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
[(