HomeMy WebLinkAboutBack-Up Documentsro
ppzv .
/TYDF�mW|`Fu}R/hA
|BTE�-OFF|�EK8E08[}Bi\0�UK8
EmUioT. Gonz6lez, Ph.D.
City Manager
Annie Perez, CPPD
Director, Department of Procurement
ounscr�
ns�sse�
November 4.2O1S
Recommendation ofAward six (6)
Contracts for RFP7O2383.
Emergency Debris and Disaster
Recovery Services
a«Request toNegotiate Memo
and Compensation Proposals
Based on the findings below, the Deportment of Procurement ("Procurement") hereby
recommends approval for award of six (0) contracts to the below listed responsive and
responsible Proposers, pursuant to Request for Proposals (''RFP^) No 703383 for the
provision of Emergency Debris and Disaster Recovery Gervices, Section 2.55,
Evaluation/Selection Process and Contract Award.
The following table represents the Evaluation Committee's ("Committee") recommended
Proposer for each Zone. To ensure that the City receives speedy services, each Successful
Proposer will be assigned as a Secondary in the various zones in the event that the Primary is
unable toperform the services:
Rank
Proposer
Zone (Primary)
Zone (Secondary)
1
DRC Emergency Services, LLC
2
5
2
Ashbritt' Inc.
5
3
3
Crowder -Gulf Joint Venture, Inc.
1
4
4
Ceres Environmental Services, Inc.
O
1
5
D. &J.. Enterprises, Inc.
3
S
O
T.F.R. Enterprises, Inc.4
2
Background:
On March 11, 2019. Procurement issued RFP 702303 under full and open rompethion, on
behalf ofthe following City Departments-. Solid VVasha. Parke & Recreation, and Resiliency and
Public Works, to obtain proposals from experienced and qualified firms for the provision of
emergency debris and disaster recovery services. Proposers were instructed to propose on
all six (G)zones with aranking inorder ofpreference. Proposers were further advised that the
zone assignments would bemade bythe Committee based Vntheir ranking. [)nApril 28 2018
at closing dote. eight (8) proposals were received in response tothe RFP. Subeequant|y, the
proposals were reviewed by Procurement for responsibility and responsiveness, however two
(2) proposals were deemed non -responsive for not following the proper submission
instructions and failing tosubmit documentation onrequired bythe RFP.
The Evaluation Committee ("Committee") met on July 8. 2019 to review and evaluate the
proposals following the guidelines and criteria published inthe RFP, The Committee decided
not to hold ons| presentations as the proposals did not require further clarification. Following
evaluations, the Committee recommended that the City enter into negotiations with the six (6)
yRl9204
responsive and responsible Proposers. On July 18. 2019. the Report of the Committee /
Request to Negotiate nnemuwas submitted tothe City Manager, and subsequently approved
on July 20' 2019.
The Negotiation Team met with Proposers on September 18 and 19. 2019to negotiate each
contract. The Fiscal impact for the negotiated initial term and renewals of the contracts for
Emergency Debris and Disaster Recovery Services will vary greatly, and is contingent on an
emergency being declared. The City negotiated with the six (G)recommended responsive and
responsible Proposers and was able to achieve a discount of approximately ten percent (10%)
from T.F.R Enterprises, the Proposer with the highest overall pricing. Crowder -Gulf Joint
Venture, Inc. was able to provide o modest savings of approximately two percent (2Y6) on
some of the services propooed, their prices were in|ine with the other Proposers. The other
four(4) Proposers submitted documentation indicating why they could not lower their prices
due to factors such as distances. geographical |ocation, pickup and drop off locations, and
traffic patterns that affect efficiency.
Should the City have a need to odd additional Proposer(s) due to avooancy in the Zones,
these additions will be done through a competitive process using the evaluation RFPchtehe
established in this Solicitation. The addition of new Proposer(s) will be based upon the need
determined bythe City,
Your signature below will ind*cate approval of this recornmenclation.
�\_
AP~ROVEO:
Enni ioT. Gnnz6|ez'
City Manager
DATE:
AP:ef
c JcmephF. Nopo|i, Deputy City Manager
Fernando Casamayor, Assistant City Manager
Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager
Sandra Bhdgeman, CPA, Assistant City ManagerXChiefFinancia| Officer
Mario Nunez, Oinactor, Solid Waste
Allan Dodd; Director, Resiliency and Public Works
LaraHannwey Oirector, Parks and Recreation
Yodiaso A. Calderon, CPPB.Aasietant Director. Department of Procurement
a t
ANNIE PEREZ, CPPO EMILIO T. GONZALEZ, PH.D.
Chief Procurement Officer City Manager
November 18, 2019
All Responding Proposers (See Distribution List)
SUBJECT: RFP 702383, Emergency Debris Removal and Disaster Recovery Services
Dear Proposers:
The Evaluation of the proposals tendered in response to the above cited solicitation has been completed.
The City Manager has recommended award as shown within the enclosed document.
This notice is provided in accordance with Section 1.20 of the solicitation, and Sections 18-74 of the City
of Miami Code. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from
this procurement action as dictated by Section 18-74 (d) (2) of the City of Miami Code.
We appreciate the participation of all proposers which responded to the subject action. If you have any
questions, please contact me at 305-416-1901 or efalcon a,miamigov.com.
Sincerely,
Eduardo J. Falcon, CPPB
Procurement Contracting Manager
Distribution List:
Ashbritt, Inc.
Ceres Environmental Services, Inc.
Crowder -Gulf Joint Venture, Inc.
Custom Tree Care, Inc.
D. & J., Enterprises, Inc.
DRC Emergency Services, LLC
G7 Holdings, Inc.
T.F.R. Enterprises, Inc.
Enclosure: City Manager's Award Recommendation Memo
c: City Clerk
Joseph F. Napoli, Deputy City Manager
Fernando Casamayor, Assistant City Manager
Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager
Sandra Bridgeman, CPA, Assistant City Manager/Chief Financial Officer
Mario Nunez, Director, Solid Waste
Allan Dodd, Director, Resiliency and Public Works
Lara Hamwey, Director, Parks and Recreation
Yadissa A. Calderon, CPPB, Assistant Director, Department of Procurement
no
�HT�R-��F�i�EKgE7N{���NOU0
Emi|ioT. 8onz,-�|ez, Ph.D.
City Manager
Annie Perez, CPP[)
Director, Department ofProcurement
Recommendation:
July 18.2O1S
nLz
s»eur� Recommendation tnNegotiate
Contract for RFP7O2383.
Emergency Debris and Disaster
neRecovery Services
Score Sheets
Based on the findings below, the Department of Procurement ("Procurement") hereby requests
approval to negotiate a contract pursuant to Request for Proposals (^RFP^) No, 7O2383for the
provision of Emergency Debris and Disaster Recovery Services with the following six (6) responsive
and responsible Proposers: Aohbritt. Inc.; Ceres Environmental Services, |nc:Crowder-Gulf Joint
Venture, Inc.: D. & J, Enterprises, Inc.; ORC Emergency Services, LLC; ondT,F,H, Enterprises.
Inc,, pursuant to Section 2.55 of the Solicitation titled, "Evaluation/Selection Process and Contract
Award".
Background:
On March 11, 2019. Procurement issued RFP 702503 under full and open cumpethion, on behalf of
the Citv's Department of Solid Waste, Parks & Recreation, and Resiliency and Public Works, to
obtain proposals from experienced and qualified firms for the Provision of Emergency Debris and
Disaster Recovery Services. The City intended on awarding a Contract to uptosix (G) Proposers
based on the six (6)zonen as identified in the RFP. On April 29. 2019. eight (0) proposals were
received in response to the RFP. Gubsequont|y, the proposals were reviewed by Procurement for
responsiveness, six (8) were deemed nasponuive, and two (2) were deemed non -responsive for not
following the submission instructions and not submitting documentation as required by the RFP.
The Evaluation Committee ("Committee") met onJuly O. 2019 and has completed the review and
evaluation of the proposals, following the guidelines published in the RFP. The Proposers are listed
in order of the evaluation score received.
Proposer
Technical
Score
(max. 480)
Compensation
Snore
(max. 120)
Total Combined
Score
DF(CEmergency Services, LLC
455
103
558
2
Ashhhtt.|nc.
434
89
523
Crowder -Gulf Joint Venture, Inc.
421
101
522
Ceres Environmental Services, Inc.
591
84
485 | /
5
D. &J,Enterprises, Inc.
551
83
434
G /
T.F.R.Enterphsa». Inc.
!
301
75
37G
PDl9205
The Committee decided not to hold oral presentations, Due diligence was conducted to determine
each of the Proposer's nasponsibi|ity, including verifying corporate staLus, and that there were no
performance or compliance issues. There were no adverse findings related to the responsibility of
any ofthe above -mentioned Proposers.
Negotiations:
The Committee recommends that the City ofMiami ("City") enter into negotiations with the six (6)
evaluated Proposers for the Zones listed below. Should negotiations fail with any of the six (G)
Proposers, the City reserves the right to modify the Zones pursuant to Section 2.9. titled Debris
Clearing Assignment.
Proposer
Zone (Primary)
Zone (Secondary)
5
DRC Emergency Services, LLC
2
Aahbhtt.|nc.
5
3
Crowder -Gulf Joint Venture, Inc.
1
4
Ceres Environmental Services, Inc.
6
1
D, &J, Enterprises, Inc.
3
6
T.F.R.Enterprises, Inc.
4
2
The following individuals will participate inthe negotiations:
Eduardo J. Fa|con, CPPB, Procurement Contracting Manager
Charles Johnson, U[ Sr. Procurement Contracting Officur, Procurement
Mario Nunez, Director, Solid Waste
Jennifer Moy. Assistant Director, Solid Waste
LarmHamwey. Director, Parks and Recreation
Wade Sandons, Assistant Director, Resiliency and Public Works
Consensus Statement:
The Committee determined thatAshbhtt. |nu.� Ceres Environmental Services, Inc.; Crowder -Gulf
Joint Venture, Inc.; D. & J, Enterprises, Inc.; DRC Emergency Services, LLC; and T.F,R.
Enterprises, |no..were deemed qualified for the following primary reasons: 1\these firms have the
necessary relevant expehence, qua|ifioations, and relevant past performance to provide the
services required in the HFP, at the |ema| required by the City,- 2\ they have the ability to provide
emergency debris and disaster recovery services en required by the City, additionally three (3) of
the Proposers, Ceres Environmental Services, Inc., Crowder -Gulf Joint Venture, Inc., and DRC
Emergency Gen/ices. LLC are current incumbents, and assisted the City in the removal of debris
post Hurricane |nna� 3) all of the firms submitted a comprehensive Proposal, which included
detailed years of services of past performance and references from other municipalities; and 4) the
proposed compensation was reasonable and will be negotiated in the best interest of the City.
Copies of the score sheets for each committee member are otteched, as well as the composite
score sheet.
APPROVED:
i|io o zMez ~h.D.
City K8-noger
DATE:
�
//L/6J
/ /,
AP:ef
C: Joseph F. Napo|i, Deputy City Manager
Fernando Casamayor, Assistant
Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager
Sandra Bhdgemen, CPA, Assistant City Menoger/ChiefFinanoia| Officer
Mario Nunez, Uirector, Solid Waste
Allan Dodd; Dinector, Resiliency and Public Works
LansHnmwny. Director, Parks and Recreation
Yadissa A. Ca|deron, CPPB, Assistant Director, Department of Procurement
EVALUATION OF PROPOSAL
RFP 702383
Emergency Debris and Disaster Recovery Services
Jennifer Moy, Assistant Director, Solid Waste
SELECTION
PROPOSERS CRITERIA
Maximum
Points
Ashbrltt Inc.
Ceres Environmental
Services, Inc.
Crowder•Gulf Joint
Venture, Inc.
D. & J., Enterprises,
Inc.
DRC Emergency
Services, LLC
T.F.R. Enterprises,
Inc.
Technical Criteria
Proposer's Relevant Experience, and
Qualifications
25
it t f
(
/
3
o
1
!
Project Team Qualifications
20
/
/S
Technical Approach
20
/ S
t 7
/0
/�
/
r
Financial Stability
Compensation
Proposer's Compensation Schedule
20
1
1
1
!
f—
/
f
1
�S
TOTAL POINTS
100f
23
2-8-
20
SIGNATURE:
PRINT NAME:
Meeting Date:
715RQ12
EVALUATION OF PROPOSAL
RFP 702383
Emergency Debris and Disaster Recovery Services
Russell Ketchem, Solid Waste Manager, City of Pompano Beach
SELECTION
PROPOSERS CRITERIA
Maximum
Points
Ashbritt, Inc.
Ceres Environmental
Services, Inc.
Crowder -Gulf Joint
Venture, Inc.
D. & J., Enterprises,
Inc.
DRC Emergency
Services, LLC
T.F.R. Enterprises,
Inc.
Technical Criteria
Proposer's Relevant Experience, and
Qualifications
25
1..x
, i
r
1
r
Project Team Qualifications
20
r
F
L,
if
1 t�
j r
,,
Technical Approach
20
�
��
!
/
1i
Financial Stability
15
(rJ
Compensation
Proposer's Compensation Schedule
20
`-,
/
i L }'
i %
c�
Cam`
' -�`-
�`
:.-
-�
TOTAL POINTS
100
0
0
�. �
0
a
0
X,r,
J
0 .
0
Meeting Date:
e.W4r20:9
EVALUATION OF PROPOSAL
RFP 702383
Emergency Debris and Disaster Recovery Services
Michael Fernandez, Director of Solid Waste, Miami Dade County
SELECTION
PROPOSERS CRITERIA
Maximum
Points
Ashhri h, Inc.
Ceres Environmental
Services, Inc.
Crowder -Gulf Joint
Venture, Inc.
D. & J. Enterprises,
Inc.
ORC Emergency
Services, LLC
T.F.R. Enterprises,
Inc.
Technical Criteria
Proposer's Relevant Experience, and
Qualifications
25
'
Project Team Qualifications
20
c_
Technical Approach
20
`10�
Financial Stability
15
Compensation
Proposer's Compensation Schedule
20
,r}
5—
TOTAL POINTS
100
q0
0
0
O 0
LI7j
0
' o q(
0
SIGNATURE:
PRINT NAME:
((.F//�
Meeting Date:
6,21,7019
EVALUATION OF PROPOSAL
RFP 702383
Emergency Debris and Disaster Recovery Services
Wade Sanders, Assistant Director, Public Works
SELECTION
PROPOSERS CRITERIA
Maximum
Points
Ashbritt, Inc.
Ceres Environmental
Services, Inc.
Crowder -Gulf Joint
Venture, Inc.
D. & J., Enterprises,
Inc.
DRC Emergency
Services, LLC
T.F.R. Enterprises,
Inc.
Technical Criteria
Proposer's Relevant Experience, and
Qualifications'
25
A
1"
//
t=
�G�
C
Project Team Qualifications
20
Technical Approach
20
/
Financial Stability
15
Compensation
Proposer's Compensation Schedule
20
TOTAL POINTS
100
0
0
0
0
0
0
PRINT, NAME: Meeting Date:
EVALUATION OF PROPOSAL
RFP 702383
Emergency Debris and Disaster Recovery Services
Charles Lassiter, Assistant Director of Public Works, City of Hollywood
SELECTION
PROPOSERS CRITERIA
Maximum
Points
Ashbritt, Inc.
Ceres Environmental
Services, Inc.
Crowder•Gulf Joint
Venture, Inc.
D. & J., Enterprises,
Inc.
DRC Emergency
Services, LLC
T.F.R. Enterprises,
Inc.
Technical Criteria
Proposer's Relevant Experience, and
Qualifications
25
1
..-.
'[
Project Team Qualifications
20r
Technical Approach
20
1
C
Financial Stability
15
j
/
Compensation
Proposer's Compensation Schedule
20
1
y
Ill
TOTAL POINTS
100
0
0
0
0
0
0
PRINT NAME:
Meeting Date:
/s 443s / /s/�
EVALUATION OF PROPOSAL
RFP 702383
Emergency Debris and Disaster Recovery Services
Lara Hamwey (De Souza) Director, Department of Parks and Recreations
SELECTION
PROPOSERS CRITERIA
Maximum
Points
Ashbrilt, Inc.
Ceres Environmental
Services, Inc.
Crowder -Gulf Joint
Venture, Inc.
D. & J., Enterprises,
Inc.
DRC Emergency
Services, LLC
T.F.R. Enterprises,
Inc.
Technical Criteria
Proposer's Relevant Experience, and
Qualifications
25
cL �
f\
20
( l
Project Team Qualifications
20
I V
`
l
`-]`:
Technical Approach
-Z
1
20
1 C1
\
ICe
1?
\—
-0
\ ]--
Financial Stability
15
1 3
1
Compensation
Proposer's Compensation Schedule
20
C
} 3
\
TOTAL POINTS
100
Qv g
j
e 5.
1 I -A
P
SIGNATURE:
PRINT NAME:
Meeting Date:
01
6r17/2019
COMPOSITE SCORES
RFP 702383
Emergency Debris and Disaster Recovery Services
EVALUATION OF PROPOSALS
SELECTION
PROPOSERS CRITERIA
Maximum Points Per
Member
Maximum Total
Points (6 Members)
Ashbritt, Inc.
Ceres Environmental
Services, Inc.
Crowder -Gulf Joint
Venture, Inc.
D. & J., Enterprises,
Inc.
DRC Emergency
Services, LLC
T.F.R. Enterprises,
Inc.
Technical Criteria
Proposer's Relevant Experience, and
Qualifications
25
150
130
114
130
101
140
91
Project Team Qualifications
20
120
112
100
109
91
112
75
Technical Approach
20
120
108
98
98
87
117
70
Financial Stability
15
90
84
79
84
72
86
65
Compensation
Proposer's Compensation Schedule
20
120
89
94
101
83
103
75
TOTAL POINTS
100
600
523
485
522
434
558
376
SIGNATURE:
Chairpe
Reviewed By
PRINT NAME:
YjL'.e'1'-Dcij, ,C`tco
Meeting Date:
TO
CITY OF MIAMI, FLORIDA
INTER-OFFlCEK8EK3[)RANOUK0
Emi|ioT. Gonz6|ez, Ph,D.
City Manager
Annie Perez. CP
Director, Department of Procurement
FILE
May 8.2O1Q
Evaluation Committee for F<FP
7O23O3.Emergency Debris and
REFERENCES, Disaster Recovery Services
socLC)Sunss
The Department of Procurement ("Procurement"), on behalf of the Depariment of Solid Waste
("Solid Waste"), issued Request for PropVsa|s(^RFP^) No. 702383 on March 11. 2019. to
obtain experienced and qualified firms to perform emergency debris and disaster recovery
services,
It is respectfully requested that you approve the following individuals as members of the
Evaluation Committee to evaluate and score the proposals. Each of the members has the
requisite knowledge and experience to evaluate the proposals pursuant to the RFP.
Chairpenson(non-votinq)
EduapdoJ. Fa|oon, CPPB, Procurement Contracting Manager ./'
City ofMiami Staff (vctinQ)
Lara De S Oirector. Department of Parka and Recreations ("Parks")
Mario NunezvDirector, Solid Waste
VVndo Sunders,'Ansistont Director, Public Works
External Committee Members (voting)
Charles Lansiter, Assistant Director ofPublic Works, City of Hollywood
Michael Fernandez, Deputy Director ofSolid Waste, Miami Dade County(^K8DC'')
Steve L. Rodgers Public Works Director, City ofPlantation
Russell Ketchem, Solid Waste K4anoger, City ofPompano Beach
Alternate Committee Member
Dona|dLuUon Superintendent, Parks
Zhaoming Guan, Superintendent, Parks
Jennifer Moy, Assistant Director, Solid Waste
Dawn [Weh|er. Administrative Ana|yst, City ofPlantation
Olga Espinosa -Anderson, MPA Assistant Director of Disposal Services, MDC
APPROVED: DATE:
Emilio T.Go, z5|oz. Ph.D.
yR|9l]3
AP:ejf
C: Joseph F. Napoli, Deputy City Manager
Fernando Casamayor, Assistant City Manager
Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager
Sandra Bridgeman, CPA, Assistant City Manager/Chief Financial Officer
Mario Nunez, Director, Solid Waste
Yadissa A. Calderon, CPPB, Assistant Director, Department of Procurement
PR19133