Loading...
HomeMy Public PortalAbout20170824Amended3CityCouncilPacket.pdfTable of Contents 000_000_20170824AMENDEDAgenda3....................................................................................................................................................................................... 1050_010_20170713Minutes....................................................................................................................................................................................... 3050_020_20170727Minutes....................................................................................................................................................................................... 8050_030_20170815SpecialMeetingMinutes....................................................................................................................................................................................... 10110_010_Critz Run....................................................................................................................................................................................... 11120_010_Tank Pro Inc, Maintenance Contract....................................................................................................................................................................................... 14120_030_2017 - Amendment to Agr for Probation Svcs - unsigned - scan....................................................................................................................................................................................... 50120_031_Probation Svcs Agr - signed - scan....................................................................................................................................................................................... 52120_040_Agenda Request-NLC Service Line Warranty Program....................................................................................................................................................................................... 69120_050_TETRA TECH, INC........................................................................................................................................................................................ 89 DOC081817attach a-08182017115443.pdf....................................................................................................................................................................................... 91 Agenda Item - August 24 2017 - RFP# 2017-700 Monitoring Services Proposal - Rostan Solutions LLC.pdf....................................................................................................................................................................................... 89 Agenda August 24 2017 - Disaster Debris Monitoring Service....................................................................................................................................................................................... 89 ATTACHMENT A....................................................................................................................................................................................... 90 Copy of RFP 2017-6 Monitoring Scoring Matrix Sheet1 ATTACHMENT B....................................................................................................................................................................................... 92 ROSTAN_RFP-2017-700_TIGA....................................................................................................................................................................................... 93 2nd Consolidated Attach C....................................................................................................................................................................................... 187 ATTACHMENT D - RFP DOCUMENT....................................................................................................................................................................................... 193 2017-700 Disaster Debris Monitoring....................................................................................................................................................................................... 194 a. Name of the Producer (Contractor’s insurance Broker/Agent)........................................................................................................................................................................................ 204 b. Companies affording coverage (there may be several)........................................................................................................................................................................................ 204 c. Name and Address of the Insured (this should be the Company or Parent of the firm the City Tybee Island is contracting with)........................................................................................................................................................................................ 204 d. A Summary of all current insurance for the insured (includes effective dates of coverage)........................................................................................................................................................................................ 204 e. A brief description of the operations to be performed, the specific job to be performed, or contract number........................................................................................................................................................................................ 204 f. Certificate Holder (This is to always including the City of Tybee Island)........................................................................................................................................................................................ 204 DRUG FREE WORKPLACE CERTIFICATION....................................................................................................................................................................................... 234 CONTRACTOR: __________________________________DATE:________________________....................................................................................................................................................................................... 234 NOTARY: _______________________________________DATE:________________________....................................................................................................................................................................................... 234 ATTACHMENT B....................................................................................................................................................................................... 235 PROMISE OF NON-DISCRIMINATION STATEMENT....................................................................................................................................................................................... 235 Know All Men By These Presents, that I (We),....................................................................................................................................................................................... 235 ____________________________, _______________________, ________________________,....................................................................................................................................................................................... 235 ATTACHMENT C....................................................................................................................................................................................... 236 DISCLOSURE OF RESPONSIBILITY STATEMENT....................................................................................................................................................................................... 236 Failure to complete and return this information will result in your proposal being disqualified from further competition as non-responsive........................................................................................................................................................................................ 236 I, _________________________________, as _______________________....................................................................................................................................................................................... 237 Signature....................................................................................................................................................................................... 237 State of ________________....................................................................................................................................................................................... 237 City of _______________....................................................................................................................................................................................... 237 Subscribed and sworn to before me on this ______ day of _______,....................................................................................................................................................................................... 237120_060_AgendaRequest....................................................................................................................................................................................... 248120_061_Construction & Field Observation Svcs Agreement....................................................................................................................................................................................... 250140_040__Salty Pelican Lease - EMH rev 08.17.17....................................................................................................................................................................................... 258140_041__Total Score Sheet - scan....................................................................................................................................................................................... 271 AMENDED AGENDA REGULAR MEETING OF TYBEE ISLAND CITY COUNCIL AUGUST 24, 2017 7:00PM Please silence all cell phones during Council Meetings I. Consideration of Items for Consent Agenda 6:30PM II. Executive Session III. Opening Ceremonies 1 Call to Order 2 Invocation 3 Pledge of Allegiance IV. Recognitions and Proclamations V. Consideration of the approval of the minutes of the regular meetings of the Tybee island City Council 1 City Council Minutes, July 13, 2017 2 Special Meeting Minutes, July 27, 2017 3 Special Meeting Minutes, August 15, 2017 VI. Consideration of Boards, Commissions and Committee Appointments 1 Moses Robbins, Beach Task Force VII. Reports of Staff, Boards, Standing Committees and/or Invited Guest. Limit reports to 10 minutes. 1 Jack Boylston, Beach Bum Parade 2 David Dauphinee, Tybee Island Police Department 3 Payton Kinkle - Tybee Island Youth Council – Family Fun Day VIII. Citizens to be Heard: Please limit comments to 3 minutes. Maximum allowable times if 5 minutes. IX. Consideration of Approval of Consent Agenda X. Public Hearings XI. Consideration of Local Requests & Applications – Funding, Special Events, Alcohol License 1 Alcohol License Request: Special Event – Beer and Wine – Critz Tybee Run Fest, February 2nd and 3rd, 2018: North Beach in front of Fort and Sixteenth Parking Lot XII. Consideration of Bids, Contracts, Agreements and Expenditures 1 Maintenance Contract, Tank Pro, Inc. Renewal: $15,238.00 2 Amendment to Agreement, Probation Services, Southeast Corrections, LLC 3 NLC Service Line Warranty Program 4 Request City Council’s approval to award a contract for RFP No. 2017-700, Disaster Debris Monitoring Services, as the primary disaster debris monitor to Rostan Solutions, LLC through December 31, 2019. 5 Construction and Field Observation Services North Beach Post Matthew Dune Remediation Project – Letter of Agreement for Services XIII. Consideration of Ordinances, Resolutions XIV. Council, Officials and City Attorney Considerations and Comments 1 Bubba Hughes i. Federal Cost Share Agreement Authorization (documents pending) 20170824Amended3CityCouncilPacket Page 1 of 271 20170822/jrl ii. Authorization to proceed with purchase order on acquisition of sea oats for North Beach Project iii. North Beach Concession Agreement and Award 2 Barry Brown i. Drainage at Memorial Park and North Campbell 3 Shawn Gillen i. Captain's Row drainage pipes 4 Wanda Doyle i. Motion from Beach Task Force: “Recommend the City draft a letter to the US Corps of Engineers requesting the upcoming Study include erosion from increased ship wake on the north end of Island to include impacts of the south jetty on the Savannah River Channel from river traffic and potential impacts to the Cockspur Lighthouse” ii. Motion from Beach Task Force: “The level of sand for the large sand pile by the pier be lowered no more than the height of the surrounding natural dunes and materials be used for sand sharing on the south-end to include berm for vehicular crossovers” iii. Re-imbursement to SEBAR for Pirates Fest due to Hurricane Matthew XV. City Manager’s Report XVI. Minutes of Boards and Committees XVII. Executive Session 1 Discuss litigation, personnel and real estate XVIII. Possible vote on litigation, personnel and real estate discussed in executive session XIX. Adjournment *PLEASE NOTE: Citizens wishing to speak on items listed on the agenda, other than public hearings, should do so during the citizens to be heard section. Citizens wishing to place items on the council meeting agenda must submit an agenda request form to the City Clerk’s office by Thursday at 5:00PM prior to the next scheduled meeting. Agenda request forms are available outside the Clerk’s office at City Hall and at www.cityoftybee.org. THE VISION OF THE CITY OF TYBEE ISLAND “is to make Tybee Island the premier beach community in which to live, work, and play.” THE MISSION OF THE CITY OF TYBEE ISLAND “is to provide a safe, secure and sustainable environment by delivering superior services through responsible planning, preservation of our natural and historic resources, and partnership with our community to ensure economic opportunity, a vibrant quality of life, and a thriving future.” 20170824Amended3CityCouncilPacket Page 2 of 271 20170822/jrl City Council Minutes 20170713 Consideration of Items for Consent Agenda Mayor Buelterman called the consent agenda to order at 6:30PM on July 13, 2017. Those present were Julie Livingston, Monty Parks, John Major, Wanda Doyle, Barry Brown and Bill Garbett. Also attending were Dr. Shawn Gillen, City Manager; Bubba Hughes, City Attorney; George Shaw, Director, Community Development; and Janet LeViner, Clerk of Council. Mayor Buelterman listed the following items on the consent agenda: • City Council Meeting, June 20, 2017 • Millage First Public Hearing, June 27, 2017 • Millage Second Public Hearing, June 27, 2017 • Millage Third Public Hearing and Adoption, June 28, 2017 • Out-of-State Travel, Woody Hemphill, August 28 – 31, 2017. 2017 Florida Recreation and Parks Conference, Orlando, FL • Intergovernmental Agreement for the Distribution of SPLOST Tax Proceeds by the County to the City of Tybee Island for the purpose of Beach Improvements • Ante Litem, Daniel Moss – Mr. Hughes recommended To Reject. • Susan Malone Settlement. Mr. Hughes stated this is the resolution of the claims of Ms. Malone who was previously a volunteer firefighter and involved in the Pension Fund issue. Half the settlement is being paid by GIRMA and half by the City ($25,000 each). Mayor Buelterman called the regular meeting to order at 7:00PM. All those present for the consent agenda were present. Opening Ceremonies • Call to Order • Invocation: Ken Douberly, St Michaels Parish • Pledge of Allegiance Recognitions and Proclamations Mayor Buelterman asked George Reese to come forward and be recognized as the Employee of the Quarter and to acknowledge his Retirement from the City. Mayor Buelterman presented Mr. Reese with a gold watch, Certificate of Appreciation, and gift card. Mr. Reese thanked everyone for the recognition. He also praised the Water/Sewer Department personnel for their hard work. Mayor Buelterman thanked Mr. Reese. Kathryn Williams, approached Mayor and Council to speak on the North Beach Grill. With her presentation, Ms. Williams explained during contract negotiations, she requested two dedicated parking spaces for herself and staff which was denied. She made reference to other businesses on the Island with dedicated parking spaces such as the Marine Science Center, City Hall, Laundromat, loading zones and the Tybee Island Museum. Ms. Williams asked for clarification why other spaces were approved and she was denied. Ms. Doyle made reference to the parking at the laundromat which is a loading/unloading zone. Mr. Parks asked if the negotiations were being reopened. Ms. Williams responded she is not looking for a decision only for discussion and reconsideration. She then made reference to the landscaping around the pavilion and south side of the Grill. She thanked Dr. Gillen and Mr. Shaw for having the landscaping company return to the property for an assessment. There are three dead trees and numerous dead plants. She urged Mayor and Council to hold the landscaping company accountable for their work. 20170824Amended3CityCouncilPacket Page 3 of 271 20170822/jrl Monty Parks made a motion to approve the consent agenda. Julie Livingston seconded. Vote was unanimous, 6-0. Public Hearings Variance/Setback, Sec 3-090: Schedule of development regulations. Brenda Timms, 1303 Second Avenue, Petitioner. Zone R-2. Mayor Buelterman confirmed this was heard by the Tybee Island Planning Commission in May 2017 at which time they recommended denial. Mr. Shaw stated the request was heard by Mayor and Council. Mayor Buelterman was not at that meeting and the vote resulted in a tie vote. He continued, Ms. Timms has an older home that sits very close to the road and the entire front of the house is in the set-back. There are two existing stoops that come out forward from the door which also encroach into the set-back. It is the desire of the petitioner to add overhangs which increases the set-back. Mayor Buelterman confirmed the stairs have been removed but the slab is still in place. Staff and Planning Commission recommended denial due to the encroachment. Mayor Buelterman asked how far into the set-back is the residence without the steps. Mr. Shaw responded, almost 10’ into the set-back. Mayor Buelterman asked Mr. Hughes if, that under the current variance rules, there any justification for granting this variance request. Mr. Hughes stated hardships can be difficult to define. The entire front of the home is non-conforming and in the set-back. Mayor pro tem Brown stated the location of the residence as it sits on the lot currently is the hardship to the present owner. Mayor Buelterman stated prior to the renovation, the stairs and landing stuck out 7’ from the house. Mayor pro tem Brown confirmed. With the new request, it will encroach only 4’. Ms. Doyle stated this is a safety issue. Mr. Major made reference to the back of the variance application regarding the hardship of the property. He asked if the survey stated there are unique physical circumstances or conditions beyond the surrounding properties and because of these the property cannot be developed in strict conformity with the LDC. Mr. Hughes stated the survey will not include that language. Ms. Timms approached Mayor and Council to address questions or concerns. She stated she would like to improve the existing and structure and not build a new residence. She is extremely concerned with the safety of her grandchildren and parents. Ms. Timms explained her intent is to increase the safety with parking as well. Barry Brown made a motion to approve. Wanda Doyle seconded. Discussion: Mr. Garbett stated there is no hardship related to this request. He recommended Ms. Timms build an acceptable entrance to the side of the residence. Mr. Hughes explained the Non-conforming Use Expansion Ordinance as there were questions regarding the non-conformance of the property. Voting in favor were Julie Livingston, Wanda Doyle and Barry Brown. Voting in opposition were Monty Parks, John Major and Bill Garbett. Mayor Buelterman voting in the affirmative. Motion passed to approve 4-3. Variance, Sec 3-070: Permissible structures per lot: Accessory Structures (C) Location of Detached Accessory Structures on Residential Lots. Ralston Forbes, 701 Railwood Avenue, Petitioner. Zone R-1. Mr. Shaw approached Mayor and Council. He stated the owners are requesting to put an accessory structure in the front yard and the current ordinance allows only for a carport in the front yard. Planning Commission was unanimous against as well as Staff. There is no hardship associated with this request other than the petitioner would like a swimming pool. Peter Britt approached Mayor and Council and is not only speaking for himself but his two neighbors, Donna Stafford and Jasjett Sidhu as they are opposed to the petitioner’s request. He requested Mayor and Council deny this request based on a standing water problem that he currently has at 703 Railwood. Mark Boswell approached Mayor and Council representing the owner of the property. Mr. Boswell asked Mr. Britt is everything was taken out of the side yard to where the drainage would not be affected, would he be receptive. Mr. Britt stated no. Mr. Garbett asked if there is a hardship. Mr. 20170824Amended3CityCouncilPacket Page 4 of 271 20170822/jrl Boswell responded the hardship is there is no other place to build the pool. Monty Parks made a motion to deny. Julie Livingston seconded. Motion to deny was unanimous, 6-0. Site Plan, Sec 5-080: Site Plan Approval. Adding hallway to connect two buildings. William Navon, 27 Tybrisa Street and 1604 Butler Avenue, Petitioner. Mr. Shaw approached Mayor and Council. He explained 27 Tybrisa LLC is the owner of the buildings; they have combined the parcels; and are approximately 5’ apart. The owners currently would like to utilize the back building which was an old laundromat by building an enclosure to connect the buildings. Mark Boswell approached Mayor and Council to answer questions or address concerns. There were none. Wanda Doyle made a motion to approve. Bill Garbett seconded. Vote was unanimous to approve, 6-0. Quit Claim. Request to purchase a portion of City right-of-ways adjacent to 29 Meddin Drive. PTG LLC petitioner. PIN 4-0002-10-001. Mr. Shaw approached Mayor and Council. He stated the petitioner requested a quit claim as it has been discovered that a portion of the pool deck encroaches into the unopened right-of-way between Railwood and Gullick. The request includes different measurements and what Staff recommends as well as the Planning Commission is the triangular slice as depicted on the survey and as shown on the screen, the Railwood side would be wide enough to encompass the pool deck and narrow to their property corner on Gullick. Mr. Parks asked if there is any other way to handle this request. Mr. Hughes responded none that will work for the owner. Mayor pro tem Brown asked Mr. Shaw if this request includes the pool or deck material. Mr. Shaw responded just the deck material as the pool comes right up to the property line and the pool material goes into the right-of-way. Ms. Livingston confirmed the process will continue. Mr. Hughes stated no, this is the final step. There was a brief discussion regarding the value and price of the property. Keith Gay approached Mayor and Council. He stated he represents the buyer in this transaction and the transaction has been inked. It is at the request of the buyer that a survey be done and until that time the owner was not aware there is an encroachment. He asked Mayor and Council approve this request. Bill Garbett made a motion to approve the conveyance of approximately 145 sq ft at a value of $15.00 per sq ft. Wanda Doyle seconded. Voting in favor were Julie Livingston, Monty Parks, John Major, Wanda Doyle and Bill Garbett. Voting in opposition was Barry Brown. Motion passed to approve, 5-1. First Reading, 13-2017, Sec 3-090, Schedule of Development Regulations (A)(2), Second Egress Encroachment. Mr. Shaw approached Mayor and Council. He stated currently the City requires two egresses from the first elevated floor of a residence. For an existing home, the owners can have a variance for a second egress in a set-back. This amendment would allow for a new home to plan for a second egress into the set-back. Staff and Planning Commission recommended denial. Monty Parks made a motion to deny. Julie Livingston seconded. Voting in favor to deny were Julie Livingston, Monty Parks, John Major And Bill Garbett. Voting in opposition was Barry Brown. Wanda Doyle abstained. Motion to deny passed, 4-1. Consideration of Ordinances, Resolutions Second Reading, 5A-2017, Ethics Ordinance. Mr. Hughes stated at First Reading this was approved and the new portion of the proposed ordinance includes the non-filing of a complaint within 90 days of the qualification date until the election is certified. The other change Mayor and Council addressed was the legal fees of City Officials in the event the ethics complaint is defended, i.e. if someone successfully defends an ethics charge, the City will consider reimbursement up to a maximum of “blank” dollars upon a determination that an official acted in good faith and the services of an attorney were appropriate. Mr. Hughes stated 20170824Amended3CityCouncilPacket Page 5 of 271 20170822/jrl that was previous discussion that the amount be $5,000. Ms. Doyle confirmed what is before Mayor and Council was addressing the actual complaint and not the members of the Commission. Mr. Hughes confirmed. Bill Garbett made a motion to approve to include “up to a maximum of $5,000”. John Major seconded. Voting in favor were Julie Livingston, Monty Parks, John Major and Bill Garbett. Voting on opposition were Wanda Doyle and Barry Brown. Motion passed, 4-2. Second Reading, 10-2017, Height, Sec 2-010(B), Definitions. Bill Garbett made a motion to approve. Monty Parks seconded. Voting in favor were Julie Livingston, Monty Parks, John Major, Wanda Doyle and Bill Garbett. Voting in opposition was Barry Brown. Motion passed, 5-1. Second Reading, 11-2017, MPIC Membership, Sec 2-265. Bill Garbett made a motion to approve. Julie Livingston seconded. Vote was unanimous to approve, 6-0. First Reading, 14-2017, Fireworks, Sec 42-64. Ms. Doyle expressed her concerns with the amount of commercial grade fireworks in the residential areas. Mayor and Council agreed to include the Tybee Island Police and Fire Departments for their recommendations. Monty Parks recommended this be Deferred to the Public Safety Committee for their recommendations. Council, Officials and City Attorney Considerations and Comments Mr. Hughes recommended delaying discussion on the North Beach Concession Agreement until the upcoming City Council Workshop on Thursday, July 27, 2017. Mayor Buelterman asked the Clerk, Jan LeViner, to read the proposed agenda for the workshop on July 27, 2017. Ms. LeViner stated the following would be included: • Department Head Reports • Youth Council • Capital Improvement Projects for the upcoming fiscal year • Marine Science Center • Goals as established by Mayor and Council • DDA presentation Barry Brown recommended the discussion regarding Fireworks be Deferred to Public Safety Committee for their recommendations. Mayor pro tem Brown expressed his concerns and would recommend other than City sponsored fireworks, they should be restricted on the Island. Major Mosley expressed the concerns of the Tybee Island Police Department as well. Mr. Hughes made reference to the current law. He stated if individuals have a lawful right to be on the property, they can set off fireworks. Mr. Hughes requested clarification regarding 29 Meddin Drive. He stated it would be easier (1) that it is permissible for Mr. Shaw to estimate the square footage and (2) authorize the Mayor to execute the deed. Bill Garbett made a motion to approve the transfer with Quit Claim Deed for 29 Meddin Drive; authorize the Mayor to use Mr. Shaw and Mr. Hughes best estimates of the area and value according to the fair market value; and authorize the Mayor to execute the deed. Wanda Doyle second. Voting in favor were Julie Livingston, Monty Parks, John Major, Wanda Doyle and Bill Garbett. Voting against was Barry Brown. Motion passed, 5- 1. 20170824Amended3CityCouncilPacket Page 6 of 271 20170822/jrl Julie Livingston made a motion to adjourn. Monty Parks seconded. Vote was unanimous, 6-0. Meeting adjourned at 9:10PM Janet LeViner, CMC City Clerk 20170824Amended3CityCouncilPacket Page 7 of 271 20170822/jrl Special City Council Meeting Minutes, July 27, 2017 Consideration of Items for Consent Agenda Mayor Buelterman called the Special City Council meeting to order at 3:30PM on Thursday, July 27, 2017. Those present were Monty Parks, John Major, Wanda Doyle, Barry Brown and Bill Garbett. Also attending were Dr. Shawn Gillen, City Manager; Bubba Hughes, City Attorney; Angela Hudson, Director, Finance; and Janet LeViner, Clerk of Council. Julie Livingston was excused. Consideration of Local Requests and Applications – Funding, Special Events, Alcohol License. Commercial film Production Application Consideration “The Peanut Butter Falcon”, Sunday, July 30th – Monday July 31st, 2017, PBF Movie, LLC. Wanda Doyle expressed her concerns with the lighting and how it might affect the turtle nesting. She also questioned the lateness of the submission of the permit application. Mayor pro tem Brown asked for clarification of the parking arrangements. Chantel Morton approached Mayor and Council. She introduced Jody Schiesser, Location Manager and point of contact. Ms. Morton stated she met with Mr. Schiesser and his colleague in May 2017 and it was their desire to have the application submitted for the first meeting in July 2017. Due to unforeseen circumstances, the application was delayed. She then addressed the parking concerns from Mayor pro tem Brown. She explained they should not be blocking the flow of traffic and requesting three (3) parking spaces which they will reimburse the City. They are using private parking, Hotel Tybee, so they will create less obstruction for beach goers. Ms. Morton directed Mayor and Council to the correspondence from DNR regarding the issuance of an Letter of Permission (LOP). Peanut Butter Falcon, LLC has sent exact bulb wattage and lumens to the City Manager. Dr. Gillen confirmed and stated he has spoken to the turtle experts at the City and there are no active turtle nests near the pier and if Mayor and Council were to approve this request, Staff would request they reimburse the City for Staff time to observe if any turtles approach the beach to nest. Mr. Schiesser confirmed. Mr. Garbett asked Mr. Schiesser if the proposed lighting for filming is in compliance with the City’s lighting ordinance. Ms. Morton responded Mr. Dodd did speak with Dr. Gillen regarding lighting. Mr. Schiesser stated the crew will be using flashlights on the beach and the night filming is on the pier only. Mayor pro tem Brown expressed his concerns with having lights on the beach as it might deter turtles from coming ashore to nest. Mr. Schiesser is working with the Marine Science Center for covers for their flashlights. He stated their plan is for the crew to access the pier around 5:00 PM, Sunday, July 30th to create the set. The regular crew would around 11:30th PM; the crew call would occur at 1:00 AM; and continue through the daylight hours to finish at 8:00 AM. Ms. Doyle again expressed her concerns with the lateness of the submission of the application. She feels there needs to be additional conversations regarding if this would violate the current lighting ordinance. Mr. Major asked Ms. Morton what the process is for this application. Ms. Morton responded, the application was received on July 5th at which time she emailed the location manager a list of questions that needed to be clarified and partial responses were received on July 5th , 6th and 7th. Lighting information was received on July 8th with further clarifications received up to July 26th. Mr. Major stated he would be in agreement to approve contingent upon the City Manager ensuring compliance with the current ordinance. Mr. Schiesser ensured Mayor and Council they will do everything to ensure compliance with the current lighting ordinance and if there is an issue they will stop production immediately. Tammy Smith approached Mayor and Council representing the Turtle Project and the Marine Science Center. Ms. Smith stated they stand behind the lighting ordinance to ensure the beach is dark enough for the turtles and the 20170824Amended3CityCouncilPacket Page 8 of 271 20170822/jrl protection of them under the Federal Endangered Species Act. She shared her concerns with the lights that would be on the pier as they do not conform to the lighting ordinance as the lights will be unshielded. Mayor Buelterman asked if she is comfortable with the lighting from the filming. She responded she has reservations and there are no active nests in the area of the pier. It was agreed that if a turtle should come ashore to nest, she will notify the crew and production will stop immediately. Dr. Gillen confirmed he will also be on the beach and pier during production on Sunday night. Mr. Major confirmed with Dr. Gillen that on Ms. Smith’s authority, production with shut down immediately. Mr. Garbett asked if there is a lighting plan. Mr. Schiesser confirmed but had not done a test run. He will also present his action plan to the crew at their safety meeting prior to production on Sunday evening. John Major made a motion to approve contingent upon the PBF Movie, LLC demonstrating to the City Manager full compliance with the lighting ordinance; Tammy Smith to be on site and if there are concerns they are to be communicated to the production staff and shut down; to pay for time of employee(s); and three parking spaces for crew will be provided. Bill Garbett seconded. Vote was unanimous to approve, 5-0. Discussion: Mayor pro tem Brown expressed his concerns with the lateness of this application for approval. There are deadlines in place and he would like them adhered to. Ms. Doyle also asked for compliance with the procedures for submitting applications for agendas. Ms. Morton confirmed. She stated the City is working with the Savannah Film Office to ensure compliance with the application process. Beth Nelson, Executive Director of the Savannah Film Office, approached Mayor and Council to address the timeline and decision making process. She stated with film making decisions, they are not made until the last minute as the decisions on the timeline are quick. Ms. Nelson explained her office always notifies film companies there is no filming on Tybee during turtle season, May 1st – November 1st. It is her goal to make it good not only for the community but also for the production company. Mayor Buelterman thanked Ms. Nelson. Consideration of Bids, Contracts, Agreements and Expenditures Amend Budget for $150 to pre-pay funds for 15 year Re-nourishment Extension Study. Mayor Buelterman stated a letter from the Corps of Engineers is included in the packet for their information. Monty Parks made a motion to approve. Barry Brown seconded. Vote was unanimous to approve, 5-0. Approval to award a contract for RFP No 2017-696, Disaster Debris Response and Recovery Services as the primary disaster debris hauler to Crowder Gulf Company through December 31, 2019. Wanda Doyle made a motion to approve. Monty Parks seconded. Discussion: Mr. Hughes requested the motion be amended to include “authorization for the Mayor to execute the contract once it is finalized and approved by Staff and himself”. Ms. Doyle amended her motion. Monty Parks seconded. Vote was unanimous to approve, 5-0. Monty Parks made a motion to adjourn. Wanda Doyle seconded. Vote was unanimous, 5-0. Meeting adjourned at 4:15PM _____________________ Janet LeViner, CMA Clerk 20170824Amended3CityCouncilPacket Page 9 of 271 20170822/jrl City Council Minutes August 15, 2017 Consideration of Items for Consent Agenda Mayor Buelterman called the Special City Council Meeting to order at 3:30PM on Tuesday, August 15, 2017. Those present were Julie Livingston, Monty Parks, John Major, Barry Brown, Wanda Doyle, and Bill Garbett. Also attending were Dr. Shawn Gillen, City Manager; Bubba Hughes, City Attorney; and Janet LeViner, Clerk of Council. Consideration of Bids, Contracts, Agreements and Expenditures Approval of $100,000 funding for additional dune sand. Mayor Buelterman questioned the line item for funding. Dr. Gillen responded from the general fund. Wanda Doyle made a motion to approve. Monty Parks seconded. Vote was unanimous to approve, 6-0. Award of contract for North Beach Dune Remediation Project. There was a brief discussion regarding the notification of residents and start date. Bill Garbett made a motion to approve. Julie Livingston seconded. Vote was unanimous to approve, 6-0. Bill Garbett made a motion to adjourn. Julie Livingston seconded. Vote was unanimous to approve, 6-0. Meeting adjourned at 3:45PM. 20170824Amended3CityCouncilPacket Page 10 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 11 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 12 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 13 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 14 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 15 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 16 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 17 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 18 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 19 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 20 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 21 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 22 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 23 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 24 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 25 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 26 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 27 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 28 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 29 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 30 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 31 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 32 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 33 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 34 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 35 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 36 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 37 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 38 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 39 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 40 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 41 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 42 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 43 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 44 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 45 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 46 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 47 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 48 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 49 of 271 20170822/jrl 20170824Amended3CityCouncilPacketPage 50 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 51 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 52 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 53 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 54 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 55 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 56 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 57 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 58 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 59 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 60 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 61 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 62 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 63 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 64 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 65 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 66 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 67 of 27120170822/jrl 20170824Amended3CityCouncilPacketPage 68 of 27120170822/jrl 20170824Amended3CityCouncilPacket Page 69 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 70 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 71 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 72 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 73 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 74 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 75 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 76 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 77 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 78 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 79 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 80 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 81 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 82 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 83 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 84 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 85 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 86 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 87 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 88 of 271 20170822/jrl City Council Agenda Item Request Council Meeting Date for Request: August 24, 2017 Item: To request the City Council’s approval to award a contract for RFP No. 2017-700 Disaster Debris Monitoring Services as the primary disaster debris hauler to Rostan Solutions, LLC through December 31, 2019. Explanation: On July 19, 2017, the City issued a request for proposals for disaster debris monitoring services to submit a proposal to provide monitoring services for the initial emergency clearance of the City roadways and for the collection, removal, disposal and reduction of disaster debris caused by hazardous weather conditions. Work performed under the disaster debris monitoring service is based on an hourly basis. On Aug ust 16, 2017, the City received proposals from the following companies: • Rostan Solutions, LLC, 3815 W Montague Avenue, North Charleston, SC 29418 • Tetra Tech, Inc., 2301 Lucien Way, Ste. 120, Maitland, FL 32751 Based upon evaluation of the proposals and scoring, Rostan Solutions,LLC is rated the highest among the two proposals. Budget: Future funding to cover the cost for this contract will come from the City’s reserved fund balance and reimbursement by FEMA\GEMA on a 75%\12.5%, 80%\10% or 85%\7.5% basis. Paper Work: X___ Attached* Already Distributed Submitted by: Angela Hudson, Finance Director August 17, 2017 Date given to Clerk of Council 20170824Amended3CityCouncilPacket Page 89 of 271 20170822/jrl ATTACHMENT A RFP# 2017-700 MONITORING SERVICE SCORING MATRIX 20170824Amended3CityCouncilPacket Page 90 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 91 of 271 20170822/jrl ATTACHMENT B RFP# 2017-700 MONITORING SERVICE ROSTAN SOLUTIONS, LLC PROPOSAL 20170824Amended3CityCouncilPacket Page 92 of 271 20170822/jrl MONITORING SERVICE FOR DISASTER DEBRIS CLEARANCE AND REMOVAL OPERATIONS FOR CITY OF TYBEE ISLAND’S PUBLIC ROADS, PRIVATE ROADS, PUBLIC AREAS, AND RIGHT-OF-WAYS RFP No. 2017-700 | August 16, 2017 DISASTER DEBRIS MONITORING SERVICES FOR THE CITY OF TYBEE ISLAND, GEORGIA SUBMITTED BY Rostan Solutions, LLC 3815 W Montague Avenue Suite 202 North Charleston, SC 29418 Email: srosania@rostan.com Tel: 813.505.1313 Fax: 813.333.7330 www.rostan.com DOCUMENT COPY 20170824Amended3CityCouncilPacket Page 93 of 271 20170822/jrl 2ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA August 16, 2017 The City of Tybee Island, Georgia Finance Department 403 Butler Avenue Tybee Island, Georgia 31328 Attn: Melissa Freeman Re: RFP No. 2017-700—MONITORING SERVICE FOR DISASTER DEBRIS CLEARANCE AND REMOVAL OPERATIONS FOR CITY OF TYBEE ISLAND’S PUBLIC ROADS, PRIVATE ROADS, PUBLIC AREAS, AND RIGHT-OF-WAYS Dear Selection Committee Members, Rostan Solutions, LLC (Rostan) is pleased to submit one (1) original, two (2) copies, and one (1) electronic copy of our Proposal in response to RFP No. 2017-700—MONITORING SERVICE FOR DISASTER DEBRIS CLEARANCE AND REMOVAL OPERATIONS FOR CITY OF TYBEE ISLAND’S PUBLIC ROADS, PRIVATE ROADS, PUBLIC AREAS, AND RIGHT-OF-WAYS, published by the City of Tybee Island, Georgia (City). Rostan is a Florida-based disaster consulting and engineering firm, with offices in Florida and South Carolina, that was created in 2006 specifically to address clients’ needs associated with disaster debris management and public assistance funding support. We have provided a broad range of disaster recovery management services to clients since 2006, including disaster preparedness, emergency response, debris management and Public Assistance support. Rostan is able to offer the City a responsive, experienced team that possesses the technical skills, resources, and institutional knowledge necessary to excel at providing the services identified in the City’s RFP. Rostan understands the importance of having an in-place contract for disaster debris monitoring and is highly qualified to provide these services to the City. Our core business is emergency preparedness and recovery services. We are a nationally recognized disaster debris management firm with a thorough knowledge of federal regulations pertaining to disaster debris management and public assistance reimbursement support. Over the years, we have developed comprehensive and integrated pre- and post-disaster solutions for numerous communities throughout the United States, including many coastal communities in the southeast. Our approach to disaster preparedness and response brings several benefits to the City that we believe are important to a successful, accelerated, safe, and efficient recovery that maximizes utilization and reimbursement of state and federal funds. Our hands-on experience and unparalleled knowledge of Public Assistance funding programs allows our clients to focus on their recovery. Five strong guiding principles help us assist communities expedite recovery: • Placing the public’s safety and wellbeing first. • Utilizing locally hired residents, resources and businesses. • Listening to you and understanding your unique situation. • Responding with a sense of urgency and focus. • Maximizing and expediting your reimbursement funding. DISASTER RECOVERY SOLUTIONS Rostan Solutions, LLC 3433 Lithia Pinecrest Road Suite 287 Valrico, FL 33596 T: 813.505.1313 | F: 813.333.7330 www.rostan.com 20170824Amended3CityCouncilPacket Page 94 of 271 20170822/jrl 3ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 95 of 271 20170822/jrl 4ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA SECTION 1 QUALIFICATIONS 5 1.1 Rostan Team Profile 6 1.2 Summary of Capabilities 10 1.3 Experience Overview 11 1.4 Past Project Experience 12 1.5 Key Personnel 27 1.6 Letters of Reference 49 SECTION 2 PROJECT UNDERSTANDING AND METHODOLOGY 52 2.1 Understanding the City of Tybee Island, Georgia 53 2.2 Rostan Strategy, Approach, and Schedule 55 2.3 Debris Collection, Management, and Disposal Plan 57 2.4 Automated Debris Management System [ADMS]65 2.5 Additional Related Services 70 2.6 Public Assistance Consulting 74 2.7 Employee Training Manual Provided under separate cover SECTION 3 REQUIRED DOCUMENTATION 77 TABLE OF CONTENTS 20170824Amended3CityCouncilPacket Page 96 of 271 20170822/jrl 5ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA MONITORING SERVICE FOR DISASTER DEBRIS CLEARANCE AND REMOVAL OPERATIONS FOR CITY OF TYBEE ISLAND’S PUBLIC ROADS, PRIVATE ROADS, PUBLIC AREAS, AND RIGHT-OF-WAYS RFP No. 2017-700 | August 16, 2017 DISASTER DEBRIS MONITORING SERVICES FOR THE CITY OF TYBEE ISLAND, GEORGIA SUBMITTED BY Rostan Solutions, LLC 3815 W Montague Avenue Suite 202 North Charleston, SC 29418 Email: srosania@rostan.com Tel: 813.505.1313 Fax: 813.333.7330 www.rostan.com SECTION 1 — QUALIFICATIONS 1.1 Rostan Team Profile 1.2 Summary of Capabilities 1.3 Experience Overview 1.4 Past Project Experience 1.5 Key Personnel 1.6 Letters of Reference 20170824Amended3CityCouncilPacket Page 97 of 271 20170822/jrl 6ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA ROSTAN SOLUTIONS, LLC Rostan Solutions, LLC (Rostan) is a Florida Limited Liability Company tracing its origins to Malcolm Pirnie, Inc. (Malcolm Pirnie). In response to increasing client interest, in 2001 Malcolm Pirnie developed an emergency planning and disaster recovery management practice to assist clients in addressing their disaster management needs. In 2006, Malcolm Pirnie created Rostan as a wholly-owned subsidiary. In 2013, Malcolm Pirnie divested Rostan, and Rostan became an independent, privately-owned small business whose principal partners led the original development of the emergency management and disaster recovery practice while with Malcolm Pirnie in 2001. Today Rostan can proudly say that it has served more than 60 clients throughout the United States with a history of successful federally funded projects and exemplary client satisfaction. Rostan has on-going firsthand knowledge of Federal Emergency Management Agency (FEMA), United States Army Corps of Engineers (USACE), United States Environmental Protection Agency (USEPA), United States Department of Transportation (USDOT), Natural Resources Conservation Service (NRCS), and state disaster management operations and programs. Rostan has assisted numerous communities with disaster debris management/monitoring and provided assistance with FEMA reimbursements and appeals following natural disasters. Rostan has proven success in managing recovery programs and meeting complex documentation and records requirements for FEMA reimbursement for all relevant public assistance categories. Rostan employs disaster debris management personnel who have remained consistent throughout the years and together harness more than 100 years of experience in disaster recovery operations resulting from earthquakes, floods, tornadoes, snow/ice storms and hurricanes. Information about Rostan’s projected key personnel for the City can be found in Section 1.5 of our Proposal. SMALL BUSINESS ENTERPRISE (SBE) AND DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION ROSTAN has traditionally had a sensitivity towards the utilization of minority owned enterprises in the normal course of our business, which includes Women and Minority Business Enterprises (W/MBE) as subcontractors and as suppliers of goods and services. Furthermore, we will extend our efforts beyond professional level services, whenever possible, to employ Women and Minority Business Enterprises for nontechnical needs that may arise during the normal course of operations. As a registered City of Tampa, Florida Small Local Business Enterprise (SLBE) ourselves, ROSTAN has long been an advocate of SBE and DBE project participation and will continue to utilize SBE and DBE firms whenever feasible. 1.1 ROSTAN TEAM PROFILE 20170824Amended3CityCouncilPacket Page 98 of 271 20170822/jrl 7ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA I,Brian P. Kemp, The Secretary of State and the Corporation Commissioner of the State of Georgia, hereby certify under the seal of my office that ROSTAN SOLUTIONS, LLC a Foreign Limited Liability Company WITNESS my hand and offical seal in the City of Atlanta and the State of Georgia on June 11, 2014 Tracking #: UubdWLxS Control No.: 14056718 STATE OF GEORGIASecretary of StateCorporations Division313 West Tower#2 Martin Luther King, Jr. Dr.Atlanta, Georgia 30334-1530 CERTIFICATE OF AUTHORITY has been duly formed under the laws of New York and has filed an application meeting the requirements of Georgia law to transact business as a foreign Limited Liability Company in this state. WHEREFORE, by the authority vested in me as the Secretary of State, the above LimitedLiability Company is hereby granted, on June 11, 2014, a certificate of authority to transact business in the State of Georgia as provided by Title 14 of the Official Code of Georgia Annotated. Attached hereto is a true and correct copy of said application. 20170824Amended3CityCouncilPacket Page 99 of 271 20170822/jrl 8ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA STATE OF GEORGIASecretary of StateCorporations Division313 West Tower2 Martin Luther King, Jr. Dr.Atlanta, Georgia 30334-1530 ANNUAL REGISTRATION *Electronically Filed* Secretary of StateFiling Date: 3/28/2017 12:10:11 PM BUSINESS INFORMATION CONTROL NUMBER 14056718 BUSINESS NAME ROSTAN SOLUTIONS, LLC BUSINESS TYPE Foreign Limited Liability Company EFFECTIVE DATE 03/28/2017 PRINCIPAL OFFICE ADDRESS ADDRESS 3433 Lithia Pinecrest Road, Suite 287, Valrico, FL, 33596, USA REGISTERED AGENT'S NAME AND ADDRESS NAME ADDRESS Corporation Service Company 40 Technology Pkwy South, #300, Gwinnett, Norcross, GA, 30092, USA AUTHORIZER INFORMATION AUTHORIZER SIGNATURE Darius Stankunas AUTHORIZER TITLE Member 20170824Amended3CityCouncilPacket Page 100 of 271 20170822/jrl 9ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA The ACORD name and logo are registeredmarks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES(Eaoccurrence)$DAMAGE TO RENTEDEACHOCCURRENCE $ MEDEXP (Anyone person)$ PERSONAL &ADVINJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describeunderDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTOALLOWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILYINJURY(Per person) BODILYINJURY(Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSDADDL WVDSUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INS025(201401) 9/29/2016 Lassiter-Ware Insurance of Tampa Bay1300 N. Westshore Blvd.Suite 110Tampa FL 33607 Joseph Amendola(800)845-8437 (888)883-8680joea@lassiter-ware.com Rostan Solutions, LLC3433 Lithia Pinecrest RoadSuite 287Valrico FL 33596 Crum & Forster Specialty Insurance 44520Travelers Indemnity Company 25658Travelers Casualty & Surety Co 19038 16-17 Cert A X X X EPK114319 9/29/2016 9/29/2017 1,000,000 1,000,000 25,000 1,000,000 2,000,000 2,000,000 B X X X BA6D62686216GRP 9/29/2016 9/29/2017 1,000,000 PIP-Basic 10,000 A X X EFX106144 9/29/2016 9/29/2017 5,000,000 5,000,000 C N XAUB4149T66A16 9/29/2016 9/29/2017 X 1,000,000 1,000,000 1,000,000 A Professional Liab Limits EPK114319 9/29/2016 9/29/2017 Each Claim $1,000,000 Included in General Liab Claims-Made Aggregate $2,000,000 P Schmaltz/WENDTY ~Proof of Coverage Only For Bidding Purposes c/o Rostan Solutions, LLC 20170824Amended3CityCouncilPacket Page 101 of 271 20170822/jrl 10ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA PRE-EVENT SERVICES DISASTER PREPAREDNESS PLANS • Debris Management Plans (e.g., for hurricanes, floods, earthquakes, weapons of mass destruction [WMD], etc.) • Mobilization Plan • Needs Assessment • Comprehensive Emergency Management Plans • Continuity of Operations Plans • Mitigation Planning and Engineering Response and Recovery Plans • Geographic Information Systems (GIS) Capabilities Analysis DEBRIS MANAGEMENT SERVICES • Available Sites Inventory Research / Permitting • DMS Baseline Investigations and Regulatory Support • DMS Environmental Monitoring and Closure Reports CONTRACTS ADMINISTRATION SUPPORT • Debris Contractor Procurement Assistance • Contracts Management • Storm Debris Collections Contracts Review ADDITIONAL SERVICES • Community Relations for Debris Removal Programs • Training Workshops and Table-Top Exercises P0ST-EVENT SERVICES DEBRIS CONTRACTOR MANAGEMENT AND MONITORING • Contract Administration • Operations Routing and Mapping • Debris Contractor Vehicle Certification • DMS Operations Monitoring • Quality Assurance (QA) Monitoring (load site and tower QA monitors) • Waterway Debris and Sediment Removal Monitoring • Private Property Debris Removal (PPDR) Management • Demolition Debris Removal Management • PPDR and Demolition Documentation Management • DMS Permitting and Close-out • Data Management and Information Systems Support PROGRAM MANAGEMENT • Project Management and Scheduling • GIS/GPS Interface Support • Asset Management • Database Management • Contractor Invoice Reconciliation REGULATORY AND REIMBURSEMENT SUPPORT • Federal Reimbursement Programs • FEMA Coordination • Grant Applications — 404, 406, CDBG • Reporting and Permitting ADDITIONAL SERVICES • Damage Assessments of Public Infrastructure Rostan offers our clients complete disaster preparedness, response and recovery capabilities incorporating client advocacy, timely responsiveness, operational flexibility, creativity, innovation and efficient solutions. Our range of disaster management services are outlined below. 1.2 SUMMARY OF CAPABILITIES 20170824Amended3CityCouncilPacket Page 102 of 271 20170822/jrl 11ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA The Rostan Team has a proven track record of providing disaster debris management services throughout the United States since 2004. The projects depicted below summarize our Team’s experience performing similar services as contemplated by the City’s RFP. 1.3 EXPERIENCE OVERVIEW EVENT APPLICANT STATEYEARHAULPASS ADMSDEBRIS MANAGEMENT SITE (DMS) OVERSIGHTEQUIPMENT CERTIFICATIONSRIGHT OF WAY DEBRISPRIVATE PROPERTY DEBRIS REMOVALDEMOLITION OF PRIVATE PROPERTYSHORELINE RESTORATIONWATERWAY DEBRIS REMOVALDERELICT MOTOR VEHICLESDERELICT VESSELS/MARINE STORAGEHOUSEHOLD HAZARDOUS WASTEHAZARDOUS WASTE/CONTAMINATED DEBRIS MANAGEMENTHANGING LIMBS/LEANING TREESHAZARDOUS STUMPSWHITE GOODSRECOMMENDATIONSIMAGE DOCUMENTATIONDOCUMENT MANAGEMENTPUBLIC ASSISTANCE (REIMBURSEMENT) SUPPORTHURRICANE MATTHEW Charleston County SC 2016 – 2017 X X X X X X X X X Martin County FL 2016 – 2017 X X X X X X X X Garden City GA 2016 – 2017 X X X X X X X X City of Port St. Lucie FL 2016 – 2017 X X X X X X X X Berkeley County SC 2016 X X X X X X X X X Town of Sewall’s Point FL 2016 X X X FLOODING Iberia Parish LA 2016 X X X X X X X X TORNADO Essex County VA 2016 X X X X X X X X FLOODING Charleston County SC 2015 X X X X X X X X X X ICE STORM Cumberland County TN 2015 X X X X X X X X X White County TN 2015 X X X X X X X X X ICE STORM Jenkins County GA 2014 X X X X X HURRICANE SANDY NJDEP – Waterway Debris Monitoring NJ 2012 – 2014 X X X X X X X X X X X X X X X X X Bergen County Utility Authority NJ 2012 – 2013 X X X X Borough of Keansburg NJ 2013 – 2014 X X X X X X X X X X X X X Borough of Bay Head NJ 2012 – 2013 X X X X X X X X X X X X X X X Borough of Bernardsville NJ 2012 – 2013 X X X X X X X X X X X Borough of Highlands NJ 2012 – 2016 X X X X Borough of Little Silver NJ 2012 – 2013 X X X X X X X X X X X X Borough of Manasquan NJ 2012 – 2013 X X X X X X X X X X X X X Borough of Ocean Gate NJ 2012 – 2013 X X X X X X X X X X X X Borough of Point Pleasant Beach NJ 2012 – 2013 X X X X X X X X X X X X X Borough of Red Bank NJ 2012 – 2013 X X X X X X X X X X Borough of Roselle NJ 2012 – 2013 X X X X X X X X X X X X Borough of Sea Girt NJ 2012 – 2013 X X X X X X X X X X X X Borough of Tinton Falls NJ 2012 – 2013 X X X X X X X X X X City of Bayonne NJ 2012 – 2013 X X X X X X X X X X X X Township of Brick NJ 2012 – 2014 X X X X X X X X X X X X X X X X X X X Township of Hillside NJ 2012 – 2013 X X X X X X X X X X X X Township of Hopewell NJ 2012 – 2013 X X X X X X X X X X Township of Middletown NJ 2012 – 2013 X X X X X X X X X X X X Township of Old Bridge NJ 2012 – 2013 X X X X X X X X X X X X Township of Readington NJ 2012 – 2013 X X X X X X X X X X USACE NY District – City of New York NY 2012 – 2013 X X X X X X X X X X X X X X HURRICANE IRENE James City County VA 2011 X X X X X X X X X X X X York County VA 2011 X X X X X X X X X X X X City of Williamsburg VA 2011 X X X X X X X X X X X X TORNADO USACE KC District – City of Joplin MO 2011 X X X X X X X X X X X X X X X TORNADO City of Birmingham AL 2011 – 2012 X X X X X X X X X X X X X X X X EARTHQUAKE Port – au – Prince, Haiti Haiti 2010 X X X X X X X X X X X HURRICANE IKE USACE Ft. Worth District – Texas DOT TX 2008 X X X X X X X X X X X X X City of Humble TX 2008 X X X X X X X X X X X X City of Nassau Bay TX 2008 X X X X X X X X X X X X Village of Piney Point TX 2008 X X X X X X X X X X X X USACE New Orleans District – Cameron Parish LA 2008 X X X X X X X X X X X X USACE New Orleans District – Vermillion Parish LA 2008 X X X X X X X X X X X X ICE STORM Erie County NY 2006 – 2008 X X X X X X X X X X X X X City of Buffalo NY 2006 – 2007 X X X X X X X X X X X X HURRICANES KATRINA/RITA USACE Vicksburg District – Task Force Hope MS 2005 – 2006 X X X X X X X X X X X X X X X X X USACE New Orleans District – Jefferson Parrish LA 2005 – 2006 X X X X X X X X X X X X X X X HURRICANE WILMA Solid Waste Auth. – Palm Beach County FL 2005 – 2006 X X X X X X X X X X X HURRICANES JEANNE/FRANCES Solid Waste Auth. – Palm Beach County FL 2004 – 2005 X X X X X X X X X X Hillsborough County FL 2004 – 2005 X X X X X X X X X X X 20170824Amended3CityCouncilPacket Page 103 of 271 20170822/jrl 12ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | MULTIPLE PROJECTS | CHARLESTON COUNTY, SC | 2015 – PRESENT HURRICANE MATTHEW | FEMA DR-4286-SC | 425,000 CY While still recovering from the impacts of the 2015 late- season floods, Charleston County was the unfortunate recipient of Hurricane Matthew’s initial landfall. Hurricane Matthew profiled the east coast of Florida and Georgia before coming inland in Charleston County near the town of McClellanville. Fortunately for the County, tide sequences welcomed the Hurricane at or near low tide, minimizing the flooding impact. This did not spare the County from dramatic vegetative damage and resulted in the collection of more than 400,000 CY by private contractor, as well as an estimated 100,000 CY collected by municipal and County entities. In addition, Matthew resulted in the removal of more than 18,000 hazardous hanging limbs and trees from major arteries and more densely populated areas. Debris collection, processing, and final haul-out efforts concluded after 112 days. Rostan was activated by the County to provide debris monitoring management services augmented by HaulPass®, our proprietary ADMS system. More than 80 employees were used to collect field data and monitor hauling operations. Debris was processed at three primary DMS sites, all staffed by Rostan personnel. Additionally, five final disposal sites, some more than 75 miles away, were utilized. Charleston County continues its long-term recovery efforts from Hurricane Matthew. This includes identifying damages to facilities and critical infrastructure, isolating force account costs and expenditures related to the recovery, and developing project worksheets. This task is ongoing. FLOODING 2015 | FEMA DR-4241-SC | 31,500 CY Following the historic flooding event during October 2015 throughout South Carolina, Rostan was activated by the County to assist in management of debris recovery efforts. Rostan was responsible for managing and monitoring the removal of C&D, white goods, and vegetative debris from the Right- of-Way (ROW) throughout the County. Optimized by our HaulPass® automated debris management system, Rostan provided rapid reconciliation of debris contractor invoices. Along with our team of debris management experts, local personnel were interviewed, trained and hired to enhance economic recovery of the affected area. In total, more than 30,000 cubic yards of debris was removed during a 30-day period. In addition, Charleston County was faced with the daunting task of restoring and repairing an extensive network of roads and drainage channels. Charleston County maintains hundreds of miles of drainage canals, stormwater ditches, and unpaved roadways, including canals and roads that are listed on the national register of historic places. Charleston County’s initial damage survey found that 222 unpaved roads and 219 drainage structures sustained damages. Rostan was tasked with managing the County’s disaster recovery efforts and coordinating these efforts with the Federal Emergency Management Agency (FEMA) and South Carolina’s Emergency Management Division (SCEMD). This included preparation of required documentation for project worksheets for Category A — Debris Management, Category B — Emergency Protective Measures, Category C — Roads and Bridges, and Category D — Water Control Facilities. To support these efforts, Rostan reconciled multiple County departments’ force account expenditures for Public Assistance (PA) emergency work categories. Rostan has completed coordination/implementation of unpaved road and drainage system site investigations and the development of individual damage descriptions, scopes of work and cost estimates for 212 impacted roadways and 33 drainage structures. Site investigations were performed by our team of engineers and roadway design specialists and focused on documenting the extent and severity of damages of each facility and identifying potential mitigation measures available to lessen the severity of impacts from future storms. Damages ranged from general loss of material and profile degradation to extensive failure requiring full reconstruction. Rostan was also tasked with developing an HMGP pre-application for a critical County evacuation route. These tasks are ongoing. CONTRACT AMOUNT: $1.2 Million DEBRIS TRACKING METHOD: HaulPass® ADMS CONTRACT AMOUNT: $1.3 Million DEBRIS TRACKING METHOD: HaulPass® ADMS 1.4 PAST PROJECT EXPERIENCE 20170824Amended3CityCouncilPacket Page 104 of 271 20170822/jrl 13ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND MONITORING OPERATIONS |HURRICANE MATTHEW| 155,000 CY MARTIN COUNTY, FL | 2016 – 2017 Rostan has provided Stand-by Debris Monitoring Services to Martin County since 2014. Following Hurricane Matthew in October of 2016 Rostan was activated to provide an array of debris management services including truck certification, debris contractor monitoring and documentation of ROW debris removal, debris reduction monitoring and management, debris management site oversight and daily operations reporting. Rostan was responsible for managing and monitoring the removal of 155,000 cubic yards of vegetative debris from the Right-of-Way (ROW) in Martin County. Operations covered approximately 543 square miles of public Right-of- Way (ROW). Rostan personnel were assigned to monitor and document work performed by AshBritt at Hobe Sound DMS, as well as to verify final disposition of mulch at the Mike Marburger Recycling Facility and the Citrus Grove site in St. Lucie County. Optimized by our HaulPass® automated debris management system, Rostan also provided timely reconciliation of debris contractor invoices. Rostan also provided Public Assistance program guidance consultations related to eligible reimbursements for the debris recovery operation. In addition, Rostan provided debris management site summary reports documenting the closure of the sites and consolidating the records necessary for FEMA reimbursement. DEBRIS MANAGEMENT AND MONITORING OPERATIONS |HURRICANE MATTHEW| 110,000 CY THE CITY OF PORT ST. LUCIE, FL | 2016 – 2017 Rostan/CapTec was the secondary Stand-by Debris Monitoring firm for the City of Port St. Lucie. Following Hurricane Matthew in October of 2016, Rostan/CapTec was activated to provide monitoring services because the primary firm did not mobilize to assist the City. Upon activation Rostan immediately deployed a management and monitoring team to come to the aid of the City. Rostan was responsible for managing and monitoring the removal of 110,000 cubic yards of vegetative debris from the right-of-way, parks and City drainage systems. Monitoring operations also involved the removal of over 5,000 hanging limbs and 475 hazardous leaning trees, as well as, oversight of debris reduction operation at the debris a management site and the haul out of mulch to final disposition. Rostan monitoring tasks included but were not limited to truck certification, debris contractor monitoring and documentation of ROW debris removal, debris reduction monitoring and management, debris management site oversight, daily operations reporting and debris contractor invoice reconciliation utilizing our HaulPass® automated debris management system. CONTRACT AMOUNT: $535,000 DEBRIS TRACKING METHOD: HaulPass® ADMS CONTRACT AMOUNT: $320,000 DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 105 of 271 20170822/jrl 14ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND MONITORING OPERATIONS |HURRICANE MATTHEW| 23,700 CY THE CITY OF GARDEN CITY, GA | 2016 – PRESENT Rostan was hired by Garden City, GA in October 2016 following the significant impact of Hurricane Matthew along the Georgia coast. Garden City, though small in geographic area, suffered sizable damages. Rostan was tasked initially with providing debris monitoring and field support services. Over the course of 30 days, more than 23,000 cubic yards of debris was collected within the 14.3 square mile municipal boundary. Debris volumes were further amplified considering a sizeable portion of the City was dedicated to commercial establishments therefore not requiring debris collection efforts. The City contains slightly less than 4,000 households, meaning there was roughly 6 CY of debris generated per household. Rostan utilized its proprietary ADMS HaulPass® to track all debris removal efforts, expediting contractor invoice reconciliation and requests for reimbursement. Rostan was additionally tasked with assisting the City with all public assistance (PA) efforts including identifying damages to City infrastructure and pursuing reimbursement for restoration measures and mitigation alternatives. Rostan has been integral in developing multiple HMGP pre-applications. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | HURRICANE MATTHEW | 58,000 CY BERKELEY COUNTY, SC | 2016 In October, 2016, while still recovering from the impacts of the severe flooding that occurred in late 2015 (FEMA 4241), Berkeley County was hit by Hurricane Matthew. Hurricane Matthew skirted the southeastern cost of the United States before coming inland in Charleston County near the town of McClellanville, SC less than ten miles from the Berkeley County border. While Berkeley County did not experience the damages that some coastal communities felt, the County was still buffeted by winds in excess of 75 mph and vegetative damage occurred throughout the county and resulted in the collection of more than 58,000 CY of vegetative debris by private contractor and County forces. In addition, more than 1,800 hazardous hanging limbs and trees were removed from major arteries and more densely populated areas. Debris collection, processing, and final haul-out efforts concluded after 61 days. Rostan was activated by the County to provide debris monitoring management services augmented by HaulPass®, our proprietary ADMS system. More than 30 Rostan employees, many of whom were local hires that reside in Berkeley County, were used to collect field data and monitor hauling operations. Debris was processed at the County’s debris management site located at the Berkeley County Landfill which was staffed by Rostan personnel. CONTRACT AMOUNT: $125,000 DEBRIS TRACKING METHOD: HaulPass® ADMS CONTRACT AMOUNT: $347,000 DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 106 of 271 20170822/jrl 15ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA SHORE ACRES MITIGATION RECONSTRUCTION PROJECT AND SHORE ACRES ELEVATION PROJECT CITY OF ST. PETERSBURG, FLORIDA | 2015 – PRESENT Rostan is managing the City of St. Petersburg, FL’s hazard mitigation component of the City’s overall National Flood Insurance and Community Rating System (CRS) Program. The Program provides homeowners the opportunity to mitigate their homes to prevent future flooding and helps the City reduce the number of repetitive loss structures and enhancing the CRS Program. The Program is funded through FEMA’s Hazard Mitigation Assistance (HMA) Program that is administered through the State of Florida, Division of Emergency Management. Rostan is assuring that the mitigation and elevation projects are consistent and in compliance to project codes and standards, verifying homeowner receipts, confirming adherence to Program guidelines, ensuring homeowners stay within the required budget, submitting quarterly receipts, and submitting a close out report. In addition, Rostan provides policy guidance coordination with State and federal representatives. FLOOD RECOVERY PROJECT ST. JOSEPH’S ABBEY AND SEMINARY COLLEGE, LOUISIANA | 2016 – PRESENT On Friday, March 11, 2016, floodwaters from the Bogue Falaya River inundated Saint Joseph Abbey and Seminary College with nearly two feet of water. The impact of the flood far surpasses damages suffered in Hurricane Katrina especially in light of record enrollment in the seminary. More than 31 buildings/structures were damaged, and total losses exceed $30 million. Rostan Solutions, as part of a team with BASE Tactical and Family Environmental, provided oversight for emergency services to the college. These services included remediation of flood impacted buildings, environmental assessments, mold remediation, asbestos abatement, and federal funding pursuits. The Rostan team provided consultation and leadership for the stabilization of the buildings on campus and implementation of alternate facilities so that the college could resume and complete the school year, during the emergency. The expedient and expert work implemented during the emergency saved millions of dollars and prevented the loss of important College buildings that have been around for more than 100 years. CONTRACT AMOUNT: $100,000 CONTRACT AMOUNT: $70,000 20170824Amended3CityCouncilPacket Page 107 of 271 20170822/jrl 16ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MONITORING AND MANAGEMENT SERVICES | TORNADO | 7,400 CY ESSEX COUNTY, VIRGINIA | 2016 Subsequent to a series of devastating tornadoes which impacted multiple counties across central Virginia on February 24, 2016, Rostan provided a range of debris removal monitoring services including truck certification, monitoring and documentation of ROW debris removal, debris management site (DMS) oversight, daily operations informational summaries, and DMS and project closeout reporting. In addition, we successfully provided guidance to the County related to obtaining reimbursements from State and Federal agencies, including the Federal Emergency Management Agency (FEMA), relating to the eligible costs arising from the disaster recovery effort. Rostan was responsible for managing and monitoring the removal of over 7,400 cubic yards of debris hauled to two DMS locations. The operation was further streamlined through the use of the HaulPass® automated debris management system, which provided near real-time reporting regarding debris removal field operations. DEBRIS MANAGEMENT AND MONITORING OPERATIONS | ICE STORM | 700,000 CY CUMBERLAND COUNTY, TENNESSEE | 2015 – 2016 After the severe ice storms which occurred across the State of Tennessee in February 2015, Cumberland County was among 45 Tennessee Counties to receive a Major Disaster Declaration. Rostan was responsible for managing and monitoring the removal of 700,000 cubic yards of vegetative debris from the Right-of-Way (ROW) throughout the County. Operations covered approximately 685 square miles of public ROW. Rostan also provided oversight of debris reduction grinding and chipping, as well as the haul out of reduced vegetative debris to final disposition. Optimized by our HaulPass® automated debris management system, Rostan provided unprecedented rapid reconciliation of debris contractor invoices. As is typical operation for Rostan disaster response and recovery services, local personnel were interviewed, trained and hired to enhance economic recovery of the affected area. Rostan provided an array of post-disaster debris management services including truck certification, ROW debris removal monitoring and documentation, debris reduction monitoring and management, debris management site (DMS) oversight, daily operations informational summaries, as well as DMS and project closeout reporting. Rostan provided assistance to the County in its reimbursement efforts from the State and Federal agencies, including the Federal Emergency Management Agency (FEMA), relating to the eligible costs arising from the disaster recovery effort. CONTRACT AMOUNT: $1.3 Million DEBRIS TRACKING METHOD: HaulPass® ADMS CONTRACT AMOUNT: $25,000 DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 108 of 271 20170822/jrl 17ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND MONITORING OPERATIONS | ICE STORM | 135,000 CY WHITE COUNTY, TENNESSEE | 2015 Subsequent to the severe ice storms which impacted the State of Tennessee in February 2015, White County was among 45 Tennessee Counties to receive a Major Disaster Declaration. Rostan was responsible for managing and monitoring the removal of 135,000 cubic yards of vegetative debris from the Right-of-Way (ROW) in White County. Operations covered approximately 377 square miles of public ROW. Monitoring operations also involved oversight of debris reduction by open burning, as well as grinding and chipping, and the haul out of reduced vegetative debris to final disposition. Optimized by our HaulPass® automated debris management system, Rostan also provided unprecedented rapid reconciliation of debris contractor invoices. As is common in Rostan’s approach to disaster response and recovery services, local personnel were interviewed, hired and trained to enhance economic recovery of the affected area. Rostan provided an array of debris management services including truck certification, monitoring and documentation of ROW debris removal, debris reduction monitoring and management, debris management site (DMS) oversight, daily operations informational summaries, and DMS and project closeout reporting. In addition, we successfully provided guidance to the County related to obtaining reimbursements from State and Federal agencies, including the Federal Emergency Management Agency (FEMA), relating to the eligible costs arising from the disaster recovery effort. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | HURRICANE SANDY TOWNSHIP OF BRICK, NEW JERSEY | 340,000CY/31,500 TONS | 2012 – 2014 Rostan deployed to New Jersey following Hurricane Sandy making landfall on October 29, 2013. Within days, Rostan was contacted by representatives from Brick Township to provide immediate response, and was on-site the next day certifying contractor equipment to begin debris removal operations. Rostan provided an array of post-disaster debris management services throughout the municipality including damage and debris assessments and quantifications, monitoring of right-of-way debris and hazardous tree removals, and complete oversight and management of all facets of private property debris removal and structure demolitions. With a local staff of over 50 trained debris monitors and field supervisors, Rostan monitored the removal of debris across multiple project phases extending over 18 months. Rostan staffed and managed over 15 debris management sites where the debris was hauled throughout the project. The initial phase of debris removal included right-of-way cleanup and the removal of over 3,100 hazardous leaning trees, hanging branches, and hazardous stumps. Over 220 trucks were certified, tracked, and utilized for debris collection by multiple prime and sub-contractors. In a secondary phase, Rostan fully coordinated and oversaw 111 private property debris removal and demolition assignments on behalf of Brick Township. Rostan assisted the Township in the collection, verification and validation of rights-of-entry and hold- harmless agreements related to private property debris removal (PPDR) operations approved by the FEMA coordinating officer. Rostan performed property evaluations and pre- and post-work assessments on all private property work sites. Rostan was solely responsible for coordinating with all federal and state agencies throughout the project, and maintaining all relevant property records. In addition, Rostan provided assistance to the Township in recovery of funds allocated by insurance companies in effort to prevent duplication of benefits for FEMA purposes. CONTRACT AMOUNT: $2 Million DEBRIS TRACKING METHOD: HaulPass® ADMS CONTRACT AMOUNT: $285,000 DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 109 of 271 20170822/jrl 18ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA In addition to our debris monitoring and demolition oversight management services, ROSTAN led Brick Township’s public assistance efforts. To date, FEMA has approved and obligated over $15 million in emergency response, debris management and permanent projects and mitigation. The Township leads the State in reimbursement and was randomly selected to be audited by the Bureau of Homeland Security, Office of the Inspector General (OIG). The OIG audit has not resulted in deobligation of any funds while we worked hand-in-hand with their auditing team to ensure that they had all requested documentation in a timely manner. HURRICANE IRENE HOUSE ELEVATION HMGP GRANT | BOROUGH OF HIGHLANDS, NEW JERSEY | 2013 – 2016 Rostan was engaged by the Borough of Highlands, NJ to serve as overall program manager for a FEMA Hazard Mitigation Grant Program (HMGP) grant to elevate up to eight structures that had been damaged as a result of flooding and high winds associated with Hurricane Irene. The Borough of Highlands is a coastal community located at the beginning of the “Jersey Shore” and sustained flooding as a result of both extreme tidal action and high runoff during Hurricane Irene. Through the home elevation program, homeowners can both lower the risk of flood damage in the future and also reduce the cost of flood insurance. FEMA requires that all structure elevation projects be designed in accordance with National Flood Insurance Program (NFIP) standards. Rostan provided ongoing guidance to individual homeowners during the selection of contractors, implementation of home elevations, and throughout the reimbursement process. Our services included documenting all sources of funding to insure that no duplication of benefits occurs. One structure, currently in the process of being elevated, required compliance with the Americans with Disabilities Act in order to comply with the homeowner’s special needs. This program has required close contact with both FEMA and New Jersey’s Office of Emergency Management. Quarterly progress reporting was submitted to the state as part of the grant’s specific requirements. Activities that were eligible for reimbursement under this grant include: Engineering services for design, structural feasibility analysis, and cost estimate preparation; Surveying, soil sampling, elevation certificate preparation, deed recordation fees, legal and or permitting fees, construction management; Disconnection/reconnecting of utilities; Physical elevation of the structure and subsequent lowering and attachment of the structure onto a new foundation; Debris disposal and erosion control; Cost for repair of lawns, landscaping, sidewalks, and driveways damaged by elevation activities; Elevation of existing decks, porches, or stairs; Construction of new stairs and railings to access the elevated living space per minimum code and local ordinance; Construction of ADA-compliant facilities when an owner/family member has a permanent physical handicap and a physician’s written certification. Documented reasonable living expenses (except for food and personal transportation) that are incurred during the period when the owner is displaced by elevation construction. CONTRACT AMOUNT: $75,000 20170824Amended3CityCouncilPacket Page 110 of 271 20170822/jrl 19ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DISASTER DEBRIS MANAGEMENT AND MONITORING OPERATIONS NEW JERSEY DEPTARTMENT OF ENVIRONMENTAL PROTECTION | 2012 – 2014 Upon being awarded a competitively bid state-wide contract by the New Jersey Department of Environmental Protection (NJDEP) for debris management and monitoring following the devastating impact of Hurricane Sandy, Rostan team members immediately deployed to the affected area. Within 24 hours we were actively assisting the Borough of Ocean Gate with debris management services. Subsequently we were engaged by the following communities in eight New Jersey counties: Borough of Bay Head City of Bayonne Bergen County Utilities Authority Borough of Bernardsville Brick Township Borough of Highlands Hillside Township Hopewell Township Borough of Keansburg Borough of Little Silver Borough of Manasquan Middletown Township Borough of Ocean Gate Old Bridge Township Borough of Point Pleasant Beach Readington Township Borough of Red Bank Borough of Roselle Borough of Sea Girt Borough of Tinton Falls In addition, Rostan assisted NJDEP with PPDR and Demolition monitoring in several communities. Debris management services for our 20 New Jersey clients involved the certification of more than 900 pieces of equipment, which removed over 47,000 loads of debris equaling 1,400,000 cubic yards removed from public rights-of-way (ROW) and 54,000 tons of construction and demolition debris delivered to final disposition. Rostan monitored removal of debris from 237 square miles of ROW as well as operations at 22 debris management sites and 20 final disposition locations. We hired and trained over 140 personnel from local communities which facilitated quicker recovery for our clients while reinvesting in local communities. In addition to providing disaster response services through debris monitoring operations, Rostan was engaged by multiple communities to assist with recovering from Sandy’s impact by ensuring maximum reimbursement from federal and state agencies. We had teams engaged in drafting FEMA project worksheets for all categories of eligible work. Rostan worked with our team of infrastructure experts to identify the precise elements of impacts, damages, and associated costs to arrive at a true representation of public property and infrastructure damage in order to develop local hazard mitigation strategies and hazard mitigation plans, and drafting of projects funded under Section 404 of the Stafford Act, which assists with mitigating potential damages from future disasters as well as Section 406, which assists with repair, restoration and replacement of damaged facilities which occurred as a result of Sandy. CONTRACT AMOUNT: $9.5 Million DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 111 of 271 20170822/jrl 20ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA MONITORING SERVICES FOR WATERWAY DEBRIS REMOVAL | HURRICANE SANDY | 539,000 CY NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | 2012 – 2014 ROSTAN worked under a competitively bid state-wide contract by the New Jersey Department of Environmental Protection (NJDEP) for debris management and monitoring following the devastating impact of Hurricane Sandy. Rostan Solutions spent the next year assisting the NJDEP with waterway debris management in multiple facets. The Rostan team was responsible for managing all marine debris removal in the central region of New Jersey, spanning over 50 miles of coastline including several large bays, many rivers, and smaller waterways. Rostan hired and trained a local staff of over 35 people to oversee cleanup operations which spanned a large geographical area on a daily basis. Rostan was responsible for tracking the removal and disposal of over 100 submerged vehicles and vessels in coordination with the New Jersey State Police. ROSTAN monitored and secured FEMA reimbursement for the removal of over 23,600 truckloads of material, including over 80,000 cubic yards of water generated debris, and over 450,000 cubic yards of dredged material. CONTRACT AMOUNT: $2.8 Million DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 112 of 271 20170822/jrl 21ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND MONITORING OPERATIONS | ICE STORM | 53,000 CY JENKINS COUNTY, GEORGIA | 2014 Following the severe ice storms in February 2014 that affected communities from Texas to the Carolinas, Jenkins County Georgia was among 39 Georgia Counties to receive a Major Disaster Declaration. Rostan was responsible for managing and monitoring the removal of more than 46,000 cubic yards of vegetative debris from the Right-Of- Way (ROW) in Jenkins County. Operations covered approximately 347 square miles of public ROW. Monitoring operations also involved debris reduction and the haul out of reduced vegetative debris to final disposition. Optimized by our HaulPass® automated debris management system, we also provided unprecedented rapid reconciliation of debris contractor invoices. As is common in Rostan’s approach to disaster response and recovery services, local personnel were interviewed, hired and trained to enhance economic recovery of the affected area. Rostan provided an array of debris management services including truck certification, monitoring and documentation of ROW debris removal, debris reduction monitoring and management, debris management site (DMS) oversight, daily operations informational summaries, and DMS and project closeout reporting. In addition, we successfully provided guidance to the County related to obtaining reimbursements from State and Federal agencies, including the Federal Emergency Management Agency (FEMA), relating to the eligible costs arising from the disaster recovery effort. CONTRACT AMOUNT: $200,000 DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 113 of 271 20170822/jrl 22ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA HURRICANE SANDY AUTOMATED DEBRIS MANAGEMENT SYSTEM ECC/US ARMY CORPS OF ENGINEERS – NEW YORK | 2012 – 2013 When the largest Atlantic hurricane on record (as measured by diameter, 1,100 miles) impacted the United States’ most populated city it required an unprecedented response and recovery effort. Following the devastating impact left by Hurricane Sandy on the Northeastern seaboard October 29, 2012, Rostan, responded by deploying experienced core personnel and assets to the disaster stricken area. As the exclusive purveyor of the HaulPass® System, the industry’s leading Automated Debris Management System (ADMS), Rostan was requested to track the removal of all disaster generated debris following the unimaginable destruction in New York City’s five boroughs. On November 6th, 2012, within 24 hours of notice to proceed, the Rostan team established an operations center and truck certification site in Jacob Riis Park, Queens, NY. Rostan personnel were integral in supporting the transition of the recovery effort from the Department of Sanitation New York City (DSNY) to Environmental Chemical Corporation (ECC) through their ACI contract with the US Army Corps of Engineers (USACE). At the request of ECC/USACE and with the key addition of more than 40 locally hired staff, Rostan implemented 24 hour operations for an unprecedented 63 consecutive days, and more than 110 days of normal operations, with Christmas and New Year’s Day being the only two exceptions. HaulPass® is a proprietary ADMS designed and patented specifically for the purpose of tracking the removal, hauling, and disposal of disaster generated debris. This is accomplished by first certifying debris removal equipment. 2,634 certifications were issued across three locations in New York. During the certification process, HaulPass® captures vehicle-specific information and digitally writes it to mission-specific encrypted smart cards, which are then utilized by the certified equipment to transport data from loading site to disposal site. For ECC/USACE to date, HaulPass® has logged more than 1.73 million road miles and over 32,000 truckloads of debris dispersed to 22 disposal facilities across New York, New Jersey, and Pennsylvania, with the furthest being 317 miles away. In addition to traditional methods of debris transport, HaulPass® captured more than 4,700 tons of debris shipped on 36 barges from Staten Island to upstate New York. Upon arrival it was offloaded and transported by truck to final disposal where Rostan provided personnel to document receipt of the debris. HaulPass® has also been integral in tracking the removal of debris from over 300 private residences in some of the most decimated communities across Staten Island, Queens, and Brooklyn. HaulPass® was also utilized to track the removal of vegetative debris from Central Park, arguably the City’s most iconic landmark. HaulPass® captured the removal of more than 533,000 cubic yards (CY) of Hurricane Sandy generated debris and an additional 223,000 tons, 8,500 of which has been deemed Regulated Asbestos Containing Material (RACM) positive. Additionally, Rostan has trained more than 200 personnel to operate the HaulPass® System and has staffed 13 disposal locations across 3 states. Additional efforts in New York included staffing and tracking the removal of more than 1,400 hazardous stumps throughout the City’s five boroughs. Upon completion of efforts in New York, Rostan and HaulPass® were responsible for capturing and documenting data required for reconciling more than $120,000,000 for ECC/USACE. The debris management site at Jacob Riis Park spanned over 66 acres. CONTRACT AMOUNT: $2.3 Million DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 114 of 271 20170822/jrl 23ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MONITORING AND MANAGEMENT | HURRICANE IRENE | 76,000 CY YORK COUNTY, VIRGINIA | 2011 Following Hurricane Irene landfall Rostan was responsible for managing and monitoring the removal of over 76,000 cubic yards of debris from one corner of our country’s historic colonial triangle, York County. Operations covered approximately 106 square miles of public rights-of-way and public property. Monitoring operations also involved debris reduction and haul out of reduced debris for final disposition. Optimized by our HaulPass® automated debris management system we also provided unprecedented rapid reconciliation of debris contractor invoices. As is standard operation for Rostan disaster response and recovery services, local personnel were interviewed and hired to enhance economic recovery of the affected area. Rostan provided an array of post-disaster debris management services, including Truck Certification, right-of-way debris removal monitoring, removal of hazardous leaning trees and hazardous hanging branches. In addition, Rostan provided assistance to the County for reimbursements from state and federal agencies, including the Federal Emergency Management Agency and the Federal Highway Administration, relating to eligible costs arising from the disaster recovery effort. DEBRIS MONITORING AND MANAGEMENT | HURRICANE IRENE | 211,000 CY JAMES CITY COUNTY, VIRGINIA | 2011 Rostan provided an array of post-disaster debris management services including truck certification, right-of-way debris removal monitoring, and removal of hazardous leaning trees and hanging limbs. In addition, we provided assistance to the County for reimbursements from state and federal agencies, including the Federal Emergency Management Agency (FEMA), relating to eligible costs arising from the disaster recovery effort. Rostan was responsible for managing and monitoring the removal of over 211,000 cubic yards of debris covering approximately 180 square miles, including operations on public and private rights-of-way and public parks. Monitoring operations also involved reduction and haul-out for final disposition to multiple locations. We provided near real-time debris removal report ing, optimized by our HaulPass® automated debris management system, which resulted in rapid reconciliation of debris contractor invoices and, ultimately, expedited FEMA reimbursement to the County. DEBRIS MONITORING AND MANAGEMENT | HURRICANE IRENE | 17,500 CY CITY OF WILLIAMSBURG, VIRGINIA | 2011 Rostan rapidly conducted truck certifications to get the contracted debris removal teams on the road immediately after notice-to-proceed. Operations were limited to debris on public rights-of-way, and approximately 17,500 cubic yards were removed in eleven days. The operation was further streamlined through the use of the HaulPass® automated debris management system, which provided near real-time reporting regarding debris removal field operations. DEBRIS TRACKING METHOD: HaulPass® ADMS DEBRIS TRACKING METHOD: HaulPass® ADMS DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 115 of 271 20170822/jrl 24ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MONITORING AND MANAGEMENT | EF-5 TORNADO | 100,000 TONS CITY OF JOPLIN, MISSOURI | 2011 Rostan responded to a USACE request for Automated Debris Management System (ADMS) services to track debris removal operations in Joplin, Missouri following the EF-5 tornado that impacted the area on May 22, 2011. Rostan responded, providing the HaulPass® Automated Debris Management System (HaulPass®), including field personnel to operate the System. Within 24 hours of notice to proceed, the Rostan team commenced certifying trucks while deploying the system in the field — employing a staff of approximately 60 locally hired and trained personnel. The objective was to track each truckload of tornado debris from point-of-origin to final disposal according to FEMA guidelines and USACE specifications and requirements for ADMS. HaulPass® was readily deployed with short notice, accommodating mission specific parameters such as quantification of truckloads by weight rather than volume, secondary equipment certification numbers, etc. Throughout the mission, the Rostan team issued 237 equipment certifications to debris removal trucks, as well as an additional 32 equipment certifications to mulch haul-out trucks. The system captured equipment information such as contractor information, driver information and insurance, vehicle information such as registration, make and model, etc., and truck tare (empty) weight. Each truck was issued an encrypted HaulPass® smart card. This card contains a computer chip on the back containing all relevant certification data, including a photo of the truck and the placard and license plate number printed on the front. These cards were then utilized by the trucks throughout the mission to not only identify the truck, but to transfer load-ticket information from the field to the drop-off site via a secure, electronic, and entirely paperless process. Trained Rostan field staff utilized GPS enabled hand-held computers to initiate load tickets for the trucks at each pickup location. Each truck’s HaulPass® card was inserted into the hand held computer and relevant data, including time, date, and location was saved. Conversely, Rostan dumpsite staff utilized identical hand held computers to securely retrieve the load data saved to the HaulPass® cards, enter and save the net weight of the load from the scale readout, and completed the ticket by wirelessly printing the desired number of receipts using Bluetooth belt printers. Five dump sites were utilized, all of which were equipped with HaulPass® technology. These sites received 7,027 truckloads of debris totaling 84,649.6 tons. In addition, 570 truckloads of mulch totaling 13,631 tons were hauled to 2 of the dump sites. HaulPass® was configured for each dumpsite, capturing site location, detailed information, and acceptable debris types. HaulPass® site card functionality regulated which debris types were acceptable at each individual dumpsite, effectively regulating debris streams and assisting USACE management of dump site operations. In addition to the tasks outlined in the scope of work, the Rostan team took on the unique challenge of assuming responsibility for tracking and organizing private property debris removal (PPDR) records in the field. HaulPass® provided the capability to take multiple geo-tagged photos along with the capture of field notes in the field, essentially eliminating the need for labor intensive photo reconciliation at the end of each work day in the USACE Recovery Field Office. This assignment consisted of a team of seven Rostan personnel utilizing camera and GPS enabled hand-held computers to survey private property throughout impacted area. A total of 1,393 PPDR records were input into the system, each containing a minimum of four photographs, one from each side of the property, including appropriate descriptions. Surveys were performed both before and after work was completed on each property, each record being marked as pre- or post-survey. The photographs and survey data were then immediately available via the www.haulpass.com web interface. Secure access was provided to USACE staff. Additionally, USACE staff was provided with the online ability to not only review, but also edit, the PPDR record data as needed. DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 116 of 271 20170822/jrl 25ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MONITORING AND MANAGEMENT | EF-5 TORNADO | 400,000 CY CITY OF BIRMINGHAM, ALABAMA | 2011 Pratt City, a sizeable subdivision of Birmingham, Alabama, was impacted by straight-line winds and a devastating EF-5 tornado that destroyed a significant portion of the community on April 27, 2011. To assist with recovery efforts, the City of Birmingham requested Rostan provide disaster debris removal monitoring services. We provided damage assessments for numerous private and commercial properties at the request of the City and developed a database to allow efficient access to information related to the current status of these individual properties. We also trained city personnel on querying the database to provide timely responses to citizen questions. In addition to monitoring right-of-way debris removal operations, we also assisted the city in the collection, verification and validation of rights-of-entry and hold-harmless agreements related to private property debris removal (PPDR) operations approved by the on-site Federal Emergency Management Agency (FEMA) coordinating officer. Utilizing the latest in geographic information system (GIS) software technology, Rostan identified all properties whose owners could not be located in a timely manner and matched the locations to parcel information provided by the county tax assessor. Barring a signed right-of-entry agreement, these properties were identified as nuisance abatement properties and referred to the city council for PPDR authorization. We delivered and posted notices of intent to conduct nuisance abatement PPDR on each property. FEMA also approved the demolition of private structures in the path of the tornado in order to promote the timely economic recovery of the community. Rostan provided PPDR and Demolition monitoring and assisted the City with collection, verification and validation of applicable rights-of-entry and hold-harmless agreements including lien assessments, deed/title holder and insurance determinations. DEBRIS TRACKING METHOD: HaulPass® ADMS 20170824Amended3CityCouncilPacket Page 117 of 271 20170822/jrl 26ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND MONITORING OPERATIONS ERIE COUNTY, NEW YORK | 2006 – 2008 In response to Erie County’s needs and requests, Rostan responded quickly following the devastating effects of the October 12 – 13, 2006 snowstorm. The October snowstorm dropped over 20 inches of snow in less than 12 hours causing serious damages throughout the County. Rostan deployed over 150 quality assurance monitors in less than 2 days and provided an additional 100 monitors as the County requested them in less than 24 hours. For this event we mobilized our ready team and then hired from the local population and utilized a local minority subconsultant to support our team which we based out of our Operations Center set up just for this event. Our team provided debris monitoring services to the County including Quality Assurance (QA) Monitoring of right-of-way debris collection, leaning tree and hanging limb removals, TDSRS Tower QA load calls for incoming storm debris and outgoing mulch. In addition, we provided administrative and management support for photographic documentation and tracking of all leaner and hanger operations. DEBRIS MANAGEMENT AND MONITORING OPERATIONS CITY OF BUFFALO, NEW YORK | 2006 – 2007 Following the devastating effects of the October 12 – 13, 2006 snowstorm, the City of Buffalo was buried with over 20 inches of snow in less than 12 hours causing serious damage throughout the City. Rostan deployed over 250 quality assurance monitors in less than 5 days. For this event we mobilized our ready team and then hired from the local labor pool and utilized local small businesses to support our team which we based out of our Operations Center set up just for this event. Our team provided total debris management services to the City, including Debris Contractor Management, Temporary Debris Storage and Reduction Site (TDSRS) oversight, Quality Assurance (QA) Monitoring of Right-of-Way debris collection, 60,000 hanging limb removals, 3,000 leaning tree removals, as well as TDSRS Tower QA load calls for 750,000 cubic yards of incoming storm debris and outgoing mulch. In addition, we performed Debris Contractor invoice reconciliation services and providing reimbursement support to the City for FHWA and FEMA project worksheets. 20170824Amended3CityCouncilPacket Page 118 of 271 20170822/jrl 27ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA 1.5 KEY PERSONNEL Rostan has assembled a project team consisting of highly competent professional staff with a proven track record in developing innovative solutions to complex disaster recovery challenges. Rostan’s experience is that the key to an expeditious recovery includes careful planning combined with consistent implementation of a schedule and the ability to adapt to changing circumstances and conditions on a frequent basis. We strive to anticipate problems before they arise and resolve them by relying on our past experiences, best-practices and our understanding of current regulations. The Rostan team has been organized to best meet the needs of the City, so that we can quickly, efficiently, and cost effectively execute the projects tasks that the City requires. Individuals integral to providing the services requested by the City are highlighted below. TRAVIS MAYS: PROJECT MANAGER Mr. Mays will serve the City as Rostan’s Project Manager and primary point of contact after contract activation. He is the lead PM for Rostan in South Carolina and Georgia has served multiple municipalities, including most recently Charleston County, SC and Garden City, GA following Hurricane Matthew. SAM ROSANIA: PRINCIPAL | EXECUTIVE VICE PRESIDENT Mr. Rosania will serve the City as Rostan’s Project Principal. He is the Executive Vice President of Rostan and has more than 35 years of experience working for the public and the private sector. His areas of expertise include disaster management and recovery, integrated solid waste management, and hazardous waste management. TOMMY HORTON: RESILIENCY & REIMBURSEMENT | MITIGATION Mr. Horton will serve the City as Rostan’s Resiliency and Reimbursement Expert. With more than 26 years of experience as a disaster recovery consultant, he works with critical infrastructure, state agencies, local communities, and industry. He provides solutions to identify all-hazards vulnerabilities, risks, consequences, and capacity to respond to and recover from natural and man-made incidents. He is a recognized expert in FEMA, HUD, FHWA, and DHS programs. LEE WORDSMAN: PUBLIC ASSISTANCE | MITIGATION Mr. Wordsman will serve the City as Rostan’s lead Public Assistance Consultant. He has nearly 30 years of experience related to regulatory compliance and project permitting, program management, and public assistance support. The Rostan team has been organized to best meet the needs of the City, so that we can quickly, efficiently, and cost effectively execute the projects tasks that the City requires. We are organized to perform as one unified team to create a seamless and transparent approach to projects. We have assembled our experts having the qualifications and experience needed for this project. This structure provides the City with a defined leadership and communication structure. Resumes for these individuals, as well as other individuals anticipated to serve the City are included on the following pages. 20170824Amended3CityCouncilPacket Page 119 of 271 20170822/jrl 28ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA TRAVIS MAYS PROJECT MANAGER Mr. Mays joined the Rostan team in 2008 and has spent the past nine years assisting numerous clients with post-disaster recovery efforts. He specializes primarily in long-term recovery/public assistance support and debris removal monitoring operations and management. He has experience in logistics and operations coordination, project planning and formulation, project and quarterly reporting, procurement assistance, debris management plan development, debris monitoring and ADMS system support, and reimbursement support. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Project Manager. Debris operations duties included managing the County’s post-event debris removal project, including the utilization of HaulPass® to track the removal of more than 30,000 cubic yards of C&D, vegetative, and white goods debris. Additional responsibilities include reconciliation of multiple County departments’ force account expenditures for Public Assistance (PA) emergency work categories A and B. Additonally responsible for managing a multidisciplinary team of personnel responsible for providing disaster recovery services. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 – 2017 Project Manager. Served following Hurricane Matthew in October 2016. Field operations were conducted over a period of 112 days and included the collection of more than 400,000 CY of debris and the removal of more than 18,000 hazardous limbs and trees. Responsible for daily, site, and project closeout reports, client operations meetings, invoice reconciliation and contractor compliance, staff and contractor scheduling, quality control of all data, personnel management and assignments, project cost allocations, and reimbursement requests. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF GARDEN CITY, GEORGIA | FEMA DR-4284 | 2016 Program Manager. Responsible for oversight of daily field monitoring operations following Hurricane Matthew in October 2016. Duties included editing daily reports, reconciling contractor invoices, and providing guidance to field staff. Assisted field personnel with technical guidance and recommendations. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CUMBERLAND COUNTY, TENNESSEE | FEMA DR-4210 | 2015 – 2016 Project Manager. Served as part of the project management team in Cumberland County, TN following ice storms of February 2015. Responsible for proposal development, invoicing, FEMA reimbursement assistance, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 75 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. 700,000 cubic yards of vegetative debris was, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | WHITE COUNTY, TENNESSEE | FEMA DR-4210 | 2015 Project Manager. Served in White County, TN following ice storms of February 2015. EDUCATION BA Marketing, University of Houston, 2006 YEARS OF EXPERIENCE 9 CERTIFICATIONS AND TRAINING • IS-100: Introduction to Incident Command Systems HEALTH & SAFETY TRAINING • First Aid/ Cardio Pulmonary Resuscitation (CPR) • Hazardous Waste Operations and Emergency Response Training (40HR Initial/8 HR Refresher) RECOVERY EVENTS 2016 Hurricane Matthew 2016 Flooding, LA 2015 Flooding, SC 2015 Avian Flu Response, IA 2015 Ice Storm, TN 2014 Ice Storm, GA 2012 Hurricane Sandy 2011 Hurricane Irene 2011 Tornado, MO 2011 Tornado, AL 2010 Earthquake, Haiti 2008 Hurricane Ike 20170824Amended3CityCouncilPacket Page 120 of 271 20170822/jrl 29ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA Responsible for proposal development, invoicing, FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 25 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 75 days, 135,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. AVIAN FLU RESPONSE | IOWA | USDA 2124 DISASTER | 2015 Served as a site administrator and Rostan Project Manager responsible for the collection and tracking of project related costs associated with labor hours, equipment usage, and material consumption. Data was collected in the field through manual verification and entered into a custom web interface. Served at various facilities throughout the project including two of the largest facilities employing over 400 temporary personnel each. Responsible for the deployment and management of Rostan staff to remote geographic locations in the Midwest. DISASTER DEBRIS MANAGEMENT SERVICES | HILLSBOROUGH COUNTY, FLORIDA | 2015 Project Manager esponsible for ensuring the County’s Disaster Debris Management Plan (DDMP) was compliant with stipulations set forth in the Sandy Recovery Improvement Act (SRIA). This included establishing a review process, cross-department coordination, planning meetings, and serving as the document’s primary editor. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | JENKINS COUNTY, GEORGIA | FEMA DR-4165 | 2014 Served as Project Manager following the ice storms that struck the Southeastern US in late winter/early spring 2014. Responsible for overall project management including proposal development, staffing, invoicing, client coordination, debris removal monitoring, DMS site monitoring and the deployment of up to 12 locally hired staff. To date, the HaulPass® Automated Debris Management System has been utilized to track the removal of more than 45,000 cubic yards of debris from the Right-of-Way (ROW) to its final disposal. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | TOWNSHIP OF BRICK, NEW JERSEY | FEMA DR-4086 | 2012 – 2014 Project Manager. Responsible for final pass of ROW debris removal and the implementation of private property debris removal and demolition efforts. Responsibilities included managing all field personnel, scheduling, permit approval and verification, Right-of- Entry (ROE) development, compliance with public and federal notification procedures, insurance recovery and fund collection, contractor invoice reconciliation, and Project Worksheet (PW) development and revisions. Mr. Mays was the primary contact in Brick for multiple local, state and federal officials, including FEMA, NJDOL, NJDEP, and USEPA. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Project Manager. Responsible for all reporting and data collection efforts during Phase II of the Waterway debris removal efforts including data collection and management and documenting debris field conditions pre and post removal, debris collection efforts, and final site conditions. Documentation procedures included the use of GPS enabled cameras to locate and map debris locations and HaulPass® to track the recovery and ultimate disposal of removed material. US ARMY CORPS OF ENGINEERS (USACE) NEW YORK DISTRICT | AUTOMATED DEBRIS MANAGEMENT SYSTEM| FEMA DR-4085 | 2012 – 2013 Responsible for the management and coordination of all field operations and the deployment of HaulPass® in New York City. Managed more than 20 locally hired staff in a coordinated effort to provide 24-hour certification services to the client for 63 consecutive days during the project term. Responsible for managing and coordinating personnel scheduling at more than 13 locations during the project. The HaulPass® system captured more than 32,000 loads of debris disposed of at more than 22 facilities across Pennsylvania, New York, and New Jersey. Provided technical assistance and training to more than 200 field personnel and supervisors along with providing technical expertise that spearheaded the tracking and reconciliation of more than $120,000,000 in debris removal contracts. TRAVIS MAYS PROJECT MANAGER 20170824Amended3CityCouncilPacket Page 121 of 271 20170822/jrl 30ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA SAMUEL M. ROSANIA PRINCIPAL | CLIENT LIAISON Mr. Rosania has more than 35 years of experience working for the public and the private sector related to disaster management and recovery, Public Assistance funding, emergency management, public health, integrated solid waste management and hazardous waste management. Mr. Rosania has been extensively involved with hazard mitigation, emergency management and disaster management and recovery operations since 1998. He is recognized as an expert in Integrated Solid Waste Management Planning and pre- and post- incident disaster planning and recovery. Mr. Rosania has managed numerous disaster recovery projects both at the regional and local level. He is very familiar with local, state and federal regulations associated with disaster management and mitigation, solid and hazardous waste management, including the Stafford Act and applicable FEMA regulations. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Project Principal responsible for Rostan providing professional disaster recovery services to Charleston County SC as a result of severe storms and flooding from October 1-23, 2015 (FEMA DR-4241). Services include debris monitoring and management, FEMA Public Assistance program and other funding program assistance related to County owned and/or maintained public infrastructure, procurement assistance and construction / post construction support. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CHARLESTON COUNTY, SOUTH CAROLINA FEMA DR-4286 | 2016 – 2017 Program Manager providing stand-by debris operations management support to Charleston County, SC for more than 11 years. In October 2016 following Hurricane Matthew, he was responsible for providing overall project quality assurance, FEMA reimbursement support, and serving as client liaison with the County and SCEMD. He oversaw the successful hiring, training and deployment of nearly 100 local staff. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | MARTIN COUNTY, FLORIDA | FEMA DR-4283 | 2016 – 2017 Project Principal for debris recovery effort in Martin County, FL following Hurricane Matthew in October 2016. Responsible for overall project coordination and quality assurance. Rostan provided FEMA reimbursement assistance, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 40 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 70 days, 155,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF PORT ST. LUCIE, FLORIDA | FEMA DR-4283 | 2016 – 2017 Project Principal for debris recovery effort following hurricane Matthew in October 2016. Responsible for overall project coordination and quality assurance. Rostan provided debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 50 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 120 days, 110,000 cubic yards of vegetative debris, over 5,000 hazardous hanging limbs and 475 hazardous leaning trees were documented, removed, processed and taken to final disposal. EDUCATION University of Tennessee 1979 Graduate studies Agricultural Biology University of Florida 1978 Bachelor of Science Plant Pathology YEARS OF EXPERIENCE 35 LICENSES AND CERTIFICATIONS • IS-100: Introduction to Incident Command Systems • IS-200: ICS for Single Resources and Initial Action Incidents • IS-700: National Incident Management System (NIMS) An Introduction RECOVERY EVENTS 2016 Hurricane Matthew 2016 Flooding, LA 2016 Tornado, VA 2015 Flooding, SC 2015 Avian Flu Response, IA 2015 Ice Storm, TN 2012 Hurricane Sandy 2011 Hurricane Irene 2011 Tornado, MO 2011 Tornado, AL 2010 Earthquake, Haiti 2010 Earthquake, Chile 2008 Hurricane Ike 2006 Ice Storm, NY 2005 Hurricane Rita 2005 Hurricane Katrina 2005 Hurricane Wilma 2004 Hurricane Jeanne 2004 Hurricane Frances 2001 Tropical Storm Gabrielle 20170824Amended3CityCouncilPacket Page 122 of 271 20170822/jrl 31ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF GARDEN CITY, GEORGIA | FEMA DR-4284 | 2016 Program Manager for the Garden City, GA project following Hurricane Matthew in October 2016. He was responsible for providing overall project quality assurance and FEMA reimbursement support. He also provided recommendations and guidance regarding all Public Assistance categories (A-G), as well as, 406 and 404 Mitigation opportunities associated with the City’s damaged infrastructure. HAZARD MITIGATION GRANT PROGRAM PROJECT APPLICATION | IOPWSC WILD DUNES WWTP RELOCATION, FLOODPROOFING AND CONSOLIDATION OF SERVICES PROJECT | ISLE OF PALMS, SC | FEMA DR-4241 | 2016 – PRESENT Project Principal responsible for Rostan preparing the Hazard Mitigation Grant Program (HMGP) Project Application (the “Application”) for the Isle of Palms Water and Sewer Commission Project. Rostan provided services to complete the HMGP application and develop a technically feasible and eligible project submission, as well as, assist with correspondence with South Carolina Emergency Management Division (SCEMD) and FEMA. HAZARD MITIGATION GRANT PROGRAM PROJECT APPLICATION | DRAINAGE IMPROVEMENT PROJECT | TOWN OF SULLIVAN’S ISLAND, SOUTH CAROLINA | FEMA DR-4241 | 2016 – PRESENT Project Principal responsible for Rostan preparing the Hazard Mitigation Grant Program (HMGP) Project Application (the “Application”) for the Sullivan’s Island Drainage Improvement Project. Rostan provided services to complete the HMGP application and develop a technically feasible and eligible project submission, as well as, assist with correspondence with South Carolina Emergency Management Division (SCEMD) and FEMA. Rostan provided subject matter experts with the expertise and qualifications needed to provide hazard mitigation program management and administration services. Our established team of experts developed tools to assist with property owner outreach and engagement, project scoping and cost estimating, benefit-cost analysis (BCA), post-disaster loss avoidance reporting, economic impact analysis, standard operating procedures, and quality assurance and control measures. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CUMBERLAND COUNTY, TENNESSEE | FEMA DR-4210 | 2015 – 2016 Program Manager responsible for debris management and monitoring services in Cumberland County, TN following ice storms of February 2015. Responsible for FEMA reimbursement assistance, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 75 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. 700,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | WHITE COUNTY, TENNESSEE | FEMA DR-42810 | 2015 Program Manager responsible for debris management and monitoring services in White County, TN following ice storms of February 2015. Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 25 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 75 days, 135,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | TOWNSHIP OF BRICK, NEW JERSEY | FEMA DR-4086 | 2012 – 2014 Project Principal responsible for all aspects of the Township’s post-Hurricane Sandy disaster recovery program including disaster debris management, private property debris removal/demolition program, public assistance funding, and hazard mitigation planning. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Project Principal responsible for deployment and management of disaster response and recovery team in support of debris management services for 20 municipalities in the State of New Jersey. Responsible for overseeing the monitoring and tracking of over 33 thousand truckloads of debris totaling 1.3 million cubic yards, and more than 2,400 truckloads totaling over 55 thousand tons of debris that was tracked by weight. Provided quality assurance for all debris management operations in the state. SAMUEL M. ROSANIA PRINCIPAL | REIMBURSEMENT SPECIALIST 20170824Amended3CityCouncilPacket Page 123 of 271 20170822/jrl 32ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA EDUCATION B.S., Business Administration Florida State University 1994 YEARS OF EXPERIENCE 26 CERTIFICATIONS & TRAINING FEMA Emergency Management Institute Advanced Professional Series SKILLS Emergency Management Homeland Security Hazard Mitigation Public Infrastructure Critical Infrastructure Program Management Project Planning Water / Waste-water Infrastructure Management Consulting Disaster Response Risk Assessment Government Training Mr. Horton specializes in incident management. As an executive consultant, he works with critical infrastructure, state agencies, local communities, and industry. He provides solutions to identify all-hazards vulnerabilities, risks, consequences, and capacity to respond to and recover from natural and man-made incidents. Mr. Horton supports clients in ensuring efficient use of resources, incident management, operational resiliency and business /operational continuity. He is an expert in FEMA, HUD, FHWA, and DHS programs. Mr. Horton has been working on Federal Assistance Programs for long term recovery and mitigation since 1991. He was a member of the Florida SERT and engaged in the administration of the FEMA, Mitigation and Disaster Recovery grants all the way back to Hurricane Andrew. Since leaving the State of FL in 2002, Mr. Horton has built a national practice and team of experts that have been involved in the pursuit, administration and reimbursement of more than $3 billion of Federal Assistance and Mitigation from FEMA, HUD/CDBG, FHWA, and USDEP. Histeam has developed some of the largest and most effective solutions funded by FEMA and HUD. This includes funding obtained through the Alternative Procedures initiated by the Hurricane Sandy Improvement Act. PROFESSIONAL EXPERIENCE ROSTAN SOLUTIONS | EXECUTIVE DIRECTOR, DISASTER RECOVERY & MITIGATION | 2006 – PRESENT | NATIONAL PRACTICE Leading a team of incident management experts to provide consulting services for clients following disasters. Developing recovery and mitigation strategies, during every phase of response and recovery; stabilization, construction management, restoration, mitigation, and preparedness. Specialist in critical infrastructure. Represents both private and public clients and experienced with complicated claims associated with property insurance, business interruption, risk management, FEMA Public Assistance, FHWA-ER, CDBG-DR, and long-term mitigation implementation. Expert in FEMA Debris Operations, Public Infrastructure, and Mitigation Programs. Rostan Solutions has been assisting clients in recovering from major disasters for more than 10 years, offering the most effective and comprehensive services for Federal Aid pursuits and full recovery. ARCADIS, INC. / MALCOLM PIRNIE, INC. | MARKET SECTOR LEADER, EMERGENCY MANAGEMENT | 2007 – 2016 | NATIONAL PRACTICE, TALLAHASSEE, FLORIDA Emergency Management and Homeland Security practice working for private sector and government agencies at the federal, state and local levels. Infrastructure security; implementation of preventative measures; comprehensive pre-disaster planning and training, and post-event response and recovery. Malcolm Pirnie is the Water Division of Arcadis, Inc. Rostan Solutions LLC - Post Incident consequence management for local and state jurisdictions. Post Incident debris management for local jurisdictions. IINGENUITY LLC | OWNER / CONSULTANT, EMERGENCY MANAGEMENT | 2002 – 2007 | FLORIDA STATE-WIDE PRACTICE, TALLAHASSEE, FL Emergency Management and Homeland Security Services for local and state government agencies. Provided technological and physical security consulting services. Company sold to Malcolm Pirnie, Inc. in 2007. TOMMY BRINSON HORTON II FEDERAL FUNDING SPECIALIST 20170824Amended3CityCouncilPacket Page 124 of 271 20170822/jrl 33ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA FLORIDA ARMY NATIONAL GUARD | INFANTRY / COMMUNICATIONS NCO | 1991 – 2004 Emergency Management Specialist for FL TAG EOC and State EOC August 1992 to February 1995 Communications NCO for A CO 3/124 INF 11B MOS Operation Enduring Freedom 2001 – 2002 Operation Iraqi Freedom 2002 – 2003 FLORIDA DIVISION OF EMERGENCY MANAGEMENT | SENIOR MANAGEMENT CONSULTANT | 1995 – 2002 – TALLAHASSEE, FLORIDA AREA Special Assistant to the Director of EM. Management Consulting for Recovery and Mitigation Programs. CAREER HIGHLIGHTS CITY OF BAKER SCHOOL SYSTEM | BAKER, LA | RECOVERY PROGRAM MANAGER | LOUISIANA SEVERE STORMS AND FLOODING | FEMA-4277-DR-LA In August 2016, the City of Baker was severely impacted by flood which inundated the Baker High School. Providing consultation and management of contractors and school district staff to remediate the school facilities and rebuild the school. Pursuit of FEMA funding for recovery and mitigation. CHARLESTON COUNTY, SC | FEMA PROGRAMS EXECUTIVE CONSULTANT | RECOVERY AND MITIGATION SERVICES | FEMA-4241-DR-SC Following the historic flooding event during October 2015 throughout South Carolina, Charleston County was faced with the daunting task of restoring and repairing an extensive network of roads and drainage channels. Provided consultation on the pursuit of FEMA disaster recovery assistance for restoration and mitigation. KANAWHA COUNTY SCHOOLS | CHARLESTON, WV | PROJECT MANAGER FOR RESPONSE & RECOVERY | WEST VIRGINIA SEVERE STORMS, FLOODING, LANDSLIDES, AND MUDSLIDES | FEMA-4273-DR-WV In June 2016, severe storms and flooding impacted Kanawha County School District causing damage to four schools and destroying two. Provided executive consultation, and strategy for the Superintendent and staff leadership. Worked with Kanawha Schools to pursue recovery and mitigation funding from FEMA and manage the cleanup and remediation of the flooded schools. SAINT JOSEPH ABBEY AND SEMINARY COLLEGE | SAINT BENEDICT, LA | ($30M) | PROJECT MANAGER FOR RESPONSE & RECOVERY | LOUISIANA SEVERE STORMS AND FLOODING | FEMA-4263-DR-LA On Friday, March 11, 2016, floodwaters from the Bogue Falaya River inundated Saint Joseph Abbey and Seminary College with nearly two feet of water. 31 buildings were damaged, and total losses exceeded $30 million. Services including management of flood / mold remediation for campus and recovery strategies. STATE OF FLORIDA | PROJECT MANAGER / PRINCIPAL IN CHARGE | SUPPORT SERVICES TO THE FLORIDA MITIGATION PROGRAMS Services included business transformation, technical field inspections, mitigation and long term recovery planning, FEMA, HUD, and NRCS grants administration, Disaster grants finance, post disaster coordination, post disaster loss avoidance and assessments. Aided the State of Florida in obtaining the FEMA “Enhanced Mitigation” status in 2008 and renewal in 2010. NEW YORK CITY HEALTH AND HOSPITALS CORPORATION ($1.7B), NEW YORK, NY | PRINCIPAL FEMA RECOVERY & MITIGATION CONSULTANT Principal Mitigation Consultant to NYCHHC for development of 406 Mitigation Proposals, HMA Grants, and Long-term Mitigation Plan for the impacted facilities in NYC. This includes more than $1.7B in FEMA Public Assistance for 5 medical facilities. The TOMMY BRINSON HORTON II FEDERAL FUNDING SPECIALIST 20170824Amended3CityCouncilPacket Page 125 of 271 20170822/jrl 34ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA process included the implementation of the Alternative Procedures Pilot Program from the Hurricane Sandy Improvement Act. HURRICANE SANDY | STATEWIDE IN NEW JERSEY AND NEW YORK ($300M) | SENIOR FEMA CONSULTANT Providing technical assistance to infrastructure and local community clients in New York in New Jersey during the Recovery and Mitigation process; Services include post incident damage assessments; Long-term recovery and mitigation strategy planning; CDBG, FHWA, and FEMA funding assistance; Community Relations, and Disaster Recovery Centers operations. COLORADO FLOOD RECOVERY FOR WELD COUNTY ($30M) | WELD COUNTY, CO | PROJECT MANAGER Provided executive consultation, and strategy for Weld County leadership. Worked with Weld County in the pursuit of more than $30M in road and bridge recovery and mitigation funding from CDBG-DR, FEMA and FHWA. Providing assistance for long-term mitigation planning and funding pursuits with FEMA and CDBG. NASSAU COUNTY DEPARTMENT OF PUBLIC WORKS ($180M) | NASSAU COUNTY, NY | PRINCIPAL FEMA MITIGATION CONSULTANT Principal Mitigation Consultant responsible for leading the Mitigation technical and programmatic team. The process included the implementation of the Alternative Procedures Pilot Program from the Hurricane Sandy Improvement Act. The ARCADIS Team worked with FEMA and CDBG to implement a long-term recovery and mitigation plan that includes $810M in Public Assistance funding obtained through the Alternative Procedures. NASHVILLE, TN, METRO WATER SERVICES. ($25M) | PROJECT MANAGER Developed FEMA funded post-disaster mitigation projects for Water Treatment Facilities. (FEMA-1909-DR 2010 Flooding) CITY OF BIRMINGHAM, AL ($24M) | PROJECT MANAGER Debris Management Operations and Community Outreach to residential/individual impacts, for post incident, FEMA PA and IA; April 2011 tornadoes. (FEMA-1971-DR) ARCADIS / MALCOLM PIRNIE: | FLORIDA LOCAL COUNTIES ($30M) | PROJECT MANAGER Support services to Liberty, Calhoun, and Columbia Counties. Services included in post impact activities during four presidentially declared incidents; FEMA Program Management; Public and Individual Assistance. FLORIDA ARMY NATIONAL GUARD | TALLAHASSEE AND ST. AUGUSTINE, FL Adjutant General Emergency Operations Staff & State EOC ESF 13 Worked in TAG EOC and State EOC for Emergency Support Function 13. 1990 – 1997 Deployed to Iraq for Operation Iraqi Freedom in 2002 – 2003. PUBLICATIONS Horton, Tommy B., “Resiliency, Mitigation, Sustainability… What’s the difference?”, presented at the International Disaster Conference & Expo (IDCE) held at the New Orleans Ernest N. Morial Convention Center, New Orleans, LA, February 2015 Horton, T.B., “Hazard Mitigation Planning For Utilities: Forming Partnerships for Leveraging Resources and Funding Opportunities”, presented at the Water Environment Federation’s Annual Technical Exhibition and Conference held at the New Orleans Morial Convention Center, New Orleans, LA, October 2012 Horton, T.B., “Effective Strategies for Disaster Preparedness, Response and Recovery: Coordinating Debris Management and Removal,” presented at the Texas Hurricane Conference on Preparedness, Loss Mitigation, Rapid Recovery and Lessons Learned, sponsored by the Texas Hurricane Center for Innovative Technology and the Department of Civil and Environmental Engineering, University of Houston, Houston TX, August 7, 2009. TOMMY BRINSON HORTON II FEDERAL FUNDING SPECIALIST 20170824Amended3CityCouncilPacket Page 126 of 271 20170822/jrl 35ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA LEEMING WORDSMAN FEDERAL FUNDING SPECIALIST Mr. Wordsman is a key member of our disaster response team and is currently providing disaster recovery services to Charleston County, SC following the severe storms and flooding that occurred in 2015 (FEMA DR 4241) and Hurricane Matthew in 2016 (FEMA DR 4286). Mr. Wordsman is working closely with FEMA and with Charleston County to process project worksheets for over $30 million dollars in permanent repair work for unpaved roads and drainage canals damaged during the two recent disaster events. As assistant project manager, Mr. Wordsman was responsible for hiring, training, and deployment of more than 90 local staff that made up our debris management team for Charleston County, S.C. He also worked closely with Rostan’s project manager to successfully deploy the HaulPass® Automated Debris Management System. For our deployment during Hurricane Sandy, Mr. Wordsman coordinated the recruiting, hiring and training of over 125 temporary staff all hired locally. He managed staff supporting Brick Township, New Jersey in applying for over $17 million in public assistance. In addition to his disaster experience, Mr. Wordsman is also a regulatory compliance specialist that has provided regulatory guidance, program management, and impact assessment services for permitting projects throughout the Northeast. Mr. Wordsman managed the preparation of over 50 environmental assessments and impact statements. These assessments included detailed characterization of natural and historic resources; air, noise, and traffic impacts; as well as temporary construction effects. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Consultant. As senior member of Rostan’s multidisciplinary team of personnel providing disaster recovery services to Charleston County, SC as a result of severe storms and flooding from October 1-23, 2015, Mr. Wordsman developed and oversaw the application of detailed assessment methodologies for establishing pre-storm conditions, capturing flood related damages to unpaved roadways and drainage canals, and developing cost estimates to return facilities to pre-storm conditions (including application of codes and standards) and mitigation costs. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 – 2017 Assistant Project Manager. Served in Charleston County, SC following Hurricane Matthew in October 2016. Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring, invoicing, and the hiring, training, and deployment of more than 90 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 114 days, 18,434 hangers, 410 leaners and 415,000 cubic yards of vegetative debris was removed, processed, and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | BERKELEY COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 Project Manager. Served in Berkeley County, SC following Hurricane Matthew in October 2016. Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring, invoicing, and the hiring, training, and deployment of more than 30 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 61 days, 1,800 hangers, 90 leaners and 60,000 cubic yards of vegetative debris was removed, processed, and taken to final disposal. EDUCATION BS Environmental Science California State University at Hayward, 1986 YEARS OF EXPERIENCE 29 CERTIFICATIONS AND TRAINING • IS-632.a: Intro to Debris Operations • IS-634: Intro to FEMA Public Assistance Program • IS-700: National Incident Management System (NIMS), an Introduction • IS-230: Principals of Emergency Management • IS-631: Public Assistance Operations RECOVERY EVENTS 2016 Hurricane Matthew 2015 Flooding, SC 2015 Avian Flu Response, IA 2012 Hurricane Sandy 20170824Amended3CityCouncilPacket Page 127 of 271 20170822/jrl 36ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF GARDEN CITY, GEORGIA | FEMA DR-4284 | 2016 Project Manager. Responsible for oversight of daily field monitoring operations following Hurricane Matthew in October 2016. Duties included editing daily reports, reconciling contractor invoices, and providing guidance to field staff. AVIAN FLU RESPONSE | IOWA | USDA 2124 DISASTER | 2015 Served as an area supervisor responsible for the collection and tracking of project related costs associated with labor hours, equipment usage, and material consumption. Data was collected in the field through manual verification and entered into a custom web interface. Served at various facilities throughout the project including two of the largest facilities employing over 400 temporary personnel each. Responsible for the deployment and management of Rostan staff to remote geographic locations in the Midwest. PUBLIC ASSISTANCE MANAGEMENT • PPDR AND DEMO • HOUSE RAISING | BOROUGH OF HIGHLANDS, NEW JERSEY | FEMA DR-4086 | 2013 – 2016 The Borough of Highlands, NJ was particularly hard hit by Hurricane Sandy. The Borough’s Administrative Offices, Police Headquarters, Municipal Courts and Community Center were all destroyed by the storm. Mr. Wordsman assisted the Borough with the development and submission of Project Worksheets and Requests for Reimbursement (RFRs) to recover over $3 Million in costs expended to maintain Borough operations and protect human health and safety. The Borough of Highlands, NJ was awarded over $1 million in FEMA HMGP grant monies to elevate homes that were identified as being at risk for future damage as a result of Hurricane Irene. The Borough engaged Rostan to manage the overall grant and associated construction project. Mr. Wordsman is serving as program manager for this project and is working in close coordination with the Borough Administrator and Construction Official. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | TOWNSHIP OF BRICK, NEW JERSEY | FEMA DR-4086 | 2012 – 2014 Public Assistance Grants Manager. Responsible for managing Rostan’s public assistance team working with Brick Township to recover costs associated with damages from Hurricane Sandy and associated mitigation measures to prevent future damages. Rostan’s services included development of Project Worksheets and Requests for Reimbursement for over $17 million dollars in FEMA reimbursable storm related expenditures. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Resource Manager. Mr. Wordsman was responsible for recruiting, training and hiring over 125 local employees to participate in Rostan’s recovery efforts in 20 different New Jersey municipalities during Hurricane Sandy. HURRICANE SANDY | STATEWIDE IN NEW JERSEY AND NEW YORK | BERGEN COUNTY UTILITY AUTHORITY • WESTCHESTER COUNTY, NY • BRICK, NJ • NYCDEP • USACE • NASSAU COUNTY, NY Provided technical assistance to infrastructure and local community clients in New York in New Jersey during the Recovery and Mitigation process; Services include post incident damage assessments; Long-term recovery and mitigation strategy planning; CDBG, FHWA, and FEMA funding assistance; Community Relations, and Disaster Recovery Centers operations. VARIOUS ENVIRONMENTAL COMPLIANCE PROJECTS Mr. Wordsman has managed and supported a wide variety of environmental compliance and permitting projects throughout the United States. These projects include preparation of all permits and an environmental impact statement for a 2M ton per year cement manufacturing plant, a NEPA EIS for the Oneida Indians Lands Into Trust Application, numerous EAS/EISs/Permit applications for wastewater treatment plants and resource recovery facilities in New York, New Jersey, and Puerto Rico. LEEMING WORDSMAN FEDERAL FUNDING SPECIALIST 20170824Amended3CityCouncilPacket Page 128 of 271 20170822/jrl 37ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DARIUS STANKUNAS PRINCIPAL | QA • QC Mr. Stankunas, President of Rostan Solutions, LLC, has more than twenty five years of experience in environmental and solid waste management and for the past 17 years has specialized in disaster planning and recovery management activities. He is an expert in pre- and post-event disaster planning and recovery and has managed numerous disaster recovery projects both at the regional and local levels. Mr. Stankunas has served as Program Manager on numerous disaster debris recovery projects in Mississippi, Alabama, Florida, Virginia, New Jersey, Texas, Louisiana, Missouri, South Carolina, Georgia, and New York states. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Project Principal responsible for Rostan providing professional disaster recovery services to Charleston County SC as a result of severe storms and flooding from October 1-23, 2015 (FEMA DR-4241). Services include debris monitoring and management, FEMA Public Assistance program and other funding program assistance related to County owned and/or maintained public infrastructure, procurement assistance and construction / post construction support. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CHARLESTON COUNTY, SOUTH CAROLINA FEMA DR-4286 | 2016 – 2017 Program Manager providing stand-by debris operations management support to Charleston County, SC for more than 11 years. In October 2016 following Hurricane Matthew, he was responsible for providing overall project quality assurance, FEMA reimbursement support, and serving as client liaison with the County and SCEMD. He oversaw the successful hiring, training and deployment of nearly 100 local staff. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | MARTIN COUNTY, FLORIDA | FEMA DR-4283 | 2016 – 2017 Project Principal for debris recovery effort in Martin County, FL following Hurricane Matthew in October 2016. Responsible for overall project coordination and quality assurance. Rostan provided FEMA reimbursement assistance, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 40 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 70 days, 155,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF PORT ST. LUCIE, FLORIDA | FEMA DR-4283 | 2016 – 2017 Project Principal for debris recovery effort following hurricane Matthew in October 2016. Responsible for overall project coordination and quality assurance. Rostan provided debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 50 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 120 days, 110,000 cubic yards of vegetative debris, over 5,000 hazardous hanging limbs and 475 hazardous leaning trees were documented, removed, processed and taken to final disposal. YEARS OF EXPERIENCE 21 RECOVERY EVENTS 2016 Hurricane Matthew 2016 Flooding, LA 2016 Tornado, VA 2015 Flooding, SC 2015 Avian Flu Response, IA 2015 Ice Storm, TN 2014 Ice Storm, GA 2012 Hurricane Sandy 2011 Hurricane Irene 2011 Tornado, MO 2011 Tornado, AL 2010 Earthquake, Chile 2010 Earthquake, Haiti 2008 Hurricane Ike 2006 Ice Storm, NY 2005 Hurricane Rita 2005 Hurricane Katrina 2005 Hurricane Wilma 2004 Hurricane Jeanne 2004 Hurricane Ivan 2004 Hurricane Frances 2001 Tropical Storm Gabrielle 20170824Amended3CityCouncilPacket Page 129 of 271 20170822/jrl 38ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF GARDEN CITY, GEORGIA | FEMA DR-4284 | 2016 Program Manager for the Garden City, GA project following Hurricane Matthew in October 2016. He was responsible for providing overall project quality assurance and FEMA reimbursement support. He also provided recommendations and guidance regarding all Public Assistance categories (A-G), as well as, 406 and 404 Mitigation opportunities associated with the City’s damaged infrastructure. HAZARD MITIGATION GRANT PROGRAM PROJECT APPLICATION | IOPWSC WILD DUNES WWTP RELOCATION, FLOODPROOFING AND CONSOLIDATION OF SERVICES PROJECT | ISLE OF PALMS, SC | FEMA DR-4241 | 2016 – PRESENT Project Principal responsible for Rostan preparing the Hazard Mitigation Grant Program (HMGP) Project Application (the “Application”) for the Isle of Palms Water and Sewer Commission Project. Rostan provided services to complete the HMGP application and develop a technically feasible and eligible project submission, as well as, assist with correspondence with South Carolina Emergency Management Division (SCEMD) and FEMA. HAZARD MITIGATION GRANT PROGRAM PROJECT APPLICATION | DRAINAGE IMPROVEMENT PROJECT | TOWN OF SULLIVAN’S ISLAND, SOUTH CAROLINA | FEMA DR-4241 | 2016 – PRESENT Project Principal responsible for Rostan preparing the Hazard Mitigation Grant Program (HMGP) Project Application (the “Application”) for the Sullivan’s Island Drainage Improvement Project. Rostan provided services to complete the HMGP application and develop a technically feasible and eligible project submission, as well as, assist with correspondence with South Carolina Emergency Management Division (SCEMD) and FEMA. Rostan provided subject matter experts with the expertise and qualifications needed to provide hazard mitigation program management and administration services. Our established team of experts developed tools to assist with property owner outreach and engagement, project scoping and cost estimating, benefit-cost analysis (BCA), post-disaster loss avoidance reporting, economic impact analysis, standard operating procedures, and quality assurance and control measures. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CUMBERLAND COUNTY, TENNESSEE | FEMA DR-4210 | 2015 – 2016 Program Manager responsible for debris management and monitoring services in Cumberland County, TN following ice storms of February 2015. Responsible for FEMA reimbursement assistance, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 75 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. 700,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | WHITE COUNTY, TENNESSEE | FEMA DR-42810 | 2015 Program Manager responsible for debris management and monitoring services in White County, TN following ice storms of February 2015. Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 25 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 75 days, 135,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | TOWNSHIP OF BRICK, NEW JERSEY | FEMA DR-4086 | 2012 – 2014 Project Principal responsible for all aspects of the Township’s post-Hurricane Sandy disaster recovery program including disaster debris management, private property debris removal/demolition program, public assistance funding, and hazard mitigation planning. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Project Principal responsible for deployment and management of disaster response and recovery team in support of debris management services for 20 municipalities in the State of New Jersey. Responsible for overseeing the monitoring and tracking of over 33 thousand truckloads of debris totaling 1.3 million cubic yards, and more than 2,400 truckloads totaling over 55 thousand tons of debris that was tracked by weight. Provided quality assurance for all debris management operations in the state. DARIUS STANKUNAS PRINCIPAL | QA • QC 20170824Amended3CityCouncilPacket Page 130 of 271 20170822/jrl 39ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA YEARS OF EXPERIENCE 12 LICENSES AND CERTIFICATIONS • IS-5.a: Introduction to Hazardous Materials • IS-100: Introduction to Incident Command System • IS-200: ICS for Single Resources and Initial Action Incidents • IS-300: Intermediate ICS • IS-400: Advanced ICS • IS-700: National Incident Management System (NIMS) • IS-800: National Response Framework HEALTH & SAFETY TRAINING • Hazardous Waste Operations and Emergency Response Training (40HR Initial/8 HR Refresher) • OSHA Disaster Training RECOVERY EVENTS 2016 Hurricane Matthew 2016 Flooding, LA 2016 Tornado, VA 2015 Flooding, SC 2015 Ice Storm, TN 2014 Ice Storm, GA 2012 Hurricane Sandy 2011 Hurricane Irene 2011 Tornado, MO 2011 Tornado, AL 2010 Earthquake, Haiti 2008 Hurricane Ike 2006 Ice Storm, NY 2005 Hurricane Rita 2005 Hurricane Katrina 2005 Hurricane Wilma 2004 Hurricane Jeanne 2004 Hurricane Frances JEFF COUSINS PROJECT MANAGER Mr. Cousins has over 12 years of experience specific to debris management and disaster recovery operations. Mr. Cousins specializes in disaster management and recovery and has served as Project Manager supporting disaster recovery and reimbursement projects following some of the world’s most devastating disasters. Mr. Cousins was responsible for the deployment of over 450 quality assurance monitors deployed in 11 counties and 5 cities in Mississippi for the US Army Corps of Engineers (USACE) Task Force Hope mission following Hurricane Katrina. Mr. Cousins served as Operations Manager for the deployment of the HaulPass® System in Haiti following the devastating 2010 earthquake. Following Hurricane Sandy, Mr. Cousins served as Operations Manager responsible for the disaster response and recovery team supporting debris management services for seventeen municipalities in New Jersey. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Consultant. Responsible for management of the Public Assistance (PA) program for Charleston County, South Carolina. Duties included managing the County’s post-event debris removal project, including the utilization of HaulPass® to track the removal of more than 30,000 cubic yards of C&D, vegetative, and white goods debris. Additionally, served as a member of Rostan’S field assessment team tasked with assessing and quantifying flood related damages to 222 unpaved roads and 33 drainage canals associated with the severe storms and flooding. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | MARTIN COUNTY, FLORIDA | FEMA DR-4283 | 2016 – 2017 Project Manager. Served in Martin County, FL following Hurricane Matthew in October of 2016. Responsible for invoicing, FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 40 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 70 days, 155,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF PORT ST. LUCIE, FLORIDA | FEMA DR-4283 | 2016 – 2017 Project Manager. Served in The City of Port St Lucie, FL following Hurricane Matthew in October of 2016. Responsible for FEMA reimbursement assistance, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 50 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debis Management system. IBERIA PARISH, LA | FLOODING | FEMA DR-4277 | 2016 Served as Project Manager in Iberia Parish, LA following the severe flooding in August of 2016. Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of field staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CUMBERLAND COUNTY, TENNESSEE | FEMA DR-4210 | 2015 – 2016 Project Manager. Served in Cumberland County, TN following ice storms of February 2015. 20170824Amended3CityCouncilPacket Page 131 of 271 20170822/jrl 40ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA Responsible for invoicing, FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 75 local staff. In addition, responsible for the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 100 days, 700,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. CITY OF ST. PETERSBURG, FL | PROGRAM MANAGER | SHORE ACRES MITIGATION RECONSTRUCTION PROJECT AND SHORE ACRES ELEVATION PROJECT | 2015 – PRESENT Manage, administer and monitor the Federal Emergency Management Agency (FEMA) Hazard Mitigation Assistance Grant Program in the Shore Acres neighborhood of St. Petersburg. Responsibilities consist of confirming adherence to all HMAP guidelines, ensuring project stays on budget, verifying project receipts, submitting quarterly reports, and completing and submitting project close out reports. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | WHITE COUNTY, TENNESSEE | FEMA DR-4210 | 2015 Served as part of project management team in White County, TN following ice storms of February 2015 Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring and the hiring, training, and deployment of more than 25 local staff. 135,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Project Manager. Served in Served as Project Manager for seventeen municipalities in New Jersey following Hurricane Sandy. Mr. Cousins was responsible for all field operations in the state including the deployment of over 150 monitors spread between the seventeen municipalities. USACE KANSAS CITY DISTRICT | JOPLIN, MO TORNADO 2011 | HAULPASS® SYSTEM. Project Manager responsible for deployment of the HaulPass® Automated Debris Management System. The USACE was assigned a mission to oversee debris recovery operations following the devastating tornado that impacted the Joplin, MO area in April 2011. The USACE selected the HaulPass® System for tracking all debris removal field data to streamline its recovery efforts. The HaulPass® System was successfully utilized to track the removal of debris from public Rights-of-Way (ROW) and private property throughout the area. We also hired, trained and deployed over 60 local staff to operate the System in the field and to assist the USACE with contractor oversight. JAMES CITY COUNTY: DISASTER DEBRIS MANAGEMENT/HURRICANE IRENE | VA Project Manager responsible for deployment and management of disaster response and recovery team in support of debris management services for James City County, VA following Hurricane Irene. Provided oversight of ROW debris collection, removal of hazardous leaning tress and hanging limbs, and stumps utilizing the HaulPass® System CITY OF BIRMINGHAM: DISASTER DEBRIS MANAGEMENT | APRIL 2011 TORNADOES AND STRAIGHT-LINE WINDS | AL Project Manager responsible for deployment and management of disaster response and recovery team in support of debris management services for the City of Birmingham, AL following severe storms of April 2011. Provided oversight of ROW debris collection, removal of hazardous leaning tress and hanging limbs, stumps, demolitions and private property debris removal utilizing the HaulPass® System. USACE, FORT WORTH DISTRICT | HURRICANE IKE | TX AND LA Project Manager responsible for the deployment of the HaulPass® automated debris management system in the Galveston and Chambers County areas in Texas following Hurricane Ike. The USACE performed debris removal work on Texas DOT (state and federal) roads. Emergency work was completed in 10 days. The HaulPass® system was also successfully deployed in Cameron and Vermillion Parishes in Louisiana. The USACE utilized the system to its fullest capabilities and entirely eliminated the use of paper load tickets. By using the HaulPass® system, the USACE completed validation of all load ticket data one day after field operations had ceased, had eliminated data entry effort and the need for QA/QC of manually entered load ticket information. JEFF COUSINS PROJECT MANAGER 20170824Amended3CityCouncilPacket Page 132 of 271 20170822/jrl 41ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA CHRISTOPHER BELLAVIA OPERATIONS MANAGER Mr. Bellavia is a key member of the Rostan disaster management team. He has over four years of experience specific to public and individual assistance. Mr. Bellavia began in New Jersey following Hurricane Sandy in 2012 where he served as an operations manager responsible for overseeing all aspects of debris removal and disposal monitoring throughout 12 municipalities. He then served as an area supervisor in Iowa following USDA Disaster 2124 in 2015 where he was responsible for overseeing the collection and tracking of all project related costs at several facilities throughout the state. More recently, in 2016, Mr. Bellavia served as project coordinator in debris removal monitoring efforts following Hurricane Matthew in Berkeley County, SC. Currently, he is assisting Charleston County in pursuing public assistance funding for repairs and mitigation measures associated with damaged earth roads, paved roads and drainage systems. Mr. Bellavia is well versed in disaster recovery and specializes in logistics, planning and reporting, data collection, and staff training and management. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Operations Manager. Managed the County’s post-event debris removal project, including the utilization of HaulPass® to track debris removal. Responsible for daily operations and coordination efforts to co-develop strategies with the client. Additional responsibilities include reconciliation of multiple departments’ force account expenditures for PA emergency work categories A and B, conducting FEMA site visits and development of scope of services and cost estimates for PA categories C and D PWs, as well as developing long-term projects and strategies for Mitigation improvements. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 – 2017 Operations Manager following Hurricane Matthew in October 2016. Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring, invoicing, and the hiring, training, and deployment of more than 90 local staff. In addition, responsible for the successful deployment of the HaulPass® system. Over the course of 114 days, 18,434 hangers, 410 leaners and 415,000 cubic yards of vegetative debris was removed, processed, and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | BERKELEY COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 Project Coordinator following Hurricane Matthew in October 2016. Responsible for FEMA reimbursement assistance, client coordination, debris removal monitoring, DMS monitoring, invoicing, and hiring, training, and deployment of more than 30 local staff. Additionally responsible for the successful deployment of the HaulPass® system. Over the course of 61 days, 1,800 hangers, 90 leaners and 60,000 cubic yards of vegetative debris was removed, processed, and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF GARDEN CITY, GEORGIA | FEMA DR-4284 | 2016 Project Manager. Responsible for oversight of daily field monitoring operations following YEARS OF EXPERIENCE 4 RECOVERY EVENTS 2016 Hurricane Matthew 2016 Flooding, LA 2015 Flooding, SC 2015 Avian Flu Response, IA 2012 Hurricane Sandy 20170824Amended3CityCouncilPacket Page 133 of 271 20170822/jrl 42ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA Hurricane Matthew in October 2016. Duties included editing daily reports, reconciling contractor invoices, and providing guidance to field staff. AVIAN FLU RESPONSE | IOWA | USDA 2124 DISASTER | 2015 Served as a site administrator and Area Supervisor responsible for the collection and tracking of project related costs associated with labor hours, equipment usage, and material consumption. Data was collected in the field through manual verification and entered into a custom web interface. Served at various facilities throughout the project including two of the largest facilities employing over 400 temporary personnel each. DISASTER DEBRIS MANAGEMENT | BOROUGH OF KEANSBURG, NEW JERSEY | FEMA DR-4086| 2013 – 2014 Operations Manager responsible for leading documentation and data collection efforts during Phases I and II of the residential demolition program following Hurricane Sandy. Data collection efforts included the implementation and utilization of HaulPass® ADMS. Responsibilities included scheduling and coordinating field personnel as well as reporting all daily field activities, load categories and quantities to Rostan’s Project Manager. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | TOWNSHIP OF BRICK, NEW JERSEY | FEMA DR-4086 | 2012 – 2014 Operations Manager. Responsible for tracking all aspects of debris removal and disposal monitoring following Hurricane Sandy including Right-of-Way (ROW) debris removal, private property debris removal and demolition efforts. Duties included supervision and training of field staff, scheduling, permit approval and verification, Right-of-Entry (ROE) development, compliance with public and federal notification procedures and management of HaulPass® hardware and Tier 1 and Tier 2 technical support. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Operations Manager. Responsible for tracking all aspects of debris removal and disposal monitoring across 10 New Jersey municipalities following Hurricane Sandy. Duties included supervision and training of field staff and management of HaulPass® hardware and Tier 1 and Tier 2 technical support. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | POINT PLEASANT BEACH, NEW JERSEY | FEMA DR-4086 | 2012 – 2013 Following Hurricane Sandy, Operations Manager responsible for tracking all aspects of debris removal and disposal monitoring from waterways throughout the central region of coastal New Jersey. Duties included supervision and training of field staff and management of HaulPass® hardware and Tier 1 and Tier 2 technical support. CHRISTOPHER BELLAVIA OPERATIONS MANAGER 20170824Amended3CityCouncilPacket Page 134 of 271 20170822/jrl 43ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA MICHAEL WIENCEK OPERATIONS MANAGER Mr. Wiencek has over 11 years of experience related to disaster debris management. He is a highly experienced Operations Manager for Rostan Solutions, the provider of the industry leading HaulPass® Automated Debris Management System (ADMS), and has been involved in disaster debris management since 2006. He is an expert in disaster recovery and is a key member of the HaulPass® team. Mr. Wiencek has managed numerous disaster recovery projects, both with and without utilizing an ADMS. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Consultant. Serving as a member of Rostan’s field assessment team tasked with assessing and quantifying flood related damages to 222 unpaved roads and 33 drainage canals associated with the severe storms and flooding. Assist in development of scope of services and cost estimates for PA categories C and D PWs, as well as developing long-term projects and strategies for Mitigation improvements. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | MARTIN COUNTY, FLORIDA | FEMA DR-4283 | 2016 – 2017 Operations Manager. Served in Martin County, FL following Hurricane Matthew in October of 2016. Responsible client and contractor coordination, debris removal monitoring and DMS monitoring. Additionally responsible for assisting with the successful deployment of the HaulPass® Automated Debris Management system. Over the course of 70 days, 155,000 cubic yards of vegetative debris was removed, processed and taken to final disposal. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF PORT ST. LUCIE, FLORIDA | FEMA DR-4283 | 2016 – 2017 Operations Manager. Oversaw all aspects of Port St. Lucie’s Hurricane Matthew debris removal project, including the collection of more than 100,000 cubic yards of debris and removal of more than 5,500 hazardous trees and tree limbs. Responsible for interfacing and fostering successful relationships with both contractors and local government, as well as personnel administration and quality assurance of the data produced. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 – 2017 Field Supervisor. Served in Charleston County, SC as lead field supervisor during Hurricane Matthew debris removal operations. Hurricane Matthew. Responsible for debris removal monitoring, DMS monitoring, and field data oversight. Over the course of 114 days, 18,434 hangers, 410 leaners and 415,000 cubic yards of vegetative debris was removed, processed, and taken to final disposal. AVIAN FLU RESPONSE | IOWA | USDA 2124 DISASTER | 2015 Served as an administrator and data analyst responsible for processing and sorting incoming data from the field and entering it into the online server. Used the processed data to predict staffing and equipment needs and deployed them accordingly. Served in the operational headquarters along with project managers and office support staff. YEARS OF EXPERIENCE 11 CERTIFICATIONS AND TRAINING • IS-632.a: Intro to Debris Operations RECOVERY EVENTS 2016 Hurricane Matthew 2015 Avian Flu Response, IA 2011 Hurricane Irene 2011 Tornado, MO 2011 Tornado, AL 2008 Hurricane Ike 2006 Ice Storm, NY 20170824Amended3CityCouncilPacket Page 135 of 271 20170822/jrl 44ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA VIRGINIA PENINSULA | DISASTER DEBRIS MANAGEMENT | FEMA DR-4024 | 2011 HaulPass® Operations Manager responsible for deployment and management of disaster response and recovery teams utilizing HaulPass® for debris management services for James City County, York County and Williamsburg, VA following Hurricane Irene. The teams provided oversight of right-of-way debris collection, removal of hazardous leaning tress and hanging limbs, and stumps utilizing the HaulPass® ADMS. Tasks also included contractor management, debris monitoring, data management using the HaulPass® ADMS, and FEMA reimbursement including development of project worksheets. USACE KANSAS CITY DISTRICT | HAULPASS® ADMS | FEMA DR-1980 | 2011 HaulPass® Operations Manager responsible for deployment of the HaulPass® ADMS. The USACE was assigned a mission to manage debris recovery operations following the devastating tornado that impacted the Joplin, MO area in April 2011. The USACE selected the HaulPass® ADMS for tracking debris removal to streamline its recovery efforts. The HaulPass® ADMS was successfully utilized to track the removal of debris from public rights-of-way and private property throughout the area. DISASTER DEBRIS MANAGEMENT | CITY OF BIRMINGHAM, ALABAMA | FEMA DR-1971 | 2011 HaulPass® Operations Manager responsible for deployment and management of disaster response and recovery teams utilizing HaulPass® in support of debris management services for the City of Birmingham, Alabama following the April 2011 tornadoes and straight-line winds storm. Provided oversight of right-of-way debris collection, removal of hazardous leaning tress and hanging limbs, stumps, white goods, demolitions and private property debris removal utilizing the HaulPass® ADMS. HUMBLE, PINEY POINTE VILLAGE, NASSAU BAY, TX | DISASTER DEBRIS MANAGEMENT | FEMA DR-1791 | 2008 HaulPass® Operations Manager responsible for deployment and management of disaster response and recovery teams utilizing HaulPass® for debris management services. Provided oversight of right-of-way debris collection, removal of hazardous leaning tress and hanging limbs, stumps, and white goods utilizing the HaulPass® ADMS. Tasks also included contractor management, debris monitoring, data management using the HaulPass® ADMS, and FEMA reimbursement including development of project worksheets. USACE/TEXAS DOT/GALVESTON, TX | HAULPASS® ADMS | FEMA DR-1791 | 2008 HaulPass® Operations Manager responsible for deployment of the HaulPass® System. The USACE was assigned a mission to oversee debris recovery operations following Hurricane Ike that impacted the Galveston, TX area. The USACE utilized the HaulPass® ADMS for tracking debris removal field data to streamline its recovery efforts for TXDOT. ERIE COUNTY, NY | DISASTER DEBRIS MANAGEMENT | FEMA EM-3268 | 2006 HaulPass® Operations Manager responsible for comprehensive debris management services including debris contractor management, temporary debris storage and reduction site (TDSRS) oversight, quality assurance monitoring of right-of-way debris collection, leaning tree and hanging limb removals following the 2006 snowstorm. Assisted with invoice reconciliation services to support reimbursement from FEMA and Federal Highway Administration (FHWA). Provided oversight of right-of-way stump removal and grinding utilizing the HaulPass® ADMS. MICHAEL WIENCEK OPERATIONS MANAGER 20170824Amended3CityCouncilPacket Page 136 of 271 20170822/jrl 45ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA YEARS OF EXPERIENCE 10 CERTIFICATIONS AND TRAINING • IS-100: Introduction to the Incident Command System • IS-200: ICS for Single Resources and Initial Action Incidents • IS-700: National Incident Management System (NIMS) • IS-800: National Response Plan Framework • IS-632.a: Intro to Debris Operations • IS-634: Intro to FEMA Public Assistance Program • IS-230: Fundamentals of Emergency Management HEALTH & SAFETY TRAINING • First Aid/ Cardio Pulmonary Resuscitation (CPR) • Hazardous Waste Operations and Emergency Response Training (40HR Initial/8 HR Refresher) • OSHA Disaster Training RECOVERY EVENTS 2016 Tornado, VA 2015 Flooding, SC 2015 Avian Flu Response, IA 2014 Ice Storm, GA 2012 Hurricane Sandy 2011 Hurricane Irene 2011 Tornado, MO 2011 Tornado, AL 2010 Earthquake, Haiti 2008 Hurricane Ike 2006 Ice Storm, NY 2005 Hurricane Rita 2005 Hurricane Katrina JORDAN BRYANT OPERATIONS MANAGER Mr. Bryant has 12 years of disaster recovery management experience. He has specialized in debris management since early 2006. Mr. Bryant is a lead operations manager for debris monitoring and HaulPass® services. Mr. Bryant began in Mississippi working alongside the US Army Corps of Engineers (USACE) in their Task Force Hope mission following Hurricane Katrina. He served as a staff manager in Erie County, NY and in Buffalo, NY concurrently in 2006 in response to a large ice storm. He helped facilitate the deployment and operations of five debris removal monitoring projects in the Houston, Texas area following Hurricane Ike in 2008. Mr. Bryant served as Field Manager for HaulPass® throughout the USACE response to Hurricane Ike in Cameron and Vermillion Parishes, Louisiana and in Galveston, Texas. He was Field Manager, technical lead, and HaulPass® trainer for Haitian staff in Port Au Prince, Haiti following the devastating 2010 earth quake. He served as lead Field Manager during the USACE response to the EF-5 tornado that devastated Joplin, Missouri. In 2011 he assisted in facilitating debris removal efforts, staff training, and field management following a deadly hurricane in Birmingham, Alabama. Later in 2011, he took lead field management roles in York and in James City Counties in Virginia following Hurricane Irene. More recently, Mr. Bryant oversaw monitoring operations for 17 municipalities throughout the state of New Jersey following Hurricane Sandy. He specializes in tracking debris removal efforts, staff training and management, and technical implementation. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Consultant. Serving as a member of Rostan’s field assessment team tasked with assessing and quantifying flood related damages to 222 unpaved roads and 33 drainage canals associated with the severe storms and flooding. Assist in development of scope of services and cost estimates for PA categories C and D PWs, as well as developing long-term projects and strategies for Mitigation improvements. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | ESSEX COUNTY, VIRGINIA | TORNADO | 2016 Project manager in charge of overseeing debris cleanup throughout Essex County following the devastating tornado that occured in 2016. Mr. Bryant was responsible for overseeing the monitoring and tracking of over 160 truckloads totaling over 7,400 cubic yards of storm debris which was removed from the Right-of-Way (ROW). He served as the lead debris removal consultant, and was responsible for staff management, contractor coordination, and data management and reporting. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CUMBERLAND COUNTY, TENNESSEE | FEMA DR-4210 | 2015 – 2016 Operations Manager. Served as Operations Manager in Cumberland County, TN following ice storms of February 2015. Responsible for debris removal monitoring, DMS monitoring and the oversight of more than 75 local staff. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | WHITE COUNTY, TENNESSEE | FEMA DR-4210 | 2015 Operations Manager. Responsible for debris removal monitoring, DMS monitoring, vehicle and equipment certification, and the oversight of more than 25 local staff. 20170824Amended3CityCouncilPacket Page 137 of 271 20170822/jrl 46ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA AVIAN FLU RESPONSE | IOWA | USDA 2124 DISASTER | 2015 Served as an area supervisor responsible for the collection and tracking of project related costs associated with labor hours, equipment usage, and material consumption. Data was collected in the field through manual verification and entered into a custom web interface. Served at various facilities throughout the project including two of the largest facilities employing over 400 temporary personnel each. Responsible for the deployment and management of Rostan staff to remote geographic locations in the Midwest. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Operations Manager. Operations manager in charge of overseeing debris cleanup in 17 municipalities throughout the state of New Jersey. Mr. Bryant served as the lead operations manager throughout New Jersey, responsible for managing multiple projects concurrently. He supported all field operations throughout the state, typically taking on a direct project management role on most of the larger projects. He was responsible for overseeing the monitoring and tracking of over 33 thousand truckloads of Hurricane Sandy debris totaling 1.3 million cubic yards, and additionally over 2,400 truckloads totaling over 55 thousand tons of debris that was tracked by weight. Additionally served as Operations Manager overseeing the debris cleanup of all state waterways in the central region of New Jersey. Mr. Bryant was responsible for training and managing a staff of over 30 people spread across a large geographic region. He was in charge of the monitoring of the removal of over 80,000 cubic yards of water generated debris, including submerged vehicles and vessels tracked in coordination with the State Police. Mr. Bryant was also in charge of overseeing the monitoring of all dredging operations throughout the central region of New Jersey. His team successfully monitored and tracked the removal and disposal of over 450,000 cubic yards of dredged material. USACE KANSAS CITY DISTRICT | HAULPASS® ADMS | FEMA DR-1980 | 2011 Operations Manager responsible for training, and managing a local staff of over 60 people. Mr. Bryant supervised the deployment, technical support, and field operations of the HaulPass® Automated Debris Management System in response to the costliest tornado in history. The USACE was assigned a mission to oversee debris recovery operations following the devastating tornado that impacted Joplin, MO in April 2011. The USACE selected the HaulPass® System for tracking all debris removal field data to streamline its recovery efforts. The HaulPass® System was successfully utilized to track the removal of debris from public ROWs and private property throughout the area. DISASTER DEBRIS MANAGEMENT | CITY OF BIRMINGHAM, ALABAMA | FEMA DR-1971 | 2011 Following the devastating tornadoes that tore through Birmingham in April, 2011, served as field manager assisting in the facilitation of HaulPass® as well as managing the field staff in debris management services. Debris removal services involved ROW and Right-of-Entry (ROE) debris removal, hazardous tree, stump, and limb removal, as well as maintaining a client accessible ROE database management. PORT AU PRINCE, HAITI | EARTHQUAKE | 2010 Subsequent to the devastating earthquake in Port Au Prince, Haiti, Rostan was asked to implement the HaulPass® system to track the cleanup operations throughout the area. Mr. Bryant served as the technical lead, and primary HaulPass® trainer for the Haitian staff in Port Au Prince, Haiti. Despite language barriers and significant international obstacles, the HaulPass® team was successful in tracking all debris removal efforts throughout the city. USACE FORT WORTH DISTRICT | GALVESTON AND CHAMBERS COUNTIES, TX | FEMA DR-1791 | 2008 Operations Manager for HaulPass® responsible for the deployment of the HaulPass® system in the Galveston and Chambers County areas in Texas following Hurricane Ike. Responsible for management of a staff of over 15 field personnel. JORDAN BRYANT OPERATIONS MANAGER 20170824Amended3CityCouncilPacket Page 138 of 271 20170822/jrl 47ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DENISE JANKAUSKAS DATA MANAGER Ms. Jankauskas has more than four years of post-disaster experience, joining the Rostan team after the devastation sustained by Hurricane Sandy throughout New York and New Jersey. She specializes in multiple aspects of disaster recovery including project data management; vehicle, container and equipment certification, waterborne- and land-based Right-of-Way debris removal efforts; private property demolition, and debris removal. She has experience in logistics, planning, reporting, and tracking project and reimbursement efforts. Prior to joining Rostan, Ms. Jankauskas holds over five years experience responsible for general management, operations licensing and permitting, as well as staff management and scheduling over 20 employees for a small business enterprise located in New York City, NY. RECENT PROFESSIONAL EXPERIENCE PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4241 | 2015 – ONGOING Data Manager. Responsible for gathering and dissemination of operational data and visual documentation into a cohesive and concise daily operational report for the client, data quality control, and maintenance and organization of all digital files following the flooding which occurred in October 2015. Additionally, esponsible for proposal development, invoicing, organization and implementation of Flood Insurance Rate Maps, photo documentation, drainage mapping, as well as development of client progress reports and presentations. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | CHARLESTON COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 – 2017 Data Manager. Serving the County during post-Hurricane Matthew debris-removal efforts. In addition to proposal development, responsible for gathering and dissemination of operational data and visual documentation into a cohesive and concise daily operational report for the client, data quality control, and maintenance and organization of all digital files. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | MARTIN COUNTY, FLORIDA | FEMA DR-4283 | 2016 – 2017 Data Manager. Served for Martin County, Florida debris clean-up following Hurricane Matthew. In addition to proposal development, responsible for gathering and dissemination of operational data and visual documentation into a cohesive and concise daily operational report for the client, data quality control, maintenance and organization of all digital files, as well as documentation and preparation of DMS closeout reports. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | BERKELEY COUNTY, SOUTH CAROLINA | FEMA DR-4286 | 2016 Data Manager. Served for Berkeley County, South Carolina debris clean-up following Hurricane Matthew. Responsible for gathering and dissemination of operational data and visual documentation into a cohesive and concise daily operational report for the client, data quality control, maintenance and organization of all digital files, as well as documentation and preparation of project closeout report. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | THE CITY OF GARDEN CITY, GEORGIA | FEMA DR-4284 | 2016 Data Manager. Served during debris removal operations following Hurricane Matthew. In EDUCATION BFA, The Cooper Union for the Advancement of Science and Art, 1995 YEARS OF EXPERIENCE 4 CERTIFICATIONS AND TRAINING • IS-0632.a: Introduction to Debris Operations RECOVERY EVENTS 2016 Hurricane Matthew 2015 Flooding, SC 2015 Ice Storm, TN 2012 Hurricane Sandy 20170824Amended3CityCouncilPacket Page 139 of 271 20170822/jrl 48ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA addition to proposal development, responsible for gathering and dissemination of operational data and visual documentation into a cohesive and concise daily operational report for the client, data quality control, maintenance and organization of all digital files, as well as documentation and preparation of DMS closeout report. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | WHITE COUNTY, TENNESSEE | FEMA DR-4210 | 2015 – 2016 Data Manager. Following the February 2015 ice storm, responsible for proposal development, gathering and dissemination of operational data and visual documentation into a cohesive and concise daily operational report for the client, weekly contractor cost comparison data compilation and visualization, data quality control, maintenance and organization of all digital files, and documentation and preparation of DMS closeout reports. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | WHITE COUNTY, TENNESSEE | FEMA DR-4210 | 2015 Operations Manager following the February 2015 ice storm, responsible for proposal development, invoicing, FEMA reimbursement assistance, debris removal monitoring, DMS monitoring, vehicle and equipment certification, and the scheduling of more than 25 local staff. In addition, responsible for the gathering and dissemination of operational data and visual documentation into a cohesive and concise daily operational report for the client, as well as data quality control, maintenance and organization of all digital files, and documentation and preparation of DMS closeout reports. HAULPASS® DATA COLLECTION FOR HOUSE DEMOLITION PROJECT | BOROUGH OF KEANSBURG, NEW JERSEY | FEMA DR-4086 | 2013 – 2014 Operations Manager responsible for leading documentation and data collection efforts during Phases I and II of the residential demolition program following Hurricane Sandy. Data collection efforts included the implementation and utilization of HaulPass® automated debris management system. Responsible for scheduling and coordinating Rostan field personnel as well as reporting all daily field activities, load categories and quantities to Rostan’s Project Manager. PUBLIC ASSISTANCE, GRANTS FUNDING, DEBRIS MONITORING AND MANAGEMENT | TOWNSHIP OF BRICK, NEW JERSEY | FEMA DR-4086 | 2012 – 2012 Assistant Analyst. Managed and tracked NJDEP/FEMA-required documentation for implementation of private property debris removal and demolition efforts, coordinating hard-copy information and uploading all documentation into Rostan’s custom database created for Brick Township. Assisted in Project Worksheet (PW) data compilation. DEBRIS MANAGEMENT AND PUBLIC ASSISTANCE SUPPORT SERVICES | NEW JERSEY DEPARTMENT OF ENVIRONMENTAL PROTECTION | FEMA DR-4086 | 2012 – 2014 Assistant Analyst. Assisted Project Manager with all reporting and data collection efforts during Phase II of the Waterway debris removal efforts including data collection and management, documenting debris field conditions pre- and post-removal, debris collection efforts, and final site conditions. Responsible for compiling all visual and data documentation into a cohesive and concise daily report for NJDEP. Documentation procedures included the use of GPS-enabled cameras to locate and map debris locations, and HaulPass® to track the recovery and ultimate disposal of removed material. US ARMY CORPS OF ENGINEERS (USACE) NEW YORK DISTRICT | FEMA DR-4085 | 2012 – 2013 Following Hurricane Sandy, served as Field Supervisor providing HaulPass® technical support and assistance to field personnel as well as integral part of certification team coordination in Queens, Staten Island, and Fire Island in New York. 24-hour certification services were provided for 63 consecutive days, ultimately lasting six months, resulting in over 2,500 truck and container certifications. Assisted Project and Operations Managers with daily staffing efforts and mobile certification station operations. The HaulPass® system captured more than 32,000 loads of debris disposed of at more than 22 facilities across Pennsylvania, New York, and New Jersey, which spearheaded the tracking and reconciliation of more than $120,000,000 in debris removal contracts. DENISE JANKAUSKAS DATA MANAGER 20170824Amended3CityCouncilPacket Page 140 of 271 20170822/jrl 49ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA 1.6 LETTERS OF REFERENCE 20170824Amended3CityCouncilPacket Page 141 of 271 20170822/jrl 50ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA TOWNSHIP OF BRICK OCEAN COUNTY, NEW JERSEY 401 CHAMBERS BRIDGE ROAD, BRICK, N.J. 08723 Department of Public Works Glenn Campbell Director 732-451-4060 Fax: 732-458-1945 gcampbell@twp.brick.nj.us www.twp.brick.nj.us John G. Ducey, Mayor Township Council: Susan Lydecker - President Jim Fozman - Vice President Heather deJong Bob Moore Paul Mummolo Marianna Pontoriero Andrea Zapcic . May 1, 2014 Travis Mays Project Manager Rostan Solutions LLC 3433 Lithia Pinecrest Road, Suite 287 Valrico, FL 33596 Re: Superstorm Sandy Recovery Efforts Dear Mr. Mays, Following the devastation of Superstorm Sandy in late October 2012, the Township of Brick was overwhelmed and understood that we were in need of a firm capable of assisting with and guiding us through the response and recovery process. While we had hoped to never have such a need, it was comforting knowing that once Rostan Solutions, LLC (Rostan) was on the scene that they would be there to help us every step along the way. For the past 18 months, Rostan’s project team has demonstrated its depth of knowledge and has exceeded expectations for which we as a community are grateful. From morning tailgate meetings and monitoring of collection crews to quality reporting and managing Federal reimbursement efforts, Rostan’s staff continuously demonstrated the teamwork and commitment necessary to help our community recover from the devastating effects of such an historic event. Your quick response to requests and accessibility at all times was a reassuring factor as we navigated our township through the process. We appreciate your firm’s responsiveness, diligence and flexibility in the performance of its duties as we transition to the rebuilding phase of our recovery. On behalf of Brick please allow me to thank you and your team for their incredible teamwork, professionalism, and the dedication that was displayed throughout the recovery effort. Sincerely, Trish Totaro, CRP Assistant Director Department of Public Works Township of Brick 20170824Amended3CityCouncilPacket Page 142 of 271 20170822/jrl 51ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 143 of 271 20170822/jrl 52ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA MONITORING SERVICE FOR DISASTER DEBRIS CLEARANCE AND REMOVAL OPERATIONS FOR CITY OF TYBEE ISLAND’S PUBLIC ROADS, PRIVATE ROADS, PUBLIC AREAS, AND RIGHT-OF-WAYS RFP No. 2017-700 | August 16, 2017 DISASTER DEBRIS MONITORING SERVICES FOR THE CITY OF TYBEE ISLAND, GEORGIA SUBMITTED BY Rostan Solutions, LLC 3815 W Montague Avenue Suite 202 North Charleston, SC 29418 Email: srosania@rostan.com Tel: 813.505.1313 Fax: 813.333.7330 www.rostan.com SECTION 2 — PROJECT UNDERSTANDING AND METHODOLOGY 2.1 Understanding the City of Tybee Island, Georgia 2.2 Rostan Strategy, Approach, and Schedule 2.3 Debris Collection, Management, and Disposal Plan 2.4 Automated Debris Management System [ADMS] 2.5 Additional Related Services 2.6 Public Assistance Consulting 2.7 Employee Training Manual [Provided Under Separate Cover] 20170824Amended3CityCouncilPacket Page 144 of 271 20170822/jrl 53ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA 2.1 UNDERSTANDING THE CITY OF TYBEE ISLAND, GEORGIA PROJECT UNDERSTANDING Tybee Island is a city and barrier island located in Chatham County, Georgia, 18 miles east of Savannah, Georgia. The island is the easternmost point in Georgia. ROSTAN is very familiar with Tybee Island and understand the impacts that a major storm event would have on the local tidewater area. By utilizing the U.S. Army Corps of Engineers (USACE) Debris Estimating Model for different category storms, we have a clear picture of where and how much debris would be generated. The model provides a baseline that will be confirmed following the disaster event by visual inspection from the ground (drive- by) and the air. The calculations for different impact scenarios are based upon the City being impacted by hurricane force winds. The USACE Debris Estimating Model is utilized to estimate various levels of impact. The formula for determining the amount of debris is as follows: Q=H(C)(V)(B) where Q represents the quantity of debris generated, H represents the average number of persons per household, C (a standard) represents storm category in cubic yards generated per household, V represents the vegetative characteristic multiplier, B represents the commercial / business / industrial use multiplier and S represents the storm precipitation character. For the City, it is assumed there is an average of 2.11 persons per household, the vegetation factor is 1.3 medium, commercial density is 1.2 medium, and the precipitation factor is 1.3 medium to heavy. Based upon these factors a hurricane could potentially generate between 5,984 and 239,362 cubic yards of debris. These estimated debris volumes would require between 0.4 and 15 acres for temporary storage and reduction of debris, assuming maximum 10 foot high piles and no buffer. THE CITY OF TYBEE ISLAND USACE DEBRIS ESTIMATION MODEL STORM CATEGORIES CATEGORY 1 CATEGORY 2 CATEGORY 3 CATEGORY 4 CATEGORY 5 Wind Speeds 74-95 MPH 96-110 MPH 111-130 MPH 131-155 MPH 155+ MPH ESTIMATED DEBRIS QUANTITIES Population (H) 3,113 1,475 1,475 1,475 1,475 1,475 Category Factor (C)2 8 26 50 80 Vegetation (V)1.3 1.3 1.3 1.3 1.3 Commercial Density (B)1.2 1.2 1.2 1.2 1.2 Precipitation (S)1.3 1.3 1.3 1.3 1.3 Q= H(C)(V)(B)(S)5,984Cubic Yards 23,936Cubic Yards 77,793Cubic Yards 149,601 Cubic Yards 239,362Cubic Yards TEMPORARY DEBRIS MANAGEMENT SITE REQUIREMENTS Debris Cubic Yards 5,984 23,936 77,793 149,601 239,362 Acres Required*0.4 1 5 9 15 * 1 Acre = 4,840 CY 10 Foot Stack Height = 3.3 CY Total Volume Per Acre = 16,147 CY THE CITY OF TYBEE ISLAND 20170824Amended3CityCouncilPacket Page 145 of 271 20170822/jrl 54ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA UNDERSTANDING THE RFP Rostan understands that the purpose of the RFP is to enable the City to have in place an indefinite delivery/indefinite quantity agreement for Disaster Management and Support Services based upon the specifications of the RFP. We also recognize that Task Orders will be issued pursuant to the Agreement, as necessary to complete the scope of work. It is our understanding that Rostan will be responsible for the overall monitoring of debris collection and will support the City throughout the entire disaster recovery effort. We anticipate the scope of work to include, but not be limited to, Project / Operations Management, Collection Monitoring, providing an Automated Debris Management System, Data Processing and Management, Debris Management Site Monitoring, Debris Vehicle Certification, Damage Complaint Tracking, Data Compilation and Reporting, Payment Monitoring and Reconciliation Processing, Reporting and Coordinating with the City’s Field Services Representatives, and other related services related to disaster management. It is anticipated that Rostan certification specialists, tower, and field monitors will perform their dedicated functions on behalf of the City in order to facilitate debris removal operations in an organized, efficient, and comprehensive manner, and to ensure the operation is conducted within federal and state guidelines in order to achieve maximum reimbursement funding. It is also our understanding that the Debris Removal Contractor(s) will provide the manpower and collection equipment to safely remove disaster debris and that the Disaster Debris Removal Contractor(s) will open and operate debris management sites provided by the City and immediately begin processing material on site and begin shipping material to final destination. KNOWLEDGE OF MANAGEMENT AND STAFF Rostan’s team has experience in federal, state, and local disaster debris management and recovery projects stemming from presidentially declared disaster events and have assisted state and local governments throughout all disaster recovery phases contemplated by the City’s RFP. Rostan’s key disaster debris management team members have more than 100 years of combined experience in disaster debris management operations and Public Assistance support services resulting from earthquakes, floods, tornadoes, snow/ice storms and hurricanes. Our team is intimately familiar with the policies and procedures of the Federal Emergency Management Administration (FEMA), National Resource Conservation Service (NRCS), Georgia Environmental Protection Divison (FEPD), Georgia Department of Transportation (GDOT), Georgia Emergency Management and Homeland Security Agency (GEMA/HS), U.S. Department of Housing and Urban Development (HUD), and the Federal Highway Administration (FHWA). Rostan’s team has hands-on experience dealing with these agencies’ policies, procedures and disaster specific requirements. 20170824Amended3CityCouncilPacket Page 146 of 271 20170822/jrl 55ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA 2.2 ROSTAN STRATEGY, APPROACH, AND SCHEDULE Our Project Management approach is centered on 5 key principles that might be recognized from our letter of introduction. These principles have been paramount to the success we have had helping our clients recover from major disaster events. Placing the public’s safety and wellbeing first Utilization of locally hired residents, resources and businesses Listening to you and understanding your unique situation Responding with a sense of urgency and focus Maximizing your reimbursement funding Though disasters may be to a degree predictable, a proper management plan cannot be implemented until the impacts have been identified. This is where we listen to you and understand the City’s unique situation. Every disaster is different, just like every client is unique. We have had the great fortune of serving more than 40 clients in disaster recovery scenarios during the past 5 years and that experience allows us to develop solutions that better suit the City’s unique situation. The first step in managing a successful recovery operation is responsiveness and being able to provide support at a moment’s notice. It is for this reason that Rostan guarantees the City the following response times will be met for a hurricane or ther predictable event: TASK GUARANTEED RESPONSE TIME Pre-Landfall Coordination and Planning 72 Hours prior to event Remote Staging of Equipment and Personnel 48 Hours prior to event Client Liaison and Project Manager Report to City Public Works Department 24 Hours prior to event** Deploy Staged Personnel and Equipment to Affected Area 12 Hours after the event Perform Preliminary Damage Assessments and Debris Cost Estimates 24 Hours after the event Assist City with Equipment and Vehicle Certification 24 Hours after the event Monitors Available to Begin Debris Removal Operations 24 Hours after the event **In the case of an unpredictable event, our guaranteed response time is within 12 hours of notification As a small firm, we are partial to small businesses and prefer to utilize locally hired residents and other resources to the greatest extent possible. We believe in investing in the community and have found over the years that there is no substitute for local knowledge after a devastating event. With that in mind, it is completely understandable that the wellbeing and safety of the public is the first of the 5 key principles that on which we build our management plan. At the end of the day we wouldn’t be in this business if we didn’t understand that reimbursement funding is a key component to a successful recovery operation. We proudly stand by our experience and knowledge of state and federal regulations and can ensure you that every effort will be made to maximize the value of each dollar spent. STAFF RESERVES Rostan staff reserves consist of cadres of veteran disaster debris monitoring specialists identified and assembled over years of disaster events and categorized by specialty, such as DMS Tower Monitor, Supervisor, HaulPass® technician, public assistance coordinator, time and materials monitoring specialist, etc. These staff reserves allow us to supplement our deployment efforts while engaging and training locally hired staff. Rostan staff reserves “fill the gaps” until such time we can provide properly trained and experienced local 20170824Amended3CityCouncilPacket Page 147 of 271 20170822/jrl 56ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA staff to fulfill the requirements of debris recovery efforts. Rostan staff reserves are well versed in FEMA regulations and guidelines, such as FEMA 325, 327, 329, and Public Assistance Program & Policy Guide FP 104-009-2/January 2016. RECRUITING Our goal in any disaster recovery effort is to hire locally to the greatest extent practical. We believe that maximizing the use of locally hired personnel not only helps the community recover more quickly, it also provides for operational efficiencies due to familiarity with roads, traffic patterns, and local culture. If staff augmentation is needed, Rostan will make every effort to engage local small and minority businesses and enterprises to fulfill these positions. Rostan also utilizes modern mediums of outreach such as social media and internet job posting sites, while also employing “old fashioned” techniques, such as “word of mouth”, and accessing potential local candidates through military veterans organizations, religious organizations, and local labor surplus offices. HEALTH AND SAFETY/MONITOR TRAINING Rostan’s health and safety strategy and approach is based upon our lessons learned, near misses, industry best practices, applicable federal, state, local regulations, and contractual requirements. Rostan will designate a health and safety officer for the duration of the debris recovery mission to support the Project Manager, Operations Manager and Supervisors with respect to health and safety protocols and procedures established in the Health and Safety Plan (HASP). Rostan will provide a HASP that addresses health and safety procedures for the overall debris monitoring field operation, each DMS, each citizen drop-off site, and final disposal sites. TYPICAL ROSTAN PERSONAL PROTECTIVE EQUIPMENT (PPE) CONSISTS OF: SAFETY HAT SAFETY GLASSES SAFETY VEST STEEL-TOE WORK BOOTS MOBILE PHONE EAR PLUGS Additional PPE is available as operational parameters may dictate, e.g., life vests, dust masks, sun screen, insect repellent, work gloves, etc. QUALITY ASSURANCE AND QUALITY CONTROL (QA/QC) Rostan personnel at all levels are aware of the importance of providing a quality work product. We will provide a designated QA/QC Officer to oversee Rostan’s operational performance and support the Project Manager, Operations Manager and Field Supervisors in implementing our QA/QC protocols and procedures. QA/QC activities may include but are not limited to: QA/QC ACTIVITIES MAY INCLUDE BUT ARE NOT LIMITED TO: Daily review of HaulPass® ticket data, scale receipts and other manifests Reconnaissance of current debris zones for daily progress Random re-certifications of debris contractor vehicles Random health and safety inspections and audits ADDITIONALLY, THE HAULPASS® SYSTEM PROVIDES SIGNIFICANT QA/QC FUNCTIONS FOR: ROW Monitor location tracking and performance measurement DMS Monitor performance measurement and audits Debris Contractor performance measurement Debris Contractor invoice reconciliation 20170824Amended3CityCouncilPacket Page 148 of 271 20170822/jrl 57ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA PRELIMINARY DEBRIS MONITORING PLAN DEBRIS MONITORING TASKS ACTION ITEM TIMELINE PRE-EVENT TASKS PLANNING AND COORDINATION Summarize operational and communications plan, DMS locations, and logistics and staging areas During off-season and 72 hours prior to landfall INITIAL PRE-LANDFALL COORDINATION Telecommunications and/or in-person contact with client 72 hours prior to landfall DEBRIS CONTRACTOR COOR- DINATION Place Debris Contractor on stand-by 72 hours prior to landfall OEM AND FEMA COMMUNICATION Coordinate OEM and FEMA client public assistance conference calls As requested LOGISTICS AND OPERATIONS COORDINATION Implement preliminary mobilization of Rostan Reserves 72 hours prior to landfall Preliminary staging of field kits 72 hours prior to landfall Initiate Event Manager/HaulPass® data and GIS database 72 hours prior to landfall PRE-LANDFALL COMMUNICATION Prior to hurricane landfall the Project Manager and/or Client Liaison will participate in conference call to discuss event status with staff and contractors Occurs daily morning and afternoon within 72 hour landfall window Prior to hurricane landfall the Project Manager and/or Client Liaison will report to the EOC or other designated forward staging area Report as requested DEBRIS MONITOR MOBILIZATION Mobilization of Rostan Reserves Landfall is imminent Implement Rostan staff recruiting plan 72 hours prior to landfall Remote staging of equipment and personnel 72 hours prior to landfall POST-EVENT TASKS ADMINISTRATIVE TASKS Obtain Presidential Disaster Declaration 6 to 48 hours after landfall Obtain Notice to Proceed/Issue Certificate of Insurance Landfall to 48 hours after Continue with staffing plan implementation and training 6 hours after landfall and until the end of the debris mission OPERATIONS MANAGEMENT TASKS Perform preliminary damage and debris assessments 2 to 48 hours after landfall Evaluate Debris Management Sites (DMS)2 to 48 hours after landfall Perform preliminary debris cost estimate 2 to 48 hours after landfall Update GIS Map with debris zones 2 to 48 hours after landfall Compile and issue Daily Report Daily beginning 2nd day after landfall Obtain Permit or appropriate approvals for DMS locations 6 hours after landfall until all necessary DMS locations are operational MONITOR DEBRIS CONTRACTOR FIRST PUSH Monitor equipment and labor hours of debris contractor equipment that is mobilized utilizing T&M daily log forms 70-hour T&M period [CONTINUED ON NEXT PAGE] The Debris Monitoring Plan below is a typical plan formulated for a hurricane or other predicted event. Upon award, Rostan is available to assist the City with the development of an event-specific Debris Monitoring Plan. Rostan’s strategy and approach for managing disaster debris collection and disposal is consistent and compliant with FEMA guidance documents (e.g., FEMA 322, 325, 327, and 329). We place an emphasis on health and safety and sound training techniques. We will have a designated health and safety Officer for this scenario. 2.3 DEBRIS COLLECTION, MANAGEMENT, AND DISPOSAL PLAN 20170824Amended3CityCouncilPacket Page 149 of 271 20170822/jrl 58ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA PRELIMINARY DEBRIS MONITORIG PLAN [CONTINUED] DEBRIS MONITORING TASKS ACTION ITEM TIMELINE POST-EVENT TASKS [CONTINUED] MONITOR RIGHT-OF-WAY DEBRIS COLLECTION 1st Pass — Monitor Debris Contractor crews collecting eligible disaster debris from public ROWs and public property Week 1 through Week 4 2nd Pass — Monitor Debris Contractor crews collecting eligible disaster debris from public ROWs and public property Week 4 through Week 8 3rd Pass — Monitor Debris Contractor crews collecting eligible disaster debris from public ROWs and public property Week 8 through Week 12 MONITOR SPECIAL WASTE COLLECTION Monitor Debris Contractor crews collecting eligible special waste disaster debris such has appliances, stumps, leaning trees, hanging limbs, and HHW etc. from public ROWs Week 3 through Week 10 DMS OVERSIGHT AND MONITORING Document pre-DMS conditions with photographs and other means as required by regulatory agencies 1st week until debris mission complete Observe debris contractor operations at the site to assure environmental compliance 1st week until debris mission complete Perform “load calls” of debris contractor debris loads Throughout mission Monitor Debris Contractor upon exit of DMS Throughout mission Document post-DMS conditions with photographs and other means as required by regulatory agencies and that site is restored to original condition Following completion of debris removal activities MONITOR CITIZEN DROP-OFF SITES Document pre-DMS conditions with photographs and other means as required by regulatory agencies Prior to opening DMS locations Document and record residents and debris drop-off Throughout mission Observe debris contractor operations at the site to assure environmental compliance. Document amount of debris processed Throughout mission Document post-DMS conditions with photographs and other means as required by regulatory agencies and that site is restored to original condition Following completion of debris removal activities MONITOR FINAL DISPOSAL Obtain documentation that final disposal location is permitted and approved for the debris material 1st week until debris mission complete Monitor final disposal of debris contractor and obtain scale record or load manifest Throughout mission DATA MANAGEMENT/ HAULPASS EVENT MANAGER Manage and facilitate roll-based access and use of dynamic HaulPass Event Manager website for mission progress reports, data transfer, and an ensemble of data reports Throughout mission Perform Debris Contractor invoice reconciliation As invoices are submitted by debris contractor Issue applications for payment of debris contractor invoices As invoices are submitted by debris contractor Coordinate and facilitate data transfers request from debris contractor, state and federal personnel Throughout mission CALL CENTER Operate and staff call center in coordination with CIC Throughout mission WATERWAY DEBRIS REMOVAL MONITORING Monitor debris collection crews collecting eligible debris from area waterways If needed MONITOR PRIVATE PROPERTY DEBRIS REMOVAL Manage PPDR program If needed DEMOLITION OF STRUCTURES ON PRIVATE PROPERTY Manage Demo program If needed PROJECT CLOSEOUT Provide electronic and hard-copy files Mission completion 20170824Amended3CityCouncilPacket Page 150 of 271 20170822/jrl 59ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA A synopsis of Rostan’s monitoring tasks are discussed below. PRELIMINARY DEBRIS ASSESSMENTS Debris estimation is critical to determining the type and size of a debris recovery operation. In coordination with the City, we will evaluate the potential impact area prior to an event and develop a disaster debris estimate utilizing industry standard modeling software. Following the impact, we will perform preliminary debris estimates based upon aerial, topographical, and visual reconnaissance of the affected area compared to pre-event conditions. Within 24-48 hours of activation, we will provide debris estimates as well as develop a monitoring staffing plan in coordination with the City and the Debris Contractor. MONITORING FIRST PUSH/CUT AND TOSS Following an event, the “initial push” or debris clearance phase begins as soon as possible following the “all clear,” typically issued by the Incident Commander. Critical arteries and emergency response routes are prioritized and cleared of fallen trees, limbs, and other disaster debris by teams of debris contractors, electric company crews, local municipality crews and Rostan monitors. The debris clearance phase may go beyond the FEMA 70-hour allowable time and materials window under certain scenarios. If requested, Rostan will provide quality assurance monitors to document and record time and materials efforts during the debris clearance phase. Rostan utilizes customized time and materials forms as well as the HaulPass® system, which consists of laptops, tablets and other handheld units to document and monitor debris clearance operations. Rostan can and will facilitate the administration and management of the information to be provided in support of project worksheet development for Category B reimbursement from FEMA. Rostan will perform the following tasks during the debris clearance phase: Certify and placard equipment and vehicles Assist with documenting and prioritizing roads for immediate clearance Capture time and materials efforts by City personnel, contractor staff crews, and volunteers Manage the time and materials information collected daily Issue a daily report of roads cleared, road status and schedule, and other salient data Review and reconcile contractor and supplier invoices Compile and provide information for all Category A and B PWs 20170824Amended3CityCouncilPacket Page 151 of 271 20170822/jrl 60ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DEBRIS MANAGEMENT OPERATIONS AND REPORTING Rostan will communicate and coordinate with the City with respect to its Operations Command Center from which we will coordinate field operations. Field monitors are deployed with debris contractor crews to monitor the loading of trucks and to issue load tickets. We provide area field supervisors that are responsible for a defined geographic area in support of monitoring efforts. Our supervisors will work closely with the City recovery Manager and Field Service Representatives to anticipate and address changing field conditions, manage communications, deploy field staff, and make adjustments as necessary to efficiently manage debris collection operations. Our HaulPass® System provides timely data from the field in terms of trucks deployed, volume of materials received at each DMS, and GPS mapping of debris removal efforts. In addition, we will coordinate with City personnel to respond to any potential property damage claims resulting from the debris removal process and establish a call center for claims reporting and management of claims resolution. This call center will be located at the Operations Command Center. During previous debris recovery efforts, we have utilized our proprietary disaster debris damage complaint tracking system to track complaints from residents, document evaluations of damaged property, capture images, and ensure that each complaint was tracked from inception to final resolution. Rostan staff will coordinate and communicate with the City regarding overall debris recovery status, Debris Contractor performance and daily debris recovery operations. Rostan provides daily reporting to document each day’s activities and the HaulPass® Event Manager is accessible via a web interface to view “real time” operational information such as: Debris volumes collected by debris type Debris volumes hauled by type Debris quantities by DMS Equipment certification totals A daily report will be provided the morning of the following day, and weekly reports can be provided if requested. The daily report format shall be approved by the City. ROW DISASTER DEBRIS COLLECTION MONITORING Our Right-of-Way (ROW) load site quality assurance monitors (ROW Monitors) are trained with respect to FEMA 325 and FEMA 327 guidance. Our training also includes health and safety components, eligibility requirements specific to the local, state, and federal regulations, and debris contractor monitoring. Rostan’s Operations Manager and Supervisors work closely with the City and Debris Contractor personnel to provide ROW Monitors for each debris crew mobilized by the Debris Contractor. Rostan’s Operations Manager and Supervisors are responsible for ROW Monitor training, scheduling, deployment, QA/QC, as well as reacting to daily changes associated with debris contractor crews, monitor issues and FEMA inquiries. 20170824Amended3CityCouncilPacket Page 152 of 271 20170822/jrl 61ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA Each Rostan ROW Monitor will be equipped with a HaulPass® handheld unit as well as all necessary field equipment and required health & safety personal protective equipment (PPE). Rostan ROW Monitors are capable of performing any of the tasks listed below: Monitor eligible disaster debris collection from ROW and public property Initiate a HaulPass® load ticket for each eligible load of disaster debris Monitor Debris Contractor activities Report Health & safety concerns Report and document property damage or accidents Monitor collection of special waste such as appliances, HHW, etc. Mobilize and de-mobilize daily SPECIAL WASTE MONITORING Special waste is considered to be disaster debris material that is typically collected separately from Vegetative and C&D storm debris. The most common special wastes include: White Goods Household Hazardous Waste (HHW) Hazardous Stumps Hanging Limbs Leaning Trees Abandoned Vehicles Derelict Boats Rostan Special Waste Monitors are experienced ROW Monitors that have received additional training and experience monitoring special wastes. Rostan assigns a monitor to each Debris Contractor special waste crew. Rostan’s Operations Manager coordinates closely with the Debris Contractor to facilitate a safe and efficient operation. Rostan monitors use HaulPass® to document each eligible debris item (e.g., hazardous stump, refrigerator, etc.) with photographs tagged with GPS coordinates and any footnotes. DEBRIS MANAGEMENT SITE (DMS) SELECTION AND APPROVALS Effective debris management begins with the identification of potential DMS locations. We will assist the City in obtaining necessary approvals and permits from local, state and federal agencies for each site. Initially, our project team coordinates with the City to obtain relevant information such as current site ownership, current site use, right-of-entry considerations for privately owned sites, planned reduction methodologies for each site, and City-specific objectives for each site. We then collect baseline data on the designated DMS consistent with federal, state and local requirements and in general accordance with FEMA guidelines. Baseline data collection and monitoring activities are focused on achieving successful and timely site closure. Information obtained for each site is compiled into a baseline DMS report, as well as a closure report that we prepare after all debris has been removed from the site. If requested, we conduct both base-line and closure groundwater and soil sampling to document conditions prior to and after debris management activities and establish whether the DMS was adversely affected by these activities. 20170824Amended3CityCouncilPacket Page 153 of 271 20170822/jrl 62ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA MONITORING DMS OPERATIONS We conduct frequent observations throughout the debris management process as debris is stored, reduced, and removed from various sites, and until site restoration to pre-disaster condition is complete. We evaluate the debris contractor’s procedures for proper storage, management, and disposal of all debris types and advise the City of any potential issues that could affect reimbursement funding. We also can arrange for aerial photography to document overall site activities during debris management operations. Following debris operations, our project team will prepare a DMS closure report documenting the site conditions upon closure. This report compares baseline and closure environmental conditions that typically includes a comparison of analytical data collected as well as photographic documentation for visual comparison. Rostan DMS-related monitoring tasks may include: DMS selection and approval assistance Development of criteria for management of a DMS Inventory of all sites handling debris (such as DMS locations, landfills, staging areas, citizen drop-off sites, etc.) Permitting and coordination needs for DMS locations, including communications with State and local regulatory agencies Performance of baseline data collection including photos and/or video of each DMS, current site layout sketch, documentation of physical features, current land use, current structures, use or storage of chemicals (past or current) on-site, and other relevant information Development of a sampling plan for each DMS including sampling locations, specific media, and analytical parameters, if required Performance of baseline soil and groundwater sampling, if required Ongoing DMS monitoring DMS closure Preparation of a DMS baseline and closure report for each site 20170824Amended3CityCouncilPacket Page 154 of 271 20170822/jrl 63ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA TOWER MONITORING AND LOAD CALLS Rostan provides Tower Monitors that have extensive experience in DMS monitoring activities and have worked with us on previous disaster recovery events. Rostan Tower Monitors understand debris site management and equipment. It has been observed by others that Rostan Tower Monitors are among the most professional and technically competent in the industry. Our monitors are trained to verify the truck volume, identify truck modifications, accurately make the load call, document daily volumes managed, and observe contractor activities. EQUIPMENT AND VEHICLE CERTIFICATION Rostan has experienced and fully dedicated and equipped certification teams prepared to deploy immediately following an event in order to identify potential equipment certification site(s), establish the certification site(s), oversee certification operations, certify equipment, and provide accurate record keeping to maximize reimbursement. We have established an electronic data capture protocol for equipment certification operations utilizing our HaulPass® System. Rostan staff understand the importance of equipment and vehicle certifications. Rostan utilizes the HaulPass® system for digitally recording, storing and managing the information associated with each piece of equipment. Certifications can be provided for cubic yardage and/or tonnage. Rostan certification teams are experienced with volumetric measurement and calculations for all types of debris contractor vehicles and equipment used in the industry. Our certification staff follow Rostan’s standard operating procedures which are consistent with FEMA 327 and contain some of the following components: HaulPass® System Equipment/Vehicle Certification Form HaulPass® Smartcard and Placard Issued for each vehicle or piece of equipment Debris Contractor Safety Checklist verified Random QA/QC Re-Certifications — conduct random audits of contractor equipment to ensure the volume is consistent with the original placard Rostan certification teams can certify 24 hours per day, 7 days per week if required. WATERWAY DEBRIS MONITORING Typical ROW monitoring with the added element of water has the ability to create a complex and potentially dangerous operation. Rostan has extensive experience monitoring debris removal from navigable and non-navigable waterways, most recently in New Jersey following Superstorm Sandy. Rostan will closely coordinate monitoring operations with the Debris Contractor and City to ensure a safe and efficient collection and disposal of eligible storm debris. Rostan will provide an experienced monitor for each debris collection crew. 20170824Amended3CityCouncilPacket Page 155 of 271 20170822/jrl 64ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA TYPES OF DEBRIS FIELDS INCLUDE: Storm drains, catch basins and flood control ditches Canals, streams, rivers and inland waterways Bays, beaches and channels TYPES OF DEBRIS MAY INCLUDE: Displaced damaged structures such as buildings, docks, pillars, etc Derelict vessels and vehicles Vegetative storm debris such as tree trunks, limbs, etc C&D debris Displaced sand and soil Dredge spoils Rostan understands the importance of taking additional safety precautions when performing debris monitoring in waterways. PRIVATE PROPERTY DEBRIS REMOVAL AND DEMOLITION MONITORING PRIVATE PROPERTY DEBRIS REMOVAL Rostan will make every reasonable effort to ensure that the debris removal collection contractor will adhere to the documentation requirements of FEMA 325, Debris Management Guide, Chapter 4. Rostan will assist the City in obtaining a signed Right-of-Entry and Hold Harmless (ROE/HH) agreement from each property owner where debris removal will occur. The ROE/HH agreement will also include a provision notifying applicants and requesting their acknowledgement related to potential duplication of benefits associated with insurance or other sources of funding that may have been made available. Rostan will take photos of each property to document its condition prior to the work and conduct a property-specific assessment to establish eligible items of work that present an immediate threat to public health and safety. Rostan will take additional photos to document the property’s condition after conclusion of the debris removal process. Debris will be quantified and monitored in the same manner as right-of-way debris once it leaves the private property location. DEMOLITION OF PRIVATE STRUCTURES Rostan will make every reasonable effort to ensure that the debris removal collection contractor will adhere to the documentation requirements of FEMA 325, Debris Management Guide, Chapter 4. Rostan will assist the City’s formal condemnation process as required. Rostan will assist the City in getting a signed ROE/HH agreement from each property owner where demolition will occur. Rostan will take photos of each property prior to demolition to document the condition of the property before the commencement of the work. Rostan will take additional photos to document the property’s condition after the conclusion of the demolition and debris removal processes. Rostan will assist the City with assessments or other certifications that the structures are determined to be unsafe or pose an immediate threat to the public, based on local ordinances or building codes. Rostan may assist the City with delivery of Notices of Demolition to available property owners. Rostan will assist the City with Notices of Intent to Demolish to be placed on each property to be demolished. At the City’s request, Rostan will conduct an environmental review for designated properties to assess potential hazardous waste streams. Rostan will track all PPDR/Demo activities utilizing its proprietary integrated data management system. This web-based system serves as central repository for all images, ROE/HH agreements and project documentation. The information is made available to Rostan field teams, City management, debris contractor management, etc. as required. 20170824Amended3CityCouncilPacket Page 156 of 271 20170822/jrl 65ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA HAULPASS®: OUR UNIQUE DISASTER DEBRIS MANAGEMENT APPROACH HaulPass® completely eliminates the need for paper (manual) load tickets during a debris removal mission. HaulPass® is the most tested, proven, paperless, and reimbursed ADMS in the industry. Through the use of mobile data capture technology and encrypted smart cards, HaulPass® establishes a secure data environment for collection and management of critical information that can be adapted to meet a variety of contract parameters. Data collected using HaulPass® is made available to stakeholders through a role-based secure web portal. HaulPass® was validated by the US Army Corps of Engineers (USACE) in June 2008 and again in 2015 in response to ADMS requirements in USACE Advance Contract Initiative (ACI) Solicitations. HaulPass® was the only system to have been offered by respondents in all 11 Regions under the ACI program and the only ADMS to be validated by the USACE in 2008. It remains the only proprietary ADMS, owned and operated by a debris monitoring firm, to have ever been deployed on a USACE debris mission. HaulPass® was developed with a primary focus on security and to combat the inefficiencies that plague a paper-based ticketing operation. With a focus on securely automating many of the necessary data collection aspects surrounding debris removal missions, HaulPass® was able to reduce errors and omissions, prevent fraudulent activity through a role-based modular application, and increase operational, reporting, and reimbursement efficiencies. HaulPass® is modular data collection software that, when paired with properly specified hardware, enables end users to efficiently collect pertinent information necessary to support Project Worksheet (PW) development and ultimately enable reimbursement to occur expeditiously. In general, HaulPass® performs in the following manner: THE HAULPASS® PROCESS The certification process includes the certification of personnel authorized to operate the HaulPass® system and the certification of hauling or debris removal equipment. The certification process enables the system to perform two primary ticketing functions. These functions are known as hauling tickets (e.g., ROW tickets) and task specific tickets (e.g., hazardous stumps, white goods, HHW, etc.). In each case, the certification process results in the issuance of encrypted smart cards that serve as the medium through which data is digitally collected and processed. In the case of personnel certification, the smart cards are role-based, providing the user with access to only a specific module within the software application. This role-based access prohibits users from accessing modules that they are not properly trained to operate and reduces the opportunity for unscrupulous activity. The majority of users will be certified to conduct right-of-way and DMS monitoring activities since these are the two most common roles utilized in debris removal operations. Data contained in these digital tickets is ultimately synchronized from the field through cellular networks or via satellite uplink if cellular networks are not available and stored on secure data servers where it can be accessed by all stakeholders. The overall system does not, however, rely on cellular coverage to operate. 2.4 AUTOMATED DEBRIS MANAGEMENT SYSTEM [ADMS] Rostan owns in excess of $1.2 million of ADMS equipment, including handheld units, smartcard printers, belt printers, laptop certification kits and ancillary equipment. For example, Rostan deployed this equipment for 22 concurrent missions in New Jersey and New York. 20170824Amended3CityCouncilPacket Page 157 of 271 20170822/jrl 66ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA We would be glad to conduct a demonstration for the City upon request. DATA ACCESSIBILITY The HaulPass® Event Manager database is available via a secure internet portal (website) to all parties involved in the debris recovery process via a role-based security access system to provide concise and accurate presentation of the data collected in the field. This data repository allows the stakeholder to utilize a central and consistent data set that increases the efficiency of reporting, invoice reconciliation, and supports PW development. The HaulPass® Event Manager website is monitored and supported 24/7 by a development and database management team and is guaranteed by the hosting company to have 99.99% availability. The Rostan database management team is responsible for the quality control (QC) of all data that is collected. The data also can be exported easily in various formats to provide compatibility with other systems for various purposes. In addition, a data manager will be provided for each debris mission as a point of contact for any inquiries regarding data and reports. Role-based access can be provided at the discretion of the City. For example, the data can be administered in a way that allows contractors, the City, and FEMA to have different levels of access to data collected. GPS/GIS TECHNOLOGIES HaulPass® devices record the GPS coordinates of load origination at the time the ticket is initiated in the field. This process is automatic and does not require any manual data entry by the HaulPass® operator — a critical feature in that typically no street signage remains following a tornado event for example. This automatic process also eliminates data entry errors and handwriting legibility issues. Once the GPS coordinates have been received on the server, the latitude and longitude values are compared against databases of known street address coordinates. Matches are scored and an address is assigned based on the highest-scoring match. This procedure gives the ticket a familiar location (typically a street address) in addition to the official point of origin (the GPS coordinates) to facilitate review of the data. Event Manager also has a map-based GIS application. HaulPass® uses open-source MapGuide for this function. GIS provides the user with the ability to access load tickets, debris sites, contractors, field monitors, etc., on a geographic basis. For example, one layer in the GIS application presents all debris sites, another layer presents all load tickets, and a third layer is capable of displaying loads by contractor and subcontractor. Each of these layers has associated map-based and tabular reports to enable the user to make reali-time decisions with respect to contractor deployments, completeness of debris pickup, DMS capacity limitations, haul distances, and more. APPLICANT CONTRACTORS SUBCONTRACTORS STATE FEMA INSPECTOR GENERAL HaulPass® Rostan is the exclusive provider of our proprietary HaulPass® ADMS — the most proven system in the industry. HaulPass® is so reliable and easy to use that Rostan has not utilized paper load tickets since 2008 — for any client, period. 20170824Amended3CityCouncilPacket Page 158 of 271 20170822/jrl 67ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA HAULPASS® EQUIPMENT CERTIFICATION 20170824Amended3CityCouncilPacket Page 159 of 271 20170822/jrl 68ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA HAULPASS® LOAD TICKET HAULPASS® ADMS SCREENSHOTS 20170824Amended3CityCouncilPacket Page 160 of 271 20170822/jrl 69ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA A PROVEN PRODUCT The HaulPass® system is supported in the field by a tested and proven debris management team and has proven successful in multiple deployments: EVENT TYPE YEAR LOCATION PROJECT Hurricane Katrina 2006 Hancock County, MS USACE — Debris Removal Ice Storm 2006 Erie County, NY Stump Removal Post Hurricane Katrina 2007 Cocodrie and Lafayette, LA Waterway Debris Removal Hurricane Ike 2008 Galveston, TX USACE/TXDOT — Debris Removal 2008 Humble, TX Debris Removal 2008 Piney Point, TX Debris Removal 2008 Nassau Bay, TX Debris Removal 2008 Vermillion Parrish USACE — Debris Removal 2008 Cameron Parrish USACE — Debris Removal Earthquake 2010 Port-au-Prince, Haiti Demolition and Debris Removal Tornado 2011 Birmingham, AL Demolition and Debris Removal Tornado 2011 Joplin, MO USACE — Demolition and Debris Removal Hurricane Irene 2011 James City County, VA Debris Removal 2011 York County, VA Debris Removal 2011 Williamsburg, VA Debris Removal Superstorm Sandy 2012 New York, NY USACE — Demolition and Debris Removal 2012 State of New Jersey NJDEP — Waterway Debris Removal 2012 Brick Township, NJ Demolition, PPDR, and Debris Removal 2012 20 municipalities in NJ Debris Removal Ice Storm 2014 Jenkins County, GA Debris Removal Ice Storm 2015 White County, TN Debris Removal 2015 Cumberland County, TN Debris Removal Flooding 2015 Charleston County, SC Debris Removal Tornado 2016 Essex County, VA Debris Removal Flooding 2016 Iberia Parish, LA Debris Removal Hurricane Matthew 2016 Charleston County, SC Debris Removal 2016 Berkeley County, SC Debris Removal 2016 Martin County, FL Debris Removal 2016 Garden CIty, GA Debris Removal 2016 Port St. Lucie, FL Debris Removal 2016 Town of Sewall’s Point, FL Debris Removal 20170824Amended3CityCouncilPacket Page 161 of 271 20170822/jrl 70ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA ACCOUNTING AND DOCUMENT MANAGEMENT Rostan shall review, validate and reconcile debris management contractor(s) invoices prior to submission to the City for processing. Rostan shall conduct a meeting at the beginning of the debris management operation to fully explain the process to the City and debris contractor(s) representatives. All invoices from the debris contractor(s) shall be directed to Rostan. Within seven (7) calendar days of receipt, invoices shall be reviewed by Rostan to be accepted or rejected. Rostan shall issue in writing to the City and the debris contractor the acceptance or rejection of the invoices and a payment recommendation. If the invoice is rejected, Rostan shall clearly state the reasons for rejection and work with the debris contractor to resolve immediately. Rostan will collect, audit for completeness and accuracy, tabulate, and organize debris monitoring information and data, vehicle certifications, project records, photos, manifests, and other pertinent project information, to support FEMA, state and local reimbursements, and in support of subsequent audits. Rostan will provide regular status updates to the City, to include creating, updating and maintaining a database that contains all information on debris removal and disposal, including number, of loads and types, vehicle certification, stump, hanger and leaner information and images. All electronic reporting will be provided in a format acceptable to the City and the City shall have access to the database to perform queries and produce reports. Rostan shall provide our reports in a timely manner as may be requested by the City. Following is sample documentation: ROSTAN FIELD LOGS 2.5 ADDITIONAL RELATED SERVICES CHARLESTON COUNTY, SOUTH CAROLINAHURRICANE MATTHEW — 2016 DEBRIS REMOVAL DAILY TOWER LOG DATE: LOCATION: MONITOR NAME:SIGNATURE: HAULPASS TICKET I.D.PLACARD I.D.LOAD CALL CALC.CUBIC YARDAGE CALC. TONNAGE** 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 CHARLESTON COUNTY, SOUTH CAROLINAHURRICANE MATTHEW — 2016 DEBRIS REMOVAL DAILY MONITOR LOG DATE: LOCATION: MONITOR NAME:SIGNATURE: FIELD ARRIVAL:FIELD DEPARTURE: CREW NAME/PHONE: ROADS WORKED: SUMMARY OF DAILY ACTIVITIES: NOTES OF SIGNIFICANCE: INCIDENTS: CHARLESTON COUNTY, SOUTH CAROLINAHURRICANE MATTHEW — 2016 REQUEST FOR DATA CORRECTION FORM DATE: REQUESTED BY: HaulPass® TICKET NUMBER: REASON FOR CHANGE: [PLEASE CIRCLE ONE] DATE TIME LOCATION MATERIAL QUANTITY LOAD CALL MONITOR OTHER EXPLANATION OF REQUEST: CONTRACTORREPRESENTATIVE:NAME: [PRINT] SIGNATURE: APPLICANT REPRESENTATIVE:NAME: [PRINT] SIGNATURE: HaulPass® ADMINISTRATOR: NAME: [PRINT] SIGNATURE: DATE OF CHANGE: CHARLESTON COUNTY, SC HURRICANE MATTHEW — 2016HaulPass® Log DATE: PAGE: OF SUPERVISOR: PDA #RW 420 #EMPLOYEE NAME EMPLOYEE SIGNATURE TIME OUT TIME IN INITIALRETURNED 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 SUPERVISOR SIGNATURE: NAME SIGNATURE TIMEIN TIME OUT COUNTY CITY TOTAL ROLE [Circle One] 1 OM FS FIELD TOWER ADMIN 2 OM FS FIELD TOWER ADMIN 3 OM FS FIELD TOWER ADMIN 4 OM FS FIELD TOWER ADMIN 5 OM FS FIELD TOWER ADMIN 6 OM FS FIELD TOWER ADMIN 7 OM FS FIELD TOWER ADMIN 8 OM FS FIELD TOWER ADMIN 9 OM FS FIELD TOWER ADMIN 10 OM FS FIELD TOWER ADMIN 11 OM FS FIELD TOWER ADMIN 12 OM FS FIELD TOWER ADMIN 13 OM FS FIELD TOWER ADMIN 14 OM FS FIELD TOWER ADMIN 15 OM FS FIELD TOWER ADMIN NOTES: DATE: PAGE: OF SUPERVISOR: CHARLESTON COUNTY, SC HURRICANE MATTHEW — 2016 Daily Activity Log 20170824Amended3CityCouncilPacket Page 162 of 271 20170822/jrl 71ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA ROSTAN DAILY OPERATIONAL REPORT – 1 – *** All data represented in this summary is subject to audit of HaulPass® database, field logs, etc. and should be considered an operational summary only. 16 FIELD MONITORS 3 TOWER MONITORS 3 FIELD SUPERVISORS 1 MANAGER CHARLESTON COUNTY, SC Debris Management Daily Report NOVEMBER 30, 2016 HURRICANE MATTHEW 2016 | DR-4286 79ºF 1,726.0 CY 40 48 TODAY’S WEATHER TODAY’S VOLUME TODAY’S LOADS DAY OF OPERATIONS DAILY ACTIVITY SUMMARY Debris removal operations resumed at 0615 this morning and concluded at approximately 1800. AshBritt Environmental (AshBritt) provided 10 debris removal trucks, one bucket truck, and 15 trucks dedicated to mulch haul-out. One new debris removal truck was certified but did not operate. In total, there were 26 trucks involved in the operation. Trucks that operated were responsible for removing and properly disposing of vegetative debris from County-authorized Rights-of-Way (ROWs) and select staging locations as well as hauling mulch from Charleston County Landfill to International Paper. Each AshBritt crew was accompanied by a Rostan Solutions (Rostan) representative ensuring that debris was removed from eligible locations along municipal ROWs. 27 total AshBritt trucks were certified and operable at the close of operations. Grinding operations continued at Charleston County Landfill only. INCIDENTS There were no new incidents to report. HAULER CREWS AshBritt had 10 trucks available to remove hurricane debris from the ROW and select staging locations throughout the County. Debris removed from ROW locations consisted of vegetation only. One bucket truck was utilized to remove leaners and hangers from the ROW. 15 trucks were involved in the mulch haul-out portion of the operation. MONITORING Rostan personnel were assigned to monitor and document work performed by AshBritt along County-authorized ROWs and to verify disposal at Charleston County Landfill, International Paper, and the Pine Landing DMS. Staffing levels were determined based on the anticipated work plan. This included field monitors, tower monitors, leaner/hanger monitors, certification site personnel, and supervisory staff. – 2 – *** All data represented in this summary is subject to audit of HaulPass® database, field logs, etc. and should be considered an operational summary only. CHARLESTON COUNTY LOCATIONS This section includes a summary of roads worked by zone. AD1: ADAMS RUN HIGHWAY 174 ED1: EDISTO PETERS POINT RD JO2: JOHNS ISLAND CASTLEWICK AV SOUTHWICK DR KESWICK DR TRAYWICK AV JO3: JOHNS ISLAND BERRYHILL RD OS1: OSBORN COUNTY LINE RD WAD1: WADMALAW MARTINS POINT RD MAYBANK HWY WAD2: WADMALAW ANCHORAGE PLANTATION RD SLIM RD DEBRIS REMOVAL SUMMARY BY LOADING LOCATION MUNICIPALITY LOADS TODAY TOTAL LOADS CUBIC YARDS TODAY TOTAL CUBIC YARDS CHARLESTON COUNTY 40 1,908 1,726.00 69,037.64 CITY OF CHARLESTON 0 2,719 0.00 96,815.79 ISLE OF PALMS 0 249 0.00 11,533.60 SULLIVAN’S ISLAND 0 142 0.00 2,635.20 MT. PLEASANT 0 2,187 0.00 131,451.30 FOLLY BEACH 0 266 0.00 11,638.50 HOLLYWOOD 0 92 0.00 3,434.50 JAMES ISLAND 0 685 0.00 32,823.46 ROCKVILLE 0 17 0.00 753.20 AWENDAW 0 180 0.00 10,194.50 MCCLELLANVILLE 0 74 0.00 3,678.00 MEGGETT 0 42 0.00 437.50 RAVENEL 0 10 0.00 106.10 LINCOLNVILLE 0 15 0.00 600.80 TOTALS 40 8,586 1,726.00 375,140.09 – 3 – *** All data represented in this summary is subject to audit of HaulPass® database, field logs, etc. and should be considered an operational summary only. DEBRIS REMOVAL SUMMARY BY DISPOSAL LOCATION — VOLUME DEBRIS TYPE LOADS TODAY TOTAL LOADS DEBRIS ACCEPTED TODAY [CUBIC YARDS] DEBRIS ACCEPTED TOTAL [CUBIC YARDS] CHARLESTON COUNTY LANDFILL C&D 0 8 0.00 314.80 VEGETATION 24 4,644 1,014.60 181,595.14 CHARLESTON COUNTY FORCE ACCT. [VEG]0 319 0.00 4,348.45 CHARLESTON COUNTY LANDFILL TOTALS 24 4,971 1,014.60 186,258.39 RIFLE RANGE DMS C&D 0 0 0.00 0.00 VEGETATION 0 10 0.00 445.30 RIFLE RANGE DMS TOTALS 0 10 0.00 445.30 MT. PLEASANT TRANSFER STATION C&D 0 0 0.00 0.00 VEGETATION 0 374 0.00 17,850.70 MT. PLEASANT TRANSFER STATION TOTALS 0 374 0.00 17,850.70 PINE LANDING ROAD DMS C&D 0 0 0.00 0.00 VEGETATION 16 236 711.40 10,018.30 CHARLESTON COUNTY FORCE ACCT. [VEG]0 275 0.00 5,193.30 PINE LANDING ROAD DMS TOTALS 16 511 711.40 15,211.60 SEEWEE ROAD DMS C&D 0 0 0.00 0.00 VEGETATION 0 2,480 0.00 150,226.10 CHARLESTON COUNTY FORCE ACCT. [VEG]0 155 0.00 2,329.60 SEEWEE ROAD DMS TOTALS 0 2,635 0.00 152,555.70 CAROLINA WASTE TRANSFER STATION C&D 0 85 0.00 2,818.40 VEGETATION 0 0 0.00 0.00 CAROLINA WASTE TRANSFER STATION TOTALS 0 85 0.00 2,818.40 PROJECT TOTALS 40 8,586 1,726.00 375,140.09 CUBIC YARDS DAILY TOTALS | WEEK OF NOVEMBER 28, 2016 0 400 800 1200 1600 2000 12/412/312/212/111/3011/2911/28 C&D Vegetation LOADS DAILY TOTALS | WEEK OF NOVEMBER 28, 2016 0 10 20 30 40 50 12/412/312/212/111/3011/2911/28 C&D Vegetation – 4 – *** All data represented in this summary is subject to audit of HaulPass® database, field logs, etc. and should be considered an operational summary only. DECEMBER 1, 2016—OPERATIONS PLAN Debris removal operations will commence at approximately 0615 and conclude at approximately 1800. AshBritt crews will muster with Rostan personnel at Charleston County Landfill prior to departing for field locations. It is anticipated that Ashbritt will have 12 trucks dedicated to ROW debris removal. Additionally, it is anticipated that three crews dedicated to tree work will operate tomorrow. Rostan will prepare to certify additional trucks if necessary. AshBritt will continue reducing vegetative debris through grinding at Charleston County Landfill. Mulch haul-out from Charleston County Landfill will continue with 18 trucks dedicated to this effort. Rostan will staff in accordance with these expectations to ensure proper coverage with each crew, at Charleston County Landfill, the Pine Landing DMS, International Paper, and the truck certification site. Each debris removal crew will be tasked with removing hurricane debris from County-authorized ROWs and select staging locations. ANTICIPATED AREAS OF OPERATION ED1 WAD1 ED2 WAD2 JO3 N1 JO4 MULCH HAULOUT — FINAL DISPOSAL DEBRIS TYPE LOADS TODAY TOTAL LOADS FINAL DISPOSAL TODAY [TONS] FINAL DISPOSAL TOTAL [TONS] INTERNATIONAL PAPER MULCH 38 228 868.76 4,979.36 PROJECT TOTALS 38 228 868.76 4,979.36 LEANER/HANGER SUMMARY DEBRIS TYPE TODAY TOTAL LEANERS 8 8 HANGERS 50 50TOTALS5858 Rostan’s reports are customized based on each client’s specific needs. 20170824Amended3CityCouncilPacket Page 163 of 271 20170822/jrl 72ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA ROSTAN DMS CLOSURE REPORT – 1 – DANSON DMS ACTIVITY SUMMARY A Tennessee Department of Environment and Conservation (TDEC) approval letter was issued on May 5, 2015 allowing for the consolidation, temporary storage, and open burning of vegetative debris resulting from the February 21, 2015 ice storm at DANSON DMS. Onsite operations commenced May 7, 2015. The final day of right- of-way debris hauling into DANSON DMS was July 22, 2015. Operations at DANSON DMS ceased on July 31, 2015. OPERATIONS SCHEDULE In general, operations at DANSON DMS occurred on a 7-day per week schedule, 0700 – 1900 hours. DEBRIS TOTALS A grand total of 2,637 truckloads of vegetative debris were brought into DANSON DMS, totaling 118,530.89 cubic yards of debris. FINAL DISPOSITION Vegetative debris at DANSON DMS was reduced to ash by open burning. The resulting 69.36 tons of ash was hauled to the WHITE COUNTY LANDFILL for final disposition. WHITE COUNTY, TN Debris Management Site [DMS] Report 2015 ICE STORM DANSON DMS ADDRESS 3536 Old Bon Air RoadSparta, TN 38583 GPS LOCATION N 35.92967 - W 85.35422 TAX MAP White Co. Tax Map 051Parcel 064.00 EXHIBITS Exhibit A Aerial Parcel Map 2 Exhibit B TDEC Approval Letter 3 Exhibit C TN Division of Forestry Burn Permit 5 Exhibit D White County Landfill Registration 6 Exhibit E Site Photos 7 Exhibit F HaulPass® Load Tickets 9 Exhibit G Landfill Scale Receipts 64 – 3 –Exhibit B: TDEC Approval Letter – 64 –Exhibit G: Landfill Scale Receipts – 2 –Exhibit A: Aerial Parcel Map White County - Parcel: 051 064.00 OIR-GIS Services August 3, 2015 0 0.08 0.160.04 mi 0 0.1 0.20.05 km 1:4,800 – 8 –Exhibit E: Site Photos DANSON DMS: POST-ACTIVITY SITE CONDITIONS 20170824Amended3CityCouncilPacket Page 164 of 271 20170822/jrl 73ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA DAMAGE COMPLAINT TRACKING During debris operations some property damage may occur while debris removal takes place. Rostan will coordinate with City personnel to respond to problems in the field associated with any property damage claims resulting from the debris removal process, and establish procedures for claims reporting and management of claims resolution. Rostan establishes contact with the resident and debris contractor to ensure timely resolution of these incidents. We visit and document the damaged property and populate a database for claims tracking which provides for documentation of the actions taken to resolve the claim. This database includes photographs with GPS coordinates, GIS mapping, photos, and digital logs of resident concerns. Rostan follows up with the resident to make sure communications are clear between all parties. Rostan also provides follow up phone calls or site inspections to confirm the claim has been resolved. Rostan is pleased to provide our interactive online damage complaint tracking and resolution system which tracks all complaints, including details of damages and photos of damaged property and/or areas, to ensure that each complaint is resolved expeditiously PRE-EVENT PLANNING AND TRAINING Rostan has written numerous Disaster Debris Management Plans (Plan) that outline the steps required to plan, respond, and recover from a disaster event. The Plan is written to comply with the criteria set forth in Public Law 113-2 Division B- Sandy Recovery Improvement Act of 2013, specifically Sec. 428 Public Assistance (PA) Program Alternative Procedures, June 28, 2015, and is typically completed through jurisdictional and inter-department cooperation. The Plan identifies the actions required to plan for and respond to a natural or man-made debris-generating event. It is designed to identify local, State, and Federal departments and agencies, external consultants and debris removal contractors responsible for debris recovery operations with respect to executing a coordinated response to a significant debris-generating event. Rostan recognizes the importance of having a coordinated Plan in place that will contribute to the safety and well-being of all residents of the City and the importance of cooperation from other County, Town, and City departments and agencies identified in the Plan. Rostan provides pre-event planning and training assistance to its clients in preparation for disasters through participation in meetings, workshops, and table top exercises, as well as assisting our clients with the establishment of data management and other integrated technical systems. Our staff have conducted numerous training sessions at the National Hurricane Conference, Florida Governor’s Hurricane Conference, Texas Hurricane Conference, as well as training sessions and workshops for numerous municipalities that are consistent with NIMS/ICS and FEMA requirements. Examples of workshops include: The Public Assistance Program Workshop provides hands-on training pertaining to decision-making and administration of disaster recovery operations, including FEMA eligibility assessments for response/recovery activities, including contractor operations, grant management, and coordination with FEMA and State recovery managers with respect to natural disasters and lessons learned from recent disaster recovery activities. The Debris Monitoring Workshop assists participants in developing a Debris Monitoring Plan and provide guidance for engaging and overseeing debris monitors responsible for monitoring both natural and man-made disaster debris recovery operations. 20170824Amended3CityCouncilPacket Page 165 of 271 20170822/jrl 74ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA Rostan has assisted numerous communities with post incident operations and has provided assistance with FEMA and FHWA reimbursement and appeals following natural disasters. Our disaster consulting and grants funding clients include: Rostan has extensive experience with short-term and long-term recovery of Public Infrastructure. We provide a cradle to grave approach to ensure that every eligible cost is captured and reimbursed by the federal programs. We have developed systematic processes for implementing program support for Public Assistance. This approach has been developed through multiple post-incident long-term recovery and mitigation efforts for declared disasters throughout the U.S., including Hurricanes Katrina and Sandy, as well as the support of state-wide Florida Mitigation Programs for almost a decade. Rostan includes experts in long-term recovery and mitigation planning, infrastructure, federal assistance programs, environmental and historic preservation, and hazard modeling, in addition to unique and cutting edge technical resources. The Team encompasses the expertise necessary to deliver effective solutions for critical infrastructure. Our approach combines team expertise with a trained national footprint of skilled professionals to ensure the best solution. Rostan uses local qualified resources, supplemented by regional and national expertise, to minimize travel costs and maximize efficient use of local and regional knowledge of state and local regulatory, environmental, facility, historic and cultural characteristics pertinent to the assignment. We will provide expertise and guidance in the development of strategy and execution of recovery activities. 2.6 PUBLIC ASSISTANCE CONSULTING ALABAMA The City of Birmingham Jefferson County Chickasaw FLORIDA Fort Pierce City of St. Petersburg Emerald Cost Utilities Authority (Pensacola) Indian River County (Vero Beach) Calhoun County Columbia County Liberty County Florida Division of Emergency Management Mitigation Bureau Hillsborough County City of Daytona Beach GEORGIA City of Garden City LOUISIANA Baker School System U.S. Army Corps of Engineers MISSISSIPPI Jackson County Board of Supervisors U.S. Army Corps of Engineers MISSOURI U.S. Army Corps of Engineers NEW JERSEY Bergen County Utilities Authority Township of Brick Ocean County Utilities Authority (Brick Township) Borough of Highlands Manchester Utilities Authority NEW YORK Westchester County New York City Dept. of Environmental Protection Nassau County Department of Public Works - Bay Park Sewage Treatment Plant City of Kingston U.S. Army Corps of Engineers SOUTH CAROLINA Charleston County TENNESSEE Metropolitan Government of Nashville and Davidson County, Metro Water Services (Nashville) Cumberland County VIRGINIA Prince William County Service Authority 20170824Amended3CityCouncilPacket Page 166 of 271 20170822/jrl 75ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA PUBLIC ASSISTANCE (PA) FUNDING SUPPORT As an integral part of disaster management consulting, Rostan has provided financial consulting services to its clients. Our proven experience with technical disaster recovery and strategy development and implementation maximizes disaster assistance for clients. We understand the dynamics of disaster recovery financial planning, resource allocation, as well as the need for financial stability. We have extensive experience in representing clients’ costs to federal agencies and throughout the life cycle of disaster management, including reimbursements and quarterly reporting requirements and project closeout. Our staff have coordinated state and federal audit resolutions as well as handled appeals processes for our clients. The federal programs administered by FEMA require that their representatives create and submit the sub-grant submittals for local applicants. Rostan can draft sub-grant narratives and documentation to be provided to FEMA representatives. The following outlines actions that may be taken in pursuit of FEMA funding: Identify costs incurred during the response. Organize all actual cost documentation into site specific activities and FEMA PA categories of work. Develop damage descriptions and scopes of work for each category and emergency repair site. Compile the damage descriptions, emergency repairs scopes of work and actual cost documentation into sub-grant submittal drafts to be provided to FEMA. Organize all actual cost documentation, descriptions of impacts and scopes of work for the emergency protective measures and debris removal conducted. These will be provided to FEMA for inclusion in the development of Category A and B Project Worksheets (PWs). As FEMA develops the PWs, Rostan can provide any information or conduct coordination meetings as required by those representatives to complete the process. Rostan can develop scopes of work for each damaged facility to restore those facilities back to pre-incident conditions. The development of the permanent restoration projects will include the following: • Description of pre-existing conditions • Narrative of the impacts of the incident • Vulnerabilities identified through the impacts • Scope of Work; Codes and Standards upgrades • Mitigation proposal and scope of work • Cost estimates for restoration and mitigation • Plan for use of contractors account; schedules • Benefit Cost Analysis (as necessary) Develop packaged sub-grant submittal drafts for review and COUNTY submittal to FEMA. FEMA can use these sub-grant submittal drafts to develop the PA PWs. As federal agency representatives develop the PWs, Rostan can provide any additional information or conduct site visits as required by those representatives to complete the process. Regardless of the funding agency, we work diligently to minimize costs so that our clients receive the maximum reimbursement possible. Collectively, our team has assisted clients in pursuit of more than $3 billion in federal assistance in recent years. ALTERNATIVE PROCEDURES Rostan is familiar with management of FEMA Public Assistance and Hazard Mitigation projects funded under the Alternative Procedures Pilot implemented through the Hurricane Sandy Improvement Act. This makes Rostan the best choice for ensuring that all opportunities for federal assistance are sought and every eligible dollar is reimbursed. With the implementation of the Alternative Procedures Pilot, it has become more critical than ever that a sub-grant recipient of FEMA funding be disciplined and cognizant of the procedures for administration and reimbursement. States (Grantee) are not always 20170824Amended3CityCouncilPacket Page 167 of 271 20170822/jrl 76ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA equipped to advocate for local sub-grant recipients, therefore, tasks of documenting and fulfilling administrative requirements must be managed at the local level. Rostan has developed a proven method for accounting for and correlating costs to federal grants for a swift and audit resilient reimbursement. This approach defines a program management strategy with standard operating procedures, communication protocols and oversight, such that our clients are several steps ahead of the state and FEMA. We are very familiar with negative financial and program audit findings that plague FEMA programs. Our approach will anticipate those issues before they can threaten funding, resulting in a successful recovery process. HAZARD ANALYSIS AND VULNERABILITY ASSESSMENTS Rostan has performed numerous “threat specific” and “all hazards” vulnerability assessments for utilities, communities and industries nationwide. We have provided systematic analysis for our clients in identifying critical assets and operations, hazard exposure and/ or threat potential and the consequence impacts of losing these assets and operational capacity. TECHNOLOGY Rostan has access to national networks, robust software suites, and customized data systems. We maintain project and accounting software that enables us to track projects, contract, labor and other data that is required by, or of interest to, FEMA. We consistently utilize the most currently available tools and technologies and are an industry leader in setting the bar for data tagging, tracking and management in near real time. Our project management systems have the capability to be tailored to meet unique project management needs and grant program requirements. Our systems have the ability to track workflow and project progress throughout the life-cycle of the grant. Rostan offers leading edge tools and techniques, as well as the capability to use existing FEMA tools, in order to ensure efficient and successful recovery. Our team is very familiar with the state’s existing emergency management grants database, and has hands-on experience with the use of the emergency management grants databases in FL, CO, AL, NJ, NY, TN, GA, LA, and SC. These tools for field evaluations and for the gathering of data necessary for project worksheet development allows for the on-site and remote collection of recommended and required data, geographically tagged data, photographic documentation, document scanning, and staff time and location monitoring all from an easy to transport tablet smaller than a sheet of paper. The use of these tools greatly expedites information gathering and accurate reporting to assist with needs assessment and ensuring the timely processing of information and funding requests. Data can be viewed, sorted, and managed via a secure program website, which offers role-based security and robust reporting capabilities. Benefits of these tools include: Increased accuracy and efficiency when compared to traditional data collection tools Reduced paperwork High level of quality control GPS and photo integration Time savings Monitoring of consultant activities and time Integration with a web-based program management system 20170824Amended3CityCouncilPacket Page 168 of 271 20170822/jrl 77ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA MONITORING SERVICE FOR DISASTER DEBRIS CLEARANCE AND REMOVAL OPERATIONS FOR CITY OF TYBEE ISLAND’S PUBLIC ROADS, PRIVATE ROADS, PUBLIC AREAS, AND RIGHT-OF-WAYS RFP No. 2017-700 | August 16, 2017 DISASTER DEBRIS MONITORING SERVICES FOR THE CITY OF TYBEE ISLAND, GEORGIA SUBMITTED BY Rostan Solutions, LLC 3815 W Montague Avenue Suite 202 North Charleston, SC 29418 Email: srosania@rostan.com Tel: 813.505.1313 Fax: 813.333.7330 www.rostan.com SECTION 3— REQUIRED DOCUMENTATION 20170824Amended3CityCouncilPacket Page 169 of 271 20170822/jrl 78ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 170 of 271 20170822/jrl 79ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 171 of 271 20170822/jrl 80ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA 38 REFERENCES CITY OF TYBEE ISLAND, GA RFP NO. 2017-700 COMPANY NAME: _______________________________________________________________________ ADDRESS: _______________________________________________________________________________ CITY: STATE: ZIP: _______________________________ CONTACT PERSON: _____________________________________________________________________ PHONE NUMBER: _______________________________________________________________________ ********************************************************************************************************* COMPANY NAME: ______________________________________________________________________ ADDRESS: _____________________________________________________________________________ CITY: STATE: ZIP: _______________________________ __ CONTACT PERSON: _____________________________________________________________________ PHONE NUMBER: ___________________ __________________________________________________ ********************************************************************************************************* COMPANY NAME: ______________________________________________________________________ ADDRESS: _______________________________________________________________________________ CITY: STATE: ZIP: ______________________________ _ CONTACT PERSON: _____________________________________________________________________ PHONE NUMBER: _______________________________________________________________________ ********************************************************************************************************* COMPANY NAME: _____________________________________________________________________ ADDRESS: ______________________________________________________________________________ CITY: STATE: ZIP: ______________________________ __ CONTACT PERSON: ___________________________________________________ _________________ PHONE NUMBER: ___________________________________________________________ ___________ ___________ ********************************************************************************************************* COMPANY NAME: _____________________________________________________________________ ADDRESS: ______________________________________________________________________________ CITY: STATE: ZIP: ______________________________ __ CONTACT PERSON: ___________________________________________________ _________________ PHONE NUMBER: ___________________________________________________________ ___________ _____________ THE CITY OF GARDEN CITY, GEORGIA 100 Central Avenue Garden City GA 31405 Ronald Feldner, P.E., City Manager CHARLESTON COUNTY, SOUTH CAROLINA James R. Neal, P.E., Director of Public Works 4045 Bridge View Drive North Charleston SC 29405 843-202-7600 | Email: jneal@charlestoncounty.org 912-966-7777 | Email: rfeldner@gardencity-ga.gov MARTIN COUNTY, FLORIDA CUMBERLAND COUNTY, TENNESSEE JENKINS COUNTY, GEORGIA James Gorton, Martin County Engineering Department B. Nathan Brock, Finance Director Grady Saxon, County Administrator 772-219-4905 | Email: jgorton@gmail.com 931-484-8212 | Email: finance@cumberlandcountytn.gov 478-982-2563 | Email: gsaxon1@yahoo.com 2151 SE Aviation Way Stuart FL 34996 2 North Main Street, Suite 303 Crossville TN 38555 833 East Winthrope Avenue Millen GA 30442 20170824Amended3CityCouncilPacket Page 172 of 271 20170822/jrl 81ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 173 of 271 20170822/jrl 82ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 174 of 271 20170822/jrl 83ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA 42 ATTACHMENT C CITY OF TYBEE ISLAND, GA RFP 2017-700 DISCLOSURE OF RESPONSIBILITY STATEMENT Failure to complete and return this information will result in your proposal being disqualified from further competition as non-responsive. 1. List any convictions of any person, subsidiary, or affiliate of the company, arising out of obtaining, or attempting to obtain a public or private contractor subcontract, or in the performance of such contract or subcontract. ___________________________________________________________ 2. List any indictments or convictions of any person, subsidiary, or affiliate of this company for offenses such as embezzlement, theft, fraudulent schemes, etc. or any other offenses indicating a lack of business integrity or business honesty which affects the responsibility of the contractor. ____________________________________________________________ 3. List any convictions or civil judgments under states or federal antitrust statutes. ____________________________________________________________ 4. List any violations of contract provisions such as knowingly (without good cause) to perform, or unsatisfactory performance, in accordance with the specifications of a contract. ____________________________________________________________ 5. List any prior suspensions or debarments by any governmental agency. ____________________________________________________________ 6. List any contracts not completed on time. _____________________________________________________________ 7. List any penalties imposed for time delays and/or quality of materials and workmanship. ______________________________________________________________ _____________________________________________________________ 8. List any documented violations of federal or any state labor laws, regulations, or standards, occupational safety and health rules. _____________________________________________________________ None None None None None None None None 20170824Amended3CityCouncilPacket Page 175 of 271 20170822/jrl 84ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 176 of 271 20170822/jrl 85ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 177 of 271 20170822/jrl 86ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA 45 ATTACHMENT E CITY OF TYBEE ISLAND RFP 2017-700 SUBCONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10-91(b)(3) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10- 91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract with______________________ (name of contractor) on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. § 13-10-91 (b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five (5) business days of receipt. If the undersigned subcontractor receives notice of receipt of an affidavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward, within five (5) business days of receipt, a copy of such notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _____________________________________________ _________________ Federal Work Authorization User Identification Number Date of Authorization _________________________________ Name of Subcontractor _________________________________ Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on _________, ___, 201__ in _____________________(city), ______(state). _________________________________ Signature of Authorized Officer or Agent _______________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ________________ DAY OF ______________,201__. _________________________________ NOTARY PUBLIC My Commission Expires: _________________________________ NOT APPLICABLE 20170824Amended3CityCouncilPacket Page 178 of 271 20170822/jrl 87ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 179 of 271 20170822/jrl 88ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 180 of 271 20170822/jrl 89ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 181 of 271 20170822/jrl 90ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 182 of 271 20170822/jrl 91ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 183 of 271 20170822/jrl 92ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 184 of 271 20170822/jrl 93ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 185 of 271 20170822/jrl 94ROSTAN SOLUTIONS LLC | DOCUMENT COPY RFP NO. 2017-700 | CITY OF TYBEE ISLAND, GEORGIA20170824Amended3CityCouncilPacketPage 186 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 187 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 188 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 189 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 190 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 191 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 192 of 271 20170822/jrl ATTACHMENT D RFP# 2017-700 MONITORING SERVICE DOCUMENT 20170824Amended3CityCouncilPacket Page 193 of 271 20170822/jrl CITY OF TYBEE ISLAND REQUEST FOR PROPOSAL RFP NO. 2017-700 MONITORING SERVICE FOR DISASTER DEBRIS CLEARANCE AND REMOVAL OPERATIONS FOR CITY OF TYBEE ISLAND’S PUBLIC ROADS, PRIVATE ROADS, PUBLIC AREAS, AND RIGHT-OF-WAYS PROPOSAL DUE: 10:00 A.M. AUGUST 16, 2017 CITY OF TYBEE ISLAND, GEORGIA JASON BUELTERMAN, MAYOR BARRY BROWN, MAYOR PRO TEM BILL GARBETT WANDA DOYLE JULIE LIVINGSTON JOHN MAJOR MONTY PARKS THE CITY OF TYBEE ISLAND IS ISSUING THIS REQUEST FOR PROPOSAL FOR FURNISHING THE SERVICES DESCRIBED HEREIN: MONITORING SERVICE FOR THE OF CLEARANCE, COLLECTION, REMOVAL AND DISPOSAL SERVICES OF DISASTER RELATED DEBRIS FOR PUBLIC AND PRIVATE ROADS, AREAS AND RIGHT-OF-WAYS MONITOR THE INITIAL CLEARANCE OF DEBRIS, COLLECTION, REMOVAL, AND DISPOSAL OF DEBRIS INCLUDING STORM DAMAGED HOUSEHOLD GOODS AND STORM DAMAGED CONSTRUCTION MATERIALS. ALSO, VEGETATIVE DEBRIS INCLUDING STORM DAMAGED TREE LIMBS, BRANCHES, STUMPS REMOVAL, AND LEANING TREES THAT ARE DAMAGED TO THE EXTENT THAT THEY POSE AN IMMEDIATE THREAT. PROPOSALS ARE TO BE RETURNED NO LATER THAN AUGUST 16, 2017 AT 10:00AM CITY OF TYBEE ISLAND, GEORGIA The following documents are contained in and made a part of this RFP Package and are required to be submitted with the proposal. It is the responsibility of the responder to read, complete and sign, where indicated, and return these documents with his/her proposal. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION SURETY REQUIREMENTS A: DRUG FREE WORKPLACE CERTIFICATION B. NONDISCRIMINATION STATEMENT C. DISCLOSURE OF RESPONSIBILITY STATEMENT D. CONTRACTOR AFFIDAVIT E. SUBCONTRACTOR AFFIDAVIT F. IMMIGRATION& SECURITY FORM – CONTRACTOR AFFIDAVIT 20170824Amended3CityCouncilPacket Page 194 of 271 20170822/jrl G. DEBARMENT FORM H. MINORITY BUSINESS REPORT I. LOBBYING AFFIDAVIT J. BYRD ANTI-LOBBYING AMENDMENT COMPLIANCE CERTIFICATION K. VENDOR APPLICATION/W-9 FORM L. PROPOSAL SHEET M. RFP CHECKLIST CITY\COUNTY TAX CERTIFICATE REQUIREMENT: GENERAL INFORMATION AND INSTRUCTIONS TO RFP WITH ATTACHMENTS SPECIAL CONDITIONS SURETY REQUIREMENTS - NONE RFP SPECIFICATIONS CONTRACT 20170824Amended3CityCouncilPacket Page 195 of 271 20170822/jrl THE CITY OF TYBEE ISLAND, GEORGIA 403 BUTLER AVE. TYBEE ISLAND, GEORGIA 31328 (912) 472-5023 Date: July 19, 2017 RFP 2017- 700 GENERAL INFORMATION FOR INVITATION FOR RFP This is a request for proposal to provide the City of Tybee Island with equipment, supplies and/or services as indicated herein. Sealed proposals or will be received at the Finance Department, 403 Butler Avenue, PO Box 2749 Tybee Island, Georgia, up to 10:00 A.M., August 16, 2017 .The City of Tybee Island reserves the right to reject any and all proposals and to waive formalities. The City of Tybee Island reserves the right to reject all RFPs that are non-responsive or not responsible. Instructions for preparation and submission of a proposal are contained in this RFP package. Please note that specific forms for submission of a proposal are required. Submissions must be typed or printed in ink. If you do not submit a proposal, return the signed invitation sheet and state the reason to ensure that we add your Company to our bidders/proposers list for the future. Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the Purchasing Agent will issue a written addendum to document each approved change. If addenda are required, the proposal due date and opening date may be changed. City of Tybee Island has an equal opportunity purchasing policy to assure all procurement procedures are conducted in a manner that provides maximum open and free competition. City of Tybee Island seeks to ensure that all segments of the business community have access to supplying the goods and services needed by City. The City affirmatively works to encourage utilization of disadvantaged and minority business enterprises in our procurement activities. The City provides equal opportunity for all businesses and does not discriminate against any persons or businesses regardless of race, color, religion, age, sex, national origin or handicap. 20170824Amended3CityCouncilPacket Page 196 of 271 20170822/jrl SECTION I INSTRUCTIONS TO PROPOSERS 1.1 Purpose: The purpose of this document is to provide general and specific information for use in submitting a RFP to supply the City of Tybee Island with equipment, supplies, and/or services as described herein. All RFPs are governed by the Code of the City of Tybee Island, Georgia, and the laws of the State of Georgia. 1.2 How to Prepare RFPs: All RFPs shall be: a. Prepared on the forms enclosed herewith, unless otherwise prescribed, and all documents must be submitted. b. Typewritten or completed with pen and ink, signed by the business owner or authorized representative, with all erasures or corrections initialed and dated by the official signing the RFP. ALL SIGNATURE SPACES MUST BE SIGNED. c. Proposer shall include specific timelines of work to be completed. Include details showing how performance will be evaluated and measured, including the size and number of monitoring crews and trucks. Proposers are encouraged to review carefully all provisions and attachments of this document prior to submission. Each RFP constitutes an offer and may not be withdrawn except as provided herein. 1.3 How to Submit RFPs: a. An original, two duplicate copies, and an electronic copy (thumb drive) must be submitted in a sealed opaque envelope, plainly marked with the RFP number and title, date and time of RFP opening, and company name. b. All RFPs shall be mailed or hand delivered in sufficient time to ensure receipt by the Purchasing Specialist on or before the time and date specified above. Mailing Address and Hand Delivery: City of Tybee Island, ATTN Melissa Freeman, PO Box 2749, 403 Butler Avenue, Tybee Island, Georgia 31328. 20170824Amended3CityCouncilPacket Page 197 of 271 20170822/jrl RFPS NOT RECEIVED BY THE TIME AND DATE SPECIFIED WILL NOT BE OPENED OR CONSIDERED. 1.4 How to Submit an Objection: Objections from Proposers to this RFP and/or these specifications should be brought to the attention of the City of Tybee Island Purchasing Agent in the following manner: a. Proposers shall either present their oral objections at that time or submit their written objections at least two (2) days prior to the scheduled pre-RFP conference. b. When a pre-proposal conference is not scheduled, the responder shall submit any objections he may have in writing not less than five (5) days prior to the opening of the proposal. c. The objections contemplated may pertain to form and/or substance of the RFP documents. Failure to object in accordance with the above procedure will constitute a waiver on the part of the business to protest this RFP. Please note the U.S. Postal Service does not delivery mail to our street address, only to our post office mailbox. If you are sending by mail, it is recommended that you submit your proposal via mail delivery service. 1.5 Errors in RFPs: Proposers or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposal(s). Failure to do so will be at the Proposer's own risk. In case of error in extension of prices in the RFP or proposal, the unit price will govern. 1.6 Standards for Acceptance of RFP for Contract Award: City of Tybee Island reserves the right to reject any or all proposals and to waive any irregularities or technicalities in proposals received whenever such rejection or waiver is in the best interest of City of Tybee Island. City of Tybee Island reserves the right to reject the Proposal of a Proposer who has previously failed to perform properly or complete on time contracts of a similar nature, or a proposal from a proposer whom investigation shows is not in a position to perform the contract. 1.7 RFP Tabulation: Tabulations for all RFPs will be posted for thirty (30) days after the RFP is awarded on the City website, www.cityoftybee.org, in City Hall’s Finance Department, 403 Butler Avenue, Tybee Island, Georgia, 31328 or can be reviewed on the City’s website 24/48 hours after opening at www.cityoftybee.org 1.8 Proposer: Whenever the term "proposer" is used it shall encompass the "person," "business," "contractor," "supplier," "vendor," “responder” or other party submitting a proposal to City of Tybee Island in such capacity before a contract has been entered into between such party and City of Tybee Island. 1.9 Responsible / Responsive proposer: Responsible proposer means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements. Responsive proposer means a person or entity that has submitted a proposal that conforms in all material respects to the requirements set forth in the RFP. 20170824Amended3CityCouncilPacket Page 198 of 271 20170822/jrl 1.10 Compliance with Laws: The proposer and/or contractor shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state, county or city statute, ordinances and rules during the performance of any contract between the contractor and City of Tybee Island. Any such requirement specifically set forth in any contract document between the contractor and City of Tybee Island shall be supplementary to this section and not in substitution thereof. 1.11 Contractor: Contractor or subcontractor means any person or business having a contract with City of Tybee Island. The Contractor/Vendor of goods, material, equipment or services certifies that they will follow equal employment opportunity practices in connection with the awarded contract as more fully specified in the contract documents. Any subcontracting must be specified in the proposal. All Subcontractors must be approved by City of Tybee Island. 1.12 State Licensing Board for General Contractors: If applicable, pursuant to Georgia law, any proposer must be a Georgia licensed General Contractor (Contractor work or activity that is unlimited in scope regarding any residential or commercial projects). The General Contractors must obtain a license by July 13, 2017: 1.13 Security and Immigration Compliance Act: On 1 July 2007, the Georgia Security and Immigration Compliance Act (SB 529, Section 2) became effective. All contractors and subcontractors with 100 or more employees entering into a contract or performing work must sign an affidavit that he/she has used the E-Verify System. E-Verify is a no-cost federal employment verification system to insure employment eligibility. No proposals will be considered unless a signed E-Verify Affidavit is enclosed with the submittal package. Affidavits are enclosed in this solicitation package. You may download M-274 Handbook for Employers at http://www.dol.state.ga.us/spotlight/employment/rules. You may go to http://www.uscis.gov. to find the E-Verify information. Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1, required Georgia cities to comply with the federal Systematic Alien Verification for Entitlements (SAVE) Program. SAVE is a federal program used to verify that applicants for certain “public benefits” are legally present in the United States. Contracts with the City are considered “public benefits.” Therefore, the successful proposer will be required to provide the Affidavit Verifying Status for City of Tybee Benefit Application prior to receiving any City contract. The affidavit is included as part of this RFP package but is only required of the successful proposer. Protection of Resident Workers. City of Tybee Island actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or 20170824Amended3CityCouncilPacket Page 199 of 271 20170822/jrl employment. 1.14 Failure to Submit a Proposal: If a proposal is not submitted, we encourage to complete form entitled No Proposal Statement, stating the reason with you Company did not submit a proposal. Submittal of this form will allow the City to add you to our bidder/proposer list for the future. 1.15 City/County Occupation Tax Certificate Requirement: Contractor must supply a copy of their Occupational Tax Certificate as proof of payment of the occupational tax where their office is located. In addition, contractors are required to obtain an occupation tax certificate from the City of Tybee Island for a fee of $20, if contractor’s office is not located on Tybee Island. Please contact the City of Tybee Island City Manager’s Administrative Assistant, Sharon Shaver for additional information. Sharon Shaver is located in the City Hall building located at 403 Butler Avenue, Tybee Island, GA. She made be reached by telephone by calling (912)- 472-5072. 1.15.1 City/County Occupation Tax Certificate Requirement Contractor Verification Form Contractor must supply a copy of their Tax Certificate as proof of payment of the occupational tax where their office is located. CURRENT TAX CERTIFICATE NUMBER CITY_______________________________ COUNTY____________________________ _ OTHER_____________________________ _ RECEIPT IS HEREBY ACKNOWLEDGED OF ADDENDA NUMBERS __________________ The undersigned responder certifies that he/she has received the above listed and marked documents and acknowledges that his/her failure to return each, completed and signed as required, may be cause for disqualifying his/her proposal. BY____________________________________ ___ DATE_______________________ Signature 20170824Amended3CityCouncilPacket Page 200 of 271 20170822/jrl 1.16 MINORITY/FEMALE BUSINESS DEVELOPMENT PROGRAM: City of Tybee Island City Council established goals oriented to increase participation of minority and female owned businesses, through MBE/WBE certification and development. In order to accurately document participation, businesses submitting proposals, quotes or proposals are encouraged to report ownership status. A minority or women business is defined as a business that is at least 51% owned and managed by minority or women. A responder that is certified by any agency of the Federal Government or State of Georgia may submit a copy of their certification with their proposal as proof of qualifications. Proposer that intends to engage in joint ventures or utilize sub-consultants must submit a report of Minority/Women Business Enterprise participation to Melissa Freeman, P.O. Box 2749, and City of Tybee Island, GA 31328. City of Tybee Island has established goals to increase participation of minority and female owned businesses. In order to accurately document participation, businesses submitting proposals or proposals are strongly encouraged to report ownership status. A minority/ woman business is defined as a business with 51% or greater minority of women ownership or general management. Please check ownership status as applicable: African-American\Black_____ Asian American_____ Hispanic_____ Native American_____ Alaskan Indian_____ Female_____ In the award of “Competitive Sealed RFPs”, minority/female participation may be one of several evaluation criteria used in the award process. For additional information concerning City of Tybee Island’s MBE/WBE Program, please contact Melissa Freeman at (912) 472-5023. 20170824Amended3CityCouncilPacket Page 201 of 271 20170822/jrl SECTION II GENERAL CONDITIONS 2.1 Contract Commitment: This RFP does not commit City of Tybee Island to award a contract, to issue a purchase order, or to pay any costs incurred in the preparation of a proposal in response to this request 2.2 Specifications: Any obvious error or omission in specifications shall not inure to the benefit of the proposer but shall put the proposer on notice to inquire of or identify the same from the City of Tybee Island. Whenever herein mentioned is made of any article, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be construed to be the minimum requirements of these specifications. Changes in the scope of services, specifications, or terms and conditions of the RFP will be made in writing by the City prior to the proposal opening or due date. Results of informal meetings or discussions between a potential responder and a City official or employee may not be used as a basis for deviations from the requirements contained in this solicitation. 2.2 Proposal for All or Part: Unless otherwise specified by City of Tybee Island or the responder, CITY OF TYBEE ISLAND RESERVES THE RIGHT TO MAKE AWARD ON ALL ITEMS, OR ON ANY OF THE ITEMS ACCORDING TO THE BEST INTEREST OF CITY OF TYBEE ISLAND. Proposer may restrict his proposal to consideration in the aggregate by so stating, but must name a unit price per ton based on actual weight measurements records on each item. 2.3 Multiple RFPs: No vendor will be allowed to submit more than one (1) RFP. Any alternate proposals must be brought to the Purchasing Agent's attention during the Pre-RFP Conference or submitted in writing at least five (5) days preceding the RFP opening date. 2.4 Permitting and Approvals: The contractor that is awarded the contract will be responsible for securing all necessary federal, state and local approvals required for the project. 2.5 Prices to be Firm (Proposal Acceptance Period): Proposer warrants that proposal prices, terms and conditions quoted in his proposal will be firm for acceptance for a period of sixty (60) days from RFP opening date, unless otherwise stated in the RFP. 2.6 Completeness: All information required by the RFP must be completed and submitted to constitute a proper proposal. 2.7 Quality: All materials, supplies or software programs used to comply with this proposal shall be of the best quality, and of the highest standard of workmanship. Workmanship required by this proposal shall be of the highest quality and meet recognized standards within the respective trades, crafts and of the skills employed. 2.8 Guarantee/Warranty: Unless otherwise specified by the City of Tybee Island, the Proposer 20170824Amended3CityCouncilPacket Page 202 of 271 20170822/jrl shall unconditionally guarantee the materials and workmanship for one (1) year on all material and/or services. If, within the guarantee period, any defects occur which are due to faulty material and or services, the contractor at his expense, shall repair or adjust the condition, or replace the material and/or services to the complete satisfaction of the City of Tybee Island. These repairs, replacements or adjustments shall be made only at such time as will be designated by the City of Tybee Island as being least detrimental to the operation of the City. 2.9 Liability Provisions: Where proposers are required to enter or go onto City of Tybee Island property to take measurements or gather other information in order to prepare the RFP as requested by the City, the proposer shall be liable for any injury, damage or loss occasioned by negligence of the proposer, his agent, or any person the proposer has designated to prepare the proposal and shall indemnify and hold harmless City of Tybee Island from any liability arising there from. The contract document specifies the liability provisions required of the successful proposer in order to be awarded a contract with City of Tybee Island. 2.10 Cancellation of Contract: The contract may be canceled or suspended by City of Tybee Island in whole or in part by written notice of default to the Contractor upon non-performance or violation of contract terms. An award may be made to the next low Proposer, for articles and/or services specified or they may be purchased on the open market. The defaulting Contractor (or his surety) shall be liable to City of Tybee Island for costs to the City of Tybee Island in excess of the defaulted contract prices. See the contract documents for complete requirements. 2.11 Certification of Independent Price Determination: By submission of this proposal, the Proposer certifies, and in the case of a joint proposal each party thereto certifies as to its own organization, that in connection with this procurement: (1) The prices in this proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other proposer or with any competitor; (2) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to opening, directly or indirectly to any other proposer or to any competitor; and (3) No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit a proposal for the purpose or restricting competition. 2.12 Award of Contract: The contract, if awarded, will be awarded to the proposal with the highest score whose base proposal meets the requirements and criteria set forth in the RFP. The City of Tybee Mayor and Council must approve the award. The award will take into account price among other factors as specified in this RFP. Appeal of an award can only be made after the City Council award a contract. 2.13 Procurement Protests: Objections and protests to any portion of the procurement process or actions of the City of Tybee Island staff may be filed with the Purchasing Agent for review and resolution. The Code of the City of Tybee Island will control the protest. The City of Tybee 20170824Amended3CityCouncilPacket Page 203 of 271 20170822/jrl Island Purchasing Procedures Manual, Chapter 13- Legal & Contractual Remedies shall govern the review and resolution of all protests. 2.14 Qualification of Business (Responsible Proposer): A responsible Proposer is defined as one who meets, or by the date of the proposal acceptance can meet, certifications, all requirements for licensing, insurance, and registrations, or other documentation required by the Scope of Work, specifications and plans. These documents will be listed in the Special Conditions further on in this solicitation. City of Tybee Island has the right to require any or all proposers to submit documentation of the ability to perform, provide, or carry out the service or provide the product requested. City of Tybee Island has the right to disqualify the proposal of any proposer as being unresponsive or un-responsible whenever such Proposer cannot document the ability to deliver the requested product. 2.15 Insurance Provisions, General: The selected contractor shall be required to procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the proposal. Contract work will not proceed unless City of Tybee Island has in their possession, a current Certificate of Insurance. 2.15.1 General Information that shall appear on a Certificate of Insurance: a. Name of the Producer (Contractor’s insurance Broker/Agent). b. Companies affording coverage (there may be several). c. Name and Address of the Insured (this should be the Company or Parent of the firm the City Tybee Island is contracting with). d. A Summary of all current insurance for the insured (includes effective dates of coverage). e. A brief description of the operations to be performed, the specific job to be performed, or contract number. f. Certificate Holder (This is to always including the City of Tybee Island). City of Tybee Island as an Additional Insured: The City of Tybee Island should also be named as an Additional Insured. 2.15.2 Minimum Limits of Insurance to be maintained for the duration of the contract: a. Commercial General Liability: Provides protection against bodily injury and property damage claims arising from operations of a Contractor. This policy coverage includes: premises and operations, use of independent contractors, products/completed operations, personal injury, contractual, broad form property damage, and underground, explosion and collapse hazards. Minimum limits: $1,000,000 bodily injury and property damage per occurrence and annual aggregate. 20170824Amended3CityCouncilPacket Page 204 of 271 20170822/jrl b. Worker's Compensation and Employer’s Liability: Provides statutory protection against bodily injury, sickness or disease sustained by employees of the Contractor while performing within the scope of their duties. Employer’s Liability coverage is usually included in Worker’s Compensation policies, and insures common law claims of injured employees made in lieu of or in addition to a Worker’s Compensation claim. Minimum limits: $500,000 for each accident, disease policy limit, and disease each employee and Statutory Worker’s Compensation limit. c. Business Automobile Liability: Coverage insures against liability claims arising out of the Contractor’s use of automobiles. Minimum limit: $1,000,000 combined single limit per accident for bodily injury and property damage. Coverage should be written on an Any Auto basis. 2.15.3 Special Requirements: a. Extended Reporting Periods: The Contractor shall provide the City of Tybee Island with a notice of the election to initiate any Supplemental Extended Reporting Period and the reason(s) for invoking this option. b. Reporting Provisions: Any failure to comply with reporting provisions of the policies shall not affect coverage provided in relation to this request. c. Cancellation: Each insurance policy that applies to this request shall be endorsed to state that it shall not be suspended, voided, or canceled, except after thirty (30) days prior to written notice by certified mail, return receipt requested, has been given to the City of Tybee Island. d. Proof of Insurance: City of Tybee Island shall be furnished with certificates of insurance and with original endorsements affecting coverage required by this request. The certificates and endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf. All certificates of insurance are to be submitted prior to, and approved by, the City of Tybee Island before services are rendered. The Contractor must ensure Certificate of Insurance is updated for the entire term of the City of Tybee Island. e. Insurer Acceptability: Insurance is to be placed with an insurer having an A.M. Best’s rating of A and a five (5) year average financial rating of not less than V. If an insurer does not qualify for averaging on a five year basis, the current total Best’s rating will be used to evaluate insurer acceptability. f. Lapse in Coverage: A lapse in coverage shall constitute grounds for contract termination by the City of Tybee Island Mayor and Council. g. Deductibles and Self-Insured Retention: Any deductibles or self-insured retention must be declared to, and approved by, the City of Tybee Island. At the option of the City of Tybee Island, either: the insurer shall reduce or eliminate such deductibles or self-insured retention as related to the City of 20170824Amended3CityCouncilPacket Page 205 of 271 20170822/jrl Tybee Island, its officials, officers, employees, and volunteers; or the Contractor shall procure a bond guaranteeing payment of related suits, losses, claims, and related investigation, claim administration and defense expenses. h. Claims-Made Coverage: The limits of liability shall remain the same as the occurrence basis, however, the Retroactive date shall be prior to the coincident with the date of any contract, and the Certificate of Insurance shall state the coverage is claims-made. The Retroactive date shall also be specifically stated on the Certificate of Insurance. 2.16 Compliance with Specification - Terms and Conditions: The RFP, Legal Advertisement, General Conditions and Instructions to Proposers, Specifications, Special Conditions, Vendor's RFP, Addendum, and/or any other pertinent documents form a part of the Proposer’s proposal and by reference are made a part hereof. 2.17 Signed RFP Considered Offer: The signed Proposal shall be considered an offer on the part of the Proposer, which offer shall be deemed accepted upon approval by the City of Tybee Island Mayor and Council, Purchasing Agent or designee, as may be applicable. In case of a default on the part of the Proposer after such acceptance, City of Tybee Island may take such action as it deems appropriate, including legal action for damages or lack of required performance. 2.18 Notice to Proceed: The successful proposer shall not commence work under this RFP until a written contract is awarded and a Notice to Proceed is issued by the City of Tybee Island, or as specified in the Special Conditions. If the successful Proposer does commence any work or deliver items prior to receiving official notification, he does so at his own risk. 2.19 Payment to Contractors: Instructions for invoicing the City of Tybee Island for products delivered to the City of Tybee Island are specified in the contract document. a. Questions regarding payment may be directed to the Accounts Payable Department at (912) 472-5024 or City of Tybee Island’s Project Manager(s) as specified in the contract documents. b. Contractors will be paid the agreed upon compensation upon satisfactory delivery of the products or completion of the work as more fully described in the contract document. c. Upon completion of the work or delivery of the products, the Contractor will provide the City of Tybee Island with an affidavit certifying all suppliers, persons or businesses employed by the Contractor for the work performed for the City of Tybee Island have been paid in full. d. The City of Tybee Island is a tax exempt entity. Every contractor, vendor, business or person under contract with City of Tybee Island is required by Georgia law to pay State sales or use taxes for products purchased in Georgia or transported into Georgia and sold to City of Tybee Island by contract. Please consult the State of 20170824Amended3CityCouncilPacket Page 206 of 271 20170822/jrl Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 656-4065 for additional information. 2.20 Owner’s Rights Concerning Award: The Owner reserves the right, and sole and complete discretion to waive technicalities and informalities. The Owner further reserves the right, and sole and complete discretion to reject all RFPs and any RFP that is not responsive or that is over the budget, as amended. In judging whether the Proposer is responsible, the Owner will consider, but is not limited to consideration of, the following: a. Whether the Proposer or principals are currently ineligible, debarred, suspended, or otherwise excluded from contracting by any state or federal agency, department, or authority; b. Whether the Proposer or principals have been terminated for cause or are currently in default on a public works contract; c. Whether the Proposer can demonstrate a commitment to safety with regard to Workers' Compensation by having an experience Modification Rate (EMR) over the past three years not having exceeded an average of 1.2; and d. Whether the Proposer’s past work provides evidence of an ability to successfully complete public works projects within the established time, quality, or cost, or to comply with the Proposer’s contract obligations. 2.21 Owner’s Right to Negotiate with the Lowest Proposer: In the event all responsive and responsible RFPs are in excess of the budget, the Owner, in its sole and absolute discretion and in addition to the rights set forth above, reserves the right either to (i) supplement the budget with additional funds to permit award to the lowest responsive and responsible RFP, or (ii) to negotiate with the lowest responsive and responsible Proposer (after taking all deductive alternates) only for the purpose of making changes to the Project that will result in a cost to the Owner that is within the budget, as it may be amended. 2.22 Debarred or Suspended Subcontractors: CONTRACTOR shall not subcontract, and shall ensure that no subcontracts are awarded at any tier, to any individual, firm, partnership, joint venture, or any other entity regardless of the form of business organization, that is on the Federal Excluded Parties List System (EPLS) at https://www.epls.gov or the State of Georgia, DOAS, State Purchasing Exclusion listing, or other local government entity. This includes pending litigation or claims with the City or other government entities. Contractor shall immediately notify City of Tybee Island in the event any subcontractor is added to a Federal, State or other Government Entity listing after award of the subcontract. (See Proposer’s Certification Form in this Package.) 2.23 Debarred Firms, Indictments and Pending Litigations: Any potential proposer/firm listed on Federal, State of Georgia or any government entity, Excluded Parties Listing (Barred from doing business) will not be considered for contract award. Proposers shall disclose any record of pending criminal violations not not(Indictment) and/or convictions, pending lawsuits, etc., and any actions that may be a conflict of interest occurring within the last five (5) years. Any 20170824Amended3CityCouncilPacket Page 207 of 271 20170822/jrl proposer/firm previously defaulting or terminating a contract with the City will be not considered. ∗ All responders or proposers are to read and complete the Disclosure of Responsibility Statement enclosed as an Attachment to be returned with response. Failure to do so may result in your solicitation response being rejected as non- responsive. Proposers acknowledge that in performing contract for the City, responder shall not utilize any firms that have been a party of any of the above actions. If proposer has engaged any firm to work on this contract or project that is later debarred, proposer shall sever its relationship with that firm with respect to City’s contract. 2.24 Cone of Silence: Lobbying of Procurement Evaluation Committee members, City employees, and elected officials regarding this product or service solicitation, Request for Proposal (RFP) or contract by any member of a proposer’s staff, or those people employed by any legal entity affiliated with an organization that is responding to the solicitation is strictly prohibited. Negative campaigning through the mass media about the current service delivery is strictly prohibited. Such actions may cause your proposal to be rejected. In order to conduct this procurement transaction in manner that provides full and open competition and meet the Federal Uniform Guidance Requirements to ensures objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft specifications, requirements, statement of work, or invitation for bids or request for proposal must be excluded from competing for this contract. 2.25 GEORGIA OPEN RECORDS ACT - The responses will become part of the City of Tybee Island’s official files without any obligation on the City of Tybee Island’s part. Ownership of all data, materials and documentation prepared for and submitted to City of Tybee Island in response to a solicitation, regardless of type, shall belong exclusively to City of Tybee Island and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless otherwise provided by law; unless otherwise provided by law. Proposals will not be opened in public, and the information is exempt from disclosure, including the Open Records Act until such time as the RFP has been awarded, or all proposals have been rejected. City of Tybee Island shall not be held accountable if material from responses is obtained without the written consent of the vendor by parties other than the City of Tybee Island, at any time during the solicitation evaluation process. 20170824Amended3CityCouncilPacket Page 208 of 271 20170822/jrl 2.26 GEORGIA TRADE SECRET ACT of 1990 - In the event a Proposer submits trade secret information to the City of Tybee Island; the information must be clearly labeled as a Trade Secret. The City of Tybee Island will maintain the confidentiality of such trade secrets to the extent provided by law. It is the responsibility of the Proposer to notify the City of any documents turned over which may contain trade secrets or other confidential matters. A Proposer submitting records which the entity or person believes contains trade secrets that wishes to keep such records confidential pursuant to O.C.G.A. § 50-19-72(34) shall submit and attach to the records an affidavit affirmatively declaring that specific information in the records constitute trade secrets pursuant to Article 27 of Chapter 1 of Title 10 of the Official Code of Georgia 2.27 Contractor Records Retention: The Georgia Open Records Act is applicable to the records of all contractors and subcontractors under contract with the City of Tybee Island. This applies to those specific contracts currently in effect and those which have been completed or closed for up three (3) years following completion. In addition, specifically for this contract that involves Federal funding, the contractor must comply the Federal procurement standards, Federal Uniform Guidance Requirements Section 200.333, Retention Requirements. This includes records for all financial records, supporting documentations, statistical records, analysis records, and all other records associated with this contract pertinent to Federal award must be maintained for a period of three (3) years from the date of the City of Tybee Island’s final expenditures report is submitted to the funding agency for reimbursement. The only exceptions are as follows: (a) Whether the responder or principals are currently ineligible, debarred, suspended, or otherwise excluded from proposing or contracting by any state or federal agency, department, or authority; (b) Whether the responder or principals has been terminated for cause or are currently in default on a public works contract or debris monitor removal service. (c) Whether the responder can demonstrate a commitment to safety with regard to Worker’s Compensation by having an Experience Modification Rate (EMR) over the past three years not having exceeded an average of 1.2; and (d) Whether the responder’s past work provided evidence of an ability to successfully complete public works projects or debris monitoring removal service projects with the established time, quality, or cost, or to comply with the responder’s contract obligations; and (e) Whether the responder has made a Good Faith Effort to employ minority and women businesses and small businesses. 20170824Amended3CityCouncilPacket Page 209 of 271 20170822/jrl 2.28 Vendor Performance Evaluation: The City Council reserves the right to perform Vendor Performance Evaluation, as minimum, annually, prior to the contract anniversary dates. Should vendor performance be unsatisfactory, the appoint City Project Manager(s) for the contract may prepare a Vendor Compliant Form or a Performance Evaluation to the Finance Department. 2.29 Byrd Anti-Lobby Amendment: All proposals that exceed $100,000 are required to sign an anti- lobbying certification letter to comply with the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). This certification applies to contractors subcontractors based on a tiered system. The requires that each tier certifies to the tier above that, it will not and has not used Federal appropriated funds to pay any person or organization for influencing, or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures must be forwarded from tier to tier up to the City of Tybee Island. a. If any litigation, claim, or audit has started before the expiration of the 3-year period, the records must be retained until all litigation, claims, or audit findings involving the records have been resolved and final action taken. b. When the City of Tybee Island is notified in writing by the Federal awarding agency, cognizant agency for audit, oversight agency for audit, cognizant agency for indirect costs, or pass-through entity to extend the retention period. c. When records are transferred to or maintained by the Federal awarding agency or pass-through entity, the 3-year retention requirement is not applicable to the non- Federal entity. 2.30 Contract Work Hours and Safety Standards Act: All proposals that exceed $100,000 that involves the employment of laborers must comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Each contractor must be required to compute the wages of every laborer based upon a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. In addition, no laborer must be required to work in surroundings or under working conditions which are unsanitary or dangerous. 2.31 Clean Air Act and Water Pollution Control Act: All proposals that exceed $150,000 must comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). The City must report all violations to the Federal awarding agency and 20170824Amended3CityCouncilPacket Page 210 of 271 20170822/jrl the Regional Office of the Environmental Protection Agency (EPA). 2.32 Pending Litigation: Proposals will not be accepted from any company, firm, person, party, or parent subsidiary, against which the City of Tybee Island has an outstanding claim, or a financial dispute relating to prior contract performance. If the City, at any time, discovers such a dispute during any point of evaluation, the proposal will not be considered further. 2.33 DHS Seal, Logo, and Flags. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. 2.34 Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. 2.35 No Obligation by Federal Government. The Federal Government is not a party to the contract resulting from this solicitation and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 2.36 Program Fraud and False or Fraudulent Statements or Related Acts. The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to the contract resulting from this solicitation. 20170824Amended3CityCouncilPacket Page 211 of 271 20170822/jrl SECTION III ADDITIONAL CONDITIONS 3.1 METHOD OF COMPENSATION. The compensation provided for herein shall include all claims by the CONTRACTOR for all costs incurred by the CONTRACTOR in the conduct of the Project as authorized by the approved Project Compensation Schedule and this amount shall be paid to the CONTRACTOR after receipt of the invoice and approval of the amount by the CITY OF TYBEE ISLAND. The CITY OF TYBEE ISLAND shall make payments to the CONTRACTOR within thirty (30) days from the date of receipt of the CONTRACTOR's acceptable statement on forms prepared by the CONTRACTOR and approved by the CITY OF TYBEE ISLAND. When the City issues a Notice-to-Proceed to the Contractor, the City and contractor shall determine the positions and number of persons required to adequately provide the service. The City shall review contractor’s staffing level as necessary and direct contractor to adjust personnel accordingly. The City may perform on-site inspections to verify staffing needs. During this period, the Project Manager will provide daily updates on the services and estimate the time remaining for job completion. Billings shall be submitted once monthly, in order to provide the City staff time to review supporting documents pertaining to the requested payment period. Invoices must be submitted within 15 days of completion of physical work. The compensation provided for herein shall include all claims by the contractor for all costs incurred by the contractor in the conduct of the Project as authorized by the approved Project Compensation Schedule and this amount shall be paid to the contractor after receipt of the invoice and approval of the amount by the City of Tybee Island. The City of Tybee Island shall make payments to the contractor within thirty (30) days from the date of receipt of the contractor’s acceptable statement on forms prepared by the contractor and approved by the City of Tybee Island. Should the Project begin within any one month, the first invoice shall cover the partial period from the beginning date of the Project through the last day of the month (or on a mutually agreeable time) in which it began. The invoices shall be submitted each month until the Project is completed. Invoices shall be itemized to reflect actual expenses for each individual task; also refer to the requirements concerning changes, delays and termination of work pursuant to provisions of the contract. Each invoice shall be accompanied by a summary progress report which outlines the work accomplished during the billing period and any problems that may be inhibiting the Project execution. The terms of this contract are intended to supersede all provisions of the Georgia Prompt Pay Act. 20170824Amended3CityCouncilPacket Page 212 of 271 20170822/jrl When all work is completed and time charges have ceased, pending final acceptance and final payment the amount retained may be further reduced at the discretion of the City of Tybee Island. Final payment constituting the entire unpaid balance due shall be paid by the CITY OF TYBEE ISLAND to the CONTRACTOR when work has been fully completed and the contract fully performed, except for the responsibilities of the CONTRACTOR which survive final payment. The making of final payment shall constitute a waiver of all claims by City of Tybee Island except those arising from unsettled liens, faulty or defective work appearing after substantial completion, failure of the work to comply with the requirements of the Contract Documents, or terms of any warranties required by the Contractor Documents or those items previously made in writing and identified by the CITY OF TYBEE ISLAND as unsettled at the time of final application for payment. Acceptance of final payment shall constitute a waiver of all claims by the CONTRACTOR, except those previously made in writing and identified by the CONTRACTOR as unsettled at the time of final application for payment. 3.2 SURETY REQUIREMENTS and BONDS: A. Surety requirements and bonds are not required for this contract. 3.3 WARRANTY REQUIREMENTS: a. Provisions of item 2.8 apply. b. Warranty required. See Contract Documents 3.4 TERMS OF CONTRACT: a. TWO YEARS THROUGH DECEMBER 31, 2019 20170824Amended3CityCouncilPacket Page 213 of 271 20170822/jrl 3.5 AUDITS AND INSPECTIONS: At any time during normal business hours and as often as the City of Tybee Island may deem necessary, the Contractor and his subcontractors shall make available to the City and/or representatives of the City of Tybee Island, FEMA, or GEMA make all its records with respect to all matters covered by this Contract available for examination. It shall also permit the City of Tybee Island and/or representatives to audit, inspect, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Contract. All documents to be audited shall be available for inspection at all reasonable times in the main offices of the City of Tybee Island or at the offices of the Contractor as requested by the City of Tybee Island. CONVERSATIONS OR CORRESPONDENCE REGARDING THIS SOLICITATION OR REPORT BETWEEN PROSPECTIVE PROPOSERS AND PERSONS OUTSIDE THE CITY OF TYBEE ISLAND WILL NOT BE CONSIDERED OFFICIAL OR BINDING UNLESS OTHERWISE SPECIFICALLY AUTHORIZED WITHIN THIS DOCUMENT. The undersigned proposer certifies that he/she has carefully read the preceding list of instructions to proposers and all other data applicable hereto and made a part of this RFP; and, further certifies that the prices shown in his/her proposal is in accordance with all documents contained in this RFP package, and that any exception taken thereto may disqualify his/her RFP. This is to certify that I, the undersigned proposer, have read the instructions to proposer and agree to be bound by the provisions of the same. This day of 20 . BY SIGNATURE TITLE COMPANY 20170824Amended3CityCouncilPacket Page 214 of 271 20170822/jrl Phone / Fax Nos. SECTION IV SCOPE OF WORK The Purpose of the proposal is to seek companies to provide Monitoring Services for initial disaster debris clearance activities and disaster debris collection, removal, disposal and reduction to support the oversight and management of debris recovery contractors and other damages incurred by the City generated from the public and private roads, property, right-of-ways, and other eligible, or designated areas. For additional information concerning these specifications, please contact Melissa Freeman, Purchasing Specialist, at (912) 472-5023. Proposers are not to contact any City Department Directly other than to acquire the Occupation Tax Certification document. Detailed specifications are as follows: 4.0 SCOPE OF SERVICES 4.0.1 BACKGROUND City of Tybee Island requires Monitoring Services to support the oversight and management of the disaster debris initial clearance and disaster debris recovery contractors and other disaster related damages incurred by the City. Disaster debris will include disaster damaged household goods and construction materials. Debris also includes vegetative debris such as storm damaged tree limbs, branches, tree stumps and leaning trees that are damaged to the extent that they pose an immediate threat. As such, the Contractor should be capable of providing a range of related services including damage assessment, environmental assessment/permitting, field monitoring, reconciliation of the haulers tickets to the haulers invoices, ensuring that the debris hauler contractor is following the contract between their company and the City, and other services as needed and ordered by the City. 20170824Amended3CityCouncilPacket Page 215 of 271 20170822/jrl 4.0.2 DISASTER DEBRIS MONITORING SERVICES The selected firm will be expected to provide disaster debris monitoring services to include all aspects of debris removal operation, including activities at all loading, staging and disposal sites. It will include disaster debris generated from the public and private roads, property, right-of-ways, and other eligible, or designated areas. Debris monitors should have experience working on construction sites and be familiar with safety regulations. They should have the ability to estimate debris quantities, differentiate between debris types, properly fill out load tickets, and follow all site safety procedures. Specific services may include: 1. General Qualifications Applicant debris monitors should have a complete understanding of their responsibilities and: • Fully understand their responsibilities in accordance with the terms of the debris removal contract and other specific guidance provided by the applicant; • Possess the capability to estimate debris quantities accurately and objectively; • Understand all phases of debris management operations, including loading sites, DMSs, and final disposition locations; • Be able to differentiate between debris types; • Be able to fill out load tickets properly; • Understand site safety procedures Communicate effectively and efficiently; • Possess previous construction site experience (preferred); and • Have general knowledge pertaining to the operation of large construction machinery (preferred). 2. Pre-Event Requirements Contractor will provide assistance in preparation for disasters through participation in meetings and workshops and the establishment of data management and other integrated systems. Contractor will, at no cost to the City: • Provide City full-time personnel with a half-day debris management training session. Training program must, at a minimum, meet the training requirement for debris monitors as outlined by current FEMA debris management guidance. • Provide a list of key personnel and subcontractors that may be involved in the disaster debris monitoring activities to include facsimile, cell phone numbers, and e- mail addresses. • Participate in annual workshops or planning meetings with City representative and debris hauling and disposal contractor(s) to establish/review applicable policies and procedures. 20170824Amended3CityCouncilPacket Page 216 of 271 20170822/jrl 3. Post-Event Requirements Contractor will assist with load inspections for storm debris cleanup being performed by one or more debris hauling and disposal contractors or City agencies. The Contractor shall provide monitoring service for the Cities debris removal operations’ which includes two phases: • Phase I: Monitor the City’s contractor hauler(s) initial debris clearance activities(“PUSH”) performed by necessary to eliminate life and safety threats that includes monitoring contractor crews activated to clear debris on emergency access roads that be limited to no more than 70 hours of performed worked by the hauler; and • Phase II: Monitor the City’s contractor hauler(s) disaster debris removal activities as a means to recovery (“Recovery Phase”). Contractor shall supply sufficient number of trained debris monitors and trained field supervisors to accommodate the volume of debris to be removed at loading sites and debris management sites or final disposal sites. Contractor shall supply one field supervisor to oversee no more than 10 loading and tower/site debris monitors. Contractor shall remove and replace employees immediately upon notice from the City Manager for conduct or actions not in keeping with this contract. 4. Deployment Contractor must be prepared to deploy debris monitors within 24 hours from the notice to proceed. When additional debris monitoring is needed to meet requirements of the monitoring contract, consultant shall be prepared to increase the number of debris monitors for the City to use as needed. 5. Personnel Requirement and Responsibilities The responsibilities must adhere to FEMA requirements as outlined in Public Assistant Guide (FEMA 322), Public Assistance Handbook (FEMA 323), and Public Assistance Debris Management Guide (FEMA 325). The specific responsibilities and duties of individual debris monitors in the field are the same for both force account and contracted debris monitoring operations. They are as follows: Providing trained debris monitors to observe and document the activities of each of the debris contractor(s) crews, City crews and debris sites. At a minimum, the Consultant shall provide a Project Manager, Operations Manager and Field Supervisor. The number of trained monitors will depend upon the severity of the disaster, area of the disaster and the 20170824Amended3CityCouncilPacket Page 217 of 271 20170822/jrl estimated volume of debris. The Consultant may activate other positions as necessary with the written approval of the City’s project manager. All positions and applicable hourly rates shall be listed in the cost proposal. 1) Project Manager Responsibilities: • Monitoring recovery contractor operations by ensuring compliance with contracts and making/implementing recommendations to improve efficiency as well as speed up recovery work and assure all debris removal work meets FEMA eligibility guidelines. • Notify the City Manager of any non-compliance issues regarding the debris contractors performance; • Assure that the debris contractor work is within the assigned scope of work; • Furnishing and operating an automated/electronic (paperless) debris tracking system, digitalizing source documentation (such as load tickets); • Developing daily operational reports to keep the City informed of work progress; • Development of maps, GIS applications, etc. as necessary; • Coordinating daily briefings, work progress, staffing, and other key items with the City; • Consulting the City on permit requirements and assisting with applications for permits; • Scheduling work for all team members and contractors on a daily basis; • Hiring, training, scheduling, and managing field staff; • Assisting the City with responding to public concerns and comments; • Alert the City and the debris contractor(s) of safety concerns during the debris removal process by conducting both routine and random safety inspections of operations; • Comprehensive review, reconciliation, and validation of debris removal contractor(s) invoices prior to submission to the City for processing; • Providing a Final Report within 30 days of completion of the recovery operations. 2) Debris Monitoring Field Supervisor Consultant will provide one debris monitoring field supervisor for no more than 8 debris loading site debris monitors. The Debris Field Service Supervisor must be familiar with maintain/implement all safety requirements. In addition to providing the following services, but are not limited to: • Obtain and become familiar with the requirements outlined in all debris removal and disposal contracts to ensure the contract requirements are implemented correctly; • Be familiar with all phases of debris management operations; • Overseeing and supervising loading site and disposal site debris monitoring activities; • Serve as the first line of management for debris monitors and assist with any questions or conflicts that arise; 20170824Amended3CityCouncilPacket Page 218 of 271 20170822/jrl " Scheduling debris monitoring resources and deployment timing; " Communicating and coordinating with City personnel; " Providing suggestions to improve the efficiency of collection and removal of debris; " Coordinating daily activities and future planning; " Properly and accurately complete and physically control load tickets (in tower and field); " Track performance measures used to assess the progress of debris removal operations in the field. Specific performance measures may include percentage completions tracking, adherence to contract time schedules, and adherence to contract cost schedules. " Ensure that a reasonable level of effort is applied to the monitoring process, commensurate with the debris operations and the schedule; " Ensure only eligible debris is collected for loading and hauling; " Make unannounced visits to all loading and disposal sites within an assigned area; " Take photographs of all trucks and trailers used in the debris operation, to establish a baseline inventory of equipment; " Ensure that only debris from approved public areas is removed; " Prepare daily written report of all activities observed and include photographs; " Remaining in contact with debris management/dispatch center or supervisor; " Identifying, addressing, and troubleshooting any questions or problems that could affect work area safety and eligibility; " Supervising the accurate measurement of load hauling compartments and accurately computing volume capacity in cubic yards (CY); " Assist in measuring all debris hauling trucks and trailers with the appropriate contractor representative; " Documenting and recording measurements and computations; " Certifying contractor vehicles for debris removal using methodology and documentation practices appropriate for contract monitoring; " Documenting hauling compartment condition using digital photographs " Preparing a master log book of all hauling equipment used by the City s debris removal contractor; " Collects daily logs information from debris monitors and tabulates truck load data for the daily report; and " Submit daily reports on load quantities, debris management site operations, and operational and safety issues in the field. 3) Debris Monitors Consultant will provide trained debris monitoring personnel to oversee the loading of eligible debris at collection sites and verification of load capacity and documentation at designated temporary debris management or final disposal sites. Services include, but are not limited to: a. Debris Loading Site Monitors Consultant will perform on-site, street-level debris monitoring at all contractor loading sites to verify debris eligibility based on the monitoring contract s requirements and initiate debris removal documentation using load tickets. Services include, but are not limited to: " Obtain and become familiar with the requirements outlined in all debris removal and disposal contracts to ensure the contract requirements are implemented correctly; 20170824Amended3CityCouncilPacket Page 219 of 271 20170822/jrl " Provide trained debris monitoring personnel at designated loading sites to check and verify information on debris removal operations; " Monitoring collection activity of trucks; " Issuing electronic load tickets at loading site for each load; " Checking the area for safety considerations such as downed power lines and children playing in area, and ensuring that traffic control needs are met and trucks and equipment are operated safely; " Implement all safety requirements; " Before work begins, inspect areas to identify covered utility meters, transformers, fire hydrants, mail boxes, etc. (as a baseline to account for any damage as a result of the debris removal operations); " Ensure that debris loads are contained properly before leaving the loading area; " Determine whether each load is to be claimed for reimbursement based on established criteria, and mark load tickets if ineligible for FEMA reimbursement; " Validate eligible hazardous trees, including hangers, leaners, and stumps; " Verify global positioning system (GPS) readings or an address/location for leaning trees, trees with hanging limbs, and uprooted/exposed stumps that constitute an immediate threat; a separate ticket should be written for these items if required in the contract ; " Do not issue tickets for trucks that arrive at pick-up sites already loaded, or partially loaded; " Ensure that force account labor and debris contractor work is within the assigned scope of work; " Report to field supervisor if debris removal work does not comply with all local ordinances as well as State and Federal regulations (i.e., improper disposal of hazardous wastes); " Ensuring that Freon-containing appliances are sorted and ready for Freon removal on-site or separating transport for Freon removal before final disposal; " Preforming a re-work inspection of areas to identify potential problems such as covered utility meters, transformers, fire hydrants, mail boxes, etc. to mitigate damage from loading equipment; " Documenting damage to utility components, driveways, road surfaces, private property, vehicles, etc., should it occur, with photographs (if possible, collect information about owner, circumstances of the damage who, what, when, where] and report to field supervisor); " Ensure that hazardous wastes are not mixed into loads; " Record the types of equipment used (for time-and- materials contracts); " Record the hours equipment was used, including downtime of each piece of equipment by day (for time-and- materials contracts); " Ensuring the work area is clear of debris to the specified level before equipment is moved to a new loading area; " Prepare complete and accurate load tickets; " Issue load tickets for each debris load to the truck driver; " Evaluate and record performance and productivity of debris removal crews; " Properly monitoring and recording performance and productivity of debris removal crew; " Assess debris eligibility at collection site; " Document debris quantities " Verify debris processing volumes " Report issues to their direct supervisor which require action (such as safety concerns, contractor non-compliance and equipment use) 20170824Amended3CityCouncilPacket Page 220 of 271 20170822/jrl " Accurately measure and certify truck capacities (recertify on a regular basis) " Report if improper equipment is mobilized and used " Report if contractor personnel safety standards are not followed " Report if completion schedules are not on target " Ensure that only debris specified in the contract is collected (and is identified as eligible or ineligible) " Remaining in regular contact with debris management/dispatch center or supervisor; " Ensuring that only eligible debris is collected for loading and hauling; " Ensuring that only debris from approved public areas is loaded for removal; " Remain in constant contact with debris management/dispatch center or field supervisor; " Report issues (such as safety concerns, contractor non-compliance, and improper equipment use) to field supervisor; " Maintain a log of debris operations issues; " Photograph and provide written documentation of any damage to utility components, driveways, road surfaces, private property, vehicles, etc.; and " Performing other duties from time to time as directed by the debris management project manager or designated debris management personnel. b. Debris Tower/Site Monitors Consultant will provide debris tower and site monitors to verify estimated quantities of eligible debris hauled by contractor trucks and documented on load tickets. Services include, but are not limited to: " Monitor site development and restoration of Temporary Staging Sites (DMSs); " Report to supervisor if debris removal work does not comply with all local ordinances as well as State and Federal regulations (i.e., proper disposal of hazardous wastes) " Provide trained debris monitoring personnel to accurately measure load hauling compartments and accurately compute volume capacity in CY for all contractor trucks and trailers prior to commencement of debris hauling operations; " Documenting measurements and computations; " Completing record of contract haulers cubic yardage and other recordkeeping as needed on the load ticket; " Initialing each load ticket before permitting trucks to proceed from the check-in area to the tipping area; " Remaining in regular contact with debris management/dispatch center or field supervisor; " Check area for safety considerations, such as downed power lines, children playing in the area, traffic control needs, and safe operation of trucks and equipment; " Implement all safety requirements; " Obtain and become familiar with the requirements outlined in all debris removal and disposal contracts to ensure the contract requirements are implemented correctly; " Report to field supervisor if debris removal work does not comply with all local ordinances as well as State and Federal regulations (i.e., improper disposal of hazardous wastes); " Ensure that hazardous wastes are not mixed into loads; " Ensure that trucks are accurately credited for their load 20170824Amended3CityCouncilPacket Page 221 of 271 20170822/jrl " Record the types of equipment used (for time-and-materials contracts); " Record the hours equipment was used, including down time of each piece of equipment by day (for time-and-materials contracts); " Accurately measure and document load hauling compartments for trucks and trailers to compute volume capacity in cubic yards (CY) for each truck and trailer prior to its commencement of debris hauling operations (recertify on regular basis); " Recertify truck capacities on a regular basis; " Estimate the percentage of full capacity for each truck or trailer load; " Ensure trucks are not artificially loaded (e.g., debris is wetted, fluffed, or not compacted); " Collect load ticket from truck driver and initial each load ticket before permitting any truck to proceed from the tower entrance to dumping location; " Physically control load tickets; " Ensure that all debris is removed from trucks at DMSs; " Oversee debris reduction (burning, chipping); " Verify relevant permits were obtained for debris reduction methods such as burning; " Remain in constant contact with debris management/dispatch center or field supervisor; " Report issues (such as safety concerns, contractor non- compliance, and improper equipment use) to field supervisor; and " Perform other duties as directed by the dispatch/staging operation, debris management project manager, or other designated personnel. 6. Clerical/Data Entry Supervisor Consultant will provide a clerical/data entry supervisor to coordinate data entry and information management systems. Services include, but are not limited to: " Supervising the preparation of detailed estimates and submitting them to the City Manager; " Implementing and maintaining a disaster debris management system linking the load ticket and debris management site information, including reconciliation and photographic documentation processes; and " Provide daily, weekly, or other periodic reports for the City Manager noting work progress and efficiency, current/revised estimates, project completion, and other schedule forecasts/updates. 7. Clerical Staff/Data Entry Clerk Consultant will provide clerical staff/data entry clerk(s) as required to enter load ticket information into the contractor  s information management systems and to respond to specific directions from the data entry supervisor. The City requires automatic data system tracking and reporting. " Compiling, reconciling, and documenting daily, in an electronic spreadsheet format, all eligible debris hauled by the debris removal contractor(s); " Comprehensive review, reconciliation, and validation of debris removal contractor(s) invoices prior to submission to the City for processing; 20170824Amended3CityCouncilPacket Page 222 of 271 20170822/jrl " Prepare Project Worksheets and other pertinent report preparation required for reimbursement by GEMA, FEMA, FHWA and any other applicable agency for disaster recovery efforts by City staff and designated debris removal contractors; and " Providing a Final Report within 15 days of completion of the recovery operations. List of Types of Disaster Damaged Debris The schedule below and on the following two pages discloses the list of the types of disaster damaged debris for which the City requires the Monitoring Services provided oversight of its removal by the City s contract hauler. 20170824Amended3CityCouncilPacket Page 223 of 271 20170822/jrl TYPE OF DEBRIS LIST OF DAMAGE DEBRIS WHICH IS NOT ALL INCLUSIVE Vegetative Disaster Debris For the purpose of this contract "Vegetative Disaster Debris" may include the following: Tree limbs Tree branches Other Leafy materials Tree stumps with 50% or greater of the root exposed Trees still in place but damaged to the extent they pose an immediate threat Trees leaning and hangers Construction & Demolition Disaster Debris "Construction and Demolition Disaster Debris" examples may components of buildings and structures may include some of the following: Lumber and wood Gypsum wall board Glass Metal Roofing Material Tile Carpeting and other flooring coverings Window coverings Pipe Concrete Asphalt Equipment Furnishings and fixtures Hazardous Waste Disaster Debris "Hazardous Waste Disaster Debris" may waste that appears on one of the four hazardous waste lists in Title 40 of the Code of Federal Regulations (CFR) Part 261 or exhibits at least one of the following four characteristic: Ignitability Corrosivity Reactivity Toxicity This type of waste is regulated under the Resources Conservation and Recovery ACT (RCRA) and contain properties that make it potentially harmful to human health or the environment. 20170824Amended3CityCouncilPacket Page 224 of 271 20170822/jrl TYPE OF DEBRIS LIST OF DAMAGE DEBRIS WHICH IS NOT ALL INCLUSIVE Household Hazardous Waste Disaster Debris For the purpose of this contract "Household Hazardous Waste (HHW) Disaster Debris" is a hazardous product or material used and disposed of by residential consumers, rather than commercial consumers. When HHW mixes went other debris types will contaminate the entire load, which necessitates special disposal methods. Some this items include the following: Some paints Some stains Varnishes Solvents Pesticides Other material containing volatile chemicals that catch fire, react or explode under certain circumstances or that are corrosive or toxic. When HHW mixes went other debris types will contaminate the entire load, which necessitates special disposal methods. Electronic Waste Disaster Debris "Electronic Waste Disaster Debris" includes electronics that contain hazardous materials that require specific deposal methods. Some of these items include the following: Computer monitors Televisions Cell Phones Batteries Soil, Mud and Sand Disaster Debris Floods, winds and storm surge often deposit soil, mud and sand on improved public property and public rights-of ways. For purposes of this contract the areas affected by the "Soil, Mud, and Sand Disaster Debris" includes the following: Streets Sidewalks Storm sanitary sewers Water treatment facilities Drainage canals and basins Parks 20170824Amended3CityCouncilPacket Page 225 of 271 20170822/jrl TYPE OF DEBRIS LIST OF DAMAGE DEBRIS WHICH IS NOT ALL INCLUSIVE Putrescent Disaster Damaged Debris Putrescent Disaster Debris is any debris that will decompose or rot such as animal carcasses and other fleshy organic matter. White Goods Disaster Debris "White Goods Disaster Debris" is discard disaster damaged household appliances that contain ozone-depleting refrigerants, mercury or oil compressors oils such as the following: Refrigerators Freezers Air Conditioners Heat pumps Ovens Ranges Washing machines and dryers Water heaters Infectious Disaster Debris Waste Infectious Disaster Debris is waste capable of causing infections in humans and can include the following: Animal waste Human blood Blood products Medical waste Pathological waste Discarded sharp objects (needles, scalpels or broken medical equipment Chemical and Biological Disaster Damaged Debris Waste This includes chemical and biological contaminated debris is any debris contaminated by chemicals and biological materials that is man-made in nature. RESPONSIBILITIES FOR CLAIMS AND LIABILITY: Except as otherwise provided, the successful proposer agrees to indemnify City of Tybee Island and its officers, agents and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal for the account of the City of supplies furnished or debris monitoring removal service work performed hereunder. 20170824Amended3CityCouncilPacket Page 226 of 271 20170822/jrl SECTION V PRICING AND PAYMENT Instructions for invoicing the City for service delivered to the City are specified in the contract document. a. Questions regarding payment may be directed to Finance Department at (912) 472- 5024 or the City Manager as specified in the contract documents. b. Contractors will be paid the agreed upon compensation upon satisfactory progress or completion of the work as more fully described in the contract document. c. Upon completion of the work, the Contractor will provide the City or contractor with an affidavit certifying all suppliers, persons or businesses employed by the Contractor for the work performed for the City have been paid in full. d. The City of Tybee Island is a tax exempt entity. Every contractor, vendor, business or person under contract with City of Tybee Island is required by Georgia law to pay State sales or use taxes for products purchased in Georgia or transported into Georgia and sold to City of Tybee Island by contract. Please consult the State of Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 656-4065 for additional information. The Contractor shall be paid for time and materials used in the process of monitoring eligible debris. This will require the proposer to use estimated quantities to establish total contract price. When the pre-bid conference is held, the City will take prospective proposers on a tour of the locations in the City that require disaster debris collection, removal, and disposal services. The City shall use a progress method of payment and use performance measures for the contracted services. Request for payments from the contractor will require specific documentation to validate and verify the completed work to support the contractor’s invoices. At a minimum, the documentation shall include the following: Required Documentation for Debris Monitoring Reimbursement The selected Monitoring Service contractor must maintain all records using an Automated Data Management System. • Personnel assignments, duties and responsibilities • Timesheets • Debris Monitoring Reports • Debris Totals (Tonnage) • Temporary Staging Site Reports • Exception Reports (when debris monitoring reveals problems with debris removal operations) • Truck/Trailer Certification Reports • Geographic Information System (GIS) planning and progress reports 20170824Amended3CityCouncilPacket Page 227 of 271 20170822/jrl " Debris progress reports " Safety Reports This will be a time and materials contact. Payment will be based on labor, equipment, and materials records. Invoices and reports will be required to include the monitoring of disaster debris pickup, transportation, eligibility determination, segregation, staging, and reduction (burning, chipping, grinding or recycling) and final disposal services. It must also include the reconciliation of the debris haulers contractors invoices to their respective load tickets. Monitors will: " Assess debris eligibility at collection site " Supervise and monitor every work crew " Track and document debris removal quantities  verify scales calibration " Verify debris processing volumes Example of Fee Schedule: POSITIONS HOURLY ESTIMATED # OF HOURS ESTIMATED TOTAL Project Manager Operations Manager FEMA Coordinator Field Supervisor Debris Site/Tower Monitor Environmental Specialist Project Inspector (Citizens Site Monitor) Load Ticket Data Entry Clerks (QA/QC) Billing/Invoice Analyst Project Assistant Field Coordinator (Crew Monitor) OTHER REQUIRED POSITIONS Assistance Coordinator Data Manager GIS Specialist ESTIMATED TOTAL COST (For evaluation purposes only) 20170824Amended3CityCouncilPacket Page 228 of 271 20170822/jrl SECTION VI SCORING All proposals will be evaluated on the following criteria: Qualifications: (20pts) Previous experience with similar contracts. Previous experience in similar or related work, knowledge of Federal, State and local codes, laws, and regulations governing the work, especially any business relationships with FEMA and GEMA representative, past or present. Project Understanding and Methodology: (30pts) A. Provide a description of the Proposer’s technical approach to the project to include: • startup procedures, • debris estimate methodology, • approach to monitoring debris collections operations, • debris management site permitting, collection and tower monitoring operations, • data management and contractor invoice reconciliation, • grant management technical assistance services, • minimum contents of a Final Report. • Provide under separate cover the Proposer’s training manual. B. Proposer must demonstrate ownership of licensing of an automated debris tracking and reporting system. Proposer must demonstrate in its proposal that it maintains on hand sufficient automated debris tracking equipment dedicated to meet the needs of the City, If Proposer is licensing such technology, Proposer must provide a written letter form licensor acknowledging licensor has a minimum of 20 devices on hand for Proposer’s use in the event of a disaster and that such devices will be made available for the City’s recovery efforts. Proposer shall include graphic illustration and explanation of system functionality if requested at the time of proposal evaluation and/or interview. When cost proposals are requested, Proposer shall be required to submit hourly rates (in fee schedule) for operations with and without use of the automated system. Proposer’s inability to provide automated system in a timely manner shall be grounds for default and the calling of performance bond. Understanding Scope of Service: (20pts) Fully understand the scope of services required for Technical Methodology and Automated Debris Tracking and Reporting; understand how these services effect the City and the economic; understanding the need to work with City officials and the community. Provide a detailed list of all the services that company is able to provide and briefly outline these services to be accomplished. 20170824Amended3CityCouncilPacket Page 229 of 271 20170822/jrl References: (15pts) Provide a minimum of five (5) references, for similar projects within the last ten (10) years, who can attest to the company’s knowledge, quality of work, timeliness, diligence, working relationships, and flexibility. Provide the organization’s name contact persons, phone numbers and the date and type of service performed. Fee Proposal: (10pts) Rates based on unit price per ton. MBE/WBE Participation: (5pts) Ability to provide opportunities for minority and woman owned business participation. Interviews/Presentations (if required) (TOTAL POSSIBLE POINTS: 25) The Proposers may be required to provide an oral presentation by appearing before the Evaluation Committee or by conference telephone call for clarification purposes only. Scores from the interview will be considered in contact award. 20170824Amended3CityCouncilPacket Page 230 of 271 20170822/jrl RFP SPECIFICATIONS SPECIFICATIONS FOR: RFP NO. 2017-700 DISASTER DEBRIS MONITORING – PUBLIC ROADS AND RIGHT OF WAYS THIS PROPOSAL WILL REMAIN IN EFFECT FOR DAYS FROM THE DATE OF THE RFP OPENING. DISCOUNT(S):__________________________________________________________ TERMS: _______________________________________________________________ BUSINESS TAX CERTIFICATE/LICENSE NUMBER:________________________ CITY/COUNTY/STATE:_________________________________________________ RECEIPT OF ADDENDUM NOS. HEREBY ACKNOWLEDGED. BY: ___________________________________ VENDOR SIGNATURE MINORITY VENDOR/CONTRACTOR? /YES /NO MINORITY CLASSIFICATION: ___________________________ 20170824Amended3CityCouncilPacket Page 231 of 271 20170822/jrl REFERENCES CITY OF TYBEE ISLAND, GA RFP NO. 2017-700 COMPANY NAME: _______________________________________________________________________ ADDRESS: _______________________________________________________________________________ CITY: STATE: ZIP: _______________________________ CONTACT PERSON: _____________________________________________________________________ PHONE NUMBER: _______________________________________________________________________ ********************************************************************************************************* COMPANY NAME: ______________________________________________________________________ ADDRESS: _____________________________________________________________________________ CITY: STATE: ZIP: _______________________________ __ CONTACT PERSON: _____________________________________________________________________ PHONE NUMBER: ___________________ __________________________________________________ ********************************************************************************************************* COMPANY NAME: ______________________________________________________________________ ADDRESS: _______________________________________________________________________________ CITY: STATE: ZIP: ______________________________ _ CONTACT PERSON: _____________________________________________________________________ PHONE NUMBER: _______________________________________________________________________ ********************************************************************************************************* COMPANY NAME: _____________________________________________________________________ ADDRESS: ______________________________________________________________________________ CITY: STATE: ZIP: ______________________________ __ CONTACT PERSON: ___________________________________________________ _________________ PHONE NUMBER: ___________________________________________________________ ___________ ___________ ********************************************************************************************************* COMPANY NAME: _____________________________________________________________________ ADDRESS: ______________________________________________________________________________ CITY: STATE: ZIP: ______________________________ __ CONTACT PERSON: ___________________________________________________ _________________ PHONE NUMBER: ___________________________________________________________ ___________ _____________ 20170824Amended3CityCouncilPacket Page 232 of 271 20170822/jrl CITY OF TYBEE ISLAND PURCHASING DIVISION NO PROPOSAL STATEMENT Return this form only if you are not submitting a proposal. In an effort to make the procurement of construction, goods and services for City of Tybee Island as competitive as possible, we are soliciting information from contractors and or vendors who cannot bid. The City will appreciate your “responsiveness” and “constructive” comments. Completion of this form will assist us in evaluating factors which relate to the competitiveness of our bids. Please check any of the boxes below which may apply. Please explain any issues you feel needs addressing. Specifications - Restrictive, too “tight”, unclear, specialty item, geared toward one (1) brand or manufacturer only. (Explain below) Manufacturing - Unique item, production time for model or item has expired, etc. RFP Time - Insufficient time to properly respond to bid or proposal. Delivery Time - Specified delivery time cannot be met. Payment - Delay in payment terms. Please be specific. Bonding - We are unable to meet bonding requirements. Insurance - We are unable to meet insurance requirements. Removal - From bidders list for this particular commodity or service. Keep - Our Company on your bidders list for future reference. Project is - Too Large Too Small Site Location Too Distant . Miscellaneous - Do not wish to bid, do not handle this type of item (s), unable to compete, contract clause (s) not acceptable, etc. Please be specific. NO PROPOSAL STATEMENT Return this form only if you are not submitting a proposal Signature __________________________________________ RFP NO. 2017-698 Firm Name ________________________________________ Commodity number or name:_ Telephone _____________ ____________________________ Debris Monitoring Melissa Freeman, Purchasing Division: Telephone: 912-472-5023 or Fax: 912-786-9465 20170824Amended3CityCouncilPacket Page 233 of 271 20170822/jrl ATTACHMENT A CITY OF TYBEE ISLAND RFP 2017-700 DRUG FREE WORKPLACE CERTIFICATION The undersigned certifies that the provisions of Code Sections 50-24-1 through 50-24-6 of the Official Code to Georgia Annotated, related to the Drug Free Workplace have been complied with in full. 1. A drug-free workplace will be provided for the employees during the performance of the contract; and; 2. Each sub-contractor under the direction of the Contractor shall secure the following written certification: ________________________________________________________ (Contractor) certifies to City of Tybee Island City that a drug-free workplace will be provided for the employees during the performance of this contract known as DISASTER DEBRIS MONITORING SERVICES Pursuant to paragraph (7), of subsection (B) of Code Section 50-24-3. Also, the undersigned further certifies that he/she will not engage in the unlawful manufacture, sale, distribution, dispensation, possession or use of a controlled substance or marijuana during the performance of the contract. CONTRACTOR: __________________________________DATE:________________________ NOTARY: _______________________________________DATE:________________________ 20170824Amended3CityCouncilPacket Page 234 of 271 20170822/jrl ATTACHMENT B CITY OF TYBEE ISLAND, GA RFP 2017-700 PROMISE OF NON-DISCRIMINATION STATEMENT Know All Men By These Presents, that I (We), ____________________________, _______________________, ________________________, Name Title Name of proposer (Herein after “Company”) in consideration of the privilege to bid/or propose on the following City of Tybee Island City project Disaster Debris Monitoring of Collection and Removal Services in public and private roads, and ROWs and Hereby consent, covenant and agree as follows: 1. No person shall be excluded from participation in, denied the benefit of or otherwise discriminated against on the basis of race, color, national origin or gender in connection with the proposal submitted to City of Tybee Island or the performance of the contract resulting therefrom; 2. That it is and shall be the policy of this Company to provide equal opportunity to all business persons seeking to contract or otherwise interested with the Company, including those companies owned and controlled by racial minorities, and women; 3. In connection herewith, I (We) acknowledge and warrant that this Company has been made aware of, understands and agrees to take affirmative action to provide minority and women owned companies with the maximum practicable opportunities to do business with this Company on this contract; 4. That the promises of non-discrimination as made and set forth herein shall be continuing throughout the duration of this contract with City of Tybee Island; 5. That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made a part of an incorporated by reference in the contract which this Company may be awarded; 6. That the failure of this Company to satisfactorily discharge any of the promises of non-discrimination as made and set forth above may constitute a material breach of contract entitling the City to declare the contract in default and to exercise appropriate remedies including but not limited to termination of the contract. Signature____________________________ Date_________________________ 20170824Amended3CityCouncilPacket Page 235 of 271 20170822/jrl ATTACHMENT C CITY OF TYBEE ISLAND, GA RFP 2017-700 DISCLOSURE OF RESPONSIBILITY STATEMENT Failure to complete and return this information will result in your proposal being disqualified from further competition as non-responsive. 1. List any convictions of any person, subsidiary, or affiliate of the company, arising out of obtaining, or attempting to obtain a public or private contractor subcontract, or in the performance of such contract or subcontract. ___________________________________________________________ 2. List any indictments or convictions of any person, subsidiary, or affiliate of this company for offenses such as embezzlement, theft, fraudulent schemes, etc. or any other offenses indicating a lack of business integrity or business honesty which affects the responsibility of the contractor. ____________________________________________________________ 3. List any convictions or civil judgments under states or federal antitrust statutes. ____________________________________________________________ 4. List any violations of contract provisions such as knowingly (without good cause) to perform, or unsatisfactory performance, in accordance with the specifications of a contract. ____________________________________________________________ 5. List any prior suspensions or debarments by any governmental agency. ____________________________________________________________ 6. List any contracts not completed on time. _____________________________________________________________ 7. List any penalties imposed for time delays and/or quality of materials and workmanship. ______________________________________________________________ _____________________________________________________________ 8. List any documented violations of federal or any state labor laws, regulations, or standards, occupational safety and health rules. _____________________________________________________________ 20170824Amended3CityCouncilPacket Page 236 of 271 20170822/jrl I, _________________________________, as _______________________ Name of individual Title & Authority of _______________________________, declare under oath that Company Name the above statements, including any supplemental responses attached hereto, are true. _______________________________________________ Signature State of ________________ City of _______________ Subscribed and sworn to before me on this ______ day of _______, 2016 by _____________________ representing him/herself to be ____________________ of the company named herein. ___________________ Notary Public My Commission expires: _____________________ Resident State: 20170824Amended3CityCouncilPacket Page 237 of 271 20170822/jrl ATTACHMENT D CITY OF TYBEE ISLAND RFP 2017-700 CONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10-91(b)(1) By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _________________________________ Federal Work Authorization User Identification Number _________________________________ ________________________ BY: Authorized Officer of or Agent Date of Authorization (Contractor Name) _________________________________ Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on ______, ___, 201__ in _____(city), ______(state). _________________________________ Signature of Authorized Officer or Agent _____________________________________________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE______ DAY OF ______________,201__. _________________________________ NOTARY PUBLIC My Commission Expires: 20170824Amended3CityCouncilPacket Page 238 of 271 20170822/jrl ATTACHMENT E CITY OF TYBEE ISLAND RFP 2017-700 SUBCONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10-91(b)(3) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services under a contract with______________________ (name of contractor) on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. § 13-10-91 (b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five (5) business days of receipt. If the undersigned subcontractor receives notice of receipt of an affidavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward, within five (5) business days of receipt, a copy of such notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: _____________________________________________ _________________ Federal Work Authorization User Identification Number Date of Authorization _________________________________ Name of Subcontractor _________________________________ Name of Project _________________________________ Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on _________, ___, 201__ in _____________________(city), ______(state). _________________________________ Signature of Authorized Officer or Agent _______________________________ Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ________________ DAY OF ______________,201__. _________________________________ NOTARY PUBLIC My Commission Expires: _________________________________ 20170824Amended3CityCouncilPacket Page 239 of 271 20170822/jrl ATTACHMENT F CITY OF TYBEE ISLAND RFP 2017-700 O.C.G.A. § 50-36-1(e)(2) Affidavit By executing this affidavit under oath, as an applicant for a(n) ____________________ contract for a public benefit as referenced in O.C.G.A. § 50-36-1, from the CITY OF TYBEE ISLAND, Georgia, the undersigned applicant verifies one of the following with respect to my application for a public benefit: 1) _________ I am a United States citizen. 2) _________ I am a legal permanent resident of the United States. 3) _________ I am a qualified alien (8 § USC 1641) or non-immigrant under the Federal Immigration and Nationality Act (8 USC 1101 § et seq.) 18 years of age or older and lawfully present in the United Sates with an alien number issued by the Department of Homeland Security or other federal immigration agency. My alien number issued by the Department of Homeland Security or other federal immigration agency is:____________________. The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided at least one secure and verifiable document, as required by O.C.G.A. § 50-36-1(e)(1), with this affidavit. The secure and verifiable document provided with this affidavit can best be classified as: _____________________________________________________________________. In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of O.C.G.A. § 16-10-20, and face criminal penalties as allowed by such criminal statute. Executed in ___________________ (city), __________________(state). _________________________________ Signature of Applicant _________________________________ Printed Name of Applicant SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ___ DAY OF ___________, 20____ _________________________ NOTARY PUBLIC My Commission Expires: 20170824Amended3CityCouncilPacket Page 240 of 271 20170822/jrl ATTACHMENT G CITY OF TYBEE ISLAND, GA RFP 2017-700 RESPONDER’S CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The undersigned certifies, by submission of this proposal or acceptance of this contract, that neither Contractor, nor its principals, has not within a three year period been debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency, State of Georgia, City of Tybee Island, Board of Education or local municipality. Proposer agrees that by submitting this proposal that proposer will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the proposer or any lower tier participant is unable to certify to this statement, that participant shall attach an explanation to this document. The proposer shall provide immediate written notice to the City of Tybee Island if, at any time prior to subcontract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the City may render the Proposer nonresponsible. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Proposer is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the City of Tybee Island, the City of Tybee Island may terminate the contract resulting from this solicitation for default. Certification – the above information is true and complete to the best of my knowledge and belief. (Printed or typed Name of Signatory) (Signature) (Date) Purchasing Staff Member Verification Title Date: ____________ The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 20170824Amended3CityCouncilPacket Page 241 of 271 20170822/jrl ATTACHMENT H City of Tybee Island, GA RFP 2017-700 Minority and Women Business Enterprise Program MBE/WBE Participation Report PROPOSER NAME: PROJECT NAME: DESCRIPTION OF PROJECT: NO.MBE/WBE COMPANY NAME OWNER'S NAME ADDRESS, CITY STATE, ZIP TELEPHONE NUMBER STATUS 1 2 3 4 5 6 MBE Total_______% WBE Total_______% MBE/WBE Combined_______% The undersigned should enter into a formal agreement with MBE/WBE Contractor identified herein for work listed in this schedule conditioned upon execution of contract with the City of Tybee Island’s City Council. Signature_________________________________ Print_____________________________ Phone ( ) Fax ( )_________________ 20170824Amended3CityCouncilPacket Page 242 of 271 20170822/jrl ATTACHMENT I CITY OF TYBEE ISLAND, GA RFP 2017-700 AFFIDAVIT REGARDING LOBBYING Each proposer and all proposed team members and subcontractors must sign this affidavit and the proposer shall submit the affidavits with their proposal confirming that there has been no contact with public officials or management staff for the purpose of influencing award of the contract. Furthermore, each individual certifies that there will be no contact with any public official prior to contract award for the purpose of influencing contract award. The undersigned further certifies that no team member or individual has been hired or placed on the team in order to influence award of the contract. All team members are performing a commercially useful function on the project. Failure to provide signed affidavits from all team members with your response may be cause to consider your bid/proposal non-responsive. ________________________________________ ___________________________ BY: Authorized Officer or Agent Date _________________________________________ Title of Authorized Officer or Agent _________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _____ DAY OF ______________________, 2016 ________________________________________ Notary Public My Commission Expires: ___________________ My Commission expires: _____________________ Resident State: _____________________ 20170824Amended3CityCouncilPacket Page 243 of 271 20170822/jrl ATTACHMENT J CITY OF TYBEE ISLAND, GA RFP 2017-700 BYRD ANTI‐LOBBYING AMENDMENT COMPLIANCE AND CERTIFICATION For all orders above the limit prescribed in FAR Section 52.203‐12(g), or its successor regulation (currently $150,000), the Proposer must complete and sign the following: The following certification and disclosure regarding payments to influence certain federal transactions are made per the provisions contained in FAR 52.203‐11 and 52.203‐12 and 31 U.S.C. 1352, the “Byrd Anti‐Lobbying Amendment.” (a) FAR 52.203‐12, “Limitation on Payments to Influence Certain Federal Transactions” is hereby incorporated by reference into this certification (b) The proposer, by signing its offer, hereby certifies to the best of his or her knowledge and belief that: (1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement; (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the proposer shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $150,000 shall certify and disclose accordingly. (a) This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person making an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. SIGNATURE: ______________________________________________________________________ COMPANY NAME: _________________________________________________________________ DATE:_____________________ 20170824Amended3CityCouncilPacket Page 244 of 271 20170822/jrl ATTACHMENT K City of Tybee Island, PO Box 2749, Tybee Island, GA 31328 912-472-5024 | (fax) 912-786-9465 What products/services do you provide to the City of Tybee Island? Please provide copy of worker’s comp coverage when providing any service involving labor on City property. To whom shall we direct the Purchase Order? Sales Contact: Email: Phone# Fax# Address: To whom shall we direct Payment? Payment terms: A/R Contact: Email: Phone# Fax# Address: Remittance Address: 20170824Amended3CityCouncilPacket Page 245 of 271 20170822/jrl ATTACHMENT L CITY OF TYBEE ISLAND, GA RFP FEE PROPOSAL FORM RFP 2017-700 I have read and understand the requirements of this proposal #2017-698, and agree to provide the required services in accordance with this proposal, and all other attachments, exhibits, etc. *Quantities are estimated only for the purpose of evaluating fee schedule. POSITIONS HOURLY ESTIMATED # OF HOURS ESTIMATED TOTAL Project Manager 500 Operations Manager 1,400 FEMA Coordinator 200 Field Supervisor 6,800 Debris Site/Tower Monitor 10,600 Environmental Specialist 100 Project Inspector (Citizens Site Monitor) 1000 Load Ticket Data Entry Clerks (QA/QC) 100 Billing/Invoice Analyst 500 Project Assistant 2300 Field Coordinator (Crew Monitor) 30,000 OTHER REQUIRED POSITIONS Assistance Coordinator 200 Data Manager 1,000 GIS Specialist 100 ESTIMATED TOTAL COST (For evaluation purposes only) FIRM NAME:____________________________________________________________ PROPOSER:_____________________________________________________________ SIGNATURE:____________________________________________________________ ADDRESS:_______________________________________________________________ CITY/STATE/ZIP:________________________________________________________ TELEPHONE:____________________________________________________________ FAX NUMBER:___________________________________________________________ EMAIL:__________________________________________________________________ 20170824Amended3CityCouncilPacket Page 246 of 271 20170822/jrl ATTACHMENT M CITY OF TYBEE ISLAND, GA RFP 2017-700 CHECKLIST FOR SUBMITTING RFP Sign below and submit this sheet with RFP NOTE: All of the following items must be submitted with your RFP to be considered “responsive”. Remember to follow the Instructions in the RFP Documents. 1. INSTRUCTIONS TO PROPOSERS SIGNATURE SHEET 2. ACKNOWLEDGMENT OF ANY/ALL ADDENDUMS (if any Addendums issued). 3. RFP SHEET COMPLETELY FILLED OUT AND SIGNED. 5. COMPLETE AND SUBMIT ALL ATTACHMENTS TO THE RFP (Attachments A thru M). ____________________________ NAME/TILE ____________________________ COMPANY NAME ____________________________ ADDRESS ____________________________ CITY/STATE/ZIP ___ PHONE NUMBER ___ FAX NUMBER 20170824Amended3CityCouncilPacket Page 247 of 271 20170822/jrl City Council Agenda Item Request Agenda Item Requests and supporting documentation must be submitted to the Clerk of Council by 4:00PM on the Thursday prior to the next scheduled Council meeting. If this form is received after the deadline, the item will be listed on the next scheduled agenda. Council Meeting Date for Request: 8/24/2017 Item: ______Thomas Hutton – Construction and Field Observation Services North Beach Post – Matthew Une Remediation Project – Letter Agreement for Services________________ Explanation: _ Project will consist of the placement of beach quality sand along the eroded escarpment of North Beach at Tybee per Olsen Associates’ design plans titled “North Beach Post-Matthew Dune Remediation Project City of Tybee Island, GA” and dated 4/1/2017 __________________________________________________________________________________ __________________________________________________________________________________________ Budget Line Item Number (if applicable): Paper Work: XX Attached* ______ Audio/Video Presentation** * Electronic submissions are requested by not required. Please email to jleviner@cityoftybee.org. ** Audio/video presentations must be submitted to the IT department at City Hall by 4:00PM on the Thursday prior to the scheduled meeting. NOTE: Request will be postponed if necessary information is not provided. Submitted by: Shawn Gillen Phone / Email: Comments: ________________________________________________________________________________ __________________________________________________________________________________________ 20170824Amended3CityCouncilPacket Page 248 of 271 20170822/jrl Date given to Clerk of Council 20170824Amended3CityCouncilPacket Page 249 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 250 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 251 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 252 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 253 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 254 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 255 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 256 of 271 20170822/jrl 20170824Amended3CityCouncilPacket Page 257 of 271 20170822/jrl 1760369.1 STATE OF GEORGIA ) COUNTY OF CHATHAM ) AGREEMENT This Agreement is a Lease in the nature of an Operating Agreement and is made and entered into this ___ day of ________________________, ____, by and between the City of Tybee Island, a municipal corporation (sometimes referred to as “Landlord” and/or “City”) and Steve Kellam, Bethany Kellam and Todd Morrison, jointly and severally (hereinafter referred to as “Tenant” or “Proposer”). 1. Premises. Landlord hereby leases to Tenant, and Tenant hereby leases from Landlord, upon the terms, covenants, and conditions, and stipulations which hereinafter follow, that certain space (hereinafter called "Premises"), to wit: The parties agree that the Leased Premises is a one story frame building containing approximately 2,350 square feet, exterior decks, entrance ways and service area. The Premises and operation are those described in the Request for Proposal, RFP No. 2017-695, concerning the North Beach Concession Operation and Services. 2. Term. This Lease shall be for a term of sixty (60) months and ______________ days (the “Initial Term”) unless renewed, extended or terminated earlier pursuant to the provisions hereinafter set forth. The Initial Term shall commence on _____________, 2017 (“Commencement Date”) and shall expire at midnight on __________________, 2022 (the “Expiration Date”). 3. Rent. (a) Base Rent. During the Initial Term, the base rent shall be Seventy Two Thousand Dollars ($72,000.00) (an annual rent of $14,400.00) due and payable in equal monthly payments of One Thousand Two Hundred Dollars ($1,200.00) in advance, on the first (1st) day of each calendar month; with a rent of ______________________________ Dollars ($______.00) for the period of August ___, 2017 through August 31, 2017. Base Rent shall be deemed late, and Landlord shall be entitled to a late fee of five percent (5%) of the amount due, if Base Rent has not been received by Landlord by 5:00 p.m. on the fifteenth (15th) day of the month. (b) Place of Payment. The Base Rent, plus any additional rent as hereinafter described, shall be paid to Landlord in lawful money of the United States of America, at the address specified in Section 25 hereof for notices or at such other address as Landlord may from time to time designate in writing. The Base Rent together with additional rent is collectively referred to herein as "Rent." (c) Security Deposit. A Security Deposit in the amount of One Thousand Two Hundred and No/100th ($1,200.00) Dollars is to be paid by Tenant to Landlord. (d) Automatic Renewal and Renewal Term. Provided that the Tenant is not in default hereunder, Tenant may extend the lease for one (1) renewal period of five (5) years from August 1, 2022 through July 31, 2027 (“the Renewal Term”) on the same terms and conditions 20170824Amended3CityCouncilPacket Page 258 of 271 20170822/jrl as for the Initial Term except that the Base Rent for each year (the annual rent) shall be increased by an amount equal to three percent (3%) of the preceding year's annual rent. For example, the annual Base Rent for the first year of the Renewal Term shall be $14,832.00 ($14,400.00 previous year’s rent + 3% of $14,400.00) and the second year of the Renewal Term the annual Base Rent shall be $15,276.96 ($14,832.00 previous year’s rent + 3% of $14,832.00). Annual Rent shall be payable for the convenience of the Tenant in twelve (12) monthly installments rounded to the next whole dollar during the renewal term. Tenant and Landlord agree that the Lease shall be automatically renewed upon this basis unless Tenant gives Landlord notice to the contrary in writing at least one hundred-eighty (180) days prior to the expiration of the Initial Term. (e) Holding Over. If Tenant remains in possession of the Premises beyond the Term, the tenancy shall be a tenancy at will upon the same terms and conditions as those applicable to the period immediately preceding the Expiration Date except the monthly Base Rent shall be 150% of the Base Rent during such preceding period. 4. Returned Checks. In addition to late charges as per Section 3(a), Tenant agrees to pay $50.00 for any check returned for insufficient funds, closed account, or for any other reason. 5. Use. Premises shall be used as described in the City’s Request for Proposal and the Proposer’s response as a concession stand with items for sale and operational methods as described in the RFP and the response, each of which is incorporated herein and attached to the original hereof. Upon specific approval of plans and code compliance, including compliance with all provisions of the Chatham County Health Department, Proposer shall be allowed to construct a grill on the premises and potentially make other improvements to the building subject to the approval of the City which approval will not be unreasonably withheld. A photographic rendering of the proposed grill is attached hereto. 6. Services and Utilities. Tenant shall contract for and pay all charges for services and utilities used in, on or about the Premises including but not limited to, electricity, water and sewer, gas, telephone/data, security system, exterior lighting, trash removal, pest control, interior and exterior cleaning, janitorial. In the event that at any time, Tenant shall fail to promptly pay any of the foregoing charges, Landlord shall have the right, but not the obligation, to pay such charge or charges for and on behalf of Tenant and such amounts so paid shall be deemed to be additional rent hereunder and shall be payable by Tenant to Landlord upon demand. Tenant’s failure to pay for utility charges and to maintain utility services to the Premises or fail to pay Landlord if Landlord pays any of the foregoing charges on Tenant’s behalf shall constitute a breach of this Lease Agreement. Landlord shall not be liable in the event of any interruption in the supply of any utilities or services. Tenant agrees that it will not install any equipment which will exceed or overload the capacity of any utility facilities serving the Premises and that if any equipment 20170824Amended3CityCouncilPacket Page 259 of 271 20170822/jrl installed by Tenant shall require additional utility facilities, the same shall be installed and maintained at Tenant’s expense in accordance with plans and specifications to be approved in writing by Landlord. 7. Parking. Paid parking is available to the Tenant and its customers, agents, servants, employees in the adjacent public parking lots and they are entitled to nonexclusive use of the parking spaces at or near the premises subject to availability. These spaces are not free; vehicles parking in the designated spaces will require a parking decal or a parking receipt. 8. Landlord’s Maintenance, Repair and Alterations. See attached Request for Proposal and proposal response. 9. Tenant’s Maintenance, Repair and Alterations. See attached Request for Proposal and proposal response. 10. Landlord’s Right to Cure. In the event Tenant fails to perform any of its obligations hereunder, in addition to any other remedies provided it hereunder or by law, except as otherwise excluded hereunder, Landlord shall have the right, at its option, to perform such obligations on behalf of Tenant at any time following thirty (30) days’ prior written notice to Tenant (except in cases of emergency, in which event no notice shall be required and further in the event of cancellation of insurance upon one day’s notice), or such longer time as may reasonably be required if such obligation cannot be performed within said thirty (30) day period, provided Tenant has commenced performance within said thirty (30) day period and diligently pursues performance until complete thereafter. In such event, Tenant shall pay Landlord, as Additional Rent hereunder, all costs and expenses so incurred by Landlord, including reasonable attorneys’ fees, upon demand by Landlord. 11. Additional Rent and Taxes. Additional Rent shall include but not be limited to the cost to Landlord to cure as per Section 10. As of the execution of this Lease Agreement, the Premises are not subject to ad valorem (“property”) taxation by Chatham County, the State of Georgia, the Savannah Chatham County Public School System, or any other governmental taxing authority. In the event the Premises becomes subject to any property tax, Tenant shall promptly pay said tax as Additional Rent. Payment of taxes upon the personalty, equipment, inventory, etc. located within the Premises shall be the sole responsibility of Tenant and Tenant shall promptly pay said taxes when due. 12. Alterations, Changes, Additions and Signs. No changes, alterations, or additions shall be made by Tenant to the Premises without the prior, written consent of Landlord, not to be unreasonably withheld, and any such changes, alterations or additions, to or on the Premises made with the aforesaid written consent of Landlord shall, at the option of Landlord without payment to the Tenant remain for the benefit of and become the property of Landlord upon the termination of this Lease, unless Landlord provides written consent, in its absolute discretion, to the removal of such at Tenant's cost and expense. Tenant may install, at its expense and without Landlord's written consent, trade fixtures, movable partitions, furniture, equipment, and other personal property, and may remove the same at any time prior to the termination of this Lease 20170824Amended3CityCouncilPacket Page 260 of 271 20170822/jrl provided that all rent has been paid for the entire term. If any damage is caused to the Premises by Tenant's removal of any property, Tenant shall bear the cost of any such repair. Tenant shall not install or maintain any equipment, partitions, furniture, or apparatus, the weight or operation of which would tend to injure or be detrimental to the Premises or (in Landlord's reasonable judgment) be loud or offensive to other Tenants. All exterior signs shall be approved by Landlord in writing, and said approval not to be unreasonably withheld. 13. Insurance. Insurance shall be maintained by Proposer/Tenant as specified in the Request for Proposal and the response thereto. 14. Destruction of or Damage to Premises. If the Premises (are damaged or destroyed so that the Premises becomes totally or partially untenantable, Landlord shall be required, to the extent of available insurance proceeds, to repair or restore the Premises to the state of its existence as of the date of this Lease as expeditiously as is practical under the circumstances, unless Tenant elects to terminate this Lease as hereinafter described in this Section. Any insurance proceeds received by Landlord with respect to Tenant’s trade fixtures, property owned by Tenant, or property which Tenant may remove from the Building pursuant to this Lease, and not used for repair or rebuilding such items, shall be held in trust for Tenant and delivered to Tenant upon request. Tenant may terminate this Lease by giving written notice to the Landlord within thirty (30) days after the occurrence of any damage or destruction to the Premises which will, in the opinion of an independent third party architect or engineer, reasonably renders more than Fifty (50%) Percent of the Premises untenantable for a period longer than Ninety (90) days. In the event that this Lease is terminated, neither party shall be further obligated to the other except that Tenant shall be responsible to pay Landlord all rent and other charges due hereunder to the date of such termination. Tenant may remove any non-structural improvements made by Tenant or other property owned by Tenant. In the event that the Premises are damaged or destroyed by fire, storm, or other casualty so that the Premises shall be rendered totally or partially untenantable, the until the Premises are rebuilt or restored to their former condition by Landlord, the payment of rent shall be reduced in the same proportion as the number of square feet of the Premises occupied by the Tenant prior to the loss or destruction. Rental shall automatically be reinstated as portions of the Premises are returned to use by Tenant (provided it is commercially reasonable for Tenant to conduct at least a portion of its business thereon) and shall be fully reinstated upon completion of the repairs or restoration by Landlord. 15. Force Majeure. Whenever a period of time is herein prescribed for action to be taken by Landlord, Landlord shall not be liable or responsible for, and there shall be excluded from the computation of any such period of time, any delays due to strikes, riots, Acts of God, shortages of labor or materials, wars, governmental laws, regulations or restrictions, or any other causes of any kind whatsoever which are beyond the control of Landlord; provided, however, the number of Force Majeure days will not be sixty (60) days. 16. Indemnity. Tenant hereby indemnifies and releases Landlord from, and agrees to hold Landlord harmless against, any and all liability, loss, cost, damage or expense arising from 20170824Amended3CityCouncilPacket Page 261 of 271 20170822/jrl injury to Tenant or Tenant's servants or employees, or any invitee or business visitor or person while in, about or upon the Premises, except if due to the sole gross negligence of Landlord, its agents, employees, contractors, invitees or licensees. In addition, Tenant indemnifies and releases Landlord from, and agrees to hold Landlord harmless against, all claims for damages to persons or property arising by reason of the use or occupancy of the Premises, including all reasonable attorneys' fees and other expenses incurred by Landlord as a result thereof, except if due to sole gross negligence of Landlord, its agents, employees, contractors, invitees or licensees. Furthermore, Tenant indemnifies Landlord and agrees to compensate and hold harmless Landlord in connection with any damage or injury to Landlord or Landlord’s property, the Premises, or any property, or any other party or parties, person or persons, if due to any negligence or willful misconduct of Tenant, or any of its employees, servants, agents, representatives or invitees, or otherwise occurring in connection with any default of Tenant hereunder. The provisions of this section shall survive any termination of this lease. 17. Condemnation. (a) Complete Taking. If at any time during the Term, title to the entire Premises should become vested in a public or quasi-public authority by virtue of the exercise of a taking by condemnation or the right of eminent domain (or transfer in lieu thereof) or in the event that title to a portion of the Premises should be so taken or transferred rendering continued use by Tenant commercially unreasonable, then this Lease shall terminate as of the time of vesting of title, after which neither party shall be further obligated to the other except that Tenant shall be responsible to pay Landlord all Rent and other charges due hereunder for the current Lease year owed to Landlord up to the date of such termination. Tenant may remove any non-structural improvements made by Tenant or other property owned by Tenant. (b) Partial Taking. In the event of a partial taking of the Premises or transfer in lieu thereof which does not render continued occupancy and use by Tenant commercially unreasonable, then this Lease shall continue, provided, however, that payments of Rent shall be reduced in the same proportion as the number of square feet of the Premises taken or transferred bears to the total number of square feet of the Premises prior to the taking or transfer in lieu thereof. In all other respects this Lease shall be unaffected. (c) Condemnation Award. In the event of any such taking or transfer in lieu thereof, whether of the entire Premises or a portion thereof, it is expressly agreed and understood that all sums awarded, allowed or received in connection with the loss of fee simple title to the Premises or a portion thereof shall belong to Landlord; provided, however, the foregoing shall not prevent Tenant from seeking compensation in its own name on its own behalf of the loss of Tenant’s right to use and occupy the Premises under this Lease, and other incidental and consequential damages. 18. Assignment and Subletting. Tenant shall not, without written notice to Landlord and the prior written consent of Landlord, in each instance, directly or indirectly, voluntarily or involuntarily, by operation of law, merger, consolidation, reorganization or otherwise, mortgage, hypothecate, pledge, encumber, sell, transfer or assign this lease, in whole or in part, or sublease all or any part of the Premises, or permit the use or occupation of all or any part of the Premises 20170824Amended3CityCouncilPacket Page 262 of 271 20170822/jrl by any party (all of the foregoing being collectively referred to as an “Assignment”). The sale or transfer of a majority membership interest in Tenant or a majority of Tenant’s voting stock shall constitute an Assignment for purposes of this section. Tenant shall promptly reimburse Landlord for Landlord’s costs and expenses, including, without limitation, reasonable attorneys’ fees, in connection with any proposed Assignment. Tenant shall not sublease the Premises in whole or in part without the prior written consent of Landlord. which consent shall not be unreasonably withheld or delayed. Notwithstanding anything to the contrary provided in this Section, Tenant shall be permitted to assign its interest in the Lease, without the consent of the Landlord, in connection with granting a Leasehold Mortgage (as hereinafter defined) or to an "Affiliate." For purposes hereof, "Affiliate" shall mean (1) any majority shareholder of Tenant or majority member of Tenant or (2) any corporation, partnership, limited liability company, trust or other entity controlling, controlled by or under common control with Tenant or a majority member of Tenant. Any such subletting or assignment shall not release Tenant from its obligations hereunder unless Landlord expressly agrees to release Tenant. 19. Default by Tenant. The occurrence of any of the following shall constitute a material default and breach of this lease by Tenant: (a) any failure by Tenant to pay rent or to make any payment required to be made by Tenant hereunder which failure shall continue for ten (10) days after written notice thereof by Landlord to Tenant; (b) the abandonment or vacating, in whole or in part, of the Premises by Tenant without the payment of rent (c) failure to discharge any lien filed against the Premises on Tenant's account which failure shall continue uncured for thirty (30) days after Tenant's actual notice of its filing; (d) a failure by Tenant to observe and perform any other provision of this lease to be observed or performed by Tenant, which failure shall continue for thirty (30) days after written notice thereof by Landlord to Tenant, (except in the event of failure to maintain any of the insurance as per Section 14 and Exhibit B, Tenant’s failure continues for three (3) days after written notice); provided, however, that if the nature of such default is such that the same cannot reasonably be cured within such 30-day period, Tenant shall not be deemed to be in default if Tenant shall within such period commence such cure and thereafter diligently prosecute the same to completion; (e) the making by Tenant or any guarantor of any general assignment for the benefit of creditors; (f) the filing by or against Tenant or any guarantor of a petition to have Tenant adjudged bankrupt or of a petition for reorganization or arrangement under any law relating to bankruptcy (unless, in the case of a petition filed against Tenant, the same is dismissed within sixty (60) days); (g) the appointment of a trustee or receiver to take possession of substantially all of Tenant's assets located at the Premises or of Tenant's interest in this lease, where possession is not restored to Tenant within thirty (30) days; (h) the attachment, execution or other judicial seizure of substantially all of Tenant's assets located at the Premises or of Tenant's interest in this lease, where such seizure is not discharged within ten (10) days; or (j) the cessation of business for a period of ten (10) consecutive days due to a government agency ordering cessation of business, e.g. Georgia Department of Revenue for unpaid sales taxes, etc. Upon the occurrence of any event of default, Landlord may exercise any one or more of the following remedies, it being agreed that pursuit of any remedy provided in this Lease shall not preclude pursuit of any other remedy or remedies herein provided or provided by law, and that any of such remedies may be pursued regardless of whether or not the default continues to exist and whether or not Landlord accepts or has accepted rent subsequent to the occurrence of such default: (a) Terminate this lease by giving notice to Tenant, in which event 20170824Amended3CityCouncilPacket Page 263 of 271 20170822/jrl Tenant shall immediately surrender possession of the Premises and Landlord shall repossess itself thereof by using such force as may be necessary, without being guilty of trespass, forcible entry, detainer or other tort, Tenant having, subject to any claims of Landlord, ten (10) days thereafter to remove any personal property belonging to Tenant which remains on the Premises, and which thereafter shall become the property of Landlord; or (b) With or without terminating this lease, and without notice to Tenant, enter upon the Premises or any part thereof, change the locks and relet the Premises, without advertisement, by private negotiations, and for any term and rental rate which Landlord in its sole discretion determines. Tenant shall be liable to Landlord for all rent due hereunder and for all of Landlord's reasonable costs and expenses, including attorney's fees and real estate commissions in connection with any reletting, and all costs needed to bring the Premises into similar condition as existed at the time this lease was executed, normal wear and tear excepted. 20. Signs. Tenant shall not place or use signs or other materials intended to attract attention upon the outside walls, fences or roof of the Premises or exterior grounds of the Premises that can be seen from the public areas surrounding the Premises without the written consent of the Landlord whose consent shall not be unreasonably withheld. 21. Entry for Carding, etc. Landlord may card the Premises "For Rent" or "For Sale" ninety (90) days before the termination of this Lease. Landlord may enter the Premises at reasonable hours and with at least 24 hours advance notice to the Tenant to exhibit same to prospective purchasers or Tenants or to make repairs to Landlord's adjoining property, if any. 22. Tenant Notices. Tenant hereby appoints as his agent to receive service of all dispossessory or distraint proceedings and notices hereunder, and all notices required under this lease, the person in charge of the Premises at the time, or occupying the Premises, and if no person is in charge of, or occupying the Premises, then such service or notice may be made by attaching the same on the main entrance of the Premises. A copy of all notices under this lease shall sent be regular mail except those notices that pertain to Tenant's Default shall be sent by certified or registered United States Mail, postage paid, or sent via courier to: _________________________________________________________, Tybee Island, GA 31328. 23. Landlord Notices. All Tenant notices, elections, demands, requests and other communications to the Landlord hereunder shall be in writing, signed by the Tenant and shall be delivered in person or sent by certified or registered United States Mail, postage paid, or sent via courier to: City of Tybee Island, Attention: City Manager, 403 Butler Ave., Tybee Island, GA 31328, with a copy to: Edward M. Hughes, City Attorney, P.O. Box 9946, Savannah, GA 31412 (2 East Bryan Street, 10th Floor, Savannah, GA 31401 for in person delivery). 24. Personal Property Taxes and Additional Taxes. During the Term of this lease, Tenant shall pay all taxes levied upon any trade fixtures, furnishings, equipment and all other personal property of Tenant contained in the Premises. If at any time during the term of this Lease, or any extension or renewal thereof, there shall be assessed or imposed a license fee, property tax on the Premises or a tax or assessment measured by the rent payable under this Lease, then all such taxes, assessments or fees shall be the obligation of Tenant. Tenant shall pay and discharge the same as it would the imposition of personal property taxes under this section and as Additional Rent as per Section 13. Nothing herein or in this Lease otherwise 20170824Amended3CityCouncilPacket Page 264 of 271 20170822/jrl contained shall require or be construed to require Lessor to pay any inheritance, estate, succession, transfer, gift, franchise, income or profit taxes that are or may be imposed upon Tenant, its successors or assigns. Tenant shall not be obligated to pay real property tax. 25. Early Termination of Lease. No termination of this lease prior to the normal ending thereof, by lapse of time or otherwise, shall affect Landlord's right to collect rent for the period prior to termination thereof. 26. Mortgagee's Rights. Tenant agrees that this lease and all rights of Tenant hereunder are and shall be subject and subordinate to any mortgage now or hereafter encumbering the Premises, to all advances made or hereafter to be made upon the security of such mortgage, to all amendments, modifications, renewals, consolidations, extensions and restatements of such mortgage, and to any replacements and substitutions for such mortgage. The terms of this provision shall be self-operative and no further instrument of subordination shall be required. Tenant, however, upon request of any party in interest, shall execute promptly such instrument or certificates as may be reasonably required to carry out the intent hereof, whether said requirement is that of Landlord or any other party in interest, including, without limitation, any mortgagee. Notwithstanding the foregoing and so long as no event of default on the part of Tenant under the lease shall exist which would entitle Landlord to terminate the Lease, Landlord agrees to execute and require any holder of a subsequently granted mortgage or deed to secure debt ("Mortgagee") to execute a subordination, non-disturbance and attornment agreement containing customary terms reasonably satisfactory to Tenant for recording in the Chatham County, Georgia records. In the event of any proceedings are brought for the foreclosure of, or in the event of exercise of the power of sale under, any mortgage covering the Premises, or in the event the interest of Landlord under this lease shall be transferred by reason of deed in lieu of foreclosure or other legal proceedings, Tenant shall, at the option of the transferee or purchaser at foreclosure or under power of sale (sometimes hereinafter called “Such Person”), attorn to Such Person and shall recognize and be bound and obligated hereunder to Such Person as the Landlord under this lease; provided, however, that no Such Person shall be (i) bound by any payment of Rent for more than one (1) month in advance, except prepayments in the nature of security for the performance by Tenant of its obligations under this lease (and then only if such prepayments have been deposited with and are under the control of Such Person); (ii) bound by any amendment or modification of this lease made without the express written consent of the mortgagee; (iii) obligated to cover any defaults under this lease of any prior landlord (including Landlord); (iv) liable for any act or omission of any prior landlord (including Landlord); (v) subject to any offsets or defenses which Tenant might have against any prior landlord (including Landlord); or (vi) bound by any warranty or representation of any prior landlord (including Landlord) relating to work performed by any prior landlord (including Landlord) under this 20170824Amended3CityCouncilPacket Page 265 of 271 20170822/jrl lease. Tenant agrees to execute any attornment agreement not in conflict herewith requested by Landlord, the mortgagee or Such Person. Tenant’s obligation to attorn to Such Person shall survive the exercise of any such power of sale, foreclosure or other proceeding. Tenant agrees that the institution of any suit, action or other proceeding by any mortgagee to realize on Landlord’s interest in the Premises pursuant to the powers granted to a mortgagee under its mortgage, shall not, by operation or law or otherwise, result in the cancellation or termination of the obligations of Tenant hereunder. Landlord and Tenant agree that notwithstanding that this lease is expressly subject and subordinate to any mortgages, any mortgagee, its successors and assigns, or other holder of a mortgage or of a note secured thereby, may sell the Premises in the manner provided in the mortgage and may, at the option of such mortgagee, its successors and assigns, or other holder of the mortgage or note secured thereby, make such sale of the Premises subject to this lease. 27. Estoppel Certificates. Upon request by either party, the other party agrees to furnish, within fifteen (15) days from such request, a certificate stating that there are no amendments or modifications to this lease (or specifying the amendments or modifications, if such exist); stating that the other party is not in default (or specifying the defaults, if such are claimed); and stating whether this lease is in full force and effect. 28. Mechanic's Liens. Tenant shall not suffer any mechanic's lien to be filed against the Premises by reason of work, labor, services, or material performed or furnished to Tenant or anyone holding the Premises, or any part thereof, through or under Tenant. If any mechanic's lien or any notice of intention to file a mechanic's lien shall at any time be filed against the Premises, Tenant shall, at Tenant's cost, within thirty (30) days after notice of the filing of any mechanic's lien given by Landlord to Tenant, cause the same to be removed or discharged of record by payment, bond, order of a court of competent jurisdiction, or otherwise. If Tenant shall fail to remove or discharge any mechanic's lien or any notice of intention to file a mechanic's lien within the prescribed time, then, in addition to any other right or remedy of Landlord, Landlord may, at its option, procure the removal or discharge of the same by payment, bond or otherwise. Any amount paid by Landlord for such purpose, together with all legal and other expenses of Landlord in procuring the removal or discharge of such lien or notice of intention, together with interest thereon at the highest permissible rate, shall be and become due and payable by Tenant to Landlord as Additional Rent, and in the event of the Tenant's failure to pay same within thirty (30) days after demand, it shall be added to and be due and payable with the next month's Rent. Nothing contained in this lease shall be construed as a consent on the part of Landlord to subject Landlord's estate in the Premises to any lien or liability arising out of Tenant's use or occupancy of the Premises. 29. No Estate. This lease does not convey to or create in the Tenant any interest or estate in the Premises. Tenant's sole rights with respect to the Premises as set forth in this lease. 20170824Amended3CityCouncilPacket Page 266 of 271 20170822/jrl 30. Quiet Enjoyment. So long as Tenant observes and performs the covenants and agreements contained herein, it shall at all times during the lease term peacefully and quietly have and enjoy possession of the Premises, but always subject to the terms hereof. 31. Hazardous Substances and Mold. Tenant agrees (i) that Tenant will not violate any environmental laws; (ii) that the Tenant will not cause or permit any condition which would create hazardous material contamination or mold conditions on the Premises; (iii) to give notice to the Landlord immediately upon the Tenant's acquiring knowledge of the presence of any hazardous material or mold on the Premises; (iv) to give notice to the Landlord immediately of any notice of violation of any laws, rules or regulations regulating hazardous materials or any requests for information from any federal, state, county, regional or local governmental authority concerning hazardous materials and hazardous materials contamination or mold on the Premises; and (v) to promptly comply with any governmental requirements requiring the removal, treatment or disposal of such hazardous materials or hazardous materials contamination or mold contamination and provide the Landlord with satisfactory evidence of such compliance. Tenant covenants and agrees at all times to indemnify, hold harmless and defend Landlord, its successors and assigns, as owner of the Premises from and against any and all liability, loss, damages, cost (including, without limitation, all of Landlord's clean-up costs and all expenses, fees, transportation, testing, decontaminating and other related or similar expenses), expense (including without limitation, reasonable attorney's fees and expenses), cause of action, suit, claim, demand or judgment against the Landlord and/or the Tenant and/or the Premises of any nature, arising directly or indirectly from (i) Tenant's breach or failure to comply with Tenant's environmental covenants under this lease, or (ii) Tenant’s breach of any law or regulation pertaining to mold, hazardous materials, hazardous substances or solid or hazardous waste materials or other waste-like or toxic substances located on, emanating from, or relating to, or affecting the Premises, or any contiguous property, including, but not limited to, liens or claims of any federal, state or municipal government or quasi-governmental agency or any third persons, any environmental law, federal, state or municipal law or regulation or tort, contract or common law. This Indemnity shall survive the expiration or sooner termination of this lease and shall not merge into any document executed in conjunction herewith or be deemed waived or released by any action or omission of Landlord in dealing with any environmental matters. 32. Holding Over. If Tenant remains in possession of the Premises beyond the expiration or termination of this lease, then Tenant shall be a Tenant from month to month upon the same terms and conditions as those applicable to the most recent period, except that Tenant shall pay rent to Landlord in an amount equal to the monthly rent then in effect multiplied by a factor of 1.50. 33. Attorney's Fees and Interest. If any rent or other sum owing under this Lease is collected by or through an attorney at law, Tenant agrees to pay reasonable attorneys' fees, together with all costs and expenses, and a right to such attorneys' fees and expenses shall be 20170824Amended3CityCouncilPacket Page 267 of 271 20170822/jrl deemed to have accrued upon the commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. All other sums due hereunder shall bear interest at the rate of fifteen percent (15%) per annum after maturity. 34. Governing Law. This lease is a Georgia contract and shall be construed and enforced in accordance with the laws of the State of Georgia. 35. Severability. If any provision of this lease shall be declared invalid or unenforceable for any reason by a court of competent jurisdiction, the parties declare that it shall be severable, and that all remaining provisions of this lease shall remain in full force and effect. 36. Rights Cumulative. All rights, powers and privileges conferred hereunder upon parties hereto shall be cumulative and not restrictive of those given by law. 37. Waiver of Rights. No failure of Landlord to exercise any power given Landlord hereunder, or to insist upon strict compliance by Tenant of his obligations hereunder and no custom or practice of the parties at variance with the terms hereof shall constitute a waiver of Landlord's right to demand exact compliance with the terms hereof. 38. Transfer of Landlord’s Interest. If Landlord shall sell, assign or transfer all or any part of its interest in the Premises or in this lease to a successor in interest which expressly assumes the obligations of Landlord hereunder, then Landlord shall thereupon be released or discharged from all covenants and obligations hereunder, and Tenant shall look solely to such successor in interest for performance of all of Landlord’s obligations. Tenant’s obligations under this Lease shall in no manner be affected by Landlord’s sale, assignment, or transfer of all or any part of such interest(s) of Landlord, and Tenant shall thereafter attorn and look solely to such successor in interest as the Landlord hereunder. 39. Time of Essence. Time is of the essence of this Lease. 40. Prior Agreements. This Lease defines the rights, duties and obligations of the parties with respect to the Premises and supersedes all prior agreements and understandings between the parties with respect thereto for the time period of this lease. 41. Definitions. "Landlord" as used in this Lease shall include first party as well as its representatives, assigns and successors in title to the Premises. "Tenant" shall include second party, as well as its representatives, and if this lease shall be validly assigned or sublet, shall include also Tenant's assignees or subleasees, as to the Premises covered by such assignment or sublease. "Agent" shall include third party, together with its successors, assigns, heirs and representatives. "Landlord", "Tenant", and "Agent" include male and female, singular and plural, corporation, partnership or individual, as may fit the particular parties. 42. Authority of Tenant. If Tenant signs as a corporation or limited liability company, execution hereof shall constitute a representation and warranty by the Tenant that Tenant is a 20170824Amended3CityCouncilPacket Page 268 of 271 20170822/jrl duly organized and existing corporation/or limited liability company, that Tenant has been and is qualified to do business in the State of Georgia and is in good standing with the State of Georgia, that the corporation or limited liability company has full right and authority to enter into this Lease, and that all persons signing on behalf of the corporation were authorized to do so by appropriate corporate action or in the event of a limited liability company that all persons signing on behalf of the company are authorized to do so in a duly executed operating agreement. If Tenant signs as a partnership, trust, or other legal entity, execution hereof shall constitute a representation and warranty by the Tenant that Tenant has complied with all applicable laws, rules, and governmental regulations relative to Tenant's right to do business in the State of Georgia, that such entity has the full right and authority to enter into this Lease, and that all persons signing on behalf of the Tenant were authorized to do so by any and all necessary or appropriate partnership, trust, or other action. 43. Recording of Lease. Landlord and Tenant agree that this Lease shall not be recorded; provided, however, upon the request of either party, the other party shall join in the execution of a Memorandum of the Lease for the purpose of recording same. The Memorandum shall describe the parties, the demised Premises, the Term of the Lease, and shall incorporate the Lease by reference. 44. Counterparts. This instrument may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 45. Broker. Neither party has employed the services of a real estate broker, in connection with this Lease. Both parties agree to indemnify the other party against any claims for commission or compensation by any real estate broker claiming by, through or under said parties. 46. Construction. Any gender used herein, whether masculine, feminine or neuter, shall be deemed to refer to any other gender applicable to the party to whom such use of gender relates. The use of the singular herein shall be deemed to include the plural and, conversely, the plural shall be deemed to include the singular, where appropriate. 47. Special Stipulations. In so far as the following stipulations conflict with any of the foregoing provisions, the following shall control: (a) The terms of the Agreement will include and hereby incorporates the Request for Proposal No. 2017-695 issued by the City and the response of Steve Kellam, Bethany Kellam and Todd Morrison (hereinafter “Proposers”) except to the extent that the terms of this Agreement are inconsistent with the provisions of the proposal or Request for Proposal in which event, the terms of this Agreement shall control. Concession items may include beer, wine, snacks, soft drinks, bottled water, recreational gear and food prepared on the premises subject to the approval of the Mayor and Council; however, no products packaged or made of Styrofoam or glass may be sold nor may beach chairs and umbrellas be rented or sold, and the provisions of the Special Conditions and Specifications as stated in the Request for Proposal shall apply and are incorporated herein expressly. 20170824Amended3CityCouncilPacket Page 269 of 271 20170822/jrl (b) The City shall, at all times upon reasonable notice to the Tenant, have access to the premises and shall the right to access for repairs, inspections, servicing, treatments and monitoring as necessary or required for any water well or other utilities on the premises. IN WITNESS WHEREOF, Landlord and Tenant have caused this Lease Agreement to be duly executed under seal as of the day and year first above written. WITNESS: LANDLORD: THE CITY OF TYBEE ISLAND, GEORGIA, A MUNICIPAL CORPORATION By: __________________________ __ Jason Buelterman, Mayor Attest: Jan LeViner, Clerk of Council Approved as to form: ________________________ Edward M. Hughes, City Attorney WITNESS: TENANT: ____________________________ By: ______________________________ Steve Kellam ____________________________ By: ______________________________ Bethany Kellam ____________________________ By: ______________________________ Todd Morrison Rev 08.17.17 20170824Amended3CityCouncilPacket Page 270 of 271 20170822/jrl 20170824Amended3CityCouncilPacketPage 271 of 27120170822/jrl