Loading...
HomeMy WebLinkAboutR-89-0766RESOLUTION NO. 89-- .66 A RESOLUTION ACCEPTING THE RFP OF PALM PETERBILT GMC TRUCKS, INC. FOR THE FURNISHING OF THREE (3) RECYCLING COLLECTION VEHICLES TO THE SOLID WASTE DEPARTMENT AT A TOTAL PROPOSED COST OF $275,904.00; ALLOCATING FUNDS THEREFOR FROM THE SOLID WASTE REDUCTION; RECYCLING AND EDUCATION SPECIAL GRANT FUND (FY'89); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS EQUIPMENT CONDITIONED ON THE APPROPRIATION OF THE ABOVE FUNDS. WHEREAS, pursuant to public notice, sealed Request for Proposals were received August 21, 1989 for the furnishing of Recycling Collection Vehicles to the Solid Waste Department; and WHEREAS, invitations were mailed to thirty five (35) potential suppliers and five (5) proposals were received; and WHEREAS, funds for this purchase will be available from the Solid Waste Reduction; Recycling and Education Special Revenue Grant Fund (FY'89); and WHEREAS, these vehicles will provide efficient collection of recyclable materials, i.e., newspaper, glass, aluminum, bimetal cans, and plastic bottles from approximately 6500 households to be included in the City's Recycling Pilot Program; and WHEREAS, the City Manager and the Directors of the General Services Administration and Solid Waste Departments recommend that the proposal received from Palm Peterbilt GMC Trucks, Inc. be accepted as the most responsible and responsive proposal containing the most advantageous combination of price, quality and other features needed by the City for these vehicles; and WHEREAS, authorization for the herein purchases shall be conditioned on the appropriation of necessary funds; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF SEP 14 1989 , ie+tin 1� "1'heiutguet 21, 1989 proposal of Palm petebit _ - � Tructts, inc, for the furnishing of three (3) Recyoii ' Collection Vehicles for the Department of Solid Waste at a total l� proposed cost of $275#904.00 is hereby acceat pted with funds Q therefor hereby allocated from the Solid Waste Reduction# M' a!j Recycling and Education Special Revenue Grand Fund (FY'89)+ - ager is hereby Section 26 The City Manauthorized tb - instruct the Chief Procurement Officer to issue a Purchase Order for this equipment; said authorization being conditioned on the appropriation of the necessary funds. Section 3• This Resolu tion shall become effective immediately P upon its adoption pursuant to law. i _i PASSED AND ADOPTED this 14th day of September , 1989. �+ XAVIER L. S A Z, YOR �i ATTES �1 �i MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: _ ROBERT F . MARK CHIEF ASSISTANT CITY ATTORNEY LEGISLATION/SPECIAL PROJECTS DIVISION APPROVED AS TO FORM AND CORRECTNESS: JOR E ANDEZ CITY A Y s� 4 1 ri Y e 0 'BID SECURITY LIST 13 W' BID ITEM: Curbside Recycling Vehicles - ----- BID NO: 88-89-157 DATE BIDS RECEIVED: Auqu s t 21, 1989 2: 0 0 p.m. BIDDER TOTAL BID AMOUNT BID BOND (or) ^► fy CASHIER'S CHECK Palm Truck Centers, Inc. Broken down Ray Pace's Wast Equipment, Ind." it Eager Beaver General Engines Co., Inc. Casso's Equipment Sales, Inc. Container Systems & Equipm. C " NO BID: Blue Giant Equipment Corp. Municipal Equipment Municipal Sales & Leasing Inc. Palmetto Truck Center Southeast Truck Equipment Navistan International Corp. Bqnirment! (� (� jfRECEIVED ll )envelo pes on behalf of /I�l/r./�i ;''SIGNED: 6reinZ City artment) DATE: .Received ao e<described checks this day of 19 ,)n connection with the hereinabove cited bids, which were handed to the u'adersigned on 'I f of the Accounting Division (or) ;'SIGNED: (City Department) DATE: LEGAL ADVERTISEMENT RECEIVED i 9 AUG -3 All RFP No. 88-89-157 it ' Ci%Y CL,:R _,IT The City of Miami, Florida seeks qualified vendors to submit bids for the purchase of closed body curbside recycling collection vehicles to be utilized in the City of Miami Pilot Curbside Recycling Program. It is the intent of the City to purchase no more than four (4) vehicles for the first phase of the pilot program and to purchase additional vehicles during a 12 month period. The vendor is requested to submit quotes for the City's option to purchase additional vehicles during a twelve (12) month period following the initial purchase. Proposal packets may be obtained between the hours of 8:00 a.m. and 5:00 p.m. from the Procurement Management Division Office, located at 1390 N. W. 20th Street - 2nd Floor, Miami, Florida 33142. Sealed proposals shall be submitted to the office of the City Clerk of the City of Miami located on the first floor of the Miami City Hall, 3500 Pan &M&IJcan Drive Dinner Key, Miami, Florida 33133 on or before COO P.M., ugust 1, 1989. Proposals submitted past such dead i e and/or any other location or office shall be deemed not responsive and will be rejected. Any questions pertaining to this Request for Proposals (RFP) may be directed to Sara Gonzalez of the Procurement Division Office at (305) 575-5174, or Michael Purchades, Office of the City Manager, at 579-6399. Prospective proposers are alerted to the provisions of Ordinance No. 10538 which established a goal of awarding 51% of the City's total dollar volume of goods and services to Black, Hispanic and women Business Enterprises on an equal basis. The City Manager of the City of Miami, Florida, reserves the right to cancel this Request -for Proposals, to accept any proposal deemed to be in the best interest of the City, to waive any irregularity in any proposal and to reject any and all proposals. City of Miami Cesar H. Odio City Manager AEOUISITION FOR ADVERTISEMENT 1739 ALIG De"IbIv. Procurem.entl(fdr GSA -For A T AOOOUNTOOM - .420401-207 C; T DAit-August Ist. 1989 IpHoNe 5.75-5174 PREPAAEDBY Maria Abij�lil DIRE MSUWG 094AUIENT Publish the attached advertisement One (1) times. (MUTAW of *n") Type -of advertisement: legal XXI classified display (Check One) Size:, Legal Starting date August 4. 1989 First four words of advertisement: iFP NO. 88-89-157: The City of Miami--- Remarks: Curbside Recycling Vehicles (open 8-21-89 - 2:00 p.m.) DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY. LINE PUBLICATION DATE(S) OF ADVERTISEMENT INVOICE AMOUNT o Miami Review i A-1 B-2 C-3 D-4. E-5 F3 F4 F5 F7 F8 F9 F10 F11 F112 LINE ................. TRANS ........ VOUCHER DUE DATE MM DD Adv. Doc. Reference VENDOR INDEX CODE OE PROJEC T�y 11 13 17 18 534 39 42 45 1 50 51 56 57 62 63 65 W 0 .1 21411 -.............T. yF I 9(012 2 817 1 1 1 1 1314 7 8 V P 12 314115 DESCRIPTION 36 DISCOUNT!72 1 AM7WT 5 2 0 0 2 0 1-IA L-1- I 1 1111 1 1 1 1--1 1 1 FLE= Approved for Payment White - Purchasing 'Yellow - Finance Pink - Department Yw1low copy: SilVia Mendoza, City Clerks Office Pink copy: Mara, Procurement Management d 3 � • t. CITY OF MIAMI, FLORIDA CA=10 INTER -OFFICE MEMORANDUM TO : DATE : FILE : — Honorable Mayor and Members of S E P - i 1989 the City Commission SUBJECT: Resolution Authorizing Purchase of Three (3) FROM : REFERENCES Recycling Collection — Vehicles Cesar H. Od i ENCLOSURES: City Manager RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached resolution for the purchase of three (3) recycling collection vehicles to be utilized for the City's pilot recycling program, to be awarded to Palm Peterbilt GMC Trucks, Inc., as the most responsive vendor in accordance with RFP number 88-89-157. A total of five (5) vendors res''5onded to this RFP. These vehicles will provide efficient collection of recyclable materials, i.e., newspaper, glass, aluminum, bimetal cans, and plastic bottles from approximately 6500 households to be included in the pilot program. The total cost associated with this purchase is estimated to be $275,904.00, in which funds are available from the Solid Waste Reduction: Recycling and Education Special Revenue Grant Fund (FY 189) subject to commission approval of the necessary appropriation ordinance. It is imperative that the City proceed with this purchase in order to effectuate the timely investment of grant funds within specified grant time parameters and to demonstrate the City's good faith effort in compliance with the recycling statutory mandate. According to the final grant statement and pursuant to Florida Department of Environmental Regulation (FDER) advanced funds grant rule 17-716, only those expenditures incurred during the period of July 1, 1989 to December 31, 1989 will be funded. BACKGROUND: The General Services Administration Department, Fleet Management., Division has analyzed the proposals received pursuant to RFP No. 88-89-157, for the purchase of three (3) recycling collection vehicles for the City's pilot recycling program. It is recommended that this RFP be awarded to Palm Peterbilt GMC Trucks, Inc., a non -minority vendor, as the most responsive vendor in accordance to RFP No. 88-89-157. The selected vehicle is deemed to be In 'the best, long-term interest of the City on the basis of its unique versatility for collection of. reeyelables, its adaptive capabilities, and its use for other waste collection .fAl r... :. 3b 34X�y_a �u4+ $ ' 'y'y�' . e�`,4-' '�{i'ti i' "+ L 4 �� � �"f o � � "* '°�(•, +�n y,�' �����,��`A•Fe�` •� V ii . 3e . t - v #x Y:'d`- d $��,•-" .rYx x it •T t, •.«vim ,rMe�N,.� o m�r§. PP _ • - . . .. :. . d ,,. r :i: s�Y�fi�.nrj'}rs t+,r.K'i.w,iw.aw¢i.r. x { Honbrab le'' Mayar and Members Page of the City Commission RE The specially designed dual side mechanical loading capability permits optimization of long-term operating efficiency and greater equipment utilization. widely ex used dbenefits provided co recycling llection this uniquely designed and vehicle will minimize short and feasibility Of the r ccostst ity wideinrecycling enhancing the overall - collectioninvestment ofhFY recommended 89 State daward Grant Fundsl ensure a cost- effective SOURCE OF FUNDS: Funds for this purchase are available from the Solid Waste` Reduction: Recycling and Education Special Revenue Grant Fund chase amount of $275,90 (FY '89) and the pur•00 shall ro riation to the commission approval of the necessary app P ordinance • =i Enclosures: Proposed Resolution ...4F f-'44 cat Giv: - r '�; �q� r f r j X � vs: t Dot { q � t� � :. M. '�Hf i � � �X" �W ✓f},�'C4M•.i.'4 4 .�jr3 tl�F $�3q,y - .F"Y',` z W Tas 0F3f4 rt �.. r b'� a zy c �^ 'C* +� dri {� r � � t l� 5 �':: �r §✓� � t�:' � ,y� t .?a ,�`'�,xr� �.+ 7.e � - t` �.7 �• .. ,,:} t a:.,,Tn q � :,4 b... c ,� «{.rx � Si. i � { r i :- '•"J" g ik if i rTr ,k j.'�G}- '3• '�g4,`,W,zaesr "gaG.sa'{�•'C — 'q' ' s7? 1r a gz x ,n '�, x fY s 'yrt44 i. d a-G Poy 2 zt as' rid .fi`3as.` •,4�i`r- i•.,'Lw$nai'J.+..q,t' 's:•`" .'9�'ir�`3w �,r5 — K2, xxa,ry 2 4t��iri K d SS M1 9t x ti a" n A,-'ks _ ' , 2s ire '� rys� t���a,'�"�•� CITY OF MIAMI, FIDA BOX 330708 1 PROCUREMENT MAMA riaNT Cmi, F1 33233-0708 DIVISION TELEPHONE NO. 573-5174 RPP NO. 88-89-157 RFP SHEET IMPORTANT: PROPOSAL SHEET AND PROPOSAL ACKNOWLEDGEMENT MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY PROPOSAL NUMBER, TIME AND DATE OF PROPOSAL OPENING. IF SECURITY IS REQUIRED, A PROPOSAL WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms:I5 d,aws net (Include cash discount for prompt payment, if any) Additional discount of -0- 1 if awarded all items. Warranty and/or guarantees See Attached State any variances to specifications (use separate sheet if necessary): Single 10 5/8" Frame; 110,000 PSI: 1,749,000 RBMs Delivery: 60-90 calendar days required upon receipt of Purchase Order. Delivery Point(s): General Services Administration - Fleet Magement_Divis 1390 N.W. 20th Street Miami, F1 33142 In accordance with the Invitation to Proposal, the Specifications, General Conditions, Special Conditions, and General Information to Proposers, we agree to furnish the Item(s) at Prices indicated on the attached proposal sheet(s). NAMES OF COMPANY OWNER(S)s MAKES OF COMPANY OFFICERS: Vic Weiger. President Please use the back of this page if more space is necessary Name of individual holding license in this profession (if applicable) MINORITY PROCUREMENT COMPLIANCE The undersigned proposer acknowledges that it has received a copy of Ordinance No. 10538, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, -including any amendments thereto. PROPOSER: Palm Peterbilt-GMC Trucks, Signature: company name Inc —" Print Name: L.D. Wilsey Dates August 21, 1989. We, the undersigned, as proposers, hereby declare that we have carefully red this invitation to proposal and the provisions, terms and conditions covering the equipment, material, supplies or servies as called for, and, with full knowledge and understatiding of the requirements and conditions, do hereby agree to furnish and to deliver as indicated, with all transportation charges prepaid, and for prices thereon quoted. PROPOSER: Palm Peterbilt-GMC Trucks Signature: company name Int. Print Name: L.D. Wilsey Indicate if Minority Business: Dates August 21, 1989•-- -- Black [ ] Hispanic [ ] Women FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS PROPOSAL. N9-766 tTEMt DIP TYPE -OF PURCHASE, REASON POTENTIAL BIDDERS: REPS RECEIVED: TABULATION: FUNDS: 4-VA0. off' RP'P Three ( 3 ) Vehicles Solid Waste R�'P No..gg�gg-15' Recycling Collection Short term Contract These vehicles will provide efficient collection of recyclable materials, i.e. newspaper, glass, aluminum, bimetal cans, and plastic bottles from approximately 6500 households to be included in the City's Pilot Recycling Program. 35 5 Palm Peterbilt GMC Trucks, Inc. $275,904.00 Solid Waste Reduction; Recycling and Education Special Grant Fund (FY189) MINORITY PARTICIPATION: Request for Proposals were sent to two H spa Waste Vehicle le business as located ned firms engaged in the Recycling/ located in he following sources. 1. City of Miami Minority Register 2. New Vendors Applications 3. Thomas Register Directory No Minority response was received. « BID EVALUATION: Following is an Proposals. Number of Category Proposals Mailed Prior Bidders 0 Black American 1 Hispanic American 1 analysis of the Number of Responses 0 0 0 Woman 15 2 Non -Minority New Bidders 0 0 Black American 0 Hispanic American 1 0 Woman 2 15 3 Non -Minority Courtesy Notifications 17 Q 8 "No Bids" - 0 Late Bids Totals — "3 RW '- } ►:' lkid* are as ft�i.s i� N�u� giant Equipment Corpi� " not manufactue this equipment* item" *DO not supply this Municipal Equipment CO- " "Can not meet specifications* 3, Coastal Machinery Co.Ift Sales & Leasing Inc. - "We � handle this 4. Municipal. equipment at the present time" equipment "Can specifications' S. palmetto Truck Center inc. not meet - "Not enhtime to air e 6. Southeast Truck Equipment rnufactue��' In ternational Corp. - Do notma Low Cat 7. Navistar over' type trucks at this time" $. Equipment Company of America - "No Bid" RECOMMENDATIONS IT IS RECOMMENDED THAT MADE TO PALM PETERBILT INC. AT THE PROPOSED $275,904.00. THE AWARD BE GMC TRUCKS AMOUNT OF r Date w ji 3 r _ t a o f �VC p 1 w t 44'4 r. _ _ h.tis s� •. t Ju - t [(