Loading...
HomeMy WebLinkAbout2006-26299 Reso RESOLUTION NO. 2006-26299 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSERS PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 29- 05/06, FOR DISASTER RECOVERY SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE FOLLOWING SEVEN PROPOSERS: CROWDER- GULF JOINT VENTURE INC.; CERES ENVIRONMENTAL SERVICES, INC; PHILLIPS & JORDAN INC.; ASHBRITT ENVIRONMENTAL; GRUBBS EMERGENCY SERVICES, LLC; BAMACO INCORPORATED; AND R.A.S. CONSTRUCTION; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS, UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Proposals (RFP) No. 29-05/06 for Disaster Recovery Services was issued on May 12, 2006, with an opening date of June 22, 2006; and WHEREAS, the RFP process seeks to select qualified disaster recovery contractors that would assist the City with restoration operations after a catastrophic disaster; and WHEREAS, a pre-proposal conference to provide information to proposers submitting a response was held on May 31,2006; and WHEREAS, Bid Net issued bid notices to 28 prospective proposers, and 133 proposers were notified via mail, e-mail, and fax circulation, which resulted in the receipt of 20 proposals; and WHEREAS, the City Manager, via Letter to Commission (LTC) No. 172-2006, appointed an Evaluation Committee ("the Committee") consisting of the following individuals: . Mike Alvarez, Assistant Director, Public Works Department; . Christopher Parrino, Fire Division Chief, Fire Rescue Department; . Georgina Echert, Assistant Director, Finance Department; · Christopher Latt, Urban Forest Supervisor, Parks and Recreation Department; . Heather Porter, Office Associate III, Public Works Department, Environmental Division; . Jason Greene, Miami Beach Resident, Leadership Academy Graduate; · James Maes, Miami Beach Resident, Leadership Academy Graduate and Captain of U.S.Coast Guard; · Tamra Sheffman, Miami Beach Resident, Leadership Academy Graduate; · Donald Druitt, Emergency Management Coordinator, Fire Suppression Department; and WHEREAS, on July 20,2006, the Committee convened to shortlist the proposers; and WHEREAS, the Committee was provided information on the scope of the project, past performance evaluation surveys, risk assessment plans, and evaluation criteria; and WHEREAS, on August 11, 2006, the Committee convened to rank the short-listed contractors; and WHEREAS, the Committee ranked the proposers as follow: (1) Crowder-Gulf Joint Venture; (2) Ceres Environmental; and (3) Phillips & Jordan; and WHEREAS, the City Manager exercised his own due diligence and reviewed the Committee's findings and ranking; and WHEREAS, in addition to concurring with the Committee's rankings, the City Manager would recommend that the City Commission authorize the Administration to negotiate and, if successful, further authorize the execution of Agreements with the following proposers (including the (4) additionally ranked proposers): Crowder-Gulf Joint Venture Inc.; Ceres Environmental Services Inc.; Phillips & Jordan Inc.; Ashbritt Environmental; Grubbs Emergency Services LLC; Bamaco Incorporated; and R.A.S. Construction. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manger pertaining to the ranking of proposers pursuant to Request for Proposals (RFP) No. 29-05/06, for Disaster Recovery Services; authorizing the Administration to enter into negotiations with the following seven proposers: Crowder-Gulf Joint Venture Inc.; Ceres Environmental Services Inc.; Phillips & Jordan Inc.; Ashbritt Environmental; Grubbs Emergency Services LLC; Bamaco Incorporated; and R.A.S. Construction; and further authorizing the Mayor and City Clerk to execute agreements, upon conclusion of successful negotiations by the Administration. '. PASSED AND ADOPTED THIS 6th ATTEST: ~r:f6tA-~ CITY CLERK Robert Parcher T :\AG EN OA \2006\sep0606\consent\RFP-29-05-06 Oi APPROVED AS TO FORM & LANGUAGE & FOR CUTION ~ Date COMMISSION III:M SUMMAKY Condensed Title: Accept the City Manager's Recommendation Pertaining to the Ranking of Contractors Pursuant Request For Proposals No.29-05/06, Disaster Recovery Services; Authorizing to Enter Into Negotiations with the Six (6) Ranked Contractors; and Authorizing the Mayor and City Clerk to Execute an A reements U on Conclusion of Successful Ne otiations. Ke Intended Outcome Su orted: To Improve Cleanliness of Miami Beach Rights of Way Especially in Business Areas. Issue: Shall the City Commission approve the City Manager's recommendation to accept the ranking of contractors, authorize ne otiations and authorize execution of a reements? Item Summarv/Recommendation: On May 10,2006, the Mayor and City Commission approved the issuance of Request for Proposals (RFP) No. 29-05/06 for Disaster Recovery Services. The RFP process seeks to select qualified disaster recovery contractors that would assist the City with the restoration operations after a catastrophic disaster. In the event of an emergency, such as a Hurricane, the City would lack sufficient resources to undertake debris recovery operations. During Hurricanes Katrina and Wilma, contractors played a major role in the City's recovery efforts. RFP No. 29-05/06 was issued on May 12, 2006 with an opening date of June 22, 2006, which resulted in the receipt of 20 proposals. The City Manager via Letter to Commission (LTC) No. 172-2006, appointed an Evaluation Committee ("the Committee") that convened on July 20,2006 to shortlist and on August 11,2006 to rank the contractors. It was the Committee's recommendation that the Administration enter into negotiations with the three (3) top ranked contractors. The City Manager exercised his own due diligence and reviewed the Committee's findings and ranking, and is recommending that the City Commission authorize negotiations with the six (6) top-ranked proposers in order to assure the availability of more than one contractor in time of emergency. Crowder- Gulf Joint Venture, Inc; Ceres Environmental Services, Inc; Phillips & Jordan, Inc; Ashbrit Environmental; Grubbs Emergency Services, LLC; and Bamaco Incorporated. ACCEPT THE CITY MANAGER'S RECOMMENDATION. Advisory Board Recommendation: I N/A Financial Information: Source of Amount Account Approved Funds: 1 D 2 3 4 OSPI Total Financial Impact Summary: Ci Clerk's Office Le islative Trackin Gus Lopez, ext. 6641 Si FB City Manager PDW R JMG 006\sep0606\consent\RFP-29-05-06 Disaster Recovery Services - Summary.doc m ....,. MIAMI BEACH AGENDA ITEM DATE C7T 9~ -?'~ m MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beoch, Florida 33139, www.miamibeochfl.gov COMMISSION MEMORANDUM FROM: Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez, City Manager J ~ September 6,2006 TO: DATE: SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF CONTRACTORS PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 29-05/06, FOR DISASTER RECOVERY SERVICES; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE SIX (6) TOP RANKED CONTRACTORS, CROWDER-GULF JOINT VENTURE, INC, CERES ENVIRONMENTAL SERVICES, INC, PHILLIPS & JORDAN, INC, ASHBRITT ENVIRONMENTAL; GRUBBS EMERGENCY SERVICES, LLC; AND BAMACO INCORPORATED; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANAL YSIS On May 10, 2006, the Mayor and City Commission approved the issuance of Request for Proposals (RFP) No. 29-05/06 for Disaster Recovery Services. The RFP process seeks to select qualified disaster recovery contractors that would assist the City with the restoration operations after a catastrophic disaster. In 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. During Hurricanes Katrina and Wilma, contractors played a major role in the City's recovery efforts. The executed agreement will remain in effect for a period of three (3) years. The City of Miami Beach has the option to renew the contract at its sole discretion for an additional three (3) year period on a year-to-year basis. Such option will be exercised, if at all, only when it is in the best interest of the City. Commission Memorandum - RFP-29-05/06 September 6, 2006 Page 2 of 5 The scope of services will include, but will not be limited to items such as emergency road clearance, debris removal from public rights-of-way, removal of hazardous stumps, leaning trees/limbs, temporary debris staging areas and reduction sites, debris disposal, hazardous waste abatement, and sand screening. RFP No. 29-05/06 was issued on May 12, 2006 with an opening date of June 22, 2006. A pre-proposal conference to provide information to contractors submitting a response was held on May 31,2006. BidNet issued bid notices to 28 prospective proposers and 133 proposers were notified via mail, e-mail, and fax circulation, which resulted in the receipt of following 20 proposals: 1. GRUBBS EMERGENCY SERVICES, LLC 2. CROWDER GULF JOINT VENTUURE, INC. 3. ARBOR THREE & LAND, INC 4. ALL FLORIDA LAND CLANING, INC 5. BERGERON EMERGENCY SERVICES, INC. 6. OMNI PINNACLE, LLC 7. ASHBRITT ENVIRONMENTAL 8. PHILLIPS AND JORDAN, INC 9. ALLIED TRUCKING OF FLORIDA 10. AMERICAN COMPLIANCE TECHNOLOGIES, INC 11. WEED-A-WA Y, INC 12. RA.S. CONSTRUCTION 13. DRC, INC 14. BAMACO INCORPPORATED 15. TIP TOP ENTERPRISES, INC 16. MAN CON, INCORPORATED 17. NEIGHBORHOOD MAINTENANCE INC 18. WOOD RESOURCES RECOVERY, LLC 19. D & J ENTERPRISES, INC 20. CERES ENVIRONMENTAL SERVICES, INC The City Manager via Letter to Commission (LTC) No. 172-2006, appointed an Evaluation Committee (lithe Committee") consisting of the Following individuals: . Mike Alvarez, Assistant Director, Public Works Department . Christopher Parrino, Fire Division Chief, Fire Rescue Department . Georgina Echert, Assistant Director, Finance Department . Christopher Latt, Urban Forest Supervisor, Parks and Recreation Department . Heather Porter, Office Associate III, Public Works Department, Environmental Division . Jason Greene, Miami Beach Resident, Leadership Academy Graduate . James Maes, Miami Beach Resident, Leadership Academy Graduate and Captain of U.S.Coast Guard . Tamra Sheffman, Miami Beach Resident, Leadership Academy Graduate . Donald Druitt, Emergency Management Coordinator, Fire Suppression Department Commission Memorandum - RFP-29-05/06 September 6, 2006 Page 3 of 5 On July 20, 2006, the Committee convened and a quorum was attained. Committee members James Maes and Heather Porter were not present for the short listing of firms. Gus Lopez, Procurement Director, addressed the Committee and provided general information on the scope of services. The Committee members were also provided with Performance Evaluation Surveys and Risk Assessment Plans for all the contractors being evaluated. The Committee unanimously nominated Donald Druitt as Chair of the Committee. The following Evaluation Criteria was used to evaluate and rank the contractors: 1. Firm's experience in Disaster Recovery Services; (20 points) 2. Qualifications of Project Team; (20 points) 3. Proposed Cost; (20 points) 4. Methodology and Approach; (10 points) 5. Past Performance based on number and quality of the Performance Evaluation Surveys; (15 points) 6. Risk Assessment Plan for ensuring quality of work (15 points) The Committee utilized low aggregate ranking methodology to shortlist and rank the contractors which resulted in the selection of six (6) contractors to be further evaluated. The Committee did not require presentations from the short listed contractors. On August 11, 2006, the Evaluation Committee convened with Committee Member Tamra Sheffman, James Maes, and Heather Porter were absent. The Committee unanimously decided to uphold Donald Druitt as chair of the Committee. In addition, the Committee members applied a hypothetical cost comparison based on Hurricane Wilma to determine potential contractors. See attached Excel spreadsheet. The method of ranking the contractors utilized by the Committee was the following: The contractors with more than 50% of the Committee Members' first-place votes will be deemed the top-ranked contractor; subsequent contractors or contractors not receiving the majority of the Committee Member's first-place votes will be ranked based on the total low aggregate ranked score. It was the Committee's overall opinion to be in the best interest of the City to select three (3) contractors. The Committee discussed their individual perceptions of the contractor's qualifications, experience, and competence, and ranked the firms accordingly. A motion was presented by Christopher Parrino, seconded by Donald Druitt and unanimously approved by all Committee members for Crowder-Gulf Joint Venture, Ceres Environmental, and Phillips & Jordan to be recommended for potential award of contracts, adding that this option would be the most flexible and advantageous option for the City in the event of an emergency, such as a hurricane. The final scoring was as follows: Commission Memorandum - RFP-29-05/06 September 6, 2006 Page 4 of 5 RFP-29-05-06 DISASTER '(RECOVERY SERVICES GRUBBS Mike Christopher Georgina Christopher Jason Donald Alvarez Latt Echert Parrino Greene Druitt TOTALS 463 CROWDER GULF 558 ASHBRITT CERES ENVIRONMENTAL PHILLIPS & JORDAN BAMACO 465 520 504 441 RFPcTNo. 29-05-06, (#'s 1) (#'s 2) (#'s 3) (#'s 4) (#'s 5) (#'s 6) GRUBBS - - - 3 1 2 CROWDER GULF 4 2 - - - - ASHBRITT - - 1 2 1 2 CERES ENV. 2 1 3 - - - PHILLIPS & JORDAN - 3 2 1 - - BAMACO - - - - 4 2 FINAL RANKING ORDER 1. CROWDER GULF JOINT VENTURE, INC 2. CERES ENVIRONMENTAL SERVICES, INC 3. PHILLIPS AND JORDAN, INC 4. ASHBRITT ENVIRONMENTAL 5. GRUBBS EMERGENCY SERVICES, LLC 6. BAMACO INCORPPORA TED The City Manager exercised his own due diligence and reviewed the Committee's findings and ranking, and is recommending that the City Commission authorize negotiations with the six (6) top-ranked proposers in order to assure the availability of more than one contractor in time of emergency. Crowder-Gulf Joint Venture, Inc; Ceres Environmental Services, Inc; Phillips & Jordan, Inc; Ashbrit Environmental; Grubbs Emergency Services, LLC; and Bamaco Incorporated. Commission Memorandum - RFP-29-05/06 September 6, 2006 Page 5 of 5 CONCLUSION A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida accepting the recommendation of the City Manager pertaining to the ranking of contractors pursuant to Request for Proposals (RFP) No. 29-05/06, for Disaster Recovery Services; Authorizing the Administration to enter into negotiations with the Three (3) top ranked proposers Crowder Gulf Joint Venture, Inc, Ceres Environmental Services, Inc, and Phillips and Jordan, Inc, Ashbrit Environmental; Grubbs Emergency Services, LLC; and Bamaco Incorporated; and further Authorizing the Mayor and City Clerk to execute agreements upon conclusion of successful negotiation by the Administration. T:\AGENDA\2006\sep0606\consent\RFP-29-05-06 Disaster Recovery Services -Memo.doc (/) w U :> 0:: w (/) >- 0:: w > 1-0 XU Ww 1-0:: ZO:: Ow UI- ...J(/) <(<( z~ 00 ~d, <(0 ::J, t::~ (/). <(~ ~' ...Jft ~o:: ...J <( (/) o 0- o 0:: 0- l- (/) o U ~ e i ~ ~sj j:ie ~ii j z: ~ ~ ~sj ~ :i e ~ii J TS ~ :S:il ji,i u~i lI:: ::s <:) I u ~ ~ s,.j J:ii ~J .~ I ~ ~ 1.-') I'll } " ~'.;.~.i ! I li~~! i ~ l~ .~~~ II Iii I;~ I~) I Q I E ~ .... .... ~ o o c:i ~ c: o o .r; '" '" .,; o o .r; co o o c:i o <: o o c:i o o c:i o o <ri ..; o o cO N o o c:i '" .... <D <') o o c:i '" N Vl ... .<= o .S co .9 g-S ~~ E .!!l :J"O en ,C .... N c: c: '" '" ~ =52 2:Z~ aJ j! .~ ~ ."0 ~ ~ .5 a.UVl E c: ... ::J'- .r=. _NO U) ~ .S <0 o o c:i '" CO ..; o ~ o o c:i '" CO o o .r; <') ..... N o o .r; <') ~ o o c:i o N N <') o o c:i o N o o c:i o o c:i o o cO '" '" N ~ o o cO .... o o .r; '" <') .,; '" o o .r; '" '" '" .... c: c: '" '" ~ =5~ <v UJ Q) - Vl E m.2:! .~ ~ ."0 ~ :B .E a.UVl E c: ... 2:;-g rJ) N ._ '" o ~ o o c:i o .... <D '" o o c:i o '" o o c:i o '" o .... o o .r; .... <') o o c:i o o i o o c:i o '" o o c:i o o i o o c:i o '" o o ~ ~ .0 N o o .,.; <') N o o c:i o "'- C;; o o c:i '" '" '" N o o c:i o o o <') o o c:i o N. ~ o o c:i '" N <D ~ o o c:i '" CO o o c:i o o o N o o c:i o '" o o c:i o '" N N o o c:i o m o o .r; N '" o ~ o o .,.; <') .... o o c:i '" "'- ;;; o o c:i '" N. ~ o o c:i o <: o o c:i o <: o o c:i o <: o o c:i o <: o Cl ~ o Cl ~ o o c:i o <: >- CJ .... '" o <D <') ~ o '" .j <') CO ai m "'. ~ '" ...., :: o N N o <') .0 CO N_ ~ o <') en o Cl N CO ..; CO "'- ~ o ~ ~ o Cl N CO i "'. ~ o ~ :: o .... cO '" "'- ~ <') "'- ~ '" o en o '" cO '" (0 ~ ..... ~ '" .... N ~ O~~ ~ill g C" -- 0'- c 'iii i::S :::~ .I~ !~ :I.., ~c: c e "CJ1(2l1).... ~fJ~8=&!~!&.g~J a.Qj E~j-!~ >oe &~O:E ~~~~ -2:g,t!!ill)>o rJ) c,.c: :E C5 ~ '0 S rJ) 0: @. ; Vl _ ~~.9~~ ;:,;"""OCJrJ) o~g:g~ ~~alO_... 'r"""2~~= o o c:i .... '" ai N N o o <ri '" .... cO m m .,; m ~ '" N .r; o '" r..: N ..... r:: ~ o '" .j o o .r; (0 (0 (0- (0 N o o r..: o o c:i CO .... ~ <') o o cO o N N o m. <0 <') o '" en ~ ~!J -I i-IE . :1% ~~!lI)!~f O:iij~2~ -!eA-gll)-~ ~.!lI)J@.S~ 'Sill) co:_ 1 l~ I 0: It,lI ~ ~ i~i~ f ~!2.'O15 w >- CJ ;:'; o <D <') ~ o '" c:i ;;; N '" .... '" .... .r; o o .r; <') o .... <') o '" N o CO c:i <0 o <') '" o m .,.; o o <ri N ..; ;:'; o o .j o '" en N N ai .... '" '" N .j o '" cO .... ~ ..; .... <') '" .... N o o iii CD II) o ... co N ... S "0 ... .<= o rJ) II) en iii .... ., ..; en "'!. .... ... S "0 ... .<= o rJ) o .... en II) co N .... ... N ... S "0 ... .<= o rJ) o o N o o N II) ., N ... s al .<= o rJ) o N N ., en <Ii CD .... N ... s al U rJ) o N .; en co ~ .... N ... s al .<= o rJ)