Skip to main content
City of Coral Gables

File #: 09-0161    Version: 1 Name: Debris Management
Type: Resolution Status: Adopted
File created: 3/4/2009 In control: City Commission
On agenda: 3/10/2009 Final action: 3/10/2009
Enactment date: 3/10/2009 Enactment #: 2009-61
Title: Resolution of the City of Coral Gables authorizing the City Manager to execute a contract with Ashbritt Environmental and Ceres Environmental as prime contractors and JB Coxwell Disaster Recovery Services as the backup contractor for the Debris Management Services project. Said contract shall be for a period of three (3) years with the option to renew for two (2) three (3) year periods. (Funded by the Hurricane Fund).
Attachments: 1. Signed Resolution 2009-61.pdf, 2. 2008 06 19A Debris Management Services Draft Agenda Cover Sheet (3) (2).pdf, 3. 2008 06 19A Debris Management Services Draft Reso (2) (3) (4) (2).pdf, 4. R-2008-97 2008-97.pdf, 5. Comparison Sheet - all vendors.pdf
Title
Resolution of the City of Coral Gables authorizing the City Manager to execute a contract with Ashbritt Environmental and Ceres Environmental as prime contractors and JB Coxwell Disaster Recovery Services as the backup contractor for the Debris Management Services project. Said contract shall be for a period of three (3) years with the option to renew for two (2) three (3) year periods. (Funded by the Hurricane Fund).

Brief History
On May 16, 2008, the Procurement Division of Finance formally advertised, issued and distributed the Debris Management Service Request for Proposal (RFP) No. 2008.05.05 to forty one (41) potential proposers. The non-mandatory pre-proposal meeting was held on May 22, 2008.

On June 12, 2008, ten (10) responses were received; Bergeron Emergency Services, Ceres Environmental Services, Inc, AshBritt, Inc, Phillips & Jordan, Inc, JB Coxwell Disaster Recovery Services, ATL Disaster Recovery, Storm Reconstruction Services (SRS), Inc, DRC Emergency Services, LLC, Crowder Disaster Recovery and D&J Enterprises, Inc. submitted responsive proposals. ATL Disaster Recovery was considered non responsive because it did not provide a 5% Bid Bond as requested on the RFP.

On June 18, 2008 the Selection Committee completed their evaluation based on Qualifications/Experience, Operational Plan for the City, Resources/Availability, Past Performance and Pricing. The following summarizes their ranking and recommendation:

Rank by Committee Proposer Points
|99| AshBritt, Inc. 96
|99| Ceres Environmental 89
|99| JB Coxwell Disaster Recovery 86
|99| DRC Emergency Services 80
4 D&J Enterprises 80
5 Crowder Disaster 77
6 SRS, Inc. ...

Click here for full text