Loading...
DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES - PIGGYBACK CONTRACT WITH PINELLAS COUNTY fHRti\ COffOAI\TE Chantilly VlRlINIA 0 FFlCES Chantilly Bridgewater FrederickSJurg lBesburg Rchmond Virginia Beach Wincheeter Woodbridge lJ\oo Al\TORES Chantilly FrederickSJurg MARl'U\NO 0 FFlCES Baltimore Columbia Frederick Germantown HolI~od WESrVlRlINIA OFFICE; MartinSJurg T BOO.556.A-lRA. T 757.497.7472 F 757.497.0250 Patton Harris Rust & Associates, pc Engineers. Surveyors. Aanners. Landscape Architects. July 10, 2006 Mr. Tom Downes, Director City Of Clearwater, Florida Solid Waste/General Services Department 1701 Hercules Avenue Clearwater, FL 33765 Reference: Piggybacking on the Pinellas County, Florida Disaster Debris Monitoring Management & Consulting Services Dear Mr. Downes: This letter is in response to your request to piggyback on the Patton Harris Rust & Associates (PHR + A) contract for Disaster Debris Monitoring Management & Consulting Services with Pinellas County, Florida. The Pinellas County contract was signed on July 14,2005 between Pinellas County and PHR+A. The contract was awarded following a competitive bid process in response to Pinellas County's Request for Proposal No. 045-370-P, Disaster Debris Monitoring Management & Consulting Services. The contract will remain in place for a period of sixty (60) months from July 14, 2005. This contract may be renewed for two (2) additional twenty-four (24) month period(s) after the initial contract period. PHR + A agrees to support the City of Clearwater in piggybacking on the Pinellas County contract for Disaster Debris Monitoring Management & Consulting Services. All prices and services identified in the Pinellas contract will be upheld for the City of Clearwater. If you have any questions concerning this letter, please do not hesitate to contact me. Respectfully Submitted, Patton Harris Rust + Associates A Professional Corporation ~ day of ,2006. By: ;::u. 195 S. Rosemont Rd Suite 101 Virginia Beach, VA Printed Name: 23452 William B. Horne II City Manager Title " Attorney AGREEMENT THIS AGREEMENT, made and enlered into th;s zt! day OIQ/ eLl" . ,200$, by and between PINELLAS COUNTY, a politIcal subdivIsion of the State of Flor~ hereinafter referred to as the Pa tton Harris Rust & ASf;ociates "County", represented by its Board of County Commissioners, and Virginia .ileac-n. Virginia, hereinafter referred to as the "Contractor". WITNESSETH: WHEREAS, County has previously determined that it has a need for DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVlCES;and WHEREAS. County, after soliciting competitive proposals for such services pursuant to Pinellas County Request for Proposal, RFP No. 045.370-P (hereinafter Request for Proposal or RFP), County has awarded this contract to Contractor; and WHEREAS, Co/,tractor has represented that. it is "bleto satisfactorily provide the servlcl;>s according to the terms and conditions of the Request for P~oposal. which are incorporated herein t\y -~ference, and the terms and conditions contained herein; aF':! I~OW THEREFORE, in consideration of the above and mutual covenar;ts contained herein, the parties agree as follows: 1. Services to be Performed. The Contractor hereby agrees to provide the County with DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES. as requested and morespecificaUy outlined in the Request for Proposal, this Agreement and all subsequent oftjc.ial documents that form the Contract Documents for this Agreement 3. T e@of Aa~mentlOotion ot Rev~W~. Services performed pursuant to this Con tract shall commence upon execution of thIS agreement and continue for a period of SIXTY (60) months, unless canceled or terminated as provided herein. This Contract may be renewed, by written agreement of the parties, for TWO {2} additional IWENTY...FOUR {24) monthperiod{s) after the initial contract period. This option shE\ii be exercised only if all discounts/prices, terms and conditions remain the same, and approval is granted by the County Administrator. F:\USERS\ATTl \,\tykb.' (J, WI'OOCS\l'urcha-,inE\OiSa$tl;r tkbris A~eelnc:,tt.dnc t~l prinl1:d JIIS{zOG5 10:-17 A.\>! - 1. 4. Amendment of the Contract. This Contract may be amended only by mutual written agreement of the parties. 5. AsskmmentlSubcontractinQ. The Contractor shall perform this contract No assignment or subcontracting shall beaUowed without the prior written consent of the County. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the County Within thirty {3D) business days of Contractor's notice of such action or upol;l the occurrence of said action, whlchever occurs first. The right to termInate this contrac~, which shall no~ be unreasonably exercised by the I County, Shall include. but not be limited to, instances in which a corporate acquIsition and/or merger represent a conflict of Interest or are contrary to any local. stat~ or federal laws. Action by the County awarding a proposal to a proposer which has disclosed Its inteQt to assign or subcontract in its response to the RFP. without exception shall constitute approval for purposes of this Agreement. 6. CanceJfatlo9. Pinellas County reserves the right to ~ncel this Contract. ~thoutcaU$e, by glving thirty(30)dt:1ysprior written notice to the Contractor of t~e intention to cancel. or with cause if at anY time the Contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of the Contractor to comply 'oVlthnnyof the provisions of this contract shall be considered a material breach of contract and shall be cause far immediate termination of the contract at the discretion of Pinellas County. In addition to all other legal remedies available to County, County reserves the right to cancel and obtain from another source any services which have not beeniprovided within the period of Ume stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order or request, as determined by County. In addition, in the event that sufficient budgeted funds are not available for a new fiscal period, the County shall notify the Contractor of such occurrence and the Contract shall terminate on the last day of the then current fiscal period without penalty or expense to the County. 7. Compensation. As compensation for the Contractor providing services to the County as described heretn, the County shall pay the Contractor in arrears, based on the submission of invoices for work done. All payments shall be made in accordance with the Florida Prompt Payment Act, Fla. Stat. 9218.70, eeL sea. F:\USERS\;\T'I'V\."'tykb49\\\'PDOCS\Purch~sing\Dis:n-5t(:r fJ~hrfs Agreemcnt.doc [Alst printed 3l18J2{)05 I 0;47 A~\'f .2. 8. Permits! Licenses. Contractor must secure and maintain any and all permits and licenses rl!!quired to complete this contract 9. Audlt. The Contractor shall retain all records relating to this contract for a period of at least three (3) years after final paymenUs made. All records shall be kept in such a way as will pennit their inspection pursuant to Chapter 119, Florida Statutes. In addition. Pinellas County reserves the right to audit such records pursuant to Pinellas County Code, Chapter 2. 10. Minimum Insurance ReQuirements. The Contractor must maintain insurance in at least the . amounts required in the Request for Proposal throughout the term of this contract. 11. Indemnification. Contractor shalllndemnlfy, pay the cost of defense, including attorneys' fees. and hold harmless the County from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person. persons or property by or froin the said Contractor; or by, or In consequence of any neglect in safeguarding the work; or by the use of unacceptable materials in the construction of improvements; or by or on account of any act or omission, neglect or misconduct of the said Contractor: or by, or on account of, any claim or amounts recovered under the "VJorkers' CompE"nsatlon law" or of any other laws,by-Jaws, ordinance, order or dec(p... -~~;.. only such injury or damage as shall have been occasione<.l by the sole negligence of the County. The first ten dollars ($10.00) of compensation received by the Contractor represents specific consideration for this indemnification obligation. 12. Goveminq law. The laws of the State of Florida shall govern this Agreement 13. Independent Contractor status and Compliance with the ImmiQratlon Reform and Control Ad of 1986. The Contractor is and shall remain an independent contractor and 1$ neither agent. employee, partner, nor joint venturer of County. Contractor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Actof 1986 located. at 8 U.S.C. 1324. at seQ., and regulations relating thereto, as either maybe amended from lime to time. Failure to comply with the above provisions shall be considered a material breach and shall be grounds for immediate termination of the Contract, at the discretion of Pinellas County. 14. Severability. The terms and conditIons of this agreement shall be deemed to be severable. Consequently, If any clause. term, or condition hereof shall be held to be illegal or void, such determlnation shall not affect the validity or legality of the remaining terms and conditions, and F:\l]SERS\A'n'{I.';"I)kb~9\WPDOCS\PIl~ch;IDng\Disaster Debris Agrecmcni.doc Last printed 3118.2005 10:47 A1\.j ".J .. notwithstanding any such determination, this agreement shall continue in full force and effect unless the particular clause, term, or condition held to be illegal or void renders the balance of the agreement impossible of perform. 15. Documents ComprisinQ Contract. The Contract shall indude this Agreement for DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES, as well as the following documents, which are incorporated herein by reference. a. Pinellas County's Request for Proposal and all of its addenda and attachments issued on MARCH 25 . 2005: b. Contractor's Certificate of Insurance required in,Section C of the Request for Proposal; and c. Contractor's Proposal. If there is a conflict bet\Neen the terms of this Agreement and the above referenced documents, then the conflict shall be resolved as follows: the terms of this Agreement shall prevail over the other documents, and the terms of the remainIng doeuments shall be given preference in their above listed order. F:\L'SERS\ATTY'''\lyl.bcl9\WI'DOCS'.PiJ.tchasing\DI$<iSlCr D.;lJrh A~'Tt:emcnt.d'>c ust printed 3/l1li2005 10:47 AM .4. IN WITNESS WHEREOF the parties hetein have exeouted this Agreement for DISASTER ! DEBRIS [\.'!ONITORING MANAGEMENT & CONSULTING SERVICES pursuant to RFP No. 045-370-P as of t.he day and year first written above, :':1::- 1 ',Ie " ,J, r ~~ ~ ~ ~-, t ~ ~ t. , , ,'".. . \ ',""' ATTEST: .; . . :kE~E '., . '2, [,:kesting~~ .. ,.;,ft. t'__. _ "",~,,-.-.:_~'T' 1.- _' ..,' " .:,>'AFsFlBRYJ.;O. AS TO.FORM ',:StaEl~EGTT:OP~OPER EXECUTION: ,,~-' :-;'. l ~ . ,~ [Corporate Sea I] A~:S.T....... ~ ~~ '~ . By: !. .... (AUeSting \!\Ijtn~me . Ie) - APPROVED AS TO FORM: i{;r~tld~~ ctf'a.1.JA.("J2 ffjce of the County Attorney f:\USERS',,t\ TTY\Atykb49\WPDOCS\PllIch<t.sjng\Disa~cr lXbris Agreement.doc UIsl printed 3/18/2005 10:47 AM .5. Consent Agenda o BO:~I:~ ~~:~ C07NERS DATE: June 28,2005 AGENDA ITEM NO. 111'. Public Hearing 0 (7 County Administrator's Sianature: Jll(4~ Subiect: Award of Proposal -' Disaster Debris Monitoring Management & Consulting Services Contrac;t No. 045-370-P (MD) Department: Utilities I Purchasing Staff Member Responsible: Pick Talley I Joe Lauro Recommended Action: I RECOMMEND THE BOARD OF COUNTY COMMISSIONERS (BOARD) AWARD THE PROPOSAL FOR DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES TO PATTON HARRIS RUST & ASSOCIATES, VIRGINIA BEACH, V1RGINIA. ON THE BASIS OF BEING THE MOST RESPONSIVE PROPOSAL RECEIVED. IT IS FURTHER RECOMMENDED THAT AFT~R PROPER EXECUTION OF THE AGREEMENT BY THE CONTRACTOR, AND AFTER WRITTEN i~PPROVALAS TO FORM BY THE OFFICE OF THE COUNTY ATTORNEY, THE CHAIRMAN BE AUTHORIZED TO SIGN AND THE CLERK BE AUTHORIZED TO ATTEST. ~1!.!lH1'i.:b:rj F:!P!::lnation/Backaround: On March 25, ;2005, the Purchasing Department on behalf of the Utilities Department, let a Request for Proposal (RFP) for Disaster Debris Monitoring Management & Consulting Services. The proposals were solicited from qualified firms to serve as contract debris removal monitors following a debris generating event such as a hurricane or other disaster events for Pinellas County and its municipalities. The monitors are necessary to assure Federal Emergency Management Agency (FEMA) emergency plan and debris removal contract requirements are met by monitoring the debris removal effectively and efficiently. Pinellas County will assign a Debris Manager (OM) and will establish a Debris Management Center (DMC), which will provide overall coordination with Pinellas County and its municipalities. A committee consisting of four (4) members of the Utilities and Solid Waste Department, one from the Highway Department with the Purchasing Department acting in an advisory capacity, met on May 26, 2005. to evaluate and score the proposals received. The committee agreed to accept and recommend award of the proposals as submitted. Proposals were received from three (3) firms. Firms in order of ranking are as follows: Patton Harris Rust & Associates 900.75 Points Post. Buckley, Schuh & Jernigan, Inc. 839.05 Points Gulf Atlantic, Inc. 562.35 Points The firms were evaluated according to the following criteria: 1. Experience of the firm 75 Points 2. Project management team credentials 125 Points 3. Credentials of consulting team 100 Points 4. Ability to respond timely with adequate resources 200 Points 5. Responsiveness to RFP100 Points 6. Price 250 Points 7. Performance on similar recent contracts 150 Points Revised 07.18-03 Page 1 of 2 This, is a sixty (60) month contract from the date of execution of the agreement, and contains two (2) additional twenty-four (24) month renewal periods, providing all prices, terms, and conditions remain the same, and approval .is granted by the County Administrator. Fiscallmoact/CostlRevenue Summary: Funding is intangible. There will be no initial cost to this contract. The estimated expenditure will be on an emergency basis only, upon declaration of emergency. Exhibits/Attachments Attached: ., 1. Contract Review 2. Agreemen~ 3. Department Recommendation 4. Evaluation Criteria Tabulation Sheet . 5. Evaluation Criteria 6. Conflict of)nterest Statements , 7. Patton Harris Rust and Associates Fee Schedule ._"', ~, ~t.- Revised 07 -18-03 Page 2 of 2 "'\ ~~'i' ,... . j ,".' " ~. . 'J, ",;\'la.l...,.' ., I ((;~if~r';' . . -~ cPUl\CHt.:.:tJCi} CATS NO.: f.t 1.1 (A CONTRACT REVIEW TRANSMITTAL SLIP -] (PLEASE UPDATE) PROJECT: DISASTER DEBRIS MONITORING MANAGEMENT AND CONSULTING SERVICES BID/RFP NUMBER: 04S-370-P (MD) REQ. NUMBER: TYPE: -1...Purchase Contract _ Construction-Less than $100,000 One Time _ Other In accordance with the policy guide for Contract Administration, the attached documents are submitted for your review and comment. Upon completion of review, please complete the Contract Review Transmittal Slip below and forward to the next Review Authority on the list. Please Indicate suggested changes by revising, In RED, the appropriate section of the document reflecting the exact wording of the change. RISK MANAGEMENT Please enter required liability coverage on pages: . This Is an annuaUseml-annual ulrement contract. Estimated Ex ndlture: $ REVIEW SEQUENCE REVIEW AUTHOR/'TY REVIEW. DATE COMMENT.S{AttachSeparate COMMENTS page ifnecessary} ; INCORPORATED 1. Purchasing DepL Joe Lauro 2. UTILITIES Aftn: Karen DeJordy ~ftn: Chris Staubus Risk Manaaement. Aftn: Loretta Hunter (Please check applicable box at right) J(. ?> I, sJ ;'>14,.11 . f) (125 7/1{/ ~"'rt~ 1./(7/<1 LJ~tlf{~".J_''''' 5"" AfTtKl4a Cftt74't-ilt ..~ MI, Ti: l'it<::t.rUC'/ oz.,. f;lCIt''1IT-'t #rlf AI'N(;ot~.." Fd:....,II(S f!.FI'. 3. -.S:u... uo- 10j ( i HIGH RISK X ~~~HIG~ WRAP INS PROJECT . 4. BeC Finance Aftn: Michelle Farmln 5. Asst. County Administrator Attn: Mark Woodard J J @ Asst. County Administrator 5. Aftr.: Pick Talley 6. Leaal Afto: Michelle Wallace RETURN TO PURCHASING Legal Altn: Michelle Wallace os Approval as to Form, Subject to proper execution Le al Alln: Michelle Wallace All inquiries should be made to MARY DRISCOLL. CPPB at Extension 43154 !n order to meet the following schedule, please return your requirements to Purchasing by 03/04105 APPROXIMATE Legal Ad-BID/RFP Mall Out 11/2004 BID/RFP Opening Board Approval AGREEMENT THIS AGREEMENT, made and' entered into this day of , 2005, by and between PINELLAS COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the "County", represented by its Board of County Commissioners; and hereinafter referred to as the "Contractor". WITNESSETH: WHEREAS, County has previously determined that it has a need for DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES; and WHEREAS, County, after soliciting competitive proposals for such services pursuant to Pinellas County Request for Proposal, RFP No. 045-370-P (hereinafter Request for Proposal or RFP), County has awarded this contract to Contractor; and WHEREAS, ContracMr has represented that it is able to satisfactorily provide the services a~cording to the terms and condl~k'rrc, of the Request for Proposal, which are incorporated herein by reference, and the terms and conditions contained herein; and; 'I NC':' -:::2~;;:":ORE, inconsider"dtion ofthe above and mutual covenants cc,"ri:r:c~ l,'Jg"l, the parties agree as follows: 1. Services to be Performed. The Contractor hereby agrees to provide the County with DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES, as requested and more specifically outlined in the Request for Proposal, this Agreement and all subsequent official documents that form the Contract Documents for this Agreement. 2. Time of Service. Services shall be performed in a timely manner, as specified in the Request for Proposal. 3. Term of AQreementlOotion of Renewal. Services performed pursuant to this Contract shall commence upon execution of this agreement and continue for a period of SIXTY (60) months, unless canceled or terminated as provided herein. This Contract may be renewed, by written agreement of the parties, for TWO (2) additional TWENTY-FOUR (24) month period(s) after the initial contract period. This option shall be exercised only if all discounts/prices, terms and conditions remain the same, and approval is granted by the County Administrator, F:\USERS\A TIY\Atykb49\ WPDOCS\PurchasingIDisaster Debris Agreement.doc Last printed 3/18/2005 10:47 AM - 1 - ~i~i"i.~;yl .(::~ti' ~::':'.~fr. \~"i r 4. Amendment of the Contract. This, Contract r:nay be amended only by mutual written agreement of the parties. 5. AssianmentlSubcontractina. The Contractor shall perform this contract. No assignmcmt or subcontracting shall be allowed without the prior written consent of tile County. In the event of a corporate a~uisition anellor merger, the Contractor shall provide written notice to the County within thirty (30) business days of Contractor's notice of such action or upon the occurrence of said action, v..11ichever occurs first. The right.~O terminate this contract, which shall not be unreasonably exercised by the . County, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state or federal laws. Action by the County awarding a proposal to a proposer which has disclosed its intent to assign or subcontract in its response to the RFP, without exception shall constitute approval for purposes of this Ag~eement. .6. Cancellation. Pinellas County reserves the right to cancel this Contract, without cause, by giVh1g thirty (30) days prior written notice to the Contractor of the intention to cancel, or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of the Contractor to comply with any of the provisions of this contraCt shall be considered a rr.?'_wlial breach of contract and shall be cause for immediate termination of t~e {X)niiacc at the discretion, of Pinellas County. In addition to all other legal remedies available to County, County reserves the right to cancel and obtain from another source any services which have not been provided within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order or request, as determined by County. In addition,' in the event that sufficient budgeted funds are not available for a new fiscal period, the County shall notify the Contractor of such occurrence and the Contract shall terminate on the last day of the then current fiscal period without penalty or expense to the County. 7. ComDensation. As compensation for the Contractor providing services to the County as described herein, the County shall pay the Contractor in arrears, based on the submission of invoices for work done. All payments shall be made in accordance with the Florida Prompt Payment Act, Fla. Stat. 9218.70, et.~. F:\USERS\ATTY\Atykb49\WPDOCS\Purchasing\Disaster Debris Agreement.doc Last printed 3/1812005 10:47 AM -2- 8. Permits! Licenses. Contractor must secure and maintain any and all permits and licenses required to complete this contract. 9. Audit. The Contractor shall retain all records relating to this contract for a period of at least three (3) years after final payment is made. All records shall be kept in such a way as will permit their inspection pursuant to Chapter 119, Florida Statutes. In addition, Pinellas County reserves the right to audit such records pursuant to Pinellas County Code, Chapter 2. . 10. Minimum I.nsurance Reauirements. The Contractor must maintain insurance in at least the amounts required in the Request for Proposal throughout the term of this contract. 11. Indemnification. Contractor shall indemnify, pay the cost of defense, il1cluding attorneys' fees, and hold harmless the County from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, persons or property by or from the said Contractor; or by, or in consequence of any neglect in safeguarding the work; or by the use of unacceptable materials'n the construction of improvements; or by or on account of any act or omisf.ion, neglect or miscon;:;u;::l o~ the said Contractor; or by, or on account of, any claim or amounts recn""'j,,)(J " ' " . 1I'l~ .~ ",rr~I",. "',',') under the "Workers' Cornpflnsation Law" or of any other laws, by-laws, ordinange, order or decree, ~xcept only such injury or dam~:__.."" dS ~:.:-:'I have been occasioned by the sole negligence of the County. The 'rst ten dollars ($10.00) of compensation received by the Contractor represents spe9ific consideration for this indemnification obligation. 12. Govemina Law. The laws of the State of Florida shall govern this Agreement. 13. Indeoendent Contractor Status and Comoliance with the ImmiQration Reform and Control Act of 1986. The Contractor is and shall remain an independent contractor and is neither agent, employee, partner; nor joint venturer of County. Contractor acknowledges that it is responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 located at 8 U.S.C. 13'24, et. ~., arid regulations relating thereto, as either may be amended from time to time. Failure to comply with the .above provisions shall be considered a material breach and shall be grounds for immediate termination of the Contract, at the discretion of Pinellas County. 14. Severabilitv. The terms and conditions of this agreement shall be deemed to be severable. Consequently, if any clause. term, or condition hereof shall be held to be illegal or void, such determination shall not affect the validity or legality of the remaining terms and conditions, and F:\USERS\A1TY\Atykb49\WPDOCSlPurchasing\Disaster Debris Agreementdoc Last printed 3/1812005 10:47 AM -3- notwithstanding any such determination, this agreement shall continue in full force and effect unless the particular clause, term, or condition held to be illegal or void renders the balance of the agreel"nent impossible of perform. 15. Documents Comorisina Contract. The Contract shall include this Agreement for DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES, as well as the following documents, which are incorporated herein by reference. a. Pinella~ County's Request for Proposal and all of its addenda and attachments Issued on .2005; b. Contractor's Certificate of Insurance required in Section C of the Request for Proposal; and c. Contractor's Proposal. If,.there is a conflict between the terms of this Agreement and the above referenced documen~~, then the , .~:. conflict shall be resolved as follows: the terms of this Agreement shall prevail over the other d"cuments, and the' terms of the remaining documents shall be given preference in their above listed order. . F:\USERS\A ITY\Atykb49\WPDOCS\Purchasing\Disaster Debris Agreementdoc Last printed 3/1812005 10:47 AM -4- IN WITNESS WHEREOF the parties herein have executed this Agreement for DISASTER DEBRIS MONITORING MANAGEMENT & CONSULTING SERVICES pursuant to RFP No, 045-370-Pas of the day and year first written above. PINELLAS COUNTY, FLORIDA by and through its Board of County Commissioners CONTRACTOR President (Signature) Chairman President (Printed Name) ATTEST: KEN BURKE By: (Attesting Witness' name/title) [Corporate Seal] APPROVED AS TO FORM SOBJECTTO PROPER EXECUTION: ATTEST: By: (Attesting Witnesii' '''i.;irne/tit!lil) ~biA~-; ~QQt ~L ~ ffice of the County Attorney APPROVED AS TO FORM: Office of the County Attorney F:\USERS\A TTY\Atylcb49\ WPDOCSIPurchasingIDisaster Debris Agreemenldoc Last printed 3/18/2005 10:47 AM - 5 - . , . ,'.~'~ ';' .\.' ..: Page 1 .of 1 . .. -- . . Driscoll, Mary From: Bush, Deb B. Sent: Friday, May 27, 200512:12 PM. To: Driscoll, Mary Cc: Hagler, Paul; Hauser, Robert; Brooking, Sandy; Smith, Warren N; Staubus, Chris; Mancuso, Candy SUbject: Proposal No:045-370-P (MD) Mary On behalf of the Debris Monitoring Proposal Review Committee I recommend that you move forward with the recommendation to the Board of County Commissioners to award the contract to Patton, Harris, Rust & . Associates based on their evaluation score which ranked them number one. Thank you Deb Deb Bush Solid Waste Operations (727) 464-7803 office (727) 580-5313 cell 6/2/2005 ~I:' t:fi.. . I~ ~,~',;.' f~ '":i II lUij:-. w ~ ".(/) ~ ~ ,~ Z ~, i= r;:;1 ...... ~ ~ ~ Z ,,', 0 (.) ~- ~C Z:e w_ i!;;l ~ ~ gl ~""' ~ ~:b II <~ II ~: ""t~ 2!: fl: lB(a ~ 0:: I ~ ~I:~ ! " ~ I,' ffi, -':c' c " :'. It: ". LLI I- i'.,.;' ~ ,~ , (/) I c I (l") ~ N an an ~ C! Ol C1 C M N C co co en In an In ""' "": ri .... ~ ..... co ~ N 0 Lt') ~ 0 f'-: ""' ~ '" ..... '" 0 CO CD 0) It) It) 0 N 0 ~ l"i ~ .... It) 0) 0) CO 18 CO 0 0 It) 0 ~ cO 0 """ ~ g 0 0) II) ..:?l '''''.!1 .- '0 ..... Q) OJ ro 0... 0 II) II) It) '" ~ f'-: l"i ~ 0 CO 0) ,- a It) q ~ N l!'l cO M 0 0) CO 0) CO It) "" "" J: ::> ~ J: u- () :J t/')""') ~ 0:: .01;1 en (jjt/') ~ ...,jllJ O::r.n ::!:!!:. <(UJ g~ :r:~ z- llJC) aU f-"z ~~ t/')o:: Ow 0.<( 0.""') C"') N fS ~. w It) e>> ; I 8 tiS ..'-' .zi m- CIa Ii l_ It ,. a: J!! i '[0 W U ~o:: U) ~o::~....~ o:eZj:: u-Ci;wz ffizfdo 0.00::0 ..-.ww . e. u ii: 0. ffi Z it) ~ -- ~o. ~~ ~~ i ~~ f! ~~ fiJ8~ 5~~ ftS 'C .s.E 'C o 1: -8 t:: 8. fll ~ i! ! ~ ~ 121 I 10 10 to : g f5 8 o ~ ~ .~ ~ s ~ 8..8 :5 ~;..;~' ~ ~::}' '':~:,.:" T- 8........8 8 ~,..g g t,':.~;.;!:;~;:.( ~?~kP~~~~ ~ H'~i~~;'~ .,: ~::-.~..,~.,. Jl,~~~i~: .,-: 8.:;.8' 8 ~ .... .... .'~~ J:! T"" ,:~:s~.~:;;.:~ r .. ,......;.-(.;,1 ;._;:;.:~:_::'::\:: ~.:. :;~. 8 10".18 :8 .-.".:,,".,-' .~. ~. 8~ ~.'8 ". :~- ...-. 0~,~~;:~/.:~::- " ' 8.'~ 8 ~ &j i tI ..x .. ~ u! G- (!. !: Ill: It) -, Z at#) a tI iZ Uj rul i ~~eg~ In ...~i~ ~ ;.~.~ as! ! ijfi~1 j ~I ~~ ~ '-N C'I) fa o ~. w U) C) z ~ ~ ~. lIS n I; i: ii!!!:: 0- t: z i U) ii! m w o Ill:: w to- .~ rn is IT] w U Zo::: (/) r::-~~ 0 ~5~!zt2 ~ en ~ ~I ~~lt:!8 '''-'W'' ~ () ii: g" .~ w Z ~ en Zg" ~~ en ~.~ ...... !!!. ~w w.... . :e~en 'pO i=aw ;;'L:..,.OWO ~rcZa!O::: il~i .. ~ . #~-, :;,.-. ~~ e z U~ wZ 08:1: 5~~ ffi~ __....2 l- N UW Z ~wC)' W """)~~@ ~~~5 as 'C SS 1: U W2 ~e: w~ -w o:::~ ~~ ~o -:- C Ql 'D C 8- 1B 0::: ~ ii: ~ ~ ~ ! i i 8 Ii: 8 o ~ ~ ..- .... B ~ ~ ::,8. 8 ~';~.' ~ N;C"N ..- .,.,......., ",'.::",:: ~;;;::.:~ ~ ~.:;~;}~;;~ki f.S.:"X.::;~;~'. ~~}~~~~~~:'.~ f;flt:,~?~ ~(~e;'~;; . .:.;,......': .' ...:..<.....:: . 8 Iri oq' 8 ~ ~".~ ;!? ~........8 a "'" .. r:: '.,~. .~. ".,' .,' " -..J.._ /6' 8, ;!? :;;:$ ~ ':.. !>"-' ".', .. .. x .... ~ cj 'f/) 0...... zi! u)' -- -lIS ~;.~ ~ f :I: ~!;gi i c(.~'~.~ S! ID ~~ ~i l!t S~ Q. ~ l!! ::I .m c: Ol i:i5 N .,..;. N .Ct) m (J ~ rn i ~ z 8 III If Ii i- G:.~. . I I 1!f a: ~ :l S I;l. L!J w () ~~ ~ --:!!: U !::.O::-l-~ 02Zl- ~z;;~z wzwg 0..00:: --r-:"l eW en ~ z . .g! .12: z;; ~tl: mO:: ~g ~~ ... ::i ~ m Faw .LC.cw(.) ........-zco:: ~~~8 ;;;!ml-(I) lXlW-W <o:~a: C) lI)~ .."j~ ., 5.:;) el ~ (I) ~8::E ~u.~ (.)O~ ~ ~ w < N'I-::i 1= .......(.)w :z wC> w a~::i1D lfi~5 C'II 'C SS 'C o W::E 00: z- wu. ii:W W. ....J: 0... ~~ 1:' -8 c: 8- f u: ; o lit ~ 51 i l" Q " N , ~ 8 ~ ~ o ~ ~ ..... ... ~ c ~(;a 8 !i"S! ari N :<,;(l,r ~ 8 ~ 8 sj. 8....:$ 8 ~ i;;!:~ ~ ~. ,,"..;- ;",- ~.' " ". '.' ~ .; 8:.:8 8 . g .'.<~' . :a .. ... ~';'~ ~ ':..' po .... 8 ..~ ~ ~f:a ~ .: III tlu 5 u tilj _ !:it ~ ~ ~ 5'I~U I =cz~i! ~ ~i. ~8..1 0.. C):o.. i Q, ~ M N t") f3 (,) ~. w (fI Cl ~. !:i ::J lIJ Z o (,) all lEi l:t I; i: a::S: o. .- ! :IE fA ii2 CD W Q 0::. w .- ~ 5 [TI UJ .() ~o:: ~ r::-:1<C.~. --5~~a:: u. Cii UJ. !z a:zfrlo ~oa:() eUJo i2 D. ffi z W ~ @: C/) ZOo ~~ mo D::t- ~~ Wc( , :i =>. en . t=oUJ ~ F- ~ ~'~ 5~~g . .~~~~ Cll. .~.~....., g t-U) ffiz ~8~ 5~.- . tz tn W <i! __....:ll1 F !:!oLY z we.:! w . g;!~ ~ Cl.~I-() co 'C .a.S 'C' o W::i ~a: wU: -w ffij: ~~. I a: .~ 00; o r.q CIi .. lG ~ lO l1l:I :5 o Sil ....: N ... 8 ~ ... Ql ~ 8~"8 8 ~"!i ~ N/?:N .... ~ it;':0!' ~ f~f~:~:.)":.; . ~~~~~i::Y; :;';"';'.\,: ~::~~;~;:.?'~:: ,:.,.".~, ..:':,,' ",j,:.-.','."';' ~~ti~r~ -:. g..8 8 ~!.'C~.:~N' cO ~.~ ,c;.t::: t:': h),,;;:...~.,... <.'::'...;. .".:'<:', ", "8 8 ~ ~in~r ~ :.- .. ~ l;;:.:a~. ~ ~., _. Sil .....~. Ie :::i"tt ~ all all: .~! ~i .~, m ~~l ~; ~ ~.'.I.!~ i ~ oeZ III'I~ J!l ~! ~ I': Z ~ S f~ ~ ~ .... ... ,.i N (f) lD W o s: 15" lD C) Z ~ R o II ii n I: g~ i I III Q m ! is [0 w U z U) R~~ t; ~a::d!z~ O::Ew u.- ffi~fdo Q.oa::u el ~ I iO -- rn rn w z ~ rn ~R: ffia:: a::~ ~w ~g i=offi '~~QWO --5~~~ -ffi~w ~a::~a:: C> WZ ...I F:, ~(/) ~ ~ z @8~ a::u..~ 001- !z ~ w 4( ~tai ~ We.!! w ~~~~ ~ 'C ;!.E; .. () i 8. ~ Q: E u:: ~~I ~ .'. ..;'.;..:" .::.:..., ;,.....::....-. g ~;;g; 8 ~c;;,.~ ~ .... :~;~.;" - ~?L'i . ~ ,:;'..' .. : :~.):. '.' 8;.~ 8 ~ :.~; '<'.~' ~ ,-: ~-,' ,",. ~ . ..' r. ,-,-"-'",'. R'~ 8 ~,>.i: g rn ::) ID ~ In rn ii: ::I: (J II ..>. ::c .... ::I "C#). ::I: ~E ...~~ ~I..:...rn~ ( t=!:z:I!!::I~ ~Uil N (W) ~ Pl~~~f PUP.CHAL~ Conflict of Interest Statement Request for Proposal # 045-370-P (MO) You have been asked to participate in the evaluation of proposals received as the result of the at;love referenced competitive solicitation. It is essential that the Integrity of the evaluation process be maintained to ensure that each proposer Is given fair and equal consideration. Personal association with any of the proposers must not influence your evaluation. You are required to report to the Purchasing Director any actual. potential, or perc~lved conflict of interest and the nature of the conflict. During this process, an additional consideration is the need to maintain confidentiality regarding the status of the evaluation or personal opinions of the proposals outside of the formal committee proceedings. Any and all Inquiries you may receive regarding the evaluation must be directed to the Purchasing Dlrector. You are asked to read and agree to the following statement: I have read, understand, and agree to the above, and I will adhere to the policies as presented. I know of no conflict of interest, nor have I accept(d anygraf.ult!!;i,. or favors from proposers which would compromise my ,Dbjec'Y,;~j'. I have no personal Interest In seeing thatlS'l;pecIflC:lproposE':T Is awal'ded a contract; I shall keep all evaluation proceedl~'in str;(:;t confidence prior to contract award. I will do my best to base my recomm~:- ~~t'on for contract award solely upon the evaluation criterii'l :n t~.: - 'llicitation arid each proposer's response. . ..jJ~~dM ~ ~..~ Ltf Evaluation Committee Member Signature . ..5 /,;J S-/tl.s:- f Date SANDY BROOKING Printed Member Name 11/09/2004 P~~1tt PU~CHAL~ Conflict of Interest Statement Request for Proposal # 045.370-P (MD) You have been asked to participate In the evaluation of proposals received as the result of the al?ove referenced competitive solicitation. It is essential that the Integrity of the evaluation process be maintained to ensure that each proposer Is given fair and equal consideration. Personal association with any of the proposers must not Influence your evaluation. You are required to report to the Purchasing Director any actual, potential, or per~,~ived conflict of.interest and the nature of the conflict During this process, an additional consideration Is the need to maintain confidentiality regarding the status of the evaluation or personal opinions of the proposals outside of the formal committee proceedings. Any and all Inquiries you may receive regarding the evaluation must be directed to the Purchasing Director. You are asked to read and agree to the following statement: I have read, understand, and agree to the above, and I will adhere to the policies as presented. I know of no conflict of Interest, nor have I accepted any gratuities or favors from proposers which would compromise my objectivity. I hil"e no personal interest in seeing that a specific proposer Is awarded a cuntraet. I shall keep all evaluation proceedings In strict.. . cO:'lfidence prior to contract award. I will do my best to base my recommendation for contract award solely upon the evaluation criteria in t~e solicitation and each proposer's response. o<t~~ 5j~/t;s Date Evaluation Committee Member Signature DEB BUSH Printed Member Name 11/09/2004 PiAell(JS~'~ County ~ PUP-CHASING Conflict of Interest statement Request for Proposal # 045-370-P (MOl You have been asked to participate in the evaluation of proposals received as the result of the al?ove referenced competitive solicitation. It is essential that the integrity of the evaluation process be maintained to ensure that each proposer is given fair and equal consideration. Personal association with any of the proposers must not influence your evaluation. You are required to report to the Purchasing Director any actual,potentlal, or per~eived conflict of interest and the nature of the conflict. During this process, an additional consideration is the need to maintain confidentiality regarding the status of the evaluation or personal opinions of the proposals outside of the formal committee proceedings. Any and all inquiries you may receive regarding the evaluation must be directed to the Purchasing Director. You are asked to read and agree to the following statement: . I have read, understand, and agree to the above, and I Villi adhere to the policies as presented. I know of no conflict of interest, nor have I accepted .~~1~. gratuities or favors from proposers which would compromise my ~ objf_c\~Vj~. I have nCI personal Interest in seeing that a sr,t;;:.,;in~'prdpoRr isaward,ed a contract. I shall keep all evaluation proc,:~",dingis In strl.ct confidence prior to contract award. I will do my best to base my recommendation for ':..~~:, .;..;..l ::,'vardsolely upon the evalualion criteria in the sOlicitation al.J each proposer's response. ,-=>. 24 ~ c?r Date PAUL HAGLER Printed Member Name 11/09/2004 Pl~~t PURCHJII~ Conflict of Interest Statement Request for Proposal . # 04S-370-P (MOl You have been asked to participate in the evaluation of proposals received as the result of the above referenced competitive solicitation. It is essential that the Integrity of the. evaluation process be maintained to ensure that each proposer is given fair and equal consideration. Personal association with any of the proposers must not influence your evaluation. You are required to report to the Purchasing Director any actual, potential, or perceived conflict of Interest and the nature of the conflict. During this process, an additional consideration is the need to maintain confidentiality regarding the status of the evaluation or personal opinions of the proposals outside of the formal committee proceedings. . Any and all Inquiries you may receive regarding the evaluation must be directed to the Purchasing Director. You are asked to read and agree to the following statement: I have read, understand, and agree to the above, and I will adhere to the policies as presented. I know of no conflict of interest, nor have I accepted any.gratuitles .. or favors from proposers which would compromise my objectivity. I hilVe no personal Interest in seeing that a specific proposer is awarded a contract. I shall keep all evaluation proceedings in strict confidence prior to contract award; I will do my best to base"my recommendation for contract award solely upon the evaluation criteria In the solicitation and each proposer's response. ~~,7~ e;?OtJS _ Date . R (ph~" 1I1tV,~sd J;. W~UlEJ J If lI:;H Printed Member Name 11/09/2004 '. Pit1ellas~~t..~~\;, r t ..".. ,-oun Y ..... PURCHASING Request for Proposal Conflict of Interest Statement # 04S-370-P (MOl You have been asked to participate in the evaluation of proposals received as the result of the above referenced competitive solicitation. It is essential that the integrity of the evaluation process be maintained to ensure that each proposer is given fair and equal consideration. Personal association with any of the proposers must not influence your evaluation. You are required to report to the Purchasing Director any actual, potential, or per~.eived conflict of interest and the nature of the conflict. During this process, an additional consideration is the need to maintain confidentiality regarding the status of the evaluation or personal opinions of the proposals outside of the formal committee proceedings. Any and all Inquiries you may receive regarding the evaluation must be directed to the Purchasing Director. . You ;;Ire asked to read and agree to the following statement: I have read, understand,' and agree to the above, and I wr:1 adhere to the policies as presented.. know of no conflict of interest, now have I accepted any gratuities ..or favors from proposers which would (' Jmpromise my objectivity. .1 have no personal interest In seejrg :: .at II srecific proposer is awarde~ a contract. . shall keep all evaL.~tion procuodings In strict ,:,,'\nfidence prior to contract award. I will do my be sf to base my j~..1o. nmendatlon for contract award solely upon the ev~" '-'..., '" ....1rla in the solicitation and each proposer's respol.~.,. ~dC-) ~~ Date Evaluation Committee Member Signature CHRIS STAUBUS Printed Member Name 11 f09/2004 j :! ! .\ ., ,j ~ . :j oj .f 'J ~ ~I '1 j I I :1 t ] :1 J :j I I ; :i ~i , ., ~ Page 22 of 30 EVALUATION CRITERIA- DEBRIS LOADING SITE MONITORS, DEBRIS REDUCTIONIDISPOSAI, SITE MONITORS AND ROVING DEBRIS MONITORS FEE SCHEDULE . .:. UNIT --- ITEM .DESCRIPTION . VOLUME UNIT OF ISSUE PRICE 1. Project Manager each Standard hourly $ rate 95 .. 2. Debris Monitor each Standard hourly.>. $ ..... .i SUDervisor rate .... 70 .... 3. Debris Monitors each Standard hourly $ .. rate 47 ... 4. Debris Management eaCh Standard hourly $ ...... Consultant rate 85 ....... ..... 5. Other Direct Costs Per diem is to be included in hourly rates above. ~... $0.405 Mileage: An all inclusive mileage rate is to be used which will cover fuel, mmntenance, repairs, '1 insurance, etc. No additional charges are to be I billed. . CONTRACTOR By: Patton Harris Rust and Associates, DC Date: Apr; 1 25 j ?005 (Mailing Address 195 S. RosemontRoad Suite 101 Virginia Bea~h, VA 23452 Federal Tax ID#: 54-1005904 The following documents must be provided along with the Fee Schedule: Project approach. Past experience monitoring field operations. List of references. Certificates of insurance as required in RFP. List of company officials. Additional services. PINELLAS COUNTY PURCHASING RFP - SERVICES REVISED: 0112005