HomeMy WebLinkAboutfurnish and delivery roll-off)pv. Piru,frr
COLLIER COUNTY GOVERNMENT
PURCHASING DEPARTMENT 3301 EAST TAMIAMI TRAIL
ADMINISTRATIVE SERVICES DIVISION PURCHASING BUILDING
NAPLES, FLORIDA 34112
(239) 732-2667
FAX (239) 732-0844
WWW.COLLIERGOV.NET
DATE: August 19, 2003
TO: Prospective Bidders
FROM: Lyn M. Wood, C.P.M.
Purchasing Agent
RE: BID #03-3566— "Furnish & Deliver Roll -Off Truck(s)"
The Beard of County Commissioners, Solid Waste Department, desires to receive
proposals to furnish and deliver roll off truck(s).
Please refer to the Public Notice contained in the enclosed proposal package for the
time and date of the Opening of this Bid.
If you have any immediate questions regarding the specifications or intended work, you
may contact Ralph McKellar, Naples Transfer Station at 239/643-3099. If you have
procedural questions, you may contact me at 2391732-2667 or by e-mail at
LynWood@colliergov.net.
We look forward to, your participation in this bid process.
cc: Ralph McKellar, Naples Transfer Station
Daniel Croft, Fleet Management
NOTE: If you choose to bid, pi
ORIGINAL and ONE COPY of you
e910^.--, c
Bid No. 03-3566 — "Furnish & Deliver Roll -Off Truck(s)" Page 2
NON -BIDDER'S RESPONSE
BID #03-3566
For purposes of maintaining an accurate bidder's list and facilitating your firms response to our invitation
for bid, we are interested in ascertaining reasons for prospective bidder's failure to respond to invitations
for bids.
If your firm is not responding to this bid, please indicate the reason(s) by checking an appropriate item (s)
listed below and return this form to Sue Hebbe, Purchasing Department, Collier County Government
Center, 3301 East Tamiami Trail, Purchasing Building, Naples, FL 34112. Please indicate "NO BID" on
the outside of the envelope.
We are not responding to this invitation for bid for the following reason(s):
❑ Items or materials requested not manufactured by us or not available to our company;
O Our items or materials do not meet specifications;
O Circle one - Specifications were:
Not clearly understood, Not applicable, Too vague, Too rigid,
Quantities too small, or
❑ Incorrect address used. Please correct:
Other reason(s):
Name of Firm:
Mailing Address:
City, State, ZIP:
Phone ( ) FAX ( )
By:
Signature of Representative
Bid -No. 03-3566 - "Furnish & Deliver Roll -Off Truck(s)" Page 3
PUBLIC NOTICE
Sealed proposals to furnish and deliver roll -off truck(s) will be received at the Collier County Purchasing
Director's Office, 3301 East Tamiami Trail, Purchasing Building, Naples, FL 34112, until 2:30 p.m.,
Collier County Time on September 11, 2003.
BID #03-3566
"Furnish & Deliver Roll -Off Truck(s)"
Any questions regarding these specifications or intended work may be directed to Ralph McKellar, Naples
Transfer Station, 239/643-3099.
All bids shall be made upon the Official Proposal Form attached to the specifications, which may be seen
at the Office of the Purchasing Director, and which may be had by bona fide bidders.
Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or
marital status.
BOARD OF COUNTY COMMISSIONERS
COLLIER COUNTY, FLORIDA
BY: /s/ STEVE CARNELL
Steve Carvell, CSM
Purchasing Director
Publicly posted in the lobby of the Purchasing Building on August 19, 2003.
Bid No. 03-3566 — "Furnish & Deliver Roil -Off Truck(s)"
Page 4
GENERAL BIDDING
1. All bids [rust be made on the proposal form furnished
by the County. No bid Mil be considered unless the
proposal form is properly signed,
2, Vendors must provide unit prices any time unit prices
are requested in the units requested. These unit prices
must be proper and balanced so as to allow fair
adjustments in quantities as required by the County.
All prices will remain firm for a period of ninety (90)
days from date of bid opening.
3. Any transportation and/or any other charges incurred in
detivering the product as specified must be included in
the bid price. FOB destination shall apply unless
exception is made in the specifications.
4. Any discounts or terms must be shown on the proposal
form. Such discounts, if any, will be considered and
computed in the tabulation of the bids. In no instance
should terms for less than 15 days payment be offered.
5. Proposers taking exception to any part or section of
these specifications shall indicate such exceptions on a
separate sheet entitled "EXCEPTIONS TO
SPECIFICATIONS". Failure to indicate any exceptions
shall be interpreted as the proposers intent to fully
comply with the specifications as written,
6. The County reserves the right to formally amend and/or
clarify the requirements of the bid specifications where
it deems necessary. Any such addendum/clarification
shall be in writing and shall be distributed to all parties
who received the original bid specifications and are
eligible for consideration prior to the deadline for
submission of proposals.
7. The County reserves the right to reject any and all bids,
to waive defects in the form of bid, also to select the
bid that best meets the requirements of the County.
8. All bids shall be in the hands of the County Purchasing
Director, Collier County Government Complex,
Purchasing Building, Naples, FL 34112, by the date
and time as stated in the Legal Notice. No late bids
can or will be accepted.
9. Ail bids must be placed in a sealed envelooe and
plainly marked as follows:
(1) The date and time of receipt of the bids by the
County Purchasing Director.
(2) The number of the bid and the bid title for which the
bidder submitting the bid.
However, under no circumstances shall any part of, or
pertaining directly to the bidder's offer, be exposed on
the outside of the bid offer.
Special Note: All bids sent by courier service must have
the bid number and title on the outside of the courier
packet.
10. Collier County, Florida as a political subdivision of the
State of Florida, is exempt from the payment of Florida
REQUIREMENTS
sates tax to its vendors under Chapter 212, Florida
Statutes. All successful bidders will be provided a copy
of Collier County's Certificate of Exemption (#21-07-
01995-53C) upon contract award.
Corporations, individuals and other entities are impacted
by Chapter 212, Florida Statutes according to the type
of service, sale of commodity or other contractual
agreement to be made with Collier County. By
submittal of a properly executed response to a bid
proposal from Collier County, Florida, the bidder is
acknowledging that he is aware of his statutory
responsibilities for sales tax under Chapter 212, Florida
Statutes.
Collier County is also exempt from most Federal excise
taxes. By submittal of a properly executed response to
a bid proposal from Collier County, Florida, the bidder
is acknowledging that he is aware of his responsibilities
for Federal excise taxes.
11. Tangible personal property purchased by Contractors in
the performance of realty construction for the County is
taxable, though the County is exempt on its own
purchases.
12. In case of identical bids tying as low bid, the County
shall ask vendors to submit certification that they have
a drug -free workplace in accordance with Section
287.087 Florida Statutes. Should all vendors provide
said certification, the County will give local vendor
preference.
13. Permits, Licenses, Taxes: In compliance with Section
218,80, F.S., all permits necessary for the prosecution
of the Work shall be obtained by the Contractor. In
addition, the Contractor shall comply with all rules,
regulations and laws of Collier County, the State of
Florida, or the U.S. Government now in force or
hereafter adopted.
14. The County reserves the right to accept item or group
of items of this bid, unless the bidder qualified his bid
by specific limitations.
15. The County reserves the right to award any item or
groups of items to more than one vendor on any bid
unless otherwise noted in the bid specifications.
16. Altemate bids will not be considered unless authorized
by the Invitation for Bids.
17. Bidders on any construction project must be qualified
and directly responsible for 30% or more of the Bid
amount for said work.
18. Payment will be made by the County within thirty (30)
days from receipt and acceptance by the County of
delivery of the bid items or receipt of invoice for same,
whichever is received later.
19. Any Contractor who is a recipient of County funds, or
who proposes to perform an work or furnish any goods
under this bid shall not discriminate against any worker,
employee or applicant or any member of the public
because of age race, color, sex, religion, national
Bid No. 03-3566 — "Furnish & Deliver Roll -Off Truck(s)"
Page 5
origin, disability or marital status nor otherwise commit
an unfair employment practice.
20. For bidders who wish to receive copies of bids after the
bid opening, the County reserves the right to recover all
costs associated with the printing and distribution of
such copies.
21. Any actual or prospective respondent to an Invitation to
Bid or Request for Proposal who is aggrieved with
respect to the former, shall file a written protest with the
Purchasing Director prior to the opening of the Bid or
the due date for acceptance of Proposals. All such
protests must be filed with the Purchasing Director no
later than 11:00 a.m. Collier County time on the
advertised date for the opening of the Bid or the
acceptance date for the Request for Proposals.
22. Bid award selection criteria is as follows:
a. All questions on the Proposal Page shall be
answered as to price(s), time requirements,
prompt payment terms [discounts], required
document submissions and acknowledgment of
addenda received.
b. Award shall be based upon the responses to all
questions on the Proposal Page.
C. Further consideration will include but not be
limited to references, completeness of bid
response and past performances on other County
bids/projects.
d. Prices will be read in public exactly as written on
the Proposal Page at the time of the bid opening;
however, should an error in calculations occur
whenever unit pricing and price extensions are
requested. the unit price shall prevail.
Mathematical miscalculations may be corrected
by the County to reflect the proper answer.
23. Award of contract will be made by the Board of County
Commissioners in public session. Awards pertaining to
the Collier County Airport Authority will generally be
made by that agency's approval Board. Award shall be
made in a manner consistent with the County's
Purchasing Policy. Award recommendations will be
posted outside the offices of the Purchasing
Department on Wednesdays and Thursdays. Any
actual or prospective respondent who desires to
formally protest the recommended contract award must
file a notice of intent to protest with the Purchasing
Director within two (2) calendar days (excluding
weekends and County holidays) of the date that the
recommended award is posted. Upon filing of said
notice, the protesting party will have five (5) days to file
a formal protest and will be given instructions as to the
form and content requirements of the format protest. A
copy of the "Protest Policy" is available at the office of
the Purchasing Director.
24. All firms are hereby placed on NCTICiz that the County
Commission does not wish to be lobbied, either
individually or collectively, about a project for which a
firm has submitted a proposal. Firms and their agents
are not to contact members of the County Commission
for such purposes as meetings of introduction,
luncheons, dinners, etc. During the bidding process,
from bid opening to final Board approval, no firm or
their agent shall contact any other employee of Collier
County with the exception of the Purchasing Director.
25. The Contractor shall employ people to work at County
facilities who are neat, clean, well-groomed and
courteous.
26. If the bidder should be of the opinion that the meaning
of any part of the Bidding Document is doubtful,
obscure or contains errors or omissions he should
report such opinion to the Purchasing Director before
the bid opening date.
27. The County assumes no responsibility for proposals
received after the due date and time, or at any office or
location other than that specified herein, whether due to
mail delays, courier mistakes, misharidhn" g, inclement
weather or any other reason. Late proposals shall be
returned unopened, and shall not be considered for
award.
Bid No. 03-3566 — "Furnish & Deliver Roll -Off Truck(s)" Page 6
SPECIFICATIONS
This will be a term contract to cover the purchase of one (1) roll -off truck upon award of
this contract and for roll off trucks that may be required by Collier County for the length
of the contract.
These specifications are intended to describe the minimum requirements of Collier
County necessary to furnish and deliver a tandem axle, diesel powered, conventional
type cab, roll -off truck, complete with hoist and tarping system.
Scope of Work: The equipment delivered under this proposal shall be new, the latest
production model, and shall carry the standard factory warranty. Bidders must provide
all costs, including transportation, to furnish the roll -off truck complete with hoist and
tarping system. Each bid shall be accompanied by a detailed specification of all the
equipment submitted for bid. Any and all parts and attachments not specifically
mentioned but necessary to make the equipment complete shall be furnished by the
successful bidder. The complete unit shall conform in strength, quality of material and
workmanship to what is usually provided by good engineering practice and must meet
all Federal, State, and OSHA regulations in force at the time of delivery. The bidder
must be a factory authorized dealer capable of supplying service, factory guarantee and
parts from stock, with a minimum of delay.
Deviation from Specifications: Bidder shall clearly indicate on the proposal pages or
on a separate sheet of paper, all areas in which the unit he proposes does not fully
comply with the requirements of this Specification. The decision as to whether an item
fully complies with the stated requirements or whether to accept a minor deviation rests
solely with Collier County.
Engine
A. Displacement: 661 cubic inch minimum
B. Horsepower: 330 peak horsepower minimum
C. Torque: 1250 ft. lbs. minimum
D. Turbo charged with aftercooler
E. 2,000 RPM minimum rated
F. Engine protection system: Kysor engine shut down and alarm system, or equal, with
manual override, light and buzzer monitoring high coolant temperature, low oil
pressure and low coolant level in radiator
Cooling System
A. Radiator coolant filter
B. Hoses: silicone radiator and heater
<- Alp
ci„,v-A,p, (c,,,
(‘/‘-'e- s
Bid No. 03-3566 — "Furnish & Deliver Roll -Off Truck(s)" Page 7
Transmission/Clutch
A.
B.
C.
D.
E.
F.
G.
H.
Allison (HD4560P) with PTO, 6 speed automatic, code 342-340
Aluminum clutch housing
Magnetic plugs in engine drain
Transmission drain
Axles fill and drain
Smart Shift, electronic shift control
Steering column mounted
Air to oil transmission cooler
Electrical
A. Alternator: 12V 100A
B. Batteries: (3) 12V maintenance free, group 31, 1875 CCA threaded stud type
minimum
C. Pollak 41-722 or equivalent back-up alarm
Dual Air Brake System
A. Airdryer: Bendix "System Guard" AD4 or equivalent
B. Automatic drain valve, Bendix (non -heated) drain valve (1) on supply (wet) tank
C. Automatic slack adjusters
D. Air compressor: 13.5 CFM minimum rating
Exhaust
A. Horizontal muffler with vertical right side turn out exhaust pipe. Exhaust pipe height
must be at least twelve (12) feet above ground in order to clear container top
Front Axle
A. Setback 20,000# rated capacity minimum
B. Suspension capacity equal to front axle rating
C. 22.5 x 13.00 accurdie disc wheels
D. 445/65R22.5, G286, Load Range L, 20 ply Goodyear tires
Steering
A. 20,000 lbs. capacity integral hydraulic power steering
Rear Axles
A. Minimum 46,000# rated capacity
B. Axle ratio to provide a minimum road speed of 70 MPH
C. Suspension capacity equal to rear axle rating
D. Walking beam or Camel back suspension
E. Power divider lockout
is
P f zo v I',S t`' .co `Z.
-41cz2t;
Nils
Bid No. 03-3566 — "Furnish & Deliver Roll -Off Truck(s)" Page 8
F. 22.5 x 8.25 tubeless disc wheels
G. 12R22.5, G286, Load range H, 16 ply Goodyear tires
Frame
A. All frame clearances and wheel base dimensions must be compatible and approved
by the equipment manufacturer of the roll -off container tilt frame hoist
B. Double C channel constructed frame rails
C. 3,421,000 in. lb. RBM rails minimum
D. Wheel base: back of cab to center of trunion approximately 176" plus or minimum 2"
of frame for hoist installation. After frame minimum 40"
E. Front frame mounted tow hooks
Cab
A. Conventional type cab
B. The color of the cab shall be the manufacturer's standard white
C. Driver Seat: High back with headrest, air suspension or equal
D. Rider Seat: High back with headrest, non -suspension
E. West Coast stainless steel mirrors, right hand and left hand, with stainless steel
arms and brackets. Convex type stainless steel mirrors, right hand and left hand,
7.5" diameter, mounted to West Coast mirror brackets
F. Electric, minimum 2 speed windshield wipers
G. Sun visors both sides
H. Interior color: no dark colors
I. Tinted glass
J. Factory installed integral air conditioning
K. AM/FM radio
L. Right and left air horns
M. Aluminum bug and rock screen
N. 5 lbs. fire extinguisher mounted in cab
O. DOT triangle safety kit mounted in cab
Instruments
A. Speedometer, tachometer with hour meter, volt meter, fuel, coolant temperature, oil
pressure gauge, direct reading dual system air pressure gauge
Roll -Off Container Hoist
A. Galbreath model U5-OR-174 outside rail roll -off container hoist
B. Frame shall have a sub -frame
C. Air shift power take off
D. Inside/outside combo controls
E. RP4500RG Pack and Pinion Hydraulic Tarp System to be compatible with 30 yard
open top container
F. 48" tarp box
G. Color: standard black
Bid No. 03-3566 — "Furnish & Deliver Roil -Off Truck(s)' Page 9
Literature
A. One (1) operator manual per item of equipment shall be provided
B. Two (2) service/maintenance manual for each piece of equipment shall be provided
C. Two (2) complete parts manual, with illustrations, for each piece of equipment shall
be provided
Award:
A. The successful bidder shall be responsible for delivery of the truck to the Copier
County Fleet Management Department, 2901 County Barn Road, Naples, Florida,
complete and ready for operation.
B. Bidders shall state on the proposal form, delivery time of the truck to the Fleet
Management -Department in calendar days from the date of purchase -order,
Delivery time will be a consideration of bid award.
C. The truck shall be delivered with each of the following documents completed:
1. Warranty certifications
2. Copy of the pre -delivery inspection sheet confirming after factory inspection
3. Temporary tag
4. Application for Certificate of Title and/or registration
5. Statement of origin
6. Sales tax exemption form
7. Weight certificate for completed vehicle
D. Upon delivery of the truck, a representative shall provide full operator training on
truck operation and a complete maintenance service review. Instruction shall be
included in the bid price.
The general criteria that will be used for the evaluation of this bid is set forth in the
general bidding requirements along with the responses as stated on the bid proposal
pages. Award of bid shall be made to the lowest, qualified and responsive bidder on
Unit Price.
Service Dealer: The successful bidder must be a franchised dealer for the truck portion
of the bid. This repair facility must be a franchised dealer for the truck manufacturer and
must have adequate supply of parts and trained service technicians.
Term of Contract: The term of this contract shall be for a one (1) year period
beginning upon award by the Board of County Commissioners.
Contract Renewal: The County retains the right to renew this contract, with the
consent of the vendor, under the same terms and conditions for three (3) additional
one-year periods.
did No. 03-3566 —"Furnish & Deliver RoII-OffTruck(s)" Page 10
Price Adjustment: The prices quoted in the contract will remain in affect for a one (1)
year period from the effective date of the contract. The County shall have the option to
renew the contract, with the consent of the Vendor, for an additional three (3) years on
a year to year basis. In the event the County exercises its option to renew, the contract
prices will be reconsidered for adjustment prior to renewal due to increases or
decreases in material prices. The Vendor shall be required to produce invoices
indicating any price increases by his suppliers. Any increase allowed to the Vendor
shall not be in an amount greater than those born by him from his suppliers. Likewise
should a decrease in costs to the Vendor occur, such decreases shall be passed on to
the County.
Offer Extended to Other Governmental Entities: Collier County encourages and
agrees to the successful bidder/proposer extending the pricing, terms and conditions of
this solicitation or resultant contract to other governmental entities at the discrefion of
the successful bidder/proposer.
Vendor Performance Evaluation: Collier County has implemented a Vendor
Performance Evaluation System for all contracts awarded in excess of $25,000. To this
end, vendors will be evaluated on their performance upon completion/termination of
agreement.
Termination: Should the Contractor be found to have failed to perform his services in
a manner satisfactory to the County, the County may terminate this Agreement
immediately for cause; further the County may terminate this Agreement for
convenience with a seven (7) day written notice. The County shall be sole judge of
non-performance.
Prohibition of Gifts to County Employees: No organization or individual shall offer or
give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value
to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier
County Ethics Ordinance No. 2000-58, and County Administrative Procedure 5311.
Violation of this provision may result in one or more of the following consequences: a.
Prohibition by the individual, firm, and/or any employee of the firm from contact with
County staff for a specified period of time; b. Prohibition by the individual and/or firm
from doing business with the County for a specified period of time, including but not
limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any
contract held by the individual and/or firm for cause.
Bid No. 03-3566 — "Furnish & Deliver Roll-OffTruck(s)" Page 11
THIS SHEET MUST BE SIGNED BY VENDOR
Board of County Commissioners
Collier County, Florida
Purchasing Department
BIDDERS CHECK LIST
IMPORTANT: Please read carefully, sign in the spaces indicated and return with your bid proposal.
Bidder should check off each of the following items as the necessary action is completed:
1. The Bid has been signed.
2. The Bid prices offered have been reviewed.
3. The price extensions and totals have been checked.
4. The payment terms have been indicated.
5. Any required drawings, descriptive literature, etc. have been included.
6. An}Ldelivery information required is included.
7. If reauired, the amount of bid bond has been checked
included.
8. Any addenda have been signed and included.
9. The mailing envelope has been addressed to:
Purchasing Director
Collier County Govemment Center
Purchasing Building
3301 East Tamiami Trail
Naples, Florida 34112
10. The mailing envelope must be sealed and marked with:
• Bid Number;
• Bid Title;
• Opening Date
11. The bid will be mailed or delivered in time to be reo
and time. (Otherwise bid cannot be considered.)
ALL COURIER DELIVERED BIDS/RFPS MUST HAVE THE B1DIRFP NUMBER AND TITLE ON THE
OUTSIDE OF THE COURIER PACKET.
Company Name
Signature & Title
Date
Bid No. 03-3566 — "Furnish & Deliver Roll -Off Truck(s)" Page 12
CONTRACT PROPOSAL
FROM:
DUE: September 11, 2003 Cci 2:30p.m.
Board of County Commissioners
Collier County Government Center
Naples, Florida 34112
RE: BID No. 03-3566 -- "Furnish and Deliver Roll -Off Truck(s)"
Dear Commissioners:
The undersigned, as bidder, hereby declares that he has examined the specifications
and informed himself fully in regard to all conditions pertaining to the furnishing and
delivering of a Roil -Off Truck as per the attached specifications. The Bidder further
declares that the only persons, company or parties interested in this Proposal or the
Contract to be entered into as principals are named herein; that this Proposal is made
without connection with any other person, company or companies submitting a Bid or
Proposal; and it is all respects fair and in good faith, without collusion or fraud.
The Bidder proposes and agrees, if this Proposal is accepted, to contract with the
County furnish work in full, in complete accordance with the attached specifications,
according to the following unit prices:
Total cost, including delivery, to furnish
One (1) Roll -Off Truck (with Hoist and Tarping
System) per specifications
Delivery Time ARO in Calendar Days
Detailed specifications of all
Equipment submitted with bid
Name and Address of Service Facility
Unit Price
❑ yes ❑ no
Proposal continued on next page....
Bid No. 03-3566 - "Furnish & Deliver Roll -Off Truck(s)" Page 13
PROPOSAL CONTINUED
Any discounts or terms must be shown on the Proposal Form. Such discounts, if any, will be considered
and computed in the tabulation of the bids. In no instance should terms for less than 15 days payment be
offered.
Prompt Payment Terms: % Days; Net 30 Days
Addenda received (if applicable): #1 #2 #3
The service to be furnished by us is hereby declared and guaranteed to be in conformance with the
specifications of the County.
The undersigned do agree that should this Proposal be accepted, to execute the form of contract and
present the. -same to -the County Purchasing Director for approval within fifteen (15) days after being
notified of the awarding of the Contract.
The undersigned do further agree that failure to execute and deliver said forms of contract within fifteen
(15) days, will result in damages to the County.
IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of
, 2003 in the County of , in the State of
Firm's Complete Legal Name
Check one of the following:
❑ Sole Proprietorship
❑ Corporation or P.A.
State of:
❑ Limited Partnership
❑ General Partnership
Phone No.
FAX No.
Address
City, State, ZIP
BY:
Typed and Written Signature
Title
NOTE: If you choose to bid, please submit an
ORIGINAL and ONE COPY of your proposal pages.