery operation.Because of its importance,we have developed a • vast network of subcontractors that are uniquely qualified and meet .r %.� Iall operational requirements envisioned under this RFP. �.r • c"` 4',-;4:4744' Throughout its histo DRC has maintained strongrelationships with 2, . g history, p - local vendors and subcontractors.We pride ourselves on facilitating t<, I local involvement during recovery efforts and encourage local knowledge and experience.DRC has assembled a cadre of thousands of subcontractors which includes SBE,MBE,WBE,HUB Zone, I 8(a),and VOSB(including Service-Disabled VOSB)contractors. DRC has established procedures nationally recognized in the area of community outreach as discussed below. I Local S/M/WBE Resource Program While DRC maintains a current,active subcontractor list,Regional Managers reach out to local subcontractors and small,minority and women-owned business enterprises(S/M/WBE) by utilizing: II s' Governmental databases s` Local,regional,and national SBE compliance departments `a` Client and vendor references I a` Direct mail community outreach o Information can be found by contacting:888-721-4DRC or going on drcusa.com Upon receipt of Notice of Award, DRC will make contact with local governments and SBE Resource offices to schedule an I informational and technical assistance workshop for potential vendors and businesses.The workshops provides: 4 "hands on"technical assistance to a variety of companies 4) matches S/M/WBE contractors with other companies in order to strengthen their competitive position ' DRC is committed to ensuring that local companies are made aware of all potential contracting and partnership opportunities. From our extensive experience with subcontractors, DRC knows the importance of establishing strict guidelines for performance I and safety standards.All subcontractors will be screened for qualifications and safety compliance prior to being offered a contract with DRC. Additionally, at the discretion of the contracting agency, all subcontractors will be approved prior to beginning work. Our sample Subcontractor Agreement details the scope of work and responsibilities of each subcontractor. The Subcontractor I Agreement also commits the subcontractor to all governmental regulations and requirements.All subcontractor equipment will be inspected and properly maintained and all personnel certifications and safety courses will be on file and renewed or updated as needed. IIn addition to stringent qualifications standards,DRC requires the following summarized items from subcontractors: '4) Compliance with all DRC safety plans. ▪ Ability to meet liability and automobile insurance requirements(these may vary from contract to contract). T� x 41 t Tab C: Project Management PlanDRC „,..... EMERGE`•CY SERVICES Emergency and Disaster Support and Management Services SfrlkingBa . 3 Compliance with governmental employment regulations, unemployment compensation and workman's compensation laws. I 3 Completion of a subcontracting agreement specifying the scope of work, terms and conditions, pricing, liability requirements and any hold harmless agreements. I DRC keeps a database of our local and minority subcontractors and uses this to track our vast subcontractor network. I DDRC '' DRC �;, Stri#mp Baca EMERGENCY SERVICES IDRC Laerarm.striker,Ll.(- Striking Back. 110 y'ereran ie.Loeuaa ial Silt Suit,RI' Metairie.l.oeis ;DUOS Pbone:501.712-2MA Far:504-487-7012 110 Veterans Memorial Rlsd.Suite 513 Metairie.Louisiana 70005 Phone:(504)702-211411 Fast(507)702-2552 I Company Name: In the event of a disaster In the City of Mobile and DRC Emergency Services is tasked with the Debris Contact Perim Removal and Disposal,the following equipment and Seemingwill be required: IC ontact Penang_ - EQUIPMENT:a Hauling Equipment with bed cepacit,of greater than 30 cy and up to 100'y is Email- preferred.Self-loan ing equipment is.Ho preferred.however.pieces of hauling -- - equipment can be coupled with from end loaders with grapples and bobcats with grapples that are capable of loading hauling equipment.All equipment must meet DOT Address: standards for on road travel.All loading equpmem must operate with rubber tires. I — b Seventy Hour Emergency Push(short term use)-the above equipment applies. however,rubber tie front end loaders.motor graders.telehandlers,baCMioey bobcats UBki'WBC: • with booboo can be used during the first 70 hours Licensing) c. noun ion of the DMS sits(Debris Management Sites)-Bldloorers.water disbursement trucks,grapple trucks,backhoes Can be used for this operation I Equipment:: INSURANCE REQUIREMENTS: General Uabnity-S1,0t0,000.00/51.000,000 00 Aggregare Notes: b. worker Compensation-51,000,000.00/5t,000.000.00/SL000.000A0 I DBE CFRi11ICATIOta DBE Certs to ry required.however.If you are DBE registered with the CM of Mobile.please sends copy of the certification by fax or mall to: 770 veterans Memorial Blvd.Suite 515 Menne LOUiilne 70005 I _. FAX,501-417.2552 I "Our Mayor's Office, Councilmembers, my office, and other coordinating agencies 111 took great comfort in the "on the ground"presence and access they had to DRC's team throughout this effort, and their commitment to the job until we fully Iaddressed all the recovery needs of our residents was greatly appreciated." - Adam M. Smith, P.E., Chief of Wastewater Operations & Maintenance, City of Baton Rouge/Parish of 1 East Baton Rouge's Department of Environmental Services I 1 I Ditc. Tab C: Project Management Plan Emergency and Disaster Support and Management Services AFFIRMATIVE ACTION/ EQUAL OPPORTUNITY POLICY IDRC is an equal employment opportunity employer. Employment decisions are based on merit and business need, and not on race,color, citizenship status, national origin,ancestry,gender,sexual orientation, age, religion, creed, physical or mental disability, marital status, veteran status, political affiliation, or any other factor protected by law. DRC complies Iwith the law regarding reasonable accommodation for handicapped and disabled employees. DRC's President has issued the following policy: ' DRC recognizes the value of hiring a diverse group. Due to the nature of our work and the fact that we provide services worldwide, we find it necessary and advantageous to employ a number of persons from various countries who are of I different races, religions and ethnic groups. In addition, we believe work force diversity may provide a significant market advantage. It is the policy of DRC to comply with all the relevant and applicable provisions of the Americans with Disabilities Act(ADA). I DRC will not discriminate against any qualified employee or job applicant with respect to any terms, privileges, or conditions of employment because of a person's physical or mental disability. DRC will also make reasonable accommodation wherever necessary for all employees or applicants with disabilities, provided that the individual is I otherwise qualified to safely perform the essential duties and assignments connected with the job and provided that any accommodations made do not impose an undue hardship on DRC. I Equal employment opportunity notices are posted as required by law. Management is primarily responsible for seeing that DRC's equal employment opportunity policies are implemented, but all members of the staff share in the responsibility for assuring that by their personal actions the policies are effective and apply uniformly to everyone. Any Iemployee, including managers, involved in discriminatory practices will be subject to termination. I ._ i' Ihr .LLr 47a-I- Y` It. i' 11 i r g .1:. /,.,4 . '' ''' 4;1' .'illiiilaillel) I ' - repr it.'i_ z,,.,, ----- _- , ..._:. , .. - , . . , �t _ ,illt_i.:., , _ • _ , _ - .., - ,.._ .....,.. „h 1 . . . .. . _ . „..„ . , , ,_ ._ ,..' - 77 ,.....- , ,,- 'Ic' —-- '`o-4 i 1 " ....,, . 1 ' 4 , 1.01011 ' . • 1 b -_ i1iii!i( yzr M a_ - • ' I K,1j 4.40DRC EMERGENCY SERVICES —Striking Back. 504-482-2848 INVOICE NO: Fax:504-482-2852 INVOICE DATE: JOB NAME: Jurisdiction Name Attn:Contact Person Jurisdiction Street Addess City,State,Zip Code Jurisdiction-Work Perfomed date Line Item Description Qty Unit Price Total Line Description per contract $ ' Direct All Inquires To: Sub Total $ Please Pay Today $ Lisa Walsh (504)482-2848 tKristy Fuentes (504)482-2848 Please Transmit Via Wire To: I i I I 1 I 1 1 65 i t DRC Tab D: Cost of Professional Services StrfkngBa, Emergency and Disaster Support and Management Services Please see the following attached: 1 3 Pricing Calculation Sheet 4 Additional Pricing and Logistic Services Checklist 4 Letter of Interest Vendor References 4 Affidavit CIQ Proposer Warranties 4 Non Collusion Affidavit ' 4 House Bill 89 Verification SB 252 Chapter 2252 Certification 4 MBE Document 4 Federal Clauses '4 Addendum 1 I I 1 -r I C O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 CD CD 0000CD o o o o 0 o 0 0 0 CD O 0 •0 0 0 0 eeaa 6 0 0 0 0 tu o Lri o vi o 0 o tri o tri o N O In CD In 0 N 0 0 0 0 0 N O N Lr) N U1 N 0 N v1 N Ln I 0 (N in I� V736( 111v) In V7 V) — u> LO r•••• 00 e-f — In t..0 1,... 00 ei u) LD N 00 I� .O N N N N N .--I M V) r.= N 25 e-1 M u N r:O N 0 m tD tD 0 .� 0 N Ln m O N m 0 v1 m (-I £ £ E aI a, a► a, e 0 0 0 I V} V) in in. lr} VI VIV} } V} V} VI V} ih V} • 0 0 0 0 0 0 0 0 0 0 0 . 0 0 0 0 0 N 0 0 0 0 0 W 0 0 0 0 0 M 0 0 0 v) O AS 0 0 0 0 0 fa O in 0 0 0 CC 0 0 0 0 0 I= 0 0 vi N u) IW 0 0 0 0 0 w O N 00 0 I >• 0 Ln O Ln 0 > O O N u) 00 . 0 0 0 0 0 —i� 0 in Ln O L O N Ln N in = O v) 00 i-, d' = O v) v) O u1 s O O I. N O O r^I m u1 U) M O N .--1 M RLn CD N ct O +' O 00 M ul O lD .1 Q1 O C Lip .•-1 co Ql O O 00 in M I� C N Q) •d• Ql u) CO tD ri in 00 CO .--I to 00 0 in SO N N co c .-I cO t0 m .-•1 r•i L co u) ,i & N G m Ni .•-I .-i C ri e1 G I V) in. V} in V} V} to -co. to to to V} to V} V} V} V} V} V} to a) O O O O 0 CI 0 0 0 0 0 0) 0 0 0 0 0 as 0 0 0 0 0 I 4' 00000 C. 0 0 1r) O M O O O O O 4, O v) 0 0 0 re 0 0 0 0 0 p[ O O V) N In 0 0 0 0 0 0 N 0 0 0 0 vi 0 ul 0 O O N O) Cr O 0 0 0 0 0 tD in in �" O N t1'1 N u'1 > O Ln CO N O �' O ul Irl O In I= O Ln N N. 0 CD O ei 01 01 M d In N ei CO UD N O N CO CO O r-I CO M V1 CU cIP 4, ON . On v tMD ' N LI)cn NV N .�-I ' co N ,-I Ol M �7 .�-I .�-1 I\ �' M 3 v N Tj 5 3 -co. in. V} -co- V). V). V} V} V} V} V} V} V} V} V} V} to V} V} V} • O O 0 0 0 • O O O 0 0 O O O O O 0 00000 O O O O O O O O O O O O O O O 0 0 0 0 0 •6 0 0 0 0 0 • 0 0 0 0 0 •p 0 0 0 0 0 •o 0 N 0 Ln O N O u1 O v1 O N O O O O O —N O 1n in O u) N O N Ln in ' O N v) I. in - in in v) v1 v1 — in 01 I. N e-i in lD I', CO0 (-I u1 e4 f: fr1 Ql .Q N N N N N 55e4 M v1 00 I� � i e- M u) r N I 0 Ol I� d' N 00 0 .-I .-I .-I .-1 ei 0 N to m .-I 0 I, u'I M eti IN N. i V} V} to V} V} V} to V} V} V} V} V} V} V} V} V} V} V} V} V} I 3 3 0 0 Q Q a) N , N , L L L C N c C c V Q" Q Q C G C c U fD N N N l0 I •� CIC co (C as C \ C --s? \ h i i i i N •� a� •°� •v v 3 Wir) U U V V U Q) C Q1 aJ C IT aJ CI, a1 fC 7D 77 1:3 L -� L fC ++ `0 in in `n in y u L.) +, v {t�C O O O O O c -0O j -C O E m m co co m Y Y Y Y Y ` N N N vt O J ,13 J -I J O C C C C C C U C C C >. C C C > 0I/ 13.0 CO 0 O CO 0 O O O 0 p O 0 O 0 CO O 0 CO �j L to V111 V1 v1 • N L N N N ? a, a) a) L iuv a`) L a) L a) a) L i-• a) L v CU L ;.., t o_ G.,- D_ D_ a Cl- a," o_ a s 0 D_ o a a y a a o a a y o 0 0 0 0 0 N 0 0 0 0 0 In 0 0 0 2 0 c '^ 0 0 0 0 0 Cll c ' ' O N O V O ^Ln in N O p v 0 ^ .n N O O u 0 ^ v1 N O O so. a, v v v v y v v v a, a, o Q! v a, ar CU v v ai a) a) a) at a1 v, a) Q Q Q Q Q N Q Q Q Q Q C N Q Q Q Q 0 N Q Q Q Q Q > > > > > > > > > > ._ > > > > > E > > > > > E CU C f°0 H H ♦- H H C 1- 1- 1- I- 1- N al F- 1- I- !- 1- O L. H H 1- I- O LO V1 vi V) V) V) t yl v) VI VI v) 0 S v) v) v1 v) v) ,N V) N vt N v1 y t co U o 2 2 2 2 2 aMI a Q oZS m z Z Z Z Z X Z Z Z Z Z * v=i Z Z Z z Z * `i _ z z z z z • U ei N m Cr V) if) I", COOl CD .--I IN M �' v) t.0 I", CO 0) O d U C (-I -I - .-- I .-I e-I e-1 .••I .--I .--I e-I N i O C h`0 uEEEE U d w 4k, +c' a�0+ d I IO m 0 00 0 0 o m Mr-- N O m 0 00 0 o O m m tD tD o rn o 0 0 0 0 o rn rn LU LU in o Oo 0 0 0 0 0 0 00 CO LID .-+ y Ol N Ci Ol Ol Ol Ol O";' N N lD O cu -1 m d toc LLV> VT tn. tn. tn. irT .Ln. VT in v} in- tn. O N 0 0 0 0 0 0 N N m m O LC) 0 0 0 0 0 0 LC) LO m m o LU 0 0 0 0 0 0 0 o rfl m I O LD 0 0 0 0 0 0 LD LD m O ID 0 0 0 0 0 0 LD LO m en 0 t0 LU t 0i t0 .-1 VS tt0 ,..cis .--i" O'. .- N 4' N NJ N N N N N N N N ,--1 en 01 CC T I C M C 0 2u). An- V} tn- stn- i- tntn- 00 n- 4. 0000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O T O O O O O O O O V O 0 0 0 0 0 0 O 0 0 0 0 0 0 u) to O Lr) 0 0 0 0 0 0 00 v 0 00 0 0 0 v, •1 N .-+ .-1 r1 .-+ N r+ N N v v •� N LIS- O N O N O N ,-1 N - N c-1 N N N N Ni N .-1 c-1 .-i N C N d' rn 00 y I U d 40 c VT VT VT i/? VT VT VT VT VT VT VT VT VT VT if) V? LL VT VT i/1. tn- i!} i/} VT tr. tn. in. i/} tn I4.. 0 O O 00 000 O 00 O O O O O O O O O O O O O O O O O O O 000 O O O O O O O O O O O O O O O O O 00 000 O 00 O O O 0 O - 0 LU O O O O O O O O O O O O T O 0 0 0 O O O O .--a O u, O O O u, 0 0 m - 0 0 0 0 0 0 0 0 0 0 0 0 Y u) Lr) O v) O O O O .-i r+ .-1 N un N ul t9 0 o 0 0 0 0 0 0 0 0 0 0 U ,-i Li ,-I O 00 0 e tD tel LP' tD tD t0 tD tD 'xi' L.rl a' r` U .--1 N - m ++ I `11 CCrt N VT VT VT VT VT in V? VT VT tn. i4 to ih VT VT VT ' V> -V1- 4Y. ih VT VT VT VT VT VT VT VT VT VT VT I I . v rr4 Lu i = N M v) al E U 7, I ON (/, co N O1 fa on N L_ O v) c C U O) 19 N I d X .� V 4-, 41 Oa 0 13 O M ill O C OJ fa 73 0_ S:0_ � C o d � 0 � 3 - o 00 C Q. .n v N 7 0.0 N 'B t3 05 L (a O I O O x x x o0 a.� t ra to To N3 IN ` O as ro 41 a1 p� .+ 0- a o o c a =o _c n0 r CO v v Q L tv, °' VI bA _1 _ n0 C O Q�l LD p O O O 'J n0 O N la C c U . cOi ra Q `�- rC o c' x x x x x 0 0 x � 00 i `i' ea v cu C , . UCI, m '_ >_ O O O o 0 0 0 o m m • v v .� Q a)0,0 a� - v a °cc' Y O o .� o avi ' — .N 4 .t-+ 4. 4. 4 +N+ ++ .L CO CO V) N O OL N d) fa U O N O <1"1' .E.0 'V .0 n a1 N 0) N aci N N N v t ~ ~ 0 0 O cY o0 D' 0 U co O rraa 0_ .'-'0 N t O = C V H F- F- F- F- I- H H U tD o0 Ln .--1 N W r1 m Q C U LL_ to v) D to in U _J a v) w .--1 N en Ln LO N 00 O) O .--I N en V Ln LC) N 00 Ol O .--1 N m V un Li:, N 00 CI O N N N N N N N NI NJ en en en en m en en en en C en V Cr V V V V V V Ln IE M uE d o4t lA d d a I I Is s N n n N n M M o O O O Lc) lD L.D t0 t0 t.0 kO m m O O O O l0 l0 l0 kr; lD l0 l0 M M O O O O u In▪i iOo O Irn vei In 14 gm L!nv1mm' Ln LIS: l0 If) In Ln V1 M M 4 N N C N m 41 001U. V} V} V} V} i/} V} V} V} V} V} V} V} V} a a a a a a m rn M en rn en en N N o 0 0 0 •5 •5• 5 _ .5 •5 rn en en m en en M lD LD 0 0 0 0 0- 6 6 6 6 6 m m m rri m rri m ui 4..15 0 0 0 0 E a a, - E E t m m M m en m m LIDN lD 0 0 0 O L L L L L L M en N n N r-- N N o 0 00 00 W V r- r d e--1 e-1 M M n 1` 4J N a) a1 N N 1-1e-1 a1 1 e-1 1-1 .-+ e-1 e-1 e-1 eI-1 O.) ▪ a a a a a O O O O O 0 cc 2. EEEEEE I > > E Czz E E E E O C C C C C C yr v} 1/ s/} t4 v4 t/} V} V} v} v> v> EEEEEE O O O O o O O O O O O o O 01 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O1 O O rn Q1 Q1 Q1 e1 .-4 to VIM M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r-1 .1 .-i e1 r-1O1 C:11 O 0 1.1) l0 2, O O O 1.0 O O 00 0 O O 00 C0 0 0 0 O O O e-1 ,4ei N ei N N ei e-1 C 1•D N m ei lD ei N N N V O O O O ei N tf1 Q1 0 lD e-1 0 C 0 ei ei N N ei N I 41 m 2 00 I 14 1/ V} V} V} V} V} V} i/)- V} V} V} i.4 ,W V} V} V} V} V} V- V} V} V} V} V} V} V} V} V} V} 1/4 V} L 1 co O O O O O O O O O O O O O Y O O O 0 0 0 0 0 0 0 0 0 O o O O O O 0 0 0 0 0 0 0 0 0 O O 0 O r0 0 0 0 O O O 0 O O O 0 O O 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 CC 0 0 0 0 Lri O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 T O 0 Ln O N O 111 0 0 0 0 111 0 0 0 0 0 0 ▪ o 0 d- lD ID o 0 00 CO Y Ln to N V N V1 V L.n in O N LD Ln Lri o O in o O M M M M M N rV M M e-i ei G! ei m .-I e-i u'1 e--I e-i* m 0 O N O ' 4. ea D. 3 Y Z) d N I tn. tn. tn. tn. urV} tn. V} V} V} tn. tn. tn. tn. V} V} v} tn. tn. tn. tn. tn. tn. tn tn. tn. tn. iil. tn. tn. tn. I Y Y C C C N co a Y w 4- •a a) E v °1- 4.t tD C0 io cv E (o U Y x x IY, O .� Q N to U Y 0 .L 3 a o o Q 3 Q o C Y U 0 0 • 10 C N aJ .--I N CO ec E ,N 0 -0 -0 N 3 Q CO C0 = lD I 00 o O V1 0 e..i a1 N C C L L E 3 L L a! a) to c a1 E C ei r ri 0 O O n fl i O y d aJ .V to L O a ro to Y a1 a! 0 0 a1 0/ q I- H u Q O C co U o > > CO Q Q 1-1 .-1 U) y 0 `o v o v O a •w1 c /n m � . m o ro 3 0 0 Lo to COLCU cc R i OO C 'U C U d p C i coo t ., Y Q1 ad N Op LO L7 0 `-1 '-1 In v, �'' \ I +r C aJ fO 'L ` o a! N , U v; 00 aJ a1 O tp l0 N - �' 4J C N ro Q m E a� N v E \ CO w 0 co ro o u u O L L a 00 Zr) O C a w U o 0 70 j > ro U -• v L v s= L a CO CO CO rn c a u a! O� a s OA 0 aJ aL-� w L J ? U N '�' ` L +�+ m a U m 0 C C p L L p p Ql aJ O a) E _ a) 11 LL D r� ++ _ EC O0 7 U r0 U U - - - aJ a! O f_ii- C Y w N \ >" Y Q) N 0. 0) ,a/ LL Q •V a1 .S .0 Y [o CO N D j O c '`cu u r>p 0 v i1 CD E C CO CO .0 0 0 U) c O_ D U W J J CO U LL 2 l7 v1 L ru L L 0 00 L L v v 0 0 W U U u U F- LO I- I- U 0 U 0 U = N N OC D_' d d .--1 N M Cr in 1.D N CO CTI O .--1 N M [t in ID N 00 O1 O .--1 N m V If) up N. CO O1 O e--1 In In u'1 In V1 in in V1 in LD LD ID ID 1.0 LO LO LO 1.0 LD n N 1` N 1\ 1\ 1\ N N n 00 CO I 4* E E I I I a a a a a a ✓ 0.1 � % Cr 0- 0- 0- Cr Cr N `) `1 0)) 0) i) I al Q) aJ CU Q1 o a -o a a a `o o `o `0 0 ao v a) a) a) v a) a) a) a) a) a) E EEEE E in CO CO (�O r- 00 0 riDa CO (�O CO > > > > > > > > > > > E C_ EEEE C .- _ _C C C CO CO CO Cu Cu Cu Cu CO CO CO CO E E E E E E Cu 0 Cu 0 Cu 0 0 CO (V o m o ar o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C. 0 0 0 0 0 O pe 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 O o o O O O .000000 ° 0000o 0 0 0 0 0 0 0 0 0 C. 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O O O O O O O O O O �' 0 0 0 0 0 0 0 *4' 0 0 0 0 0 0 0 0 0 0 0 00 CO O l0 O N CO lD N i0 O tD l0 O O O O M N o a0 O N O O O O O O O O O O O .-1 .--1 ul u'i M LIS .-1 N ID I� Ol M I: {xi.' 00 C In O Ln CO LI-) l0 in 0l 1n O in O O O O in O 'c? in .-1 C1 M N N .--i C r♦ N N .--I N N M .7 In I.C. N al I-I I2 V? V) V? V? in. V? in- if). 1J V? in. in. in. th i/? in- in. V? in in- in- in. in. i/? in. in. in. in 1/ V? V? in. in. V? V? i O *tea C) O O O O O O O O O O O O O O O O O o O O O O O O O O O O O O O O O 0 16 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 o O O O O O O O6 O O O6 O O O O6 O O O O O O O O O O O O �. o o If) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v) v) v) O In In u) in vn o u1 0 o o 0 O Y O In N O O In O co ul in in O 1n O O O O v) CO ‘7 TY N 'Ll- N In 01 ,-I L) Ol N 01 1J) o L GI .--I N lli M O Tr L N N N O N tf) O In O N Lfl .--1 .-i .-i N M .-i .i N 00 .1 .-i N M G! .--I N tD N .-i .-1 .-1 N COV) lD N. O N V) CO N .--I ,-I a--I a--I .--I a--I M .--I N Q N t? in. V? i.R in. in. V? in- in- in. tn. in. V? V? if). V? V? V? ih i). in. V? V? V? in. V? i). V? V? i/? V? in. i/? in- V- I I L a) I o L N in V C 'j C ✓ a) 0 in a) O I co QL Y O @ 4- a L o C N (O C O Q) Q) Y_ Y Y_ Y_ Y Y_ Y_ Y Y Y_ D U `- 0 U)L. Cu rD Y C C C C C C C C C C Y `. ris - a) _ DC w IT n a) Cl.) a a) a) 0) v a1 0) a, ' 1- 0 3 0.) a`) oo E E c o C C C C C C C C C C Q o Y >., 'rq a-, _ V) cit �, O C O O O O O O O O O O vIU l.L LL C }, •,-_,- O Y Y Y Y Y Y_ Y Y Y_ Y E L L f0 L) >. O C a) Q1 3 Y +� a a a a a a a a a a O 3 U i COC (VO H V I C C aJ ,,, --6 C C C C C C C C C C L,-, ra 00 0) 0) Q1 'p 'O co O O a Q) a) Y v 00 C O O O O O O O O O O Y C CL CL C >- � O d H ra C v� Cu U U U U U U U U U U a) 01 +-' Cu Cu f0 N a) C c IL,) t U i s_ �_ �_ �_ t_ i t_ i i (a6 a) a! p >- >- \ c-I N N (O — y N 0 v) V) U U a) Y r,r6-, 0 Q Q Q Q Q Q Q Q Q C U rr0 U Cu 0 a a 0 M N a) a1 E w ,� > Q C C C C C C C C C C _ N a! V) N O' a) a) a1 3 C o 0 0 0 0 0 0 o O O w u w YY Y }, Y CO C. r; = = 0) v — a H H H H I- H I- H H H .- " ._ X .4_, .� v a) v In v) a) n i 3 f - v) H s C H , , , . . i =N i w w rav cav a s U O a O CO CO M M N CO co In co vl co co co co Ul co O To To 0 Y Y 0 O 0 0 i' Y Y Cr' 0- W Q. G G in in co . 2 L) .-1 .-1 N N M V in VD N CO LL d D_ W LL U) LID LL J J J In (n v) CD N M Cr LI) lD N 00 al O .--I N M V) LID N 00 01 O .--1 N M V V) up N 00 Cr) O .-I (NI M V In LO 00 CO CO 00 00 00 CO CO 01 01 CT CT 01 01 0) 0) 01 0) O O O O O O O O O O .-1 .-1 .--I r1 r-I .--1 .--1 .--1 .--1 .--1 .--1 %-i %-I c-1 c-1 c-1 ,-I c-1 c-1 c-1 c-1 a--1 c-1 ,-I I E ate+ I I I I I I I 0 0 CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 0 0 w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N :' N N L.0 LD 0 CO 0 0 0 �D t Lri tD O O M r- N n .--i u) Lf) O) C N v' ch Cf LO M N N O) m O 1 2 ✓} to V? LI VI V? if/ V? to V? V? V? I O O ~ 0 0 0 0 0 0 0 0 0 0 RI O O 0 0 0 0 0 0 0 0 0 0 O O d' O O O O O O O O6 O O O >. O v) U) V) V) V) O u) u) LP O o0 Y m LP1 c-1 .--1 1� V LO (N N N ✓ M a) vD r1 O O ul O) Ln O) N 00 I 1-1 N w i--I c-I c-I .--1 c-1 N 3 !"( N LA I ✓? V} V} V1 VY V) V? V? V} v4 V1• V} 00p ro -C L., C 0 i+ I0 E a) I .p C f0 C 0 raI N C 8 0 O O O O E N .� (02 IF-▪ F- 0 O U W - �+ N 0) O ro 2 O_ u c u a Q o0 on O ` o ar ›.- ? t_ L 0 a) L I— i ,fl H H a/ y 0 E +' a 7 Y -1C o43 u C O . v a '^ U U CO f6 N U U L c C ' ns ns O O i u O ~ 7 > N F- H L r0 co �+ C > cep v 0 aJ ? a i- • m .- iT ✓ cn \ w °�' LL 3 Y ¢ °1 as D D 0. W O _1 d u- f— I� U cr * rs. 00O) O r-1 N V LIT) L.0n D o0 ,-1 ,--1 .--I N N N N N N N N N I--1 1-1 4-1 4--1 N N e--1 e-1 -1 4-1 .-1 4-1 I E r I I I Additional Pricing and Logistic Services I Broom-Mechanized Hour 1 $ 220.00 Bucket Truck-50 ft. Hour 1 $ 350.00 Bucket Truck-50 ft.to 75 ft. Hour 1 $ 450.00 I Chipper w/2 man crew(Morback Storm) Hour 1 $ 395.00 Crane-Up to 15 ton Hour 1 $ 325.00 Crane-30 ton or larger Hour 1 $ 395.00 I Crane-50 ton Hour 1 $ 495.00 Crane- 100 ton Hour 1 $ 750.00 Dozer-CAT D4 Hour 1 $ 220.00 I Dozer-CAT D6 Hour 1 $ 250.00 Dozer-CAT D7 Hour 1 $ 550.00 Dozer-CAT D8 Hour 1 $ 600.00 I Dump Trailer wl Tractor, 30 to 40 CY Hour 1 $ 220.00 Dump Trailer w!Tractor,41 to 50 CY Hour 1 $ 230.00 Dump Trailer w/Tractor, 51 to 60 CY Hour 1 $ 270.00 I Dump Truck-16-30 CY Hour 1 $ 220.00 Dump Truck-31-60 CY Hour 1 $ 220.00 Dump Truck-61-100 CY Hour 1 $ 270.00 I Dump Truck-Trailer, 24-40 CY Hour 1 $ 220.00 Dump Truck-Trailer,41-60 CY Hour 1 $ 230.00 Dump Truck-Trailer,50-80 CY Hour 1 $ 270.00 I Equipment transports Hour 1 $ 250.00 Excavator-Trackhoe?(2-3 cy capacity) Hour 1 $ 280.00 Excavator-CAT 320 Hour 1 $ 280.00 I Excavator-CAT 325 Hour 1 $ 295.00 Excavator-CAT 330 Hour 1 $ 310.00 Excavator-Rubber tired w/debris grapple Hour 1 $ 280.00 I Forklift-Extends Boom w/debris grapple Hour 1 $ 220.00 Pallet Jack Hour 1 $ 65.00 Fuel Truck(1000 gallon) Hour 1 $ 220.00 Light Plant-Portable Hour 1 $ 200.00 ILoader- Bobcat 753 or JD648-E w/debris grapple Hour 1 $ 220.00 Loader-Rubber tired front end(2-5 cy capacity) Hour 1 $ 265.00 Loader-Front End,544 or equal w/debris grapple Hour 1 $ 265.00 I Loader-Knuckleboom-216 Prentice Hour 1 $ 270.00 Loader-Self, Knuckle Boom Truck,25-35 CY Body Hour 1 $ 270.00 Loader-Self, Knuckle Boom Truck, 35-45 CY Body Hour 1 $ 280.00 I Loader-Skid Steer-753 Bobcat w/bucket Hour 1 $ 220.00 Loader-Steer-753 Bobcat Skid w/street sweeper Hour 1 $ 220.00 Loader-Trackhoe 690 JD or equal Hour 1 $ 280.00 I Loader-Wheel, CAT 955 Hour 1 $ 280.00 Loader-Wheel, CAT 966 Hour 1 $ 310.00 Low Bed Equipment Trailer. 35 ton capacity,&tractor Hour 1 $ 225.00 IMotor Grader-CAT 125-140 HP Hour 1 $ 360.00 I 72 I 1 , Passenger Car Hour 1 $ 120.00 Passenger Van Hour 1 $ 120.00 IPower Screen Hour 1 $ 375.00 Stump Grinder/Vermeer 252 Hour 1 $ 375.00 Trackhoe-CAT 320 Hour 1 $ 380.00 ITractor-Box Blade Hour 1 $ 195.00 Tree Trimming Truck w/chipper and Bucket Hour 1 $ 425.00 Tub Grinder-12 foot/Morbark 1200 Hour 1 $ 495.00 ITub Grinder-13 foot/Morbark 1300 Hour 1 $ 595.00 Tub Grinder- 14 foot/Diamond Z 1463 Hour 1 $ 795.00 Tub grinder-300-400 Hour 1 $ 395.00 ITub grinder-Horiz., Diamond Z or equal Hour 1 $ 795.00 Administrative Assistant Hour 1 $ 90.00 Carpenter Hour 1 $ 95.00 IClerical/Individual Hour 1 $ 90.00 Climber w/gear Hour 1 $ 140.00 Crew Leader Hour 1 $ 100.00 I Electricians Hour 1 $ 135.00 Fabricator Hour 1 $ 95.00 Field technicians Hour 1 $ 115.00 I Foreman Hour 1 $ 110.00 Foreman w/truck Hour 1 $ 115.00 Inspector w/vehicle Hour 1 $ 135.00_ I Laborer Hour 1 $ 90.00 Operator w/chainsaw Hour 1 $ 95.00 Project Manager Hour 1 $ 140.00 I Security Personnel Hour 1 $ 135.00 Superintendent w/truck Hour 1 $ 125.00 Survey person w/truck Hour 1 $ 125.00 I Traffic Control Hour 1 $ 100.00 Tree Trimmer(crew) Hour 1 $ 100.00 Truck driver Hour 1 $ 95.00 I Vehicle Mechanic Hour 1 $ 140.00 Welder Hour 1 $ 100.00 Worker to assist with potable water Hour 1 $ 90.00 I Dehumidifier Equipment Dehumidifiers DAY 1 $ 150.00 Large Dehumidifiers DAY 1 $ 250.00 I Air Movers DAY 1 $ 55.00 VEHICLES/TRANSPORTATION PICKUP TRUCK DAY 1 $ 300.00 I PICKUP TRUCK EXTENDED CAB DAY 1 $ 300.00 PICKUP TRUCK 4 X 4 DAY 1 $ 350.00 ' PICKUP TRUCK 1 TON DAY 1 $ 400.00 I BOX TRUCK DAY 1 $ 400.00 PASSENGER CAR DAY 1 $ 300.00 20' RESPONSE TRAILER _DAY 1 $ 595.00 I 36' RESPONSE TRAILER DAY 1 $ 695.00 OFFICE TRAILER DAY 1 $ 650.00 73 I IFLATBED TRAILER DAY 1 $ 250.00 VEHICLE USE- PICKUPS, VANS, CARS MILE 1 $ 13.50 IVEHICLE USE-TRAILERS, HEAVY TRUCKS MILE 1 $ 14.50 12'WORK BOAT W/MOTOR DAY 1 $ 400.00 12' WORK BOAT W/O MOTOR DAY 1 $ 350.00 IVACUUM TRUCK 3500 GALLON DAY 1 $ 2,980.00 PERSONAL PROTECTIVE EQUIPMENT(PPE) I LEVEL A EMPLOYEE FULLY ENCAPSULATED SUIT, SCBA, 1 SCBA BOTTLE, GLOVES AND BOOTS (DOES NOT INCLUDE DAY SUIT, GLOVE, OR BOOT REPLACEMENT) 1 $ 758.00 LEVEL B EMPLOYEE PROTECTIVE COVERALL, SCBA OR AIRLINE RESPIRATOR, GLOVES, BOOTS, AND HARD HATS DAY (DOES NOT INCLUDE COVERALL OR GLOVE REPLACE.) 1 $ 380.00 LEVEL C EMPLOYEE PROTECTIVE COVERALL, HALF OR FULL I FACE RESPIRATOR, CARTRIDGES, GLOVES, BOOTS,AND HARD HATS (DOES NOT INCLUDE COVERALL, CARTRIDGE, OR DAY GLOVE REPLACEMENT) 1 $ 235.00 SCBA BOTTLES REFILL-AFTER THE FIRST INCLUDED IN LEVEL EACH I A & B CHARGE ABOVE 1 $ 57.00 CASCADE AIR SYSTEM PER EMPLOYEE DAY 1 $ 119.00 AIR FILTRATION PANAL DAY 1 $ 230.00 IAIRLINE RESPIRATOR EACH INCLUDES 150 FEET OF AIRLINE DAY 1 $ 100.00 RESPIRATOR AIRLINE 50' SECTION EACH 1 $ 25.00 I RESPIRATOR CARTRIDGES PAIR 1 $ 40.00 LEVEL A SUIT- KAPPLER RESPONDER OR EQUAL EACH 1 $ 995.00 LEVEL B SUIT- KAPPLER RESPONDER OR EQUAL EACH 1 $ 610.00 I TYVEK EACH 1 $ 7.95 PROSHIELD EACH 1 $ 12.60 SARANEX EACH 1 $ 23.80 I ACID SUIT EACH 1 $ 144.00 RAIN SUIT EACH 1 $ 147.80 NEOPRENE GLOVES PAIR 1 $ 19.00 I NITRILE GLOVES PAIR 1 $ 22.40 SILVERSHIELD GLOVES PAIR 1 $ 40.25 PVC GLOVES PAIR 1 $ 12.80 I COTTON OR LATEX GLOVES PAIR 1 $ 3.20 LEATHER WORK GLOVES PAIR 1 $ 19.10 PVC BOOTS (HAZMAX) PAIR 1 $ 29.92 I BOOT COVERS PAIR 1 $ 10.92 HEARING PROTECTION PAIR 1 $ 3.17 HIGH HAZARD PERSONNEL DECONTAMINATION DAY 1 $ 515.00 LOW HAZARD PERSONNEL DECONTAMINATION DAY 1 $ 280.00 PORTABLE EYEWASH STATION DAY 1 $ 56.00 FIRST AID STATION DAY 1 $ 30.50 I PERSONNEL RETRIEVAL SYSTEM DAY 1 $ 450.00 PERSONNEL RETRIEVAL HARNESS DAY 1 $ 98.00 MONITORING/SAMPLING EQUIPMENT I COMBUSTIBLE GAS INDICATOR DAY 1 $ 105.00 TOXIC GAS DETECTOR DAY 1 $ 95.00 I74 I IPHOTOIONIZATION DETECTOR DAY 1 $ 160.00 HAZCAT KIT DAY 1 $ 80.00 DETECTOR TUBES TN ,PACK 1 $ 80.00 PH PAPER PACK 1 $ 15.90 I SPILL CLASSIFIER STRIP 1 $ 35.00 PERSONNEL AIR SAMPLING PUMP DAY 1 $ 65.00 ASBESTOS BULK SAMPLE EACH 1 $ 39.50 I HAND AUGER STAINLESS STEEL DAY 1 $ 56.00 RECOVERY EQUIPMENT HAND OPERATED TRANSFER PUMP DAY 1 $ 1,000.00 I 1" DIAPHRAGM PUMP DAY 1 $ 1,600.00 2" DIAPHRAGM PUMP DAY 1 $ 2,150.00 2" DIAPHRAGM PUMP S. S. DAY 1 $ 3,100.00 I 3" DIAPHRAGM PUMP DAY 1 $ 2,800.00 1" SUCTION OR DISCHARGE HOSE DAY 1 $ 720.00 2" SUCTION OR DISCHARGE HOSE DAY 1 $ 950.00 I 3" SUCTION OR DISCHARGE HOSE DAY 1 $ 1,500.00 2" CHEMICAL SUCTION OR DISCHARGE HOSE DAY 1 $ 2,800.00 3" CHEMICAL SUCTION OR DISCHARGE HOSE DAY 1 $ 5,950.00 I SMALL COMPRESSORDAY 1 $ 950.00 185 CFM COMPRESSOR DAY 1 $ 590.00 AIRHOSE SECTION DAY 1 $ 310.00 I MISCELLANEOUS EQUIPMENT SPIKE BAR DAY 1 $ 58.00 AIRLESS SPRAYER DAY 1 $ 170.00 I PRESSURE WASHER DAY 1 $ 152.00 WATER HOSE SECTION (GARDEN) EACH 1 $ 73.00 CUTTING TORCH DAY 1 $ 105.00 I WIRE WELDER DAY 1 $ 157.00 AIR BLOWER DAY 1 $ 90.00 NEPA VAC DAY 1 $ 145.00 I BARREL CART DAY 1 $ 74.00 WHEELBARROW DAY 1 $ 63.00 OIL DRY SPREADER DAY 1 $ 73.00 I TRAFFIC CONTROL VESTS, CONESS, FLAGS, BARRELS, ETC. DAY (one crew) 1 $ 335.00 DRILL WITH BITS DAY 1 $ 65.00 GROUNDING CABLE AND ROD DAY 1 $ 113.00 I CIRCULAR SAW DAY 1 $ 85.00 HAND TOOLS PER EMPLOYEE SHOVELS, SCOOPS, BROOMS, RAKES, HOES, ETC. DAY 1 $ 90.00 I TOOL KIT HAMMERS, PLIERS, SCREWDRIVERS, ETC. DAY 1 $ 120.00_ • WRENCH KIT BUNG WRENCH, SPEED WRENCH, PIPE WRENCH, SOCKETS, CHANNEL LOCKS DAY 1 $ 120.00 I STEP LADDERS DAY 1 $ 65.00 EXTENSION LADDERS DAY 1 $ 90.00 PHOTOGRAPHIC EQUIPMENT DAY 1 $ 95.00 I FLASHLIGHTS EACH 1 $ 25.00 HANDHELD RADIOS DAY 1 $ 325.00 75 I IMATERIALS/DISPOSABLES 5"X 10'ABSORBENT BOOM- PETROLEUM EACH 1 $ 78.00 1 8"X 10'ABSORBENT BOOM- PETROLEUM EACH 1 $ 135.00 3"X 12' ABSORBENT BOOM- UNIVERSAL EACH 1 $ 48.00 ABSORBENT PADS BUNDLE-PETROLEUM EACH 1 $ 140.00 IABSORBENT PADS BUNDLE- UNIVERSAL EACH 1 $ 190.00 ABSORBENT CLAY BAG EACH 1 $ 15.00 OIL DRY EACH 1 $ 10.00 IPEAT MOSS EACH 1 $ 16.00 VERMICULITE EACH 1 $ 25.00 SODA ASH BAG EACH 1 $ 15.00 1 4 MIL 20 X 100 POLYETHYLENE EACH 1 $ 63.00 6 MIL 20 X 100 POLYETHYLENE ROLL 1 $ 88.00 6 MIL BAGS EACH 1 $ 2.00 I DUCT TAPE ROLL 1 $ 11.00 55 GALLON DRUMS EACH 1 $ 72.00 55-GALLON DRUM LINERS 10 MIL EACH 1 $ 55.00 I FIBER DRUMS EACH 1 $ 45.00 30 GALLON OVERPACK EACH 1 $ 150.00 95-GALLON POLY OVERPACK EACH 1 $ 350.00 I DOT HAZARDOUS WASTE LABELS EACH 1 $ 3.00 FIRE EXTINGUISHER EACH 1 $ 64.00 CAUTION/HAZARD TAPE EACH 1 $ 48.00 I RESPIRATOR WIPES EACH 1 $ 4.00 KAPPLER TAPE ROLL 1 $ 72.00 High Volume Diesel Powered suction lift trash pump with speedI per Month adjustment 4X4 1 $ 7,400.00 High Volume Diesel Powered suction lift trash pump with speed per Month adjustment 6X6 1 $ 11,025.00 High Volume Diesel Powered suction lift trash pump with speed per Month I adjustment 8X8 1 $ 15,425.00 High Volume Diesel Powered suction lift trash pump with speed per Month adjustment 12X12 1 $ 19,350.00 IComposite Quick Connect Suction Hose, 8 ft length, 20psi 4 inch per Month 1 $ 1,160.00 Composite Quick Connect Suction Hose, 8 ft length, 20psi 6 inch per Month 1 $ 1,440.00 IComposite Quick Connect Suction Hose, 8 ft length, 20psi 8 inch per Month 1 $ 1,840.00 Composite Quick Connect Suction Hose, 8 ft length, 20psi 126 inch per Month 1 $ 2,360.00 ' Quick Connect Discharge Hose, 50 ft length, 50psi 4 inch per Month 1 $ 1,160.00 IQuick Connect Discharge Hose, 50 ft length, 50psi 6 inch per Month 1 $ 1,320.00 Quick Connect Discharge Hose, 50 ft length, 50psi 8 inch per Month 1 $ 2,240.00 ' Quick Connect Rigid Piping, 10 ft length, 175psi, 4 inch per Month 1 $ 1,000.00 Quick Connect Rigid Piping, 10 ft length, 175psi, 6 inch per Month 1 $ 1,400.00 IQuick Connect Rigid Piping, 10 ft length, 175psi, 8 inch per Month 1 $ 1,800.00 1 76 I 1 Quick Connect Rigid Piping, 10 ft length, 175psi, 12 inch per Month 1 $ 2,600.00 Roll off Emergency Waste Water Storage Tanks per Month 1 $ 1,495.00 I I I I I I 1 I I I I I 1 1 77 I I I APPENDICES IRETURN WITH PROPOSAL IA. Bid Sheet Yes✓ B. References Yes 1 IC. Letter of Interest Yes✓ ID. Affidavit Yes✓ E. Conflict of Interest Questionnaire IF NO CONFLICT WRITE Yes✓ NA ON LINE 1 AND SIGN/DATE LINE 7 IF. Proposer Warranties Yes G. Non Collusion Affidavit Yes tH. House Bill 89 Verification Yes SB 252 Yes✓ II. J. MBE Document Yes✓ IK. Federal Clauses(1-12) Yes I I I I I I III Page 16 of 38 78 1 I APPENDIX B ' LETTER OF INTEREST RFP—To Provide Emergency and Disaster Support and Management Services Deadline: August 26, 2019 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 l ❖ Completed RFP Letter of Interest Form ❖ Completed Affidavit ❖ Completed Conflict of Interest Form I . Completed Non Collusion Affidavit ❖ House Bill 89 Verification ••• Proposer Warranties •• SB 252 • MBE Document •:• 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. DRC Emergency Services, LLC Firm Name Date 6702 Broadway StreetGalveston,Texas 77554 A s City/State/Zip u i li', ,� / Vice President/ Secretary/Treasurer zed Signature Title Kristy Fuentes (888) 721-4372 Name (please print) Telephone Kfuentes@drcusa.com I Email Page 18 of 38 79 APPENDIX C VENDOR REFERENCES Please list at least three (3) companies or governmental agencies where the same or similar products and/or services as contained in this specification package were recently provided. THIS FORM MUST BE RETURNED WITH YOUR BID. 1 REFERENCE ONE Government/Company Name: Massachusetts Emergency Management Agency/Columbia Gas Address: 400 Worcester Rd. Framingham, MA 01702 Contact Person and Title: Mike Main, Regional 1 Manager ! Phone: (978) 985-0874 Fax: N/A Emergency Response Shelter with 1 Contract Period: October 2018 - Present Scope of Work: Mass Feeding REFERENCE Two Government/Company Jefferson County,TX P Y Name: Y Address: 1149 Pearl Street Beaumont, TX 77701 Contact Person and Title: Deborah Clark, Purchasing Agent Phone: (409) 835-8599 Fax: N/A August 2017 Present Debris Removal, Logistics and Food Contract Period: Scope of Work: Services Hurricane Harvey ' REFERENCE THREE Government/Company Name: Florida Department of Transportation tAddress: 605 Suwannee St. Tallahassee, FL 32399 Contact Person and Title: Jason Peters, District Director(Operations) Phone: (850) 330-1214 Fax: N/A Emergency Response Shelter with Contract Period: October 2018 - Present Scope of Work: Mass Feeding Hurricane Michael 1 OFFEROR MUST RETURN THIS PAGE WITH OFFER Page 19 of 38 ' 80 I I APPENDIX D 1 AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly Iauthorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I 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. II 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 Ibecome due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to I enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. DRC Emergency Services,LLC 1 \( IFirm Name Date I 6702 roadway Strzifeet Galveston,Texas 77554 At ss ,c.r- City/State/Zip M -.41F Vice President/Secretary!Treasurer IA zed .'g ure Title Kristy Fuentes (888) 721-4372 IName(please print) Telephone Kfuentes@drcusa.com I Email ISTATE: Louisiana COUNTY: Jefferson Parish I SUBSCRIBED AND SWORN to before me by the above named Ki-,sl ice. . L$ I on this the �Q day of 741L---4- u` L. , 20► . ii( 4,444khY M., w::_. ,..1 klOCHES NOTAiiV PUBLIC IRETURN THIS AFFIDAVIT AS PART OF THE PRONOCIMisiana, Bar No. 19550 Page 20 of 38 My Commission is for life 1 81 I I APPENDIX E 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 tinder this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. N/A 2. 1-1 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 (I-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 I ' 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. Describe each employme or business lationship with the local government officer named in this section. 4. A \\C\ Siena rre-o .erson i g usiness with the governmental entity Date I Page 21 of 38 1 82 I I APPENDIX F 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. DRC Emergency Services,LLC \. \\\ Firm Name Date 1 6702 Broadway Street \ Galveston,Texas 77554 AdleiltOss City/State/Zip thi, • Vice President/Secretary/Treasurer Authorized S. ature Title Kristy Fuentes (888) 721-4372 Name(please print) Telephone Kfuentes@drcusa.com Email I I I I 1 Page 22 of 38 83 I APPENDIX G 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 development and submission -fs\bid proposal. Signature: 9/7-6 a4 �z , Printed Name: '� Kristy Fuentes Title: Vice President/Secretary/Treasurer Company: DRC Emergency Services,LLC Date: , \\(\ SUBSCRIBED and sw9 rn toefore me by the above named j ,;��� � s on this the ZO day of / -..�,.y) , 20 1 o . ' . . ic-its-arse}-for the State of Texas-Lo s r� My commission expires: Asa L�:� CLOCHES NOTARY PUBLIC Seto of Louisiana, Bar No. 19550 11;ly Commission is for fife f Iage23of38 i 84 1 I APPENDIX H House Bill 89 Verification I I, Rristy Fuentes (Person name), the undersigned representative (hereafter referred to as 'Representative") of DRC Fmergenc} Services, I.LC (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; j2. 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 Iharm 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. 11)/ , VP/Secretary/ _ Treasurer SIGNA RE OF REPRESENTATIVE SUBSCRIIED Ar SWORN TO BEFORE ME, the undersigned authority, on this day of , 20 . 1 cdv ice. C els.[..; OC3 NOTARY fi fpPs ar p PUBLIC 19r,50 amp Notary blic Page 24 of 38 1 85 I APPENDIX I I SB 252 CHAPTER 2252 CERTIFICATION I I, Kristy Fuentes the undersigned an representative of DRC Emergency Services,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 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 j Organization, I will immediately notify the City of Port Arthur Purchasing Department. Kristy Fuentes,Vice President/Secretary/ Treasurer Name of Company ` - •resentative (Print) Signature o ompany Representative ())/ r),---31 t C 1 Date Page 25 of 38 1 86 I I APPENDIX J MBE DOCUMENT By signing this document the contractor is acknowledging that if a subcontractor is required the following will be done to make a good faith effort to hire a minority business (HUB or DBE). I1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F.R. § 200.321(b)(1). 2. Solicitations. Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.321(b)(2). 3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.2 C.F.R. §200.321(b)(5). Kris Fu-- es,Vice President/Sec,Sj A,easurer(printed name of signatory) or (signature and date) I . I • i i 1 Page 26 of 38 87 � APPENDIX K 1 � FEDERAL CLAUSES 1 1 27 of „ � 88 1 I 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. I 111 Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) I I A?i l ( igna dr .nd d. e I 1 1 I I I Page 28 of 38 I 89 I I 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 I 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 1 to the extent the Federal Government deems appropriate. I Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) d� 14.' (signa . ' and da I I I I I Page 29 of 38 1 90 I l 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 1 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 Lmaking audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." I Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) 1 / 1 / 2,� Ai :t re an da ) 13)�t� I L I I Page 30 of 38 i 91 I I 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: (I) 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." Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) 7ti /5L'r ( as gnat and da e) q 1)-3 j 1(i Page 31 of 38 1 92 L S. 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. iKristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) I t , (si at nd da ) t ` .13 J ci t i 1 Page 32 3of 38 1 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 (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 1 paragraphs(I)through (4)of this section. Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) 7-11()//tit.i/2//fr-i (signature and date) S 0-3/ 1(\I l Page 33 of 38 ' 94 I I 1 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 1 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 I 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 1 grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 1 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 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 34 of 38 I 95 1 i The Contractor,Dia., 411. R.I VitA'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. i Executed this :33) day of r1 t is j US t , 20 C1 11 By (�G 2�"` �.E 1;' J i Signature-of der/Co actor/Subcontractors Authorized Official I Kristy Fuentes Printed Name of Bidder/Contractor/Subcontractor's Authorized Official i i Vice President/Secretary/Treasurer Title of Authorized Official i i I 1 i Page 35 of 38 I 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. r Kristy Fuentes,Vice President/Secretary!Treasurer (printed name of signatory) r (gic6g7,--- 1111 Vgna r:and d 9. CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 et seq. rContractor 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. t 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. Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) (signs a and d e Page 36 of 38 97 1 10. PROCUREMENT OF RECOVERED MATERIALS 42 U.S.C. 6962 performance of this In the 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. KristyFuentes,Vice President/Secretary/Treasurer ry (printed name of signatory) 7 (sign ire and,e) 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 Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) )1' Atir1 1.11r6-414'.111.1116-411 .�1L� I Isig lure and d. e) 1 Page 37 of 38 98 1 12. COMPLIANCE WITH FEDERAL LAW, REGULATIONS,AND EXECUTIVE ORDERS 1 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. Kristy Fuentes,Vice President/Secretary/Treasurer (printed name of signatory) (signat e I dat d date) 5#17)/n/ )/V 1 1 1 1 1 Page 38 of 38 99 I ;®, CITY OF PORT ARTHUR,TEXAS nrr rrliur ADDENDUM NO. ONE (1) August 14, 2019 Bid For: To Provide Emergency and Disaster Support and Management Services The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. ' Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF ' THEIR BID. Addendum as follows ' 1. Replace Page 18 with the attached Letter of Interest 2. This type of support would be very important to be coordinated with our Disaster consultant. The ' selected firm shall work directly with the City's designated Disaster Management firm relative to procurement, documentation gathering for equipment, labor, materials with specific emphasis on tracking of time, cost controls, and justification of emergency protective measures. Ifou have anyquestions, - y please contact the Purchasing Division at 409 983 8160. ' NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. (41dd/- ' Clifto Williams, CPPB Purchasing Manager Zig .0 75/13/ 1,1 :1 of `ro,o •- Date Kristy Fuentes'', Vice President/Secretary/Treasurer ' 100