Loading...
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