Loading...
HomeMy WebLinkAboutR-93-0247A RESOLUTION APPROVING THE CHIEF PROCUREMENT OFFICER'S DECISION TO REJECT THE PROTEST OF MIAMI WASTE PARTNERS, IN CONNECTION WITH REQUEST FOR PROPOSALS (RFP) 91-92-102, WHICH SOLICITED FOR A FIRM TO DESIGN, CONSTRUCT, ACCEPTANCE TEST, FINANCE, OWN/OPERATE A SOLID WASTE PROCESSING FACILITY, AS IT HAS BEEN DETERMINED TO BE WITHOUT MERIT. WHEREAS, on August 11, 1992, the City of Miami solicited proposals through Request for Proposals (RFP) 91--92-102, to select a firm with the capabilities to design, construct, acceptance test, finance, own/operate a solid waste processing facility; and WHEREAS, the City of Miami received seven responses to this solicitation on February 3, 1993; and WHEREAS, the proposals were reviewed by the Evaluation Committee for the project, pursuant to the requirements of the City Code; and WHEREAS, said Committee determined that Miami Waste Partners proposal was non -responsive because it did not meet the mandatory proposal requirements outlined in the RFP's specifications; and WHEREAS, on February 23, 1993, Miami Waste Partners protested this determination; and WHEREAS, the Chief Procurement Officers pursuant to Section 1&-56.1 of the City Code. in her role as arbiter, CITY COl�Q�� MEETING OF. APR 15 l�93 93'- 20 { y investigated the matter and determined that Miami Waste Partners' protest was without merit and has rejeoted the protest; and WHEREAS* the City Manager and the City Attorney oonOur with and approve the finding of the Chief Proourement Officer and reoommend rejeotion of the protest filed by Miami Waste Partners; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Seotion I. The reoitals and findings contained in the Preamble to this Resolution are hereby adopted by ref erenoe thereto and inoorporated herein as if fully set forth in this Seotion. Seotion 2. The Chief Proourement OffioerIs deoision to rejeot the protest of Miami Waste Partners, in oonneotion with RFP 92-92-012, whioh solioited for a firm to design, oonstruot, aooeptanoe test, finance, own/operate a solid waste prooessing facility is hereby approved. Seotion 3. This Resolution shell beoome immediately upon its adoption. PASSED AND ADOPTED this _1Rth.. day Of A S 01 NATTY HIRAI CITY CLERK -2- XAVIER.L. f� *'z;k 3� da M' i } X IV- s, v}i� 11 PREPARED AND AP P V 8Y RBRTO NBRNANDEZ ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: (!/ . � .;,"/ An"', ,,- -/, 4j 0, A. QuImf JoNS , I I CITY ATTORNS BSS:M3609 M�6M r y r � � S 9 _ 3 h St't BY : PROCLIMT A.NAGD EN-r . 4 - 7- 93 : 3 : 33PN CITY OF M I A141 - Diu t>~ i 1 a t • � a CITY OP MIAMI, FLORIDA 20 INTER-OFFICE MEMORANDUM to Honorable mayor and Members of the City Commission Cesa . H. Odic City Manager • vivl \ M ' f � GATE . APR - i W3 VILE: Resolution of Protest in Connection with APP 91-92-102 for a Solid REFERENCES: Waste Processing Facility It is respectfully reco>timnended that the City Commission adopt the attached resolution approving the Chief Procurement Officer's decision to reject Miami Waste Partners' protest, in connection with AFP 91-92-102, to select a firm with the capabilities to design, construct, acceptance test, finance, own/operate a solid waste processing facility. On August 11, 1992, the City'Is General Services/Solid Waste Department solicited proposals for the provision of the above noted services in response to RFP 91-92-102. On February 3, 1993, seven (7) proposers responded to the City's solicitation for these services. A certification committee convened to review the proposals as to the RFP's Specifications and other requirements, prior to the evaluation process. Miami Waste partners' proposal did not meat the requirements stipulated in Section 2 of the RFP Specification, relative to financial information on the proposer, and the proposer's reference facility. Miami Waste Partners' proposal was therelore.dsemed non-reuponsive. On February 22, 1993s, the firm was notified of the certification committee Is determination. By letter received on February 23, 1993, Miami Waste Partners filed a protest. Pursuant to Section le-56.1 of the City Coda, the Chief Procurement Officer investigated the matter and determined that the protest lacked merit, as detailed in the attached letter. itttachmentsI Proposed Resolution Copy of Protest Letter CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM - TO Cesar H. Odio, City Manager A. Quinn Jones, City Attorney FROM Judy S. Chief P GSA/SW DATE : March 18 , 1993 FILE : SUBJECT : Protest on RFP 91-11-102 for a Solid Waste Processing Facility ss stant Director7FERENCES : t Off icer ENCLOSURES: t I hereby request your approval of my rejection of the protest by Miami Waste Partners in connection with the above noted RFP, to select a firm with capabilities to design, construct, acceptance, finance, own/operate a solid waste processing facility. The basis for my decision, as set forth in the attached letter, is the fact that Miami Waste Partners' protest has no merit. APPROVEDs ! — Cesar H. Odio, City Manager APPROVED: 1 12 (�t#la of tami 0 RON E. t ;HAMS +, ;--r�ru,trator March 31, 1993 Mr. Theodore C. McGill Miami Waste Partners c/o 6215 E. Sligh Avenue Tampa, FL 33617 Dear Mr. McGill: C1ERTIFIED MAIL Re: RFP 91-92-102 for Solid Waste Processing Facility CESAR H. ODIC) City Manager As Chief Procurement Officer of the City of Miami, I received your protest of February 23, 1993, reviewed pertinent documents, talked with employees, researched the issues and met with you and Mr. Maslowski on March 18, 1993, pursuant to my duties under Section 15-56,1, City of Miami Code, Resolution of Protest Solicitations and Award. The following is submitted in response to your letter. Section 2 of the Specifications for the above noted RFP, PROPOSAL SUBMISSION REOU1HfXZNTS stated that, "The following information is required from an interested Proposer in response to this RFP. The Proposer must respond to items 2.1 through 2.5 in the format outlined herein." The subsections also listed the necessary components that the expected proposals had to contains 2.1(a) General Management 2.1(b) Marketing 2.2 Financial Qualification 2.3 Municipal Solid Waste Experience 2.4 Reference Plant Technical Data The information requested was sought for each Proposer submitting a proposal in response to the RFP. The February 3, 1993.1etter contained in your proposal introduced Standard.Power Company as acting on behalf of the proposer, Miami Waste Partners, a joint venture corporation to be formed. The General Information section of your proposal identified Standard Power Company and CDC Environmental Corporation as the proposed joint venture partners for this project. Furthermore,, when recognizing other team members, a diagram of',,the proposed corporate structure was included as Appendix A,' . Thia ° appa�nd x showed Miami Waste. Partners as the primecontractor and K M Mr. Theodore McGill Miami Waste Partners Page 2 delineated the Hardaway Company (Hardaway) as one of the subcontractors on the team, to build, operate and maintain the proposed facility. At no time was Hardaway named as a proposer, or one of the proposers, or joint venture partners. _ Subsection 2.2, Financial Qualification, of the Specifications stipulated that "the Proposer must submit all required financial information to qualify for consideration in the RFP process." No financial data was provided for Miami Waste Partners, as proposer, the entity with whom the City would be contracting. Nor was the data submitted for either of the joint venture partners mentioned: Standard Power Company or CDC Environmental Corporation. This information was provided only for Hardaway, one of the subcontractors. Hence, Miami Waste Partners was non- responsive to this requirement. In addition, the Reference Plant Technical Data in Subsection 2.4 of the Specifications required that "the Proposer must submit data on at least one currently operating plant as a reference (the Reference Plant) with which the Proposer is able to evidence its capabilities and direct experience in processing mixed municipal solid waste, yard waste, and/or wastewater sludge or a combination of these wastes." Said Subsection required that the Proposer provide information itemized in a) through r) to meet this Specification requirement. Miami Waste Partners failed to provide this information in the proposal submitted. The cited subsections are an integral part of any proposal to be submitted and should have been provided, as explicitly stated throughout the RFP Specifications, in order for the proposal to be considered responsive. Based upon the foregoing, I am rejecting your protest. The City Manager and City Attorney have approved my decision. The matter has been scheduled on the City Connmission agenda for Thursday, April 15, 1993, beginning at 9:00 a.m. The meeting will be in the City Commission Chambers, City Hall, 3500 Pan American Drive, Miami, Florida. rely, f \Pr-aFurlm6nt_A'ffi'ftar/Assistant Director cc:' -*on E. Williams, Assistant City Manager Carmen L. Leon, Assistant City Attorney -;�. Humbprto Hernandez, Assistant City Attorney #.. Attachments 93- 247 lob MIAMI 'BASTE PARTNERS 6 215 E , SL I Gli AVENUE TAMPA, FLORIDA 33617 Reference: Request for Proposal (RFP) Solid Waste Processing Facility City of Miami, Florida RFP No. 91-92-102 GENERAL INFORMATIQ14 1. Standard Power C mQ_aany of Tampa, Florida and Columbus, Georgia and CDC Environment Al Coroorat,ion of Clearwater, Florida propose a joint venture to provide a "Solid Waste Processing Facility" for the City of Miami, Florida. The joint venture will be a new Florida corp- oration tentatively called Miami -Waste Partners The contact for the joint venture will be: Mr. Ted McGill Miami Waste Partners 6215 E. Sligh Avenue Tampa, Florida 33617 Phone: 813/621-7771 FAX: 813/621-2543 If selected, Miami Waste Partners will be incorporated,; at which time the City of Miami will enter into a con- tract with Miami Waste Partners and release Standard Power Company of all liability, if any. 2. The other members of the team participating in this pro- posal are as follows; a diagram of the "Proposed Corpor- ate Structure" is included herewith as Appendix "A": I. a. Gulf _Salts and Engineering Cora, of.,,-ClearwaterI Florida is an affiliate of CDC Environmental Corp._, and will do the fabrication/procurement of the process equipment. b. A Professional Architectural/Engineering Firm in, Miami, Florida will do .the permitting and the balance -of -plant design. c. Thg Hal„dg„wav Comoanv of Tampa,.Florida and Columbus, Georgia will construct the facility; and will do the long term operation and maintenance. 99- 247 � { a �` d 3. The team members responsible for specific efforts are as ! - follows: a: Miami Waste Partners will provide the Pro.iect_Manaae-- = merit. All key positions in the management of the project will be filled with full time, experienced personnel under contract from The Hardaway Company; _ Gulf Sales and Engineering Corp.; and/or our A/E — firm. Each management person will be selected for d - their particular expertise for the position required. } b. Miami Waste Partners will provide the Financial Guarantees for the project. These guarantees will - - be in one or more of the following forms: 1. Performance and Payment Bonds by a Bonding Company satisfactory to the City. 2. insurance Policies by an Insurance Company satis- factory to the City. _ c. A Professional Architectural/Engineering Firm in - Miami, Florida will do the Environmental Permitting. d. Gulf Sales and Engineering Corp. with CDC Environ- mental Corp. will do the process Design. The A/E will incorporate the process into the facility, and will do the balance -of -plant design. e. The Hardaway Company will do the Construction, and the long term Operations. -- 4. Appendices attached hereto will provide a History and Representative Projects for: a. The Hardaway Company b. Gulf Sales and Engineering Corp. c. CDC Environmental Corp. 5. CDC Environmental Corp. has committed their Technology — and Patents necessary for this project will be made - available. i= 6. The Coryoratt Structure for this project is described _ --- herein elsewhere, and -is shown in diagram form in Appendix "A". The officers and Management for Miami _ Waste Partners will be located on -site or.in Tampa, and they will have the authority to execute all Contracts = and Documents related to this project. -- 93- 247. }_ t Cl z- Y a 1 t ;. ¢ . MIAMI WASTE PARTNERS 6215 E. SLtGH AVENUE TAMPA, FLORIDA 33617 February 3, 1993 The City of Miami 3500 Pan American Drive Miami, Florida 33133 Re: Request for Proposal (REP) Solid Waste Processing Facility City of Miami. Florida REP No. 91-92-102 Gentlemen: Standard Power Company, acting for Miami Waste Partners (a corporation to be formed) herewith submits its Qualifications to design, construct, acceptance test, finance, own/operate a "Solid Waste Processing Facility" (the "Facility") for the City of Miami. The other members of our project team who will participate with us in this Proposal to the City are identi- fied in the attached data. We represent to the City that we have the technical exper- ience and/or hold the patent rights, licenses or franchises; or have made the requisite contractual arrangements for the technology and/or equipment we plan to use. This proposal provides significant benefits to the City of Miami: First, it is a cost effective and environmentally safe alternative to landfill or incineration. Second, the proposed system will meet all Local, Federal, and State requirements for recycling of trash. Third, it creates jobs for the local market, the majority at the unskilled level. -Finally, it can provide the City of Miami with a revenue source. We look forward to your evaluation of this proposal and the opportunity to work with the City of Miami. very truly yours* Standard Power Company for e M I AM I *HASTE PARTNERS (a corporation to be formed) Theodore C. McGill Vice President 4 TCM/bmm z cc: File TM165 y r� t PROPOSED CORPORATE STRUCTURE IQ PROYIb A 661.#D iIASTE tRi E59ING FACILITY• FOR !HE CITY CWMIA!!I. FLORIDA February 3, 1993 Standard Power Company 6215 E. Sligh Ave. Tampa, Florida 33617 613-621-7771 CDC Environmental Corp. 4625 E. Bay Drive Clearwater, Florida 34624 813-530-3550 --(equity ownership) -- (Prime Csntractor Miami Mate Partners -Project - (Corp. to be formed) Management 6215 E. Sligh Ave. = Tampa, Florida 33617 -Financial 813-621-7771 Guarantor --(by contract) Technology J,Proce•s D-egian Gulf Sal" i Engineering -Technology 4625 E. Say Drive Clearwater. Florida 34624 -Process = 813-539-3550 Design _ a 9i; nc r-lillitDamian tf ' -Environmental Professional Architectural Permitting Engineerig Firm Located In Miami, Florida -B-O-P Design Congtructiop g8l 11oonnoo Ik InIntgnangg LIP. ; The Hardavay Company -Construction y 0. Box 290817 Tampa, Florida 33687 -Operations" 813-623-5877 x" 93- 24 M I ANI 1ASTE PARTNERS 6 215 E . SL I GH AVEM TAUPA. FLORIDA 33617 February 23, 1993 Ms. Judy Carter City of Miami 1390 NW 20th Street Miami, Florida 33142 FAX: 305/575-5180 Re: Solid Waste Processing Facility RFP 91-92-102 Ladies.& Gentlemen: We object to you declaring Miami WALL partners' proposal for the above referenced project "non -responsive". The Hardaway Company supports this proposal; therefore, — financial information and experience for The Hardaway Company were submitted with the proposal. The following,points smite The Hardaway Company uniquely qualified for this project: 1. In business nearly one hundred (100) years. 2. A substantial presence in Florida for Twenty five ' �; - (23) years. s 3. Annual revenues in excess of $175,0009000.00. 4. Bonding capacity of $330,000.000.00. ' 5. A substantial current projects list. subs�itt.ed with `! the proposal which includes several` a' sto'treatment 7' facilities, and one (1) of the major Hurricane Andrew clean-up contracts. J 6. "Reference Plant Technical Data" can be'provided if - requested. 93- 24 ILL. L.J. �L .'y-^!.t►'1w— . _...i r— February 23, 1993 Ms. .1udy Carter City of Miami Page 2 of 2 Our proposal of SS6.00 per ton, and a return of 7S% of the revenue to the City, is very competitive. by our calculations our proposal saves the City neatly $13,000,000.00 over a `- twenty (20) year period. The citizens of the city of Miami �— should not be deprived of this obvious benefit. Please reconsider your position. Very truly yours, Standard Power Company for MIAMI WASTE PARTNERS (a corporation to be formed) i_ Theodore C. McGill, I {_ Vice President cc: M. Lampton R. De i J. Springer. File TMt69 E f 1 ; A- I K i 4011�1 0*11 KFP tiC!. 91.4-102: SPSCf1►ICliTIONs 1.5 Financial Proposals a. Service Fee Proposal - The Proposer will be evaluated on the proposed rate per ton for gross tipping fees. The final rates will be a major evaluation criterion and will be determined through negotiations. (N.B. no minimum tonnage is guaranteed by the City.) b. Revenue Sharing Proposal - The Proposer shall specify a minimum annual percentage of gross revenues generated from the sale of any and all recyclables annually, to be paid to the City. This shall be specified in the Proposer's financial Proposal. The Proposer will be evaluated on its perceptions of long range operational requirements with regard to anticipated population growth in the City and the accompanying ability for the Facility to meet such increases in throughout capacity. While this area of evaluation is based entirely on hypothetical projections, the City seeks to engage by contract a Proposer which can meet the needs of the City over the long term. In preparation of responses in these areas, proposers are encouraged to suggest several options for the City's consideration. 2.0 PROPOSAL SUMUSSION RBQUIRMUCNTS The following information is required from an interested Proposer in response to this RFP. The Proposer must respond to items 2.1 through 2.5 in the format outlined herein. 2.1(a) General Management Key contact person -provide the name, address, and telephone number of the Proposer and key contact person. Type of orgaflization--describe the type of organisation (corporation, partnership, joint venture, etc.), history, and the ownership and - organisational background and structure of the Proposer. Provide. the address and telephone number of the principal place of business (headquarters) of the Proposer. List full names and business addresses of all officers and directors of all entities forming part of the Proposer. List full names and business addresses of all partners or stockholders who hold ten percent (10%) of ownership of the Proposer. Page 4 of 11 s 93- 247 451, RFP NO. 91-92-101-s SPECIFICATIONS 2.3 !Municipal Solid Waste Experience The Proposer must describe its technical experience as it relates to the design, construction, and operations of an aerobic composting plant. List all aerobic compost facilities designed, built and operated or currently under construction by the Proposer. The list must identify the exact location of each by giving an address and telephone number for each facility. Provide information on each facility, its, processing capacity, operational start-up date, hours of operation, contractual arrangement, ownership and other pertinent information. Describe the Proposer's experience and/or the experience of its staff relative to the operation of aerobic windrow composting facilities and the marketing of compost products and other recovered materials. Give the names and telephone numbers of market references for all posted projects and/or those intended to be utilized in conjunction with the operation of the Facility. List the expected principal in-house management, technical and marketing personnel who would be assigned to the Facility should the Proposer receive the Contract and describe their experience and expertise. If the Proposer does not have direct experience in aerobic windrow composting, but does have closely related experience in other areas of waste processing, then complete information must be provided regarding such experience. The City requires the Proposer to have at a minimum two (2) years ofa. experience, in the operation and management of an aerobic composting facility, to be considered a viable Proposer under this RFP. The Proposer and or its' officers must have been "directly involved" in the development, construction, start-up and- operation of Facility. "Directly involved" is defined as corporate level management, (officer/director) responsible for implementation of the above referenced duties. 2.4 Reference Plant Technical Data The Proposer must submit data on at least one currently operating plant as a reference (the "Reference Plant") with which the Proposer is able to evidence its capabilities and direct experience in processing mixed Page 7 of 11 33- 247 RfP NO. 9.2-1021 SPSCIPICATION5 municipal solid waste, yard waste, and/or wastewater sludge or a combination of these wasters. The Reference Plant must have been in continuous operations for at least one year and must currently be in operation. The following information regarding the Reference Plant must be provided: a) Location of the Reference Plant. b) Reference Plant participants and. contractual parties. c) Name, address and telephone number of entity responsible for design, construction, start- up/testing and initial operations. d) Commencement date of operations of Reference Plant. e) Description of Reference Plant equipment. f) Description of Reference Plant operations. g) Design capacity in Time Per Day, Time Per Week and Time Per Year of Reference Plant. h) Highest record throughput capacity (actual) Time Per Day and Time Per Week, recorded as average of one operating week at Reference Plant. i) Average weekly Reference Plant throughout capacity. j) Total municipal solid waste processed and composted in Time Per Year for a minimum, average, and maximum annual tons processed for each year of reported operations of Reference Plant. 4 k) Listing of staff of Reference Plant by job classification, including member and essential staff for operation that may be provided by others. 1) Percent of unscheduled Reference Plant down -time on an annual basis. m) Type of solid waste delivered to the Reference Plant, (residential, commercial, industrial, etc.) Indicate Time Per Day of each type of the total solid waste delivered and processed. Provide quantities of wastewater sludge, if processed. Page 6 of 11 93- 247