| | | | | | | |  | CITY OF ORLANDO AGENDA ITEM
|
|
| | | | | | | |
Items Types: Business and Financial Services
| For Meeting of: 9/15/2016
| District:ALL | On file (City Clerk):Yes |
|
| | | | | | | | Subject: | Advisory Committee Ranking and Authorization for the Chief Procurement Officer to Execute Contracts for Debris Management and Removal Services, RFP16-0175. | Summary: | A Request for Proposal (RFP) was issued on July 11, 2016 to select a qualified firm to provide RFP16-0175 Debris Management and Removal Services. Four (4) responsive proposals were received and reviewed by an Advisory Committee comprised of the following individuals:
Mike Carroll, SW Division Manager, Public Works-Solid Waste (Chairperson) |
Jesus Roman, Accountant III, Business & Financial Services |
Jonathan Ford, Fleet Superintendent, BFS-Fleet & Facilities |
Frank Nunez, Lieutenant, Police Department |
Howard Elkin, Asst. Division Manager, Public Works - Streets |
Based on the information presented in the proposals and the evaluation criteria set forth in the RFP, the firms were ranked by the Advisory Committee in the following order:
Ranking
|
Firm
|
Location
|
1
|
AshBritt, Inc.
|
Deerfield Beach, FL
|
2*
|
Crowdergulf Joint Venture, Inc.
|
Theodore, AL
|
3*
|
DRC Emergency Service, LLC
|
Galveston, TX
|
4
|
Phillips and Jordan, Incorporated
|
Knoxville, TN
|
*Tie Ranking
The initial contract term is approximately three (3) years with an option to renew for two (2) additional twelve (12) months terms. The estimated annual expenditure is $3,000,000.00.
The City of Orlando anticipates receiving FEMA reimbursements when this contract is utilized which requires adhering to Federal 2 CFR 200.321. Contractor must take all necessary affirmative steps to assure that minority businesses, women business enterprises, and labor surplus area firms are used when possible. Each respondent presented a plan. | Fiscal and Efficiency Data: | | Recommended Action: | Approval of the ranking established by the Advisory Committee and approval and authorization for the Chief Procurement Officer to negotiate and execute contracts and subsequent renewals as follows: AshBritt, Inc. (Primary) and Secondary Contractors: Crowdergulf Joint Venture, Inc., DRC Emergency Service, LLC, Phillips and Jordan, Incorporated. The final negotiated contracts will be subject to review and approval by the City Attorney’s Office. | Contact: | David Billingsley |
|
ATTACHMENTS: | File Name | Description | Type | FIS_RFP16-0175_Debris_Management.docx | FIS RFP16-0175 | Fiscal Impact Statement | 1st_Committee_Meeting_approved___signed_Complete_Package.pdf | 1st Committee Meeting RFP14-0175 | Backup Material | 2nd_Advisory_Meeting_Minutes__RFP16-0175.pdf | 2nd Committee Meeting RFP16-0175 | Backup Material | 3rd_Committee_Meeting.pdf | 3rd Committee Meeting RFP16-0175 | Backup Material |
|
| | | | | | | |
 "Enhance the quality of life in the City by delivering public services in a knowledgeable, responsive and financially responsible manner." |
|
|