Loading...
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.