Loading...
20140611 AM2MIAMIBEACH Gity Commission Meeting ADDENDUM MATERIAL 2 Gity Hall, Commission Ghambers, 3rd Floor, 1700 Convention Genter Drive June 11,2014 Mayor Philip Levine Vice-Mayor Micky Steinberg Commissioner Michael Grieco Commissioner Joy Malakoff Commissioner Edward L. Tobin Commissioner Deede Weithorn Commissioner Jonah Wolfson City Manager Jimmy Morales City Attorney Raul Aguila City Clerk Rafael E. Granado Vls[ us at www.miamibeachfl.gov for agendas and video "streaming" of City Commission Meetings. ATTENTION ALL LOBBYISTS Chapter 2, Article Vll, Division 3 of the City Code of Miami Beach entitled "Lobbyists" requires the registration of all lobbyists with the City Clerk priorto engaging in any lobbying activitywith the City Commission, any Gity Board or Committee, or any personnel as defined in the subject Gode sections. Copies of the City Code sections on lobbyists laws are available in the City Clerk's office. Questions regarding the provisions of the Ordinance should be directed to the Office of the City Attorney. ADDENDUM AGENDA C4 - Commission Gommittee Assiqnments C4M Referral To The July 25, 2014 Neighborhood/Community Affairs Committee - Discussion Regarding The Creation Of A Holistic Plan For Collins Park. (Requested by Commissioner Deede Weithorn) G7 - Resolutions C7L A Resolution Authorizing The Addition Of A Fourth Vendor, Envirowaste Services, lnc., To The Awards Authorized Pursuant To lnvitation To Bid No. 145-2013, For Routine And Emergency Sanitary Sewer And Storm Water Pipes Cleaning, And Close Circuit Television (CCTV). (Public Works/Procurement) 1 Addendum, June 1 1,2014 R7 - Resolutions R7U A Resolution Rescinding The Prior Action Taken By The City Commission On June 6,2012, Pursuant To Resolution No. 2012-27917, Which Accepted The Recommendation Of The City Manager Pertaining To The Ranking Of Firms, Pursuant To Request For Proposals (RFP) No. 27-1 1l12,For Disaster Recovery Services And Which Authorized The Administration To Enter lnto Negotiations With The Top Ranked Firms Of Ceres Environmental Services, lnc., Asbritt, lnc., Tag Grinding Services, lnc., Byrd Brothers Environmental Services, lnc., D&J Enterprises, lnc., And Phillips And Jordan, lnc. And To Execute Agreements Upon The Conclusion Of Successful Negotiations By The Administration With Ashbritt, lnc. As The Primary Firm; And Further Rejecting All Proposals Received Resulting From RFP No.27-11112. (Pu bl ic Works/Procurement) 2 4 MIAMIBEACH OFFICE OF THE MAYOR AND COMMISSION MEMORANDUM TO: Jimmy L.'Moroles, City MonogerFROM: Deede Weithorn, CommissionerDATE: June 9, 2014 SUBJECT: Referrol to NCAC - Collins Pork Grond Lown Pleose ploce on item on theJune 'l lth Commission ogendo for referrol to the July 25, 2014 Neighborhood/.Community Affoirs Committee regording the creotion of o holistic plon for Collins Pork. lf you hove ony questions pleose contoct Louren Corro ot extension 6528 or Lo urenCo rro@m io m i beochfl. gov. We ore contmilted to providing excellent public seryice ond.rc;r'r.t to oll wl.tct live, work, ond ploy in our vibronl, tropicol, hi:'^",^ -^-* Asenda arem C{M Date 6'l/'/Cl3 THIS PAGE INTENTIONALLY LEFT BLANK 4 COMMISSION ITEM SUMMARY Condensed Title: A RESOLUiION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AUTHORIZING THE ADDITION OF A FOURTH VENDOR, ENVIROWASTE SERVICES, INC., TO THE AWARDS AUTHORIZED PURSUANT TO INVTTATION TO BID NO. 145.2013, FOR ROUTINE AND EMERGENCY SANITARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSE CIRCUIT TELEVISION ensure netiable Stormwater Management By lmplementing Select Short And Long- Term Solutions lncluding Sea-Level Rise; Update Comprehensive Assessment Of All lnfrastructure Needs (Potable, Wastewater, Su Data Environmental Scan, etc: N/A Item Summarv/Recommendation : On June 5,2014, the City Commission authorized the award of contracts for routine and emergency sanitary sewer and storm water pipes cleaning, and closed circuit television (CCTV) pipe inspection services used to detect problems. The purpose of these contracts is to engage a contractor to provide all supervision, labor, materials and necessary equipment to clean or clear the sanitary sewer and storm water pipe stoppages on an ongoing basis, and on an emergency basis, as well as provide CCTV services to ascertain the condition of the pipes in an effort to proactively assure the sanitary sewer and storm water systems are operating effectively. These contracts are used to supplement the work performed by the Public Works Department. This service was identified to be performed by external resources as a cost saving measure a few years ago and subsequently the Cig also opted not to replace a city owned piece of equipment which normally performs such work. The contract will be used to work on a weekly basis to clean the sanitary sewer lines in conjunction with the consent decree and perform cleaning of the storm water system to prevent street flooding. Such activities will be planned, overseen, and verified by the Public Works Operations Division and paid for at a weekly rate established in the contract. ln the event there is an emergency, there are provisions in the contract for the contractor to respond within two (2) hours, and an hourly emergency rate would apply. Also, additional items are included in the bid, which provide for service based on the diameter of the pipes should a separate project be required beyond the routine or emergency work. On June 5, 2013, the City Commission approved the award the contracts to JCC Enterprises Labor, lnc., the lowest bidder, as the primary vendor, A&A Drainage & Vac Services, lnc., the second lowest bidder, as the secondary vendor, and Shenandoah Construction, the third lowest bidder, as the tertiary vendor. Since that time, it has become evident that additional resources are necessary to fully address the City's needs, primarily because the awarded contractors are either small firms with limited equipment resource or are currently engaged in similar projects awarded by other counties or municipalities. As such, the City Manager is recommending that a fourth bidder to the lTB, Envirowaste Services, be awarded a contract pursuant to the lTB. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission award contract pursuant to lnvitation to Bid (lTB) No. 145-2013, for Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Close CircuitTelevision (CCTV) lnspection Services, to Envirowaste Services, lnc., as a fourth vendor to the ITB. Advisorv Board Recommendation : Financial lnformation : Source of Funds: Amount Account 1 See Below See Below 2 OBPI Total Financial lmpact Summary: The annual cost associated with the required services is subject to funds availability approved through the annual budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted below are the FY 2014 budget amounts approved by Commission. Additional funding may be required due to increased need of services- subiect to the review and aooroval of the Budqet Office. l4uuneuune 11 lnspection AGENBA ITEil ENVIROWASTE e'l L($ MIAfiAIBTACH Sanitary Sewer and B},l:fa 641-/q5 g MIAMI BEACH City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov COMMISSION MEMORANDUM To: Mayor Philip Levine and Members FROM: Jimmy L. Morales, City Manager DATE: June 1 1,2014 the City SUBJECT: A RESOLUTION OF THE MA CITY COMMISSION OF THE C!ry OF NG THE ADDITION OF A FOURTHMIAMI BEACH, FLORIDA VENDOR, ENVIROWASTE SERVICES,INC., TO THE AWARDS AUTHORIZED PURSUANT TO INVITATION TO BID NO. 145-2013, FOR ROUTINE AND EMERGENCY SANTTARY SEWER AND STORM WATER PIPES CLEANING, AND CLOSE ClRGUlr TELEVISION (CCTV) ADMINISTRATION REGOMMENDATION Approve the award of the contract. KEY INTENDED OUTCOME Ensure Reliable Stormwater Management By lmplementing Select Short And Long- Term Solutions lncluding Sea-Level Rise; Update Comprehensive Assessment Of All lnfrastructure Needs (Potable, Wastewater, Stormwater, And Roads) FUNDING The annual cost associated with the required services is subject to funds availability approved through the annual budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services, The funding and accounts noted below are the FY 2014 budget amounts approved by Commission. Additional funding may be required due to increased need of services, subject to the review and approval of the Budget Office. BACKGROUND INFORMATION On June 5,2014, the City Commission authorized the award of contracts for routine and emergency sanitary sewer and storm water pipes cleaning, and closed circuit television (CCTV) pipe inspection services used to detect problems. The purpose of these contracts is to engage a contractor to provide all supervision, labor, materials and necessary equipment to clean or clear the sanitary sewer and storm water pipe stoppages on an ongoing basis, and on an emergency basis, as well as provide CCTV services to ascertain the condition of the pipes in an effort to proactively assure the sanitary sewer and storm water systems are operati n g effectively. These contracts are used to supplement the work performed by the Public Works Department. This service was identified to be performed by external resources as a cost saving measure a few years ago and subsequently the City also opted not to replace a city owned piece of equipmentwhich normally performs such work. The contractwill be used to 6 Commission Memorandum ITB 14$2013 Routine and Emeryency Sanitary Sewer and Storm Water Pipes Cleaning and Close CircuitTelevision (CCW) I n spe ctio n Services June 11, 2014 P a g e l2 work on a weekly basis to clean the sanitary sewer lines in conjunction with the consent decree and perform cleaning of the storm water system to prevent street flooding. Such activities will be planned, overseen, and verified by the Public Works Operations Division and paid for at a weekly rate established in the contract. ln the eventthere is an emergency, there are provisions in the contract for the contractor to respond within two (2) hours, and an hourly emergency rate would apply. Also, additional items are included in the bid, which provide for service based on the diameter of the pipes should a separate project be required beyond the routine or emergency work. On June 5,2013, the City Commission approved the award the contractsto JCC Enterprises Labor, lnc., the lowest bidder, as the primary vendor, A&A Drainage & Vac Services, lnc., the second lowest bidder, as the secondary vendor, and Shenandoah Construction, the third lowest bidder, as the tertiary vendor. Since that time, it has become evident that additional resources are necessary to fully address the City's needs, primarily because the awarded contractors are either small firms with limited equipment resource or are currently engaged in similar projects awarded by other counties or municipalities. As such, the City Manager is recommending that a fourth bidderto the lTB, Envirowaste Services, be awarded a contract pursuant to the lTB. CONCLUSION Based on the aforementioned, the Administration recommends that the Mayor and City Commission award contract pursuantto lnvitation to Bid (!TB) No. 145-2013, for Routine and Emergency Sanitary Sewer and Storm Water Pipes Cleaning, and Close Circuit Television (CCTV) lnspection Services, to Envirowaste Services, Inc., as a fourth vendor to the 1TB. JLM / d, o, f:inGEru&AUOl4UuneUune 1't Procurement\lTB-145-20'13 Routine and Emergency Sanitary Sewer and CCTV lnspection Services ENVI ROWASTE (MEMO).doc 7 RESOLUTION TO BE SUBMITTED 8 COMMISSION ITEM SUMMARY Gondensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Rescinding The Prior Action Taken By The City Commission On June 6, 2012 Pursuant To Resolution No. 2012-27917 Which Accepted The Recommendation Of The City Manager Pertaining To The Ranking Of Firms, Pursuant To Request For Proposals (RFP) No. 27-11112, For Disaster Recovery Services And Which Authorized The Administration To Enter lnto Negotiations With The Top Ranked Firms Of Ceres Environmental Services, lnc., Asbritt, lnc., Tag Grinding Services, lnc., Byrd Brothers Environmental Services, lnc., D&J Enterprises, lnc., And Phillips And Jordan, lnc. And To Execute Agreements Upon The Conclusion Of Successful Negotiations By The Administration With Ashbritt, lnc. As The Primary Firm: And Further Rei All Proposals Received Resulting From RFP No.27-11112. N/A Su Data (Surveys, Environmental Scan, etc: The City currently has contracts with the following four (4) companies for the provision of these services: Ashbritt, lnc., Ceres Environmental Services, lnc., Phillips And Jordan, lnc., and Crowdergulf Joint Ventures, lnc.. These contracts are currently on month-to-month extensions authorized by Resolution No. 2013-28456 and may be terminated by the City, for convenience and without cause upon thirty (30) days prior written. On February 8,2012, the Mayor and City Commission approved the issuance of a Request for Proposals (RFP) for Disaster Recovery Services to select qualified contractors to assist the City with the restoration of operations after a catastrophic disaster. On June 6,2012, the Commission approved Resolution No. 2012-27917, authorizing the Administration to enter into negotiations with the top ranked firms of Ceres Environmental services, lnc., Ashbritt, lnc, Tag Grinding Services, lnc., Byrd Brothers Environmental Services, lnc., D&J Enterprises, lnc., and Phillips and Jordan, lnc., and further authorized the Mayor and City Clerk to execute agreements upon conclusion of successful negotiations by the Administration. During this negotiation process, the City engaged the services of Tidal Basin Government Consulting, LCC to provide Emergency Management Administrative Support Services. They were asked to review the City's actions with respect to the process it was currently engaged in. Based on their experience with FEMA, several issues were raised including recent changes in FEMA policy. Of particular concern is the ability to receive reimbursement for recovery services. A letter was provided that sets forth these concerns. Tidal Basis Government Consulting, LCC has recommended that the City of Miaml Beach rescind the previous authorization to negotiate and contract based on the prior solicitation and solicit new proposals to ensure that all work performed under these contracts will adhere to Federal grant and reimbursement Financial !nformation: RaulAguila, ext: 6475 G!r!F A.E,*DA ,r.* B7 L(NN IANA!BEACH n.l;.e 6-ll-lV 9 g MIAMIBEACH City of Miomi Beqch, 'l 200 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members FROM: Jimmy L. Morales, City Manager the City DATE: June 1 1,2014 SUBJECT: A RESOLUTION OF THE MA AND COMMISSION OF THE CITY OF MIAMIBEAGH, FLORIDA,DING THE PRIOR ACTION TAKEN BY THE CITY COMMISSION ON JUNE 6, 2012 PURSUANT TO RESOLUTION NO. 2012.27917 WHICH ACCEPTED THE RECOMMENDATION OF THE CITY MANAGER PERTATNING TO THE RANKING OF FIRMS, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 27-11t12, FOR DTSASTER RECOVERY SERVICES AND WHICH AUTHORIZED THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP RANKED FIRMS OF CERES ENVIRONMENTAL SERVICES, INC., ASBRITT, !NC., TAG GRINDING S ERVIC ES, I NG., BYRD BROTHERS ENVIRONMENTAL SERVIC ES, INC., D&J ENTERPRISES, INC., AND PHILLIPS AND JORDAN, INC. AND TO EXECUTE AGREEMENTS UPON THE CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION WITH ASHBRITT, INC. AS THE PRIMARY FIRM; AND FURTHER REJEGTING ALL PROPOSALS RECEIVED RESULTING FROM RFP NO. 27-11t12. ADMINISTRATION RECOMMENDATION Adopt the resolution. ANALYSIS ln the event of an emergency, such as a hurricane, the City would lack sufficient resources to undertake debris 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. It is in the City's best interest to enter into agreements with firms that have the capability and flexibility to provide disaster recovery services in the event of a declared emergency that is of the magnitude to utilize said professional services. The Federal Emergency Management Agency (FEMA) provides public assistance funds for debris clearance and removal and disposal operations. Eligible applicants include State and local governments. On August 28,2005, FEMA determined that the damage in certain areas of the State of Florida resulting from Hurricane Katrina which occurred on August 24,2005, and with Hurricane Wilma shortly after, were sufficient in severity and magnitude to warrant a major disaster declaration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act,42 U.S.C. SS 5121- 5206 (the Stafford Act). The City currently has contracts with the following four (4) companies for the provision of these services: Ashbrift, lnc., Ceres Environmental Services, lnc., Phillips And Jordan, lnc., and 10 Commission Memorandum - Disasfer Recovery Seruices June 1 1, 2014 Page 2 of 2 Crowdergulf Joint Ventures, lnc. The initial term of these contracts were effective through January 31, 2011, with three (3) additional one-year options for renewal. These contracts were renewed through January 31, 2013. On June 5,2013, the Commission approved Resolution No. 2013-28229, and on January 15, the Commission approved Resolution No. 2014-28456 to further monthto-month extensions of Agreements for disaster recovery services, terminable by the City, for convenience and without cause, upon thirty (30) days prior written notice to the contractors. On February 8,2012, the Commission approved the issuance of a Request for Proposals (RFP) for Disaster Recovery Services to select qualified contractors to assist the City with the restoration of operations after a catastrophic disaster. On June 6, 2012, the Commission approved Resolution No. 2012-27917, authorizing the Administration to enter into negotiations with the top ranked firms of Ceres Environmental services, lnc., Ashbritt, lnc, Tag Grinding Services, lnc., Byrd Brothers Environmental Services, lnc., D&J Enterprises, lnc., and Phillips and Jordan, lnc., and further authorized the Mayor and City Clerk to execute agreements upon conclusion of successful negotiations by the Administration with Ashbritt, lnc. as the primary firm. On January 15,2014,the Commission approved Resolution No. 2013-28456 authorizing month{o- month extensions commencing February 1,2014, and terminable by the City, for convenience and without cause upon thirty (30) days prior written notice to the contractors. During this negotiation process, the City engaged the services of Tidal Basin Government Consulting, LCC to provide Emergency ManagementAdministrative Support Services. Theywere asked to review the City's actions with respect to the process it was currently engaged in. Based on their experience with FEMA, several issues were raised including recent changes in FEMA policy. Of particular concern is the ability to receive reimbursement for recovery services. Attached is a letter that sets forth these concerns. Tidal Basis Government Consulting, LCC has recommended that the City of Miami Beach rescind the previous authorization to negotiate and contract based on the prior solicitation, revise the RFP to include new FEMA policy, and solicit new proposals to ensure that all work performed under these contracts will adhere to Federal grant and reimbursement policies. CONCLUSION The Administration recommends that the Mayor and City Commission rescind the prior action taken by the City Commission on June 6,2012 pursuant to Resolution No. 2012-27917 which accepted the recommendation of the City Manager pertaining to the ranking of firms, pursuantto RFP No. 27- 11112, for disaster recovery services and which authorized the Administration to enter into negotiations with the top ranked firms of Ceres Environmental Services, lnc., Asbritt, lnc., Tag Grinding Services, lnc., Byrd Brothers Environmental Services, lnc., D&J Enterprises, lnc., and Phillips and Jordan, lnc. and to execute agreements upon the conclusion of successfulnegotiations by the Administration with Ashbritt, lnc. as the primary firm; and further reject all proposals received resulting from RFP No.27-11112. Attachment urrffiurF\cEr\FRS T:\AGENDA\201 4\April\Disaster Recovery Services -Memo.doc 11 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RESCINDING THE PRIOR ACTION TAKEN BY THE CITY GOMMISSION ON JUNE 6,2012 PURSUANTTO RESOLUTION NO.2012. 27917 WHICH ACCEPTED THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF FIRMS, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 27-11t12, FOR DTSASTER RECOVERY SERVTCES AND WHICH AUTHORIZED THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE TOP RANKED FIRMS OF CERES ENVIRONMENTAL SERVICES, ING., ASBRITT, INC., TAG GRINDING SERVICES, INC., BYRD BROTH ERS ENVIRONMENTAL SERVICES, INC., D&J ENTERPRISES,INC., AND PHILLIPS AND JORDAN, INC. AND TO EXECUTE AGREEMENTS UPON THE CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION WITH ASHBRITT, INC. AS THE PRIMARY FIRM; AND FURTHER REJECTING ALL PROPOSALS RECEIVED RESULTING FROM RFP NO. 27-11t12. WHEREAS, on February 8,2012, the Mayor and City Commission approved the issuance of a Request for Proposals (RFP) for Disaster Recovery Services, to select qualified contractors to assist the City with the restoration of operations after a catastrophic disaster (the RFP); and WHEREAS, on June 6, 2012, pursuant to Resolution No. 2012-27917, the City Commission authorized the Administration to enter into negotiations with the top ranked firms pursuant to the RFP: Ceres Environmental Services, lnc.; Ashbritt, lnc.; Tag Grinding Services, lnc.; Byrd Brothers Environmental Services, lnc.; D&J enterprises, lnc.; and Phillips and Jordan, lnc. and to execute agreements upon the conclusion of successful negotiations by the Administration with Ashbritt, lnc. as the primary firm; and WHEREAS, during this negotiation process, the City engaged the services of Tidal Basin Government Consulting, LCC to provide Emergency ManagementAdministrative Support Services; and WHEREAS, Tidal Basin Government Consulting, LCC, has recommended thatthe City of Miami Beach rescind the previous authorization to negotiate and to execute agreements based on RFP No. 27-11112 issued on February 24,2012, revise the solicitation language to include new FEMA policy, and solicit new proposals; and NOW, THEREFORE, BE !T DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAM! BEACH, FLORIDA that the Mayor and City Commission hereby rescind the prior action taken by the City Commission on June 6, 2012 pursuant to 12 Resolution No.2012-27917 which accepted the recommendation of the City Manager pertaining to the ranking of firms, pursuantto RFP No. 27-llllz,fordisasterrecoveryserviceswhich authorized the Administration to enter into negotiations with the top ranked firms of Ceres Environmental Services, lnc., Asbritt, lnc., Tag Grinding Services, lnc., Byrd Brothers Environmentalservices, lnc., D&J Enterprises, lnc., and PhillipsAnd Jordan, lnc. and to execute agreements upon the conclusion of successful negotiations by the Administration with Ashbritt, lnc. as the primary firm; and further, hereby reject all proposals received resulting from RFP No.27-11112. PASSED AND ADOPTED this 11'd day of June, 2014. ATTEST: Philip Levine, Mayor Ralph E. Granado, City Clerk APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION *J(,* T:\AGENDA\201 4Uu ne\Disaster Recovery. Reso.doc 13 THIS PAGE INTENTIONALLY LEFT BLANK 14