Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #11330 Date: 02/02/2022 Commission Meeting Date: 03/24/2022 Requesting Department: Department of Procurement Sponsored By: Ken Russell District Impacted: All Type: Resolution Subject: Approve - Standby 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 February 11, 2021, pursuant to Request for Qualifications ("RFQ") No. 1250387, from Ashbritt, Inc; Ceres Environmental Services, Inc.; Crowder -Gulf Joint Venture, Inc.; DRC Emergency Services, LLC; and, T.F.R. Enterprises, Inc. for the provision of Standby 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 Agreements ("PSA"), in a form acceptable to the City Attorney; further authorizing the City Manager to negotiate and execute any and all documents, including any amendments, renewals, extensions, and the ability to add additional qualified proposers to the contract when deemed in the best interest of the City, in accordance to the RFQ; subject to all allocations, appropriations and budgetary approvals having been previously made, 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 all applicable laws, rules and regulations, as may be deemed necessary for said purpose. Background of Item: On January 5, 2021, the Department of Procurement, on behalf of the departments of Solid Waste, Parks & Recreation, and Resilience and Public Works, issued RFQ 1250387 under full and open competition and following federal procurement guidelines, to obtain proposals from experienced and qualified firms for the provision of standby emergency debris and disaster recovery services. Proposers were required to meet all of the minimum qualification requirements established within the RFQ in order to be deemed responsive. On February 11, 2021, ten (10) proposals were received in response to the RFQ. The proposals were reviewed by Procurement for responsiveness. The Evaluation Committee ("Committee"), appointed by the City Manager, evaluated the Proposals following the guidelines set forth in the RFQ. The Committee recommended award to the six (6) highest ranked Proposers. The City negotiated with the six (6) recommended responsive and responsible Proposers and was able to achieve a discount of approximately five percent (5%) from the proposed prices by five (5) of the firms: Ashbritt; Ceres; Crowder -Gulf; DRC, and T.F.R. The 6th firm, Phillips & Jordan, Incorporated ("P&J") was not able to provide the five percent (5%) discount requested. Additionally, due to current market conditions P&J was not able to honor the prices submitted in their proposal and as a result submitted revised pricing. The City did not move forward with finalizing contract negotiations with P&J. The following is the list of the highest responsive and responsible proposers: Ashbritt, Inc; Ceres Environmental Services, Inc.; Crowder -Gulf Joint Venture, Inc.; DRC Emergency Services, LLC; and, T.F.R. Enterprises, Inc. 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 an Expenditure Item is NOT Related to Revenue Item is NOT funded by Bonds Total Fiscal Impact: General Account No.: General Fund or other sources of funding (as required) This is a multi year agreement, to be used as needed with budgedary approval at time of need Department of Procurement Department of Risk Management Office of Management and Budget Office of Management and Budget City Manager's Office City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney Office of the City Attorney City Commission City Commission Legislative Division Office of the City Attorney Office of the City Attorney Office of the City Attorney Office of the City Clerk Reviewed B Annie Perez Ann -Marie Sharpe Calvin Fifer Marie Gouin Fernando Casamayor Arthur Noriega V Valentin J Alvarez Pablo Velez Barnaby L. Min Victoria Mendez Nicole Ewan Maricarmen Lopez Valentin J Alvarez Pablo Velez Barnaby L. Min Victoria Mendez City Clerk's Office Department Head Review Risk Review Budget Analyst Review Budget Review Assistant City Manager Review City Manager Review Legislative Division Review ACA Review Deputy City Attorney Review Approved Form and Correctness Meeting Meeting Legislative Division Review ACA Review Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Completed Deputy Attorney Review Completed Approved Form and Correctness with Modification(s) Rendered Completed 02/02/2022 10:03 AM 02/02/2022 10:16 AM 02/03/2022 2:51 PM 02/03/2022 3:24 PM 02/03/2022 3:57 PM 02/04/2022 8:23 AM 02/07/2022 9:02 AM 02/08/2022 11:09 AM 02/08/2022 12:00 PM 02/10/2022 11:55 AM 02/24/2022 9:00 AM 03/24/2022 9:00 AM 03/25/2022 1:46 PM 03/30/2022 5:23 PM 03/30/2022 6:28 PM Completed 04/05/2022 9:16 AM City of Miami Legislation Resolution Enactment Number: R-22-0129 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 11330 Final Action Date:3/24/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSALS RECEIVED FEBRUARY 11, 2021 PURSUANT TO REQUEST FOR QUALIFICATIONS ("RFQ") NO. 1250387 FROM ASHBRITT, INC., A FLORIDA PROFIT CORPORATION; CERES ENVIRONMENTAL SERVICES, INC., A FLORIDA PROFIT CORPORATION; CROWDER-GULF JOINT VENTURE, INC., A FLORIDA PROFIT CORPORATION; DRC EMERGENCY SERVICES, LLC, A FOREIGN LIMITED LIABILITY COMPANY AUTHORIZED TO CONDUCT BUSINESS IN FLORIDA; AND T.F.R. ENTERPRISES, INC., A FOREIGN PROFIT CORPORATION AUTHORIZED TO CONDUCT BUSINESS IN FLORIDA, FOR THE CITY OF MIAMI'S ("CITY") DEPARTMENTS OF SOLID WASTE, PARKS AND RECREATION, AND RESILIENCE AND PUBLIC WORKS FOR THE PROVISION OF STANDBY EMERGENCY DEBRIS AND DISASTER RECOVERY SERVICES ON AN AS -NEEDED CONTRACTUAL BASIS FOR AN INITIAL TERM OF FIVE (5) YEARS WITH AN OPTION TO RENEW FOR THREE (3) ADDITIONAL TWO (2) YEAR PERIODS; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE VARIOUS USER DEPARTMENTS, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE PROFESSIONAL SERVICES AGREEMENT WITH EACH OF THE QUALIFIED PROPOSERS RECOMMENDED FOR AWARD HEREIN, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY; REQUIRING ALL QUALIFIED PROPOSERS TO SOURCE A MINIMUM OF THIRTY PERCENT (30%) OF THEIR SUBCONTRACTORS AND RESOURCES FROM WITHIN THE DISASTER AREA WITH FAILURE TO COMPLY RESULTING IN DEFAULT AND POSSIBLE TERMINATION; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS AND TO ADD SUCH ADDITIONAL QUALIFIED PROPOSERS TO RFQ CONTRACT NO. 1250387 WHEN DEEMED IN THE BEST INTEREST OF THE CITY, 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 FORMS 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 (collectively, "Departments") have a need for standby emergency debris and disaster recovery services ("Services"); and WHEREAS, on January 5, 2021, the City's Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 1250387 to obtain proposals from experienced and qualified firms for the provision of the Services on an as -needed contractual basis for an initial term of five (5) years with an option to renew for three (3) additional two (2) year periods; and WHEREAS, on February 11, 2021, Procurement received ten (10) proposals in response to the RFQ; and WHEREAS, on August 24, 2021 and August 31, 2021, the Evaluation Committee ("Committee"), appointed by the City Manager, convened to discuss and evaluate the proposals following the guidelines established within the RFQ; and WHEREAS, on September 10, 2021, the City Manager concurred with the recommendation of the Committee and authorized Procurement to enter into negotiations for a Professional Services Agreement ("PSA") with each of the six (6) recommended responsive and responsible proposers; and WHEREAS, the City negotiated with the six (6) recommended responsive and responsible proposers and was able to achieve a discount of approximately five percent (5%) from the proposed prices submitted by five (5) of the proposers; and WHEREAS, the City did not move forward with finalizing contract negotiations with the 6th firm because it was not able to provide the five percent (5%) discount requested and was not able to honor the prices submitted in the proposal; and WHEREAS, the following is the list of Qualified Proposers in rank order: Ashbritt, Inc., a Florida profit corporation; DRC Emergency Services, LLC, a foreign limited liability company authorized to conduct business in Florida; Crowder -Gulf Joint Venture, Inc., a Florida profit corporation; Ceres Environmental Services, Inc., a Florida profit corporation; and T.F.R. Enterprises, Inc., a foreign profit corporation authorized to conduct business in Florida (collectively, "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 February 11, 2021 pursuant to RFQ No. 1250387 from the Proposers for the Departments to provide the Services on an as -needed contractual basis for an initial term of five (5) years with an option to renew for three (3) additional two (2) year periods are hereby accepted. Section 3. Funding shall be allocated from the various sources of funds from the various end user departments, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is authorized' to negotiate and execute a PSA with each of 1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. the Proposers recommended for award herein, all in forms acceptable to the City Attorney. Section 5. The City Manager is directed to require all Proposers to source a minimum of thirty percent (30%) of their subcontractors and resources from within the disaster area and to default and terminate any Proposer who fails to comply with this requirement. Section 6. The City Manager is further authorized' to negotiate and execute any and all other documents, including any amendments, renewals, and extensions and to add such additional qualified proposers to RFQ Contract No. 1250387 when deemed in the best interest of the City, 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 forms acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 7. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: ndez, ity Attor ey 2/10/2022