Loading...
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