HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #7280
Date: 03/06/2020
Commission Meeting Date: 05/14/2020
Requesting Department: Department of
Procurement
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Proposal - Emergency Debris and Disaster Recovery Services
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission with
attachments, accepting the proposals received April 29, 2019, pursuant to Request for
Proposals ("RFP") No. 702383, from Ashbritt, Inc; Ceres Environmental Services, Inc.;
Crowder -Gulf Joint Venture, Inc.; D. & J., Enterprises, Inc.; DRC Emergency Services,
LLC; and T.F.R. Enterprises, Inc. for the provision of Emergency Debris and Disaster
Recovery Services, for the departments of Solid Waste, Parks & Recreation, and
Resilience and Public Works for an initial period of five (5) years, with an option to
renew for for three (3) additional two (2) year periods, on an as -needed contractual
basis; authorizing the City Manager to execute the negotiated Professional Services
Agreement ("PSA"), in substantially the attached form; further authorizing the City
Manager to negotiate and execute all other documents, including any amendments,
renewals, extensions, and to add additional qualified proposers to the contract when
deemed in the best interest of the City, in accordance to the RFP, subject to allocations,
appropriations and budgetary approval having been previously made, and in
compliance with applicable provisions of the Code of the City of Miami, Florida, as
amended ("City Code"), including, the City of Miami's Procurement Ordinance, Anti -
Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the
City Code, in a form acceptable to the City Attorney, and in compliance with applicable
regulations, as may be necessary for said purpose.
Background of Item:
On March 11, 2019, the Department of Procurement issued RFP 702383 under full and
open competition, to obtain proposals from experienced and qualified firms for the
provision of emergency debris and disaster recovery services on behalf of the City
Departments of Solid Waste, Parks & Recreation, and Resilience and Public Works.
Proposers were required to meet all of the minimum qualification requirements
established within the RFP in order to be deemed responsive. On April 29, 2019, the
Office of the City Clerk received eight (8) proposals in response to the RFP. The
proposals were reviewed by Procurement for responsiveness, two (2) proposals were
deemed non -responsive for not following the proper submission instructions and failing
to submit documentation as required by the RFP. The Evaluation Committee
("Committee"), appointed by the City Manager, evaluated the Proposals following the
guidelines set forth in the RFP. The Committee recommended award to the six (6)
highest ranked proposers for the six (6) different zones. The following are the list of
responsive and responsible proposers in the order ranked along with their assigned
zones: DRC Emergency Services, LLC (Zone 2); Ashbritt, Inc (Zone 5); Crowder -Gulf
Joint Venture, Inc. (Zone 1); Ceres Environmental Services, Inc. (Zone 6); D. & J.,
Enterprises, Inc. (Zone 3); and T.F.R. Enterprises, Inc. (Zone 4). In 2017 after
Hurricane Irma the City spent $16,358,715.19 for these services. Should we have a
declared emergency the City will have to spend accordingly to the damages and debris
that need to be removed.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
None
General Account No.: General Fund or other sources of funding (as required)
Reviewed B
Department of Procurement Annie Perez
Department of Risk Management Ann -Marie Sharpe
Office of Management and Budget Denise Lee
Office of Management and Budget Jacques Joseph
Office of Management and Budget Christopher M Rose
City Manager's Office Sandra Bridgeman
Legislative Division Valentin J Alvarez
Off -Street Parking Board/Miami Parking Authority
City Manager's Office Arthur Noriega V
Office of the City Attorney
Office of the City Attorney
Office of the City Attorney
City Commission
City Commission
Pablo Velez
Barnaby L. Min
Victoria Mendez
Maricarmen Lopez
Todd B. Hannon
Department Head Review
Risk Review
Budget Analyst Review
Budget Analyst Review
Budget Review
Assistant City Manager Review
Legislative Division Review
Carolina Aguila
City Manager Review
ACA Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Meeting
Completed 03/09/2020 2:01 PM
Completed 03/09/2020 2:28 PM
Skipped 03/09/2020 4:40 PM
Completed 04/14/2020 4:48 PM
Completed 04/14/2020 5:33 PM
Completed 04/14/2020 7:02 PM
Completed 04/14/2020 7:04 PM
City Manager Review Skipped
Completed 04/14/2020 8:37 PM
Completed 04/14/2020 10:31 PM
Completed 04/14/2020 10:41 PM
Completed 04/14/2020 10:42 PM
Completed 04/23/2020 9:00 AM
Completed 05/14/2020 9:00 AM
City of Miami
Legislation
Resolution
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 7280 Final Action Date:5/14/2020
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE PROPOSALS RECEIVED APRIL 29, 2019 PURSUANT TO
REQUEST FOR PROPOSALS ("RFP") NO. 702383 FROM ASHBRITT, INC., A
FLORIDA PROFIT CORPORATION, CERES ENVIRONMENTAL SERVICES, INC., A
FOREIGN PROFIT CORPORATION AUTHORIZED TO CONDUCT BUSINESS IN THE
STATE OF FLORIDA, CROWDER-GULF JOINT VENTURE, INC., A FLORIDA PROFIT
CORPORATION, D. & J., ENTERPRISES, INC., A FOREIGN PROFIT CORPORATION
AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA, DRC
EMERGENCY SERVICES, LLC, A FOREIGN LIMITED LIABILITY COMPANY
AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA, AND T.F.R.
ENTERPRISES, INC., A FOREIGN PROFIT CORPORATION AUTHORIZED TO
CONDUCT BUSINESS IN THE STATE OF FLORIDA FOR THE PROVISION OF
EMERGENCY DEBRIS AND DISASTER RECOVERY SERVICES FOR THE CITY OF
MIAMI'S ("CITY") DEPARTMENTS OF SOLID WASTE, PARKS AND RECREATION,
AND RESILIENCE AND PUBLIC WORKS FOR AN INITIAL PERIOD OF FIVE (5)
YEARS WITH AN OPTION TO RENEW FOR THREE (3) ADDITIONAL TWO (2) YEAR
PERIODS ON AN AS -NEEDED CONTRACTUAL BASIS; AUTHORIZING THE CITY
MANAGER TO EXECUTE A NEGOTIATED PROFESSIONAL SERVICES
AGREEMENT ("PSA") WITH EACH OF THE QUALIFIED PROPOSERS, ALL IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY; FURTHER AUTHORIZING THE
CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER
DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS
AND TO ADD ADDITIONAL QUALIFIED PROPOSER(S) TO THE CONTRACT WHEN
DEEMED IN THE BEST INTEREST OF THE CITY, IN ACCORDANCE WITH THE
RFP, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY
APPROVALS, COMPLIANCE WITH ALL APPLICABLE PROVISIONS OF THE CODE
OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), INCLUDING THE
CITY'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL
INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY
CODE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE
WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS AS MAY BE DEEMED
NECESSARY FOR SAID PURPOSE.
WHEREAS, the City of Miami's ("City") Departments of Solid Waste, Parks and
Recreation, and Resilience and Public Works have a need for emergency debris and disaster
recovery services on an as -needed basis ("Services"); and
WHEREAS, on March 11, 2019, the City's Department of Procurement ("Procurement")
issued Request for Proposals ("RFP") No. 702383 to obtain proposals from experienced and
qualified firms for the provision of the Services; and
WHEREAS, on April 29, 2019, the City's Office of the City Clerk received eight (8)
proposals in response to the RFP, two (2) of which Procurement deemed nonresponsive; and
WHEREAS, on July 8, 2019, the Evaluation Committee ("Committee") appointed by the
City Manager convened to discuss and evaluate the proposals following the guidelines
established within the RFP and the following proposers were ranked by order, along with their
assigned zones: DRC Emergency Services, LLC, a foreign limited liability company authorized to
conduct business in the State of Florida, Zone 2; Ashbritt, Inc., a Florida profit corporation, Zone
5; Crowder -Gulf Joint Venture, Inc., a Florida profit corporation, Zone 1; Ceres Environmental
Services, Inc., a foreign profit corporation authorized to conduct business in the State of Florida,
Zone 6; D. & J., Enterprises, Inc., a foreign profit corporation authorized to conduct business in
the State of Florida, Zone 3; and T.F.R. Enterprises, Inc., a foreign profit corporation authorized to
conduct business in State of Florida, Zone 4 (collectively, "Proposers"); and
WHEREAS, on July 26, 2019, the City Manager concurred with the recommendation of
the Committee and authorized Procurement to enter into negotiations for a Professional Service
Agreement ("PSA") with each of the six (6) responsive and responsible Proposers for the
provision of the Services; and
WHEREAS, Procurement and a designated negotiating team have successfully
completed negotiations with the Proposers and have recommended to the City Manager the
execution of a PSA with each of the Proposers;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The proposals received April 29, 2019 pursuant to RFP No. 702383 from the
Proposers for provision of Services for the City's Departments of Solid Waste, Parks and
Recreation, and Resilience and Public Works for an initial period of five (5) years with an option to
renew for three (3) additional two (2) year periods on an as -needed contractual basis are
accepted.
Section 3. The City Manager is authorized' to execute the negotiated PSA with each of
the Proposers, all in a form acceptable to the City Attorney.
Section 4. The City Manager is further authorized' to negotiate and execute any and all
other documents, including any amendments, renewals, and extensions and to add additional
qualified Proposer(s) to the contract when deemed in the best interest of the City, in accordance
with the RFP, subject to all allocations, appropriations, prior budgetary approvals, compliance with
all applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"),
including the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles,
all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in
compliance with all applicable laws, rules, and regulations as may be deemed necessary for said
purpose.
Section 5. This Resolution shall become effective immediately upon its adoption.
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
APPROVED AS TO FORM AND CORRECTNESS: