INTERLOCAL AGREEMENT FOR THE COOPERATIVE PROCUREMENTS OF DISASTER DEBRIS COLLECTION AND REMOVAL SERVICES AND DISASTER DEBRIS MONITORING AND MANAGEMENT SERVICES WITHIN GEOGRAPHIC PINELLAS COUNTYINTERLOCAL AGREEMENT
BETWEEN PINELLAS COUNTY AND LOCAL GOVERNMENTS
FOR
THE COOPERATIVE PROCUREMENTS OF DISASTER DEBRIS COLLECTION &
REMOVAL SERVICES AND DISASTER DEBRIS MONITORING & MANAGEMENT
SERVICES
WITHIN GEOGRAPHIC PINELLAS COUNTY
THIS AGREEMENT, entered into on the date of execution by the local
government, and PINELLAS COUNTY, a political subdivision of the State of Florida,
hereinafter referred to as the COUNTY, and the local government signing this Agreement
( "MUNICIPALITY "), jointly referred to herein as ( "Parties ").
Recitals
WHEREAS, the Parties are authorized to and do make and enter into this
Agreement pursuant to Section 163.01, Florida Statutes, the "Florida Interlocal
Cooperation Act of 1969 "; and
WHEREAS, the Parties separately control and maintain various rights -of -way
throughout the geographic boundaries of Pinellas County; and
WHEREAS, due to functional classification and /or annexation, the COUNTY has
control and maintenance responsibility over certain roads within the MUNICIPALITY's
jurisdictional boundaries; and
WHEREAS, the COUNTY intends to procure disaster debris collection and
removal services and disaster debris monitoring and management services by
competitive proposal in compliance with 2 C.F.R. §200.320, and FEMA guidance, and
award multiple contracts for debris collection and removal as well as debris monitoring
and management to Contractors; and
WHEREAS, the MUNICIPALITY recognizes that in the event of a major disaster,
the MUNICIPALITY may be unable to timely effectuate debris collection, monitoring and
management using MUNICIPALITY staff and resources; and
WHEREAS, under the terms of the contracts, Contractors will provide debris
removal services within geographic Pinellas County, including MUNICIPALITIES therein
should the MUNICIPALITIES enter into this Agreement and subsequent agreements with
the Contractors in accordance with a MUNICIPALITY's anticipated needs; and
WHEREAS, the intent is for the MUNICIPALITY to receive the benefits of the
Contractors without exposing the COUNTY to any costs or expenses for the services
rendered by the Contractors for debris monitoring and management services on behalf of
the MUNICIPALITY; and
WHEREAS, to foster greater economy and efficiency and in accordance with
efforts to promote cost - effective use of shared services, the Parties are entering into this
intergovernmental agreement for the procurement of shared services in compliance with
2 C.F.R. §200.318(e) and related FEMA guidance.
NOW THEREFORE, in consideration of the mutual promises herein contained,
and for other good and valuable consideration, receipt of which is hereby acknowledged
by all Parties, it is hereby agreed by and between the Parties as follows:
SECTION 1
OBLIGATIONS OF THE COUNTY
1.1 The COUNTY will undertake a competitive procurement process for the
disaster debris collection and removal services.
1.2 The scope of the work procured by the COUNTY shall be as set forth in
Section E of COUNTY RFP Proposal Number 156- 0491 -P(JA) to provide comprehensive
disaster debris collection and removal services as and when required.
1.3 The tasks encompassed by the competitively procured contract shall
include Emergency Debris Clearance (First Push); Temporary Debris Storage and
Reduction Sites /Management; Debris Removal; Hazardous Tree and Limb Removal; and
Hazardous Stump Removal.
1.4 The COUNTY will undertake, or has undertaken a competitive procurement
process for the disaster debris monitoring and management services with the scope
of work as set forth in Section E of COUNTY RFP Proposal Number 167- 0024- P(JA).
1.5 The COUNTY shall notify potential proposers in the competitive processes
that the procurements are joint or cooperative procurements.
1.6 Within thirty (30) days of execution of any contract(s) pursuant to the
aforementioned RFPs, if any, the COUNTY shall notify the MUNICIPALITIES in writing
and provide the MUNICIPALITIES with a copy of the COUNTY's contract(s).
1.7 Should the MUNICIPALITY enter into a contract(s) with the COUNTY's
successful contractor(s), the COUNTY, within five (5) business days of a request by the
MUNICIPALITY, will provide any necessary documentation to support the competitive
nature of the procurement as required to assist the MUNICIPALITY in any claim for Public
Assistance from the Federal Emergency Management Agency (FEMA).
1.8 The COUNTY shall be responsible for seeking Public Assistance from
FEMA for disaster debris collection, removal, and monitoring as appropriate only for costs
incurred by the COUNTY.
SECTION 2
OBLIGATIONS OF THE MUNICIPALITY
2.1 The MUNICIPALITY hereby endorses the COUNTY's competitive
procurement process for disaster debris collection and disaster debris monitoring and
management with the encompassing scope and tasks set forth in Section 1 of this
Agreement.
2.2 The MUNICIPALITY had the option and ability to review the COUNTY's
procurement process utilized in the procurements of the disaster debris collection
contract(s) and the disaster debris monitoring and management contract(s) and is
satisfied that the COUNTY's process complies with 2 C.F.R. §200.320 and FEMA
guidance.
2.3 If the MUNICIPALITY decides to enter into an agreement with the
Contractor(s) pursuant to the COUNTY's competitive procurement process, within five (5)
business days of entering into such a contract, the MUNICIPALITY shall provide written
notice of same to the COUNTY.
2.4 The MUNICIPALITY will be responsible for administering all aspects of its
agreement(s) entered into pursuant to this Agreement.
2.5 The MUNICIPALITY recognizes and understands that the COUNTY's
prioritization of debris collection, particularly as it relates to First Push, takes precedence
over the MUNICIPALITY's prioritization.
2.6 The MUNICIPALITY will be responsible for payment of disaster debris
collection services and disaster debris monitoring and management services
performed on behalf of the MUNICIPALITY pursuant to the MUNICIPALITY's contract
with the contractor(s), which shall be in a form substantially similar to Composite
Exhibit A attached hereto.
2.7 The MUNICIPALITY will be responsible for seeking Public Assistance
from FEMA as appropriate.
SECTION 3
ADDITIONAL SERVICES
The Parties agree not to enter into additional services with the contractors
awarded the jointly or cooperatively procured disaster debris collection contracts by the
COUNTY, except as expressly authorized by the COUNTY's disaster debris clearance
contract(s) and /or the disaster debris monitoring and management contract(s) or this
Agreement.
SECTION 4
OFFICIAL NOTICE
All notices required by law or by this Agreement to be given by one party to
the other shall be in writing and shall be sent to the following respective addresses:
COUNTY: Pinellas County Public Works
Rahim Harji, P.E., Director
22211 U.S. Highway 19 North
Clearwater, FL 33765
rharii @pinellascounty.org
MUNICIPALITY: See Contact Information on Signature page
SECTION 5
HOLD HARMLESS
The Parties agree to be responsible for their own actions taken pursuant to this
Agreement and /or any agreement entered into pursuant hereto and additionally hold
each other harmless should this Agreement or the cooperative procurement of disaster
debris collection, removal, and /or monitoring services and the expenses incurred as a
result be deemed to be insufficient to receive Public Assistance from FEMA, or any
other related reimbursement. Nothing herein is intended to serve as a waiver of
sovereign immunity by the Parties. Nothing herein shall be construed as consent by
the Parties to be sued by third parties in any manner arising out of this Agreement.
SECTION 6
FILING WITH THE CLERK
Prior to its effectiveness, this Agreement and subsequent amendments thereto
must be filed with the Clerk of the Circuit Court of Pinellas County.
SECTION 7
EXECUTION, EFFECTIVE DATE, TERM AND TERMINATION
7.1 This Agreement may be signed in counterparts and will become effective
as to each MUNICIPALITY after execution and upon filing with the Clerk of the Circuit
Court of Pinellas County in accordance with Section 6, and shall remain in effect until
canceled or until the termination of the agreements entered into by the COUNTY pursuant
to the competitive procurements referenced herein, whichever is sooner.
7.2 This Agreement may be canceled with cause upon thirty (30) days written
notice. For purposes of this section, "cause" shall mean a material breach of any term
contained in this Agreement. However, written notice shall include a notice of such
breach and an opportunity to cure such breach within thirty (30) days of receipt of such
notice or within any additional period of time as mutually agreed by the Parties.
SECTION 8
TERMINATION OF DISASTER DEBRIS COLLECTION AGREEMENT
Nothing herein shall prevent the Parties from terminating any disaster debris
collection contracts or disaster debris monitoring and management contracts entered
into pursuant to COUNTY RFP Proposal Number 156- 0491 -P(JA) and /or COUNTY RFP
Proposal Number 167- 0024 -P(JA) in accordance with the termination provisions of
those contracts.
SECTION 9
ENTIRE AGREEMENT
This document embodies the whole agreement between the Parties. There are no
promises, terms, conditions or allegations other than those contained herein, and this
document shall supersede all previous communications, representations and /or
agreements, whether written or verbal, between the Parties hereto.
SECTION 10
APPLICABLE LAW
This agreement shall be governed by the laws of the State of Florida. The Parties
agree that venue of all legal and equitable proceedings related to disputes under this
Agreement shall be situated in Pinellas County, Florida.
IN WITNESS WHEREOF, the Parties hereto, governed by the laws of Florida,
have caused these presents to be executed by their duly authorized officers and
their official seals hereto affixed, with an effective date as set forth in Section 7.1
above.
PINELLAS COUNTY, by and
through its County Administrator
■N1a Ik OO
By:
Y
Mark S. Woodard
County Administrator
Legal review:
UVkwrD s APPROVED rcaIWI
m raorU
olrl i7 COUNTY ATTolP V
CITY OF CLEARWATER
By W a1444 ,
Print Name: w; i TI
Title: City Mafl
ATTEST: Jl cak
Rosem 07 , City Clerk
Cam_ • oto
Assistant City Attorney
(MUNICIPAL SEAL)
214_
Legal review:
Contact Information for Notification
Name:
Title:
Address:
Phone:
E -mail: