HomeMy WebLinkAbout2003-25326 Reso RESOLUTION NO. 2003-25326
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, WAIVING BY 5/7ths VOTE, THE FORMAL
COMPETITIVE BIDDING REQUIREMENTS AND AUTHORIZING THE MAYOR
AND CITY CLERK TO EXECUTE AN AGREEMENT WITH ASHBRITT, INC.
FOR DISASTER PLANNING AND RECOVERY SERVICES, FINDING SUCH
WAIVER TO BE IN THE BEST INTEREST OF THE CITY.
WHEREAS, in the event of a major disaster, such as a hurricane, the City would
lack sufficient resources to undertake recovery operations; and
WHEREAS, while assistance is available from Miami-Dade County, State and
Federal governments, it is not sufficient to restore a community that has suffered a
catastrophic disaster; and
WHEREAS, the City currently has an agreement for disaster recovery services with
Grubbs Emergency Services, Inc., ("Grubbs"), and adding a second company would
provide the City additional primary or back-up capability and flexibility in the event of a
major disaster; and
WHEREAS, the firm of AshBritt, Inc. ("AshBritt") has provided the City with pricing
that is more competitive than Grubbs, and is a premier national company with an
outstanding record of performance in disaster recovery operations; and
WHEREAS, the benefits of contracting with AshBritt for disaster planning and
recovery services are as follows:
1. The City of South Miami and the Town of Palmetto Bay are the only AshBritt
clients, therefore, AshBritt is not ovedy saturated in the Miami-Dade County area;
2. AshBritt's pricing is 20% less than that of the current Miami Beach disaster
response contractor, Grubbs;
3. AshBritt has agreed to add language to the City's contract that allows for a
potential reduction in contract price for a minor storm, if market conditions
warrant the action. This clause, as recommended by FEMA, protects the City
from over pricing in a minor storm;
4. AshBritt maintains a fleet of company owned grapple trucks designed specifically
for debris collection equipment to lessen the dependence on subcontractor
equipment and personnel;
5. AshBritt will provide annual disaster recovery preparedness training for the City
and its staff to ensure that City employees are aware of the current disaster
recovery rules and regulations;
6. AshBritt has three additional divisions within the corporate structure
(Engineering, Environmental Services, and Waste Services) that support the
Disaster Response Division;
7. AshBritt is domiciled in South Florida (Pompano Beach);
8. AshBritt maintains a full time technical assistance staff to assist the City with
State and Federal grant issues related to disaster recovery programs;
9. AshBrtt s finar~cially stable and is diversified in several profitable businesses
(engineering, environmental services, commercial solid waste collection) that are
complimentary to the disaster response division; and
WHEREAS, in the event of a declared emergency, and the emergency is of
sufficient magnitude that the City needs to utilize disaster related services, those
services are generally subject to reimbursement by the County, State and Federal
governments; and
WHEREAS, the Administration would recommend to the Mayor and City
Commission that it is in the best interest of the City to waive the competitive bidding
requirement, by 5/7ths vote, providing such waiver to be in the best interest of the City.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission waive, by 5/7ths vote, the formal competitive bidding requirements and
authorize the Mayor and City Clerk to execute an agreement with AshBritt, Inc. for
disaster planning and recovery services, finding such waiver to be in the best interest of
the City.
PASSED AND ADOPTED this 10th day of September ., 2003.
ATTEST:
CITY CLERK
T:~AGEN DA~2003\sepl003\consent\ResoAshBritt.doc
APPROVED A,,q TO
FORM&L.~C~
& FOR EX~OU~ON
City Attorn~[r~ Date
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
Condensed Title:
Waive by 5/7ths vote, formal competitive bidding requirements and authorize the Mayor and City Clerk to I
I
Iexecute an agreement with AshBritt, Inc., for disaster planning and recovery services.
~ssue:
Shall the Mayor and the City Commission waive competitive bidding requirements and authorize the Mayor
and City Clerk to enter into an agreement with AshBritt, Inc.?
Item Summary/Recommendation:
In the event of an emergency, such as a hurricane, the City would lack sufficient resources to undertake
recovery operations. The City currently has an agreement for disaster recovery services with Grubbs
Emergency Services, Inc., and adding a second company would provide the City additional primary or
back-up capability and flexibility in the event of a major disaster. AshBritt, Inc., (AshBritt) has provided the
City pricing that is more competitive than Grubbs and is a premier national company with an outstanding
record of performance in disaster recovery operations.
Under the terms of the attached agreement AshBritt will remove as quickly es possible all hazards to life
and property resulting in the City of Miami Beach. Clean up, demolition and removal will be limited to (1)
that which is determined to eliminate immediate threats to life, public health, and safety; (2) that which has
been determined to eliminate immediate threats of significant damage to improved public or private
property, and; (3) that which is considered essential to ensure economic recovery of the affected
comm unity to the benefit of the community-at-large. The service provided by AshBritt shall consist of clean
up, demolition, removal, reduction and disposal of debris as directed by the designated representative of
the City. AshBritt will also provide, under the terms of the attached agreement, disaster recovery technical
assistance to appointed and elected officials within the City. This service shall include program
Management Assistance.
The Administration recommends approval of the Resolution.
Advisory Board Recommendation:
N/A
Financial Information:
Funds: 1
Finence Dept. Total:
City Clerk's Office Legislative Tracking:
I T:~,G EN DA~O03\sep lO03\consent~,sh Britt ClS.doc
Sign-Offs:
I DePartment DireCtor
FHB
AGEN DA ITEM
DATE
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 · ~
www.miamibeachfl.gov
To:
From:
Subject:
COMMISSION MEMORANDUM
Mayor David Dermer and Date: September 10, 2003
Members of the City Commission
Gonzaley~
Jorge M. (~-
City Manager
A RESOLUTION OF THE MAYOR AND CITY ~ION OF THE CITY OF MIAMI
BEACH, FLORIDA, WAIVING BY 517ths VOTE, THE FORMAL COMPETITIVE BIDDING
REQUIREMENTS AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN
AGREEMENT WITH ASHBRITT, INC. FOR DISASTER PLANNING AND RECOVERY
SERVICES, FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF THE CITY.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
ANALYSIS
In the event of an emergency, such as a hurricane, the City would lack sufficient resources
to undertake recovery operations. While assistance is available from the County, State
and Federal governments, it is not sufficient to restore a community that has suffered a
catastrophic disaster. Also, the resources of the various governments are spread thin over
the affected areas, necessitating contracted private sector assistance.
The City currently has an agreement for disaster recovery services with Grubbs Emergency
Services, Inc., (Grubbs) and adding a second company would provide the City additional
primary or back-up capability and flexibility in the event of a major disaster. AshBritt, Inc.,
(AshBritt) has provided the City pricing that is more competitive than Grubbs and is a
premier national company with an outstanding record of performance in disaster recovery
operations. The benefits of contracting with AshBritt for disaster planning and recovery
services are as follows:
1. AshBritt is not overly saturated in the Miami-Dade County area. The City of South
Miami and the Town of Palmetto Bay are the only AshBritt clients. These two
municipalities are piggybacked from the Broward County contract which was
awarded through a competitive request for proposal process.
2. AshBritt's pricing is 20% less than that of the current Miami Beach disaster
response contractor (Grubbs).
3. AshBritt has agreed to add language to the City's contract that allows for a potential
reduction in contract price for a minor storm if market conditions warrant the action.
This clause, as recommended by FEMA, protects the City from over pricing in a
minor storm.
4. AshBritt maintains a fleet of company owned grapple trucks designed specifically for
debris collection equipment to lessen the dependence on subcontractor equipment
and personnel.
5. AshBritt will provide annual disaster recovery preparedness training for the City and
their staff to ensure that City employees are aware of the current disaster recovery
rules and regulations
6. AshBritt has three additional divisions within the corporate structure (Engineering,
Environmental Services, and Waste Services) that support the Disaster Response
Division.
7. AshBritt is domiciled in South Florida (Pompano Beach).
8. AshBritt maintains a full time Technical Assistance staff to assist the City with State
and Federal grant issues related to disaster recovery programs.
9. AshBritt is financially stable and is diversified in several profitable businesses
(engineering, environmental services, commercial solid waste collection) that are
complimentary to the disaster response division.
In the event of a declared emergency and the emergency is of sufficient magnitude that
the City needs to utilize disaster related services, those services are generally subject to
reimbursement by the County, State and Federal governments. FEMA as the principal
federal agency dealing with disaster recovery prefers that agreements for disaster services
be put in place prior to an emergency and where possible, the services be obtained bythe
bidding process. Therefore, it is the Administration's recommendation that the City
Commission adopt the attached resolution which authorizes the Mayor and City Clerk to
execute an agreement with AshBritt, Inc. for disaster planning and recovery services.
Attachment: AshBritt Agreement
T:~GEN DA\2003\sepl003\consent~AshBritt.doc