FLORIDA DEPARTMENT OF TRANSPORTATION

Similar documents
EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

Dakota County Technical College. Pod 6 AHU Replacement

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL Comprehensive Disaster Recovery, Financial and Grant Management Support, and Pre-Disaster Cost Recovery Planning Services

REQUEST FOR QUALIFICATIONS. Design Professional Services

EMERGENCY OPERATIONS DISASTER RECOVERY

Federal Emergency Management Agency Public Assistance Program

Request for Proposals. For RFP # 2011-OOC-KDA-00

State of Florida Department of Transportation

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

EXHIBIT A SPECIAL PROVISIONS

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

2016 Park Assessment

Non-Federal Cost Share Match Program Grant Implementation Checklist

QUALIFICATIONS BASED SELECTION (QBS)

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

REQUEST FOR PROPOSAL FOR: Grant Writing & Post-Award/Project Implementation Technical Assistance River Valley Community College BID #RVC15-09

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

City of Malibu Request for Proposal

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSAL #2018-ODS001 Project Management for Comprehensive Disaster Recovery

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Request for Proposals Emergency Response Plan, Training and Vulnerability Assessment

Request for Proposals (RFP)

REQUEST FOR PROPOSALS FOR AS-NEEDED BRIDGE INSPECTION AND LOAD RATING SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Procedures for Local Public Agency Project Administration (Revised 5/2014)

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

Lexington Center Corporation Request for Qualifications for PROJECT COORDINATOR SERVICES

Construction CCEI Survey Support. To be assigned by Individual Task Work orders (If required)

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR CALL CENTER SERVICES RFP EM Date Issued: March 15, 2018

Community Development Block Grant Applicant Guide

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Disadvantaged Business Enterprise Supportive Services Program

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

WATERFRONT COMMISSION OF NEW YORK HARBOR

COUNTY OF DUNN, WISCONSIN REQUEST FOR PROPOSALS PROCUREMENT NO CSB CONSTRUCTION MANAGEMENT SERVICES

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

PPEA Guidelines and Supporting Documents

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

Request for Proposals and Qualifications for. Owner s Representative Services (RFP) August Farmington Public Schools. Farmington Town Hall

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

North Carolina Department of Public Safety Division of Emergency Management

Request for Qualifications CULTURAL COMPETENCY TRAINING

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

STENOGRAPHER REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

Request for Proposals

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

MINNESOTA STATE COLLEGES AND UNIVERSITIES

Request for Proposals Construction Services Workplace Excellence Project

REQUEST FOR PROPOSAL

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Town of Orange Park, Florida. Financial Auditing Services

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

Company Profile Phillips & Jordan, Inc. Key Markets

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSALS TO UPDATE THE DISTRICT S HAZARD MITIGATION PLAN

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

EXHIBIT A SCOPE OF WORK

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

Transcription:

FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO.: 1 Date: May 12, 2015 To: All Proposers From: Procurement Office RE: Questions and Answers RFP-DOT-14/15-9030-GH-ReAd: EMERGENCY MANAGEMENT SERVICES Notice is hereby given of the following changes to the above-referenced RFP document: 1) The RFP lists that, A minimum of 10 PACS shall be available for any given event or disaster. Resumes of the individuals to be assigned shall be submitted to the Project Manager for review upon request. In regard to the RFP and for the purpose of preparing a response, how many PACs and POs/Specialists including resumes, should be included? A. The RFP requests a minimum of 10 PACs. Resumes should be submitted with Technical Proposal. 2) Do the hourly rates include any travel expenses that could be incurred? A. Travel expenses will not be reimbursed. 3) When will the answers be released to the questions submitted by May 8, 2015? A. As soon as possible, but no later than May 15, 2015. 4) What individuals will sit on the Department s Technical Review Team for this RFP? If the individuals cannot be identified, will the Department identify the areas within FDOT from which the team members will be taken, such as from the Central Office, District Offices, etc. A. The review team consists of four (4) FDOT employees: Three (3) Central Office employees: Emergency Management Office (2) Financial Management Office (1) One (1) District III employee: District Maintenance Office (1) 5) It is our understanding that since the Department rejected all bids on the previous Request for Proposals (DOT 14/15-9030-GH, open date March 27, 2015) the Technical Proposals submitted by the previous bidders were not subject to the Public Records law and have not been provided to any entity outside of FDOT. Could you please confirm? A. The Department confirms. Addendum No.: 1 RFP-DOT-14/15-9030-GH-ReAd Page 1 of 4

6) Since the pricing proposals submitted pursuant to the previous RFP (DOT 14/15-9030-GH, open date March 27, 2015) were not opened, we assume that the pricing proposals submitted by all bidders remain sealed and have not been submitted to any entity outside of FDOT. Could you please confirm? A. The Department confirms. 7) In reviewing FEMA's online training website [https://training.fema.gov/is/crslist.aspx?page=1] it appears that the following two courses required for Public Assistance Coordinators in the FDOT RFP are no longer offered: L382- Public Assistance Operations II and IS200FW Basic Incident Command System. Since the training is no longer available, will the Department still include these two courses as required training for PACs? A. L382 and IS200FW training courses will not be required by the Department and have been deleted from the SOS. 8) In reviewing FEMA's online training website [https://training.fema.gov/is/crslist.aspx?page=1] it appears that the following course required for Project Officers and Specialists in the FDOT RFP is no longer offered: IS600 Special Consideration for FEMA Public Assistance Projects. Since the training is no longer available, will the Department still include this course as required training for Project Officers and Specialists? A. IS600 training will not be required by the Department and has been deleted from the SOS. 9) Attachment A, Scope of Services, note under section 1.0 Purpose, please clarify to what extent a contractor would be conflicted out of design and construction work outlined (included) in a project worksheet vs. work specified in the scope of a contract. For example, if a consultant prepares a project worksheet for debris removal or emergency protective measures, which do not include scopes of work for repair or replacement of a damaged facility, can that same contractor bid on design work not related to those project worksheets written for debris or emergency protective measures? A. Given the example provided, the issue would be evaluated on a case by case basis, depending on the level of involvement of said consultant in the preparation of the Project Worksheet and/or scope of work for the project. 10) FDOT also released a scope of work for NATURAL DISASTER MONITORING/CONSTRUCTION ENGINEERING & INSPECTION, how would the two contracts be related in scope and services sought and how would these two contract be coordinated? A. The NDM/CEI contract provides contract administration for disaster related damage assessment, debris monitoring, recovery monitoring, and construction inspection for emergency work. Please note that each FDOT District may have separate CEI contracts. The Emergency Management Services Consultant shall coordinate with the Department s Pre- Event Natural Disaster Monitoring/Construction Engineering Consultant to ensure that all documentation meets the requirements for reimbursement from the Federal Emergency Management Agency (FEMA) Public Assistance (PA) and the Federal Highway Administration (FHWA) Emergency Recovery (ER) program. Addendum No.: 1 RFP-DOT-14/15-9030-GH-ReAd Page 2 of 4

11) Portions of the RFP, including the presented contract, identify the period of performance to be 36 months with the option for a three year renewal period. However, section 4.0 Length of Service identifies the period of performance as three years with one option year. Please confirm the period of performance and length of option years. A. This initial contract duration is for three (3) years with a renewal option(s) of up to three years. The Scope of Services has been revised. 12) In Exhibit C, Price Proposal, the State notes "rates shall be used for the original contract period and for any renewals." If the period of performance is three years with the option to extend for an additional three years, the selected vendor may be held to the same fixed rates for six total years. Would the state consider an inflationary adjustment over the period of the contract? If not, would the State allow for a reconsideration of rates, either up or down, based on economic and inflationary conditions at the time the renewal option is be exercised? A. The terms, conditions, and pricing must be agreed to by both parties for any renewals. 13) Under 2.0 Project Approach, the State identifies a vendor that provides Pre-Event Natural Disaster Monitoring / Construction Engineering and Inspection services. What vendor provides these services? Is the vendor prohibited from competing in this solicitation? A. Since there are multiple CEI contracts throughout the FDOT Districts, which the Central Office Emergency Management Office does not administer, vendor identity is not easily accessible. 14) In relation to the note to 1.0 Purpose, it is our understanding that FEMA will be creating SOWs, and CEF cost estimates and formulating all Project Worksheets. In the course of performing the duties described in this RFP, respondents or subconsultants may contribute work that will be used in the formulation of DDDs, SOWs, or cost estimates. Will such contributions be seen as conflicts that would bar respondent or respondent's subconsultants from subsequent design/build work? A. Given the example provided, the issue would be evaluated on a case by case basis, depending on the level of involvement of the respondent or respondent s subconsultant in the preparation of the Project Worksheet and/or scope of work for the project. 15) Will there be any immediate work related to this contract? A. Please refer to SOS 9.1. Any additional work will be issued via task work order. 16) Currently, are there open Project Worksheets or DDIR's from past disasters? A. Yes. 17) Does DOT have any active appeals or arbitration proceedings through FEMA's PA program? A. Appeals yes. Arbitration not that the department is aware of. Addendum No.: 1 RFP-DOT-14/15-9030-GH-ReAd Page 3 of 4

Proposers must acknowledge receipt of this Addendum by signing below and enclosing same with your proposal package on or before the time and date of the proposal opening. Failure to do so may subject the bidder/proposer to disqualification. Signature Printed Name Date Title Company Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Addendum No.: 1 RFP-DOT-14/15-9030-GH-ReAd Page 4 of 4

EXHIBIT A SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES Revised 5/11/15

TABLE OF CONTENTS 1.0 PURPOSE... 3 2.0 PROJECT APPROACH... 3 3.0 SCOPE... 5 4.0 LENGTH OF SERVICE... 6 5.0 PERFORMANCE OF THE CONSULTANT... 6 6.0 PERSONNEL... 6 6.1 GENERAL REQUIREMENTS... 6 6.2 PERSONNEL QUALIFICATIONS... 7 7.0 DEVELOPMENT/REVISIONS OF PLANS... 9 8.0 DOCUMENTATION AND REPORTING... 9 9.0 PROVISIONS FOR WORK... 11 9.1 PREPARATION PLANNING MEETING... 11 9.2 TASK ASSIGNMENTS.. 11 9.3 TRAINING... 11 9.4 TIMELY RESPONSE... 11 9.5 MATERIALS AND EQUIPMENT... 11 9.6 RECORDS... 12 10.0 FDOT RESPONSIBILITIES... 12 11.0 CONTRACT MANAGEMENT... 12 12.0 AGREEMENT MANAGEMENT... 12 13.0 BEGINNING AND LENGTH OF SERVICES... 13 14.0 SUBCONTRACTING... 13 2

SCOPE OF SERVICES EMERGENCY MANAGEMENT SERVICES 1.0 PURPOSE The Florida Department of Transportation (FDOT or Department) requires the services of a Consultant to furnish qualified personnel to survey, assess, appraise, document physical damage, and prepare requests for reimbursement for costs associated with Federal and State Declared Disasters in accordance with Federal Emergency Management Agency (FEMA) and the Federal Highway Administration (FHWA) reimbursement requirements, which include but are not limited to the Terms for Federal Aid Contracts (Appendix I), and the Davis-Bacon Act (Attachment A). NOTE: If the Consultant prepares the Project Worksheet with scope and/or man hour estimates to be used as the official scope and estimate for a project, the Consultant is not eligible to compete or bid for services (either as a prime or sub consultant) specified in the scope of the contract. Contractors on one contract may not oversee their own work performed under another contract, nor oversee other work which may create a conflict of interest situation. 2.0 PROJECT APPROACH Contract services will be authorized by Task Work Orders (TWO) issued by the Department. The Consultants work will be managed by the FDOT Project Manager, who will provide a specific description of the work for each task to be performed by the Consultant on an as needed basis. Examples of potential task services to be performed by the Consultant are outlined in Section 3.0 of this document. Each TWO will include a description of the services to be performed, deliverable requirements, schedules, staffing requirements and details of the compensation to be paid to the Consultant. There is no guarantee that any or all of the services described in this agreement will be assigned during the term of this agreement. Each TWO will be developed by the Department for execution by the Consultant. No services shall be performed prior to receipt of the executed TWO by the Department. The services to be performed under a TWO will begin upon written notice to proceed issued by the FDOT Project Manager. Initial duration or the services end date of a TWO may be extended as circumstances of an existing or on-going event may require. An extension of the services end date or change of initial duration of a TWO must be agreed to in writing by an amended TWO executed by both parties. 3

The Consultant will provide qualified technical and professional personnel to perform FEMA Public Assistance (PA) duties and responsibilities, normally assigned to the FDOT by the Florida Division of Emergency Management (FDEM). The PA Program provides supplemental Federal disaster grant assistance for emergency protective measures, debris removal and the repair, replacement, or restoration of disaster-damaged, publicly owned facilities and the facilities of certain Private Non-Profit (PNP) organizations. The Consultant will also provide qualified professional personnel to perform FHWA Emergency Relief (ER) Program tasks as needed. The ER Program funds repairs and reconstruction to designated Federal-Aid Roadways which have suffered damage as a result of a natural disaster or catastrophic event. The ER Program may also fund debris removal operations under certain conditions. The Consultant may be requested to train and educate local, state, and federal government agencies on FEMA PA and FHWA ER Program requirements and other related topics as needed. All training materials developed to train FDOT staff, consultants, contractors, subcontractors, or county and local governments on behalf of FDOT shall be the exclusive property of FDOT without restriction or limitation on their use and shall be made available, upon request, to FDOT at any time during the performance of such services and/or upon completion or termination of this Agreement. All training materials will be fully compatible with the FDOT computer systems and accessible from FDOT computers. Training materials shall include, but not limited to all files (electronic or printed), presentations (electronic or printed), brochures (electronic or printed), or software to include but not be limited to online courses and computer based training. Upon delivery to FDOT of such materials, FDOT shall become the custodian thereof in accordance with Chapter 119, Florida Statutes. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The FDOT shall have the right to inspect the work and the products of the Consultant at any time. The Project Manager will determine the number of Public Assistance Coordinators (PAC), Project Officers (PO) and Specialist needed to provide services under a TWO based on the size and severity of the event or disaster. It will be the responsibility of the Consultant to provide the number of required PAC s, PO s and Specialists as required to perform the work. These individuals must be qualified as a PAC, PO or Specialists. A minimum of ten (l0) PAC s shall be available for any given event or disaster. Resumes of the individuals to be assigned shall be submitted to the Project Manager for review upon request. Each task assignment must also have one of the assigned individuals designated as "Task Lead" to manage and respond to personnel issues. A PAC/PO Coordinator shall be required when 10 or more contract employees are assigned to an operational project location. Upon activation of the contract, the Consultant shall assign a point of contact from their Information Technology Office that will be available to meet with the Project Manager to address issues and/or concerns that are associated with file compatibility, storage and formatting of information being provided to FDOT. 4

In addition to this contract, the Department utilizes a Pre-Event Natural Disaster Monitoring/Construction Engineering and Inspection (CEI) contract for contract administration for disaster related damage assessment, debris monitoring, recovery monitoring and construction inspection for emergency work. The Emergency Management Services Consultant shall coordinate with the Department s Pre-Event Natural Disaster Monitoring/Construction Engineering Consultant to ensure that all documentation meets the requirements for reimbursement from the Federal Emergency Management Agency (FEMA) Public Assistance (PA) and the Federal Highway Administration (FHWA) Emergency Recovery (ER) program. 3.0. SCOPE FEMA PUBLIC ASSISTANCE AND FHWA EMERGENCY RELIEF Services will consist of providing individuals with working knowledge of roads and bridges, roadway infrastructure, utilities, debris removal and disposal, environmental and historic compliance, insurance, and cost estimating. These individuals shall have experience with related functions in support of Central Office and District personnel with disaster damage assessment and assistance programs of FEMA managed by the FDEM and FHWA Emergency Relief program managed by FDOT. Examples of some of the services that the Consultant may be requested to perform are listed below: Attend meetings with FDOT personnel to discuss the programs application to the applicant's specific needs; Work with the FDOT to develop projects; Ensure that projects comply with all applicable rules and applicable laws, regulations and policies. Ensure that any special considerations associated with a project are identified and reviewed; Coordinate with FEMA personnel on behalf of the FDOT as necessary to resolve problems; prepare or assist in the preparation of Project Worksheets (PW's); assign Project Officer or Specialist to provide the FDOT with technical assistance as needed. Represents the FDOT at close-outs, on conference calls, during audits, and appeals as requested; Coordinate with FHWA personnel on behalf of the FDOT as necessary to resolve problems; prepare or assist in the preparation of Detailed Damage Inspection Reports (DDIR); assign Project Officer or Specialist to provide the FDOT with technical assistance as needed; Attend the Applicants Briefing; Attend the FEMA Kick-Off meeting; Assist the FDOT with identification of eligible damages within required timeframe 5

4.0 LENGTH OF SERVICE: This initial contract duration is for three (3) years with a renewal option of up to three years. Renewals will be made at the sole discretion and option of the Department and must be agreed upon in writing by both parties. The Department, at its sole discretion, may extend the initial duration or the services end date of a TWO, as circumstances of an existing or on-going event may require. An extension of the services end date of a TWO must be agreed to in writing by both parties. A TWO will be issued by the Department on an as needed basis, defining specific task to be performed associated with an event or disaster. The Consultant s services for each task shall begin upon written notification to proceed and will include and end date by which all services will be completed. The renewal option is contingent upon the availability of funds, satisfactory performance of the Consultant, and other factors as determined by the FDOT. 5.0 PERFORMANCE OF THE CONSULTANT: During the term of this Agreement and all supplements thereof, the Department will review various phases of the Consultant s performance for each assigned TWO during a disaster or event. Such reviews may include, but are not limited to, designations of specific sites for Project Worksheets, damage assessment, monitoring of construction projects, and administrative activities, to determine compliance with this Agreement. The Consultant shall cooperate and assist FDOT representatives in conducting the reviews if requested. If deficiencies are indicated, the Consultant shall implement remedial action immediately upon the approval of the FDOT Project Manager or designee. FDOT recommendations and Consultant responses/actions will be documented by the Project Manager. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: A. Further subdivide assigned responsibilities, reassign personnel, or assign additional personnel, within three (3) working days of notification. B. Replace personnel whose performance has been determined by the FDOT to be inadequate. Personnel whose performance has been determined to be unsatisfactory shall be removed immediately. C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility. 6.0 PERSONNEL: 6.1 General Requirements: The Consultant shall staff the project with the qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Method of compensation for personnel assigned to this project will be in accordance with Exhibit B Method of Compensation. The method of payment shall be the hourly cost per unit of work (hourly billing rate), with specific rates of 6

compensation. Details of compensation to the Consultant will be included in the TWO issued to the Consultant for a specific event or assignment. 6.2 Personnel Qualifications: (as applicable) The Consultant shall utilize only competent personnel, qualified by experience, training and education. The Consultant shall submit in writing to the Project Manager the names of personnel proposed for assignment to the project management team, including a detailed resume for each, containing at a minimum, education, and experience. Personnel identified in the Consultant technical proposal are to be assigned as proposed and shall be committed to performing services under this Agreement. Personnel changes will require written approval from FDOT. Staff that has been removed shall be replaced by the Consultant within 2 days of FDOT notification. Public Assistance Coordinators (PAC) - the PAC will provide the FDOT with expert Customer Service representation on FEMA PA Program matters and manage the processing of the FDOT's Reimbursement request throughout the event and reimbursement period. The PAC will act as the lead on project development and preparation of project worksheets from task assignment to final inspection. PACs shall have an in-depth working knowledge of disaster relief laws, regulations, and Public Assistance programs and recovery roles of government and the private sector. The PAC must have working knowledge of Project Site identification by Category, Project Worksheet preparation by Category. The PAC shall be knowledgeable of documentation requirements and validation, environmental and flood plain regulations, insurance requirements, Preliminary Damage Assessment, and 406 Mitigation. They must have a working knowledge of the FEMA PA process and be capable of representing the State of Florida, officiating at public meetings, managing Project Officers and support staff. Leadership, management, communication, organizational, interpersonal, and critical analysis skills are required. The PAC performs functions of public assistance involving eligible work as well as working with public officials. These individuals must be knowledgeable of the FEMA PA and FHWA ER program differences and program eligibility for assigned projects. They may also be requested to further educate local, state or governmental agencies on these programs. Note: Minimum training requirements are required, experience may not be substituted for training. PAC Qualifications: Minimum Training Requirements-IS-634-Introduction of FEMA s Public Assistance Program, L382-Public Assistance Operations II, IS-632 Introduction to Debris Operations, IS-547 Introduction to Continuity of Operations, IS-I00 Introduction to Incident Command System, IS200FW Basic Incident Command 7

System, IS 801Emergency Support Functions (ESF) #1, IS803 Emergency Support Functions (ESF) #3,IS-253 Coordinating Environmental and Historic Preservation Compliance. Project Officers (PO) and Specialists: Project Officers (PO) and Specialists are resources for the FDOT. Typically, Project Officers are responsible for assisting applicants with the development of projects and cost estimates. While a Project Officer is generally knowledgeable with regard to the PA Program, a Specialist usually has a defined area of expertise that a Project Officer may call upon in the development of a specific project. Specialists having experience in such areas as roads and bridges; utility infrastructure, debris removal and disposal, environmental and historic compliance, accounting, building construction experience, insurance, and cost estimating may be required by the Disaster Field Office (DFO) or a subsequent facility. These individuals will prepare estimated man-hour requirements and estimates of costs for proposed services and completing the PWs. For large projects, a Project Officer is responsible for working with the applicant to prepare the PW. The Project Officer may lead a team that includes a representative of the State and one or more Specialists, depending on the type and complexity of the project. The Consultant will also be required to furnish FHWA-ER knowledgeable PO s. These individuals must be knowledgeable of the FEMA and FHWA ER program differences and will be expected to recommend accurate eligibility determinations for reimbursement of work activities for both the FHWA ER program and the FEMA program for assigned projects. They may also be requested to further educate local, state or governmental agencies on these programs. Note: Minimum training requirements are required, experience may not be substituted for training. PO and Specialists Qualifications: Minimum Training - IS-634-Introduction of FEMA s Public Assistance Program, L IS-632Introduction to Debris Operations, IS-100 Introduction to Incident Command System, IS-200FW Basic Incident Command System, IS-253 Coordinating Environmental and Historic Preservation Compliance, IS 393 Introduction to Mitigation, IS600 Special Consideration for FEMA Public Assistance Projects.. Debris Specialists: A Debris Specialist may be either a PAC/PO or Specialist and must meet the minimum requirements for the respective designation. The Specialist must have 8

experience and expertise in debris operations and eligibility for both the PA and ER programs. The Specialist must also have a working knowledge of the FDOT s Debris Management Plan. Note: The FDOT may require a PAC Coordinator for oversight of multiple (ten or more) PAC s and/or PO s working in a project area. The FDOT s Project Manager will provide request for a PAC Coordinator in writing to the Consultant. The PAC/PO Coordinator will continue to function as a PAC on a daily basis. Must have worked as a PAC in at least 3 previous disasters. 7.0 DEVELOPMENT/REVISIONS OF PLANS The consultant may be tasked to revise existing operational plans, policies, and procedures or the development of new policies, plans or procedures directly or indirectly related to Emergency Management. These may include but not be limited to the following: Debris Management Plans Comprehensive Emergency Management Plans Continuity of Operations Emergency Management Program procedure 8.0 DOCUMENTATION AND REPORTING The consultant is responsible for gathering and providing supporting documentation for FEMA and FHWA reimbursement request and completing accurate and detailed documentation required to receive reimbursement. Such responsibility includes, but is not limited to, processing Requests for Reimbursement, preparing Summaries of Documentation, preparing FDEM quarterly reports, perform Small Project Validation, assist with the Hazard Mitigation process requirements, providing a Joint Closeout Toolkit, Request for Final Inspection, and accurate site location information to include GPS coordinates and photographs taken to document before, during and after conditions at the respective sites. All photographs (electronic and/or printed) taken will be considered the exclusive property of FDOT without restriction or limitation on their use and shall be made available, upon request, to FDOT at any time during the performance of such services and/or upon completion or termination of this Agreement. Upon delivery to FDOT of such materials, FDOT shall become the custodian thereof in accordance with Chapter 119, Florida Statutes. The FDOT shall have the right to inspect the work and the products of the Consultant at any time. The formatting and compilation of all documentation and information will be designed to meet the requirements of the FDOT Project Manager or his/her Designee. The Consultant 9

shall compile both electronic and paper copies of documentation associated to each project managed. The documentation shall be provided in the following manners: (i) Electronic: 1. Any documents created by the Consultant before, during or after the process of developing a reimbursement request, the documents will be saved electronically and provided in their original program format. 2. All documents and supporting documentation gathered for preparation of request for reimbursement submitted to Federal agencies for reimbursement shall be scanned into the FDOT Electronic Document Management System (EDMS). FDOT will assist with and facilitate the execution of these tasks. 3. Any printed documents that are converted or scanned to an electronic format will be done so using Optical Character Recognition (OCR) or software with similar capabilities and saved as PDF files that can be opened using Adobe Reader. The information in these files shall have the ability to be transferable, with a high degree of accuracy, and compatible with other programs such as Microsoft Word, Excel, Access, and SharePoint. 4. All electronic files will be named in accordance with naming convention provided by the FDOT Project Manager. (ii) Paper: 1. A paper copy of each DDIR/PW will be generated, as directed, by the FDOT Project Manager. 2. Any copies mentioned in the preceding item will be made from electronic versions. The Consultant is responsible for tracking site specific Direct Administration Costs by Category of Work and by each Project Worksheet for FEMA reimbursement. Any time spent by the Consultant on FHWA-ER eligible related activities shall be tracked separately from the FEMA-PA related work. If time is spent to determine eligibility of an item/activity and it is found to be ineligible, that time will still be tracked as a function of the FHWA-ER Program. The Consultant shall ensure that all deadlines for FEMA submittals for project sight identification, project cost estimates and appeals are met and include complete and accurate documentation has been provided. A Project Status Summary, detailing current status and obstacles, shall be provided to the FDOT Project Manager or designee on a weekly basis. Weekly status updates shall include, but are not limited to, updates on site identification by category of work for reimbursement purposes, status updates on information gathering per site and category of 10

work, status of project worksheet development, PW submittal information and timeline. Final Inspection status shall be provided in addition to other reports at the discretion of the FDOT Project Manager. Reports must be in an electronic format compatible with FDOT software. 9.0 PROVISIONS FOR WORK 9.1 Preparation Planning Meeting The Consultant shall be prepared to meet with the FDOT Project Manager and other FDOT staff for introductions and expectations regarding this contract. This meeting shall be at the expense of the Consultant. 9.2 Task Assignments All requests for personnel will be made by the FDOT Project Manager. Verbal requests will be followed up in writing to the Consultant. Each task assignment must also have one of the assigned individuals designated as "Task Lead" to coordinate field activities. The Consultant will notify the Project Manager who the Task Lead is for each task assignment. 9.3 Training The Consultant shall assure all assigned personnel have the identified minimum training necessary to perform tasks. Personnel shall also receive additional training as may be needed and requested by the FDOT. The Consultant may be requested to provide training manuals under a task assignment. If authorized, the Consultant shall be paid actual allowable costs incurred, supported by verifiable receipts as authorized an approved by the FDOT. 9.4 Timely Response The Consultant shall provide all requested personnel within seven (7) days of the request from the Project Manager or within time identified if greater than seven (7) days. Assigned personnel not properly trained or qualified for the task assigned or found not acceptable for good cause shall be replaced by the Consultant within 3 days of notification. 9.5 Materials and Equipment All individuals shall be self-sufficient in regards to transportation, personal equipment, safety gear and miscellaneous equipment (vehicles, GPS unit, additional batteries for all units, cell phone, laptop computer with internet service, software needed to complete 11

tasks in compliance with stated requirements, 10 CD-Rs, local area maps, cameras, all weather equipment, clothing etc.). All costs for these items shall be included in the hourly billing rate. 9.6 Records The Consultants shall maintain adequate records to allow a detailed project audit if necessary. The Consultant will provide supporting documentation for Invoices as requested by the FDOT. Should concerns arise, the Consultant shall respond to inquiries in a timely manner not to exceed two (2) business days. 10.0 FDOT RESPONSIBILITIES The FDOT will provide a Project Manager as a contact point for all issues related to the contract. Assignments will come directly from the Project Manager. Invoices will also be submitted to the Project Manager or designee. 11.0 CONTRACT MANAGEMENT It shall be the responsibility of the Consultant to provide a Consultant Contract Manager (Contract Manager) to oversee and approve all work product of assigned project personnel. The Contract Manager shall be approved by the FDOT Project Manager. The Contract Manager shall make the Project Manager aware of all changes to the assigned programs as they may occur and shall manage the routine issues associated with assigned personnel. The consultant must also provide other reports upon request of the Project Manager. The Contract Manager shall also be responsible for assuring qualified persons are assigned to any given tasks. Assigned personnel not properly trained or qualified for the task assigned or found not acceptable for good cause shall be replaced by the Consultant within three days of notification by the FDOT s Project Manager. 12.0 AGREEMENT MANAGEMENT: 12.1 General: (1) With each monthly invoice submittal, the Contract Manager will provide a reviewed and approved Status Report with sufficient detail information to allow the FDOT to verify the work performed and the hours billed under a TWO issued under the Agreement. The Status Report will provide an account of the funds expended to date and an estimate of the man-hours required to accomplish the assigned work. 12

(2) The Project Manager shall furnish the Consultant a TWO identifying the number and types of personnel, and the billing labor rate to be paid per personnel type, approximate time of service and the authorized Begin Date and Services End Date. No payment shall be made to the consultant for work performed prior to receipt of an executed TWO. No work shall be performed after the end of services date contained in the TWO. 13.0 BEGINNING & LENGTH OF SERVICES 1) Services to be provided by the Consultant will be initiated and completed as directed by the FDOT Project Manager for each TWO authorized under this Agreement. 2) The FDOT's Project Manager will furnish the Consultant a TWO identifying the type of services required, the approximate time of service and the authorized Begin Date. No payment shall be made to the consultant for work performed prior to receipt of a TWO. 14.0. SUBCONTRACTING Services assigned to any sub-consultants must be approved in advance by the Department in accordance with this Agreement. All sub-consultants must be qualified to perform all work assigned and comply with the Federal requirements established in Section I of this scope. Additional sub-consultants with specialized areas of expertise may be required to complete specific Task Work Order assignments. The need for the sub-consultant to be hired, the work assignments to be performed, and all rates of compensation shall be requested in writing and agreed to by the Consultant and the Department. New subconsultant firms must be authorized to work on the contract through a contract amendment and documented in the task work order prior to performing any work. 13