HomeMy WebLinkAboutAwardDate:
January 20, 2016
Memora
To: Honorable Chairman Jean Monestime
and Members Board of Conty Com issioners
From: Carlos A. Girnenez
Mayor
t
Agenda Item No. 8(F)(9)
S ct: Recommendation for Approval ° ard: Disaster Debris Re al Monitoring Services
Contract — Request for Proposals No. 00172
Recomm endation
It is recommended that the Board of County Commissioners (Board) approve the award of Request for
Proposals No. 00172, Disaster Debris Removal Monitoring Services to Tetra Tech, Inc, (Tetra) for the
delivery of such monitoring services on behalf of the Parks, Recreation, and Open Spaces and Public
Works and Waste Management departments, The departments will use this contract to support the
oversight and management of debris recovery contractors following disaster events.
Tetra's responsibilities in the management of debris recovery contractors includes, but Is not limited to,
field monitoring of debris reduction and removal, truck certification, damage assessment, training, and
emergency planning. Tetra will also be responsible for preparing and submitting public assistance
applications on behalf of the Ccunty to the Federal Emergency Management Agency (FEMA), the State
of Florida, and other relevant agencies for disaster recovery efforts.
Under the contract, Tetra shall hire and utilize a local workforce to provide the services,
Scope
The impact of this item is countywide in nature.
Fiscal InipactfFundinq Source
The contract allocation will only be used if needed and is an estimate based on historical data from
previous debris removal monitoring efforts. The solicitation specified that the County makes no
guarantees as to the volume of work or value of any contract the awarded vendor would receive. The
fiscal impact for the five-year termis estimated to be $90,000,000. Should the County choose to exercise
the single five-year option to renew, (he estimated cumulative value will be $180,000,000,
The current contract, RFQ99, is valued at $150,020,000 for eight (8) years. The annual allocation under
the replacement contract has been reduced slightly due to lower rates for the solicited services, Costs
for services are initially paid by the County and then are subsequently submitted to the State of Florida
and/or FEMA for reimbursement, Therefore, the funding source is determined at the time of need,
Departrnent Alloeation - FuridingSource Contract Manager
' 1 ,
Parks, Recreation, and Open Spaces $15,000,000 Determined as needed Bill Solomon
Public Works and Waste Management 75,000,0°0 Determined as needed OlgaEspinosa-Anderson
Total $90,000000
Track Record/Monitor
th Goldsmith of the Internal Services Department is the Procurement Contracting Officer,
Be
Honorable Chairman Jean iV)onestirne
and Members, Board of County Commissioners
Page 2
Delegated Authority
If this item is approved, the County Mayor or County Mayor's designee will have the authority to exercise
all provisions of the contract, including any extensions or renevvais, pursuant to Section 2-8.1 of the
County Code and Implementing Order 3-38.
Vendor Recommended for Award
A Request for Proposals was Issued under full and open competition on December 12, 2014, Seven (7)
proposals were received in response to the solicitation. This method of award was used to obtain the
best value to the County by conducting a qualitative review of proposals, including qualifications,
experience, and technical capability, The recommended vendor has substantial qualifications and
experience and has proposed a robust electronic, automated tracking and reporting system to meet the
needs of the County. Under the current contract, three (3) vendors are awarded. The replacement
contract is being awarded to a single vendor due to changes in technology and the industry. Paper
ticketing, tracking, and reporting have been replaced by the use of an automated electronic system, By
awarding to a single vendor, the County will be able to standardize the use of a single system and produce
uniform reporls, providing more effective and efficient management.
Awardee
Address
Principal
Tetra Tech, Inc.
475 E. Foothill Boulevard ,
Pasadena, CA
William R. Brownlie
Vendors Not Recor n ended for Award
Proposers
. Reason for Not Recommendln
Evaluation Sciores/Ranling
• ,
CB&1 Environmental & Infrastructure, Inc,
CDR Maguire, Inc,
MetricEngineering, Inc.
Rostan Solutions, LLC
_
True North Emergency Management, LLC
Witt O'Briens, LLC
Due Diligence
Pursuant to Resolution No, R-187-12, due diligence was conducted in accordance with the Internal
Serves Department's Procurement Guideiines to determine contractor responsibility, including -verifying
corporate status and that there are ho performance or compliance issues. The lists that were referenced
include convicted vendors, debarred vendors, delinquent contractors, suspended vendors, and federal
excluded parties. There are no adverse findings relating to contractor responsibility.
Applicable Ordinances and Contract Measures
• The two (2) percent User Access Program provision does not apply due to the federal reimbursement
requirements,
• The Small Business Enterprise Selection Factor andLocal Preference do not apply due to the federal
reimbursement requirements,
• The Living VVago Ordinance does not apply.
Attachment
Edward Marigu
Deputy Mayor
EMORAND
(Revised)
TO: Honorable Chairman Sean Monestime
and Members, Board of County Commissioners
.
FROM: b ga
Conn ttorney
DATE:
January 20, 2016
SUBJECT: Agenda Item No. 8(F) (9)
Please note any items checked.
"3-Day Rule" for cornmittees applicable if raised
6 weeks required between first reading and public hearing
4 weeks notification to municipal officials required prior to public
hearing
Decreases revenues or increases expenditures without balancingbudget
Budget required
Statement of fiscal impact required
Statement of social equity required
Ordinance creating a new board requires detailed Comity Mayor's
report for public hearing *.
No committee review
Applicable legislation requires more than a inajority vote (i.e., 2/3's
3/5's 1113 artimous ) to approve
Current information regarding funding source, index code and available
balance, and available capacity (if debt is contemplated) required
M1AM
ROADMAP
CONTRACT No. RFP-00172
DISASTER DEBRIS REMOVAL MONITORING SERVICE
Purchasing Instructions:
A. Award Description
Expires 12 2020
This contract was established to support the oversight and management of debris recovery
contractors following disaster events.
The Contractor will support the oversight and management of debris recovery contractors and submit
and/ or assist in County applications for public assistance from FEMA, the State of Florida and other
relevant agencies. The Contractor shall provide oversight and management of debris recovery
contractors. The Contractor's management of debris recovery contractors shall include, but is not
limited to: field monitoring of debris removal and reduction, truck certification, damage assessment,
training, emergency planning and other related services as needed and/or requested by the County.
Other related services include facilitating communication with the Federal Emergency Management
Agency (FEMA), the State of Florida and other federal agencies and coordination with state's FEMA
liaison. Finally, the Contractor shall submit and/or assist in the submission of County applications for
public assistance from FEMA, the State of Florida and other relevant agencies.
II. Awarded Vendor:
Vendor FEIN
9 414 4 - 01
Vendor Name
Tetra Tech Inc.
III. Special Notes/Instructions:
Address
2301 Lucien Way Suite 120
Maitland, FL 32751
Contact
Betty Kamara
Phone: 321-441-8518
Fax: 321-441-8501
Email: betty.kamara.com
Services under this contract shall be provided in accordance with Appendix A.
Hourly Ceiling Rates
Hourly rates are inclusive of all out of pocket expenses, material, travel, per diem and
miscellaneous cost and fees.
Positi on
Project Manager
Hourly Rates
$75.00
Operations Manager/Assistant Projec
FEMA Reimbursement Manager
Manager
Field Supervisor
$57.00
$59.0(
$37.50.
Truck Certifier
Staff Scheduler/ Truck Dispatcher
Damage/Debris Assessment Specialist
Collection Monitor
Disposal Monitor
$33.50
$29.00
$3,8,00
$33.50
$33.50
Page 1
MIAM
CUM
ROADMAP
CONTRACT No. RFP-00172
DISASTER DEBRIS REMOVAL MONITORING SERViCE
Flagman / Traffic Controllers
$29.00
Expires 12/31/2020
Data Clerk
$0.00
Engineer/Scientis
$72.00
GIS Specialist
$53.00
Administrative Assistant
$29.00
Data Manager
$59.00
Health and Safety Manager
$64.00
ADMS Ticketing Specialist
$67.00
Public Assistance Analyst
$95.00
IV. Event Log:
Event
No.
Date
Description
Officer
Page 2
MIAMI-DADECOUNTY, FLORIDA CONTRACT NO. RfP-0VY72
APPENDIX A— SCOPE OF SERVICES
Backqround
Communities with ndebris management p|onanebothmrpreparoUtorestonaoub|ioawrvicasand
ensure the public health and safety in the aftermath of disaster, and are batter positioned to
receive the full level of assistance available from FEyWA and other participating entities. The
County is soliciting proposals for disaster debris nanmovo| monitoring services to support the
oversight and management of debris recovery contractors and submit and/ orassist in County
applications for public assistance from FEMA, the State of Florida and other relevant agencies.
The Contractor shall have a comprehensive understanding of FE,MA Public Assistance Program
and shall provide oversight and management of debris recovery contractors. The Contractor's
management of debris recovery contractors ehm|| include, but is not limited to: field monitoring
of debris na/muve| and roduction, truck certification, damage ennesonnent, tnaining, emergency
planning and other related services as needed and/or requested by the County. Other related
oan/ioes include facilitating communication with the Federal Emergency Management Agency
FEMA\. the State of Florida and other federal agencies and coordination with sta\e's FEyWA
liaison. Finally, the Contractor shall submit and/or assist in the submission of County
applications for public assistance from FEMA. the State ofFlorida and other relevant agencies.
Services to be Performed
A. Project Management: The Contractor shall:
1. Provide trained staff and necessary equipment to properly provide the
services outlined throughout this solicitation. The Contractor's equipment
shall include, but not be limited to personal protective equipment (e.g., traffic
vest, herd hat, g|ov8s, ato.), safety equipment (o.g.' traffic cones, barrioadeo,
etc.), tnanopodat|on, and electronic and telecommunication devices (e.g.,
digital cameras, tablets, lap tops, communication devices, Global Positioning
Systems (GpG)eto.\a1noadditional cost 10the County.
2. Monitor and manage the debris recovery contractors. The Contractor shall
schedule work for all project management team members and debris
recovery contractors on a daily basis.
3. Determine the impact and magnitude of the disaster event before federal
assistance is requested, identify damaged locations and facilities, prepare
pre and post disaster estimates of debris qountitien, document eligible costs
and describe the physical and financial impact ofthe disaster,
4. Aeoi n a Project Manager (PM) and on Operations Manager (OM). The PM
shall be assigned as the point of contact. The (]M shall oversee
and manage each debris recovery contractor and nheU be supported by
Field Supervisors.
o. At the discretion of the County, the PM may be physically located in the
Counb/s—rEnoeqJency—QpmroUnns—Center—(E(]C)—nr--other—lonetimn
specified by the County. The PM shall be supported by the full array of
Contractor's resources to enhance efficiency and expedite deliverables.
Page 29of48
Rev. 7/14/2015
CONTRACT AWARD SHEET
Internal Services Department
Procurement Management Services
DIVISION
BID NO.: RFP-001.72
TITLE: DISASTER. DEBRIS REMOVAL MONITORING SRVS
CURRENT CONTRACT PERIOD: 02/11/2016 through 12/31/2020
Total # of OTRs: 1.
Bid No. RFP-00172
Award Sheet
PREVIOUS BID NO.: RFQ99-3(3)
MODIFICATION HISTORY
Bid Na RFP-001.72
Award Sheet
NI Notes
APPLICABLE ORDINANCES
LIVING WAGE: No UAP: No IG: Yes
OTHER APPLICABLE ORDINANCES:
CONTRACT AWARD INFORMATION:
No Local Preference No Micro Enterprise No Full Federal Funding No Performance Bond
No Small Business Enterprise (SBE) No PTP Funds No Partial Federal Funding No Insurance
Miscellaneous,
REQUISITION NO.:
PROCUREMENT AGENT: NATALYA VASIL"k`EVA
PHONE: 305 375-4725 FAX:
EMAIL: NATALYA.VASILYEVAI {IAM➢DADE.GO'
DEPARTMENT OF PROCUREMENT MANAGEMENT
DIVISION
Page 1 of 3
]31d No. RFP-00.1.72
Award Sheet
VENDOR NAME: TETRA TECH INC
DSA:
FEIN: 954148514 SUFFIX : 01
STREET: 2301 Lucien Way, Suite 120
FO.B_TERMS; DEST-P
PAYMENT TERMS: NET30
CHY:. ORLANDO
32751
ST: FL ZIP:
DELIVERY:
TOLL PHONE: -
ENDOR INFORMATION:
CERTIFIED VENDOR
ASSIGNED MEASURES
ocal Vendor
SBE
Micro Ent.
Set Aside
Selection FEictor
Bid Pref.
Goal
Other
Vendor Record Verified?
•
Vendor Contacts:
Name
NPhonel Phone2
Fax
Entail Address
karimerniro@tetratech.com
Belly A Kamara 321-4418518
321-44 18501
See Contract attached.
em # Description
ITEIIIS AWARDED Section;
End ofiTEMS AWARDED Section
A ARD INFORMATION Section,
BCC Award: No DPN1 Award: No
BCC Dale: 01/20/2016
DPM Date: 08/28/2015
Contract Amount: S 90,000,000.00
dditional items Allowed:
Special Conditions:
Agenda Item No.: 8(9(9)
DEPARTMENT OF PROCUREMENT MANAGEMENT
DIVISION
Page 2 of 3
Bid No. RTP-00I72
BPn INFORMA°T'ION Secti
Award Sheet
ABCW1.600270
Commodity ID
Commodity Name
990 30
_
DISASTER RELIEF SERVICES
Department
Department Allocation
PR
$15,000,000.00
SW
_.....a
$75,000,000.00
End ofBPO Inforrraation Section
DEPARTMENT OF PROCUREMENT MANAGEMENT
DIVISION
Page 3 of 3