HomeMy WebLinkAboutRFP 29-05/06 Material
C:UMMIS5IUN I 1 tM SUMNIAKY
(:nnrianspd Titlp~
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 Agreements Upon Conclusion of Successful Negotiations.
Ke Intended Outcome Su orted:
To Improve Cleanliness of Miami Beach Rights of Way Especially in Business Areas.
Isslli3•
Shall the City Commission approve the City Manager's recommendation to accept the ranking of
contractors, authorize negotiations and authorize execution of agreements?
Item Summary/Recommendation:
On May 10, 2006, the Mayor apd City Commission approved the issuance of Request for Proposals (RFP)
No. 29-05/06 for Disaster Recovery Services. The RFP process seeks to select qual~ed 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
Citys 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-
GulfJoint Venture, Inc; Ceres Environmental Services, Inc; Phillips & Jordan, Inc; Ashbrit Environmental;
Grubbs Emergency Services, LLC; and Bamaco Incorporated.
MANAGER'S
Adviso Board Recommendation:
N/A
Financial Information:
Source of Amount Account Approved
Funds: ~
2
3
4
OBPI Total
Financial Impact Summary:
:ity Clerk's Office
Gus Lopez, ext. 6f
Stan-Offs:
De ent Director Assistant City Manage City Manager
GL FB PDW R JMG
T:WGENQR12006\sep0606~oonsentlRFP-29-05.06 Disaster Recovery services - Summary.aoc
E M I AM I B EAR H 292 AGENDADATE ~
m MIAMIBEACH
City of Miami Beath, 1700 Convention Center Drive, Miomi Beach, florido 33139, www.miamibeochfl.gov
COMMISSION MEMORANDUM
TO: Mayor David Dermer and Members of the City Commission
FROM: Jorge M. Gonzalez, City Manager
DATE: September 6, 2006
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 8~ 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.
ANALYSIS
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.
29'i
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, a-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-WAY, INC
12. R.A.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 8 J ENTERPRISES, INC
20. CERES ENVIRONMENTAL SERVICES, INC
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
294
Commission Memorandum - RFP-25-05!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 ail 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:
295
Commission Memorandum - RFP-29-05/06
September 6, 2006
Page 4 of 5
h~
~ ~ 1 ~~~'
°
Mike
Christopher
Georgina
Christopher
Jason
Donald
f `y Alvarez Latt Echert Parrino Greene Druitt TOTALS
GRUBBS 86 y 84 6 65 5 75 4 76 6 77 4 463
CROWDER GULF 92 2 95 1 95 1 86 1 92 2 98 1 558
ASHBRITT 75 6 92 3 70 4 75 5 83 4 70 6 465
CERES
ENVIRONMENTAL
95 1
94 2
82 3
78 3
93 1
78 3
520
PHILLIPS &
JORDAN
87 3
91 4
83 2
80 2
84 3
79 2
504
BAMACO 79 5 87 5 50 6 70 6 79 5 76 5 441
RFf~:IVo'~s~9-05=0~ ~, #'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 8
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. BAMACOINCORPPORATED
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.
296
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:IAGENDA12006~sepO606~consent~RFP-29-05-06 Disaster Recovery Services -Memo.doc
297
w
U
UJ
N~
LJ..
O
W W
~~
UH
Q~
Z
~_~
F' (QQ
~1
~~
O
Q N
~d
~~
J
a
O
oC
a
H
O
U
U
~
U ; ~ } ~ U
ii n
m
Q
~
vfi p`Vi
u~ c"! v~ ~
~ N O
S O j~ F-
S ~ ~ ~ £
L ~ ~O~pp
M
°
O
G
O
O
O
°
O
° O
V7
<
t9
O
~
o
O m
a o
? o
O $
O ~
S ~
op in
N
O CpD tq ~ N h
O ~
Z O
O
0 O
O O C tp
n
~ f00~
!
0 CO ~
C
p
S
O
O O
N
fV p
m p
C
~
of ~ G $ O
~ W ~
h
O ~
N
V N
~ O
~ W
~ O
C
O
O p
S
G1
S
N
h
N ~ n ~ ~ W p N
y
O p
O
O O
O
~ O
m
O O p
O O
O O m Y a
D
p fV
lN0
~ p
p
N O ~
r !,l
p
h
U O
O O O
O
~ O
~
~ O
W ~
Z N N O C ~ f ~
C
D N
O
O O
~
O
wA p
G
m
p
O O pp
p O
1f
1 o m S N
G G cb
lV
N ~ ~~
pp
N
$
a p O O
~ O
O O
p
0 0 ~ W z ~ ~ .:
g
8
S
o n
m
m ~ ~ m $ ~ ~
f
~,- N N ~ N ~ h
O O O ~ S O 8 N
N n ~ ~ ~ W CO f
N f
n`~
p
~ O
O
O
p
O
p
8 ~[1 p
N pp
ID
C
4. N ~ 1Q ~
n l7 ~1 O f
~ m a ~ n ~ ~
O
~~„ O O o~ p
h
~
~
N h
h ~
CD N
~ Z ' 0/ N
~ T
,, y
f
m
~ O
CCC
V
v
N ~
C C Y
~
Ea
~ E
A N '~
N
U
1 ~ i
._ N ._ S
yO
N
m
CI
N
r
A
N
RESOLUTION NO.
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 SIX PROPOSERS: 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.
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, apre-proposal conference to provide information to proposers submitting a
response was held on May 31, 2006; and
WHEREAS, BidNet issued bid notices to 28 prospective proposers, and 133 proposers
were notified via mail, a-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
299
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 (3) additionally ranked proposers): Crowder-Gulf Joint Venture Inc.; Ceres Environmental
Services Inc.; Phillips & Jordan Inc.; Ashbritt Environmental; Grubbs Emergency Services LLC; and
Bamaco Incorporated.
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 six proposers: Crowder-Gulf Joint Venture Inc:; Ceres
Environmental Services Inc.; Phillips 8 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.
PASSED AND ADOPTED THIS DAY OF 2006.
ATTEST:
CITY CLERK MAYOR
T:WGENDA\2006\sep0606\consentlRFP-29-05-06 Disaster Recovery Services - Resolution.doc
APPROVED A$ Ti0
FORM d~ LANGUAGE .
d~ FOR ON
F 3o Q4
e~
inn
REQUEST FOR PROPOSALS
FOR DISASTER RECOVERY SERVICES
RFP # 29-05/06
RFP DUE DATE: June 22, 2006 AT 3:00 P.M.
Gus Lopez, CPPO, Procurement Director
PROCUREMENT DIVISION
1700 Convention Center Drive, Miami Beach, FL 33139
www.miam ibeachfl.gov
F:IPURCIBALL\Marla\RFP'S105-061RFP-29-05-06 For Disaster Recovery Services\RFP 29-05-06
Disaster Recovery.doc
RFP No: 29-05106
~~~ ~~~/~~ 1of36
m MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachN.gov
PROCUREMENT DIVISION PUBLIC NOTICE
Tel: 305-673-7490, Fax: 305-673-7851
Disaster Recovery Services
Request for Proposals (RFP) No. 29-05/06
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.
The scope of services will include, but will not 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.
Sealed proposals will be received until 3:00 PM on June 22, 2006, at the following address:
City of Miami Beach
City Hall
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
Any response received after 3:00 PM on June 22,-2006 will be returned to the contractor unopened.
The responsibility for submitting proposals before the stated time and date is solely the responsibility
of the contractor.
The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or
any other occurrence.
A Pre-Proposal Submission Meeting is scheduled for May 31, 2006 at 11:00 a.m. at the following
address: City of Miami Beach
City Hall
1700 Convention Center Drive
Fourth Floor City Manager's Large Conference Room
1700 Convention Center Drive
Miami Beach, Florida.
Please be advised that the City will be hosting a seminar on Best Value Procurement which has
been scheduled for June 8, 2006 from 2:00 p.m. to 5:00 p.m. at the Miami Beach Convention Center,
Room C-219, 1901 Convention Center Drive, Miami Beach, Florida 33139. Attendance to this
seminar is not mandatory, but it is highly encouraged as a source of information.
March 12, 2006 RFP No: 29-OS/O6
City of Miami Beach 2 of 36
The City of Miami Beach has contracted with BidNet and has begun utilizing a central bid notification
system created exclusively for state and local agencies located in South Florida. Created in
conjunction with BidNet(s), this new South Florida Purchasing system allows for vendors to register
online and receive notification of new bids, amendments and awards. Vendors with Internet access
should review the registration options at the following website:
www.govbids.com/scripts/southflorida/public/home1.asp.
If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997
extension # 214.
Attendance (in person or via telephone) to this Pre-Proposal submission meeting is encouraged and
recommended as a source of information but is not mandatory. Contractors interested in
participating in the pre-Proposal submission meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980'` (note that number is preceded and followed by the
star (") key).
Contractors, who are interested in participating via telephone, please send an a-mail to
mestevez@miamibeachfl.gov expressing your intent to participate via telephone.
The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest
of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may
also reject any and all proposals.
YOU ARE HEREBY ADVISED THAT THIS REQUEST. FOR PROPOSAL IS SUBJECT TO THE
FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI
BEACH WEBSITE: httg://www.miamibeachfl.aov/newcity/degts/purchase/bidintro.asg
• CONE OF SILENCE -- ORDINANCE NO. 2002-3378
• CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879.
• DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234.
• PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344.
• LOBBYIST REGISTRATION AND DISCLOSURE OFFEES --ORDINANCE N0.2002-3363.
• LIVING WAGE REQUIREMENT--ORDINANCE NO. 2001-3301. Pursuant to City of Miami
Beach Living Wage Ordinance, as codified in Chapter 2, Division 6, Section 2-407 thru 2-410
of the Miami Beach Code, all service contractors, entering into a contract with the city shall
pay to all its employees, a living wage of not less than $8.56 an hour with health benefits, or
a living wage of not less than $9.81 an hour without health benefits. For a covered employer
to company with the living wage provision by choosing to pay the lower wage scale
($8.56/hour) when a covered employer also provides health benefits, such health benefits
shall consist of payment of at least $1.25 per hour toward the provision of health benefits for
covered employees and their dependents.
Sincerely,
Gus Lopez, CPPO
Procurement Director
March 12, 2006 RFP No: 29-05/06
City of Miami Beach 3 of 36
m MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION NOTICE TO PROSPECTIVE BIDDERS
Tel: 305.673-7490, Fax: 305-673-7851
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
-Our company does not handle this type of product/service.
_We cannot meet the specifications nor provide an alternate equal product.
Our company is simply not interested in bidding at this time.
-Due to prior commitments, I was unable to attend pre-proposal meeting.
-OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
Note: Failure to respond, either by submitting a bid or this completed form, may result in your company
being removed from the City's bid list.
March 12, 2006 RFP No: 29-OS/O6
City of Miami Beach 4 of 36
~~1~~
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
TABLE OF CONTENTS
Page
I. REQUEST FOR QUALIFICATIONS OVERVIEW AND REPONSE
PROCEDURES
A. Introduction/Analysis 6
B. Purpose 6
C. RFP Time Table 6
D. Qualification Submission 6
E. Pre-Proposal Submission Meeting 7
F. Contact Person 7
SCOPE OF SERVICES 9-10
III. PROPOSAL FORMAT 11-12
IV. EVALUATIONISELECTION PROCESS!
CRITERIA FOR EVALUATION 13-14
V. LEGAL TERMS AND CONDITIONS /INSURANCE 15-19
VI. QUALIFICATION DOCUMENTS TO BE COMPLETED AND
RETURNED TO CITY 20-30
-Insurance Check List 20
-Cost Information 11
-Organizational Chart
-Risk Assessment Plan
-Acknowledgment of Addenda 22
-Declaration 23
-Sworn Statement/Section 287.133(3)(a), Florida Statutes -Public Entity Crimes 24-25
-Questionnaire 26-30
VII. DOCUMENTS TO BE COMPLETED BY CUSTOMERS OF THE
RESPONDENTS 32-33
- Performance Evaluation Letter 32
-Performance Evaluation Survey 33
March 12, 2006 RFP No: 29-05/06
City of Miami Beach 5 of 36
SECTION I - OVERVIEW
A. INTRODUCTION /BACKGROUND
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.
B. PURPOSE
It is the intent of this RFP is to use the "Best Value" Procurement process to select a contractor with
the experience and qualifications; the ability; capability, and capacity; and proven past successful
performance in providing disaster recovery services.
C. RFP TIMETABLE
The anticipated schedule for this RFP and contract approval is as follows:
RFP Issued May 12, 2006
Pre-Proposal Submission Meeting May 31, 2006
Deadline for receipt of questions June 7, 2006
Deadline for receipt of responses/ proposals June 22, 2006
Evaluation committee meetings June 2006
Commission Approval/ July 2006
Authorization of negotiations
Contract negotiations July 2006
D. PROPOSALS SUBMISSION
An original and ten (10) copies of Contractors' proposal will be received until 3:00 p.m. on June 22nd,
2006, at the following address:
City of Miami Beach
City Hall
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
The original and all copies must be submitted to the Procurement Division in a sealed envelope or
container stating on the outside the Contractor's name, address, telephone number, RFP number
and title, and due date. No facsimile or a-mail responses will be considered.
The responsibility for submitting a response to this RFP to the Procurement Division on or before the
stated time and date will be solely and strictly that of the contractor. The City will in no way be
responsible for delays caused by the U.S. Post Office or caused by any other entity or by any
occurrence. Responses received after the RFP due date and time will not be accepted and will not
be considered.
March 12, 2006 RFP No: 29-OS/06
City of Miami Beach
6 of 36
E. PRE-PROPOSAL SUBMISSION MEETING
A pre-Proposal submission meeting is scheduled for May 31St, 2006 at 11:00 a.m. at the following
address:
City of Miami Beach
City Hall
Fourth Floor City Manager's Large Conference Room
1700 Convention Center Drive
Miami Beach, Florida.
Attendance (in person or via telephone) is encouraged and recommended as a source of information
but is not mandatory. Contractors interested in participating in the pre-RFP submission meeting via
telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the
star (`) key).
Contractors who are interested in participating via telephone, please send an a-mail to the
contact person listed on the next page, expressing your intent to participate via telephone.
F. CONTACT PERSON
The contact person for this RFP is Maria Estevez, Procurement Coordinator. Ms. Estevez may be
reached by phone: 305.673.7490; fax: 305.673.7851; or a-Mail: mestevez@miamibeachfl.gov.
The City's Procurement Director is authorized by the City's Cone of Silence Ordinance to have oral
communications with prospective Contractors relative to matters of process or procedures only.
Requests for additional information or clarifications must be made in writing to the Procurement
Director. Facsimile or a-mail requests are acceptable. Please sent all questions to
mestevezCa~miamibeachfl.gov and copy the City Clerk's office RobertParcherCc~miamibeachfl.gov.
The Procurement Director will issue replies to inquiries and additional information or amendments
deemed necessary in written addenda, which will be issued prior to the deadline for responding to
this RFP.
Contractors should not rely on representations, statements, or explanations other than those made
in this RFP or in any addendum to this RFP.
Contractors are advised that oral communications between the Contractors or their representatives
and the Mayor or City Commissioners and their respective staff, or members of the City's
administrative staff to include the City Manager and his staff, or evaluation committee members is
prohibited.
G. TERM OF CONTRACT
This contract shall commence the day specified in the contract as a result of negotiations, and
remain in effect for a period of three (3) years.
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
7 of 36
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. Renewal of the contract is a City of Miami Beach
prerogative- not a right of the contractor. Such option will be exercised, if at all, only when it is in the
best interest of the City of Miami Beach.
In the event that the contract is held over beyond the term herein provided it shall only be from a
month-to-month basis only and shall not constitute an implied renewal ofthe contract. Said month to
month extension shall be upon the same terms of the contract and at the compensation and
payment provided herein, and shall not exceed six (6) months.
Option to Renew / Adjustment to Contract Amount: In the event the City of Miami Beach exercises its
option to renew beyond the initial three (3) year contract, the contract prices and any other terms the
City may choose to negotiate, will be reconsidered for adjustment prior to renewal due to increases
or decreases in labor costs; but in no event will the prices be increased or decreased by a
percentage greater than the percentage change reflected in the Consumer Price Index -All Urban
Areas (CPI-U) as published by the U.S. Department of Labor. The City of Miami Beach reserves
the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for
bids, whichever is in the best interest of the City.
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
8 of 36
SECTION II -- SCOPE OF SERVICES
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.
Debris Management. Successful Proposer shall be responsible for the removal of all hazards to life
from the disaster. Clean-up, demolition, and removal shall be work authorization approved by the
City Manager, or his designee, by individual work authorizations. Clean-up, demolition, and removal
shall be limited to eligible debris. Eligible debris is that which after it's clean-up, demolition, and
removal:
1) eliminates immediate threats to life, public health, ands safety;
2) eliminates threats of significant damage to improved public or private property; and
3) is essential by its absence of ensuring economic recovery.
Technical Disaster Recovery Assistance. Successful Proposer will provide disaster recovery
technical assistance to the City's Administration. The assistance shall include documentation and
management for the public assistance program, planning, training, and exercise development, as
well as attendance at the City of Miami Beach Emergency Operations Center (EOC) during
activation of the EOC for exercise and actual emergency events as requested by the City Manager.
Logistical Staaina Area. Successful Proposer shall provide for the operations and management of
the Logistical Staging Areas to facilitate disaster recovery operations. Specifically, Successful
Proposer shall provide for the supplies and labor for the operations and management needed to
establish Logistical Staging Areas within the specifications and quantities as listed in the work
authorizations and the notice to proceed.
Supervision by Successful Proposer. Under the general oversight of the City, Successful
Proposer shall supervise and direct all work, workers, and equipment. Successful Proposer is solely
responsible for the means, methods, techniques, sequences, safety programs, and procedures
utilized. Successful Proposer shall employ and maintain on the work site a qualified Supervisor(s)
who shall have full authority to act on behalf of Successful Proposer, and all communications given
to the supervisor in writing by the City's Authorized Representative shall be as binding as if given to
Successful Proposer.
Emergency Road Clearance. Successful Proposer shall accomplish the cutting, tossing, and/or
pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by
the City. The debris shall be stacked on the right-of-way to allow passage of vehicles along the
primary transportation routes.
Debris Removal from Public Right-of-Way. As directed by the City, Successful Proposer shall
load and haul all eligible debris to a City designated Temporary Debris Storage and Reduction Site
(TDSRS) or other disposable destination.
Debris Separation/Reduction and TDSRS Management. Successful Proposer shall operate and
manage the TDRSRS to accept and process all event debris. Successful Proposer shall perform any
site preparation, to include but not limited to:
1) building and/or maintaining roads;
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
9of36
2) construction of a roofed inspection tower sufficient for a minimum of three inspectors; 3) any
environmental requirements necessary to include wind control fencing, silt fencing, hazardous
material containment area, and/or water retention beams.
All debris will be processed in accordance with all local, state, and federal rules, standards, and
regulations. Processing may include, but is not limited to, reduction by tub grinding, incineration
when approved, or other alternate methods of reduction such as compaction. Prior to reduction, all
debris will be segregated between vegetative debris, C&D, recyclable debris, white goods, and
hazardous waste. Upon the closure of the TDSRS the site will be restores to its Pre-Use Condition.
Hazardous Stumps. Successful Proposer shall remove hazardous stumps as identified and
directed by the City of Miami Beach. Stump removal shall include backfilling the void with
appropriate fill material and hauling the stumps the TDSRS.
Sand Screening. As directed by the City, Successful Proposer shall screen sand to removal all
eligible debris deposited by the event. This process includes the collection of debris laden sand,
transporting the sand to the processing screen located in the beach, processing the debris laden
sand through the screen and returning the sand to the approximate original location. Debris removed
from the sand will be collected, hauled, and processed as ROW debris.
Final Deposit. Successful Proposer shall load and transport processed debris to and from the
TDSRS to a final disposal site as directed by the City.
Technical Assistance. Successful Proposer shall provide disaster recovery technical assistance to
City's Administration. This service shall include documentation and management for the public
assistance program, planning, training, and exercise development
Quality Assurance. Successful Proposer shall provide sufficient supervision and programmatic
controls to ensure compliance with procedural and regulatory standards established by FEMA, State
of Florida, and the City of Miami Beach.
March 12, 2006 RFP No: 29-OS/O6
City of Miami Beach
10 of 36
SECTION I11-PROPOSAL FORMAT
Proposals must contain the following documents, each fully completed, and signed as required. If
any items are omitted, Contractors must submit the documentation within five (5) ca-endar d~ ys
upon request from the City, or the proposal shall be deemed non-responsive. The City will not
accept cost information after deadline for receipt of proposal.
Table of Contents
Outline in sequential order the major areas of the proposal, including enclosures. All pages
must be consecutively numbered and correspond to the table of contents.
2. Proposal Points to Address:
Proposer must respond to all minimum requirements listed below. Proposals which do not
contain such documentation may be deemed non-responsive.
a) Introduction letter outlining the Contractors professional specialization, provide past
experience to support the qualifications of the submitter. Interested Contractors
should submit documents that provide evidence as to the capability to provide
grounds maintenance services.
b) Cost Information:
Cost information must be submitted using "Exhibit A", and if selected as successful
contractor, cost will be negotiated.
c) Client Survey:
Please provide your client with the Performance Evaluation Letter and Survey
attached herein on pages 32 and 33, and request that your client submit the
completed survey to the contact person listed on page 7.
d) Past Performance Information:
Past performance information will be collected on all contractors. Contractors are
required to identify and submit their best projects. Contractors will be required to
send out Performance Evaluation Surveys to each of their clients. Contractors are
also responsible for making sure their clients return the Performance Evaluation
Surveys to the City. The City reserves the right to verify and confirm any information
submitted in this process. Such verification may include, but is not limited to,
speaking with current and former clients, review of relevant client documentation,
site-visitation, and other independent confirmation of data.
e) Qualifications of Contractor Team:
Provide an organizational chart of all personnel and consultants to be used on this
project and their qualifications. Aresume of each individual, including education,
experience, and any other pertinent information shall be included for each team
member to be assigned to this project
f) Risk-Assessment Plan (RAP):
All contractors must submit aRisk-Assessment Plan. The Risk-Assessment Plan
must not be longer than two pages front side of page only. The RAP should not
include any information that would identify the contractor or marketing material
(product manufacturer names, etc.) It will be included in a separate envelop along
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
11 of 36
with the contractors proposal. The RAP should address the following items in a clear
and generic language:
(1) What risks the project has. (Areas that may cause the contractor not
to finish on time, not finish with budget, cause any change orders, or
be a source of dissatisfaction with the owner).
(2) Explanation of how the risks will be avoided/minimize.
(3) Propose any options that could increase the value of this project.
(4) Explain the benefits of the Risk Assessment Plan. Address the quality
and performance differences in terms of risk minimization that the City
can understand and what benefits the option will provide to the user.
No brochures or marketing pieces.
3. Acknowledgment of Addenda:
(IF REQUIRED BY ADDENDUM) and Proposer Information forms (Pages 20-30);
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
12 of 36
SECTION IV -EVALUATION/SELECTION PROCESS
The procedure for response evaluation and selection will be as follows:
• RFP issued.
• Receipt of responses.
• Opening and listing of all responses received.
• An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
response in accordance with the requirements of this RFP. If further information is desired,
respondents may be requested to make additional written submissions or oral presentations
to the Evaluation Committee.
• An Evaluation Committee wilt be appointed by the City Manger and said Committee shall
recommend to the City Manager the proposal or proposals of which the Evaluation
Committee deems to be in the best interest of the City. The Evaluation Committee shall base
its recommendation on the following criteria and weight:
A. Firm's Experience in Disaster Recovery Services - 20 points.
B. Qualifications of Project Team - 20 points.
C. Methodology and Approach - 10 points.
D. Risk Assessment Plan for ensuring quality of work - 15 points
E. Past Performance based on number and quality of the Performance Evaluation
Surveys -15 points
F. Proposed Cost - 20 points
• The City may request, accept, and consider proposals for the compensation to be paid under
the contract only during competitive negotiations.
• After considering the recommendation(s) of the Evaluation Committee, the City Manager
shall recommend to the City Commission the response or responses acceptance of which
the City Manager deems to be in the best interest of the City.
The City Commission shall consider the City Manager's recommendation(s) in light of the
recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve
the City Manager's recommendation(s). The City Commission may reject City Manager's
recommendation(s) and select another response or responses. In any case, City
Commission shall select the response or responses acceptance of which the City
Commission deems to be in the best interest of the City. The City Commission may also
reject all proposals.
• Negotiations between the selected respondent and the City take place to arrive at a contract
price. If the City Commission has so directed, the City may proceed to negotiate a contract
price with a respondent other than the top ranked respondent if the negotiations with the top
ranked respondent fail to produce a mutually acceptable contract price within a reasonable
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
13 of 36
period of time.
A proposed contract or contracts are presented to the City Commission for approval,
modification and approval, or rejection.
• If and when a contract or contracts acceptable to the respective parties is approved by the
City Commission, the Mayor and City Clerk sign the contract(s) after the selected
respondent(s) has (have) done so.
Important Note:
By submitting a response, all contractors shall be deemed to understand and agree that no property
interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection
process until and unless a contract has been agreed to and signed by both parties.
March 12, 2006 RFP No: 29-05!06
City of Miami Beach
14 of 36
SECTION V -LEGAL TERMS AND CONDITIONS /INSURANCE
A. MODIFICATION/WITHDRAWALS OF SUBMITTALS
A contractor may submit a modified response to replace all or any portion of a previously
submitted response up until the RFP due date and time. Modifications received after the
RFP due date and time will not be considered.
Responses shall be irrevocable until contract award unless withdrawn in writing prior to the
RFP due date or after expiration of 120 calendar days from the opening of responses
without a contract award. Letters of withdrawal received after the RFQ due date and before
said expiration date and letters of withdrawal received after contract award will not be
considered.
B. RFP POSTPONEMENT/CANCELLATION/REJECTION
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all,
responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or
waive any irregularities in this RFP or in any responses received as a result of this RFP.
C. COST INCURRED BY CONTRACTORS
All expenses involved with the preparation and submission of responses to the City, or any
work performed in connection therewith, shall be the sole responsibility of the contractor (s)
and not be reimbursed by the City.
D. EXCEPTIONS TO RFP
Contractors must clearly indicate any exceptions they wish to take to any of the terms in this
RFP, and outline what alternative is being offered. The City, after completing evaluations,
may accept or reject the exceptions. In cases in which exceptions are rejected, the City
may require the consultant to furnish the services or goods originally described, or negotiate
an alternative acceptable to the City.
E. SUNSHINE LAW
Contractors are hereby notified that all information submitted as part of a response to this
RFP will be available for public inspection after opening of responses, in compliance with
Chapter 286, Florida Statutes, known as the Florida Government in the Sunshine Law.
F. NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without discussion, or
may require consultants to give oral presentations based on their responses. The City
reserves the right to enter into negotiations with the selected consultant, and if the City and
the selected consultant cannot negotiate a mutually acceptable contract, the City may
terminate the negotiations and begin negotiations with the next selected consultant. This
process may continue until a contract has been executed or all responses have been
rejected. No consultant shall have any rights in the subject project or property or against
the City arising from such negotiations.
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
15 of 36
G. PROTEST PROCEDURES
Contractors that are not selected may protest any recommendation for selection of award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for protesting the City Manager's recommendation. Protest not timely
pursuant to the requirements of Ordinance No. 2002-3344 shall be barred.
H. RULES; REGULATIONS; AND LICENSING REQUIREMENTS
Contractors are expected to be familiar with and comply with all Federal, State and local
laws, ordinances, codes, and regulations that may in any way affect the services offered,
including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC
Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the
consultant will in no way relieve it from responsibility for compliance.
I. DEFAULT
Failure or refusal of a consultant to execute a contract upon award by the City Commission,
or untimely withdrawal of a response before such award is made and approved, may result
in forfeiture of that portion of any surety required as liquidated damages to the City; where
surety is not required, such failure may result in a claim for damages by the City and may be
grounds for removing the consultant from the City's vendor list.
J. CONFLICT OF INTEREST
All consultants must disclose with their response the name(s) of any officer, director,
agent, or immediate family member (spouse, parent, sibling, and child) who is also an
employee of the City of Miami Beach. Further, all consultants must disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%)
percent or more in the consultant or any of its affiliates.
K. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS
All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist
laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach
Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed
herein, in addition to disqualification of their Proposals, in the event of such non-compliance.
L. CONSULTANT'S RESPONSIBILITY
Before submitting responses, each consultant shall make all investigations and
examinations necessary to ascertain all conditions and requirements affecting the full
performance of the contract. Ignorance of such conditions and requirements resulting from
failure to .make such investigations and examinations will not relieve the successful
consultant from any obligation to comply with every detail and with all provisions and
requirements of the contract documents, or will be accepted as a basis for any claims
whatsoever for any monetary consideration on the part of the consultant.
M. RELATION OF CITY
It is the intent of the parties hereto that the successful consultant be legally considered to be
an independent consultant and that neither the consultant nor the consultant's employees
and agents shall, under any circumstances, be considered employees or agents of the City.
March 12, 2006
City of Miami Beach RFP No: 29-05/06
16 of 36
N. PUBLIC ENTITY CRIME (PEC)
A person or affiliate who has been placed on the convicted vendor list following a conviction
for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to public entity, may not be awarded or perform work as a contractor, supplier,
sub-contractor, or consultant under a contract with a public entity ,and may not transact
business with any public entity in excess of the threshold amount provided in Sec. 287.017,
for CATEGORY TWO ($25,000.00) for a period of 36 months from the date of being placed
on the convicted vendor list.
O. ASSIGNMENT
The successful consultant shall not enter into any sub contract, retain consultants, or
assign, transfer, convey, sub-et, or otherwise dispose of this contract, or of any or all of its
right, title, or interest therein, or its power to execute such contract to any person, firm, or
corporation without prior written consent of the City. Any unauthorized assignment shall
constitute a default by the successful consultant.
P. INDEMNIFICATION
The successful consultant shall be required to agree to indemnify and hold harmless the
City of Miami Beach and its officers, employees, and agents, from and against any and all
actions, claims, liabilities, losses and expenses, including but not limited to attorneys fees,
for personal, economic or bodily injury, wrongful death, loss of or damage to property, in
law or in equity, which may arise or be alleged to have arisen from the negligent acts or
omissions or other wrongful conduct of the successful consultant, its employees, or agents
in connection with the performance of service pursuant to the resultant Contract; the
successful consultant shall pay all such claims and losses and shall pay all such costs and
judgments which may issue from any lawsuit arising from such claims and losses, and shall
pay all costs expended by the City in the defense of such claims and losses, including
appeals.
R. TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful consultant, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful
consultant of such termination which shall become effective upon receipt by the successful
consultant of the written termination notice.
In that event, the City shall compensate the successful consultant in accordance with the
Agreement for all services performed by the consultant prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful consultant shall not be relieved of liability to the
City for damages sustained by the City by virtue of any breach of the Agreement by the
consultant, and the City may reasonably withhold payments to the successful consultant for
the purposes of set off until such time as the exact amount of damages due the City from
the successful consultant is determined.
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
17 of 36
S. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful consultant of such termination,
which shall become effective thirty (30) days following receipt by consultant of such notice.
In that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. If the Agreement is terminated by the City as provided in this section,
the City shalt compensate the successful consultant in accordance with the Agreement for
all services actually performed by the successful consultant and reasonable direct costs of
successful consultant for assembling and delivering to City all documents. No
compensation shall be due to the successful consultant for any profits that the successful
consultant expected to earn on the balanced of the Agreement. Such payments shall be the
total extent of the City's liability to the successful consultant upon a termination as provided
for in this section.
T. INSURANCE
Successful Consultant shall obtain, provide and maintain during the term of the Agreement
the following types and amounts of insurance as indicated on the Insurance Checklist which
shall be maintained with insurers licensed to sell insurance in the State of Florida and have
a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Name the City of
Miami Beach as an additional insured on all liability policies required by this contract. When
naming the City of Miami Beach as an additional insured onto your policies, the insurance
companies hereby agree and will endorse the policies to state that the City will not be liable
for the payment of any premiums or assessments.
Any exceptions to these requirements must be approved by the City's Risk Management
Department.
FAILURE TO PROCURE INSURANCE:
Successful consultant's failure to procure or maintain required insurance program shall
constitute a material breach of Agreement under which City may immediately terminate the
proposed Agreement.
U. CONE OF SILENCE
Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby
advised that the Cone of Silence requirements listed herein shall apply.
V. DEBARMENT ORDINANCE
Proposers are hereby advised that this RFQ is further subject to City of Miami Beach
Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to
review the City's Debarment Ordinance. Debarment may constitute grounds for termination
of the contract, as well as, disqualification from consideration on any City of Miami Beach
RFP, RFQ, RFLI, or bid.
X. CODE OF BUSINESS ETHICS
Pursuant to Resolution No.2000 23879 each person or entity that seeks to do business with
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
18 of 36
the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the
Procurement Division with your bid/response or within five days upon receipt of request.
The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with
all applicable governmental rules and regulations including, among others, the conflict of
interest, lobbying and ethics provision of the City Code.
Y. AMERICAN WITH DISABILITIES ACT
Call 305-673-7490/VOICE to request material in accessible format; sign language
interpreters (five days in advance when possible), or information on access for persons with
disabilities. For more information on ADA compliance please call Heidi Johnson Wright,
Public Works Department, at 305-673-7080.
Z. ACCEPTANCE OF GIFTS, FAVORS, SERVICES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration of this proposal.
Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any
gift, favor or service that might reasonably tend improperly to influence him/her in the
discharge of his/her official duties.
March 12, 2006 RFP No: 29-05106
City of Miami Beach 19 of 36
INSURANCE CHECK LIST
XXX 1. Workers' Compensation and Employer's Liability per the statutory limits of the state of
Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $1,000.000.00 per
occurrence for bodily injury property damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
XXX3.Automobile Liability - $1,000,000 each occurrence -owned/non-owned/hired automobiles
included.
4.Excess Liability - $ . 00 per occurrence to follow the primary coverage.
XXX 5. The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6. Other Insurance as indicated:
_ Builders Risk completed value $ . 00
_ Liquor Liability $ . 00
_ Fire Legal Liability $ . 00
_ Protection and Indemnity $ . 00
Employee Dishonesty Bond $ . 00
XXX Professional Liability $1,000,000 .00
XXX 7.Thirty (30) days written cancellation notice required.
XXX 8.Best's guide rating B+: VI or better, latest edition.
XXX 9.The certificate must state the Quote number and title
VENDOR AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after Proposal opening.
Vendor
March 12, 2006
City of Miami Beach
Signature of Vendor
RFP No: 29-05/06
20 of 36
SECTION VII -DOCUMENTS TO BE COMPLETED
AND RETURNED TO CITY
March 12, 2006 RFP No: 29-05106
City of Miami Beach
21 of 36
REQUEST FOR PROPOSALS NO. 29-Q5/06
ACKNOWLEDGMENT OF ADDENDA
Directions: Complete Part I or Part II, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection with .this RFP:29-
05/06
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
Addendum No. 5, Dated
Part II: No addendum was received in connection with this RFP.
Verified with Procurement staff
Name of staff
(Contractor -Name)
(Signature)
Date
(Date)
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
22 of 36
DECLARATION
TO: City of Miami Beach
City Hall
1700 Convention Center Drive
Procurement Division
Miami Beach, Florida 33139
Submitted this day of , 2006.
The undersigned, as consultant, declares that the only persons interested in this proposal are named herein;
that no other person has any interest in this responses or in the Contract to which this response pertains;
that this response is made without connection or arrangement with any other person; and that this response
is in every respect fair and made in good faith, without collusion or fraud.
The consultant agrees if this response is accepted, to execute an appropriate City of Miami Beach
document for the purpose of establishing a formal contractual relationship between the consultant and
the City of Miami Beach, Florida, for the performance of all requirements to which the response pertains.
The consultant states that the response is based upon the documents identified by the following number:
RFP No.29-05/06
SIGNATURE
PRINTED NAME
TITLE (IF CORPORATION)
March 12, 2006 RFP No: 29-05/06
City of Miami Beach
23 of 36
SWORN STATEMENT UNDER SECT{ON
287.133(3)(a), FLORIDA STATUTES, ON PUBLIC
ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
[Print name of public entity]
By
[Print individual's name and title]
For
[Print name of entity submitting sworn statement]
Whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement:
(If the
4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(8), Florida
Statutes, means a violation of any state or federal law by a person with respect to and directly
related to the transaction of business with any business with any public entity or with an agency or
political subdivision of any other state or of the United States, including, but not limited to, any bid or
contract for goods or services to be provided to any public entity or an agency or political
subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida
Statutes. means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a
plea of guilty or nolo contendere.
6. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means:
1) A predecessor or successor of a person convicted of a public entity crime; or
2) An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime. The term "affiliate" includes those
officers, directors, executives, partners, shareholders, employees, members, and agents who
are active in the management of an affiliate. The ownership by one person of shares
constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for fair market value under an arm's length agreement, shall be a
prima facie case that one person controls another person. A person who knowingly enters
into a joint venture with a person who has been convicted of a public entity crime in Florida
during the preceding 36 months shall be considered an affiliate.
March 12, 2006 RFP No: 29-OS/O6
City of Miami Beach
24 of 36
5) I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any
natural person or entity organized under the laws of any state or of the United States with the
legal power to enter into a binding contract and which bids or applies to bid on contracts for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term "person" includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
6) Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. [Indicate which statement applies.]
Neither the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members or agents who are active in
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate of the entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989. However, there has been a
subsequent proceeding before a Hearing Officer of the State of Florida, Division of
Administrative Hearings and the Final Order entered by the hearing Officer determined
that it was not in the public interest to place the entity submitting this sworn statement on
the convicted vendor list. [Attach a copy of the final order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY
ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED. 1 ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT
PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE
IN THE INFORMATION CONTAINED IN THIS FORM
[Signature]
Sworn to and subscribed before me this
day of , 2006
Personally known
OR Produced identification Notary Public -State of
My commission expires
(Type of Identification)
(Printed typed or stamped Commissioned name of Notary Public)
March 12, 2006 RFP No: 29-05/06
City of Miami Beach 25 of 36
QUESTIONNAIRE
Consultant's Name:
Principal Office Address:
Official Representative:
Individual
Partnership (Circle One)
Corporation
If a Corporation, answer this:
When Incorporated:
In what State:
If a Foreign Corporation:
Date of Registration with
Florida Secretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Vice-President's Name:
Treasurer's Name:
Members of Board of Directors
March 12, 2006 RFP No: 29-OS/O6
City of Miami Beach
26 of 36
Questionnaire (continued)
If a Partnership:
Date of organization:
General or Limited Partnership*:
Name and Address of Each Partner:
NAME
ADDRESS
* Designate general partners in a Limited Partnership
I. Number of years of relevant experience in operating A/E business:
2. Have any agreements held by Consultant for a project ever been canceled?
Yes() No()
If yes, give details on a separate sheet.
3. Has the Consultant or any principals of the applicant organization failed to qualify as
a responsible Bidder, refused to enter into a contract after an award has been made,
failed to complete a contract during the past five (5) years, or been declared to be in
default in any contract in the last 5 years?
If yes, please explain:
March 12, 2006 RFP No: 29-05/06
City of Miami Beach 27 of 36
Questionnaire (continued)
4. Has the Consultant or any of its .principals ever been declared bankrupt or reorganized
under Chapter 11 or put into receivership? Yes () No ( )
If yes, give date, court jurisdiction, action taken, and any other explanation deemed
necessary on a separate sheet.
5. Person or persons interested in this bid and Qualification Form have ( )have not ( )
been convicted by a Federal, State, County, or Municipal Court of any violation of law,
other than traffic violations. To include stockholders over ten percent (10°/a). (Strike out
inappropriate words)
Explain any convictions:
6. Lawsuits (any) pending or completed involving the corporation, partnership or
individuals with more than ten percent (10%) interest:
A. List all pending lawsuits:
B. List all judgments from lawsuits in the last five (5) years:
C. List any criminal violations and/or convictions of the Consultant and/or any of its
principals:
7. Conflicts of Interest. The following relationships are the only potential, actual, or
perceived conflicts of interest in connection with this proposal: (If none, state same.)
March 12, 2006 RFP No: 29-05106
City of Miami Beach 28 of 36
Questionnaire (continued)
8. Public Disclosure. In order to determine whether the members of the Evaluation
Committee for this Request for Proposals have any association or relationships which
would constitute a conflict of interest, either actual or perceived, with any Consultant
and/or individuals and entities comprising or representing such Consultant, and in an
attempt to ensure full and complete disclosure regarding this contract, all Consultants
are required to disclose all persons and entities who may be involved with this
Proposal. This list shall include public relation firms, lawyers and lobbyists. The
Procurement Division shall be notified in writing if any person or entity is added to this
list after receipt of proposals.
March 12, 2006 RFP No: 29-05/06
City of Miami Beach 29 of 36
Questionnaire (continued)
The Consultant understands that information contained in this Questionnaire will be relied
upon by the City in awarding the proposed Agreement and such information is warranted by
the Consultant to be true. The undersigned Consultant agrees to furnish such additional
information, prior to acceptance of any proposal relating to the qualifications of the Consultant,
as may be required by the City Manager. The Consultant further understands that the
information contained in this questionnaire may be confirmed through a background
investigation conducted by the Miami Beach Police Department. By submitting this
questionnaire the Consultant agrees to cooperate with this investigation, including but not
necessarily limited to fingerprinting and providing information for credit check.
WITNESS:
Signature
Print Name
WITNESS:
Signature
Print Name
WITNESS:
Signature
Print Name
(CORPORATE SEAL)
March 12, 2006
City of Miami Beach
IF INDIVIDUAL:
Signature
Print Name
IF PARTNERSHIP:
Print Name of Firm
Address
By:
General Partner
Print Name
IF CORPORATION:
Print Name of Corporation
Address
By:
President
Attest:
RFP No: 29-05106
30 of 36
SECTION VII -BEST PERFORMANCE PROCUREMENT INFORMATION
DOCUMENTS TO BE COMPLETED BY CUSTOMERS OF THE RESPONDENT
March 12, 2006 RFP No: 29-05/06
Cily of Miami Beach
31 of 36
m MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachN.gov
PROCUREMENT DIVISION
Tel: 305.673.7490 ,Fax: 305.673.7851
May 12, 2006
To:
Phone:
Fax:
E-mail:
Subject: Performance Evaluation of
Number of pages including cover: 2
To Whom It May Concern:
The City of Miami Beach has implemented a process that collects past performance
information on various contractors that perform removal and disposal of derelict vessels. The
information will be used to assist City of Miami Beach in the procurement of various graffiti
removal projects.
The company listed in the subject line has chosen to participate in this program. They have
listed you as a past client that they have done work for. Both the company and City of Miami
Beach would greatly appreciate you taking a few minutes out of your busy day to complete the
accompanying questionnaire.
Please review all items in the following attachment and answer the questions to the best of
your knowledge. If you cannot answer a particular question, please leave it blank. Please
return this questionnaire to Maria Estevez by Wednesday, June 29, 2006 by fax:
305.673.7851; or a-mail mestevezCa~miamibeachfl.gov
Thank you for your time and effort.
Gus Lopez, CPPO
Procurement Director
March 12, 2006 RFP No: 29-05/06
City of Miami Beach 32 of 36
m MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305.673.7490 ,Fax: 305.673.7851
Contractor Name:
Point of Contact:
Phone and a-mail:
PERFORMANCE EVALUATION SURVEY
Please evaluate the- performance of the contractor (]0 means you are very satisfied and have no questions
about hiring them again, 5 is if you don't know and 1 is if you would never hire them again because of very poor
performance).
NO CRITERIA UNIT
1 Ability to manage the project cost (minimize change orders) (1-10)
2 Ability to maintain project schedule (complete on-time or early) (1-10)
3 Quality of workmanship (1-10)
4 Professionalism and ability to manage (includes responses and (1-10)
rom t a meats to su Tiers and subcontractors
Close out process (no punch list upon turnover, warranties,
5 as-built, operating manuals, tax clearance, etc, submitted (1-10)
rom tl
6 Communication, explanation of risk, and documentation (1-10)
construction interface com leted on time
Ability to follow the users rules, regulations, and requirements
7 (housekeeping, safely, etc...) (1-10)
Overall customer satisfaction and hiring again based on
8 performance (comfort level in hiring contractor again) (1-10)
Overall Comments:
Agency or Contact Reference Business Name:
Contact Name:
Contact Phone and a-mail:
Date of Services:
Dollar Amount for Services:
PLEASE FAX THIS QUESTIONAIRE TO MARIA ESTEVEZ AT 305.673.7851
March 12, 2006 RFP No' 29-05/06
City of Miami Beach 33 of 36
EXHIBIT A
RFP-29-0~-46 DIS.=~-STEK RECOVERY SERVICES
All prices noted in this attachment are considered baseline estimate. Actual prices that will be change
will be justified at the time a work authorization in approved. All cost must be based upon reasonable
expenses for labor, equipment, material, and overhead/profit. Under no circumstances will costs that
exceed reimbursable limits acceptable to the Federal Emergency Management Agency (FEMA) be
proposed or approved in a work authorization.
Emergency Road Clearance
The contractor shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or
leaning trees from primary roads as identified and directed by the City of Miami Beach. The debris
shall be stacked on the right-of--way to allow passage of vehicles along the primary transportation
routes. Compensation shall be as per attached hourly rate schedule.
Hourly Equipment Schedule
With Operators for Emergency Road Clearance, Leaning Trees, Hanging Limbs, and Debris Removal from Private Property (ROE)
E ui ment Hourl Rate
210 Prentice Loader
Self Loadin Prentice Truck - 25 to 40 and dum bod
Wheel Loader, John Deere 544 ore uivalent - 2/12 to 3 and bucket
Tandem bum Truck - 16 to 20 ards
Mini Loader Bobcat ore uivalent
D6 Dozer ore uivalent
Excavator, Cat 325 ore uivalent w/ debris loadin ra le
Wheel Loader, John Deere 644 ore uivalent - 3 to 5 and bucket
Chainsaw O erator with ear
Su ervisor with ick-u truck
Safe Mana er with ick-u
Mechanic's Truck with tools
Fla men for Traffic Control
Trash Transfer Trailers- 110 and with Tractor
Bucket Truck - 50 cubic and bed
E ui ment Trans orts
Clerical
Laborers
Mobilization and Demobilization
March 12, 2006 RFP No: 29-05/06
City of Miami Beach 34 of 36
Debris Removai from Public Right-of-Way
As directed by City of Miami Beach, the contractor shall load haul all eligible debris to a City
designated Temporary Debris Storage and Reduction Site (TDSRS) or other disposal destination.
Compensation shall be provided per cubic yards.
Milea a Cost er Cubic Yard
0 to 15 miles
16 to 30 miles
Debris Separation/Reduction and TDSRS Management
The contractor shall operate and manage the TDSRS to accept and process all event debris. The
contractor shall perform any site preparation, to include but not be limited to: (1) building and/or
maintaining roads; (2) construction of a roofed inspection tower sufficient for a minimum of three
inspectors; (3) any environmental requirements necessary to include wind control fencing, silt fencing,
hazardous materials containment area, and/or water regulations. Processing may include, but is not
limited to, reduction by tub grinding, incineration when approved, or other alternate methods of
reduction such as compaction. Prior to reduction all debris will be segregated between vegetative
debris, C&D, recyclable debris, white goods, and hazardous waste. Upon the closure of the TDSRS
the site will be restored to its Pre-Use Condition. Compensation shall be provided per cubic yards.
Operation of TDSRS Cast per Cubic Yard
Hazardous Stumps
The contractor shall remove hazardous stumps as identified and directed by City of Miami Beach.
Stump removal shall include backfilling the void with appropriate fill material and hauling the stump to
the TDSRS.
Stum s Dimensions Cost
Stum s u to 6 inches in diameter
Stum s reater than 12 inches, less than 24 inches in diameter
Stum s reater than 24 inches, less than 48 inches in diameter
Stum s e ual to or reater than 48 inches in diameter
Sand Screening
As directed by the City of Miami Beach, the contractor shall screen sand to remove all eligible debris
deposited by the event. This process includes the collection of debris laden sand, transporting the
sand to the processing screen located on the beach, processing the debris laden sand through the
screen and returning the sand to the approximate original location. Debris removed from the sand will
be colleted, hauled, and processed as ROW debris. Compensation shall be provided per cubic yards.
Sand Screenin Cost er Cubic Yard
March 12, 2006 RFP No: 29-OS/O6
City of Miami Beach
35 of 36
Final Disposal
The contractor shall load and transport processed debris to from the TDSRS to a final disposal site as
directed by City of Miami Beach. Compensation shall be provided per cubic yards.
Final Dis osition Mitea a Cost er Cubic Yard
0 to 15 miles
15 to 30 miles
Technical Assistance
The contractor shall provide disaster recovery technical assistance to elected and appointed officials of
City of Miami Beach. This service shall include documentation and management for the public
assistance program, planning, training, and exercise development.
Service provided at no additional charge.
Permits and Licensing
The contractor shall obtain, with the assistance of City of Miami Beach, permits and licenses of a
temporary nature necessary for the execution of the scope of services.
Service provided at no additional charge.
Quality Assurance and Supervision
The contractor shall provide sufficient supervision and programmatic controls to ensure compliance
with procedural and regulatory standards established by FEMA, State of Florida, and City of Miami
Beach.
Service provided at no additional charge.
March 12, 2006 RFP No: 29-OS/O6
City of Miami Beach 36 of 36