Loading...
HomeMy WebLinkAboutR-93-0249i i J-9a-2e9 4/B/93 RESOLUTION NO. 9 3- 249 A ABSOLUTION APPROVING THE CHIEF PROCUREMENT OFFICER'S DECISION TO REaECT THE PROTEST OF ECOLOGY CONCEPTS, INC., (ECOLOGY) 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, finanoe, own/operate a solid waste processing facility; and WHEREAS, on March 12, 1993, an Evaluation Committee evaluated the proposals received, heard oral presentations and selected in rank order, the five (5) firms most qualified to provide the required services for said facility; and WHEREAS, by letter received March 15, 1993, Ecology Concepts, Inc. demonstrated that they had learned of the results and ratings from the Evaluation Committee meeting of March 12, 1993; and my common MBETING OF APR 1 5 W 93 249. t 4k Ab" WHEREAS, by letter reoeived on April 5, 1998, E0010gy filed a protest with the City in oonneotion with said projeot; and WHEREAS Eoology Conoepts' protest does not oomply with the fourteen (14) day time requirement stipulated in Seotion 18-88.1(a) of the City Code, Resolution of Protested 80110+tations and Awards, beoauee the formal protest was reoeived twenty-two (22) days after the firm knew of the faots giving rise to he aotion oomplained of; and WHEREAS, the Chief Proourement Offioer, pursuant to Seotion 18-86.1 of the City Code, in her role as arbiter, investigated the matter and determined that Eoology Conoepts' protest was untimely and has rejeoted the protest; and WHEREAS, the City Manager and the City Attorney oonour with and approve the finding of the Chief Proourement Offioer and reoommend rejeotion of the protest filed by 800logy Conoepts; NOW, THEREFORE, BE IT RESOLVED By THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Seotion 1. The reoitals and findings oontained in the Preamble to this Resolution are hereby adopted by referenoe thereto and inoorporated herein as if fully set forth in this Seotion. -2- 9S. U9 �- k Ak Aft Seotion 2. �- The Chief Proourement Offioer's deoision to re3eot the protest of Etiology Conoepts, in oonneotion with RFP 91-99-102, whioh solioited for a firm to design, oonstruot, aooeptanoe test, finanoe, own/operate a solid waste prooessing faoility, is hereby approved. Seotion 3. This Resolution shall beoome effeotive immediately upon its adoption. PASSED AND ADOPTED this LUL day of _ April 1993. — CITY CLERK PREPARED AND APPROVED BY: CARMEN L. LEON ASSISTANT CITY ATTO By APPROVED AS To FORM AND CORRECTNESS: Ah TCITY ATTO� I I M3563:BSS V R L UAREZ, YOR 93- 249 4 2 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM : Ceiba • Odio City Manager DATE e :,1 FILE SUBJECT : Resolution of protest in Connection with APP 91-92-102 for a Solid Waste Processing Facility REFERENCES ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached resolution approving the Chief Procurement Officer's decision to reject Ecology Concepts' protest, in connection with RFP 91-92-102, which solicited for a firm to design, construct, acceptance test, finance, own/operate a solid waste processing facility. On August 11, 1992, the City's General Services/Solid Waste Department solicited proposals for the above noted project. On February 3, 1993, seven (7) proposals were received, five of which were certified for participating in the evaluation process. On March 12, 1993F the Evaluation Committee reviewed the proposals, heard oral presentations from the five (5) firms and selected them in rank order. On March 15, 1993, Ecology Concepts notified the City that they had learned of the results and ratings from the Evaluation Committee meeting of March 12. By letter received on April 5, 1993, Ecology Concepts filed a protest in connection with this RFP. Section 18-56.1(a) of the City Code, Resolution of Protested Solicitations and Awards, requires that protests be filed within fourteen (14) days after an aggrieved party knows or should have known of the facts giving rise to the action complained of. The firm's protest does not comply with the above time frame established by the Code. Pursuant to Section 18-56.1 of the City Code, the Chief Procurement Officer investigated the matter and determined that the protest was submitted untimely, as detailed in the attached letter. a Attachmente: Proposed Resolution Copy of Protest Letter 93- 249 a' f fi 0 CITY OF MIAMI, FIOnIDA INTER -OFFICE MEMORANDUM in Cesar H. Odio, City Manager onY� April 7, 1993 iiLe A. Quinn .zones III, City Attorney sua,ecl Protest on REP 91-92-102 for a Solid 'Haste facility _- 11101A Judy S . Carj"Cia A sistant Director SErrm imrc; Chief Procut fficer t Departmentn al Services MCLOsunrsand Solide { I hereby request your approval of my rejection of the protest by Ecology Concepts, Inc., in connection with the above referenced project for a solid waste processing facility. The basis for my decision, as set forth in the attached letter, is the fact that Ecology Concepts' protest has no merit. APPROVEDs -- Cesar H. Odio, City Manager _ APPROVEDs At Quifin o s 111, City Attorney r✓ LL 93- 40ti L Y,ILLIAMS 1 DRAFT Mr. Perry Sennr President Ecology Concepts, Inc. 6040 Camp Bowie, Suite 1 Ft. Worth, TX 76116 Dear Mr. Sennt ter: VCESAR H. �u.•r tue. City Manager BY FAX, REGULAR a CERTMED MAIL Re: Protest concerning RFP 91-92-102 for a Solid Waste Processing Facility I, as Chief Procurement Officer of the City of Miami, have read your formal protest dated April 5, 1993, in connection with the above noted project. Pursuant to my duties under Sec. 18-56.1, City of Miami Code, gesolution of Protgated_Solicitations and Awards., I have reviewed pertinent documents, talked with employees and determined that your protest is without merit because the protest was not received on a timely basis. (Please see enclosed copy of the City Code which was a part of the proposal document.) Section 18-56.1.(a) of the City Code specifically requires that "Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest to the chief procurement officer. The protest shall be submitted in writing within fourteen (14) days after such aggrieved party knows or should have known of the facts giving rise to the action complained of." On March 15, 1993 you faxed to Ms. Anne Whittaker, Procurement Contracts Officer, a letter indicating that you had learned' the results and ratings of the Evaluation Committee meeting held on March 12, 1993. This letter clearly demonstrates that on or before March- 15, you were aware of the ' facts giving rise to °the action complained of'. (See Exhibit 1 attached and made a part hereto). Your protest letter was faxed to me on April 5, 19931 twenty-two (22) days later. Based upon the foregoing, I am rejecting your protest. The city' Manager and City Attorney have approved my decision. 93- 249 i DEPARTMENT OF GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Management Division 1390 N.W. 20th Street/Miami, Florida 33142/130S1 S75-S174/FAX: 0N) WS-S190 . se 4 Ji{ Y� r z I r I � :2 Mr. Perry Senn Page 2 Ecology Concepts, Inc. The matter has been scheduled on the City Commission agenda for Thursday, April 15, 1993# beginning at 900 a.m. The meeting will be in the City Commission Chambers, City Halls, 3500 Pan Americam Driver Miami, Florida. Sincerely, Judy S. Carter Chief Procurement Officer/ Assistant Director cct Ron E. Williams, Assistant City Manager Carmen L. Leon, Assistant City Attorney Humberto Hernandez, Assistant City Attorney Enc. 93- 249 C'TTY OF MV44t COM P. FINANCE: ,1is ittdit may be requi;ed v%-hen, in re.,;Ivect to an actual or prospective emilraactuvel party, there, is: d) A question as to the adcgiwey of acc•aunt• ing policies or cost yntenis; ciii r A substantial change in the 1nt-thods or levels of operaatinns; +iiii Previous unfavorable experience indicating; dnubtful reliability of estimating, account- ing or purchasing methods; t ivi A lack of cost experience due to the pro- curement of a new supply or service; or (v Other evidence that an audit is ih the city's best interests as determined by the chief procurement office:, the cite man- ager or the city commission. tc) f nndurt o; audits. Whenever possihle, au. ,I•.- shall be pvrfnrme,i r.o a-,n;at unduly to delay ::nc,.)nvtnien%.e the contractual party. Contrac. UU'. fatties shall m. ke avat*!P .lc of no charge to the C: ay ai reasonable facilitie-d and for the com•tnience of the city rtpresentativi—, per- f►firming the audit. (Ord. No. 9572, § 1, 2-10 831 f+ec. 18-36. Disputes and legal remedies. The following procedure shall he used for arriv- ;ng at early settlement of grievances by inter. _.ted parties who have: participated in t.iae cit.y's pr►,turement process. (Ord. No. 9572, k 1, 2•10-83) Sec. 1866.1. Resolution of protested solicita- tions and awards. !al Right to pretest. Any actual or prospective contractual party who feels aggrieved in connec- tion with the solicitation or award of a contract n:ay protest to the chief procurement officer. The protest shall be submitted in writing within four- teen (141 days alter such aggrieved party knows or should have known of the facts giving; rice to the action complained of. !b! Authority to resolve protests. The chief pro- curement officer shall have the authority, subject to the approval of the city manager and they city attorney, to settle and resolve a protest of an aggrieved actual or prospective contruetun) party concerning the solicitation or award of the con. ►roe, in question. Provided that hi cases involv- ing more Char, four thotsand live hundred g►p. Mt). 10 E 18rof2 ($4,500.001. the decisions of the chief procurc.mc•nt officer must be approved by the city contmissivn after a recommendation by the city attorney and city manager. The chief procurement officer sh:sli obtain the requisite approvals and communicate to the protesting contractual party; or alto r natively if the amount involved is greater than four thousand five hundred dollars ($4,500PW. submit decision to the city commission within thirty (:30) days after he receives the protest. (c) Compliances evith time requirements. hailure of an aggrieved party to submit a protest within the time provided in subsection (a), above, shal► constitute a forfeiture of such party's right Io complain and shall bar any legal action therefor by such party. Failure by the city officials to com- ply with the time requirements provided in sul+ sections (b) shall entitle the aggrieved part%, at its option, to bypnt;s the provisions of this .--oct i-m and institute iegra) action immediately. (Or:(. Nn. 9572, § 1, 2-10.83) Sec. 18.56.2. Resolution of contract disputes. (a) Authority to resolve contract disputes. 'fh( city manager, after obtaining the approval cif t he city attorney, shall have the authority to rese►lve controversies between the contractual party and the city which arise under, or by virtue of. n contract be:tyveen them; provided that, in cases involving; an' amount greater than four thousand five hundred dollars 44,5()0.00), the city commis. lion must approve the city manager's decision. Such authority extends, without limitation. to cor,- troversies based upon breach of contract, mi-take, misrepresentation or lack of complete performanrc, and shall be invoked by a contractual party by submission of a protest to the city manager. (b) Contract dispute decisions. If a disputes is not resolved by mutual consent, the city manager shall promptly render a written report stating; the reasons fur the action taken by the con:anis- lion or the city manager which shall be Mud and conclusive. A copy of the decision shall be inam-o- diately provided to the protesting party, along with a notice of such party's right to seek Judicial relief, provided that the protesting; party shall not be entided to such judicial relief without first having, followed the procedure set forth in this auction. (Ord. No. 9-572, A 1, 2-10.33) 1215 93- 249 t fivECQ�QGY CONCEPTP� INC* mmo camp Soww I State 1 1 Fort Worth, Texas 70116 (817) W410$ WM 604-8390 Fact (917) " 3M?2 April 9, 1993 Me, Judy a. Carter Assistant Director 2f Procurement officer rtnent or Gonerai services Administration 1300 N.Wo 20th "Street Miami, Florida 33142 Transmittal via racalmile: (305) 573-3180 RE: Selection/Review Committee Analysis and Rating of Rrp No, 91-92-102 to Design, Construct, Finances, and Own and operate a Solid waste Processing facility Dear he. Carter: After our recent review and analysis of the Selection/Review Committee ratings of the proposals in response to RrP no. 91-92-102, we are hereby putting the city or Miami Administration on Formal Notice of our pretest and objection to the Selection Committee analysis, review process, selection and ratings outlined in your letter dated March 17, 1993. We furthermore protest: (1) the appointment process, procedure and ultimate member selection and composition of the Selection/Review Committees, (2) the arbitrary and capricious grading and analysis process at our formal response - and presentation, and (3) the manner .in which, our designated appointees, joint venture partners and their respective representatives have be treated by the City Administration and staff during the entire solaction/review process Further, we fully believe in our position and intend, to exhaust all legal remedies, to resolve, that the findings, reports, , evaluations and final ratings of the selection,/Review Committee were biased, one-sided and not In keepin�gg with the rating and evaluation structure outlined in the original�RFP documents. We believe that several aembers of the cOMIttee intentionally rated our company lower to allow. several .of the other companies to appear as though their p'roposa►ls would better serve the City of Miami, anthat the respected companios were store qualifiod, both technically and line tally. This obvious injustitication M111._not go unnoticed and or unattended. Recychq Americas W=te - 93— 249 �:: P646 2 solcom.ltr April 5, 1902 These arbitrary ratings allowed the two most expensive vendors to receive the highest ratings in terms of points. If one of these vendors is chosen, the city of Miami will be spending millions of dollars per year over and above what they'should be paying. This payment will no doubtedly come from the state of Florida and the Miami Taxpayer. As a matter of record, we believe that several of the responding( vendors, including the top rated firm, were non -responsive in the submittal of their proposal, relative to the disposal of residuals, and should have been legally disqualified from the selection/review process. This issue was outlined specifically in the RFP and directed each vendor to include all cost associated with residual disposal, including transportation and disposal fees, in the proposed price. The elimination of these specific cost allowed the vendors to present an artificially lower cost which resulted in an unfair analysis and review of the Financial consideration portion of the bid, and furthermore resulted in a disproportioned allocation of evaluation points. As lowest vendor at $58.50 per ton, with a guaranteed revenue sharing plan to the City of Miami, Zoology Concepts, Inc. should have received the highest evaluation points available, yet several committee members failed to issue the respective rating. Instead, these same committee members gave the highest priced vendors, with the least guaranteed revenue participation program, the highest ratings. Why? in addition, we included in our original proposal documents, financial statements, documentation, letters, etc. which represented a combined financial worthiness exceeding $200 Million Dollars. . In addition, we included with the submittal of our proposal, a bond in the amount of $5 Million Dollars. This bond, as approved by the City of Miami Board of City Commission on July 16, 1992, was to be a vital and important component of the proposal, yet we were the only company that proved our financial credibility and submitted the bond. Even with these financial assurances, individual committee members failed and neglected to adequately rate us according to our financial strengths and commitments, which once again was an indication of their bias, discrimination and favoritism. As if this were not enough, several members on the committee, during the previous review presentation, voted a bankrupt company ahead of Ecology concepts, Inc. These same individuals were once again selected to participate in this review/selection process. 99- 249 r� - L9 Page 3 selcom.ltr April 5, 1993 Additionally, several members of the committee virtually failed to recognize any of our solid Waste experienoo and the technical aspocts of our proposal. In doing so, these &rime members rated companies with the game technology much higher. In tact, the reference facility (Sumter County* Florida) which has boon awarded the highest recycling rate by the state of Florida, was actually constructedt started up and tested, and operated by the current owners at Ecology Concepts, Inc. This facility has been operating for over five years in Florida, whereas, none of the other vendors have a facility operating in Florida, nor have they had an Msw facility operating in the entire United States equalling that of Ecology Concepts, Inc. Yet these companies ware, once again rated higher. something is terribly wrongf i could go on and on, however, these few instances should provide you with an indication as to our observations relative to the review process. we do intend to follow up and pursue an amicable adjustment of the findings. As I also mentioned above, the City Administration and stuff has mistreated and once again discriminated against our appointees, joint venture partners and their respective representatives. We have made within the last several weeks, two formal request for information regarding this review process under the Freedom of Information Act. To this date the City has refused to respond to our request and has virtually unrecognized our legal right to public information. In fact, we were told if we want the information, we would have to come there and copy it ourselves, yet on February 19, 1993, similar information was copied and set to Mr. Mike Freire, by a member of the Procurement Management Division. We have since been required to fly from Ft. Worth, Texas to Kiami, to obtain a portion of the requested information, at an unbelievable expense and cost which could have been avoided, if the City Administration And staff would have been cooperative and respondent to our formal and legal rights. It is quite apparent, that polities, favoritism and discrimination have played an overwhelming role in this selection/review process. This is not new nor is it unique for the city of Miami. We faithfully and in good intention, submitted our proposal in a manner which would provide the City of Miami With a facility which would provide the services outlined in the RFp. We have done this for the last three years. Each time, we have been refused fair justification, proper evaluation and due consideration by the selection/review committee and administrative staff. 93- 249 AM%, • , 9614 4 _. Belcofi.itr = April 5, 1993 No have the qualifications, proven technology, tinanoial strengths and stability, Coupled with an overwrhelinincoy visible support of minority participation, not to "6ntion, the most import aspect and purpose of the bidding process, the lowest price supported with a $5 Million Dollar bond. The City of Miami can not and should not allow our bid and proposal to be rejected and unfairly rated by a biased selection/review corrmittee. We expect and will solicit an — amicable resolution. - 'We are totally committed to pursue a fair, legal and justifiable resolution to our protest and concerns, and will exhaust all remedies to do no. _ ;egrry ely, R Senn cc: Honorable Mayor Xavier L. Suarez Vice Mayor Dr. Miriam Alonso Commissioner Miller Dawkins commissioner Victor Do Yurre Commissioner J.L. Plummber Cesar olio, City Manager Humberto Hernandez, Assistant City Attorney Ron Williams, Director -_ Jose A. Villalobos,, Attorney t< i; to ., 1 0 ECOLOGY CONCEPTS, INC. WO c.mp 8w*% / $U% 1 I Fort worth, Trxao'f6110 017) M 4193 (800) OU-8370 Fax (817) t32•6012 March ilk. 1993 r Me. Anne Whitaker Proovd4ment Management Dlvioi Department of Solid Waste City of Miami 1390 N.W. 20th Street Miemi, Florida 33142 R8: RFP 91-92-102 Dear ale. Whitaker: h' brand fax trans �rta� msfia We have recently learned the resulte and ratings of the propoeale and presentations submitted to the Selection/Reviere Cosmittes on the above referenced pro3ect. once again, we are questioned by these ratings, and results. We almly cannot >underetand the basis for these reaulte, nor do we understand the system utilized. It wan quite eppsr0nt that several members of the committee were biased in their ratings by allowing a total point rating of 30 and 33, respectively. to Roology Concepts, Inc.. proposal. This some enoroouely out of line, considering WN of the rate ~ based upon price and financial aspeote of the proposal. Based upon these considerations. Zoology Concepts. Inc. being loco bidder, would have received a minim s of 30 percentage points from each member. This being considered. these same two committee members failed to give us any credit for our enormous OXVGrieaee, proven technology and our financial guarantee of presenting eieultanw wely with our bid. a DS million dollar bond." These results arm owe again highly biased and one-sided. In addition, several of the higbest rated companies faill in our opinion, to meet the conditionb of the RFP. As mentioned in the Me residual disposal was to be inoluded in the price said, be the sole responsibility of the proposer. As with several of 'the, vendors. this is not the case. They specifically state. "it is the responsibility of the City." This alone will greatly effect the total disposal coat to the City and remove the mr i altment to recycle by the vendor and will not guarantee rooycling/diverelon rate participation, Rx)diq Americas Waste 93- 2493 March 18, 1093 Ms. Anne Whitaker Pate Two Additionally, we question several vendors ability to meet the standard of Compost quality as it relates to Rule 17-7010 since only (1) referenot facility is actually operatind under these regulatory guidelines. In addition, none of the other reference feoilities have been operating more than a year. In order for us to properly review the selection proceen and consider their findings, we area hereby requesting the following itcmo under the Freedom of information Act% 1) A full transcript of all moetings, PresOnUtims, erid discussions by the Selection Review Committee members. 2) A copy of all notes, hand cute, broahurees and information provided to the Selection Coaaittee by vendors. 3) A copy of all motes, questions and answers by vendore and Selection Committee members. 4) A copy of all tapes made during the presentation and - review process. In addition, we would also request a full transcript from the previously hold selection meetings in response to the first responses of the proposals during June -July. 1992. We regret having to put you through the task of gathering this information, however, we feel this project should nerve the City of Miami, not burden it with economical and financial considerations Which will depend on additional assistance and support from the State of Florida. There is very little question as to our commitment and Qualifioatione an they relate to the performance of this project. We simply feel everyone is not participating on the same play field. We appreciate your immediate and timely response to our request. Si rely, e3 Presi t PR8/c1 co: Jose C. Villaloboo, Attorney Honorable Mayor Xavier Suars