Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
PROFESSIONAL SERVICES AGREEMENT
Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Professional Services Agreement General Terms and Conditions This Professionall Services Agreement �"Agreernent,") is by and 7. P A VNI,E N'111' bet\veen"Thompson Consulting Services, I[A,,('1'("Consultant with C"'lient shall pay Consultant for services furnished under this 01- -ices at 2601 aitland Center[1a,rk\vaN,.Maitland.FL,"2751 and the I Agreement upon submission of,'I rivo Ices in an arnount equal to actual, (7ity, of (Acanv�'atcr ("Chent"). In consideration of' the 1111.1tual hours otservices Jurnished Multiplied by the billing rates set fOrth in coveilants to be perl"ormed bV the parties pursuant'to this Agreenient. -itliin thirtx(30) Exhibit R and Exhibit C.Client shall payC011SUltant w each part,.! hereby represents.warrants,and agrees as folloNN!s- days ot'receipt ofinvoices less any disputed aniounts.I f"Client disputes L ]TRNM& A,PI[)fA(7AB1ILH'Y any, portion of tile Invoice. the undisputed P01-tiOrt will be paid and Coi,isultant �,vill be notified in �,\Iriting,xvithin ten,(10)days of,"receipt ']'lie terni of"this Agree'nient shall, be f'roni the etTective date through of the inwice of'the exceptions taken. Consultant and Client will June 30.2026.The terill.of this Agreeilient can txx,rene�,vcd for one�,I attempt to resolve the paynwrit dispute within sixty (60) &ys or the additional two(2)year period arthe sole discretion of the Client.T'his matter may be subnlitted to litigation as provided herein. Additional Agreenient shall apply to all work, perfornied at the request oil'tile charges 17or interest shall beconie due art payable at a rate of'one and Client or f'or the benefit of the Client during the terill hereof(tile, one-half'percent (I-1/2%') per jilrojIlth (0]. the maxiinurn percentage "Work."') unless both. parties agree ill, writing that the ternis and allowed by law) on the unpaid, undisputed invoiced a,rnounts. Any condItIons hereofshall not apply. interest,charoes due froili Client on past due invoices are outside an�,- aiiiounts otherwise due under this Agree'nient. It"Client 1"ails to pay 2. S(,,'O'!="L OF\VORK undisputed invoiced,aniounts .vithin sixt'V 60),days after delivery of Consultant shall perf'orril sucti,Work as the Client niav direct froni time Invoice, Consultant. at its sole discretion. t-nay' suspend services hereunder or inay Initiate collecti"ons proceedings. without incurring to tinic dUritig the ten'll hereol'a,nd In, accordance \\-,�ith Exhibit A, anv,liabilitv or waiving any right established hereunder or,by 1,,a\\,. Request for Proposals: Exhibit B,Consultant Proposal Response: and Exhibit C, inten1eNv Presentation attached tier to. This Agreenlent is oil an -as needed"basis a,nd no Work shall result From 8. 11,NS U RA N(7 E this Agreement Without a Notice to P'roceed froili the Client to tile Consultant shall niaintain insurance with the required coverage, and C011SUItarit. tnuinilurn limits in accordance with Exhibit Ar. 3. IND'EPENDEM'CON-FRA(A"OR 9'. XV'0 R,K P R 0 D t I' Consultant is Can i ndepe tide nt contractor and is not an, eniployee of Consultant shall. retain ownership of its trade secrets, and other ("fien't. Serv-ices perforined by Consultant UIlder this Agreetnent are proprietar.)y, and confidential info' nilation. including the "J"hornipson lent Systeni, `1'DMS System" and all Work Products solely f6r the benefit of'C"Hent. Notiiing contained in this Agreenient, Data Managen crew es any duties on the part of"Consultant toward any person not a (hereinafter defined) Client agrees,to preserve the confidentiality of" pairty to this Agreernent. any trade secrets. confidential or propriety int'brmatio'll: however, Client shall have the LHirestricted right to use the documents, analyses 4. STANDARD OF- and other data, prepared by Consultant under this Agreement ('Work Consultant wi I I perforill,servIces under this Agreement\,vith,the degree Products),provided.1i,ovve\,,,er Client shall not rely on or use the Work .e Products fior ativ 1-mi-pose other than the purposes under this Agreement of"skill and diligence nortlia-Ily j-,-)racticed by prol'-ssional consultants and the Work Prk-Aucts shall not be changed\vIthoti't the prior written performing tile same or stinilar services. No other warranty or approval Of"C011SUltant.If Client relea,ses,the Work Produ,cts to a third guarantee. expressed or inij-flied. is made with respect to the services part): without Consultarli's prior writleil consent.or changes or uses the furn is-lied Linder this Agreerneril arid all implied warranties are Work,1,"rodUCtS other than as intended hereunder.(a)Client does so al disclaimed, its sole risk and,discretion,. and (b) Consultant shall not be liable f"or 5. ('�l,IAN(IFES/ANIL�Nl').,\IEN�llS any clainis or,damages resulting 1rotil the change or use or contlected \,vith the release or any third party's use ofthe Work 11"roducts. "I"his Agreement and, its exhibits constitute the entire agrcernent boween the Parties and together with 'its exhibits superwd,e aily prior 1,0. LAIN11TA1101N,01" 1I.,AA.B11rATY M written or oral agreements. This Agreement rnay� not be changed No en.iployec of(".onsultant shall have individual liability to Chent.'to except by written arriendinent signed b), both Parties. The estititate of M the extent perrin'tted by lami. the total liability of' Consultant. its the levei of'effiort and schedule reqUired to complete any servIces officers, directors., shareholders. employees and sub-con.sultalits for directed bv the (71lient will be deterniAned fiAllowing a Notice to, anv and all claiii.is arising Out ofthis Agreetnent. including attorneys' Proceed,Consultant shall prornptk� notAl").Client ifthe Work 1"ollowing fees. and whether caused by negligence, errors. omissions, strict a Notice tro Proceed al"I'ect the schedtde,, level ofeff'ort.or paynient to liabilit.y.breach,ot"contract,contribUti011 Or indernnit-\;clainis based oil Consultant and-the schedule and pi�,Iyrnent shall,be equitably a4iUsted. third pat-ty clainis or anvp other case,shall,not exceed the lesser of. 1) the aniotint of' insurlince coverage identified in paragraph 8 which 6. 1`1114'�`E FOR SERVIC'ES L_ provides coverage and pays Client f6r al claitri related to 'this The fice fior tile services under this Agree,�nient will be based ori the Agreement: 1) fee received b,\ Consultant wider this Agreement, or 10 Us,and do I tars(U'.S.S 1,5 OMO.00). actual hour's of services fur-nished multiplied by Coiisultwit's Billing 3.)one hundred fift-V 0 Rates as set l'ofth in Exhibit 13 and Exhibit(7. Page 1, of`4 A-Iod'�fle(,�11- 10, 2025 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 of 3 _ Professional Services Agreement General Terms and Conditions 1 1. ANO CO SEQUEN-FIAL I)AM ACES and state law. The Cooperative Purchasing Agreement %\,ill stipulate In 110 event and under no circumstances shall Consultant be liable to that any modifications or changes to this document and resulting contract(s) including but not limited to Consultant requirements. Client for any principal.interest.loss of'anticiated revenues.earnings, scope. Or price shall be submitted to Client in writing for acceptance profits.increased expense of operation or construction. loss by reason and approval as file originator of`the contract. of shutdown or non-operation due to late completion or otherwise or I'm any other economic.consequential.indirect Or special damages. lg, ASSiC° MENTI' 12. INFORNIa'1'iON PROVIDED BY O'HIERS This Agreement is binding upon and will inure to the benefit of'Client Client shall provide to Consultant in a timely manner any information and Consultant and their respective successors and assigns. Neither party' may assign its rights Or obligations hereunder without the prior Consultant indicates is needed to perforin the services written consent ofthe other party. hereunder.Consultant may rely on the accuracy of` information provided by Client and its representatives. 19. NO'1'iC'ES 13. SAFE'1.Y AND SEC't1RH * Any notice required or pernlitted by this Agreement to be given shall Consultant has established and maintains programs and procedures for be deemed to have been duly given it' in writing and delivered file safety of its employees. Unless specifically included as a service to personally or five (5) day's after mailing by first-class. registered, or be provided under this Agreement. Consultant specifically disclaims certified mall,return receipt requested.postage prepaid and addressed any authority or responsibility fior job site safety and safety of persons as f'o I lows: other than Consultant's employees.Consultant shall not provide any City of Clearwater such services and disclaims any responsibility under this Agreement Client: related to site security or the assessment. evaluation. review. testing. Attention: i t. i i ,SolidDirector maintenance, operation or safety practices or procedures related to security. 1701 N HerculeS Ave 14. "T E R NM I N A11 0 N Clearwater,FL 33765 Either party may terminate this Agreement upon fifteen(15)days prior written notice to the other party. Client shall pay Consultant for all services rendered to the date of termination plus reasonable expenses for winding down the sen-ices.If'either party defaults in its obligations m Consultant: Thompson Consulting,Services.1.[,C hereunder,the non-defaulting party.atter giving seven(7)days written notice of its intention to terminate or suspend performance under this Attention: .ion 1lovie.President Agreement.may.if'cure of the default is not Commenced and diligently continued, terminate this Agreement or suspend performance under Address: 2601 Maitland Center 1'arkra` this Agreement. Upon termination.the terms and conditions found iii Maitland.FL 32751 this Agreement shall survive its termination,including but not linlited to the language in sections 4.7,9. 10, 11. 12 15. 1 . With a copy to: 15. 60 ERN I NC l,AXV.a" D C1101C'E 01-F 0 R t Attention: Rvan Bava.. E vire This Agreement shall be govemed by the laws of the State of`Florida dress: 2970 Cottage Hill Road and any suit brought by either party shall be brought in a court of competent.jurisdiction in the State`%•here the Work is performed. Suite 190 16. DISH"1'E RESOLI"1'iON Mobile.AL'6606 Consultant and Client shall attempt to resolve conflicts or disputes 20. UNFORSEEN OR INE\PEC"1'ED C OS'TS under this Agreement in a fair and reasonable manner and agree that if resolution Cannot be made to attempt to mediate the conflict by TO the extent that Consultant incurs ally unforeseen or unexpected professional mediator (except for payment disputes which may be costs that arise during the perflorniance of the Agreement, which were submitted directly to arbitration). If` mediation does not settle any not anticipated t tile m e tie of contract execution. Consultant shall dispute or action which arises under this Agreement or which relates otic` Client i writing within thirty (30)days of becoming `pare of in any way to this Agreement or the subject platter of this Agreement such costs and describe the unexpected costs. the reason(s) for their within ninety(90)days atter either requests mediation.the matter will occurrence, and provide supporting ocurnetation. if`any. Examples be litigated as provided in file above paragraph l 5a of`such unexpected costs include, but are not limited to. costs or tees for services necessitated by the enactment Or revision Of,codes. laws, 17. COOPERATIVE PL'kCHASINC or regulations. including an increase in tax rates. Promptly atter receiving the notification.Client and Consultant shall meet to discuss It is the intent of Client to allow other governments and other the unexpected costs and agree to negotiate in goodfaith to determine governmental agencies to utilize this contract by entering into a the appropriate adjustment to the contract price.`Which in no event shall Cooperative Purchasing Agreement to the extent permissible by local be less than the actual cost increase incurred by Consultant. Any Page 2 ol'4 Alodijlied.-April I , 2025 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Professional Services Agreement General Terms ani Conditions ad' d � l rrStra cn� Must t raa rt r.rrll� o rcc l rra ira ��ritin , l lar rovisio a 1 ,Notwithstanding any statute to the contrary.tl� ��uli �a__rc� tla . does not apply to costs resulting rrathe negligence. NNrlNlrl aiiy action cirn tecrrtorae or rate:: rp.t this Agreement shall be initiated d � � r�rar�.�. ra�irrt, or rc ,�.la �._� �.ora•tr�at or�rsr:rlt�ant. if the parties are rt.lrra tr ) '\ ,irlraraa the trraac tyla� part'N' knew or should have unablele t: reach an a reen-,,icnt on ty a .j r .tnacn...t, the matter y all be ao a ofthe l a,..t giving rise t-. action, rt_m 'tio.n,and � ,a 1 I not,t 'in ,case aI , resolved .Nof c raccordance ccor aake.xxith t,a,.dispute i.pmYr y o,1LItron pr cedU' rm" set trth initiated niti t d later than l,...y,iq.• c l . cars after ter Consultant conipletes its Scope in this A rcernent,, of Services ander this Agreement. or such shorter period for filing Faction in acc("Wdance Nvitla the governing law. lL'3 '111-his A .reeni nt rra ,, executed ire imultiple counterparts,each of Client which shall be eenied to lac para original in trr.rnient.. but all of which Ay. bent c pre l F agreesilia! all provision of theAgrccraacnt including. the clause limiting the liability ofConsultant,,�°ere mutually t ri toytla r fa ll Constitute ra��irr trrrr�a rrt negotiated arid deet, but for the inclusion of tlac Irnr;rtation gal lr rlit l". 1�Akrlbit , Federal [ n_form Cuidance, Requirements. is clause in the Agrccrnent. Consultant's compensation l.rr services incorporated into this A r ern my would other r c be greater and/or Corisultant would not l a'c entered into the Agreement, 2 2. 1 N 14"M N 11 I . ll%ara=, prrkriora ofthis Arecraacrat is invalid or rrcrrlrrccalc.,the Consultant s1rI1 arll h -aflc the Client lrtra all Naraa and lrabrN. t , rensaind r o daisA rccna rt shall co.ntrarrc in ftill lorcc arid effect and the provision deckared invalid or Unenforceablehall continue to rc to activitiesf itch". its a�cat } or employees. Icrlaraac under other circum Mance_. this A reet'-ncnt to the extent caused by the negligent ,pct, error or 01"I'llssion of the Consultant or of cane person n nipl yed by the C. . a.r,rltrt shall rrarrtara adequate records crs ogllcharges, 8rFs, ` 'n,scs. o.aw ultarat, oarrraltat shall also hold a: rrac, the Client lro ra and costs,rncurr d in estinlating arid perfii-miiing the work for at least reasonable ationiev fees which alight be incurred bv the Client in th rc.y �, .: F r.rq alter corn,plction l.ythe con tract. ac b.:en t at •aall,:Na,.a :$ rtrat.ra�or otherwise resisting said .larraac or liabilities which arya raa r at a �a�.c�. �, to all records. 1rc,nr�rarat n rralrrr�raa�a,trrar, collected an,dJor be ini.posed on the Client as rerrlt l r.aIa acti\,,ities by the Corarrltarat. main,tained lir others, in the course ot" the administration of the its agents.or employees. Agreement,eat, xhi infiortri,ation shall be made accessible, at the Miert' place oi' U inc for' pur o of inspection. re prod action and Saudi Without,restriction. IRPMAUNDER. F THIS PAGTE IS INTENTIOINNALLY I.E V"RLANKI Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 _= r Profess- nal, Services TermsGeneral its N 31IN1J1-,'RE.,F. parties hereto hme ca,used thisArmait to e executed by their duly autho'l.-ized o 11Mc.c,rs or repr4. August 13, 2025 I'JI"ectl v e Date: 0--Li Nanw Nathaniel Counsell Title. uti Vice Presse . Date07/15/2025 XIITY 1'CL A WA ` -R.1®RLORIDA Signed by: Signed by: "br -`-665 RFFAaE5dAQ Bruce Rector, Jennit,er Poirrier itsa er D Al prmlEed as to l rni: At e tb . Y� Signed b DocuSigned by: g , M OLWLA& 6�&r r O\'Ven Kohler Roseniarie Carl ,ead Assistant City AttorneN, CitN Clerk Please return xcbcutcc copy ofthese ternis and conditions,to the;t tion of Kyle Floyle 1" � � I � � lK Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Exhibit A� Request for ■ Proposals . f„ rw..®, F ANT) �, ��, ,. ,. T,� ..[" . ��'�t R REQUEST FOR PROPOSAL 25-25 DEBRIS MONITORING SERVICES NOTICE Thursday, April 3, 2025 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater(City) until 10:00 am, Local Time, on Friday, May 2, 2025 to provide: The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services post emergency disaster. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by the Procurement Division until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: t ://procurement.opengov.coM/portal/mycearwaterprojects/158180. Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process, or Technical Questions concerning this solicitation shall be submitted through the City's e-Procurement Portal located at: rocurement.opengov.com portal m clearwate orn' cts/158180. All answers to inquiries will be posted on the City's e-Procurement Portal. Bidders may also click "Follow" on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers to inquiries. This Request for Proposals is issued by: Lori Vogel, CPPB Procurement Manager i. v.7.2024 Procurement Division PO Box 4748 33758-4748 Clearwater FL 727-562-4630 oocunignEnvelope ID: INSTRUCTIONS 2.1 Vendor Questions All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA a000mmodcdiono), shall be submitted through the City's o-Procurement Portal, located at http . Please note the deadline for submitting inquiries. All answers to inquiries will be posted on the City's o-Procurement Portal. Bidders may also click "Follow" on this bid to receive an email notification when answers are posted. It is the responsibility of the bidder to check the website for answers toinquiries. 2.2 Addenda/Clarifications Any changes to the specifications will be in the form of an addendum. Vendors are required to register for an account via the City's o-Procurement Portal hosted by OpenGov. Once the bidder has completed regiotmotion, they will receive addenda notifications to their email by clicking "Follow" on this project. U|timata|y, it is the oo|a responsibility of each bidder to periodically check the site for any addenda at . The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not bo responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of proposal. 2.3 Due Date &Time for Submission and Opening Date: Friday, May 2, 2025 Time: 10:00 am The City will open all proposals properly and timely submitted and will record the names and other information specified bylaw and rule. All proposals become the property ofthe City and will not bereturned except inthe case ofelate submission. Respondent names, oaread etthe bid opening, will baposted on the Qty website. (]nma a notice of intent to award is posted or 30 days from day of opening e|opoao, whichever occurs oediar, proposals are available for inspection by contacting the Procurement Division. 2.4 Proposal Firm Time Proposal oho|| remain firm and unaltered after opening for 120 days. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. 2.5 Proposal Submittals It is recommended that proposals are submitted electronically through the City's e-Procurement Portal located at . By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes. E-mail or fax submissions will not be acc No responsibility will attach to the City of Clearwater, its employees or eganba for premature opening of proposal that ionot properly addressed and identified. 2.6 Late Proposals The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk ofany delay in the mail or in handling of the mail by employees of the City of C|aenwotar, or any private oourier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the v.7.2024 2 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City's Procurement Office as the official time. 2.7 Lobbying; Lobbying No-Contact Period; Questions Regarding Solicitation From the time a competitive solicitation is posted until such time as the contract is awarded by the city or the solicitation is cancelled, all bidders, offerors, respondents, including their employees, representatives, and other individuals acting on their behalf, shall be prohibited from lobbying city officers, city employees, and evaluation committee members. Violation of this section may result in rejection/disqualification from award of the contract arising out of the competitive solicitation. All questions regarding the competitive solicitation must be submitted through the City's e-Procurement Portal,who will respond in writing and post such response to ensure that all respondents receive the same information during the No-Contact Period. The penalty for violating the No-Contact Period may include suspension or debarment. 2.8 Commencement of Work If proposer begins any billable work prior to the City's final approval and execution of the contract, proposer does so at its own risk. 2.9 Responsibility to Read and Understand Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact listed on this solicitation The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. 2.10 Form and Content of Proposals Proposals, including modifications, must be certified by an authorized representative and submitted electronically. In the event of a disparity between the unit price and the extended price, the unit price shall prevail unless obviously in error, as determined by the City. The City requires that an electronic copy of the proposal be submitted through the City's e-Procurement portal located at The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. 2.11 Specifications Technical specifications define the minimum acceptable standard. When the specification calls for"Brand Name or Equal," the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City's needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. v.7.2024 3 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 2.12 Modification/Withdrawal of Proposal For proposals submitted electronically, vendors may use the "Unsubmit Response" button located on the Response Details page of their submission. Responses may be resubmitted once they have been edited or modified as needed. For mailed in or hand delivered proposals, written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. Written requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. No oral requests will be allowed. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City's discretion. 2.13 Debarment Disclosure If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. 2.14 Reservations The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation;to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award orto a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City's discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.15 Official Solicitation Document Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. 2.16 Copying of Proposals Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City's right to copy shall be for internal use in evaluating the proposal. 2.17 Contractor Ethics v.7.2024 4 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: A. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. B. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. C. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. 2.18 Gifts The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. 2.19 Right to Protest Pursuant to Section 2.562(3), Clearwater Code of Ordinances, a bidder who submitted a response to a competitive solicitation and was not selected may appeal the decision through the bid protest procedures, a copy of which shall be available in the Procurement Division. A protesting bidder must include a fee of one percent of the amount of the bid or proposed contract to offset the City's additional expenses related to the protest. This fee shall not exceed $5,000.00 nor be less than $50.00. Full refund will be provided should the protest be upheld. No partial refunds will be made. ADDRESS PROTESTS TO: City of Clearwater- Procurement Division 1255 Cleveland St, 3rd FL Clearwater FL 33755 or PO Box 4748 Clearwater FL 33758-4748 2.20 Evaluation Process Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. Respondent is hereby notified that Section 287.05701, Florida Statutes, requires that the City may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor. 2.21 Criteria for Evaluation and Award The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all v.7.2024 5 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City's sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP,see Section CRITERIA FOR EVALUATION AND AWARD for the criteria that will be evaluated and their relative weights. 2.22 Short-Listing The City at its sole discretion may create a short-list of the highest ranked proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. 2.23 Presentations/Interviews Presentations and/or interviews may be requested at the City's discretion. The location for these presentations and/or interviews will be determined by the City and may be held virtually. 2.24 Best and Final Offers The City may request best&final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. 2.25 Cost Justification In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. 2.26 Contract Negotiations and Acceptance v.7.2024 6 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. 2.27 Notice of Intent to Award Notices of the City's intent to award a Contract are posted to Purchasing's website. It is the proposer's responsibility to check the City of Clearwater's website at • to view the Procurement https-.Lprocurement.opengov.com/porta Division's Intent to Award postings. 2.28 RFP Timeline Dates are tentative and subject to change. Release - April 3, 2025 Advertise Times- April 9, 2025 Question i i Deadline- April 22, 2025, 10:00am Due Date &Time r Submissions and Opening- May 2, 2025, 10:00am Review r l : 5/2/25-5/16/25 Presentations i r Week of May 26, 2025 Award recommendation: Week of May 26, 2025 Council Authorization: June 2025 Contract Begins: July 2025 CRITERIA FOR EVALUATION AND AWARD The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. A. Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. B. Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have v.7.2024 7 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer's facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. C. Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. If less than three (3) responsive proposals are received, at the City's sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: 1. Experience, Qualifications and Points Based 30 References (30%of Total) 2. Technical Approach and Methodology Points Based 25 (25%of Total) 3. Staffing and Resource Capacity Points Based 15 (15%of Total) 4. Cost of Consulting Services Points Based 20 (20%of Total) 5. Compliance and Reporting Points Based 10 (10%of Total) STANDARD TERMS AND CONDITIONS 4.1 Definitions Uses of the following terms are interchangeable as referenced: "vendor, contractor, consultant, supplier, proposer, company, persons", "purchase order, PO, contract, agreement", "City, Clearwater", "bid, proposal, response, quote". 4.2 Independent Contractor It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor,either directly or indirectly, are Contractor's employees, not City employees. Accordingly, Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. v.7.2024 8 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 4.3 Subcontracting Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. 4.4 Assignment This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. 4.5 Successor and Assigns, Binding Effect This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. 4.6 No Third Party Beneficiaries This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. 4.7 Non-Exclusivity The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. 4.8 Amendments There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. 4.9 Time of the Essence Time is of the essence to the performance of the parties' obligations under this Agreement. 4.10 Compliance with Applicable Laws A. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances,executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. B. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all v.7.2024 9 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. C. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (1 RCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. 1. As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter"Contractor Immigration Warranty"). 2. A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. 3. The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. 4. The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. 5. Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 2748 of the Federal Immigration and Nationality Act. D. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor's personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. 4.11 Sales/Use Tax, Other Taxes Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor's services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are v.7.2024 10 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Contractor's responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 4.12 Amounts Due the City Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. 4.13 Public Records In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, Phone: 727-444-7151 or Email: Rosemarie.Cal K&-myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following_ A. Keep and maintain public records required by the City of Clearwater(hereinafter"public agency" in this section)to perform the service being provided by the contractor hereunder. B. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. C. Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract,the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. E. A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. v.7.2024 11 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 F. The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. G. A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. H. If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight(8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. I. A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A Contractor who complies with a public records request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 4.14 Audits and Records Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor's place of business or at City offices, as determined by the City. 4.15 Background Check The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City's information, data, or facilities in accordance with the City's current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 4.16 Security Clearance and Removal of Contractor Personnel The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii)to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. 4.17 Default v.7.2024 12 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 A. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor's capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or(iv)fails to carry out any term, promise, or condition of the Agreement. B. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. C. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty(30)days from receipt of the notice to cure the default; the thirty(30)day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non-defaulting party to provide notice of the default does not waive any rights under the Agreement. D. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor's intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 4.18 Remedies The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: A. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. B. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i)requiring immediate reimbursement to the City; (ii)deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv)collection against liquidated damages (if applicable); or(v)a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys' fees, and costs. C. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. D. Neither party will be liable for incidental, special, or consequential damages. 4.19 Continuation During Disputes Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited v.7.2024 13 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. 4.20 Termination for Convenience The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty (30) calendar days'written notice. 4.21 Termination for Conflict of Interest The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 4.22 Termination for Non-Appropriation and Modification for Budgetary Contraints The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty(30)calendar days prior to the stated termination date. 4.23 Payment to Contractor Upon Termination Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's properly prepared final invoice. 4.24 Non-Waiver of Rights There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. 4.25 Indemnification/Liability A. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys', witnesses', and expert witnesses'fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. B. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. v.7.2024 14 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 C. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. D. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.26 Warranty Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. If applicable, this paragraph shall be construed in harmony with F. S. § 725.06. 4.27 City's Right to Recover Against Third Parties Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. 4.28 No Guarantee of Work Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. 4.29 Ownership All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. 4.30 Use of Name Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. 4.31 FOB Destination Freight Prepaid and Allowed All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. 4.32 Risk of Loss v.7.2024 15 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Contractor agrees to bear all risks of loss, injury,or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. 4.33 Safeguarding City Property Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. 4.34 Warranty of Rights Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble, or hindrance from Contractor or third parties. 4.35 Proprietary Rights Indemnification Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret, or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City's use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity,to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. 4.36 Contract Administration This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements maybe written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). 4.37 Force Majeure Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty(120)calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. 4.38 Cooperative Use of Contract v.7.2024 16 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 This Agreement may be extended for use by other municipalities, counties,school districts,and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes,codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. 4.39 Fuel Charges and Price Increases No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City 3s Procurement Division. 4.40 Notices All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via electronic mail; (iv) sent via overnight courier; or(v) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. 4.41 Governing Law, Venue This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. 4.42 Integration Clause This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. 4.43 Provisions Required by Law Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. 4.44 Severability If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. 4.45 Surviving Provisions Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion,termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services post emergency disaster. 5.1 Introduction v.7.2024 17 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 The City of Clearwater(City) is a coastal community on Florida's West Coast and the third-largest city in the Tampa Bay area with a population of approximately 118,463 residents. Clearwater Beach, a renowned international destination in Pinellas County, attracts millions of tourists annually and most recently received the prestigious TripAdvisor Traveler's Choice Award for 2024. It consistently ranks among the top vacation spots in both national and international publications, offering year-round attractions such as pristine "sugar sand" beaches, diverse dining options, and venues like the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball. The acclaimed Clearwater Marine Aquarium, nationally recognized for its innovative work in marine rescue, rehabilitation, and release, remains a major draw for visitors. The City of Clearwater is committed to advancing sustainability through eco-friendly initiatives that enhance our economy, safeguard our environment, and fortify our community. 5.2 Scope of Work The City of Clearwater, Florida, is seeking proposals from qualified firms for debris monitoring services. This RFP aims to establish a contract with a contractor qualified to provide professional monitoring services for post-disaster debris operations, ensuring adherence to all federal, state, and local regulations. This service will support the City's response to natural disasters, ensuring effective management of debris removal in a timely and efficient manner, while also ensuring adherence to environmental standards. Several areas within the City of Clearwater are at low elevations and may experience prolonged flooding following a disaster. The contractor shall familiarize themselves with the geographical characteristics of Pinellas County to effectively deploy personnel. There is no guarantee of minimum or maximum quantities for any contract item. The City of Clearwater (City) expects to establish an operational and responsive debris monitoring program that ensures efficient recovery efforts in the wake of disasters, protecting public health,safety, and the environment. 5.3 Pre-Event Requirements The contractor shall assist in disaster preparedness by participating in meetings and workshops and implementing data management and other integrated systems. At no cost to the City of Clearwater, the contractor shall: • Conduct a half-day debris management training session for the City's full-time personnel. This training shall, at a minimum, comply with FEMA's current debris management guidelines for debris monitors • Provide a list of key personnel and subcontractors who may be involved in disaster debris monitoring activities, including cell phone numbers, and email addresses • Participate in annual workshops or planning meetings with City of Clearwater representatives and debris hauling and disposal contractors to establish and review relevant policies and procedures 5.4 Compliance and Safety Requirements v.7.2024 18 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 The contractor shall perform all monitoring services in accordance with the National Environmental Policy Act (NEPA), the Robert T. Stafford Disaster Relief and Emergency Assistance Act, and all applicable FEMA guidelines. Additionally, all activities shall comply with relevant federal, state and local laws. The City has included the following exhibits as a reference. • Exhibit A- FEMA Grant Funding Conditions • Exhibit B - Contract Provisions for Contracts Under Federal Awards. • Exhibit C— Disclosure of Lobbying Activities The contractor is solely responsible for the safety of its personnel and equipment. The contractor shall have a thorough understanding of the FEMA Public Assistance Program and the Federal Highway Administration (FHWA) Emergency Relief Program as they relate to debris management. Any unsafe or malfunctioning equipment shall be immediately removed from service. The contractor shall promptly notify the Debris Manager (DM) of any conditions that pose a health or safety risk to workers or the public, or that may hinder operations. All contractor personnel shall wear the required safety gear when on a Debris Management Site (DMS), including but not limited to: • Hard hat • Reflective vest • Safety shoes • Long pants • Weather-appropriate clothing • Eye and hearing protection • Respiratory equipment (as required) The contractor shall maintain an emergency contact list at the DMS, including the contractor's supervisor, DM, Debris Management Coordinator(DMC), and the nearest fire, police, and emergency medical facilities. 5.5 Debris Types The contractor shall be qualified to monitor the removal of all types of disaster-related debris, including but not limited to: • Vegetative debris (e.g., trees, limbs, stumps, wood) • Construction and demolition debris (e.g., building materials) • Household hazardous waste (e.g., chemicals, electronic waste) • Other relevant waste materials • White goods v.7.2024 19 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 • Sand (sifting/replacement vs hauling) 5.6 Monitoring Responsibilities The contractor shall be responsible for the following monitoring activities: General Debris Monitoring • Observing the collection and transportation of debris to designated disposal sites • Ensuring proper identification and segregation of debris types • Documenting and reporting the quantities and types of debris collected • Maintaining accurate records of all debris management operations • Evaluating contractor performance and ensuring compliance with disposal site regulations • Conducting quality assurance and quality control checks Field Inspection & Oversight • Deploying field inspectors at designated checkpoints to verify debris removal activities and monitor operations at Disaster Debris Management Sites (DDMS)within the City of Clearwater or the surrounding region, as approved by the City. • Assisting with the scheduling, dispatching, and logistical coordination of field inspectors assigned to storm debris cleanup. This includes: i. Recruiting, training, deploying, and supervising properly equipped inspectors ii. Establishing daily work schedules for inspectors iii. Monitoring and recording the volumetric measurement (cubic yards) or gross empty weight of each truck added to service iv. Maintaining records of contract hauler trucks, including cubic yardage, loaded weight, time in and out, daily load counts, and other requested data v. Assigning trucks and issuing vehicle decals or placards for identification and tracking vi. Coordinating with City personnel to address issues in the field, including property damage claims related to disaster debris removal. The contractor shall establish a telephone claim reporting system with a local or toll-free number and provide staff to manage complaints and damage claims.Additionally, the contractor shall assist in documenting claims upon the City 3s request vii. Performing end-of-day duties, such as verifying that all trucks have left the disposal site, reviewing daily safety reports and corrective actions, and securing the facility Damage Assessment& Special Situations • Surveying affected areas to identify special circumstances or emergent needs, including but not limited to: v.7.2024 20 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 i. Tree stumps, root balls, and associated cavities ii. Hazardous trees, construction and demolition (C&D) debris, or other potential hazards iii. Maintaining a list of identified hazards, coordinating equipment dispatch, and regularly reporting post-event remedial actions to the City • Determining eligible vegetative debris, such as tree limbs, branches, and stumps that pose an immediate threat. Pruning, maintenance, trimming, and landscaping are not eligible • Providing documentation to verify the eligibility of contracted debris removal efforts, including: i. Location data (geographical coordinates: latitude and longitude) ii. Photographic or video evidence establishing that the debris is on public property iii. Quantity and size details, including the diameter of removed debris iv. Details of material used to fill root-ball holes, if applicable v. Equipment records for all work performed 5.7 Staff Qualifications All personnel assigned to debris monitoring operations shall meet the following qualifications: • Experience in disaster recovery and debris monitoring • Familiarity with FEMA guidelines and environmental regulations • Certification in debris management (recommended) • The contractor shall ensure that all personnel performing services are fully qualified and, if required, properly authorized or permitted under all applicable Federal, State, and Local laws • The contractor shall provide competent and capable employees who are issued and required to wear proper identification • All contractor personnel shall be employees of the contractor or a subcontractor under its direction and shall not be considered employees or agents of the City of Clearwater at any time 5.8 Project Management and Process Oversight Project Manager Responsibilities • The contractor shall designate a Project Manager(PM)to serve as the primary point of contact for the City. The PM shall be responsible for overseeing all services and personnel provided by the contractor, ensuring that all procedures align with FEMA and other Federal and State agency reimbursement requirements • The PM shall attend all City-designated meetings and briefings. The City shall conduct daily meetings with the contractor, debris management company, and other key personnel to: i. Review daily debris recovery activities and schedules v.7.2024 21 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 ii. Address and resolve any operational issues iii. Assess and discuss the progress of debris recovery efforts Lead Monitor Responsibilities • Establish and staff the Staging Area Command and Coordination Center to oversee field operations • Train and evaluate Site Monitors and Field Monitors to ensure compliance with operational protocols • Assign Field Monitors to contract haulers and designate their coverage areas within the debris collection grids • Track and document daily debris collection on a citywide grid map to monitor progress • Coordinate daily collection activities with the contract haulers' Site Superintendent to ensure smooth operations • Maintain records of the daily number of Field Monitors required to support contractor operations • Track and report the daily count of contract hauler trucks, trailers, and loading equipment in service • Provide daily collection status reports to the Project Coordinator upon request • Serve as a backup Site Monitor as needed • Document and inspect any property damage that occurs during the debris removal process 5.9 Documentation Submission Requirements The contractor shall maintain and submit continuous documentation of all debris monitoring activities, including but not limited to: • Daily reports outlining the volume and types of debris collected • Photographic records documenting the debris removal process • Inspection reports detailing assessments conducted at debris reduction and disposal sites 5.10 Response Protocol for Major Disasters Notice to Proceed (NTP) • When a major disaster occurs or is imminent, the selected debris monitoring consultant shall issue a Notice to Proceed (NTP)to the contractor v.7.2024 22 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 • The NTP will serve as an official directive to establish communication between the contractor's representatives and the debris monitoring consultant • The contractor shall dispatch a Project Manager (PM), who must be a staff member of the contractor, to meet with the debris monitoring consultant within 24 to 48 hours as specified in the NTP. The PM shall be responsible for initiating planning and mobilization efforts Task Order and Staffing Requirements • The contractor should provide the City of Clearwater with a task order for service to be rendered within 36 hours following the landfall of an eligible hurricane or another qualifying disaster • The contractor shall be prepared to deploy a sufficient number of trained professionals and qualified personnel to monitor: i. Debris-loading sites ii. Debris management sites iii. Roving debris monitors, field supervisors, and clerical staff • The exact number of personnel required for initial monitoring operations shall negotiated between the Project Manager (PM) and the Debris Manager (DM) and specified in the Task Order • The contractor shall be capable of scaling staffing levels up or down as directed by the DM, depending on the severity of the debris-generating event • At the DM's discretion, the contractor may be required to replace any assigned debris monitor if deemed necessary 5.11 Debris Tower and Site Monitoring Debris monitors shall be stationed at debris towers and disposal sites to verify the estimated quantities of eligible debris transported by contractor trucks, as documented on load tickets. These services include, but are not limited to: • Deploying trained debris monitoring personnel to accurately measure load-hauling compartments and calculate the volume capacity (cubic yards) of all contractor trucks and trailers before debris hauling operations begin • Recording and documenting all truck measurements and volume calculations • Maintaining a detailed record of contract haulers' cubic yardage and other necessary information on load tickets • Reviewing and initialing each load ticket before allowing trucks to proceed from the check-in area to the tipping area • Staying in regular communication with the debris management dispatch center or field supervisor v.7.2024 23 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 • Performing additional duties as assigned by the dispatch/staging operation, debris management project manager, or other designated personnel 5.12 Technology and Reporting Requirements The contractor shall implement advanced technology solutions, such as mobile applications or software platforms, to enable real-time tracking and reporting of debris monitoring activities. The reporting system shall support the following capabilities: • Real-time data entry and access for designated City personnel • Automated reporting features that comply with FEMA requirements • Equipping contractor personnel with state-of-the-art technology, including: o Digital cameras for documentation o Computers and other communication devices for efficient reporting o GPS units with a minimum accuracy of three (3) meters to ensure precise location tracking 5.13 Environmental Considerations The contractor shall incorporate environmentally sustainable practices into all aspects of debris monitoring, including: • Reducing the carbon footprint associated with debris collection and transportation • Maximizing recycling efforts and diverting materials from landfills whenever possible • Ensuring the responsible handling and disposal of hazardous materials in compliance with environmental regulations 5.14 Service Requirements The contractor is expected to provide the following services as part of the debris monitoring project: Mobilization and Work Schedule: Mobilization • Upon activation by the City, the contractor shall mobilize within 24 hours to the designated area • The Project Manager (PM) and key personnel shall report to the City's Emergency Operations Center(EOC)within 24 to 48 hours of notification by the City • Work shall commence within 24 hours of the issuance of a Notice to Proceed (NTP) • Depending on the magnitude of the event, the City may issue an NTP 24 to 48 hours prior to a storm event to allow sufficient preparation time for the start of operations Work Schedule and Hours v.7.2024 24 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 • Work shall be performed seven (7) days per week, including holidays, as approved by the Debris Manager(DM) • The contractor is required to work a minimum of 12 hours per day or dusk to dawn, with the possibility of working additional hours if authorized by the DM • The City of Clearwater reserves the right to adjust the hours and days of operation throughout the contract period • The DM shall establish work hours and develop operational schedules • The contractor shall comply with: i. 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations, where applicable ii. 29 C.F.R. §5.5(b) concerning the Contract Work Hours and Safety Standards Act Staffing and Operations Management • The contractor shall deploy a workforce of sufficient size to effectively monitor and document debris operations. • The Project Manager shall conduct daily briefings to provide updates on: i. Work progress ii. Staffing levels iii. Amount of debris removed iv. Estimated time required for job completion • The contractor is responsible for ensuring adequate personnel and management to ensure compliance with all policies, procedures, and contract requirements Monitoring Support and Requirements. The contractor shall provide on-site monitoring support throughout debris collection and disposal operations until all work is completed and approved by the City. Site Monitors • Trained personnel responsible for evaluating and certifying each debris load by assessing the actual percentage of the truck's total rated capacity • FEMA requires that two trained inspectors assess each load before it is off-loaded at the collection site: i. One representing the City ii. One representing the contractor v.7.2024 25 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 • Both Site Monitors shall agree on the load percentage and sign off on the load ticket for the cubic yard quantity to be eligible for FEMA reimbursement • Contractor staff will verify exact load size to ensure loads reach maximum cubic yard capacity Field Monitors • Follows contract haulers as they collect debris throughout the City • Responsible for verifying that debris is collected only from public roadways and recording the corresponding street address • Ensures debris is properly separated (e.g., vegetative debris vs. construction &demolition (C&D) debris) before loading • Monitors are assigned to hauler(s) and specific collection grids in the City for either vegetation or C&D debris collection • Ensures all targeted debris is removed from the designated area before the hauler moves to a new location • Records the time and location and signs the contract hauler's load ticket before the load is transported to the collection site for processing • Reports any unsafe or unauthorized collection practices to the Site Monitors Communication and Operational Support • The contractor shall ensure that all debris monitors have reliable communication tools (e.g., cell phones, radios)to stay in contact with their supervisor or the Debris Management Coordinator(DMC) as needed • Contractor's supervisory staff is responsible for resolving any issues with truck drivers and other contractor personnel • The contractor shall provide temporary office space and sanitary facilities for personnel, as necessary Personal Protective Equipment (PPE) and Safety Compliance • The contractor shall provide all debris monitors with OSHA-compliant PPE, including but not limited to: i. Eye and hearing protection ii. Safety shoes iii. Reflective vests v.7.2024 26 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 iv. Hard hats v. Weather appropriate clothing • The City of Clearwater reserves the right to inspect or require additional PPE for any workers under this contract Equipment and Transportation • The contractor shall provide subordinates with: i. Transportation for field assignments ii. Mobile communication devices iii. All necessary safety equipment iv. Digital and video cameras for documentation v. Any other required equipment for performing roving debris monitoring functions Training: Conduct training sessions for City staff or designated agents on monitoring procedures and reporting technologies, as needed. Coordination: Maintain ongoing collaboration with City staff to ensure all monitoring efforts align with disaster recovery goals and strategies. Public Communication: Effectively communicate with the public during monitoring operations, addressing concerns and providing information as necessary. Demobilization: Oversee the orderly demobilization of resources once monitoring activities are complete and ensure that all required records and documentation are submitted to the City. 5.15 Delivery The contractor shall adhere to the following delivery requirements to ensure a smooth operation: Reporting and Documentation Requirements • Weekly Progress Reports- Submit detailed weekly reports to the City summarizing: o Activities conducted during the reporting period o Issues encountered and their impact on operations o Resolutions implemented to address any challenges v.7.2024 27 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Final Report • Upon completion of the debris monitoring contract, provide a comprehensive final report that includes: o An overview of services performed o Results of monitoring activities and key findings o Recommendations for improving future disaster response efforts Documentation Submission All documentation shall be submitted electronically to the designated City representative, including: • Daily logs, photographic evidence, and final project reports • Tracking and verification of all Eligible Debris removal operations in accordance with FEMA Public Assistance program requirements, as well as City of Clearwater • Electronic debris tracking systems such as Automated Debris Management Systems (ADMS) are similar systems used more frequently by Debris Monitoring Contractor • Electronic systems should have the ability to record all the information captured by paper load tickets as required to document the debris operations • Records of deployed crews and equipment, including: ■ Types of equipment used ■ Actual hours of operation ■ Locations where work was performed during the time-and-material phase • Truck and equipment certifications and the establishment of a Quality Assurance/Quality Control (QA/QC) program for the duration of the project • GIS mapping data updates and digitized reports: ■ GIS layers will be provided by the Public Works Department prior to or as soon as possible after an event ■ All GIS data shall be submitted in a format that is acceptable by FEMA and the City of Clearwater • Load tickets documenting Eligible Debris removal, reduction, and disposal activities v.7.2024 28 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 • If requested by the City of Clearwater, the contractor shall document eligible hazardous stump removal, hangers, leaners, or tree removals, including: ■ Photos, GPS coordinates, street or milepost identifiers, and any other relevant information ■ Note: The City of Clearwater intends to use Force Account labor for this task • Environmental permits and authorizations, if applicable • Daily electronic spreadsheet summaries detailing cubic yards or tons of debris collected by the collection crews • Ensure that all invoices submitted include the required supporting documentation • Ensure contract service invoices are submitted to the City on a monthly basis • Review and validate debris removal contractor invoices prior to submission for payment, ensuring: ■ All necessary documentation is attached, including load tickets, tipping fees, and supply records ■ Digitized invoices are submitted along with source documentation to the City Post-Project Review: Engage in a post-project review meeting with City officials to evaluate project outcomes, gather feedback, and identify opportunities for improving future operations. INSURANCE REQUIREMENTS A list of Insurance Policies that may be required. 6.1 Requirements The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition,the City has the right to review the Contractor's deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be v.7.2024 29 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 6.2 Commercial General Liability Insurance Coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. 6.3 Commercial Automobile Liability Insurance Coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. 6.4 Professional Liability/Malpractice/Errors or Omissions Insurance Coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 6.5 Workers' Compensation Insurance Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $1,000,000 (one million dollars) each employee each accident, $1,000,000 (one million dollars) each employee by disease, and $1,000,000 (one million dollars disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. 6.6 Waiver of Subrogation With regard to any policy of insurance that would pay third party losses, Contractor hereby grants City a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless of whether or not the city has received a waiver of subrogation endorsement from each insurer. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6.7 Other Insurance Provisions Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s)for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured"on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: v.7.2024 30 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 City of Clearwater Attn: Procurement Division, 25-25 P.O. Box 4748 Clearwater, FL 33758-4748 Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. Vendor's insurance as outlined above shall be primary and non-contributory coverage for Vendor's negligence. Vendor reserves the right to appoint legal counsel to provide for the Vendor's defense,for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor's design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City's failure to request evidence of this insurance shall not be construed as a waiver of Vendor's(or any contractors',subcontractors', representatives'or agents')obligation to provide the insurance coverage specified. MILESTONES 7.1 Anticipated Beginning and End of Initial Term The initial term is estimated to be from July 2025 through June 2026. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. 7.2 Renewal At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30)days prior to the expiration. One (1), two (2)year renewal(s) are possible at the City's option. 7.3 Extension The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty(30)days prior to the expiration date of the contract. 7.4 Prices All pricing shall be firm for the initial term of three (3)years except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. A. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. B. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no v.7.2024 31 oocunignEnvelope ID: more than the twelve month change inthe'Consumer Price Index for AH Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (ht . The City shall review the request for adjustment and respond in writing; such response and approval shall not baunreasonably withheld. C. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall bofirm for each renewal term. D. Nofuel surcharges will baaccepted. RESPONSE ELEMENTS NOTE: Every proposal received bV the City will be considered a public record pursuant to Chapter 119, Florida Statutes. Any response marked confidential may be deemed non-responsive to this RFP. 8.1 Proposal Submission The City prefers responses are submitted electronically through the City's e-Procurement Portal located at http . Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections.The City strongly recommends completing your response well ahead ofthe deadline. Bidders can get help through OpenGov Assist, located on the bottom right of the OpenGov portal. 8.2 Proposal Format The following items shall beincluded iDyour proposal and uploaded into the specified section ofthe RFP. Table ofContents: Identify contents bytab and page number TAB ~ ~ Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: e. The pnopoaer'aunderstanding ofthe work tobeperformed. b. A positive commitment to perform the service(s)within the time period specified. c. The names Cfkey persons, representatives, project nlaD8geRSvvhOvvi|| bethe0aiDcoDtGctsfo[the City regarding this project. TAB 2—Experience, Qualifications and References. The following information should baincluded: @. Demonstrated experience iDdebris monitoring services @8@primary Contractor, particularly iDpost- disaster scenarios similar to those required in this RFP and include the dollar amount per event. b. History ofsuccessful FEyWArconnp|iont projects. o. Qualifications and certifications ofkey personnel. d. Experience working with government agencies ormunicipalities. v.7.2024 32 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 e. List any experience with disaster debris monitoring and consulting experience using FEMA programs and funding issues. Explain history of FEMA reimbursements including: i. Closed, active, pending FEMA disputes, audits, or lawsuits. ii. Explanation of unrecovered FEMA reimbursements. References - Provide a minimum of three (3) references, preferably from other public entities within the State of Florida, FEMA reimbursed debris projects which are similar in scope and complexity to work described for which you are currently providing or have provided in the past. For each reference include the name of entity, contact person's name, phone number, email address, mailing address, type of services provided, and dates these services were provided. Identify any project team members that worked on the engagements. Reference letters are highly encouraged. TAB 3—Technical Approach and Methodology. The following information should be included: a. Clarity and feasibility of proposed monitoring plan (field monitoring, load ticketing, data collection, etc.). b. Use of technology (GPS, automated systems, monitoring software). c. QA/QC procedures. d. Scalability and flexibility of the proposed plan. TAB 4—Staffing and Resource Capacity. The following information should be included: a. Provide a list of current and anticipated debris management contractual commitments, including their current status and projected termination dates. i. Demonstrate reasonable assurance that these commitments will not hinder the Contractor's ability to fulfill its obligations under this contract. ii. Outline the strategy for effectively managing multiple debris management contracts to include those in the State of Florida. iii. Demonstrate ability to service as the primary disaster debris monitoring consultant for a jurisdiction of similar size, delivering services similar to those outlined in this RFP. b. Availability of trained personnel for rapid deployment. c. Ability to scale staff for large-scale disasters. d. Organization chart and roles/responsibilities clearly defined. e. Backup personnel plan. TAB 5 - Cost of Consulting Services. The cost portion of the proposal shall include the following elements. a. Proposer shall provide pricing under Pricing Sheet for each position listed. b. Additional costs associated with the sgppe of services not listed in the Pricinq Sheet can be gploaded under bid submission. TAB 6—Compliance and Reporting. The following information should be included: a. Understanding of and ability to meet FEMA, state, and local documentation requirements. v.7.2024 33 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 b. Reporting and documentation sample forms. c. Ability to track and report performance metrics. Other Forms. Reference Submittal Requirements a. Scrutinized Companies Form(s) b. Compliance with Anti-Human Trafficking Laws Form c. Copies of licenses and or certifications d. W-9 Form. Include a current W-9 form. (available at-http-://www.irs.qov/pub/irs-pdf/fw9. PRICING SHEET Additional costs associated with the scope of services not listed in the Pricing Sheet can be uploaded under Section 10. Submittal Requirements. PRE-EVENT SUPPORT 1 Administrative/Clerical Support Rate Per Hour 2 Project Accountant Rate Per Hour 3 Grant Management Consultant Rate Per Hour 4 Senior Grant Management Consultant Rate Per Hour 5 Project/Program Manager Rate Per Hour 6 FEMA Policy Consultant Rate Per Hour 7 Project Executive Rate Per Hour POST-EVENT SUPPORT 'o 1 Administrative/Clerical Support Rate Per Hour 2 Project Accountant Rate Per Hour 3 Grant Management Consultant Rate Per Hour 4 Senior Grant Management Consultant Rate Per Hour v.7.2024 34 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 5 Project/Program Manager Rate Per Hour 6 FEMA Policy Consultant Rate Per Hour 7 Project Execcutive Rate Per Hour GENERAL GRANTS SUPPORT 1 Administrative/Clerical Support Rate Per Hour 2 Project Accountant Rate Per Hour 3 Grant Management Consultant Rate Per Hour 4 Senior Grant Management Consultant Rate Per Hour 5 Project/Program Manager Rate Per Hour 6 Project Executive Rate Per Hour SUBMITTAL REQUIREMENTS 1 Exceptions* Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Do you have any exceptions to the provisions or specifications? ❑ Yes ❑ No *Response required When equals "Yes" Exceptions Taken* **Special Note—Any material exceptions taken to the City's Terms and Conditions may render a Proposal non-responsive. Upload a copy of any exceptions taken to the provisions or specifications in this solicitation. *Response required v.7.2024 35 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 2 Additional Materials* Have you included any additional materials? ❑ Yes ❑ No *Response required When equals "Yes" Description of Additional Materials* Provide a brief description of the additional materials included. *Response required 3 Certified Business* Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise? ❑ Yes ❑ No *Response required When equals "Yes" Certified Business Type* Pick one of the following. ❑ Certified Small Business ❑ Certified Minority, Woman, or Disadvantaged Business Enterprise *Response required When equals "Yes" Certifying Agency* List the Agency that provided your certification. *Response required When equals "Yes" Certification Documentation* Provide a copy of your certification. *Response required 4 Vendor Certification* By submitting this response, the Vendor hereby certifies that: A. It is under no legal prohibition on contracting with the City of Clearwater. B. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. C. It has no known, undisclosed conflicts of interest. v.7.2024 36 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 D. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices. E. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract. F. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor,for internal use in evaluating respondent's offer, or in response to a public records request under Florida's public records law(F.S. Chapter 119)or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices. G. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders. H. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency. I. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City. J. It is current in all obligations due to the City. K. It will accept all terms and conditions as set forth in this solicitation if awarded by the City. L. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein. ❑ Please confirm *Response required 5 E-Verify System Certification* PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OFALL NEWLY HIRED EMPLOYEES. The affiant, by virtue of confirming below, certifies that: A. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. B. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. C. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. D. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. v.7.2024 37 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 E. The Contractor must maintain a copy of such affidavit. F. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). G. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. H. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. ❑ Please confirm *Response required 6 Vendor's Proposal* Upload a copy of your proposal with the information requested as detailed in the solicitation titled 25-25 Debris Monitoring Services. *Response required 7 Are there are any additional costs associated with the scope of service? ❑ Yes ❑ No *Response required When equals "Yes" Upload additional cost here* *Response required 8 Scrutinized Company Certification* Please download the below documents, complete, and upload. * SCRUTINIZED COMPANIES AND B... *Response required 9 Compliance with Anti-Human Trafficking Laws* Please download the below documents, complete, and upload. • Corn, e with 787.06 form", *Response required 10 W-9* Upload your current W-9 form. (available at htt,p_:_wwwjrs.gov/pub - ) *Response required v.7.2024 38 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 v.7.2024 39 O a_ 0 LU W N U O O E CL (-D 0 O L � w o N DC 4.p m N o o U V J z 1 z .� L.- � 0 Q) Ln � m 4-0 W N N ~ 3 w Ln Lf) o Q 1ULnN oc LM 0 J � a) O L a 0 VLL 0 Q) 0 � J 4-j � U 4=J 0 a N L/) wz a o c� O O m `^ CD w U oc z Lr) O U cu 0 °' O 4=J � oc N L/) w CL Z °C E O O U z U N � O � a) Ln J E m0V)� 1 � Q U � L u > a--j a--J w w O) ' V) c/) U v .. Q 00 0 i-n U 4-j E N oo a) +� m O • L-n opo • U �' LLO U N c� O — V) Ln -4 C: � L o o O o a� o O � E -0 O j � �o � � o ' U w -Q U = Q N In_ +� V) a� x L LU U O 0 4-j f� 4--j V) O 4-j Q � U � LU � 4-, O E O U O 4- 0 O � Q U >O O (A w .U-) cn c � � m O z a a� Ca) + Q W C qo 0 Q ) N 0- LLZ O � Z Z �, U — o z 4 0 .o= o°V > - LU - c - w o . Lf) E O rL.Zj- `� U Q LZ Of U � O c 0 � �, O a_ 0 J +- w -- Q � ' U V) �_' 4-- a �LLJ0 �- � Ur) U OLLJZ z Cl) -0 Q) •� L.- c 2 0 v Q Q) U � U rC cn Q) c _ 0 .— 0 w U 4--JQ O cn L N U Z Ln J O � Q O 0 LnU X LnO w aj w m U _� O Q� •0 °C cn > o — V) > J tao m �C 4-jV) J o U cwi� �O O � 0 w AN >\ a--� to �, U O 0 c u � - > 2 W '� 0 c m w cn C� � cry U U �� N O z D z X U , N v) 000 U �o O c •�E c M �: m m =34 � _0L/) O CO c 0 0 0 0 Ln 0 O O U -0 � V c D U C14 CD 0 0 X O u o Q U °, j Q Lf) N 0 L- o Z rl Cl- cn V) z N I z M Q Z m Of a_ a� LU U O 0 LO — p L- N -0 U p > cn +� p N _ V) ca-- - t�: c6 Q) 4-, Q) aA Q p vi O 4-j +-' — — > cn cn U U �0 L — -CQ) a--' a--) cnO �; 4--J U-) O c� j O U u Qa W a--J Q) O 4, Q) Q� U L Q� O M C O O Q) OU E Da-->4-j -�-j >' 1 V) Ln , a-j Q) 4-jO Q) >- O � a--� U -1 a--j N O cn 4-' U Q) cn E •— U 4-jO O X 0 0 U � O � � � � O 0 Q) � U Q � c� c c6 Q) U O N U (� OU 1 (n _0 Q) U � Q� (� •.0 Q) _0Q) — (a) 1 Q) (D O O Q 4-jQ )0 Q) Q >- -0 4-1 E V)EV) O '— p — 4-1 LE (Lin) Ln :3 O U Q) Q ) u 4-J 0Q (a) cn O >, — Q N U� p 0 C6 N O E U O i Q) �-JE u — O 4-j0 >' � O .� N � `•- Q) +� O U o Q ) (1) O U a) O — +_J U w zW cn Q O 4mmJO U Q) Q) � O +� U O Qn �C U � . E -0 -0 ° 4 o >— E cO n +mJ O Lf) ) � Ln � U a-) n V) n Q) ) U+, L/) Q c . U Q O Q) +� cn O '— (a) w O Q) +-) a) O Q — p `-Lmm oc O z >, U � Q > a) W U v L Q) Ov O c6 Q) O >' � +-' � DC �_ O U > L Q � � a--J � U a--j 4-j E w U 'ate Q) O c6 Q) O Q) Q) O O z a _0 u u L- 4-j 0 --,E N w ca Q) p Q •— U w O �, 4 O ul oc cn c O 4- U w .— `L H � U Q UO 4-1O _4A cn m w U � W z U_ �' N c4mmJ O a--J UO Q) O Q) — O w cn Q) 1 _ •> O Ln Q) �' 1 > - � m = Ln U A J L � (� � Q) >� j > 0 � � LCL• Q) � � �-j � �-j Q) � •— O CD v � Lf) 1 cri O `~ Cep O Q) N +� �' z 0 c/7 -0 a--d 111Z L- O N � N Q — QO `- U MO O > Ua- uo a-J O c0 z M U p — U u — U Ln LL o p z m U D w LL _ � O = v O ~ oC U oc am a) LU U O 0 O 1 V/ V/ L-� U� Q� _0O �� • U N - �j 0 U U S •0 Q) _ m U LL. •� 0 O 'u LV + N O >- v O 4-j - OL cn Q � O � � •� p 2 = O � 4-, 0 U O Ln 4-j N O 4 Q) 0 Ln O o u Ln � U -0 m -0 E N Q Q 00 > 4-' U O N _ �O �O •� Q) �= E +, oc 4-J V +j �,V) 0 a� O -0 m >Ul)- U — L/ v O 4-j (a)a-j � cn O O .0 Q� 4-jv O +- O O W o V) � U V LL w4 N (1) o �o 0 +J 4 _ 1 1 DC ca U � 4 cc Q) Ln u � — CL O = A-j � 0 o~c UO .. (1) 4-- Lf) m v C I N w w c6 ca T Of O � Z z .I Q) v �O v O U O o +� w z Q J a Q) a) L- LL V ) ° D 0 ac LL � 4-jO o U O O cn o 0 o 0 +� 0 4-; o w L- U O O �' O DC V U O o U '� Q U+-' m - +_' cLf) 'V cw 4--), L/) Q cu L- U U U ~ C6 C6U cn cN o Q) Q clj 7�7 -0 p p (Oj En O I aN+ c� 00 W V C w U U � > +�-' cn O � Q� � a--j N 0 U �0 Q DC O 0) Q E LnV) Ln 0 Q) m W Z U +_� = U (� m —O � E `� .Ln � .� Q I � cit A •L W �O L- � to U a-j Ol a--� � �E LL f0 C) J o o _0 O >` ca U O a--' O U O00 D v f� 0 Q � u U u � u >' oo Q) u 0 o �I z z N 0 N Q U U � U w cn U U .V) M U cn LJ O o 00 O Ln o ��' � W +-j a� a� N a� a� a� m � °� Q) _0 L 0 z o _ z LU � I Q °'p > o W OLL W o v Q) O ~ oC C) Ln CL U l0 U a� LU U O 0 CD rn CD Q) UZ tl3 cn O Q cn , Q[ O O O O O U) N N N N i_ E � 4-1O c � c- o � Q �I Ln O ca � U O U) 4-j Q E U 0 NI � ~I O cn 4 ca � J Q) I � O U N O � � w a O `� Ln J ca D — Q V) � ml �I � H LU w z > w D o V U w u I _ E OC m L/) O W o~c O Q) O 4-j0- O U Q Q Q ._ o O ca E .4-j z V) O O w zU I `n O Q) Q) n Q) a) u + p Ln .N � o E aro E — 4-' L w Ln _ O O 4-' c U v � Oz Ln U CY) O m O N U +j z cn +J E U > D V) 5 N w O a� Q Ln I c•v O Ln I •> Ln I cn o E oc V) 00 P E cn N ~ `~ N N u U v U �o pop U U D LU LO � � }, �0 N > U N m U O cv N — c a m J o U w L Q .I .I .I mw H vn0- O = 00 O O D Q U o ALLI 0 Q) U � 2 z � z 4-- z o _O I •— O ICY) I m u (� � z U C N O C: N a--J Q- 0- }, Q ca L W L '� U LL — LL > LL 4-,CU -0 z O N Q) U Q) Q) � Q CL CD cn J c6 m U Ln 0 0 O U O '�a L- O o � m L- z N � •N � D m � c � Q) � QJ U � DC _w •— _ _ co V) N O •� O U U Q O O U O U z 0 mLL ® cn c0 z .� U (D O O 4-O O -�-jLO O N Ln m U m O O v O ~ oC C) 00 0 U Ol 0- U rl U ~ oc a� LU U O 0 m QD m O m QD U-) N 0lzt 0 � O Ln N lzt O 00 O N I� N 00 O N ' m Ln � m Ln � � � � � vz to to �n -cam- -cn- -cn- -cn- to O O O O O O O O O O O O v v v (2) (1) (1) v v v (1) () (1) M- 0- 0- 0- 0- 0- o_ 0- 0- a_ a_ a_ Q) a) CL) a) W W (1) (1) (1) (1) () (1) c0 c0 c0 c0 c0 c0 � � c0 c� c0 c0 DC � rC N O N III °C Z Q W z wW J Q ~ D N o U W 0- O � z , w W Of 0 (D z V) w z 2 O r) O w U O c O O z N U Q u ti J Q 4-j 0- C) U v =3 v, c (1) =3 w +� n o +� U u U ( u U }' 4-jn,o +-' J m =5c c6 J cn - U W E p? 4-jE p � w o H Ln U > j L- U u > =3 U O tL0 O v v Ov O v O 4--J OvOf W z U — X v — X L- v w cn � J u u +- u .� u (D v Q) Q) Q v — Q) .0 v Q aD v z 0 LU -0 O. N O� w -0 L- i Q z U Q C� cn H Q — c6 m OU �� z 0 z N O o (D 00 O N oCY) L/) z C) Ln �o cv m Ln r �, N O o O cnLL z a �o OO v _ LL = vto O ~ oC oc a_ a� W U O 0 cq CD On rl- Il- O N f� N 00 N Ln O O O O 4-3 4-j 4-j 4-j O r III z w D O U 0- p w r w z V) w z 2 O r) O w � � N w U m° z a I` J }, U u VJ =3a—j > NW 0O E c/) U U v U �o +� J m ca J Q oC U w E `� E > w o H v) v 4-j v o D V) u > o cfl N � ° oc w z u c6 X w N a; U w to 0 a) o v a z o Q z (D r) — c� 4 z N 0 O(D o 00 OCY) L/) N o z � LL m Ln �o p o p o O z •� Q) _ � = v O ~ oC oc 0- a) LU U O 0 usign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 MAP' Ott, ME .......... all,jim y-TTORK, Awk AAMM V�k A& Aft IN Imm a x low qo' Ion. Iwo HA I IN M 1101 g1ji oo, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 FloridamIFA B L E F T 0 CONTE City of Clearwater, ProposalsRequest for . 2 5-25 DebrisMonitoring Servis a Table of Contents TAB Letterof Transmittal........................................................................................................................ Experience, Qualifications& References......................................................................................... Exhibit 2-1: Staff Experience Matrix Exhibit 2-2: Key Personnel Resumes Exhibit 2-3: Letters of Reference Technical Approach & Methodology............................................................................................... Staffing& Resources Capacity......................................................................................................... Cost of Consulting Services.............................................................................................................. Compliance & Reporting.................................................................................................................. Exhibit 6-1: Sample Report OtherForms..................................................................................................................................... W-9 Scrutinized Companies and Business Operations Certifications Exhibit C: Disclosure of Lobbying Activities Compliance with Anti-Human Trafficking Laws State of Florida Certificate of Good Standing S '' on [111 0 M� {s+f Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 rt Ifi{% jsl7{, tt, inti{, I55{S,, 4 Letter Proposer Introduction & Summary Thompson Consulting Services, LLC (Thompson) is pleased to submit the enclosed proposal to provide the City of Clearwater, Florida (City) with debris monitoring services.Thompson is a full-service emergency management planning, response, disaster recovery and grant management consultancy established in ri't . Prior to our establishment disaster debris monitoring and program management services were provided by our affiliate company,Thompson Engineering, since `sV7. Our consultants have over {'`'s years of combined experience in supporting local and state agencies in response to hurricanes, floods, earthquakes,tornadoes, wildfires, ice storms, rockslides, oil spills and other natural disasters. Our approach to providing disaster response, assessment, and recovery services maintains a primary focus on the efficient and effective utilization of resources while assisting our clients with navigating the funding channels of the Federal Emergency Management Agency's (FEMA) Public Assistance (PA) program as well as other post-disaster grant programs. We believe Thompson is best suited to assist the City with debris monitoring services for the following reasons: STATE OF FLORIDA EXPERIENCE:Thompson's consultants have responded to disaster incidents in the State of Florida since Hurricane Charlie in £`twi'''ll.`''} Over the last seven years,Thompson has provided debris removal monitoring and grant consulting services to i,tl,a unique Florida clients following Hurricane Matthew in "'ti{`°= , Hurricane Irma in `'F'' , Hurricane Michael in ,'`4tf'{` , Hurricane Sally in t;rltf`"'j,;', Hurricane Ian in 'ti`t, "'`, and Hurricane Milton in 07 4. We are well positioned to work closely with the City, the Florida Division of Emergency Management (FDEM), Florida Department of Transportation and the Florida Department of Environmental Quality to implement a compliant and efficient disaster debris removal monitoring and recovery services program. POST-DISASTER DEBRIS REMOVAL MANAGEMENT& FEMA FUNDING EXPERIENCE:Thompson's experience with post-disaster debris removal monitoring and management services spans three decades and accounts for the administration of more than S", billion of debris removal funding on behalf of more than �'t'�9,,1), local and state government agencies. Thompson's consultants are amongst the most educated, qualified, and dynamic in the industry, having responded to some of the most devastating incidents to impact the United States, many resulting in large-scale, multi-program debris removal monitoring operations.This experience means the City can rest assured that its disaster reimbursement is in the hands of the industry's most qualified professionals. DELIVERY EFFICIENCY&AUTOMATED DEBRIS MANAGEMENT SYSTEM:Thompson's debris removal monitoring experience includes the documentation of over i}y` million cubic yards of debris. We have consistently demonstrated Thompson's delivery efficiency using our automated debris management system (ADMS),the Thompson Data Management Suite (TDMS).TDMS is used to electronically capture data, such as employee credentialing, equipment barcoding, GPS coordinate, digital photography, etc. in the field and ensure accurate and timely reporting to the City.TDMS significantly reduces the quantity of hours required to perform equivalent services by competitors with "lower" hourly rates. TDMS has been routinely deployed on FEMA reimbursed projects and meets the process requirements for the U.S. Army Corps of Engineers (USACE)Advanced Contracting Initiative. 0 M, � nI ,SiSj Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 LETTER OF TRANSMITTAL fsa VERSATILITY OF OUR TEAM-, Thompson provides the City with professional engineers and consultants that have experience with developing programs to address any of the following disaster recovery programs that may be required following a disaster event: Right-of-way(ROW) debris removal 0 Right-of-entry(ROE) administration Right-of-way leaning tree and hanging limb 0 Demolition program management removal (leaner/hanger) 0 Vehicle/vessel recovery Parks, beaches, and waterways cleanup 0 White goods removal and Private property debris removal (PPDR) decommissioning ABILITY TO QUICKLY RESPOND: With „`t s"corporate and branch offices scattered throughout the southeast, including our corporate office in Maitland, Florida, we will be able to deploy staff and resources within r;,'",i hours of receiving notice-to-proceed.Thompson is set up to quickly adapt to the uncertain and changing needs of the City. During times of emergency,this ability to rapidly respond to the needs of the City is of paramount importance. LOCAL PREFERENCE FOR HIRING MONITORS-. It is Thompson's intent to fill temporary debris monitoring positions with City residents in need of work.Thompson will provide qualified residents with safety training and job training with experienced debris monitoring supervisors. We will make sure that all local hires are thoroughly and properly trained prior to being deployed to monitor a debris removal crew. This effort will help residents participate in the City's recovery efforts with a j'j' t ;,s,ll;;fl s„jr5 55!}lr ,} ,, and earn a ,7, COMMITMENT TO SAFETY&QUALITY-,Thompson is theolrdv debris monitoring firm that performs motor vehicle operating record reviews and as-needed drug screening for temporary employees. This practice results in a team of monitors that is both safe and committed to quality. In addition,Thompson deploys a quality assurance team to each of its projects to ensure that certain quality standards are being upheld, regardless of the operating conditions and climate. MAIN CONTACTS&AUTHORIZED AGENTS-.The following authorized agents will serve as direct points of contact to the City for all inquiries related to this submittal as well as technical and contractual clarifications throughout the evaluation process. Key project personnel qualifications and contact details have been provided within this proposal response. Jon Hoyle,, President Nate Counsell,, Executive Vice Presildent2601 Maitland Center Parkway, Maitland, FL 32751 2601 Maitland Center Parkway, Maitland, FL 32751 0: 407-792-0018 1 C: 321.303.2543 0:407-792-0018 1 C: 407.619.2781 jhoyle@thompsoncs.net ncounsell@thompsoncs.net Thompson has the experience and resources necessary to be responsive to the City following a disaster incident. We stand prepared to guide the City through the debris removal and recovery process while working with FDEM and the FEMA Public Assistance program to achieve maximum disaster recovery cost reimbursement for the City. We would be honored to serve as your debris monitoring services provider and stand prepared to exceed the service expectations that the City has established. Best regards, THOMPSON CONSULTING SERVICES, LLC s r Jon Hoyle, President npow, n - Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 yt mIFAB 2 Ifi}% jsl7{, tt, inti{, Ity}S,, I fi utll & References xperience, 1'f'locatilons Firm Overview Thompson Consulting Services, LLC is organized as a subsidiary of 11"f,A,�� r , � $1 urOt „ M ,, Thompson Holdings, Inc. (Thompson)which also includes affiliate C 0 M P#mfi, companies Thompson Engineering, Inc., Watermark Design Group, and l}ltt{4»»fj(rig{}tTy(ys}�Sl�f�t\)�3ris�,�r4SS Meyer Engineers, Ltd.Thompson offers an array of services through our family of companies,from specializing in debris response and recovery C,j}titi,t'1f�a»)15r»»i»»a»it}yiis»S»}s»`ts}�S{t= services, grant application and development, infrastructure, and housing �.', $Fn l�s �rc'j ys. mitigation, to full service engineering, environmental consulting, surveying, P and construction support services; and a full complement of architectural, planning and interior design services. What began as a small company doing basic soils and materials testing in Mobile, Alabama has since grown into a national corporation with k,11 corporate and branch offices throughout the southeastern United States. 4, '� r,�» r�} o r"'t Our ongoing success, strong growth, consistent project delivery and commitment to client satisfaction can be traced back to when our Vyj��liit»;ly'4t{{ts`}�tt�li»�{r���i}�sy�,tllss. founder,Vester J.Thompson, established the high standards that lay the t sns tfy$St tett(S'ct\}N1 I 'tl{ks til usl ` i\ foundation of our work ethic.These standards of excellence in 1��s•jt�s N s4 t skt S)l l��t'�� }g$} {11 1 workmanship; innovative solutions; timely, responsive service; and cost effectiveness are still upheld today. }r '` `� _� `�' �r ' `�'l f� � Asa sy�t»rr�»;}'{„�r��» employee-owned company with more thanpersonnel spanning }`»6” corporate and branch offices throughout the United States, Thompson maintains a universal commitment to excellence in workmanship, innovative solutions, timely responsive service, and cost effectiveness.These standards are the foundation for Thompson's ' r excellence in project quality and delivery.Thompson's staff has a vested interest in providing safe, quality driven, successful projects that are completed on time and within budget. Thompson Consulting Services will serve as the contracting entity for the services requested by the City of �t Clearwater, Florida(City). Years f Experience Thompson was founded in `{` „” » and has supported various local, state, and federal entities, including the United States Army Corps of Engineers (USACE),throughout the Nation conduct monitoring, QA/QC, and inspection services for a variety of engineering, construction, environmental and disaster recovery projects. In »`}f rf J.Thompson Consulting Services, LLC was formed to focus solely on disaster preparedness, response, and recovery service offerings, including debris removal monitoring.Thompson brings over 3°' years of experience to the City through our family of companies and personnel. I;» S ''0 M� n u ,+ Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCEk) Office Locations FIRM DATA SUMMARY With `,;;f,corporate and satellite offices scattered throughout FIRM NAME the Southeast United States,Thompson has the resources and capabilities to support the City's disaster debris monitoring Thompson Consulting Sei P needs from near and afar. ADDRESS The City's contract will be serviced from Thompson's 2601 Maitland r Parkway corporate office in Maitland, Florida. In addition,Thompson is Maitland, Florida 32751 experienced and capable of establishing a field office within PHONE I FAX the City should the need arise. Thompson has provided our full list of office locations below. 407-792-0018 1407-878-7858 Atlanta, Georgia Lake Charles, Louisiana WEBSITE Baton Rouge, Louisiana �;�`§�,,,�';,t;l,,t,,�t,,; ,,,,�r; f�,4,�s=,�����,4��,�,�'�,�,,� Chattanooga,Tennessee Metairie, Louisiana Clarksville,Tennessee Millington,Tennessee EMAIL Daphne, Alabama Mobile, Alabama Dothan, Alabama e Moss Point, Mississippi Evergreen,Alabama Orange,Texas YEAR ESTABLISHED Harriman,Tennessee Pelham, Alabama 2011 Helena, Alabama Houston,Texas Richland, Mississippi STATE OF FORMATION Jackson, Mississippi Savannah, Georgia Delaware • Kenner, Louisiana Troy, Alabama • Knoxville,Tennessee Tuscaloosa,Alabama FEDERAL ID NO. - 2015453 DE Thompson knows that immediately following a disasterSAM UE1 CAGE O incident, access to a project operations office and QE8ZDMlCLE77 I 7NZ42 communications infrastructure is critical to building a local workforce. However, with the potential for office facilities and DUNS NO. hotels being damaged in the event, it is imperative to have a 968677158 reliable alternative.Therefore,Thompson has invested in a fully functional mobile field office that can be utilized to E-VERIFY ID implement initial debris removal monitoring operations regardless of environmental conditions. 1111126 We can travel directly to impacted communities and OFFICERS implement onboarding and equipment staging from the Jor'i Hoyle, President mobile field office, and with integrated satellite capabilities, our mobile office can serve as a communication center. Nate Counsell, Executive Thompson's mobile field office is also beneficial when trying John H. Baker, III, BOM to onboard field personnel and establish field operations in Chad Brown, remote locations. J b 5o � - 2 S1+ Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 'f,t5 EXPERIENCE, QUALIFICATIONS & REFERENCH Thompson deployed our mobile field office following Hurricanes Laura, Sally, Delta, and Zeta in 2020, �t Hurricane Ida in 2021, and Hurricane Ion in 2022, and Hurricanes Beryl and Helene in 2024. Disaster Response Experience Thompson has provided disaster response and recovery services to over,'3O federal, state, and local government entities in planning for and responding to a variety of disaster incidents, such as hurricanes, tornados,floods, ice storms, wildfires, earthquakes, oil spills and other natural disasters. Our emergency response and disaster recovery consultants have over ,t1,,S years of combined experience and have responded to some of the most devastating incidents to impact the United States in the last two decades.This work has resulted in the documentation of over`: $#' ''i million cubic yards of debris and our clients successfully applying for and retaining more than v, l`{`» billion of federal grant funding for debris removal. �It Our approach to providing disaster response and recovery services to the City maintains a primary focus �t on the efficient and effective utilization of available resources while assisting the City in navigating the funding and compliance channels of the Florida Division of Emergency Management(FDEM)and the �t Federal Emergency Management Agency(FEMA)Public Assistance(PA)Program. 390 + 65 + 165 + $ 505 + 1,S t,1 A r t,1,,4 s, F f I I$ {,%1''I" 'Il I f 1,p,1„�'!. 'A' 1,14 j t t I 1 3 ry, ;-ii i t (z11 �i t- il w Thompson's consultants have performed debris monitoring and grant administration services for over Federal Emergency Management Agency (FEMA) and Federal Highway Administration (FHWA) reimbursable federally declared disasters and emergencies. A summary of our experience over the last decade is provided in the table below and a comprehensive staff experience matrix has been provided as Exhibit 2-1 following this section. Table 2-1 : Grant Programs .i r r i ng Adrninistered by Disaster Grant Funds Grant Funds Disaster Year Administered Disaster Year Administered Hurricane Milton(FEMA DR-4834) 2024 $228,000,000 LA Severe Flooding(FEMA DR-4277) 2015 $65,000,000 Hurricane Helene(FEMA DR-4827-4831) 2024 $396,000,000 Sc SevereFlooding(FEMA DR-4241) 2015 $35,000,000 Hurricane Debby(FEMA DR-4806) 2024 $9,450,000 Winter Storm Pandora(FEMA DR-4211) 2015 $750,000 Hurricane Beryl(FEMA-DR-4738); 2024 $250,000,000 Winter Storm Pax(FEMA DR-4166) 2014 $200,000,000 TX Severe Storms(FEMA DR-4781) 2024 $90,000,000 Hurricane Sandy(FEMA DR-4085-4086) 2012 $250,000,000 Hawaii Wildfires(FEMA DR-4724) 2023 $125,000,000 Hurricane Isaac(FEMA DR-4080-4081) 2012 $2,000,000 Hurricane Idalia(FEMA DR-738,4734) 2023 $46,400,000 Indiana Tornados(FEMA DR-4058) 2012 $2,500,000 AL Severe Storms(FEMA DR-4684) 2023 $5,800,000 Hurricane'Irene(FEMA DR-4024) 2011 $4,500,000 New Mexico Wildfires(FEMA DR-4652) 2022 $31,000,000 Alabama Tornados(FEMA DR-1971) 2011 $25,000,000 Hurricane Ian(FEMA DR-4673) 2022 $311,100,000 Iowa Flooding(FEMA DR-1763) 2010 $1,640,325 KY Severe Storms(FEMA DR-4630) 2021 $138,700,000 MA Snow Storm(FEMA DR-1813)' 2009 $896,475 Hurricane Ida(FEMA DR-4611) 2021 $283,300,000 Hurricane Ike(FEMA DR-1791) 2008 $445,504,160 Is` „a t i}iI 2- 3 tts `a , Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCEk) Grant Funds Grant Funds Disaster Year Administered Disaster Year AdministeredHurricane Zeta(FEMA DR-4576) 2020 $23,000,000 Hurricane Gustav(FEMA DR-1786) 2008 $19,374,540 Hurricane Sally(FEMA DR-4563,4564) 2020 $180,000,000 Hurricane Dolly(FEMA DR-1780) 2008 $17,241,000 Hurricane Laura(FEMA DR-4559) 2020 $48,000,000 Missouri Ice Storm(FEMA DR-1676) 2007 $31,523,000 Hurricane Dorian(FEMA DR-4465) 2019 $5,000,000 New York Winter Storm(FEMA DR-1665) 2006 $20,700,000 Hurricane Michael(FEMA DR-4399,4400) 2018 $40,000,000 Hurricane Wilma(FEMA DR-1609) 2005 $214,491,000 Hurricane Florence(FEMA DR-4393,4394) 2018 $12,000,000 Hurricane Rita(FEMA DR 1606) 2005 $96,000,000 Hurricane Maria(FEMA DR-4339) 2017 $44,600,000 HurricaneKatrina(FEMA DR 1602-1604) 2005 $914,304,040 Hurricane Irma(FEMA DR-4337,4338) 2017 $100,000,000 Hurricane Ivan(FEMA DR-1551) 2004 $243,332,500 Hurricane Harvey(FEMA DR-4332) 2017 $20,000,000 Hurricane Frances(FEMA DR-1545) 2004 $5,000,000 Hurricane Matthew(FEMA DR-4283-86) 2016 $100,000,000 Hurricane Charley(FEMA DR-1539) 2004 $97,085,850 Past Performance ("'11, Yate of' Florida Experience In addition,Thompson's consultants have responded to disaster incidents in Florida since Hurricane Charlie in ,` ;5 rr. Recently,Thompson has provided debris removal monitoring and grant consulting services to Florida clients following Hurricanes Matthew in '`}`, Irma in 'J°S''„'.t , Michael in =' `t, Sally in j, Ian in ' _"`'`, and Debby, Helene, and Milton in tS ri''«_ Thompson has supported over local and , state Florida clients in monitoring and documenting overt million cubic yards of disaster debris. We are well positioned to continue working closely with the City, the Florida Division of Emergency Management, Florida Department of Transportation and the Florida Department of Environmental Quality to implement a compliant and efficient disaster debris removal monitoring program. �t Due to our extensive experience, commitment to responsible contracting, and dedication to providing the most efficient and effective disaster recovery, many of our Florida clients have retained Thompson's ` services for years or more spanning multiple activations and competitive procurements. \i 3pfi' Similar Experi"ence The following select project examples highlight our experience and capabilities performing similar services to the scope of work requested by the City and include several recent examples that demonstrate our experience and ability to guide local governments to meet the FEMA Public Assistance Program eligibility requirements for debris removal and monitoring. In addition, many of these projects provide evidence of our ability to perform damage assessment, right- of-way monitoring, hazardous leaner/hanger removal, private property debris removal (PPDR), disposal site monitoring, solid and hazardous waste management, and FEMA reimbursement.Thompson's key proposed staff have assisted all of the clients provided below following disaster events. City of Tampa, Nov. 2024 tt Disaster Debris 4mova Ii n r�i Debris tt tt2024 Hurricane Helene&Milton:Thompson has served as the stand-by disaster recovery and debris monitoring tt tt services provider on behalf of the City of Tampa since 2023. During that time,Thompson has supported t{ preparedness measures and maintained operational readiness in the event that our services were needed.The 'f City activated Thompson's stand-by contract to assist in recovery operations following back-to-back hurricanes o �n, n fi2- 4 fft Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCH �u tt Helene and Milton in 2024.The City performed separate right-of-way debris removal programs as well as ,tt t{ hazardous hanging and leaning limb/tree removal.Thompson substantiated the removal of over 1,410,500 cubic tt t{ yards of debris and approximately 23,000 hazardous trees and limbs completing across both disasters. int Thompson was able to complete Hurricane Milton operations,which accounted for over 1.3 million cubic yards �t of debris, in approximately 120 days. tt 'fProject Value-,$5,066,000 JeffersonLouisiana Sept. ttHurricane Dri s Removal Monitoring Debris Quantity: 23 9 Ott Ott tt Thompson has served as the stand-by disaster debris monitoring and management Ott tt services provider for Jefferson Parish since 2019. Since that time,Thompson has Ott ,. itt worked closely with the Parish in order to maintain operational readiness and t support preparedness initiatives.2021 Hurricane tt tt : The Parish was severely impacted by Hurricane Ida in 2021 and , tt Thompson was able to mobilize immediately with personnel and resources.The , Parish performed right-of-way debris removal operations, leaning/hanging limbs ; t and hazardous tree removal,and special debris removal projects throughout the Ott p p J g t Parish such as parks and waterways. Overall,Thompson monitored the removal of �`�' Ott over 2.2M cubic yards of debris from the Parish,which included mud removal operations from private Y p ,tt tt properties in the Parish.Thompson also monitored the removal of over 29,700 hazardous limbs and trees ,tt tt throughout the Parish. tt tt Additionally,Thompson coordinated closely with the Parish and the Town of Grand Isle while performing tt tt simultaneous but separate debris removal operations.The Town of Grand Isle is located within the Parish,and tt tt Thompson supported debris removal operations including the scraping and remediation of over 83,500 cubic tt yards of beach sand and monitored the removal of over 472,000 cubic yards of debris from the Town. tt Thompson assisted with numerous private property debris removal operations across the Parish accounting for tt t{ the removal of over 501000 cubic yards of debris. 2020 Hurricane tt ,tt Zeta: Hurricane Zeta produced extremely strong winds and heavy rains causing severe damage t{ to the Southeastern United States.The Parish activated Thompson's stand-by disaster debris monitoring tt t{ contract to support right-of-way debris removal operations throughout the Parish.Thompson was able to quickly mobilize and perform expeditious and efficient monitoring of the removal of over 1591000 cubic yards of tt debris as well as over 41500 hazardous limbs and trees throughout the Parish. tt �s 'fProject Value-$6,585,000 City of Port Orange, Florida 20221 0 Disaster24 isMonitoring aGrant u n ,,,, IServices Debris �u t Thompson has maintained a stand-by debris removal services contract with the City of Port Orange since 2022. tt tt t Throughout this partnership,Thompson has supported the City's recovery efforts following multiple hurricanes, ,tt t{ including Hurricane Ian in 2022 and Hurricane Milton in 2024.Thompson has been instrumental in efficiently tt t{ managing debris removal operations and ensuring the City's swift recovery after both disasters. 2024 Hurricane tt ,tt Milton: In 2024,the City of Port Orange faced another major challenge when Hurricane Milton tt struck the region. Once again,the City activated Thompson's services for debris monitoring and removal.The tt t{ team swiftly mobilized to support recovery efforts,successfully substantiating the removal of 118,855 cubic ,tt yards and 1,159 tons of debris, helping to restore the City in the wake of the storm's destruction. t{ 2022 Hurricane Ian: In 2022,following the devastation of Hurricane Ian,which struck the southeastern United ,tt States and caused widespread damage,Thompson partnered with the City of Port Orange, FL,to support v js? P c „aItr fi2- 5 SiS Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCEk) tt recovery efforts. Port Orange, located along Florida's eastern coastline,was heavily impacted by the storm. Thompson successfully managed the removal of 363,937 cubic yards of debris and 3,274 tons of hurricane- related waste, including hazardous limbs and stumps. tt 'f :$1,095,000 City of Houston, Texas May 2024 — Present Debris Re aI Monitoring, PPDR & FEMA PA Support ri Quantity: 6,694,000 2024 Hurricane Beryl-,?t Following the devastating impacts of Hurricane Beryl, - , ,tt x ?t �tThompson was tasked with providing debris monitoring and disaster recovery cost ?t reimbursement services on behalf of the City.Thompson has worked closely with �`' t the City as well as the City's debris removal contractors during simultaneous r , t{ activations for multiple declared disasters,ensuring waste operations are t{ documented separately. Debris removal operations from City right-of ways and tt t{ private gated communities are ongoing,and thus far Thompson has monitored the Ott t{ removal of over 3.6 million cubic yards of debris as well as the removal of 50,000 k t t{ hazardous hanging or leaning limbs and trees throughout the City. < r ?t t Thompson is also assisting the City with the recovery of FEMA Public Assistance(PA)funding.The City's ?t t{ damages included Category A-B work and Category Z work,with Thompson supporting submittals for ?t tt emergency work expenditures as well as providing recovery management services,developing cost estimates, ,tt tt calculating departmental force account labor and equipment,successfully requesting Immediate Needs Funding ?t t (INF),and expediting projects that total over$105 million. tt 2024 Severe Storms, ® :Thompson was activated by the City to Ott perform disaster debris removal monitoring services following severe storms,straight-line winds,tornadoes, Ott and flooding.Thompson was able to immediately mobilize equipment and begin hiring local residents to serve ?t t as temporary debris monitors following a notice-to-proceed.Operations are ongoing, however thus far, ?t tt Thompson has monitored the removal of over 3 million cubic yards of debris as well as the removal of over ?t tt 29,000 hazardous and hanging limbs,trees,and stumps throughout the City.This includes over 21,950 cubic ,tt t{ yards of debris and approximately 5,000 limbs and trees from City maintained parks and trails. tt In addition,Thompson is currently assisting the City in the preparation and calculation of departmental force �t account labor and equipment,as well as submitting and processing PWs and Immediate Needs Funding(INF) �t requests for FEMA review and reimbursement.Thompson is ultimately supporting the City in applying for the Ott reimbursement of over$40 million in federal funds. tt �s 'fProject Value:$ 12,312,000 Hillsborough County, Florida . 2022 — Feb. 2023 Oct. 2024 Present t{ Hurricane Ion Debris ,r Ion i ri n Debris 7,183,000 is tt t{ Thompson has maintained a stand-by debris monitoring contract with the County since 2020 before being ,tt t{ activated following Hurricane Ian in September of 2022. During that time,Thompson maintained a high level of tt t{ operational readiness should our debris monitoring team ever be needed to respond. 2024 Hurricane Helene&?t ,tt Milton:The County activated Thompson's stand-by contract to assist in recovery tt operations following back-to-back hurricanes Helene and Milton in 2024.The County performed separate right- ,tt tt of-way debris removal programs, parks debris removal, as well as hazardous hanging and leaning limb/tree ,tt tt removal, and thus far,Thompson has substantiated the removal of over 6,333,000 cubic yards of debris and ?t t approximately 70,000 hazardous trees and limbs. tt t{ 2022 Hurricane Ian: Hurricane Ian was one of the deadliest hurricanes to impact the State of Florida and caused t{ widespread flooding and extensive damage. Hillsborough County was impacted due to tornadoes and high t winds causing large amounts of debris and infrastructure damage.Thompson was called upon by the County to 'f provide debris removal monitoring and recovery services and was able to respond immediately. Overall, ,poff, u n2- 6v s d ,� Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCH tt Thompson substantiated the removal of over 850,000 cubic yards of debris from the County.Additionally, tt �t Thompson has monitored the removal of over 300 hazardous limbs and trees throughout the County. tt 'fProject Value:$71433,758 City of Denham tt Debris Rer I Monitoring PPDR & FEMA Grant r r r Debris i : 330,000 Hurricane Ida 2021.,Ott Most recently,Thompson was once again activated by the City tt following the devastating effects of Hurricane Ida in 2021.Thompson mobilized e rt t immediately to the City with equipment and personnel resources and was able to Ott tt begin monitoring operations expeditiously.The City performed various debris ,tt t removal operations including right-of-way debris removal and hazardous tt leaning/hanging trees and limb removal. Over 71,000 CY of debris and over 560 u hazardous trees and limbs were removed from the Cit In addition,Thompson is Ott Y• p ., t providing FEMA Public Assistance consulting and support to the City. tt L Severe Flooding tt :Thompson provided disaster debris removal monitoring and ,tt FEMA grant management and Public Assistance consulting services to the City of Denham Springs following the t{ severe flooding that impacted over 90%of the City causing approximately$7,000,000 in damages eligible for tt int FEMA PA reimbursement.Thompson substantiated over 250,000 cubic yards of vegetative debris and 272 tons of white goods. In addition,Thompson worked closely with the City to implement a comprehensive Private �t Property Debris Removal Program for extended ROW collection.Overall, 339 right-of-entry forms were tt tt collected,validated and processed for extended collection. tt Most of the damage in Denham Springs consisted of residential property flooding.Thompson's FEMA PA Ott consultants assisted the City in their pursuit of funding fora private property housing demolition program to ,tt tt restore destroyed properties posing a threat to public health and safety.Additionally,Thompson prepared tt tt projects and supporting documentation for damages to City-owned buildings,equipment, roads,storm water Ott and wastewater utilities,and for the reimbursement of force account emergency protective measures. �tHurricane Isaac 2012: Following Hurricane Isaac's landfall,Thompson was engaged by the City to provide tt t{ disaster debris removal monitoring services.The force of the wind downed power lines and trees and scattered tt debris throughout the City.Within hours of a notice to proceed,Thompson deployed a field management team tt to train and on-board local debris monitors in the impacted area,as well as coordinated with the City,the tt int Governor's Office of Homeland Security and Emergency Preparedness(GOHSEP), Louisiana Department of tt tt Environmental Quality(LDEQ), and FEMA to begin emergency debris removal.Thompson monitored emergency t{ road clearance and debris removal operations and right-of-way collection of over 9,300 CY of vegetative and tt construction and demolition (C&D)debris throughout the affected areas. Furthermore,Thompson conducted a tt t{ city-wide survey to identify hurricane damaged trees and assisted with the development and implantation of a tt Ott leaner/hanger program to address City ROW and public parks. tt �s 'fProject Value- $ 880,000 City i Debris Removal Monitoring & FEMA PA Support Debris Quantity- 244,400 CY ,tt ,tt t2024 Hurricane Milton: Following the impacts of Hurricane Milton,the City activated Thompson to provide ,tt tt debris removal monitoring services.Thompson responded immediately after receipt of notice-to-proceed tt tt deploying staff and resources to begin certifying hauling equipment. In approximately 45-days,Thompson tt substantiated the removal of over 31,100 cubic yards of debris and over 425 hazardous/hanging limbs and trees. tt2022 Hurricane Ian:Thompson was activated by the City to provide disaster debris monitoring services 's following the impacts of Hurricane Ian.The City suffered from wind damage and extensive flooding from v js? fi 2- 7 frat, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 'f�t5 EXPERIENCE, QUALIFICATIONS & REFERENCEk) ,tt tt increased rainfall.Thompson was able to mobilize immediately deploying personnel and equipment to begin ,tt t{ debris removal operations including right-of-way debris removal and the removal of hazardous leaning trees tt int and hanging limbs.Throughout project operations,Thompson monitored the removal of approximately 60,000 tt cubic yards of debris and over 640 hazardous trees and limbs from the City. t{ 2017 Hurricane Irma-, Following Hurricane Irma,the City activated Thompson's stand-by disaster debris removal monitoring contract,and Thompson immediately began coordinating with the City and onboarding local residents for debris removal monitor positions.Thompson monitored and documented the removal of tt over 112,850 cubic yards of debris,as well as the removal of hazardous limbs from 1,900 trees completing tt t, operations in less than four months. tt h{ 2016 Hurricane Matthew,:Thompson assisted the City with their debris removal operations and FEMA PA ,tt t activities following the devastating impacts of Hurricane Matthew.Thompson immediately responded to the tt tt City to begin on-boarding and training local residents as debris removal monitors.Overall,Thompson tt monitored,documented, and substantiated reimbursement for the removal of 44,000 cubic yards of debris and tt 177 hazardous tree limbs in under 45 days. tt 'fProject Value:$866,000 GeorgiaCity of Valdosta, t{ Hurricnne Debrisw,I Monitoring Debris Quantity: 2024 Hurricane,tt Helene:Thompson was activated by the City following Hurricane Helene which caused flooding t and widespread vegetative and construction debris throughout the Southeastern United States.Since tt Ott activation,Thompson staffed over 100 local residents to serve as temporary debris removal monitors and have Ott assisted in projects including right-of-way debris removal and hazardous trees and hanging limbs projects.Thus tt ,tt far,Thompson has substantiated the removal of approximately 988,000 cubic yards of debris from the City as t well as the removal of over 5,350 hanging or fallen limbs and trees. ,tt urr cane ttWalla:The City of Valdosta suffered from severe flooding and damage following Hurricane Idalia ,tt tt and without a stand-by debris removal monitoring contract in place,the City held an emergency procurement to ,tt tt select a qualified contractor.The City selected Thompson as their disaster recovery services provider,and tt t{ Thompson deployed personnel and equipment to the City immediately.Thompson worked closely with the City t{ and their selected debris removal contractor to carryout operations and ultimately monitored the removal of t{ over 727,000 cubic yards of debris and the removal of over 850 hazardous trees and hanging limbs. h 'fProject Value:$2,474,000 Celty of Daytona Beach, Florida 2016, ttDebris Removal r i ri r i° & FEMA PA Support Debris Quantity: 984,000 CY tt i( f i�{r}Ut,i(gtlir}tilt{t ytl\!`t J�i��31)N}i}�i`tltl 1)i;7,-}tit 4it 1 1f,iS t4 I $The Cit of Daytona Beach (City)was impacted by Hurricane t{ 1 S 7- ic # Milton and decided to activate Thompson sstand-by disaster debris monitoring ht services contract.Thompson began staffing and equipment mobilization efforts immediately and monitored the removal of over 82,000 cubic yards of debris. tt .. t2022 Hurricane :Thompson was activated by the City to provide disaster debris it monitoring services following the impacts of Hurricane Ian.The City suffered from - t extensive wind damage and storm-surge impacting sea walls.Thompson was able to ,tt g g p g p ,t{ tt mobilize immediately deploying personnel and equipment to begin debris removal t{ operations including right-of-way debris removal and the removal of hazardous ti t{ leaning trees and hanging limbs.Throughout project operations,Thompson monitored the removal of over 383,000 cubic yards of debris and 3,450 hazardous trees and limbs from the City. t{ 2017 Hurricane Irma: Following Hurricane Irma,the City once again activated Thompson to provide disaster debris removal monitoring and FEMA PA services.Thompson immediately began coordinating with the City's J �vv n - t, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s EXPERIENCE, QUALIFICATIONS & REFERENCES t debris removal contractor to determine crew configurations and onboarding local residents for debris removal tt tt monitor positions.Thompson monitored and documented the removal of over 118,000 cubic yards of debris, tt tt completing operations in less than three months. it2016 Hurricane Matthew-,Thompson assisted the City with their debris removal operations and FEMA PA ,tt t activities following the devastating impacts of Hurricane Matthew.Thompson immediately responded to the tt City following the passing of Hurricane Matthew to begin on-boarding and training local residents as debris tt removal monitors.Overall,Thompson monitored, documented,and substantiated reimbursement for the tt removal of 400,000 cubic yards of debris as well as the removal of over 8,000 hazardous hanging and leaning tt trees/limbs. In addition,Thompson has assisted the City with the identification of eligible projects, provided tt ,tt FEMA policy and process guidance,and continues to provide hands-on support to prepare and review tt documentation and FEMA project worksheets.Thompson's FEMA PA consultants have a seven-year history of Ott t performance with the City. tt tt DDMP Update. In 2015 the City Public Works Department contracted Thompson to assist in updating their t existing Disaster Debris Management Plan to meet current FEMA guidelines.The updated DDMP defines debris tt tt management roles and responsibilities and policies and procedures the City will refer to following a debris tt generating incident.Thompson also conducted validity assessments of the City's pre-identified temporary debris tt tt management site locations. 'f :$1,777,000 Successful Reimbursement Assistance Thompson's clients benefit from our long and consistent history in providing disaster response and recovery services through the incorporation of program 51105 + management best practices gained over the years and understanding of current federal disaster recovery guidelines and procedures. We have a comprehensive billion grant r, i� . r°w, I funding understanding of how agencies at the federal, state, and local levels coordinate �t Thompson-s approach to providing disaster debris monitoring services begins with the desired outcome at the forefront of what we do:document debris removal in a manner to ensure maximum grant reimbursement to our clients. We will exercise judgment and expertise by making every effort to limit �t services to those that will provide maximum reimbursement. Thompson encourages transparency with clients at every stage of the recovery process and will notify the City if at any time services provided may �t be ineligible for reimbursement. Thompson"s proposed team has assisted some of the largest government agencies impacted by natural disasters to recover and retain FEMA Public Assistance grant funding for debris removal, force account operations and complex infrastructure repair, replacement, and mitigation projects. Hurr*cane :Thompson"s grant management consulting activations were spread across Florida from the Gulf to Atlantic coasts following Hurricanes Irma and Matthew with clients including the City of Ormond Beach, City of Daytona Beach,Volusia County, City of Lakeland,the Solid Waste Authority of Palm Beach, and the City of Fort Lauderdale.Thompson was tasked with documentation reconciliation, project development, cost estimating and closeout support for more than $100M in FEMA Public Assistance reimbursement claims and assisted clients with the preparation of projects for both emergency and permanent work, including building repairs, large debris removal claims and complex Category B force account emergency protective measure projects. " " : In the midst of the COVI D-19 Pandemic, numerous Thompson clients were impacted by multiple hurricanes over a two-month period. ItP cv 2- 9 is ,a fi frat, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 'f{t5 EXPERIENCE, QUALIFICATIONS & REFERENCEk) In addition to Grant and Winn Parishes, Louisiana, both Orange Beach,Alabama and Escambia County, Florida were significantly impacted and suffered widespread debris, significant emergency protective measure costs and permanent damages.Thompson provided damage assessment, cost estimating support, invoice reconciliation, procurement assistance, PW submittal and other tasks to support activations across the three states accounting for disaster recovery funding totaling over$160M. The State of Florida suffered from the impacts of Hurricane Ian and Tropical Storm Nicole which occurred within months of each other and caused widespread damage.Thompson simultaneously assisted 28 of our clients in their debris removal operations and provided FEMA Public Assistance services including damage assessment, cost estimating support, invoice reconciliation, procurement assistance, PW submittal and other tasks to Brevard County, City of Fort Lauderdale, City of Port Orange, and the City of Ocoee. Wildfire Support New Mexico, 2021 Following devastating wildfires that spread across New Mexico, the New Mexico Department of Transportation (NMDOT) selected Thompson to provide program management, disaster monitoring, and Public Assistance grant management services following wildfires, flooding, and mudflows that impacted the State.To date,Thompson has assisted the New Mexico Department of Transportation (NMDOT) with over$64M in disaster related costs.This support has expanded to support cost recovery for State highways ($49M) as well as Mora and San Migel Counties ($10M), and cultural organizations including the New Mexico Acequia Association. As part of full-service grant management services,Thompson is also assisting the NMDOT with a $25M FEMA Claims Office request related to State Highway damages. Hurricane Helene& Milton, 2024:The Southeastern United States suffered severe and widespread destruction following back-to-back Hurricanes Helene and Milton.Thompson was activated by over 58 clients across Georgia, South Carolina, Florida, North Carolina, and Tennessee to provide debris monitoring, program management, and FEMA Public Assistance grant management services. Our grant management services included damage assessment, cost estimating support, invoice reconciliation, and project worksheet development submittal accounting for the reimbursement of over$476M. FEMA Performance Record Thompson is proud to have a sJ tr"{'t>>`{j'r=success rate with adhering to FEMA Public Assistance regulations. Thompson does not have any closed, active, or pending FEMA disputes, audits, or lawsuits. In addition, Thompson is not aware of any denials for eligible service/work items performed for our clients. 1, r ,y Jj t of ( {'t{4 !!s J}„�t fr i, S (,J}}tr 2},t{f},} t t; z7I It 1 }4 i J,i0 , 1 >„1,;, �,�a w t„1, t ,,,Ut, l,xiz c,�,l z- ,�,r c s t„�t a ,,r�;�,{1 Staff Ove rview Thompson's staff of consultants is amongst the most educated, qualified, and dynamic in the industry. Our personnel are disaster recovery and response experts, business, and financial consultants; registered professional engineers, geologists, and surveyors; scientists; and technical professionals in the following disciplines: civil, structural, environmental, geotechnical, hydraulic, mechanical, and electrical engineering.Thompson has over multi-disciplined personnel on staff with diverse qualifications that can be drawn upon to address any project needs. s d n ,Paw, n - io t}t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCH Thompson has provided the following list of personnel by discipline as evidence of our unique qualifications and credentials, as well as our capacity to support projects of any size and scope. 'Fewsoviviel �4 -Visciplivie/ Grant/Financial Consultants 30 Environmental Engineers 2 Debris Project Managers eI gi -t Boris Supervisors 200 Scientists/Environmental On-call Debris Monitors 1Construction Inspectors 167 Architects 6 Professional Lead Surveyors .l.l Civil Engineers 60 SanitaryEngineer Cost EngineerEstimator 2 Safe-�/ Occupation Health Engineer Structural r ims .l .l Scheduler eduler Geotechnical Engineers .l .l Mechanical ngir r .l Transportation Engineers '12 Hydraulic .r it er IS S'pecialist Support Stagy '100 Thompson provides the City with access to a unique combination of experience, services, resources, and personnel through our family of companies. With a network of more than , �;' on-call debris removal monitoring managers and supervisors and more than inspectors, and advanced degrees in business, economics,finance, engineering, computer science and other disciplines, we provide a well- rounded perspective and approach to problem solving in the disaster recovery industry. Key Personnel Experience The following table summarizes the background and experience of our key personnel and outlines our staff's extensive experience managing and monitoring projects of all size and scale, including many resulting in the documentation of over 1,000,000 cubic yards on behalf of local and state governments. An organizational chart and additional staff details have been provided within Tab 4, Staffing& Resource r �s :1 � ++ jj ;s 1,z. s, u.0 , ..,,, i'` ., ,, 1, ,, ,r,; a,t ,,:l i ;! s.r,, Iv •r- ,,)°; �, 1 sl Capacity. �6� l z � Name,. Education,, Background Representatilve Expefience, Jon Hoyle ' Principal-in-Charge MBA—Finance/Management — Escambia County,FL—3,700,000 CY — South Carolina DOT—31000,000 CY — Puerto Rico DOT—1,000,000 CY — Aiken County,SC—1,500,000 CY 19 Years of experience — Lee County,FL—2,300,000 CY — Harris County,TX—21500,000 CY Simon Carlyle ' Client Liaison — Calcasieu Parish,LA—6,700,000 CY — Pinellas Co, FL—380,000 CY 18 Years of experience — City of Lake Charles,LA—3,400,000 CY — Sarasota Co,FL—288,000 CY — Baldwin Co,AL—4,400,000 CY — Beaufort Co,SC—1,700,000 CY Oliver Yao Project Controls MS—Management&Finance — Beaufort Co,SC—1,700,000 CY — Hidalgo Co,TX—187,000 CY — Baldwin Co,AL—4,400,000 CY — Hamilton Co,TN—408,000 CY 17 Years of experience — Bay County,FL—1,200,000 CY — Linn Co,IA—1,100,000 CY Tiffany Thompson ! Project Manager — Dare Co,NC—155,400 CY — Daytona Beach,FL—330,000 CY 10 Years of experience — Hialeah, FL—212,000 CY — Horry County—1,800,000 CY — Lee County,FL—2,300,000 CY — South Carolina DOT—3,000,000 CY Connie Stewart Alternative Project Manager' — Ormond Beach,FL-170,500 CY — Galveston County,TX-1,700,000 CY 17 Years of experience — South Carolina DOT-1,2001000 CY — City of Galveston,TX-1,700,000 CY — Alabama DOT—214001000 CY — Norman,OK-7501000 CY vv „aItf P c., 2- 11 fi frat, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCEk) Name, Education, Background Representative Experience Nicole Lehman � Planning and Preparedness/Alternative Client Liaison BA—Psychology&Spanish — Puerto Rico DOT—400,000 CY — Chatham Co,GA—1,400,000 CY — Fort Lauderdale,FL—460,000 CY — Daytona Beach,FL—330,000 CY 16 Years of experience — St.Augustine, FL—83,000 CY — Escambia County,FL—3,700,000 CY Jonathan Clark FEMA Public Assistance Liaison — City-Parish E Baton Rouge—2,000,000 CY — South Dakota—$60,0001000 20 Years of experience — South Carolina DOT—$37,000,000 — Hurricane Alex—$3,500,000 — Alabama Tornados—$25,000,000 — Hurricane Ike—$445,000,000 Danny Gardner Data Manager MBA—Finance/Management — SWA Palm Beach Co—21300,000 CY — Alabama DOT—870,000 CY — Chatham Co,GA—1,400,000 CY — South Carolina DOT—3,000,000 CY 16 Years of experience — Baton Rouge,LA—1,800,000 CY — Escambia County,FL—3,700,000 CY Patrick Gardner � GIS/Environmental MS—Fisheries&Aquatic Sciences — Gadsden County,FL—900,000 CY — Chatham Co,GA—1,400,000 CY BS—Marine Science — SWA Palm Beach Co,FL—3,200,000 CY — Baton Rouge,LA—1,800,000 CY 10 Years of experience — Fort Lauderdale,FL—400,000 CY — South Carolina DOT—3,000,000 CY Thompson believes it is critical to educate our staff and provide them with the credentials that are recognized by the federal,state, and local emergency management community. Many of our staff members are credentialed with some combination of the certifications provided in the table below. Also, many of our project management consultants hold various Occupational Safety and Health Administration (OSHA) certifications for safety and other project related activities. Table 2-3: Stuff Certifications &Training Agency/Course Certification Title FEMA IS 1A Emergency Program Manager,an Orientation to the Position FEMA IS 30b Mitigation eGrants System for the Subgrant Applicant FEMA IS 31b Mitigation eGrants System for the Grant Applicant FEMA IS 100c Introduction to the Incident Command System FEMA IS 120c An Introduction to Exercises FEMA IS 200c Basic Incident Command System for Initial Response FEMA IS 230e Fundamentals of Emergency Management FEMA IS 241c Decision Making and Problem Solving FEMA IS 242c Effective Communication FEMA IS 253b Overview of FEMA's Environmental and Historic Preservation Review FEMA IS 393b Introduction to Hazard Mitigation FEMA IS 403 Introduction to Individual Assistance FEMA IS 1300 Introduction to Continuity of Operations FEMA IS 1000 Public Assistance Program and Eligibility FEMA E376 Public Assistance Operations FEMA IS 632a Introduction to Debris Operations in FEMA's PA Program FEMA IS 634 Introduction to FEMA's Public Assistance Program FEMA IS 700b National Incident Management System(NIMS)an Introduction This coursework and continuing education allows our employees to remain current with changing policy while earning certifications within the federal, state and local emergency management community. Is+? o � S1+ 2 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCH Key Personnel lifications >i�i S1;I" Thompson's proposed team of disaster response and recovery experts have responded to some the most devastating natural disasters to impact the United States in the last decade. Each team member has served in a variety of recovery operations roles and has real-world experience managing and supporting special disaster recovery programs to include right-of-way(ROW), private property/right-of- entry(ROE) work,waterways clean-up and reimbursement, leaning tree and hanging limb removal, hazardous material removal,vessel and vehicle recovery, asbestos abatement, data management and hauler invoice reconciliation and contracting, and FEMA appeals assistance.Thompson's consultants have experience with all of the following disaster recovery programs. Debris Ren"ioval Monitoring tt t{ — Debris hauling vehicle certification (volumetric) — Contractor invoice reconciliation &payment — Right-of-Way debris collection recommendation tt — Debris management site operations — Vessel and vehicle recovery tt t — Leaning tree, hanging limb& hazardous stump removal — Asbestos abatement ,tt Parks debris removal — Health and safety monitoring tt ,tt tt — Private property debris removal — Multi-jurisdictional coordination/scheduling tt int — Right-of-Entry(ROE)administration — Damage claim resolution — Waterway debris removal monitoring — Disaster recovery monitoring with handheld Ott — Beach and shoreline restoration devices tt tt — Data management — Hazardous material removal ,tt t — Document management — GIS reporting ,tt fJ — Progress reporting — Cost recovery/grant applications t r , I r �,»y ,,, �„ 4< ?„�{;i, Ii,„s ,S 1 tsI;`t,ti `�„,,�r i i{t i t f( �i r n o Thompson"s consultants consider special debris removal programs such as Av` r� private property/right of entry work, waterways clean-up, demolition management,vessel, and vehicle recovery, etc. as service offerings that our clients expect following a disaster event.Thompson's consultants have extensive and unique experience with private property debris removal and (Cr' fvv tr}(Is`ii sS 11f Etrc}k.r c {t 1ti }rttt!{i t�t , 4 t 1 demolition housing initiatives, including the management of many of the largest multi-phase, multi-property demolition and housing initiatives in the United States over the past ten years. In addition,Thompson has extensive waterway/coastal recovery experience, including waterway, wetland and beach sand removal and restoration monitoring. A sample of Thompson's extensive experience with special debris removal monitoring programs includes, but is not limited to: New Mexico Department of Transportation: Acequia Debris Removal Program Puerto Rico Infrastructure Financing Authority: Private Property Debris Removal and Demolition City-Parish of East Baton Rouge: C&D, HHW, E-Waste, White Goods SC Department of Transportation: Leaning Trees/Hazardous Limbs New York City: Abandoned Vehicle Recovery Hancock County:Animal Carcasses Sevier County: Private Property Debris Removal It 11v isP c., „a st's+ 2- Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCEk) • City of Tuscaloosa: Structural Demolitions • City of Fort Lauderdale: Beach Sand Removal and Restoration • Alabama State Port Authority: Wetland Debris Removal • Aiken County, South Carolina: Waterway Debris Removal Thompson has extensive experience working closely with various federal, state, and local agencies, including departments of transportation, environmental protection, FEMA, FHWA and the NRCS to monitor special debris removal programs. .... .... ......, r..........,ti_�r(,'..... ,k t Z In addition to our disaster related debris removal monitoring and grant administration experience, Thompson stands fully equipped and prepared to assist the City as needed with services related to permitting, solid waste management, hazardous waste management, asbestos abatement, lead based paint testing and other environmental and engineering inspection requirements. Our Environmental Group was established in 1982 and is comprised of environmental engineers,water/wastewater engineers, geologists, biologists, NEPA specialists, GIS specialists, soils scientists, hazardous materials managers, asbestos and lead-based paint specialists, storm water and erosion control experts, safety professionals, inspectors, and technicians. . !, 11 r t t` Thompson's consultants are well versed in federal program compliance regulations and policy for FEMA and other federal agencies. Our consultants thoroughly understand the programs, policies, and regulations related to disaster reimbursement and will use this knowledge to aid in the recovery and reimbursement of all eligible debris and other related project costs.Thompson's goal is to promote an effective recovery in the most efficient amount of time while focusing on the end product of reimbursement though compliance with all applicable federal, state and local regulations. Public ss i sk c e . °„'iCor'isulfing Services t — Preliminary damage assessment(PDA)data — Damage site surveying(photography, GPS, ,tt t management tool development(categories A-G) condition reports, cost estimation,etc.) ,tt tt — Collection and compilation of PDAs — Small/large project formulation and scoping tt tt tt Applicant kickoff meeting facilitation — Alternate/improved projects tt — Debris staging site consultation (environmental, — Section 406 mitigation consultation tt �t logistical, etc.) — Procurement assistance ,tt t — Project worksheet development — Expenditure review/approval and reconciliation tt int — Housing inventory damage assessment — EMMIE monitoring/support tt r — Direct administrative cost(DAC)support — FEMA appeals assistance 'i;i; i;t t I r r{ r r t i r r 0 i Thompson's experience in supporting recovery efforts for local and state governments spans three decades and accounts for the administration of more than `,s, billion in federal grant funding. Our consultants can draw upon their knowledge and experience in working with over eight different federal grant funding agencies and grant programs, including the following: u nv s d n - 14 fft Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 'f{r5 EXPERIENCE, QUALIFICATIONS & REFERENCEJ Federal Emergency Management Agency Department of Housing& Urban Development — Public Assistance (PA) — Community Development Block Grant — Hazard Mitigation Grant Program (HMGP) — HOME Investment Partnership Program — Pre-disaster Mitigation (PDM) Natural Resources Conservation Service (NRCS) — Flood Mitigation Assistance (FMA) — Emergency Watershed Protection (EWP) Federal Highway Administration (FHWA) Small Business Administration (SBA) Environmental Protection Agency(EPA) Department of Agriculture (USDA) it S sr y t » r r i t r's s s r ;`7 Thompson has leveraged the lessons that we have learned from managing previous disaster debris programs as well as our strong regulatory knowledge and capabilities to develop several comprehensive debris management plans (DMP).Thompson works closely with our clients throughout the DMP development process to make certain the resulting plan is both in accordance with the Federal Emergency Management Agency(FEMA) Public Assistance Program and Policy Guide and contains the components critical to the success of a debris removal operation. Though conceptually similar,Thompson understands that each DMP will vary to reflect the intricacies and needs of our clients. Our plan development process is scalable and flexible depending on the need for developing a new plan or updating an existing plan; or the need for selecting and validating potential debris management sites (DMS) or to have existing sites reviewed and permitted by specific state agencies.Typically,the geographic size, population characteristics, propensity for and type of disaster, and many other factors dictate the complexity of a DMP. References The following references attest to the versatility of Thompson and the capabilities that we maintain in disaster recovery related services. We believe the highest praise a consultancy can receive is that of a recommendation from a previous or current client.Thompson is proud to have a °t tf)}i'}J%success rate with adhering to FEMA Public Assistance regulations. f s-.: {,,,� t' b ,f v. i,,,r 4,r,„t{S, t,'' i (ii. t 5,,,r 7 3,.(i 1 i f t,,�1,e u,�(,„� �t1 Disaster Debris Removal Monitoring Debris Quantity: 1,410,500 CY Jonathan Kane,Audit&Contracts Supervisor,Solid Waste 410 West Spruce Street 813-348-6529 1 jonathan.kane@tampagov.net Tampa, FL 33607 Key gi Simon Carlyle, Oliver Yao,Thomas Ortiz, Nicole Lehman, Danny Gardner,Avery Ellis, Patrick Gardner,Jaire McNichols City of Denham Springs, Louisiana eerie Removal Monitoring Management µ, sQuantity- 330,000 CY Michelle Hood,Treasurer 116 North Range Ave. 225-667-8312 1 treasurer@cityofdenhamsprings.com Denham Springs, LA 70726 Key Personnek Nate Counsell, Eric Harrison,Gary Brooks, Danny Gardner, Brent Sherman,Jonathan Clark Is „aZ) c., It [�' o n st's — 15 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 EXPERIENCE, QUALIFICATIONS & REFERENCEk) City of Deland, Florida 2016, 0 22, 2024 Debris Rernowil Monitoring & FEMA PA Support Debris Qucintity.- 244,400 CY Ray Underwood, Public Works Director 120 S. Florida Avenue 386-626-7194 1 underwoodr@deland.org Deland, FI 32720 Key Personnel-, Eric Harrison, Nicole Lehman, Brent Sherman, Patrick Gardner,Jonathan Clark v ;sed n - 1 I t tty� t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 r I � �S r i ttl ;1 } 1 I d �1!u t S` t r s'u_k 111, I 9 d 1 Fl I� S 5 �sr i" EXHIBIT 2 1 S AFF 5` (i r MKrRIX t h o m P S,,,, o n s 1\r 1. i 1 i I I Y 1 t=� t= I; I h 1- \ 9 i i_ j Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 o!!" s,� 0?�(&- mmFAFF EXPERIENCE MA7FRIX Thompson Consulting Services 0 .0 U CIOu C 4a CL CL W s� tw 4-j m , �, � ,� , C > > CU 0 Al0 E 0 0 4a 0 2; ®-W ¢ E qE �� A�� W W Z 4-1 r- : t >0 m �„ r- wE W 0 ,E Eve lig `E Toy EVENT TOTAL CUBIC YARDS®8,416,370 City of Altamonter n ,F1 4834 12,375 City of Apopka,FL 4834 37,820 City ni Springs,FL 4834 17,691 Cite Casselberry,FL 4834 14,573 City of Daytona Beach,FL 4834 71,232 City of DeLand,FL 4834 331 Desoto County,FL 4834 23,416 City of Edge-water,FL 4834 35,1511 City of Ft.Myers,FL 4834 72,458 Hillsborough u r s,FL 4834 5,084,758 City of Kissimmee,FL 4834 10,794 City of Lakeland, _ 4834 194,107 Lee County,FL 4834 560,831 City of old,FL 4834 55,668 City of Oak Hill,FL 4834 10,929 City of Ocoee,FL 4834 24,970 City of Orlando,FL 4834 321f266 City f OrmondBh, L 4834 108,507 City of Palm Bay,FL 4834 20,586 Town of Ponce Inlet,Fero 4834 78,163 City of Port Orange,Fero 4834 106,080 Putnarn County, L 4834 28,009 oCity of Sanibel,FL 4834 59,988 Sumer County,FL 4834 72,393 Solid WSte Authority Palm Bleach Co.,FL 4834 243,622 City of Tampa, 4834 1,427,879 City of Winter Garden,FL 4834 14,496 City of Winter Springs,FL 4834 15,715 EVENT TOTAL CUBIC YARDS®14,636,297 FL Department of Transportation 4828 413691;039 City Bonita Springs,FL 4828 439 City Fla Myers, L 4828 188 ll b ro gh County, 4828 15472 County, L 4828 15,429 City of New Port Richey,FL 4828 61978 City of Tam 4828 6(5),608 of fn�,'," v n,,"ii e I 10 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC " u u mZm v 4a 7; 4 11 LA 0 E 0 0 0m � �� Ln ® W 61 m E W 0 0�� 0 E U M �, U E Z a- 'w r g-j > 4r'- , E M M to M C4-0 ubic j ®� — r_ s Yardage/ >E C)0 '--0 0 0 0 W 2 W ® , Event/Client Tonnage City of Adel, A 4830 44,526 Bulloch County,GA 4830 114,069 Chatham County,GA 4830 221,260 Cook Cir ,GA 4830 1421?151 Town ow Dasher,GA 4830 117,228 Effingharn County,GA 4830 101,560 Emmanuel Counter,GA 4830 801,607 GAepartmen Transportation 4830 651,356 City of Hah ra,GA 4830 33,591 City of LakePark,GA 4830 62,490 Lowndes un ,GA 4830 1,330,209 City of Nashville,Gia 4830 91,83 -331 City of Pooler,CA 4830 14,912 City of Rernerton,GA 48301,369 City of Soperton,GA 4830 154,343 City esbor ,GA 4830 78,2/ ..�.. r l l County,GA 4830 215,838 Treutlen County,GA 4830 827 1,753 City of Valdosta,GA 4830 1,498,805 Ware n ,GA 4830 570,753 Washington County,GA 4830 1561117 United State Arrny Core of Engineers 4830 1,892,664 NC Department of Transportation 4827 2,420 SC Department of Transportation 4829 873,678 TN Department of I ransportation 4832 130,554 Virginia Dept"of Emergency Management 4831 32,782 EVENT TOTAL CUBIC YARDS®344,522 FL Department of-i-ransportation 4806 321,501 ThornThornas County,GA NA 23,021 EVENT TOTAL CUBIC YARDS—9,231,421 City of East Bernard,TX 4798 1,170 City of Friendswood,"T'X 4798 1181319 Harris County,TX 4798 2,7761f097 City of HOUston,TX 4798 31#6981729 City of La Porte,TX 4798 1111804 City of Lake Jackson,TX 4798 4091f2j'38 City of LLague Cite,TX 4798 149P709 Montgomery a n r,TX 4798116841?879 Polk County,TX 4798 111?476 City of Sugar Land,I... 4798 237,709 Wharton County,TX 4798 321291 e fila E a 5 c PAGE d 10 fi t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC " u u mZm v 4a 7; 4 11 LA 0 E 0 0 0m � �� Ln ® W 61 m E W 0 0�� 0 E U M �, U E Z a- 'w r g-j > 4r'- , E M Mto M Cubic ®� Uj s 4a V1 U — r_ Yardage/ ® , Z LU Events Bent nn EVENT TOTAL CUBIC YARDS—349,022 City of Bentonville,AR 4788 349,022 EVENT TONNAGE—26,055 Iowa Dept.of Administrative Services NA 26,055t EVENT TOTAL CUBIC YARDS— s 309,736 Cooke County,TX 4781 105,314 City of Houston,TX 4781 3,111,925 Montgomery County,TX 4781 53,548 Polk County,TX 4781 7,143 Cllr County, S 4781 31,806 EVENT TOTAL TONNAGE—3,397 Bav County,FL NA 3,397 EVENT TOTAL TONNAGE—308,241t United States Army Corps Engineers 4724 308,241- EVENT TOTAL CUBIC YARDS—95,691 City of Bead Springs,OK 4721 95,691 EVENT TOTAL CUBIC YARDS—236,530 City of Shreveport,LA NA 236¢530 EVENT TOTAL CUBIC YARDS®1,744,757 Town Dasher,GA 4 738 34,402 Glynn County,GA 4738 33,962 Lowndes County,GA 4738 904,947 City of Remerton,GA 4738 1,200 Thomas County,GA 4738 14,5 14 City of Valdosta,GA 4738 734,421 Ware Cur ,GA 4738 4 , 7 H ll b ~Doge County,Fero 4734 1,507 New Port Richey,FL 4734 2,876 EVENT TOTAL CUBIC YARDS—55,720 R Department of Transportation 4671 551720 EVENT TOTAL CUBIC YARDS—41,853 City of Fort Lauderdale, L 4709 41853 EVENT TOTAL CUBIC YARDS—484,255 AL Department of-i-ransportation 4684 484;255 ,spa E fy P fi jj r (4>�i a Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC " u u mZm v 4a 7; 4 11 LA 0 E 0 0 0m � �� Ln ® w 61 m E w 0 0�� 0 E U M �, U E Z a- 'w r g-j > 4r'- , E M M to Mw no no > > > U0%, E cu ----M C4-0 ubic j ®� — r_ s Yardage/ >E C)0 '--0 0 0 0 W 2 w ® , Events Bent nn EVENT TOTAL CUBIC YARDS®17,239,389 City of AltamonteSprings,FL 40673 26,03 City of Apopka,FL 4673 90,,856 City of BonitaSprings,FL 4673362,465 City of Casselberry,FL 4673 26,258 City of Clewiston,FL 4673 9,682 City of Cocoa,FL 4673 3,174 City of DaytonaBeach,FL 4673418,626 City of DeBary,FL 467-3 68,961 City of Deland,FL 4673 68,022 Desoto County,FL 4673 754,375 City of Ft.Myers,FL 46 849,3157 City of Ft.Myers Beech,FL 46731,321,288 Hendry County,FL 4673 .50,920 Hillsborough Cou y,FL 4673 903,5-19 City sof Kissimmee, L 4673 2 8,2 City of LaBelle,FL 46-73 17 1,575 City of Lakeland, :::_ 4673 144,583 Lee County FL drools 4673 31,783 Lee County,FL 4673 ,73 , City of Ocoee,FL 4673 44,022 City of Orlando,FL 4673 136 City of Ormond Beach,FL 4673 123,441 City of Oviedo,FL 4673 42,534 City of Port Orange,F1 4673 416F235 City of Sanibel,FL 4673 21549,038 City of Wellington,FL 4673 3387 .y of Winter Garden, L 4673 9,235 EVENT TOTAL TONNAGE—236,705 NM Departmentof Transportation 4652 236,705 EVENT TOTAL TONNAGE—1,376,809 KY-1 ransportation 9 ab r t 4663 1,3761f809 EVENT TOTAL CUBIC YARDS®542,050 USUSACE DRC 4630 4421$47.5 City of Mayfield,KY 4630 11OP173 EVENT TOTAL CUBIC YARDS®15,216,344 Ascension Parise,LA 4611 708,834 City of Der ham Springs,LA 4611 701857 Donaldsonville 4611 31,74 ,spa E fy 5 c PAGE d 10 tE �Es Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE " u u ZZm v 4a 7; 4 11 LA 0 E 0 0 0m � �� Ln ® 4-1 m �U E Z a- 'w r � 0 E U M �, g-j > 4r'- , E M Mto M Cubic ®� — r_ 4a V1U (IVs M >E Yardage/ 0 ® , Events Bent nn City-Parish of East Baton Rouge,L 4611 1,030,098 Jefferson Parish, A 4611 21203,642 LA Department Transportation 46)11 2,379,615 Livingston Parish, _A 4611 1,376,623 Town Sorrento, A 4611 11,869 St.Tarnrnany Parish, _A 4611 3,032,610 T rr lsor r e Parish, _A 4611 4,341,225 10TEEMMEEMMMEEMENEEMEM EVENT TOTAL CUBIC YARDS— o 800 City-Parish of East Baton Rouge,LA 4606 42,500 Ascension Par sh,LA 4606 300 EVENT TOTAL CUBIC YARDS—253,431 Y Transportation Care4592 25 ,431 EVENT TOTAL CUBIC YARDS—84,308 City-Parish East BatonRouge,LA 4590 84,308 EVENT TOTAL CUBIC YARDS—79,040 City of CorpusChristi,TX 4586 74,620 City of Pearland,TX 4,586 4,420 EVENT TOTAL CUBIC YARDS—1,473,700 jefferson Parise,LA 4577 143,000 Terrebonne Parish,LA 45-171 1000 City of Gautier,MS 4576 7,700 Jackson County,MS 4576 438,000 Cite of Long Beach,IMS 4576 112,000 City of Pascagoula,MS 4576 42,000 Clarke u ,AL 4573 243,000 Cite of Mobilia, 3 261,400 Mobile County,AL 4573 263,000 Washington C un y,AL 4,573 2131000 IMMEMMMMMMEMEMMMEEMEMEM EVENT TOTAL CUBIC YARDS—477,000 City of Norman, 4575 4771000 EVENT TOTAL CUBIC YARDS—112.744 City-Parish East Baton Rouge,LA 4570 77221 Ci '11 ty f Jennings,L 4570 1? EVENT TOTAL CUBIC YARDS—9,456,677 Escambia County,FL 4564 41$4271,522 C'ity of f Breeze, 564 98,600 ,spa E fy 5 � PAGE d fi .rte 10 t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC " u u mZm v 4a 7; 4 11 LA 0 E 0 0 0m � �� Ln ® W 61 m E W 0 0�� 0 E U M �, U E Z a- 'w r g-j > 4r'- , E M M to M C4-0 ubic j ®� — r_ s Yardage/ >E C)0 '--0 0 0 0 W ® , Events Bent nn AL Department of Transportation 4563 21451,641 City of Gulf Shores,AL 45063 616,20" City of Mobile,AL 506 3 408,450 Mobile County, _ 4 270,400 City of OrangeReece,AL 4563 644,7182 City of Spanish Fort,AL 4563 95,162 EVENT TOTAL CUBIC YARDS— s 415,052 Grant Parish,h, A 4559 1,186,807 Jefferson avis Parish,LA 4559 215,825 City of Jennings,L 4559 54,600 LA Department of Transportation 4559 1X9'000 City of Natchitoches,LA 4559 31,600 City of Pineville,LA 4559 36,700 Vernon o r h,LA x`55"9 726,831 Winn Parish,LA 4559 148,789 EVENT TOTAL CUBIC YARDS—426,440 Dept.of Homeland Security and EM 4557 406,000 City of Bertram,IA 4557 20,440 EVENT TOTAL CUBIC YARDS— r 400 New Hanover County,NC 4568 2,400 EVENT TOTAL CUBIC YARDS—3,755 City of Beaumont,TX 4466 3,8501 City of Liberty, ...X 4466 3P755 EVENT TOTAL CUBIC YARDS® m 600 Currituck County,NC 4465 31,200 Dari}County,NC 4465) 155,400 EVENT TOTAL CUBIC YARDS— r 359 Ter-r-ebonne Parise,LA 4458 50,790 City-Parish Esu Baton Rouge,LA 445836,569 s EVENT TOTAL CUBIC YARDS ®4,392,415 Leon County,rrL 4399 11#04331?757 City of Tallahassee, L 4399 427,650 Gadsden County, L 4399 11?5241?442 Jackson any, L 4399 499P627 Tyndall Air Force Base, 43199 571?466 A Department of'-rranspor-tation 4400 184,527 Thornas COUnty,GA 4400 451031 ,spa E fy 5 c PAGE d 10 tE �Es Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC m �� m ,v ho 4-J 75 4-4 ® 0 0E o6 U E E4-1 E Qp � j �, O. CU 1- k , Cub is a = � Yardage/ T >E E E '0 ® , Z W W 2 Event/Client Tonnage m5 - EVENT TOTAL CUBIC YARDS®1,816,173 Town of Bogue,NC 4393 8,915 Carteret C ,NC 4393 1,-507,059 Cumberland County,NC 4393 1,319t City of JaCksonville,NC 4393 269,383 NC D.-partment of Transportation 4393 14,153t Town of Swansboro,NC 4393 30,816 L7MEMMEMMEMENEEMENEEM EVENT TOTAL CUBIC YARDS— r 000 PR Department of Transportation 4339 11,275,612 EVENT TOTAL CUBIC YARDS—12,000,000 City of Altamonte Springs,FL 433-17 , City of BonitaSprings,FL 4337 .536,487 City sslrry,FL 37 31,317 Citrus County,FL 4337 173,920 Hendry County,FL 4337 300,110 City of Cooper City, :::: 4337 153,376 City of Crystal River,FL 4337 3,142 City of Daytona Beach,FL 4337 1171077 City of Deland,FL 4337 1291377 City of Delray Beach,Fro 4337 1731f674 City of Flagler Reece,FL 4337 27,515 City of Ft Lauderdale,Fero 4337 647,519 City of Ft Myers,FL x`137 331x' Town of Ft yrs Beach,Fpm. 4337 24,783 Glades County, l- 4337 40,827 Hernando County,F1 4337 118,699 City of Hialeah, l- 4337 211,704 Cite of Inverness,FL 433710,238 Cite of LakeMary,FL 4337 555,826' City of Lakeland,FL 3 26'01084 City of Largo,FL 4337 54,992 Lee ou ,FL 4337 2,3 191f 785 City of LeesbUrg, L 4337 27,118 Leon Jn r, L 4337 37,619 City f Maitland,FL 4337 361443 Manatee County,FL 4337 56)0,188 City of Margate, l- 4337 941?506 City of Miami Springs,FL 4337 165P755 City of Oak Hill,FL 4 �7 6,124 City of OrangeCity,F1 4337 471722 C'ity of Orlando,F1 4337 216508 ,spa E fy 5 fi E (, PAGE d � Wim^ a Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC " u u mZm v 4a 7; 4 11 LA 0 E 0 0 0m � �� Ln ® M 61 m E W 0 0�� 0 E U M �, U E Z a- 'w r g-j > 4r'- , E M M to M C4-0 ubic j ®� — r_ s Yardage/ >E C)0 '--0 0 0 0 W 2 W ® , Events Bent F nn City of Ormond B w°i,FL 4337157,371 City of Oviedo,FL 4337 39,208 City of Palm Bay,FL 4337 2 5 3,86 City of Stuart,FL 4337 17,851 Sumter County,FL 4337 116,322 Solid Waste Authority Palm Beach ro 4337 3,035,786 City of Venice,FL 4337 12,817 City of Vero Beach,FL 4337 69,897 of untyF FL 4337 858,138 Chatham County, A 4338 100,889 GA Department Transportation 4338 27,559 &MMEMEMMMEMMEMEMEMEM EVENT TOTAL CUBIC YARDS—3,000,000 Aransas County,TX 433221,775,000 City of Beaurnont,TX 4332 70,857 City of Lake Jackson,TX 4332 4,281 Newton ur 7,TX 4332 8,359 City of Berate Fe,TX 4332 22,690 City o -rxas City,TX 4332 22,400 EVENT TOTAL CUBIC YARDS— t City of Gatlinburg,TN 4293 404t Sevier County, N 4293 272t IMMEMMEMMMEMEMEMEMEM EVENT TOTAL CUBIC YARDS OF DEBRIS®3,532,000 City of Norfolk, / 4291 29,000" City of Southern r ,NC 4285 20YO00 Dare County,NC 4285 96,000 City of Lumberton,NC 428526,000 Ste,Department of 1"ransportation 4286 960,000 Chatham County,GA 4284 1,400,000 City of Effingham,GA 4284 11,000 City of Pooler,GA 4284 17,000 GA Department of-Fran por ation 4284 1801000 City of St.Augustine,Fero 4283 8-':1P, 0 0 City of Orange City,,FL 4283 13 City of Ormond Beach,FL 4283 1701000 City f Deland,FL 4283 571000 City of Daytona Beach,FL 4283 330P000 City of Palm Bay,r'L 4283 991?000 Solid Wast.--Authority Palm Beach Co. 4283 141?000 City of Vere Beach,r'L 42831 271?000 EVENT TOTAL CUBIC YARDS OF DEBRIS®2,050,000 GP}E�t t s c _ E 8 10 ij A tE �Es Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC ba CL E —a m4-0 Z C1 4am 4a E v 4 ,941j C 0 m j M -ccM > E CU 0 s m s ME M W'U. LU W :E im Event/Client TonnU< j W 0 W age �� City-Parish ref Ecast Baton Rouge,L 4277 1,800,000 City of D n° rn Springs,LA 4277 210,000 EVENT TOTAL CUBIC YARDS OF DEBRIS—44,736 Vernon Parise,LA 4263 7,706 Newton County,TX 4266 37,030 EVENT TOTAL CUBIC YARDS OF DEBRIS—120,000 SC DepartmentTransportation 4241 120,000 EVENT TOTAL CUBIC YARDS OF DEBRIS—271,000 Putriam County,TN 4211 140,000 = � county,TN 4211 77,000 Overton ur s,TN 4211 -54,000 EVENT TOTAL CUBIC YARDS OF DEBRIS—144,000 City of A msvll ,A_ 4176 22,000 City of Graysville,AL 4176 80,000 City of Kimberly,AL 4176 20,000 Lee County,AL 4176 22,000 EVENT TOTAL CUBIC YARDS OF DEBRIS® m 930,000 SC Department of Transportation 4166 11200,000 Georgetown County,SC 41665,000 Marion County,SC 4166 25,000 Williamsburg County,SC 4166 40,000 Aiken County,SC 4166 11500,000 Allendale County,SC 4166 60,000 &7EEMM2zMN11110101000WM EVENT TOTAL CUBIC YARDS OF DEBRIS—125,000 Cite of Hoboken,NJ 4086 25,000 Town of Babylon,NY 4085100,000 EVENT TOTAL CUBIC YARDS OF DEBRIS—92,000 AL Port Auer (Wetlands) 4082 1,000 lberville Parish,, (Waterways) 4080 950 Terrebonne Parish,LA 4080 56,000 Denharn Spring,LA 4080 91000 Flancock County,MS 408123.?000 Jackson County,MS 4081 4,000 122MUMEMBEEN000000000011M EVENT TOTAL CUBIC YARDS OF DEBRIS— D 000 Saluda Residency,Virginia OI" 4024 100,000 Peter-sbUrg Residency,,Virginia DOT 4024 751000 M� n GP�j f PAGE 9/ 10 ,spa E s tE �Es Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFF EXPERIENCE MATRIX, tlE CC " u u mZm v 4a 7; 4 11 LA 0 E 0 0 0m � �� Ln ® W 61 m E W 0 0�� 0 E U M �, U E Z a- 'w r g-j > 4r'- , E M M to MW no no > > > U0%, E cu ----M C4-0 ubic j ®� — r_ s Yardage/ >E C)0 '--0 0 0 0 W 2 W ® , Events Bent nn Ashland Residency,Virginia DOT 4024 200,000 Chesterfield Residency Virginia DOT4024 -1,000 City of Portsmouth,Virginia 4024 50,000 Brunswick COUnty,Virginia 4024 25,000 EVENT TOTAL CUBIC YARDS OF DEBRIS—450,000 City of T'uscaloosa,AL 1971 N/A Calhoun County,AL 1971 350,000 Alabama DCNR 1971 100,000 EVENT TOTAL CUBIC YARDS OF DEBRIS—60,000 T Dr rrr f Transportation NA 60,000 EVENT TOTAL CUBIC YARDS OF DEBRIS®27,143,468 Mobileun ,� 160 89 City of Mobile,AL 1605 728,469 Jasper County,MS 1604 131,251 Town of Dauphin Island,AL 1605 94,03 City of Prichard,AL 1605 70,445 Clark Cooney,MS 1604 90,134 34 City of Citronelle,AL 1605 48,423 City of Saraland,AL 1605 44,4 x9 City of Satsuma,AL 1605 29,404 Choctaw County,AL 1605 28409 City of Bayou Le B r ,AL .605 18,336 City of Creola,AL 1605 71719 City of Mt.Vernon, a 4P61 [1]This work was completed by Thompson Engineering,Inc,an affiliate company of Thompson Consulting Services,LLC,prior to the inception of Thompson Consulting Services,LLC in 2011. (Il'Ej t 1, 0 M� S C' PAGE 10/ 10 E I t tty� t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 r I � N EXH I BIT 2 20 EY PERSON EL RESUMES t h o m S; o n r"A t P e" 0", �S r i ttl ;1 } 1 d �1!u t S` t r s'u_k 111, I 9 d 1 Fl I� } 5 S est �sr (i r s 1\r i 1 I 1 I Y 1 t=� I h 1- \ 9 i i_ j Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n I'M rt� Jon Hoyle Presiaent Ifi{% is lts{, sits{, ji{tti{ R FIRM EDUCATION EXPERIENCE i{tts{ jsls{, Thompson Consulting Services BA:International Relations 19 years art:t,� Ifi{% inti{, 2601 Maitland Center Parkway MBA: Management and Finance Maitland Florida 32751 PROGRAM EXPERIENCE rt, FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) FEMA Hazard Mitigation Grant Program Ifi{% i{sts4 lk, (404 and 406) FHWA ER Program CDBD Disaster Recovery v CDBG Housing fi inti{, Ifi{% 11 'NMr. Hoyle has 19 years of experience providing management and oversight for disaster response and recovery efforts and grant 11 writing administration/program management throughout the United States. He has managed 150 projects under contracts that total over$2.5 Billion in grant administration and recovery efforts that required the mobilization of over 10,000 personnel. PROJECT EXPERIENCE Escambia County, Florida, Hurricane Disaster Debris Removal Hurricane Helene Disaster Recovery,State of Georgia,2024— Monitoring,2020—2021 ! Mr. Hoyle served as the principal-in- 2025 1 Mr. Hoyle served as the principal-in-charge during charge for Escambia County, Florida following Hurricane Sally. Thompson's state-wide Georgia mobilization in response to He was responsible for over-seeing cost controls for projects Hurricane Helene. Thompson conducted debris removal and maintaining contract obligations. Thompson provided monitoring operations on behalf of 22 unique Georgia clients FEMA reimbursement support as well as debris removal simultaneously. Mr. Hoyle was responsible for contract monitoring and substantiation for over 4M cubic yards of obligations and cost controls for all projects. Thompson construction, demolition,and vegetative debris. provided debris monitoring and substantiation for more than puerto Rico Department of Transportation and Public Works 10.5M cubic yards of debris across Georgia. (DTOP), Hurricane Maria, 2017 — 2018 ! Hurricane Maria is New Mexico Department of Transportation, Wildfire and regarded as the worst natural disaster on record to impact Mudflows 2022— 2023 Mora and San Miguel County, New Puerto Rico. Following the devastating impacts of the storm Mexico were severely impacted by wildfire and mudflows in Mr. Hoyle worked with DTOP to ensure proper procurement 2022. Following the completion of a United States Army Corps measures were in place to solicit and begin disaster debris of Engineers debris removal program, the New Mexico removal and monitoring services.Ultimately,Thompson began Department of Transportation (NMDOT) was tasked with performing debris monitoring services in three DTOP zones. completing remaining Private Property Debris Removal (PPDR) Mr. Hoyle oversaw the establishment of project operations and demolition activities. Mr. Hoyle served as principal-in- and is responsible for contract obligations and cost controls. charge addressing the NMDOT's operational needs. Hurricane Irma, Disaster Recovery Operations, State of Hurricane Ida, Disaster Recovery Operations, State of Florida,2017—2018 ! Mr. Hoyle served as principal-in-charge Louisiana, 2021 — 2022 Mr. Hoyle served as principal-in- during Thompson's state-wide mobilization in response to charge during Thompson's state-wide mobilization in response Hurricane Irma. Thompson conducted debris removal to Hurricane Ida. Thompson conducted debris removal monitoring operations on behalf of 45 unique clients monitoring operations on behalf of 13 unique clients simultaneously. Mr. Hoyle was responsible for contract simultaneously. Mr. Hoyle ensured contract obligations were obligations and cost controls for all projects. Thompson met and cost controls were closely monitored for all ongoing provided debris monitoring and substantiation for more than projects. Overall, Thompson monitored the removal of over 11.6M cubic yards of debris as a result of Hurricane Irma. 11.7M cubic yards of debris as of Hurricane Ida. rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s i t JON HOYLE Hurricane Matthew, Disaster Recovery Operations, Multiple Virginia Department of Transportation (VDOT), Multiple States,2016 — 2017 Mr. Hoyle served as principal-in-charge Locations, Hurricane Recovery Debris Monitoring, 2011 In during Thompson's multi-state mobilization in response to the wake of Hurricane Irene the VDOT called upon their pre- Hurricane Matthew. Thompson conducted debris removal position contractors to assist it with collecting and disposing of monitoring operations in five (5) states and 23 unique clients debris strewn about its rights-of-way in the Central and simultaneously. Mr. Hoyle was responsible for contract Eastern regions of the State. Thompson was tasked with obligations, cost controls, and FEMA Category A&B providing debris removal monitoring services in the Ashland, reimbursement for all projects. Thompson provided debris Chesterfield, Petersburg, South Hill, and Saluda Residencies, monitoring and substantiation for more than 3.2M cubic yards which included a territory of 23 Counties. Mr. Hoyle served as of debris as a result of Hurricane Matthew. the Principal-In-Charge acting as the liaison officer between South Carolina Department of Transportation, Severe the VDOT's pre-positioned contractors and the field Flooding, 2015 — 2016 Mr. Hoyle again served on the management team. Thompson management team during the SCDOT's response to Alabama Department of Conservation and Natural Resources statewide severe flooding. He was responsible for contract (ADCNR), Disaster Management and Debris Monitoring, obligations, cost controls, and FEMA Category A&B Alabama,2011 ! Mr. Hoyle served as the Project Manager for reimbursement for all projects. Thompson provided debris the disaster management and debris monitoring at monitoring services on behalf of the SCDOT in 11 counties as Guntersville, Buck's Pocket, and Morgan's Cove State Parks well as FEAM PA services to identify and document damages following the crippling tornados of April 2011. The to approximately 600 sites and prepared and submitted both campgrounds were totally destroyed and massive amounts of large and small project worksheets totaling over$35,000,000 debris were scattered in the roadways, trail systems, and fire and including hazard mitigation measures. lines. At peak, 90 crews were mobilized, managed, and South Carolina, Winter Storm Pax Regional Response and monitored. Contract value totals$1.5-million. Disaster Recovery, 2014 Winter Storm Pax impacted the Texas and Louisiana, Hurricane Ike Long Term Recovery, State of South Carolina generating widespread vegetative Infrastructure Repair and Grant Management disaster debris.Thompson was activated by the South Carolina Administration, 2008 — 2011 ! Following the devastating Department of Transpiration (SCDOT), Georgetown, Marion, impact that Hurricanes Ike made on the Texas and Louisiana Williamsburg, Aiken and Allendale Counties to provide debris coast,Mr.Hoyle implemented and managed over 15 large long removal monitoring services. Mr. Hoyle served on the term recovery, infrastructure repair, and grant administration Thompson management team responsible for contract programs in Texas and Louisiana and helping obtain over$250 obligations, cost controls, and FEMA Category A&B million FEMA PA, FHWA ER, and CDBG DR funds on behalf of reimbursement for all projects. Thompson monitored, local governments and agencies such as the Port of Galveston, documented, and substantiated reimbursement for the City of Galveston,and Texas Department of Transportation. removal of over 2,9001000 cubic yards of debris and the Norman,Oklahoma,Ice Storm Deployment,2008 ! Following removal of 4001,000 hazardous limbs and trees. a crippling ice storm in Norman,Oklahoma in 2008, Mr. Hoyle Louisiana and Mississippi,Hurricane Isaac Regional Response served as the Principal in Charge for a program to document and Disaster Recovery,2012 In August 2012, Hurricane Isaac and account for contracted response, recovery, and debris struck the Louisiana and Mississippi gulf coast with Category 1 removal operations initiated by the City. The effort strength winds and 24 hours of sustained rainfall. Mr. Hoyle documented and substantiated over $3 million worth of served on the Thompson debris program team responsible for eligible FEMA and FHWA funding. mobilizing and deploying project staff and resources to Florida and Mississippi, Hurricane Deployment, Hurricane multiple jurisdictions along coastal Mississippi and Louisiana, Katrina, 2005 — 2007 � Mr. Hoyle deployed teams to including Jackson and Hancock County, MS, and Terrebonne simultaneously respond to multiple local governments in Parish and Denham Springs, LA. In all, Thompson's field Florida and Mississippi to provide debris monitoring and grant monitoring efforts documented and substantiated administration assistance. The effort documented and reimbursement for the removal of nearly 100,000 cubic yards substantiated the removal of over 5,000,000 cubic yards of of debris from roadways, canals,and beaches. debris, representing $175 million of FEMA and FHWA reimbursement to local governments. t h o m G s o n $ti; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n is is "k s1s1 s,t 1 1,4 q, Nathaniel 'ltd Executive Vice President q,. FIRM EDUCATION EXPERIENCE 31st` Thompson Consulting Services BA:Economics 19 years h-r 2601 Maitland Center Parkway MBA: International Business est+l tri Maitland,Florida 32751 �1S!` PROGRAM EXPERIENCE l FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) FEMA Hazard Mitigation Grant Program (404 and 406) FEMA Severe Repetitive Loss Program FHWA ER Program CDBD Disaster Recovery , CDBG Housing h �t Mr. Counsell has 19 years of experience providing management and oversight for disaster response and recovery efforts throughout the United States. He has managed 80 projects under contracts that total over $1.5 Billion in recovery efforts that o4'i! � required the mobilization of over 5,000 field and professional personnel. PROJECT EXPERIENCE this included performing monitoring services for 18 Lee County, Florida, Hurricane Ian Disaster Recovery communities within the County and documenting all disposal Operations, 2022 — 2023 Mr. Counsell served as the loads brought to the SWA's landfills. Overall Thompson provided the substantiation for more than 3M cubic yards of principal-in-charge/corporate resource officer for Lee County, debris as a result of Hurricane Irma. Florida following the large-scale impacts of Hurricane Ian in 2022, one of the deadliest hurricanes to impact the State of Hurricane Irma, Disaster Recovery Operations, State of Florida. Mr. Counsell worked closely with the County and the Florida, 2017-2018 Mr. Counsell served as the principal-in- County's debris removal contactor ensuring all projects had charge/corporate resource officer during Thompson's state- the resources necessary to implement monitoring operations. wide mobilization in response to Hurricane Irma. Thompson Thompson substantiated the removal of over 5.7 million cubic conducted debris removal monitoring operations on behalf of yards of debris from the County. Additionally, Thompson has 45 unique clients simultaneously. Mr. Counsell ensured all monitored the removal of over 43,450 hazardous limbs and projects had the resources necessary to implement monitoring trees throughout the County. operations for all projects and programs.Thompson provided City of Mobile,Alabama, Hurricane Disaster Debris Removal debris monitoring and substantiation for more than 11.6M Monitoring,2020-2021 Mr.Counsell served as the principal- cubic yards of debris as a result of Hurricane Irma. in-charge / corporate resource officer for the City of Mobile Louisiana Severe Flooding,City of Baton Rouge,Parish of East following the effects of Hurricane Sally. Severe flooding Baton Rouge and Denham Springs, LA, 2016 - 2017 Mr. produced large amounts of construction, demolition, and Counsell served as the principal-in-charge/corporate resource vegetative debris, and Thompson monitored the removal of officer for the City of Baton Rouge, Parish of East Baton Rouge over 660,000 CY of debris from the City. Mr. Counsell ensured and Denham Springs disaster recovery operations conducted all projects had the resources necessary to implement by Thompson. Each of these communities were severely monitoring operations including special debris removal impacted by massive flooding and required specialized debris programs involving City parks and the environmental removal programs. Recovery operations in the City/ Parish of preservation of historical flora. East Baton Rouge resulted in the collection of over 1.9M cubic Solid Waste Authority of Palm Beach County (SWA), yards of construction and demolition debris, the largest C&D Hurricane Irma, 2017 - 2018 Mr. Counsell served as the removal program since Hurricane Katrina.Over 90%of the City principal-in-charge / program manager to coordinate debris of Denham Springs was impacted by flooding resulting in monitoring and disposal operations throughout the county, 250,000 CY of debris collected. Both projects also required extended ROW debris removal and Thompson worked with PAGrt E I,rt Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 NATHANIEL COUNSELL d; each community to implement a private property debris was tasked with providing debris removal monitoring services removal (PPDR) program. Mr. Counsell ensured all projects in the Ashland,Chesterfield, Petersburg,South Hill,and Saluda had the resources necessary to implement monitoring Residencies, which included a territory of 23 Counties. Mr. operations for all programs. He also worked closely with the Counsell served as Project Manager for this engagement and leadership of each community to address public information oversaw all debris monitoring operations. concerns and worked closely with the debris removal Calhoun County, Alabama, Tornado Disaster Debris contractors to assist in organized debris removal operations. Monitoring, 2011 Mr. Counsell served as the Project South Carolina Department of Transportation, Severe Manager for disaster debris removal monitoring following the Flooding, 2015 Mr. Counsell served as the corporate crippling tornados of April 2011. The project involved resource officer during the SCDOT's response to statewide monitoring right-of-way collection of vegetative and severe flooding. Mr. Counsell ensured all projects had the construction and demolition (C&D) debris throughout the resources necessary to implement debris removal monitoring County and administering and monitoring contracted debris in 11 counties throughout the State. removal from private property through a right-of-entry(ROE) South Carolina, Winter Storm Pax Regional Response and program as part of Operation Clean Sweep administered by Disaster Recovery, � p 2014 Winter Storm Pax impacted the FEMA and AEMA. Contract value totals$3-million. State of South Carolina covering various regions of the State in New Orleans, Louisiana, FEMA Funded Commercial and up to 1.5" of ice which generated widespread vegetative Residential Demolition Program, 2007-2009 Between 2007 disaster debris.Thompson was activated by the South Carolina and 2009, Mr.Counsell served as the Program Manager of the Department of Transpiration (SCDOT), Georgetown, Marion, City of New Orleans residential and commercial demolition Williamsburg, Aiken and Allendale Counties to provide debris program, helping the City design and implement a multi-phase removal monitoring services. Mr. Counsell served on the process for the identification, historical review, Thompson management team responsible for contract decommissioning, demolition, and disposal of over 1,500 obligations, cost controls, and FEMA Category A&B residential and commercial structures located throughout the reimbursement for all projects. Thompson monitored, City.The program required coordinated cost tacking to 5 large documented, and substantiated reimbursement for the Project Worksheets totaling over $50 million in FEMA Public removal of over 2,900,000 cubic yards of debris and the Assistance Funding. removal of 400,000 hazardous limbs and trees. Louisiana and Texas, Hurricane Deployment, Hurricanes Louisiana and Mississippi,Hurricane Isaac Regional Response Dolly,Gustav,and Ike,2008-2010 Following the devastating and Disaster Recovery,2012 In August 2012, Hurricane Isaac impact that Hurricanes Dolly, Gustav, and Ike made on the struck the Louisiana and Mississippi gulf coast with Category 1 Texas and Louisiana coast, Mr. Counsell deployed, strength winds and 24 hours of sustained rainfall. Mr.Counsell implemented, and executed 10 large scale debris monitoring served on the Thompson financial team responsible for and grant administration programs in Texas and Louisiana and contract cost controls and FEMA Category A&B helped obtain $250 million FEMA PA, FHWA ER, and CDBG DR reimbursement for multiple jurisdictions along coastal funds on behalf of local governments and agencies such as Mississippi and Louisiana, including Jackson and Hancock Terrebonne Parish,City of New Orleans,and City of Houston. County, MS, and Terrebonne Parish and Denham Springs, LA. South Florida, Hurricane Deployment, Hurricane Wilma, In all, Thompson's data and financial management efforts 2005-2006 Mr. Counsel) deployed teams to simultaneously authorized nearly a$1,000,000 of eligible contractor payments and to 17 local governments in Broward,Miami-Dade,and and substantiated reimbursement for the removal of nearly resp g 100,000 cubic yards of debris from roadways, canals, and Monroe County, FL to provide debris monitoring and grant administration assistance. The effort documented and beaches. substantiated the removal of over 5,000,000 cubic yards of Virginia Department of Transportation (Multiple Locations), debris, representing $175 million of FEMA and FHWA Hurricane Recovery and Debris Removal, 2011 In the wake reimbursement to local governments. of Irene, the Virginia Department of Transportation (VDOT) called upon their pre-position contractors to assist it with collecting and disposing of debris strewn about its rights-of- way in the Central and Eastern regions of the State.Thompson t h o m P s o n CONSULTMG SERVICES 6t`v S�J Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n I'M Simon Ifi{% 'sE st Carlyle I{ IS{S„ �U& It{t{ tt+' s ({{; Vice President is tti{, FIRM EXPERIENCE Thompson Consulting Services 18 years t fi{ 2601 Maitland Center Parkway Maitland Florida 32751 35 PROGRAM EXPERIENCE FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) FEMA Hazard Mitigation Grant Program I{ (404 and 406) FHWA ER Program HUD CDBD Disaster Recovery HUD CDBG Housing Mr.Carlyle has 18 years of experience providing management and oversight for disaster response and recovery efforts throughout Ir+{, the United States. He has managed over 30 of the most devastating disaster events in Florida,Texas,Alabama,Virginia, Louisiana, t South Carolina,Georgia,and Mississippi. Mr.Carlyle has extensive experience in all stages of disaster recovery and has a thorough knowledge of federal,state, and local policies. PROJECT EXPERIENCE — State of Louisiana Multiple Communities, Hurricane Laura, New Mexico Department of Transportation, Wildfire and 2020 - 2022 ! Mr. Carlyle served as the regional manager to Mudflows 2022-2023 Mora and San Miguel County, New multiple cities and parishes following the devastating effects Mexico were severely impacted by wildfire and mudflows in of Hurricane Laura. He coordinated and provided support 2022. Following the completion of a United States Army Corps during debris monitoring and disposal operations throughout of Engineers debris removal program, the New Mexico the state. Department of Transportation (NMDOT) was tasked with State of South Carolina — Multiple Communities, Tornado completing remaining Private Property Debris Removal(PPDR) Recovery Operations,2020 Mr.Carlyle served as the regional and demolition activities. Mr. Carlyle served as client liaison manager during mobilization in response to an unprecedented acting as the direct point of contact to address the NMDOT's number of tornados affecting the state. Following the tornado needs during project operations. outbreak, Mr. Carlyle managed multiple projects overseeing State of Florida—Multiple Communities,Hurricane Ian,2022 debris removal operations and debris site quality control. — 2023 Mr. Carlyle served as the client liaison during State of South Carolina — Multiple Communities, Hurricane mobilization efforts in response to the devastating impacts of Dorian Recovery operations, 2019 � Following the effects of Hurricane Ian. Mr. Carlyle managed multiple projects Hurricane Dorian, an extremely powerful Category 5 communicating with clients directly to address schedules and hurricane, Mr. Carlyle served as the regional manager for unique project goals/expectations. Thompson assisted 27 multiple clients across the state. Mr.Carlyle provided program clients simultaneously the state and documented the removal oversight,order preparation and quality assurance measures. of over 11.5M cubic yards of demolition and vegetative debris. Virginia Department of Transportation,Severe Winter Storm Jefferson County & Orange County, Texas, Tropical Storm Imelda Disaster Recovery Operations, 2019 �� Mr. Carlyle Debris Removal Monitoring, 2021 � Mr. Carlyle served as served as regional manager on behalf of Jefferson County and client liaison for the Virginia Department of Transportation Orange County, Texas following the devastating effects of where he provided senior management oversight,coordinated Tropical Storm Imelda.The storm caused wide-spread flooding staffing and logistics support, ensured unique health and and produced large quantities of debris throughout the state. safety plan was executed and oversaw and audited daily Mr. Carlyle assisted the counties in the removal and reporting. substantiation of over 100,000 cubic yards of debris. rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s SIM 1(+I O - CARLYLE Lee County,Alabama,Tornado Disaster Recovery Operations, he successfully oversaw a waterway debris and vessel removal 2019 Mr. Carlyle served as the project manager for Lee program. County after it was impacted by one of the most fatal and State of South Carolina — Multiple Communities, Winter highly destructive tornadoes in recent history. Mr. Carlyle was Storm Pax Disaster Recovery, 2014 1 In February of 2014 able to mobilize to the County within hours of a notice-to- Severe Winter Storm Pax impacted the State of South Carolina proceed and began immediate coordination with local, state covering various regions of the State in up to 1.5"of ice which and federal officials. Mr. Carlyle worked closely with the generated widespread vegetative disaster debris. Mr. Carlyle County and the County's debris hauler to develop a debris worked with multiple county and local governments to removal strategy and schedule. establish debris removal and incident response plans in order Southwest Georgia — Multiple Communities, Hurricane to begin responding to residential and community needs. Mr. Michael Response and Disaster Recovery, 2018 — 2019 Carlyle created debris removal and monitoring programs with Hurricane Michael was an extremely destructive Category 5 communities that had no preposition contract or plans in storm that impacted multiple states across the panhandle place. including Georgia. Mr. Carlyle served as a regional manager City of Sioux Falls, South Dakota, Severe Winter Storm under a team providing debris monitoring and documentation Recovery Operations, 2013 I The City was severely impacted under the United States Army Corps of Engineers. Mr. Carlyle by a severe winter storm that caused damage and hazardous oversaw field operations and served in a client liaison role. debris. Mr. Carlyle served as the project manager overseeing State of Florida — Multiple Communities, Hurricane Irma the deployment and activation of staffing and equipment Recovery and Debris Removal Monitoring,2017—2018 ! Mr. resources. Mr. Carlyle also assisted the City in utilizing unique Carlyle served as regional manager on behalf of nearly 20 cities mapping parameters and reporting protocols. Nearly 30,000 and counties in the state of Florida following the impacts of hazardous hanging limbs were removed from the City. Hurricane Irma. As regional manager, Mr. Carlyle was Bastrop County, Texas, Wildfire Recovery Services, 2011 — responsible for communicating with various city and county 2012 ! Mr. Carlyle served as the project manager following administrators, scheduling debris removal operations, devastating wildfires that impacted the County.Mr.Carlyle led overseeing training, project staffing and data management, a team of experts who expedited project worksheets, ensuring that debris and documentation remains accurate, maintained FEMA compliant documentation and initiated a representing clients in meetings with State and Federal private property debris removal program. officials,and coordinating government agency meetings. City of Waveland, Mississippi, Hurricane Katrina Disaster State of Texas — Multiple Communities, Hurricane Harvey Recovery&Private Property Debris Removal,2006 ! The City Disaster Debris Monitoring&Recovery Services,2017—2018 was severely impacted by Hurricane Katrina and suffered ! Mr.Carlyle served as the regional manager for disaster debris widespread damage. Mr. Carlyle served as the project removal monitoring in multiple cities and counties following manager on behalf of the City and oversaw right-of-way debris Hurricane Harvey. Mr. Carlyle worked directly with impacted removal operations, the removal of hazardous leaning and cities,counties,and respective communities,scheduling debris removal operations and task orders, and communicating all hanging limbs and trees,City parks debris removal operations, project matters related to the counties, cities, and towns to and private property debris removal projects. city and county staff. TRAINING & CERTIFICATIONS Beaufort County, South Carolina, Hurricane Matthew — IS-100: Introduction to ICS Recovery Operations & DDMP Development, 2016 —2017 ! Mr. Carlyle has worked closely with the County to provide ® IS-120: Introduction to Exercises support during annual trainings and assisted in the — IS-00556: Damage Assessment for Public Works development of the County's Disaster Debris Management — IS-00559: Local Damage Assessment Plan (DDMP). Following Hurricane Matthew in 2016, Mr. — IS-00634: Introduction to FEMA's PA Program Carlyle served as the project manager on behalf of the county and oversaw debris removal operations including the removal ® IS-700: Introduction to NIMS of over 1.7M cubic yards of debris and the removal of over — Homeland Security Exercise and Evaluation Program 62,000 Hazardous hanging limbs and leaning trees. In addition, (HSEEP)Certified t h o m G s o n $ti; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n I'M rt Oliver Ifi{% I t %e Yao tt^+ Ifi{% , Vice Pres"dent FIRM EDUCATION EXPERIENCE 55{iq, Ifi{% itis{, ({{%b Thompson Consulting Services BA:Economics 18 years ,t fi{ 2601 Maitland Center Parkway MBA: Management and Finance ,t rt Maitland Florida 32751 Ifit, PROGRAM EXPERIENCE tt+' Ifi{% is lts{, FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) Ifi{% , Mr. Yao has 18 years of experience providing program management and oversight of disaster response and recovery projects throughout the United States. His experience spans recovery efforts following hurricanes, tornadoes, ice storms, wildfires, and Ir{, f other debris generating incidents. Mr. Yao is a subject matter expert in FEMA Public Assistance criteria and documentation g g J p jt+rlt t standards and has overseen the data management and documentation of over 116 million cubic yards of debris over the course _ of his career. fsa PROJECT EXPERIENCE Terrebonne Parish, Louisiana, Hurricane Ida Recovery, 2022_ Houston, Texas, Severe Storms & Hurricane Beryl, 2024 — 2023 ! As part of recovery efforts following Hurricane Ida,the 2025 1 The City of Houston was severely impacted by back-to- Parish initiated and private property debris removal and back disaster incidents in 2024, including Hurricane Beryl and demolition program. Mr. Yao serves as a senior manager damaging severe storms. Mr. Yao served as the project supporting the Thompson field manager in the oversight and controls specialist overseeing operational needs and ensuring quality assurance of PPDR and demolition program contract terms and budgets were kept. Thompson monitored documentation and program the removal of over 5.6M cubic yards of debris from the City. CalRecycle, California, Wildfire Recovery, 2021 ! Mr. Yao New Mexico Department of Transportation, Wildfire and served as a senior manager and supported project controls for Mudflows 2022— 2023 Mora and San Miguel County, New the 2021 Wildfire structural debris and hazard tree assessment Mexico were severely impacted by wildfire and mudflows in and removal program.The program consisted of two divisions, 2022. Following the completion of a United States Army Corps the North Division which included the counties of Lassen, of Engineers debris removal program, the New Mexico Plumas,Siskiyou,Tehama,and Trinity;and the Central Division Department of Transportation (NMDOT) was tasked with which included the counties of Alpine, EI Dorado, Placer, completing remaining Private Property Debris Removal (PPDR) Nevada, and Lake. Mr. Yao supported project setup including and demolition activities. Mr. Yao served as a subject matter workplans,staffing,and data documentation and reporting. expert supporting NMDOT with PPDR and demolition program State of Louisiana,Hurricane Ida Program Management,2021 management and monitoring services. Mr. Yao provided senior management oversight and project Livingston Parish, Louisiana, Hurricane Ida Recovery, 2022 ! controls for 11 projects within the State of Louisiana including In addition to generating disaster debris along the Parish right- St. John the Baptist, St. James, Iberville, and St. Helena of-way and public property, Hurricane Ida also severely Parishes. Mr. Yao's senior oversight included over 4.7 million impacted Parish waterways. The Parish was successful in cubic yards and over 82,000 hazardous trees from the 11 submitting waterways for approval under the Natural combined projects. Resources Conservation Service(NRCS) Emergency Watershed State of Louisiana, Hurricanes Delta and Zeta Program Protection program. Mr. Yao servers as a senior manager Management,2020 ! Hurricanes Delta and Zeta were two late supporting the documentation and management of the NRCS season hurricanes that impacted Louisiana. Mr. Yao provided waterways debris removal program. senior management oversight and project controls for six , rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s OLIVER YAO projects including Acadia and St. Martin Parish. The response controls, reporting,and staffing. In total,over 3.4 million cubic and recovery operations for Hurricanes Delta and Zeta were yards of debris was documented and collected. completed on average within 30 days and totaled 167,000 CY State of Florida, Hurricane Matthew Program Management, of debris and 3,800 hazardous trees. 2016 Hurricane Matthew impacted the east coast of Florida. Baldwin County, Alabama, Hurricane Sally Program Mr. Yao served as a senior manager and data management Management, 2020 ;r Hurricane Sally impacted the State of coordinator 21 projects including the counties of Volusia, Alabama as a strong Category 2 hurricane and caused Flagler, St.Johns, and Brevard County. Mr. Yao supported the extensive damages to Baldwin County. Mr.Yao served as part documentation and data management of over 3.2 million cubic of the senior management team and supported project setup, yards of debris. documentation, staffing, reporting, and project controls. The State of South Carolina, Hurricane Matthew Program project resulted over 4.4 million cubic yard of debris and over Management,2016 Mr.Yao served as a senior manager and 46,000 hazardous trees and stumps. Mr. Yao also supported data management coordinator for over 11 projects in South the County in responding to FEMA requests for information Carolina including Beaufort County and the Town of Hilton and supporting documentation. Head Island. Mr. Yao supported the documentation and State of Louisiana, Hurricane Laura Program Management, reporting of over 4.4 million cubic yards of debris. 2020 ! Hurricane Laura impacted the State of Louisiana as a State of Texas, Severe Storms, Tornadoes, Straight-Line destructive category 4 hurricane. Mr. Yao served as senior Winds and Flooding Program Management, 2015 ! Mr. Yao leadership and oversaw project setup, documentation, served as a senior manager and data management coordinator staffing, and project controls for 15 clients in Louisiana. Work for the City of Houston, Hays County, and Caldwell County included the City of Lake Charles, Calcasieu Parish, the City of following severe storms and flooding that resulted in a disaster Sulphur, Allen Parish, Vermillion Parish, and the City of declaration. Mr. Yao supported project documentation and Alexandria to name a few. Mr.Yao's senior oversight included reporting. over 15.3 million cubic yards and over 130,000 hazardous trees from the 15 combined projects. Mr. Yao also supported the State of Alabama, Severe Storms and Tornadoes Program two Private Property Debris Removal programs for Calcasieu Management,2014 ! Mr.Yao served as a senior manager and Parish and the Town of Vinton. data management coordinator for the counties of Blount and CalRecycle, California, Camp Fire, 2019 ! The Camp Fire Limestone. Mr. Yao supported documentation, data Incident destroyed over 13,000 structures. Mr.Yao served as a management,and reporting deliverables for the projects. senior manager supporting project setup, staffing, data New Jersey Department of Environmental Protection, management, financial accounting, and project controls. This Hurricane Sandy, 2012� Mr. Yao served as a senior manager program resulted in the documentation of over 3.6 million and data management coordinator for NJDEP waterways tons of structural debris. debris removal program.This program included the removal of submerged and partially submerged hurricane debris as well State of Florida, Hurricane Michael Program Management, as sediment removal that was a result of the hurricane. 2018 Hurricane Michael impacted the Florida panhandle region as a Category 5 hurricane. Mr. Yao provided City of New Orleans, Louisiana, Hurricane Katrina Data management and data oversight for 11 projects in Florida Management,20111 Mr.Yao served as a senior data manager including Bay County,Franklin County,Wakulla County and the and was responsible for the coordination, data management, cities of Lynn Haven, Springfield, and Callaway. Mr. Yao reporting, and invoice reconciliation of over 1,700 residential supported the oversight and documentation of over 5.5 million structural demolitions that were a result of Hurricane Katrina. cubic yards and over 21,000 hazardous trees. State of Texas, Hurricane Ike Data Management, 2008 ! Mr. State of Georgia, Hurricane Michael Program Management, Yao served as a senior data manager and was responsible for 2018 � In addition to impacting the State of Florida, Hurricane the coordination, data management, reporting, and invoice Michael also severely impacted the State of Georgia. The reconciliation of multiple projects including the City of United States Army Corps of Engineers (USACE) was activated Houston, City of Galveston,and Galveston County. to coordinate debris removal in 13 counties. Mr.Yao served as a senior manager and was responsible for project setup, t h o m P s o n PAGE 2 2CONSUL-FING SERVICE"""S $ti; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n I'M Daniel Gardner s,. t{ {t{ Operations FIRM EDUCATION EXPERIENCE {t{, Thompson Consulting Services BSBA:Management Information Systems 16 years ,t 2601 Maitland Center Parkway MBA: Finance and Management s t Maitland,Florida 32751 PROGRAM EXPERIENCE IS{% �U& it{t{ inti{, ({{%b ,t FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) FEMA Hazard Mitigation Grant Program ;r (404 and 406) FEMA Severe Repetitive Loss Program CDBD Disaster Recovery I„ CDBG Housing rt is lti{, tMr. Gardner has served a program manager and grant management consultant for multiple federally funded grant programs on projects totaling approximately $2 billion. His extensive understanding of the eligibility requirements, regulations and policies across many federal grant programs allows clients to maximize disaster recovery and mitigation reimbursement. He provides oversight throughout grant and project implementation and is intimately familiar with such activities as application development, i public outreach, environmental review, vendor procurement, project and process monitoring, fair housing and Davis Bacon compliance, project closeout and program audits. rt f Mr. Gardner has assisted clients obtain funding from multiple federally funded grant programs including the U.S. Department of Housing and Urban Development (HUD) Community Development Block Grant (CDBG) Program, the Federal Emergency Management Agency(FEMA) Public Assistance(PA) Program and the FEMA Hazard Mitigation Grant Program (HMGP). PROJECT EXPERIENCE U.S. Army Corps of Engineers (USACE), Louisville District - Hurricane Helene Disaster Recovery,State of Georgia,2024— Kentucky, Tornado Recovery Operations, 2021 — 2022 1 In 2025 1 Mr. Gardner served as the data manager during December of 2021, Graves County and the City of Mayfield Thompson's state-wide Georgia mobilization in response to were devastated by a Major EF4 tornado that required a Hurricane Helene. Thompson conducted debris removal massive emergency response and recovery operation. monitoring operations on behalf of 22 unique Georgia clients Thompson responded to both the City and County as the simultaneously. Mr. Gardner was responsible for the overall debris monitoring subconsultant to the U.S. Army Corps of data management, reconciliation, and daily reporting for all Engineers (USACE). Mr. Gardner served as the Data Manager projects. Thompson provided debris monitoring and overseeing the Thompson data team who provided quality substantiation for more than 10.5M cubic yards of debris. assurance,project reporting,mapping,data management,and Hurricane Ida, Disaster Recovery Operations, State of invoice reconciliation support. Overall, Thompson monitored Louisiana, 2021—2024 The State of Louisiana was severely the removal of more than 4331000 cubic yards of debris from impacted by Hurricane Ida, and Thompson conducted debris the County and City. removal monitoring operations on behalf of 13 unique clients Grant Parish, Louisiana, Hurricane Laura Disaster Recovery simultaneously. Mr. Gardner served as the data manager Operations, 2020 - 2021 Mr. Gardner served as the Data during Thompson's state-wide mobilization and was Manager overseeing all data operations for Grant Parish responsible for overseeing all daily ticket review,detailed road following the severe effects of Hurricane Laura. He was review and daily reporting.In addition,Mr.Gardner performed responsible for daily ticket reviews, data reconciliation and contract reviews and invoice reconciliations. Overall, validation, daily reporting and contractor invoice tracking. Thompson monitored the removal of approximately 15.1M Overall, Thompson has monitored and documented the cubic yards of debris. removal of over 1.1M cubic yards of debris from the Parish. { rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s DANIEL fi SiS1 R Puerto Rico Department of Transportation and Public Works Hurricane Sandy, experiencing widespread flooding (DTOP), Hurricane Maria, 2017 - 2018 Hurricane Maria is throughout the majority of the City. Mr.Gardner assisted with regarded as the worst natural disaster on record to impact the oversight and coordination of debris removal operations Puerto Rico. Following the devastating impacts of the storm immediately following the hurricane,and served as the Senior DTOP selected Thompson to perform debris monitoring Grant Consultant during preparation the City's FEMA Project services in three DTOP zones. Mr. Gardner served as Data Worksheets. Manager and was responsible for overseeing all daily ticket Louisiana and Mississippi,Hurricane Isaac Regional Response review, detailed road review and daily reporting. In addition, and Disaster Recovery,2012 1 In August 2012, Hurricane Isaac Mr. Gardner performs all contract review and invoice struck the Louisiana and Mississippi gulf coast with Category 1 reconciliation. strength winds and 24 hours of sustained rainfall. Mr.Gardner Hurricane Irma, Disaster Recovery Operations, State of served on the Thompson financial team responsible for Florida, 2017 - 2018 Mr. Gardner served as the lead Data contract cost controls and FEMA Category A&B Manager overseeing Thompson's state-wide mobilization in reimbursement for multiple jurisdictions along coastal response to Hurricane Irma. Thompson conducted debris Mississippi and Louisiana, including Jackson and Hancock removal monitoring operations on behalf of 45 unique clients County, MS, and Terrebonne Parish and Denham Springs, LA. simultaneously within the State. Mr. Gardner was responsible In all, Thompson's data and financial management efforts authorized nearly a$1,000,000 of eligible contractor payments for all QA/QC activities as well as contractor invoice and substantiated reimbursement for the removal of nearly reconciliation. Thompson substantiated more than 11.6M 100,000 cubic yards of debris from roadways, canals, and cubic yards of debris as a result of Hurricane Irma. beaches. South Carolina Department of Transportation, Severe City of Tuscaloosa,Alabama,Public Assistance and Long Term Flooding Statewide Response, 2015 - 2016 I, The SCDOT Recovery Grant Program, 2011 1 The City of Tuscaloosa was activated Thompson to provide debris removal monitoring impacted by multiple large and small tornadoes in April,2011. services in 11 counties throughout the State following severe The largest tornado flattened a one mile by six mile swath of storms and flooding.Mr.Gardner served on the on-site project the City causing an estimated $85M in damage. Critical kickoff team and managed the data reporting and invoice infrastructure was damaged and hundreds of residents lost reconciliation tasks throughout the projects. He oversaw the their homes and property during the event. Mr.Gardner aided daily review of data and produced reports for the Counties the City secure federal funding across several grant programs including a daily summary, cost estimation and contractor including CDBG, to assist with the rebuilding of lost public summary. housing while focusing on the goal of energy efficiency and sustainability. South Carolina, Winter Storm Pax Regional Response and Disaster Recovery, 2014 In February of 2014 Severe Winter TRAINING & CERTIFICATIONS Storm Pax impacted the State of South Carolina covering — Homeland Security Exercise and Evaluation Program various regions of the State in up to 1.5" of ice which (HSEEP) generated widespread vegetative disaster debris. Thompson was activated by the South Carolina Department of FEMA IS-100a: Introduction to the Incident Command Transpiration (SCDOT), Georgetown, Williamsburg,.Marion, System Aiken and Allendale Counties to provide debris removal — FEMA IS-208a:State Disaster Management monitoring services. Mr. Gardner managed the Thompson — FEMA IS-230: Principles of Emergency Management data management team responsible for validation and — FEMA IS-253: Coordinating Environmental and Historic reporting of all project data. He was also responsible for data Preservation Compliance reconciliation and contractor invoicing.Thompson monitored, documented, and substantiated reimbursement for the FEMA IS-386: Introduction to Residential Coastal removal of 2,000,000 cubic yards of debris and the removal of Construction 400,000 hazardous limbs and trees. — FEMA IS-632: Introduction to Debris Operations in FEMA's PA Program City of Hoboken, NJ, Emergency Operations Planning, Debris — FEMA IS-700a: National Incident Management System Monitoring,and FEMA PA Consulting,Hurricane Sandy 2012- (NIMS)An Introduction 2013 ,g The City of Hoboken was severely impacted by t h o m G s o n $ti; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n ,f CONSUL-FING SERVICE st is lti{, Nicole I55{S,, Dire st IS Client Progra, n�mw o` n Services rn Manager is{b FIRM EDUCATION EXPERIENCE inti{ Thompson Consulting Services BA:Psychology and Spanish 17 years r`% ,t 2601 Maitland Center Parkway ss'i Maitland Florida 32751 Ut; PROGRAM EXPERIENCE It{t{ inti{, s s FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) � FHWA ER Program CDBG Disaster s{, Recovery CDBG Housing rt: jslt{, rt Ms. Lehman has 17 years of experience providing grant and program management support and oversight for disaster response and recovery efforts throughout the United States. Following Hurricane Ike, she managed multiple projects for Galveston County fug i;' and the City of Galveston,the most heavily impacted communities by the storm. "N Presenter: National Hurricane Conference,2013—Debris Monitoring and Contracting Training Workshop PROJECT EXPERIENCE County's stand-by debris monitoring service provider, Ms. Hurricane Milton Disaster Recovery, State of Florida, 2024— Lehman has provided planning support and preparedness 2025 � Ms. Lehman served as a client liaison and program services to the County. manager during Thompson's state-wide Florida mobilization in Puerto Rico Department of Transportation and Public Works response to Hurricane Milton. Thompson conducted debris (DTOP),Hurricane Maria,2017-2019 Ms. Lehman served as removal monitoring operations on behalf of 28 unique Florida a program manager overseeing project operations for debris clients simultaneously. Ms. Lehman was responsible for monitoring services in three DTOP designated zones. She was coordinating project resources such as staff and equipment as responsible for ensuring all projects were operating in well as ensuring client and contracting needs were met. accordance with federal,state and local requirements. Thompson provided debris monitoring and substantiation for Fort Lauderdale, Florida, Hurricane Irma Disaster Recovery, more than 9.6M cubic yards of debris across Florida. 2017 Ms. Lehman served as program manager for Fort Lee County,Florida, Hurricane Ian Disaster Recovery,2022— Lauderdale's recovery efforts following Hurricane Irma. 2023 Lee County suffered widespread flooding and Thompson monitored the removal of over 600,000 cubic yards extensive damage as a result of Hurricane Ian. Ms. Lehman of vegetative and construction and demolition debris, as well served as an onsite program manager during the recovery as the removal of hazardous limbs from 13,000 trees and the operations and coordinated closely with the County complete removal of over 450 hazardous leaning trees. In overseeing day-to-day operations for monitoring projects and addition, Thompson implemented a sand recovery and providing planning support.Thompson has monitored the screening operation to return the displaced sand to the public removal of over 5.7M cubic yards of debris and over 43,450 beaches. She coordinated closely with the City and the debris hazardous limbs and trees throughout the County. removal contractors to implement and carry out debris Escambia County, Florida, Hurricane Disaster Recovery removal programs. Operations, 2020 - 2021 Ms. Lehman served as a program City of Daytona Beach, Florida, Disaster Debris Management manager during the recovery operations and response by Plan Update, 2015 Ms. Lehman led a planning team in the Escambia County following Hurricane Sally. She was update of the City's Disaster Debris Management Plan. The responsible for ensuring all projects had the adequate update included ensuring the plan met new FEMA policy and resources necessary for completion,and that all projects were procedure guidance as well as a review and update of the City's adhering to all federal, state, and local requirements. As the { ss+ PAGE 1 rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 G� NICOLE LEHMAN hs debris management roles and responsibilities and the debris Trinity Bay Conservation District, Texas, Disaster Debris collection and monitoring strategies. Management Planning, 2012 I Ms. Lehman assisted in the Alabama Department of Transportation Southwest Region, development and preparation of a Disaster Debris Disaster Debris Management Plan,2014-2015 Ms. Lehman Management Plan (DDMP) for the Trinity Bay Conservation assisted in the development and preparation of a Disaster District in Chambers County, Texas to ensure increased Debris Management Plan (DDMP) for the ALDOT Southwest eligibility for federal PA cost-share in accordance with recent Region. She worked closely with the Region to develop the changes to FEMA's PA Pilot Program. debris collection and monitoring strategies included in the City of Tuscaloosa, Alabama, Severe Storms, Tornadoes, plan. In addition Ms. Lehman reviewed debris management Straight-line Winds,and Flooding,2011 Ms. Lehman served site options throughout the Region. as project manager for the City of Tuscaloosa,Alabama and ran South Carolina Department of Transportation (SCDOT), the FEMA Public Assistance (PA)and assisted the City with the Winter Storm Pax Recovery Operations,2014 � Ms.Lehman is design and implementation of Housing Demolition Programs currently serving as operations manager for the SCDOT debris following the April 2011 tornadoes that devastated the City removal monitoring mission in Georgetown County. She is in and caused an estimated$85M in damages. charge of overseeing day-to-day operations for all monitoring Escambia County, Florida, BP Deepwater Horizon Oil Spill projects including emergency road clearance, right-of-way Response,2010 ! Ms. Lehman served as Program Manager of collection, and removal of hazardous leaners and hangers on a program designed to minimize the impact that the BP oil spill SCDOT maintained roadways throughout the County. made on Escambia County's (Pensacola area) beaches, Georgetown County, South Carolina, Winter Storm Pax waterways, and tourism. During this effort, over$1.5 million Recovery Operations, 2014 Ms. Lehman served as the in claims for oil containment and public outreach were operations manager for debris removal monitoring operations documented and substantiated. Ms. Lehman coordinated and in Georgetown County. She was in charge of overseeing day- documented the efforts of participating local, state, federal, to-day operations for all monitoring projects including and private to substantiate the BP claims. emergency road clearance, right-of-way collection, and City of Galveston, Texas, Standing Dead Tree Removal removal of hazardous leaners and hangers on County Program, Hurricane Ike,2009-2010 ! Following Hurricane Ike, maintained roadways. Ms. Lehman monitored a contracted program to remove over City of Hoboken, NJ, Emergency Operations Planning, Debris 101000 standing dead trees throughout the City that were Monitoring,and FEMA PA Consulting,Hurricane Sandy 2012- killed as a result of saltwater inundation. The monitoring and 2013 ! The Cit of Hoboken was severe) impacted b documentation efforts substantiated over $3.5 Million in City y p y Hurricane Sandy, experiencing widespread flooding FEMA PA funding. In addition, Ms. Lehman worked with ' throughout the majority y of the City. Ms. Lehman has served as Galveston County to monitor and document over $62 million g � the City's Project Manager for debris operations immediately worth of debris removal programs including sand removal, following the hurricane, and PA Consultant in preparing the vessel recovery,and private property debris removal. City's FEMA Project Worksheets. Additionally, Ms. Lehman TRAINING & CERTIFICATIONS assisted in the preparation of the City's Emergency Operations Plan,to help prepare the City and all department personnel to — HAWOPER 40-hour Certification respond during future disaster events. — OSHA 30-hour Certification Louisiana and Mississippi,Hurricane Isaac Regional Response — ISO 9000 and Disaster Recovery,2012 In August 2012, Hurricane Isaac — Applying for Federal Grants and Cooperative Agreements for struck the Louisiana and Mississippi gulf coast with Category 1 Recipients Certificate strength winds and 24 hours of sustained rainfall. Ms. Lehman — FEMA IS 700.a — National Incident Management Systems served on the Thompson debris program team responsible for (NIMS)an Introduction mobilizing and deploying project staff and resources to multiple jurisdictions along coastal Mississippi and Louisiana, including Jackson and Hancock County, MS, and Terrebonne Parish and Denham Springs, LA. t h o m P s o n PAGE 2 2Z;t $ti; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n is is "k CONSULTING SERV�CES Pa, s1s1 s,t 1 ISR G a rd n e r "iiiiiiiiiiiiiiir X154,, 3 (�<< :, (�t�l FIRM EDUCATION EXPERIENCE ('1¢. Thompson Consulting Services BS: Marine Science 10 years ;154, 2601 Maitland Center Parkway MS:Fisheries and Aquatic Sciences Maitland,Florida 32751 PROGRAM EXPERIENCE ;154 FEMA Public Assistance Emergency Work(Categories A-B) h54. Mr.Gardner brings GIS and data management experience from the State University System of Florida. He oversaw data collection 'ltd ;tr and processing for state and federally funded research projects. During this time, he worked both locally and internationally to complete grant deliverables.These deliverables included the creation of publication quality maps and figures which communicated complex spatial data into clear and coherent representations. Most recently, Mr.Gardner assists with data management, invoice reconciliation,and GIS analysis. PROJECT EXPERIENCE responsible for mapping data points through GIS and providing New Mexico Department of Transportation (NMDOT), support to the QA/QC team. Wildfire Recovery Operations, 2022 — 2023 Widespread Hurricane Florence, Disaster Recovery Operations, North wildfires caused significant damages throughout the State in Carolina, 2018 Mr. Gardner provided GIS support for all of 2022. Thompson was activated by the New Mexico Thompson's projects following Hurricane Florence, including Department of Transportation (NMDOT) in San Miguel and the NCDOT,Carteret and Cumberland Counties and the City of Mora counties to provide disaster debris removal monitoring Jacksonville. Mr. Gardner also provided geospatial analysis services on NMDOT maintained roadways and to conduct utilizing Thompson's drone capabilities to measure and special programs including private property debris removal substantiate disaster debris piles. and waterway debris removal. Mr. Gardner coordinated with Hurricane Irma, Disaster Recovery Operations, State of the NMDOT to provide geospatial analysis, maps, and figures Florida, 2017 - 2018 Mr. Gardner provided GIS and data for the simultaneous project operations. To date, Thompson management services during Thompson's state-wide has monitored the removal of over 170,000 tons of debris and mobilization in response to Hurricane Irma. Thompson 12,000 hazardous trees and limbs on behalf of the NMDOT. conducted debris removal monitoring operations on behalf of City of Mobile, Alabama, Hurricane Sally Recovery 45 unique clients simultaneously within the State.Mr.Gardner Operations, 2020 - 2021 Mr. Gardner served as the GIS was responsible for mapping data points through GIS and manager for the City following Hurricane Sally. He was providing support to the QA/QC team. Thompson responsible for coordinating with the City to provide substantiated more than 11.6M cubic yards of debris as a geospatial analysis and maps and figures representing City- result of Hurricane Irma. wide debris monitoring operations data. Overall, Thompson Sevier County, Tennessee, Chimney Tops 2 Wildfire, 2016 - monitored the removal of over 850,000 cubic yards of debris. 2018 Mr. Gardner served as the onsite project manager Hurricane Michael,Disaster Recovery Operations,Florida and overseeing debris monitoring services for right-of-way tree Georgia, 2018 - 2019 Mr. Gardner provided GIS and data removal of standing dead trees as a result of the 2016 wildfires management services during Thompson's mobilization in which burned over 17,000 acres and destroyed more than response to Hurricane Michael which included over 12 2,400 properties. In addition, Mr. Gardner administered the contract activations. Mr. Gardner coordinated with each private property debris removal program established to community to establish eligible roadway maps and was eliminate hazardous conditions located on private property. PAGrt E I,rt Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 PATRICKN Dare County and included municipalities, North Carolina, included technical diving to 170 fsw collect live coral tissue for Hurricane Matthew,2016 Dare County activated Thompson RNA sequencing analyses. to provide debris removal monitoring services to the county Development of Fisheries Independent, Habitat-Based and local municipalities following Hurricane Matthew. Mr. indices of Abundance for Pre-Reproductive Gag Grouper in Gardner assisted with data management and invoice the Northeastern Gulf of Mexico,2013-2015 As a research reconciliation. assistant Mr. Gardner performed counts of gag grouper on South Carolina Department of Transportation, Severe artificial reefs using closed-circuit rebreathers. He interpreted Flooding Statewide Response, 2015 - 2016 The SCDOT and classified side scan SONAR data, constructed sampling activated Thompson to provide debris removal monitoring regimes, validated and analyzed data for use by resource services in 11 counties throughout the State following severe managers,and created publication quality maps in ArcGIS. storms and flooding. Mr. Gardner assisted with data reporting Impact of invertebrate grazers on freshwater algae in Kings and invoice reconciliation tasks throughout the projects. Bay, FL, 2013 - 2015 As a research assistant, Mr. Gardner Putnam, Fentress and Overton Counties, Tennessee, Sever conducted fieldwork collecting freshwater invertebrate Winter Storm,2015 Mr.Gardner assisted with data reporting grazers and implemented lab studies to determine grazing and invoice reconciliation tasks throughout the projects. He rates on freshwater algae. oversaw the daily review of data for the Counties. All data was Reproductive Biology of Invasive Lionfish (Pterois submitted to FEMA in a Project Worksheet ready package for volitans/miles complex) from Little Cayman Island, 2013 - immediate review and submission for reimbursement. 2014 Mr. Gardner developed, implemented, and published South Carolina, Winter Storm Pax Regional Response and results determining spawning seasonality, frequency and Disaster Recovery,2014 In February of 2014,Severe Winter batch fecundity of invasive lionfish. This project was Storm Pax impacted the State of South Carolina covering completed in fulfillment of his master's degree at the various regions of the State in up to 1.5" of ice which University of Florida. (Peer reviewed publication:Gardner PG, generated widespread vegetative disaster debris. Thompson Frazer TK,Jacoby CA,Yanong RPE. 2015. Reproductive biology was activated by the South Carolina Department of of invasive Lionfish (Pterois volitans) from Little Cayman. Transpiration (SCDOT), Georgetown, Marion, Williamsburg, Frontiers in Marine Science 2:7). Aiken and Allendale Counties to provide debris removal Assessing Organic Soil Amendments in Saltwater Marsh monitoring services. Mr. Gardner assisted with the data Restoration,2007-2009 While a student at Eckerd College, management and invoice reconciliation.Thompson monitored Mr. Gardner served as a research assistant working in the field and substantiated reimbursement for the removal of to collect plant biomass, invertebrate, and water samples. In approximately 2,000,000 cubic yards of debris and the removal the lab, he performed sulfide analysis, prepared plant biomass of 400,000 hazardous limbs and trees. for nitrogen analysis, and composed a research paper on the Brevard County, FL, Hurricane Sandy Beach Renourishment, effects of sulfides on wetland plants. In a supervisory role, he 2013 - 2014 Federal funding following Hurricane Sandy trained volunteers and interns for various project tasks. provided funding for Beach renourishment on Florida's east coast.While working for Land and Sea Surveying Concepts Inc., TRAINING & CERTIFICATIONS Mr. Gardner acted as surveying technician using real-time — Federal Aviation Administration Certified Remote Pilot for kinematic GPS to produce 1000 m beach elevation transects Small Unmanned Aircraft Systems before and after sand renourishmnet. — U.S. Environmental Protection Agency Scientific Diver Environmental Project Experience — NAUI SCUBA Instructor Exploration, Habitat Characterization, and Coral Health — Department of the Interior Motorboat Operations Assessment in Flower Garden Banks National Marine Certification Course Sanctuary, 2015 -2016 Mr. Gardner served as a Research — First Aid, CPR, Oxygen Delivery, and Blood Bourne Coordinator at Harbor Branch Oceanographic Institute at Pathogens Florida Atlantic University. While assisting with this project in — GIS Applications for Natural Resource Management, the lab, Mr. Gardner used transect photos to characterize Florida Sea Grant habitat on shallow and mesophotic reefs. Field collections t h o m P s o n CONSULTMG SERVICES lig{` 6t`v S�J Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n ,f 1::s CONSUL-FING SERVICE Jonatha n Ifi{% i islt{, fi ClarI4 iiiiiiiiiiiii. tt+ C% z)enior Closeout Specialist FEMA Consultant FIRM EDUCATION EXPERIENCE �U& is{b inti{, inti{, Thompson Consulting Services MA Business Management and Leadership 18 years s 2601 Maitland Center Parkway BA Homeland Security and Emergency Maitland,Florida 32751 Management ,t PROGRAM EXPERIENCE is lti{, i{tti{ inti{, fi{ FEMA Public Assistance Emergency Work(Categories A-B) FEMA Hazard Mitigation Grant Program(404 and 406) HUD CDBG Disaster K, Recovery ROE/PPDR Removal Programs is lti{, Jonathan Clark has over 18 years of experience in the disaster response and recovery industry. He is a multifaceted consultant ,t with a broad and diverse set of experience working with several federal and state grant programs. Mr.Clark has served as a grant Irt{, f management consultant for both Grantees and Applicants/Sub-Grantees, giving him experience in all roles involved in rant g p p g p g jt+rlt t management programs. Mr.Clark has managed the financial recovery of communities receiving more than $800 million in federal g,, funding. PROJECT EXPERIENCE million in active project costs, Mr. Clark managed recovery Denham Springs Housing Authority, Louisiana, Severe processes, performed site assessment and inspections, as well Flooding FEMA PA, HUD CDBG-DR and Hazard Mitigation as provided hazard mitigation proposals. Consulting, 2016 - 2023 Severe storms and flooding left City of Fort Lauderdale, Florida, Hurricane Irma, and COVID- Authority owned buildings and housing units severely 19, 2017 - 2023 ! During Hurricane Irma, the City incurred damaged and unlivable.As the Project Manager,we are in the damages to its beaches, parks, buildings, and utility process of managing a $13 million dollar recovery, including infrastructure. Mr. Clark processed category A and B claims construction program oversight, and recovering funds from totaling more than $25 million as well as multiple permanent multiple agencies (CBDG-DR, FEMA), ensuring each agency's work projects, including categories E, F and G, to restore requirements are met and adhered to. damaged buildings, utilities and parks. Mr. Clark is also New Mexico Department of Transportation, FEMA PA 2022- assisting the city with its'COVID-19 pandemic response efforts 2023 � Mr. Clark served as the Recovery and Public Assistance which includes approval of a temporary non-congregate Manager for the Hermits Peak Fire recovery response. Mr. shelter to house vulnerable residents of the community. Clark was responsible for managing the debris and permanent City Denham Springs, Louisiana, Severe Flooding FEMA PA, work projects (damage assessments, hazard mitigation HUD CDBG-DR and Hazard Mitigation Consulting,2016-2020 proposals, etc.), mission assignments with New Mexico ! Severe storms and flooding left over 1,000 homes severely Homeland Security and Emergency Management (NMHSEM) damaged and public infrastructure devastated, including a and assisting in the construction and closeout process.Projects destroyed City Hall and over one dozen lift stations in Denham included Categories A, B, C, and D, which total an estimated Springs,LA.Mr.Clark is supporting the City in developing FEMA $50 million. PA and Hazard Mitigation documentation to substantiate over Brevard County.. Florida, Hurricanes Ian, Nicole, Irma & $12 million in disaster recovery costs. Mr: Clark is also y Micheal FEMA PA 2022-2023 Mr. Clark assisted the County managing the City's HUD CDBG-DR claims, which will provide ,g with legacy projects including Hurricane Irma and Matthew, funding for the non-federal share of the FEMA PA project processing them through closeout.As respondent to Hurricane costs. Ian and Nicole with a combined total estimate of over $50 { ss+ PAGE 1 rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 G� JONATHAN CLARK Volusia County, Florida, Hurricane Irma, 2017 — 2020 Planning Section Chief 2010-2011 I; Mr. Clark served as acting Following Hurricane Irma,Mr.Clark assisted Volusia County,FL Branch Planning Chief. In this position, he collected and with the preparation of PWs for both emergency and organized incident status and situation information as defined permanent work. The County suffered widespread damages within ICS. This involved coordinating, evaluating, analyzing, generating more than 750,000 cubic yards of debris and and displaying information for supervisory managers. In destroying County infrastructure such as buildings and addition, Mr. Clark was responsible for developing, defining, equipment. In total Mr. Clark prepared project worksheets establishing, correlating, and maintaining performance totaling nearly $20 million in eligible FEMA PA damages. metrics. Other duties included plan, establish and maintain mission assignments, goals and benchmarks for operational Additionally, Mr.Clark provided consultation regarding hazard planning. mitigation opportunities to limit the potential damage during future disasters. FEMA, Ground Support Unit Lead (Coordinating and South Carolina Department of Transportation (SCDOT), Planning) 2005-2009 ! While at FEMA, Mr. Clark planned, Severe Flooding FEMA PA Consulting, 2015 -2016 ! Mr. Clark coordinated, and managed staff and resources as Deputy served as a FEMA PA grant administration consultant for the Logistic Chief Understudy. He also evaluated and analyzed SCDOT. Mr. Clark prepared both large and small projects for resources and market trends and research. Other approximately 100 roads and bridges throughout the State. In responsibilities at FEMA included: this role, Mr.Clark conducted site visits with SCDOT engineers, — Federal Equipment Manager: Includes maintenance, State representatives and FEMA staff and provided policy tasking, mobilization, and installation. guidance and consulting support to maximize reimbursement — Acting Program Analyst: Created and evaluated for the SCDOT. Additionally, Mr. Clark identified mitigation logistic operational plans and statistical reports. opportunities and prepared Section 406 hazard mitigation — Project Manager: Maintained oversight on special requests to further strengthen SCDOT's infrastructure. projects and departmental budgets. New York State Office of Emergency Management,Hurricane — Contracting Officer: Technical Representative managing contracts of more than 5 million USD. Sandy FEMA PA Consulting, 2012 - 2014 Mr. Clark assisted — Resource, Sup p YI , Documentation and Procurement multiple Long Island applicants in a grantee role as part of the Supervisor NYSOEM team. His duties included documentation collection — ICS Team Lead for logistics during Federal response of and review, project worksheet development, and program Gustav and Ike operations. management of FEMA PA applicants' large projects. Emergency Management Consultant, 2011 - 2012 As an TRAINING & CERTIFICATIONS Emergency Management Consultant, Mr. Clark coordinated — Graduate Certificate—Public Policy, Hamline University with and assisted federal, state and local emergency — Graduate Certificate — Economic Development, Hamline management agencies in developing Emergency Response, University Multi-Hazard Functional, and/or Mitigation Plans in accordance with Federal and State requirements. His Graduate Certificate—Finance, Rice University responsibilities included coordinating and assisting federal, — Environmental Management,Oklahoma State University at state and local emergency management agencies with Tulsa developing Continuity of Operations, Continuity of — Transportation of Hazardous Materials (DOT), Oklahoma Government, Business Continuity Plans, and emergency State University at Tulsa communication and notification plans and procedures. In addition, Mr. Clark coordinated and assisted in the design, Management of Solid and Hazardous Waste (RCRA), development, facilitation and evaluation of tabletop, Oklahoma State University at Tulsa functional and full-scale exercises, as well as developed, — RS Means Construction Cost Estimating Concepts defined, and established correlation and maintained metrics. — Executive Certificate Certified Professional Project Through this valuable experience, he often interfaces and Manager(CPPM),St.Thomas University, Minneapolis MN communicates with clients to execute project plans and — FEMA E0930, Local ICS Management Course prepare project deliverables. — Construction Management Certificate, Fordham University (in progress) t h o m P s o n PAGE 2 Z '1; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n ,f 1::s CONSUL-FING SERVICE t s{,,,; Jeff Hollis Field Operat"ons Supervisor FIRM EXPERIENCE inti{, i{tti{ Thompson Consulting Services 18 years rt, 2601 Maitland Center Parkway i s Maitland,Florida 32751 PROGRAM EXPERIENCEs is lti{, inti{, rtt� FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) ! FHWA ER Program t1 Mr. Hollis has 18-years of experience supporting and managing debris monitoring operations throughout the United States. He �t has worked extensively on private property debris removal programs as well as,right-of-way(ROW)debris monitoring,and leaner, ss hanger,and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE overseeing day-to-day debris removal monitoring operations Lakeland, Florida, Hurricane Ian Disaster Recovery from the South DTOP Zone. Operations, 2022 Mr. Hollis served as the operations City of Santa Fe, Texas, Hurricane Harvey Recovery, 2017 - manager overseeing day-to-day debris removal monitoring 2018 Mr. Hollis served as the operations manager overseeing operations throughout the City of Lakeland following day-to-day debris removal monitoring operations throughout Hurricane Ian. He oversaw all debris removal monitoring the City of Santa Fe. The City performed both hazardous tree operations including right-of-way debris removal and and limb removal as well as right-of-way (ROW) collection hazardous tree and limb removal.Overall, 1171102 cubic yards programs on County maintained roadways. of debris was documented and removed from the City. City of St. Augustine, Florida, Hurricane Matthew Recovery Terrebonne Parish, Louisiana, Hurricane Ida Disaster Operations,2016-2017 � Mr. Hollis served as the operations Recovery Operations, 2021 Hurricane Ida was the second manager overseeing day-to-day debris removal monitoring most destructive hurricane to make landfall in Louisiana. Mr. operations throughout the City of St. Augustine following Hollis served as the operations manager for Terrebonne Hurricane Matthew. The City performed both hazardous tree Parish. He oversaw all debris removal monitoring operations and limb removal as well as right-of-way (ROW) collection including right-of-way debris removal and hazardous tree and programs on City maintained roadways. Thompson limb removal. Overall, 2,775,000 cubic yards of debris was documented over 83,000 cubic yards of vegetative debris. documented and removed from the Parish. Lumberton, North Carolina, Hurricane Matthew, 2016 — Winn Parish, Louisiana, Hurricane Laura Disaster Recovery 2017 Mr. Hollis served as operations manager for debris Operations, 2020 Mr. Hollis served as the operations removal monitoring in Lumberton County, NC following manager for Winn Parish following Hurricane Laura. He Hurricane Matthew. He oversaw day-to-day operations oversaw all debris removal monitoring operations including including up to 35 debris removal monitors ADMS units for right-of-way debris removal and hazardous tree and limb right-of-way collection on County maintained roadways. removal. Overall, 149,000 cubic yards of debris was Overall, Thompson substantiated more than 26,000 cubic documented and removed from the Parish. yards of vegetative debris. Puerto Rico Department of Transportation and Public Works City/Parish of East Baton Rouge, Louisiana, Severe Flooding, (DTOP), Hurricane Maria, 2017 - 2018 _ Hurricane Maria is ROW and PPDR Program Management, 2016 - 2017 C Mr. regarded as the worst natural disaster on record to impact Hollis served as a senior field supervisor for debris removal Puerto Rico. Mr. Hollis served as the operations manager monitoring efforts on behalf of the City/Parish. He assisted in daily field operations for all monitoring programs including { ss+ PAGE 1 rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 G� JEFF HOLLIS right-of-way (ROW) debris removal and an extended ROW were properly demolished and disposed of at Type I Disposal Private Property Debris Removal(PPDR)program.To date over facilities. 1.8 million cubic yard of construction and demolition debris St. Landry Parish, Louisiana, Hurricane Gustav, have been collected and more than 1,450 applicants 2008 Following the devastating impact that Hurricane participated in the extended ROW PPDR program. Gustav, Mr. Hollis served as the field project manager for the South Carolina Department of Transportation, Horry and Parish's debris removal monitoring program. Mr. Hollis's field Georgetown Counties, South Carolina, Severe Flooding team monitored and documented the removal of eligible Recovery Operations, 2015 Mr. Hollis served as operations storm debris and worked with the Parish, State, and FEMA to manager for debris removal monitoring in Horry and address many unique challenges. Parish-wide, nearly 225,000 Georgetown Counties on behalf of SCDOT following a severe cubic yards of vegetative and construction and demolition flooding event. He oversaw day-to-day operations for right-of- debris was collected. way collection on SCDOT maintained roadways throughout the Escambia County, Florida, Hurricane Debris Disposal Counties. Monitoring, 2004 ! Mr. Hollis served a field supervisor Allendale County,South Carolina,Winter Storm Pax Recovery responsible for overseeing field monitors and ensuring only Operations, 2014 Mr. Hollis served as the operations eligible debris was collected. County-wide, nearly 8,000,000 manager for debris removal monitoring operations in cubic yards of vegetative and construction and demolition Allendale County following Winter Storm Pax.He was in charge debris was collected. of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, TRAINING & CERTIFICATIONS and removal of hazardous leaners, hangers on County — OSHA 29 CFR 1910.120 40-Hour HAZWOPER Training maintained roadways. County-wide, nearly 30,000 cubic yards of vegetative debris was collected, temporarily disposed, and burned. In addition, over 61000 hazardous trees were addressed. South Carolina Department of Transportation (SCDOT), Winter Storm Pax Recovery Operations, 2014 Mr. Hollis served as operations manager for the SCDOT debris removal monitoring mission in Dillon County. He was in charge of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners and hangers on SCDOT maintained roadways throughout the County. County-wide, nearly 200,000 cubic yards of vegetative debris was collected, temporarily disposed, and burned. Harris County, TX, Hurricane Debris Removal Monitoring, 2008 � In 2008, Mr. Hollis served as a field operations manager for the Harris County debris monitoring effort. Mr. Hollis managed a field team responsible for monitoring the removal of over 2,500,000 cubic yards of debris. City of New Orleans, Louisiana, Demolition Field Manager, 2007-2008 Mr. Hollis served as a demolition field manager on the City of New Orleans residential demolition program in 2007 and 2008. Mr. Hollis was responsible for ensuring that each FEMA eligible property had been properly condemned, posted, and decommissioned prior to being demolished. In addition, Mr. Hollis was responsible for ensuring that properties containing Asbestos Containing Materials (ACM) t h o m P s o n PAGE 2 Z '1; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n I'M Connie Stewait st Field ist ,t\ SlS{, l(((\ Ikk Operations S}6 i1{{S{i S%r or FIRM EXPERIENCE i{lft� fi{ Thompson Consulting Services 18 years rt, 2601 Maitland Center Parkway Maitland,Florida 32751 tt{\, PROGRAM EXPERIENCE is lti{, inti{, rtt� FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) FHWA ER Program Ms.Stewart has 18 years of experience supporting and managing debris monitoring operations throughout the United States.She �(t has worked extensively on private property debris removal programs as well as,right-of-way(ROW)debris monitoring,and leaner, ({,v hanger,and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE County experienced pervasive damage and extensive flooding. Lee County, Florida, Hurricane Ian, Disaster Recovery Ms. Stewart served as operations manager overseeing debris Operations, 2022 — 2023 Ms. Stewart served as the removal monitoring operations including right-of-way (ROW) operations manager for Lee County following the devastating debris monitoring, and leaner, hanger, and stump removal impacts of Hurricane Ian. She oversaw debris removal throughout the County. Overall, approximately 1.5 million operations such as right-of-way (ROW) debris removal cubic yards of debris was removed from the County. programs and hazardous tree/limb removal on County Puerto Rico Department of Transportation and Public Works maintained roadways. Overall, Thompson monitored the (DTOP), Hurricane Maria, 2017 - 2018 Hurricane Maria is removal of more than 5.7M cubic yards of debris from the regarded as the worst natural disaster on record to impact County. Puerto Rico. Ms. Stewart served as the project coordinator Alabama Department of Transportation (ALDOT), Hurricane overseeing day-to-day personnel management for various Sally Disaster Recovery Operations, 2020 - 2021 Hurricane debris programs. Sally inundated the Gulf Coast with heavy rains and destructive Lee County, Florida, Hurricane Irma Recovery, 2017 - 2018 ! winds causing a large amount devastating debris. Ms.Stewart Ms.Stewart served as the operations manager overseeing day- served as the operations manager for ALDOT and oversaw to-day debris removal monitoring operations throughout the debris removal operations such as right-of-way (ROW) debris Lee County, including the City of Fort Myers and the Town of removal programs and hazardous tree/limb removal on ALDOT Fort Myers Beach.The County performed both hazardous tree maintained roadways. Overall, more than 2.4M cubic yards of and limb removal, right-of-way (ROW) and waterway debris was monitored, collected,and removed. collection programs on County maintained Jackson County,Florida,Hurricane Michael,2018-2019 ! Ms. roadways/waterways. Overall,Thompson substantiated more Stewart served as the operations manager overseeing day-to- than 2.4 million cubic yards of vegetative debris. day debris removal monitoring operations throughout the City of Ormond Beach, Florida, Hurricane Matthew Recovery County following Hurricane Michael. The County performed Operations, 2016 - 2017 Ms. Stewart served as the right-of-way(ROW)debris removal programs, hazardous tree, operations manager overseeing day-to-day debris removal limb and stump removal, and County parks debris removal monitoring operations throughout the City of Ormond Beach projects. Thompson substantiated more than 120,000 cubic following Hurricane Matthew. The City performed both yards of debris. hazardous tree and limb removal as well as right-of-way(ROW) Carteret County, North Carolina, Hurricane Florence, 2018 - collection programs on City maintained roadways. 2019 ! Following the landfall of Hurricane Florence, Carteret Gr Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s N N O 4 mu mm 54513 ' \y 11S �wW Sumter County and City of Sumter, SC, Winter Storm Pax, City of Gulfport, MS, Hurricane Katrina, 2005-2006 Ms. 2014 Ms. Stewart served as a project manager and oversaw Stewart was responsible for hiring,training and managing field debris removal monitoring project operations from project monitors to document a variety of debris removal programs inception to closing the local field office. Duties also included including, right-of-way, saltwater kill tree removal, private hiring, training and managing field supervisors and field property debris removal, hazardous leaning tree and hanging monitors. limb removal, and abandoned storm damaged car and boat New York Department of Transportation, Hurricane Sandy, removal. She also oversaw a special program to provide 2012—2013 r Ms. Stewart served as a project data manager temporary fencing around swimming pools. and disposal site supervisor. Her responsibilities included TRAINING & CERTIFICATIONS overseeing a crew of oil recovery technicians along the shoreline and barrier islands of the Mississippi coast line. — FEMA Professional Development Series (consists of 7 US Army Corp of Engineers, New Orleans, LA, Levee different courses) Restoration, 2010- 2011 Ms. Stewart operated heavy — FEMA IS-00005.A An Introduction to Hazardous Materials equipment, including trackhoes, dozers and off-road dump — FEMA IS-00100.13 Introduction to Incident Command trucks in removing and stockpiling clay for the USACE Levee Systems ICS-100 Restoration Mission.In addition,Ms.Stewart served as the site — FEMA IS-00340 Hazardous Materials Prevention Safety Officer. — FEMA IS-631 Public Assistance Operations 1 Decon Facility, Pascagoula, MS, BP Deep-water Horizon Oil — FEMA IS-00632.A Introduction to Debris Operations Spill Response, 2010 Ms. Stewart served as a project — FEMA IS-00634 Introduction to FEMA's Public Assistance manager overseeing a crew of oil recovery technicians along Program the shoreline and barrier islands of the Mississippi coast line. — FEMA IS-00700.A National Incident Management System Galveston County,TX,Hurricane Debris Removal Monitoring, (NIMS)An Introduction 2008 1 In 2008, Ms. Stewart served as a field operation — FEMA IS-00703.A NIMS Resource Management manager for the Galveston County debris monitoring effort. — FEMA IS-00704 NIMS Communications and Information Ms. Stewart managed a field team responsible for monitoring Management the removal of debris from the Bolivar Peninsula off of — FEMA IS-00800.13 Nation Response Framework, An Galveston County. Introduction St. Landry Parish, LA, Hurricane Debris Removal Monitoring, — FEMA IS-00805 Emergency Support Function (ESF) #5 2008 ! Ms.Stewart served as a field operation manager for St. Emergency Management Landry Parish following Hurricane Gustay. Ms. Stewart was — FEMA IS-00810 Emergency Support Function (ESF) #10 Oil responsible for the hiring, training and management of field and Hazardous Materials Response debris monitors overseeing right-of-way and leaner and — OSHA 16 Hour Course#7600 Disaster Site Worker hanger debris removal programs. — OSHA 40 Hour HAZWOPER + 8 Hour Refresher to Stay Current Norman, Oklahoma, Ice Storm Deployment, 2007 - 2008 Following a crippling ice storm in Norman, Oklahoma in 2008, OSHA 10 Hour Construction Safety and Health Ms. Stewart served as a field supervisor overseeing daily — OSHA 30 Hour Construction Safety and Health activities of a group of debris removal monitors and ensured — OSHA 510—Construction Safety and Health project compliance. — OSHA 500 — Authorized Construction Safety and Health Monroe County, Florida, Hurricane Wilma,Waterway Debris Instructor Removal 2006 Ms. Stewart was responsible for hiring, — TWIC Card training and managing field monitors to document waterway — Class D CDL debris removal and derelict vessel removal programs throughout the Florida Keys. In addition, Ms. Stewart performed canal surveys identifying debris posing potential navigational hazards. t h o m P s o n 1� CONSUL-FING SERVICE"""S 1ti; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n I'M =t - s Raul Cardena Ott%{ Pro"ect Operaflons Ifi{%e inti{ I{ inti{ I55{S,, FIRM EDUCATION EXPERIENCE inti{, Thompson Consulting Services BA:Political Science 19 years IN, 2601 Maitland Center Parkway MA:Liberal Studies—Political Theory Maitland,Florida 32751 tt{+, PROGRAM EXPERIENCE is lti{, inti{, rtt� FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) FHWA ER Program Ifi{% Ifi{% Mr. Cardenas has 19 years of experience supporting and managing debris monitoring operations throughout the United States. He has worked t extensively on private property debris removal programs as well as, right-of-way (ROW) debris monitoring, and leaner, hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE City of Mobile, Alabama, Hurricane Sally Disaster Recovery South Carolina Department of Transportation (SCDOT), Operation, 2020 - 2021 ! Hurricane Sally inundated the Gulf Hurricane Helene Disaster Recovery, 2024 — 2025 ! Mr. Coast with heavy rains and damaging winds causing large Cardenas served as a project manager during Thompson's amount of disaster debris. Mr. Cardenas served as the state-wide mobilization in response to Hurricane Helene. operations manager for the City and monitored all debris Thompson conducted debris removal monitoring operations removal operations including right-of-way (ROW) removal throughout SCDOT maintained roadways across 18 unique projects and hazardous tree and limb removal projects. South Carolina counties, cities and towns simultaneously. Mr. Overall, Thompson monitored the removal of over 848,000 Cardenas was responsible for overseeing project operations cubic yards of debris from the City. and ensuring that staffing and equipment resource needs were Aransas County, Texas, Hurricane Harvey Recovery met. Thompson provided debris monitoring and Operations,2017—2018 � Mr.Cardenas served as the project substantiation for more than 2.3M cubic yards of debris across operations manager for debris removal monitoring services on SCDOT roadways. behalf of Aransas County following Hurricane Harvey. Mr. New Mexico Department of Transportation, New Mexico Cardenas oversaw day-to-day operations of the extensive Wildfires Disaster Recovery Operation, 2022 - 2023 New right-of-way (ROW), parks, and private property debris Mexico Wildfires suffered devastating impacts from a series of removal (PPDR) programs. Thompson substantiated the wildfires making their way through the State burning more removal of over 2.8 million cubic yards of vegetative debris. than 9041422 acres of land. Mr. Cardenas served as the Chatham County, Georgia, Hurricane Matthew Recovery operations manager for NMDOT and monitored all debris Operations, 2016 — 2017 Mr. Cardenas served as senior removal operations.Thompson has monitored the removal of operations manager for debris removal monitoring services on over 491522 tons of debris from NMDOT maintained roadways. behalf of Chatham County following Hurricane Matthew. Mr. LADOTD District 62, Louisiana, Hurricane Ida Recovery Cardenas oversaw day-to-day operations of the extensive Operations,2021—2022 Mr.Cardenas served as the project right-of-way (ROW), hazardous tree and limb, and private manager for debris removal monitoring operations on behalf property debris removal (PPDR) programs. Thompson of the LADOT following Hurricane Ida. Mr. Cardenas oversaw substantiated the removal of over 1,400,000 cubic yards of day-to-day operations of the extensive right-of-way (ROW) vegetative debris. and hazardous tree and limb removal programs. Overall, City/Parish of East Baton Rouge, Louisiana, Severe Flooding, Thompson substantiated the removal of over 2 million cubic ROW and PPDR Program Management, 2016 - 2017 ! Mr. yards of vegetative debris. Cardenas served as a senior field supervisor for debris removal { rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s RAUL CARDENAS monitoring efforts on behalf of the City/Parish. He assisted in other specialized debris removal programs performed by local daily field operations for all monitoring programs including governments and the United States Army Corps of Engineers right-of-way (ROW) debris removal and an extended ROW to closely monitor compliance, eligibility, and proper Private Property Debris Removal(PPDR)program.To date over documentation. 1.8 million cubic yard of construction and demolition debris South Florida, Hurricane Deployment, Hurricanes Charley, have been collected and more than 1,450 applicants Frances and Jeanne, 2004-2005 1 Mr. Cardenas was a part of participated in the extended ROW PPDR program. a response team to provide immediate on-site assistance and South Carolina Department of Transportation, Dorchester a wide range of disaster recovery management and storm and Berkeley Counties, South Carolina, Severe Flooding debris clean-up monitoring services to aid multiple South Recovery,2015 Mr. Cardenas served as operations manager Florida communities in making a quick recovery. Mr.Cardenas for debris removal monitoring in Dorchester and Berkeley was assigned to multiple municipalities in Broward County, Counties on behalf of SCDOT following a severe flooding event. where he oversaw collection and disposal operations He oversaw day-to-day operations for right-of-way collection performed at County Debris Management Sites. In addition, on SCDOT maintained roadways throughout the Counties. Mr.Cardenas provided Quality Assurance/Quality control over South Carolina Department of Transportation (SCDOT), municipal debris being disposed of and reduced at County Winter Storm Pax Recovery Operations,2014 ! Mr. Cardenas Temporary Debris Management Sites. served as the operations manager for the SCDOT debris TRAINING & CERTIFICATIONS removal monitoring mission in Marion County. He was in charge of overseeing day-to-day operations for all monitoring — OSHA 29 CFR 1910.120 40-Hour HAZWOPER Training projects including emergency road clearance, right-of-way — OSHA 29 CFR 1910.120 8-Hour Refresher Trainings collection, and removal of hazardous leaners and hangers on — National Safety Council Defensive Driving Training SCDOT maintained roadways throughout the County. County- wide, nearly 500,000 cubic yards of vegetative debris was TSCA Title II 24-Hour Asbestos Inspection and collected, temporarily disposed, and burned. In addition, Assessment Training nearly 45,500 hazardous trees were addressed. — FEMA IS 700a.—National Incident Management System, An Introduction Marion County, South Carolina, Winter Storm Pax Recovery Operations, 2014 Mr. Cardenas served as the operations manager for debris removal monitoring operations in Marion County. He was in charge of overseeing day-to-day operations for all monitoring projects including emergency road clearance, right-of-way collection, and removal of hazardous leaners, hangers on County maintained roadways. Virginia Department of Transportation (VDOT), Hurricane Irene Recovery Operations, 2011 Mr. Cardenas served as field supervisor overseeing disaster debris removal operations in the Richmond and Fredericksburg VDOT Districts which included six different residencies across the eastern part of state.The recovery efforts included the collection and removal of over 4501000 cubic yards of debris. MEMA, Hurricane Deployment, Hurricane Katrina, 2005- 2007 � Mr. Cardenas worked as part of a disaster recovery team contracted by MEMA following Hurricane Katrina. The team was responsible for conducting damage assessments, reviewing Right-off-Way collection and disposal operations and the permitting of temporary debris sites. In addition, Mr. Cardenas would review leaner and hanger debris removal programs, private property debris removal programs, and t h o m G s o n $ti; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n ,f CONSUL-FING SERVICE Tiffa., ny Thompson rt� sEi inti{ I{ Pro"ect t;{ FIRM EXPERIENCE inti{, i{tti{ IS{+ Thompson Consulting Services 10 years rt, Ifi{% 2601 Maitland Center Parkway {, Maitland Florida 32751 PROGRAM EXPERIENCE inti{, rt, FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) ! FHWA ER Program ! Automated Debris 'Nk' rt, Management Systems(ADMS) T Ms.Thompson has ten years of experience supporting and managing debris monitoring operations throughout the United States. t She has worked extensively on private property debris removal programs as well as, right-of-way (ROW) debris monitoring, and leaner,hanger,and stump removal programs in some of the largest areas impacted by debris generating events in the last decade. PROJECT EXPERIENCE Thompson substantiated the removal of over 31,600 cubic Town of Minden, Iowa, Tornado Disaster Debris Removal yards of debris from the City. Operations, 2024 Ms. Thompson served as an operations Dare County, North Carolina, Hurricane Dorian, 2019 1 Ms. manager in the Town of Minden on behalf of the Iowa Thompson served as the operations manager overseeing day- Department of Administrative Services following a severe to-day debris removal monitoring operations throughout Dare windstorm/tornado that impacted multiple communities County. The County performed both hazardous tree and limb throughout the State. Ms. Thomspon was responsible for removal as well as right-of-way(ROW) collection programs on overseeing day-to-day debris removal monitoring operations County maintained roadways. throughout the Town, and overall, Thompson monitored the Town of Paradise, California, Wildfire Recovery Operations, removal of over 3,280 tons of debris in less than twenty (20) 2019 Ms.Thompson served as the task force lead overseeing days. for debris removal efforts following the devastating wildfires City of Fort Myers, Florida, Hurricane Ian Disaster Recovery that swept Northern California. Tiffany was in charge of Operations, 2022 — 2023 Hurricane Ian caused widespread overseeing day-to-day debris removal monitoring operations damage across the State of Florida including in the City of Fort throughout the Town of Paradise. The Town performed Myers. Ms. Thompson served as the operations manager on emergency road clearance and debris removal operations and behalf of the City during complex disaster recovery operations right-of-way collection of vegetative, construction and including right-of-way debris removal, City maintained demolition (C&D)debris throughout the affected areas. facilities debris removal, and debris removal from City Horry County,South Carolina, Hurricane Florence, ROW and waterways.Thompson monitored the removal of over 838,000 Debris Removal Monitoring, 2018 - 2019 � Ms. Thompson cubic yards of debris and the removal of over 8,000 hazardous served as project/operations manager for debris removal limbs and trees from throughout the City. monitoring efforts on behalf of the County.She was in charge City of Natchitoches, Louisiana, Hurricane Laura, ROW and of overseeing day-to-day operations for all monitoring Debris Removal Monitoring, 2020 Ms.Thompson served as programs including right-of-way (ROW) debris removal and the operations manager overseeing day-to-day debris removal hazardous tree and stump removal. To date over 1.8 million monitoring operations for the City of Natchitoches following cubic yards of debris have been collected. Hurricane Laura. The City performed right-of-way (ROW) City of Atlantic Beach, South Carolina, Hurricane Florence, collection programs on City maintained roadways, and overall ROW and Debris Removal Monitoring, 2018 - 2019 ! Ms. Thompson served as the operations manager overseeing day- PAGE 1 rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Gr TIFFANY THOMPSON ;t to-day debris removal monitoring operations throughout the — FEMA IS-00321 Hurricane Mitigation City of Atlantic Beach. The City performed right-of-way — FEMA IS-00632 Debris Monitoring collection, and removal of hazardous leaners, hangers on City — FEMA IS-00320 Wildfire Mitigation maintained roadways. — FEMA ICS 100—600 City of Hialeah, Florida, Hurricane Irma, 2017 — 2018 Ms. — FEMA 35.17 Safety Thompson served as an operations manager for debris removal monitoring efforts on behalf of Hialeah, Florida OSHA 15-Hour Course following Hurricane Irma. Tiffany oversaw truck certification, — OSHA 30-Hour Course for General Construction monitor onboarding and badge distribution, right-of-way — OSHA 40-Hour HAZWOPER collection and tree work using ADMS and TDMSweb. Tiffany performed QA/QC and on-site data collection utilizing ADMS handheld devices in the field. Over 200,000 cubic yards of debris have been collected and monitored from Hialeah. Horry County, South Carolina, Hurricane Matthew Recovery Operations 2016 - 2017 Ms. Thompson served as an operations manager for debris removal monitoring efforts on behalf of Horry County following the landfall of Hurricane Matthew. She was in charge of overseeing day-to-day operations for all ADMS monitoring projects including handheld deployment, truck certification, monitor intake and badge distribution, emergency road clearance and debris removal operations and right-of-way collection of vegetative and construction and demolition (C&D) debris throughout the affected areas. Ms. Thompson was also responsible for assisting for generating reports on TDMSweb for daily distribution to project stakeholders. South Carolina Department of Transportation, Dorchester and Berkeley Counties, South Carolina, Severe Flooding Recovery,2015 Ms.Thompson served as field supervisor for debris removal monitoring in Dorchester and Berkeley Counties on behalf of SCDOT following a severe flooding event. She oversaw day-to-day operations for right-of-way collection on SCDOT maintained roadways throughout the Counties. Horry County, South Carolina, Winter Storm PAX Response and Disaster Recovery, 2014 In February of 2014 Severe Winter Storm Pax impacted the State of South Carolina covering various regions of the State in up to 1.5" of ice which generated widespread vegetative disaster debris. Thompson was activated by Horry County to provide debris removal monitoring services. Ms. Thompson served as the field supervisor responsible for overseeing all of the County's debris removal monitoring programs. The County performed ROW debris removal, hazardous trees and limb removal. TRAINING & CERTIFICATIONS — FEMA IS-00633 Debris Management Plan Development t h o m P s o n PAGE 2 t� s i Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t h o m p s o n ,f 1::s CONSUL-FING SERVICE Don ('�- rainger Operations Manager FIRM MILITARY EXPERIENCE EXPERIENCE rt� i{t{; i{tti{ jsli{, Thompson Consulting Services United States Army 8 years Ifi{% 2601 Maitland Center Parkway {, Maitland Florida 32751 PROGRAM EXPERIENCE inti{, rt, FEMA Public Assistance Emergency Work(Categories A-B)and Permanent Work(Categories C-G) ! FHWA ER Program Ifi{% Ifi{% Mr. Grainger has over eight years of experience supporting and managing debris monitoring operations throughout the United f States. He has worked extensively on private property debris removal programs as well as, right-of-way(ROW)debris monitoring, jt+rlt t and leaner, hanger, and stump removal programs in some of the largest areas impacted by debris generating events in the last � decade. PROJECT EXPERIENCE Baldwin County,Alabama, Hurricane Sally Disaster Recovery Bentonville,Arkansas,Severe Storm Disaster Recovery,2024 Operations, 2020-2021 � Hurricane Sally inundated the Gulf ! Mr. Grainger served as a project manager on behalf of the Coast with heavy rains and destructive winds causing a large City of Bentonville following severe storms, flooding, and amount devastating debris. Mr.Grainger served as the project tornados that impacted the State of Arkansas.The City carried manager for Baldwin County and oversaw debris removal out debris removal projects throughout City right-of-way as operations such as right-of-way (ROW) debris removal well as throughout the City's extensive parks and world programs and hazardous tree/limb removal on County renowned mountain-biking trails.Mr.Grainger oversaw debris maintained roadways. Overall, more than 13M cubic yards of removal monitoring and recovery projects resulting in the debris was monitored,collected, and removed. substantiation of over 333,000 cubic yards of debris. Hamilton& Davidson County,Tennessee,Tornado Recovery, New Mexico Department of Transportation, New Mexico 2020 Mr.Grainger served as the project manager overseeing Wildfires Disaster Recovery Operation, 2022 - 2023 New day-to-day debris removal monitoring operations throughout Mexico Wildfires suffered devastating impacts from a series of Hamilton and Davidson counties following devastating wildfires making their way through the State burning more tornados. The counties performed right-of-way (ROW) debris than 904,422 acres of land. Mr. Grainger served as a project removal programs, hazardous tree, limb and stump removal, manager for NMDOT and monitored all debris removal and County parks debris removal projects. operations. Thompson has monitored the removal of over Dorchester County,South Carolina, Hurricane Dorian,2019 ! 49,522 tons of debris from NMDOT maintained roadways. Following the landfall of Hurricane Dorian, Dorchester County State of California,Wildfire Recovery Operations,2021 Mr. experienced pervasive damage. Mr.Grainger served as project Grainger served as the operations chief overseeing debris manager overseeing debris removal monitoring operations removal efforts following the devastating wildfires that swept including right-of-way (ROW) debris monitoring, and leaner, California. Don was in charge of overseeing day-to-day debris hanger, and stump removal throughout the County. Overall, removal monitoring operations throughout affected areas in approximately 31,500 cubic yards of debris was removed from the State. The impacted areas performed emergency road the County. clearance and debris removal operations and right-of-way Multiple Counties, Georgia, Hurricane Michael, 2018 collection of vegetative, construction and demolition (C&D) Hurricane Michael was a category 3 hurricane that impacted debris throughout the affected areas. multiple states. Mr. Grainger served as the program manager for multiple contract activations across Georgia including { ss+ PAGE 1 rs,: Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 G� DON GRAINGER Dougherty, Lee, Terrell, and Crisp counties. The counties o IS-01002: FEMA Grants Portal performed right-of-way (ROW) debris removal programs, o IS-01006: Documenting Disaster Damage and hazardous tree, limb and stump removal. Overall, 4.2M cubic Developing Project Files yards of debris was monitored, collected,and removed across o IS-01014: Integrating 406 Mitigation Considerations the State. into Your Public Assistance Frant Puerto Rico Department of Transportation and Public Works o IS-01016: Environmental and Historic Preservation (DTOP), Hurricane Maria, 2018 ;r Mr. Grainger served as a (EHP)Considerations/Compliance project manager overseeing project operations for debris — HAZWOPER 40HR monitoring services in the West DTOP designated zone.He was — HAZWOPER Supervisor in charge of overseeing day-to-day debris removal monitoring — HAZMAT-Transportation operations throughout affected areas and DTOP zones. — OSHA 10-Construction Safety Miami-Dade County, Florida, Hurricane Irma Recovery, 2017 - 2018 ,g Mr. Grainger served as the project manager overseeing day-to-day debris removal monitoring operations throughout Miami-Dade County. The County performed both hazardous tree and limb removal, right-of-way (ROW) and waterway collection programs on County maintained roadways/waterways. Overall,more than 3 million cubic yards of vegetative debris was removed from the County. Harris County,Texas,Hurricane Harvey Recovery Operations, 2017 � Mr. Grainger served as the operations manager overseeing day-to-day debris removal monitoring operations throughout Harris following Hurricane Harvey.The County was severely impacted and performed both hazardous tree and limb removal as well as right-of-way (ROW) collection programs on County maintained roadways. Beaufort County,South Carolina,Hurricane Matthew,2016— 2017 ! Mr. Grainger served as the operations manager overseeing debris removal efforts on behalf of Beaufort County following Hurricane Matthew. Don was in charge of overseeing day-to-day debris removal monitoring operations throughout the County. The impacted areas performed emergency road clearance and debris removal operations and right-of-way collection of vegetative, construction and demolition (C&D)debris throughout the affected areas. TRAINING & CERTIFICATIONS — FEMA Emergency Management Institute o IS-00100.b: Introduction to Incident Command System o IS-00200.b: ICS for Single Resources and Initial Action Incident o IS-00800.b: National Response Framework o IS-01000: Public Assistance Program and Eligibility o IS-01001: The Public Assistance Delivery Model Orientation t h o m P s o n PAGE 2 2 CONSUL-FING SERVICE"""S $ti; I t tty� t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 r I � N EXH I B IT 2 3 LEmFrE RS OF REFERENCE IM t h �S r *a i ttl ;1 } 1 d �1!u t S` t r s'u_k 111, I 9 d 1 Fl I� } 5 qtr )Gi 1 Illi. � �`1r-{t1yrN 1 (�l r �S ib s � — =r'"1 I 1 I I` r 1 I t=� t= I h \ 9 ,ice, i i_ j Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 AW +BALI! _. _ _. _. 0,4 wmd C 7", Solid Waste & Environmental Program Management mity - f T ;0I. ton'--- �� 01Larry A. Washington, MPA, Director ° = ��� M ��; K 4010 W. Spruce Street Tampa, Florida 33607 Office (813) 348-1146 DATE: January 31, 2025 SUBJECT: Letter of Reference for Thompson Consulting Services Whom it May Concern, The City of Tampa was severely impacted by back-to-back hurricanes Helene and Milton in 2024. Hurricane Helene brought record storm surge, and Hurricane Milton produced tropical storm force winds and inundated the City with prolonged rainfall. Both storms produced widespread damage and flooding throughout the City. Thompson has served as the City's stand- by disaster debris monitoring services provider since 2023 and was able to immediately assist in our disaster recovery. Following notice-to-proceed, Thompson mobilized the necessary staff and equipment to begin Helene recovery efforts promptly monitoring over 52,400 cubic yards and 2,600 tons of debris in thirty (30) days. Hurricane Milton made landfall during Helene recovery operations, and Thompson worked closely with the City and our selected debris removal contractor to maintain a complete separation of projects in order to seek recovery reimbursement funding. Thompson recruited and staffed over 350 temporary debris removal monitors following Milton to perform right-of-way debris removal and hazardous hanging and leaning limbs and tree removal operations throughout the City. Thus far, Thompson has assisted the City in monitoring the removal of approximately 1,328,000 cubic yards of debris, 13,600 tons of debris, and over 22,900 limbs, trees, and stumps. The City has been highly satisfied with Thompson's level of knowledge, professionalism, and dedication to timely response and support for their clients. We would recommend Thompson to others in need of their services. Please feel free to contact me at 813-348-6529 or ionathan.kane@tamapgov.net for any additional information. Respectfully, Jonathan Kane Business Programs Supervisor, City of Tampa Solid Waste Department 11 tampagov. . . Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 0 4180 00_400 IF t LA % mandj� Q& M N f L, MF � Pubfic Works k 5 Eg VWw"f ? f pt I Memorandum Date: April 512023 To: To Whom It May Concern From: Ray Underwood, Public Works Director : Hunicane Ian Response 2022 On behalf of the City of Deland, Florida, it is my pleasure to submit this letter of reference and recommendation for Thompson Consulting services. Thompson has served as the City's stand-by debris monitoring services provider since 2015 and previously assisted the City with recovery efforts after the devastating impacts of Hurricane Irma in 2017. Most recently, Thompson was activated as our disaster debris 'monitoring services provider following Hurricane Ian in 2022 and immediately began mobilization of staff and resources and coordinating with the City to begin project implementation. Overall, Thompson monitored the removal of approximately 56,000 cubic yards of debris in under 60 days. In addition, they monitored the removal of over boo hanging limbs from hazardous trees situated along City maintained rights-of-way. f The City has a long history with Thompson, and I've found the Thompson team to be professional, dedicated, and courteous. Their familiarity of FEMA programs and guidelines have proved to be a great benefit to the City and has led to a thorough and efficient recovery. I highly reco'm'mend Thompson Consulting services to others in need of debris removal monitoring as well as public assistance recovery needs. Respectfully, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 MAYOR CITY COUNCIL - e MF - . a Jim, BERT t. r a PORE i ROBERT POOLE CITY CLERK JEFF WESLEY JOAN LFBLANC U tty of DU,,%,,n r1tam prtng.5 November 28th, 2023 Thompson n ult c+ , LL To Whom it May Concern,. Thompson Consulting Services son) has an extensive history f working with,the City of Denham Springs and has provided id i t r recovery services since 2012following Hurricane Isacc. Isaac made landfall slang the Louisiana Gulf Coast, and Thompson assisted the, City with disaster debris removal monitoring services, accounting for the removal + f over 9,300 CY of vegetative and construction and demolition D) debristhroughout the affected areas. Furthermore,Thompson con acted a city-wide survey to identify rri damaged,trees and assisted with the development and implementation of leaner/ ger program to address City ROW and public parks. More recently,Thompson has continued to provide project management and financial cost reconciliation supp rt for long-term permanent work projects partially funded by the HUD D -DR program resulting from severe flooding that occurred in 2016. Thompson responded immediately after the severe flooding impacted e City,causing approXimately$35,000,000 in dans eligible r FEMA PA reimbursement.Thomps n also substantiated the removal of over 250,000 cubic yards of vegetative debris and 272 tons of white goods and worked closely with the City to implement pre. n iv Private Property ris :oval' Program for extended ROW collection. Most ofthe sustained damage consistedf residential pro rt flooding.Thompsorts FEMA PA consultants assisted the City in their pursuit of funding ori private property + in demolition program r restore destroyed roprt currently posing threat to public health and safety. Additionally,Thompson prepared projects and supported the documentation for damages to City- owned d it in , equipment, roads, storm titer and wastewater utilities, and for the reimbursement of force account emergency protective meagar s. Over the past decade, Thompson has proven their dependability, pr f ssio alis , and dedication t efficient and effectiveis st r recovery services. The City would highly recommend Thi p n to other municipalities in need of their services. any questionr additional information that is needed, please feel free to contact me at treasurer it f rel pri s., r 5.667.8312. Best Regards, Michelle City Treasurer POST CE BOX 16,1119 DENa X0727- - ® Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 1" 0'TY 0 D A Y- `r N A B E A `TheF H--u y 1 '`Cl t`„t,,: 4�,,, h »}}fr t% 1 Us s.«{jt 114 ,rrt / 1jS r1w EI�'a r �' LA 4 r Y i1 July 7,2023 Thompson Consulting Services 2601 Maitland Center Parkway Maitland, FL 32751 Subject: City of Daytona Beach Hurricane Response &Recovery Mr. Hoyle, Thompson Consulting Services (Thompson) has served as a stand-by debris monitoring and grant management services provider for the City of Daytona Beach (City) since 2012. During that time, Thompson has supported the City with recovery operations in response to three (3) disaster events accounting for the removal of over 790,000 cubic yards of debris.Additionally,Thompson assisted the City in updating the Disaster Debris Management Plan. In October 2016, the City was impacted by the strong winds and rain brought on by Hurricane Matthew. The City activated Thompson to perform disaster debris removal monitoring services and assist in guiding the City through the debris removal and FEMA Public Assistance funding process.Thompson was extremely responsive to the City's needs and mobilized resources immediately after Hurricane Matthew passed the City to begin project implementation,truck certification,and debris collection monitoring. Thompson Consulting Services successfully monitored the removal of over 300,000 cubic yards of debris along with over 7,000 hazardous hanging limbs. Thompson's management staff was highly professional and always available to answer questions or address concerns. Their responsiveness, professionalism and knowledge of the FEMA programs helped guide the City through an efficient recovery. The City once again activated Thompson to provide disaster debris removal monitoring and Federal Emergency Management Agency(FEMA) Public Assistance services following the devastating impacts of Hurricane Irma in 2017. Thompson immediately began coordinating with the City's debris removal contractor to determine crew configurations and onboarding local residents for debris removal monitor positions. Thompson monitored and documented the removal of over 117,077 cubic yards of debris,completing{operations in less than three(3)months. Fallowing Hurricane Ian in 2022, the City activated Thompson to provide disaster debris monitoring services. The City suffered from extensive wind damage and storm-surge impacting sea walls. Thompson was able to mobilize immediately deploying personnel and equipment to begin debris removal operations including right-of--way debris removal and the removal of hazardous leaning trees and hanging limbs.Throughout project operations,Thompson monitored the removal of over 343,000 cubic yards of debris and 3,45.0 hazardous trees and limbs from the City. The City would recommend Thompson to other municipalities and agencies if they find themselves in the unfortunate circumstances of needing to monitor and account for a large debris removal effort. Sincerely, T David Waller Public Works Director {City of Daytona Beach Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 _ 'KI.K�^__it Ii`ii lii4i.tl.#.lY JohnI y ZL �� _. Solid Waste Management payor Marc Wilfalk Director P.O.Box 1562 Houston,Texas 77281-1662 T.832-393-0454 F.832-393-0333 www. oustonbc. ov November 26, 2024 Thompson Consulting Reference Letter To Whom it May Concern: The City of Houston Solid Waste t Department hays been pleased to work with Thompson Consulting Services as our debris monitoring and FEMA public assistance service provider since 2019. Since then, Thompson has assisted the City during its recovery following multiple disaster :vents which have accounted for over 5 million cubic yards of debris and over $150 million in anticipated disaster recovery reimbursement funds. Throughout our partnership with Thompson, they have hired over 775 local residents within the community and partnered with local disadvantaged business enterprise (DBE) partners returning recovery funding back into the local economy. In May of 2024, the City was severely impacted by a derecho that caused widespread damage across the City including in the Downtown area. The City activated Thompson's standby debris monitoring contract, and they were able to respond immediately with equipment and a staffing and recruiting team to begin hiring local, qualified residents to serge as temporary disaster debris removal monitors. In approximately 90 days, Thompson monitored d the removal of over 2 million cubic yards of debris as well as the removal of over 29,000 hazardous hanging and leaning limbs and trees from the City including throughout City parks. Additionally, Thompson is supporting the City in applying for the reimbursement of over $40 milli n in federal funds for both emergency work (Categories A and and Program Management Costs (Category . During the derecho recovery efforts, the City braced for the impacts of Hurricane Beryl which rade landfall in July of 2024. Beryl was a catastrophic hurricane event causing pervasive damage, flooding, prolonged power outages, and loss of rife. Thompson worked closely with the City and City debris removal contractors to ensure debris streams were documented separately for the two disaster events in order for the City to receive m axi m.u m recovery rel m bursement. To date, Thompson has substantiated the removal of over 3.6 million cubic yards of debris and over 50,000 hazardous limbs and trees from City right-of-way and private property. Thompson i also assisting the City with the recovery of FEIVIA Public Assistance A funding including Category A-B work and Category Z work. Thompson is supporting submittals for emergency work expenditures as well as providing recovery management Council Members: Array Peck Tarsha Jackson Abbie f a in Carolyn Evans-Shabazz Fred Flickinger Tiffany D.Thomas Mary Nan Huffman Mario Castillo Joaquin Martinez Edgard Pollard Martha Casten-Taturn Julian Ramirez Willie Davis Twila Carter Letitia Plummer Sallie Alcorn Controller: Chris Rollins Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 services, developing cost estimates, calculating departmental force account labor and equipment, successfully requesting Immediate diat Needs Funding (INF), and expediting projects that total over $105 million. We have been exceedingly satisfied with the overall quality f work delivered by Thompson as well as their high standards and dedication to their clients. We would highly recommend Th mp n Consulting Services to other municipalities in need of disaster recovery services. Should you have any questions r require additional information, please feel free to contact me at (phone or email). Respectfully, Mark Wilfal , CPM, Director Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 tt OmFA 3 Techngl'cal Approach & Methodology Our Understanding Ifi{% jsl7{, It{;{ is lts{, tt+' It{%e s s` The City of Clearwater(City) is the county seat of Pinellas County, Florida.The City encompasses 35.92 square miles and is bordered on the west by the Gulf of Mexico and on the southeast by Tampa Bay. In 2024,the City experienced major impacts from back-to-back Hurricanes Helene and Milton, including storm surge, flooding and heavy winds, from which it continues to recover. Due to its natural and built environment, the City is highly vulnerable to the impacts of future debris-generating disasters such as hurricanes, tropical storms, and tornadoes. Furthermore,the ever-present threat of rapid and dramatic rising sea levels around Florida's Gulf coast increases the likelihood of increased severe flooding from tropical weather events.As such, the City maintains a constant, high level of readiness to respond to a variety of hazards that may impact its citizens and consequently, is seeking proposals from qualified consultants to provide debris monitoring support and assist the City in navigating the funding and compliance channels of the Florida Division of Emergency Management (FDEM) and the Federal Emergency Management Agency (FEMA) Public Assistance (PA) Program. �t Thompson has an extensive history providing disaster recovery services along the central Florida Gulf �t coast. Thompson understands the City's unique operational needs and the challenges the City may face prior to and following a future disaster. Furthermore, we have the capacity to provide a dedicated project team and the capacity to deliver an unparalleled level of service to the City following a future event. We will use what we have learned from previous disaster recovery projects in the State of Florida �tand throughout t e United States to of debris removal programs, { Za 11 ; {} }f a�s t t {��s i 5 7j i��1'{ tt, ��t)I 1t'{€3 is I{ i at�'tlsl; of the various debris removal programs, and �t�,��,{ �r, ����� t a �,,, , ��,�l ,>�following a future disaster event. Utilization of Technology Solutions Thornpsonj's Automated DebrisMc-inager'nent System (AD „ Thompson has invested considerable resources in technologies to support more efficient debris removal monitoring. Among these technologies is our best-in-class Em ADMS solution,the Thompson Data Management Suite (TDMS).TDMS is a 3d collection of hardware, software, and communications infrastructure for the yearso f TDMS management of data and documents related to disaster recovery.The suite deployments provides near real time debris collection data to applicants, grantees, FEMA, FHWA, debris removal contractors, and others without disrupting the speed of the recovery. Each major component of TDMS is summarized below: TDIMSmobiie: is an ADMS hardware solution that provides clients with the option to manage and monitor debris recovery missions electronically in the field utilizing a handheld device and hip printer. The handheld device and system have configurable security settings to protect use and data. Specified locations, such as debris pickup and disposal sites, are captured by the GPS capabilities of the handheld y St", 0 M� nt t f t,; Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 m)t TECHNICAL APPROACH s ,rte METHODOLOGYs,s and verified in the web-based system.TDMSmobile also has disconnected architecture and is fully operational in a post storm environment where cellular networks are compromised or destroyed. is a web-based application that serves as the backbone of the TDMS for storage and data management.TDMSweb provides access to viewing, querying, sorting, reporting, mapping, and managing project related data and documents including electronic tickets, contractor invoices,text message updates, reports, and FEMA data and image exports. is a web-based GIS application that integrates geospatial and relational data to enhance management and public information capabilities.TDMSmaps provide full access to live maps, progress maps, and query maps, which assist in the evaluation of progress, assignment, or re-assignment of crews and provide graphical information to make debris management decisions that support effective and efficient operations.Thompson can tailor progress and real-time operation mapping to meet the needs of the project. is a web-based portal that serves as the client and contractor information center for contract documents, project costs, electronic tickets, accounting transactions r ,e,,,a 1 t c, ,<,k t } s„ 1 , { 1.,i"+'s o,,>,'.Sr,.°1 u'= '; , ,7+;f ,,rii,; r>,•, �l a,.( and I n V O I C e s. TDMSportal also provides access to viewing l-reatime querying, sorting, reporting, mapping, and managing project related data and documents. access to The portal eliminates email for document sharing and transfer and ultimately increases data visibility between the applicant,Thompson, and the debris contractor. Through the implementation of these technologies,TDMS limits the propensity for human error,fraud, data entry error, and reconciliation challenges, resulting in efficiencies, increased accuracy, and cost , ,. r, ,,; ,,33 �r 7 i, , [� S a V I n g S. e �, {�'`sY�> l't',thill t ; Successful Deployrnent History TDMS has been deployed by Thompson on nearly every FEMA eligible disaster debris removal monitoring project we have performed since7.TDMS can be utilized for a variety of programs and activities, including but not limited to: Truck Certification e Demolitions Right-of-Way (ROW) Collection Haul Out/Disposal Hazardous Tree Work(L/H/S) Project and Data Administration Private Property Debris Removal (PPDR) 9 Monitor Role and Time Management TDMS has also been evaluated and proven to meet the process requirements for the U.S.Army Corps of Engineers (USACE) Advanced Contracting Initiative (ACI).The following list includes a summary of each disaster incident and the number of handheld units deployed. Table 3-1 : TDMS Deploym Disaster Units Deployed Disaster Units Deployed 2024 Hurricane Milton 1,040 2019 Hurricane Dorian 91 2024 Hurricane Helene 11729 2018 Hurricane Michael 11300 2024 Hurricane Debby 103 2018 Hurricane Florence 235 2024 Hurricane Beryl 963 2017 Hurricane Maria 375 Isir�a SP c . { v } ii+% 3-2 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNII„ APPROACH ,t i 'cf Disaster Units Deployed Disaster Units Deployed 2024 TX Severe Storms 362 2017 Hurricane Irma 11200 2023 Hurricane Idalia 83 2017 Hurricane Harvey 400 2022 Hurricane Ian 2,015 2016 Hurricane Matthew 876 2021 KY Sever Winter Storm 689 2016 Louisiana Flooding 330 2020 Hurricane Delta 61 2015 South Carolina Flooding 180 2020 Hurricane Zeta 343 2014 Winter Storm Pax 475 2020 Hurricane Sally 1,619 2012 Hurricane Sandy 100 2020 Hurricane Laura 438 2012 Hurricane Isaac 12 Thompson maintains over ;"i, {_ {_TDMSmobile units on hand and has access to additional units within 1 hours of notification when necessary. In addition,TDMSmobile can operate on both Android and Apple devices further strengthening our ability to access additional units even during disaster conditions or global supply chain issues.Thompson's TDMSmobile devices have been deployed successfully over the last '` years, and Thompson will be able to provide the City with paperless ticketing from day one of debris removal operations. GIS Mapping Capabilities Thompson continues to expand our geographic information system (GIS) resources and capabilities to better support debris removal management.This includes enhanced gathering, managing, and analyzing data to provide spatial location information, such as project boundaries and roadway maintenance responsibility designations (e.g., local vs. state roadways). Figure 3-1 Road Responsibility i < I L K, E " �. II I 7 t` r, � %1 uu fir" t ' e U f t l i Thompson employs ArcGIS Pro, ESRI's latest desktop GIS application,which allows for seamless integration with our company's ArcGIS Online and Enterprise platforms. Additionally, we can integrate data collected through ESRI's Survey123 and Field Maps for display in ArcGIS applications (Web Mapping Applications, Dashboards, or StoryMaps). TDMSmaps is a web-based GIS application that integrates geospatial and relational data to enhance management and public information capabilities and is available to our clients through TDMSportal. Thompson's clients have full access to a variety of live maps, progress maps, and query maps, and can be tailored to the needs of the City. �,[,n,,, v IsZ)P c., ,Ia I ,SIs Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf ku Progress and pass mapping, which geographically present debris removal contractor activity, is a valuable tool for our clients,the contractors, and the community.The ability to show which roadways debris removal crews have performed collection allows the client and project managers to evaluate progress, assign or re-assign crews, and make general debris management decisions. Figure 3-2: Road Clearance Pn µ, 6=4./L,,4T J, V, 11 if r } , � .Vit:,,t a, ,. ,,� 4,,�! it 7, a .� r r .,i, t9.�.<, ,ti �,.ISvi°,,pit t=<„z �-.,, �„-� ��`,s�"�,,. Zoom functions within the map can provide street-level detail. Debris monitor activity maps depict, in real-time,where monitors are documenting debris removal. Zoom features provide street-level view and ticket details including date,time, location, debris collection type, and quantity. Activity maps can also be searched by exact street addresses to check progress. Figure 3 Daily b ri rlt r Activity KIM ttS :H hF1 M!,-,110 yU. Wnr Daily A,rtu U.1 aw=�fMA P �t 4 (In{Y W � l t Iirlf� J,y rs � ry loll sJ � � t JIB'`, �����ll�}�� ¢�>� 4`•.,�r � S TN J r i � l � F � y t (.}t Thompson can also create a GIS Operations Dashboard that displays real time data including daily and cumulative collection totals, collection locations, eligible/ineligible ticket locations, collection debris type breakdowns, etc. Dashboards can be created for a variety of debris removal programs, including private property debris removal. of fn�,,, v fi trot, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 'f�15 TECHNI 1„ APPROACH ,t i 'cf Figure 3-4-. Punch iso and PassDashboard Y A 1 i 10Kiw— wz, ......... 1 1 ju y 1 (r r 4,r¢Wl Approach to Debris Maximizing Reimbursement r Thompson-s approach to providing disaster debris removal and disposal monitoring services begins with �t the desired outcome at the forefront of what we do:document debris removal in a manner to ensure �t maximum grant reimbursement to our clients. Through experience and lessons learned,we have been able to develop a fine-tuned and tested approach to efficiently and effectively meet or exceed the FEMA compliance regulation standards for maximum reimbursement to our clients. When dealing with disaster recovery and compliance with FEMA and other federal agency regulations, not many things can take the place of first-hand experience. Our debris monitoring and reimbursement procedures,tools, and training methods are the results of a unique blend of theoretical and applied implementation strategies on real recovery projects. This approach is applied throughout all contract activities and all phases of the disaster preparedness, response, and recovery program for disaster debris removal monitoring. i .r e . Discister DebrisRrnovaI Monitoring Phase and - k Summary NON-EVENT POST-EVENT CLOSEOUT 10 I, a V 1 t`ce 1n."M^§��i,d k x 3 1 1 A A l I v i ,i S�,is,,.b i�i e h...t r(�, �,.3f M € "rl ,g { 1` s1 #_, X11`} : eft N1 t s�-y1 r r Ai1 1 �w F 1;<a1Pf° ',rm...,�� a ,'`<. Lk ? 5firi [,n�,,, o , y,1 3-5 s1's? Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf Non-Event Preparedness and Planning Part of Thompson's commitment to pre-positioned clients is providing planning and training services to the communities we serve. Our team is constantly expanding education,training, and field experience in the disaster debris monitoring, grant management, and emergency management fields and will share their knowledge with City leadership and staff. Following the contract award,Thompson will coordinate training schedules with the City to provide departments and key staff members training which will address prioritized topics, as requested by the City. In addition,Thompson can provide a variety of planning services,training programs,tools and templates that can be utilized by the City in future disasters or participate in exercises related to the City's disaster preparedness, response, and recovery.A list of sample services that can be provided to the City is provided below. Disaster Debris Management Plans 0 Public Information (DDMP) 0 Mitigation Planning and Support FEMA Public Assistance (PA)Training 0 Comprehensive Emergency Management Identification of Debris Management Planning Sites (DMS) Executive Guidance to Commissions, Procurement Assistance Boards, and Panels Post-Event / Disaster Debri's Removal Monitoring Operations Thompson has functionally organized our disaster debris removal monitoring operations by task predicated on the various debris streams and programs that can be expected based on our experience monitoring and documenting large scale debris removal operations.Thompson will tailor our approach to the City's debris recovery effort based on disaster specific challenges. Our tasks and task approach can be modified and scalable and our mobilization times can be either compressed or extended based on the needs of the City and the public. Table 3-2: Mobilization Timeline Task Mobilization Time Mobilization Program Management Immediately following NTP Damage Assessment 12-24 hours following notice-to-proceed (NTP) Onboarding and Training of Employees 12-24 hours following NTP Debris Program Implementation Health and Safety Plan Implementation 12-24 hours following NTP Measure and Certify Trucks by FEMA PAPPG Standards 12-24 hours following NTP Deploy Field Supervisors/Field Supervisors 12-24 hours following NTP Deploy Loading Site Collection Monitors 24-48 hours following NTP Deploy Debris Management Site Monitors 24-48 hours following NTP Monitor the Removal of Leaning Trees, Hanging Limbs,and 24-48 hours following NTP Hazardous Stumps I,335 4 , S Vll m 3-6 ss' `a , Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s TECHNICAL Os+ Task Mobl'l*lzat*lon Time Perform Special Debris Removal Programs(e.g., private TBD, based on input from FDEM and FEMA property debris removal) Data Management Accumulate and Review Daily Field Data (QA/QC) Onset of debris collection activities Reporting and Progress Mapping On-going throughout recovery operation Reconcile Contractor Invoices On-going throughout recovery operation M o bi 1i za ti o �1 Program Management Thompson will assist the City in in overseeing the debris management operations, obtaining proper approvals for special debris removal programs, and providing in-depth working knowledge of a variety of recovery operations, USACE debris management guidelines, and FEMA eligibility and reimbursement guidelines. Thompson will work with the City to develop a project management plan to ensure that contracted debris removal is properly documented to substantiate FEMA PA, FHWA ER, and NRCS funding. Some of the initial considerations will include, but not be limited to: Single/multiple debris removal 0 Crew/Monitor Estimates, by collection zone contractors 0 Onboarding and safety training locations and Debris removal contractor rates and procedures specifications 0 Operations Manager/Supervisor Assignments Debris estimates, by collection zone 0 Progress reporting distribution lists and Debris removal from gated communities protocols In most cases,Thompson will deploy our project team in anticipation of receipt a notice-to-proceed so that we can be responsive to the City's needs and effectively manage the deployment of personnel and resources. Upon receipt of a notice-to-proceed,Thompson will deploy Project Quality Assurance and Project Administrative initiation teams to the City. The Project Quality Assurance Team will consist of the Project Manager and appropriate number of Field Supervisors, based on the severity of the event. In addition to providing surge support to the City,the Project Quality Assurance Team will serve as the field project management team.The Project Quality Team will be deployed with equipment kits to accommodate all field staff. The Project Administrative Team will consist of administrative/human resource employees.The Project Administrative Team will be temporarily deployed to the City to support the monitor on-boarding process, including: Employee application reviews 0 Debris Monitor Training Motor Vehicle record checks 0 Health and Safety Plan Implementation Collaboration wilth the : Immediately following notice-to-proceed,Thompson will begin coordinating with the City and City contractors to synchronize mobilization and response activities. Thompson will need the following information from the City prior to or upon mobilization: • Points of Contact • Copy of contract between City and debris removal contractor(s) v ,[,n,,, is Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 'f�t5 TECHNI i„ APPROACH & METHODOLOGY ,t i 'cf • GIS shapefiles • List of priority roads • Preferred debris removal zones (if available) • Any inter-local agreements or memoranda of understanding with State, County, or other municipalities Throughout the project, the Thompson Project Manager will identify critical path functions that will require close coordination between the City and Thompson.These may include: Public Information 0 Information on FEMA Private Property Issues 0 Damage reports and resolution Special Needs Assistance Thompson will identify a lead for each function to serve as a direct interface with the appropriate City staff on each issue.The Thompson team member will be available in person, by phone, or email to communicate with the City and project stakeholders.To the extent that cellular connectivity is not available,Thompson will secure alternative communications methods (radios, satellite, etc.). Resource and Budget :Thompson provides a dedicated project team to ensure that each debris removal program is managed and documented properly to maximize available federal reimbursement. Additionally,the use of an Automated Debris Management System (ADMS) significantly reduces the quantity of hours and positions required to deliver FEMA compliant monitoring services including post-event activities such as assembling, documenting, and submitting supporting reimbursement documentation for FEMA claims and other grant-funding sources.The savings recognized are through the reduction of the number of staff required for supervisor and assistant (administrative and financial) positions. �t A key differentiator of Thompson is our best management practices coupled with our ADMS technology �t which allow us to provide industry leading field monitoring and documentation with minimal �t administrative costs passed on to the client. The total amount of debris generated by any particular disaster will depend on the location and type of event experienced, as well as its severity, duration, and intensity. Following a disaster event that impacts the City,Thompson will work with the City and the City's debris removal contractor to develop a debris estimate based on the event, scope of work necessary to clean-up the debris, and budget to monitor the actual quantity of equipment that the contractor has pledged to execute the scope of work. Thompson's Automated Debris Management System (ADMS),the Thompson Data Management Suite (TDMS),will allow the City access to near real time financial encumbrances and project progress that can be tracked via the i nternet. F t rt �i { t } i a r� ,,t n.„ "I !I, FEMA and State Agency :To the extent that it is required by the City,Thompson will serve as a liaison between FEMA, FDEM, and other public entities to document and demonstrate that debris removal, response and recovery activities are eligible, allowable, and in compliance with FEMA Publication FP-104-009-2 Public Assistance Program and Policy Guide (PAPPG).Thompson will work with the City, FDEM, FEMA Region 4, and FEMA Headquarters to facilitate a transparent, well documented partnership throughout the recovery effort.This will allow Thompson to integrate Disaster Specific js? n 3-8 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf Guidance (DSG) issued from FEMA into the City's debris removal efforts, and pro-actively create a positive working relationship with participating stakeholder regulatory agencies. Informatilon :Thompson has a variety of resources and tools to assist the City's public information and outreach efforts. During non-event times, prior to and immediately following a disaster incident,Thompson can work with the appropriate City staff to develop press releases to inform the public on topics related to debris removal efforts, including proper setout procedures for bring debris to the right-of-way, anticipated collection start, progress and end dates, and notification of special debris collection programs available to the public. Thompson can also utilize our technology solutions, including our enhanced mapping capabilities,to provide project data summaries including debris types and collection totals as well as URL/web-based maps and dashboards that the City can share with the public. As part of Hurricane Ion recovery efforts, Lee County, Florida, ' wanted to provide a publicfacing website to update residents on recovery progress. Working closely with the County, �+ I �t Thompson provided data and mapping information that was displayed through a public dashboard hosted by the County and available to citizens online and through mobile devices. I Thompson can also establish and staff a hotline to assist with public telephone inquiries and complaints regarding debris removal operations.Thompson will ensure that all calls are documented and assigned a status to track the complaint and x g p -t resolution. Damage complaints concerning debris removal will 4 be tracked and reported by debris contractor(s). All complaints , I will be provided to the project management team for resolution t with the debris contractor.Thompson will provide a log of inquiries and complaints and their resolution to the City Project Manager on a weekly basis. Debr*s Removal Contractor Coord*nafion Thompson recognizes that each disaster situation is going to be different and therefore promotes a collaborative working relationship with the City and their debris removal contractors. Immediately following a notice-to-proceed,Thompson will begin coordinating with the City and City contractors to synchronize mobilization and response activities.These activities may include: Area: If a staging location is identified during planning sessions and the site is compromised/unavailable due to the event,Thompson will work with the contractor to identify an area outside of the impacted zone to stage equipment and begin equipment certification. Emergency :Thompson will work with the City and contractor(s)to ensure that all hours and activities are well documented to substantiate FEMA reimbursement.Thompson will also work to expedite 70-hour push activities,focusing on the City's list of priority roadways,while ensuring that the period of performance adheres to FEMA's eligibility standards and all labor and equipment time is tracked and documented. js? n 3-9 s+ Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 'f�t5 TECHNICAL APPROACH & METHODOLOGY ,t i 'cf Zone Assaignment to Contractors and Subcontractors-, Thompson will work with the debris removal contractors to coordinate and schedule the appropriate number of crews for each pass. Zone parameters will be entered into TDMS to generate detailed reports by zone, contractor, debris type, etc. D'Istoinct Field Management Based on Authorilzed Scopes of Work-. ADMS will be configured to discreetly document and manage multiple contractors and the type of debris that has been approved for collection. For example, if a contractor is tasked only with the collection of vegetative debris,the ADMS devices will only be configured to that specific debris type. A monitor will not be able to issue a ticket for C&D debris if the hauler has only been approved to collect vegetative debris. DIMS Permitting-.Thompson will ensure that each contractor obtains environmental authorization and/or permits for DMS sites.Thompson will also work with each contractor to obtain copies of permits for final disposal locations. Damage Assessment At the direction of the City,Thompson can assist with preliminary damage assessments in accordance with the FEMA Damage Assessment Operations Manual.Thompson will perform damage assessments with the City and City contractors to determine the scope of the damage, identify the need for special debris programs such as leaner/hanger/stump removal, and develop crew configurations and assignments. Damage assessment assistance may include, and is not limited to, participation in one or more of the following tasks: Identifying damaged facilities Documenting damages Documenting work and cost Other Considerations (codes and standards, repair vs. replacement, hazard mitigation etc.) All damage assessment documentation will be captured, digitized, and managed using TDMS. This information will allow Thompson and the City Contractor(s)to develop budget estimates to be used for task orders and Project Worksheet development. Est'Imat'lon Methodology-. For purposes of pre-event planning and understanding resource requirements,Thompson utilizes the US Army Corps of Engineers (USACE) debris-estimating model for developing debris estimates.The USACE developed this model based on debris generated by Hurricanes Frederic, Hugo and Andrew.The model contemplates the number of households in an urban/suburban area, as well as the category of storm,vegetative characteristics, commercial density and precipitation. The estimated quantities produced by the model have a predicted accuracy of±30%. Because of the margin of error in the model,Thompson validates the modeled result via windshield surveying and unmanned aerial systems assessments in a post-disaster scenario.Windshield surveys provide debris removal professionals the opportunity to estimate the quantity of debris per parcel surveyed,which can be extrapolated to include the number of parcels within jurisdictional limits of the community. Unmanned aerial systems assessments are important because they provide Thompson with the ability to gauge the consistency of the damage across the jurisdiction and provide a means for identifying areas that have been compromised which may be isolated without means of conventional travel due to debris or flooding. [�',n,,' v Is ,ta t st's, t,t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf "j" t it i i 7Onboarding and Training of Employees r Thompson's staffing plans are designed to be flexible and scalable so that we can effectively and efficiently respond to the City's needs no matter the 2500 + operating climate. Thompson is fully prepared to deploy the appropriate number of fully trained field staff to the City within 24 hours of receiving a field staff ff crui ted notice-to-proceed and will make every effort to hire residents from & hired following impacted communities within the Cit to serve as debris monitors. i rri ca ne Ion p Y Following an event,Thompson will establish a location within or near the City of Cape Coral from which to perform recruiting, onboarding, and training.Thompson knows that immediately following a disaster incident, access to a project operations office and communications infrastructure is critical to building a local workforce. However,with the potential for office facilities and hotels being damaged in the event, it is imperative to have a reliable alternative.Therefore,Thompson has invested in a fully functional mobile field office that can be utilized to implement initial debris removal monitoring operations regardless of environmental conditions. We can implement onboarding and equipment staging from the mobile field office, and with integrated satellite capabilities, our mobile office can serve as a stand-alone communication center.Thompson's mobile field office is also beneficial when trying to onboard field personnel and establish field operations in remote locations. z Thompson deployed our mobile field office following Hurricanes Laura, Sally, Delta, and Zeta in 2020, Hurricane Ida in 2021, and Hurricane Ion in 2022. These activities will be coordinated and supported from our headquarters in Maitland, Florida. Thompson will also make every effort to hire residents from within the City to serve as debris monitors. This effort will help skilled residents participate in the City's recovery efforts with a meaningful impact and earn a competitive hourly wage. In accordance with FEMA Public Assistance Program and Policy Guide, FP-104-009-2,Thompson will train debris monitors, City employees, and other project stakeholders to have a complete understanding of the roles and responsibilities of the debris manager, including: Accurate and objective debris estimating techniques Process for determining debris eligibility: (1)threat to public health/safety, (2) direct result of the disaster event, and (3) existing in the public right-of-way A comprehensive understanding of all phases of debris management operations, including loading sites, debris management sites (DMS), and final disposal locations The ability to differentiate between debris types Understanding of Collection Site and DMS safety procedure Understanding of the Thompson Field Health and Safety Plan Understanding of the terms, conditions, and scope of the debris removal contract and other disaster specific guidance provided by the City, FDEM, FDEP, and FEMA Hours:Thompson has made a tremendous investment in our personnel, resources,technology, and tools to have the flexibility and scalability necessary to be an industry leader in debris monitoring. Part of this investment is in a proven process to identify,train, and equip local hires in a safe manner in extremely short periods of time. Thompson begins the process of recruiting and on-boarding immediately upon contract award, not reactively following a notice to I,335 4 , S o m „a , c., rI i`a Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf proceed.Thompson will issue contingent job postings through a variety of outlets to pre-identify a pool of existing candidates to serve as field monitors. �t The table below outlines Thompson's local hire tasks and timelines to ensure that we deploy trained and safe local hires within 24 hours of a notice-to-proceed and fully staff the project within 72 hours of �t receipt of notice-to-proceed. Table . Task Mobifflizat'lon Time Non-event local hire recruiting Year-round Local hire recruiting(activation imminent or issued) 48-72 hours prior to landfall (known event) Driver motor vehicle record check 12-48 hours Health and safety training 12-48 hours Debris collection and disposal monitor training 12-48 hours TDMS—debris management system training 12-48 hours Issuance of personnel protective equipment(PPE) First day of field operations for each monitor Project is fully staffed <72 hours Thompson stands prepared to meet the needs of the City and has a proven ability to deploy more than 100 monitors within 24 hours of initial activation. Following Hurricane Ian in Florida,Thompson on- boarded, trained and deployed more than 2,500 monitors to support client needs during the first 24- hours of operations,while also deploying experienced field supervisors and operations managers across the State in preparation for truck certification and regular debris removal activities. Over 1,570 field monitors were hired and trained in Lee County alone. I`,,, ot"t� �41 ,:; ( ,} �t 1' i, S t,. ,) ti ;.yl :!r 4'x i ,.,,Y.... p;�. S, ,{ '- .S. v' s A<<it, m Z,s s a tP;1 1:d: J t,a {,. 1 i ( � '1t•;. 5t'' �� Subcontractor Parficilipatilon:Thompson maintains the resources and experience to fulfill the scope of work requested by the City without the need to employ an additional subcontractor. However, should the scope of work expand to include an opportunity to engage additional resources,Thompson will work with the City to identify an appropriate subcontractor. Thompson has a proven history of meeting or exceeding our subcontracting goals on past projects, and we will take all steps to confirm compliance with all applicable federal or state laws or ordinances for DBE participation, including 2 CFR 200.321. Debris Program Implementation Health and Safety l Thompson employees are trained to put the safety of anyone on a jobsite above all else—even a project timeline. Our behavioral-based program enables employees to conduct risk assessments to identify and control or eliminate hazards. Most importantly, our employees are authorized and required to stop work when safety is compromised. Our employees work in a variety of environments, from the field to the office. We believe that the health and safety of our employees are best protected when our activities are properly planned, so we work in advance to determine the different types of training and information our employees need. v js? P c., „a ,[,n,,, I fi SiSlt frat, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s TECHNICAL DG Thompson will implement a Health and Safety Plan (HSP) that outlines site-specific precautions to be taken to avoid and mitigate the risk of hazards associated with work performed in the elements, around heavy equipment, near tree work, and close to vehicle traffic.The HSP will establish that work performed on the project shall comply with all applicable OSHA, State of Florida, and all other safety requirements provided by FEMA and its authorized contractors. Thompson will also provide a hard hat, reflective vest,safety glasses, and hearing equipment to collection and disposal monitors and field supervisors. In addition, Thompson will ensure that all collection and disposal monitors and field supervisors report to work with a cell phone, protective shoes, long pants, hot, cold, and/or wet weather gear, sunscreen, and a supply of bottled water. IUII Ir -UI UI.I .Ic`»� . on Truck Cert In accordance with FEMA PAPPG standards,Thompson will complete equipment check-in and certification of trucks and other equipment mobilized by the Contractor so that debris removal operations can be recorded and substantiated in accordance with the terms, conditions, and unit rates in City's debris removal contract. To comply with these standards,Thompson will observe and record the following information during truck certifications: Valid truck registration • Volumetric capacity of the inside of the loading container • Calculated deductions of volumetric capacity for dog boxes, round container bottoms, and other volumetric capacity reductions • Brief physical description of the truck • Photographs of the truck and container Thompson will assign a unique identification number to each truck and a placard with the truck number affixed to each side of the debris removal truck. r}< it Deploy l ri s rs Thompson will deploy Field Supervisors at a 10 monitor: 1 supervisor ratio to oversee, document, and substantiate debris removal efforts efficiently and effectively. Field Supervisors will: 10 Be prepared to operate a minimum of 12-14 hours per day, 7 days per monitor week supervisorr,, t i Verify that only eligible debris is being removed from designated public ROW and public property within assigned collection zones Maintain regular communication with and ensure that collection monitors are documenting the collection and removal of eligible debris from approved public areas Confirm the completeness and accuracy of load tickets and field documentation generated by collection monitors to substantiate debris removal operations Identify, address, and troubleshoot any questions or problems that could impact work safety and eligibility Suggest methods to improve the efficiency of collection and removal of debris sta fy n a Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf I Deploy g Field Monitors Thompson will deploy a debris removal collection monitor for each piece of loading equipment deployed by the Contractor.The Collection Monitor's primary responsibility is to observe, document, and substantiate the removal of eligible storm debris from City property and other collection zones identified and approved by the City.The Collection Monitor will perform all services outlined in the City's scope of services. Hazardous Leanaing Tree, Hanging Li1mb, and Stump Removal Moniltors.,Thompson anticipates beginning hazardous tree removal operations prior to or concurrent with right-of-way(ROW) debris collection. By getting the bucket trucks out ahead of the debris removal trucks with hazardous tree and limb removal,the overall collection operation will be more efficient.Thompson will ensure that hazardous stumps are pre-approved by FEMA and that the stump removal process is documented to include before and after photographs and GPS coordinates. Debrils Management Silte Disposal :Thompson will work with the City and their contractor(s) to establish the appropriate number of debris management sites (DMS) required and staff each site with trained DMS Disposal Monitors. DMS Monitors are responsible for completing the load transactions and recording debris volumes for loads that have been transported to the DMS for processing and storage or final disposal. DMS Monitors will remain in contact with Field Supervisors and report any issues at the DMS site immediately. ,t,...... ` ' r it ..,4'r,t"", (,},,,,;,t};r`,,,.r r r,3........... -s Staff Scheduling &. Tome Tracldna System Thompson Thompson has developed a timekeeping module through our ADMS where field staff scan their badge, which is assigned to them following onboarding and training, to "check-in" and "check-out" each day. This data is populated to a timecard that is reviewed and approved by Thompson Field Supervisors.All of Thompson's time will be organized by debris program,task, and labor position and we can organize invoices and back-up to meet the needs of the City while satisfying FEMA reimbursement requirements. Once local applicants have successfully completed the new hire paperwork,they will participate in comprehensive training on FEMA policy, debris monitoring responsibilities, and job site safety. Upon completion of required training,Thompson will onboard each new hire using their government issued driver's license and take a photograph using an onboarding ADMS device.The information will be uploaded into TDMS and the employee's personal identification information will be encrypted in a unique QR code. Thompson will print the badge with the photograph and encrypted QR code and give to the monitor prior to project/location assignment. After operations conclude each evening,Thompson Field Supervisors will perform QA/QC on all clock in/clock out times to ensure that electronic time stamps are captured in TDMS. Time entries will be finalized on a nightly basis. Following each work week, individual monitor time logs are distributed in the field for employee review and approval. Any discrepancies in time are reviewed and reconciled by management before the monitor signs their timesheet. Dasj, (l f �t,<'{� t ('ft Iii\j, ,lj;fj} I� I� II�I� Track.i w Miltilgatilng .Thompson will proactively work with debris removal contractor(s) to discuss operational conditions to mitigate damages. Collection and Disposal Monitors are trained to identify and notify the debris removal contractors of potential causes damages before they occur.Thompson can P Z) c) b 5� v 14 Is st's, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf also appoint a Field Supervisor dedicated to receiving and documenting damages that occur and are reported from the Collection and Disposal Monitors. Documenting Damages-. Collection and Disposal Monitors and Field Supervisors will be trained on the process for reporting and documenting damages, in addition Thompson will also appoint a dedicated Field Supervisor to each work zone for receiving damage reports and documenting all required information to track the incident from occurrence through resolution, including photographs, descriptions, and GPS coordinates. Trackeing :Thompson will assign a unique work order number to each damage complaint and will track the work order by the GPS coordinate of the complaint. A map will be maintained of all damage related work orders showing the status (identified, verified, and resolved) of each incident. Thompson will maintain the following information for each damage complaint work order and organize work orders by service area: Work order point of contact 0 Description of actions by responsible party Responsible contractor/sub-contractor 0 Photographs/other evidence of repair Photographs of damage 0 Cost summary, if available ^ w moal r* Removal UI au,aA The damage caused by major debris events including hurricanes, tropical storms,tornadoes and flooding often create the need for special debris removal programs which include, but are not limited to: Private property debris removal (PPDR) Debris removal and restoration of waterways and canals Debris removal from parks and recreation trails Vehicle and vessel recovery and disposal Hazardous waste and contaminated debris management Debris removal from storm drains and catch basins To the extent necessary,Thompson management staff will review existing maintenance records to establish the pre-disaster conditions and ensure compliance with FEMA policy and work with the City's contractors, FDEM, FDEP, NRCS, USACE, and other regulatory agencies to expeditiously remove storm generated debris from affected public facilities. Special debris program monitors will be responsible for: Demonstrating that the debris/sediment/vehicle presents a hazard or immediate threat to public health and safety Ensuring only eligible debris is removed as defined by FEMA PAPPG from approved public areas Ensuring that contaminated debris/soil is handled, processed, and disposed in accordance with the type of contaminant Verifying that any contaminated disaster-related debris is addressed by the specialist from FDEP and/or EPA and managed appropriately in the designated areas Recording the date, GPS location, physical address, and time that the work was performed Measure the eligible debris removal in accordance with the City's contract (e.g., linear foot) Ensuring vehicles and vessels are abandoned, i.e., the vehicle/vessel is not the owner's property and ownership is undetermined Is n ,a st's ® 1 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf • Verifying and documenting the chain of custody,transport and disposal of the vehicle or vessel • Photo documenting the work performed to facilitate an audit ready paper trail for FEMA review Prilvate Property Debrils Removal (PPDR) :Thompson has extensive experience in developing and implementing private property debris removal (PPDR) programs, including the management of many of the largest multi-phase, multi-property demolition and housing initiatives in the United States over the past ten (10)years. Thompson will review local ordinances and design a PPDR program that demonstrates and documents that local governments have the legal authority(and FEMA eligibility)to perform a variety of debris removal programs on private property. We have performed comprehensive PPDR ordinance feasibility reviews and PPDR program implementation in Florida, California, Puerto Rico,Texas, Alabama, Mississippi, and Louisiana.To ensure that the PPDR program is successful,Thompson will have the following objectives during ordinance review: Identify an ordinance that clearly grants the City with the authority to enter private property to remove and dispose of debris, such as a nuisance abatement or public nuisance ordinance.This is critical to establish legal authority and FEMA eligibility. Establish multi-step process to ensure that all proper notifications are made to property owners. Develop a public outreach plan to ensure that residents in need can participate in the program. Upon review and approval of a proposed PPDR program by the City, FDEM, and FEMA,Thompson will implement and document the program to maximize available reimbursement. PPDR programs may include: Vegetative, construction and demolition (C&D), and mixed waste debris removal Residential and commercial structural demolitions Leaner, hanger, and stump removal In managing, monitoring, and documenting PPDR programs,Thompson will develop a property identification number for each property. Each property will have a PPDR "packet"that documents the following information: Ordinance granting legal authority under 0 FEMA Historic Preservation review/ which the private property debris approval removal work was performed 0 Documentation of asbestos abatement (if Documentation of all necessary actions necessary) taken to satisfy the requirements of the 0 Documentation of utility disconnections (if ordinance necessary) Notification to property owner 0 Field documents and site schematic Posting on property documenting eligible work performed Executed Right-of Entry Agreement 0 Before/after photographs FEMA/FDEM Approval 0 Property close-out documentation All PPDR documentation is managed through multiple elements of TDMS, including organizing and storing program and property documentation, mapping, and property status and program statistics. I,335 ti m` ci, , (. 3 16 itss' `a , Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 r TECHNICAL APPROACH & METHODOLOGY 'cf Figure e b Management and Adr-ninistration of PPDR Documents r ` i" 0 s �± t q, tw 1 t ua r it s Mfr; PP i 3-7: Applicant Int r.;,;.;..e Dashboard a. .a ' ! r , r IJ! n Dato Management Thompson utilizes technology as integral part of its approach to providing debris removal monitoring services for purposes of quality assurance/quality control (QA/QC), contractor invoice reconciliation, and reporting. i,},.:.,r,t f...... Quahty r` QUONty s Debris collection and disposal information generated from tickets created in the field utilizing TDMSmobile is uploaded into a secure electronic disaster debris data management system,TDMSweb, that summarizes debris quantities to include collection and disposal information by date, debris type, collection zone, and collection and disposal location. This information is reviewed daily through Thompson's quality assurance/quality control (QA/QC) queries and parameters which check of irregularities and outliers. Such queries and parameters include: Count of loads by collection truck 0 Average load call by truck Trip time per load 0 Average load call by disposal monitor Trip distance 0 Count of loads by collection location b 5� is rra r , o n sr's, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf Figure 3-8: i cIe,, Data Presented it TDMSweb r,< u a t qp r, EMM �z 5i Q h{ zn 3 a� ori:,� re; 4b»rc aka uZ UMI Thompson will also plot daily collection activities using GIS software to review collection locations �t against eligible City boundaries to ensure collection occurs in designated work zones. Figure i 1,,-;,. w i d Boundary Mapping A T1311 4,11 ETJ m+` s P J rx, „,, ,t EJ'i a, rx,u�•=my y y fln4 diL I Y, it { (•r t ;7',$11 i{f,�t i ,„t i�ar�,r� ,tr.r.. Reporting Thompson collects a large amount of information from field operations and can provide our clients with a variety of reports, maps, and dashboards to summarize this information. We develop and manage all reports in-house and can customize each product based on clients' reporting needs and program 1 �� �>> t, \ ,U. }f�,. { t.i( ,t S�N s„- », �� !P „�. �''±i,M t'1 sA, 1-, s�..,,r �,i 'trr�� ,):" ` �i J� t z.. � �� � ,,,; �'t' t i` 7`r.. r S ,t:,„ � it ( � 77 t 7 i7 t..,. .n: -., ,-.7:,. 1, is ,^,r , �, 1,. 7 i.'' 7 t ,,. f£.."I configuration. �n1 E �xb �ti,t�, � ia�+,�„�, a ra� a,\{� V� c,t��,i�xp ,„�(�t �� C, {u,1� w� l� i t rd>?.. r'....W,\r t,e” i,.,�f .,t ., r �4 f,t .,11 »�,.\,�, ,,tr��t f r,•tt t_. � I� ' I�I�r6 I� I� ion Thompson will perform a thorough review and reconciliation of contractor invoices submitted to the City. For contractor payments to be verified as accurate and correct,Thompson verifies truck certification, load transactions and unit rate transactions with its database.The reconciliation will include a review of the collection date,time, and location, as well as the debris volume, disposal time, [',n�,,, v js? p ::) o n Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNIt„ APPROACH ,t i 'cf and location submitted by the Contractor against the data maintained by Thompson on behalf of the City. Upon completing the verification of each record being claimed for payment,Thompson will render a payment recommendation to the City.Thompson's payment recommendation will include a copy of the contractor invoice, invoice back-up organized by program, date, service type, contract line item, and location, summary of discrepancies identified, a payment recommendation report, and a cover letter summarizing the reconciliation findings and payment recommendation. Closeout Thompson's team of consultants, engineers, cost estimators and subject matter experts are disaster recovery and grant management practitioners and implementers who maintain an active knowledge of federal policy and industry leading expertise in navigating federal programs to maximize and retain federal funding for impacted communities. FEMA PA Worle sheet Development Thompson will assist the City with developing Project Worksheets (PWs) and necessary documentation to substantiate cost claims to FEMA for the Public Assistance (PA) program. Thompson will deploy consultants to coordinate PA operations with FDEM officials and prepare small and large project PWs to capture eligible costs incurred by the City.Throughout the PA process,Thompson carefully tracks all associated labor and expenses in accordance with FEMA DAP 9525.9, outlining eligibility requirements for reimbursement of Direct Administrative Costs (DAC), allowing the City to be reimbursed for the majority of Thompson's PA Consulting costs.Though some costs may remain ineligible for reimbursement by declaration in federal guidelines (i.e., indirect costs for FEMA PA),Thompson's emphasis on efficient performance and accurate cost tracking will ensure the City receives maximum reimbursement for Thompson's services. Thompson applies a forward-thinking, collaborative, and cost-effective approach to FEMA PA consulting. Our tried and tested consultants are knowledgeable of PA program policy, requirements, and best- practices and draw upon experience to make certain PWs are efficiently and properly prepared, and whenever possible, are audit-ready at the time of submission.Through encouraging transparency between the City, FDEM, and FEMA,Thompson will seek to expedite City's recovery process, maximize reimbursement, and limit the need for post-submittal administration including audit preparation and appeals support. t - f t.,.t; £ t,>, t, t ,\., ,h,,-1V Audit Ready Docurrientation Throughout the duration of the project,the City will be provided with access to TDMSportol, which will include all project documentation and reports required by FEMA for review.Thompson's documentation process mirrors the FEMA GrantsPortal to expedite the submittal and review process. For example, all reconciled invoices are delivered to the City for submission to FEMA as audit ready packages which include the contractor invoice, all supporting data in MS excel,Thompson's payment recommendation, and an Adobe PDF of all associated load and unit tickets. Upon project completion, Thompson will provide the City with a final report that captures all reconciled cumulative project totals, js? pw c ttt ti , n, 3 19 „t t,t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 TECHNICAL APPROACH ,t i 'cf with quantities broken out by debris type, DMS site, and final disposal location. A separate cost report, broken out by contract line item,will also be provided at project completion. Audit Support To the extent necessary,Thompson will provide the City with first and second appeal support for unfunded or de-obligated disaster related projects or initiatives that the City and Thompson mutually agree may be determined eligible by FEMA based on a re-review of existing project documentation or other review of new information presented to substantiate the eligibility of the project. I,335 4 Z) c- o m i''4' 3-20 `a Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 rt mIFAB 4 Ifi{% jsl7{, tt, inti{, inti{? I55{S,, d 0- taff*ing & Resources Capac*ty I`1 Contractual Obligations Thompson strongly believes that responsible disaster response consultants should disclose their commitments so that perspective clients can gauge whether they can reliably provide critical resources in the event of mobilization. To ensure that we can deliver the full force of manpower committed in our proposal,Thompson limits its stand-by commitments to ensure that we can responsibly exceed our clients' expectations. Thompson is fully prepared to respond to both large and small disaster incidents, our technical approach is carefully developed to be scalable and flexible so that we remain extremely responsive and provide the appropriate level of resources required by our clients.Thompson Consulting Services has!,;t`' ,t, failed to respond to a client or had a contract terminated. The following table includes a list of Thompson's current stand-by contract commitments. Tnble 4-1 Current Executed Controcts Contracts by State Alabama Alabama Department of Transportation Ono Island,Property Owners Association Alexander City,City of Orange Beach,City of Dauphin Island,Town of Prichard,City of Mobile,City of Saraland,City of Mobile County Spanish Fort,City of California Sonoma County Florida Altamonte Springs,City of New Port Richey,City of Apopka,City of New Smyrna Beach,City of Bonita Springs,City of North Palm Beach,Village of Boynton Beach,City of Ocala,City of Casselberry,City of Ocean Ridge,Town of Citrus County Ocoee,City of Cocoa,City of Orlando,City of Collier County Ormond Beach,City of Daytona Beach,City of Oviedo,City of DeBary,City of Palm Beach County School District Deland,City of Palm Beach County Solid Waste Authority Delray Beach,City of Pasco County Deltona,City of Pinellas County DeSoto County Plant City,City of Edgewater,City of Port Orange,City of Escambia County Putnam County Flagler County Sanibel,City of Fort Lauderdale,City of South Bay,City of Fort Myers,City of South Daytona,City of Gulf County St. Lucie County Hendry County Stuart,City of Hialeah,City of Sumter County Hillsborough County Tampa,City of M S '' P { ': s{'s+ °�4 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 � � tlE STAFFINGo"ES CAPACITY Contracts by State ('1fr Holly Hill,City of Taylor County Lake Worth,City of Venice,City of Lake Worth Drainage District Vero Beach,City of Lakeland,City of Volusia County Largo,City of Wellington,Village of Lee County West Palm Beach,City of Lee County,School District of Winter Garden,City of Georgia Banks County Macon-Bibb County Chatham County Thomas County Effingham County Union County Fannin County Valdosta,City of Lowndes County Wayne County Lumpkin County Ware County Iowa Iowa Dept.of Administrative Services Marion,City of Kansas Olathe,City of Topeka,City of Kentucky KY Transportation Cabinet Mayfield,City of Louisville/Jefferson County Metro Government Louisiana Ascension Parish Sabine River Authority Baton Rouge,City and Parish of East Shreveport,City of Beauregard Parish Southeast Louisiana Flood Protection Authority Calcasieu Parish St. Bernard Parish Denham Springs,City of St.John the Baptist Parish Denham Springs Housing Authority St. Martin Parish Iberia Parish St.Tammany Parish Grant Parish Terrebonne Parish Jefferson Parish Vermilion Parish Jefferson Davis Parish Vernon Parish Livingston Parish Winn Parish Natchitoches,City of Maryland Ann Arundel County Howard County Harford County Mississippi Gautier,City of Pascagoula,City of Jackson County New Mexico New Mexico Department of Transportation New York Nassau County North Carolina Apex,Town of Kitty Hawk,Town of Brunswick County Mateo,Town of Carteret County Mooresville,Town of Currituck County New Hanover County Dare County North Carolina Department of Public Safety Duck,Town of North Carolina Department of Transportation I,�335 4 S n�,,' ) N N „a E ii++ 4-2 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 � � tlE STAFFINGo"ES CAPACITY Contracts by State ('1fr Greenville,City of Rocky Mount,City of Iredell County Southern Shores,Town of Jacksonville,City of Swansboro,City of Kill Devil Hills,Town of Wilmington,City of Oklahoma Norman,City of Tulsa,City of Sand Springs,City of Oregon Eugene,City of Puerto Rico Authority for the Financing of the Infrastructure Department of Transportation and Public Works South Carolina Charleston County Parks&Recreation Commission Newberry County Charleston,City of North Myrtle Beach,City of Florence,City of South Carolina Department of Transportation(SCDOT) Georgetown County Williamsburg County Horry County York County Horry County Solid Waste Authority(HCSWA) Tennessee Blount County Gatlinburg,City of Carter County Lakesite,City of Cocke County Putnam County Cookeville,City of Wilson County Texas Aransas County Midlothian,City of Bell County Orange,City of Chambers County-Alternate Orange County Cook County Pearland,City of Denton County Pharr,City Ellis County Polk County Fort Worth,City of Richardson,City of Friendswood,City of Santa Fe,City of Galveston County Silsbee,City of Hardin County Smith County Harris County—Alternate Sour Lake,City of Houston,City of Sugar Land,City of Houston-Galveston Area Council(H-GAC) Tarrant County Kaufman County—Alternate Texas City,City of Jackson County Trinity Bay Conservation District Lake Jackson,City of Tyler,City of Lumberton,City of Waller County McKinney,City of Wharton County Virginia Central Virginia Waste Management Authority(CVWMA) Newport News,City of Chesapeake,City of Norfolk,City of Chesterfield County Prince William County Washington Tacoma,City of �v Is` o n J}t E IE ��E sEsi ®3 `aE , Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFFING & RESOURCES CAPACITY tlE ('1fr Thompson is fully prepared to respond to both large and small disaster incidents, our technical approach is carefully developed to be scalable and flexible so that we remain extremely responsive and provide the appropriate level of resources required by our clients. Capacity to Simultaneously Respond Thompson can deploy resources quickly and efficiently in disaster situations across the country and following major disaster events that require simultaneous multi-state, region, and local level contract activations. Responding to a major disaster incident often requires mobilizing and performing simultaneous operations in multiple cities and counties throughout the state. We are equipped and prepared to perform services in a state-wide response and possess the technology to electronically document and track disaster debris removal.The following table summarizes Thompson's response to recent major disaster events requiring simultaneous contract activations. To l r Disaster r rd Sit-VIUltaneous Contract Aci i o n Disaster Event Contract Activations 2024 Hurricanes Beryl, Debby, Helene,and Milton 72 2023 Hurricane Idalia 7 2022 Hurricane Ian 30 2021 Hurricane Ida 10 2020 Hurricanes Laura,Sally, and Zeta 17 2018 Hurricane Michael 6 2017 Hurricanes Harvey, Irma, and Maria 54 2016 Hurricane Matthew 27 We recognize that each disaster situation is going to be different.Although we are able to leverage our extensive experience and capabilities, we are also prepared to draw on resources intelligently, prioritize efficiently, and act decisively when facing new challenges. In order to do this,Thompson promotes a collaborative working relationship with our clients and their debris removal contractors. Recent disaster incidents, including Hurricanes Beryl, Debby, Helene, and Milton in 2024, Hurricane Ian in 2022, Hurricane Ida in 2021, Hurricanes Laura, Sally, and Zeta in 2020, Hurricane Florence and Michael in 2018, Hurricanes Harvey, Irma, and Maria in 2017, and Hurricane Matthew in 2016 have tested and enhanced Thompson's managerial capabilities across the United States. Large Scale ADMS Deployment to Monitor All Types of Debris Collection-. Thompson's ADMS deployment following Hurricanes Beryl, Debby, Helene, and Milton in 2024 was one of the largest simultaneous ADMS deployments in history, with over 3,000 units deployed to over 72 work locations. Thompson's ADMS units were configured to monitor the collection of over 32 million cubic yards of disaster related debris. Thompson's ADMS system (TDMSmobile) has been configured to monitor the removal of vegetative, construction and demolition (C&D),white goods, household hazardous waste, animal carcasses, sand,waterway, and private property debris removal. Staffing Execution Plan:Thompson maintains a professional recruiting and staffing department in-house so that we can respond quickly and efficiently to surge staffing demands. We maintain a network of over 1,000 potential field monitors on call to supplement monitors sourced locally.When recently tasked with ramping up quickly, efficiently, and simultaneously over a six(6) state area following Hurricane Helene,Thompson relied on dedicated resources that owned the ramp-up process. We did not, and do I,335 4 f,',n�, o N N c., s` „a E , nE,E fi4-4 SiSIF fratE Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 � � tlE STAFFINGo"ES CAPACITY ('1fr not currently, rely on any third-party staffing firms that do not understand the disaster business.This is critical to our success when responding to small- and large-scale mobilizations. Thompson is proud of our response time record and our ability to deploy resources quickly and efficiently in disaster situations across the country. Thompson maintains a professional recruiting and staffing department in-house so that we can respond quickly and efficiently to surge staffing demands regardless of the size and scale of the disaster incident. As an example of our staffing abilities, we have summarized our response times to previous disasters and resources deployed in the following table. Tcible 4-3: Previous Response Times ond, Resources Deployed Number Field Staff Disaster Year of Clients Response Time Hired . . Hurricane Milton(FEMA DR-4834) 2024 28 Within 12-24 hours of NTP 2,690 Hurricane Helene(FEMA DR-4827-4831) 2024 33 Within 12-24 hours of NTP 3,110 Hurricane Beryl(FEMA-DR-4738) 2024 11 Within 12-24 hours of NTP 2,130 TX Severe Storms(FEMA DR-4781) 2024 6 Within 48 hours of NTP 730 Hurricane Idalia(FEMA-4738,4734) 2023 10 Within 12-24 hours of NTP 240 Hurricane Ian(FEMA DR-4673) 2022 30 Within 12-24 hours of NTP 2,538 Kentucky Severe Winter Storm(FEMA DR-4592) 2021 1 Within 48 hours of NTP 529 Hurricane Ida(FEMA DR-4611) 2021 13 Within 12-24 hours of NTP 2,900 Hurricane Sally(FEMA DR-4563,4564) 2020 10 Within 12-24 hours of NTP 1,425 Hurricane Dorian(FEMA DR-4465) 2019 2 Within 24 hours of NTP 160 Hurricane Michael(FEMA DR-4399,4400) 2018 13 24 hours prior to NTP 1,300 Hurricane Florence(FEMA DR-4393,4394) 2018 13 48 hours prior to NTP 989 Hurricane Maria(FEMA DR-4339) 2017 1 Within 24 hours of NTP 11200 Hurricane Irma(FEMA DR-4337,4338) 2017 47 Within 12-24 hours of NTP 1,600 Hurricane Harvey(FEMA DR-4332) 2017 6 Within 12 hours of NTP 200 Hurricane Matthew(FEMA DR-4283-86) 2016 17 48 hours prior to NTP 600 Louisiana Severe Flooding(FEMA DR-4277) 2016 2 24 hours prior to NTP 440 South Carolina Severe Flooding(FEMA DR-4241) 2015 1 Within 48 hours of NTP 55 Winter Storm Pax(FEMA DR-4166) 2014 6 Within 48 hours of NTP 475 Financial Capacity Thompson has been in business for over ,""' years. We are financially _o� 'i °, ` stable and have the necessary personnel, equipment, and financial 2019 - 2023 3 p � � 1 1� d" r"Z31 Rroo resources to meet contractus obligations an can provide services at � �� ,� the level req u i red. 0 _ q;$r R 0 0 0 0 0 Thompson has both the financial capacity and the access to credit '2223 necessary to commence and continue project operations both before 00 - E 1 It9- -fl - - and while federal and/or state funds are approved.Through project 01 9 - in, 01fl000r000 initiation and implementation Thompson has demonstrated our capacity to perform monitoring programs prior to the obligation of grant funds. Is Z) c., E �� r sE's' Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 � � t�lE STAFFINGo"ES CAPACITY ('tlfr In addition,Thompson's financial condition and credit rating is "Excellent" through our banking institution, and we consistently maintain a bonding capacity of over{'' E'} million.Thompson maintains the ability to meet the bonding requirements as set forth in the Request for Proposal. Our goal is to provide the highest level of consulting services to our customers in a cost-effective manner.Through the attainment of this goal, we have been able to develop long-lasting relationships with our clients which have allowed our Company significant growth over the years. Dedicated Project Tearn Thompson is committed to staffing the City's debris monitoring and recovery services requirements in accordance with the staffing and key personnel proposed herein. Our technical approach is designed to be scalable in nature in order to effectively respond to both minor and catastrophic debris generating events as well as adjust to the changing needs of the City throughout the recovery process. �t The following organizational chart graphically presents Thompson"s proposed project staffing and key personnel. Thompson maintains the personnel and resources necessary to fulfill the City-s requirements, however, should the scope of services expand or the City's needs change, we are prepared to provide �t alternative or back-up staff accordingly. Figure 4-1 Organizationcil 0-iort pfl pp « w , s, �u„•t- ,a���x tE r:rir E;il sh s_.'n r,IE,'x �� s `� ^Yt E-4.t 57_ 4/I{ F t l+ )1 ,t E tE E E E , 1i 12� £\1��E�1,�r 6E.i•�{,ti,t�E�C:vE „E ���E\����,h i��ll5�}�"r\(� E Key Personnel Overview JON HOYLE will serve as the Principal-in-Charge for the City and provide support as needed to ensure project operations are in accordance with the City's expectations. Mr. Hoyle has over nineteen years of experience providing management and oversight for disaster response and recovery efforts and grant writing administration/program management throughout the Nation. He has managed 75 projects under contracts that total over$2.5 billion in grant administration and recovery efforts that required the mobilization of over 5,000 field and professional personnel over the past 10 years. His programmatic experience includes FEMA-PA, FHWA-ER, NRCS-EWP, HUD-CDBG, FEMA-HMGP, and others. js? Pc., , fi4-6 frat, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 STAFFING & RESOURCES CAPACITY tlE ('1fr will serve as the Client Liaison for the City and serve as a direct point of contact to address the City's needs throughout the term of the contract. Mr. Carlyle has over eighteen years of experience working with state and local governments providing disaster debris removal monitoring services. He has responded to over 30 disaster incidents and has extensive knowledge of federal, state, and local policies and reimbursement guidelines. OLIVER YAO will serve as the Project Controller for the City to oversee contractual requirements and budget expectations. He will also make certain project operations are implemented in accordance with the contract and task order(s) issued by the City. His experience spans seventeen years providing program management and oversight of disaster response and recovery projects following hurricanes, tornadoes, ice storms, wildfires, and other debris generating incidents. Mr. Yao is a subject matter expert in FEMA Public Assistance criteria and documentation standards and has overseen the data management and documentation of over 116 million cubic yards of debris over the course of his career. TIFFANY THOMPSON will serve as the Project Manager for the City and oversee day-to-day operations of the project and will also work closely with the City's debris hauler to coordinate crew requirements and scheduling. She has over ten years of experience and has managed FEMA funded debris removal projects in Florida, Louisiana, North Carolina, and South Carolina. Most recently, Ms.Thompson assisted the City of Fort Myers, Florida, during recovery efforts following Hurricanes Milton in 2024 and Hurricane Ian in 2022,which accounted for over 1M cubic yards of debris. will serve as the Alternative Project Manager on behalf of the City. Ms. Stewart has over seventeen years of experience managing debris monitoring and data management operations throughout the Southeast. She has served as both operations and project manager for multiple projects resulting in the removal of over 500,000 cubic yards of debris including serving as a project manager on behalf of the City of Sanibel following the impacts of Hurricane Ian and Hurricane Milton. She worked closely with City officials and City contractors to oversee debris removal operations resulting in the removal of over 2.6M cubic yards of debris. NICOLE LEHMAN will serve as the Planning and Preparedness Lead/Alternative Client Liaison for the City. Ms. Lehman has sixteen years of disaster response and recovery experience. She is well versed in the programs, agencies, procedures, and regulations involved in successfully running disaster debris management operations. In addition, Ms. Lehman provides annual training to many of our clients, including the City of Fort Lauderdale, Florida, regarding debris removal monitoring operations and FEMA policy guidance. DANNY GARDNER will serve as the Data Manager for the City. Mr. Gardner has served as a data manager, program manager and grant management consultant for multiple federally funded grant programs on projects totaling approximately$2 billion. His extensive understanding of the eligibility requirements, federal regulations and policies across many federal grant programs allows clients to maximize disaster recovery and mitigation reimbursement. JONATHAN CLARK will serve as the FEMA Coordination/Cost Recovery Specialist and work directly with the City as needed to oversee the financial recovery of all eligible costs associated with FEMA PA and FHWA-ER activities. Mr. Clark began his career in disaster recovery as a FEMA employee in Louisiana following Hurricane Katrina. Since that time, Mr. Clark has served as a grant management consultant for both Grantees and Applicants/Sub-Grantees, giving him experience in all roles involved in the FEMA Public Assistance grant program. Having served clients at the local, state and federal level, Mr. Clark has managed the financial recovery of communities receiving more than $2.5 billion in federal funding. I,335 4 S Vll N N „a E , E,E 4- 7 `aE Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 � � tlE STAFFINGo"ES CAPACITY PATRICK GARDNER ('1fr will provide GIS and mapping support to the City. Mr. Gardner has over nine years of experience and has supported recovery operations in this capacity for several large-scale, multi-state, region, and municipal disaster incidents. He is well versed in ESRI ArcGIS applications and utilizing geospatial data to convey project operations and progress. Mr. Gardner is also a Federal Aviation Administration Certified Remote Pilot for Small Unmanned Aircraft. Additional qualifications and resumesfor Thompson's proposed Project Management Team have been �t provided in Tab Z Experience, Qualifications& References. Key Peorsonnel Availability The following graphic represents the current commitment over the next year of key members of the assigned project personnel.The exact number of dedicated days of each assigned staff member as well as the various quantity of staff and technical expertise will vary depending on the severity and length of a disaster event and the subsequent recovery process. ig. r 2; iIabiIiAssigned Personnel Current Utilization i ilii Jon Hoyle Oliver Yao Tiffany Connie t Danny Gardner Nicole Jonathan Clark Simon rl l l l Thompson will provide a dedicated project team to ensure that debris removal programs are managed and documented properly to maximize available federal reimbursement.Thompson's dedicated Client Liaison, Simon Carlyle,will be available to the City for the duration of any resulting contract and during all stages of disaster planning and/or recovery acknowledging all communication and information requests within of receipt. In addition, we have provided the contact details for the City's dedicated Project Manager,Tiffany Thompson, below. Tiffany will work closely with the City during disaster recovery efforts and assist in training as needed. Simon Carlyle,Client Lilailson—Vice President Tiffany Thompson, Project Manager 2601 Maitland Center Parkway, Maitland, FL 32751 2601 Maitland Center Parkway, Maitland, FL 32751 0:407.792.0018 1 C: 504.252.8850 1 F:407.878.7858 0:407.792.0018 1 F:407.878.7858 E-mail: scarlyle@thompsoncs.net E-mail:tthompson@thompsoncs.net Thompson maintains the experience, personnel, and resources necessary to fulfill the scope of work required by the City. Following a future disaster,the City can expect the priority treatment that Thompson is committed to delivering. js? n 4- 8,Ea E Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s STAFFING & RESOURCES �� I— ISsS`y Local Debris Removal Monitor Labor Force Sourcing Thompson's proposed staffing plan is designed to be flexible and scalable so that we can effectively and efficiently respond to the City's needs. We maintain a staff of full-time and on-call disaster debris monitoring experts, consultants and supervisors that will be available to support the implementation and management of debris removal monitoring operations. In addition,Thompson maintains professional human resources and recruiting staff that have over I3years of experience in disaster response and recovery services available to assist in identifying and placing personnel. It is Thompson's intent to fill temporary debris monitoring positions with qualified City residents in need of work.Thompson will provide qualified residents with safety training and on the job training with experienced debris monitoring supervisors.Thompson is the only debris monitoring firm that performs motor vehicle operating record reviews and as-needed drug screenings for its temporary employees. This practice results in a team of monitors that is both safe and committed to quality. We will make sure that all local hires are properly trained prior to being deployed to monitor a debris removal crew. In addition,this effort will help residents participate in the City's recovery efforts with a `�'s r'� 3� 1 t p, ; and earn a G it'24(i,is( is` y n' v• Thompson maintains a national recruiting and hiring database comprised of over temporary and on-call debris removal monitors,field supervisors, inspectors, etc. that have previously served in such roles with Thompson following a disaster event. This includes more than Florida residents who can be contacted to expedite and supplement disaster recovery needs. Local hiring is prioritized;however, Thompson has the capacity to supplement the City's staffing as needed. Thompson has made a tremendous investment in our personnel, resources, technology, and tools to have the flexibility and scalability necessary to be an 3 100 + industry leader in debris monitoring. Part of this investment is in a proven process to identify, train, and equip local hires in a safe manner in extremely field stc,,iff recruited short periods of time. Additional details about Thompson's mobilization ,° hired following process and project operations have been provided in Tab 3,Technical HUrricnne Helene Approach & Methodology. Equipment Resources Thompson has provided disaster recovery services to various clients over the years; on past projects we have not had any issues with supplying sufficient amounts of equipment and supplies. However, we do have pre-event contracts in place to provide additional supplies as needed within '7,1-hours. All equipment listed will be available to support the City during preparedness measures and post-disaster operations. The following items are supplied to field personnel prior to mobilization: Safety Equipment: Hard hats, safety glasses, and safety vests are provided to all personnel.All personnel are required to wear steel-toed boots at their own expense. Field supervisors are provided with medical kits. Communication Device: Cell phones, and/or radios are provided to our field personnel based upon project needs. v Is n fi4-9 SiSIF frat, Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 s STAFFING E CAPACITYfid= Laptops and Portable Printers/Scanners/Copiers/ Fax Machines: These items are provided to the Thompson Team's management personnel for use in vehicles or mobile command centers as needed. Additional Field/Office Supplies: All necessary forms (field documents,truck certification, etc.) and office supplies are kept in stock and provided prior to mobilization. A listing of our office and field equipment is shown in the following table. Table 4-4: Available Field EqUipment Resources/Field Equipment Quantity Resources/Field Equipment Quantity . . . Southeast Offices 26 Full Time Employees 550 ADMS Sets 31500 Stand-by Disaster Recovery Employees 1,200 Computer—Desktop Station 175 Printers/Copier—Color Laser 100 Computer—Laptop 175 Printers—Black and White Laser 25 Starlink Units 33 Printer/Copier/Scanner/Fax—Portable 30 MiFi Access Point 50 Digital Cameras 25 Communication—Cell Phones 213 Handheld GPS Units 100 Communication—Radios 83 Boats(12'to 22') 10' Communication—Desktop Phones 350 Trucks 6 Thompson staffs a full-time equipment and logistics team that performs rigorous quality control tests on all equipment utilized during project operations both before deployment and upon return from the field. Depending on the size and severity of an event, a member of this team is either deployed or is made available virtually and in real-time for the duration of a project to ensure equipment is configured and working properly. A complete inventory of equipment is done quarterly to account for and replace lost or damaged field items. In addition,Thompson maintains several storage locations in the Southeast including in Maitland, Florida, and Mobile,Alabama. Connectivity Equipmerit Dependable infrastructure and communication access is not only necessary during immediate project staffing or mobilization, but also throughout project F l 1 L ;t operations to ensure quicker and more efficient data collection and reporting. � Therefore,Thompson has invested in ; highly portable Starlink units that allow �r access to high-speed internet via satellites to clients across the United States ` rr and Caribbean. Although our debris removal monitoring technologies, such as TDMSmobile }{tir` t ,jy„�ls� „ detailed within our proposal response have a ���t=�� }tt,�i ,r���{t,����,,�r��tt=�=` ���������,�si �, �r z���and . , , r are fully operational in a post storm environment where cellular networks are compromised or destroyed, the Starlink units give field teams the ability to move from a disconnected environment with nightly data uploads to near-real time, connected operations. This allows for quicker reporting and data QA/QC activities.Additionally, these units support Wi-Fi calling and texting increasing communication and safety of field teams located in remote or desolate areas.Thompson's Starlink units have been utilized on the following projects: 2022 Puerto RI'co-. units were utilized following Hurricane Fiona on the western portion of the island where cell connectivity was scarce. v Is n Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 � � tlE STAFFINGo"ES CAPACITY 2022 Southwest ('1fr : units were deployed to the barrier islands following the devastating impacts of Hurricane Ian which completely destroyed cellular connectivity and communications infrastructure. 2023 New Mexilco: units were used to support field operations and local data center in the Calf Canyon Hermits Peak area following widespread fires throughout remote areas of northern New Mexico. 2024 Florida,Georgila,SouthCarol'Ina, North : units were deployed to support field operations and local data centers in response to widespread, catastrophic damage across remote areas of the southeast caused by back-to back hurricanes Debby, Helene, and Milton. I,335 4 „a E , E,E 4- 1 1 isEs `aE Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 11� OmFA 5 ing ,,,,,,"", C Ifit%� jsl7{, Ifir` IS\,� I{,e s Ii1�t s% of Consult* Seivices a Thompson has invested considerable resources in order to improve the efficiency of our administrative and accounting services, as well as our training and logistics operations. In turn, we pass on these efficiencies to our clients in the form of cost savings and no cost services. We understand the importance of minimizing costs and as such will not charge the City for positions that are duplicative in nature or unnecessary to perform the scope of services requested. .�-. t n., -,u., -.,.. ,)1 t t i r , ,....... trl , I I'.. ... ,,, .,, ..t.,\ls. \!,;:v,, t,1,>..,e..�i,.,£, l c, s,4 { __,} s t t „.., .,n ,'�ly £ �,,.1 5 - 1 v 1` Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 ir mIF Ifi{% jsl7{, inti{, A� t 'fiir{4COMPIilance & Reporting Reporting Thompson collects a large amount of information from field operations daily and can provide our clients a variety of reports, maps, and dashboards to summarize this information. We develop and manage all reports in-house and can customize each product based on the client's reporting needs and program configuration. Dailly Debris Collection Report-,Thompson's Daily Debris Collection Report is produced each day and summarizes the previous day's field activities as well as providing project metrics and trend reporting. This can include, daily and cumulative haul totals or unit counts for each type of debris collected along with several other totals and statistics including but limited to: Date of reporting, client, disaster 0 Minimum, maximum, and average load number, project, and contract number size Summary of the previous day's activities 0 Average load call percentage Number of contractor certified 0 Days from debris removal start date equipment in field 0 Days from FEMA Disaster Incident start Total number of monitors in the field 0 Disposal locations with debris totals The main body of the report contains standard reporting metrics to meet the requirements of FEMA, however,Thompson can adjust the Daily Debris Collection Report to also meet the needs of any additional contractual (e.g., requirement of minimum contractor trucks in field within a certain hours/days timeframe) or local needs (e.g., collection or political zones or districts). �,,„t t,�,.,.s„{ t .,s,. >, r nr,, ,,i c ,,,t r "), U ri.. ; f,,,y,• =.,i,tt r ,i' , ,r t n GIS Mapping and Dashboards:Thompson can also provide project data through GIS mapping and dashboards that also display real time data including daily and cumulative collection totals, collection locations, eligible/ineligible ticket locations, collection debris type breakdowns, etc. Figure 6 -1 Project ri r ho r E� t j { a r f4�} z�yfr N tt ((r E t t", t M rlISiSIF Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 COMPLIANCE & REPORTING I Our goal is to provide efficient and effective insight into the debris removal and recovery operation through a customized approach to avoid submitting an unnecessary or overwhelming amount of"off the shelf"reports. Field :Thompson captures a variety of physical and digital field documentation through logs and our automated debris management system. Unique to Thompson, our process retains one physical copy of the electronic receipts created at the disposal site or in the field for unit rate work. These paper copies are housed with the other paper field logs throughout the life of the project as a backup for any technical issue that may arise in the field.Additional copies of the paper ticket are provided to the truck driver, scale house (if applicable) and the debris contractor representative. A main component of TDMS,the TDMSportal, serves as the client and contractor information center.The TDMSportal provides real-time access to project related documents and data, including but not limited to: Contract documents 0 Daily Reports Environmental permits 0 Maps (live, progress, pass, roadway) Truck Certifications 0 Contractor invoice packages Ticket and image details 0 Monitor invoice packages �' z 54, ,.� .,.. � ,. ,... .�s a,. .�.� r.. i, ,ti ,-��t „..,, .•.,n�t y;,{a,4} z,. z�i �. � ,� �.,,+• i �. r I'll"" "" i-.„ s . t, <.�,. $ J� � 7,«2 z��.7 t`t,��t„ U{t t , � tr, IsIt iS1+ 2 I t tty� t Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 r I � EXH I BIT 6 1 USAMPLE REPO t h o nrillpli �S r *a i ttl ;1 } 1 d �1!u t S` t r s'u_k 111, I 9 d 1 Fl I� } 5 S est �sr I r;— �sf ti �? =r'"1 I 1 I I` r 1 I t=� t= I h \ 9 s, OP-% n, i i_ j Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 ***All data contained in this report is estimated until final reconciliation has occurred*** Daily Report For- 2/6/2023 Lee County £ (Jient thom pson, Mission.- l n e. Debris , ler.- Crowder Gulf Report Generated 3 DAILY SUMMARY FIELD MONITORS F c 1,l�z,,1,r�" Monday, February 6,2023 Total Loads Collected: 318 / / Average Loads per Truck/Trailer: 4 61 63 64 52 64 Average Load by CYD: 65 Minimum Load by CYD: - Maximum Load by CYD: 121 Monday, February 6,2023 Hazardous Hanging Limbs - Days from Debris Removal Start: 125 Hazardous Trees (All Size) - Days from FEMA Disaster Incident Start: 138 HAUL IN TREND HAUL OUT TREND £ � £.n$ 1/31 2/01 2 a2 2/04 2/06 1/31 2/Q1 2/02 2/03 2/06 121223 10,998 2/03 10,696 2/05 , 9, 955 11,339 9,755 9 467 2/04 2/05 10,863 8,497 7,904 8f754 5251 ,hk 967 TREE WORK TREND t is` 1 2/02 1 NO EQUIPMENT 02/06 Haul in Trucks/Trailers: 51 02/06 Haul out Trucks/Trailers: 31 1/31 / / / / / / Haul Trucks Unit Trucks ©Thompson Consulting Services 2022 Daily Debris Activity Report Page 1 of 10 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 ***All data contained in this report is estimated until final reconciliation has occurred*** Daily Report For- 2/6/2023 Lee County i (Jient thom pson, sHurricane i cn e. Debrisu ler.- Crowder Gulf Report Generated 3 ROW Haul In Collection Detail Monday, February 6,2023 Daily Collection Project to Date Debris Type Loads CYD Loads CYD Vegetation 110 57579 711311 376827331 Construction & Demolition (CD) 95 47340 431456 271467767 Concrete 1 36 484 101375 Vessel - - 11 598 Dirty Sand - - 51483 1437575 CYD Collection Totals 206 97955 1201745 57983,646 Debris Type Loads CYD Dirty Sand (Morning of 02/07) - - Debris Type Loads Tons Loads Tons HHW 1 3 200 402 Tonnage Collection Totals 1 3 200 402 Waterway Haul In Collection Detail Monday, February 6,2023 Daily Collection Project to Date Debris Type Loads CYD Loads CYD Waterway Vegetation - - 17719 677615 Waterway C&D - - 90 37412 Waterway Collection Totals - - 17809 713027 Processed Debris Haul Out Detail Monday, February 6,2023 Daily Haul Out Project to Date Debris Type Loads CYD Loads CYD Compact CD 68 6721 91192 944,316 Sand CD 19 1,369 179 77542 Clean Sand Soil - - 47296 1257076 Mulch 25 27773 57301 5811688 Reuse Mulch - - 40 47631 All Haul Out Totals 112 107863 197008 17663,253 ©Thompson Consulting Services 2022 Daily Debris Activity Report Page 2 of 10 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 rt Ifi{% jsl7{, IS{%am1FA7 Other Forms inti{, I55{S,, I Thompson has completed and included the following forms in the subsequent pages of this section and as separate uploads within the City's bid system. W-9 Scrutinized Companies and Business Operations Certifications Exhibit C: Disclosure of Lobbying Activities Compliance with Anti-Human Trafficking Laws State of Florida Certificate of Good Standing t sy0 fi "int — 1 ISiS1fi Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Forrnw=9 Request for Taxpayer �Give form to the March,2024) Identification Number and Certification requester. Do not i Department of the Treasury Go to www.irs.gov/'FormW9 for instructions and the latest information. send to the IRS. Internal Revenue Service I Before you begin.For guidance related to the purpose of or W-9,see Purpose of Form,below. 1 Name of entity/individual.,An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2,) Thompson Consulfin lces, LL.0 ,F2 Business n ame/d is regarded entity name,if different from above, Check the appropriate box for federal tax classification of the entity/individual:whose name is entered on line 1-Check ptions(codes apply only to 0 only one of the following seven boxes, cert.a n entities®not individuals„ Individual/sole pro�prietor D Trust/estate see instructions on page 3): C C corporation S corp�oration Partnership 0 V), 0 LLC.Enter,the tax classification(C=C corporation,S,=S corporation,P-.-Partnership) S Exempt payee code(if any) Cc Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax Q classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax 0 box for the tax classification of its owner. Compliance Act(FATCA)reporting code(if an El Other(see instructions) 3b If ori line 3a you checked"Partnership"or"Trust/estate,"or checked"Ll-C"and entered"P"'as its tax classification, and you;are providing this form to a partnership,tr,ust, or estate in which you have an:ownership interest,check (Applies to accounts maintained CL this box if you have any foreign partners,owners,or beneficiaries.See instructions outside the United States.) -5 Address(nurnber,street,and apt,or suite no,).See instructions, Requester's name and address(optional) U) 2601 Maltla,nd Center 6 City,state,and ZIP code Maitland, Florida, 32751 7 List account number(s)here(optional) Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided rust match the name given on line 1 to avo,id Lsocial security number _J ------------ backup wi�thholl:ding.For individuals,this,is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part 1,later, For other entities, it is your employer identification number(EIN). If you do not have a number,see How to get a TIN, later, or toyer Identification number _J n Note:if the account is in more than one name,see the instructions for line 1,See also What Name and Number To Give the Pequester for guidelines on whose number to enter. 4 5 2 0 1 5 4 5 3 1����Certif 1cation Under penalties of perjury,I certify that., 1.The number shown on this for is my correct taxpayer identification number or I am waiting for a number to be issued to me)l and 2. 1 am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends, or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3.1 am a U.S.citizen or other U.S,person(defined below);and 4,The FATCA code(s)entered on this form if any')indicating that I am exempt from,FATCA reporting is correct. Certification Instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an!individual retirement arrangement(Irally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later, F_ Sugn I Signature of U.S.person Date Here 2 2 2025 General lnstruct(�nls New line 3b has been added to this form.A flow-through entity is, required to complete this,line to indicate that it has direct or indirect Section,references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest,This 1: Future developments, F-9 and its instructions,such as legislation enacted or the latest inforrnation about developments change is intended to provide a flow-through entitywith information related to Form i regarding the status of its indirect foreign partners,owners,or W beneficiaries,so that it can satisfy any applicable reporting after they,were publ:is,hed,go to wwwJrs.gov/F6rmW9, requirements. For example,a pnershi p'that has any indirect foreign What'spartners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2,and K-3(Form 1065)., Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise, it An individual or entity(Form W-9 requester)who is required to file an should check the"LLC"box and enter its appropriate tax classification, information return with the IRS is giving you this fora because they Cat.No. 10231X Form W-9 Mev.3-2024) Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 SCRUTINIZED COMPANIES,F0_R_MS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BIDIPROPOSAL IS$11000j000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BIDIPROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEMYOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1 The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements, of section 287,135, Florida Statutes, regarding companies on the Scrutinized Companies,with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria, and! 2The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in bus,ines,s operations in Cuba and Syna; and 3. Business Operations means, for purposes specifically related to Cuba or Syria-, en g-aging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business oir commerce, and 4If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later I days after any of I ts principals are placed on the Scrutinized Companiles, with Activities, in Sudan List, the Scrutinized Companies wI th Activities in the Iran Petroleum Sector List, or enga led"in busi ess operations in C,uba and Syria, -1" Authc(,� �ignatun§ Jon Hoyle Printed Name President Title Thompson Consulting Services, LIC Name of Entity/Corpo ration STATE OF Florida COUNTY OF Oranse The foregoing instrument was acknowledged before me by means of El physical presence or 0 online notarization on, this 28th day of 20 251. by ion Hoy e (name of person whose signature is being notarized) as the President (title) of Tho sore Consufting Services, LIC (name of corporatrsonally known x or produced (type of identification) as identification, and who did/did not take an oath, ..................... BRIANA GARDNER 5q 6 a ry Public Publik-State of Flofida Notay Commission#HH 49,6353 Briana Gardner Ay Commi,Expires Feb 29,2028 Printed Name BwWed thilrouO Nati w- al,ftUry Asm. My NOTARY SEAL ABOVE Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THISFORM MUST BE COMPLETED AND SUBMITTED WITH THE BIDIPROPOSAL.: FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1 The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor,, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this, solicitation and is not listed on the Scrutinized Companies that Boycott Israel List,, or engaged in a boycott of Israel, and 3, "Boycott Israel"' r" of Israel" means, refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories,, in a discriminatory manner, A statement by, a company that it Is participating in a boycott of Israel, or that it has inlitiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a comipany is participating in a boycott of ls,rael; and 4, If awarded the Contract(or Agreement), the vendor, company', iil, r ndlviduapincipal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days, after any of its principals are placed on the Scrutinized Companies that Boycott Isrist, or engaged in a boycott of I l. izod Signature Authk�!,z Jon Hoyl:e Printed Name President Title Thom, son Consultip- ServicesL LLC Name of Ent irpo ration STATE OF Morida C 0 U N TY 0 F The foregoing instrument was acknowledged before me by, means of 111 physical presence or 0 onl'ine notarization on, this, 28th day of �2r i 1 1 2025 , by Jon H2y.ie (name of person whose signature is being notarized) as the President (title) of Thompson Cons u Iti DLSe rvices,-LLC _(name of corporation/entity), personally known .x ', or produced (type of identificatiification, and who did/did not take an oath. 2 AAM=&, %Nk BRIANA GARDNER -L" L - 'N6iary F�ublic Notary Public-State of Flon'da Commission#HH 496353 My Comm.,Expires Feb 29,2028 Printed Name Bcoded through katkmal 40alry Ann. My Commission Expires: 2-29-2028: NOTARY SEA,L ABOVE Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Lxnibit C DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pur ,C135,2 Not Applicable _(See reverse f2Lpubli�c blurden dlsclosur��j I., Type of Federal Action: 2. Status of Federal Action*., 3. Report Type.- ..................................... a. contract a, bid/offer/application a. initial filing D, grant b. in�itial award b, material change c. cooperative agreement c. post-award For Material Cha,nge Only: d. loan year , quarter e. loan guarantee date of last report fA loan insurance �4. Name and Address of Reporting Entity: 15. If Reporting Entity in No. 4 is a Subawardee, Enter Name Prime [:] Subawardee and Address of Prime: Tier if known., *Name *Street 1 *Street 2 T4 *State *Zip Congressional District, if known Congressional District, if known 6. Federal Department/Agency: Federal Program Name/Description: CFDA Number, if applicable, 8. Federal Action Number,if known 9.Award Arniount, if known: .............. 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if ire dividualT last name, first name, Ml), different from (lastnamel firstnalmle, Ml)� Pin formation requested through this fort is aurhonzeo by nfle 31 U,S,,C sectiorl Signature: 1352 Thts disclosure of ing activities is a rnaier4 representation of, fact upon wh�ch reiiance was pGaced by Nie ter above when this transaction was miade or entered into phis disclosure is, req�uired pursuant to 31 US C 1352 'This Plrint Name,, jo Vle- infortnation w0l be avadabie for pubfic inspection, Any persons who faHs to file the reqUired d�sctosure squail be subject to a 6W penafty of riot iess, than $10,000 and Tltle� r i not more than$100,000, for each such faiiure 4 - 4/28,/2025 Telephone No. 07-7920018 Date. Uhori zed for Local Reproduction Federal Use Only,: t Standard For LLL(Rev,7-97) PRINT Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form all be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action,or a material change to a previous filing,pur'sua,nt to title 31 U,S,C,section 1352,The filing of a for.... is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting!to influence an officer oremployee of any agenc ,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with a covered Federal action,Complete all items that ly for both the initial filing and material change report,Refer to the implementing guidance published by the Office of Management and Budget for additional information. i 1, Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action, 2. Identify the status of the covered Federal action, 3. Identify the appropriate classification ofthis reo , If this is a,foliop report caused by a material change tothie information previously reported,enter the ern quarter in which the change occurred,Enter the date of the last previously submitted report by:this reporting entity for this covered Federal action. 4, Enter the full name,address,city',S,tate and zip,code of the reporting entity.Include Congressional District, if known,Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier ofthe subawardee,e,g,,the first sub awardee of the rime is the 1 st tier,Subawards include but are not limited to subcontracts,subgrants and contract awards under grants, 5� If the organization filing the report in item 4 checks"Subawa rdee,"then enter the full namie. address, city,, State and zip code of the prime Federal recipient,Include Congressional::District,if known. 6. Enter the name of the Federal agency making the award or loan commitment.Include at least one organizationallevel below agency name.if known.For exp le,Department of Transportation,U'nitetates Coast Guard,, 7. Enterthe Federal program!name or description for the covered Federal action(iteIf known,enter the full Catalog of Federal Domestic Assis,tance (CFDA,)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal(RFP) number, Invitation for Bid IF number„ grant announcement number, the contract, grant, or loan award number, the application/proposal control number a i ssigned by the Federal agency). Include prefixes,e.g,,"UP-DE-90-0101," 9. For a covered Federal action her there has been an:award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 1 O. (a)Enter the full name,address,city,State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the,reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the in performing services,and include full address if different from 10(a).Enter Last Name,First Name,and Middle Initial(MI), 11. The certifying official shall signand date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act,as amended,no,persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No, 0348:-0046, Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions,searching exisiting data sources,gathering and maintaining the data needed,and completing and reviewing the,collection of information, Send commienits regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to,the Office of Management and Budget,Paperwork Reduction Project(0348-01046),Washington, DC 20503. Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Compliance with Anti-Human Trafficking Laws Pursuant to Section 787.06 (13), Florida Sitatutes, this form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwater. The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that, Entity does, not use coercion for labor or services as defined in Section 787.06, Florida Statutes. The undersigned is authorized to execute this form on behalf of Entity. Apr Date ____il 28th 2025 Signed. Entity, Tsces,_LLC Name'. J o n��Ile Title- President Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 State of Florida• e artmentoState I certify from the records of this office that THOMPSON CONSULTING SERVICES, LLC is a Delaware limited liability company authorized to transact business in the State of Florida, qualified on May 5, 2011. The document number of this limited liability company is M 11000002276. I further certify that said limited liability company has paid all fees due this office through December 31, 2024, that its most recent annual report was filed on May 1, 2024, and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fifteenth day of April, 2025 I _ 'rP p 1 7 I s N r s I Y si y - Secretaty ;r Mt Tracking Number:2813007044CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 t- \�\,1�4 �t\,y})\1tf ,tsf}sh tl,lfr syi�, isl�Jtt ts2ssr�\\;,,' t sY��\, ,\, lr,„�,, ?,l,1, S. in?\r(\9) }\\2}}r,U `);f`,t {)�\Its '11t, li!`1 Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 SCRUTINIZED COMPANIES,F0_R_MS SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BIDIPROPOSAL IS$11000j000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BIDIPROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEMYOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1 The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements, of section 287,135, Florida Statutes, regarding companies on the Scrutinized Companies,with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria, and! 2The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in bus,ines,s operations in Cuba and Syna; and 3. Business Operations means, for purposes specifically related to Cuba or Syria-, en g-aging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business oir commerce, and 4If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later I days after any of I ts principals are placed on the Scrutinized Companiles, with Activities, in Sudan List, the Scrutinized Companies wI th Activities in the Iran Petroleum Sector List, or enga led"in busi ess operations in C,uba and Syria, -1" Authc(,� �ignatun§ Jon Hoyle Printed Name President Title Thompson Consulting Services, LIC Name of Entity/Corpo ration STATE OF Florida COUNTY OF Oranse The foregoing instrument was acknowledged before me by means of El physical presence or 0 online notarization on, this 28th day of 20 251. by ion Hoy e (name of person whose signature is being notarized) as the President (title) of Tho sore Consufting Services, LIC (name of corporatrsonally known x or produced (type of identification) as identification, and who did/did not take an oath, ..................... BRIANA GARDNER 5q 6 a ry Public Publik-State of Flofida Notay Commission#HH 49,6353 Briana Gardner Ay Commi,Expires Feb 29,2028 Printed Name BwWed thilrouO Nati w- al,ftUry Asm. My NOTARY SEAL ABOVE Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 SCRUTINIZED COMPANIES FORMS SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THISFORM MUST BE COMPLETED AND SUBMITTED WITH THE BIDIPROPOSAL.: FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1 The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor,, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this, solicitation and is not listed on the Scrutinized Companies that Boycott Israel List,, or engaged in a boycott of Israel, and 3, "Boycott Israel"' r" of Israel" means, refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories,, in a discriminatory manner, A statement by, a company that it Is participating in a boycott of Israel, or that it has inlitiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a comipany is participating in a boycott of ls,rael; and 4, If awarded the Contract(or Agreement), the vendor, company', iil, r ndlviduapincipal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days, after any of its principals are placed on the Scrutinized Companies that Boycott Isrist, or engaged in a boycott of I l. izod Signature Authk�!,z Jon Hoyl:e Printed Name President Title Thom, son Consultip- ServicesL LLC Name of Ent irpo ration STATE OF Morida C 0 U N TY 0 F The foregoing instrument was acknowledged before me by, means of 111 physical presence or 0 onl'ine notarization on, this, 28th day of �2r i 1 1 2025 , by Jon H2y.ie (name of person whose signature is being notarized) as the President (title) of Thompson Cons u Iti DLSe rvices,-LLC _(name of corporation/entity), personally known .x ', or produced (type of identificatiification, and who did/did not take an oath. 2 AAM=&, %Nk BRIANA GARDNER -L" L - 'N6iary F�ublic Notary Public-State of Flon'da Commission#HH 496353 My Comm.,Expires Feb 29,2028 Printed Name Bcoded through katkmal 40alry Ann. My Commission Expires: 2-29-2028: NOTARY SEA,L ABOVE Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Compliance with Anti-Human Trafficking Laws Pursuant to Section 787.06 (13), Florida Sitatutes, this form must be completed by an officer or representative of a non-governmental entity when a contract is executed, renewed, or extended between the non-governmental entity and the City of Clearwater. The undersigned, on behalf of the entity listed below ("Entity"), hereby attests under penalty of perjury that, Entity does, not use coercion for labor or services as defined in Section 787.06, Florida Statutes. The undersigned is authorized to execute this form on behalf of Entity. Apr Date ____il 28th 2025 Signed. Entity, Tsces,_LLC Name'. J o n��Ile Title- President Docusign Envelope ID:69036864-B4A5-4803-9E6D-FCA2B6B2AC77 Forrnw=9 Request for Taxpayer �Give form to the March,2024) Identification Number and Certification requester. Do not i Department of the Treasury Go to www.irs.gov/'FormW9 for instructions and the latest information. send to the IRS. Internal Revenue Service I Before you begin.For guidance related to the purpose of or W-9,see Purpose of Form,below. 1 Name of entity/individual.,An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2,) Thompson Consulfin lces, LL.0 ,F2 Business n ame/d is regarded entity name,if different from above, Check the appropriate box for federal tax classification of the entity/individual:whose name is entered on line 1-Check ptions(codes apply only to 0 only one of the following seven boxes, cert.a n entities®not individuals„ Individual/sole pro�prietor D Trust/estate see instructions on page 3): C C corporation S corp�oration Partnership 0 V), 0 LLC.Enter,the tax classification(C=C corporation,S,=S corporation,P-.-Partnership) S Exempt payee code(if any) Cc Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax Q classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax 0 box for the tax classification of its owner. Compliance Act(FATCA)reporting code(if an El Other(see instructions) 3b If ori line 3a you checked"Partnership"or"Trust/estate,"or checked"Ll-C"and entered"P"'as its tax classification, and you;are providing this form to a partnership,tr,ust, or estate in which you have an:ownership interest,check (Applies to accounts maintained CL this box if you have any foreign partners,owners,or beneficiaries.See instructions outside the United States.) -5 Address(nurnber,street,and apt,or suite no,).See instructions, Requester's name and address(optional) U) 2601 Maltla,nd Center 6 City,state,and ZIP code Maitland, Florida, 32751 7 List account number(s)here(optional) Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided rust match the name given on line 1 to avo,id Lsocial security number _J ------------ backup wi�thholl:ding.For individuals,this,is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the instructions for Part 1,later, For other entities, it is your employer identification number(EIN). If you do not have a number,see How to get a TIN, later, or toyer Identification number _J n Note:if the account is in more than one name,see the instructions for line 1,See also What Name and Number To Give the Pequester for guidelines on whose number to enter. 4 5 2 0 1 5 4 5 3 1����Certif 1cation Under penalties of perjury,I certify that., 1.The number shown on this for is my correct taxpayer identification number or I am waiting for a number to be issued to me)l and 2. 1 am not subject to backup withholding because(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends, or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3.1 am a U.S.citizen or other U.S,person(defined below);and 4,The FATCA code(s)entered on this form if any')indicating that I am exempt from,FATCA reporting is correct. Certification Instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an!individual retirement arrangement(Irally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later, F_ Sugn I Signature of U.S.person Date Here 2 2 2025 General lnstruct(�nls New line 3b has been added to this form.A flow-through entity is, required to complete this,line to indicate that it has direct or indirect Section,references are to the Internal Revenue Code unless otherwise foreign partners,owners,or beneficiaries when it provides the Form W-9 noted. to another flow-through entity in which it has an ownership interest,This 1: Future developments, F-9 and its instructions,such as legislation enacted or the latest inforrnation about developments change is intended to provide a flow-through entitywith information related to Form i regarding the status of its indirect foreign partners,owners,or W beneficiaries,so that it can satisfy any applicable reporting after they,were publ:is,hed,go to wwwJrs.gov/F6rmW9, requirements. For example,a pnershi p'that has any indirect foreign What'spartners may be required to complete Schedules K-2 and K-3.See the Partnership Instructions for Schedules K-2,and K-3(Form 1065)., Line 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise, it An individual or entity(Form W-9 requester)who is required to file an should check the"LLC"box and enter its appropriate tax classification, information return with the IRS is giving you this fora because they Cat.No. 10231X Form W-9 Mev.3-2024) I{ r £ z `I til` k > n t. t 4w s a i n �t ttIVa, p 2,. Al (L7111R yy tm ko ir ' m f t i # 4 qty dti ,a 4, i i , w! nil ty,� i�: S •,e ,s »� ,�i �s f r!1{1��j} , -""� - — �\l`'�J��� y � 't'i r i' Al, fi w f ( " » to t\ t J ass n MIJ s a i£ ' _ n M� us,h71 i t � iy�i r r i .4am, li N Co LU iS1 -.00 t`5V`tSi�f}}t\1511 l int}£slUc ci��j0t7hjf¢}I,i\ti 11»111 ti,il!t1,{tlsj(t 1i�i4,(l�#a£�1 t ,}`!`�rit,1l\isti i} JifS tii ii`\t,wt{l2ii\+aixrS,4}7117itlll�s,,i � � i .,, I�z!(S/11`\r{{7ts+s tytii yl+j�\si4 tR{1ttl�\I t�tstt t+ Iii\t`tl ft� � // w 1 stt j�`}��}s,i'?y�St Ui)t1 t+141s£\lli�?y)\ilfli�l ltt\ti{ipli\+ij�l$lili t s(r}�l!tt'$�l\J,fi\�s1�1(st Qo ;rfE,S, '(lsi"',ft1tl�il�1��11111ii4S;;l��i+t{sifty�il4y�\t��t�;�y}�Sllfi£4;`��,�tif�4�}}{`�t�t,14. M '0 Q Y _O I IMME W C: U O O LLJ 0 oe LLJ C). 11r, (9 E z 0 D V) z 0 u i 0 i i i U uuuuuuuuuui'� �VVVllllllllllllll, N Idd'd'd'd'd'd'd'd'di m c0 DO N i W 00 a } 00 co O CL , O O t�x > �'. W U O O LLJ 0 oe LLJ C). 11r, 19 E z 0 D V) z 0 LU 4=J muuu 0 OEM= sommoni m NONE= immom Elm CEO =No mMMMlM 0 uj u 0 co V) L) IIIA Ln C: U 00 < (A u Co 0 V) z 0 0 0) a NONE= CL Lf) 0 u 0 tw >.. U > c tw 0 =3 9 NONE= 0 ti U Q N C 0 0 u bj0m a MEMO= 0 0 m Q u NONE=U C:6 0 Damon= (0 0 LU (1) 0) CLA 0 00 U=i < Q@SEEMS= m 4 rqco co Ln co M LU 0 0 MEN= �I art� IIID us= IIIIIIIIIIIIIIIIIIIIIIII _0 ^^ i _o n, fit„it fS. ro W ddes agF UlPts(S� W U LU it It cc n �'t S„1 Ln CL LU Lr) 11"4 tt,"A O's Lo" 11**O� LO it- "J M, Oil 0 a) V) mool 0 =3 a MEN= 4-j 0 0 0 GONE= 4-J ra 0 4— (0 "'N"MOM0000 0 CL '0 0 CL > 0 V) 0 Lr) GJ 4-J 4-J 0 0 (3) iiii,mossom L. C= 0. Sm. u 0 UI) mossoom C. 4-J (2) CL C al > 4—) rO"on"O x (0 ionic 4-J ur) E rc u 4-J 4--J 4—J V) a soon= C: o� V) 00wIMft`Q% sommoom Ul C) (3) u U cul monom (3) (U > 0 Ln S. Damon= 0 sommoom a MEN= "monnonnom 0 uO =3 MEMIMEM ro 0 > 0 0 0 Lr) IM (3) (3) v) MENNEN= (U O'k 4-j 4-j 4-J 0 0 Ln 0 0 (3) 4-J (31 Ln (Ij 4-J (3) 0 ki E u to 0 MENNEN= 4— 11�� "': (1) L. 4-J a— CL) "'d u C) (3) 0 W (3) a== a V) 4-j if 0. (1) C) 0 (1) C: CI (3) V) C\j 0. 4-J moi./ 3CD. commolom (3) W ii 0 v) txO 1111 C= C14 L. a amom 4-J moo cu V) MENNEN= Ln CL >, H 4-j ro w 0 Ln M 0) 4-J Cfl LU 0) 4—J A 0 ro 1,Minnow GONE= MENNEN= I:t u got ro 00 CD -0 0 0 CL 0 0 0 mi ro 0 U (3) Lin u ro 4-1 4-j uj E %till, E ro no"O Stu 0 un 0 o > 0 E to 0 "1 0 00 C) 0 ^ tits 0 MENEM= 0 (D > C: sj LLO LU 6t i i1:, tSS�Slt 1 ft1 r tk,S t,rtirri \ tttl�t?ter" lJlt a,;S vt, r(y� LK r toll ro 0 ETD cu la t t I IIS 'n trio»} , J+ �" Ii r, u,. ,�l-, V I 3 ,, t ,.e 4n,1,t,#a: fm rt. 4=wo Hutt, s t}�t ri f,'uu, oFO 0 �t 01s' LLJ s cl; H, r t�3 1)i ROME ME 0 mom t� t .✓ moi+ " a Nj t lid #SjVStr I LL, -13LLO cli cu- 01CID cli R ilt4 it1 CrTo AMC cii , ytu j. dUllU;1�' t`I u 7 S LU .4- ?a. 13 2L XZ- 4 J cu CU q; 1.. - - = S. i 1LA e r \U __ f ,( j i I 2 HMO 0=0 m co: e, 13' .. a"d� �� " - -- � � ,.,�, ate �«.,., ` ..... w� 73 :Urt' au \t It S(`- 11�u AS s cu t� r4fi r - 6 amm NMI IA i tl NU? a CV) i t t D it 1 t� Pi }Y� 74tr (t 1 t, 1 r � f� .......... tU) iSvlty \4 $l .... >fi o Yu ii tTwo o + o �1 bQ cli Jc r s f it ;{ 1 i' 1� 714 t dS�r ?)i` 2"'i\444 rUt; } t 11�_ t, S r ,v9�i \n,ri y tuw� t t,a�� pp r G G1 `t��? !9\ )) Sid t'1� t/ LIJ 4 W. L N Li r1` I maMy,/ ilf„ t� m0 �3 Ell U itin 1p L t!4 SI r t cl) a ilt?} lv„-„COM `” i ` 1 I4 ` �til1t.u` .... _ ilUl !t f wGF � t tra�,titttn?t-,t,Y IS `` �ll '"t;r{, 07 n 73 i „t clu On coo a t fl `t r, r=,� t Silt,1`St U"! LUZ LI) tc 1 Titali` Sit+t, ptS11r;, 41 ?u } r W �`'�,l V rr° l�t 1 r� i' e„pus, t ,tt?lim 0L „I a co WQ0 +ltS�t�b�,n t,lu t,u+lfl, it 16 rS M `'J 0 S CLSVh- 51��12t y?t'„ t Sst: 91ur40o ifs tSU iJI; it t WS. L rro„u ,l,ut �1d S�G 4w w U 6f � LULf Lu l l ^ LU fluu l�(i Sglttl LK 1 llll?lll jYf, (iN! Lr). lilt Ul",)� ip4d,. ,G11> r I QU :J 0 V) v} p t , } t r >n ,g Qmms:=: c UxWDr t ,» IIIIIIIVIIIIII����i���� _ — , t � ty CL Cali 1 1,"I,1` f `h1`yy Vl x ti UI( C3 c 7 i Ul Cali cj u y; L". .1. lS ,a31 ItA ,✓i� o10 10 Sl}t ° C QU lnuntS ....................................... so LU Itt } srsllq i `{tyh,I'i tt t z ti�rc�sI' res V� Y rl 1, � ��. � f."t: QV ,�E� Ic����!�i,`�{\I��\I Icy{ .t4�1 � „ `��. ,,.�,:�. y�_n, soon ro a c cu. it 7t �`� I,UmjI 10: f �P�:;(� �'`'. ( y i c) -- y d ` I d. a:,y... 44t QU ,F i cpm A U , $ ?2Iia, L. y , La z'ii t} £t tr l\1t t\lt�t. , QJ I"w yllltly trio CU }Ss, L AI 13}x y , ftl1,. tp12 y Ilv»t. CLt3 '6 �,, CD tl t1 1lII t4I tf U IV � �0 u�,�. yCU co: t pp ,ice it tt S13�1\ tyu 'i �ihtln a �`lVt �1t�i}S�i a{iii l�}t1i t r`r it, 1 �k VIO} „I N �l�ta I n S ttip) L) `n CU --CC N cu 01 UO Qj a � Q ' tp t! r" Q tiLD y � l 4 Cfl i�iG I wu nt@ C3 A: 91 414 U,}�Iiltltl?1 Scl �I llpi =t 4 ce' � Cy � V � kvA i v 0000i.S � `�41ll�vytt"tttttttttttu i, ,' COO O �) ,Il CID NO 111114 IN VJ `C ttt111,i �Q} 5)t,}S' 1 'a �Vy �� W I�t Itt,(cA lil li ij �i.! I�iltllt( tIt It lh OU tw 00 \n 6IV `0 // coo t l�yp 1 CD !;y 1 7' (^D C L SIt24 ly tst,.I. 41fIt,I�1. SO W c U O 0 r ( � p s}1s LLJ CL r{tu» r glti sy r t Lr) s rCl= uj (f(i{Sr j{'ir f I IIIIIIIII I��. s( �rrti ,m i lls sai(t r��}� .+,44`' a won= ammom rs+„ 0 u 4'j 4moo 4—J Nmo 6 soon= CL 4EEJ 4—J Ln Ln 1r!'» Il '� I i 5 ,yr IIIIIIII it {„ ts`Jt r' mmo z 0 a MEMO= momm 4-1 co In MEN= 4_j U M CU 0 t CL 0000 p r,! L is, `'"p j „S `s s lI }1i101tter j1 1(il(�. IIIIIIII i r llg?lru1��115 �� uut"v gl h Ltll S(r i 111 41 t{ l r�lii�,t, a MEMO= u OEM E w w 2 -0 110 .1'. 0 LU C LL 0 u u G�llllmmmm a MEN= X Ln b.0 —0 a MEN= E MENNEN= a MEMO= MENEENE C: 0 0 'No > ommmm a) Ln 4_0 GEMINI u MEMO= MEN= 4--J 41 SSIl1r{Ir MENNEN= 3: C= IIIIIIII LU ENo E u 0mLn W 0 C: 4-1 a) �t)ail lif Q N I,,{� �:{I{I'(�h,,,, m 4-j V) Cfl �,.,,.....,1�' m t Ia,,,,: CIE. (1) GN "k' IIIIIIIIIIII MN`o 4—J PENN CL 2 i 0 s ,s� o, A)tlas- LUds,r' tt Illlllul "{{ 6 bJO M {4�{ss, W 1S' S,r,rr, CIE. E; u Ul < CIE. 0 0 0 Q. U Co V) V) a MEMO= CL W 1 a4ti11 C (� 1a MEN= "ENEM E E 4-1 Cfl00f CY) 4'j U( IIIIIIII 0 0 C: 0 m 0 0 1"', 1S II24tir i s r' u un E 0uj^ aN OS.. � {»111111, 4 0 0 a� W U LU Ln tj LLJ Lr) 4m, z Vr, 4-4 2; tji D 0 4-J u 4mal QI 41 ro u _0k ro CU 4-J .......I 4-J ro ro U Ln (1) ro 4-j (-0 GJ 4-J u W (3) *SEEN= fjF �7rl r, ,M1bio (1) rc 4-J bn LI) bz (3) Ln 4-J ro 4-J ro > ro 4-J *— LS t1) u U L- bLo (3) bn Ln LQ 4-J 4-j -C u 4-J Cu mom u 0 4-J ro44-J > 4-0 b-0 S NONEIM > b-0 4-J 4-J 4-J too 4-J Ln ro 4-J CL 4-0 u 4-J- E 0 V) 4--J A 'll _0 u _0 0 0 ro M ro 4-J > a soon=>W-. -J 4 4-J 1%oot ro u D ?"M u 4-J (u Ln CL ton v) uMEMEMMEM ro mmmm +-j V) ro E 4-J mmi I �il - CNcfl SN u Ln ro C) (n w a soon= 4-1 > 4--j CO V) 0 LU 'IV 4-J u NOINEIM 07 Ul ro 0 ro 4-J 4-j C) CL 4-J 0 tw I:tt:Lo co w cu 4-J 4-J bn < rst`t }yt\\Ctl /d (.0) ro un t" 4 4-J Cfl4-J 4-J 4-J 00 4-J 2 U U 0 u 0 u CY) (D u C) t 0 (3) 4-J LU 0 0 0 0 0 ....... > ... co LU s I , )a1 s\,I>t4 sr , i \ F � I fani\ r- i to 4a i \3LA %� I , LLAU Lur) CIS Lr til} t i a y ti v m r I 1 t ` t� it�ilSs i + 1 x t � f II til 4 t , t i k s t F i Its � � .�. I7 i}��i�'`,` },u�, J t i i�fl��4 ` �� - _ i, g - �'�«"~k.` - ��t II 1,' 111 Hl I 4> r k { 1 t t llSCu CO CL Stile,ra � 1,'+ +y140rf\` + s;-tarty, Mol r u o ro o 73 tbAID W) oum SII y l h u,>;) CL 4--J COLL 0 L- L+-.. &"- L-. M 0 CA 0 0 Oj ((To (0: tvlrt,, C) E 11 5t U i 0 0 0 C-0 C CL tblDx (13 cU T DID EEI ru p E 73 0 i \\� yi mum +`e t ll�ti�i 1 7p »),t o rl)Its 1ht,lU t 4 M — t }I Ntn (13 lu" 2 cr c:) N 1 73 0 U LL O CO a u 1s? 73 -c— E V/ s tyyf C'7 W- X M f-J 0 E (1) N+ ill�,i ' 1 V tax 11j1i EEpasCID p? L Lr r�� t�I\v� 10 0- li)1 tyy� 11" (} SY W) E -0 13 Cl CL cill cD � 71411piC tllVlpl� r 0 0. 311 Yf coo }Ii\y t,i.. \)N1 tush is is is is is is is TOLU\`,`:.tis(f? Iti Iti Iti Iti Iti Iti Iti V J pl i LU O LU U O O LLJ s �OP LLJ Urk+,Y1�Ky3 - rjCIM AY co "A W� :,4 3, ,,r6 )J _ 6 �r t 2 r. 7 U t12y�A,vrl." u;3talna t Gi t t i a ttlln,ul t to q 111ir� i l- r�i la}f, 1i'S III t{t�t+S C@ i yy 2'it t 44rs t, t.. t,t s ry w at i 0 NONE= am 'atst 11�? t11+ �t r 1 t, t 11 u ,,, t t runan 4 �St l 1 `1 lutlf r ,. bD a soon= t 1t,dSlll1 hHyr 714:i\stS 4 1� L; {ttt ( N\s � � Jt, qty 9 MEN= 1t t r Si J k 7 ��r a��% uF tfP� a, lir tiC ro ac, kk,, 110 NONE= t1f F 4 t Il� r �v„F i,' t-,. 4-J L. —J n muum i� brat t :r ti Er 1 tur Q .... 4-J 4-j Ln 0 MEMO= MO i,+r Nfi '�2+,� it r �s §}` m Ut„�°r u�\U11 + � '0 0 CU Unum U q1\1 4-J W4 CL ro4. W M L.L rr\1\t �Iplgl ltttp'4 ;1 tl t+jr tli,2t,r smmoua{ynur//ain W \\t�r 3 5 nU4}1 ty tlrx T Utnlltp+pyvl?l� sommomm 1 VM/ Ci`{f tjl ,r5 C) �W irrs ' i 1 `1 im m R+{tll121 yII {1, vm uuuxy� aj E }j 4-J M� W M �i as his {, �I a `', L 1t (( (( (( (( (( (( (( (( A 3 vl lU,5 5 1t({A?1 y its t' "1 0 �y111�i1„ t+Ii11, Ip cn _� A 1a r e`tt PS S+ tr; > y bit2(it+21 tt CD LU V 0 O O O O O O O O � � kn oe MLLJ �I�mio,s u C)m 11r, \ • 0 0 E IIl yt, M Ln 0 A\�tt lea" V) Ill,,q1 Jc U,llY;.t t ® a }1,i11 1 SI s I� L L L ,YUo0 0 0 0 :lzi i i Lill'!\11i' L L L L I..L ^, ^' W W W W z 4-a 4-j 4-j4-0 C 0 I,I,h til 'Ih l 1, 1G, Q t 0 CL 0 it\�\�1ryc Ylt j �}c Q Ij u�rywV) X m �It�u1 3: .0 CL MENOMONEE ro ro U 0 volmmi u ro \ D ;1 ilt l X71,. 51 171'1\v a > V O 01 r J" 0 1„ � (� ■ �J� �� (t Ct o �,. O 1115 •r� "`1111;1»vl ~ 4—J 0 •� QCLM� N 1 j I,I�,Y� � � •� N CL �, CU M1 Ct C� LLaj ro DO O 0 C: Ln C 0- 14 s{l 0 aj CD C'7 C) co SOMEMNEEM V) a)"\Its 1 m N M s SEEM CIE. IE—NE 1 �1, ( >Cfl M V U1 �j 14 W0 aj /� `1J co {414,1,f, it li\1tn,?')t 0 `�;`� 1 1»4)s' I!,> I MENC aj m CL :5 L. Ln} i U 1\4 �✓� 0 . VJ 11 > C: CL W U } LU RAj , ' M 7 >LU \, All ,r ,z 1 __. cn + s - 1' - � :.. �`' �� ll' i,4 r11;#1)���\�'�µS-A�`Ss( ,I ,,{, �1;•_- _ {i �i�i,�Sy t,+,. t1�I�k- `-- ,t 4� '� 1, �,. ,8. j;,irR i'' ,>�`�_�"��sl���{���j�'�,�h t��i\ti ' i> tiit�'-- }S�,S>,y..lhf� + +f ti✓-- ' _ s>!`zy� i ",,, 1Ij���'��r''�t+ t 4 1,. W S , ,��. 7e(,ri'f.'sr Al)t't'�IrkF c'; i�t... �i�-,• =.1�_ r .� � � I (, qpm, s 4c ,' _ i / 1 �I 47 41 01 Aa Ak Al uj 4—J -U1 S � F ' , ee ' emu U=i uuu o 4-J E 0 0 u %4- u uu m 7 LUa NONE= a MEN= -0 %ftmmoo uuu 8 � " UC) a MEN= N a MEN= Cl (no MENNEN= I mu u 0 4-j 4--J a MEN= Ln -0 0 ci) 9 Emil= N Q U9 MEN= LL 0 51 z Yuuuumu4—J .,ttl LU� 0. j ro muuum Jcw A0i.„ C iV �1 J00 Ln a MEN= LU =3 (1) 4-J 0 r1t`r 00 W 4C: 0 Q) u 8 MEN= (3) /W� o < C) 4-J C'MDJ J TO ^W S..L 0 � Aip W U O 0 U L V) LLJ 0 - oe >1 LLJ L'd Cl=lty'�?S�lft\t,\}V�i����i`S>`tif'�tyg7211bii���4St'n1}Z�Y��4i1\I'��Sip'�}C`tV�1il\�)l�\y'4;�i})4�c. - . 4)\{jli}\(ys?!{t �\ifr?i � � ri a t4 } �� rl���r t1 ><��\J�`\+{!S+1��)i��'Yt1 h)tJ t 9��t�)ys tt)SrltV�)iti(}1 >u2),}t1 tyr �„{s M10,00 t1b tit{s�W}{l���r !}i�i{ly 1?i�j4�!(r {i\l``)}t�V��lttlf{� 3\47}rt111))1ys ,,,rtn Vt�.at{pi411�'�t 2V�y?tl\�\4 � _ ��', u l z V) IMMEM 4-J MEMEM rO 4- 4-J mmo 0 C a) IMMIMMEN =3 4-j 4-j E 4— E MEMEEME IMMINE Ln IMMINE . m y3 , V, f \{,4-J a IMMINE 4. Mmo 0, ra 4 4r tr i„ uu sl 4} yl t at)7 rt i +>nni o rpy EZP 1 r E a SEMEN @IMIMES � 9d alr mull°°""° Ln IMMIEN 4-j u C: E -0 MEMINE 0 } q; IMMIMEME 0 0 muuu i tib) illi is IMMEMEM >u IMMINE MEMIMMIESu IMMINEi MIMMOMMI Q. fr" f4t Et t CLUlMEMEMa )t 9 IMMINE 4—J —0 E IMMIMEMS (3) 'a MENEM \, Q ,i W r ��t}} cO E o u LJJ !},t Ea,,,, 4-j ?? SCDco 'ry1 w sN' V0 0 mwo 111111 % 4-1 Ln a MENEM IMEME coU LL U )"""' /K/ -0 w X45 ) i) \\` i�' IMMINE CL 0 L) V) CL C) 0 a IMMINEUi flipU �Ii �Ii �Ii �iV wi.,`i'� fl/ {y ,fib PV ^W l Lu 0 W 'a,r(S y;III(rrirvl C: W i V 0