Res No 183-18-15216RESOLUTION NO: 1 83-1 8-1 521 6
A Resolution authorizing the City Manager to enter into multi -year contract with
Disaster Program & Operations, Inc., for disaster debris monitoring and financial
recovery services.
WHEREAS, the City issued a Request for Proposal (RFP) for Disaster Debris Monitoring
Services and Financial Recovery Assistance; and
WHEREAS, the City received one (1) proposal from Disaster Program & Operations, Inc.,
(DP&O), in response to the RFP; and
WHEREAS; a Selection Committee comprised of City staff review ranked and scored the
proposal in accordance with the Evaluation Selection Criteria contained in the RFP; and
WHEREAS, the Selection Committee recommended to negotiate the rate schedules
submitted by DP&O; and
WHEREAS, the City negotiated rate schedules with DP&O whereby selected rates were
lowered and categories of services were added and defined to better reflect the type of
monitoring services the City may require; and
WHEREAS, the negotiated rates are reflected in the award recommendation.
NOW, THEREFORE, BE IT RESOLVED THE MAYOR AND THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA:
Section 1. The City Manager authorized is to enter into multi -year contract with Disaster
Program & Operations, Inc., for disaster debris monitoring and financial recovery services for a
total term not to exceed five (5) consecutive years; three (3) years with one (1) two (2) renewal.
A copy of the proposal and negotiated rates are attached.
Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is
for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding
shall not affect the validity of the remaining portions of this resolution.
Section 3. Effective Date: This resolution shall take effect immediately upon approval.
PASSED AND ADOPTED this 201h day of September, 2018.
ATTEST:
�) L a
CITY CL K
Page 1 of 2
APPROVED:
' .!Mod 4 M. 0
• u•
Res. No. 183-18-15216
READ AND/%PROVED AS TO FORM
LANGUAGE!, LEGALITYANIYI
N THEREO
Page 2 of 2
COMMISSION VOTE:
5-0
Mayor Stoddard:
Yea
Vice Mayor Harris:
Yea
Commissioner Welsh:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Agenda Item No:12.
City Commission Agenda Item Report
Meeting Date: September 20, 2018
Submitted by: Steven Kulick
Submitting Department: Public Works & Engineering
Item Type: Resolution
Agenda Section: RESOLUTION(S) PUBLIC HEARING(S)
Subject:
A Resolution authorizing the City Manager to enter into multi -year contract with Disaster Program & Operations,
Inc., for disaster debris monitoring services. 3/5 (City Manager -Public Works & Engineering)
Suggested Action:
Attachments:
CM Memo Debris Monitoring Services 9.18.18.docx
W_Nos_ResoIution—De bris_Monitoring_Services_9.18.18CA rev. docx
Bid Opening Report
DP&O- proposal for RFP-CSM2018-14.pdf
FINAL Debris Monitoring Selection Committee Score Sheets 8.6.18.pdf
South -Miami DPO REVISED Rates 8.29.18.pdf
South Miami DPO Title Responsibilities.pdf
Reference Check Debris Monitoring Miami Shores (003).pdf
Reference Check Debris Monitoring Florida City.pdf
El Portal SMiami reference 2018.pdf
RFP CSM2018-14Ad.pdf
DEMAND STAR Debris Monitoring 7.25.18.pdf
Sun Biz Disaster Program Ops 7.26.18.pdf
MDBR Adve rtise me nt. pdf
1
South Miami
THE CITY OF PLEASANT LIVING
To:
FROM:
DATE:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
September 18, 2018
Agenda Item No.:
SUBJECT: A Resolution authorizing the City Manager to enter into multi -year
contract with Disaster Program & Operations, Inc., for disaster debris
monitoring services.
BACKGROUND: The City issued a Request for Proposal (RFP) for Disaster Debris Monitoring
Services and Financial Recovery Assistance. Such events include but are
not limited to, hurricanes, tornadoes, windstorms, floods, and fires or
manmade disaster(s) such as civil unrest and terrorist attacks.
Respondents to the RFP shall provide all expertise, personnel, materials,
transportation, supervision and all other services to rapidly respond to
volumes of wide scale debris. It is the intent of the City to award a three
(3) year contract with one two (2) year renewal, for a term of five (5)
consecutive years. One proposal was received:
• DISASTER PROGRAM & OPERATIONS, INC. (DP&O)
DP&O is a certified State of Florida, Woman -Owned Disadvantaged
Minority Business Enterprise (WDMBE) for Disaster Recovery Services.
DP&O is experienced in the preparation and managing cost recovery and
debris removal data per FEMA, FHWA, and other Federal Agencies and
State Relief programs.
A Selection Committee, comprised of Chairperson Aurelio Carmenates,
Capital Improvements Project Manager, Shari Kamali, Deputy City
Manager, and John Reese, Public Works Supervisor met on August 6, 2018
to review and score the proposal. References from Florida City, the Village
of El Portal and the City of Miami Shores were checked. Responses
received were positive.
Additionally, DP&O has been awarded contracts for similar services by the
following local agencies:
2
CITY OF SOUTH MIAMI
South Miami OFFICE OF THE CITY MANAGER
THE CITY OF PLEASANT LIVING INTER -OFFICE MEMORANDUM
• Miami -Dade College, March 14, 2018, Primary supplier.
• Sunny Isle Beach, May 17, 2018, Primary supplier
• Miami -Dade County Public Schools, June 18, 2018 as an alternate
supplier.
The Selection Committee recommended to negotiate the rate schedules
submitted by DP&O in their proposal. Therefore, rate schedules were
negotiated with DP&O on August 29, 2018 whereby selected rates were
lowered and categories of services were added and defined to better
reflect the type of monitoring services the City may require. The
negotiated rates are reflected in the award recommendation.
FUNDING: N/A
ATTACHMENTS: Resolution
Bid Opening Report
Proposal: Disaster Program & Operations, Inc.
Selection Committee Score Sheets
Revised Rate Schedules
Position Title Responsibilities and Definitions
References
RFP Advertisement
Demand Star Results
Sun Biz Report
3
BID OPENING REPORT
Bids were opened on: 'Wednesday. July 25. 2018 after: 10:00am
For: 1ZFP # CSM2018-14 llISASTER DEI3RIS MONIT01U G SERVICES
C01NIPANJES THAT SL;BN1ITTI;I) PROPOSALS:
1. DISASTER PROGR.A19 & OPI::IZATIO\S. IBC.
A7MOL'�T:
THE. ABOVE BIDS HAVE, NO'r BEEN CHECKED.
THE BIDS ARE SUBJECT TO CORREcriON AFTER THE BIDS HAVE BEEN COMPLL'TELY REVIEWED.
City Clerk:_6m fi. I - rw
Print Nam
Witness: r.S f t.t aeC
Print Name f j
Witness:
Print Name
' -
Signature
1:
Disaster Program & Operations Inc.
" Empowering Community Collaboration & Resilence "
.Ep.r ..
DISASTER PROGRAM & OPERATIONS, INC.
Proposal for
CITY OF SOUTH MIAMI
Request for Proposal No. CSM2018-14 for
"Disaster Debris Monitoring Services"
July 25, 2018
Submitted to:
South Miami City Hall
Office of the City Clerk
6130 Sunset Drive,
South Miami, FL 33143
Att: Stephen P. Kulick
skulick@southmiamffl.gov
(305)669-2636
Z) ORIGINAL
ITB- 17-016-(7V/ Disaster Debris I' ciiio,—iI IAnnitnrin,
TITLE PAGE
SUBJECT: "Disaster Debris Monitoring Services" RFP #CSM2018-14
Date: Wednesday, July 25, 2018
Name of Respondent's Agency/Firm: Disaster Program & Operations, Inc. (DP&O, Inc.)
Mailing Address: 10033 Sawgrass Dr. W, Suite 121, Ponte Vedra Beach, FL 32082
Telephone Number: office: 877-356-6447, ext 101; Cell Number: 561-436-3383.
Name of Contact Person, Authorized to Represent Firm: Gabrielle Benigni: President
Email address: gbenigni(iWpando.com
ITB-17-016-CV/ Disaster Debris Removal Monitoring 8
LETTER OF TRANSMITTAL
July 25, 2018
City of South Miami
Office of the City Clerk
Attn: Stephen P. Kulick
6130 Sunset Drive,
South Miami, FL 33143
(305) 669-2636
Disaster Program & Operations Inc.
e w-@,,y Go— my Goasawcn a acawu
a...,>KC,.m.,WRa,.
Subject: Disaster Programs & Operations, Inc.: "Disaster Debris Monitoring Services"
RFP #CSM2018-14
Dear Mr. Kulick,
On behalf of Disaster Program & Operations, Inc. (DP&O, Inc.), I am pleased to submit this
proposal package to the City of South Miami "Request for Proposal" RFP No. CSM2018-14
"Disaster Debris Monitoring Services".
DP&O, Inc. a certified State of Florida, Woman-O-.An.ed Disadvantaged Minority Business
Enterprise (WDMBE), for Disaster Recovery Services and other services (see attached
Minority certification) that will prove beneficial to City of South Miami for Disaster Planning,
Response and Recovery.
DP&O, understands that the City's "Special Terms and Conditions", Exhibit 1, Scope of
Services and Attachments A, B, C, D, & E. is seeking professional services to support Disaster
Damage assessments, Debris Management and Monitoring Services, including preparing,
managing, reviewing all cost recovery and debris removal data per FEMA, FHWA, other Federal
Agencies, and State Relief programs to make the entire process of recovery effort efficient and
accurate and per compliance with new FEMA Public Assistance Program Policy and Guide and
per Office of Inspector General Audit requirements. DP&O has specialized skills and decades of
experience with proven client success Federal Reimbursement, and in Debris Management
Planning, Debris Removal Monitoring, Logistics, and Operations, emphasizing FEMA Public
Assistance Program Management and client representation to ensure prompt economic recovery.
DP&O's team has project experience representing local and US municipalities, State level clients
and, and Public Utilities clients. I, Gabrielle Benigni, as DP&O's President & COO, am directly
committed to perform the proposed services and will ensure a thorough contract kick off meeting
to facilitate efficient disaster planning, response and recovery including damage assessments,
debris management logistics and adequate monitoring and mobilization of resources. I
understand that FEMA compliance begins before the disaster and I will bring skillsets to the City
to ensure FEMA/Federal compliance for FEMA required submittals documentation management
are adhered to for client protection, and maintain confidentiality.
ITB-17-016-CV/ Disaster Debris Removal Monitoring
3
We are proud to have John Copenhaver, Former FEMA Region IV Director, as DP&O's CEO,
and Business Continuity Director; John O'Dell, Chief Technical Officer, founder of ESi, creator
of WebEOCO (the Nation's leading Crisis Management Information System (CMIS), including
FEMA HQ ) who leads our disaster recovery software development team; and Laurie Wood,
CIO, a seasoned former Emergency Manager, former ESi/WebEOC SME & Marketing Director.
DP&O, Inc. is uniquely positioned to perform the services outlined in the RFP. Our team goals
are to protect the business interests of the organization at all levels from the onset of the crisis,
thru incident management, to Disaster Recovery. DP&O is committed to providing prompt
Response and Recovery Management services that are flexible, cost effective, timely, and
aligned with the City of South Miami's objectives. Critical to the evaluation of a potential
partner is the comfort in your decision to align with a service partner who can meet the City of
South Miami's needs.
I, Gabrielle Benigni, President/COO, will serve as the primary contact for all RFP-related
communications, and I am authorized to make representations for DP&O, Inc.
DP&O office headquarters location: 10033 Sawgrass Dr. W. Suite 121, Ponne Vedra Beach, FL
32082.
Office Phone: 877-356-6447, ext 101
Email: Gbenigni(-,duando.com
Cell phone: 561-436-3383
As instructed, DP&O shall submit One (1) unbound original completed proposal package,
five (5) -additional completed proposal package copies and One (1) flash drive copy.
We appreciate the opportunity to offer you this proposal. In selecting our approach, processes,
and staff, we have made selections that are progressive, flexible, innovative, and industry
leading. We are excited to have this opportunity to support you and your business objectives and
we look forward to the next steps in your decision -making process, if you have questions about
any of the material contained in this response, please do not hesitate to contact us.
Sincerely,
Gabrielle Benigni, President
1TB-17-016-CV/ Disaster Debris Removal Monitoring 10
4
STATEMENT ACKNOWLEDGING RECEIPT OF EACH ADDENDUM ISSUED BY
THE CITY
In submitting this Proposal, Disaster Program & Operations, Inc. (DP&O, Inc.) represents
that:
a. DP&O, Inc. has examined conies of all the Solicitation Documents and of the following
Addenda, if any (receipt of all which is hereby acknowledged.)
Addendum No.: Addendum No. 1 Dated: 07/11/18
ITB-17-016-CV/ Disaster Debris Removal Monitoring 11
South'Niami
TI IE CITY OF PLEASANT LIVING
ADDENDUM No ##1
Project Name: DISASTER DERBRIS MONITORING SERVICES
RFP NO. CSM2018-14
Date: July 11, 2018
Sent: Fax/E-mail/webpage
This addendum submission is issued to clarify, supplement and/or modify the previously issued
Solicitation, and is hereby made part of the Documents. All requirements of the Documents not
modified herein shall remain in full force and effect as originally set forth. It shall be the sole
responsibility of the bidder to secure Addendums that may be issued for a specific solicitation.
THIS SOLICITATTON DOES NOT REQUIRED A BID, PAYMENT OR PERFORMANCE BONDS.
ALL REFERENCES TO BID, PAYMENT OR PERFORMANCE BONDS IN THE SOLICITATION;
SPECIFICALLY, IN EXHIBIT I, SCOPE OF SERVICES, ATTACHMENT B, "ELECTRONIC CODE OF
FEDERAL REGUATIONS", SECTION 200.325 "BONDING REQUIREMENTS," SHALL NOT APPLY.
A REVISED "NOTICE OF AWARD" IS ATTACHED TO ADDENDUM No. I WHICH SHALL
REPLACE THE NOTICE OF AWARD IN RFP #CSM2018-14 AND SHALL BE A PART OF THE
SOLICITATION BY WAY OF REFERENCE.
IT SHALL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO SECURE
ADDENDUMS THAT MAY BE ISSUED FOR A SPECIFIC SOLICITATION.
12
Page 1 of 1
Attachment 4 — DP&O Truck Certification Form
137
Attachment 5 — Truck Certification Register
TRUCK CERTIFICATION REGISTER
No trucks have been pre -certified as of this date. Trucks utilized for a major disaster event
would generally be provided by the City's Disaster Debris Management Contractor or their
subcontractors and must be presented for measuring and certification prior to use.
DISASTER EVENT NAME:
FEMA DR #
TRUCK MEASUREMENT CERTIFICATION
TRUCKING
COMPANY
TRUCK NUMBER
LICENSE PLATE
NUMBER
HEIGHT FT
WIDTH
FT
LENGTH
FT
VOLUME
CY
{
i
I
1
1
138
Attachment 6 —Standardized Truck Placard
Following certification, the Truck Placard is completed by the Certifying Monitor and it is affixed to a
prominent and visible place on the left side of the vehicle. A strong adhesive is used so that the placard
cannot be removed and placed on another vehicle with the placard being destroyed. The debris truck
placard used to identify collection vehicles incorporates the following format and information as a
minimum:
TOWN
Dame of Contracting
Jurisdiction
Name of Prime Contractor
Name of Truck Owner J
Operator
Vehicle Registration/Tag
Number
Truck volume (cubic feet).
Truck Certification Date
139
0
v
JOJ2_13
k4mal Business Tax Receipt
Miami —Dade Goi.rraty; State of Florida
-THIS IS NOT BILL -DO NOT PAY
724 7 645
BUSINESS NAME/LOCATION FtECE1PT NO. EXPIRES
DISASTER.. PROGRAM &.OPERATIONS INC - NEW- - SEPTEMBtR 30, 201E
DOING BUSINESS IN DADE COUNTY 7527849 Must be displayed at place oct usnes
Pursuant to County Code
Chapter SA - Art. 9 & 10
OWNER SEC_ TYPE OF BUSINESS
DISASTER PROGRAM & OPERATIONS INC212 CONSULTANT FAYMEr3LIEC7ER
$Y TAX CQLLEGTOR
C/O GABRIELLE BENIGN[ PRES $100.00 02J15J201s
75
CREDITCARD-18-0-
This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is vita iicense,
permit; or a certification of the holder`s qua ifications, to do business. Holder must comply with any govermmmtal
or nongovernmental regulatory laws and requir.ements which apply to the business,
The RECEIPT NO. above must be displayed on all commercial vehicles — Miami —Dade Code Sec, Sa-7.X
For more information, visit www.miamidade.govitaxcollectot
Amount Rec
r-j'' - OSDCer,.@dms.mylorida.com Gabrielle EeriSrti bj i
online Registration: Minority Certification Validated
You forwarded this message on 2-111120174:29 PM.
Click here to download pictures. To help protect your privacy, Outlook prevented automatic download of some pictures in this message.
Message "K OSD_MBE Certifrcate.pdt (215 KBI
February 10, 2017
Dear Gabrielle Benigni,
Congratulations! Your certification for a woman-, veteran- and/or minority owned Florida
business enterprise has been reviewed, is granted and hereby effective for a period of two years
from today's date. Please take some time to review the Office of Supplier Diversity's section of
the website at http://www.dms.mvflorida.com/osd to learn more about the benefits of being
certified; how to do business with the state, regional and local government; OSD regional events;
mentor and loan programs for CBEs and more. Our team is here to help your business succeed as
a Florida CBE.
Your business entity's state certification, designated as WOMAN Obi INED and, is relevant
when providing the following goods and/or services to the agencies or businesses that hire you.
• 43232300 - Data management and query software
• 72141510 - Demolition services
• 77101500 - Environmental impact assessment
• 77101502 - Environmental standards
• 77101505 - Environmental monitoring
• 81112004 - Disaster recovery services
If, or when your business should supply other products or services, the contracting entity will not
get credit for their Certified Business Enterprise participation in that business transaction.
Therefore, it is important to most accurately select the commodity codes associated with all
products, goods and services your business can provide. You can review these codes in
MYFloridaMarketPlace.com.
As a state Certified Business Enterprise, you are encouraged to actively bid in the participating
state purchasing programs.. Some of the participating entities have certification eligibility criteria
unique to those of the reciprocal certification network. As a result, some program offices may
ask you to submit additional documentation before you are eligible to bid as a CBE with that
jurisdiction or organization. Please contact that organization directly with questions about their
requirements for eligibility.
141
Florida laws require that the Office of Supplier Diversity be advised of any and all changes in the
company's status occurring within 14 days of the transfer of ownership or change in management
or ownership taking place. This law is applicable throughout the effective certification dates.
Congratulations, again, on becoming one of Florida's Certified Business Enterprises. Questions
concerning your CBE certification may be directed to the Office of Supplier Diversity at (850)
487-0915 or email us at OSDhelp@dms.myflorida.com.
Sincerely,
Florida Department of Management Services
Office of Supplier Diversity
4050 Esplanade Way, Suite 380G
Tallahassee, FL 32399-0950
If you have any questions or concerns about procurement opportunities, please call
MyFloridaMarketPlace customer service at 1-866-352-3776.
142
r
s YANK
Ul
I
A
7
G
ti.
T
143
State of Florida
Department of Saute
I certify from the records of this office that DISASTER PROGRAM &
OPERATIONS, INC. is a corporation organized under the laws of the State of
Florida, filed on May 4, 2015.
The document number of this corporation is P15000039932.
I further certify that said corporation has paid all fees due this office through
December 31, 2018, that its most recent annual report/uniform business report
was filed on March 2, 2018, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Second day of March, 2018
Q�
Secretary of'State
Tracking Number: CC7850603842
To authenticate this certificate,visit the following site,enter this number, and then
follow the instructions displayed,
https:/(services.sunbiz.org/Filings/CertiticateOfStatusICertificateAu then ticatioti
144
Procurement Division
Evaluation 6130 Sunset Drive
South Miami Scoring Sheet South Miami, Florida 33143
THE CITY of PLEMANT LIVING (305) 663-6339
www.southmiamifl.eov
RFP Title: DISASTER DEBRIS MONITORING SERVICES
RFP No.: CSM #2018-14
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each proposer is calculated by adding each
criteria for a total score by -pro -oser. The maximum score total score for each proposer is 100 points.
Criteria
DISASTER
(See Attached for deWled sub -criteria)
M ... -
a'
RESPONDENTS QUALIFICATIONS (Maximum
Point Value — 2S)
b
PROJECT TEAM QUALIFICATIONS (Maximum
I q
Point Value — 20)
c..
TECHNICAL APPROACH
(Maximum Point Value— IS)
d..
FINANCIAL STABILITY
I
(Maximum Point Value — IS)
TECHNICAL REIMBURSEMENT ASSISTANCE
e.
(Maximum Point Value — IS)
f.
RESPONDENTS COST PROPOSAL & PRICING
Point Value 10)
(Maximum —
OF
Reviewed by. AJ Rt t l a 60+tkc ASS Date:
(Print Name) (Signature)
145
Page 1 of 1
EXHIBIT 8
EVALUATION AND SELECTION CRITERIA
DISASTER DEBRIS MONITORNG SERVICES
RFP #CSM2018-14
Scoring and Ranking
Proposals will be evaluated by an Evaluation Selection Committee which will evaluate and rank
proposals on the technical criteria listed below. The Evaluation Selection Committee will be
comprised of appropriate City personnel and/or members of the community, as deemed
necessary, with the appropriate experience and/or knowledge. The criteria are itemized with
their respective weights for a maximum total of one hundred (100) points per Evaluation
Selection Committee member.
The Technical Criteria used for determining qualifications for ranking include:
a. RESPONDENTS QUALIFICATIONS (Maximum Point Value — 25)
i. Firm's background, history and overall experience.
ii. Degree of experience in all areas of emergency response, management and
recovery.
iii. Experience with FEMA/FHWA reimbursement programs and funding
issues.
iv. Staff experience and resumes- specifically, operational and administrative
personnel assigned to the City.
v. Certified Minority/Woman Business Enterprise participation and/or Small
Business Enterprise participation.
b. PROJECT TEAM QUALIFICATIONS (Maximum Point Value — 20)
i. Assurance of dedicated project team.
ii. Experience of key team members in area identified under experience of
Respondent. Identify senior and project management.
iii. Education and experience of Respondent's personnel. (Provide brief
resumes.)
C. TECHNICAL APPROACH (Maximum Point Value — IS)
i. Experience of Respondent in previous projects of similar size and scope of
the City of South Miami's specification.
ii. Technical approach of the Respondent to mobilize and perform the many
aspects of the work.
iii. Ability to respond in a timely manner with the necessary resources.
d. FINANCIAL STABILITY (Maximum Point Value — 15)
i. Ability of Respondent to continue to proceed until funding becomes 146
available.
ii. Previous financial handling of multiple contracts in multiple disasters.
iii. Invoicing program.
iv. History of satisfactory payment procedures of subcontractors.
e. TECHNICAL REIMBURSEMENT ASSISTANCE (Maximum Point
Value — IS)
f. RESPONDENTS COST PROPOSAL & PRICING (Maximum Point
Value — 10)
i. Pricing Schedule will be evaluated for reasonableness.
ii. All line items must be priced exactly as contained in the Pricing Schedule
included in the Solicitation, regardless of any alternates which may be
proposed.
Evaluation of Proposed Rates
After the evaluation of the technical criteria of the Proposal, the City will evaluate the proposed
rates, if rates and pricing information were requested in the solicitation. The pricing information
will be evaluated by the Evaluation Selection Committee in combination with the technical
information, including an evaluation of how well it matches the Respondent's understanding of
the City's needs described in this Solicitation, the Respondent's assumptions, and the value of the
proposed services. The pricing information evaluation is used as part of the evaluation process
to determine the highest -ranked Respondent for recommendation of an award or for further
consideration by way of oral presentations.
Oral Presentations
Upon completion of the criteria evaluation indicated above, including rating and ranking, the
Evaluation Selection Committee may choose to conduct an oral presentation and/or interviews
with the Respondent (s) which the Evaluation Selection Committee deems to warrant further
consideration based on, among other considerations, scores in clusters; based on the preliminary
rating and rankings, and/or maintaining competition.
Upon completion of the oral presentation(s) and/or interviews, the Evaluation Selection
Committee will perform a final review to re-evaluate, re -rate, and re -rank the Proposals
remaining in consideration based upon the written documents, combined with the oral
presentation.
END OF SECTION
147
85
"n� Procurement Division
Evaluation
i 6130 Sunset Drive
South Miami Scoring Sheet South Miami, Florida 33143
THE CITY OF PLEASANT LIVING (305) 663-6339
www.southnniannifl.gov
RFP Title: DISASTER DEBRIS MONITORING SERVICES
RFP No.: CSM #2018-14
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria The total score for each proposer is calculated by adding each
criteria for a total score by proposer. The maximum score total score for each proposer is 100 points
Criteria
DISASTER
(See Attached for detailed sub -criteria)
PROGRAM &
OPERATIONS
RESPONDENTS QUALIFICATIONS (Maximum
a.
Point Value — 25)
l
PROJECT TEAM QUALIFICATIONS (Maximum
Point Value — 20)
TECHNICAL APPROACH
C..
(Maximum Point Value — 15)
FINANCIAL STABILITY
d..
(Maximum Point Value— IS)
TECHNICAL REIMBURSEMENT ASSISTANCE
e
(Maximum Point Value — IS)
i )
RESPONDENTS COST PROPOSAL & PRICING
f.
(Maximum Point Value— 10)
Total Score:
Reviewed b I I A L ct � i \C� -Lam.
(Print Name) (Signature)
Page 1 of 1
vice:
U
EXHIBIT 8
EVALUATION AND SELECTION CRITERIA
DISASTER DEBRIS MONITORNG SERVICES
RFP #CSM2018-14
Scoring and Ranking
Proposals will be evaluated by an Evaluation Selection Committee which will evaluate and rank
proposals on the technical criteria listed below. The Evaluation Selection Committee will be
comprised of appropriate City personnel and/or members of the community, as deemed
necessary, with the appropriate experience and/or knowledge. The criteria are itemized with
their respective weights for a maximum total of one hundred (100) points per Evaluation
Selection Committee member.
The Technical Criteria used for determining qualifications for ranking include:
a. RESPONDENTS QUALIFICATIONS (Maximum Point Value — 25)
i. Firm's background, history and overall experience.
ii. Degree of experience in all areas of emergency response, management and
recovery.
iii. Experience with FEMA/FHWA reimbursement programs and funding
issues.
iv. Staff experience and resumes- specifically, operational and administrative
personnel assigned to the City.
v. Certified Minority/Woman Business Enterprise participation and/or Small
Business Enterprise participation.
b. PROJECT TEAM QUALIFICATIONS (Maximum Point Value — 20)
i. Assurance of dedicated project team.
ii. Experience of key team members in area identified under experience of
Respondent. Identify senior and project management.
iii. Education and experience of Respondent's personnel. (Provide brief
resumes.)
C. TECHNICAL APPROACH (Maximum Point Value — 15)
i. Experience of Respondent in previous projects of similar size and scope of
the City of South Miami's specification.
ii. Technical approach of the Respondent to mobilize and perform the many
aspects of the work.
iii. Ability to respond in a timely manner with the necessary resources.
d. FINANCIAL STABILITY (Maximum Point Value - 15)
i. Ability of Respondent to continue to proceed until funding becomes 149
available.
ii. Previous financial handlieg of multiple contracts in multiple disasters.
iii. Invoicing program.
iv. History of satisfactory payment procedures of subcontractors.
e. TECHNICAL REIMBURSEMENT ASSISTANCE (Maximum Point
Value — IS)
f. RESPONDENTS COST PROPOSAL & PRICING (Maximum Point
Value — 10)
i. Pricing Schedule will be evaluated for reasonableness.
All line items must be priced exactly as contained in the Pricing Schedule
included in the Solicitation, regardless of any alternates which may be
proposed.
Evaluation of Proposed Rates
After the evaluation of the technical criteria of the Proposal, the City will evaluate the proposed
rates, if rates and pricing information were requested in the solicitation. The pricing information
will be evaluated by the Evaluation Selection Committee in combination with the technical
information, including an evaluation of how well it matches the Respondent's understanding of
the City's needs described in this Solicitation, the Respondent's assumptions, and the value of the
proposed services. The pricing information evaluation is used as part of the evaluation process
to determine the highest -ranked Respondent for recommendation of an award or for further
consideration by way of oral presentations.
Oral Presentations
Upon completion of the criteria evaluation indicated above, including rating and ranking, the
Evaluation Selection Committee may choose to conduct an oral presentation and/or interviews
with the Respondent (s) which the Evaluation Selection Committee deems to warrant further
consideration based on, among other considerations, scores in clusters; based on the preliminary
rating and rankings, and/or maintaining competition.
Upon completion of the oral presentation(s) and/or interview
Committee will perform a final review to re-evaluate, re -rate,
remaining in consideration based upon the written documents
presentation.
END OF SECTION
85
s
, the Evaluation Selection
and re -rank the Proposals
combined with the oral
150
TARSoutiami
THE CITY OF PLEASANT LIVING
RFP Title:
RFP No.:
Evaluation
Scoring Sheet
DISASTER DEBRIS MONITORING SERVICES
CSM #2018-14
Procurement Division
6130 Sunset Drive
South Miami, Florida 33143
(305) 663-6339
wwwsouthmiamifl.gov
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each proposer is calculated by adding each
criteria for a total score by proposer. The maximum score total score for each proposer is 100 points
RESPONDENTS QUALIFICATIONS (Maximum
a' Point Value — 25)
/9
b PROJECT TEAM QUALIFICATIONS (Maximum
Point Value — 20) //
TECHNICAL APPROACH C�
C.. (Maximum Point Value— 15) 77
C-1
d..
FINANCIAL STABILITY
(Maximum Point Value — 15)
3
TECHNICAL REIMBURSEMENT ASSISTANCE
e.
(Maximum Point Value — IS)
f
RESPONDENTS COST PROPOSAL & PRICING
(Maximum Point Value 10)
—
Date:
(PrintName) (Signature)
151
Page 1 of 1
EXHIBIT 8
EVALUATION AND SELECTION CRITERIA
DISASTER DEBRIS MONITORNG SERVICES
RFP #CSM2018-14
Scoring and Ranking
Proposals will be evaluated by an Evaluation Selection Committee which will evaluate and rank
proposals on the technical criteria listed below. The Evaluation Selection Committee will be
comprised of appropriate City personnel and/or members of the community, as deemed
necessary, with the appropriate experience and/or knowledge. The criteria are itemized with
their respective weights for a maximum total of one hundred (100) points per Evaluation
Selection Committee member.
The Technical Criteria used for determining qualifications for ranking include:
a. RESPONDENTS QUALIFICATIONS (Maximum Point Value — 25)
i. Firm's background, history and overall experience.
ii. Degree of experience in all areas of emergency response, management and
recovery.
iii. Experience with FEMA/FHWA reimbursement programs and funding
issues.
iv. Staff experience and resumes- specifically, operational and administrative
personnel assigned to the City.
v. Certified Minority/Woman Business Enterprise participation and/or Small
Business Enterprise participation.
b. PROJECT TEAM QUALIFICATIONS (Maximum Point Value — 20)
i. Assurance of dedicated project team.
ii. Experience of key team members in area identified under experience of
Respondent. Identify senior and project management.
iii. Education and experience of Respondent's personnel. (Provide brief
resumes.)
C. TECHNICAL APPROACH (Maximum Point Value — I S)
i. Experience of Respondent in previous projects of similar size and scope of
the City of South Miami's specification.
ii. Technical approach of the Respondent to mobilize and perform the many
aspects of the work.
iii. Ability to respond in a timely manner with the necessary resources.
d. FINANCIAL STABILITY (Maximum Point Value — 15)
i. Ability of Respondent to continue to proceed until funding becomes 152
available.
ii. Previous financial handliieg of multiple contracts in multiple disasters.
iii. Invoicing program.
iv. History of satisfactory payment procedures of subcontractors.
e. TECHNICAL REIMBURSEMENT ASSISTANCE (Maximum Point
Value — IS)
f. RESPONDENTS COST PROPOSAL & PRICING (Maximum Point
Value — 10)
i. Pricing Schedule will be evaluated for reasonableness.
ii. All line items must be priced exactly as contained in the Pricing Schedule
included in the Solicitation, regardless of any alternates which may be
proposed.
Evaluation of Proposed Rates
After the evaluation of the technical criteria of the Proposal, the City will evaluate the proposed
rates, if rates and pricing information were requested in the solicitation. The pricing information
will be evaluated by the Evaluation Selection Committee in combination with the technical
information, including an evaluation of how well it matches the Respondent's understanding of
the City's needs described in this Solicitation, the Respondent's assumptions, and the value of the
proposed services. The pricing information evaluation is used as part of the evaluation process
to determine the highest -ranked Respondent for recommendation of an award or for further
consideration by way of oral presentations.
Oral Presentations
Upon completion of the criteria evaluation indicated above, including rating and ranking, the
Evaluation Selection Committee may choose to conduct an oral presentation and/or interviews
with the Respondent (s) which the Evaluation Selection Committee deems to warrant further
consideration based on, among other considerations, scores in clusters; based on the preliminary
rating and rankings, and/or maintaining competition.
Upon completion of the oral presentation(s) and/or interviews, the Evaluation Selection
Committee will perform a final review to re-evaluate, re -rate, and re -rank the Proposals
remaining in consideration based upon the written documents, combined with the oral
presentation.
END OF SECTION
153
85
South Miami DP&O REVISED Pricing
South Miami Positions
South Miami
South Miami
South: Miami
.South Miami
Labor ONLY,
All Other
Loaded Rates:
.costs
Hotel, Per Diem, -
Labor Rates with
Original Quote
Proposed Positions
Car)billed
Travel, Per Diem,
Includes: Hotel,
separately Per -GSA
Car Allowance..
Travel, Lodging,
with no markup.
per GSA Allowance
Original Titles Per RFP
Etc.
Public Assistance Coordinator/ Project Director
$120.00
$144.00
FEMA /FHWA Specialist
$110.00
$134.00
Project Manager
$185.00
Project Manager
FEMA Project Asst. Mgr.
$80.00
$105.00
$75.00
$80.25
Field Supervisor
$85.00
Field Supervisor Monitor
$55.00
$60.00
Field Monitor
$43.00
Debris Site / Tower Monitor
$40.00
$43.00
TDMS Monitor
$45.00
Debris Site Security
$55.00
GIS Specialist
$95.00
IT Supervisor
$60.00
$60.00
Data Entry
$40.00
Data Entry Clerk
$30.00
$30.00
Data Manager
$95.00
QAQC Data Manager
$95.00
$95.00
FEMA Reimbursement Manager
$165.00
Snr FEMA Policy Advisor
$175.00
$195.00
Hazard Mitigation Specialist
$150.00
$170.00
Aerial Photo Packasge ( photos per
Aerial Photo Packasge ( photos per flight,
flight, Different location)
$500.00
Different location)
$500.00
$500.00
Photograph Copies (Duplicate of
Photograph Copies (Duplicate of Original
Original Approved Photo)
$35.00
Approved Photo)
$35.00
$35.00
Additional Photographs (per photo,
same flight, same location, different
Additional Photographs (per photo, same flight,
view)
$75.00
same location, different view)
$75.00
$75.00
Additional location (one photo, same
Additional location (one photo, same flight,
flight, different location)
$125.00
different location)
$125.00 1
$125.00
154
South Miami DP&O Proposed Title Responsibilities
*Public Assistance Coordinator (Prof. Director):
Debris Operations: Debris Management Logistics to ensure most time and cost efficient
procedures and process is maintained Monitor activities of the debris removal contractor and its
field staff to ensure ongoing compliance with applicable rules, regulations, policies, and
guidelines of FEMA, FHWA, NCRS, and any other applicable federal, state, and local agencies
at the time of the debris -generating event. Ensure all Debris Operations and costs are per FEMA
Debris Removal and Debris Management guidelines as well as the FEMA Public Assistance
Program Guidelines; inform Client and Staff of any updates. Perform FEMA Contract
Compliance and invoicing per Contracts line items. Assess /Review changes in Debris
Operations. Review daily progress reports; Prepare if needed any Reports for Manager and
finance Director.
Recovery Reconciliation: Ensures all Disaster costs records, emergency Contracts and Long
Term Recovery are per current FEMA PA -PPG rules and OIG (Office of Inspector General)
audit requirements. Approves final client FEMA project folders per FEMA EMMIE naming
convention and final submittals.
*Document Management per DP&O Recovery EOPs.
*Comprehensive final review spot check, reconciliation, and validation of debris removal
contractor(s) invoices prior to submission to the City for processing along with all debris removal
reconciliation records.
*Final spot check and approval of all FL, FE, Materials back up and scanned items a for FEMA
compliance and submittal.
*Approves PW tracking summary costs and quantities per Project per FEMA Category.
FEMA PA Portal- Approves for submittal per Project per FEMA Category -EEIs answers;
EMMIE document labeling and submittals document entry. Approves FEMA PDMG rep replies
to RFIs;
FEMA client representation and issues resolution.
*FEMA / FHWA Specialist: prepares all FDOT/FHWA Debris removal reimbursement forms
and reimbursement submittals; Assist with reconciliation of FHWY Debris removal records and
costs for FEMA final submittals.
*Proiect Manager
Debris Operations: Coordination of daily briefings, reporting of work progress, staff
assignments and other key items requested by the County. Refer to Section 1.A.I.Operational
Reports and Records Documentation.
*Scheduling, dispatching and logistical operations of all debris monitor staff, including debris
monitor supervisors, debris monitors, tower monitors, QA/QC reviewers and administration/data
155
2
entry.
*PM will review Zones and equitably established to ensure timely progression throughout the
affected area. The crew size and resources will be adjusted or modified as needed during removal
phase. PM will always seek ways to improve efficiency during the debris removal process. For
example, during debris removal, the eligible debris may be deemed cost effective to take directly
to a permitted landfill for disposal field
*PM performs Selection, hiring, training and deploying, monitors, tower monitors, debris monitor
supervisors, data entry and administrative staff, and QA/QC reconciliation staff. DP&O is
committed to hiring from the local talent pool on every contract.
*PM will Schedule assignments of monitor teams with debris contractor crews for both debris
removal and leaner/hanger/stump removal. Each debris removal contractor crew will have at least
one monitor per crew. PM will be sensitive to the need for flaggers when debris removal is in a
congested or busy area and provide flaggers for safety of the operation.
Truck and Equipment certification: all debris hauling vehicles shall be certified by PM or Asst
PM prior to assignment for debris removal. DP&O will complete a certification of each vehicle
using DP&O certification forms and documents
ADMS and manual Load Ticket preparation (See Attachment 1 Sample Load Ticket). PM will
thoroughly train monitor personnel on the use of the ADMS and the preparation of the load ticket,
but continue to do regular in field training to ensure that the monitor activities are operating
smoothly.
PM will track the location and coordinate the placement of monitors with Contractor and City
crews; respond to issues or problems that may develop in the field, including citizen complaints
or damage to commercial or residential property claims as a result of debris removal activities.
PM will Daily review and spot check of debris removal trucks and activities and especially photo
documentation, specifically of the hazardous stump removal process, hangers, leaners, or tree
removal and/or other special or unusual occurrences in the field. The team shall photograph every
stump, leaner and hanger and enter into a photo journal by day and by zone.
PM will prepare Operational Reports & Record Documentation
The DP&O Project Management team will prepare and submit operational reports to the County
representative(s) throughout the duration of the debris removal operations. Daily reports shall
document the debris contractors' activities and progress from the previous day.
Recovery Reconciliation:
* Document Management per DP&O Recovery EOPs.
-Establishes field to office coordination of daily filed logs — reviews for accuracy.
Resolves force labor and equipment discrepancies.
-Details/Review Disaster folders per FEMA category for accurate content, readability of
scanned documents.
156
3
-PW summary sheet updates with costs and quantities.
*Comprehensive review, reconciliation, and validation of debris removal contractor(s) invoices
prior to submission to the City for processing along with all debris removal reconciliation records.
*Force labor reconciliation with payroll ledgers, work orders per FEMA Category per FEMA
compliance.
*Force Equipment Reconciliation: Assigns FEMA costs codes to Equipment; recons with work
orders, and Force labor hours.
* Materials — Reviews or Creates Pre-Disater Inventory of Materials from manual records and
purchase receipts; Prepares post disaster materials costs reconciliation and data entry.
FEMA PA Portal- per Project per FEMA Category -EEIs answers; EMMIE document labeling
and submittals document entry. Assist with FEMA PDMG rep replies to RFIs
*FEMA Project Asst. Mgr (Asst PM);
Debris Operations:
*Reports to PM throughout Debris Removal Operations status of contractors, Force Equipment,
Field issues (Monitor, safety/traffic, Damages by Debris Removal contractor...).
*Upon Request of City- for trees from City Right of Way that damaged Private property -
Performs Right of entry permits for debris hazard removal, inspects site once complete and
maintains list of Right of entry approvals and final inspections.
*Asst PM will Schedule assignments of monitor teams with debris contractor crews for both
debris removal and leaner/hanger/stump removal. Each debris removal contractor crew will have
at least one monitor per crew. Asst. PM will be sensitive to the need for flaggers when debris
removal is in a congested or busy area and provide flaggers for safety of the operation.
*'Truck and Equipment certification: all debris hauling vehicles shall be certified by PM or Asst
PM prior to assignment for debris removal. DP&O will complete a certification of each vehicle
using DP&O certification forms and documents
*Verify Debris removal contractors for contract compliance, efficiency and regulatory
compliance:
1) Ensure all field operations are conducted safely and in accordance with contract
requirements. Verification that debris being picked up is a direct result of the disaster.
2) Ensure that ineligible debris, i.e. debris on private property or on non -County roads, is
not collected by the debris removal contractor, unless directed in writing by the County.
3) Verification that the contractor is working in their assigned contract areas.
4) Stopping work in progress, if necessary, to take corrective action for work not being
performed or documented in the appropriate manner. Such work will be evaluated for
nonpayment.
5) Inspecting work in progress to ensure that removal efforts include debris of the proper
type in the proper areas.
157
4
*responsible for reporting suspected contractor and subcontractor noncompliance with the
County debris removal contract.
*Approving all hazard limbs, tress, and stumps before crews begin work; coordinating with Field
Supervisor daily before operations.
*Daily Final Inspecting Field monitoring data for accuracy and comparing with Contractor Tickets
for any missing tickets.
*Post maps in a central location specified by the County that indicate the County specified Debris
Zones that will be updated by 10:00 am that indicate the progress of debris removal in that area.
Recovery Reconciliation:
* Document Management per DP&O Recovery EOPs.
-Gathers all field to office compiling and organizing of daily filed logs — reviews for accuracy.
Assists PM with Resolve force labor and equipment discrepancies.
-Prepares and Review Disaster folders per FEMA category for accurate content, readability
of scanned documents.
-PW summary sheet updates with costs and quantities.
*Comprehensive review, reconciliation, and validation of debris removal contractor(s) invoices
prior to submission to the City for processing along with all debris removal reconciliation records.
*Force labor reconciliation with payroll ledgers, work orders per FEMA Category per FEMA
compliance.
*Force Equipment Reconciliation: Assigns FEMA costs codes to Equipment; recons with work
orders, and Force labor hours.
* Materials — Reviews or Creates Pre -Disaster Inventory of Materials from manual records and
purchase receipts; Prepares post disaster materials costs reconciliation and data entry.
FEMA PA Portal- per Project per FEMA Category -EEIs answers; EMMIE document labeling
and submittals document entry. Assist with FEMA PDMG rep replies to RFIs.
*Field Supervisor Monitor:
Debris Operations:
*All debris hauling vehicles shall be certified prior to assignment for debris removal. DP&O will
complete a certification of each vehicle using DP&O certification forms and documents
*Debris monitor supervisors will conduct safety inspections on a regular, predetermined or
random basis of monitors, flaggers, debris pickup locations and trucks/crews to provide additional
assurance that proper safety oversight is performed. Corrections will be made immediately and
documented.
158
S
*Monitor supervisors review each monitor tickets, data, photos, and ensure accuracy
completeness and readability; ensure :Monitors are with assigned crews and doing their job.
*Gathers each monitor daily data/tickets/ticket ledgers and reviews with Asst. PM and PM at
close of each day for any missing tickets data.
*Ensures /Maintains separate documentation of debris removal for FHWA roads
*Debris Site / Tower Monitor: monitors will record all locations by GPS coordinate and where
possible the street address of all debris collected.
Load Tickets, hazard Tree and Limbs removal tickets: include the following information:
1. Date & Time
2. The GPS location (mandatory) and the street address of closest property, if
available
3. Type of Debris; or Hazard Tree, Hazard limbs
4. Vehicle Number
5. Vehicle Certified Capacity
6. Load Haul tickets: Percent of Volume Full, to be completed by the Tower
Monitor; Hazard Trees/ Stump diameter measurement;
7. Driver Name (printed) and signature
8. Field Monitor name (printed) and signature
9. Name of Subcontractor
10. Tower monitor name (printed) and signature
11. Photos/ photo # of hazard limbs, tress and stumps.
*Debris Site (TDSR Tower) - Monitoring tasks include:
1) Monitoring type of waste prior to entering debris management site;
2) Disposal Site / Tower Monitors will estimate the volume of loads on percentage basis of
debris collection vehicles and update the Load Ticket with the required information
documenting the load;
3) Ensuring safety and security of debris management site;
4) Document and report activities to the County which may require remediation, such as
fuel spills, hazardous materials, and other similar environmental concerns;
5) Document and report to the County any violations of the Department of Environmental
Protection's (DEP) debris site conditions. If DEP debris site conditions are violated, the
Contractor shall oversee tasks sufficiently to satisfy the remediation performed by the
Debris Removal Contractor. 159
0
6) Monitors will ensure that accurate, legible, and complete documentation is provided
through load tickets and other logs and reports, as required.
7) Certify completeness of all load tickets that enter into a disposal site;
8) Exit Site Monitors shall ensure all outbound trucks and trailers are fully discharged of
load prior to exit of the DMS.
*IT Supervisor: Inspects/spot checks, GPS locations and accuracy of GIS information on load
haul tickets, Hazard Limb and Trees gps data; Performs IT photos processing with gps locations.
*Data Entry Clerk:
Performs Data entry of the Debris'Removal Costs data including: ROW to DMS (Debris Site
Reduction) Load haul tickets, DMS to Disposal and or ROW to Final Disposal; hazard Trees and
limbs ticket data entry; Recover Data Entry -Force labor and Force Equipment data entry;
Materials data entry; Donated Resources data Entry and receipts filing.
*OAOC Data Manager: Pre -audits Data entry and ensures accuracy and completeness of all
debris removal data and disaster recovery costs (Emergency Repairs, force labor, force
equipment, materials, Contractors). All disaster costs data and associated documentation will be
entered and scanned per FEMA Project categories with supporting submittals and stored in
appropriate formats for use in the PA reimbursement process. All documentation and data
produced by DP&O will be in compliance with the requirements of FEMA, FHWA and other
applicable federal, state and local agencies.
*Document Management per DP&O Recovery EOPs. Assist Proj Director with
Long Term Recovery are per current FEMA PAPPG rules and OIG (Office of Inspector
General)
*Snr FEMA Policy Advisor: If necessary to involve FEMA Region IV at JFO and Region iV
level, Assist with any Local FEMA Region IV issues or delays in reviewing /approving City
projects.
*Hazard Mitigation Specialist: Identifies Eligible Hazard Mitigation Projects; works with PM
preparing Hazard Mitigation Grant management application ( Florida Local Mitigation and
Federal HMGP) with submittals required. Tracks HMGP program review and approval.
Monitors HMGP projects for FEMA, State compliance.
160
South Miami
1Ff1 ('11Y OF FtLASA'ti1 LIVING
REFERENCE CHECK:
DISASTER DEBRIS MONITORING SERVICES
PREPARED BY: PURCHASING DEPARTMENT
VENDOR: Disaster Program & Operations, Inc.
DATE: 08/22/18
REFERENCE:
CONTACT: Tom Benton
1. How is the vendor's quality of work?
It appears to be exce',ient nowever we rave just submtttac to ;:ENA and are awaiting trier, comments
2. Was the project scope/agreement for Debris Monitoring and the estimated project value?
The project scope was for debris monitoring and the tracking and submittal of all FEMA required paper work for the Village to receive maximum reimbursement
3. Was the back-up documentation provided by the vendor sufficient & accurate for FEMA
reimbursement?
We don't know yet we are waiting on FEMA to respond.
4. Is the project completed or ongoing?
Our Irma submittal to FEMA is complete. They are doing training and a grant submittal for us.
161
1
S. How is the vendors Response Time and communication with staff?
Excellent. They worked in our City Hall and kept us in the loop at all times.
6. Other Comments:
162
2
1
South Miami
THE CITY OF P! EASANT LIVING
REFERENCE CHECK:
PREPARED BY: PURCHASING DEPARTMENT
VENDOR:
DATE:
REFERENCE:
CONTACT:
1. How is the vendor's quality of work?
2. Was the project scope/agreement for Debris Monitoring and the estimated project value?
3. Was the back-up documentation provided by the vendor sufficient & accurate for FEMA
reimbursement?
4. Is the project completed or ongoing?
163
S. How is the vendors Response Time and communication with staff?
6. Other Comments:
164
- t.
South Miami
THE CITY OF Pl EASANT MING
REFERENCE CHECK:
DISASTER DEBRIS MONITORING SERVICES
PREPARED BY: PURCHASING DEPARTMENT
VENDOR: Disaster Program & Operations, Inc.
DATE:&L 1 , e)
j
REFERENCE. G' / I S i a- -A
CONTACT:)
1. How is the vendor's quality of work?�c,�
2. Was the project scope/agreement for Debris Monitoring and the estimated project value?
3. Was the back-up documentation provided by the vendor sufficient & accurate for FEMA
reimbutseme- --
f
4. Is the project completed or own-
-going?
- -f-f t .S
1 165
S. Now is the vendors Response Time and communication with staff?
- , 6 lu.-litt I
6. Other Comments:
A6
4j( t '%-.#
2 166
MIAMI DAILY BUSINESS REVIEW
Published Daily except Saturday. Sunday and
Legal Holidays
Mani, Mani County. Florida
STATE OF FLORIDA
COUNTY OF MIAMI•DADE:
Before the undersigned authority personally appeared
JORANA OLIVA, who on With says that he or she is the
LEGAL CLERK, Legal Notices of the Miami Daily Business
Review f/k/a Miami Review, a daily (except Saturday,
Sunday and Legal Holidays) newspaper, published at Miami
in Miami -Dade County, Florida; that the attached copy of
advertisement, being a Legal Advertisement of Notice in the
matter of
CITY OF SOUTH MIAMI - RFP CSM2018-14
in the XXXX Court.
was published in said newspaper in the issues of
07/ON2018
Afiiant further says that the said Miami Daily Business
Review is a newspaper published at Miami, in said Miami -Dad
e County, Florida and that the said newspaper has
heretofore been continuously published in said Miami -Dade
County, Florida each day (except Saturday, Sunday and
Legal Holidays) and has been entered as second class mail
matter at the post office in Miami in said Miami -Dade County,
Florida, for a period of one year next preceding the first
publication of the attached copy of advertisement and smart
further says that he or she has neither paid not promised any
person, firm or corporation any discount, rebate, commission
or refund for the purpose of securing this advertisement for
publication in the said newspaper.
4 �DUTJJ
U
9Z7 l "ca
'A27
r
.t.�0RIV
CITY OF SOUTH MIAMI
DISASTER DEBRIS MONITORING SERVICES
RFP CSM2018-14
SUBMITTAL DUE DATE:
JULY 25, 2018 AT 10:00 AM
SOLICITATION COVER LETTER
The City is hereby requesting sealed proposals in response to RFP #CSM2018.14,
"DISASTER DEBRIS MONITORING SERVICES." The purpose of this
Solicitation is to contract for the services necessary for the completion of the
project in accordance with the Scope of Services, (Exhibit 1, Attachment A)
and Eddbh A Respondent's Cost and Technical Proposal, or the plans
and/or specifications. it any, Scope of Services, (Exhibit 1; Attachment
B, C, D and 4 described in this Solicitation (hereinafter referred to as
'the Project' or "Project").
Interested persons who -wish to respond to this Solicitation can obtain the
complete Solicitation package at the City Clank's office Monday through
Friday from 9:00 a.m. to 5:00 p.m. or by accessing the following webpage:
http://www.southmiamifl.gov/ which is the City of South Miami's web
address for solicitation information.
Sealed Proposals must be received by Office of the City Clerk, either
by mail or hand delivery, no later than 10:00 A.M. local time (the
"Closing Date") on July 25, 2018. Any Proposal received after 10.00 a.m.
�/A local time on said date will not be accepted under any circumstances.
I V" Hand delivery must be made Monday through Friday from 9 A.M. to 5 P.M.,
unless a different time is provided above for the Closing Date, to the
Svrom to a ubscribed before me this office of City Clerk.
2 day JULY, . 201e Nkenge A. Payne. CMC
City Clerk
City of South Miami
(S L) 712 18-60/000=0022M
JORANA OLIVA personally known to me
^:':a'." BARBARATHOMAS
5q+ - Commission # GG 121171
*W Expires November 2, 2021
•. 7::••J Banded Rxu Troy Fain Integra, 800.195.7019
167
Member Name City of South Miami
RFP-RFP #CSM2018-14-0-
Bid Number 2018/SK
DISASTER DEBRIS
Bid Name MONITORING SERVICES
2 Document(s) found for this bid
6 Planholder(s) found.
276 Notified
Supplier Name
Address 1
City
State
Zip
Phone
Attributes
Ask IT Consulting Inc.
33,Peachtree ST.,Suite,
Holtsville,
NY
11742
3368963687
Construction Aggregates Corp
IT Services
4193 Bramblewood Loop
Spring Hill
FL
34609
4078820288
Construction Journal, Ltd.
400 SW 7th Street
Stuart
FL
34994
8007855165
EE&G Environmental Services,
LLC
5751 Miami Lakes Drive
Miami Lakes
FL
33014
3053748300
Environmental Science
Associates (ESA)
550 Kearny Street, Suite
800
San Francisco
CA
94108
4158965900
Link Systems LLC
292 Tuska Reserve Cove
Casselberry
FL
32707
4074010031
1. Small
Business
•:
7/26/2018 Detail by Entity Name
i
s
®r ( l r
1WF
:.. _
pgpartrnent of State / Division of Co rr�o @lion$ / Search Records / Detail lay Dacurnent umber /
Detail by Entity Name
Florida Profit Corporation
DISASTER PROGRAM & OPERATIONS, INC.
EWng Information
Document Number
P15000039932
FEI/EIN Number
47-3936181
Date Filed
05/04/2015
State
FL
Status
ACTIVE
Last Event
REINSTATEMENT
Event Date Filed
10/05/2016
Principal Address
10033 Sawgrass Dr. W
121
PONTE VEDRA BEACH, FL 32082
Changed: 03/02/2018
Mailjn9 Address
10033 Sawgrass Dr. W
121
PONTE VEDRA BEACH, FL 32082
Changed: 03/02/2018
&gistered Agent Name & Address
Disaster Program & Operations, Inc.
10033 Sawgrass Dr. W
121
PONTE VEDRA BEACH, FL 32082
Name Changed: 10/05/2016
Address Changed: 03/02/2018
Officer/Director Detail
Name & Address
Title President
[)I%ISII tN OF CORPORATIONS
I BENIGNI, GABRIELLE
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&direction'Type=lnitial&searchNameOrder=DISASTER.
169
1/2
7/26/2018 Detail by Entity Name
i UUoo z iawgrass ur. vv
121
PONTE VEDRA BEACH, FL 32082
Title CEO
Copenhaver, John
10033 Sawgrass Dr. W
121
PONTE VEDRA BEACH, FL 32082
Title COO
Guillama, Noel J.
10033 Sawgrass Dr. W
121
PONTE VEDRA BEACH, FL 32082
Title Chief Information Officer
Wood, Laurie
10033 Sawgrass Dr. W
121
PONTE VEDRA BEACH, FL 32082
Title Chief Technical Officer
O'Dell, John
10033 Sawgrass Dr. W
121
PONTE VEDRA BEACH, FL 32082
Annual Reg�mk
Report Year Filed Date
i
2016 10/05/2016
2017 05/01 /2017
2018 03/02/2018
i
Document Images
03/02/2018 —ANNUAL REPORT View image in PDF format
05/01/2017 — ANNUAL REPORT View image in PDF format
10105/2016 — REINSTATEMENT View image in PDF format
05/04/2015 — Domestic Profit View image in PDF format
170
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder=DISASTER... 2/2
2018 FLORIDA PROFIT CORPORATION ANNUAL REPORT
DOCUMENT# P15000039932
Entity Name: DISASTER PROGRAM & OPERATIONS, INC.
Current Principal Place of Business:
10033 SAWGRASS DR. W
121
PONTE VEDRA BEACH, FL 32082
Current Mailing Address:
10033 SAWGRASS DR. W
121
PONTE VEDRA BEACH, FL 32082 US
FEI Number: 47.3936181
Name and Address of Current Registered Agent:
DISASTER PROGRAM & OPERATIONS, INC.
10033 SAWGRASS DR. W
121
PONTE VEDRA BEACH, FL 32082 US
FILED
Mar 02, 2018
Secretary of State
CC7850603842
Certificate of Status Desired: Yes
The above named entity submits this statement for the purpose of changing its registered once or registered agent, or both, in the State of Florida.
SIGNATURE: GABRIELLE BENIGNI 03/02/2018
Electronic Signature of Registered Agent Date
Officer/Director Detail :
Title PRESIDENT
Name BENIGNI, GABRIELLE
Address 10033 SAWGRASS DR. W
121
City -State -Zip: PONTE VEDRA BEACH FL 32082
Title C00
Name GUILLAMA, NOEL J.
Address 10033 SAWGRASS DR. W
121
City -State -Zip: PONTE VEDRA BEACH FL 32082
Title CHIEF TECHNICAL OFFICER
Name O-DELL , JOHN
Address 10033 SAWGRASS DR. W
121
City -State -Zip: PONTE VEDRA BEACH FL 32082
Title CEO
Name COPENHAVER,JOHN
Address 10033 SAWGRASS DR. W
121
City -State -Zip: PONTE VEDRA BEACH FL 32082
Title CHIEF INFORMATION OFFICER
Name WOOD, LAURIE
Address 10033 SAWGRASS DR. W
121
City -State -Zip: PONTE VEDRA BEACH FL 32082
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my, electronic s!gnature shall have the same Legal effect as if made under
oath. that I am on ofecer or director of Me corporation or the receiver or trustoo empowered to execute this report as required by Chaptor 6G7, Florida Statutes. and that my name appears
above, or on an attachmant with aU other like empowered.
SIGNATURE: GABRIELLE BENIGNI PRESIDENT 03/02/2018
Electronic Signature of Signing Officer/Director Detail
Date
171
MIAMI DAILY BUSINESS REVIEW
Published Daily except Saturday. Sunday and
Legal Holidays
Miami, Miami -Dade County. Florida
STATE OF FLORIDA
COUNTY OF MIAMI-DADE:
Before the undersigned authority personally appeared
GUILLERMO GARCIA, who on oath says that he or she is the
DIRECTOR OF OPERATIONS, Legal Notices of the Miami Daily
Business Review Mae Miami Review, a daily (except
Saturday, Sunday and Legal Holidays) newspaper.
published at Miami In Miami -Dade County, Florida: that the
attached copy of advertisement, being a Legal Advertisement
of Notice in the matter or
NOTICE OF PUBLIC HEARINGS - CITY OF SOUTH MIAMI -
(MEETING DATE CHANGE)- SEP. 20, 2018
in thexxxx Coen,
was published In said newspaper in the Issues of
09/1012018
ARant further says that the said Miami Daily Business
Review is a newspaper published at Miami, in said Miami -Dad
e County, Florida and that the said newspaper has
heretofore been continuously published in said Miami -Dade
County, Florida each day (except Saturday, Sunday and
Legal Holidays) and has been entered as second class mail
matter at the post office in Miami in said Miami -Dade County,
Florida, for a period of one year next preceding the first
publication of the attached copy of advertisement; and atnent
further says that he or she has neither paid nor promised any
person, firm or corporation any discount, rebate, commission
or refund for the purpose of securing this advertisement for
publication in the said newspaper.
GUILLERMO GARCIA personally known to me
ffij
a` '�`- 21111
t, , 2021
'„a:Ltg+° Mumots-785-1g19
L p,�
Cv t
i
ma,mrorwe.
192�
CITY OF SOUTH MIAMI
NOTICE OF PUBLIC HEARINGS
(MEETING DATE CHANGE)
NOTICE IS HEREBY given that the City Commission of the City of South
Miami, Florida will conduct Public Hearing(s) at its regular City Commission
meeting scheduled for Thursday,, September 20, 2018, beginning at 7:00 p.m.,
in the City Commission Chambers, 6130 Sunset Drive, to consider the
following hem(s):
A Resolution authorizing the City Manager to enter into multi -year
contract with Disaster Program & Operations, Inc, for disaster debris
monitoring services.
A Resolution ratifying the three-year Collective Bargaining Agreement
for police officers and sergeants between the Florida State Lodge
Fraternal Order of Police Inc. and the Cityaf South Miami and authorizing
its execution by the City Manager.
An Ordinance amending the City of South Miami Cade of Ordinances,
Chapter 17 titled "Streets and Sidewalks'. Article I, Sec. 17-10.1. fitted
`Guidelines for naming City property, and roadways'
An Ordinance amending the City of South Miami Land Development
Code, Chapter 20 Article IV, Section. 20-4.5.1 subsection A paragraph 13)
concerning tree mitigation fee.
ALL interested parties are invited to attend and will be heard.
For further informalion, please contact the City Clark's Office at: 305-663-6340,
Nkenga A. Payne, ClAr
City Clerk
Pursuant to Florida Statutes 286.0105. the City hereby advises the public
that if a person decides to appeal any decision made by this Board, Agency
or Commission with respect to any matter considered at its meeting or
hearing, he or she -will need a record of the proceedings, and that for such
purpose, affected person may need to ensure that a verbatim record of the
proceedings is made which record includes the testimony and evidence
upon which the appeal is to be based.
9r10 18-77/0000345838M
172